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

Odisha PVTG Empowerment & Livelihoods Improvement Programme, Bhubaneswar, Odisha
December, 28th 2020

Odisha PVTG Empowerment & Livelihoods Improvement Programme
(OPELIP)

Programme Management Unit(PMU),

ST & SC Development Department,
Govt. of Odisha, 2nd Floor, TDCCOL Building, Bhoinagar, Rupali Square,Bhubaneswar-751022

OPELIP, a programme of ST & SC Development Department, Govt. of Odisha supported by
IFAD intends to engage CA Firms for “VDC Audit for the FY 2018-19 and 2019-20” in
OPELIP. The procurement method is Quality and cost based selection.

REQUEST FOR PROPOSALS (RFP) is invited from CA Firms for “VDC Audit for the FY
2018-19 and 2019-20” under OPELIP. Interested CA Firms may download further
details from www.opelip.org . RFP with required documents as attachments shall be sent
through speed post/ registered post/Courier/by hand in a closed envelope super-scribed
as “VDC Audit for the FY 2018-19 and 2019-20” under OPELIP to the Office of the
Programme Director PMU, OPELIP, 2nd Floor, TDCCOL Building, Bhoi Nagar, Rupali Square,
Bhubaneswar-751022. The last date of receipt of application is 30.12.2020 up to 3.00PM.
The Programme Director reserves the right to accept or reject any or all bids without
assigning any reason thereof.

Date:01.12.2020

Place: Bhubaneswar Sd/-

Programme Director, OPELIP
STANDARD PROCUREMENT
DOCUMENT

Request for Proposals
Consulting Services
SPD Summary ii

Standard Procurement Document

SUMMARY

PART I – SELECTION PROCEDURES AND REQUIREMENTS

Section 1: Request for Proposals (RFP) Letter

This Section is a template of a letter for a Request for Proposals from the Client addressed to all
consulting firm inviting it to submit a proposal for a consulting assignment. The RFP letter
includes reference to the selection method and applicable Procurement Regulations or policies of
the financing institution that govern the selection and award process.

Section 2: Instructions to Consultants and Data Sheet

This Section consists of two parts: “Instructions to Consultants” and “Data Sheet”. “Instructions
to Consultants” contains provisions that are to be used without modifications. “Data Sheet”
contains information specific to each selection and corresponds to the clauses in “Instructions to
Consultants” that call for selection-specific information to be added. This Section provides
information to help consultants prepare their proposals. Information is also provided on the
submission, opening and evaluation of proposals, contract negotiation and award of contract.
Information in the Data Sheet indicates whether a Full Technical Proposal (FTP) or a Simplified
Technical Proposal (STP) shall be used.

Section 3: Technical Proposal – Standard Forms

This Section includes the forms for FTP and STP that are to be completed by the shortlisted
consultants and submitted in accordance with the requirements of Section 2.

Section 4: Financial Proposal – Standard Forms

This Section includes the financial forms that are to be completed by the shortlisted consultants,
including the consultant’s costing of its technical proposal, which are to be submitted in
accordance with the requirements of Section 2.

Section 5: Eligible Countries

This Section contains information regarding eligible countries.

Section 6: Fraud and Corruption

This section includes the fraud and corruption provisions which apply to this selection process.
iii

Section 7: Terms of Reference (TORs)
This Section describes the scope of services, objectives, goals, specific tasks required to
implement the assignment, and relevant background information; provides details on the required
qualifications of the key experts; and lists the expected deliverables. This Section shall not be
used to over-write provisions in Section 2.
SELECTION OF CONSULTANTS

Request for Proposals
Consulting Services

Procurement of:
Auditor of VDCs (Village development

Committee) under of Odisha PVTG
Empowerment and Livelihood Improvement
Programme (OPELIP) for 2 years (F.Y. 2018-19,

2019-20)

RFP No: 3
Consulting Services for: Audit of VDCs (Village Development Committees)
under Odisha PVTG Empowerment and Livelihood Improvement
Programme) for 2 years (F.Y. 2018-19 and 2019 -20)
Client: Programme Management Unit, Odisha PVTG Empowerment &
Livelihoods Improvement Programme (OPELIP)
Country: India
Issued on:
1

TABLE OF CONTENTS

PART I .......................................................................................................................................3

Section 1. Request for Proposal Letter ......................................................................................3

Section 2. Instructions to Consultants and Data Sheet ..............................................................7

A. General Provisions ...............................................................................................................7

1. Definitions......................................................................................................................7
2. Introduction....................................................................................................................9
3. Conflict ofInterest ........................................................................................................10
4. Unfair Competitive Advantage ....................................................................................11
5. Fraud and Corruption ...................................................................................................11
6. Eligibility .....................................................................................................................11
B. Preparation of Proposals.....................................................................................................13

7. General Considerations ................................................................................................13
8. Cost of Preparation of Proposal ...................................................................................13
9. Language......................................................................................................................13
10. Documents Comprising the Proposal...........................................................................13
11. Only OneProposal ........................................................................................................14
12. ProposalValidity ..........................................................................................................14
13. Clarification and Amendment of RFP .........................................................................15
14. Preparation of Proposals Specific Considerations .......................................................16
15. Technical Proposal Format and Content......................................................................16
16. Financial Proposal........................................................................................................17
C. Submission, Opening and Evaluation ................................................................................17

17. Submission, Sealing, and Marking of Proposals .........................................................17
18. Confidentiality .............................................................................................................19
19. Opening of Technical Proposals ..................................................................................19
20. Proposals Evaluation....................................................................................................20
21. Evaluation of Technical Proposals...............................................................................20
22. Financial Proposals for QBS........................................................................................20
23. Public Opening of Financial Proposals (for QCBS, FBS, and LCS methods) ............21
24. Correction of Errors .....................................................................................................22
25. Taxes ............................................................................................................................23
26. Conversion to Single Currency....................................................................................23

27. Combined Quality and Cost Evaluation ............................................................ 23
D. Negotiations and Award......................................................................................................24

28. Negotiations ....................................................................................................... 24
29. Conclusion of Negotiations................................................................................ 25
30. Standstill Period ................................................................................................. 25
31. Notice of Intention to Award ............................................................................. 25
32. Notification of Award ........................................................................................ 26
33. Debriefing by the Client..................................................................................... 27
34. Award of Contract.............................................................................................. 27
2

E. Data Sheet............................................................................................................................28
Section 3. Technical Proposal – Standard Forms ...................................................................37

1. Checklist of Required Forms ................................................................................ 37
2. Form TECH-1 ....................................................................................................... 38
3. Form TECH-2 ....................................................................................................... 40
4. Form TECH-3 ....................................................................................................... 43
Section 4. Financial Proposal – Standard Forms ....................................................................46
Section 5. Eligible Countries ..................................................................................................50
Section 6 - IFAD Policy – Corrupt and Fraudulent Practices..................................................51
Section 7. Terms of Reference................................................................................................54
Section 1. Request for Proposal Letter 3

PART I

Section 1. Request for Proposal Letter
Consulting Services

Name of Assignment:Audit of VDCs (Village Development Committees) under Odisha
PVTG Empowerment and Livelihood Improvement Programme) for 2 years
(F.Y. 2018-19 and 2019 -20)

RFP Reference No.:01/2020-21
Loan No. :2000000695
Country:India
Date:27/11/2020

Dear Mr. /Ms.:

1. The PMU, OPELIP (hereinafter called “Client”) through The Government of Odisha has
received financing from the International Fund for Agricultural Development (IFAD) in the
form of a [“loan”] (hereinafter called [“loan”] toward the cost of Odisha PVTG
Empowerment and Livelihood Improvement Programme (OPELIP). The Client, an
implementing agency of the Government of Odisha, intends to apply a portion of the
proceeds of this loan to eligible payments under the contract for which this Request for
Proposals is issued. Payments by the IFAD will be made only at the request of the PMU,
OPELIP and upon approval by the IFAD, and will be subject, in all respects, to the terms and
conditions of the loan/financing agreement. The loan/financing agreement prohibits a
withdrawal from the loan account for the purpose of any payment to persons or entities, or
for any import of goods, if such payment or import, to the knowledge of the IFAD, is
prohibited by a decision of the United Nations Security council taken under Chapter VII of
the Charter of the United Nations.

2. The Client now invites proposals to provide the following consulting services (herein after

called “Services”): Audit of VDCs (Village Development Committees) under Odisha
PVTG Empowerment and Livelihood Improvement Programme) for 2 years
(F.Y. 2018-19 and 2019 -20).Audit of VDCs will be allotted as per the lots. The existing

external audit firm for the year 2019-20 and Internal Audit firm for the year 2020-21 shall
not be allowed to participate in the bidding process. Maximum 05 different firms will be
distributed assignment of conducting VDC audit split into 05 different lots comprising of
following districts :
Section 1. Request for Proposal Letter 4

i. Mayurbhanj, Keonjhar,
ii. Angul, Deogarh & Sundergarh,
iii. Nuapada, Kalahandi, Kandhamal
iv. Ganjam, Gajapati and Rayagada (Only LSDA, Putasingh)
v. Malkanagiri, Rayagada (DKDA, Chatikona & DKDA, Parsali)
In case, no proposals for received for any particular lot, the Client, in its discretion, may allot the
assignment to other qualified firms submitting the proposals, subject to the ceiling of
maximum two lots per firm. More details on the Services are provided in the Terms of
Reference (Section 7).
3. This Request for Proposals (RFP) has been addressed to the following shortlisted
Consultants:

[N. A.]
4. It is not permissible to transfer this RFP to any other firm.
5. The firms submitting the technical and financial proposals as per the RFP should

essentially meet the following eligibility conditions:
i) Should be registered under legal framework (Copy of GST Regd. Certificate, PAN Card
should be enclosed)
ii) Should have continuing registration with ICAI.(Copy of registration should be enclosed)
iii) Should have empaneled by the Office of CAG (attach copy of empanelment for the year
2020-21)
(iv) Should have a minimum average annual turnover of Rs.25 lakhs for the past three financial
years.(Copy of last 03 years audit report should be enclosed)
(v) Should have undertaken at least two audits of the community institutions like
SHG/Federations or others in the last two years and each audit should have covered a minimum
of 200 such entities. (Copy of engagement letter should be enclosed)
6. A firm will be selected under Quality and Cost Based Selection (QCBS procedures and in a

[Simplified Technical Proposal (STP)]format as described in this RFP, in accordance with
the policies of the IFAD detailed in the IFAD Project Procurement Guidelines and
Procurement Handbook which can be found at the following website: www.ifad.org
The RFP includes the following documents:

Section 1 – Request for Proposals Letter
Section 2 - Instructions to Consultants and Data Sheet
Section 3 - Technical Proposal (STP]) - Standard Forms
Section 1. Request for Proposal Letter 5

Section 4 - Financial Proposal - Standard Forms
Section 5 – Eligible Countries
Section 6 – Fraud and Corruption
Section 7 - Terms of Reference
Section 8 - Standard Forms of Contract (Lump-Sum)
7. Details on the proposal’s submission date, time and address are provided in ITC 17.7 and
ITC 17.9.

