Breadcrumb

Procurement News Inner Page Slide

Trending Product

Trending Product

Talk to us about loans

Talk to us about trade Finance

Quick Links

Procrument News

Procurement news

 

RFP for Offline Digital Backup Data Archival/ Storage Services

State Bank of India UK Operations invites quotations from qualified Digital Data Storage Service Providers to provide backup and restoration services of HP LTO tapes. Broad scope includes secured pick-up of HP tapes from Bank site, Uploading at the provider’s data centre and secured delivery of the tapes back at the Bank site. Broader scope is provided as

i).   Daily back up tape pickup from SBI UK 15-17 King Street London EC2V 8EA Office

ii).  Uploading of the data from LTO tape to secured digital storage at Vendor Data Centre and indexing.

iii). Returning of the previous day tape for taking backup by the bank

iv)  In case of emergency or annual restoration exercise providing the stored data in the blank LTO tape for restoration.

*The detail schedule of the tape backup and collection is mentioned in the Annexure - Detailed scope.

2.         The Service Provider should be reputed and have Minimum 5 years of relevant experience in this field.

3.         The Service Provider should comply to all the extant guidelines and regulations set by Government of UK, FCA and PRA for running the Data Storage Services but not limited to:

a)         GDPR guidelines of UK

b)         Data Protection RULES

c)         Dedicated DR/ BCP Site for this Service

d)         Controlled and restricted access the Data Storage Servers and location

e)         The Service Provider should hold the valid SOC type 2 report from AICPA and ISO/IEC 27001:2013 certificates.

4.         Bank may ask for the necessary evidence/certificate for the responses submitted as and when needed by the Bank for Audit and Regulatory compliance purpose.

5.         Service Providers should provide the Quote in a sealed envelope mentioning “Private and Confidential” by post on below address:

Head Systems, State Bank of India Systems Department 3rd Floor 15-17 King Street London EC2V 8EA

6.         The last date of submission of quote is 5:00PM 10th December 2024.

7.         Any query related to the RFP, please send the query to systems2.sbiuk@statebank.com

8.         SBI UK has the right to change its requirement any time during the validity of the RFP and the same will be updated on the website.

Annexure

Detailed Scope of the Back Up Services required

1.         Pick-up Schedule for Tapes

            i). Daily Back Up Tape for five working days:

Tape Day

Pickup Day

Return of the tape day*

Monday

Tuesday

Friday

Tuesday

Wednesday

Monday

Wednesday

Thursday

Tuesday

Thursday

Friday

Wednesday

Friday

Monday

Thursday

 

 

 

 

 

 

 

*Tapes taken for the week data and month data should be returned on the very next working day of the day the tapes were collected.

ii) Weekly back-up tape on every Monday for week ending on Friday

            iii) Monthly back-up tape on the very next day of the month end day.

e.g.: If the month day ends on Monday, there will be two tapes on Tuesday say one tape for daily backup of Monday and one tape for monthly backup of the just completed month.

            iv) Yearly back-up tape on the very next working day of the year end day.

e.g.: If the Year Day ends on Monday, there will be two tapes on Tuesday say one tape for daily backup of Monday and one tape for Yearly backup of the just completed year.

2.         Off-loading of the Tapes and storing of the data in the Data Archival/ Storage in the Service Provider’s environment. Indexing of the data as per the indexing mentioned on the tape

3.         Returning of the blank Tapes for re-writing the backup data.

4.         Providing the stored data in the tape at regular intervals for conducting the restoration exercise by the bank or as and when requested by the Bank in writing, through mail or on call.

 


 

REQUEST FOR PROPOSAL – APPOINTMENT OF INTERNAL AUDITORS

We, State Bank of India (SBI), London Branch and State Bank of India (UK) Ltd, invite proposals from reputable Internal Audit Firms for appointment as Internal Auditor for a period of three years (01.04.2025 to 31.03.2028), subject to annual review.

1. Proposal Requirements

The proposal should necessarily include the following information, which will be crucial for the evaluation process. Non-inclusion of any information may affect the chances of selection as Internal Auditor:

  1. Brief Profile of the Audit Firm’s Operations – Globally and in UK

Include details of the firm’s experience in auditing commercial banks (internal / external), especially Foreign Banking Organizations (FBOs) in UK.

  1. Profile of Proposed Team Members

Provide comprehensive profiles of team members, including names, designations, areas of specialization, professional qualifications, and experience in bank audits. Specify details of experts in Regulatory Compliance, KYC/AML/CFT, Treasury, and Commercial Credit, as well as Information Technology audits. Highlight significant achievements in audit space such as specialized audit experience, regulatory assignments, accreditations and certifications, and any specific knowledge of the UK financial regulatory environment (e.g., PRA, FCA). At least one team member should be CISA qualified with a minimum of two years’ experience in IT audits.

  1. Internal Audit Methodology

Present the proposed audit methodology, emphasizing the approach to risk assessment, audit planning, reporting, and use of data analytics or technology. Include methods for  adapting to evolving scenarios and emerging risks such as cybersecurity.

  1. Deliverables
    Outline the deliverables, including details on the Risk Assessment, Audit Plan, Internal Audit Reports, Best Practice Suggestions, Issue Tracking, Validation of Remediated Items, Sampling Methodology, Risk Rating Methodology, Quality Assurance, and Data Analytics usage. Also, include a proposed 3-year rolling audit plan, indicating how annual risk assessments will be integrated.
  2. Sample Audit Report

Provide a sample audit report with standard sections such as Executive Summary, Scope, Risk Ratings, Findings, and Sampling Procedures, demonstrating adherence to standard auditing conventions.

  1. Terms of Internal Audit Contract

Indicate any terms or conditions for undertaking the engagement as an Internal Auditor.

  1. Indicative Financial Quote and Audit Hours

Include the blended hourly rate in USD as well as GBP and an estimated annual total cost for each of the three years. Taxes and out-of-pocket expenses should be indicated separately. Based on internal audit exercises from the past three years, the estimated annual audit hours are 2,000. Please provide your proposed estimate of the audit hours to be allocated annually, along with a detailed justification for any significant increases compared to the historical estimate.

2. Professional Standards

The Internal Audit services are to be performed in accordance with applicable professional standards, including the IIA’s International Standards for the Professional Practice of Internal Auditing, along with adherence to UK’s regulatory expectations and SBI’s Standard Audit Scope.

3. Reporting Requirements

All reports must be submitted in English and should adhere to standard auditing conventions. The reports should include sections such as Executive Summary, Scope, Risk Ratings, Findings, Procedures Performed, Sampling Methods, Overall Rating, and any other areas as required by the Bank. The format may be adjusted based on SBI's requirements.

4. Engagement Process and Timelines

The selected Internal Audit firm (IAF) will adhere to the following timelines during the engagement:

  1. Fieldwork should be completed within 4 weeks of the end of the review period.
  2. The draft report should be submitted within 6 weeks of the end of the review period.
  3. Management responses to the draft report are expected within 2 weeks of submission.
  4. The final report should be issued within 10 weeks of the end of the review period.

A penalty of 2.5% of the audit fee will be imposed for non-adherence to any of the timelines mentioned against point (i), (ii) or (iv).

Additionally:

  • Regulatory and Statutory Updates: The IAF is expected to keep SBI informed of relevant regulatory changes affecting its operations in the jurisdictions.
  • Risk-Based Audit Plan: The audit firm should conduct annual risk assessments and update the audit plan accordingly, ensuring coverage of all high/medium/low-risk areas on an annual/biennial/triennial basis.

5. Evaluation Process

Proposals will undergo technical evaluation by the Internal Audit Department (IAD), State Bank of India, Hyderabad. Shortlisted firms will be invited to present their proposal to the Selection Committee.

6. Submission of Final Financial Quote

Shortlisted firms will be required to submit the final financial quote in a sealed envelope to the Procurement Committee at the SBI, London Branch and SBI (UK) Ltd.

