Appointment of Consultant - Advisory Services on Forex Risk Management

Similar documents
for SUPPLY OF HP TONER CARTRIDGE

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

Ref. No. P&S/F.2/OR/198/ Date:

Procurement of Licences of Business Objects BI Platform

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

Corporation Bank. (A Premier Public Sector Bank)

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

TACTV TENDER CUM AUCTION FOR SALE OF USED OFFICE CAR. (Mitsubishi Cedia Sports Sedan Registration No:TN-09-W-3333).

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

INDIAN INSTITUTE OF SCIENCE BENGALURU

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

REQUEST FOR PROPOSAL

NOTICE INVITING TENDERS FOR

Ref : F.No:21-1/2013/ NCTE/GA Date:11 th February, 2015 QUOTATION FOR ANNUAL MAINTENANCE CONTRACT (AMC) FOR AIR CONDITIONERS AND WATER COLLERS

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

(A State Govt. University) Ph. No.-(0522) , 43, 45 Website: Tender Notice

Registration No. of office vehicle 1 DL-5-CD-0775 Esteem (Maruti) Vxi

ICSI HOUSE, C-36, Sector-62, Noida

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

NOTICE FOR EMPANELMENT OF AIR/ TRAIN TICKETING AGENCIES

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) EXPRESSION OF INTEREST FOR. Sale of Non-Agricultural LAND (Residential) AT SANGLI

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

ICSI HOUSE, C-36, Sector-62, Noida

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES.

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

BANK OF BARODA, DISPOSAL OF VEHICLE

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI

DETAILS OF THE WORK IN BRIEF: AMC OF AIR-CONDITIONERS : ONE YEAR FROM THE DATE OF ISSUE OF LOI

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

ICSI HOUSE, C-36, Sector-62, Noida

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

faona Phone: , , (fax) Website:

REQUEST FOR PROPOSAL

BRANCH EXPANSION AND SUPPORT SERVICES DIVISION

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

/ :55 P.M :00 A.M.

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

Scope of Audit. Compilation of Accounts:

at 13:30 hrs

REQUEST FOR PROPOSAL FOR SPRAY DRIER

Pest Control of Branches/Offices

BANK OF BARODA BOB Towers, 4 th Floor,(P&E Deptt.) North Gujarat Zone Opp. Law Garden, Ellis Bridge Ahmedabad

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

ICSI HOUSE, C-36, Sector-62, Noida

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

Date: 15/09/ INTRODUCTION

ZONAL OFFICE NAVI MUMBAI FOR BANK OF INDIA SHAHAPUR BRANCH

Notice inviting applications for Empanelment of Forensic Auditors

Request for Proposal (RFP) for Engagement of Statutory Auditors for Indian Institute of Corporate Affairs for the year

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. TENDER NOTICE INVITATION OF BIDS FOR HIRING OF TAXI/MOTOR VEHICLES AT AO, AGRA

NATIONAL FERTILIZERS LIMITED (A Government of India Enterprise) CIN No. L74899DLI974GOI CORPORATE OFFICE A-11, Sector-24, NOIDA (U.P.

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

REQUEST FOR PROPOSAL FROM CHARTERED ACCOUNTANT FIRMS FOR

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

Housing and Urban Development Corporation Ltd. (HUDCO) (A Government of India Enterprise)

State Bank of India PREMISES & ESTATE DEPT., LOCAL HEAD OFFICE, CHENNAI

PUNJAB & SIND BANK APPLICATION FOR EMPANELMENT OF INTERIOR FURNISHERS. Application Reference No: - PSB/ZO. Delhi II/GA/EF/01/

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

REQUEST FOR BID (RFB) FOR SALE OF INDIAN BANK SHAREHOLDING IN FINO PAYTECH LIMITED (FORMERLY KNOWN AS FINO)

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016

Tender inviting two bid quotations for supply of Note counting Machines & AMC. Supply of Note counting Machines. As per enclosed attachment

SBI. PREMISES & ESTATE DEPT., LOCAL HEAD OFFICE, 3 rd FLOOR KOTI, BANK STREET, HYDERABAD

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Tender enquiry for supply of seeds of Taiwan Red- Lady-786 Gyno-dioecious variety of papaya.

