Need Tally
for Clients?

Contact Us! Here

  Tally Auditor

License (Renewal)
  Tally Gold

License Renewal

  Tally Silver

License Renewal
  Tally Silver

New Licence
  Tally Gold

New Licence
 
Open DEMAT Account with in 24 Hrs and start investing now!
« Tenders »
Open DEMAT Account in 24 hrs
 Mahanagar Telephone Nigam Limited, Lodhi Road, New Delhi
 Raipur Smart City Ltd., Raipur (C.G.)
 Andhra Pradesh Capital Region Development Authority, Vijayawada, A.P.
 Odisha Power Generation Corporation Limited, Bhubaneswar, Odisha
 Corrigendum Syama Prasad Mookerjee Port, Kolkata, West Bengal
 Jharkhand Bijli Vitran Nigam Limited, Ranchi, Jharkhand
 Assam Health Infrastructure Development and Management Society, Guwahati, Assam
 Uttar Pradesh Real Estate Regulatory Authority, Lucknow, Uttar Pradesh
 25 LPA Opening Auditor Fund Management
 Punjab National Bank, Gurugram, Haryana
 M.P. Water and Land Management Institute, Bhopal, Madhya Pradesh

Ongc Mangalore Petrochemicals Limited, Karnataka
April, 11th 2019
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                       ONGC MANGALORE PETROCHEMICALS LIMITED
                  (A Subsidiary of Mangalore Refinery and Petrochemicals Limited)
                  Mangalore Special Economic Zone, Permude, Mangalore ­ 574 509
                               Phone: 0824-2872043 Fax: 0824-2871539




  TENDER FOR HIRING OF AN EXTERNAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
     INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 TO ONGC MANGALORE
                  PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT

              (DOMESTIC COMPETITIVE BIDDING UNDER OPEN TENDER BASIS)




                              TENDER/BIDDING DOCUMENT NO:
                                    1020C19002




Tender No. 1020C19002                                                           Page 1 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                                             MASTER INDEX

                                  HIRING OF AN EXTERNAL AGENCY TO PROVIDE
 Services/ Work/ Job
                                  SUPPORT SERVICES FOR INTERNAL AUDIT FOR THE
                                  FINANCIAL YEAR 2019-2020 FOR ONGC MANGALORE
                                  PETROCHEMICALS LTD ­ (AN SEZ UNIT)

       Sl.        Description                                                      Page No.
                  Section-I
                  NOTICE INVITING TENDER (NIT) / IMPORTANT POINTS /
        1.                                                                            5-5
                  SALIENT FEATURES OF BIDDING DOCUMENT
        2.        INSTRUCTION TO BIDDERS (ITB)                                       6-13
                  PRE-QUALIFICATION CRITERIA, BID EVALUATION
        3.                                                                          14-15
                  CRITERIA AND REJECTION CRITERIA
        4.        SPECIAL CONDITIONS OF CONTRACT(SCC)                               16-17

        5.        SCOPE OF WORK / SERVICE                                           18-23

                  Section II

        1.        GENERAL CONDITIONS OF CONTRACT (GCC)                              25-43
                  GENERAL GUIDELINES TO SUPPLIERS/ SERVICE
        2.                                                                          44-44
                  PROVIDERS FOR ENERGY COMPATIBILITY
        3.        CONTRACTOR SAFETY MANAGEMENT GUIDELINES                           45-65
                  CONDITIONS FOR MICRO & SMALL ENTERPRISES (MSEs)
        4.                                                                          66-70
                  AND START-UP COMPANIES
                  TAXES AND DUTIES (APPLICABLE TO OMPL, BEING AN SEZ
        5.                                                                          71-73
                  UNIT)
                  Section III

                  FORMS & FORMATS
             i.   Statement Of Credentials                                          75-76
                  Vendor Form For Electronic Funds Transfer Payment & Tax
          ii.                                                                       77-77
                  Details
         iii.     Declaration regarding relations with any of the OMPL Directors    78-78

         iv.      PE (Permanent Establishment) Declaration Format                   79-79
                  FORM NO. 10F Format
             v.                                                                     80-80
                  Declaration regarding Holiday/Blacklisting by any PSU/
         vi.                                                                        81-81
                  Government of India
        vii.      Compliance To Bid Requirement                                     82-82




Tender No. 1020C19002                                                              Page 2 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                Declaration & Undertaking By Micro & Small Scale Enterprises /
       viii.                                                                      83-84
                Start-up Companies
         ix.    Performance Bank Guarantee for Earnest Money Deposit (EMD)        85-86

          x.    GST Registration Details                                          87-87

         xi.    BQC/BEC Turnover/PO/WO Details                                    88-88

        xii.    Integrity Pact                                                    89-93

        xiii.   Checklist For Bidders                                             94-95

        xiv.    Deviation statement                                               96-96

                Section IV

                SCHEDULE OF RATES (SOR)

          1.    Schedule Of Rates (SOR) Format                                    98-98
    IMPORTANT: BIDDER SHALL SUBMIT COPY OF MASTER INDEX DULY SIGNED
    AND STAMPED IN TOKEN OF HAVING RECEIVED, READ, UNDERSTOOD AND
    FULLY COMPLIED WITH ALL PARTS OF THE BIDDING DOCUMENT.




Tender No. 1020C19002                                                            Page 3 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                                          Section-I




        Sl.     Description
                Section-I
                NOTICE INVITING TENDER (NIT) / IMPORTANT POINTS / SALIENT
         1.
                FEATURES OF BIDDING DOCUMENT
         2.     INSTRUCTION TO BIDDERS (ITB)
                PRE-QUALIFICATION CRITERIA, BID EVALUATION CRITERIA AND
         3.
                REJECTION CRITERIA
         4.     SPECIAL CONDITIONS OF CONTRACT(SCC)

         5.     SCOPE OF WORK / SERVICE




Tender No. 1020C19002                                               Page 4 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                          NOTICE INVITING TENDER (NIT) /
             IMPORTANT POINTS / SALIENT FEATURES OF BIDDING DOCUMENT
 Eligible Bidders are requested are requested to submit their offer by complying the tender terms &
 conditions as per detailed below:
  Tender/Bidding Document No.               1020C19002
  Item/Service/Work/ Job Description         HIRING OF AN EXTERNAL AGENCY TO PROVIDE
                                             SUPPORT SERVICES FOR INTERNAL AUDIT FOR THE
                                             FINANCIAL YEAR 2019-2020 FOR ONGC MANGALORE
                                             PETROCHEMICALS LTD ­ (AN SEZ UNIT)
  Tender Type                                Open
  Bid Type                                   Two Bid System (Techno Commercial Un priced bid and
                                             Priced Bid)
  Mode                                       Manual (offer to be submitted in hard copy)
  Tender Document Issue Date                 04-Apr-2019
  Last Date & Time Of Receipt Of Pre-Bid     UP TO 15:00 HOURS (IST) ON               11-Apr-2019
  Queries
  Date & Time Of Pre­Bid Meeting             11:00 HOURS (IST) ON                     12-Apr-2019
  Last Date For Submission Of Bid            15:00 HOURS (IST) ON                     30-Apr-2019
  Date & Time Of Unpriced Techno-            AT 15:30 HOURS (IST) ON LAST DATE OF BID
  Commercial Bid Opening                     SUBMISSION / EXTENDED DATE OF BID SUBMISSION
  Tender Fee                                 Not Applicable

  Earnest Money Deposit/Bid Security         Not Applicable
  Pre-Qualification / Bid Qualification/     REFER PRE- QUALIFICATION / BID QUALIFICATION /
  Evaluation Criteria                        EVALUATION CRITERIA GIVEN IN TENDER DOCUMENT
  Relaxation in PQC/BQC to Start-up          Not Applicable    This tender is for specialized expert services,
  Companies for this Tender                                    whereas certain expertise with requisite
                                                               experience as per required PQC/BQC is very
                                                               much needed, hence relaxation shall not be
                                                               considered.
  Splitting of Work Order                    Not Applicable    Since this is a package job and all the services as
                                                               per the scope of work are interlinked, hence the
                                                               order cannot be placed on two different parties.
  Offer/Bid Validity                         90 days from Bid Closing Date

  Other Terms and Conditions                 Refer Tender Document

  Price Bid Opening                           PRICE BID OPENING: DATE, TIME AND VENUE SHALL
                                              BE INTIMATED LATER
  If date identified for Bid opening happens to be a declared holiday/closed day in OMPL, then bid opening
  shall be conducted on next working day at the same time indicated above.

  The complete Tender/Bidding document is available for view/download                      on   OMPL website
  http://www.ompl.co.in/tenders as well as on https://eprocure.gov.in/epublish/app
  Further replies to pre-bid queries, all updates, Corrigenda, Addenda, Amendments, Extension in last date of
  submission of bid, Clarifications etc.,(if any) to the Tender/Bidding document will be hosted on above
  indicated websites. There will not be any publication of the same through newspapers or any other media.
  Bidders should regularly visit above indicated website to keep themselves updated.


Tender No. 1020C19002                                                                      Page 5 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                                   INSTRUCTION TO BIDDERS (ITB)


     ONGC Mangalore Petrochemicals Limited (OMPL) a green field petrochemicals project is promoted
     by Oil and Natural Gas Corporation Ltd (ONGC) India's Most Valuable Public Sector Enterprise and
     Mangalore Refinery and Petrochemicals Limited (MRPL) a subsidiary of ONGC. OMPL was
     incorporated on 19th December 2006. The Complex is the largest single stream unit in Asia to
     produce 914 KTPA Para-xylene and 283 KTPA Benzene. This Aromatic Complex is situated in 442
     Acres of land in the Mangalore Special Economic Zone (MSEZ) located in Permude, Mangalore which
     is around 17 km from Mangalore.

     ONGC Mangalore Petrochemicals Limited (OMPL) invites Bids from eligible Bidders on Open
     Tender Basis for the subject works/Services in total compliance to technical specifications, scope and
     terms & conditions of tender documents/attachments. Bidders offer must be complete in all respect
     without any deviations. Bidders are requested to submit most competitive offer for all items as per
     tender terms & conditions in Price Bid/Schedule of Rates Format.

     Please note that issuance of technical and commercial queries is not envisaged and Bidders offer may
     be evaluated based on input given therein. Hence pre-Bid clarifications, if required may be sought
     from us immediately on receipt of this Tender document.

     BRIEF SCOPE OF WORK AND OTHER TERMS & CONDITIONS:

1.   Brief Scope of work includes: Hiring of an external agency to provide support services for Internal
     Audit for the financial year 2019-2020 for ONGC Mangalore Petrochemicals Limited (OMPL) as per
     the scope defined in Bidding Document.

2.   Duration of Service/Contract Period: The Internal auditor is expected to provide professional
     services initially for a period of one year from the date of engagement. The Company reserves the right
     to extend the period by one more year at the same fees quoted and on the same terms and conditions.

3.   Payment Terms: Payment will be paid on quarterly basis within Fifteen days from the receipt and
     acceptance of the quarterly audit report and invoice duly certified by Engineer In Charge (EIC) of
     OMPL. Banking charges (if any) to service provider account.

     Payment mode: OMPL has introduced Electronic payment system for all vendors. All payments shall
     be through electronic mode (RTGS/NEFT) from our Bank Account. Therefore, vendors are requested
     to furnish the information as per required format on issue of order to successful bidder. Any change
     in the particulars shall be immediately informed to OMPL.

4.   Security Deposit (SD) (Applicable for order value more than 10 Lakh): Successful Bidder shall
     furnish Security Deposit in equivalent to 10% of the Work Order value within 15 days of receipt of
     LOA/ Work Order for satisfactory execution of the order by way of a Demand Draft or Bank
     Guarantee (strictly in prescribed format) drawn in favour of M/s. ONGC Mangalore Petrochemicals
     Limited, payable at Mangalore. Security Deposit shall be released after completion of total supply.
     The Security Deposit shall be forfeited in case the vendor fails to execute the order as per the tender
     conditions. The vendor shall confirm his acceptance of security deposit at the time of submitting the
     offer as per tender conditions. Offers without confirmation of Security Deposit will be summarily
     rejected.


Tender No. 1020C19002                                                                   Page 6 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




5.   Performance Bank Guarantee (PBG) (Applicable for order value more than 5 Lakh). Not
     Applicable being internal audit support services by external agency for the FY 2019-20.

6.   Quoted Rates shall be firm & fixed till complete execution of Contract.

7.   BID SECURITY / EARNEST MONEY DEPOSIT (EMD): Bid Security / EMD amount shall be as
     indicated in the Notice Inviting Tender (NIT) / Important Points / Salient Features of Bidding
     Document:
     An EMD (if applicable) shall be submitted by way of BG or DD drawn in favour of ONGC Mangalore
     Petrochemicals Limited, Mangalore to be kept along with the technical bid before bid closing date
     and time. Firms registered with NSIC/MSEs/MSME/DIC are exempted from EMD, for which
     documentary evidence is to be submitted along with technical bid. EMD for PSU (Public Sector Unit)
     is exempted. Exemption of EMD for Start-ups recognised by department of Industrial Policy and
     Promotion (DIPP) will as per prevailing guidelines issued by Government of India.

     A.   Bid Security / EMD may be paid /submitted in one of the following forms in a separate sealed
          cover along with Un-priced Bid: i) Demand drafts / Banker's Cheque / Pay Order drawn on
          Scheduled Bank in favour of OMPL, Mangalore or ii) Bank Guarantee as per prescribed format
          attached with Tender Document.

     B.   The Bidder shall submit the Bid Security in Indian Rupees (Indigenous bidders)/US Dollars
          (Foreign bidders) in the form of Demand Draft/Banker's Cheque/ Pay Order in favour of
          ONGC MANGALORE PETROCHEMICALS LIMITED, payable at MANGALORE, INDIA
          (issued by an Indian scheduled Bank or first class International bank having branches in India)
          or in the form of an irrevocable Bank Guarantee in favour of ONGC MANGALORE
          PETROCHEMICALS LIMITEDLIMITED as per format given under Proposal Form with this
          Bidding/Tender document. OMPL shall not be liable to pay any bank charges, commission or
          interest on the amount of Bid security/EMD furnished.

     C.   In case, Bid Security is in the form of irrevocable Bank Guarantee the same shall be from any
          Indian scheduled Bank or a branch of an International bank situated in India and registered
          with the Reserve Bank of India as scheduled foreign bank. However, in case of Bank
          Guarantee from banks other than the Nationalized Indian bank, the bank must be a commercial
          bank having net worth in excess of Rs. 100 Crores and a declaration to this effect should be
          made by such commercial bank either in the bank guarantee itself or separately on its
          letterhead. The bank guarantee issued by a Co-operative Bank shall not be accepted.

     D.   The Bid security/EMD shall be valid for 60 days beyond the validity of the Bid as specified in
          the Bidding Document i.e. 150 days beyond Bid submission/ extended Bid submission date.
     E.   OMPL will not be responsible for any loss or postal delay / non receipt of tender/ EMD etc.

     F.   EMD/Bid securities of unsuccessful Bidders will be returned/refunded within 10 (ten) days of
          finalization of tender. However, Bid securities/EMD of the successful Bidder will be returned
          upon the Bidder's executing the Contract, and furnishing the Security Deposit. No interest is
          payable on EMD.

     G.   Tender will be summarily rejected under following circumstances
          i. EMD submitted in form of cheque.


Tender No. 1020C19002                                                                Page 7 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




          ii.   The name of tender mentioned in the BG is different from the tender for which bids have
                 been invited.
         iii.   The firm on whose behalf the BG has been furnished is different from the bidder.
         iv.    The EMD is not of prescribed value.
          v.    Offer submitted without EMD / Bid Security (unless EMD/Bid security exemption
                 specified in tender document)
         vi.    The Bids not accompanied with EMD or EMD not as per format given in the
                 Bidding/Tender Document shall be considered as non-responsive and such Bids shall be
                 rejected out rightly.
         vii.   The validity of the BG is less than the stipulated period.

       H. The Bid securities/EMD may be forfeited, if:
        i) Withdraws or modifies offer in full or part during the validity period.
        ii) Failure of the bidder to honor their offer.
        iii) A Bidder withdraws its Bid during the period of Bid Validity or does any breach of terms
             and conditions of the tender, or
        iv) A Bidder modifies his Bid on his own after last date of submission of Bids.
        v) In case of a successful Bidder:
          a) Inability to perform satisfactorily after receipt of order in case of successful bidder.
          b) Does not accept the Purchase/Work Order/LOA
          c) Does not confirm of acceptance of order with in the stipulated time after placement of order
          d) Does not furnish the Security Deposit/Performance Guarantee
          e) If documents submitted along with the Bid are found false, fabricated, incorrect
              information etc.

8.   Pre-Bid Queries and Pre-Bid Meeting/Conference: The Bidders are expected to resolve all the queries
     pertaining to the Bidding Document in Pre-Bid meeting / conference and submit the Bids in total
     compliance to Bidding Document without any deviation / stipulation / clarification.

     Vendors shall examine the Bidding document thoroughly in all respect and if any conflict,
     discrepancy, error or emission is observed and may request clarification at any time not later than the
     query receipt date for pre-Bid meeting. No queries shall be considered after Pre-Bid meeting /
     conference.

     Any Technical clarifications and/ or all queries to be clarified by OMPL during pre-bid meeting shall
     be forwarded within the stipulated date & time to be forwarded to below email ids:

     i) Shri Ramakrishna V G (Sr. Manager-Internal Audit), OMPL, Mangalore­574509;
        Ph No: 0824 ­ 2872171 / 9480689106, Email: ramki@omplindia.com

     ii) Shri Vidyadhara Shetty, (Dy. Manager-MM), OMPL, Mangalore­574509
         Ph No: 0824 - 2872143 / 9480689115, Email: vidyadhara_shetty@omplindia.com

     Pre-Bid Meeting / Conference will be held in Admin Building, OMPL premises as per the scheduled
     date & time indicated in `Notice Inviting Tender (NIT) / Important Points / Salient Features of
     Bidding Document' of the tender document. Vendors are requested to confirm their intention to
     attend the pre-bid meeting in advance so as to ensure Gate pass related formality.



Tender No. 1020C19002                                                                   Page 8 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




9.   Language of Bid: The Bid and all correspondence incidentals to and concerning the Bid shall be in the
     English Language. For supporting documents and printed literature submitted in any other language,
     an equivalent English Translation shall also be submitted. Responsibility for correctness in translation
     shall lie with the Bidder. In case of any conflict, for the purpose of interpretation of the Bid, the
     English Translation shall govern.

10. Bid Validity:
    a. Bid shall remain valid for a minimum period of 90 days from the last date of submission of Bid.
       During this period, the Bidders shall not be entitled to revoke or cancel their Bid or to vary the Bid
       given or any term thereof. In case, the Bidder revokes or cancels the Bid or varies any term in
       regard thereof, the Bid shall become liable for rejection along with forfeiture of EMD. Such Bidder
       also may be put on Holiday list.
    b. OMPL may request the Bidders for extension of the period of validity of Bid. If the Bidder agrees
       to the extension request, the validity of Bank Guarantee/DD towards EMD shall also be suitably
       extended. However, Bidders agreeing to the request for extension of validity of Bid shall not be
       permitted to modify the Bid because of extension, unless specifically invited to do so by OMPL.

11. Bidders are requested to carefully study the entire tender document and the conditions so specified
    before quoting their rates, no alteration in the tender rates quoted will be allowed.

12. If date identified for Bid opening happen to be a declared holiday/closed day in OMPL, then bid
    opening shall be conducted on next working day at the indicated same time.

13. OMPL and successful bidder shall enter into formal contract (on a non-judicial stamp paper of
    Karnataka state and of appropriate value) wherein detailed terms and conditions as per OMPL tender
    document shall be incorporated. The cost of non-judicial stamp shall be borne by the contractor
    (Applicable for value more than Rs. 1 Crore).

