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

National Bank For Agriculture And Rural Development, Mumbai - Maharashtra
December, 25th 2018
REQUEST FOR PROPOSAL (RFP) FOR
                             ENGAGEMENT OF
          CONCURRENT AUDITORS at Select 8 Regional Offices of
      National Bank for Agriculture and Rural Development (NABARD)
                            Inspection Department
                          3rd Floor, `D' Wing, C-24, 'G' Block
                         Bandra-Kurla Complex, Bandra (East)
                                   Mumbai 400 051
                               Website: www.nabard.org

 Request for Proposal (RFP) for engagement of Concurrent Auditors
for select eight Regional Offices of National Bank for Agriculture and
                    Rural Development (NABARD)
Sealed tenders are invited by the National Bank for Agriculture and Rural Development
from qualified firms of Chartered Accountants operating in India, with at least one office
in Mumbai, for engagement of Concurrent Auditors in select eight Regional Offices of
NABARD viz. Madhya Pradesh (at Bhopal), Odisha (at Bhubaneswar), Maharashtra
(at Pune), Gujarat (at Ahmedabad), Haryana (at Chandigarh), Rajasthan (at
Jaipur), Andhra Pradesh (at Hyderabad at present) and Karnataka (at
Bengaluru).

The "Request for Proposal" (RFP) for the assignment is available on the NABARD website
(www.nabard.org). Interested bidders may download directly from our website (link
https://www.nabard.org/English/Tenders.aspx). Bids may be made strictly as per the
specifications in the RFP documents and should be submitted latest by 3.00 p.m. on
28 December 2018 at the address mentioned below:


The Chief General Manager
National Bank for Agriculture and Rural Development (NABARD)
Inspection Department
3rd Floor, 'D' Wing
C-24, 'G' Block
Bandra- Kurla Complex, Bandra (East)
Mumbai 400 051


                                            2
                           DISCLAIMER

The contents and information provided in this Request for Proposal
(RFP) are meant to provide general information that may be useful to
the interested entities in formulation of their proposal pursuant to this
RFP. The selected bidder will be required to execute an Agreement with
NABARD that will govern the rights, duties and obligations between
NABARD and the successful bidder. Accordingly, no contractual
obligation whatsoever shall arise from the RFP process unless and
until a formal contract is signed and executed by NABARD with the
selected bidder.




                                    3
    Schedule of events


                                  To engage Concurrent Auditors for NABARD's
                                  Regional Offices at Bhopal (Madhya Pradesh),
1    Purpose                      Pune (Maharashtra), Chandigarh (Haryana),
                                  Bengaluru (Karnataka), Jaipur (Rajasthan),
                                  Bhubaneswar (Odisha), Ahmedabad (Gujarat)
                                  & (Andhra Pradesh) Hyderabad.

2    Cost of Tender               nil

                                  Bidder will have to execute Contract Integrity
3    Pre-bid Integrity pact       Pact (duly stamped) as per Annexure IV of
                                  RFP before submitting the bid

                                  Earnest Money Deposit (EMD) of Rs
                                  1,92,000/- (Rupees one lakh ninety two
                                  thousand only) by way of a Demand Draft
                                  from any Nationalized Bank/ Scheduled Bank
4    EMD
                                  payable at Mumbai in favour of `NABARD'.
                                  Tender without EMD shall not be
                                  considered.
                                  (Based on estimated amount payable )

                                  Two (2) Envelopes

                                  Envelope 1 containing:

                                        1. Duly filled in & stamped Contract
     No. of Envelopes (Non                 Integrity Pact
5    window, sealed) to be              2. Technical Bids as per Annexure I.
     submitted                          3. DD for Rs 1,92,000 towards EMD.

                                  Envelope 2 containing:

                                  Commercial Bid as per Annexure II (Only one
                                  bid to be submitted)

     Last Date of Submission of
6                                  28 December 2018 by 15:00 hrs
     Bids
                                     28 December 2018         at 16:00 hrs
     Date, Time and Venue of
                                  Inspection Department, Third Floor, D Wing,
7    opening of Bids, except
                                  NABARD, Head Office, C-24, G-Block, Bandra- Kurla
     Commercial Bids.
                                  Complex, Bandra ­ (East), Mumbai 400051

                                           4
                                   18 December 2018, Tuesday at 11:00 hrs
8    Pre-bid meeting
                                   at the same venue as indicated in item no. 7 above

     Response to clarification /
9    pre bid meeting to be put      Will be announced in pre-bid meeting
     on web site, if any

                                   Bids may be dropped in the sealed box placed on the
                                   3rd Floor, D Wing, NABARD, Head Office, C-24, G-
10 Mode of submitting the Bid      block, Bandra- Kurla Complex, Bandra ­ (East),
                                   Mumbai 400051 by 3.00 pm on 28 December
                                   2018.

11 Bid Validity                    90 days from the last date of submission.

     Contact Person:
12   Shri S C Mishra, DGM, Inspection Department, NABARD, Mumbai
                        Contact no 022-26539533
              (Between 10.00 am to 5.00 pm on working days)




                                           5
                                 TABLE OF CONTENTS

1.   Section I    :      Introduction & Instructions for Proposals

2.   Section II :        Eligibility Norms

3.   Section III :       Scope of Work

4.   Section IV : Assessment Criteria

5.   Section V      :     RFP Terms and Conditions

6.   Section VI         : Annexure and Declaration




                                             6
                                       Section I

1.     INTRODUCTION & INSTRUCTIONS FOR PROPOSALS

National Bank for Agriculture and Rural Development (NABARD) (hereinafter referred
to as "NABARD") is set up as an Apex Development Bank with a mandate for facilitating
credit flow for promotion and development of agriculture, small-scale industries, cottage
and village industries, handicrafts and other rural crafts. It is wholly owned by the
Government of India. For details please see our website www.nabard.org. It has 25
Departments in its Head Office at Mumbai and 31 offices across the country and employs
around 4000 employees. Around 8-10 thousand financial transactions are carried out per
month in bank. All the transactions of NABARD are made through centralized CBS
system. NABARD has been extensively using Information Technology for its operations
and payments of salary, absence module, loans & advances, management benefits,
accounting (core banking) and also on manual systems. Different modules used in
NABARD are as under:

     a) CLMAS/FAMS is being implemented in NABARD. All transaction are through
        CLMAS and FAMS.
     b) We are also using ECM in Head Office at present. This system will be
        implemented in ROs also, in future.

Auditing will have to be conducted in Regional Office of the Bank through Centralised
Loan Management & Accounting System(CLMAS) / Fixed Asset Management System
(FAMS) and also manually where ever applicable.

In case of relocation of NABARD's Regional office, selected firm will have to
conduct audit at relocated centre.

Logistic Support extended: NABARD would be providing requisite infrastructure
support/facilities such as premises, work stations with personal desk top computer &
peripherals, working lunch & snacks to the staff engaged by the Firm at select Regional
Offices.

NABARD invites sealed proposals for engagement of Auditors to provide concurrent audit
services at select Regional Offices of NABARD.

(a) Well established and reputed firms of Chartered Accountants are eligible for
    engagement under contract.

(b) At any time prior to the deadline for submission of proposal, NABARD may, for any
    reason, modify the RFP. The prospective respondents having received the RFP shall
    be notified of the amendments and such amendments shall be binding on them.


                                           7
(c) NABARD reserves the right to accept or reject any or all the proposals in whole or part
    without assigning any reasons.

(d) NABARD intends to select one (1) firm of Chartered Accountants under contract.

(e) During pre-qualification and evaluation of the Proposals, NABARD may, at its
    discretion, ask respondents for clarifications on their proposal.

(f) Such clarification/s shall be provided within the time specified by NABARD for this
    purpose. If an applicant does not provide clarifications sought as mentioned above
    within the specified time, its proposals shall not be considered.

(g) Proposals need to be submitted in hard copy in a sealed envelope as mentioned in para
    A of Section IV of the RFP document. Proposals received by facsimile shall be treated
    as defective, invalid and will be rejected. Only detailed and complete proposals in
    the form indicated, received prior to the closing time and date of the proposals
    alongwith the EMD of Rs 1,92,000/- (Rupees One lakh ninety two thousand
    only) shall be treated as valid.