7. Selection Process

The selection of the Internal Auditor will be based on a combined score from the initial technical evaluation, presentation before the Selection Committee, and the financial bid. The firm with the highest score will be appointed as the Internal Auditor for the London Branch and SBI (UK) Ltd for the period from 01.04.2025 to 31.03.2028.

8. Disclaimers and Reservations

Submission of any proposal does not create any obligation on SBI to accept or proceed with any further discussions. SBI reserves the right to terminate, suspend, or withdraw from the proposal process at any stage, without notice and without assigning any reason or incurring any liability to the proposing party. Submission of a proposal implies acceptance of this condition, and no claim, entitlement, or expectation of a contractual relationship arises against SBI as a result.

Bids

Quotations are to be submitted by post/courier in Sealed Envelopes marked ‘Request for Proposal (RFP): Internal Audit Services, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.  Any quotations received by email will not be considered.

Contact details:

State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.  Tel: 0207 454 4475 Email: headinternalaudit.sbiuk@statebank.com  

Closing date: 5.00 pm on 8th November 2024

 


 

Tender for Hardware Annual Maintenance Contract

State Bank of India, UK is inviting quotations for its Annual Maintenance Contract with regard to computer hardware at all State Bank of India premises within the UK.

Details of Hardware: SBI UK has wide a range of hardware, Including, PC workstations, Laptops, Printers, Fax and Scanners located in various branches around the UK and at the main corporate offices in London, please use contact details to request specific numbers and hardware information.

Laptops – SBI UK requires maintenance cover Laptops. The laptops are from different manufacturers including Toshiba Dell and HP. Laptops are also dispersed throughout the UK.

PC Workstations – SBI UK requires maintenance cover for desktop PCs located in SBI UK London Corporate Offices and all of its branches located across the country. The majority of these PCs are from the manufacturer DELL.

Printers – SBI UK would also require Printers to be covered on a maintenance contract. These printers are from various manufacturers but the vast majority are from Hewlett Packard and they are situated in the London Main Branch as well as other UK Branches.

Scanners / Fax – SBI UK Requires cover for Fax Machines and Scanners, mostly from the manufacturer Kodak/Brother. Equipment is located in all the UK branches.

Miscellaneous – SBI UK Requires cover for additional 10 items without serial number these items will be either a laptop, PC, Printer or scanner and will be required as part of a contingency plan for items that were not able to be included on the Kit List.

In summary SBI UK requires an Annual Maintenance Contract (4+4 SLA) quote for:

  • Laptops
  • Workstations PC
  • Printers
  • Scanners and Fax
  • Miscellaneus (Laptop, PC, Printer or scanner without Serial number)

Bids: quotations are to be submitted in sealed envelopes, Marked 'Private and Confidential' mentioning 'Hardware Annual Maintenance Contract' and are to be sent to the Chief Operating Officer.

Bidders would need to fill the contractor Appraisal questionnaire and is to be included in the enveloped. Please download questionnaire here.

Contact Details: Chief Operating Officer, State Bank of India, 3rd Floor, 15 King Street, London, EC2V 8EA. To request Hardware information, or for general queries please contact William Aquire via email William.aguire.sbiuk@statebank.com or via phone 0207 454 4348.

Closing date for bids/quotations: 12.00pm 6th March 2018

 


 

State Bank of India, UK is inviting tenders to bid to supply services for Daily Office evening cleaning /periodic cleaning services at our corporate office sites.
15-17 King Street, London, EC2V 8EA
5th Floor Hasilwood House Bishopsgate EC2N 4AW
The Particulars in the tender are as follows:-
15-17 King Street London EC2V 8EA sites consist of 7 floors.

7 Cleaners – Evening
1 Supervisor – Evening
Daily office evening cleaning – General office cleaning including toilets on each floors
Monthly periodic cleaning – Carpets/Blinds/Ceilings
Quarterly cleaning – Window cleaning

5th Floor Hasilwood House Bishopsgate EC2N 4AW

2 Cleaners- Evening
 

Daily office evening cleaning – General office cleaning
Monthly periodic cleaning – Carpets/Blinds/Ceilings
Quarterly cleaning – Windows cleaning

Bidders need to fill the contractor Appraisal questionnaire as well prior to the bid. The link can be opened here

Duration of Agreement - 12 Month

Performance Review- There will be performance review for successful bidder first 3 months

On-going Adhoc Duties - There will be requirement for various on-going Adhoc services i: e. please note these Adhoc services will not be part of the main captioned agreement. It can be classified as additional on-going Adhoc services.

3 Residential Flats (North West London) – Weekly – 1 Staff
Hospitality Services X 2 Staff
Toilets Cleaning x 1 Staff (2 hours Afternoon) for 7 floors- King Street London EC2V 8EA

Bids: Tenders and questionnaire are to be submitted along with case studies in sealed envelopes, marked 'Private and confidential' mentioning 'Daily Office evening cleaning /periodic cleaning services' to be sent to Chief Operating Officer SBI UK, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

TUPE system will be applied on main captioned agreement & various Adhoc services where necessary.

Should you have any queries related this, please contact Jogi Seth Contact details- 0207 367 1224, email: joginder.seth.sbiuk@statebank.com

Closing date for bids/quotations: 12:00pm on 22nd Feb 2018

State Bank of India, UK is inviting quotations for the appointment of an insurance broker to act on its behalf in connection with the forthcoming policy, pertaining to SBI UK Operations and subsidiary.
Objectives:

The objective of this project is to obtain competitive premiums without compromising on the cover provided by the policy.

Policy:

The tender is for Cyber Liability insurance.

Quotations: Fixed fee premiums for the above insurance policies.

Bids: Tenders are to be submitted in Sealed Envelopes, marked 'Private and Confidential' mentioning 'Cyber Liability Insurance' and to be sent to Chief Operating Officer, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Broker Requirements: All responding brokers should be FCA registered and carry a minimum of £20,000,000 Professional Indemnity insurance.

Insurers: All insurers approached should be of strong reputation and carry a minimum credit rating of A-

Contact details: Chief Operating Officer, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 454 4431, Email: rajmohan.ramadass.sbiuk@statebank.com

Closing date: 12pm on Friday, 9 February 2018

 


 

State Bank of India, UK is inviting quotations for the appointment of an insurance broker to act on its behalf in connection with the forthcoming policy, pertaining to SBI UK Operations, which is due to expire on 23 rd January 2018.

Objectives:

The objective of this project is to restrict any insurance premium increases at review and to make savings for the Bank without compromising on the cover provided by the policies.

Policy:

The tender is for Lenders Contingent Buildings Insurance.

Quotations: Fixed fee premiums for the above insurance policies

Bids: Tenders are to be submitted in Sealed Envelopes, marked ‘Private and Confidential’ mentioning ‘Lenders Contingent Building Insurance’ and to be sent to Chief Operating Officer, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Broker Requirements: All responding brokers should be FCA registered and carry a minimum of £20,000,000 Professional Indemnity insurance.

Insurers: All insurers approached should be of strong reputation and carry a minimum credit rating of A-

Contact details: General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 454 4431, Email: rajmohan.ramadass.sbiuk@statebank.com

Closing date: 12pm on Thursday 18 January 2018

 


 

img

STATE BANK OF INDIA UK – Mobile Communications Contract

The State Bank of India is inviting Proposals for a renewal of Mobile Communications Contract for State Bank of India UK Branches, its subsidiaries or affiliates, or related companies. Contract must cover mobile voice and data and data only lines, with the requirements described below.

Contract Requirements:
  • Voice and Data Lines between:150-170
  • Data Only Lines between: 40-60
  • Term: 24 Month
  • Data Allowance: 550GB Minimum
  • Roaming Rates: Additional roaming benefits to India
  • International Rates: Additional Benefits on international calls to India from UK
Additional Information:
  • Call Recording: Mobile Voice Recording is not a requirement on this contract, State Bank of India UK is interested to know the process and costs involved in applying this feature to specific lines.
  • Line Management: Contract should specify avenues to control features in order to empower administrators to control out of contract charges.