14. When person signing the Tender / agreement is not the sole Proprietor of the company the original
    Power of Attorney or a Notary certified copy thereof authorizing such person to act and sign on
    behalf of the company must be enclosed.

15. Bid Price/Quoted rates: The Bidder should quote for all items in the Price Bid / Price Schedule /
    Schedule of Rate Format as per Tender document.

     The rates should be quoted in the same units as mentioned in the tender schedules. Bidder shall quote
     price after careful analysis of costs involved for the performance of the contract considering the entire
     Bidding Document. In case any activity though specifically not covered in description of item under
     Schedule of Rates (SOR) but is required to complete the work, which could be reasonably implied /
     inferred from the contents of the Bidding Document, the prices quoted shall deemed to be inclusive of
     cost incurred for such activity.

     The prices shall be based on conditions specified in General Conditions of Contract, Special
     Conditions of Contract, Scope of Work, and all other contents of Bidding Document.

16. All entries in the tender document should be in Ink/Typed. Corrections, if any should be attested by
    full signature of the Bidder / authorized signatory. Every page of the tender documents shall be
    signed and sealed by the Bidder or his authorized representative.



Tender No. 1020C19002                                                                    Page 9 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




    Bidders are required to quote the tender in conformity with our terms and conditions and no
    deviating conditions whatsoever will be entertained. Conditional offers will be rejected without any
    reason. Bidders are requested to carefully go through all tender conditions & enclose all documents
    asked for BQC/BEC in the Bid.

17. Quoted Rates shall be firm & fixed till complete execution of Contract. Once the quotation is accepted
    and order placed on the successful Bidder, the rate shall be valid for the full period of the contract
    (INCLUDING THE EXTENDED PERIOD, WITH SAME RATE, TERMS & CONDITIONS AT OMPL'S
    SOLE DISCRETION SUBJECT TO SATISFACTORY PERFORMANCE)

18. Compliance to Bid Requirement:
    Bidders are advised not to take any exceptions/deviations to the Bid document. OMPL shall expect
    Bidder's compliance to requirement of Bidding Document without any deviation and submit a
    substantially responsive Bid. Any Bid not meeting the Bid Evaluation Criteria as stipulated above and
    Bid accompanied by deviations with respect to Special Conditions of Contracts (SCC), Instructions to
    Bidders (ITB), General Conditions of Contract (GCC), Formats for credentials, Bid formats and may be
    considered as non-responsive and shall be liable for rejection at the sole discretion of the OMPL. No
    claim shall be entertained from the Bidder in this regard.

19. The offer must be complete in all respects, leaving no scope for ambiguity. The Bidder is fully
    responsible for the Bid submitted and no relief or consideration can be given for errors and omissions.

20. Bidders not meeting the tender terms & conditions or incomplete in any respect or with any
    additions/ deletions or modifications are liable to be summarily rejected without any further
    communication to the Bidders and decision of OMPL in this respect will be final and binding.

21. Arithmetic Errors: Bids determined to be substantially responsive will be checked by OMPL for any
    arithmetic errors. The price quoted by the Bidder shall be checked for arithmetic correction, if any,
    based on rate and amount filled by the Bidder in the Price Schedule / Schedule of Rates. If some
    discrepancies/error are found same shall be corrected as per the following procedure, which shall be
    binding upon the Bidder.
    (a) Where there is a discrepancy between the amounts in words and in figures, the amount in words
    will govern; and
    (b) Where there is a discrepancy between the unit rate and the total resulting from multiplying the
    unit rate by the quantity, the unit rate as quoted will govern and total price shall be corrected.
    (c) Where there is a discrepancy between the quoted sum total of amount and calculated actual total
    of the amount, the calculated actual total of the amount shall prevail and the total price shall be
    corrected.

    The amount stated in the Bid will be adjusted by OMPL in accordance with the above procedure for
    the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon
    the Bidder. If the Bidder does not accept the corrected amount of Bid, its Bid will be rejected and the
    bid security shall be forfeited.

22. It shall be understood that every endeavour has been made to avoid error which can materially affect
    the basis of this tender and the successful Bidder shall take upon himself and provide for risk of any
    error which any subsequently be discovered and shall make no subsequent claim on account thereof
    no advantage is to be taken by the Bidder successful Or otherwise of any clerical error of mistake
    which may occur in the general specification, schedules, plans of tender forms supplied to the Bidder.


Tender No. 1020C19002                                                                  Page 10 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




23. In case of any difference of any of the terms and conditions either in the meaning or understanding or
    contradictory terms or conditions at different places/portions in this document, the stricter terms
    favouring OMPL will apply. The Bidder shall also seek clarifications on such issues from OMPL
    before submission of the quotes.

24. Bidder should submit all the details and enclosures as has been asked for in the tender form. In case
    any of the information is not applicable to the Bidder, "Not applicable" may be written against such
    item. Not submitting any information/ enclosure sought for may be a ground for rejecting the tender.

25. OMPL reserves the right to accept or reject any or all the tenders in part or in totality without
    assigning any reason whatsoever and to re-tender or negotiate with any of / all the Bidders or to
    withdraw/cancel/modify this tender in the manner OMPL considers suitable. OMPL also reserves
    the right to split the Tender and to award the works to more than one party, if required. The decision
    of OMPL in the matter will be final and binding on all the parties.

26. Order of Precedence: In the event of any ambiguity or conflict between the Tender Documents, the
    order of precedence of the documents shall be in the order below:
    1. Replies/Clarifications/Corrigendum/Addendum/ Amendments etc. issued in respect of the
    tender documents by OMPL.
    2. Price Schedule/Schedule of Rates Format
    3. Special Conditions of Contract (SCC)
    4. Technical specification, scope of work & Drawing, if any
    5. Other Terms & Conditions of the tender documents like Special Instructions to Bidders,
    Instructions to bidders/ Invitation for Bid (IFB), Notice Inviting Tender (NIT) / Important Points, Etc
    6. General Conditions of Contract (GCC)

27. Amendment of Bidding Document:
    OMPL may, for any reason whether at his own initiative or in response to the clarification requested
    by the prospective Bidder(s), issue an amendment in the form of Corrigendum/Addendum during
    the Bidding period and subsequent to receipt of the Bids. Any Corrigendum / Addendum thus
    issued shall become part of Bidding/Tender Document and Bidder shall submit
    Corrigendum/Addendum/Compliance letter duly signed and stamped in token of his acceptance.
    The Bidder shall consider the impact of corrigendum /addendum issued during the Bidding period.
    The Bidder shall follow the instructions issued along with corrigendum / addendum issued
    subsequent to submission of Bids.

    For Amendment/ Addendum issued during the bidding period, Bidder shall consider the impact in
    his bid. For Amendment/ Addendum issued subsequent to receiving the bids. Bidder shall follow the
    instructions issued along with addendum with regard to submission of impact on quoted price/
    revised price, if any.

    The complete Tender/Bidding document is available for view/download on OMPL website
    http://www.ompl.co.in/tenders as well as on https://eprocure.gov.in/epublish/app

    Further replies to pre-bid queries, all updates, Corrigenda, Addenda, Amendments, Extension in last
    date of submission of bid, Clarifications etc.,(if any) to the Tender/Bidding document will be hosted
    on above indicated websites. There will not be any publication of the same through newspapers or
    any other media. Bidders should regularly visit above indicated website to keep themselves updated.

Tender No. 1020C19002                                                                  Page 11 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




28. All information disclosed to the Tenderers by way of the Tender Documents shall be considered
    confidential and any person/ Tenderer shall not part with possession of the Tender Documents or
    copy or disclose information thereof to any party, except as may be necessary for carrying out the
    work. It is being understood that the Tender Documents have been downloaded by the eligible
    Tenderer solely for the purpose of bidding. Where it is found that any Tenderer has violated and has
    disclosed sensitive and vital information impugning on the security of the installation/ national
    security, necessary action, as may be called for, may be taken against the Tenderer concerned in
    addition to his being liable to be black listed and/ or barred from participating in future bids.

29. The Tender Documents shall always be & remain the exclusive property of the Owner without any
    right with the Bidder to use them for any purpose except for submitting the tender in accordance with
    the provisions of these instructions by the prospective Bidders and for use by the successful Bidder
    with reference to the work. The Owner shall have no obligation to return to the Bidder the Tender
    Documents submitted by the Bidder.

30. Any false/fake/incorrect information submitted by the bidder/contractor while submitting the bid
    will be liable for rejection of bid, severe action like Forfeiture of EMD, Cancellation of the Order,
    Forfeiture of Security deposit including Banning/Holiday listing of the Bidder's Company/
    Contractor in all ONGC/HPCL /MRPL/OMPL establishments.

31. Bidders have to submit their Bids (in prescribed formats, as detailed in tender documents) in a sealed
    envelope duly super-scribing the tender number, description, Bid closing date along with Bidders
    details. The Bids shall be submitted in two parts as follows:
    PART-I: TECHNO COMMERCIAL (UNPRICED) BID
    One sealed envelope marked as "UNPRICED BID", containing the following:
    i) Total tender documents, duly signed for unconditional acceptance of tender terms & conditions,
        filled formats and price schedule format WITH PRICES BLANKED OUT. [Techno commercial
        (Unpriced) Bid shall contain all details other than price i.e. price schedule format WITH PRICES
        BLANKED OUT. However a tick mark () shall be provided against each item of the price Bid
        format to indicate that there is a Quote against this item in the priced commercial Bid.] All the
        credentials/documentary proof clearly establishing Bidder's qualification as per the BQC, filled
        signed /stamped forms as per tender requirement, etc.
    ii) Demand Drafts of the amount mentioned above towards Bid Security / Earnest Money Deposit
    (EMD).
    PART-II: PRICE BID
    Second sealed envelope marked as "PRICED BID", containing only the Price part strictly as per
    Price Bid format of the Tender Document without any condition whatsoever.
    Both the sealed covers of Part-I (Unpriced Bid) & Part-II (Priced Bid) shall be put into an outer
    envelope duly sealed. The outer envelope should duly super-scribed the Tender number,
    description, Bid closing date along with the Bidders name.
    Bids complete in all respects should reach the OMPL office within the Bid due date on the below
    address:
   Attn: GM - Commercial & Projects
   ONGC MANGALORE PETROCHEMICALS LTD
   Mangalore Special Economic Zone, Mangalore ­ 574 509
   KARNATAKA
   Fax: 0824-2872005



Tender No. 1020C19002                                                                 Page 12 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




    Bidders are advised in their own interest to ensure that Bid reaches the specified office well within the
    Bid closing date & time. OMPL will not be responsible for the loss of Tender form or the delay in
    postal transit. Telex/Telegraphic /Telefax/Email/ Xerox/ photocopy offers & Bids with scanned
    signature will be rejected. Original Bids should be signed manually failing which offer shall be
    rejected.

32. Bid opening: The `Techno commercial Unpriced Bids' of the tender will be opened in the presence of
    the attending Bidders at specified time on Bid submission last date (indicated in Notice Inviting
    Tender (Nit) / Important Points / Salient Features Of Bidding Document of Tender Document) /
    extended Bid submission date at OMPL, Mangalore Special Economic Zone, Permude, Mangalore as
    per OMPL procedures. After evaluation/scrutiny of the `Techno commercial Unpriced Bids', only the
    techno commercially qualified Bidders will be notified separately regarding date, time and venue for
    opening of the `Price Bids'. Price Bids, which remain unopened with OMPL, will be returned to the
    respective Bidders.

33. The Bidders or their authorized representatives may be present at the time of opening of the
    Technical Bids (after submission of appropriate documents in support of their identity) at the
    place/date/time as mentioned for this tender document. No separate intimation will be sent in this
    regard unless there is a change in the date/time/place of opening of tender. Bidders are requested to
    communicate the details of the authorised person who are intend to attend & witness un-price bid
    opening so as to ensure Gate pass related formality.
    After scrutiny of the Technical Bids, separate intimation will be sent to all Bidders who are found
    technically qualified advising the date/time/place of opening of price Bids.

    For ONGC Mangalore Petrochemicals Limited,
    Authorised Signatory
    Encl: a/a




Tender No. 1020C19002                                                                   Page 13 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




     Pre-Qualification Criteria (PQC) / Bid Qualification Criteria (BQC):

   1. Financial Turnover: Average Annual Financial Turnover during the last 3 years ending
      31st March of the previous financial year should be at least INR 10 Lakh.
   2. Past Experience: 2a) The firm shall have more than five years of experience since date of its
      registration with the Institute (ICAI).
      2b) Number of Partners in the firm (the partners must hold certificate of practice issued by The
      Institute of Chartered Accountants of India and should be in whole time practice) shall be
      minimum three and any two partners shall have more than five years of experience in the same
      firm.
      2c) Number of qualified assistants (cost/chartered accountant) in the firm, (Assistants should be
      members of their respective Institute) shall be at least three.
      2d) The Firm should have the experience in Conducting Internal/Statutory Audit in Central
      /State PSUs/Private Sector Companies (Copy of appointment letter(s) issued by the Companies
      required to be submitted)
      2d1) For Internal Audit ­The firm should have experience in conducting Internal audit at least in
      one Public Sector and one private sector Industry in an Oil exploration/Oil
      Refinery/Petrochemical/Chemical/Fertilizers/Power Generation Utilities/Steel Industry/
      Other manufacturing industry, having on annual turnover of minimum INR 500 crores during the
      year of audit.
      2d2) For Statutory Audits ­ The firm should have experience in conducting statutory audit at least
      in one Public Sector and one private sector Industry                  in an Oil exploration/Oil
      Refinery/Petrochemical/Chemical/Fertilizers/Power Generation Utilities/Steel Industry/ other
      manufacturing industry, having on annual turnover of minimum INR 500 crores during the year
      of audit.
      2e) Bidder shall have experience of having successfully completed "Internal Audit/ support
      services for internal audit " during the last 5 financial years (from FY 2013-14 to FY 2017-18),
      which experience should be any one of the following:
      a      Three (3) similar completed works, each costing not less than the INR 2.296
             amount equal to                                                        Lakhs

       b     Two (2) similar completed works, each costing not less than the INR   2.87
             amount equal to                                                 Lakhs

       c     One (1) Similar completed work , costing not less than the amount INR
             equal to                                                          4.592Lakh

       Note: - "Similar completed work "is defined as statutory/Internal audit /support services for
       internal audit work carried out during the last 5 financial years (from FY 2013-14 to FY 2017-18), in
       any of the industry sectors like, oil exploration/ Oil Refinery /Petrochemical /Chemical
       /Fertilizers/Power Generation Utilities/Steel Industry/other manufacturing industry, whose
       annual turnover of minimum INR 500 crores during the year of audit. The above audit fee of each
       order shall be exclusive of taxes. The audit fee for the above purpose would be reckoned inclusive



Tender No. 1020C19002                                                                   Page 14 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       of fee for audit and certification and shall not include any other reimbursements towards
       expenses. All the above indicated amounts are exclusive of service tax/GST.

       Other Conditions:
       3a) Bidder may visit OMPL and attend pre bid meeting to understand the scope of the work
       before submitting the bids.
       3b) Bidder should not be under a black-list/holiday list of any state /central government
       department (including PSUs). Bidder shall give a declaration to this effect.
       3c) Joint venture / Consortium bids shall not be permitted for this tender.
       Documentary evidence(s) in support of above criteria has to be submitted. Proposals without the
       required documentary evidence(s) shall be rejected.

       Bid Evaluation criteria (BEC)
       1) The bidder should accept in Toto the technical specification, scope of work given in the tender
          with no deviations as per the clauses of the tender document.
       2) Techno ­ commercially accepted bids will be evaluated commercially on overall L1 basis.
       3) In case of tie in overall L1, then the bidder with highest turnover (3 year's total Annual
          turnover) will be considered as lowest ranking tender.

       In case of Global / Import tenders, for evaluation of the bids, the RBI Reference Rate available in
       RBI Website for the subject currency on the day prior to the price bid opening date will be taken
       into account for conversion of foreign currency into Indian Rupees. A copy of the reference rate
       shall be placed in the file.

       REJECTION CRITERIA:
       i) Bids received after the due date and time of bid submission shall be summarily rejected.
       ii) Bids without EMD: Bids received without/with insufficient EMD (in original with the
           Technical Bid), before the bid closing date & time shall be summarily rejected. However, Govt.
           Dept. /PSUs/ firms registered with NSIC/MSE (Micro & Small Enterprise), vendors
           registered with District Industries Centre (DIC), Start-ups Companies registered with DIPP as
           per government guidelines are exempted from submission of EMD. Such bidders shall submit
           relevant documentary proof towards exemption, along with technical bid of the tender.
       iii) Bidders' failure to enter into Integrity Pact as applicable for the Tender along with the bid
           duly signed shall be liable for rejection.
       iv) Offer sent without having the prescribed bidding document of OMPL, non-adherence to
           technical /commercial terms & conditions, Unpriced bid and Price bid not in the prescribed
           format, incomplete bids and bids with deviations to the tendered scope of work shall be liable
           for rejection.
       v) Non-compliance to any of PQC/BEC will be liable for rejection.
       vi) Bids found to have been submitted with falsified/ incorrect information.
       vii) If Bidder is in the Holiday/ Blacklist of any CPSU/ State PSU/ Central or State Government
           Undertaking.
       viii)  Bidder to quote for all items enlisted in the BOQ (in case of overall evaluation), otherwise
           bid shall be rejected.




Tender No. 1020C19002                                                                  Page 15 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                                          Special Conditions of Contract (SCC)

1) The Bids are required on Zero Deviations, However in case any bidder has given any deviations/
     stipulations the same shall be checked by OMPL if found in non-acceptable state, bidder shall be
     asked to withdraw the same without Price Implication. Bidder(s) who withdraw the deviations/
     stipulations, their bids shall be considered for further evaluation.

2) GOVERNMENT REGULATIONS:
     The CONTRACTOR/Supplier shall comply with and ensure strict compliance by his/its sub-
     contractors and agents of all applicable Central, State, Municipal and local laws and regulations and
     undertakes to indemnify the OWNER from and against all levies, damages, penalties, any payments
     whatsoever as may be imposed by reason of any breach or violation of any law, rule or regulation and
     against all actions, proceedings claims and demands arising there from and/or relative thereto.

3)   All expenses in preparation & submission of bids, Site Visit, visits to the office or any place and other
     expenses incurred in connection with the preparation / submission of Bid shall be borne by Bidder.
     OMPL in no case shall be responsible or liable for these costs regardless of the conduct or outcome of
     the Bidding process.

4) Termination of Work Order: OMPL will reserve the right to terminate the order if the bidder is not
     found satisfactory without assigning any reason(s) thereof.

5) Risk Purchase: In the event of supplier not meeting the order placed by the Company within the
     stipulated delivery time, then Company would be free to process the supply/services from any
     other suppliers/ vendors and recover the difference in such supplies/services and additional
     expenses incurred by the Company from the Vendor/ Contractor.

6)    Bidders should not have any criminal proceedings going on against them. Bidders should not be on
     the holiday list of OMPL or any other PSUs. Categorical details to be provided for the same.

7)    Bids received after the due date and time shall be rejected and representative of such bidders shall
     not be allowed to attend the bid opening.

8)   Shelf Life/Warranty Period: Not Applicable.

9)   Price discount for delay in delivery/completion: As per the conditions of contract.

10) Subletting and Assignment: The contractor shall not, save with the previous consent in writing of the
     Purchase Authority, sublet, transfer or assign the contract or any part thereof or interest therein or
     benefit or advantage thereof in any manner whatsoever provided nevertheless that any such consent
     shall not relieve the contractor from any obligation, duty or responsibility under the contract.


11) OMPL being an SEZ unit, Kindly note that as per IGST Act, Supply to SEZ units under the GST
     shall be treated as supply in the course of inter-State trade or commerce and the same will be treated
     as "zero rated supply". Accordingly Supplier shall not charge GST on supply to OMPL. Refer tender
     document for other details (Taxes & Duties of Section I).

