राष्ट्रीय कृषि और ग्रामीण षिकास बैंक...
TRANSCRIPT
-
1
राष्ट्रीय कृषि और ग्रामीण षिकास बैंक
लेखा षिभाग, प्रधान कायाालय, म ुंबई
वस्त ुएवं सेवा कर हते ुकंसलटेंट की नियनुि के नलए प्रस्ताव (आरएफपी)
राष्ट्रीय कृनि और ग्रामीण नवकास बैंक (िाबार्ड) लेखा नवभाग,
दसूरी म िंजल, ‘ई’ वगिं, सी - 24, 'जी' लॉक
बािंद्रा कुलाा कॉम्प्लेक्स, बािंद्रा (पूवा) िंबई - 400 051
वबैसाइट : www.nabard.org
राष्ट्रीय कृषि और ग्रामीण षिकास बैंक (नाबार्ा) के षलए िस्त एिुं सेिा कर कुं सलटेंटो की षनय षि के षलए प्रस्ताि आिेदन
(आरएफपी)
वस्तु एव ंसेवा कर (जीएसटी) सलाहकार के रूप में कायड करिे के नलए अग्रणी कर कंसल्टेंसी फमों से प्रस्ताव आमंनित नकए जाते हैं.
पररयोजिा के नलए "प्रस्ताव आवेदि" (आरएफपी) िाबार्ड की वेबसाइट (www.nabard.org) पर उपलब्ध ह.ै इसे इच्छुक बोलीकताड
सीधे हमारी वेबसाइट (नलंक https://www.nabard.org) से र्ाउिलोर् कर सकते हैं. बोनलयां लगाते समय आरएफपी दस्तावेजों
में नदए गए नवनिदेशिों का कड़ाई से पालि नकया जाए और 01 जलुाई 2019 को अपराह्न 3.00 बज ेतक िीचे नदए गए पते पर प्रस्तुत की
जाए:
मखु्य महा प्रबंधक
राष्ट्रीय कृनि और ग्रामीण नवकास बैंक (िाबार्ड) लेखा नवभाग,
दसूरी म िंजल, ‘ई’ वगिं, सी - 24, 'जी' लॉक बािंद्रा कुलाा कॉम्प्लेक्स, बािंद्रा (पूवा) िंबई - 400 051
-
2
Accounts Department
Head Office, Mumbai
REQUEST FOR PROPOSAL (RFP)
FOR
ENGAGEMENT OF
GST Consultants
National Bank for Agriculture and Rural Development (NABARD)
Accounts Department
2nd Floor, `E' Wing,
C-24, 'G' Block
Bandra-Kurla Complex, Bandra (East)
Mumbai 400 051
Website: www.nabard.org
Request for Proposal (RFP) for engagement of GST Consultants for
National Bank for Agriculture and Rural Development
(NABARD)
Proposals are invited from leading tax consultancy firms to act as our Goods and
Services Tax (GST) Consultant on retainership basis.
The “Request for Proposal” (RFP) for the project is available on the NABARD website
(www.nabard.org). Interested bidders may download directly from our website (link
https://www.nabard.org). Bids may be made strictly as per the specifications in the
RFP documents and should be submitted latest by 3.00 p.m. on 01 July 2019, at
the address mentioned below:
The Chief General Manager
National Bank for Agriculture and Rural Development (NABARD)
Accounts Department
2rd Floor, 'E' Wing
C-24, 'G' Block
Bandra- Kurla Complex, Bandra (East)
Mumbai 400 051
-
3
Invitation for submission of Bids for Appointment of GST Consultants of
NABARD
National Bank for Agriculture and Rural Development (NABARD) is set up under the
National Bank for Agriculture and Rural development Act, 1981. NABARD is a
development bank for providing and regulating credit and other facilities for the
promotion and development of agriculture, small-scale industries, cottage and village
industries, handicrafts and other rural crafts and other allied economic activities in
rural areas with a view to promoting integrated rural development and securing
prosperity of rural areas, and for matters connected therewith or incidental
thereto.(for more details visit (www.nabard.org).
2. Proposals are invited from leading tax consultancy firms to act as our Goods and
Services Tax (GST) Consultant on retainership basis for a period of three years,
subject to renewable annually, up to a maximum of 2 years, based at the sole
discretion of NABARD.
