for the periodin exceptional circumstances, prior to the expiration of the bid validity period, stc...
TRANSCRIPT
Page 1
Tender for the Supply of
Petroleum Products
for the period
1 August 2019 – 31 July 2020
25 March 2019
Page 2
Table of Contents
Introduction .................................................................................................................................. 4
A. INSTRUCTION TO BIDDERS ......................................................................................... 5
1. Invitation .............................................................................................................................. 5
2. Collection of Bidding Document ........................................................................................ 5
3. Submission of Bids .............................................................................................................. 6
4. Tender Bond ........................................................................................................................ 7
5. Validity of Bid ...................................................................................................................... 7
6. Clarifications ....................................................................................................................... 7
7. Closing date and time for receipt of bids: ......................................................................... 8
8. Opening of Bids ................................................................................................................... 8
9. Bid Form .............................................................................................................................. 8
10. Qualification of the Bidder ................................................................................................. 8
11. Responsiveness of Bids ........................................................................................................ 9
12. Evaluation Criteria ............................................................................................................. 9
13. Notification and Award of Contract .................................................................................. 9
14. Contract Agreement............................................................................................................ 9
15. Conduct of bidders and suppliers ...................................................................................... 9
16. Eligible Bidders ................................................................................................................. 10
17. Eligible Goods and Related Services ............................................................................... 12
18. Confidentiality ................................................................................................................... 12
B. CONDITIONS OF CONTRACT .................................................................................... 13
1 Schedule of Requirements ................................................................................................ 13
2 Documentation .................................................................................................................. 18
3 Payment .............................................................................................................................. 18
4 Risk and Title .................................................................................................................... 19
5 Quantity and Quality Determination at Loading Port .................................................. 19
6 Quantity and Quality Determination at Discharge Port ............................................... 19
7 Loading Conditions (Applicable for FOB Basis) ........................................................... 20
8 Discharging Conditions (Applicable for DAP Basis) ..................................................... 20
9 Performance Bank Guarantee ......................................................................................... 23
10 Force Majeure ................................................................................................................... 23
11 Liquidated Damages ......................................................................................................... 24
12 Extension of time ............................................................................................................... 24
Page 3
13 Assignment ......................................................................................................................... 25
14 Dispute Settlement and Enforcement .............................................................................. 25
15 Arbitration ......................................................................................................................... 25
16 Termination of Agreement ............................................................................................... 25
17 Governing Law .................................................................................................................. 26
18 Fraud and Corruption ...................................................................................................... 26
C. BID FORM ........................................................................................................................ 28
Page 4
Introduction
The State Trading Corporation (STC), the trading arm of the Government of Mauritius, is
responsible for the importation of essential commodities, such as petroleum products,
liquefied petroleum gas, wheat flour and rice with a turnover of more than USD 750
million.
STC is exempted from the provisions of the Public Procurement Act, by Government
Notice No. 68 of 29 June 2009, in respect of procurement of goods destined for resale
including Petroleum Products.
Page 5
A. INSTRUCTION TO BIDDERS
SUPPLY OF PETROLEUM PRODUCTS
FOR THE PERIOD 1 AUGUST 2019 TO 31 JULY 2020
1. Invitation
STC is inviting Bids through Open Advertised Bidding (Standard) method for the supply
of the following quantities of petroleum products with a tolerance +/- 10% at STC’s option
for the period 1 August 2019 to 31 July 2020:
Clean Petroleum Products (CPP):
a) 195,000 metric tons of Unleaded Motor Gasoline (Mogas 95 RON)
b) 230,000 metric tons of High Speed Diesel (Gasoil 10ppm)
c) 165,000 metric tons of Marine Gas Oil – (MGO)
d) 325,000 metric tons of Jet Aviation Fuel (Jet A1)
Dirty Petroleum Products (DPP):
a) 55,000 metric tons of Fuel Oil 180 CST Catalytic Cracked product, or alternatively
Fuel Oil 180 CST-Residual Marine Fuel Category ISO-F RMG 180*(HSFO 180 CC)
b) 140,000 metric tons of Fuel Oil 180 CST Straight-Run product, or alternatively Fuel
Oil 180 CST - Residual Marine Fuel Category ISO-F RMG 180* (HSFO 180 SR)
c) 130,000 metric tons of Fuel Oil 380 CST Straight-Run product or alternatively Fuel
Oil 380 CST - Residual Marine Fuel Category ISO-F RMG 380* (HSFO 380)
Bidders are required to quote for all four grades of Clean Petroleum Products and/or
all three grades of Dirty Petroleum Products.
2. Collection of Bidding Document
2.1. Prospective Bidders may obtain the Bidding document from the STC, 55 Business
Zone, Ebene Cybercity 72201, Ebene, Reduit, Republic of Mauritius against the
payment of a non-refundable fee of MUR 1,500/- (Mauritian Rupees one thousand
and five hundred) plus 15% VAT per set or download from the web site of STC at
http://www.stcmu.com free of charge.
2.2. The set of bidding document consists of the following:
A. Instructions to Bidders;
B. Conditions of Contract;
C. Bid Form Annexes
Annex I - Specifications for Unleaded Motor Gasoline (Mogas 95 RON)
Annex II - Specifications for High Speed Diesel (Gasoil 10ppm)
Annex III - Specifications for Marine Gas Oil (MGO)
Annex IV - Specifications for Jet Aviation Fuel (Jet A1)
Annex V - Specifications for Fuel Oil 180 CST Catalytic Cracked product
Annex V/ 1 - Specifications for Fuel Oil 180 CST - Residual Marine Fuel Category
ISO-F RMG 180
Page 6
Annex VI - Specifications for Fuel Oil 180 CST Straight-Run product
Annex VI / 1 - Specifications for Fuel Oil 180 CST - Residual Marine Fuel Category
ISO-F RMG 180
Annex VII - Specifications for Fuel Oil 380 CST Straight-Run product
Annex VII / 1 - Specifications for Fuel Oil 380 CST - Residual Marine Fuel Category
ISO-F RMG 380
Annex VIII - Company Profile
Annex IX - Proforma of Performance Bank Guarantee
Annex X - Form of Agreement.
Annex XI - Proforma of Tender Bond
Annex XII - Bid Submission Checklist
3. Submission of Bids
Prospective bidders are required to send their bid:
(i) Either, on-line through the following secured email address in PDF format
at latest by Monday 29 April 2019, at 14.00 hrs latest (GMT+4) on the
following email address: [email protected],
(ii) Or deposited in the Tender Box, situated at the Registry of STC, in sealed
envelopes, by Monday 29 April 2019 at 14.00 hrs latest (GMT+4).
3.1 Bids contained in sealed-envelopes marked “Tender – Petroleum Products”
(Reference STC/01/19) on the top left-hand corner should be addressed to:
General Manager
State Trading Corporation
55, Business Zone,
Ebene Cybercity 72201,
Ebene,
Reduit,
Republic of Mauritius.
Bids sent by registered mail should reach the STC at above address by Monday 29
April 2019, at latest 14.00 hrs (GMT+4) or deposited in the Tender Box marked
“Tender – Petroleum Products” situated in the Training Room of STC by
Monday 29 April 2019, at latest 14.00 hrs (GMT+4). Bids received after 14.00 hrs
on Monday 29 April 2019 will NOT be considered.
3.2 Offers received through secured mail after 14.00 hrs (GMT+4) on Monday 29
April 2019, shall NOT be considered.
3.3 Offers submitted to an email address other than the one listed above or in a
different format other than PDF shall NOT be considered. If offers are emailed
and /or copied to any other party at the STC, the offers shall NOT be considered.
3.4 Offers sent through courier shall reach the STC by the closing date and time fixed
for the receipt of offers.
3.5 Bids and all related correspondence as well as supporting documents furnished by
the bidder shall be in English.
Page 7
3.6 The Bid shall comprise documents as listed in the Bid Submission Checklist as at
Annex XII.
4. Tender Bond
4.1. Every bidder shall submit with his offer an ORIGINAL Tender Bond in
accordance with the attached Proforma - Annex XI - issued by a commercial bank
registered and operating in Mauritius in favour of the STC, for the amount of
USD 500,000 guaranteeing that the bidder shall maintain the said offer during its
validity period and shall enter into a contract, including the submission of a
Performance Bank Guarantee within ten days of the date of notification of
acceptance of the said offer.
4.2. Any offer not supported by a valid Tender Bond shall be rejected.
4.3. The Tender Bond in ORIGINAL shall reach STC by Monday 29 April 2019 up to
14:00 hrs Mauritian time at latest.
4.4. The Tender Bond shall be valid up to and including Friday 9 August 2019.
4.5. The Tender Bond shall be forfeited without any notice, demand or other legal
process if a bidder fails to comply with any of the following conditions contained
in the Tender Bond:
(a) if a Bidder withdraws its bid during the period of bid validity specified by
the Bidder on the Bid Submission Form; or
(b) if a Bidder refuses to accept a correction of an error appearing on the face
of the Bid; or
(c) if the successful Bidder fails to: sign the Contract or or furnish a
performance security.
5. Validity of Bid
The Bidder shall indicate that its bid is a firm offer and shall remain valid up to and
including Friday 9 August 2019.
In exceptional circumstances, prior to the expiration of the bid validity period, STC
may request bidders to extend the period of validity of their bids. The request and
the responses shall be made in writing. The Tender Bond shall also be extended for
a corresponding period. A Bidder may refuse the request without forfeiting its
Tender Bond. A Bidder granting the request shall not be required or permitted to
modify its bid.
6. Clarifications
Prospective Bidders requiring any clarification regarding the Bidding Document
shall submit their request in writing to the following address:
General Manager
State Trading Corporation
55, Business Zone
Ebene Cybercity 72201
Ebene, Reduit, MAURITIUS
E-mail address: [email protected]
Fax Number: (230) 489 1861
Page 8
Request for clarifications should be made not later than 14 days prior to the
closing date for the submission of bids.
7. Closing date and time for receipt of bids:
Monday 29 April 2019 up to 14:00 hrs (GMT +4) at latest.
8. Opening of Bids
Bids will be opened on the second floor of STC Head Office on Monday 29 April
2019 at 14.00 hrs (GMT +4) in the presence of bidders or their representatives who
wish to attend.
9. Bid Form
9.1. Bids shall be made strictly in the format of, and in accordance with the Bid Form
provided at section C of the Bidding document. Bidders should insert the figures
and words in the space provided.
9.2. Bids shall be signed by a person or persons duly authorised and with enclosed
authority to bind the company. Bidders should therefore submit a document
(together with their bid) indicating that the person or persons signing the bid is/are
duly authorised to bind the bidder.
9.3. The completed Bid Form shall be without alterations, interlineations or erasures.
9.4. Bid forms shall be rejected in case prices are unclear, ambiguous. Where the
amounts as specified in figures do not tally with the amounts specified in words,
the amounts specified in words shall prevail.
