You are on page 1of 20

Annexure-I

The appointment for the pre-audit assignment will be made for a period of one year from the
December 2021 as per below mentioned details

Scope of Work
1. Various schemes of Rural Development of Central and State Governments are being
carried out through the District Rural Development Agencies (DRDA) and District
Watershed Management Unit. There are 33 DRDAs and 33 DWDU. (Likely to 33 Districts
and 251 Talukas). All 33 districts divided in to five (5) Zones as per Annexure-IV. Normally
the fund of CSS (Centrally Sponsored Scheme) is received through PFMS by Commissioner
of Rural Development (CRD) and credited to SNA (Single nodal account). While the State
scheme fund is received by Commissioner of Rural Development by drawing bills from the
Treasury office, Gandhinagar and then routed to respective DRDAs electronically and
through RTGS.

2. In order to ensure proper utilization of funds and for better control a uniform and efficient
system of pre-audit by chartered accountant firm was introduced in DRDAs since 2017.

3. The C.A. firm engaged for pre-audit (pre-auditor) will ensure that all the expenditure
excluding pay & allowances, telephone bill, electricity bill (these bills will be audited after
payment) is transacted only after the process of pre-audit. Accounts officer of respective
DRDA will ensure that said aspect.

4. The pre-auditor shall ensure that all the payment bills of pay allowance, telephone bill,
electricity bill should be post audited. Orders are made, bills are cleared and cheques are
issued and FTOs are generated only after the pre-auditor certifies that the payment is in
accordance with the scheme guidelines of Central/State Govt., instructions, G.Rs.,
Circulars, orders of Rural Development Department or the Commissionerate. Wherever
the powers are delegated to Governing Body or Chairman of DRDA, the pre-auditor shall
ensure that the payment is in accordance with these orders.

5. The pre-auditor shall also ensure that the resolution of Governing Body of DRDA, the
decision of the chairman/ Director DRDA having financial implications do not violate or
contravene any of the instructions of Central/ State Govt. or Commissionerate of Rural
Development. If the pre-auditor comes across any such resolution/decision which is in
violation of a rule or guideline etc., the same shall be immediately brought to the notice
of the CRD.

6. The pre-auditor should be well conversant with all the schemes/ guidelines/G.R.s/
circulars, standing instructions, orders issued from time to time by Central /State
Government as well as Commissioner, RDD.

7. The nature of work of pre-auditor and the checks applied, while pre-auditing any
expenditure voucher or bills will be similar to that of District Treasury officer/ Pay &
Accounts Officer, while passing any bills/vouchers of expenditure from other offices.
8. Each District will be treated as a unit and District will not be divided between two or more
C.A. firms for this assignment.

9. The pre-auditor shall place at least one qualified CA as audit team leader (being an
authorized representative of the firm) along with team members having qualification of
M. Com (with advance account and auditing), or B Com (with minimum 55% of marks with
accounts and auditing as a main subject) with minimum experience of one year of audit
and with working knowledge of computer. The CA firm will depute other personnel
(Technical or non-technical) considering the volume and nature of work. The Audit team
leader will coordinate and organize the activities of pre-audit at each district and block
level. further, Authorized chartered accountant will sign with rubber stamp of the firm on
each bill as a mark of pre-audit done.
10. The audit team shall visit DRDA office and Block office (IRD branch) on a regular basis
throughout the year in such a manner that each office is covered at least twice a week
depending upon the requirement of the district including the block level activities.
Records of the particular office cannot be taken away outside the office for pre-audit work
by the pre-auditor.

11. No bill or voucher should remain pending for more than three days. The pre-auditor shall
devise a system of pre-audit and deployment of manpower including their rotation within
the district and its blocks in such a manner that the bills are cleared not later than three
days after their presentation.

12. Objections, if any, shall be raised at single point right in the beginning. The bills will be
passed only after compliance of all the points raised by the pre-auditor. However, raising
fresh queries on the same bill in its subsequent presentation shall be avoided. The pre-
auditor should present a summary of objections raised at the district and block level to
the Director, DRDA regularly on a monthly basis.

