REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IND AS. RFP REFERENCE NO. SBI/FRT/IFRS/02/2016 DATED: 30 th March 2016

Similar documents
REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS)

Tender Number: CB/Ind AS/01/ Date:

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IND AS RFP REFERENCE NO. FAD/70/ DATED: August 22, 2016

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF GOODS AND SERVICES TAX (GST)

REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF TDS CONSULTANT. Date: Time: 3.00 P.M. Date: Time: 3.00 P.M

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR MARKET RISK. RFP REFERENCE NO. 1/2017 DATED: 10 th August, 2017

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR MARKET RISK. RFP REFERENCE NO. 2/2017 DATED: 6 th October, 2017

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

REQUEST FOR PROPOSAL (RFP) GRID CONNECTED ROOFTP SOLAR PV PROJECTS- WORLD BANK PROGRAM ENGAGEMENT OF PROGRAM EXTERNAL AUDITOR

Procurement of Licences of Business Objects BI Platform

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

for SUPPLY OF HP TONER CARTRIDGE

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

Standard Request for Proposals Selection of Consultants

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

REQUEST FOR PROPOSAL (RFP) ENGAGEMENT OF PRACTICING COMPANY SECRETARIES AS CONSULTANT IN THE BANK ON RETAINERSHIP BASIS.

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

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IND AS INDIAN ACCOUNTING STANDARDS

REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF CONSULTANTS FOR Implementation of IFRS converged Indian accounting Standards (IND AS)

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

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

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

REQUEST FOR PROPOSAL. For

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

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

REQUEST FOR PROPOSAL

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks.

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

Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019

Scope of Audit. Compilation of Accounts:

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

REQUEST FOR PROPOSAL

INDIAN INSTITUTE OF SCIENCE BENGALURU

of Toll Collection on Agra Lucknow Expressway

Life Insurance Corporation of India

Request for Proposal (RFP) Document

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

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

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

Government of India. Ministry of Youth Affairs and Sports. Department of Sports

Request for Proposal (RFP) For Appointment of Tax Consultancy Firm

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

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

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

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

STOCK HOLDING CORPORATION OF INDIA LIMITED

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

REQUEST FOR PROPOSAL

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

BASTAR VISHWAVIDYALAYA

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

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

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

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

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

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

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

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

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

IDBI Bank Limited Facilities and Infrastructure Management Department Head Office: IDBI Tower, WTC Complex, Cuffe Parade, Mumbai

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

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM TO

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

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

TENDER FORM HIRING OF STAFF CAR FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

NOTICE INVITING TENDER

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

CANARA BANK SECURITIES LTD. (A wholly owned subsidiary of Canara Bank)

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

(e-procurement System)

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

:: PEPSU ROAD TRANSPORT CORPORATION, PATIALA::

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

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

Appointment of Consultant - Advisory Services on Forex Risk Management

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

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business

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

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

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

ZONAL OFFICE NAVI MUMBAI FOR BANK OF INDIA SHAHAPUR BRANCH

THE COTTON CORPORATION OF INDIA LTD. CBD BELAPUR, NAVI MUMBAI.

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

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

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

NOTICE INVITING TENDERS FOR

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA.

Transcription:

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IND AS RFP REFERENCE NO. SBI/FRT/IFRS/02/2016 DATED: 30 th March 2016 STATE BANK OF INDIA, IFRS DEPARTMENT, 10-D, CENTRE-1, WORLD TRADE CENTRE, CUFFE PARADE MUMBAI 400 005 Page 1 of 31

TABLE OF CONTENTS 1 Bid details 2 Overview 3 Purpose 4 Invitation 5 Definitions 6 Eligibility Criteria 7 Terms of Reference 8 Earnest Money Deposit (EMD) 9 Clarification and amendment of RFP documents 10 Bidding Document 11 Validity period of the Proposed Bid 12 Preparation of proposal /Bid 13 Submission, receipt and opening of proposal 14 Proposal evaluation 15 Disclaimer 16 Contract finalisation 17 Confidentiality Agreement / Undertaking 18 Indemnification 19 Termination of Agreement 20 Miscellaneous Terms & Conditions Page 2 of 31

Annexure A TABLE OF CONTENTS Eligibility Criteria Annexure B Technical Proposal Annexure B-1 Particulars to be furnished for the purpose of appointment of consultant Annexure B-2 Annexure B-3 Particulars in respect of engagement in IFRS/Ind-AS consultancy / audit in Banks / Financial Institutions in India during last Seven years as on 31.12.2015 Financial Performance of the Bidder Annexure B-4 Details of Bidders/affiliates/group companies Annexure B-5 Annexure B-6 Annexure C Details of Partners of the Bidder including its Affiliates/Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services in India Details of full time professional staff of the Bidder including its Affiliates / Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services in India Commercial Proposal Annexure C-1 Financial Bid Annexure D Parameter for selection of consultant Annexure E Terms of Reference Annexure F Payment terms Annexure G Parameters used for technical evaluation Page 3 of 31

