You are on page 1of 36

Food Safety and Standards Authority of India

3rd & 4th 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)

21st October, 2008

LIST OF CONTENTS

Sr. No.

Description

Page 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.pdf

NOTICE 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)
Director

Annexure-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.

6.2

The 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 EOI

7.1

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.
14.2

The Food Authority reserves the right


a)

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 OIL

PRODUCT CODE

QUALITY & STANDARD

15142 NIC

FSSAI regulation is mandatory.


AGMark for quality products.
ISI Specification for Mustard

Oil is
IS:546:1975.

PRODUCTION CAPACITY
Value

Item

Quality

Mustard Oil

134 MT

Mustard Oil Cake

230 MT

127.30
20.70

10

YEAR OF PREPARATION

JULY 2012

PREPARED 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 : dcdiindore@dcmsme.gov.in
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
11

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%
12

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.
13

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
14

marketing the standards may be maintained as per


AGMARK specification. The ISI specification is No. IS-5461975 (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
Lakhs)

QTY.

VALUE (Rs.

Mustard Oil

134.0 M.T.

127.30

Mustard Oil

230.0 M.T.

20.70

Total:

d)

Power requirement

30 KW

e)

Pollution Control

15

Rs. 148 Lakh

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.


7000 P.M.

Rented

@Rs.

(Processing Hall, Store etc)

B.

Machinery & Equipment-

Sl. No. Description


Amount

Qty.

01.
Oil Expeller with single steel
1,80,000/3.60

Rate

2 Nos.

Gear set size 27x5


9 bolts capacity 80kg/hr.
02.
Filter press frame type 14x14
60,000/0.60
x14 plates plunger pump and
filler cloth.
16

1 Nos.

03.

Oil Storage Tank

3 Nos.

12,000/-

Electronic Weighing Scale

1 Nos.

30,000/-

0.36
04.
0.30
05.
0.30

Misc. equipment & Tools such

--

LS

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:

C.

Electrification, Installation, Packaging, Taxes,

Rs. 5.96

Rs. 0.596

Lakhs
Forwarding charges etc. @ 10%
D.

Office furniture & fixtures

Rs. 2.00

E.
Preliminary & pre-operative expenses
0.70

(VII) Total fixed Investment

(VIII)

Rs.

Rs. 9.025 Lakh

WORKING CAPITAL (per month):


17

a.

Personnel:

Designation
Total (Rs.)

Manager

No. Salary(Rs.)

8,000

Accountant/Store-Keeper
7,000
Skilled Worker

1
1

10,000

7,000

7,000

7,000

Unskilled Worker
12,000

6,000

Peon/Chowkidar
5,500

5,500

Total :

41,500

Perquisities @ 15%

6,225
Total:
Say:

Rs.

47,725

Rs.in lakh 0.48

b. Raw material including packaging materials (per


month):

Items
Amount

Qty.

Rate

Rs. Per MT
Lakhs
18

Rs. In

Mustard seeds

32 MT

Empty Tins

30,000/-

9.6

750 Nos. 40

Empty bags, Chemical

0.30

L.S.

0.20

& packing material


Total

Rs.

10.10 Lakhs

c.

Utilities (per month)

Power, Electricity & Water charges


lakhs

Total

Rs. 0.45

: 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
22,000/19

Rs

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 lakh

Working Capital (3 months of recurring expenses)


27.33 lakh

Rs.

(IX) COST OF THE PROJECT :

a.

Fixed Investment

Rs. 9.25

b.

Working Capital for 3 months

Rs. 33.75

lakh
lakh
Total

(X) FINANCIAL ANALYSIS :

A.

Cost of production (per month):

20

Rs. 43.00 lakh

Sl No.
Particulars
Amount (Rs. In lakh)
01

Total recurring expenditure

135

02

Depreciation on machinery & equipment

0.65

@ 10% p.a.
03
0.40

Depreciation on Office Furniture & Fixtures


@ 20%

04
6.02

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


Total: Rs.

142.07
B.

Turnover (per annum):


Item
Amount

Qty./MT Rate (Rs.)/MT


(Rs. In

lakh)

Mustard Oil
127.30

134 MT

95,000

Mustard Oil Cake


20.70

230 MT

9,000

Total :

21

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

E.