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

PROVIDING PEST CONTROL SERVICES DURING 57 TH AND 58 TH EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

Corporation Bank. (A Premier Public Sector Bank)

Tender No. AAI/CC/205/88/ / Date:

NOTICE INVITING TENDER (NIT) (e-tender)

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

RASHTRIYA ISPAT NIGAM LIMITED Visakhapatnam Steel Plant (A Govt of India Enterprise

TENDER FOR ENGAGEMENT OF CAR SERVICE PROVIDER FOR HIRE OF CARS VISAKHAPATNAM, ANDHRA PRADESH

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

NOTICE INVITING TENDER (NIT)

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati

Transcription:

Appointment of Consultant - Advisory Services on Forex Risk Management 1. BACKGROUND Power Finance Corporation Limited (hereinafter referred to as PFC or Company ) is a public sector undertaking, under the administrative control of the Ministry of Power, Government of India. PFC is engaged in the business of providing large range of Financial Products and Services like Project Term Loan, Lease Financing, Direct Discounting of Bills, Short Term Loan, Consultancy Services etc. for various Power projects in Generation, Transmission, Distribution sector as well as for Renovation & Modernization of existing power projects. PFC has exposures with various Banks / Multilateral Agencies and has entered into various swap transactions for risk mitigation. Keeping in view the nature of operation of PFC, it is proposed to appoint a Consultant Foreign Exchange (Forex) Risk Management in order to have their expert advice and also to gain advantage of latest available tools / techniques in derivatives and risk mitigation products. The appointment of consultant for Advisory Services on Forex Risk Management shall be on retainership basis for a period of one year starting from 3rd July 2013. A. Bid Document Interested bidders may obtain further information from the Office of AGM (AL&RM), Power Finance Corporation Limited, Urjanidhi, 1 Barakhamba Lane, Connaught Place, New Delhi-110001, India. Request for Proposal (RFP) can be obtained by interested bidders on written request and against a nonrefundable payment of Rs.300/- in the form of a Demand Draft or Banker s Cheque payable at New Delhi in favour of Power Finance Corporation Limited. The RFP documents are not transferable and the bidders who purchase the RFP documents in their names are only eligible for submission of bid. The RFP may be obtained from the above address during office hours on all working days either in person or by post from 13.02.2013 to 28.02.2013 (except Saturday, Sunday and Govt. Holidays) between 10.30 hrs to 13.00 hrs and 14.30 hrs to 16.30 hrs. Bids shall be received upto 1100 hrs. on 07.03.2013. The time table for bid process is as follows: Cost of Tender Document Rs 300/- Bid Security Rs 20,000/- Sale of Tender Document Between 13.02.2013 and 28.02.2013 Last date of submission of bid 07.03.2013 upto 11:00 hrs Opening of Technical Bids 07.03.2013 at 11:30 hrs Date for making presentation To be intimated later on Opening of Financial Bids After evaluation of Technical Bids However, bidders / tenderers are at liberty to download the tender document from PFC website subject to payment of Rs 300/- in the form of separate Banker s Cheque/Draft on a/c of cost of tender document to be submitted along with the technical bid. Bidders are required to write their name, full address and mobile number on the back of Bank Draft/Banker s Cheque. The same shall be submitted along with technical bid in envelope 1.Tender received without the tender cost i.e. Rs. 300/- will not be considered for any reasons. B. Bid Security (a) The Consultant shall furnish, as part of its Techincal bid, bid security for an amount of Rs 20,000/ (Rupees Twenty Thousand only). The bid security shall initially be valid for a period upto two months beyond original bid validity period i.e. upto total of Six (6) calendar months from the date of opening of technical bid. 1

