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

Maharashtra State Rural Livelihoods Mission, Navi Mumbai, Maharashtra
July, 29th 2021

REQUEST FOR BID
(Open E - Tender)

Selection of Statutory Auditor Firm for statutory audit of MSRLM &
Other Scheme for the FY- 2020-21 & 2021-22

Tender Ref No.: MSRLM/SMMU/Statutory Auditor /04/2020-21
eTender ID: 2021_MSRLM_706855
Date:- 27/07/2021

Issued by:
UMED - Maharashtra State Rural Livelihood Mission
Rural Development & Water Conservation Department

Government of Maharashtra
5th Floor, CIDCO Bhawan, CBD Belapur (South Wing)

Navi Mumbai – 400 614
Tel: 022 27562552

Website: http://www.umed.in

1
I. Disclaimer

a) The Chief Executive Officer of Maharashtra State Rural Livelihoods Mission (MSRLM), on behalf of
Rural Development Department Government of Maharashtra hereinafter referred to as ‘‘Tender
Inviting Authority (TIA) has issued this Notice Inviting Tender (hereinafter referred to as the
“Tender Document”) for Selection of Statutory Auditor(CA) Firm for statutory audit of MSRLM
& Other Scheme for the FY- 2020-21 & 2021-22

b) This tender document has been prepared with intent to invite prospective applicants / consultancy
/ CA firm and to assist them in making their decision of whether or not to submit a bid. It is hereby
clarified that this tender is not an agreement and the purpose of this tender is to provide the
consultancy/ CA firm (s) with the information to assist them in the formulation of their bids. This
tender document does not purport to contain the entire information consultancy / CA firms may
require. This tender may not be appropriate for all persons or entities and it is not possible for the
TIA to consider the investment objectives, financial situation and particular needs of each
consultancy /CA firm.

c) MSRLM has taken due care in preparation of information contained herein. However, this
information is not intended to be exhaustive. The interested CA firms are required to make their
own inquiries so that they do not solely rely on the information contained in this tender document
in submitting their bids. This tender document includes statements, which reflect various
assumptions and assessments arrived at by the TIA in relation to the project. Such assumptions,
assessments and statements do not purport to contain all the information that each consultancy /
CA firm may require.

d) This tender is not an agreement by or between the TIA and the prospective consultancy / CA firms
or any other person and the information contained in this document is provided on the basis that it
is non–binding on the TIA, any of its authorities or agencies, or any of their respective officers,
employees, agents, or advisors. The TIA makes no representation or warranty and shall incur no
liability under any law as to the accuracy, reliability or completeness of the information contained
in the tender document. Each consultancy / CA firm is advised to consider this document as per his
understanding and capacity. The consultancy / CA firms are also advised to do appropriate
examination, enquiry and scrutiny of all aspects mentioned in this document before bidding. The
consultancy / CA firms are also requested to go through this tender document in detail and bring to
notice of the TIA, any kind of error, misprint, inaccuracies, or omission in the document. The TIA
reserves the right not to proceed with the project, to alter the timetable reflected in this document,
or to change the process or procedure to be applied. It also reserves the right to decline to discuss
the project further with any party submitting the bid.

e) No reimbursement of cost of any type will be paid to persons or entities submitting a bid. The
consultancy / CA firm shall bear all costs arising from, associated with or relating to the
preparation and submission of its bid including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be
required by the TIA or any other costs incurred in connection with or relating to its bid.

f) This issue of tender does not imply that the TIA is bound to select and technically qualify bids or to
appoint the selected consultancy / CA firm, as the case may be and it reserves the right to reject all
or any of the bids without assigning any reasons whatsoever.

g) The TIA may, in its absolute discretion but without being under any obligation to do so, update or
amend the information contained in this tender document before bid submission deadline.

2
h) The TIA, its employees and advisors make no representation or warranty and shall have no liability
(for any cost, damage, loss or expense which may arise from or is incurred or suffered on account
of anything contained in this tender document or otherwise, including but not limited to the
accuracy, adequacy, correctness, completeness or reliability of the tender document and any
assessment, assumption, statement or information contained therein or deemed to be part of this
document or arising in any way with eligibility of consultancy firm for participation in the bidding
process) towards any Applicant or consultancy firm or a third person, under any law, statute, rule,
regulation or tort law, principles of restitution or unjust enrichment or otherwise.

i) The TIA also accepts no liability of any nature whether resulting from negligence or otherwise
caused arising from reliance of any consultancy / CA firm upon the statement contained in this
tender document.

j) Interested consultancy/ CA firms, after careful review of all the clauses of this ‘Notice Inviting Bid’,
are encouraged to send their suggestions in writing to the TIA. Such suggestions, after a review,
may be incorporated into this tender document as a corrigendum, which shall be uploaded onto the
e-tendering website https://mahatenders.gov.in.

k) All eligible consultancy / CA firms need to be registered on the following portal to generate login
credentials and to download the bid documents for online bid preparation / decryption etc.
https://mahatenders.gov.in.

II. Background Information
Detailes are described in ToR

III. Objective of Assignement
To select the CA (Chatered Accountant) firm for statutory audit of MSRLM & All
others Schemes implemented by MSRLM for the FY -2020-21 & 2021-22.

3
1. Invitation of Bid

The Chief Executive Officer of Maharashtra State Rural Livelihoods Mission (MSRLM) invites Online

Bids through e-Tender portal (https://mahatenders.gov.in) from eligible consultancy / CA firms for

Selection of Statutory Auditor (CA) Firm for statutory audit of MSRLM & Other Scheme for the FY-

2020-21. The selection of cinsultancy firm will be based on Least Cost Selection (LCS) Method.The

consultancy / CA firms are advised to study this tender document carefully and visit the site before

submitting their bids in response to this Notice Inviting Tender. The submission of a bid in response

to this tender shall be deemed to have been done after careful study and examination of this

document and the actual site survey with full understanding of its terms, conditions and

implications.

a) The complete tender document has been published on https://mahatenders.gov.in. The

downloaded bid document shall be considered valid for participation in the electronic bidding

process (e-Tendering) subject to the submission of required tender/ bidding document fee and

EMD.

b) The consultancy / CA firms who wish to participate in this bidding process must register on -

https://mahatenders.gov.in

c) A Two (2) envelope selection procedure shall be adopted.

d) The CA firms (authorized signatory) shall submit their offer online in electronic formats for

Technical and Commercial bids. The tender document fee and Earnest Money Deposit (EMD) should

be submitted online as per the details provided in the bid document.

e) The TIA will not be responsible for any delay or error in online submission due to any reason. For

this, consultancy / CA firms are requested to upload the complete required bid documents well in

advance so as to avoid issues like slow speed, or any other unforeseen problems. For queries related

to bid submission, the consultancy / CA firms may contact the helpdesk number mentioned on

https://mahatenders.gov.in

f) The consultancy / CA firms are also advised to refer “Bidders Manual Kit” available on

https://mahatenders.gov.in for further details regarding the e-tendering process.

1.1 Key Events and Dates

Sr. Particulars Dates

No.

1 Date & Time for commencement of downloading Date : 27/07/2021 Time: 10.00 hrs

tender document

2 Last date & Time for sending requests for Date : 30/07/2021 Time: 17.00hrs

clarifications

3 Last Date & time for downloading the tender Date : 10/08/2021 Time:16.30 hrs

document

4 Date, Time and place of Pre- Bid meeting NA due to Corona pandamic Situation

5 Last Date (deadline) & Time for submission of bids Date : 10/08/2021 Time: 16.30 hrs

6 Date and Time for Opening of Technical Bids Date : 11/08/2021 Time: 16.30hrs

7 Date and Time for Opening of Commercial Bids Will be published on

https:mahatenders.gov.in

Note: consultancy/ CA firms are requested to frequently visit https://mahatenders.gov.in to see
any change in scheduled dates, and for any other changes made in the bidding document through
corrigendum etc. If there is any difference between date mentioned in tender document and date
mentioned on https://mahatenders.gov.in, in such case date mentioned on
https://mahatenders.gov.in is final.

4
1.2 Other Important Information related to Bid

Sr. Information Details
No.

1. Tender Fee Rs. 4200/- (Rupees FOur thousand two hundred
only) to be paid online on the e-tendering portal at
the time of submission of the tender

2. Earnest Money Deposit (EMD) Rs. 70,000/- (Rupees Seventy thousand only) to be

(to be paid online) paid online on the e-tendering portal at the time of

submission of the tender.

3. Bid Validity Period 120 days from the date of opening of the technical
bid

4. Performance Security 5% of the quoted value for one year

5. Last date for furnishing Within fifteen (15) days of the date of award of

Performance Security in the contract Notification. The Performance Security

form of Bank Guarantee or shall be valid for 60 days after the ending of the

Demand Draft rate contract/extended date of rate contract

6. Last date for signing the As intimated in Letter of Acceptance by the Tender

contract Inviting Authority

SD/-
Chief Executive Officer
Maharashtra State Rural Livelihoods Mission

5
2. Instructions to Consultancy / CA Firms

This section includes all the important information required to bid for this project.

2.1 General Information and Guidelines

a) The TIA invites bids from eligible consultancy/ CA Firms as per the scope & technical Criteria
mentioned in this tender document.

b) Any contract that may result from this bidding process will be effective from the date of Signing of
Contract and shall, unless terminated earlier in accordance with its terms, continue for a period of
one year which may be extended by as per the need and on the performance of the CA Firm.

c) The TIA reserves the right to extend the Term on mutually agreed terms at the sole discretion of
the TIA, subject to any obligations under applicable law.

d) All information supplied by the consultancy/ CA Firms may be treated as contractually binding on
the consultancy / CA Firms, on the successful award of the assignment by the TIA on the basis of
this tender document.

e) No commitment of any kind, contractual or otherwise shall exist unless and until a formal written
contract has been executed by or on behalf of the TIA. Any notification of preferred consultancy /
CA Firm status by the TIA shall not give rise to any enforceable rights by the consultancy / CA
Firm. The TIA may cancel this public procurement at any time prior to a formal written contract
being executed by or on its behalf.

f) This tender document supersedes and replaces any previous public documentation &
communications, and the consultancy Firm should place no relince on such communications.

g) All figures of costs, project values and others should be mentioned in Indian Rupees only.

h) No consultancy / CA Firm shall submit more than one Bid for this tender.

