0% found this document useful (0 votes)
66 views50 pages

Gujarat Water Supply & Sewerage Board 2410202414343678

Uploaded by

eemahisagar2
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
66 views50 pages

Gujarat Water Supply & Sewerage Board 2410202414343678

Uploaded by

eemahisagar2
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 50

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/5532537
Dated/ दनांक : 22-10-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 12-11-2024 16:00:00

Bid Opening Date/Time/ बड खुलने क


12-11-2024 16:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Gujarat

Narmada Water Resources Water Supply And Kalpsar


Department Name/ वभाग का नाम
Department Gujarat

Organisation Name/संगठन का नाम Gujarat Water Supply & Sewerage Board (gwssb)

Office Name/कायालय का नाम Computer Cell, Head Office

Financial Advisory Services - Onsite; Audit Verification work


Item Category/मद केटे गर
, Financial Advisory Services - Onsite; Audit verification work

Contract Period/अनुबंध अविध 3 Month(s)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 30 Lakh (s)
वा षक टनओवर (3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Bidder Turnover,Certificate (Requested


in ATC)
Document required from seller/ व े ता से मांगे *In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Do you want to show documents uploaded


by bidders to all bidders participated in Yes
bid?/

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

1 / 12
Bid Details/ बड ववरण

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Estimated Bid Value/अनुमािनत बड मू य 850190

Evaluation Method/मू यांकन प ित Item wise evaluation/

Financial Document Indicating Price


Breakup Required/मू य दशाने वाला व ीय द तावेज Yes
ेकअप आव यक है

Arbitration Clause No

Mediation Clause No

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक PUNJAB NATIONAL BANK

Schedule 1 EMD Amount/ईएमड रािश (In INR) 2000

Schedule 2 EMD Amount/ईएमड रािश (In INR) 2000

Schedule 3 EMD Amount/ईएमड रािश (In INR) 2000

Schedule 4 EMD Amount/ईएमड रािश (In INR) 2000

Schedule 5 EMD Amount/ईएमड रािश (In INR) 2000

Schedule 6 EMD Amount/ईएमड रािश (In INR) 2000

Schedule 7 EMD Amount/ईएमड रािश (In INR) 2000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक PUNJAB NATIONAL BANK

ePBG Percentage(%)/ईपीबीजी ितशत (%) 5.00

Duration of ePBG required (Months)/ईपीबीजी क


9
अपे त अविध (मह ने).

(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)

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता No

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.

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

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

Scope of work to be uploaded by buyer:1729585599.pdf

Evaluation Method ( Item Wise Evaluation Method )

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

Financial Advisory Services - Onsite; Audit To be set as 1 :


Schedule 1 97350
Verification Work 1

Financial Advisory Services - Onsite; Audit To be set as 1 :


Schedule 2 214170
Verification Work 1

Financial Advisory Services - Onsite; Audit To be set as 1 :


Schedule 3 136290
Verification Work 1

Financial Advisory Services - Onsite; Audit To be set as 1 :


Schedule 4 77880
Verification Work 1

Financial Advisory Services - Onsite; Audit To be set as 1 :


Schedule 5 116820
Verification Work 1

Financial Advisory Services - Onsite; Audit To be set as 1 :


Schedule 6 136290
Verification Work 1

Financial Advisory Services - Onsite; Audit To be set as 1 :


Schedule 7 71390
Verification Work 1

Financial Advisory Services - Onsite; Audit Verification Work ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Deployment Location Onsite

Category of financial advisory service Audit Verification work

Sub-category of Financial Advisory Services Audit Verification work

Financial Advisory Reports Yes

Frequency of Progress Report As and when

Type of Professional/Resources required Chartered accountant

Qualification of Professional/Resources required CA

Certification of Professional/Resources required Certified valuer by ICAI

Total Experience of Professionals / Resources (In years) 3 - 5 Years

Addon(s)/एडऑन

Post Financial Advisory Support Yes

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

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

Financial Advisory Services - Onsite; Audit Verification Work ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Deployment Location Onsite

Category of financial advisory service Audit verification work

Sub-category of Financial Advisory Services Audit verification work

Financial Advisory Reports Yes

Frequency of Progress Report As and when

Type of Professional/Resources required undefined , Chartered accountant

Qualification of Professional/Resources required CA

Certification of Professional/Resources required Certified valuer by ICAI

Total Experience of Professionals / Resources (In years) 3 - 5 Years

Addon(s)/एडऑन

Post Financial Advisory Support Yes

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

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

Financial Advisory Services - Onsite; Audit Verification Work ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Deployment Location Onsite

Category of financial advisory service Audit verification work

Sub-category of Financial Advisory Services Audit verification work

Financial Advisory Reports Yes

Frequency of Progress Report As and when

Type of Professional/Resources required Chartered accountant , undefined

Qualification of Professional/Resources required CA

Certification of Professional/Resources required Certified valuer by ICAI

Total Experience of Professionals / Resources (In years) 3 - 5 Years

Addon(s)/एडऑन

Post Financial Advisory Support Yes

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

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 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Deployment Location Onsite

