Top Banner
1 INVITATION TO BID Construction of Livestock Markets within the scope of Ardahan Kars Artvin Development Project LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction of Livestock Market in Sarıkamış District of Kars Province LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction of Livestock Market in Posof District of Ardahan Province LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province UNDP-TUR-ITB-PROJ(AKADP)2016/07 Ardahan Kars Artvin Development Project TURKEY United Nations Development Programme June, 2016
220

INVITATION TO BID - UNDP | Procurement Notices

May 09, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: INVITATION TO BID - UNDP | Procurement Notices

1

INVITATION TO BID Construction of Livestock Markets within the scope of Ardahan Kars Artvin Development Project

LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction of Livestock Market in Sarıkamış District of Kars Province LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction of Livestock Market in Posof District of Ardahan Province LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province UNDP-TUR-ITB-PROJ(AKADP)2016/07 Ardahan Kars Artvin Development Project TURKEY

United Nations Development Programme June, 2016

Page 2: INVITATION TO BID - UNDP | Procurement Notices

2

Section 1. Letter of Invitation Ankara, Turkey June 14, 2016 Construction of Livestock Markets within the scope Ardahan Kars Artvin Development Project, Dear Mr./Ms.: The United Nations Development Programme (UNDP) hereby invites you to submit a Bid to this Invitation to Bid (ITB) for the above-referenced subject. This ITB includes the following documents: Section 1 – This Letter of Invitation Section 2 – Instructions to Bidders (including Data Sheet) Section 3 – Minimum Qualification Requirements (Pass/Fail Criteria) Section 4 – Schedule of Requirements and Technical Specifications Section 5 – Bid Submission Form Section 6 – Documents Establishing the Eligibility and Qualifications of the Bidder Section 7 – Technical Bid Form Section 8 – Price Schedule Form Section 9 – Form for Bid Security Section 10 – Form for Performance Security Section 11 – Contract to be Signed, including General Terms and Conditions Section 12- Projects and Drawings Your offer, comprising of a Technical Bid and Price Schedule, together in a sealed envelope, should be submitted in accordance with Section 2. You are kindly requested to submit an acknowledgment letter to UNDP to the following address: United Nations Development Programme Birlik Mah. 415. Cad. No:11 Cankaya/Ankara/Turkey http://www.undp.org.tr Attention: Arif Mert Öztürk The letter should be received by UNDP no later than 24 June 2016. The same letter should advise whether your company intends to submit a Bid. If that is not the case, UNDP would appreciate your indicating the reason, for our records. If you have received this ITB through a direct invitation by UNDP, transferring this invitation to another firm requires notifying UNDP accordingly.

Page 3: INVITATION TO BID - UNDP | Procurement Notices
Page 4: INVITATION TO BID - UNDP | Procurement Notices

4

Section 2: Instruction to Bidders Definitions a) “Bid” refers to the Bidder’s response to the Invitation to Bid, including the Bid Submission Form, Technical Bid and Price Schedule and all other documentation attached thereto as required by the ITB. b) “Bidder” refers to any legal entity that may submit, or has submitted, a Bid for the supply of goods and provision of related services requested by UNDP. c) “Contract” refers to the legal instrument that will be signed by and between the UNDP and the successful Bidder, all the attached documents thereto, including the General Terms and Conditions (GTC) and the Appendices. d) “Country” refers to the country indicated in the Data Sheet. e) “Data Sheet” refers to such part of the Instructions to Bidders used to reflect conditions of the tendering process that are specific for the requirements of the ITB. f) “Day” refers to calendar day.

g) “Goods” refer to any tangible product, commodity, article, material, wares, equipment, assets or merchandise that UNDP requires under this ITB. h) “Government” refers to the Government of the country where the goods and related services provided/rendered specified under the Contract will be delivered or undertaken. i) “Instructions to Bidders” refers to the complete set of documents which provides Bidders with all information needed and procedures to be followed in the course of preparing their Bid j) “ITB” refers to the Invitation to Bid consisting of instructions and references prepared by UNDP for purposes of selecting the best supplier or service provider to fulfil the requirement indicated in the Schedule of Requirements and Technical Specifications. k) “LOI” (Section 1 of the ITB) refers to the Letter of Invitation sent by UNDP to Bidders. l) “Material Deviation” refers to any contents or characteristics of the bid that is significantly different from an essential aspect or requirement of the ITB, and (i) substantially alters the scope and quality of the requirements; (ii) limits the rights of UNDP and/or the obligations of the offeror; and (iii) adversely impacts the fairness and principles of the procurement process, such as those that compromise the competitive position of other offerors. m) “Schedule of Requirements and Technical Specifications” refers to the document included in this

Page 5: INVITATION TO BID - UNDP | Procurement Notices

5

ITB as Section 3 which lists the goods required by UNDP, their specifications, the related services, activities, tasks to be performed, and other information pertinent to UNDP’s receipt and acceptance of the goods. n) “Services” refers to the entire scope of tasks related or ancillary to the completion or delivery of the goods required by UNDP under the ITB. o) “Supplemental Information to the ITB” refers to a written communication issued by UNDP to prospective Bidders containing clarifications, responses to queries received from prospective Bidders, or changes to be made in the ITB, at any time after the release of the ITB but before the deadline for the submission of Bid. A. GENERAL 1. UNDP hereby solicits Bids as a response to this Invitation to Bid (ITB). Bidders must strictly adhere to all the requirements of this ITB. No changes, substitutions or other alterations to the rules and provisions stipulated in this ITB may be made or assumed unless it is instructed or approved in writing by UNDP in the form of Supplemental Information to the ITB. 2. Submission of a Bid shall be deemed as an acknowledgement by the Bidder that all obligations stipulated by this ITB will be met and, unless specified otherwise, the Bidder has read, understood and agreed to all the instructions in this ITB. 3. Any Bid submitted will be regarded as an offer by the Bidder and does not constitute or imply the acceptance of any Bid by UNDP. UNDP is under no obligation to award a contract to any Bidder as a result of this ITB. 4. UNDP implements a policy of zero tolerance on proscribed practices, including fraud, corruption, collusion, unethical practices, and obstruction. UNDP is committed to preventing, identifying and addressing all acts of fraud and corrupt practices against UNDP as well as third parties involved in UNDP activities. (See http://www.undp.org/about/transparencydocs/UNDP_Anti_Fraud_Policy_English_FINAL_june_2011.pdf and http://www.undp.org/content/undp/en/home/operations/procurement/procurement_protest/ for full description of the policies) 5. In responding to this ITB, UNDP requires all Bidders to conduct themselves in a professional, objective and impartial manner, and they must at all times hold UNDP’s interests paramount. Bidders must strictly avoid conflicts with other assignments or their own interests, and act without consideration for future work. All Bidders found to have a conflict of interest shall be disqualified. Without limitation on the generality of the above, Bidders, and any of their affiliates, shall be considered to have a conflict of interest with one or more parties in this solicitation process, if they: 5.1 Are, or have been associated in the past, with a firm or any of its affiliates which have been engaged UNDP to provide services for the preparation of the design, Schedule of

Page 6: INVITATION TO BID - UNDP | Procurement Notices

6

Requirements and Technical Specifications, cost analysis/estimation, and other documents to be used for the procurement of the goods and related services in this selection process; 5.2 Were involved in the preparation and/or design of the programme/project related to the goods and related services requested under this ITB; or 5.3 Are found to be in conflict for any other reason, as may be established by, or at the discretion of, UNDP. In the event of any uncertainty in the interpretation of what is potentially a conflict of interest, Bidders must disclose the condition to UNDP and seek UNDP’s confirmation on whether or not such conflict exists. 6. Similarly, the following must be disclosed in the Bid: 6.1 Bidders who are owners, part-owners, officers, directors, controlling shareholders, or key personnel who are family of UNDP staff involved in the procurement functions and/or the Government of the country or any Implementing Partner receiving the goods and related services under this ITB; and 6.4 Others that could potentially lead to actual or perceived conflict of interest, collusion or unfair competition practices. Failure of such disclosure may result in the rejection of the Bid. 7. The eligibility of Bidders that are wholly or partly owned by the Government shall be subject to UNDP’s further evaluation and review of various factors such as being registered as an independent entity, the extent of Government ownership/share, receipt of subsidies, mandate, access to information in relation to this ITB, and others that may lead to undue advantage against other Bidders, and the eventual rejection of the Bid. 8. All Bidders must adhere to the UNDP Supplier Code of Conduct, which may be found at this link: http://web.ng.undp.org/procurement/undp-supplier-code-of-conduct.pdf B. CONTENTS OF BID 9. Sections of Bid Bidders are required to complete, sign and submit the following documents: 9.1 Bid Submission Cover Letter Form (see ITB Section 5); 9.2 Documents Establishing the Eligibility and Qualifications of the Bidder (see ITB Section 6); 9.3 Technical Bid (see prescribed form in ITB Section 7); 9.4 Price Schedule (see prescribed form in ITB Section 8); 9.5 Bid Security, if applicable (if required and as stated in the DS nos. 11-13, see prescribed Form in ITB Section 9); 9.6 Any attachments and/or appendices to the Bid (including all those specified under the Data Sheet)