Request for Proposal (RFP) 1. BID DETAILS 1 Date and time of commencement of Bidding Process (I,e Posting of Tender Document on Web Site) 2 Last date and time for receipt of written queries for clarification from bidders 3 Date and time for issuing clarifications to queries by the Bank 4 Last date and Time for submission of Bidding Documents including Technical and Financial Bid 5 Date and Time of opening of the Technical Bids 6 Place of opening of Technical Bids Date: 30.03.2016 Time: 3.00 P.M Date: 11.04.2016 Time: 5.00 P.M Date 16.04.2016 Time: 5.00 P.M Date: 21.04.2016 Time: 2.00 P.M Date: 21.04.2016 Time: 3.30 P.M. Corporate Centre, Mumbai Representatives of Bidders may be present during opening of the Technical Bid. However, Technical Bids would be opened even in the absence of any or all of the bidders representatives 7 The eligible bidders, who would qualify as per the eligibility criteria in Annexure A would be informed by the Bank through e-mail. Subsequently, these eligible bidders would be invited for presentation to the appointed internal committee. The technical proposals including presentation shall be evaluated based on parameters given in Annexure G and the bidder securing minimum 80% as per the scoring given in Annexure G shall be considered as qualified for opening of financial bid which shall be opened subsequently. 8 Address for communication ( Bank ) 1. Name: Mr Pradip Kumar Praharaj 2. Designation: Deputy General Manager & Project Director, IFRS Department 3. Address: State Bank of India, 10-D, Centre I, World Trade Centre, Cuffe parade, Mumbai - 400005 4. Contact Number: 022 22160686 5. Fax Number: 022 22183456 6. Email: ifrs@sbi.co.in 9 Earnest Money Deposit Rs. 5,00,000/-(Rupees Five Lacs only) in the form of Demand Draft / Bank Guarantee in favour of State Bank of India payable at Mumbai. EMD should be enclosed with Technical Bid. Page 4 of 31

2. Overview State Bank of India is India s largest bank with a network of over 16000 branches and five Associate Banks having over 6000 branches spread across India. The Bank also has presence in 36 countries across the globe. The Bank offers wide range of products and services to both Corporate and Retail Customers. The Bank also has one of the largest networks of 54000+ATMs spread across all geographical locations. The Bank also provides services to its customers through alternate channels such as Internet Banking, Debit Cards, Mobile Banking, etc. To expand its reach further, the Bank is also forging ahead with cutting edge technologies and innovative new banking models. 3. Purpose State Bank of India (SBI) is required to comply with Ind AS (Indian Accounting Standards) for preparation of financial statements for accounting periods beginning from April 1, 2018 onwards, with comparatives for the periods ending March 31, 2018. In this connection, SBI invites Request for Proposal (RFP) from consultants of repute and proven track record for implementation of Ind AS as per the Terms of Reference given in Annexure E. 4. Invitation The Bank invites Proposals (the Proposals ) for selection of a consultant for implementation of Ind AS as per the Terms of Reference given in Annexure E. The bidders/applicants desirous of taking up the project are invited to submit their proposal in response to this RFP. The criteria and the actual process of evaluation of the response to the RFP and subsequent selection of the Successful Bidder (SB) will be entirely at Bank s discretion. The bidders / applicants should have necessary experience, capability and expertise to perform, as per the scope of work and to adhere to the Bank s requirements/ terms and conditions outlined in the RFP. The RFP is not an offer by State Bank of India, but an invitation to receive responses from the Bidders. No contractual obligation whatsoever shall arise from the RFP process unless and until a formal contract is signed and executed by duly authorized official(s) of State Bank of India with a Successful Bidder. 5. Definitions a. SBI means State Bank of India, constituted under the State Bank of India Act 1955, which has invited the bids for consultancy services, and with which the selected bidder signs the contract for the services to be rendered and to whom the selected bidder shall provide services as per the terms and conditions and terms of reference of the contract. Page 5 of 31

b. Domestic Banking Subsidiaries collectively means State Bank of Bikaner and Jaipur, State Bank of Hyderabad, State Bank of Mysore, State Bank of Patiala and State Bank of Travancore. Individually they shall be referred by their respective names. c. Bidder / Applicant / Consultant means the entity or firm who is submitting its proposal for providing services to SBI. d. Affiliates/Group Companies means membership firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services, registered in India. e. Partner means a professional sharing profit in a chartered accounting firm / LLP as defined under Partnership Act and/or Limited Liability Partnership Act. f. Personnel / Professional means full time staff with minimum qualification of Chartered Accountant and on the payroll of the bidder. g. Proposal/Bid means the technical proposal and the Commercial/Financial proposal. h. RFP means this Request For Proposal prepared by SBI for the selection of consultants. i. Assignment/job means the work to be performed by the consultant pursuant to the contract. j. Terms of Reference (TOR) means the document included in the RFP which explains the scope of work, activities, tasks to be performed, etc. k. Contract means the contract signed by the parties and all the attached documents and the appendices. l. Day means calendar day. m. Parties - Party or Parties means SBI or Bidder /Selected Bidder /Consultant or both as the case may be. 6. Eligibility Criteria : 6.1. Applicants must read carefully the eligibility criteria provided Annexure-A. Proposals of only those Applicants who satisfy these conditions will be considered for evaluation process. To be eligible for evaluation of its Proposal, the Applicant shall fulfill the eligibility criteria given in Annexure A. 6.2. The Eligibility Criteria will apply to the Bidder along with its Affiliates / Group companies/member firms working under the common brand name, should have neither failed to perform on any agreement during the last three years, as evidenced by imposition of a penalty by an arbitral or a judicial pronouncement or arbitration awarded against the Applicant or its Affiliates or its member firms, nor been expelled from any project or agreement nor had any agreement terminated for breach by such Applicant or its Affiliates or member firms. Page 6 of 31