13. It will be the responsibility of the pre-auditor to carry out fast, prompt, accurate and
correct pre-audit.

14. The pre-auditor will submit the audit report in the prescribed format and also will make a
power point presentation on quarterly basis before Chairman & DDO of the respective
district office mentioning the findings and the work done by them during the particular
quarter. The audit report and presentation should mention the no. of bills checked along
with individual and total amount of bills, the number of bills and amount of bills in which
irregularities are found, details thereof, the person responsible for that, time taken in
checking the Bills etc. The audit report and the presentation will be duly submitted along
with the bill submitted by C.A. Firm at the end of each quarter. Bill will be paid after
completion of presentation and submission of relevant certificates and documents.
Further, copy of audit report, presentation, relevant certificates and documents should
also be sent to the CRD office, Gandhinagar for each quarter.

15. The pre-audit should be carried out independently without any influence/pressure from
any of the DRDAs or other offices. It may be clearly noted that for the purpose of pre-
audit, the auditors will be appointed directly by C R D office, Gandhinagar and shall be
accordingly accountable to CRD office, Gandhinagar. The pre-audit work should be carried
out in an objective, impartial and fair manner.

16. The appointment of pre-auditor will be made from the date of awarding the contract and
the work of pre-audit will start from the date mentioned in the letter of awarding the
contract. If required, pre-auditor has to do post audit as per instructions given by CRD
office.

19 The pre-auditor shall raise their bills for fees on quarterly basis at CRD office, Gandhinagar
along with pre-audit report, presentation and other necessary enclosures and on getting
the approval of the same, necessary intimation of approval and payment will be
communicated to the concerned DRDA office.

20 Work of pre-audit in DRDAs will start immediately on issuance of letter of appointment.


The personnel of the C.A. Firm should be in position to start the work immediately on
intimation regarding appointment. Personnel of the Pre-audit firm must be conversant
with the Government rules, procedures, guidelines etc.

21 The pre-auditor shall provide the details and documentary evidences of qualifications of
authorized Chartered Accountant and other staff to be deployed for this assignment to
the concerned districts and CRD office, Gandhinagar in advance before starting work.

22. Any further clarification on the scope of work can be obtained from CRD office through
written communication.

23. The pre-auditor shall carry out the assignment in accordance with the highest standard
of professional and ethical competence and integrity as prescribed by the Code of
Conduct and Code of the Institute of Chartered Accountants of India, New Delhi, and
instructions and circulars of finance department GOG on the subject matter having due
regard to nature and purpose of the assignment, and shall ensure that the authorized
deputed Chartered Accountant and other staff perform the services under this
Agreement and conduct themselves in a manner consistent herewith.

Pre-auditor shall maintain audit book in the appropriate format in triplicate, duly
authorized by DRDA office and as and when the book is completed, pre auditor has to
handover it to the DRDA office.

24. The authorized Chartered Accountant of pre-audit firm shall certify on all bills/vouchers
that such bills/vouchers are appropriate and valid for payment and be submitted over
one page of audit book with the pre-audited bill/voucher to concerned DRDA office for
further process of payment.

25. The pre-auditor is required to undertake physical verification of at least 10% of the
physical assets created/works from the fund of Rural Development Department under
each scheme (State/Central) for every year, on the random selection basis considering
the auditing pronouncements and auditing standards prescribed by the ICAI. e.g. If under
PMAY, 1000 awaas are constructed in a particular year, 100 awaas must be verified
physically.
Further, firm will also be required to carry out the physical verification of the physical
assets created/works undertaken by particular DRDA office upon specific instructions in
this regard and as directed by the CRD office, Gandhinagar. As a part of physical
verification, photograph of the same must be submitted to respective DRDA office every
month with comments of usage, quality, fulfillment of conditions and compliance of
guidelines w.r.t. the assets created/work done in prescribed format.

