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, (<0.5 micron) toxic dusts, gases and vapours
with replaceable filters.
5. SPECIFICATION FOR REPLACEABLE FILTERS
For protection against nuisance dust, toxic dusts, gases and vapours upto a concentration of 500
ppm. To be fitted on aforesaid Dust Mask.
6. SPECIFICATION FOR SAFETY SHOES
1. Safety Shoes, Jodhpuri style- as per is 11226- 1985 with guarantee for 1& 1/2 years (all weather).
2. Acid/ alkali/ waterproof heat resistant, antiskid green PVC Nitrile sole.
3. Steel toe cap as per relevant "IS".
4. Upper plain leather, high ankle, with metallic 4 eyelets.
5. ISI/ EN marked.
6. The supplier should give guarantee of use of safety shoes during rainy season.
7. STANDARD SPECIFICATION FOR PVC HAND GLOVES
Hand contoured for greater comfort & feature an embossed nonslip grip for handling wet or greasy
objects cotton flock lining absorbs perspiration maximizes easy on/off black with straight cuff each pair
pack.
8. SPECIFICATION FOR ELECTRICAL PPE (SHOCK PROOF)
Hand gloves used for live electrical works shall be of proper electrical rating.
Electrical (shock proof) Safety Shoes (Jodhpuri type) with acid/ alkali/ water proof, heat resistant,
antiskid sole with guarantee for 1&1/2 years (all weather).
1. Upper plain leather.
2. ISI/ EN marked & latest certificate of testing from any of the govt. recognized institution for
electrical resistance.
GUMBOOTS with steel toe should be used by personnel during rainy season. The aforesaid guidelines
are the minimum safety requirements and the contractor should exceed them so as to achieve "ZERO
ACCIDENT" which is our MOTO.
Annexure-2
Contractor Monthly report Format.
Tender No. 1020C19002 Page 62 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
_
JOB /Work Order NO. : MONTHLY SAFETY PERFORMANCE
MONTH / YEAR : REPORT Date:
SL. THIS MONTH
CONTRACTOR'S NAME
NO. MANHOURS LTA LTD REC FAC NMI
1
TOTAL
TOTAL MANDAYS
INDUCTION / TOOL BOX TRAINING MAN POWER DETAILS
SL. THIS MONTH UPTO THIS MONTH
COMPANY'S NAME
NO. WORKERS STAFF WORKERS Total No of Man Power This Month
1
Total No of Working Days this Month
TOTAL Average Working Hour Per Day
RATE UPTO PREVIOUS MONTH UPTO THIS MONTH
FR
Remarks if any : We have implimented following Safety Activities at site For last Month(Sept)
4
LEGEND :
FR : FREQUENCY RATE ( LTA*106 / TOTAL MANHOURS WORKED )
SR : SEVERITY RATE ( LTD *106 / TOTAL MANHOURS WORKED )
*REC : RECORDABLE INJURY CASE
**LTA : LOST TIME ACCIDENT
LTD : LOST TIME DAYS
***FAC: FIRST AID CASES
NMI : NEAR MISS INCIDENT
PREPARED BY : _______________ APPROVED BY : _______________
Safety officer Contractor Incharge
Tender No. 1020C19002 Page 63 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
Annexure-3:
Penalty notification for Contractor.
Note:-
The penalties may be revised from time to time by OMPL management.
Engineer in Charge/ HOD to forward this notification further action as per applicability.
Copy of Receipt from Bank to be submitted to Engineer in Charge by the Violator.
Cc: Safety Department & Fire Department.
Tender No. 1020C19002 Page 64 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
Annexure-4
Appointment of the Contractor Safety Officer
Tender No. 1020C19002 Page 65 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
CONDITIONS FOR MICRO & SMALL ENTERPRISES (MSEs) AND START-UP COMPANIES
1. As per Public Procurement policy (PPP) for Micro & Small Enterprises (MSEs) Order, 2012
issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium
Enterprises of Govt. of India, MSEs must be registered with any of the following in order to
avail the benefits / preference available vide Public Procurement Policy MSEs Order, 2012.
a) District Industries Centers (DIC)
b) Khadi and Village Industries Commission (KVIC)
c) Khadi and Village Industries Board
d) Coir Board
e) National Small Industries Corporation (NSIC)
f) Directorate of Handicraft and Handloom
g) Any other body specified by Ministry of MSME (MoMSME)
h) Udyog Aadhaar Acknowledgment /Udyog Aadhaar Memorandum issued by MoMSME.
2. MSEs participating in the tender must submit valid & authorised copy of certificate of
registration with any one of the above agencies. In case of bidders submitting DIC registration
certificate shall attach original notarised copy of the DIC certificate. The MSE's Bidder to note
and ensure that nature of services and goods/items manufactured mentioned in MSE's
certificate matches with the nature of the services and goods /items to be supplied as per
Tender.
3. Traders/resellers/distributors/authorized agents will not be considered for availing benefits
under PP Policy 2012 for MSEs as per MSE guidelines issued by MoMSME.
4. The registration certificate issued from any one of the above agencies must be valid as on Bid
closing date of the tender. Bidder shall ensure validity of registration certificate in case bid
closing date is extended.
5. The MSEs who have applied for registration or renewal of registration with any of the above
agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are
not eligible for exemption/preference.
6. The MSEs registered with above mentioned agencies /bodies are exempted from payment of
Earnest Money Deposit (EMD) & tender fees.
7. Relaxation of Norms for Micro & Small Enterprises (MSEs):
a. Pre-qualification criteria with respect to Prior Turnover and Prior experience may be
relaxed for Micro & Small Enterprises (to the extent of 15%) as per GOI guidelines subject
to meeting of quality and technical specifications.
b. However, there may be circumstances like procurement of items/services related to public
safety, health, critical security operations and equipment, etc., wherein OMPL reserves
the right to not consider relaxation of Prior Turnover and Prior Experience for Micro and
Small Enterprises as per GOI guidelines.
8. Purchase Preference:
Tender No. 1020C19002 Page 66 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. Items which are reserved for exclusive purchase from Micro and Small Enterprises shall be
procured from Micro and Small Enterprises as per Public Procurement Policy.
b. Subject to meeting terms and conditions stated in the tender document, twenty five
percent of the total quantity of the tender is earmarked for MSEs registered with above
mentioned agencies/bodies for the tendered item/services.
c. In case MSE bidder is L1 entire value of the tender is to be ordered on the L1 MSE bidder.
d. In tender, participating Micro and Small Enterprises quoting price within price band of L1
+ 15% shall also be allowed to supply a portion of requirement by bringing down their
price to L1 price in a situation where L1 price is from someone other than a Micro and
Small Enterprise and such Micro and Small Enterprise shall be allowed to supply upto 20
percent of the total tendered value (where the tender quantity can be split).
e. In case of more than one such MSEs are in the price band of L1 + 15% and matches the L1
price, the supply may be shared proportionately if the job can be split.
