DNIP (No DT-MGNREGA-AUDIT/RD/Tripxra120L6-17 dated 16,1.20171
Page- 1
DRAFT NOTICE INVITING PROPOSAL NO: NO DT-MGNREGA-AUDIT/RD/TT\PUTAI2OI6-17
dated
16.1.2017
GOVERNMENT OF TRIPURA RURAL DEVELOPMENT DEPARTMENT OFFICE OF THE Under Secretary Secretariat ComPlex, Kejurbagar. AGARTALA-799006 PH/FAX:0381-2418091 (email :
[email protected]) 1
Press Notice
N o.
2
NO. Name of work
Request
a
Earnest Money
J
Deposit (EMD)
4
Tender fee
5
Security Money
PT-MGNRE GA-AUDIT/RD/Tr ipw al 20
1
6 -1
7
date
d
1
6 .0
I .20 I 7
t" undertake fr. P.rp"t"'t -Employment
Audit of Mahatma Gandhi Guarantee Act (MGNREGA) in
National Rural Tripura for the period 2006 to 31't March ,2016 (2006-07 to 201516 FY). only per cluster (in the form of FDR / @) call not in the form of DD). EMD shall be deposited in favour of the tendering authority on any nationalized bank' If any bidder withdraws the bid after opening of technical bid or any successful bidder fails to sign bidder agreement withiristipulated period, entire EMD will'be forfeited and will be blacklisted. in the form of DD) per cluster" No @ tender form will be sold and bidder has to submit the bid as per instruction below. Cost of tender form shall be deposited in favour of the tendering authority in form of cheque or DD drawn on any nationalized
submit 5% of the finalized tender value(contract value) in favor of then tendering authority before
ffi
signing Agreement as per instruction in the work order to be issued Uy ttrelenOering authority in favour of the successful bidder.
6
7
8
9
10
Pre-bid
meeting date & place
ftre pre+id
will be held at 11:00 am on 28'n Tendering Authority. lnterested the of the office
discussion/meeting
January, 2017 it bidders may attend the meeting Last date and hloYnl? $W 3.00 PM). Tender may be sent by post of (Registered *itn efO) or dropped in the tender box kept in the office time of of tfr'. tendering authority. After stipulated time frame no tender will submission be entertained. bid. Website for www.rural.tripura. gov. in inspection of DNIT and downloading if needed by the bidders office of tendering authority. Technical Bid Wthe opening date (probable)
No of written pages incl. this
14(fourteen)
Dage
$un\
dated 16'l'20171 DNIP (No DT-MGNREGA-AUDIT/RD/T1ipuraI20L6-17
Pase- 2
Preface agency for the MGNREGA Rural Development Department is the state level implementing consisting of 8 districts' 58 Blocks and 1178 throughout the rural areas of the State of Tripura the state had 4 districts and the Gp/vcs. prior to delimitation of the new districts in 201 l-12 with the Dhalai District in the year 2006' However' MGNREGA scheme was implemented initially in all the was implemented throughout the state covering the expansion of the ambit of the programme it convenience led to creation of 4 new 4(four) districts. consequently the idea of administrative set up with 8 districts in the year 20ll-12' districts that has reshaped the state,s administrative
AsmandatedbytheguidelinesoftheMGNREGAschemetheCharteredAccountedAuditof its inception' The Hon',ble High court has the scheme was done for every Financial Year since in 2006 ought to be audited once again for better desired that the MGNREGA since its inception 2014 the Hon'ble High court in w.P.(c)(PL) l6 of transparency" In compliance with the order of the MGNREGA Scheme needs to be taken up' For and w.P.(cxPIL) 17 of 2014, the audit of the work, the State has been divided into of the auditors and the time bound nature of the convenience
4(four) clusters (Annexure-ll) for taking up audit works' CAG empanelled Chartered Accountant Firm The Department therefore intends to appoint a Year 2006-07 to 2016-17 in 4(four) clusters' for conducting audit of MGNREGA for the Financial per therefore requested to send their Proposal as Accordingly, cAG empanelled interested Firms are the Terms of Reference described in
DNIP
$I$r.. /.r\r\\l \b\'\'
DNIP (No DT-MGNREGA-AUDIT/RD/Tripura12016-17 dated 16.1.20171
Page- 3
Guidelines to Submit Bid:
1) Following valid documents shall be submitted
i.
along with the technical bid:-
Copy of the valid Registration certificate of the firm participating in the Bid and Proof in support
of
empanelment by CAG(Comptroller and Auditor General).
ii.
