createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1706951259595
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2710.00
emd200000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose02-03-2024 16:00:00
tenderQueryClose29-02-2024 16:00:00
technicalBidOpen04-03-2024 16:30:00
publishedDate21-02-2024 02:49:32
publishedByPostPWD_EE_DIV_CMJ
publishedByUserKPE13484 - S P MAHESH
bidValidityPeriod90
noOfCalls1
preBidMeetingDate19-02-2024 16:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonTECHNICAL ASSISTANT
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08226222027
mobileNumberNone
tenderSupplierListNone
tenderSchedule
createdTs1706951259637
version4
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT7172
titleCONSTRUCTION OF CC ROAD AND DRAIN AT KAMARAHALLI VILLAGE BEGURU HOBLI GUNDLUPET TALUK.
descriptionCONSTRUCTION OF CC ROAD AND DRAIN AT KAMARAHALLI VILLAGE BEGURU HOBLI GUNDLUPET TALUK.
categoryWORKS
categoryTextWorks
ecv10800595.11
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnFalse
location1678
locationNamePWD Division Office Chamarajanagara
provisionalAmount13000000.0
groupOverheadTotal0.0
fileNumberpwd/aee/gun/ccroad-Kamarahalli/23-24
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17069512600000NoneNoneRoadsCONSTRUCTION OF CC ROAD AND DRAIN AT KAMARAHALLI VILLAGE BEGURU HOBLI GUNDLUPET TALUK.10800595.11
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
241808472474Nonevol-1, I no-1.14.1, p-8Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenaces required to complete the work In all kinds of soils Depth upto 3 m (V-1 Item 1.14.1)Cum102.0102.01931.84FalseNoneNoneFalseNoneFalse197047.680
241808572474Nonevol-1, I no-2.1.3, p-15PCC M10 in Foundation Providing and laying in position plain cement concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machineries, curing, and all the other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork shall be paid separately) Mix 1:3:6 (M10) Using 40 mm nominal size graded crushed coarse aggregate. (V-1/Item 2.1.3)Cum5989.05989.0145.35FalseNoneNoneFalseNoneFalse870501.150
241808672474Nonevol-1, I no-2.11h, p-18Supplying, Fitting and Placing TMT Fe 550 D Reinforcement Including cost of all materials, cost of labour, cost of equipment and machinery, cost of hire charges of machinery, lead & lift, loading and unloading, transportation and all other incidental charges etc., complete. The work shall be carried out as per the directions of the Engineer-in-Charge of the work. (V-1 Item 2.11 h)t79011.079011.016.3FalseNoneNoneFalseNoneFalse1287879.30
241808772474Nonevol-1, I no-2.2.1, p-15Providing and laying in position Cement Concrete for all Foundation works. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticizers laid in finished layers, well compacted using needle vibrators, including all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all the other appurtenances required to complete the work as per technical specifications.M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates (V-1 Item 2.2.1)Cum6287.06287.0273.15FalseNoneNoneFalseNoneFalse1717294.050
241808872474Nonevol-1, I no-2.4.3, p-16Providing and laying in position Cement Concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necessary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. M25 Design Mix Using 20 mm nominal size graded crushed coarse aggregates (V-1 Item 2.4.3)Cum6336.06336.014.1FalseNoneNoneFalseNoneFalse89337.60
241808972474Nonevol-1, I no-1.17.1, p-10Earth work excavation for pipeline trenches in all kinds of soils by mechanical means as per drawing and technical specifications, including setting out, construction of shoring, strutting, barricading, caution lights, bracing, using sight rails & bonding rods at every 100 mm wherever necessary as directed, removal of stumps and other deleterious matter, dressing of sides and levelling the bottom of trench to the extent required , utilising the available excavated earth locally for the work etc., and all other appurtenances complete in the following strata All kinds of soils. Depth upto 1.50 mCum262.0262.0396.0FalseNoneNoneFalseNoneFalse103752.00
241809072474Nonevol-5, I no-10.2.2, p-114Providing UNPLASTICISED PVC pipes conforming to IS 16098:2013 with latest amendments ended with integral sockets with ISI mark and conveying to worksite, rolling and lowering into trenches, laying true to line and level and perfect linking at joints, testing and commissioning, including loading and unloading at both destinations and cuts of pipes wherever necessary including jointing of UPVC pipes (with cost of elastomeric sealing rings) and specials (excluding cost of specials) with jointing of approved type, with all labour, lead & lifts, including encasing the pipes alround to a depth of not less than 15 cms. with soft gravel or selected earth available from the excavation etc. complete and giving necessary hydraulic test to the required pressure as per ISS (contractor will make his own arrangements for procuring water for testing) etc. complete for: Pipes of SN4, 110mm dia. (V 2 Item 10.2.2)m288.0288.0825.0FalseNoneNoneFalseNoneFalse237600.00
