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

Jharkhand Tribal Development Society, Ranchi, Jharkhand
January, 15th 2020
                 Jharkhand Tribal Development Society
      Dr. Ram Dayal Munda Tribal Welfare Research Institute Campus,
               Tagore Hill Road, Morabadi, Ranchi ­ 834008
                Phone & Fax No. : 0651-2552088, E-mail: spd.jtds@gmail.com



                                   Advt. No.016/2019-20

  Request for Proposal (RFP) from experienced Chartered Accountant Firms/ LLPs for

                                        Internal Audit

Jharkhand Tribal Development Society or JTDS (hereinafter called "Society") through The
Government of Jharkhand has received financing from the International Fund for Agricultural
Development (IFAD) (hereinafter called "loan") towards implementing Jharkhand Tribal
Empowerment and Livelihoods Project (JTELP) in selected villages of Jharkhand State. The
Society intends to Internal Audit under the contract for which this Request for Proposal (RFP) is
being issued. JTDS being Implementing Agency has established a State Project Management
Unit (SPMU) at Ranchi and District Offices at 14 tribal sub-plan districts of Jharkhand State.

JTDS invites Proposal (RFP) from experienced Chartered Accountants Firms/LLPs for Internal
Audit for the F.Y. 2020-21. Terms of Reference (ToR) and Request for Proposal (RFP) of this
assignment will be available from 12/01/2020 in the website www.jtdsjharkhand.org

Selection of the Firms/LLPs will be done in accordance with the IFAD Procurement Guidelines.
The minimum fee for the audit is mentioned in the RFP. The Firm/LLPs who quote less than
minimum fee will become automatically disqualified from this process. Interested Firms/LLPs
are requested to submit their RFP through Registered Post/Speed Post/ Courier/ by hand as given
in the latest by 01.00 PM on 11/02/2020 at the following address.

                             The State Project Director,
                        Jharkhand Tribal Development Society,
             Dr. Ramdayal Munda Tribal Welfare Research Institute Campus,
                     Tagore Hill Road, Morabadi, Ranchi ­ 834008


                                                                                           Sd/-
                                                                         State Project Director
                  Request for Proposals




STANDARD PROCUREMENT
      DOCUMENT




 Request for Proposals
  Consulting Services
                                                                                             iii



                     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.
SPD Summary                                                                                   iv




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:
Internal Auditor for Internal Audit of Jharkhand
  Tribal Empowerment and Livelihood Project
           (JTELP) for F.Y. 2020-21

RFP No: 4
Consulting Services for:
Internal Audit of Jharkhand Tribal Empowerment and Livelihood Project
(JTELP) for F.Y. 2020-21
Client: Jharkhand Tribal Development Society or JTDS
Country: India
Issued on: 10.01.2020
                                                                                                                                            1



                                            TABLE OF CONTENTS

PART I .......................................................................................................................................3
Section 1. Request for Proposal Letter ......................................................................................3
Section 2. Instructions to Consultants and Data Sheet ..............................................................6
A. General Provisions ...............................................................................................................6
   1. Definitions......................................................................................................................6
   2. Introduction ....................................................................................................................8
   3. Conflict of Interest .........................................................................................................9
   4. Unfair Competitive Advantage ....................................................................................10
   5. Fraud and Corruption ...................................................................................................10
   6. Eligibility .....................................................................................................................10
B. Preparation of Proposals.....................................................................................................12
   7. General Considerations ................................................................................................12
   8. Cost of Preparation of Proposal ...................................................................................12
   9. Language ......................................................................................................................12
   10. Documents Comprising the Proposal...........................................................................12
   11. Only One Proposal .......................................................................................................13
   12. Proposal Validity .........................................................................................................13
   13. Clarification and Amendment of RFP .........................................................................14
   14. Preparation of Proposals Specific Considerations .......................................................15
   15. Technical Proposal Format and Content ......................................................................15
   16. Financial Proposal ........................................................................................................16
C. Submission, Opening and Evaluation ................................................................................16
   17. Submission, Sealing, and Marking of Proposals .........................................................16
   18. Confidentiality .............................................................................................................18
   19. Opening of Technical Proposals ..................................................................................18
   20. Proposals Evaluation ....................................................................................................19
   21. Evaluation of Technical Proposals...............................................................................19
   22. Financial Proposals for QBS ........................................................................................19
   23. Public Opening of Financial Proposals (for QCBS, FBS, and LCS methods) ............20
   24. Correction of Errors .....................................................................................................21
   25. Taxes ............................................................................................................................22
   26. Conversion to Single Currency ....................................................................................22
       27. Combined Quality and Cost Evaluation ............................................................ 22
D. Negotiations and Award......................................................................................................23
           28.      Negotiations ....................................................................................................... 23
           29.      Conclusion of Negotiations................................................................................ 24
           30.      Standstill Period ................................................................................................. 24
           31.      Notice of Intention to Award ............................................................................. 24
           32.      Notification of Award ........................................................................................ 25
           33.      Debriefing by the Client..................................................................................... 26
           34.      Award of Contract.............................................................................................. 26
                                                                                                                                         2


