Need Tally
for Clients?

Contact Us! Here

  Tally Auditor

License (Renewal)
  Tally Gold

License Renewal

  Tally Silver

License Renewal
  Tally Silver

New Licence
  Tally Gold

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

Indian Institute Of Management, Bodh Gaya, Bihar
November, 26th 2019
    INDIAN INSTITUTE OF MANAGEMENT BODH GAYA
                                         Magadha University Campus, Bodh Gaya,
                                                  Bihar ­ 824234




Tender No: IIMBG/2019-20/Internal Audit/06                                          Date: November 20th, 2019

NOTICE INVITING TENDER FOR EMPANELMENT OF INTERNAL AUDITOR FOR IIM BODH
GAYA




  Indian Institute of Management Bodh Gaya (IIM Bodh Gaya) invites bids in two bids systems from
  reputed chartered accountant firms for one year, extendable for another two years on annual basis
  with same terms and conditions if mutually agreed by both the parties.

  Brief Details of Tender:

                                                                                                   Tender Fee
                             Item Description                                EMD             (inclusive of all taxes)


      Empanelment of Internal Auditor for undertaking
   internal audit of Indian Institute of Management Bodh                 Rs.5,000/-                    Nil
                   Gaya on quarterly basis
  The     Tender    Document      can   be    downloaded      from    Central    Public    Procurement     (CPP)  Portal
  http://eprocure.gov.in/epublish/app and institute's website www.iimbg.ac.in . The bid is to be send to, FA&CAO, Indian
  Institute of Management Bodh Gaya, Magadh University Complex, Bodh Gaya, Gaya, Bihar - 824234 or, may be dropped
  in the Tender Box at IIM Bodh Gaya for this purpose up to the last date and time of submission of tender.

  Critical Dates of Tender:


   S. No.                                                                                                    Time
                                         Particulars
                                                                                         Date
            Date & Time of Online Publication/Download of Tender
     01                                                                              20/11/2019           0930 Hrs.
            Bid Submission Start Date & Time
     02                                                                              20/11/2019           0930 Hrs.
            Bid Submission Close Date & Time
     03                                                                              10/12/2019           1800 Hrs.
            Closing Date & Time for Submission of EMD
     04                                                                              10/12/2019           1800 Hrs.
            Opening of Technical Bids
     05                                                                               11/12/2019          1100 Hrs.


                                                       Page 1 of 26
                                    TABLE OF CONTENTS


S.No.                                  Description       Page no.
 01     ABOUT IIM BODH GAYA

 02     TECHNICAL SPECIFICATION

 03     TENDER FEE & EARNEST MONEY DEPOSIT
        DETAILS

 04     ELIGIBILITY CRITERIA

 05     FINANCIAL BID DETAILS

 06     PROCESS OF SUBMISSION AND TIME SCHEDULE

 07     AVAILABILITY OF TENDER

 08     BID VALIDITY PERIOD

 09     BID SUBMISSION

 10     BID OPENING

 11     BID EVALUATION

 12     PROCESS FOR SELECTION OF THE SUCCESSFUL
        BIDDER
 13     PAYMENT TERMS

 14     PERFORMANCE SECURITY DETAILS

 15     CONTRACT PERIOD

 16     DELIVERY SCHEDULE

 17     TERMS AND CONDITIONS

 18
        ANNEXURE ­ I
 19
        ANNEXURE ­ II
 20
        ANNEXURE ­ III
 21
        ANNEXURE ­ IV
 22
        ANNEXURE ­ V
 23
        ANNEXURE ­ VI
 24
        ANNEXURE ­ VII
 25
        ANNEXURE ­ VIII




                                          Page 2 of 26
1.         ABOUT IIM BODH GAYA

Indian Institute of Management Bodh Gaya is an Institution of National Importance under the
Indian Institutes of Management Act, 2017.


2.          TECHNICAL REQUIREMENT


The Internal Auditors are expected to furnish Half yearly Internal Audit Report covering:

       ·    Transaction Audit including day to day records of receipts and payments of Financial
            Transactions.
       ·    Adequacy and effectiveness of Financial and Managerial Control System of the Institute &
            Suggest measures to rectify weakness identified by the Internal Auditor.
       ·    Assist in remedial measures of Functional deficiencies and Inventory control mechanism
            of the Institute.