Yours sincerely,

For OdishaPVTG Empowerment and Livelihood Improvement Programme

(OPELIP) TDCCOL, Building, 2nd Floor, Bhoi Nagar, Rupali Square, Bhubaneswar -751022.

Ph-0674-2542709. Email: support@opelip.org.
Section 2. Instructions to Consultants (ITC) 7

Section 2. Instructions to Consultants and Data Sheet

[Notes to the Client: this part of Section 2, Instructions to Consultants, shall not be modified. Any necessary
changes, acceptable to the IFAD, to address specific country and project issues, to supplement, but not over-
write,the provisions of the Instructions to Consultants (ITC), shall be introduced through the Data Sheet only.
“Notes to the Client” should be deleted from the final RFP issued to the shortlisted Consultants].

Instructions to Consultants

A. General Provisions

1. Definitions (a) “Affiliate(s)” means an individual or an entity that
directly or indirectly controls, is controlled by, or is
under common control with the Consultant.

(b) “Applicable Regulations”means IFAD Procurement
Guidelines and Procurement Handbook.

(c) “Applicable Law” means the laws and any other
instruments having the force of law in the Client’s
country, or in such other country as may be specified
in the Data Sheet, as they may be issued and in force
from time to time.

(d) “IFAD” means the International Fund for Agricultural
Development (IFAD).

(e) “Borrower” means the Government, Government
agency or other entity that signs the loan/financing
agreementwith the IFAD.

(f) “Client” means the implementing agencythat signs the
Contract for the Services with the selected Consultant.

(g) “Consultant” means a legally-established professional
consulting firm or an entity that may provide or
provides the Services to the Client under the Contract.

(h) “Contract” means a legally binding written agreement
signed between the Client and the Consultant and
includes all the attached documents listed in its Clause
1 (the General Conditions of Contract (GCC), the
Special Conditions of Contract (SCC), and the
Appendices).

(i) “Data Sheet” means an integral part of the Instructions
to Consultants (ITC) Section 2 that is used to reflect
specific country and assignment conditions to
Section 2. Instructions to Consultants (ITC) 8

supplement, but not to over-write, the provisions of
the ITC.

(j) “Day” means a calendar day, unless otherwise
specified as “Business Day”. A Business Day is any
day that is an official working day of the Borrower. It
excludes the Borrower’s official public holidays.

(k) “Experts” means, collectively, Key Experts, Non-Key
Experts, or any other personnel of the Consultant,
Sub-consultant or Joint Venture member(s).

(l) “Government” means the government of the Client’s
country.

(m) “in writing” means communicated in written form
(e.g. by mail, e-mail, fax, including, if specified in the
Data Sheet, distributed or received through the
electronic-procurement system used by the Client)
with proof of receipt;

(n) “Joint Venture (JV)” means an association with or
without a legal personality distinct from that of its
members, of more than one Consultant where one
member has the authority to conduct all business for
and on behalf of any and all the members of the JV,
and where the members of the JV are jointly and
severally liable to the Client for the performance of
the Contract.

(o) “Key Expert(s)” means an individual professional
whose skills, qualifications, knowledge and
experience are critical to the performance of the
Services under the Contract and whose CV is taken
into account in the technical evaluation of the
Consultant’s proposal.

(p) “ITC” (this Section 2 of the RFP) means the
Instructions to Consultants that provides the
shortlisted Consultants with all information needed to
prepare their Proposals.

(q) “Non-Key Expert(s)” means an individual
professional provided by the Consultant or its Sub-
consultant and who is assigned to perform the Services
or any part thereof under the Contract and whose CVs
are not evaluated individually.

(r) “Proposal” means the Technical Proposal and the
Section 2. Instructions to Consultants (ITC) 9

2. Introduction Financial Proposal of the Consultant.

(s) “RFP” means the Request for Proposals to be prepared
by the Client for the selection of Consultants, based on
the SPD - RFP.

(t) “SPD - RFP” means the Standard Procurement
Document -Request for Proposals, which must be used
by the Client as thebasis for the preparation of the
RFP.

(u) “Services” means the work to be performed by the
Consultant pursuant to the Contract.

(v) “Sub-consultant” means an entity to which the
Consultant intends to subcontract any part of the
Services while the Consultant remains responsibleto
the Client during the whole performance of the
Contract.

(w) “Terms of Reference (TORs)” (this Section 7 of the
RFP) means the Terms of Reference that explains the
objectives, scope of work, activities, and tasks to be
performed, respective responsibilities of the Client and
the Consultant, and expected results and deliverables
of the assignment.

2.1 The Client named in the Data Sheetintends to select a
Consultant from those listed in the Request for Proposals
(RFP), in accordance with the method of selection
specified in the Data Sheet.

2.2 The shortlisted Consultants are invited to submit a
Technical Proposal and a Financial Proposal, or a
Technical Proposal only, as specified in the Data Sheet,
for consulting services required for the assignment named
in the Data Sheet. The Proposal will be the basis for
negotiating and ultimately signing the Contract with the
selected Consultant.

2.3 The Consultants should familiarize themselves with the
local conditions and take them into account in preparing
their Proposals, including attending a pre-proposal
conference if one is specified in the Data Sheet.
Attending any such pre-proposal conference is optional
and is at the Consultants’ expense.

2.4 The Client will timely provide, at no cost to the
Consultants, the inputs, relevant project data, and reports
Section 2. Instructions to Consultants (ITC) 10

3. Conflict of required for the preparation of the Consultant’s Proposal
Interest as specified in the Data Sheet.

a. Conflicting 3.1 The Consultantis required to provide professional,
Activities objective, and impartial advice, at all times holding the
Client’s interests paramount, strictly avoiding conflicts
b. Conflicting with other assignments or its own corporate interests, and
Assignments acting without any consideration for future work.
c. Conflicting
Relationships 3.2 The Consultant has an obligation to disclose to the Client
any situation of actual or potential conflict that impacts its
capacity to serve the best interest of its Client. Failure to
disclose such situations may lead to the disqualification of
the Consultant or the termination of its Contract and/or
sanctions by the IFAD.

3.2.1 Without limitation on the generality of the
foregoing, the Consultant shall not be hired under
the circumstances set forth below:

(i) Conflict between consulting activities and
procurement of goods, works or non-consulting
services:a firm that has been engaged by the Client to
provide goods, works, or non-consulting services for
a project, or any of its Affiliates, shall be disqualified
from providing consulting services resulting from or
directly related to those goods, works, or non-
consulting services. Conversely, a firm hired to
provide consulting services for the preparation or
implementation of a project, or any of its Affiliates,
shall be disqualified from subsequently providing
goods or works or non-consulting services resulting
from or directly related to the consulting services for
such preparation or implementation.

(ii) Conflict among consulting assignments:a Consultant
(including its Experts and Sub-consultants) or any of
its Affiliates shall not be hired for any assignment
that, by its nature, may be in conflict with another
assignment of the Consultant for the same or for
another Client.

(iii) Relationship with the Client’s staff: a Consultant
(including its Experts and Sub-consultants) that has a
close business or family relationship with a
professional staff of the Borrower (or of the Client,
or of implementing agency, or of a recipient of a part
of the IFAD’s financing)who are directly or
Section 2. Instructions to Consultants (ITC) 11

4. Unfair indirectly involved in any part of (i) the preparation
Competitive of the Terms of Reference for the assignment, (ii) the
Advantage selection process for the Contract, or (iii) the
supervision of the Contract, may not be awarded a
5. Fraud and Contract, unless the conflict stemming from this
Corruption relationship has been resolved in a manner acceptable
to the IFAD throughout the selection process and the
6. Eligibility execution of the Contract.

4.1 Fairness and transparency in the selection process require
that the Consultants or their Affiliates competing for a
specific assignment do not derive a competitive advantage
from having provided consulting services related to the
assignment in question. To that end, the Client shall
indicate in the Data Sheet and make available to all
shortlisted Consultants together with this RFP all
information that would in that respect give such
Consultant any unfair competitive advantage over
competing Consultants.

5.1 The IFAD requires compliance with the IFAD’s Anti-
Corruption Guidelines and its prevailing sanctions policies
and procedures as set forth in Section 6.

5.2 In further pursuance of this policy, Consultants shall
permit and shall cause its agents (where declared or not),
subcontractors, sub-consultants, service providers,
suppliers, and their personnel, to permit the IFAD to
inspect all accounts, records and other documents relating
to any short-listing process, Proposal submission, and
contract performance (in the case of award), and to have
them audited by auditors appointed by the IFAD.

6.1 The IFAD permits consultants (individuals and firms,
including Joint Ventures and their individual members)
fromall countries to offer consulting services for IFAD-
financed projects.

6.2 Furthermore, it is the Consultant’s responsibility to ensure
that itsExperts, joint venture members, Sub-consultants,
agents (declared or not), sub-contractors, service providers,
suppliers and/or their employees meet the eligibility
requirements as established by the IFAD in the Applicable
Regulations.

6.3 As an exception to the foregoing ITC 6.1 and ITC 6.2
Section 2. Instructions to Consultants (ITC) 12

above:

a. Sanctions 6.3.1 A Consultant that has been sanctioned by the IFAD,
pursuant to the IFAD’s Anti-Corruption Guidelines
b. Prohibitions and in accordance with its prevailing sanctions
policies and procedures as set forth in the WBG’s
c. Restrictions for Sanctions Framework as described in Section VI,
State-Owned Fraud and Corruption, paragraph 2.2 d.shall be
Enterprises ineligible to be shortlisted for, submit proposals for,
d. Restrictions for or be awarded a IFAD-financed contract or benefit
Public Employees from a IFAD-financed contract, financially or
otherwise, during such period of time as the IFAD
shall have determined.

6.3.2 Firms and individuals of a country or goods
manufactured in a country may be ineligible ifso
indicated in Section 5 (Eligible Countries) and:

(a) as a matter of law or official regulations, the
Borrower’s country prohibits commercial relations
with that country, provided that the IFAD is satisfied
that such exclusion does not preclude effective
competition for the provision of Services required;
or

(b) by an act of compliance with a decision of the
United Nations Security Council taken under
Chapter VII of the Charter of the United Nations, the
Borrower’s Country prohibits any import of goods
from that country or any payments to any country,
person, or entity in that country.

6.3.3 State-owned enterprises or institutions in the
Borrower’s country may be eligibleto compete and
be awarded a contract only if they can establish, in a
manner acceptable to the IFAD, that they: (i) are
legally and financially autonomous, (ii) operate
under commercial law, and (iii) are not under
supervision of the Client.