10. Qualification of the Bidder
10.1 The Bidder shall submit the following documents with his offer:
(i) a Company Profile in accordance with Proforma at Annex VIII;
(ii) the last two years audited financial statements (2017 and 2018); In case
Audited Financial Statements for 2018 is not available, provide for 2016 &
2017)
(iii) information regarding any litigation, current and during the last five years,
in which the Bidder is involved, the parties concerned, and disputed
amount, if any;
(iv) list of contracts that have been terminated prior to their expiry dates in the
last three years and reasons for such occurrences, if any.
A consistent history of litigation or arbitration awards against the Bidder may
result in disqualification.
10.2 Any information submitted under paragraph 10.1 (iii) & (iv) by a Bidder which
after the award of the contract is found to be false and misleading may lead to the
STC taking appropriate action, including but not limited to, termination of the
contract.
Page 9
11. Responsiveness of Bids
Bids shall be fully responsive to all mandatory requirements of the Bidding
document without material deviation, reservation or omission.
12. Evaluation Criteria
The following guidelines shall be considered in determining the best evaluated bid:
(1) Price quoted;
(2) Reliability and financial standing of Bidder;
(3) Capability of Bidder to deliver Petroleum Products to the STC;
(4) Past experience of the Bidder in the exportation of Petroleum Products.
13. Notification and Award of Contract
13.1. The State Trading Corporation shall first notify the successful bidder(s) that
his/their bid has/ve been selected for an award of contract. Upon award, the name
of the successful bidder(s) shall be published on STC’s website.
13.2. The STC reserves the right:
i) to accept or reject any bid;
ii) to split the contract; and
iii) to annul the bidding process and reject all bids at any time prior to award of
contract without incurring any liability to the bidder.
14. Contract Agreement
Unless and until a formal Agreement as per Annex X is prepared and executed, the
terms and conditions of the bidding document as agreed together with its written
acceptance thereof by the selected bidder shall constitute a binding contract
between the selected Bidder and the Buyer and shall be deemed to all intents and
purposes to constitute the contract Agreement. The violation of any condition in
any manner whatsoever may lead to the termination of the Agreement.
15. Conduct of bidders and suppliers
(1) A bidder or a supplier shall not engage in or abet any corrupt or fraudulent
practice, including the offering or giving, directly or indirectly of improper
inducements, in order to influence a procurement process or the execution
of a contract, including interference in the ability of competing bidders to
participate in procurement proceedings.
(2) A bidder or a supplier shall not engage in any coercive practice threatening
to harm, directly or indirectly, any person or his property to influence his
participation in a procurement process or affect the execution of a contract.
(3) A bidder shall not engage in collusion, before or after a bid submission,
designed to allocate procurement contracts among bidders, establish bid
Page 10
prices at artificial non-competitive levels or otherwise deprive the
Corporation of the benefit of free and open competition.
(4) The STC shall reject a bid if the bidder offers, gives or agrees to give an
inducement referred to in subsection (1) and promptly notify the rejection
of the bid to the bidder concerned.
16. Eligible Bidders
16.1. Subject to Clause 16.2, a Bidder, and all parties constituting the Bidder,
may have the nationality of any country. A Bidder shall be deemed to have
the nationality of a country if the Bidder is a citizen or is constituted,
incorporated, or registered and operates in conformity with the provisions
of the laws of that country. This criterion shall also apply to the
determination of the nationality of proposed subcontractors or suppliers for
any part of the Contract including Related Services.
16.2. A firm shall be excluded if by an act of compliance with a decision of the
United Nations Security Council taken under Chapter VII of the Charter of
the United Nations, Mauritius prohibits any import of goods or contracting
of Works or services from a country where it is based or any payment to
persons or entities in that country. A firm shall also be excluded in case any
dealing with that firm would expose Mauritius to any sanction, prohibition
or restriction under United Nations resolutions or the trade or economic
sanctions, laws or regulations of the European Union, United Kingdom or
United States of America.
16.3. A bidder may be a private entity or government-owned entity or any
combination of such entities supported by a letter of intent to enter into an
agreement or is under an existing agreement in the form of a Joint Venture
or Association (JVA). In the case of a Joint Venture or Association:
(a) unless otherwise specified in the bidding documents, all partners shall be
jointly and severally liable and
(b) the JVA shall nominate a representative who shall have the authority to
conduct all business for and on behalf of any and all the partners of the
JVA during the bidding process and, in the event the JVA is awarded the
contract, during contract execution.
16.4. The STC may require the submission of signed statements from the bidders,
certifying eligibility, in the absence of other documentary evidence
establishing eligibility.
Eligibility requirements may concern:
(a) business registration, for which evidence may include the certificate
of company registration;
(b) tax status, for which documentation of tax registration and tax
clearance are particularly relevant;
Page 11
(c) certification by the bidder of the absence of a debarment order and
absence of conflict of interest; and
(d) certification of status regarding conviction for any offence involving
fraud, corruption or dishonesty.
16.5. Bidders shall be allowed to participate in procurement proceedings without
regard to their nationality subject to paragraph 16.2.
(a) With a view to facilitating participation by bidders, the STC shall
accept the submission by bidders of equivalent documentation when
particular documents required by the bidding documents are not
available or issued, for example, in a foreign bidder’s country of
origin.
(b) The STC may also accept certifications from bidders attesting to
compliance with eligibility requirements.
16.6. A bidder shall not have a conflict of interest. All bidders found to have a
conflict of interest shall be disqualified. Bidders may be considered to have
a conflict of interest with one or more parties in this bidding process, if
they:
(a) have controlling partners in common; or
(b) receive or have received any direct or indirect subsidy from any of
them; or
(c) have the same legal representative for purposes of this bid; or
(d) have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to
information about or influence on the bid of another bidder; or
(e) participated as a consultant in the preparation of the bidding
document or technical specifications of goods that are the subject of
the bid.
16.7. Groups of bidders may submit bids or put themselves forward as
candidates, either individually or as partner in a joint venture. However, a
bidder may only submit or participate in one bid.
16.8. Participation by a bidder in more than one bid will result in disqualification
of all bids in which the party is involved. However, this does not limit the
inclusion of the same subcontractor in more than one bid.
16.9. While submitting any bid, the firm, company or institution, shall specify
whether or not any agent has been appointed in Mauritius, and if so:
(a) the name and address of the agent;
Page 12
(b) the figure of the commission amount payable to the agent, type of
currency and mode of payment;
(c) any other condition agreed with the agent; and income tax
registration certificate of the local agent and acceptance letter of the
agent.
If a bid submitted stated that there is no local agent, and if it is proved thereafter
that there exists an agent or if a bid has stated an amount for a commission and it is
proven that there exists a higher amount for that commission, the STC may take
appropriate action, including but not limited to, termination of the contract.
17. Eligible Goods and Related Services
17.1 All the Goods and Related Services to be supplied under the Contract may
have their origin in any country subject to clause 16.1 and 16.2
17.2 For purposes of this Clause, the term “goods” includes commodities, raw
material, machinery, equipment, industrial plants and “related services”
which include services such as insurance.
17.3 The term “origin” means the country where the goods have been mined, grown,
cultivated, produced, manufactured or processed; or, through manufacture,
processing, or assembly, another commercially recognized article results that
differs substantially in its basic characteristics from its components.
18. Confidentiality
The parties agree to maintain any and all confidential information acquired, gained
or otherwise received by either party, which are not publicly available or
accessible, in strict confidence and not to disclose any such confidential
information to any third party without prior written consent of the other party.
Page 13
B. CONDITIONS OF CONTRACT
1 Schedule of Requirements
The following products are required by the STC and the period of supply shall be
1 August 2019 to 31 July 2020.
1.1. Products
Clean Petroleum Products
a) Unleaded Motor Gasoline 95 RON (Mogas 95 RON) conforming to
specifications at Annex I;
b) High Speed Diesel (Gasoil 10ppm) conforming to specifications at Annex
II;
c) Marine Gas Oil (MGO) conforming to specifications at Annex III;
d) Jet Aviation Fuel (Jet A1) conforming to specifications at Annex IV
Dirty Petroleum Products
e) Fuel Oil 180 CST Catalytic Cracked product (HSFO 180 CC) conforming to
specifications at Annex V or Fuel Oil 180 CST - Residual Marine Fuel
Category ISO-F RMG 180 product conforming to specifications at Annex
V/1;
f) Fuel Oil 180 CST Straight-Run product (HSFO 180 SR) conforming to
specifications at Annex VI or Fuel Oil 180 CST - Residual Marine Fuel
Category ISO-F RMG 180 conforming to specifications at Annex VI / 1;
g) Fuel Oil 380 CST Straight-Run product (HSFO 380) conforming to
specifications at Annex VII or Fuel Oil 380 CST - Residual Marine Fuel
Category ISO-F RMG 380 conforming to specifications at Annex VII / 1.
1.2. Quantity
The Bid is for the supply of petroleum products shall be as follows:
1.2.1 Clean Petroleum Products
(a) 195,000 metric tons +/- 10% at STC’s option of Mogas 95 RON
(b) 230,000 metric tons +/- 10% at STC’s option of Gasoil 10ppm
(c) 165,000 metric tons +/- 10% at STC’s option of MGO
(d) 325,000 metric tons +/- 10% at STC’s option of Jet A1
Page 14
1.2.2 Dirty Petroleum Products
(e) 55,000 metric tons +/- 10% at STC’s option of HSFO 180 CC
(f) 140,000 metric tons+/- 10% at STC’s option of HSFO 180 SR
(g) 130,000 metric tons +/- 10% at STC’s option of HSFO 380
1.2.3 The State Trading Corporation reserves the right to increase the quantities
in response to changes in the level of demand of the products in Mauritius
1.3. Delivery Terms
Bidders shall be required to submit their offer as follows:
(a) Delivery at Place (DAP), Port Louis Mauritius and/or
(b) FOB basis (Port to be specified by the Bidder).
Award of the contract will be either on DAP, Port Louis or FOB basis.
1.4. Delivery/Parcel Sizes
(a) Commencement of deliveries of contracted quantities for all products at discharge
port would be as from 1 August 2019. However, supplier/s may be required to
supply the first shipment in July 2019. Arrival of shipments in Port Louis shall be
scheduled throughout the contract period strictly in accordance with STC's
requirements. Cargo size and composition for any consignment shall be
determined by the STC. The Supplier will be allowed an operational tolerance of
plus or minus 5% for each cargo.
(b) Laycan
For DAP Basis
The Buyer shall provide to the Supplier, prior to nomination of the vessel, the
laycan at discharge port 24 days in advance. The agreed laycan of delivery shall
be binding on both parties. The Supplier shall be allocated 3 days’ laycan.
In the event that Supplier’s vessel does not arrive at the discharge port within the
agreed laycan, all the time lost for awaiting berth availability and/or the expenses
incurred for the shifting of any other vessel occupying the berth together with any
demurrage incurred to the other vessel to accommodate the Supplier’s vessel shall
be borne by the Supplier.
The carrier vessel shall be subject to International vetting system by Oil Majors
(Total/Shell).