(a)         Scope and Objective- The Scope broadly covers the following areas:


 i.          Vouching
 ii.         Ledger scrutiny
 iii.        Capital expenditure audit
 iv.         Review of various departments such as Purchases, Stores & estate
 v.          Review of Internal control systems
 vi.         Preparation and finalization of annual accounts (Review of Financial Statements)
 vii.        Review of compliance of all statutory obligations such as Income tax, TDS, professional
             tax, PF,GST etc
 viii.       Audit of timely and proper insurance of assets
 ix.         Technical updates on various taxation laws, finance, accounts, audit matters, etc. to be
             provided on a regular basis

(b)         Audit Period ­ Half yearly Audit

(c)         Key Focus Areas- The 5 major focus areas are:


 i.          Evaluation of systems (process flow, work flow and document flow)
 ii.         Adherence to systems
 iii.        Adherence to the financial policies laid down by BOG/MHRD
 iv.         Adequacy of controls in the accounting and related functions
 v.          Judicious use of the Institute's resources

(d)         Audit Methodology
  i.        Preliminary study of all major areas/departments
                                               Page 3 of 26
  ii.       Audit checklists
  iii.      Sampling or full checks depending on volume of data

(e)         Reporting Structure

  i.        Draft report to Finance department and then a final report to Director

  ii.        Audit report would highlight;
            · Department audited
            · Audit findings
            · Risk category
            · Risk rating
            · Financial impact
            · Recommendations
            · Auditee's response /Agreed Action plan
            · Agreed Action date

  iii.      Follow-up status of previous audit recommendations

(f)         Profile of the Internal Audit Firm
            This section provides
      i.    Profile of the firm which normally includes
            · The origins of the Firm, major strengths and focus areas
            · The Major Audit assignments carried out/being carried by the firm and any Testimonials
               from clients
            · The profile of various partners, with Particular focus on the engagement partner and the
               Audit Team Manager who would be responsible for the Audit assignment here.

      ii.   Audit Team visiting the Institute having sound audit experience in
            Government/ Autonomous bodies should be:
            1. One Qualified CA
            2. Two/three Semi Qualified / Inter CA

(g)         Reporting Structure:

            The Internal Auditor will be reporting to the Financial Advisor & Chief Accounts Officer of
            the Institute and expected to deploy suitable staff for undertaking the job on Half-yearly
            basis and should ensure visit of Partner-in-Charge at a regular interval.




                                                Page 4 of 26
3. EARNEST MONEY DEPOSIT DETAILS


a)     EMD of Rs.5,000/- (Rupees Five Thousand only) should be submitted through DD in
       favour of Indian Institute of Management Bodh Gaya, payable at Bodh Gaya

b)     Micro and Small Enterprises (MSEs) firms as defined in MSE Procurement Policy issued
       by Department of Micro, Small and Medium Enterprises (MSME) or the firms registered
       with the Central Purchase Organisation or the concerned Ministry or Department or Start-
       ups as recognized by Department of Industrial Policy & Promotion (DIPP) for all these
       services only, are exempted from EMD. However, they must enclose valid self-attested
       registration certificate(s) along with the tender to this effect.

c)     The bidders who seeks exemption from EMD as per clause no. 3(b) above, if they
       withdraw or modify their bids during the period of validity, or if they are awarded the
       contract and they fail to sign the contract, or to submit a performance security before
       the deadline defined in the request for bids document, they will be suspended for the
       period of three years or as decided by the competent authority from being eligible
       to submit bids for contracts with the entity that invited the bids.

d)     EMD of all unsuccessful bidders (if any) will be returned after finalization of the tender. EMD
       of the successful bidder will be returned only after receipt of Security Deposit towards
       Performance Guarantee as per Sl. No. 14 (a).

e)     In case of successful tenderer, the EMD (if any) may be adjusted towards the Performance
       Security deposit on request.

f)     The amount of EMD (if any) is liable to be forfeited, if the tenderer withdraws from the offer
       after submission of the tender or after the acceptance of the offer and fails to remit the
       Performance Security Deposit.


g)     No interest will be paid on the EMD (if any) / Performance Security deposited / remitted.

4. ELIGIBILITY CRITERIA

4.1 OID (Other Important Documents):
OID viz. Firm Incorporation Certificate, PAN details, GST details are to be provided.