Category of financial advisory service Audit verification work

Sub-category of Financial Advisory Services Audit verification work

Financial Advisory Reports Yes

Frequency of Progress Report As and when

Type of Professional/Resources required undefined

Qualification of Professional/Resources required CA

Certification of Professional/Resources required Certified valuer by ICAI

Total Experience of Professionals / Resources (In years) 3 - 5 Years

Addon(s)/एडऑन

Post Financial Advisory Support Yes

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

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

Financial Advisory Services - Onsite; Audit Verification Work ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Deployment Location Onsite

Category of financial advisory service Audit verification work

7 / 12
Specification Values

Sub-category of Financial Advisory Services Audit verification work

Financial Advisory Reports Yes

Frequency of Progress Report As and when

Type of Professional/Resources required undefined

Qualification of Professional/Resources required CA

Certification of Professional/Resources required Certified valuer by ICAI

Total Experience of Professionals / Resources (In years) 3 - 5 Years

Addon(s)/एडऑन

Post Financial Advisory Support Yes

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

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

Financial Advisory Services - Onsite; Audit Verification Work ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Deployment Location Onsite

Category of financial advisory service Audit verification work

Sub-category of Financial Advisory Services Audit verification work

Financial Advisory Reports Yes

Frequency of Progress Report As and when

Type of Professional/Resources required undefined

Qualification of Professional/Resources required CA

8 / 12
Specification Values

Certification of Professional/Resources required Certified valuer by ICAI

Total Experience of Professionals / Resources (In years) 3 - 5 Years

Addon(s)/एडऑन

Post Financial Advisory Support Yes

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

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

Financial Advisory Services - Onsite; Audit Verification Work ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Deployment Location Onsite

Category of financial advisory service Audit verification work

Sub-category of Financial Advisory Services Audit verification work

Financial Advisory Reports Yes

Frequency of Progress Report As and when

Type of Professional/Resources required undefined

Qualification of Professional/Resources required CA

Certification of Professional/Resources required Certified valuer by ICAI

Total Experience of Professionals / Resources (In years) 3 - 5 Years

Addon(s)/एडऑन

Post Financial Advisory Support Yes

9 / 12
Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

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. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1. Technical Qualification criteria is as per Tender Terms & Condition.

2.Minimum Eligible Criteria is as per Tender Terms & Condition.

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.

5. Other terms and condition is as per tender document.

6. The bidder has to fill Form-5 format of submission of Financial Proposal (to be filled on line on GEM Porta
l

4. Forms of EMD and PBG

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

Sr. Manager, GWSSB, Gandhinagar


A/C (Name of the Seller). 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 Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

6. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

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।

---Thank You/ ध यवाद---

12 / 12
Gujarat Water Supply & Sewerage Board
JalSevaBhawan, Sector-10A,
Opp. Air force station,
GANDHINAGAR-382010

Telephone:- 079-232-22547, 232-29162, 232-26336

Bid for Appointment of Chartered Accountant firms for


Audit verification of Processes, Procedures and documentation
w.r.t. various stagesof capital, O & M and any other work from
awarding of work tillits paymentof the Divisions/other offices and
H.O. of Board

1
INDEX

Sr. Pages
Particular
No From To
1 GEM E-Tendering Schedule 3 3

2 Invitation of Proposal 4 13

3 Terms of Reference of work regarding Audit 14 20


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.(Annexure–1)
4 Supplementary Information w.r.t. Technical 21 21
Proposal for the assignment (Annexure – 2)

5 Basic and other Details w.r.t. Technical 22 27


Eligibility criteria(Form No.-1 to Form No.–4)

6 Format for submission of Price Bid for the 28 29


assignment (Form No-5)

7 Schedule of estimated rate of Fees Payable for 30 31


the assignment(Annexure-3)

8 Illustrative Draft agreement/appointment 32 34


letter of assignment(Annexure-4)

9 Format of Audit verification Report(Annexure- 35 36


5)

10 Self-declaration for debarment, Punishment 37 37


and other Matters (Annexure-6)

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

Bid Document Downloading Start As pe GeM tender Document.


Date
Bid Document Downloading End As pe GeM tender Document.
Date
Last Date & Time for receipt of As pe GeM tender Document.
on line Bids
Physical Submission at Head As pe GeM tender Document.
office of Board on or before
Address for communication and Financial Controller,
for physical submission Gujarat Water Supply and
sewerage Board,
JalSevaBhawan, Sector-10A,
Opp. Air force station,
GANDHINAGAR-382010

Contact person name and Dinesh Sonara, Sr. Manager(A/cs)


Designation with Mobile Number Mob. No.:-9725258480
Email Address [email protected]
Estimated Value of Assignment Rs.8,50,190/-
(Fees for the assignment work [Total amount of fees for all the
mentioned in Annexture-3) zone offices plus H.O. and other
offices of the Board including out
of pocket exp., travelling and other
cost and GST@18%]

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.

2) No request for extension of time line would be entertained in case on line


proposal not submitted as per time line/schedule mentioned on GEM portal.

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.

GWSSB is inviting Proposals from eligible*Category- I orIIChartered Accountant


firms for Providing Consultancy work of 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 paymentservices of various divisions under the Board &
H.O for the forthcoming period of financial year 2024-25 and onwards.

*Eligible Category-IorII firm based on Criteria asprescribed and mentioned in


the finance Department GR/JNV/10/2018/1143-Adated 16.9.2019 and
8.6.2020and as mentioned in details at point No.5 and 6.