148 lakh

RATE OF RETURN:

Profit/annum x 100
---------------------------

5.93 lakh x 100


=

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

13.79%
Total capital investment

F.

43 lakh

BREAK EVEN POINT :

Fixed Cost per annum


In lakh

Rs.

22

(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

(5)

40% of staff & labour

(6)

40% of other expanses


1.056

0.84
2.30

-----------------11.261

Fixed cost x 100


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

11.266 x 100
=

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

65.51%
Fixed cost + profit

11.266 + 5.93

ADDRESSES OF MACHINERY & EQUIPMENTS


SUPPLIERS
Sl. No

01.

Name & Address of the Supplier

M/s Parekh Machine Tools,


5, Khetra Das Lane, Kolkata 700012

23

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.

24

08.

M/s Ballestra (India) Ltd.


11th Floor, Tulsiani Chambers,
212, Nariman Point
Mumbai 400021.

FactoryGate 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

25

PRE-QUALIFICATION CRITERIA

1.

Preliminary examination for the applications

1.1
The
Food
Authority
shall
examine
the
applications
to
determine
whether 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.
1.4
The 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 Bids

The 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.

26

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 assignments

15

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 level

20

e)

Detailed action plan, methodology, time schedules

15

f)

Strength of Key team for assignment in terms of qualifications/experience

20

g)

Suggested mechanism for Interface with the industry/Consumers

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

27

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 FSSAI
Sir,
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:
1

Name of the Consultancy Agency

Address of the Consultant

Name of the contact person to whom all


references shall be made regarding this
tender

Designation of the person to whom all


references shall be made regarding this
tender

Address of the person to whom all


references shall be made regarding this
tender

Telephone (with STD code)

7.

Mobile No. of the contact person

28

E-mail of the contact person

Fax No. (with STD code)

3.
Documents forming part of EOI
We have enclosed the followings:
a.
b.
c.
d.

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.
e. Last 3 years balance sheet/ Audited Statements of Accounts.
f. Other information sought in the scope of work.
g. Bid processing fee
4.
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

______________________

29

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 :
4 Legal Status:

5 Place & date of establishment

Place__________________
Date_________________

Branch of Specialisation:
Main line of business :

a)
b)
c)
d)
e)
f)

. Since .
. Since .
. Since .
. Since .
. Since .
. Since .

Name and Address of Lead


Member

30

Name and Address (s) of


other Constituent Member(s)

a)
b)
c)

9
9.1

Total Number and Category of


Permanent Employees
Total Number of Employees

9.2

Total number of Technical


Persons

9.3

Total number of specialists

9.4

Total number of labourers

9.5

Total number of others

(Place and Date)

(Name & Signature of Representative)

31

2.

3.

4.
B.
Project under execution/commissioned by the Applicant.

32
*Whether the
Project is

Any other information

Description of the Project

commissioned

Under Execution

Date of Completion of the


project

Contract No. & Date*

Any other information

Description of the Project

Whether the Project has


been implemnted

Date of Completion of work

Date of Start of the work

Value of the Contract*

Contract No. & Date*

Name & address of the Client

1.

Name & address of the


Client

Projects for which the applicant has similar assignments in preceding 10 years:

Name of the Project with


Project Location

Sl. No.
A.

Name of the Project with


Project Location

Sl. No.

FORM-III

DETAILS OF EXPERIENCE OF SIMILAR PROJECTS

1.

2.

3.

4.

Date.
Place.

(Signature of Applicant)

33

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 Authorised


Representative)

FORM-V
DETAILS OF TEAM COMPOSITION FOR THIS ASSIGNMENT ALONGWITH EDUCATIONAL
QUALIFICATION, EXPERIENCE ETC. OF KEY RESOURCE PERSONS

A. Team Composition:

Any important information

Experience Record2

Key Qualification 1

No. of service Year with


the Applicant

Nationality

Profession

Date of Birth

Name

Sl. No.

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

Under Key Qualification, outline the persons academic qualification and other special
education, training etc.
2

list all position held by the person since graduation, giving dates, name of employing
organization, position held.
Date.
Place.

(Signature of Applicant)

You might also like