This report of physical verification must be part of audit report and presentation to the
CRD & DDO and must be submitted separately to both the CRD & DDO offices. If any
irregularity is noticed it must be immediately and directly reported to the Add.
Commissioner or Commissioner cum Secretary of Rural Development in sealed cover.

26. Pre-auditor should check all matters and aspects like uploaded photographs and other
evidences before the work done, ongoing work and after the completion of work, as
required resolution by GRAMSABHA in particulars in web portal and as required by the
guidelines of the particular scheme etc.

27. All incharge DRDA office and accounts officer/ including employee/ officer incharge
thereof will ensure strict compliance of above mentioned points and conditions w.r.t. pre-
audit assignment. In case of any lapses-defects noticed, reported or observed w.r.t said
task, concerned incharge of DRDA and the officer/employee incharge of particular
scheme and carrying functions related to the scheme will be held responsible for the
same.

28. Further information about CRD office, DRDAs and their activities may be viewed on
thewebsite www.ruraldev.gujarat.gov.in
Annexure-II

Terms and Conditions


A. General Conditions
A-1 Bid Procedure
1. The evaluation of the proposals will be made as per the pre decided minimum eligibility
criteria as mentioned in the clause A-2 of this Annexure, documents submitted as per
Annexure – V and online fees quoted as per format mentioned in Annexure-IV.

2. Any undue influence of any type may disqualify the bidder and the bid will be outright
rejected.

3. The C.A. firm will submit the proposal for one or more districts of particular zone
mentioning the fees for the district applied under the particular zone. CA firm will be
selected on the basis of technical as well as on the basis of financial evaluation. The
Commissioner Rural Development will allot maximum six districts falling under maximum
two zones to the qualified CA firm.

In case if same CA firm qualifies for more than six districts, work of the remaining districts
of the particular zone/zones will be allotted to the L - 2 CA firm of respective
district/districts at L – 1 prices. If L2 CA firm denies the allotment, L3 firm will be
approached and offered for carrying out the assignment of respective district at L1 prices.
This process will be followed on till the allotment of all districts.

CRD office may also change the criteria of allotment of maximum six districts within two
zones and make more allotment of districts in more than two zones to L1 CA firm, if it is
deemed appropriate and in the interest of organization.

In all such cases, CRD office will also consider the manpower force of the C A firm and
other relevant factors while making decision in this regard. The decision of the
Commissioner regarding distribution and allotment of work will be final and binding on all
the CA firms.

4. Information regarding “TECHNICAL BID FOR DRDA PRE-AUDIT” shall be filled online on
the n-procure portal as well as hard copy of the same shall be sent in a cover marked as
above and shall contain the details as per format mentioned as Annexture-III and
attachment of all the documents mentioned in Annexture V. The Hard copy of technical
proposal along with necessary documents must be submitted by RPAD/Speed
Post/courier only and same must reach this office on or before Dt. 15/12/2021 upto
18.00 Hr. Proposal received after said date and time will not be considered. Schedule of
E tendering and submission of Physical documents is mentioned at Annexure-IX.

Firm will mention the amount of fees chargeable on yearly basis (including all charges,
but without GST) on line in the format online on the n-procure portal only. No physical
quotations are to be submitted. Such physical submission will not be considered in any
manner.

5. The technical bid will be opened first and will be evaluated by a committee of officers
mentioned in annexure-VII. The financial bid will be opened by the committee
mentioned in annexure-VII only in respect of those firms who possess minimum
eligibility criteria as per Technical Bid evaluation.

6. The documents as per annexure- V are to be attached with the physical copy of technical
bid for scrutiny of the proposal. Proposals without necessary documents will be rejected.

Each bidder will be required to submit Demand Draft of Rs. 2000/- as processing fees (for
each district applied) in the name of “Accounts Officer, Commissionerate of rural
Development Gandhinagar” along with the hard copy of the technical bid. The processing
fees are non-refundable. Proposals without submission of DD of processing fees shall not
be considered and no representation in this regard shall be considered.

9. The whole process of tendering can be cancelled without giving any prior notice or
intimation by Commissioner & Secretary of Rural Development.

