request for proposal for empanelment of chartered...
TRANSCRIPT
CHHATTISGARH RAJYA ANTYAVASAI SAHAKARI VITTA & VIKAS NIGAM
II AND IV FLOOR, CG HOUSING BOARD SOUTH EAST COMMERCIAL COMPLEX
SECTOR 27, ATAL NAGAR, NAWA RAIPUR – CHHATTISGARH
Request for Proposal for Empanelment of Chartered
Accountant Firm for Providing Services to Chhattisgarh
Rajya Antyavasai Sahakari Vitta & Vikas Nigam
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
2 | P a g e
1 CONTENTS
1 Contents ................................................................................................................................................................. 2
2 Disclaimer ............................................................................................................................................................... 5
3 Acknowledgment .................................................................................................................................................... 6
4 Undertaking for Participating in the Bid process .................................................................................................... 7
5 Definitions .............................................................................................................................................................. 8
6 Document Control Sheet ........................................................................................................................................ 9
7 Background and Requirements ............................................................................................................................ 10
8 Scope of Tender: ................................................................................................................................................... 10
9 KEY DELIVERABLES ................................................................................................................................................ 11
10 Timelines ............................................................................................................................................................... 11
11 Payment Terms ..................................................................................................................................................... 11
12 Specific terms and conditions ............................................................................................................................... 11
13 Evaluation of Bids ................................................................................................................................................. 12
14 Clarification ........................................................................................................................................................... 12
15 MINIMUM Eligibility Criteria................................................................................................................................. 13
16 TECHNICAL EVALUATION CRITERIA ...................................................................................................................... 14
17 Evaluation of Financial Bids .................................................................................................................................. 15
18 Final Bid Evaluation .............................................................................................................................................. 15
19 Terms and Conditions of the Tender .................................................................................................................... 15
19.1 General......................................................................................................................................................... 15
19.2 Clarifications in the Tender .......................................................................................................................... 16
19.3 Amendments to the Tender ......................................................................................................................... 16
19.4 Language of the Bid ..................................................................................................................................... 17
19.5 Bid Currency ................................................................................................................................................. 17
19.6 Contacting Tender Inviting Authority .......................................................................................................... 17
19.7 Tender Document Fees ................................................................................................................................ 17
19.8 Earnest Money Deposit ................................................................................................................................ 17
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
3 | P a g e
19.9 Letter of Authorization ................................................................................................................................ 17
19.10 Submission of Pre-Qualification/Technical Bid ........................................................................................ 18
19.11 Validations of Interlineations in the Bids ................................................................................................. 18
19.12 Cost of Bidding ......................................................................................................................................... 18
19.13 Documents Comprising the Bids .............................................................................................................. 18
19.14 Pre-Qualification Bid ................................................................................................................................ 18
19.15 Technical Bid ............................................................................................................................................ 19
19.16 Force Majeure ......................................................................................................................................... 19
19.17 Other Conditions ..................................................................................................................................... 19
19.18 Arbitration and Jurisdiction ..................................................................................................................... 19
19.19 Penalty ..................................................................................................................................................... 20
19.20 Payment of Taxes .................................................................................................................................... 20
19.21 Bid Closing Date and Time ....................................................................................................................... 20
19.22 Modification and Withdrawal of Bids ...................................................................................................... 20
19.23 Pre-Qualification/Technical Bid opening ................................................................................................. 20
19.24 Bid Validity ............................................................................................................................................... 20
19.25 Initial Scrutiny .......................................................................................................................................... 20
19.26 Suppression of Facts and Misleading Information .................................................................................. 21
19.27 Letter of Acceptance ............................................................................................................................... 21
19.28 Payment of Security Deposit (SD) and Performance Bank Guarantee .................................................... 21
19.29 Execution of Contract .............................................................................................................................. 22
19.30 Release of Purchase Order/Work Order .................................................................................................. 22
19.31 Refund of EMD ........................................................................................................................................ 22
19.32 Release of Security Deposit/Performance Bank Guarantee .................................................................... 22
19.33 Forfeiture of EMD and Security Deposit/Performance Bank Guarantee ................................................ 22
19.34 Termination of Contract .......................................................................................................................... 23
19.35 Termination for Insolvency ...................................................................................................................... 23
19.36 Termination for Convenience .................................................................................................................. 23
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
4 | P a g e
19.37 Assigning of Tender whole or in part ....................................................................................................... 23
19.38 Assigning of Tender whole or in part ....................................................................................................... 23
20 Annexure-I- Pre-Qualification/Technical Bid and Financial Bid Check List ........................................................... 25
21 Annexure-II-Bid Cover Letter (To be submitted on Letter Head) ......................................................................... 27
22 Annexure-III-Profile of the Bidder ........................................................................................................................ 28
23 Annexure-IV- Declaration of Acceptance of Tender Terms & Conditions ............................................................ 29
24 Annexure-V-Financial Bid Letter ........................................................................................................................... 30
25 Annexure-VI-Technical Bid Letter ......................................................................................................................... 31
26 Annexure-VII-Technical Compliance ..................................................................................................................... 32
27 Annexure-VIII-Financial Bid Format ...................................................................................................................... 33
28 Annexure-IX-Bank Guarantee Format .................................................................................................................. 34
29 Annexure-X- Format for Curriculum Vitae of Proposed Resource/Key Personnel ............................................... 35
30 Annexure-XI-PRIOR Experience ............................................................................................................................ 36
31 Annexure-XII–Declaration Pro format (Company Letter head) ............................................................................ 37
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
5 | P a g e
2 DISCLAIMER
The information contained in this tender or subsequently provided to bidders, whether verbally or in
documentary or any other form by or on behalf of the authority or any of its employees or advisers, is provided
to Bidders on the terms and conditions set out in this tender and such other terms & conditions subject to which
such information is provided. This tender is issued by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam. This tender is not an agreement and is neither an offer nor invitation by the authority to the prospective
bidders or any other person. The purpose of this tender is to provide interested parties with information that may
be useful to them in the formulation of their bid pursuant to this tender. This tender includes statements, which
reflect various assumptions and assessments arrived at by the authority in relation to the selection of agency.
Such assumptions, assessments and statements do not purport to contain all the information that each bidder
may require. This tender may not be appropriate for all persons, and it is not possible for the authority, its
employees or advisers to consider the objectives, technical expertise and particular needs of each party who
reads or uses this Tender. The assumptions, assessments, statements and information contained in this tender,
may not be complete, accurate, adequate or correct. Each bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness
of the assumptions, assessments and information contained in this tender and obtain independent advice from
appropriate sources.
Information provided in this tender to the bidders is on a wide range of matters, some of which depends upon
interpretation of law. The information given is not an exhaustive account of statutory requirements and should
not be regarded as a complete or authoritative statement of law. The authority accepts no responsibility for the
accuracy or otherwise for any interpretation or opinion on the law expressed herein.
The authority, its employees and advisers make no representation or warranty and shall have no liability to any
person including any bidder under any law, statute, and rules or regulations or tort, principles of restitution or
unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or
suffered on account of anything contained in this tender or otherwise, including the accuracy, adequacy,
correctness, reliability or completeness of the tender and any assessment, assumption, statement or information
contained therein or deemed to form part of this tender or arising in any way in this bidding process.
The authority also accepts no liability of any nature whether resulting from negligence or otherwise however
caused arising from reliance of any bidder upon the statements contained in this tender. The authority may in its
absolute discretion, but without being under any obligation to do so, update, amend or supplement the
information, assessment or assumption contained in this tender. The issue of this tender does not imply that the
authority is bound to select a bidder or bidders, as the case may be, for the program management and the
authority reserves the right to reject all or any of the proposals without assigning any reasons whatsoever.
The bidder shall bear all its costs associated with or relating to the preparation and submission of its bids
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the authority or any other costs incurred in
connection with or relating to its bids. All such costs and expenses will remain with the bidder and the authority
shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a
Bidder in preparation or submission of the Bid, regardless of the conduct.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
6 | P a g e
3 ACKNOWLEDGMENT
This document shall be returned with each page duly signed by the authorized person accepting the terms
and conditions.
It is expressly understood that the party has subscribed to this document with an express understanding that
they will use this document only for the sole purpose of participating in the qualification process for the
CA services and must not be used for any other purpose. This document must not be passed to a third party
except professional advisers assisting with this proposal submission. The document may not be reproduced
or communicated, in whole or in part, and its contents may not be distributed in written or oral form
without written permission from the issuing authority.
