Gujarat Water Supply & Sewerage Board 2410202414343678
Gujarat Water Supply & Sewerage Board 2410202414343678
GEM/2024/B/5532537
Dated/ दनांक : 22-10-2024
Organisation Name/संगठन का नाम Gujarat Water Supply & Sewerage Board (gwssb)
1 / 12
Bid Details/ बड ववरण
Arbitration Clause No
Mediation Clause No
(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।
(b). The EMD Amount will be applicable for each schedule/group selected during Bid creation.
2 / 12
(c). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।
Beneficiary/लाभाथ :
Accounts Officer
Computer Cell, Head Office, Narmada Water Resources Water Supply and Kalpsar Department Gujarat, Gujarat
Water Supply & Sewerage Board (GWSSB) ,
(Sonara Dineshbhai)
1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
2. Years of Past Experience required: The bidder must have experience for number of years as indicated above in
bid document (ending month of March prior to the bid opening) of providing similar type of services to any
Central / State Govt Organization / PSU. Copies of relevant contracts / orders to be uploaded along with bid in
support of having provided services during each of the Financial year.
3. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
Number of years of experience as on date of which at least XX years should be in providing similar
advisory services to Government departments, PSUs, PSBs, Municipalities and centrally funded
institutions.:Firm must have done at least one audit assignment in last three years ended on 31.3.24,
ofCategory I or II of Annexure 1 to 3, PSUs / Authorities / Societies / Trust mentioned as per Finance Department
GR no JNV-10-2018-1143-A dated 16.09.2019 of FD and GR no JNV-10-2018-1143-A dated 8.6.2020.
Number of XX qualified professionals in full time employment at senior level with experience in
handling similar or relevant projects.:Firm should have at least 3 Chartered Accountants inits Firm and out
of which minimum 2 Chartered Accountant must be Full time Partners
Contract will be awarded schedulewise and the determination of L1 will be done separately for each schedule.
The details of item-consignee combination covered under each schedule are as under:
3 / 12
Evaluation Estimated
Item/Category Quantity
Schedules Value
Specification Values
Core
Addon(s)/एडऑन
4 / 12
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
Number of months
382010,2nd Floor, Account Cell
for which Post
1 Sonara Dineshbhai Jalseva Bhavan, Opp. AIrforce 1
Advisory support is
Station, Sector 10-A
Required : 3
Specification Values
Core
Addon(s)/एडऑन
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
5 / 12
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
Number of months
382010,2nd Floor, Account Cell
for which Post
1 Sonara Dineshbhai Jalseva Bhavan, Opp. AIrforce 1
Advisory support is
Station, Sector 10-A
Required : 3
Specification Values
Core
Addon(s)/एडऑन
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
Number of months
382010,2nd Floor, Account Cell
for which Post
1 Sonara Dineshbhai Jalseva Bhavan, Opp. AIrforce 1
Advisory support is
Station, Sector 10-A
Required : 3
6 / 12
Financial Advisory Services - Onsite; Audit Verification Work ( 1 )
Specification Values
Core
Addon(s)/एडऑन
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
Number of months
382010,2nd Floor, Account Cell
for which Post
1 Sonara Dineshbhai Jalseva Bhavan, Opp. AIrforce 1
Advisory support is
Station, Sector 10-A
Required : 3
Specification Values
Core
7 / 12
Specification Values
Addon(s)/एडऑन
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
Number of months
382010,2nd Floor, Account Cell
for which Post
1 Sonara Dineshbhai Jalseva Bhavan, Opp. AIrforce 1
Advisory support is
Station, Sector 10-A
Required : 3
Specification Values
Core
8 / 12
Specification Values
Addon(s)/एडऑन
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
Number of months
382010,2nd Floor, Account Cell
for which Post
1 Sonara Dineshbhai Jalseva Bhavan, Opp. AIrforce 1
Advisory support is
Station, Sector 10-A
Required : 3
Specification Values
Core
Addon(s)/एडऑन
9 / 12
Additional Specification Documents/अित र विश द तावेज़
Consignee
S.No./ . Reporting/Officer/ Additional
To be set as
परे षती/ रपो टग Address/पता Requirement/अित र
सं. 1
आव यकता
अिधकार
Number of months
382010,2nd Floor, Account Cell
for which Post
1 Sonara Dineshbhai Jalseva Bhavan, Opp. AIrforce 1
Advisory support is
Station, Sector 10-A
Required : 3
Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत
1. Generic
OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised
quantity or duration
2. Generic
Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.