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)

2. Submission of the proposals:-


The proposals shall be submitted in two parts viz., Technical Proposal&
Financial Proposal. Technical proposal should be submitted in the prescribed
formsmentioned in the supplementary information andin physical form at
official address of Board as well as online on GEM portal.While the
financial proposal or price bid is to be submitted on line on GEM portal
only.

Technical proposal (physical & online) and Financial Proposal/quotes must be


submitted onlineon GEM portal only matching with the documents uploaded in
line with bid document and instructions mentioned there in. Proposals should
be strictly submitted as per the time schedule mentioned in this document.

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.

2.1"Technical"proposals are required to be submitted in the prescribed


formats/schedules mentioned in the supplementary information of this bid
document. Proposal marked as "TECHNICALPROPOSAL"should include the
description of the firm/organization, the firm's general experience its field of
assignment, qualification and competency of the personal proposed for this
assignment and the proposed work plan methodology and approach in response
to suggested terms of reference.

2.2Financial Proposalsin Form No-5(to be submitted online only on GEM


portal)should only contain quotation of fees as in commensurate with existing
consultancy services fees to be provided by Chartered Accountant Firms,
taking in to account the existing fees structure duly mentioned inAnnexure-3.

2.3Technical Proposal will include FDR or BG of Rs.2,000/-(Rs. Two Thousand


Only) or 5% of estimated fees for particular zone or segment, whichever
is lowerfor each zone/segment applied, as Bid Security/EMD of any
nationalized or scheduled bank as per the latest GR of DMO Branch, Finance
Department in favour of, “Senior Manager Finance- GWSSB, Gandhinagar”.In
case any bidder is exempt from submission of EMD due to MSME status,
bidder will attach valid and current MSME certificate issued by the competent
Authority in this regard.

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.

Technical proposal along with documentary evidence mentioning


qualification criteria will be submitted in physical form as well as on line

5
on GEM portal as pre-tendering schedule.While financial bid will be
required to be submitted on line on GEM portal only.

Eachbidder is required to submit Technical proposal in physical form


mentioning “Technical Proposal for Audit verification workof GWSSB" on
the envelope sent. EMD for bid is to be kept in small envelope and sent
in the main envelope of technical bid proposal.

2.4 Scrutiny of the bid Proposals:-


Bids will be taken up for further processing after the completion of bid
submission period, as per the time and date as decided by the Board. Technical
evaluation will be taken up thereafter and results will be
communicated/uploaded on GEM portalin respect of each bidder firm
accordingly after the completion of the process of Technical evaluation.

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.

Further, Statutory Auditor Firm/Consultant Firms appointed for


conducting the Statutory Audit of the Board and Accounting
consultantappointed by the Boardfor maintaining division wise/office wise
6
books of Accounts for FY 2023-24 and further appointed for FY 2024-25
and onwards cannot take part in this bidding process and would be
considered as ineligible for this bidding process. Existing internal and Pre
auditor Firm/Consultant Firms of the Board can also take part in this bid
process.

Minimum Eligibility criteria and other requirements w.r.t. the present


proposal are mentioned below:-
a. Firm should be registered as Category-1 or Category-2 as per ICAI Guidelines
for the year 2024-25 and also as per Gujarat Government’s Finance Dept.
GR/JNV/10/2018/1143-A DTED 16.9.2019 and 8.6.2020
b. Firm must be Practicing Chartered Accountant firm / LLP and should have
been registered with ICAI for a period of 10 years as at 31.3.24.
c. Firm should have annual average receipt ofRs.30 Lakh/- (Rs.ThirtyLakh)
from the Audit & Attestation Income for preceding 3 completed and
audited years(2020-21, 2021-22, 2022-23).
d. 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.
e. Firm should have at least 3 Chartered Accountants inits Firm and out of
which minimum 2 Chartered Accountant must be Full time Partners.
f. Firm must have validGST registration, PAN No. andLLP Registration No. (in
case of LLP).
g. Firm must be empaneled with the Comptroller &Auditor Firm/Consultant
Firm General of India,New Delhi for the last three financial years. (i.e. FY
2021-22, FY 2022-23 and FY 2023-24) and the empanelment is in
continuation as on bid date.
h. The Chartered Accountant Firm’s registered office must be located in
Gujarat.
i. In case, registered office of Firm is not located in Gujarat, firm’s full-time
branch must be located anywhere in Gujarat and in operation since last
three years ended on 31.3.24 as evidenced by two Government Proofs
proving the existence of the branch in Gujarat for last 3 years ended on
31.3.24.

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.

Please note that above mentioned minimum eligibility criteria is in respect of


category II firm. However, Firm having higher raking of category I can also apply
in the bidding process.

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.