f. In case the tendered quantity cannot be split, MSE shall be allowed to supply total
tendered quantity provided their quoted price is within a price band of L1 + 15 percent
and they match the L1 price.
g. If the quantity cannot be split and there are more than one eligible MSE bidders (price
band within L1+15%) then the opportunity to match the L1 rate of the tender shall be
given first to MSE (who have quoted lowest rate among the MSEs within the price band
of L1+15%) and the total quantity shall be awarded to him after matching the L1 price of
the tender.
h. If the MSE who have quoted lowest rate among the MSEs in the price band of L1 + 15% do
not agree to match the rate of L1 of the tender, then the next ranked MSE bidder who has
quoted within the price band of L1 + 15% in order shall be given chance to match the rate
of L1 for award of the quantity/order.
i. For more clarity in this regard, following table is furnished;
Type of Tender Price quoted by MSE Finalization of tender
Can be Split L1 Full order on MSE
Can be Split Not L1 but within 25% order on MSE subject to
L1+15% matching L1 price
Cannot be Split L1 Full Order on MSE
Not L1 but within Full Order on MSE subject to
Cannot be Split
L1+15% matching L1 price
j. The purchase preference to MSE is not applicable for works contracts where supply of
goods not produced by MSEs is also involved.
9. As per the amendment to public procurement policy for micro and small enterprises (MSEs)
order 2012, the percentage of procurement of goods & services procured by Government
Tender No. 1020C19002 Page 67 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
departments/CPSEs from MSEs has been increased from present at least 20% to at least 25%
of their total procurement. Out of the twenty five percent target of annual procurement from
micro and small enterprises four percent shall be earmarked for procurement from micro and
small enterprises owner by Scheduled Caste & Scheduled Tribe entrepreneurs and three
percent shall be earmarked for procurement from micro and small enterprises owner by
women entrepreneurs. In the event of failure of such MSEs (owned by SC & ST / Women) to
participate in the tender process or meet the tender requirements and L1 price, seven percent
sub-target (4% for MSEs owned by SC & ST and 3% for MSEs owned by Women) so
earmarked shall be met from other MSEs.
10. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District
Authority in addition to certificate of registration with any one of the agencies mentioned in
paragraph (I) above. Alternatively, the bidder shall be responsible to furnish necessary
documentary evidence for enabling OMPL to ascertain that the MSE is owned by SC/ST
entrepreneurs. MSE owned by SC/ST is defined as:
(i) In case of proprietary MSE, proprietor(s) shall be SC/ST
(ii) In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares
in the enterprise.
(iii)In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.
10A. To qualify for entitlement as Women owned MSE, certificate of registration with any one of
the agencies mentioned in paragraph (I) above shall be furnished. Alternatively, the bidder shall
be responsible to furnish necessary documentary evidence for enabling OMPL to ascertain that
the MSE is owned by Women entrepreneurs. MSE owned by Women is defined as:
(i) In case of proprietary MSE, proprietor(s) shall be Women
(ii) In case of partnership MSE, The Women partners shall be holding at least 51% shares
in the enterprise.
(iii)In case of Private Limited Companies, at least 51% share shall be held by Women
promoters.
11. If the bidder does not provide appropriate document or any evidence to substantiate the
above, then it will be presumed that he does not qualify for any preference admissible under
the Public Procurement Policy, 2012.
CONDITIONS FOR START-UP COMPANIES
1. Subject to meeting of Quality and Technical specifications, OMPL may consider allowing
the participation of "Start-up companies with capability to execute the supply/ services, as
per technical specifications/ perform the job as per scope of work specified in the tender and
subject to meeting extant & relevant guidelines of Government of India. This should be
confirmed and substantiated in the technical bid.
2. The bidder who intends to participate as "Start-up" company should enclose the Certificate
of Recognition issued by Department of Industrial Policy and Promotion, Ministry of
Commerce & Industry, Govt. of India during submission of Technical bid.
Tender No. 1020C19002 Page 68 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
3. Bid Security/Earnest Money Deposit, Prequalification Criteria with respect to Prior
Turnover and Prior Experience may be relaxed for Start-ups as per the GOI guidelines.
4. However, there may be circumstances like procurement of items/services related to public
safety, health, critical security operations and equipment, etc wherein OMPL reserves the right
to not consider relaxation of Prior Turnover and Prior Experience for Start-up Companies as
per GOI guidelines. Refer NOTICE INVITING TENDER (NIT) / IMPORTANT POINTS /
SALIENT FEATURES OF BIDDING DOCUMENT on page no 5 of this document.
5. Start-up Companies who are also registered as MSEs and wish to avail the benefits as
applicable to MSE, shall submit relevant documents covered under Conditions for Micro and
Small Enterprises elsewhere in this tender.
(To be in the Company letter head)
Date:
DECLARATION & UNDERTAKING BY MICRO & SMALL SCALE ENTERPRISES
Sl. Particulars Details
1 Is your organization Proprietary / Partnership
/ Private Limited Companies / Public Limited
Company / Others
2 Does your organization belong to Micro / Small Micro
/ Medium scale Industry / others (Please tick Small Scale
mark appropriate box. If bidder is MSE, then Medium
please tick mark both) Others
Whether Manufacturer for the tendered Manufacturer for supply items
items (supply) / Service Provider for the Service Provider for services
3 tendered services as per MSE certification. Trader/reseller/authorized
(Please tick mark the appropriate) agent/ distributor
Non MSE Bidder
In case you belong to Micro / Yes No
Small/Medium Scale Enterprises whether if yes,
4 you are registered under SC / ST Category SC
(Please tick mark the appropriate) ST
Confirm whether majority stakes of MSME Yes No
Enterprises is owned by Women if yes,
entrepreneur (Please tick mark the % of Stakes owned by Women
appropriate and submit supporting Entrepreneur: ________
5 document) Supporting Document is to be submitted.
(We understand and confirm that Benefit for
Women Entrepreneur under MSME will not be
extended in case of non-submission of supporting
document)
A) CATEGORISATION OF MSE/SC-ST VENDORS:
1. In case of Micro/Small/Medium scale Enterprises, kindly attach Registration Certificate
issued by DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of Handicrafts and Handlooms,
Tender No. 1020C19002 Page 69 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
or any other body specified by MSME for authentication such as Udyog Aadhaar
Memorandum/Acknowledgment.
2. SC/ST entrepreneurs registered under MSEs need to submit valid documentary evidence.
B) DECLARATION IN CASE OF MSE BIDDERS:
In terms of Tender Conditions applicable for Micro & Small Enterprises (MSEs), we hereby
declare as under-
1. We are a Micro / Small Enterprise, as on bid closing date of this tender.
2. We are a Manufacturer of the quoted supply item(s)/service provider for quoted services and
valid documentary evidence for same is submitted.
3. MSE certificate submitted by us is authentic & valid as on bid closing date of this tender.
We declare the above details are true. In case any of the details are found to be false/untrue, our offer
will be liable for rejection /cancellation of order/ subjected to appropriate actions as per tender Terms
& Conditions.
