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

Rajasthan Knowledge Corporation Limited, Jaipur, Rajasthan
March, 31st 2021

Rajasthan Knowledge Corporation Limited

Request for Proposal

Hiring of Professional Services for Internal Auditor of Rajasthan Knowledge
Corporation Limited for the Financial Year 2021-22

7-A, Jhalana Institutional
Area, Behind RTO, Jaipur-

302004
Ph: 0141-5159700

www.rkcl.in
Rajasthan Knowledge Corporation Limited

Table of Contents

1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB) ......................................................................................... 3
2. ABOUT RAJASTHAN KNOWLEDGE CORPORATION LIMITED (RKCL) ...................................................................... 5
3. MAJOR SCOPE OF WORK, DELIVERABLES & TIMELINES............................................................................................ 5

1) Scope of Work...................................................................................................................................................................... 5
2) Date of submission of Internal Audit Report .................................................................................................................... 7
4. SERVICE LEVEL AGREEMENT (SLA) ................................................................................................................................ 7
5. TECHNICAL BID ..................................................................................................................................................................... 7
6. BID EVALUATION CRITERIA .............................................................................................................................................. 8
7. INSTRUCTIONS TO BIDDER ................................................................................................................................................ 9
1) Extension of submission date.............................................................................................................................................. 9
2) Opening of Bid ..................................................................................................................................................................... 9
3) Evaluation & Tabulation of Techno-Financial Bid .......................................................................................................... 9
4) Negotiations........................................................................................................................................................................ 10
5) Procuring entity’s right to accept or reject Bid .............................................................................................................. 10
6) Execution of agreement..................................................................................................................................................... 10
8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT ............................................................................... 10
ANNEXURE-1: BIDDER’S AUTHORIZATION CERTIFICATE................................................................................................. 12
ANNEXURE-2: SELF-DECLARATION ........................................................................................................................................ 13
ANNEXURE-3: FINANCIAL BID COVER LETTER & FORMAT .............................................................................................. 14
ANNEXURE-4: FINANCIAL BID FORMAT ............................................................................................................................... 15
ANNEXURE-5: DRAFT AGREEMENT FORMAT ....................................................................................................................... 16
ANNEXURE-6: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ...................................................................... 18
ANNEXURE-7: FORM OF BID SECURING DECLARATION .................................................................................................... 19

RFP for Internal Audit of RKCL Page 2
Rajasthan Knowledge Corporation Limited

1. INVITATION FOR BID (IFB) & NOTICE INVITING BID (NIB)

BID REFERENCE: RKCL/20-21/800 RAJASTHAN KNOWLEDGE CORPORATION LIMITED
Unique Bid No.: RKCL/IA/20-21/12 7-A, Jhalana Institutional Area, Behind RTO,
Telephone: 0141- 5159700

Dated: 23 Mar 2021

RKCL invites bid/ proposal from eligible C.A. Firms for Internal Audit of RKCL for the F Y 2021-22

Name & Address of  Name: Rajasthan Knowledge Corporation Limited (RKCL)
the Procuring Entity  Address: 7-A Jhalana Institutional Area, Behind RTO, Jaipur (Rajasthan)
Name & Address of the  Name: Mr. Dinesh Khandelwal,
Project Officer In-charge  Designation: Chief Finance Officer
(POIC)  Address: 7-A Jhalana Institutional Area, Behind RTO, Jaipur (Rajasthan)

Subject Matter of  Hiring of Professional Services for Internal Auditor of RKCL for the
Procurement Financial Year 2021-22

Bid Procedure  Single stage two envelope Open competitive bidding procedure

Estimated Annual Fees  Rs. 1.44 Lac (Rs. One Lakh Forty Four Thousand Only)

Bid Evaluation Criteria  Least Cost Based Selection (LCBS)-L1
(Selection Method)

Websites for downloading  Websites: http://sppp.rajasthan.gov.in

Bidding Document, http://www.rkcl.in

Corrigendum’s, Addendums  Bidding document fee: Rs. 3000 (Rupees Three Thousand only) in Cash/

etc. Demand Draft in favour of “RKCL” payable at “Jaipur”

Bid Security and Mode of  Amount (INR): 2% of Estimated Value

Payment  However bidder needs to submit Bid Security Declaration Form as

annexed instead of Bid Security amount at the time of submission of

BID.

