west bengal forest development corporation limited...

30
1 WEST BENGAL FOREST DEVELOPMENT CORPORATION LIMITED ARANYA BIKASH, KB-19, SECTOR-III, SALT LAKE, KOLKATA-700106 NOTICE INVITING E-TENDER FOR APPOINTMENTOFINTERNAL AUDITOR FOR THE FINANCIAL YEAR 2017-18 NIT NO. - WBFDCL/NIT 01 (e)/2017-18

Upload: dohanh

Post on 10-Jul-2018

250 views

Category:

Documents


0 download

TRANSCRIPT

1

WEST BENGAL FOREST DEVELOPMENT CORPORATION LIMITEDARANYA BIKASH, KB-19, SECTOR-III, SALT LAKE, KOLKATA-700106

NOTICE INVITING E-TENDER

FOR

APPOINTMENTOFINTERNAL AUDITOR

FOR

THE FINANCIAL YEAR 2017-18

NIT NO. - WBFDCL/NIT 01 (e)/2017-18

2

est Bengal West Bengal Forest Development Corporation Limited(A Government of West Bengal Undertaking)

Registered Office:‘ARANYA BIKASH’

KB-19, Sector-III Salt Lake City,Kolkata – 700106.

E-mail: [email protected]: (033)2335 0064 Fax: (033)2335 0064 / 2335 5203

CIN: U02005WB1974SGC029535

NIT NO. - WBFDCL/NIT 01 (e) /2017-18

Memo No: 2013 /WBFDCL/ Int.Audit(1A-170) Dated, 01/12/2016

DECLARATION OF INTENT:

The West Bengal Forest Development Corporation Limited, a Company, incorporated, underthe Companies Act, 1956, intends toappoint Internal Auditor for conducting Internal Audit ofthe accounts of the Corporation, including its Divisions&Ranges, during the Financial Year2017-18.E-Tenders are therefore invited from bona-fide Chartered Accountants firmsfulfillingthe following Pre-Qualification Criteria to carry out the Internal Audit for the Financial Year2017-18for the Corporation.

PRE QUALIFICATION CRITERIA

a. Chartered Accountants Firms with ten years expensesb. Having empanelment with CAG.c. Having branches at Kolkatad. Experience as internal auditor in Government Organisation, PSU on PAN INDIA

basis.

[Note: Firmsincluding consortiums and partnership firms, who are eligible to apply, arehereinafter referred to as “Bidder”]

1. IMPORTANT POINTS OFREFERENCE:

Tender Inviting Authority Chief Accounts Officer,West Bengal Forest Development CorporationLimited

Name of the Work Conducting Internal Auditof the accounts ofCorporation, including its Divisions & Ranges, forthe Financial Year 2017-18.

Tender Notice No. NIT NO. - WBFDCL/NIT 01 (e) /2017-18

Date of publication of Tender 01.12.2016

Last date and time for submissionof Bids

24.01.2017 at 5.00 P.M.

3

Opening of Technical Bids 27.01.2017 at 11.00 A.M.

Place of Opening of TechnicalBids

Office of the Managing Director,West Bengal Forest Development CorporationLimitedAranyaBikash,KB-19, Sector-III, Salt Lake,Kolkata-700106

Declaration of the results ofEvaluation of Technical Bids

To be notified later

Opening of Financial Bids To be notified later

Earnest Money Deposit 24.01.2017 up to 5 P.M.

Communication AppellateAuthority

Managing Director,West Bengal Forest Development CorporationLimitedAranyaBikash,KB-19, Sector-III, Salt Lake,Kolkata-700106

2. NATURE OF WORK:

To conduct Internal Audit of the accounts of the Corporation including its Divisions &Ranges for the Financial Year 2017-18.

3. IMPORTANT DETAILS OF THE TENDER:

3.1. Detail Scope of Work

The illustrative (but not exhaustive) scope of work for Internal Audit by the bidders shallbe as follows:

i. Verification of Accounting entries of the current year including Journal Entries.ii. Verification of Bank Accounts, Bank Reconciliation, Bank Confirmation,

Interest Accrued and Fixed Deposits and Sweeping Accounts.iii. Verification and age-wise analysis of Ledger Balances including Opening

Balances as to its correctness in the way of confirmation and suggestions forwriting off, as necessary.

iv. Verification of adjustment of Advance of Logging Operation and suggestions onunadjusted Balances.

v. Verification of adjustment of sale proceeds of Timber Auction as per provisionsof Joint Forest Management and comment on payment of Directorate Share andFPC Share of Year-wise Sale.

vi. Verification of application of Statutory Provisions like Service Tax, CentralSales Tax, VAT etc.

vii. Verification of application of Employees Provident Fund as to its deduction,deposit and standing balances and mismatch between Divisions and HeadOffice.

viii. Verification of application of Income Tax Payment, Submission of Return,Refund, Penalty, Interest and adjustment in Accounts.

4

ix. Verification of Fixed Asset Register in Divisions as well as Head Office.x. Verification of Inventory Valuation and Physical checking by Management.

xi. Reconciliation of Inter Division transfer, Balances and suggestions forrectification, as necessary.

xii. Verification of Booking of income of Eco tourism centres of ownaccommodation as well as agents centres as to Registers of occupation.

xiii. Verification of stock of Non Timber Forest Products including valuation.xiv. Comment and follow up action of Statutory and other Audit Reports including

preparation of replies.

3.2. E-Tendering Website:

Intending Bidders desirous of participating in the e-tender should log on to the websitehttps://wbtenders.gov.in and submit the tender online.