12) Fax / E-mail bids shall not be accepted and shall be summarily rejected.


Tender No. 1020C19002                                                                     Page 16 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




13) Preference to Micro or to Micro and Small Enterprises (MSEs) shall be applicable as per terms and
   conditions for Micro and Small Enterprises (MSEs) attached with this tender document.

14) Site Visit (Applicable in case of Works/Contract/Services Tender): If required, Bidder is advised to
   visit and examine the site and its surrounding and shall familiarize himself of the existing facilities
   and environment and shall collect all other information which he may require for preparing and
   submitting the Tender and entering into the contract. Claims and objections due to ignorance of
   existing conditions or inadequacy of information will not be considered after submission of the Bid
   and during the contract period / after contract period. The intending Bidders may contact the OMPL
   officers (indicated in this tender document) with due appointment for necessary guidance and help
   regarding site visits.

15) Arbitration: Except as otherwise provided elsewhere in the contract, if any dispute, difference,
   question or disagreement arises between the parties hereto or their respective representatives or
   assignees, in connection with construction, meaning, operation, effect, interpretation of the contract or
   breach thereof which parties are unable to settle mutually, the same shall be referred to arbitration as
   provided hereunder:

   i)  A party wishing to commence arbitration proceeding shall invoke Arbitration Clause by giving 60
       days notice to the other party. The notice invoking arbitration shall specify all the points of
       disputes with details of the amount claimed to be referred to arbitration at the time of invocation
       of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall indicate its
       value in Indian Rupee for the purpose of constitution of the arbitral tribunal.
   ii) The number of the arbitrators and the appointing authority will be as under:

        Claim amount (excluding          Number of          Appointing authority
        claim for interest and           arbitrator
        counter claim, if any)
        Upto Rs. 5 Crore                 Sole Arbitrator    CEO, OMPL
        Above Rs. 5 Crore                3 Arbitrators      One arbitrator by each party and the 3rd
                                                            arbitrator, who shall be the presiding
                                                            arbitrator, by the two arbitrators.

   iii) The parties agree that they shall appoint only those persons as arbitrators who accept the
        conditions of this arbitration clause. No person shall be appointed as arbitrator or presiding
        arbitrator who does not accept the conditions of this arbitration clause.
   iv) Parties agree that there will be no objection if the Arbitrator appointed holds equity shares of
        OMPL/MRPL and / or is a retired officer of OMPL/MRPL/ any PSU. However, neither party
        shall appoint its serving employee as arbitrator.
   v) If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any
        reason from the proceedings, it shall be lawful for the concerned party /arbitrators to appoint to
        another person in his place in the same manner as aforesaid. Such person shall proceed with the
        reference from the stage where his predecessor had left if both parties consent for the same;
        otherwise, he shall proceed de novo.
   vi) Parties agree that neither party shall be entitled for any pre-reference or pendentelite interest on its
        claims. Parties agree that any claim for such interest made by any party shall be void.
   vii) The arbitral tribunal shall make and publish the award within time stipulated as under:



Tender No. 1020C19002                                                                     Page 17 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                                              Scope of work
The following functional/ operational areas shall be covered in the Support services for internal
auditing:
   Area                          Broad Audit Coverage
   Finance & Accounts            a Cash and bank management
                                 b Fixed assets management
                                 c Fund management/Treasury
                                 d Receivables/Payables
                                 e Loans and advances
                                 f Budgetary Controls
                                 g Expense ledger scrutiny
                                 h Investment (FD, Bonds & Other Investment)
                                 i Sales/Purchases
                                 j Advance payment scrutiny
                                 k Bank Guarantee (BG)/Letter of Credit (LC) issued
                                 l Bank Guarantee (BG)/Letter of Credit (LC) received
                                 m Production Accounting
                                 n Forex earnings/expenditures & risk management
                                 o Investments
   Human Resources &             a Time office management
   Administration                b Payroll management
                                 c Entitlement management ­ loans, advances, medical, LTC,
                                 uniform, accommodation etc.
                                 d Engagement of outside agencies viz. security services
                                 e Administrative services - guest house, schools, hospital, canteen, etc.
                                 f Termination & Retirement payment verification
   Statutory Compliances         a Compliances under the SEZ Act
                                 b Compliances under the Commercial Tax, Service Tax ,Income Tax
                                 Act
                                 c Compliances under the Provident Fund Act, Gratuity Act
                                 d Compliances under Companies Act, labour law,etc
                                 e GST related compliances.
   Work shop & Maintenance a Vehicles / equipment hiring process
                                 b Vehicle/ equipment utilization
                                 c Disposal of vehicles/ equipment
                                 d Performance of equipment/ vehicles
   Contract & Work order         a Soundness of system and procedures
   Management                    b Compliance with
                                 (i) Management directives e.g. delegation of power and other circulars
                                 (ii) Statutory laws and rules
                                 c Adequacy and accuracy of estimates
                                 d Awarding of contract at the best economical rates
                                 e Awarding of the contract/ work order to competent parties
                                 f Adequacy of contract terms and conditions for safeguarding
                                 Corporation's interest
                                 g Adherence of contract terms and conditions in respect of release of
                                 advance payment, issuance of material etc.
                                 h Adequacy of insurance coverage
                                 i Accuracy and reliability of accounting


Tender No. 1020C19002                                                                  Page 18 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                               j Adequacy of system of recovery / adjustment of material, scrap items
                               etc.
   Pre-Tending Process         a Review of system of sanction and approval of proposal
                               b Review of system of preparation, vetting and sanction of estimates
                               c Review of pre-qualification process ­ fixation and evaluation of
                               criteria
                               d Review of process of NIT circulation, vetting and issuance of tender
                               documents
                               e Review of process of pre bid conference
   Tendering Process           a Review of system of tender receipts, tender opening
                               b Review of system of tender evaluation
                               c Review of process of preparation of comparative statement,
                               negotiation with contractor
                               d Review of process of awarding of contract
   Review of running bills     a Review of sanction and approval process of bills
                               b Review of system of adjustment on account of material, advance
                               amount etc.
                               c Compliance of statutory requirement ­ Deduction of TDS, Work
                               contract tax
                               d Review of process of recovery / waiver off of L.D charges
                               e Review of process of settlement of deviations ­ increase in scope of
                               work, increase in quantity etc.
                               f Review of system of compliance of terms and conditions of the
                               contract e.g. taking of adequate insurance policies.
                               g Review of reconciliation process
   Full and final payment to   a Review of process of release of full and final payments ­ sanction and
   contractor                  approval
                               b Review of process of claim settlement
                               c Review of process of release of security deposits
   Statutory compliance by     a Review of records and register maintained by the contractor
   contractors ­ Contract      b Review of license taken by the contractor ­ license for the specified
   Labour Regulation and       jobs, actual labour deployed is within the limits specified in license etc.
   Abolition Act,              c Review of challans and returns
   Minimum wages Act,          d Review of wage register and muster rolls
   Provident Fund

   Main documents/Records      a Contract/ work order files
   for Review, Evaluation &    b Minutes of meeting of tender opening and evaluation committee and
   Appraisal                   other relevant meetings
                               c Tender Receipt register
                               d Corporation circulars, notification etc.
                               e Offer / bids submitted by parties / bidders
                               f EMD register
                               g Copy of the contract/work order
                               h Ledger accounts of contractors / parties
                               i Budget / Annual plan
                               j Insurance policies taken by contractor
                               k Material consumption register
                               l Running bills of contractor


Tender No. 1020C19002                                                                Page 19 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                              m Abstract of Measurement books
                              n Statutory records ­ provident fund challans, return, register of wages
                              etc.
   Procurement Management     a Soundness of system and procedures
                              b Adequacy of offers/ quotation / bid system
                              c Adequacy of estimates
                              d Adequacy of purchase requisition in terms of quantity, rate/ price of
                              item, need of an item, etc.
                              e Compliance with:
                              i Provision of delegation of power matrix and other circulars issued by
                              Corporate office.
                              ii Procurement manual
                              iii Purchase order terms and condition
                              f Procurement at economical rates
                              g Procurement from competent parties/ suppliers
                              h Procurement is commensurate with the requirement
                              i Timely procurement of material and reduction in overall lead time
   Vendor selection process   a Review of process of selection of procurement mode viz. open tender,
   (tendering)                limited tender
                              or single tender etc.
                              b Review of process of floating of enquiries
                              c Review of process of receipt of offers/ bids
                              d Review of tender / bid/ offer evaluation process
                              e Review of system of comparative statement preparation, negotiation
                              with the Vendor
   Store Management           a Effectiveness of inventory management
                              b Adequacy of receipt and issue procedures
                              c Adequacy of physical inventory controls
                              d Accuracy and reliability of material accounting
                              e Economical disposal of scrap material
                              f Adequacy and reliability of records / documents
                              g Adequacy and effectiveness of system of controlling and monitoring
                              of moving and non-moving inventory
                              h Effectiveness of system and procedures for items issued on
                              returnable basis
                              i. Monitoring of Slow & Non Moving Item
                              j Physical verification of Stock
   Review of fixed Assets     a. Review of Fixed Assets Register
                              b. Maintenance of Department wise Fixed Assets Register
                              c. Review of Physical Verification report of Assets & Stores
                              d. Review of Assets Identification No. (AIN)
                              e. Method of charging depreciation
                              f. Title deed of land & original invoice of other Fixed Assets
                              g. Physical verification of Fixed Assets
   Quarterly testing of         a. Review of Internal control templates.
   controls as per ICFR         b. Suggesting improvement if any.
   requirements.




Tender No. 1020C19002                                                             Page 20 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




   Updating Risk register for     a. Compiling ERM register and facilitating review and updating.
   Enterprise Risk                b. Verification of risk ratings and issuing recommendations.
   management
   On Quarterly basis

   Technical audit                    Following Technical departments has to be covered in technical
                                      Audit Process Operations, CPP Operations, Mechanical, Electrical,
                                      Instrumentation, projects, inspection, Safety, Fire Services,
                                      Technical Services, Civil, Lab, Marketing, IT, Environment
  Duration of Service/Contract Period: The Internal auditor is expected to provide professional services
  initially for a period of one year from the date of engagement. The Company reserves the right to
  extend the period by one more year at the same fees quoted and on the same terms and conditions.


  Conditions of contract
     1. Audit Methodology:
      Review the existing systems and manuals in use at various departments in the Company
        relating to accounting of financial transactions with a view to comply with the accounting
        practices, accounting standards, policies relating to SEZ, and fiscal laws like GST, VAT, Income
        Tax, Service Tax , Central Excise and Customs Act.
      Examination and evaluation of adequacy and effectiveness of the internal control and risk
        management system at various operations and activities of the Corporation.
      Review of the accuracy and reliability of the Corporation accounting records and financial
        reports.
      Checking of both transactions and functioning of specific internal control procedures at various
        departments /offices.
      Evaluation of adherence to legal and regulatory requirement and approved policies and
        procedures.
      Evaluation of effectiveness of existing policies and procedures and give recommendations for
        improvement.
      Identifying opportunities for cost saving and give recommendations for improving cost
        efficiencies.
      Examine that resources are acquired economically, used efficiently and safeguarded adequately.
      Suggest measure to add value, improve operational efficiency, risk management and internal
        control systems.
     2. Scope of Services: The applicants may refer to the Scope of Services indicated attached hereto.
     Apart from this, the Chartered Accountant Firm may also assess the quantum of work involved
     before quoting their fee for undertaking support services for Internal Audit. Work to be performed
     in line with Audit programme adapted by the company/ as per the directions of internal audit
     department.
     3. Requirement for support services Audit Team: The Audit Team should be headed by a
     Chartered Accountant [CA], he shall be visiting OMPL at least three days a month, and he shall be
     visiting OMPL any number of times on need basis to assist his team deputed in OMPL or any
     other discussion with OMPL management, Boarding /lodging and transportation expenses for
     such visits will be borne by the auditing firm, he will not be reimbursed by OMPL for any
     boarding & lodging and transportation arrangements for his visits to OMPL. Support services
     audit team deputed in OMPL shall consist of minimum three numbers (two finance and one
     technical person as described below), they will carry out the audit in various
     departments/different areas as described in scope of work. The team should have very good
     knowledge of SAP and computer skills and shall have good auditing experience; Audit Team

Tender No. 1020C19002                                                               Page 21 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       should conduct the audit for minimum 16 days in a month in OMPL. The audit firm has to
       submit their price breakup (table 1) for the auditing team deputed in OMPL, along with priced
       quote. In case of shortage of minimum attendance of the auditing team deployed in OMPL,
       payment will be deducted proportionately.

       At any point of time during the period of site deployment at least two finance and one technical
       member shall be present at site.

       Two finance members of the support services audit team deputed in OMPL should have Graduate
       qualification from a reputed university, and they should have minimum 3 years auditing
       experience in an Oil exploration/ chemical/oil refinery /petrochemical/fertilizers/ Power
       Generation Utilities/Steel Industry/ other manufacturing industry.

       One technical member of the support services audit team deputed in OMPL should have Graduate
       qualification in Engineering from a reputed university and he should have minimum 10 years
       auditing     /Industry   experience   in    an    Oil   exploration/  chemical/oil   refinery
       /petrochemical/fertilizers/ Power Generation Utilities/Steel Industry/ other manufacturing
       industry.

       Additional manpower, as required, shall be deployed by the bidder based on audit need, to fulfil
       the condition of completing the audit in timely manner as per scope.

       Bio data of the members along with proof of relevant qualification and certificates of the Support
       services audit team deployed in OMPL has to be submitted after award of the contract for review
       and approval of OMPL, without approval of the OMPL no audit persons shall be deployed.

       Bidder is allowed to make like-to-like replacements during the execution of the contract. The same
       procedure of submission of relevant qualification and experience certificates and the verification of
       the same by OMPL shall be done for the subsequent deployment also. The bidder shall submit
       contact details of all the personnel of the audit team post award of the contract.

       In addition, during the execution of the contract, OMPL shall monitor the performance/quality of
       work of the person/s and may change the deployment of person/s depending on their
       performance/quality of work. In such cases, the audit firm shall mobilize replacement personnel
       within seven days of communication from OMPL. Failure to do so on more than two occasions
       (within entire contract period) may lead to termination of the contract.

       Audit firm shall provide all field audit personnel of the audit team with individual personal
       protection equipment (PPE) like industrial safety shoes, helmets, hand gloves, earplugs, facemask,
       boiler suits etc. and ensuring that all PPEs are worn by the deployed persons at work during field
       visits.

       Audit firm shall ensure the personnel deployed in OMPL for auditing has sufficient group
       insurance cover.
       4. Duration of Service: The Internal auditor is expected to provide professional services initially
       for a period of one year from the date of engagement. The Company reserves the right to extend
       the period by one more year at the same fees quoted and on the same terms and conditions.




Tender No. 1020C19002                                                                   Page 22 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       5. Other Office Arrangements: The Internal audit firm shall make their own arrangements for
       office stationary and other office equipment facilities. A separate place with table, chairs and
       computers for the Internal Auditors and their staff shall be provided by the Company.
       Canteen facilities are available, support services audit team can avail the facilities on payment
       basis. Support services audit team deployed in OMPL can utilize the Common transportation
       bus/van facility arranged for OMPL staff to commute between Mangalore and OMPL site,
       separate transportation facilities will not be arranged for this purpose.
       6. Reporting Pattern: The report has to be submitted on a quarterly basis. The Internal Audit
       Report and the Reporting procedure shall be as per the guidelines prescribed by Institute Of
       Chartered Accountants Of India.
       Further, any other suggestion for improvement of internal control, systems or observations to be
       followed may be indicated in the IA report and submitted to the Manager (Internal Audit), and
       based on instruction IA report shall be presented to the Chairman of the Audit Committee.
       7. Nomination of a Partner: The chartered accountant firm shall nominate a partner exclusively to
       deal with OMPL, he shall be visiting OMPL at least three days a quarter, and co-ordinate with the
       Company at all times. The partner shall be in a position to visit OMPL at any time on any number
       of occasions for the purpose of providing internal audit services. The partner of the firm shall also
       be in a position to come for any discussion/ meeting/presentation convened to deliberate on the
       internal audit report on any number of occasions at any point of time with the management/audit
       committee.
       Boarding /lodging and transportation expenses for such visits shall be borne by the auditing firm;
       he will not be reimbursed by OMPL for any boarding & lodging and transportation arrangements
       for his visits to OMPL.
       However if such discussion/meeting/presentation is happening outside Mangalore, Boarding
       /lodging and transportation will be arranged by OMPL or the expenses incurred will be
       reimbursed by OMPL. The chartered accountant firm shall give the details of the partner so
       nominated along with the address, telephone no., mobile no., fax no., e-mail ID, etc.
       8. Foreclosure of the Contract: Either party can foreclose the contract by giving one month notice
       in advance. The fees shall be payable up to the period of service and no compensation under any
       circumstances is payable on account of foreclosure.
       9. Termination of the Contract: The contract is liable for termination for any deficiency in any
       service by giving one month notice. No compensation is payable under any circumstances on
       account of such termination. The fees shall be payable up to the period of serving the notice of
       termination. The decision of the Company in this regard is final and binding.
       10. Payment terms: Payment will be paid on Quarterly basis within Fifteen days from the receipt
       and acceptance of the quarterly audit report and invoice.
       11. Compliances/Declarations/Certificates by firm on appointment: The audit firm shall have to
       comply, give declarations and submit certificates as the case may be, upon appointment as under:
       The Audit Firm shall not sub-contract the Internal Audit support service work
       The audit team will work in strict confidence and will ensure that the data, documents and any other
       information in respect of the operation of the location / work centre / Company is dealt with in strict
       confidence and secrecy. A certificate towards maintaining confidentiality shall have to be provided by the
       Auditor on receipt of appointment letter from the Company or before commencement of Internal Audit
       No partner of the audit firm should be related to either Managing Director, or chief executive officer or
       manager and in their absence, a whole-time director within the meaning of section 2(77) of the Companies
       Act, 2013
       Neither the audit firm nor its partner(s) or associates should have any interest in the business of the
       Company
       The auditor will be required to issue & submit certificate of Independence and arm's length relationship.



Tender No. 1020C19002                                                                       Page 23 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                                       Section-II



    Sl.         Description

                Section II
          1.
                GENERAL CONDITIONS OF CONTRACT(GCC)
          2.    GENERAL GUIDELINES TO SUPPLIERS/ SERVICE PROVIDERS FOR
                ENERGY COMPATIBILITY
          3.    CONTRACTOR SAFETY MANAGEMENT GUIDELINES
          4.    CONDITIONS FOR MICRO & SMALL ENTERPRISES (MSEs) AND
                START-UPS
          5.    TAXES AND DUTIES (APPLICABLE TO OMPL, BEING AN SEZ UNIT)




Tender No. 1020C19002                                               Page 24 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                           GENERAL CONDITIONS OF CONTRACT (GCC)

1.      GENERAL GUIDELINES:
     a. Tender should be submitted in the prescribed form furnished by the company only and as given in
           this Tender Document.
     b. Every tenderer must quote strictly in accordance with the conditions and specifications prescribed
           by OMPL in this tender document. Special conditions of tenderer (if any) submitted along with
           the tender documents by the bidder will be null and avoid to this Tender, in case they are in
           conflict with any of our terms and conditions.
     c. All entries in the tender must be written in permanent ink or typewritten without use of eraser or
            overwriting. Corrections if any should be attested under the full signature of the renderer.
     d. All the Rates given in the Price Bid referred at Tender Document of Tender must be expressed both
            in words and in figures and in case of difference between the two, the rates given in words
            would be final and considered correct.
     e. When person signing the Tender / agreement is not the sole Proprietor of the company the
          original Power of Attorney or a Notary certified copy thereof authorizing such person to act
          and sign on behalf of the company must be enclosed.
     f. All renderers are required to read these conditions carefully and return one set duly signed by
            them as token of having read, understood and accepted the conditions, along with information
            called for by OMPL.
     g. Company will not be responsible for loss or late / non-receipt of tender documents.