Period of Sale of Bidding The prospective bidder may download the bid document from:

Document (Start/ End Date)  Start Date: 23rd Mar 2021

 End Date: 30th Mar 2021 (3 PM)

Manner, Start/ End Date for  Manner: Offline at RKCL Office, Jaipur

the submission of Bids  Start Date: 23rd Mar 2021

Date/ Time/ Place  End Date: 30th Mar 2021 (3 PM)
 Date/Time: 30th Mar 2021 (3:45 PM)

of Technical Bid  Place: RKCL Conference Room, 7-A Jhalana Institutional Area, Behind

Opening RTO Jaipur (Rajasthan)

Date/ Time/ Place 30th March 2021 (5PM)

of

Financial Bid Opening

Bid Validity 90 days from the bid submission deadline

Note:

1) Bidder (authorized signatory) shall submit their offer offline in prescribed format.

2) RKCL will not be responsible for delay in bid submission due to any reason. For this, bidders are

requested to submit complete bid well advance in time so as to avoid issues or any other unforeseen

RFP for Internal Audit of RKCL Page 3
Rajasthan Knowledge Corporation Limited

problems.
3) The procuring entity reserves the complete right to cancel the bid process and reject any or all of the

Bids. In case of more than one bidder will technically and financially qualify , RKCL will call for
further negotiations to all L1 bidders however RKCL reserves the right to allot the work to any
successful bidder based on negotiations.
4) No contractual obligation whatsoever shall arise from the bidding document/ bidding process unless
and until a formal contract is signed and executed between the procuring entity and the successful
bidder.
5) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is
purely on the individual bidders to verify such information) and the information provided therein are
intended only to help the bidders to prepare a logical bid-proposal.
6) The provisions of RTPPA Act 2012 and Rules, 2013 and subsequent amendments thereto shall be
applicable for this procurement. Furthermore, in case of any inconsistency in any of the provisions of
this bidding document with the RTPP Act 2012 and Rules, 2013 thereto, the later shall prevail.

Managing Director
RKCL

RFP for Internal Audit of RKCL Page 4
2. ABOUT RAJASTHAN KNOWLEDGE CORPORATION LIMITED (RKCL)

Rajasthan Government incorporated Rajasthan Knowledge Corporation Limited (RKCL) on April 25, 2008 under
the Indian Companies Act, 1956 as a public limited company to promote and enhance digital literacy in the
state.

The main mission of RKCL is to create new paradigms in education, governance, and empowerment of people
at large in the context of emerging knowledge-based society and knowledge-based economy. The major
challenge before it is to offer education, governance and empowerment solutions and services to large and
diverse population with class quality, at very affordable cost, with widest accessibility from City to rural and
tribal areas and in a just-in-time manner with deeper mass-personalized service experience.

RKCL is dedicated to the cause of bridging the Digital Divide through universalization and integration of
Information Technology in all walks of life. It, therefore, designs, develops and deploys state-of-the-art
eLearning, IT Education, training and knowledge solutions and services at affordable costs to the masses. All
the services are comparable to best options in global context in terms of architecture, performance and
customer satisfaction. With its range of products and services in the field of eLearning, IT education and
training RKCL has emerged as a Fast-track IT Enabler of the governments as well as of the community
organizations

RKCL has achieved a significant milestone by crossing 55 lakh trained digitally literate learners across the State,
thereby playing its part to inspire youth on IT, bridging the digital divide, making citizens smart users of IT and
gradually spreading digital revolution across Rajasthan

The paperless management of this State’s largest network of IT learning centers is facilitated by web-based
software framework-. This framework seamlessly facilitates a complex management of learner life-cycles,
center life-cycles, channel partner life-cycles and course/ business activity life-cycles including the
management of financial transactions through 6900+ net banking accounts

3. MAJOR SCOPE OF WORK, DELIVERABLES & TIMELINES

1) Scope of Work

The details of the work are as follows:

S. No. Description of Work
1. To ensure that the organization is maintaining proper books/records, viz., Ledger, Journal, Cash
Book, Bank Book, Subsidiary books, Stock and Consumption Register, Fixed Assets Register, etc.
2.
3. To ensure that the organization is preparing monthly bank reconciliation and carrying out Proper
4. periodical reconciliation of subsidiary books.

