createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709059696990 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 4520.00 emd 272000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 07-03-2024 16:00:00 tenderQueryClose 07-03-2024 15:59:00 technicalBidOpen 12-03-2024 16:00:00 publishedDate 28-02-2024 05:04:35 publishedByPost KSDB_EE_DIV1_BNG publishedByUser KPE17921 - H D SUBRAMANYA bidValidityPeriod 120 noOfCalls 1 preBidMeetingDate 05-03-2024 16:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson H D SUBRAMANYA splitEmdRequiredYn False emdBankGuarantee None emdCash None bgValidityPeriod None hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08023564652 mobileNumber 8884492358 tenderSupplierList None tenderSchedule
createdTs 1709059697019 version 6 createdDate None modifiedDate None tenderNumber KSDB/2023-24/OW/WORK_INDENT89 title Providing CC Road & RCC Drain for Construction of 768 & 500 Houses for the Slum dwellers at Sy.No.13 of Nagareshwara Nagenahalli K R Puram Assembly Constituency Bangalore City Under PMAY-HFA description Providing CC Road & RCC Drain for Construction of 768 & 500 Houses for the Slum dwellers at Sy.No.13 of Nagareshwara Nagenahalli K R Puram Assembly Constituency Bangalore City Under PMAY-HFA category WORKS categoryText Works ecv 18071868.73 deptName Karnataka Slum Development Board status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 7451 locationName KSDB Bengaluru Division No ONE provisionalAmount 21330000.0 groupOverheadTotal None fileNumber NO1DIVISIONWORKNO20 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709059697000 0 None None Other Works Providing CC Road & RCC Drain for Construction of 768 & 500 Houses for the Slum dwellers at Sy.No.13 of Nagareshwara Nagenahalli K R Puram Assembly Constituency Bangalore City Under PMAY-HFA 18071868.73
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2828694 91544 None code01 RCC Drain: Earth 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 Cum 112.2 112.2 974.38 False None None False None False 109325.436 0 2828695 91544 None code02 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 1:4:8 Using 40 mm nominal size graded crushed coarse aggregate Cum 6230.4 6230.4 235.176 False None None False None False 1465240.5504 0 2828696 91544 None code03 Providing and laying in position Reinforced 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 necesary, 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. (The cost of steel reinforcement & formwork to be paid separately) M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates Cum 7303.06 7303.06 127.145 False None None False None False 928547.5637 0 2828697 91544 None code04 Providing and laying in position Reinforced 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 necesary, 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. (The cost of steel reinforcement & formwork to be paid separately) M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates Cum 9389.65 9389.65 196.9605 False None None False None False 1849390.158825 0 2828698 91544 None code05 Supplying, fitting and placing TMT Fe 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification. h.All other type of structures Tonne 86912.1 86912.1 24.68 False None None False None False 2144990.628 0 2828699 91544 None code06 Providing and laying 100mm thick pre-cast cover slabs over drains &Rain pit of width not exceeding 800 mm using M20 concrete reinforcedwith Micro Alloyed High carbon steel with 3mm - 3ply wired steel @ 2.00kg/m2, slabs jointed in CM 1:3 proportion and nicely finished Including providing holes in the Cover slabs wherever necessary for easy drainage of surface water including of labour, materials, scaffolding, usage of machinery, curing, lead and lift charges etc, Complete. Mtr 1020.8 1020.8 864.5 False None None False None False 882481.6 0 2828700 91544 None code07 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations and other similar works etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m. Cum 248.6 248.6 96.336 False None None False None False 23949.1296 0 2828701 91544 None code08 Providing 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 SN 8, 200mm dia. m 1137.4 1137.4 50.0 False None None False None False 56870.0 0 2828702 91544 None code09 CC Road:Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness.(ii) By Mechanical Means using Dozer (a) In area of light jungle 100 Sqm 432.3 432.3 115.92 False None None False None False 50112.216 0 2828703 91544 None code10 Removal of Unserviceable Soil with Disposal upto a suitable distance as directed by the Engineer incharge of work. Cum 93.5 93.5 2501.2088 False None None False None False 233863.0228 0 2828704 91544 None code11 Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter 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 appurtenances required to complete the work. Cum 104.5 104.5 2140.0 False None None False None False 223630.0 0 2828705 91544 None code12 Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction. Cum 115.5 115.5 500.5 False None None False None False 57807.75 0 2828706 91544 None code13 Filling approved earth (excluding rock) in trenches, plinth, sides of foundations and other similar works etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m. Cum 476.3 476.3 941.25 False None None False None False 448317.375 0 2828707 91544 None code14 Construction of Granular Sub-Base by Mix in Place Method by providing well graded Gravel, spreading in uniform layers with motor grader on prepared surface, mixing by mix in place method with rotavator at OMC, and compacting with smooth wheel roller to achieve the desired density, complete as per Technical Specification. Cum 1569.7 1569.7 689.5 False None None False None False 1082308.15 0 2828708 91544 None code15 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 uniform layers with Grader in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density. Cum 2814.9 2814.9 750.75 False None None False None False 2113286.175 0 2828709 91544 None code16 Construction of un-reinforced plain cement concrete pavement using RMC M-30 grade with OPC @ 270 kg/m3 and GGBS@ 90 kg/m3 (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. (Groove cutting shall be paid seperately) Cum 7451.4 7451.4 536.25 False None None False None False 3995813.25 0 2828710 91544 None code17 Supplying and fixing M15 grade precast cement concrete Kerb stones for Roadway, Sidewalls and gutters fixed with CM 1:3 fixed and finsihed in line as per direction of Engineer in charge. (The cost of PCC shall be paid extra)600 x 200 x 100 mm Kerb Stone m 275.0 275.0 1430.0 False None None False None False 393250.0 0 2828711 91544 None code18 Providing Water based glossy paint (Green certified product) to Kerb Stones as per IS 164:2015 technical specifications including cleaning & surface preparation Sqm 324.5 324.5 357.5 False None None False None False 116008.75 0 2828712 91544 None code19 Providing and laying 60mm thick factory made cement concrete paver block of approved shape and colour of M -30 grade made of C&D waste by block making machine with vibratory compaction laid in required pattern and including over 50mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. Sqm 880.0 880.0 1430.0 False None None False None False 1258400.0 0 2828713 91544 None code20 Earth 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 Cum 112.2 112.2 62.39 False None None False None False 7000.158 0 2828714 91544 None code21 Cable Duct Across the Road-Providing and laying of a reinforced cement concrete pipe duct, 300 mm dia, across the road (new construction), extending from drain to drain in cuts and toe of slope to toe of slope in fills, constructing head walls at both ends, providing a minimum fill of granular material over top and sides of RCC pipe as per IRC:98-1997, bedded on a 0.3 m thick layer of granular material free of rock pieces, outer to outer distance of pipe at least half dia of pipe subject to minimum 450 mm in case of double and triple row ducts, joints to be made leak proof, invert level of duct to be above higher than ground level to prevent entry of water and dirt, all as per IRC: 98 - 1997 and approved drawings. (i) Single row for one utility service m 2433.2 2433.2 160.0 False None None False None False 389312.0 0 2828715 91544 None code22 Constructing brick masonry chamber of internal dimension 450x300mm and depth of 600mm (inner dimensions) with modular bricks of CD 75 in cement mortar 1:6, bed concrete 150mm thick with 1:3:6, plastering 12 mm thick with cement mortar 1:4, CC 1:2:4 coping 75mm thk for fixing CI cover & frame etc. excluding the cost of CI frame and cover.. Each 3903.9 3903.9 32.0 False None None False None False 124924.8 0 2828716 91544 None code23 Cutting transverse contraction joints 3 to 4 mm wide and depth 60mm in concrete slab using concrete cutting machine with diamond studded saw within 4-8 hours of casting of bay / slab etc. complete including subsequent widening of the groove 8 to 10 mm. wide at top having depth of 15 mm. as directed by Engineer incharge. m 77.0 77.0 1520.0 False None None False None False 117040.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709059699000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709059699000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709059699000 1 None None ELIGIBILITY It shall be the responsibility of the bidder shall ensure credit of the tender processing fee and EMD in to the respective receiving bank accounts of the e-procurement on or before the last date and time of the bid submission None 1709059742000 0 None None ELIGIBILITY The 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 1709059756000 0 None None ELIGIBILITY EMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection None 1709059771000 0 None None ELIGIBILITY Conditioned tenders will not be accepted None 1709059785000 0 None None ELIGIBILITY The GST, Royalty & Other concerned Taxes will be deducted in works bills as per prevailing government order None 1709059799000 0 None None ELIGIBILITY