10. The Validity of the bid will be of six months.

11. Refer the annexure-VIII for the details of 33 districts and number of blocks thereunder.

A-2 Eligibility Conditions


The C.A. Firm must at least possess the minimum eligibility criteria mentioned below.
Further, CA firm having eligibility criteria higher than the minimum eligibility criteria
mentioned below may also apply for this bid.
1. The pre-auditor who is executing statutory audit or Accounting works of a particular
district will not be qualified for the pre-audit of that particular district.
2. For this assignment, only those C.A. firms will be considered eligible which have their
registered office in Gujarat, and if such registered office is not in Gujarat, there must be
at least two full time Branch offices working in Gujarat for last 3 Years as evidenced by
firm card or any other valid Document issued by Institute of Chartered Accountants of
India
3. Further, the CA firm must have at least 2 (Two) Chartered Accountants either as
proprietor/ partners and/ or as paid Chartered Accountants as on Dt.31/3/2021 or before
the date of advertisement as duly recorded in the records of the ICAI.
4. The CA firm must have a gross receipt of Audit and attestation fees of more than Rs.7.00
(seven)lakh p.a. in any of the last three years as on 31/03/2021.
5. The C.A. Firms should have at least 3 years’ experience from its date of
establishment/registration.
6. The C.A. Firms should have at least 10 working audit staff. Articled and Audit clerks will
not be considered as audit staff.
7. The C.A. firm shall give undertaking that they have not been debarred or penalized for
any of the Government assignments.
8. Every bidder must send a DD of processing fee for Rs. 2000/- (for each District applied)
along with physical copy of technical bid, as part of submission of proposal.
9. The C.A. Firms who were relieved earlier from the pre-Audit works due to non-maintaining
the pre-Audit standards are not eligible to compete the bid.
10. The C.A. Firms left /disqualified /removed in the previous year/period, are not eligible to
bid for the current proposal.
11. As part of Technical Bid, the bidder firm shall submit all necessary documents. Technical
bid will be opened scrutinized and will be signed by committee of officers empowered by
the CRD.
12. The CA firm shall give declaration that no FIR has been lodged against their firm or any
partner of their firm or any of its employee in connection with professional work assigned
by Government and non-Government organizations/entities. No legal action has been
taken by any Government Authority/Government entity for negligence in carrying out
audit or misconduct while on audit.

13. Those CA firms which are continuously working as pre-auditor of any of DRDA offices for
last 5 years will not be considered eligible for assignment of work as per the provisions of
Finance department Circular No. JNV-1481-1701-KH dated 15.7.1981.

14. Bidder must be having registered head office or branch office within the respective
zone/zones for the district/districts applied under particular zone/zones. same should be
duly evidenced by the latest Firm card or any other document (before the date of
advertisement of this bid) duly issued by the Institute of Chartered Accountants of India.

A-3 Miscellaneous
1. In case of operational difficulties, the Commissioner and Secretary, Rural Development
may take steps including changes in conditions of assignment to remove such difficulties
without materially altering the scope of work or terms and conditions.

2. The Commissioner of Rural Development reserves the right of awarding this contract for
one or several or all districts forthwith or at his discretion may not award this contract at
all or may postpone the award of work for a reasonable time with regard to one or more
than one district.

3. The Commissioner, RDD, Gandhinagar will have power to remove CA firm from
assignment on being established that the pre-audit work is not being carried out by the
firm itself and/or by sub-letting to other CA firm. Penalties as deemed appropriate by the
CRD office will be imposed if the firm is noticed for subletting the work to other
agencies/firms.