To ensure that the instruction regarding Deposits and regarding operation of Cash/ Bank Accounts
are being followed properly. To ensure proper fund management by the organization.

To ensure that the correct submission of data in various returns and remittances of TDS/TCS,
GST, Advance Tax etc and other statutory liabilities like PF, ESI, Leave Encashment, Insurance,
Gratuity, etc. to the respective departments are timely and correct.

RFP for Internal Audit of RKCL Page 5
5. To ensure that the organization is following the accounting policies according to laid down
Accounting standards & GAAP, Ind AS Compliances etc

6. To ensure that all vouchers of payments receipts and journal for expenditure including
Establishment payments, i.e., Pay, T.A./D.A., Medical Bills, etc. are with proper supporting
documents and as per Company Policy , authenticity and have been signed by the Authorized
Signatory and recorded in the respective books properly.

7. To ensure that the recovery of dues is being monitored by the Management.
8. To ensure that the rules and regulations, delegation of power in all the matters having

Financial implication based on Board/ Committee decision and other circular/ instruction issued
from time to time have been adhered /followed by the Organization.

9. To ensure that the finalization of tenders for various Goods/Services & works is as per the
laid down principles, and delegations and proper justification and the reasons for the rates
accepted. Also ensure that organization if following procurement policy/Rules & Regulations as
applicable .Further to ensure proper deposition of Earnest Money & Security Deposits etc against
order and proper deduction of LD/ Penalty and statutory liabilities like TDS, GST etc have been
recorded. To ensure that payments are in order with relation to terms of RFP/Contract

10. To ensure that all the expenditures are in accordance to Budget approved and if any deviation
then report it

11. To ensure that the quotations, Sanctions, purchase orders, etc. in respect of all purchases of
stationary items, Consumables, office equipment, furniture and fixtures and other store items,
etc. are as per delegation of powers. To ensure that the payments are in order with relation to its
actual work.

12. To ensure that the Consumption of material as mentioned at S. No. 11 are properly entered in the
Stock and Consumption Register and Fixed Assets Register, which have been signed by Competent
authority. Further ensure the following:-
a. To check the necessary records in respect of scrap and unserviceable articles.
b. To ensure proper maintenance of log-book of Vehicle and payments to contractors is as per
agreed terms.
c. To check further that material received are properly inspected and properly recorded in
store-ledgers, whether quantity and quality was checked before its entry in store as per purchase
order and in case of rejection of the material, procedure was followed,
d. To check that debit/credit notes, etc. are prepared timely at the time of rejection and storage
are properly recorded in the books of accounts,
e. To check that the issue is made on the basis of stores requisition slip which should be adhered
to and are properly authorized by the concerned department head,
g. Physical verification of various items of inventory (Consumable & Fixed).

13. To ensure proper maintenance of personal records, like attendance register, leave records,
employees’ personal files, employees’ strength as per the norms/ requirement, preparation of
proper remuneration sheet on the basis of attendance, to ensure whether the increments are
being allowed properly. Also need to check these aspect in respect of Contractual Employees also

14. .To ensure that the cases of unnecessary/ unproductive or excessive expenditure which may come
to notice during the course of audit, if any, have been mentioned in the report.

15. To give suggestions for improvement in overall functioning of the Organization and
Smoothening of operations which come to notice during the course of audit, if any, have been
mentioned in the report.

RFP for Internal Audit of RKCL Page 6
16 To review the Quarterly Financial Statement before presenting to the Board
17 Complete Revenue and corresponding expenditure reconciliation
18 To review and report on non-utilization of surplus funds to the management from time to time

and also advice their maximum fruitful utilization from time to time,

19 To assist in various replies to be filed before any tax authorities/consultants
20 Check all the GST Returns, TDS Returns, PF & ESI Returns as submitted and report any variations

therein
21 Any other financial aspect which need to be cover by Internal auditor in consultation with

Management or desired by the Management of Company

2) Date of submission of Internal Audit Report

S. No Description of work Deliverables Time Period
1. For the Quarter 1 Audit Report Within 21 days end of quarter 1
2. For the Quarter 2 Audit Report Within 21 days end of quarter 2
3. For the Quarter 3 Audit Report Within 21 days end of quarter 3
4. For the Quarter 4 Audit Report Within 30 days from the close of F.Y.