Details of audit completed by the bidder for the projects financed by Government of India along
with copy of appointment letter. Audit report is not required.
iii"
Declaration of the bidder as per Format at Annexure-
iv.
EMD and cost of tender form
will
as indicated in the
IV
first page. Without cost of tender and EMD bid
be summarily rejected.
v.
Comprehensive work plan covering all aspects as indicated in Annexure
vi.
CVs of all the manpower proposed to be utilized during the audit.
IIl.
vii. Service tax clearance and Professional Tax clearance certificate (lf this is in force in the
state, the
bidder belongs to).
viii. PAN/TAN of the bidder if any.
ix" Forwarding letter addressing the tendering authority
enclosing all above documents/papers.
All the
enclosures shall be ink signed by the bidder along with the stamp.
2) (i)
Documents to be attached with the Financial Bid :Amount quoting sheet indicating name of bidder along with amount. Single amount should be quoted per cluster excluding service taxes but inclusive of
all applicable other taxes and
charges. Current rate of service taxes shall be mentioned by the bidder in the bid sheet'
(ii) Amount quoting sheet should be ink signed and stamped.
Format for financial bid is as given
below:
DNIP No DT-MGNREGA-AUDIT/RD/Tripma120L6-1 7 dated 16.1.2017 Name of the Work: Request for Proposal to undertake Audit of Mahatma Gandhi National Rural Employment Guarantee Act (MGNREGA) in Tripura for the period 2006 to 3l't March, 2016 (2006-07 to 2015-16 FY]r_ Cluster number for which amount is quoted shall be written by the Cluster No.: bidder.
Amount quoted:
Current rate
Amount to be quoted in both figures and word for the cluster for which the bid is made. If there is any difference in word and figure tendering authority will consider any and it will be binding on the bidder. No corrective fluid should be used for any correction. No overwriting shall be there. If any correction is needed wrong figure/word shall be deleted by the single strike and correct figure or word be written with initial.
of To be mentioned by the bidder.
service taxes: NB:
lf income tax and surcharge is applicable on the payment, it will be deducted at source
as
per prevailing rate and bidder shall include these in their quoted amount. An example: Suppose
4#,*
aDNIP (No DT-MGNREGA-AUDIT/RD/TrIpwa120I6-17 dated 16.1.20171
Page- 4
one bidder has quoted the amount Rs.100 exclusive of service taxes and inclusive of all other taxes, surcharges and charges. Prevailing applicable service tax, income tax and surcharge on
income tax are 1,4%, 2% and 3% respectively. Service tax
will be borne by the tendering
authority. Accordingly, contract value will be Rs.114. Deduction at source will be Rs.14 (Service tax), Rs.2X1.03 = Rs.2.06 (lncome tax and surcharge) and net amount payable is Rs'97.94 only.
tt\-
DNIP(NoDT-MGNREGA-AUDIT/RD/Tripura12016.|7dated16.l.2017|Page.5
Instructions to the Bidders: of MGNREGA in the state purpose of this as9ig1q99t is to finalise audit report work are provided in the terms proposed ZOIS-iAFY. More details of the inception and up
since
1. The
ii
of
references.
bidder to submit proposals: The following documents are enclosed to enable the
Z.
