RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES (A.P Government Act 18 of 2008) , RGUKT-campus, , -521202 Tele No: 08662468516 E-mail Id: [email protected] Ref. No: RGUKT/NUZ/Proc/NIQ/Internal Audit/20-21/2nd Call Date: 18.03.2021

To All Interested Auditors

Dear Sir/ Madam,

SUB: Notice inviting quotation for Internal Audit at RGUKT, Nuzvid. ***** The Administrative Officer, RGUKT- Nuzvid invites quotations in single bid as indicated, in sealed cover two envelops (i.e. 1st envelop: Technical bid document, Annexure I and Annexure 2) & (2nd envelop: Price Bid document- Annexure – 3). Both envelopes should be enclosed with single sealed cover. All the copies should be self attested by the charted accountant.

Please Note- 01. Address of the auditor submitting the quotation and the Officer to whom the quotation is addressed must appear distinctly on the sealed cover as under and should reach by speed post/ Courier service/by person. 02. The following must be clearly written on the outer sealed cover irrespective of single bid. Without sealed cover, the quotation will not be accepted. 03. The details which are as follows. See the enclosure.

QUOTATION FOR INTERNAL AUDIT AT RGUKT, NUZVID NIQ Ref. No: RGUKT/NUZ/Proc/NIQ/Internal Audit/20-21/2nd Call dt:18.03.2021

To The ADMINISTRATIVE OFFICER RGUKT – NUZVID KRISHNA (DIST) – A.P. – 521202

04. There is no Quotation document fee and Quotation document is to be downloaded from our website given below www.rguktn.ac.in/tenders. 05. Validity: Quoted rates must be valid for 120 days.

Scope of the work

S.No Description 1 All Payments and receipts in F & A section 2 Engg Section works procedures being adopted for raising bill. Administrative section, technical sanction, physical verification of works in accordance with payments 3 Students fee and scholarship receipts 4 Central library and department libraries, if any 5 Central stores records and physical verification 6 Engg. And PUC laboratories- stock registers and physical verification 7 Issue and settlement of advances 8 Vehicle log books and others 9 Service registers of regular employees 10 Pay bills of regular/ contractual staff 11 Payments of outsourcing staff/ security staff/ housekeeping personnel 12 IT infrastructure records and physical verification 13 Student amenities records and physical verification 14 Procurement section records and physical verification 15 Review of all sanction orders/ proceedings 16 Fixed Asset register stock verification 17 Review of examination section grading policy. Result verification and others 18 Review of academic section –BOS minutes/ academic council minutes implementation 19 Review of EC minutes implementation 20 Review of indirect and direct taxes remittances 21 Quarters allocation records others 22 Court cases/ disciplinary cases other cases 23 Mess records, students attendance, 24 Collection of rents 25 Details of institute lands and physical verification 26 Investment policy 27 Student enrolment 28 Formation of various committees, agenda, minutes, action taken reports 29 Campus placement 30 Medical dispensary/ institute hospital 31 Others, which are not covered in above 32 Clarification/opinion on financial matters through e-mail correspondence or in person appearance, in case of institute requirement. 33 Clarification/opinion on statutory compliances such as GST/Income Tax etc. through email Correspondence. 34 Representing/appearing for GST/Income Tax queries of institute called by the Government Departments. The estimated cost is Rs.85,000/-(inclusive all taxes) 06. Work: Ist Quarter : April’20- June’20 : Report to be submitted by April 3rd week. IInd Quarter : July’20- Sep’20 : Report to be submitted by April 4th week. IIIrd Quarter : Oct’20- Dec’20 : Report to be submitted by May 1st week. IVth Quarter: Jan’21 – March’21: report to be submitted by May 2st week.

On the observations made the firm should provide necessary inputs / advices. So as to compliance / follow/ to meet finance norms & cvc guidelines if any.