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar, Raipur – Chhattisgarh
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
7 | P a g e
4 UNDERTAKING FOR PARTICIPATING IN THE BID PROCESS
(To be submitted in Bidder’s Letter Head)
To
The Managing Director Date:
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar,Nawa Raipur – Chhattisgarh
Sir,
Sub: Undertaking for participating in RFP for Empanelment of Chartered Accountant Firm for
Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
Ref: Tender Ref No. _______________________________________________
I/We _______________ have gone through the tender document and abide by them in all respects.
I/We __________________ hereby confirm that our firm was not blacklisted by any State Govt. / Central
Govt. / Public Sector Undertakings during the last five years. We also hereby confirm that our EMD/SD
was not forfeited by any State Govt. / Central Govt. / Public Sector Undertakings during the last five years.
I/We ______________ hereby declare that all the information furnished by us in this bid are true to the
best of my/our knowledge and we understand and accept that if at any stage, the information furnished is
found to be incorrect or false, we are liable for disqualification from this tender and also are liable for any
penal action that may arise due to the above.
I/We ________________ certify that we are liable and responsible for any disputes arising out of
Intellectual Property Rights.
In case of violation of any of the conditions above, I/We ________________ understand that I / We are
liable to be blacklisted by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam for a period of
five years.
Yours faithfully for
Name, Signature Designation
Seal
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
8 | P a g e
5 DEFINITIONS
Chhattisgarh State Antyavasai Cooperative Finance and Development Cooperation Raipur was formed on
30.10.2000 under the Madhya Pradesh Co-operative Society (Reorganization and Construction).
Chhattisgarh State Antyavasai Cooperative Finance and Development Cooperationinviteonline bids for the
“Empanelment of Chartered Accountant Firm for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam”.This agency will provide internal audit and computerization services
required by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam.
Short Titles used in the Tender Document:
1. Bidder: Bidder means the party who makes a formal offer in pursuance of the tender floated.
2. Successful Bidder: Successful Bidder means the Bidder who becomes successful through the
tender process.
3. Day: A day means a calendar day.
4. Purchaser: Purchaser shall mean the end-user for whom the Services is indented through the tender
for “Empanelment of Chartered Accountant Firm for Providing Services to Chhattisgarh Rajya
Antyavasai Sahakari Vitta & Vikas Nigam”i.e. Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
9 | P a g e
6 DOCUMENT CONTROL SHEET
Bids in the prescribed format are invited from suitable Bidder(s) for the “Empanelment of Chartered
Accountant Firm for Providing Services to Chhattisgarh Rajya AntyavasaiSahakariVitta& Vikas Nigam”. The tender details are as provided below: -
Sr. Particulars Details
1. Name of the Authority Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar, Nawa Raipur – Chhattisgarh
2. Tender Reference No. 1261 Dated 20.02.2020
3. Tender Title Empanelment of Chartered Accountant Firm for Providing Services to
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
4. Date and URL of
Publishing of Tender Tender can be downloaded from www.cgscaantyavasai.com website from on 24/02/2020
5. Contact Person & Name Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar, Nawa Raipur – Chhattisgarh
6. Tender Fees
(Non-Refundable)
5,000/- (In the form of a Demand Draft issued by one of the
Nationalized Banks in India in favor of Managing Director,
Chhattisgarh State Antyavasai Cooperative Finance and Development
Corporation, payable at Raipur)
7. EMD (Earnest Money
Deposit)
INR 1,00,000/- (In the form of a FDR issued by one of the
Nationalized Banks in India in favor of Managing Director,
Chhattisgarh State Antyavasai Cooperative Finance and Development
Corporation, payable at Raipur) EMD should be valid for a period of
180 days from the date of submission of the bid.
8. Date & Time of Pre-Bid
Meeting
Pre-Bid meeting will be held on 29/02/2020 at 03.00 P.M. the address
mentioned at S.No.1
10. Last Date & Time of
Submission of Hard Copy
of EMD & Tender Fee
16/03/2020, 01:00 PM
11. Date & Time of Opening
of Technical Bids
Technical bids will be opened on 16/03/2020 at 02:00 PM at the
address mentioned in S.No.1
12. Method of Selection Quality and Cost Based Selection
13. Validity of Bids The bids shall remain valid for a period of minimum 180 (one hundred
and eighty) days from the last date of submission.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
10 | P a g e
7 BACKGROUND AND REQUIREMENTS
a. Chhattisgarh State Antyavasai Cooperative Finance and Development Cooperation Raipur was formed
on 30.10.2000 under the Madhya Pradesh Co-operative Society (Reorganization and Construction).
The organization is engaged in conducting individual schemes of economic development of Scheduled
Castes, Safai Kamgar, Scheduled Tribes, Backward Classes and Minority Sections by the Corporation,
working as the channelizing Agency of the National Corporations of the said sections, making self-
reliant by providing financial loan assistance and vocational training for self-employment. This work
is implemented by the Zila Antyavasai Sahakari Vikas Samiti and in order to develop a business
mindset in these unemployed youth, there is a provision for trainings, skill development, before the
establishment of the business. The corporation has provided 16 integrated Professional Training
Centers are being operated at various places.
b. The head office of our organization is located in Atal Nagar and our organization has established 27
zila-samiti as district level from November’ 2000 to 2013. In addition to this our organization has
setup 16 training centers for skill development at various districts in the state and 1 petrol pump
located in Raigarh.
c. The details regarding our organization including zila samiti, training centers can be obtained from our
head office located in Atal Nagar,Nawa Raipur
d. The empanelled agencies will work for Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam.
Such work will be for a definite period and will not amount to any kind of employment obligation on
the part of Chhattisgarh Rajya Antyavasai Sahakari Vitta& Vikas Nigam.
e. Experienced agencies will be empanelled for providing CA services defined in the scope of work. The
duration of the contract can shorten or extended through mutual consent.
8 SCOPE OF TENDER:
The eligible firm has to undertake following activities for our head office located in Atal Nagar Raipur.
a. Preparation of books of accounts electronically in Tally ERP 9/etc since the inception of the
organization till March 31, 2020.
b. To conduct internal audit of books of account & record so available as per general accounting
standard.
c. The Books of accounts of State office should be prepared separately. Duly audited Financial
Statements with Internal audited should be provided collaborating all the data of head office.
d. Setting up financial Management system in Tally etc.
e. Filling of backlog ITR along with TDS return of all those years which are possible as per law.
f. The performance and discipline of the resources provided by the agency should be ensured by the
agency.
g. Regular progress reporting and review of the same with Chhattisgarh Rajya Antyavasai Sahakari
Vitta & Vikas Nigam will be an integral part of the responsibility of the agency.
h. Timely production of quality output will be an overarching responsibility of the selected agency.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
11 | P a g e
9 KEY DELIVERABLES
a. State Office report.
b. Audited Financial Statements – Balance Sheet, Profit & loss account of every year.
c. Management Letter and Recommendations
d. Acknowledgements of submission of TDS returns.
e. Acknowledgements of submission of ITRs.
f. Tally Backups.
g. Digitally certified pdf outputs of the books of accounts, ledgers, journals etc.
h. Bank reconciliation statements of all bank accounts.
10 TIMELINES
Computerization and Internal Audits will be conducted on annual basis and reports are required to be
submitted within 180 days from the end of issue of work order.
11 PAYMENT TERMS
a. A pre-receipted bill (In triplicate), along with completion certificate of satisfactory performance
and work (Monthly Report) from Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
will have to be submitted for scope of work as mentioned in the work order issued to the
empanelled agency.
b. Payments shall be subject to deductions of any amount for which the bidder is liable under the
contract or tender conditions. Further, all payments will be made subject to TDS (Tax deduction at
Source) as per the income- Tax Act, 1961 and other taxes if any as per Government of India rules.
c. Any Tax, as applicable, will be paid extra.
d. Payments will be done in following stages :
i. 20 % advance against Bank Guarantee
ii. 30 % after 3 months
iii. 50 % after final submission of reports.
Note: Selected agency shall be entitled to raise invoices (along with all supporting documents), as
mentioned above. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam shall release payments
against all valid invoices within one month of receipt of invoice, subject to the satisfactory acceptance of
the deliverables as per the scope of work for each task.