2.2 Consortium Conditions: Not Applicable.
2.3 Tender Document Fees

The consultancy / CA Firms are requested to pay Tender fees as mentioned in the clause 1.2
through the e-Tender Portal’s Payment Gateway. The Tender fee is non-refundable. The tender
document can be downloaded free of cost from the portal: https://mahatenders.gov.in, on
registration. The bids that are not accompanied by the tender fee shall be considered non-
responsive and will be rejected.
2.4 Earnest Money Deposit (EMD)
The consultancy/ CA Firms are requested to deposit the EMD as mentioned in the clause 1.2
through the Online Payment Gateway as integrated in the https://mahatenders.gov.in e-
tendering solution.
a) The EMD shall be denominated in Indian Rupees only. No interest will be payable to the

consultancy/ CA Firm on the amount of the EMD.
b) The EMD should be valid for 90 days from the date of technical bid opening.
c) The bids submitted by consultancy / CA Firms without the prescribed EMD, will be rejected.
d) The Unsuccessful CA Firm’s EMD will be returned within 120 days from the date of opening

of the commercial bid.
e) The EMD of successful consultancy / CA Firm will be returned after the award of contract and

submission of the Performance Security in the form of Bank Guarantee / Demand Draft
within specified time and in accordance with the format given in the tender document.
f) The EMD may be forfeited:

6
1. If a consultancy / CA Firm withdraw his bid or increases his quoted prices during the

period of bid validity or its extended period, if any.

2. If successful CA Firm fails to sign the Contract or to furnish Performance Security in the

form of Bank Guarantee / Demand Draft within specified time in accordance with the

format given in the tender document.

3. If during the bid process, a consultancy / CA Firm indulges in any such deliberate act as

would jeopardize or unnecessarily delay the process of bid evaluation and finalization.

The decision of the TIA regarding forfeiture of the EMD shall be final and binding upon

consultancy/ CA Firms.

4. If during the bid process, any information is found false/fraudulent/mala fide, then the

TIA shall reject the bid and, if necessary, initiate action.

2.5 Contact Details

For any clarifications & communication with regards to the tender document, the CA Firms are

expected to communicate at the contact information provided below:

S. No Particulars Details

1 Designation Deputy Director – Finance & Accounts / Sr. Account Officer /

State Mission Manager- Procurement

2 Office Address Maharashtra State Rural Livelihoods Mission, 5th Floor, CIDCO

Bhavan (South Wing),CBD Belapur, Navi Mumbai – 400614

3 Phone No. Phone : 022-27562552/54

2.6 Pre-Bid Meeting

Not applicable due to Corono Pandemic Situation.

2.7 Corrigendum / Amendment to the Tender

At any time prior to the deadline (or as extended by the TIA) for submission of bids, the TIA for

any reason, whether at its own initiative or in response to clarifications requested by the

consultancy / CA Firms, may modify the tender document by issuing amendment(s) or issue

additional data to clarify an interpretation of the provisions of this tender. Such supplements,

amendments / corrigendum to the tender document, issued by the TIA would be displayed on

https://mahatenders.gov.in and shall be deemed to be incorporated by this reference into this

tender document.

2.8 Completeness of Response

a) The consultancy/CA Firms are advised to study all instructions, forms, terms, requirements

and other information in the tender document carefully. Submission of bid shall be deemed to

have been done after careful study and examination of the tender document with full

understanding of its implications.

b) The response to this tender should be full and complete in all respects. Failure to furnish all

information required by the tender document or submission of a bid not substantially

responsive to the tender document in every respect will be at the consultancy Firm’s risk and

may result in rejection of its bid

2.9 Bid Preparation Cost

The consultancy/CA Firms shall be responsible for all costs incurred in connection with

participation in the tender process, including, but not limited to, costs incurred in conduct of

informative and other diligence activities, participation in meetings/ discussions /

presentations, preparation of bid, in providing any additional information required by the TIA

to facilitate the evaluation process, and in negotiating a definitive Service Agreement (SA) and

all such activities related to the bid process.

7
2.10 Right to Termination

The TIA may terminate the bid process at any time and without assigning any reason. The TIA
makes no commitments, expressed or implied that this process will result in a business
transaction with anyone. This tender document does not constitute an offer by the TIA. The
consultancy/CA Firm’s participation in this process may result in the TIA selecting the
consultancy/CA Firm to engage towards execution of the contract. In the event of such
termination, EMD of all consultancy/CA Firms shall be returned, without any interest.

3 Bid Submission Instructions

3.1 Online Bid Submission

a) The consultancy / CA Firm shall submit the bid online through e-tendering Portal
https://mahatenders.gov.in

b) The bids submitted, shall comprise of the following 2 envelopes:
 Envelope A: Technical Bid
 Envelope B: financial Bid in the form of BoQ

c) Modification and Withdrawal of Bids - Resubmission of bid by the consultancy / CA Firms for
any number of times before the final date and time of submission is allowed.

d) The consultancy/ CA Firm should avoid submission of bid at the last moment to avoid system
failure or malfunction of internet or traffic jam or power failure etc.

3.2 Eligibility Criteria

The consultancy / CA Firms shall fulfill all of the following eligibility criteria independently, as on
the date of submission of bid.
No Eligibility Criteria
01 The Consulting firm should be Chartered Accountant Firm and should be empanelled with

C&AG for major audit & ICAI the year 2020-21
02 The Chartered Accountant Firm must have minimum 5 full time partners(FCA) who are

fellow members of the ICAI for a period not less than 5 years ( as per certificate of ICAI
as on 01.01.2021)
03 The Chartered Accountant Firm should have an average turnover of Rs. 100 lakhs p.a. in
the last 3 FY years(i.e. 2017-18 , 2018-19 & 2019-20)
04 The Chartered Accountant Firm should have experience of at least 10 assignments of
Internal /Statutory Audit of Social Sector/External Aided Projects (excluding the
Audit of Charitable Institutions/NGOs) of State & Central Government Department
During the F.Y 2017-18, 2018-19 & 2019-20. (Per Annum assignment fees should be
Rs. 200,000/- or more )
05 The Chartered Accountant Firm should have at least 3 Statutory Audit of Social
Sector/External Aided Projects (excluding the Audit of Charitable Institutions/NGOs)
in Government Department of Maharashtra during the F.Y 2017-18, 2018-19 & 2019-
20. (Per Annum assignment fees should be Rs. 200,000/- or more )
06 The Chartered Accountant Firm should have at least 4 assignments in
implementation/Audit under PFMS of Social Sector/External Aided Projects
/working during the F.Y 2017-18, 2018-19 & 2019-20 (Based on the no. of
experience certificate).
07 Bidder should be registered under GST act.
08 The Chartered Accountant Firm or any partner of the firm should not been blacklisted or
debarred by any PSUs , State Government or Central Government Department/ Union
Territory/ Local Authority/ Central and State Government Undertaking or Government
Organizations or any other organization in respect of any assignment or behavior.

Note - The Firm selected for this assignment is not eligible for the internal audit for MSRLM & other
scheme of MSRLM.

8
3.3 Technical Bid (Envelop - A) - Documents to be uploaded

The technical bid must be submitted online as per the instructions on the portal and in this tender
document. Following documents are mandatory and should be submitted online
a) Tender Acceptance Letter:- Form - 1
b) Consultancy Firm Information:- Form- 2
c) Details of Experience / Performance Statement:- Form-3
d) Description of approach, Methodology and work plan for perofrming the assignment / job-

Form No-4
e) Turnover certificate issued by chartered accountant firm:- Form-5.
f) Details of Key experts proposed - Form No-6
g) Details Of Structure & Composition Of Team And Task Assignments– Form no-7
h) Declaration Form – 8 (To be given on Rs.100 Non Judicial stamp paper)
i) CA Firms registration with C&AG Certificate
j) ICAI Firm registration Certificate as on 01/01/2021
k) GST Registration Certificate.

Non submission of the required documents or submission of the document in a
different format / contents may lead to the rejection of the bid submitted by the CA Firm.

3.4 Financial Bid (Envelop - B)

a) The Consultancy charges / Audit fee should be submitted in BOQ format which include Lumpsum
amount inclusive of out pocket expenses like TA DA, Boarding lodging etc. for one years statutory
audit

b) Rate should be quoted without GST
c) The rates ones offered must remain fixed and must not be subject to change for whatsoever

reason within the period of the contract.
d) Percentage (or proportion) of funds involved/turnover shall not be basis for quoting the audit

fee, and in such case the proposal shall be rejected

3.5 Validity of Bid

The bid shall be valid for a period mentioned in clause no 1.2 from the date of opening of the
technical Bid. A bid valid for a shorter period may be rejected as non-responsive. In exceptional
circumstances, at its discretion, the TIA may solicit the Consultancy/ CA Firm’s consent for an
extension of the validity period. The request and the responses thereto shall be made in writing or
by email.

3.6 Corrections / errors in financial Bid
a) The Consultancy /CA Firms are advised to exercise adequate care in quoting the prices. No excuse
for corrections in the quoted figures will be entertained after the last date for submission of bids.
b) The quoted price shall be corrected for arithmetical errors by TIA.

c) In cases of discrepancy between the prices quoted in words and in figures, amount written in
words shall be considered.

3.7 Language

The bid should be submitted by the Consultancy / CA Firm in English/ Marathi/ Hindi language
only. If any supporting documents submitted are in any other language, translation of the same in
English/ Marathi / Hindi language is to be duly attested by the Consultancy/CA Firms. For
purposes of interpretation of the bid, the English translation shall govern. If any documentary
evidence for ‘Experience’ is in other languages, a true translation of the copy, attested by Notary
shall be enclosed.

9
3.8 Conditions under which Tender is issued
a) This tender document is not an offer and is issued with no commitment. The TIA reserves the
right to withdraw the tender document and change or vary any part thereof, at any stage. The TIA
reserves the right to disqualify any Consultancy/ CA Firm, should it be so necessary at any stage.
b) The timing and sequence of events resulting from this tender document shall ultimately be
determined by the TIA.
c) No verbal conversations or agreements with any official, agent, or employee of the TIA shall affect
or modify any terms of this tender document and any alleged verbal agreement or arrangement
made by a Consultancy / CA Firm with any agency, official or employee of the TIA shall be
superseded by the definitive agreement that results from this tender process. Verbal
communications by the TIA to Consultancy/CA Firms shall not be considered binding on it, nor
shall any written materials provided by any person other than the TIA.
d) Neither the Consultancy/ CA Firm nor any of the Consultancy/ CA Firm’s representatives shall
have any claims whatsoever against the TIA or any of their respective officials, agents, or
employees arising out of or relating to this tender document or these procedures (other than
those arising under a definitive service agreement with the Consultancy Firm in accordance with
the terms thereof).
e) Until the Contract is awarded and during the validity of the Contract, CA Firms shall not, directly
or indirectly, solicit any employee of the TIA to leave the office or any other officials involved in
this tender process in order to accept employment with the CA Firm, or any person acting in
collusion with the Consultancy Firm, without prior written approval of the TIA.

3.9 Right to the content of Bids
All bids and accompanying documentation of the Technical bids will become the property of the
TIA and will not be returned after opening of the Technical bids. The TIA is not restricted in its
rights, to use or disclose any or all of the information contained in the bid and can do so without
compensation to the Consultancy/ CA Firms. The TIA shall also not be bound by any language in
the bid indicating the confidentiality of the bid, or any other restriction on its use or disclosure.