2.      TWO BID SYSTEM, SEALING AND MARKING OF BIDS: Offers are invited under "Two Bid
        System" and offers are to be submitted in triple sealed covers. The first inner sealed cover will
        contain Techno-Commercial Bids having all details but price column should be blanked out.
        However a tick mark ( ) shall be provided against each item of the price Bid Format to indicate
        that there is a Quote against this item in the priced commercial bid. This cover will clear be
        super scribed with Techno- Commercial Bid along with the tender Number & item description.
        The second sealed inner cover will contain only the price schedule duly filled in & signed and will
        be clearly super scribed with "PRICED BID" along with Tender Number. These two covers shall
        be put into outer cover & sealed. The outer cover should duly bear the Tender number & date of
        closing / opening prominently underlined along with the address of this office.
        Any changes in quotation after opening of the tender will not be considered.
        OMPL will not be responsible for the loss of Tender form or the delay in postal transit.
        Telex/Telegraphic /telefax / Xerox/ photocopy bids will not be considered.
3.      DEADLINE FOR SUBMISSION OF BIDS: The bid must be received by OMPL at the address
        specified in the Invitation for Bids not later than specified Indian Standard Time (IST) on the
        notified date of closing of the Tender.
4.      LATE BID: The Bidders are advised in their own interest to ensure that bid reaches the specified
        office well before the closing date and time of the bid. Any bid received after dead line for
        submission of bid, will be rejected and returned unopened.
5.      PRICE :Unless otherwise agreed to in the terms of the Purchase Order/Work order, the price shall
        be firm and not subject to escalation for any reason whatsoever till the execution of entire Purchase
        order, even though it might be necessary for the Purchase order/Work order execution to take
        longer than the delivery period specified in the Purchase order.

Tender No. 1020C19002                                                                    Page 25 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




6.     DELIVERY PERIOD: As mentioned in the Terms and Conditions of Enquiry/ Tender
7.     TERMS OF PAYMENT: As mentioned in the Terms and Conditions of Enquiry/ Tender
8.     TAXES, DUTIES: The project falls under the Mangalore SEZ notified area. The Aromatic
       Complex, a unit of ONGC Mangalore Petrochemicals Limited is being set up in Special Economic
       Zone, already notified by the competent authority by issuing Letter of Approval, by virtue of
       which, is exempted from paying Central Government levies such as customs Duty, Excise Duty,
       Service Tax, CST, GST etc. However, pending notification for exemption of State levies such as
       Value Added Tax (VAT), WCT, GST etc. by Karnataka State Government, these taxes are
       applicable at present. The State Government of Karnataka has issued a notification dated 26th May
       2009 regarding exemption of Entry Tax and Special Entry Tax (excluding petroleum products),
       copy of which is provided along with the tender document for Contractor's ready reference. The
       CONTRACTOR shall avail all concessions / exemptions available for the SEZ Project. The
       OWNER upon request from the CONTRACTOR along with necessary details would provide
       recommendatory letters, if required, in the prescribed Performa for availing the concessions /
       exemptions. The responsibility of availing the concessions / exemptions will be that of the
       CONTRACTOR. However, the CONTRACTOR is advised to vet / examine with the State /
       Central Government Authorities on the applicable benefits under SEZ Act / Rules. Any
       presumptions and assumptions in this regard are not acceptable.

       However, the CONTRACTOR shall ascertain and ensure themselves about applicability of various
       taxes, duties and levies and avail all the benefits of taxes & duties relaxation as applicable in the
       SEZ at Mangalore and quote accordingly.

       The BID Price shall be exclusive of taxes and duties which are either EXEMPTED or
       REFUNDABLE or where input credit can be availed. Taxes where input credit can be availed or
       REFUNDABLE (which are extra and not to be included in the lump sum price) will not be
       considered for evaluation of bids. The successful CONTRACTOR during execution of project will
       be reimbursed these taxes, duties & levies (if not exempt under SEZ regulations) on submission of
       documents necessary for claiming Input credit or refund by OWNER, against the claim submitted
       by the contractor, not more than once in month.

       These reimbursements shall be made by OWNER till such period the State Government notifies
       the tax exemptions. In case such notification is with retrospective effect, it shall be the
       responsibility of the CONTRACTOR to facilitate documentation to avail the refund of the tax
       already paid and OWNER shall recover the amount already paid to the CONTRACTOR towards
       the tax reimbursement from the subsequent running bills of the CONTRACTOR. In the event of
       Government notifies these exemptions with prospective effect, no tax reimbursement shall be
       made to the CONTRACTOR from such date by the OWNER. It is understood that the Karnataka
       state Government is in the process of notifying the SEZ Policy for the state.

       However, the quoted price shall be inclusive of taxes which is NON-REFUNDABLE or where
       Input Credit cannot be availed.




Tender No. 1020C19002                                                                   Page 26 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       In case, the Government withdraws the SEZ status accorded to the unit or withdraws any of the
       exemptions applicable to SEZ unit, taxes and duties which were considered as exempt originally
       would be reimbursed to the CONTRACTOR against documentary evidence. However, the
       CONTRACTORS are requested to follow the necessary documentation so that OWNER's right to
       claim INPUT CREDIT / REFUND benefit is preserved.

       With regard to VAT on works contract (WCT) which is not to be included in the quoted price,
       contractor shall raise the invoice showing separately an additional amount towards WCT which
       will be remitted by the OWNER on behalf of the CONTRACTOR to the Tax Authorities as per the
       prevailing provisions of the KVAT Act. It is in the interest of the CONTRACTOR to obtain a
       certificate from the appropriate Tax Authority for deduction at a specific rate / deduction at lower
       or nil rates as applicable. In the absence of the same, OWNER would be free to effect deduction on
       a fair judgement basis as per interpretation of the tax rate applicability followed by the OWNER.
       However, OWNER would furnish necessary certificates for amount of taxes so remitted. Besides,
       the CONTRACTOR shall indemnify the OWNER against taxes which become payable by the
       OWNER on behalf of the CONTRACTOR on account of statutory or contractual reasons. Besides,
       Income Tax TDS & withholding Taxes (WHT) if applicable would be deducted from the amounts
       payable to the CONTRACTOR as per applicable statutory provisions unless it is specifically
       agreed otherwise elsewhere in the contract.

       Any statutory variation or new taxes/ duties/cess/levies notified/ imposed after the submission
       of last/ final price bid but before the contractual date of completion of work shall be to OWNER's
       account. However, any statutory variation after the contractual date of completion shall be to
       CONTRACTOR's account.
       It shall be the responsibility of the Contractor to provide the requisite particulars and documents
       to the Customs and other Government authorities and get the materials cleared and transported in
       time. Contractor shall be fully responsible for port and Customs clearance including stevedoring,
       handling, unloading, loading, storage, inland transportation, if any of materials, equipments and
       plant to storage godown(s), yard (s), Sites(s) etc. Contractor shall be fully responsible for any
       delays, penalties, charges and losses, if any, in this regard.

       OWNER shall upon request from the Contractor along with necessary details, provide
       recommendatory letters(s) as per Performa prescribed for SEZ projects for obtaining necessary
       Certificate(s) from SEZ or equivalent authority for availing the concessions/exemptions for import
       of materials, consumables and spares for the works etc., wherever applicable. OWNER shall upon
       request from the Contractor along with necessary details, provide such recommendatory letters(s)
       for sub contractor(s) of the main Contractor also, provided the sub contractor's name is appearing
       in the Contract. However, the responsibility of obtaining necessary Certificate shall be lie with the
       Contractor.

       The Contractor shall also forward clarifications to queries / further information sought by all
       authorities, if any, with regard to issuance of Essentiality Certificate.



Tender No. 1020C19002                                                                  Page 27 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       The Contract price is inclusive of income tax and withholding tax (WHT) leviable under income
       tax laws and double taxation avoidance treaty applicable and the payment shall be made to the
       Contractor after deducting such taxes by the Owner. Necessary certificates shall be issued by the
       Owner for amounts so deducted. However, the Contractor's responsibility to undertake
       compliance with all statutory provisions under any law would remain with them.

       The Contractor shall indemnify the OWNER against taxes which become payable by the OWNER
       on behalf of the Contractor on account of statutory or contractual reasons. Such recoveries if any
       can be made from payments under any of the contracts between the OWNER and the Contractor.

       Should the CONTRACTOR fail to provide the required descriptive catalogues, literature, Drawing
       Packing list, invoices or any other document required to avail the SEZ benefits to concerned
       authorities / agencies and should any taxes which are exempted under SEZ be assessed and levied
       due to such failure or any other reason attributable to CONTRACTOR, the same shall be solely to
       the CONTRACTOR's account.
       The Contractor is required to undertake all the formalities related to import and re-export of
       construction equipment.

       It shall be the sole responsibility of the Contractor to assist the Owner / PMC for 2 (two) year from
       Final Completion of the Contract for answering / resolving the queries / clarifications sought by
       various authorities including but not limited to SEZ authorities and auditing authorities.

       In the event of delayed delivery, if duties and taxes are increased or any change in Import-Export
       policy, the incidence of such increase shall be to the CONTRACTOR's account.

       Details regarding prevailing zero rated supply of goods and/or Services to SEZ unit under GST
       ACT is attached separately in the tender document.

9.     INSPECTION: As mentioned in the Terms and Conditions of Enquiry/ Tender

10.    SECURITY DEPOSIT(IF APPLICABLE): Successful bidder shall furnish Security Deposit (SD) in
       equivalent to 10% of the order value within 15 days of receipt of order for satisfactory execution of
       the order by way of a Demand Draft (DD) drawn in favour of M/s. ONGC Mangalore
       Petrochemicals Limited, payable at Mangalore. The Vendor shall confirm his acceptance of
       Security Deposit at the time of submitting the offer as per tender conditions. Offers without
       confirmation of Security Deposit will be summarily rejected.

       Such Security Deposit shall be held by the OWNER as security for the due performance of the
       Successful bidder's obligations under the contract including defects liability period. Bank
       Guarantees in attached format shall also be accepted in place of Demand Draft.

       Bank Guarantee issued by the following banks shall be accepted

            Indian Nationalized Bank
            Export Import Bank of India

Tender No. 1020C19002                                                                   Page 28 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




            A Foreign Bank (issued by a branch outside India) with a counter guarantee from SBI or its
           subsidiaries or any Indian Nationalized Bank.
            Any Scheduled Commercial Bank approved by RBI having a net worth of not less than Rs.
           500 Crores as per the latest Annual Report of the Bank. In the case of a Foreign Bank (issued
           by a branch in India), the net worth in respect of the Indian operations shall only be taken into
           account.

       The bank guarantee issued by a Cooperative Bank shall not be accepted.
       The Security Deposit shall be forfeited in case the vendor fails to execute the order as per the
       tender conditions.

       Successful bidder shall from time to time at the request of the OMPL suitably extend the validity of
       any Bank Guarantee (whether furnished by way of Security Deposit) for such period as may from
       time to time be required by OMPL failing which, without prejudice to any other right or remedy
       available, the OMPL shall be entitled to Ancash the Bank Guarantee.

11.    WARRANTY/ DEFECT LIABILITY: Successful bidder is required to provide warranty of the
       material supplied /Defect Liability for the works shall unless otherwise specified be 12 (twelve)
       months from the date of commissioning/installation or 18 (eighteen) months from the date of
       supply, whichever is earlier.
12.    PRICE DISCOUNT FOR DELAY IN DELIVERY/COMPLETION PERIOD (IF APPLICABLE):
       will be applicable @ 0.5% of the Work order/Purchase Order per week or part thereof for delay in
       supplies/delay in completion subject to a maximum ceiling of 5% of Purchase Order/Work Order
       value. Price adjustment for delay in delivery/completion will be imposed on the cost of order
       price of delayed supplies, except however, where in the judgment of OMPL the supply of partial
       quantity does not fulfill the operating need, Price discount will be imposed on full value of the
       Purchase Order/Work order. For imported items for the purpose of Price discount, date of
       dispatch at FOB Port (Air Way Bill/Bill of lading) is considered as delivery date for imported
       consignments. For Indigenous items for the purpose of Price discount, date of receipt of material at
       OMPL, Mangalore site is considered as delivery date for Indigenous consignments.
13.    DEVIATION TO TENDER TERMS: Deviation to tender conditions liable for rejection of the bid
       However if any bidder is not able to quote due to lack of clarification /Understanding of any
       tender condition and so does require any deviation, he may depict the deviation required to the
       contract condition in a separate letter and should be kept in separate envelope super scribed with
       "Deviations to tender conditions" mentioning the tender number. In this letter both the contract
       condition and required deviated conditions should be mentioned. It is the prerogative of OMPL to
       consider any such bids where deviations are required for the bidder.
14.    INSURANCE: CONTRACTOR shall at his cost and expense take out from a suitable insurance
       company acceptable to owner and maintain for the entire period until ACCEPTANCE OF
       WORKS or until such time thereafter as the CONTRACTOR may consider appropriate the
       following insurances
       a. Transit & Erection Insurance: Insurance for the materials to be supplied and erection shall be
          covered by the Supplier/Contractor.
       b. Workmen's Compensation Insurance (WCI)/ Employer's Liability Insurance (ELI: This
          insurance shall confirm to and satisfy all the requirements of the applicable laws and
          regulations of the country, state territory or province having jurisdiction over the
          CONTRACTOR 's employees engaged in the WORKS.






Tender No. 1020C19002                                                                  Page 29 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       c. Group Term Life Insurance: cover to be taken having a risk coverage 24x7 death coverage
          (Natural/ Accidental Death) with a sum assured of say Rs, 10,00,000/- (Rupees ten lakhs only)
          by all contactors.

       d. Third Party Liability Insurance (TPL): Shall be covered by the contractor. CONTRACTOR
          shall at all times indemnify and keep indemnified the OWNER and its officers, servants and
          agents from and against all third party claims whatsoever (including but not limited to
          property loss and damage, personal accident, injury or death of or to property or person of any
          sub-contractor and/or the servants or agents of the CONTRACTOR or any other contractor(s)
          and any subcontractor and/or of the OWNER), and the CONTRACTOR shall at his own cost
          and initiative at all times up to the successful conclusion of the defect liability period and
          maintain insurance policies in respect of all insurable liabilities under this clause, including but
          not limited to third party insurance and liabilities under the Motor Vehicles Act, 1988;
          Workmen's Compensation Act, 1923; Fatal Accidents Act, 1855; Personal Injuries
          (Compensation) Insurance Act, 1963, Emergency Risk Insurance Act, and/or other Industrial
          Legislation from time to time in force in India with insurance Company(is).
15.    OFFER VALIDITY: Offer shall be valid for a period of 90 days from the due date of submission of
       Priced & Un-priced offer. Necessary extension shall be sought within the validity period in case of
       any extension is required at that stage.
16.    LANGUAGE AND SIGNING OF BID: The bid prepared by the bidder and all correspondence
       and documents relating to the bid exchanged by the Bidder and OMPL shall be written in English
       language. Supporting documents and printed literature furnished by the bidder may be in another
       language provided they are accompanied by an accurate translation of the relevant passages in
       English, in which case, for purpose of interpretation of the bid, the translation shall prevail
17.    COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and
       submission of its bid, and the OMPL will in no case be responsible or liable for those costs,
       regardless of the conduct or outcome of the bidding process.
18.    INCOME TAX LIABILITY: The Bidder will have to bear all Income Tax liability both Corporate &
       Personal Tax.
19.    BID CURRENCIES (APPLICABLE FOR INDIGENOUS BIDDERS ONLY): Bidders should
       quote firm prices in Indian rupee only. Prices quoted in any other currency shall not be
       considered.
20.    BID CURRENCIES (APPLICABLE FOR FOREIGN BIDDERS ONLY): The Bidders are to quote
       firm prices. They may bid in any currency (including Indian rupees). Payment will be made
       accordingly. Currency once quoted will not be allowed to be changed.
21.    BANK CHARGES / STAMP DUTIES / TAXES(APPLICABLE FOR FOREIGN BIDDERS ONLY)
       All bank charges (including charges for confirmation of letter of credit if required by seller) and
       stamp duties payable in seller's country in connection with the payment to be made under this
       purchase order shall be borne by the seller. All bank charges and stamp duties payable in India
       shall be borne by the purchaser.
       All bank charges, taxes, duties and levies of any kind that may be payable up to the stage of
       putting the materials in F.O.B position shall be borne by the seller.
       All taxes and duties payable in India on the materials shall be payable by the purchaser.




Tender No. 1020C19002                                                                    Page 30 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




22.    BANK CHARGES (APPLICABLE FOR INDIGENOUS BIDDERS ONLY): All bank charges
       including charges for confirmation of letter of credit if required by seller/Charges incurred during
       Thru Bank transaction are to respective accounts.

23.    CUSTOMS CLEARANCE & CUSTOMS DUTY (APPLICABLE FOR FOREIGN BIDDERS
       ONLY): Import customs clearance for foreign bidder towards supply of complete equipment
       under this contract shall be carried out by OMPL and all shipping documents should be drawn in
       the name of OMPL. The estimated cost towards customs clearance & all other statutory charges /
       incidental charges will be taken into account for the evaluation of the landed cost.
24.    EVALUATION AND COMPARISON OF BID: Evaluation and comparison of bids will be done
       as per provisions of Bid Evaluation Criteria.
25.    CONVERSION TO SINGLE CURRENCY (APPLICABLE FOR FOREIGN BIDDERS ONLY) To
       facilitate evaluation and comparison, OMPL will convert all bid prices expressed in the amounts in
       various currencies in which bid prices are payable utilizing the currency, source and based on RBI
       exchange rate prevailing on price bid opening date.
26.    CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS: OMPL has to finalize its purchase
       within a limited time schedule. Therefore, OMPL will not seek any clarification in respect of
       incomplete offers Prospective Bidders are advised to ensure that their bids are complete in all
       respects and confirm to OMPL's terms, conditions. Bids not complying with OMPL's requirement
       will be rejected without seeking any clarification.
27.    EXAMINATION OF BID :OMPL will examine the bids to determine whether they are complete,
       whether any computational error have been made, whether required sureties have been furnished,
       whether the documents have been properly signed and whether the bids are generally in order.
       OMPL will determine the conformity of each bid to the bidding documents.
28.    OMPL'S RIGHT TO ACCEPT ANY BID AND REJECT ANY OR ALL BIDS: OMPL reserves the
       right to reject, accept or prefer any bid and to annual the bidding process and reject all bids at any
       time prior to award of contract, without thereby incurring any liability to the affected Bidder or
       Bidders or any obligation to inform the affected bidder or Bidders of the ground for OMPL's
       action. OMPL also reserves to itself the right to accept any bid in part or split the order between
       two or more Bidders.
29.    SPECIFICATION: The Bidder must note that its bid will be rejected in case the tender stipulations
       are not complied with strictly or the services offered do not confirm to the required specifications
       indicated therein. The lowest bid will be determined from those bids, which are in full conformity
       with the required specifications.
30.    MODIFICATION & WITHDRAWAL OF BID :No Bid may be modified after the deadline for
       submission of Bids
31.    VAGUE & INDEFINITE EXPRESSIONS: Bids Qualified vague and indefinite expressions such as
       "Subject to Availability" will not be considered.
32.    UNSOLICITED POST TENDER MODIFICATION: Unsolicited post-tender modification will
       lead to straight away rejection of the offer.
33.    CONTACTING OMPL: No Bidder shall contact OMPL on any matter relating to its bid, from the
       time of the opening till the time the contract is awarded.