3. The bidder has to subbmitt required documents with the bid proposal.
4. EMD has to upload in GeM on EMD Status button, also bidder has to sent with physical document.
6. The bidder has to fill Form-5 format of submission of Financial Proposal (to be filled on line on GEM Porta
l
Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). The bank should certify on it that the deposit can be withdrawn only on the demand
or with the sanction of the pledgee. For release of EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date
10 / 12
5. Forms of EMD and PBG
Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of
Disclaimer/अ वीकरण
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. If any clause(s) is / are incorporated by the Buyer regarding following, the bid and
resultant contracts shall be treated as null and void and such bids may be cancelled by GeM at any stage of
bidding process without any notice:-
1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process. (However, in bids for
attached categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.
15. Any ATC clause in contravention with GeM GTC Clause 4 (xiii)(h) will be invalid. In case of multiple L1
bidders against a service bid, the buyer shall place the Contract by selection of a bidder amongst the L-1
bidders through a Random Algorithm executed by GeM system.
Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.
11 / 12
This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।
12 / 12
Gujarat Water Supply & Sewerage Board
JalSevaBhawan, Sector-10A,
Opp. Air force station,
GANDHINAGAR-382010
1
INDEX
Sr. Pages
Particular
No From To
1 GEM E-Tendering Schedule 3 3
2 Invitation of Proposal 4 13
Note:-
In order to obtain any information/clarification w.r.t. the assignment or this bid
document (if any, required) Senior Manager (1-2), GWSSB, Sector-10A, Gandhinagar
should be contacted on Tele.079-232-22547/232-29162 Fax No. 079-232 25979.
2
GEM E-Tendering Schedule
Notes:-
1) Above mentioned time line schedule is for guidance purpose only. Each
bidding firm is conveyed to refer the uploaded tender document in this
regard and timing etc. mentioned on GEM portal in order to submit the on
line proposal within the prescribed time schedule as per GEM portal details.
Notwithstanding, anything contained above, schedule, timing etc. mentioned
in GEM bid document will prevail upon the above mentioned details.
3) Apart from GEM document, also refer this bid documents (including all
Annexures and other ancillary details contained in this document) before
filling information /submission of bid document and on line submission of
price bid.
3
Invitation for Proposal
Subject:-
Appointment of Chartered Accountant firms for Audit verification of Process,
Procedures and documentation w.r.t. various stages of capital, O & M and any
other work from awarding of work till its payment.
Back ground:-
Gujarat Water Supply and Sewerage Board(GWSSB) was established in 1981
Gujarat Water Supply & Sewerage Board is implementing the centrally as well as
State Sponsored "Water Supply & Drinking Water” Projects (Jal Jeevan Mission) in
all districts of Gujarat. The main objective of Board is to provide potable drinking
water to the people. The Main income of GWSSB is Government Grants, water
charges and Charges recovered from Deposit Works. Grant is received from State
Government, Central Government, externally funding agencies and others towards
various primary programs and the same is applied to the various eligible activates
implemented through division offices under this programmed. Presently there are
43 Division offices working under 6 Zone offices under the Board and other offices,
located at various places of Gujarat.
Objective:-
In view of decentralized work system and very fact that actual execution of work
including various aspects from preparation of work estimates to payment of bill,
take place at Division/other office level involving approval at various level of
hierarchy of Board, it is deemed appropriate to conduct work of Audit verification
of Process, Procedures and documentation w.r.t. various stages of capital, O & M
and any other work from awarding of work till its payment, to get valuable inputs
regarding suggestions for future improvements in the mechanism and
standardization and uniformity regarding stages, processes, procedures and
documentations in this regard. In view of this, it has been decided to invite
proposals from the Chartered Accountant firms as per below mentioned scope of
work, terms and conditions and other matters mentioned in this bid document.