07. GST No must appear in the Invoice/Bill 08. Late and delayed quotation: Late and delayed Quotation will not be considered. In case any unscheduled holiday occurs on prescribed closing/opening date, the next working day shall be the prescribed date of closing/opening. 09. Bid not transferable: The bid documents are not transferable and the seal and signature of the authorized official of the firm’s must appear on all the papers and envelopes submitted. 10. Payment: Payment will be made within 30 days from the billing date after getting satisfactory certificate from the concerned department. Payment would be made through online mode only. Following information must be clearly written in the quotation for RTGS / FUND TRANSFER: - (a) Name of the Firm with complete postal address (b) ACCOUNT No (c) Name of the Bank with Branch where the Account exist (d) IFSC CODE (e) PAN No: 11. Kindly read both the Instructions and Terms properly and see that instructions and terms are fully understood and complied. No correspondence shall be entertained in case your quotation is rejected on ground of not complying with our instructions, terms and conditions. In case of doubt please contact us at 08662468516 or the Administrative Office.

Terms & Conditions of the Concurrent Audit for the financial Year-2020-21:  Internal Audit/ Statutory Audit experience of Twenty Five Years or more years as on 31.03.2020.  The firm should have the experience in conducting Audit of Government / Semi Government Organization for the past 5 years.  Internal Audit/ Statutory Audit experience(in years) of public sector undertaking (s) / Telecommunication company(ies)/ Academic Institutions having turnover of Rs.40 Crore or more during last five years, as on 31.03.2020 (attach proof)  Turnover of the firm for the past three consecutive years. @50 Lakhs Each Year (Attach proof)

Pre –qualification Criteria: PART-1: Pre-qualification and Technical documents as per tender PART-2: Price bid as per Price Bid format Note: The offers submitted by Fax/email shall not be considered. No correspondence will be entertained in this matter. 1. Pre – Qualification Criteria: (PART- I): 1.1. Firm Registration document and GST registration Copy of the document to be furnished. 1.2. The firm should be in similar type of services of conducting Internal Audit. 1.3. The minimum experience of the conducting Internal Audit is 5years. 1.4. The minimum Turnover is Rs. 10 Crores. 1.5. The minimum no. of partners is 2 partners. 1.6. Experience with respect to audit in PSUs/Nationalized Bank/Govt Organization with minimum turnover is Rs. 10 Lakhs. 1.7. The firm should have permanent establishment or Branch Office and registered in Andhra Pradesh/Telagana state only to participate in tender process or otherwise the tender may be summarily rejected.

The Bidder has to attach proof for all the above mentioned criteria.

Note: Only those bids who meet the above mentioned minimum criteria will be Considered for Part-II- Technical evaluation of capabilities.

2. Technical Bid Criteria: (PART-II): The bidders are requested to prepare their own technical proposal. The technical bid shall contain all the relevant information which forms part of the technical bid.

The information provided in the technical bid will be used for understanding and assessing/evaluating the quality of solution being proposed by the bidder. Technical evaluation of the bidder will depend on the information provided herein. Technical bid score, out of 20, will be arrived based on the following Parameters / Attributes / Dimensions:

Sl.No Parameters/Attributes/Dimensions Maximum Score 1. The bidder should have experience of 5 years to 7 years: 2 Points conducting Internal Audit. 7 years to 9 years: 4 Points 9years and above: 5 Points 2. Turnover 10 crore to 15 crore: 2 points 16 crore to 20 crore: 4 points 20 crore and above: 5 points 3. No of Partners(as per CA Norms) 2 Partners – 2 Points 3 Partners to 5 Partners – 4 Points 5 Partners and above – 5 Points 4. Experience with respect to audit in 10 Lakh to 50 Lakh: 2 Points PSU’s/Nationalized Bank/Govt. 50 Lakh to 1 Crore: 4 Points Organization with following turnover of: 1 Crore and above: 5 Points

Technical evaluation is s done as sl.No’s (1+2+3+4) (= Marks/20 i.e. maximum)

Note:

1. Bidders have to provide all supportive documents. In experience certificates or other documents contact no and mail ID of firms/institution is compulsory.

3. Price Bid: (Part-III)(Annexure -3)

3.1. The bidders have to the price bid(Annexure-3) only as per the price schedule In Financial/ Price Bid. 3.2. The prices must include all the applicable taxes, food, accommodation and GST). 3.3. RGUKT reserves the right to negotiate the quoted price with the successful Bidder.

Sd/- Administrative Officer

BID EVALUATION SYSTEM

1) Stage-1: Those who qualify in Part-I- PQ will be eligible for opening of Part-II- Technical Bid. 2) Stage-2: Opening of the Part-2- Technical Bid of firms shortlisted in Stage-1.