The Tenderer shall obtain the work done certificate in the prescribed format from the Competent Authority not below the rank of Executive Engineer and scan the Original Certificate and attach the scanned file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical Bids for physical verification None 1709059812000 0 None None ELIGIBILITY The Employer reserves the all rights to accept/ Reject any or/all Tenders and to cancel the tender process at any stage prior to award of the contract without assigning any reason None 1709059823000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing e-procurement portal None 1709059841000 0 None None ELIGIBILITY 1%of bill amount of the successful tenderer will be deducted towards construction worker welfare fund None 1709059853000 0 None None ELIGIBILITY The tenderer should maintain the work during defective liability period of one year None 1709059867000 0 None None ELIGIBILITY All materials required for the work, shall be procured by the tenderer themselves and should be got tested by the quality control from the approved authorities at his own cost before use on work None 1709059885000 0 None None ELIGIBILITY To qualify for award of this contract, each tenderer should furnish qualification information as per section 3 of standard tender document attached to this tender. And satisfactory completion as a prime contractor for at least one single similar nature work to an extent of 50% of the cost of the work.(Scanned copy of the Work done Certificate issued by competent Authority, not below the ranking Executive Engineer should be uploaded.) None 1709059902000 0 None None ELIGIBILITY The item rates quoted shall include cost of royalty charges on construction materials and other taxes as per the rates provided in prevailing cost and conveyance of all materials, curing, watering loading and unloading with all leads &lifts, labor, hire charges of machinery equipments (Except GST). Etc. Complete including incidental charges. All the items shall be executed as per the direction of the engineer-in-charge of the work. None 1709059916000 0 None None ELIGIBILITY Statement indicating (A) the total value of the Civil engineering works executed and payment received in last 5 years (Certified by the charted accountant to be scanned and uploaded) (B) Work performed as a prime contractor on works of similar nature during the last 5 years (Scanned copy of the work done certificate issued be Competent Authority of rank not less than Executive Engineer should be uploaded) necessary details shall be uploaded as per the respective formats furnished along with the qualification information. None 1709059932000 0 None None ELIGIBILITY To qualify for award of this contract, the Financial turn over for each tenderer in its name should have in the last Five years i.e. 2019-20, 2020-21 , 2021-22 ,2022-23 &2023-24 achieved in at least two financial years minimum financial turn over (In all clause of Civil Engineering Construction work) of Please Refer E-Procurement portal (not less than 2 times of cost under this contract) submit the scanned copy of the profit & loss statement indicating the contract receipts certified by the chartered account. Upload Turnover certificate which showing the 5 years turnover and should certified by the chartered account with UDIN Number also None 1709059949000 0 None None ELIGIBILITY Liquid assets and or availability of credit facilities of not less than (Credit lines/ Letters of Credit/ Certificates from Banks) for meeting the fund requirement etc., (usually 30% of the amount put to tender) for all works None 1709059965000 0 None None ELIGIBILITY The contractor should have a valid civil license to execute works in PWD Department and also submit the GST registration copy which shall be valid till this tender opening date. The all above copies of attested certificates should be attached in e-procurement portal None 1709059981000 0 None None ELIGIBILITY Tenders from contractors who have not completed the works in time in any department, and/or having litigation history or financial failures.etc. Will not be considered None 1709059997000 0 None None ELIGIBILITY The Executive Engineer, No.1 Division, KSDB Bangalore has rights to accept or reject any of tenders without giving any reasons None 1709060013000 0 None None ELIGIBILITY The details and other information will be made available in Executive Engineer, No.1 Division KSDB, Bangalore office which can be collected during office hours. And also can see in the tender document None 1709060026000 0 None None ELIGIBILITY The DD/PO for Tender difference amount should also be scanned and uploaded to e-procurement platform before final date and time of closing to upload the details. None 1709060042000 0 None None ELIGIBILITY If the Contractor/Agency intended to quote less than the estimated cost the contractor shall put a DD for the tender difference amount quoted drawn in favor of KSDB A/C Executive Engineer, No.1 Division, KSDB, Bangalore payable at Bangalore from nationalized/scheduled