1. Submission of documents:-
Following documents are enclosed to facilitate submission of bid Proposal:-
(a) Terms of Reference (TOR) of the Assignment(Annexure-1)
(b) Supplementary informationw.r.t. technical proposal for the
assignment(Annexure-2)
(c) Schedule of estimated fees for the assignment(Annexture-3)
(d) Basic &other details ( Form- No.1 to Form No-4)
(e) Format for submission of price bid forthe assignment (Form-5)
(f) Illustrative Form of agreement/appointment letter regarding appointment
for the assignment (Annexture-4)
4
(g) Format of Audit verification report(Annexure-5)
(h) Self-declaration for debarment, punishmentand other matters(Annexure-6)
Request for extension of time limit would not be entertained in any case.
Bidders are advised to submit/ upload the documents/details/data on GEM
portal well in advance considering the schedule mentioned on GEM portal for
the said tendering process.
Scan Copy of EMD shall be submitted on line on GEM portal while uploading
the bid.Non submission of scan copy of EMD or valid and current MSME
certificate(in case of exemption from submission of EMD) will render the
bidder ineligible from further processing of bid process. Further, original copy
of EMD and valid & Current MSME certificate must be furnished along with
the technical bid.
5
on GEM portal as pre-tendering schedule.While financial bid will be
required to be submitted on line on GEM portal only.
3. MinimumEligibility Criteria:-
GWSSB is category I entity as mentioned in the GR No.
GR/JNV/10/2018/1143-A of Finance Department issued on16.9.2019.
Further, as clarified by the Finance Department vide GR
No.GR/JNV/10/2018/1143-A of Finance Department issued on 8.6.2020,
work of pre audit and internal audit of District level decentralized offices can be
entrusted to the one category below of existing category of the entity. In view of
this, firms having at least Category II and those having higher category i.e.
Category I qualification can participate in this bidding process regarding the
work of appointment of Chartered Accountant firm for conducting the Audit
verification of Process, Procedures and documentation w.r.t. various stages of
capital, O & M and any other work from awarding of work till its payment, in
respect of Division offices/other offices working under various zone offices.
In view of the above mentioned point, Proposals are invited from the
Firmshaving ranking and registered as Category-1or Category- 2 firmas per ICAI
Guidelines for the year 2024-25and having continuation of ranking accordingly
for FY 2024-25[In case such ranking of category has not been published for
FY 2024-25, latest available category ranking of FY 2023-24 will be
considered. Further, if ICAI is not assigning any ranking or category,
ranking or category issued by RBI for bank audit empanelment will be
provided]andmeeting with criteria and conditions mentioned in the Gujarat
Government’sFinance Dept.GR/JNV/10/2018/1143-
A,Schivalay,Gandhingardated 12.9.2019and 8.6.2020.
Existing Internal audit and Pre audit Firms of the Board, willing to take part in
the bidding process of this proposal, would be required to follow the various
points of bid process and submit technical bids and other details as part of bid
process.
In other words, those existing Firms associated with the Board as pre auditor
Firm/Consultant Firm/ internal auditor Firm/Consultant Firms not applying in
this bid process/does not take part in this bid process would not be considered
in the new firms approved by this bidding process.
j Firm or any of partners of the firm should not have any disciplinary matters
pending with any government and / or any other regulatory body / RBI etc.
and they should not have suffered disqualification or debarment.
q.Firm must not have been issued with the order of blacklisting or debarment
or disqualification or termination order once by any government
organization or regulatory authority for which proceedings are ongoing or
under progress.
Each bidder firm will refer this bid document carefully and will provide
documentary evidence in support of fulfillment of eligibility criteria and other
conditions mentioned above as part of submission of technical proposal.No
request for change or alteration of data/details/information/documentary
evidences will be entertained after wards/later on once the bid is submitted and
7
bid submission date is over. However, In the interest of Board and this
assignment, if deemed appropriate,Board may call/seek for additional/required
details, data/information from any bidder.
