[go: up one dir, main page]

0% found this document useful (0 votes)
49 views9 pages

Nit 03 SLRDC 12052022

Uploaded by

nasimmollick128
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
49 views9 pages

Nit 03 SLRDC 12052022

Uploaded by

nasimmollick128
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 9

Government of West Bengal

Department of Urban Development and Municipal Affairs


Office of the Executive Engineer
Salt Lake Projects
Nirman Bhawan, Salt Lake
Kolkata- 700091

eNIT No–WBUD&MA/EE/SLRD/NIT-03(e)/2022-23 of Executive Engineer/Salt Lake Reclamation Division.


MEMO NO: 8-169/2021/582 Dated: 11/05/2022
1.0 Sealed e-Tender are hereby invited for the following work for acceptance of the Executive Engineer, Salt
Lake Reclamation Division , Department of U D & M A for and on behalf of the Governor of West
Bengal, for the workstated below from eligible bonafide, reliable and resourceful Quotationers having
sufficient experience in execution of similar type of works. Intending quotationers who desires to
participate in the quotation are requested to log on to the departmental website
www.wburbnservices.gov.in & Govt. Tender website https://wbtenders.gov.in for information about
the tender.

NAME OF WORKS

Sl. Earnest Time


Amount put
No Name of Work Money allowed for
to Tender
Deposit completion
One time Cleaning and removal of water hyacinth,
jungles, weeds, floating garbage etc. Over Kelor
(Part-A & Part-B) canal under Baduria
1 14,54,823.00 29,096.00 Thirty Days
Municipality P.S-Baduria, Dist.-North 24 Parganas
under Salt lake Reclamation Sub-Division-I of Salt
lake Reclamation Division during 2021-2022
One time Cleaning and removal of water hyacinth,
jungles, weeds, floating garbage etc. Over
Pathorkata Canal under Basirhat Municipality
2 10,23,934.00 20,479.00 Thirty Days
P.S-Basirhat, Dist.-North 24 Parganas under Salt
lake Reclamation Sub-Division-I of Salt lake
Reclamation Division during 2021-2022
One time Cleaning and removal of water hyacinth,
jungles, weeds, floating garbage etc. Over Guma
Canal under Habra Municipality P.S-Habra, Dist.-
3 7,96,591.00 15,932.00 Thirty Days
North 24 Parganas under Salt lake Reclamation
Sub-Division-I of Salt lake Reclamation Division
during 2021-2022

Last date & time of submission of bids online is 04/06/2022 at 13-00 hours. Details of submission
procedure are given below under “General terms and conditions and information” and all information
posted on the website consisting of NIT and related documents, Form 2911(ii), BOQ, Corrigendum and
addendum if any and Drawings shall form part of the tender document. As per Memorandum of Government of
West Bengal, Finance Department, Audit Branch Vide No. 3975-F(Y) , Dated-28/07/2016, Only, Online receipt
and refund of EMD of e-procurement through State Government e- procurement portal will be considered.
State Government procurement portal has already been integrated with the Payment Gateway of ICICI Bank for
deposit of EMD and other fees by the bidders participating in e-procurement. It can be done through Net
banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through IClCI Bank
Payment Gateway; RTGS/NEFTin case of offline payment through bank account in any Bank.
Scope of works:-
Cleaning and removing of water hyacinth, jungles weeds, floating garbage etc. over specified
cannels as mentioned in the name of work according to specification of items without creating
any nuisance to the dwellers of the adjacent area.
Important Information related to the above works:-
1) A.O.C. will be awarded to the lowest bidder(L1) after getting administrative approval and
financial sanction (A.A.& F.S.) from the appropriate authority.
2) Payment terms and condition will be as mentioned in the A.A.& F.S.
General Terms & Conditions
Eligibility for participation
Contractors, Enlisted or outside bonafide, Registered Engineers Co-operative Societies, Consortiums and
Partnership Firms registered with the State Government and contractors of equivalent Grade / Class
registered with Central Government / MES / Railways for execution of civil works are eligible to participate,
depending on the criteria as detailed below. Joint venture firm are not eligible to participate.

A prospective bidder shall be allowed to participate in a single job either in the capacity of individual or as a
partner of a firm. If found to have applied severally in a single job, all his applications will be rejected for that
job.

