RAMAGUNDAM FERTILIZERS AND CHEMICALS LIMITED
( A JOINT VENTURE COMPANY OF NFL, EIL AND FCIL )
CIN No. U24100DL2015PLC276753
REGISTERED & CORPORATE OFFICE
4TH FLOOR, MOHTA BUILDING, 4, BHIKAJI CAMA
PLACE, NEW DELHI - 110066
TENDER NO: -A/RFCL/INTERNAL AUDIT /2019-20/1 DATED 13th August'2019
Tender Document for
Appointment as Internal Auditors of RFCL.
Last Date & Time of Receipt of Tender
At
Venue:
Corporate Office,
3RD - 4TH FLOOR, MOHTA BUILDING, 4-BHIKAJI CAMA PLACE,
NEW DELHI-110066
Bid submission Date and Time : 5th Sept,.2019 at 03:00 PM
Date and Time of opening of Bid Documents : 5th Sept.,2019 at 03:30 PM
Phone: 011 26701400
Fax No. 011 26180730
AN OVERVIEW:
As mandated by Government of India, a Joint Venture company of National Fertilizers
Limited (2nd largest producer of fertilizers in India), Engineers India Limited (EIL) a
Navratna premier engineering consultancy PSU and the Fertilizer Corporation of India Ltd.
(FCIL) under the name & style of RAMAGUNDAM FERTILIZERS AND CHEMICALS LIMITED
has been incorporated on 17th Feb'2015 for setting up a new Gas based Ammonia -Urea
complex with production capacity of 2200 MTPD of Ammonia and 3850 MTPD of Urea (1.27
Million MT Urea Per Annum) AT FERTILIZER CITY KARIMNAGAR, RAMAGUNDAM,
TELANGANA.
Current Shareholding of RFCL is as under:
S.No. Particulars % Shareholding
1. National Fertilizers Limited 26
2. Engineers India Limited 26
3. Fertilizer Corporation of India Limited 11
4. State Govt. of Telangana 11
5. Gail India Limited 14.3
6. HTAS Consortium 11.7
Project for setting up of a new gas based Ammonia Urea Complex has taken off in right
earnest. Engineers India Limited is also the EPCM consultant for the Project. After
entering into contract with Licensors, Zero date of Project has been declared as 25th
Sept'2015 and the Project is anticipated to be completed by 31 st December 2019. Project
is in advance stage and has achieved physical progress of 97.6% as on July '2019.
The total project cost envisaged is Rs.5920.55 Crores with Debt, equity ratio of 75:25.
Project financial closure has been completed with tie up equity and debt. Loan Agreement
for debt has been entered into with Consortium of 6 Banks lead by State Bank of India.
Disbursement of debt commenced w.e.f. 4th Jul'2017.
NOTICE INVITING BID
1. Sealed bids are invited from Firms of Chartered Accountants/ Cost Accountants for
Appointment as Internal Auditors for Financial Year 2019-20 for RFCL.
2. General Terms & Conditions/clauses that are material to the process of award of
Assignment and its execution are mentioned in Annexure-A.
Bid Evaluation Methodology is given in Annexure- B.
3. Detailed scope of work, extent and periodicity of checking for each area of audit,
Reporting Format etc. are mentioned in Annexure-C enclosed. It may please be noted
that the scope as given in enclosure is only inclusive and not exhaustive. The
successful bidder may be asked to look into any other activity as may come to the
notice during the course of audit and/or render any advice/opinion in the area of audit.
4. Assignment shall be given to one firm for both location i.e. Delhi Office & Ramagundam
Telangana site.
5. Time schedule: The Internal Audit for the FY 2019-20 has to be conducted as per Internal Audit
programme in the following 3 phases:
Phase Period of Audit Draft Audit Report by Reply by the Final Report to be
Auditors offices Submitted by
auditors
1st April to September 25-10-2019 02-11-2019 09-11-2019
2nd October to 25-01-2020 02-02-2020 09-02-2020
December
3rd January to March* 10-04-2020 13-04-2020 17-04-2020
*Internal auditor shall complete audit for period upto February'2020 by 15th March,2020.