E. Data Sheet ............................................................................................................................27
Section 3. Technical Proposal ­ Standard Forms ...................................................................34
   1.           Checklist of Required Forms ................................................................................ 34
   2.           Form TECH-1 ....................................................................................................... 35
   3.           Form TECH-5 ....................................................................................................... 37
Section 4.      Financial Proposal ­ Standard Forms ....................................................................40
Section 5. Eligible Countries ..................................................................................................44
Section 6 - IFAD Policy ­ Corrupt and Fraudulent Practices ..................................................45
Section 7. Terms of Reference ................................................................................................47
Section 2. Instructions to Consultants (ITC)                                                3




                                               PART I
                          Section1. Request for Proposal Letter
                                 Consulting Services
Name of Assignment: Internal Audit of Jharkhand Tribal Empowerment
and Livelihood Project (JTELP) for the F.Y. 2020-21.

RFP Reference No.:4
Loan No. : 0879IN
Country: India
Date: 10.01.2020
Dear Mr. /Ms.:

1. The Jharkhand Tribal Development Society or JTDS (hereinafter called "Society")
   through The Government of Jharkhand has received financing from the International Fund
   for Agricultural Development (IFAD) in the form of a ["loan"] (hereinafter called ["loan"]
   toward the cost of Jharkhand Tribal Empowerment and Livelihood Project (JTELP) in
   selected villages of Jharkhand State.. The Jharkhand Tribal Development Society or JTDS
   (hereinafter called "Society"), an implementing agency of the Government of Jharkhand,
   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 Jharkhand Tribal Development Society or JTDS 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. No party other than the Jharkhand Tribal Development Society or
   JTDS shall derive any rights from the loan/financing agreement or have any claims to the
   proceeds of the loan.
       i.    The Client now invites proposals to provide the following consulting services
             (hereinafter called "Services"): Internal Audit of Jharkhand Tribal Empowerment
             and Livelihood Project (JTELP) for Financial Year 2020-21. Internal Audit of
             Jharkhand Tribal Empowerment and Livelihood Project (JTELP) will be allotted
             to one applicant/ CA Firm for all 14 (fourteen) DPMU (District Office) as well as
             SPMU (Head Office). SPMU (Head Office) at Ranchi and 14 DPMU at Dumka,
             Jamtara, Pakur, SimdegaEast Singhbhum, Godda, Sahebganj,West Singhbhum,
             Gumla, Latehar, Lohardaga, Khunti, Ranchi and Saraikela-Kharsawan
Section 2. Instructions to Consultants (ITC)                                                 4


More details on the Services are provided in the Terms of Reference (Section 7).
2. This Request for Proposals (RFP) has been addressed to the following shortlisted
   Consultants:
         [N. A.]
3. It is not permissible to transfer this RFP to any other firm.
4. 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
5. The eligibility criteria are as follows:
         1. The Firm should be registered with ICAI (Attach Copy of Registration certificate).
         2. The Firm should have minimum Five Years of experience in audit work.
         3. The Firm should have last three years annual turnover of minimum of
            Rs.10,00,000/- (Rupees Ten Lacs) supported by Financial statements (Copies of
            last 3 years financial statements to be attached).
         4. The Firm should be empanelled with CAG in financial year covered under audit
            i.e. for the period 2019-20 (Copy of the empanelment letter from the office of
            CAG to be attached).
         5. The firm should have registration with tax authorities (Copy of GST registration to
            be attached)
         6. The Firm should have minimum 10 external/internal audit assignments in the
            category of major audit (Copies of engagement letters for the assignment to be
            attached).
         7. Supporting Documents for Eligibility Criteria: The firm must submit required
            supporting documents to establish the minimum eligibility criteria. All the
            documents provided/ enclosed must be signed and stamped/ sealed by the partner/
            proprietor of the CA Firm authorized to submit the proposal.
         8. The firm or any partners of the firm should not be black listed by any PSU's or
            Govt. Co. or any other organisation in respect of any assignment or behaviour.
            Any partner/qualified employee of the firm whose name is included in the First or
            Second Schedule of the Chartered Accountants Act. 1949 will not be considered in
            the evaluation and the firm will provide and undertaking that such partner/
            employee will not be involved in the audit, directly or indirectly (Separate signed
            undertaking to be attached)

    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 2. Instructions to Consultants (ITC)                                              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)
6. Details on the proposal's submission date, time and address are provided in ITC 17.7 and
   ITC 17.9.