4. REGISTRATION OF BIDDERS:

Bidders willing to take part in the process of e-tendering are required to obtain DigitalSignature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA,Govt. of India (viz. nCode Solution, Safescrypt, e-Mudhra, TCS, MTNL, IDRBT). DSCis given as a USB e-Token. After obtaining the Class 3 Digital Signature Certificate(DSC) from the approved CA they are required to register the fact of possessing theDigital Signature Certificates through the registration system available in the website.

5. ELIGIBILITY FOR PARTICIPATION:

Bona-fide registered firms including Consortiums and Partnership firms satisfying criteriaset in para 8are eligible for participating in the tender.

6. COLLECTION OF TENDER DOCUMENTS:

Tenders are to be submitted online and intending Bidders have to download the tenderdocuments from the website given in clause 3.2 above, directly with the help of the e-Token provided. This is the only mode of collection of tender documents. Details ofsubmission procedure are given below.

7. SUBMISSION OF TENDER:

7.1 General process of submission

Tenders are to be submitted online through the website stated in Clause 3.2. All thedocuments uploaded by the Tender Inviting Authority (TIA) form an integral part of thebid. Intending bidders are required to upload all the tender documents along with theother documents, as asked for in the tender, through the designated website within thestipulated date and time as given in the tender notice. Tenders are to be submitted in twofolders at a time – Technical Proposal and Financial Proposal. The intending bidder shallcarefully go through the notice, prepare the required documents and upload the scanneddocuments in Portable Document Format (PDF) to the portal in the designated locationsof Technical Bid. He needs to fill up the rates toconduct Internal Audit of the accounts ofthe Corporation, including its Divisions & Ranges, during the Financial Year 2017-

5

18which should be indicated in gross amount for the whole year, exclusive of alltaxes etc., in the designated Cell and upload the same in designated location of FinancialBid. The documents uploaded should be virus scanned and digitally signed using theDigital Signature Certificate (DSC). Intending bidders should specially take note of allthe addendum/corrigendum related to the tender and upload the latest documents as partof the tender.

7.1.1Site inspection before submission of tender

Before submitting any tender, the intending Bidders should make themselves acquaintedthoroughly with the local conditions prevailing at site by actual inspection of the site andtaking into consideration all factors and difficulties likely to be involved, if any, and noclaim, whatsoever, will be entertained on these accounts afterwards.

7.1.2. Clarifications

In addition to the inspection of site, if any intending bidder requires any clarification withregard to the tender clauses or the assignment, he may contact the Tender InvitingAuthority in writing through e- mail within the date stipulated in the schedule underclause 19. The Tender Inviting Authority (TIA) will send clarifications to the intendingbidder(s) within 3 days through e-mail, if deemed fit by the TIA.The non-response to anyquery / clarification sought will not be considered as be a ground for extension of the dateof submission of tender.

7.2Technical Proposal (Form folder/my documents)

The Technical Proposal should contain scanned copies and/or declarations in thefollowing sub-folders under Form folder.

A. Technical Sub-folder 1 containing,

i. Scanned copy of Receipted Professional Tax Deposit Challan for March 2016.ii. Scanned copy of PAN Card.

iii. Scanned copy of IT Return Acknowledgement Receipt for F.Y2012-13, 2013-14and 2014-15.

iv. Notice Inviting Tender (NIT) – The NIT as published is to be downloaded andthen uploaded and digitally signed (to be submitted in “NIT” folder)

v. Scanned copy of Earnest Money Deposit (EMD) - Demand Draft (DD) /Banker’s Cheque (BC) towards EMD as prescribed in the NIT, in favour oftheWest Bengal Forest Development Corporation Limited, payable at Kolkata.

vi. Scanned copy of partnership deed of Partnership firm / Consortiums.vii. Scanned copy of Balance Sheet and Statement of Profit and Loss for the

Financial Years 2012-13, 2013-14, 2014-15 duly certified by practicingChartered Accountants.

viii. Scanned copies of Certificate of practice issued by concerned institutefor the allthe partners and qualified employees of the firms.

ix. Firm’s Constitution Certificate.

B. Technical Sub-folder 2 containing,

6

i. Application for Tender - (Vide FORM-1).ii. Average annual turnover of the firms-copy of Summary statement of annual

turnover from business for a period of last three Financial Years, i.e.; 2012-2013, 2013-14& 2014-15 (Vide FORM-2).

iii. Declaration of not having common interest (Vide FORM-3)iv. Experience Profile — List of completed projects of similar nature with 100%

completion of work, showing the total value of works done in FORM-4. Annexthe Work Orders also. Completion Certificate/Acknowledgement of fullpayment of fees from the concerned auditeewhich is applicable for eligibility inthis bid.

v. General Information about the bidding firm (FORM-5).vi. Team Composition and list of Teams (FORM-6).Team will consist of minimum

one Qualified and Two Semi Qualified for Head Office and Divisions and atleast one Semi Qualified for Ranges.Duration of audit will be at least 7 days, 4days, 2 days for HO, Division & Designated Division respectively for each halfyear and at least one day in average in ranges in a year. Sufficient no of teamsshould be formed to complete the audit in time and should be mentioned inForm 6.

Addenda/Corrigenda: if published.

Bidders are to keep track of all the Addendum/Corrigendum issued with a particular NITand upload the downloaded copies of the above documents and merge theAddenda/Corrigenda with respective NIT in the NIT folder. Tenders submitted withoutthe Addendum /Corrigendum may be rejected.