4.2 Eligibility Criteria and Statutory & Other Documents:


a) The Bidder should furnish self-declaration certificate for acceptance of all terms & conditions
of tender documents. A duly completed certificate to this effect is to be submitted as per the
Annexure-I.
                                         Page 5 of 26
b) The firm should be neither blacklisted by any Central / State Government / Public Undertaking
/ Institute nor is any criminal case registered / pending against the firm or its owner / partners
anywhere in India. A duly completed certificate to this effect is to be submitted as per Annexure-II.

c) The Chartered Accountant firm should be registered with The Institute of Chartered
Accountants of India. Copy of registration certificate to be submitted.

d) The firm should be empanelled with Comptroller and Auditor General of India (C&AG). Copy
of registration certificate to be submitted.

e) The firm should have been in operation for at least 10 years after its registration. Supporting
documents is to be submitted.

f) The Chartered Accountant firm should have at least 4 (four) partners. Duly completed
Annexure-III along with supporting documents is to be submitted.

g) Average Annual Income (i.e. Average Gross Professional Fees earned during the consecutive
last 3 years) of the firm in the last 3 financial years must be minimum of Rs.100 Lakh. Duly
completed Annexure-IV along with supporting documents is to be submitted.

h) The firm should have experience in handling Internal Audit/ Statutory Audit of at least 3 (three)
Government Educational Institutions/ PSUs/ Govt. Organization during last preceding two (2)
years. Duly completed Annexure-V Part I along with supporting documents is to be submitted.

i) The firm should have experience in handling Internal Audit/ Statutory Audit of institute of
national importance in the last preceding ten (10) years. Such audit must be of Institute itself, not
of any department /cell/ subsidiary or affiliating unit etc of the Institute. Duly completed Annexure-
V Part II along with supporting documents is to be submitted.


The prospective bidders may note that only on fulfilment of above pre-qualification criteria, the
technical bid may be considered for evaluation.




4.3   Technical Criteria:


Bidders should comply the minimum specification of the tendered item in all respect. The detailed
format is attached at Annexure-VII. The bidder is to complete the same in all respect and submit
accordingly.


                                            Page 6 of 26
5. FINANCIAL BID DETAILS


Financial bid i.e. BOQ given with tender to be submitted after filling all relevant information. The
priced BOQ should be submitted strictly as per the Annexure-VIII failing which the offer is liable
for rejection. Kindly quote your offer for IIM BODH GAYA (inclusive of all incidental charges
and taxes).
As per the Guideline No 1-CA(7)/03/2016, dated 7th April 2016 issued by the Institute of Chartered
Accountant of India, the minimum consolidated fees for the assignment mentioned on the Financial
bid, Part A is Rs. 1,25,000.00 (Rupees One lakh twenty five thousand only) per annum, plus
applicable tax. In addition to above,



additional fees for the issuance of 15CB Certificate, as and when required by the Institute
during the FY 2018-19 is Rs. 2,000/-plus applicable tax per Certificate will be payable by
the Institute.


Therefore, the technically qualified firm quoted the audit fees lesser than the minimum amount
mentioned in this para will be automatically disqualified.


6.    Process of submission of Tender

The tender must be submitted in three separately sealed envelopes marked as "A", "B", & "C". The
language used shall be English. In case any information given is in foreign language, in such cases
translated (in English) copies of those pages must be enclosed, failing which the tender will be
summarily rejected.

6.1 ENVELOPE "A"

      (Earnest Money) Tender must be accompanied with earnest money as mentioned. The
      Demand Draft towards Earnest Money should be placed in sealed "Envelope A.

6.2

      The EMD is not required to be submitted by bidders who are exempted in terms of MSME,
      Govt. of India guidelines. However, they are required to furnish valid certificate in this regard
      issued by the Competent Authority

6.3 ENVELOPE "B" (Technical Bid Document)

6.4 Tenderers should establish their credentials by giving valid documentary evidences of similar
    services as defined in this document to have been executed in India.

6.5 Checklist for "Envelope B Bidder's General Information Annexure -1 along with the
    documentary proof.


                                             Page 7 of 26
     · Bidder's Eligibility Criteria along with the documentary proof, LETTER OF AUTHORITY
     declaring on the Company letter head stating acceptance of the terms and Conditions
     mentioned in the tender documents & Additional documents, if any.

6.6 ENVELOPE "C" (Financial Bid Document)

·     The "Envelope C" shall contain the tender documents and information related t o the schedule
      of services quoting the rates etc. of the item pertaining to the Financial Bid on the Financial Bid
      document.

·    All columns shall be duly filled in, with specific information on the cost involved.

·    The rates for the services shall be quoted in Indian Rupees only. Overwriting or use of fluid in
     financial bid may lead to summarily rejection of application.

*NOTE:    The Tenderer should clearly mention, in all the three envelopes (i.e. A, B and C),
   description of the items for which the offer is being quoted. If any discrepancy is observed the
   offer would be treated as non-responsive and would be rejected out rightly.

