INCOME TAX DEPARTMENT MUMBAI
NOTICE INVITING TENDER
The Income Tax Department, Mumbai, intends to print Income Tax
Return Forms (ITR-1 to ITR-7 (except ITR-6) & Wealth Tax Returns),
along with attached instructions and acknowledgement (ITR V) for
Assessment Year 2012-13 in English and Hindi languages, and in the
following estimated quantities:
S. No. Form No. Estimated
quantity
1 ITR 1 (SAHAJ) 600000
2 ITR 2 400000
3 ITR 3 50000
4 ITR 4 300000
5 ITR 4S (SUGAM) 100000
6 ITR 5 30000
7 ITR 7 30000
8 Wealth Tax Returns 35000
Reputed Printers or Government or Semi-Govt. Enterprises having
requisite infrastructure should furnish their bids latest by
19/06/2012 before 1.00 pm. in the office of the Public Relation
Officer, Room No.15A, Ground Floor, Aayakar Bhavan, M. K. Road,
Mumbai- 400020. Bids will be opened on 19/06/2012 at 3.00 pm in
Conference Room (Room No. 375), 3rd floor, Aayakar Bhavan,
Mumbai-400020, in front of bidders or their representatives present
at that time. Tender documents and Terms and conditions are
available at the office of the Public Relation Officer, Room No:15A,
Ground Floor, Aayakar Bhavan, Mumbai-400020 and on the website
www.incometaxindia.gov.in
(D.S.MEENA)
Public Relations Officer-II
Aayakar Bhavan, Mumbai
TERMS & CONDITIONS
PRINTING OF INCOME TAX RETURN FORMS (ITRs 1 to 7) FOR A.Y. 2012-13.
The Income Tax Department, Mumbai (hereinafter referred to as
Department) intends to print the new Income Tax Return Forms (ITRs) along with
attached instructions and acknowledgements* for the assessment year 2012-13
in the following estimated quantities and specifications:-
* Acknowledgement (ITR V) will be an additional sheet which shall form the first
sheet of each return viz. ITR No. 1, 2, 3, 4 ,4S, 5 and 6 . There will be perforation
on ITR forms 1 (SAHAJ) and ITR 4S (SUGAM). The print specifications of the
Income Tax Returns of ITR 1 (SAHAJ) and ITR 4S (SUGAM) and ITR V
(acknowledgement) are notified separately in the Income Tax Departmental
website www.incometaxindia.gov.in and may be printed accordingly.
2. Quantity
S. No. Form No. Estimated Initial work order
quantity
1 2 3 4
English Hindi
1 ITR 1 (SAHAJ) 600000 450000 1000
2 ITR 2 400000 150000 1000
3 ITR 3 50000 30000 1000
4 ITR 4 300000 200000 1000
5 ITR 4S (SUGAM) 100000 50000 1000
6 ITR 5 30000 20000 1000
7 ITR 6 0 0 0
8 ITR 7 30000 20000 1000
9 Wealth Tax Return 35000 20000 1000
The format, contents and specifications of the Income Tax Forms and
acknowledgement (ITR V) can be down loaded from the Income Tax
Departmental website www.incometaxindia.gov.in .
3. Specifications
i) Size of the paper : A4 (Bright white SS paper)
ii) GSM : 75
iii) Dimension : 210*297mm
iv) Type quality and : As that of the forms available on the website i.e.
uniformity www.incometaxindia.gov.in
v) Identification mark : "INCOME TAX DEPARTMENT MUMBAI"
Printed in the background diagonally across the
page from bottom to top (left to right) as appearing
in the return for A.Y. 2011-12, a sample copy of
which is given.
vi) Printing : On both sides of the paper
vii) Stapling : 3 (Three) pins on the centre fold.
For ready reference with regards to the pinning pattern (not number of
pins), a sample copy of the return for A.Y. 2011-12 may be collected from the
counter at the time of collection of tender form. This sample is strictly for
reference with regards to the pinning pattern only.
4. Quality testing
10 sample copies randomly picked from every ten thousand copies
representing the beginning, middle, and end of such lot, should be subjected
to quality testing at the Govt. Laboratory or any of the Govt. approved quality
testing laboratories. The report of the same should be submitted to the
Department at the time of the delivery of that lot. The following attributes of the
printed material have to be tested and certified in addition to the above
specifications. No payment will be made till the said report is submitted.
S. No. Attribute Tolerance limits
i) Rub resisatance of printed : Rub smear not beyond 0.06 mm.
image
ii) Folding position and : Not beyond 1.6 mm from the
skewness centre fold where the pinning has
to be made
iii) Damaged pages (wrinkles : Not more than 3%
radiating from the fold,
wrinkle on the page ,
connected or torn pages
iv) Missing pages : 0%
v) Wrong Pagination : 0%
vi) Loss of information : 0%
5. The defective forms which do not confirm to the specifications will be
rejected. If such rejection exceeds 1%, proportionate printing charges
will be deducted.