(b) The bid security is required to protect the Company against the risk of Consultant s conduct which would warrant the Bid Security forfeiture, pursuant to the following:- (i) If a Consultant withdraws its bid during the period of bid validity. or (ii) In case of mis-representation or wrongful declaration/ presentation of qualifying data and other facts; or (iii) In case of a successful Consultant, if the Consultant fails to sign the Contract (c) The Bid Security shall be made payable to the Company without any condition whatsoever. (d) Any bid not accompanied by the required bid security in accordance with provisions of these clauses will be rejected and treated as non-responsive and shall not be opened. (e) The Bid Security shall be denominated in Indian Rupees only and shall be in the form of a Bank Draft or a Bankers Cheque in favour of Power Finance Corporation Limited, New Delhi, payable at New Delhi from a scheduled Bank as per RBI Act.The same shall be submitted along with technical bid in envelope 1. (f) The bid security will be discharged and/or returned as promptly as possible but not later than 60 days after the expiration of the period of bid validity prescribed by the PFC. (g) No interest shall be payable by the Company on the above bid security. 2. INSTRUCTIONS TO BIDDERS ON SUBMISSION OF PROPOSAL: The Proposal shall be submitted containing 2 envelopes as indicated below: Envelope 1 (Sealed superscribing Technical bid for providing Advisory Services on Forex Risk Management ) containing the Technical bid as per format in Annexure A, shall be addressed to Sh. Sanjay Saxena, AGM(AL&RM), Power Finance Corporation Ltd., 8 th Floor, UrjaNidhi, 1, Barakhamba Lane, Connaught Place, New Delhi-110001. The date and timing of the presentation will be intimated to the bidders through email or fax (no TA / DA, airfare etc shall be paid to the bidders for making presentation at PFC office at Delhi) Envelope 2 (Sealed superscribing Financial bid for providing Advisory Services on Forex Risk Management ) containing the Financial Bid as per format in Annexure B, shall be addressed to Sh. Sanjay Saxena, AGM (AL&RM), Power Finance Corporation Ltd., 8 th Floor, UrjaNidhi, 1, Barakhamba Lane, Connaught Place, New Delhi-110001, to be opened only after the presentations and of only those parties who qualify in the Technical bid. The Financial Bids of the bidders short-listed after Technical evaluation stage would be opened by the committee in the presence of the bidders/ their authorized representatives, if any, who desire to be present. Such bidders shall be informed at least two days in advance of the date of opening. Please note that conditional bids and/ or bids received after the stipulated date & time will be rejected. The bids (both Technical & Financial bid) shall be submitted by hand or through post/ courier so as to reach PFC office on or before 11:00 hrs. on 07 th March, 2013. Mailing of the bid will be solely at the risk of the bidder and PFC will not be responsible for any postal/transit delay. The technical bids submitted shall be opened at 11:30 hrs. on the same day, in the presence of the bidders/ their authorized representatives, if any, who are present. 2

3. BID EVALUATION PROCESS A. TECHNICAL BID EVALUATION Technical bid evaluation will be carried out on the basis of following: Acceptance of scope of work and all other terms & conditions by the Bidder. Bidder s experience in implementing similar services in Banks/ PFIs/ NBFCs in the past 5 years (i.e. from 01.04.2007 till last date for submission of bids) Copy of letter of award and Certificate of Completion / any other proof evidencing the execution of assignment from clients of consultant. Experience of the key staff to be associated with PFC. The presentation made by the bidders and the clarifications given. A maximum of 100 marks will be allocated for the Technical bid. The evaluation of functional and technical capabilities of the bidders will be completed first as per the following criteria: Technical Evaluation for Advisory Services on Forex Risk Management Sl No. Evaluation Parameters Maximum Score 1. Experience* 60 Consultancy Services in the area of Forex Derivative in the past 5 years (i.e from 01.04.2007) (i) Two such institutions 30 Three such institutions 40 More than Three such institutions 50 (ii) If one of above institutions is a public sector institution 5 If two or more of above institutions are public sector institutions 10 2 Key staff (to be associated with PFC) experience in similar areas 10 Below 3 years 2 3 to 5 years 5 Over 5 years 10 3 Presentation by the Bidders 30 Demonstration of In-depth understanding of PFCs requirements through 15 the technical proposal supplemented by presentation Answers to the PFC s queries during presentation 15 *Note(i) Experience / assignment with the client should be alteast for a period of one year. (ii) Banks: Scheduled commercial banks; PFI : Public Financial Institution; NBFC: Non-Banking Financial Companies Bidders who score 60 % or above in the technical bid evaluation as mentioned above will qualify for the next stage of evaluation (i.e. Financial bid evaluation). If number of bidders, who secures 60% or above score, is less than 3 (three), PFC has discretion to shortlist upto top three bidders provided they score a minimum of 50% marks. Bidder is required to include a disclosure statement of any potential conflict of interest (form 4) the bidding organization or its associates or subsidiaries or holding companies or group companies may have due to other clients, current or former employees, contracts or interests associated with this project. 3

