fssai.doc

47
Food Safety and Standards Authority of India 3 rd & 4 th Floor, Food and Drug Administration Bhawan, Next to National Bal Bhawan, Kotla Road, New Delhi-110 002 Invitation for EXPRESSION OF INTEREST for assignment on finalization of Food Safety & Quality Standards and Regulatory guidelines for Food Safety and Standards Authority of India (FSSAI) 1

Upload: sunnyverma

Post on 30-Sep-2015

222 views

Category:

Documents


4 download

DESCRIPTION

d

TRANSCRIPT

Food Safety and Standards Authority of India3rd & 4th Floor, Food and Drug Administration Bhawan, Next to National Bal Bhawan,

Kotla Road, New Delhi-110 002Invitation for EXPRESSION OF INTEREST for assignment on finalization of Food Safety & Quality Standards and Regulatory guidelines for Food Safety and Standards Authority of India (FSSAI)

21st October, 2008

LIST OF CONTENTS

Sr. No.DescriptionPage No.

1.Notice Inviting Expression of Interest

2.Objective & Scope of Work

3.Instructions to the applicant

4.Pre-qualification criteria

5.Evaluation criteria

6.Forms

Food Safety and Standards Act, 2006 is available for download at : http://fssai.gov.in/downloads/fssact.pdfNOTICE INVITING EXPRESSION OF INTEREST

From agencies for assignment on finalization of Food Safety & Quality Standards and Regulatory guidelines for Food Safety and Standards Authority of India (FSSAI)

The Food Safety and Standards Authority of India is an autonomous statutory Authority set up under the Food Safety and Standards Act, 2006 for laying down science based standards for articles of food and to regulate their manufacture, storage, distribution, sale and import, to ensure availability of safe and wholesome food for human consumption. The Act aims to establish a single reference point for all matters relating to food safety and standards, by moving from multi-level, multi-departmental control to a single line of command.

2.The FSSAI intends to engage any specialized agency of National/International repute for assisting in finalization of Food Safety & Quality Standards and Regulatory guidelines. The applicant should strictly be a single entity and must have extensive experience in similar work and in food related affairs. Some of the basic requirements for the agency are:

The agency should be of National/International repute having a minimum annual turnover of Rs. 2 crores. The agency should have wide experience/exposure in the field of food safety, quality & standards issues/policies and regulatory procedures at National as well as global level and should have strong in house resource base on food related aspects. Should have demonstrated capabilities and prior experience in carrying out similar type of assignments.

The agency should have international network and reach

Should be willing and capable of staying with Food Authority in long run for successful implementation of these food safety standards and regulatory guidelines in the country.3.The detailed EOI document indicating the scope of work, qualifying requirements, bidding forms, data sheets and procedure for submission of proposal for EOI can be obtained from Shri Anil Mehta, Deputy Director, Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to National Bal Bhawan, Kotla Road, New Delhi-110 002 (Phone No. 23236971) on or before 05.11.2008 by 5.00 P.M. with a payment of Rs. 5,000/- by DD/ Pay Order payable at New Delhi in favour of Food Safety and Standards Authority of India. The notice/ EOI document is also available at the FSSAI website at http://www.fssai.gov.in . Cost of the downloaded EOI documents shall be deposited at the time of bid submission. The Technical Bid and Financial Bid may be submitted to Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to National Bal Bhawan, Kotla Road, New Delhi-110 002 on or before 10.11.2008 by 3.00 P.M. The FSSA reserves the right to accept or reject any or all the offers at any stage of the process without assigning any reasons thereof and no claim/dispute on this aspect shall be entertained.(S.S.Chahal)DirectorAnnexure-I

OBJECTIVE & SCOPE OF WORK

Objective of the assignment

The Food Safety and Standard Authority of India (FSSA) has the mandate of laying down science based standards for articles of food and to regulate their manufacture, storage, distribution, sale and import, to ensure availability of safe and wholesome food for human consumption, as per the provisions of the Act. The FSSA intends to engage any specialized agency of National/International repute for assisting in finalization of Food Safety & Quality Standards and Regulatory guidelines. 2. Scope of work