Authorized Signatory (With Company Seal & Signature)
Tender No. 1020C19002 Page 70 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
TAXES AND DUTIES (APPLICABLE TO OMPL, BEING AN SEZ UNIT)
A. Indian Bidders
43.1 Bidders quoted price shall be inclusive of all taxes & duties excluding Goods and Service Tax
(GST). In view of OMPL being an SEZ Unit, Supply of goods or services or both to a SEZ units shall
be treated as supply in the course of inter-State trade or commerce and the same is "zero rated
supply" as per the Integrated Goods and Services Tax Act, 2017 (hereinafter referred to as `IGST Act').
Accordingly Supplier shall not collect IGST on supply to OMPL.
43.2 Bidder / Suppliers / Contractors / Service Providers shall have registration under IGST Act for
supply of goods/services or both to OMPL-SEZ Unit.
43.3 The brief procedure for `Zero Rated Supply' to a SEZ Unit under the IGST Act (as prevailing upto
31.07.2017 and subject to any amendments/ procedures prescribed by the Central Government from time to
time) is laid down hereunder:
43.3.1 As per the IGST Act,
(i) Supply of goods or services or both to a SEZ unit shall be treated to be a supply of goods or
services or both in the course of inter-State trade or commerce. [Refer Sec. 7(5)(b) to IGST Act]
(ii) The supply of goods or services where the location of the supplier and the place of supply of
goods or services are in the same State or same Union Territory shall be treated as intra-State supply.
However, the supply of goods or services to a SEZ unit shall not be treated as intra-State supply.
[Refer Sec. 8(1) & 8(2) of IGST Act]
(iii) The supply of goods or services or both to a SEZ unit amounts to "zero rated supply" of goods
or services or both. [Refer Sec. 16(1) (b) of IGST Act]
(iv) Subject to provisions of Sec. 17(5) of the Central Goods and Services Tax Act, 2017 (hereinafter
referred to as `CGST Act'), credit of input tax may be availed for making zero-rated supplies, and
notwithstanding that such supply may be an exempt supply. [Refer Sec. 16(2) of IGST Act]
(v) A registered person making zero rated supply shall be eligible to claim refund under either of the
following options, namely:
(a) He may supply goods or services or both under bond or Letter of Undertaking, subject to such
conditions, safeguards and procedure as may be prescribed, without payment of integrated tax and
claim refund of unutilized input tax credit; or
(b) He may supply goods or services or both, subject to such conditions, safeguards and procedure as
may be prescribed, on payment of integrated tax and claim refund of such tax paid on goods or
services or both supplied, in accordance with the provisions of section 54 of the Central Goods and
Services Tax Act or the rules made thereunder. [Refer Sec. 16(3) of IGST Act]
43.3.2 The procedure for claiming refund on making a `Zero Rated Supply' to a SEZ Unit as specified
under Sec. 16(3) of the IGST Act is as under:
A. For claiming refund under Section 16(3) (a) of the IGST Act "zero-rated supply" of goods or
services or both to a SEZ Unit under Bond or LUT, without payment of IGST and claiming refund
of unutilised input tax credit:
a) The supplier shall furnish the Bond/LUT to GST authority before making the zero-rated supply.
(Refer Form GST-RFD-11 & related Rules, Circular No. 4/4/2017-GST dated 07/07/2017 & suppliers
from Karnataka State may also refer Commissioner of Commercial Taxes Circular No. 06/2017-18,
dated 13/07/2017).
b) The Tax Invoice for this supply shall carry an endorsement "SUPPLY TO SEZ UNIT FOR
AUTHORISED OPERATIONS UNDER BOND OR LETTER OF UNDERTAKING WITHOUT
PAYMENT OF INTEGRATED TAX" and also the details of bond/LUT furnished to GST authority.
Tender No. 1020C19002 Page 71 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) The tax invoice for supply of goods or services or both to SEZ Unit shall be presented to the
specified officer of the Zone for its endorsement. (Any change in the law or procedure relating to the
SEZ Act or Rules made thereunder shall be complied with from time to time).
d) The supplier of goods or services or both to a SEZ unit may claim refund of unutilized input tax
credit in terms of Sec. 16(3)(a) of IGST Act read with Rule 89 of the CGST Rules, 2017. Alternatively,
he may utilise the input tax credit attributable towards the supplies made to SEZ for paying his
output tax liability as per Input Tax Credit provisions in terms of Section 16, 17 and 18 of CGST Act
read with Rule 36 to 45 of CGST Rules, 2017.
B. For claiming refund under Section 16(3)(b) of the IGST Act "zero-rated supply" of goods or
services or both to a SEZ unit on payment of IGST and claiming refund of IGST paid:
a) The Tax Invoice for this supply shall carry an endorsement "SUPPLY TO SEZ UNIT FOR
AUTHORISED OPERATIONS ON PAYMENT OF INTEGRATED TAX". Further supplier shall
indicate in their tax invoice that "The IGST amount mentioned in the invoice shall be paid by the
registered person making zero-rated supply without claiming the same from SEZ Unit".
b) The tax invoice for supply of goods or services or both to SEZ Unit shall be presented to the
specified officer of the Zone for its endorsement. (Any change in the law or procedure relating to the
SEZ Act or Rules made thereunder shall be complied with from time to time).
c) The supplier of goods or services or both to a SEZ unit may claim refund of IGST paid in terms of
Sec. 16(3)(b) of IGST Act read with Rule 89 of the CGST Rules, 2017.
43.4 The Bidder / Suppliers / Contractors / Service Providers shall be required to issue tax invoice
and shall upload the appropriate information/data/document at GSTN portal as prescribed under
the provisions of IGST Act, respective State GST Acts and Rules and the CGST Act and Rules made
thereunder. Any non-compliance in this regard or non-receipt of tax invoice, OMPL shall have the
right to withhold the payment against such Tax Invoice. The TDS on the supply of goods or services
or both, if applicable, shall be deducted in accordance with the provisions of GST Law at applicable
rate and a certificate as prescribed for such deduction shall be provided by OMPL.
43.5 The Bidders / Suppliers / Contractors / Service Providers shall ensure proper compliance with
the provisions of the IGST Act, respective State GST Acts and Rules and the CGST Act and Rules
including the anti-profiteering Clause or other related clauses, payment of taxes, filing of returns,
issuance of e-way bills/other documentary requirements for supply of goods or services or both as
may be required under the said Acts and Rules made thereunder and enable OMPL to comply with
the requirements under the said Acts and Rules made thereunder in respect of any supply of goods
or services or both under this Tender / Purchase / Work Order / Contracts.
43.6 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
the Owner's account. However, any statutory variation after the contractual date of completion shall
be to Contractor's account.
43.7 Income Tax / Corporate Tax:
A) As regards Income Tax, Surcharge on Income Tax or any other Corporate Tax payable by the
Bidder for reason of the contract awarded, and / or on their expatriate personal, the Owner shall not
bear any Tax liability whatsoever, irrespective of the mode of construction of contract / order. The
Bidder shall be liable and responsible for payment of such tax, if attracted under the provision of
Indian Income Tax Act.
