Sept. 29, 2006
Peru Re-tender
Commodity Re-tender: PL480 Title I, Soybean Meal, Peru
THE GOVERNMENT OF PERU REPRESENTED BY ITS EMBASSY IN WASHINGTON, D.C.
REQUESTS BIDS FOR U.S. SOYBEAN MEAL IN BULK SUBJECT TO THE PROVISIONS OF
THE P.L. 480 TITLE I REGULATIONS AND PURCHASE AUTHORIZATION NO. PE-5006
(BUT NOT TO EXCEED USD 10,000,000).
- DATE OF ORIGINAL IFB ISSUANCE: SEPTEMBER 21, 2006.
DATE OF RETENDER ISSUANCE: SEPTEMBER 28, 2006
- IFB NO.PERU-COM-FY2006-1
- SOURCE: UNITED STATES OF AMERICA
- COMMODITY: SOYBEAN MEAL IN BULK, 48% MINIMUM PROTEIN, MINIMUM 0.5% CRUDE
FAT, MAXIMUM 3.5% CRUDE FIBER, MAXIMUM 12.0% MOISTURE.
PROTEIN:
CONTRACT MINIMUM 48% PROTEIN
(A) FROM 47.99% - 47.50% ACCEPTABLE WITHOUT PENALTY.
(B) FROM 47.49% - 47.25% PENALTY OF .25% OF INVOICE PRICE.
(C) FROM 47.24% - 47.00% PENALTY OF .50% OF INVOICE PRICE.
(D) FROM 46.99% - 46.70% PENALTY OF 3% OF INVOICE PRICE
(E) FROM 46.69% - 46.50% PENALTY OF 4% OF INVOICE PRICE
(F) BELOW 46.50% BUYER'S OPTION TO REJECT COMMODITY OR BUYER
AND SELLER TO NEGOTIATE TERMS OF ACCEPTANCE.
MOISTURE:
CONTRACT MAXIMUM 12% MOISTURE
(A) FROM 12.01% - 12.50% ACCEPTABLE WITHOUT PENALTY.
(B) ABOVE 12.50% BUYERS OPTION TO REJECT SHIPMENT OR ACCEPT WITH
PENALTY OF 3% OF INVOICE PRICE.
CRUDE FIBER:
CONTRACT MAXIMUM 3.5% CRUDE FIBER
(A) FROM 3.51% - 3.80% ACCEPTABLE WITHOUT PENALTY.
(B) ABOVE 3.8% CRUDE FIBER, BUYER'S OPTION TO REJECT SHIPMENT OR
ACCEPT WITH PENALTY OF 1% OF INVOICE PRICE FOR EACH .1% ABOVE 3.5% MAXIMUM
CRUDE FIBER SPECIFICATION.
ADDITIONAL QUALITY REQUIREMENTS:
- ANALYSIS (MINERAL MATTER)
- UREASE ACTIVITY: 0.05 - 0.25
- SOLUABLE PROTEIN: 75% - 85% KOH
- AFLATOXIN: MAXIMUM 20 PARTS PER BILLION (PPB)
IF BUYERS ELECT OPTION OF REJECTING SHIPMENT DUE TO SELLER'S FAILURE TO
MEET QUALITY SPECIFICATIONS AS PER ABOVE, THEN SELLER WILL BE RESPONSIBLE
FOR ANY AND ALL COSTS RESULTING THEREFROM INCLUDING BUT NOT LIMITED TO
VESSEL DEMURRAGE, VESSEL DETENTION AND ANY OTHER ADDITIONAL VESSEL
EXPENSES.
OTHERWISE SPECIFICATIONS IN ACCORDANCE TO P. A. NO. PE-5006.
QUANTITY AND DELIVERY PERIOD:
PERIOD QUANTITY
(A) OCTOBER 10-25, 2006 APPROXIMATELY 16,000-32,000 MT
(B) NOVEMBER 10-25, 2006 APPROXIMATELY 16,000-32,000 MT
(C) DECEMBER 12-27, 2006 APPROXIMATELY 16,000-32,000 MT
CONTRACTS WILL BE AWARDED ON THE BASIS OF MAXIMUM 5% LESS AT BUYER'S
OPTION.