For FOB Basis
Buyer shall intimate Tentative Upliftment Plan of the CPP and DPP to the Supplier
24 days in advance of the lifting, with quantities, grades and three (3) days lay can.
Page 15
Supplier agrees to consider 15 clear days’ advance notice during unforeseen
change in quantity.
(c) Cargoes of CPP shall be in lots of 43,000 metric tons +/- 5 % at STC’s option. The
normal segregations of CPP shall be in lots of:
(i) Mogas 95 RON : 9,000 to 12,000 metric tons;
(ii) Gasoil 10ppm :10,000 to 14,000 metric tons;
(iii) MGO :4,000 to 6,000 metric tons;
(iv) Jet A1 :18,000 to 22,000 metric tons.
(d) Cargoes of DPP shall be in lots of 33,000 metric tons +/- 5 % at STC’s option. The
normal segregations of cargoes of DPP shall be in lots of:
(i) HSFO 180 CC: 4,500 to 6,000 metric tons;
(ii) HSFO 180 SR: 8,000 to 15,000 metric tons;
(iii) HSFO 380 : 10,000 to 15,000 metric tons.
(e) The nominated vessel must have the flexibility to load products as per the
requirements of STC. However, vessel may be required to increase or decrease
parcels of individual product in response to changes in the level of demand of each
product in Mauritius.
(f) All CPP shall be shipped separately from DPP. The co-freighting of CPP with DPP
shall NOT be permitted.
(g) Cargoes of CPP and DPP shall be shipped in double hull vessels only.
(h) CPP shall be loaded in vessels with double-valve segregation between grades.
1.5. Schedule of Prices
a) Bidders shall quote a premium covering all expenses for delivery at place
(DAP) basis Port Louis, Mauritius, or FOB Basis as hereunder:
S.N Product Unit
a) Mogas 95 RON USD/Metric Ton
b) Gasoil 10ppm USD/US Barrel
c) MGO USD/US Barrel
d) Jet A1 USD/US Barrel
e) Fuel Oil 180 CST Catalytic
Cracked product, or alternatively
Fuel Oil 180 CST - Residual
Marine Fuel Category ISO-F
RMG 180
USD/Metric Ton
f) Fuel Oil 180 CST Straight-Run
product, or alternatively Fuel Oil
180 CST - Residual Marine Fuel
Category ISO-F RMG 180
USD/Metric Ton
Page 16
g) Fuel Oil 380 CST Straight-Run
product or alternatively Fuel Oil
380 CST - Residual Marine Fuel
Category ISO-F RMG 380
USD/Metric Ton
b) The price basis DAP, Port Louis shall be inclusive of all port charges
payable in Port Louis.
c) The premiums shall remain fixed for the entire duration of the contract.
d) The prices DAP, Port Louis or FOB Basis shall be based on the “Reference
Prices” as defined at 1.5(e) below, added to the premium quoted by the
bidder.
e) Reference Prices shall be defined as follows:
(i) Unleaded Motor Gasoline (Mogas 95 RON) Mean of quotations for ‘Premium Gasoline 10ppm’, as published in
Platt’s Oilgram European Marketscan (POEM), under the heading
‘Mediterranean Cargoes’ for 'FOB Med (Italy)' averaged over the
five days around the date of Bill of Lading (B/L) as defined below,
including any published corrections.
(ii) High Speed Diesel (Gasoil 10ppm) Mean of quotations for ‘Gasoil 10 ppm’, as published in APAG,
under the heading ‘Middle East Physical Oil Assessments” for
“FOB Arab Gulf' averaged over the five days around the date of
B/L as defined below, including any published corrections.
(iii) Marine Gas Oil (MGO) Mean of quotations for ‘Gasoil 0.25% Sulfur’, as published in
APAG, under the heading ‘Middle East Physical Oil Assessments”
for “FOB Arab Gulf' averaged over the five days around the date of
B/L as defined below, including any published corrections.
(iv) Jet Aviation Fuel (Jet A1) Mean of quotations for ‘Kerosene’, as published in APAG, under the
heading ‘Middle East Physical Oil Assessments” for “FOB Arab
Gulf' averaged over the five days around the date of B/L as defined
below, including any published corrections.
.
(v) Fuel Oil 180 CST (Catalytic Cracked) / Fuel Oil 180 RMG
Mean of quotations for Platt’s ‘HSFO 180 CST’ as published in
APAG, under the heading ‘Middle East Physical Oil Assessments”
for “FOB Arab Gulf' averaged over the five days around the date of
B/L as defined below, including any published corrections
Page 17
(vi) Fuel Oil 180 CST (Straight-Run) / Fuel Oil 180 RMG
Mean of quotations for Platt’s ‘HSFO 180 CST’ as published in
APAG, under the heading ‘Middle East Physical Oil Assessments”
for “FOB Arab Gulf' averaged over the five days around the date of
B/L as defined below, including any published corrections
(vii) Fuel Oil 380 CST (Straight-Run) / Fuel Oil 380 RMG Mean of quotations for Platt’s ‘HSFO 380 CST’ as published in
APAG, under the heading ‘Middle East Physical Oil Assessments”
for “FOB Arab Gulf' averaged over the five days around the date of
B/L as defined below, including any published corrections
f) The pricing period for the above products shall be averaged over 5 days
around the date of Bill of Lading, further defined as follows:
The Buyer and Seller have agreed for the pricing basis of 5 (five) days
around the B/L and for the sake of clarity, the pricing period is defined as
under:
The arithmetic average of 5 (five) mean quotations as published in Platt’s
Asia Pacific / Arab Gulf Marketscan (APAG) under the heading ‘Middle
East Physical Oil Assessment’ for FOB Arab Gulf and Platts Oilgram
European Marketscan (POEM) under the heading ‘Mediterranean Cargoes’;
with 2 (Two) consecutive published quotations prior to the B/L date, the
published quotation on the B/L date and 2 (two) consecutive published
quotations after the B/L date, including any published corrections, plus the
premiums.
If Platts does not publish effective prices for a particular Bill of Lading
date, then the 3 (three) consecutive published quotations immediately prior
to B/L date and the 2 (two) consecutive published quotations immediately
after B/L date shall apply for above average.
g) If Platts' Oilgram Price Report ceases to publish prices under price
headings referred to above, then STC or Supplier shall notify the other
party and they shall meet within fifteen (15) days of such notification to
agree on such adjustment to the pricing formula described above, as may be
appropriate. The parties shall make every reasonable effort to agree on a
new pricing basis. However, if agreement is not reached within forty-five
(45) days from the said notification, the contract between STC and Supplier
shall terminate forthwith except that such termination shall not affect
cargoes the loading of which commenced prior thereto. Such cargoes
shall be invoiced at the price last determinable in accordance with the
foregoing provisions.
f) In accordance with standard oil industry practice, price calculations shall be
adjusted to the nearest hundredth of a US cent per Metric Ton or US cent
per US Barrel (as applicable) by rounding off 0.005 and above as 0.01 and
ignoring figures below 0.005.
Page 18
2 Documentation
a) As soon as possible after loading, Supplier shall provide to the Buyer the
following documents:
(i) Commercial Invoice
(ii) All ORIGINAL Bills of Lading
(iii) Non-negotiable copies of Bill of Lading (as requested)
(iv) Certificate of Quality/Quantity/Origin
(v) Certificate of Insurance (DAP only)
(vi) Cargo Manifest
(vii) Time Sheet
(viii) Ullage Report
(ix) Master’s receipt of Documents (DAP only)
(x) Independent Inspector’s Report
(xi) Bunker Survey (DAP only)
(xii) Vessel’s Tank History Report (DAP only)
(xiii) Vessel’s Experience Factor (DAP only)
(xiv) Release Certificate of cargoes (DAP only)
(xv) Refinery Certificate of quality together with Certificate of Analysis
from Independent Inspectors at loading port. (DAP only)
b) The Supplier shall endeavour to provide such other documents as the Buyer
may reasonably request in good time before loading.
c) The supplier shall provide a copy of Bill of lading, Certificate of Quality
and Quantity 5 days before arrival of tanker at port of discharge.
3 Payment
(i) Payment shall be made 30 days from Bill of Lading date on Open Account basis.
A Letter of Credit can be issued at the request of the Seller but the LC charges
shall be for the account of the Seller. Bidders shall specify the type of LC which
will be opened by a bank licensed with the Bank of Mauritius. If payment falls on a
non-banking day (Mauritius and USA), the next banking day shall be deemed to be
the payment day.
(ii) In case of discrepancies of above half a percent (0.5%) on a productwise basis
between quantities found at loading and discharge ports as at Clause 6 below,
settlement of the DAP value for the product(s) with such discrepancies shall be
effected on the basis of the quantity certificate(s) issued at unloading port provided
that the quantity certificate(s) referred to, below, has/have already been received by
Supplier at least ten (10) days prior to the maturity date of the payment of the DAP
value of each shipment.
(iii) For DAP Basis; In the event that the Bill of Lading Date is more than 21 days prior
to Notice of Readiness for discharge being given, STC has the right to elect for the
Bill of Lading Date to be deemed to be 21 days before the Notice of Readiness day
(counted as day zero) both for the purpose of determining the price and for the
purpose of determining the day for payment as described in Clause 3(i) above.
Page 19
4 Risk and Title
For DAP Basis: Notwithstanding any other provisions of this Agreement, title and
risk shall pass from Supplier to Buyer as the product passes the vessel’s permanent
hose connections at the discharge port and is delivered in Port Louis. The product
shall be consigned to the Buyer.
For FOB Basis: Title and risk shall pass to Buyer at the load port as the Product
passes the flanges connecting Seller’s delivery hoses to the loading connection of
Buyer’s vessel.
5 Quantity and Quality Determination at Loading Port
For DAP Basis: The determination of quantity and quality of products delivered
shall be made in accordance with accepted practice at the loading port by an
independent internationally recognized surveyor, who shall prepare and sign
certificates as to the quantity and quality of products delivered by Supplier. The
Supplier shall bear the inspection costs at loading port.
For FOB Basis: The quality of the Product to be supplied shall be as per
specifications in the annexures.
Quality determination shall be as per the Supplier's Refinery Laboratory test results
of individual Load port shore tank samples taken prior to loading and/or composite
sample.
The measurement of quantity of product loaded shall be based on shore tank dips
immediately before commencement of loading and immediately after completion
of loading. The determination of quantity of product delivered shall be made in
accordance with the accepted practice of the loading port.
Buyer shall appoint an independent internationally recognized surveyor. The
survey would be done to ascertain the quality and quantity at the loading terminal.
The findings of the survey report at the loading terminal shall be final and binding
on both parties, except in cases of fraud or manifest error. The Buyer shall bear the
inspection costs at loading port.
6 Quantity and Quality Determination at Discharge Port
6.1 Quantity Determination
For DAP Basis: Buyer shall appoint an independent internationally recognized
surveyor to determine the quantity received in shore tanks at discharge port and it
will ensure that the products are sampled in accordance with accepted practice
immediately prior to discharge at discharge port. In case of discrepancies above
half a percent (0.5%) on a product-wise basis between quantities found at loading
and discharge ports, the quantities found at discharge port shall be deemed final,
conclusive and binding upon both parties. For discrepancies below half a percent
(0.5%), the quantities determined at loading port shall be final.
