Equipping Electrification Systems to Hasanbey Logistics Center

TENDER INFORMATION
TENDER RESPONSIBLE BRANCH OFFICE PLANT AND PORT ORDER BRANCH DIRECTORATE
TENDER OF OFFICE OFFICE MANAGER TAMER ÖZGÖÇ
TENDER ADDRESS CENTER CONSTRUCTION COMMISSION COMMITTEE MEETING HALL
PHONE AND FAX NO 0 312 309 05 15 4139 4409 0 312 311 53 05 XNUMX
ANNEX HISTORY 23 / 12 / 2011
TENDER DATE AND TIME 07 / 02 / 2012 CLOCK: 14,00
500, - TL
TENDER PROCEDURE ON TENDER PROCEDURE
SUBJECT OF THE TENDER
FILE NUMBER 2011 / 206118
ELECTRONIC MAIL ADDRESS malzemesiparis@tcdd.gov.tr

PROPERTIES OF MATERIAL
MATERIAL NAME NUMBER (KG) SPECIFICATION NO

EQUIPMENT OF ELECTRIFICATION SYSTEMS WILL BE DONE
PRESS TO SEE AND DOWNLOAD THE 180 CALENDAR DAY SPECIFICATION

TENDER ANNOUNCEMENT

EQUIPMENT OF ELECTRIFICATION SYSTEMS WILL BE DONE

GENERAL DIRECTORATE OF REPUBLIC OF TURKEY

Construction of Electrification Systems to Hasanbey Logistics Center will be tendered by open tender procedure according to the article 4734 of the Public Procurement Law numbered 19. Detailed Information about the auction can be found down below.

Tender Registration Number:

2011/206118

1 of Administration

a) Address:

TALATPAŞA BULVARI NO: 3 06330 GAR ALTINDAĞ-ANKARA

b) Telephone and fax number:

0 312 309 05 15-4139,4409 - 0 312 311 53 05

c) E-mail Address:

malzeme@tcdd.gov.t is

d) The internet address where the tender document can be seen:

https://ekap.kik.gov.tr/EKAP/

2-Construction work

a) Quality, type and quantity:

Detailed information on the nature, type and quantity of the tender can be found in the administrative specifications contained in the tender document in EKAP (Electronic Public Procurement Platform).

b) Location:

Hasanbey Logistics Center (Eskişehir)

c) Start date:

Within 15 days from the date of signing the contract
work place delivery will start.

d) Duration of work:

180 (one hundred and eighty) calendar days from the delivery of the place.

3- Tender

a) Location:

General Directorate of TCDD Directorate of Materials Department Meeting Room (Room no. 1118) Gar / ANKARA

b) Date and time:

X

  1. Conditions to be taken in the tender and the required documents and criteria to be applied in the assessment of competence:
    4.1. Terms and conditions for participating in the tender:
    4.1.1. The Chamber of Commerce and / or Industry or the Chamber of Tradesmen and Craftsmen or the relevant Chamber of Profession.
    4.1.1.1. In the case of a real person, the certificate of registration, registered in the Chamber of Trade and / or Industry, or the Chamber of Tradesmen or the Chamber of Commerce, which is recorded in the year of the first announcement or tender date,
    4.1.1.2. In the event of being a legal person, the document which indicates that the legal entity is registered to the room from the Chamber of Commerce and / or Industry,
    4.1.2. Signature Declaration or Signature Circular showing that it is authorized to bid.
    4.1.2.1. In case of a real person, then notarized signature Declaration.
    4.1.2.2. In the event that he is a legal person, he shows the last status indicating the persons, members or founders of the legal entity and the officials in charge of the legal entity in accordance with his interest. If the Trade Registry Gazette does not have all of this information in a Trade Registry Gazette, the relevant Trade Registry Gazettes showing them all, or showing them notarized signature circular of legal personality with documents,
    4.1.3. Letter of bid determined in the Administrative Specification.
    4.1.4. Temporary collateral defined in the Administrative Specification.
    The subcontractor can be run with the approval of the administration. However, the whole work cannot be made to subcontractors. The bidders shall submit the list of the works which they intend to make to the subcontractors in the tender subject to the tender.
    4.1.6 If the document submitted by the legal entity to show work experience belongs to his / her partner who has more than half of the legal entity, he / she will be held after the first announcement date by the trade registry offices in the chamber of commerce and industry or by the certified public accountant or the public accountant. and a document indicating that this condition has been retained continuously for the past one year.