Tender No. 1020C19002                                                                   Page 31 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




34.    AWARD OF CONTRACT: OMPL will award the contract to the successful bidder whose bid has
       been determined to be in full conformity to the bid documents and has been determined as the
       lowest evaluated bid.
35.    PART ORDER / REPEAT ORDER: Vendor hereby agrees to accept part order at owner's option
       without any limitation whatsoever and also accept repeat order(s) during a period of six months
       from the date of original purchase order on same unit prices, terms and conditions.
       OMPL reserves the right to split the tender if applicable. The decision of OMPL in this regard shall
       be final.
36.    REFERENCE FOR DOCUMENTATION :In the event of an order is being released, the order
       number must appear on order confirmation, correspondence, drawings, and invoices, shipping
       documents, packing and on any other documents or papers connected with the Purchase order.
37.    CONFIRMATION OF PURCHASE ORDER: In the event of an order, the Vendor shall
       acknowledge the receipt of the Purchase order within ten days by mailing `Purchase order and
       shall there by confirm his acceptance of the Purchase Order without any exceptions. This
       acknowledgement will bear on both purchase order and General Purchase Conditions.
38.    EXPEDITING: OMPL / OMPLs representative have been assigned to expedite both manufacture
       and shipment of equipment and materials covered by the Purchase Order. The OMPL/OMPL's
       representatives shall have free access to vendor's shop and / or sub-suppliers shop at any time
       and they shall be provided all the necessary assistance and information to help them perform their
       job.
39.     SHIPMENT AND SHIPMENT NOTICES (APPLICABLE FOR FOREIGN BIDDERS ONLY):
       The vendor shall make shipment only after prior approval by Inspectors whenever specifically
       mentioned. As soon as any shipment is made, the Foreign Supplier shall send advance
       information by way of Fax message, giving particulars of the shipment, vessels name, port of
       shipments, Bill of Lading number and date, total FOB and freight value with confirmation copies
       by post.
40.    SHIPPING (APPLICABLE FOR FOREIGN BIDDERS ONLY): All shipment of materials shall be
       made by first class direct vessels. The Foreign Supplier shall arrange with vessels owners of
       Forwarding Agents for proper storage of the entire Cargo intended for the project in a specific
       manner so as to facilitate the handling and off loading at the port of destination and to avoid any
       over carriage at the port of discharge. All shipments shall be under deck unless carriage on deck is
       unavoidable. The bills of lading should be made out in favour of Manager (PURCHASE), ONGC
       Mangalore Petrochemicals Limited, Mangalore ­ 575 006 (INDIA). All columns in the body of the
       Bill of Lading namely marks and numbers, material description, weight particulars, etc. should be
       filled in accurately and such statements 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 and the net total freight payable shown at the
       bottom.
41.     SHIPPING DOCUMENTS (APPLICABLE FOR FOREIGN BIDDERS ONLY): All documents
       viz. Bill of Lading, Invoices, Packing List, Freight Memos, and Country of origin certificate. Test
       certificate Drawings and Catalogues should be in English language. In addition to the Bill of
       Lading which should be obtained in 3 stamped original plus as many copies as required, invoices,
       packing lists, freight memos (if the freight particulars are not shown in the bills of lading).
       Country of origin certificate, test / composition certificate shall be made out against each shipment
       as specified in the Order. The bill of lading, invoice and packing list specifically must show


Tender No. 1020C19002                                                                   Page 32 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       uniformly the Marks and numbers; contents case wise, country of origin, consignee's name, port of
       destination and all other particulars. The invoice must show the unit rates and net total F.O.B.
       prices. Items packed separately should also be invoiced and the value shown accordingly.
       Packing list must show apart from other particulars, actual contents in each case, net and gross
       weight and dimensions and the total number of packages. All documents should be duly signed
       by the Vendor's authorized representative.
42.    TRANSMISSION OF SHIPPING DOCUMENTS (APPLICABLE FOR FOREIGN BIDDERS
       ONLY): Foreign supplier shall obtain the shipping documents in three complete sets of original
       stamped copies of the bill of the lading as quickly as possible after the shipment is made and
       airmail as shown below so that they are received at least three weeks before the Vessels arrival.
       Foreign supplier shall be fully responsible for any delay and / or demurrage in clearance of the
       consignment at the port due to delay in transmittal of the shipping documents
43.    INVOICING & NEGOTIATION OF DOCUMENT :In the event of an order, invoice and other
       documents such as RR, GC Note and Delivery Challans etc., (in case of imported shipment Bill
       lading / Air Way Bill, Invoice, Packing list, Country of Origin etc) as hereunder. Original + 2
       copies to For imported supplies dispatch documents shall be forwarded as below:
       Notify no: 1 C & F Agent (Nominated By OMPL)

       Notify no: 2 Manager (Purchase)      ONGC     Mangalore Petrochemicals       Limited,   Mangalore
       Special Economic Zone (MSEZ) Unit, Permude Village, Mangalore ­ 574509.

44.    DESPATCH INSTRUCTIONS: The goods shall be consigned in the name of consignee viz.,
       ONGC Mangalore Petrochemicals Limited (An SEZ Unit), Mangalore special Economic Zone,
       Permude Village Mangalore-574509. (Karnataka) ­ India. Phone: + 99 824 2451001, Fax +99 824
       2451005 Goods shall be dispatched by the most economical and expeditious mode of transport to
       the destination as applicable for respective mode of dispatch.
45.    WEIGHTS AND MEASUREMENTS: The shipping documents, invoices, packing lists and all
       other relevant documents shall contain the same units of weight and measurements as giving the
       Owner's Purchase Order.
46.    SPARE PARTS: The vendor must furnish itemize and priced list of spare parts required for two
       years operation of the equipment. The vendor shall provide the necessary cross sectional
       drawings to identify the spare parts numbers and their location as well as inter-changeability
       chart.
47.    CONTROL REGULATIONS: In the event of an order, the supply, dispatch and delivery of goods
       shall be arranged by the Vendor in strict conformity with the statutory regulations including
       provisions of Industries (Development Regulation) Act 1951 and any amendment thereof as
       applicable from time to time. The Owner disowns any responsibility for any irregularity or
       contravention of any of the statutory regulations in manufacture or supply of the stores covered by
       the Purchase order.
48.    RESPECT FOR DELIVERY DATES: Time of delivery as mentioned in the Purchase Order shall be
       the essence of the contract and no variation shall be permitted except with prior authorization in
       writing from the owner. Goods should be delivered securely packed and in good order and
       condition at the place and within the time specified in the Purchase Order for their delivery.
       Wherever delivery period is not expressly stated, it shall be construed as seven days from the date



Tender No. 1020C19002                                                                 Page 33 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       of placing the Purchase order. The Owner reserves the right to defer the period of delivery in
       writing.
49.    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 and requirements, the same shall be removed by the Vendor at
       his/its own expense and risk within the time allowed by the OMPL. The OMPL shall be at liberty
       to dispose off such rejected goods in such manner as he thinks appropriate in the event the vendor
       fails to remove the rejected goods within the period as aforesaid. All expenses incurred by the
       owner for such disposal shall be to the account of the vendor. The freight paid by the OMPL. If
       any, on the inward journey of the rejected materials shall be reimbursed by the vendor or the
       owner before the rejected materials are removed by the Vendor. The Vendor will have to proceed
       with the replacement of that equipment or part of equipment without claiming any extra payment.
       If so required by the OMPL. The time taken for replacement in such event will not be added to the
       contractual delivery period.
50.    RECOVERY OF SUMS DUE: Whenever any claim against the Vendor for payment of a sum of
       money arises out of or under the contract, the Owner shall be entitled to recover such sums from
       any sum then due or which at any time thereafter may become due from the Vendor under this or
       any other contract with the OMPL and should this sum be not sufficient to cover the recoverable
       amount the Vendor shall pay to the OMPL on demand the balance remaining due.
51.    NON-WAIVER Failure of the OMPL / Procurement Coordinators / consultants to insist upon any
       of the terms or conditions incorporated in the Tender enquiry or failure or delay to exercise any
       rights or remedies herein 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 design shall not release the
       Vendor and shall not be deemed to waiver of any right of the OMPL Procurement Coordinators /
       Managers to insist upon the strict performance thereof or of any of his or their rights or remedies
       as to any such goods regardless of when goods are shipped, received or accepted nor shall any
       purported oral modification or revision of the order by Procurement Coordinators / Managers act
       as waiver of the terms hereof.
52.    NON ASSIGNMENT The Purchase Order shall not be assigned to any other agency by the
       Vendor without obtaining prior written consent of Owner.
53.    CHANGES In the event of an order, the Owner has the option at any time to make changes in
       quantities ordered or in specification and drawings. If such changes cause on increase or decrease
       in the price or in the time required for supply, an equitable adjustment under this provision must
       be finalized within 10 days from the date when the change is required.
54.    MODIFICATIONS The Owner shall have the right to make technical changes or modifications in
       the technical documents / specifications comprised in the Purchase Order. The Vendor shall
       comply with such a written request or make alternative suggestion. Any such changes or
       modifications shall be at the cost, if any, of the OMPL. As soon as possible after receipt of the
       written request for changes, Vendor shall furnish in writing to the OMPL, an estimate of cost for
       the changes and modifications. On receipt of OMPL's written authorization, the Vendor shall
       promptly proceed with the changes/modifications
55.    PATENTS AND ROYALTIES On acceptance of this order, the vendor will be deemed to have
       entirely indemnified the OMPL's from any legal action or claims regarding compensation for
       breach of patent rights which the vendor deems necessary to apply for manufacturing the ordered
       equipment and / or materials or which can in any way be connected in the manufacture.


Tender No. 1020C19002                                                                 Page 34 of 98
       TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
              INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                 MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




56.        PERMITS AND CERTIFICATES: The vendor shall procure, at its expense, all necessary permits,
           certificates, and licenses required by virtue of all applicable laws, regulations, ordinances and
           other rules in effect at the place where any of the work is to be performed, and the Vendor further
           agrees to hold the Client and the Purchase harmless from liability or penalty which might be
           imposed by reason of any asserted or established violation of such laws, regulations, ordinances,
           or other rules.
57.        VENDOR'S DRAWINGS AND DATA REQUIREMENT: The vendor shall submit drawings,
           data and documentation in accordance with but not limited to what is specified in the bid
           document and of the Vendor's drawing and data from attached to the Purchase Order and as
           called for in the Clause 8 viz. Expediting above. The types, quantities and time limits of
           submitting this must be respected in its entirely failing which the Purchase Order shall not be
           deemed to have been executed for all purpose including settlement of payment since the said
           submissions are an integral part of Purchase Order execution.
58.        TECHNICAL INFORMATION: Drawings, specifications and details shall be the property of the
           OMPL and shall be returned by the Vendor on demand. The Vendor shall not make use of
           drawings and specifications for any purpose at any time save and except for the purpose of the
           OMPL. The Vendor shall not disclose the technical information furnished to or gained by the
           Vendor or by virtue of or as a result of the implementation of the Purchase Order to any person,
           firm or body or corporate authority and shall make all endeavors to ensure that the technical
           information is kept CONFIDENTIAL. The technical information imparted and supplied to the
           vendor by the OMPL shall at all times remain the absolute property of the OMPL.
59.        SERVICE OF VENDOR'S PERSONNEL: Upon three weeks advance notice, the Vendor shall
           depute the necessary personnel to site for supervision of erection and start up of the equipment
           and train OMPL personnel for the operation and maintenance of the equipment, if required by the
           OMPL. The terms and conditions for the services of the vendor's personnel shall be indicated in
           the quotation itself.
60.         CANCELLATION/TERMINATION: OMPL shall be at liberty to cancel the contract forthwith at
            any time under the following conditions.
      a.    If the successful tenderer shall commit a breach of any of the conditions stipulated contract and fail
                 to remedy such breach within four days of the receipt of the written notice from OMPL in this
                 regard.
      b.    Upon
            i.       The death or adjudication as insolvent of the successful tenderer, if he/she be an
                      individual.
           ii.       The liquidation, whether voluntary or passing of the effective resolution for winding up of
                      the successful tenderer if it be a company.
      c.    If any successful tenderer or any partner in the firm of the successful tenderer shall be convicted of
                 any criminal offence.
      d.    If a receiver is appointed of any property or assets of the successful tenderer.
      e.    If the successful tender deliberately contaminates or tempers with quality or product supplied by
                 OMPL.
      f.    OMPL will be at liberty to short close the contract work order without assigning any reason
                 whatsoever by giving a notice of l (One) month
            The OMPL right to cancel the contract under the terms, aforesaid shall be without prejudice to any
            of its other rights and remedies against the successful tenderer/bidder. In the event of OMPL
            cancelling the contract; it shall not be liable to pay for any loss or compensation in respect of such
            cancellation


Tender No. 1020C19002                                                                        Page 35 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       Upon receipt of the said cancellation notice, the Vendor shall discontinue all work on the Order
       and matters connected with it. OMPL in that event will be entitled to procure the requirement in
       the open market and recover the excess payment over the Vendor's agreed price, if any, from the
       Vendor's reserving to itself the right to forfeit the security deposit, if any made by the Vendor
       against the contract.

62     DELAYS DUE TO FORCE MAJEURE: If at any time during the continuance of the contract the
       performance in whole or part by either party of any obligation under the contract shall be
       prevented or delayed by reasons of war, hostility acts of public enemy, civil commotion, sabotage.
       Fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or acts of God
       (hereinafter referred to as events) then provided notice of the happenings of any such events if
       given by either party or the other within twenty one days from the date of occurrence thereof,
       neither party shall by reasons of such event, be entitled to terminate the contract nor shall either
       party have any claim for damage against whether in respect of such non-performance or delay in
       performance. Deliveries or acceptance of deliveries under the contract shall be resumed as soon as
       practicable after such event has come to an end or ceased to exist and the decision of the OMPL as
       to whether the deliveries or acceptance of deliveries have to be so resumed or not shall be final and
       conclusive provided further if the performance in whole or part or any obligation under the
       contract is prevented or delayed by reasons of any such event for period exceeding 90 days either
       party may at its option terminate the contract.
63     ARBITRATION: Except as otherwise provided elsewhere in the contract, if any dispute,
       difference, question or disagreement arises between the parties to the contract or their respective
       representatives or assignees, at any time, in connection with construction, meaning, operation,
       effect, interpretation of or out of the contract or breach thereof, the same shall be referred to
       Arbitration of a Sole Arbitrator appointed by the Director-In-Charge of OMPL.
        It is also agreed that there shall be no objection for appointment of an employee of OMPL as a
       Sole Arbitrator who also may or may not hold shares of OMPL. a) Appointment of Arbitrator shall
       be made within 30 days of the receipt of the arbitration notice. b) If the Arbitrator so appointed
       dies, resigns, becomes incapacitated or withdraws for any reason from the proceedings, it shall be
       lawful for the Managing Director of OMPL to appoint another person in his place in the same
       manner as aforesaid. Such person shall proceed with the reference from the stage where his
       predecessor had left if both parties consent for the same; otherwise, he shall precede de novo. c) It
       is a term of the contract that the party invoking arbitration shall specify all disputes to be referred
       to arbitration at the time of invocation of arbitration and not thereafter. d) It is also a term of the
       contract that neither party to the contract shall be entitled for any interest on the amount of the
       award. e) The arbitrator shall give reasoned award and the same shall be final, conclusive and
       binding on the parties. f) The venue of the arbitration shall be Mangalore, Karnataka, India. g) The
       fees of the arbitrator, costs and other expenses incidental to the arbitration proceedings shall be
       borne equally by the parties. h) Subject to as aforesaid, the provisions of the Arbitration and
       Conciliation Act, 1996 and any statutory modifications or re-enactment in lieu thereof shall apply
       to the arbitration proceedings under this clause.
64.    DIFFERENCE IN MEANINGS/TERMS: In case of any difference in meaning /understanding
       /contradictory terms or conditions in the documents, the stricter terms favoring OMPL will apply.
65.    JURISDICTION: The Vendor hereby agrees that the Courts situated in Mangalore alone shall
       have the Jurisdiction to hear and determine all actions and proceedings arising out of this contract.



Tender No. 1020C19002                                                                    Page 36 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




TERMS AND CONDITIONS APPLICABLE FOR CONTRACTS/SERVICES WHILE WORKINGS
INSIDE OMPL PROJECT SITE AND OFFICE

66.    TIME SCHEDULE/MOBILISATION/COMPLETION PERIOD: Monthly/weekly construction
       programmes will be drawn up by the Engineer-in-charge jointly with the Contractor based on
       demand/ availability of materials, work fronts etc. The Contractor shall scrupulously adhere to
       the targets/programmes by deploying adequate personnel, survey instruments, construction
       equipment, tools and tackles and also timely supply of required materials coming within his scope
       of supply as per contract. In all matters concerning the extent of targets set out in the
       monthly/weekly programme and the degree of achievements, the decision of Engineer-in-charge
       will be final and binding on the Contractor. Contractor shall give every day report on deployment
       of category-wise labour and equipment along with the progress of work done on previous day in
       the perform prescribed by the Engineer-in-Charge.

67.    UNDERGROUND AND OVERHEAD STRUCTURES :The Contractor will familiarise himself
       with and obtain information and details from the Owner in respect of all existing structures,
       overhead lines, existing pipelines and utilities existing at the job site before commencing work.
       The Contractor shall execute the work in such a manner that the said structures, utilities, pipelines
       etc are not disturbed or damaged and shall indemnify and keep indemnified the Owner from and
       against any destruction thereof or damages thereto.

68.    CO-ORDINATION WITH OTHER AGENCIES: The work shall be carried out in such manner
       that the work of other agencies operating at the site is not hampered due to any action of the
       Contractor. The Contractor will be responsible for ensuring proper co-ordination with other
       agencies. In the event of any dispute between the Contractor and any other agency employed at
       the job site arising out of or related to the performance of the work, the decision of the Engineer-in-
       charge shall be final and binding on the Contractor.
69.    LABOUR LAWS: The Contractor shall obtain necessary licence from the Licensing Authority
       under the Contract Labour (Regulation & Abolition) Act, 1970 and the Central Rules framed there
       under and produce the same to the Engineer-in-charge before start of work.
       The Contractor shall not undertake or execute or permit any other agency or sub-contractor to
       undertake or execute any work on the contractor's behalf through contract labour except under
       and in accordance with the licence issued in that behalf by the Licensing Officer or other authority
       prescribed under the Factories Act or the Contract labour (Regulation & Abolition) Act- 1970 or
       their applicable law rule or regulation if applicable.
       The provision of EPF & MP Act. 1952 and the Rules/Scheme there under shall be applicable to the
       Contractor and the employees engaged by him for the work. The Contractor shall furnish the code
       number allotted by the RPFC Authority, to the Engineer-in-Charge before commencing the work.
       The Contractor shall be exclusively responsible for any delay in commencing the work on account
       of delay in obtaining a license under clause 6.1 above or in obtaining the code number under
       Clause 6.3 above and the same shall not constitute a ground for extension of time for any purpose.
       The Contractor shall enforce the provisions of ESI Act and Scheme framed there under with regard
       to all his employees involved in the performance of the Contract and shall deduct employee's
       contribution from the wages of each of the employees and shall deposit the same together with
       employer's contribution of such total wages payable to the employees in the appropriate account.

70.    LABOUR RELATIONS: In case of labour unrest/labour dispute arising out of non-
       implementation of any law, the responsibility shall solely lie with the contractor and he shall
       remove/resolve the same satisfactorily at his cost and risk.



Tender No. 1020C19002                                                                    Page 37 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       The Contractor shall deploy only duly qualified and competent personnel for carrying out the
       various jobs as assigned by the Engineer-in-Charge from time to time. The workmen deployment
       by the contractor should also possess the necessary licence etc., if required under any law, rules
       and regulations. The Contractor shall ensure that local labour, skilled and/or unskilled, to the
       extent available shall be employed in this work. Special preference shall be given to persons
       and/or dependents of persons whose land has been acquired for the project work. In case of non-
       availability of suitable labour in any category out of the above persons, labour from outside may
       employed. The Contractor shall not recruit personnel of any category from among those who are
       already employed by the other agencies working at site but shall make maximum use of local
       labour available.