3.10 Non-Conforming Bid
A bid may be construed as a non-conforming bid and ineligible for consideration if:

1. It does not comply with the requirements of this tender document.
2. It does not follow the format requested in this tender document or does not appear to address the

requirements as specified by the TIA.

3.11 Disqualification

The bid is liable to be disqualified in the following cases or in case the Consultancy/ CA Firm fails
to meet the requirements as indicated in this tender document:
a) The bid is not submitted in accordance with the procedure and formats prescribed in this

document or treated as non-conforming bid.
b) During the validity of the bid, or its extended period, if any, the Consultancy/CA Firm increases

the quoted prices.
c) The Consultancy/ CA Firm qualifies the bid with own conditions.
d) The bid is submitted in an incomplete form.
e) The information submitted in the Technical bid is found to be misrepresented, incorrect or

false, accidentally, unwittingly or otherwise, at any time during the processing of the Contract
(no matter at what stage) or during the tenure of the Contract including the extension period, if
any.
f) The Commercial bid is enclosed with the Technical bid.
g) The Consultancy/ CA Firm try to influence the bid evaluation process by unlawful /corrupt /
fraudulent means at any point of time during the tender process.

10
h) In case any one CA Firm submits multiple bids or if common interests are found in two or more
CA Firms, the CA Firms are likely to be disqualified,

i) The CA Firm fails to deposit the Performance Security in the form of Bank Guarantee or
Demand Draft or fails to enter into a Contract within specified period mentioned in the
notification of award of contract or within such extended period, as may be specified by the
TIA.

j) Any form of canvassing / lobbying / influence / query regarding short listing etc. will be
treated as disqualification. While evaluating the bids, if it comes to the TIA’s knowledge
expressly or implied, that some CA Firms may have colluded in any manner whatsoever or
otherwise joined to form an alliance resulting in delaying the processing of bid, then the CA
Firms so involved are liable to be disqualified for this Contract as well as for a further period of
four years from participation in any of the tenders floated by the TIA.

k) If the Technical bids contains any information on price, pricing policy, pricing mechanism or
any information indicative of the commercial aspects of the bid.

3.12 Acknowledgement of Understanding
By submitting the bid, each CA Firm shall be deemed to acknowledge that CA Firm has carefully
read all sections of this tender document, including all forms, schedules, annexure, corrigendum
and addendums (if any) hereto, and has fully informed itself as to all existing conditions and
limitations.

3.13 Mode Of Selection –
Selection of CA Firm will be based on the Least Cost Selection (LCS) method.

4 Bid opening and Evaluation process

4.1 Bid Opening
On the date and time specified in the tender notice following procedure will be adopted for
opening of tender for which CA Firm is free to attend him or depute an authorized officer as his
representative.

4.2 Opening of Envelop – A (Technical Bid)

Envelope No. A (Technical bid) of the Consultancy/ CA Firms will be opened online through- e
tendering procedure.

4.3 Evaluation of Technical Bid

The evaluation of the technical bids will be carried out in the following manner:
a) The Consultancy/ CA Firm’s technical bid will be scrutinized based eligibility criteria

mentioned in clause no 3.2. Consultancy/ CA Firms not fulfilling any of the eligibility criteria
shall be rejected.
b) The Consultancy/ CA Firms who will fulfill minimum eligibility criteria mentioned inclause no
3.2 will be further evaluated as per the following marking system based on the documents
submitted by the Consultancy/ CA Firms.

11
Sl. Particulars Minimum Max Evaluation Criterion

No. Criteria Mar

ks

For 5 FCA partners = 10

Number of Fellow Partners associated with marks, For each additional

1. the firm for not less than 5 years (As per 5 FCA 15 FCA Partner 1.5 Mark & ACA

certificate of ICAI as on 01.01.2021) Partner 1 Mark subject to

maximum of 15 Mark.

Minimum Turnover Rs 100 Lakhs= 10

Turnover of the firm Average 15 mark, over and above 1
mark for per10 lakhs subject
2 (Average annual in last three financial yrs.) Rs.100

Lakhs to maximum of 15 Marks.

The Chartered Accountant Firm should have Up to 10 Assignment = 10

experience of at least 10 assignments of Mark over and above 1 mark

Internal /Statutory Audit of Social per assignment subject to

3. Sector/External Aided Projects (excluding the 10 maximum 20 Mark
Audit of Charitable Institutions/NGOs) of Assignment
State & Central Government Department 20

During the F.Y 2017-18, 2018-19 & 2019-20.

(Per Annum assignment fees should be Rs.

200,000/- or more )

The Chartered Accountant Firm should have Up to 3 Assignment = 3 Mark

at least 3 Statutory Audit of Social over and above 1 mark per

Sector/External Aided Projects (excluding the assignment subject to

4. Audit of Charitable Institutions/NGOs) in 3 15 maximum 15 Mark
Government Department of Maharashtra Assignment

during the F.Y 2017-18, 2018-19 & 2019-20.

(Per Annum assignment fees should be Rs.

200,000/- or more )

Experience of the firm in For 4 assignment = 6 mark

5 implementation/Audit under PFMS of Social 4 15 over and above 1.5 mark per
Sector/External Aided Projects /working Assignment assignment subject to
during the F.Y 2017-18,2018-19 & 2019-20 maximum 15 Mark.

(Based on the no. of experience certificate)

Adequacy of the proposed Technical As per the evaluation of the

6. Approach, Methodology & work plan as per 15 Proposal
generally accepted standards also considering

the target date of report submission

Experience in the Statutory Audit of NRLM / 1 Mark per assignment
7 SRLM (any State) Schemes during last 5 Year 5 subject to maximum of 5

i.e. from F.Y 2015-16 to 2019-20 Mark.

100

c) The Consultancy / CA Firms are required to submit all required documentation in support of
the criteria specified as per the formats specified in this tender document.

d) In any case, in the event of any deviation from the factual information provided by the
Consultancy Firm in technical bid, the deviation can reject the bid and also ban the Consultancy
Firm from participation in any future tenders in the state of Maharashtra.

e) At any time during the bid evaluation process, the MSRLM committee may seek verbal /
written clarifications from the Consultancy / CA Firms. The committee may seek inputs from
their professional experts in the evaluation process.

12
f) The committee reserves the right to do a reference check of the past experience stated by the
Consultancy Firm. Any feedback received during the reference check shall be taken into
account during the technical evaluation process.

g) The Consultancy/ CA Firms scoring minimum 75 marks out of the 100 marks in technical
evaluation based on above mentioned marking system shall be declared as technically
qualified.

h) The Chief Executive Officer, Maharashtra State Rural Livelihood Mission (MSRLM)
reserves the right to keep, amend, and accept/reject of any proposal/clauses/criteria
according to the need / requirements in the interest of organisation.

i) The CA firms listed by C&AG for major audit for the F.Y 2020-21 will be eligible to
submit their proposals. In support of the same the C.A. firm has to attach copy of the
C&AG empanelment duly certified. In absence of said supportive document the
proposal will be summarily rejected.

j) Firm should have Head/Branch Office in Maharashtra from last five years at least.
k) The firm shall give an undertaking that the team members are proficient in the State’s

official language both oral and written on their own letter head.
l) The Firm or partners of the firm must comply with the Chartered Accountants Act,

1949, other notification & guidelines issued by the ICAI from Time to time.
m) The Firms those are interested to be appointed will have quote minimum audit fees of

Rs-950000/- (Excluding GST) (Calculated on the basis of quantum & quality of work)
considering the Guidelines no. CA (7)/3/2016, DT 07/04/2016 issued by Institute of
Chartered Accountants of India.
n) If required constitution of the team is not deployed/The assignment is outsourced to
some other firm or chartered accountants, the state may take appropriate action as it
deems fit (including blacklisting of the firm) against the firm, keeping the Ministry/ICAI
informed.
o) Joint venture/ Consortium of the firm are not allowed if the proposal is submitted in
JV/Consortium in that case proposal is summarily rejected.
p) General Power of Attorney signed by all the partners authorizing the one partner to
signed the proposal on behalf of the firm on Rs 500 Stamp Paper.
q) Any response received after the due date or not found to be in accordance with the above
procedure, maybe liable to be rejected outright and the decision of the MSRLM in this
regard shall be final.
r) The firm having experience of statutory audits of NRLM projects in India will be given
the additional weightage during evaluation.
s) As per the Government mandate, Goods & Service Tax Registration (GST) of the said
firm is mandatory and registered in Maharashtra.
t) The originals of all supportive documentary evidences may be called for its verification
in case of selection to ensure about its authenticity & genuinely.
u) The CEO, Maharashtra State Rural Livelihood Mission, Maharashtra (MSRLM), Mumbai
may take its own decision while evaluating the proposal with regard to awarding
weightage on Technical & financial scrutiny.

13
4.4 Opening of Envelop - B (Financial Bid)

a) This envelope of technically qualified Consultancy/ CA Firms as per clause no 4.3 (g) shall be
opened as per e-tendering procedure. The date and time of opening of financial bids will be
published on https://mahatenders.gov.in.

b) In case the financial bid rate of the two or more consultancy/ CA firm is same then the
allotment will be made to the consultancy/CA firm scoring highest technical Marks as
per the evalution criteria.

5 Award Criteria

The Consultancy/ CA Firm who quoted lowest financial quote (L-1) shall be invited for
negotiation and signing of contract.

6 Right to accept any Bid and to reject any or all Bids

The TIA reserves the right to accept or reject any bid, and to annul the tendering process and
reject all bids at any time prior to award of Contract, without thereby incurring any liability to
the affected Consultancy/ CA Firms(s) or any obligation to inform the affected Consultancy/ CA
Firm(s) of the grounds for the TIA’s action.

7 Notification of Award

a. Before expiry of the bid validity period, the TIA will notify the successful Consultancy/ CA
Firm(s) in writing, by registered / speed post or by fax or by email that its bid have been
accepted by the Tender Inviting Authority.

b. The successful Consultancy/ CA Firm, upon receipt of the acceptance letter, shall furnish the
required performance security in the form of Bank Guarantee or Demand Draft and submit an
agreement in the prescribed format within 15 days, failing which the EMD will be forfeited and
the award will be cancelled.

c. After cancellation of award of contract with L1 Consultancy/ CA Firm, TIA reserves the right to
call L2 and asked to match the rate offered by L1. If L2 accept the offer, award of contract will
be issued to L2. If L2 refuse to match the rate with L1, then L3 will ask to match rate with L1
and If L3 accepts award of contract will be issued to L1 and so on. In such case EMD submitted
by L2, L3…will not forfeit if they refuse to match the rate with L1.

d. The Notification of Award shall constitute the formation of the Contract.