The agency would be required to carry out the activities indicated below: -

Suggest and finalize the procedure to be followed for adjudication of cases, procedure and powers of Tribunal, procedure of appeal

Suggest and finalize qualification, terms of office, resignation and removal of Presiding Officer

Procedure for determination of cases for referring to appropriate courts and time-frame for such determination

Assisting in notifying standards and guidelines in relation to articles of food means for human consumption

Procedure for making or amending regulations in view of urgency concerning food safety or public health Assisting in notifying the regulations pertaining to limits of additives, contaminants, toxicants, heavy metals etc., tolerance limits of pesticides, veterinary drugs residues etc.

Assisting in finalizing the procedures for manner of marking and labelling of foods

Assisting in notifying the conditions and guidelines relating to food recall procedures.

Assisting in notifying the registering authority and the manner of registration; the manner of making application for obtaining license, the fee payable therefore and the circumstances under which such license may be cancelled or forfeited. Assisting in finalizing the procedures for getting the food analyzed, details of fees etc.

Assisting in finalizing the functions and procedures to be followed by food laboratories.

Suggest and finalize the manner of sending sample for analysis and details of the procedure to be followed

Assisting in issuing guidelines or directions for participation in Codex meetings and preparation of response to Codex matters

Assisting in finalizing the regulations relating to functioning of Food Safety Officer, Designated Officer and Commissioner of Food Safety Any other residuary/related work pertaining to guidelines/procedure standards to be framed under section 91, 92 & 94 of the Act.

It should be ensured that the Rules and Regulations proposed are in consonance with the spirit of the Act and keeping in view best practices followed at International level like EU Food Safety Authority, UK Food Safety Agency, Food and Drug Administration, USA, etc. During drafting of Rules and Regulations as per provision of the Act, the agency should devise suitable mechanism for interface with industry/consumers. National Level Workshops may be organized and ensured that inputs gathered therein are duly incorporated while drafting Rules and Regulations.

The details as mentioned above are indicative only. Any other item/matter not specifically indicated above, which is required to be or may be specified by Rules and Regulations or in respect of which provision is to be made by Rules and Regulations, shall be deemed to have been incorporated with in the scope of the study. The scope of work includes all preparatory documents required for initiating implementation. Omission of specific reference to any of the activities in the scope of work shall not relieve the agency of its responsibility to provide such consultancy service.

3.Schedule of completing the assignment

The assignment is required to be completed within 6 months of award of work.

4. Deliverables

The agency is required to deliver the documents as per the scope of work and should clearly state the assumptions made and sources of data. Detailed Action Plan for the complete assignment should be submitted by 4th week from the date of award of work. All the deliverables as per the scope of work should be made available to Food Authority within 6 months. Final report will be submitted at the end of 6 months for assessment of major deliverables.

INSTRUCTIONS TO THE APPLICANT

Background

The Food Safety and Standard Authority of India (FSSA) is being established for laying down science based standards for articles of food and to regulate their manufacture, storage, distribution, sale and import, to ensure availability of safe and wholesome food for human consumption and for matter connected therewith or incidental there to, as per the provisions of the Act. The FSSA intends to engage any specialized agency of National/International repute for assisting in finalization of Food Safety & Quality Standards and Regulatory guidelines through wide consultations with concerned Ministry, Industry and stakeholders.

2. Terms of Reference

The broad Terms of Reference for the assignment are enumerated in Annexure I.

3. Applicant Status

The applicant should strictly be a single entity and must have extensive experience in similar work and in food related affairs and meet the qualifying requirements as stipulated below. The Principal consultant should qualify the eligibility criteria.

