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

Similar documents
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

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

Procurement of Licences of Business Objects BI Platform

for SUPPLY OF HP TONER CARTRIDGE

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

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

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 APPOINTMENT OF TDS CONSULTANT. Date: Time: 3.00 P.M. Date: Time: 3.00 P.M

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

REQUEST FOR PROPOSAL. For

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

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

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated

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

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

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

Standard Request for Proposals Selection of Consultants

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

REQUEST FOR PROPOSAL

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

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

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

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

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

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

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

REQUEST FOR PROPOSAL

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

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

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

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

REQUEST FOR PROPOSAL (RFP) FOR PURCHASING EQUITY SHARES HELD BY BANK OF INDIA RFP NO TRY: : 01

Request for Proposal (RFP) Document

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

Scope of Audit. Compilation of Accounts:

NOTICE INVITING TENDER

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

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

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

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

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

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

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

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

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

BASTAR VISHWAVIDYALAYA

:: PEPSU ROAD TRANSPORT CORPORATION, PATIALA::

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

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

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

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

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

at 13:30 hrs

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

STOCK HOLDING CORPORATION OF INDIA LIMITED

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

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

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

of Toll Collection on Agra Lucknow Expressway

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

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

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

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

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

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

Life Insurance Corporation of India

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

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

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED

Request for Proposal for Appointment of Consultant for Strategy Development and Implementation Support

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

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

TENDER DOCUMENT FOR PROCUREMENT OF ORACLE DATABASE LICENSES WITH SOFTWARE UPGRADE LICENCE & SUPPORT, ORACLE DIAGNOSTIC PACK, ORACLE TUNING PACK,

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

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

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

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

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

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

NOTICE INVITING TENDERS FOR

REQUEST FOR PROPOSAL FROM CHARTERED ACCOUNTANT FIRMS FOR

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Municipal Corporation of Greater Mumbai. Development of Solid Waste Management Sector Project at Greater Mumbai

Request for Proposal. For Appointment of Consultant to Strengthening the Mortgage Loans in Gujarat

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

Securities and Exchange Board of India Plot No. C4-A, G Block, Bandra Kurla Complex, Bandra (East), Mumbai

Industrial Extension Bureau

STANDARD BIDDING DOCUMENT (SBD)

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

NOTICE INVITING TENDERS

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

HINDUSTAN AERONAUTICS LIMITED. Accessories Complex, Lucknow

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

Transcription:

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS) TENDER REFERENCE NO. : BOI/FIN/06/2016 DATED: 18 th JUNE 2016 BANK OF INDIA FINANCE DEPARTMENT, HEAD OFFICE STAR HOUSE, C-5, G BLOCK, BANDRA KURLA COMPLEX, BANDRA EAST, MUMBAI 400 051 Page 1 of 55

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 / Confidentiality 19 Termination of Agreement 20 Miscellaneous Terms & Conditions Note: 1. This Bid Document is not transferable. 2. This Bid Document is the property of : BANK OF INDIA Finance Department, Head Office Star House, C-5, G Block, Bandra Kurla Complex, Bandra East, Mumbai 400 051 3. Cost of RFP Rs.10,000/- (Rupees Ten Thousand only). 4. Earnest Money Deposit of Rs.5,00,000/- (Rupees Five Lacs only). Page 2 of 55

TABLE OF CONTENTS Annexure A 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 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 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 Annexure B-7 Self-declaration for not being penalized/ expelled from any Project/ Agreement Annexure C Commercial Proposal Annexure C-1 Commercial Bid Annexure D Parameter for selection of consultant Annexure E Terms of Reference Annexure F Payment terms Annexure G Parameters used for technical evaluation Annexure H Annexure I Bank Guarantee Format for EMD Draft Agreement Page 3 of 55

FORM OF APPLICATION Name of the firm. Address.......... Email Phone Numbers Mobile No. Fax No. Last date of submission 11.07.2016 COST OF THIS FORM: Rs.10,000/- (Rupees Ten Thousand Only) (Non- refundable) by DD/Pay order from Scheduled Commercial Bank favoring Bank of India payable at Mumbai for each applicant. Page 4 of 55