To comply with the Bank's internal Corporate Governance the Project must be competitively tendered, with the bids being returned directly to the Bank in sealed envelopes & opened in a formal committee meeting.

Tender Arrangements:
  1. Tender Period: Issue of documents on 28 Dec 2017 with returns by 5pm Thursday 11 January 2018, the chosen supplier will then be initially appointed by a Letter of Intent.
  2. Tender Format: Sealed envelope ONLY marked Mobile Communication Contract – UK Operations. Containing:
    • Proposal Summary
    • Pricing summary
    • Description of services
    • Out of contract charges
    • Additional Information
  3. DO NOT SEND ANY TENDER INFORMATION BY EMAIL

Tenders will be evaluated based on the 'Code of Procedures for Single Stage Selective Tendering 1996' Section 6, Alternative 2.

Tenders must be submitted directly to the Bank and should bear no marking which indicate that the tender package has been sent by you. The tender return address is:

FAO: GB and Admin Department
State Bank of India
3rd Floor
15 King Street
London
EC2V 8EA

Should you have any queries or require further information regarding the technical aspects of the projects or this tender, please contact us on 0207 454 4348 or email: William.aguire.sbiuk@statebank.com

 


 

State Bank of India, UK is inviting tenders to bid for Physical Records management service provider for all our State Bank of India UK Branches, its subsidiaries or affiliates, or related companies
The Particulars in the tender are as follows:

Please follow the link here to view the list of the services need to covered in the Service level Agreement

Bidders need to fill the contractor Appraisal questionnaire as well prior to the bid. The link can be opened here

Bids: Tenders and questionnaire are to be submitted in sealed envelopes, marked 'Private and confidential' mentioning Physical Records Management to be sent to Chief Operating Officer , State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Contact details: Chief Operating Officer, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 367 1224, Email: Joginder.seth.sbiuk@statebank.com

Should you have any queries related this, please contact Jogi Seth Contact details- 0207 367 1224, email: Joginder.seth.sbiuk@statebank.com

Closing date for bids/quotations: 5:00pm on 11th January 2018

 


 

STATE BANK OF INDIA – RETAIL BRANCH TENDER

The State Bank of India is changing the external Sign boards and internal signage’s at all its Retail Branch locations

Therefore you are invited to submit a NEW tender. Please click the following links for the works required, specifications, drawings and costing sheet.

All works are to be carried out of hours on weekends in order to avoid interference with the day to day operations of the Branch.

London Main Branch 15 King Street, London, EC2V 8EA
Birmingham 118 Soho Road, Handsworth, Birmingham, B21 9DP
Coventry Branch 35 Smithford Way, Coventry, CV1 1FY
East Ham 149-153 High Street North, East ham, E6 1HZ
Golders Green 630-632, Finchley Road, London, NW11 7RR
Harrow Unit 1, 1-9 St Ann's Road,Harrow, Middlesex, HA1 1AP
Hounslow 196 High Street, Hounslow, Middlesex, TW3 1HL
Ilford Unit 1, 172-174 High Road, Ilford, Essex, IG1 1LL
Leicester 25 Horsefair Street, Leicester, LE1 5BP
Manchester Carlton house, 18 Albert square, Manchester, M2 5PE
Southall 33 High street, Southall, Middlesex, UB1 3HA
Wolverhampton 39,Queen square, Wolverhampton, WV1 1 TL

To comply with the Bank’s internal Corporate Governance the Project must be competitively tendered, with the bids being returned directly to the Bank in sealed envelopes & opened in a formal committee meeting (Not by email please)

TENDER ARRANGEMENTS:
  1. Tender Period – Issue of documents on Friday 6 October 2017 with returns by 5 pm Friday 20 October 2017, the chosen contractor will then be initially appointed by a Letter of Intent
  2. Tender Format – Sealed envelope ONLY marked Retail Branch Tender for Signage’s Part A – To contain a) Phased Programme b) Contractors Design Proposals c) Project delivery structure d) Company brochure / Examples of previous work
  3. Tender Format – Sealed envelope ONLY marked Retail Branch Tender for Signage’s – To contain a) Pricing Schedule document b) Signed Form of Tender
  4. DO NOT SEND ANY TENDER INFORMATION BY EMAIL

Tenders will be evaluated based on the ‘Code of Procedures for Single Stage Selective Tendering 1996’ Section 6, Alternative 2.

Tenders must be submitted directly to the Bank and should bear no marking which indicate that the tender package has been sent by you. The tender return address is:

FAO: Mr Krishnan Kutty
State Bank of India
3rd Floor
15 King Street
London
EC2V 8EA

Please note the Banks specific requirements for tender returns; these will be opened in two parts and should be submitted in two separate envelopes marked 'Part A' and 'Part B'. Part A must only contain the technical elements of the tender as scheduled in the preliminaries, with Part B containing only the commercial figures for the project.

BUDGET TENDER:
  1. The contractor is to use the available documentation & instructions to produce a firm price, allow for necessary costs to ensure compliance with the concept design intent (look, feel, materials) & allow sufficient labour & materials to fully build the project at appropriate cost
  2. It is understood that some assumptions will need to be made by the Contractor & some budget costing will need to be included
  3. The contractor will also need to allow for fabrication design & drawings of bespoke items either internally or as part of a sub-contracted element
  4. Therefore the tender price must not include CONTRACTORS identified Provisional Sums or Provisional Cost Sums, these are to be replaced with the contractors own budget figure for the item which is to be treated as a firm price
  5. Where specific products are selected, suppliers or sub-contractors named within the enclosed documents the contractor must use these suppliers when pricing & carrying out the works
PROJECT:
  1. The project will be let on a JCT Design & Build 2011 contract with amendments
  2. Payment terms will be upon invoices received with Invoice payments made by SBI no later than 14 days from invoice submission
  3. The contractor is to determine the actual phasing of the project but must carefully consider the existing branches will remain open during the build process & SBI wish to complete the project within the shortest time possible.
  4. The project is set in the OLD STYLE SCHEME/NEW STYLE SCHEME, you are asked to familiarise yourselves with this & ensure that a seamless transition takes place.
  5. All works are to be carried out of hours evenings on weekends in order to avoid interference with the day to day operations of the Branch.

Please acknowledge receipt of this letter and enclosures, and confirm that you will be able to submit a bona-fide Tender in accordance herewith for the project & that you are able to comply with the programme requirements.

  1. Tender Invitation
  2. Pricing Scope of Works
  3. Architectural Layout Drawing & typical details
  4. Pre-Construction Information
  5. Form of Tender

Should you have any queries or require further information regarding the technical aspects of the projects or this tender, please contact us on 0207 454 4431 or email: rajmohan.ramadass.sbiuk@statebank.com

The files can be downloaded from here:

Form Of Tender
State Bank of India Tender
Copy of 2 10_17_Bank_of_India_Costing_Summary

Closing date for bids: 5pm, 20 October 2017

 


 

State Bank of India UK Branch, its subsidiaries or affiliates, or related companies is inviting AMC (Annual Maintenance Contract) tenders to bid for Electrical / Plumbing work maintenance for their corporate office building at 15 King Street, London, EC2V 8EA.
The Particulars in the tender
Electrical/Lighting for 7 floors

500 Lights (Estimated consist of 2 pins, 4 pins various sizes)
85 Emergency Lights (Estimated)
58 Lights (Front /Rear stairs case including mixer of Emergency Lights)

Plumbing

5 x Kitchen area
26 Toilets Male/Female
4 Disabled and 1 Shower room 1First Aid room

Carpet Tiles

Make/Model- Interface

5th Floor Hasilwood House 60 Bishopsgate EC2N 4AW
The Particulars in the tender
Electrical/Lighting

40 Lights (Estimated consist of 2 pins, 4 pins various sizes)
15 Emergency lights (Estimated)

Plumbing

2 X Kitchen area

Work and Response Time requirements:

Category - A - Critical Care- Any electrical/power failure in server room on 3rd floor, at 15 King Street, London EC2V 8EA. Response time required to be within 2 hours. Any delay, contractors will bear a penalty of £ 500.00 per hour, every hour.