Note:-
In case of Merger/demerger/re-constitution of the firm, all relevant details must
be fully updated in the Firm Constitution Certificate as on 31.3.24 issued by
ICAI. Updation pending/in process or change in status after 31.3.24 will not be
considered at all and will be rejected at technical stage itself.
4.2)Board will intimate on GEM portal itself those firms whose proposals do not
meet the minimum qualifying criteria or were considered non responsive to
this bid proposal in view of incomplete-non supportive documents, details,
data, information etc. and not in accordance with the requirements as well
as terms and conditions of this bid document.
Board will also simultaneously intimate those successful firms that have
submitted proper documents, details, data in response to this bid and
secured the minimum qualifying or above than the qualifying marks as
stipulated in this bid document.Intimation may be sent through registered
letteror E-Mail or to be intimated via GEM portal itself.
4.4)As mentioned above, firm can apply for more than one Zone office. Bidder
firm will submit the price bid on line on GEM portal accordingly for more
than one zone office. Qualified and eligible firms would be taken for the
further process of selection on the basis of price bid as mentioned above.
Out of all the eligible and qualified firms, firm with L1 will be selected for the
assignment. If single firm qualifies as L1 for more than one zone office,
usually said firm will be allotted/selected for one zone office only. While, in
10
respect of other zone offices, L2 of respective zone offices will be
approached and will be asked to provide consent to work at price of L1 for
the respective zone office. If L2 denies to do so, L3 Firm will be approached
and so on.
However, if it is deemed appropriate in the interest of the assignment and
Board, Board may allocate more than one zone offices to particular L1 CA
firm considering the relevant factors such as No. of staff available with the
firm, past experience and performance of the firm, proximity of one or more
zone offices, proximity of the offices under respective zone/zones, Number
of offices under one or more zone offices, quantum of work under one or
more zone offices, presence of CA firm in particular zone/zone offices,denial
by other firms to accept the assignment etc.
Firms will be required to quote fees/submit price bid on line on GEM portal
as per Form No.-5. Fees quoted on GEM portal must be lump sum amount
of fees (inclusive of out of pocket expenses, travelling and other cost and
inclusive of GST at prevailing rate),on line on GEM portal as per GEM
requirements in respect of each zone/segment applied. Selection of the firm
will be made as specified in point No.3 and 4 mentioned above.
4.6)On the evaluation of price bid submitted, if it is found that prices quoted by
the bidder/bidders are unreasonably low or unworkable prices w.r.t.
particular zone/zones as compared to estimated fees, Board reserves the
rights to cancel the said tender process (either wholly or partially) and may
further decide to re invite tender accordingly with condition that firm/firms
quoting unreasonably low fees or unworkable fees would be prohibited from
taking part in such re invited tendering process.
4.7)Bid proposals submitted by the bidder firms will be considered asvalid for
180 days from the date of itssubmission.
5)In case firmvoluntarily withdraws from the assignment after allotment of the
work/denies performing Audit verification work assignment afterits selection
without giving appropriate justifications/ reasons, firm will be considered as
disqualified; SD/EMD will be forfeited and would not be considered as
eligible one from participating any bid floated by the Board for further period,
as decided by the Board considering circumstances of each such matter on
case to case basis.
If any firm voluntarily willing to discontinue the assignment given, firm will
give at least one month notice to the Board mentioning the reasons for
proposed discontinuation. Board will decide about such proposal on case to
case basis considering the relevant factors and circumstances of each case
and will take appropriate actions(including the penal actions, if any required)
in this regard, as it deems appropriate.
12) In case selected firmdenies/ rejects /not working after the allotmentof
particular assignment, firm will be required to providewritten justification
along with proper reasons in writing to the Financial controller for not
12
accepting/denying/rejecting/not working after allotment in respect of any
assignment given. If these reasons are found satisfactory and
justifiable,financial controller may decide the case on the basis of merits of the
particular case.
