Download as pdf or txt
Download as pdf or txt
You are on page 1of 24

TENDER DOCUMENT

(BOOK I OF II)

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13 /2022-2023
Dtd. 03 Oct 2022

CHIEF CONSTRUCTION ENGINEER(R&D)


P.B No.1569, AKBAR ROAD
SECUNDERABAD - 500 003
PHONE : 040 - 27751842, 27753662
FAX : 040 - 27751405

1
GOVT. OF INDIA - MINISTRY OF DEFENCE
DEFENCE RESEARCH & DEVELOPMENT ORGANISATION

TENDER DOCUMENT

(BOOK I OF III)

ANNEXURE - I

i) INVITATION TO TENDER
ii) DRAFT AGREEMENT
(General Conditions & Special Conditions)
iii) Special conditions to electrical works
(Refer CCE(R&D) letter No.8001/Con dt.01 Sep2004
and subsequent amendments)

ANNEXURE - II
SCOPE OF WORK, COMPLETION MILE STONES ETC.

ANNEXURE – III
PREAMBLE TO SCHEDULE OF ITEMS
(Refer CCE(R&D) letter No.8001/Con dt.01 Sep 2004
and subsequent amendments)
&
SCHEDULE OF ITEMS

ANNEXURE - IV
TENDER DRAWINGS

ANNEXURE – V
LIST OF APPROVED MAKES

ANNEXURE – VI
TECHNICAL SPECIFICATIONS (CIVIL WORKS)
(Book II of III)

ANNEXURE – VII
TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS
(E&M WORKS)
(Book III of III)

CHIEF CONSTRUCTION ENGINEER(R&D)


P.B No.1569, AKBAR ROAD
SECUNDERABAD - 500 003
PHONE : 040 - 27751842, 27753662
FAX : 040 – 27751405

2
ANNEXURE - I

INVITATION TO TENDER

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13 /2022-2023
Dtd. 03 Oct 2022
3

INVITATION TO TENDER

NAME OF WORK : Provision of Clean room at CHESS facility, Kanchanbagh


campus, Hyderabad

1. RECEIPT OF TENDERS:

Tenders shall be received latest by: 1500 Hours on 26 Oct 2022

2. REFERENCE CODE FOR TENDER

CCE (R&D)/ENQ/CIV/CHESS/ 13/2022-23 Dtd.03 Oct 2022

3. TENDER DOCUMENTS:

Tender Documents shall comprise of 3 (three) Booklets and tender drawings as


detailed below:

BOOK 1 of 3 CONSISTING OF:

i) Invitation to tender
ii) Draft Agreement (General Conditions)
iii) Special Conditions of Contract
iv) Preamble to Schedule of Items
v) Scope of work and completion mile stones
vi) Schedule of items
vii) List of Tender Drawings

BOOK 2 OF 3 CONSISTING OF:

i) Technical Specifications (Civil Works)

BOOK 3 OF 3 CONSISTING OF:

i) Technical Specifications (E&M Works)

4. SUBMISSION OF TENDER:

Tender shall be quoted online on CPP portal as per e-tendering procedures.


Terms and Conditions as stipulated in the draft Contract Agreement are NOT
NEGOTIABLE and any conditional offer shall be liable for rejection.
4

5. CLARIFICATIONS AND TENDER DOCUMENTS:

For any technical and other than technical clarifications in connection with this
invitation to tender, tenderer may contact the following address:

THE CHIEF CONSTRUCTION ENGINEER (R&D)


P.B.No. 1569, AKBAR ROAD,
SECUNDERABAD – 500 003

6. INSPECTION OF SITE:

Tenderer is advised to inspect, at his option, site of work and acquaint himself
with working conditions including constraints and collect all necessary
information for carrying out the work.

7. LANGUAGE:

Tender including tender drawings, if any and other information shall be prepared
and submitted in English language.

8. VALIDITY OF TENDER:

The tender and the price / rates quoted shall remain valid for acceptance for a
period of 120 (One hundred twenty) days from the date of opening of tender.