6.7. "Envelope A" (Earnest Money), "Envelope B" (Technical Bid Document) and "Envelope C"
     (Financial Bid Document), shall be in separate sealed envelopes, each marked as "Envelope
     A, "Envelope B" and "Envelope C", respectively. All the three envelopes shall be submitted
     together in another big envelope sealed and super-scribing thereon Tender for Internal Audit of
     IIM Bodh Gaya". The envelope should be superscripted with tender reference number and
     addressed to: The FA & CAO, Indian Institute of Management Bodh Gaya, Magadh University
     Campus, Bodh Gaya, District- Gaya, Bihar, India. PIN-824234.

     The envelope marked "Envelope B" of only those Tenderers shall be opened, whose earnest
     money are placed in the "Envelope A" and found to be in order.

Vendor should quote prices in BOQ only, offers indicating rates anywhere else shall be
liable for rejection.




6.8 TIME SCHEDULE

    S. No.                    Particulars                          Date                Time
      a.     Date of Online Publication of Tender               20/11/2019           0930 Hrs.
      b.     Bid Submission Start Date & Time                   20/11/2019           0930 Hrs.
      c.     Bid Submission Close Date & Time                   10/12/2019           1800 Hrs.
             Closing Date & Time for Submission of
      d.                                                        10/12/2019           1800 Hrs.
             EMD
      e.     Opening of Technical Bids                          11/12/2019           1100 Hrs.



                                              Page 8 of 26
7. AVAILABILITY OF TENDER


    The tender document can be downloaded from http://eprocure.gov.in/epublish/app and
    Institute website https://www.iimbg.ac.in/tenders and to be submitted to FA&CAO, Indian
    Institute of Management Bodh Gaya, Magadh University Complex, Bodh Gaya, Gaya Bihar
    824234 or may be dropped in the Tender Box at IIM Bodh Gaya for this purpose up to the last
    date and time of submission of tender.






8. BID VALIDITY PERIOD

The bid will remain valid for 180 days from the date of opening as prescribed by IIM Bodh Gaya.
A bid valid for a shorter period shall be rejected, being non-responsive.

9. BID SUBMISSION

9.1 Instruction to Bidder
1 IIM, Bodh Gaya may issue amendment / errata to the tender documents before due date of
     submission of tender. The Agency/Contractors are required to read the tender documents in
     conjunction with amendments, if any, issued by IIMBG.
2    The Agency/Contractor is not supposed to incorporate any amendment / errata in the body of
     tender documents either in ink or pencil. In case the Agency/Contractor on the body of tender
     incorporates amendments/errata issued, they shall not be considered, and the amendment /
     errata issued by the IIM Bodh Gaya shall only hold good. The amendments/errata issued to
     these documents subsequently would also need to be uploaded on website
     http://www.iimbg.ac.in and https://www.eprocure.gov.in/epublish/app. The contractors shall
     visit these sites from time to time to see these amendments/errata.
3    IIM Bodh Gaya reserves the right to postpone/modify and / or extend the date of receipt of
     opening of tenders or to withdraw the tender notice, without assigning any reason thereof.
     However, bidders could confirm the dates one day prior to the prefixed dates by contacting
     the Tender Inviting Authority (TIA) through the mail- facao@iimbg.ac.in in such cases, the
     bidders shall not be entitled to any form of compensation from IIM Bodh Gaya.
4    Validity of Bid: Bid submitted by Bidder shall remain valid for acceptance for a period of 180
     days from the date of opening of the BID. Bidders shall not be entitled during the said One
     Eighty days' period to revoke or cancel the BID or to vary the same or any term thereof
     without the consent in writing to the IIM Bodh Gaya.


9.2 Mode of Submission of Tender

The bids in prescribed envelops should be delivered at IIM Bodh Gaya. The Tender should be
complete in all respects and should be duly signed. Late and delayed tenders due to any reason


                                            Page 9 of 26
including postal delays shall not be considered at all. Offers sent through fax/ personal e-mail will
not be accepted.


9.3               Submission of Earnest Money Deposit (EMD)

It is also required to submit EMD through DD in favour of INDIAN INSTITUTE OF MANAGEMENT
BODH GAYA, payable at BODH GAYA


10. BID OPENING

a)    Technical Bids will be opened on 11/12/2019 at 1100 Hrs.


b)    Financial Bids of the technically eligible bidders will be opened on a later date. The date
      and time for opening of Financial Bids will be intimated to them over e-mail IDs noted in
      their bid document.


c)    Bids would be summarily rejected, if EMD is submitted other than through DD.


11. BID EVALUATION

The bidder would be selected based on ranking and evaluation of Technical and Financial Bids
by a Committee, and Committee's decision would be final. The Committee will decide on the
parameters to be used for determining the suitability and adequacy of the bids.