1. BID DETAILS 1 Date and time of commencement of Bidding Process (i.e. Posting of Tender Document on the Bank s website) 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 Commercial Proposal 5 Date and Time of opening of the Technical Proposals 6 Place of opening of Technical Proposals Request for Proposal (RFP) Date: 18.06.2016 Time: 3.00 P.M Date: 25.06.2016 Time: 5.00 P.M Date 29.06.2016 Time: 5.00 P.M Date: 11.07.2016 Time: 3.00 P.M Date: 11.07.2016 Time: 4.00 P.M. Bank of India, Head Office, Mumbai Representatives of Bidders may be present during opening of the Technical Proposal. However, Technical Proposals would be opened even in the absence of any or all of the bidders representatives. 7 On opening the Technical Bids if it is found that the applicant has not submitted the Cost of application form and Earnest Money Deposit of requisite amount with Technical Proposal their application will be rejected and not to be processed further. 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 70% as per the scoring given in Annexure G shall be considered as qualified for opening of Commercial bid which shall be opened subsequently. 8 Address for Communication (Bank) 1. Name: Mr. Shanker Iyer 2. Designation: Deputy General Manager, Finance Department 3. Address: Bank Of India, Star House, C-5, G Block, Bandra Kurla Complex, Bandra East, Mumbai 400051 4. Contact Number : 022 6668 4854 5. Fax Number : 022 6668 4851 / 6. E-mail: headoffice.comptrollers@bankofindia.co.in 9 Earnest Money Deposit Rs.5,00,000/- (Rupees Five Lakhs only) in the form of Demand Draft /Bank Guarantee in favour of Bank of India payable at Mumbai. EMD should be enclosed with Technical Proposal. Page 5 of 55

2. Overview Bank of India (BOI) is one of the leading Public Sector Bank with a network of over 5000 branches spread across India and 28 overseas branches spread across the globe. The Bank offers wide range of products and services to both Corporate and Retail Customers. The Bank has one of the largest networks of 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. 3. Purpose Bank of India (BOI) is required to comply with Ind AS (Indian Accounting Standards) issued by The Institute of Chartered Accountants of India (ICAI) 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, BOI 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 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 authorised official of Bank of India with the Successful Bidder. 5. Definitions a. BOI means Bank of India, a body corporate constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act, 1970 which has invited the bids for consultancy services, and with which the selected bidder will sign 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. b. Bidder/ Applicant/ Consultant means the entity or firm who is submitting its proposal for providing services to BOI. c. 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. Page 6 of 55

d. Partner means a professional sharing profit in the firm of Chartered Accountants /LLP as defined under Partnership Act and/ or Limited Liability Partnership Act. e. Personnel/ Professional means full time staff who is a qualified Chartered Accountant on the payroll of the bidder. f. Proposal/ Bid means the Technical Proposal and the Commercial Proposal. g. RFP means this Request For Proposal prepared by BOI for the selection of consultants. h. Assignment/ job means the work to be performed by the consultant pursuant to the contract. i. Terms of Reference (TOR) means the document included in the RFP which explains the scope of work, activities, tasks to be performed, etc. j. Contract means the contract signed by the parties and all the attached documents and the appendices. k. Day means calendar day. l. Parties - Party or Parties means BOI 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 as per 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. It 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. Self-Declaration to be furnished as per Annexure B 7. 6.3. Conflict of interest 6.3.1. BOI requires that the selected consultants provide professional, objective, and impartial advice, and at all times hold BOI 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 BOI. Page 7 of 55

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 BOI 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 BOI throughout the selection process and the execution of the contract. 6.4. Employees of BOI 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 from any Scheduled Commercial Bank favouring Bank of India payable at Mumbai. Bank Guarantee is to be issued by a Scheduled Commercial Bank other than Bank of India in the format enclosed (Annexure H) to be valid for a period of six months from the last date for submission of Bid Document. ii. EMD shall be forfeited: a. If a bidder withdraws its Bid during the period of Bid Validity; or b. If the successful bidder fails to sign the Contract; or c. If the successful bidder fails to furnish Performance Bank Guarantee valid upto 31 st March, 2020 on signing the contract; or d. If the successful bidder fails to deliver the relevant services within the stipulated period; or e. If the successful bidder fails to comply any of the terms of RFP or Contract. 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 after 10 days of the Bank entering into Agreement with the successful bidder. The name of the successful bidder shall be notified on the Banks website. The EMD of the selected Consultant shall be refunded only after signing of the contract. Page 8 of 55