OFFERS MUST SHOW DELIVERY FOR THE ENTIRETY OF THE DELIVERY PERIOD OFFERED.
EACH LOT IS TO BE OFFERED FROM ONE PORT, ONE BERTH.
PRICE:
NET PRICE OF THE SOYBEAN MEAL MUST BE QUOTED PER METRIC TON F.O.B. VESSEL,
END OF LOADING SPOUT, UNSTOWED, UNTRIMMED FROM U.S.A. PORT(S) OR COASTAL
RANGE OR CANADIAN TRANSSHIPMENT POINTS SEPARATELY FOR: A) BULK-CARRIER, AND
B) MULTIDECKER (LINER INCLUDED). BIDDERS MUST STIPULATE ANY VESSEL
RESTRICTION AT INTENDED LOADING BERTHS IF THEY APPLY. OFFERS STATING A
PRICE FOR QUANTITY TO BE LOADED IN ONE VESSEL WILL BE CONSIDERED ONLY IF A
PRICE IS SEPARATELY STATED FOR LOADING MORE THAN ONE VESSEL. OFFERS MUST
NOT TAKE EXCEPTION TO DELIVERY RATE GUARANTEE SPECIFIED IN I.F.B.
SUPPLIERS MUST STATE PORT(S) OR COASTAL RANGE IN THEIR OFFER.
SUBMISSION OF BIDS:
ALL BIDS SHALL BE SUBMITTED BY A SEALED LETTER, OR TELEFAX AND ADDRESSED TO
EMBASSY OF PERU C/O INTERNATIONAL SERVICES CORP.,1629 K STREET, N.W.,
SUITE 700, WASHINGTON, D.C. FAX (202) 296-1160.
OFFERS TO BE SUBMITTED NOT LATER THAN 1530 HOURS WASH., D.C. TIME
SEPTEMBER 29, 2006, AND TO BE VALID UNTIL 1700 HOURS WASH., D.C. TIME
SEPTEMBER 29, 2006. IF A TELEFAX OFFER BEGINS TO PRINT BY 1530 HOURS,
WASHINGTON, D.C. TIME AND CONTINUES TO PRINT PAST THAT TIME UNTIL
COMPLETION BUYERS WILL CONSIDER THE OFFER AS IF IT HAD COMPLETED BY 1530
HOURS; HOWEVER BUYERS WILL NOT CONSIDER ANY TELEFAX OFFER WHICH BEGINS
PRINTING AFTER 1530 HOURS WASHINGTON, D.C. TIME. THE GOVERNMENT OF PERU
RESERVES THE RIGHT TO ACCEPT PART OF ANY BID AND REJECT ANY AND ALL BIDS.
OTHERWISE ALL TERMS AND CONDITIONS OF THE ORIGINAL IFB NO.
PERU-COM-FY2006-1 REMAIN UNCHANGED.
BIDS WILL BE OPENED IN PUBLIC AT THE OFFICES OF INTERNATIONAL SERVICES
CORP., AT 1530 HOURS WASH., D.C. TIME SEPTEMBER 29, 2006. BIDDERS WISHING
TO ATTEND ARE WELCOME TO DO SO. ANY BIDS RECEIVED AFTER STIPULATED TIME
WILL NOT BE CONSIDERED.
FOR FURTHER INFORMATION, CONTACT INTERNATIONAL SERVICES CORP.,
WASHINGTON, D.C. (202) 785-3400, FAX (202) 296-1160,
EMAIL: MAIL@ISC-PCI.COM
HOME PAGE ADDRESS: HTTP://WWW.ISC-PCI.COM
Peru Commodity Tender
Sept 22, 2006 PE-5006
INTERNATIONAL SERVICES CORPORATION
1629 K Street, N.W., Suite 700
Washington, D.C. 20006
(202) 785-3400
INVITATION FOR BIDS (SOYBEAN MEAL) PERU P.L. 480/FY 2006
Date of issue: September 21, 2006 IFB No. PERU-COM-FY2006-1
The Government of Peru represented by its Embassy in Washington, D.C.
requests Bids for U.S. Soybean Meal in bulk subject to the provisions
of the P.L. 480 Title I regulations and Purchase Authorization No.
