You are on page 1of 27

Food Safety and Standards Authority of India

3rd & 4th Floor, Food and Drug Administration Bhawan, Next to Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002

Invitation for EXPRESSION OF INTEREST for hiring a consultancy agency to prepare a blue print and assisting in Structuring and Operationalizing Food Safety and Standards Authority of India (FSSA)

07, July, 2008

LIST OF CONTENTS

Sr. No. 1. 2. 3. 4. 5. 6. 7.

Description Notice Inviting Expression of Interest Objective & Scope of Work Instructions to the applicant Pre-qualification criteria Evaluation criteria Forms Copy of Food Safety and Standards Act, 2006

Page No. 3-4 5-7 8-12 13-14 15 16-26

Food Safety and Standards Authority of India


3rd & 4th Floor, Food and Drug Administration Bhawan, Next to Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002

NOTICE INVITING EXPRESSION OF INTEREST From consultancy agencies to prepare a blue print and assisting in Structuring and Operationalizing Food Safety and Standards Authority of India (FSSA) 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. Ministry of Health & Family Welfare, Government of India is the administrative ministry for the implementation of FSSA. The Chairperson and Chief Executive Officer of Food Safety and Standards Authority of India (FSSA) have already been appointed by Government of India. 2. The FSSA intends to engage a multi-skilled consultancy agency of National/International repute for preparation of a blue print and assist in structuring and operationalizing FSSA. Details regarding duties and functions of Food Authority may be seen under section 16 of Act. The applicant may be a single entity or a multiple entity/consortium coming together to execute such projects. Consortium as a whole must have extensive experience in similar work and in regulatory affairs. Some of the basic requirements for the agency are: The agency should be of international repute having a minimum annual turnover of Rs. 10 crores. The agency should have wide experience/exposure in the field of Human Resource Development, Management & Legal aspects, framing Operational & Regulatory procedures, rules and guidelines. Exposure to food safety, quality & standards issues/policies at National as well as global level will be an added advantage. Agencies having strong multi-skilled resource base in house, will be given preference. Should have demonstrated capabilities for designing Operational, HRD, Financial and Regulatory Legal framework for organizations. Agencies having prior experience in establishing/structuring and operationalization of such Authority/Corporate Body may be exempted from the minimum annual turnover condition. The agency should have international network and reach and should have implemented / executed at least one such project either within the country or abroad. 3

Should be willing and capable of staying with Food Authority, at least for a period of 12-18 months so as to enable the Food Authority to start its full-fledged operations at the earliest.

In the event of non-availability of suitable agency for execution of project, the authority may consider hiring services of two separate agencies i.e. one for legal/regulatory aspects and another one for the remaining aspects indicated under scope of work. 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, Senior Inspecting Officer (F&VP), Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002 (Contact No. 9818316559) on or before 24.07.2008 by 5.00 P.M. with a payment of Rs. 10,000/- 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 websites of Ministry of Health & Family Welfare and Ministry of Food Processing Industries at http://mohfw.nic.in and http://mofpi.nic.in respectively. Cost of the downloaded EOI documents shall be deposited at the time of bid submission. A Pre-bid meeting conference will be held on 17.07.2008 at 11.00 A.M. at Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002. 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 Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002 on or before 28.07.2008 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.

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 a multi-skilled consultancy agency of National/international repute for preparation of a blue print and assist in structuring and operationalizing Food Authority. A copy of Food Safety and Standards Act, 2006 as notified in the gazette of India is at Annexure- II. 2. Scope of work The agency would be required to carry out the activities indicated below: A. General: 1. Design the Action Plan-cum-Pert-Chart indicating time-schedule for completion of various activities required for structuring and operationalization of Food Authority in a full-fledged manner. 2. Suggest appropriate organizational structure of Food Authority. The design of organizational structure should be framed based on International best practices like EU Food Safety Authority, UK Food Safety Agency, Food and Drug Administration, USA, etc and the mandate of the Food Safety and Standards Act, 2006. 3. Assist in framing Rules, Regulations and Manual of procedures for day-to-day functioning of Food Authority facilitating IT enabled processes and Officer oriented systems. 4. Assist in developing framework for institutional excellence, Service delivery standards and Mission statements 5. Assist in developing a Strategic Action Plan for achievement of objectives of Food Authority B. HRD Framework: 1. Draw HRD action plan for the authority indicating structure, position description, competency framework and compensation. Estimation of skill requirement and steps required to meet them. Analyze requirement of fresh staff on regular/contractual basis, if any, and frame recruitment rules for the regular /contract posts to be created, selection of core staff and suggest recruitment procedures. 2. Assist in identification and recruitment of Staff required for Food Authority 5