6.3. Conflict of interest 6.3.1. SBI requires that the selected consultants provide professional, objective, and impartial advice, and at all times hold SBI s interest s paramount, strictly avoid conflicts with other assignment(s) / job(s) or their own corporate interests, and act without any expectation/consideration for award of any future assignment(s) from SBI. 6.3.2. Without limitation on the generality of the foregoing, the selected consultants, and any of their affiliates and member firms, shall be considered to have a conflict of interest (and shall not be engaged under any of the circumstances) as set forth below: i. Conflicting assignment/job: The consultant (including its personnel) or any of its affiliates and member firms shall not be hired for any assignment/job that, by its nature, may be in conflict with another assignment/job of consultancy to be executed for the same and/or for another employer. ii. Conflicting relationships: The consultant (including its personnel) having a business or family relationship with a member of SBI s staff who is directly or indirectly involved in any part of (i) the preparation of the terms of reference of the assignment/job, (ii) the selection process for such assignment/job, or (iii) supervision of the contract, may not be awarded a contract, unless the conflict stemming from such a relationship has been resolved in a manner acceptable to SBI throughout the selection process and the execution of the contract. 6.4. Employees of SBI shall not work as, for or be a part of the firm of selected consultants. 7. Terms of Reference: As given in Annexure E. 8. Earnest Money Deposit (EMD) i. The Bidder shall submit the EMD of Rs.5,00,000/- (Rs. Five Lacs only) by way of demand draft / Bank Guarantee favouring State Bank of India payable at Mumbai. EMD may be forfeited in the event of withdrawal of bid during the period of processing the RFP or in case the selected bidder fails to sign the contract. ii. iii. iv. EMD should be kept in the envelope containing Technical Proposal as per Annexure B. Any Technical Proposal envelope not accompanied by the requisite EMD shall be treated as non-responsive and is liable to be rejected. The EMD of the unsuccessful bidders will be returned as early as possible, after completion of process of selection of the consultant. The EMD of the selected Consultant shall be refunded only after successful completion of one year of contract or expiry of the contract whichever is earlier. No interest is payable on the amount of EMD. v. If EMD is forfeited for any reason, the concerned bidder will be debarred from further participation in future three RFPs floated by the Bank. Page 7 of 31

9. Clarification and amendment of RFP documents 9.1. The Bidder may request a clarification on any clause of the RFP documents latest by April 11, 2016 at 05:00 PM. Any request for clarification must be sent by e-mail to ifrs@sbi.co.in. SBI will respond by e-mail. The responses of the Bank will be published on SBI s website without identifying the source of the query. Should SBI deem it necessary to amend the RFP as a result of a clarification, it shall do so in accordance with the procedure stated under paragraph 9.2 below. 9.2. At any time prior to the deadline for submission of proposal, SBI may modify the bidding document by amendment. Any clarification issued by SBI will be in the form of an addendum/ corrigendum and will be available in SBI s website - http://www.statebankofindia.com/ and/or http://www.sbi.co.in. The amendment will be binding on all bidders. SBI, at its discretion may extend the deadline for submission of bids in order to allow prospective bidders a reasonable time to take the amendment into account. Interested applicants are advised to frequently visit the web sites for updating themselves about changes, if any, made in the RFP before the bid submission date. 10. Bidding Document: 10.1. Detailed description of the objectives, scope of services, Deliverables and other requirements relating to this Consultancy are specified in Annexure E of this RFP. Interested applicants eligible as per Annexure A may participate in the Selection Process by submitting the bids as expected in this document. 10.2. Applicants are advised that the selection of Consultant shall be on the basis of an evaluation/selection Process specified in this RFP in Para 14. Applicants shall be deemed to have understood and agreed that no explanation or justification for any aspect of the Selection Process will be given and that the Bank s decisions are without any right of appeal whatsoever. 10.3. No Bidder / Applicant shall submit more than one Application for the Consultancy. 10.4. The Bidder / Applicant shall be responsible for all costs associated with the preparation of their Proposals and their participation in the Selection Process including subsequent negotiation, visits to the Bank etc. The Bank will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Selection Process. 11. Validity period of the Proposal /Bid The proposal shall remain valid for 180 days after the last date for submission of proposal. i.e. 21 st April, 2016. Page 8 of 31