The Evaluation committee will assess the firm as per criteria mentioned in Part-2- Technical bid. At the end of this stage, each firm will have Technical score (out of 20) associated with it. Bidders getting less than 10 score in the Technical bid will not be considered for opening the price bid. Price bids will be opened for the bidders getting score 10 and above. Technical bid and price bid together will be used for finalizing the agency. The technical proposals will be allotted weightage of 70% (Seventy per cent) while the financial proposals will be allotted weightage of 30% (Thirty per cent). The total score, both technical and financial, shall be obtained by weighing the quality and cost scores and adding them up. On the basis of the combined weighted score for quality and cost, the score obtain shall be ranked in terms of the total score obtained. The proposal obtaining the highest total combined score in evaluation of quality and cost will be ranked as H-1 followed by the proposals securing lesser marks as H-2, H- 3 etc. The proposal securing the highest combined marks and ranked H-1 will be invited for negotiations, if required and shall be recommended for award of contract. In the event of two or more bids have the same score in final ranking, the bid with highest technical score will be H-1. In such a case, an Evaluated Bid Score (B) will be calculated for each responsive Bid using the following formula, which permits a comprehensive assessment of the Bid price and the technical merits of each Bid:

where, C = Evaluated Bid Price

Clow = the lowest of all Evaluated Bid Prices among responsive Bids T = the total Technical Score awarded to the Bid

Thigh = the Technical Score achieved by the Bid that was scored best among all responsive Bids X = weightage for the Price as specified in the BDS =30%

The Bid with the best evaluated Bid Score (B) among responsive Bids shall be the Most Advantageous Bid.

 The audit team shall consist of one senior qualified charted Accountant having post qualification experience of not less than 5 Years and semi qualified chartered accountants as per requirement. If necessary more than one audit team may be engaged to complete the work assigned in time.  One senior partner shall also associate with the audit team to finalize the audit programme and to supervise the audit work/ finalize the internal audit report.  Audit programme will be finalized in consultation with the Head of Finance who will coordinate all the work relating the internal audit.  The audit team shall suggest necessary rectifications in accounting as aspects. If any Starting date 18.03.2021 Last date & Time of receipt of Tender 01.04.2021 (5:00 pm) Time of opening Tender: 02.04.2021 (3.00 pm) Venue of Bid opening: Administrative Office, RGUKT- Nuzvid.

The decision of RGUKT Officials will be final and binding to all for interpretation of any Ambiguity.

Annexure – 1 BIDDER INFORMATION (To be filled in by the tendering party in official letter head)

1. Name of the organization: 2. Year of establishment: 3. Registered Office Address 4. Nature of the firm (Proprietorship/ Partnership/ Private Limited or Cooperative body etc). 5. License number as per Act. 6. Registration No of Firm 7. GST Registration No. 8. PAN No. 9. Name & Designation of Authorized person: 10.Phone No. 11.Fax No. 12. E.mail-ID 13. Total No. of branch offices in AP

Annexure-2 NON BLACKLISTING CERTIFICATE [To be submitted on letterhead]

I/We hereby certify that the [Name of the company / firm] has not been ever blacklisted/debarred by any Central / State Government / Public Undertaking / Institute on any account.

I/We also certify that firm will be supplied the item as per the specification given by The University and also abide all the terms and conditions stipulated in Rate Contract.

I/We also certify that the information given in bid is true and correct in all aspects and in any case at a later date it is found that any details provided are false and incorrect, contract given to the concern firm or participation may be summarily terminated at any stage, the firm will be blacklisted and The University may imposed any action as per Notice

Inviting Tender rules.

Date : Place : Name : Business Address: Signature of Bidder: Seal of the Bidder:

Annexure-3

FINANCIAL / PRICE BID

Tender for conducting of internal audit for the financial year (2020-2021) at RGUKT, Nuzvid.. Please quote amounts in numerals and words for conducting of Internal Audit (2020-21).

Description Price per Internal Audit(F.Y.2020-2021) (Inclusive of all Taxes) Conducting of Internal Audit for the Financial year(2020-2021) at RGUKT, Nuzvid.

Date: Place (Signature of the Bidder)

Seal