Transcript
NAGAR PANCHAYAT BUNDU Very Short Tender 09/22-23
Letter No - 138 Date- O S o6 22
REQUEST FOR PROPOSAL
Selection of Chartered Accountant/Cost Accountant Firms For Intenal Audit of Nagar
Panchayat Bundu Internal Audit to assist in improving the accountability of use Funds and provide a
deterrent to malpractice or mismanagement.
English By Speed/ Registered post/ By Hand(Open
Tender)
1 Name of the Work
Descriptions and Objectives of the Assignment
3 Language of Documentation
Mode of submission of Bids Tender fee and Earnest Money Deposit Cost of tender fee 5000.00 (Rs Five Thousand
(EMD) (In INR) Only) Earnest Money Deposit (EMD) 20000.00 LCS (Least cost Selection Method) 6 Method of selection
7 Total Time Period 3 Years
Date of Publish of Tender 06-08-2022 up to 10:00 AM
21-08-22 up to 03:00 PM
1 Copy of Technical Proposal
1 Copy of Financial Proposal
8
9 Date of submission of bids | 10 No. Of copies Tech. and Financial
proposal for each package Date/Time of Technical Bid Opening
12 Bid Submission address 13 Helpline No.
11 23-08-22 Time 02:00 PM
Office of Nagar Panchayat Bundu
8825152708, 9905766497
Note- Details of Tender also be seen in Website www.udhd.jharkhand.gov.in
SITYT5 /38 fHiT - OS-08 22
N EN
T OF
GO
VER
NM
ENT
OF JH
ARKH
AND
NA
GA
R P
AN
CH
AY
AT
BU
ND
U
SELE
CTI
ON
OF
CH
AR
TER
ED A
CC
OU
NTA
NT
/CO
ST A
CC
OU
NTA
NTF
IRM
S FO
R
INT
ER
NA
L A
UD
IT O
F B
OO
KS
& A
CC
OU
NTS
OF
NA
GA
R P
AN
CH
AY
AT
BU
ND
U
RE
QU
EST
FO
R P
RO
POSA
L 09
-/22
-23
1|
Pag
e
GOVE
RNM
ENT
OF JH
ARKH
ANDD
UR
BAN
DEVE
LOPM
ENT A
ND HO
USIN
G DE
PART
MENT
N
AG
AR
PAN
CHA
YA
T BU
ND
U
DISC
LAIM
ER
Thou
gh a
dequ
ate
care
ha
s be
en t
aken
whi
le i
ssui
ng t
his
RFP,
the
app
lican
t C
hart
ered
Ac
coun
tant/
Cos
t A
ccou
ntan
t F
irm
sho
uld
satis
fy h
imse
lf t
hat
the
docu
men
t is
com
plete
in
all
res
pect
s. In
timat
ion
of
any
disc
repa
ncy
shal
l be
giv
en t
o t
his
offic
e (a
s m
entio
ned
belo
w)
imm
ediat
ely. I
f n
o i
ntim
atio
n is
rec
eive
d by
thi
s of
fice
wit
hin
3 da
ys f
rom
the
dat
e o
f is
sue
of
the
RFP
, th
en t
his
offi
ce s
hall
con
side
r th
at t
he
docu
men
t re
ceiv
ed b
y th
e
1.
App
lican
t Fir
m i
s co
mpl
ete
in a
ll r
espe
cts
and
that
th
e A
pplic
ant F
irm
is
satis
fied
th
at t
he
RFP
is
com
plete
in a
ll re
spec
t. U
LB
reserv
es t
he
right
to
cha
nge
any
or a
ll o
f th
e pr
ovisi
ons
of t
his
RFP
bef
ore
dat
e o
f su
bmis
sion
. S
uch
chan
ges
wou
ld b
e in
tim
ated
to
al
l pa
rties
pro
curin
g th
is R
FP b
efor
e d
ate
of s
ubm
issi
on.
UL
B r
ese
rves
the
right
to r
ejec
t an
y o
r t
he
enti
re P
ropo
sal w
itho
ut a
ssig
ning
an
y r
easo
ns
wha
tsoe
ver.
No
corre
spon
denc
e w
ill
be
ente
rtai
ned
on
thi
s ac
cou
nt.
3.
aEER
EHHi
veAi
EA
Yag
ar P
anch
ayat
Bun
du
21 P
ag
e
NA
GA
R PAN
CHA
YA
T BUN
DU
V
ery Short Tender 09/22-23 L
ette
r No
-D
ate
REQUEST FOR PROPOSAL
Selection of Chartered Accountant/ Cost
Acco
un
tant F
irms F
or In
tenal A
ud
it of
Nagar Panchayat B
undu_ te
rnal A
udit to assist in im
pro
vin
g th
e accountability of u
se Funds a
nd
provide a d
ete
rren
t to m
alp
ractic
e o
r
mism
anagement
English
By S
peed/ Registered post / B
y Hand(O
pen Tender) C
ost o
f tend
er fee 50
00
.00
(Rs F
ive
Thousand O
nly)
Earnest Money D
eposit (EM
D) 20000.00
LCS (Least cost Selection M
ethod 3
Years
06-08-2022 u
p to
10
:00
AM
21-08-22 up to 03:00 PM
1
Copy of T
echnical Proposal |1 C
opy of Financial Prop
osal
1 N
ame of the W
ork
2
Descriptions an
d O
bjectives of th
e A
ssignment
3 | L
anguage of Docum
entation 4
Mode o
f submission o
f Bids
Tender fee and E
armest M
oney Deposit
(EMD
) (In INR
)
6 7 T
otal T
ime P
eriod
8 D
ate of P
ublish of T
ender
Meth
od
of se
lectio
n
9 D
ate
of subm
ission of bid
s 10
No
. Of copies T
ech. and
Financial
proposal for each package 1
1
Date/ T
ime o
f Tech
nical B
id O
pen
ing
2
3-0
8-2
2 T
ime 0
2:0
0 P
M
12
Bid Subm
ission address 1
3
Helpline N
o. Office of Nagar Panchayat Bundu 8825152708, 9905766497
31Page
GOVERNMENT OF JHARKHAND
NAGAR PANCHAYAT BUNDU
Selection of Chartered Accountant/ Cost Accountant Firmsfor Internal Audit of Nagar Panchayat Bundu
1. The Additional Chief Secretary, Urban Development and Housing Department, Government of Jharkhand (GoJ), provides guidance to Municipal Corporations, Nagar Parishad, Nagar Panchayat and NACs in performing their day to day activities in adherence to the policies, procedures and guidelines provided by the Urban
Development and Housing Department, to achieve effective good urban governance.
2. The Department, in its supervisory role, monitors the functioning of the ULBs against key parameters such as the tax collections, project and civic works executed, the implementation of the schemes of the Government, Urban Reform implementation etc. t also includes the supervision of the regulatory and developmental functions of the ULBs.
3. The 74th Constitutional Amendment Act, 1992 (CAA) gave constitutional status to
ULBs in India and empowered them to function as local self-governments to provide
good urban governance. One of the many facts of improved good urban governance is
maintaining of complete set of accounting records to ensure accountability and
transparency in all government functions. This necessitates all ULBs to convert their
existing accounting and financial management system to such methods which have
wide acceptance.
4. Subsequent to the 74th Constitutional Amendment, the role and functions of the ULBs
has vastly expanded. The Central and State Governments, as also other agencies, have
been providing the ULBs large sums of money to enable them to effectively discharge
their duties and functions. The national reforms agenda for the urban sector includes
reforms in municipal accounting practices and strengthening of financial discipline. As
a step in this direction, it is proposed to introduce a system of Internal Audit. Internal
audit will assists in improving the accountability of use funds and provide a deterrent
to malpractice or mismanagement 5. The last date for submission of Bids is 21-08-2022 upto 3:00 PM
6. All communications should be addressed to:( To the Executive fficer, Nagar Panchayat Bundu, Block Road, Bundu, 835204)
4| Page
To, The Executive Officer.
Nagar Panchayat Bundu, Block Road, Bundu, 835204
7. Later also, the Financial Bid of Technically qualified bidders will be opened before the
duly constituted committee at suitable time, date and place and date of opening of financial bid will be communicated to the technically qualified bidders.
8. The tender shall be submitted in the Office of Executive officer, Executive Officer,
Nagar Panchayat Bundu, Block Road Bundu, 835204, Date 21-08-2022 upto 3:00 PM Time 2:00 PM either by registered post/Speed post or by hand. ULB will not be held responsible for the postal delay, if any, in the delivery of the document or
non-receipt of the same.
9. Submission of Proposal: Bidders shall submit their proposals at the address
andwithin the time frame as specified in the RFP.
a. The technical Proposal shall be submitted in a sealed cover super scripted "Technical Proposal For Internal Audit" with the all documents inside as per list
of document given in RFP.
b. The financial Proposal shall be submitted in a sealed cover superscripted "Financial Bid for Internal Audit the duly filled in Financial Proposal Formats
given in RFP.