3. Scope of Consultancy
a. Onetime assignment
i. Analyse GST implication on existing transactions such as Business
Procurement of goods and services, import and export of services, transactions
among the Head Office, Regional Offices and Training Establishments of
NABARD, services provided centrally, reversal/ waiver of fees etc. to ascertain
the financial impact & compliance thereof from GST perspective.
ii. Conduct an assessment of the existing accounting and reporting performed by
NABARD. Evaluate and advise about the changes to be made in existing
system/ software, development requirements of utilities/ applications as per
the requirement of GST Rules and Regulation.
iii. Advising on matters regarding accounting, process, policy, system, software to
ensure GST compliance.
iv. Review of the E-Way bill process being used by the bank and to suggest
methods to smoothen the process for avoiding delays and confiscation of goods.
http://www.nabard.org/
-
4
b. Compliance for returns and input tax credit
i. To verify completeness of data generated through the system for GST returns
and other compliances.
ii. Preparation, review and filing of periodical GST returns (including TDS
returns), in accordance with the law in force subject to the modifications /
changes / revisions that may be carried out in the existing laws necessitating
additional / modified returns etc. of all accounting units of NABARD.
iii. Advising the NABARD in calculation & payment of GST liability based on the
GST payable register and the ITC register of the NABARD.
iv. Guide and assist in Annual return and Audit mandated under GST law.
v. State wise/ UT wise verification of eligibility of Input Tax Credit (ITC) compiled
by the NABARD Expense Payable Unit as per the provisions of Central Goods
and Services Tax (CGST) Rules, 2017 and other GST Act/ Laws/ Rules/
Notifications/ Press Releases erstwhile Service Tax Rules etc.
vi. Advice Reversal of ITC as per the ITC rules including in the event of non-
payment as may be applicable.
vii. Assistance to deal with mismatches between GSTR2A and GSTR3B.
c. Advisory
i. Review and suggest changes to be made in the terms of agreement entered into
with vendors for supply of goods and services and with external agencies who
are placing funds with NABARD under various schemes for developmental
activities from GST perspective.
ii. Provide written opinions on various aspects of GST, as and when sought by
NABARD.
iii. Provide professional assistance for all activities required by GST as per the
Laws / Rules / Notifictions / Guidelines as and when issued by the Government
of India.
iv. Advising on issues related to erstwhile Service Tax and other indirect tax
related issues, including routine queries on Service Tax/ GST matters as
referred to by NABARD.
v. Reviewing the transactions that attract CGST/ IGST/ SGST even without
consideration such as inter-branch transactions, Centralised function of the
NABARD at HO, Zonal Offices, Regional Offices, etc.
-
5
vi. Regular review of the business processes to reduce GST compliance cost
including but not limited to inadmissible Input Credit and suggesting suitable
changes to minimize such compliance cost.
vii. Review and implement the system on valuation and taxability of various
income streams such as interest charges, commissions and all other types of
services like inter branch transfer, removal of capital goods, employee benefits,
support function cost etc. with respect to GST/ SGST/ IGST/ UGST, suggest
suitable changes if any in compliance with the extant provisions/ notifications/
role of the GST law as and when notified.
d. Notices/ Assessment proceedings/ Appeals i. Representation before GST/ Other Indirect Tax authorities in connection with
the assessment proceedings, penalty proceedings and other indirect tax related
matters, including existing / ongoing appeals / writs etc. and related work
thereto.
ii. Drafting and filing of appeals to appellate authorities, including GST
Commissioner, CESTAT etc.
iii. Briefing/ facilitating counsel for appearing before High Court/ Supreme Court
as and when required.
iv. The scope of work mentioned above is not exhaustive and will include all other
matters relating to GST/ Service Tax as required from time to time.
4. Selection of Consultant:
The consultant will be selected on the basis of their technical and financial bids. The
weightage for technical and financial parameters would be in the ratio of 70% and
30% respectively. You are requested to submit your proposal in form of technical
and financial bids in separate sealed covers. Bids are to be strictly submitted
as per format attached. (Annexure I & II)
The firm will be technically evaluated on the following criteria:
Sr. No. Criteria Weightage
1. Past experience of the firm
Number of years’ experience
Past experience of handling assignments of similar nature
Past experience of banking industry
Past experience of PSU
60%
20%
50% 20% 10%
-
6
2. Experience of Key Personnel
Qualifications
Relevant Experience
25%
30%
70%
3. Financial Strength of the consultant
Turnover figure of the last three years, in India
Net profit figure during the last there years, in India
15%
The financial bids will be opened only of those consultants who secure minimum 65%
marks in the technical evaluation.