241809172474Nonevol-1, I no-1.10, p-7Refilling available earth around trenches/pipelines, cables in layers not exceeding 20 cms in depth, compacting each deposited layer by ramming after watering with a lead upto 50 m, and lift upto 1.5 m. Including cost of all labour complete as per specifications (V-1 Item 1.10)Cum160.0160.0396.0FalseNoneNoneFalseNoneFalse63360.00
241809272474Nonevol-3, I no-4.17, p-26Wet Mix Macadam (Plant mix method) Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in m3 2,394.00 uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.( V-3 Item 4.17 )Cum2559.02559.0569.41FalseNoneNoneFalseNoneFalse1457120.190
241809372474Nonevol-3, I no-6.6, p-51Plain Cement Pavement Quality M30 grade Concrete (RMC) with OPC & GGBS laid without Paver Construction of un-reinforced plain cement concrete pavement using RMC M-30 grade with OPC @ 270 kg/m3 and GGBS@ 90 kg/m 3 (75:25 proportion) as per approved mix design procedure and thickness as per design, over a prepared sub base. The superplastisiser confirming to IS 9103-1999 Reaffirmed-2008 ,Coarse aggregates and Fine aggregate confirming to IS:383-2016, transported to site, laid in approved fixed side form work (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the form work). Spreading the concrete with shovels, rackers and compacted using needle, suitable plate vibrator and finished in a continuous operation including provision of separation membrane and Hessian cloth finishing to lines and grades complete including cost of all materials, labour, all lead & lift, loading charges as per specification & direction of Engineer - incharge of the work. (V-3 Item no 6.6)Cum6774.06774.0569.41FalseNoneNoneFalseNoneFalse3857183.340
241809472474Nonevol-1, I no-2.2.1, p-15Additionalities for Formwork, Centering and Scaffolding for sub structure including cost and conveyance of all materials, labour, hire charges of machineries and equipment, lead and lift ,loading and unloadind charges transportation and all other incidental charges etc. complete the work shall carried out as per technical detailed specification and as per direction of engineer in charge for cc drain. Additional Form work weightage 35%Cum2200.452200.45273.15FalseNoneNoneFalseNoneFalse601052.91750
241809572474Nonevol-1, I no-2.4.3, p-16Additionalities for Formwork, Centering and Scaffolding for sub structure including cost and conveyance of all materials, labour, hire charges of machineries and equipment, lead and lift ,loading and unloadind charges transportation and all other incidental charges etc. complete the work shall carried out as per technical detailed specification and as per direction of engineer in charge for cc drain. Additional Form work weightage 5%Cum316.8316.814.1FalseNoneNoneFalseNoneFalse4466.880
241809672474Nonevol-5, I no-16.3.7, p-188Providing S&S RCC SPUN / VIBRATED CAST PIPES (REINFORCED) pipes NP-3 Class conforming to IS:458-1988 with latest amentments using ordinary portland cement, for sanitary works and conveying to work site, rolling and lowering into trenches, laying true to line and level including loading and unloading at both destinations and jointing of pipes and specials, perfect linking of joints with jack to correct position including cost of jointing materials, i.e, rubber rings conforming to IS: 5382 for S&S RCC pipes, with all leads and lifts as directed and giving necessary hydraulic test as per ISS to the required pressure and commissioning etc. complete. (Contractor will make his own arrangements for procuring water for testing).Before the execution of work, the contractor shall carry out survey.RCC NP3 Class pipe of 600mm dia.m3140.03140.0100.0FalseNoneNoneFalseNoneFalse314000.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17069512620000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17069512620000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17069512620001NoneNoneELIGIBILITYIt shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date and time of bid submission.None
17079025020000NoneNoneELIGIBILITYThe bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches at bidders end.None
17079025120000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder.None
17079025210000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17079025290000NoneNoneELIGIBILITYThe tenderer shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costs.None
17079025360000NoneNoneELIGIBILITYThe Tender processing fee shall not be refundable.None
17079025440000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt orders.None
17079025560000NoneNoneELIGIBILITYAs per Karnataka state Government order LD/300/LET/2006 Bangalore dated 01.01.2007 and Government letter no PW/134/BMS/2007 dated 27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund.None
17079025660000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval.None
17079025760000NoneNoneELIGIBILITYThe employer reserves the rights to Reject or accept any or all the tenders without assigning any reasons.None
17079025840000NoneNoneELIGIBILITYIn the case of the death of the contractor after executing the agreement / commencement of the work, his legal heir, if is an eligible registered contractor and is willing can execute and compete the work at the accepted tender rates irrespective of the cost of the work.None