v. No interest is payable on the amount of EMD. vi. If EMD is forfeited for any reason, the concerned bidder will be debarred from further participation in future three RFPs floated by the Bank. 9. Clarification and amendment of RFP documents 9.1. The Bidder may request a clarification on any clause of the RFP documents latest by June 25, 2016 till 05:00 PM. Any request for clarification must be sent by e- mail to headoffice.comptrollers@bankofindia.co.in. BOI will respond by e-mail. The responses of the Bank will be published on BOI s website without identifying the source of the query. Should BOI 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, BOI may modify the bidding document by amendment. Any clarification issued by BOI will be in the form of an addendum/ corrigendum and will be available on BOI s websitehttps://www.bankofindia.co.in. The amendment will be binding on all bidders. BOI, 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 website 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 Para14. 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. Page 9 of 55

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. 11 th July, 2016. 12. Preparation of Proposal/ Bid 12.1 The proposal as well as all related correspondence exchanged by the bidder with BOI shall be written in the English language. Bidder who fulfils 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, Finance Department, Bank of India, Star House, 8 th Floor, C-5, G Block, Bandra Kurla Complex, Bandra East, Mumbai 400051 so as to reach by 11 th July, 2016 at 03:00 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 as per 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. BOI/FIN/06/2016 on top of the envelope containing Technical Bid and COMMERCIAL PROPOSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO. BOI/FIN/06/2016 on top of the envelope containing Commercial 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. BOI/FIN/06/2016. 12.5 The Technical Proposal is required to be submitted in the format as per Annexure B together with Annexure B1 to B7 and other supporting documents. Cost of Application Form of Rs.10,000/- (Rupees Ten Thousand Only) (Non- refundable) by way of DD/Pay order from Scheduled Commercial Bank favouring Bank of India payable at Mumbai should be kept in the envelope containing the Technical Proposal The Demand Draft/ BG for EMD of Rs.5,00,000/- should also be kept in the envelope 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 Proposal shall be evaluated based on parameters given in Annexure G including presentation and the firms securing 70% or more as per the scoring given in Annexure G shall be considered as qualified for opening of Commercial Bid which shall be opened subsequently. Page 10 of 55

12.8 In preparing the 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. 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 C1 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/Signatory. 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 and service tax thereon separately (Service tax will be paid as per the rate prevailing at the time of actual payment). No out of pocket expenses shall be borne by the Bank. 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 BOI reserves the right to reject any or all of the responses to this RFP without assigning any reason. 12.14 BOI 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. 12.15 The proposal will be the basis of the contract to be signed with the selected bidder. The selected Bidder will have to enter into a formal Agreement as per the draft Agreement within 7 days from the date of Acceptance of the Offer of Contract. 13. Submission, receipt and opening of proposal 13.1 The original proposal, both Technical and Commercial, shall contain no interlineations or overwriting. 13.2 An authorized representative/ signatory of the bidder shall initial all pages of the original Technical and Commercial Proposal. The proposal should include a 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. Page 11 of 55

13.1. 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. BOI/FIN/06/2016 on top of the envelope containing Technical Bid and COMMERCIAL PROPOSAL FOR APPOINTMENT OF IND AS CONSULTANT: TENDER REFERENCE NO. BOI/FIN/06/2016 on top of the envelope containing Commercial Bid. 13.2. 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. BOI/FIN/06/2016 and should be addressed to The Deputy General Manager Finance Department, Head Office, Bank of India Star House, 8 th Floor, C-5, G- Block, Bandra Kurla Complex, Bandra East, Mumbai - 400051. 13.3. BOI shall not be responsible for any 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 rejection of Proposal. 13.4. The sealed master envelope containing the Technical Proposal and Commercial Proposal should be submitted at the address given in paragraph 13.4 not later than 3.00 p.m. by 11 th July, 2016. Any proposal received by BOI after the deadline for submission shall not be accepted. 13.5. The sealed master envelope containing the Technical and Commercial Proposals shall be opened on 11 th July, 2016 at 04:00 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. 14. Proposal evaluation 14.1. From the time the proposals are opened to the time the contract is awarded, the bidders should not contact BOI, 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 BOI 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. Page 12 of 55