Terms of Reference (TOR) -(Annexure 1) List of Clusters (Annexure-Il) prtp"*t and its evaluarion criteria (Annexure III) rect,nic"r icj tOl eo.mat foi declaration by the bidder(Annexure-IV)
(a)
ibi
3. 3.1
Submission of ProPosals Proposal (vide Page-3) and The proposals ,ir;il il submitted in two parts, viz', ,Financial to the Tendering Authority b: addressed Technical proposal (Annexure III). The p;ofi;"I; pr:1 oI dtoPp^* in the tender box kept p"ttir.disieredrvith"lD) UV below as and sent to the address prtr on t3-0i-z0tZ (ofnce hour and date only)' in the office of the tendering authorir/w\iir?, I one bidder will proposal sfraff Ue suUmiti"J i.p"*t.lif";'.r.h .futt"t. io tlarify- further, suppose a single bid in nerrer and UiAt separat" participate frr 2(t*;;;irtt"t*ii.lshe has to make two
Address of the tendering authority:
To The Under SecretarY
Rural DeveloPment DePartment Government of TriPura Ground Floor, Block-4, Room No- 4001'
Civil secretariat Agartala. P6one No: (0381)241-8091
Email:
[email protected] ,,Financial,, Proposals must be 3,2The ',Technical,, and
l,li,
submitte.d']IY"j""tl:1..:*.1,:*il!l?'
.r,. miJ't:6', :FJ::",:::*1,'.*T::,::1" I'lt:ltJil:?.^* the field orthe bidder's g"r..ul experience in
ffi3r63ffill"r"n"Xifilfhal*Jii"ipii";or,rre 1 ,'-^^^'^^A f^- +l"a ,ocionrrrent in ;'T,HXJ,I?.'H,:'#|;,1':;"#::ffiffi;;v "',i#'ii*',,1*id; "r i*,r:l'-":::1,1',",K'f*"?iJ5i:i:111i:',il oo'## H];ffi t3ffi marked 'FINANCIAL ifr. *"orO envelope err
vY
\.
':x#it:i:;l;i$.i,r"{-*}T:d"g:::*,:ll":n;,11'J.'rii'fi for the audit' Both the ;;f"";; ti'en.-,:/Labove 4L^ nl\TID Nn qnrl nqme or nf and name No. DNrp .oyE. with the iI,;-..;i; #i#:iiJ"n'":'iffi#ffiil";;ffi; , L!--2-- ^r..-+^x -^ fnr whioh hid is made. In ffi:'TJilTl 'Hi":iHJ';'# ffiffi;)";;;p.'il$'ilu't:1 1::1::,y1'""^n"l'1::-*1*' shail also be mentioned' '" Itta,HlTffu'.*Jlrthe tendering autho?iry uno-Goo-..'s address
$?lt
3.3 The tendering authority shall not be. responsible sealing or damage and delayed receipt'
for misplacement, loss during transit or improper
with the preparation and submission of pre bid visit, collection of information' attendance at their Proposals. The costs might include site with the tendering authority for meeting, attendance at bid opening, any meeting
3.4 The bidder shall bear
all costs whatsoever
associated
clarification/negotiation before finalization of tender' at 11:00 am on 28th January' 2017 rn the office of the 3.5 The pre-bid discussion will be held
TenderingAuthority.Itisnotmandatorybutitisimportantforallinterestedbidderstohave clarification for the bid, if
anY'
,\fu $\r\tt
DNIP (No DT-MGNREGA-AUDIT/RD/Tr\pI1aI20|6-17 dated 16.1.20171
Pase- 5
right to annul 3.6 The tendering authority is not bound to accept any proposal and reserves the
3.7
the
thereby incurring any liability to selection process at any time prior to contract of award, without the bidder and assigning any reason. the bidder is expected to examine in detail the documents
In
preparing their proposals, requested may result in comprising the RFP. Material deficiencies in providing the information rejection of a ProPosal. Opening of Technical ProPosal
4.1
by the Evaluation committee (EC) Technicar Bid will be opened at 11:00 hours on r4r02r2017 of Tripura' It may be noted that constituted by the Rural Development Department, Government be opened until technical evaluation the second envelope containing Financial Proposals will not may attend the bid opening has been completed. The bidders/ their authorized representatives shall bring a authorization proceedings and will sign attendance Sheet. Authorized representative letter of the bidder to attend Opening of Technical Bid'
4.2 Notice of the financial bid opening
will
www'rural'tripura'gov'in at be given to anyone' The bidder's
be uploaded on the website
separate call will the Financial Proposal' The bidder or representatives may be present at the time of opening of and"sign attendance sheet' their authorized representatives may attend the opening proceedings opening of Financial Proposals' Authorized representative shall bring a letter of bidder to attend least
5.
