18.08.2013 Views

Letter of Invitation - pmgsy

Letter of Invitation - pmgsy

Letter of Invitation - pmgsy

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

To,<br />

______________,<br />

______________,<br />

______________,<br />

______________.<br />

<strong>Letter</strong> <strong>of</strong> <strong>Invitation</strong><br />

National Rural Roads Development Agency<br />

Ministry <strong>of</strong> Rural Development, Government <strong>of</strong> India<br />

5 th Floor, NBCC Tower, Bhikaji Cama Place, New Delhi – 66<br />

Phone No: 011- 26181424, 26716930, Fax: 41000475<br />

Subject: Internal Audit <strong>of</strong> World bank Funded Pradhan Mantri Gram Sadak Yojana<br />

(PMGSY) Project in the State <strong>of</strong> Himachal Pradesh, Jharkhand, Rajasthan and<br />

Uttar Pradesh.<br />

Dear Sir,<br />

1. You are hereby invited to submit technical and financial proposals for consultancy<br />

services required for Internal Audit <strong>of</strong> World Bank funded Pradhan Mantri Gram Sadak<br />

Yojana Project in the States <strong>of</strong> Himachal Pradesh, Jharkhand, Rajasthan and Uttar<br />

Pradesh which could form the basis for future negotiations and ultimately a contract<br />

between your firm and National Rural Roads Development Agency (NRRDA), 5 th Floor,<br />

15 - NBCC Tower, Bhikaji Cama Place, New Delhi – 110066. The consultant may<br />

submit proposal for one, one or more or for all States. But proposal should be State wise<br />

and each state would be treated as a separate assignment.<br />

2. The purpose <strong>of</strong> this assignment is to providing consultancy services <strong>of</strong> internal audit <strong>of</strong><br />

selective PMGSY projects. More details on the services are provided in the terms <strong>of</strong><br />

references.<br />

3. The following documents are enclosed to enable you to submit your proposal:<br />

(a) Terms <strong>of</strong> reference (TOR) (Annexure 1 & 1-A);<br />

(b) Supplementary information for consultants, including a suggested format <strong>of</strong><br />

curriculum vitae (Annexure 2); and<br />

(c) A Sample Form <strong>of</strong> Contract for Consultants' Services under which the services<br />

will be performed (Annexure 3).<br />

4. NRRDA has received a loan from the International Bank for Reconstruction and<br />

Development (IBRD)/ credit from the International Development Association (IDA) in<br />

various currencies toward the cost <strong>of</strong> PMGSY and intends to apply a portion <strong>of</strong> this loan<br />

to eligible payments under this Contract. Payments by IBRD will be made only at the<br />

request <strong>of</strong> client and upon approval by IBRD/IDA, and will be subject, in all respects, to<br />

the terms and conditions <strong>of</strong> the Loan/ Credit Agreement. The Loan/ Credit Agreement<br />

prohibits a withdrawal from the Loan/ Credit Account for the purpose <strong>of</strong> any payment to<br />

persons or entities, or for any import <strong>of</strong> goods, if such payment or import, to the<br />

1


knowledge <strong>of</strong> the Bank, is prohibited by a decision <strong>of</strong> the United Nations Security<br />

Council taken under Chapter VII <strong>of</strong> the Charter <strong>of</strong> the United Nations. No party other<br />

than the client shall derive any rights from the Loan/ Credit Agreement or have any claim<br />

to proceeds.<br />

5. Clarification and Amendments to RFP Documents<br />

5.1 Consultant may request a clarification <strong>of</strong> any <strong>of</strong> the RFP documents up to fifteen (15)<br />

days prior to the proposal submission date (but prior to pre bid meeting). Any request for<br />

clarification must be sent in writing to the address indicated below. These would be<br />

clarified at the pre-bid meeting without identifying its source.<br />

5.2 Pre-bid meeting<br />

Director (Finance & Administration),<br />

National Rural Roads Development Agency, 5th Floor,<br />

15- NBCC Tower, Bhikaji Cama Place, New Delhi – 110066.<br />

Telephone No. 011-26181424 Fax No. 011-41000475<br />

5.2.1 The bidder or his <strong>of</strong>ficial representative is invited to attend a pre-bid meeting, which will<br />

take place on 14-03-2011 at 3 p.m. at the above venue.<br />

5.2.2 The purpose <strong>of</strong> the meeting will be to clarify issues and to answer questions on any matter<br />

related to the RFP that may be raised at that stage including the clarifications requested<br />

under 5.1 above.<br />

5.2.3 Non-attendance at the pre-bid meeting will not be a cause for disqualification <strong>of</strong> a bidder.<br />

5.3 Amendment to RFP<br />

5.3.1 At any time before the submission <strong>of</strong> Proposals, the NRRDA may, whether at its own<br />

initiative, or in response to a clarification requested by a short listed firm, or in response<br />

to queries raised at the pre-bid meeting amend the RFP by issuing an addendum. The<br />

addendum shall be sent to all short listed Consultants and will be binding on them. To<br />

give Consultants reasonable time in which to take an amendment into account in their<br />

Proposals, the NRRDA may at its discretion, if the amendment is substantial, extend the<br />

deadline for the RFP submission.<br />

6. Submission <strong>of</strong> Proposals: The proposals shall be submitted in two parts, viz., Technical<br />

and Financial and should follow the form given in the "Supplementary Information for<br />

Consultants."<br />

6.1 The "Technical" and "Financial" proposals must be submitted in two separate sealed<br />

envelopes (with respective marking in bold letters) following the formats/schedules given<br />

in the supplementary information for consultants. The first envelope marked "Technical<br />

2


proposal" should include the description <strong>of</strong> the firm/organization, the firms general<br />

experience in the field <strong>of</strong> assignment, the qualification and competency <strong>of</strong> the personnel<br />

proposed for the assignment and the proposed work plan methodology and approach in<br />

response to suggested terms <strong>of</strong> reference. Separate page should be used for each State in<br />

case the proposal is for more than one State. The first envelope should not contain any<br />

cost information whatsoever. The second envelope marked 'FINANCIAL PROPOSAL'<br />

must also be sealed and should contain the detailed price <strong>of</strong>fer for the consultancy<br />

services (Form- F-1A & F-1B).<br />

You will provide detailed break down <strong>of</strong> costs and fees as follows:<br />

Staff billing rate plus overheads;<br />

Travel, accommodation and per diem charge;<br />

Report and document reproduction; and<br />

Contingencies<br />

Both the sealed envelopes should again be placed in a sealed cover which will be received<br />

in the <strong>of</strong>fice <strong>of</strong> the NRRDA upto 1700 hours on 23-03-2011<br />

6.2 Instructions to Consultants<br />

(i) Consultants shall bear all costs associated with the preparation and submission <strong>of</strong><br />

their Proposals. Costs might include site visit, collection <strong>of</strong> information, and if<br />

selected, attendance at contract negotiations.<br />

(ii) The agency is not bound to accept any Proposal and reserves the right to annul the<br />

selection process at any time prior to contract award, without thereby incurring any<br />

liability to the Consultants.<br />

(iii) In preparing their Proposals, Consultants are expected to examine in detail the<br />

documents comprising the RFP. Material deficiencies in providing the information<br />

requested may result in rejection <strong>of</strong> a Proposal.<br />

6.3 Opening <strong>of</strong> Technical Proposal<br />

The proposals (first envelope containing Technical proposal only) will be opened by the<br />

Director Finance or his/her authorized representative in his <strong>of</strong>fice at 3 p.m. on 25-03-<br />

2011 It may please be noted that the second envelope containing the detailed price <strong>of</strong>fer<br />

will not be opened until technical evaluation has been completed and the result approved<br />

and notified to all consultants.<br />

3


7. Evaluation <strong>of</strong> Technical Proposal<br />

7.1 A two-stage procedure will be adopted in evaluating the proposals with the technical<br />

evaluation being completed prior to any Financial proposals being opened. In case,<br />

proposals have been submitted for more than one State, each State will be treated as a<br />

separate assignment and evaluated separately. The Technical proposals will be evaluated<br />

using the following criteria:<br />

(i) the consultant's relevant experience for the assignment (5 points) + works<br />

experience (5 points) + magnitude <strong>of</strong> assignment (5 points) ;<br />