17079025910000NoneNoneELIGIBILITYThe successful Tenderer shall deliver to the Employer a Security deposit in the prescribed form in the favour of the Executive Engineer, PWD Division, Chamarajanagara, given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced tenders in accordance with the Conditions of Contract.None
17079026120000NoneNoneELIGIBILITYContractor should carryout additional test required to test the suitability of materials.None
17079026210000NoneNoneELIGIBILITYAll safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured according to ENVIRONMENTAL MANAGEMENT SYSTEM (EMS ISO 14001:2015) & QUALITY MANAGEMENT SYSTEM (QMS ISO 9001:2015) Policies, so that no untoward incident happens on account of negligence or any project activity. Contractor should indemnify the client to that extent.None
17079026280000NoneNoneELIGIBILITYFormation levels and other data furnished are bare minimum the contractor should make all efforts to validate and to get additional data if required at his own cost.None
17079026350000NoneNoneELIGIBILITYMaterials like steel, cement etc., required for the work shall be procured by the tenderer themselves and should get tested by the quality control authority before use on the work at their own cost.None
17079026500000NoneNoneELIGIBILITYThe contractors assessed available tender capacity will be calculated as per the clause 3.6 of STD tender document Attached.None
17079026680000NoneNoneELIGIBILITYAll the items in the tender include all lead, lifts, loading unloading, transportation, labour, hire charges of machinery curing for concrete works, cost and conveyance of all material and all other such incidental charges necessary for successful completion of works as per the detailed technical specification and direction of Engineer - in charge of this work.None
17079026840000NoneNoneELIGIBILITYAll precautions should be taken by the contractor so that there are no damages to such public/ private properties.None
17079026920000NoneNoneELIGIBILITYContractor should take all precautionary measures to avoid any damage to the utilities during excavation as well as utility shifting. To that extent the contractor should indemnify the client.None
17079027010000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labour act.None
17079027090000NoneNoneELIGIBILITYFurther particulars, if any, required by the Contractor can be had from the office of the Executive Engineer, Public Works Department, Chamarajanagar Division, during office hours on all working days.None
17079027170000NoneNoneELIGIBILITYContractor should adhere to HSE (Health Safety Environment) policy applicable for similar projects. Contractor to that extent should submit HSE document defining all the procedure including the policies before execution of the project.None
17079027280000NoneNoneELIGIBILITYContractor should take all precautions to ensure that no damage is caused to the existing structures which have been constructed by other agencies during project execution. If any damage is caused, it has to be rectified at his own risk and cost.None
17079027650000NoneNoneELIGIBILITYRs 2,00,000 of the EMD should be paid through e-payment as specified in e-procurement portalNone
17079027880000NoneNoneELIGIBILITYThe successful contractor should setup material testing laboratory at the work site before commencement of work.None
17079028020000NoneNoneELIGIBILITYThe difference in cost deposited by the lowest successful tenderer (for unbalanced) along with the performance security will be released to the contractor 30 days after the completion of defects liability period.None
17079028160000NoneNoneELIGIBILITYAll the uploaded documents in e-portal should be got verified at the Division office within 3 working days from the stipulated date of opening of Technical Bid by producing the original documents at the Division office, failing which the tender is liable for rejection. No separate communication will be made in this regard.None
17079028900000NoneNoneELIGIBILITYBankers Certificate for the stipulated amount as per clause 3.3 (b) should be submitted in the format as prescribed in the bid document only. Otherwise tender is liable for rejection.None
17079029130000NoneNoneELIGIBILITYThe contractor who participates in tenders for more than one work for which tenders are invited in this IFT, the tenderer must fulfill all the conditions and criteria cumulatively for the participated works.None
17079029300000NoneNoneELIGIBILITYThe intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents KW-4None
17079030760000NoneNoneELIGIBILITYPrice escalation shall not be considered in the extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension of time.None
17079030970000NoneNoneELIGIBILITYRegarding Appealing aggrieved contractor may appeal to the prescribed (Appellant) Authority within 30 days as per KTTP and appeal should be trough eproc only as per Govt: Order No.pwd/572/CRN-2020 Bangalore Dt:09.10.2020. same will not be considered if appeal through Letters.None