8 Place of Work –
As per Terms & Refernces & Scope of work.

9 Contract Period:-
The Auditor will be appointed to conduct Audit for a period of two Financial years 1/4/2020-
31/3/2021 and 1/4/2021 to 31/03/2022 and his services may be further extended as per the
performance of Auditor and need of MSRLM for one more year without change in the financial
norms.The Auditor shall submit all the Audit Reports of MSRLM before 30th September, of every
year. However, contract may be terminated by giving one month notice for whatever reason.

14
10 Signing of Contract:

The contract will be signed as per tender document, after selection of Consultancy / CA Firm. In
lieu of the same, the successful Consultancy/ CA Firm will have to execute an agreement in a non-
judicial stamp paper of value of Rs-500/- in favour of Chief Executive Officer, MSRLM. If the
successful Consultancy Firm fails to execute the agreement and payment of Performance Security
within the time specified or withdraws the tender, the successful Consultancy/ CA Firm is unable
to undertake the contract; the Earnest Money Deposit of the successful Consultancy Firm shall
stand forfeited. Such Consultancy/ CA Firm(s) will also be lible for all damages sustained by the
TIA by reasons of breach of tender conditions. Such damages shall be assessed by the TIA whose
descion shall be final.

11 Failure to agree with Terms and conditions of this Tender

Failure of the successful CA Firm to agree with the terms and conditions of the tender document
shall constitute sufficient grounds for the annulment of the award, resulting which the TIA may
call for new bids and at the same time, invoke the performance Security of the successful CA Firm.

12 Performance Security Deposit
The successful Consultancy/ CA Firm shall deposit the performance Security as follows:

a. The successful CA Firm shall at his own expense, deposit with the TIA, A performance
Security in the form of Bank Guarantee or Demand Draft as mentioned in clause No-1.2

b. The Performance Security may be discharged / returned by the TIA upon being satisfied
that there has been due performance of the obligations of the successful CA Firm under
the contract. However, no intrest shall be payable on the performance Security.

c. The TIA shall also be entitled to make recoveries from the performance Security on the
following grounds
1. Any amount imposed as a fine for irregularties committed by the CA Firm.
2. Any amount which the TIA becomes liable to the Government / Third Party on
behalf of any default of the CA Firm or any of his / her/ their agent / employees or
staff.
3. Any payment / fine made under the order / judgement of any court / consumer
forum or law enforcing agency or any person working on his behalf.
4. Any other outstanding amount.

13 Subletting –
Subletting of contract is not permitted.

14 Payment Terms

Lump sum payments will be made. MSRLM will pay audit fees in following percentage of the

agreed amount, within 30 days of receipt of pre receipted bills duly verified by the designated

officer of MSRLM in duplicate for respective stages as follows

Rate percentage of agreed Event
contract amount
Submission of Consolidated Final Audit Report
90% After checking and scrutiny of Audit Compilation
10%

15 Scope of Work / Terms of References - Attached sepretaly
15
16- Corrupt or Fraudulent Practices

MSRLM requires that the bidders shall observe the highest standards of ethics in
execution of the contract. In pursuant to this policy, MSRLM.
1) Defines, for the purpose of this provision, term set forth as below

i) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of the public official in the procurement process or
contract execution; and

ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or execution of the contract to the detriment of the Employer.

2) Will reject a proposal for award, if it determines that the bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question.

3) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded any MSRLM contract, if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing

17 Laws and Regulations

1) Governing Law: The contract shall be governed by and construed in accordance with
the laws and by-laws of India, the State of Maharashtra and the local bodies in this
region. All disputes arising under or in relation to this Agreement shall be subject to
jurisdiction of the Courts in Navi Mumbai only to the exclusion of other courts.

2) DISPUTES:
a) If a dispute of any kind whatsoever arises between the bidder & MSRLM, the
matter shall be referred in writing to the Secretary, Rural Development
Department, and Maharashtra within 14 days from the date of dispute.
b) The Secretary, Rural Development Department. Maharashtra State, Mantralaya
Mumbai shall give his decision in writing within 28 days of receipt of such
representation. The decision of the Secretary, Rural Development Department.
Maharashtra State, Mantralaya Mumbai shall be final & binding on both parties.

18 Force Majeure clauses

“If, at any time, during the continuance of this contract the performance in whole or in
part by either party of any obligation under this contract shall be prevented of delayed by
reason of any war, hostility, acts of the public enemy, civil commotion, sabotage, fires,
floods, explosions, epidemics, quarantine restriction, strikes, lock-outs or acts of God
(hereinafter referred to as “events”), provided notice of happening of any such eventuality
is given by either party to the other within 21 days from the date of occurrence thereof,
neither party shall by reason of such event, be entitled to terminate this contract nor shall
either party have any claim for damages against the other in respect of such non-
performance or delay in performance; and services under the contract shall be resumed
as soon as practicable after such event has come to an end or ceased to exist, and the
decision of the purchasing officer as to whether the services have been so resumed or
not, shall be final and conclusive, provided further that if the performance in whole or part
of any obligation under this contract is prevented or delayed by reason of any such event
for a period exceeding 60 days, either party may at its option terminate the contract
provided also that if the contract is terminated under this clause, the purchaser shall be at
liberty takeover from the contract at a price to be fixed by the purchasing Officer which
shall be final.

19 Permits, Fees, Taxes

Unless otherwise provided in the contract documents, the CA Firm shall secure and pay for all
permits, Government fees and licenses necessary for the execution and completion of the
work. Any violation, in the legal provisions of taxes, duties, permits and fees, carried out by
the CA Firm and detected subsequently shall be the sole responsibility of the CA Firm and
his legal heirs.

16
20 Income Tax and Other Taxes:
Income Tax (TDS) and any other taxes as applicable from time to time, shall be deducted
from bills of the CA Firm and a certificate to that extent shall be issued by MSRLM.

21 Statutory Increases in Duties, Taxes Etc
All the taxes and duties levied by the State and Central Govt. and by Local Statutory Bodies
at the prevailing rates applicable on the date of receipt of tender shall be fully borne
by the CA Firm and will not be reimbursed to him on any account, except GST. GST will be
paid as applicable.

Further MSRLM shall not honour any claim arising out of any increase in any of
the prevailing statutory duties, taxes, levies etc. at the time of quoting / bidding CA Firm
should bear the above fact in mind.

22 Price Variations
No Price Variation will be payable to the CA Firm during the Contract period & extended
period if any.

23 Labor laws and other applicable laws
Agency will be solely responsible for all type of liabilities that may arise under any act related
to workmen Compensation, Minimum wages, EPF, ESIC, Bonus, etc. Injury to Staff or damage
to any property, insurance of employees who are employed by the agency under this
contract and no additional amount will be paid to the agency under this contract.

17
Scope of Work / Terms of References

Section- I

UMED Maharashtra State Rural Livelihoods Mission
Statutory Audit Terms of Reference for F.Y 2020-21
1. Introduction
Maharashtra State Rural Livelihoods Mission (MSRLM) is an independent and autonomous institution
registered society under the Societies Registration Act 1860. Maharashtra State Rural Livelihoods
Mission is implementing National Rural Livelihoods Mission (NRLM), Mahila Kisan shasktikaran
pariyojana (MKSP) Start up village entrepreneurship program (SVEP), Deen Dayal upadhya gramin
Kaushalya Yojana (DDUGKY) etc. A special component under National Rural Livelihoods Mission is
National Rural Economic transformation project (NRETP), which is funded jointly by Government of
India, IDA & Government of Maharashtra.

2. Background
Mission Scope & Components

Initially, it was envisaged that the Mission, to be implemented over a period of 12 years, will
support and strengthen the community based organizations i.e. Federations, Producer Organizations,
SHGs. The NRLM will be implemented in selected areas in an intensive manner and adopting
saturation approach the entire state covered intensively in phased manner.

Statutory External Audit for the period of 1/4/2019 to 31/3/2020 has been completed by C&AG
Empanelled Chartered Accountancy Firm.

 National Rural Livelihood Mission (NRLM)
Ajeevika - National Rural Livelihoods Mission (NRLM) was launched by the Ministry of Rural

Development (MoRD), Government of India in June 2011.
Mission aims at creating efficient and effective institutional platforms of the rural poor,

enabling them to increase household income through sustainable livelihood enhancements and
improved access to financial services.

Maharashtra set out with an agenda to cover 84 Lakhs rural poor households, across 34
districts, 351 blocks and 27888 Gram Panchayats and 43722 villages in the state through self-
managed Self Help Groups (SHGs) and federated institutions and support them for livelihoods
collectives in a period of 8-10 years.

In addition, the poor would be facilitated to achieve increased access to rights, entitlements
and public services, diversified risk and better social indicators of empowerment. DAY-NRLM believes
in harnessing the innate capabilities of the poor and complements them with capacities (information,
knowledge, skills, tools, finance and collectivization) to participate in the growing economy of the
country.

In November 2015, the program was renamed DeendayalAntayodayaYojana (DAY-NRLM). The
total outlay for DeendayalAntayodayaYojana (DAY-NRLM) is 860.31 crore, out of Central share is
RS.516.18 crore and state share is 344.12 Crore for Maharashtra state for F.Y 2020-21
As of now out of 34 Rural Districts of Maharashtra, in 351 blocks and 34 districts NRLM is being
implemented in intensive manner for 2020-21 (Name of District List is attached)
Major Components of NRLM scheme are:

Component under NRLM
IUFR Code Component

B1.1 SMMU and DMMU (Admin cost)

B1.2 Capacity Building of SMMU and DMMU staff

B2 Institution Building and Capacity Building

18
B3 Community Investment Support

B4 Special Programs (implementation through Partnerships and others)

D Project Implementation Support

E Infrastructure & Marketing

F Interest Subvention in Category II Districts

 National Rural Economic Transformation Project (NRETP)
The Ministry of Rural Development with support of the World Bank has proposed “National

Rural Economic Transformation Project (NRETP)” with a total outlay of USD 500 million for a period
of 5 years. It is the next phase of the National Rural Livelihoods Project (NRLP) which was
implemented from July 2011 to June 2018 in 13 high poverty states

NRETP proposes to implement higher order economic activities which are cross cutting in
nature, for instance, the project design envisages that there will be an organic link between the model
Cluster Level Federation (CLFs) and financial inclusion strategies, insurance and pension schemes,
producer groups and organizations, product marketing and enterprise development. The financial
inclusion strategy will also have a key role in financing of farm and non-farm enterprises.

The technical assistance provided by NRETP and the higher level interventions facilitated by the
project will enhance the livelihoods promotion and access to finance and scale-up initiatives on digital
finance and livelihood interventions.