Others: Any other documents considered necessary by the bidder

[Note:Failure of submission of anyone of the abovementioned mandatorydocumentsagainst paragraphs A and B above will render the tender liable for summary rejection.]

7.3 Financial Proposal

The financial proposal should contain the following document in one cover (“BOQfolder”).

Financial Quote: The intending Bidder should quote the financial bid in the spacemarked for quoting bid. The financial quote, i.e.; financial consideration to conductInternal Audit of the accounts of the Corporation, including its Divisions & Ranges, forthe Financial Year 2017-18, which should be indicated in gross amount for the wholeyear(for which Services is intended to be provided).

It is important to note that the financial quote should be the total for all units.

The financial quote in Annexure 1, against each unit to be audited, should becomprehensive, i.e; the cost of audit should be inclusive of travelling cost, lodging,and any out of pocket expenses butexclusive of the Service tax, other statutory levy /cess, as may be applicable.

The Estimated Rate is Rs.6,80,000/- (Rs. six lakh eighty thousand) only.

7

Copies of the above documents are to be signed by the bidder)

7.4. Submission of Earnest Money Deposit

Earnest Money Deposit (EMD) is Rs. 50,000/- (Rupees FiftyThousand) only, to bedeposited as per Mode of Payment described below.

7.4.1. One Demand Draft or Banker’s Cheque amounting Rs. 50,000/- towards EarnestMoney Deposit (EMD) should be submitted.

7.4.2. TheDemand Draft or Banker’s Cheque should be drawn in favour ofWest BengalForest Development Corporation Limited, payable at Kolkata.

7.4.3. The DD/BC towards cost of Earnest Money Deposit should be submitted inoriginal, in a sealed envelope to the Chief Accounts Officer, West Bengal ForestDevelopment Corporation Limited, “AranyaBikash”, KB-19, Sector-III, SaltLake, Kolkata-700106within24.01.2017upto 3.00 P.M.

7.4.4 Demand Draft or Banker’s Cheque may be drawn on any scheduled Bank of India.Payment in any other form e.g. : NSC, KVP etc will not be accepted.

8. ELIGIBILITY CRITERIA:

Only firms meeting ALL the following criteria should apply.

Note: Please note that the documents as indicated in the table below have to besubmitted.

Criteria Details Document to beSubmitted

1. Age of the Firm Must have been formedon or before 1st January2006

Firm ConstitutionCertificate issued byInstitute of Chartered notearlier than 1st October2015.

2. C A GEmpanelment

Empanelment No.

3. MinimumPartners

3 (Three) Full TimeChartered Accountants

Same as above

4. MinimumQualifiedChartered

3 (Three) Full TimeQualified CharteredAccountant**ExcludingPartners

Same as above

5. Semi QualifiedChartered

5(Five) Semi QualifiedChartered Accountant

Same as above/Passcertificate

6. Location of HeadOffice/ BranchOffice

Kolkata

8

7. Turnover Minimum AverageTurnover in the last 3financial years (2012-13,2013-14,2014-15)must be Rs.50.00 lakhs

Audited and Balance Sheet ofthe Last 3 Financial Years

9. DELIVERABLES:

The consultant shall provide the following reports:

The Internal Audit will be carried out of the following offices of WBFBCP as per agreedaudit plan:

Offices/Units

No. ofUnits

Location Frequency ofAudit

Time of Submission of reports

HO 1 Kolkata Half Yearly(H1,H2)

For 2017-18H1-April, 2017 to September,2017- by 31st December, 2017H2 - October, 2017 to March2018- by 31st May 2018

DivisionsAnd Ranges

8Divisionswill includesubordinateunits suchas-Ranges(Total 43nos.)-100%DesignatedDivisions(Total 18 nos.)-100%and-DesignatedRanges(Total 118nos.) -100%

SeeAnnexure2

Half Yearly(H1,H2)

For 2017-18 For Divisions &Designated DivisionsH1-April, 2017 to September,2017- by 31st December, 2017H2 - October, 2017 to March2018- by 31st May 2018

For Ranges and DesignatedRanges

Once in a year

10. OPENING OF BIDS:

10.1Opening of TechnicalProposal

i. Technicalproposalswillbeopenedbythe Tender Inviting Authority or hisauthorised representative electronically from the website stated in Clause 3.2.

ii. Technical proposals for those tenders, whose original copies of DD/ BC

9

towards EMD have been received, will only be opened. Proposalscorresponding to which original DD/BC is not received within the timelimit will not be opened and will stand summarily rejected.

iii. Intending Biddersmayremainpresentiftheysodesire in the office of theCorporation at AranyaBikash, KB-19, Sector-III, Salt Lake, Kolkata-700106foropening of Technical Proposal, to be held on the date and time declared in theSchedule of dates in clause 19, or any subsequent modifications announcedthrough the website.

iv. Cover (Folder) for Statutory Documents (vide Clause 7.2 A)will be openedfirstand if found in order, Cover (Folder) for Non-Statutory Documents (videClause 7.2.B)willbe opened. If there is anydeficiencyintheStatutoryDocuments,thetender will summarilyberejected.

v. Decrypted(transformed into readable formats) documents of the Non-StatutoryCoverwillbedownloaded, by theTender Accepting Authority andevaluated as per the norms laid down in clause 11.

vi. The technically qualified Bidders, i.e; Bidder who qualifies in the assessmentof the technical proposal, shall be eligible for competing the Financial bid.Accordingly, the Financial bids of only those Bidders who pass the TechnicalEvaluation shall be opened on the scheduled date and time.