(h) Respondents are not permitted to modify, substitute, or withdraw proposals after its
    submission.

(i) The proposal may be submitted along with the covering letter about the proposal,
    along with the information/documents indicated in the Annexure and the declaration,
    signed by the authorized signatory duly approved by the partner/s of the Firm with
    Seal of the Company/firm. All pages are required to be signed/authenticated under
    seal.

(j) No cost will be borne by NABARD towards preparation and submission of the
    proposals.

(k) The tenure of the contract would be for three years, subject to review of performance
    and adherence to the terms and conditions. NABARD may terminate the contract
    without assigning any reasons by giving one month's notice or fee equivalent to one
    month.

(l) NABARD will evaluate the proposals submitted by respondents in detail, based on the
    data submitted by them in the Annexure.

(m) Proposals can be submitted in sealed cover by 3.00 p.m. by 28 December 2018.
   No extension will be granted for submission. Before submission of bid, bidder may
   ensure to enter pre-contract integrity pact (duly stamped) as per annexure IV of RFP.




                                            8
                                      Time Table
                           Task                      Time & Date
           Release of Request for proposal (RFP)     06 December 2018
           Pre-bid Meeting                           18 December 2018
                                                     at 11.00 am
           Proposal Submission Due Time & Date       By 3.00 pm on 28
                                                     December 2018
           Date & Time of opening of Technical       At 4.00 pm on 28
           Bid                                       December 2018
           Date & Time of opening of Financial       Will be intimated at
           Bid                                       a later date



           Address for Communication                 Contact Persons
           The Chief General Manager
           National Bank for Agriculture        022-
           and Rural Development                26539533
           (NABARD)                                        Shri S C Mishra,
                                                (Between
           Inspection Department, 3rd                      DGM
                                                10.00 am
           Floor, 'D' Wing, C-24 'G'            to 5.00 pm
           Block,Bandra- Kurla Complex,         on working
           Bandra (East)                        days)
           Mumbai 400 051


(n) Tender currency: All prices shall be expressed in Rupees only

(o) Tender language: The Proposal shall be in English language only

(p) Tenders received after scheduled time will not be accepted by NABARD under any
    circumstances. NABARD will not be responsible for any delay due to postal service or
    any other means of dispatch.

(q) Tenders once submitted will be treated as final and no further correspondence will be
    entertained on this.

(r) No Tender will be modified after the deadline.

(s) All taxes deductible at source, if any, at the time of release of payments, shall be
    deducted at source as per the prevailing rates while making the payments.

(t) Confidentiality of all the information received from NABARD may be maintained
    during the execution of this engagement.



                                            9
                                       Section II
Parameters for Eligibility to apply
The Chartered Accountant Firm has to satisfy the following Pre-qualification criteria to
apply for engagement. Respondents satisfying the following criteria are eligible to submit
their proposal for the Request for Proposal (RFP).

      a) This invitation to respond to the Request for Proposal is open to reputed firm of
         Chartered Accountants as defined in ICAI, Act, 1949.

      b) The firm of Chartered Accountants should have at least 5 Chartered Accountants
         as full-time partners/employees. One of them should also be DISA (Diploma in
         Information system Audit) qualified.

      c) The firm of Chartered Accountants should have been in existence in India for a
         period of at least 6 years as of 31.3.2018 i.e., their membership duly registered
         with and renewed with ICAI.

      d) The firm of Chartered Accountants should have at least one office in Mumbai
         and offices at other centres where audit work is being proposed to be taken up.
         In absence of office/branch of firm at centres where audit works is proposed,
         they should have associated firm branch/office.

      e) The firm of Chartered Accountants should have a minimum experience of 5
         years in concurrent auditing of Reserve Bank of India, other Financial
         Institutions (FIs) / Banking Institutions such as NABARD / IDBI / SIDBI / SBI
         / PSU banks/ICICI bank/HDFC Bank.

      f) The firm of Chartered Accountants should have minimum 18 full time
         professional staff (excluding typists, stenographers, computer operators,
         secretary/ies and subordinate staff, contract & sub-contract staff), having
         experience of auditing in banks/Financial Institutions.

      g) The firm of Chartered Accountants should have staff with minimum five year
         experience in concurrent auditing in digital environment (core banking).

      h) The firm of Chartered Accountants should have average annual revenue of Rs
         1.50 crore in last 03 years (2015-16, 2016-17, 2017-18).

      i) The bidder should be maintaining / having positive net worth and cash profits
         (i.e. no cash loss) in last 02 years out of o3 years.



                                           10
Necessary documentary proofs may be submitted as per requirement along with duly
filled in proposal. The proposal of the firm, which does not meet any of the above criteria,
will not be considered for above assignment.

Other important conditions

      a) The selected firm agrees to place a team of manpower in NABARD's premises
         for carrying out auditing work. The leader of the team should be a
         chartered accountant who will guide and supervise the team. Other
         members of the team should be qualified assistants, article clerks, experienced
         bankers with audit experience, persons with book-keeping and accountancy
         back ground. As per our experience, minimum 2 to 3 personnel are required to
         take up auditing work effectively at each centre (Regional Office).
      b) The manpower placed in NABARD should be able to audit in digital/core
         banking environment.
      c) The selected firm of Chartered Accountants shall deposit initial security deposit
         of 2% of the annual contract fee, which shall not carry any interest and shall be
         refundable only after the complete conclusion of the contractual obligations to
         the complete satisfaction of both the BIDDER and the NABARD

Disqualifications
NABARD may at its sole discretion and at any time during the evaluation of proposal,
disqualify any respondent, if the respondent:

      i.   Submitted the Proposal documents after the response deadline;

     ii.   Made misleading or false representations in the forms, statements and
           attachments submitted in proof of the eligibility requirements;

    iii.   Failed to provide related clarifications, when sought within given time;

    iv.    Declared ineligible by the Government of India/State/UT Government for
           corrupt and fraudulent practices or blacklisted.




                                            11
                                    Section III

                               SCOPE OF WORK

a) The selected firm is required to place a team of manpower in NABARD's premises
   for carrying out auditing work. The leader of the team should be a chartered
   accountant who will guide and supervise the team. Other members of the team
   should be qualified assistants with book-keeping and accountancy back ground,
   article clerks, ex-bankers with audit experience. As per our experience minimum 2
   to 3 personnel are required to take up auditing work effectively.
b) The manpower placed in NABARD should be able to audit in digital/core banking
   environment.
c) The firm will provide necessary identity cards to persons placed with NABARD.
   They are expected to maintain office decorum, discipline, well behaved, wear
   proper dress/footwear, and not engage in telephone/mobile conversation/
   chatting unnecessarily.
d) The team is required to carry out the auditing work without any delay in keeping
   with office instructions/guidelines. The observations shall be reported in writing
   to the concerned sections/departments (as per system) and the non-complied
   with/unsatisfactory complied observations to be reported with Inspection
   Department, HO periodically in the returns prescribed for the purpose. They are
   also required to attend periodical meetings/trainings/workshops arranged by the
   Bank.
e) At present auditing is being done in CORE banking (CLMAS/FAMS).
f) The monthly fee will be paid on submission of monthly audit report in prescribed
   returns.
g) TDS will be deducted for any payment made by NABARD, as per applicable
   provisions of Income Tax Act/Rules.
h) The scope and coverage of Concurrent Audit in different Departments
   of RO are furnished in the Annexure III.
i) In addition to concurrent audit the firm will carry out IS audit of the office on half
   yearly basis and submit report.
j) The audit would be carried out at NABARD, Regional Offices, at Pune
   (Maharashtra), Chandigarh (Haryana), Bengaluru (Karnataka), Jaipur
   (Rajasthan), Bhopal (Madhya Pradesh), Bhubaneswar (Odisha),
   Ahmedabad (Gujarat) & Hyderabad (Andhra Pradesh).









                                         12
                                       Section IV

ASSESSMENT CRITERIA

(A) Proposal Requirements
1.     The Firms may note that for the purpose of the engagement of Concurrent Auditors
a two -stage bidding process will be followed. The response to the present tender will be
submitted in two parts, i.e. the `Technical Bid' and the Financial Bid.