4. SERVICE LEVEL AGREEMENT (SLA)

The selected Auditors shall be liable for following SLA

S. No Condition % of deduction of
Total Annual Fee
a. Delay up to one fourth period of the prescribed period of delivery of
Reports 2.5 %

b. Delay exceeding one fourth but not exceeding half of the prescribed An5n.0u%al Fee
period of delivery of Reports
7.5 %
c. Delay exceeding half but not exceeding three fourth of the prescribed
period of delivery of Reports 10.0 %

d. Delay exceeding three fourth of the prescribed period of delivery of
Reports

5. TECHNICAL BID

S. No Particulars Yes/No Remarks

1. Name of the C A Firm Page 7
2. Date of Registration of C A Firm
3. Head Office Address
4. Whether Firm is empanelled with C& AG
5. C & AG empanelled Number
6. Name of Nodal Partner

RFP for Internal Audit of RKCL
S. No Particulars Yes/No Remarks

7 Total No. of Partners

8 No. of CA Employees (As on closing date of

Tender)

9 No of Article/Audit Clerk (As on closing date of

Tender)

10 Documents related to Evaluation Criteria

6. BID EVALUATION CRITERIA Minimum Documents Required
Requirement
S. No Particulars C & AG C&AG/ICAI Certificate
Empanelment
1. Firm must be Empanelment with C & AG as on 3 Partners ICAI Certificate not later
date than 1st January
More than 20 3 Years Financial
2. No of Full Time Fellow Members as Partner with Lakhs Statements duly certified
firm since last 3 years continuously by partners along with
5 Years copy of Income Tax Returns
3. Average Turnover/Receipt of firm in last 3 F Y ICAI certificate with No. of
(2017-18 to 2019-20 or 2018-19 to 2020-21) 3 Assignments years
in last 3 years Copy of Audit Assignment
4. No of Years of firm Existence Letter with declaration on
H O in Jaipur firm letterhead of
5. Experience of Firm – satisfactory completion of
Internal Audit work of Any Government the same
Department/PSU/Corporations/Universities etc. ICAI firm certificate
except Bank Branch Audit

6 Head Office

Note-:
01. The work shall be award to L-1 Bidder
02. In case more than one bidder are eligible, then the bidder having highest turnover as required in

point No 3 above shall be eligible for work order

The Single Stage Two Envelope two part techno-financial bid shall consist of the following documents: -

S. Documents Type Document Format
No. On bidder’s letter head duly signed by authorized signatory

1. Covering Letter

2. Bidder’s Authorisation Certificate As per Annexure-1
3. Self-Declaration As per Annexure-2
4 Technical Qualification documents As mentioned above in Evaluation Criteria

4. Financial Bid Cover letter As per format available in Annexure-3

5 Financial Bid As per format available in Annexure-4
6 Bid Security Declaration As per format available in Annexure-7

RFP for Internal Audit of RKCL Page 8
The bidder should ensure that all the required documents, as mentioned in this bidding document,
are submitted along with the Bid and in the prescribed format only. Non-submission of the required
documents or submission of the documents in a different format/ contents may lead to the rejections of
the Bid submitted by the bidder.
Bidder shall submit two separate envelope one for Technical Qualification documents as mentioned at
Point No 1, 2 & 3 and second envelope shall consists documents at S. No 4 & 5, later on both the Envelope
shall be packed in a single envelope by mentioning Tender/Bid documents for Internal Auditors.

7. INSTRUCTIONS TO BIDDER

1) Extension of submission date
Normally, the date of submission and opening of Bid would not be extended. In exceptional
circumstances or when the bidding document are required to be substantially modified as a result of
discussions or otherwise and the time with the bidder for preparation of Bid appears insufficient, the
date may be extended by the procuring entity. In such case the publicity of extended time and date
shall be given and shall also be placed on the State Public Procurement Portal, If, in the office of the Bid
receiving and opening authority, the last date of submission or opening of Bid is a non-working day, the
Bid shall be received or opened on the next working day.