10.2. Provision for appeal and itsdisposal

i. Intending Bidder not satisfied with the decision of the Tender AcceptingAuthority (TAA) may prefer an appeal to the Managing, West Bengal ForestDevelopment Corporation Limited, AranyaBikash, KB-19, Sector-III, SaltLake, Kolkata-700106, in writing (through speed post) within two workingdays after the date of uploading of the summary list of the successful bidders.Copy of such appeal should also be sent to the Tender Inviting Authority.

ii. The Appellate Authority will dispose of such appeals by hearing the aggrievedBidders as well as consulting with the Tender Accepting Authority within areasonable time and the Bidder will be informed accordingly.

11. OPENING ANDEVALUATION OF FINANCIALPROPOSAL:

i. Financialproposalsoftheonly those Bidders declaredtechnically eligible by theTender Accepting Authority, willbeopenedelectronically fromthewebportalstatedinClause 3.2ontheprescribeddate.

ii. The encryptedcopieswillbedecrypted andtherateswill bereadout to the bidderspresentat that time.

iii. After evaluationof Financial Proposal, as laid out in clause 12.2,bythedesignated authority or Committee, ranking of the Bidders will be doneasdetailed in clause 12.3 and final result uploaded in the website, which inter-alia will contain,nameofBiddersandtheratesquotedby them againstthe tendercall.

iv. The Tender Accepting Authority, if required, may ask any of the Bidders tosubmit analysis to justify the rate quoted by that Bidder and the Bidder has tosatisfy the Tender Accepting Authority within the time frame allowed. In caseit is not received within the stipulated time, the tender will be liable forrejection.

10

12. NORMS FOR FINALISATION OF THE BIDS:

The Evaluation of the tender will be done by a Committee, based on the principle ofQuality cum Cost Based Selection (QCBS). The details of the process are describedbelow:

The evaluation of the proposal shall be carried out in two stages.

In the first stage, evaluation of the technical proposal will be taken up. Proposals whichare received unsigned, or are incomplete (i.e. when the required bid formats and/ orsupporting documentshave not been submitted), will be summarily rejected as non-responsive.

In the second stage, evaluation of the financial proposal of the technically qualifiedbidders will be taken up as described in clause 12.2.

The weightage assigned for bids is Technical bids : Financial Bids =75:25. The finalassessment will be based on the 75% of Technical + 25% of Financial scores.

12.1 Evaluation of Technical bids

The Technical Bid will be examined by a Committee to be constituted by theManaging Director, West Bengal Forest Development Corporation (WBFDC) Ltd.Evaluation will be done on the basis of the evaluation criteria and the pointssystem specified in clause 12.1.1 in the NIT.

12.1.1 Technical Bid Evaluation Criteria:

Sl Criteria / Sub-criteria Max.Marks

DOCUMENTARYPROOF

A Establishment of the firm relevant to theassignment

Firm ConstitutionCertificate issued byInstitute of CharteredAccountants of India

Date of establishment (< 10 yrs =0 marks, 10-15 yrs= 5marks, >15 years=10 marks)

10

B Experience of the firm in similar assignmentsof Forest during the last 10 years

Copies of the WorkOrders

2 mark for each project 10C No. of Partners Copy of Firm

RegistrationCertificate< 3 Nos. =0 marks, 3-5 Nos.= 6marks, >5Nos.=10 marks

10

D No of Qualified CAs/CMAs Firm ConstitutionCertificate

(< 2 Nos. =0marks, 2-5 Nos. = 10marks, >5Nos.=15 marks)

15

E No of Semi Qualified CAs/CMAs Pass Certificate< 4 =0 marks,5-10 = 6 marks,>10 =10 marks 10

11

Sl Criteria / Sub-criteria Max.Marks

DOCUMENTARYPROOF

F Average Annual Turnover Audited Balance Sheet< 50 lakh = 0 marks,>50 lakh <75 lakh = 10marks,>75 lakh< 1.0 crore = 15 marks, > 1.0crore = 20 marks

20

G Experience in Audit of PSUs Appointment Letters3 marks for each Project 15

H No of Article Clerks

<3 = 0 marks, >3<5 = 5 marks, >5 = 10 marks 10

Maximum technical score (St) 10012.1.2 The Technical Committee may seek clarifications from the bidders if necessary.

The primary function of clarifications in the evaluation process is to clarifyambiguities and uncertainties arising out of the bid documents. The Committeemay seek inputs from professional, technical faculties in the evaluation process.However, no additional documents will be allowed to be submitted by the bidderafter the formal submission of the bid and the clarifications, if any, have to beprovided from documents already submitted.

12.1.3 Each Technical Bid will be evaluated on the basis of the points mentioned in Para12.1.1 above, against a maximum achievable score of 100.

12.1.4 Bidders securing Technical score of 60 or above, will qualify for theevaluation in the financial bid. In exceptional circumstances, to be recordedin writing, the Evaluation Committee may recommend lower/higherqualifying marks.

12.2 Evaluation of Financial bids

The Financial Bids of the technically qualified bidders will be evaluated as per theevaluation criteria mentioned below:

a. The total Financial score for evaluation of financial bids is 100.b. The list of Bidder will be ranked in ascending order, i.e. the Bidder who

quoted the lowest amount (L1) will be ranked first and so on. For the purposeof this tender the participating bidder who would quote the lowest grossamount as Financial quote, will be ranked L1 and will be assigned 100 points.Other bidders, viz: L2, L3 etc. will be compared against the financial quote ofthe L1 and points assigned accordingly. For example, if the quote of L1 isRs.200/- and that of L2 is Rs.400/-, then L1 will be awarded 100 points(maximum) and L2 will be awarded (200/400) x 100 = 50 points.