The Bidder will have to submit the `Technical Bid' and the `Financial Bid'
separately in two different sealed envelopes, within the stipulated date and
time. The `Technical Bid' will contain the exhaustive and comprehensive technical
details indicated in Annexure 1, and Financial Bid' will contain the Pricing information as
indicated in Annexure 2.

The Technical Bid shall NOT contain any pricing or commercial information
at all and if the Technical Bid contains any price related information, the Bid
would be disqualified and would NOT be considered further.

Before submitting bid, bidder will have to enter into pre-contract integrity
pact.

2.     The Firm's response should be organized into the following sections:
Section 1    Executive Summary / Introduction

Section 2    Proposal Compliance Letter
             A letter signed by an authorized officer of Firm certifying the Firm's
             proposal with complete compliance with the RFP specifications except as
             specifically noted in the appropriate sections.

Section 3    Technical bid (as per Annexure 1 to this RFP)

Section 4    Financial bid (as per Annexure 2 to this RFP)

Section 5    Terms and conditions to be included with the Proposal

(B) Important Terms:
    Quotes:     The rates quoted must be final. Only one rate to be quoted.
    Terms       The proposal must not include "Cancellation" clause.
                 The Proposal must not include any conditions.




                                            13
(C)Process to be adopted for Evaluation of the Bids
1. The evaluation of the bids received will be made on the basis of a techno-commercial
   evaluation.

2. All responses will be opened in front of an Internal Evaluation Committee (IEC)
   constituted for this purpose in NABARD in the presence of representatives of firms, if
   they choose to remain present.

3. The evaluation would be done in two stages. In the first stage, only the `Technical Bids'
   will be opened in the presence of an internal bid opening committee and Technical
   Bids in respect of only those bidders who fulfill the eligibility criteria indicated in the
   Section II of this RFP will be considered for technical evaluation.

4. Thereafter all eligible firms will be called for making a presentation before the internal
   committee.

5. Financial bids of those bidders, who's Technical Bids have been evaluated and made a
   presentation before the committee will be opened. Financial Bids of firms not making
   the presentation will be not be considered.






6. The eligible technical Bids will be evaluated on the basis of Technical details and
   points will be awarded on the basis of:

      i.   Number of years since the Firm established as on 31.3.2018
     ii.   Firms having own office/branch at proposed centres where audit work is
           proposed.
    iii.   Average Annual Revenue (Amount in Rs.) for last 3 years (2015-16 & 2016-17,
           2017-18)
    iv.    Number of full-time professional staff (excluding typists, stenographers,
           computer operators, secretary/ies and subordinate staff, contract & sub-
           contract staff), having experience of auditing in banks/financial institutions as
           on 31.03.2018
     v.    Experience of the Firm in conducting Concurrent Audit of RBI/ SBI/ FIs/ IDBI
           / SIDBI/ NABARD/PSU Banks/ ICICI Bank/HDFC Bank
    vi.    Experience of conducting Concurrent Audit in Digital / CBS Environment
   vii.    Presentation




                                             14
Evaluation criteria for Technical Bid:
   Sl.                       Criteria                         Points    Max
   No.                                                                 Points
 1       Number of years since the Firm established                      10
         as on 31.3.2018
     (i) Between 6 to 10 Years                                  4

     (ii) Above 10 upto 20 Years                                6

     (iii) Above 20 upto 30 Years                               8

     (iv) Above 30 Years                                        10

2.         Firm having own office/branch in ----- number of              10
           centres where audit work is proposed.

      (i) Upto 4 centres                                        2

     (ii) 5 centres                                             4

     (iii) 6 centres                                            6

     (iv) More than 6 centres                                   10

3.        Average Annual Revenue (Amount in Rs.)                        20
          for last 3 years (2015-16 & 2016-17, 2017-18)
      (i) Upto 1.50 crore                                       5

     (ii) Above 1.5 crore upto 5 crore                          10

     (iii) Above 5 crore upto 10 crore                          15

     (iv) Above 10 crore                                       20

4.         Number of full time professional staff                       10
           (excluding typists, stenographers, computer
           operators, secretary/ies and subordinate
           staff, contract & sub-contract staff), having
           experience of auditing in banks/financial
           institutions as on 31.03.2018

      (i) Between 18 to 50                                      4

     (ii) More than 50 upto 100                                 6

     (iii) M0re than 100 upto 200                               8

     (iv) More than 200                                         10

                                           15
5.        Experience of the Firm in conducting                                20
          Concurrent Audit of RBI/ FIs / SBI/ IDBI/
          SIDBI/NABARD/PSU Banks/ ICICI
          Bank/HDFC Bank
      (i) Upto 10 years                                              4

      (ii) More than 10 years up to 20 years                         8

     (iii) More than 20 years up to 30 years                        12

     (iv) More than 30 years                                        20

6.        Experience of conducting Concurrent Audit                            10
          in Digital / CBS Environment
      (i) 5 years                                                    4

      (ii) More than 5 years upto 10 years                           6

     (iii) More than 10 years upto 15 years                          8

     (iv) More than 15 years                                        10

7.         Presentation                                                       20



Technical Assessment (70% weightage)
     i. Full m a r k s i.e. 100 (absolute value) will be awarded to the bidder scoring the
        highest points as per Ranking methodology for Technical evaluation including
        points awarded for presentation.
     ii. Proportionate marks will be awarded to the other bidders as a percentage of the
         highest marks received.
     iii. Full 70 marks will be awarded to the bidder getting the highest marks i.e. 70%
          of 100. Similarly, proportionate marks will be awarded to absolute value quoted
          by other bidders.

Commercial Assessment (30% weightage)
     i. Full marks i.e. 100 (absolute value) will be awarded to the bidder quoting the
        lowest price i.e. Total Contract Value as per Commercial bid.
     ii. Proportionate marks will be awarded to the other bidders as a percentage of
         the lowest quote.
     iii. Full 30 marks will be awarded to the bidder quoting the lowest price i.e. 30%
          of 100. Similarly, proportionate marks will be awarded to absolute value quoted
          by other bidders.


                                             16
Overall Assessment for calculation of L1:
   i. Marks scored in Technical Assessment and Commercial Assessment will be
      added.

   ii. The bidder scoring the highest marks will be L1.

5.  The offer of contract will be made as decided by the Internal Evaluation
Committee.

6.      The acceptance of the offer by the selected Firm will be communicated to NABARD
by acknowledgement of second copy of the offer duly signed by the authorized signatory
of the firm and deposit ISD (Initial security Deposit) of 2% of the annual fee. The ISD will
not bear any interest and will be refunded after complete conclusion of the contractual
obligations to the complete satisfaction of both the BIDDER and the NABARD.

7.   Non-acceptance of the offer may lead to forfeiting the Earnest money Deposit
(EMD) of the Firm.

8.     On acceptance of offer by the firm, they will execute an agreement with NABARD
and start the work of concurrent auditing from 01 February 2019 or any other date as
may be decided by the Bank.

(D)    NABARD reserves the right to:
       Reject any or all responses received in response to the RFP without assigning any
       reason whatsoever.
       Cancel the RFP / Tender at any stage, without assigning any reason whatsoever.
       Waive or Change any formalities, irregularities, or inconsistencies in this proposal
       (format and delivery). Such a change / waiver would be duly and publicly notified
       in NABARD's website before the closure of the bid date.
       Extend the time for submission of all proposals and such an extension would be
       duly communicated to all the firms.
       Select the bidder even if a single bid is received as response.
       Share the information / clarifications provided in response to RFP by any bidder,
       with all other bidder(s) / others, in the same form as clarified to the bidder raising
       the query.

(E)    Bid Submission

Bidder may ensure to enter pre-contract integrity pact (duly stamped) as per
annexure IV of RFP before submitting the bid which is required as per
directions of the Central Vigilance Commission.



                                             17
   1. Response Format:

Section 1 ­ Technical Bid to be submitted in a separate sealed envelope in the
attached Format (Refer: Annexure 1) alongwith DD for EMD of Rs 1.92 lakh

*Super scribe the envelope with the reference # NB/ID/2018-19/CA /TB

Section 2 ­ Financial Bid to be submitted in a separate sealed envelope in the
attached Format (Refer: Annexure 2)

*Superscribe the envelope with the reference # NB/ID/2018-19/CA /FB

2.    The sealed covers containing the Technical Bid and the Financial Bid should
in turn be put in one single sealed outer envelope to be super-scribed as
"Technical and Financial Bids for Engagement of Concurrent Auditors in
select 08 ROs of NABARD.

