/ BANGLADESH CHEMICAL INDUSTRIES CORPORATION
PURCHASE DIVISION
BCIC BHABAN 12TH FLOOR
30-31 DIzKUSHA COMMERCIAL AREA
DHAKA - 1000
BANGLADESH
E-mail :
Web site:

INTERNATIONAL TENDER ENQUIRY

NO.PUR-3.2749/2016-2017DATED 15-12-2016

INTERNATIONAL OPEN TENDER

(ONE STAGE TWO-ENVELOPE SYSTEM)

DESCRIPTION OF STORES:

Procurement of 10.00 M3Methanation Catalyst

under Cash Foreign Exchange (A/C : JFCL).

PRICE PER SET: TK. 750.00 (TAKA SEVEN HUNDRED FIFTY) ONLY (NON-REFUNDABLE).

/ বাংলাদেশ কেমিক্যাল ইন্ডাষ্ট্রিজ কর্পোরেশন
BANGLADESH CHEMICAL INDUSTRIES CORPORATION
BCIC BHABAN, 30-31, DILKUSHA C.A., DHAKA-1000, BANGLADESH
E-mail :
Web site:

Ref. No. PUR-3.2749/2016-2017 Dated: 15-12-2016

H. S. Code No. 3815.19.00

Sub : Tender Enquiry for procurement of 10.00 M3Methanation Catalyst

under Cash Foreign Exchange (A/C :JFCL).

Dear Sir(s),

Sealed Tenders are hereby invited in accordance with the International competitive bidding procedures for supply of items as detailed in the attached schedules under the following terms and conditions:-

1.00 DATE AND TIME OF CLOSING OF TENDER:

Tender will be received on 02-02-2017upto 11-00 A. M.

2.00 PLACE OF SUBMISSION OF TENDER:

Tenders will be received in the office of the In-charge, Purchase Division, BCIC, BCIC Bhaban (12th floor), 30-31, Dilkusha Commercial Area, Dhaka. Tender may either be sent by post or be dropped in the tender box kept in the above office for the purpose. Care must be taken to ensure that it reaches this office by the date and time fixed as late tenders shall not be acceptable.

3.00DATE AND TIME OF OPENING OF TENDER:

Tender will be opened immediately after closing at 11-05 A.M on 02-02-2017in presence of the tenderers or their authorised representatives (if any).

4.00BIDDING INSTRUCTIONS:

4.01:This tender has been called underOne stage Two-envelope system, one containing Technical Offer and the other containing Price Offer.

4.02TECHNICAL OFFER:

The envelope containing Technical Offer shall contain the following documents:

(i)Detailed technical specification in original as per schedule of tender from the manufacturers.

(ii)In case of Export House, an Authorization letter from the Manufacturing Company in favour of such Export House.

(iii)Tender Security should be placed in a separate envelop duly sealed marked ‘Tender Security’ and should be placed inside the envelope containing technical proposal as per clause 10.00.

(iv) Original Money Receipt issued by BCIC as evidence that the tender document was purchased.

(v)A photocopy of tender documents each page sealed and signed as evidence that the bidder has gone through the terms of the tender and has accepted the same.

(vi)Confirmation letter in respect of period of shipment, validity of offer, validity of bid bond etc and other required particulars.

(vii)Manufacturer’s Certificate in original confirming that in the event of awarding contract, they will undertake to supply the commodity if the offer is submitted through an Export House.

(viii)Manufacturer’s Certificate from which countries will be submitted alongwith the offer shall be treated as country of origin.

(ix)A photo copy of valid indenting Registration Certificate issued by Chief Controller of Import and Exports, Govt. of the people’s Republic of Bangladesh.

(x)A photo copy of valid permission as an indenting house issued by Bangladesh Bank.

(xi)A photocopy of valid Trade Licence.

(xii)Update income Tax Certificate.

(xii)VAT registration Certificate.

(xiii)End-use Certificate as state in technical specification.

Contd...... P/2

: 2 :

4.03:The envelope containing Price Offer shall contain the following documents:

Proforma Invoice in original from the Manufacturing Company or duly authorised Export House of the Manufacturing company showing price of the commodity with break-up of FOB and Freight per M3 and commission to Bangladeshi Agent, if any, included in or extra on FOB Price per M3 . Price schedule of the tender enquiry should be duly filled in, sealed and signed in duplicate.