The agency should be of National/International repute having a minimum annual turnover of Rs. 2 crores. The agency should have wide experience/exposure in the field of food safety, quality & standards issues/policies and regulatory procedures at National as well as global level and should have strong in house resource base on food related aspects. Should have demonstrated capabilities and prior experience in carrying out similar type of assignments.

The agency should have international network and reach

Should be willing and capable of staying with Food Authority in long run for successful implementation of these food safety standards and regulatory guidelines in the country.4. Authorised Signatory (Consultants)

The Consultants mentioned in the EOI document shall mean the one who has signed the EOI document forms. The consultant should be the duly Authorised Representative, for which a certificate of authority will be submitted. All certificates and documents (including any clarifications sought and any subsequent correspondence) received hereby, shall, as far as possible, be furnished and signed by the Authorised Representative.

5.Bid processing fee & Availability of EOI

The EOI document can be obtained from Shri Anil Mehta, Deputy Director, Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to National Bal Bhawan, Kotla Road, New Delhi-110 002 on or before 05.11.2008 by 5.00 P.M. with a non-refundable payment of Rs. 5,000/- by DD/ Pay Order payable at New Delhi in favour of Food Safety and Standards Authority of India. Alternatively, the document may be directly downloaded from the FSSAI website at http://www.fssai.gov.in. In the event the document is downloaded from the website the prospective consultant shall furnish a Demand Draft/Bankers cheque for Rs. 5,000/- only drawn in favour of Food Safety and Standards Authority of India with their offer. The Technical Bid and Financial Bid may be submitted to Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to National Bal Bhawan, Kotla Road, New Delhi-110 002, on or before 10.11.2008 by 3.00 P.M.

6. EMD & Submission of Bids

6.1 The applicant should submit their EOI along with a Demand Draft/ Banker Cheque of Rs. 2,00,000/- (Rupees two lakh only) in favour of Food Safety and Standards Authority of India payable at New Delhi. The bids shall be submitted in two sealed envelopes. The envelopes may be superscribed as Expression of Interest for finalization of Food Safety & Quality Standards and Regulatory guidelines for FSSAI - Technical Bid and Expression of Interest for finalization of Food Safety & Quality Standards and Regulatory guidelines for FSSAI - Financial Bid respectively. The Technical Bid shall contain all relevant papers/details. The financial bid should be inclusive of all expenses, excluding taxes and should clearly state the amount and taxes, etc.

6.2The terms of payment would be as under:-

1st installment of 25% as advance on assigning the work.

2nd installment of 35% after 3 months from award of work and achieving the deliverables during this period.

3rd and final installment of 40% after 6 months from award of work, achieving the deliverables during this period and submission & acceptance of final report.

7. Documents to accompany EOI7.1 The applications shall be complete with the following documents:

Expression of Interest proforma in Form I.

Statement of Applicant in Form II

Details of similar projects done in Form-III Details of Methodology and Work Plan proposed by the applicant in Form-IV. Details of Team composition for this assignment alongwith educational qualification, experience etc. of key resource persons, in Form V. Last 3 years balance sheet/ Audited Statements of Accounts.

Other information sought in the scope of work.

7.2 The applicant, in addition to furnishing complete information in the Forms appended with the documents, shall furnish a detailed document on proposed approach, methodology & work plan for the assignment. The work plan shall include full justification for procedures to be adopted. A time schedule for carrying out the each component of the assignment is also to be indicated. 7.3 Every sheet and all forms complete in all respects shall be signed by the person/ persons duly authorized to sign on behalf of the applicants with affixing the applicants rubber stamp. The Power (s) of Attorney supporting/authorizing of the signatory shall be enclosed with the offer. Any / all corrections made in the offer shall be duly authenticated by the signature of the Authorized Signatory.

8.Amendment to EOI

At any time prior to the last date for receipt of bids, the Food Authority, may for any reason, whether at its own initiative or in response to a clarification requested by a prospective Consultant, modify the EOI Document by an amendment. In order to provide prospective Consultants reasonable time in which to take the amendment into account in preparing their bids, the Food Authority may, at its discretion, extend the last date for the receipt of Bids and/or make other changes in the requirements set out in the invitation to EOI.