Category - B - Priority care –Floor cabling fault on any floors, breakers trip from distribution board, water leaking/flood on any floor/damage to the floor or wall. Response time required to be within 2-3 hours.

Category - C - Standard Care –General plumbing issues (blocked toilets, replacing water taps on both Kitchen /toilets etc.) or General Maintenance issues (faulty lights/bulbs or any electrical power point). Response time maximum by the next working day.

Category - D - General Handyman work / Hanging pictures/frames/fixing cupboard/doors or other Adhoc duties etc as and when required. Response time by the next working day.

Periodic Certification Requirement

Monthly Flick Test Light Testing and issuance of certificates.

Annual Emergency Light Test and issuance of certificates

Periodic testing for plumbing and electrical system of the building and issuance of certification accordingly.

Consumables: Electrical and plumbing are to included Bidders need to fill the contractor Appraisal questionnaire as well prior to the bid. The link can be opened here

Bids: Tenders are to be submitted in sealed envelopes, marked 'Private and confidential' mentioning 'AMC Electrical/ Plumbing' and to be sent to Head General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Contact details: Head, General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 367 1224, Email: Joginder.seth.sbiuk@statebank.com

Closing date for bids/quotations: 5.00pm on 2 nd October 2017

 


 

State Bank of India, UK is inviting for tenders to supply & installing new carpets at Residential premises at State Bank of India UK Branch, its subsidiaries or affiliates, or related companies
The Particulars of the tender are as follows:
  1. 4 Residential apartments at Golders Green NW11 7 RR under one building.
  2. Remove all existing carpets with underlaying to all areas and disposing
  3. Supply & Install new carpets with underlaying to all flats including common areas staircases
  4. Supply and Install new doors bars and grippers.

Brand of Carpet - Aston

Area to be covered

- 450.00 square meter approx. consist of 2 Duplex Apartments

- 2 Single Level Apartments Common area staircases

Bidders need to fill the contractor Appraisal questionnaire as well prior to the bid. The link can be opened here

Bids: Tenders and questionnaire are to be submitted in sealed envelopes, marked 'Private and confidential' mentioning 'supply & installing new carpets at 15 King Street' and to be sent to Head General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Contact details: Head, General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 3671224, Email: joginder.seth.sbiuk@statebank.com

Should you have any queries or require further information regarding the technical aspects of the projects or this tender, please contact us on 0207 3671224.

Closing date for bids/quotations: 21st September 2017

 


 

State Bank of India, UK is inviting AMC (Annual Maintenance Contract) tenders to bid for HVAC system at our corporate office building at 15 King Street, London, EC2V 8EA.
The Particulars in the tender are as follows:

Please follow the link here to view the list of elements need to covered in the AMC.

Scope of works
  • Planned preventative maintenance based upon HVAC, IEE and HSE guidelines and recommendations.
  • Regular site visits by AMC personnel as per the service breakdown below.
  • Site logs updated by AMC personnel after each visit.
  • Remedial works including water booster, AC condenser, Pumps, Gas safety and water certification to be undertaken as remedial works when and where necessary/ required.
  • Reports issued upon completion of specialist works.
  • Management of the site will be achieved with accurate record keeping by means of a sit log book and engineers report.
  • Included within our charge will be following consumables.
  • Oils, greases, plant cleaning materials, panel lamps.

Bidders need to fill the contractor Appraisal questionnaire as well prior to the bid. The link can be opened here

Bids: Tenders and questionnaire are to be submitted in sealed envelopes, marked 'Private and confidential' mentioning 'LMB AMC HVAC system' and to be sent to Head General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Contact details: Head, General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 367 1224, Email: joginder.seth.sbiuk@statebank.com

Closing date for bids/quotations: 5:00pm on 4th August 2017

 


 

State Bank of India, UK is inviting for shortlisting service providers/contractors for Miscellaneous General Maintenance repair work at all Banks premises including Residential/Commercial at State Bank of India UK Branch, its subsidiaries or affiliates, or related companies.
Particulars for the tenders are as follows:
  • Banks premises General maintenance task
  • Electrical /Plumbing
  • Repairs/ Handyman work
  • Repaint/Decoration of all banks premises

Bidders need to fill the contractor Appraisal questionnaire as well prior to the bid. The link can be opened here

Interested bidders should put there call out charge as per hourly rate on below responses time:

  • 4 hours – Hourly call out charge
  • 8 Hours – Hourly call out charge
  • Next Day- Hourly call out charge

Replacement parts with labours are excluded.

Bids: Tenders are to be submitted in sealed envelopes, marked 'Private and confidential' mentioning 'Miscellaneous General Maintenance repair work ' and to be sent to Head General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Contact details: Head, General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 3671224, Email: joginder.seth.sbiuk@statebank.com

Should you have any queries or require further information regarding the technical aspects of the projects or this tender, please contact us on 0207 3671224.

Closing date for bids/quotations: 5:00pm 15th September 2017

 


 

State Bank of India, UK is inviting for shortlisting service providers for the supply of office supplies / Stationary in State Bank of India UK Branch, its subsidiaries or affiliates, or related companies.
The Particulars of the tender are as follows:

Please follow the link here to view the bespoke core list of items. Items need to be like for like or equivalent and branded where stated on the list.

Bidders need to fill the contractor Appraisal questionnaire as well prior to the bid. The link can be opened here

Bids: enders and questionnaire are to be submitted in sealed envelopes, marked 'Private and confidential' mentioning 'office supplies / Stationary' at 15 King Street' and to be sent to Head General Banking and Administration, State Bank of India, 3 rd floor, 15 King Street, London, EC2V 8EA

Contact details: Head, General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 3671224, Email: joginder.seth.sbiuk@statebank.com

Should you have any queries or require further information regarding the technical aspects of the projects or this tender, please contact us on 0207 3671224.

Closing date for bids/quotations: 5.00pm on 14 th August 2017

 


 

State Bank of India, UK is inviting quotations for the appointment of an insurance broker to act on its behalf in connection with the forthcoming insurance renewals, pertaining to SBI UK Operations, which are due to expire in October 2017 respectively.
Objectives:

The objective of this project is to restrict any insurance premium increases at review and to make savings for the Bank without compromising on the cover provided by the policies.

Policies:

The tender is for Professional insurance policies as follows:

Professional

  1. Bankers Blanket Bond
  2. Electronic and Computer Crime
  3. Professional Indemnity
  4. Directors and Officers
  5. Pension Trustee Liability

Quotations: Fixed fee premiums for the above insurance policies

Bids: Tenders are to be submitted in Sealed Envelopes, marked 'Private and Confidential' mentioning 'General and Professional Insurance' and to be sent to Head General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Broker Requirements: All responding brokers should be FCA registered and carry a minimum of £20,000,000 Professional Indemnity insurance.

Insurers All insurers approached should be of strong reputation and carry a minimum credit rating of A-

Contact details: Head, General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 454 4468, Email: ahmed.arikat.sbiuk@statebank.com

Closing date: 5pm on Friday September 29, 2017

 


 

State Bank of India, UK is inviting quotations for the appointment of an advisor/consultancy firm to act on its behalf in connection with the forthcoming 2017 Business rates rating list pertaining to Retail branches at Ilford, Harrow, Hounslow, Coventry and Retail Office at Harrow.

The business rates reviews are due imminently and the 2017 rating list runs for the period 1 April 2017 to 31 March 2022

Objectives: The objectives of the projects are to restrict any business rates increase at review and to make savings for the Bank.