The above mentioned 2 sealed cover shall be kept in an envelope of bigger Size C.
and shall be properly sealed and superscribed with the name of Firm, its
Address and name of the work as given in the RFP.
10. The undersigned reserves the right to accept or reject all proposals without assigning any reason. It also reserves the right to postpone or to cancel the invitation and pre-bid
meeting.
ExeGutiveepiisera NagarPanchavat Bundu
51P age
MIN
IMU
M E
LIG
IBIL
ITY
CR
ITE
RIA
1.1.
T
ech
nic
al c
apab
ilit
ies:
1.1.
1.
Ch
arte
red
Acc
ou
nta
nt/
Co
st A
cco
un
tan
t F
irm
sh
ou
ld h
ave
mo
re t
han
5
years
of
ex
peri
en
ce o
f w
ork
ing
in
th
e I
nte
rnal
an
d s
tatu
tory
au
dit
of
Bo
ok
s o
f A
cco
un
ts/A
BD
EA
S i
n U
LB
s/ o
ther
Go
ver
nm
ent
sect
or/
PS
Us
in I
ndia
.
Th
e
Fir
m
mu
st
be
reg
iste
red
w
ith
IC
AI
(In
stit
ute
o
f C
hart
ere
d
Acco
un
tan
ts o
f In
dia
)/ I
CW
AI
(In
stit
ute
of
Co
st &
Wo
rksA
cco
un
tan
ts
of
Indi
a) a
nd
ope
rati
onal
in
In
dia
sin
ce l
ast
5 (
Five
) y
ears
fro
m t
he
dat
e of
pub
lish
of th
is R
FP
an
d m
ust
rem
ain
ope
ratio
nal t
here
aft
er.
1.1
.2.
Th
e fi
rm s
ho
uld
hav
e at
leas
t 3
Ch
arte
red
Acc
ou
nta
nts
an
d 1
0 (
Ten
)
emp
loy
ees
incl
ud
ing
art
icle
s o
n t
heir
pay
roll
. 1.
1.3
Th
e F
irm
mu
st n
ot
hav
e b
een
bla
ck
list
ed
or
Deb
arr
ed
by
an
y s
tate
Gov
t. /
Go
vt.
Ag
ency
/PS
U/G
ol
du
rin
g l
ast
thre
e y
ears
fro
m t
ime
of
1.1.
4.
sub
mis
sio
n o
f te
nd
er.
Th
e fi
rm m
ust
su
bm
it a
n a
ffid
avit
to
th
is e
ffec
t
sign
ed b
y au
tho
rized
sig
nato
ry a
s m
en
tio
ned
in
th
e R
FP
1.1.
5.
Join
t ven
ture w
ith
oth
er
firm
s is
no
t pe
rmit
ted
for
this
ass
ignm
ent.
1.2.
F
inan
cial
cap
acit
y
Ave
rage
An
nu
al t
urn
ov
er o
f th
e F
irm
fro
m C
onsu
ltanc
y se
rvic
es
in
last
3 (t
hre
e)
Fin
an
cia
l y
ears
(2
01
9-2
0,
20
20
-21
an
d 2
02
1-2
2)
mu
st
be e
qual
or g
reat
er th
an
5 L
akh
s (F
ive
Lak
hs)
per
an
nu
m.
1.2.
1.
2 L
AN
GU
AG
E O
F T
HE
PR
OP
OS
AL
App
lican
t F
irm
s are re
quir
ed t
o fu
rnis
h a
ll i
nfo
rmati
on
an
d d
ocum
ents
, as
call
ed
for
in
this
D
ocu
men
t,
in
En
gli
sh
Lan
gu
age.
A
ny
p
rin
ted
li
tera
ture
furn
ishe
d b
y t
he
App
lica
nt F
irm
may
be
in a
no
ther
lan
guag
e. p
rov
ided
th
at
this
lit
erat
ure
is
acco
mp
anie
d b
y a
n E
ng
lish
tra
nsl
atio
n,
in w
hic
h c
ase,
fo
r th
e
pu
rpo
se
of
inte
rpre
tati
on
o
f th
e d
ocu
men
t,
the
Eng
lish
v
ersi
on
d
uly
auth
enti
cate
d w
ill p
reva
il.
2.1
3.
SIG
NIN
G O
F T
HE
PR
OP
OS
AL
The
ori
gina
l P
ropo
sal
shal
l be
pri
nted
, ty
ped
or w
ritt
en i
n in
k, a
nd
shal
l be
sign
ed
by
a
per
son
or
pers
on
s du
ly a
uth
ori
zed
to
sign
o
n b
ehal
f o
f th
e A
ppli
cant
Fir
m.
All
page
s o
f th
e P
rop
osa
l an
d w
her
e en
trie
s o
r am
end
men
ts
3.1
71 P
age
hav
e
been
m
ad
e
shall
b
e
init
iall
ed
b
y t
he
pers
on
o
r p
ers
on
s
sig
nin
g th
e
Prop
osal
. T
he
Pro
po
sal
shal
l o
rdin
aril
y c
on
tain
no
alt
erat
ion
s o
r ad
dit
ion
s, e
xcep
t th
ose
to
co
mp
ly w
ith
in
stru
cti
on
s is
sued
by
th
e D
ep
art
men
t, o
r as
may
be n
ecess
ary
to c
orr
ect
err
ors
mad
e b
y t
he a
pp
lican
t in
wh
ich
case t
he p
ers
on
or
pers
on
s
sign
ing
the
Prop
osal
sha
ll i
niti
al s
uch
cor
rect
ions
.
3.2
CO
ST
OF
PR
OPO
SAL
Th
e A
pplic
ant
Fir
m s
hal
l b
ear
all
co
sts
ass
ocia
ted
wit
h t
he
prep
arat
ion
an
d
sub
mis
sio
n o
f it
s Pr
opos
al,
incl
udin
g co
st
of
pres
enta
tion
fo
r th
e p
urp
ose
s o
f
clar
ific
atio
n o
f th
e P
rop
osa
l, i
f an
y.
4.1
Dep
artm
ent
in
no
case
shal
l b
e
resp
onsi
ble
or
liab
le
for
an
y su
ch
co
sts
reg
ard
less
of
the
con
du
ct o
r o
utc
om
e o
f th
e b
idd
ing
pro
cess
. 4.
2
RIG
HT
T
AC
CE
PT
/RE
JEC
T P
RO
PO
SA
LS
:
The
dec
isio
n o
f th
e U
LB,
reg
ard
ing
th
e o
pen
ing
of
Pro
po
sals
, ev
alu
atio
n a
nd
acce
pta
nce
of
the
Pro
po
sal
shal
l b
e fi
nal
and
bin
din
g o
n a
ll t
he
Ap
pli
can
t 5.
1
Fir
ms.
PERF
ORM
ANCE
GUAR
ANTE
E:
6.
Th
e su
cces
sful
ap
pli
can
t sh
all
pro
vid
e a
Ban
k G
uar
ante
e am
ou
nti
ng
to
2%
of
the P
roje
ct a
mo
un
t to
ward
s P
erf
orm
an
ce G
uara
nte
e i
n f
av
ou
r o
f "E
xecu
tiv
e
Off
icer
Nag
ar P
anch
ayat
bun
du, o
f th
e U
LB f
or t
he a
gree
men
t per
iod"
.
6.1
SIG
NIN
G O
F A
GRE
EMEN
T 1.
Th
e su
cces
sful
Ap
pli
can
t F
irm
wil
l re
po
rt i
n t
he
offi
ce o
f U
LB
, w
ith
req
uir
ed
non-
judi
cial
pap
er o
f ap
pro
pri
ate
amo
un
t, t
o b
e p
urc
has
ed f
rom
th
e s
tate
of
Jhar
khan
d on
ly,
wit
hin
15
(fif
teen
) da
ys,
for
sig
nin
g t
he
form
al a
gre
emen
t b
etw
een
th
e p
arti
es.
7.1
Th
e si
gnin
g o
f th
e ag
reem
ent
shal
l ta
ke
pla
ce
on
ly
afte
r fu
rnis
hin
g
of
perf
orm
ance
gu
aran
tee.
T
he
agre
emen
t w
ill
be
sign
ed
by
the
lega
lly
auth
oriz
ed p
erso
n o
f the
App
lica
nt F
irm
as
stat
ed i
n R
FP.
If t
he
app
lica
nt
fail
s
7.2
to
sign
th
e ag
reem
ent
in
the
spec
ified
ti
me
perio
d,
the
perf
orm
ance
gu
aran
tee,
sha
ll b
e fo
rfei
ted.
8. T
IME
SC
HE
DU
LE
OF
CO
NS
UL
TA
NC
Y:
8.1
The
C
hart
ered
Acc
ount
ant/C
ost
Acc
ount
ant
Firm
, th
us s
elec
ted,
wou
ld b
e ex
pect
ed to
pro
vide
ser
vice
s w
ithi
n th
e ti
me
fram
e as
fin
aliz
ed b
y th
e U
LB.