12.3Ranking of the bidders

Being QCBS, the ranking of bidders will be done on 75:25 = Technical: Financial asfollows:

12

Total Score Secured = 75% of Technical score + 25% of Financial score

The bidder securing the highest total score will be ranked 1st and will be selected for theassignment. The summary result sheet will be published in the website mentioned in para3.2 as well as in the web site of WBFDC Ltd. - www.wbfdc.com.

13. AWARD OF CONTRACT:

13.1Letter of Acceptance

After selection of the successful bidder, a Letter of Acceptance of tender will be issued tothe successful bidder by the Tender Inviting Authority.

13.2 Signing of Agreement

a. The successful bidder should execute an agreement for the fulfilment of thecontract with the Corporation at the time of execution, within one week from thedate of receipt of the Letter of acceptance issued by competent authority. If thesame is not executed within one week, the tender may be held as non-responsive.

b. The expenses incidental to the execution of the agreement should be borne bythe successful bidder.

c. Thecontractagreement for internal audit will initially be for one year fromthe date of signing,which would be extendable under the same terms andconditions upto 3 years, based on performance, on yearly basis. Anescalation of cost to the tune of 10% shall however be admissible for eachsubsequent year, calculated over the base cost of 2017-18.

13.3 Security Deposit

a. The successful bidder shall deposit a refundable security,equivalent to 10% onlyof the accepted financial rate.

b. The Security shall be deposited in the form of demand draft favouring,WestBengal Forest Development Corporation Ltd., payable at Kolkata, withinoneweek from the date of receipt of the letter of acceptance issued by theTenderInviting Authority.

c. If the accepted Bidder fails to furnish the Security Deposit within the above saidperiod, his tender will be held void.

d. The Security Deposit furnished by the bidder in respect of his tender will berefunded to him at the end of the contract period subject to submission of alldeliverables in required norms and subject to satisfactory performance.

e. The Earnest Money Deposit may,on specific request of the successful Bidder,be adjusted with the Security Deposit

f. Security Deposit will be released after 90 days (3 months) from the date of finalpayment to the successful Bidder. In case of any irregularity, or violation of theterms and conditions of the contract agreement, the Security Deposit will beforfeited in addition to any legal action as deemed fit & required.

13.4 Issue of Work Order

13

After the execution of the agreements and after receipt of the Security Deposit, theTender Inviting Authority will issue the formal Work Order to the successful bidder.

13.5 Execution of Work Order

The successful bidder should nominate and intimate to the Tender Inviting Authority thename of a Team Leader(s) specifically to handle the assignment. The successful biddershould ensure that the Team Leader(s) is/are fully familiarized with the terms andconditions of the Tender, Scope of Work and the guidelines.

13.6 Assigning of Tender in whole or in part

The successful bidder shall not assign or make over the contract, the benefit or burdenthereof to any other person or persons, organization or firm. He shall not underlet orsublet to any person(s) or body corporate for the execution of the contract or any partthereof.

14. RETURN OF EARNEST MONEY TO UNSUCCESSFUL BIDDER(S):

For return of the Earnest Money of the unsuccessful bidder(s), he/she/they is/are toapply for the same to Chief Accounts Officer, West Bengal Forest DevelopmentCorporation Ltd., AranyaBikash, KB-19, Sector-III, Salt Lake, Kolkata-700106,giving the reference to the work, NIT No., date of tender, amount andwith detailof the Demand Draft. The Earnest Money of all bidders other than the successful biddermay be refunded, after expiry of fifteen days from the date of issue of work order to thesuccessful bidder.

15. PAYMENT:

15.1 The quantum of work and the time schedule indicated in the NIT should be strictlyfollowed otherwise no payment will be released.

15.2 Schedule of payment

The Tender Inviting Authority shall pay to the successful bidder as remuneration for theservices in stages.

The schedule of payment shall be as follows:

Deliverables Stage Payment RemarksHalf YearlyReport ofHead Office

On Submission ofreport of each Halfyear

30% of theamount quoted forHead Office

To submit tworeports foreach FY.

On Acceptance ofreport of each Halfyear

20% of theamount quoted forHead Office

Half Yearly On Submission of 30% of the To submit two reports for

14

Report ofDivisions&DesignatedDivisions

report of each Halfyear

amount quoted forDivisions

each FY.

On Acceptance ofreport of each Halfyear

20% of theamount quoted forDivisions

Half YearlyReport ofRanges andDesignatedRanges

On Submission ofreport of each Halfyear

30% of theamount quoted forRanges

To submit two reports foreach FY.

On Acceptance ofreport of each Halfyear

20% of theamount quoted forRanges

15.3. Payment in case of termination

In case the agreement is terminated earlier, fees shall be paid to the successful bidder forthe actual services rendered and accepted by the Tender Inviting Authority as per stagesreferred to in para 15.2. Provided that in such case the Security Deposit will be forfeitedin addition to any legal action as deemed fit & required.

16. TERMINATION OF SERVICES:

The Tender Inviting Authority reserves the right to terminate the services of the bidder, ifit finds the work unsatisfactory at any stage during the contract period, by giving a noticeof fifteen (15) days. The firm shall then be paid for the work completed, as per the feesquoted, till that stage of the assignment on pro-rata basis.