24 hours before opening. No
Evaluation of Technical Proposal
Bvaluation criteria given.in 5.1 The Technical Proposal will be evaluated on the basis of by the firms along with furnished Annexure rlr. F;'r"fti; purpor. ,.qririt. inio..ation is to be adequate number of about giOOei assessment will make his own supporting Oocuments.'ih! should comprise team audit Each TOR. audit teams required for conductilg q;-audit ut p., the and other audit yu*e-"i,.semi-qualified assistants of Principal/Audit Partner, qualified Audit as a part of proposal in the submitted assistants. Detaiis ;fi;.;;ni;t in .uct-t.um shorild'be comprehensive work Plan"
out on the basis of CVs of the team 5,2. The evaluation of working team of the bidder shall be carried m.ay be decided,by the bidders and members. The number of teams to U. O.ploy.O fo. arait .o.pr.h.Nive plan is to be prepared and submitted along with the technlcal blo'
Cut off points for qualifying Technical Proposal l r.i ort^f"r Technical Proposals, all the-bidders who have 6.1. Based on the poinli and crlteria "r bidders & their Financial Proposals secured 50 o.r ;;;; ;;t"a;; rrru[ u.1r*t.o us successful
6.
shall be opened.
the Technical Proposal record in detail the reasons for acceptance or rejectio.n 9l Firm qualified in the Auditor of namei the analyzedand evaluated by it unO *oriJi."o-*.rO Technical Bids to the tendering authority'
6.2 The EC will
7,
Opening of Financial ProPosals have been declared qualified in the At the second stage, financial bids of only those biddersvho should be submitted as per Technical propor-J *iii U. op.reO.- ifie "Financial Proposal" irrirrctiond given
above
A,lrj rr\\t
DNIP (No DT-MGNREGA-AUDIT/RD/Tripura120L6-17 dated 16.1.20171 Pase-7
8. 8.1
Evaluation of the Proposals Each Financial Proposal will be carefully scrutinized in accordance and total price will be determined. The score for each Financial Proposal is inversely proportional to its Total Price (TP) and is computed as follows:-
Sf
:100xFm/F
Where:
Sf is the financial score of the Financial Proposal being evaluated Fm is the TP of the lowest priced Financial Proposal F is the TP of the Financial Proposal under consideration' of Technical and Financial Proposal-s, final ranking will be 8.2 - Following completion of evaluation Oore byaipfyin'g a weight age of 50 percent and 50 percent to the technical and financial score ..rpectiu.iy of Jactr rr6posil and thin computing the relevant combined total score for each bidder.
g.3 A comparative statement shall be prepared to select the successful bidder. The bidder obtaining highest score will be selected for award of assignment.
9.
Confidentiality Information relating to evaluation of Proposals and recommendations conceming contract^award shall not be disclosJd to bidders who have submitted Proposals or to other persons not officially concemed with the selection process until the successful firm has been notified and contract awarded.
10.
Award of Contract
10.1 After completion of the process, the tendering authority shall award
the contract to the selected
Auditor who will be termed as successful bidder. lO.Z The validity of the proposal shall be for 90 days from the date of opening of the Technical Bid without any price variation clause. 10.3 Auditor shall sign the agreement with the tendering authority depositing stipulated security money and take-up work within 5 days of award of work order by the Rural Development Department, Government of Tripura and Report is to be submitted by the stipulated time of six months from the date of the award. The Auditor should clearly understand that submission of audit report by stipulated time is of utmost importance. They should plan audit in such a way that in spite of any contingency audit report is submitted within stipulated timeframe. In no way time extension will be allowed. If it is seen that any bidder has failed to submit the final report within the stipulated time period, for every additional month/fraction of month 107o of contract value of bid shall be imposed as penalty. 10.4 The Auditor Firm will work directly with the respective Implementing Units of respective clusters.