Credential (Experience Profile certificate should be formatted and notarized on a Specific Forms)
(i) Intending tenderer should produce credentials of similar nature of work of the minimum value of 40%
of the estimated amount put to tender during 5(five) years prior to the date of issue of this tender
notice; or,
(ii) Intending tenderer should produce credentials of 2(two) similar nature of work, each of the minimum
value of 30% of the estimated amount put to tender during 5(five) years prior to the date of issue of
the tender notice; or,
(iii) Intending tenderer should produce credentials of one single running work of similar nature which has
been completed to the extent of 80% or more and value of which is not less than the desired value at
(i) above ;
[This is as per Memo No. 03-A/PW/O/10C-02/14 , Dated: 12.03.2015 of Government of West Bengal,
Public Works Department, Accounts Branch, Nabanna, Howrah, for amended Rule under Rule 226 (1)
of PWD Code, Volume-I.]
(iv) Any agency having record with non satisfactory progress of work under this Salt Lake Reclamation
and Development Circle may or may not be considered for work during Technical Evaluation.

Verification before Submission of Tenders


The contractor should see the site of works and tender documents, drawings, etc. before submitting tender and
satisfy himself regarding the condition and nature of works and ascertain difficulties that might be encountered in
executing the work, carrying materials to the site of work, availability of drinking water and other human
requirements and security etc.
The contractor will not be entitled to any claim or extra rate on any of these accounts.

Submission of Tenders
Tenders are to be submitted online through the website stated above and all the documents uploaded by the
Tender Inviting Authority form an integral part of the contract Tenders are to be submitted in two folders at a
time for each work, one is Technical Proposal and the other is Financial Proposal. The documents uploaded
are virus scanned and digitally signed using the Digital Signature Certificate (DSC).

Technical Proposal
The Technical Proposal should contain scanned copies and/or declarations in the following standardised formats
in two covers (folders).
Additional Clauses:
 ‘Additional Performance Security when the bid rate is 80 % or Less’ as per Finance Department Order
No. 4608-F(Y) , Dated-18.07.2018 should have to be strictly followed by the bidder if the offered rate
is 80 % or Less. Otherwise AOC will not be given.
 Modification of Clause No. 17 of WB 2911 as per Law and Arbitration Cell of Public Works Department
, Govt. of West Bengal , Vide Memo No. 5784-PW/L&A/2M-175/2017 , Dated: 12.09.2017 will be
applicable for this Tender.
 Memorandum Vide No 4378-F(Y) , Dated 13.07.2017 of Finance Department , Audit Branch ,
Government of West Bengal is applicable for this Tender.
 Revised Norms for acceptance of tenders with less than 3 qualified bids on 2 nd or subsequent calls as
per Memorandum Vide No 6989-F(Y) , Dated 19.11.2018 of Finance Department , Audit Branch ,
Government of West Bengal is applicable for this Tender.
 Credential Policy Modification : Amendment in PWD Code Vide No. 03-A/PW/O/10C-02/14 Dated:
12.03.2015 , of Government of West Bengal , Public Works Department , Accounts Branch , Nabanna,
Howrah-711102 is applicable for this Tender.

Technical File (Statutory Cover)


 Application for Tender (Vide Form-1) (to be submitted in “Forms” folder)
 Notice Inviting Tender (NIT)and Addenda / Corrigenda, if published (to be submitted in “NIT” folder)
 Tender Form No.2911(ii) (to be submitted in “2911” folder)
 Average annual turnover from contracting business and commensurate with the Form 26AS of IT (Vide
Form-2) (to be submitted in “Forms” folder)
 Credential Certificate (Vide Form-3) (to be submitted in “Forms” folder)
 Declaration of not having common interest in the same serial (Vide Form-4) (to be submitted in
“Forms” folder)
 Earnest Money Deposit (EMD) folder
Scanned copy online EMD transfer , as prescribed in the NIT, separately against each serial of work, in favour
of the Executive Engineer, Salt Lake Reclamation Division, payable at Kolkata (to be submitted in “Scan
copy of EMD” folder). All the forms should be notarized

Note: Tenders will be summarily rejected if any item in the Statutory Cover is missing.
My Document (Non-Statutory Cover)
Certificates

 Professional Tax (PT) submission Challan


 PAN Card
 GST Registration
 ESI , EPF Registration
 Trade licence (previous/current quarter payment receipt should be enclosed.)
 Completion certificate along with work order and schedule as credential.
 Income Tax return for last five years.
 Bank Solvency Certificate/ credit limit certificate from the schedule bank on their printed letter head.