Yours sincerely,

For Jharkhand Tribal Development Society
Bhujendra Baski, JAS
State Project Director
Dr. Ramdayal Munda Tribal Welfare Research Institute Campus
Tagore Hill Road, Morabadi, Ranchi - 834008
Telephone & Fax ­ 0651-2552088
Email ­ spd.jtds@gmail.com
Section 2. Instructions to Consultants (ITC)                                                                 6



           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
                                         agreement with the IFAD.
                                     (f) "Client" means the implementing agency that 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)                                                          7


                                          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) mean 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)                                                        8


                                          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 the basis 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 responsible to
                                         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. Introduction               2.1 The Client named in the Data Sheet intends 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)                                                         9


                                     required for the preparation of the Consultant's Proposal
                                     as specified in the Data Sheet.
3. Conflict of                3.1 The Consultantis required to provide professional,
   Interest                       objective, and impartial advice, at all times holding the
                                  Client's interests paramount, strictly avoiding conflicts
                                  with other assignments or its own corporate interests, and
                                  acting without any consideration for future work.
                              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:
    a. Conflicting                  (i)    Conflict between consulting activities and
    Activities                             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.
    b. Conflicting                  (ii)   Conflict among consulting assignments: a Consultant
    Assignments                            (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.
    c. Conflicting                  (iii) Relationship with the Client's staff: a Consultant
    Relationships                         (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)                                                        10


                                           indirectly involved in any part of (i) the preparation
                                           of the Terms of Reference for the assignment, (ii) the
                                           selection process for the Contract, or (iii) the
                                           supervision of the Contract, may not be awarded a
                                           Contract, unless the conflict stemming from this
                                           relationship has been resolved in a manner acceptable
                                           to the IFAD throughout the selection process and the
                                           execution of the Contract.
4. Unfair                     4.1 Fairness and transparency in the selection process require
   Competitive                    that the Consultants or their Affiliates competing for a
   Advantage                      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. Fraud and                  5.1 The IFAD requires compliance with the IFAD's Anti-
   Corruption                     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. Eligibility                 6.1 The IFAD permits consultants (individuals and firms,
                                   including Joint Ventures and their individual members)
                                   from all countries to offer consulting services for IFAD-
                                   financed projects.


                              6.2 Furthermore, it is the Consultant's responsibility to ensure
                                  that its Experts, 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)                                                        11


                                   above:
    a. Sanctions                   6.3.1 A Consultant that has been sanctioned by the IFAD,
                                         pursuant to the IFAD's Anti-Corruption Guidelines
                                         and in accordance with its prevailing sanctions
                                         policies and procedures as set forth in the WBG's
                                         Sanctions Framework as described in Section VI,
                                         Fraud and Corruption, paragraph 2.2 d. shall be
                                         ineligible to be shortlisted for, submit proposals for,
                                         or be awarded a IFAD-financed contract or benefit
                                         from a IFAD-financed contract, financially or
                                         otherwise, during such period of time as the IFAD
                                         shall have determined.
    b. Prohibitions                6.3.2 Firms and individuals of a country or goods
                                         manufactured in a country may be ineligible if so
                                         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.
    c. Restrictions for            6.3.3 State-owned enterprises or institutions in the
    State-Owned                          Borrower's country may be eligible to compete and
    Enterprises                          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.
    d. Restrictions for            6.3.4 Government officials and civil servants of the
    Public Employees                     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)                                                            12


                                                     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.


                                B. Preparation of Proposals
7. General                    7.1 In preparing the Proposal, the Consultant is expected to
   Considerations                 examine the RFP in detail. Material deficiencies in
                                  providing the information requested in the RFP may result
                                  in rejection of the Proposal.
8. Cost of                    8.1 The Consultant shall bear all costs associated with the
   Preparation of                 preparation and submission of its Proposal, and the Client
   Proposal                       shall not be responsible or liable for those costs, regardless
                                  of the conduct or outcome of the selection process. The
                                  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. Language                   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. Documents                 10.1 The Proposal shall comprise the documents and forms
    Comprising the                 listed in the Data Sheet.
    Proposal
                              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)                                                      13


                                      and, if awarded, Contract execution, as requested in the
                                      Financial Proposal submission form (Section 4).
11. Only One                   11.1 The Consultant (including the individual members of any
    Proposal                        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 any Joint Venture
                                    member, submits or participates in more than one
                                    proposal, all such proposals shall be disqualified and
                                    rejected. This does not, however, preclude a Sub-
                                    consultant, or the Consultant's staff from participating as
                                    Key Experts and Non-Key Experts in more than one
                                    Proposal when circumstances justify and if stated in the
                                    Data Sheet.
12. Proposal Validity         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)                                                       14


    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 modifications to the
Section 2. Instructions to Consultants (ITC)                                                        15


                                      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 as Sub-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)                                                          16


                                     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 so stated 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 its Services 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)                                                      17


                                     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)                                                      18


                              17.7 The sealed envelopes containing the Technical and
                                   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. Confidentiality           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. Opening of                19.1 The Client's evaluation committee shall conduct the
Section 2. Instructions to Consultants (ITC)                                                       19