9. SIGNING OF TENDER DOCUMENTS :

All relevant documents in the tender shall be signed by person / persons holding
necessary power of attorney. Documentary evidence shall be submitted along
with the tender to prove that the signatory to the tender is competent and
authorized to submit tender to be legally binding upon the tenderer.

10. EARNEST MONEY:

Tender shall be accompanied by Earnest money as stated below :

Amount of Earnest Money : Rs.13,60,520.00(Rupees Thirteen lakhs sixty


thousand five hundred twenty only).

2% (two percent) of the estimated cost (for works estimated to cost upto Rs.10.00 crores)

Form of Earnest Money : Rs.20.00 lakhs+ 1% (one percent) of the estimated


cost in excess of Rs.10.00 crores.
(for works estimated to cost more than
Rs.10.00 crores)
5

b) Form of Earnest Money


- Demand Draft / Fixed Deposit Receipt (FDR) / Bankers Cheque issued by
a Scheduled Bank.

- A part of earnest money is acceptable in the form of bank guarantee also.


In such cases 50% of earnest money or Rs.20.00 lakhs whichever is less,
will have to be deposited in shape Demand Draft / Fixed Deposit Receipt
(FDR) / Bankers Cheque issued by a Scheduled Bank and the balance only
can be accepted in the form of bank guarantee issued by a schedule bank.

- The bank guarantee submitted as a part of Earnest Money shall be valid


for a period of four (04) months or more from the date of submission of
the tender.

c) Refund of Earnest Money


The earnest money given by all the tenderers except the lower tenderer
should be refunded immediately after the opening of the tenders, or latest
within a week from the date of receipt of tenders.

d) Forfeiture of Earnest Money


If the tenderer withdraws his tender before the expiry of the validity
period, or before the issue of letter of acceptance, whichever is earlier, or
makes any modification in the terms and conditions of the tender which
are not acceptable to the department, then the Government shall, without
prejudice to any other right or remedy, be at liberty to forfeit 50% of the
earnest money absolutely. This provision would naturally apply only to
the lowest tenderer once the earnest money of all the tenderers except
those of the lowest is refunded.

If contractor fails to furnish the prescribed performance guarantee within


the prescribed period, the earnest money is absolutely forfeited to the
President automatically without any notice.

In case the contractor fails to commence the work specified in the tender
documents on the 15th day of such time period as mentioned in letter of
award, after the date on which the engineer-in-charge issues written orders
to commence the work, or from the date of handing over of the site,
whichever is later, the Government shall, without prejudice to any other
right or remedy, be at liberty to forfeit whole of the earnest money
absolutely.

If only a part of the work as shown in the tender is awarded, and the
contractor does not commence the work, the amount of the earnest money
to be forfeited to the Government should be worked out with reference to
the estimated cost of the work so awarded.

In case of forfeiture of earnest money as prescribed in above paras, the


tenderer shall not be allowed to participate in the retendering process of
the work.
6

11. DELETED :

12. DELETED :

13. SUBMISSION OF TENDER:

For submission of e-Tender, bidders are requested to get themselves registered


with eprocure.gov.in website along with civil category, Digital Signature
Certificate (DSC) issued by authorized CA under IT Act 2003.

Tender document (cover -1 only) containing PQ criteria, Original DD for


tender cost, EMD, undertaking and affidavit shall be uploaded as cover-1 and
to be sent by Registered Post addressed to the office as stated below so as to reach
not later than the last date and time of receipt of tender.

CHIEF CONSTRUCTION ENGINEER (R&D) SOUTH


DRDO, P.B.1569, AKBAR ROAD,
SECUNDERABAD - 500003

14. OPENING OF TENDER:

e-Tender shall be opened as per the details mentioned vide para no.6 & 7 of NIT.
Tenderer or his duly authorised representative, not exceeding 2, may be present
on the date and time set out above, to attend opening of tender if so desired by
him.