9.Evaluation

The procedure of evaluation of the applications is indicated at Annexure-II.10. Technical Presentation

Once the bids for assignment are evaluated, the shortlisted agencies may be required to make a presentation in the Food Authority at a short notice.

11.Rejection of EOI

The application for Consultancy is liable to be rejected if:a) The application is not covered in proper sealed cover with superscription as indicated in para 6.b) Not in prescribed form and not containing all required details.c) Not properly signed.d) Received after the expiry of due date and time.e) Offer is received by telex, fax, telegram or e-mail.f) Bid received without cost of EOI document if downloaded from Ministry's website.g) The EMD of Rs. 2,00,000/- is not enclosed with the Bid.12.Refund of EMD

The EMD of the successful bidder will be retained in the Food Authority and that of others will be returned. The successful bidder is required to finalise the payment terms with the Food Authority and sign an MOU for the proposed work.

13.Performance Guarantee

The successful bidder is also required to deposit performance guarantee equivalent to 10% of the bid amount and valid for a period of 6 month on award of work. EMD already paid shall be adjusted to that extent.

14.Disclaimer

14.1 The Food Authority shall not be responsible for any late receipt for any reasons whatsoever. The applications received late will not be considered and returned unopened to the applicant.14.2The Food Authority reserves the righta) To reject any / all applications without assigning any reasons thereof.b) To relax or waive any of the conditions stipulated in this document as deemed necessary in the best interest of the Food Authority without assigning any reasons thereof.c) To include any other item in the Scope of work at any time after consultation in the pre-bid meeting or otherwise.PROJECT PROFILE ON MUSTARD OIL

NAME OF THE PRODUCT

:MUSTARD OILPRODUCT CODE

:15142 NICQUALITY & STANDARD

:FSSAI regulation is mandatory.

AGMark for quality products.

ISI Specification for Mustard Oil is

IS:546:1975.

PRODUCTION CAPACITY

:Item

Quality Value

Mustard Oil 134 MT 127.30

Mustard Oil Cake 230 MT 20.70YEAR OF PREPARATION

: JULY 2012PREPARED BY

: MSME-Development Institute,

Ministry OF MSME,

Government of India

10, Industrial Estate, Pologround, Indore

TELE. 0731-2421048, 2421659, 2421037

TELE/FAX NO. : 0731-2420723

Email : [email protected]

Website : msmeindore.nic.in (I)INTRODUCTION

Oil seed crops occupy an important place in the agriculture and industrial economy of the country. India is perhaps the only country in the world having the largest number of commercial varieties of oil seeds. Mustard Oil is also one of the major oil seeds from which edible oil is produced. In Northern & Central India. It is medium of cooking food. Besides it is also used in preparation of Pickles. The Mustard Oil Cake (By Product) is used as cattle feed.

(II)MARKET

It has enormous demand as one of the edible oils and used as cooking medium especially in northern. eastern and north eastern of India. The demand of Mustard Oil is increasing with the time. Refined Ghani, Filtered, double filtered mustard oil have given new thrust to its market. Due to consumption in household and in pickle industries it appears to be good scope for establishing mustard oil industry

(III)BASIS & PRESUMPTIONS

1.This project is based on single shift basis and 300 working days in a year.

2.The cost of machinery & equipment/materials indicated refer to a particular make and the prices are approximate to these prevailing in the market at the time of preparation of this profile.

3.Depreciation has been taken as an

a) On Machinery & Equipment @ 10%

b) On Office Furniture & Fixture @ 20%

4.Interest on Total Capital Investment has been taken @ 14% per annum.

5. Minimum 40% of the total investment is required as margin money.

6.Break Even Point has been calculated at the full capacity utilization.