B. Taxes and Duties


1. All the applicable taxes will be deducted from the payments. However, the amount of
GST shall be paid to the CA firm.
2. No other taxes shall be paid other than GST, unless otherwise specified in the
contract. The C.A. Firm and their personnel shall pay such taxes, duties, fees and other
impositions as may be levied under the applicable law, the amount of which is deemed to
have been included in the contract price
C. Commencement, Completion, Modification and Termination of
Contract
1. The appointment will be initially for one year. However, the appointment will be renewed
further for period of 12 months or any other appropriate period considering the
satisfactory performance of the Chartered Accountant firm.
2. The contract can be terminated from either side, by mutual understanding at any
time or after giving 45 days’ notice as the case may be to the concerned without
mentioning any reason. However, the decision of the CRD will be final and binding in this
regard. In case of any gross negligence, irregularity, laxity or misconduct on the part of
the C.A. Firm’s personnel or any of its partner/proprietor, the contract will be terminated
immediately and other actions as deemed appropriate will be initiated.

D. Payment of fees to the Pre Auditors


1. The payment of fees will be made by head office, CRD, Gandhinagar on a quarterly
basis only after obtaining Audit reports, presentations, relevant certificates (including that
of physical verification of assets/works) and other enclosures/documents from the
Director, DRDA of the District and the concerned Pre Auditor. further, Pre Auditor and
respective DRDA office will certify that:-
" All bills/ vouchers of District as well as block level are covered under pre-audit/post
audit and no bill/ voucher is left by pre-auditor and the same tallies with the number of
vouchers/bills and amount thereof mentioned in the cash book/bank book."
2. The Chartered Accountant firm will quote the rates only for the first year. In case of
renewal of the work for the second year, the pre audit fees will be decided mutually by
CRD, Gandhingar and CA firms for the period of renewal.

E. Obligations of the pre-auditor


1. The pre-auditor cannot assign this contract, or sub contract it, or any portion of it, to any
other C.A/ C.A. firm.

2. The C.A. Firm has to provide irrevocable bank guarantee equal to 10% of the total yearly
fees of all the districts/district allotted fee or Rs. 1,00,000 whichever is higher for the
period of 18 months as performance guarantee and same will be renewed for additional
period of 18 months for each period of renewal. In other words, BG shall be required to
be provided for period of renewal plus 6 months thereafter.

3. The pre-auditor shall remain present in coordination/ review meetings, and make
presentations as and when called and no additional fees shall be paid for that.
4. The C.A. Firm shall provide the photograph, details and documents of qualifications and
experience of the authorized Chartered accountant and its other personnel to be deployed for
this assignment.
5. The CA firm must depute the required number of personnel depending upon the requirement of
the DRDA Office and block level offices without charging additional fees, and ensure that the
authorized Chartered Accountant and personnel deputed remain present and carry out the pre
audit function in the allotted offices during office hours.
6. The C.A. Firm shall carry out the assignment in accordance with the highest standards of
professional and ethical competence and integrity as prescribed by the Code of Conduct and Code
of the Institute of Chartered Accountants of India, New Delhi, having due regard to nature and
purpose of the assignment, and shall ensure that the personnel assigned to perform the services
under this Agreement, will conduct themselves in a manner consistent herewith.

7. The CA Firm shall train their employees from time to time with the prevailing rules and regulations
of the various scheme carried out by the DRDA and any updations and additions of schemes.

8. The CA firm should provide full details with police report of firm's employees including authorized
Chartered Accountant who will work as pre-auditor at Taluka level, DRDA or at District level. The
firm should also provide firm's I-card to the concerned employees including authorized CA and a
photo-state copy of I-card of employees has to be provided to the concerned DRDAs and CRD
office. The pre-auditor shall invariably carry such I-card with him while going for the audit.

9. The CRD-Gandhinagar has power to call for CA firm's books of accounts and other records for
verification and/or to get verified to confirm the names of the employees and staff including the
authorized CA by whom the pre-audit work is being carried out /has been carried out. Pre-auditor
firm can change the pre audit staff with intimation of the same to the CRD office.

