INDIAN INSTITUTE OF TECHNOLOGY
(BANARAS HINDU UNIVERSITY), VARANASI
Varanasi-221 005, Uttar Pradesh, India
NOTICE INVITING E-TENDER FROM CHARTERED ACCOUNTANT
FIRMS
Tender No.: IIT (BHU)/Budget/CA/2019-20/02, dated : 19.07.2019
Indian Institute of Technology (BHU), Varanasi, Varanasi-221005, Uttar Pradesh, India
invites online tender from Chartered Accountant Firms for its accounting, tax filing and
other related works for the financial year 2019-20, which may further be extended for next
year(s) on satisfactory performance of the work.
The firms should have experience of doing similar kind of work in IITs/IIITs/NITs/ Central
Universities/Central Government funded Educational Institutions.
Tender Documents may be downloaded from Central Public Procurement Portal
http://eprocure.gov.in/eprocure/app or IIT(BHU) website
https://www.iitbhu.ac.in/tenders
Bid Submission Start Date : 19.07.2019
Bid Submission End Date : 09.08.2019
Pre-Bid Meeting Date : 02.08.2019
Technical Bid Opening Date : 13.08.2019
Sd/-
Registrar
Indian Institute of Technology
(Banaras Hindu University), Varanasi
Varanasi-221005,
1
CONTENTS OF TENDER DOCUMENT
Hiring of services of Chartered Accountant firms for the F.Y. 2019-20
Section Description Page No.
I Notice Inviting E-Tender 3-5
II Instruction for online bid submission 6-9
III Instructions to Bidders 10-15
IV Introduction 16
V Definitions 17-18
VI Terms of Reference (Scope of works, etc.) 19-23
VII Minimum Eligibility Criteria-cum-Technical Bid 24
VIII Proforma for Technical Bid 25-26
Annexure-I Details of CA Firm's Professional Income 27
Annexure-II Format for providing details of experience of 28
works
Section-IX Proforma for Financial Bid 29-30
Section X Technical and Financial Evaluation Criteria 31-32
Section XI General Condition of Contracts 33-40
Section-XII Service Level Agreement 41-44
Annexure-II Format for Performance Bank Guarantee (PBG) 45-46
Annexure-III Format of Bank Guarantee Form 47-48
2
SECTION - I
(NOTICE INVITING E-TENDER)
1. On behalf of the Registrar, IIT (BHU) Varanasi, online tender from eligible,
experienced Chartered Accountants Firms for doing various accounting works, filing
of tax and other related works of the Institute is invited.
2. Tender Documents may be downloaded from Central Public Procurement Portal
http://eprocure.gov.in/eprocure/app or IIT(BHU) website
https://www.iitbhu.ac.in/tenders.
3. Bidders can access tender documents on the CPP Portal. They are required to select
the appropriate tender and fill them with all relevant information and submit the
completed tender document online on the website
http://eprocure.gov.in/eprocure/appas per the time schedule given in this tender
document. Aspiring Bidders who have not enrolled/registered in e-procurement
should enroll/register before participating through the website
http://eprocure.gov.in/eprocure/app.The portal enrolment is free of cost.
4. Bidders are advised to go through instructions provided at "Instructions for online
Bid Submission". Bidders are requested to follow the instructions carefully as per the
tender document and the instructions given in the above said website. The bidder
should go through the tender documents/instructions carefully before
submitting/uploading the bids.
5. No bid will be accepted manually. All bids (both Technical and Financial) should be
submitted on the E-procurement portal on http://eprocure.gov.in/eprocure/appon or
before the last date as specified in critical data sheet. Further, all communications
should be addressed to The Registrar, Indian Institute of Technology (Banaras Hindu
University), Varanasi 221005, U.P.
6. The Institute shall not be responsible for any delay in submission of online Bids. The
Institute reserves the right to accept or reject any bid, cancel the tender without
assigning any reason thereof. Institute's decision in this regard shall be treated as
final. No correspondence in this regard will be entertained. Further, the Earnest
Money shall be forfeited, if it is found at any stage that information/particulars given
by bidder are false.
7. A Demand Draft/Banker's Cheque for an amount of Rs. 2360/- (Rupees Two
Thousand Three Hundred Sixty only) { inclusive of 18% GST} (non-refundable) from
Nationalized/ Scheduled bank drawn in favour of "Registrar, IIT (BHU)" payable at
Varanasi has to be submitted offline along with the GST details of the Firm and
addressed to the Registrar, Indian Institute of Technology (Banaras Hindu University),
Varanasi 221005, U.P. (Scanned copy of DD/Banker's Cheque in pdf format to be
uploaded online) towards tender processing fee failing which the bid will be rejected.
Bidders are requested to write their firm's name and full address at the back of the
Bank Draft / Bankers Cheque submitted.
3
8. The Earnest Money Deposit (EMD) of Rs. 25,000/- (Rupees Twenty Five Thousand
only) shall be submitted offline in the form of Demand Draft drawn on Nationalized/
Scheduled bank in India in favour of "Registrar, IIT (BHU)" payable at Varanasi and
be sent to The Registrar, Indian Institute of Technology (Banaras Hindu University),
Varanasi 221005, U.P. (scanned copy of DD/Cheque in .pdf format to be uploaded
online). Earnest Money will be refunded to unsuccessful bidders after finalization of
the contract. After award of contract, the Company/Firm/Agency has to deposit
specified performance security deposit. Performance security will remain valid for 1
month beyond the date of completion of all contractual obligations.
9. Conditional bids shall not be considered and will be rejected out rightly.
10. The Financial Bids of only those bidders who qualify in the technical bid shall be
opened after evaluation by a Committee constituted for the purpose. No bidder will be
allowed to withdraw its bids after opening of technical bids. If any bidder intends to
withdraw after opening of technical bids, its EMD will be forfeited.
11. The Institute reserves the right to reject any or all the bids submitted by the bidders
at any time or relax/withdraw/add any of the terms and conditions contained in the
Tender Documents without assigning any reason thereof.
12. Any subsequent Updates, Addendums, Corrigendums, etc, if any, will be published
only on the website http://eprocure.gov.in/eprocure/app and www.iitbhu.ac.in. All
bidders are required to regularly check the websites for any update(s).
4
CRITICAL DATA SHEET
Date of Issue/Publication of E-Tender
19.07.2019 (16:00 Hrs)
Notice
Bid Document Download Start Date 19.07.2019 (16:30 Hrs)
31.07.2019 (17:00 Hrs)
Last Date and Time for submitting e-mail (Kindly note that all queries are to be sent
queries regarding technical specifications on the e-mail address given at the bottom
and other conditions of tender document row of this sheet. No e-mail queries shall
be entertained after the aforementioned
date and time.)
Pre-Bid Meeting Date, Time & Venue (All
E-Mail queries received shall be
02.08.2019 (12:00 Hrs)
discussed in the Pre-Bid Meeting in the
presence of Prospective Bidders)
Bid Document Download End Date 09.08.2019 (15:00 Hrs)
Last Date and Time for Uploading of Bids 09.08.2019 (16:00 Hrs)
Technical Bid Opening Date 13.08.2019 (16:30 Hrs)
Tender Processing Fees (Non Refundable) Rs.2,360/-
Earnest Money Deposit Rs. 25,000/-
Registrar,
Address For Communication Indian Institute of Technology (BHU)
Varanasi 221005, U.P.
Email: registrar@iitbhu.ac.in
Initially for one year (Extendable for next
Contract Duration year on satisfactory performance to be
reviewed and assessed at the end of every
year)
Sd/-
Registrar,
Indian Institute of Technology
(Banaras Hindu University),
Varanasi 221005,
E-mail:registrar@iitbhu.ac.in
5
SECTION - II
INSTRUCTION FOR ONLINE BID SUBMISSION
As per the directives of Department of Expenditure, this tender document has been
published on the Central Public Procurement Portal (URL:
http://eprocure.gov.in/eprocure/app). The bidders are required to submit soft copies of
their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The
instructions given below are meant o n l y to assist the bidders in registering on the CPP
Portal, prepare their bids in accordance with the requirements and submitting their bids
online on the CPP Portal. More information for submission of online bids on the CPP
Portal may be obtained at http://eprocure.gov.in/eprocure/app.
1. Registration
1.1 Bidders are required to enrol on the e-Procurement module of the Central
Public Procurement Portal (URL:http://eprocure.gov.in/eprocure/app) by
clicking on the link "Click here to Enroll". Enrolment on the CPP Portal is
free of charge.
1.2 As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
1.3 Bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These would be used for any communication
from the CPP Portal.
1.4 Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class-II or Class-III Certificates with signing key usage)
issued by any Certifying Authority recognized by CCA India (e.g.
Sify/TCS/nCode/eMudhra etc.), with their profile.
1.5 Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSCs to others
which may lead to misuse.
1.6 Bidder has to logon to the site through secured log-in user ID/password, and
the password of the DSC/e Token.
2. Searching for Tender Documents
2.1 There are various search options built in the CPP Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include
Tender ID, organization name, location, date, value, etc. There is also an option
of advanced search for tenders, wherein the bidders may combine a number of
search parameters such as organization name, form of contract, location, date,
other key words etc. to search for a tender published on the CPP Portal.
6
2.2 Once the bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be
moved to the respective "My Tender" folder. This would enable the CPP Portal to
intimate the bidders through SMS/e-mail in case there is any corrigendum
issued to the tender document.