The time lines are as below:
Sr.No Particulars Date
1 Date of Issue of Letters 14 June 2019
2 Pre Bid meeting 21 June 2019
3 Last date for submission
of Bids
01 July 2019 (upto
15:00 Hrs)
4 Opening of Technical Bids 01 July 2019 (16:00
Hrs)
5 Opening of Commercial
Bids Will be intimated
5. Earnest Money Deposit (EMD)
The bidder should furnish a demand draft for Rs. 50,000/- payable to National Bank
for Agriculture and Rural Development, Mumbai towards EMD along with the
technical bid document. Bids submitted without the EMD would be liable for rejection.
6. Other Terms and Conditions:
1. The bid should be submitted in two sealed envelopes:
Envelope 1 containing:
a. Technical Bid as per Annexure – I
b. DD towards EMD and
c. Integrity pact (duly stamped)
Envelope 2 containing:
a. Commercial Bid as per Annexure – II (only one bid to be submitted)
2. Envelope containing bids complete in all respects duly signed by the tenderer and
sealed as necessary should be dropped inside the Tender Box available in 2nd Floor E
-
7
Wing before 15:00 hrs on 01 July 2019. Bids received by post / courier / fax /
email etc., will not be considered.
3. The technical bids will be opened on 01 July 2019 (16:00 Hrs), in the presence of
consultants or their authorised representatives who choose to be present. NABARD
reserves the right to accept or reject any tender, either in whole or in part without
assigning any reasons thereof. Consultants are advised to quote reasonable rates based
on the market price of such services during the contract period.
4. Only those financial bids will be opened which have qualified under the technical bid.
5. You are requested to quote a lump sum retainership fees on an annual (12
month) basis which shall be inclusive of cost of attending NABARD cases before the
GST Authorities / Tribunal / courts etc. which be inclusive of the pending cases
(ongoing assessment, show cause notices, revision petitions etc.)
6. Quotations which do not fulfil all or any of the NABARD’s condition or are incomplete
in any respect and with the consultants own conditions are liable to be rejected.
7. All the documents enclosed with the offer document to be serially numbered and duly
signed and sealed by the firm or authorized partner. The person(s) signing the bid
documents shall initial all pages of the bid. Any overwriting/ use of white fluid on the
bids are not acceptable and are liable to be rejected.
8. Any discrepancies, omission, ambiguities in the letter inviting quotation, if any or any
doubt as to the meaning will be clarified in the pre bid meeting to be held on 21
June 2019 at 11.00 AM at conference hall at NABARD, 4th Floor , ‘C’ Wing Bandra
Kurla Complex, Bandra (E), Mumbai - 400051. NABARD will not be responsible if any
discrepancies, omission, ambiguities in the quotation or any doubts as to their
meaning are not brought to the notice of NABARD in the pre bid meeting.
9. The successful respondent shall execute an agreement with NABARD within 7 days
from the date of selection.
10. All costs and expenses incurred by Respondents in any way associated with the
development, preparation, submission of responses, attendance at meetings,
discussions, demonstrations, etc. and providing any additional information required
by NABARD, will be borne entirely and exclusively by the Respondent.
11. No Legal Relationship :
No legal relationship will exist between any of the Respondents and NABARD until
execution of an agreement.
12. Respondent Obligation to Inform Itself
-
8
The Respondent must conduct its own investigation and analysis regarding any
information contained in the letter inviting quotations and the meaning and impact of
that information.
13. Each respondent acknowledges and accepts that NABARD may in its absolute
discretion apply selection criteria specified in the letter for evaluation of proposals for
short listing/ selecting eligible respondent. This letter inviting quotations will not form
part of any contract or arrangement which may result from the issue of this letter
inviting quotations.
14. All submissions, including any accompanying documents, will become the property of
NABARD and the same will be subject to RTI ACT, 2005. Respondents shall be
deemed to license, and grant all rights to NABARD to reproduce the whole or any
portion of their submission for the purpose of evaluation, to disclose the contents of
the submission to other Respondents and to disclose and / or use the contents of the
submission as the basis for any resulting process, notwithstanding any copyright or
other intellectual property right that may subsist in the submission of accompanying
documents.
15. Disqualification
Any form of canvassing / lobbying / influence / regarding short listing, status, etc. will
be a disqualification.
The firm or its partners should not possess any office of profit in NABARD. The firm
should not have been prohibited /debarred/ blacklisted by any regulating Authority/
Agency including IRDA, RBI, SEBI, ICAI C&AG etc.
16. This invitation letter is issued in Hindi also. The English version shall be valid in case
of discrepancy.