6.3.4 Government officials and civil servants of the
Borrower’s country are not eligible to be included as
Experts, individuals, or members of a team of
Experts in the Consultant’s Proposal unless:

(i) the services of the government official or
civil servant are of a unique and
exceptional nature, or their participation is
Section 2. Instructions to Consultants (ITC) 13

critical to project implementation; and

(ii) their hiring would not create a conflict of
interest, including any conflict with
employment or other laws, regulations, or
policies of the Borrower.

e. Borrower 6.3.5 A firm that is under a sanction of debarment by the
Debarment Borrower from being awarded a contract is eligible
to participate in this procurement, unless the IFAD,
at the Borrower’s request, is satisfied that the
debarment; (a) relates to fraud or corruption, and (b)
followed a judicial or administrative proceeding that
afforded the firm adequate due process.

7. General B. Preparation of Proposals
Considerations
7.1 In preparing the Proposal, the Consultant is expected to
8. Cost of examine the RFP in detail. Material deficiencies in
Preparation of providing the information requested in the RFP may result
Proposal in rejection of the Proposal.

9. Language 8.1 The Consultant shall bear all costs associated with the
preparation and submission of its Proposal, and the Client
10. Documents shall not be responsible or liable for those costs, regardless
Comprising the of the conduct or outcome of the selection process. The
Proposal Client is not bound to accept any proposal, and reserves the
right to annul the selection process at any time prior to
Contract award, without thereby incurring any liability to
the Consultant.

9.1 The Proposal, as well as all correspondence and documents
relating to the Proposal exchanged between the Consultant
and the Client, shall be written in the language(s) specified
in the Data Sheet.

10.1 The Proposal shall comprise the documents and forms
listed in the Data Sheet.

10.2 If specified in the Data Sheet, the Consultant shall
include a statement of an undertaking of the Consultant to
observe, in competing for and executing a contract, the
Client country’s laws against fraud and corruption
(including bribery).

10.3 The Consultant shall furnish information on
commissions, gratuities, and fees, if any, paid or to be
paid to agents or any other party relating to this Proposal
Section 2. Instructions to Consultants (ITC) 14

11. Only and, if awarded, Contract execution, as requested in the
OneProposal Financial Proposal submission form (Section 4).

11.1 The Consultant (including the individual members of any
Joint Venture) shall submit only one Proposal, either in
its own name or as part of a Joint Venture in another
Proposal. If a Consultant, including anyJoint Venture
member, submits or participates in more than one
proposal, all such proposals shall be disqualified and
rejected. This does not, however, precludea Sub-
consultant, or the Consultant’s staff from participating as
Key Experts and Non-Key Expertsin more than one
Proposal when circumstances justify and if stated in the
Data Sheet.

12. ProposalValidity 12.1 The Data Sheet indicates the period during which the
Consultant’s Proposal must remain valid after the
Proposal submission deadline.

12.2 During this period, the Consultant shall maintain its
original Proposal without any change, including the
availability of the Key Experts, the proposed rates and the
total price.

12.3 If it is established that any Key Expert nominated in the
Consultant’s Proposal was not available at the time of
Proposal submission or was included in the Proposal
without his/her confirmation, such Proposal shall be
disqualified and rejected for further evaluation, and may
be subject to sanctions in accordance with ITC 5.

a. Extension of 12.4 The Client will make its best effort to complete the
Validity Period negotiations within the proposal’s validity period.
However, should the need arise, the Client may request, in
writing, all Consultants who submitted Proposals prior to
the submission deadline to extend the Proposals’ validity.

12.5 If the Consultant agrees to extend the validity of its
Proposal, it shall be done without any change in the
original Proposal and with the confirmation of the
availability of the Key Experts, except as provided in ITC
12.7.

12.6 The Consultant has the right to refuse to extend the
validity of its Proposal in which case such Proposal will
not be further evaluated.

b. Substitution of 12.7 If any of the Key Experts become unavailable for the
Section 2. Instructions to Consultants (ITC) 15

Key Experts at extended validity period, the Consultant shall seek to
Validity substitute another Key Expert. The Consultant shall
Extension provide a written adequate justification and evidence
satisfactory to the Client together with the substitution
request. In such case, a substitute Key Expert shall have
equal or better qualifications and experience than those of
the originally proposed Key Expert. The technical
evaluation score, however, will remain to be based on the
evaluation of the CV of the original Key Expert.

12.8 If the Consultant fails to provide a substitute Key Expert
with equal or better qualifications, or if the provided
reasons for the replacement or justification are
unacceptable to the Client, such Proposal will be rejected
with the prior IFAD’s no objection.

c. Sub- 12.9 The Consultant shall not subcontract the whole of the
Contracting Services.

13. Clarification and 13.1 The Consultant may request a clarification of any part of
Amendment of the RFP during the period indicated in the Data Sheet
RFP before the Proposals’ submission deadline. Any request
for clarification must be sent in writing, or by standard
electronic means, to the Client’s address indicated in the
Data Sheet. The Client will respond in writing, or by
standard electronic means, and will send written copies of
the response (including an explanation of the query but
without identifying its source) to all shortlisted
Consultants. Should the Client deem it necessary to amend
the RFP as a result of a clarification, it shall do so
following the procedure described below:

13.1.1 At any time before the proposal submission
deadline, the Client may amend the RFP by issuing
an amendment in writing or by standard electronic
means. The amendment shall be sent to all
shortlisted Consultants and will be binding on
them. The shortlisted Consultants shall
acknowledge receipt of all amendments in writing.

13.1.2 If the amendment is substantial, the Client may
extend the proposal submission deadline to give
the shortlisted Consultants reasonable time to take
an amendment into account in their Proposals.

13.2 The Consultant may submit a modified Proposal or a
modification to any part of it at any time prior to the
proposal submission deadline. No modificationsto the
Section 2. Instructions to Consultants (ITC) 16

Technical or Financial Proposal shall be accepted after
the deadline.

14. Preparation of 14.1 While preparing the Proposal, the Consultant must give
Proposals Specific particular attention to the following:
Considerations
14.1.1 If a shortlisted Consultant considers that it may
enhance its expertise for the assignment by
associating with other consultants in the form of a
Joint Venture or asSub-consultants, it may do so
with either (a) non-shortlisted Consultant(s), or
(b) shortlisted Consultants if permitted in the
Data Sheet. In all such cases a shortlisted
Consultant must obtain the written approval of the
Client prior to the submission of the Proposal.
When associating with non-shortlisted firms in
the form of a joint venture or a sub-consultancy,
the shortlisted Consultant shall be a lead member.
If shortlisted Consultants associate with each
other, any of them can be a lead member.

14.1.2 The Client may indicate in the Data Sheet the
estimated Key Experts’ time input (expressed in
person-month) or the Client’s estimated total cost
of the assignment, but not both. This estimate is
indicative and the Proposal shall be based on the
Consultant’s own estimates for the same.

14.1.3 If stated in the Data Sheet, the Consultant shall
include in its Proposal at least the same time input
(in the same unit as indicated in the Data Sheet)
of Key Experts, failing which the Financial
Proposal will be adjusted for the purpose of
comparison of proposals and decision for award
in accordance with the procedure in the Data
Sheet.

14.1.4 For assignments under the Fixed-Budget selection
method, the estimated Key Experts’ time input is
not disclosed. Total available budget, with an
indication whether it is inclusive or exclusive of
taxes, is given in the Data Sheet, and the
Financial Proposal shall not exceed this budget.

15. Technical 15.1 The Technical Proposal shall be prepared using the
Proposal Format Standard Forms provided in Section 3 of the RFP and
and Content shall comprise the documents listed in the Data Sheet.The
Technical Proposal shall not include any financial
Section 2. Instructions to Consultants (ITC) 17

information. A Technical Proposal containing material
financial information shall be declared non-responsive.

15.1.1 Consultant shall not propose alternative Key
Experts. Only one CV shall be submitted for
each Key Expert position. Failure to comply
with this requirement will make the Proposal
non-responsive.

15.2 Depending on the nature of the assignment, the
Consultant is required to submit a Full Technical
Proposal (FTP), or a Simplified Technical Proposal
(STP) as indicated in the Data Sheet and using the
Standard Forms provided in Section 3 of the RFP.

16. Financial 16.1 The Financial Proposal shall be prepared using the
Proposal Standard Forms provided in Section 4 of the RFP.It shall
list all costs associated with the assignment, including (a)
remuneration for Key Experts and Non-Key Experts,
(b)reimbursable expenses indicated in the Data Sheet.

a. Price 16.2 For assignments with a duration exceeding 18 months, a
Adjustment price adjustment provision for foreign and/or local
inflation for remuneration rates applies if sostated in the
Data Sheet.

b. Taxes 16.3 The Consultant and its Sub-consultants and Experts are
responsible for meeting all tax liabilities arising out of the
Contract unless stated otherwise in the Data Sheet.
Information on taxes in the Client’s country is provided
in the Data Sheet.

c. Currency of 16.4 The Consultant may express the price for itsServices in
Proposal the currency or currencies as stated in the Data Sheet. If
indicated in the Data Sheet, the portion of the price
representing local cost shall be stated in the national
currency.

d. Currency of 16.5 Payment under the Contract shall be made in the currency

Payment or currencies in which the payment is requested in the

Proposal.

C. Submission, Opening and Evaluation

17. Submission, 17.1 The Consultant shall submit a signed and complete
Sealing, and Proposal comprising the documents and forms in
Marking of accordance with ITC 10 (Documents Comprising
Proposals Proposal). Consultants shall mark as “CONFIDENTIAL”
Section 2. Instructions to Consultants (ITC) 18

information in their Proposals which is confidential to
their business. This may include proprietary information,
trade secrets or commercial or financially sensitive
information. The submission can be done by Speed Post/
Registered Post or by Courier If specified in the Data
Sheet, the Consultant has the option of submitting its
Proposals electronically.

17.2 An authorized representative of the Consultant shall sign
the original submission letters in the required format for
both the Technical Proposal and, if applicable, the
Financial Proposal and shall initial all pages of both. The
authorization shall be in the form of a written power of
attorney attached to the Technical Proposal.

17.2.1 A Proposal submitted by a Joint Venture shall be
signed by all members so as to be legally binding on all
members, or by an authorized representative who has a
written power of attorney signed by each member’s
authorized representative.

17.3 Any modifications, revisions, interlineations, erasures,
or overwriting shall be valid only if they are signed or
initialed by the person signing the Proposal.

17.4 The signed Proposal shall be marked “ORIGINAL”, and its
copies marked “COPY” as appropriate. The number of
copies is indicated in the Data Sheet. All copies shall be
made from the signed original. If there are discrepancies
between the original and the copies, the original shall
prevail.

17.5 The original and all the copies of the Technical Proposal
shall be placed inside a sealed envelope clearly marked
“TECHNICAL PROPOSAL”, “[Name of the Assignment]“,
[reference number], [name and address of the
Consultant], and with a warning “DO NOT OPEN UNTIL
[INSERT THE DATE AND THE TIME OF THE TECHNICAL
PROPOSAL SUBMISSION DEADLINE].”