2.3 The bidder should make a note of the unique Tender ID assigned to each
tender, in case they want to obtain any clarification / help from the Help desk.
3. Preparation of Bids
3.1 Bidder should take into account any corrigendum published, if any in respect
of the tender document before submitting their bids.
3.2 Bidder, in advance, should be ready for the bid documents to be submitted as
indicated in the tender document/schedule as PDF/XLS/RAR/DWF formats.
Bid documents may be scanned with 100 dpi with black and white option.
3.3 To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a
provision of uploading such standard documents (e.g. PAN card copy, annual
reports, audit or certificates etc.) has been provided to the bidders. Bidders
can use "My Space" area available to them to upload such documents. These
documents maybe directly submitted from the "My Space" area while
submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.
Documents Comprising the Bid
The Two Bid System, i.e. "Techno Commercial Bid" and "Price Bid" to be prepared by the
Bidder shall comprise the following:
A. Techno Commercial Bid (Un priced Bid): [Upload online scanned copies in
PDF format]
i) Scanned copy of Bid Security (EMD) & Tender Fee.
ii) Scanned copy of Technical Bid (proforma given in Section VIII and other
documents.
iii) Scanned copy of PAN Card, GST registration & National Electronic Fund
Transfer Form (NEFT).
iv) Scanned copy of documents mentioned in Eligibility Criteria as per Section-VII
and VIII. Scanned copy of other relevant documents.
B. Price Bid: [Upload online in prescribed PDF format as per Bidding Document]
i) Price Bid duly filled up with all the details as per Section-IX.
ii) It is the responsibility of Bidder to go through the Bidding Document to ensure
submission of all required documents.
iii) All pages of the Bid should be numbered and indexed.
7
iv) The authorized signatory of the Bidder must sign the Bid duly stamped at
appropriate places and initial all the remaining pages of the Bid.
v) A Bidder, who does not fulfil any of the above requirements and/or gives evasive
information/reply against any such requirement shall be liable to be ignored
and rejected.
Note: All documents should be submitted in PDF format.
4. Submission of Bids
4.1 Bidder should logon to the site well in advance for bid submission so that
he/she upload the bid in time, i.e., on or before the bid submission date. Bidder
will be responsible for any delay due to other issues.
4.2 The bidder has to digitally sign and upload the required bid documents one by
one as indicated in the tender document.
4.3 Bidders are requested to note that they should necessarily submit their
financial bids in the form at provided and no other format is acceptable. Once
the details have been completed, the bidder should submit it online. If the
format of financial bid is found to be modified by the bidder, the bid will be
rejected.
4.4 The server time (which is displayed on the bidders' dashboard) will be
considered as the standard time for referring the deadlines for submission of
the bids by the bidders, opening of bids etc. The bidders should follow this time
during bid submission.
4.5 All the documents being submitted by the bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data entered
cannot be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data storage encryption for sensitive fields is done.
4.6 The uploaded tender documents become readable only after the tender opening
by the authorized bid openers.
4.7 Upon the successful and timely submission of bids, the portal will give a
successful bid submission message & a bid summary will be displayed with the
bid no. and the date & time of submission of the bid with all other relevant
details.
4.8 Kindly submit scanned PDF of all relevant documents.
5. Assistance to Bidders
5.1 Any queries relating to the tender document and the terms and conditions
contained therein should be addressed to the Tender Inviting Authority for a
tender or the relevant contact person indicated in the tender.
8
5.2 Any queries relating to the process of online bid submission or queries relating
to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The
contact numbers for the help desk are 0120-4200462, 0120-4001002, 0120-
4001005 and 0120-6277787.
6. General Instructions to the Bidders
6.1 The tenders will be received online through portal
http://eprocure.gov.in/eprocure/app.in. In the Technical Bids, the bidders are
required to upload all the documents in pdf format only.
6.2 Possession of a Valid Class II/III Digital Signature Certificate (DSC) in the form
of smart card/e-token in the company's name is a prerequisite for registration
and participating in the bid submission activities through
https://eprocure.gov.in/eprocure/app. Digital Signature Certificates can be
obtained from the authorized certifying agencies, details of which are available
in the web site https://eprocure.gov.in/eprocure/app under the link
"Information about DSC".
6.3 Bidders are advised to follow the instructions provided in the
Instructions to the Bidder for the e-submission of the bids online through the
Central Public Procurement Portal for e-Procurement at
https://eprocure.gov.in/eprocure/app.
6.4 Bidder who has downloaded the tender from the Central Public Procurement
Portal (CPPP) website https://eprocure.gov.in/eprocure/app and
www.iitbhu.ac.in. shall not tamper/modify the tender form including
downloaded price bid template in any manner. If the same is found to be
tempered/ modified in any manner, tender will be completely rejected and Bid
Security (EMD) would be forfeited.
9
SECTION - III
Instructions to Bidders
1. Scope of Work
Scope of work is provided in Section-VI of this document.
2. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its
bid, and the Institute will, in no case, be responsible or liable for these costs
regardless of the conduct or outcome of the bidding process.
3. Tender Processing Fee
The tender processing fee of Rs. 2360/- {inclusive of 18% GST} (non-refundable) in
the form of Demand Draft/Banker's cheque issued from Nationalized/Scheduled
bank drawn in favour of "Registrar, IIT (BHU)" payable at Varanasi has to be
submitted offline (Scanned copy of DD/Cheque in. pdf format to be uploaded
online), failing which the bid will be rejected. Bidders are requested to write their
firm's name and full address at the back of the Bank draft / Bankers Cheque.
4. Earnest Money Deposit (E.M.D.)
The Earnest Money Deposit (EMD) of Rs. 25,000/- (Rupees Twenty Five Thousand
only) shall be payable in the form of Demand draft drawn on Nationalized/
Scheduled bank in India in favour of " Registrar, IIT (BHU)" payable at Varanasi.
Earnest Money will be refunded to unsuccessful bidders after finalization of the
contract.
5. Content of Bidding Documents
5.1 The services required, bidding procedures and contract terms are prescribed in
the bidding documents.
In addition to Invitation of Bids, the bidding documents shall include:
(a) Instructions for Online Bid Submission
(b) Instructions to Bidders (ITB);
(c) Introduction
(d) Definitions
(e) Details of Requirement
(f) Scope of Work
(g) Minimum eligibility criteria required for bidding
(h) Proforma for Technical & Financial Bids
10
(i) Evaluation Scheme
(j) General Conditions of Contract (GCC);
(k) Service Level Agreement
5.2 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the bidding documents. Failure to furnish all information
sought by the bidding documents or submission of a bid not responsive to the
bidding requirements in every respect will be at the Bidder's risk and may
result in rejection of bid.
6. Amendment of Bidding Documents
6.1 At any time prior to the deadline for submission of bids, the Institute may, for
any reason, whether at its own initiative or in response to a clarification
requested by a prospective bidder, modify the bidding documents by
amendment.
6.2 In order to facilitate prospective bidders reasonable time within which the
amendment, if any, may be accounted in preparing their bids, the Institute, at
its discretion, may extend the deadline for the submission of bids.
7. Language of Bid
The bid prepared by the Bidder, as well as all correspondence and documents
relating to the bid shall be written in English language.
8. Documents Comprising the Bid
8.1 Techno commercial un-priced bid and priced Bids:
The bids are to be uploaded in two parts in pdf format i.e. Techno commercial
un-priced bid and priced Bids.
(a) Techno commercial un-priced bid shall be submitted through CPP Portal.
If the proof of Tender Processing Fee & EMD is not uploaded along with
the technical bid, such bid will not be considered.
(b) Priced bid.
8.2 Techno commercial un-priced bid:
Proforma for techno commercial un-priced bid is given at Section VIII.
8.3 Price Bid
The price bid shall comprise the techno commercial bid along with the price
component indicating the prices for each and every item. The scanned copy of
11
completely filled financial bid in the proforma provided at Section IX is to be
uploaded under cover 2 in pdf format.
(i) The prices quoted must be net per unit as shown in the Section-IX.
(ii) The rate must be stated for each item separately both in words and figures. If
there is a discrepancy between the price quoted in word and figures the higher
price quoted will be treated as final.
(iii) The prices once accepted by the Institute shall remain valid till the successful
expiry of the contract period and the work fully effected and accepted or 12
months from the date of acceptance of contract whichever is later. The
Institute shall not entertain any increase in the rates during the period.
However, in the event there is a reduction or increase in Government
levy/duties/taxes during the period of execution of the order, the rates shall be
suitably adjusted with effect from the date notifying the said reduction or
increase in the Government levy/taxes/duty, if any.
9. Bid Currencies
Prices shall be quoted in Indian Rupees only.
10. Period of Validity of Bids
10.1 Bids shall remain valid for 180 days after the date of bid opening prescribed
by the Institute. A bid valid for a shorter period shall be rejected as non-
responsive.
10.2 In exceptional circumstances, the Institute may solicit the Bidder's consent
to an extension of the period of validity. The request and the responses
thereto shall be made in writing. A Bidder may refuse the request. A Bidder
granting the request will not be required nor permitted to modify the bid.
10.3 Financial Bid evaluation will be based on the bid prices without taking into
consideration the above modifications.
11. The tender has to be submitted ONLINE before the due date. The offers received
after the due date and time will not be considered. Manual submission of bids
will not be considered.
12. Deadline for Submission of Bids
12.1 Bids must be received ONLINE not later than the time and date specified in
the Invitation for Bids.