B) Bidder may note that if any tax is deductible at source as per Indian Income Tax Law, the same
will be so deducted before releasing any payment to the Bidder and a TDS (Tax deducted at source)
certificate will be furnished to the Bidder.
44. Bidder shall provide details in the below format, of at least one Authorised Contact person in
Bidder's organization with whom OMPL may correspond on the matter for seeking any
clarifications:
Tender No. 1020C19002 Page 72 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
45. GSTIN details of ONGC MANGALORE PETROCHEMICALS LTD (an SEZ Unit) are as under
for your database updation and reference:
No. Of Location/GSTIN One/Single Location.
Address of the Location ONGC MANGALORE PETROCHEMICALS LTD
(an SEZ Unit)
Mangalore Special Economic Zone,
Permude, Mangaluru 574 509
Nature of Business Activity SEZ Unit - Factory / Manufacturing
PAN AAFCM0322D
Application Reference Number (ARN) AA2903170485621
Provisional GSTIN 29AAFCM0322D1ZY
46. Bidders/Contractors/Suppliers are requested to submit their provisional GST registration details
in the following format:
Provisional GST No. / GST
Sl Name of Vendor Location / Address
no.
Tender No. 1020C19002 Page 73 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 III
Section III
1. FORMS & FORMATS
i. Statement Of Credentials
ii. Vendor Form For Electronic Funds Transfer Payment & Tax Details
iii. Declaration regarding relations with any of the OMPL Directors
iv. PE (Permanent Establishment) Declaration Format
v. FORM NO. 10F Format
vi. Declaration regarding Holiday/Blacklisting by any PSU/ Government of India
vii. Compliance To Bid Requirement
Declaration & Undertaking By Micro & Small Scale Enterprises / Start-up
viii.
Companies
ix. Performance Bank Guarantee for Earnest Money Deposit (EMD)
x. GST Registration Details
xi. BQC/BEC Turnover/PO/WO Details
xii. Integrity Pact
xiii. Checklist For Bidders
xiv. Deviation statement
Tender No. 1020C19002 Page 74 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
FORMAT-III (1) I
STATEMENT OF CREDENTIALS
(Attachment to Technical bid)
Bidders should submit their technical offer by providing all information as follows (If not applicable-
Please mention as `N/A');
1. Name of the Firm
2. Nature of the Firm
(State whether Limited Company, partnership Firm,
Co-op. Society or Sole Proprietor, Photocopies of
documents Confirming constitution of the firm to be Enclosed)
3. Year of Establishment
4. Registration Number, if any
5. Registered Postal Address
6. Telegraphic Address, if any
7. Telephone No. (s)
8. Fax No. (s), if any
9. E-mail ID, if any
10. Address of Branches, if any
11. Name of Directors/ partners / Proprietor (as The case may be) with address & Telephone No. (s).
12. Name (s) of Authorised Representatives (s)
Note: Power of Attorney signed by the Director(s)/
13. Partners / Proprietor in favour of the authorized
Person signing the tender documents must
be enclosed
14. Type of job in which engaged as independent
Manufacturer/ contractor
15. Were you associated with OMPL in any
Other contract in the past
16. Are you currently having any contract with OMPL
17. Are you on the approved list of other Oil
Cos/ Public Sector Undertakings / govt.
Tender No. 1020C19002 Page 75 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
Dept. Etc. If so, furnish true copies of
Certificates certifying your performance
18. Please confirm that you have qualified/
trained / experienced staff on your payroll
to handle this job
19. Furnish Audited Balance sheet for last 3
Years ending previous financial year.
20. Details of technical collaboration. Please provide
Documentary support (Xerox copies) if any and
the brief experience of the parties
21. Confirmed that Bank Guarantee for acceptance
of the Security Deposit as per tender will be provided
22. Brief Description of the job methodology/Quality Assurance:
23. Details of Testing methods and equipments that will be made available.
24. Details of your Past Experience in the country (India) in this nature of job.
25. Whether the bidder is put on Holiday list of any of the PSU.
(If sought later, an affidavit to be produced later to OMPL)
Note: The Bidder to fill up the above and enclose along with the Technical Bid.
SIGNATURE OF THE BIDDER WITH SEAL
Tender No. 1020C19002 Page 76 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
FORMAT-III (1) II
VENDOR FORM FOR ELECTRONIC FUNDS TRANSFER PAYMENT & TAX DETAILS
Please use additional copies of this form if your Company has additional Branches/ Divisions dealing
with OMPL
To: Finance Dept.
ONGC Mangalore Petrochemicals Ltd., Mangalore Special Economic Zone
Mangalore. (Karnataka), Pin Code-574509, INDIA
The following is a confirmation/ updation of our bank account details and I/we hereby affirm our
choice to opt for payment of amounts due to us under various contracts through electronic mode.
1. Vendor/ Contractor particulars:
(i) Name of the Company:
(ii) Existing Vendor Code ( if given by OMPL)
(ii) Complete Postal Address:
(iii) Pin code/ ZIP code:
(iv) Telephone nos. (with country/area codes):
(v) Fax No.: (with country/area codes):
(vi) Cell phone Nos.:
(vii) Contact persons /Designation:
(viii) Email IDs:
2.Bank Account Particulars:
(i) Name of the Account holder:
(ii) Complete Bank Account No. (for Electronic Funds
Transfer):
(iii) Account type :
(iv) Bank Name :
(v) Bank Branch:
(vi) Bank Branch Contact Nos.:
(vii) 11 digit IFS Code (for Bank Branches in India)
(viii) Swift Code (for Bank Branches not in India):
3. Tax Registration numbers: *(Please fill in the applicable fields and attach relevant proofs)
(i) Income Tax PAN no.:
(ii) GST No. (if available/ applicable):
4. Organisational information:
(i) Company /Partnership Firm /Proprietory Concern / Society/Trust /NGO/Others (Specify):
I/we hereby confirm that the particulars given above are correct and complete and also undertake to
advise any future changes to the above details.
______________________________________
Name, Seal & Signature of Authorised Signatory
Certified that the Particulars as in Sr. No. 2 above are correct as per our records.
--------------------------------------
Bank Seal & Signature
Tender No. 1020C19002 Page 77 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
FORMAT-III (1) III
Declaration regarding relations with any of the OMPL Director / Employed in Public
Sector/Govt. Institution
(To be submitted on Company letter head)
Date: .....................
A. Declaration regarding relations with any of the OMPL Directors
Details, if any shall be provided by the bidder.
B. Declaration regarding whether the bidder being a Proprietor or Partner of the Company and
employed in State/Central/Quasi Govt/OR public sector/or any other Government Institution
Details, if any shall be provided by the bidder.
Any false information will be liable for severe action like Cancellation of the Order, Forfeiture of Security
deposit including Black listing of the Bidder Company in all ONGC /MRPL establishments.