Page 7: INVITATION TO BID - UNDP | Procurement Notices

7

10. Clarification of Bid 10.1 Bidders may request clarification of any of the ITB documents no later than the number of days indicated in the Data Sheet (DS no. 18) prior to the Bid submission date. Any request for clarification must be sent in writing via courier or through electronic means to the UNDP address indicated in the Data Sheet (DS no. 19). UNDP will respond in writing, transmitted by electronic means and will transmit copies of the response (including an explanation of the query but without identifying the source of inquiry) to all Bidders who have provided confirmation of their intention to submit a Bid. 10.2 UNDP shall endeavor to provide such responses to clarifications in an expeditious manner, but any delay in such response shall not cause an obligation on the part of UNDP to extend the submission date of the Bid, unless UNDP deems that such an extension is justified and necessary. 11. Amendment of Bid 11.1 At any time prior to the deadline for submission of Bid, UNDP may for any reason, such as in response to a clarification requested by a Bidder, modify the ITB in the form of a Supplemental Information to the ITB. All prospective Bidders will be notified in writing of all changes/amendments and additional instructions through Supplemental Information to the ITB and through the method specified in the Data Sheet (DS No. 20). 11.2 In order to afford prospective Bidders reasonable time to consider the amendments in preparing their Bid, UNDP may, at its discretion, extend the deadline for submission of Bid, if the nature of the amendment to the ITB justifies such an extension. C. PREPARATION OF BID 12. Cost The Bidder shall bear any and all costs related to the preparation and/or submission of the Bid, regardless of whether its Bid was selected or not. UNDP shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the procurement process. 13. Language The Bid, as well as any and all related correspondence exchanged by the Bidder and UNDP, shall be written in the language (s) specified in the Data Sheet (DS No. 5). Any printed literature furnished by the Bidder written in a language other than the language indicated in the Data Sheet, must be accompanied by a translation in the preferred language indicated in the Data Sheet. For purposes of interpretation of the Bid, and in the event of discrepancy or inconsistency in meaning, the version translated into the preferred language shall govern. Upon conclusion of a contract, the language of the contract shall govern the relationship between the contractor and UNDP. 14. Bid Submission Form

Page 8: INVITATION TO BID - UNDP | Procurement Notices

8

The Bidder shall submit the Bid Submission Form using the form provided in Section 5 of this ITB. 15. Technical Bid Format and Content Unless otherwise stated in the Data Sheet (DS no. 30), the Bidder shall structure the Technical Bid as follows: 15.1 Expertise of Firm/Organization – this section should provide details regarding management structure of the organization, organizational capability/resources, and experience of organization/firm, the list of projects/contracts (both completed and on-going, both domestic and international) which are related or similar in nature to the requirements of the ITB, manufacturing capacity of plant if Bidder is a manufacturer, authorization from the manufacturer of the goods if Bidder is not a manufacturer, and proof of financial stability and adequacy of resources to complete the delivery of goods and provision of related services required by the ITB (see ITB Clause 18 and DS No. 28 for further details). The same shall apply to any other entity participating in the ITB as a Joint Venture or Consortium. 15.2 Technical Specifications and Implementation Plan – this section should demonstrate the Bidder’s response to the Schedule of Requirements and Technical Specifications by identifying the specific components proposed; how each of the requirements shall be met point by point; providing a detailed specification and description of the goods required, plans and drawings where needed; the essential performance characteristics, identifying the works/portions of the work that will be subcontracted; a list of the major subcontractors, and demonstrating how the bid meets or exceeds the requirements, while ensuring appropriateness of the bid to the local conditions and the rest of the project operating environment during the entire life of the goods provided. Details of technical bid must be laid out and supported by an Implementation Timetable, including Transportation and Delivery Schedule where needed, that is within the duration of the contract as specified in the Data Sheet (DS noS. 33- 42). Bidders must be fully aware that the goods and related services that UNDP require may be transferred, immediately or eventually, by UNDP to the Government partners, or to an entity nominated by the latter, in accordance with UNDP’s policies and procedures. All bidders are therefore required to submit the following in their bids: a) A statement of whether any import or export licences are required in respect of the goods to be purchased or services to be rendered, including any restrictions in the country of origin, use or dual use nature of the goods or services, including any disposition to end users; b) Confirmation that the Bidder has obtained license of this nature in the past, and have an expectation of obtaining all the necessary licenses, should their bid be rendered the most responsive; and c) Complete documentation, information and declaration of any goods classified or may be classified as “Dangerous Goods”. 15.3 Management Structure and Key Personnel – This section should include the comprehensive

Page 9: INVITATION TO BID - UNDP | Procurement Notices

9

curriculum vitae (CVs) of key personnel that will be assigned to support the implementation of the technical bid, clearly defining their roles and responsibilities. CVs should establish competence and demonstrate qualifications in areas relevant to the requirements of this ITB. In complying with this section, the Bidder assures and confirms to UNDP that the personnel being nominated are available to fulfil the demands of the Contract during its stated full term. If any of the key personnel later becomes unavailable, except for unavoidable reasons such as death or medical incapacity, among other possibilities, UNDP reserves the right to render the Bid non-responsive. Any deliberate substitution of personnel arising from unavoidable reasons, including delay in the implementation of the project of programme through no fault of the Bidder, shall be made only with UNDP’s acceptance of the justification for substitution, and UNDP’s approval of the qualification of the replacement who shall be either of equal or superior credentials as the one being replaced. 15.4 Where the Data Sheet requires the submission of the Bid Security, the Bid Security shall be included along with the Technical Bid. The Bid Security may be forfeited by UNDP, and reject the Bid, in the event of any or any combination of the following conditions: a) If the Bidder withdraws its offer during the period of the Bid Validity specified in the Data Sheet (DS no. 10), or; b) If the Bid Security amount is found to be less than what is required by UNDP as indicated in the Data Sheet (DS no. 11), or; c) In the case the successful Bidder fails: i. to sign the Contract after UNDP has awarded it; ii. to comply with UNDP’s variation of requirement, as per ITB Clause 35; or iii. to furnish Performance Security, insurances, or other documents that UNDP may require as a condition to rendering effective the contract that may be awarded to the Bidder. 16. Price Schedule The Price Schedule shall be prepared using the attached standard form (Section 8). It shall list all major cost components associated with the goods and related services, and the detailed breakdown of such costs. All goods and services described in the Technical Bid must be priced separately on a one-to-one correspondence. Any output and activities described in the Technical Bid but not priced in the Price Schedule, shall be assumed to be included in the prices of the items or activities, as well as in the final total price of the bid. 17. Currencies All prices shall be quoted in the currency indicated in the Data Sheet (DS no. 17). However, where Bids are quoted in different currencies, for the purposes of comparison of all Bid: 17.1 UNDP will convert the currency quoted in the Bid into the UNDP preferred currency, in accordance with the prevailing UN operational rate of exchange on the last day of

Page 10: INVITATION TO BID - UNDP | Procurement Notices

10

submission of Bid; and 17.2 In the event that the Bid found to be the most responsive to the ITB requirement is quoted in another currency different from the preferred currency as per Data Sheet (DS no. 17), then UNDP shall reserve the right to award the contract in the currency of UNDP’s preference, using the conversion method specified above. 18. Documents Establishing the Eligibility and Qualifications of the Bidder 18.1 The Bidder shall furnish documentary evidence of its status as an eligible and qualified vendor, using the forms provided under Section 6, Bidder Information Forms. In order to award a contract to a Bidder, its qualifications must be documented to UNDP’s satisfactions. These include, but are not limited to the following: a) That, in the case of a Bidder offering to supply goods under the Contract which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized by the goods’ manufacturer or producer to supply the goods in the country of final destination; b) That the Bidder has the financial, technical, and production capability necessary to perform the Contract; and c) That, to the best of the Bidder’s knowledge, it is not included in the UN 1267 List or the UN Ineligibility List, nor in any and all of UNDP’s list of suspended and removed vendors. 18.2 Bids submitted by two (2) or more Bidders shall all be rejected by UNDP if they are found to have any of the following: a) they have at least one controlling partner, director or shareholder in common; or b) any one of them receive or have received any direct or indirect subsidy from the other/s; or c) they have the same legal representative for purposes of this ITB; or d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about, or influence on the Bid of, another Bidder regarding this ITB process; e) they are subcontractors to each other’s bid, or a subcontractor to one bid also submits another Bid under its name as lead Bidder; or f) an expert proposed to be in the bid of one Bidder participates in more than one Bid received for this ITB process. This condition does not apply to subcontractors being included in more than one Bid. 19. Joint Venture, Consortium or Association If the Bidder is a group of legal entities that will form or have formed a joint venture, consortium or association at the time of the submission of the Bid, they shall confirm in their Bid that : (i) they have designated one party to act as a lead entity, duly vested with authority to legally bind the members of the joint venture jointly and severally, and this shall be duly evidenced by a duly notarized Agreement among the legal entities, which shall be submitted along with the Bid; and (ii) if they are awarded the contract, the contract shall be entered into, by and between UNDP and the designated lead entity, who shall be acting for and on behalf of all entities that comprise