Locations:

Hounslow - 196 High Street, Hounslow, Middlesex, TW3 1HL

Ilford - Unit 1, 172-174 High Road, Ilford, Essex, IG1 1LL

Harrow - Unit 1, 1-9 St Anns Road, Harrow, Middlesex, HA1 1AP

Coventry – 35 Smithford Way, Coventry, CV1 1FY

Hygeia Harrow – 3rd floor, Hygeia House, 66-68 College Road, Harrow, Middlesex, HA1 1 BE

Fees: Fixed fee element or incentivised savings element or both.

Methodology Statements:

  1. Detailed analysis of the lease terms and other relevant documentation in order to identify the provisions impacting on business rates value.
  2. Detailed inspection and measurement of the premises in accordance with the current edition of RICS Code of Measuring Practice (6th Edition).
  3. Identification and analysis of relevant comparable evidence.
  4. Reporting opinions of business rates value and specific recommendations together with commentary on any valuation considerations that will be relevant to negotiations with the Valuation Office.
  5. Clear identification of the appropriate strategy and application to negotiations.
  6. A focused project management to the entire process to ensure a quick and efficient determination of the review.

Bids: Quotations are to be submitted in Sealed Envelopes and to be sent to Head General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA.

Contact details: Head General Banking and Administration, State Bank of India, 3rd floor, 15 King Street, London, EC2V 8EA. Tel: 0207 454 4431, Email: headgbadmin.sbiuk@statebank.com

Closing date: 12.00pm on 8 March 2017

 


 

REQUEST FOR PROPOSAL (RFP)
For
Selection of Consultancy firm for assisting State Bank of India (SBI), UK Operations in all Tax and Accounting Advice & Activities related to setting up a banking subsidiary in UK
State Bank of India
15 King Street
London EC2V 8EA
United Kingdom

[A] Important Dates:

  1. Issuance of RFP Document by Bank from : 27.05.2016
  2. Last Date of Submission of Response by the Bidder : 21.06.2016

[B] Important Clarifications:

Following terms are used in the document interchangeably to mean:

  1. SBI and Bank means "State Bank of India".
  2. Recipient, Respondent Bidder and Legal firm means "Respondent to the RFP Document".
  3. RFP means the "Current RFP Document"

Confidentiality This document is meant for the specific use by the Company / person/s interested to participate in the current tendering process. This document in its entirety is subject to Copyright laws. State Bank of India expects the bidders or any person (s) acting on behalf of the bidders to strictly adhere to the instructions given in the document and maintain confidentiality of information. The bidders will be held responsible for any misuse of the information contained in the document and liable to be prosecuted by State Bank of India in the event of such a circumstance being brought to the notice of the Bank. By downloading the document, the interested party is subject to confidentiality clauses.

Section I

1. Introduction and Disclaimer

This Request for Proposal document (" RFP ") has been prepared solely to enable State Bank of India (" Bank ") for selection of a suitable consultant for assisting the State Bank of India, UK Operations (UK BRANCH) in all the Tax & Accounting Advice and Activities ("Tax & Accounting Work") for setting up a banking subsidiary in UK, including in transfer of a part of the business from Branch to Subsidiary. The RFP document is not a recommendation, offer or invitation to enter into a contract, agreement or other arrangement in respect of the services. The provision of the services is subject to observance of selection process and appropriate documentation being agreed between State Bank of India and any successful bidder as identified after completion of the selection process.

2. Information Provided

The RFP document contains statements derived from information that is believed to be reliable at the date obtained but does not purport to provide all of the information that may be necessary or desirable to enable an intending contracting party to determine whether or not to enter into a contract or arrangement with State Bank of India in relation to the provision of services.

Neither State Bank of India nor any of its employees, agents, contractors, or advisers gives any representation or warranty, express or implied as to the accuracy or completeness of any information or statement given or made in this RFP document. Neither State Bank of India nor any of its employees, agents, contractors, or advisers has carried out or will carry out an independent audit or verification or due diligence exercise in relation to the contents of any part of the RFP document.

3. For Respondent Only

The RFP document is intended solely for the information of the party to whom it is issued (" the Recipient " or " the Respondent ") and no other person or organisation.

4. Confidentiality

The RFP document together with all other information, materials, specifications or other documents provided by State Bank of India shall be treated at all times as confidential by the Recipient and is not to be reproduced, transmitted, or made available by the Recipient to any other party. The Recipient shall not disclose any such information, materials, specifications or other documents to any third parties or to any other part of the Recipients' group or use them for any purpose other than for the preparation and submission of a response to this RFP nor shall the Recipient publicise State Bank of India's name or the project without the prior written consent of State Bank of India.

Recipients shall ensure that all third parties to whom disclosure is made shall keep any such information, materials, specifications or other documents confidential and not disclose them to any other third party except as set out above.

Recipients must seek the approval of State Bank of India before providing to third parties any information provided in confidence by State Bank of India or its professional advisers and must maintain a register of all employees and third parties who have access to such information. If so requested by State Bank of India, Recipients must make such a register available for immediate inspection by State Bank of India or its duly authorised representatives.

State Bank of India may update or revise the RFP document or any part of it. The Recipient acknowledges that any such revised or amended document is received subject to the same terms and conditions as this original and subject to the same confidentiality undertaking. The Recipient will not disclose or discuss the contents of the RFP document with any officer, employee, consultant, director, agent, or other person associated or affiliated in any way with State Bank of India or any of its customers, suppliers, or agents without the prior written consent of State Bank of India.

5. Disclaimer

Subject to any law to the contrary, and to the maximum extent permitted by law, State Bank of India and its officers, employees, contractors, agents, and advisers disclaim all liability from any loss or damage (whether foreseeable or not) suffered by any person acting on or refraining from acting because of any information, including forecasts, statements, estimates, or projections contained in this RFP document or conduct ancillary to it whether or not the loss or damage arises in connection with any negligence, omission, default, lack of care or misrepresentation on the part of State Bank of India or any of its officers, employees, contractors, agents, or advisers.

6. Costs Borne by Respondents

All costs, liabilities and expenses incurred by Recipients / Respondents in any way associated with the development, preparation, and submission of responses, including but not limited to attendance at meetings, discussions, demonstrations, etc. and providing any additional information required by State Bank of India, will be borne entirely and exclusively by the Recipient /Respondent.

7. No Legal Relationship

No binding legal relationship will exist between any of the Recipients /Respondents and State Bank of India until execution of a contractual agreement.

8. Recipient Obligation to Inform Itself

The Recipient must conduct its own investigation and analysis regarding any information contained in the RFP document and the meaning and impact of that information.

9. Evaluation of Offers

Each Recipient acknowledges and accepts that State Bank of India may, in its absolute discretion, apply whatever criteria it deems appropriate in the selection of organisations, not limited to those selection criteria set out in this RFP document. The RFP document will not be construed as any contract or arrangement, which may result from, the issue of this RFP document or any investigation or review carried out by a Recipient. The Recipient acknowledges by submitting its response to this RFP document that it has not relied on any information, representation, or warranty given in this RFP document.

10. Errors and Omissions

Each Recipient should notify State Bank of India of any error, omission, or discrepancy found in this RFP document but not later than two business days prior to the due date for lodgement of RFPs.

11. Acceptance of Terms

A Recipient will, by responding to State Bank of India RFP, be deemed to have accepted the terms as stated above from Para 1 through Para 10.