SIGNATURE OF THE BIDDER WITH SEAL
Tender No. 1020C19002 Page 78 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
PE (Permanent Establishment) Declaration Format (If Applicable)
To,
M/s ONGC Mangalore Petrochemicals Ltd
Mangalore Special Economic Zone (MSEZ) Unit,
Permude Village, Mangalore 574509
Kind Attention: Chief Finance Officer
Dear Sir,
Sub: Permanent Establishment Declaration for the period 1st April 20__ to 31st March 20___
We hereby certify that,
1. M/s. _______________________________, are limited company registered/incorporated under the
laws of __________________ (Company Registration No. _____________________)
2. We are liable to tax in _________________. Our tax registration number is ____
3. We are tax resident of __________________ within the meaning of Article 7 read with Article 5 of
DTAA entered of in to between India and _______________________
4. The Company does not have and is not likely to have a permanent establishment in India as
defined in Article 5 of the India- _______________________ Double Taxation Avoidance
Agreement (`India- __________________ tax treaty'). In this regard, it is further confirmed that:
The Company does not have a fixed place of business in India through which its business is
wholly or partly conducted as stipulated in Article 5(1) of the India _______________ tax treaty
The Company is not likely to have a fixed place of business in India through which its business
will be wholly or partly conducted as stipulated in Article 5(1) of the India _______________ tax
treaty
The Company does not have or is not likely to have any dependent agent in India as stipulated in
Article 5 of the India- ___________________ tax treaty during the period.
5. The company does not have any business connection in India as per Sec 9(1) of the Indian Income
Tax Act 1961 through which business is carried on in India.
6. We are entitled to the benefits of DTAA entered into between India and _____________________.
This certificate is being issued to the Customer / Client / Payee to enable them to decide upon the With
Holding Tax applicable on transaction with our company.
If there is any change in the above facts the same would be intimated to you.
Thanking You,
For M/s __________________________________________
Authorized Signatory
Tender No. 1020C19002 Page 79 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
FORM NO. 10F (If Applicable)
[See sub-rule (1) of rule 21AB]
Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A of the
Income-tax Act, 1961
I . . . . . . . . . . . . . . . . . . . *son/daughter of Shri. . . . . . . . . . . . . . . . . . . in the capacity of . . . . . . . . . . . . . . . . . . .
(designation) do provide the following information, relevant to the previous year. ..... . . . *in my case/in
the case of. . . . . . . . . . . . . . . . . . . for the purposes of sub-section (5) of * section 90/section 90A:--
SI. Nature of information : Details#
(i) Status (individual; company, firm etc.) of the assessee :
(ii) Permanent Account Number (PAN) of the assessee if allotted :
(iii) Nationality (in the case of an individual) or Country or specified territory of :
incorporation or registration (in the case of others)
(iv) Assessee's tax identification number in the country or specified territory of :
residence and if there is no such number, then, a unique number on the basis of
which the person is identified by the Government of the country or the specified
territory of which the assessee claims to be a resident
(v) Period for which the residential status as mentioned in the certificate referred to in :
2018-19
sub-section (4) of section 90 or sub-section (4) of section 90A is applicable
(vi) Address of the assessee in the country or territory outside India during the period :
for which the certificate, mentioned in (v) above, is applicable
2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the
Government of . . . . . . . . . . . . . . . . . . . (name of country or specified territory outside India)
Signature: . . . . . . . . . . . . . . . . . . .
Name: . . . . . . . . . . . . . . . . . . .
Address: . . . . . . . . . . . . . . . . . . .
Permanent Account Number: . . . . . . . . . . . . . . . . . . .
Verification
I. . . . . . . . . . . . . . . . . . . do hereby declare that to the best of my knowledge and belief what is stated above
is correct complete and is truly stated.
Verified today the . . . . . . . . . . . . . . . . . . . day of. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .
Signature of the person providing the information
Place: . . . . . . . . . . . . . . . . . . .
Notes: 1. *Delete whichever is not applicable 2. #Write N.A. if the relevant information forms part of the
certificate referred to in sub-section (4) of section 90 or sub-section (4) of section 90A.
SIGNATURE OF THE BIDDER WITH SEAL
Tender No. 1020C19002 Page 80 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
FORMAT-III (1) IV
DECLARATION ON BAN/HOLIDAY LISTING
(To be submitted on Company letter head)
Date: .....................
M/s________________________________________ hereby declare/clarify that we have not been banned/
delisted/ blacklisted/ on holiday list of any Government Body/ Quasi Government agency/ Public
Sector Undertakings.
Stamp & Signature of the Bidder
NOTE: If a bidder has been banned by any Government or Quasi Government agencies or PSU's, this fact
must be clearly stated with details. If this declaration is not given along with the unpriced bid, the tender
will be rejected as non-responsive.
Tender No. 1020C19002 Page 81 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
FORMAT-III (1) V
COMPLIANCE TO BID REQUIREMENT
(To be furnished on letter head)
We hereby agree to fully comply with, abide by and accept without variation, deviation or reservation all
technical, commercial and other conditions whatsoever of the Bidding Documents and Amendment/
Addendum to the Bidding Documents, if any, for subject work.
We hereby further confirm that any terms and conditions if mentioned in our bid (Un-priced as well as
Priced Part), shall not be recognized and shall be treated as null and void.
SIGNATURE OF BIDDER: _________________________
NAME OF BIDDER : _________________________
COMPANY SEAL : _________________________
Tender No. 1020C19002 Page 82 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
FORMAT-III (1) VI
DECLARATION & UNDERTAKING BY MICRO & SMALL SCALE ENTERPRISES / STARTUP
COMPANIES
(To be submitted on Company Letterhead)
APPLICABLE FOR ONLY INDIAN BIDDERS
Date: .....................
Sl.
Particulars Details
No.
Is your organization Proprietary / Partnership /
Private Limited Companies / Public Limited
1
Company / Others
Micro
Does your organization belong to Micro / Small
Small Scale
/ Medium scale Industry / Start-ups/ others
Medium
2 (Please tick mark appropriate box. If bidder is
Startup Company
Startup & MSE, then please tick mark both)
Others
In case of MSEs,
i) Name of MSME Registering Body (NSIC/
DIC/ KVIC/KVIB etc.):
ii) MSME Registration no. (with copy of
registration)
iii) Udyog Aadhaar Memorandum no.
Manufacturer for supply items
Whether Manufacturer for the tendered items
Service Provider for services
(supply) / Service Provider for the tendered
3 Trader/reseller/authorized
services as per MSE certification.
agent/ distributor
(Please tick mark the appropriate)
Non MSE Bidder
Yes
In case you belong to Micro / Small/Medium No
Scale Enterprises whether you are registered if yes,
under SC / ST Category SC
4 (Please tick mark the appropriate)
ST
(Please specify names and percentage
of shares held by SC/ST
Partners):________%
Tender No. 1020C19002 Page 83 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
CATEGORISATION OF MSE/SC-ST VENDORS
In case of Micro/Small/Medium scale Enterprises, kindly attach Registration Certificate issued
by DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of Handicrafts and Handlooms, or any other
body specified by MSME for authentication such as Udyog Aadhaar
Memorandum/Acknowledgment.