12. Preparation of proposal / Bid 12.1. The proposal as well as all related correspondence exchanged by the bidder with SBI shall be written in the English language. Bidder who fulfil the eligibility criteria specified in Annexure A should send their proposal (both Technical Proposal and Commercial proposal) as per manner set out below to the Deputy General Manager & Project Director, IFRS Department, State Bank of India, World Trade Centre, Cuffe Parade, Mumbai 400 005 so as to reach him by 21 st April 2016 at 02:00 PM. 12.2. The name of the assignment/job shall be Consultancy for implementation of Ind AS Detailed scope of the assignment/job has been described in the Terms of Reference Annexure E. 12.3. The Proposal shall be in two parts viz Technical proposal and Commercial proposal. Both the Technical and Commercial proposals shall be submitted in separate sealed envelopes superscribing TECHNICAL PROPOSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO. SBI/FRT/IFRS/02/2016 on top of the envelope containing technical bid and COMMERCIAL PROPOSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO. SBI/FRT/IFRS/02/2016 on top of the envelope containing Financial Bid. 12.4. These two separate sealed envelopes should be put together in a master envelope duly sealed and superscribing PROPOSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO. SBI/FRT/IFRS/02/2016. 12.5. The Technical proposal is required to be submitted in the format as per Annexure-B together with annexure B1 to B6 and other supporting documents. The Demand Draft/BG for EMD of Rs. 5,00,000/- should also be kept in the envelop containing the technical proposal. 12.6. The eligible bidders, who would qualify as per the eligibility criteria in Annexure A would be informed by the Bank through e-mail. Subsequently, these eligible bidders would be invited for presentation to the appointed internal committee. 12.7. The technical proposals shall be evaluated based on parameters given in Annexure-G including presentation and the firms securing 80% or more as per the scoring given in Annexure-G shall be considered as qualified for opening of financial bid which shall be opened subsequently.. 12.8. In preparing their technical proposal, bidders are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a technical proposal. Page 9 of 31

12.9. The technical proposal shall not include any Commercial proposal. A technical proposal containing Commercial proposal shall be declared invalid and rejected 12.10. The commercial proposal should be submitted as per Annexure C along with Annexure C 1 and should clearly indicate the total cost of the Consultancy in both figures and words, in Indian Rupees, and signed by the Applicant s Authorised Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Commercial Proposal, the lower of the two shall prevail. 12.11. The fee quoted shall state the fee separately for State Bank of India and each of its 5 Domestic Banking Subsidiaries and applicable taxes (applicable taxes will be paid as per the tax rate prevailing at the time of actual payment). No out of pocket expenses shall be borne by the Bank. The fees quoted for each of the 5 Domestic Banking Subsidiaries should not exceed 10% of the amount quoted for SBI. The Commercial proposal shall not include any conditions attached to it. Any such conditional Commercial proposal shall be liable for rejection. Payment will be made after deducting tax deductible at source as per applicable tax laws. 12.12. The selected consultant will be associated with the Bank till the completion of assignments as given in the Terms of reference in Annexure E. The payments terms are as given in the Annexure F. The payments shall be made only upon the completion of the work / assignment to the satisfaction of the Bank in each of the phases. 12.13. In case, before the commencement of contract with the selected consultant any or some of the 5 Domestic Banking subsidiaries are merged with the parent Bank i.e. SBI, no fees shall be payable for such Domestic Banking subsidiary/ subsidiaries. In case the subsidiary/subsidiaries is/are merged at a date later than the signing of the contract but before the completion of the assignment, the fees payable for such subsidiary/subsidiaries shall be based on the work completed as per the payment terms. 12.14. SBI reserves the right to reject any or all of the responses to this RFP without assigning any reason. 12.15. The proposal will be the basis of contract to be signed with the selected bidder. The contract shall be finalised within 30 days from the date of issuance of the final selection letter. 12.16. SBI is not bound to accept any proposal, and reserves the right to annul the selection process without assigning any reason(s), at any time prior to signing of contract, without incurring any liability towards the bidder. Page 10 of 31

13. Submission, receipt and opening of proposal 13.1. The original proposal, both technical and commercial proposals, shall contain no interlineations or overwriting. 13.2. An authorised representative / signatory of the bidder shall initial all pages of the original technical and commercial proposals. The proposals should include a copy of board resolution or power of attorney showing that the signatory has been duly authorized to sign the bid document.the signed technical and Commercial proposals shall be marked original. 13.3. Both the Technical and Commercial proposals shall be submitted in separate sealed envelopes superscribing TECHNICAL PROPSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO. SBI/FRT/IFRS/02/2016 on top of the envelope containing technical bid and COMMERCIAL PROPOSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO SBI/FRT/IFRS/02/2016 on top of the envelope containing Financial Bid. 13.4. These two separate sealed envelopes should be put together in the sealed master envelope superscribing PROPOSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO. SBI/FRT/IFRS/02/2016 and should be addressed to Deputy General Manager & Project Director IFRS Department State Bank of India 10 - D, Centre I, World Trade Centre Cuffe parade Mumbai -400005 13.5. SBI shall not be responsible for postal delay, misplacement, loss or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be a cause for proposal rejection. 13.6. The sealed master envelope containing the technical proposals and commercial proposals should be submitted at the address given in paragraph 13.4 not later than 2.00 p.m. on 21 st April 2016. Any proposal received by SBI after the deadline for submission shall not be accepted. 13.7. The sealed master envelope containing the technical and commercial proposals shall be opened on 21 st April 2016 at 03:30 P.M. The sealed envelope of technical proposal shall be opened while the commercial proposal shall be kept in the sealed envelope for opening at a later date. Representatives of Bidders may be present during opening of the Technical proposals. However, Technical Proposals would be opened even in the absence of any or all of the bidders representatives Page 11 of 31