6. Initially, work order will be given for the minimum quantity mentioned as
per column 4 of the table in point 2 above and work order for the balance
may be given at later point of time as per requirement at the
discretion of the CCIT Mumbai.
7. The Department may at any time cause inspection to be made of the
printing of the returns at the site stated as the premises for printing
in such manner as either may desire. The tenderer who has been
awarded contract shall maintain relevant records of the printing and also
provide necessary facilities for inspection.
8. Packing :
(i) The printed forms must be packed into compact bundles of say
100, 150, 200 etc. depending on the number of pages in each ITR
for ease of handling, counting and storing.
(ii) These bundles have to be stacked and packed with water proof
packing material securely packed so as to prevent curling or
warping due to excessive space.
(iii) These packs shall be labeled in such manner as to show the name
of the contractor, sl.no. of the pack, ITR NO. and quantity of
returns enclosed.
9. The delivery of the printed forms as per specifications must be made
within a fortnight of issuing the work order.
10. It shall be responsibility of the tenderer who has been awarded the
contract to deliver the goods in the specified quantity and prescribed
specifications at the godown of the Department at Mumbai.
11. An authorised representative of the tenderer should be present to
handover delivery after counting the forms. The delivery challan will be
acknowledged only to such representative.
12. The delivery challan should clearly mention the ITR form No., number of
bundles, number of returns in each such bundle and the total number of
returns.
13. Eligibility Criteria:
(i) The applicant tenderer should own necessary printing and packing
machinery and ancillary infrastructure to carry out the work by
themselves within the stipulated time.
(ii) The applicant tenderer should have not less than 3 years of
experience in the field of printing. The applicant should have an
experience of carrying out similar large scale printing jobs in these 3
years. The applicant tenderer should furnish details of such jobs
done each year with documentary proof. A sample (10 printed
sheets) of such job with similar specifications may be given.
(iii) The applicant tenderer's average annual turnover should not be less
than Rs. 1 crore for the last 3 financial years.
(iv) The applicant tenderer should have a reputed clients' list. A list of
such clients with the nature and value of work done should be given.
(v) The applicant tenderer should be competent to complete the
printing, packing the bundles, dispatch and delivery within the
stipulated time limit.
(vi) The applicant tenderer should not have been blacklisted or debarred
from participating in the tenders at any point of time by any of the
Central or State Government, semi government or local body
agencies at any point of time.
(vii) A self certificate to these effects (on all the above points) should
accompany the technical bid.
13.1 Process
Selection of a successful vendor / Service Provider will involve a five (5)
stage approach before issuance of Work Order/letter of appointment. The
approach follows the Indian Government's Central Vigilance Commission (CVC)
guidelines.
STAGE 1 STAGE 2 STAGE 3 STAGE 4 STAGE 5
Issue Receipt of Technical & Awarding of
Issue Notification Commercial
Tender Tender Evaluation contract
Document
13.2 The bids are to be submitted in two parts in separate sealed envelopes, i.e.,
Technical Bid and Financial Bid.
14. Earnest money deposit (returnable if the bid is not successful) of
Rs.2,00,000/- (Rupees Two lakhs only) in the form of demand
draft/bankers' cheque in favour of "Zonal Accounts Officer, CBDT"
payable at Mumbai has to be given along with the technical bid.
15. The tenderers are requested to submit their rate in two bid system i.e.
Technical Bid and Financial Bid. Both the envelopes should be properly
sealed, super scribing thereon the "Tender for printing of Income Tax
return forms for Income Tax Department Mumbai Region- Technical
Bid/Price Bid" as the case may be.
The name, address and telephone numbers of the authorized contact
person should be clearly mentioned on the outer side of the sealed
envelopes.
16. Technical Bid
i) The Technical Bid should be as per Annexure A and should be supported
by the documents indicated in the said Annexure.
ii) The Demand Draft/Banker's cheque in respect of `Earnest Money
Deposit' should be submitted with the `Technical Bid'.
iii) The tenderers are also required to submit the Sample of the paper and
the print to be used while printing the Income tax return forms in a
separate envelope. This envelope may be sealed and super scribed
"Sample of the paper and print to be used for printing Income Tax
returns". This envelope may be placed inside the envelope
containing the Technical bid.
iv) The Tender Committee appointed by the Income-tax department will open
all Technical Bids in the first instance on the appointed date, time and
venue.
v) During evaluation of the bids, the Income-tax department may, at his
discretion, ask the Bidder for clarification of his bid.
vi) No bidder shall contact the Income-tax department on any matter relating
to his bid from the time of the bid opening to the time the issue of work
order. All bidders are strongly advised to furnish all material information
in the bid itself.
vii) Any effort by a Bidder to influence the Income-tax department in it's
decisions on bid evaluation, bid comparison or work order decision will
result in rejection of the bid.
viii) The self certificate on the eligible criteria as mentioned in point 13(x) should
attached to the annexure-A.