3. The bidder or any person duly authorized to bind the bidder to the contract should sign
the bid. The signatory should give a declaration and through authenticated documentary
evidence establish that he/she is empowered to sign the tender documents and bind the
bidder. All pages of the tender documents except brochures, if any, are to be signed by the
authorized signatory.

4. The bid should contain no interlineations, erasures or over-writings except as necessary
to correct errors made by the bidder. In such cases, the person/s signing the bid should
authenticate such corrections.

5. The bidder is expected to examine all instructions, forms, terms and conditions and
technical specifications in the Bidding Documents. Failure to furnish all information
required by the Bidding Documents or submission of a bid not substantially responsive
to the Bidding Documents in every respect will be at the Bidder's risk and may result in
rejection of the bid.

6.     No columns of the tender should be left blank. Offers with insufficient information
and Offers, which do not strictly comply with the stipulations given above, are liable for
rejection.

7.    The bids will be opened in the presence of authorized representatives of the
bidders. However, the representative of the bidder has to produce an authorization letter
from the bidder to represent them at the time of opening of Technical / Commercial bids.
Only two representatives will be allowed to represent any bidder. In case the bidder's
representative is not present at the time of opening of bids, the quotations / bids will still
be opened at the scheduled time at the sole discretion of NABARD.

Place: Mumbai                                            06 December 2018




                                             18
                                       Section V

Important Terms and Conditions:
Following additional terms and conditions shall also apply:
 (a)   Bidder warranties - By submitting a Response, Bidder represents and
       warrants to NABARD that, as at the date of submission:

  i.   the Bidder has fully disclosed to NABARD in its Responses all information which
       could reasonably be regarded as affecting in any way NABARD's evaluation of the
       Response;

 ii.   all information contained in the Bidder's Response is true, accurate and complete
       and not misleading in any way;

iii.   no litigation, arbitration or administrative proceeding is presently taking place,
       pending or to the knowledge of the Bidder threatened against or otherwise
       involving the Bidder which could have an adverse effect on its business, assets
       or financial condition or upon NABARD's reputation if the Response is
       successful;

iv.    the Bidder will immediately notify NABARD of the occurrence of any event, fact
       or circumstance which may cause a material adverse effect on the Bidder's
       business, assets or financial condition, or NABARD's reputation or render the
       Bidder unable to perform its obligations under the agreement, if any or have a
       material adverse effect on the evaluation of the responses by NABARD; and

 v.    the Bidder has not and will not seek to influence any decisions of NABARD during
       the evaluation process or engage in any uncompetitive behavior or other
       practice which may deny legitimate business opportunities to other Bidders.

vi.    The Bidder shall not, without the written consent of NABARD, make any
       assignment or subcontract for the provision of any services.

(b) Confidentiality - Bidder must keep confidential any information received from
     or about NABARD as a result of or in connection with the submission of the
     Response. All information contained in the Response, or in subsequent
     communications shall be deemed confidential and may be used only in connection
     with the preparation of Bidder's Response. Unless expressly agreed in writing
     prior to submissions, Responses are not confidential and may be used by NABARD
     in whole or part. NABARD however, will not disclose the information provided by
     Bidder in a Response other than to its affiliates or to its professional advisors,
     unless required otherwise by any provisions of law. Additionally and at any point
     of the evaluation and selection process, NABARD may require the Bidder to execute
                                           19
       a Non-Disclosure Agreement (NDA) if the Bidder has not executed an NDA with
       NABARD previously.

(c)   Disclaimer - Whilst all reasonable care has been taken in compiling this Response
      document, the figures, documents and details are presented in good faith; and no
      warranty or guarantee (express or implied) is given by NABARD as to the
      completeness or accuracy of the Response or any information provided in or in
      connection with it. To the maximum extent permitted by law:

      i.    NABARD, its officers, employees and agents will not be liable in any way
            whatsoever for any loss, damage, cost or expense (including without limitation
            any liability arising from any fault or negligence on their part) arising from the
            evaluation process; and

      ii.   each Bidder releases and indemnifies NABARD from all claims, suits,
            demands, proceedings, actions, liabilities, damages and costs which may arise
            under statute, law, equity or otherwise arising from, whether directly or
            indirectly, or in connection with the evaluation and selection process.

(d) This RFP is not an offer to contract, nor should it be construed as such; it is a
    definition of specific NABARD requirements and an invitation to recipients to
    submit a responsive proposal addressing such requirements. NABARD reserves
    the right to make no selection and enter into no agreement as a result of this
    RFP. Only the execution of a written agreement between NABARD and a vendor
    will obligate NABARD in accordance with the terms and conditions contained
    in such agreement.

(e) It should be understood that your response to this RFP constitutes an offer to do
    business on the terms stated in your response and that, should a contract be
    awarded to you, NABARD may, at its option, incorporate all or any part of your
    response to this RFP in the contract. NABARD reserves the right to accept your
    offer without further discussions and without any additional opportunity for you
    to amend, supplement or revise your submitted offer.

(f) NABARD's right to verify - NABARD reserves the right to conduct a site
    survey or obtain other evidence of facilities, resources, and managerial, financial
    and Bidder performance abilities prior to announcing the successful Bidder or
    awarding an agreement under this evaluation process.

(g) Financial documents - NABARD may request additional financial/business
     information from the Bidder at its discretion.



                                              20
(h) Selection criteria - The selection criteria, inquiries, questions or information
    put forth in the Response are meant to be provided on the aforesaid and established
    through the details submitted by the bidder in the Financial bid.

(i) Termination/or suspension of evaluation process - NABARD reserves the
     right to suspend or terminate the Bidder evaluation process (in whole or in part)
     at any time in its absolute discretion and without liability to the Bidder or any third
     party. Bidders will be notified if any suspension or termination occurs but NABARD
     is not obliged to provide any reasons.

(j) Other Rights - Without limiting its rights under any other clause of this evaluation
     process or at law, and without liability to the Bidder or any third party, NABARD
     may at any stage of the evaluation process:

     i.         Require additional information from a Bidder;
    ii.         Change the structure and timing of the evaluation process;
  iii.          Terminate further participation in the evaluation process by a Bidder;
   iv.          Negotiate with more than one Bidder;
    v.          Terminate negotiations being conducted with a Bidder;
   vi.          Vary or extend the timetable and evaluation process
  vii.          accept any non- complying Response; or
 viii.          Vary the terms and conditions of the evaluation process, the RFP or
                specifications or requirements at any time.
(k) Responsibility for Costs - Bidder is responsible for all costs, expenses or
   liabilities incurred by them or on their behalf in relation to the evaluation process
   (including in relation to providing NABARD with the response, the revised response
   or any additional information).

(l) Non-Reliance by Bidder - Bidder, by submitting a Response, acknowledges that:
     i. it does not rely on any information, representation or warranty, whether oral
         or in writing or arising from other conduct, other than that specified in this
         RFP or otherwise provided by NABARD in writing;

          ii.     it has made its own inquiries as to regarding the risks, contingencies and other
                  circumstances that may have an effect on the Bidder's Response as well as
                  the accuracy, currency or completeness of such information; and

      iii.        Information provided in its Responses are based on historical trends does
                  not constitute a representation that such trends will continue into the
                  future or occur again and nothing contained in its Response can be relied
                  upon as a commitment, guarantee or representation regarding future events
                  or performance.

                                                   21
(m) NABARD`s right to vary - NABARD reserves the right to vary any aspect of this
    evaluation process, RFP without liability to Bidder. Where NABARD varies any
    aspect of this evaluation process or the agreement, NABARD shall notify the Bidder
    of that variation.

(n) Incorporation of Responses into agreement - The successful Bidder as
   concluded by NABARD shall sign an agreement with NABARD. NABARD may, at its
   sole discretion, incorporate any portion of any successful Response of a successful
   Bidder into the final agreement. NABARD may require a successful Bidder to
   submit, before negotiation of the agreement, details of issues which may affect their
   ability to act as a Bidder.

(o) Precedence of Documents - If there is any inconsistency between the terms of
    this RFP and any of its appendices, schedules or attachments then, unless the
    contrary is explicitly stated in this RFP, the terms of the RFP will prevail to the
    extent of any inconsistency.

