createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709485903453 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 2390.00 emd 190436.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 11-03-2024 16:00:00 tenderQueryClose 07-03-2024 16:00:00 technicalBidOpen 12-03-2024 16:30:00 publishedDate 04-03-2024 15:53:59 publishedByPost PWD_EE_DIV_TUM publishedByUser KPE13534 - HEMALATHA R bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 05-03-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson HEMALATHA R splitEmdRequiredYn True emdBankGuarantee 140436.00 emdCash 50000.00 bgValidityPeriod 135 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08162272479 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1709485903488 version 5 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT9548 title Maintenance and Construction of CC Drain And Retaining wall to road from SH-94 Bagepalli Haluguru at ch 105.50 to 112.00 km in Selected Reaches in Tumkur Taluk description Maintenance and Construction of CC Drain And Retaining wall to road from SH-94 Bagepalli Haluguru at ch 105.50 to 112.00 km in Selected Reaches in Tumkur Taluk category WORKS categoryText Works ecv 9521818.04 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn False location 1670 locationName PWD Division Office Tumkuru provisionalAmount 10000000.0 groupOverheadTotal 0.0 fileNumber AEE/PWD/TMK/SD/SH-94/ROAD/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709485903000 0 None None Roads Maintenance and Construction of CC Drain And Retaining wall to road from SH-94 Bagepalli Haluguru at ch 105.50 to 112.00 km in Selected Reaches in Tumkur Taluk 9521818.04
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2898349 95033 None PWD 2023-24 SR Page no 9, I.no. 2.5(b),V3 Clearing and Grubbing Road Land.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: A. In area of Throney jungle ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. 100 Sqm 571.12 571.12 7.5 False None None False None False 4283.4 0 2898350 95033 None PWD 2023-24 SR P.No. 17, I.No. 3.6.V-3 Construction of Subgrade and Earthen Shoulders Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2 ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 581.74 581.74 450.0 False None None False None False 261783.0 0 2898351 95033 None PWD 2023-24 SR P.No. 7, I.No. 1.8.V-1 Construction of Embankment by excavating the available approved Gravel/ Murrum deposited at a place or borrow pits during or prior excavation with all lifts and lead, transportation to site, spreading, grading to required slope and compacting to meet the requirement complete as per specifications, including cost of labour,rolling,water,all materials,usage& all other appurtenaces required to complete the work. ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 559.32 559.32 281.25 False None None False None False 157308.75 0 2898352 95033 None PWD 2023-24 SR P.No. 8, I.No. 1.14.1 V-1 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 ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 120.36 120.36 1247.2 False None None False None False 150112.992 0 2898353 95033 None PWD 2023-24 SR VOLUME-1, P. 15 I No. 2.1.3 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 aggregates ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 7067.02 7067.02 153.4 False None None False None False 1084080.868 0 2898354 95033 None PWD 2023-24 SR VOLUME-1, P. 16 I No. 2.4.2 Providing 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. aggregates M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 7461.14 7461.14 304.28 False None None False None False 2270275.6792 0 2898355 95033 None PWD 2023-24 SR VOLUME-1, P. 15 I No. 2.3.2 Providing and laying in Cement Concrete for all Basement & surface levelworks, return walls, retaining walls, sunken floors etc. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevantIS Codes machine mixed with super plasticisers, laid in layers, well compactedusing needle vibrators, providing weep holes wherever necessary, including alllead & lifts, cost of all materials ofquality,labour, Usage charges of machinery,curing and all other appurtenances required to complete the work as pertechnical specifications. ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 7646.4 7646.4 178.0 False None None False None False 1361059.2 0 2898356 95033 None PWD SR 2023-24 Volume-1, P.No. 111, Sl.No. 4 Addendum I Percentage Additionalities for Formwork, Centering & Scaffolding Cement Concrete Drain Walls 35% ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 2611.4 2611.4 295.28 False None None False None False 771094.192 0 2898357 95033 None PWD SR 2023-24 Volume-1, P.No. 111, Sl.No. 4 Addendum I Percentage Additionalities for Formwork, Centering & Scaffolding Deck slab 20% ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 1492.23 1492.23 9.0 False None None False None False 13430.07 0 2898358 95033 None PWD SR 2023-24 Volume-1, P.No. 111, Sl.No. 4 Addendum I Percentage Additionalities for Formwork, Centering & Scaffolding Earth retaining structures 10% ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 764.64 764.64 178.0 False None None False None False 136105.92 0 2898359 95033 None PWD 2023-24 SR P.18 I No.2.11 h V-1 Steel Fabrication 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 ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Tonne 93233.0 93233.0 30.89 False None None False None False 2879967.37 0 2898360 95033 None PWD 2023-24 SR P.No. 117, I.No. 12.4 .V-3 Providing and laying of Filter media with granular materials/ stone crushed aggregates satisfying the requirements laid down in clause 2504.2.2. of MoRTH specifications to a thickness of not less than 600 mm with smaller size towards the soil and bigger size towards the wall and provided over the entire surface behind abutment, wing wall and return wall to the full height compacted to a firm condition complete as per drawing and Technical Specification. ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. Cum 3158.86 3158.86 90.0 False None None False None False 284297.4 0 2898361 95033 None BWSSB 2023-24 SR P.95 I No. 9.1.2 V-5 Providing, laying and jointing HDPE pipes of specified grade and conforming to IS 4984-2016 with latest ammendments and conveying to work site including loading and unloading at both destinations and rolling and lowering into trenches, laying true to line and jointing of pipes and specials with electrofusion welding, giving hydraulic test as per relevant ISS with all lead and lifts including encasing the pipe alround to a depth of not less than 15 cms. with soft gravel or selected earth available from the excation, testing and commissioning. The rate is exclusive of required specials and fittings wherever necessary like saddle Tee, stub ends, flanged sets, bedns, reducers etc. complete (Contractor will make his own arrangements for procuring water for testing) etc. complete. NOTE Upto 110mm dia Coil shall be used. For HDPE PE 80 PN 6.0 HDPE Grade PE80-PN6.0, 75mm dia ---- Item including cost and conveyance of all materials, lead and lift charges loading and unloading charges labour charges all incidental charges hire charges of all machinery and equipment required for successful completion of work etc., complete. The work shall be executed as per standard technical specification and directions of Engineer in charge of the work. m 289.1 289.1 512.0 False None None False None False 148019.2 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709485906000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709485906000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709485906000 0 None None ELIGIBILITY Bidders 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 1709486107000 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 KPPP portal due to internet connectivity issues and technical glitches at bidders end. None 1709486122000 0 None None ELIGIBILITY The employer is not responsible for any delay in accessing KPP Portal. None 1709486134000 0 None None ELIGIBILITY It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of KPP Portal on or before the last date and time of bid submission. EMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection. None 1709486174000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act. Contractors are directed to employ only the labours who are registerd in Labour Department, if the labours are not registerd, they are to be registerd before employing them to the work. As 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 1709486187000 0 None None ELIGIBILITY Contractors PWD Registered Class III and Above can participate in this Tender. None 1709486198000 0 None None ELIGIBILITY All the formats prescribed in the bid document shall be filled by the Tenderer in complete manner other wise it will be rejected. The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Bid document KW -3 None 1709486219000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709486234000 0 None None ELIGIBILITY The 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 1709486248000 0 None None ELIGIBILITY The cost of the Tender processing fee shall not be refundable. None 1709486260000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Govt. orders. None 1709486271000 0 None None ELIGIBILITY All the formats prescribed in the bid document shall be filled by the tenderer in complete manner otherwise it will be rejected. All scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval. None 1709486283000 0 None None ELIGIBILITY The employer reserves the rights to Reject or accept any or all the tenders without assigning any reasons. None 1709486296000 0 None None ELIGIBILITY In 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 1709486311000 0 None None ELIGIBILITY The successful Tenderer shall deliver to the Employer a Security deposit in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced tenders in accordance with Clause 25.5 & 29.1 of ITT and Clause 44 of the Conditions of Contract. None 1709486330000 0 None None ELIGIBILITY Contractor should establish a fully functional laboratory at site at no extra cost in order to carry out all the required tests for the materials being used in the project. None 1709486344000 0 None None ELIGIBILITY Contractor should take all precautions to ensure that no damage is caused to the existing canal CD works and other similar 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 1709486364000 0 None None ELIGIBILITY Contractor should carryout additional test required to test the suitability of materials including borrow area before using the same either as sub-grade or base course materials. None 1709486382000 0 None None ELIGIBILITY All 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. Contractor should indemnify the client to that extent. None 1709486395000 0 None None ELIGIBILITY Formation 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 1709486411000 0 None None ELIGIBILITY Contractor should adhere to HSE 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 1709486421000 0 None None ELIGIBILITY When embankments are constructed disputes arising on account of damages to the existing field / channels, bunds and other private properties, if any, has to be resolved by the contractor. All precautions should be taken by the contractor so that there are no damages to such public private properties. None 1709486439000 0 None None ELIGIBILITY Contractor 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 1709486454000 0 None None ELIGIBILITY The tenderer who quotes amount less than amount put to tender should pay difference amount in the form of FDR purchased through any nationalized bank payable at Tumkur only in favor The Executive Engineer