Page 11: INVITATION TO BID - UNDP | Procurement Notices

11

the joint venture. After the bid has been submitted to UNDP, the lead entity identified to represent the joint venture shall not be altered without the prior written consent of UNDP. Furthermore, neither the lead entity nor the member entities of the joint venture can: a) Submit another Bid, either in its own capacity; nor b) As a lead entity or a member entity for another joint venture submitting another Bid. The description of the organization of the joint venture/consortium/association must clearly define the expected role of each of the entity in the joint venture in delivering the requirements of the ITB, both in the bid and in the Joint Venture Agreement. All entities that comprise the joint venture shall be subject to the eligibility and qualification assessment by UNDP. Where a joint venture is presenting its track record and experience in a similar undertaking as those required in the ITB, it should present such information in the following manner: a) Those that were undertaken together by the joint venture; and b) Those that were undertaken by the individual entities of the joint venture expected to be involved in the performance of the services defined in the ITB. Previous contracts completed by individual experts working privately but who are permanently or were temporarily associated with any of the member firms cannot be claimed as the experience of the joint venture or those of its members, but should only be claimed by the individual experts themselves in their presentation of their individual credentials. If the Bid of a joint venture is determined by UNDP as the most responsive Bid that offers the best value for money, UNDP shall award the contract to the joint venture, in the name of its designated lead entity, who shall sign the contract for and on behalf of all the member entities. 20. Alternative Bid Unless otherwise specified in the Data Sheet (DS nos. 8), alternative bid shall not be considered. Where the conditions for its acceptance are met, or justifications are clearly established, UNDP reserves the right to award a contract based on an alternative bid. 21. Validity Period 21.1 Bid shall remain valid for the period specified in the Data Sheet (DS no. 10), commencing on the submission deadline date also indicated in the Data Sheet (DS no. 23). A Bid valid for a shorter period shall be immediately rejected by UNDP and rendered non-responsive. 21.2 In exceptional circumstances, prior to the expiration of the Bid validity period, UNDP may request Bidders to extend the period of validity of their Bid. The request and the responses shall be made in writing, and shall be considered integral to the Bid. 22. Bidder’s Conference

Page 12: INVITATION TO BID - UNDP | Procurement Notices

12

When appropriate, a Bidder’s conference will be conducted at the date, time and location specified in the Data Sheet (DS no. 9). All Bidders are encouraged to attend. Non-attendance, however, shall not result in disqualification of an interested Bidder. Minutes of the Bidder’s conference will be either posted on the UNDP website, or disseminated to the individual firms who have registered or expressed interest with the contract, whether or not they attended the conference. No verbal statement made during the conference shall modify the terms and conditions of the ITB unless such statement is specifically written in the Minutes of the Conference, or issued/posted as an amendment in the form of a Supplemental Information to the ITB. D. SUBMISSION AND OPENING OF BID 23. Submission 23.1 The Technical Bid and the Price Schedule must be submitted together and sealed together in one and the same envelope, delivered either personally, by courier, or by electronic method of transmission. If submission will not be done by electronic means, the Technical Bid and Price Schedule must be sealed together in an envelope whose external side must : a) Bear the name of the Bidder; b) Be addressed to UNDP as specified in the Data Sheet (DS no.22); and c) Bear a warning not to open before the time and date for Bid opening as specified in the Data Sheet (DS no. 26). If the envelope is not sealed nor labeled as required, the Bidder shall assume the responsibility for the misplacement or premature opening of Bid due to improper sealing and labeling by the Bidder. 23.2 Bidders must submit their Bid in the manner specified in the Data Sheet (DS nos. 28 - 31). When the Bid is expected to be in transit for more than 24 hours, the Bidder must ensure that sufficient lead time has been provided in order to comply with UNDP’s deadline for submission. UNDP shall indicate for its record that the official date and time of receiving the Bid is the actual date and time when the said Bid has physically arrived at the UNDP premises indicated in the Data Sheet (DS no. 22). 23.3 Bidders submitting Bid by mail or by hand shall enclose the original and each copy of the Bid, in separate sealed envelopes, duly marking each of the envelopes as “Original Bid” and the others as “Copy of Bid”. The two envelopes, consisting of original and copies, shall then be sealed in an outer envelope. The number of copies required shall be as specified in the Data Sheet (DS no. 21). In the event of any discrepancy between the contents of the “Original Bid” and the “Copy of Bid”, the contents of the original shall govern. The original version of the Bid shall be signed or initialed by the Bidder or person(s) duly authorized to commit the Bidder on every page. The authorization shall be communicated through a document evidencing such authorization issued by the highest official of the firm, or a Power of Attorney, accompanying the Bid.

Page 13: INVITATION TO BID - UNDP | Procurement Notices

13

23.4 Bidders must be aware that the mere act of submission of a Bid, in and of itself, implies that the Bidder accepts the General Contract Terms and Conditions of UNDP as attached hereto as Section 11. 24. Deadline for Submission of Bid and Late Bids Bid must be received by UNDP at the address and no later than the date and time specified in the Data Sheet (DS no. 22 and 23). UNDP shall not consider any Bid that arrives after the deadline for submission of Bid. Any Bid received by UNDP after the deadline for submission of Bid shall be declared late, rejected, and returned unopened to the Bidder. 25. Withdrawal, Substitution, and Modification of Bid 25.1 Bidders are expected to have sole responsibility for taking steps to carefully examine in detail the full consistency of its Bid to the requirements of the ITB, keeping in mind that material deficiencies in providing information requested by UNDP, or lack clarity in the description of goods and related services to be provided, may result in the rejection of the Bid. The Bidder shall assume any responsibility regarding erroneous interpretations or conclusions made by the Bidder in the course of understanding the ITB out of the set of information furnished by UNDP. 25.2 A Bidder may withdraw, substitute or modify its Bid after it has been submitted by sending a written notice in accordance with ITB Clause 23, duly signed by an authorized representative, and shall include a copy of the authorization (or a Power of Attorney). The corresponding substitution or modification of the Bid must accompany the respective written notice. All notices must be received by UNDP prior to the deadline for submission and submitted in accordance with ITB Clause 23 (except that withdrawal notices do not require copies). The respective envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” or MODIFICATION”. 25.3 Bid requested to be withdrawn shall be returned unopened to the Bidders. 25.4 No Bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of Bid and the expiration of the period of Bid validity specified by the Bidder on the Bid Submission Form or any extension thereof. 26. Bid Opening UNDP will open the Bid in the presence of an ad-hoc committee formed by UNDP of at least two (2) members. If electronic submission is permitted, any specific electronic Bid opening procedures shall be as specified in the Data Sheet (DS no. 26). The Bidders’ names, modifications, withdrawals, the condition of the envelope labels/seals, the number of folders/files and all other such other details as UNDP may consider appropriate, will be announced at the opening. No Bid shall be rejected at the opening stage, except for late

Page 14: INVITATION TO BID - UNDP | Procurement Notices

14

submission, for which the Bid shall be returned unopened to the Bidder. 27. Confidentiality Information relating to the examination, evaluation, and comparison of Bid, and the recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process, even after publication of the contract award. Any effort by a Bidder to influence UNDP in the examination, evaluation and comparison of the Bid or contract award decisions may, at UNDP’s decision, result in the rejection of its Bid. In the event that a Bidder is unsuccessful, the Bidder may seek a meeting with UNDP for a debriefing. The purpose of the debriefing is discussing the strengths and weaknesses of the Bidder’s submission, in order to assist the Bidder in improving the bid presented to UNDP. The content of other bid and how they compare to the Bidder’s submission shall not be discussed. E. EVALUATION OF BID 28. Preliminary Examination of Bid UNDP shall examine the Bid to determine whether they are complete with respect to minimum documentary requirements, whether the documents have been properly signed, whether or not the Bidder is in the UN Security Council 1267/1989 Committee's list of terrorists and terrorist financiers, and in UNDP’s list of suspended and removed vendors, and whether the Bid are generally in order, among other indicators that may be used at this stage. UNDP may reject any Bid at this stage. 29. Evaluation of Bid 29.1 UNDP shall examine the Bid to confirm that all terms and conditions under the UNDP General Terms and Conditions and Special Conditions have been accepted by the Bidder without any deviation or reservation. 29.2 The evaluation team shall review and evaluate the Bids on the basis of their responsiveness to the Schedule of Requirements and Technical Specifications and other documentation provided, applying the procedure indicated in the Data Sheet (DS No. 31). Absolutely no changes may be made by UNDP in the criteria after all Bids have been received. 29.1 UNDP reserves the right to undertake a post-qualification exercise, aimed at determining, to its satisfaction the validity of the information provided by the Bidder. Such post-qualification shall be fully documented and, among those that may be listed in the Data Sheet (DS No.36), may include, but need not be limited to, all or any combination of the following : a) Verification of accuracy, correctness and authenticity of the information provided by the bidder on the legal, technical and financial documents submitted; b) Validation of extent of compliance to the ITB requirements and evaluation criteria based

Page 15: INVITATION TO BID - UNDP | Procurement Notices

15

on what has so far been found by the evaluation team; c) Inquiry and reference checking with Government entities with jurisdiction on the bidder, or any other entity that may have done business with the bidder; d) Inquiry and reference checking with other previous clients on the quality of performance on on-going or previous contracts completed; e) Physical inspection of the bidder’s plant, factory, branches or other places where business transpires, with or without notice to the bidder; f) Testing and sampling of completed goods similar to the requirements of UNDP, where available; and g) Other means that UNDP may deem appropriate, at any stage within the selection process, prior to awarding the contract. 30. Clarification of Bid To assist in the examination, evaluation and comparison of bids, UNDP may, at its discretion, ask any Bidder to clarify its Bid. UNDP’s request for clarification and the Bidder’s response shall be in writing. Notwithstanding the written communication, no change in the prices or substance of the Bid shall be sought, offered, or permitted, except to provide clarification, and confirm the correction of any arithmetic errors discovered by UNDP in the evaluation of the Bid, in accordance with ITB Clause 35. Any unsolicited clarification submitted by a Bidder in respect to its Bid, which is not a response to a request by UNDP, shall not be considered during the review and evaluation of the Bid. 31. Responsiveness of Bid UNDP’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself. A substantially responsive Bid is one that conforms to all the terms, conditions, and specifications of the ITB without material deviation, reservation, or omission. If a Bid is not substantially responsive, it shall be rejected by UNDP and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission. 32. Nonconformities, Reparable Errors and Omissions 32.3 Provided that a Bid is substantially responsive, UNDP may waive any non-conformities or omissions in the Bid that, in the opinion of UNDP, do not constitute a material deviation. 32.4 Provided that a Bid is substantially responsive, UNDP may request the Bidder to submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Bid related to documentation requirements. Such omission shall not be related to any aspect of the price of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid. 32.5 Provided that the Bid is substantially responsive, UNDP shall correct arithmetical errors as