(p) Governing Laws & Dispute Resolution-The RFP and selection process shall
   be governed by and construed in accordance with the laws of India and shall be
   subject to exclusive jurisdiction of courts in Mumbai only.
   Disputes or differences whatsoever, arising out of the RFP process shall be resolved
   amicably through consultations between the parties. If such dispute is not resolved
   within thirty business days then the dispute in RFP process shall be referred to
   arbitration by either of the disputing parties under the Arbitration and Conciliation
   Act, 1996 as provided hereunder:
   (i)    If any dispute, difference or question shall at any time arise between the
          parties concerning anything or as to the rights, liabilities and duties of the
          parties under this RFP, except in respect of matters for which it is provided
          hereunder that the decision of NABARD is final and binding, the same shall
          be referred to arbitration for a final decision after giving at least 30 days' notice
          in writing to the other party (hereinafter referred to as the "Notice for
          Arbitration") clearly setting out the items of dispute to a sole arbitrator who
          shall be appointed as hereinafter provided. For the purpose of appointing the
          sole arbitrator referred to above, one party (say `A') shall send to other party
          (say `B') within thirty days of the "Notice of Arbitration", if the dispute is
          raised by `B', and vice versa, a panel of three persons who shall be presently
          unconnected with both the parties (`A' or `B').

   (ii)   `B' shall on receipt of the names as aforesaid select any one of the persons so
          named to be appointed as the Sole Arbitrator and communicate his name to
          `A' within 15 days of receipt of the names. `A' shall thereupon without any delay
          appoint the said person as the Sole Arbitrator. If `B' fails to communicate such
                                             22
            selection as provided above within the period specified, `A' shall be entitled to
            appoint one of the persons from the said panel to act as the Sole Arbitrator.

    (iii)   If `A' fails to send to `B' the panel of two names as aforesaid within the period
            specified, `B' shall send to `A' a panel of three persons who shall be
            unconnected with either party. `A' shall on receipt of the names as aforesaid,
            select any one of the persons and appoint him as the sole arbitrator. If `A' fails
            to select the person and appoint him as the Sole Arbitrator within 30 days of
            receipt of the panel and inform `B' accordingly, `B' shall be entitled to appoint
            one of the persons from the panel as sole arbitrator and communicate his
            name to `A'.
    (iv)    If the Arbitrator so appointed is unable or unwilling to act or refuses his
            appointment or vacates his office due to any reason whatsoever another sole
            arbitrator shall be appointed as aforesaid.
    (v)     The arbitration shall be governed by the Arbitration &Conciliation Act, 1996
            as in force from time to time or any Ordinance or Legislation that may be made
            in lieu thereof. The award of the Arbitrator shall be binding and final on the
            parties. It is hereby agreed that in all disputes referred to the Arbitration, the
            Arbitrator shall give a separate award in respect of each dispute or difference
            in accordance with the terms of reference and the award shall be a reasoned
            award.

    (vi)    The language of Arbitration shall be English and the place and venue of
            Arbitration shall be Mumbai (Head Office of NABARD).
Bidder also warranties to take following responsibilities if awarded the
work
   a) to pay monthly remunerations to the manpower deployed
   b) will replace the person, if so required, if the performance of a person placed in
      NABARD premises is found unsatisfactory.
   c) will bear all tax liabilities as applicable and is responsible in filling returns to any
      Government department if applicable.
   d) shall ensure compliance with provisions of minimum wages Act, EPF Act, ESI Act
      and such other Acts and rules in force, as may be applicable with regard to
      provision of necessary auditing services.
   e) shall be governed by all the relevant Laws including Labour Laws, Minimum
      wages Act, the Provident Fund Act, the ESI Act, as applicable from time to time.


                                             ***




                                              23
                                   Section VI

                                  ANNEXURE I

 Technical Bid for engagement of Concurrent Auditors for the Regional
 Offices of Madhya Pradesh (at Bhopal), Odisha (at Bhubaneswar),
 Maharashtra (at Pune), Gujarat (at Ahmedabad), Haryana (at
     Chandigarh), Rajasthan (at Jaipur), Andhra Pradesh (at
Hyderabad at present) and Karnataka (at Bengaluru) of NABARD.

Sl.          Particulars                    Answers    Documents required
No.                                                      in support of the
                                                           requirement
                                                      Copy of Registration /
      Name of the Company
                                                      Membership Certificate
                                                      under relevant Act / ICAI

      Registered office address


 1
      Local (Mumbai) address


      Contact person & Mobile
      No. at Mumbai
      Contact person & Mobile
      No. at other (08) Centres
                                                      Copy of Original license
                                                      issued by ICAI while
      Type of License /                               granting the license and
 2
      Registration / Membership                       confirmation that the
                                                      entity can do business
      Number of years in
 3    operation i.e., License                         Copy of License
      Issuance/ renewal dates
      Revenues ( in crores)
                                                      Submit the copy of audited
      2015-16
 4                                                    Profit & Loss Account for
      2016-17
                                                      the financial year 2017-18
      2017-18
      Details of Professional
 5    qualifications like                             Auditor's Certified Copy
      CAs/DISA of Partners/full
                                       24
      time employees as on 31
      March 2018
      No of full time professional
      staff (excluding typists,
      stenographers, computer
      operators, secretary/ies,           Necessary documentary
      subordinate staff, contract         proofs to be submitted.
  6
      and subcontract staff)
      having auditing experience
      in bank's/financial
      institutions as on 31 March
      2018
  7   No of Offices & locations           Auditor's Certified Copy
  8   No. of Corporate Clients            Auditor's Certified Copy
                                          (Please furnish the list
  9   Names of corporate clients
                                          with contact nos.)
      Number of years of
      experience in concurrent
      auditing RBI / FIs /                Necessary documentary
 10   SBI/SIDBI/                          proof to be submitted.
      NABARD/Public Sector
      Banks/ICICI Bank/HDFC
      Bank
      Details of Code of Conduct
 11                                       Auditor's Certified Copy
      / Audit manual
      Number of years of                  Necessary documentary
      experience in concurrent            proofs to be submitted.
 12
      auditing in digital/ core
      banking environment




Signature of authorized person
Date:
Name of the Firm and seal




                                     25
                               ANNEXURE II

                               FINANCIAL BID

Financial Bid for engagement of Concurrent Auditors for the Regional
Offices of Madhya Pradesh (at Bhopal), Odisha (at Bhubaneswar),
Maharashtra (at Pune), Gujarat (at Ahmedabad), Haryana (at
Chandigarh), Rajasthan (at Jaipur), Andhra Pradesh (at Hyderabad
at present) and Karnataka (at Bengaluru) of NABARD.


                 Particulars               Per month (Rs.)

           Consolidated fee

           Total amount in words Rupees




Applicable taxes/levies will be paid by bank.




Signature of authorized person
Date:
Name of the Firm and seal




                                      26
                                      Annexure III

       Scope of work of Concurrent Auditor at Regional Office

   1. Introduction:
Concurrent audit is a systematic and timely examination of financial transaction on a
regular basis to ensure accuracy, authenticity, compliance with procedures and
guidelines. The emphasis under concurrent audit is not on test checking but on
substantial checking of transactions. Thus the Concurrent audit means undertaking the
audit of business transactions contemporaneously or at shortest possible interval. It is the
primary and important mechanism for internal check and control. The Concurrent
auditor is one of the important pillars of Control Mechanism.

   2. Role and Functions of the Concurrent Auditors:

Concurrent audit work of any Regional Office is broadly divided into Loaning Operation
Section (LOS) and Administrative Expenses Section (AES).

RO would provide all the information, documents and registers required for conducting
audit and ensure that all prescribed system and procedures are being followed at
accounting level. This helps in conducting financial as well as non-financial audit
effectively.

Concurrent auditors should ensure that minor/ non-serious category observations
(vouchers not signed, required documents not enclosed with vouchers, etc.) are got
rectified on the spot. However, recurrence of such defects may be brought in the notice of
OIC / concerned senior officers for improving the system.