71.    CONTRACTOR'S LABOURERS TO LEAVE SITE ON COMPLETION OF THE WORK: The
       Contractor's labourers must leave the location of the project site/township after the work is
       tapered/completed to avoid creation of a Slum in the areas adjoining the project/township.

72.    TEMPORARY WORKS: All Temporary and ancillary works including enabling works connected
       with the work shall be responsibility of the Contractor and the price quoted by them for erection
       shall be deemed to have included the cost of such works, which shall be removed by the
       Contractor at his cost, immediately after completion of his work.

73.    MAKE OF EQUIPMENTS/COMPONENTS: Contractor shall procure and supply the items
       covered in their scope from the approved vendors. Wherever an item is specified or described by
       a particular brand name, manufacturer or vendor, the specific item mentioned shall be for
       establishing type, function and quality desired. Other manufacturer's products will be
       considered, provided sufficient information are furnished to the Employer to assess the products
       proposed as equivalent and acceptable. Contractor shall take prior approval from Engineer-in-
       Charge for procuring such items which are not covered under approved vendor list.
74.    QUALITY ASSURANCE SYSTEM.- As applicable The Contractor shall include in his offer the
       Quality Assurance Programme containing the overall quality management and procedures which
       is required to be adhered to during the execution of contract. After the award of the contract,
       detailed quality assurance programme to be followed for the execution of contract under various
       divisions of works will be mutually discussed and agreed to. The Contractor shall establish
       document and maintain an effective quality assurance system as outlined in recognised codes.
       Quality Assurance System plans/procedures of the Contractor shall be furnished in the form of a
       QA manual. This document should cover details of the personnel responsible for the quality
       assurance. , plans or procedures to be followed for quality control in respect of Design,
       Engineering, Procurement, Supply, Installation, Testing and Commissioning. The quality
       assurance system should indicate organizational approach for quality control and quality
       assurance of the construction activities at all stages of work at site as well as at manufacturer's
       works and despatch of materials.
       The Owner/or their representative shall reserve the right to inspect/witness review any or all
       stages of work at shop/site as deemed necessary for quality assurance.
       The Contractor has to ensure the deployment of quality Assurance and Quality control Engineer(S)
       depending upon the quantum of work. This QA/QC group shall be fully responsible to carry out
       the work as per standards and all code requirements. In case Engineer-in-Charge feels that
       contractor's QA/QC Engineer(S) are incompetent or insufficient contractor has to deploy other
       experienced Engineer(s) as per site requirement and to the full satisfaction of Engineer-In-Charge.
       In case contractor fails to follow the instructions of Engineer-in-charge with respect to above
       clauses, next payment due to him shall not be released unless and until he complies with the
       instructions to the full satisfaction of Engineer-in-charge.

Tender No. 1020C19002                                                                 Page 38 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




75.    TEST AND INSPECTION OF WORKS: The Contractor shall carry out the various tests as per
       direction of Engineer-in-Charge either on field or outside/laboratories concerning the execution of
       work and supply of the material by contractor. All the expenses shall be borne by the contractor
       and shall be considered as included in the rates quoted. The inspection shall be done by the
       following agencies:
       Representative deputed by Engineer-in-charge
       Representative deputed by Statutory Authority
       Contractor shall give prior notice sufficiently ahead of time to the Engineer-in-charge and also to
       the authorities to conduct inspection/to witness such tests.
       The work is subject to inspection at all times by the Engineer-in-Charge. The Contractor shall
       carry out all instructions given during inspection and shall ensure that the work is being carried
       out according to the technical specifications of this tender, the technical documents and the
       relevant codes of practice furnished to him during the performance of the work.
       The Contractor shall provide for purpose of inspection access ladders, lighting equipment for
       testing and necessary instruments etc. at his own cost including Low Voltage Lighting equipments
       for tray fixing and inspection work.
       Compressed air for carrying out works shall be arranged by the contractor at his own cost. Any
       work not conforming to the execution drawings, specifications or codes shall be rejected forthwith
       and the Contractor shall carryout the rectifications at his own cost.
       All results of inspection and tests will be recorded in the inspection reports, Performa of which
       will be approved by the Engineer-in-Charge. These reports shall form part of the completion
       documents.
       For materials supplied by Owner, contractor shall carryout the tests, if required by the Engineer-
       in-charge and the cost of such tests shall be reimbursed by the Owner at actual to the Contractor or
       production of documentary evidence.
       Inspection and acceptance of the work by the Engineer-in-charge shall not relieve the contractor
       from any of his responsibilities under this contract.
76.    LAND FOR RESIDENTIAL ACCOMMODATION: Contractor shall arrange land for residential
       accommodation for his staff and workers at his own cost and the quoted price shall be deemed to
       include the same.
77.    FUEL REQUIREMENT OF WORKERS/TRANSPORT: Contractor shall be responsible to arrange
       at his own cost for the fuel requirement of his workers and staff, cutting of trees etc. shall not be
       permitted for his purpose. To and fro from place of residence are also included in Price.
78.    REGISTRATION UNDER STATE GOVT. SALES TAX ACT/Service tax etc: Attested copy of
       certificate of registration under State Govt, sales Tax Act in the Performa prescribed by the State
       Govt. should accompany the tender. The registration under Sales Tax Act should be in the name
       of the FIRM/INDIVIDUAL quoting for the work. In the absence of the above registration, tender
       may not be awarded the work tendered for in the light of State Government directive/instruction.
       Tenderer shall undertake to register as per provision of statues.
79.    CONSTRUCTION EQUIPMENT: The Contractor shall without prejudice to his overall
       responsibility to execute and complete the work as per specifications and Time Schedule,
       progressively deploy adequate equipments and tools and tackles and augment the same as
       decided by the Engineer-in-Charge depending on the exigencies of the work so as to suit the
       construction schedule. The renderer shall submit a list of construction equipments he proposes to
       deploy for the subject work along with deployment schedule. No construction equipment shall be
       supplied by the Owner unless, otherwise specified. Tenderer to ensure deployment of suitable
       cranes/required equipment and take all safety precautions during execution of work


Tender No. 1020C19002                                                                   Page 39 of 98
       TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
              INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                 MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




80.        SITE ORGANISATION: The renderer shall submit the details of organisation proposed by him at
           site of work for the implementation of the works under the contract, together with bio-data of the
           key personnel. The contractor shall however without prejudice to his overall responsibility of
           execute and complete the works as per specifications and time schedule progressively deploy
           adequate qualified and experienced personnel together with skilled/unskilled manpower and
           augment the same as decided by Engineer-in- Charge depending on the exigencies of work to suit
           the construction schedule without any additional cost to owner.
81.        PROVIDENT FUND: The Contractor should strictly comply with the provision of the Employees
           Provident Fund Act. It is to be noted that the subject contract would be awarded only to those
           agencies who have fulfilled the following requirements:
           Obtained licence under Contract Labour (Abolition and Regulation) Act 1970
           P.F. Registration Number allotted to them by RPFC.
           The agencies should promptly deposit P.F. deduction of the eligible contract employees plus the
           employer's contribution to the RPF. For this purpose agency must submit a certificate in their Bill
           that PF amount has been deducted from the eligible employees and along with the employers
           contribution has been deposited with RPFC. In support of this the agency must furnish the
           challans/receipt for the payment made to RPFC for the earlier months.
           If the certificate and the challans/receipt referred to in clause 33.2 (c) above are not furnished, the
           Finance & Accounts Dept of Owner will deduct 16% (Sixteen Percent) of the amount of the
           Contractor's bill and retained deposits may only be refunded to the contractor on production of
           the Challans/receipt.
82.        ROYALTY: All royalties etc., as may be required for any Borrow Areas including right of way etc.
           To be arranged by Contractor shall be deemed to have been included in the quoted prices.
           Contractor's quoted rate should include the royalty on different applicable items as per the
           prevailing State Government rtes. In case, owner is able to obtain the exemption of Royalty from
           the State Government, the Contractor shall pass on the same to owner for all the items involving
           Royalty. Any increase in prevailing rate of Royalty shall be borne by the Contractor at no extra
           cost to the Owner. The contractor should indicate the rate of Royalty considered in their offer.
83.  PUTTING UP OF BUILDINGS ON PROJECT SITE-If applicable: The contractor shall put up
     temporary structures as required by him for his office fabrication shop and stores only on the area
     allocated to him on the Project Site. No tea stalls/canteens should be put up or allowed to be put
     up by contractor in plant area without written permission of the owner. No Person other than
     authorised watchman shall be allowed to stay in the plant area after completion of the day's work
     without prior written permission of the Engineer-in-charge.
STATUTORY REQUIREMENTS/ SAFETY REQUIREMENT AS APPLICABLE WHILE WORKING
INSIDE PROJECT SITE/OMPL OFFICE

84.        Contractor shall be responsible for the safety and health of all his employees.
85.        All Liabilities under IE rules 1956/labour laws, insurance on account of this contract for
           personnel/labour shall be done by the contractor. Engineer In-charge in co-ordination with P&A
           dept will be ensuring that all these statutory requirements pertaining to labour and safety is
           compiled by the Contractor during the execution of the said contract. Workmen employed by the
           contractor are required to comply with/maintain the following under contract labour (regulation
           and abolition) act and also make it available for the inspection by OMPL.
      a.   Workmen register
      b.   Attendance register
      c.   Wage register (payment to be made strictly as per minimum wages act)
      d.   Work commencement certificate from labour commissioner and labour license if required

Tender No. 1020C19002                                                                        Page 40 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




      e. Insurance cover towards temporary disablement and permanent disablement for the workmen
      f. PF Contribution -As per PF act the contractor has to obtain separate code for the PF of their
            employee from the PF commissioner. Details of payment of PF for the wages disbursed by the
            contractor to the workmen shall be submitted to OMPL periodically.
86.      The contractor should give an Undertaking that he has gone through all terms and conditions of
         OMPL General Conditions of Contract and all terms and conditions are agreeable to them.
87.      Contractor shall ensure strictly all Safety Precautions to be taken in a Project site. "Special safety
         precautions to be taken by the contractors working project site is to be taken from Engineer In
         charge.
88.      Contractor shall ensure that all workmen entering refinery premises are provided with valid photo
         gate passes and to be produced on demand by each workman.
89.      The Contractor shall submit the Bio-data of all the employees including the Supervisor to the
         Engineer-in-charge before taking up the job. Only those employees who's Bio-data are approved
         shall be allowed to work inside the Refinery Complex. The personnel engaged by the Contractor
         shall maintain good conduct and discipline commensurate with Industrial standard. If in the
         opinion of the Engineer-in-charge any of the personnel have not maintained good conduct and
         discipline, the Contractor shall remove such personnel immediately from OMPL premises and
         provide alternate personnel.
90.      The Contractor shall make his own transport arrangements/stay and food for their personnel
         during normal duties as well as extended duties and no company transport shall be provided to
         the Contractor.
91.      The Contractor shall make himself fully conversant with the locations and the type of job to be
         carried out.
92.      Housekeeping of the workplace shall be done strictly by the Contractor on daily basis or as
         required by the Engineer-in-charge. Contractor to collect all debris/ scrap and dump at designated
         Scrap Yard within the project site.
93.      The Contractor shall prepare plan for executions of jobs and get the same approved by the
         Engineer-in-charge. The Contractor shall submit progress report at specified intervals and shall be
         responsible to ensure the specified progress.
94.      The Contractor shall ensure that day's work planned by OMPL Engineer-in-charge is completed
         on the same day. In case of backlog, the Contractor to increase the manpower or equipment
         resources to ensure timely completion of the job.
95.      The Contractor shall ensure good workman-ship in all the jobs carried out. Any defects found in
         the completed jobs shall be rectified by the Contractor free of charge to the satisfaction of the
         Engineer-in-charge.
96.      If at any stage of the work, the progress of the Job is found unsatisfactory, OMPL reserves the right
         to carry out the remaining portion of the Job by hiring the services of the other agencies and charge
         the cost of such services to Contractor's account. In case of any disputes OMRPL's decision will be
         final & binding.
97.      The work to be carried out in a manner so as not to cause damage to the surroundings. Damage if
         caused during carrying out the Job has to be made good by the Contractor at no extra cost to
         OMPL.
98.      No Extra Bill or Claim for extra work or supply of material will be entertained unless undertaking
         of such extra work/supply of material has been authorized by OMPL in writing.

Tender No. 1020C19002                                                                     Page 41 of 98
       TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
              INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                 MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




99.     OMPL reserves the right to terminate the Contract without assigning any reason at any time
        during the validity of the Contract period.
100.    Monthly RA Bills shall be submitted to Accounts Dept. on any working day duly certified by the
        Engineer-in-charge after completion of work.
101.    OMPL reserves the right to award the job in full or in any combination of the items as felt
        convenient.

PROFORMA OF BANK GUARANTEE FOR SECURITY DEPOSIT/PERFORMANCE BOND

(To be executed ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

Ref: Bank Guarantee No ......................
                                                                         Date ..................
To:

M/s. ONGC Mangalore Petrochemicals Limited (OMPL),
Mangalore Special Economic Zone (MSEZ),
Permude, Mangaluru, Karnataka, India.

Dear Sir,
1      In consideration of ONGC Mangalore Petrochemicals Ltd., having its Registered Office
       at________________ (hereinafter referred to as the "Owner" which expression shall unless
       repugnant to the context or meaning thereof, include all its successors, administrators, executors)
       and having entered into a contract dated (hereinafter called the "Contract" which expression shall
       include all the amendments there to) with M/s. ...................................................... having its
       Head/Registered Office at......... ....................(hereinafter referred to as the "Owner" (which
       expression unless repugnant to the context or meaning thereof, shall include all its successors,
       administrators, executors and assigns) and the contract having been unequivocally accepted by the
       Contractor resulting in a contract bearing No___________ dated ............. valued at for
       ................................................ (Scope of work)....................... and the Owner having agreed
       that the Contractor shall furnish to then Owner a performance guarantee for the faithful
       performance of the entire contract including defect liability to the extent of ........% of the contract
       price, i.e. Rs (in
       Word) we (bank) having its Registered Office at...................................... (Herein after referred to as
       the "Bank" which expression shall unless repugnant to the context or meaning thereof, include all
       its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay
       on demand to the Owner any money or all moneys to the extent of Rs....... (Rupees
       ..........................................) aggregate at any time without any demur, reservation, recourse, contest
       or protest and/or without any reference to the Contractor. Any such demand made, by the Owner
       on the Bank shall be conclusive and binding notwithstanding any difference between the Owner
       and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other
       authority. We agree that Guarantee herein contained shall be irrevocable and shall continue to be
       enforceable till it is discharged by the Owner in writing.
2.     The Owner shall have the fullest liberty, without affecting in any way the liability of the Bank
       under his Guarantee from time to time, to extend the time for performance of the contract by the
       Contractor, or vary the terms of the Contract. The Owner shall have the fullest liberty without
       affecting this Guarantee to postpone, from time to time, the exercise of power vested in them or of



Tender No. 1020C19002                                                                              Page 42 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       any right which they might have against the Contractor and to exercise the same at any time in
       any manner and
       Either to enforce, or to forbear from enforcing, any covenants contained or implied in the contract
       between the Owner and the Contractor or any other course or remedy or security available to the
       Owner. The Bank shall not be released of its obligations under these presents by any exercise by
       the Owner of its liberty with reference to matters aforesaid or any of them or by reason of any
       other act or forbearance or other act or forbearance of other acts of Owner or any other indulgence
       shown by The Owner or by any other matter or thing whatsoever, which under law would, but for
       this provision, have the effect of relieving the Bank.
3.     The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee
       against the Bank as a principal debtor, in the first instance, without proceeding against the
       Contractor and notwithstanding any security or other guarantee that Owner may have in relation
       to the Contractor's liabilities.
4.     The Bank further agrees that the guarantee herein contained shall remain in full force during the
       period that is taken for the performance of the contract and it shall continue to be enforceable till
       all the dues of the Owner under or by virtue of this contract have been fully paid and claim
       satisfied or discharged or till the Owner discharges the Guarantee in writing.
5.     We further agree that as between us and Owner for the purpose of this Guarantee any notice given
       to us by the Owner and any amount claimed in such notice by the Owner that the money is
       payable by the Contractor and any amount claimed in such notice by the Owner shall be
       conclusive and binding on us notwithstanding any difference between the Owner and the
       Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority.
       We further agree that this Guarantee shall not be affected by any change in our Constitution or
       that of the Contractor or in the Constitution of the Owner. We also undertake not to revoke this
       Guarantee during its currency.
6.     Notwithstanding anything contained hereinabove, our liability under this Guarantee is limited to
       Rs ____________(Rupees ............................ ) in aggregate and it shall remain in full force up to
       and including sixty days after unless extended further, from time to time, for such period as may
       be instructed in writing by
       M/S....................................... on whose behalf this Guarantee has been given, in which case it
       shall remain in full force up to and including 90 days after extended date. Any claim under this
       Guarantee must be received by us before the expiry of the 90 days from ............................ or before
       the expiry of the 90 days from the extended date. If no such claim has been received by us within
       the sixty days after the said date/extended date, the Owner's right under this guarantee will cease.
       However, if such a claim has been received by us within and upto ninety days after the said
       date/extended date, all the Owner's rights under this Guarantee shall be valid and shall not cease
       until we have satisfied that claim. The bank doth hereby that Shri.................. (Designation)...........
       Who is authorized this Guarantee / Undertaking on behalf of the bank and to bind the bank
       thereby
       Dated this ......................Day of ...................2018
       WITNESS:
       (SIGNATURE)                                       (SIGNATURE)
       (NAME)                                         (NAME
       (OFFICIAL ADDRESS) (Designation with Bank Stamp)

       ___________________________ Attorney as per power of

       Attorney No.............................
       Dated: ...................................


Tender No. 1020C19002                                                                         Page 43 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       General Guidelines to Suppliers/ Service Providers for Energy Compatibility

       For Services PR/ Tender/ Contract:

       OMPL is focused on energy efficiency and in line with the same; all contractors providing services should
       preferably deploy energy efficient equipment such as energy efficient welding machines, LED/ CFL
       temporary lighting etc for execution of the work and contractors should prevent wastage, excessive
       consumption and misuse of Electricity, steam and water

       For PR/ Tender/ PO for procurement of appliances where BEE star ratings are available

       OMPL is focused on energy efficiency and in line with the same, for procurement of appliances such as Air-
       Conditioners and Refrigerators, where BEE star ratings are available, appliances of BEE 4-star rating and
       above will only be procured.

       For PR/ Tender for Procurement of new Pumps/ Motors etc

       OMPL is focused on energy efficiency and in line with the same; the loading criteria will be applied on all
       technically acceptable offers to ensure procurement of energy efficient equipment.

       However, this is not mandatory for one to one replacement, where identical pump/ motor may have to be
       procured for exact replacement of existing equipment.




Tender No. 1020C19002                                                                          Page 44 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                              Contractor Safety Management Guidelines


1. INTRODUCTION :
 ONGC Mangalore Petrochemicals Ltd (hereinafter defined as OMPL) has a well-defined Safety Policy
 and runs a comprehensive program for its implementation. The policy requires all OMPL Contractors to
 maintain similar, if not better SAFETY standards.

 This Guideline supplements and not supersedes other Contract's terms and conditions relative to
 SAFETY issues. All the items included in this document (SAFETY Guidelines for Contractors) are
 described in more detail in other OMPL Regulations, Guidelines, Procedures, Safe Work Practices and
 Policy Statements.

 Following the requirements in this Guideline does not guarantee compliance with all applicable legal
 and regulatory requirements. Compliance with the applicable requirements is the sole responsibility of
 the CONTRACTOR and cannot be assumed by the OMPL.