Company Details
 Partnership Deed and Trade License for Proprietorship Firms
 Trade Licence
 Memorandum of Articles for Limited Companies.
 Society Registration and Bye-Laws for Cooperative Societies
 Power of Attorney

Credential
 Note: Tenders will be summarily rejected if any item in the Statutory Cover is missing

Financial Proposal
The financial proposal should contain the following document in one cover (Folder).

 Bill of Quantities (BoQ): The contractor is to quote the rate (percentage above or below) online
through computer in the space marked for quoting rate in the BoQ. (Only downloaded copies of the
above documents are to be uploaded, virus scanned and digitally signed by the contractor).
Opening and evaluation of tender:
Opening of Technical Proposal

Technical proposal will be opened by the concerned Executive Engineer, or his authorised representatives,
electronically from the website using their Digital Signature Certificate at Office of the Executive Engineer, Salt
Lake Project, Urban Development Department, Nirman Bhawan, Bidhannagar, Kolkata – 700091, .on the date
already mentioned above.
Intending Bidders may remain present at the venue stated above if they desire to do so.
Cover /Folder for Statutory Documents will be opened first & if found in order, Cover for non Statutory
Documents will be opened. If there is any deficiency in the Statutory & Non Statutory Documents, the Tender
will summarily be rejected.
Decrypted (transformed into readable formats) Documents of Statutory and Non Statutory Cover will be
downloaded, & evaluated for eligibility.
Pursuant to scrutiny & decision after evaluation the summary list of eligible tender & the serial number of
work for which their proposal are considered will be uploaded in the web portals.
While evaluation the tender inviting authority may summon the Bidders & seek clarification/information or
additional documents or original hard copy of any of the documents already submitted & if these are not
produced within the stipulated time frame, their proposal will be liable for rejection.
Opening & Evaluation of Financial Proposal
Financial Proposal of the Bidders found technically eligible, will be opened electronically from the web portal
by the Special Engineer concerned or his authorised representatives, already mentioned under.
The encrypted copies will be decrypted & the rates will be out before to the contractors remaining present at
that time.
After evaluation of Financial Proposal by the, Special Engineer concerned will upload the final summary
result containing inter-alia, name of the contractors & the rates quoted by them against each work provided
he is satisfied that the rates obtained are fair & reasonable & there is no scope of further lowering down of
rate.
The Commuter generated Comparative Statement need to be financially vetted by/ test check by the
Divisional
Accounts Officer of Reclamation. Division.
Acceptance of Tender
Lowest valid rate should normally be accepted. However the acceptance of the tender including the right to
distribute the work between two or amongst more than two bidders will rest with the Tender Accepting
Authority without assigning reason thereof. The accepting authority reserves right to reject any or all tenders
without assigning any reason thereof. Conditional tender will not be accepted in any case.
Award of Contract:
The Bidder who’s Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through
acceptance letter / Letter of Acceptance. The notification of award will constitute the formation of the Contract.
Bid Validity
The Bid will be valid for 120 days from the date of opening of the financial bid.
Execution of Formal tender after acceptance of tender
The tenderers, whose tender is approved for acceptance, shall within 15 days of the receipt of Letter of Acceptance
(LOA) to him, will have to execute ‘Formal Agreement’ with the Tender Accepting Authority in duplicate/triplicate
copies of W.B.F. No 2911(ii ,in Clause 4(i) from the office of the Executive Engineer, Reclamation Division.
Return of Earnest Money of the Unsuccessful Tenderer(s):