6. Deployment of Minimum Staff & Period of Working Days for conducting Internal Audit and Annual
Audit Fees
S. Units/ Offices Minimum number of staff to be deployed & Annual Audit
No. No. of working days in each phase for each Fees for FY
Unit/Office 2019-20
Ist Phase IInd & IIIrd (excluding
Total Phase GST)
Mandays Total
Mandays
(each
phase)
1. Ramagundam i) One Chartered/Cost 3 2
Site Accountant
ii) Two semi qualified 6 4
persons/ article
assistants Rs. 1,50,000/-*
2. Corporate Office, i) One Chartered/ Cost 6 4
Delhi Accountant
ii) Two semi-
qualified persons 12 8
/article assistants
* For travel / out of pocket expenses refer Note-2 of Annexure C
The Senior Partner/Partner of the firm has to visit corporate office for 1 day during each phase audit
for discussion of significant observations with the Finance Head and once in a year at Site.
The payment would be released on Phase basis, as under:
S. N. Phase/ Period % of Total Fee Payable
1 1st Phase. 50 %
.
2 2nd Phase 25%
.
3 3rd Phase 25%
.
7. Period of Contract: The period of contract will be from date of issuance of work order
till 31.05.2020. Date can be further extended at the sole discretion of RFCL.
8. Method of Collection of Bid Documents & Submission of Bid:
8.1 Collection of Bid Documents
The tender is available at following website and prospective bidder(s) can down load
the same directly from this website:
www.rfcl.co.in
or
Prospective bidders can collect hard copy of the bid document from the following address:
RAMAGUNDAM FERTILIZERS AND CHEMICALS LIMITED
3 -4TH FLOOR, MOHTA BUILDING, 4, BHIKAIJI CAMA PLACE,
RD
NEW DELHI-110 066
8.2 Method of submission of bid
Sealed Envelope: This shall contain duly signed & stamped Annexure-A to E.
Bidder to ensure that all the said documents have been placed
in this envelop.
The envelop shall be super scribed with:
Tender Ref. No. : A/RFCL/INTERNAL AUDIT /2019-20/1 dated 13.08.2019
The sealed envelopes must be sent /delivered on or before 5th Sept.,2019 till 03:00
PM by hand/regd. Post/speed post at the following address:
Sr. Manager (F&A)
Ramagundam Fertilizers and Chemicals Limited
Corporate Office:3rd - 4th Floor, Mohta Building,
4-Bhikaji Cama Place,
NEW DELHI-110066.
Email: rajatkwatra@rfcl.co.in
Phone No. 011-26701000
9. The bids should be valid up to 15th October'2019.
In case you require any other information, please feel free to contact the undersigned
on any working day.
(Rajat Kwatra)
Sr. Manager (F&A)
Encl:
1. General Terms & Conditions (Annexure-A)
2. Evaluation Criteria (Annexure-B)
3. Scope of Internal Audit (Annexure-C)
4. Undertaking for acceptance of all terms & conditions of Tender Documents
without any deviation (s). (Annexure-D)
5. Firm/Company Details (Annexure-E1 & E2)
Annexure-A
GENERAL TERMS AND CONDITIONS
1 Requirements for Bid to be considered Valid.
1.1 Firm shall include LLP.
1.2 Incomplete offers would be summarily rejected.
1.3 Offers submitted against Tender documents only will be considered and the
offer shall be in the name of the firm.
1.3 No extension of time shall be permitted for the collection of Tender
Documents and/or Tender opening date.
1.4 Cutting or overwriting should be avoided in Financial Bid. However, in case
of any cutting or overwriting, the same shall be duly signed & stamped by
the Authorised Signatory of the bidder.
1.5 While submitting the bid, tenderers are requested to ensure that bids are in
compliance with the regulations applicable under various statutes. Any fine,
penalty or expenses due to breach arising thereon will be borne by the
tenderer; RFCL will bear no financial implication on this account.
1.6 RFCL takes no responsibility for delays, loss or non-receipt of tender
documents or any letters sent by post/courier either way and also reserve
the right to reject any offer in part or full without assigning any reasons
thereof.
1.7 RFCL shall always be at liberty to reject or accept any offer or offers or part
thereof at its sole discretion. The submission of offer shall have no cause of
action or claim against RFCL for rejection of offer. The bidder shall not be
entitled to claim any costs, charges and expenses incidental to or incurred
in connection with submission of offer or its consideration by RFCL, even
though RFCL may opt to modify/withdraw the Invitation to Tender or does
not accept the offer or cancel the tender as a whole.