4.04PROCEDURES FOR SUBMISSION OF OFFER:

Technical Offer and Price Offer shall be kept in two separateenvelope and the both Technical Offer and Price Offer shall be enclosed in a Single envelope. The outer envelope shall indicate the following :

In-charge, Purchase Division, BCIC, BCIC Bhaban (12th floor), 30-31, Dilkusha Commercial Area, Dhaka,Bangladesh.

Tender No.PUR-3.2749/2016-2017 dated 15-12-2016 for 10.00 M3Methanation Catalyst.

Both Technical Offer and PriceOffer should be submitted in two separate sets-one original and the other duplicate.

4.04The Technical Offer shall be opened in presence of the representative of bidders, if any and the PriceOffer shall be kept unopened. Technical offer shall be examined, evaluated and the Price Offers of those bidders whose Technical Offers have been found acceptable shall be opened in presence of the representative of bidders, if any at the time, date and place to be notified individually in due course. The PriceOffers of those bidder(s) whose Technical Offers have been found not acceptable will be returned unopened.

5.00AMENDMENT TO TENDER DOCUMENTS:

5.01At any time prior to deadline for submission of bids the purchaser may, for any reason, whether of his own initiative or in response to a clarification requested by a prospective bidder, modify the tender documents by amendments.

5.02The amendment will be notified in writing or by telex or by cable to all prospective bidders who have purchased the tender documents and the same will be binding on them.

5.03In order to afford the prospective bidders reasonable time take the amendment into account in preparing bids, the purchaser may at his sole discretion extend the deadline for submission of bids.

6.00BID LANGUAGE:

The bids and all correspondences and documents relating thereto exchange by the bidders and thePurchaser shall be written in English Language, failing or differing which will be liable for rejection of bid.

7.00BID CURRENCIES:

Price is to be quoted in the bidder’s home currency or in any International trading currencies but its equivalent in U.S Dollar must be worked out and indicated.

8.00BID PRICES:

8.01Bidders shall quote their firm and final price on CFR(C),Chittagong liner term basis. CFR(C) stands for cost, freight and commission. Freight shall be paid at actual against freight memo but not exceeding the amount shown in the bid. Local Agent’s commission, if any, shall be paid in Bangladesh currency.

8.02FOB price, freight and commission shall be shown separately. The FOB price shall include to cost of sea worthy packing of International Standard and shall be deemed to have included duties, taxes and levies imposed by the Government or its agencies of the exporting country.

8.03No escalation of price whatsoever shall be entertained during the period of enforceability of the order/contract.

9.00BID VALIDITY:

The bids shall be kept firm and valid for consideration of the buyer for a period of minimum 120 (One hundred Twenty) calendar days from the date of bid opening and be extended further on the request of the purchaser.

Contd...... P/3

: 3 :

10.00TENDER SECURITY/BID BOND:

10.01 Bidders shall submit Tender Security/Bid Bond in favour of Bangladesh Chemical Industries Corporation an amount of US$ 3,000.00 in the form of an unconditional irrevocable Bank Guarantee (specimen enclosed) from any scheduled Bank in Bangladesh and the Bank Guarantee shall remain valid for a period of 150 (One hundred Fifty) calendar days from the date of opening of the tender. The Tender Security/Bid Bond shall guarantee execution of the formal purchase order/contract and furnishing of a Performance Security/Guarantee by the bidder, if his bid is accepted by the buyer.

10.02 If the successful bidder fails to furnish Performance Security/Guarantee within 10 (Ten) days after receipt of Letter of Acceptance, the Letter of Acceptance so issued shall be deemed withdrawn and Tender Security to be forfeited.

10.03Those bids which are not accompanied with an acceptable bid bond, shall be considered as NON-RESPONSIVE and shall be rejected. No bid bond shall be accepted at the time of opening of bids.

11.00PERFORMANCE SECURITY/GUARANTEE;

11.01 Within 10 (Ten)days of receipt of Notification of Award (NOA) from the Buyer, the successful bidder shall submit r an unconditional irrevocable Bank Guarantee (specimen enclosed) from any scheduled Bank in Bangladesh for an amount equivalent to 10% (ten) percent of the total order/ contract value in Bangladesh currency or in U.S Dollar. The Bank Guarantee shall be furnished as per proforma enclosed and shall ensure completion of all obligations under the order/contract. The Bank Guarantee shall be valid for a period of minimum 180 (one hundred eighty) calendar days from the date of issuance of Performance Security/ Guarantee.