                                           Page 10 of 26
12. PROCESS FOR SELECTION OF THE SUCCESSFUL BIDDER

12.1 Stage ­ 1 Prequalification evaluation will be carried out based on documents submitted by
the bidder as per clause 4, i.e. OID, eligibility criteria, EMD and Technical criteria. The bidders who
will qualify in Stage-1 evaluation only will be considered for next stage evaluation i.e. Stage-2.
S.                Particular                         Marks Breakup                Allocation of Marks
No.
                                        10 years -> 3 marks
       Firm's existence as per tender                                                (Min. Mark - 3,
1.                                      > 10 to 15 years -> 4 marks
       clause 4.2 (e)                                                              Maximum marks - 5)
                                        > 15 years -> 5 marks
2.     Number of partners as per tender 4 Partners -> 2 Marks,                       (Min. Mark - 2,
       clause 4.2 (f)                   4 to 9 Partners -> 3 Marks,                Maximum marks - 5)
                                        10 to 14 Partners -> 4 Marks,
                                        More than 15 partners -> 5
                                        Marks,
                                        100 Lakhs to 150 Lakhs -> 4
                                        Marks
                                        More than 150 Lakhs to 200
       Average income as per tender                                                  (Min. Mark - 4,
3.                                      Lakhs -> 6 Marks
       clause 4.2 (g)                                                             Maximum marks ­ 10)
                                        More than 200 Lakhs to 300
                                        Lakhs -> 8 Marks
                                        More than 300 Lakhs -> 10 Marks
                                        3 annual audits -> 4 Marks
                                        4 to 6 annual audits -> 6 Marks
       Experience as per tender clause                                               (Min. Mark - 4,
4                                       7 to 10 annual audits -> 8 Marks
       4.2 (h)                                                                    Maximum marks ­ 10)
                                        More than 10 annual audits -> 10
                                        Marks
                                        0 annual audit -> 0 Marks,
                                        1 annual audit -> 3 Marks,
       Experience as per tender clause  2 annual audits -> 6 Marks,
       4.2 (i)                          3 annual audits -> 9 Marks,                 (Min. Mark - 0,
5
                                        4 annual audits -> 12 Marks,              Maximum marks - 20
                                        5 annual audits -> 15 Marks,
                                        More than 5 annual audit -> 20
                                        Marks
                                               Maximum Marks- 50
                Total Marks of Stage -2
                                         Qualifying Marks- Minimum
                            Evaluation
                                                        20




12.2     Stage ­ 2   The stage-2 evaluation will be carried out as per the following procedure:

Based on the above, each eligible bidder will be awarded appropriate marks accordingly.


                                            Page 11 of 26
The scores for technical bids are based on the following method:

Normalized technical Bid Score =     Marks obtained in technical bid x 10
                                        Highest marks of technical bid

For example, the technical scores the bidders are as follows-

          Party         Marks of technical bid out of 50
           A                          40
           B                          35
           C                          42

The normalised score for technical bid would be as follows ­

          Party           Technical Score (TS)
           A                      9.52
           B                      8.33
           C                     10.00


12.3 Stage-3: Financial Bid Evaluation:

The Institute will open the financial bids of bidders who have scored minimum of 20 marks out of
maximum 50 Marks in Stage-2 Evaluation. The date and time of online opening the financial bid
will be intimated to the Tenderers in advance and bid will be evaluated as under:




Scoring of Financial Bids- The scores for financial bids are based on the following method:

Normalized Financial Bid Score =      Lowest Tender Price x 10
                                        Tender Price quoted

For example, total amount (Inclusive of all taxes & Charges) as per Annexure- VIII are as follows-

                          Total Amount (Inclusive of all taxes &
          Party
                                        Charges
            A                          2,00,000/-
            B                            1,50,000/-
            C                            3,00,000/-

The normalised score for financial bid would be as follows ­


                                          Page 12 of 26
          Party                      Financial Score - FS
           A                                    7.5
            B                                   10.00
            C                                    5.0


Note that the lower the price, the higher the score.




12.4 Stage-4: Combined evaluation

The score of technical proposal would be given 70% Weightage, and the financial proposal would
be given 30% Weightage. The weighted combined score of the Technical bid (Ts), and Financial
bid (Fs) shall be used to rank the bidders based on formula as given below:

Combined Score = 70% * TS + 30% * FS

The normalised Combined Score would be as follows ­
   Party       Technical Score (TS)   Financial Score               Combined Score
                                             (FS)                 (70% * Ts + 30% * Fs)
     A                 9.52                  8.86                         9.32
     B                 8.33                 10.00                         8.83
     C                10.00                  7.75                         9.33

12.5 Successful Bidder


(a)    The successful bidder will be the one who has the maximum combined score in Stage-4

(b)    The purpose of the four-stage selection process spelt out above is to get the services which
       combine optimally the quality and price.

