ŞİŞLİ-KAĞITHANE-EYÜP - İstanbul Büyükşehir Belediyesi

advertisement
MECİDİYEKÖY-MAHMUTBEY (ŞİŞLİ-KAĞITHANE-EYÜP-GAZİOSMANPAŞA-ESENLER-BAĞCILAR DISTRICTS)
SUBWAY LINE, DEPOT – MAINTENANCE FIELD AND DEPOT CONNECTION LINES CONSTRUCTION WORKS
ISTANBUL METROPOLITAN MUNICIPALITY DEPARTMENT OF RAIL SYSTEMS, DIRECTORATE OF RAIL SYSTEMS
ON THE EUROPEAN SIDE
Mecidiyeköy-Mahmutbey (Şişli-Kağıthane-Eyüp-Gaziosmanpaşa-Esenler-Bağcılar Districts)
Subway Line, Depot-Maintenance Field and Depot Connection Lines Construction Works will be put out to tender with tender procedure
according to Public Tender Act numbered 4734 and article numbered 19. Detailed information on tender is listed below.
Tender Registration Number
: 2013/87848
1-Administration’s
a) Address
İstanbul Büyükşehir Belediyesi Raylı Sistem Daire Başkanlığı Avrupa Yakası Raylı
: Sistem Müdürlüğü, İstanbul Büyükşehir Belediyesi Ek Hizmet Binası M. Nezihi
Özmen Mahallesi Kasım Sk. No.62 34010 Merter GÜNGÖREN/İSTANBUL
b) Telephone and Fax Number
: 2124494175-84 - 2124494180
c) Electronic Mail Address
: avruparaylisistem@ibb.gov.tr
ç) Internet address where tender document can be
: https://ekap.kik.gov.tr/EKAP/
viewed
2- Construction Works’ (for tender)
a) Qualification, type and amount:
: Information on the qualification, type and amount of product for tender can be
reached via administrative specifications that is included in tender document on
EKAP (EPPP – Electronic Public Procurement Platform)
b) Delivery place
: İstanbul Europe Side
c) Start Date
:
ç) Delivery Date
: 1095 (one thousand ninety five) calendar days after site delivery.
The work is supposed to start within 15 days after the signing of the agreement by site
delivery
3- Tender’s
a) Place of Conduct
:
İstanbul Büyükşehir Belediyesi Ek Hizmet Binası İhale İşleri Müdürlüğü
M.Nezihi Özmen Mahallesi Kasım Sk. No.62 Kat: 4 34010 Merter, Güngörenİstanbul
b) Date and Time
:
18.09.2013 - 11:00
4. Conditions for participating in the tender, documents required in addition to criteria that will be applied for qualification rating:
4.1. Conditions for participating in the tender and documents required:
4.1.1. Document from Chamber of Commerce and/or Chamber of Industry or Chamber of Merchants and Craftsmen that is registered in
accordance with the legislation
4.1.1.1. In case of real entity, document that is obtained within the year of the first tender notice and date showing registration to Chamber
of Commerce and/or Chamber of Industry or Chamber of Merchants and Craftsmen according to relation
4.1.1.2. In case of legal entity, document that is obtained within the year of the first tender notice and date showing registration to Chamber
of Commerce and/or Chamber of Industry in accordance with the legislation
4.1.2. Statement of signature and circular of signature showing authorization to submit proposal
4.1.2.1. In case of real entity, notarized statement of signature,
4.1.2.2. If it is a legal entity: A Trade Registry Gazette showing the latest situation and the legal entity’s partners, member or founders as
well as those responsible for the management of the legal entity. If the entire information required is not available in a single Trade Registry
Gazette, then the related Trade Registry Gazettes showing all the required above mentioned information or the documents showing those
aspects along with a notarized circular of signature of the legal entity,
4.1.3. A tender letter complying with the forms and contents defined by the Administrative Specifications.
4.1.4. A bid bond complying with the forms and contents defined by the Administrative Specifications.
4.1.5 Subcontractors could be employed in the business tender with the approval of the administration. However the entire business is not to
be undertaken by subcontractors.
4.1.6 If the document shown for the previous business experience of the legal entity is from the partner of the legal entity owning over half
of the legal entity’s shares, then a document from the trade registry offices of the chamber of commerce and industry/chamber of commerce
or a document from a certified public accountant or an independent accountant and financial advisor that has been regulated after the first
tender notice date and showing that this condition has been preserved in the last year since its first regulation.