As of now out of 34 Rural Districts of Maharashtra, in 55 blocks and 15 districts NRETP is being
implemented in intensive manner for 2020-21 (Name of District List is attached)

The central allocation for the year 2020-21 has been earmarked at Rs. 72.24 Crores. {Central
Share 60% & State Share 40%}
Major Component of NRETP scheme are:

Component under NRETP

IUFR Code Component

A Institutional and Human Capacity Building

A.1 Technical Assistance

A.2 Human Resource Development

B State Livelihood Support

B.1 State Rural Livelihoods Missions (SRLM)

B.2 Institution Building and Capacity Building

B.3 Community Investment Support

B.4 Special Programmes

C Innovation and Partnership Support

C.1 Innovation Forums and Action Pilots

C.2 Social Entrepreneurship Development

C.3 Public Private Community Partnerships

D Project Implementation Support

D.1 NMMU

D.2 Monitoring and Evaluation

D.3 Electronic National Rural Livelihoods Management System (e-NRLMS)

D.4 Governance and Accountability Framework

D.5 Knowledge Management and Communication

19
 MahilaKisanSashaktikaranPariyojana (MKSP)
Mahila Kisan Sashaktikaran Pariyojana is a livelihoods programme implemented by MSRLM in

partnership with technical support agencies. MKSP is aimed at improving the capacities of women
farmers and establishing their identity as farmers and decision makers. The programme will cover 18
districts, including all districts of Vidarbh and selected districts of Marathwada and other regions in
the state. The face of the programme in the village is the community resource person - popularly
known as krishisakhi or pashusakhi. The interventions include sustainable agriculture, goat rearing
and backyard poultry which will result in an incremental income of nearly Rs.50,000 for about 2.15
lakh poor HHs in Maharashtra. This is in addition to the food security and gender sensitisation to be
experienced by the beneficiaries. More than 4Lakh MahilaKisan have participated in this project.
Details available on www.mksp.in

As of now out of 34 Rural Districts of Maharashtra, in 139 blocks and 20 districts MKSP is being
implemented in intensive manner for 2020-21 (Name of District List is attached)

The central allocation for the year 2016-20 has been earmarked at Rs. 66.98 Crores. {Central
Share 60% & State Share 40%}

 Start-up Village Entrepreneurship Program (SVEP)
Start -up Village Entrepreneurship Program (SVEP) is a project implemented in Barshi and

Mohol blocks of Solapur district. The aim is to increase and support entrepreneurship by creating an
enabling environment in villages. This will be achieved by training and positioning local Community
Resource Persons for enterprise promotion and establishing Block Resource Centres in each block.
SVEP also aims to provide funds to micro enterprises through the women based institutions set up
under MSRLM.

Under SVEP, MSRLM aims at creating and supporting business of 93 Crs. through systematic
business advisory support.

As of now out of 34 Rural Districts of Maharashtra, in 8 blocks and 4 districts SVEP is being
implemented in intensive manner for 2020-21 (Name of District List is attached)

The central allocation for the year 2020-21 has been earmarked at Rs. 10.04 Crores. {Central
Share 60% & State Share 40%}

 Deen Dayal Upadhyaya Grameen Kaushalya Yojana (DDU-GKY)
DeenDayalUpadhyayaGrameenKaushalyaYojana (DDU-GKY) is the skilling and placement

initiative of the Ministry of Rural Development (MoRD), Government of India. The scheme focuses on
catering to the occupational aspirations of rural youth and enhancing their skills for wage
employment. The vision of DDU-GKY is to “Transform rural poor youth into an economically
independent and globally relevant workforce”. The main objective of this programme is to add
diversity to the incomes of rural poor families and cater to the career aspirations of the rural youth. In
the state of Maharashtra, DDU-GKY was launched in December 2015, till March 22; under DDU-GKY
Project MSRLM has commenced training of 50,108 candidates, trained 40,403 candidates and placed
17,445 candidates.

Distinguishing features of DDU-GKY are:
1. Free residential training for 3 months
2. Mandatory assured placement of 70% of the trained candidates
3. Social inclusion through mandatory coverage of socially disadvantaged groups (SC/ST - 50%,

Minority - 20%, Women - 33%)
4. Minimum remuneration of Rs.6000 – Rs.8000 per month or minimum wages, whichever is

higher
5. Post-placement career progression and migration support
Qualification required: Min 8thQualification required Pass between 18 to 35 years age
Details available on www.ddugky.gov.in

As of now out of 34 Rural Districts of Maharashtra, in 351 blocks and 34 districts DDUGKY is
being implemented in intensive manner for 2020-21 (Name of District List is attached)

The central allocation for the year 2019-22 has been earmarked at Rs. 1072 Crores. {Central
Share 60% & State Share 40%}

20
 Rest of above following scheme are implemented by MSRLM details are available on
website

1. RSETI – Rural Self Employment Training Institute
2. SAANSAD ADARSH GRAAM YOJANA
3. AMDAR ADARSH GRAAM YOJANA
4. Asmita Yojana
5. Saras
6. Sumatibai Sukalikar Udyogini Mahila Sakshmikaran Yojana (SSUMSY)
7. SMART
8. EOL
9. PMFME
10. SWAYAM PROJECT
11. Other Scheme one or two ( If new scheme launch by Government )

 MAVIM Partnership
The Project has entered in partnership with MAVIM in three intensive districts viz. Solapur, Thane &
Gondia.
MSRLM allocation to MAVIM for the year 2020-21 has been earmarked at approximately Rs. 10.00
Crores.

Section II

1. Objective of audit services:
The essence of Audit Policy is to ensure adequate independent, professional audit assurance

that the funds received by implementing agencies were used for the purposes intended, that the
Annual Project Financial Statements are free from material misstatement, and that the terms of fund
release were complied with in all material respects.

The objective of the audit of the Project Financial Statement (PFS) is to enable the auditor to
express a professional opinion as to whether

(1) The PFS give a true and fair view of the sources and applications of project funds for the
period under audit examination;

(2) The funds were utilized for the purposes, for which they were provided,
(3) The procurement procedure prescribed in the NRLM Procurement Manual has been

followed; and
(4) In addition, where applicable, the auditor will express a professional opinion as to whether
the Financial Management Reports submitted by project management may be relied upon
The books of account that provide the basis for preparation of the PFS/CFS of the society are
established to reflect the financial transactions of the project/society and are maintained by MSRLM
and its constituent state, district level units.

2. Audit Standards
The audit will be carried out in accordance with the Auditing Standards promulgated by the

Institute of Chartered Accountants of India. The auditor should accordingly consider materiality when
planning and performing the audit to reduce audit risk to an acceptable level that is consistent with
the objective of the audit. Although the responsibility for preventing irregularity, fraud, or the use of
credit/loan proceeds for purposes other than as defined in the legal agreement remains with the
borrower, the audit should be planned so as to have a reasonable expectation of detecting material
misstatements in the project financial statements.

3. Audit Scope
A) In conducting the audit, special attention should be paid to the following:

 All external funds have been used in respect of NRLM & NRETP, MKSP, SVEP,DDUGKY,SSUMSY,
SAGY,AAGY, ASMITA, RSETI , PMFME, SMART etc and MAVIM Partnership and other

21
Partnerships in accordance with the conditions of the relevant legal agreements and only for the
purposes for which the financing was provided.
 Effective Project Financial Management Systems, including internal controls, were in operation
throughout the period under audit examination. This would include aspects such as adequacy
and effectiveness of accounting, financial and operational controls, and any needs for revision;
level of compliance with established policies, plans and procedures1; reliability of accounting
systems, data and financial reports; methods of remedying weak controls or creating them
where there are none; verification of assets and liabilities; and integrity, controls, security and
effectiveness of the operation of the computerized system; and
 Counterpart funds have been provided and used in accordance with the relevant legal
agreements and only for the purposes for which they were provided;
 All necessary supporting documents, records, and accounts have been kept in respect of all
project transactions including expenditures reported via Interim Unaudited Financial Reports
(IUFRs) where applicable. Clear linkages should exist between the books of account and reports
presented to the Bank;
 The Mission Accounts have been prepared in accordance with the accounting principles defined
in the Project Financial Manual and give a true and fair view of the Financial Position of the
Project at the year end and of resources and expenditures for the year ended on that date; and
 Goods and Services financed have been procured in accordance with the procurement procedure
prescribed in the Procurement Manual as well as World Bank Guidelines and Financing
Agreements – see Annexure IV for the suggested checklist to be used.
 Tax Audit of the Society for the Audit Period.
 MAVIM and all Partner has spent the money in line with the MOU between MAVIM, Partner and
MSRLM
 MAVIM has followed all the norms as per the MOU between MAVIM and MSRLM and other
Partnerships.
 All partners should cover in the Audit Report of all thematic i.e.Livelihoods, CB, SIIB, etc.
 At least 200 VO’s should covered in the Audit and 20CLF should covered in the Audit list of VO
and CLF will provided separately to auditor when audit start.
 At least 20 DDUGKY PIA should covered in the Audit
 At least 30 to 40 Partner should covered in the Audit
Auditor will have to submit the Audit Reports for following scheme
1. National Rural Livelihoods Mission (NRLM)
2. National Rural Economic transformation project (NRETP)
3. Mahila Kisan shakatikarn pariyojana (MKSP)
4. Start-up Village Entrepreneurship Program (SVEP)
5. Deen Dayal Upadhyaya Grameen Kaushalya Yojana (DDU-GKY)
6. RSETI – Rural Self Employment Training Institute
7. SAANSAD ADARSH GRAAM YOJANA
8. AMDAR ADARSH GRAAM YOJANA
9. Asmita Yojana
10. Saras
11. Sumatibai Sukalikar Udyogini Mahila Sakshmikaran Yojana (SSUMSY)
12. PMFME
13. SMART
14. EOL
15. SWAYAM PROJECT
16. Consolidated audit report of all scheme implemented by MSRLM
B) Programme Financial Statements
1. Mission / Programme Financial Statements should include:

22
 Receipts & Payments Account, Income & Expenditure Accounts and Balance Sheet.
 Reconciliation of Claims to Total Applications of Funds
2. Other Statements or Schedules which will include:
 An annexure separately listing cumulative Mission/Project expenditures by Mission/Project

Component/Sub-components;
 A detailed list of Assets created or purchased from Mission/Project funds.
3. Management Assertion: Management should sign the Project Financial Statements and provide
a written acknowledgement of its responsibility for the preparation and fair presentation of
the financial statements and an assertion that mission/project funds have been expended in
accordance with the intended purposes as reflected in the financial statements. An example of
a Management Assertion Letter is shown at Annexure I.

C) Statements Of Expenditures And Financial Management Reports
In addition to the audit of the PFS, the auditor is required to audit all Interim Unaudited Financial

Reports (IUFRs) for withdrawal applications made during the period under audit examination. The
auditor should apply such tests as the auditor considers necessary under the circumstances to satisfy
the audit objective. In particular, these expenditures should be carefully examined for project
eligibility by reference to the relevant financing agreements. Where ineligible expenditures are
identified as having been included in withdrawal applications and reimbursed against these should be
separately noted by the Auditor.