Page 20
6.2 Quality Determination
The Buyer shall appoint an independent internationally recognized surveyor who
will collect samples of petroleum products on board vessels prior to discharge for
testing purposes.
For DAP Basis: In case of differences in the quality of the products between
samples taken at loading and discharge ports, the quality determined at
discharge port shall be deemed final and binding on both parties. STC shall
bear the survey costs at discharge port.
7 Loading Conditions (Applicable for FOB Basis)
Laytime for loading at load port shall be 72 hours SHINC. The Laytime shall
commence 6 hours after the tendering of notice of readiness (NOR) or when the
Vessel commences loading, whichever first occurs within the agreed lay days.
Demurrage payment if any shall be as per charter party rate and shall not exceed
USD 20,000 PDPR.
8 Discharging Conditions (Applicable for DAP Basis)
(a) When the vessel has arrived at the Port of discharge (or as near thereto as she
can safely get) and is ready to discharge, a NOR shall be tendered to STC or its
representative, as the case may be, by the Master.
For DPP, NOR may be tendered any time between 06.00 hours and 18.00
hours, with or without free pratique having been granted, berth or no berth. If
vessel arrives after 18.00 hours NOR shall be tendered the next day at 06.00
hours. However, if vessel arrives after 18.00 hours and Port Authorities are
agreeable to have the vessel berthed immediately, NOR can be tendered on
berthing of the vessel. No such restriction is applicable to CPP tankers.
(b) STC shall be allowed 84 hours of laytime for discharging a cargo of 42,000
metric tons of CPP, or pro-rata for smaller or larger quantities.
STC shall be allowed 72 hours of laytime for discharging a cargo of 32,000
metric tons of DPP, or pro-rata for smaller or larger quantities.
The maximum receiving capacity is 800 metric tons per hour and maximum
permitted shore pressure is 100 psi. Vessels are expected to discharge at a
minimum average rate of 500 metric tons per hour.
If vessels are unable to pump products at this minimum average rate, laytime
shall be extended proportionately.
The discharging flexible hoses for CPP and Fuel Oil (180 CST) are 8 inches in
diameter which connect to 10 inches diameter of shore pipelines all through to
the terminal. The distances of tank farms from the berths varies between 500
m to 2.5 km.
Page 21
Fuel Oil 380 CST will be pumped after adequate preheating to storage tanks
situated some 800 metres from the berthing quay through a Fuel Oil Pipeline of
400 mm (16 inches) nominal diameter and at a rate of about 1000 cubic
metres/hour. The marine vessel should be adequately equipped for the
handling of a 300 mm (12 inches) nominal diameter flexible piping in three
sections and about 30 m overall length for the connection from the ship to the
Fixed Flange of Fuel Oil Pipeline. All the handling procedures of the supply
accessories will be under the responsibility of the Supplier who will have
therefore to ascertain the smooth transfer of the product to shore reservoirs.
The performing vessels for DPP should be equipped with drip sampling facility
so that drip samples can be collected throughout the discharge operations.
(c) Laytime shall start to count:
1. In case of the vessel having tendered NOR within three days either side of
the confirmed ETA, 6 hours after NOR is tendered, even if notice time is
used.
2. In case of the vessel arriving outside the range of three days either side of
the confirmed ETA, upon commencement of discharge or 6 hours after
NOR, whichever is later.
(d) No time shall count against laytime or, if the vessel is on demurrage as time on
demurrage, when spent or lost:
1. Due to breakdown, inefficiency or other cause attributable to the vessel
and/or owners/suppliers;
2. As a result of stoppage by strike or restraint of labour of master, officers or
crew of the vessel;
3. In handling slops, ballast or bunkering.
(e) If regulations of port authorities or the carrier prohibit discharge of the cargo at
night or because of weather and sea conditions, time so lost shall not count as
used laytime or time on demurrage.
(f) CPP are discharged on one quay. CPP are discharged at either New Oil Jetty
or Quay 1 with the following berth details:
New Oil Jetty:
Berth/jetty length - 270 metres
Minimum DWT - 5,000 DWT
Maximum DWT - 62,000 DWT
Maximum permissible draft - 14.0 metres
Permissible LOA - 230 metres
Page 22
Quay 1:
Berth/jetty length - 125 metres
Maximum DWT - 44,000 DWT
Maximum permissible draft - 12.0 metres
Permissible LOA - 230 metres
Remark: Vessel will overhang on both extremes of quay
(g) DPP are discharged on three quays and vessel may be shifted up to two times.
All shifting costs are for Supplier’s account.
DPP are discharged at Bulk Sugar Terminal (BST), Quay D and Quay 1 with
the following berth details:
BST:
Berth/jetty length - 210 metres
Maximum DWT - 40,000 DWT
Maximum permissible draft - 11.0 metres
Permissible LOA - 230 metres
Remark: Vessel will overhang on both extremes of quay
Quay D:
Berth/jetty length - 180 metres
Maximum DWT - 40,000 DWT
Maximum permissible draft - 11.0 metres
Permissible LOA - 230 metres
Remark: Vessel may overhang by some 20 metres. Quay A/D is a combined
quay (388 metres long).
Quay 1:
Berth/jetty length - 125 metres
Maximum DWT - 44,000 DWT
Maximum permissible draft - 12.0 metres
Permissible LOA - 230 metres
Remark: Vessel will overhang on both extremes of quay
(h) For all time used in excess of allowed laytime, demurrage shall be paid per
running hour or pro-rata part thereof by STC to Supplier at the rate quoted by
the Supplier and shall not exceed USD 20,000 PDPR.
(i) Dues and other charges on the vessel at discharge port, whether or not based on
the quantity of oil discharged, shall be borne by Supplier. Any taxes on freight
and any dues, charges or taxes on the vessel, whether measured against freight
or otherwise, and whether incurred at loading or discharge port, shall be for the
Supplier's account. Any charges for the use of any wharf, dock, place of
mooring facility to discharge oil shall be for the Supplier's account.
(j) Vessels to use the following Agent at discharge port.
Mauritius Shipping Corporation Ltd.
Nova Building
1, Military Road
Port Louis
Page 23
MAURITIUS
Tel: (230) 217-2285 E-Mail: [email protected]
Fax:(230) 242-5245, (230) 216-9760
9 Performance Bank Guarantee
9.1 STC requires the selected bidder to make available to STC a Performance Bank
Guarantee, in accordance with the attached proforma - Annex IX - issued by an
acceptable commercial bank registered and operating in Mauritius in favour of
STC, for a value of USD five million (5,000,000), guaranteeing full and
complete performance by Supplier of the terms and conditions of the
Agreement.
The Performance Bank Guarantee shall be subscribed and submitted to STC
within ten (10) days after notification of acceptance of his tender to the
successful bidder and shall remain valid until two full months after the expiry
date of the last date of the delivery month stipulated in the Agreement. Failure
to submit the Bank Guarantee within the prescribed delay may entail
cancellation of Buyer’s acceptance of the Bid.
9.2 STC shall drawdown the corresponding amount on the performance bond in the
event any cost is being incurred during the course of the contract further to:
(a) the Supplier’s vessel not reaching discharge port within the agreed laycan
(cf: Clause 1.4 (b)) and resulting in STC having recourse to alternative
measures to avoid disruption of stocks (Applicable for DAP Basis);
(b) difference in the quality of product provided to STC (cf: Clause 6.2) by the
Supplier leading to freezing of stocks.
9.3 The Supplier shall restore within (20) twenty days’ the initial Performance
Bank Guarantee of USD five million in the event a drawdown is effected by
the Buyer.
10 Force Majeure
(a) The Supplier shall not be liable for forfeiture of its Performance Security,
liquidated damages, or termination for default if and to the extent that its delay
in performance or other failure to perform its obligations under the Contract is
the result of an event of Force Majeure.
(b) For purposes of this Clause, “Force Majeure” means an event or situation
beyond the control of the Supplier that is not foreseeable, is unavoidable, and
its origin is not due to negligence or lack of care on the part of the Supplier.
Such events may include, but not be limited to, acts of the Buyer in its
sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
(c) If a Force Majeure situation arises, the Supplier shall promptly notify the Buyer in
writing of such condition and the cause thereof. Unless otherwise directed by the
Buyer in writing, the Supplier shall continue to perform its obligations under the
Page 24
Contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.
(d) Force Majeure, shall not include any event which would give rise to an increase in
the premium. Such premium shall remain fixed for the entire period of supply.
11 Liquidated Damages
11.1. DAP Basis
If the Supplier fails to deliver any consignment pursuant to clauses 1.3 and 4
of the Conditions of Contract, the Buyer may without prejudice to all its other
remedies under the Contract deduct from the Contract Price, as liquidated
damages, a sum equivalent 0.5 % of the DAP price of the delayed
consignment for each week or part thereof of delay until actual delivery, up to
a maximum deduction of 2 %. Once the maximum is reached, the Buyer may
terminate the Contract pursuant to conditions of contract, Clause 16 Section B
of the document. The liquidated damage shall be the differential between the
Contractual Price and the Replacement Price
11.2. FOB Basis
If the Supplier fails to load the cargo during the agreed laycan then the
Platts’s quotation applicable shall be the LOWER of the ‘quotations
applicable for the actual laycan’ OR ‘the quotation applicable for the
originally agreed” (i.e prior to shift in laycan). The last day of the agreed
laycan shall be deemed as the BL date. In case, the Buyer has to recourse to
alternative supply, then the differential between the Contractual Price and the
Replacement Price shall be borne by the Seller.
Seller will have to bear all the demurrage charges incurred in the event that
Seller fails to load the cargo during the agreed laycan.
12 Extension of time
12.1. If at any time during performance of the Contract, the Supplier or its
subcontractors should encounter conditions impeding timely delivery of the
product pursuant to Clauses 1.4 and 4 of the Conditions of Contract or in case of
Force Majeure, the Supplier shall promptly notify the Buyer in writing of the
delay, its likely duration, and its cause. As soon as practicable after receipt of the
Supplier’s notice, the Buyer shall evaluate the situation and may at its discretion
extend the Supplier’s time for performance, in which case the extension shall be
ratified by the parties by amendment of the Contract.
12.2. Except in case of Force Majeure, as provided under Clause 10 of the Conditions of
Contract, a delay by the Supplier in the performance of its Delivery and
Completion obligations shall render the Supplier liable to the imposition of
liquidated damages pursuant to Clause 11 of the Conditions of Contract, unless an
extension of time is agreed upon, pursuant to Clause 12.1.
Page 25
13 Assignment
The Supplier shall not assign, in whole or in part, its obligations under this
Contract, except with prior written consent of the Buyer. The Buyer may assign, in
whole or in part, this Contract to any agency of the Government of Mauritius
without the prior approval of the Supplier.