8|P
ag
e
GEN
ERA
L O
UT
PUT
S A
ND
TIM
ELIN
E EX
PEC
TED
FR
OM
FIR
M:
Th
e as
sign
men
t is
o
utp
ut
bas
ed
.Th
e ex
pect
ed
ou
tpu
ts
an
d
del
iver
able
s fo
r
Ch
arte
red
Acc
ount
ant/
Cos
t A
cco
un
tan
t F
irm
wo
uld
b
e as b
elo
w d
urin
g pe
riod
of
assi
gnm
ent:
Qua
rter
ly A
ud
it R
epor
t in
clud
ing
Uti
lisa
tio
n c
ert
ific
ate
fo
r v
ari
ou
s sc
hem
es
sho
uld
be
stru
ctu
red
as p
resc
ribe
d in
An
nex
ure
-2
9.1
Uti
lisa
tio
n
cert
ific
ate
o
n
cu
mu
lati
ve
basi
s fo
r v
ari
ou
s sc
hem
es
e.g
Cen
tral
Fin
an
ce
Co
mm
issio
n
Gra
nt,
Sta
te
Gra
nt,
NU
LM
, SB
M,
Sm
art
C
ity,
Hou
sing
Sch
emes
, A
MR
UT
& O
ther
sch
em
es
as m
ay
be
requ
ired
du
rin
g t
he p
erio
d o
f
9.2
au
dit
.
su
bm
itte
d
toM
un
icip
al
9.3
All
the
ab
ov
e
deli
vera
ble
s sh
all
be
Co
mm
issi
on
er/
Ex
ecu
tiv
e O
ffic
er o
f co
ncern
ed
UL
B i
n b
oth
Hard
co
py
as w
ell
as s
oft
co
py
(in
PD
F f
orm
at).
Th
e A
ud
ito
r sh
ou
ld r
epo
rt t
he
min
or
irre
gula
riti
es;
wro
ng
calc
ula
tio
ns
etc
. to
the
UL
B i
mm
edia
tely
aft
er
dete
cti
on
so
th
at
the s
am
e m
ay
be g
et r
ecti
fied
on
9.
4
the s
po
t.
Th
e A
ud
ito
r sh
ou
ld s
ub
mit
Qua
rter
ly r
epo
rt w
ith
in 3
0 da
ys o
f en
d o
f th
e
qu
art
er
posi
tive
ly c
over
ing
all
the i
rreg
ular
itie
s d
ete
cte
d d
urin
g co
urse o
f th
e
9.5
au
dit
.
10
. IN
FO
RM
AT
ION
FO
R F
IRM
FO
R S
UB
MIT
TIN
G T
HE
PR
OP
OS
AL
: 10
.
10
.1
TE
CH
NIC
AL
PR
OP
OS
AL
Bid
ders
sh
all
sub
mit
th
e te
chn
ical
pro
posa
l in
th
e fo
rmat
s gi
ven
RF
P.
Wh
ile
subm
ittin
g th
e T
ech
nic
al Pr
opos
al, t
he
Bid
der
sha
ll, i
n p
artic
ular
, en
su
re t
hat
:
10
.1.1
C
Vs
of
all
Key
Pers
on
nel
hav
e b
een
in
clu
ded
10
.1.2
N
o al
tern
ativ
e p
rop
osa
l fo
r an
y K
ey P
erso
nn
el i
s b
ein
g m
ade
an
d C
V f
or
each
po
siti
on
has
bee
n f
urn
ish
ed;
10
.1.3
T
he
CV
s h
ave
bee
n r
ecen
tly
sig
ned
an
d d
ated
, in
blu
e in
k b
y t
he r
esp
ecti
ve
Pers
on
nel
an
d
Co
un
ters
ign
ed
b
y
the
Bid
der
. P
ho
toco
py
o
r u
nsi
gn
ed
/co
un
ters
ign
ed C
Vs
shal
l b
e re
ject
ed;
10
.1.4
T
he
CV
s sh
all
con
tain
an
un
dert
ak
ing
fro
m t
he r
esp
ecti
ve
Key
Pers
on
nel
abo
ut
his
/her
avai
lab
ilit
y f
or t
he
du
rati
on
sp
ecif
ied
in
the
RFP
;
10
.1.5
F
ailu
re t
o c
om
ply
wit
h t
he
req
uir
em
en
ts s
pel
t o
ut
in a
bo
ve
Cla
use
sh
all
91 P
ag
e
make the Proposal liable to be rejected.
10.1.6 If an individual Key Personnel makes a false information regarding his qualification, experience or other particulars, he shall be liable to be
debarred for any future assignment of Urban Development and Housing Department for a period of 3 (three) years. The award of this Consultancy
to the Bidder may also be líable to cancellation in such an event.
10.1.7 MC/EO of concerned ULB reserves the right to verify all statements,
information, and documents submitted by the Bidder in response to the
RFP.
10.2 FINANCIAL PROP0SAL:
Bidders shall submit the financial proposal in the prescribed format which
is attached in this RFP ("Financial Proposal") clearly indicating the totalI cost of the Consultancy, in Indian Rupees. The total amount /Cost will be
considered. It's signed by the bidder's authorized representative. In the
event of any difference between figures and words, the amount indicated
in words shall prevail. While submitting the Financial Proposal, the Bidder shall ensure the
following:
10.2.1
10.2.2
All the costs associated with the assignment shall be included in the
Financial Proposal. The Financial Proposal shall take into account all expenses and tax
liabilities per month not more than 40,000.00 (Forty thousand only )
excluding GST) Costs shall be expressed in INR.
11. EVALUATION OF THE PROPOSAL (LCS):
11.1 Technical Evaluation: =
Proposals are to be submitted in two covers. Technical covers are opened first and
evaluated. Those securing less than the minimum are rejected and the financial
cover of the rest are opened. The qualified bidders will be intimated about the
opening of price bid. Proposal is to be evaluated in "LCS (Least cost Selection)
Method". Proposal will be evaluated on the basis of Technical & Financial Proposals
submitted by the Bidder. Financial Proposal of only those Bidders will be opened
who have secured a minimum of 70 marks in Technical Evaluation. The Proposals
submitted will be evaluated using the following criteria:
10 | P a ge
S. No. Criteria Marks
Firm's General Experience & Experience in similar 1 60
assignments
Manpower strength, experience of Team Leader &other key
professionals 40
2
Total Points- 100
11.1.1 The number of points to be given under each evaluation sub-criteria for firm's
general experience in the field of assignment is:
S. Criteria Marks Description
No. General Experience of the firm: Experience Up to 5 Years
2.5 marks for each (Bidders must submit incorporation certificate of the firm and work
Maximum additional Year up to 11
Year. 15 Marks
orders/contract Agreement documents) Experience in similar nature of work:
Up to 3 completed projects/assignments.
O Marks Number of Completed projects For
Internal Audit / Statutory Audit of ULBs/any Central/State Govt.
department Govt/PSUs in the last 5
2.5 mark for each
additional 2
financial years. project/assignment
Maximunm Bidders must submit work orders/contract agreements documents.
For this purpose one work order will
count for one project/assignment Average Annual Turnover consultancy services during last 3 Financial years will
be at least 25 lakhs
(Example: -A firm completed| 35 Marks 7 projects will get 10 marks.)
5 Lakhs
1 mark for every additional 1 lakhs. Maximum
3 10 Marks (Bidders must submit certificate for
turnover along with Balance Sheet and
P/LA/C. The last three Financial year
should be read as FY : 2014-15 and 2015-
(Example: - A firm having
turnover of 15 Lakhs will get
10 marks.)
16 and 2016-2017) 60 Total Marks
11 | P a ge
11
.1.2
Th
e
nu
mb
er
of points
to
be given
un
der
each
ev
alu
atio
n
su
b-c
riteria
fo
r
co
mp
ete
nce/e
xp
erie
nce o
f key staff fo
r th
e a
ssign
men
t is: (Pl. atta
ch
ed
th
e
relevant proof) P
ositio
C
Criteria
Marking
Max
iu
SI m
n M
ark
s
0. O
Mark
s F
or3
years o
fexp
erience.
1.
Min
imu
m 3 y
ears o
f exp
erience in
rele
van
t field.
Team
Leader
2.5
m
ark
sfo
reach
ad
ditio
naly
earo
fe
xp
erie
nce u
p to
11
Year.
Cu
m
(Bidders m
ust s
ub
mit ex
perien
ce
Certificate)
Au
dit
Manager
(1 Person)
Max
imu
(E
xample:-
A C
.A h
avin
g
exp
erience o
f 7 years
will g
et10
marks.)
m2
0
Mark
s 0 M
ark
s F
or a
vera
ge 2 y
earsO
f
ex
perie
nce.