17.6 Similarly, the original Financial Proposal (if required for
the applicable selection method) and its copies shall be
placed inside of a separate sealed envelope clearly marked
“FINANCIAL PROPOSAL” “[Name of the Assignment]“,
[reference number], [name and address of the Consultant],
and with a warning “DO NOT OPEN WITH THE
TECHNICAL PROPOSAL.”
Section 2. Instructions to Consultants (ITC) 19

18. Confidentiality 17.7 The sealed envelopes containing the Technical and
19. Opening of Financial Proposals shall be placed into one outer
envelope and sealed. This outer envelope shall be
addressed to the Client and bear the submission address,
RFP reference number, the name of the assignment, the
Consultant’s name and the address, and shall be clearly
marked “Do Not Open Before [insert the time and date of
the submission deadline indicated in the Data Sheet]”.

17.8 If the envelopes and packages with the Proposal are not
sealed and marked as required, the Client will assume no
responsibility for the misplacement, loss, or premature
opening of the Proposal.

17.9 The Proposal or its modifications must be sent to the
address indicated in the Data Sheet and received by the
Client no later than the deadline indicated in the Data
Sheet, or any extension to this deadline. Any Proposal or
its modification received by the Client after the deadline
shall be declared late and rejected, and promptly returned
unopened.

18.1 From the time the Proposals are opened to the time the
Contract is awarded, the Consultant should not contact the
Client on any matter related to its Technical and/or
Financial Proposal. Information relating to the evaluation
of Proposals and award recommendations shall not be
disclosed to the Consultants who submitted the Proposals
or to any other party not officially concerned with the
process, until the Notification of Intention to Award the
Contract.Exceptions to this ITC are where the Client
notifies Consultants of the results of the evaluation of the
Technical Proposals.

18.2 Any attempt by shortlisted Consultants or anyone on
behalf of the Consultant to influence improperly the Client
in the evaluation of the Proposals or Contract award
decisions may result in the rejection of its Proposal, and
may be subject to the application of prevailing IFAD’s
sanctions procedures.

18.3 Notwithstanding the above provisions, from the time of
the Proposals’ opening to the time of Contract award
publication, if a Consultant wishes to contact the Client or
the IFAD on any matter related to the selection process, it
shall do so only in writing.

19.1 The Client’s evaluation committee shall conduct the
Section 2. Instructions to Consultants (ITC) 20

Technical opening of the Technical Proposals in the presence of the
Proposals shortlisted Consultants’ authorized representatives who
choose to attend (in person, or online if this option is
20. Proposals offered in the Data Sheet). The opening date, time and the
Evaluation address are stated in the Data Sheet. The envelopes with
the Financial Proposal shall remain sealed and shall be
21. Evaluation of securely stored with a reputable public auditor or
Technical independent authority until they are opened in accordance
Proposals with ITC 23.

22. Financial 19.2 At the opening of the Technical Proposals the following
Proposals for shall be read out: (i) the name and the country of the
QBS Consultant or, in case of a Joint Venture, the name of the
Joint Venture, the name of the lead member and the names
and the countries of all members; (ii) the presence or
absence of a duly sealed envelope with the Financial
Proposal; (iii) any modifications to the Proposal submitted
prior to proposal submission deadline; and (iv) any other
information deemed appropriate or as indicated in the
Data Sheet.

20.1 Subject to provision of ITC 15.1, the evaluators of the
Technical Proposals shall have no access to the Financial
Proposals until the technical evaluation is concluded and
the IFAD issues its “no objection”, if applicable.

20.2 The Consultant is not permitted to alter or modify its
Proposal in any way after the proposal submission
deadline except as permitted under ITC 12.7. While
evaluating the Proposals, the Client will conduct the
evaluation solely on the basis of the submitted Technical
and Financial Proposals.

21.1 The Client’s evaluation committee shall evaluate the
Technical Proposals on the basis of their responsiveness to
the Terms of Reference and the RFP, applying the
evaluation criteria, sub-criteria, and point system specified
in the Data Sheet. Each responsive Proposal will be given
a technical score. A Proposal shall be rejected at this stage
if it does not respond to important aspects of the RFP or if
it fails to achieve the minimum technical score indicated
in the Data Sheet.

22.1 Following the ranking of the Technical Proposals, when
the selection is based on quality only (QBS), the top-ranked
Consultant is invited to negotiate the Contract.

22.2If Financial Proposals were invited together with the
Section 2. Instructions to Consultants (ITC) 21

Technical Proposals, only the Financial Proposal of the
technically top-ranked Consultant is opened by the
Client’s evaluation committee. All other Financial
Proposals are returned unopened after the Contract
negotiations are successfully concluded and the Contract
is signed.

23. Public Opening 23.1 After the technical evaluation is completed and the IFAD
of Financial has issued its no objection (if applicable), the Client shall
Proposals (for notify those Consultants whose Proposals were considered
QCBS, FBS, and non-responsive to the RFP and TOR or did not meet the
LCS methods) minimum qualifying technical score, advising them the
following:

(i) their Proposal was not responsive to the RFP and TOR
or did not meet the minimum qualifying technical
score;

(ii) provide information relating to the Consultant’s overall
technical score, as well as scores obtained for each
criterion and sub-criterion;

(iii) their Financial Proposals will be returned unopened
after completing the selection process and Contract
signing; and

(iv) Notify them of the date, time and location of the public
opening of the Financial Proposals and invite them to
attend.

23.2 The Client shall simultaneously notify in writing those
Consultants whose Proposals were considered responsive
to the RFP and TOR, and that have achieved the minimum
qualifying technical score, advising them the following:

(i) their Proposal was responsive to the RFP and
TOR and met the minimum qualifying technical
score;

(ii) provide information relating to the Consultant’s
overall technical score, as well as scores obtained
for each criterion and sub-criterion;

(iii) their Financial Proposal will be opened at the
public opening of Financial Proposals; and

(iv) notify them of the date, time and location of the
public opening and invite them for the opening of
Section 2. Instructions to Consultants (ITC) 22

the Financial Proposals.

23.3 The opening date should allow the Consultants sufficient
time to make arrangements for attending the opening and
shall be no less than seven (7) Business Days from the
date of notification of the results of the technical
evaluation, described in ITC 23.1 and 23.2.

23.4 The Consultant’s attendance at the opening of the
Financial Proposals (in person, or online if such option is
indicated in the Data Sheet) is optional and is at the
Consultant’s choice.

23.5 The Financial Proposals shall be openedpublicly by the
Client’s evaluation committee in the presence of the
representatives of the Consultants and anyone else who
chooses to attend. Any interested party who wishes to
attend this public opening should contact the client as
indicated in the Data Sheet. Alternatively, a notice of the
public opening of Financial Proposals may be published on
the Client’s website, if available.At the opening, the names
of the Consultants, and the overall technical scores,
including the break-down by criterion, shall be read aloud.
The Financial Proposals will then be inspected to confirm
that they have remained sealed and unopened. These
Financial Proposals shall be then opened, and the total
prices read aloud and recorded. Copies of the record shall
be sent to all Consultants who submitted Proposals and to
the IFAD.

24. Correction of 24.1 Activities and items described in the Technical Proposal
Errors but not priced in the Financial Proposal, shall be assumed
to be included in the prices of other activities or items, and
no corrections are made to the Financial Proposal.

a. Time-Based 24.1.1 If a Time-Based contract form is included in the
Contracts RFP, the Client’s evaluation committee will (a)
correct any computational or arithmetical errors,
and (b) adjust the prices if they fail to reflect all
inputs included for the respective activities or
items included in the Technical Proposal. In case
of discrepancy between (i) a partial amount (sub-
total) and the total amount, or (ii) between the
amount derived by multiplication of unit price
with quantity and the total price, or (iii) between
words and figures, the former will prevail. In case
of discrepancy between the Technical and
Financial Proposals in indicating quantities of
Section 2. Instructions to Consultants (ITC) 23

input, the Technical Proposal prevails and the
Client’s evaluation committee shall correct the
quantification indicated in the Financial Proposal
so as to make it consistent with that indicated in
the Technical Proposal, apply the relevant unit
price included in the Financial Proposal to the
corrected quantity, and correct the total Proposal
cost.

b. Lump-Sum 24.1.2 If a Lump-Sum contract form is included in the RFP,
Contracts the Consultant is deemed to have included all prices
in the Financial Proposal, so neither arithmetical
corrections nor price adjustments shall be made. The
total price, net of taxes understood as per ITC 25,
specified in the Financial Proposal (Form FIN-1)
shall be considered as the offered price.Where there
is a discrepancy between the amount in words and
the amount figures, the amount in words shall
prevail.

25. Taxes 25.1 The Client’s evaluation of the Consultant’s Financial
Proposal shall exclude taxes and duties in the Client’s
country in accordance with the instructions in the Data
Sheet.

26. Conversion to 26.1 For the evaluation purposes, prices shall be converted to
Single Currency a single currency using the selling rates of exchange,
source and date indicated in the Data Sheet.

27. Combined
Quality and Cost
Evaluation

a. Quality and 27.1 In the case of QCBS, the total score is calculated by

Cost-Based weighting the technical and financial scores and adding

Selection (QCBS) them as per the formula and instructions in the Data

Sheet. The Consultant with the Most Advantageous

Proposal, which is the Proposal that achieves the highest

combined technical and financial scores, will be invited

for negotiations.

b. Fixed-Budget 27.2 In the case of FBS, those Proposals that exceed the
Selection(FBS) budget indicated in ITC 14.1.4 of the Data Sheet shall be
rejected.

27.3 The Client will select the Consultant with the Most
Advantageous Proposal, which is the highest-ranked
Technical Proposal that does not exceed the budget
Section 2. Instructions to Consultants (ITC) 24

c. Least-Cost indicated in the RFP, and invite such Consultant to
Selection negotiate the Contract.

27.4 In the case of Least-Cost Selection (LCS), the Client will
select the Consultant with the Most Advantageous
Proposal, which is the Proposal with the lowest evaluated
total price among those Proposals that achieved the
minimum qualifying technical score, and invite such a
Consultant to negotiate the Contract.

D. Negotiations and Award

28. Negotiations 28.1 The negotiations will be held at the date and address
indicated in the Data Sheet with the Consultant’s
representative(s) who must have written power of
attorney to negotiate and sign a Contract on behalf of the
Consultant.

28.2 The Client shall prepare minutes of negotiations that are
signed by the Client and the Consultant’s authorized
representative.

a. Availability of 28.3 The invited Consultant shall confirm the availability of all
Key Experts Key Experts included in the Proposal as a pre-requisite to
the negotiations, or, if applicable, a replacement in
accordance with ITC 12. Failure to confirm the Key
Experts’ availability may result in the rejection of the
Consultant’s Proposal and the Client proceeding to
negotiate the Contract with the next-ranked Consultant.