17. Financial Bid
i) The tender document, marked as Annexure B, itself is a `Financial Bid'.
ii) Initially only the technical bid will be opened. The Financial bid will be
opened, only if, the applicant tenderer is selected in the technical bid.
iii) Rates quoted are should be all inclusive and no separate claims will be
entertained towards delivery charges, testing charges, taxes etc.
iv) The tender will be awarded to the party bidding the lowest cumulative
cost. For this purpose cumulative cost means the total cost of the
estimated quantity multiplied by the weighted average cost of the English
and Hindi returns for each ITR.
Weighted average cost =
Cost of single return in English X Cost of single return in Hindi X
Estimated initial work order for + Estimated initial work order for
English Hindi
Total Estimated initial work order for returns in English and Hindi
v. The Price Bid shall comprise the price component for all the services indicated in
the bid document. The price quoted by the bidders shall include all applicable
taxes, wherever applicable. The bidder shall include Service tax and
surcharges etc. as applicable on the services that are provided under this
contract in the lump sum rates quoted and Income-tax department would
not bear any additional liability on this account.
vi Income-tax department shall however, deduct such tax at source as per the
rules and issue necessary certificates to the Agency. The prices once accepted by
the Income-tax department shall remain valid till the contract remains in force.
The Income-tax department shall not entertain any increase in the prices during
the period.
vii Rates shall include statutory obligations as may be applicable.
viii Prices shall be quoted in Indian rupees only.
ix Arithmetical errors will be rectified on the following basis: - If there is a
discrepancy between words and figures, the higher of the two shall be taken as
the bid price.
18. Terms of payment : Payment for printing of forms will be made only after
delivery of the printed ITRs as per work order and no advance will be paid to the
party.
19. The Technical Bid along with EMD instrument and requisite documents (listed
in Para 14 above) shall be placed in one sealed envelope super scribed
`Technical Bid'. The Financial Bid shall be kept in a separate sealed envelope
super-scribed `Financial Bid'. Both the envelopes shall then be placed in one
single, sealed envelope superscribed `Bid for Printing of Income Tax return
Forms for Assessment Year 2012-13, Mumbai' and shall be addressed to the
Chief Commissioner of Income, Mumbai . The bidder's name, telephone number
and complete mailing address shall be indicated on the cover of the outer
envelope.
20. Both the inner envelopes super-scribed Technical Bid and Financial Bid shall
have the name and address of the bidder so that if required, they may be
returned to the bidder without opening them.
21. If the outer and inner envelopes are not sealed and marked as required, the
Income-tax department shall assume no responsibility for the bid's
misplacement or premature opening.
22. If for any reason, it is found that the Technical Bid reveals the Financial Bid
related details in any manner whatsoever, or, the Financial Bid is enclosed in
the envelope super-scribed, "Technical Bid", the Bid document will be
summarily rejected in the first instance itself.
23. All the Bid documents submitted shall be serially page numbered and contain
the table of contents with page numbers.
24. The applicants should submit/drop their bids in separate sealed envelopes,
which in turn should be placed into a sealed larger envelope (Maximum Width
of 10 Inch), in the `Tender Box' kept in Room No. 15A, office of Public Relations
Officer, Mumbai, Aayakar Bhavan, M.K. Road, Mumbai-400 020, up to 1.00
p.m. on or before_19/06/2012. No acknowledgement, in respect of receipt of
any bid, shall be issued.
25. Deadline for Submission of Bids:
(a) Bids must be received by the Income-tax department at the address
specified not later than the time and date specified in the Invitation for
Bids. In the event of the specified date for the submission of Bids being
declared a holiday for the Income-tax department , the Bids will be
received up to the given time on the next working day.
(b) The Income-tax department may, at his discretion, extend the deadline
for submission of bids which will be binding on all the bidders.
(c) Any bid received by the Income-tax department after the deadline for
submission of bids prescribed by the Income-tax department in the bid,
document will be rejected and will not be opened.