12.2 The Institute may, at its discretion, extend this deadline for submission of
bids by amending the bid.
12
13. Late/Delayed Bids
The offers received after the due date and time will not be considered.
14. Modifications and Withdrawal of Bids
14.1 The Bidder may modify or withdraw its bid after the ONLINE bid's
submission, as per the provision of CPP Portal.
14.2 No bid may be modified subsequent to the deadline for submission of bids.
No documents will be accepted in support of essential pre-bid criteria after
the last date of submission of bids.
14.3 No bid may be withdrawn in the interval between the deadline for
submission of bids and the expiry of the period of bid validity specified by
the Bidder in the bid form. Withdrawal of a bid during aforementioned
interval may result in the Bidder's forfeiture of its EMD.
15. Opening of Techno commercial un-priced Bids
All techno commercial un-priced bids (Cover-1) will be opened in the first instance.
16. Clarification of Bids
16.1 During evaluation of the bids, the Institute may, at its discretion, ask the
Bidder for clarification of its bid. The request for clarification and the
response shall be in writing and no change in price or substance of the bid
shall be sought, offered or permitted.
16.2 No Bidder shall contact the Institute authority on any matter relating to its
bid from the time of the bid opening to the time the contract is awarded. If
the Bidder wishes to bring additional information to the notice of the
Institute, it should be done in writing.
16.3 Any effort by a Bidder to influence the Institute's authority in its decisions
on bid evaluation, bid comparison or contract award decisions may result in
rejection of the Bidder's bid.
17. Evaluation of Techno commercial un-priced Bid
17.1 Prior to the detailed technical evaluation, the authority of the Institute will
determine the substantial responsiveness of each bid. A substantially
responsive bid is one, which conforms to all the terms and conditions of the
Bidding Documents without material deviations and meets all the essential
criteria. If any bidder does not meet the essential criteria as laid down in
this bid document, then his bid will be rejected. No document will be
accepted in support of essential criteria after the last date of submission of
bids.
13
17.2 The bidders short-listed by the Institute based on meeting the essential
criteria and detailed evaluation regarding satisfying the technical criteria
laid down in this tender document may be called for detailed discussions
with a team selected for the purpose, at a specified date, time and venue, if
needed.
18. Opening of Price Bids
18.1 Price Bids of only those bidders who meet the essential criteria and whose
techno commercial un-priced bids have been found to be eligible and
substantially responsive will be opened.
18.2 The price Bids of the technically qualified bidders shall be opened in the
presence of the tender committee.
19. Evaluation and Comparison of priced Bids
Arithmetical errors will be rectified on the following basis: If there is a discrepancy
between words and figures, whichever is the higher of the two shall be taken as bid
price. If the Vendor does not correct the errors, its bid will be rejected.
20. Institute's right to accept any bid and to reject any bid or all bids
The Institute reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids at any time prior to award of Contract, without
thereby incurring any liability to the affected Bidder(s) or any obligation to inform
the affected Bidder(s) of the grounds for the Institute's action.
21. Award Criteria
The Bidder/Company/Firm/Agency achieving the highest combined technical and
financial score after giving weightage as mentioned in Section X will be declared
qualified.
22. Notification of Award
Prior to the expiry of the period of validity, the authority of the Institute will notify
the successful Bidder in writing by e-mail, to be confirmed in writing by e-
mail/speed post or hand delivered letter, that its bid has been declared qualified.
23. Fall clause
23.1 The price quoted by the bidder should not be higher than the maximum
retail price, if any, for the stores and the same shall not be higher than the
price usually charged by the bidder for stores of the same nature, class or
description to any other procuring entity.
14
23.2 The price charged for the stores supplied under the contract by the
Company shall in no event exceed the lowest price at which the Company
sells the stores of identical description to any other person during the period
till performance of all contractual obligation placed during the currency of
the contract is completed. If at any time during the period the Company
reduces the sale price of such stores or sells such stores to any other person
including his dealers at a price lower than the price chargeable under the
contract, he shall forthwith notify such reduction or sale to the Institute and
the price payable under the contract for these items of stores supplied after
the date of coming into force of such reduction or sale shall stand
correspondingly reduced.
23.3 If it is discovered that the Company has contravened the above conditions,
then without prejudice to any other action which might be taken against
him, it shall be lawful for the Institute to (a)revise the price at any stage so
as to bring it in conformity with sub-clause (23.1) above, or (b)to terminate
the contract with recovery of loss.
15
SECTION - IV
Introduction
Indian Institute of Technology (BHU), an Institute of National Eminence under the
Ministry of Human Resource and Development, Government of India requires the
services of a reputed, well established and financially sound Chartered Accountants
Firms for doing various accounting and filing of tax related works of the Institute.
A pre-bid meeting with the prospective bidders will be held 02.08.2019 at 12.00
Noon to apprise the bidders about the expectations of the Institute and to familiarize
them with the scope of work and obligations in the proposed contract. The
prospective bidders, desirous to bid, should visit the Institute and acquaint
themselves with the scope and schedule of work, supervision and commitment
needed on or before the date set for the pre-bid meeting.
---------
16
SECTION - V
Definitions:
1. "Bid" (including the term `tender', `offer', `quotation' or `proposal' in certain
contexts)means an offer to supply goods, services or execution of works made in
accordance with the terms and conditions set out in a document inviting such
offers;
2. "Bidder" (including the term `tenderer', `consultant' or `Service Provider' in certain
contexts) means any eligible firm or company or agency participating in a
procurement process/work contract with a Procuring/offering Entity;
3. "(Standard) Bid(ding) documents" (including the term `tender (enquiry) documents'
or `Request for Proposal Documents' RFP documents in certain contexts) means a
document issued by the Procuring Entity, including any amendment thereto, that
sets out the terms and conditions of the given procurement and includes the
invitation to bid;
4. "Bid security" (including the term `Earnest Money Deposit'(EMD), in certain
contexts)means a security from a bidder securing obligations resulting from a
prospective contract award with the intention to avoid: the withdrawal or
modification of an offer within the validity of the bid, after the deadline for
submission of such documents; failure to sign the contract or failure to provide the
required security for the performance of the contract after an offer has been
accepted; or failure to comply with any other condition precedent to signing the
contract specified in the solicitation documents.;
5. "Competent authority" means the officer(s) who finally approves the decision.
6. "e-Procurement" means the use of information and communication technology
(especially the internet) by the Procuring Entity in conducting its procurement
processes with bidders for the acquisition of goods (supplies), works and services
with the aim of open, non discriminatory and efficient procurement through
transparent procedures;
7. "Notice inviting tenders" (including the term `Invitation to bid' or `request for
proposals' in certain contexts) means a document and any amendment thereto
published or notified by the Procuring Entity, which informs the potential bidders
that it intends to procure goods, services and/or works.;
8. "Outsourcing of Services" means deployment of outside agencies on a sustained
long term (for one year or more) for performance of other services which were
traditionally being done in-house by the employees of Organisation (e.g. Security
Services, Horticultural Services, Janitor/Cooking/Catering/Management Services
for Hostels and Guest Houses, Cleaning/Housekeeping Services,
.Errand/Messenger Services and so forth).
9. "Procurement Contract" (including the terms `Purchase Order' or `Supply Order' or
Withdrawal Order' or `Work Order' or `Contract for other services' under certain
contexts), means a formal legal agreement in writing relating to the subject matter
of procurement, entered into between the Procuring Entity and the supplier,
17
Service Provider or Company/Firm/Agency on mutually acceptable terms and
conditions and which are in compliance with all the relevant provisions of the laws
of the country.
10. "Service" is defined as any subject matter of procurement other than goods or
works, except those incidental or consequential to the service and includes
physical, maintenance, professional, intellectual, training, consultancy and
advisory services or any other service classified or declared as such by a Procuring
Entity but does not include appointment of an individual made under any law,
rules, regulations or order issued in this behalf.
18
SECTION VI
TERMS OF REFERENCE
1. Scope of Work
The works consists of following jobs (the bidder may submit quote for all of
the jobs listed below or any selected ones):
Job. 1- All the work related to preparation of Annual Accounts & Balance Sheet on
accrual basis on the format applicable to the Central Autonomous Bodies :
(a) (i) Preparation of Account Books, Cash - Rate may be quoted on
Books, Journal, Ledgers, Trial Balance, per entry basis for the
Income & Expenditure Statements, expected number of 5-6
Receipt & Payment and Balance Sheet, Lakh entries/vouchers for
Liability Register, Advance Register, the F. Y. 2019-20.
Adjustment of income accrued.
(ii) Preparation of Centralized Fixed
Assets Register for the Institute as a
whole in the form of soft as well as hard
copy.
(iii) Reply to statutory audit (Separate
Audit Report-SAR and Audit Inspection
Report-AIR).
(iv) To provide the financial related data
for any of financial year, required if any
from the balance sheet, during the period
of engagement of firm.
(v) To advise on any other matter related
to finance & accounts, not mentioned
above.
(vi) To coordinate with Chartered
Accountants previously hired by the
Institute to finalize any matter due for
the agreement period.
(b) Bank reconciliation works - Rate may be quoted on
per entry basis. (approx.
70,000 to 80,000 entries
are expected for the F.Y.