12 SPECIFIC TERMS AND CONDITIONS
a. Quantum of work and Deployment of Resources: The Chartered Accountant Firm will depute
dedicated personnel(s) at their own cost, as may be required depending upon the volume of work
involved. This team shall be headed by at least one qualified Chartered Accountant, who shall
supervise their work on day to day basis. Members of the team must be at least Post Graduate in
Commerce and shall be deputed on full time basis. The empanel agency shall comply by all laws, rules
and regulations framed there under or any other statutory obligations which are in force from time to
time. The empanelled agency shall indemnify the Institute from any claims in this regard.
b. The Responsibility of correctness and accuracy of accounting records will lie with the empanelled
agency.
c. A reasonable Penalty, subject to a maximum of 20% of the value of work, may be imposed on the
empanelled agency, as decided by it, if it is found that the agency failed to perform its obligations in
any manner. Such penalty may be deducted from the payment to be made to the empanelled agency
after giving a written notice.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
12 | P a g e
d. Agency will maintain high standards of integrity and professional ethics and morality while handling
the work and dealing with Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam and its
officials. If it is found that this condition of confidentiality is compromised by the empanelled agency
then Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam will be at liberty to take further
steps (e.g. requesting ICAI for cancellation of license of the Firm) against the empanelled agency.
e. Not with standing anything contained herein above, Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam reserves the right to discontinue the services of the empanelled agency in the event their
services are evaluated as unsatisfactory at any time during the period.
f. Any losses sustained by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam due to
negligence of empanelled agencys’ services in the form of any loss / damage of property (including
those attributable to individual employees/ manpower engaged by the empanelled agency) will be
recoverable from the empanelled agency, as the money value shall be estimated by Chhattisgarh Rajya
Antyavasai Sahakari Vitta & Vikas Nigam. The decision of Chhattisgarh Rajya Antyavasai Sahakari
Vitta& Vikas Nigam in this regard will be final and binding on the empanelled agency.
g. Any action on part of applicant to influence any Officer of Chhattisgarh Rajya Antyavasai Sahakari
Vitta & Vikas Nigam or canvassing in any form shall make the RFP liable for rejection.
h. The empanelled agency shall take adequate care in engaging qualified and suitable manpower,
including appropriate verification of their character and antecedent. If in the opinion of Chhattisgarh
Rajya Antyavasai Sahakari Vitta & Vikas Nigam authorities, the performance of any of manpower
deployed is not satisfactory or he / she is not amenable to discipline or their behavior is not conducive
to retain them for the work, he / she should be replaced immediately on such request.
i. Manpower deployed by the empanelled agency shall be employee of the empanelled agency and
empanelled agency will be solely responsible for any claim whatsoever arise against any service
covered under the contract.
j. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam shall not be responsible or liable under
any laws / or rules or in any case that is in force or that may come in force from time to time in respect
of the claim raised by manpower deputed by the empanelled agency.
k. It will be the prime responsibility of the empanelled agency to provide a suitable substitute to the
Institute, if any manpower are absent from duties.
l. After acceptance of rates the Corporation will not pay any extra charges for any reasons whatsoever
even in case, the contractor later on to have misjudged the conditions of the contract.
m. It shall not be obligatory for the company or its officer to accept the lowest bid. The authority for the
acceptance of the bid will rest with the corporation, which does not bind itself to assign any reason for
declining to consider any particular bid or bids.
n. All right to accept/ reject any bid without assigning any reason thereof reserve with Managing
Director, Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam.
13 EVALUATION OF BIDS
a. The Purchaser shall examine the bids to determine their responsiveness, i.e. whether they are
complete, whether the bid format confirms to the tender requirements, whether any computational
errors have been made, whether required EMD and tender fee have been furnished, whether the
documents have been properly signed, and whether the bids are generally in order.
b. A bid determined as not substantially responsive shall be rejected by the purchaser and may not
subsequently be made responsive by the bidder by correction of the non-conformity.
c. Bidder must possess the requisite experience, strength and capabilities in providing the services
necessary to meet the purchaser’s requirements, as described in the tender. Bidder must possess the
technical know-how and the financial wherewithal that would be required for services. The bidder’s
bid must be complete in all respect and covering the entire scope of work as stipulated in the tender.
14 CLARIFICATION
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
13 | P a g e
a. When deemed necessary, during the tendering process, Chhattisgarh Rajya Antyavasai Sahakari
Vitta & Vikas Nigam may seek clarifications on any aspect from any or all the bidders. However,
that would not entitle the bidder to change or cause any change in the substance of the tender
submitted or price quoted.
b. Chhattisgarh Rajya AntyavasaiSahakariVitta& Vikas Nigamreserves the right to seek
clarifications on the already submitted documents.
15 MINIMUM ELIGIBILITY CRITERIA
a) In this part, the bids shall be reviewed for determining the Compliance of the general conditions of
the contract and eligibility criteria as mentioned in the tender. Any deviation from general
conditions of the contract and eligibility criteria shall lead to rejection of the bid.
b) Following are the minimum eligibility criteria based on which bidder shall be evaluated for
eligibility for further processing:
Sr. Particulars Minimum Eligibility Criteria Desired Document
1 Registration The Firm must be registered with Institute of
Chartered Accountants of India and copy of
Registration Certificate must be submitted.
Certificate of Constitution as on
01.01.2020 issued by ICAI.
2 Turnover The firm shall have minimum Annual Average
Turnover of INR 25 Lakhs in the last three
financial years i.e. 2016-17 ,2017-18, and 2018-
19
a. Audited Financial Statements
along with Audit Report.
b. CA Certificate certifying the
average turnover.
3 Age of Applicant
Firm
The Firm should be in practice for a period of
05 years or more.
Certificate of Constitution as on
01.01.2020 issued by ICAI.
4 Number of Partners The firm should have at least 3 partners (full
time), having relevant qualification, experience
and expertise in the field of audit.
Certificate of Constitution as on
01.01.2020 issued by ICAI.
5 Empanelment with
C&AG
The firm should be empanelled with the
Comptroller and Auditor General of India as
major auditor for the year 2018-19 and 2019-20.
Empanelment letters issued by
C&AG for respective years.
6 Prior Experience The firm must have been engaged in conversion
of books of accounts electronically of at least
one government or semi-government accounts
and conducting audit of their accounts.
Copy of Work order and details in
Annexure XI.
7 Presence in
Chhattisgarh
As on 01.01.2020, the firm must have its office
in Chhattisgarh.
Certificate issued by ICAI
Note:
i. The CA firm or any of its partners/members should not be debarred and / or blacklisted by any
Central Government and / or any State Government Department(s) and the Applicant should not
have any litigation in any of the Court(s). An affidavit to that effect on Non-Judicial Stamp paper
of Rs 50/-duly notarized shall be enclosed.
ii. Firm must ensure that no litigation is in process against it and a certificate to the effect must form
part of the documents.
iii. The firm must also submit copy of PAN Card, GST Registration Certificate, copy of last three
years income tax return of firm and all partners, GST Returns for last six months.
iv. The applicant has to submit all the documents as mentioned in this document in order to further
qualify for further processing.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
14 | P a g e
16 TECHNICAL EVALUATION CRITERIA
Evaluation of Technical Score will be on the basis of document-based parameters and presentation-based
parameters. The evaluation for document-based parameter will be done as under:
Sr. Parameter Min.
Marks
Max.
Marks
Scoring Pattern Certifying Document
1 Number of Partners 10 20 For each Fellow
Partner/Proprietor 2
Mark
For each Associate
Partner 1 mark
Same as mentioned in
Sr. No. 4 of Para 15
2 Average Turnover of the
firm for the last three
financial years (FY 2015-
2016, 2016-2017 and 2017-
2018)
15 20 1 mark for every
Rupees Five Lakhs
above Rs. 25 Lacs
Same as mentioned in
Sr. No. 2 of Para 15
3 Number of Audit
assignments with fees of at
least Rs. 50,000/- from
Central/State Sponsored
Programs / PSUs /
Government Funded
Agencies executed by firm
during the last 5 financial
years (period 2014-15 to
2018-19)
- 30 For each such
assignment, ONE
mark shall be given
Same as mentioned in
Sr. No. 6 of Para 15
4 Prior experience in setting
up financial management
system & computerization
of Government / Semi-
Government Programs with
fee of at least Rs. 15,000/-
per assignment during the
last 5 financial years (period
2014-15 to 2018-19)
- 10 For each assignment,
one marks shall be
given
Same as mentioned in
Sr. No. 6 of Para 15
5 Number of Qualified / Semi
Qualified Staff
- 10 One mark for each
qualified staff
0.5 mark for each
semi-qualified
Skilled means CA
employee as appearing
in the certificate of
constitution. Semi-
qualified means CA
intermediate/IPCC both
group pass staff and for
whom the copies of the
pass certificate / mark
sheet are attached.