4.2. Documents related to economic and financial capability and criteria that these documents must possess:
4.2.1 Documents to be obtained from Banks
Bank reference letter showing unused cash or non-cash loan or unrestricted deposit at the banks in an amount to be determined by the
bidder but to be not less than %10 of proposed sum. This criterion may be fulfilled by adding the deposit and credit amounts or presenting
more than one banker’s reference letter.
4.2.2. Year-end balance sheet that corresponds to the year before the year the tender was conducted or equivalent documents of
the bidder:
Year-end balance sheet that corresponds to the year before the year the tender was conducted or equivalent documents of the bidder;
a) In accordance with the respective regulations, for bidders that have the legal obligation to publish their balance sheets, year-end balance
sheets or parts of sheets showing necessary criteria have been met,
b) In accordance with the respective regulations, for bidders that do not have the legal obligation to publish their balance sheets, year-end
balance sheets or parts of sheets showing necessary criteria have been met or document in standard form regulated by certified public
accountant or independent accountant and financial advisor to show that the criteria have been met.
In the balance sheets or equivalent certificates submitted;
a) The current ratio (current assets / short term liabilities) must be minimum 0.75
b) The shareholders’ equity ratio (shareholders’ equity/ total assets) must be minimum 0.15
c) The ratio of short term bank liabilities to the shareholders’ equity must be less than 0.50
and all these three criteria are qualification criteria and must be met altogether.
The bidders that cannot fulfill the criteria mentioned above in the previous year may submit the documents of the last three years. In this
case, it shall be taken into consideration whether the qualification criteria is fulfilled over the average of the monetary amount of the last
three years.
4.2.3. Documents evidencing the volume of the business of the bidder:
The applicant shall submit any of the following documents regarding the year before the tender.
a) The income statement showing the total turnover of the bidder;
b) The invoices, indicating the monetary value of the completed construction work or the completed parts of the construction work
continuing under the commitment;
The amounts in these documents should not be less than 25 % of the bid price for the total turnover, and not be less than 15 % of the bid
price for the monetary value of the completed construction work or the completed parts of the construction work continuing under the
commitment. The candidate that meets one of the above two criteria and submits the document evidencing such shall be deemed as
qualified in this regard.
The bidders that cannot fulfill the criteria mentioned above in the previous year may submit the documents of the last six successive years.
In this case, it shall be taken into consideration whether the qualification criteria is fulfilled over the average of the monetary amount of the
presented years.
4.3. Documents regarding the Professional and Technical Qualification, and the criteria that these documents should bear:
4.3.1. Documents on work experience:
The documents evidencing that the experience of the bidder regarding the work subject to that tender or similar work completed within the
last fifteen years under a contract not less than 50% of the bid price.
4.4. Engineering and architecture departments to be accepted as similar work or equivalent work in this tender:
4.4.1. Works to be accepted as similar work:
A Infrastructure Works of Railway Works (Infrastructure+Superstructure) in the group VI of the communique regarding the works to be
accepted as similar work in construction works shall be accepted as similar works.
4.4.2. Engineering and architecture departments to be accepted as equivalent work:
Civil Engineering, Architecture, Electrical Engineering, Electronical Engineering, Mechanical Engineering, Geological Engineering
5. The most economically advantageous bid shall be determined by taking into consideration the bid price.
6. The tender is open to all domestic and foreign bidders.
7. Viewing and purchasing Tender Document: (BUKET)
7.1. Tender Document can be viewed at the address of the Administration and it can be purchased from the address of Istanbul Metropolitan
Municipality Additional Service Building Department of Rail Systems Directorate of European Side Rail Systems M. Nezihi Özmen
Mahallesi Kasım Sk. 4.Ara Kat Merter-Güngören İSTANBUL on payment of 2.500 TRY (Turkish Lira)
7.2. Bidders to bid for the tender must buy this tender document.
8.Tenders can be either submitted to Istanbul Metropolitan Municipality Additional Service Building Directorate of Tender Affairs .Nezihi
Özmen Mahallesi Kasım Sk. No.62 Kat: 4 34010 Merter, Güngören- İstanbul by tender date and time or sent to this address by registered and
replied-paid post.
9. The bidders shall submit their bids as the unit prices on the basis of the total amount determined by multiplying the unit price and work
items. At the end of the tender, unit price contract will be signed with the willing bidder. The proposal shall be submitted for the whole work
in this tender.
10. On condition that it is not less than %3 of the price they have offered, the Bidders shall give a provisional bond in the amount they have
set.
11. The validity period of submitted proposals is at least 180 (one hundred eighty) calendar days starting from the date of the tender.
12. Consortiums cannot submit offer to the bid.
13. Other matters:
Limit Value Coeeficient to be applied in the Tender (N) : 1,20
Download