   3. Functions of Concurrent Audit
The Concurrent Audit being undertaken at RO at present is as under:

       1. The daily transactions and vouchers are 100% post audited for both AES &
          LOS.
       2. All grant cases of Rs 10,000/- (Rupees ten thousand) & above and all third
          party payments of Rs 50,000/- (Rupees fifty thousand) & above are pre-
          audited before making payments.
       3. Verification of Monthly Trail Balance & Bank Reconciliation Statements.
       4. Verification of Monthly Principal and Interest Demand
       5. Verification of Maintenance of Books of Accounts & various Loan Ledgers &
          Registers
       6. Verification of various Monthly, Quarterly, Half Yearly and Annual
          Reviews/reports.


                                            27
        7. Verification of Security Documents through Compliance Audit & Pre
            Disbursement Audit.
        8. Verification of Annual Maintenance Contracts, renewal of Insurance Policies
            and Execution of Conveyance Deeds etc.,
        9. Verification of Balance Confirmation Certificates and Monetary & Physical
            verification of Dead Stock, Stationary, Petty Cash, Library Books, Medicines
            etc.,
        10. Verification of Budget utilization and various Statutory payments - TDS, GST,
            etc.,

   4. Policy, Guidelines and Manual:
CAC may be guided by Concurrent Audit Manual 2016 of ID HO.

Department wise detailed checklist and policy guidelines is indicated in the manual. All
the circulars (year wise & department wise) can be accessed in NABNET (NABARD's
Website).

Concurrent audit work of any Regional Office may be broadly divided into Loaning
Operation Section (LOS) and Administrative Expenses Section (AES). All the loan
products and most of the subsidies under Government Subsidy Schemes (GSS) are
covered under LOS. Administrative expenses and grant disbursements are covered under
AES. Activities of some of the departments fall under both LOS and AES e.g. in case of
FSDD (TDF project), loan disbursed to project implementing agency is covered under
LOS whereas grant assistance released for project measures and management measures
are covered under AES.

   5. Loaning Operations Section
Under LOS, concurrent auditors have following tools available for taking up effective
auditing:

   1.   Pre-audit guidelines issued by ID, HO
   2.   Daily Transaction Message (DTM) Register
   3.   E ­ 4 Register (Interest Computation Statement)
   4.   Transaction checklist under CLMAS
   5.   Bank Reconciliation Statement
   6.   Subsidiary General Ledgers (SGL)
   7.   CLMAS- Report Modules
   8.   Annual Closing Statements (ACS)

The pre-audit is the process in which certain sanctioned financial transactions are audited
before releasing of money. Vouchers are the primary records on which entire accounting
system relies. DIT, HO provides to ROs access to all adhoc report of CLMAS to enable
concurrent auditors to effectively monitor the accounting systems. Annual Closing

                                            28
Statements of the previous financial year contain the vital information for audit of the
current year, to enable Auditors to check various transactions / activities from the ACS.

Auditors ensure that cash / journal vouchers are accounted for on a daily basis as per
Record of transactions. Interest provisioning vouchers are accounted for as per
outstanding loan amounts on daily basis under CLMAS including holidays (Interest
provisioning for Term Money Borrowing are now done at HO). All the vouchers are
supported with relevant documents like bank statement showing receipt of fund/ sanction
note / disbursement note, etc. signed by appropriate authority as per delegation of power.
Auditor needs to ensure that eligibility assessment and aspects like Rate of Interest,
Repayment Schedule is in conformity with gestation period, (wherever applicable),
specific due dates of interest (not like payable on monthly / quarterly basis), head of
account to be booked, are correct and as per latest instructions. Concurrent auditors also
ensure that corrective actions have been initiated in respect of cheques issued but not
presented, cheques received but not deposited, failed e- transactions, receipt of
unidentified receipts, unresponded advices etc. by examining monthly Bank
Reconciliation Statement (BRS) and CLMAS reports. Auditor has to use the SGL for
tracing any aberration / deviation from normal transaction and may study further to find
out the issue. Similarly, Auditors have to monitor the fund management (fund utilization,
remittance of excess fund), timely remittance of Tax Deducted at Source (TDS),
correctness of interest received, raising timely interest demand, etc. from the SGL.
Auditor has to use CLMAS modules to monitor the pending vouchers under the system
(under LOS fund no voucher is allowed to be kept pending after the close of business of a
day), timely cancellation of pending vouchers, timely downloading of new account head
patches sent by HO, etc. Annual Closing Statements help Auditors to check timely
repayment, raising supplementary demand and interest adjustments for excess receipt or
delayed payment.

Auditors are required to check entire process of sanction at the time of auditing first
disbursement.

     6. Administrative Expenses Section
Like LOS, concurrent auditors have the following tools for taking up effective audit of
AES.

1.      Pre-audit guidelines
2.      Vouchers ­ Receipt, Payment and Journal
3.      Subsidiary General Ledgers
4.      Bank Reconciliation Statement
5.      CLMAS - Report Modules
6.      Annual Closing Statements



                                           29
All vouchers are supported with relevant supporting documents. Auditor has to ensure
that in case of payment of goods and services, the following additional certification are
recorded in the release order / on the face of the bill:

i.        Goods / Services are received in good condition and are as per specification
ii.       Goods are recorded in the stock register and proper inventory code is given.
iii.      Under AMC for different work contracts, if it is staff quarters repairs etc., the
          occupant and Asst. Care Taker certificate of work done satisfactorily, to be ensured.
iv.       Bill is checked and found in order.
          1)       Payments are made electronically.
          2)       All bills / invoices are defaced or banded as PAID at the time of payment.

Any deficiency in this respect is recorded in the Audit Register (A 1 / A 2) and put up to
OIC on fortnightly basis.

Auditors monitor the reversal of annual provisions booked under Sundry Creditors a/c ­
Annual Provision, settlement of intermediary accounts (sundry advances / sundry
creditors), fund management (fund utilization, remittance of excess fund), timely
remittance of Tax Deducted at Source (TDS), etc. from SGL. Ensures that the outstanding
entries under intermediary accounts and unresponded advices are at minimum.

       7. Prevention of Income leakage & Operational Risk Management
CAC has to ensure that proper Calculation of Interest Income is done as per norms & has
to verify periodically Interest including supplementary, penal & additional and Principal
demand. They are also required to look into Budget utilization, proper accounting, proper
sanctions as per NB Expenditure Rules, 2014 wherever applicable, etc. Verify Calculation
of taxes like GST, TDS etc. as per the provisions of the contract scope of works and its
remittance.

Auditor should also ensure that all original drawal applications against which
disbursement has been made, are properly branded as "DISBURSED", to avoid the
reprocessing of the same.






Has to ensure management of operational risk management by verifying that sanctioning
is by the appropriate authority as per delegation of power (NABARD Expenditure Rules,
2014 or guidelines of relevant activities / fund. Further, he has to ensure KYC norms are
adhered vis., name of the borrower in detail (not abbreviation) to avoid any wrong
disbursement, bank account details ­ account no, Indian Financial Service Code (IFSC),
branch and bank name, submission of various KYC documents like address proof, ID
proof, copy of Pan Card, applicable Registration document or Board resolution, cancelled
cheques, etc.,

Has to ensure proper and periodic Security Document verification as per terms and
conditions of sanction letter, Compliance Audit / Pre disbursement Audit of Risk
                                               30
Management, Legal audit for large value loan accounts, i.e. where the credit exposure is
Rs. 5 crores (Rupees five crore) and above and ensures risk mitigating measures by
coordinating with related departments like RMD, DIT etc., Has to attend and take into
account proceedings of Risk Management Committee Meetings and Default Forecasting
Meetings of RMD and has to ensure fortnightly backup under disaster recovery of DIT.
Has to monitor renewal of FDRs and receipt & returning of TPNs.

   8. Pre-audit guidelines
Audit of an expenditure after its sanction but before its release is called pre-audit.
Auditors do not have to involve themselves in any process till it is sanctioned by
competent authority. Once, a sanction is ready for release, it is submitted by concerned
department for pre-audit, wherever required. As per extant guidelines, any grant /
subsidy above Rs. 10,000 (Rupees ten thousand) is required to be pre-audited. In case of
administrative expenditure, any expenditure of Rs. 50,000 (Rupees fifty thousand) and
above at RO. Pre-audit is required in case of third party payment only and routine
payment to telephone department, electricity board, tax authorities do not require pre-
audit irrespective of the amount involved. Under Loaning, all Direct Finance products like
BID products and DSM - LOANS TO STATE OWNED ENTITIES are pre audited.

