createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709193772375
version9
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd984000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose12-03-2024 16:00:00
tenderQueryClose07-03-2024 16:00:00
technicalBidOpen13-03-2024 16:30:00
publishedDate05-03-2024 10:45:28
publishedByPostPWD_EE_DIV_KPL
publishedByUserKPE15981 - P HEMANTHARAJ
bidValidityPeriod90
noOfCalls2
preBidMeetingDate05-03-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnTrue
percentageRateTypeTextNone
contactPersonP Hemantharaj
splitEmdRequiredYnTrue
emdBankGuarantee884000.00
emdCash100000.00
bgValidityPeriod135
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08539222318
mobileNumber9148334144
tenderSupplierListNone
tenderSchedule
createdTs1709193772377
version15
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT8662/CALL-2
titleConstruction of cc road and drains in Kavaloor, Gudigera, Haidarnagar, Muralapura, Ghataraddihaala, Raghunathalli, Kampli, Kesalapura, Halavagali, Bochanahalli, Tigari, Bairapura, Hanakunti, Moranal, Beluru, Dambralli, Bisaralli, Bikanalli, Handral, Budhihal, Katralli, Dadegal, Mangalapur, Kolur, Horatatnal, Kasanakandi-Timmappanamatti, Gunnalli villages in Koppal taluka Koppal dist.
descriptionConstruction of cc road and drains in Kavaloor, Gudigera, Haidarnagar, Muralapura, Ghataraddihaala, Raghunathalli, Kampli, Kesalapura, Halavagali, Bochanahalli, Tigari, Bairapura, Hanakunti, Moranal, Beluru, Dambralli, Bisaralli, Bikanalli, Handral, Budhihal, Katralli, Dadegal, Mangalapur, Kolur, Horatatnal, Kasanakandi-Timmappanamatti, Gunnalli villages in Koppal taluka Koppal dist.
categoryWORKS
categoryTextWorks
ecv65538107.32
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1696
locationNamePWD Division Office Koppala
provisionalAmount78000000.0
groupOverheadTotal0.0
fileNumberKPWD/2023-24/RD/KKRDB
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17091937720000NoneNoneRoadsConstruction of cc road and drains in Kavaloor, Gudigera, Haidarnagar, Muralapura, Ghataraddihaala, Raghunathalli, Kampli, Kesalapura, Halavagali, Bochanahalli, Tigari, Bairapura, Hanakunti, Moranal, Beluru, Dambralli, Bisaralli, Bikanalli, Handral, Budhihal, Katralli, Dadegal, Mangalapur, Kolur, Horatatnal, Kasanakandi-Timmappanamatti, Gunnalli villages in Koppal taluka Koppal dist.65538107.32
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
285929292877None3.7Loosening, leveling and Compacting original round supporting embankment to facilitate lacement 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 nimum dry density as given in Table 300-2 for mbankment construction Cum110.25110.252854.65FalseNoneNoneFalseNoneFalse314725.16250
285929392877None1.14.1Earth 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 Cum107.1107.13577.5FalseNoneNoneFalseNoneFalse383150.250
285929492877None3.6Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, preading, grading to required slope and compacted to meet requirement of table No. 300-2 Cum517.65517.651713.75FalseNoneNoneFalseNoneFalse887122.68750
285929592877None3.14.1Supplying and laying at site Factory made perforated hard HDPE subsoil drainage pipes pre-wrapped with 150 gsm Geotextile for subsoil drainage system including all necessary coupling/ fittings for joints & back filling with aggregates. he pipe shall be manufactured from High Density Polyethylene (HDPE). It shall be extruded into an open lattice wall structure, with 60% of the circumference consisting of open area and a 30% solid area along the nvert.The product should satisfy the following parameters as below 1. Ring Stiffness as per ISO 9969: 2016 should be 0.8 kN/m2 2. Resistance to Acid with 3% HCl for 24 hrs without mass loss, change in colour, softening, cracking or spalling. 3. Resistance to Alkali with 3% KOH for 24 hrs ithout without mass loss, change in colour, oftening, cracking or spalling.(Excavated material to be utlised in roadway at site) 110mm dia HDPE pipe m1129.81129.8105.0FalseNoneNoneFalseNoneFalse118629.00
285929692877None4.2(B)(V))Construction of Granular Sub-Base of required grading as per design spreading in uniform layers with motor grader on prepared surface mixing by mix in place method with front end loader at OMC and compacting with vibratory roller to achieve the desired density, complete as per clause 401 Cum2476.952476.953095.6FalseNoneNoneFalseNoneFalse7667646.420
285929792877None6.1Construction of dry lean cement concrete Sub- base over a prepared sub-grade with coarse and fine aggregate conforming to IS: 383, the size of coarse aggregate not exceeding 25 mm, aggregate cement ratio not to exceed 14:1, aggregate gradation after blending to be as per table 600-1, cement content not to be less than 140 kg/ m3 , optimum moisture content to be determined during trial length construction, concrete strength not to be less than 7 Mpa at 7 days, mixed in a batching plant, transported to site, laid with a paver with electronic sensor, compacting with 8-10 t vibratory roller, finishing and curingCum5166.05166.03095.6FalseNoneNoneFalseNoneFalse15991869.60