15. EXPENSES FOR TENDER PREPARATION:

For the preparation and submission of tender, tenderer shall not be entitled to any
cost, expenses or other claims whether or not the tender is accepted, rejected or
Invitation to Tender withdrawn or cancelled.

16. COMPLETENESS OF TENDER:

The scope of work, terms and conditions and other details have been specified in
the tender document. Tenderer shall prepare and submit his tender keeping in
mind the requirements of tender documents. Any tenderer not quoting for the
complete work as per tender documents or is otherwise incomplete or is not in
compliance with the tender documents shall be liable to rejection.

17. AMENDMENTS TO TENDER DOCUMENTS:

Owner shall have the right to amend / delete / add to the various provisions in the
tender documents or withdraw / cancel the invitation to tender without assigning
any reasons whatsoever. The amendments / errata issued by the owner shall be
read carefully in conjunction with tender documents. The contractor price / rate /
amount shall be deemed to be worked out taking into account amendments / errata
also.
7

18. ACCEPTANCE OF TENDER:

Owner shall not be bound to accept the lowest or any tender or to assign reasons
for non-acceptance of any tender. Owner also reserves the right to accept a tender
either in whole or in part. Breakup of prices / item rates shall be binding on the
tenderer even in the case of acceptance of a tender in part.

19. TENDERER NOT TO RESILE :

The Tender for the work shall remain open for acceptance for a period of One
hundred twenty (120) days from the date of opening of tenders/ One hundred
twenty (120) days from the date of opening of financial bid in case tenders are
invited on 2/3 bid system. If any tenderer withdraws his tender before the said
period or issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the tender which are not acceptable
to the department, then the Government shall, without prejudice to any other right
or remedy, be at liberty to forfeit 50% of the Earnest money. Further the tenderer
shall not be allowed to participate in the retendering process of the work.
However, tenderer shall be allowed to revise his offer only if required by tender
appraisal committee/tender standing committee based on the negotiations in order
to give rebate on overall tender or on specific items(s).

20. WATER AND ELECTRICITY:

Water will not be supplied by the Department. The contractor shall make his own
arrangement for procurement and storage of water required for construction and
workmen etc., at his cost. Three phase LT Distribution power for construction
activity will be provided on chargeable basis as per State Electricity Board
charges by the Department through 32A capacity MCCB with Three phase energy
meter at a distance not exceeding 200 Mtrs from the building / construction area.
The contractor has to make his own arrangements for drawing the construction
power from this point up to work spot at his own cost. In case of any break down
or insufficient supply of electricity, the contractor shall make his own
arrangements of electricity power to augment supply commensurate to the
schedule of completion of work. Any additional power required for any other
purpose including running any specialized equipment like Pile Drilling Machine,
Concrete Boom Lifts / Cranes, Fabrication of major steel works, stone crushers,
batching plant, hot mix plant, paver etc., shall be arranged by the firm/contractor
at their own cost. No claim of time extension and or money will be entertained by
the Department on this account.

21. TAXES AND DUTIES:

In addition to the taxes and duties mentioned in Article-6 of General Conditions,


Labour Welfare Cess at the rate of 1% (one percent) of the total cost of the work
done and GST as applicable as per govt. regulations shall be deducted from the
bills submitted for the work. Further, any taxes/levies declared by the govt.
during the currency of the contract shall be levied on the firm/contractor.
8

22. Particularly, attention of the contractor is drawn to the fact that if during progress
of the work, prices of materials to be incorporated in the work or wages of labour
increase as per any Govt. directions coming into force by any fresh law or
statutory rule or order, no escalation shall be admissible. Contractor should keep
this aspect into consideration while quoting for this work.