PE-5006 (but not to exceed USD 10,000,000).
1. Source: United States of America
2. Commodity: Soybean Meal in bulk, 48% Minimum protein,
Minimum 0.5% Crude Fat, Maximum 3.5% Crude
Fiber, Maximum 12.0% Moisture.
Protein:
Contract minimum 48% protein
(A) from 47.99% - 47.50% acceptable without penalty.
(B) from 47.49% - 47.25% penalty of .25% of invoice price.
(C) from 47.24% - 47.00% penalty of .50% of invoice price.
(D) from 46.99% - 46.70% penalty of 3% of invoice price
(E) from 46.69% - 46.50% penalty of 4% of invoice price
(F) below 46.50% buyer's option to reject commodity or buyer
and seller to negotiate terms of acceptance.
Moisture:
Contract maximum 12% moisture
(A) from 12.01% - 12.50% acceptable without penalty.
(B) above 12.50% buyers option to reject shipment or accept with
penalty of 3% of invoice price.
Crude Fiber:
Contract maximum 3.5% crude fiber
(A) from 3.51% - 3.80% acceptable without penalty.
(B) above 3.8% crude fiber, buyer's option to reject shipment or
accept with penalty of 1% of invoice price for each .1% above 3.5%
maximum crude fiber specification.
Additional Quality Requirements:
- Analysis (Mineral Matter)
- Urease Activity: 0.05 - 0.25
- Soluable Protein: 75% - 85% KOH
- Aflatoxin: Maximum 20 Parts Per Billion (PPB)
If buyers elect option of rejecting shipment due to seller's failure
to meet quality specifications as per above, then seller will be
responsible for any and all costs resulting therefrom including but
not limited to vessel demurrage, vessel detention and any other
additional vessel expenses.
Otherwise specifications in accordance to P. A. No. PE-5006.
3. Quantity and Delivery Period:
Period Quantity
(A) October 10-25, 2006 Approximately 16,000-32,000 MT
(B) November 10-25, 2006 Approximately 16,000-32,000 MT
(C) December 12-27, 2006 Approximately 16,000-32,000 MT
Contracts will be awarded on the basis of maximum 5% less at Buyer's
option.
Offers must show delivery for the entirety of the delivery period
offered. Each lot is to be offered from one port, one berth.
4. Price:
Net price of the soybean meal must be quoted per metric ton
F.O.B. vessel, end of loading spout, unstowed, untrimmed from U.S.A.
port(s) or coastal range or Canadian transshipment points separately
for: A) bulk-carrier, and B) multidecker (liner included). Bidders
must stipulate any vessel restriction at intended loading berths if
they apply. Offers stating a price for quantity to be loaded in one
vessel will be considered only if a price is separately stated for
loading more than one vessel. Offers must not take exception to
delivery rate guarantee specified in I.F.B. Suppliers must state
port(s) or coastal range in their offer.
5. Delivery Terms:
A. Seller to have the meal ready for shipment within the
dates specified for loading free on board, end of loading spout,
unstowed, untrimmed, at one or two safe berth(s), one safe U.S. port
or range of ports, or Canadian transshipment point(s) for each lot
purchased. However, Seller shall declare no more than one loading
port in case of award for up to 5,000 MT (5% less) and one or two
loading ports for awards of 5,000 MT or more (5% less) regardless of
the number of sales contracted. Delivery for the same vessel in the
same port shall be at one or two safe berths.
B. Seller is to declare loading port five (5) days prior
to commencement of Delivery Period of contract. Said load port must
be within the load range nominated in the offer. Seller to nominate
loading facility at least 72 hours prior to nominated vessel's ETA at
load port.
C. Buyer will give Seller a ten (10) day notice of vessel's
estimated time of arrival at load port with the name of the intended
vessel and also giving the approximate quantity to be loaded. Buyer
shall provide said notice to Seller by telefax not later than 1600
hours Washington, D.C. time, and same to be accepted by Seller on
that same day. If Buyer provides notice after 1600 hours Washington,
D.C. time, Seller to consider notice accepted as of 0900 hours the
following business day. If Buyer needs to substitute the performing
vessel, Seller to accept said substitution on the basis that the
substitute vessels's ETA at loading port is the same as or later than
that of the original vessel, provided the substitute vessel's size
and dimensions are within the load berth limitations.