285929892877None16.28Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:383:2016:, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, primer, sealant, curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work Cum7091.77091.74643.4FalseNoneNoneFalseNoneFalse32929599.780
285929992877None8.54Providing and fixing board displaying information, such as 'Name of work, Tender cost, Name of Contractor, Work completion and liability period etc', having rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm) thick mild steel sheet painted with one coat of Zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamel on back side and border / messages / symbols etc. with approved colour shade paint complete, on M.S.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of size 35mmx35mmx3mm duly painted including Two M.S. angle iron posts of ize 65 mm x 65 mm x 6 mm, 3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete. Spec. No. As directed by Engineer in Charge & MoRTH specification 804 No.9450.09450.029.0FalseNoneNoneFalseNoneFalse274050.00
285930092877None1.17.1Earth 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 m Cum275.1275.11817.4FalseNoneNoneFalseNoneFalse499966.740
285930192877None1.4.1Providing and laying in position 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 xceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all aterials of quality, labour, Usage charges of machinery, curing, and all the other ppurtenances required to complete the work as per technical specifications. Mix 1:4:8 Using 40 mm nominal size graded crushed coarse aggregates Cum5947.25947.2128.15FalseNoneNoneFalseNoneFalse762133.680
285930292877None2.4.2Providing 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, ncluding 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. Cum6639.156639.15525.82FalseNoneNoneFalseNoneFalse3490997.8530
285930392877None4.0Addendum I Percentage Additionalities for Formwork, Centering & Scaffolding Cement Concrete Drain Wall (35%) Cum2323.72323.7525.82FalseNoneNoneFalseNoneFalse1221847.9340
285930492877None2.11 (h)Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all aterials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ncilary operations complete as per drawing and technical specification All other type of structures Tonne82961.5582961.5512.01FalseNoneNoneFalseNoneFalse996368.21550
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17091937720000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17091937720000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17091937720000NoneNoneELIGIBILITYBidders shall ensure upload of relevant document certifying his/her status as Scheduled Caste/ Scheduled Tribe/other reserved category as prescribed in the tender document.None
17091937720000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17091937720000NoneNoneELIGIBILITYBidder 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
17091937720000NoneNoneELIGIBILITYThe agency shall furnish affidavit stating that existing commitments furnished by him are true. If found falls action shall be taken as per rules.None
17091937720000NoneNoneELIGIBILITYThe bidder shall bear all costs associated with the preparation and submission of each tender and the employer will in no case be responsible and liable for those costs. The department is not responsible for any delay in accessing KPP portal.None
17091937720000NoneNoneELIGIBILITYAs per Karnataka State Government order No.LD/300/LET/2006 Bangalore Dated 01.01.2007 and Government Letter No.PW/134/BMS/2007 Dated 27.7.2007, a sum amounting to 1%of the bill amount will be deducted towards Construction Labour Welfare fund.None
17091937720000NoneNoneELIGIBILITYThe Employer reserves the right to reject any or all Tenders without assigning any reason.None
17091937720000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17091937720000NoneNoneELIGIBILITYFinancial Year will be reckoned as the period between first day of April and Thirty first day of March of succeeding year. (both days inclusive)None
17091937720000NoneNoneELIGIBILITYThe Item Rates quoted shall include cost of Royalty charges on constructive materials & other taxes as per the prevailing Government Orders at the time of execution and including cost and conveyance of all materials, curing, loading and unloading, with all leads & lifts, labour, hire charges of all machineries & equipments and all incidental charges etc., complete necessary for completion of work. All the Items shall be executed as directed by the Engineer-in-charge of the work.None