23. TERMS OF PAYMENT

Delete clause 5.01 (i) of General Condition of contract and substitute the
following:

(a) 10% (Ten per cent) of the contract price as Mobilisation Advance within 2
(Two) weeks, after the effective date of agreement or the date of deposit of
initial security, whichever is later against a Bank Guarantee from schedule
bank for 110% amount of advance in the format prescribed by the
OWNER. The value of Bank Guarantee Bond shall be progressively
reduced to the extent of outstanding Mobilisation Advance to be adjusted /
recovered. Any outstanding Bank Guarantee Bond shall be released when
the entire work is completed as per the agreement and on issuance of
“Completion Certificate” by the ENGINEER.

(b) Mobilisation Advance shall be paid in 2 (Two) or more installments to be


decided by the OWNER. Each installment will not be more than 50% of
the total admissible Mobilisation Advance. Subsequent installments of
advance shall be released by the OWNER only after satisfying himself for
appropriate utilization of previous advances.

(c ) (i) Mobilisation Advance will bear simple interest of 10% (Ten per cent)
per annum and shall be calculated on the outstanding amount of advance
from date of advance, both days inclusive.

(ii) Interest will be recovered from, RA bills from the date of payment of
Mobilisation Advance till full recovery of advance paid. A simple interest
@ 10% per annum shall be calculated for number of days rounded off to
15 (Fifteen) days on fortnightly on outstanding mobilization advance.

24. STANDARD OF WORK:


In General Conditions of contracts, Article -9: Standard of Work, delete the
existing para 9.05 in toto and substitute the following:

The contractor shall ensure provision of anti termite and water proofing treatment
for foundations/ sunken portion / roof work and others specified works as detailed
in BOQ through specialized agencies as approved by the OWNER. These works
shall carry warranty of 05 (Five) years from completion of contract and issue of
completion certificate in this regard. Final payment against anti termite and water
proofing work shall be released on production of Bank Guarantee Bond / FDR of
equal value of final payment due against these works valid for 05 (Five) years
from issue of completion. Alternatively the agency may choose to submit a
Standing Bank Guarantee Bond / FDR for the following values.
9

Agencies pre-qualified for work Value of Bank Guarantee Bond / FDR

i) upto Rs. 50.00 lakhs Rs. 10.00 lakhs


ii) Rs.50.00 to 120.00 lakhs Rs.20.00 lakhs
iii) Rs.120.00 to 500.00 lakhs Rs.50.00 lakhs
iv) Above Rs.500.00 lakhs Rs.100.00 lakhs

Any defect noticed during this period shall be rectified within 30 (thirty) days of
written intimation by the OWNER failing which the rectification shall be carried
out by the OWNER out of the Bank Guarantee/FDR amount. The Bank Guarantee
Bonds/FDR shall be released on expiry of warranty period and satisfactory
completion of rectification of defects and on issuance of final “Acceptance
certificate” for these items by the OWNER.

25. RATES FOR EXTRA ITEMS

In General conditions of Contract, Article-12, Rates for extra items, delete the
existing para 12.01 (ii) in toto and substitute the following:

Where the nature of item is such that the rate for the same cannot be derived as
per ARTICLE-12.01(i), then the rate shall be established based on the market
rates and taking into account 15% (Fifteen percent) over cost of labour and
materials to cover supervision, overheads and profits. The norms followed by
CPWD or MES, as may be approved by the ENGINEER with the concurrence of
the OWNER regarding labour and material content, shall be adopted for this
purpose.

26. MATERIALS:

(a) The CONTRACTOR shall arrange for all the materials required for
incorporating in the work including cement and steel.

(b) Reinforcement/Structural steel for all sizes shall be procured from the main /
primary producers only i.e., SAIL/RINL/TISCO.

(c) Secondary producers of reinforcement/structural steel will be permitted in


case of non-availability certificate given by the main/primary producers.
Make of steel of the secondary producer shall be as approved by the owner
and shall be based on the credentials / confirmation of the
reinforcement/structural steel as per relevant BIS codes. In case, the
reinforcement/structural steel quantity in the contract is less than 10MT,
reinforcement/structural steel may be procured from secondary producers
after obtaining approval from the owner for which non-availability certificate
from main/primary producers is not required.