11.02Failure of the successful bidder to comply with the requirement of furnishing Performance Security/ guarantee as aforesaid shall cause annulment of award and forfeiture of their Tender Security.

12.00DELIVERY SCHEDULE:

Shipment of 10.00 M3 Methanation Catalyst is to be made in 1 (One) lot within 45 days from the date of receipt of L/C.

13.00DRAWING, DATA AND LITERATURE:

13.01Drawings, data, descriptive literature as required in the specifications must be submitted with the bid and those shall contain sufficient detailed performance information for convenience of proper evaluation of the bid as to soundness,reliability, serviceability and efficiency of the offered goods. Failure of such information to show that the goods offered conform to the specifications, shall cause rejection of the bid.

13.02If the bidder submit literature prepared especially for the bid and in such literature contains any statement or data inconsistent with the requirement of the tender enquiry, those statement and data will be ignored and shall cause rejection of the bid.

14.00COUNTRY OF ORIGIN:

Country of origin of the goods must be indicated in the bid.

15.00LATE BID:

Any bid received after the deadline for submission of the bids, shall be treated/declared as late tender and shall be rejected and returned unopened to the bidder concerned.

16.00CLARIFICATION OF BIDS:

To assist in the examination, evaluation and comparison of bids, the purchaser may at his sole discretion, ask the bidders for any clarification of their bids. The request for such clarification and the response there to shall be made in writing and no change in the price or substance of the bid be sought, offered or permitted.

17.00PRELIMINARY EXAMINATION OF BID:

17.01The purchaser will examine the bids to determine whether they are complete, whether any computational errors have been made whether proper and requisite bid bond has been furnished whether the documents have been properly signed and whether the bids are generally in order.

17.02If there is any discrepancy between the unit price and the total price the unit price shall prevail and the total price shall be corrected accordingly. If the bidder does not accept such correction of the errors, his bid shall be rejected. If there is any discrepancy between the words and the figures, the amount in words shall prevail.

Contd...... P/4

: 4 :

17.03Prior to detailed evaluation, the purchaser will determine the substantial responsiveness of each bid. For the purpose of evaluation, a substantially responsive bid is one that conform to all terms and conditions as contained in the tender documents without major deviation. The purchaser’s determination of the responsiveness of a bid will be based on the contents of the bid itself without recourse to extrinsic evidence.

17.04A bid determined as substantially non-responsive shall be rejected by the purchaser and may not subsequently be made responsive by the bidder by correction of the non-conformity.

17.05The purchaser may waive any minor informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice affect the relative standing order of any bidders.

18.00 EVALUATION AND COMPARISON OF BIDS:

For conveniences of evaluation and comparison of bids the purchaser will convert all bid prices expressed in the amount in United States Dollars into Bangladesh currency on the basis of exchange rate (selling rate) published by Bangladesh Bank or its authorised Commercial Bank prevalent on the date of opening of Price Offer.

19.00ASSESSMENT OF BID:

The assessment of bids shall be made on the basis of tender terms, C&F/C&F(C) price to be converted into Bangladesh currency as per official rate of exchanges (selling rate) prevalent on the date of opening of Tender, technical specifications, nature and mode of packing, shipment schedule and any other points advantageous to the purchaser.

20.00AWARD OF ORDER/CONTRACT:

The purchaser will award the order/contract to that successful bidder whose bid has been considered to be substantially responsive and has been determined as the lowest evaluated bid.

21.00SOURCE OF FUND:

The purchase against this tender enquiry will be financed under Cash Foreign Exchange.

22.00PURCHASER’S RIGHT TO ACCEPT OR TO REJECT BIDS:

The purchaser reserves the right to accept or to reject any or all bids and to annul the bidding process at any time prior to award of order/contract without assigning any reasons thereof.

23.00PURCHASER’S RIGHT TO INCREASE OR DECREASE QUANTITY OF GOODS:

The purchaser shall reserve the right at the time of awarding order/contract to increase or to decrease quantity of goods without any change in price or any other terms and conditions and it shall be binding on the supplier/contractor to accept the order/contract for the increased or decreased quantity at the originally quoted unit price.

24.00SPECIAL CONDITIONS:

24.01No conditional bid shall be accepted.

24.02No claim on the ground of typographical error or errors in arithmetical calculations shall be entertained after opening of the Tender and in such case the bidder shall be bound to supply the goods at their originally quoted prices.

24.03Any addition or alteration to the specifications, prices or any other terms of the bids after opening of Tender shall not only be ignored but shall also cause rejection of the bids.