10.5 The remuneration which the Auditor receives from the contract will be subject to
normal tax liability as per the Tax Laws. Service Tax liability shall be borne by tendering The other authority but bidder shall mention existing Service tax rate in the financial bid sheet. to be taxes like Income Tax, surcharge on income tax should be liability of the bidder and advance consider in quoted amount. All taxes and surcharge will be deducted at source. No
Suru\r\t:
DNIP (No DT-MGNREGA-AUDIT/RD/TripuIa120L6-17 dated 16.1.20171 payment shall be made. No price variation clause made in 3 installments as given below:
will be applicable. The payments will
Event
7o
1
Completion of Audit of all units Submission of final audit Report
60%
3
Acceptance of Audit tendering authority
be
ofcontract value
S.No. 2
Page- 8
20% report bY 20%
Note: Contract Value includes Professional Fee plus Service Tax at the prescribe rates. The above remuneration includes all the costs related to carrying out the services, including overhead and any taxes imposed on the firm. All applicable Tax and surcharges will be deducted at sou
rce
,u\-
DNIP (No DT-MGNREGA-AUDIT/RD/Tr\pura|20|6-17 dated 16.1.20171
Page- e
Annexure
-I
Format for Terms of Reference Terms of Reference for Audit of Mahatma Gandhi National Rural Employment Guarantee Objective: The objective of the audit of the Financial Statements of the Scheme is to enable the auditor to express a professional opinion on the financial position of the MGNREGA implemented by Rural Development Department, Govemment of Tripura, since inception of MGNREGA to 31"' March, 2016 inthe State/ districts and of the funds received and expenditures incurred financial year wise. The Rural development Department means all implementing units of RD Department, TTAADC (Tripura Tribal Area Autonomous District Council ) and other line departments. The MGNREGA accounts (books of account) and the accounts maintained at various IUs across the State (annexure II) provide the basis for preparation of the Financial Statements and are established to reflect the financial transactions in respect ofthe project. Scope: The audit will be carried out in accordance with the relevant national standards of auditing, and will include such tests and controls as the auditor considers necessary under the circumstances. In conducting the audit, special attention should be paid to the following:
. . . . . .
spent under the scheme, received from Government of India along with state share the siid Scheme have been used in accordance with the conditions as laid down in the under guidelines and only for the purposes for which the funds were'provided. MGNREGA All funds have been used in accordance with the relevant financing norms, with due attention to economy and efficiency, and only for the purposes for which they were provided. All expenditure, including procurement of goods and services, have the necessary supporting docum-entation and have been incurred in accordance with the Govemment rules and relevant
All funds
financing agreement. and are Physical recorded in ths stock/ inventory registers and the closing balances worked out correctly. verification of the assets and othei inventories would be taken up, as deemed necessary by the auditor. Funds transferred to IUs for incurring expenditure under the project are used for the purposes intended. To establish this, the auditor should visit IUs and conduct such audit ltests as may be deemed appropriate and necessary for the purposes of the audit.
All the goods procured and issues are supported by valid receipt and issue documents
The program accounts have been prepared in accordance with consistently applied relevant accounting standards/ Rules and give a true and fair view of the financial situation of the Project since inception in 2006 till 31't March,2016. Complete Financial year wise report shall be submitted for all FY starting from 2006-07 till2015-16.
. Financial Statements: The financial statements shall include:
. . .
A
summary of funds received, showing the grant
sources, donors,
in aidl loan and funds
received from other
ifany separately
A summary of expenditures shown under the main work categories of expenditures; and A Balance Sheet showing accumulated funds of the project, bank balances other assets of the scheme.
