Award September 24, 2003
On September 23, 2003, the Philippines
purchased 117,817.4 MT of U.S. No. 2/4 Long Grain Hard Milled Rice in 50 Kilo
Polypropylene Bags, under their FY 2003 Public Law 480, Title I program.
|
Supplier |
Quantity |
Price/MT |
Port |
|
Delivery Period: November 1-25, 2003 |
|||
|
ADM Rice |
26,250 MT |
$337.82 |
Gulf |
|
ADM Rice |
20,750 MT |
$337.84 |
Gulf |
|
ADM Rice |
5,500 MT |
$369.34 |
Los Angeles - Containers |
|
Delivery Period: December 1-25, 2003 |
|||
|
ADM Rice |
31,500 MT |
$337.82 |
Gulf |
|
ADM Rice |
15,500 MT |
$337.84 |
Gulf |
|
ADM Rice - Fortified Rice |
2,850 MT |
$346.42 |
Gulf |
|
ADM Rice |
15,467.4 MT |
$337.84 |
Gulf |
COMMODITY
Amendment Sept. 11, 2003
Request posting of the following amendment nr 1 to Rice Commodity Tender
under the Phil PL 480 Title I FY 2003 Program -
INVITATION FOR BIDS (RICE IN BAGS) AMENDMENT No. 1
Philippines P.L. 480 TITLE I - FY 2003
Purchase Authorization No. RP-5024
Date: September 11, 2003
IFB No. MR/RP5024/2003 Amendment No. 1
Embassy of the Philippines on behalf of the National Food Authority,
Government of the Philippines herewith amends the referred Invitation
For Bids as follows:
2. Commodity Specifications:
Crop Year: 2002/2003
White Long Grain, Hard Milled, Grade US No. 2 or better containing not
more than 4 percent broken kernels, in new polypropylene bags of 50 net
kilos each. Moisture Content: Maximum 14 percent. Aflotoxin Max. 20ppb.
Specification for Fortified Rice : Fortified by Ferrous Sulfate.
Concentration of Iron in the Rice - Minimum 60mg Iron per kg. of white
rice
Maximum 90mg Iron per kg. of
white rice.
The level of iron concentration should be maintained on washing of the
white rice.
Crop Year: 2002/2003
White Long Grain, Hard Milled, Grade US No. 2 or better containing not
more than 4 percent broken kernels, in new polypropylene bags of 50 net
kilos each. Moisture Content: Maximum 14 percent. Aflotoxin Max. 20ppb.
NB: The USDA/FGIS Forms 956 or 993 is to certify the rice as " Hard
Milled " as per the amendment to U.S. Standards for Milled Rice
effective 12/1/02.
10. Payment
v) One (1) copy of Form FGIS-956, "Rice Inspection Service Certificate"
or Form FGIS-993 " Commodity Inspection Certificate " issued by a
federal or federal cooperator inspector. The Certification shall cover
lot inspection at point of loading to vessel , LASH barge or ocean
container and shall show the grade and other quality determinations
required by the purchase authorization. The certificate to state the
rice is "Hard Milled". Inspection shall also include check weighing and
check counting and Aflatoxin. FORTIFIED RICE, BY FERROUS SULFATE, TO BE
CERTIFIED BY INDEPENDENT LAB FOR THE IRON CONCENTRATION EVEN WHEN
WASHED. COPY OF SAID CERTIFICATE WILL BE A DOCUMENTARY REQUIREMENT FOR
THE FORTIFIED RICE.
11. Documents required by buyer
c. One original and five (5) copies of Form FGIS-956, "Rice Inspection
Service Certificate" or Form FGIS-993 " Commodity Inspection Certificate
" issued by a federal or federal cooperator inspector. The Certification
shall cover lot inspection at point of loading to vessel, LASH barge or
ocean container and shall show the grade and other quality
determinations required by the purchase authorization. The certificate
to state the rice is "Hard Milled". Inspection shall also include check
weighing and check counting and Aflatoxin. FORTIFIED RICE, BY FERROUS
SULFATE, TO BE CERTIFIED BY INDEPENDENT LAB FOR THE IRON CONCENTRATION
EVEN WHEN WASHED. COPY OF SAID CERTIFICATE WILL BE A DOCUMENTARY
REQUIREMENT FOR THE FORTIFIED RICE.