2 M
in
im
um
2y
earsO
fav
erag
eex
perien
c
ein
rele
van
t field
Audit
Assista
nt
(As per
requ
irem
en
t if
UL
B
(Bid
dersm
ust su
bm
it ex
perie
nce
Max
imu
certific
ate
5
m 2
0
mark
sfo
reach
ad
ditio
naly
earo
f
ex
perie
nceu
p to
6 Year.
ofAuditA
ssistant.) M
ark
s
req
uire
d
(Ex
amp
le:-A
ud
it Assista
nts
hav
ing
av
era
ge ex
perien
ce of4
years w
ill get1
0 m
arks.)
mo
re
than
1 A
ud
it A
ssistan
t
,on
that situ
ation
th
e
av
era
ge
exp
erien
ce o
f all
au
dit
assis
tan
t
will b
e
con
sider
To
tal Marks
Grand T
otal 1
1.1
.1+
11
.1.2
)| 1
00
4
0
No
te Ch
arte
red
Accountant/C
ost Acco
un
tan
t Firm
s wh
o w
ill secu
re m
inim
um
70
Mark
s ou
t
of a
bo
ve 1
00
Mark
s in T
ech
nic
al E
valu
ation
, will onlyeligible fo
r op
enin
g o
f Fin
an
cia
l
Bid.
11
.2
PU
BL
IC O
PE
NIN
G A
ND
EV
AL
UA
TIO
N O
F F
INA
NC
IAL
BID
11
.2.1
Pu
blic O
pen
ing
of F
inan
cial Pro
po
sals
11
.2.1
.1 A
t the p
ub
lic op
en
ing
of F
inan
cial Pro
po
sals, Co
nsu
ltan
t's rep
rese
nta
tives w
ho
cho
ose to
atte
nd
will sig
n o
n A
ttend
ance S
heet.
11
.2.1
.2 T
he m
ark
s of e
ach
Tech
nical P
rop
osa
l that m
et th
e m
inim
um
Mark
of 7
0 w
ill be
read o
ut alo
ud
and
their fin
ancial p
rop
osal w
ill be o
pen
.
12 | P ag
e
11.2.1.3 Each Financial Proposal will be checked to confirm that it has remained sealed and unopened.
11.2.1.4 The ULB's representative will open each Financial Proposal. Such representative will read out aloud the name of the Consultant and the total price shown in the Consultant's Financial Proposal. This information will be recorded
in writing by the representative. 11.2.1.5 Evaluation will be done by Procurement Committee, constituted at ULB Level.
11.2.2 Evaluation of Financial Proposals:LCS[Least cost Selection) Method
13| P a ge
12.THE MANDATORY KEY POSITIONS FOR THE ASSIGNMENT: (As per Clause-4 of The TOR)
S.No. Position Qualifications, Skills and Experience
Team
Leader/Audit Manager 1. Chartered Accountant/Cost Accountant with at least 3 years of
relevant experience;
1
2. Must have successfully managed & completed at least 1 nos of similar assignments in Audit of Books and Accounts in Govt. Department.
3. Fluent in Hindi and English; 4. Proficiency in use of Tally
2 Audit Assistant 1. Commerce Graduate /Article Assistant (CA/Costing Intermediate
completed &1 years of article-ship) with at least 2 years of relevant
Experience 2. Fluent in Hindi/English
3. Proficiency in use of Tally.
13.AMENDMENT OF RFP:
13.1At any time prior to the deadline for submission of Proposal, ULB, for any
reason, whether at its own initiative or in response to clarifications requested
by an Applicant Firm, modify the RFP document by the issuance of Addendum/
Amendment.
13.2In order to afford the Applicant firms a reasonable time for taking an
amendment into account, or for any other reason, the ULBmay, in its sole
discretion, extend the Proposal Submission/0pening Date.
14.PAYMENT SCHEDULE Payment shall be made in four equal instalments after submission of quarterly reports.
15. INCOME TAX:
Income tax will be deducted from each bill as applicable and certificate to this effect
shall be issued in due course in prescribed format.
16. GST and other Tax:
The quoted rate should be inclusive of all taxes excluding GST. GST will be paid as per
the current prevailing rates.
17.PRICE:
The rate should be inclusive of all kind of taxes and duties excluding GST. The Firm will
be required to submit justification to substantiate the price break-up of the rate quoted
in price bid.
14 P a ge
18.INSURANCE:
No in
suran
ce charg
e in an
y sh
ape w
ill be p
aid b
y th
e dep
artmen
t. How
ever the F
irm
may
insu
re their staff an
d eq
uip
men
t for dam
age o
r loss in transit o
r du
ring
the w
ork,
at th
eir ow
n cost. D
epartm
ent w
ill no
t be resp
on
sible for an
y loss for th
e dam
age to
the
equipment o
r p
erso
n fo
r an
y u
nfo
reseen r
easo
ns.
19
.SU
BM
ISsIO
N, O
PE
NIN
G A
ND
EV
AL
UA
TIO
N O
F P
RO
PO
SA
L
19.1 S
ub
missio
n o
f Pro
po
sal: T
he
RF
P
fee alo
ng
w
ith
the
Earn
est Money
and
all
related d
ocu
men
ts as d
escribed
in RFP sh
ou
ld b
e in a sealed co
ver w
hich
will b
e received in the office
of
Ex
ecutiv
e Officer, N
ag
ar P
an
ch
ay
at, B
un
du
, Blo
ck R
oad
, Bu
nd
u 8
35
20
4,
Mob-8825152708, 9905766497
Fees: C
over-1-Technical P
roposal
Cover-2-F
inancial Proposal
In Cover-1, A
ll details as asked in this RFP is to be submitted, The B
id will1
be tre
ate
d a
s n
on
-respo
nsiv
e if the re
lev
an
t do
cu
men
ts as m
en
tion
ed
in th
e N
IT
is missin
g
In C
ov
er-2, duly filled F
inan
cial Proposal in
the fo
rmat
as given
in th
is
RF
P is to
be su
bm
itted.
Th
e ab
ov
e m
en
tion
ed
sealed c
ov
ers sh
all be kept in
an
envelope of bigger
Size an
d sh
all be properly se
ale
d a
nd
su
per sc
ribed
with
the
nam
e o
f Firm
, its
add
ress, as given in
the R
FP
.
20
T
OR
:
Th
e n
ote
s
to
Ch
arte
red
Acco
un
tant/C
ost A
cco
un
tan
t Firm,
oth
er
term
s &
co
nd
ition
s,
deta
iled
sco
pe o
f wo
rk a
nd
TO
R sh
all be p
art o
f the A
greement.
21
A
DD
RE
SS
:
Th
e b
idd
er w
ill hav
e to
furn
ish h
is full perm
an
en
t ad
dre
ss in th
e bid
do
cu
men
t along
with
the n
am
e o
f no
dal p
ers
on
for th
is project along with
Ph
on
e N
o., Fax
No., M
ob
ile N
o.
an
d e
-mail a
dd
ress. If a
ny
lette
r is sen
t at th
e given a
dd
ress by F
ax
or e
or by p
ost
do
es
no
t reach
him
o
r retu
rn
s u
nd
eliv
ere
d, it w
ill be d
eem
ed
to
hav
e re
ach
ed
to
the
bid
der, o
nce th
e le
tter is posted in
po
st office, sen
t by em
ail o
r s
en
t through fax.
22
D
UR
AT
IO
N O
F T
HE
AS
SIG
NM
EN
T
22
Th
e d
ura
tion
of th
e assig
nm
ent sh
all b
e 3 Y
ears.
15
P a 8
e
/23
O
TH
ER
TE
RM
S A
ND
CO
ND
ITIO
NS
23
.1
Th
e Ch
artered A
cco
un
tan
t/Co
st Acco
un
ta firm
shall ab
ide b
y th
e instru
ction
s
issued by theU
LB to him from
time to tim
e for the timely com
pletion of the
assig
ned
serv
ices.
23
.2
An
y
en
tity
wh
ich
h
as
been
b
arre
d
by
th
e
Cen
tral G
ov
ernm
ent,
an
y
State
Go
vern
men
t, a sta
tuto
ry a
uth
ority
or a
pu
blic se
cto
r un
derta
kin
g, a
s the case
may
be, I
ro
m p
artic
ipatin
g in
an
y p
roject, a
nd
the b
ar s
ub
sis
ts a
s o
n th
e d
ate
of
Pro
po
sal, wo
uld
no
t be elig
ible to
sub
mit a P
rop
osal eith
er by
itself or th
rou
gh
its Asso
ciate.
23
.3
An
Ap
plic
an
t Firm
or its A
ssocia
te sh
ou
ld
hav
e, d
urin
g th
e
last th
ree y
ears,
neith
er failed
to
perform o
n a
ny
agreem
ent,
as e
vid
en
ced
by imposition
of
a
penalty by an
arb
itral
or judicial authority
or
a judicial
pro
no
un
cem
en
t o
r
arb
itratio
n a
ward
ag
ain
st the A
pp
lican
t Firm
or its A
ssociate, n
or b
een
ex
pelle
d
from
an
y p
roject
or a
gre
em
en
t n
or h
av
e
had
an
y a
gre
em
en
t term
inate
d fo
r
bre
ach
by such
Applicant F
irm o
r its A
sso
cia
te.