Refund/Settlement Process:
i. After opening of the bids and technical evaluation of the same by the tender inviting authority
through electronic processing in the e-Procurement portal of the State Government, the tender inviting
au hority will declare the status of the bids as successful or unsuccessful which will be made available,
along with the details of the unsuccessful bidders, to IClCI Bank by the e-Procurement portal through
web services.
ii. On receipt of the information from the e-Procurement portal, the Bank will refund, through an
automated process, the EMD of the bidders disqualified at the technical evaluation to the respective
bidders' bank accounts from which they made the payment transaction. Such refund will take place
within T+2 Bank Working Days where T will mean the date on which information on rejection of bid is
uploaded to the e-Procurement portal y the tender inviting authority.
iii. Once the financial bid evaluation is electronicallv processed in the e-Procurement portal, EMD of the
technically qualified bidders other than that of the Ll and L2bidders will be refunded, through an
automated process, to the respective bidders' bank accounts from which they made the payment
transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on
which information on ~ejection of financial bid is uploaded to the e-Procurement portal by the tender
inviting authority. However, the L2 bidder should not be rejected till the LOI process is successful.
iv. If the Ll bidder accepts the LOI and the same is processed electronically in the e-Procurement portal,
EMD of the L2 bidder will be refunded through an automated process, to his bank account from which
he made the payment transaction.
Such refund will take place with n T+2 Bank Working Days where T will mean the date on which
information on Award of Contract (AOC) to the Ll bidder is uploaded to the e-Procurement portal by the
tender inviting authority.
.I
v. As soon as the Ll bidder is awarded the contract (AOC) and the same is processed electronically in the
e-Procurement portal

a) EMD of the Ll bidder for tender of State Government offices will automatically get transferred
from the pooling account to the State Government deposit head 1/8443-0 -103-001-07" through
GRIPS along with the bank particulars of the Ll bidder.
b) EMD of the Ll bidder for tenders of the State PSUs/Autonomous Bodies/Local Bodies/PRls, etc will
automaticallv get transferred from the pooling account to their respective inked bank accounts along
with the bank particulars of the Ll bidder. In both the above cases, such transfer will' take place within
T+1 Bank Working Days where T will mean the date on which i.e. Award of Contract (AOC) is issued.

vi. The Bank will share the details of the GRN o. generated on successful entry in GRIPS with the E-
Procurement portal for updation.

vii. Once the EMD of the Ll bidder is transferr d in the manner mentioned above, Tender fees, if any,
deposited by the bidd rs will be transferred electronically from the pooling account to the Governmnt
revenue receipt head 1/0070-60- 800-013-27" through GRIPSfor Government tenders and to the
respective linked bank accounts for State PSU/Autonomous Body/Local Body/PRls, etc tenders.

viii. All refunds will be made mandatorily to the ank A/c from which the payment of EMD & Tender Fees
( if any) were initiated.
Imposition of any duty / tax / royalty etc. whatsoever of its nature (after work order /
Commencement and completion of the work) is to be borne by the bidder. Original Challans of those
materials, which are procured by the bidder, may be asked to be submitted for verification. Cess @ 1% of
the cost of construction works shall be deducted from the Gross Value of the Bill in terms of Finance
Department Order No.853-F dated 01.02.2006. Also it is instructed to register his Establishment under
the Act, under the competent registering authority, i.e. Assistant Labour Commissioner / Deputy Labour
Commissioner of the region concerned.
Payment
As mentioned in “Important Information related to the above works”
Withdrawal of Tender
If any tenderer found lowest after opening of the financial bids withdraws his tender before acceptance or
refusal within a reasonable time without giving any satisfactory explanation for such withdrawal, he shall be
disqualified for making any tender to the department for a minimum period of one year. All cases in which the
Tender Accepting Authority has reason to doubt the bonafide of such withdrawal should be reported to the Chief
Engineer concerned in all details for issuance of such disqualification orders by the said Chief Engineer, under
intimation to the other Chief Engineers, e-Tendering Cell and also this Department. Copy of such Order should
invariably be communicated to the Nodal Officer, e-Governance of this Department with a request to upload the
same in the Departmental website.
Date and Time Schedule :

Sl. No. Activity Date & Time


1. Publishing Date: 11/05/2022 at 17.30 hrs.
2. Document Download start date : 20/05/2022 at 13.00 hrs.

3. Bid submission start date: 20/05/2022 at 13.00 hrs.


4. Document Download end date: 03/06/2022 at 13.00 hrs .

5. Bid submission end date: 03/06/2022 at 13.00 hrs.


6. Technical Bid opening date: 06/06/2022 at 13.00 hrs.
7. Financial Bid opening date: To be notified later.
ADDITIONAL CONDITIONS