Page 16: INVITATION TO BID - UNDP | Procurement Notices

16

follows: a) if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of UNDP there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected; b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and c) if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to the above. 32.6 If the Bidder does not accept the correction of errors made by UNDP, its Bid shall be rejected. F. AWARD OF CONTRACT 33. Right to Accept, Reject, or Render Non-Responsive Any or All Bid

33.1 UNDP reserves the right to accept or reject any Bid, to render any or all of the Bids as non-responsive, and to reject all Bids at any time prior to award of contract, without incurring any liability, or obligation to inform the affected Bidder(s) of the grounds for UNDP’s action. Furthermore, UNDP is not obligated to award the contract to the lowest price offer. 33.2 UNDP shall also verify, and immediately reject their respective Bid, if the Bidders are found to appear in the UN’s Consolidated List of Individuals and Entities with Association to Terrorist Organizations, in the List of Vendors Suspended or Removed from the UN Secretariat Procurement Division Vendor Roster, the UN Ineligibility List, and other such lists that as may be established or recognized by UNDP policy on Vendor Sanctions. (See http://www.undp.org/content/undp/en/home/operations/procurement/procurement_protest/ 34. Award Criteria Prior to expiration of the period of Bid validity, UNDP shall award the contract to the qualified and eligible Bidder that is found to be responsive to the requirements of the Schedule of Requirements and Technical Specification, and has offered the lowest price (See DS No. 35). 35. Right to Vary Requirements at the Time of Award At the time of award of Contract, UNDP reserves the right to vary the quantity of the goods and/or related services, by up to a maximum twenty five per cent (25%) of the total offer, without any change in the unit price or other terms and conditions. 36. Contract Signature

Page 17: INVITATION TO BID - UNDP | Procurement Notices

17

Within fifteen (15) days from the date of receipt of the Contract, the successful Bidder shall sign and date the Contract and return it to UNDP. Failure of the successful Bidder to comply with the requirement of ITB Section F.3 and this provision shall constitute sufficient grounds for the annulment of the award, and forfeiture of the Bid Security if any, and on which event, UNDP may award the Contract to the Bidder with the second highest rated Bid, or call for new Bid. 37. Performance Security A performance security, if required, shall be provided in the amount and form provided in Section 9 and by the deadline indicated in the Data Sheet (DS no. 16), as applicable. Where a Performance Security will be required, the submission of the said document, and the confirmation of its acceptance by UNDP, shall be a condition for the effectivity of the Contract that will be signed by and between the successful Bidder and UNDP. 38. Bank Guarantee for Advanced Payment Except when the interests of UNDP so require, it is the UNDP’s preference to make no advanced payment(s) on contracts (i.e., payments without having received any outputs). In the event that the Bidder requires an advanced payment upon contract signature, and if such request is duly accepted by UNDP, and the said advanced payment exceeds 20% of the total Bid price, or exceed the amount of TRY 30,000, UNDP shall require the Bidder to submit a Bank Guarantee in the same amount as the advanced payment. A bank guarantee for advanced payment shall be furnished in the form provided in Section 10. 39. Vendor Protest UNDP’s vendor protest procedure provides an opportunity for appeal to those persons or firms not awarded a purchase order or contract through a competitive procurement process. In the event that a Bidder believes that it was not treated fairly, the following link provides further details regarding UNDP vendor protest procedures: http://www.undp.org/procurement/protest.shtml

Page 18: INVITATION TO BID - UNDP | Procurement Notices

18

Instructions to Bidders DATA SHEET The following data for the Civil Works shall complement / supplement the provisions in the Instruction to Bidders. In the case of a conflict between the Instruction to Bidders and the Data Sheet, the provisions in the Data Sheet shall prevail.

DS No. Cross Ref. to Instructions

Data Specific Instructions / Requirements

1 Project Title: Ardahan Kars Artvin Development Project 2

Title of Goods/Services/Work Required:

Construction of Livestock Markets within the scope of Ardahan Kars Artvin Development Project LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction of Livestock Market in Sarıkamış District of Kars Province LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction of Livestock Market in Posof District of Ardahan Province LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province

3 Country: Turkey 4

Minimum Qualifying Criteria to determine eligibility of the bidders

Minimum Qualification Requirements as Pass/Fail Criteria are given in Section 3. Bidders who do not meet all minimum qualification criteria and requirements will be disqualified and their bid will be excluded from further evaluation.

5 C.13 Language of the Bid:

English Turkish version of the solicitation documents is given only for reference purposes. English version will govern the procurement procedure.

Page 19: INVITATION TO BID - UNDP | Procurement Notices

19

6 Conditions for Submitting Bid for Parts or sub-parts of the Total Requirements Bidders may submit their Bids for any single lot or for any combination of lots. Partial bid within one Lot is not permitted i.e the Bidder applying for a LOT must submit its bid for the whole requirement in that respective LOT. The Bidders shall submit a separate technical bid and a separate price schedule for each lot they submit a bid for.

7 Bids for Multiple LOTs As the construction works for all LOTs must be completed within 16 months contract duration (including non-working period with no construction activity) the bidders who will submit bids for more than one LOT shall ensure that they are capable to complete the work in each LOT they apply for, concurrently against strict deadlines. To ensure this, the bidders who will submit bids for more than one LOT shall; 1-State clearly the numbers and names of the appied LOTs in Bid Submission Form 2- Exclusively meet the requirement for each lot applied for the following pass/fail criteria:

A separate bid security at stated amounts for each LOT in Data Sheet No:11 Financial Resources (PF 5) Average Annual Construction Turnover (PF 6) Single Similar Work Experience 1 (PF 7) Single Similar Work Experience 2 (PF 8)

i.e. The bidder must satisfy cumulative requirement for the above pass/fail criteria in case applied for more than one LOT. 3-Submit a separate technical bid and a separate price schedule. 4- Propose unique set of ‘Key Personnel’, (without any repetition in other LOT’s bids) as stipulated in Section 7 Technical Bid Form, for each LOT they apply for. 5- Propose a unique set of equipment (without any repetition in other LOT’s bids) that can be deployed concurrently for performance of construction work in different LOTs, as stipulated in Section 7 Technical Bid Form. 6- Propose a full fledge Work Programme for performance

Page 20: INVITATION TO BID - UNDP | Procurement Notices

20

of contract for each LOT applied, as stipulated in Section 7 Technical Bid Form. 7- Propose all other resources required in this ITB uniquely for each LOT applied (without any repetition in other LOT’s bid), for performance of construction works in each LOT. The price schedule shall be prepared with due consideration to above listed issues.

8 C.20 Conditions for Submitting Alternative Bid Shall not be considered

9 C.22 A pre-Bid conference will be held on: Time: 14:00 Date: 28 June 2016 Venue: UN House Birlik Mah. 415. Cad No:11 Çankaya Ankara 10 C.21.1 Period of Bid Validity commencing on the submission date

60 days

11 B.9.5 C.15.4 b) Bid Security Bid security is required on LOT basis. Bid security shall be submitted separately for the following amount for each lot: For Lot 1: TRY 100,000 For Lot 2: TRY 50,000 For Lot 3: TRY 50,000 Bids submitted without Bid Security shall be rejected. Bid security must be submitted according to the Form specified in Section 9 Form for Bid Security, stating the LOT for which it is submitted.

12 B.9.5 Acceptable forms of Bid Security Bank Guarantee (See Section 9 for template)

13 B.9.5 C.15.4 a) Validity of Bid Security 90 days (60 days bid validity + 30 days) from the deadline of Bid submission. Bid Security of unsuccessful Bidders shall be returned after the contract is signed with the successful Bidder.

Page 21: INVITATION TO BID - UNDP | Procurement Notices

21

14 Advanced Payment upon signing of contract Not allowed

15 Liquidated Damages To be imposed under the following conditions : In case of the Contractor’s non-performance or delay in completing the civil works as required by the work programme and the duration of works set at the ITB and in the contract, 1% (one percent) of the total contract amount per week of delay shall be paid by the Contractor to UNDP, as liquidated damages. The Contractor will also ensure presence of its Engineers (Site Engineer and Survey Engineer) on site and in line with the approved work plan and conditions of the contract. UNDP shall deduct 1,000 TRY per day for any absences its key personnel on site. Once a deduction of 10% (ten percent) of the total contract amount has been reached, UNDP may consider termination of the contract.

16 F.37 Performance Security Required Amount: 10% of the total contract value for each LOT Performance security shall be prepared and submitted as per the ITB Section 10 – Form for Performance Security.

17 C.17 C.17.2 Preferred Currency of Bid and Method for Currency conversion TRY

18 B.10.1 Deadline for submitting requests for clarifications/ questions 7 days before the deadline for bid submission.

19 B.10.1 Contact Details for submitting clarifications/questions Focal Person in UNDP: Arif Mert Öztürk Portfolio Administrator Address: UNDP BM Binası 415. Cad. No:11 06610

Page 22: INVITATION TO BID - UNDP | Procurement Notices

22

Birlik/Çankaya/Ankara/Turkey Email: [email protected] Facsimile: Fax No. +90 312 496 1465 UNDP shall respond only to inquiries sent to the attention of focal person through above email adress, with reference number of this ITB stated as “subject” of the email. In case requests for clarification/questions are sent to UNDP through other means and/or without the name of the focal person and the ITB reference number, UNDP shall not be responsible.