(ii) the quality <strong>of</strong> the methodology proposed (15 points); and<br />

(iii) the qualifications and experience <strong>of</strong> the key staff proposed for the assignment (60<br />

points + 10 points for Public Works Accounts experience <strong>of</strong> staff).<br />

Curriculum vitae <strong>of</strong> senior personnel in each discipline for assessing the qualifications<br />

and experience <strong>of</strong> the personnel proposed to be deployed for the studies should be<br />

included with the proposal (in the format <strong>of</strong> the sample curriculum vitae). Five CV’s per<br />

proposal (in case, proposal is for more than one State) shall be evaluated. These personnel<br />

will be rated in accordance with:<br />

(a) General qualifications - (20 points)<br />

(b) Adequacy for the project (suitability to perform the duties for this assignment. These<br />

include education and training, length <strong>of</strong> experience on fields similar to those required<br />

as per terms <strong>of</strong> reference, type <strong>of</strong> positions held, time spent with the firm etc.) - (35<br />

points)<br />

(c) Involvement in skills transfer program and training/educating ability - (05 points)<br />

Technical proposals scoring not less than 75 % <strong>of</strong> the total points will only be<br />

considered for financial evaluation.<br />

7.2 NRRDA shall notify those consultants whose proposals did not meet the minimum<br />

qualifying mark or were considered non-responsive to the <strong>Letter</strong> <strong>of</strong> <strong>Invitation</strong> and Terms<br />

<strong>of</strong> Reference, indicating that their Financial Proposals will be returned unopened after<br />

completing the selection process. NRRDA shall simultaneously notify the consultants<br />

that have secured the minimum qualifying mark, indicating the date and time set for<br />

opening <strong>of</strong> Financial Proposals. The notification may be sent by registered letter, cable,<br />

telex, facsimile, or electronic mail.<br />

4


8. OPENING AND EVALUATION OF FINANCIAL PROPOSALS<br />

Opening <strong>of</strong> Financial Proposals<br />

8.1 Consultants representative are encouraged to be present at the time <strong>of</strong> opening <strong>of</strong><br />

Financial Proposal. At the opening <strong>of</strong> Financial Proposals, Consultant representatives, who<br />

choose to attend, will sign an Attendance Sheet.<br />

(i) The mark <strong>of</strong> each Technical Proposal that meet the minimum mark <strong>of</strong> 75 will be read<br />

out aloud.<br />

(ii) Each Financial Proposal will be inspected to confirm that it has remained sealed and<br />

unopened.<br />

(iii) The Agency representative will open each Financial Proposal, and initial all the pages<br />

except printed document and also circle any initialed changes made by the consultant.<br />

Such representative will read out aloud the name <strong>of</strong> the Consultant and the total prices<br />

shown in the Consultant’s Financial Proposal. The Agency’s representative will record this<br />

information in writing.<br />

Evaluation <strong>of</strong> Financial Proposals<br />

8.2 The Agency will subsequently review the detailed contents <strong>of</strong> each Financial<br />

Proposal during the examination <strong>of</strong> Financial Proposals, the Agency staff and any others<br />

involved in the evaluation process will not be permitted to seek clarification or additional<br />

information from any Consultant who has submitted a Financial Proposal.<br />

8.3 Financial Proposals will be reviewed to ensure that the figures provided therein are<br />

consistent with the details <strong>of</strong> the corresponding Technical Proposal (e.g. personnel schedule<br />

inputs, etc.).<br />

8.4 The commercial terms in each Financial Proposal will be checked for compliance with<br />

the requirements set forth in the Data Sheet. For instance the validity period <strong>of</strong> the<br />

Consultants’ Proposals must accord with the validity period set down in the Data Sheet.<br />

8.5 Financial Proposals will be checked for computational errors or material omissions, and<br />

prices will be corrected and adjusted as necessary. In the case <strong>of</strong> material omissions, the<br />

cost <strong>of</strong> the relevant Financial Proposal will be increased by application <strong>of</strong> the highest unit<br />

cost and quantity <strong>of</strong> the omitted item as provided in the other submitted Financial Proposals.<br />

8.6 The total price (TP) for each Financial Proposal will be determined.<br />

8.7 If a discount has been <strong>of</strong>fered in any Financial Proposal, such discount will be applied prorata<br />

against each item, i.e., each expert’s remuneration and each out-<strong>of</strong>-pocket cost item.<br />

However, the discount will not apply to the provisional sums items. The Agency reserves<br />

5


the right to reject, at its sole discretion, any or all evaluated Financial Proposals and if<br />

necessary, call for submission <strong>of</strong> new Financial Proposals. In order to allow comparison on a<br />

common basis, each Financial Proposal will be carefully scrutinized in accordance with the<br />

procedure outlined in Clauses 8.2 to 8.7 and total price will be determined. The score for<br />

each Financial Proposal is inversely proportional to its TP and will be computed as follows:<br />

Sf = 100 x Fm/F<br />

Where:<br />

Sf is the financial score <strong>of</strong> the Financial Proposal being evaluated<br />

Fm is the TP <strong>of</strong> the lowest priced Financial Proposal<br />

F is the TP <strong>of</strong> the Financial Proposal under consideration<br />

The lowest evaluated Financial Proposal will receive the maximum score <strong>of</strong> 100 marks.<br />

9. Ranking <strong>of</strong> Proposals<br />

9.1 Following completion <strong>of</strong> evaluation <strong>of</strong> Technical and Financial Proposals, final<br />

ranking will be done by applying a weightage <strong>of</strong> 0.60 (or 60 percent) and 0.40 (or 40<br />

percent) respectively to the technical and financial score <strong>of</strong> each evaluated qualifying<br />

Technical and Financial Proposal and then computing the relevant combined total score<br />

for each Consultant. After such final ranking, the first-ranked Consultant will be invited<br />

for contract negotiations.<br />

10. Negotiations<br />

10.1 Negotiations will be held at the address indicated in para 5.1. Normally, such<br />

negotiations commence not less than seven days after issuance <strong>of</strong> the Agency invitation to<br />

attend the negotiations. The invited Consultants will, as a pre-requisite for attendance at<br />

the negotiations, confirm availability <strong>of</strong> all nominated experts and satisfy such other prenegotiation<br />

requirements as the Agency’s may specify. Failure in satisfaction <strong>of</strong> such<br />

requirements may result in the Agency’s proceeding to negotiate with the next-ranked<br />

Consultant. Representatives conducting negotiations on behalf <strong>of</strong> the Consultant must<br />

have written authority to negotiate technical, financial, and other terms and conclude a<br />

legally binding agreement.<br />

10.2 The technical negotiations cover the Consultant’s Technical Proposal, including the<br />

proposed technical approach and methodology, work plan, staffing schedule,<br />

organizational arrangements, and any suggestions made by the Consultant or the Agency<br />

to improve the implementation <strong>of</strong> the assignment. Negotiations will not result in<br />

substantial modifications to either the Consultant’s Technical Proposal or the TOR.<br />

10.3 The financial negotiations will generally fine-tune duration <strong>of</strong> expert’s inputs and<br />

quantities <strong>of</strong> out-<strong>of</strong>- pocket expenditure items may be increased or decreased from the<br />

relevant amounts shown or agreed otherwise, in the Financial Proposal. Unless<br />

6


exceptional circumstances exist, the details <strong>of</strong> experts’ remuneration and specified unit<br />

rates for out-<strong>of</strong>-pocket expenditures will not be subject to negotiations.<br />

10.4 The consultant shall confirm the modifications made in his proposals in writing within<br />

three days <strong>of</strong> conclusion <strong>of</strong> negotiations.<br />