Sr Criteria Documents required to be submitted with


No the bid proposal
1. Firm should be registered as Copy ofICAI registration certificate and latest
Category-1 or Category-2 as per copy of firm card duly attested (mentioning
ICAI Guidelines for the year category).
2024-25 and also as per Latest letter issued by RBI mentioning
Gujarat Government’s Finance category w.r.t. Bank Audit.
Dept. GR/JNV/10/2018/1143-
Adated 16.9.2019 and
8.6.2020.
2. Firm must be Practicing Duly attested Copy ofICAI registration
Chartered Accountant firm / certificate and Copy of latestfirm card issued
LLP and should have been by ICAI.
registered with ICAIfor period
of 10 years as at 31.3.24.
3. Firm should have annual Copy of Audited Balance Sheet and Profit &
average receipt of Rs.30 Loss statements along with Income Tax
Lakh/- (Rs. Thirty Lakh) Returns for 3 years i.e., FY 2020-21, 2021-
from the Audit & Attestation 22 and 2022-23.
Income for preceding 3 In case separate amount of Audit and
completed and audited attestation is not directly exhibited in the
years(2020-21, 2021-22, Statement of profit and loss,
2022-23). certificate(mentioning UDIN No.] of
practicing Chartered Accountant mentioning
year wise[FY 2020-21, 2021-22 and 2022-23]
total professional fees and audit-attestation
fees will be required to be submitted.
4. Firm should have at least 3 1. Copy of partnership deed.
Chartered Accountants inits 2. Self-certified copy of
Firm and out of which registrationletter issuedby ICAI showing
minimum 2 Chartered particulars ofPartners and Qualified/ Paid
Accountant must be Full time Assistants in employment with the firm of
Partners. latest date
3.List of each individual partner showing
the firm(s) in which he/she is engaged as
partner oranyothercapacitymust be
submitted showing status as on 31.3.24
duly mentioned in relevant date Firm card
issued by ICAI.
5. Firm must have conductedat Self-attested copies of appointment letter and
least one audit assignment in signed copies of Audit report-Audited Annual
last three years ended on accounts of particular PSU or
31.3.24, of PSUs / Authorities entity/Certificate of work completion issued
/ Societies / Trust mentioned by competent authority of respective PSU or
as Category I or IIof entity as proof of work completion.
Annexure 1 to 3as
perFinance Department GR [Note:-Each appointment order will be
no JNV-10-2018-1143-A treated as separate assignment. Bank audit
dated 16.09.2019 of FDand or audit of insurance Company will not be
considered as eligible assignment for this
8
GR no JNV-10-2018-1143-A purpose]
dated 8.6.2020.
6. Firm must be empaneled with Copy of Empanelment Letter issued by C &
the Comptroller &Auditor AG Office for FY 2021-22, FY 2022-23 and
Firm/Consultant Firm General FY 2023-24.
of India,New Delhi for the last
three financial years. (i.e. FY
2021-22, FY 2022-23 and FY
2023-24) and the
empanelment is in
continuation as on bid date.
7. The firm / LLP must have valid 1. Copy of GST registration certificate
GST Registration, PAN 2. Copy of PAN Card
Registration, LLP 3. ROC Certificate issued in case of LLP.
Registration(in case of LLP)
8. The Chartered Accountant Copy of two government proofs which
Firm’s registered office must confirm location of registered office in
be located in Gujarat. Gujaratand latest firm card issued by ICAI
mentioning name and address of registered
office.
9. In case, registered office is not Copy of two government proofs supporting
located in Gujarat, firm’s full- the location of Branch for last 3 years as on
time branch must be located 31.3.24 as per latestfirm card showing
anywhere in Gujarat and in position on 31.3.2024 issued by ICAI
operation since last three mentioning name and address of branch
years ended on 31.3.24. office.
10 Firm or any of partners of the Self-declaration duly signed by the
firm should not have any Authorized partner of the firm as per
disciplinary matters pending annexure as per annexure III on stamp
with any government and / or paper as notarized by Notary.
any other regulatory body /
RBI etc. and they should not
have suffered disqualification
or debarment.

11 Firm must not have been Self-declaration duly signed by the


issued order of debarment or Authorized partner of the firm as per
disqualification or termination annexure as per annexure-6on stamp paper
order once by any government as notarized by Notary.
organization or regulatory
authority for which
proceedings are ongoing or
under progress.
12 EMD Rs. 2,000/- or 5% of estimated fees for
particular zone or segment, which ever is
lower for each zone/segment applied, in
the form FDR or bank guarantee, in the
name of Sr. Manager, GWSSB, Gandhinagar
issued by notified Bank as mentioned in the
latest relevant GR of DMO branch, Finance
Department, GOG.
Those Firms claiming exemption from
submission of EMD on the basis of MSME
status, would be required to attach copy of
9
latest date valid MSME registration
certificate.

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) Selection of firm for the assignment:-


4.1)For the sake of this assignment, Board has been divided into 7 Zones or
Segments. List of the same is mentioned at Point no. 2.1of Terms of
Reference(Annexture-1)below.Eligible Firms can apply for more than one
zone office. However, physical submission of technical bid is to be done in
respect of only one zone office mentioning Number of all the zones applied on
the Envelop of technical bid and also in the forwarding letter mentioned as
Form No.-1.

Firmwill be considered and selected zone wise forthis assignment on


achievement of (a) and (b)mentioned below.

(a) Submission of relevant documents/details as part of technical bid and


satisfactory fulfillment of Minimum Eligibility criteria as mentioned in
Point No. 5 above.

(b) On the basis of lowest financial Proposal i.e. L1 of above mentioned


eligible and qualified firms.

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.