The Executive Engineer of the Salt Lake Reclamation Division concerned will be the Engineer-in-Charge in
respect of the contract and all correspondences concerning rates, claims, change in specification and/or design and
similar important matters will be valid only if made by the Engineer-in-Charge. If any correspondence of above
tender is made with Officers other than the Engineer-in-charge for speedy execution of works, the same will not be
valid unless copies are sent to the Engineer-in-Charge and approved by him. The instruction given by the Sub-
Divisional Officer and the Junior Engineer on behalf of the Engineer-in-Charge shall also be valid (who have been
authorized to carry out the work on behalf of the Engineer-in-Charge) regarding specification, supervision,
approval of materials and workmanship. In case of dispute, the decision of Engineer-in-Charge shall be final and
binding.
1) The Government shall not be held liable for any compensation due to machines becoming idle for any
circumstances including untimely rains, other natural calamities, strike, etc. No compensation for idle labour,
establishment charge or on other reasons such as variation of price index etc. will be entertained.

2) The Bidder shall have to comply with the provisions of (a) Contract labour (Regulation & Abolition) Rules,
1970, and (b) Minimum Wages Act, 1948 or the modification thereof or any other laws relating thereto as will
be in force from time to time.
3) No mobilization / secured advance will be allowed unless specified otherwise

4) All working tools and plants, scaffolding, construction of vats and platforms will have to be arranged by the
contractor at his own cost. The contractor shall also arrange supply of mazdoors, bamboos, ropes, pegs, flags
etc. for laying out the work and for taking and checking measurements for which no extra payment will be
made.

5) A machine page numbered Site Order Book (with triplicate copy) will have to be maintained at site by the
contractor and the same has got to be issued from the Engineer-in-charge before commencement of the work.
Instructions given by inspecting officers will be recorded in this book and the contractor must note down the
action taken by him in this connection as quickly as possible.

6) The work will have to be completed within the time mentioned in the tender notice. A suitable work
programme is to be submitted by the contractor within 7 (Seven) days from the date of receipt of Work Order
which should satisfy the time limit of completion. The contractor should inform in writing the name of his
authorized representative at site within 7 (Seven) days from the date of receipt of Work Order who will receive
instruction of the work, sign measurement book, bills and other Government papers, etc. However the
contractor will have to accept the work programme and priority of work fixed by the Engineer-in-charge.

7) All possible precautions should be taken for the safety of the people and workforce deployed at worksite as per
safety rule in force. Contractor will remain responsible for his labour in respect of his liabilities under the
Workmen’s Compensation Act etc. He must deal with such cases as promptly as possible. Proper road signs as
per P.W.D. practice will have to be made by the contractor at his own costs while operating a public
thoroughfare.

8) The contractor will have to maintain qualified technical Engineer and/or Apprentices at site as per
prevailing Apprentice Act or other Departmental Rules & Orders circulated from time to time. A
notarized certificate of the declaration of the technical manpower should be submitted along with
PAN of the Engineer.

9) The quantities of different items of work mentioned in the tender schedule or in Work Order are only
tentative. In actual work, these may vary considerably. Payment will be made on the basis of works
actually done in different items and no claim will be entertained for reduction of quantities in some
items or for omission of some items. For execution of quantitative excess in any item beyond 10% or
supplementary works, approval of the Superintending Engineer / Chief Engineer would be required
depending on whoever be the Tender Accepting Authority, before making payment.

10) All materials required to complete execution of the work shall be supplied by the contractor after procurement
from authorized and approved source and the material brought to the site must be approved by the Engineer-
In-Charge. Rejected materials must be removed by the Contractor from the site within 24 hours of the issue of
order to that effect.
11) For cogent reasons over which the contractor will have no control and which will retard the progress,
extension of time for the period lost will be granted on receipt of application from the contractor before the
expiry date of contract. No claim whatsoever for idle labour, additional establishment, cost of materials and
labour and hire charges of tools & plants etc. would be entertained under any circumstances.
12) When one item of work is to be covered up by another item of work the latter item shall not be done before the
former Item has been measured and has been inspected by the Engineer-in-Charge or the Sub-Divisional
Officer /Assistant Engineer, as the authorized representatives of the Engineer-in- Charge and order given by
him for proceeding with the latter item of work. When however, this is not possible for practical reasons, the
Sub-Assistant Engineer, if so authorized by the Sub-Divisional Officer/Assistant Engineer may do this
inspection in respect of minor works and issue order regarding the latter item.
13) In case of force closure or abandonment of the works by the Department the contractor will be eligible to be
paid for the finished work and reimbursement of expenses actually incurred but not for any losses.
14) The contractor shall have to arrange on his own cost, required energy for operation of equipments and
machineries, for operating of pumping set, illuminating work site, office etc. that may be necessary in
difference stages of execution of work. No facility of any sort will be provided for utilization of the
departmental sources of energy existing at site of work.