10.5 If contract negotiations are unable to be concluded for any reason, the Agency will’ at its<br />

discretion, commence negotiations with the next ranked consultant.<br />

11. Confidentiality<br />

11.1 Information relating to evaluation <strong>of</strong> Proposals and recommendations concerning<br />

contract award shall not be disclosed to Consultants who submitted Proposals or to<br />

other persons not <strong>of</strong>ficially concerned with the recruitment process until the<br />

successful firm has been notified and contract awarded.<br />

12. Award <strong>of</strong> Contract<br />

After completion <strong>of</strong> negotiations, the Agency shall award the contract to the selected<br />

Consultant and promptly notify the other Consultants who submitted Proposals that they<br />

were unsuccessful. The Agency will return the unopened Financial Proposals to the<br />

unsuccessful Consultants.<br />

13. You are requested to hold your proposal valid for 90 days from the date <strong>of</strong> submission<br />

without change the personnel proposed for the assignment and your proposed price. The<br />

NRRDA will make its best efforts to select a consultant firm within this period.<br />

14. Assuming that the contract can be satisfactorily concluded by June, 2012, you will be<br />

expected to take-up/commence with the assignment in a month <strong>of</strong> award <strong>of</strong> assignment<br />

order by NRRDA.<br />

15. Under the overall guidance <strong>of</strong> the NRRDA, the CA firm will work directly with the<br />

respective PIUs. The Consulting services are expected to conduct Audit for one and half<br />

financial years i.e. 1 st October, 2010 to 31 st March, 2011 and 1 st April, 2011 to 31 st<br />

March, 2012 and services are likely to conclude by July, 2012 subject to annual review.<br />

Performance <strong>of</strong> the Agency would be reviewed at the end <strong>of</strong> each year based on definite<br />

measurable indicators and the contract may be terminated after giving one month notice if<br />

performance <strong>of</strong> the Agency is found unsatisfactory.<br />

16. We wish to remind you that any manufacturing or construction firm with which you<br />

might be associated with, will not be eligible to participate in bidding for any goods or<br />

works resulting from or associated with the project <strong>of</strong> which this consulting assignment<br />

forms a part.<br />

17. Please note that if you consider that your firm does not have all the expertise for the<br />

assignment, there is no objection to your firm associating with another firm to enable a<br />

7


full range <strong>of</strong> expertise to be presented. However, joint ventures between firms on the<br />

shortlist are not permitted except with the prior approval <strong>of</strong> NRRDA. The request for a<br />

joint venture should be accompanied with full details <strong>of</strong> the proposed association.<br />

18. An invitation to submit the proposals have also been sent to the firms<br />

-----------------------<br />

------------------------<br />

-------------------------<br />

19. Please note that the remuneration which you receive from the contract will be subject to<br />

normal tax liability in India. Kindly contact the concerned tax authorities for further<br />

information in this regard if required.<br />

20. We would appreciate if you inform us by Telex/Facsimile:<br />

(a) Your acknowledgment <strong>of</strong> the receipt <strong>of</strong> this letter <strong>of</strong> invitation; and<br />

(b) Whether or not you will be submitting a proposal.<br />

Enclosures:<br />

1. Terms <strong>of</strong> Reference.<br />

2. Supplementary Information to Consultants.<br />

3. Draft contract under which service will be performed.<br />

Yours faithfully,<br />

Director (F&A)<br />

National Rural Roads Development Agency<br />

8


TERMS OF REFERENCE<br />

The Terms <strong>of</strong> Reference should include the following:<br />

Annexure - 1<br />

Terms <strong>of</strong> Reference for Internal Audit <strong>of</strong> State Rural Road Development Agencies<br />

funded with World Bank Assistance<br />

I. Introduction<br />

Project Objective<br />

Ministry <strong>of</strong> Rural Development, Union <strong>of</strong> India has launched a programme known as Pradhan<br />

Mantri Gram Sadak Yojana (PMGSY) in December, 2000 to provide connectivity to all<br />

unconnected habitations in rural areas by way <strong>of</strong> all weather roads. In February,2005 the<br />

Government <strong>of</strong> India had identified rural roads as one <strong>of</strong> the six components <strong>of</strong> Bharat Nirman<br />

and has set a goal to provide connectivity to all villages with a population <strong>of</strong> 1000 (500 in case <strong>of</strong><br />

hills, or tribal areas) by 2012 under the ongoing PMGSY. In addition to new connectivity to the<br />

target habitation, upgradation <strong>of</strong> existing through route is also envisaged under Bharat Nirman<br />

for providing farm to market connectivity. The Ministry <strong>of</strong> Rural Development and its<br />

associated technical arm, the National Rural Roads Development Agency (NRRDA) has been<br />

tasked with designing the programme strategy and overseeing actual implementation by States<br />

and District bodies.<br />

The PMGSY is a 100% centrally sponsored scheme which is being implemented by the State<br />

Governments. Each State Government has nominated a department as Nodal Department (Rural<br />

Development or Public Works Department or Panchayati Raj Department) who is responsible for<br />

the implementation <strong>of</strong> the programme in the State. The Nodal Department has set up State level<br />

autonomous agency called State Rural Road Development Agency (SRRDA) with a distinct legal<br />

status. These agencies are registered under Societies Registration Act, 1860. The SRRDA get the<br />

work executed through Programme Implementation Unit (PIU) at district or tehsil level. The<br />

PIU is headed by an <strong>of</strong>ficer <strong>of</strong> the rank <strong>of</strong> Executive Engineer. He has technical staff and clerical<br />

staff on the pattern <strong>of</strong> public works system.<br />

Fund Flow for the Project<br />

The major source <strong>of</strong> funds for development <strong>of</strong> roads is the Central Road Fund accretion therein is<br />

cess on diesel oil. Besides this, World Bank gives funds to Union Government in the shape <strong>of</strong><br />

s<strong>of</strong>t loan which are siphoned to the SRRDA in form <strong>of</strong> grant-in-aid. The Government <strong>of</strong> India<br />

has entered into a loan agreement with World Bank for providing financial assistance to the<br />

programme implemented in the selected districts <strong>of</strong> State <strong>of</strong> Himachal Pradesh, Uttar Pradesh,<br />

Rajasthan and Jharkhand. The World Bank is considering providing additional financial<br />

assistance to three States namely Meghalaya, Punjab and Uttarakhandl.<br />

9


Accounting System<br />

A common accounting system has been developed for the project which is based on Central<br />

Public Works Accounting System and double entry accounting system (Mercantile Accounting).<br />

The accounting system and financial management system relevant to World Bank assistance is<br />

codified in the following manuals developed by the NRRDA which is available on the website<br />

www.<strong>pmgsy</strong>.nic.in<br />

(i) PMGSY Accounts Manual Programme Fund<br />

(ii) PMGSY Accounts Manual Administrative Expense Fund;<br />

(iii) Supplemental Operations Manual and<br />

(iii) User Manual for the Online Management Monitoring and Accounting System<br />

The Ministry <strong>of</strong> Rural Development has also laid down guidelines for PMGSY programme<br />

which are codified in a book called PMGSY Programme Guidelines. The book has been hosted<br />

on the website mentioned above.<br />

Internal Audit<br />

In the past, MoRD/NRRDA had engaged Chartered Accountant firms to undertake work <strong>of</strong><br />

internal audit <strong>of</strong> SRRDA and PIUs in the States receiving World Bank Financial Assistance for<br />

three and half financial years i.e. 1 st April, 2007 to 31 st March, 2008 and 1 st April, 2008 to 31 st<br />

March, 2009, 1 st April, 2009 to 31 st March, 2010 and 1 st April, 2010 to 30 th September, 2010.<br />

Now, MoRD/NRRDA wishes to re-appoint Chartered Accountants firms to undertake the above<br />

work for one and half financial years i.e. 1 st October, 2010 to 31 st March, 2011 and 1 st April,<br />

2011 to 31 st March, 2012. The list <strong>of</strong> the PIUs to be covered State wise is attached (Annexure-<br />

1A).<br />

II. Scope <strong>of</strong> Work<br />

Objectives<br />

The objectives <strong>of</strong> the internal audit are to:<br />

1. Review the adequacy <strong>of</strong> the project financial management arrangements, including<br />

adherence to the PMGSY Operational and Accounting manuals and compliance with<br />

financing agreements with the World Bank;<br />

2. Provide the project management with timely information on financial management<br />

aspects <strong>of</strong> the project to enable appropriate follow-up action;<br />