SC/ST entrepreneurs registered under MSEs need to submit valid documentary evidence.
Authorized Signatory (With Company Seal & Signature)
CATEGORISATION OF START-UP COMPANIES
Bidder who intends to participate as "Start-up'' company should also enclose the Certificate of
Recognition issued by Department of Industrial Policy and Promotion, Ministry of Commerce &
Industry, Govt. of India.
DECLARATION IN CASE OF MSE BIDDERS/ START-UP COMPANIES
In terms of Tender Conditions applicable for Micro & Small Enterprises (MSEs)/ Startups, we
hereby declare as under-
We are a Micro / Small Enterprise, as on bid closing date of this tender.
We are a Manufacturer of the quoted supply item(s)/service provider for quoted services and
valid documentary evidence for same is submitted.
MSE certificate submitted by us is authentic & valid as on bid closing date of this tender.
We are a "Start-up'' company and we are enclosing copy of certificate of recognition issued by
Department of Industrial Policy and Promotion (DIPP), Ministry of Commerce & Industry,
Govt. of India.
We declare the above details are true. In case any of the details are found to be false/untrue, our
offer will be liable for rejection /cancellation of order/ subjected to appropriate actions as per
tender Terms & Conditions.
Authorized Signatory
(With Company Seal & Signature)
Tender No. 1020C19002 Page 84 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
FORMAT-III (1) VII
PROFORMA OF BANK GUARANTEE
(FOR EARNEST MONEY DEPOSIT AS APPLICABLE)
(On non-judicial paper of appropriate value)
1) In consideration of M/s ONGC Mangalore Petrochemicals Ltd., An SEZ Unit registered under the
Companies Act, 1956, having its Registered Office at Mangalore Special Economic Zone , Permude
Village, Mangalore 574 509, hereinafter called "OMPL" which expression shall, unless repugnant to
the context or contrary to the meaning thereof, include its successors and assigns having invited /
floated Tender to_______________________________________________________Proprietorship /
Partnership Firm / Company registered under the Indian Partnership Act, 1932 / the Companies Act,
1956, having its office at___________________________________________________, (hereinafter called
"the Bidder" which expression shall, unless repugnant to the context or contrary to the meaning
thereof, include its successors and assigns vide Tender No._____________ dated_______________
(hereinafter called "the Tender" which expression shall include any amendments / alterations to the
Tender by OMPL for the supply of goods to / execution of services for OMPL and OMPL having
agreed not to insist upon immediate payment of Earnest Money for the fulfilment and the
performance of the said Tender in terms thereof on production of an acceptable Bank Guarantee for an
amount of Rs.____________(Rupees_____________________only). We, ______________ having office
at________________________.............. and Head Office at ..............................................
(hereinafter referred to as "The Bank" which expression shall, unless repugnant to the context or
contrary to the meaning thereof, include its successors and assigns at the request and on behalf of the
Bidder hereby agree to pay to OMPL without any demur on first demand an amount not exceeding
Rs._______________(Rupees______________________only) against any loss or damage, costs, charges
and expenses caused to or suffered by OMPL by reason of non-performance and non-fulfilment or for
any breach on the part of the Bidder of any of the terms and conditions of the said Tender.
2) We___________further agree that OMPL shall be the Sole Judge whether the said Bidder has failed
to perform or fulfill the said Tender in Terms thereof or committed breach of any of the terms and
conditions of the Tender and the extent of loss, damage, costs, charges and expenses suffered or
incurred or would be suffered or would be incurred by OMPL on account thereof.
3) We________Bank further agree that the amount demanded by OMPL as such shall be final and
binding on the Bank and the Bank undertake to pay to OMPL the amount so demanded on first
demand and without any demur notwithstanding any dispute raised by the Bidder or any suit or
other legal proceedings including Arbitration pendings before any Court, Tribunal or Arbitrator
relating thereto and our liability under this guarantee being absolute and unconditional.
4) We,_______________Bank, further agree with OMPL that OMPL shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said Tender or extend time for the performance by the Bidder from time
to time or to postpone for any time any of the powers exercisable by OMPL against the Bidder and to
forbear to enfore any of the terms and conditions relating to the Tender and we shall not be relieved
from our liability by reason of any such variation or extension being granted to the Bidder or for any
forbearance, act or omission on the part of OMPL or any indulgence by OMPL to the Bidder or by
any such matter or things whatsoever which under the law relating to sureties would but for this
provision have the effect of relieving us.
Tender No. 1020C19002 Page 85 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) NOTWITHSTANDING anything herein before contained, our liability under this guarantee is
restricted to Rs._________ (Rupees________________________). Our liability under this guarantee shall
remain in force until expiration of 160* days from the date of opening of the said Tender. Unless a
demand or claim under this guarantee is made on us in writing within the said period, that is, on or
before____*___all rights of the Messers under the said guarantee shall be forfeited and we shall be
relieved and discharged from all liabilities thereunder.
6) We, __________Bank, further undertake not to revoke this guarantee during its currency except
with the previous consent of OMPL in writing.
7) This guarantee shall not be affected by any change in the constitution of the Bidder or the Bank or
OMPL and shall remain in full force and effect until the liabilities of the Bank are discharged by OMPL
IN WITNESS WHEREOF the Bank has executed this document on this_________day
of__________2018.
For_________Bank
*Pl. mention/put specific date
Tender No. 1020C19002 Page 86 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
FORMAT-III (1) VIII
GST REGISTRATION DETAILS
Bidders/Contractors/Suppliers are requested to submit their GST registration details in the
following format:
Provisional GST No. / GST
Sl Name of Vendor Location / Address
no.
Signature
Seal
Tender No. 1020C19002 Page 87 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
FORMAT-III (1) IX
(BID QUALIFICATION CRITERIA)
Bidder Qualification Criteria as per Tender terms & conditions. The relevant documentary
evidence like work order copies, completion certificates etc. are required to be furnished along
(1)
with Technical Bid substantiating the qualification towards relevant experience / technical
criteria (Documentary proof to be attached along with technical Bid).
ORDER ORDER DATE AND ORDER /AWARD CLIENT DESCRIPTION OF
/AWARD NOS. COMPLETION DATE AMOUNT NAME ORDER/AWARD
Annual turnover of the Bidder shall be as specified in tender documents in any of the three
preceding financial years i.e. 2015-2016, 2016-2017 and 2017-2018. Copy of the latest Audited
(2)
balance sheet, Profit & Loss account and copy of IT returns required to be furnished for the one
particular financial year which meets above requirement along with Technical Bid.
FINANCIAL YEAR
Indicate Currency used for Financial Statement:______________
(Tick as applicable)
Year ANNUAL TURNOVER NET WORTH
2015-2016
2016-2017
2017-2018
Confirmation for Tender Terms & conditions / EMD [Please Tick ( ) as applicable]
Confirm that your Bid is valid as per tender terms & conditions of the
1
last date of submission of Bid
Confirm your compliance to TERMS AND CONDITIONS of Bidding
2
Document
Note:
Documentary Evidence is attached for experience criteria as per BQC is attached along with Technical
Unpriced Bid.