7.For smooth functioning of unit it is suggested that unit should have a good stock of quality raw material (mustard seed).

8.The yield of mustard oil, mustard oil cake and wastage (stone/dust) have been taken as 35%, 60% & 5% based on raw mustard seed.

(IV)IMPLEMENTATION SCHEDULE

The following steps involves in the implementation of the project.

a)Selection of site.

b)Form ownership.

c)Feasibility report.

d)Registration with DIC, Licence under FSSAI Act etc.

e)Arrangement of finance.

f)Construction of Factory shed & Building

g)Plant Erection & Electrification.

h)Recruitment of manpower.

i)Arrangement of raw materials including packaging materials.

j)Selection of marketing channel.

k)Miscellaneous work ie. Power and Water connection, Pollution control board clearance etc.

Normally 6 months is required to implement the project.

(V)TECHNICAL ASPECTS

a)Production details & process of manufacture

The seeds are to be dried in sun and then they are to be cleaned by shakers to remove dust and foreign materials. The seeds are initially steamed and then passed through the expeller and the process is repeated till the maximum oil is extracted out of the seeds. The filtered oil is filled in to the containers, which are subsequently sealed and labeled for marketing. On an average around 35% recovery of oil from the see is made.

b)Quality Specificaition

The quality of seeds should conform at least to the quality and standard laid down in FSSAI Act. However, for better marketing the standards may be maintained as per AGMARK specification. The ISI specification is No. IS-546-1975 (2nd revision). The entrepreneur may approach the appropriate authorities to get AGMARK or ISI specification for better marketing of the product.

c)Production Capacity (per annum)

The estimated production capacity per annum is as follows

ITEM

QTY.

VALUE (Rs. Lakhs)

Mustard Oil

134.0 M.T.

127.30

Mustard Oil

230.0 M.T.

20.70

Total:

Rs. 148 Lakh

d) Power requirement

30 KW

e)Pollution Control

Entrepreneur is advised to contact state Pollution Control Board for detailed guidance directly.

(VI)FINANCIAL ASPECTS

Fixed Capital

A.Land & Building-

Built up Area 300 Sq. Mtrs.

Rented

@Rs. 7000 P.M.

(Processing Hall, Store etc)

B.Machinery & Equipment-

Sl. No.Description

Qty.Rate

Amount

01.

Oil Expeller with single steel 2 Nos.1,80,000/- 3.60

Gear set size 27x5

9 bolts capacity 80kg/hr.

02.

Filter press frame type 14x14 1 Nos.60,000/- 0.60

x14 plates plunger pump and

filler cloth.

03.

Oil Storage Tank

3 Nos.12,000/- 0.36

04.

Electronic Weighing Scale 1 Nos.30,000/- 0.30

05.

Misc. equipment & Tools such --

LS 0.30

As weighing Scale can sealing

machine, box stamping machine

etc

06.

Electrical Accessories:

LS

0.80

Electric Meter 15 HP (2 Nos.)

Starter, Switch & others

Total: Rs. 5.96

C.Electrification, Installation, Packaging, Taxes,

Rs. 0.596

Lakhs

Forwarding charges etc. @ 10%

D.Office furniture & fixtures

Rs. 2.00

E.Preliminary & pre-operative expenses

Rs. 0.70

(VII) Total fixed Investment

Rs. 9.025 Lakh

(VIII)WORKING CAPITAL (per month):

a. Personnel:

Designation

No.Salary(Rs.)

Total (Rs.)

Manager

18,000

10,000

Accountant/Store-Keeper

17,000

7,000

Skilled Worker

17,000

7,000

Unskilled Worker

26,000

12,000

Peon/Chowkidar

15,500

5,500

Total :

41,500

Perquisities @ 15%

6,225

Total:

Rs.47,725

Say:

Rs.in lakh0.48

b.Raw material including packaging materials (per month):

Items

Qty.