3. Suggest mechanism for pooling of resources such infrastructure, manpower and other facilities etc. under various food related Acts or Orders under repeal and redeployment plan under Food Authority. C. Regulatory Framework: 1. Drafting Rules for carrying out the provisions of Act as indicated under section 91 2. Drafting Regulations consistent with Act and the Rules made there under to carryout the provisions of Act, as indicated under section 92 3. Assist in framing Rules to carryout the functions and duties assigned to the State Government and the State Commissioner of Food Safety, as indicated under section 94 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. D. Financial Framework: 1. Structure financial framework for Food Authority and suggest the form and time for preparing Annual Report, Budget and Statement of Accounts. 2. Suggest Financial Regulations to be adopted by the Food Authority 3. Design appropriate framework for financial delegation in Food Authority to facilitate accountability, flexibility in decision making and financial propriety. E. Phasing of Implementation: 1. Analysis of the current status of Prevention of Food Adulteration Act (PFA),1954, Fruit Products Order (FPO), 1955, Meat Food Products Order (MFPO),1973, in terms of human resource, infrastructure and other assets and identify the gaps to be filled. 2. Propose integration of different food related laws/orders in the country under Food Authority in a phased manner; Transition arrangements and mechanism; Action plan for 6

States for smooth transition into the Act; Review mechanism for monitoring and expediting implementation in the States. 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 of the Act. 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 for structuring and operationalizing FSSA. 3. Schedule of completing the assignment

The assignment is required to be completed within 12 months of award of work. Consultancy Agency is expected to prepare and execute short term, Interim & long term plans for structuring and operationalizing Food Authority as per scope of work. Time schedule for various activities for completion of assignment is to be designed accordingly. 4. Deliverables The consulting agency is required to deliver the documents as per the scope of work and should clearly state the assumptions made and sources of data. Progress report on scope of work will be submitted to Food Authority every month. Detailed Action Plan for the complete assignment should be finalized in consultation with Food Authority 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 12 months. Final report will be submitted at the end of 12 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 a multi-skilled consultancy agency of National/international repute for preparation of a blue print and assist in structuring and operationalizing FSSA through wide consultations with concerned Ministry, Industry and stakeholders.

2.

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

3.

Applicant Status The applicant may be a single entity or a multiple entity/consortium coming together to set up such projects. Consortium as a whole must have extensive experience in structuring institutions and in regulatory affairs and meet the qualifying requirements as stipulated below. The Principal consultant should qualify the eligibility criteria. The agency should be of international repute having a minimum annual turnover of Rs. 10 crores. The agency should have extensive experience/exposure in the field of Human Resource Development, Management & Legal aspects, framing Operational & Regulatory procedures, rules and guidelines. Exposure to food safety, quality & standards issues/policies at National as well as global level will be an added advantage. Strong multi-skilled resource base within the agency will be advantageous. Should have demonstrated capabilities for designing Operational, HRD, Financial and Regulatory Legal framework for organizations. Agencies having prior experience in establishing/structuring and operationalization of such Authority/Corporate Body may be exempted from the minimum annual turnover condition. The agency should have international network and reach and should have implemented / executed at least one such project either within the country or abroad. Should be willing and capable of staying with Food Authority at least for a period of 12-18 months so as to enable the Food Authority to start its full-fledged operations expeditiously.

In the event of non-availability of suitable agency for execution of project, the authority may consider hiring services of two separate agencies i.e. one for legal/regulatory aspects and another one for the remaining aspects indicated under scope of work.

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. Bid processing fee & Availability of EOI

5.

The EOI document can be obtained from Shri Anil Mehta, Senior Inspecting Officer (F&VP), Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002 on or before 24.07.2008 by 5.00 P.M. with a non-refundable payment of Rs. 10,000/- 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 websites of Ministry of Health & Family Welfare and Ministry of Food Processing Industries at http://mohfw.nic.in and http://mofpi.nic.in respectively. In the event the document is downloaded from the website the prospective consultant shall furnish a Demand Draft/Bankers cheque for Rs. 10,000/- only drawn in favour of Food Safety and Standards Authority of India with their offer. A Pre-bid meeting conference will be held on 17.07.2008 at 11.00 A.M. at Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002. 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 Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002, on or before 28.07.2008 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. 5,00,000/(Rupees five 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 to prepare a blue print and assist in structuring and operationalizing FSSA Technical Bid and Expression of Interest to prepare a blue print and assist in structuring and operationalizing FSSA - 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:9