4.3)Evaluation committee internally formed by the Board will determine


whether the technical proposals are completei.e. whether they have
fulfilledall requirements and minimum eligibility criteria of the
corresponding technical proposals and submitted the relevant
data/details as specified in the Bid document or not?On the basis of the
said evaluation, qualified and unqualified will be shortlisted with due
justification and reason.

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.

4.5)Quoting of fees/price bid on GEM portal:-


Price bidis to be quoted in Form No-5(to be submitted online only on GEM
portal)should contain lump sum fees for the assignment of particular zone
considering the estimated/prevailing fees structure duly mentioned in
Annexure-3.Rates of fees mentioned in the said Annexure are existing and
prevailing rate of fees and indicative only. As mentioned above, bidder firm
may quote fees for more than one zone office.

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.

6)Successful bidder firmwill be required to deposit performance security


depositofRs. 10,000/- or 5% of total value of fees of assignment for
particular zone, whichever is lowerwithin 10 days of receipt of intimation
regarding the selection of the firm as consultant auditor Firm/Consultant
Firm of respective zone/zone offices, in the form of FDR or Bank guarantee
payablein favor of, "Senior Manager Finance, GWSSB, Gandhinagar" of any
11
Nationalized/Scheduled Bank as mentioned in the latest GR of DMO branch,
Finance Department. FDR or BG submitted as Performance Security must be
valid for 9 months from the date of issuance of the letter of selection as
consultant Firm.

Further, apart from above mentioned regular performance security, Board


may decide to obtain additional performance security during the tenure of
the assignment and same will be binding upon all the firms.

8)In case of delay in submission of work Report, as prescribed in schedule of


conducting consultancy work, If deemed appropriate and being convinced
about delay attributable at the part of Audit firm, Board may recover penalty
at the rate of 0.1% of audit fee payable per week maximum up to 10% of Fee
payable.

9)Firms allotted with the assignment will immediately start working of


particular office as per the appointment order issued, schedule given and in
accordance with scope of work anddetailed terms and conditions mentioned
in the appointment letter issued and will complete the work as per the terms
of appointment letter.

10) TENURE OF WORK:-


This assignment would be time bound assignment to be completed within
period of three months from the date of issuance of appointment order.
However, Board may increase time limit of the said work/assignment
considering the circumstances and practical difficulties faced in execution of
the said work/assignment.

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.

11) GENERAL REQUIREMENTS:-


GWSSB reserves all rights to alter any or all requirements of the assignment
including the scope of work and terms and conditions. Decision of the Board
will be final and binding upon all the firms in all the matters and aspects. In
case any complain is received from the concerned authority/offices/zone
offices/ other offices of GWSSB or any other offices/authorities or third party
or defects are noticed by Account wing of the Board itself regarding poor
performance of firm, misreporting/non reporting of material facts, gross
negligence in the performance, non-co-operation of Firm or any other mala-fide
motives/intention, Board may decide the case accordingly and may order in
change of firm from the allotted assignment or may take other appropriate
actions (including the Penal actions such as debarment, banning from taking
part in the future assignments of the Board, termination,
withholding/forfeiting security deposit, deduction of fees etc. or any other
penal action) as deemed appropriate in this regard.

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.

If the reasons are not found satisfactory or justifiable and/or of avoiding


nature such as overload of staff/ shortage of staff/ Place is not convenient
etc., Board may take action of removing the firm from the assignment/all the
assignments of the Board, banning the firm from taking part in the future
assignments of the Board for period as deemed appropriate w.r.t. events or
circumstances, may forfeit the Security Deposit, withheld or recover the fees
payable to the firm or may take any other penal actions as deemed
appropriate in this regard.

-SD-
Financial Controller
GWSSB
Sector-10-A, Gandhinagar
Enclosures:-As above

13
ANNEXURE – 1

TERMS OF REFERENCE (TOR):-

Auditverification work of 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:-

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.

As entire work from preparation of Draft Tender papers, tendering process,


awarding of work till the payment of work bill involving various processes,
procedures and documentation at different stages dealt by the Division offices to
zone office to H.O., it is utmost important and crucial to verify whether each
process, procedure and documentation w.r.t. Capital and O & M works is
appropriate, uniform, standardized and as defined/determined by the Board
including the time lag involved in entire cycle. Said study will also be useful in
providing useful inputs and suggestions w.r.t. taking corrective measures to
further speed up, standardize and smoothen the entire time cycle. In order to verify
the said aspects/matter in depth, it has been decided to study and examine the
actual data/details of Division offices covering all 6 zone offices plus H.O. and
other officesfor the period of 6 months in this regard.

C.1) Scope of Consultancy work:-


1) Identify the key stages in the payment cycle from tender allotment to final
payment to agencies.
2) Analyse the time taken at each stage and pinpoint the primary causes of
delays.
3) Assess the existing procedures and documentation requirements at different
levels of the payment process.
4) Propose recommendations for optimizing the payment process to reduce the
overall cycle time.
5) Ensure that the proposed solutions comply with regulatory and budgetary
constraints.
6) Recommend enhancements to the delegation of powers framework to
strengthen oversight and accountability in the payment process.

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:-

Sr.NO. Zone Name of Division


1 Zone-H.O. Board HO, Gandhinagar
2 and others GJTI, Gandhiangar
3 P H Mech.Dn, Gandhiangar
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

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.

