Establishment of signaling and telecommunication systems for railway lines and Çerkezköy renewal of control station

TENDER INFORMATION

TENDER OF OFFICE OFFICE OFFICE DIRECTORATE FACILITIES AND PORT ORDER BRANCH DIRECTORATE
TENDER OF OFFICIAL OFFICE MANAGER View TAMER's Full Profile
TENDER ADDRESS TCDD OPERATION GENERAL DIRECTORATE CONFERENCE HALL
PHONE AND FAX NO 0 312 309 05 15 / 4139-4409 0 312 311 53 05
LISTING DATE 05/12/2011
TENDER DATE AND TIME 13/01/2012 TIME: 10:00
SPECIFICATIONS 750, - TL
TENDER PROCEDURE OPEN TENDER PROCEDURE
SUBJECT OF THE TENDER CONSTRUCTION WORK
FILE NUMBER 2011 /190940
ELECTRONIC MAIL ADDRESS malzemesiparis@tcdd.gov.t is

 

PROPERTIES OF MATERIAL

NAME OF MATERIAL QUANTITY (KG) SPECIFICATION NO
THE CONSTRUCTION OF SIGNALIZATION AND TELECOMMUNICATION SYSTEMS AND THE RENEWAL OF THE CERTIFICATE CONTROL CENTER OF THE RAILWAY LINE PRESS TO SEE AND DOWNLOAD THE SPECIFICATION
ADDENDUM Installation of Signaling and Telecommunication Systems for Tekirdağ - Muratlı Line Section of 13.01.2012/2011 İKN which will be tendered on 190940 and Çerkezköy Renewal of Control Center within the scope of construction work in the tender document Annex-5 `s, Unit Price Recipes and Scope of the scope of the General Business Item Detail List, Sub-Business Items Detail List, Price Analysis Form and lack of Price analysis form, Technical Specification attachment These documents are presented in the appendix due to the bad results of Annex 15.  In addition, the Administrative Specification 7.7.4.1. The related Addendum-1 has been published.   For a healthier preparation of tenders in this context, the tender date 02.02.2012 is scheduled for Thursday: 10: 00 and 26.3. The date of the preliminary guarantee in the article has been changed not before the date of 30.06.2012. 

We kindly ask for your information to be received and required.

THE CONSTRUCTION OF SIGNALIZATION AND TELECOMMUNICATION SYSTEMS AND THE RENEWAL OF THE CERTIFICATE CONTROL CENTER OF THE RAILWAY LINE

GENERAL DIRECTORATE OF REPUBLIC OF TURKEY

 
Establishment of Signalization and Telecommunication Systems to the Section of the Tekirdağ - Muratlı Line and Çerkezköy Renovation of the Control Center will be tendered by open tender procedure according to the article 4734 of the Public Procurement Law No. 19. Detailed Information about the auction can be found down below.

Tender Registration Number : 2011/190940

 

1 of Administration
a) address : MATERIAL DEPARTMENT TALATPAŞA BULVARI NO: 3 GAR - ALTINDAĞ / ANKARA
b) Telephone and fax number : 3123090515 / 4139-4409 - 3123115305
c) E-mail Address : malzeme@tcdd.gov.t is
ç) 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) Place : Tekirdag - Muratli (Kirklareli) Çerkezköy (Tekirdağ) Along the Railway Line Section
c) Date of start : Within 15 days from the date of signing the contract
work place delivery will start.
ç) Time of work : 545 (five hundred and forty-five) calendar days from the date of delivery.


3- Tender

a) Place : General Directorate of TCDD Conference Hall (1. Floor)
b) Date and time : X
The Trade Registry Gazette or the documents indicating such matters and the notarized signature circular of the legal entity in order to show all such information, if not in the Registry Gazette, 4.1.3. Letter of bid determined in the Administrative Specification. 4.1.4. Temporary collateral defined in the Administrative Specification. 4.1.5The sub-contractor operated with the approval of the administrative work Tender subject. 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, the trade registry offices in the chamber of commerce and industry or the certified public accountant or the public accountant after the first announcement date a document showing that this condition has been protected continuously for the past 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% 100 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:
Bidders will submit 1 key technical personnel list and documents belonging to an Electrical, Electrical-Electronics, Electronic-Communication, Electronic, or Physical Engineer with 5 years of professional experience.
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:
Task Occupation Professional Experience Similar work experience Amount
Project Manager Electrical or Electronics or Electrical-Electronics or Physics Y.Muh. or Engineer 8 Year 5 Year 1
Site supervisor Electrical or Electronics or Electrical-Electronics or Physics Y.Muh. or Engineer 5 Year 3 Year 1
Construction Site Engineer Electrical or Electronics or Electrical-Electronics or Physics Y.Muh. or Engineer 3 Year 2 Year 1

 

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 to be considered as similar work in this tender:
Jobs in the E / I group included in the "Communiqué on similar work groups in construction works" published in the Official Gazette dated 11.06.2011 and numbered 27961 will be considered as similar work. E / I. GROUP: TRAFFIC MONITORING AND MANAGEMENT SYSTEM INSTALLATION WORKS
1. Highway signaling works
2. Railway signalization works
3. Electronic toll collection systems on motorways
4. Control systems with data and image transmission
5. Centrally controlled traffic monitoring and management system
6. Communication, data acquisition and control systems
4.4.2. Engineering or architecture departments that are considered equivalent to similar work:
For those who will be able to participate in the tender by submitting their Engineering diplomas in place of the work experience certificate, the departments of Engineering, which will be considered equivalent to the work or similar work, are Electrical, Electrical-Electronic, Electronic-Communication, Electronic, and Physics Engineering.


5.The most economically advantageous offer will be determined on a price basis.

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 Central Depository of the General Directorate of Turkish State Railways (TCDD) in exchange for 750 TRY (Turkish Lira).

7.2. Those who are required to submit bids to purchase the tender document.

8. Bids can be delivered by hand to TCDD General Directorate Conference Hall (1) Floor until the date and time of the tender and can be sent to the same address via registered mail.

9. 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.

10. Tenderers shall submit a bid bond in the amount determined by them not to be less than% 3 of the offered price.

11. The validity period of the bids is 120 (one hundred and twenty) calendar days from the date of the tender.

12. The tender cannot be submitted as a consortium.

13. Other issues:

Boundary Value Coefficient (N): 1

1- E / I group jobs included in the "Communiqué on similar work groups in construction works" published in the Official Gazette dated 11.06.2011 and numbered 27961 will be considered as similar work.
2- 'General Business Item Detail Lists' and 'Sub Business Item Detail Lists' belonging to Unit Price Bid Schedules and Unit Price Bid Schedules will be filled by the tenderers and given to the administration as a printed and CD (Excel) as an attachment to the offer.
3- Bidders shall submit scanners, signals, electronic interloking systems, power supplies, local control desk and telecommunication systems catalogs, photographs and technical requirements of the telecommunication systems in Turkish and English.
4- All spare material to be used in the system and the equipment to be used for maintenance works, quantity and base unit prices of the measuring instruments and their pictures and catalogs will also be given in the proposals.

 

TO RETURN TO THE TENDER PAGE PRESS THE BUTTON.

Be the first to comment

Leave a response

Your email address will not be published.


*