Rate

Amount

Rs. Per MT Rs. In Lakhs

Mustard seeds

32 MT30,000/-

9.6

Empty Tins

750 Nos.40

0.30

Empty bags, Chemical

L.S.

0.20

& packing material

Total Rs. 10.10 Lakhs

c.Utilities (per month)

Power, Electricity & Water charges

: Rs. 0.45 lakhs

Total: Rs. 0.45 lakhs

d.Other contingent expenses (per month):

Sl. No. Description

Amount Rs.

01. Rent

:7,000

02. Consumable Store, Repair & Maintenance,:14,000

Postage, Stationery, Insurance, Telephone Bill,

Advertisement, Transport etc.

Total: Rs 22,000/-

Recurring Expenses (Per month):

a.Personnel

Rs. 0.48 Lakh

b.Raw material

Rs. 10.10 lakh

c.Utilities

Rs. 0.45 lakh

d.Other Expenses

Rs. 0.22 lakh

Total

Rs. 11.25 lakhWorking Capital (3 months of recurring expenses)

=Rs. 27.33 lakh

(IX) COST OF THE PROJECT :

a.Fixed Investment

Rs. 9.25 lakh

b.Working Capital for 3 months

Rs. 33.75 lakh

Total

Rs. 43.00 lakh

(X)FINANCIAL ANALYSIS :

A.Cost of production (per month):

Sl No.

Particulars

Amount (Rs. In lakh)

01

Total recurring expenditure

135

02

Depreciation on machinery & equipment

0.65

@ 10% p.a.

03

Depreciation on Office Furniture & Fixtures

0.40

@ 20%

04

Interest on total capital investment @ 14% p.a.6.02

Total: Rs.142.07B.Turnover (per annum):

Item

Qty./MT Rate (Rs.)/MT

Amount

(Rs. In lakh)

Mustard Oil

134 MT95,000

127.30

Mustard Oil Cake230 MT9,000

20.70

Total :Rs. 148 lakh

Net Sales:Rs. 148 lakh

C.NET PROFIT Per Annum (Before Taxes):

Rs. 5.93 lakh

D.NET PROFIT RATIO ON SALES (Per Annum):

Profit/annum x 100 5.93 lakh x 100

--------------------------- = ----------------------- = 4.00%

Sale per annum 148 lakh

E.RATE OF RETURN:

Profit/annum x 100 5.93 lakh x 100

--------------------------- = --------------------- = 13.79%

Total capital investment 43 lakh

F.BREAK EVEN POINT :

Fixed Cost per annum

Rs. In lakh

(1)Depreciation on plant & machinery @ 10%

0.65

(2)Depreciation on office furniture & Equipment @ 20%

0.40

(3)Interest on total capital investment @ 14%

6.02

(4)Rent

0.84

(5)40% of staff & labour

2.30

(6)40% of other expanses

1.056

------------------

11.261

Fixed cost x 100 11.266 x 100

--------------------------- = --------------------- = 65.51%

Fixed cost + profit 11.266 + 5.93

ADDRESSES OF MACHINERY & EQUIPMENTS SUPPLIERSSl. No

Name & Address of the Supplier

01.

M/s Parekh Machine Tools,

5, Khetra Das Lane, Kolkata 700012

02.

M/s Bismillah Machineries Co. Pvt. Ltd.

7A, K.S. Ray Road, P.P.S. Business Centre,

2nd Floor, Kolkata 70001

03.

M/s Bharat Industrial Corp.

Petit Compound, Mana Chowk, Grant Road,

Mumbai 40001.

04.

M/s Do-Well Oil Plant Pvt Ltd

306, Manish Commercial Centre,

Dr. Annie Basant Road, Worli, Mumbai-400025

05.

M/s Alfa tamil (India) Ltd.

Mumbai-Pune Road Dapoli,

Pune 411012

06

M/s Chemi Filter Corporation,

Shop No. 3 Aranti Apartments,

Laxman Mhatre Road, Navagaon,

Dahisar (West), Mumbai-400068

07

M/s Troika Processes Pvt Ltd.