bank. The scan copy of Tender Difference Amount DD only Should be uploaded in e-portal and The Tender Difference Amount DD Should be produced in a date as specified in calendar of events at the office of the undersigned to Account Superintendent. If the contractor fails to produce the Tender Difference Amount in his tender will be disqualified and EMD will be forfeited. The DD for difference amount shall not be accepted after completion of the specified time schedule. This difference amount will be returned after satisfactory completion of work. None 1709060057000 0 None None ELIGIBILITY Rates in BOQ which are except GST & GST will pay to the tendered amount separately None 1709060069000 0 None None ELIGIBILITY Agencies who have not completed Previous works, within the stipulated time, since Three years in any of the Divisions of KSDB will liable to be rejected None 1709060089000 0 None None ELIGIBILITY The Tenderer should visit the proposed site with concern Assistant Executive Engineer and submit the feasibility report regarding completion of works & upload the Site visit letter. The site visit letter failing to comply with these norms will make the tender liable to rejection None 1709060104000 0 None None ELIGIBILITY The Tenderer should have satisfactorily executed Housing Project in Slum areas under Karnataka Slum Development Board as prime contractor None 1709060211000 0 None None ELIGIBILITY Should have completed 500 & above group houses in a single project None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Tenderer or his identified Sub Contractor should possess valid Electrical License for executing building electrificatio works and should have executed similar electrical works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one year None None None None None None Tenderer or his identified Sub Contractor should possess valid license for executing water supply / sanitary engineering works and should have executed similar works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one year None None None None None None Owning the following key and critical equipment for this work (xxxx, xxxx, xxxx) None None None None None None Total value of civl engineering works executed and payments received in the last five years (year-wise) None None None None None None List of existing commitments and ongoing works None None None None None None List of works for which tenders already submitted None None None None None None Banker Details for reference None None None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded None None None None None None Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five years None None None None None None Qualification and experience of the key technical and management personnel in permanent employment with the tenderer and those that are proposed to be deployed on this contract, if awarded None None None None None None List of Financial Resources with Certificates None None None None None None Successfully/ substantially Satisfactorily completed (at least 90% of the contract value), as prime contractor, at least one single similar nature of work of value not less than 50% the value of work put to tender of respective work i.e. Rs. 90.36lakhs Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Executed in any one year the following minimum quantities of work,1)EARTH WORK EXCAVATION-CUM-2541.42,2)PCC/RCC-CUM-876.46,3)TMT Steel-Tonne-19.75 Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Minimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. 361.44 Lakhs) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Liquid assets and /or availability of credit facilities of no less than Rs. 54.21 Lakhs Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList
documentName optional documentTypeText LICENSE COPY CLASS 1PWD True Technical Bid GST REGISTRATION COPY True Technical Bid PAN CARD SCAN COPY True Technical Bid Annual Turnover Certificate MINIMUMUM 2 YEARS OF LAST FIVE YEARS True Technical Bid 30percentage of line of credit letter from bank True Technical Bid ITR FILING,MINIUM 2 YEARS OF LAST FIVE YEARS True Technical Bid BALANCE SHEETS MINIMUM 2 YEARS OF LAST 5 YEARS True Technical Bid profit & loss statement True Technical Bid SIMILAR NATURE WORK DONE CERTIFICATE True Technical Bid BID CAPACITY NOT LESS THAN AMOUNT PUT TO TENDER True Technical Bid profile True Technical Bid difference amount dd scan copy True Technical Bid QUANTITY WISE WORK DONE CERTIFICATE True Technical Bid MACHINARY DETAILS True Technical Bid SITE VISIT LETTER AS PER BID DOCUMENT True Technical Bid Other documents as per bid document True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Other Works Bengaluru Urban None None None NAGARASHWERI NAGENAHALLI KR PURAM None None None None None None tenderAddress
createdTs 1709074313000 version 0 createdDate None modifiedDate None blockNumber NO 55 RISALDAR STREET,GROUND FLOOR,ABHAYA COMPLEX,NO1DIVISION,KSDB,BANGLORE street None city Bangalore state Karnataka pin 560020 tenderRecallDTO None