2) Opening of Bid
a) The Bid shall be opened by the bid opening & evaluation committee on the date and time
mentioned in the NIB/ bidding document in the presence of the bidder or his authorised
representatives who choose to be present.
b) The committee may co-opt experienced persons in the committee to conduct the process of Bid
opening.
c) The committee shall conduct a preliminary scrutiny of the opened Bid to assess the prima-facie
responsiveness and ensure that the: -
 bid is valid for the period, specified in the bidding document;
 bid is unconditional and the bidder has agreed to give the required performance
security (if required);
 Other conditions, as specified in the bidding document are fulfilled.
d) Any other information which the committee may consider appropriate.

3) Evaluation & Tabulation of Techno-Financial Bid
Subject to the provisions of “Acceptance of Successful Bid and Award of Contract” below, the procuring
entity shall take following actions for evaluation of financial Bid:-
a) The Techno-Financial Bid of the bidder will be opened as per the time specified in the NIB.
b) Conditional Bid are liable to be rejected;
c) the evaluation shall include all costs and all taxes and duties applicable to the bidder as per law of
the Central/ State Government/ Local Authorities and the evaluation criteria specified in the
bidding documents shall only be applied;
d) It shall be ensured that the offer recommended for sanction is justifiable looking to the prevailing
market rates of the goods, works or service required to be procured.
e) The work shall be award to L-1 Bidder
f) In case more than one bidder is eligible, then the bidder having highest turnover/Receipts shall be
eligible for work order.

RFP for Internal Audit of RKCL Page 9
4) Negotiations

a) Negotiations may be undertaken when the rates are considered to be much higher than the
prevailing market rates or if more than one bidder is technically and financial qualify.

b) The bid evaluation committee shall have full powers to undertake negotiations.
c) Detailed reasons and results of negotiations shall be recorded in the proceedings.
d) The bidder shall be informed in writing either through messenger or by registered letter and e-mail

(if available). A minimum time of seven days shall be given for calling negotiations. In case of
urgency the bid evaluation committee, after recording reasons, may reduce the time, provided the
lowest or most advantageous bidder has received the intimation and consented to regarding
holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The bid evaluation
committee shall have option to consider the original offer in case the bidder decides to increase
rates originally quoted or imposes any new terms or conditions.
f) In case of non-satisfactory achievement of rates from the bidder, the committee may decide to
reject and re-invite Bid.
g) In case the rates even after the negotiations are considered very high, fresh Bid shall be invited.
h) Every decision of a procuring entity to exclude a Bid shall be for reasons to be recorded in writing
and shall be: -

a. communicated to the concerned bidder in writing;
b. Published on the State Public Procurement Portal, if applicable.

5) Procuring entity’s right to accept or reject Bid
a) The Procuring entity reserves the right to accept or reject any Bid, and to annul (cancel) the bidding
process and reject the Bid at any time prior to award of contract, without thereby incurring any
liability to the bidder.

6) Execution of agreement
a) A procurement contract shall come into force from the date on which the letter of acceptance or
letter of intent is dispatched to the bidder.
b) The successful bidder shall sign the procurement contract within 7 days from the date of the work
order or letter of intent is dispatched to the successful bidder.
c) If the bidder, whose Bid has been accepted, fails to sign a written procurement contract or
fails to furnish the required performance security (if require to be submitted) within specified
period, the procuring entity shall take action against the successful bidder as per the provisions
of the bidding document and Act. The procuring entity may, in such case, cancel the
procurement process or may award the contract to next successful bidder or may cancel the bid.
d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value at
its cost and to be purchase from anywhere in Rajasthan only.

8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT

The following shall be the special terms and conditions:-

a) The work(s) shall be taken up whenever it becomes due in accordance to the prevailing law.
b) Original documents and reports shall be provided (where applicable) immediately after completion

of each work.
c) If any discrepancy occurs, it shall be rectified at your level without any additional charges.