14. Proposal evaluation 14.1. From the time the proposals are opened to the time the contract is awarded, the bidders should not contact SBI, unless called for. The bidders should also not contact any of the officers/employees or representatives of the bank on any matter related to its technical proposal and/or Commercial proposal with a view to influencing SBI in the examination, evaluation, ranking of proposals, and recommendation for award of contract. Such an effort shall result in the rejection of the bidders proposals. Canvassing in any form would lead to disqualification of the proposal. 14.2. The eligible bidders, who would qualify as per the eligibility criteria in Annexure A would be informed by the Bank through e-mail. Subsequently, these eligible bidders would be invited for presentation to the appointed internal committee. 14.3. The technical proposals including presentation shall be evaluated based on parameters given in Annexure G and the bidder securing minimum 80% as per the scoring given in Annexure G shall be considered as qualified for opening of financial proposals. 14.4. The sealed envelope containing the commercial proposals will be opened subsequently for the qualified bidders. The final selection will be made as per the scoring sheet - Annexure D. 14.5. In case of a discrepancy between amount in words and figures, the former will prevail. 14.6. SBI reserves the right I. to accept or reject any or all the proposals and II. to engage a consultant for the entire Assignment/ Job only for one or more segments of the project. 15. Disclaimer 15.1. The information contained in this Request for Proposal (RFP) document or information provided subsequently to Bidder(s) or applicants whether verbally or in documentary form/email by or on behalf of State Bank of India (Bank), is subject to the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided. 15.2. This RFP is neither an agreement nor an offer and is only an invitation by the Bank to the interested parties for submission of bids. The purpose of this RFP is to provide the Bidder(s) with information to assist the formulation of their proposals. This RFP does not claim to contain all the information each Bidder may require. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP and where necessary obtain independent advices/clarifications. Bank may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP. No contractual obligation whatsoever shall arise from the Page 12 of 31

RFP process until a formal contract is signed and executed by duly authorized officers of the Bank with the Selected Bidder (SB). 15.3. The Bank, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Bid Stage. 15.4. The Bank also accepts no liability of any nature whether resulting from negligence or otherwise, howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. 15.5. The issue of this RFP does not imply that the Bank is bound to select a Bidder or to appoint the Selected Bidder (SB), as the case may be, for the Project and the Bank reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever. 15.6. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Bank or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the Bank shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process. 16. Contract finalisation 16.1. SBI and the selected bidder shall finalise the terms of contract to be executed as per the prescribed terms of the Bank. SBI shall have the right not to enter into the contract with the consultant if the consultant is unable to provide the professional staff assured in the technical proposal. In such an eventuality, SBI reserves the right to reject the proposal and restart the entire process. 16.2. SBI will not consider substitution of professional staff before signing the contract and during the tenure of the assignment unless both parties agree that undue delay in the selection of professional staff makes such substitution unavoidable, or for reasons such as death or medical incapacity, or if the professional staff has left the organisation. Any proposed substitute shall have equivalent or better qualifications and experience and complete details be submitted by the consultant within the 15 days of such event. Page 13 of 31

17. Confidentiality Agreement/Undertaking: As the selected consultant will have access to the data of the Bank, the Bank will require the consultant to sign a confidentiality agreement/undertaking indemnity for not disclosing or part with any information relating to the Bank and its data to any person or persons or authorities, without written consent of the Bank. Breach of the same will result in cancellation of the agreement apart from other remedies which shall be available to the Bank against the consultant. 18. (a) Indemnification: The selected consultant shall at their own expenses, indemnify the Bank against any loss on claims due to loss of data /damage to data of the Bank arising as a consequence of breach of any clause in terms and conditions of the agreement. (b) Confidentiality: The Consultant selected for the assignment should treat as confidential all data and information about the Bank obtained in the execution of the proposed assignment, hold it in strict confidence and should not reveal such data / information to any other party without the prior written approval of the Bank. 19. Termination of Agreement: A suitable clause for termination by giving notice will be incorporated in the final agreement. The agreement with the selected consultant may be cancelled at the Bank s discretion on account of following or without assigning any reason: a. On refusal to take up the allotted Assignment; b. If the firm stands dissolved /reconstituted under the name/style of the firm is changed; c. On not abiding by the terms and conditions stipulated in the agreement; d. If the performance of the Consultant is not found satisfactory (viewed as such by the Bank s appropriate authority); e. Any other reason at the discretion of the Bank. 20. Miscellaneous Terms & Conditions 20.1. Until a formal contract is prepared and executed, this offer together with Bank s written acceptance and notification of award shall constitute a binding contract with the bidder. 20.2. State Bank of India is not responsible for non-receipt of bids within the specified date and time due to any reason including postal delays or holidays. 20.3. The Bank also reserves the right to alter/ modify any/ some/ all of the requirements, as it may deem necessary, and notify the same on its websites http://www.statebankofindia.com/ and/or http://www.sbi.co.in before the last date for submission of response under this RFP. The Bidders should be agreeable for the same. 20.4. Bids not conforming to the requirements of the RFP may not be considered by SBI. However, SBI reserves the right, at any time, to waive any of the requirements of the Page 14 of 31