 CONTRACTOR, and CONTRACTOR employees, shall become familiar with these SAFETY Guidelines
 for Contractors prior to commencing work at OMPL premises.


2. SCOPE:
 These guidelines are applicable to all the contractors and their employees working in OMPL. This is also
 applicable to sub-contractors, suppliers & vendors. All the contractors are required to ensure that they
 and their employees comply with relevant safety requirements as mentioned in this Safety Policy
 depending on the nature of work. This policy is not a substitute to the statutory rules and regulations
 and also the prevailing OMPL Safety Requirements. This is to further reinforce the existing Safety
 Standards in Complex.

 The word "Contractor" for the purpose of these Safety Management Guidelines shall include an
 agent or Sub-contractors

 An updated version of any OMPL SAFETY documents and release of new OMPL SAFETY Management
 System, Guidelines, Procedures, Standards and Safe Work Practices shall automatically supersede any
 applicable clause(s) of this document (SAFETY Guidelines for Contractors).

 This document should be read in conjunction with following:
     General Conditions of contract (GCC)
     Special Conditions of Contract (SCC)
     Job specifications

3. GENERAL TERMS AND CONDITIONS:


   3.1 OMPL's Golden Safety Rules:-




Tender No. 1020C19002                                                                Page 45 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




   1. Follow all safety rules and regulations of the complex.
   2. Use of Basic Personal Protective Equipment (PPE) Safety Helmet, Safety Shoes and Goggles & Hand
       Gloves (while working) are mandatory in Plant area. Other PPEs (ear plug, safety belt, face shield,
       protective suit, etc.) shall be used as per requirement and Job Safety Analysis (JSA)
       recommendation.
   3. Carrying of Matche boxes Lighters & flame generating materials (without authorization via hot
       work permit) inside the complex are strictly prohibited.
   4. No use of mobile phone at the restricted plant area
   5. Smoking &alcohol consumption is strictly prohibited inside complex,
   6. Work inside permit area shall be executed with valid & appropriate work permit,
   7. Every person in plant area must follow Safety Rules / precautions applicable to the activity.
   8. Know how to do your job safely, if in doubt ask concern supervisor,
   9. Reporting all incidents including near miss incident (NMI) immediately.
   10. Intervening the Unsafe action and explaining the consequence and taking verbal agreement for
       doing it safe. And reporting the same to Safety Department.
   11. Reporting the unsafe condition and follow for taking the corrective action.
   12. 08 nos. of Assembly points are established in the complex for evacuation purpose. Know the nearest
       assembly point of your area.
   13. Always move to assembly point at upwind direction in case of gas leak.
   14. Know the location of Manual Call Point (MCP), Safety shower, fire extinguisher, nearest assembly
       point of your working area.
   15. While driving the vehicle seat belt is mandatory.



 3.2 OMPL'S GOLDEN SAFETY RULES FOR DRIVERS:-
   1. Speed limit in plant- 16 Km/hr.
   2. Consumption of alcohol and tobacco related protects are strictly prohibited.
   3. All vehicles going inside Process/Off-site area must have IS marked / CCOE marked spark
       arrestors at their exhaust.
   4. The driver shall wear the seat belt while the vehicle is in motion.
   5. No use of mobile phone at the restricted plant area & while driving the vehicle.
   6. Keep distance of 10 meter between vehicles.
   7. Use horn at blind curves.
   8. Vehicle checklist to be followed every day. (Tyre condition, air pressure, brakes, brake lights, horn,
       reverse horn, Oil, Water etc.).
   9. Keep copies of driving license, Registration Certificate (RC) of the vehicle,, Valid Insurance papers
       , valid Pollution Under Control Check (PUC).
   10. Get defensive driving training and refreshment training from OMPL Safety Department.
   11. Every year eye check-up is must for driver above 40 years of age.


 3.3 OMPL REPRESENTATIVE

 Unless clearly specified, the OMPL representative hereinafter defined is the Engineer In Charge of the
 Contract.

 3.4 CONTRACTOR REPRESENTATIVE

 CONTRACTOR's Field Representative shall meet with the OMPL Representative prior to the start of the

Tender No. 1020C19002                                                                 Page 46 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




 work to review job requirements, OMPL Rules and Safety Regulations and to establish a work schedule.
 CONTRACTOR shall not commence work until authorized to do so by the OMPL Representative.

 3.5 RESPONSIBILITY FOR INFORMING SUBCONTRACTORS

 CONTRACTOR is responsible for informing CONTRACTOR's employees and Subcontractors of the
 requirements in these guidelines and all specific instructions pertinent to the work.

 3.6 WORK STOPPAGE

 The Engineer In Charge or his representative, designated SAFETY personnel / coordinator or a any
 OMPL personnel in the OMPL premises may stop CONTRACTOR's work which is considered
 hazardous (violates OMPL, or other standards).

 3.7 CAMERAS

 Photography is prohibited in all OMPL controlled areas unless authorized. CONTRACTOR shall obtain
 prior authorization from OMPL Representative.

 Appropriate Work Permit shall be obtained from OMPL employee (directly involved in the job).

 3.8 HOUSEKEEPING AND HYGIENE

 During the performance of the work, CONTRACTOR shall keep a reasonable degree of order by regular
 disposal of accumulated rubbish and excess material. Such disposal of accumulated rubbish, excess
 material, all wastes (Solid, E- waste, etc) generated by the CONTRACTOR shall be in line with the
 OMPL environmental procedure. At the completion of the work, CONTRACTOR shall clear the site of
 all debris, leftover, tools, consumable supplies, and materials.

 3.9 DAMAGE TO OMPL EQUIPMENT OR PROPERTY

 CONTRACTOR shall promptly notify the OMPL Representative, as per OMPL Incident Reporting &
 Investigation Procedure, in the event CONTRACTOR damages OMPL equipment or property.

 3.10 CONTRACTOR'S EQUIPMENT / MATERIALS
 CONTRACTOR's engine driven equipment shall be equipped with PESO approved type of spark
 arrestor and wiring in good operating condition before it can enter the plant area and other OMPL
 premises. Operation of engine driven equipment must comply with OMPL Rules and Regulations.

 All Electrical equipment must be checked and cleared by OMPL Electrical Representative for using in
 the OMPL Complex. Clearance certificate to be pasted on the checked equipment for allowing in the
 plant area, all clearance is valid for six months.


 3.11 THIRD PARTY `TEST CERTIFICATE'
 CONTRACTOR shall secure Factories Department approved Third Party `Test Certificate' (before using
 any) of the following CONTRACTOR's equipment / equipment accessories and also cert

 Lifting appliances (crane, boom truck, truck, jig lift, forklift, pulley, D Shackle etc.)



Tender No. 1020C19002                                                                        Page 47 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




 Safety valves on mobile equipment, e.g. air compressor, hydro test machine, vacuum truck etc.

 Cargo tank of tank vehicles, e.g. fuel tanker, vacuum tank or pressurized tank, etc.

 All pressure vessels, e.g. compressor's air receiver, SMPV, etc.
 And also produce test certificate once in year for all lifting appliance, valve vacuum tank, pressure
 vessel, & once in six month for lift, Hoist, man basket.


 3.12 FORKLIFTS, INDUSTRIAL TRUCKS AND CRANES

 Only persons holding appropriate Driving License may operate forklifts, industrial trucks and cranes.
 Personnel are not permitted to ride on forklifts, industrial trucks and cranes.


 3.13 STORING FUEL AND REFUELING ON OMPL PREMISES

 CONTRACTOR should not store fuel for refueling (vehicles & equipment) inside OMPL premises
 without OMPL Representative Approval.

 CONTRACTOR should not transport fuel on vehicles or containers not approved for that purpose.



4. ADMISSION TO OMPL PREMISES:

 4.1 ENTRY IN AROMATIC COMPLEX or OMPL PREMISES

 CONTRACTOR shall allow only its employees, Subcontractors, and suppliers directly connected with
 the work, to enter OMPL premises only after necessary Safety induction is carried out and endorsed.

 Safety induction training followed by verification of medical fitness (for critical jobs like height work,
 confined space, Operator, etc.,) by OMPL Occupation Health Center Doctor and giving clearance for
 entry inside the plant.

                                Safety Induction training at training Centre



                            Effectiveness of training check-up, if awareness is
                                      less training will be repeated.



                          Verification of medical fitness by OMPL Occupation
                           Health Center Doctor. (for critical jobs like height
                                  work, confined space, Operator, etc.,)




Tender No. 1020C19002                                                                   Page 48 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




                             Clearances from Safety Department in the gate pass
                                             application form




 4.2. VEHICLES AND PARKING

 CONTRACTOR shall furnish transportation for all of CONTRACTOR's employees from the designated
 entry gate to the job site and return. The OMPL Representative will designate the routes and parking
 areas to be used by CONTRACTOR's vehicles in OMPL premises. CONTRACTOR shall observe all of
 the OMPL's traffic regulations at all times while in the complex and other OMPL premises.

 All CONTRACTORS owned, rented, or leased vehicles or equipment (i.e. air compressors, generators,
 welding equipment, fork lifts, cranes, etc.) entering the OMPL premises shall be properly identified and
 has a valid Safety clearance and Gate Pass. Only vehicles required for execution of work are allowed in
 the OMPL premises; all other vehicles shall be parked outside the Complex or OMPL restricted
 premises.

 The vehicle should have PESO approved spark arrestor, Mini foam fire Extinguisher, First aid box &
 reverse horn is compulsory to allow inside the complex.


5.    SAFETY, HEALTH AND ENVIRONMENTAL PROGRAM :


 Besides meeting OMPL and other regulatory SAFETY provisions, CONTRACTORS must have a written
 SAFETY Program and which shall be approved by SAFETY Department. The actual program that shall
 be developed will depend on variables such as size of the firm, size of the project, nature of activities and
 the location.

 The CONTRACTOR Management shall commit resources and all necessary support to ensure the
 program is implemented to the satisfaction of the OMPL. CONTRACTOR shall ensure adherence to all
 laws, rules, regulation, and notification of various government departments pertaining to safety, health
 and environment.
 Since OMPL is in process of obtaining OHSAS 18001 certification the Contractor shall assist OMPL and
 do all things required by OMPL to ensure that OMPL fulfills requirements of OHSAS. All contractors
 have to send their Employees for OHSAS awareness training at OMPL training center.


 5.1 PLANT SAFETY ORGANIZATION AND RESPONSIBILITIES

 The CONTRACTOR'S SAFETY program should establish responsibilities for it's managers, engineers,
 supervisors, safety representatives, and the employees.

 The CONTRACTOR'S SAFETY program should also include site SAFETY organization with respect to
 the overall site organogram. The CONTRACTOR's employee in-charge of SAFETY should be among the
 top in the organogram and should have authority over other activities. There should be at least one
 dedicated qualified and experienced CONTRACTOR's SAFETY Engineer or Supervisor exclusively

Tender No. 1020C19002                                                                    Page 49 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




 responsible for SAFETY implementation / Co-ordination. He shall be free from any other responsibility
 and no compensation will be made by the OMPL for the deputation of CONTRACTOR's Safety Staff.
 Depending upon the nature and size of the job, minimum strength of the CONTRACTOR's SAFETY
 personnel shall be as indicated in the table below.
 The number of employees mentioned below represents the maximum number of CONTRACTOR
 employees estimated to be engaged at the Plant on any day by the CONTRACTOR and their
 Subcontractor. In case of block shutdown or turnaround when the CONTRACTOR is required to bring
 in additional manpower, the number of CONTRACTOR Safety Personnel shall be increased as per
 below table.


        Employee Strength (including sub-        Minimum Strength of Safety Staff
        contractor)
                                                 One contractor employee/personnel        (Engr./ Supvr.)
        Max. No. of employees 30
                                                 with safety experience can function on part time basis.
        No. of employees : 30 - 100              One Safety Supervisor on full time responsibility.
                                                 One Safety Officer/ Engineer on full time
        No. of employees : 101 - 250             responsibility + One Safety Supervisor on full time
                                                 responsibility.
                                                 Two Safety Officer / Safety Engineer on full time
        No. of employees : 251 - 500             responsibility + Two Safety Supervisor on full time
                                                 responsibility.
                                                 One Safety Officer /Safety Engineer + One Safety
        No. of employees : > 500
                                                 Supervisor (for each 250 employees) on full time
                                                 responsibility.


 The number of employees mentioned above represents the maximum number of CONTRACTOR
 employees estimated to be engaged at the site on any day by the CONTRACTOR and their
 Subcontractor. In case of block shutdown or turnaround when the CONTRACTOR is required to bring
 in additional manpower, the number of CONTRACTOR Safety Personnel shall be increased as per above
 table.

 CONTRACTOR's SAFETY Personnel shall possess the requisite qualification and experience as given
 below:

 Safety Engineer/ Officer:-

 The qualifications shall be such as prescribed by Factories Acts/ Rules.

 Safety Supervisor:-

 Shall be a diploma holder in Engineering or Science graduate having five (5) years' experience in
 handling construction or maintenance projects in Oil Refinery or Petrochemical Plant, with at least three
 (3) years' experience in similar capacity of Safety Supervisor. He must be able to speak, read and write
 English well & must know fluent speak in Kannada.

 Curriculum Vitae of CONTRACTOR'S SAFETY personnel along with copies of all certificates shall be
 submitted for OMPL'S review and approval as per format in Annexure -5 before posting at OMPL site.
 The OMPL reserves the right to evaluate the candidate based on review of CV and verification of
 original certificates and/or personal interview. .

Tender No. 1020C19002                                                                 Page 50 of 98
       TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
              INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                 MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




 5.2     SAFETY ORIENTATION

 New CONTRACTOR's Key personnel (i.e. supervisors, engineers and Managers) shall receive induction
 training from OMPL SAFETY Department, as per applicable SAFETY Training Performance Standard. In
 turn, these trained Contractor's key personnel shall conduct orientation to their respective employees
 prior to job site mobilization / beginning work on the project. Such orientation should include
 provisions of the written SAFETY program and procedures applicable to the CONTRACTOR's scope of
 work, and also should include the following:

 Initial Safety induction video will be shown to all the Contractor Employees and job oriented training to
 be arranged by the Contractor Management team, refresher of the induction training to be done at every
 6 months.

        Clarification of the SAFETY responsibilities for contractor, subcontractor, employee and all
         construction site personnel.

        Clarification of SAFETY expectations of the employee.

        SAFETY rules within OMPL and that for any owner /client rules.

        The location (and proper use) of first aid facilities

        The procedure / responsibilities on Incident reporting for personal injuries, occupational illnesses,
         fire incidents, property damage incidents, environmental incidents, traffic incidents and near-
         miss incidents.

        Toolbox meeting schedule, agenda and attendance mandatory requirement.

        The mandatory use of Personal Protective Equipment on various specific activities

        Prompt reporting of unsafe acts or conditions

        Overview of OMPL's emergency response plans and the CONTRACTOR employees action in case
         of an emergency/drill

        Waste Handling and Disposal

 5.3     CONTRACTOR'S SAFETY MEETINGS AND TRAINING

 CONTRACTOR shall hold at least Monthly SAFETY meeting (Mass Tool Box Talk) that will be chaired
 by the Site Manager and attended by at least 10% of representatives for each level of CONTRACTOR
 employees. The meeting agenda should include SAFETY records and activities, statistics, incidents,
 personal protective equipment and other employees' concern on safety at work. Minutes of meeting
 shall be prepared and issued to OMPL Representative and copied to OMPL Fire & Safety Dept. In the
 meeting one of the Safe Employee selected by the Contractor Management to be facilitated and others to
 be motivated to do the Safe work.


Tender No. 1020C19002                                                                    Page 51 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




 CONTRACTOR Management responsibilities include establishing practices and procedure and ensuring
 that each CONTRACTOR's employee is trained regarding work hazards and the methods by which
 these hazards can be controlled. CONTRACTOR shall carry out all necessary training of its' employees
 at its' own time and cost.

 On some SAFETY subjects, safety talks and toolbox meetings are the primary source of SAFETY training
 for employees. CONTRACTOR should conduct the meeting daily, before work begins for the day or
 shift.

 In addition to the safety talks, CONTRACTOR should conduct periodical SAFETY Training of all
 employees. The training program shall at least meet the requirements of OMPL SAFETY Training
 Matrix. The CONTRACTOR should keep register for the employee's record for training.

5.4    SAFETY COMMUNICATION AND COORDINATION

 CONTRACTOR's Site Manager and Safety Engineer shall attend OMPL periodical meetings as required
 by OMPL Representative or SAFETY Department. For all practical purposes, it should be the
 responsibility of the CONTRACTOR to have all its Subcontractors, etc informed and involved in various
 SAFETY communication and coordination activities.


5.5   SAFETY INSPECTION / AUDIT

 Formal and informal SAFETY inspection/audit will be conducted with/without notice by OMPL.
 CONTRACTOR should fully participate in these audits and correct deficiencies identified during the
 inspection/audit. CONTRACTOR is required to make SAFETY documents and records available to
 OMPL Representative upon request. These include, but are not limited to work procedures, training
 records, performance records, environmental records, licenses, permits, registrations and compliance
 plans.

       a) CONTRACTOR's Job Managers (Site Engineer / Manager) should make a safety inspection of
          the work area at least once a week using an inspection guide.
       b) All CONTRACTOR'S Safety Personnel, including designated Safety Representatives, should
          make daily inspection of the work area. The inspection should be routine, planned, and
          designed to include communications with specific people in the work place, and not just a
          visual site visit.
       c) CONTRACTOR'S Job Supervisors also should make daily inspection of their work areas for the
          specific purpose of correcting unsafe acts or hazardous conditions.

       d) Contractor also conduct HSE audit once in six months.

       CONTRACTOR's regularly planned inspection should go beyond routine visual site checks. The
       result of these inspections/audits should be used for setting goals for future improvements. A
       written Inspection report shall be prepared and distributed to OMPL Representative.

       These CONTRACTOR's inspections and audits should make use of detailed checklists, developed
       for each item such as electrical facilities, lock-out systems, scaffolding, industrial hygiene,

Tender No. 1020C19002                                                              Page 52 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       occupational health, waste management, releases and emissions, fire prevention, personal
       protective equipment, training, hazardous material handling, housekeeping, hand and power
       tools, maintenance practices and machine or equipment guarding. There should be effective
       systems for monitoring the progress on action plan that was developed based on the inspections /
       audits.


5.6   RECORDKEEPING AND DOCUMENTATION
             Records are required to support activities of Contractor SAFETY programs for both control
             and audit purposes. Records that shall be maintained and retained within the contract
             duration at the job site should include the following:
             (a) First aid log of all first aid cases reported and treated, showing date, name of injured, job
                 nature of injury and type of treatment given.
             (b) All incident investigation report (i.e. injury, illness, traffic, property damage,
                 environmental incident and as well as Near Miss Incidents).
             (c) SAFETY meetings or toolbox meeting records or minutes showing date of meeting, who
                 attended, the subjects discussed and who conducted the meeting.
             (d) Job site inspection / audit reports and status of the action plans.
             (e) Records to show dates, name of participants and subject of training programs.
             (f) Lifting Tackles and crane or equipment inspection records, 3rd party certificate.
             (g) Infringement Reports and traffic violations



6.     SAFETY RULES AND PROCEDURES ;


       6.1   AGE LIMIT FOR WORKING INSIDE COMPLEX
             Personnel / workmen (age 18 years & above) deployed at site should be physically /
             medically fit.

       6.2   SMOKING AND CARRYING OF MATCHES / LIGHTERS
             Smoking is prohibited in all OMPL Areas. Carrying of matches and lighters into facilities is
             prohibited. Violators will be refused entry into the Restricted Area and shall be dealt
             administratively as violation. CONTRACTOR shall be responsible for strict adherence to
             these Regulations by CONTRACTOR's employees or the employees of CONTRACTOR's
             Subcontractors.