2019-20)
19
Job. 2- All the auditing works related to office of Research & Development, IIT (BHU) :
(a) Auditing of project account - Rate may be quoted per UC per
and issuance of utilization project basis
certificates /expenditure
(approximately 120-140 UCs are
certificate of Sponsored Project expected for the F.Y. 2019-20 in
Account. connection with approx 2500 no. of
vouchers / challan under project)
(b) Preparation and issuance of - Rate may be quoted per Form
15CA/CB form for LCs and basis
wire transfers
(approximately 25-30 forms are
expected for the F.Y. 2019-20)
Job. 3 Filing of Tax return such as ITR/TDS/GST, etc. to the respective
Central/State Govt. Tax Administrative Authorities:
(a) Filing of ITR - Rate may be quoted per year basis
(b) Filing of Return of TDS - Rate may be quoted per case per quarter
(24Q, 26Q and 27Q) (fresh basis. However, no amount will be paid
return including correction for correction return, if any.
return)
(c) Filing of GST Return - Rate may be quoted per month basis (if
returns are filed)
(approximately 90-100 vouchers per
month are expected for F.Y. 2019-20)
Note the data upto about numbers of
200 will be fed in excel sheet/filing
format by CA firm from the hard copy
of vouchers provided by the Institute
for filing of GSTR-1
(d) Generation of E-way Bill - Rate may be quoted per E-way bill basis
(approximately 40-50 E-way bill are
expected for the F.Y. 2019-20)
(e) Filing of Return of TDS - Rate may be quoted per month basis
under GST
(f) Income Tax Assessment - Rate may be quoted per year basis
20
Job. 4 Work pertaining to GST Audit of Accounts of the IIT (BHU) and submission/e-
filing of its report, etc. to the Central Govt. Tax Administrative Authorities :
(a) To conduct GST Audit of accounts of
the IIT (BHU) for the F.Y. 2018-19 in
accordance with section 35(5) read
along with 44 (2) of the CGST Act,
2017 (including any enactments or The consolidated and single
amendments made as may be rate for both the jobs i.e. (a)
applicable from time to time). and (b) may be quoted
-
(approx. 3000 vouchers are
(b) Submission/e-filing of GST Audit expected for the F.Y. 2019-20)
Report along with annual return and
reconciliation statement as per
section 44(2) of the CGST Act, 2017
in E-form GSTR-9C within the
scheduled date and in the manner as
specified / prescribed by Central
Board of Indirect Taxes and Customs
(CBIC).
Job.-5 : Providing of opinions on various cases pertaining to accounting and taxation
matters (rate may be quoted for per opinion basis.)
Remarks : Please note that the quantum of works mentioned above are tentative and
estimates on last year's record which may increase or decrease in the current
financial year 2019-20.
2. Essential Terms & Conditions for completion of the works :
1. The firm(s) has to depute one dedicated CA (mandatory of Job-1), who has an
experience of at least 3 years for the works mentioned in job-1 above and other
dedicated personnel(s) depending upon the volume of work involved in each job.
2. The Job-1 & 4 are time bound activity, therefore, these are to be completed
latest by 20.04.2020 (for Job. No.-1) and by 30.09.2019 (for Job No. 4).
3. For the Job No.-2 (a) regarding auditing of project account and issuance of UC,
the terms and conditions are as under :
a) The Audited Utilization Certificate should be prepared on the prescribed
proforma of the funding agency by indicating the receipt and expenditure
under various heads on non-recurring and recurring grant duly supported
by the abstract of the AUC on the prescribed proforma.
b) An observation report on each project account showing the difference if
any, between AUC balance and ledger of the Institute will have to be
submitted in a separate sheet attached to AUC so that the same may be
incorporated and tallied with the ledger of the Institute, otherwise
payment for the that AUC may not be released.
21
c) A soft copy of AUC preferably on a CD will have to be provided by the firm
to the R & D Section of the Institute for the record.
4. The Firm will have to provide weekly report to the office of the Registrar, IIT
(BHU).
5. The work will be done at IIT (BHU)-Administrative Block under supervision of
the Institute Officials.
6. All the Financial statements including Balance sheet are required to be provided
in hard copy.
7. The detail of receipts and payments of each account will have to be provided as
per Budget Estimate.
8. Reply to draft SAR/AIR forwarded by CAG office will have to be submitted by
Firm to the Institute within two days from the date of receipt by them.
9. During the course of regular audit, replies to the audit objection will have to be
submitted within the time schedule of the Auditor.
10. The Institute will have all the rights to discontinue or extend the services of the
firms on the basis of their work performances.
11. Rate may be quoted keeping in view of further amendment in existing tax laws
including GST.
3. Time Period
The Chartered Accountant firm will be required to provide the desired services
initially for a period of One year i.e. F.Y. 2019-20 which may be extendable for
another period of two years (on yearly basis) on satisfactory performace.
Notwithstanding anything contained herein above, the Institute reserves the right to
discontinue the services of Chartered Accountant firm in the event their services are
found unsatisfactory at any time during the period.
4. Support and Input to the Firm
The Institute shall provide working space, computer(s)/printers(s), to the Firm to
perform its services. The Institute will also provide all primary data to the firm for
carrying out the jobs listed in the schedule and scope of work.
5. Payment Terms
The payment shall be made against the services provided by firm, subject to the
following terms and conditions:
i. The payment during the entire contract period may be made in accordance
with the financial bid submitted by the selected bidder and accepted by the
Institute. No price variation would be allowed during the contact period. The
financial price quoted by the contacting firm shall be final. Based on
performance, the Institute will consider giving increase every year, as decided
later, on the price of the previous year for the next two financial years, if the
contract is extended beyond 2019-20.
22
ii. Any increase in statutory taxes during the contract period will be borne by the
Institute.
iii. TDS under Income Tax will be deducted at applicable rates.
iv. All the payment shall be made on bill basis and payment scheduled for each
job will be as under :
Job-1 : 20% payment shall be made on quarterly basis at the end of each
quarter for first three quarters, 30% payment will be made after finalization of
Annual Accounts and remaining 10% after satisfactory completion of audit by
the C. & A.G. of India.
Job-2-a : the payment shall be made on quarterly basis.
Job-2-b : the payment shall be made on individual bill basis
Job-3-a : the payment shall be made on yearly basis.
Job-3-b : the payment shall be made on quarterly basis.
Job-3-c : the payment shall be made on monthly basis.
Job-3-d : the payment shall be made on individual bill basis.
Job-3-e : the payment shall be made on monthly basis.
Job-3-f : the payment shall be made on yearly basis.
Job-4 (a & b) : the payment shall be made as a whole after completion of the
work.
Job-5 : the payment shall be made on quarterly basis.
v. The Institutes reserves the right to deduct amount from the bill raised by the
firm as may be considered reasonable for unsatisfactory services or delay in
providing services. The decision of the Institute will be final in the this regard.
6. Performance Security
The successful bidder will be required to deposit 10% of the bid amount towards
performance Security in the form of Bank Guarantee before execution of the
agreement. The Bank Guarantee must be valid upto 31st July 2019. In case of further
extension of the contract the Bank Guarantee will also be renewed accordingly on
yearly basis i.e. upto 31st July, 2020 and 31st July, 2021 respectively.
7. Arbitration Clause
In the event of any difference of dispute arising out of this contract, all efforts shall be
made by both the Parties to settle the same amicably. Failing an amicable settlement,
the dispute shall be finally settled through arbitration conducted under the
Arbitration and Conciliation Act, 1996 by three arbitrators appointed in accordance
with the said Act. The arbitrators shall give reasoned and speaking award. The venue
of arbitration, if any, shall be at Varanasi.
23
SECTION - VII
MINIMUM ELIGIBILITY CRITERIA-CUM-TECHNICAL BID
The bids of only those firms will be considered which satisfy all the following
eligibility criteria:
1. The Chartered Accountant Firm should be registered with the Institute of Chartered
Accountants of India (ICAI) and have Income Tax Permanent Account Number and GST
Registration.
2. The Firm should have been in operation for at least 5 years after its registration.
3. The Firm must not have been convicted by the court of law (they must give a
declaration)
4. The average annual income (i.e. average gross professional fees earned during the last 3
years) of the Firm in last 3 financial years i.e. (2015-16, 2016-17 and 2017-18) must be
equal to or more than Rupees Twenty Five Lakhs (Rs. 25.00 Lakhs).
5. The Firm should have experience of at least one year in the last five financial years (i.e.
from 2014-15 to 2018-19) in doing at least one of the similar works, as specified under
Section-VI of this tender document, in the Central/State Autonomous Educational
Institutions (i.e. in IITs, NITs, IISER, IIMs or other higher educational institutions)
6. The Firm having their registered head/branch office in Varanasi, U.P. will be preferred.
7. The Firm will have to submit an undertaking regarding acceptance of all the points
mentioned under General Terms & Conditions at Section-XI.
8. An affidavit, in original: Duly certified by a Notary that :
a. The Partners of the firm or sole proprietor or Company as the case may be, has never
been black-listed and the name of the firm or company has not been changed.
b. That there is no police case/vigilance enquiry pending against the Partners of the firm
or sole proprietor or Company as the case may be, and that he has never been
punished by any Court.
c. That there are no dues towards income tax as on the date of the affidavit.
9. Production of originals for verification: The bidder may be asked to produce the original
documents for verification at any stage of tender process as and when sought for, failing
which the bids are liable for disqualification.