Non-compliance to any of the BQC will lead to outright rejection of the bid without any further reference
to the bidders.
Tender No. 1020C19002 Page 88 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
FORMAT-III (1) X
(Applicable for Contract/Order Value more than INR 1 Crore)
INTEGRITY PACT
Between
ONGC Mangalore Petrochemicals Ltd (OMPL) hereinafter referred to as "The Principal",
and
M/s____________________________________________________________ hereinafter referred to as "The
Bidder/Contractor"
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for procurement of
products / services vide Tender No. ____________________ dt.______________ The Principal values full
compliance with all relevant laws and regulations, and the principles of economic use of resources, and of
fairness and transparency in its relations with its Bidder/s and Contractor/s.
In order to achieve these goals, the Principal cooperates with the renowned international Non-
Governmental Organization "Transparency International" (TI). Following TI's national and International
experience, the Principal will appoint an external independent Monitor who will monitor the tender
process and the execution of the contract for compliance with the principles mentioned above.
Section 1 - Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles:-
1. No employee of the Principal, personally or through family members, will in connection with the
tender for, or the execution of a contract, demand, take a promise for or accept, for him/herself or
third person, any material or immaterial benefit which he/she is not legally entitled to.
2. The Principal will, during the tender process treat all Bidders with equity and reason. The principal
will in particular, before and during the tender process, provide to all Bidders the same information
and will not provide to any Bidder confidential/additional information through which the Bidder
could obtain an advantage in relation to the tender process or the contract execution.
3. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence
under the relevant Anti-Corruption Laws of India or if there be a substantive suspicion in this regard, the
Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.
Section 2 Commitments of the Bidder/Contractor
(1) The Bidder / Contractor commit itself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the tender process and during the
contract execution.
1. The Bidder/Contractor will not, directly or through any other person or firm, offer, promise or give
to any of the Principal's employees involved in the tender process or the execution of the contract or
to any third person any material or immaterial benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.
Tender No. 1020C19002 Page 89 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
--------------------------------- ---------------------------------
For "The Principal" For "The Bidder/Contractor"
2. The Bidder/Contractor will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of Bids or any other actions to
restrict competitiveness or to introduce cartellization in the Bidding process.
3. The Bidder/Contractor will not commit any offence under the relevant Anti-corruption Laws of
India; further the Bidder/Contractor will not use improperly, for purposes of competition or
personal gain, or pass on to others any information or document provided by the Principal as part of
the business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
4. The Bidder / Contractor will, when presenting his Bid, disclose any and all payments he has made,
is committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract.
(2) The Bidder / Contractor will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
Section 3 - Disqualification from tender process and exclusion from future contracts
If the Bidder, before contract award has committed a transgression through a violation of Section 2 or in
any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled
to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such
reason.
(1) If the Bidder / Contractor has committed a transgression through a violation of Section 2 such as to put
his reliability or credibility into question, the principal is entitled also to exclude the Bidder / Contractor
from future contract award processes. The imposition and duration of the exclusion will be determined by
the severity of the transgression. The severity will be determined by the circumstances of the case, in
particular the number of transgressions, the position of the transgressors within the company hierarchy of
the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and
maximum of 3 years.
(2) A transgression is considered to have occurred if the Principal after due consideration of the available
evidence, concludes that no reasonable doubt is possible.
(3) The Bidder accepts and undertakes to respect and uphold the principal's absolute right to resort to and
impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on
any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.
(4) If the Bidder / Contractor can prove that he has restored / recouped the damage caused by him and has
installed a suitable corruption prevention system, the principal may revoke the exclusion prematurely.
Tender No. 1020C19002 Page 90 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 4 - Compensation for Damages
(1) If the Principal has disqualified the Bidder from the tender process prior to the award according to
Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to
Earnest Money Deposit / Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to
terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the
Contractor liquidated damages equivalent to Security Deposit / Performance Bank Guarantee.
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject only to
condition that if the Bidder / Contractor can prove and establish that the exclusion of the Bidder from the
tender process or the termination of the contract after the contract award has caused no damage or less
damage than the amount of the liquidated damages, the Bidder / Contractor shall compensate the principal
only to the extent of the damage in the amount proved.
-------------------------------- --------------------------------
For "The Principal" For "The Bidder/Contractor"
Section 5 - Previous transgression
(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company
in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could
justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or
the contract, if already awarded, can be terminated for such reason.
Section 6 - Equal treatment of all Bidders / Contractors / Subcontractors
(1) The Bidder / Contractor undertakes to demand from all subcontractors a commitment in conformity
with this Integrity Pact, and to submit it to the Principal before contract signing
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
Contractors & Subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this pact or violate its
provisions.
Section 7 - Criminal charges against violating Bidders / Contractors / Subcontractors
If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or
a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if
the Principal has substantive suspicion this regard, the Principal will inform the Vigilance Office.
Section 8 - External Independent Monitor / Monitors (three in number depending on the size of the
contract)
(To be decided by the Chairperson of the Principal)
Tender No. 1020C19002 Page 91 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) The Principals appoints competent and credible external independent Monitor for this Pact. The task of
the Monitor is to review independently and objectively, whether and to what extend the parties comply with
the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions
neutrally and independently. He reports to the Chairperson of the Board of the Principal.
(3) The Contractor accepts that the Monitor has the right to access without restriction to all project
documentation of the Principal including that provided by the Contractor. The Contractor will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors. The Monitor is under contractual
obligation to treat the information and documents of the Bidder / Contractor / Subcontractor with
confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties
related to the Project provided such meetings could have an impact on the contractual relations between the
principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the
Management of the Principal and request the Management to discontinue or heal the violation, or to take
other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this,
the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or
tolerate action. However the Independent External Monitor shall give an opportunity to the Bidder /
contractor to present their case before making its recommendation to the Principal.
--------------------------------- ------------------------------------
For "The Principal" For "The Bidder/Contractor"
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10
weeks from the date of reference or intimation to him by the 'principal' and, should the occasion arise,
submit proposals for correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to/provided to Outside
Expert Committee members/Chairman as prevailing with Principal.
(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence
under relevant Anti-corruption Laws of India, and the Chairperson has not, within reasonable time, taken
visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner, Government of India.
(9) The word "Monitor" would include both singular and plural.
Section 9 Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the
last payment under the respective contract, and for all other Bidders 6 months after the contract has been
awarded.
Tender No. 1020C19002 Page 92 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 any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the
lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal.
Section 10 Other Provisions
(1) This agreement is subject to Indian Law, Place of performance and jurisdiction is the Registered Office of
the Principal, i.e. Mangalore. The Arbitration clause provided in the main tender document / contract shall
not be applicable for any issue / dispute arising under Integrity Pact.
(2) Changes and supplements as well as termination notices need to be made in writing. Side Agreements
have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or
consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.