An Audit Report on the Project Financial Statements should be prepared in accordance with the
Auditing Standards promulgated by the Institute of Chartered Accountants of India. Those standards
require an audit opinion to be rendered related to the financial statements taken as a whole, indicating
unambiguously whether it is unqualified or qualified and, if the latter, whether it is qualified in certain
respects or is adverse or a disclaimer of opinion. In addition, the audit opinion paragraph will specify
whether, in the auditor’s opinion, (1) the funds were utilized for the purposes for which they were
provided, (2) expenditures shown in the PFS are eligible for financing under the relevant loan or credit
agreement and, where applicable, (3) the IUFRs submitted during the period are supported by
adequate detailed documentation maintained in the project accounting offices. A sample audit report
wordings are shown at Annexes 2a, 2b, 2c, 2d and 2e.
D) Management Letter

In addition to the Audit Report on the Project Financial Statements, the Auditor may prepare a
management letter containing recommendations for improvements in internal control and other
matters coming to the attention of the auditor during the audit examination, possibly including
matters such as the following:

Observations on the accounting records, systems, and controls that were examined during the
course of the audit
Deficiencies or weakness in systems and controls, together with specific recommendations for
improvement
Compliance with financial covenants in the financing agreements matters that might have a
significant impact on the implementation of the project
The status of recommendations from previous management letters, including any issues which
remain to be addressed and any issues which recurred
Any other matters that the auditor considers pertinent.
The auditor should supply the Bank with a copy of the Management Letter together with the
audit report on the project financial statements. In the event that no management letter is issued, the
auditor should supply a written advice to that effect together with the Audit Report on the Project
Financial Statements. A sample covering letter that could be used to transmit a Management Letter is
shown at Annexure III.
E) Period, Timing And Sample Coverage of Statutory Audit

23
The Statutory Audit will be done on yearly basis for Financial Years i.e. 2020-21. You should
prepare your Financial Proposals on the figure based on the volume of work as stated below (For
details coverage refer Annexure V):

The Audit will be carried out on a yearly basis. Coverage for 2020-21is as under:

Sr.N Name of Scheme SMMU DMMU DRDA BMMU CLF VO Partner
o

1 National Rural 1 34 34 351 20 200 20-25
Livelihoods Mission
(NRLM)

2 National Rural Economic 1 15 0 55 5 50 10
transformation project
(NRETP)

3 MahilaKisanShakatikarnP 1 20 0 139 0 0 5
ariyojna (MKSP)

4 Start-up Village 1 5 0 8 0 0 3-4

Entrepreneurship

Program (SVEP)

5 DeenDayalUpadhyayaGra 1 34 34 351 0 0 20

meenKaushalyaYojana

(DDU-GKY)

6 RSETI – Rural Self 1 0 0 0 0 0 0

Employment Training

Institute

7 SAANSAD ADARSH 1 0 34 0 0 0 0

GRAAM YOJANA

8 AMDAR ADARSH GRAAM 1 0 34 0 0 0 0

YOJANA

9 AsmitaYojana 1 0 0 0 0 0 0

10 Saras 1 0 0 0 0 0 0
11 Sumatibai Sukalikar 1
34 34 0 0 0 0
Udyogini Mahila

Sakshmikaran Yojana
(SSUMSY)

12 PMFME 1 34 0 0 0 0 .0

13 SMART 1 34 0 0 0 0 .0

14 EOL 1 15 0 0 0 0 .0

15 SWAYAM PROJECT 01 16 0 0 0 0 0

16 Consolidated audit report 1 0 0 0 0 0 .0

of all scheme

implemented by MSRLM

MAVIM Partnership

Unit Total No. of Units to be audited for 2020-21

MAVIM

MAVIM Head Office @ Bandra 1

MAVIM Districts; Gondia, Solapur, Thane 3

E-1) Timing: The Audit would be carried out annually and the report should be provided to
the SMMU latest by 30th September, each year to facilitate approval and placement before the General
Body or any other committee delegated by the General Body and submission to the Funding/Financing
Agencies by 31st October each year. The Auditor must scheme wise audit Reports separately with five
copies of the audited accounts and audit report to CEO at State office (SMMU) in time.

24
E-2) Period of Appointment: The Auditor will be appointed to conduct Audit for a period of

two year for the financial year 1/4/2020-31/3/2021 and 1/4/2021 to 31/03/2022 and his services

may be further extended as per the performance of Auditor and need of MSRLM for one more year.

The Auditor shall submit all the Audit Reports of MSRLM before 30 September, of every year.

E-3) Review of the Audit Report- Audit Report may be reviewed to assess whether Auditor

delivered all reports and documents specified in the contract, in the form and manner and within the

time period as specified; Assess whether the reports and documents are easily understandable or not;

Has the auditor satisfied the expectations of service quality, such as Adequacy, Applicability,

Effectiveness, Innovativeness and Impartiality; to examine whether auditors are covering the scope of

work and achieving the objectives of assignment set forth in the description of service mentioned.

E-4) Audit Review Committee: The Audit Committee at SMMU will keep a watch on the Audit

Objections raised by the Auditor and take actions for the speedy settlement of the objections by timely

follow up. Audit Committee will be set up under Chief Executive Officer with following members.

Designation Representation

SMMU Members

Chief Executive Officer Chairperson State Govt.

COO & Additional Director Member State Govt.

Dy. Director –Finance and Accounts Member State Govt.

Senior Accounts Officer-1 Member State Govt.

Senior Accounts Officer-2 Member Secretary MSRLM

SMM Procurement /Consultant Member MSRLM

Procurement

The Audit Committee will provide an update to the Additional Chief secretary /Principal Secretary,

(RDD).

4. General: The auditor should be given access to any information relevant for the purpose of
conducting the audit.

5. The Chief Executive Officer, Maharashtra State Rural Livelihood Mission (MSRLM) reserves the
right to keep, amend, and accept/reject of any proposal/clauses/criteria according to the need /
requirements in the interest of organisation.

6. The CA firms listed by C&AG for major audit for the F.Y 2020-21 will be eligible to submit their
proposals. In support of the same the C.A. firm has to attach copy of the C&AG empanelment
duly certified. In absence of said supportive document the proposal will be summarily rejected.

7. Firm should have Head/Branch Office in Mumbai/Navi Mumbai, Maharashtra from last five
years at least.

8. The firm shall give an undertaking that the team members are proficient in the State’s official
language both oral and written on their own letter head.

25
Annexure 1
Example of a Management Assertion Letter

(Foundation Letterhead)

(To Auditor) (Date)

This representation letter is provided in connection with your Audit of the Financial
Statements of Maharashtra State Rural Livelihoods Mission (MSRLM) as of _________ and for the year
then ended. We acknowledge our responsibility for the fair presentation of the financial statements in
accordance with the cash basis of accounting, and we confirm, to the best of our knowledge and belief,
the following representations made to you during your audit:

 The Financial Statements are free of material misstatements, including omissions.
 Assets shown on the balance sheet exist, are owned by the Foundation, and are used solely for

project/program, purposes.
 Project/Program/Mission funds have been used for the purposes for which they were

provided.
 Project/Program/Mission expenditures are eligible for financing under the

Project/Program/Mission Guidelines.
 There have been no irregularities involving management or employees who have a significant

role in internal control or that could have a material effect on the annual financial statements.
 We have made available to you all books of account and supporting documentation relating to

the project/program.

Dy. Director (A&F) Additional Director Chief Executive Officer

26
Annexure 2a
Sample Audit Report—Unqualified Opinion

Auditor’s Report

Addressee

Report on the Annual Financial Statements

We have audited the accompanying financial statements of the _______, which comprise the
Balance Sheet as of ________, and the Statement of Sources and Applications of Funds and the
Reconciliation of Claims to Total Applications of Funds1 for the year then ended. These statements are
the responsibility of the Foundation’s management. Our responsibility is to express an opinion on the
accompanying financial statements based on our audit.
We conducted our audit in accordance with the Auditing and Assurance Standards promulgated by the
Institute of Chartered Accountants of India. Those Standards require that we plan and perform the
audit to obtain reasonable assurance about whether the financial statements are free of material
misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and
disclosures in the financial statements. An audit also includes assessing the accounting principles used
and significant estimates made by management, as well as evaluating the overall statement
presentation. We believe that our audit provides a reasonable basis for our opinion.

In our opinion, the financial statements give a true and fair view of the financial position of _________
Foundation as of _________ and the sources and applications of its funds for the year then ended in
accordance with accounting principles generally accepted in India.
In addition, in our opinion, (a) with respect to IUFRs, adequate supporting documentation has been
maintained to support the expenditures reported to MoRD; and (b) except for ineligible expenditures
as detailed in the audit observations, if any, appended to this audit report, expenditures are eligible for
financing under the Project/Program Guidelines. During the course of the audit, IUFRs and the
connected documents were examined and these can be relied upon to support reimbursement under
the Project/Program.

[Auditor’s Signature]

[Auditor’s Address]

[Date2]

1Insert titles of other required statements and schedules included in or annexed to the Annual Financial
Statements, if any.

2 The Report should be dated as of the date to which the auditor has become aware of and considered the effects
of events and transactions. This is generally the final date of fieldwork, as opposed to the date of signing the
Audit Report.

27
Annexure 2b
Sample Audit Report—Qualified Opinion, Limitation on Scope

Auditor’s Report
Addressee
Report on the Annual Financial Statements
[Standard Introductory Paragraph]

Except as discussed in the following paragraph, we conducted our audit in accordance with the
Auditing and Assurance Standards promulgated by the Institute of Chartered Accountants of India.
[Balance of paragraph the same as the standard auditor’s responsibility paragraph]

Supplier invoices and receiving reports in respect of INR 50 lakh of expenditures on roads
included in civil works in the accompanying Statement of Sources and Applications of Funds were not
made available for audit examination, and we were unable to satisfy ourselves through alternative audit
procedures as to the legitimacy of these expenditures.

In our opinion, except for the effects of such adjustments, if any, as might have been determined
to be necessary had we been able to verify roads expenditures as discussed in the preceding paragraph,
the financial statements give a true and fair view of the financial position of _______ Foundation as of
_______ and the sources and applications of its funds for the year then ended in accordance with
accounting principles generally accepted in India.

In addition, in our opinion, except for the effects of such adjustments, if any, as might have been
determined to be necessary had we been able to verify roads expenditures as discussed in the second
preceding paragraph, (a) with respect to IUFRs, adequate supporting documentation has been
maintained to support expenditures reported to MoRD; and (b) except for ineligible expenditures as
detailed in the audit observations, if any, appended to this audit report, expenditures are eligible for
financing under the Project/Program Guidelines. During the course of the audit, IUFRs and the
connected documents were examined and these can be relied upon to support reimbursement under
the Project/Program.
[Auditor’s Signature]
[Auditor’s Address]

[Date]

28
Annexure 2c
Sample Audit Report—Qualified Opinion, Disagreement with Management

Auditor’s Report
Addressee
Report on the Annual Financial Statements
[Standard Introductory Paragraph]
[Standard Auditor’s Responsibility Paragraph]

An amount of INR 50 lakh of expenditures on roads included in civil works in the accompanying
Statement of Sources and Applications of Funds represents amounts spent on access roads specifically
excluded from construction eligible for financing under the Project/Program. Expenditure on roads and
total eligible expenditures for the year ended _____ are each overstated by INR 50 lakh in the
accompanying financial statements.