1.8 No Firm engaged for Internal Audit work will be allowed to sub-contract the
job awarded to it.
2. Bid Evaluation Process
2.1 Bids shall be evaluated as per Bid Evaluation Criteria given in Annexure-B.
2.1.1. The contract shall be awarded to bidder securing maximum point as per Bid
evaluation criteria given in Annexure-B.
2.1.2 Blank
2.2 The bids should be unconditional. Conditional bids would be summarily
rejected.
2.3 Evaluation of bids shall be done on the basis of Firm information along with supporting
documents provided in the financial bid.
2.4 The acceptance of tender will rest with RFCL and reserves itself full right to
reject any or all tenders, without assigning any reason whatsoever.
2.5 The tenderer shall not be entitled to any compensation for the expenses
incurred in connection with the preparation and submission of tenders.
2.6 Currency for payment shall be in Indian Rupees only.
3. Action against the Tenderer/ Successful bidder
3.1 In case selected bidder refuses to take up the assignment after award of work, in
addition to taking other appropriate action against the Firm as may be
applicable, bidder shall be debarred from bidding in the Company for 2
years and next bidder(s) who secured maximum points shall be
awarded the assignment.
3.2 Failure to act according to tender conditions, non-fulfillment of any or whole
of the contract may entail debarring of the firm from bidding for 2 years, in
addition to taking other appropriate action against the Firm.
3.3 If a tenderer resorts to any frivolous, malicious or baseless complaints/
allegations with intent to hamper or delay the tendering process or resorts
to canvassing / rigging/ influencing the tendering process, RFCL reserves
the right to debar such tenderer from participation in the present / future
tenders up to a period of 2 years.
4. Arbitration:
Except where otherwise provided in the contract, all matters, questions,
disputes or difference whatsoever, which shall at any time arise between the
parties hereto, touching the construction, meaning, operation or effect of the
contract, or out of the matters relating to the contract or breach thereof, or the
respective rights or liabilities of the parties, whether during or after completion
of works or whether before or after termination shall after written notice by
either party to the contract be referred to the arbitration of Chief Financial
Officer, Ramagundam Fertilizers and Chemicals Limited or his/her nominee.
The Arbitration proceedings shall be governed by the Arbitration and Conciliation
Act, 1996 or any statutory modification or re-enactment there-of and the rules
made there under.
The firm hereby agrees that it shall have no objection if the arbitrator so
appointed is an employee of RFCL and had to deal with the matter to which the
contract relates and that in the course of his duties as such he has expressed
his views on all or any of the matter in dispute or differences.
Further, it is agreed by and between the parties that in case a reference is made
to the Arbitrator or the Arbitral Tribunal for the purpose of resolving the
disputes/differences arising out of the contract by and between the parties
hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the
awarded amount more than the rate SBI MCLR Rate applicable to RFCL on the
date of award of contract.
5. Jurisdiction
In respect of all tender conditions, the decision of RFCL shall be final and
binding. The venue of the Arbitration shall be Delhi & Delhi courts will have
exclusive Jurisdiction.
6. General
Bidder/Tenderer shall mean the firm who submits the tender and enters into
contract with RFCL and shall include their executors, administrators and
successors and permitted assignees.
Annexure - B
Internal Audit 2019-20
TENDER EVALUATION METHODOLOGY
Criteria Notification - Selection Criteria, which is proposed to be used in the tender
evaluation process, to be included in the Conditions of Tender, together with the
weightage to be assigned to each criterion is given below.
Weightage - When assigning weights, the Company will ensure that:
all selection criterion to be used are assigned a weight;
criteria weightage is outlined below; and
the sum of all weights totals 100%.
The proposed Selection Criteria is as under:
1. Technical Criteria 75% Weightage (Based on marks scored out of 100 in below given
criteria for evaluation)
2. Presentation before Audit Committee 25% Weightage (For 15-20 minutes'
presentation before audit committee)
3. Top 10 firms scoring highest marks, out of below mentioned selection criteria for
evaluation will be informed the day & time of meeting at their given mail IDs for
presentation before Audit Committee. In the event, firm ranking at 10th based on
selection criterial given below and other firms are also securing equal marks to firm
having 10th ranking, in such case all such firms having marks equal to firm ranking at
10th shall also be called for giving presentation before Audit Committee. However,
RFCL reserves right to call more than top 10 firms.