14 Dispute Settlement and Enforcement
If a party to this agreement considers that the other party fails to carry out its
obligations or specific commitments, the parties shall attempt to resolve the dispute
in the following manner:
(i) Inform the other party in writing on the facts of the matter on which the
dispute arises within 14 days;
(ii) Should the exchange of information not resolve the dispute, then the parties
shall convene a meeting within 30 days’ notice; and
(iii) Should the meeting not resolve the dispute then the aggrieved party shall
reserve the right to initiate arbitration as per clause 15.
15 Arbitration
Any dispute arising out of or in connection with this Contract, including any
question regarding its existence, validity or termination, shall be referred to and
finally resolved by arbitration. The parties to the dispute shall jointly appoint an
arbitrator and in the absence of an agreement, an arbitrator shall be appointed by
the Judge in Chambers of the Supreme Court of Mauritius.
The arbitral proceedings shall be conducted in Mauritius as per the Laws of the
Republic of Mauritius. The award of the arbitrator shall be final and binding on
the parties.
16 Termination of Agreement
16.1 Termination for Default
(a) The Buyer, without prejudice to any other remedy for breach of Contract,
by written notice of default sent to the Supplier, may terminate the Contract
in whole or in part:
(i) if the Supplier fails to deliver any or all of the product within the
period specified in the Contract, or within any extension thereof
granted by the Buyer pursuant to Conditions of Contract Clause 12;
(ii) if the Supplier fails to perform any other obligation under the
Contract; or
(iii) if the Supplier, in the judgment of the Buyer has engaged in fraud
and corruption, as defined in Clause 18 of the Conditions of
Contract, in competing for or in executing the Contract.
Page 26
(b) In case of failure by the supplier to perform all or any of its obligations
thirty (30) days after having been notified of same and requested to remedy
such failure, the Buyer may terminate this agreement automatically and as
of right.
Upon notice of termination, the supplier shall take immediate steps to bring
any order already agreed upon to a close in a prompt and orderly manner
and shall not undertake any forward commitment from the date of receipt
of notice of termination.
In the event of termination of the agreement, no payment shall be due from
the Buyer to the supplier, except for shipment effected prior to termination
of agreement.
16.2 Termination for Insolvency.
The Buyer may at any time terminate the Contract by giving notice to the Supplier,
if the Supplier becomes bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or remedy that has
accrued or will accrue thereafter to the Buyer.
16.3 Termination for Convenience.
(a) The Buyer, by notice sent to the Supplier, may terminate the Contract, in
whole or in part, at any time for its convenience. The notice of termination
shall specify that termination is for the Buyer’s convenience, the extent to
which performance of the Supplier under the Contract is terminated, and
the date upon which such termination becomes effective.
(b) The products that are ready for shipment within twenty-eight (28) days
after the Supplier’s receipt of notice of termination shall be accepted by the
Buyer at the Contract terms and prices.
17 Governing Law
The proper law of this Agreement is the Law of the Republic of Mauritius and the
Republic of Mauritius Law shall be used for interpreting the Agreement and for
resolving all claims or disputes arising out of or in connection with this
Agreement, its validity, interpretation and performance, whether based in contract
in tort or on any legal doctrine.
18 Fraud and Corruption
The Government of the Republic of Mauritius requires that bidders, participating
in procurement in Mauritius, observe the highest standard of ethics during the
procurement process and execution of contracts.
If it is demonstrated that a Government official, or anyone acting on his or her
behalf, and or an offer or in a procurement process or a supplier/contractor during
the execution of the contract has committed prohibited or corrupt practices in
connection with procurement in Mauritius, and independently of any penal action
to be undertaken under the laws of Mauritius:
Page 27
(i) STC will reject a proposal to award a contract in connection with the
respective procurement process; or
(ii) where an award has already been made, the STC may terminate the
contract pursuant to clause 16.1.
Page 28
C. BID FORM Date: .............................
General Manager
State Trading Corporation
55, Business Zone,
Ebene Cybercity 72201,
Ebene, Reduit,
Republic of Mauritius.
Dear Sir,
Tender for Supply of Petroleum Products for period 1 August 2019 to 31 July 2020
Having examined the bidding document dated 25 March 2019, the receipt of which is
hereby duly acknowledged, we, the undersigned offer to supply and deliver petroleum
products during 1 August 2019 and 31 July 2020 for the following products:
Item 1 Clean Petroleum Products (CPP) (a,b,c,d)
Item 2 Dirty Petroleum Products (DPP) (e,f,g)
Bidders may submit their bids for either CPP or DPP or both.
Bidders may quote for either DAP, Port Louis, Mauritius or FOB (Port of
Loading to be specified) or both.
as listed below, in conformity with the said tender document for the total quantity
(representing the estimated total requirements of Mauritius) at the sums as may be
ascertained in accordance with the premiums quoted herewith and made part of this Bid.
Item 1: Clean Petroleum Products
Product
Quantity
Metric
Tons
Unit
Option 1:
DAP
Premium
Option 2:
FOB
Premium
Port(s) of
Loading
a) Mogas 95 RON
conforming specifications at
Annex I.
195,000
+/- 10%
at buyer’s
option
USD/Metric
Ton
b) Gasoil 10ppm
conforming to specifications
at Annex II.
230,000
+/- 10%
at buyer’s
option
USD/US
Barrel
c) Gasoil 2500ppm
conforming to specifications
at Annex III.
165,000
+/- 10%
at buyer’s
option
USD/US
Barrel
d) Jet A1
conforming to specifications
at Annex IV.
325,000
+/- 10%
at buyer’s
option
USD/US
Barrel
Page 29
Item 2: Dirty Petroleum Products
Product
Quantity
Metric
Tons
Unit
Option 1:
DAP
Premium
Option 2:
FOB
Premium
Port(s) of
Loading
e) (i) Fuel Oil 180 CST
Catalytic Cracked
conforming to specifications
at Annex V
55,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
e) (ii) Fuel Oil 180 CST -
Residual Marine Fuel
Category ISO-F RMG 180
conforming to specifications
at Annex V / 1
55,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
f) (i) Fuel Oil 180 CST
Straight-Run conforming to
specifications at Annex VI
140,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
f) (ii) Fuel Oil 180 CST -
Residual Marine Fuel
Category ISO-F RMG 180
conforming to specifications
at Annex VI / 1
140,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
g) (i) Fuel Oil 380 CST
Straight-Run conforming to
specifications at
Annex VII
130,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
g) (ii) Fuel Oil 380 CST -
Residual Marine Fuel
Category ISO-F RMG 380
conforming to specifications
at Annex VII / 1
130,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
Note:
(1) The demurrage rate in USD – SHINC per day prorate shall be ………… (In figures
and words)
(2) In case of Letter of Credit (LC), to state which type of LC :………………….
(3) Award shall be made on either (i) or (ii) for each of the DPP.
(4) Premiums shall be typed in the above table.
(5) Each page of the Bid Form shall be initialed and bear the seal of the company.
We undertake, if our Bid is accepted, to deliver the goods in accordance with conditions of
contract of the Bid document under reference.
Page 30
If our Bid is accepted, we will make available to the STC a guarantee of performance, in
favour of STC, issued by a commercial bank registered and operating in Mauritius, for a
value of USD 5 million (United States Dollars five million), guaranteeing full and
complete performance of the contract, in the form prescribed by the STC at Annex III of
the Bid document.
We agree to abide by this Bid up to and including 9 August 2019 and it shall remain
binding upon us at any time before the expiration of that period.
Until a formal contract is prepared and executed, this Bid together with your notification
of award and your written acceptance thereof shall constitute a binding contract between
us.
We understand that Buyer reserves the right to:
(a) accept or reject any bid
(b) split the contract; and
(c) annul the bidding process and reject all bids at any time prior to award of contract,
without incurring any liability to the bidder.
Dated this ..................................... day of ................................
................................... ..................................... ......................................
(Name) (Signature) (in the capacity of)
................................... ..................................... ......................................
(Name) (Signature) (in the capacity of)
………………………………. ………………………………….
(Company) (Company Seal)
Only person/persons authorised to sign Bid for and on behalf of
…………………………………………..
Name of Company : ...........................................................................
Full Address : ...........................................................................
Tel No. : ...........................................................................
Fax No. : ...........................................................................
Email Address : ...........................................................................
Website : ...........................................................................
Mobile No. : ...........................................................................
Page 31
ANNEX I
Unleaded Motor Gasoline (Mogas 95 RON)
CHARACTERISTICS TEST METHODS LIMIT REQUIREMENT
Appearance ASTM D 4176
Clear and free from
visible water
sediment and
suspended matter
Color, Visual Visual Orange
Density at 15 °C, kg/m3
ASTM D 4052, EN ISO 3675, EN ISO
12185
Min-
Max 720 - 775
Research Octane Number,
RON ASTM D 2899, EN ISO 5164 Min 95.0
Distillation
% Evaporated at 70 °C,
E70 %(V/V) EN ISO 3405, ASTM D86
Min-
Max 20 - 48
% Evaporated at 100 °C,
E100 %(V/V) EN ISO 3405, ASTM D86
Min-
Max 46 - 71
% Evaporated at 150 °C,
E150 %(V/V) EN ISO 3405, ASTM D86
Min-
Max 75
Final Boiling Point, °C EN ISO 3405, ASTM D86 Max 208
Residue % (V/V) EN ISO 3405, ASTM D86 Max 2
Reid Vapour Pressure @
37.6 °C, KPa
ASTM D 323, EN 13016-1, ASTM
D5191
Min-
Max 45-70
Existent Gum, mg/100 ml ASTM D 381, EN ISO 6246 Max 4
Potential Gum (2.5 hrs @
100 °C), mg/100 ml ASTM D 873, IP138
Max 4
Induction Period @ 100
°C, minutes ASTM D525, IP 40, EN ISO 7536 Min 360
Lead Content, gPb/L
ASTM D 5059, EN 237, ASTM D3237,
ASTM D3348, ASTM D3116, ASTM
D352
Max 3
Sulphur Total, mg/kg EN ISO 20846, EN ISO 20884, ASTM
D5453, ASTM D2622 Max 50
Copper-Strip Corrosion, 3
hrs ar 50 °C ASTM D130, EN ISO 2160 Max No.1
Mercaptan Sulphur, (%
m/m) ASTM D 3227, IP30 Max 0.0015
Olefins EN 14517, EN 15553 Max 18
Aromatics EN 14517, EN 15553 Max 35
Benzene, % Vol
ASTM D3606, EN 238, EN 12177, EN
14517 Max 1
Oxygen Content, % (m/m) (note 1)