17. Disclaimer :
Subject to any law to the contrary, and to the maximum extent permitted by law,
National Bank for Agriculture and Rural Development (NABARD) and its officers,
employees, contractors, agents, and advisors disclaim all liability from any loss or
damage (whether foreseeable or not) suffered by any person acting on or refraining
from acting because of any information including forecasts, statements, estimates, or
projections contained in this letter inviting quotations or conduct ancillary to it
whether or not the loss or damage arises in connection with any negligence, omission,
default on the part of NABARD or any of its officers, employees, contractors, agents,
or advisers.
-
9
18. NABARD reserves the right to cancel the entire process of appointment of GST
Consultants at its sole discretion at any stage without assigning any reasons to any of
the participants.
-
10
Annexure- I
Appointment of GST Consultants of NABARD
The format for technical bids
Sr. No.
Particulars Details to be filled in by
the applicant 1 Name of the Firm:
2 Whether the Firm is registered in India: (copy of registration certificate with to be enclosed)
3 Firm Registration No and date:
4 Full Address and Contact Details :
5 No. of qualified staff: (Details may be furnished in a separate sheet)
6 Experience of the Firm in No. of years in tax consultancy:
7 The experience of the firm in providing tax / audit / consultancy services etc. to at least 3 large establishments whose turnover during the preceding three years must be at least Rs.10000 crore. [The necessary financial documents of the establishments may be enclosed]
8 Details of experience in providing tax / audit / consultancy services to PSU / Banking clients. (please enclose necessary documents)
9 No of staff you propose to assign:
10 Experience of Key personnel (partner who will handle the assignment) [CV to be submitted]
11 CV of the core team who will handle the assignment to be attached:
12 Turnover of the firm for last three FY, In India : Balance Sheet, P/L Account, Annual Report for the last three years may be submitted.
Note: All information should be complete duly supported
Place:
Date: Yours faithfully
Authorised Signatory
Annexure- II
-
11
Appointment of GST Consultants of NABARD
The format for Financial Bids
Name of the Firm:
Particulars Amount (in ₹) Pl indicate in both words and figures:
Period / unit
Retainership fees figures: ₹ Per year- 12 month basis Words: Rupees
The above fee is excluding GST. Applicable GST will be levied on the above amount.
Place:
Date: Yours faithfully
Authorised Signatory
-
12
INTEGRITY PACT
Between
National Bank for Agriculture and Rural Development (NABARD)
hereinafter referred to as “The Principal”
And
…………………………………………. hereinafter referred to as “The
Bidder/Contractor”
Preamble
The Principal intends to award, under laid down organizational procedures,
contract/s for ……………………………….. . The Principal values full compliance with all
relevant laws of the land, rules, regulation, and economic use of resources and of
fairness /transparency in its relations with its Bidder(s) and/or Contractor(s).
In order to achieve these goals, the Principal will appoint Independent External
Monitors (IEMs) who will monitor the tender process and the execution of the
contract for compliance with the principles mentioned above.
Section 1 – Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:-
a. No employee of the Principal, personally or through family members, will in
connection with the tender for, or the execution of a contract, demand, take a promise
for or accept, for self or third person, any material or immaterial benefit which the
person is not legally entitled to.
b. The Principal will, during the tender process treat all Bidder(s) with equity and
reason. The Principal will, in particular, before and during the tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential / additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in
this regard, the Principal will inform the Chief Vigilance Officer and in addition can
initiate disciplinary actions.
Section 2 – Commitments of the Bidder(s)/Contractor(s)
(1) The Bidder(s) / Contractor(s) commit themselves to take all measures necessary to
prevent corruption. The Bidder(s) / Contractor(s) commit themselves to observe the
following principles during participation in the tender process and during the contract
execution :
a. The Bidder(s) / Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal’s employees involved in the tender
process or the execution of the contract or to any third person any material or other
benefit which he/she is not legally entitled to, in order to obtain in exchange any
-
13
advantage of any kind whatsoever during the tender process or during the execution
of the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelisation in the bidding process.
c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act; further the Bidder(s) / Contractor(s) will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of
the Agents/representatives in India, if any. Similarly the Bidder(s)/Contractors(s) of
Indian Nationality shall furnish the name and address of the foreign principals, if
any.
e. The Bidder(s) /Contractor(s) will, when presenting their bid, disclose any and all
payments made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
f. Bidder(s) /Contractor(s) who have signed the Integrity Pact shall not approach the
Courts while representing the matter to IEMs and shall wait for their decision in the
matter.