(d) For every lot of steel the Engineer shall obtain the particulars of the
manufacturer / supplier of steel from the contractor separately and ensure that
contractor shall place demand / requisition of steel with adequate lead-time.
10

(e) The Engineer shall verify the original documents in support of the purchase
of steel and will retain certified true copy of documents along with the test
results at site.

(f) The contractor shall not procure steel directly from authorized conversion
agents or dealers. The contractor shall procure steel from authorized
conversion agent or a agent / dealer only when it is allocated to the agent or
the dealer by the main/primary steel producer.

27. MAINTENANCE GUARANTEE:

In General conditions of contract, Article 23, Maintenance guarantee, delete the


existing para 23.01 in toto and substitute the following

23.01 Maintenance Guarantee period will be 24 (Twenty four) months from the
actual date of completion and handing over to the OWNER.

28. RECOVERY OF AMOUNT FOR NON PERFORMANCE OF WORK/NON


COMPLETION OF WORK AS PER MILESTONES AT INTERMEDIATE
STAGES :

The Contractor will adhere to the time frame specified for the work in the
contract. The department has worked out a bar chart depicting the time frame and
intermediate milestones to be achieved during the work. This bar chart is
enclosed at Annexure-I. Since the PDC of the work is 06 (six) months certain
recovery of amount will be made for non performance of work/non completion of
work as per milestones at intermediate stages.

The schedule of work shall consist of the following milestones :

MILESTONE-I :

a) Time frame :

03 months from the date of issue of LOI.

b) Recovery / withholding payment:

Financial target at 30% (tentative to be decided by CCE based on project PDC).


An amount Rs.1,00,000/- of the total contract price per day or LD1 whichever is
higher, subject to a maximum of 1.5% of the total contract price will be withheld
from the running account receipt due to the contractor.
LD1 = 0.015 x Contract Value .
No. of days between Milestone I & II
11

MILESTONE-II :

a) Time frame :

05 months work from the date of issue of LOI.

b) Recovery / withholding payment:

Financial target at 70% (tentative to be decided by CCE based on project PDC).


An amount Rs.1,50,000/- of the total contract price per day or LD2 whichever is
higher, subject to a maximum of 3% of the total contract price will be withheld
from the running account receipt due to the contractor.
LD1 = 0.03 x Contract Value .
No. of days between Milestone II & III

MILESTONE-III :
a) Time frame :

06 months work from the date of issue of LOI.

b) Recovery / withholding payment:


Financial target at 100%. If the total work is not completed within the above
stipulated time frame the recovery will be made as stipulated in Article-21 of the
General Conditions of Contract i.e. liquidated damages for delay since the
completion at Milestone-III is also the completion period of the entire work.

RELEASE / FORFIETURE OF WITHHELD AMOUNT:

a) The total amount withheld on account of non completion of physical


targets at MILESTONE-I will be released if the contractor achieves the
physical targets of both MILESTONES-I & II at MILESTONE-II.
Otherwise, the withheld amount will be forfeited to the department.

b) The total amount withheld on account of non completion of physical


targets of both MILESTONE-II will be released if the contractor achieves
the physical targets of both MILESTONE-II and MILESTONE-III at
MILESTONE-III. Otherwise the withheld amount will be forfeited to the
department.

c) In case the total work (at MILESTONE-I, II & III) is not completed within
the stipulated time frame as per Annexure – II, then the following
conditions for recovery will be applicable:

i) In case the amount is forfeited either at MILESTONE-I or


MILESTONE-II, then the total liquidated damages to be recovered
will be equal to the total amount of liquidated damages applicable
(as per general conditions of contract) less than the amount
forfeited either at MILESTONE-I or MILESTONE-II.
12

ii) In case the amount is forfeited either at both the MILESTONE-I &
II, then the total liquidated damages to be recovered will be equal
to the total amount of liquidated damages applicable (as per
general conditions of contract) less than the amount forfeited either
at MILESTONE-I or MILESTONE-II. In no case the recovery
against the subject contract will be more than 10% of the total
contract price.