28.4 Notwithstanding the above, the substitution of Key Experts
at the negotiations may be considered if due solely to
circumstances outside the reasonable control of and not
foreseeable by the Consultant, including but not limited to
death or medical incapacity. In such case, the Consultant
shall offer a substitute Key Expert within the period of time
specified in the letter of invitation to negotiate the Contract,
who shall have equivalent or better qualifications and
experience than the original candidate.

b. Technical 28.5 The negotiations include discussions of the Terms of
Negotiations Reference (TORs), the proposed methodology, the Client’s
inputs, the special conditions of the Contract, and finalizing
the “Description of Services” part of the Contract. These
discussions shall not substantially alter the original scope
of services under the TOR or the terms of the contract, lest
the quality of the final product, its price, or the relevance of
Section 2. Instructions to Consultants (ITC) 25

the initial evaluation be affected.

c. Financial 28.6 The negotiations include the clarification of the
Negotiations Consultant’s tax liability in the Client’s country and how it
should be reflected in the Contract.

28.7 If the selection method included cost as a factor in the
evaluation, the total price stated in the Financial Proposal
for a Lump-Sum contract shall not be negotiated.

28.8 In the case of a Time-Based contract, unit rates
negotiations shall not take place, except when the offered
Key Experts and Non-Key Experts’ remuneration rates are
much higher than the typically charged rates by consultants
in similar contracts.In such case, the Client may ask for
clarifications and, if the fees are very high, ask to change
the rates after consultation with the IFAD.The format for
(i) providing information on remuneration rates in the case
of Quality Based Selection; and (ii) clarifying remuneration
rates’ structure under this Clause, is provided in Appendix
A to the Financial Form FIN-3: Financial Negotiations –
Breakdown of Remuneration Rates.

29. Conclusion of 29.1 Thenegotiations are concluded with a review of the

Negotiations finalized draft Contract, which then shall be initialed by the

Client and the Consultant’s authorized representative.

29.2 If the negotiations fail, the Client shall inform the
Consultant in writing of all pending issues and
disagreements and provide a final opportunity to the
Consultant to respond. If disagreement persists, the Client
shall terminate the negotiations informing the Consultant of
the reasons for doing so. After having obtained the IFAD’s
noobjection, the Client will invite the next-ranked
Consultant to negotiate a Contract. Once the Client
commences negotiations with the next-ranked Consultant,
the Client shall not reopen the earlier negotiations.

30. Standstill 30.1 The Contract shall be awarded not earlier than the expiry of
Period the Standstill Period. The duration of the Standstill Period
is specified in the Data Sheet. Where only one Proposalis
submitted, the Standstill Period shall not apply.

31. Notice of 31.1 When a Standstill Period applies, it shall commence when
Intention to theClient has transmitted to each Consultant whose
Award financial proposal was opened, the Notification of Intention
to Award the Contract to the successful Consultant. The
Notification of Intention to Award shall contain, at a
Section 2. Instructions to Consultants (ITC) 26

32. Notification minimum, the following information:
of Award
(a) the name and address of the Consultant with whom
the client successfully negotiated a contract;

(b) the contract price of the successful Proposal;

(c) the names of all Consultants included in the short
list, indicating those that submitted Proposals;

(d) where the selection method requires, the price
offered by each Consultant as read out and as
evaluated;

(e) the overall technical scores and scores assigned for
each criterion and sub-criterion to each Consultant;

(f) the final combined scores and the final ranking of
the Consultants;

(g) a statement of the reason(s) why the recipient’s
Proposal was unsuccessful, unless the combined
score in (f) above already reveals the reason;

(h) the expiry date of the Standstill Period; and

(i) instructions on how to request a debriefing and/or
submit a complaint during the Standstill Period.

32.1 Prior to the expiration of the Proposal Validity Period and
upon expiry of the Standstill Period, specified in ITC 30.1
or any extension thereof, or upon satisfactorily addressing a
complaint that has been filed within the Standstill Period,
the Client shall publish the Contract Award Notice which
shall contain, at a minimum, the following information:

(a) name and address of the Client;

(b) name and reference number of the contract being
awarded, and the selection method used;

(c) names of the consultants that submitted proposals,
and their proposal prices as read out at financial
proposal opening, and as evaluated;

(d) names of all Consultants whose Proposals were
rejected or were not evaluated, with the reasons
therefor; and

(e) the name of the successful consultant, the final total
contract price, the contract duration and a summary
of its scope.

32.2 The Contract Award Notice shall be published on the
Client’s website with free access if available, or in at least
Section 2. Instructions to Consultants (ITC) 27

one newspaper of national circulation in the Client’s
Country, or in the official gazette. The Client shall also
publish the contract award notice in UNDB online

33. Debriefing by 33.1 On receipt of the Client’s Notification of Intention to
the Client Award referred to in ITB 31.1, an unsuccessful Consultant
has three (3) Business Days to make a written request to
the Client for a debriefing. The Client shall provide a
debriefing to all unsuccessful Consultants whose request is
received within this deadline.

33.2 Where a request for debriefing is received within the
deadline, the Client shall provide a debriefing within five
(5) Business Days, unless the Client decides, for justifiable
reasons, to provide the debriefing outside this timeframe. In
that case, the standstill period shall automatically be
extended until five (5) Business Days after such debriefing
is provided. If more than one debriefing is so delayed, the
standstill period shall not end earlier than five (5) Business
Days after the last debriefing takes place. The Client shall
promptly inform, by the quickest means available, all
Consultants of the extended standstill period

33.3 Where a request for debriefing is received by the Client
later than the three (3)-Business Day deadline, the Client
should provide the debriefing as soon as practicable, and
normally no later than fifteen (15) Business Days from the
date of publication of Public Notice of Award of contract.
Requests for debriefing received outside the three (3)-day
deadline shall not lead to extension of the standstill period.

33.4 Debriefings of unsuccessful Consultants may be done in
writing or verbally. The Consultant shall bear their own
costs of attending such a debriefing meeting

34. Award of 34.1 The Contract shall be signed promptly upon Notification of
Contract Award.

34.2 The Consultant is expected to commence the assignment on
the date and at the location specified in the Data Sheet.
Section 2. Instructions to Consultants - Data Sheet 28

Section 2. Instructions to Consultants
E. Data Sheet

ITC A. General
Reference

1 (b) The date of the Applicable Regulations is: IFAD Project Procurement
Guidelines and its Handbook dated 2010

2.1 Name of the Client: Programme Management Unit,

OdishaPVTG Empowerment and Livelihood

Improvement Programme, OPELIP

Method of selection: Quality and Cost Based Selection (QCBS) as per

the Applicable Regulations.

2.2 The assignment is split into the following three lots:

Lot 1 – VDCs in the districts of Mayurbhanj, Keonjhar,

Lot 2 - VDCs in the districts of Angul, Deogarh & Sundergarh.

Lot 3 – VDCs in the districts of Nuapada, Kalahandi, Kandhamal .

Lot 4 – VDCs in the districts of Malkanagiri and VDCs under DKDA,
Chatikona & DKDA, Parsali of Rayagada District

Lot 5- VDCs in the districts of Ganjam & Gajapati and VDCs under LSDA
Putasing of Rayagada District

The consultant has the option to submit technical and financial proposals
for any one or maximum two lots by providing separate team
compositions for each of the Lot.

Financial Proposal to be submitted together with Technical Proposal:

Yes

The name of the assignment is: Audit of VDCs under Odisha PVTG
Empowerment and Livelihood Improvement Programme,
OPELIP (for 2 years F.Y. 2018-19 and 2019-20)
Section 2. Instructions to Consultants - Data Sheet 29

2.3 A pre-proposal conference will be held: No

[If “Yes”, fill in the following:]

Date of pre-proposal conference:

Time:.
Address: TDCCOL, Building, 2nd Floor, Bhoi Nagar, Rupali Square,
Bhubaneswar -751022. Ph-0674-2542709. Email: support@opelip.org.

2.4 The Client will provide the following inputs, project data, reports, etc. to

facilitate the preparation of the Proposals:

“N/A” ]

4.1 Not Applicable

B. Preparation of Proposals

9.1 This RFP has been issued in the English language.

Proposals shall be submitted in English language.

All correspondence exchange shall be in English language.

10.1 The Proposal shall comprise the following:

For SIMPLIFIED TECHNICAL PROPOSAL (STP):
1st Inner Envelope with the Technical Proposal:

(1) TECH-1

(2) TECH-2

(3) TECH-3

(4) TECH-4

AND
2ndInner Envelope with the Financial Proposal

(1) FIN-1

(2) FIN-2

(3) FIN-3
Section 2. Instructions to Consultants - Data Sheet 30

10.2 Statement of Undertaking is required

No

11.1 Participation of Sub-consultants, Key Experts and Non-Key Experts in

more than one Proposal is permissible

No

12.1 Proposals must remain valid for 90days after the proposal submission

deadline:

13.1 Clarifications may be requested no later than10days prior to the
14.1.1 submission deadline.
The contact information for requesting clarifications is: TDCCOL, Building,
2nd Floor, Bhoi Nagar, Rupali Square, Bhubaneswar -751022. Ph-0674-
2542709. Email: support@opelip.org.

Shortlisted Consultants may associate with
(a) non-shortlisted consultant(s): No
Or
(b) other shortlisted Consultants: Yes

14.1.2 The minimum fee estimated for this VDCs audit is Rs.750/-(Rupees

(do not use Seven Hundred Fifty) per VDC for the FY 2019-20 and Rs.500/-
for Fixed
Budget (Rupees Five hundred) per VDC for the FY 2018-19 excluding of
method) GST. GST will be borne by project at prescribed rate. (1st year of VDC
audit i.e. 2018-19, Rs. 500 has been provisioned as funds released lately
in the said FY. So basing upon less no. of transactions made and
expenditure with records, the amount has been fixed. For 2nd year of
VDC audit, higher amount i.e. Rs.750/- has been fixed accordingly).

The minimum fee does not include other expenses (Travelling, TA, DA etc.).
The audit firms have to estimate the travel, daily sustenance costs including
accommodation and include in the financial proposal. Statements like as per
the policy of the client or other norms will not be acceptable. Financial
proposals without these costs will not be evaluated.

The minimum fee is an indicative figure however financial proposal with
Section 2. Instructions to Consultants - Data Sheet 31

14.1.3 lower than the established minimum fee will be treated as non-responsive
and the firms proposal would disqualify.

“Not applicable”.

14.1.4 and Not applicable
27.2

use for Fixed
Budget
method

15.2 The format of the Technical Proposal to be submitted is:

STP

Submission of the Technical Proposal in a wrong format may lead to the
Proposal being deemed non-responsive to the RFP requirements.