EN 1601, EN 13132, EN 14517 Max Nil
Manganese Content, mg/l EN 16576 Max 2
Notes
1. Shall be free of Oxygenates (ethers and alcohol).
Page 32
ANNEX II
High Speed Diesel (Gasoil 10ppm)
CHARACTERISTICS TEST METHODS LIMIT REQUIREMENT
Appearance ASTM D 4176
Clear & free from
visible water
sediment and
suspended water
Density @ 15 °C, kg/m3 ASTM D 4052, EN ISO 3675, EN
ISO 12185 Min-Max 820 - 845
Kinematic Viscosity, @ 40 °C, cSt ASTM D 445, EN ISO 3104 Min-Max 2.0 - 4.5
Cetane Number ASTM D 613,EN ISO 5165, ISO
15195 Min 51.0
Cetane Index ASTM D 4737, EN 15195 Min 46
Distillation
% (V/V) recovered at 250 °C ASTM D 86, EN ISO 3405 Max 65
% (V/V) recovered at 350 °C ASTM D 86, EN ISO 3405 Min 85
95 % (V/V) recovered at, °C ASTM D 86, EN ISO 3405 Max 360
Carbon reside (Rams Bottom on 10 %
Residue, % mass ASTM D 524, EN ISO 10370 Max 0.3
Flash Point, °C ASTM D 93, EN ISO 2719 Min 62
Pour Point, °C ASTM D 5950 Max -9
Cold Filter Plugging Point IP 309, EN 116, EN 16329 Max Plus 3
Cloud Point IP 219, EN 23015, ISO 3015 Max Plus 6
Strong Acid Number, mg/KOH/g ASTM D 974, ASTM D 664 Max NIL
Acidity Total, mg KOH/g ASTM D 974, ASTM D 664 Max 0.25
Cu-Strip Corrosion 3 hours at 100 °C ASTM D 130, EN ISO 2160 Max No.1
Ash, % Mass ASTM D 482, EN ISO 6245 Max 0.01
Total Sulphur, mg/Kg ASTM D 5453, EN ISO 20846, EN
ISO 20884 Max 10
Water Content, mg/kg D4377, D6304, EN ISO 12937, IP356 Max 250
Total contamination, mg/Kg IP 440, EN 12662 Max 24
Lubricity, corrected wear scar
diameter (wsd 1,4) at 60°C, microns EN ISO 12156-1, IP 450 Max 460
Oxidation Stability, g/m3 ASTM D 2274, EN ISO 12205, EN
15751 Max 25.0
Polycyclic Aromatic Hydrocarbons,
% (m/m) EN 12916 Max 11.0
Conductivity, pS/m (note 3) ASTM D2624 Min 200
Notes
1. Fatty acid methyl ester (FAME) content shall be Nil.
2. No intentional addition of metallic additives.
3. Conductivity requirement of 200 pS/m applicable at discharge port.
Page 33
ANNEX III
Marine Gas Oil (Distillate Marine Fuel Category ISO-F DMA)
Sl.No. Characteristic Unit Limit Requirement Test Method Reference
1 Kinematic Viscosity at 40
mm2/s max. 6,000 ISO 3104
min. 2,000
2 Density at 15 C kg/m3 max. 890,0 ISO 3675 or ISO 12185;
3 Cetane Index — min. 40 ISO 4264
4 Sulfur
mass % max. 0.25 ISO 8754
ISO14596
5 Flash point °C min. 60,0 ISO 2719
6 Hydrogen Sulfide mg/kg 2,00 IP 570
7 Acid number 0,5 ASTM D664
8 Total sediment by hot filtration mass % max. — ISO 10307-1
9 Oxidation stability g/m3 max. 25 ISO 12205
10
Carbon residue – Micro
method on the 10 % volume
distillation residue
mass % max. 0,30 ISO 10370
11 Carbon residue – Micro
method
mass % max. — ISO 10370
12 Cloud point °C max. — ISO 3015
13 Pour point (upper)c °C max. -6 ISO 3016
14 Appearance Clear and Bright
15 Water volume
%
max. ISO 3733
16 Ash mass % max. 0,010 ISO 6245
17 Lubricity, corrected wear scar
diameter (WSD) at 60 °C h
µm max. 520 ISO 12156-1
Note: The Specification for Marine Gas Oil (Distillate Marine Fuel Category ISO-F
DMA) should comply as per ISO 8217 standards.
Page 34
ANNEX IV
Jet Aviation Fuel (Jet A1)
Page 1 of 3
Sl.No. TESTS REQUIREMENT
TEST METHOD
1 APPEARANCE
a. Visual Appearance Clear & Bright, free
from Solid matter &
undissolved water at
ambient temperature.
Visual
b. Colour Report ASTM D 6045-12
c. Particulate Contamination , mg/l Max 1.0 ASTM D 5452-13
d. Particulate, cumulative channel
particle counts ISO Code as per
Table 1 of ISO 4406:1999
IP 565-13
> 4 µm(c ) Report
> 6 µm(c ) Report
> 14 µm(c ) Report
> 21 µm(c ) Report
> 25 µm(c ) Report
> 30 µm(c ) Report
2 COMPOSITION - -
a Total Acidity, mg KOH/ g Max 0.015 ASTM D 3242-11
b Aromatics % vol Max 25.0 ASTM D 1319-13
c Sulphur, Total % wt. Max 0.30 ASTM D 4294-10
d Sulphur Mercaptan % wt. Max 0.003 ASTM D 3227-13
Or Doctor Test Doctor Negative ASTM D 4952-12
e Non hydro processed
component, in batch ,% vol
Report
Mildly Hydro processed
component
in batch , % vol
Report
Severely Hydro processed
component in batch, % vol
Report
Synthetic components, %vol Report
Page 35
Jet Aviation Fuel (Jet A1)
Page 2 of 3
Sl.No. TESTS REQUIREMENT TEST METHOD
3 VOLATILITY - -
a Distillation - IBP deg. C, Report
ASTM D 86-11b
Fuel recovered 10% volume at °C Max 205.0
Fuel recovered 50% volume at °C Report
Fuel recovered 90% volume at °C Report
Final Boiling Point °C Max 300 .0
Residue % volume Max 1.5
Loss % volume Max 1.5
b Flash Point ° C. Min 38 .0 IP 170-14
c Density @ 15°C kg/m3(Upper) 775.0 -840.0
ASTM D 4052-11 Density @ 15°C kg/m3(Middle) 775.0 -840.0
Density @ 15°C kg/m3(Lower) 775.0 -840.0
Density @ 15°C kg/m3 775.0 -840.0
4 FLUIDITY - -
a Freezing point, °C Max Minus 47 ASTM D 5972-10
b Kinematic. Viscosity at minus
20°C, cSt
Max 8.0 ASTM D 445-12
5 COMBUSTION
a Smoke point, mm ,OR Min 25 .0 ASTM D 1322-12
b Smoke Point Min 19.0 ASTM D 1322-12
- And Naphthalene, % vol Max 3.0 ASTM D 1840-13
c Specific energy MJ/kg Min 42.80 ASTM D3338-09
6 CORROSION
Cu strip for 2 hrs @ 100°C Max No.1 ASTM D 130-12
7 THERMAL STABILITY,
JFTOT at control temperature of 260°C
ASTM D 3241-13 a Filter pressure differential, mm
Hg, Max
Max 25.0
b Tube Rating, visual Less than 3,No
Peacock or Abnormal
color deposits
Page 36
Jet Aviation Fuel (Jet A1)
Page 3 of 3
Notes
1. The Specification for Jet Aviation Fuel (Jet A1) should comply with the latest Issue
of Aviation Fuel Quality Requirements for Jointly Operated Systems (AFQRJOS).
2. Conductivity requirement of minimum 50 pS/m applicable at discharge port.
Sl.No. TESTS REQUIREMENT TEST METHOD
8 CONTAMINANTS -
a Existent gum, mg/100ml. Max 7 .0 ASTM D 381-12
b Micro Separometer (MSEP)
rating
ASTM D 3948-13
MSEP without SDA OR
Min 85
MSEP with SDA Min 70
9 CONDUCTIVITY:
Electrical Conductivity , pS/m 50 - 600 ASTM D 2624-09
10 LUBRICITY
Wear Scar Diameter,mm,max Max 0.85 ASTM D 5001-10
11 ADDITIVES
Antioxidant(RDE/A/609) mg/l
i)In Hydro processed
&Synthetic Fuels,mg/
Min 17.0 to Max 24.0
ii) In Non-Hydro processed
Fuels
Max 24.0
Static
Dissipater(RDE/A/621),Stadis
450
First doping ,mg/l
Re Doping
Max 3.0
Metal Deactivator,mg/l Max 5.7
Corrosion Inhibitor,mg/l
Lubricity Improver,mg/l
Fuel System Icing
Inhibitor(FS II),%vol
Identified incidental
materials:Fatty Acid Methyl
Ester,mg/kg
IP 585-10
Page 37
ANNEX V
FUEL OIL 180 CC
Sl. No. TESTS REQUIREMENT TEST METHOD
1 Density @ 15 °C, g/mL, Max 0.9901 ASTM D 4052-11
2 Kinematic Viscosity, cSt
@50°C,Max
172.1 ASTM D 445-12
3 Sulphur, Total % wt , Max 3.50 ASTM D 4294 -
10
4 Pour Point °C, Max. +15 ASTM D 5950-12
5 Flash Point (PMC), °C, Min. 64 .0 ASTM D 93 -12
6 Water content % vol, Max. 0.38 ASTM D 95 -13
7 Micro Carbon
Residue, % wt, Max.
14.1 ASTM D 4530-11
8 Ash, % wt , Max 0.08 ASTM D 482 -13
9 Vanadium, mg/kg, Max 194 IP 470-05
10 Aluminium+Silicon,mg/kg,
Max
56 IP 470-05
11 Total Sediment, accelerated,%
wt , Max
0.08 ASTM D4870-
09(Procedure B)
12 Total sediment, existent, % wt
,Max
0.08 ASTM D4870-09
13 Total sediment, differential,%
wt, Max
0.05 Calculation
14 Strong acid No. mg of KOH/g NIL ASTM D 664-11a
15 Total acid No, mg of KOH/g,
Max
2.7 ASTM D 664-11a
16 Zinc,mg/kg, Max 12.0 IP501 -05
17 Phosphorous,mg/kg , Max 12.0 IP 501-05
18 Calcium,mg/kg , Max 26.0 IP 501 -05
19 CCAI , Max 859 Calculation
20 H2S(liquid phase ),mg/kg ,
Max
2.0 ASTM D 7621-13
Page 38
ANNEX V / 1
Fuel Oil 180 RMG Category ISO-F- RMG 180
Characteristic Unit Limit Category ISO-F- Test Method
reference 180 RMG
As per ISO 8217:2012
Kinematic viscosity at
500Cb
mm2 max. 180.0 ISO 3104
Density at 150C** Kg/m3 max. 991.0 See 7.1
ISO 3675 or
ISO 12185
CCAI - max. 870 see 6.3 a)
SulphurC ** mass % max. Statutory requirements See 7.2
ISO 8754
ISO 14596
Flash point ** 0C min. 60 See 7.3
ISO 2719
Hydrogen Sulfide mg/kg max. 2.00 See 7.3
IP 570
Acid number4 mg
KOH/g
max. 2.5 ASTM
D664
Total sediment aged mass % max. 0.10 See 7.5
ISO
10307-2
Carbon residue:
micro method
mass % max. 18.00 ISO
10370
Pour Point Upper (Winter
Quality)
0C max. 30 ISO 3016
Pour Point Upper
(Summer Quality)
0C max. 30 ISO 3016
Water Volume
%
max. 0.50 ISO 3733
Ash mass % max. 0.100 ISO 6245
Vanadium mg/kg max. 350 See 7.7
IP 501
IP 470
Or
ISO 14597
Page 39
Sodium mg/kg max. 100 See 7.8
IP 501
IP 470
Aluminium plus Silicon mg/kg max. 60 See 7.9
IP 501,
IP 470 or ISO
10478
Used Lubricating Oil
(ULO):
Calcium and Zinc; or
Calcium and
Phosphorous
mg/kg - The fuel shall be free from
ULO. A fuel shall be
considered to contain ULO
when either one of the
following conditions is met:
Calcium greater than 30 and
Zinc greater than 15; or
Calcium greater than 30 and
Phosphorous greater than 15.