Scope <strong>of</strong> Internal Audit<br />

10


The audit will be carried out for each financial year in accordance with the relevant national<br />

standards <strong>of</strong> auditing, and will include such tests and controls as the auditor considers necessary<br />

under the circumstances. In conducting audit special attention should be paid to the following:-<br />

1. Ensure that the accounting and financial management systems remain reliable and<br />

effective in design and to assess the extent to which they are being followed;<br />

2. Review the efficacy, adequacy and application <strong>of</strong> accounting, financial and operating<br />

controls and thereby ensure the accuracy <strong>of</strong> the books <strong>of</strong> accounts;<br />

3. Verify that the system <strong>of</strong> internal check is effective in design and operation in order to<br />

ensure the prevention <strong>of</strong> and early detection <strong>of</strong> defalcations, frauds, misappropriations<br />

and misapplications;<br />

4. Identify areas <strong>of</strong> significant inefficiencies in existing systems and suggest necessary<br />

remedial measures;<br />

5. Confirm the existence <strong>of</strong> financial propriety in all decision and verify compliance to<br />

government and statutory requirement.<br />

6. Confirm that the agreed procurement procedures and arrangements have been followed<br />

for works, goods and services. While doing so, the checklist attached with this TOR will<br />

be followed by the internal auditor.<br />

7. Check that all expenditure on works funded by World Bank Assistance, including<br />

procurement <strong>of</strong> goods and services, have the necessary supporting documents and have<br />

been incurred in accordance with the PMGSY/Government <strong>of</strong> India rules and relevant<br />

financing agreement.<br />

8. Verify that all the goods procured and issues are supported by valid receipt and issue<br />

document (namely Goods Receipts Sheet, Indent and unstamped receipt) and are recorded<br />

in the Priced Store Ledger/Bin Card and also closing balances worked out correctly.<br />

Physical verification <strong>of</strong> assets and other inventories would be taken up as deemed<br />

necessary by the auditor in respect <strong>of</strong> World Bank funded goods only.<br />

9. Confirm that Bank Authorization given to PIUs for incurring expenditure under the<br />

project are used for purpose intended. To establish this, the auditor should visit PIUs and<br />

conduct such audit/tests as may be deemed appropriate and necessary for the purpose <strong>of</strong><br />

the audit.<br />

10. Check that the Statements <strong>of</strong> Expenditure (SOE) submitted for the World Bank to<br />

NRRDA on a monthly basis reconcile with the expenditures reported under the Financial<br />

Management Reports (FMRs), also submitted to the World Bank (through NRRDA) on a<br />

quarterly basis.<br />

11. that adequate records are maintained regarding the assets created and assets acquired by<br />

the project, including details <strong>of</strong> cost, identification and location <strong>of</strong> assets; and that the<br />

physical verification <strong>of</strong> assets is being carried out with due diligence.<br />

Extent and coverage <strong>of</strong> internal audit:<br />

The extent and scope <strong>of</strong> internal audit will be as follows:<br />

1. The internal auditor shall exercise 100% check <strong>of</strong> awarded contract for construction <strong>of</strong><br />

new roads and upgradation <strong>of</strong> existing roads.<br />

11


2. The auditor will vouch 100% <strong>of</strong> cash payment vouchers, bank statements and transfer<br />

entry vouchers and cheque payments shall be vouched to cover 50% <strong>of</strong> the transaction in<br />

each <strong>of</strong> the months selected.<br />

3. A list showing the months / year for which vouching has been carried out shall be<br />

mentioned in the report.<br />

4. Routine errors <strong>of</strong> omissions or commissions noted during the course <strong>of</strong> internal audit may<br />

be rectified on the spot.<br />

5. While conducting internal audit in a subsequent phase, the auditor will ensure that the<br />

compliance report on audit observations pointed out in the reports relating to earlier audit<br />

is made and corrective actions taken on those points are furnished in the Audit Report <strong>of</strong><br />

the subsequent phase.<br />

6. The consultant shall check the records <strong>of</strong> PIUs/SRRDA for the period 1.4.2007 onwards.<br />

However, records <strong>of</strong> earlier period can be checked, if required, wherever necessary.<br />

Period <strong>of</strong> Internal Audit<br />

The period to be covered under internal audit would be one and half financial years – 1 st October,<br />

2010 to 31 st March, 2011 and 2011-12 (work is to be carried out in fifteen months i.e. from May,<br />

2011 to July, 2012). The audit for each financial year will be carried out in two phases <strong>of</strong> six<br />

months each ending on 30 th September and 31 st March. The appointment letter <strong>of</strong> auditors shall<br />

contain details <strong>of</strong> date <strong>of</strong> commencement <strong>of</strong> audit, completion <strong>of</strong> audit work in each phase, the<br />

date by which the reports are to be submitted and phase-wise fees payable. It shall specify the<br />

level <strong>of</strong> inspecting <strong>of</strong>ficer, minimum period he will visit each PIU in each phase and the<br />

minimum qualifications <strong>of</strong> the members <strong>of</strong> the audit team.<br />

Internal Audit Reports<br />

The report should be structured in a manner to provide the following: (a) audit observations; (b)<br />

implications <strong>of</strong> the observations; (c) suggested recommendations; (d) management’s<br />

comments/agreed actions and (e) status <strong>of</strong> actions on the previous recommendations. In addition,<br />

the internal auditor should prepare and submit a consolidated report on a six monthly basis,<br />

summarizing the individual unit wise reports and highlighting the critical issues which require<br />

the immediate attention <strong>of</strong> the SRRDA. The internal audit report for the period from April to<br />

September will be submitted to NRRDA/SRRDA latest by 31 st (<strong>of</strong> the following year) and that <strong>of</strong><br />

October to March latest by 31 st July. Any deviation in this regard will attract penalty to be<br />

decided by the complaint Authority <strong>of</strong> NRRDA.<br />

The auditor should discuss results <strong>of</strong> audit with the <strong>of</strong>ficer in-charge <strong>of</strong> PIU / SRRDA in each<br />

phase and important observations will be brought to his notice for taking timely corrective action.<br />

The report in respect <strong>of</strong> PIU shall be submitted in triplicate for each phase <strong>of</strong> audit. One set <strong>of</strong><br />

the report will be submitted to SRRDA, second set <strong>of</strong> the report to PIU and third set <strong>of</strong> report to<br />

NRRDA for taking necessary action. In the case <strong>of</strong> audit <strong>of</strong> SRRDA, the report will be submitted<br />

in duplicate for each phase <strong>of</strong> audit. One copy <strong>of</strong> the report will be submitted to Chief Executive<br />

Officer <strong>of</strong> SRRDA and second copy <strong>of</strong> the report to NRRDA for necessary action.<br />

12


Audit Committee<br />

SRRDA will appoint an audit committee consisting <strong>of</strong> three member <strong>of</strong> its executive body. Head<br />

<strong>of</strong> Finance Division <strong>of</strong> SRRDA will assist the committee. The audit committee will consider all<br />

the audit reports and placed its recommendations before the executive committee <strong>of</strong> the Nodal<br />

Department <strong>of</strong> the State Government.<br />

III. General<br />

The auditor will be given access to all legal documents (agreement), correspondence, financial<br />

manuals, notices from the Project Management/State Implementing Units and any other<br />

information associated with the project as deemed necessary by the auditor.<br />

The CA firm should familiarize themselves with the procedures laid down in the following<br />

publications:<br />

a) the tripartite agreement on Banking Arrangements, guidelines for banking arrangement<br />

codified in the PMGSY Programme Guidelines,<br />

b) accounting system <strong>of</strong> PMGSY codified in accounts manuals <strong>of</strong> Programme Fund and<br />

Administrative Expenses Fund,<br />

c) financial management and auditing <strong>of</strong> project financed by the World Bank codified in the<br />