16
| P a ge
TOR FOR CHARTERED ACCOUNTANT/CoST ACCOUNTANT FIRMS
The 74th Constitutional Amendment Act, 1992 (CAA) gave constitutional status to ULBs in India and empowered them to function as local self-governments to provide good urban governance. One of the many facets of improved good urban governance is maintaining of complete set of accounting records to ensure accountability and transparency in all government functions. This necessitates all ULB to convert their existing accounting and financial management system to such methods which have wide acceptance.
Subsequent to the 74th Constitutional Amendment, the role and functions of the ULBs has vastly expanded. The Central and State Governments, as also other agencies, have been providing the ULBs large sums of money to enable them to effectively discharge their duties and functions. The national reforms agenda for the urban sector includes reforms in municipal accounting practices and strengthening of financial discipline. As a step in this direction, it is proposed to introduce a system of Internal Audit. Internal audit will assists in improving the accountability of use funds and provide a deterrent to malpractice or mismanagement.
1.1
1.2
2. SCOPE OF SERVICES/ WORK
Auditor has to cover the following activity during internal audit of ULB's accounts:
Internal Auditor should see the compliance of Jharkhand Municipal Act, Jharkhand Municipal Accounts manual and related rules and regulations as well as related directives by Department. In its report there must be a separate section for non-compliance of rules/directives of Department
2.1
Report on compliance of Jharkhand Municipal Accounting Manual, Jharkhand
Municipal Accounts Rules and Jharkhand Municipal Budget Manual with special attention to following areas:
2.2
All Receipts to be brought to account
Collections to be deposited into bank on the same day Grant related compliance TDS, GST and all Taxes filling related work. Prepare Balance Sheet, Support to Budget Preparation and other Financial Work.
Report and quantify all major Own revenue losses and opportunities lost or missed including in the area of Property Tax, Rental of Municipal properties, Advertisement
Taxes/Fees, Sairatetc.;
2.3
Check on audit trail of all collection of Taxes and Non-Taxes either through staff or out sourced agency and report of any lapses in controls, if any and also advise
recommendations to strengthen the prevailing processes;
2.4
Internal auditor shall also report on presence or absence of a system of issuance of
utilisation certificate for the different schemes for any utilisation made during the
reporting period; where there is no system for issuance of UCs, the Internal Auditor
2.5
18| P age
report shall prepare Utilisation Certificate for various schemes/grants as per the
guidelines of such scheme.
2.6 Internal Auditor shall also, provide support to the ULB management for improve the internal control system;
Internal Auditor should report instances of losses, failures or inefficiencies and
recommendations and/or measures which can be taken to avoid their recurrence in 2.7
future.
2.8 Internal Audit shall cover all the payment related to contracted works, purchase bills,
advances refund of all kind of work related deposits, all kinds of consultancy fees and
contingent bill of ULB according to the rules and regulation as per Jharkhand Municipal Act 2011, Jharkhand Municipal Accounts manual.
2.9 Internal Auditors must be well versed with the Municipal Act and Rules enforced in Jharkhand state before start of the Internal Audit.
2.10 Auditor will ensure in each payment that terms & conditions of tenders and rate offers should be according to procurement law and policies.
2.11 Auditor will ensure that Expenditure incurred is within the Budget provision allocated
to particular head and prepare a monthly report of head wise budgeted amount, expended amount and balance amount.
2.12 Auditor will ensure that the fixed deposit and other funds should be in scheduled banks/Approved financial institutions and should earn maximum interest at their
gestation period. 2.13 Auditor will ensure that all the expenditure i.e. Construction work, Material
Procurement, Electric Bill, Telephone Bill, Diesel, Petrol, Vehicle Bill, House Rent etc. is
advised for payment only after the process ofinternal audit.
Auditor will ensure that all the expenditure related with establishment ie. Salary,
Travel expenditure, travel advance etc. is advised for payment only after the process of 2.14
Internal Audit.
Auditor will ensure that all the revenue receipts should be internal audited and bank
entry should be reconcile with cash & bank book. 2.15
2.16 Auditor will ensure that all the sanctioned advances should be internal audited and then advised for payment to disbursement officer.
Auditor will ensure that all the security deposit and earnest money deposited in
tender/agreement process should be deposited in the bank immediately. Similarly
refund of these security deposit and earnest money deposit should be made in time.
2.17
2.18 Auditor will ensure that all kind of tax deduction i.e. GST, Income tax, provident fund
etc. Should be deducted from the payments as applicable, deposited properly and also
should be properly recorded in appropriate ledgers.
2.19 Auditors will ensure for proper store accounting and physical verification of goods &
materials in every six month.
19| P age
Auditor w
illensure preparation of annual B
udget and its approval from ULB B
oard. 2.20 2
.21
A
ud
itor w
ill pre
pare
ban
k reco
nciliatio
n sta
tem
en
t mo
nth
ly w
ith se
para
te re
po
rting
on
ban
k d
ep
osit a
nd
inte
rest e
arn
ed
.
Au
dito
r w
ill en
sure
th
at
all fin
ancial
rep
orts
sho
uld
b
e
up
date
d
mo
nth
ly
in
dep
artm
en
t's w
eb
site.
2.22
Au
dito
rs shall e
nsu
re th
at all th
e o
bse
rvatio
n a
nd
findings during the c
ou
rse o
f inte
rnal
aud
it for each ULB
should be furnished quarterly/yearly to ULB including detailing
ab
ou
t the com
pliance repo
rts with
pending repo
rts etc
.
2.23
2.2
4
Intern
al A
ud
itor
sho
uld
en
sure
im
plem
entatio
n
of
accrual
based
d
ou
ble
en
try
accounting system
in U
LB
.
2.2
5
Any o
ther a
reas/re
po
rting
/certific
atio
n a
s m
ay
be required a
nd
dire
cte
d by U
LB
.
It is expected that th
e se
lecte
d In
tern
al A
ud
it Firm
shall fo
llow
Sta
nd
ard
s o
n In
tern
al
Au
dit g
uid
elines issu
ed b
y In
stitute o
f CA F
irms/C
ost A
ccou
ntan
t firms o
f India. (ICA
).
3.
AC
TIV
ITIE
S B
AS
ED
ON
SC
OP
E O
F W
OR
K:
3.
With
reference to
the sco
pe o
f wo
rk follow
ing activities is d
esired to
meet th
e goal:
3.1
T
he firm
engaged for In
tern
al A
ud
itor w
ill en
su
re th
at all th
e expenditure an
d
receipt/in
com
e excluding pay
& allo
wan
ces, telephone bill, electricity bill (these
bills
will
be
au
dite
d
afte
r payment)
is tra
nsacte
d only
afte
r the
pro
cess
of
Inte
rnal A
ud
it.
3.2 T
he in
tern
al a
ud
itor sh
all en
su
re th
at all th
e p
aym
ent o
rders a
re m
ade, b
ills are
cle
are
d a
nd
cheques are issu
ed
only afte
r the in
tern
al a
ud
itor c
ertifie
s that th
e
pay
men
t is in a
cco
rdan
ce w
ith th
e Jh
arkh
and
Municipal A
ct, 20
11
, Jhark
han
d
Municipal
Man
ual &
Rules,
sch
em
e guidelines o
f instru
ctio
ns,
G.O
s. C
irculars,
Dep
artm
en
t ord
er.
3.3 T
he in
tern
al a
ud
itor sh
all a
lso en
su
re th
at th
e re
so
lutio
n o
f Go
vern
ing
Body,
wh
ich
vio
late
s rule
o
r guideline etc., th
e sam
e sh
all be im
med
iately brought to
the n
otic
e o
f the c
on
cern
ed
Municipal C
om
mis
sio
ner/E
xecu
tive O
fficer/Special
Offic
er U
LB
.
3.4
T
he in
tern
al a
ud
itor sh
ou
ld b
e well
co
nv
ersan
t w
ith Jh
arkh
and
Municipal A
ct,
20
11
, Jharkhand
Municipal
Acco
un
ts m
an
ual
&
Ru
les; w
ith
all th
e
sch
em
es/g
uid
elin
es/c
ircu
lars
, standing instru
ctio
ns, o
rders
issued
from
time to
time b
y U
LB
.
20
| P a g
e
3.5
Obj
ecti
ons,
if
any,
sh
all
be
rais
ed a
t si
ngle
po
int
rig
ht
in t
he
begi
nnin
g. T
he
bill
s
wil
l b
e pa
ssed
onl
y af
ter
com
plia
nce
of
all
the
poin
ts r
aise
d by
the
int
erna
l
audi
tor.