F. Confidentiality
1. The pre-auditor, their partners and the personnel of either of them shall not as part of
this assignment, disclose any proprietary or confidential information relating to the
project, the services, this contract, or the DRDA's or CRD's business or operations
without prior written consent of the C R D.
2. All reports and other documents submitted by pre-auditor shall become and remain the
property of the DRDAs and CRD, and the pre-auditor shall, not later than upon
termination or expiration of this contract, deliver all such documents and reports to the
DRDA and CRD together with a detailed inventory thereof. The pre-auditor may retain
a copy of such report and documents but shall not use these reports and documents for
purpose unrelated to this contract without prior written approval of the client.
3. The pre-auditor has to give an undertaking that all knowledge and information not within
the public domain which may be acquired during the execution of the assignment shall
be, for all time and for all purpose, regarded as strictly confidential and held in confidence,
and shall not be directly disclosed to any person whatsoever, except with the prior written
permission from the Appointing Authority.
G. Obligation of the CRD and DRDAs
1. DRDA will provide office space including furniture, fixture, electricity, computer system,
printer and accessories on sharing basis for Auditor.
2. DRDA will provide relevant guidelines, orders, resolutions GRs etc. bills, vouchers, books
of accounts and any other relevant records for verification of pre-audit.
H. Settlement of Disputes
1. The decision of the CRD in selection of the C.A. firm will be final. Deletion/termination of
name from the panel can be done by the Commissioner and Secretary, Rural
Development.
2. Any dispute w.r.t assignment including pre-audit of any bill/voucher between pre-auditor
and District Rural Development Agency will be resolved by the Additional Commissioner,
Rural development. The pre-auditor dissatisfied with the decision of the Additional
Commissioner may approach the Commissioner & Secretary, Rural Development and the
decision of the Commissioner & Secretary, Rural development will be final and binding
one.
3. For the purpose of the present work contract as well as for any matter arising there
under or connected therewith, the Court at Gandhinagar alone shall have jurisdiction.

I. Penalties
1. If Pre auditor leaves during the tenure of assignment without any proper procedure or
prior intimation, Bank guarantee and outstanding fees may be forfeited. The decision of
CRD is final in case of penalty.
2. In the event of gross negligence, irregularity, laxity or misconduct on the part of the pre-
auditor’s authorized C.A., the personnel or any of its partner, the pre-auditor's contract
may be terminated and the C.A. firm may get black listed at the discretion of the
Commissioner Rural Development which shall be communicated to all the Government
Departments and the Institute of Chartered Accountants of India for debarring such firm
from any assignment of any Government work. In such a case the C.A. of the C.A. firm
shall be severally and/or jointly directly responsible for the said matter and amount of
Bank guarantee shall be forfeited including outstanding fees.
3. The violation of any of the terms will invoke penalty. It will be the responsibility of the
pre-auditor to carry out fast, prompt, accurate and correct pre-audit. Failure to do so
leading to either undue delay, or laxity or failure to check irregular payments will make
the C.A. firm liable for being removed from the contract by the CRD after issuing 7 days’
notice as well as disciplinary action including the forfeiture of performance guarantee
amount or a portion there of. The decision of the CRD will be final.
4. The work shall be completed within the time frame or else penalty will be charged @
Rs.500/-per bill per day of delay after three clear working days from the date of
submission of bill to the pre-auditor on the basis of such details duly provided by
respective DRDA offices to CRD office.
5. In the event of termination of contract, as well as with mutual understanding, the C.A.Firm
is liable to repay the cost risk purchase to the Government. Government can forfeit the
Bank guarantee submitted by the C.A. Firm, the due fee but not paid and from other
sources.
6. In the event of noticing of the fact that the pre-audit work is being carried out by other
CA firm or sub-letting to other CA firm, Commissioner of Rural Development is
empowered to withdraw or cancel the work of pre-audit from that CA firm, forfeit the
indemnity bond / guarantee /security deposit and any dues on account of pre-audit work
with a notice of seven (7) days and may take further actions as deemed appropriate.

Terms & conditions, Scope of work and all other matters mentioned in the bid
documents are acceptable to and agreed by bidder Firm as per the details
mentioned below.

Date: Sign:

Seal of Office/ Proprietor/Partner Name& Designation:


Annexure-III
(Information in the below mentioned format to be filed on line on N procure
portal and further, hard copy of the same along with necessary documents
as per Annexure-V is to be sent physically)

FORMAT FOR TECHNICAL PROPOSAL


A technical proposal for Pre-audit work of -------------- DRDA ------------- Zone.