Time Period for Submission: The audited financial statements including the audit report should be sent to Govemment of India within 6 months of closing of the financial year. Management Letter: In addition to the audit reports, the auditor should prepare a "management letter" in which the auditor should: . Give comments and observations, if any, on the accounting records, systems and controls that were examined during the course of the audit; . Identify specific deficiencies and areas of weakness (if any) in systems and controls and make recommendations for their improvement;
)M'b\'\n
DNIp (No DT-MGNREGA-AUDIT/RD/TI\prra|20L6-17 dated 16.1.20171
. . .
Page- 10
Report on the degree of compliance with the financial/ control procedures as documented in the financial manual of the project. Communicate matters that have come to attention during the audit which might have a significant impact on the implementation of the society; and Bring to attention any other matter that the auditor considers pertinent.
The Observations in the Management Letter must be accompanied by a_suggested recommendation from the auditors and ManagJment Comments on the Obiervations/ Recommendations from the Management"
General: The auditor should be given access to all legal documents, correspondence, financial manual, and notices from the Stati Head Quarter/Implementing Units and any other information associated with the Scheme and deemed necessary by the auditor. period of Audit: The period to be covered under present RFP would be since Financial Year 200506 till Fy 2015-16. ii[.i^"raii report stratt be submitted within 6 months from the date of awarding work"
Auditor(Successful bidder for Cluster-9ly1tre1 using the work of other Role of the principal 'bidd.rt otirer Clusters I.e Cluster- II, III and IV), the_ principal auditor should of ,rJit"irf srccessful ;rfir;;try perform tne fottowing procedures: (a) advise_the other auditor of the use that is to be made of the other auditori work ani report anO mate sufficient arrangements for coordination of their .ffortr at the planning stage of ihe audit; and (b) a-dvpe the other auditor of the significant with accounting, uroiting ;id-ffiorting requirements aid obtain representation ds to compliance following: the include may them. OthEi importint pointJof consideration . The principal auditor should consider the significant findings of the other auditor; . There should be sufficient liaison between the principal auditor and other auditor; . The other auditor may bring to the principal auditors' immediate attention any significant findings requiring to be dealt with aithe entity level, adhering to the time table for audit of the component; ihe other auditor should ensure compliance with the relevant statutory requirements. Minimum team composition & qualification . Team Leader/Audit partner - partner of the firm who leads the audit assignment and signs the audit report; has minimum post qualification audit experience of 10 years or more. . Audit Manager - a Partner or CA qualified employee who manages and conducts the audit; has minimum post qualification experience of 5 years or more' . eualified Audiiors - CAs, who leads the audit teams, conducts field visits and maintains adequate firm audit documentation; has minimum post qualification experience of at least 1 year with the . Other audit staff - for conducting field visits relating to accounting l.Reference to sA 600 [AAS 10] Using the work of Another Auditor [effective for all audits periods beginning on or after April l, 20021' whose financial 2 ,,Component', means a division, bianch, iubsidiary, joint venture, associated enterprises, or other entity auditor. principal the by audited information financial in the information is included
$A.rn
a DNIP (No DT-MGNREGA-AUDIT/RD/Tripura/2016-77
dated 16.1.20171
Page- 11
Annexure-II
Name
of
cluster Cluster
I
Cluster-II Cluster-III Cluster-IV Total
the
No.
Name of the District
of
No.
Block
G.PA/C.
State HQ and Dhalai district.
8
151
Unakoti and North Tripura districts.
t2
220
Sepahijala 22
465
West Tripura, Khowai and
districts. Gomati and South Tripura districts.
16
342
Total
58
tt78
of
NB: GP means Gram Panchyat. YC means Village Committee. VC is equivalent to GP in the TTAADC.
Note: RD Department implements MGNREGA works through line departments like TTAADC, Agriculture, Forest, Horticulture, Sericulture and water resources also.
*\,*
a DNIP (No DT-MGNREGA-AUDIT/RD/Tr\pgra|20|6-17 dated 16.1.20171 Page' ANNEXURE
L2
III
Technical proposal evaluation - criteria and Scoring scheme Max
Scoring
Sub Criteria
Criteria
Score
l.Specific Experience
.
of
Experience in audit
ofprojects financed project supported by the Govt of India comPleted by Govt of India durins the last 5 vears. grid given at the end Refer the audit of Quality
the
audit firm relevant to the assignment
2.Adequacy
of
the
3 points for each audit of
.