10. Exemption to comply with any of the above criteria should be duly supported by the
Government orders/ other Government documents. Non compliance with any of the
above conditions by the Service Provider will amount to non-eligibility for the services for
which tender has been floated and its tender will be rejected being non responsive.
11. Bidders must submit documentary proof in support of meeting each of the above
minimum qualification criteria. A simple undertaking by the bidder for any of the stated
criteria will not suffice the purpose. All documentary proof must be listed on the letter
pad of the company and enclosed in a cover, to be submitted with the technical bid.
24
SECTION - VIII
1. Proforma for Technical Bid
Sl. Criterion Details
No.
1. Office Address of the firm
Name and address of the authorized
official
Telephone no., Mobile, Email
2. The CA Firm should be registered Registered with
with the Institute of Chartered ICAI, then
Accountants of India (ICAI) and must mentioned
Registration
possess permanent account number
Number (Date of
(PAN) under Income Tax and Registration No.)
registration under Service Tax PAN of CA Firm
(provide copies of all registration GST Registration
certificates) no.
3. The CA firm should be in operation Year of
for at least 5 years after its Registration/
registration (provide necessary Starting of
operation
evidence)
Nos. of years in
operation after
registration (in
years)
4. Average Annual Income (i.e. average Average Annual Income (i.e. Average Gross
gross professional fee received/ Professional Fees received/earned) of the CA Firm
earned) of the CA Firm for the last 3 in last 3 (three) Rs. (in figure)
..........................................................................
(three) years i.e. (2015-16, 2016-17 &
2017-18) must be equal to or greater .........................................................................
than Rs. 25.00 lakh (Rupees Twenty
Five Lakh) [Provide copies of the Rs. in words
Audited Financial Statements for all ........................................................................
the three years upto 31st March, 2018
along with documents as per .......................................................................
Annexure-I
5. Experience of handling following
works in Central/State Autonomous
Bodies, Central/State Government
funded organizations/ Institutions/
Public Sector Undertakings :
(i) All the work related to Please provide the details in the specific
preparation of Annual Accounts format given at Annexure-II
& Balance Sheet on accrual basis
(as per the Job-1 of Section-VI).
(ii) Auditing of project account and
issuance of UC/SE and
preparation and issuance of
25
15CA/CB form
(iii) Filing of Taxes such as
ITR/TDS/GST, etc. generation of
E-way bill, income tax
assessment, etc.
(iv) Work pertaining to GST Audit of
accounts in accordance with
section 35(5) read along with 44
(2) of the CGST Act, 2017
(v) Providing of opinions on various
cases pertaining to accounting
and taxation matters
6. Experience of the firm in doing
similar works in Central/State
Please provide the details in the specific
Autonomous Educational Institutions
format given at Annexure-II
(i.e. in IITs, NITs, IISER, IIM or other
higher educational institutions)
7. Details of Earnest Money Deposit
(i) DD No.
(ii) Date
(iii) Amount
(iv) Drawn Bank
8. Details of Tender Processing Fees
(i) DD/Cheque No.
(ii) Date
(iii) Amount
(iv) Drawn Bank
Certified that the above particulars are correct. In the event of any information found to be
incorrect the Institute is at liberty to reject the proposal of the CA Firm.
Date : Signature......................................
SEAL : Name and Designation...........................
26
Annexure-I
Details of CA Firm's Professional Income
[Gross Professional Fees earned]
Particular Financial year Financial year Financial year Average
2015-16 2016-17 2017-18 Annual
Income
Annual
Income*
(Rs. in Lakh)
*Furnish the Audited Accounts of the Firm along with copy of the acknowledgement of
Income Tax Return for all the 3 (three) years.
Date : Signature......................................
SEAL : Name and Designation................................
27
Annexure-II
Format for providing details of experience of works
Sl. Details of Works Experience If Yes, please Reference of Experience If yes Please Reference of
No. with mentioned the page no. on with mention the page no. on
Central/State Institution(s) name which the Central/State Organisation/ which the
Govt. Documentary Autonomous Institution(s) name Documentary
Educational evidence is Bodies, evidence is
Institutions attached Central/State attached
(i.e. in IITs, Govt. funded
NITs, IISER, organizations/
IIMs or other Institutions/
higher PSUs
educational
institutions) (please
indicate
(please Yes /No)
indicate
Yes / No)
1. All the work related to
preparation of Annual
Accounts & Balance
Sheet on accrual basis
(as per the Job-1 of
section-VI)
2. Auditing of project
account and issuance of
UC/SE and preparation
and issuance of
15CA/CB form
3. Filing of Taxes such as
ITR/TDS/GST, etc.
generation of E-way bill,
income tax assessment,
etc.
4. Work pertaining to GST
Audit of accounts in
accordance with section
35(5) read along with 44
(2) of the CGST Act,
2017
5. Providing opinions on
various cases pertaining
to accounting and
taxation matters
Note : Please provide all the experience of works related information in the above mentioned format,
failing which, the bid may be rejected.
28
SECTION - IX
Proforma for Financial Bid
Job Description of Fees Unit Minimum Professional Fees (to be quoted per
No. Professional fee unit as mentioned in Col. No.3)
prescribed by IIT
(BHU)
Rupees (in figure) Rupees (in
words)
[1] [2] [3] [4] [5] [6]
Job-1 (a) All the works related to Per entry basis Rs. 1.70 per entry
preparation of Annual
Accounts & Balance Sheet (with or without (with or without
on accrual basis vouchers) vouchers)
(for all the works as mentioned
at job no.1-(a) (i) to (vi) under
Section-VI)
(b) Bank Reconciliation Works Per entry basis Rs. 0.90 per entry
Job-2 All the auditing works related
to Office of Research &
Development, IIT (BHU)
(a) Auditing of Project Account Per UC basis Rs. 810/- per UC
and issuance of Utilization
Certificates/ expenditure
certificate of Sponsored
Project Account
(b) Preparation and issuance of Per form basis Rs. 600/- per form
15CA/CB form for LCs and
wire transfer.
Job-3 Filing of Tax return such as
ITR/TDS/GST, etc. to the
respective Central/State Govt.
Tax Administrative Authorities
(a) Filing of ITR Per year basis Rs.4500/- per year
(b) Filing of Return of TDS (24Q, Per case per Rs. 3500/- per case
26Q and 27Q) (fresh return quarter basis for per quarter
including correction return) fresh return only
However, no (for fresh return
amount will be paid only. However, no
for correction return, amount will be paid
if any. for correction return,
if any.)
(c) Filing of GST Return Per month basis Rs. 4500/- per
month
(d) Generation of E-way bill Per E-way bill basis Rs. 450/- per bill
(e) Filing of Return of TDS under Per month basis Rs. 3500/- per
GST month
(f) Income Tax Assessment Per year Basis Rs. 27,000/- per
year
Job-4. Work pertaining to GST Audit of Per year basis Rs. 27,000/- per
accounts year
(for all the works as mentioned
at job no.4-a and b under
Section-VI)
29
Job-5 Providing opinions on various Per opinion basis Rs. 900/- per
cases pertaining to accounting opinion
and taxation matters
Note :
1. The rate may be quoted in view of the quantum of works for each job mentioned at
Section-VI and the quoted fee should be all inclusive except GST. No other charges on
account of travelling, accommodation, food and other expenses will be paid. However,
the facility related to printing, stationery and computers etc. will be arranged by the
Institute for the jobs being executed in the Institute premises.
2. Payment Schedule : The firm shall raise bills as mentioned in payment terms at
point no. 5 of the Section-VI
3. GST will be paid extra as applicable. Statutory changes in GST rate if any shall be
borne by the Institute.
4. Deductions shall be made by the Institute as per statutory rates and norms.
30
SECTION - X
Technical and Financial Evaluation Criteria :
1. Experience of the Firm Marks
Break-up Total
of marks marks
(a) Firm's Existence in years after its registration - 10
For 5 years 5 marks and 1 extra mark for every
additional completed year and maximum 10 marks
(b) Experience of handling following works in 15
Central/State Autonomous Bodies, Central/State
Government funded organizations/ Institutions/
Public Sector Undertakings:
(i) All the work related to preparation of Annual 3
Accounts & Balance Sheet on accrual basis (as per
the Job-1 of the Section-VI).
(ii) Auditing of project account and issuance of UC/SE 3
and preparation and issuance of 15CA/CB form
(iii) Filing of Tax return such as ITR/TDS/GST, etc. 3
generation of E-way bill, income tax assessment,
etc.
(iv) Work pertaining to GST Audit of accounts in 3
accordance with section 35(5) read along with 44
(2) of the CGST Act, 2017
(v) Providing of opinions on various cases pertaining 3
to accounting and taxation matters
(c) Experience of the firm in doing similar work in 5
Central/State Autonomous Educational Institutions
(i.e. in IITs, NITs, IISER, IIMs or other higher
educational institutions)
(i) All the work related to preparation of Annual 1
Accounts & Balance Sheet on accrual basis (as per
the Job-1 of the Section-VI).
(ii) Auditing of project account and issuance of UC/SE 1
and preparation and issuance of 15CA/CB form
(iii) Filing of Taxes such as ITR/TDS/GST, etc. 1
generation of E-way bill, income tax assessment,
etc.