D. Delivery Rate Guarantee: Sellers to guarantee delivery of
the bulk soybean meal F.O.B. end of loading spout, unstowed,
untrimmed at the average rate as delineated below on vessel's
contracted quantity:
Bulk Carriers:
Vessel Contracted Quantity Delivery Guarantee
-------------------------- -----------------
0 - 9,999.99 MT 4,000 MT per day
10,000 - 19,999.99 MT 5,000 MT per day
20,000 - 29,999.99 MT 6,000 MT per day
30,000 - 39,999.99 MT 7,500 MT per day
40,000 - 49,999.99 MT 10,000 MT per day
50,000 MT and above 12,000 MT per day
Tween-deckers: the delivery guarantee shall be 3,000 MT
per day.
The rates are basis tons of 2,204.6 pounds per weather
working day of 24 consecutive hours, Saturdays, Sundays and holidays
excepted, even if used.
Offers must not make exceptions to delivery rate guarantee
specified in IFB.
Laytime accounts are to be settled directly between owners
and commodity supplier(s) at load port(s). Laytime calculation,
overtime and trimming to be in accordance to Addendum No. 1 of the
North American Export Grain Association, Inc. F.O.B. Contract No. 2
(revised as of May 1, 2000) clauses nos. 1-10 inclusive, (hereinafter
"N.A.E.G.A.") regardless of type of vessel. Further, the following
modifications to N.A.E.G.A. will apply: anywhere the word "Buyer"
appears, the words "Vessel Owner" should be substituted in its place.
Under no circumstances shall Buyer or USDA/CCC be responsible for
resolving disputes involving the calculation of laytime or the
payment of demurrage or despatch between the vessel owners and the
commodity supplier(s). Any/all disputes between vessel owners and
the commodity supplier(s) arising out of this contract relating
to the settlement of laytime issues shall be arbitrated in New York
subject to the rules of the Society of Maritime Arbitrators, Inc.
E. Seller will be responsible for any and all costs, including
detention charges by Buyer's vessel incurred, due to Seller's
delivery of infested meal on board Buyer's vessel, which has
been inspected and passed by a U.S.D.A. licensed inspector (or
equivalent licensed inspector in Canada) prior to the commencement of
loading.
F. In the event of delivery of any quantity not meeting
contracted commodity specifications, Sellers shall be responsible for
all costs and damages sustained by Vessel Owners and/or Buyers,
including but not limited to time lost and fumigation costs, due to
delivery of such off-grade commodity.
G. In the event of Sellers' failure to deliver the total
quantity required by Buyers/nominated vessel, Sellers shall be
responsible for any deadfreight provided, however, that such required
quantity is within the quantity limits of the commodity contract.
6. Carrying/Interest Charges:
Force majeure always excepted, if the vessel is delayed beyond
dates of delivery, or vessel cannot perform, all interest and
carrying charges claimed by Seller shall be collected from
Shipowners. Carrying charges and interest charges will be levied
at the rate of $.25 per metric ton per day plus interest at 1.5% over
Citibank (New York) prime rate in effect on date of purchase.
Carrying/Interest and all aforementioned charges will cease to accrue
once nominated vessel or its substitute has tendered the Notice of
Readiness to the loading facility.
7. Inspection:
A. Weight and Quality Certificates are required to be in
accordance to the Purchase Authorization No. PE-5006 and P.L. 480
Title I Regulations. Said certificates will be evidence of weight
and quality.
B. Certificate of Origin is required.
C. Phytosanitary Certificate issued by APHIS is required.
D. Certificate of Analysis (Mineral Matter) issued by an
Independent Laboratory listed as an Official Referee
Laboratory in the National Oilseed Processors Association
based on composite sample taken at point of loading.
E. Certificate of Urease Activity (0.05-0.25) issued by an
Independent Laboratory listed as an Official Referee
Laboratory in the National Oilseed Processors Association
based on composite sample taken at point of loading.