9)Assignment will be required to be completed in time bound manner within period


of 3 months from date of receipt of appointment order in this regard.

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__________________________________________

RWSS water supply demand (MLD)


as on date
Population (V+C+H) as on date
WTP nos. & capacity
Total V+C+H commissioned (no)
Total V+C+H operational as on
date
Total V+C+H with technical issue
as on date
Part A- Amount (current year)
Part B- Amount (total contract
duration)
Part C- Amount
Performance security deposit
submitted as per tender
document.
- Amount
- Validity

O&M Inspection: Checklist


Collect copies of relevant documents and take photographs

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

d Asset list and their working conditions (Ann-IX)


17
Sl. Y/
Assessment item
No. N
All clauses, conditions as per new O&M policy (Section III- General
e
Conditions of Contract)
f Any modification done in eligibility criteria w/o approval?
2 Establishment and contractor's equipment
a Number of personnel deployed is as per contract. (Ann- III)
b Qualification of all deployed manpower (Ann-III)
Utility vehicles as per specifications in contract? (Scope of contractor &
c
Ann-III)
d Site personnel in proper uniform and has ID card? (Ann-XIII & XIV)

e Provision of IT hardware at H/W for reporting in ERP (6. Scope of work)


3 Asset condition (current state)
a Any visible deterioration of assets and pending minor repairs
Housekeeping (sweeping, toilets, stacking and sorting of items, visible
b
debris etc.)
All components functional? No bypass arrangement shall be active in
c any of the components. (WTP, panel boards, pumping machinery etc.)
Compare with Ann-IX
d Painting due but not done?
e Cleaning of storage structures (tanks, sumps etc) as per Part B of Sch B
Reports and record keeping (Scope of work> General activities>
4
Record keeping, Ann- V & VIII)

a Filter plant operation records (quantity, quality etc) Ann-VIII (1)


b Pumping station operation records (Ann-VIII (2))
c Chemical stock and dosing records (Ann-VIII (3))
d Stores & inventory record (Ann-VIII (4))
e Grievance logs (Ann-VIII (5))
f Visitors log (Ann-VIII (6))

Preventive and curative maintenance activities (Ann-VII & Ann-VIII (7))


Daily, monthly, quarterly, half yearly, annual, overhaul, painting for
g each componenton schedule dates

Daily checklists shall be pasted at asset location and duly filled.

h Daily Habitation wise Water Supply Report (Ann- VIII (8)

i Leakage records (found and attended) (Ann-VIII (9))


j Energy audit
k Water audit (Ann V)
l Calibration and servicing logs (Ann-VIII (7.1))
Performance tests/ Preparedness activities (Ann-VII)
- Pre summer
m - Pre monsoon

n ERP reporting on daily basis (Ann-V) [daily/ monthly]


18
Sl. Y/
Assessment item
No. N
5 Statutory & Regulatory checks
Compliance with labour laws (General conditions of contract clause 8
a
onwards)
b Insurance of personnel and assets
License for storage and transportation of tonners (if stored more than 5)
c
(Check if GWSSB scope or contractor's scope)
6 Safety observations
Maintenance fire safety:
a
Extinguishers etc. (working condition)
b Neutralisation pond up-keepment
Site personnel wearing PPEs while doing hazardous jobs (esp. chlorine
c
handling)
7 Review meetings status (Ann-IV)
a Daily review meeting (by Maint. Engineer)
b Weekly meeting (by AE/ AAE/ JE)
c Monthly meeting (by DEE) & Inspection report
d Quarterly meeting (by EE)
Payment of O&M fees (procedural)
8
(Ann-VI & Price Bid)
Whether any payment is being deducted for technical villages already in
a
contract baseline?
Whether any penalty levied for villages becoming technical villages
b
during contract?
c Bill submitted on time by contractor?
9 Operational aspects
Items taken under Part C of Price Bid Sch B
a
Including list of technical villages.
Timeline provided for completion of part C items and actual progress
b
(Physical and Financial)
Once in 15 days water supply to Voluntary villages? (as per Scope of
c
work)
d Standby infrastructure in working condition?
Review water supply quantity being supplied from RWSS v/s Raw water
e
drawl from offtake/intake
Review electricity bills for a) Power Factor compliance b) Actual usage
f
against contract load c) other penalties levied by DISCOM
10 Any other observations

Signature of Inspecting member: ______________________________


Name: ______________________________
Designation: ______________________________
Company name: ______________________________

Signature of GWSSB Representative: ______________________________


Name: ______________________________
19
Designation: ______________________________
Company name: ______________________________

Signature of authorized representative of O & M Agency: __________________________


Name: ______________________________
Designation: ______________________________
Company name: ______________________________

-------------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

SUPPLEMENTARY INFORMATIONw.r.t. Technical Proposal

Technical Proposalwill include the following information:-


1. Forwarding letter w.r.t. proposal for Audit verification work ](Form-1)
2. Brief description of the firm/organization, Name, Address, Phone / Fax
Numbers, E-mail ids, establishment date, registration with ICAI
Registration Numbers PAN, TAN, Service Tax and partners details,
constitution issued by ICAI. [Form-2(I) and 2(II)]
3. Details of CA/Non CA Staff (Form-2-A)
4. Details of work experience of working on at least 1 Government Auditee
entity/organization in preceding 3 years. (Form-3)
5. Details of Total fees and Audit and Attestation income of CA Firm with
supplementary evidence of Audited Balance Sheet, Income and
expenditure Statement and CA certificate(Form-4)

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.