-SD-
Financial Controller
GWSSB
Sector-10-A, Gandhinagar
Enclosures:-As above
13
ANNEXURE – 1
Presently, there are 43 Division officesworking under Board executing Rural Water
Supply Programme, Jal Jeevan Mission program and Other various other
Programmes, deposit works etc.as independent Payment and accounting
Centre.Said offices are maintaining accounting and financial records of
transactions entered as part of execution of work assigned to them.
C.2)Other points:-
1)Above mentioned consultancy work will be carried out in respect of all the
Division offices of all the Zone offices for period oflast six months covering each
claim/bill till the final payment made to the agency during the said period.
Presently, there are 43 division offices working under six zone offices.[List of zone
wise Division offices is mentioned at Point No. 2.1 above.
14
2)For carrying out the said assignmentas per scope of work mentioned at C.1)
above, for the entire Zone office(consisting of Division offices there under)[as
decided by the Board], one CA firm, will be appointed.
2.1) List of zone offices(including Division offices there under)for this assignment
are as under:-
15
3)Firm appointed for the said assignment will carry out the work visiting the each
concerned offices(Divisions, Zone offices and H.O.)accessing, verifying and
examining the relevant and basic records, details, documents, ERP software and
other details & records covered under and involved at each stage, process and
procedure mentioned under scope of work mentioned at above.
4)Firm will prepare detailed data base of due verification carried out by them.
Prescribed format of same is mentioned at Annexture-5which will be required to
be submitted along with their report.
5)After the completion of verification process, firm will carry out detailed analysis
studying each stage, process and procedure in detail assessing aspects such as
stages of submission, processes and procedural aspects carried out, time lag
involved, documents required, documents presented etc. and submit their
analytical derivations and recommendations as part of their Report as per
Formatmentioned at Annexure-5.
6)Firm assigned with the work of Head office will also prepare consolidated and
over all Report of GWSSB as whole covering the reports of all the zone
offices(including all the Division offices) on the basis of reports submittedby all the
firms for respective zone offices apart from and in addition to work as per scope of
work provided for assignment of H.O. and other allied offices.
7)Apart from the construction work, major activity of Board involves operation and
maintenance of water supply works. In order to ensure the operation and
maintenance activity is carried out in manner and as stipulated in the tender
document and to achieve the end results of work with water supply to the
beneficiaries as envisaged, detailed inspection check list[mentioned as C.3 below]
and elaborate guidelines have been prepared by the Board w.r.t. operation and
Maintenance work. Concerned consultant firm will also verify the fulfilment of the
said guidelines, check list and verify & ensure that proper documentation and
records for the same has been maintained for the same or not?
8)Deputy Finance Controller, GWSSB will act as nodal and co-ordinating officer on
over all basis for above mentioned assignment. While, Senior Manager(Finance &
Accounts) at each zone level will act as nodal and co-ordinating officer for
facilitating the timely submission of required data base as well as ensuring
explanation of due processes, stages, procedures, documents, records etc. by the
respective division offices under zone office as well as those of Zone office itself.
16
C.3) Inspection checklist for review of O & M activities in RWSS:-
RWSS name__________________________________________
District__________________________________________
Date of visit__________________________________________
Person contacted on site & designation__________________________________________
Contact number__________________________________________
Sl. Y/
Assessment item
No. N
Completeness of DTP and Contract document (GWSSB point of
1
view)
DTP is comprehensive in nature
- Electro-mech& civil
a
- Scope of work
- All annexures are updated
Asset inspection report & baseline provided in DTP (Attachment to Ann-
b
IX)
List of operational/ technical/ voluntary habitations set as baseline.
(Ann-I Habitation list)
- No. of technical villages covered in Part C
c
- No of technical villages for incentive eligibility
-------------x--------------
Note:-
Apart from the above checklist, detailed and elaborate guidance note including DTP
of capital works, O & M work, documentation, data/details required for verification
etc. will be provided along with the detailed appointment order issued in this
regard.