15) The contractor will arrange land for installation of his Plants and Machineries, his go down, store yard, labour
camp etc. at his own cost for the execution of the work. Departmental land, if available and if applied for, may
be spared for the purpose on usual charges as fixed by the Engineer-in-charge. Before using any space in
Government land for any purpose whatsoever, approval of the Engineer-in-charge will be required.

16) The Bidder shall have to comply with the provisions of (a) Contract labour (Regulation & Abolition) Rules,
1970, and (b) Minimum Wages Act, 1948 or the modification thereof or any other laws relating thereto as will
be in force from time to time.
Additional Terms & Conditions Including Modifications of Clause No. 17 and Cluase No. 25 of West
Bengal Form No.
2911/2911(i)/2911(ii)
(This bears concurrence of Group – T of Finance (Audit) Department vide their U.O. No. 614; Dated
06.07.2012)
1) Clause – 17 of Contract of the Printed Tender From shall be substituted by the following:

Clause 17. – If the contractor or his workmen or servants of authorized representatives shall
break, deface, injure or destroy any part of the building in which they may be working or any
building, road, road curbs, fence, enclosure, water pipes, cables, drains, electric or telephone posts or
wires, trees, grass or grassiand or cultivated ground contiguous to the premises on which the work
or any part of it is being executed ,or if any damaged shall happen to the work from any cause
whatsoever or any imperfections become apparent in it any time whether during its execution or
within a period of three years after issuance of a certificate of its completion issued by the Engineer
–In-Charge shall mend good the same at his own expense, or in default , the Engineer-In- Charge may
cause the same to be made good by other workmen and deduct the expense ( of which the certificate
of the Engineer-In- Charge shall be final from any sums, whether under this contract or otherwise ,
that may be then, or at any time thereafter became due to contractor by the Government or from his
security deposit, or the proceeds of sale thereof or of a sufficient portion thereof and if the cost, in
the opinion of the Engineer – In- Charge(Which opinion shall be final and conclusive against the
contractor), or of making such damage or imperfections good shall exceed the amount of such
security deposit and /or such sums , it shall be lawful for the Government to recover the excess cost
from the contractor in accordance with the procedure prescribed by any law for the time being in
force.

The security deposit of the contractor shall not be refunded before the expiry of three years
after the issuance of the certificate, final or otherwise of completion of the work by the Engineer-In-
Charge.

Provided that the work shall not be deemed to have been completed unless the “Final
Bill” in respect thereof shall have been passed and certified for payment by the Engineer-In-Charge.

Provided further that the Engineer-In- Charge shall pass the “Final Bill” and certify thereon,
within a period of forty five days with effect from the date of submission thereof by the contractor
under this contract and shall also issue a separate certificate of completion of work to the contractor
with the said period of forty five days. The certificate of Engineer-In- Charge whether in respect of
the amount payable to the contractor against the “Final Bill” or in respect of completion of work
shall be final and conclusive against the contractor. However, the security deposit of the contractor
held with the Government under the provision of Clause-1 hereof shall be refundable to the
contractor in the manner provided here under.

(i) 30% of the security deposit shall be refunded to the contractor on expiry of o n e year after the
issuance certificate of completion of work.
(ii) Further 30% of the security deposit shall be refunded to the contractor on expiry of two years.

(iii) The balance 40% of the security deposit shall be refunded to the contractor on expiry of three
years.

N.B- Provided that in respect of the work of repair or maintenance in nature or a combination thereof,
the words “ Three years” wherever appearing in this clause shall be deemed to be one year and
in which case the security deposit of the contractor held with the Government under the provision
of clause-1 hereof shall be refundable to the contractor on expiry of one year after the issuance of
certificate of completion of work by the Engineer-in- Charge.