17. FORCE MAJEURE:

The Bidder appointed for the work shall not be considered in default, if delay in deliveryoccurs due to causes beyond his control such as natural calamities, civil wars, fire, strike,frost, floods, riot and acts of unsurpassed power. In the event of delay due to such causes,the delivery schedule will be extended for a length of time equal to the period of forcemajeure or at the option of the Tender Inviting Authority, the order may be cancelled.Such cancellation would be without any liability whatsoever on the part of theCorporation.

18. OTHER IMPORTANT CONDITIONS:

1. The Bidder shall not make any deviation, alteration, addition or omission fromthe approved TOR without the prior written consent of the Tender InvitingAuthority.

2. The Bidder shall not assign, sublet or transfer his interest in the work withoutthe written consent of the Tender Inviting Authority.

3. Bid Validity: The work order will be issued within 120 days from thedeclaration of the final results during which the bid shall remain valid.

4. Penaltyfor suppression /distortionof facts: If any bidder fails to produce theoriginal hard copies of the documents (especially Completion Certificates andaudited balance sheets), or any other documents on demand of the TenderAccepting Authority (TAA) within a specified time frame or if any deviation isdetected in the hard copies with the information submitted in electronic format,

15

or if there is any suppression of relevant fact or facts, the bidder will besuspended from participating in the tenders on e-Tender platform of theWest Bengal Forest Development Corporation (WBFDC) Ltd.for a period of 3(Three) years. In addition, his Earnest Money Deposit will stand forfeited.Besides, the Tender Inviting Authority may take appropriate legal action againstsuch defaulting bidder.

5. Summary rejection of tender: Conditional and incomplete tender, and tendersreceived after due date are liable for summary rejection.

6. Power to accept or reject tenders: The Managing Director, West BengalForest Development Corporation (WBFDC) Ltd. or his authorisedrepresentative, being the Tender Inviting Authority reserves the right toaccept/reject any or all the offers or cancel the Tender without assigning anyreason thereof, in the best interests of the Corporation.

7. All expenses in preparation and submission of the offer and visit to the site,attending the tender procedure or otherwise shall be borne by the bidders.

8. Legal disputes –Jurisdiction: Disputes if any, arising out of the Tender shallbe within the jurisdiction of the courts situated in Kolkata, West Bengal.

9. Nomobilization/securedadvancebill will beallowed.10. In case any clarification is required, the interpretation of the Managing

Director, West Bengal Forest Development Corporation (WBFDC) Ltd.or hisauthorized representative will be final.

19. SCHEDULE OF DATES FOR E-TENDERING:

Sl.No.

Activity Date & Time

1. Publishing Date 01.12.2016

2. Document Download start date 01.12.2016from 06.00 P.M.

3. Document Download End date 24.01.2017upto 2.00 PM

4. Bid submission start date 01.12.2016 from 6.00 P.M.

5. Bid submission end date 24.01.2017 upto5.00 PM

6. EMD physical submission end date 25.01.2017 up to 5.00 P.M.

7. Technical Bid opening date 27.01.2017at 11.00A.M.

8.Uploading of Technical Bid Evaluationsheet

To be notified later

9. Financial Bid opening date To be notified later

10.Uploading of Financial Bid evaluationsheet

To be notified later

11. Declaration of the Successful Bidder To be notified later

Managing Director,West Bengal Forest Development Corporation

Ltd.

16

FORM-1

APPLICATION FOR TENDER

ToThe Managing Director,West Bengal Forest Development Corporation (WBFDC) Ltd.AranyaBikash, KB-19, Sector-III, Salt Lake,Kolkata-700106

NITNo:- …………………………………....……

Project Name-Appointment of Internal Auditor for F.Y2017-18

Dear Sir,

Having examined the Statutory, Non statutory & NIT documents, I/we hereby like tostate that I/we wilfully accept all your conditions and offer to execute the works as perNIT no. and Serial no. stated above.

We also agree to remedy the defects,after/during execution of the above work inconformity with the conditions of contract, specifications, bill of quantities and addenda.

Dated this ________ day of _________________ 201___

Full name of applicant: _____________________________________

Signature: _____________________________

In the capacity of: ____________________________Duly authorized to sign bidsFor & on behalf of (Name of Firm): _____________________________________(In block capitals or typed)

Office address:

Telephone no(s) (office): ______________________________

Mobile No: _____________________________

Fax No: ______________________

E mail ID: _______________________________

Date ……………….Signatureofthe Authorised Signatory

On behalf of the bidder

17

FORM-2

CertificateregardingSummaryStatementofYearlyTurn-over

Thisistocertifythatthefollowingsummary statementhas been prepared from the BalanceSheet for the past three years (2012-13, 2013-14,2014-15).

Sl. No Financial Remarks

Year Turn-over inRs. lakh(Twodigit after decimal)

1 2012-2013

2 2013-2014

3 2014-2015

Total

AverageTurnover: InRs.

Note:

(i) Average turnover is to be expressed in lakh of rupees, rounded up to two digitsafter decimal.

(ii) Average turnover for 3 years is to be obtained by dividing the total turnoverby3.0.