6 Years of existence
(including deemed date)
5 10 Minimum 5 years
For each additional
year above 0.5 years,
ONE marks shall be
given
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
15 | P a g e
17 EVALUATION OF FINANCIAL BIDS
a. Selection will be made on the basis of Quality and Cost Based method (QCBS).
b. Price bid of only those firms will be opened who score more than 70 marks in the technical
evaluation. If no bidding firm gets the minimum 60 marks then the top three firms shall be taken
into consideration for financial bid. If there are only one / two firms, then firms not meeting the
qualifying marks may be considered.
c. The weighted average score of the technical and financial score will be taken for selection of
service provider. The technical proposal will be given a weight age of 60% and financial proposal
shall be allocated weight age of 40%.
d. For working out the combined score, the following formula shall be used:
e. Total Points = [0.60 X TS] + [0.40 X (LEC X 100 / EC)], where
TS Stands for Technical Score
EC Stands for Evaluated Cost of the Financial Proposal
LEC Stands for Lowest Evaluated Cost of the Financial Proposal.
f. The bids quoted as per the financial bid format shall be considered for financial evaluation.
g. Firm with highest Total points (combined weighed score of Technical and Financial Proposal) will
be selected.
h. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam reserves the right to allocate the
business to the empanelled agency as per its user’s preferences, conveniences and the performance
of the empanelled agency.
i. Bidders quoting incredibly low or high rates of resources shall be rejected straightaway by the
committee and EMD of such bidder shall be forfeited. Any bid found to have unsatisfactory
response in any of the eligibility criteria as mentioned may be rejected and shall not be considered
for further evaluation.
18 FINAL BID EVALUATION
a. If any bidder withdraws his bid, at any stage after the last date and time of bid submission till the
final evaluation or declaration of the final selected bidder, it shall be declared a “defaulting bidder”
and EMD of such defaulting bidder shall be forfeited. In such situation the tendering process shall
be continued with the remaining bidders as per their ranking.
b. If the bidder relents after being declared as selected bidder, it shall be declared as defaulting bidder
and EMD of such defaulting bidder shall be forfeited and Chhattisgarh Rajya Antyavasai Sahakari
Vitta & Vikas Nigam reserves right to blacklist/debarred such company for next three (3) years
from participating in any Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam tender. In
such situation, the tendering process shall be continued with the remaining bidders as per their
ranking.
19 TERMS AND CONDITIONS OF THE TENDER
19.1 GENERAL
a. The bidders are requested to examine the instructions, terms & conditions and specifications given
in the tender. Failure to furnish all required information in every respect will be at the bidder's risk
and may result in the rejection of bid.
b. It will be imperative for each bidder(s) to familiarize itself/ themselves with the prevailing legal
situations for the execution of contract. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam shall not entertain any request for clarification from the bidder regarding such legal aspects
of submission of the bids.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
16 | P a g e
c. It will be the responsibility of the bidder that all factors have been investigated and considered
while submitting the bids and no claim whatsoever, including those of financial adjustments to the
contract awarded under this tender, will be entertained by Chhattisgarh Rajya Antyavasai Sahakari
Vitta & Vikas Nigam. Neither any time schedule nor financial adjustments arising thereof shall be
permitted on account of failure by the bidder to appraise themselves.
d. The bidder shall be deemed to have satisfied itself fully before bidding as to the correctness and
sufficiency of its bids for the contract and price quoted in the bid to cover all obligations under this
tender.
e. It must be clearly understood that the Terms & Conditions and specifications are intended to be
strictly enforced. No escalation of cost in the tender by the bidder will be permitted throughout the
period of contract or throughout the period of completion of contract whichever is later on account
of any reasons whatsoever.
Note: The bidder should be fully and completely responsible to Chhattisgarh Rajya Antyavasai Sahakari
Vitta & Vikas Nigam and State Govt. for all the deliverables.
19.2 CLARIFICATIONS IN THE TENDER
a. The bidders or their official representatives are invited to attend a pre-bid meeting which will take
place on the date, time and place mentioned in the Notice Inviting Expression of Interest. Please
note that non-attendance at the pre-bid conference will NOT be the cause of disqualification of the
bidders. All queries for the pre-bid meeting are to be sent at its email at least 2 days prior to the
scheduled date of pre-bid meeting. The Bidders are requested to send their consolidated queries to
the e-mail of Department only once and further queries sent by the Bidders shall not be
entertained. Queries received after this date will not be entertained.
b. The bidder shall submit any queries related to the bid document in the following format. The
queries should necessarily be in the below given format:
Sr. Page Reference in the
Tender Document
Clause No. in the
tender
Clarification
Sought
Note 1: Any responses to the clarifications will be notified in the websites by means of Corrigendum to the
Tender Document.
Note 2: The soft copy of the clarification on RFP should be in MS Excel only and not in word and PDF or
any other format.
19.3 AMENDMENTS TO THE TENDER
a. A Pre-bid meeting shall be held for addressing the clarifications on the date and time mentioned in
the document control sheet or any other date to be decided by Chhattisgarh Rajya Antyavasai
Sahakari Vitta & Vikas Nigam. The Bidders are requested to participate in the Pre-bid meeting and
get the clarifications.
b. Before closing of the tender, clarifications and amendments, if any, will be notified in the website
mentioned in the document control sheet. The bidders should periodically check for the
amendments or corrigendum or information in the website till the closing date of this tender.
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam will not make any individual
communication and will in no way be responsible for any ignorance pleaded by the bidders.
c. Before the closing of the tender, Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
may amend the tender document as per requirements or wherever Chhattisgarh Rajya Antyavasai
Sahakari Vitta & Vikas Nigam feels that such amendments are necessary.
d. Amendments may also be given in response to the queries by the prospective bidders. Such
amendments will be notified in the websites mentioned in the tender schedule.
e. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam, at its discretion, may or may not
extend the due date and time for the submission of bids on account of amendments.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
17 | P a g e
f. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam is not responsible for any
misinterpretation of the provisions of this tender document on account of the Bidders failure to
update the bid documents on changes announced through the website.
19.4 LANGUAGE OF THE BID
The bid prepared by the bidder as well as all correspondence and documents relating to the bid shall be in
English only. The supporting documents and printed literature furnished by the Bidder may be in another
language provided they are accompanied by an accurate translation in English duly notarized, in which
case, for all purposes of the bid, the translation shall govern. Bids received without such translation copy
are liable to be rejected.
19.5 BID CURRENCY
Price should be quoted in Indian Rupees (INR) only and Payment shall be made in Indian Rupees only.
19.6 CONTACTING TENDER INVITING AUTHORITY
a. Bidders shall not make attempts to establish unsolicited and unauthorized contact with
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam / Tender Committee after the
opening of the tender and prior to the notification of the award and any attempt by any bidder to
induce any extraneous pressures on the tender accepting authority shall be sufficient reason to
disqualify the bidder.
b. Notwithstanding anything mentioned above, Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam may seek bonafide clarifications from bidders relating to the tenders submitted by
them during the evaluation of tenders.
19.7 TENDER DOCUMENT FEES
The Tender Document may be directly downloaded from www.cgscaantyavasai.com. Bidders who wish to
participate in the tender process should submit the tender document fees as mentioned in the document
control sheet in the form of a Demand Draft drawn in favor of “Managing Director, Chhattisgarh State
Antyavasai Cooperative Finance and Development Corporation, payable at Raipur”.
19.8 EARNEST MONEY DEPOSIT
a. An EMD amount as specified in the document control sheet should be paid by way of Demand
Draft or Bank Guarantee or FDR in favor of “Managing Director, Chhattisgarh State Antyavasai
Cooperative Finance and Development Corporation, payable at Raipur”. The Demand Draft or
Bank Guarantee or FDR should be deposited physically along with the bid.
b. The EMD of the unsuccessful Bidders shall be returned at the expense of the bidders within a
reasonable time consistent with the rules and regulations in this regard. The EMD amount held by
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam till it is refunded to the
unsuccessful Bidders shall not earn any interest thereof.
c. The EMD amount of the bidder can be converted as part of Security Deposit (SD) for successful
execution of the services and shall be returned only after the successful fulfillment of the Contract.
d. The EMD amount shall be forfeited by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam, if the bidder withdraws the bid during the period of its validity specified in the tender or if
the bidder fails to sign the contract or the bidder fails to remit Security Deposit within the
respective due dates.
19.9 LETTER OF AUTHORIZATION
A letter of Authorization from appropriate authority authorizing the Tender submitting authority or a
Power of Attorney should be scanned and submitted in the tender; otherwise the Bids shall be summarily
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
18 | P a g e
rejected. All pages of the Bid, except for amended printed literature, shall be initialed and stamped by the
person or persons signing the Bid.