F. Certificate of Soluable Protein (75% to 85% KOH) issued by an
Independent Laboratory listed as an Official Referee
Laboratory in the National Oilseed Processors Association
based on composite sample taken at point of loading.
G. Certificate of Aflatoxin (Max 20 PPB) issued by an Independent
Laboratory listed as an Official Referee Laboratory in the
National Oilseed Processors Association based on composite
sample taken at point of loading.
H. All costs for inspection are for account of Seller.
I. Seller is to provide to Buyer a sample of the cargo taken at
point of loading and sealed by FGIS or the appointed
Independent Surveyor which sample shall be representative of
the total cargo (composite sample). This sample shall be of a
minimum of 5.0 kg and is to be sent to the Buyer by courier at
Seller's expense at the time of shipment.
8. Destination: Peruvian Port(s).
9. Arbitration will be in accordance to NOPA rules.
10. Bid Bond:
Bidder's offer must be supported by a Bid Bond in the form of a
certified check or an irrevocable Letter of Credit issued by a first
class U.S. Bank in favor of International Services Corp. as agent for
the Government of Peru, Buyer, equivalent to two (2%) percent of the
F.O.B. value of the meal offered, to be collectible by draft at sight
accompanied by a statement from the Buyer to the effect that Bidder
did not make written confirmation consistent with the terms and
conditions set forth in the award, one working day after U.S.D.A.'s
approval of sale. The Bid Bond shall guarantee that the Bidder will
not withdraw his Bid within the period specified therein after the
opening. The Bid Bond must be valid for at least fifteen (15) days
from the Bid's opening date. For the unsuccessful Bidders the above
mentioned Bid Bond will be automatically cancelled within five (5)
days after the award. Bid Bonds of successful Bidders will be
automatically cancelled after submission of the required Performance
Bond. Failure to post Performance Bonds in time may cause forfeiture
of the Bid Bonds.
11. Performance Bond:
Within two (2) days of receipt of U.S.D.A.'s approval of sale,
Seller shall make available to the Buyer a guarantee of Performance,
in the form of an irrevocable Letter of Credit (L/C) issued by a
First Class Bank in favor of Embassy of Peru c/o International
Services Corp., equivalent to five (5%) percent of the value of
awarded contract(s). The Performance Letter of Credit shall
guarantee full and complete performance by the Seller of the terms
and conditions of the IFB. It shall be collectible at the discretion
of the beneficiary by draft at sight, accompanied by (1) a statement
from the beneficiary detailing the nature and extent of the Seller's
failure to so comply, and (2) a report from an independent surveyor,
laboratory, or other competent authority corroborating such detailed
statement. This detailed statement will include an explanation of
Seller's breach of contract, obligations and the dollar value of the
loss incurred. The amount to be collected will be limited to this
dollar value. Any cost incurred by the Buyer in collecting the
dollar value of the Bond shall be for the account of the Seller. The
guarantee shall not be collectible where Seller's failure to perform
has been caused by an act of Force Majeure. The guarantee shall be
valid for a minimum of 30 days after completion of loading.
Performance Bond will be released immediately after the Seller has
been paid.
12. Special Provisions Concerning Delay in Delivery:
Should delivery by Seller of the meal or any part thereof, or
acceptance of the meal or any part thereof, by Buyer F.O.B. vessel be
prevented or delayed by reason of riots, strike, lockout,
embargo(es), interruptions, or stoppages of the normal course of
labor or transportation at the load port(s) of delivery or elsewhere,
preventing the forwarding of goods to such port or ports, the
shipment of such goods from such port or ports or by reason of action
by the Federal, State or Local Government or authority, the Seller
shall be entitled upon termination of the cause or causes of
prevention and/or delay, and on the resumption of work after the
termination of the strike, riot, or lockout, whichever occurs later,
to as much time as would have remained for delivery at the
commencement of such cause or causes, but not less than 14 days and
Buyer's time to call for delivery shall be similarly extended,
provided, however, that either party shall have notified the other
within two (2) business days of the commencement of the cause or
causes of prevention or delay, if such commencement occurs within the
contract delivery period, or, if the cause or causes existed prior to
the contract delivery period, within two (2) business days from the
first day of contract delivery period, that the cause or causes then
existed. Buyer shall not be responsible for carrying charges of any
kind or character whatsoever in the event delivery is prevented as
hereinabove set forth, and Buyer agrees to act promptly to accept the
meal as soon as it can reasonably do so upon termination of the cause
which prevented delivery and Seller agrees to make such delivery when
called upon to do so by Buyer.