See 7.10
IP 501 or IP
470
IP 500
Page 40
ANNEX VI
Fuel Oil 180 SR
Sl.No. TESTS REQUIREMENT TEST
METHOD
1 Ash, % wt , Max 0.10 ASTM D 482
-13
2 Gross calorific value,
MJ/kg, Min
42.00 ASTM D
4868-10
3 Net calorific value, MJ/kg,
Min
40.00 ASTM D
4868-10
4 Micro Carbon
Residue, % wt, Max.
15.0 ASTM D
4530-11
5 Flash Point (PMC), °C,
Min.
60.0 ASTM D 93 -
12
6 Pour Point °C, Max. +15 ASTM D
5950-12
7 Density @ 15 °C, g/mL,
Max
0.9400-0.9850 ASTM D
4052-11
8 Sodium, mg/kg, Max 50 ASTM D1318
-11
9 Sulphur, Total % wt , Max 1.00-3.00 ASTM D 4294
-10
10 Vanadium, mg/kg, Max 100 IP 470-05
11 Kinematic Viscosity, cSt
@50°C,Max
140-180 ASTM D 445-
12
12 Water content % vol, Max. 0.50 ASTM D 95 -
13
13 Aluminium+Silicon,mg/kg,
Max
30 IP 470-05
14 CCAI, Max 850 Calculation
15 Total Sediment,
accelerated,% wt Max
0.10 ASTM
D4870-
09(Procedure
B)
16 Total sediment, existent, ,%
wt Max
0.10 ASTM
D4870-09
Page 41
Annex VI / 1
Fuel Oil 180 RMG
Note 1: The Sodium content shall be less than 1/3 of the Vanadium content in the fuel.
Note 2: Asphaltenes shall be maximum 0.7 x (Carbon Residue, Micro Method). In this case, for (Carbon
Residue, Micro Method) equal to 18 mass %, the Asphaltenes content to be maximum 0.7 x 18 = 12.6 mass
%.
Characteristic Units Maximum Value Minimum
Value
Test Method
Kinematic Viscosity @
50 Deg. C
mm2/s 180 ISO 3104
Density @ 15 Deg. C kg/m3 991.0 refer to 7.1 ISO
3675 or ISO
12185
Ash mass % 0.1 ISO 6245
Carbon Residue, Micro
Method
mass % 18 ISO 10370
Total Sediment Aged mass % 0.1 see 7.5 ISO
10307-2
Vanadium mg/kg 350 see 7.7 IP 501, IP
470 or ISO 14597
Sodium mg/kg 100 (Note 1) see 7.8 IP 501 IP
470
Sulphur mass % 3 see 7.2 – ISO
8754 ISO 14596
Water Content volume % 0.5 ISO 3733
Flash Point Deg C 60 see 7.3 ISO
2719
Pour Point Deg C 30 ISO 3016
CCAI - 860 see 6.3 a) from
ISO 8217
Aluminium + Silicon mg/kg 30 see 7.9 IP 501, IP
470 or ISO 10478
Combination of
Calcium and Zinc
mg/kg Calcium 30 and
Zinc 15
See 7.10 IP 501
or IP 470 IP 500
Combination of
Calcium and
Phosphorous
mg/kg Calcium 30 and
Phosphorous 15
See 7.10 IP 501
or IP 470 IP 500
Hydrogen Sulfide mg/kg 2 see 7.11 IP 570
Acid Number mg KOH/g 2.5 ASTM D664
Asphaltenes mass % 12.6 (see Note 2) IP 143 – 04
Gross Calorific Values KJ / Kg 42,000 ASTM 4868-00
(2005)
Net Calorific Values KJ / Kg 40,000 ASTM 4868-00
(2005)
Page 42
ANNEX VII
Fuel Oil 380 CST Straight-Run product
Sl.No. TESTS REQUIREMENT
TEST METHOD
1 Kinematic Viscosity, cSt
@50°C,Max
380.0 ASTM D 445-12
2 Density @ 15 °C, g/mL,
Max
0.9900 ASTM D 4052-11
3 Ash, % wt , Max 0.1 ASTM D 482 -13
4 Micro Carbon
Residue, % wt, Max.
18.0 ASTM D 4530-11
5 Total Sediment
accelerated,% wt Max
0.20 ASTM D4870-
09(Procedure B)
6 Vanadium, mg/kg,Max 200 IP 470-05
Sodium, mg/kg,Max 100 ASTM D1318 -11
8 Sulphur, Total % wt , Max 3.0 ASTM D 4294 -10
9 Water content % vol, Max. 1.0 ASTM D 95 -13
10 Flash Point (PMC), °C,
Min.
66 .0 ASTM D 93 -12
11 Pour Point °C, Max. +20 ASTM D 5950-12
12 Asphaltenes,% wT,Max 14.0 IP 143-04
13 Gross calorific
value,kJ/kg,Min
42000 ASTM D 4868-10
14 CCAI,Max 850.0 Calculated
15 Aluminium+Silicon,mg/kg,
Max
30 IP 470-05
Page 43
ANNEX VII/1
Fuel Oil 380 CST - Residual Marine Fuel Category ISO-F RMG 380
Characteristic Units Maximum
Value
Minimum
Value Test Method
Kinematic Viscosity @ 50
Deg. C mm2/s 380 ISO 3104
Density @ 15 Deg. C kg/m3 991 refer to 7.1 ISO
3675 or ISO 12185
Ash mass % 0.1 ISO 6245
Carbon Residue, Micro
Method mass % 18 ISO 10370
Total Sediment Aged mass % 0.1 see 7.5 ISO 10307-2
Vanadium mg/kg 350 see 7.7 IP 501, IP
470 or ISO 14597
Sodium mg/kg 100 (Note 1) see 7.8 IP 501 IP
470
Sulphur mass % 3 see 7.2 – ISO 8754
ISO 14596
Water Content volume % 0.5 ISO 3733
Flash Point Deg C 60 see 7.3 ISO 2719
Pour Point Deg C 30 ISO 3016
CCAI - 870 see 6.3 a) from ISO
8217
Aluminium + Silicon mg/kg 30 see 7.9 IP 501, IP
470 or ISO 10478
Combination of Calcium
and Zinc mg/kg
Calcium 30;
and
Zinc 15
See 7.10 IP 501 or
IP 470 IP 500
Combination of Calcium
and Phosphorous mg/kg
Calcium 30;
and
Phosphorous
15
See 7.10 IP 501 or
IP 470 IP 500
Hydrogen Sulfide mg/kg 2 see 7.11 IP 570
Acid Number mg KOH/g 2.5 ASTM D664
Asphaltenes mass % 12.6(see Note
2) IP 143 – 04
Gross Calorific Values KJ / Kg 42,000 ASTM 4868-00
(2005)
Net Calorific Values KJ / Kg 40,000 ASTM 4868-00
(2005)
Note 1: The Sodium content shall be less than 1/3 of the Vanadium content in the fuel.
Note 2: Asphaltenes shall be maximum 0.7 x (Carbon Residue, Micro Method). In this case, for (Carbon
Residue, Micro Method) equal to 18 mass %, the Asphaltene content to be maximum 0.7 x 18 = 12.6 mass
%.
Page 44
ANNEX VIII
COMPANY PROFILE
1. Company Name: ...............................................................................
2. (a) Address: ...............................................................................
...............................................................................
(b) Tel. No(s) Fax No(s)
............................................ ...............................................
E-Mail Address Web-site .......................................... .............................................
3. Name and designation of the person(s) authorised to enter into an agreement on
behalf of the applicant and to otherwise represent the applicant in dealings with
STC
....................................................................................................................
....................................................................................................................
4. Financial Information
(a) Authorised Capital ..............................................................................
(b) Paid up Capital ..................................................................................
(c) Reserves .............................................................................................
(d) Other Long Term Funds .....................................................................
(e) Fixed Assets ................................................................................
(f) Working Capital..........................................................................
(g) Copies of last two Audited Accounts (for 2017 and 2018). In case Audited
Financial Statements for 2018 not available, provide for 2016 & 2017)
5. Bank Reference
(a) Name of your Bankers.........................................................................
(b) Address.......................................................................
(c) Tel No(s) .......................................................................................
(d) Email………………………………………………………………….
6. Experience in Supply of Petroleum Products
(a) Whether (i) Refiner
(ii) Trader
(b) Product:
(i) Sources of supply: ……………………………………………………
(ii) Refinery details for each grade:
(1) Location of Plant(s) .............................................................
(2) Installed capacity ...................................................................
Page 45
(3) Annual Production during last three years:
Year Production
............................ .......................................................
........................... .......................................................
........................... .......................................................
(iii) Any other relevant details:
…………………………………………….
(c) Carrier for DAP basis:
(i) Vessels intended to be used: ………………………………….
(ii) Size of vessel to be used: ………………………………….
(iii) State whether on Time Charter/Voyage Charter/Spot/
other (please specify)
………………………………….………………………………….
7. (a) Annual Export Turnover for last three years
(i) for Clean Petroleum Products
Year Quantity Value Three Major Destinations
........ ............ ............ ....................................
........ .............. ............ ........................................
........ .............. ............ ........................................
(ii) for Dirty Petroleum Products
Year Quantity Value Three Major Destinations
........ ............ ............ ....................................
........ .............. ............ ........................................
........ .............. ............ ........................................
(b) Total Trade Turnover of the Company during last three years
(all items)
Year Quantity Value Three Major Markets
........ ................ ............ .........................................
........ ................ ............. .........................................
........ ................ ............. ........................................
Page 46
8. Please indicate whether your company represents / is represented by any company
with respect to the above supply in Mauritius and in such event provide details:
Yes No
………………………………………………………………………………………
………………………………………………………………………………………..
9. Commissions or gratuities, if any, paid or to be paid by the Bidder to agents to this
Bid, and contract execution if awarded the contract, are listed below:
Name and address of agent Amount and Currency
……………………………. …………………………..
……………………………. …………………………..
……………………………. …………………………..