19.10 SUBMISSION OF PRE-QUALIFICATION/TECHNICAL BID
a. The Bid document should be properly page numbered and appropriately flagged / tagged; and
must contain the list of contents with page numbers. Any deficiency in the documentation may
result in the rejection of the Bid.
b. The bids prepared by the bidder and all correspondence and documents relating to the bids
exchanged by the bidder and Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam, shall
be written in English language, provided that any printed literature furnished by the bidder may be
written in another language so long the same is accompanied by an English translation in which
case, for purposes of interpretation of the bid, the English translation shall govern.
c. The tender should be signed on all the pages by the bidder or his authorized representative and
should be affixed with the bidder's Seal.
d. It shall be deemed that the bidders have done careful study and examination of the tender
document and has fully understood the implications.
e. The response to the tender should be full and complete in all respects. Failure to furnish the
requisite information or submission of a bid not substantially responsive to the tender document in
every respect will be at the Bidder's risk and may result in rejection of the bid and forfeiture of the
EMD.
f. Bids in joint venture / consortium are not allowed.
19.11 VALIDATIONS OF INTERLINEATIONS IN THE BIDS
The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made
by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid.
19.12 COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of its bid including cost of
presentation for the purposes of clarification of the bid, if so desired by the and Chhattisgarh Rajya
Antyavasai Sahakari Vitta & Vikas Nigam. and Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the
tendering process.
19.13 DOCUMENTS COMPRISING THE BIDS
The bid prepared by the bidder shall comprise the following components. The bids not conforming to the
requirements shall be summarily rejected.
19.14 PRE-QUALIFICATION BID
The bidder must submit a detailed checklist for the Pre-Qualification/Technical &financial Bid as
mentioned in Annexure-I. Bidders is requested to add a column for page no. in the pre-qualification check
list table and provide the corresponding page no. of the respective criteria.
a. In support of eligibility, a bidder must submit the following documents (besides the other
requirements of the Tender), original copies or attested copies, as the case may be, in the absence
of which the Bid will be rejected.
b. Annexure II: Bid Cover Letter
c. Annexure III: Profile of Bidder
d. Pre-qualification bid should contain Earnest Money Deposit (EMD) in a separate sealed envelope.
e. Pre-qualification Bid should contain document fees as mentioned in the Tender Schedule in the
form of a Demand Draft drawn in favor of “Managing Director, Chhattisgarh State Antyavasai
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
19 | P a g e
Cooperative Finance and Development Corporation, payable at Raipur” i.e. INR 1,000 /- towards
the cost of the tender document.
f. Power of Attorney executed by the Bidder in favor of the Principal Officer or the duly Authorized
Representative, certifying him as an authorized signatory for the purpose of this Tender.
g. Declaration that the Bidder has not been debarred / blacklisted by any reputed Govt. / Semi- Govt.
organization for quality of services / product and there is no major complaint against the Bidder by
any organization as per Format given: Undertaking for participating in the Bid process.
h. Annexure V: Financial Bid Letter
i. An Acceptance by the Bidder to the Terms & Conditions mentioned in this Tender, Annexure IV.
19.15 TECHNICAL BID
The Technical Bid, besides the other requirements of the Tender, shall comprise of the following:
a. Annexure VI: Technical Bid Letter
b. Annexure VII: A Technical Compliance letter is to be submitted by the Bidder for any additional
services required in the project without any additional cost, as mentioned in Annexure VII.
c. Annexure-X: Format for Curriculum Vitae of Resource/Key Personnel
d. Annexure-XI: Project Experience
e. Annexure-XII: Format for Declaration Pro format (Blacklisting)
19.16 FORCE MAJEURE
Empanelled Agency/ Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam shall be not be liable
for any delay or failure in the performance of their respective obligations due to causes or contingencies
beyond their reasonable control such as:
• Natural phenomena including but not limited to earthquakes, floods and epidemics.
• Acts of any Govt. authority domestic or foreign including but not limited to war declared or
undeclared, priorities and quarantine restrictions.
• Accidents or disruptions including, but not limited to fire, explosions, breakdown of
• Essential machinery or equipment, power and water shortages.
19.17 OTHER CONDITIONS
a. The final decision would be based on the technical capacity and pricing of the bidders. and
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam does not bind itself in selecting the
bidder offering lowest prices.
b. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam reserves the right not to accept
lowest price, to reject any or all the tenders without assigning any reason, to relax or waive any of
conditions stipulated in the terms and conditions of tender as deemed necessary in the best interest
of and Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam for good and sufficient
reasons.
c. Bidders would be required to adhere to the practices, terms & conditions and specifications
mentioned in tender for Labor Welfare and Insurance, Regulatory Compliance. Bidders will ensure
the implementation of same.
19.18 ARBITRATION AND JURISDICTION
a. In case of any dispute, the matter will be referred to a Sole Arbitrator to be appointed by and
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam in accordance with the "Arbitration
and Conciliation Act 1996". The arbitration shall be held in Raipur, Chhattisgarh, India and in the
language English only.
b. Subject to the above, the Courts at Raipur, Chhattisgarh alone only shall have jurisdiction in the
matter.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
20 | P a g e
19.19 PENALTY
In case the Firm fails to commence / execute the work as stipulated in the agreement or there is a breach of
any terms & conditions of the contract, Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
reserves the right to impose the penalty as detailed below:
i. 2% of cost of order / agreement per week, up to 5 weeks delay.
ii. After 5 weeks delay, Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam reserves the
right to cancel the contract and withhold the agreement and get this job be carried out from other
firm (s) from open market at the competitive rates. The defaulting firm will be blacklisted for a
period of 2 years.
iii. EMD will be fortified.
19.20 PAYMENT OF TAXES
The quoted offer should be exclusive of GST. GST will be paid extra on actual, as applicable. The taxes
prevailing at the time of raising the invoice shall be paid. Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam shall deduct appropriate tax as applicable at source from the payment against the services
and corresponding TDS certificate shall be issued at the end of respective quarter.
19.21 BID CLOSING DATE AND TIME
The bids should be submitted not later than the date and time specified in the document control sheet or
Corrigendum if published.
19.22 MODIFICATION AND WITHDRAWAL OF BIDS
a. The bidder may modify or withdraw its bid after the bid's submission, provided that the Purchaser
receives written notice of the modification or withdrawal, prior to the last date prescribed for
receipt of Bids.
b. The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched
in accordance with the provisions said earlier. A withdrawal notice may also be sent by fax but
followed by a signed confirmation copy, post marked not later than the last date for receipt of bids.
c. No bid may be altered / modified subsequent to the closing time and date for receipt of Bids.
Unsolicited correspondences from bidders will not be considered. No bid may be withdrawn in the
interval between the last date for receipt of Bids and the expiry of the Bid validity period specified
by the bidder in the bid. Withdrawal of a bid during this interval may result in the bidder’s
forfeiture of its EMD.
19.23 PRE-QUALIFICATION/TECHNICAL BID OPENING
The Pre-Qualification/Technical Bid shall be opened on the date and time as specified in the document
control sheet in the presence of those Bidders, who choose to be present against production of an
authorization letter from the Bidding authority. A maximum of two representatives for each Bidder would
be allowed to attend the Tender opening.
19.24 BID VALIDITY
The bids submitted by the Bidders should be valid for a minimum period of 180 days from the date of
opening of the tender. However, Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam reserves
the right to extend or short close the Tender validity period if situation warrants to benefit the Govt.
19.25 INITIAL SCRUTINY
Initial Bid scrutiny shall be conducted and incomplete details as given below will be treated as non-
responsive. If tenders are:
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
21 | P a g e
i. Not submitted as per procedure of submission of bids as specified in the Tender
ii. Received without the Letter of Authorization
iii. Received without tender fee and EMD amount
iv. Are found with suppression of details
v. with incomplete information, subjective, conditional offers and partial offers
vi. Submitted without support documents as per the Prequalification Criteria and Evaluation Criteria
vii. Non-compliance of any of the clauses stipulated in the tender
viii. Lesser validity period
All responsive bids shall be considered for further evaluation. The decision of Chhattisgarh Rajya
Antyavasai Sahakari Vitta & Vikas Nigam will be final in this regard.
19.26 SUPPRESSION OF FACTS AND MISLEADING INFORMATION
a. During the bid evaluation, if any suppression or misrepresentation of facts is brought to the notice
of Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam, Chhattisgarh Rajya Antyavasai
Sahakari Vitta& Vikas Nigam shall have the right to reject the bid and if after selection,
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam would terminate the contract, as the
case may be, will be without any compensation to the Bidder and the EMD / SD, as the case may
be, shall be forfeited.
b. Bidders should note that any figures in the proof documents submitted by the bidders for proving
the ineligibility is found suppressed or erased, Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam shall have the right to seek the correct facts and figures or reject such Bids.
c. It is up to the bidders to submit the full copies of the proof documents online to meet out the
criteria of the tender. Otherwise, Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam at
its discretion may or may not consider such documents.