(iv) Work pertaining to GST Audit of accounts in 1
accordance with section 35(5) read along with 44
(2) of the CGST Act, 2017
(v) Providing opinions on various cases pertaining to 1
accounting and taxation matters
2. Presentation before the Committee 20
3. Total Technical Score 50
4. Score on Financial Proposal* 50
Grand Total (3 + 4) 100
31
* Formula for calculation of Financial Proposal
The technically evaluated and accepted proposal with least financial cost (i.e. L-1) will be
assigned a sore of 50. The score of other technically accepted firms will be evaluated as
per following formula :
= (L1 amount) x 50/(Financial amount of bid being evaluated)
Note :
1. The firm having technical score of less than 25 will be rejected. The firm having
maximum total score i.e. technical score plus financial score will be selected for the
award of work. However, a panel of two firms according to their scores will be made.
In case of any firm fails to complete the assigned work, the Institute may assign the
work to the next bidder as given in the panel.
2. The evaluation of financial bid shall be made separately for each job.
32
SECTION - XI
GENERAL CONDITION OF CONTRACTS
1. Application
These General Conditions shall apply to the extent that they are not superseded by
provisions in other parts of the Contract.
2. Standards
The service provided under this Contract shall conform to the standards mentioned
in the Technical Specifications, and, when no applicable standard is mentioned, to
the authoritative standard appropriate to such standards as shall be the latest
issued by the concerned Institution.
3. Use of Contract Documents and Information
3.1 The Service Provider shall not, without the Institute's prior written consent,
disclose the Contract, or any provision thereof, or any specification, plan,
drawing, pattern, sample or information furnished by or on behalf of the
Institute in connection there with, to any person other thana person
employed by the Service Provider in performance of the Contract. Disclosure
to any such employed person shall be made in confidence and shall extend
only so far as may be necessary for purposes of such performance.
3.2 The Service Provider shall not, without the Institute's prior written consent,
make use of any document or information except for purposes of performing
the Contract.
3.3 Any document, other than the Contract itself, shall remain the property of
the Institute and shall be returned (in all copies) to the Institute on
completion of the Service Provider's performance under the Contract if so
required by the Institute.
3.4 Patent Rights
The Service Provider shall indemnify the Institute against all third-party
claims of infringement of patent, trademark or industrial design rights
arising from use of the Goods or any part thereof.
4. Submission of the bids.
4.1 All bids complete in all respect must be submitted online on or before the
Bid Closing date and time as mentioned on Critical Data Sheet. Tenders
received without earnest money etc. shall be rejected.
4.2 Tender documents are available on IIT (BHU)
website: www.iitbhu.ac.in/iitnotifications/purchase_enquiries/and Central
Public Procurement Portal (CPPP) https://eprocure.gov.in/eprocure/app.
4.3 Interested bidders may submit their bid through Central Public Procurement
Portal (CPPP) https://eprocure.gov.in/eprocure/app.
33
5. Other Conditions for bid submission
5.1 Any conditional bid shall not be considered and will be out rightly rejected in
the very first instance.
5.2 The bidder shall quote the Technical and Financial bids as per the format
enclosed for the same.
5.3 The earnest money will be forfeited if the bidder withdraws from the tender
at any stage.
5.4 The bidder must include the list of Organisation where they have provided
similar services at least in the last 3 years, along with name, phone and fax
number of the contact person there, so that references for their services can
be obtained, if required.
6. Other General Conditions
6.1 IIT (BHU) being an Educational Institution, the Service Provider will not
allow or permit his employees to participate in any trade union activities or
agitation in the premises of the owner.
6.2 All personnel/employees/workmen employed by the Service Provider shall
be, preferably, below 55 years with good health and sound mind. The
personnel/employees/workmen of the Service Provider shall be liable to
security screening by the Security Staff deployed by IIT (BHU).
6.3 The Service Provider shall appoint fully qualified and competent workers as
per the requirement and eligibility mentioned at para 3 (b) above at their
own cost, to ensure that the services rendered by them are the best.
6.4 The employees employed by the Service Provider shall always be under the
direct and exclusive control and supervision of the Service Provider and the
Service Provider may transfer its employees /workmen and in accordance
with their needs in consultation with the Institute. Adequate and necessary
numbers of employees / workmen are deployed by the Service Provider for
fulfilment of their contractual obligations under this agreement. It shall be
the sole responsibility of the Service Provider to ensure that
employees/workmen, deployed by him, fulfil the obligations undertaken by
the Service Provider under this agreement and the Service Provider shall
provide such employees/workmen at his own cost, with such equipment as
may be considered necessary.
6.5 Any theft or damage caused due to negligence of the Service Provider shall
be borne by the Service Provider. Appropriate amount of penalty after due
consideration and hearing will be imposed by Director, IIT (BHU) or an
officer nominated by him on his behalf, and the same will be deducted from
the monthly bill of the Service Provider.
6.6 No residential accommodation shall be provided by the Institute. The Service
Provider shall have to make his own agreement for the lodging and boarding
for their workmen.
34
6.7 IIT (BHU) will not be responsible for any injury, accident, disability, or loss
of life to the Service Provider or to any of its personal that may take place
while on daily or conservancy duties. Any compensation or expenditure
towards treatment of such injury, accident or loss of life shall be the sole
responsibility of the Service Provider. The Service Provider has to make his
own arrangements towards health insurance, accidental and disability
coverage and domiciliary treatments of all personal engaged by them under
their pay roll and submit a proof to this effect.
6.8 Compliance of policy regulation viz., payment of central government
minimum wages act, employers liability act, contract labour (regulation &
abolition) act, the workmen compensation act, industrial dispute act,
maternity benefit act, employee state insurance act, provident fund act,
miscellaneous provision act and labour license of state and central
government, as on the date in existence or revised/changes in the future,
will be whole sole responsibility of the Service Provider. In this regard the
Service Provider at all-time should indemnify IIT (BHU) against all claims
and will maintain necessary books, logs, register, verification, returns,
receipts, computerized database etc., mandatory as per the law and as per
the government rules and make its available for inspection/verification to
the concerned government officer/labour enforcement officer/regional
provident fund commissioner, as and when required. Failure to comply such
instructions will lead to imposition of fine by State/Government machinery
and summary termination of contract and/or such other action as the
Government may deem fit. A copy of all such compliances, statements,
payments made to the statutory authorities etc., including registration
number shall be provided to the IIT (BHU) authority for verification and
record.
6.9 The selected Firm/Agency shall be solely responsible for the redressal of
grievances of the persons employed. IIT (BHU) shall in no way be responsible
for settlement of such issue.
6.10 IIT (BHU) shall not be responsible for any damages, losses, FINANCIAL or
other injury claims to any person deployed by service providing agency in
the course of their performing the functions/duties, or for payment towards
any compensation.
6.11 The manpower deployed by the Service Provider for the contract job shall not
be entitled for claim, pay, perks and other facilities which may be admissible
to casual, ad-hoc regular / confirmed employees of IIT (BHU) during the
currency or after expiry of the contract. In case of termination of the
contract also, the persons deployed by the Service Provider shall not be
entitled to or and will have any claim for absorption or relaxation for
absorption in the regular / otherwise capacity in IIT (BHU). The Service
Provider should communicate the above to all the manpower deployed in IIT
(BHU) by the Service Provider.
35
6.12 The Tax Deduction at Source (T.D.S.) shall be deducted as per the provisions
of the Tax Department, as amended from time to time and a certificate to
this effect shall be provided to the Service Provider by IIT (BHU).
6.13 In case, the Service Provider fails to comply with any statutory / taxation
liability under appropriate law, and as a result thereof IIT (BHU) is put to
any loss / obligation, monetary or otherwise, IIT (BHU) will be entitled to get
itself reimbursed out of the outstanding bills or the Performance Security
Deposit of the agency, to the extent of the loss or obligation in monetary
terms.
6.14 Except as otherwise provided elsewhere in the contract, if any dispute,
difference, question or disagreement or matter whatsoever, shall, before or
after completion or abandonment of work or during extended period,
hereafter arises between the parties, as to the meaning, operation or effect of
the contract or out of or relating to the contract or breach therefore, shall be
referred to a Sole Arbitrator to be appointed by the Director of the Institute
at the time of the dispute.
6.15 It is a term of the contract that the party invoking arbitration shall specify
all disputes to be referred to arbitrator at the time of invocation of
arbitration under the clause. It is a terms of the contract that cost of an
arbitration shall be borne by the parties them self. The venue of arbitration,
if any, shall be at Varanasi. Subject as aforesaid the provision of the
Arbitration and Conciliation Act 1996 and any statutory modification or re-
enactment thereof rules made there under and for the time being in force
shall apply to the arbitration proceedings under this clause.
6.16 The IIT(BHU) reserves the right to terminate the contract without assigning
any reason by giving a notice of one month. The Service Provider will also
have to serve a notice of equal period, if he wishes to terminate the contract.
7. Terms of Payment:
All the payments shall be as per point no.-5 of Section-VI.
8. Legal
8.1 Compliance of policy regulation viz., payment of central government minimum
wages act, employers liability act, contract labour (regulation & abolition) act,
the workmen compensation act, industrial dispute act, maternity benefit act,
employee state insurance act, provident fund act, miscellaneous provision act
and labour license of state and central government, as on the date in
existence or revised/changes in the future, will be whole sole responsibility of
the Service Provider. In this regard the Service Provider at all-time should
indemnify IIT (BHU) against all claims and will maintain necessary books,
logs, register, verification, returns, receipts, computerized database etc.,
mandatory as per the law and as per the government rules and make its
available for inspection/verification to the concerned government
36
officer/labour enforcement officer/regional provident fund commissioner, as
and when required. Failure to comply such instructions will lead to
imposition of fine by State/Government machinery and summary termination
of contract and/or such other action as the Government may deem fit. A copy
of all such compliances, statements, payments made to the statutory
authorities etc., including registration number shall be provided to the IIT
(BHU) authority for verification and record.