16.1 (1) a per diem allowance, including hotel, for experts for every day of

absence from the home office for the purposes of the Services;

(2) Cost of travel by the most appropriate means of transport and the most
direct practicable route;

16.2 A price adjustment provision applies to remuneration rates:

No

16.3 GST will be borne by Odisha PVTG Empowerment and

Livelihood Improvement Programme, OPELIPat prescribed

rate

16.4 The Financial Proposal shall be stated in the following currencies:

Indian Rupees

C. Submission, Opening and Evaluation
Section 2. Instructions to Consultants - Data Sheet 32

17.1 The Consultants shall not have the option of submitting their Proposals
17.4 electronically.

17.7 and The Consultant must submit:
17.9 (a) Technical Proposal: one (1) original stating the Lot Number for which
the proposal is submitted.
(b) Financial Proposal: one (1) original.

The Proposals must be submitted by Courier/Registered/Speed
Post/hand delivery no later than:
Date: 30th December 2020
Time: 3 P.M. (15:00 Hrs in 24 hr format)

The Proposal submission address is:

Programme Director,

OdishaPVTG Empowerment and Livelihood Improvement
Programme, OPELIP

TDCCOL, Building, 2nd Floor, Bhoi Nagar, Rupali Square, Bhubaneswar -
751022. Ph-0674-2542709. Email: support@opelip.org.

19.1 An online option of the opening of the Technical Proposals is offered:

No

The opening shall take place at:

Same as the Proposal Submission Address
Date &Time :30thDecember 2020, Time- 4 PM (1600 hrs in 24hrs)

19.2 Not Applicable

21.1 Not Applicable
(for FTP)
Section 2. Instructions to Consultants - Data Sheet 33

21.1 Criteria, sub-criteria, and point system for the evaluation of the Simplified
[for STP] Technical Proposals are:

Points

(i) Experience of the Consultant and specific experience to the
assignment:
Total points for criterion (i):[30 points]

(ii) Key Experts’ qualifications and competence for the Assignment:

{Notes to Consultant: each position number corresponds to the same for
Key Experts in Form TECH-6 to be prepared by the Consultant}

a) Position K-1: Audit Team Leader [30 points]

b) Position K-2:[ Senior Audit Asst-1] [20 points]

c) Position K-3:[Junior Audit Asst-2] [20 points]

Total points for criterion (ii):[70 points]

The number of points to be assigned to each of the above positions or
disciplines shall be determined considering the following three sub-criteria
and relevant percentage weights:

1) General qualifications [20%]
2)Adequacy for the assignment [60%]
3) Experience in region and language [20%]

Total points for the two criteria: 100

The minimum technical score (St) required to pass is: 75 points

Public Opening of Financial Proposals

23.4 An online option of the opening of the Financial Proposals is offered:

No

23.5 Following the completion of the evaluation of the Technical Proposals, the
Section 2. Instructions to Consultants - Data Sheet 34

Client will notify all Consultants of the location, date and time of the public
opening of Financial Proposals.

Alternatively, a notice of the public opening of Financial Proposals may be
published on the Client’s website, if available.

25.1 For the purpose of the evaluation, the Client will exclude: (a) all local

identifiable indirect taxes such as sales tax, excise tax, VAT, GST or similar

taxes levied on the contract’s invoices; and (b) all additional local indirect

tax on the remuneration of services rendered by non-resident experts in the

Client’s country. If a Contract is awarded, at Contract negotiations, all such

taxes will be discussed, finalized (using the itemized list as a guidance but

not limiting to it) and added to the Contract amount as a separate line, also

indicating which taxes shall be paid by the Consultant and which taxes are

withheld and paid by the Client on behalf of the Consultant.

26.1 Not Applicable

27.1 The lowest evaluated Financial Proposal (Fm) is given the maximum
(QCBS financial score (Sf) of 100.
only) The formula for determining the financial scores (Sf) of all other
Proposals is calculated as following:
28.1 Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest
price, and “F” the price of the proposal under consideration.
The weights given to the Technical (T) and Financial (P) Proposals are:
T = 0.8, and
P = 0.2
Proposals are ranked according to their combined technical (St) and financial
(Sf) scores using the weights (T = the weight given to the Technical
Proposal; P = the weight given to the Financial Proposal; T + P = 1) as
following: S = St x T% + Sf x P%.

D. Negotiations and Award

Expected date and address for contract negotiations:
Date:20.1.2021
Address: TDCCOL, Building, 2nd Floor, Bhoi Nagar, Rupali Square,
Section 2. Instructions to Consultants - Data Sheet 35

Bhubaneswar -751022. Ph-0674-2542709. Email: support@opelip.org.

30.1 NA

Standstill
Period

32.2 The publication of the contract award information will be done as

follows: The award of contract will be uploaded in project website

34.2 Expected date for the commencement of the Services:1st week of

February 2021

34.3 Expected date for submission of audit report :1st week of March, 2021
Section 3. Technical Proposal – Standard Forms 37

Section 3. Technical Proposal – Standard Forms

CHECKLIST OF REQUIRED FORMS

Required for FORM DESCRIPTION Page Limit
STP

STP

 TECH-1 Technical Proposal Submission Form. N.A.

TECH-2 Consultant organization profile, experience and N.A.
specific experience related to the assignment N.A.
TECH-3 Work Schedule, Organisation and staffing plan for
 Deliverables
 TECH-4 Team Composition, Key Experts Inputs, and
attached Curriculum Vitae (CV)

All pages of the original Technical and Financial Proposal shall be initialled by the same
authorized representative of the Consultant who signs the Proposal.
Section 3. Technical Proposal – Standard Forms 38

FORM TECH-1
TECHNICAL PROPOSAL SUBMISSION FORM

{Location, Date}

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting services for [Insert title of
assignment] in accordance with your Request for Proposals(RFP) dated [Insert Date] and our
Proposal. “We are hereby submitting our Proposal, which includes this Technical Proposal
and a Financial Proposal sealed in a separate envelope”

We hereby declare that:

(a) All the information and statements made in this Proposal are true and we
accept that any misinterpretation or misrepresentation contained in this
Proposal may lead to our disqualification by the Client and/or may be
sanctioned by the IFAD.

(b) Our Proposal shall be valid and remain binding upon us for the period of time
specified in the Data Sheet, ITC 12.1.

(c) We have no conflict of interest in accordance with ITC 3.

(d) We meet the eligibility requirements as stated in ITC 6, and we confirm our
understanding of our obligation to abide by the IFAD’s policy in regard to
Fraud and Corruption as per ITC 5.

(e) We, are not subject to, and not controlled by any entity or individual that is
subject to, a temporary suspension or a debarment imposed by the IFAD.
Further, we are not ineligible under the Client’s country laws or official
regulations or pursuant to a decision of the United Nations Security Council;

(f) In competing for (and, if the award is made to us, in executing) the Contract,
we undertake to observe the laws against fraud and corruption, including
bribery, in force in the country of the Client and IFAD’s Anti-corruption
Policy.

(g) Except as stated in the Data Sheet, ITC 12.7, we undertake to negotiate a
Contract on the basis of the proposed Key Experts. We accept that the
Section 3. Technical Proposal – Standard Forms 39

substitution of Key Experts for reasons other than those stated in ITC 12 and
ITC 28.4 may lead to the termination of Contract negotiations.

(h) Our Proposal is binding upon us and subject to any modifications resulting
from the Contract negotiations.

We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Services
related to the assignment no later than the date indicated in ITC 34.2 of the Data Sheet.

We understand that the Client is not bound to accept any Proposal that the Client receives.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}:
Name and Title of Signatory:
Name of Consultant (company’s name):
In the capacity of:

Address:
Contact information (phone and e-mail):
Section 3. Technical Proposal – Standard Forms 40

FORM TECH-2

A – SP’s Organization

[Provide here a brief (two pages) description of the background and organization of your

firm/entity and each associate for this assignment.]

Brief Data Sheet of CA Firm for External Audit

Sl. No. Particulars To be filled up by CA firms

1 Name of Firm

2 CAG Empanelment Number (Please attach Empanelment

Certificate as per instructions)

3 CAG Empanelment Year

4 Registration No. & Date: (Please attach Registration

Certificate)

5 Year of incorporation

6 Total number of years of Experience from the

incorporation of the Firm.

2. Financial: Provide previous three financial years turn over and net worth of the firm on the basis of the

audited accounts of the previous three financial years as follows.

Particulars Amount in Lakh (INR)

Turnover2017-18

Turnover2018-19

Turnover2019-20

Average Turnover

B - Consultant’s Experience

External Audit consultancy Assignments of Central/state Government/externally aided projects

Information of at least last 5 years

Sl. No. Name of Assignment Type of Assignment Fees Received

External Audit consultancy Assignments of Village level or block level community organizations

Information of at least last 5 years

Sl. No. Name of Assignment Type of Assignment Fees Received

Key Staff Profile
a) Total number of full time chartered accountants (partners with the firm)

Sl. No. Name of Chartered Accountant Education Total years of
(Partner) experience
b) Total number of paid chartered accountants with the firm

Sl. No. Name and position Education Total years of
experience

c) Total number of Senior Audit Assistant with the firm

Sl. No. Name and position Education Total years of
experience

d) Total number of Junior Audit Assistant with the firm

Sl. No. Name and position Education Total years of
experience

41
Section 3. Technical Proposal – Standard Forms 42

B – SP’s Experience

[Using the format below, provide information on each assignment for which your firm, and

each associate for this assignment, was legally contracted either individually as a corporate

entity or as one of the major companies within an association, for carrying out consulting

services similar to the ones requested under this assignment for the last 5 years]

Assignment name: Approx. value of the contract (INR):

Country: Duration of assignment (months):
Location within country:

Name of Client: Total No of staff-days/months of the assignment:

Address: Approx. value of the services provided by your
firm under the contract (INR):
Start date (month/year): No of professional staff-months
Completion date (month/year): provided by associated SPs:

Name of associated SPs, if any: Name of senior professional staff of your firm
Narrative description of Project: involved and functions performed (indicate most
significant profiles such as FCA/ACA):

Description of actual services provided by your staff within the assignment:

Firm’s Name: _________________________________________________________________________________
Section 3. Technical Proposal – Standard Forms 43

FORM TECH-3 DESCRIPTION OF WORK PLAN FOR PERFORMING
THE ASSIGNMENT

You are suggested to present your Technical Proposal 15 pages, inclusive of charts and
diagrams) divided into the following two chapters:

a) Work Plan, and
b) Organization and Staffing,

b) Work Plan. In this chapter you should propose the main activities of the assignment, their
content and duration, phasing and interrelations, milestones (including interim approvals by
the Client), and delivery dates of the reports. The proposed work plan should be consistent
with the technical approach and methodology, showing understanding of the TOR and ability
to translate them into a feasible working plan. A list of the final documents, including reports,
drawings, and tables to be delivered as final output, should be included here. The work plan
should be consistent with the work schedule to be submitted by the consultants.

c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
expert responsible, and proposed technical and support staff.
44 Section 4. Financial Proposal - Standard Forms