12. Lodgement of RFP Response

12.1 RFP Submission & Closing Date : 21.06.2016

RFP Response may be received by the officials indicated below not later than 5:00 pm (GMT) on 21.06.2016

(1) paper copy and one printable electronic copy (Microsoft Word/PDF/Excel/Powerpoint via Password protected email, where password is provided to SBI only on request after the Closing date) each of both Technical and Commercial Proposals must be submitted to:

Chief Financial Officer
State Bank of India
15 King Street, London
United Kingdom
Chieffo.sbiuk@statebank.com

12.2 Submission will be valid if:

  1. Copies of the RFP are submitted, subject to clause 12.3, before the aforementioned closing date specified in clause 12.1.
  2. Submission is not by Fax transmission.
  3. Response is submitted in two separate sealed envelopes with separate marking "Technical Proposal" & "Commercial Proposal"

All separate copies of RFP and attachments must be provided in a sealed envelope or sachet. RFP Response shall be sent / signed by a duly authorised director or senior officer of the Respondent.

State Bank of India will not consider any late responses to this RFP nor will it consider requests for extension of the time or date fixed for the submission of responses. It may, however, in its own absolute discretion extend the time or date fixed for submission and in such an event State Bank of India will notify all Respondents accordingly.

After evaluation is completed, State Bank of India will retain copies of all responses to satisfy its audit obligations and for other purposes.

The response to this RFP must be completed in English.

12.3 Only One Submission Permitted

Only one submission of response to RFP by each Consultant / Service Provider will be permitted. In case of partnerships / consortium, only one submission is permitted through the lead Consultant / service provider. The RFP shall be accepted by the Bank only in the original, and the same shall not be accepted if the required details are filled in photocopy of RFP document or sent through facsimile.

12.4 Registration of RFP

Registration will be effected upon State Bank of India receiving the RFP response in the above manner (Para 12.1). The submission must contain all documents, information, and details required by this RFP. If the submission to this RFP does not include all the information required or is incomplete or submission is through Fax mode, the RFP may in the sole and absolute discretion of State Bank of India be summarily rejected.

All submissions, including any accompanying documents, will become the property of State Bank of India. Recipients shall be deemed to license, and grant all rights to, State Bank of India to reproduce the whole or any portion of their submission for the purpose of evaluation, to disclose the contents of the submission to other Recipients who have registered a submission and to disclose and/or use the contents of the submission as the basis for any resulting RFP process, notwithstanding any copyright or other intellectual property right that may subsist in the submission or accompanying documents.

12.5 Late RFP Policy

RFPs lodged after the deadline for lodgement of RFPs may be registered by State Bank of India and may be considered and evaluated by the evaluation team at the absolute discretion of State Bank of India. Respondents are to provide evidence to substantiate the reasons for a late RFP submission. It should be clearly noted that State Bank of India has no obligation to accept or act on any reason for a late submitted response to RFP.

State Bank of India shall not bear any liability to any person who lodges a late RFP for any reason whatsoever, including RFPs taken to be late only because of another condition of responding.

12.6 RFP Validity Period

RFPs will remain valid and open for evaluation according to their terms for a period of at least six (6) months from the RFP closing date.

12.7 Requests for Information

Consultants interested in submitting the bid, can meet SBI official and make a presentation and / or ask for the clarification during the meeting. A copy of the draft Regulatory Business Plan (RBP) is available for the reference of interested Consultants. SBI UK strongly encourages the interested firms to view this document to understand the background of the business. Any further questions or queries relating to the RFP, technical or otherwise, must be in writing only and should be addressed by email to:

Chief Financial Officer
State Bank of India
15 King Street, London
United Kingdom
Chieffo.sbiuk@statebank.com

State Bank of India may in its absolute discretion seek, but shall be under no obligation to seek, additional information or material from any Respondents after the RFP closes and all such information and material provided must be taken to form part of that Respondent's response.

Respondents should invariably provide details of their email address(es) as responses to queries will normally be provided to the Respondents via email.

If State Bank of India in its absolute discretion deems that the originator of the question (by email or during the presentation) will gain an advantage by a response to a question, then State Bank of India reserves the right to communicate such response to all Respondents.

State Bank of India may in its absolute discretion engage in discussion or negotiation with any Respondent (or simultaneously with more than one Respondent) after the RFP closes to improve or clarify any response.

13. Evaluation method and selection criteria

The Technical bids of the respondents shall be evaluated based on the criteria mentioned in point no.4 under section II. The commercial bids of the respondents qualifying the technical bid criteria shall be evaluated as per the criteria mentioned in point no. 5 under Section-II.

Respondents may be invited to provide a presentation of their proposals as part of their response.

Respondents may be contacted nearer the time with a specific date for their presentation to take place.

14. Notification

State Bank of India will notify the Respondents in writing as soon as practicable, whether the Respondent's RFP response has been accepted or rejected. State Bank of India is not obliged to provide any reasons for any such acceptance or rejection.

15. Disqualification

Any form of canvassing/lobbying/influence/query regarding short listing, status etc. will be a disqualification.

16. Timeframe

The following is an indicative timeframe for the overall selection process.

Issuance of RFP Document by Bank from : 27.05.2016
Last Date of Submission of Response by the Bidder : 21.06.2016

Acceptance of Work Order: within One Week of receipt of Work Order
SLA and NDA Agreement: to be signed after acceptance of the work and before commencement of work. Contract to be signed in London,United Kingdom.

State Bank of India reserves the right to vary this timeframe at its absolute and sole discretion should the need arise. Changes to the timeframe will be relayed to the affected Respondents during the process.

17. Dispute Resolution

The Recipient and State Bank of India shall endeavour their best to amicably settle all disputes arising out of or in connection with the RFP in the following manner:

  1. The Party raising a dispute shall address to the other Party a notice requesting an amicable settlement of the dispute within seven (7) days of receipt of the notice.
  2. The matter will be referred for negotiation between authorized representative of State Bank of India and of the Recipient. The matter shall then be resolved between them and the agreed course of action documented within a further period of 15 days.
  3. In case any dispute between the Parties, does not settle by negotiation in the manner as mentioned above, the same shall be resolved exclusively by arbitration and such dispute may be submitted by either party for arbitration within 20 days of the failure of negotiations. Arbitration shall be held in London and conducted in accordance with the provisions of laws applicable for arbitration in England and Wales. The Arbitration proceedings shall be presided by the sole arbitrator appointed by State Bank of India.

18. Applicable Law and Jurisdiction of Court

Any disputes between State Bank of India and the Recipient arising out of the RFP shall be governed in accordance with the Laws of England for the time being in force.

19. Professionalism

The selected bidder should provide professional, objective and impartial advice at all times and hold the State Bank of India's interests paramount and should observe the highest standard of ethics while executing the assignment.

20. Execution of SLA

The selected bidder shall execute a Service Level Agreement, which would include all the services and terms and conditions of the services to be extended as detailed herein and any other conditions as may be prescribed by the Bank. The contract shall be executed by the authorized signatory of the selected bidder.

Section I

Project Requirements

1. RFP

State Bank of India, UK Operations (UK BRANCH) has submitted a draft Regulatory Business Plan to PRA and is in the process of submitting the Application for Authorisation to regulators in July 2016. This RFP is for Selection of Consultants for assisting the State Bank of India, UK Operations (UK BRANCH) in the preparation and completion of the Tax and Accounting Advice & Activities ("Tax & Accounting Work") related to setting up a banking subsidiary and transferring part of its liabilities and assets (including deposits, mortgages, pension liabilities) in UK to the new subsidiary.

2. Current RFP Objectives:

a. Project Objective

State Bank of India wishes to appoint a suitable Consultant for assisting State Bank of India, UK Operations ("UK Branch") related to Tax & Accounting Work for setting up a banking subsidiary in UK.

b. Project Scope

A summary description of the envisaged scope is enumerated as under. However, State Bank of India reserves its right to change the scope of the RFP considering the size and variety of the requirements and the changing business conditions.

Based on the contents of the RFP, the selected Consultant shall be required to assist State Bank of India in the Tax & Accounting Work. The subsidiary will be set up by initially carving out the retail business of SBI UK. UK Branch of SBI UK will continue to function separately. A copy of the latest Regulatory Business Plan (RBP) is available for the reference of interested Consultants. SBI UK strongly encourages the interested firms to view this document to understand the background of the business.