COMPLETION CERTIFICATE FOR EACH MILESTONE:

a) The Project Manager shall issue an interim completion certificate at the


end of each MILESTONE certifying the completion of work specified at
that MILESTONE.

b) The contractor may submit his bar chart if at variance to that proposed by
the department, clearly indicating the physical targets at each
MILESTONE. However, the overall time frame for the completion of the
project shall remain 06 (Six) months.

TENDER ENQUIRY No. CCE (R&D)/ENQ/CIV/CHESS/13 /2022-2023


Dtd. 03 Oct 2022

“In lieu ” Page to

GENERAL CONDITIONS OF CONTRACTS


(APPENDIX ‘E’ TO RDCE WP – 99)

A copy of General conditions of Contracts (Appendix “E” to RDCE WP-99) as


amended has been supplied to me / us and is in my / our possession. I / We have read and
understood the provisions contained in the aforesaid General Condition of Contracts
before submission of this tender and I / we agree that I / we shall abide by the terms and
conditions thereof as modified, if any, elsewhere in these tender documents.

2. It is hereby further agreed and declared by me / us that the general conditions of


contracts including condition 47 thereof pertaining to settlement of dispute by arbitration
form part of these tender documents.

CONTRACTOR ACCEPTING OFFICER

Date:………………… 2022 Date:…………. …….2022


13

BANK GUARANTEE FOR EARNEST MONEY

This deed of guarantee made this ___________ Day of ___________________ Two


Thousand year between ___________________________________________ (Name of
Banker) having its Registered Office at
___________________________________________________________ (hereinafter
referred to as the “Surety”) and President of India acting by and through Chief
Construction Engineer (R&D), Defense Research & Development Organisation, P.B.No.
1569, Akbar Road, Secunderabad – 500 003 (hereinafter referred to as the “Owner”).

WHEREAS __________________________________________________ (Contractor’s


name) (hereinafter referred to as “Contractor”), a company registered under Companies
Act 1956 and having their registered Office at
__________________________________________________________
Bound to deposit with the OWNER by way of EARNEST MONEY in connection with
their Tender for ___________________________________
_________________________________________ (Name of work) with reference to
OWNER’S Tender Enquiry No. _____________________________ dated:
______________ as per specification and terms and conditions enclosed therein.

WHEREAS the CONTRACTOR as per clause No. 11 of invitation to Tender has agreed
to furnish a Bank Guarantee valid up to ____________________ (date) instead of deposit
of Earnest Money.

NOW THIS WITNESSETH

That the surety in consideration of the above tender made by the CONTRACTOR to the
OWNER hereby undertake to guarantee payment on demand to the OWNER of the said
amount of Rs. ___________________ which the CONTRACTOR is bound to deposit
with the OWNER by way of Earnest Money in connection with his tender.
14

Notwithstanding anything contained in the foregoing, the surety’s liability under the
guarantee is restricted to Rs. ____________________ (Rupees
____________________________________
______________________________ Only)

The Guarantee shall remain in force and effective upto _______________________ and
shall expire and become ineffective on intimation thereof being given to the SURETY by
the OWNER in which event this guarantee shall stand discharged.

This guarantee shall not be affected by any change in the constitution of the OWNER,
CONTRACTOR or the SURETY.

The OWNER shall be eligible to make any claim under this guarantee only if the
CONTRACTOR after submitting the tender, resile from the offer or modify the terms and
conditions thereof in a manner not acceptable to the OWNER or fail to sign the contract
and deposit initial security deposit within 10 (Ten) days after the OWNER has advised
the CONTRACTOR the acceptance for
________________________________________________ (name of work) on mutually
agreed terms and conditions. The OWNER’s decision in this regard shall be final and
binding.