17091937720000NoneNoneELIGIBILITYThe Tenderer shall obtain the required work done certificates from the Competent Authority not below the rank of Executive Engineer or equivalent. And scan the original certificates 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 verificationNone
17091937720000NoneNoneELIGIBILITYTenderer shall note that the Tenders of those found Eligible as mentioned in Clause 3 -Qualification of the Tenderer in Section 2: Instructions to Tenderers (ITT), will only be considered for evaluation.None
17091937720000NoneNoneELIGIBILITYThe 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 KPPP portal due to internet connectivity issues and technical glitches at bidders end.None
17091937720000NoneNoneELIGIBILITYThe tenderer shall furnish required information in all prescribed formats. Scan & upload all the original documents/Formats required for this bid to the KPPP portal. The Original documents/ Formats shall be produced at the time of opening of technical bid for physical verification.None
17091937720000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents shall also be up loaded in the tasks created under Document/ Evidence required from the bidderNone
17091937720000NoneNoneELIGIBILITYAll materials required for this work shall be procured by the bidder himself and should got tested by the quality control authorities at his own cost before use on the work.None
17091937720000NoneNoneELIGIBILITYThe intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the standard bid document KW4 KPWD and further orders theronNone
17091937720000NoneNoneELIGIBILITYThe KPWD Code, KTTP Act/ Rules, Delegation of powers and other Government orders issued by Government from time to time will apply.None
17091937720000NoneNoneELIGIBILITYIf the office happens to be closed on the dates notified, next working day will holds good.None
17091937720000NoneNoneELIGIBILITYThe field laboratory shall preferably locate, adjacent to the site with the required amenity as per the clause. Failing which 1% of the amount of work done will be penalizedNone
17091937720000NoneNoneELIGIBILITYIf undue delay caused by the contractor, the progressive damages caused to road will be assessed and make good at the cost and risk of the contractor. In addition, suitable action will be initiated against the contractor for the damage occurred during the undue delay period in accordance with the Karnataka Highway act 1964.None
17091937720000NoneNoneELIGIBILITYAll safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity till completion. Contractor should indemnify the client to that extent.None
17091937720000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labour act and applicable any law as concerned.None
17091937720000NoneNoneELIGIBILITY18%GST shall be paid to the tendered amount separately.None
17091937720000NoneNoneELIGIBILITYThe increase in GST shall not be paid 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 timeNone
17091937720000NoneNoneELIGIBILITYAny dispute or difference or claim arising out of, or in connection with, or relating to the present contract or the breach, termination or invalidity thereof shall be referred and settled under the Arbitration Centre - Karnataka (Domestic & International) Rules 2012, by one or more arbitrators appointed in accordance with its rulesNone
17091937720000NoneNoneELIGIBILITYThe tenderers shall note that as per the Government Order No.FD/850/ EXP-12/15 dated 29-12-2015 and GO No.FD/130/EXP-12/15 dated 8-9-2015 & GO no 850-12/15 Dated 15-12-2016 the exemption from payment of EMD for Micro and small enterprises registered with NSIC under single point vendor registration scheme is applicable only for purchases, but not for works.None
17091937720000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labour act and applicable any other law as concerned to work. In case of any mishap, accidents are cause of death it is the duty of the contractor to settle the dispute at is own cost. In no way department is held responsibleNone
17091937720000NoneNoneELIGIBILITYconstruction materials (Minerals Metal, Sand and Murum, etc.,) shall be bought from the authorized quarries along with the mineral dispatch permit or else 5 times the royalty will be deducted as penalty as per the Directions on the Director, Mines and Geology Department Bangalore Proceedings Dated 25-03-2013.None
17091937720000NoneNoneELIGIBILITYThe defect liability period is one (1) years from the date of actual completion of workNone
17091937720000NoneNoneELIGIBILITYFinancial turn over and Financial commitments of previous years shall be given weight age of 10% per year to bring them to the price level of 2023-24 in the technical qualification criteria.None
17091937720000NoneNoneELIGIBILITYAs per Govt circular no GO-FD/AE 263/EXP12-2022 dt-11-05-2022, this clause for owning key equipments for works costing up to Rs.3.00 crores is exempted. However it is obligatory for the contractor to use the required machineries for various activities involved in construction as per MORTH specificationNone