19.27 LETTER OF ACCEPTANCE
a. The final acceptance of the tender is entirely vested with Chhattisgarh Rajya Antyavasai Sahakari
Vitta & Vikas Nigam who reserves the right to accept or reject any or all of the tenders in full or in
parts without assigning any reason whatsoever. The tender accepting authority may also reject all
the tenders for reasons such as change in scope, lack of anticipated financial resources, court
orders, calamities or any other unforeseen circumstances. After acceptance of the tender by
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam, the empanelled agency shall have
no right to withdraw their tender or claim higher price.
b. After acceptance of the tender by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam, a
Letter of Acceptance (LoA) will be issued to the empanelled agency by Chhattisgarh Rajya
Antyavasai Sahakari Vitta& Vikas Nigam.
19.28 PAYMENT OF SECURITY DEPOSIT (SD) AND PERFORMANCE BANK
GUARANTEE
a. The successful bidder shall be required to remit a Security Deposit (SD) of an amount equivalent
to the EMD amount valid for a period of two years and Performance Bank Guarantee of an amount
10% of total order value in the form of unconditional irrevocable Bank Guarantee valid for a
period specified in the purchase/work order plus 60 days. The SD and PBG shall be paid within 7
days from the date of issue Letter of Acceptance (LoA) and purchase/work order respectively by
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam. The SD/PBG furnished by the
Successful Bidder in respect of the tender shall be returned to them after successful fulfillment of
work. The Security Deposit held by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
till it is refunded to the successful bidder shall not earn any interest thereof.
b. The Security Deposit shall be forfeited if the successful bidder withdraws the Bid during the
period of purchase orders. The SD/PBG should be submitted as per Annexure IX.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
22 | P a g e
19.29 EXECUTION OF CONTRACT
a. The successful bidders should execute a Contract in INR 100 non-judicial Stamp Paper bought in
the name of the bidder within one week from the date of Letter of Acceptance issued by
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam with such changes/modifications as
may be indicated by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam at the time of
execution on receipt of confirmation from Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam.
b. The successful bidders shall not assign or make over the contract, the benefit or burden thereof to
any other person or persons or body corporate for the execution of the contract or any part thereof
without the prior written consent of Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam reserves its right to cancel
the purchase order either in part or full, if these conditions are violated. If the successful bidder
fails to execute the agreement, the SD of the successful bidder will be forfeited, and their tender
will be held as non-responsive.
c. The expenses incidental to the execution of the agreement should be borne by the successful
bidder. The conditions stipulated in the agreement should be strictly adhered to and violation of
any of the conditions shall entail termination of the contract without prejudice to the rights of
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam and Chhattisgarh Rajya Antyavasai
Sahakari Vitta & Vikas Nigam also have the right to recover any consequential losses from the
successful bidders.
19.30 RELEASE OF PURCHASE ORDER/WORK ORDER
After signing of the agreement, “Purchase Order/Work Order” for the execution of services shall be issued
to the empanelled agency by Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam. The services
and payment shall be based on the Purchase Order(s)/Work Order(s) issued from time to time.
19.31 REFUND OF EMD
If the successful bidder submits Security Deposit for the stipulated value in full by way of Bank Guarantee,
the EMD will be refunded after signing the Contract between bidder and Chhattisgarh Rajya Antyavasai
Sahakari Vitta & Vikas Nigam. The EMD amount of the unsuccessful bidders will be refunded after
finalization the successful bidder.
19.32 RELEASE OF SECURITY DEPOSIT/PERFORMANCE BANK GUARANTEE
The Security Deposit/Performance Bank Guarantee will be refunded to the successful bidder on
completion of entire scope of work subject to satisfaction of Chhattisgarh Rajya Antyavasai Sahakari Vitta
& Vikas Nigam. Such completion would be arrived at when the entire scope is completed by the bidder as
per the Contract and as per Purchase Order(s)/Work Order(s) issued by Chhattisgarh Rajya Antyavasai
Sahakari Vitta & Vikas Nigam from time to time.
19.33 FORFEITURE OF EMD AND SECURITY DEPOSIT/PERFORMANCE BANK
GUARANTEE
a. If the successful bidder fails to act according to the tender conditions or backs out, after the Tender
has been accepted, the EMD will be forfeited to Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam. If the Successful Bidder fails to remit the SD, the EMD remitted by him will be
forfeited to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam and the tender will be
held void.
b. If the successful bidder fails to act up on to the tender conditions or backs out from the contract,
the SD mentioned above will also be forfeited by Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
23 | P a g e
19.34 TERMINATION OF CONTRACT
a. Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam may without prejudice to any other
remedy for breach of contract, by written notice of default with a notice period of 7 days, sent to
the successful bidder, terminate the contract in whole or part,
• if the successful bidder fails to deliver the services within the time period(s) specified in
the Contract, or within any extension thereof granted by Chhattisgarh Rajya Antyavasai
Sahakari Vitta & Vikas Nigam; or
• if the successful bidder fails to perform any of the obligation(s) under the Contract; or
• if the successful bidder, in the judgment of Chhattisgarh Rajya Antyavasai Sahakari Vitta
& Vikas Nigam, has engaged in fraudulent and corrupt practices in competing for or in
executing the Contract.
b. In the event Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam terminates the Contract
in whole or in part, Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam may take, upon
terms and in such manner as it deems appropriate, the services similar to those delivered and the
Successful Bidder shall be liable to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
for any additional costs for such similar services. However, the successful bidder shall continue
the performance of the contract to the extent not terminated.
19.35 TERMINATION FOR INSOLVENCY
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam may at any time terminate the contract by
giving written notice with a notice period of 7 days to the successful bidder, if the successful bidder
becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the
successful bidder, provided that such termination will not prejudice or affect any right of action or remedy
that has accrued or will accrue thereafter to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam.
19.36 TERMINATION FOR CONVENIENCE
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam may by written notice, with a notice period
of seven days sent to the successful bidder, may terminate the Contract, in whole or in part, at any time for
its convenience. The notice of termination shall specify that termination is for convenience, the extent to
which performance of work under the contract is terminated, and the date upon which such termination
becomes effective. On termination, the successful bidder is not entitled to any compensation whatsoever.
19.37 ASSIGNING OF TENDER WHOLE OR IN PART
The successful bidder shall not assign or make over the contract, the benefit or burden thereof to any other
person or persons or body corporate. The bidder should not under-let or sublet to any Person (s) or body
corporate for the execution of the contract or any part thereof without the written consent of Chhattisgarh
Rajya Antyavasai Sahakari Vitta & Vikas Nigam.
19.38 ASSIGNING OF TENDER WHOLE OR IN PART
Besides other terms & conditions highlighted in the RFP, bids may be rejected under following
circumstances
General Rejection Criteria a. Bids submitted without or improper Tender fee and EMD
b. Bids received through Telegraphic / Fax/E-Mail/ Hard copies except, wherever required.
c. Bids which do not conform to unconditional validity of the bids as prescribed in the RFP
d. If the information provided by the Bidder is found to be incorrect / misleading at any stage / time
during the Tendering Process
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
24 | P a g e
e. Any effort on the part of a Bidder to influence the Purchaser’s bid evaluation, bid comparison or
contract award decisions
f. Bids received by the Purchaser after the last date for receipt of bids prescribed by the Purchaser
g. Bids without Power of Attorney and any other document consisting of adequate proof of the
ability of the authorized signatory to bind the Bidder
Technical Rejection Criteria a. Technical Bid containing financial details.
b. Revelation of Prices in any form or by any reason before opening of the Financial Bids
c. Failure to furnish all information mentioned in the RFP or submission of a bid not substantially
responsive to the RFP in every respect.
d. Bidders not quoting for the complete scope of work as indicated in the RFP, addendum (if any)
and any subsequent information given to the Bidder.
e. The Bidder not conforming to unconditional acceptance of full responsibility of providing services
and Scope of work of this RFP.
f. If the bid does not conform to the timelines indicated in the RFP.
Financial Rejection Criteria a. Incomplete Financial Bid
b. Financial Bids that do not conform to the RFPs’ financial bid format
c. If there is an arithmetic discrepancy in the financial bid calculations, the Purchaser shall rectify the
same. If the Bidder does not accept the correction of the errors, it may be rejected.
.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
25 | P a g e
Annexure 20 ANNEXURE-I- PRE-QUALIFICATION/TECHNICAL BID AND
FINANCIAL BID CHECK LIST
Sr. Contents of Pre-Qualification Bid Checklist Yes Page No.