13. Duties, Taxes, Levies, etc.:
All export duties, taxes, levies, etc., present or future, in
country of origin, or of the territory where the port or ports of
shipment named herein is/are situated, shall be for Seller's account.
14. Prohibition:
In case of prohibition of export, blockade or hostilities or in
case of any executive or legislative act done by or on behalf of the
government of the country of origin or of the territory where the
port or ports of shipment named herein is/are situate, restricting
export, whether partially or otherwise, any such restriction shall be
deemed by both parties to apply to this contract and to the extent of
such total or partial restriction to prevent fulfillment whether by
shipment or by any other means whatsoever and to that extent this
contract or any unfulfilled portion thereof shall be cancelled.
Sellers shall advise Buyers without delay with the reasons therefor
and, if required, Sellers must produce proof to justify the
cancellation.
15. Notices:
All notices required to be served on the parties pursuant to this
contract shall be communicated rapidly in legible form. Methods of
rapid communication for the purposes of this clause are defined and
mutually recognised as: either telex, or letter if delivered by hand
on the date of writing, or telefax, or E-mail, or other electronic
means, always subject to the proviso that if receipt of any notice is
contested by the addressee, the burden of proof of transmission shall
be on the sender who shall, in the case of a dispute, establish, to
the satisfaction of the arbitrator(s) pursuant to the Arbitration
Clause, that the notice was actually transmitted. Any notice
received after 1600 hours on a business day shall be deemed to have
been received on the business day following. In case of resales all
notices shall be passed on without delay by Buyers to their
respective Sellers or vice versa. A notice to the Brokers or Agent
shall be deemed a notice under this contract.
16. Non-Business Days:
Saturdays, Sundays and the officially recognised and/or legal
holidays of the respective countries shall be non-business days.
Should the time limit for doing any act or giving any notice expire
on a non-business day, the time so limited shall be extended until
the first business day thereafter. The period of delivery shall not
be affected by this clause.
17. Notice of Shipment:
Seller shall provide to the Buyer and its agent, International
Services Corp., Wash., D.C., a written Notice of Shipment within
four (4) calendar days from completion of loading of Buyer's vessel
which Notice of Shipment shall include vessel's name, port of
shipment, date of the bill of lading, and quantity loaded in
pounds and metric tons. The non-business day clause shall not apply
to this Notice of Shipment.
18. Contract:
Terms and conditions of this IFB, the PL-480 Regulations and
Purchase Authorization No. PE-5006 will be fully incorporated by
reference in the contract. Said contract must be signed by Seller
within five (5) working days of the official award. The contract
form will be Seller's Sales Contract form on Sellers' letterhead.
19. Payment:
Payment for the meal will be effected in accordance with P.L. 480
Regulations and Purchase Authorization No. PE-5006.
To receive payment from CCC, under Section 17.9 of the Title I
Regulations, the Supplier must submit the following documents to CCC:
Documents required for direct payment by CCC:
1. Signed original of Form CCC-329 "Suppliers Certificate" from
the commodity supplier covering the net invoice price for the
commodity.
2. One (1) copy of Supplier's detailed invoice showing quantity,
description, contracted price, net total invoice price
expressed in dollars, the amount for which financing is
requested from CCC, the amount not eligible for financing by
CCC and basis of delivery of the commodity (e.g. F.O.B.
vessel).
3. One (1) copy of the official Weight certificate issued by
FGIS or by an independent laboratory.
4. One (1) copy of FAS-359, "Declaration of Sale", signed for the
General Sales Manager.
5. One (1) copy of the ocean Bill of lading.
6. Quality: One (1) copy of Form FGIS-993, Commodity Inspection
Certificate, issued in accordance with the Agricultural
Marketing Act of 1946, as amended, or an indpendent laboratory
report, covering inspection at point of loading to vessel and
shall show the protein, fat, fiber, and moisture content.