Signature : .........................................................
Full Name (Block Letters) : .........................................................
Designation : ..........................................................
Date : .........................................................
Seal of the Company : …………………………………........
Page 47
Annex IX
PROFORMA OF PERFORMANCE BANK GUARANTEE
In consideration of the Agreement entered into between the State Trading Corporation of
Mauritius, hereinafter called "STC" and .........................................................
(name of supplier)
whose registered office is at .......................................................................................
hereinafter called the "Supplier", in accordance with emails/letters exchanged between
STC and Supplier bearing reference nos. ......................………………. dated
...........................…... for the supply of following petroleum products (list of products to be
modified as per award of contract):
PRODUCT QUANTITY (MT)
Unleaded Motor Gasoline (Mogas 95 RON) 195,000
High Speed Diesel (Gasoil 10ppm) 230,000
Marine Gas Oil (Gasoil 2500ppm) 165,000
Jet Aviation Fuel (Jet A1) 325,000
Fuel Oil 180 CST Catalytic Cracked product, or
alternatively Fuel Oil 180 CST - Residual
Marine Fuel Category ISO-F RMG 180*
55,000
Fuel Oil 180 CST Straight-Run product, or
alternatively Fuel Oil 180 CST - Residual
Marine Fuel Category ISO-F RMG 180*
140,000
Fuel Oil 380 CST Straight-Run product or
alternatively Fuel Oil 380 CST - Residual
Marine Fuel Category ISO-F RMG 380*
130,000
for supply between 1 August 2019 to 31 July 2020.
We, ............................................................................................ (name of commercial bank)
whose registered office is at ..................................................................................................
are held firmly bound jointly and in solido with the supplier unto the Buyer in the
principal sum of USD 5 million (United States Dollars five million)
...............................................................................................................................................*
for which payment well and truly to be made we bind ourselves firmly by these presents.
The condition of the above obligation being that should the said Supplier fulfill his
obligations under the said Agreement to pay, as principal debtor, then the above obligation
to be null and void, otherwise shall be and remain in full force and effect.
We agree and undertake, in the event of the Supplier's failure to perform all or any of the
Supplier's obligation under the said Agreement, to pay to the Buyer forthwith on the
Buyer's first demand and notwithstanding any dispute between the Buyer and the Supplier,
such sums of money as may be demanded by the Buyer from us subject to the condition
that our liability under this guarantee shall not exceed the aggregate amount of USD 5
million (United States Dollars five million) ………………………………………………………………………………………………
A statement from the Buyer conveyed to us confirming that the Supplier has failed to
perform any of his aforesaid obligations shall be final, conclusive and binding on us, both
as regards
Page 48
Annex III Page 2
the factum of breach of contract on the part of the Supplier and the quantum of the amount
claimed from us hereunder.
We ...........................................................................................undertake not
(name of bank)
to revoke or vary this agreement, undertaking and guarantee during its currency without
the consent in writing of the buyer.
We...............................................................................................further agree
(name of bank)
that the Buyer shall be at liberty without affecting in any manner our obligations
hereunder to vary with the concurrence of the Supplier, any of the terms and conditions of
the said Agreement and/or to forbear from enforcing any of the terms and conditions
relating to the said Agreement, and we
................................................................................................................................... (name of bank)
shall not be released from our liability under this instrument by reason of any such
variation or forbearance and/or omission on the part of the Buyer, or any indulgence
shown by the Buyer to the Supplier or by any other matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have the effect of so
releasing us from liability under this instrument.
This performance Guarantee shall remain valid from the date of its signature until two full
months after the expiry of the last date of the delivery month stipulated in the Agreement.
After this date if no claim has been received, this guarantee will expire automatically
whether this original has been returned to the bank or not.
* Good for the sum of
......................................…………….......................................................................................
.................................................................................................................................................
.......................
For and on behalf of ............................................................................................................
(name of bank)
Signature .............................................................................................
Date this ..............................................................................................
*To be in the handwriting of the person authorised to sign for the Bank.
Page 49
ANNEX X
FORM OF AGREEMENT
THIS AGREEMENT made in two originals the .................day of ..................., 2019
between State Trading Corporation (hereinafter called “STC” or “Buyer”) whose
registered office is at 55, Business Zone, Ebene Cybercity, 72201, Ebene Reduit,
Mauritius of the one part and .............................. (hereinafter called the “Supplier”) of the
other part whose registered office is at
…………………………………………………………………………………….
WHEREAS STC is desirous that Petroleum Products as described in the bidding
Documents issued by STC be provided by the Supplier and has accepted a bid by the
Supplier for the supply of those petroleum products at the premium defined in the bidding
document dated 25 March 2019 and in the Suppliers’ offer (hereinafter called “the
Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: -
3. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the bidding Document referred to.
4. During period 1 August 2019 to 31 July 2020, STC agrees to purchase from the
Supplier the following and the Supplier agrees to supply STC with the following
products (list to be modified as per award of contract):
Clean Petroleum Products
Product
Quantity
Metric
Tons
Unit
Option 1:
DAP
Premium
Option 2:
FOB
Premium
Port(s) of
Loading
a) Mogas 95 RON
conforming specifications at
Annex I.
195,000
+/- 10%
at buyer’s
option
USD/Metric
Ton
b) Gasoil 10ppm
conforming to specifications
at Annex II.
230,000
+/- 10%
at buyer’s
option
USD/US
Barrel
c) Gasoil 2500ppm
conforming to specifications
at Annex III.
165,000
+/- 10%
at buyer’s
option
USD/US
Barrel
d) Jet A1
conforming to specifications
at Annex IV.
325,000
+/- 10%
at buyer’s
option
USD/US
Barrel
Page 50
Dirty Petroleum Products
Product
Quantity
Metric
Tons
Unit
Option 1:
DAP
Premium
Option 2:
FOB
Premium
Port(s) of
Loading
e) (i) Fuel Oil 180 CST
Catalytic Cracked
conforming to specifications
at Annex V
55,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
e) (ii) Fuel Oil 180 CST -
Residual Marine Fuel
Category ISO-F RMG 180
conforming to specifications
at Annex V / 1
55,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
f) (i) Fuel Oil 180 CST
Straight-Run conforming to
specifications at Annex VI
140,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
f) (ii) Fuel Oil 180 CST -
Residual Marine Fuel
Category ISO-F RMG 180
conforming to specifications
at Annex VI / 1
140,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
g) (i) Fuel Oil 380 CST
Straight-Run conforming to
specifications at
Annex VII
130,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
g) (ii) Fuel Oil 380 CST -
Residual Marine Fuel
Category ISO-F RMG 380
conforming to specifications
at Annex VII / 1
130,000 +/-
10% at
buyer’s
option
USD/Metric
Ton
Note: The demurrage rate in USD – SHINC per day prorate shall be ………… (In
figures and words)
5. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.:
(a) Bidding document issued by Buyer on. ....……………
(b) the Product Specifications attached to the Bidding documents
Page 51
(c) the Buyer’s Letter of Award dated …………………… and the letter of
acceptance of the Supplier dated ……………………………
(d) any additional correspondence, in writing, on the above; and
(e) the Performance Bank Guarantee, Ref. No. ………………... issued by
…………………., registered and operating in Mauritius, for the value of
USD 5 million (United States Dollars five million)
6. In consideration of the payments to be made by the Buyer to the Supplier as agreed, the
Supplier hereby covenants with the Buyer to provide the Petroleum Products in
conformity in all respects with the provisions of the Bid documents of the Contract.
7. The Buyer hereby covenants to pay the Supplier in consideration of the supply of
Petroleum Products, the Contract Price or such other sums as may become payable
under the provisions of the Contract at the times and in the manner prescribed by the
Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Mauritius.
Signed, Sealed and Delivered by
Name of Authorized Signatory:………..…………………………………. (For the Buyer)
Signature:………………………………………………………
In the presence of …………………………………………………………………
Signed, Sealed and Delivered by
Name of Authorized Signatory:………..…………………………………. (For the
Supplier)
Signature:………………………………………………………
In the presence of …………………………………………………………………
Page 52
Annex XI
PROFORMA OF TENDER BOND
We, the undersigned Whose registered office is at …………………………. (hereinafter
called "the Surety”) …………………………………….. in order to allow
……………………….. whose registered office is at ………………………… (hereinafter
called "the Bidder") to submit a bid for the abovementioned Contract, hereby irrevocably
and independently, guarantee to pay State Trading Corporation, having its office at 55
Business Zone, Ebene Cybercity 72201, Ebene, Reduit, Mauritius (Hereinafter called "the
Buyer") without delay any amount up to a total of US Dollar 500,000 (In Words: five
hundred thousands) waiving all objections and defences. We shall effect payments under
this guarantee on your first written demand, which must be accompanied by your
confirmation that you have accepted the above mentioned bid and that the Bidder is not
prepared to abide by its Bid viz:
(a) Bidder withdraws its bid during the period of bid validity specified by the Bidder on
the Bid Submission Form; or
(b) Bidder refuses to accept a correction of an error appearing on the face of the Bid; or
(c) successful Bidder fails to sign the Contract or furnish a Performance Bank Guarantee.
The Bidder has, by a Bid (hereinafter called the "said Bid") made to the Buyer, offered to
enter into a Contract namely Supply of Petroleum Products and has undertaken to enter
into a Performance Bank Guarantee for the due performance of the Contract should the
said Bid be accepted by the Buyer.
NOW THE CONDITION of this Bond is such that if the Bidder shall maintain the said
Bid and shall enter into a Performance Bank Guarantee for the due performance of the
Contract within 10 days of receipt of notification of acceptance of the said Bid by the
Buyer, then this obligation shall be null and void but otherwise shall be and remain in full
force and effect until 9 August 2019, by which date we must have received any claims by
registered letter, telegram, telex or telefax. It is understood that you will return this
guarantee to us on expiry after settlement of the total amount to be claimed hereunder. This guarantee expires ‘ipso facto’ on 9 August 2019 by the time of closure of banking
business to the public and shall be considered automatically cancelled by the mere expiry
of the above day without necessity for further notice of any type or nature and whether or
not the original is returned to us for cancellation.
Dated at Port Louis this .............................................. day of .................
*… ……………………........................................................................... (Good
for the sum of United States Dollars 500,000)
Signature : ..........................................
Bank : ..........................................
* to be in the handwriting of the person/s authorised to sign for the
Bank.
Page 53
Annex XII
Bid Submission Checklist
Bid Reference No.: STC/01/18
Description Attached (please tick if
submitted and cross if not)
Bid Form
Tender Bond
Eligibility evidence
(i) Company profile, Past Experience and References
where similar services have been provided (as per
format at Annex VIII)
(ii) Last two years’ Audited Financial Statements (2017
& 2018). In case Audited Financial Statements for
2018 note available, provide for 2016 & 2017)
(iii) Document with history of litigation, if any
Name of
Bidder(s):
Contact Person:
Phone
Number:
Fax:
Email:
Name of authorized signatory:
Signature of authorized signatory:
Company Seal