3) Technical proposal should be submitted on line on GEM portal as well


as in physical form as per prescribed schedule.Price bid will be
required to be submitted online only on GEM portal. Physical
submission of price bid by bidder will be liable to be rejection fort
worth.

21
FORM –1

Forwarding Letter

From:-
………………………………………..
…………………………………………
…………………………………………

Sir,

Sub.:-Submission of Proposal for Appointment for Audit verification work


of various offices of the Board, as mentioned in the Invitation for Proposal
in respect of zone No._____,_______,________[Mention name and number of
each zone office applied]

Ref.:-GEM Tender ID No._____

We have carefully gone through the entire Tender document/document of


Invitation of Proposal w.r.t. the above mentioned assignment of Board.
Information/details provided by us in response to tender bid/Invitation of
Proposal are true and correct and provided after going through and referring the
tender/bid document in detail. In case of any incomplete or non-submission of
information/details, any action taken by the Board in this regard will be biding
upon us. If any discrepancies or incorrect/false/misleading submission of
information/details/data are noticed in respect of our Proposal/submission of
bid documents/papers later on, any action taken by the Board in this regard
will be biding upon us.

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.

Necessary/relevant documents, details and information are submitted here with


as part of application for present bid proposal and same are true and correct to
the best of my knowledge and information.

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_______________________________________

Details of Full-Time Partners of the firm

C.A. Staff (Partner/Director)

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:-

 Certificate of constitution issued by ICAI as mentioned in the eligibility


criteria must be attached.
 This form should be submitted with Technical Proposal.

Sign & Seal

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)

CA and Non CA staff

Sr. Name of the Qualification Date of Total


No. Employee Joining Experience in
this work

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.

Sign & Seal

25
FORM - 3

Firms’ Name_______________________________________

Details of experience of Audit at least one(1) category Ior IIPublic


Institution,Public Sector undertaking or Public authorities orGovernment Agency
etc. [as mentioned in Annexture-1 to 3 of Finance Department, GOG
resolution dated 16.9.2019 and 8.6.2020 and duly mentioning in eligibility
criteria] during last 3 years i.e.2021-22, 2022-23& 2023-24.

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:-

 Work order must be submitted with Technical Proposal.


 Attach separately work order / order of appointment and signed copies of
Audit report-Audited Annual accounts of particular PSU or entity.
 Attach Certificate of work completion issued by competent authority of
respective PSU or entity as proof of work completion in case work is already
completed.
 Each appointment order will be treated as separate assignment.
 Any kind of Audit of branch of bank or insurance Company would not be
considered as work of listed Company for considering for the eligibility.
 This form should be submitted with Technical Proposal.

Sign & Seal

26
FORM - 4

Firm Name and address_______________________________________________

Details of Total professional fees income and Audit&Attestation fees income:-


(Rs. in lakh)
Total Audit and
Sr.
Year Professional Attestation
No
fees income fees Income
1 2020-21
2 2021-22
3 2022-23

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.

Sign & Seal

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

Schedule ofestimated fees

No. Zone Name of Zone and Division Office Amt.(in Rs.)


1 P H W DN, VADODARA 97350
2 P H W DN, CHHOTAUDEPUR
3 1 P H W DN, GODHARA
4 P H W DN, LUNAWADA
5 P H W DN, DAHOD
6 P H W DN, AHMEDABAD 214170
7 P H W DN, MAHESANA
8 P H W DN, PALANPUR
9 P H W DN, PATAN
10 P H W DN, HIMMATNAGAR
11 2 P H W DN, MODASA
12 P H W DN, GANDHINAGAR
13 P H W DN, NADIAD
14 P H W DN, ANAND
15 P H W DN, RADHANPUR
16 P H W DN, DEESA
17 P H W DN, RAJKOT 136290
18 P H W DN, JETPUR
19 P H W DN, SURENDRANAGAR
20 3 P H W DN, LIMBADI
21 P H W DN, MORBI
22 P H W DN, JAMNAGAR
23 P H W DN, KHAMBHALIYA
24 P H W DN, BHUJ 77880
25 P H W DN, BHACHAU
4
26 P H W DN, NAKHATRANA
27 P H W DN, ANJAR
28 P H W DN, JUNAGADH 116820
29 P H W DN, VERAVAL
30 P H W DN, PORBANDAR
5
31 P H W DN, BHAVNAGAR
32 P H W DN, AMRELI
33 P H W DN,BOTAD
34 P H W DN, BHARUCH 136290
35 P H W DN, VYARA
36 P H W DN, NAVSARI
37 P H W DN, SURAT
38 6 P H W DN, VALSAD
39 P H W DN, RAJPIPLA
P H W DN,AHWA

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.

Subject:-Appointment forAuditverification 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 of the
Divisions/other offices and H.O. of Board.

Name and Address of Firm:-


....................................................
....................................................
Name and Address of concerned 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.