The SURETY cannot revoke this guarantee during its currency except by the previous
consent of the OWNER in writing.

Notwithstanding anything contained hereinabove, unless a demand or claim under this


guarantee is made on the SURETY in writing on or before
____________________________________ the SURETY shall be discharged from all
liabilities under this guarantee hereafter.

For and on behalf of


(BANKER’S NAME)

15
A N N E X U R E - II

SCOPE OF WORK, COMPLETION MILESTONE

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13 /2022-2023
Dtd. 03 Oct 2022

16
Name of work : Provision of Clean rooms at CHESS facility, Kanchanbagh
campus, Hyderabad

Tender Enquiry No. & Date : CCE (R&D)/ENQ/CIV/CHESS/ 13/2022-2023


Dtd. 03 Oct 2022

SCOPE OF WORK AND COMPLETION MILE STONES

------------------------------------------------------------------------------------------------------------
Sl. Scope of Work Period of Completion
No. from effective date of
L.O.I.
------------------------------------------------------------------------------------------------------------
i) Building including internal services

ii) Air Conditioning

iii) Power wiring

iv) UPS Wiring

v) Shop Electrics

vi) Telephone & Lan Conduiting

vii) Special earthing 06 Months

viii) Lightning protection

ix) Fire alarm system

x) DG Sets

xi) Water coolers

xii) External power supply

xiii) Area lighting

------------------------------------------------------------------------------------------------------------
17
ANNEXURE - III

PREAMBLE TO SCHEDULE OF ITEMS


(Refer CCE(R&D) letter No.8001/Con dt.01-09-2004
and subsequent amendments)

&

SCHEDULE OF ITEMS

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13/2022-2023
Dtd. 03 Oct 2022

18
ANNEXURE - IV

TENDER DRAWINGS

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13 /2022-2023
Dtd. 03 Oct 2022
Name of work : Provision of Clean rooms at CHESS facility, Kanchanbagh
campus, Hyderabad

Tender Enquiry No. & Date : CCE (R&D)/ENQ/CIV/CHESS/13/2022-2023


Dtd. 03 Oct 2022

LIST OF TENDER DRAWINGS

------------------------------------------------------------------------------------------------------------
Sl.No. Drawing No. Drawing Title
------------------------------------------------------------------------------------------------------------

1. LAYOUT NIL

2. PLAN NIL

3. SECTION NIL

4. ELEVATIONS NIL

------------------------------------------------------------------------------------------------------------
ANNEXURE - V

LIST OF APPROVED MAKES

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13/2022-2023
Dtd. 03 Oct 2022

(SEPARATELY ENCLOSED AS BOOK II OF II)


ANNEXURE - VI

TECHNICAL SPECIFICATIONS
(CIVIL WORKS)

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13/2022-2023
Dtd. 03 Oct 2022

(SEPERATELY ENCLOSED AS BOOK II OF III)


ANNEXURE - VII

TECHNICAL SPECIFICATIONS
(E&M WORKS)

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

a) Technical specifications for power control centres


b) Technical specifications for laying of cables
c) Technical specifications and general conditions of
cranes

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13/2022-2023
Dtd. 03 Oct 2022

(SEPERATELY ENCLOSED AS BOOK III OF III)


TENDER DOCUMENT

(BOOK III OF III)

FOR

PROVISION OF CLEAN ROOMS AT CHESS FACILITY,


KANCHANBAGH CAMPUS, HYDERABAD

TENDER ENQUIRY No.


CCE (R&D)/ENQ/CIV/CHESS/13/2022-2023
Dtd. 03 Oct 2022

CHIEF CONSTRUCTION ENGINEER(R&D)


P.B No.1569, AKBAR ROAD
SECUNDERABAD - 500 003
PHONE : 040 - 27751842, 27753662
FAX : 040 – 27751405
Signature Not Verified
Digitally signed by MAHENDER RAVULA
Date: 2022.10.03 00:47:30 PDT
Location: eProcure-EPROC

You might also like