The firm which has scored the maximum marks in Composite Score which is the sum
of Weighted Technical criteria & Presentation Evaluation will be awarded the tender.
The audit fee is fixed at Rs. 1,50,000 plus applicable GST.
No variation in fees is allowed. In case of any variation in fees by bidder, the bid shall
be rejected out rightly.
Technical Selection Criteria for Audit firm for evaluation will be as follows
Sl. Particulars Points per criteria Points Supporting documents
No.
1. No. of years of firm 5-10 years - 5 points Copy of certificate of
experience 10-15 years - 10 points firm's information issued
(minimum 5 years) More than 15 Years - 15 by respective Institution
15
points i.e. ICAI / ICMAI
2. No. of Full Time Partners 2 point for FCA/FCMA partner and Copy of certificate of
1 point for ACA/ACMA partner firm's information issued
12 by respective Institution
i.e. ICAI / ICMAI
3. No. of Qualified 2 point per qualified full time Copy of certificate of
Information System Auditor partner or 1 point per firm's information issued
4
(ISA) / Diploma in employee by respective Institution
Information System Auditor i.e. ICAI / ICMAI
(DISA) / Certified
Information System Auditor
(CISA) / Certified Internal
Auditor (CIA) partner or
employee
4. Experience of Statutory 3 points per assignment (any five p Appointment Letter
(financial or cost audit) / years shall be considered) e issued by CPSE
Internal Audit assignment in r (including JVs of CPSEs)
15
CPSEs (including JVs of for Internal/ Cost Audit or
CPSEs) in preceding 10 C&AG for financial audit
years till FY 2017-18. as applicable
(No. of Assignments)
5. Experience of Statutory 3 points per assignment (any five p Appointment Letter
(financial or cost audit) / years shall be considered) e issued for Internal Audit
Internal Audit assignment of r or statutory audit or cost
Companies having minimum audit as applicable &
annual turn-over of Rs.500 15 Audited statement of
crores in preceding 10 Profit & Loss
years till FY 2017-18.
( No. of assignments)
6. Experience of Statutory 3 points per assignment (any five p 15 Appointment letter issued
(financial or cost audit) / years shall be considered) e by concerned company/
Internal Audit assignment of r Organization/Cooperative
Urea manufacturing Sector
company or in cooperative
sector / oil & gas sector, in
preceding 10 years till FY
2017-18.
(No. of Assignments)
7. Professional Receipt of Rs. 25-50 lakh 6 points Audited Profit & Loss
the firm (Minimum Rs. signed by the Member
25 lakhs) for F.Y. 2017-18 stating Membership no.
Rs. 50 -100 lakh --9 points 12 of such firm.
Above Rs.100 lakh 12 points
8. Offices Situated in Per Location 6 point 12 Copy of certificate of firm's
following locations: information issued by
1. Delhi including NCR respective Institution i.e.
2. Telangana ICAI / ICMAI.
Total Points 100
Annexure-C
RAMAGUNDAM FERTILIZERS AND CHEMICALS LIMITED
INTERNAL AUDIT SCOPE OF WORK & AUDIT PROGRAMME
FY 2019-20
Sl. Particulars of activities Audit Plan
No.
1. Internal Financial Control Systems Every
Internal Auditor is required to report on Internal Financial Quarter
Control Systems. The broad scope of work is defined as
under:
1) To check effectiveness of existing internal checks and
financial control system for various activities of the
Company and monitoring thereof.
2) To check the adequacy of the existing Internal Financial
Control System and update the same based on business
requirement of the Company.
1. Contract / Procurement payments Every
Principally, Auditor is to check that all payments have been Quarter
made as per contract, verified, approved / authorised by
Competent Authority and journalized properly in the books of
account. To list some of the activities are:
1) To check that claim of work is as per purchase/work order.
2) To verify that advance payments, Running Bills and Final Bill
payments to contractors/consultants/ engineer firms and
architects are as per work order.