RFP for Internal Audit of RKCL Page 10
d) The Audit Team of selected CA firm must visit the RKCL office for internal audit work at least once in
a month and complete the audit of previous month however the Audit Report has to submit on
quarterly basis.

e) Payment Terms and Schedule
a. Consolidated fees including local conveyance expenses etc. but excluding GST shall be
payable for the above work. GST shall be paid on actual payment on prevailing rates.
Bidder must ensure to file the GST Return timely by incorporating RKCL invoice therein.
b. Payment shall be released on satisfactory completion of the work and on receipt of
deliverables and submission of bill(s) thereof as per following payment schedule:-

S. Particulars Amount to be
released
No. 25 percent
25 percent
1 On receipt of report for the Quarter 1 25 percent
25 percent
2 On receipt of report for the Quarter 2

3 On receipt of report for the Quarter 3

4 On receipt of report for the Quarter 4

c. The selected bidder’s request for payment shall be made in writing, accompanied by
invoices describing, as appropriate, the services performed, and by the required documents
submitted pursuant to general conditions of the contract and upon fulfilment of all the
obligations stipulated in the Contract.

d. The payments shall be made promptly by the RKCL, generally within thirty (30) days after
submission of Reports along with an invoice or request for payment by the CA Firm and the
purchaser has accepted it.

e. The currency or currencies in which payments shall be made to the selected bidder under
this Contract shall be Indian Rupees (INR) only.

f. All remittance charges will be borne by the CA Firm.
g. In case of dispute, the disputed amount shall be withheld and the balance payment may be

paid and the disputed amount will be paid only after the settlement of dispute.
h. The Payments to the CA Firm will be made on the basis services provided and on

satisfactory work verification by C.F.O.
i. All payments to CA Firm will be made subject to deduction of TDS (Tax deduction at Source)

as per the income- Tax Act, 1961,

f) Duration of Contract: Initially the Contract shall be only for one F Y i.e. 2021-22, however if services
of successful bidder is satisfactory then it may further be extendable for one more year on same
terms and conditions

RFP for Internal Audit of RKCL Page 11
ANNEXURE-1: BIDDER’S AUTHORIZATION CERTIFICATE
{To be filled by the bidder}

To,
{Procuring entity},

,

I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby authorized to

sign relevant documents on behalf of the company/ firm in dealing with NIB reference No.

dated _. He/ She is also authorized to attend meetings & submit requisite information/

clarifications as may be required by you in the course of processing the Bid. For the purpose of

validation, his/ her verified signatures are as under.

Thanking you, Verified Signature:

Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:

RFP for Internal Audit of RKCL Page 12
ANNEXURE-2: SELF-DECLARATION

(On Non Judicial Stamp Paper of RS 100/- duly Attested by Notary Public )

To,

{Procuring entity},

_, dated for
In response to the NIB Ref. No.

Professional & Consultancy Services, as an Owner/ Partner/ Director/ Auth. Sign. of

, I/ We hereby declare that presently our Company/ firm, at the time of bidding,: -

a) possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;

b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the State
Government or any local authority as specified in the Bidding Document;

c) is having unblemished record and is not declared ineligible for corrupt & fraudulent practices
either indefinitely or for a particular period of time by any State/ Central government/ PSU/
UT.

d) does not have any previous transgressions with any entity in India or any other country during
the last three years

e) does not blacklisted/debarred/banned by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs administered

by a court or a judicial officer, not have its business activities suspended and is not the subject
of legal proceedings for any of the foregoing reasons;
g) does not have, and our Partners and officers not have been convicted of any criminal offence
related to their professional conduct or the making of false statements or misrepresentations
as to their qualifications to enter into a procurement contract within a period of three years
preceding the commencement of the procurement process, or not have been otherwise
disqualified pursuant to debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which materially
affects the fair competition.
i) will comply with the code of integrity as specified in the bidding document.

If this declaration is found to be incorrect then without prejudice to any other action that may be
taken as per the provisions of the applicable Act and Rules thereto prescribed by RKCL, my/ our
security (if submitted) may be forfeited in full and our bid, to the extent accepted, may be cancelled.

Thanking you,

Name of the Bidder: - Page 13
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:

RFP for Internal Audit of RKCL
ANNEXURE-3: FINANCIAL BID COVER LETTER & FORMAT
COVER LETTER (To be submitted by the bidder on his Letter Head)

To, Dated:
{Procuring Entity},

,
Reference: NIB No. :

Dear Sir,

We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of
which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in
the Scope of the work, Professional Consultancy, any other services as desired, Service Level
Standards & in conformity with the said bidding document for the same.