NRRDA PMGSY Supplemental Operation Manual,<br />

d) World Bank’s Disbursement Manual, and<br />

e) PMGSY Online Management, Monitoring and Accounting System.<br />

f) Standard Bidding Document.<br />

The CA firm entrusted the job <strong>of</strong> internal audit should deploy some personnel who is conversant<br />

with Public Works Account System <strong>of</strong> Central PWD/State PWD at Divisional level. It is also<br />

desirable to have at least one team member aware with the procurement system <strong>of</strong> the World<br />

Bank and the states.<br />

13


PMGSY: Internal Procurement Audit Checklist<br />

Note:<br />

a) The purpose <strong>of</strong> this checklist to guide the internal auditors in the procurement audit process so<br />

that all the aspects <strong>of</strong> the procurement process are looked into and the approach has consistency<br />

across the states.<br />

b) Before conducting the procurement audit, the auditors should familiarize themselves with the<br />

agreed procurement procedures for PMGSY as provided in the legal agreements for the project.<br />

c) Audit report should be submitted as part <strong>of</strong> the financial audit report but as a separate section.<br />

d) The procurement audit and its findings (on qualitative aspects and as well as transactional<br />

aspects) shall be based on the review <strong>of</strong> actual procurement cases and contracts.<br />

14


Checklist 1: Qualitative Aspects <strong>of</strong> Procurement<br />

1) Whether any manual on procurement procedure have been prepared and are available on site?<br />

If no, how the procurement procedure is guided?<br />

2) Whether the Bank’s standard bidding documents are used for preparation <strong>of</strong> tenders etc.? If<br />

no, how the tenders are prepared?<br />

3) Whether dedicated procurement staff are in place? If no, who handles the procurement?<br />

4) Whether the staff handling the procurement have exposure or training related to the<br />

procurement?<br />

5) Whether complete list <strong>of</strong> contracts issued is available? Whether these data are computerized?<br />

6) Whether the procurement related documents are available systematically?<br />

7) Whether internal approvals are taken for inviting quotations/placing orders?<br />

8) Whether financial negotiations are conducted frequently? If yes, under what circumstances and<br />

with whom (with all or lowest bidder)?<br />

9) Is there a procurement related compliant handling system in the agency? If yes, whether<br />

bidders are aware <strong>of</strong> the same?<br />

10) Whether the agency discloses the bid opportunity, put the tender documents and contract<br />

award information on its website?<br />

11) Whether a procurement plan is available? If yes, whether the actual progress is being<br />

monitored against the plan? If there are delays, what measures are being taken to cover the<br />

delays?<br />

12) Whether any procurement related irregularities were reported in the previous audit report? If<br />

yes, what actions have been taken in this regard?<br />

13) Whether there is separation <strong>of</strong> duties between various functions viz. indenting/receiving,<br />

procurement and releasing funds?<br />

14) Feedback from procurement staff and other <strong>of</strong>ficials met on how to reduce delays and<br />

improve the process<br />

15


Checklist 2: Procurement <strong>of</strong> Works/Goods<br />

1) Whether the method <strong>of</strong> procurement (based on the estimated value) adopted is in accordance<br />

with the Project Agreement? If no, list the deviations (major/minor)<br />

2) Whether bidding document used for this work is according to the standard model cleared with<br />

the Bank? If no, list the deviations from standards (major/minor)<br />

3) Whether price adjustment clause provided in the bid document? (Required when period <strong>of</strong><br />

completion is more than 12 months)<br />

4) Whether bill <strong>of</strong> quantities provides schedule <strong>of</strong> quantity for each slice separately and also one<br />

schedule for the combined work/goods?<br />

5) Whether the guidelines have been followed in fixing the Bid Security? If not, why?<br />

(No exemption should be permitted to any bidder or any class <strong>of</strong> bidders)<br />

6) Whether any preference on price or other conditions allowed in the bidding document/award<br />

for any bidder or class <strong>of</strong> bidders? If yes, list the preferences.<br />

(No preferential treatment should be given to any bidder or class <strong>of</strong> bidders either for price or for<br />

conditions unless specifically cleared with the Bank and stipulated in the Project Agreement.)<br />

7) Whether the Cost <strong>of</strong> bidding documents is reasonable?<br />

8) Whether the Notice inviting tender (NIT) published in national newspapers?<br />

9) Whether minimum 30 days provided for sale <strong>of</strong> bid documents?<br />

10) If pre-bid conference was held, whether the minutes were prepared and circulated to all the<br />

prospective bidders?<br />

11) Whether the last date <strong>of</strong> receipt <strong>of</strong> bids and the date <strong>of</strong> opening <strong>of</strong> bids are different (Both<br />

should be the same)<br />

12) Whether bids were evaluated as per the criteria given in the bid document?<br />

13) Has award been made to the lowest responsive bidder? (Award should be made to the lowest<br />

responsive bidder.) If no, the reasons for ignoring lower <strong>of</strong>fers?<br />

14) Were any negotiations held with the bidders after opening <strong>of</strong> bids? If yes, whether Bank's<br />

clearance was obtained before holding negotiations and when? If Bank's clearance was not<br />

obtained why? (Bank does not favor any negotiations.)<br />

15) Whether the award was made within the original bid validity?<br />

i) if no, what are the reasons for delay?<br />

16


ii) if extension <strong>of</strong> bid validity was sought, was that from all bidders and not from the<br />

lowest alone?<br />

iii) Was the period <strong>of</strong> extension exceeded 8 weeks?<br />

iv) If affirmative, was Bank’s clearance obtained?<br />

16) Has the successful bidder furnished performance security in accordance with the conditions<br />

<strong>of</strong> contract?<br />

17) Whether Items received/work completed as per the schedule indicated in the contract<br />

document?<br />

18) Whether payment released timely and as per the terms given in the contract?<br />

19) Whether the assets procured are being utilized for the intended purpose?<br />

20) Whether all the documents/records related to the contract were available?<br />

17


Checklist 3: Selection <strong>of</strong> Consultants<br />

1) Whether the method <strong>of</strong> selection adopted is in accordance with the Project Agreement<br />

2) Whether the terms <strong>of</strong> reference include the following?<br />

i) Concise statement <strong>of</strong> objectives<br />

ii) Outline <strong>of</strong> tasks to be carried out<br />

iii) Schedule for completion <strong>of</strong> tasks<br />

iv) Support/inputs to be provided by the employer<br />

v) Final outputs required from the consultant<br />

vi) Review procedures<br />

3) Whether the terms <strong>of</strong> reference have been reviewed and cleared with the Bank?<br />

4) Whether the cost estimate has been prepared (Cost estimate, or budget, should be based on<br />

borrower's perception <strong>of</strong> the assignment requirements in terms <strong>of</strong> level and type <strong>of</strong> personnel,<br />

period to be spent in the field and in the home <strong>of</strong>fice, physical inputs and other items required for<br />

the services.)<br />

5) Whether a short list <strong>of</strong> the consultants/ consultant firms has been drawn? (The short list<br />

should have 6 consultants)<br />

6) Whether the draft letter <strong>of</strong> <strong>Invitation</strong> with draft or contract according to the Bank’s standard<br />

document? If not/reasons there<strong>of</strong><br />

7) Whether at least 30 days given for submission <strong>of</strong> proposals<br />

8) Whether the proposals were evaluated as per criteria set out in the <strong>Letter</strong> <strong>of</strong> invitation.<br />

9) Whether the financial proposals opened in presence <strong>of</strong> technically qualified consultants?<br />

10) Whether the financial negotiations were held with the highest ranked firm (financial<br />

negotiations are not allowed if price is a factor for selection)<br />

11) Whether proposals were evaluated as per the criteria given in the RFP document?<br />

12) Has award been made to the highest ranked consultant? (Award should be made to the<br />

consultant scoring highest rank based on evaluation <strong>of</strong> technical and financial proposals)? If no,<br />

the reasons for ignoring the highest ranked proposal?<br />

15) Whether the award was made within the original proposal validity? If no, what are the<br />

reasons for delay?<br />

18


16) Whether the assignment completed as per the schedule indicated in the contract document?<br />