14.3. The Technical Proposals including presentation shall be evaluated based on parameters given in Annexure G and the bidder securing minimum 70% as per the scoring given in Annexure G shall be considered as qualified for opening of Commercial 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 as per Annexure D. 14.5. In case of a discrepancy between amount in words and figures, the former will prevail. 14.6. BOI reserves the right I. to accept or reject any or all the proposals without giving any reason whatsoever; II. to independently ascertain information from the Banks and other financial institutions to which the bidder has already extended services for similar assignment 15. Disclaimer 15.1. The information contained in this Request for Proposal (RFP) document or information provided subsequently to Bidders or applicants whether verbally or in documentary form / email by or on behalf of Bank of India, 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 Bidders 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 information/ 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 RFP process until a formal contract is signed and executed by duly authorised 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. Page 13 of 55

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 at any stage 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. The acceptance of the bid, subject to contract, will be communicated in writing to the Successful bidder by means of Offer of Contract at the address given by the bidder in the tender response. The Offer of Contract need to be accepted and delivered by the bidder in writing within 7 days from the date of issue of the offer. The failure, delay or evasion by the successful bidder to accept the offer will result in cancellation of the offer and BOI retains its right to issue offer to the next highest bidder. 16.2. BOI and the selected bidder shall finalise the terms of contract to be executed as per the prescribed terms of the Bank. BOI 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, BOI reserves the right to reject the proposal and restart the entire process. On acceptance of the Offer the successful bidder has to submit the Performance Bank Guarantee for an amount equivalent to 20% of the Order within 7 days valid upto 31 st March, 2020 from the date of acceptance which may be extended with mutual consultation. 16.3. BOI 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 organization. Any proposed substitute shall have equivalent or better qualifications and experience and complete details be submitted by the consultant within 15 days of such event. Page 14 of 55

16.4. The terms & conditions of the Contract shall be as mentioned in the draft Agreement (Annexure I). The selected Consultant will have to enter into a formal Agreement on stamp paper as per the draft format within 7 days from the date of Acceptance of the Offer of Contract and it shall pay for all stamps and legal expenses incidental thereto. The Bidders are requested to read all the conditions mentioned in the draft agreement (Please note that no change in the draft agreement is permitted and the same shall be strictly followed). 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 and/or 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. 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. Page 15 of 55

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 website http://www.bankofindia.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 BOI. However, BOI reserves the right, at any time, to waive any of the requirements of the RFP, if in the sole discretion of BOI; the best interests of BOI would be served by such waiver. 20.5. BOI shall have the right to cancel the RFP process at any time prior to award of contract, without incurring any liabilities to the affected Bidder(s). Reasons for cancellation, as determined by BOI, in its sole discretion, may include but are not limited to, the following: (i) Services contemplated are no longer required; (ii) Scope of work was not adequately or clearly defined due to unforeseen circumstance and/ or factors and/ or new developments; (iii) Proposed fee is unacceptable to the Work; (iv) The Project is not in the best interests of BOI; (v) Any other reason. 20.6. The Bidders 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. 20.7. BOI 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 Authorised Signatory of the Bidder and are 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 Annexures should be signed by the authorized representative/ signatory of the Consultant. The executants authority to represent and bind the Consultation Firm must be confirmed by Board Resolution / Power of Attorney accompanying the proposal. Jain Bhushan General Manager & CFO Page 16 of 55

Annexure A Eligibility Criteria Sr. Eligibility Criteria(*) No. 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 atleast 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. Professional Staff means a qualified Chartered Accountant 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. Documents Required 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. 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. Note: Documentary evidence needs to be submitted by the bidder for each of the eligibility criteria. Self-declaration needs to be signed by authorised signatory For the purpose of eligibility criteria - all credentials, capabilities, manpower of (i) firms registered with ICAI as network firms of the bidder and (ii) Indian members firms (registered with ICAI) of global network of the bidder firm shall be acceptable. Any references or credentials of firm/ network firm not registered with ICAI shall not be considered. Banks mean scheduled commercial banks in India (excluding RRB s and Cooperative banks) Page 17 of 55

TECHNICAL PROPOSAL Letter of Proposal (On Applicant s letterhead) Annexure B ORIGINAL The Deputy General Manager Finance Department, Head Office, Bank of India Star House, 8 th Floor, C-5, G- Block Bandra Kurla Complex, Bandra East, Mumbai - 400051. Appointment of Consultant for Implementation of Ind AS Dear Sir, With reference to your RFP Document dated 18.06.2016, 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 after the last date of submitting the proposal specified in the RFP i.e. 11.07.2016. 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. We 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-7) 2. EMD- DD/ BG & Cost of Application Form DD/PS 3. Board Resolution / PoA Page 18 of 55