2) “Modification of Clause Relating to Settlement of Disputes under Condition of Contracts”:

Clause 25 for work value more than 100 Lacks of W.B.F. No. 2911/2911(i)/2911(ii) will be read
as “Clause 25 – Except where otherwise provided in the Contract all question and disputes relating
to the meaning of specifications, design, drawings and instructions therein before mentioned and as
to quality of workmanship or materials used on the work or these conditions or otherwise
concerning to the work, or after the completion or abandonment thereof shall be dealt with as
mentioned hereinafter :
If the Contractor considers any work demanded of him to be outside the requirement of the
contract, or disputes in any drawings, record or decision given in writing by the Engineer- in-
Charge or any matter in connection with or arising out of the contract or carrying out of the work, to
be unacceptable, be shall promptly requested within 15 (fifteen) days to the Chairman of the “Dispute
Redressal
Committee” shall give its written instruction or decision. Thereupon, the “Dispute Redressal
Committee” shall give it written instruction or decision within a period of Three (03) months from
the date of receipt of the Contractor’s letter.‘’
Dispute Redressal Committee in each of the works’ Department should be having the following
officials as members:

1. Additional Chief Secretary / Principal Secretary / Secretary of Chairman


the Concerned
2. Engineer – in – Charge / Chief Engineer or any officer equivalent Member
Department.
rank in the
3. One Designated Chief Engineer / Engineer of the Department to be Member
Department
nominate by the Department concerned Secretary and
4. One Representative of the Finance Department of the Government Convener
not below the Rank of Joint Secretary or Finance Advisor in case of
Member
the Works’Department where FA System has been introduced
The Provision will be applicable irrespective of the value of the works to which the dispute may
relate.

3) After Clause 24’ In present printed W.B. Form No. 2911, 2911(i), 2911(ii) of this office/
Division, in page no. 9, Clause-25 as mentioned here will be included and from Clause-25 to
Clause-29of page 09 and 10 of this Form will have to read as Clause – 26 to Clause- 30, as per
following table. As per Above, Clause-17 to be read as in modified form, and applicable for the
work.

Sl As mentioned in Presently supplied W.B. Form No. Actually to be read as


2911, 2911(i),
No
2911(ii)
1 From Clause 1 to 24 Clause 17 only modified.
2 Within Clause 24 and Clause 25 of Existing/ Supplied Form Clause 25 will be Inserted/
Included
3 Clause-ZS Clause- 26

4 Clause-26 Clause- 27

5 Clause-27 Clause- 28

6 Clause-28 Clause- 29

7 Clause-29 Clause- 30

£q-
Executive Engineer
Salt Lake reclamation Division
Urban Development & Municipal Affairs Department

MEMO NO: 8-169/2021/582 Dated: 11/05/2022


Copy forwarded for information to the:
1. P.S. to Principal Secretary, to the Govt. ofW.B., Department of Urban Development Department &
_J'.lu-nicipal Affairs, Nagarayan, Kolkata-64.
\y !he Special Secretary to the Govt. of West Bengal (SD), IT & e-Gov Cell, Department of Urban Development
Department & Municipal Affairs, 3,u Floor, Nagarayan, Kol-64
3. The Addi Secretary, UD&MA Department & Additional Director, SUDA, ILGUS BHAVAN, I-IC Block, Sector-III
Bidhannagar,Kol-106,West Bengal.
4. The Special Engineer, SLR & D Circle, Nirman Bhawan, Salt Lake, Kolkata-91.
5. Executive Engineer & T.A to Special Engineer, Salt Lake Reclamation & Development Circle, Nirman
Bhawan, Salt Lake, Kolkata-91
6. Executive Engineer, Salt Lake Construction Division, Nirman Bhawan, Salt Lake, Kolkata-91
7. Executive Engineer, Bidhannagar Municipal Services Division, Nirman Bhawan, Salt Lake, Kolkata-91.
8. Executive Engineer, Central Mechanical Division, Nirman Bhawan, Salt Lake, Kolkata-91.
9. Head Estimator, Salt Lake Reclamation & Development Circle
10. Notice Board of this Office.

�tl"...,1'Y"'V\.--


Executive Engineer
Salt Lake reclamation Division

&-1 Urban Development & Municipal Affairs Department

Tt}6t22

You might also like