607, Embassy Centre, Nariman Poin,

Mumbai 400021.

08.

M/s Ballestra (India) Ltd.

11th Floor, Tulsiani Chambers,

212, Nariman Point

Mumbai 400021.

Factory-

Gate No 56 Village Dighk,

Thane Belapur Road, Kalwa,

Thene. (Maharastra)

09.

M/s Alfa Engineering Works,

Station Road, Bhandup,

Mumbai 400078.

Address of Raw material supplier:- Local market

PRE-QUALIFICATION CRITERIA

1. Preliminary examination for the applications1.1 The Food Authority shall examine the applications to determinewhether they are complete, whether the documents have been signed as indicated in this document, whether all Forms as asked have been filled in properly, whether applications are generally in order and all information as indicated under various clauses have been furnished.1.2 The Food Authority reserves the right to waive minor deviations in the Bid application if they do not materially affect the capability of the bidder to perform the contract.1.3 Prior to detailed evaluation formalities, the Food Authority shall determine the substantial responsiveness of each application to the Invitation documents. A substantially responsive bid is one which conforms to all the terms and conditions of the Invitation document without any material deviation. A material deviation is one which limits in any way responsibilities and liabilities of the bidder or any right of the employer as required in this document. The Food Authority may waive any minor infirmity or non-conformity in an application which does not constitute material deviation. Non-responsiveness shall run the risk of rejection.1.4The evaluation shall be carried out on the basis of data available in the application documents received from the consultant in the first instance. No account will be taken of any further documents or clarifications or any such additional information furnished subsequently by the consultant. However, the Food Authority reserves the right to call for such clarifications confined in scope to the contents of the application, should such a clarification become necessary for proper judgment in evaluation.2. Screening of the BidsThe technical bids will be screened on the basis of the following essential eligibility criteria :-

The agency should be of National/International repute having a minimum annual turnover of Rs. 2 crores. The agency should have wide experience/exposure in the field of food safety, quality & standards issues/policies and regulatory procedures at National as well as global level and should have strong in house resource base on food related aspects. Should have demonstrated capabilities and prior experience in carrying out similar type of assignments.

The agency should have international network and reach

Should be willing and capable of staying with Food Authority in long run for successful implementation of these food safety standards and regulatory guidelines in the country. The firm shall submit a draft of Rs. 2,00,000/- (Rupees two lakh only) in favour of Food Safety and Standards Authority of India at the time of submission of their bids.

Last three years balance sheet/Audited Statements of Account shall need to be submitted.

Annexure-II

EVALUATION OF BIDS

80% of weightage shall be given to the technical bid and 20% of weightage will be given to financial bid. The technical bid will carry maximum marks of 100. The maximum marks for each activity of technical bid is as under:

Max Marks

a)Experience in execution of similar assignments15

b)Global exposure of the agency 10

c) Experience of the agency in framing regulatory Rules and Regulations 15

d)Experience/ Exposure to food safety, quality & standards issues/policies involved at National as well as global level20

e)Detailed action plan, methodology, time schedules15

f) Strength of Key team for assignment in terms of qualifications/experience20

g)Suggested mechanism for Interface with the industry/Consumers 5

The financial bids of only those Consulting agencies will be opened who score minimum of 60 marks in the technical bids.

FORM I

EOI Letter Proforma

To

Shri Anil Mehta,

Deputy Director,

Food Safety and Standards Authority of India,

3rd Floor, Food and Drug Administration Bhawan,

Next to National Bal Bhawan, Kotla Road,

New Delhi-110 002 Sub: Hiring of a specialized agency for assisting in finalization of Food Safety & Quality Standards and Regulatory guidelines for FSSAISir,

The undersigned Consultants, having read and examined in detail all the EOI documents in respect of Hiring of a specialized agency for assisting in finalization of Food Safety & Quality Standards and Regulatory guidelines for FSSAI, do hereby express the interest to provide the Services as specified in the scope of work.