Particulars to be furnished for the purpose of appointment of consultant Annexure B 1 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 & E-mail id of the nodal person 5. Particulars of the Authorised 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 S. N. Name Designation Experience in years (post qualification) Area of Specialisation No. of Ind AS Projects handled 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 in Mumbai along with date of establishment of office in Mumbai 11. Names of member firms/ affiliates/ group companies registered in India who have been considered for eligibility criteria 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. 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. 14. Presence in how many towns/ cities in India Please furnish names of cities/ centres 15. Any other Information considered relevant by the bidder. (Please provide supporting documents) (As per Annexure B 4) (As per Annexure B 5) (As per Annexure B 6) (Signature, name and designation of the authorized signatory) Page 19 of 55

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 Sr. No. Name of Bank / Financial Institution Balance sheet size of the Bank/ Financial Institution during the period of contract (Rs. in crore) 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 authorized signatory) Note: Client Certificate/ Contract with Client in support of the information above should be submitted Page 20 of 55

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 relating to M/s... (name of the Bidder) is 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 21 of 55

Details of Bidder/ affiliates/ group companies Annexure B 4 Sr. 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 authorized signatory) Page 22 of 55

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 Sr. 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 23 of 55

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 Sr. 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 24 of 55

Self-declaration Annexure B 7 (on the Consultants letterhead) The Deputy General Manager Finance Department, Head Office, Bank of India Star House, 8 th Floor, C-5, G- Block Bandra Kurla Complex, Bandra East, Mumbai - 400051. Appointment of Consultant for Implementation of Ind AS Self Declaration Dear Sir, We (including our affiliates/ group companies/ member firms working under the common brand name) hereby declare that I/ we 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 me/us, nor been expelled from any project or agreement nor had any agreement terminated for breach by me/us. Yours faithfully, Date: (Signature, name and designation of the authorised signatory) Place: Page 25 of 55

Annexure - C COMMERCIAL PROPOSAL Letter of Proposal (On Applicant s letter head) ORIGINAL The Deputy General Manager Finance Department, Head Office, Bank of India Star House, 8 th Floor, C-5, G- Block Bandra Kurla Complex, Bandra East, Mumbai - 400051. Dear Sir, Appointment of Consultant for Implementation of Ind AS With reference to your RFP Document dated 18.06.2016, we submit herewith the Commercial Proposal for selection as Consultant for Implementation of Ind AS. 2. I/ We agree that this offer shall remain valid for a period of 180 days after the last date of submission of Proposal i.e. 11.07. 2016. Yours sincerely, Date: (Signature, name and designation of the authorised signatory) Place: List of Document Enclosed: 1. Annexure C-1 Page 26 of 55

Commercial Bid Annexure C 1 (in Rs.) Sr. No. Particulars Fees (A) Service Tax (B) 1 Milestone I Impact Assessment 2 Milestone II Development of Solution 3 Milestone IIII End State 4 Total (Rupees in Words) Note: The total of Fees and the distribution of cost should tally with Payment Terms given in Annexure F. Date: (Signature, name and designation of the authorised signatory) Place: Page 27 of 55

Parameter for selection of consultant Sr. No. Parameters Weightage 1 Technical Parameter Presentation 60 2 Commercial Bid 40 Annexure - D The evaluation of the response to this RFP will be done on 60-40 techno-commercial evaluation method. The evaluation will be done on a total score of 100. An illustration of the techno-commercial evaluation methodology has been given below: Total scores= T(w) x T (s) + F(w) x F(s) T(w) stands for weightage for Technical score i,e 0.6 T(s) stands for Technical score evaluated as mentioned above F(w) stands for weightage for Commercial score i,e 0.4 F(s) stands for Commercial score evaluated as mentioned above Suppose, there are three Bidders (A, B & C) qualified based on the marks received on technical parameters and fees quoted by them are as under: Consultants Marks obtained in Technical bid Fees quoted A 80% 4 B 70% 2 C 75% 3 scores as under: Consultants Technical score Commercial score A 100 50 B 87.5 100 C 93.75 66.67 Total Score of the bidder will be as under: A = 0.6 X 100 + 0.4 X 50 = 80 (H3) B= 0.6 X 87.5 + 0.4 X 100 = 92.50 (H1) C= 0.6 X 93.75 + 0.4 X 66.67 = 82.92 (H2) Consultant B is the successful bidder. Bank may at its sole discretion, decide to seek more information from the respondents in order to normalize the bids. However, respondents will be notified separately, if such normalization exercise (as part of the technical evaluation) is resorted to. Commercial Bid Evaluation Criteria- It may be noted that commercial bids will be subjected to following evaluation process- Only those bidders meeting the eligibility criteria will be considered for further stages of evaluation Page 28 of 55