8.2 For all intents and purposes, the bidder shall be the "Employer" within the
meaning of different Labour Legislations in respect of manpower so employed
and deployed at IIT (BHU) for the housekeeping and catering services.
8.3 The manpower deployed by the Service Provider for the contract job shall not
be entitled for claim, pay, perks and other facilities which may be admissible
to casual, ad-hoc regular / confirmed employees of IIT (BHU) during the
currency or after expiry of the contract. In case of termination of the contract
also, the persons deployed by the Service Provider shall not be entitled to or
and will have any claim for absorption or relaxation for absorption in the
regular / otherwise capacity in IIT (BHU). The Service Provider should
communicate the above to all the manpower deployed in IIT (BHU) by the
Service Provider.
8.4 The selected Firm shall also be liable for depositing all taxes, levies, Cass etc.
on account of service rendered by it to IIT (BHU) to concerned tax collection
authorities from time to time as per extant rules and regulations.
8.5 The selected Firm shall maintain all statutory registers under the applicable
Law. The agency shall produce the same on demand to the concerned
authority of IIT (BHU) or any other authority under Law.
8.6 In case, the Service Provider fails to comply with any statutory / taxation
liability under appropriate law, and as a result thereof IIT (BHU) is put to any
loss / obligation, monetary or otherwise, IIT (BHU) will be entitled to get itself
reimbursed out of the outstanding bills or the Performance Security Deposit
of the agency, to the extent of the loss or obligation in monetary terms.
8.7 The selected Firm will indemnify IIT (BHU) from all legal, FINANCIAL,
statutory, taxation, and associated other liabilities.
8.8 To resolve any dispute/legal issue matter will be referred to Director, IIT
(BHU) or a person nominated by him. If any dispute/legal issues are not
settled through arbitration, then legal jurisdiction would be Varanasi only.
8.9 Except as otherwise provided elsewhere in the contract, if any dispute,
difference, question or disagreement or matter whatsoever, shall, before or
after completion or abandonment of work or during extended period, hereafter
arises between the parties, as to the meaning, operation or effect of the
contract or out of or relating to the contract or breach therefore, shall be
referred to a Sole Arbitrator to be appointed by the Director of the Institute at
the time of the dispute. Subject as aforesaid the provision of the Arbitration
and Conciliation Act 1996 and any statutory modification or re-enactment
37
thereof rules made there under and for the time being in force shall apply to
the arbitration proceedings under this clause.
9. Contract Amendments
No variation in or modification of the terms of the Contract shall be made except by
written amendment signed by the parties.
10. Subcontracts
The Service Provider shall notify the Institute in writing of all sub contracts
awarded under this Contract if not already specified in the bid. Such notification,
in his original bid or later, shall not relieve the Service Provider from any liability
or obligation under the Contract.
11. Delays in the Service Provider's Performance
If at any time during performance of the Contract, the Service Provider or its sub-
Service Provider(s) should encounter conditions impeding timely delivery of the
Goods and performance of Services, the Service Provider shall promptly notify the
Institute in writing of the fact of the delay, it's likely duration and its cause(s). As
soon as practicable after receipt of the Service Provider's notice, the Institute shall
evaluate the situation and may, at its discretion, extend the Service Provider's time
for performance with or without penalty, in which case the extension shall be
ratified by the parties by amendment of the Contract.
12. Damages and Losses
Upon end of contract/termination thereof, the Service Provider is liable to return
materials, if any issued to him to IIT (BHU) in good working condition barring
normal wear and tear. For shortage/misplacement/theft, replacement cost of the
items will be recovered from the final bill or security deposit of the Service Provider
as the case may be.
13. Complaints
The Service Provider shall attend to all the complaints and address as early as
possible to the satisfaction of IIT (BHU).
14. Force Majeure
In the event of either party being rendered unable by Force Majeure to perform any
obligation required to be performed by them under this agreement, the relative
obligation of the affected party by such force majeure shall be suspended for the
period during which such cause lasts. The term "force majeure" as employed
herein shall mean, acts of god, war revolt, riots, fire, flood and act and regulations
of the Government of India or any of its authorized agencies.
Upon the occurrence of such cause and upon its termination the party alleging
that it has been rendered unable as aforesaid thereby shall notify the other party
38
in writing within 7(seven) days of the alleged beginning and ending therefore giving
full particulars and satisfactory proof.
Time for performance or relative obligation suspended by the Force Majeure shall
be extended by the period for which cause lasts or condoned by the Institute
without any penalty. If the work is suspended by force majeure conditions lasting
for more than 1 (one) month, the Institute shall have the option to authorize the
contract in whole or part therefore at its own discretion. Any situation of force
majeure shall not be payable by the Institute under any circumstances. For the
period of force majeure, no amount shall be payable to the Service Provider.
15. Penalty
If the Service Provider fails to perform the Services within the period(s) specified in
the Contract, the Institute shall, without prejudice to its other remedies under the
Contract, deduct from the Contract Price, as penalty, assume equivalent to 1% per
week and the maximum deduction is 10% of the contract price of the delivered
price of the delayed Goods or unperformed Services for each week or part thereof of
delay until actual delivery or performance. Once the maximum is reached, the
Institute may consider termination of the Contract.
Further, the Institute reserves the right to impose financial penalty to be deducted
from the monthly bill for habitual short attendance of man power, non-
maintenance of cleanliness and for violation of any other condition which may lead
to non performance of contractual obligations.
Unforeseen and weird circumstances will be dealt separately and quantum of
penalty will be decided by the Institute. The decision of the Director, IIT (BHU) will
be final and binding in this regard.
16. Termination of Contract
16.1 If the services of the Service Provider are not found satisfactory they will be
issued a written notice for improvement by the IIT (BHU) authority. If
satisfactory improvement is not found (within 2 weeks)after this notice,
penalty for poor service as specified in the agreement, a final two months'
notice will be issued to the Service Provider by the IIT (BHU) authority to
terminate the contract without prejudice to any rights or privileges accusing
to either party prior to such termination. During the period of notice both
parties shall continue to discharge their duties and obligation.
16.2 IIT (BHU) reserves the right to terminate the contract by giving a two
months' notice to the agency besides immediate termination of contract.
16.3 The Institute in any situation will not be under any obligation to pay
compensation or make the payment for which services are not rendered.
16.4 In case of breach of any terms and condition of the contract, the
Performance Security Deposit of the Service Provider will be liable to be
forfeited, beside immediate termination of contract or other lawful action
that may be taken against the Service Provider.
39
16.5 If the Service Provider, in the judgment of the IIT (BHU) has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract, the IIT (BHU) may, without prejudice to any other remedy for
breach of contract, by written notice of default sent to the Service Provider,
terminate the Contract in whole or part.
40
SECTION - XII
Service Level Agreement
This agreement is made at Varanasi on ........................ between the Indian Institute
of
Technology (Banaras Hindu University), Varanasi hereinafter to be called the First
Party through its Director or his representative and M/s ................... hereinafter to be
called the Second Party.
Whereas the First Party is on the lookout for a suitable party for its accounting, tax
filing and other related works for the financial year 2019-20.
Whereas M/s ................... hereinafter to be called the Second Party on the other part
has quoted the rates, agreeable to the First Party, to carry out the work to the
satisfaction of the First Party.
Both the parties herby agree on the terms and conditions set out hereinafter before the
witnesses as set forth herein.
1. PERIOD OF CONTRACT:
The contract will be for a period of 1 (one) year initially with a trial period of 3
(three) months. If the services during the trial period are satisfactory, the contract
will be renewed for the remaining period of 9 (Nine) months. In case the services
during the trial period are not satisfactory, the contract will be terminated with two
weeks' notice. The IIT(BHU) may renew/extend the contract to such further
period(s), as it may deem proper and in any case not exceeding 3 (three) years from
the date of commencement of work, having regard to the quality and manner of the
Service Provider's performance. However, it shall be with consent/written request
by the Service Provider in this regard.
However, first party reserves its right to terminate the agreement by giving one
month advance notice at any time during currency of the contract if the service of
the agency is not satisfactory as per the opinion of first party or its representative.
(i) The Second Party shall withdraw forthwith the person/persons either suo-
motu or as desired by the First Party, if he/they, is/are found no longer
desirable to work on the premises of the First Party.
(ii) In case of requirements of additional manpower, Machines/Tools, the
Second Party will provide the required additional manpower,
Machines/Tools to the First Party within a fortnight of submission of
requirement.
41
(iii) The persons deployed for work should not be involved in any police case.
Police verification certificate for the persons deployed for work has to be
submitted by the Service Provider. A verification report in respect of all the
personnel of Service Provider from the concerned police station of concerned
residential areas should be submitted and also list of employees with bio-
data of each employee posted to the Institute along with photo and thumb
impression should be handed over to the designated officer of IIT (BHU). Any
changes should be informed immediately.
(iv) The Second Party shall carry out supervision/overseeing of persons
deployed in the First Party premises. The First Party shall not have any
direct control over them. The First Party will have the right and discretion to
ensure that work is carried out as per the contract and complete satisfaction
of the First Party.