20
ANNEXURE – 2
Notes:-
1) Information/Details submitted along with technical bid or as part of
technical bid should be supported by valid and current/updated
documentary evidences.
2) Audit verification work assignment will be allotted zone wise. Firm can
apply for more than one zone office, but only one set of technical
bid(including documents, details etc. as mentioned above) is to be
submitted physically.
21
FORM –1
Forwarding Letter
From:-
………………………………………..
…………………………………………
…………………………………………
Sir,
Further, we agree with the proposed scope of work, terms and conditions and
other matters/points regarding the assignment of Audit verification work(as
mentioned in this bid document) and other allied/relevant matters and also
undertake to abide/follow/adhere any changes made by Board in this regard in
future during the continuation of Audit verification work assignment.
Encl.:-As above
Yours faithfully
Signature …………………
Full name ………………...
and address…………………
ofCA Firm)
Note:-
This letter should be submitted along with Technical Proposal.
22
FORM -2(I)
Firms’ Name_______________________________________
Sr. Na Ment Mem Whet Date of Date Statio Whethe Whethe Detai
No. me ion ber- her joining of n & r r has ls of
whet ship FCA / the Beco Regio acknow ISA work
her No. ACA firm ming n ledgem (Inform ing
he is (full FCA Wher ent of ation expe
Full time) e Income system rienc
time residi Tax Audit) e in
Partn ng at Return CISA or Guja
er / prese for the any rat
Part nt F.Y. other Regio
Time 2022- equival n
partn 23attac ent
er/ hed qualific
Othe YES / ation
rs NO (Specify
the
qualific
ation)
*
1 2 3 4 5 6 7 8 9 10 11
Notes:-
23
FORM -2(II)
Other details in support of Technical bid as well as in fulfillment of relevant
terms & conditions of bid
(To be printed on letter head of firm-To be attached/submitted physically as well
as on line as supporting to technical eligibility criteria and in fulfillment of
relevant terms and conditions of the bid)
Sr Particulars Details/documents required
No
1 Name of Firm
2 Date and year of
Establishment
3 Firm Registration Number
With ICAI
4 Constitution (Firm/LLP) Attach copy of registration
certificate in case of LLP and
Partnership deed in case of
Partnership firm
5 Office Address
6 Contact Person & Contact
Number
7 Email address
8 Details of Partners (For Separate list containing:-
point 3 of eligibility criteria) 1. Name 2. Membership Number
3. Year of Registration with
ICAI.
9 Details of Staff Separate list containing details
of staff including Chartered
accountants in full time
employment.
10 Firm Income Tax PAN No Number as well as document
separately attached.
11 Firm GST Number Number as well as document
separately attached.
12 Empanelment No with C & Number as well as
AG office empanelment letters of last
three years separately attached
for FY 2021-22, 2022-23, 2023-
24 and for FY 2024-25, if same
has been issued by C&AG office.
13 LLP/Firm Registration No. Copy of Registration certificate
with ROF (Registrar of firm)
orany other competent
Authority.
14 Registration as MSME(If Copy of latest MSME
firm is registered as MSME registration certificate valid as
entity and claiming on current date
exemption from submission
of EMD)
15 Empanelment of RBI for Category/ranking of firm and
bank Audit purpose empanelment letters of last three
years i.e. FY 2021-22, 2022-23,
2023-24 and for FY 2024-25, if
same has been issued by RBI.
24
Note:-
Apart from the above mentioned details, documents/details required
for fulfillment of Minimum eligibility criteria, as mentioned at Point
no. 3 should be attached physically as well as to be submitted on line
on GEM portal.
FORM-2(A)
1 2 3 4 5
Note:-
This form should be submitted with Technical Proposal. In case of CA
employee, ACA number must be mentioned in the above table. Further, as per
condition no.5.5)of Finance Department GR No.GR no JNV-10-2018-1143-A
dated 16.09.2019 in case of CA employee, he or she must be serving with the
firm since last one year ending on date of uploading of this tender.