(iii) Please annex the certified Balance Sheet of the last three FY (2012-13, 2013-14, 2014-15)

Date ……………….SignatureoftheAuthorised Signatory

On behalf of the bidder

18

FORM-3

DeclarationagainstCommonInterest

I/We,Shri/Smt. …………………………………,theauthorized signatoryonbehalfof.. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . . . .. .. .. .. . . .. .. .. .. .. .. .. .. .. .. . .. ..(name of firm)doherebyaffirmthat, I/We/anyofthemberof.....................................................................................biddingagainstNITNo.............................................donothaveanycommoninterestasapartneronanypartnershipfirm/jointventureofanyotherfirminthesameworkI/Wewanttoparticipate.

……..............................................Date:

Signatureofthe Authorised SignatoryOn behalf of the bidder

19

FORM-4

Experience Profile

Name of Company/Organisation audited

Address of the Company /Organisation audited

Period ofAudit

TotalContract

Value (Rs.)

Whethercompleted

(Y/N)

[Note: Attach copies of Work Orders and Final Payment Certificate against completedworks]

……..............................................Date: ..............................

Signature ofthe Authorised SignatoryOn behalf of the Bidder

20

FORM-5

General Information about the Firm

1. Name of the Firm

2. Firm Registration Number

3. Head Office Address,Landline …..……………Mobile…………………Email………………………………………

4. Branch Office/s Address in West BengalPhoneNo……………..….Mobile…………………Email………………………………………………

5. Partner In Chargei. Name

ii. Address

iii. Emailiv. Mobile

6. PAN

7. Service Tax Registration No

I ____________________________________________ authorized partner of the firm certify thatthe above information is true & genuine. If appointed as internal auditor, my firm will abide by therules of the company in respect of maintaining secrecy of data /information.

Date:

PlaceName of Partner:________________MembershipNo_________________________

FORM 6Details of No. of team to be deployed with details of personal in each team

No. ofteam

Name of the teamleader/support staff of

the team

Qualified Semi- Qualified Audit Experiencespecially in

Forest Account

Duration of Audit

HO Division Range

1 2 3 4 5 6Team 1

Team 2

Team 3

Team 4

Team 5

Team 6

Team 7

Signature of Authorised

ANNEXURE - 1

Tender Inviting Authority- The Managing Director, West Bengal Forest Development Corporation Ltd.Nature of Work- To conduct Internal Audit of Head Office& Divisionsincluding Designated Divisions, Ranges& Designated Ranges of West

Bengal Forest Development Corporation Ltd.during 2017-18Estimated Rate - Rs.6,80,000/-Contract No. - NIT NO. - WBFDCL/NIT 01 (e)/2015-16

Bidder Name-

This BOQ template must not be modified /replaced by the bidder and the same should be uploaded after filing the relevant columns,else the Bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only.

SL.NO

Description of Work EstimatedRate

Units to beAudited

Frequencyof audit

Financial Quote exclusive of all taxes

In Figures(against eachauditing unit)

In Words (for total figureonly)

1. To conduct InternalAudit During 2017-18of -

(Frequency of Audit-Half-Yearly)

1. Head Office (HO)2. Divisions (DIV)3. Designated Divisions

(DDIV)4. Ranges (RN)5. Designated Ranges

(DRN)

Rs6,80,000/-(Consolidated for thewhole year)

1. HO -1 no.2. DIV -8 nos.3. DDIV - 18 nos.

4. RN - 43 nos.5. DRN –118 nos.

Half-Yearly.X 2 Half

Once in ayear

_______________Total:

ANNEXURE - 2

A. List of Divisions

Sl.No.

Division HeadQuarter

1 Alipurduar Forest Corporation Division Alipurduar2 Jalpaiguri Forest Corporation Division Jalpaiguri3 Kalimpong Forest Corporation Division Kalimpong4 Siliguri Forest Corporation Division Siliguri5 Bankura Forest Corporation Division Bankura

6 Kolkata Forest Corporation Division Kolkata

7 Medinapore Forest Corporation Division Hizli8 Purulia Forest Corporation Division Purulia

B. List of Designated Divisions

Sl.No.

Division DesignatedDivision

Head Quarter

1 Alipurduar Forest Corporation Division Coochbehar Coochbehar2 Jaldapara Wildlife Coochbehar3 Jalpaiguri Forest Corporation Division Jalpaiguri Jalpaiguri4 Siliguri Forest Corporation Division Baikunthapur Siliguri5 Kurseong Dowhill, Kurseong6 Bankura Forest Corporation Division Bankura North Bankura7 Bankura South Bankura8 Panchet Bishnupur9 Durgapur Durgapur

10 Burdwan Burdwan11 Birbhum Suri12 Medinapore Forest Corporation Division Kharagpur Kharagpur13 Midnapur Midnapur14 Jhargram Jhargram15 Rupnarayan Midnapur16 Purulia Forest Corporation Division Purulia Purulia17 Kangsabati North Purulia18 Kangsabati South Purulia

C. List of Ranges

Sl.No.