    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
                                     offered in the Data Sheet). The opening date, time and the
                                     address are stated in the Data Sheet. The envelopes with
                                     the Financial Proposal shall remain sealed and shall be
                                     securely stored with a reputable public auditor or
                                     independent authority until they are opened in accordance
                                     with ITC 23.
                              19.2 At the opening of the Technical Proposals the following
                                   shall be read out: (i) the name and the country of the
                                   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. Proposals                 20.1 Subject to provision of ITC 15.1, the evaluators of the
    Evaluation                     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. Evaluation of             21.1 The Client's evaluation committee shall evaluate the
    Technical                      Technical Proposals on the basis of their responsiveness to
    Proposals                      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. Financial                 22.1 Following the ranking of the Technical Proposals, when
    Proposals for                 the selection is based on quality only (QBS), the top-ranked
    QBS                           Consultant is invited to negotiate the Contract.
                              22.2If Financial Proposals were invited together with the
Section 2. Instructions to Consultants (ITC)                                                         20


                                     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)                                                        21


                                               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 opened publicly 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)                                                        22


                                               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)                                                          23


                                      indicated in the RFP, and invite such Consultant to
                                      negotiate the Contract.
    c. Least-Cost             27.4 In the case of Least-Cost Selection (LCS), the Client will
    Selection                      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)                                                        24


                                   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
                                   no objection, 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 Proposal is
                                   submitted, the Standstill Period shall not apply.
    31. Notice of             31.1 When a Standstill Period applies, it shall commence when
        Intention to               the Client 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)                                                          25


                                   minimum, the following information:
                                     (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. Notification          32.1 Prior to the expiration of the Proposal Validity Period and
        of Award                   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)                                                        26


                                   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 3. Technical Proposal ­ Standard Forms                                                27




                           Section 2. Instructions to Consultants

                                            E. Data Sheet


ITC
Reference                                          A. General

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


2.1               Name of the Client: The Jharkhand Tribal Development Society or
                      JTDS
                  Method of selection: Quality and Cost Based Selection (QCBS) as per
                  the Applicable Regulations.


2.2               Financial Proposal to be submitted together with Technical Proposal:
                  Yes
                  The name of the assignment is: Internal Audit of Jharkhand Tribal
                  Development Society (JTDS) for F.Y. 2020-21.
                  The assignment of Internal Audit of Jharkhand Tribal Empowerment and
                  Livelihood Project (JTELP) will be allotted to one applicant/ CA Firm for
                  all 14 (fourteen) DPMU (District Office) as well as SPMU (Head Office).
                  SPMU (Head Office) at Ranchi and 14 DPMUs at Dumka, Jamtara, Pakur,
                  Simdega East Singhbhum, Godda, Sahebganj, West Singhbhum, Gumla,
                  Latehar, Lohardaga, Khunti, Ranchi and Saraikela-Kharsawan.


2.3               A pre-proposal conference will be held: Yes
                  [If "Yes", fill in the following:]
                  Date of pre-proposal conference: 20.01.2020
                  Time: 3 P.M. (15:00 Hrs in 24 hr format)
                  Address: Jharkhand Tribal Development Society (SPMU), Dr. Ram
                  Dayal Munda Tribal Research Institute Campus, Morabadi, Ranchi -
                  834008
                  Telephone: 0651-2552088 Facsimile: 0651-2552088
                  E-mail: spd.jtds@gmail.com
                  Contact person/conference coordinator:[Mr. Pankaj Kumar Singh (Contact
Section 3. Technical Proposal ­ Standard Forms                                              28



                  No. 0651-2552088)]


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-5
                       (3) TECH-6
                       AND
                          2ndInner Envelope with the Financial Proposal
                       (1) FIN-1
                       (2) FIN-2
                       (3) FIN-3
                       (4) FIN-5


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
Section 3. Technical Proposal ­ Standard Forms                                               29



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


13.1              Clarifications may be requested no later than10 days prior to the
                  submission deadline.
                  The contact information for requesting clarifications is: State Project
                  Director, Jharkhand Tribal Development Society, Dr. Ram Dayal
                  Munda Tribal Welfare Research Institute Campus, Tagore Hill Road,
                  Morabadi, Ranchi ­ 834008, Phone + Fax No. : 0651-2552088, E-mail:
                  spd.jtds@gmail.com



14.1.1            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 internal audit is Rs.4,50,000/-(Rupees
                  Four Lakh Fifty Thousand only)excluding of GST. GST will be borne by
(do not use
                  project at prescribed rate. The minimum fee does not include other expenses
for Fixed
                  (Travelling, TA, DA etc.).
Budget
method)           FIN 5 form to be completed for the reimbursable cost of travel,
                  accommodation and food allowance. If this is not filled, the financial
                  proposal will be considered as non-responsive and rejected.
                  The minimum fee is an indicative figure however financial proposal with
                  lower than the established minimum fee will be treated as non-responsive
                  and the firms proposal would disqualify.


14.1.3            "Not applicable".



14.1.4 and        Not applicable
27.2
use for Fixed
Budget
method
Section 3. Technical Proposal ­ Standard Forms                                               30



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 Jharkhand Tribal Empowerment and Livelihood
                  Project (JTELP) at prescribed rate


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


                    C. Submission, Opening and Evaluation

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


17.4              The Consultant must submit:
                  (a) Technical Proposal: one (1) original and 2 copies;
                  (b) Financial Proposal: one (1) original.