The bidder s response must contain all documents, information, and details required by this offer. If the bidder s response does not include all the documents and information required or is incomplete, such bid will be rejected. B. FINANCIAL BID EVALUATION The Financial Bids (submitted as per Annexure-B) of the bidders short-listed after Technical evaluation stage would be opened by the committee in the presence of the bidders/ their authorized representatives who are present. As per Annexure-B, the Financial Bid to be submitted should be all inclusive but excluding service tax which shall be payable at the rate in force as per the applicable law. However, if PFC desires the visit of the consultant who are outside Delhi/ NCR, travelling expenses to the extent of Economy class airfare as per actuals and out of pocket expenses (for boarding and lodging) to the maximum of Rs 8,000/- per day shall be reimbursed on producing original bills to PFC. C. OVERALL EVALUATION On the basis of the evaluation done above, Least Price shall be arrived at using the following methodology:- The PFC will give 70% weight age to the technical evaluation score and 30% weight age to the financial evaluation using the formula as given below: F low T bid SIB = -------------- X 0.30 + -------------- X 0.70 F bid T high Where, SIB = Score of Individual Bid F low = Lowest Financial Bid amongst all bidders F bid = Actual Financial bid submitted by a bidder T bid = Technical Score of a bidder T high = Highest technical Score among all bidders The bidder with highest score (SIB) becomes the successful Least Price bidder (L1), the bidder with the second highest score (SIB) becomes (L2), and so on. 4. Scope of Work for Advisory Services on Forex Risk Management The consultant shall be required to do the following job: Study the existing CRM Policy and Procedures and suggest the modifications / improvements / amendments based on his experience Provide inputs on regular or any specific change with regard to regulatory norms that could impact the Currency Risk Management Policy Guide in setting risk limits and appropriate benchmarks including hedge ratios for all Foreign Currency Loans (FCLs) Advise in formulation of new hedging strategies to mitigate exchange and interest rate risks Provide inputs on any new suitable products (derivatives) available in the market and / any new instruments allowed by RBI for hedging currency and interest rate risks Provide updates on changes in RBI / FEMA / SEBI regulations on currency and Interest Rate Risk Management. Provide regular views on the trends in currencies and interest rate movements and analysis of economic data and suggest an appropriate time of hedging Forex and interest rate exposures 4

Assist in design and maintenance of a currency book Periodic evaluation of derivatives (MtM) and the underlying and establishing hedge effectiveness. Design and Develop MIS Formats for FX transactions Evolve appropriate Forex exposure information system Design of Daily / Monthly / Quarterly exposure reports and sensitivity analysis Evaluate and discuss the trends in currency market and impact of the same on the hedged and unhedged portions of PFC s Forex and Interest rate exposures Evaluate any option structures offered by the bank to PFC and give recommendation on the same Provide reports as and when called for on forecast and trends in currency market and interest rate market Study interest rate exposure of foreign currency borrowings (short term and long term) and advice interest rate risk management strategies Provide training (knowledge up gradation) on various permitted derivative instruments available in the market such as interest rates swaps, currency swaps, principal only swaps, forward covers, cross currency forward covers, cross currency options, rupee options etc., based on PFC s risk management policy Assist in identifying suitable systems for implementing an appropriate Currency Risk Management framework Report at PFC s office as and when required to discuss on Forex Risk Management Framework / strategies Advise, as and when required, on resources mobilization perspective of PFC with respect to interest rate structure (fixed or floating), currency, tenure etc. of borrowing Any advice / strategy needed in servicing Foreign Currency loans and Foreign Currency derivatives Provide guidance on deal related documents including signing of ISDA agreements with Banks. The above scope of work is indicative and shall include all the activities required to provide the advisory services in respect of Forex Risk Management. Apart from the above specified jobs, if concerned departments feel that consultant s opinion is required on any issue concerning loans / exposures / management, the consultant would do the needful as required. As a package of their advisory services, PFC will be entitled to use online website product of the consultant covering all of the modules of the consultant s website. 5. Other terms The consultant would be appointed on retainership basis for a period of one year The consultant may be required to visit PFC office as per the requirement. In connection with the above, you are requested to quote (as per Annexure B) all inclusive fees but excluding service tax which shall be payable at the rate in force as per the applicable law. However, if PFC desires the visit of the consultant located outside Delhi/ NCR, he shall be reimbursed actual Economy class airfare for his visit to PFC from his contact office in India and out of pocket expenses (for boarding and lodging) to the maximum of Rs 8,000/- per day on production of original bills. The payment of the fee will be payable quarterly in arrears. The amount quoted in the financial bid should not be less than Rs 1/- (Rupee one only) failing which the financial bid would be rejected. 5