Division Range Head Quarter

1 Alipurduar Forest CorporationDivision

Damanpur Range Damanpur2 Rajabhatkhawa Range Rajabhatkhawa3 Chilapata Range Chilapata4 Attached Range Alipurduar5 Jalpaiguri Forest Corporation

DivisionMadarihat Range Madarihat

6 Moraghat Range Moraghat7 Chalsa Range Malbazar8 Attached Range Jalpaiguri9 Kalimpong Forest Corporation

DivisionKalimpong Range Kalimpong

10 Pankhasari Range Algarah11 Lava Range Lava12 Lolegaon Range Lolegaon (Kafer)13 Chel Range Bagrakot14 Noam Range Manabari15 Neora Range Gorubathan16 Samsing Range Samsing17 Jaldhaka Range Jaldhaka18 Darjeeling Range Darjeeling19 Attached Range Kalimpong20 Siliguri Forest Corporation

DivisionMill Range Siliguri

21 Salugarah Range Salugarah22 Plains Range Siliguri23 Joinery & Carpentry Range Siliguri24 Attached Range Siliguri25 Bankura Forest Corporation

DivisionBeliatore Range Beliatore

27 Taldangra Range Taldangra28 Bishnupur Range Bishnupur29 Attached Range Bankura30 Kolkata Forest Corporation

DivisionSalt Lake Range Salt Lake Kolkata

31 Marketing Range Salt Lake Kolkata32 Attached Range Salt Lake Kolkata33 Law Cell Range Salt Lake Kolkata34 Medinapore Forest

Corporation DivisionHizli Range Hizli

35 Lodhasuli Range Lodhasuli36 Godapiasal Range Godapiasal37 Chanderkona Range Chanderkona Road38 Medinapore Range Medinapore39 Attached Range Hizli40 Purulia Forest Corporation Raghunathpur Range Raghunathpur

41 Division Barabazar Range Barabazar42 Balrampur Range Balrampur43 Attached Range Purulia

D. List of Designated Ranges

Sl.No.

DesignatedDivision

Designated Range Head Quarter

1 Coochbehar Coochbehar-I Coochbehar2 Pundibari Pundibari3 Jaldapara Wildlife Chilapata Chilapata4 Madarihat Madarihat5 Kodalbasti Kodalbasti6 Attached Forest Range Coochbehar7 Jalpaiguri Dalgaon Birpara8 Moraghat Gairkata9 Nathua Nathua

10 Lataguri Lataguri11 Chalsa Chalsa12 Ramsai Ramsai13 Diana Carron14 Banarhat Banarhat15 Attached Forest Range - II Jalpaiguri16 Baikunthapur Salugarah Siliguri17 Dabgram Dabgram, Siliguri18 Ambari Ambari19 Belacoba Belacoba20 Targhera Targhera21 Apalchand Kathambari22 Attached Forest Range Siliguri23 Kurseong Bagdogra Bagdogra24 Panighata Panighata25 Tukriajhar Tukriajhar26 Bamanpokhri Bamanpokhri27 Bankura North Bankura North Bankura28 Gangajalghati Gangajalghati29 Radhanagar Radhanagar30 Patrasayer Patrasayer31 Sonamukhi Sonamukhi32 Beliatore Beliatore33 Barjora Barjora34 Chatna Chatna35 Saltora Saltora36 Attached Forest Range Bankura

Sl.No.

DesignatedDivision

Designated Range Head Quarter

37 Bankura South Bankura Bankura38 Indpur Indpur39 Kamalpur Kamalpur40 Khatra Khatra41 Simlapal Simlapal42 Pirrargari Pirrargari43 Sarenga Sarenga44 Motgoda Motgoda45 Fulkusuma Fulkusuma46 Ranibundh Ranibundh47 Hirbundh Hirbundh48 Attached Forest Range Bankura49 Panchet Bankadaha Bankadaha50 Bishnupur Bishnupur51 Joypur Joypur52 Onda Onda53 Taldangra Taldangra54 Revenue Range Bishnupur55 Durgapur Ukhra Laudoha56 Asansol Rupnarayanpur57 Attached Forest Range Durgapur58 Burdwan Durgapur Durgapur59 Panagarh Panagarh60 Guskara Guskara61 Attached Forest Range Burdwan62 Birbhum Rampurhat Rampurhat63 Md. Bazar Md. Bazar64 Suri Suri65 Rajnagar Rajnagar66 Dubrajpur Dubrajpur67 Bolpur Bolpur68 Attached Forest Range Suri69 Kharagpur Hizli Hizli70 Belda Belda71 Kalaikunda Kalaikunda72 Nayagram Nayagram73 Chandabila Chandabila74 Keshorrekha Baligeria, Keshorrekha75 Attached Forest Range Ghagra, Kharagpur76 Midnapur Arabari Arabari

77 Bhadutala Bhadutala

Sl.No.

DesignatedDivision

Designated Range Head Quarter

78 Chandra Chandra79 Chandrakona Chandrakona80 Godapeasal Godapeasal81 Lalgarh Lalgarh82 Midnapur Midnapur83 Nayabasat Nayabasat84 Pirakata Pirakata85 Attached Forest Range Midnapur86 Jhargram Jhargram Jhargram87 Jamboni Jamboni88 Gidhni Gidhni89 Parihati Parihati90 Silda Silda91 Manikpara Manikpara92 Lodhasuli Lodhasuli93 Gopiballabpur Gopiballabpur94 Hatibari Hatibari95 Revenue Midnapur96 Rupnarayan Garhbeta Garhbeta97 Amlagora Amlagora98 Hoomgarh Hoomgarh99 Goaltore Goaltore

100 Mahalisai Mahalisai101 Attached Forest Range Midnapur102 Purulia Kotshila Kotshila103 Ajodhya Ajodhya104 Matha Matha105 Arsha Arsha106 Balrampur Balrampur107 Jhalda Jhalda108 Attached Forest Range Purulia109 Kangsabati North Raghunathpur Raghunathpur110 Kashipur Kashipur111 Hura Hura112 Puncha Puncha113 Puruliapara Raghabpur114 Attached Forest Range Purulia115 Kangsabati South Manbazar-I Manbazar116 Manbazar-II Boro117 Barabazar Barabazar118 Attached Forest Range Purulia