RFP, if in the sole discretion of SBI; the best interests of SBI would be served by such waiver. 20.5. SBI shall have the right to cancel the RFP process at any time prior to award of contract, without thereby incurring any liabilities to the affected Bidder(s). Reasons for cancellation, as determined by SBI, in its sole discretion, may include but are not limited to, the following: (i) Services contemplated are no longer required; (ii) Scope of work were not adequately or clearly defined due to unforeseen circumstance and/or factors and/or new developments; (iii) Proposed fees are unacceptable to the Work; (iv) The Project is not in the best interests of SBI; (v) Any other reason. 20.6. The Applicants shall be responsible for all of costs associated with the preparation of their Proposals and their participation in the Selection Process including subsequent negotiation, visits to the Bank, etc. The Bank will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Selection Process. 20.7. SBI reserves the right to verify the validity of bid information and to reject any bid where the contents appear to be incorrect, inaccurate or inappropriate at any time during the process of RFP or even after award of contract. 20.8. All pages of RFP should be stamped and signed by Authorized Signatory of the Bidder and to be submitted with the bids. 20.9. Bank may choose to take an undertaking from employees of the consultant to maintain confidentiality of the Bank s information/documents etc. Bank may seek details / confirmation on background verification of consultant s employees, worked/working on Bank s project as may have been undertaken / executed by the consultant. Consultant should be agreeable for any such undertaking/verification. 20.10. The proposals and related Annexure should be signed by the authorized representative/s of the Consultant. The executants s authority to represent and bind the Consultation Firm must be confirmed by a written authority letter issued by the Competent Authority of the Consultant Firm accompanying the proposal. Page 15 of 31

Annexure A Eligibility Criteria Sr. No. Eligibility Criteria (*) Documents Required 1 Engaged in IFRS / Ind AS conversion exercise and/or audit during the last 7 years as on 31.12.2015, in Banks / Financial Institutions in India with a minimum Balance Sheet size of Rs.50,000 crores during the period of contract (minimum 1 assignment) 2 Bidder should have a permanent office in Mumbai for at least last five years (as on 31.12.2015) 3 Bidder should have minimum of 50 Partners in India and 100 full-time professional staff in India as on 31.12.2015. Client Certificate/ Contract with client/ Audit report. Details as per Annexure B-2 Self-declaration in Annexure B-1/ supporting documents such as Rent Agreement, Electricity Bill etc. Self declaration in Annexure B-1. Professional Staff means full-time staff with minimum qualification of Chartered Accountant and on the payroll of the bidder. 4 The Bidder should have a minimum revenue of Rs 200 crores and minimum net profit of Rs.10 crores from Indian Operations in every financial year for the last three financial years ended 31.03.2015. As per Annexure B-3. (*) Eligibility Criteria shall include the Bidder along with its Affiliates / Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services, registered in India. Page 16 of 31

TECHNICAL PROPOSAL Letter of Proposal (On Applicant s letter head) Annexure B The Deputy General Manager & Project Director (IFRS), State Bank of India, IFRS Department, 10-D, Centre 1, World Trade Centre, Cuffe Parade, Mumbai - 400005 Appointment of Consultant for Implementation of Ind- AS Dear Sir, With reference to your RFP Document dated.., I/we, having examined all relevant documents and understood their contents, hereby submit our Technical Proposal for selection as Consultant for Implementation of Ind - AS. The proposal is unconditional and unqualified. 2. We agree to keep this offer valid for 180 (one hundred eighty) days from the last Date of submitting the proposal specified in the RFP. 3. We agree to undertake the project, if allotted by you, as per the scope of work (Terms of reference). 4. We agree and undertake to abide by all the terms and conditions of the RFP Document. W e submit this Proposal under and in accordance with the terms of the RFP Document. Yours faithfully, Date: (Signature, name and designation of the authorised signatory) Place: List of Document Enclosed: 1. Annexures(B-1 to B-6) 2. EMD - DD/BG particulars Page 17 of 31