25
FORM - 3
Firms’ Name_______________________________________
Category Date of
of signing Completion
Year for Curren
Name of the Nature of Auditee Audit certificate
Sr. which t
Govt./Govt. assignme Entity report Date if work is
No. appointe status
Agency nt (as per completed
d of work
FD GR)
Notes:-
26
FORM - 4
Note:-
Copy of audited income and expenditure Account covering all required details(as
mentioned in the above table)and Certificate of the Practicing Chartered
Accountant(along with UDIN Number) certifying the above details must be
attached as part of submission of technical proposal.
FORM - 5
27
Format for submission of Financial Proposal (to be filled on line on GEM
Portal only]
Lump sum fees
(Amt. in Rs.)
Sr.NO. Zone Name of Division (inclusive of GST at prevailing
rate, out of pocket, travelling
and other cost)
1 Zone- Board HO, Gandhinagar
2 H.O. GJTI, Gandhiangar
and P H Mech.Dn, Gandhiangar
others
3
4 P H W Dn, Vadodara
5 P H W Dn, Chhotaudepur
6 P H W Dn, Lunawada
Zone-1
7 P H W Dn, Godhara
8 P H W Dn, Dahod
9 P H W Dn, Rajpipla
10 P H W Dn, Ahmedabad
11 P H W Dn, Mehsana
12 P H W Dn, Palanpur
13 P H W Dn, Patan
14 P H W Dn, Radhanpur
15 Zone-2 P H W Dn, Deesa
16 P H W Dn, Himatnagar
17 P H W Dn, Modasa
18 P H W Dn, Nadiad
19 P H W Dn, Anand
20 P H W Dn, Gandhinagar
21 P H W Dn, Rajkot
22 P H W Dn, Jetpur
23 P H W Dn, Surendranagar
24 Zone-3 P H W Dn, Limbdi
25 P H W Dn,Morbi
26 P H W Dn, Jamnagar
27 P H W Dn, Khambhalia
28 P H W Dn, Bhuj
29 P H W Dn, Bhachau
Zone-4
30 P H W Dn, Nakhatrana
31 P H W Dn, Anjar
32 P H W Dn, Porbandar
33 P H W Dn, Junagadh
34 P H W Dn, Veraval
Zone-5
35 P H W Dn, Bhavnagar
36 P H W Dn, Amreli-1
37 P H W Dn, Botad
38 P H W Dn, Ahwa
39 P H W Dn, Surat
40 P H W Dn, Valsad
Zone-6
41 P H W Dn, Bharuch
42 P H W Dn, Vyara
43 P H W Dn, Navsari
28
Notes:-
1) Bidder firm can apply for more than one zone/segment. Price bid for each
zone applied must be submitted on line on GEM portal as per GEM
requirements.
2) Price bid is to be submitted on line only on GEM portal. Physical submission
of price bid will be not considered and will render the firm as ineligible for
this assignment.
3) Fees quoted must be lump sum fees for the entire assignment inclusive of all
out of pocket exp., travelling exp. And other cost and GST at prevailing rate.
4) Fees quoted will be firm during the entire term of assignment and no
escalation will be paid during the term of assignment.
5) Bidder may refer to the Annexture-3 mentioning estimated rate of fees as
one of the basis for quoting fees for the present assignment.
29
ANNEXURE-3
40
41 Zone- HEAD OFFICE 71390
30
42 H.O. & MECH DN G'NAGAR
43 others GJTI
Grand Total 850190
Note:-
Above table are indicative only mentioning tentative/estimated rate of
fees including Travelling cost, out of pocket exp.and GST@18%
ANNEXURE –4
31
Format of agreementfor Audit verification Workof Division/zone/office/H.O.
1. Set out below are the terms and conditions under which
M/s.............................. has agreed to carry out for GWSSB, Gandhinagar
the above mentioned assignment specified its attached Terms of Reference
(TOR).
2. For administrative purposes Mr. ...............................GWSSB, Gandhinagar
has been assigned to administer the assignment and to provide
M/s............................ with all relevant information needed to carry out the
assignment. The services will be required under for about months, during
the period from .......................................