4.2. Documents related to economic and financial adequacy and the criteria that these documents should bear:

4.2.1 Documents to be provided from banks:

A bank reference letter showing the unused cash or non-cash loan of banks with the amount to be determined by the tenderer at a rate not less than 10, or the deposits with no restrictions on them.
These criteria can be obtained by collecting deposit and loan amounts or by submitting multiple bank reference letters.

4.2.2. Year-end balance sheet or equivalent documents of the year preceding the year in which the tenderer is awarded:

The year-end balance sheet or equivalent documents of the year preceding the year of tender for the bidder;
a) The bidders who are obliged to publish their balance sheet according to the relevant legislation, have the year-end balance sheet or the sections of the balance sheet showing that the required criteria are met,
b) Bidders who do not have to publish their balance sheet in accordance with the related legislation shall submit the end-of-year balance sheet or parts of the balance sheet indicating that the required criteria have been met or the certificate issued by the certified public accountant or the independent accountant financial advisor in accordance with the standard form to demonstrate that these criteria have been met.
In the balance sheet or equivalent documents presented;
a) the current ratio (current assets / short term liabilities) should be at least 0,75,
b) The equity ratio (own resources / total asset) shall be at least 0,15,
c) The ratio of short-term bank borrowings to own resources is smaller than 0,50, and these three criteria are sought together.
Those who did not meet the criteria mentioned above in the previous year may submit documents of years up to the last three years. In this case, it is examined whether the adequacy criteria have been achieved over the average of the monetary amounts of the years.
In the tenders for the first four months of the year, those who do not submit their documents for the previous year can submit the documents for the two previous years. In these documents, those who fail to meet the qualification criteria can submit the documents of two previous years and three previous and four previous years' documents. In this case, it is examined whether the adequacy criteria are achieved over the average of the monetary amounts of the documents submitted.

4.2.3. Documents showing business volume:

It is sufficient for the tenderer to submit one of the documents listed below for the year preceding the tender year;
a) Income statement showing total turnover,
b) Invoices showing the monetary amount of the completed construction works or completed construction works under the undertaking.
For the amount of the bid price of 25 of the bidder's bid, or for the monetary amount of the completed construction works or for the completed construction works, the bid must not be less than% 15. The tenderer providing any of these criteria and submitting the document relating to the criteria he / she provides shall be deemed sufficient.
Those who cannot provide these criteria for the year before the tender year can submit their documents up to the last six years following the year of the tender. In this case, it is examined whether the adequacy criteria have been achieved over the average of the monetary amounts of the documents submitted.

In the tenders which are in the first four months of the year, the two previous years are considered as the previous year from the year of the tender. In the event that the adequacy requirement cannot be obtained in terms of this income statement, income statements can be submitted for the last six years to be accepted as the previous year from the year in which the tender is made, and in this case it is examined whether the adequacy criteria are achieved over the average of the monetary amounts of the years presented.