Particulars to be furnished for the purpose of appointment of consultant 1. Name of the Bidder Company / Firm 2. Date of Incorporation of Bidder Company /Firm 3. Complete Address of Bidder company/ Firm 4. Name and Contact details and E-mail id of the nodal person 5. Particulars of the Authorized Signatory a) Name b) Designation c) Contact Number d) Fax no. e) E-mail id 6. Persons proposed to be assigned for the consultancy services and their profiles 7. Name, address and account number of the Bidder s banker 8. PAN of the Bidder Company/Firm 9. Service Tax registration number of the Bidder Company/Firm 10. Office Address of Mumbai along with date of establishment of office in Mumbai Annexure B -1 (Please provide Supporting documents) 11. Names of member firms/affiliates/ group companies registered in India who have been considered for eligibility criteria (As per Annexure B - 4) 12. Total Number of Partners of the Bidder including its Affiliates/Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services in India. (As per Annexure B 5) 13. List of full time professional staff of the Bidder including its Affiliates / Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services in India. (As per Annexure B 6) 14. Presence in how many towns / cities in India Please furnish names of cities / centres 15. Any other Information considered relevant by the bidder. (Signature, name and designation of the authorised signatory) Page 18 of 31

Annexure B - 2 Particulars in respect of engagement in IFRS/Ind-AS consultancy / audit in Banks / Financial Institutions in India during last Seven years as on 31.12.2015 S. No. Name of Bank / Financial Institution Balance sheet size of the Bank / Financial Institution during the period of contract (Rs. In crores) Brief Details of scope of work Name of Person in- charge from client side with contact no and e mail id Period From To (Signature, name and designation of the authorised signatory) Note: Client Certificate / Contract with Client in support of the information above should be submitted Page 19 of 31

Annexure B - 3 Financial Performance of the Bidder Financial Year Annual Revenue from Indian Operations (Rs. In crores) Net Profit from Indian Operations (Rs. in crores) 2012-13 2013-14 2014-15 Certificate from the Statutory Auditor $ This is to certify that the above information relates to the...(name of the Bidder) are correct as per information available in the books of Firm/Company. Name of the audit firm: Seal of the audit firm Firm Registration No. Membership No. Date: $ In case the Bidder does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Bidder. Page 20 of 31

Annexure B-4 Details of Bidder/affiliates/group companies S. No. Name of the Member Firms/ Affiliates/Group companies Registration Number with ICAI / MCA as applicable* * ICAI Institute of Chartered Accountants of India MCA - Ministry of Corporate Affairs (Signature, name and designation of the authorised signatory) Page 21 of 31

Annexure B-5 Details of Partners of the Bidder including its Affiliates/Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services in India S. No. Name of the Member Firms/ Affiliates/Group Companies Name of the Partner Membership No. of Partner with ICAI (Signature, name and designation of the authorised signatory) Page 22 of 31

Annexure B-6 Details of full time professional staff of the Bidder including its Affiliates / Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services in India S. No. Name of the Member Firms/ Affiliates/Group Companies Name of the Professional Staff Membership No. with ICAI (Signature, name and designation of the authorised signatory) Page 23 of 31

Annexure - C COMMERCIAL PROPOSAL Covering Letter (On Applicant s letter head) The Deputy General Manager & Project Director (IFRS), State Bank of India, IFRS Department, 10-D, Centre 1, World Trade Centre, Cuffe Parade, Mumbai - 400005 Dear Sir, Subject: Appointment of Consultant for Implementation of Ind- AS With reference to your RFP Document dated.., We submit herewith the Commercial Proposal for selection as Consultant for above. I/We agree that this offer shall remain valid for a period of 180 days from the last date of submission of Proposal or such further period as may be mutually agreed upon. Yours sincerely Date: (Signature, name and designation of the authorised signatory) Place: List of Document Enclosed: 1. Annexures C-1 Page 24 of 31

Annexure C-1 Financial Bid S. No. Name of the entity Financial Bid 1 State Bank of India 2 State Bank of Bikaner & Jaipur 3 State Bank of Hyderabad (Max 10% of Bid made for SBI) (Max 10% of Bid made for SBI) 4 State Bank of Mysore (Max 10% of Bid made for SBI) 5 State Bank of Patiala 6 State Bank of Travancore (Max 10% of Bid made for SBI) Total (1 to 6) (Max 10% of Bid made for SBI) Applicable taxes Total including Applicable Taxes Date: (Signature, name and designation of the authorised signatory) Place: Page 25 of 31

Annexure: D Parameter for selection of consultant. Sr.No Parameters Maximum Marks (Weightage) 1 Technical Parameter Presentation 70 2 Financial Bid 30 For example: Three consultants namely A, B and C participated in the bid process and their technical score are as under: A=49, B=63 C= 56 After converting them into percentile, we get A= (49/63)*100 = 77.77 B= (63/63)*100= 100 C= (56/63)*100=88.89 The quoted prices for consultants are as under: A= Rs 8000, B=Rs 9000, C=Rs10000 The final cost (lower cost quoted in price bid, in this case it Rs 8000) quoted by the bidders converted into percentile score shall be as under: A = (8000/8000)*100 = 100 B= (8000/9000)*100 = 89 C= (8000/10000)*100 = 80 As the weightage for technical parameter and cost are 70% and 30% respectively, the final scores shall be calculated as under: A= (77.77*0.7) + (100*0.3) = 84.44 B= (100*0.7) + (89*0.3) = 96.7 C= (88.89*0.7) + (80*0.3) = 86.22 Hence, the offer of B (being highest score) would be considered Page 26 of 31