3) To check Bank Guarantees have been kept valid and validity
of Bank Guarantees has been monitored. Confirmation of
issue of Bank Guarantees has been obtained directly from
the Bank.
4) To verify the deduction of security deposit, various statutory
dues and other deduction under Price Reduction clause,
non-conforming work etc.
5) To check whether deviation statement has been prepared
for each item of contract/work order. To verify proper
account of expenditure.
6) To check that the particulars of the bill agree with the
purchase order with reference to the rates, specifications,
date of supply, mode of transport, quantity ordered and
where there are deviations these are supported by proper
amendments.
7) Check that GST has been paid on GST compliant invoices.
8) To check the statutory deduction and its timely deposit.
9) Check that advances to the suppliers has been allowed
strictly in accordance with the terms stipulated in the
Purchase Orders and advances are adjusted before bills for
payment are passed.
10) In case of Price Variation provisions of the contract, check
that:
i) Price variation has been paid as per formula provided
in the contract;
ii) Supporting documents to be furnished by the
contractor, duly verified by the verifying authority in
support of the Price variation claim(s).
2. Contract capitalization upon completion Half yearly
1) Checking contract value, value considered for capitalization.
Verification of proper approvals for any deviation.
2) Checking of documents required to be submitted on closure
of contracts / compliances.
3) Checking of capitalization of contract value, allocation of
EDC, allocation of interest cost.
4) Checking of classification of assets, arising on completion of
contract is in compliance of relevant Ind AS and depreciation
is applied to such assets as per accounting policies of
Company.
3. Cash & Bank Every
1) Check that Bank books are prepared daily and signed by Quarter
Incharge (Cash Section) with
2) Review of Cash Office Operations for evaluating controls in verification
bank receipts and disbursements, maintenance of records of monthly
in the Department, no un-authorized corrections. bank
3) Checking of Bank Reconciliation Statement, dishonored/ reconciliation
stale cheques, if any. and
4) Check the payments are as per the bank book with the investments.
relevant vouchers and verify that proper identification of the
payees' Bank Account has been obtained for all payments.
5) All bank charges, interest received on Company's
Investment have been accounted for promptly in the bank
book and have been verified/checked and a suitable record
of same is kept.
6) Bank Guarantees / FDRs and similar documents are kept in
Safe Custody.
7) The cash payments/receipts, if any, do not exceed the limit
as provided under Income Tax Act 1961. As a matter of
practice all payments to suppliers, contractors should be
made through "Accounts Payee" cheques/Drafts or through
Electronic Clearing Systems.
8) Check that confirmation of issue of Bank Guarantee is
obtained directly and reviewed regularly to ensure
validity/renewal.
9) Check that available funds if any have been invested as per
company's Investment Policy in fixed deposits or mutual
funds etc.
4. Central Accounts Every
1) Review of Assets ledger, Reconciliation of assets with Quarter
reference to balances in asset ledger based on physical with
verification reports. verification
2) Review of accounts schedules and observations. Comment of timely
in particular on old out standings. submission
3) Review of depreciation rates and check the depreciation of tax
charged in accounts. compliances.
4) Check that TDS, Goods and Service Tax Returns are
submitted in time. Check pending cases of dispute if any at Half yearly
different stages there under. Other than
5) Compliance with relevant Accounting Standards applicable tax
to the company accounts. compliances
6) Check that change in accounting policy, which has a
material effect has been disclosed to reflect the effect of
such change in financial statement.
7) Check that the nature and amount of extra ordinary
items/Exceptional Items if any are disclosed in the
Statement of Profit & Loss Account as per the requirements
of Companies Act.
5. Borrowings from Consortium of Banks and IDC Every
1) Review of drawal from Facility (Loan) agreement. Quarter
2) Checking of interest paid to Lenders and LC charges as per with
agreed terms. verification
3) Verification of any delay / default in payment of interest / of interest
charges to Lenders. payment
4) Reconciliation of disbursement under Term Loan as per Half yearly
books of accounts with Bank Statement. Other than
interest
payment
6. Review of Ledgers and Trial Balances Every
1) Review of all sub-ledgers of vendors / contractors / Quarter
service providers / employees on deputation- with
secondment. verification
2) Review of main ledgers and trial balances for any
abnormal transactions and reconciliation of main ledger
balances with sub-ledger balances.