20 B.11.1 Manner of Disseminating Supplemental Information to the ITB and responses/clarifications to queries

Announcement in the following web sites: www.undp.org www.ungm.org www.devbusiness.com www.un.org.tr www.undp.org.tr

21 D.23.3 No. of copies of Bid that must be submitted Bidders shall submit 1 (one) original and 1 (one) copy of their bids. In addition to the printed original and copy of their bids, the bidders are also requested submit their bids in CD/DVD format. In case of a discrepancy between hard and soft copies of the technical price schedule, original hard copies shall prevail. 22 D.23.1 b) D.23.2 D.24

Bid submission address UNDP – UN House - Katar Cad. No:11 06610 Birlik/Çankaya/Ankara/Turkey REF:UNDP-TUR-ITB-PROJ(AKADP)-2016/07

23 C.21.1 D.24 Deadline for Physical Delivery of the Bids to UN House in Ankara Date and Time : July 14, 2016 2:30 PM The bidders shall make all arrangements and controls to ensure that their bids are physically delivered to UN House, address of which is given in this RFP by the stated deadline. The bidders are free to make arrangements either for physical dispatch of their bids or through courier companies, at their own risk. UNDP shall not be

Page 23: INVITATION TO BID - UNDP | Procurement Notices

23

responsible for any late physical delivery of the bids to UN House due to potential delays in courier companies, working/non-working days, official holidays, strikes, etc. Physical dispatch of the bids to UN House is possible as there is a 7days/24hrs working security desk that will issue delivery receipts. Late bids shall be rejected and returned unopened. 24 D.23.2 Manner of Submitting Bid Courier/Hand Delivery

25 D.23.2 D.26 Conditions and Procedures for electronic submission and opening, if allowed N/A

26 D.23.1 c) Date, time and venue for public bid opening 16:30 14 July, 2016 UNDP – UN House - Katar Cad. No:11 06610 Birlik/Çankaya/Ankara/Turkey

27 Evaluation method to be used in selecting the most responsive Bid For each lot, the bids will be evaluated separately in three steps; I. Non-Discretionary “Pass/Fail” Criteria on the basis of Minimum Qualification Requirements II. Compliance of the Technical Bid including the key personnel and work programme requirements III. Lowest price offer of eligible technically qualified/responsive Bid

28 C.15.1 Required Documents that must be Submitted to Establish Eligibility Qualification of Bidders

Section 8 - Bid Security (Original)-for each LOT Section 5 - Bid Submission Form (Original) (PF1) Section 6 - Documents Establishing the Eligibility and Qualifications of the Bidder (Attachments to be submitted in this section can be in copy meanwhile UNDP reserves the right to request from any bidder, original or notarized version of any document copy of which is already submitted) Form 1 Bidder Information Form and attachments

Page 24: INVITATION TO BID - UNDP | Procurement Notices

24

(brochures, etc.) (PF2) Joint Venture Partner Information Form and Joint

Venture Declaration (if applicable) Form 2 History of Non-Performance and Litigation,

attachments thereto (PF3) Form 3 Financial Situation and attachments thereto

(certified financial statements for 2013, 2014 and 2015) Submission of audited balance sheets or if not required by the law of the Bidder’s country, other certified financial statements acceptable to the Employer, for the last 3 full years (2013, 2014 and 2015) (PF4)

Form 4: Financial Resources and attachments thereto (PF5)

Form 5: Average Annual Construction Turnover and attachments thereto (PF6)

Form 6: Single Similar Construction Experience 1 and attachments thereto (PF7)

Form 7: Single Similar Construction Experience 2 (Steel Construction) and attachments thereto (PF8)

29 Other documents that must be Submitted to Establish Bidder’s Qualification ISO:9001 , ISO:14001, OHSAS:18001 or other quality

assurance certificates (copy) Certificate of Registration of the business, including

Articles of Incorporation (original) Official Letter of Appointment as local representative, if

Bidder is submitting a Bid in behalf of an entity located outside the country (original)

Power of Attorney, Circular of Signature/ Signature Specimen (notarized copy or original)

List of Bank References (Name of Bank, Location, Contact Person and Contact Details)

UNDP reserves the right to request from any bidder, original or notarized version of any document, copy of which is already submitted.

30 C.15 Structure of the Technical Bid and List of Documents to be Submitted Technical Bid Form Expertise of Firm/ Organization

Page 25: INVITATION TO BID - UNDP | Procurement Notices

25

Scope Of Supply, Technical Specifications, And Related Services

Key Personnel Commitment Form and CVs Equipment Commitment Form Work Programme Method Statement

31 Preparation of Bid Envelopes Bid Envelope shall consist of the following sections 1-“Required Documents that must be Submitted to Establish Eligibility Qualification of Bidders” given in Data Sheet No.28. (Bidders who submit bids for more than one LOT may submit the documents required in this item except for Bid Security only once however they must ensure that they meet the minimum qualification criteria as stipulated in Data Sheet No:4 and No:6. The bidders must ensure that they submit separate bid security(ies) for each LOT they apply as per the amounts stipulated in Data Sheet Item 11. The LOT number(s) and name(s) must be clearly indicated on the Bid Secuirity(ies). 2-Technical Bid given in Data Sheet No.28. (Bidders who submit bids for more than one LOT, must submit a separate Technical Bid for each LOT they apply for. The LOT number and name must be clearly indicated in the beginning of the respective technical bid.) 3-Price Schedule Form given Section 8 (Bidders who submit bids for more than one LOT, must submit a separate Price Schedule for each LOT they apply for) In line with the clause D.23 of the “Instructions to Bidder”, “Required Documents that must be Submitted to Establish Qualification of Bidders, “Technical Bid” and “Price Schedule” must be submitted together and sealed together in one and the same envelope. The number of originals and copies shall be as follows: ORIGINAL COPY 1(one) hard + 1(one) soft copies

1(one) hardcopy

Page 26: INVITATION TO BID - UNDP | Procurement Notices

26

All electronic files for the technical bid must be in PDF format. Whereas, all electronic files for price schedule shall be in Excel format. Adobe Acrobat software and book-marking function should be used in order to identify all of the attachments and exhibits contained within the file. Any security features in the PDF document must be disabled. CD/DVD must be clearly labelled with the Bidder’s Name and Lot Number. In case of a discrepancy between hard and soft copies of the technical or price schedule, original hard copies shall prevail

32 C.15.2 Latest Expected date for commencement of Contract for each LOT August 15, 2016

33 C.15.2 Maximum Expected duration of contract 16 months

34 UNDP will award the contract to: One Bidder only for each LOT

35 F.34 Criteria for the Award and Evaluation of Bid Award Criteria UNDP will award one contract for each LOT. The contract for each LOT shall be awarded to the qualified Bidder who meets the minimum qualification criteria, found to be responsive to the requirements of the Schedule of Requirements and Technical Specification, and has offered the lowest price. (Grand Total of Consolidated Price Schedule for respective LOT) as per the Bid Evaluation Criteria provided in Data Sheet 27. In case a bidder submits a bid for multiple LOTs and is deemed technically responsive for multiple LOTs (including unique set of resources, equipment and personnel for each Lot bid for) but is deemed not to satisfy the specified cumulative qualification requirements for multiple LOTs, then the Lot it will be considered for shall depend on:

Page 27: INVITATION TO BID - UNDP | Procurement Notices

27

(a) Overall least price combination across Lots to UNDP based on different combinations of award. (b) Preference to award a Lot to a bidder in the event that there may not be other technically responsive bids for that Lot to ensure there is coverage for all Lots. Irrespective of determined capacity to undertake more than 1 lot, UNDP may decide at its discretion to award Lots to different bidders to reduce risk of delivery.

36 E.29 Post qualification Actions Dunn and Bradstreet (D&B) Rating: The UNDP also reserves the right to secure/request independent Financial Rating /Statements such as D&B rating as needed/required throughout the procurement process. The costs thereof shall be borne by the Bidder. 37 Conditions for Determining Contract Effectivity UNDP’s receipt of Performance Bond and signature of the contract for each respective LOT. 38 Site visit The bidders are advised to visit and examine the Site of Works and its surroundings and obtain for themselves on their own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the bidder's own expense. 39 Engineer UNDP contracted Engineer(s) with delegated authority and/or UNDP contracted Construction Supervision Company shall serve for the “Engineer” role as defined in “General Conditions of Contract for Civil Works”. 40 Valued Added Tax (VAT) Bidders shall take into account the following issues, while preparing their bids; UN and its subsidiary organs are exempt from all taxes. Therefore bidders shall prepare their Price Schedule, excluding VAT. It is the bidders responsibility to learn from relevant authorities (such as Ministry of Finance) and/or to review/confirm published procedures and to consult with a certified financial consultant as needed, to confirm the scope and procedures of VAT exemption application as per VAT Law and Ministry of Finance’s Communiqués in Turkey. 41 Payment Terms Payments