All other terms and conditions of the Invitation for Bids No.
MR/RP5024/2003 dated September 8, 2003 remain unchanged.
END.
Thanks and best regards,
Panalpina Inc. Project Division,
Washington DC
Tel 202 659 2825/ Fax 202 659 2830
***********************************************************************
Norberto M Chavez
Panalpina, Inc., Projects Division
1100 Connecticut Avenue, NW, Suite 520
Washington, D.C. 20036-4101
Tel: (202) 659-2825 Fax: (202) 659-2830
Email: norberto.chavez@panalpina.com Internet: www.panalpina.com
***********************************************************************
This electronic message transmission contains information from
Panalpina, Inc. and is confidential and/orlegally priveleged and shall
remain the property of Panalpina, its subsidiaries, affiliates and
parent companies. The information is intended only for the use of
designated person(s) named above. If you are not the intended recipient,
any disclosure, copying, distribution or use of or any other action or
reliance based on the contents of this information is strictly
prohibited. If you received this electronic transmission in error,
please notify the sender by telephone at the numbers listed above.
Tender Sept. 8, 2003
Request posting of the following bagged rice commodity tender under the
Philippines PL 480 Title I FY 2003 Program -
INVITATION FOR BIDS (RICE IN BAGS)
Philippines P.L. 480 TITLE I - FY 2003
Purchase Authorization No. RP-5024
Date: September 8, 2003
IFB No. MR/RP5024/2003
THIS IS AN EDITED VERSION. PLEASE GET FULL IFB From Panalpina Inc.
Washington DC. Tel. No. 202 659 2825.
The Embassy of the Philippines on behalf of National Food Authority,
Government of The Philippines, requests bids for the supply of U.S. Rice
in bags, subject to the terms and conditions of P.L. 480, Title I
regulations and P.A.: RP-5024. Total value of purchase not to exceed
U.S $ $40,000,000.00
Bidders must comply with all the terms and conditions of this IFB.
1. Source: United States of America
2. Commodity Specifications:
Crop Year: 2002/2003
White Long Grain, Hard Milled, Grade US No. 2 or better containing not
more than 4 percent broken kernels, in new polypropylene bags of 50 net
kilos each. Moisture Content: Maximum 14 percent. Aflotoxin Max. 20ppb.
Specification for Fortified Rice :
Concentration of Iron in the Rice - Minimum 60mg Iron per kg. of white
rice
Maximum 90mg Iron per kg. of white
rice.
The level of iron concentration should be maintained on washing of the
white rice.
Crop Year: 2002/2003
White Long Grain, Hard Milled, Grade US No. 2 or better containing not
more than 4 percent broken kernels, in new polypropylene bags of 50 net
kilos each. Moisture Content: Maximum 14 percent. Aflotoxin Max. 20ppb.
NB: USDA/FGIS Forms 956 or 993 stating "Well Milled" with added
statement that " Applicant States: This is rice typically considered
Hard Milled Rice " or other suitable statement to be advised by USDA
will be acceptable.
3. Quantity in Net Metric Tons Delivery Period
Approx. 60,000 to 70,000NMT November 1-25, 2003.
Approx. 70,000 to 80,000 NMT December 1-25,
2003.
Buyer intends to buy a maximum of 10,000 NMT of Fortified rice in either
one of the periods or in combination of the two stated periods.
NB: Maximum value of awards shall not exceed $40 million.
Offers must be for the entire delivery period offered at buyer's call
with a 10 day preadvice of vessel(s) ETA load port.
Offers must provide for a five percent (5%) more or less loading
tolerance at Buyer's option. Offerors should state a separate price for
the fortified rice.
Buyers option to accept part of any offer and to lift each contract
quantity on one or more vessels. Buyer retains the option to accept or
reject any or all bids received.
4.Price: To be stated in US Dollars per Net Metric Ton ,basis
a) FAS vessel at safe US port(s) or coastal range which must be
named in the bid on the basis of break bulk delivery. FAS vessel price
to buyer shall include charges for rice, packaging including extra empty
bags, needle and twine, equivalent to 2 % of the total quantity
purchased, transportation including unloading and wharfage, to a point
of rest under cover in a ship side warehouse designated and arranged for
by Seller within the port declared by Seller. Price must also include
the required inspections and issuance of rice inspection certificates
and required weight certificates in accordance with Purchase
Authorization.
b) FAS at safe US Port(s), named in the bid, in ocean containers.