H
owev
er,
rais
ing
fre
sh
qu
erie
s o
n t
he
sam
e bi
ll
in
its
sub
seq
uen
t
pre
sen
tati
on
sha
ll b
e av
oide
d. T
he
inte
rnal
au
dit
or
shou
ld p
rese
nt
a su
mm
ary
of
ob
ject
ion
s ra
ised
at t
o t
he U
LB
reg
ula
rly
on
a m
on
thly
bas
is.
3.6
It
wil
l b
e th
e re
spo
nsi
bil
ity
of
the
inte
rnal
au
dit
or
to c
arry
ou
t fa
st,
pro
mp
t,
accu
rate
an
d c
orr
ect
inte
rnal
au
dit
.
3.7
Th
e in
tern
al a
ud
it s
ho
uld
be
carr
ied
ou
t in
dep
end
entl
y w
ith
ou
t an
y p
ress
ure
fro
m a
ny
of
the o
ffic
es.
Th
e in
tern
al a
ud
it w
ork
sh
ou
ld b
e ca
rrie
d o
ut
in a
n
ob
ject
ive,
im
par
tial
an
d f
air
man
ner
.
Th
e ap
po
intm
ent
of
inte
rnal
au
dit
or
wil
l b
e m
ade
fro
m t
he
dat
e o
f aw
ard
ing
th
e
con
trac
t an
d t
he w
ork
of
inte
rnal
au
dit
wil
l st
art
fro
m t
he
dat
e m
enti
on
ed i
n t
he
3.8
lett
er
of a
ward
ing
th
e c
on
trac
t.
Th
e in
tern
al
au
dit
or
shal
l carr
y o
ut
the a
ssig
nm
en
t in
acc
ord
ance
wit
h t
he
high
est
stan
dar
d
of
prof
essi
onal
an
d
ethi
cal
com
pete
nce
and
in
tegr
ity
as
3.9
pre
scri
bed
b
y
the
Co
de
of
Co
nd
uct
an
d
Co
de
of
the
Inst
itu
te
of
Ch
art
ere
d
Acc
ou
nta
nts
of
Indi
a, N
ew D
elhi
, hav
ing
du
e re
gar
d t
o n
atu
re a
nd
pu
rpo
se o
f th
e
assi
gnm
ent,
an
d s
hal
l en
su
re t
hat
the p
erso
nnel
ass
igne
d to
per
form
the s
erv
ices
un
der
this
Agr
eem
ent,
wil
l co
nd
uct
them
selv
es in
a m
ann
er c
on
sist
ent h
erew
ith.
3.1
0
Th
e in
tern
al a
ud
ito
r sh
all
cert
ify
on
all
bil
ls/v
ou
cher
s th
at s
uch
bil
ls/v
ou
cher
s
are
fit
for
pay
men
t.
3.1
2
An
y o
ther
area
s/re
po
rtin
g/c
erti
fica
tio
n a
s m
ay b
e re
qu
ired
an
d
dir
ecte
d
by
UL
B.
4.
DU
TIE
S A
ND
RE
SP
ON
SIB
ILIT
IES
:
As
per
the s
co
pe d
efin
ed a
bo
ve f
oll
ow
ing
meth
od
olo
gy
is
to b
e carr
ied
by
th
e C
A /
Co
st
Acco
un
tan
t fi
rms.
:-
Wor
king
at
Mun
icip
al C
orp
ora
tio
n:-
Min
imu
m of
3 m
em
ber
team
sh
ou
ld b
e
depl
oyed
at
the
Mun
icip
al C
orpo
rati
on w
hic
h c
on
sist
of:
4.
1
1 C
A /
Cos
t A
cco
un
tan
t cu
m te
am
le
ader
/ A
ud
it M
anag
er w
ho
is
hav
ing
ex
peri
en
ce o
f 3
yea
rs.
1 C
A/
Cos
ting
In
ter/
Co
mm
erce
Gra
du
ate
qua
lifie
d st
aff
is h
avin
g
expe
rien
ce o
f 2
years
in
C
A/
Co
st A
cco
un
tan
ts fi
rm
in in
tern
al
4.1
.1
4.1
.2
21
| P
a g
e
audit/other audit. Daily visit of 2 semi qualified staff and 4 days visit of Audit
Manager/Team Leader in a week with finalization of internal audit observation and must be present with attendanee records at ULB.
4.1.3
Working at Municipal Councils/NAC -Minimum of 2 member team should
be deployed at the Municipal Council which consist of 4.2
1CA /Cost Accountant cum Audit Manager qualified who is having
experience of 3 years. 1 CA/ Costing Inter/Commerce Graduate staff is having experience of 2 years in CA/Cost Accountants firm in internal audit/other
audit.Daily visit of 1 semi quail
Daily visit of 1 semi qualified staff and 2days visit of Audit
Manager/Team Leader in a week with finalization of internal audit
observation and must be present with attendance records at ULB.
4.2.1
4.2.2
4.2.3
Working at Nagar Panchayat :-Minimum of 2 member team should be
deployed at the Municipal Council which consist of 4.3.1 1CA / Accountant cum Audit Manager qualified who is having
4.3
experience of 3 years.
1CA/Costing Inter/Commerce Graduate qualified staff is having
experience of 2 years in CA/Cost Accountants firm in internal
audit/other audit.
Visit of 1 semi qualified staff should be ensured for at least 4 days
in a week and 1 day visit of Audit Manager/Team Leader in a week
with finalization of internal audit observation and must be present
4.3.2
4.3.3
with attendance records at ULB.
Note:- As per requirement ULB's may increase the number of AuditAssistant.
AUDIT REPORT:
5.1 Quarterly Audit Report/ Annual Audit Report including Utilisation certificate for
various schemes should be structured as prescribed in Annexure-2
5.2 Utilisation certificate on cumulative basis for various schemes eg. Central Finance
Commission Grant, State Finance Commission Grant, NULM, JnNURM, AMRUT,
Smart City, SBM, Housing scheme & Other schemes as may be required during the
period of audit.
5.3 The Auditor should report the minor irregularities; wrong calculations etc. to the
Municipal Commissioner/Executive officer/Special office immediately after
detection so that the same may be get rectified on the spot.
5.4 Prior to submission of report to SUDA/UD&HD, draft must be shared with ULB
and their comment should be incorporated in final report.
22 P a ge
5.5 A
ll reports and
documents shall b
e submitted to
ULB
and SUDA/UD&HD should b
e duly signed by partner/proprietor of th
e firm. (H
ard copy as w
ell as soft copy
in PDF form
at).
AUDIT REPORT:
5.1 Q
uarterly Audit R
eport/ Annual A
udit Report including U
tilisation certificate for
vario
us schem
es should be structured as prescribed in A
nnexure-2
5.2 U
tilisation certificate
on cum
ulative basis
for various
schemes
e.g C
entral
Finance C
omm
ission Grant,
State F
inance Com
mission G
rant, NULM, JNNURM
, A
MR
UT, S
mart C
ity, SBM, H
ousing scheme &
Other schem
es as may be required
during the period of audit.
5.3 T
he Au
dito
r sho
uld
repo
rt the m
ino
r irregularities; wro
ng
calculations etc. to the
Municipal
Com
missioner/E
xecutive officer/Special
office im
mediately
after d
etection
so
that th
e sam
e m
ay b
e get rectified on
the spot.
5.4 A
ll repo
rts and
do
cum
ents shall b
e sub
mitted
to UL
Band should b
e duly signed
by partn
er/pro
prieto
r of the firm.
(Hard copy as w
ell as soft copy in PD
F
format).
6. D
EL
AY
S IN T
HE
PE
RF
OR
MA
NC
E
6.1 T
imely su
bm
ission
(within o
ne m
on
th from
the en
d of n
ext Q
uarter) of th
e
repo
rt as per th
e pro
visio
n m
entio
ned
in th
e agreem
ent.
6.2 In
case
of d
elay in
the
imp
lemen
tation
of th
e p
roject a
nd
/or an
y d
elay in
perfo
rman
ce du
ring
the co
ntract p
eriod
, the In
ternal A
ud
itor shall b
e liable to
any
or all o
f the fo
llow
ing
action
s:
Imp
ositio
n of Liquidated Dam
ages. F
orfeitu
re of p
erform
ance g
uaran
tee.
(ii) T
ermin
ation
of th
e Co
ntract fo
r defau
lt.
6.3 If at an
y tim
e with
respect to
com
men
cemen
t of th
e pro
ject as requ
ired d
urin
g
perfo
rman
ce of co
ntract th
e ln
ternal A
ud
itor m
ay face
difficulties imp
edin
g
timely
com
pletio
n o
f the p
roject u
nd
er the co
ntract an
d/o
r perfo
rman
ce of
services, th
e Intern
al Au
dito
r shall p
rom
ptly
info
rm th
e dep
artmen
t in writin
g o
f
the fact o
f the delay w
ithin
24 ho
urs an
d its causes an
d likely duration.