1st installment of 20% as advance on assigning the work. 2nd installment of 15% after 3 months from award of work and achieving the deliverables during this period. 3rd installment of 15% after 6 months from award of work and achieving the deliverables during this period. 4th installment of 20% after 9 months from award of work and achieving the deliverables during this period. 5th and final installment of 30% after 12 months from award of work, achieving the deliverables during this period and submission & acceptance of final report. 7. 7.1 Documents to accompany EOI The applications shall be complete with the following documents: Expression of Interest proforma in Form I. Statement of Applicant in Form II Details of Joint Venture / Consortium data in Form-III Details of similar projects done by the Consortium in Form-IV Details of Financial status of the applicant in Form V. Details of Methodology and Work Plan proposed by the applicant in Form-VI. Details of Team composition for this assignment alongwith educational qualification, experience etc. of key resource persons, in Form VII. 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 rendering the services asked for. 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 10

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-III. 10. Technical Presentation Once the bids for consultancy are evaluated, the shortlisted consultants will 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. 5,00,000/- 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 1 year 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.

11

14.2

The Food Authority reserves the right a) b) To reject any / all applications without assigning any reasons thereof. 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. To include any other item in the Scope of work at any time after consultation in the pre-bid meeting or otherwise.

c)

12

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 consulting agency should be of international repute having a minimum turnover of Rs. 10 crores in the last financial year. In case of joint bids the Principal applicant should qualify on the basis of the turnover. The agency should have extensive experience/exposure in the field of Human Resource Development, Management & Legal aspects, framing Operational & Regulatory procedures, rules and guidelines. Exposure to food safety, quality and standards issues/policies at National as well as global level will be an added advantage. Strong multi-skilled resource base within the agency will be advantageous.

13

Should have proven capabilities for designing Operational, HRD, Financial and Regulatory Legal framework for organizations. Agencies having prior experience in establishing/structuring and operationalization of such Authority/Corporate Body may be exempted from the minimum annual turnover condition. The agency should have international network and reach and should have implemented / executed at least one such project either within the country or abroad. The firm shall submit a draft of Rs. 5,00,000/- (Rupees five 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.

14

Annexure-III

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) b) c) d) e) d) e) f) Experience in both planning and execution of similar projects Global exposure of the consultant in setting up of similar Authority/Corporate body Experience of the consultant in Human Resource Development and framing operational procedures and financial regulations Experience of the consultant in Management & Legal aspects and framing regulatory Rules and Regulations Experience/ Exposure to food safety, quality & standards issues/policies involved at National as well as global level Detailed action plan, methodology, time schedules Strength of Key team qualifications/experience for assignment in terms of 15 10 15 15 10 15 15 5

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.

15

FORM I EOI Letter Proforma To Shri Anil Mehta, Senior Inspecting Officer (F&VP), Food Safety and Standards Authority of India, 3rd Floor, Food and Drug Administration Bhawan, Next to Rashtriya Bal Bhawan, Kotla Road, New Delhi-110 002 Sub: Hiring of a Consultant for preparation of blue print and assisting in Structuring and Operationalizing Food Safety and Standards Authority of India (FSSA) Sir, The undersigned Consultants, having read and examined in detail all the EOI documents in respect of appointment of a Consultant for the Food Authority for preparation of blue print and assisting in Structuring and Operationalizing Food Safety and Standards Authority of India (FSSA), do hereby express the interest to provide the Consultancy Services as specified in the scope of work. 2. 1 2 3 Correspondence details: Name of the Consultancy Agency Address of the Consultant Name of the contact person to whom all references shall be made regarding this tender 4 Designation of the person to whom all references shall be made regarding this tender 5 Address of the person to whom all references shall be made regarding this tender 6 7. 8 Telephone (with STD code) Mobile No. of the contact person E-mail of the contact person 16

9 3.

Fax No. (with STD code) Documents forming part of EOI

We have enclosed the followings: a. Statement of Applicant in Form II b. Details of Joint Venture / Consortium data in Form-III c. Details of similar projects done by the Consortium in Form-IV d. Details of Financial status of the applicant in Form V. e. Details of Methodology and Work Plan, time line for all activities proposed by the applicant in Form-VI. f. Details of Team composition for this assignment alongwith educational qualification, experience etc. of key resource persons, in Form VII. g. Last 3 years balance sheet/ Audited Statements of Accounts. h. Other information sought in the scope of work. i. 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 ______________________

17

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 6 (a) Applying as an Individual Applicant (b) Applying as Joint Venture Applicant Branch of Specialisation: Main line of business : Place__________________ Date_________________ Yes/No Yes/No a) b) c) d) e) f) . Since . . Since . . Since . . Since . . Since . . Since .