Page 28: INVITATION TO BID - UNDP | Procurement Notices

28

UNDP shall effect payments to the Contractor in the form of “monthly progress payments” based on the completion of items in Bill of Quantities at the end of each month after acceptance by UNDP of the invoices submitted by the contractor. The Contractor shall submit, after completion of each month, a monthly progress payment certificate, which shall contain the actual quantities completed / constructed within the reporting period. This monthly progress payment certificate shall be certified and approved by the Engineer. UNDP shall effect the payment to the Contractor after certification/approval of Engineer is received. The payments will be made in TRY in case the Contractor is a national vendor in Turkey otherwise the payments will be done in USD. The rate of exchange for payment shall be the official rate applied by the United Nations on the day the UNDP instructs its bank to effect the payment. Payment Schedule and Price Adjustment The payments for the work items to be completed in 2016 subject to conditions of this clause will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. The unit prices quoted by the bidder in the price schedule will be subject to a single adjustment in 2017 and the payments for the work items to be completed in 2017 (excluding the items described below) will be based on the adjusted unit prices. The multiplier to be used in the adjustment of the unit prices will be the reference escalation multiplier that will be determined in 2017 by the Ministry of Environment and Urbanization and announced in Official Gazette of Turkey (www.resmigazete.org.tr) for the revaluation of civil works contractor work certificate amounts from 2016 to 2017. For all LOTs, concrete, reinforce concrete and excavation related works items as indicated in the price schedules with (*), shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted

Page 29: INVITATION TO BID - UNDP | Procurement Notices

29

unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons. In addition to above, the indicated work items with (*) in the price schedule of LOT 1, Item 1 - Rehabilitation of the Livestock Market in Selim District shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even the related works have to be completed in 2017 due to any unforeseen reasons. 42 Contract Duration The Contractor for each LOT shall commence and complete construction works in the respective LOT, required through this ITB, latest by 16 (sixteen) months following site delivery through the “Notification for Commencement to Proceed” as explained below, in line with the work plan to be submitted by the Contractor and approved by UNDP. The 16 months duration will cover both working period with construction activities and non-working period with no construction activities. In Kars, Ardahan and Artvin provinces it is estimated that the climate conditions allow the construction activities between April and November. It is the bidder’s responsibility to collect all the necessary information regarding the construction season in the site locations and come up with a realistic work programme. The bidders shall prepare their work programme taking into consideration the following conditions and requirements;

For all LOTs, concrete, reinforce concrete and excavation related works items indicated in price schedules shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. In addition to above, the indicated work items in the price schedule of LOT 1, Item 1 - Rehabilitation of the Livestock Market in Selim District shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason.

Page 30: INVITATION TO BID - UNDP | Procurement Notices

30

Ministry of Food, Agriculture and Livestock (MFAL) shall get all the permissions and written commitments from third parties as regard to accessibility of the site in order for construction works to be initiated and completed. Having secured the permissions and written commitments from third parties, through MFAL, UNDP shall notify the Contractor in written form that the site is ready for commencement of construction works. This notification will serve as “Notification for Commencement to Proceed” and the contract duration will start as of the date this notification to the Contractor for the respective LOT. As stated in the General Conditions of Contract for Civil Works, clause 47.1 defects liability period is 12 months calculated from the issuance of “Substantial Completion Certificate” for whole works in each LOT.

Page 31: INVITATION TO BID - UNDP | Procurement Notices

31

Section 3: Minimum Qualification Requirements (Pass/Fail Criteria) Bidders who do not meet all minimum qualification criteria and requirements will be disqualified and their bid will be excluded from further evaluation. In case the bidder submits bid for more than one LOT, the bidder must exclusively meet the requirement for each lot applied. The bidder must satisfy sum (cumulative) of the following requirements for the total of all lots that the bidder applied for;

Financial Resources (PF 5) Average Annual Construction Turnover (PF 6) Single Similar Work Experience 1 (PF 7) Single Similar Work Experience 2 (PF 8)

Definitions: (a) Similar works: Similar work experience is the superstructure-related construction works on building, hospital, livestock market etc. (for details

please refer to Communiqué of Public Procurement Authority (KİK) for Similar Construction Experience Groups for Works, Official Gazette dated 11 June 2011 Number: 27961) (Attachment 1- List for Similar Construction Experience Groups (B) Superstructure (Building) Works I. Group, II. Group and III. Group,) (http://www.resmigazete.gov.tr/eskiler/2011/06/20110611-12.htm) Note: Design and supervision services are not considered similar work experience.

(b) Work Completion Certificate (contractors/sub-contractors): Certificate for the works with provisional acceptance concluded. For the sub-

contractor’s work completion certificate to be valid, all the works defined in the main contract between the employer and the contractor should have been provisionally accepted.

Page 32: INVITATION TO BID - UNDP | Procurement Notices

32

No Subject Requirement Single Entity Joint Venture Document to be submitted All Combined Option Lead Partner Other Partner(s) PF 1 Conflict of Interest/ Restriction to bid

ITB Clause A5 – A6 Must meet requirement N/A 1 Must meet Requirement Must meet Requirement Bid submission form

PF 2 Legal Status Legally established entity in 2011 or before as per ITB Clause A. Must meet Requirement

N/A 1 Must meet Requirement Legally established entity in 2013 or before as per ITB A. Form 1 Bidder Information Form and attachments (brochures, etc.)

PF 3 History of Non-Performing Contracts and Litigation

Non-performance of a contract did not occur within the last 5 years (2011 and onwards) prior to the deadline for submission of bid, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted.

Must meet Requirement N/A 1 Must meet Requirement Must meet Requirement Form 2 and attachments thereto

Page 33: INVITATION TO BID - UNDP | Procurement Notices

33

No Subject Requirement Single Entity Joint Venture Document to be submitted All Combined Option Lead Partner Other Partner(s) PF 4 Financial Situation An average current ratio (current assets/current liabilities) equal to or higher than 1 (one) in the period of review (i.e. 2013, 2014 and 2015) or current ratio (current assets/current liabilities) equal to or higher than 1 (one) in 2015.

Must meet Requirement N/A 1 Must meet requirement Must meet requirement Form 3 and attachments thereto (certified financial statements for 2013, 2014 and 2015) Submission of audited balance sheets or other certified financial statements acceptable to the Employer, for the last 3 full years (2013, 2014 and 2015)

Page 34: INVITATION TO BID - UNDP | Procurement Notices

34

No Subject Requirement Single Entity Joint Venture Document to be submitted All Combined Option Lead Partner Other Partner(s) PF 5 Financial Resources The Bidder shall demonstrate, by a bank statement(s) from its bank(s), that the Bidder has available or has access to liquid assets, lines of credit or other financial means sufficient to meet the construction cash flow for an amount not less than LOT price quoted as demonstrated by the sum of available cash, unused cash credit and unused credit letter as per Form 4.

Must meet requirement Must meet 100% of the requirement

1 Meets equal to or more than 50% and less than 100% of the requirement

Collectively meets the remaining requirement pro rata with their share in JV / (not less than 20% each) reaching to 100% with the Lead Entity together.

Form 4 and attachments thereto

2 Meets 100% of the requirement alone. At least 20% (twenty percent) of the requirement

Page 35: INVITATION TO BID - UNDP | Procurement Notices

35

No Subject Requirement Single Entity Joint Venture Document to be submitted All Combined Option Lead Partner Other Partner(s) PF 6 Average Annual Construction Turnover

Minimum average construction turnover of 1 Meets equal to or more than 50% and less than 100% of the requirement

Collectively meets the remaining requirement pro rata with their share in JV / (not less than 20% each) reaching to 100% with the Lead Entity together.

Form 5 and attachments thereto 6.a TRY 3.000.000 (three million Turkish Lira) for LOT1 TRY 1.500.000 (one million five hundred Turkish Lira) for LOT2 TRY 1.500.000 (one million five hundred Turkish Lira) for LOT 3 calculated as total certified payments received for contracts in progress or completed, within the last 5 years (2011 and onwards)

Must meet Requirement Must meet Requirement

2 Meets 100% of the requirement alone. At least 20% (twenty percent) of the requirement

6.b Demonstrating construction activity or turnover resulting from construction activity, each and every year within the same period (2011 and onwards)

Must meet Requirement N/A 1 Meets the requirement alone.

Meets the requirement alone.

Page 36: INVITATION TO BID - UNDP | Procurement Notices

36

No Subject Requirement Single Entity Joint Venture Document to be submitted All Combined Option Lead Partner Other Partner(s) PF 7 Single Similar Construction Experience 1

Participation as contractor or subcontractor, in at least 1 single contract. In at least 1 (one) single contract within the last 5 years (2011 and onwards), with a value of at least 80% of the total LOT price quoted, carried out by the Bidder, that has been successfully and substantially completed, and That is similar to the proposed works as defined in Section 3: Minimum Qualification Requirements note (a).

Must meet Requirement Must meet Requirement 1

Meets equal to or more than 50% and less than 100% of the requirement

Collectively meets the remaining requirement pro rata with their share in JV / (not less than 20% each) reaching to 100% with the Lead Entity together.

Form 6 and attachments thereto

2 Meets 100% of the requirement alone. At least 20% (twenty percent) of the requirement)

Page 37: INVITATION TO BID - UNDP | Procurement Notices

37

No Subject Requirement Single Entity Joint Venture Document to be submitted All Combined Option Lead Partner Other Partner(s) PF 8 Single Similar Construction Experience 2 (Steel Construction)

Participation as contractor or subcontractor, in at least 1 single contract In at least 1 (one) single contract within the last 5 years (2011 and onwards), with a value of at least %20 percent of the total LOT price, carried out by the Bidder, that has been successfully and substantially completed, and That is similar to the proposed works as defined in Section 3: Minimum Qualification Requirements note (a) of which load-bearing elements and/or Roof are steel constructed.