6.4
A
s so
on
as
practicab
le, after
receipt
of
the
Intern
al A
ud
itor
notice, th
e
dep
artmen
t shall assess th
e situatio
n an
d m
ay at its d
iscretion
exten
d th
e time
for comm
encement an
d/o
r performance w
ith or without L
iquidated Dam
ages.
23
| P a ge
LIQU
IDA
TED D
AM
AG
ES
7.1 In the e
ven
t of failure of the im
plementation of the project by the Internal A
uditors per
the provision mentioned in
the agreement, the
Departm
ent reserves the option
to
recover liquidated damages, and not by w
ay of penalty, for late implem
entation from
the Internal A
uditor in th
e following m
anner: L
iquidated Dam
age to be
charged S.N
o. D
etails of delay
For
delay up
to
25
%
of
the
2.5% of the P
roposal price im
plementation P
eriod
Fo
r delay
of m
ore th
an 2
5%
and
up
to
i)
50
% o
f the im
plem
entatio
n p
eriod
5
% of th
e Proposal price
Cin
F
or delay o
f more th
an 50%
and up
to
(ii) 7.5%
of the Proposal price 7
5%
of th
e implem
entation period.
Fo
r th
e d
elay
mo
re th
an
75
%
of th
e (iv)
implem
entation period 1
0%
of th
e Proposal price
(maxim
um)
Th
e aforesaid
charg
eable liq
uid
ated d
amag
es, if no
t paid
by
the In
ternal A
uditor,
wo
uld
be reco
verab
le un
der th
e relev
ant p
rov
ision
s of P
ub
lic Dam
age R
ecov
ery A
ct
19
14
by
the D
epartm
ent/U
LB
.
7.2 8.
DE
TA
ILS
TO
BE
KE
PT
CO
NF
IDE
NT
IAL
8.1
T
he In
ternal A
ud
itor sh
all tre
at th
e d
etails of th
e agreement
as private an
d
confidential, sav
e in
so
far as m
ay
be n
ecessa
ry fo
r the p
urp
ose
s thereof, an
d
shall n
ot publish
or d
isclose th
e sam
e o
r a
ny
particulars there
of in
an
y trad
e or
tech
nic
al
pap
er
or
else
wh
ere
w
itho
ut
the prior
co
nsen
t in
writing
of
the
department.
8.2
If a
ny
dispute arise
s as to
the necessity o
f an
y publication
or d
isclo
sure
for th
e
pu
rpo
se o
f the ag
reemen
t the sam
e sh
all be re
ferre
d to
the A
dd
ition
al
Ch
ief
Secretary, U
rban
Developm
ent an
d H
ousing Departm
ent, wh
ose
decisio
n sh
all be
final.
8.3
T
he In
tern
al A
ud
itor
or h
is represen
tative sh
ou
ld n
eith
er d
isclo
se th
e data
n
or
sale the d
ata
or u
se it fo
r co
mm
erc
ial exploitation o
r re
searc
h w
ork
with
ou
t the
writte
n p
ermissio
n o
f the Principal S
ecretary, Urb
an D
evelopment an
d H
ousing
Dep
artmen
t
241 P agE
9. DISQUALIFICATION
9.1 ULB, in its sole discretion and at any time during the processing of Proposals, may
disqualify any Applicant Firm from the Proposal process, if:
9.1.1 Firms not meeting eligibility criteria.
9.1.2 Firms made misleading or false representations in the forms, statements and
attachments submitted in proof of the eligibility requirements.
9.1.3 If found to have record of poor performance such as abandoning works, not
properly completing the agreement, inordinately delaying completion, being involved in litigation or financial failures, etc.
9.1.4 Submitted Proposal which is not accompanied by required documents is non-
responsive.
9.1.5 Failed to provide clarifications related thereto, when sought.
9.1.6 Bidders, who are found to canvass, influence or attempt to influence in any
manner the qualification of selection process, including without limitation, by
Proposing bribes or other illegal gratification shall be disqualified from the
process at any stage
10 TERMINATION OF THE CONTRACT
10.1 The ULB shall have a right to cancel the agreement if the Internal Auditor commits
breach of any condition. Breach of agreement include, but are not limited to, the
following:
10.1.1 It is found that the time schedule of implementation of the scheme is not being
adhered to,
10.1.2 The Internal Auditor stops work &such stoppage has not been authorized by
theULB.
10.1.3 The Internal Auditor may become bankrupt or goes into liquidation,
10.1.4 The ULB gives notice to correct a particular defect/irregularity and the Internal
Auditor fails to correct such defects/irregularity within a reasonable period of
time determined by the ULB,
10.1.5 In case the Internal Auditor fails to carry out the instructions/orders issued by
the ULB from time to time during the currency of the agreement and fails to
comply with the laws applicable in the State.
10.1.6 The Internal Auditor fails to deliver any or all of the obligations within the time
period(s) specified in the agreement, or any extension thereof granted by ULB.
10.1.7 Because of breach of agreement by the Internal Auditor for any of the above
25| P a ge
reasons, the ULB shall have the right to terminate the agreement and forfeit the
security deposit and invoke the performance bank guarantee.
11 DISPUTE RESOLUTION
11.1 The ULBand the Internal Auditor shall make every effort to resolve amicably by direct negotiations, any disagreement or dispute, arising between them under
agreement.
11.2 If after 30 days from the commencement of such direct negotiations, the dispute
is not resolved it shall be referred to Deputy Commissioner of concerned ULB
District, where decision shall be final and binding upon both parties.
11.3 Pending the submission of and/or decision on a dispute, difference or claim or
until the matter is decided by Deputy Commissioner of concerned ULB District,
the Internal Auditor shall continue to perform all its obligations under this
agreement without prejudice of final adjustment in accordance with such award.
The ULB may terminate this agreement, by giving a written notice of termination
of minimum 30 days, to the Internal Auditor, if the Internal Auditor fails to
comply with any decision delivered by Deputy Commissioner of concerned ULB
District.
11.4
26| P a ge
FORM FOR TECHNICAL BID
Form T 1
Request letter
To,
MC/EO Address
Dear Sir/Madam,
We, the undersigned, offer to provide the consulting services for... Insert title of
assignment.] In accordance with your Request for Proposal dated..
[Insert Date]. We are hereby submitting our Proposal, which includes this Technical Proposal,
and a Financial Proposal sealed under a separate cover.
We are submitting our Proposal in individual capacity without entering in association
with or as a Consortium. We hereby declare that all the information and statements made in
this Proposal are true and accept that any misinterpretation contained in it may lead to our
disqualification.
If negotiations are held during the period of validity of the Proposal, i.e., before the date
indicated in the Data Sheet, we undertake to negotiate on the basis of the proposed personnel.
Our Proposal is binding upon us and subject to the modifications resulting from Contract
negotiations.
We undertake, if our Proposal is accepted, to initiate the consulting services related to
the assignment not later than the date indicated in the Data Sheet (Please indicate date). WVe
understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
(Signature of authorized signatory of
Chartered/Cost Accountant Firm and
seal)
27 1 P a ge
Form T-2
BIDDER DETAILS
1 |Name of Fir1
2 Date of incorporation of the Firm
3 (a) Address of bidder
(b) Phone no:
c) Fax no.
(d) E mail
e) Website 4(a) Name of authorized signatory to bid
(6)Designation
Phone (Landline/ Mobile) (c)
(d) Fax
(e) Email
5 PAN of Firm
6 GST Registration No
7 ICAI/ICWAIEmpanelment/ Registration number
Name, address, Tel No. Fax, email at which
communication to be sent in respect of bid 8
Names of the present Proprietors/ Partners/Board of
Directors 9
(Signature of authorized signatory of
Chartered/Cost Accountant Firm and seal)
28 P age
Form T-3 1. Similar Assignment Undertaken for the last five years
A. Departments of State/Central Undertaking AuditExperience
Government/PSUs/Other Audit/ULB
Govt. /ULBInternal Accounting/ULB
Was the Agreement Assignment Assignment
Name Name of the | No./Work Professional SI. No. successfully Fees (Amount|
in Rs.) Department |Order No. & completed Date
(with date) A B C D E F
(Signature of authorized signatory of Chartered/Cost Accountant Firm and seal)
Note: Please attach copies of the work order/contract issued by competent authority from the client/ work compilation certificate in support of documentary proof.
29| P a ge
Form T4 FINANCIAL STRENGTH OF THE CHARTERED/coST ACCOUNTANT FIRM
Year Turnover (Rs. in Lakhs)
2019-20
2020-21
2021-22
Note:-Pl. attaches Audited financial statement for respective years.
Signature of authorized signatory of Chartered/Cost Accountant Firm
and seal)
30 | P age
Form T- 5 FORMAT OF CURRICULUM VITAE(CV) FOR PROPOSED KEY STAFE(Team Leader, Audit Manager and Audit Assistant)(Please enclosed the supporting documents)
Proposed Position:
Name of Staff.. ******** ********* **************************************4a*******sds*e**dssosss
3 Date of Birth:.. ***** ************************************************** *************************************
4. Nationality:.. ***************************************************************** ********************************** 5. Educational Qualification:
6. Membership of professional Associates:
1. Publications:
3. Employment Record:
(List all positions held by staff member since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience period of specific assignment must be
clearly mentioned along with certificate for the Team Leader,).