1. Name of the Firm: ______________________________________________

2. Registered address of Head office and Date of Establishment:


_____________________________________________________

_____________________________________________________

_____________________________________________________

3. Address of Branch Offices: a.________________________________ Date of establishment

b.________________________________ …………………………………

c.________________________________ …………………………………

P.F. Registration No. of the firm:_______________________________ …………………………………

4. Professional Tax Registration No: ______________________________

5. GST registration no : __________________________________


6. Total receipt of Audit & Attestation work (as per Income & Expenditure A/c, Balance sheet
attached-audited/provisional & certified along with IT return)
Year Fees of Audit & Attestation work
2018-19
2019-20
2020-21
7. Details of CAs as proprietor, partners or Paid CAs.
Sr. Name Designation Qualification Age Experience Date of
No. Joining

8. Details of other audit Staff. (articled and audit clerk will not be considered as staff)
Sr. Name Designation Qualification Age Experience Date of
No. Joining
9. Experience General:______________Years (From the date of Registration of firm)

10. Experience Government Audit:___________________________Years

11. List of Major Government Audits (Last three years- 2018-19, 2019-20, 2020-21):

__________________________ _____________________________

Certificates

I/We undersigned hereby certify that all the information mentioned above is true and correct.

Date: Sign:

Seal of Office/ firm Proprietor/partner Name & Designation:

Designation:
Annexure : IV

Format for Zone and district wise Financial Proposal

(To be submitted through on line mode on n-procure Portal)

Sr. No. Name of Name of District (with Taluka) Amount of Fees for the Year (In
Zone rupees) (Excluding GST )
1 1 Kutch(10),
2 Mehsana(10),
3 Patan(10),
4 Banaskantha(14),
5 Sabarkantha(8).
6 Arvalli (6)
7 2 Dang(3),
8 Navsari(6).
9 Valsad(6),
10 Surat(10),
11 Tapi(7),
12 Narmada(5).
13 3 Vadodara(8),
14 Bharuch(9),
15 Panchmahal(7),
16 Dahod(9),
17 Chhota Udepua (6)
18 Mahisagar (6)
19 Anand(8).
20 4 Ahmedabad(10),
21 Surendranagar(10),
22 Kheda(10),
23 Gandhinagar(4).
24 Morbi (5)
25 5 Amreli(11),
26 Bhavnagar(10),
27 Jamnagar(6),
28 Junagadh(10),
29 Rajkot(11),
30 Botad (4)
31 Devbhumi Dwarka (4)
32 Gir Somnath (6)
33 Porbandar(3).

Fee mentioned above is inclusive of all the cost (Out of pocket expenses & transportation
charges) No escalation of fees will be given during the year.
Fees quoted above are net of Taxes i.e. excluding GST or any other taxes applicable.
Bidder must be having registered head office or branch office within the respective Zone for the
districts applied under the particular zone.

Date: Sign:

Seal of Office/ Firm Proprietor/partner: Name: designation:


Annexure: V

List of Documents to be attached with the Technical Bid


 Demand Draft of Rs. 2000/- as processing fees (for each District applied) in favor of
Account Officer, C R D, Gandhinagar.

 Copy of Partnership Deed (in case of partnership firm).

 Copy of Firm card/letter from C.A. Institute mentioning Registration No. and details of
Partners & Paid CA employees.