In our opinion, except for the effect on the financial statements of the matter referred to in the
preceding paragraph, the financial statements give a true and fair view of the financial position of
________ Foundation as of ________ and the sources and applications of its funds for the year then ended
in accordance with accounting principles generally accepted in India.

In addition, in our opinion, except for the effect on the financial statements of the matter referred
to in the second preceding paragraph, (a) with respect to IUFRs, adequate supporting documentation
has been maintained to support expenditures reported to MoRD; and (b) except for ineligible
expenditures as detailed in the audit observations, if any, appended to this audit report, expenditures
are eligible for financing under the Project/Program Guidelines. During the course of the audit, IUFRs
and the connected documents were examined and these can be relied upon to support reimbursement
under the Project/Program.
[Auditor’s Signature]
[Auditor’s Address]
[Date]

29
Annexure 2d
Sample Audit Report—Adverse Opinion

Auditor’s Report
Addressee
Report on the Annual Financial Statements
[Standard Introductory Paragraph]
[Standard Auditor’s Responsibility Paragraph]

An amount of INR 50 crore of expenditures on roads included in civil works in the accompanying
Statement of Sources and Applications of Funds represents amounts spent on access roads specifically
excluded from construction eligible for financing under the Loan/Credit Agreement. Expenditure on
roads and total eligible expenditures for the year ended _____ are each overstated by INR 50 crore in the
accompanying financial statements.

In our opinion, because of the effects of the matters discussed in the preceding paragraph, the
financial statements do not give a true and fair view of the financial position of _________ Foundation as
of __________ or the sources and applications of its funds for the year then ended in accordance with
accounting principles generally accepted in India.

In addition, in our opinion, because of the effects of the matters discussed in the second preceding
paragraph, (a) with respect to IUFRs, adequate supporting documentation has not been maintained to
support expenditures reported to MoRD; and (b) expenditures are not eligible for financing under the
Project/Program Guidelines. During the course of the audit, IUFRs and the connected documents were
examined and these cannot be relied upon to support reimbursement under the Project/Program.
[Auditor’s Signature]
[Auditor’s Address]
[Date]

30
Annexure 2e
Sample Audit Report—Disclaimer of Opinion

Auditor’s Report

Addressee

Report on the Annual Financial Statements

We were engaged to audit the accompanying financial statements of the _______ Foundation,
which comprise the Balance Sheet as of _________, and the Statement of Sources and Applications of
Funds and the Reconciliation of Claims to Total Applications of Funds for the year then ended. These
statements are the responsibility of the Foundation’s management. [Omit auditor’s responsibility
paragraph]

The books of account and supporting documentation maintained in the office were destroyed in a
fire on [date].

Because of the significance of the matter discussed in the preceding paragraph, we are unable to
express—and we do not express—an opinion on the financial statements.

[Auditor’s Signature]

[Auditor’s Address]

[Date]

31
Annexure 3
Example of a Management Letter

(Audit Firm Letterhead)

(Date)
To
Chief Executive Officer
Maharashtra State Rural Livelihood Mission

In connection with our audit of the financial statements of the MSRLM for the Year ended 31st
March 2021, we familiarized ourselves with Mission documents and the internal guidelines / circulars
applicable during the period under audit. We also reviewed the business of the Mission and evaluated
the accounting systems and related internal controls of the Mission in order to plan and perform our
audit.

This Letter to Mission Management includes observations noted during the course of our audit
examination in the following areas:

Matters having a significant impact on the implementation of the Mission
 Opportunities for strengthening financial management records, systems and controls, together

with recommendations for improvement
Status of maintenance of Mission books and records
Accuracy of Mission financial statements
Compliance with prescribed procurement procedures
Status of prior audit recommendations

The matters contained in this Management Letter are intended solely for the information of
Mission management, for such timely consideration and action as Mission management may deem
appropriate. They have all been considered by us in formulating the audit opinion expressed on the
Mission financial statements in our audit report dated __________, and they do not alter the opinion
expressed in that audit report.

We wish to take this opportunity to thank Mission Management for the courtesies and
cooperation extended to our auditors.
Yours truly,

(Name and Title)

32
Annexure 4
Suggested Procurement audit check list related to Goods/Works

Once contracts for goods/works have been selected for detailed audit review the following check list
may be followed:
1) Date of Audit.
2) Procurement by State/District/any other organization receiving MSRLM funds.
3) Description of items procured, quantity and estimated value.
4) Whether procedure laid down in the Manual was observed while procuring goods and works?
5) if not, any other, justification was available?
6) Whether bid was advertised/placed in public domain?
7) Whether sufficient time was given to bidders for preparing and submitting the bids?
8) Whether the bids were opened at the notified time in the presence of bidders?
9) Whether the bids were evaluated in terms of the provisions of the bid documents and the

evaluation report was available?
10) Whether contract was awarded to the lowest evaluated responsive bidder fulfilling the

qualification requirements indicated in the tender document?
11) Whether the contract was awarded within original bid validity period?
12) Whether the signed copy of the contract/purchase order was available?
13) Whether articles received/work completed in time?
14) Whether payment released timely to the supplier/contractor or valid reasons for delay?
15) Whether the assets procured are accounted for?
16) Whether any complaint was received regarding the procurement and was addressed?
17) Whether procurement related complaint handling mechanism as envisaged in the Mission

Implementation Plan is available?
18) Whether any procurement related irregularities reported in the previous audit report have been

complied with?
19) Whether Performance Security was sought?

Procurement audit check list related to Service Contract
Once service contracts have been selected for detailed audit review the following check list may be
followed:
1) Date of Audit
2) Procurement by State/District/any other organization receiving MSRLM funds
3) Whether the Terms of Reference covering the scope of work, time schedule, output required, etc.

were prepared?
4) Whether the Expressions of Interest were checked against advertisement and short list of service

providers/consultants prepared?
33
5) Whether the Request for Proposals (REPs) were issued to short listed service
providers/consultants?

6) Whether sufficient time was given to service providers/consultants for preparing and submitting
the proposals?

7) Whether the proposals were invited in two separate envelopes, one containing technical and
another for financial proposals?

8) Whether the evaluation was done in two stages, first the evaluation of technical proposals and
then opening of the financial proposals of only technically qualified service providers/consultants
and reports are available thereof?

9) Whether the contract was awarded within the validity period of the original proposal?
10) Whether the signed copy of the contract was available?
11) Whether the services were completed within the prescribed time limit or valid reasons for

delayed completion?
12) Whether payment was released timely to the service providers/consultants or valid reasons for

delay?
13) In the case of single source selection, if there was justification for the purpose?
14) Whether any complaint was received regarding the procurement and was addressed?
15) Whether procurement related complaint handling mechanism as envisaged in the Mission

Implementation Plan is available?
16) Whether any procurement related irregularities reported in the previous audit report have been

complied with?

34
Annexure 5

List of Coverage of Audit.

Sr. DDU SSU AA SAG

Division No District Name NRLM NRETP MKSP SVEP GKY MSY GY Y

1 Amravati Y N Y N Y Y Y Y

Amravati 2 Akola Y N Y N Y Y Y Y

3 Buldhana Y N Y N Y Y Y Y

4 Washim Y N Y N Y Y Y Y

5 Yavatmal Y Y Y Y Y Y Y Y

6 Aurangabad Y N N N Y Y Y Y

7 Beed Y Y Y N Y Y Y Y

Aurangaba 8 Hingoli Y N N N Y Y Y Y

d 9 Jalna Y Y Y Y Y Y Y Y

10 Latur Y N N N Y Y Y Y

11 Nanded Y N N N Y Y Y Y

12 Osmanabad Y Y Y N Y Y Y Y

13 Parbhani Y N N N Y Y Y Y

14 Palghar Y Y Y Y Y Y Y Y

Konkan 15 Raigad Y N N N Y Y Y Y

16 Ratnagiri Y Y Y N Y Y Y Y

17 Sindhudurg Y Y Y N Y Y Y Y

18 Thane Y Y Y Y Y Y Y Y

19 Nagpur Y N Y N Y Y Y Y

20 Chandrapur Y Y Y N Y Y Y Y

Nagpur 21 Gadchiroli Y Y Y N Y Y Y Y

22 Gondia Y Y Y N Y Y Y Y

23 Bhandara Y N Y N Y Y Y Y

24 Wardha Y Y Y N Y Y Y Y

25 Nashik Y Y N N Y Y Y Y

26 Dhule Y N N N Y Y Y Y

Nashik 27 Jalgaon Y N N N Y Y Y Y

28 Nandurbar Y Y Y N Y Y Y Y

29 Ahmednagar Y N N N Y Y Y Y

30 Pune Y N N N Y Y Y Y

31 Kolhapur Y N N N Y Y Y Y

Pune 32 Sangli Y N N N Y Y Y Y

33 Satara Y N N N Y Y Y Y

34 Solapur Y Y Y Y Y Y Y Y

35
Sr. Partnership Firms Partnership District / State
No. MAVIM Gondia Thane Solapur

1.

2. AFARM Pune

3. MITTRA Nashik

4. Srijan New Delhi

5. BAIF Pune

6. TGT Lucknow

7. SJSM Satara

8. CSA Hyderabad

9. CMSA Hyderabad

10. SSP Pune

11. SERP Hyderabad

12. IIT Mumbai

13. BASIX Mumbai

14. In above list some partner may be contract may be ended and

some new partner may be added. So expected partner is 15-25.

SR. No Particular Number Remark
20 List will provided at time audit
1 CLF 200 List will provided at time audit
20 List will provided at time audit
2 VO

3 PIA DDUGKY

36
Form-1

(To be submitted on the letterhead of the bidder)

To

Chief Executive Officer
Maharashtra State Rural Livelihoods Mission
5th Floor, Southwing, CIDCO Bhavan
CBD Belapur,
Navi Mumbai-400614

Sub- Acceptance of Terms & Conditions of Tender

Tender Reference No- MSRLM/SMMU/ Statutory Auditor /04/2021-22

Name of Tender / work – Selection of Statutory Auditor Firm for statutory audit of MSRLM
& Other Scheme for the FY- 2020-21

Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
‘Tender/Work’ from the web site(s) namely: https://mahatenders.gov.in and /or www.umed.in as
per advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender
documents of all pages (including all documents like annexure(s), schedule(s), etc.,), which form
part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses
contained therein.