S. NO. NAME FORM TECH-4 EXPERIENCE

TEAM COMPOSITION

POSITION

CURRICULUM VITAE (CV)

Position Title and No. {e.g., K-1, TEAM LEADER}
Name of Expert: {Insert full name}
Date of Birth: {day/month/year}
Country of Citizenship/Residence

Education: {List college/university or other specialized education, giving names of
educational institutions, dates attended, degree(s)/diploma(s) obtained}
________________________________________________________________________

Employment record relevant to the assignment: {Starting with present position, list in
reverse order. Please provide dates, name of employing organization, titles of positions held,
types of activities performed and location of the assignment, and contact information of
previous clients and employing organization(s) who can be contacted for references. Past
employment that is not relevant to the assignment does not need to be included.}

Period Employing organization and Country Summary of activities
your title/position. Contact performed relevant to
[e.g., May information for references the Assignment
2005-
present] [e.g., Ministry of ……,
advisor/consultant to…

For references: Tel…………/e-
mail……; Mr. Hbbbbb, deputy
minister]
45

Membership in Professional Associations and Publications:
______________________________________________________________________

Language Skills (indicate only languages in which you can work): ______________
______________________________________________________________________Adeq
uacy for the Assignment:

Detailed Tasks Assigned on Consultant’s Reference to Prior Work/Assignments that
Team of Experts: Best Illustrates Capability to Handle the
Assigned Tasks
{List all deliverables/tasks as in TECH- 5
in which the Expert will be involved)

Expert’s contact information:(e-mail …………………., phone……………)

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience, and I am available to undertake the
assignment in case of an award. I understand that any misstatement or misrepresentation
described herein may lead to my disqualification or dismissal by the Client, and/or sanctions
by the IFAD.

Name of Expert Signature {day/month/year}
Date

Name of authorized Signature {day/month/year}
Representative of the Consultant Date
(the same who signs the Proposal)

45
46 Section 4. Financial Proposal - Standard Forms

Section 4. Financial Proposal – Standard Forms

Form FIN-1: Financial Proposal Submission Form

[Location, Date]

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting services for [Inserttitle of
assignment] in accordance with your Request for Proposal dated [Insert Date] and our
Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in
words and figures1]. This amount is exclusive of the local taxes, which shall be identified
during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before
the date indicated in Paragraph Reference 1.14 of the Data Sheet.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:

Address:

1 Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN-2.
2 If applicable, replace this paragraph with: “No commissions or gratuities have been or are to paid by us to

agents relating to this Proposal and Contract execution.”
Section 4 – Financial Proposal – Standard Forms 47

Form FIN-2: Summary of Costs

Costs

Item [Indicate
Total Costs of Financial Proposal 1 Local Currency]

.
1 Indicate the total costs, net of local taxes, to be paid by the Client in each currency. Such total costs must coincide with the sum of the relevant Subtotals

indicated in all Forms FIN-3 provided with the Proposal.

47
48 Section 4. Financial Proposal - Standard Forms

Form FIN-3: Breakdown of Costs by Activity1

Group of Activities (Phase):2 Description:3

Costs [Indicate Local Currency]

Cost component No. of experts Unit cost (per No. of VDCs Total professional
External audit fee for VDCs(2018-19) VDC) fees

External audit fee for VDCs (2019-20)

Subtotals

1 Form FIN-3 shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and payment (e.g.: the
assignment is phased, and each phase has a different payment schedule), the Internal Auditor shall fill a separate Form FIN-3 for each group of activities.
For each currency, the sum of the relevant Subtotals of all Forms FIN-3 provided must coincide with the Total Costs of Financial Proposal indicated in Form
FIN-2.

2 Names of activities (phase) should be the same as, or correspond to the ones indicated in the second column of Form TECH-8.
3 Short description of the activities whose cost breakdown is provided in this Form.
Section 3. Technical Proposal – Standard Forms 49

Form FIN-5: Breakdown of Reimbursable Expenses (Lump-Sum)

(This Form FIN-5 shall only be used when the Lump-Sum Form of Contract has been
included in the RFP. Information to be provided in this Form shall only be used to establish
payments to the Internal Auditor for possible additional services requested by the Client)

N° Description1 Unit Number Unit Cost2

Per diem allowances Day
Trip
Travel expenses

Other expenses (specify)

Total

1 Delete items that are not applicable or add other items according to Paragraph Reference 3.6 of the Data
Sheet.

2 Indicate unit cost and currency.
Section 8. Conditions of Contract and Contract Forms (Lump-Sum) 50

Section 5. Eligible Countries

In reference to ITC6.3.2, for the information of shortlisted Consultants, at the present time
firms, goods and services from the following countries are excluded from this selection:

NONE
Section 4 – Financial Proposal – Standard Forms 51

Section 6 - IFAD Policy – Corrupt and Fraudulent Practices

(Section VI shall not be modified)

1.1 IFAD's Anti-Corruption Guidelines and this annex apply with respect to
procurement under IFAD financed projects/programmes.
2.1 It is IFAD’s policy to require that Borrowers (including beneficiaries of IFAD
loans), consultants, and their agents (whether declared or not), sub-contractors, sub-
consultants, service providers, or suppliers, and any personnel thereof, observe the
highest standard of ethics during the procurement process, selection and execution
of IFAD-financed Agreements, and refrain from Fraud and Corruption. [footnote: In
this context, any action taken by a consultant or any of its personnel, or its agents, or
its sub-consultants, sub-contractors, services providers, suppliers, and/or their
employees, to influence the selection process or Agreement execution for undue
advantage is improper.].

2.2 In pursuance of this policy, the IFAD:
(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party1;

(ii) “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation2;

(iii) “collusive practices” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence improperly
the actions of another party3;

(iv) “coercive practices” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party4;

1 For the purpose of this sub-paragraph, “another party” refers to a public official acting in relation to the
selection process or Agreement execution. In this context “public official” includes IFAD staff and employees of
other organizations taking or reviewing selection decisions.

2 For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation”
relate to the selection process or Agreement execution; and the “act or omission” is intended to influence the
selection process or Agreement execution.

3 For the purpose of this sub-paragraph, “parties” refers to participants in the procurement or selection process
(including public officials) attempting either themselves, or through another person or entity not participating in
the procurement or selection process, to simulate competition or to establish prices at artificial, non-competitive
levels, or are privy to each other’s bid prices or other conditions.

51
Section 8. Conditions of Contract and Contract Forms (Lump-Sum) 52

(v) “obstructive practice” is

(a) deliberately destroying, falsifying, altering, or concealing of evidence
material to the investigation or making false statements to investigators
in order to materially impede an IFAD investigation into allegations of a
corrupt, fraudulent, coercive, or collusive practice; and/or threatening,
harassing, or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the
investigation, or

(b) acts intended to materially impede the exercise of the IFAD’s inspection
and audit rights;

(b) will reject a proposal for award if it determines that the consultant recommended
for award or any of its personnel, or its agents, or its sub-consultants, sub-
contractors, services providers, suppliers, and/or their employees, has, directly or
indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the Agreement in question;

(c) In addition to the legal remedies set out in the relevant Legal Agreement, may
take other appropriate actions, including declaring mis procurement and cancel
the portion of the Loan allocated to the project/programme, if it determines at any
time that representatives of the Borrower or of a recipient of any part of the
proceeds of the Loan were engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices during the selection process or the implementation of the
Agreement in question, without the Borrower having taken timely and appropriate
action satisfactory to the IFAD to address such practices when they occur,
including by failing to inform the IFAD in a timely manner they knew of the
practices;

(d) Pursuant to IFAD's Policy and Guidelines and in accordance with IFAD's
prevailing sanctions policies and procedures, may sanction a firm or an individual
at any time, either indefinitely or for a stated period of time: (i) to be awarded an
IFAD-financed Agreement, and (ii) to be a nominated5 sub-consultant, supplier, or
service provider of an otherwise eligible firm being awarded an IFAD-financed
contract and (iii) to receive the proceeds of any loan financed by IFAD.

(e) requires that a clause be included in bidding/request for proposals documents
and in contracts financed by an IFAD loan, requiring (i) bidders, consultants,
contractors and supplies, and their sub-contractors, sub-consultants, service

4For the purpose of this sub-paragraph, “party” refers to a participant in the selection process or Agreement
execution.

5 A nominated sub-consultant, supplier, or service provider is one which has been either (i) included by the
consultant in its proposal because it brings specific and critical experience and know-how that are accounted for
in the technical evaluation of the consultant’s proposal for the particular services; or (ii) appointed by the
Borrower.
Section 4 – Financial Proposal – Standard Forms 53

providers, suppliers, agents personnel, permit the IFAD to inspect6 all accounts,
records and other documents relating to the submission of bids and contract
performance, and to have them audited by auditors appointed by IFAD.

6Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken
by IFADor persons appointed by IFAD to address specific matters related to investigations/audits, such as evaluating the
veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is
not limited to: accessing and examining a firm's or individual's financial records and information, and making copies thereof
as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format)
deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant
individuals; performing physical inspections and site visits; and obtaining third party verification of information.

53
Section 8. Conditions of Contract and Contract Forms (Lump-Sum) 54

Section 7. Terms of Reference

Terms of Reference for engaging VDC Auditors

Project Background

I. Background and Brief description of the Project

The Odisha PVTG Empowerment and Livelihoods Improvement Programme's (OPELIP) goal
is to achieve enhanced living conditions and reduced poverty of the Particularly Vulnerable
Tribal groups (PVTG) and other poor communities. This is sought to be achieved through
realizing the development objective of enabling improved livelihoods and food and nutrition
security for a total of 62,356 households. Beneficiary households would comprise 32,090
PTGs, 13,970 other Scheduled Tribe (ST) households, 5,486 Scheduled Caste households and
10,810 others. The estimated total Programme costs for the eight-year programme is USD
130.39 million. External funding by the International Fund for Agricultural Development is
USD 51.2 million.

The Ministry of Tribal Affairs (MoTA) at the National level is the nodal agency for this
programme and the Scheduled Tribes and Scheduled Castes Development Department
(STSCDD), Government of Odisha at the state level is the Lead Programme Agency
responsible for the functions relating to planning, funds flow, monitoring and evaluation,
gender mainstreaming and knowledge management through a dedicated Project Management
Unit. A programme steering committee under the Chief Secretary will provide overall policy
guidance to the Programme.

The project has 4 main components as follows:

Component 1: Community Empowerment: This component has two sub-components: (i)
promotion of village development associations for the planning and execution of need-based
activities of the community that cover natural resources management, community-based
paralegal services, community-based health, hygiene and nutrition education and community
infrastructure; and (ii) promotion of SHGs and rural finance services to enable social
development of the SHG members through facilitating group savings and credit and through
building their capacity.