I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price
are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type
of govt. taxes/duties.

I / We undertake, if our bid is accepted, to provide the consultancy & professional services in
accordance with the schedule specified in the schedule of Requirements.

I / We agree to abide by this bid for a period of days after the last date fixed for bid submission

and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

Until a formal contract is prepared and executed, this bid, together with your written acceptance
thereof and your notification of award shall constitute a binding Contract between us.

I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and belief.

We understand that you are not bound to accept the lowest or any bid you may receive.
We agree to all the terms & conditions as mentioned in the bidding document and submit that we
have not submitted any deviations in this regard.

Date:
Authorized Signatory
Name:
Designation:

RFP for Internal Audit of RKCL Page 14
ANNEXURE-4: FINANCIAL BID FORMAT

S. No. Item Description Total Annual Fee in Total Annual Fee in
figures words

(INR) inclusive of all (INR) inclusive of all

but excluding GST but excluding GST

Professional Services for
1. Internal Audit of this

Company for the Financial
Year 2021-22

Note- 01. GST Shall be paid separately as per Applicable Rates at the time of billing
02. TDS Shall be deducted as per Norms
03. No separate TA/DA/Conveyance and other out of pocket expenses shall be payable

RFP for Internal Audit of RKCL Page 15
ANNEXURE-5: DRAFT AGREEMENT FORMAT
{To be mutually signed by selected bidder and procuring entity}

This Contract is made and entered into on this day of by and between Rajasthan

Knowledge Corporation Limited (RKCL), having its registered office at 7-A, Jhalana Institutional Area,

Behind R.T.O. Jaipur -302004, Rajasthan (herein after referred to as Purchaser) which term or

expression, unless excluded by or repugnant to the subject or context, shall include his successors in

office and assignees on ONE PART
And

(enter your firm’s name & address), a registered firm no. , office at

(herein after referred as the “Successful Bidder”) which term or expression, unless

excluded by or repugnant to the subject or context, shall include his successors in office and

assignees on the OTHER PART.

Whereas,

RKCL intends to Hiring of Professional Services for Internal Audit of this Company for the Financial

Year 2021-22 involving the complete scope of work described in the RFQ document having NIB No-
................Dated...................

And whereas
Successful Bidder represents that it has the necessary experience for carrying out the overall work as
referred to herein and has submitted a bid and subsequent clarifications for providing Professional &
Consultancy Services against RFQ document issued in this regard having NIB No-
................Dated................... in accordance with the terms and conditions set forth herein and any
other reasonable requirements of the Purchaser from time to time.

And whereas

The purchaser has accepted the bid of the Successful Bidder and has placed the Work Order to the

Successful Bidder vide RKCL Letter No. dated: , on which the Successful Bidder has

given their acceptance vide their Letter dated .

No.

Now it is hereby agreed to by and between both the parties as under:

1. The NIB Ref. No. ..............................and RFQ i.e. Final RFQ document issued by RKCL along with its

enclosures/ Annexures, wherever applicable, are deemed to be taken as part of this contract and

are binding on both the parties executing this contract.

2. In consideration of the payment to be made by the RKCL to the Successful Bidder at the rates set

forth in the Work Order No. dated , the Successful Bidder will

RFP for Internal Audit of RKCL Page 16
the related services in the manner set forth in the RFQ, along with its enclosures/ annexures along with

subsequent clarifications submitted by the Successful Bidder.

3. The purchaser do hereby agrees that if the Successful Bidder shall duly provide related services in
the manner aforesaid observe and keep the said terms and conditions of the RFQ and Contract,
the purchaser will pay or cause to be paid to the Successful Bidder, at the time and the manner set
forth in the said conditions of the RFQ, the amount payable for each and every milestone &
deliverable. The mode of Payment will be as specified in the RFQ document.