For FAS in containers -seller to arrange pick up of empty containers
from carrier's container yard, drayage to the mill, load the container
and return stuffed container back to carrier's terminal/yard at named
safe load port(s) in the bid(s). The price shall include charges for the
rice, packaging, empty bags, needle and twine equivalent to 2% of the
total quantity purchased, all terminal handling charges for picking up
empty containers, drayage (trucking) charges from container yard, to the
mill, return stuffed container to carrier's terminal and all terminal
handling charges for receiving stuffed container at the load port(s).
Price also to include all required inspections at source loading and as
well as loading observations at the load port in accordance with the
Purchase Authorization.
BID BOND
All offers must be supported by an unconditional bid bond in the form of
a cashier's check or an irrevocable letter of credit issued by a
first-class U.S. bank in favor of the Embassy of The Philippines, C/O
Panalpina Inc. Project Division, 1100 Connecticut Avenue, NW, Suite
520, Washington, DC 20036 equivalent to 2% of the FAS value of the
commodity offered to be collectible by draft at sight accompanied by a
statement from the Embassy of Philippines to the effect that the bidder
did not make written confirmation consistent with the terms and
conditions set forth in the award within one working day after USDA's
approval of sale. Such bid bond shall be submitted with the further
understanding that it shall guarantee that the bidder will not withdraw
his bid within the period specified therein after the opening of the
bids The bid bond shall be valid for ten days after the bid opening
date, and will be automatically cancelled in the case of unsuccessful
bidders within ten days after the closing of the tender. For successful
bidders, the bid bond shall be automatically cancelled after
presentation and acceptance by the buyer of the performance bond.
PERFORMANCE BOND
Within two (2) working days of receipt of USDA'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 first-class U.S. bank
equivalent to 5% of the value of awarded contract(s). The letter of
credit to be in favor of The Embassy of The Philippines, C/O Panalpina
Inc. Project Division, 1100 Connecticut Ave. NW Suite 520, Washington DC
20036. The performance L/C 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 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 and any cost incurred by the buyer in
collecting the dollar value of the bid 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 CCC has
paid the seller.
Terms and conditions of the IFB, P.L.480, Title I regulations and
Purchase Authorization No. RP-5024 will be fully incorporated by
reference in the sales contract which must be signed by seller within
two (2) days of the official award. The contract form will be seller's
sales form on seller's letterhead.
Bids must be submitted in writing, sealed letter, or fax to:
Embassy of Philippines, C/O Panalpina Inc. Project Division
1100 Connecticut Ave. NW, Suite 520 ,Washington, DC 20036
Fax: (202) 659 2830
Offers are to be submitted not later than 1400 hours Washington, DC time
on September 17, 2003 and are to remain valid until 1700 hours
Washington, DC time on September 18, 2003. Late offers will not be
considered. However, if a fax starts printing before 1400 hours
Washington, DC time and continues printing past that time, buyer will
consider the offer to be a valid on-time offer. Fax offers which begin
printing after the stipulated time will not be considered.
ABOVE IS AN EDITED VERSION OF IFB. BIDDERS MUST REQUEST FULL DETAILS OF
THE IFB FROM Panalpina Inc. Washington DC Tel 202 659 2825 prior to
making their offer. BIDS SUBMITTED MUST BE INACCORDANCE WITH FULL IFB
DETAILS.
Panalpina, Inc., Project Division
As Agents for the Embassy of Philippines
Thanks and best regards,
Panalpina, Inc., Projects Division
***********************************************************************
Norberto M Chavez
Panalpina, Inc., Projects Division
1100 Connecticut Avenue, NW, Suite 520
Washington, D.C. 20036-4101
Tel: (202) 659-2825 Fax: (202) 659-2830
Email: norberto.chavez@panalpina.com Internet: www.panalpina.com
***********************************************************************
This electronic message transmission contains information from
Panalpina, Inc. and is confidential and/orlegally priveleged and shall
remain the property of Panalpina, its subsidiaries, affiliates and
parent companies. The information is intended only for the use of
designated person(s) named above. If you are not the intended recipient,
any disclosure, copying, distribution or use of or any other action or
reliance based on the contents of this information is strictly
prohibited. If you received this electronic transmission in error,
please notify the sender by telephone at the numbers listed above.