createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1721915776243 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1250.00 emd 100000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 08-08-2024 17:00:00 tenderQueryClose 01-08-2024 17:00:00 technicalBidOpen 09-08-2024 17:01:00 publishedDate 30-07-2024 20:34:40 publishedByPost CNNL_EE_DIV_HC_YED publishedByUser KPE15752 - S T SREENIVASA bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Sreenivasa S T 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 None mobileNumber 7338590199 tenderSupplierList None tenderSchedule
createdTs 1721915776273 version 4 createdDate None modifiedDate None tenderNumber CNNL/2024-25/IW/WORK_INDENT1895 title Construction of causeway near Nagalapuara under Distributary No.10 Of Nagamanagala Branch Canal description Construction of causeway near Nagalapuara under Distributary No.10 Of Nagamanagala Branch Canal category WORKS categoryText Works ecv 4973829.21 deptName Cauvery Neeravari Nigam Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 5722 locationName CNNL HC Div Yediyur provisionalAmount 5000000.0 groupOverheadTotal 0.0 fileNumber CNNL/4701/23-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1721915776000 0 None None Irrigation and Other Works Construction of causeway near Nagalapuara under Distributary No.10 Of Nagamanagala Branch Canal 4973829.21
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3624363 131680 None SR 23-24Vol 3 PGNo 09 I.No 2.5 ii b) 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 thicknessb In area of (b) thorny jungle 100 Sqm 599.68 599.68 97.8 False None None False None False 58648.704 0 3624364 131680 None SR-2023-24 Vol 4Page No 105 I.No 8.25.1) Removing and hauling all kinds of soil / soft rock including boulders upto 0.6 m diameter slipped due to natural causes and disposing off the same in specified dump area or as directed by mechanical means including cost of all materials, machinery, labour, rampways and all other ancillary operations complete Cum 132.57 132.57 5565.0 False None None False None False 737752.05 0 3624365 131680 None SR-2023-24, Volume 1, Page No 08, I.No 1.14.1) 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 ordinary/soft rock without blasting upto 1.5 m depth Cum 449.76 449.76 105.8 False None None False None False 47584.608 0 3624366 131680 None SR-2023-24, Volume 3, Page No 163, I.No 17c) 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 Each 126.38 126.38 105.8 False None None False None False 13371.004 0 3624367 131680 None SR-2023-24, Volume 1, Page No 08, I.No 1.15.1) Providing and laying in position Cement Concrete for levelling course forall works in foundation. The granite/ trap/ basalt crushed graded coarseaggregates 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 machinery, curing, and all the other appurtenances required to complete the work as per technical specificationsMix 1:3:6 Using 40 mm nominal size graded crushed coarse aggregates Cum 7420.37 7420.37 34.8 False None None False None False 258228.876 0 3624368 131680 None SR-2023-24, Volume 1, Page No 18, I.No 2.11h) Supplying, Fitting and Placing TMT Fe 500 & above ReinforceSupplying, 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.All other type of structures (I no 2.11 (h) page no 18 of Volume-I Common SR 2023-24)ment in Foundation / Substructure / Superstructure complete as per Drawing and Technical Specifications. Tonne 97894.63 97894.63 2.87 False None None False None False 280957.5881 0 3624369 131680 None SR-2023-24, Volume 1, Page No 16, I.No 2.4.2) 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) 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 7834.2 7834.2 225.5 False None None False None False 1766612.1 0 3624370 131680 None SR-2023-24, Volume 3, Page No 146, I.No 16.15a) Providing and laying Reinforced Cement Concrete Pipe NP3 as per design in Single row Providing and laying reinforced cement concrete pipe NP3 for culverts on first class bedding of granular material in single row including fixing collar with cement mortar 1:2 but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets Clause 1101.6 1200mm dia Cum 10438.58 10438.58 50.0 False None None False None False 521929.0 0 3624371 131680 None SR-2023-24, Volume 1, Page No 07, I.No 1.8) 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 Cum 587.29 587.29 439.89 False None None False None False 258342.9981 0 3624372 131680 None SR-2023-24, Volume 3, Page No 23, I.No 4.1v) Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 For Grading -V Material Cum 2922.8 2922.8 59.4 False None None False None False 173614.32 0 3624373 131680 None SR-2023-24, Volume 3, Page No 149, I.No 16.28) Providing 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, 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. Cum 8368.21 8368.21 59.4 False None None False None False 497071.674 0 3624374 131680 None SR-2023-24, Volume 3, Page No 117, I.No 12.3B) Back filling behind abutment, wing wall and return wall complete including compaction as per drawing and Technical Specification etc., Complete with all lead and lifts as directed by EIC of Work A. Granular material Cum 1447.15 1447.15 126.0 False