Must meet Requirement Must meet Requirement 1 Meets equal to or more than 50% and less than 100% of the requirement

Collectively meets the remaining requirement pro rata with their share in JV / (not less than 20% each) reaching to 100% with the Lead Entity together.

Form 7 and attachments thereto

2 Meets 100% of the requirement alone. At least 20% (twenty percent) of the requirement)

*

Page 38: INVITATION TO BID - UNDP | Procurement Notices

38

Section 4 Schedule of Requirements and Technical Specifications The schedule of requirements and technical specifications provided in this section is valid and applicable for all LOTS. 4.1 Statement of Works General Notes: The contractor will be required for each LOT, at the minimum, to mobilize the key personnel, listed below, that carry the qualifications. The bidders shall furnish Key Personnel Commitment Form, supplemented with CVs of the key personnel (by using the CV template provided in these solicitation documents) and copies of the diplomas, certificates, memberships to occupational organizations etc. of the proposed key personnel. 1) Site Engineer (Site Chief) (Full time): University degree in civil engineering, Fluency in Turkish, 10 years experience in superstructure works, related to the scope of the present ITB 2) One Mechanical Engineer (Part-time): University degree in mechanical engineering, Fluency in Turkish, 5 years of similar work experience 3) One Electrical Engineer (Part-time): University degree in electrical engineer. Fluency in Turkish, 5 years of similar work experience 4) One Survey Technician (Full time): University degree in survey technician, Fluency in Turkish, Experienced on supervision and measurement, 3 years of similar work experience. The Bidder must demonstrate that it will have access, at the minimum, to the key equipment, listed hereafter. The list of equipment hereafter will be used as minimum benchmark for assessment of bids. However, the Bidders should propose an extensive list of required equipment to successfully complete the works. The bidders shall furnish a separate Equipment Commitment Form for each LOT they apply for. The bidders’ list must match their approach to the works and demonstrate their understanding and ability to complete the works satisfactorily.

1 EXCAVATOR 1 MINI EXCAVATOR (JCB TYPE) 1 LOADER 3 TRUCKS COMPACTOR 1 CONCRETE MIXERS (REQUIRED ONLY FOR THE CONSTRUCTION IN POSOF) 2 CONCTRETE VIBRATORS OPERATORS FOR MACHINES SKILLED WORKERS PLAIN WORKERS

The Contractor is expected to mobilize sufficient resources to complete the construction works for each LOT within 16 months following the site delivery through the “Notification for Commencement to Proceed”, as explained in ITB with due consideration to weather, geographical and other risks associated with the construction itself. In this regard, Bidders are expected to present a realistic work plan. This

Page 39: INVITATION TO BID - UNDP | Procurement Notices

39

duration shall not exceed 16 months. The Contractor shall provide the Engineer for each LOT with 1 double cabin 4x4 pick-up vehicles and office space, and cover all associated costs thereof, during the supervision of construction. Notes: • Contractor's bid prices, being based on the Bill of Quantities, shall be inclusive of all other costs (that are not cost through BOQ) whether direct and indirect nature associated with the satisfactory completion of each work item in accordance with Schedule of Requirements and Technical Specifications/Technical Drawings and in overall in accordance with the Conditions of Contract. • The bid prices are inclusive of transportation of all construction materials to all site locations. • For each LOT, bidders are considered to include cost of 1 double cabin 4x4 pick-up vehicle and Office Space to be provided to the Engineer for supervision of works. • “Work Item Descriptions/ Index No’s” below by definition requires compliance with all technical, quality, standard requirements dictated by the position numbers, all relevant and complementary construction items described as per the position numbers (though but not limited to) of, The Ministry of Environment and Urbanazation • Successful Bidder shall maintain Office Space for the Engineer for the purpose of supervision of the works at construction site for each construction site. This Office Space shall be mobile such as container with two rooms having minimum area of 5 m2 each. All running expenses and costs of the office space (Electricity, water, furniture etc.) shall be included in the bid prices. • The cost for the design, construction and other costs for the permits from the authorities are included in the BoQ for the any Electric transmission line from the main transmission line. No additional payment shall be done to the contractor.

Page 40: INVITATION TO BID - UNDP | Procurement Notices

40

A. EMPLOYER’S REQUIREMENTS

A.1. Executive Summary Ardahan Kars Artvin Development Project (AKADP) is being implemented by the Ministry of Food, Agriculture and Livestock (MFAL) with implementation support services provided by United Nations Development Programme (UNDP). The Project is financed by the Loan Agreement signed between the Government of Turkey and the International Fund for Agricultural Development (IFAD). The Government of Turkey co-finances the IFAD loan. The role of UNDP as a implementation partner is incorporated in detail in the relevant sections of the Appraisal Report and the signed Project Document with the Government of Turkey. The UNDP’s support to the MFAL includes capacity building within the Ministry, recruitment of project management unit’s staff and national/international consultants, full fledge financial management, procurement according to guidelines, strategic advises, and technical assistance. Importantly, as an international development organization UNDP’s support is provided based on the underlying principles and objectives of building institutional capacity and supporting national ownership. The overall goal of the AKADP is to reduce rural poverty in the Provinces of Ardahan, Kars and Artvin. The project activities are categorized within three major components: 1) Smallholder and Non-Farm Enterprise Investments; 2) Village Infrastructure Investments; and 3) Institutional Strengthening and Project Management. The subject tender falls into the second component of the Project. The objective of the Village Infrastructure Investments component is to improve living conditions and to remove infrastructure bottlenecks which inhibit participation of farmers and economically active rural poor in increased production and incomes, based on the current employment and production patterns. A.2. Location and Access The construction works will be carried out in Kars-Selim District, Kars-Sarkıkamış District, Ardahan-Posof District, Ardahan-Hanak District and Artvin-Ardanuç District in Turkey. A.3. Description of Works The scope of the construction services for each LOT includes, but is not limited to the following works: a) Administrative building b) Open Paddocks for cattle and ruminants c) Paddocks under a shed, d) Disinfection Facilities (Disinfection Tunnel, Disinfection Pools) e) Loading-Unloading Ramp f) Quarantine Barn g) Watchman's Huts h) Truck Scale i) Fertilizer Tank and Filtering Pit j) Parking Lot k) Drainage and Storm Water Canals l) Cesspool m) Fertilizer pit n) Other ancillary structures

Page 41: INVITATION TO BID - UNDP | Procurement Notices

41

A.4. Rules and Regulations The Contractor shall provide a billboard (on free of charge basis) mentioning the project and partners to ensure visibility of the project. The billboard shall be constructed in accordance with these specifications and as shown on the detail drawings. Unless otherwise is confirmed by the engineer, ready-mixed concrete shall be used. A.5. General Statements Standard construction details approved by the Authority shall be followed unless specific deviation there from is authorized, in writing, by the Authority. The fact that any construction works carried out under the supervision and approval of the engineer does not relieve the contractor from the responsibility of completing the work in full compliance with the project, contract, Schedule of Requirements and Technical Specifications and general rules for construction works. A.5.1 Requirement for Construction Items All pipes and other structures and similar facilities have to be satisfying the requirements of all regulations and specifications which are not mentioned in this document. A.5.2 Curvilinear Alignment of Pipes Curvature of pipes is allowed for all diameters. Alignments must follow the general alignment of streets. Only a simple curve design is acceptable. The minimum allowable radius of curvature is 90m. Compression type pipe joints are required. Maximum joint deflection shall not exceed the manufacturer’s recommendations. A.5.3 Depth of Pipe Cover All pipes shall be laid to a minimum depth of 80 cm measured from the proposed ground surface to the top of the pipe, unless specifically allowed otherwise in special circumstances by the ENGINEER. If allowed, pipelines and services with ground cover less than 80 cm or more than 750 cm must be constructed of ductile iron class 50 pipes with polywrap. A.5.4 Minimum Width of Trench The width of the trench shall be ample to permit the pipe to be laid and joined properly, and the backfill to be placed and compacted as specified hereinafter. Minimum width of trench is outside diameter of the pipe barrel plus 40cm, i.e., 20cm each side as indicated in the Technical Drawings. A.6. Construction Requirements Prior to commencement of work the Contractor shall be responsible for setting out the Works in accordance with the approved Drawings, and shall maintain and re-establish all permanent and temporary survey marks for the duration of the Contract and to the satisfaction of the UNDP. The Contractor shall obtain all relevant approvals for planning, building, drainage and any other permits as required for the Works and shall comply with all inspection and testing requirements of all statutory authorities. The fact that any construction works carried out under the supervision and approval of the engineer does not relieve the contractor from the responsibility of completing the work in full compliance with the project, contract, Schedule of Requirements and Technical Specifications and general rules for construction works.

All construction works should be done in accordance with the approved projects, Technical Specifications and all laws and regulations in effect.