13. PAYMENT TERMS


The payment shall be made against the services provided by firm as per the nature of work,
subject to the following terms and conditions:

(i)   The payment of professional fee during the entire contract period shall be made in
      accordance with the financial bid submitted by the selected bidder and accepted by
      the Institute. No price variation would be allowed during the contract period.
                                           Page 13 of 26
(ii)   TDS under Income tax will be deducted at applicable rates.

(iii) The Institute reserves the right to deduct any amount from the bill as may be considered
      reasonable for unsatisfactory services or delay in providing of services. The decision of the
      Institute will be the final in this regard.


(iv) The Service Provider will raise the half-yearly bills in duplicate on submission of the quarterly
     Internal Audit Report to the Institute.


14. PERFORMANCE SECURITY DETAILS


a) The successful tenderer will have to deposit the performance security valid for 15 Months in
the form of DD @10% of the total value of order at the earliest from the date of issue of the award
letter. No interest will be paid by IIM Bodh Gaya on the deposit.


b) Performance Security will be refunded, after completion of contract and Defect Liability period
in all respect.


c) Performance Security will be forfeited if the firm fails to perform/abide by any of the terms or
conditions of the contract.


d) In case, the firm fails to execute the job successfully, within specified period, the job will be
got done from open market and the difference of cost, if any, will be recovered from Performance
Security or from pending bill(s) of the defaulting firm or from both in case the recoverable amount
exceeds the amount of Performance Security.

e) In case of non-receipt of Security Deposit within the stipulated time, EMD will be converted
into Security Deposit and the balance amount will be recovered from the bill submitted for the
payment.


15. CONTRACT PERIOD

 a)     The contract will be initially for a period of one year. Based on satisfactory performance,
        the contract may be extended maximum up to another two years (one year at a time) on
        same terms and conditions.

 b)     The performance of the service provider will be evaluated on yearly basis.



                                            Page 14 of 26
c)     IIM Bodh Gaya can terminate the contract with three-months' notice in case the services
       are not found satisfactory.

d)     The successful Bidder shall be required to execute a contract agreement with IIM Bodh
       Gaya.

e)     IIM Bodh Gaya reserves the right to amend the terms and conditions of contract by mutual
       discussions and shall be in writing. The amended terms and condition will form part of the
       agreement.



16. DELIVERY SCHEDULE

The successful bidder should commence operation as per W/O issued by the Institute.

17. TERMS AND CONDITIONS


17.1 Termination for Insolvency


a) The IIM Bodh Gaya may at any time terminate the Contract by giving a written notice to the
awarding firm, without compensation to the firm, if the firm becomes bankrupt or otherwise
insolvent as declared by the competent Court, provided that such termination will not prejudice or
affect any right of action or remedy, which has accrued or will accrue thereafter to the department.
b) The courts of Gaya alone will have the jurisdiction to try any matter, dispute or reference
between the parties arising out of this contract. It is specifically agreed that no court outside and
other than Gaya Court shall have jurisdiction in the matter

17.2   Force Majeure

a)      Should any force majeure circumstances arise, each of the contracting parties be
       excused for the non-fulfilment or for the delayed fulfilment of any of its contractual
       obligations, if the affected party within 15 days of its occurrence informs in a written form
       to the other party.


b)     Force Majeure shall mean fire, flood, natural disaster or other acts such as war, turmoil,
       sabotage, explosions, epidemics, quarantine restriction, strikes, and lockouts i.e. beyond
       the control of either party.

17.3. Arbitration




                                           Page 15 of 26
       In the event of any dispute or difference arising under this tender/contract, the Director,
       IIM Bodh Gaya or his/her nominee is the arbitrator and the decision of the arbitration will
       be binding on both parties.