3. Financial Controller, GWSSB, Gandhinagar may find it necessary to
postpone or cancel the assignment and /or shorten or extend its duration. In
such case, all efforts will be made to give you, as early as possible, notice of
any changes. Its event of termination, M/s. ....................................... shall
be paid for the services rendered for carrying out the assignment to the date
of termination, and M/s..................................... will provide the Financial
Controller, GWSSB, Gandhinagar with any reports or parts thereof, or any
other information and documentation gathered under this Agreement prior
to the date of termination.
4. The services to be performed, the estimated time to be spent, and the reports
to be submitted will be as per Terms of Reference (TOR).
5. This Agreement, its meaning and interpretation and the relation between the
parties shall be governed by the laws of Union of India.
6. This agreement will become effective upon confirmation of this letter on
behalf of M/s. .............................. and will terminate on ...................., or
such other date as mutually agreed between the Financial Controller,
GWSSB, Gandhinagar and M/s. .......................................................
7. Payment for the services will be made as per the Terms of Reference (TOR).
The fee of Rs....................... + Prevailing GST includes all the costs related
to carrying out the services and overhead imposed onM/s.
.................................. However if there is upward revision in GST, the
difference between prevailing rate & revised rate shall be paid to the Auditor
Firm/Consultant Firm. If there is any downward revision in service tax, the
difference between prevailing rate & revised rate shall be recovered from the
Firm.
19. Firm will be responsible for all type of liabilities that may arise under any act
related to workmen Compensation, Minimum wages, injury to staff or
damage to any properly insurance of employees who are employed by them
under this contract and no additional amount will paid to the auditor
Firm/Consultant Firms in this regard under this contract.
Place : Gandhinagar
Date : ……………………
(Signature of Authorized Representative on
behalf of auditor Firm/Consultant Firm)
In presence of:
………………...…………………………
(Signature & Name of the Client’s
Representative)
Note:-
Above is illustrative draft agreement. Instead of above mentioned agreement, Board
may issue appointment letter for assignment of consultancy work incorporating
various terms and conditions.
Annexure-(5)
34
Audit verification work Reporting Format
I)Identifying the existing Stages of Payment cycle w.r.t. bill/claims raised and
paid during the period [starting from tender allotment to final Payment to agencies]
Mention each stage:-
1)
2)
3)
4)
5)
And so on
II)Time taken at each stage with primary causes of delay in each case:-
Consider each stage mentioned at A) above and show days taken under each stage
as well as delay with reasons in respective cases.
Note:-
Details mentioned in the above format, required to be verified and to be submitted
in respect of each Division office under respective Zone office(as per
appointment/assignment letter issued)separately and overall summary of data
base to be provided w.r.t. particular zone office/offices allotted under Particular
zone office.
3)Period covered:-
4) Summary table of No. of bills and Payment vouchers covered under verification
(mentioning each Division office):-
5) Analytical Points upon verification of various stages & levels till final payment:-
35
6) Points on assessment of existing procedures and documentation requirements
at different stages and levels till final payment:-
8) Recommendations for optimizing the payment process to reduce the overall time
cycle:-
36
Annexure-6
ThisistocertifythatI____________undersignedfullyauthorizedby (NameofFirm)
tosubmit this bid document in response to the tender of Audit verification
work regarding Processes, Procedures and documentation w.r.t. various
stages of capital, O & M and any other work from awarding of work till its
payment in respect of Divisions/other offices and H.O. of GWSSB.
Further, this is to certify that the firm or any of its partner has not
been issued with any order of disqualification, debarment or termination
by Government any government organization,Department, Government
Company, Board, Corporation, society, Governmental authority,
Government entity, Trust or any other organization, Public sector
undertaking etc. or by any regulatory authority in respect of any
ongoing proceedings.
NAMEOFTHEFIRMWITHSTAMP& SIGNATURE
OF Authorized PARTNER/Authorized Signatory
37
38