17) Whether payment released timely and as per the terms given in the contract?<br />

18) Whether all the documents/records related to the contract were available?<br />

19


S.N.<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

9<br />

10<br />

11<br />

12<br />

13<br />

14<br />

15<br />

16<br />

17<br />

18<br />

19<br />

20<br />

21<br />

22<br />

23<br />

24<br />

25<br />

26<br />

State-wise List <strong>of</strong> PIUs/ SRRDA to be covered<br />

Annexure – 1A<br />

Uttar Pradesh Himachal Pradesh Rajasthan Jharkhand<br />

Allahabad Shimla-1 Alwar Dumka<br />

Ambedkarnagar Shimla-2 Banswara East Singhbhum<br />

Azamgarh- I Theog Baran Hazaribagh<br />

Badaun Rohru Barmer Palamau<br />

Bahraich- I Chopal Bharatpur Ranchi (SRRDA)<br />

Ballia Jubbal Bhilwara<br />

Balrampur Kumarsain Bundi<br />

Bandha Rampur Chittorgarh<br />

Barabanki Nirmand Dausa<br />

Barelly Kullu-1 Dungarpur<br />

Basti Kullu-2 Jaipur<br />

Chitrakoot Mandi-1 Jhalawar<br />

Etawah Mandi-2 Jhunjhunun<br />

Farukhabad Sundarnagar Jodhpur<br />

Fatehpur Karsog Nagaur<br />

Firozabad Sarkaghat Rajsamand<br />

Gazipur Jogindernagar Sikar<br />

Hardoi Dharampur Tonk<br />

Jaunpur Nahan Udaipur<br />

Jaipur<br />

Kannauj Rajgarh<br />

(SRRDA)<br />

Kheri Sangrah Balotra<br />

Kushinagar Shillai<br />

Mau Poanta<br />

Moradabad Palampur<br />

Pratapgarh- I Dharamshala<br />

Rai Barelly Kangra<br />

20


27<br />

28<br />

29<br />

30<br />

31<br />

32<br />

33<br />

34<br />

35<br />

36<br />

37<br />

38<br />

39<br />

40<br />

Rampur Baijnath<br />

Sant Kabir Nagar Fatehpur<br />

Shahjahanpur- I Nurpur<br />

Shravasti Jawali<br />

Siddarth Nagar Dehra<br />

Sitapur Killar<br />

Sonebadhra Chamba<br />

Sultanpur Dalhousie<br />

Unnau Bharmour<br />

Lucknow (SRRDA) Salooni<br />

Bahraich- II Shimla (SRRDA)<br />

Shahjahanpur- II<br />

Pratapgarh- II<br />

Azamgarh- II<br />

21


SUPPLEMENTARY INFORMATION FOR CONSULTANTS<br />

Proposals<br />

(1) Proposals should include the following information:<br />

(a) Technical Proposal<br />

Annexure - 2<br />

(i) A brief description <strong>of</strong> the firm/organization and an outline <strong>of</strong> recent experience on<br />

assignments/ projects <strong>of</strong> similar nature executed during the last 10 years in the<br />

format given in Form T-2.<br />

(ii) Any comments or suggestions <strong>of</strong> the consultant on the Terms <strong>of</strong> Reference (TOR).<br />

(iii) A description <strong>of</strong> the manner in which consultants would plan to execute the work.<br />

Work plan time schedule in Form T-3 and approach or methodology proposed for<br />

carrying out the required work.<br />

(iv) The composition <strong>of</strong> the team <strong>of</strong> personnel which the consultant would propose to<br />

provide and the tasks which would be assigned to each team member in Form T-4.<br />

(v) Curricula Vitae <strong>of</strong> five key staff members (per State) to be assigned to the work<br />

and <strong>of</strong> the team leader who would be responsible for supervision <strong>of</strong> the team. The<br />

curricula vitae should follow the attached Format (T-5) duly signed by the<br />

concerned personnel. (1TL, 5 key staff, total 6 CV’s per State only to be<br />

furnished).<br />

(vi) The consultant's comments, if any, on the data, services and facilities to be<br />

provided by State Rural Road Development Agency/NRRDA in the Terms <strong>of</strong><br />

Reference (TOR).<br />

(vii) The consultant’s Work program and time schedule for key personnel in Form<br />

No.T-6.<br />

(viii) The consultant may submit proposal for one, one or more or for all States. The<br />

proposal for each State shall be evaluated separately.<br />

(b) Financial Proposals<br />

(i) The financial proposals should include the Schedule <strong>of</strong> Price Bid in Form No.<br />

F-1A with cost break-up for the work program indicated in Form F-1B.<br />

22


(ii) The financial proposals should be separately worked out for each State, as the<br />

contract for each State shall be awarded separately.<br />

(iii) A short listed Consultant should submit only one proposal for each State. If a<br />

short listed consultant submits or participates in more than one proposal <strong>of</strong> the<br />

same State such a consultant shall be disqualified. Similarly, an associated<br />

consulting firm should submit proposal with one consulting firm only. A short<br />

listed consultant may submit proposal for one or more State. However, such<br />

proposals should contain name <strong>of</strong> different experts. Each proposal would be<br />

evaluated on the basis <strong>of</strong> qualification & experience <strong>of</strong> experts proposed in that<br />

particular proposal.<br />

(2) Two copies <strong>of</strong> the proposals should be submitted to NRRDA.<br />

(3) Contract Negotiations<br />

The aim <strong>of</strong> the negotiation is to reach an agreement on all points with the consultant and<br />

initial a draft contract by the conclusion <strong>of</strong> negotiations. Negotiations commence with a<br />

discussion <strong>of</strong> Consultant's proposal, the proposed work plan, staffing and any suggestions<br />

you may have made to improve the Terms <strong>of</strong> Reference. Agreement will then be reached<br />

on the final Terms <strong>of</strong> Reference, the staffing and the bar chart, which will indicate<br />

personnel, periods in the field and <strong>of</strong>fice, man-months, and reporting schedule. Based on<br />

this adjustments necessary will be discussed and agreed.<br />

(4) Contracts with Team Members. Bearing in mind that rates are negotiable, firms are<br />

advised against making firm financial arrangements with prospective team members prior<br />

to negotiations.<br />

(5) Nomination <strong>of</strong> Experts<br />

Having selected a firm partly on the basis <strong>of</strong> an evaluation <strong>of</strong> personnel presented in the<br />

firm's proposal, NRRDA expects to negotiate a contract on the basis <strong>of</strong> the experts named<br />

in the proposal and, prior to contract negotiations, will require guarantees that these<br />

experts shall, in fact, be made available. As the expected date <strong>of</strong> mobilization is given in<br />

the letter inviting proposals, NRRDA will not consider substitution after contract<br />

negotiations, except in cases <strong>of</strong> unexpected delays on the starting date or incapacity <strong>of</strong> an<br />

expert for reasons <strong>of</strong> health, or leaving the firm. The desire <strong>of</strong> a firm to use an expert on<br />

another project shall not be accepted for substitution <strong>of</strong> personnel.<br />

(6) Terms <strong>of</strong> Payment<br />

The mode <strong>of</strong> payments to be made in consideration <strong>of</strong> the work to be performed by the<br />

consultant shall be as follows :<br />

23


Stage<br />

PAYMENT SCHEDULE (1st year)<br />

Rate percentage <strong>of</strong> Contract<br />

Value<br />

1st 5%<br />

1st six months 2nd six months<br />

Event<br />

After unequivocal acceptance <strong>of</strong><br />

letter <strong>of</strong> Award and submission<br />

and approval <strong>of</strong> inception report by<br />

NRRDA.<br />

2nd 8% 8%<br />

Upon receipt <strong>of</strong> six monthly<br />

Preliminary Internal Audit Report<br />

3rd 6% 6%<br />

Upon receipt <strong>of</strong> six monthly final<br />

draft Internal Audit Report<br />

Upon approval <strong>of</strong> six monthly<br />

4th 6% 6% Final Report acceptable to<br />

Stage<br />

NRRDA<br />

PAYMENT SCHEDULE (2nd year)<br />

Rate percentage <strong>of</strong> Contract<br />

Value<br />

Event<br />

1st<br />

1st six months 2nd six months<br />

8% 8%<br />

2nd 6% 6%<br />

3rd 13.5% 13.5%<br />

Upon receipt <strong>of</strong> six monthly<br />

Preliminary Internal Audit Report<br />

Upon receipt <strong>of</strong> six monthly final<br />

draft Internal Audit Report<br />

Upon approval <strong>of</strong> six monthly<br />

Final Report acceptable to<br />

NRRDA<br />

Note : All payments shall be made on submission <strong>of</strong> pre-receipted bills by the consultants<br />

in triplicate for respective stages to designated <strong>of</strong>ficer <strong>of</strong> SRRDA. The designated <strong>of</strong>ficer<br />