24.04Third party Bill of Lading on liner term shall not be acceptable.

24.05 Bids submitted on behalf of the country with whom Bangladesh does not have any diplomatic relation shall not be accepted.

24.06The tender will be conducted as per PPA’2006 & PPR’2008.

24.07 Bids shall be signed by a person who has an authority to enter into a contract with the purchaser. If it is detected after wards that the person signing the bid or documents forming part of the contract had no authority to do so, the purchaser may without prejudice and other civil and criminal remedies cancel the contract, forfeit the performance security/ guarantee and hold the signatory liable for all costs and damages.

Contd...... P/5

: 5 :

24.08Schedule of price and specifications duly completed signed and sealed shall form an integral part of the bids.

24.09The Purchaser reserves the right to accept any lot or group of lots against this Tender Enquiry unless the bidder expressly qualifies his bid by specific limitations.

24.10The bidder must indicate nature and mode of packing and definite date ofshipment. Expressions like ‘as per tender specifications’ STANDARD EXPORT PACKING “SHIPMENT AS DESIRED” shall not be acceptable and may make the bid liable to disqualification.

24.11General Condition of the foreign purchase order/contract for BCIC enclosed herewith which shall forman integral part of this Tender Enquiry .The conditions stipulated in the list of ‘GENERAL CONDITION’ shall be applicable where in conformity with the terms and conditions of the tender enquiry and the fund mentioned therein.

24.12Submission of Bids shall mean acceptance of all Terms and Conditions laid down in the Tender Enquiry as wellas in the General Conditions of Foreign Purchase Order/Contract for BCIC unless expressly stated to thecontrary by the bidders in the bids.

24.13BCIC reserves the right to accept or reject all tenders of any time without assigning any reasons.

24.14BCIC may cancel the Purchase Order/Contract any time for its own convenience.

25.00CAUSES OF REJECTION OF BIDS:

The bids will be rejected for the following reasons/lapses:-

(i) If the schedule of price and specifications is not enclosed with the bid duly filled in, signed and sealed.

(ii) If the Pro-forma Invoice/Telex/Fax offer in original showing FOB Price, Freight and Commission, if any separately as well as manufacturer’s certificate as mentioned herewith before is not submitted alongwith the bid.

(iii)If the amount and validity of the Tender Security/Bid Bond do not conform to the requirements of the Tender Enquiry.

(iv)If the amount and validity of the Earnest Money / Bid Bond do not conform to the requirements of the Tender Enquiry.

(v)If the bidders make any addition or alternation to prices, specifications and any other terms and conditions of their bid after opening of tender.

(vi)If each and every page of the Tender Documents including the General conditions of order/contract for BCIC is not signed and sealed by the bidders as a confirmation of their acceptance of the Tender terms.

(vii)If the bid is made on behalf of a country with whom Bangladesh does not have any diplomatic relationship.

(viii)If the official Money Receipt in original evidencing purchase of Tender Documents is not furnished with the bids.

(ix)If the documents are not furnished with the bid as per clause 4.00 of this Tender Enquiry.

(x)If the Manufacturer original Certificate is not submitted alongwith the bid.

(xi) If the bidder submit tender on single envelope system.

Yours faithfully

(Md. Shaiful Alam)

Manager (Commercial),

For In-charge, Purchase Division.

BANGLADESH CHEMICAL INDUSTRIES CORPORATION

PURCHASE DIVISION (12 TH FLOOR)

BCIC BHABAN, 30-31 DILKUSHA C/A, DHAKA.

(Price Schedule)

Tender Enquiry No. PUR-3.2749/2016-2017 Dated 15-12-2016
Due for submission at 11.00 A M on 02-02-2017.
Item No. / Name of Materials with
Complete Specification / Unit / Quantity / Net FOB price per M3 / Freight per M3 / Commission per M3 (in amount & along with %) / CFR(C) Price per M.T. M3 / Total CFR(C) value / Remarks

1. Methanation Catalyst M3 10.00

Specification as per attached

sheet (Annexure-‘A’)

......

Tender quotation : ...... Signature with name, address and

dated ...... official seal of the tenderer......

Telephone......

Annexure-‘A’

BANGLADESH CHEMICAL INDUSTRIES CORPORATION

PURCHASE DIVISION (12 TH FLOOR )

BCIC BHABAN, 30-31 DILKUSHA C/A, DHAKA.