4. The timelines for the prescribed Scope of Work shall be effective from the date of Work Order and
completed by the Successful Bidder within the period as specified in the RFQ document. Initially
the Assignment is for one year however the same may further be extendable for one more year if
services of bidder is found suitable and satisfactorily

5. In case of extension in the delivery of Reports period is granted with full liquidated damages, the
recovery shall be made on the basis of following percentages of value of service which the
selected bidder has failed to supply or complete

No. Condition LD % of
total Fee

Delay up to one fourth period of the prescribed delivery period & 2.5 %
completion of work 5.0 %
Delay exceeding one fourth but not exceeding half of the prescribed
delivery period & completion of work 7.5 %
10.0 %
c. Delay exceeding half but not exceeding three fourth of the
prescribed delivery period & completion of work

d. Delay exceeding three fourth of the prescribed delivery period, &
completion of work

Note:
i. Fraction of a day in reckoning period of delay in services shall be eliminated if it is less than
half a day.
ii. The maximum amount of agreed liquidated damages shall be 10%.
iii. If the Successful Bidder requires an extension of time in completion of contractual services
on account of occurrence of any hindrances, he shall apply in writing to the authority
which had placed the work order, for the same immediately on occurrence of the
hindrance but not after the stipulated date of completion of supply/ services.
iv. Delivery/ completion period may be extended with or without liquidated damages if the
delay in the services in on account of hindrances beyond the control of the Successful
Bidder.

6. All disputes arising out of this agreement and all questions relating to the interpretation of this
agreement shall be decided as per the procedure mentioned in the RFQ document.

In witness whereof the parties hereto have set their hands on the day of (Year).

Signature of the Signature for and on
Successful Bidder behalf of procuring
entity
Name:
Designation: Name:
Date: Designation:
Date:

In the presence of: In the presence of:
Witness No.1 Witness No.1
Witness No.2 Witness No.2

RFP for Internal Audit of RKCL Page 17
ANNEXURE-6: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012

Appeal No ………of ……………
Before the ………………………… (First/ Second Appellate Authority)

1. Particulars of appellant:
a. Name of the appellant: <please specify> b.
Official address, if any: <please specify> c.
Residential address: <please specify>

2. Name and address of the respondent(s):
a. <please specify> b.
<please specify> c.
<please specify>

3. Number and date of the order appealed against and name and designation of the officer/ authority
who passed the order (enclose copy), or a statement of a decision, action or omission of the
procuring entity in contravention to the provisions of the Act by which the appellant is aggrieved:
<please specify>

4. If the Appellant proposes to be represented by a representative, the name and postal address of
the representative: <please specify>

5. Number of affidavits and documents enclosed with the appeal: <please specify>

6. Grounds of appeal (supported by an affidavit): <please specify>

7. Prayer: <please specify>

Place ……………………………………. Date
……………………………………

Appellant's Signature

RFP for Internal Audit of RKCL Page 18
ANNEXURE-7: FORM OF BID SECURING DECLARATION
(To be given on Rs. 50/- Non Judicial Stamp Paper duly notarized)

Date:
Bid No. :
Alternative No. :

To:

We, the undersigned, declare that:
We understand that, according to your conditions, bids must be supported by a Bid-Securing
Declaration. We accept that we ate required to pay the bid security amount specified in the Term and
Condition of Bid, in the following cases, namely:-
(a) When we withdraw or modify our bid after 6pening of bids;
(b) when we do not execute the agreement, if any, after placement of supply/work order within the
specified period; (c) when we fail to commence the supply of the goods or service or execute work as
per supply/work order within the time specified;
(d) when we do not deposit the performance security within specified period after the supply/work
order is placed; and
(e) if we breach any provision of code of integrity prescribed for bidding specified in the Act and
Chapter VI of these rules.
In addition to above, the State Government shall debar us from participating in any procurement
process undertaken for a period not exceeding three years in case where the entire bid security or any
part thereof is required to be forfeited by procuring entity.
We understand this Bid Securing Declaration shall expire if:-
(I) we are not the successful Bidder;
(II) the execution of agreement for procurement and performance security is furnished by us in

case we are successful bidder;
(III) thirty days after the expiration of our Bid.
(IV) the cancellation of the procurement process; or
(V) the withdrawal of bid prior to the deadline for presenting bids, unless the bidding documents

stipulate that no such withdrawal is permitted
.
Signed.------------------------------------------
Name :-------------------------------------------
In the capacity of :-----------------------------
Duly authorized to sign the bid for and on behalf of:
Dated on --------------day of
Corporate Seal -----------------------------------------

RFP for Internal Audit of RKCL Page 19

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