(v) The Second Party will ensure that these workers remain confined only to the
assigned jobs and they should not involve or interfere in any other activities
of the First Party.
(vi) The Second Party will ensure that persons deployed by the Second Party,
who have to perform the work, shall not join any union or interfere with
internal working of the establishments of the First Party.
(vii) The Second Party will depute one person from its own establishment for
monitoring of the work and verification of daily attendance of the workers
deployed by the Second Party at the premises of the First Party. The said
deputed person will report to the designated officer of the First Party for
further conformation on daily basis. Further, such deputed person will be
available as and when required for any verification.
(viii) The duty hours of the persons deployed by the second party shall be as
desired by the First Party.
(ix) The personnel deployed by the Second party at the premises of the First
Party shall not have claim to become employees of the First Party and there
will be no Employee and Employer relationship between the personnel
engaged by the Second Party for deployment at the First Party.
2. PAYMENT OF WAGES
All the payment shall be as per point no.-5 of Section-VI of the tender document.
In the event of the contract not being performed or carried out to the satisfaction of
the First Party, the First Party will be at liberty to terminate this agreement without
any notice and/or compensation in lieu thereof.
42
3. PERFORMANCE SECURITY:
The Second Party will deposit 10% of the bid amount towards Performance
Security in the form of Bank Guarantee in favour of "Registrar, IIT (BHU)",
Varanasi. The performance security shall be released only after 90 days of
completion of the contract or otherwise and if there is no recoverable from the
Second Party. The amount shall be interest free in the form of security deposit for
due and complete performance of the terms & conditions of this license. The said
performance bank guarantee shall be valid for the period of license under the
agreement. This security money will be refunded after three month of expiry of
contract or its termination. The First Party shall be entitled to adjust any claim/
penalty/ due amount from the said security deposit.
4. MISCELLANEOUS:
(i) In case any damage is caused to the property or products of the First Party by
the persons engaged by the Second Party under this contract or if any
instance of theft takes place owing to the involvement of the persons or
otherwise, the Second Party shall reimburse the cost of such damage to the
First Party suitably.
(ii) The Second Party shall obtain proper license as required under the law and
will be responsible for any violation of rules and regulations governing the
same. Soon after, the job is completed; the Second Party shall take all the
persons deployed by him from the premises of the First Party.
5. The Second Party shall be bound to provide full support and help in extinguishing
any fire that breaks out anywhere. In case, if it is due to mishandling or any other
reasons by any person deployed by Second Party, the full damage will be recovered
from the Second Party.
6. All correspondence pertaining to this contract shall be addressed to the authorized
representative of the First Party
7. In the case of any dispute the decision of the Director of the Institute shall be final
and binding on both the parties. All disputes and differences between both the
parties shall be settled amicably and between the parties. In case disputes still
presents, the same shall be referred to the sole arbitrator to be appointed by the
Director of the FIRST PARTY in consideration with the SECOND PARTY. The
provision of the Arbitration And Conciliation Act, 1996 shall apply to the
arbitration.
8. All the litigations will be subject to the jurisdiction of courts at Varanasi.
43
9. The Second Party shall be responsible for any accident/death during deployment of
all the workers by the Second Party at the premises of the First Party or outside
the premises for the work of First Party.
All the documents submitted during the process of tendering by the Second Party
including the Tender Document issued by the First Party for the purpose, shall be
presumed to form the part of the Agreement.
M/s ...................... for and on behalf
Indian Institute of Technology
(Banaras Hindu University)
Varanasi
Second Party First Party
1. Witness: 1. Witness:
(a) Signature ...................................... (a) Signature ......................................
(b) Name ............................................ (b) Name ............................................
(c) Address ......................................... (c) Address .........................................
...................................................... ......................................................
2. Witness: 2. Witness:
(a) Signature ...................................... (a) Signature ......................................
(b) Name ............................................ (b) Name ............................................
(c) Address ......................................... (c) Address .........................................
...................................................... ......................................................
44
Annexure - II
FORMAT FOR PERFORMANCE BANK GUARANTEE (PBG)
(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred)
(TO BE ESTABLISHED THROUGH ANY OF THE NATIONALISED COMMERCIAL BANKS
(WHETHER SITUATED AT VARANASI OR OUTSTATION) WITH A CLAUSE TO ENFORCE
THE SAME ON THEIR LOCAL BRANCH AT VARANASI)
To,
The Registrar,
Indian Institute of Technology (BHU),
Varanasi-221005
LETTER OF GUARANTEE
WHEREAS Indian Institute of Technology (BHU), Varanasi (Procuring Entity) has
invited tender vide Tender No............................... dated............................ for procurement
of ........................................................ AND WHEREAS the said tender document requires
that eligible successful bidder (Service
Provider)...................................................................... wishing to supply the
service............................................................................................................................
in response thereto shall establish an irrevocable Performance Bank Guarantee in favour
of " The Registrar, Indian Institute of Technology (BHU), Varanasi" in the form of Bank
Guarantee for Rs ................................ (10% of the contract value) and the Performance
Bank Guarantee shall remain valid for a period of 60 (sixty) daysbeyond the date of
completion of all contractual obligations of the Service Provider, including warranty
obligationsfrom the date of issue of Performance Bank Guarantee and the eligible
successful bidder (the Service Provider) shall submit the same within 14 (Fourteen) days
from the date of Award of Contract.
NOW THIS BANK HEREBY GUARANTEES that in the event of the said bidder
(Service Provider) fails to abide by any of the conditions referred to in tender document /
Award of Contract, this Bank shall pay to Indian Institute of Technology (BHU), Varanasi
on demand and without protest or demur Rs ........................
(Rupees......................................).
This Bank further agrees that the decision of Indian Institute of Technology (BHU),
Varanasi (Procuring Entity) as to whether the said bidder (Service Provider) has committed
a breach of any of the conditions referred in tender document / Award of Contract shall be
final and binding.
We, .................................................. (name of the Bank & branch) hereby further
agree that the Guarantee herein contained shall not be affected by any change in the
constitution of the bidder (Service Provider) and/ or Indian Institute of Technology (BHU),
Varanasi (Procuring Entity). Notwithstanding anything contained herein:
45
1. Our liability under this Bank Guarantee shall not exceed Rs.
............................................. .(Indian Rupees ..................................... only).
2. This Bank Guarantee shall be valid up to ..........................(date) and
3. We are liable to pay the guaranteed amount or any part thereof under this bank
guarantee only and only if IIT (BHU), Varanasi serve upon us a written claim or demand on
or before ..........................(date). This Bank further agrees that the claims if any, against
this Bank Guarantee shall be enforceable at our branch office at ........................................
situated at .............................. (Address of local branch).
Yours truly,
Signature and seal of the guarantor:
Name of Bank:
Address:
Date:
46
Annexure III
FORMAT OF BANK GUARANTEE FORM
1. This guarantee should be furnished by a Nationalized Bank / scheduled Bank,
authorized by RBI to issue a Bank Guarantee.
2. This bank guarantee should be furnished on stamp paper of Rs. 100/-
3. The stamp paper should have been purchased in the Name of the Bank executing the
Guarantee.
-------------------------------------------------------------------------------------------------------
DATE:
BANK GUARANTEE NO:
Ref.: ______________________
To
Indian Institute of Technology
(Banaras Hindu University)
Varanasi-221005
Dear Sirs,
In accordance with your `Invitation to Bid" under your Tender No:
___________________________________ M/s:
_______________________________________________ herein after called the Contractor,
with the following Directors on their Board of Directors / partners of the firm.
1.__________________________________ 2.__________________________________
3. __________________________________ 4. __________________________________
Agrees for the contract:
As an irrevocable Bank Guarantee for an amount of
Rs._________________________________________(in words and figures) valid for
________________days from _________________________________ is required to be submitted by
the Contractor/Supplier which amount is liable to be forfeited by IIT (BHU), Varanasi in
the event of 1) the withdrawal or revision of the offer by the Bidder as a condition within
the validity period. (2) non-acceptance of the Letter of Intent /Award of
Contract by the bidder when issued within the validity period. (3) failure to furnish the
valid contract performance guarantee by the bidder within one month from the receipt of
the award of Contract and (4) on the happening of any contingencies mentioned in the bid
documents such as
_____________________________________________________.
We, the _____________________________________ Bank at________________________________
having our Head office at __________________________________________ (Local address)
Guarantee and undertake to pay immediately on first demand by IIT (BHU) the amount
of__________________________________________________________________ (in figure and words)
without any reservation, protest, demur and recourse. Any such demand made by IIT
(BHU) shall be conclusive and binding on the Bank irrespective of any dispute or
difference.
The guarantee shall be irrevocable and shall remain valid up to
___________________________ (This date should be 6 months after execution of the order). If
47
any further extension of this guarantee is required the same shall be extended to such
required period (not exceeding one year) on receiving instruction from
M/s_____________________________________________________on whose behalf this guarantee
is issued.
In witness whereof the Bank, through its authorized officer has set its hand and stamp on
this
____________________________day of__________________________ at
_____________________________ witness __________________________________________.
WITNESS
(Signature)...............
Name in (Block letters)
Designation ............
(Staff Code No.) ..................
(Bank's common Seal)
Official address:
Attorney as per power of Attorney No.
Date:
Signature Not Verified
Digitally signed by GANGESH SHAH
GONDWANA 48
Date: 2019.07.19 17:50:45 IST
Location: eProcure
|