3) Review of old balances in sub-ledgers for appropriate
presentation / adjustments
7. Establishment Accounts Half yearly
RFCL is having around 200 employees on its payroll and about
200 employees shall be recruited in remaining period of current
FY. In addition to it, some employees are on secondment /
deputation basis from NFL/EIL respectively. Some
Professionals/Support Staff have also been taken as Advisor /
Consultant on contract with individual basis and some support
staff from Agencies on contract basis.
1) Payroll of the employees working in RFCL shall be prepared
by RFCL. Internal Audit scope shall include checking of
payroll, payroll related activities and other payment to
employees viz medical bills, TA bill, Loans etc. on quarterly
basis.
2) Check the invoices of the salary bill with respect to
secondment/deputation terms the controls and checks in
force to prevent double/wrong payments.
3) Tests check the absentee reports with the attendance
records.
4) Check that all statutory deductions such as, income tax and
other recoveries i.e. leaves / securities, if any, are made
regularly from the bills of parent companies.
5) Review of TA bills and other payments made.
6) Presently, salary of employees working in RFCL are on
deputation / secondment from EIL / NFL, therefore scope of
checking of payroll is limited, as their salary is prepared by
respective parent company ad RFCL reimburse the expenses
on actual basis.
8. Insurance Half yearly
To check that required Insurance Policies have been
undertaken and are being maintained.
1) To verify premium against Marine cum Erection All Risk
policy obtained for the Project is paid in time.
2) To check that Insurance Cover has been taken for all the
other assets.
3) To check that claims along with supporting documents are
lodged as becoming due against the policies undertaken by
the Company. Quarterly ageing of claims is also done.
9. HR Department Every
1) Check that proper records relating to payments of telephone Quarter
bills, electricity & water charges are maintained. Random
2) Verify that appropriate registers are maintained for all checking for
assets under its charge. major
3) Verify that appropriate stock and issue registers are expense
maintained for consumable items like toner, paper, etc. heads
4) Scrutiny of files for award of various contracts of Personnel,
Administration & Public Relations Department and checking
execution thereof.
5) Check Maintenance of Time Office Records. Also check
whether leave account of each employee is maintained
properly as per rules of the Company.
6) Check that the work orders of various contracts such as
miscellaneous contracts, hiring of vehicles, canteen,
sanitation horticulture etc. are awarded as per tendering
procure laid down by the Company.
10. Contracts & Purchase Department Project activities Every
1) To check randomly that work has been awarded as per Quarter
procedure. To review that the tendering procedures and with
directives are properly followed. Check that subsequent verification
amendments, if any, were imperative due to technical
considerations and additional financial implication, if any,
has the financial concurrence and approval of the
competent authority.
2) To check whether administrative, technical & financial
sanction had been obtained as per delegation of powers.
3) To verify that the work has been awarded to the lowest
tenderer. If not justification for awarding the work other
than the lowest has been recorded, and financial
concurrence/approval of Competent Authority obtained.
The agreement on non-judicial stamp paper is executed
wherever required.
4) Check if limited tender enquiry in lieu of press tender has
the approval of Competent Authority.
5) Check whether the approved tender procedure / purchase
manual for award of tender/ procurement of materials
was followed.
6) Review materials procurement contracts.
7) Review Compliance of delegation of power with regard to
procurement procedure and report deviations, if any.
8) Review adherence with authorisation procedures. Report
deviations, if any.
9) Review the comparative statements prepared for arriving
at the L-1 vendor and report deviations, if any.
10) Review of system followed for procurement, rate
comparison and vendor selection.
11) To check records of Earnest Money Deposit from
bidders and its review on quarterly basis.
11. Verification of procurement of services / goods by Site Office and Quarterly
HO are in accordance with approved norms / procedures. These
contracts consist of security agencies, manpower agencies,
maintenance contracts, vehicle hiring contracts, printing,
advertisement etc.
12. Verification of store inventory management by RFCL at Site Quarterly
(apart from direct procurement orders issued under EIL
procedure, for which store is maintained by EPCM)
Note :
1. In performance of above scope of work, Internal Audit Team shall
also be required to be deputed at Ramagundam Site, once during
each phase for audit of similar activities being performed at site also.