at the time of execution of the tender agreement. None 1709486484000 0 None None ELIGIBILITY Note:- If any postponement of receipt date of tender, the same will be published in the KPP Portal portal. None 1709486499000 0 None None ELIGIBILITY All the originals of uploaded documents in KPP portal should be produced within 7 working days from the date of opening of Technical Bid at the Division Office, failing which the tender is liable for rejection. No separate communication will be made in this regard, failing which action will be taken as per tender conditions and registration rules. None 1709486511000 0 None None ELIGIBILITY Further particulars, if any, required by the Contractor can be had from the office of the Executive Engineer, PWD, Division, Tumkur during office hours on all working days None 1709486522000 0 None None ELIGIBILITY The 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 1709486532000 0 None None ELIGIBILITY The returns submitted to the I.T. along with the Profit and Loss account statement should be uploaded for the financial turnover criteria attested by Chartered Accountant. The Turnover certificate should be obtained from the Chartered Accountant having UDIN number, if failed to satisfy the condition the tender will be Rejected None 1709486542000 0 None None ELIGIBILITY The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents KW-3 K.P.W.D. and further orders there on. None 1709486556000 0 None None ELIGIBILITY Contractor should execute the project with least impact to the environment especially during Cement concrete work. None 1709486568000 0 None None ELIGIBILITY Materials like bitumen, steel, cement etc., required for the work shall be procured by the tenderer and should get it tested by the quality control authority before using it for the work at their own cost. None 1709486579000 0 None None ELIGIBILITY Line of Credit for the stipulated amount should be submitted in the format as prescribed in the bid document only. Otherwise tender is liable for rejection. None 1709486598000 0 None None ELIGIBILITY MSME and NSIC Certificates are not valid as EMD payment as per GO.295/2019/ Dt. 26-03-2019. None 1709486641000 0 None None ELIGIBILITY The tenderer should maintain the executed works during the defective liability period for 01 year. None 1709487283000 0 None None ELIGIBILITY The rates and amount put to tender are inclusive of GST, Hence GST will not be paid separately over the quoted amount. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Minimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs) None None None None None None Satisfactoriy completed (atleast 90%) as prime contractor at-least one such similar work of value not less than Rs. xxxxxxx (80% of estimated cost of tender) None None None None None None Executed in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction) None None 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 Liquid assets and /or availability of credit facilities of no less than Rs. xxxxxx Lakhs (estimated cash flow for 3 months of peak construction period) 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 3.2 c. executed in any one year, the following minimum 80% quantities of work:1)EWE/Embankment/Subgrade/Earthen Shoulders in Cum-1582.76 2) PCC/RCC in Cum- 508.54 3) TMT Steel in MT- 24.71 Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None 3.2 b. To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e. 2018-19 to 2022-23 satisfactorily completed (at least 50% of the contract value), as prime contractor, at least one similar nature of work of value not less than Rs.47.61 Lakhs (Past experience ) Certified duly by the 0fficer not below the rank of Executive Engineer Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None 3.6 Tenderers who meet the above specified minimum qualifying criteria, will only be qualified if their available tender capacity is more than the total tender value. The available tender capacity will be calculated as under Assessed available tender capacity (A X N X 2.5 - B)where A-Maximum value of civil engineering works executed in any one year during the last five years(updated to 2023-24 price level) taking into account the completed as well as works in progress. N-Number of years prescribed for completion of the works for which tenders are invited.B- Value, at 2023-24 price level,of existing commitments and on-going works to be completed during the next 6 months (period of completion of the works for which Tenders are invited) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None 3.1All Tenderers shall provide the requested information accurately and in sufficient detail in Section 3 Qualification information. 1.To qualify for award of this contract,each Tenderer in its name should have in the last five years i.e. 2018-19 to 2022-23 achieved in at least two financial years an average of minimum financial turnover(in all classes of civil engineering construction works only) of Rs.95.22 Lakhs Financial Status(Certificate from CA with UDIN Number,if Failed to satisfy the condition tender will be rejected) 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 not less than Rs 28.56 Lakhs Credit lines/ letter of credit/ certificates from Nationalized / Scheduled banks banks not less than 3 (Three months ) months old from the date of Tendering for meeting the fund requirement etc (Unconditional Line of Credit) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate True Technical Bid PWD Registration Certificate True Technical Bid Work Done certificate True Technical Bid Line of Credit True Technical Bid Bid Capacity as per Bid Document True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1709488223000 version 0 createdDate None modifiedDate None blockNumber Pwd Division Office Tumkur street None city Tumkur state Karnataka pin 572101 tenderRecallDTO None