<strong>of</strong> SRRDA will certify the bills and forward two copies <strong>of</strong> the same with their<br />

observations / comments within seven days <strong>of</strong> the receipt <strong>of</strong> the bills to NRRDA for<br />

further processing/ release <strong>of</strong> payment.<br />

(7) Review <strong>of</strong> reports<br />

A review committee consisting <strong>of</strong> <strong>of</strong>ficers <strong>of</strong> the SRRDA will review all reports <strong>of</strong><br />

consultants (Quarterly and Annual Reports) and suggest any modifications/changes<br />

considered necessary within 15 days <strong>of</strong> receipt.<br />

24


Schedule <strong>of</strong> Price Bid<br />

Form No. F-1 A<br />

Sl Name <strong>of</strong> State Consultancy service fees Service Total<br />

No.<br />

Tax (Rs.)<br />

In figures In words<br />

(1)<br />

1<br />

2<br />

3<br />

4<br />

Total<br />

(2) (3) (4) (5)<br />

(3 + 4)<br />

Total fees including service tax in words and figures.<br />

Signature <strong>of</strong> Consultant<br />

(Authorized representative)<br />

Note :- 1. The consultant may quote for anyone, more than one or all the four States.<br />

2. TDS will be deducted by NRRDA at the rates notified by Government <strong>of</strong> India from<br />

time to time from the running and final bill <strong>of</strong> the consultant.<br />

25


Remuneration <strong>of</strong> Staff<br />

Cost Estimate <strong>of</strong> Services<br />

Staff Name Daily (Monthly) Rate Working Days Total Cost<br />

Including Over Heads. (Months) (Rs.)<br />

(Rs.)<br />

a) Team Leader<br />

b) Technical/Managerial Staff<br />

c) Support Staff<br />

Out-<strong>of</strong>-Pocket Expenses:<br />

a) Per Diem 1 Room Subsistence cost Total Days<br />

Sub-Total (Staff) __________<br />

__________<br />

b) Travel Expenses __________<br />

c) Lump Sum __________<br />

Miscellaneous<br />

Expenses: 2<br />

Sub-Total (Out-<strong>of</strong>-Pocket) __________<br />

Contingency Charges: __________<br />

TOTAL COST ESTIMATE ____________<br />

+ Service Tax<br />

_____________<br />

Form F-1B<br />

1<br />

Per Diem is fixed per calendar day and need not be supported by receipts.<br />

2 To include reporting costs, visa, inoculations, routine medical examination, minor surface<br />

transportation and communications expenses, porterage fees, in-and-out expenses, airport taxes, and such<br />

other travel related expenses as may be necessary.<br />

26


From To<br />

———<br />

———<br />

———<br />

———<br />

Sir:<br />

Hiring <strong>of</strong> Consultancy services for——— <strong>of</strong> — — — — Regarding<br />

Form T-1<br />

Director General<br />

National Rural Roads Development Agency<br />

Ministry <strong>of</strong> Rural Development,<br />

Government <strong>of</strong> India, 5 th Floor, NBCC Tower,<br />

Bhikaji Cama Place, New Delhi – 110066.<br />

I/We ——————————— consultant/consultancy firm/organization herewith<br />

enclose Technical and Financial Proposal for selection <strong>of</strong> my/our firm as consultant for State:-<br />

1. 3.<br />

2. 4.<br />

We undertake that, in competing for (and, if the award is made to us, in executing) the<br />

above contract, we will strictly observe the laws against fraud and corruption in force in India<br />

namely “Prevention <strong>of</strong> Corruption Act 1988”.<br />

We hereby certify that we have taken steps to ensure that no person acting for us or on<br />

our behalf will engage in bribery.<br />

( Authorized Representative)<br />

Yours faithfully,<br />

Signature: —————<br />

Full name —————<br />

and address: —————<br />

27


Form T-2<br />

ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURING<br />

LAST (3) 10 YEARS<br />

1. Brief Description <strong>of</strong> the Firm/Organization:<br />

2. Outline <strong>of</strong> recent experience on assignments <strong>of</strong> similar nature:<br />

Sl.No Name <strong>of</strong><br />

assignment<br />

Name <strong>of</strong><br />

project<br />

Owner or<br />

sponsoring<br />

authority<br />

Cost <strong>of</strong><br />

assignment<br />

Date <strong>of</strong><br />

commencement<br />

Date <strong>of</strong><br />

completion<br />

Was assignment<br />

satisfactorily<br />

completed<br />

1 2 3 4 5 6 7 8<br />

Note: Please attach certificates from the employer by way <strong>of</strong> documentary pro<strong>of</strong>. (Issued by the<br />

Officer <strong>of</strong> rank not below the rank <strong>of</strong> Superintending Engineer or equivalent.)<br />

28


WORK PLAN TIME SCHEDULE<br />

A. Field Investigation<br />

Form T-3<br />

Sl. Item Monthwise Program<br />

No. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th<br />

B. Compilation and submission <strong>of</strong> reports<br />

1. Inception Reports<br />

2. 1 st half yearly report<br />

3. 2 nd half yearly report<br />

C. A short note on the line <strong>of</strong> approach and methodology outlining various steps for<br />

performing the study.<br />

D. Comments or suggestions on "Terms <strong>of</strong> Reference."<br />

Note :- In case, consultant is tendering for more than one State, they should submit proposal on<br />

separate page for each State.<br />

29


Form No.T-4<br />

Composition <strong>of</strong> the Team Personnel and the task which would be assigned to each Team<br />

Member<br />

1. Technical/Managerial Staff<br />

Sl.No. Name Position Task assignment<br />

2. Support Staff<br />

Sl.No. Name Position Task assignment<br />

Note :- In case, consultant is tendering for more than one State, they should submit proposal on<br />

separate page for each State.<br />

30


1. Name:<br />

2. Pr<strong>of</strong>ession/Present Designation:<br />

SUGGESTED FORMAT OF CURRICULUM VITAE<br />

FOR MEMBERS OF CONSULTANT'S TEAM<br />

3. Years with Firm/Organization: Nationality:<br />

4. Area <strong>of</strong> Specialization:<br />

5. Proposed Position on Team:<br />

6. Education:<br />

Form T-5<br />

(Under this heading, summarize college/university and other specialized education <strong>of</strong><br />

staff member, giving names <strong>of</strong> schools/colleges, etc., dates attended and degrees obtained.<br />

Use up to a quarter page.)<br />

7 Experience:<br />

(Under this heading, list all positions held by staff member since graduation, giving dates,<br />

names <strong>of</strong> employing organization, title <strong>of</strong> positions held and location <strong>of</strong> assignments. For<br />

experience in last ten years, also give types <strong>of</strong> activities performed including trainings<br />

conducted where appropriate and client references.<br />

Public works account experience will be an added qualification. Awareness / exposure to<br />