None None False None False 182340.9 0 3624375 131680 None SR-2023-24, Volume 3, Page No 67, I.No 8.18) Reinforced cement concrete M15 grade boundary pillars of standard design as per IRC:25, fixed in position including finishing and lettering but excluding painting Each 926.77 926.77 40.0 False None None False None False 37070.8 0 3624376 131680 None SR-2023-24, Volume 4, Page No 54, I.No 3.44.1) Providing and constructing dry size stone pitching using 200 to 250 mm size stones with pin headers at 2 per m2 using stones and stone chips from approved source including cost of cost of all materials, labour, hand packing / wedging stone chips into joints, finishing and all other ancillary operations complete. (300 mm thick) Sqm 480.73 480.73 92.0 False None None False None False 44227.16 0 3624377 131680 None SR-2023-24, Volume 1, Page No 08, I.No 1.15.1) forwork for levelling coarse Cum 222.61 222.61 34.8 False None None False None False 7746.828 0 3624378 131680 None SR-2023-24, Volume 1, Page No16 I.No 2.4.2) formwork for m20 Cum 391.71 391.71 225.5 False None None False None False 88330.605 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1721915777000 1 None None ELIGIBILITY The tenders should be submitted in two electronic documents.a)COVER I(Technical Bid) shall contain the following documents.b)A copy of certificate of registration issued by KPWD. None 1721915777000 1 None None ELIGIBILITY The Intending bidders / tenderers are advised to visit the site of work and also access the tender documents well in advance None 1721915777000 1 None None ELIGIBILITY Conditional tenders will not be accepted None 1721915777000 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 e-Procurement on or before the last date and time of bid submission. None 1721915777000 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 1722256982000 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 1722256994000 0 None None ELIGIBILITY The TENDER PROCEESING FEE will not be refunded None 1722257008000 0 None None ELIGIBILITY The employer is not responsible for any delay in accessing Karnataka public Portal None 1722257022000 0 None None ELIGIBILITY All the formats prescribed in the bid document shall be filled by the bidders in a complete manner. Incomplete formats may constitute sufficient reason at the discretion of CNNL for rejection of the bid None 1722257037000 0 None None ELIGIBILITY All scanned documents to be uploaded shall be in original and the Executive Engineer will verify the original documents at any stage before recommending for approval. Bidders should produce their original documents for verification during office hours related to uploaded documents in Karnataka public procurement portal immediately after opening of technical Bid None 1722257050000 0 None None ELIGIBILITY Further particulars, if any, required by the bidders can be had from the office of the Executive Engineer, H.C. Division, Yediyur during office hours on all working days. It may be noted that if any of the calendar of any event mentioned above happen to be General Holiday / Declared holiday, the next working day will hold good for the respective events None 1722257065000 0 None None ELIGIBILITY The intending bidders should note that, if any of the lands (either in part/parts or in whole) required for the work is not yet acquired by the Nigama, it shall be the responsibility of the successful bidderto take possession of such land by consent of the owners before commencement of work at no extra cost to the Nigam and no claims whatsoever relating to non-availability of land would be entertained None 1722257078000 0 None None ELIGIBILITY Defect liability period will be 03 years from the date of completion of entire work and 1 years for Sl no 08 from the date of completion of entire work None 1722257090000 0 None None ELIGIBILITY Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Karnataka None 1722257104000 0 None None ELIGIBILITY The Tenderer should furnish the Name of the individual / firm/ Company with address and telephone number with place of registration, year of incorporation etc None 1722257115000 0 None None ELIGIBILITY The application made by the firm / company shall be signed by a person holding the power of attorney, in which case the Tenderer should furnish a copy of power of attorney signed by the board of directors in Karnataka Public portal along with their bid. None 1722257127000 0 None None ELIGIBILITY The scanned signature of the bidders / authorized representatives of the bidders shall be attached while uploading the Bid document None 1722257141000 0 None None ELIGIBILITY Necessary certificates should be signed by an officer not below the rank of the Executive Engineer or equivalent competent authority and should be countersigned by the superior officer not below the rank of Superintending Engineer or equivalent competent authority None 1722257157000 0 None None ELIGIBILITY The intending Bidder/firm/company should furnish list of man power available with him for taking up above work None 1722257175000 0 None None ELIGIBILITY The intending Bidder/firm/company shall provide accurate information on the related form about any litigation