26. The criteria of selection as well as rejection.
i). The bidder should fulfill eligibly criteria mentioned in this document to be
able to qualify for consideration at the stage of technical evaluation: i.e. Only
those Bid(s) shall be treated as responsive bid(s) which fulfills all the
criterion/parameters.
ii). Incomplete tenders would be rejected.
iii). Tendering process shall be finalized only when there are at least three
responsive bids.
iv). Selection of the bidder would be made after taking into account together all
the relevant factors like past performance, credentials, responsible business
practices, financial capacity etc.
v). Without affecting the sanctity of the above criterion, Income-tax
department, Mumbai reservesrights to relax any condition of eligibility criteria
qualifying the bid(s) based on merit of each case and if the situation so
warrants in the interest the department.
vi). Preference may be given to the contractor(s) having valid Quality System
Certificate as per ISO 9001, in case of same rates.
vii). Income-tax department, Mumbai reserves the right to accept or reject any
or all bids without assigning any reasons.
viii). Income-tax department, Mumbai also reserves the right to reject any bid
(including the lowestone) which in its opinion is not responsive or violating any
of the conditions/specifications or which is found to be adopting unethical
business practices; without bearing any liability or anyloss whatsoever it may
cause to the bidder in the process.
27. The tenders will be accepted upto 1.00 pm on 19/06/2012 and will be
opened by the Committee constituted by the CCIT, Mumbai at 3.00 pm the
same day i.e. 19/06/2012 in the Conference hall, 3rd floor Aayakar
Bhavan, M.K.Marg, Mumbai in the presence of such tenderers and/ or their
authorized representatives duly authorised by the tenderer who are present at
the time of opening of tenders.
If, in case of unforeseen circumstances or administrative requirements,
the tender cannot be opened on the above mentioned date and time, the same
will be opened on a subsequent date as would be notified to the tenderers.
28. The tenderer to whom the contract is awarded would furnish name, address
and contact number of a person with whom the Department/Controlling officer
will keep contact, with regard to services being provided by such tenderer on
day to day basis.
29. During the period of the execution of tender, change in rates will not be
entertained under any circumstances.
30. In case of failure to print the stipulated number of Income Tax Return Forms by
the tenderer within stipulated time and as per specifications, the contract may
be cancelled and EMD be forfeited at the discretion of the CCIT(CCA),
Mumbai. The CCIT(CCA), Mumbai may award the contract to the next
deserving bidder.
31. In case of any dispute, during the tender process, the decision of the CCIT
(CCA), Mumbai would be final and binding.
32. The CCIT(CCA) Mumbai reserves the right to accept or reject any part of the
tender or whole tender, without assigning any reason.
(D.S.MEENA)
Public Relations Officer-II
Aayakar Bhavan, Mumbai.
ANNEXURE A
TECHNICAL BID DOCUMENT
1 Name of the bidder
2. Complete address of the concern along with Tel No.,
Fax No. and e-mail id
3. Name & address of the proprietors/partners and/or
Directors of the concern with Tel. No.
4. Address of the premises where the printing will be
carried out alongwith Tel. Nos.
5 Details of Contact person(s)
Name and address of the person Telephone No.
a)
b)
c)
6 A brief note on the printing related business carried
by your concern in the last 3 years (not to exceed 100
words).
7 Annual Turnover during the F.Y: 2008-09,
2009-10 and 2010-11 (copy of Return of Income filed
along with P & L A/c., Balance Sheet etc. should be
enclosed as evidence)
8 List of reputed Clients (along with documentary
evidence) with nature and value of job done.
9 Permanent Account Number (PAN)
10 ST / VAT Registration Number
11 Details of Demand Draft / Banker's Cheque in
respect of Earnest Money payable at Mumbai
(Demand Draft / Bankers's cheque should be
enclosed)
12 Specifications of printing material and print quality
with reference to the specifications mentioned in the
tender document (point nos. 3 & 4)
13 Sample copies as required in point no. 16 (iii) of the
tender document enclosed in a separate cover
DECLARATION
I/We hereby certify that the information furnished above is full and
correct to the best of my/our knowledge and belief. I/We understand
that in case any deviation is found in the above statement at any stage,
the company will be blacklisted and will not have any dealing with the
Department in future.
(Name and Signature of Authorized Signatory with date)
ANNEXURE B
FINANCIAL BID DOCUMENT
1. Name of the Proprietor / Registered Firm / Company :
2. Address of the concern (with Tel. No., Fax & E-mail) :
3. Authorised Contact Person(s) (with Mobile number) :
4. Printing Charges for Income tax Return Forms as per
specification :
Description Rate (Rs.) /1000 Rate (Rs.) /1000
S. No.
In English In Hindi
i) ITR-1 (SAHAJ)
v) ITR-2
vi) ITR-3
vii) ITR-4
viii) ITR- 4S (SUGAM)
ix) ITR-5
x) ITR-6
xi) ITR-7
xii) Wealth Tax Return
5. Details of Demand Draft / Banker's Cheque in respect
of Earnest Money :
(Name & Signature of the Authorized Signatory with date)
|