No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity. Withdrawal/modification of a bid during this interval may result in the forfeiture of bid security at the sole discretion of the PFC. The law which is to apply to the Contract and under which the Contract is to be constructed shall be Indian Law. The Courts of Delhi shall have exclusive jurisdiction in all the matters arising in the Contract including execution of Arbitration Award. Bidders must warrant that it is financial solvent and is profit making company during the last two years based on audited accounts. No further discussion/ interface will be granted to bidders whose bids have been disqualified PFC reserves the right to cancel the bidding process at any time without (i) assigning any reason and (ii) incurring any financial obligation to any bidder. All papers, forms etc are required to be signed by the authorized person. Bid Validity: a. The offer should be valid for four months from the last date of submission of the offer. b. In exceptional circumstances, the PFC may solicit the Consultant s consent to an extension of the period of validity. The request and the response thereto shall be made in writing. A Consultant may refuse the request without forfeiting his bid security. A Consultant accepting the request will not be required or permitted to modify its bid. For any further clarification, please contact Shri Sanjay Saxena, AGM (AL&RM), Power Finance Corporation Limited, 'Urjanidhi', 1, Barakhamba Lane, Connaught Place, New Delhi-110 001 Tel. 011-23456801 6

Annexure A Format for Submission of Technical Bid TECHNICAL PROPOSAL FORM Ref No.. Date To, AGM (AL&RM) POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking) Regd. Office: UrjaNidhi, 1, Barakhamba Lane, Connaught Place, New Delhi-110001, India Sub.: Advisory Services on Forex Risk Management 01. We hereby propose to provide consultancy services for Advisory Services on Forex Risk Management as outlined in your bidding document. We have understood the instructions and the terms and conditions mentioned in the Bid Documents furnished by you and have thoroughly examined the detailed scope of work laid down by you and are fully aware of nature and scope of work required. We hereby confirm our acceptance and compliance to the provisions and terms & conditions contained in the Bid Documents. 02. Our proposal shall remain valid for acceptance for four months from the last date of submission of the offer. 03. We confirm that the prices quoted by us in the "Financial Bid" are firm and shall not be subject to any variation for the entire period of the contract. 04. We hereby furnish our "Technical Bid" Sl. No Particulars Details furnished by the bidder 1 Name of Company/Consultant/Bidder 2 Postal address (Contact office) Authorisation Letter As per Form 1 3 Details of the key staff who shall deal with PFC & their As per Form 2 experience in the field under reference 4 Telephone/mobile and Fax number 5 Details of experience of the firm in the field under As per Form 3 reference 6 Declaration for Conflict of Interest As per Form 4 7 Declaration for No Conviction from Court of Law As per Form 5 8 Acceptance of Anti Fraud Policy As per Form 6 9 Declaration of PAN, TIN etc As per Form 7 10 Electronic fund Transfer Details As per Form 8 11 Cost of RFP document (if not paid earlier) Enclosed 12 Bid Security (of Rs 20,000) Enclosed 05. We further confirm that any deviation to the clauses found anywhere in our Bid Proposal, implicit or explicit, shall stand unconditionally withdrawn, without any implication whatsoever to PFC, failing which the Bid Security may be forfeited. 7

06. We certify that all the information provided in our bid, including the information regarding the team members, are true. We understand that any wilful misstatement in the bid may lead to disqualification or cancellation of award if made or termination of contract. We also understand that in such a case we may be debarred for future assignments with PFC for a period of maximum three years from the date of such disqualification. Yours truly, 8

Form 1 AUTHORISATION LETTER I certify that I am of the Consultant which is constituted under the laws of and that who signed the above tender is authorised to bind the organisation by authority of its governing body. Note : In case of partnership firm, a power of attorney duly notarised nominating/authorising the authorised signatory to execute the above authorisation letter should be enclosed. In case of company, a duly certified true copy by Company Secretary for authorising the authorised signatory to execute the above authorisation letter should be enclosed. 9

Form 2: Details of the key staff who shall deal with PFC &their experience in the field under reference Sr. No. Name Qualification Designation Professional Experience In years(*) within the company and Total Number of Relevant Experience In similar assignment executed by him/her during last five (5) years(#) (*) C.V. of the project team to be attached is enclosed (#) Details of Client and assignment. I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes the key staff their qualifications, and experience. I understand that any willful misstatement described therein may lead to disqualification of the firm/ company. Note: The bidder may use additional sheets of like size and format, if required. 10