17091937720000NoneNoneELIGIBILITYThe tender period for completion of work is (11) Calendar months. (Including monsoon period)elevenNone
17091937720000NoneNoneELIGIBILITYThe tenderer has to quote the rates are exclusive of GST and As per Government CIRCULAR NO:FD/447/EXPENDITURENone
17091937720000NoneNoneELIGIBILITYEstimate rates are excluding GST and the prevailing GST 18 percent of APT is added in the form of Lumpsum in santioned estimate as per the guidelines in common SR 2021-22 GO PWD51 RDF 2019 Bengaluru dt 18-03-2022. Therefore, APT or ECV is excluding GST. In kppp portal there is no option to add GST separately over and above APT during DTSprocess. Hence even through the tender has been invited by opting for the INCLUSIVE option, the item wise rates do not include GST. Hence GST will be paid separately for the quoted amount as per the Govt. circular no FD/447/expenditur /12/2022/dt -30-07-2022. Therefore GST declaration certificate must be uploaded mandatorily by the prospective bidders.None
17091937720000NoneNoneELIGIBILITYAll necessary arrangements shall be made and precaution taken to prevent completely or partially, damage to the structure or labours / employees during construction period. (As per recent Labour Act) Contractor shall be fully responsible for any damage to the structure during the construction and maintainance period.Any damage caused due to any reasons shall be rectified / replaced at his own cost as per the direction of Engineer in charge. Nothing shall be payable by the Department on account of inclusive of all such arrangements/ precautions work needed.None
17091937720000NoneNoneELIGIBILITYAbove Tender amount will not be given.None
17091937720000NoneNoneELIGIBILITYThe Earnest Money Deposit Rs.9,84,000.00- through KPPP portal OR it shall be in two parts. Part (1) Rs. 1,00,000.00 through KPPP portal under any one of the option(CC/DD/NEFT/OTC) and Part (2) Balance EMD of Rs. 8,84,000.00 shall be in favour of the Executive Engineer, PWD Division Koppal, in the form of Bank Guarantee in the prescribed format obtained from any Nationalized/Scheduled Bank. The scanned copy of the original Part(2) EMD should be uploaded along with the Technical bid. The part (2) of the EMD shall be delivered to the Executive Engineer before the prescribed Date and time of opening of the Technical BidsNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTenderer 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 yearNoneNone
NoneNoneNoneNoneTenderer 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 yearNoneNone
NoneNoneNoneNoneOwning the following key and critical equipment for this work (xxxx, xxxx, xxxx)NoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneList of existing commitments and ongoing worksNoneNone
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
NoneNoneNoneNoneQualification 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 awardedNoneNone
NoneNoneNoneNoneList of Financial Resources with CertificatesNoneNone
NoneNoneNoneNoneSatisfactoriy completed (atleast 50%) as prime contractor at-least one such similar work of value not less than Rs.327.70 lakhs CC Road work( 50% of estimated cost of tender)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneExecuted in any one year the following minimum quantities of work (Earth work 5687.00 Cum GSB 2477.00 Cum Cement Concrete - 6715.00 cum, Steel - 9.61 Mt ) (80% of peak rate of construction)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneMinimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. 1310.78 Lakhs)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneLiquid assets and /or availability of credit facilities of no less than Rs. 178.75 Lakhs (estimated cash flow for 3 months of peak construction period)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateTrueTechnical Bid
Company Registration CertificateTrueTechnical Bid
Reserved Category CertificateFalseTechnical Bid
Small Scale Industries CertificateFalseTechnical Bid
EXISTING COMMITMENTS AND ON-GOING WORKSTrueTechnical Bid
Information on litigation in which the is involvedTrueTechnical Bid
Tender acceptance letters are received.TrueTechnical Bid
submitted Tender. DetailsTrueTechnical Bid
Tippers 4 Nos 2No own 2 No leaseTrueTechnical Bid
Watertanker 4Nos 2 Nos own 2 Nos lease1TrueTechnical Bid
Concrete Batch Mix plant 1 Nos Own / LeaseTrueTechnical Bid
Plate vibrator 2 Nos 1 No Own 1 No LeaseTrueTechnical Bid
Pin vibrator 2Nos 1 No own 1 No LeaseTrueTechnical Bid
Transit Mixer 2 No 1 Own 1 No leaseTrueTechnical Bid
Excavator JCB/Hitachi 2 Nos 1 No Own 1No LeaseTrueTechnical Bid
PWD Registration certificateTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1709195560000
version0
createdDateNone
modifiedDateNone
blockNumberOffice of the Executive Engineer PWD Division Koppal
streetNone
cityKOPPAL
stateKARNATAKA
pin583231
tenderRecallDTONone