or Arbitration resulting from contracts completed or ongoing under its execution over the last five years. The consisting history of awards against the tenderer may result in failure of the application None 1722257186000 0 None None ELIGIBILITY Tenderer should furnish a copy of the Income Tax Return for the preceding five financial year (2019-20 to 2023-24) None 1722257202000 0 None None ELIGIBILITY The intending Bidder/firm/company shall provide the audited balance sheets or other financial statements acceptable to the employer for the last five years (2019-20 to 2023-24) and must demonstrate the current soundness of the applicants financial position and indicate its prospective long term profitability. If deemed necessary the employer shall have the authority to make enquiries with the applicants bankers. None 1722257217000 0 None None ELIGIBILITY The Tenderer should furnish a valid copy of GST Registration Certificate along with updated GST clearance copies None 1722257230000 0 None None ELIGIBILITY The intending bidders are advised to visit the site of work before before submitting the tenders None 1722257244000 0 None None ELIGIBILITY Royalty Recovery from the contractors bill will be made as per Government Circular Dt:-03.07.2020 & further any Orders/Circulars issued by Government of Karnataka from time to time. None 1722257264000 0 None None ELIGIBILITY The bidders should follow the instructions issued in the circular Dated:07/11/2023 of the Mines and Geology department regarding procurement of material from the licensed mines contractor. Any violation in this regard action will be taken as per the circular. None 1722257279000 0 None None ELIGIBILITY The rates quoted by the contractor must be including GST. The contractor is also required to pay quarry Fees, Royalties, Dues levied by the state Government or any Local body or an authority and ground rent, if any, charged by the Executive Engineer for stacking materials. No Extra Payment on this account will be made to the contractor. None 1722257296000 0 None None ELIGIBILITY Applicable GST will be paid separately & GST will be deducted as per the prevailing Government Orders from time to time. None 1722257313000 0 None None ELIGIBILITY Increase in GST shall not be paid in 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 1722257335000 0 None None ELIGIBILITY Materials required for the work shall be procured by the Contractor themselves and should get the same tested by the quality control authority of CNNL before use in this work.The work includes all lead and lift / de lift and work shall be carried out as per instruction of engineer-in-charge of the work. And all the specification as per Indian road congress and all relevant Indian codes. The rate for the specifications in the Schedule-B includes all lead and lift, irrespective of distance and height. No extra claim will be entertained for additional lead and lifts. None 1722257894000 0 None None ELIGIBILITY The intending bidder/firm/Company is advised to inspect the site in detail before participating in the tender None 1722257945000 0 None None ELIGIBILITY Performance security:Within 20 days of receipt of the letter of acceptance, successful tenderer shall deliver to the employer a security deposit for an amount equivalent to 5.00% of the contract price & additional performance security for unbalanced tenders if quoted below in accordance with the clauses of the concerned tender document.Successful bidder should execute work agreement within 20 days from the date of issue of Letter of acceptance, failing which his tender will be cancelled & EMD will be forfeited.If the rate (s) quoted by Tenderer for any item (s) of work is / are above 125% of the estimated rates, then the amount over and above 125% will be withheld during the progress of work None 1722257961000 0 None None ELIGIBILITY Security Deposit Will be released after the completion of the defect liability period None 1722257980000 0 None None ELIGIBILITY Building and other construction workers welfare cess: The contractor shall subscribe 1.00% of gross amount of each bill payable to him in respect of contract to the building and other construction workers welfare cess as per GO No: LD 300 LET 2006, Bangalore, dated: 18-01-2007. The amount of subscription will be recovered out of payable amount to him in each bill. This component is deemed to have been included in the quoted rate / Item rate None 1722257991000 0 None None ELIGIBILITY Successful Bidder should submit the PERT Chart at the time of Execution of Agreement& should adhere to the accepted programme submitted by him under any circumstances without linking to the pending payment of the work None 1722257999000 0 None None ELIGIBILITY Tendering by the joint venture will not be permitted None 1722258015000 0 None None ELIGIBILITY Sub leasing /subcontracting in any form is prohibited. Bids of bidders with track record of Subleasing/subcontracting are liable for rejection None 1722262487000 0 None None ELIGIBILITY The intending bidders shall visit the site, identify the quarries, ascertain availability for the quantity and quality of the materials required for he work and shall quote his