15
Documentation
Details of such
audits
completed with copies of appointment letters" Audit report is not needed.
30
methodology
proposed
methodology
and
work plan in responding to the Terms of Reference
proposed for assignment*by
the the
bidder
.
Organization and 2 points for each qualihed
Staffing
proposed
for the Assignment.
staff (other than
Leader and
10
Composition
of the
for the
team
Team
proposed
Audit
briefing their qualifi cations.
assignment
Manager) proposed for the assignment
3.Key
professional . General experience
. I
point for every year
completed
staff
Certificate from
l5
reports have been signed bY the Partner. audits Details
as
Partner signing audit reports.
qualifications and competence for
the assignment of the Team Leaderl
Adequacy for the
Audit Partner
assignment
.
3 points for each audit of project supported by Govt. of India conducted either
as Audit Partner or
as
'
Experience region
and
language
of such
completed with coPies of relevant appointment letters and position of the staff in the audit
Audit Manager in
the Firm audit whose listing the entities
J
o
I point each for knowledge of local language (Reading, Speakine and Writing)
4.Key
professional .General experience
staff
qualifications and competence for
the
assignment . Adequacy for the
separately
of
I point for
additional year
the assignment
Audit Manager
Experience and language
in
region
each
of
PQE
beyond 5 years each audit of project supported by the Govt. of India conducted either as Audit Partner or as Audit Manager
. 3 points for
I point for each audit conducted in the region by the staff
l5
Details of such
J
Details of such
audit
post
qualification
o I point for each knowledge of local language (reading,
audits
completed with coPies of relevant appointment letters and position of the staff in the audits
completed with coPies of relevant appointment letters and position of the staff in the audit
a
soeakine and writine)
Total
100
(\'V
DNIP (No DT-MGNREGA-AUDIT/RD/Tripwa|20L6-17 dated 16.1.20171
Page- 13
*Audit Methodology Evaluation
S.No 1
2 J 4
Methodolosv OveEll approach to the audit assignment for providing opinion on the project financial statements, the adequacy of intemal controls and funds have been utilized for the intended purposes in accordance with the project legal agreement/s and have been correctly @ Opinion on the compliance with Tender orocedure suidelines. Approach in preparing the Management Letter Oualitv assurance mechanism Total
Max Score 15
5 5 5
30
{,\r
DNIP (No DT-MGNREGA-AUDIT/RD/TrIpBra120I6-17 dated 16.1.20171
Pase-
t4
Annexure- IV
DECLARATION
I do hereby declare that I
have personally gone through this Draft Notice Inviting (No DT-
and understood all the scope of the work, instructions of the DNIT and having been fully satisfied , I have
MGNREGA-AUDIT/RDlTripural2Ol6-17 clauses,
dated
16.1.20171 proposal
quoted the amount of the work. This is further to certify that I have suppressed no facts
which could debar me to participate into the bid. If
it is
in
the bid
revealed after opening of the bid
that any fact is suppressed by me, tendering authority shall have the right to reject my bid along with other stern action against me as per term condition of the tender. I do affirm that
have no objection if any authority is incorporated into the
all the term conditions of DNIT are unconditionally accepted by me. I extra term condition
,
mutually accepted by me and tendering
agreement.
AND
I do hereby also declare that I
am CAG empanelled certified auditing firm regarding and not
blacklisted by any Government or PSU. For quality or any other reason in connection with similar
I agency of central I state Government as it is revealed after opening of the bid that my
work there is no ongoing litigation with any department on closing date of
bid. If
declaration is false,
my bid /
subsequently agreement
will
be cancelled, deposited eamest
forfeited and other penalty to be decided by the tendering authority
will
/ security money will
be
be imposed.
(Signature of bidder
$rJ
'\q\\n
Full name & Seal)