--------------------------------- ---------------------------------
For "The Principal" For "The Bidder/Contractor"
(Name & Signature with Seal)
Place: Mangalore Witness 1:
Date:........................... Witness 2:
--------------------------------- ------------------------------------
For "The Principal" For "The Bidder/Contractor
Tender No. 1020C19002 Page 93 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
FORMAT-III (1) xi
CHECK LIST FOR BIDDERS
Please ensure these major Terms & Conditions before submitting you bids in order to avoid REJECTION
of your offer.
Yes / No Not
Sl Details / Terms & Conditions
Attached Applicable
1 EMD, If applicable
EMD Exempted for being MSEs / Start-up
Relevant Certificate of MSEs / Start-up Certificate from DIPP
is required to be submitted
2
In case of Women/SC/ST entrepreneurs belonging to MSE,
documentary proof submitted
Declaration & Undertaking By Micro & Small Scale Enterprises
/ Start-up Companies
Relevant Documents and confirmation towards BQC / PQC if
3
applicable
Relevant Documents and confirmation towards BEC and
4
Rejection Criteria
Duly signed and company sealed copy of Integrity Pact if
6
applicable
Duly signed and company sealed copy of whole tender
7
document
Duly filled up and attached Technical (Unpriced) Bid & all
8
applicable formats of Tender Document
Separate sheet(s) for Deviation if any, from the tender
9
conditions with seal and signature of authorized personnel
Blank copy (without price) of Schedule of Rates duly signed
10 and stamped on each page has been submitted along with
Technical Bid (Part-I)
Price for all items has been submitted as per Format in a
11 separately sealed envelope super scribing "PRICE PART" in
One original
Offer in Two bids i.e. Part I (Techno-commercial Unpriced Part
12
+ EMD) & Part II (Only Price bid as per Price Format)
Tender No. 1020C19002 Page 94 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
Matrix (To be submitted with technical bid)
A Vital criteria for acceptance of bids: - Bidder has taken any exceptions/deviations in Yes/No
their bid?
If yes, Whether bidder has indicated the same specifically in their bid? Yes/No
Whether the bid is complete & covering entire scope of work as per the bid
document? Yes/No
B Technical Rejection criteria
1 Does the bidder have financial turnover as per pre-qualification criteria as specified
in Annexure - 1 of this document. Yes/No
2 Whether the bidder is a chartered Accountant firm registered with the institute of
Chartered accountants of India with at least five years of experience since its Yes/No
registration with the institute
3 Whether the bidding firm has minimum Three partners, and any two partners
shall have more than five years' experience in the same firm Yes/No
4 Whether the bidding firm has minimum three qualified assistants(cost/chartered
Yes/No
accountant)
5 Whether the bidding firm have experience in conducting Internal audit at least in
one Public Sector and one private sector in an Oil exploration/Oil
Refinery/Petrochemical/Chemical/Fertilizers/Power Generation Utilities/Steel Yes/No
Industry /other manufacturing industry , having on annual turnover of minimum
INR 500 crores during the year of audit.
6 Whether the bidding firm have experience in conducting statutory audit at least in
one Public Sector and one private sector in an Oil exploration/Oil
Refinery/Petrochemical/Chemical/Fertilizers/Power Generation Utilities/Steel Yes/No
Industry /other manufacturing industry, having on annual turnover of minimum
INR 500 crores during the year of audit.
7 Whether the Bidding firm have experience of having successfully completed Yes/No
Internal Audit services 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 cost not less than the amount equal
to INR 2.296 Lakhs. b) Two (2) similar completed works, each costing not less than
the amount equal to INR 2.87 Lakhs; c) One (1) Similar completed work , costing
not less than the amount equal to INR 4.592 Lakhs.
Note:- "Similar completed work" is defined as statutory/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.
8 Whether the quoted price of the bidder in SOR is more than or equal to the Yes/No
Rs.5,74,000/- which is the minimum recommended fees based on ICAI guidelines
(Please refer note no.2 of SOR)
Signature of Bidder Seal
Note: Please sign and seal on both pages.
Tender No. 1020C19002 Page 95 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
Deviation statement
Bidders must state categorically whether or not their offers meets all the requirements listed in the
technical specifications. Any deviation from OMPL requirement should be listed. Any deviation
not listed in this statement shall be considered as compliance.
Vendor has to fill up this table and has to be sent along with the bid documents.
Sl COMPLIANCE REQUIREMENT Details/ Deviations/Remark
Technical Specification is read
1 Yes
and Understood
2 Technical deviations, if any
3 Commercial deviations, if any
* Deviation taken or noted elsewhere will not be considered.
Seal & Sign of the Bidder:
Tender No. 1020C19002 Page 96 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 IV
SCHEDULE OF RATES (SOR)
1. Schedule Of Rates (SOR) Format
Tender No. 1020C19002 Page 97 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-VI: Schedule Of Rates (SOR)
Unit Rate in
Total Amount in
No's INR
Sl. Description UOM INR excluding GST
(A) excluding
(C) = (A) x (B)
GST (B)
Professional charges to provide
support services for Internal Quarter
1 4
Audit as per scope of work (Detailed
breakup to be provided in Table 1)
Table 1 ( To be submitted with along with Price Bid only)
Price breakup (Quarterly) for the auditing Team deployed in OMPL for Internal audit services
No. of Unit Rate in
Mandays INR Total Price in INR
Breakup of professional charges in
Sl. UOM per excluding excluding GST
above Table
Quarter GST (C) = (A) x (B)
(A) (B)
Finance persons Deployed for support
services for internal audit in OMPL as Man
1 96
mentioned in conditions of contract days
clause 3
Technical person Deployed for
support services for internal audit in Man
2 48
OMPL as mentioned in conditions of days
contract clause 3
Total (Sl.1 to Sl.2)
Rates mentioned in the above Table 1 will be used to deduct the Quarterly invoice amount, for any attendance
shortage in the auditing team deputed in OMPL from the minimum stipulated days as mentioned in clause 3 of
conditions of contract.
Note:
i) Price quoted above is exclusive of applicable taxes (if any).
ii) Minimum recommended fees estimated based on the guidelines prescribed by The Institute of chartered
Accountants of India (ICAI) for the above mentioned professional assignment is INR 5,74,000/- for the entire
year , Bidders should take note of the same and quote accordingly.
iii) The above fee should include Travel, Lodging and any other overheads.
iv) Bidder must quote strictly as per this price bid format. The bids which do not comply with this price bid format
are liable for outright rejection. Any deviation to the enquiry/tender conditions shall be liable offer for rejection.
v) No whitener/overwriting are not allowed. The rates should be quoted in indelible ink. Cutting/any corrections
if any must be properly initiated by authorized signatory.
vi) Bids determined to be substantially responsive will be checked by OMPL for any arithmetic errors. Errors will
be corrected by OMPL as follows: (a) Where there is a discrepancy between the amounts in words and in
figures, the amount in words will govern; (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.
Name of Bidder:
Contact Details: Signature of the Bidder
Seal/Stamp of the Bidder
Tender No. 1020C19002 Page 98 of 98
|