It is the responsibility of the AGM, FAD / voucher passing (accounting for) authority to
release the expenditure after ensuring that the release order is in order inter alia the
observance of pre-audit requirement, wherever required. Concurrent auditor reports
such lapses in the audit register fortnightly both under LOS and AES (A1, B1, A2 & B2
Register) and bring them to the notice of OIC for corrective action. Also advises concerned
section for compliance and takes approval of CGM for closer of observation on satisfactory
compliance.

   9. Closing Statements:
Concurrent Auditor has to certify all the closing statements for both LOS and AES and
ensure receipt of Balance Confirmation Certificates from all concerned on half yearly
intervals i.e., 31 March and 30 Sept. Under CLMAS presently only under LOS pre and
post audit access is given and once FAMS is made operational even AES payments need
to be pre and post audited. As of now, Project Sanctions and Refinance products and RIDF
drawals have to be post audited.

   10.       Coordinating various Inspections etc.
Further, CAC coordinates Annual Inspection by ID, HO & Statutory Auditors, Bi-annual
RBI Inspection and preventive vigilance inspection by CVC, HO etc. they have to collect
information from various departments as per the requirement of Inspecting/Audit team,
arrange for logistic support etc.



                                            31
   11. Reporting System­Submission of Returns:
Confirming the authenticity and Submission of the following returns:

 ORMS          Subject                 Frequency Due date                To be
 return No                                                               submitted by

 ID SO4-M      Monthly Progress of     Monthly        By 05th of       CAC at RO in
               Concurrent Audit                       succeeding month Ensure
 ID SO5-M      Monthly Certificate     Monthly        By 05th of
                                                      succeeding month
 ID SO7-M      Age-wise                Monthly        By 05th of       FAD at RO duly
               classification of                      succeeding month countersigned
               Outstanding entries                                     by CAC
               under Sundry
               Advances A/c &
               Sundry Creditors
               A/c
 ID SO8-M      Entry-wise details of   Monthly        By 05th of
               Out- standing                          succeeding month
               entries pending for
               more than 3 months
               under above A/c
               Heads
 ID Fraud I    Statement showing       Monthly        By 05th of       Since not yet
               details of Fresh                       succeeding month uploaded
               cases of Frauds                                         format in
                                                                       ENSURE, same
 ID Fraud II   Statement showing       Quarterly      By 15th of
                                                                       is submitted by
               the consolidated                       succeeding
                                                                       e- mail.
               position of frauds                     month.
 CRILC         Reporting of Red        Monthly        By 05th of
 report        Flagged accounts                       succeeding month
 Certificate   On compliance of        Half yearly    30th of next
               KYC Norms                              month
 Certificate   On Loan                 Yearly as on   30th April
               Documents/Legal         31 March
               Audit




                                           32
   12. Others
Apart from the above the following items of work are also to be attended:
   1. Take up Credit Audit as advised by OIC.
   2. All financial transactions arising at Regional Offices are required to be audited.
   3. Required returns are required to be submitted by Mail/ENSURE/Physical form,
       as per instructions.
   4. Maintaining prescribed (A1 A2 and B1 B2) register.

   13. Reporting:
The firm will submit the reports as required based on their observations, duly signed by
partner of firm and will be responsible for the same.

Note: The above list is only illustrative and not exhaustive, any item of work may be
added/deleted at a later date whenever need arises.
                                           ***




                                          33
                          DECLARATION CERTIFICATE

I / We do hereby declare that there is no case with the Police / Court / IRDA / SEBI /
Regulatory authorities against the proprietor / firm / partner / employee.

Also I / We have not been suspended / delisted / blacklisted by any other Govt. Ministry
/ Department / Public Sector Undertaking / IRDA / SEBI / Autonomous Body / Financial
Institution / Court.

We certify that neither our Company / firm nor any of the partners are involved in any
scam or disciplinary proceedings settled or pending adjudication.

We hereby undertake and confirm that we have understood the scope of work properly
and shall carry out the work as mentioned in this RFP.




Signature and date of the Authorized Signatory with Seal




                                          34
                                                                      ANNEXURE IV
                               (To be duly stamped)

                       PRE CONTRACT INTEGRITY PACT

General

   This Pre-Bid Pre-Contract Agreement (hereinafter called the Integrity Pact) is
   entered into on this____ day of ___________ 2018 by


   AND BETWEEN


   National Bank for Agriculture and Rural Development a body corporate
   established under the National Bank for Agriculture and Rural Development Act,
   1981 having its head office at Plot No. C- 24, `G' Block, Bandra Kurla Complex,
   Bandra (East), Mumbai-400051, represented by its Authorized Signatory
   Shri____________, ________(designation), _________(Department)
   (hereinafter referred to as "NABARD") which expression shall, unless repugnant
   to the meaning and context thereof, include its successors, authorized agents,
   representatives and permitted assigns on the one part.
   AND
   M/s____________ having its registered office at ____________, represented
   herein by its authorized signatory Shri___________, ________
   (CEO/designation) (hereinafter referred to as "BIDDER") which expression shall,
   unless repugnant to the meaning and context thereof, include its successors,
   authorized agents, representatives and permitted assigns on the other part.
   WHEREAS the Service Recipient proposes to engage services of Concurrent
   Auditors/ Chartered Accountants in select eight Regional Offices of NABARD, viz.
   Madhya Pradesh (at Bhopal), Odisha (at Bhubaneswar), Maharashtra (at Pune),
   Gujarat (at Ahmedabad), Haryana (at Chandigarh), Rajasthan (at Jaipur), Andhra
   Pradesh (at Hyderabad at present) and Karnataka (at Bengaluru) and the Bidder
   is willing to offer the services of Concurrent Auditors as mentioned in the Request
   for Proposal by NABARD dated 06.12.2018.
   AND WHEREAS the Bidder is a private company/ partnership firm licensed by
   ICAI, constituted in accordance with the relevant law in the matter and offers
   services of Concurrent Auditors as per the terms and conditions provided in the
   Request for Proposal dated 06.12.2018.
AND WHEREAS NABARD has called for bids from eligible bidders and the BIDDER is
submitting their bid.







                                          35
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free
from any influence/prejudiced dealings prior to, during and subsequent to the currency
of the contract to be entered into with a view to :-
Enabling the NABARD to obtain the desired said stores/equipment at a competitive price
in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order
to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other corrupt practices and the NABARD will commit to prevent
corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
Commitments of the NABARD
1.1    The NABARD undertakes that no official of the NABARD, connected directly or
       indirectly with the contract, will demand, take a promise for or accept, directly or
       through intermediaries, any bribe, consideration, gift, reward, favour or any
       material or immaterial benefit of any other advantage from the BIDDER, either for
       themselves or for any person, organization or third party related to the contract in
       exchange for an advantage in the bidding process, bid evaluation, contracting or
       implementation process related to the contract.
1.2    The NABARD will, during the pre-contract stage, treat all BIDDERs alike, and will
       provide to all BIDDERs the same information and will not provide any such
       information to any particular BIDDER which could afford an advantage to that
       particular BIDDER in comparison to other BIDDERs.
1.3    All the officials of the NABARD will report to the appropriate Government office
       any attempted or contemplated breaches of the above commitments as well as any
       substantial suspicion of such a breach.
2.     In case any such preceding misconduct on the part of such official(s) is reported
by the BIDDER to the NABARD with full and verifiable facts and the same is prima facie
found to the correct by the NABARD, necessary disciplinary proceedings, or any other
action as deemed fit including criminal proceedings may be initiated by the NABARD
and such a person shall be debarred from further dealings related to the contract process.
In such a case while an enquiry in being conducted by the NABARD the proceedings
under the contract would not be stalled.
Commitments of BIDDERs
3.     The BIDDER commits itself to take all measures to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during an pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commit itself to the following :-