1. Bid Cover Letter (As per Annexure II) Yes / No
2. Profile of Bidder (As per Annexure III of this tender)
3. Prequalification checklist
4. DD for Tender Fees(INR 1,000/-)
5. Earnest Money Deposit(INR 1,00,000/-)
6. Power of Attorney
7. Declaration of clean track record
8. Declaration of Acceptance of Terms and Conditions in Tender (As
per Annexure IV)
9. Financial Bid Letter (As per Annexure V)
10. PAN, GST Registration, ITR of firm and Partners, GST Returns
for last six months
Documents Justifying pre-qualification
11 Registration
12 Turnover
13 Age of Applicant Firm
14 Number of Partners
15 Empanelment with C&AG
16 Prior Experience
17 Presence in Chhattisgarh
Contents of Technical Bid Checklist
Sr. Parameter Certifying Document Page No.
1 Number of Partners As mentioned in Sr. No. 4 of
Para 15
2 Average Turnover of the firm for the last three
financial years (FY 2015-2016, 2016-2017 and
2017-2018)
As mentioned in Sr. No. 2 of
Para 15
3 Number of Internal Audit assignments with fees
of at least Rs. 50,000/- from Central/State
Sponsored Programs / PSUs / Government
Funded Agencies executed by firm during the
last 5 financial years (period 2014-15 to 2018-
19)
As mentioned in Sr. No. 6 of
Para 15
4 Prior experience in computerization of
Government / Semi-Government Programs with
fee of at least Rs. 25,000/- per assignment
during the last 5 financial years (period 2014-15
As mentioned in Sr. No. 6 of
Para 15
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
26 | P a g e
to 2018-19)
5 Number of Offices (HO/Branches) in
Chhattisgarh
As mentioned in Sr. No. 7 of
Para 15
6 Number of Qualified / Semi Qualified Staff Skilled means CA employee
as appearing in the certificate
of constitution. Semi-
qualified means CA
intermediate/IPCC both
group pass staff and for
whom the copies of the pass
certificate / mark sheet are
attached.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
27 | P a g e
21 ANNEXURE-II-BID COVER LETTER (TO BE SUBMITTED ON LETTER
HEAD)
To,
The Managing Director,
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar,Nawa Raipur – Chhattisgarh
Subject: Request for Proposal for Empanelment of Chartered Accountant Firm for Providing
Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam Dear Sir,
With reference to your Tender Document dated…………..,I/We,having examined all relevant
documents and understood their contents, hereby submit our bid for Empanelment of Chartered
Accountant Firm for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta &
Vikas Nigam The Proposal is unconditional and unqualified.
1. All information provided in the bid and in the appendices is true and correct and all documents
accompanying such bid are true copies of their respective originals.
2. I/We shall make available to the authority any additional information it may deem necessary or
require for supplementing or authenticating the bid.
3. I/We acknowledge the right of the authority to reject our bid without assigning any reason or
otherwise and hereby waive our right to challenge the same on any account whatsoever.
4. I/We to the best of our knowledge certify that in the last three years, we or any of our associates
have neither failed to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder,
nor been expelled from any project or contract by any public authority nor have had any contract
terminated by any public authority for breach on our part.
5. I/We understand that you may cancel the selection process at any time and that you are neither
bound to accept any bid that you may receive nor to select the agency, without incurring any
liability to the bidders
6. I/We to the best of our knowledge certify that in regard to matters other than security and
integrity of the country, we or any of our associates have not been convicted by a Court of Law or
indicted or adverse orders passed by a regulatory authority which would cast a doubt on our
ability to undertake the services or which relates to a grave offence that outrages the moral sense
of the community.
7. I/We to the best of our knowledge further certify that in regard to matters relating to security and
integrity of the country, we have not been charge-sheeted by any agency of the Govt. or
convicted by a Court of Law for any offence committed by us or by any of our associates.
8. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by the Authority and/ or
the Govt. of India in connection with the selection of agency or in connection with the Selection
Process itself in respect of the above mentioned Project.
9. I/We agree and understand that the bid is subject to the provisions of the tender document. In no
case, shall I/We have any claim or right of whatsoever nature if me or our bid is not opened or
rejected.
10. I/We agree to keep this offer valid for 180 days from the bid Due Date specified in the tender.
11. I/We agree and undertake to abide by all the terms and conditions of the tender document. In
witness thereof, I/We submit this bid under and in accordance with the terms of the tender
document.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
28 | P a g e
(Name and seal of the firm)
22 ANNEXURE-III-PROFILE OF THE BIDDER
S. No.
Particulars
Information/documentary
proof submitted for the
compliance as applicable along with the
page No. reference
1. Name of the Company
2. Year of incorporation
3. Nature of the Company (Registered Company)
4. Registered Office Address
Office Telephone Number
Fax Number
5.
Contact Person
Name
Personal Telephone Number
Email Address
6.
Local presence at Chhattisgarh
Telegraphic Address
Office Telephone Number
Fax Number
7.
Contact Person
Name
Personal Telephone Number
Email Address
8.
Registration Details
Permanent Account Number
GSTN Registration Number
9. Banker's Name, Address and Account Number
10. Certificate of Incorporation
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
29 | P a g e
23 ANNEXURE-IV- DECLARATION OF ACCEPTANCE OF TENDER TERMS
& CONDITIONS
To,
The Managing Director,
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar,Nawa Raipur – Chhattisgarh
Subject: Request for Proposal for Empanelment of Chartered Accountant Firm for Providing
Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
Dear Sir,
I have carefully gone through the Terms & Conditions contained in the tender document [Tender Ref
No.XXXXXXXX] regarding “Empanelment of Chartered Accountant Firm for Providing Services to
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam."
I declare that all the provisions of this Tender/Tender Document are acceptable to my company.
I further certify that I am an authorized signatory of my company and am, therefore, competent to make
this declaration.
Yours faithfully,
(Signature of the Bidder)
Printed Name
Designation
Seal
Date:
Business Address:
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
30 | P a g e
24 ANNEXURE-V-FINANCIAL BID LETTER
To,
The Managing Director,
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar, Raipur – Chhattisgarh
Subject: Request for Proposal for Empanelment of Chartered Accountant Firm for Providing
Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
Reference: Tender Ref No: XXXXXXXXX
Sir/ Madam,
We, the undersigned Bidder, having read and examined in detail the entire tender document in respect of
Request for Proposal for Empanelment of Chartered Accountant Firm for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam. We do hereby propose to provide
services as specified in the Tender document number XXXXXX
1. Price and Validity: All the prices mentioned in our Tender are in accordance with the terms as
specified in the tender documents. The rates quoted will be valid for six months on same terms &
conditions and extended period on mutual consent. We have studied the clause relating to Indian Income
Tax and hereby declare that if any income tax, surcharge on Income Tax, Professional and any other
corporate Tax in altercated under the law, we shall pay the same.
2. Unit Rates: We have indicated in the relevant schedules enclosed the unit rates for the purpose of
on account of payment as well as for price adjustment in case of any increase to / decrease from the scope
of work under the contract.
3. Deviations: We declare that all the services shall be performed strictly in accordance with the
tender documents except for the variations and deviations, all of which have been detailed out exhaustively
in the following statement, irrespective of whatever has been stated to the contrary anywhere else in our
bid. Further we agree that additional conditions, if any, found in the tender documents, other than those
stated in deviation schedule, shall not be given effect to.
4. Tender Pricing: We further confirm that the prices stated in our bid are in accordance with your
Instruction to Bidders included in tender documents.
5. Qualifying Data: We confirm having submitted the information as required by you in your
Instruction to Bidders. In case you require any other further information/documentary proof in this regard
before evaluation of our tender, we agree to furnish the same in time to your satisfaction.
6. Bid Price: We declare that our Bid Price is for the entire scope of the work as specified in the
tender documents. These prices are indicated as per format provided with this Tender as part of the Tender.
7. Contract Performance Guarantee: We hereby declare that in case the contract is awarded to us,
we shall submit the contract performance guarantee as described in this tender
We hereby declare that our Tender is made in good faith, without collusion or fraud and the information
contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our tender is binding on us and that you are not bound to accept a tender you receive.
We confirm that no deviations are attached here with this financial offer.
Thanking you,
Yours faithfully,
(Signature of the Bidder)
Printed Name
Designation
Seal Date:
Business Address
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
31 | P a g e
25 ANNEXURE-VI-TECHNICAL BID LETTER
To,
The Managing Director
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar, Nawa Raipur – Chhattisgarh
Subject: Request for Proposal for Empanelment of Chartered Accountant Firm for Providing
Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
Reference: Tender Ref No: XXXXXXXXX
Sir/ Madam,
We, the undersigned Bidder, having read and examined in detail all the Tender documents do hereby
propose to provide the services as specified in the tender document number XXXXXXXX along with the
following:
1. Earnest Money Deposit (EMD) We have enclosed an EMD in the form of a Demand Draft/Bank Guaranty from Nationalized Bank
for the sum of INR 1,00,000/- (Rupees One Lakh only).This EMD is liable to be forfeited in
accordance with the provisions of the tender document - General conditions of the contract
2. Contract Performance Guarantee We hereby declare that in case the contract is awarded to us, we shall submit the contract
performance guarantee as described in this tender
3. Bid Validity Period
We agree to abide by this bid for a period of 180 days after the date fixed for bid opening or for
any further period for which bid validity has been extended and it shall remain binding upon us
and Bid may be accepted at any time before the expiration of that period.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.