17.7 and          The Proposals must be submitted no later than:
17.9              Date:11.02.2020
                  Time: 1P.M. (13:00 Hrs in 24 hr format)


                  The Proposal submission address is:
                  State Project Director,
                  Jharkhand Tribal Development Society, Dr. Ram Dayal Munda Tribal
Section 3. Technical Proposal ­ Standard Forms                                                      31



                  Welfare Research Institute Campus, Tagore Hill Road, Morabadi,
                  Ranchi ­ 834008.
                  Phone + Fax No. : 0651-2552088.
                  E-mail: spd.jtds@gmail.com


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: 11.02.2020
                  Time: 3 P.M. (15:00 Hrs in 24 hr format)


19.2              Not Applicable


21.1              Not Applicable
(for FTP)


21.1              Criteria, sub-criteria, and point system for the evaluation of the Simplified
                  Technical Proposals are:
[for STP]
                                                                                         Points
                  (i) Adequacy and quality of the proposed work plan and organisation
                      and staffing:
                                                      Total points for criterion (i): [20 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 Manager]                             [10 points]
                       b) Position K-2: [Audit Team Leader-1]                       [20 points]
                       b) Position K-3: [Audit Team Leader-2]                       [20 points]
                       b) Position K-4:[ Senior Audit Asst-1]                       [10 points]
                       c) Position K-5:[Senior Audit Asst-2]                        [10 points]
                       b) Position K-6:[Junior Audit Asst-1]                          [5 points]
                       b) Position K-7:[Junior Audit Asst-2]                          [5 points]
Section 3. Technical Proposal ­ Standard Forms                                                        32




                                                       Total points for criterion (ii): [80 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
                  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
Section 3. Technical Proposal ­ Standard Forms                                                 33



(QCBS             financial score (Sf) of 100.
only)             The formula for determining the financial scores (Sf) of all other
                  Proposals is calculated as following:
                  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

28.1              Expected date and address for contract negotiations:
                  Date: Will inform later
                  Address:Jharkhand Tribal Development Society, Dr. Ram Dayal Munda
                  Tribal Welfare Research Institute Campus, Tagore Hill Road,
                  Morabadi, Ranchi ­ 834008


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:
                  Date:10.07.2020 at: 11 A.M
Section 3. Technical Proposal ­ Standard Forms                                                    34



              Section 3. Technical Proposal ­ Standard Forms

                                  CHECKLIST OF REQUIRED FORMS

Required for                                                                         Page Limit
   STP             FORM                          DESCRIPTION
    
       STP
                 TECH-1         Technical Proposal Submission Form.                 N.A.
                 TECH-5         Work Schedule, Organisation and staffing plan for   N.A.
          
                                Deliverables
                 TECH-6         Team Composition, Key Experts Inputs, and           N.A.
          
                                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                                              35


                                           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.]

        (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
                 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.
Section 3. Technical Proposal ­ Standard Forms                                                36




        (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                                                37




  FORM TECH-5 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.
Section 4. Financial Proposal - Standard Forms                                              38


                                       FORM TECH-6
                                 TEAM COMPOSITION (TEAM-1)
  S. NO.                  NAME                            POSITION          EXPERIENCE




                                 TEAM COMPOSITION (TEAM-2)
  S. NO.                  NAME                            POSITION          EXPERIENCE




                                 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
               information for references                                the Assignment
[e.g., May     [e.g., Ministry of ......,
2005-          advisor/consultant to...
present]
               For references: Tel............/e-
               mail......; Mr. Hbbbbb, deputy
                                                                                                 39


                 minister]




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.

                                                                              {day/month/year}

Name of Expert                                 Signature                                     Date



                                                                              {day/month/year}

Name of authorized                             Signature                                     Date
Representative of the Consultant
(the same who signs the Proposal)
Section 4. Financial Proposal - Standard Forms                                                                  40



                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                                                                 41




                                                      Form FIN-2: Summary of Costs



                                                                                                            Costs
                            Item                                                                                                               [Indicate
                                                                                                                                            Local Currency]

    Total Costs of Financial Proposal 1


.
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.
Section 4. Financial Proposal - Standard Forms                                                             42



                                        Form FIN-3: Breakdown of Costs by Activity1



    Group of Activities (Phase):2                          Description:3




                                                                                       Costs [Indicate Local Currency]
                    Cost component
                                                                                       Unit cost (per                                Total professional
                                                              No. of experts                                    No. of days                 fees
                                                                                           day)
    Remuneration (Audit Manager)
    Remuneration (Audit Team Leader)
    Remuneration (Audit Team Leader)
    Remuneration (Sr. Audit Assistant)
    Remuneration (Sr. Audit Assistant)
    Remuneration (Jr. Audit Assistant)
    Remuneration (Jr. Audit Assistant)
    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                                                               43



     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

      travel expenses                                 Trip




      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)                           44



                             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                                                                  45



     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;

    (v)    "obstructive practice" is

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.
4
 For the purpose of this sub-paragraph, "party" refers to a participant in the selection process or Agreement
execution.
Section 8. Conditions of Contract and Contract Forms (Lump-Sum)                                                               46


             (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 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.