4.3. Documents related to vocational and technical competence and the criteria that these documents must bear:

4.3.1. Work experience documents:

Documents indicating work experience related to the work subject to the tender or similar works, not less than% 70 of the price promised and proposed within the last fifteen years,

4.3.2. Documents on organization structure and personnel status:

a) Key Technical Staff:

QTY: 1

PROFESSIONAL TITLE: Electrical Engineer or Electrical Engineer

PROFESSIONAL EXPERIENCE: 5 year

The bidder; It must employ and certify the key technical personnel in the number and qualifications mentioned above for at least one year uninterruptedly and in accordance with the nature of the business, at the place of commercial activity. It should be noted that the time that has to be spent for these personnel since their graduation is provided; With the graduation certificate, the fact that he / she is registered in the room is approved with the relevant professional chamber member registration document, and that the candidate or tenderer is working within the body is approved by the Social Security Institution "Service Notification". If the key technical personnel requirement is met by notifying different persons related to the same profession, all of these persons must submit their graduation certificates.

b) Technical Staff:

QTY: 1

POSITION: Project Manager

PROFESSIONAL TITLE: Electrical Engineer or Electrical Engineer

PROFESSIONAL EXPERIENCE: 10 years

SIMILAR WORK EXPERIENCE: 5 years

 

QTY: 1

POSITION: Construction Supervisor

PROFESSIONAL TITLE: Electrical Engineer or Electrical Engineer

PROFESSIONAL EXPERIENCE: 8 years

SIMILAR WORK EXPERIENCE: 4 year

 

QTY: 1

POSITION: Civil Engineer

PROFESSIONAL TITLE: Civil Engineer or Civil Engineer

PROFESSIONAL EXPERIENCE: 5 year

SIMILAR WORK EXPERIENCE: 3 year

 

QTY: 1

POSITION: Electrical Technician

PROFESSIONAL TITLE: Electrical Technician

PROFESSIONAL EXPERIENCE: 3 year

SIMILAR WORK EXPERIENCE: 1 year

 

QTY: 1

POSITION: Map Technician

PROFESSIONAL TITLE: Map Technician

PROFESSIONAL EXPERIENCE: 3 year

SIMILAR WORK EXPERIENCE: 1 year

 

The works to be accepted as similar work in this tender and the engineering and architecture departments which will be considered equivalent to similar works:

4.4.1. Jobs that can be regarded as work similar to this notice:

D / VI specified in the Communiqué of Similar Work Groups in Construction Works of Public Procurement Authority published in official newspaper dated 11.06.2011. GROUP: ELECTRIC TRANSPORT TOOLS TECHNOLOGY WORKS will be considered as similar work.

D / V. GROUP: ELECTRICAL TRANSPORTATION TOOLS TECHNOLOGY WORKS

  1. Electromechanical Works
  2. Electrification of rail systems

  3. Electrification of wheeled vehicles

  4. Electrification works of cable transport

  5. Electric vehicles filling plants

4.4.2. Engineering or architecture departments that are considered equivalent to similar work:

Engineering departments that are considered equivalent to similar work; Electrical Engineering is for engineers who will enter the tender by submitting graduation certificates / diplomas instead of work experience certificate.

5. The most advantageous bid in economic terms will be determined on the basis of price.
6. The tender is open to all domestic and foreign tenderers.
7. Viewing and purchasing the tender document:
7.1. The tender document can be seen at the address of the administration and can be purchased from the General Directorate of TCDD Central Veznesi (Ground Floor) in return for 500 TRY (Turkish Lira).
7.2. Those who are required to submit bids to purchase the tender document.

  1. Bids can be delivered by hand at the TCDD General Directorate Department of Materials Department Central Construction Works Tender Commission (Room 1096) to Gar / ANKARA address and sent to the same address by registered mail.
  2. Bidders' bids shall be given in the form of bid unit price on the total price calculated by multiplying the quantity of each item and the unit prices offered for these items. As a result of the tender, the unit price contract shall be signed with the tenderer.
    In this tender, shall be submitted for the whole work.
  3. Tenderers shall submit a bid bond in the amount determined by them not to be less than% 3 of the offered price.
  4. The validity period of the bids is 120 (one hundred and twenty) calendar days from the date of the tender.
  5. The tender cannot be submitted as a consortium.

Be the first to comment

Leave a response

Your email address will not be published.


*