Form-3 ASSIGNMENTS CARRIED OUT BY THE BIDDER WITH THE SIMILAR SCOPE OF WORK FROM 01.04.2007 TILL THE LAST DATE OF SUBMISSION OF BIDS (a) Forex Risk Management Sl NO Name of Assignment Client Type of institution Bank/ PFI/ NBFC Date of Commencement Date of Completion Scope in brief Note: Please attach documentary proof. 11

Form-4 DECLARATION FOR NO CONFLICT OF INTEREST It is certified that as on date no conflict of interest exists, with any other organization, department or party(ies) with respect to the nature of work we (the Consultant) are applying for and that during the assignment we will not undertake any assignment/work/job which may affect the interest of the Client. 12

Form 5 DECLARATION FOR NO CONVICTION FROM COURT OF LAW It is certified that that there has been no conviction by a Court of Law or indictment / adverse order by a regulatory authority for a grave offence against us or any of our sister concern. It is further certified that there is no investigation pending against us or any of our sister concern or against the CEO, Directors / Managers / employees of our concern or any of our sister concern. 13

Form 6 ACCEPTANCE OF ANTI FRAUD POLICY From: Name of consultant To, AGM (AL&RM) POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking) Regd. Office: UrjaNidhi, 1, Barakhamba Lane, Connaught Place, New Delhi-110001, India We have read the contents of the Fraud Prevention Policy of PFC (available at PFC website www.pfcindia.com) and undertake that we along with our associate / collaborator / subcontractors / subvendors / consultants / service providers shall strictly abide by the provisions of the Fraud Prevention policy of PFC. 14

Form 7 DETAILS OF PAN and SERVICE TAX REGN. Bidder s Name & Address To, AGM (AL&RM) POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking) Regd. Office: UrjaNidhi, 1, Barakhamba Lane, Connaught Place, New Delhi-110001, India Dear Sir, The details of our registration in line with the various authorities are as under: (a) PAN Our PAN is as under Permanent Account Number Note: Copy of card indicating PAN duly attested by the bidder under his seal and signature to be submitted. (b) Service Tax number: Our Service Tax number is Service Tax number Note: Copy of registration with upto date amendment to be enclosed. 15

Form 8 Details for EFT Bidders From: Bidder s Name and Address: To, AGM (AL&RM) POWER FINANCE CORPORATION LIMITED (A Govt. of India Undertaking) Regd. Office: UrjaNidhi, 1, Barakhamba Lane, Connaught Place, New Delhi-110001, India Dear Sirs, We, hereby authorise the PFC to make all our payments through Electronic Fund Transfer (EFT) System. The details for facilitating the payments are given below. (TO BE FILLED IN CAPITAL LETTERS) 1. NAME OF THE BENEFICIARY 2. ADDRESS 3.TELEPHONE NO. (WITH STD CODE) 4. BANK PARTICULARS A) BANK NAME B) BANK TELEPHONE NO. (WITH STD CODE) C) BRANCH ADDRESS 16

PINCODE D) BANK FAX NO (WITH STD CODE) E) BRANCE CODE F) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE) G) 11 DIGIT IFSC CODE OF THE BANK BRANCH H) BANK ACCOUNT NUMBER I) BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH REDIT OTHERS IF OTHERS, SPECIFY 1. PERMANENT ACCOUNT NUMBER (PAN) 2. E-MAIL Address for Intimation regarding release of payments 17

I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold the Company responsible 18

Format for Submission of Financial Bid Annexure B The Financial Bid to be submitted should be all inclusive but excluding service tax which shall be payable at the rate applicable in force as per the applicable law. However, if PFC desires the visit of the consultant who are outside Delhi/ NCR, he shall be reimbursed actual Economy class airfare for his visit to PFC from his contact office in India and out of pocket expenses (for boarding and lodging) to the maximum of Rs 8,000/- per day on production of original bills. Financial bid should be submitted in the following format covering all the activities mentioned in Scope of Work (in point 4 of the bid document)on retainership basis for a period of one year Particulars Cost for providing consultancy services for the entire Scope of Work under reference. Quoted Price (Professional Fee in INR inclusive of all except service tax) Note: The bidder may note that L1 bidder will be arrived based on the price quoted above and by using the methodology as per para 3 C. 19