Bidders scoring 70% (70 marks out of 100) or above in the technical evaluation will be short-listed for commercial evaluation. Minimum Qualifying Score will be 70%. In case there is only one bidder above 70% then only the top 2 bidders will be considered for further evaluation. Bidder whose Techno-Commercial score (total score) is found to be the highest (H1) shall be awarded the contract. Page 29 of 55

Annexure E Terms of Reference Migration of BOI to Ind AS as per Standards notified by MCA/ ICAI and RBI/ SEBI guidelines as and when issued The approach overall must be complemented with detailed tasks and procedures in milestones elaborated herein below- Milestone I: Impact assessment: This phase of the Project aims at evaluation and analysis of Ind AS standards and compare them with existing RBI reporting practices and current Indian Generally Accepted Accounting Principles (GAAP) followed by Bank. To achieve this aim the following tasks are to be performed by the consultant- a. Conduct an as-is assessment of the existing accounting and reporting performed by the Bank. b. Recommending a way forward in the implementation of IFRS / Converged Indian Accounting Standards in the Group, focusing specifically on operational issues, resources requirements and finalization of the Project Management framework. c. Diagnose the differences between existing accounting and reporting standards and Ind AS. These should specifically include key accounting areas such as financial instruments, revenue recognition, property, plant and equipment, leases, employee benefits, deferred taxes, consolidation, provisions etc. d. 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 optimizing the impact. e. Determination and validation of group structures based on the consolidation standards prescribed under Ind AS in consultation with the respective departments : (i) (ii) determining status of the entities where Bank has joint venture agreement determining any addition in group entity by examining the investment portfolio of the Bank / agreements as per requirements of Ind AS. f. Identification of first time application issues and also the potential surprises consequent to adoption of IFRS/Ind AS. g. Conduct Ind AS impact assessment from the perspective of changes required in IT information systems used by Bank. h. Preparation of Benchmark accounting policies against industry/global peers. Page 30 of 55

i. Submit a comprehensive Project Report at the end of Phase 1, to the satisfaction of the Bank. Milestone II: Development of solution: The main goal of this phase is to develop an implementable solution for convergence to Ind AS and the following tasks have to be performed by the consultant- a. Quantify the GAAP difference based on the diagnostic report b. Preparation of quantification workbook c. 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 and other Ind AS which are applicable in the Bank ii. Impact on taxation particularly deferred tax on Bank of India iii. Recommend possible uniform accounting policies for Bank of India and document implications of adopting them iv. Recommend first time adoption exemptions / options and suitable policy thereof d. Evaluate system changes assessment of processes requiring changes. e. Providing inputs for modifications in the I.T. Systems for Ind AS implementation. f. Assist the Bank in dry run of Accounting systems and end to end reporting process before the actual conversion. g. Assist management in the preparation of its skeleton financial statements based on Ind AS reporting requirements on on-going basis and provide on-site support. h. Provide training to the Bank staff involved in the exercise, staff of its subsidiaries, joint ventures and associates at corporate office of the bank and associates. i. Timely incorporation of any changes proposed in Ind AS by Reserve Bank of India / Ministry of Corporate Affairs / Indian Banks Association/ Institute of Chartered Accountants of India without any additional cost. j. Presentation before Steering Committee/ Audit Committee of the Board / Board of Directors on the latest Ind AS implementation status. k. Guidance/ assistance on preparation of Proforma Financial Statements under Ind AS for reporting to RBI for the half year ending September 30, 2016 onwards Milestone III: End State: Within this phase of the Project, assistance will be provided by the consultant to the Bank with respect to following: Page 31 of 55