17.4. Other Conditions


a)    The bidder must attach the relevant & readable documents only as indicated in the
      tender documents. In case of any irrelevant or non-readable documents, the bid may
      be rejected.

b)    IIM Bodh Gaya reserves the right to accept or reject any or all the tenders in part or in full
      or may cancel the tender, without assigning any reason thereof.

c)    IIM Bodh Gaya reserves the right to relax / amend / withdraw any of the terms and
      conditions contained in the Tender Document without assigning any reason thereof. Any
      inquiry after submission of the quotation will not be entertained.

d)    IIM Bodh Gaya reserves the right to modify/change/delete/add any further terms and
      conditions prior to issue of work order.

e)    In case the bidders/successful bidder(s) are found in breach of any condition(s) at any stage
      of the tender, EMD/Performance Security shall be forfeited.

f)    Neither the contract, nor any rights granted under the contract may be sold, leased,
      assigned, or otherwise transferred, in whole or in part, by the audit firms/companies, and
      any such attempted sale, lease, assignment or otherwise transfer shall be void and of no
      effect without the advance written consent on the Institute.

g)    The audit firm/company will maintain privacy of data shared with them by the Institute and
      will keep it confidential.

h)    False declaration/documents will be in breach of the Code of Integrity under Rule 175(1) (i)
      (h) of the General Financial Rules for which a bidder or its successors can be debarred for
      up to two years as per Rule 151 (iii) of the General Financial Rules along with such other
      actions as may be permissible under law.

i)    Conditional tenders will not be considered in any case.

j)    IIM Bodh Gaya shall not be responsible for any postal delay, non-receipt or non-delivery of
      the EMD.




                                          Page 16 of 26
IIM Bodh Gaya may issue amendment/corrigendum to tender documents before due date
of submission of bid. Any amendment/corrigendum to the tender document if any, issued
by IIM Bodh Gaya will be posted on CPP Portal. For the bidders, submitting bids on
downloaded tender document, it is `bidders' responsibility to check for any
amendment/corrigendum on the website of IIM Bodh Gaya or check for the same CPP
Portal before submitting their duly completed bids.




                                     Page 17 of 26
ANNEXURE ­ I
                                             Undertaking
To
The FA & CAO
Indian Institute of Management Bodh Gaya
Magadh University Campus, Turi Buzurg, Gaya
 Bihar ­ 824234

Tender No. IIMBG/2019-20/Internal Audit/05 dated 24/10/2019
(Notice Inviting Tender for Empanelment of Internal Auditor for undertaking internal audit of Indian
Institute of Management Bodh Gaya)

Sir,


1. I /we hereby submit our tender for Empanelment of Internal Auditor for undertaking internal
audit of Indian Institute of Management Bodh Gaya along with other required documents.

2. I/ We enclosed herewith the following in favour of Indian Institute of Management Bodh Gaya
towards EMD.

        Particular         Amount             Payment Details (DD             Payment Date
                                                    No.)
 EMD                        Rs.5,000/-



3. I / We hereby reconfirm and declare that I / We have carefully read, understood & complying
the above referred tender document including instructions, terms & conditions, scope of work,
schedule of quantities and all the contents stated therein. I / We also confirm that the rates quoted
by me / us are inclusive of all taxes, duties etc., applicable as on date.

4. I /we have gone through all terms and conditions of the tender document before submitting
the same.


Date:                                                    Authorized Signatory

                                      Seal
                                                         Name:

Place:                                                   Designation:


                                                         Contact No.:

                                             Page 18 of 26
ANNEXURE ­ II

                                         CERTIFICATE
                           (to be provided on letter head of the firm)

I hereby certify that the above firm neither blacklisted by any Central/State Government/Public
Undertaking/Institute nor is any criminal case registered / pending against the firm or its owner /
partners anywhere in India.


I also certify that the above information is true and correct in every respect and if, in any case at
a later date it is found that any details provided above are incorrect, any contract given to the
above firm may be summarily terminated and the firm blacklisted.




Date:                                                 Authorized Signatory

                                 Seal
                                                      Name:

Place:
                                                      Designation:


                                                        Contact No.:









                                           Page 19 of 26
ANNEXURE ­ III
                                         Details of Firm's Partners


  Sr.No.   Name of the member   Designation              Membership No.            Status (FCA/ACA)    Remarks




                                                                                                      Documentary
                                                                                                       evidence to
                                                                                                       be provided




                 Date:                                      Authorized Signatory

                                                           Name:
                                              Seal
                 Place:
                                                           Designation:
                                                           Contact No.:
ANNEXURE ­ IV

                                                Details of Firm's Professional Income
                                                  (Gross Professional Fee Earned)

             Particulars               Financial Year 2016-17   Financial Year 2017-    Financial Year 2018-   Average Annual
                                                                         18                      19                Income
      Annual Income (in Lakh)

   Audited Accounts of the Firm
       along with copy of the
 acknowledgement of income Tax
  return for all the three financial
       years to be submitted




    Date:                                                            Authorized Signatory

                                             Seal                    Name:

    Place:                                                           Designation:

                                                                      Contact No.:
ANNEXURE ­ V Part I

  Details of Firm's experience in handling Internal Audit/ Statutory Audit of at least 3 (three)
 Government Educational Institutions/ PSUs/ Govt. Organization during last preceding two (2)
                                             years.