Component 2: Natural Resources Management and Livelihoods Enhancement: This
component has three sub-components: (i) NRM, (ii) Food and nutrition security and (iii)
Livelihoods improvement. This component also has facilities for vocational training for the
PTG youth and promoting PTG culture and values.

Component 3: Community Infrastructure and drudgery reduction: Interventions under
this component include inter alia: building critical social infrastructure such as schools, health
clinics, child-care centres (that are not included under any of the mainstream infrastructure
Section 4 – Financial Proposal – Standard Forms 55

development programmes), storage structures along with drying yards, threshing floors,
provision of weighing scales, household storage bins for promoting value-addition and fair
trade in villages, small market yards and aggregation centres, facilities for food and NTFP
processing units including small rice hullers, upgrading village link roads, rural water supply,
supply of smokeless wood-stoves and support to operations and maintenance of village fuel-
wood reserves.

Component 4: Programme Management: This component has three sub-components as
follows: (i) a Programme Management Unit (PMU) will be set up within the ST and SC
Development Department, Government of Odisha in Bhubaneswar, (ii) the programme will
strengthen the 17 existing MPAs with staff and facilities; and (iii) a Programme Monitoring
and Evaluation and Knowledge Management unit is housed within the PMU. The policy
initiatives aspects of the programme are part of PMU responsibilities.

Coverage and Standards for the VDC Audit:
OPELIP intervention is be implemented in all 17 Micro Project Agencies(MPAs) located in
twelve districts of Odisha namely Malkanagiri, Rayagada, Angul, Deogarh, Ganjam,
Nuapada, Keonjhar, Sundergarh, Gajapati, Kandhamal, Kalhandi and Mayurbhanj. This
covers 13 PVTGs living in some 542 villages within the MPA areas and another 477 villages
outside the MPA jurisdiction but within the 84 MPA Gram Panchayats (GPs). The table
below summarizes the district, block, MPA and No. Of VDC where OPELIP is implemented:

No District Block Name of Micro Project Agency No. Of
VDC
1 Mayurbhanj Suliapada&Moroda Lodha Development Agency, Moroda 101
81
2 Karanjia&Jashipuir Hill Khadia&Mankirdia Development Agency 50
50
3 Sundargarh Lahunipada PaudiBhuyan Development Agency, Khuntgaon 72

4 Angul Pallahara PaudiBhuyan Development Agency, Jamardihi 54
71
5 Deogarh Barkote PaudiBhuyan Development Agency, 34
89
Rugudakudar
35
6 Keonjhar Banspal Juang Development Agency, Gonasika 8
75
7 Kandhamal Tumudibandha KutiaKandha Development Agency, Belghar 32
72
8 Kalahandi Lanjigarh KutiaKandha Development Agency, Lanjigarh 48
58
9 Rayagada Bisam Cuttack DangriaKandha Development Agency, Kurli,
23
&Muniguda Chatikana

10 Kalyansingpur DangriaKhandha Development Agency, Parsali

11 Gunupur LanjiaSaora Development Agency, Puttsing

12 Gajapati Mohana Saora Development Agency, Chandragiri

13 Gumma LanjiaSaora Development Agency, Seranga

14 Ganjam Patrapur Tumba Development Agency, Tumba

15 Malkanagiri Khairaput Bonda Development Agency, Mudulipada

16 Kudumulguma Didayi Development Agency, Kudumulguma

&Khairput

17 Nuapada Komna ChuktiaBhujia Development Agency, Sunabeda

The development actions to be supported through the Programme are being identified by
the communities through a participatory planning exercise. This enables the communities

55
Section 8. Conditions of Contract and Contract Forms (Lump-Sum) 56

in identifying their need and subsequently plan for the implementation. Capacity buildings
as support to the communities are to ensure for enhancing their scope of understanding
and skill to take up various development initiatives. Through this approach the
programme adopts village approach as a vehicle for development of natural resources with
the scope to address broader issues of sustainable livelihoods including savings and credit,
access to common property resources, off-farm/non-farm activities, issues related to non-
timber forest products, and community Infrastructure.

For ease of conducting audit in a systematic manner, OPELIP has divided the total VDCs
into 5 assignment areas (Lots) as below:

i. Mayurbhanj, Keonjhar,

ii. Angul, Deogarh & Sundergarh,

iii. Nuapada, Kalahandi, Kandhamal

iv. Ganjam, Gajapati and Rayagada (Only LSDA, Putasingh)

v. Malkanagiri, Rayagada (DKDA, Chatikona & DKDA, Parsali)

Flow of funds to VDC

Flow of funds is made from MPAs to concerned VDCs upon requisition for fund. The
VDCs are independent entity and registered under Societies Registration Act, 1860.
So, the vouchers/invoices are retained by VDCs in their office. Funds for various
developmental activities are released from MPAs to the VDCs and in turn against the
utilisation made, VDCs submitting the copy of the vouchers along with Statement of
Expenditures to concerned MPA.

Objectives of VDC Audit

The objectives of the VDCs audit are to enable the auditor to express a professional opinion
on the effectiveness of the overall financial management and procurement arrangements. It
has to be ensured that the overall financial management and arrangements including the
system of internal controls as documented as per the Financial Management Manual (FMM)
& Procurement Manual (PM). It is expected that the process of audit shall be in position to
provide to project management with timely information on financial management aspects of
the project, including internal controls and compliance with financing agreements, to enable
follow-up action.

In addition, it is expected that VDCaudit should play a role in assisting management with mis-
utilization of fund, including the prevention, detection and investigation of fraud as part of
Section 4 – Financial Proposal – Standard Forms 57

“Bringing a systematic, disciplined approach to evaluate and improve the effectiveness
of risk management, control and governance processes”.

Auditor will cover all VDCs in each year. VDCs get funds from MPA in their bank account.
The fund is utilized for the activity and plan approved by the Gram Sabha.The indicative list
of activities for which funds are provided to VDCs area available at MPA offices.. The
data/information on actual activities, physical targets and funds released for each
VDCswill be provided by the concerned MPAs to the audit team. The audit will also
cover all Statement of Expenditures and documents and release of fund from MPAs to
them.VDCs audit should be carried out in accordance with the Auditing & Assurance
Standards prescribed by the Institute of Chartered Accountants of India and will include such
tests and controls, as the auditor considers necessary under the circumstances.

In conducting the audit, special attention should be paid to assessing whether adequate
controls have been established and complied with to ensure that:

i. All funds have been used in accordance with the conditions of the relevant legal
agreements and only for the purposes for which the financing was provided. Relevant
legal agreement includes the agreement and contracts with VDCs.

ii. Expenditures are incurred as per the approved MPA
iii. The procurement procedure adopted for civil works, goods and livestock should be

reviewed by the VDCs auditors and it should be ensured that correct procedures as per
the community procurement guidelines included in the legal agreement or otherwise
communicated to these entities by PMU.
iv. It should be ensured that the records of all procurement, agreements, work/purchase
orders, invoices, receipts, stock registers etc. are properly maintained, duly linked and
retained including expenditures reported.
v. The auditor should ensure all funds received by VDCs have been used with due
attention to economy, efficiency and effectiveness, and only for the purposes for
which the financing was provided;
vi. The auditor should ensure that all necessary supporting documents, records, have been
separately filed in respect of all activities and that clear linkages exist between the
supporting documents, accounting books and records.
vii. The VDCs auditor should ensure that the adequate records are maintained regarding
the assets created and assets acquired by the VDCs, including description, details of
cost, identification and location of assets.
viii. Review the cash transactions and identify measures for risk mitigation.

Data, services and facilities to be provided by VDCs

All the documentsand relevant papers needed for Audit will be provided by the VDCs.
However, the audit team is required to prepare the financial statement from the accounts and
provide observations.The auditor would be given access to all documents, correspondence,
and any other information relating to the VDCs and deemed necessary by the auditor for
carrying out audit. The audit team will get all the record at FNGOs Block Office for which
they are appointed and will supported by FNGO staffs.

57
Section 8. Conditions of Contract and Contract Forms (Lump-Sum) 58

Final Output & Reporting

The Auditor will provide the following reports of VDCs for each of the year of audit
separately 3 copies one for VDC, one for concerned MPA and another to PMU:

1. Financial Statements of VDCs (Receipts and Payments and Balance Sheet and notes
to Financial Statements including Schedules, if necessary

2. Audit Observations of each of the VDCs for the years of audit and recommendations.
A suggested template is Annexure ‘A’

3. Consolidated Audit Report for the assignment with recommendations for the Project
for taking appropriate and timely action.

Period of VDC Audit

The assignment should be completed within 45 days from the date of signing of the contract.

KEY PERSONNEL

The list of key personnel’s required for this assignments;

Sl. No Key Description of Experience No. of persons
1
Professionals Services to be
1
provided

1 Audit Team Responsibility to Qualified Chartered

Leader lead the audit Accountants with at least

teams in the field, 10years post qualification

planning and experience with ability to

execution of the lead the team. Should

audits, discussion have experience of audit

with office bearers of atleast 10 Village level

of the VDC, community organizations.

consolidation/comp

ilation, reporting

and de-briefing to

the Programme

Director.

2 Senior Audit Vouching and Qualified CA/ICWA with

Asst. (1No.) verification of 3 years of post

books of accounts, qualification experience

and other tasks in Accounting, audit and

report writing. Each of

the member should have

knowledge of the

functioning of village

level community

organizations
Section 4 – Financial Proposal – Standard Forms 59

3 Junior Audit Qualified CA/ICWA 2

Asst. (2 Nos.) (Inter) with 3 years of

post qualification

experience in

Accounting, audit and

report writing. Each of

the member should have

knowledge of the

functioning of village

level community

organizations

Annexure –‘A’

Part A: Serious Observations
In this part, give details of serious audit observations such as ineligible expenses, major
lapses in internal controls, systemic weaknesses, procurement procedures not followed etc.

Part B: Other Observations
Observations that are not serious in nature, but nonetheless require the attention of the
Project should be detailed in this part.
The Observation should also mention the best practices and how the error can be minimized
at every level.

Part C: Executive Summary to the project and Suggestions/Recommendations
Provide an Executive Summary of the observations in Part A and B along with
suggestions/recommendations. Only those observations that are dealt with in either Part A or
Part B should be included in this section. Provide specific recommendations on systemic
weaknesses.

Part D: Matters Requiring Immediate Attention

1. Matter requiring Immediate Attention
Auditor should point out the serious issue like cash defalcation, payment made without

any approval and beyond the limit of devolution of powers, blank cheque signed, and any
other matter which auditor deemed serious in nature.
2. Books of Account

Under this, Auditor should verify all the books of account maintained by the VDC,
identify the discrepancies in the books of accounts and also suggest their improvement.
3. Internal Control System

Under this Para, auditor should report on discrepancies of current internal control
system and suggest remedial measures.
4. Procurement Procedures

Under this paragraph auditor should report on procurement process which deviate
from procurement guidelines.

59
Section 8. Conditions of Contract and Contract Forms (Lump-Sum) 60

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