2. Correspondence details:

1Name of the Consultancy Agency

2Address of the Consultant

3Name of the contact person to whom all references shall be made regarding this tender

4Designation of the person to whom all references shall be made regarding this tender

5Address of the person to whom all references shall be made regarding this tender

6Telephone (with STD code)

7.Mobile No. of the contact person

8E-mail of the contact person

9Fax No. (with STD code)

3. Documents forming part of EOI

We have enclosed the followings:

a. Statement of Applicant in Form IIb. Details of similar projects done in Form-III

c. Details of Methodology and Work Plan proposed by the applicant in Form-IV.d. Details of Team composition for this assignment alongwith educational qualification, experience etc. of key resource persons, in Form V.e. Last 3 years balance sheet/ Audited Statements of Accounts.f. Other information sought in the scope of work.g. Bid processing fee4. We hereby declare that our EOI is made in good faith and the information contained is true and correct to the best of our knowledge and belief.

Thanking you ,

Yours faithfully

(Signature of the Consultant)

Name:

Designation:

Seal:

Date:

Place:

Witness:

Signature______________________

Name

______________________

Address______________________

______________________

Date

______________________

Form No. II

STATEMENT OF APPLICANT

1.Name of the Applicant

2.Address of Head Office

Telephone No. :

Fax No. :

E-mail Address :

3 Branch Office Address (if any)

Telephone No. :

Fax No. :

E-mail Address :

4Legal Status:

5Place & date of establishmentPlace__________________

Date_________________

6 Branch of Specialisation:

Main line of business :a) . Since .

b) . Since .

c) . Since .

d) . Since .

e) . Since .

f) . Since .

7Name and Address of Lead Member

8Name and Address (s) of other Constituent Member(s)a)

b)

c)

9Total Number and Category of Permanent Employees

9.1Total Number of Employees

9.2Total number of Technical Persons

9.3Total number of specialists

9.4Total number of labourers

9.5Total number of others

(Place and Date) (Name & Signature of Representative)

FORM-III

DETAILS OF EXPERIENCE OF SIMILAR PROJECTSA.Projects for which the applicant has similar assignments in preceding 10 years:Sl. No.Name of the Project with Project LocationName & address of the ClientContract No. & Date*Value of the Contract*Date of Start of the workDate of Completion of workWhether the Project has been implemntedDescription of the ProjectAny other information

1.

2.

3.

4.

B. Project under execution/commissioned by the Applicant.Sl. No.Name of the Project with Project LocationName & address of the ClientContract No. & Date*Date of Completion of the project*Whether the Project isDescription of the ProjectAny other information

Under Executioncommissioned

1.

2.

3.

4.

Date. Place.

.

(Signature of Applicant)FORM-IV

DETAILS OF METHODOLOGY AND DETAILED WORK PLAN/TIME SCHECDULE

Microsoft Power Point presentation may be prepared indicating details of methodology, detailed work plan/time schedule of activities

Handouts of presentation (2 slides on each page) may be enclosed as Form-IV with the bid document. Each page of handouts should be signed by authorized signatory as indicated below.

(Place & Date)

(Name & Signature of AuthorisedRepresentative)FORM-VDETAILS OF TEAM COMPOSITION FOR THIS ASSIGNMENT ALONGWITH EDUCATIONAL QUALIFICATION, EXPERIENCE ETC. OF KEY RESOURCE PERSONS

A. Team Composition:

B. Detailed of education qualification, experience of key resource persons

Sl. No.NameDate of BirthProfessionNationalityNo. of service Year with the ApplicantKey Qualification 1Experience Record2Any important information

1Under Key Qualification, outline the persons academic qualification and other specialeducation, training etc.2list all position held by the person since graduation, giving dates, name of employingorganization, position held.Date. Place.

(Signature of Applicant)

PAGE 4