                                     Duration of the
                                                            Nature of assignments
Sl.                                      project
         Name of the Institute                           (please specify whether work     Remarks
No.                                  (Start date/ end
                                                            involved internal audit)
                                           date)




                                                                                         Documentary
                                                                                           evidence
                                                                                           (copy of
                                                                                             order,
                                                                                          agreement
                                                                                        etc) in support
                                                                                         of the above
                                                                                        information to
                                                                                         be provided




           Date:                                        Authorized Signatory:

                                                        Name:


                                         Seal           Designation:


            Place:                                      Contact No.:
ANNEXURE ­ V Part II

 Details of Firm's experience in handling Internal Audit/ Statutory Audit of Institute of National
                        Importance during last preceding ten (10) years.

                                     Duration of the
                                                            Nature of assignments
Sl.                                      project
         Name of the Institute                           (please specify whether work       Remarks
No.                                  (Start date/ end
                                                            involved internal audit)
                                           date)




                                                                                          Documentary
                                                                                            evidence
                                                                                            (copy of
                                                                                              order,
                                                                                           agreement
                                                                                         etc) in support
                                                                                          of the above
                                                                                         information to
                                                                                          be provided




           Date:                                        Authorized Signatory:

                                                        Name:


                                          Seal          Designation:


            Place:                                      Contact No.:
ANNEXURE ­ VI

                                    COMPANY DETAILS



   Name of the Party
   Date of Incorporation /
   Establishment

   PAN Number

   GST Registration Number


                                    Account Number

                                    IFS Code

                                    Bank Name

   Bank Details                     Branch Name

   Office Address for Postal
   Communication
   Authorized Signatory Details
                                    Name
                                    Designation
   (Company/Firm Authorization
                                    Email
   by the competent authority, to
   be attached)                     Phone
                                    Name
                                    Designation
   Details of Contact other than
   Authorized Signatory             Email
                                    Phone



           Date:                                  Authorized Signatory:


                                                  Name:
                                       Seal

                                                  Designation:
           Place:                                 Contact No.:
ANNEXURE ­ VII

                                            TECHNICAL BID
                                    Particulars                           Compliance by the Vendor
   S. No.                                                                        (Yes / No.)

      1.    Scope of work as per tender clause no. 2
      2.    EMD as per tender clause no. 3
                                                                                    If Yes
      3.    Certificate of Incorporation as per tender clause no. 4.1
                                                                          No. ____________________
                                                                                    If Yes
      4.    Permanent Account Number as per tender clause no. 4.1
                                                                          No. ____________________
                                                                                    If Yes
            Goods and GST Registration Number as per tender clause
      5.
            no. 4.1                                                  No. ____________________
      6.    Undertaking as per tender clause no. 4.2 (a) -Annexure-I

      7.    Certificate as per tender clause no. 4.2 (b) -Annexure-II
                                                                                    If Yes
      8.    Registration Certificate as per tender clause no. 4.2 (c)
                                                                          No. ____________________
                                                                                     If Yes
      9.    Registration certificate as per tender clause no. 4.2 (d)
                                                                          No. ____________________
      10. Experience details as per tender clause no. 4.2 (e)
            Details of partners as per tender clause no. 4.2 (f)
      11.
            Annexure-III
            Annual Turnover details as per tender clause no. 4.2 (g)
      12.
            Annexure-IV
            Experience details as tender clause no. 4.2 (h) Annexure-V
      13.
            Part I
            Experience details as tender clause no. 4.2 (i) Annexure-V
      14.
            Part II
      15.   Company details as per Annexure-VI


             Date:                                         Authorized Signatory:


                                                           Name:
                                            Seal
                                                           Designation:


             Place:                                        Contact No.:
ANNEXURE ­VIII
                                                    FINANCIAL BID


             Particulars                                  Fees
         Scope of work as per                                                           Payment
           tender clause-2       Rupees in figure                Rupees in words        schedule

                                                                                   The Service Provider
   Annual Professional fee for                                                     will raise the half-
   Internal Audit                                                                  yearly      bills     in
                                                                                   duplicate            on
                                                                                   submission of the
                                                                                   half-yearly     Internal
                                                                                   Audit Report to the
   Applicable tax %, if any                                                        Institute.




Date:                                                      Authorized Signatory

                                   Seal                    Name:

Place:                                                     Designation:

                                                           Contact No.

Home | About Us | Terms and Conditions | Contact Us
Copyright 2024 CAinINDIA All Right Reserved.
Designed and Developed by Ritz Consulting