 Copy of professional tax and GST registration number

 Copies of Audited income and expenditure account clearly mentioning audit and
attestation fees and Audited Balance Sheets for the last three years (F.Y 2018-19, 2019-
20, 2020-21) [In case Audited Income and Expenditure Account and Balance Sheet of FY
2020-21 is not available/not yet finalized, Provisional copies of the same duly certified
by the Statutory Auditors of CA Firm are to be submitted]

 Copies of Income Tax Returns for the last three years along with Acknowledgements ( F.Y.
2018-19, 2019-20, 2020-21)

[If Income Tax Return of FY 2020-21 is yet to be filed, provisional ITR is to be provided
duly certified by the the Statutory Auditors of CA Firm or Tax Consultant of CA Firm is
to be submitted]

 Copies of List of Government Audit work done during last three years along with the
copies of work orders. (F.Y. 2018-19, 2019-20, 2020-21)

 Copy of List of Auditee organizations of General Experience of last three years along with

copies of appointment orders (F.Y. 2018-19, 2019-20, 2020-21)

 Except the DD of Rs. 2000/-(Per District) all other documents shall be self-attested.
Annexure: VII

(1) Committee for Opening of Technical Bid

 Additional Commissioner (Account)-Chairman

 Joint Director(A/cs) -Member

 Deputy Commissioner (Adm)-Member

 Account Officer (CRD-General)-Member Secretary

 Account Officer (Watershed)-Member

 Asst. Commissioner (Adm)-Member

(2) Committee for Opening of Financial Bid

 Additional Commissioner (Account)- -Chairman

 Deputy Secretary (RDD)-Member

 Joint Director(Accounts) -Member

 Deputy Commissioner (Adm)-Member

 Account Officer (CRD-General)-Member Secretary

 Account Officer (Watershed)-Member


Annexure: VIII
Estimated cost of pre audit fees district wise
Sr. No. Name of Name of District (with Taluka) Estimated cost
Zone
(In Rupees)
1 1 Kutch(10), 392400
2 Mehsana(10), 179000
3 Patan(9), 351000
4 Banaskanth(14), 351000
5 Sabarkantha(8). 392500
6 Arvalli (6) 299986
7 2 Dang(3), 77172
8 Navsari(6). 178000
9 Valsad(6), 178000
10 Surat(10), 207000
11 Tapi(7), 126000
12 Narmada(5). 135000
13 3 Vadodara(8), 117000
14 Bharuch(9), 171000
15 Panchmahal(7), 171000
16 Dahod(9), 117000
17 Chhota Udepua (6) 126000
18 Mahisagar (6) 117000
19 Anand(8). 117000
20 4 Ahmedabad(10), 188991
21 Surendranagar(10), 306000
22 Kheda(10), 117000
23 Gandhinagar(4). 114000
24 Morbi (5) 125356
25 5 Amreli(11), 412000
26 Bhavnagar(10), 412000
27 Jamnagar(6), 297675
28 Junagadh(10), 324000
29 Rajkot(11), 414997
30 Botad (4) 153000
31 Devbhumi Dwarka (4) 126000
32 Gir Somnath (6) 135000
33 Porbandar(3). 197675
Note : Estimated cost represents present actual expenditure per year to offices under CRD.
This is indicative only. Actual work may vary as per plan and budget activity undertaken by
particular DRDA office and Talukas thereunder.
Annexure-IX

Schedule of E Tendering
Last date of Downloading Tender Document 15/12/2021 till 5:00 pm.

Last Date of on line submission of Tender 15/12/2021 till 6:00 pm.


documents i.e. last date of on line receipt by
CRD, Gandhinagar

Physical Submission of Tender fees and through speed post/courier/RPAD so as to


Technical bid document reach in the office of CRD, Gandhinagar till
15/12/2021 upto 1800 Hr.(6:00 p.m)
PERFORMA OF COVERS FOR SUBMISSION OF
PHYSICAL DOCUMENTS
MAIN COVER-1

To be opened before Committee

“Proposal for DRDA pre Audit”

To
The Additional Commissioner,
Commissionerate of Rural Development
Block NO.16/3, Dr. Jivraj Mehta Bhavan,
Gandhinagar-382010 From:

Cover no. 2 shall be put in main cover no.1

COVER-2
To be opened before Committee

Technical Bid for DRDA pre Audit

To
The Additional Commissioner,
Commissionerate of Rural Development
Block NO.16/3, Dr. Jivraj Mehta Bhavan,
Gandhinagar-382010

From:

You might also like