Name and Address of Lead Member Name and Address (s) of other Constituent Member(s) a) b) c)

8.1

18

9 10 10.1 10.2 10.3 10.4 10.5

Copy of Joint Venture Agreement attached Total Number and Category of Permanent Employees Total Number of Employees Total number of Technical Persons Total number of specialists Total number of labourers Total number of others

Yes/No

(Place and Date)

(Name & Signature of Representative)

19

FORM-II I JOINT VENTURE / CONSORTIUM DATA 1. 2. Name of Joint Venture / Consortium Address of Joint Venture / Consortium Telephone No: Fax No. : E-mail Address: 3. Names of Partners: (a) (b) (c) 4. 5. Name of Principal Consultant: Address of Principal Consultant: Telephone Fax E-mail 6. Address(s) of other Partner(s) Telephone Fax E-mail 7. Joint Venture / Consortium Agreement Date of Agreement Place Proposed distribution of responsibilities among partners Indicate how the responsibilities of day to day management will be handled by partners (a) (b) (c)

8.

(Place & Date) 20

(Name & Signature of Authorised Representative)

4. 4. 3. 2. 1. 1. B.

3.

2.

Date. Place. Sl. No. Name of the Project with Project Location Name & address of the Client Contract No. & Date* Contract No. & Date* Name & address of the Client Name of the Project with Project Location Sl. No. Date of Completion of the project Value of the Contract* Date of Start of the work

. Under Execution *Whether the Project is commissioned Description of the Project Any other information Description of the Project

Project under execution/commissioned by the Applicant.

DETAILS OF EXPERIENCE IN THE FIELD OF SETTING UP OF AUTHORITIES/ORGANIZATIONS/INSTITUTES

A. Projects for which the applicant has set up Authorities/Organization/Institutes in preceding 10 years:

21

Date of Completion of work Whether the Project has been implemnted

(Signature of Applicant)

Any other information

FORM-IV

FINANCIAL STATUS OF THE APPLICANT

FORM-V

Fill in the blanks for each of the last three fiscal years, duly certified by Chartered or Public Account or Chamber of Commerce or Banks. 1 .Share Capital (INR) 2005-06 2006-07 2007-08

2. Paid up Capital (INR) 3. Free Reserve (INR) (gross) 4. Unallocated Balance surplus (INR) 5. Expenses not written off (INR) 6. Total current assets (INR) 6.1. Total Cash Deposits (INR) 6.2 Deposits with bids or otherwise as guarantees (due within 90 days) 6.3 Amounts receivable from completed contracts (INR) (due within 90 days) 6.4 Amounts receivable fromincomplete contracts after deducting retention (INR) (due within 90 days) 6.5 Stocks & Bonds at present market value (INR) &

22

6.6 Any other current assets (INR) (due within 90 days) 7. Closing Stock if any (INR) 8. Total current liabilities (INR) (give in details) 9. Total assets (INR) 10.Total liabilities (INR) 11. Current credit resources (INR) 12. Contingent Liability (INR) (give in details) Total profit before tax (INR) Total profit aftertax (INR) Total loss (INR) (gross) 16 Turnover from contracting during the financial year (INR) 17. Amount of balance (INR)

2005-06

2006-07

2007-08

13.

14. 15.

23

18. 19.

Date of Balance Bank References And address Credit Line

(Day)

(Month)

(Year)

20.

(list names of institutions & maximum Credit Line; attach respective letters from sureties) Maximum Amount in INR

Institution

Notes Item 1: The amount for share capital shall include retained Earnings Item 20: Attach respective letters from banks (Bank Credit (Letter)

(Place & Date)

(Name & Signature of Authorised Representative)

24

FORM-VI 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-VI with the bid document. Each page of handouts should be signed by authorized signatory as indicated below.

(Place & Date)

(Name & Signature of Authorised Representative)

25

FORM-VII DETAILS 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

Experience Record2

Key Qualification 1

Under Key Qualification, outline the persons academic qualification and other special education, training etc.
1

list all position held by the person since graduation, giving dates, name of employing organization, position held.
2

Date. Place.

26

Any important information (Signature of Applicant)

Date of Birth

Nationality

Profession

Name

No. of service Year with the Applicant

Sl. No.

27

You might also like