rates accordingly. No extra claim whatsoever will be entertained in this regard None 1722262512000 0 None None ELIGIBILITY All precautions should be taken by the contractor so that there are no damages to such public/private properties& to avoid any damage to the utilities during excavation as well as utility shifting None 1722262521000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act. None 1722262530000 0 None None ELIGIBILITY Contractor should adhere to HSE (Health Safety Environment) policy applicable for similar projects None 1722262544000 0 None None ELIGIBILITY Contractor to that extent should submit HSE document defining all the procedure including the policies before execution of the project None 1722262557000 0 None None ELIGIBILITY Contractor 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 1722262571000 0 None None ELIGIBILITY The intending bidders should inspect & get confirm regarding availability of materials and has to make own arrangements to get the construction materials. There is no extra claims will be entertained from Nigam None 1722262582000 0 None None ELIGIBILITY Uploading of NSIC Certificate or Other certificate for relaxation of EMD Payment is not accepted as per government Order Dated 26.03.2019 None 1722262590000 0 None None ELIGIBILITY CNNL reserves the right of rejecting all or any of the tenders without assigning any reasons None 1722262598000 0 None None ELIGIBILITY Typo graphical errors if any will not be the ground for any claims by the contractor. None 1722262612000 0 None None ELIGIBILITY Tenders shall remain valid for a period not less than ninety days after the deadline date for tender submission& earnest money deposit for the tender shall be valid for 45 days beyond the validity of the tender None 1722262627000 0 None None ELIGIBILITY Participating tenderers should get Site inspection letters from concerned Assistant Executive Engineers None 1722262636000 0 None None ELIGIBILITY The undersigned reserves the right to either postpone or to cancel the entire process of tender None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Bidder should be registered Civil Contractor of KPWD of Class III and above Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None The intending bidder/firm/company should have Mandatorily satisfactorily completed 90% of work individually executed as prime contractor, for construction of causeway/construction of CD works for value Rs.25.00 lakhs (50% of the cost of work) during the last five financial years from 2019-20 to 2023-24. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None 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 equa to (AxNx2.5 - B)Where,A equal to Maximum value of civil engineering works Executed in anyone year during the last five years (updated to 2024-25 price level) taking into account the completed as well as works in progress.N equal to Number of years prescribed for completion of the works for which tenders are invited equal to 3/12equal to 0.25 Years B equal to Value, at 2024-25 price level, of existing commitments and on-going works to be completed during the next N equal to 3/12 equal to 0.25 Years (Period of completion of the works for which tenders are invited) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Bid capacity None None None None Audited balance sheets and Turnover certificate for the preceding 5 years (2019-20 to 2023-24) mentioning UDIN number should be uploaded. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Income tax returns for the year 2019-20 to 2023-24 and GST Registration certificate should be furnished Financial Status None
createdTs version createdDate modifiedDate documentName None None None None ITR Filed Copy (Mentioning PAN) None None None None GST Registration None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e. 2019-20 to 2022-23.a) The intending bidder should have achieved an average annual financial turnover for an amount equal to amount put to tender or more in any two financial years during the preceding five years. Audited balance sheet certified by the chartered accountant should be enclosed. (Additional weightage at 10% for each year will be given for turn over to bring it to 2024-25 price level).Required Value of Turnover is Rs.50.00 lakhs Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. None None None None a.. Others a..
createdTs version createdDate modifiedDate documentName None None None None Others -- a.. tenderCriterionDocumentList
documentName optional documentTypeText Bidder should be registered Civil Contractor of KPWD of Class III and above True Technical Bid Audited balance sheets and Turnover certificate for the preceding 5 years mentioning UDIN number should be uploaded True Technical Bid Income tax returns for the year 2019-20 to 2023-24 and GST Registration certificate should be furnished True Technical Bid Work done certificates for similar nature of work True Technical Bid Bid capacity calculation and details of work on hands True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Irrigation and Other Works Tumakuru Turuvekere Tumkur TURUVEKERE naglapura None None None None None None tenderAddress None tenderRecallDTO None