World Bank procurement procedures is also required<br />

(i)<br />

(ii)<br />

(iii) and so on<br />

Signature <strong>of</strong> Staff Member Date:<br />

Note :- In case, consultant is tendering for more than one State, they should submit proposal on<br />

separate page for each State.<br />

31


WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL<br />

MONTHS<br />

Name Position 1 2 3 4 5 6 7 8 9 10 11 12 No. <strong>of</strong><br />

Month<br />

Reports Due/Activities and Duration<br />

1.<br />

2.<br />

3.<br />

4.<br />

5.<br />

6.<br />

7.<br />

8.<br />

9.<br />

10.<br />

Field Full Time Part Time<br />

Reports Due<br />

Activities Duration<br />

Total<br />

Form T-6<br />

Note :- In case, consultant is tendering for more than one State, they should submit proposal on<br />

separate page for each State.<br />

32


Annexure - 3<br />

Consulting Services<br />

Draft <strong>Letter</strong> <strong>of</strong> Agreement for Small Assignments Carried out by Consultants<br />

Subject: Internal Audit <strong>of</strong> World Bank funded PMGSY work in the Stage <strong>of</strong> …………<br />

(Name <strong>of</strong> Consultant)<br />

1. Set out below are the terms and conditions under which (Name <strong>of</strong> Consultant) has agreed to<br />

carry out for NRRDA the above-mentioned assignment specified in the attached Terms <strong>of</strong><br />

Reference.<br />

2. For administrative purposes Director (F&A), NRRDA has been assigned to administer the<br />

assignment and to provide [Name <strong>of</strong> Consultant] with all relevant information needed to<br />

carry out the assignment. The services will be required in (Name <strong>of</strong> Project) for about 1<br />

year during the period from _________________ to ________________ .<br />

3. The (Name <strong>of</strong> Client) may find it necessary to postpone or cancel the assignment and/or<br />

shorten or extend its duration. In such case, every effort will be made to give you, as early<br />

as possible, notice <strong>of</strong> any changes. In the event <strong>of</strong> termination, the (Name <strong>of</strong> Consultants)<br />

shall be paid for the services rendered for carrying out the assignment to the date <strong>of</strong><br />

termination, and the [Name <strong>of</strong> Consultant] will provide the NRRDA with any reports or<br />

parts there<strong>of</strong>, or any other information and documentation gathered under this Agreement<br />

prior to the date <strong>of</strong> termination.<br />

4. The services to be performed, the estimated time to be spent, and the reports to be<br />

submitted will be in accordance with the attached Description <strong>of</strong> Services.<br />

5. This Agreement, its meaning and interpretation and the relation between the parties shall be<br />

governed by the laws <strong>of</strong> Union <strong>of</strong> India<br />

6. This Agreement will become effective upon confirmation <strong>of</strong> this letter on behalf <strong>of</strong> (Name<br />

<strong>of</strong> Consultant) and will terminate on ___________________, or such other date as mutually<br />

agreed between the NRRDA and the (Name <strong>of</strong> Consultants).<br />

7. Payments for the services will not exceed an total amount <strong>of</strong> Rs. ________________.<br />

The NRRDA will pay (Name <strong>of</strong> Consultant), within 30 days <strong>of</strong> receipt <strong>of</strong> pre receipted bills<br />

duly verified by the designated <strong>of</strong>ficer <strong>of</strong> the SRDDA in duplicate for respective stages as<br />

follows:<br />

33


Stage<br />

PAYMENT SCHEDULE (1st year)<br />

Rate percentage <strong>of</strong> Contract<br />

Value<br />

1st 5%<br />

1st six months 2nd six months<br />

Event<br />

After unequivocal acceptance <strong>of</strong><br />

letter <strong>of</strong> Award and submission<br />

and approval <strong>of</strong> inception report by<br />

NRRDA.<br />

2nd 8% 8%<br />

Upon receipt <strong>of</strong> six monthly<br />

Preliminary Internal Audit Report<br />

3rd 6% 6%<br />

Upon receipt <strong>of</strong> six monthly final<br />

draft Internal Audit Report<br />

Upon approval <strong>of</strong> six monthly<br />

4th 6% 6% Final Report acceptable to<br />

Stage<br />

NRRDA<br />

PAYMENT SCHEDULE (2nd year)<br />

Rate percentage <strong>of</strong> Contract<br />

Value<br />

Event<br />

1st<br />

1st six months 2nd six months<br />

8% 8%<br />

2nd 6% 6%<br />

3rd 13.5% 13.5%<br />

Upon receipt <strong>of</strong> six monthly<br />

Preliminary Internal Audit Report<br />

Upon receipt <strong>of</strong> six monthly final<br />

draft Internal Audit Report<br />

Upon approval <strong>of</strong> six monthly<br />

Final Report acceptable to<br />

NRRDA<br />

The above remuneration includes all the costs related to carrying out the services, including<br />

overhead and any taxes imposed on [Name <strong>of</strong> Consultants.]<br />

8. The [Name <strong>of</strong> Consultants] will be responsible for appropriate insurance coverage. In this<br />

regard, the [Name <strong>of</strong> Consultants] shall maintain workers compensation, employment<br />

liability insurance for their staff on the assignment. The Consultants shall also maintain<br />

comprehensive general liability insurance, including contractual liability coverage adequate<br />

to cover the indemnity <strong>of</strong> obligation against all damages, costs, and charges and expenses<br />

for injury to any person or damage to any property arising out <strong>of</strong>, or in connection with, the<br />

services which result from the fault <strong>of</strong> the [Name <strong>of</strong> Consultants] or its staff. The [Name<br />

<strong>of</strong> Consultants] shall provide the NRRDA with certification there<strong>of</strong> upon request.<br />

9. The [Name <strong>of</strong> Consultants] shall indemnify and hold harmless the NRRDA against any and<br />

all claims, demands, and/or judgments <strong>of</strong> any nature brought against the (Name <strong>of</strong><br />

34


Borrower) arising out <strong>of</strong> the services by the [Name <strong>of</strong> Consultants] under this Agreement.<br />

The obligation under this paragraph shall survive the termination <strong>of</strong> this Agreement.<br />

10. The Consultant agrees that, during the term <strong>of</strong> this Contract and after its termination, the<br />

Consultant and any entity affiliated with the Consultant, shall be disqualified from providing<br />

goods, works or services (other than the Services and any continuation there<strong>of</strong>) for any project<br />

resulting from or closely related to the Services.<br />

11. All final plans, drawings, specifications, designs, reports and other documents or s<strong>of</strong>tware<br />

submitted by the [Name <strong>of</strong> Consultants] in the performance <strong>of</strong> the Services shall become<br />

and remain the property <strong>of</strong> NRRDA. The Consultants may retain a copy <strong>of</strong> such documents<br />

but shall not use them for purposes unrelated to this Contract without the prior written<br />

approval <strong>of</strong> the NRRDA.<br />

12. The Consultant undertake to carry out the assignment in accordance with the highest<br />

standard <strong>of</strong> pr<strong>of</strong>essional and ethical competence and integrity, having due regard to the<br />

nature and purpose <strong>of</strong> the assignment, and to ensure that the staff assigned to perform the<br />

services under this Agreement, will conduct themselves in a manner consistent herewith.<br />

13. The Consultant will not assign this Contract or sub-contract or any portion <strong>of</strong> it without the<br />

NRRDA prior written consent.<br />

14. The [Name <strong>of</strong> Consultants] shall pay the taxes, duties fee, levies and other impositions<br />

levied under the Applicable law and the NRRDA shall perform such duties, in regard to the<br />

deduction <strong>of</strong> such tax, as may be lawfully imposed.<br />

15. The [Name <strong>of</strong> Consultants] also agree that all knowledge and information not within the<br />

public domain which may be acquired during the carrying out <strong>of</strong> this Agreement, shall be,<br />

for all time and for all purpose, regarded as strictly confidential and held in confidence, and<br />

shall not be directly or indirectly disclosed to any person whatsoever, except with the<br />

NRRDA written permission.<br />

16. Any dispute arising out <strong>of</strong> the Contract, which cannot be amicably settled between the parties,<br />

shall be referred to adjudication/arbitration in accordance with Arbitration & Conciliation Act<br />

1996.<br />

Place:<br />

Date: .................................... (Signature <strong>of</strong> Authorized<br />

.................................... Representative on behalf <strong>of</strong><br />

.................................... Consultant)<br />

....................................<br />

.................................... (Signature & Name <strong>of</strong> the<br />

Client’s Representative)<br />

35

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!