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.
6
 Inspections 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.
Section 4 ­ Financial Proposal ­ Standard Forms                                              47



                             Section 7. Terms of Reference
Terms of Reference for the Internal Auditor

Background of the project:

The Jharkhand Tribal Development Society (JTDS) is an autonomous agency, registered
under the Societies Registration Act and has its own bye-laws and financial rules. It is
accountable to its General Council and Board of Directors (BOD). The BOD is chaired by the
Secretary, Welfare Department. The JTDS is implementing the Jharkhand Tribal
Empowerment and Livelihoods Project (JTELP). The overall goal of JTELP is to improve the
living conditions of tribal people in general and Primitive Tribal Groups (PTG) in particular.
This is sought to be achieved by "organising and enabling the communities to adopt
sustainable and productive natural resource management regimes, adopt market-oriented
production systems and learn the skills and gain the experience of planning and implementing
development plans relevant to their villages".

Work Area: The implementation of the JTELP has been done through fifteen offices; namely
one state office called State Project Management Unit (SPMU) situated at the state capital
Ranchi and fourteen district offices called District Project Management Units (DPMUs)
situated at Sahibganj, Godda, Pakur, Dumka, Jamtara, East Singhbhum, West Singhbhum,
Saraikela-Kharsawan, Ranchi, Khunti, Lohardaga, Latehar, Gumla and Simdega districts of
Jharkhand. The ground level implementation is being done through Gram Sabha Project
Implementation Committees (GSPECs) formed in approx1781 villages. The Project outreach
is about 215,000 families in about 1,781 villages in 32 Blocks (sub-districts) in the 14 Tribal
Sub-Plan districts.

Objectives of Internal Audit

The objectives of the internal 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 internal audit should play a role in assisting management with
mis-utilization of fund, including the prevention, detection and investigation of fraud as part
of "Bringing a systematic, disciplined approach to evaluate and improve the
effectiveness of risk management, control and governance processes".

Coverage and Standards for the Internal Audit :
The Audit will cover 14 districts of JTELP and14 districts where SCA to TSP/CCD funds are
provided. Internal Auditor will also cover 25% of GSPECs in each of the Quarter and at least
10% of the GSPECs in subsequent 3 quarters. GSPECs will be selected mutually. The audit
Section 8. Conditions of Contract and Contract Forms (Lump-Sum)                                 48


will also cover all Statement of Expenditures and progress reports submitted by the NGOs and
release of management fee to them as per the prescribed guidelines. Internal 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 Financing Agreement, the Project Agreement and the
       agreement and contracts with GSPECs and NGOs.
  ii. The monthly expenditure Statement submitted by the districts indicating the approved
       budget provision and expenditure during the month, cumulative expenditure against
       the activity / sub-activity during the year should be reviewed in the internal audit.
 iii.   The procurement procedure adopted for civil works, goods and consultancy services
        should be reviewed by the internal auditors and it should be ensured that correct
        procedures as per the IFAD procurement guidelines and Procurement Handbook have
        been followed, for each procurement or as per the community procurement guidelines
        included in the PIM.
 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. The auditor should also review contract
        management and whether business standards for payment to contractors are being
        adhered to.
  v.    The project accounts have been prepared in accordance with consistently applied
        accounting standards and as per the Chart of accounts of the project.
 vi.    The auditor should ensure the efficiency and timeliness of the funds flow mechanism
        at the State and District level and whether there are delays and which could impact the
        timely implementation of project. The auditor should also identify and report the
        reasons for such delays and possible remedial measures.
vii.    The auditor should ensure all funds received under the project have been used with
        due attention to economy, efficiency and effectiveness, and only for the purposes for
        which the financing was provided;
viii.   The auditor should ensure that all necessary supporting documents, records, have been
        separately filed in respect of all project activities and that clear linkages exist between
        the supporting documents, accounting books and records and the periodic financial
        reports from the respective spending units.

 ix.    The internal auditor should ensure that the adequate records are maintained regarding
        the assets created and assets acquired by the project, including description, details of
        cost, identification and location of assets. The internal auditor should carry out
        physical verification of a sample of assets created out of the project and comment on
        its utilization.
  x.    Whether the accounting for the advances to GSPECs and concern units are properly
        recorded in the accounting books; whether systems are in place for monitoring the
Section 4 ­ Financial Proposal ­ Standard Forms                                             49


        receipt of periodic financial reports & follow up on overdue reports are adequate.
        Exceptions should be identified and reported.
 xi.    Bank reconciliations have been carried out on a monthly basis.
xii.    While conducting internal audit in a subsequent phase the auditor will ensure that the
        compliance report on previous audit observations pointed out in the reports relating to
        earlier audit is made and corrective actions taken on those points are furnished in the
        Audit Report of the subsequent phase.
xiii.   Routine errors of omission or commission noted during the course of internal audit
        may be rectified on the spot.
xiv.    The auditor should ensure that Mission assets exist; adequate records are maintained
        and assets are adequately safeguarded and are actually used for their intended
        purposes.

