Professional Documents
Culture Documents
LIST OF CONTENTS
Sr. No.
Description
Page No.
1.
2.
3.
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
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.
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
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.
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.
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.
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.
5.
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.
6.2
7.
7.1
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
b)
c)
To include any other item in the Scope of work at any time after consultation in the pre-bid
meeting or otherwise.
MUSTARD OIL
PRODUCT CODE
15142 NIC
Oil is
IS:546:1975.
PRODUCTION CAPACITY
Value
Item
Quality
Mustard Oil
134 MT
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
Email : dcdiindore@dcmsme.gov.in
Website : msmeindore.nic.in
(I)
INTRODUCTION
(II) MARKET
1.
This project is based on single shift basis and 300 working
days in a year.
2.
3.
4.
Interest on Total Capital Investment has been taken @ 14%
per annum.
5.
6.
Break Even Point has been calculated at the full capacity
utilization.
7.
8.
a)
Selection of site.
b)
Form ownership.
c)
Feasibility report.
d)
e)
Arrangement of finance.
13
f)
g)
h)
Recruitment of manpower.
i)
j)
k)
a)
b)
Quality Specificaition
c)
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
Fixed Capital
A.
Rented
@Rs.
B.
Qty.
01.
Oil Expeller with single steel
1,80,000/3.60
Rate
2 Nos.
1 Nos.
03.
3 Nos.
12,000/-
1 Nos.
30,000/-
0.36
04.
0.30
05.
0.30
--
LS
Electrical Accessories:
LS
0.80
Electric Meter 15 HP (2 Nos.)
Starter, Switch & others
Total:
C.
Rs. 5.96
Rs. 0.596
Lakhs
Forwarding charges etc. @ 10%
D.
Rs. 2.00
E.
Preliminary & pre-operative expenses
0.70
(VIII)
Rs.
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
Items
Amount
Qty.
Rate
Rs. Per MT
Lakhs
18
Rs. In
Mustard seeds
32 MT
Empty Tins
30,000/-
9.6
750 Nos. 40
0.30
L.S.
0.20
Rs.
10.10 Lakhs
c.
Total
Rs. 0.45
: Rs.
0.45 lakhs
d.
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
Personnel
b.
Raw material
c.
Utilities
d.
Other Expenses
Rs. 0.22
lakh
Total
Rs.
11.25 lakh
Rs.
a.
Fixed Investment
Rs. 9.25
b.
Rs. 33.75
lakh
lakh
Total
A.
20
Sl No.
Particulars
Amount (Rs. In lakh)
01
135
02
0.65
@ 10% p.a.
03
0.40
04
6.02
142.07
B.
lakh)
Mustard Oil
127.30
134 MT
95,000
230 MT
9,000
Total :
21
Net Sales:
Rs. 148
lakh
C.
D.
Profit/annum x 100
--------------------------- =
-----------------------
4.00%
Sale per annum
E.
148 lakh
RATE OF RETURN:
Profit/annum x 100
---------------------------
---------------------
13.79%
Total capital investment
F.
43 lakh
Rs.
22
(1)
(2)
(3)
(4)
Rent
(5)
(6)
0.84
2.30
-----------------11.261
11.266 x 100
=
---------------------
65.51%
Fixed cost + profit
11.266 + 5.93
01.
23
02.
03.
04.
05.
06
07
24
08.
25
PRE-QUALIFICATION CRITERIA
1.
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.
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.
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)
15
b)
10
c)
15
d)
20
e)
15
f)
20
g)
The financial bids of only those Consulting agencies will be opened who score minimum of 60 marks in the technical
bids.
27
FORM I
Correspondence details:
1
7.
28
3.
Documents forming part of EOI
We have enclosed the followings:
a.
b.
c.
d.
______________________
Name
______________________
Address ______________________
______________________
Date
______________________
29
Form No. II
STATEMENT OF APPLICANT
1. Name of the Applicant
E-mail Address :
3
E-mail Address :
4 Legal Status:
Place__________________
Date_________________
Branch of Specialisation:
Main line of business :
a)
b)
c)
d)
e)
f)
. Since .
. Since .
. Since .
. Since .
. Since .
. Since .
30
a)
b)
c)
9
9.1
9.2
9.3
9.4
9.5
31
2.
3.
4.
B.
Project under execution/commissioned by the Applicant.
32
*Whether the
Project is
commissioned
Under Execution
1.
Projects for which the applicant has similar assignments in preceding 10 years:
Sl. No.
A.
Sl. No.
FORM-III
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.
FORM-V
DETAILS OF TEAM COMPOSITION FOR THIS ASSIGNMENT ALONGWITH EDUCATIONAL
QUALIFICATION, EXPERIENCE ETC. OF KEY RESOURCE PERSONS
A. Team Composition:
Experience Record2
Key Qualification 1
Nationality
Profession
Date of Birth
Name
Sl. No.
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)