The Consultant shall be required to undertake to perform all such tasks, render requisite services and make available such resources as may be required for the successful completion of the entire assignment at no additional cost to the Bank.

The high level services as indicated in Para 3 will be covered under the scope of this RFP.

3. Scope of Work

Broad High Level Scope of Work for the Tax & Accounting Work is given below:

A) Tax Workstream:

# Workstream Details
1. Transfer of assets
  • Tax Advice including detailing the consequences of transfer of assets and Tax Relief from branch to subsidiary
2. Compliance on Tax aspects
  • Registration with HMRC for Corporation Tax,
  • Ad-hoc Support during and in the first 3 months of formation of subsidiary
3. Capital Structure
  • Advising on the capital structure of the subsidiary from Tax efficiency perspective, esp. on structuring of Tier 2 debt, provided by the parent
4. Transfer Pricing
  • Advice and documenting on Transfer Pricing arrangement and implications of various arrangements of staffing between branch and subsidiary
  • Accounting Standards and impact on Tax has to be considered for this
  • Inputs into SLA between Branch/Parent and Subsidiary is part of the scope of this
  • SLA and TP Policy should ensure that the relationship between the entities is conducted on arm's length terms with supporting documentation.
5. WHT Treaty access for loans
  • Advice on impact of WHT Treaties - for both transfer of Loans in the initial stage and on-going booking of loans between Branch and Subsidiary for Indian residents/entities
6. Governance aspects
  • Advice on Relevance of Senior Accounting Officer (SAO) Regime Risk & Governance regime related to SAO
  • Any other Governance Aspects
7. VAT Advice
  • Advice & Implementation of VAT Structure including VAT Grouping
  • Advice on impact of PESM
  • VAT impact on Provision of services between branch and subsidiary
  • Ad-hoc Support on VAT aspects during and in the first 3 months of formation of subsidiary
8. Project management
  • Project Management
  • Preparation of Implementation Plan, Timelines, Documents List(s), etc.
  • Coordination with KPMG, SBI's regulatory consultants for the Application for Authorisation process for the subsidiary
  • Necessary coordination with all relevant 3rd parties, including HMRC, if required.
9. Miscellaneous
  • Any miscellaneous documentation/tax advisory services with regard to the subsidiarisation project

B) Accounting related:

No Workseam Details
1. Selection of Accounting standards
  • Advice on selection of suitable accounting standards to be used for the subsidiary between IFRS, FRS 102 or any other standards
  • General accounting advice in respect of accounting choices for the new subsidiary based on information to be provided to you regarding the 3-year business plan of and the products / transactions that will be booked by the new subsidiary.
2. Implementation
  • Advice on Implementation of accounting standards, EIR models, IFRS 9 packages
  • General accounting advice in the form of technical accounting training / workshop sessions on IAS 39 effective interest rate (EIR) and IFRS 9. We require a draft proposed agenda for such training / workshop sessions to be provided and require the topics to include market and industry insights on application issues of these standards.
3. Project management
  • Project Management
  • Preparation of Implementation Plan, Timelines, Documents List(s), etc.
  • Coordination with KPMG, SBI's regulatory consultants for the Application for Authorisation process for the subsidiary
  • Liaison with regulators (PRA/FCA), if required.
  • Any miscellaneous documentation/accounting services with regard to employee matters incidental to the subsidiarisation project

The Consultant is not expected to travel outside London. The interactions with the external parties including the regulators in UK/India, our Senior Management in India, etc. is expected to be performed by SBI itself primarily. However, the Consultant may be expected to accompany SBI in its meetings with UK Regulators, if required. We expect the Consultant to expand on this and complete the Tax & Accounting Work within 3 months of appointment, or as per the timelines given by the Regulators.

4. Technical Bid Evaluation Criteria

Technical criteria are classified under three (4) broad heads -

Credentials of the Consultant
Experience of the Team Members
Successful execution of Tax & Accounting Works in the last 3 years of similar or larger sized banks in United Kingdom.
Good understanding of SBI requirements in the proposal including, the impact of various aspects

5. Commercial Bid Evaluation Criteria:

The Consultants are required to provide the commercials (Pricing) based on assumption that the Consultant shall prepare the documents and policies and the Bank shall review the documents and policies.

Quotes are needed for both the streams separately, preferably in the following format.

# Tax & Accounting Workstream Cost (excl VAT)
1. Tax Workstream  
  a) Transfer of assets  
  b) Compliance on Tax aspects  
  c) Capital Structure  
  d) Transfer Pricing  
  e) WHT Treaty access for loans  
  f) Governance aspects  
  g) VAT Advice  
  h) Misc or Any other aspects  
  Total Tax Workstream  
2. Accounting Workstream  
3. Total for Tax and Accounting  

State Bank of India reserves the right to select the Consultant(s) based on the various combination/maix/suitability under different work seams/tasks. For example, SBI reserves the right to choose a consultant only for VAT and ansfer Pricing and WHT eaty alone.

Section III

QUESTIONNAIRE OVERVIEW

A questionnaire is set out below. The questionnaire is divided into the following sections:

  • General questions.
  • Services issues and technical capabilities.

1. GENERAL QUESTIONS

1.1 Contact details

a) Please supply details of the person(s) at your organisation who can be contacted by State Bank of India in relation to your response. Please give their name, title, address and location, telephone number, fax number and e-mail address.

1.2 Company details

a) Please give details of your company, stating its full registered address and company regisation number.

b) Please set our details of the parent or holding company of the company specified in response to the above question, state where it is registered, ownership details and detail of its and its parent company's subsidiaries and specify the relationship between it and its parent/holding company or whether any group companies are publicly listed and, if so, on which stock exchanges.

c) Please set out your geographical locations which are relevant to the requirements set out in this RFP and the length of time you have operated from these locations.

1.3 Your Organisation's staff

Please give details of your staff numbers, skills, duties and locations those who will be associated with the proposed work. Please set out any key skills or employee dependencies and the availability of replacement skills in those areas.

Please explain the organisational and management sucture of your organisation (including an organogram of your executive management) and the roles and responsibilities of the management teams involved in relation to the services in the RFP.

1.4 Your history, approach, vision and values

a) Please describe in brief terms, your organisation's history and the history of provision of outsourcing services.

b) Over what period of time have you been providing services which are similar to those which are the subject of RFP.

c) Please provide details of your corporate and business values and how this affects your organisation and the services it offers.

1.5 Customers

a) Please supply a list of customers to whom similar services to those contemplated by the RFP are provided and the types of services being provided.

1.6 References

a) Please provide references of work done in the past and the success ratio where services were provided similar to those being contemplated by the RFP.

1.7 Previous experience

a) Please provide details of previous experience of the firm and the Directors/Partners in providing similar services to the services envisaged in this RFP, particularly your experience which relates to implementation/ansition, service levels, regulatory compliance, achievement of economies of scale and value for money. Please provide details of size and scale of these services.

b) Please specify any additional related services you could offer to State Bank of India and the benefits of such services.

1.8 Standards and procedures

a) Please provide details of your quality assurance processes and management systems and if applicable any quality related accreditations or certifications you hold.

b) Please set out your policies, procedures and processes in relation to the protection of all information and data in relation to the services and in relation to other security and confidentiality matters.

c) Please provide a brief risk management overview of the risks that you foresee in the delivery of each area of the requirements you are responding to. Please categorise these risks according to whether they are risks for State Bank of India, for you, or risks that are to be shared jointly. Please specifically state how you propose to manage and/or mitigate these risks.

d) Please confirm that all goods, services, software and intellectual property which would be provided or supplied by you in the course of the provision of the services are compliant with applicable regulatory framework.

e) Please give details of the systems and processes that are intended to be used to ensure security of personal customer data.

1.9 Insurance

Please provide details of the levels and kinds of insurance held by your organisation and describe which services and areas such insurance would apply.