In conducting the audit of DPMUs, special attention should be paid to assessing whether
adequate controls have been established and complied in respect to following:
    Risk assessment report is to be prepared by the auditor in the first Quarterly report:
Identifying what are the risks in the project. Assessment of risk (High, Medium, Low). Ensure
that there is an appropriate response to all risks.
    Informing the PMU about the risks which are outside acceptable limits, usually those
which are to be tolerated or taken for the potential risk.
    Efficiency and timeliness of the funds flow mechanism at the DPMUs and to the
Community Institutions. (Through compilation and consolidation of report up to GSPEC
level.)
    Whether the fund/ tranche released to the Community Institutions are properly
recommended by the officer in DPMU and approved by the District Project Managers having
the necessary authority, and the conditions for tranche release have been complied and are in
line with the project guidelines. Whether milestones have been reached before release of fund
to CBOs.
    Whether the DPMU is accounting for the tranche release properly in the subsidiary
records and is monitoring the receipt of periodic reports and utilization certificates from the
CBOs & systems to follow up on overdue reports are adequate. Quantify (number and
amount) of the funds transferred to the Community Institutions for which the reports and/or
UCs are overdue.
    The reports and other documents submitted by CBOs to the DPMU, form the basis of
providing funds by the Project, provide clear linkages with the books/records and reflect the
correct position.
    The auditor or his representative shall be required to put the certificate with date on all
manual records and books of accounts of being verified. Any record not found to have the
stamp shall be considered as not verified and deficiency in audit on the part of auditor.
    Auditor will verify the no. of CBOs to whom fund transferred during the quarter and no.
of CBOs reported in IUFR.

Data, services and facilities to be provided by JTELP
       a) All the project documents, copy of agreements and relevant papers needed for
           Audit will be provided by the SPMU. The auditor would be given access to all
 Section 8. Conditions of Contract and Contract Forms (Lump-Sum)                              50


            documents, correspondence, and any other information relating to the project and
            deemed necessary by the auditor for carrying out audit.
         b) The auditor would be provided copies of the Project Implementation Manual,
            Financial Management Manuals, Procurement Manual, guidelines, Government
            Resolutions, minutes of executive committee meeting, policies and procedures
            issued by SPMU.
         c) One day briefing meeting will be organized by SPMU for giving details of the
            project and the implementation arrangements. It should be attended by all the
            members of audit team.

 Final Output & Reporting
 Quarterly Reporting & Annual reporting to SPMU: The Auditor will provide separate
 consolidated reports on SPMU and DPMUs. The reports will be provided quarterly and a
 summary of the key findings, implications and recommendations to enable the State Project
 Director, JTELP to take timely action. The reports should be structured in a manner giving the
 observations, the implications of the observations, the suggested recommendation and the
 management comments/ agreed actions. The audit observations should be supported by
 instances and quantified, as far as practicable. Quarterly audit reports and annual audit report
 to be submitted each financial year. Discussion notes duly signed by the both parties will be
 part of audit Report.

 The main audit report to be submitted will also include the questionnaire given in
 Annexure A.
 The audit reports should be submitted within 15 days after completion of quarterly
 audit.

 Period of Internal Audit:
 Initially contract with the firm will be for one year which will be extended further one year
 based on the performance. The selected firm will submit audit plan in consultation with
 SPMU in advance and agree with SPMU a Schedule of Audit. The contract will be renewed
 after assessing the pace of implementation, requirement of the project and performance of the
 consultant for next one year on same terms.

 KEY PERSONNEL
 The list of key personnel's required for this assignments;
Sl. No Key                    Description          of Experience                      No. of
         Professionals        Services     to     be                                  persons
                              provided
1        Audit Manager        Overall                 Qualified          Chartered    1
                              coordination,        & Accountant with at least 10
                              planning,         team years' post qualification
                              leadership,             experience as a partner with
                              reporting,     liaison expertise in the area of
                              with client             internal   audit    planning,
                                                      execution and reporting.
2        Audit        Team Responsibility          to Qualified          Chartered    2
         Leader           ( lead the audit teams Accountants with at least 5
Section 4 ­ Financial Proposal ­ Standard Forms                                       51


        Minimum      Two in the field, planning    years' post qualification
        Persons            and execution of the    experience in internal audit
        Required)          audits,    discussion   with ability to lead the team.
                           with     heads     of
                           offices,
                           consolidation/compil
                           ation
3       Senior      Audit Vouching           and   CA (Inter) with 3 years of 2
        Asst. ( Minimum verification          of   post qualification experience
        Two       Persons SPMU and DPMU            in Accounting, audit and
        Required)          books of accounts       report writing.
4       Junior Audit Asst. Vouching          and   Graduate/ CA (Inter) with 1 2
        ( Minimum Two verification            of   years of post qualification
        Persons            SPMU and DPMU           experience in Accounting,
        Required)          books of accounts       audit and report writing.