7. One (1) copy of Phytosanitary Certificate issued by
APHIS/USDA.
8. One (1) copy of Certificate of Origin.
9. One (1) copy of Form FGIS-993, Commodity Inspection
Certificate, or Form FGIS-915, Official Stowage Examination
Certificate, showing that the ocean vesel, or LASH barge is
clean, dry, free of insect infestation, and in such condition
as not to contaminate the soybean meal loaded, and shall
contain the name of the ocean vessel or identification of the
LASH barge to which the soybean meal was loaded.
10. One (1) copy of Certificate of Analysis (Mineral Matter).
11. One (1) copy of Certificate of Urease Activity.
12. One (1) copy of Certificate of Soluable Protein.
13. One (1) copy of Certificate of Aflatoxin.
14. One (1) copy of a signed statement from supplier to the effect
that all documents stipulated by Buyer in clause 20 of this
IFB have been forwarded to Buyer in accordance with that
clause.
CCC is required to issue all payments by electronic transfer.
Each supplier submitting documents to CCC for payment must provide
the name of the company, the bank ABA number to which payment is to
be made, the account number for the company at the bank, the
company's taxpayer identification number and the type of account
being used.
Documents may be hand-carried (or express mailed) to:
U.S. Department of Agriculture
Commodity Credit Corporation
Financial Management Division
3101 Park Center Drive, Suite 1132
Alexandria, VA 22302
or mailed to:
U.S. Department of Agriculture
Commodity Credit Corporation
STOP 0581
Attn: Foreign Exports Accounting Section
1400 Independence Avenue, SW
Washington, D.C. 20250-0581
20. Documentation required by Buyer:
Sellers to send at their expenses original documentation as
listed below directly to the Consignee, UNIDAD ESPECIAL PL480
del Ministerio de Economia y Finanzas, Jiron Lampa No. 277, Officina
No. 808, Lima 1, Peru, Attn: Lic. David Lescano Arredondo, via
courier within four (4) business days after completion of loading.
Should Seller fail to courier documents to Consignee during the time
prescribed, then the Seller shall be liable for any expenses incurred
by Buyer including but not limited to vessel demurrage and detention
at discharge port due to delayed transmittal of documents.
The original documents required to be couriered to the Consignee
in Peru are :
(1) Full set (3/3) of original on-board Bill(s) of Lading
(2) Original and three copies of Phytosanitary Certificate
(3) Original Certificate of Origin
(4) Original and three copies of Seller's Commercial
Invoice
(5) Original official Weight Certificate
(6) Original official Quality Certificate
(7) Original of Form FGIS-993, Commodity Inspection
Certificate, or copy of Form FGIS-915, official Stowage
Examination Certificate.
(8) Original Certificate of Analysis (Mineral Matter).
(9) Original Certificate of Urease Activity.
(10) Original Certificate of Soluable Protein.
(10) Original Certificate of Aflatoxin.
21. Submission of Bids:
All bids shall be submitted by a sealed letter, or telefax and
addressed to Embassy of Peru c/o International Services Corp.,
1629 K Street, N.W., Suite 700, Washington, D.C. FAX (202) 296-1160.
Offers to be submitted not later than 1530 hours Wash., D.C. time
September 28, 2006, and to be valid until 1000 hours Wash., D.C. time
September 29, 2006. If a telefax offer begins to print by 1530
hours, Washington, D.C. time and continues to print past that time
until completion buyers will consider the offer as if it had
completed by 1530 hours; however Buyers will not consider any telefax
offer which begins printing after 1530 hours Washington, D.C. time.
The Government of Peru reserves the right to accept part of any bid
and reject any and all bids.
Bids will be opened in public at the offices of International
Services Corp., at 1530 hours Wash., D.C. time September 28, 2006.
Bidders wishing to attend are welcome to do so. Any bids received
after stipulated time will not be considered.
For further information, contact International Services Corp.,
Washington, D.C. (202) 785-3400, FAX (202) 296-1160,
email: mail@isc-pci.com
HOME PAGE ADDRESS: http://www.isc-pci.com