2. For the purpose audit team deputed by IA Firm shall be entitled to
travel by Rail-AC (Second) class travel upto Ramagundam. Local
conveyance and arrangement for stay shall be made by RFCL for visit
at Site by RFCL. However, Senior Partner of IA firm shall visit site
once in a year for which Air Travel/Conveyance/Stay shall be
arranged by RFCL.
3. The Senior Partner shall be required to present Internal Audit Report
in Power Point Presentation with each Internal Audit Report to the
Audit Committee of the Company during Audit Committee Meeting of
the Company.
(ON LETTER HEAD OF THE BIDDER)
ANNEXURE-D
THIS IS TO DECLARE THAT WE DO NOT HAVE ANY DEVIATIONS FROM THE
STIPULATIONS OF YOUR TENDER REFERENCE A/RFCL/INTERNAL AUDIT/2019-
20/1 DATED 1st August'2019 AND ACCORDINGLY ACCEPT ALL THE STIPULATIONS
WITHOUT ANY RESERVATIONS WHATSOEVER.
Name & Signature of Authorised Signatory of Bidder
Seal of the bidder
(ON LETTER HEAD OF THE BIDDER)
Annexure-E (1)
Subject: Tender for "Engagement of Internal Auditor in RFCL.
Reference : Tender Enquiry No. A/RFCL/Internal Audit/2019-20/1
FIRM/COMPANY DETAILS
Name of the Firm/Company
Address
Name of Authorised Partner
/ Proprietor / Associate /
Others ( Specify)
Date of Establishment
Web Site Address, if any
GST Registration No.
PAN
Tel / Mobile Nos.of
authorized Signatory
E-mail ID of firm
Name & Signature of Authorised Signatory of Bidder
Seal of the bidder
Annexure-E (2)
Subject: Tender for "Engagement of Internal Auditor in RFCL.
Reference: Tender Enquiry No. A/RFCL/Internal Audit/2019-20/1
INFORMATION TO BE FURNISHED BY BIDDER FOR EVALUATION FOR NON PRICE
CRITERIA AS PER EVALUAION CRITERIA GIVEN IN THE TENDER
1. Date of Registration of the Firm (Attach copy of Registration of the Firm duly certified
by Authorised person)
2. Address of the firm (Attach copy of Registration of the Firm duly certified by Authorized person)
Delhi including NCR Office
Telangana
3. Experience of Statutory (financial or cost audit) / Internal Audit assignment in CPSEs (including JVs
of CPSEs) in preceding 10 years till FY 2017-18. (Attach copy of award duly certified by
authorized person)
Sl Name of Company Status of firm Statutory Year of Audit -
No Central/State / Internal Award letter No
PSU, JV of Audit and Date
Central /State
PSU
4. Relevant Experience of Statutory/ Internal Audit (financial or cost audit) assignment of Urea
manufacturing company or in cooperative sector / oil & gas sector, in preceding 10 years till FY 2017-
18 (Attach copy of award duly certified by authorized person)
Sl Name of Company Statutory / Year of Award letter No
No Internal Audit Audit and Date
5. Experience of Statutory/ Internal Audit (financial or cost audit) assignment of Companies having
minimum annual turn-over of Rs. 500 crores in preceding 10 years till FY 2017-18.
Sl Name of Company Statutory / Year of Award letter No
No Internal Audit Audit and Date
6. Professional Receipt of the firm (Minimum Rs.25 lakhs) for F.Y. 2017-18 (Attach copy of Full Annual
Accounts Printed or copy duly certified by Authorized person
Sl.No. Financial Year Annual Turnover(INR)
1 2017-18
7. No. of Full Time Partners (Copy of certificate of firm's information issued by respective Institution i.e. ICAI
/ ICMAI)
Sl.No Name of Membership Date from Professional Date of
Partners Number which partner Qualification Qualification
associted (ACA/FCA/ACM
A/FCMA)
8. No. of Qualified ISA/DISA/CISA/CIA partner or employee (Copy of certificate of firm's information issued
by respective Institution i.e. ICAI / ICMAI)
Sl.No Name of Membership Date from Professional Date of
Partners Number which Qualification Qualification
partner/Empl (ISA/DISA/CISA/CIA)
oyee
Signature of Authorised Signatory with seal
|