       6.3   BATTERY OPERATED AND ELECTRICAL ITEMS

             Non-intrinsically safe battery operated items e.g. flashlights, mobile phone, pagers, personal
             monitors, etc. are not permitted inside the plant Area.
             Electrically operated tools & equipment should be suitable for use as per the area
             classification. Refer to relevant SAFETY documents such as Hand and Portable Power Tools
             Safe Work Practices, Work Permit System, Fire Prevention and Electrical Safety.


Tender No. 1020C19002                                                                    Page 53 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




               All Electrical items to be inspected by the OMPL Electrical representative and certified by
               putting the sticker on it valid for 3 months after that re-inspection to be done. All Electrical
               equipment to be allowed inside the Plant area after getting the Permit only.

               The contractor shall provide and maintain all lights, guards, fencing, warning sign, caution
               boards, other safety measures and provide for vigilance as and where necessary or as
               required by the Engineer-In-Charge or by any duly constituted authority for the protection
               of workers or for the safety of others. The caution boards shall also have appropriate
               symbols visible during night also. - Adequate lighting facilities, including emergency
               lighting, such as floodlights, hand lights and area lighting shall be provided along with
               ELCBs by the contractor at the site of work with isolation switch known to all at site with
               proper display, storage area of materials and equipment and temporary access roads within
               his working area. The contractor shall obtain written approval of the Engineer-In-Charge to
               the lighting scheme and place of tapping prior to its installation. ELCB as to be checked once
               in 15 days & before start of work.



      6.4      PERSONAL PROTECTIVE EQUIPMENT (PPE)

            CONTRACTOR shall be responsible in providing CONTRACTOR employees the appropriate
            Personal Protective Equipments (PPEs). CONTRACTOR employees should be trained in the
            proper use and maintenance of PPE.
     (a) CONTRACTOR shall provide CONTRACTOR's employees with the mandatory personal
         protective equipment and the personal protective / safety equipment as specified in the work
         permit. The contractor shall also provide additional PPE, if instructed for safe execution of the
         job. This will include respiratory equipment with the fit-test requirement and personal gas
         monitor.

            The mandatory PPE shall be periodically replaced with new ones, as deemed necessary.
      (b) CONTRACTOR's PPE and other safety equipment shall conform to OMPL Specifications
          attached as Annexure-1 and sample shall be approved by OMPL before procurement. Sufficient
          stock of mandatory PPE shall be kept and maintained at site.

      (c) CONTRACTOR's Supervisor shall ensure that PPE are correctly used and maintained in good
          condition.
      (d) CONTRACTOR shall strictly enforce all relevant requirements in compliance to OMPL PPE
          Management System.


      (e) CONTRACTOR employees and employees of Subcontractors shall wear safety helmet and
          coverall of the same color with logo/emblem of the main CONTRACTOR.


      (f) MANDATORY FOR THE CONTRACTOR EMPLOYEES WHILE WORKING INSIDE
          COMPLEX :
           1. Safety Helmet.



Tender No. 1020C19002                                                                     Page 54 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




           2. Safety shoes (Conforming to IS standards with ankle protection, steel toe and anti-      skid /
              acid, alkali and water proof soles).
           3. Hand gloves (Leather impregnated cotton hand gloves).
           4. Spectacle type goggles with toughened glass lenses, plain face shields with and       without
              chin guards.
           5. Other applicable PPEs as per job profile and risk involved.
 The contractor must use the "IS/ EN" marked Personal Protective Equipments specific to the job. It is
 mandatory to have minimum backup stock of all the PPEs in addition to what is already in use at site.

6.4    FIRE FIGHTING EQUIPMENT

       CONTRACTORS shall furnish all portable fire extinguishers and safety equipment required at
       construction sites during construction. The fire extinguishers shall be certified by OMPL Fire &
       Safety dept and proper tag / sticker shall be provided by the CONTRACTOR.


       CONTRACTORS shall not use, alter, or move OMPL firefighting equipment. Firefighting
       equipment shall be accessible at all times. In the event of a fire, CONTRACTOR shall move
       CONTRACTOR's employees away from the vicinity of the fire and out of the way of firefighting
       activities in an orderly manner.

6.5    SCAFFOLDING AND LADDERS

       All scaffolds shall be erected by competent and qualified personnel and shall conform to
       requirements of OMPL Guidelines and Safe Work Practices for scaffolds and ladders. These
       requirements include the mandatory inspection, tagging, approval, and certification of erected
       scaffold before use.

       CONTRACTOR's scaffold material samples shall be approved by OMPL prior to procurement.

       Scaffolding should be regularly inspected by competent person & provide tag.

6.6    USE OF RADIOACTIVE MATERIAL

       Only authorized personnel holding valid `Radiation Work Permit License' issued by Atomic
       Energy Regulatory Board (AERB) shall handle radioactive material.

       CONTRACTOR shall comply with all SAFETY precautions and requirements as specified in
       relevant clauses of OMPL Procedures and Guidelines.

       CONTRACTOR shall ensure that the following basic rules are strictly enforced:
       a) The ionizing radiation source shall not be left unattended.
       b) Radiation film badge Dose Meter shall be used.
       c) The exposure area shall be clearly identified, barricaded by rope or other effective means and
          radiation warning signs posted.
       d) CONTRACTOR shall coordinate with OMPL Inspection Instrumentation Representative to
          ensure that, the Dose Rate at the barricade does not exceed 0.25 milirems per hour.


Tender No. 1020C19002                                                                  Page 55 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       e) CONTRACTOR shall ensure availability of radiation meter at work site of radiography

       f) CONTRACTOR shall give 12 hours prior notice to Engineer In Charge Inspection & Corrosion
           Instrumentation before starting any radiography work inside OMPL.

6.7    COMPRESSED GAS CYLINDERS

       CONTRACTOR shall comply with the OMPL requirements for storing, handling and using
       of compressed gas cylinders.

       Cylinder which is approved by Chief Controller Of Explosive (CCOE) is only allowed to use in
       OMPL complex.

       Required Safety precaution as per Gas cylinder rule to be adopted and clearance to be obtained
       from Safety Department.


6.8    ROAD CLOSURES

       No roads shall be barricaded or blocked in any way without written approval (Permit) from the
       OMPL's representative. Use of a flag man is required to direct traffic around congested areas. Road
       workers and workers on roadsides shall wear reflective orange color coverall or jacket.

       Barricades, temporary walkways, signs, etc. should be provided for the safety of pedestrians and
       roadside facilities. Barriers shall be equipped with reflectors or lights so that it is readily
       discernable at night.

6.9    VEHICLE / EQUIPMENT SAFETY CERTIFICATE

       All vehicles and engine driven equipment entering OMPL premises require a `Safety Clearance' as
       such, CONTRACTOR should meet the following general requirements:

       (a) CONTRACTOR'S Vehicle or mobile equipment shall be in good condition and meet the
           requirements of `Vehicle and Equipment Safety'. The number of vehicles/ mobile equipment
           shall be kept to the minimum essential for the site personnel and work requirements.

       (b) CONTRACTOR'S vehicle or equipment shall be provided with the right type and size of fire
           extinguisher certified by OMPL Fire & Safety dept.

       (c) An approved type (PESO) of spark arrestor shall be fixed to the exhaust of equipment and
           vehicles entering hazardous area. Pool cars or buses shall not be allowed to enter hazardous
           area. Mobile equipment, lifting appliances and vehicles to load or unload material shall only be
           allowed with work permit and prior authorization.

       (d) In addition, CONTRACTOR'S lifting equipment shall have a valid load test certificate from a
           Factories Department approved third party. Safety valves on mobile equipment shall also be
           third party certified.


       (e) Reverse horn to be ensured for the vehicle and all other Motor vehicle requirement to be full
           filled.

Tender No. 1020C19002                                                                  Page 56 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




      6.10   SAFETY BOARDS AND SIGNS

             CONTRACTOR should provide/install proper and appropriate SAFETY Boards and Signs
             in their jobsites, yards, workshops, site offices, temporary facilities, roads, transport buses,
             etc. as per OMPL Guidelines for SAFETY Boards and Signs.

      6.11   WELDING AND CUTTING

             CONTRACTOR should obtain a Hot Work Permit prior to any welding works in OMPL
             premises and all requirements pertaining to hot work shall be strictly enforced. Only OMPL
             approved type of Welding Blanket shall be used.

             When welding work is carried out in a workshop or any similar location classified as a
             permit free area, which is approved by OMPL Safety, a work permit is not required but the
             work shall be adequately supervised. The work area shall at all times be kept clean of
             combustible and flammable material.

       6.12. APPLICABILITY OF OMPL SAFETY MANAGEMENT SYSTEM AND PROCEDURES
              NOT LIMITED TO:-

In addition to be above the CONTRACTOR shall follow the OMPL Safety Management System, Fire &
Safety Manual, Permit To Work System, Other procedures as and when applicable.


7.    WORK PERMITS :


      As a general principle, no work in the OMPL Areas can be carried out unless authorized by
      appropriate work permit, except those specified in the OMPL Guidelines and Procedures for Work
      Permit System. The nature of work may also require additional authorization, such as Confined
      Space Entry Authorization, Excavation Authorization etc.

      CONTRACTOR shall obtain appropriate written work permit (and additional authorization if
      required) through its OMPL Representative before starting any work and an approved copy of the
      permit must be posted at the job site.

      CONTRACTOR shall arrange with OMPL representative on the approval requirements for `Work
      Permit Authorization', and other essential authorization, where the Class room training and
      necessary test requirements are conducted.

       CONTRACTOR shall arrange SOP along with Job Safety Analysis to be submitted at least 15 days
       in advance before starting of any activity. Prior information of high risk jobs as planned shall be
       informed with short details of the work, job safety analysis report to the Engineer Incharge at least
       48 hours before starting of such jobs. Tool Box Talk to be conducted at plant elaborating the hazard
       and preventive measure to control risk before starting the job and record to be attached with
       permit


Tender No. 1020C19002                                                                   Page 57 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




8.     EMERGENCY RESPONSE AND INCIDENT REPORTING :


8.1    EMERGENCY REPONSE

       CONTRACTOR shall ensure that Contractor employees clearly understand their responsibility for
       an appropriate emergency response as per the OMPL On Site Emergency Management Plan
       through awareness / refresher training and Safety Talks.

       In the event of a fire, CONTRACTOR shall move CONTRACTOR's employees away from the
       vicinity of the fire and out of the way of firefighting activities in an orderly manner.


8.2    EMERGENCY (ALARMS)

       There are various alarm tones to indicate emergency situation in the OMPL, as tabulated below.
       Proceed upwind, or crosswind if release is upwind of your location, as indicated by wind
       socks/steam plumes. If in a building, shut down ventilation system. Proceed to the appropriate
       emergency `assembly area' by the evacuation route as indicated.


       Category                         Description                Communication
                              Localized Plant Emergency:
                              No site emergency services
            Level 0                                             No siren / Only local hooter
                               required , Only plant level
                                   response required
            Level 1                Minor Emergency                Wailing siren (2 Minutes)
                              Major Emergency: Full Site        Wailing siren (2 Minutes) will
            Level 2
                             emergency services required     blown three times in 1 minute gap.
                             Disaster: Full Site emergency   Wailing siren(2 Minutes) will blown
                              Services Plus Mutual Aid           three times in 1 minute gap
            Level 3                                            community members will be
                              required and community
                                                                          informed
                              members will be informed
                              Straight run siren for two
            All clear                                            Continuous siren(2 minutes)
                                        minutes.
            Testing            Every Friday @ 13:00 Hrs.         Continuous siren(2 minutes)


8.3    PERSONAL INJURIES

       CONTRACTOR shall be responsible and pay for the cost of all necessary first aid, ambulance, and
       hospital services in case of accident or injury to CONTRACTOR's employees. All injuries sustained
       by the employees of CONTRACTOR while on OMPL premises shall be reported immediately to
       the OMPL representative & Sent to OHC for first aid or further treatment as guided by doctor.

8.4    INCIDENT REPORTING & INVESTIGATION PROCEDURE.

       CONTRACTOR should meet their responsibilities as per the OMPL Incident Reporting and
       Investigation Procedure. Such incident shall include near miss, personnel injury, occupational

Tender No. 1020C19002                                                               Page 58 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




       illness, and release and spill of pollutants.


9.     SAFETY REPORTS & RECORD REQUIREMENTS:


       The CONTRACTOR shall prepare and submit the monthly safety reports in prescribe format given
       as Annexure 2 to Fire & Safety Department within the first two working days of the following
       month


10.    COMPLIANCE WITH STATUTORY REQUIREMENT :
         · Consultants, contractors or other third parties working in the field shall abide by.
         · The safety regulations for working in areas of the work as defined in scope of work.
         · All requirements under The Factories Act 1948 and the rules framed there-under in the
                 Karnataka Factories Rules, as applicable.
         · Applicable Environment Regulations in force and also the systems and procedures in
                 Karnataka/ state of work.
         · OISD Guidelines 207 and other OISD standards / guidelines and Indian Standards.
         Contractor shall follow complete Health, Safety and Environmental (HSE) Policy & Procedure of
         OMPL.


11.    SAFETY INFRINGEMENT AND PENALTY SCHEME:

       All CONTRACTORS and CONTRACTOR employees working in OMPL areas shall comply with
       the OMPL SAFETY Procedures, Guidelines and Safe Work Practices. Violation of these OMPL
       Procedures / Guidelines / Safe Work Practices shall be dealt according to penalty system for
       CONTRACTORS. As follows

       PENALTY STAGES

       VIOLATIO
       N              FIRST             SECOND          THIRD          FOURTH




       MINOR          Caution           Penalty         Penalty Rs.
                      Notice            Rs. 500/-      1000/- *        Multiplied



       MAJOR          Penalty Rs.       Penalty         Penalty
                    1000/-*             Rs. 2000/- *    Rs. 5000/- *   Multiplied



       Note: - The penalties may be revised from time to time by OMPL management.




Tender No. 1020C19002                                                               Page 59 of 98
    TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
           INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
              MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




    If violation results in Lost Time Accident a Penalty of 3 % of Contract Value subject to 1, 00,000 (
    Rupees- One Lakhs) max.
    If violation results in fatal case a Penalty of 10 % of Contract Value subject to
    10, 00,000 (Rupees- One Lakhs) max.

     The OMPL reserves the right to impose more severe penalty, i.e. Suspend/terminate the
     Contract in case of repeated major violation.
      OMPL employee is authorized to charge the infringement note to contractor for any violation
      observed at site in prescribe format ( Annexure- 3) with the copy to Safety dept. Any disagreement
      is there, OMPL Engineering In charge shall be the final authority to decide whether an
      infringement is minor or major for violations which are not listed in the penalty system. Fire &
      Safety Department is authorized to issue infringement report to the OMPL representative. The
      Engineer in Charge of the Contract shall take necessary action and provide feedback to Fire &
      Safety Department.

       (a)   Minor Violation (Examples)
             · Not wearing Personal Protective Equipment (PPE) at work site.
             · Blocking of emergency equipment or exits.
             · Using unapproved scaffolding.
             · Not keeping proper housekeeping
             · Not providing shoring for the excavations.
             · Over speeding
             · Ignoring safety Signage's.
             · Using Grinding Machine without wheel guard.
             · Tapping Electrical connection without ELCB in place in whole system.
             · Using Damaged Welding Cable, faulty joints in the cable & without three pin plug cable.
             · Non-use of Flash back Arrestor in oxy-acetylene Cutting Sets.
             · Non-availability of standby person at the entry to confined space.
             · Abuse of safety equipment/facility including use of Firewater for purpose than fire-
                fighting/ work permit condition compliance,
             · Not-responding to Emergency sirens as per Emergency procedure.
             · Non-reporting of Near-miss incident.
             · Person working under suspended load in barricaded area.
             · Cranes moving on Road with suspended load.
             · Working at height without barricading at ground level.
             · Dumping excavated earth on edge of excavation.
             · Mishandling of Gas cylinders, rolling gas cylinder without trolley.

   (b) Major Violation (Examples)

             ·   Smoking, carrying matches or lighter.
             ·   Working without valid work permit.
             ·   Noncompliance to work permits condition.
             ·   Repeating minor violations more than twice.
             ·   Major traffic violation.
             ·   Found guilty of negligent driving resulting in a vehicle accident.
             ·   Use of mobile inside prohibited area of Complex.
             ·   Taking injured worker outside OMPL premises without intimating the OHC.
             ·   Non deployment of Safety Supervisor/ Safety Officer/ Safety Engineer as per clause 5.1
                 (Plant Safety Organization and Responsibilities).

Tender No. 1020C19002                                                               Page 60 of 98
     TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
            INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
               MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




12. List of Annexure

 Annexure-1: Specification of PPEs for contractor workmen.
 Annexure-2: Contractor Monthly Report Format.
 Annexure-3: Penalty Notification for Contractor.
 Annexure-4: Appointment of the Contractor Safety Officer
                                                   ***

 Disclaimer Clause: "The Contractor's Safety Management Guidelines is not a comprehensive collection
 of statutory obligations, Rules or compendium of safety practices. This is for general Guidelines and
 Contractor, sub-contractor, vendors and visitors are not absolved from obligations to follow all relevant
 and applicable statutory obligations, safety compliances and practices not absolved from their
 accountability and obligations due to any statements of omissions and commissions in this document".

                                             ***

                                                                                   Annexure-1
 Specification of PPEs for contractor workmen.

1. SPECIFICATIONS FOR SAFETY HELMETS-HDPE.
1)     Helmet Safety Industrial HDPE white colour *.
2)     Contractor's Logo at front side.
3)     Conforming to IS 2925/EN & ISI/ EN marked.
4)     Nape strap type adj. type 6 point adj. head band & sweat band with 3/4"Cotton Chin strap.
* Green helmets for Safety Personnel to be provided and used by them.

2. SPECIFICATION FOR FULL BODY SAFETY HARNESS) SAFETY BELT
Full Body Safety Harness (Safety belts) must be double lanyard type with scaffolding hook having self-
closing latch (spring type).
Different type of hooks to be available based on the nature of job / type of support. Safety belts should be
ISI/ EN marked and should conform to IS 3521 approved.
Safety belts, safety straps, lifelines, permanent anchors and connections should both separately and when
assembled:
a) be capable of supporting safely a suspended load of at least 450 kg (1,000 lb) ; and
b) Have a breaking strength of at least 1,150 kg (2,500 lb).
If hooks are used for attaching safety belts to fixed anchors, they should be self-closing safety hooks of
various types and sizes.
When a lifeline or safety strap is liable to be served, cut, abraded or burned, it should consist of a wire
rope or a wire-cored fiber rope.
Safety straps should be so fastened to safety belts that they cannot pass through the belt fittings if either
end comes loose from its anchorage.
Metal thimbles should be used for connecting ropes or straps to eyes, rings and snaps. Safety belts, safety
straps and lifelines should be so fitted as to limit the free fall of the wearer to 1m (3ft 3in).

3. SPECIFICATION FOR FALL ARRESSTOR DEVICE

Tender No. 1020C19002                                                                   Page 61 of 98
      TENDER FOR HIRING OF AN EXTRANAL AGENCY TO PROVIDE SUPPORT SERVICES FOR
             INTERNAL AUDIT FOR THE FINANCIAL YEAR 2019-2020 FOR ONGC
                MANGALORE PETROCHEMICALS LTD (OMPL) ­ AN SEZ UNIT




Fall arrestor device with self-retracting cable integrating locking mechanism combined with an energy
deception element fully automatic having cables of various lengths, ISI/ EN or any international
approval. Only Poly Amide rope shall be used.


4. SPECIFICATION FOR DUST MASK
Dust Mask made of superior quality non-aging chemical-resistant rubber half face piece with reflex
sealing flaps for protection against nuisance dust, (
Home | About Us | Terms and Conditions | Contact Us
Copyright 2024 CAinINDIA All Right Reserved.
Designed and Developed by Ritz Consulting