2. SERVICES ISSUES AND TECHNICAL CAPABILIITES

2.1 Services

a) Please specify whether you are able to meet the requirements set out in Section II (Project Requirements) and your methodology for achieving this.

b) Please specify how your organisation is suctured to best provide the services (as detailed in Section II (Project Requirements)).

c) Please specify the key members of staff that is proposed would be used to provide and manage the service throughout the ansitional and operational phases of the project, along with their CVs and other relevant information.

d) Please specify the proposed dedicated management team from State Bank of India's account, where they would be located and whether members of State Bank of India's operations team could be based at your operational site on at least a part-time basis.

e) Please specify the standard service levels proposed in relation to the services to be provided pursuant to the project, and outline the method and frequency of reporting.

f) Please describe how you would provide these services to State Bank of India and how you propose sucturing and managing the provision of the services.

g) What resources would you use to provide these services and give details of these resources, their experience and where they will be based?

h) Would staff be dedicated to this service or shared with other services or other customers? If they are shared with others, please describe which staff would be shared and how this would work.

i) Please specify if you would consider off-shoring (outside of the UK) any element of the service, along with details of potential locations, timing and expected benefits of the proposed off-shoring. Please indicate whether these off-shoring services would be provided by you or by a third party and whether new or existing relationships would be used. Please confirm that the off-shoring service levels are at least equivalent to those in the UK. Please confirm that the service can be provided during UK working hours.

j) Please describe your problem escalation procedure and the timescales for escalating problems in relation to this service.

k) How would you provide the services within the core hours and outside of the core hours stated? Do you have any limit on the type of cover you would offer at different times of day?

l) Please describe your competencies and experience in providing these services.

m) What assets would you be using, those of State Bank of India or your own in relation to these services and why? Where would they be located?

n) What are your own disaster recovery plans for these types of services.

o) Are there any additional services you can provide or would wish to offer in relation to these services?

p) Would you propose any different approaches to the provision of these services from that set out in the RFP and if so, please describe.

q) Are there any new developments in the marketplace or potential technological or any changes in relation to the services which may affect the provision of the services which are subject of the RFP?

2.2 Other capabilities

a) Please set out any additional capabilities or other services you provide beyond the scope of those contained in the RFP which may be of interest to State Bank of India.

 


 

REQUEST FOR PROPOSAL (RFP)
For
Selection of Legal or Consultancy firm for assisting us in all Legal Activities related to setting up a banking subsidiary in UK

[A] Important Dates:

  1. Issuance of RFP Document by Bank from : 10.02.2016
  2. Last Date of Submission of Response by the Bidder : 04.03.2016

[B] Important Dates:

Following terms are used in the document interchangeably to mean:

  1. SBI and Bank means "State Bank of India".
  2. Recipient, Respondent Bidder and Legal firm means "Respondent to the RFP Document".
  3. RFP means the "Current RFP Document"

Confidentiality

This document is meant for the specific use by the Company / person/s interested to participate in the current tendering process. This document in its entirety is subject to Copyright laws. State Bank of India expects the bidders or any person (s) acting on behalf of the bidders to strictly adhere to the instructions given in the document and maintain confidentiality of information. The bidders will be held responsible for any misuse of the information contained in the document and liable to be prosecuted by State Bank of India in the event of such a circumstance being brought to the notice of the Bank. By downloading the document, the interested party is subject to confidentiality clauses.

For more details please refer to the full RFP

 


 

REQUEST FOR PROPOSAL - SENIOR MANAGERS AND CERTIFICATION REGIME (SMCR) PREPARATION AND IMPLEMENTATION SUPPORT

We invite proposals from professional firms with requisite expertise and experience to support the Bank in the preparation and implementation of Senior Managers and Certification regime as per PRA / FCA requirements for a non-EEA branch.

Interested firms can submit their technical and commercial proposals in two separate sealed envelopes by 19-Nov-15 to Chief Risk Officer, State Bank of India, 15 King Street, London EC2V 8EA.

Please include following details in the proposals:

Technical proposal

  • Firm's background and expertise in providing SMCR preparation and implementation support to local as well as foreign banks.
  • Suggested approach for supporting the bank in line with the scope for SMCR preparation and implementation outlined in Annexure-I. It should be a comprehensive approach covering all aspects of SMCR preparation and implementation, including legal matters.
  • Details of team members with background, grade, and area of expertise

Commercial proposal

  • Fixed fee for supporting the bank in line with the scope for SMCR preparation and implementation outlined in Annexure-I. Please submit only one option with all inclusive fixed fee, without any variations.
  • Level/grade of team members, estimated number of days and day rate

For any clarifications, please contact Mr David Attree, Chief Risk Officer, State Bank of India, 15 King Street, London EC2V 8EA. Tel: 0207 454 4391. Email: cro.sbiuk@statebank.com

Annexure-I
Scope for SMCR Preparation and Implementation Support
Stage Task Particulars Timeline
1 SMCR Steering Group Weekly meetings to review the progress of project plan, determining action points and reporting to Bank's Senior Management.
SMCR Steering Group would comprise of Bank officials and members of professional firm. Professional firm to offer its Subject Matter Experts in the following areas:
  • Regulatory Change and Compliance
  • Corporate Governance
  • Legal matters relevant to implementation of SMCR including Employment law, Remuneration code, etc.
Nov-15 onwards
2 Gap Analysis Outlining the requirements for SMCR and ascertaining gaps in each area with respect to Bank's current governance arrangements, including:
  • Organogram, Reporting lines, SoRs/JDs
  • Committees structure, ToR, minutes
  • Policies and procedures
  • Tone from top
  • Management Information
  • Population of proposed SMFs: review
  • Population of Certified Persons: identification of population and assessment - Significant Harm Functions/ Material Risk Takers
  • Conduct Rules and Conduct Risk framework
  • Recruitment, employment contracts, objective setting, performance appraisal and remuneration arrangements
  • Training arrangements
  • Any other areas relevant to implementation of SMCR
Nov-15
3 Develop Project Plan Development of comprehensive project plan with specific action points and timelines. Aligning code of conduct and individual accountability to relevant policies and processes.
  • Fit and proper Assessment (Criminal Records checks, Regulatory reference, etc.)
  • Management responsibilities map, SoR Matrix and SoR forms, Handover documents, Cover arrangements, Performance appraisal process, Remuneration process, Recruitment process, Employment contracts, Training and support arrangements, Management information and monitoring processes
  • Processes for certification of individuals - documentation, training, support and on-going monitoring
  • Conduct Rules Framework: identification and reporting of breaches
  • Any other areas relevant to implementation of SMCR
Nov/Dec-15
4 Training
  • Training session for Senior Management
  • Training sessions for Certified Persons
  • Training sessions for all employees on conduct rules
  • Development of on-going Training programme for SM, CP and all employees on conduct rules
Dec-15
5 Development of SMCR implementation Framework, Policies and Processes Development and testing of SMCR implementation framework in line with the Project Plan.
  • Develop SMR and CR policy for SBI UK and present it for UKRMC approval
  • Develop Responsibilities Map and present for UKRMC approval
  • Develop SMR and CR Appointment Letters, Job descriptions, objective setting and performance appraisal templates
  • Develop procedure and template for annual assessment and issuance of employee certificates
  • Review of employment contracts and recommendations for requisite amendments
  • Review of policies and procedures and recommendations for requisite amendments
  • Review of committee structure / ToR and recommendations for requisite amendments
  • Develop requisite templates including (i) Meeting minutes (ii) Decision making (iii) Handover templates for Senior Management/Certified Persons, etc.
  • Any other work relevant to implementation of SMCR
Dec-15 / Jan-16
6 Implementation and review Professional firm to facilitate implementation of SMCR and review the arrangements to ensure that the bank has fit for purpose policies and procedures to independently manage and monitor SMCR implementation on an on-going basis. Feb-16