Annexure E Terms of Reference Migration of SBI and Five Domestic Banking Subsidiaries to Ind-AS as per Standards notified by MCA/ICAI and RBI /SEBI guidelines as and when issued Phase I Diagnostic Study and Impact Analysis 1. Diagnostic analysis of differences between the current accounting framework and Ind AS. 2. Likely Impact analysis of Ind AS implementation on Business including profit planning and budgeting, taxation, capital planning and impact on capital adequacy. Suggesting strategies for optimising the impact. 3. Determination and validation of Group Structure based on the consolidation standards prescribed under Ind AS in consultation with the respective departments (a) Determining status of the entities where Bank has joint venture agreement (b) Determining any addition in group entity by examining the Investment portfolio of the Bank/agreements as per requirements of Ind AS. Phase II Processes / System Changes 1. Assist the bank in taking significant accounting policy decisions impacting financials. 2. Assist the Bank in formulation and validation of policies and processes compliant with Ind AS requirements which includes amongst others; (i) Implementation of Ind AS 109 in the Bank (ii) Impact of taxation particularly deferred tax on SBI and SBI group (iii) Recommend possible uniform accounting policies for SBI group along with implications of adopting them (iv) Recommend first time adoption exemptions/options. 3. Evaluate system changes assessment of processes requiring changes. 4. Providing inputs for modifications in the IT systems for Ind AS implementation. 5. Assist the bank in dry run of accounting systems and end-to-end reporting process before the actual conversion. Phase III - Generation of Ind AS Financials (both standalone and consolidated) including Disclosures 1. Assist the Bank / Group in preparation of Ind AS Proforma Financials for the half year ended 30.09.2016 onwards. 2. Assist the Bank / Group in preparation of Opening Balance Sheet as on 1 st April 2017. 3. Provide the Bank necessary templates with proper documentation for preparation of financials. Phase IV Validation of Ind AS financials and Assistance during Review 1. Validation of Ind AS Financials generated as at Phase III above and presentation to the Top management / Board. 2. Assist the Bank in replying to the queries, if any, raised by the Statutory Auditors in respect of Ind AS financials. Page 27 of 31

3. Interaction with the Steering Committee / Top management / Board as and when required. 4. Provide Interim solutions for SBI Group entities not migrating to Ind-AS converged with IFRS to facilitate preparation of SBI consolidated Ind AS financials. (The above list is inclusive and not exhaustive i.e. Terms of reference shall include providing professional assistance for all activities required for the Implementation of Ind AS for preparation of financials in SBI & Five Domestic Banking Subsidiaries) Page 28 of 31

Annexure F Payment terms The payment terms would be as follows: Particulars Percentage Phase I 20% Phase II 20% Phase - III 30% Phase IV 30% Page 29 of 31

ii) Annexure G The parameters used for technical evaluation: S. No Parameter * Part I Max. marks Marking system Engaged in IFRS / Ind AS conversion exercise and/or audit during the last 7 years as on 31.12.2015, in Banks / Financial Institutions in India with a minimum Balance Sheet size of Rs.50,000 crores during the period of contract. 30 Criteria i) For one such conversion exercise / audit under IFRS/ Ind AS in Bank / Financial Institution ii) For additional such conversion exercise /audit under IFRS/ Ind AS in Bank/Financial Institution - 5 marks for each conversion Max Marks 20 10 Adequacy of manpower to take care of SBI group s requirements for successful migration 20 Criteria Max Marks For 50 Partners and 100 full time 15 Professional staff in India 1 Mark each for every additional 10 Partners and 20 Professional staff in India 5 i) Professional Staff means full-time staff with minimum qualification of Chartered Accountant and on the payroll of the bidder. List of Partners and professional staff with their Membership Number to be included in Annexure B 5. Domain Knowledge and understanding of IFRS/Ind AS in Banking and/or financial services organisation in India/ Outside India 10 Criteria Max Marks Association of Bidder firm/company in committees of ICAI/MCA/RBI/SEBI/ IRDA in the area of implementation of IFRS/Ind AS. 10 The average revenue of the bidder of last three financial years ended on 31.03.2015 10 Criteria Max. Marks Rs. 200 crores to Rs. 300 crores 8 More than Rs. 300 crores and upto Rs. 400 crores (additional mark) More than Rs. 400 crores (additional marks) 1 2 Page 30 of 31

TOTAL - Part I 70 Part II Presentation covering the proposed implementation plan 30 Shall be evaluated by the committee identified for this purpose. TOTAL (Part I + Part II) 100 (*) The bidder shall include the Bidder along with its Affiliates / Group companies/ member firms working under the common brand name and engaged in similar activity of accounting advisory/ financial services, registered in India. Firms fulfilling all the eligibility criteria mentioned in Annexure A would only be considered for scoring given above. Page 31 of 31