Summary of the CV
(Furnish a summary of the above C V. The information in the summary shall be precise and accurate. The information in the summary will have bearing on the evaluation of the CV.) 9.1 Education:
Field of Graduation and Year
Field of post-graduation/ Professional and year
ii) Any other specific qualification
9.2 Experience
Years. Experience in Urban Development Sector: ********************.
Years ************* *** . Experience in other Govt. Department/ PSU/Bank etc:.
ii) Total Experience: .Years
9.3 Permanent Employment with the Firm (Yes/No): If yes, how many years:
If no, what is the employment: Arrangement with the firm?.
Certification:
I am willing to work on the project and I will be available for entire duration of the project assignment and I will not engage myself in any other assignment during the agreement of his assignment on the
project. L, the undersigned, certify that to the best of my knowledge and belief, this bio-data correctly describes
myself, my qualification and my experience
1.
2.
Signature of the Candidate Place
Date Signature of the Authorised Representative of the firm Place Date
31 | P a gge
Form for Financial Bid
FORM FIN-1
Location, Date]
Name of ULB ..
To, MC/E0
Dear Sir /Madam,
We, the undersigned, offer to provide the consulting services for [Insert name of
Assignment] in accordance with your RFP dated [Insert Date] and our Technical Proposal.
Our attached Financial Proposal Rs.. **********" is for the of (In sum
word.. .
This amount is exclusive of the GST.
Our Financial Proposal shall be binding upon us subject to the modifications
resulting from Contract negotiations, up to expiration of the validity period of the Proposal,
i.e. before the date indicated in the Data Sheet.
No fees, gratuities, rebates, gifts, commissions or other payments have been given or
received in connection with this Proposal.
We understand that, you are not bound to accept any Proposal you receive.
Yours sincerely,
(Signature of authorized signatory of Chartered/Cost Accountant Firm and seal)
321 Pa ge
ANNEXURE 1: CHECKLIST
Preliminary Checklist for Bidders for Qualification Criteria
A. All the forms as mentioned in the table below have to be submitted by the firm in order to
qualify in qualification criteria.
S. Document
No.
1 RFP Document Fee, (If downloaded from the site)
2 Processing Fee/ EMD (As asked in RFP)
3 Certificate of Incorporation /Empanelment with ICWAl and ICAI (As asked in RFP)
4 4 Declaration of not being blacklisted / debarred
5 Audited Balance Sheet for last 3 years (As asked in RFP)
6 Auditor certified Profit Loss Statement for last 3 years
7 Annual Turnover Certificate (As asked in RFP)
All Technical Forms (Form TECH 1 to TECH 7, including work experience in form of
8 completion certificates)
8.1 FORM TECH 1
8.2 FORM TECH -2(Pl. enclose relevant supporting documents)
8.3 FORM TECH 3(Pl. enclose relevant supporting documents)
8.4 FORM TECH 4(Pl. enclose relevant supporting documents)
8.5 FORM TECH 5(PI. enclose relevant supporting documents)
9 Financial Form
9.1 FIN 1
10 Service Tax Registration No(Pl. enclose relevant supporting documents)
11 PAN (PI. enclose relevant supporting documents)
33 P a ge
ANNEXURE-2
Internal Audit Report of (Name of ULB),
for the period from_ to
Internal Audit conducted by
(Write names of Auditors)
Report Issued on_
34 | P a ge
Introduction
Executive Summary
Name of the ULB
Period covered under current audit Name of Municipal Commissioner/Executive officer/Special Officer forthe period under Audit
Results and Findings
Strengths observed during the audit engagement
Weaknesses observed in the functioning of office, maintenance of records etc.
Observed during the audit engagement.
The comments under the two categories should summarizer each significant Audit observation in the order of materiality. The summary should be a s brief as
Paraon observation under the possible Consequence/Effect/lmpact of each Audit observation. It should also include
asummation of outstanding statutory and internal audit observations.
and draw on the
Opinion Over all opinion of Audit Team about thefunctioning of ULB.
Audit Recommendations
There commendations of Audit Team on the observed weaknesses. This could be
presente din a box ofhighlighted print
Comments from Management .This should also include local management's action plan for resolution of the
issues and compliance to the internal auditor's recommendations and
suggestions on the areas of process and control weakness/ deficiency.
Acknowledgement
This section could acknowledge in brief the cooperation, acceptance of the
criteria/findings and recommendations by the ULB (or otherwise). The
observations should be state din a factual and not in the fomo fan opinion.
35| P a ge
Detailed Audit Report 1. Introduction
The Internal audit of (Name of ULB.. Cover in the period from to was conducted by following persons under guidance of Chartered/Cost Accountant Firm i. Shri
ii. Shri
2 Administration
The present body of the ULB has taken charge on_ cumbency in the key administrative and executive positions were asunder:
The n
Mayor From LCommissioner/Executive Officer From_
Shri_ to_ Shri
_to_
3. Reviewofoutstandingauditparas:StatusofAuditObservationsisasunder: Total No. of Audit Paras Total No Total No.
Total No. of where of Audit of Audit Total No. & Particulars Total outstandin necessary Paras Paras Amount dated of S. of audit No. .of g para improvemen where where of complia and date of Audit where no No t recovery recovery Recover nce Paras. action has report of cash is has been report /corrective been taken
measure is proposed made
required
1.
A Finance I. Budgetary provisions and expenditure for the last three years
36 | P a ge
Year 20 xx 20 xx 20 xx
Final/Revised Budget
Actual Expenditure
Savings(+)/Excess(-)
II. Volume of transactions
Cumulative Correspondin Previous Current for the g Period of
Year (For
one year) Period Budgeted Previous Period current
Year Year
Opening balance
Receipts
Total
Net
expenditure
Closing balance
III. Bank reconciliation
(Instructions: Simply write "Reconciled and balances tallied "if
reconciliation done satisfactorily .Report the difference in balances
where they differ).
37 1 P a ge
IV. Revenue Receipts
Correspond ing Period
Previous Cumulative Period Budgeted Current Year (For
one year) of Previous Period
for the
Year current year
Own source
Property Tax
Assigned Revenue
Others (Fee & User
Charges)
b) Administrative
grant
V. Status of implementation of Double Entry Accounting System
VI. Status of Municipal Accounts Committee; if meeting is held
Audit Observations
I. Part-A
All Audit objections /irregularities which has monetary implication,
particularly in following areas
Leak age of own source revenue either due to wrong
assessment or non-levy of property tax, mobile to wer tax, rent
on municipal properties, advertisement tax, fee etc.
A.
Excess payment against bill, lack of prudence in payment
against voucher, in efficiency in controls resulting loss to ULBs. B.
Report on finding so field survey of Property Tax of minimum
20 high value properties
II. Part-B
All Audit objections/irregularities which has no monetary implication,
but significant violation of Act, Rules & directives of UD&HD. Mention
38| P a ge
the reference to Act & Rules where in remedial measures required. In
this part auditor should report in respect of
A. Non-maintenance of books of accounts, subsidiary registers
B. Irregularity in procurement process
C. Non-compliance of directives by UD&HD,Go
D. Non-compliance of Act&Rules
E. Lack of internal control measures
F. Non-compliance of TDS,GST and other relevant Statute
G. Deficiency in pay-roll system
Utilisation of Grant and report on missing Utilisation
Certificates H.
I. Physical verification of inventory/stores
Advances, their adjustment & recovery
K. Any other matter sas may be prescribed in due course.
III. Part-C
General 0bservations: Auditor should report the deficiencies noticed
during their audit and recommend ULB management to improve
internal systems.
described Each Audit Observation under Part-A should be structuredas
below
Audit Objective: To which Audit Engagement objective does this
observation relate?
Criteria: What should exist? The rules/regulations/procedures/expectations
are the basis against which Audit evidence is compared.
Condition: What exists? The condition identifies the nature and extent of
deviation from te criteriai.e. Deviation from what should exist. This should be
supported by factual evidence. A statement of condition would be formed on the
basis of Auditor's comparison of actual evidence against the appropriate criteria.
Consequence /Effect /Impact: What effect did it have? The effect establishes the
actual or potential impact of the condition and can be both quantitative and
qualitative. It is the likely effect/impact which would determine the significance of
the condition.
Cause: Why did it happen? The possible or likely reason for the difference
between the expected and actual condition.
Corrective Action/Recommendation: What should be done? The actions suggested
or required to correct the situation and prevent future occurrences.
39| P age
Wherever possible, the and it findings should be accompanied by graphs and charts
to improve the visibility of the analysis and findings. Photographs could also be used
as corroborative evldence.
References: This section should llst all material utilized and referred to in
developing the lnternal Audit Report.
40 P a e
top related