                                             36
3.1    The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the NABARD, connected
directly or indirectly with the bidding process, or to any person, organization or third
party related to the contract in exchange for any advantage in the bidding, evaluation,
contracting and implementation of the contract.
3.2     The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to any
official of the NABARD or otherwise in procuring the Contract or forbearing to do or
having done any act in relation to the obtaining or execution of the contract or any other
contract with NABARD for showing or forbearing to show favour or disfavor to any person
in relation to the contract or any other contract with NABARD.
3.3   BIDDERs shall disclose the name and address of agents and representatives and
Indian BIDDERs shall disclose their foreign principles or associates.
3.4    BIDDERs shall disclose the payments to be made by them to agents/brokers or any
other intermediary, in connection with this bid/contract.
3.5    The BIDDER further confirms and declares to the NABARD that the BIDDER is
the original manufacturer/integrator/authorized government sponsored export entity of
the defense stores and has not engaged any individual or firm or company whether Indian
or foreign to intercede, facilitate or in any way to recommend to the NABARD or any of
its functionaries, whether officially or unofficially to the award of the contract to the
BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession, facilitation or
recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose any payments he has made, is committed to or
intends to make to officials of the NABARD or their family members, agents, brokers or
any other intermediaries in connection with the contract and the details of services agreed
upon for such payments.
3.7    The BIDDER will not collude with other parties interested in the contract to impair
the transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.
3.9    The BIDDER shall not use improperly for purposes of competition or personal gain
or pass on to others, any information provided by the NABARD as part of the business
relationship regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
                                            37
3.10 The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any
of the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER either directly or indirectly is a relative of any of the officers of the NABARD, or
alternatively if any relative of an officer of the NABARD has financial interest/stake in the
BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filling of tender.
The term `relative' for this purpose would be as defined in Section 6 of the Companies Act
1986.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the NABARD.
4.      Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country
in respect of any corrupt practices envisaged hereunder or with any Public Sector
Enterprises in India or any Government Department in India that could justify
BIDDER's exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can
be disqualified from the tender process or the contract, if already awarded, can be
terminated for such reason.
5.      Earnest Money (Security Deposit)
5.1 While submitting commercial bid, the BIDDER shall deposit an amount Rs
1,92,000/- Earnest Money/Security Deposit, with the NABARD through any of the
following instruments.
 i.     Bank Draft or a Pay Order in favour of NABARD
 ii.    A confirmed guarantee by an Indian Nationalized Bank, promising payment of
        the guaranteed sum to the NABARD on demand within three working days
        without any demur whatsoever and without any reasons whatsoever. The demand
        for payment by the NABARD shall be treated as conclusive proof of payment.
 iii.   Any other mode or through any other instrument (to be specified in the RFP).
 5.2 The Earnest Money/Security Deposit shall be valid upto a period of five years or the
 complete conclusion of the contractual obligations to the complete satisfaction of both
 the BIDDER and the NABARD, including warranty period, whichever is later.
 5.3 In case of the successful BIDDER a clause would also be incorporated in the Article
 pertaining to Performance Bond in the Purchase Contract that the provisions of
 Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of


                                             38
a decision by the NABARD to forfeit the same without assigning any reason for imposing
sanction for violation of this Pact.
5.4 No interest shall be payable by the NABARD to the BIDDER on Earnest
Money/Security Deposit for the period of its currency.
6.     Sanctions for Violations
6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the NABARD to take all or any one of the following actions, wherever required: -
i.     To immediately call off the pre-contract negotiations without assigning any reason
       or giving any compensation to the BIDDER. However, the proceedings with the
       other BIDDER(s) would continue.
ii.    The Earnest Money Deposit (in pre-contract stage) and/or Security
       Deposit/Performance Bond (after the contract is signed) shall stand forfeited
       either fully or partially as decided by the NABARD and the NABARD shall not be
       required to assign any reason therefore.
iii.   To immediately cancel the contract, if already signed, without giving any
       compensation to the BIDDER.
iv.    To recover all sums already paid by the NABARD, and in case of an Indian
       BIDDER with interest thereon at 2% higher than the prevailing Prime Lending
       Rate of State Bank of India, while in case of a BIDDER from a country other than
       India with interest thereon at 2%, higher than the LIBOR. If any outstanding
       payment is due to the BIDDER from the NABARD in connection with another
       contract for any other stores, such outstanding payment could also be utilized to
       recover the aforesaid sum and interest.
v.     To encash the advance bank guarantee and performance bond/warranty bond, if
       furnished by the BIDDER, in order to recover the payments, already made by the
       NABARD, along with interest.
vi.    To cancel all or any other contracts with the BIDDER. The BIDDER shall be liable
       to pay compensation for any loss or damage to the NABARD resulting from such
       cancellation/rescission and the NABARD shall be entitled to deduct the amount
       so payable from the money(s) due to the BIDDER.
vii.   To debar the BIDDER from participating in future bidding processes of the
       Government of India for a minimum period of five years, which may be further
       extended at the discretion of the NABARD.
 viii. To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman
       or agent or broker with a view to securing the contract.
 ix.   In cases where irrevocable Letters of Credit have been received in respect of any
       contract signed by the NABARD with the BIDDER, the same shall not be opened.

                                           39
     x.   Forfeiture of Performance Bond in case of a decision by the NABARD to forfeit the
          same without assigning any reason for imposing sanction for violation of this Pact.
6.2     The NABARD will be entitled to take all or any of the actions mentioned at para
6.1(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it
or acting on its behalf (whether with our without the knowledge of the BIDDER), of an
offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of
Corruption Act, 1988 or any other statute enacted for prevention of corruption.
6.3   The decision of the NABARD to the effect that a breach of the provisions of the Pact
has been committed by the BIDDER shall be final and conclusive on the BIDDER.
However, the BIDDER can approach the Independent Monitor(s) appointed for the
purposes of this Pact.
7.        Fall Clause
7.1 The BIDDER undertakes that it has not supplied/s not supplying similar
product/systems or sub systems at a price lower than that offered in the present bid in
respect of any other Ministry/Department of the Government of India or PSU and it is
found at any stage that similar product/systems or sub systems was supplied by the
BIDDER to any other Ministry/Department of the Government of India or a PSU at a
lower price, then that very price, with due allowance for elapsed time, will be applicable
to the present case and the difference in the cost would be refunded by the BIDDER to
the NABARD, if the contract has already been concluded.
8.        Independent Monitors
8.1   The NABARD has appointed Independent Monitors (hereinafter referred to as
Monitors) for this Pact in consultation with the Central Vigilance Commission (Names
and Addresses of the Monitors are as under)
          (1) Shri Debabrata Sarkar
            Mayfair Boulevard (Narayan apartment)
            Flat No.701, Main Avenue Road
            Santacruz (West), Mumbai -400054


          (2) Shri Subodh Kumar Goel
            501, Tower-6
            Common Wealth Games Village
            New Delhi 110092
8.2    The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.



                                              40
8.3    The Monitors shall not be subject to instructions by the representatives of the
parties and perform their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
8.5 As soon as the Monitor notices or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the NABARD.
8.6     The BIDDER(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the NABARD including that provided by the
BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration
of a valid interest, unrestricted and unconditional access to his project documentation.
The same is applicable to Subcontractors. The Monitor shall be under contractual
obligation to treat the information and documents of the BIDDER/Subcontractor(s) with
confidentiality.
8.7   The NABARD will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the parties. The parties will offer to the
Monitor the option to participate in such meetings.
8.8     The Monitor will submit a written report to the designated Authority of
NABARD within 8 to 10 weeks from the date of reference or intimation to him by the
NABARD / BIDDER and should the occasion arise submit proposals for correcting
problematic situations.
9.     Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the NABARD or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary
information and documents in English and shall extend all possible help for the purpose
of such examination.
10.    Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat
of the NABARD.
11.    Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to
any civil or criminal proceedings.
12.    Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5
years or the complete execution of the contract to the satisfaction of both the NABARD
and the BIDDER/Bidder/Service Provider, including warranty period, whichever is later
                                             41
in case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the
date of the signing of the contract.
12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an agreement
to their original intentions.
13.    The parties hereby sign this Integrity Pact at _________ on ___________
____________2018


NABARD                                                  BIDDER
Name of the Officer                                     Chief Executive Officer
Designation




NABARD
Witness                                                 Witness
1.                                                      1.
2.                                                      2.




                                            42
Home | About Us | Terms and Conditions | Contact Us
Copyright 2024 CAinINDIA All Right Reserved.
Designed and Developed by Ritz Consulting