(2) The Bidder(s) /Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
Section 3 – Disqualification from tender process and exclusion from future
contracts
If the Bidder(s) /Contractor(s), before award or during execution has committed a
transgression through a violation of Section 2, above or in any other form which put
their reliability or credibility in question, the Principal is entitled to disqualify the
Bidder(s) /Contractor(s) from the tender process.
Section 4 – Compensation for Damages
(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover the damages
equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
-
14
demand and recover from the Contractor liquidated damages of the Contract value or the
amount equivalent to Performance Bank Guarantee.
Section 5 – Previous transgression
(1) The Bidder declares that no previous transgressions occurred in the last three years with
any other Company in any country conforming to the anti-corruption approach or with
any Public Sector Enterprise in India that could justify his exclusion from the tender
process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process.
Section 6 – Equal treatment of all Bidders / Contractors/ Subcontractors
(1) In case of Sub-contracting, the Principal Contractor shall take the responsibility of the
adoption of Integrity Pact by the Sub-contractor.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders and Contractors
(3) The Principal will disqualify from the tender process all bidders who do not sign the Pact or violate its provisions.
Section 7 – Criminal charges against violating Bidders(s) / Contractor(s)/
Subcontractor(s)
If the Principal obtains knowledge of conduct of a Bidder, Contractor or
Subcontractor, or of an employee or a representative or an associate of a Bidder,
Contractor or Subcontractor which constitutes corruption, or if the Principal has
substantive suspicion in this regard, the Principal will inform the same to the Chief
Vigilance Officer.
Section 8 – Independent External Monitor
(1) The Principal appoints competent and credible Independent External Monitor for this
Pact after approval by the Central Vigilance Commission. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties comply with
the obligations under this agreement.
The Independent External Monitor appointed for NABARD is
SHRI SUBODH KUMAR GOEL
Sai Tower 6, CWG Village, New Delhi – 110092
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his/her functions neutrally and independently. The Monitor would have access
to all Contract documents, whenever required. It will be obligatory for him / her to treat
the information and documents of the Bidders /Contractors as confidential. He / she
reports to the Chairman, NABARD.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the
-
15
Contractor. The Contractor will also grant the Monitor, upon his/her request and
demonstration of a valid interest, unrestricted and unconditional access to their project
documentation. The same is applicable to Sub-contractors.
(4) The monitor is under contractual obligation to treat the information and documents of
the Bidder(s) /Contractor(s) / Sub-contractor(s) with confidentiality. The Monitor has
also signed declarations on ‘Non-disclosure of Confidential Information and of ‘Absence
of Conflict of Interest’. In case of any conflict of interest arising at a later date, the IEM
shall inform Chairman, NABARD and recuse himself/herself from that case.
(5) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project, provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
(6) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he/she
will so inform the Management of the Principal and request the Management to
discontinue or take corrective action, or to take other relevant action. The monitor can
in this regard submit non-binding recommendations. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action
or tolerate action.
(7) The monitor will submit a written report to the Chairman, NABARD within 8 to 10 weeks
from the date of reference or intimation to him by the Principal and, should the occasion
arise, submit proposal for correcting problematic situations.
(8) If the Monitor has reported to the Chairman, NABARD, a substantiated suspicion of an
offence under the relevant IPC/PC Act, and the Chairman NABARD has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the
Chief Vigilance Officer, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner.
(9) The word ‘Monitor’ would include both singular and plural.
Section 9 – Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor
12 months after the last payment under the contract, and for all other Bidders 6
months after the contract has been awarded. Any violation of the same would entail
disqualification of the bidders and exclusion from future business dealings.
If any claim is made/lodged during this time, the same shall be binding and continue
to be valid despite the lapse of this pact as specified above, unless it is
discharge/determined by the Chairman of NABARD.
Section 10 – Other provisions
(1) This agreement is subject of Indian Law, Place of performance and jurisdiction is the Head Office of the Principal, i.e. Mumbai.
-
16
(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all
partners or consortium members. (4) Should one or several provisions of this agreement turn out to be invalid, the remainder
of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.
(5) Issues like Warranty/Guarantee etc. shall be outside the purview of IEMs. (6) In the event of any contradiction between the Integrity Pact and its Annexure, if any, the
Clause in the Integrity Pact will prevail.
_______________________ _________________________
(For & On behalf of the Principal) (For & on behalf of the Bidder/Contractor)
(Office Seal) (Office Seal)
Place _______________
Date _______________
Witness 1:
(Name & Address) ____________________________
____________________________
____________________________
Witness 2:
(Name & Address) ____________________________
____________________________
____________________________