We understand that our bid is binding on us and that you are not bound to accept a bid you receive.
Thanking you,
Yours faithfully,
(Signature of the Bidder)
Printed Name
Designation
Seal
Date:
Business Address:
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
32 | P a g e
26 ANNEXURE-VII-TECHNICAL COMPLIANCE
(To be submitted in Bidder’s letterhead)
It is to certify that the tender document – Tender Ref No: XXXXXXXX dated……………. is carefully
read & understood and all the sections and clauses are COMPLIED UNCONDITIONALLY AND
UNEQUIVOCALLY. There is no deviation from the terms & conditions of the tender.
We hereby also confirm that the solution proposed by us will meet the project requirements. If any
additional services are required to meet the project requirements, we will provide the same without any
additional cost to the authority.
Signature of Authorized Signatory of the Bidder
Company Seal
Date
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
33 | P a g e
27 ANNEXURE-VIII-FINANCIAL BID FORMAT
(To be submitted online only onwww.cgscaantyavasai.com)
Note:
• The rates quoted will be valid for two six months on same terms & conditions and extended period
on mutual consent
I/We agree that this offer will be subject to the Terms & Conditions mentioned in the Tender yours
faithfully,
(Signature, name and designation of the authorized signatory)
S. No. Item Description
(A)
Total Cost without Tax
(B)
1. Cost of services for entire scope of
work (exclusive of taxes)
Grand Total
Note: Prices in Financial Bid should be quoted in the provided format. All prices should be quoted in
Indian Rupees and indicated both in figures and words. Price in words shall prevail, in the event of any
mismatch.
Instructions to fill the Financial Bid:
a) Bidder should provide all prices as per the prescribed format under this Annexure. Bidder should not
leave any field blank.
b) All the prices are to be entered in Indian Rupees ONLY (%age values are not allowed)
c) For the purpose of evaluation of Financial Bids the Purchaser shall make appropriate assumptions to
arrive at a common bid price for all the bidders. This however shall have no co-relation with the
Contract value or actual payment to be made to the bidder. The soft copy of the financial bid should
be uploaded online.
d) Goods and Service Tax will be paid extra as per prevailing norms.
e) The manpower required is to be deployed by the agency within one week of issue of the work order
or as specified in the work order.
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
34 | P a g e
28 ANNEXURE-IX-BANK GUARANTEE FORMAT
(To be executed in Rs.100/- Stamp Paper)
To
The Managing Director,
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar,Nawa Raipur – Chhattisgarh
Bank Guarantee No:
Amount of Guarantee:
Guarantee covers from:
Last date for lodgment of claim:
This Deed of Guarantee executed by (Banker's Name & Address) having our Head Office at
(address) (hereinafter referred to as “the Bank”) in favor of Chhattisgarh Rajya
Antyavasai Sahakari Vitta& Vikas Nigam II and IV Floor, CG Housing Board South East Commercial
Complex, Sector 27, Atal Nagar, Raipur – Chhattisgarh, India (hereinafter referred to as “the
Beneficiary”) for an amount not exceeding Rs./- (Rupees
Only)asper the request of M/s. having its office address at
(here in after referred to as “Supplier”)against Letter of Acceptance reference dated// of M/s.
Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas Nigam. This guarantee is issued subject to the
condition that the liability of the Bank under this guarantee is limited to a maximum Rs./- (Rupees Only)
and the guarantee shall remain in full force up to months from the date of Bank Guarantee and cannot be
invoked otherwise by a written demand or claim by the beneficiary under the Guarantee served on the
Bank before months from the date of Bank Guarantee.
AND WHEREAS it has been stipulated by you in the said ORDER that the Supplier shall furnish you
with a Bank Guarantee by a Scheduled/Nationalized Bank for the sum specified therein as security for
compliance with the Contractor’s performance obligations for a period in accordance with the contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee. THEREFORE, we (Bankers
address), hereby affirm that we are Guarantors and responsible to you on behalf of the Supplier up to a
total of Rs./- (Rupees_________ Only) and we undertake to pay you, upon your first written demand
declaring the Supplier to be in default under the contract and without any demur, cavil or argument, any
sum or sums within the limit of Rs./- (Rupees__________ Only)as afore said, without your needing to
prove or show grounds or reasons for your demand or the sum specified therein. We will pay the
guaranteed amount notwithstanding any objection or dispute whatsoever raised by the Supplier.
This Guarantee is valid until Notwithstanding, anything contained herein Our liability under this
guarantee shall not be exceed Rs./- (Rupees____________ Only). This bank guarantee shall be valid up
to months from the date of Bank Guarantee and we are liable to pay the guaranteed amount or any part
thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or
before ____In witness whereof the Bank, through its authorized Officer, has set its, hand and stamp on
this at. months from the date of Bank Guarantee.
Witness:
(Signature)
(Name in Block Letters)
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
35 | P a g e
29 ANNEXURE-X- FORMAT FOR CURRICULUM VITAE OF PROPOSED
RESOURCE/KEY PERSONNEL
1. Proposed Position:
2. Name of the Company:
3. Name of Resource/Key
Personnel
4. Date of Birth Nationality:
5. Education Indicate college/university and other specialized education of
staff member, giving names of institutions, qualifications
obtained, and date
6. Membership of Professional
Organizations
7. Training & Certifications Indicate significant training since education degrees (under 5)
were obtained]
8.
Countries of Work
Experience
List countries where resource/key personnel has worked in the
last ten years
9. Languages Language Proficiency (Good/Fair/Poor)
Speaking Reading Writing
English
Language 2
10. Employment Record
[Starting with present
position, list in reverse order
every employment held by
staff member since
graduation, giving for each
employment (see format
here below): dates of
employment, name of
employing organization,
positions held.]:
Name of the
Organization
Position Held Duration
______to Present
11. Detailed Tasks Assigned
12. Work Undertaken that Best
Illustrates Capability to
Assigned Handle the Tasks
Assigned
[Among the assignments in which the Staff has been involved,
indicate the following information for those assignments that best
illustrate resource/key personnel capability to handle the tasks
listed under point 11.]
Name of assignment or project:
Year:
Location:
Client:
Main project features:[size in INR , type , and services provided]
Positions held:
Activities performed:
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
36 | P a g e
30 ANNEXURE-XI-PRIOR EXPERIENCE
Part A List of Number of Internal Audit assignments with fees of at least Rs. 50,000/- from Central/State
Sponsored Programs / PSUs / Government Funded Agencies executed by the firm during the last
5 financial years (period 2014-15 to 2018-19) Sr. Sector Name of
the entity
Name of the
centrally sponsored
scheme
Year of
execution of
assignment
Fees charged
for the
assignment
Nature of
assignment
Work Order in
Page No. of the
Technical
Proposal
Part B List of Prior experience with fee of at least Rs. 15,000/- per assignment in computerization of Government Funded
Programs during the last 5 financial years (period 2014-15 to 2018-19)
Sr. Name of the District /
State
Year of
execution of
assignment
Fees charged for
the assignment
Nature of
assignment
Work Order in Page No.
of the Technical Proposal
RFP for Chartered Accountant Firms for Providing Services to Chhattisgarh Rajya Antyavasai Sahakari Vitta & Vikas
Nigam
37 | P a g e
31 ANNEXURE-XII–DECLARATION PRO FORMAT (COMPANY LETTER
HEAD)
To,
The Managing Director,
Chhattisgarh Rajya Antyavasai
Sahakari Vitta & Vikas Nigam
II and IV Floor, CG Housing Board South East Commercial Complex,
Sector 27, Atal Nagar, Nawa Raipur – Chhattisgarh
Subject: Declaration for not being under an ineligibility for corrupt or fraudulent practices or
blacklisted/debarred with any of the Government or Public Sector Units
Reference: Tender Ref No: XXXXXXXXX
Dear Sir/Madam,
We, the undersigned, hereby declare that we are not under a declaration of in eligibility for corrupt or
fraudulent practices or blacklisted/debarred with any of the Government or Public Sector Units as on bid
submission date.
Thanking you,
Yours faithfully,
(Signature of the Bidder)
Printed Name
Designation
Seal
Date:
Business Address: