tender management system ver 1.0 created by · tender management system ver 1.0 ... 4.2.1...

30
Tender Management System Ver 1.0 [ Tender Document ] Created By Sulbha Samant Reviewed By Hitesh K. Rana Reviewed On 26-06-2013 Approved By Sriram.S Approved On 26-06-2013 PATIL R.M. Hitesh K. Rana Page No.:1 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS 2062 & 10000 MT of CR Coils IS 513

Upload: dinhminh

Post on 21-Jul-2018

222 views

Category:

Documents


0 download

TRANSCRIPT

Tender Management System

Ver 1.0

[ Tender Document ]

Created By

Sulbha Samant

Reviewed By

Hitesh K. Rana

Reviewed On

26-06-2013

Approved By

Sriram.S

Approved On

26-06-2013

PATIL R.M. Hitesh K. Rana

Page No.:1 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

1. Tender Basic Information

PATIL R.M. Hitesh K. Rana

Page No.:2 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:2 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Tender Basic Information

System No. 11703

Tender No CRFQ1000188596

Division CPO Marketing Section : Procurement team group 3

Date 24-06-2013

Title GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS 2062 & 10000 MT of CR Coils IS 513

Description GLOBAL TENDER FOR PRE-QUALIFICATION OF VENDORS BASED ON PRE-QUALIFICATION BID & TECHNO-COMMERCIAL BID FOR SUPPLY OF approx. 10000 MT of Mild Steel plates conforming to IS 2062E 250 (Fe 410W) Gr.B/ ASTM A36& 10000 MT CR Coils conforming to IS 513 OR EQUIVALENT GRADE.

Tender Type Open Tender

Estimated Value 510000000.000/510000000.000 (INR)

Product Category Iron/Steel Materials

Product Sub Category

Responsible Person Address CENTRAL PROCUREMENT ORGANISATION, CPO, A-Installation, Sewree Fort Road, Sewree (E), MUMBAI-400015.

Delivery Address MUMBAI AND KOCHI REFINERIES, ALL OTHER BPCL LOCATIONS

Form of Contract Supply

Vendor Under Taking I/WE HEREBY UNDERTAKE THAT THE STATEMENTS MADE HEREIN/INFORMATION GIVEN IN THE BIDS/ANNEXURESREFERRED ARE TRUE IN ALL RESPECTS AND THAT IN THE EVENT OF ANY SUCH STATEMENT OR INFORMATIONBEING FOUND TO BE INCORRECT IN ANY PARTICULAR, THE SAME MAY BE CONSTRUED TO BE AMISREPRESENTATION ENTITLING BHARAT PETROLEUM CORPORATION LTD. TO AVOID ANY RESULTANTCONTRACT.I/WE FURTHER UNDERTAKE AS AND WHEN CALLED UPON BY CORPORATION LTD. TO PRODUCE, FOR ITSINSPECTION, ORIGINAL(S) OF THE DOCUMENT(S) OF WHICH COPIES HAVE BEEN ANNEXED HERETO.We hereby certify that the process ofE-tender is understood by us. We hereby confirm that all information and details furnished above are true to our knowledge. Incase any information or detail is found to be incorrect we shall be solely responsible for the same. You may initiate any actionas deemed fit to you, in that case.

We agree that courts in the city of Mumbai alone shall have jurisdiction to entertain any application or other proceedings inrespect of any dispute or differences arising out of or in regard to subject tender, at any stage including during finalisation ofthe tender.

State Maharashtra

2. Tender Calendar

PATIL R.M. Hitesh K. Rana

Page No.:3 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:3 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Tender Calendar

S. No. Stage Name Start Date End Date

1 TenderRelease 26-06-2013 18:55:00 26-06-2013 19:01:00

2 Bid Preparation and Submission 26-06-2013 19:02:00 24-07-2013 15:00:00

3 Pre Qualification Opening 24-07-2013 15:01:00 31-10-2013 15:00:00

4 Pre Qualification Evaluation 24-07-2013 15:01:00 31-10-2013 15:00:00

5 Technical Bid Opening 24-07-2013 15:01:00 31-10-2013 15:00:00

6 Technical Evaluation 24-07-2013 15:01:00 31-10-2013 15:00:00

3. Pre Bid / Send Query Calendar

PATIL R.M. Hitesh K. Rana

Page No.:4 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:4 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Pre Bid / Send Query Calendar

S. No. Description Start Date Time End Date Time

1 Pre Bid Confrence 10-07-2013 11:00:00 10-07-2013 16:00:00

2 Send Query Confrence

4. NIT Text

PATIL R.M. Hitesh K. Rana

Page No.:5 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:5 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

INVITATION FOR SUBMISSION OF PRE-QUALIFICATION BID & TECHNO-COMMERCIAL BID FOR SHORT-LISTING OF VENDORS FOR SUPPLY OFapprox.10000 MT of Mild Steel plates conforming to IS 2062 E 250 (Fe 410W) Gr.B/ ASTM A36& 10000 MT CR Coils conforming to IS 513 OR EQUIVALENT GRADE required at various BPCL sites all over India.

Please refer to :

Annexure A:Instruction to BiddersAnnexure A1 :Pre-Qualification CriteriaAnnexure A2 :List of Documents for prequalificationAnnexure A3:Technical specifications for HR steel platesAnnexure A4 : Technical specifications for CR coilsAnnexure A5 :TERMS & CONDITIONS INDIAN BIDDERSAnnexure A6 :TERMS & CONDITIONS FOREIGN BIDDERSAnnexure A6(i) :General TERMS & CONDITIONS Annexure A9a : Unpriced bid format Indian biddersFOR HR STEEL PLATES.Annexure A9b : Unpriced bid format Indian biddersFOR CR coils.

Annexure A10a : Unpriced bid format foreign biddersfor HR steel plates.Annexure A10b :Unpriced bid format foreign biddersfor CR COILS.Integrity pact to be downloaded , then after due signatures to be uploaded against the relevant bid form.

PRE-BID MEETING WITH THE PROSPECTIVE BIDDERS IS SCHEDULE ON 10TH JULY 2013 AT 11:00 a.m. IST.

5. Tender Fee & EMD

PATIL R.M. Hitesh K. Rana

Page No.:6 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:6 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Tender Fee / EMD not defined

6. Tender Decrypters

PATIL R.M. Hitesh K. Rana

Page No.:7 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:7 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Tender Decrypters

S. No. EnvelopeName

UserName(User id)

Cert S.No. Cert Issuer Cert Expiry

1 Pre-Qualification

PATIL R.M.(patilrm)

16C5BAFC42 CN=SafeScrypt sub-CA for RCAI Class2 2012, OU=Sub-CA, O=SifyTechnologies Limited, C=IN

09-07-2013 00:00:00

2 Pre-Qualification

Hitesh K. Rana(ranahitesh001)

16E4010E0A CN=SafeScrypt sub-CA for RCAI Class2 2012, OU=Sub-CA, O=SifyTechnologies Limited, C=IN

01-08-2013 00:00:00

3 TechnicalQualification

Hitesh K. Rana(ranahitesh001)

16E4010E0A CN=SafeScrypt sub-CA for RCAI Class2 2012, OU=Sub-CA, O=SifyTechnologies Limited, C=IN

01-08-2013 00:00:00

4 TechnicalQualification

PATIL R.M.(patilrm)

16C5BAFC42 CN=SafeScrypt sub-CA for RCAI Class2 2012, OU=Sub-CA, O=SifyTechnologies Limited, C=IN

09-07-2013 00:00:00

7. Items

PATIL R.M. Hitesh K. Rana

Page No.:8 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:8 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Schedules Not Defined

Items not defined

8. Tender Common Forms

8.1. Integrity Pact - Format - Download

PATIL R.M. Hitesh K. Rana

Page No.:9 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:9 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Integrity Pact - Format - Download

1 Integrity Pact - Format - Download INTEGRITYPACT.pdf

Download the Integrity Pact Document from here (Integrity Pact document to be downloaded and printed copy is to be signed, sealed and witnessed and thento be scanned and uploaded in Bid Common Form Section while Bid Submission.)

9. Tender Item Forms

PATIL R.M. Hitesh K. Rana

Page No.:10 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:10 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Tender Item Forms Not Defined

10. Bid Common Forms

10.1. ANNEXURE A3-SPECIFICATION OF STEEL PLATES CONFORMING TO IS 2062 /ASTM A36 [Technical Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:11 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:11 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

BPCL SPECIFICATIONS VENDORS OFFER

MILD STEEL PLATES CONFORMING TO IS 2062 E250(FE410W)GRB/ASTMA36THICKNESS(IN MM): 5-38WIDTH(IN MM): 1250,1500,2000,2500LENGTH: 6.3M/8M1.0 SCOPE OF SUPPLY:The scope covers the supply of structural quality weldable steel plates forpetroleum product storage tanks and fire water tanks at various sites/locationsof BPCL.

2.0 GENERAL DESCRIPTION:This section describes the requirements for technical delivery conditions andscope of inspection for the procurement of steel plates for storage tanksapplication in accordance with IS standards

3.0 MANUFACTURING PROCESS :The supplier should submit a technical manufacturing plan to accomplish therequired quality of steel plates as specified in the standard in the technical bidof the tender, the plan should cover the following:3.1 Manufacturing Standard.3.2 Grade of steel plate material to be manufactured.

4.0 STANDARDS :4.1 For steel plate material conforming to IS 2062 E 250 (Fe 410 W) Gr.B, thefollowing codes & standards should be complied.

4.1.1 Structural Quality Steel Plates shall conform to Latest Edition of IS 2062E 250 (Fe 410 W) Gr.B Specifications.

4.1.2 The Marking shall be as per the Latest Edition of IS 2062 E 250 (Fe 410W) Gr. B. Each product shall carry a tag or be marked with the ManufacturersName or Make mark. Designation of steel shall also be similarly marked onthe product tag along with manufacturers name or trade mark.

4.1.3 The Dimensional tolerance of the steel plates shall confirm to LatestEdition of IS 1852 Specifications. However, for width a tolerance of upto -0 /+20 mm is acceptable. This tolerance in width should be uniform throughoutthe length of the plate.

4.1.4 The Charpy Impact test requirements (for 12mm thk. & above) for thesteel plates shall confirm to Latest Edition of IS 1757 Specifications.

4.1.5 The Bend test requirements for the steel plates shall confirm to LatestEdition of IS 1599 Specifications.

4.1.6 For purposes the clause governing these standards and also otherstandards mentioned or referred therein should be adhered by themanufacturer for manufacturing and supplying of required steel plates

4.2 For steel plate material conforming to ASTM A 36 grade, the followingcodes & standards should be complied.

4.2.1 Structural Quality Steel Plates shall conform to Latest Edition of ASTMA6/ A6 M Specifications.

4.2.2 The Marking shall be as per the Latest Edition of ASTM A 6/A6 M. Eachproduct shall carry a tag or be marked with the Manufacturers Name or Makemark. Designation of steel shall also be similarly marked on the product tagalong with manufacturers name or trade mark.

4.2.3 The Dimensional tolerance of the steel plates shall confirm to LatestEdition of ASTM A 6/A6 M Specifications. However, for width a tolerance ofupto -0 / +20 mm is acceptable. This tolerance in width should be uniformthroughout the length of the plate.

4.2.4 The Charpy Impact test (for 12 mm and above ) requirements for thesteel plates shall confirm to Latest Edition of ASTM A 370 -97aSpecifications

4.2.5 The Bend test requirements for the steel plates shall confirm to LatestEdition of ASTM A 370 -97a Specifications

4.2.6 For purposes the clause governing these standards and also otherstandards mentioned or referred therein should be adhered by themanufacturer for manufacturing and supplying of required steel plates.

5.0 GENERAL REQUIREMENTS

5.1 Tolerances on other dimensions of plates shall be as per IS: 1852 [latestedition]. No negative tolerance in thickness is acceptable

5.2 Final rolling shall be lengthwise. Both Trimmed & Un-Trimmed plates areacceptable, however, the tolerance in width shall be upto -0/+20mm & uniformthroughout the length of the plate. Other tolerances shall be as per IS-1852[latest edition].

5.3 The payment & despatch shall be made on Actual Weight basis. Theweight shall be taken at the vendor own stockyard/plant/ premises & BPCLreserves the right to witness the same. Thereafter in case the plates arereceived at BPCL end with different dimensions (other than that invoiced &weighed at vendors end), the same shall not be accepted.

Payment & despatch based on Theoretical Weight basis is also acceptable.However in case the plates are received at BPCL end with differentdimensions (other than that invoiced at vendor end), the same shall not beaccepted. In this case the density of steel shall be taken as 7850 Kg./cubicmeter.

5.4 Charpy test is mandatory at minus 20 deg C and the value is to be 27Joules for steel plates of thickness 12 mm and above

10.2. ANNEXURE - A5 : TENDER TERMS AND CONDITIONS FOR INDIAN VENDORS [Technical Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:12 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:12 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

5.5 The steel plate material should be fully killed and fine grain steels.

5.6 The steel plates shall be supplied without painting/coating.

5.7 Nevertheless the following chemical and mechanical properties aremandatory to ensure the properties to meet the requirement

6.0 SUPPLIMENTARY REQUIREMENTS

6.1.1 Heat analysis and product analysis shall be carried out for each heat asper the specifications of IS 2062 E 250 (FE 410 W) GR. B. [latest edition] andlimiting values are as per the limits specified.

6.1.2 Mechanical properties shall meet the requirements as per IS 2062 E250 (Fe 410 W) Gr. B [latest edition].

6.1.3 The products shall be sound and free from defects that preclude theirintended use.

6.1.4 CERTIFIED DOCS. :- The supplier shall furnish 2 copies of the followingcertificates/documents inclusive of all tests required as per specifications dulycertified by the Inspecting Authority whenever applicable before shipment ofplates. The actual values obtained shall be recorded in the testcertificates/documents. Material certificates shall conform to EN 10204: 2004(E) Type 3.2. 6.1.4.1 Chemical Analysis 6.1.4.2 Mechanical Test 6.1.4.3 Date of manufacture (final rolling)

6.2 For steel plate material conforming to ASTM A 36 grade, it should meetthe supplementary requirements stated in clause 6.1 complying to theirtesting standard as specified in ASTM.

7.0 Marking of Products

The finished steel plates shall be marked as per IS 2062 E 250 (Fe 410 W) Gr.B [latest edition] specifications and then supplied to purchaser.Each plate to be marked with unique identification number as per followingexample;1 5 4 of 1030 PO Number where1 Number5 - Thickness of plate4 - No. of plate1030 Total qty of plates

8.0 INSPECTION AUTHORITY

8.1 Unless otherwise stated in the call-off/purchase Order, nothird party inspection is required. Material test certificate duly certified by Millquality assurance/Quality Control department is acceptable.

8.2 BPCL however reserves the right to inspect the steel plates by registeredthird party inspection agency of BPCL [LRIS/ DNV/ IRS/ EIL /TUV/ UL INDIAPVT. LTD.] upto any extent as per IS 2062 E 250 (FE 410 W) GR. B [latestedition] and in such cases, all test certificates / documents shall be dulycertified by the third party. IF TPI is required, it has to be arranged by Vendor.

9.0 ACCEPTANCEBPCL reserves the right to accept or reject the material based on theaforementioned inspection data if it does not meet specification.

GENERAL TENDER TERMS AND CONDITIONS

TECHNO-COMMERCIAL TERMS AND CONDITIONS

1.Please note that this tender is to finalise the technical and commercial conditions(other than price) which shall remain valid for placement of orders till31.08.2014. The Call off shall be placed by our kochi/Mumbai refineries/ Corporate Engineering and Project office at Noida etc.Further the Materials are required to be supplied to our various project sites/contractor works(if applicable) on Door delivery basis.

BPCL reserves the right to accept any tender in whole or in part and reject any or all tenders without assigning any reason. BPCL is not bound to accept thelowest rate for any tender and reserves the right to accept one or more tenders in part. BPCL also reserves the right to allow public enterprises (Central/State)Price / purchase / contract / service preference as admissible under the existing Government Policy. The decision of the Corporation in this connection will befinal.

BPCL reserves the right to vary the quantities in the tender. Please note that the evaluation and award for this tender is on item-wise lowest quote basis.

2.Please submit only the techno-commercial bid . PRICE BID SHALL BE SUBMITTED AT A LATER STAGE.i) Techno-commercial bid : You are advised to furnish all the technical and commercial details as the Annexures ii) Priced bid : To BE SUBMITTED AT A LATER STAGE.

3.Vendor to quote on Ex-works basis, separately indicating Basic Price in Rs. per unit, Excise duty, Sales Tax., Freight etc during Priced bid submissionstage.

4.Price bid shall be sought from the vendors for firm requirement with a provision of additional 20%(to meet the exigency requirement) every three months forsteel plates & every month for CR coils. The price for the firm quantity shall remain firm till the completion of the order. The price for additional 20% shall beremain valid for three months from the date of finalization of contract. No escalation will be entertained on any ground except on the ground of statutory leviesapplicable on the tendered items.

5.OTHER STATUTORY LEVIES : All other statutory levies introduced by the statutory authorities during the contract period shall be payable extra by BPCL.However, any increase/decrease in statutory levies on the date of delivery during the scheduled delivery period on finished materials will be on BPCL account.If the material is not supplied within the delivery period, then any increase in the statutory levies shall be to Vendor Account

6.Unloading & stacking will be arranged by consignee. However, advance information regarding expected date of delivery to Site In-charge must be givenwell in time for making unloading arrangements under advice to BPCL.

7. Transit Insurance will be arranged by the bidder.

8. BPCL reserves the right to inspect the material at the Works of the vendor through third Party Inspection Agency. Our registered Third party InspectionAgencies are LRIS/ DNV/ IRS/ EIL /TUV/ UL INDIA PVT. LTD. If Third Party Inspection (TPI) is required, it has to be arranged by vendor.

9. PAYMENT : Our payment terms are 100% on the 30th day from the receipt and acceptance of materials at site. Please consider this condition in yourquotation, as other payment terms may not be acceptable to BPCL.

10.3. ANNEXURE - A 6 : TENDER TERMS AND CONDITIONS FOR FOREIGN VENDORS [Technical Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:13 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:13 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

10. All documents listed below should be submitted to the originator of the call-off alongwith the invoice for release of payment; a) Invoice b) Challan c) Lorry Receipt/GR d) Inspection Release Note(if any) along with Test Certificates e) Original Money Receipt for Octroi Charges f) Guarantee Certificate g) Excise Gate Pass and other relevant documents One set of these documents shall be sent by vendor to Consignee also along with the material. Please note that in the absence of above documents , the material will not be accepted at site.

11. VALIDITY : Please note that once the quotation is accepted and contract finalized with the successful tenderer, the rates shall be firm for all the call offsplaced during the validity period.

12. SPECIAL RIGHTS : We reserve the right to :i) Reject your offer without assigning any reasons thereof.ii) Allow the Public Enterprises price preference facilities as admissible under the existing policy.iii) Not to accept the lowest rate quoted by the tenderer.iv) Cancel the tender or split the tendered quantities.v) Order part quantities on vendor.

13. The delivery period quoted must be realistic & specific. Please quote the delivery period on F.O.R door delivery basis. The inability of successfultenderers to execute orders in accordance with the agreed delivery schedule will entitle BPCL, at its options, to :i) Accept delayed delivery at prices reduced by a sum equivalent to one half of one percent (1/2%) of the basic value of any goods not delivered for everyweek of delay or part thereof, limited to a maximum of 5% of the total basic order value. The LR date shall be taken as the date for calculation of L.Dii) Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at the risk & cost of the vendor, without prejudice to itsright under (i) above in respect of goods delivered.

14. RISK PURCHASE CLAUSE: We reserve the right to curtail or cancel the order either in full or part thereof if you fail to comply with delivery schedule andother terms & conditions of the order. BPCL also reserves the right to procure same or similar materials/equipment through other sources at vendor's entirerisk, cost and consequences.

15.GUARANTEE/WARRANTY : Materials shall be guaranteed against manufacturing defects, materials, workmanship and design for a period of 24 monthsfrom the date of despatch or 18 months from the date of commissioning, whichever is earlier.

16. TEST & PERFORMANCE CERTIFICATES : You shall furnish Material test and Performance Certificates for the materials alongwith the challans andinvoice.

17. Only the following shall be considered as "Force Majeure" if they intervene before the contractual delivery date and impede performance : Acts of God,Wars, Revolutions and Official Strikes.

18. If you offer a lower rate to any other oil company during the pendency of order, if placed on you, the same price will automatically apply to BPCL.

19.The tenderer will note the destination of the material as indicated in individual call-off. Appropriate charges towards demurrage or other expenses incurredowing to any negligence, delay or default will be recovered from the successful tenderer.

20. The tenderer shall warrant that the use by BPCL of materials specified by the tenderer will not subject BPCL to charges of infringement of any patentand further agree to hold BPCL harmless and indemnified against any and all costs, charges & expenses therefrom.

22. GENERAL :a) Tenderer should ensure that they submit their offer before the due date & time of tender..b) Your tender may not be considered, if we are unable to evaluate your offer for want of any information.C) Whereever Vendors have entered into a rate contract with D.G.S&D, they will indicate the same in their tenders and will also certify that their rate quotedshall be as as applicable to D.G. S & Dd) Your quotation should be for materials strictly in accordance with specifications mentioned in the tender. e) It shall be assumed that packing cases ifapplicable. are not chargeable and non-refundable unless otherwise stated.

23.IN CASE OF ANY OF THE ABOVE TENDER TERMS and CONDITIONS i.e. SR.1 TO 22 ARE NOT ACCEPTABLE TO VENDOR, KINDLY MENTION THEDEVIATIONS ONLY IN THE FOLLOWING FORMAT (TECHNICAL and COMMERCIAL) WITH REASONS and JUSTIFICATIONS. DEVIATIONS STATEDELSEWHERE WILL NOT BE ACCEPTED BY US. IN CASE THE DEVIATION SHEETS ARE SUBMITTED BLANK THEN ALL THE TERMS andCONDITIONS WILL BE DEEMED AS ACCEPTED BY YOU.

Acceptance of Annexure-A5: GENERAL TENDER TERMS AND CONDITIONS

1 I Accept the above Annexure A5 GENERALTENDER TERMS AND CONDITIONS

DEVIATIONS FOR ANNEXURE - A5 : TENDER TERMS AND CONDITIONS FOR INDIAN VENDORS

ANNEXURE - A5 Clause No ANNEXURE - A5 - TenderRequirement

ANNEXURE - A5 - Vendors Offer ANNEXURE - A5 - Justification

GENERAL TENDER TERMS AND CONDITIONS

TECHNO-COMMERCIAL TERMS AND CONDITIONS

1) Please note that this tender is to finalise the technical and commercial conditions(other than price) which shall remain valid for placement of order till31.08.2014. The Call off shall be placed by our kochi/Mumbai refineries/ Corporate Engineering and Project office at Noida etc.Further the Materials are required to be supplied to our various project sites/contractor works(if applicable) on Door delivery basis.

BPCL reserves the right to accept any tender in whole or in part and reject any or all tenders without assigning any reason. BPCL is not bound to accept thelowest rate for any tender and reserves the right to accept one or more tenders in part. BPCL also reserves the right to allow public enterprises (Central/State)Price / purchase / contract / service preference as admissible under the existing Government Policy. The decision of the Corporation in this connection will befinal.

BPCL reserves the right to vary the quantities in the tender. Please note that the evaluation and award for this tender is on item-wise lowest quote basis.

2) The quotation shall be as per latest INCO terms.Please confirm the Item Number / Description and Part Number / BTN Classification.

3) The Vendor shall submit the offer in US DOLLARS AS WELL AS IN YOUR CURRENCY

PATIL R.M. Hitesh K. Rana

Page No.:14 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:14 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

4) Please submit only the techno-commercial bid. Price bid shall be submitted at a later stage.

Price bid shall be sought from the vendors for firm requirement with a provision of additional 20%(to meet the exigency requirement) every three months forsteel plates & every month for CR coils . The price for the firm quantity shall remain firm till the completion of the order. The price for additional 20% shall beremain valid for three months from the date of finalization of contract. No escalation will be entertained on any ground except on the ground of statutory leviesapplicable on the tendered items

5) Please note that the Ex-works price, P & F charges, FOB charges,sea freight and other price details are to be submitted at a later stage.

6) BPCL reserves the right to inspect the material before despatch, if required. Our registered Third party Inspection Agencies are LRIS/ DNV/ IRS/ EIL /TUV/UL INDIA PVT. LTD.. If TPI required, it has to be arragned by vendor.

7) The Indian Agency commission (if any ) shall be payable in Indian rupees only. Indian Agents should be registered with Directorate General of Suppliesand Disposals, Government of India and indicate their register number in your quotation. Agency commission will be payable only after registration withDGS&D, New Delhi

8) Please note that the Taxes and duties payable in India shall be paid directly by BPCL. Necessary loading shall be done for the same during evaluation toarrive at the landed cost.

9) Please indicate the Country of Origin and Port of loading.

10) Please indicate your best delivery schedule for any quantity from the date of placement of call off for any location anywhere in India.

11) Insurance will be arranged by us. (Despatch details to be informed immediately by telex / fax and the non negotiable documents to be sent by courier forarranging insurance.

12) Please note that once the quotation is accepted and contract finalized with the successful tenderer, the rates shall be firm for all the call off placedduring the validity period.

13) Your quotation should be for materials strictly in accordance with the specifications mentioned in the tender

14) We reserve the right to accept or reject the tender of any party in part or full without assigning any reason whatsoever. The lowest tender may notnecessarily be accepted. We reserve the option of accepting your offer in part or full.

15) In case of placement of order in Foreign currency We reserve the option to place order on FOB BASIS. Material to be shipped on Freight to Pay basis.Freight charges will be paid at actuals at the port of destination in Indian currency. In the event of placement of order on FOB basis, shipping arrangementsshall be made by chartering wing Ministry of Surface Transport, New Delhi through their respective forwarding agents.

M/S .Panalpina Welttransport Gmbh, Hamburg, Germany, Sea Export Ph.no. 49(40)23771-126, fax no.49(40)23771 346 for shipping consignment fromUK/Continent port.

M/s. OPT Overseas project Transport Inc Sellers Street, Kearny, N.J. 070032, tel. (201) 998-7771, telex 673-3586, fax (201) 998-7833 in respect ofconsignments from US/ CANADA, MAXICI & SOUTHAMERICA and other embassy of India in Japan, Tokyo in respect of consignments from Japanese Ports.

M/s. Far Estern Services Pvt. Ltd., 116 Lavender Street, Hex 01-06 PEK Chuan Building, Singapore 1233 tlx.no. RS 28747 A/B FARSER, Fax no. 2986544/2995007, for shipping consignment from Singapore.

M/s. The Kanoo Group, P.O. Box 290, Khalid Bin AL Walid Street, Dubai, UAE, Tel. No. 521525, 521900 for shipping consignment from Dubai Port.

However, the name of agent shall be confirmed to you while placing our order.Supplier shall furnish to the respective agents the full details of consignmentssuch as outside dimension, weights (both gross and net) no. of packages,technical description and drawings, name of supplier, port of loading, etc. 6 weeks notice shall be given by the supplier to enable the concerned agency toarrange shipping space.

16) Inspection/ Test Certificate, conformity Certificate and Country of Origin certificate are to be submitted with Invoice during supply.

17) 100 % against irrevocable Letter of Credit within 30 days of receipt and acceptance of material at site.

Payment will be made within 30 days from the date of receipt and acceptance of material at our site against Letter of Credit. Letter of Credit will be opened inyour favour through our banker.

Indicate your Bank address for opening Letter of Credit.

If the order value is below USD 1000.00 the payment will be 100% sight draft against documents through Banl. We will not establish any L/C for suchamounts. However, direct documents will be acceptable.Foreign banker charges will be to the account of beneficiary only.

18) Any dispute or difference between the vendor on the one and the owner on the other, or any kind whatsoever at any time or time arising out of the or inconnection with or incidental to the Purchase Order including any dispute or difference regarding the interpretation of the terms and conditions or any clausethereof shall be referred to arbitration under the Rules of International Chamber of Commerce in Paris. The venue of such arbitration shall be in India. TheIndian Law shall apply.

Please refer to Annexure A7 for Arbitration clause and Annexure A8 for Integrity format

19.The contractual delivery date shall be considered from the date of Letter of Credit (L/C) or the date of L/C amendment because of Buyer fault plus oneweek (to take care of transit time for receipt of L/C) plus the delivery schedule till mechanical completion of job as indicated by the vendors. In case of theshipment/supply taking place on Cash against documents or any other terms of payment the contractual delivery shall be taken from the date of purchaseorder plus 1 week (to take care of transit time for receipt of order) plus delivery period. Further the date of B/L or House Airway bill will be considered to findout the delay with respect to contractual delivery date. In case of F.O.B. shipment, if the vessel is not available then the intimation by vendors regardingreadiness of the goods for the shipment shall be considered for calculating the delay in any. So vendor shall inform the readiness of materials for shipment onF.O.B. basis / FCA basis.

For any delay in delivery of equipment/ materials beyond the delivery date the delivery date the same shall be accepted at price reduced by a sum equivalent@ 0.5% per week or part thereof on the value of non delivered portion of material subject to maximum of 5% of total order value.

20) The tenderer shall warrant that the use by BPCL of materials specified by the tenderer will not subject BPCL to charges of infringement of any patent andfurther agree to hold BPCL harmless and indemnified against any and all costs. Charges and expenses resulting thereform

21) Only the following shall be considered as Force Majeure if they intervene before the contractual delivery date and impede performance : Acts of God,Wars, Revolutions and Official strikes.

22) Materials should be guaranteed against manufacturing defects, Workmanship and design for a period of 18 months from date of commissioning & 24months from date of shipment, whichever is earlier.

23) If you offer a lower rate to any other Oil company in India, during the pendency of order, if placed on you, the same price will automatically apply to us.

24) Please submit your offer by due date & time of tender as stated in the tender documents

25) We at our sole discretion reserve the option of placing the order for Part quantity .

26). SPECIAL RIGHTS : We reserve the right to :i) Reject your offer without assigning any reasons thereof.ii) Allow the Public Enterprises purchase preference facilities if applicable.iii) Not to accept the lowest quoted by the tenderer.iv) Cancel the tender or split the tendered quantities.v) Order part quantities on vendor on item wise basis.

10.4. ANNEXURE - A9a :UNPRICED BID FORMAT FOR INDIAN BIDDERS for HR steel plates [Technical Qualification]

10.5. ANNEXURE - A9a :UNPRICED BID FORMAT FOR INDIAN BIDDERS for CR COILS [Technical Qualification]

10.6. ANNEXURE - A10a :UNPRICED BID FORMAT FOR FOREIGN BIDDERS FOR HR STEEL PLATES [Technical Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:15 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:15 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

27) IN CASE OF ANY OF THE ABOVE TENDER TERMS and CONDITIONS i.e. SR.1 TO 26 ARE NOT ACCEPTABLE TO VENDOR, KINDLY MENTIONTHE DEVIATIONS ONLY IN THE FOLLOWING FORMAT (TECHNICAL and COMMERCIAL) WITH REASONS and JUSTIFICATIONS. DEVIATIONSSTATED ELSEWHERE WILL NOT BE ACCEPTED BY US. IN CASE THE DEVIATION SHEETS ARE SUBMITTED BLANK THEN ALL THE TERMS andCONDITIONS WILL BE DEEMED AS ACCEPTED BY YOU.

Acceptance of Annexure-A6: GENERAL TENDER TERMS AND CONDITIONS

1 I Accept the above Annexure A6 GENERALTENDER TERMS AND CONDITIONS

DEVIATIONS FOR ANNEXURE - A6 : TENDER TERMS AND CONDITIONS FOR FOREIGN VENDORS

ANNEXURE - A6 - Clause No ANNEXURE - A6 - TenderRequirement

ANNEXURE - A6 - Vendors Offer ANNEXURE - A6 - Justification

UNPRICED BID FORMAT FOR INDIAN BIDDERS FOR HR STEEL PLATES

BPCL REQUIREMENT BIDDERS RESPONSE

1) ALL RATES ARE TO BE IN Rs. PER UNIT ( MT) BASIS.

2) FREIGHT and TPIA SHOULD BE INCLUSIVE OF TAXES and DUTIES IFANY AND SAME SHALL NOT CHANGE DURING THE CONTRACTUALPERIOD

3) DELIVERY :

4) CST WITH FORM C (in Percent) CST WITHOUT C FORM (in Percent) VAT (in Percent)

5) PLACE OF DESPATCH

6) Excise duty in Percent

UNPRICED BID FORMAT FOR INDIAN BIDDERS FOR CR COILS

BPCL REQUIREMENT BIDDERS RESPONSE

1) ALL RATES ARE TO BE IN Rs. PER UNIT ( MT) BASIS.

2) FREIGHT and TPIA SHOULD BE INCLUSIVE OF TAXES and DUTIES IFANY AND SAME SHALL NOT CHANGE DURING THE CONTRACTUALPERIOD

3) DELIVERY : PLEASE QUOTE YOUR BEST DELVIERY SCHEDULE.

4) CST WITH FORM C (in Percent) CST WITHOUT C FORM (in Percent) VAT (in Percent)

5) PLACE OF DESPATCH

6) Excise duty in Percent

-

- -

Best Delivery Period

Country of Origin

Load Port

Note:-

Note:-

Charges for Third Party Inspection shall be quoted in case same is required to be carried outAll the customs duties and taxes as applicable to be paid in India shall be paid by BPCL directlyand the same shall be added to the CFR Price to arrive at the landed cost of the equipment.

Commercial loading with respect to Payment Terms & Custom duties will be done for the foreign vendors as follows: A) Financing charges based on applicable PLR (presently 14.45 percent per annum) for approx. Two and half months on FOB Value and Ocean Freight charges i.e.(14.45/12)X2.5 B) Financing charges based on applicable PLR (Presently 14.45 percent) for approx. one and half months on port / landing charges / LC charges/ Customduties, i.e. (14.45/12)X1.5 c) Estimated inland freight charges will also be loaded to arrive at landed price at sites.

10.7. ANNEXURE - A10b :UNPRICED BID FORMAT FOR FOREIGN BIDDERS FOR CR COILS [Technical Qualification]

10.8. INTEGRITY PACT UPLOAD BY VENDORS [Pre-Qualification]

10.9. ANNEXURE A INSTRUCTIONS TO BIDDERS (pre-qualification) [Pre-Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:16 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:16 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

-

- -

Best Delivery Period

Country of Origin

Load Port

Note:-

Note:-

Charges for Third Party Inspection shall be quoted in case same is required to be carried outAll the customs duties and taxes as applicable to be paid in India shall be paid by BPCL directlyand the same shall be added to the CFR Price to arrive at the landed cost of the equipment.

Commercial loading with respect to Payment Terms & Custom duties will be done for the foreign vendors as follows: A) Financing charges based on applicable PLR (presently 14.45 percent per annum) for approx. Two and half months on FOB Value and Ocean Freight charges i.e.(14.45/12)X2.5 B) Financing charges based on applicable PLR (Presently 14.45 percent) for approx. one and half months on port / landing charges / LC charges/ Customduties, i.e. (14.45/12)X1.5 c) Estimated inland freight charges will also be loaded to arrive at landed price at sites.

INTEGRITY PACT UPLOAD BY VENDORS

1 INTEGRITY PACT UPLOAD BY VENDOR

INSTRUCTIONS TO BIDDERS

Instruction To Bidders

WE INVITE YOUR PRE-QUALIFICATION BID and TECHNO-COMMERCIAL BID FOR SUPPLY OF approx. 10000 MT of Mild Steel plates conforming to IS2062 E 250 (Fe 410W) Gr.B/ ASTM A36 & 10000 MT CR Coils conforming to IS 513 OR EQUIVALENT GRADE. REQUIRED AT VARIOUS BPCLLOCATIONS ALL OVER INDIA.

VENDOR IS REQUESTED TO SUBMIT THEIR BIDS TAKING FULL NOTICE OF ALL THE TECHNICAL SPECIFICATIONS, TERMS and CONDITIONS.BIDS MUST BE THROUGH E-TENDERING SYSTEM and MUST BE FILLED UP BY THE AUTHORISED AND COMPETENT AUTHORITY OF YOUR FIRM.

PLEASE SUBMIT THE OFFER THROUGH E-TENDERING SYSTEM IN TWO BIDS I.E. PRE-QUALIFICATION BID and TECHNO-COMMERCIAL BID.

PRE-QUALIFICATION BID SHOULD CONTAIN DETAILS AS SOUGHT IN ANNEXURES A1 and A2 REQUIRED FOR SHORT LISTING OF VENDORSWITH RESPECT TO THE PREQUALIFICATION CRITERIA ALONG WITH INTEGRITY PACT DULY SIGNED & STAMPED.

TECHNO-COMMERCIAL BID SHOULD CONTAIN DETAILS AS SOUGHT IN ANNEXURES A3 TO A10.

PLEASE NOTE THAT THE PRICE BIDS ARE NOT TO BE SUBMITTED AT THIS STAGE.

PLEASE SUBMIT YOUR BIDS BY THE DUE DATE ELECTRONICALLY THROUGH OUR E-TENDERING SYSTEM WEBSITE https://bpcl.eproc.inADDRESS OF TENDER FLOATING DEPARTMENT :CHIEF PROCUREMENT OFFICER,CENTRAL PROCUREMENT ORGANISATION (MKTG)BHARAT PETROLEUM CORPORATION LTD., A INSTALLATION,SEWREE FORT ROAD, SEWREE (E), MUMBAI 400 015, INDIA(PHONE : 022-24176408 / 24176438, FAX NO.022-24117878)

PLEASE NOTE THAT ALL THE CONDITIONS ARE TO BE ACCEPTED IN TOTO AND NO COUNTER CONDITIONS WILL BE ENTERTAINED.

THE TECHNICAL BIDS SHALL BE OPENED FOR THOSE VENDORS WHO ARE SHORT LISTED WITH RESPECT TO THE PREQUALIFICATIONCRITERIA THROUGH OUR E TENDERING SYSTEM.

BPCL RESERVES THE RIGHT TO ACCEPT/ REJECT ANY OR ALL OF THE DOCUMENTS AT THEIR SOLE DISCRETION WITHOUT ASSIGNING ANYREASON

BPCL HAS THE RIGHT TO EXTEND THE TENDER DUE DATE IF THE RECEIVED BIDS ARE NOT SUFFICIENT.

BPCL IS NOT RESPONSIBLE FOR ANY DELAYS FROM YOUR END.

BPCL RESERVES THE RIGHT TO MAKE ANY CHANGES IN TERMS and CONDITIONS OF PURCHASE AND TO REJECT ANY OR ALL BIDS RECEIVEDINCOMPLETE.

UNDERTAKING BY THE BIDDER:I/WE HEREBY UNDERTAKE THAT THE STATEMENTS MADE HEREIN/INFORMATION GIVEN IN THE BIDS THROUGH E-TENDERINGSYSTEM/ANNEXURES REFERRED ARE TRUE IN ALL RESPECTS AND THAT IN THE EVENT OF ANY SUCH STATEMENT OR INFORMATION BEINGFOUND TO BE INCORRECT IN ANY PARTICULAR, THE SAME MAY BE CONSTRUED TO BE A MISREPRESENTATION ENTITLING BHARATPETROLEUM CORPORATION LTD. TO AVOID ANY RESULTANT CONTRACT.I/WE FURTHER UNDERTAKE AS AND WHEN CALLED UPON BY CORPORATION LTD. TO PRODUCE, FOR ITS INSPECTION, ORIGINAL(S) OF THEDOCUMENT(S) OF WHICH COPIES HAVE BEEN ANNEXED HERETO.

THE VENDORS WHO ARE ALREADY ENLISTED WITH BPCL SHOULD ALSO APPLY.

THE VENDORS SHOULD HAVE REQUIRED CLEARANCE FROM ALL STATUTORY AUTHORITIES AS APPLICABLE.

VENDORS TO SUBMIT DOCUMENTS/INFORMATION TO SATISFY THE PREQUALIFICATION CRITERIA. APPLICANTS SHOULD ALSO BE IN APOSITION TO PRODUCE FURTHER INFORMATION AS AND WHEN REQUIRED BY US.

BPCL RESERVE THE RIGHT TO ACCEPT / REJECT ANY OR ALL PRE QUALIFICATION DOCUMENTS AT THEIR SOLE DISCRETION WITHOUTASSIGNING ANY REASON WHATSOEVER.

BPCL, AT ITS DISCRETION RESERVES THE RIGHT TO VERIFY INFORMATION SUBMITTED AND INSPECT THE MANUFACTURER FACILITIES, IFREQUIRED TO CONFIRM THEIR CAPABILITIES.

BPCL RESERVES THE RIGHT TO CHANGE THE QUANTITY (INCREASE OR DECREASE) BEFORE SEEKING PRICE BIDS.

VENDORS WOULD BE PRE-QUALIFIED BASED ON DATA AND DOCUMENTS PROVIDED BY VENDORS AND BASED ON INFORMATION AVAILABLEWITH BPCL WITH REGARD TO THE VENDORS CREDENTIALS.

THE VENDORS WHO ARE ON BPCL HOLIDAY LIST WILL NOT BE CONSIDERED.

10.10. ANNEXURE - A1 :PRE-QUALIFICATION CRITERIA [Pre-Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:17 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:17 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

BPCL DECISION ON ANY MATTER REGARDING SHORT LISTING OF VENDORS SHALL BE FINAL AND ANY APPLICANT SHALL NOT ENTER INTOANY CORRESPONDENCE WITH BPCL UNLESS ASKED FOR.

PLEASE NOTE THAT THIS CRITERIA IS ONLY FOR SHORTLISTING OF PROSPECTIVE BIDDERS.

THE PRE-QUALIFICATIONS AND TECHNO-COMMERCIAL BIDS WILL BE SOUGHT TOGETHER BUT IN 2-BID FORMAT THROUGH E-TENDERINGSYSTEM. THE PRE-QUALIFICATION BID WILL BE OPENED FIRST and EVALUATED. SUBSEQUENTLY THE TECHNO-COMMERCIAL BIDS OF ONLYTHE SHORT-LISTED PRE-QUALIFIED VENDORS WILL BE OPENED. THE PRICE BIDS WILL BE SOUGHT AT A LATER STAGE FROM THE FURTHERTECHNO-COMMERCIALLY QUALIFIED VENDORS ONLY.

The bidder shall meet the pre-qualification as stated . In the absence of requisite documents as specified under clause No. B, BPCL reserve the right to rejectthe bid without making any reference to the bidder.

During the Technical / commercial stage, BPCL reserves the right to change the quantities and thickness / width (within the same grade) before opening theprice bids

Vendors would be pre-qualified based on data and documents provided by Vendors and based on information available with BPCL with regard to the Vendorscredentials

1.Interested parties may download the tender from BPCL website www.bharatpetroleum.in (or) from the e-tendering website https:/bpcl.eproc.in andparticipate in the tender as per the instructions given herein, on or before the due date and time of the tender. The tender available on the BPCL website canbe downloaded for reading purpose only. For participation in the tender, please fill up the tender online on the e-tender system available onhttps://bpcl.eproc.in.

2.For registration on the e-tender site https://bpcl.eporc.in , you need to download the User Instruction Manual from the site and read it. They shall have toselect Enrollment and complete the Supplier Registration Form by filling in all the information correctly. Kindly remember the login id, password enteredtherein. After you complete this process, system will generate an e-mail wherein a system generated Challenge Phrase will be mailed to you to completebalance registration process.

3.As a pre-requisite for participation in the tender, tenderers are required to obtain a valid Digital Certificate of Class IIB and above as per Indian IT Act fromthe licensed Certifying Authorities operating under the Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost ofobtaining the digital certificate shall be borne by the tenderer.

In case any tenderer so desires, he may contact our e-procurement service provider M/s. C1 India Pvt. Ltd., Mumbai (Contact no. 022-32444300/ 65281885/65281886) for obtaining the digital signature certificate. Please note that generally, it takes 5 working days for obtaining a digital certificate after thesubmission of all required documents / fees.

4.Corrigendum/amendment, if any, shall be notified on the site https://bpcl.eproc.in. In case any corrigendum/amendment is issued after the submission of thebid, then such tenderers who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shall beassumed that the information contained therein has been taken into account by the tenderer. They have the choice of making changes in their bid before thedue date and time.

5.Tenderers are required to submit their bid online on or before the due date and time of closing of the tender. 6.Directions for submitting online offers,electronically, against e-procurement tenders directly through internet:

(i)Tenderers shall have to log on to the website (https://bpcl.eproc.in) for submitting their bid.

(ii)The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for determining the expiry of due date and time of thetender and no other time shall be taken into cognizance.

(iii)Tenderers are advised in their own interest to ensure that their bids are submitted in e-Procurement system well before the closing date and time of bid. Ifthe tenderer intends to change/revise the bid already entered, he may do so any number of times till the due date and time of submission deadline. However,no bid can be modified after the deadline for submission of bids.

(iv)Once the entire process of submission of online bid is complete, the tenderers are required to go to option own bid view through dashboard and take theprint of the envelope receipt as a proof of submitted bid.

(v)Bids / Offers shall not be permitted in e-procurement system after the due date / time of tender. Hence, no bid can be submitted after the due date and timeof submission has elapsed.

(vi)No manual bids/offers along with electronic bids/offers shall be permitted.

(vii)It shall be understood that every endeavour has been made to avoid error which can materially affect the basis of Tender and the successful Tenderershall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on its account thereof.(this should be part of covering letter)

(viii)Once the PQ (or) technical (or) un-priced commercial bids are opened, tenderers can see the list of tenderers who have participated in the bid by loggingon to the portal under their user ID and password and clicking on Other Bids view.

(ix)Subsequently, once the price bids are opened , tenderers can see the rates quoted by all the participating bidders using the same option.

7.No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to connectivity and availability of website. They shall nothave any liability to tenderers for any interruption or delay in access to the site irrespective of the cause. It is advisable that tenderers who are not wellconversant with e-tendering procedures, start filling up the tenders much before the due date /time so that there is sufficient time available with him/her toacquaint with all the steps and seek help if they so require. Even for those who are conversant with this type of e-tendering, it is suggested to complete all theactivities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the due date and time. Please bereassured that your bid will be viewable only to you and nobody else till the due date/ time of the tender opening. The non availability of viewing before duedate and time is true for e-tendering service provider as well as BPCL officials.

8.BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages and or consequential damages, arisingout of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc.

In case of any clarification pertaining to e-procurement process, the tenderer may contact the following agencies / personnel:a.M/s.C1 India at contact no +91 9322533730 followed with a e-mail to id [email protected] Leader/Manager of M/s. BPCL at contact no.022 24176408/24176438 with a e-mail to Id [email protected] [email protected]

ACCEPTANCE OF INSTRUCTIONS

1 We herewith accept the above -Instructionsto Bidders

ACCEPTANCE OF INSTRUCTIONS

1 We herewith accept the above -Instructionsto Bidders

We Accept

PATIL R.M. Hitesh K. Rana

Page No.:18 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:18 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PRE-QUALIFICATION CRITERIA

Pre-Qualification Requirement Bidders Response

1)The bidder shall be an established manufacturer of M.S. Steel Plates/ CRcoils. Foreign bidder may apply for short listing either directly or through theiraccredited Indian agent / representative. In case Indian agents are quoting onbehalf of the foreign manufacturers, all documents are to be submittedpertaining to the foreign manufacturer only along with relevant authorizationsfrom foreign manufacturers. However, the order shall be placed on the foreignmanufacturer directly (if successful). No consortium bidding is allowed.

Documents required :

Indian Bidders to submit BIS certificate or central excise registration certificatealong with copy of excise invoice of M.S. Steel Plates/ CR coils.

Foreign bidders to submit ASTM certificate or certificate from the chamber ofcommerce of the country of origin establishing that the bidder is amanufacturer of M.S. Steel Plates/ CR coils.

2)The bidders should be able to supply the following grades of steel :

For CR Coilsi)IS 513, Grade O, Killed /DIN EN 10130/ BS 1449 /equivalent grade of Steelin Cold Rolled Coils in thickn5ess from minimum 0.63 mm & widths fromminimum 560 mm.

For Steel platesii)IS 2062 Gr.B /ASTM A 36/ equivalent grade of steel plates in thickness fromminimum 5 mm and widths from minimum 1250 mm.

Documents required:

Indian Bidders to submit Copy of excise invoice along with purchase order ofthe respective grades for supplies made within the last 3 years (as on bid duedate).

Foreign bidders to submit invoice copy and bill of lading along withpurchase order of the respective grades for supplies made within the last 3years (as on bid due date).

3) The minimum current annual capacity of steel production of the biddershould be as under :-

1. To Bid for -Only CR Coils- 0.5 Million MTPA (for Indian Bidder) and 2.5Million MTPA (for Foreign Bidder)

2. To Bid for -Only Steel Plates- 1.0 Million MTPA(for Indian Bidder) and5Million MTPA (for Foreign Bidder)

3. To Bid for- Both CR Coils & Steel Plates - 1.0 Million MTPA (for IndianBidder) and 5.0 Million MTPA (for Foreign Bidder)

Documents required (any of the following) :

a.Listing in the latest Annual Report published by Ministry of Steel of Govt.of India.b.Certified document from any government department/agencyc.Certification from Chamber of Commerce .d.Certification from any of our approved Third Party Inspection Agency(TPIA). [List of our approved TPIA are: LRIS/ DNV/ IRS/ EIL /TUV/ UL INDIAPVT. LTD.]

4 a) The bidders three years (last 3 accounting years are financial years2009-10, 2010-11, 2011-12 OR calendar years 2009, 2010, 2011) minimumaverage turnover should be as under :

1. To Bid for -Only CR Coils- Rs. 15 Cr.(for Indian Bidder) and USD 2.5Million(for Foreign Bidder)

2. To Bid for -Only Steel Plates- Rs. 15 Cr. (for Indian Bidder) and USD 2.5Million (for Foreign Bidder)

3. To Bid for- Both CR Coils & Steel Plates - Rs. 30 Cr. (for Indian Bidder) andUSD 5 Million (for Foreign Bidder)

4 b) The bidder s net worth should be positive for the financial year 2011-12or calendar year 2011.

Documents required :Audited balance sheet & profit and loss account for last three years (3accounting years are financial years 2009-10, 2010-11, 2011-12 OR calendaryears 2009, 2010, 2011).

5) The single order quantity executed by the bidder during last 3 years (as onbid due date) should be minimum 10% of the quantity indicated against eachof the respective grade(s) [i.e. IS 513 and/or IS 2062 / ASTM A 36 orequivalent] required by M/s BPCL for which the vendor wishes to participate.

Documents required :

Indian Bidders to submit Copy of excise invoice along with purchase order ofthe respective grades for supplies made within the last 3 years (as on bid duedate).

Foreign bidders to submit invoice copy and bill of lading along withpurchase order of the respective grades for supplies made within the last 3years (as on bid due date).

10.11. ANNEXURE - A 6 (i) : GENERAL TENDER TERMS AND CONDITIONS [Technical Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:19 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:19 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

IN ADDITION ABOVE 5 PRE-QUALIFICATION CRITERIA , THEFOLLOWING POINTS TO BE NOTED/ COMFIRMED AS APPLICABLE.

6) This tender is for our yearly requirement. The prequalification of theVendors and the techno-commercial terms shall be finalized once in a yearand price bids shall taken against firm requirement for every three monthsperiod for HR plates & every month or every two months for CR coils.

7) BIDDER TO CONFIRM WHEITHER MANUFACTURER/ INDIAN AGENTOF FOREIGN BIDDER

8) BIDDER TO PROVIDE WORKS ADDRESS/ADDRESSES & CONTACTDETAILS

9) WHETHER AUTHORIZATION LETTER UPLOADED BY INDIAN AGENTOF FOREIGN BIDDER. PLCONFIRM IF APPLICABLE .

10) Please confirm if documents required as per above Pre-qualificationcirteria-1 uploaded.

11) Please confirm if documents required as per above Pre-qualificationcirteria-2 uploaded.

12) Please confirm if documents required as per above Pre-qualificationcirteria-3 uploaded.

13) Please confirm if documents required as per above Pre-qualificationcirteria-4 uploaded.

14) Please confirm if documents required as per above Pre-qualificationcirteria-5 uploaded.

GENERAL TENDER TERMS AND CONDITIONS

GENERAL TERMS & CONDITIONS

PATIL R.M. Hitesh K. Rana

Page No.:20 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:20 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Bharat Petroleum Corporation Limited

General Purchase Conditions

The following conditions shall be applicable for all procurement unless specifically mentioned in the Special Purchase Conditions.

INDEX

1.DEFINITIONS 2.REFERENCE FOR DOCUMENTATION 3.RIGHT OF OWNER TO ACCEPT OR REJECT TENDER 4.LANGUAGE OF BID 5.PRICE 6.TAXES AND DUTIES 7.INSPECTION 8.SHIPPING 9.INDIAN AGENT COMMISSION10.ORDER AWARD / EVALUATION CRITERIA11.CONFIRMATION OF ORDER12.PAYMENT TERMS13.GUARANTEE/WARRANTY14.PERFORMANCE BANK GUARANTEE15.PACKING & MARKING16.DELIVERY17.UNLOADING AND STACKING18.TRANSIT INSURANCE19.VALIDITY OF OFFER20.DELIVERY DATES AND PRICE REDUCTION SCHEDULE21.RISK PURCHASE CLAUSE22.FORCE MAJEURE CLAUSE23.ARBITRATION CLAUSE24.INTEGRITY PACT (IP)25.RECOVERY OF SUMS DUE26.CONFIDENTIALITY OF TECHNICAL INFORMATION27.PATENTS & ROYALTIES28. LIABILITY CLAUSE29. COMPLIANCE OF REGULATIONS30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT31. NON-WAIVER32.NEW & UNUSED MATERIAL33. PURCHASE PREFERENCE CLAUSE34. CANCELLATION35. ANTI COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION36.ASSIGNMENT37.GOVERNING LAW38.AMENDMENT39.SPECIAL PURCHASE CONDITIONS40NOTICES

Bharat Petroleum Corporation Limited

General Purchase Conditions

1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India enterprise), a Company incorporated in India having its registeredoffice at Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its successors and assigns (hereafter called BPCL as ashort form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this Request for quotation (RFQ)/purchase order is issued and shallinclude its successors and assigns.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection, checking/testing of items ordered and for certifying the items conforming tothe purchase order specifications..

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments, supplies, drawing, data and other property and all services includingbut not limited to design, delivery, installation, inspection, testing and commissioning specified or required to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION LTD. desires to receive materials any where in India as mentioned inRFQ.

1.6. RATE CONTRACT means the agreement for supply of goods/ materials between Owner and Vendor, for a fixed period of time (i.e till validity of RateContract, with no commitment of contractual quantity) on mutually agreed terms and conditions. The actual supply of goods/ materials shall take place only onissue of separate purchase orders for required quantity as and when required by Owner.

1.7. FIRM PROCUREMENT means the agreement between the parties for mutually agreed terms and conditions with commitment of Quantity Ordered.

2. REFERENCE FOR DOCUMENTATION :

2.1.The number and date of Collective Request for Quotation (CRFQ) must appear on all correspondence before finalization of Rate Contract / PurchaseOrder.

2.2.After finalization of Contract / Purchase Order: The number and date of Rate Contract /Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices, (including shipping documents if applicable) packing list and on anydocuments or papers connected with this order.

2.3.In the case of imports, the relevant particulars of the import Licence shall be duly indicated in the invoice and shipping documents as well as on thepackages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :The right to accept the tender will rest with the Owner.

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged by Vendor and Owner, shall be in English language only.

PATIL R.M. Hitesh K. Rana

Page No.:21 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:21 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

5. Price :

Unless otherwise agreed to the terms of the RFQ, price shall be :

Firm and no escalation will be entertained on any ground, except on the ground of statutory levies applicable on the tendered items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY :

6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period will be payable by BPCL against documentary evidence. Vendorshall mention in their offer, the percentage of excise duty applicable at present. Any upward variation in excise duty rates, beyond the contractual deliveryperiod, shall be to vendor s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is not payable. If applicable in future, the same will be borne byvendor.

6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess component and accordingly Excise duty / Cess should bequoted separately wherever applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice (transporter s copy) at the time of delivery of goods at owner s site.

6.2. SALES TAX / VAT/GST :

6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will bepayable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax currently applicable in their offer. The rates applicable for CST withoutform C , CST with form C and VAT shall be clearly indicated.

6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit the TAXinvoice.

6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also claim CENVAT Credit on service tax. The vendor should quote servicetax separately, if applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially numbered and signed invoice / bill / challan containingthe following details:

a)Name, address and registration number of the service providerb)Name and address of person receiving taxable servicec)Description, classification and value of taxable service providedd)Service Tax Payable

6.4FREIGHT AND OCTROI :

6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight shall be payable after receipt of the Material(s) at the site,unless otherwise specified.

6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by BPCL at actuals after receipt of the Material(s) at the Siteagainst the submission of original documentary evidence for proof of payment of the related octroi and entry taxes, as the case may be.

6.5.NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are payable extra by BPCL against documentary proof, within the contractualdelivery period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery during the scheduled delivery period on finished materials will be onBPCL s account. Any upward variation in statutory levies after contractual delivery date shall be to vendor s account.

6.7 Income Tax (Withholding tax)

In the case of availment of services from Non Resident Vendors who are claiming benefits offered under the Double Taxation Avoidance Agreements signedby India with the Government of the other country (i.e the country of the Vendor), such Non Resident Vendors are required to provide the Tax ResidencyCertificates at the time of submission of Bid documents. The Tax Residency Certificates shall contain the following details :

a) Name of Vendor (assessee) ;b) Status (Individual, Company, firm etc.) of assessee;c ) Nationality (in case of individual); d) Country or specified territory of incorporation or registration (in case of others); e) Assessee s tax identification number in the country or specified territory ofresidence or in case no such number, then, a unique number on the basis of which the person is identified by the Government of the country or the specifiedterritory; f) Residential status for the purpose of tax; g) Period for which the certificate is applicable; and h) Address of the applicant for the period for which the certificate is applicable.

The Tax Residency Certificate shall be duly verified by the Government of the Country or the specified territory of the assessee of which the assessee claims to be a resident for the purposes of tax.

7.INSPECTION :

7.1. Materials shall be inspected by BPCL approved third party inspection agency if applicable before dispatch of materials. However, arranging and providinginspection facilities is entirely vendor s responsibility and in no way shall affect the delivery schedule.

7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATAProjects/PDIL/ULIPL/RITES LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevantstandards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order.

7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection. In order to enable BPCL s representative(s) to witness thetests/inspections. BPCL will advise the Vendor in advance whether it intends to have its representative(s) be present at any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved from its responsibilities to ensure that the Material(s), raw materials,components and other inputs are supplied strictly to conform and comply with all the requirements of the Contract at all stages, whether during manufactureand fabrication, or at the time of Delivery as on arrival at site and after its erection or start up or consumption, and during the defect liability period. The

PATIL R.M. Hitesh K. Rana

Page No.:22 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:22 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

inspections and tests are merely intended to prima-facie satisfy BPCL that the Material(s) and the parts and components comply with the requirements of theContract. The Vendor s responsibility shall also not be anywise reduced or discharged because BPCL or BPCL s representative(s) or Inspector(s) shall haveexamined, commented on the Vendor s drawings or specifications or shall have witnessed the tests or required any chemical or physical or other tests or shallhave stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt of the Material(s) at the location, any Material(s) are found not tobe in strict conformity with the contractual requirements or specifications, BPCL shall have the right to reject the same and hold the Vendor liable for non-performance of the Contract.

8.SHIPPING :

8.1SEA SHIPMENT :

All shipment of materials shall be made by first class direct vessels, through the chartering wing, Ministry of Surface Transport as per procedure detailedhereunder. The Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper storage of the entire Cargo intended for the project in aspecific manner so as to faciliate and to avoid any over carriage at the port of discharge. All shipment shall be under deck unless carriage on deck isunavoidable.

The bills of lading should be made out in favour of Bharat Petroleum Corporation Ltd.. or order .All columns in the body of the Bill of Lading namely marks and nos., material description, weight particulars etc., should be uniform and accurate and suchstatements should be uniform in all the shipping documents. The freight particulars should mention the basis of freight tonnage, heavy lift charges, if any,surcharge, discount etc. clearly and separately. The net total freight payable shall be shown at the bottom.

SHIPPING DOCUMENTS :

All documents viz. Bill of Lading, invoices, packing list, freight memos, country of origin certificates, test certificate, drawings and catalogues should be inEnglish language.

In addition of the bill of lading which should be obtained in three stamped original plus as many copies as required, invoices, packing list, freight memos,(if thefreight particulars are not shown in the bills of lading), country of origin certificate, test / composition certificate, shall be made out against each shipment in asmany number of copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark and numbers, contents case wise, country of origin, consignees name,port of destination and all other particulars as indicated under clause 2. The invoice shall show the unit rates and net total F.O.B. prices. Items packedseparately should also be invoiced and the value shown accordingly. Packing list must show apart from other particulars actual contents in each case, net andgross weights and dimensions, and the total number of packages. All documents should be duly signed by the Vendor s authorised representatives.

In the case of FOB orders, Shipping arrangements shall be made by the Chartering WingOf the Ministry of Surface Transport, New Delhi through their respective forwarding agents. The names and addresses of forwarding agents shall be as perSpecial Purchase Conditions. Supplier shall furnish to the respective agents the full details of consignments such as outside dimension, weights (both grossand net) No of packages, technical description and drawings, name of supplier, ports of loading, etc. 6 weeks notice shall be given by the supplier to enablethe concerned agency to arrange shipping space.

The bill of lading shall indicate the following :

Shipper :Goverment of India

Consignee : Bharat Petroleum Corporation Ltd.

In case of supplies from USA, Export Licences, if any required from the American Authorities shall be Obtained by the U.S. Suppliers. If need be assistancefor obtaining such export licences would be available from India Supply Mission at Washington.

8.2AIRSHIPMENT :

In case of Airshipment, the materials shall be shipped through freight consolidator (approved by us). The airway bill shall be made out in favour of BHARATPETROLEUM CORPORATION LTD.

TRANSMISSION OF SHIPPING DOCUMENTS :

Foreign Supplier shall obtain the shipping documents in seven complete sets including three original stamped copies of the Bill of Lading as quickly aspossible after the shipment is made, and airmail as shown below so that they are received at least three weeks before the Vessels arrival. Foreign Suppliershall be fully responsible or any delay and / or demurrage in clearance of the consignment at the port due to delay in transmittal of the shipping documents.

If in terms of letter or otherwise, the complete original set of documents are required to be sent to BPCL through Bank the distribution indicated below willconfine to copies ofdocuments only minus originals.

Documents BPCL (Mumbai)

Bill of Lading 4 (including 1 original) Invoice 4 Packing List 4 Freight Memo 4 Country of Origin Certificate 4 Third party inspection certificate 4Drawing 4 Catalogue 4 Invoice of Third Party 4 for inspection charges whenever applicable.

9. INDIAN AGENT COMMISSION:

Any offer through Indian agents will be considered only after authorization mentioning them as Indian agents, is received from Vendor. Indian agentscommission if applicable will be payable only in Indian currency. Indian agents should be registered with Directorate General of Supplies and Disposals,Government of India and agency commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price basis. Landed price will be summation of Basic Price, Packing &Forwarding Charges, Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation & Commissioning and other taxes & levies, loading etc, ifany, reduced by cenvat/vat credit as applicable.

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing the same. The vendor shall sign, stamp the acknowledgement copyof the purchase order and return the same to BPCL.

12. PAYMENT TERMS :

12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of receipt and acceptance of materials at Site against submission ofPeformance Bank Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

12.2. In the case of imports, payment will be made on submission of original documents directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-CAD) or through

PATIL R.M. Hitesh K. Rana

Page No.:23 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:23 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below (oneoriginal and two copies)) should be submitted to originator of P.O. (the name and contact details of whom are given in PO) and payments for despatches willbe made by the originator of Purchase Order :

a) Invoiceb) Excise invoicec)The Lorry Receipt of the consignmentd) Packing list for the consignmente) Third Party Inspector s Certificate covering the invoiced Material(s)/ Release Note, wherever applicablef) Manufacturers Test/Composition Certificate, wherever applicableg) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicableh) Guarantee/Warranty Certificate(s), wherever applicable. i) Original Receipt for Octroi/other statutory levies as applicable. j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY :

13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and design for a period of 12 months from the date ofcommissioning or 18 months from the date of dispatch whichever is earlier. Warranty for replacement of material / accessories should be provided free ofcharges at our premises. The above guarantee/warranty will be without prejudice to the certificate of inspection or material receipt note issued by us inrespect of the materials.

13.2. All the materials including components and sub contracted items should be guaranteed by the vendor within the warranty period mentioned above. In theevent of any defect in the material, the vendor will replace / repair the material at BPCL s concerned location at vendor s risk and cost on due notice.

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will be sent to the vendor on Freight to pay basis for freereplacement. Material after rectification of defects shall be dispatched by the vendor on Freight Paid basis. Alternatively, BPCL reserves the right to havethe material repaired / replaced at the locations concerned, at the vendor s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings, accessories etc. so repaired and / or replaced.

14. PERFORMANCE BANK GUARANTEE :

14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of purchase order unless otherwise specified. This bank guaranteeshall be valid (shall remain in force) for guarantee period (as mentioned in the guarantee clause), with an invocation period of six months thereafter. In thecase of Indigenous vendors, the Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate value (currently Rs 100). PBGformat is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in lieu of PBG, till the expiry of guarantee and claim period.

In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per Annexure I) through the following :

a)Branches of Indian scheduled banks operating in their Country.b)Foreign bank operating in their Country which is counter guaranteed by branches of Indian scheduled banks operating in their Country/India.c)Indian branches of foreign banks.d)Foreign bank operating in their Country counter guaranteed by their Indian branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG (i.e. PBG issued against every purchase/call off order) then thevalidity of PBG will be calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate Contract Period (validity of Rate Contract) + Contractual DeliveryPeriod of material + Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING :

15.1 PACKING :

15.1.1 Packing shall withstand the hazards normally encountered with the means of transportfor the goods of this purchase order including loading and unloading operation both by crane and by pushing off.

In the case of imports, all equipments / materials shall be suitably packed in weather proof, seaworthy packing for ocean transport under tropical conditionsand for rail or road or other appropriate transport in India. The packing shall be strong and efficient enough to ensure safe preservance upto the final point ofdestination.

Raw/Solid wood packaging material of imported items has to be appropriately treated & marked as per International Standard of Phytosanitary Measures(ISPM-15 ) for material originating from the contracting countries to the International Plant Protection Convention or the members of Food & AgricultureOrganization. Material from non-contracting parties would have to be accompanied by a phytosanitary certificate of the treatment endorsed. The CustomOfficer at Indian Port shall not release the material without appropriate compliance of the above provisions w.e.f. 01.11.2004.

15.1.2 The packing specification incorporated herein are supplementary to the internal and external packing methods and standards as per current generalrules of J.R.A. Good Tariff Part-I. All packaging shall be done in such a manner as to reduce volume as much as possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the type of Materials and the packing shall bear the words HANDLEWITH CARE GLASS FRAGILE, DON T ROLL THIS END UP. THIS END DOWN, to be indicated by arrow.

15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in drums, cans and tins only. However, Catalyst may besupplied in Jumbo bags.

15.1.5 The hazardous materials shall be packed in accordance with the applicable rules, regulations and tariff of all cognizant Government Authorities andother Governing bodies. It shall be the responsibility of the seller of hazardous materials to designate the material as hazardous and to identify each materialby its proper commodity name and its hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate place to put sling of suitable dia (strength). Iron/Steel angle shouldbe provided at the place where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel reinforcing rods, bars, pipes, structural members etc. shall be bundledin uniform lengths and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal or similar tag and wired securely on each end.

15.1.8 All delicate surface on equipment/materials should be carefully protected and printed with protective paint/compound and wrapped to prevent rustingand damage.

15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely fastened to the case bottom and shall be blocked and braced toavoid any displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately in wooden cases with adequate protection inside the caseand wherever possible should be sent along with the main equipment. Each item shall be suitably tagged with identification of main equipment, itemdenomination and reference number of respective assembly drawing. Each item of steel structure and furnaces shall be identified with two erection markings

PATIL R.M. Hitesh K. Rana

Page No.:24 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:24 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

with minimum lettering height of 15mm. Such markings will be followed by the collection numbers in indelible ink/paint. A copy of the packing list shallaccompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly bolted wooden disc on the flanges. All nozzles, holes and openingsand also all delicate surfaces shall be carefully protected against damage and bad weather. All manufactured surfaces shall be painted with rust proof paint.

In the case of imports, for bulk uniform material when packed in several cases, progressive serial numbers shall be indicated on each case.

15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene bags containing silicagel or similar dehydrating compound.

15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimumthree places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases irrespective of their sizes.

15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, beforepacking.

In the case of imports, all pipes and sheets shall be marked with strips bearing progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together with equipment/materials. One copy of the detailed packing listshall be fastened outside of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the defective or insufficient packing as well as for corrosion due toinsufficient protection.

15.1.18 Packaged equipment or materials showing damage defects or shortages resulting fromimproper packaging materials or packing procedures or having concealed damages orshortages, at the time of unpacking shall be to the supplier s account.

All packages which require special handling and transport should have their Centres of Gravity and the points at which they may be slung or gripped clearlyindicated and marked ATTENTION SPECIAL LOAD HANDLE WITH CARE both in English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package crate / bundle shall be given for identification.

15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions and also the Inspection certificate/release note, whereverapplicable.

15.2.MARKING :

The following details to be written on the side face of packing:

a)Purchase Order Numberb)Vendor Namec)Batch no with Manufacturing dated)Procedure (in brief) for handlinge)Date of dispatch etc.

15.3Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with indelible paint and on Vendor s care and expenses.

BHARAT PETROLEUM CORPORATION LIMITED (With detailed address as given in Special Purchase Conditions)

From :

To : Bharat Petroleum Corpn.Ltd.

(With detailed address as given in Special Purchase Conditions)

Order no. Rev. no.Item :Equipment Nomenclature :Net weight : Kgs.Gross weight : Kgs.Case No. of Total cases :Dimensions :Import Licence No.

NOTE :Marking shall be bold - minimum letter height 5 cm. For every order and every shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends.

When packing material is clean and light coloured, a dark black stencil paint shall be acceptable. However, where packaging material is soiled or dark, a coatof flat zinc white paint shall be applied and allowed to dry before applying the specific markings.

In case of large equipments like vessels, heat exchangers, etc. the envelope containing the documents shall be fastened inside a shell connection, with anidentifying arrow sign documents using indelible paint.

16. DELIVERY :

16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule from the date of receipt of Purchase order.

16.2. Time being the essence of this contract, the delivery mentioned in the purchase order shall be strictly adhered to and no variation shall be permittedexcept with prior authorization in writing from the Owner. Goods should be delivered, securely packed and in good order and condition, at the place of deliveryand within the time specified in the purchase order for their delivery.

16.3.The contractual delivery period is inclusive of all the lead time for engineering /procurement of raw material, the manufacturing, inspection / testing, packing, transportation or any other activity whatsoever required to be accomplished foreffecting the delivery at the required delivery point.

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection and/or testing and Release Order/Material(s) AcceptanceCertificate issued by the Inspector(s).

PATIL R.M. Hitesh K. Rana

Page No.:25 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:25 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

16.5. BPCL shall have the right to advise any change in despatch point or destination in respect of any Material(s). Any extra expenditure incurred by theVendor on this account supported by satisfactory documentary evidence, will be reimbursed to the Vendor by BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL information of the proposed consignment well in advance by telegram/fax/e-mail/courier to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned,

18.1. Transit Insurance shall be covered by the Vendor.

18.2In the case of imports, insurance against all marine and transit risk shall be covered under the Owner s marine policy. However, the Vendor shall ensurethat in effecting shipments clear bill of lading are obtained and the carrier s responsibility is fully retained on the Carriers so that the consignee s interests arefully secured and are in no way jeopardized.

18.2. The Vendor shall send BPCL information of the proposed consignment well in advance by telegram/fax/e-mail/courier to enable BPCL to take necessaryaction for the transit insurance of the consignment. Any failure by the Vendor to do so shall place the consignment at the Vendor s risk.

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send advance information by way of Telex message to BharatPetroleum Corporation Ltd., (with detailed address as given in Special Purchase Conditions) giving particulars of the shipments, vessels name, port ofshipment, bill of lading number and date, total FOB and freight value.

19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 90 Days from the date of opening of the tender unless otherwise specified in the SpecialPurchase Conditions.

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :

20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered to on the clear understanding that the Price(s) of theMaterial(s) has/have been fixed with reference to the said Delivery date(s).

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them beyond the stipulated date(s) of Delivery, the Vendor shallforthwith inform BPCL in writing of such anticipated delay and of the steps being taken by the Vendor to remove or reduce the anticipated delay, and shallpromptly keep BPCL informed of all subsequent developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful Vendors to execute orders in accordance with the agreed deliveryschedule will entitle BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of the basic value of any goods not delivered for every week ofdelay or part thereof, limited to a maximum of 5% of the total basic order value. LR date will be considered as delivery completion date for calculation of pricereduction in the case of ex works contract. Date of receipt of materials at owners premises shall be considered for calculation of price reduction for F.O.Rdestination contract.

In the case of imports, the contractual delivery date shall be considered from the date of Letter of Credit (L/C) or the date of L/C amendment because of Buyers fault plus one week (to take care of transit time for receipt of L/c) plus the delivery schedule as indicated by the vendors.In case of the shipment taking place on Cash against documents , the contractual delivery shall be taken from the date of purchase order plus one week (totake care of transit time for receipt of order) plus delivery period.Further the date of B/L or House airway bill shall be considered to find out the delay with respect to contractual delivery date. In case of FOB shipments if thevessel is not available then the intimation by vendors regarding readiness of the goods for the shipment shall be considered for calculating the delay if any. Sovendor shall inform the readiness of material for shipment on FOB (Free on Board)basis / FCA (Free on Carrier) basis.

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at the risk and cost of the vendor, without prejudiceto its right under 20.3.1 above in respect of goods delivered.

21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the vendor fails to comply with the delivery schedule and other terms &conditions of the order. BPCL also reserves the right to procure the same or similar materials/equipment through other sources at vendor s entire risk, cost andconsequences. Further, the vendor agrees that in case of procurement by the owner from other sources the differential amount paid by the owner shall be onaccount of the vendor together with any interest and other costs accrued thereon for such procurement.

22. FORCE MAJEURE CLAUSE :

(A) Definition: The term Force Majeure means any event or circumstance or combination of events or circumstances that affects the performance by thevendor of its obligations pursuant to the terms of this Agreement (including by preventing, hindering or delaying such performance), but only if and to theextent that such events and circumstances are not within the vendor s reasonable control and were not reasonably foreseeable and the effects of which thevendor could not have prevented or overcome by acting as a Reasonable and Prudent person or, by the exercise of reasonable skill and care. Force Majeureevents and circumstances shall in any event include the following events and circumstances to the extent they or their consequences satisfy the requirementsset forth above in this Clause:i.the effect of any element or other act of God, including any storm, flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone or other natural disaster;ii.fire, accident, loss or breakage of facilities or equipment, structural collapse or explosion;iii.epidemic, plague or quarantine;iv.air crash, shipwreck, or train wreck;v.acts of war (whether declared or undeclared), sabotage, terrorism or act of public enemy (including the acts of any independent unit or individual engaged inactivities in furtherance of a programme of irregular warfare), acts of belligerence of foreign enemies (whether declared or undeclared), blockades, embargoes,civil disturbance, revolution, rebellion or insurrection, exercise of military or usurped power, or any attempt at usurpation of power;vi.radioactive contamination or ionizing radiation;( B) Notice and Reporting:i.The Vendor shall as soon as reasonably practicable after the date of commencement of the event of Force Majeure, but in any eventno later than two (7) days after such commencement date, notify BPCL in writing of such event of Force Majeure and provide the following information:

(a)reasonably full particulars of the event or circumstance of Force Majeure and the extent to which any obligation will be prevented or delayed;(b)such date of commencement and an estimate of the period of time required to enable the vendor to resume full performance of its obligations; and(c)all relevant information relating to the Force Majeure and full details of the measures the vendor is taking to overcome or circumvent such Force Majeure.ii.The Vendor shall, throughout the period during which it is prevented from performing, or delayed in the performance of, its obligations under this Agreement,upon request, give or procure access to examine the scene of the Force Majeure including such information, facilities and sites as the other Party mayreasonably request in connection with such event. Access to any facilities or sites shall be at the risk and cost of the Party requesting such information andaccess.

(C) Mitigation Responsibility:(i)The Vendor shall use all reasonable endeavours, acting as a Reasonable and Prudent Person, to circumvent or overcome any event or circumstance ofForce Majeure as expeditiously as possible, and relief under this Clause shall cease to be available to the Vendor claiming Force Majeure if it fails to use suchreasonable endeavours during or following any such event of Force Majeure.(ii)The Vendor shall have the burden of proving that the circumstances constitute valid grounds of Force Majeure under this Clause and that it has exercisedreasonable diligence efforts to remedy the cause of any alleged Force Majeure.(iii)The Vendor shall notify BPCL when the Force Majeure has terminated or abated to an extent which permits resumption of performance to occur and shallresume performance as expeditiously as possible after such termination or abatement.(D) Consequences of Force Majeure. Provided that the Vendor has complied and continues to comply with the obligations of this Clause and subject to thefurther provisions:(i)the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded by the event of Force Majeure shall besuspended and the Parties shall not be liable for the non-performance thereof for the duration of the period of Force Majeure; and

PATIL R.M. Hitesh K. Rana

Page No.:26 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:26 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

(ii)the time period(s) for the performance of the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded bythe event of Force Majeure shall be extended for the duration of the relevant period of Force Majeure except as provided herein. (E) Force Majeure Events Exceeding 60 Days(i)If an event or series of events (alone or in combination) of Force Majeure occur, and continue for a period in excess of 60 consecutive days, then BPCL shallhave the right to terminate this agreement, whereupon the Parties shall meet to mitigate the impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE :

23.1. Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-claim or set off of BPCL/Vendor against omission or on account ofany of the parties hereto arising out of or in relation to this Contract shall be referred to the Sole Arbitration of Director(Marketing) / Director (HR) / Director (R)of BPCL as the case may be or to some officer of BPCL who may be nominated by them.

23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the said Directors of BPCL shall designate another person to act asan Arbitrator in accordance with the terms of the said Contract/Agreement. The Arbitrator newly appointed shall be entitled to proceed with the reference fromthe point at which it was left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of the Corporation and may be Share holder of the Corporation.

23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the parties to the contract and the law applicable to arbitrationproceedings will be the Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

23.5. The language of the proceedings will be in English and the place of proceedings will be Mumbai.

23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have jurisdiction to entertain any application or other proceedings in respect ofanything arising under this Agreement and any Award or Awards made by the Sole Arbitrator hereunder shall be filed, if required, in the concerned Courts inthe City of Mumbai alone.

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This document is essential & binding. Vendor s failure to return the IPdocument duly signed along with Bid Document may result in the bid not being considered for further evaluation.

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a sum of money arises out of or under the contract, the owner shall be entitled to recover such sums fromany sum then due or when at any time thereafter may become due from the vendor under this or any other contract with the owner and should this sum be notsufficient to cover the recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance remaining due.

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be returned by the Vendor on demand. The Vendor shall not make use ofdrawing and specifications for any purpose at any time save and except for the purpose of BPCL. The Vendor shall not disclose the technical informationfurnished to or organized by the Vendor under or by virtue of or as a result of the implementation of the Purchase Order to any person, firm or body orcorporate authority and shall make all endeavors to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted andsupplied to the vendor by BPCL shall at all time remain the absolute property of BPCL. Imparting of any confidential information by the Vendor will be breachof contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied at all times, against any action, claim or demand, costs and expenses,arising from or incurred by reasons of any infringement or alleged infringement of any patent, registered design, trademark or name, copy right or any otherprotected rights in respect of any materials supplied or any arrangement, system or method of using, fixing or working used by the vendor. In the event of anyclaim or demand being made or action sought against BPCL in respect of any of the aforesaid matter, the vendor shall be notified thereof immediately and thevendor shall at his/its own expense with (if necessary) the assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all negotiationsfor the settlement of the same and/or litigation which may arise thereof.

28. LIABILITY CLAUSE :

In case where it is necessary for employees or representatives of the Vendor to go upon the premises of owner, vendor agrees to assume the responsibility forthe proper conduct of such employees/representatives while on said premises and to comply with all applicable Workmen s Compensation Law and otherapplicable Government Regulations and Ordinances and all plant rules and regulations particularly in regard to safety precautions and fire hazards. If thisorder requires vendor to furnish labour at site, such vendor s workmen or employees shall under no circumstances be deemed to be in owner s employmentand vendor shall hold himself responsible for any claim or claims which they or their heirs, dependent or personal representatives, may have or make, fordamages or compensation for anything done or committed to be done, in the course of carrying out the work covered by the purchase order, whether arisingat owner s premises or elsewhere and agrees to indemnify the owner against any such claims, if made against the owner and all costs of proceedings, suit oractions which owner may incur or sustain in respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold, dispatched, delivered and furnished in strict compliance with allapplicable laws, regulations, labour agreement, working condition and technical codes and statutory requirements as applicable from time to time. The vendorshall ensure compliance with the above and shall indemnify owner against any actions, damages, costs and expenses of any failure to comply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the equipment, materials and workmanship do not comply with specification andrequirements, the same shall be removed by the vendor at his/its own expense and risk, within the time allowed by the owner. The owner shall be at liberty todispose off such rejected goods in such manner as he may think appropriate. In the event the vendor fails to remove the rejected goods within the period asaforesaid, all expenses incurred by the owner for such disposal shall be to the account of the vendor. The freight paid by the owner, if any, on the inwardjourney of the rejected materials shall be reimbursed by the vendor to the owner before the rejected materials are removed by the vendor. The vendor willhave to proceed with the replacement of the equipment or part of equipment without claiming any extra payment if so required by the owner. The time takenfor replacement in such event will not be added to the contractual delivery period.

31. NON-WAIVER :

Failure of the Owner to insist upon any of the terms or conditions incorporated in the Purchase Order or failure or delay to exercise any rights or remediesherein, or by law or failure to properly notify Vendor in the event of breach, or the acceptance of or payment of any goods hereunder or approval of designshall not release the Vendor and shall not be deemed a waiver of any right of the Owner to insist upon the strict performance thereof or of any of its or theirrights or remedies as to any such goods regardless of when such goods are shipped, received or accepted nor shall any purported oral modification or revisionof the order by BPCL act as waiver of the terms hereof. Any waiver to be effective must be in writing. Any lone incident of waiver of any condition of thisagreement by BPCL shall not be considered as a continuous waiver or waiver for other condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recentmanufacture.

33. PURCHASE PREFERENCE CLAUSE :

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable from time to time under the existingGovt. policy. Purchase preference to a PSE shall be decided based on the price quoted by PSE as compared to L1 Vendor at the time of evaluation of theprice bid.

PATIL R.M. Hitesh K. Rana

Page No.:27 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:27 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs,purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE and a MSE owned by SC/STentrepreneurs shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.

34. CANCELLATION :

34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through a written notice to the vendor if.

34.1.1.The vendor fails to comply with the terms of this purchase order/contract.

34.1.2. The vendor becomes bankrupt or goes into liquidation.

34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.

34.1.4. The vendor makes a general assignment for the benefit of creditors.

34.1.5. A receiver is appointed for any of the property owned by the vendor.

34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the purchase order matters connected with it. BPCL in that eventwill be entitled to procure the requirement in the open market and recover excess payment over the vendor s agreed price if any, from the vendor and alsoreserving to itself the right to forfeit the security deposit if any, made by the vendor against the contract. The vendor is aware that the said goods are requiredby BPCL for the ultimate purpose of materials production and that non-delivery may cause lossof production and consequently loss of profit to the BPCL. Inthis-event of BPCL exercising the option to claim damages for non delivery other than by way of difference between the market price and the contract price,the vendor shall pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The provision of this clause shall not prejudice the rightof BPCL from invoking the provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the Act), prohibits anti- competitive practices and aims at fosteringcompetition and at protecting Indian markets against anti- competitive practices by enterprises. The Act prohibits anti- competitive agreements, abuse ofdominant position by enterprises, and regulates combinations (consisting of acquisition, acquiring of control and M&A) wherever such agreements, abuse orcombination causes, or is likely to cause, appreciable adverse effect on competition in markets in India. BPCL reserves the right to approach the CompetitionCommission established under the Act of Parliament and file information relating to anti-competitive agreements and abuse of dominant position. If such asituation arises, then Vendors are bound by the decision of the Competitive Commission and also subject to penalty and other provisions of the CompetitionAct.

36.ASSIGNMENT

The Vendor can / does not have any right to assign his rights and obligations under these general purchase conditions without the prior written approval of BPCL.

37.GOVERNING LAW

These General Purchase Conditions shall be governed by the Laws of India.

38.AMENDMENT

Any amendment to these General Purchase Conditions can be made only in writing and with the mutual consent of the parties to these conditions.

39.SPECIAL PURCHASE CONDITIONS

In case of a conflict between the clauses, terms and conditions of General Purchase Conditions and Special Purchase condition, the clauses, terms andconditions of Special Purchase Condition will have an overriding effect over General Purchase Conditions and the same shall be applicable.

40.NOTICES

Any notices to be given hereunder by a Party to the other shall be in English and delivered by hand or sent by courier or facsimile to the other Party at theaddress or facsimile number stated below or such other address or number as may be notified by the relevant Party from time to time:

BPCL_____________________________________________________________________

Vendor_____________________________________________________________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms & conditions as mentioned a

10.12. ANNEXURE A4-SPECIFICATION OF COLD ROLLED COILS CONFORMING TO IS 513 [Technical Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:28 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:28 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Annexure I

PERFORMANCE BANK GUARANTEE(On Non-judicial paper for appropriate value)

To,Bharat Petroleum Corporation Limited-----------------------------------------------------------------

Dear Sir,

In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called the Company which expression shall include its successors and assigns)having awarded to M/s. (Name) . (Constitution).. (address) .(hereinafter referred to as The vendor which expression shall wherever the subject or context sopermits include its successors and assigns) a supply contract in terms interalia, of the Company s Purchase order No.. dated . and the General and SpecialPurchase Conditions of the Company and upon the condition of vendor s furnishing security for the performance of the vendor s obligations and/or dischargeof the vendor s liability under and / or in connection with the said supply contract upto a sum of Rs.(in figures)..Rs(in words)only amounting to 10% (tenpercent)of the total contract value.

We, (Name)..(constitution) (hereinafter called the Bank which expression shall include its successors and assigns) hereby jointly and severally undertakeand guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without protest or demur of any and all moneys any wise payableby the Vendor to the Company under in respect of or in connection with the said supply contract inclusive of all the Company s losses and expenses and othermoneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guaranteeupto an aggregate limit of Rs(in figures)Rs(in words).only.

AND the Bank hereby agrees with the Company that

i.This Guarantee/undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company and liabilities of the vendorarising upto and until midnight of ..

This date shall be 6 months from the last date of guarantee period.

ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever that the Company may now or at any time otherwise havein relation to the vendor s obligation/liabilities under and /or connection with the said supply contract, and the Company shall have full authority to takerecourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of the Company in enforcing orrequiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder.

ii.The Company shall be at liability without reference to the Bank and without effecting the full liability of the Bank hereunder to take any other security inrespect of the vendor s obligations and /or liabilities under or in connection with the said supply contract and to vary the terms vis a vis the vendor of the saidsupply contract or to grant time and / or indulgence to the vendor or to reduce or to increase or otherwise vary the prices of the total contract value or torelease or to forbear from enforcement all or any of the obligations of the vendor under the said supply contract and / or the remedies of the Company underany other security(ies) now or hereafter held by the Company and no such dealing(s), variation(s), reduction(s), increase(s) or the indulgence(s) orarrangement(s) with the vendor or release or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Companyhereunder or of prejudicing rights of the Company against the Bank.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up ordissolution or change of constitution or insolvency of the vendor butshall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof.

v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having beenraised by the vendor (whether or not pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor or any other order ofcommunication whatsoever by the vendor stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the vendor or as sufferedor incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and the Company beconclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable by the Guarantor toCompany in terms hereof.

Yours faithfully,(Signature)NAME & DESIGNATIONNAME OF THE BANKNOTES:

Acceptance of Annexure-A6 (i): GENERAL TENDER TERMS AND CONDITIONS

1 I Accept the above Annexure A6 (i)GENERAL TENDER TERMS ANDCONDITIONS

DEVIATIONS FOR ANNEXURE - A6(i) : TENDER TERMS AND CONDITIONS

ANNEXURE - A6(i) - Clause No ANNEXURE - A6(i) - TenderRequirement

ANNEXURE - A6(i) - Vendors Offer ANNEXURE - A6(i) - Justification

A)CR COILS FOR KOCHI REFINERY

BPCL SPECIFICATIONS VENDORS OFFER

A1. Requirement is as follows :1. CR Coil for Bitumen Drum fabrication, IS 513-2008 Grade CR1/CR 2, SemiKilled, Oiled, 0.63 MM thick, 896 MM width for Body.2. CR Coil for Bitumen Drum fabrication, IS 513-2008 Grade CR1/CR 2, SemiKilled, Oiled, 0.63 MM thick, 560 MM (or 560 x 2 = 1,120 MM) width for End

A2. The CR Coil shall be conforming to Bureau of IndianStandards(BIS), IS 513-2008 Grade CR1/CR 2. However, in the caseof foreign manufacturers, they can quote for equivalent grades andfull details shall be submitted along with Techno-Commercial Bid.

A3. Tolerance in thickness shall be + 0 & -0.03mm. Other tolerance shallbe as per IS 513-CR1/CR2: 2008

10.13. ANNEXURE - A2 :DOCUMENTS TO BE UPLOADED BY VENDORS [Pre-Qualification]

PATIL R.M. Hitesh K. Rana

Page No.:29 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:29 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

A4. Weight of the individual coils shall not exceed 9 Tons.

A5. Metallic packing shall be provided

A6. Manufacturing date, Invoice/Packing List Number, Gross weight,Net weight, etc. shall be clearly marked on each coil.

A7. Only net weight (excluding the weight of the packing) is consideredfor invoicing and payment. Freight charges will also be calculatedonly on the net weight.

[THE INVOICE FOR CR COIL SHALL BE CLEARLY INDICATD WITHGROSS WEIGHT AND NET WEIGHT. IF GROSS WEIGHT AND NETWEIGHTS ARE NOT INDICATED SEPERATELY, INVOICE NET WEIGHTWILL BE ON THE BASIS OF ACTUAL GROSS WEIGHT DEDUCTED BY 1%(ONE PER CENT) PER COIL.]

A8. Indigenous bidders shall provide manufacturers test certificate along withindividual supply. Foreign bidders shall provide third party inspectioncertificate in addition to manufacturers certificate, along with eachconsignment.

COILS TO BE SUPPLIED TO OUR FABRICATORS WORKS ATKOCHI/CHENNAI/ANY OTHER LOCATION & SAME WILL BE SPECIFIEDWHILE TAKING PRICE BIDS

LIST OF DOCUMENTS FOR PRE-QUALIFICATION OF VENDORS

1 Copy of documents required as per Pre-qualification cirteria-1, to be uploaded

2 Copy of documents required as per Pre-qualification cirteria-2, to be uploaded

3 Copy of documents required as per Pre-qualification cirteria-3, to be uploaded

4 Copy of documents required as per Pre-qualification cirteria-4, to be uploaded

5 Copy of documents required as per Pre-qualification cirteria-5, to be uploaded

6 Details of Manufacturing facility & testingfacility to be uploaded

Other Supporting Documents, if any

1 Supporting Document

11. Bid Item Forms

PATIL R.M. Hitesh K. Rana

Page No.:30 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

PATIL R.M. Hitesh K. Rana

Page No.:30 Tender No CRFQ1000188596[11703] - Tender Title: GLOBAL TENDER FOR SUPPLY OF approx. 10000 MT of steel plates conforming to IS2062 & 10000 MT of CR Coils IS 513

Bid Item Forms Not Defined