8. M/s. ..................................... will be responsible for appropriate insurance


coverage. In this regard, M/s. ...................................shall comply with the
32
provisions of compensation, employment liability insurance for their staff
on the assignment. The Firm shall also maintain comprehensive general
liability insurance, including contractual liability coverage adequate to cover
the indemnity of obligation against all damages, costs, and charges and
expenses for injury to any person or damage to any property arising out of,
or in connection with, the services which result from the fault of M/s.
.............................or its staff. M/s. ..................................... shall provide
the Financial Controller, GWSSB, Gandhinagar with certification thereof
upon request.
9. M/s. ..................................... shall indemnify and hold harmless the
Financial Controller, GWSSB, Gandhinagar against any and all claims,
demands, and/or judgments of any nature brought against the G.C.E.E.,
Gandhinagar arising out of the services by M/s.
.........................................under this Agreement. The obligation under this
paragraph shall survive the termination of this Agreement.
10. auditor Firm/Consultant Firm agrees that, during the term of this Contract
and after its termination, Auditor Firm/Consultant Firm and any entity
affiliated with Pre Auditor Firm/Consultant Firm, shall be disqualified from
providing goods materials, works or services (other than the Services and
any continuation thereof) for any project resulting from or closely related to
the services.
11. All reports and other documents or software submitted by M/s.
.................................its performance of the services shall become and
remain property of the Financial Controller, GWSSB, Gandhinagar. The
auditor Firm/Consultant Firms may retain a copy of such documents but
shall not use them for purposes unrelated to this contract without the prior
written approval of the Client.
12. Firm undertake to carry out the assignment in accordance with the highest
standard of professional and ethical competence and integrity, having due
regard to the nature and purpose of the assignment, and to ensure that the
staff assigned to perform the services under this Agreement, will conduct
themselves in a manner consistent herewith.
13. Firm will not assign this Contract or sub-contract or any portion of it without
the Client’s prior written consent.
14. Terms and Conditions given its Tender will be obeyed by
M/s.....................................
15. M/s. ............................ shall pay the taxes, duties fee, levies and other
impositions levied under the Applicable law and the Client shall perform
such duties in this regard to the deduction of such tax as may be lawfully
imposed.
16. M/s. .................................... agree that all knowledge and information not
with its public domain which may be acquired during the carrying out of this
Agreement, shall be, for all time and for all purpose, regarded as strictly
confidential and held in confidence, and shall not be directly disclosed to any
person whatsoever, except with the Financial Controller, GWSSB,
Gandhinagar written permission.
17. Any dispute arising out of the Contract, which cannot be amicably settled
between the parties, shall be referred to adjudication/arbitration in
accordance with Arbitration & Conciliation Act 1996.
18. The firm shall make his own arrangements for engagement of all staff, local
or other, and for their payment, housing, feeding and transport as required.
During continuation of the agreement, the auditor Firm/Consultant
Firmshall abide at all times by all existing labour enactments and rule made
there under, regulations, notifications and bye laws of the State or Central
33
Government or Local Authority and any other labour law (including rules),
regulations, bye laws that may be passed or notifications that may be issued
under any labour law in future either by the State or the Central
Government or the Local Authority as applicable.

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

4 A.1) DetailedReport Format:-


[To be issued on the letter head of the CA Firm]

Name of Zone office:-


Name of Division office:-
Period covered:-
No. of bills and Payment vouchers:-

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.

III)Assessment of existing procedures and documentation requirements at different


levels of the payment process:-

IV)Specific verification of guidelines, checklist and documentation w.r.t. operation


and Maintenance work:-

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.

4-A.2)Summary report Format:-

[To be issued on the letter head of the CA Firm]


1)Name of Zone office:-

2)Names of Division offices under Zone:-

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:-

7) Specific points regarding verification of guidelines, checklist and documentation


w.r.t. operation and Maintenance work:-

8) Recommendations for optimizing the payment process to reduce the overall time
cycle:-

9) Suggesting solutions to comply with regulatory and budgetary constraints:-

10) Recommendation for enhancements to the delegation of powers framework to


strengthen oversight and accountability in the payment process:-

11) Any other point as suggested/submitted by Firm:-

Encl.:-DetailedAnnexure of data base


Collected in Prescribed format as mentioned in 4-A.1 and 4-A.2 above.

Note:-Annexure is integral part of this report.

Stamp and Signature of Authorized


Partner/signatory

Name of the Firm


Name of Authorized Signatory or Partner
UDIN No.:-
Date:-
Place:-

36
Annexure-6

SelfDeclaration regardingDebarment, punishment and other matters


[To be printed provided on the stamp paper of Rs. 300 duly notarized
by Notary]

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.

This is further certified that:-


Our firm or any of its partners have not been debarred /delisted/banned
by 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 and there is noadverse action taken or
proposed to be taken against firms or any of itspartners by any
regulatoryauthority.

In case of any adverse/ disciplinary action is initiated against the firm or


any of its partners during the process forappointment of CA Firm for this
assignment and also after appointment (If selected), the organization
(GWSSB) can terminate the appointment without assigning reasons
thereof.

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.

Wehere by confirm that all the information given in tender document


submitted here by iscorrect.
Date:
Place:

NAMEOFTHEFIRMWITHSTAMP& SIGNATURE
OF Authorized PARTNER/Authorized Signatory

37
38

You might also like