Structure and work plan

It is envisaged that the internal audit will be covered by two teams comprising one Audit
Team Leader, One Senior Audit Assistant and One Junior Audit Assistant with the
Audit Manager having overall responsibility for submission of report and guidance to
the teams. One of the team will also be responsible for the internal audit at SPMU. It is
expected that each team devote at least 3 days per quarter in each district unit and in
SPMU. While preparing the financial proposal, this should be taken into consideration.
Section 8. Conditions of Contract and Contract Forms (Lump-Sum)                           52


Annexure - A

Structure of Quarterly and Annual Internal Audit Report

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 internal
control and 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. Persisting Irregularities
        Under this Para, Auditor should report the persisting irregularities, which have been
raised earlier but not complied.

3. Books of Account
        Under this, Auditor should verify all the books of account maintained by the unit,
identify the discrepancies in the books of accounts and suggest their improvement.

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

5. Compliance with Finance Agreement, Project agreement, PIM, and FM Manual /
delegation of power
        Under this Para, auditor should comment on deviation from Finance Agreement,
Project agreement, PIM, and FM Manual.

6. Procurement Procedures
       Under this paragraph auditor should report on procurement process, which deviate
from procurement guidelines.
Section 4 ­ Financial Proposal ­ Standard Forms                                         53




7. Computerized financial Management system (Tally)
Data entries in tally are up to date or not
Payroll accounting in tally or not
Verification of group, sub ­ group, head, sub head and ledger in tally and make suggestions
on proper classification of accounts, if any.
Cost Centre
Chart of accounts and upload of approved annual budget in tally
Verify the computerized balance with Manual Books of accounts (cash Books, Cheque
register etc.)

8. Advance to staff, others, and its periodicity
Age of advance
Settlement of advance within stipulated period with proper voucher
Pending bill for settlement of advance
Action on bills submitted for settlement against advance after one month.
Statutory deduction/ payments like TDS/GST, Professional Tax etc. and its compliance
Deduction and date of deposit with any irregularities
Employee benefit as per PIM
Verify and certify the IUFR from available books of records

9. Check the accuracy of Quarterly IUFR from tally data / BRS etc.

10. Tracking of financial variance ­ Variance showing physical and financial achievement
in the light of approved action plan and budget.

11. Any other matter:
      Any other matter which auditor deemed fit for notice to the management.

12. Suggestion with specific case for improvement

13. TA & DA
a) TA & DA submission by the Staff within stipulated time
b) Settlement of TA & DA within stipulated time with proper voucher
c) Settlement of TA & DA Advance.

14. Fund Transfer to District Units and Community Institutions
a) Observation on the Time taken by the PMU in transfer of funds.
b) Whether a system has been developed for the fund transfer.
c) Whether the recipient units are clear about the Fund Mechanism
Section 8. Conditions of Contract and Contract Forms (Lump-Sum)                              54


SUGGESTIVE QUESTIONNAIRE FOR SPMU/DPMU (GIVE SHORT DETAILS OF
DIVERGENCE):
1. Whether Office has maintained proper records showing full particulars including
quantitative details and situation of fixed assets?
2. Whether all assets including current assets like inventory have been physically verified
during the quarter?
3. Whether the cash book is properly maintained and whether it conforms to computerized
system of accounting?
4. Cash balance as on the date of audit
5. Whether expenditure has been made as per the devolution of power? Details of any
divergence should be mentioned.
6. Whether bank book is properly prepared and whether the balance as per the pass book
conforms to the balance as per the bank book?
7. Whether proper training programs are being conducted?
8. Whether the training expenditure is as per the Budget and whether the training report is
submitted with each residential training or not?
9. Whether the books of accounts reconciled between DPMUs and SPMU? If not, then reason
and amount of such difference.
10. Whether any advance is given to the staff? If yes, whether advance register is maintained
and updated till the date of audit and whether it is properly sanctioned and settled within
specified days?
11. Whether there is proper internal control system followed?
12. Whether the office is paying TDS, VAT, Professional Tax and EPF regularly and on time?
13. Whether any fraud on or by any office or person has been noticed or reported during the
year? If yes, the nature and amount involved.
14. Whether log book of Vehicle hiring has been properly maintained or not?
15. Whether stock register is maintained? If yes, last entry of goods number/voucher page
number of stock register and particulars of goods.
16. Whether 100% vouching is done? If yes, then give the total number of vouchers,
component wise total expenditure during the reporting period and its variance from budget.
17. Whether all expenditure is made as per the budget? If not, amount of variance.

Home | About Us | Terms and Conditions | Contact Us
Copyright 2024 CAinINDIA All Right Reserved.
Designed and Developed by Ritz Consulting