3. The corrigendum(s) issued from time to time by department/ organization too has also been taken
into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above-mentioned tender
document(s) / corrigendum(s) in its totality / entirety.
5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking/Private organization.
6. We hereby declare that our firm & all the partners of the firm are complying with the Chartered
Accountants Act, 1949, notification & guidelines issued by the ICAI from Time to time.
7. I / We certify that all information furnished by the our Firm is true & correct and in the event that
the information is found to be incorrect/untrue or found violated, then department/ organization
shall without giving any notice or reason therefore or summarily reject the bid or terminate the
contract, without prejudice to any other rights or remedy including the forfeiture of the full said
earnest money deposit /Security deposit or both absolutely.

Signed

Date:

In the Capacity Of:

Duly authorized to sign this bid for and on behalf of

Signature & Seal of Bidder

37
Form- 2

BIDDER INFORMATION (To be given on Letter Head)
Date: ______________

Sl. PARTICULARS Supporting Documents required to be
No. submitted along with this Form

1 Name of the Firm

2 Addresses of the H.O. Firm:

Head Office Phone No:
Fax No:
Mobile of Head Office In-charge:
Email ID:

Date of establishment of Firm Attach copy of certificate of ICAI as on date of
advertisement

No. of Years of Existence of Firm Attach copy of Partnership Deed

Branch Office 1, 2,3…… Branch Address of the firm:
(Particulars of each branch to be given) Phone No:
Fax No:
Mobile of each Branch Office In-charge:
Email ID:

3 Firm Income Tax PAN No. Attach copy of PAN card

4 Firm GST Registration No. Attach copy of Registration

5 Firm’s Registration No. with ICAI Attach copy of certificate of ICAI as on date of
advertisement

6 Empanelment No. with C & A G Attach proof of empanelment with C&AG for the
year 2020-21.

7 Whether the firm is listed as Major Audit firm by If yes, Attach copy of C&AG Major Auditor

C&AG Certificate for the F.Y 2020-21.

8 Turnover of the Firm in last three years i.e. During Mention the yearly turnover of the firm. Attach

the F.Y 2017-18, 2018-19 & 2019-20. balance sheet and P&L Account of the last three

years duly certified. And also give Break-up of

Audit Fee and Other Fees Received.

9 Annual Average Turnover with Break-up of Fee Mention the Average Annual Turnover. Provide
towards Audit, Income Tax matters and others a Chart
(Specify) i.e. During the F.Y 2017-18, 2018-19 &
2019-20

10 Audit Experience of the Firm: Mention the Number of assignment also

The Chartered Accountant Firm should have attached Copy of the Appointment
experience of at least 10 assignments of Internal Letter/work completion certificate from the
/Statutory Audit of Social Sector/External Aided auditee organisation
Projects (excluding the Audit of Charitable
Institutions/NGOs) of State & Central Government
Department During the F.Y 2017-18, 2018-19 &
2019-20. (Per Annum assignment fees should be Rs.
200,000/- or more )

11 Audit Experience of the Firm: Mention the Number of assignment also

The Chartered Accountant Firm should have at least attached Copy of the Appointment

3 Statutory Audit of Social Sector/External Aided Letter/work completion certificate from the

Projects (excluding the Audit of Charitable auditee organisation
Institutions/NGOs) in Government Department of
Maharashtra during the F.Y 2017-18, 2018-19 &
2019-20. (Per Annum assignment fees should be Rs.
200,000/- or more )

38
12 Experience of the firm in implementation/Audit Attach experience certificate from the

under PFMS of Social Sector/External Aided Projects respective organisation on the letter head.

/working during the F.Y 2017-18,2018-19 & 2019-

20 (Based on the no. of experience certificate)

13 Details of Partners:

Provide following details:

 Number of Full Time Fellow Partners associated

with the firm. Attested copy of Certificate of ICAI as on date of

 Name of each partner, advertisement.

 Date of becoming ACA and FCA Also provide a tabular chart.

 Date of joining the firm,

 Membership No.,

 Qualification

 Experience

 Whether the partner is engaged full time or part

time with the firm.

 Their Contact Mobile No., email and full Address

Date:
Place:

Signature of authorized person
Full Name & Designation:
Firm/Company’s Seal

39
Form No-3

Details of Experience / Performance Statement (To be goven on Letter Head)

A. Experience of the firm in Internal /Statutory Audit of Social Sector/External Aided Projects
(excluding the Audit of Charitable Institutions/NGOs) of State & Central Government Department
during the F.Y 2017-18, 2018-19 & 2019-20. (Per Annum assignment fees should be Rs. 200,000/- or
more)

S. Name of the Grant-in-aids Type/Nature Scope & Duration of Proof of the letter of

No. Auditee handled of of Assignment Coverag Completion Work /Completion

Organization the auditee e of the of Certificate or

organization assignm Assignment Assignment awarded

ent by the Auditee

Organization (Pl

attach a copy of the

letter)

B.Experience of the firm in Statutory Audit of Social Sector/External Aided Projects (excluding the
Audit of Charitable Institutions/NGOs) in Government Department of Maharashtra during the F.Y
2017-18, 2018-19 & 2019-20. (Per Annum assignment fees should be Rs. 200,000/- or more)

S. Name of the Grant-in-aids Type/Nature Scope & Duration of Proof of the letter of

No. Auditee handled of of Assignment Coverag Completion Work /Completion

Organization the auditee e of the of Certificate or

organization assignm Assignment Assignment awarded

ent by the Auditee

Organization (Pl

attach a copy of the

letter)

C. Experience of the firm in implementation/Audit under PFMS of Social Sector/External Aided
Projects /working during the F.Y 2017-18, 2018-19 & 2019-20 (Based on the no. of experience
certificate)

S. Name of the Grant-in-aids Type/Nature Scope & Duration of Proof of the letter of

No. Auditee handled of of Assignment Coverag Completion Work /Completion

Organization the auditee e of the of Certificate or

organization assignm Assignment Assignment awarded

ent by the Auditee

Organization (Pl

attach a copy of the

letter)

Date: Signature of authorized person
Place: Full Name & Designation:
Firm/Company’s Seal
40
Form – 4
Description of Approach, Methodology & Work Plan for performing the Assignment / Job (Audit
of MSRLM)

A. Technical Approach :

The firm should explain the understanding, the objectives of the assignments, approach to the
services, methodology for the carrying out the activities and obtaining the expected output,
and the degree of the detail of such output.

B. Work Plan along with the time required for each work/ assignment in the State/ District/
Blocks etc:

The firm should propose the main activities of the assignment, their content and duration,
phasing and inter-relations, milestones (including interim approval by the MSRLM), and
delivery dates of the reports.

The proposed work plan should be consistent with the technical approach showing
understanding of the TOR and ability to translate them in to a feasible working plan

C. Key Professional Staff Qualifications & Competence for the assignment:

The Experience of the Firm in executing the similar assignment of Statutory Audit of External
Aided Projects in Maharashtra, Teams composition proposed for the assignment etc.

Date:
Place:

Signature of authorized person
Full Name & Designation:
Firm/Company’s Seal

41
Form No-5
Turnover certificate on (CAs Letterhead)

TO WHOMSOEVER IT MAY CONCERN

This is to certify that M/s. (name of bidders firm) is having registered office at (detailed office
address). The turnover of the (name of proposer) for the last three financial year is as under

Sr. No. Financial Year Turnover in lakhs
1 2017-18
2018-19
2 2019-20

3 Average Turnover

Signature of the Chartered Accountant
Name of the Firm
Registration No.
Date:
Place:
(Seal of the Chartered Accountant)

42
Form- 6
Details of Key experts Proposed Staff

A. Details of Qualified Staff (Chartered Accountants)
(Please provide a self-attested copy of Certificate of ICAI as on date of advertisement for each qualified
staff)

S. No. Name of Length of Educational Area of Key Membership Relevant
Staff
1 Association Qualifications Expertise No. Experience
2
3 with the

Firm

(in years)

B. Details of Semi-qualified Staff (including Article Clerks etc)

S. No. Name of Length of Educational Area of Key Relevant Remarks

Staff Association Qualifications Expertise Experience

with the

Firm

(in years)

Semi Qualified Staffs:

1

2

..

Article Clerks:

1

2

..

Others

1

2

..

43
Form no 7

Details Of Structure & Composition Of Team And Task Assignments –

Deployed For Proposed Assignment

Each team will constitute of minimum 4 members with qualifications as below:

Name Position/ No’s Educational Key Relevant Name of the Number
of Man
Team (Minim Qualification Responsibilit Experience firm to days
estimate
Number um) ies or Task and period which he d for task
completi
Assigned of belongs in on

association case of

with the Associate

firm

Chartered Team 1
Accountant
Leader

Semi-Qualified Individu 1

(CA Inter) al

District

Team

Lead

Support Staff Support 2

(Jr Auditors) to

District/

State

team

lead

Total estimated man days required to complete the task

1. The firm shall give an undertaking that the team members are proficient in the
State’s official language (both oral and written).

2. Firms must also clearly bring out the number of teams it plans to deploy for the audit keeping

in view the scope of work, coverage and Guidelines for submitting the proposal. Structure of

each team should be indicated as per format below

3. Please attach CV of Team Leader

Structure of Team 1, 2, 3 ..:

Name of CA Names of Support Qualifications Number of Time Required

Staff districts (including for Each

the blocks as assignment

specified in RFP)

proposed to be

covered.

44
Annexure-8
DECLARATION
(To be given on Rs.100 Non judicial Stamp Paper)

To

Chief Executive Officer
Maharashtra State Rural Livelihoods Mission
5th Floor, Southwing, CIDCO Bhavan
CBD Belapur,
Navi Mumbai-400614

Ref. :- i) NIT/ Tender No----------------------------------------------

Dear Sir,

1. We have carefully read and understood all the terms and conditions of the tender and hereby
convey our acceptance to the same.

2. The information / documents furnished along with the above offer are true and authentic to the
best of my knowledge and belief. We are well aware of the fact that furnishing of any false
information / fabricated document would lead to rejection of our tender at any stage besides
liabilities towards prosecution under appropriate law.

3. We have apprised our self fully about the job to be done during the currency of the period of
agreement and also acknowledge bearing consequences to of non performance or deficiencies
in the services on our part.

4. We have no objection, if enquiries are made about the work listed by us.
5. We have not been under suspension/termination/banned/blacklisted in the preceding 3 years,

till last date of submission of bid, by any PSU/Govt. Departments/PSU Banks/ MSRLM/ or any
other organization where we have worked. Further, if any of the partners/directors of our
organization /firm is blacklisted or having any criminal case against them, our bid/offer shall
not be considered. At any later point of time, if this information is found to be false, MSRLM
may terminate the assigned contract immediately.
6. We hereby declare that our firm & all the partners of the firm are complying with the Chartered
Accountants Act, 1949, notification & guidelines issued by the ICAI from Time to time
7. We have not been found guilty by a court of law in India for fraud, dishonesty or moral
turpitude.
8. We agree that the decision of MSRLM in selection of Bidders will be final and binding to us.
Date:
Place:

Signature of authorized person
Full Name & Designation:
Company’s Seal:

45

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