17079031100000NoneNoneELIGIBILITYThe returns submitted to the Income Tax Department. Shall be uploaded and shall be produced at the time of verification of Original documents at Division officeNone
17079031610000NoneNoneELIGIBILITYContractors should be registered as KPWD/CPWD Class III and Above Civil Contractor.None
17079031860000NoneNoneELIGIBILITYThe time for completion of whole work is 3 Months (including rainy days)None
17079047290001NoneNoneELIGIBILITYEstimate rates are excluding GST as per common SR 2023-24 and prevailing GST (18% of amount put to tender) amount is kept in form of Lump sum in Sanctioned estimate according to guidelines in common SR. Therefore, amount put to tender and ECV amount are excluding GST. KPPP-PORTAL format has No options to add GST separately at stage of Draft tender Schedule process for overall amount put to tender, tender has been inviting through an option with INCLUSIVE. But the item wise rates do not include GST. Hence, GST will be paid separately for the quoted amount accordingly.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTo qualify for award of this contract, each tenderer in his name should have in the last five years i.e., 2018-19 to 2022-23. Satisfactorily completed (atleast 90% of the contract value) as prime contractor atleast one similar road work of value not less than Rs.54.00 lakhs (usually not less than 50% estimated value of contract)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTo qualify for award of this contract, each tenderer in his name should have in the last fve years i.e., 2018-19 to 2022-23. Executed in any one year (for a continuous period of 12 months) the following minimum quantities of work (1.Earthwork excavation/ Embankment/Subgrade :1862 Cum, 2.GSB/ WMM:456 Cum, 3.PCC/RCC: 802 Cum, 4.Steel: 13Tonne) (usually 80% of peak annual rate of construction)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneLiquid assets and /or availability of credit facilities of no less than Rs. 108.01 Lakhs (estimated cash flow for 3 months of peak construction period) K-Form/Line of Credit, Bankers Certifcate issued by Nationalised Bank, must be submitted in priscribed format as in the bid document only.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneDEMONSTRATION OF EQUIPMENTS IS EXEMPTED VIDE CIRCULAR NO. FD 263 EXP 12/2022 BANGALORE Dt: 11-05-2022.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- EQUIPMENTS CAPACITY
NoneNoneNoneNoneQualifcation and experience of the technical and management personnel in permanent employment with the tenderer and those that are proposed to be deployed on this contract, if awardedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- TECHNICAL STAFF PATTERN
NoneNoneNoneNoneTo qualify for award of this contract, each tenderer in his name should have in the last fve years period i.e., 2018-19 to 2022-23. achived in at least two fnantial years a Minimum fnancial turn over (in all classes of civil engineering construction works only) of Rs. 216.02 lakhs (usually not less than two times the estimated annual payments under this contract)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- CA audited certificate with UDIN
NoneNoneNoneNoneITR, PROFIT & LOSS STATEMENT OR 26AS FOR YEAR 2018-19 TO 2022-23.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneITR Filed Copy (Mentioning PAN)
NoneNoneNoneNoneList of existing commitments and ongoing worksFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- format as in Tender document
NoneNoneNoneNoneList of works for which tenders already submittedFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- format as in Tender document
NoneNoneNoneNoneList of Financial Resources with CertificatesFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- FUNDS ABILITY
NoneNoneNoneNoneBLANKOthersNA.
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NA.
NoneNoneNoneNoneBLANKOthersNA.
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NA.
NoneNoneNoneNoneBLANKOthersNA.
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NA.
NoneNoneNoneNoneBanker Details for referenceOthersBANK ACCOUNT DETAILS
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- PASS BOOK, CROSSED CHEQUE LEAF
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditors reports for the last five yearsOthersFINANCIAL TURN OVER
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- AUDITED CA CERTIFICATE WITH UDIN
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover Certificate with UDINTrueTechnical Bid
PWD Registration Certificate Class III & AboveTrueTechnical Bid
GST REGISTRATION CERTIFICATETrueTechnical Bid
Work done certificate supporting similar nature of work and Quantities executed in one year period during year 2018-19 to 2022-23.TrueTechnical Bid
Line of Credit in prescribed formatTrueTechnical Bid
Details of ongoing works and work on handTrueTechnical Bid
Additional documents which supports work done & Financial status etc.TrueTechnical Bid
ITR, Profit & Loss statement or 26AS of last 5 yearsTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1707912333000
version0
createdDateNone
modifiedDateNone
blockNumberEXECUTIVE ENGINEER, PWD DIVISION, CHAMARAJANAGARA
streetNone
cityCHAMARAJANAGARA
stateKarnataka
pin571313
tenderRecallDTONone