Page 42: INVITATION TO BID - UNDP | Procurement Notices

42

The costs of building the service roads from the quarry of materials to the workplace and the transportation of materials are included in the offer made by the bidder. All the temporary roads in the construction site will be built by the contractor. No additional payments will be made. All the materials have to be examined and approved by the UNDP. The samples and materials will be in accordance with the specifications. The minimum amount of machinery and equipment that should be present in the work place is stated in the ITB. The amount of ready-mixed concrete that is specified in technical drawings will be used. If not specified in the drawings for reinforced concrete C25 class concrete shall be used. During the excavation, the contractor is responsible for securing and supporting the excavation area, keeping the excavation site dry, transportation of materials excavated, storage and safety of materials excavated with any kind of safety precautions approved by UNDP. The sites that are specified in the project will be cleaned of plants and roots. The excavation will start after the completion of the cleaning process (e.g. uprooting the trees). The irregularities and problems that may occur because of cleaning procedures (e.g. uprooting a tree) will be fixed by the contractor The ground that the construction will be built on has to be safe and suitable. The unsuitable ground should be excavated for a depth that will be decided, no less than 30 cm, by the UNDP. If the river bed is appropriate, open derivation will be applied to keep the excavation site dry. For the drainage of ground water, the excavation will start from downstream. The excavation methods and program necessary for the amendment of the river bed will be prepared by the contractor. Before the concrete is poured, the inspection engineer will examine and approve the reinforcement that is placed and anchored. The supervision engineer can ask to remove the concrete if not examined and approved. The contractor has to make available enough number of vibrators in the construction site, to be able to immediately compression and the vibration of the concrete that is poured. The experiments on the concrete will be made on a calendar depending on the classifications and amount of concrete. If the experiments do not satisfy necessary specifications, the contactor will, by consulting UNDP, take the immediate actions to adjust the concrete mix, improve the quality control and make a study of relevant methods in order to guarantee the necessary level of quality. The daily concrete amounts and samples, specimens and other samples will be kept by the contractor. The concrete can only be poured with the presence of the supervision engineer If not stated in the drawings and technical specifications, the rules of following specifications will regulate the construction:

o The Ministry of Environment and Urbanization and General Directorate of State Hydraulic Work’s o General Technical Specifications for Iron Works and Reinforcement o General Technical Specifications for Concrete Works (TS.802) o General Technical Specifications for Aggregates of Concrete o General Technical Specifications for Cement (TS EN 206-1) o General Technical Specifications for Excavation Works o General Technical Specifications for Transportation o Rules and Regulations of Designing the Concrete Structures (TS 500) o Building Code for Steel Structures (TS 648) o Design Loads for Buildings (TS 498)

Page 43: INVITATION TO BID - UNDP | Procurement Notices

43

A.7. General Quality Assurance The Contractor shall provide and maintain a quality assurance and control system, which will provide objective evidence that the work under the Contract meets the quality requirements of the Technical and Performance Requirements. Tests and inspections shall be in accordance with Turkish Standards or other acceptable standards. The Contractor shall arrange for all inspections and testing by statutory authorities. Contractor is deemed to have made adequate provisions in the Contract price for all testing and quality control activities required achieving the quality standard stipulated in the Contract for the Works. A.8. Progress Meetings and Reports The Contractor shall attend progress and other meetings on Site as requested by the UNDP. The Contractor shall submit at the end of each month to the UNDP a narrative report summarizing significant progress or problems encountered during the preceding month in respect to all parts of the work under the Contract and, without restricting the generality of the foregoing, shall include reasoned and detailed comments in respect to:

Activities or items completed during the month, including dates of completion; Activities or items scheduled for completion during the month but not completed (showing details of intended remedial action and comments as to likely effects on the Date of Practical Completion); Changes to the critical path;

A.9. Construction Requirements Prior to commencement of work the Contractor shall be responsible for setting out the Works in accordance with the approved Drawings, and shall maintain and re-establish all permanent and temporary survey marks for the duration of the Contract and to the satisfaction of the UNDP. The Contractor shall obtain all relevant approvals for planning, building and any other permits as required for the Works and shall comply with all inspection and testing requirements of all statutory authorities. All the materials that are used in the construction shall be in accordance with the applicable Turkish Standards A.10. Contractor’s Program The ‘Contractor’s Program’ is also referred to as the Construction Program. The Contractor shall submit a detailed breakdown of the Contractor’s Program in “bar chart” form (clearly identifying the critical path) for approval within 1 (one) week following the award of Contract. The program shall be in the form that meets the requirements of the UNDP. The approved detailed breakdown of the Contractor’s Program with any revision/updates shall be submitted at least once every fifteen days with “progress to date” clearly marked on it. A.11. Demolition and Reinstatement of Works Reinstatement of roads and streets shall be undertaken in accordance with the relevant local standards and according to the existing grade. The Contractor will not receive payment for over break of “Demolition and Reinstatement Works”, or measures necessary as a consequence of such over break. Over break means a demolition, removal and reinstatement of paved surface carried out outside the designated lines. If the works of reinstatement, as carried out by the Contractor, are not satisfaction of the UNDP, the Contractor shall carry out remedial works. If the Contractor is not able or willing to perform remedial works as instructed by the UNDP, the UNDP shall have the right to employ another Contractor for these works. The costs thereof shall be borne by the defaulting Contractor, or may be deducted from his payment claim.

Page 44: INVITATION TO BID - UNDP | Procurement Notices

44

B. SITE INSTALLATION AND PREPARATORY WORKS B.1. Site Installation B.1.1 Site Installation and Mobilization The site installation shall include all site infrastructure, temporary site offices and yards, safety provisions, accommodation and sanitary facilities, provisions for water, energy and access and the installation of signboards in accordance to the requirements stated in the Schedule of Requirements , Technical Specifications and the Price Schedule. The costs of the site facilities shall be included in the corresponding unit prices. The location of all site installations shall be agreed beforehand with the Engineer. The Contractor shall prepare drawings of all sites selected for the site installation showing the location of all buildings, stores, offices, temporary roads, etc. The drawings shall be submitted for approval by the Engineer. Mobilization at site shall include all site works, the erection of all site facilities and the mobilization of all equipment and materials as necessary to carry out the Works under this Contract. Special attention shall be paid to the safe storage of fuel and lubricants in tanks and safety catchment basins in order to avoid the contamination of soils, subsoil and groundwater. This applies also for the installation of any workshop or other repair facilities. The Contractor shall give strict instructions to all persons employed by him to comply with the regulations for groundwater protection. If the Contractor fails to arrange for adequate precautions to avoid any contamination, he shall exchange soils contaminated by him at his own cost and bear full responsibility for any groundwater pollution. The Mobilization shall consist of preparatory work and operations, including, but not limited to the following:

The movement of personnel, equipment, operating supplies, and incidentals to the project site. The establishment of the Contractor’s offices, buildings, and other facilities to work on the project including rental of village houses at the construction sites as needed. Other work and operations that must be performed. Deployment of machinery and Equipment at site Deployment of staff (Construction) at site and/or HQ. Expenses incurred, prior to beginning work on the various contract items on the project site.

Engineer shall certify the progress on mobilization. B.1.2 Maintenance of Site Installation The maintenance of site installation shall comprise the maintaining of all site facilities for the execution of the Works including water and energy supply, the operation and cleaning of site offices, accommodation and sanitary facilities and all temporary works as necessary to ensure access to and proper protection of construction sites including security, lighting and traffic control during the construction period. B.1.3 Demobilization from Site The demobilization includes the removal of all site facilities and temporary installations, the removal of all equipment from Site, the removal of all surplus materials, the reinstatement of all damaged or worn access roads and facilities used by the Contractor and the cleaning up of the construction site after completion of the Works.

Page 45: INVITATION TO BID - UNDP | Procurement Notices

45

B.2. Site Facilities B.2.1 Safety and Accommodation The Contractor shall ensure that all safety and welfare measures strictly comply with the provisions of the regulations in force for health, environment, welfare, safety and groundwater protection. The Contractor shall provide, at his own expense, for temporary fencing to all parts of the works and sufficient protection of all open excavations to ensure the safety of workpeople, for suitable shelters and/or mess rooms for his workpeople and supervisory staff and for adequate sanitation facilities. The Site shall be equipped with sufficient closets which comply with the regulations for groundwater protection. If the Contractor fails to arrange for adequate precautions and sanitation facilities, the Supervisor shall instruct a third party to provide them at the cost of the Contractor. The Contractor shall have particular regard to the safety of persons and livestock and shall ensure that all open excavations, access routes and steep or loose slopes arising from the Contractor’s operations are adequately fenced and protected. The Contractor shall be held responsible for all necessary safety measures during the duration of the Contract and shall strictly follow the safety regulations in order to prevent accidents. Proper strutting, sheeting and bracing, protection of slopes, methods of excavation to reduce risks of slides, etc. shall be deemed to be included in the rates and prices entered in the Price Schedule. In the event of soil slides occurring during earthwork, all damage and making good of works shall be at the expense of the Contractor. If there is an intensive human existence around the working area safety barriers and portable bridges (for crossing purposes) shall be located along and over excavations/ditches to prevent any accident or injury. The Contractor shall take all precautions against the contamination of the Works. B.2.2 Safety of Personnel and Visitors The Contractor shall observe and cause his staff to observe standards commensurate with the nature of the Works. To this end the Contractor shall provide and ensure his employees wear:

overalls, boots or shoes with reinforced toe caps, helmets suitable for construction sites, other protective equipment such as gloves, ear muffs, goggles, etc., as are necessary for any particular work.

The Contractor shall further provide helmets and shoes for the UNDP, MFAL and their staff and for the use of site visitors up to ten in number. No work shall be permitted to be executed unless the Engineer is satisfied that appropriate safety measures are in place and that the Contractor’s employees are wearing suitable safety gear. B.2.3 First Aid Outfits The Contractor shall, at his own cost, provide and maintain for the duration of the Contract adequate first aid outfits at all construction sites. B.2.4 Cleanliness on Site The Contractor shall make every effort to keep the Site tidy and in orderly manner and to take at all times every possible precaution against the contamination of subsoil and groundwater. The Contractor shall be responsible for making all arrangements for the disposal of solid and liquid wastes from the Site at his own expense. Furthermore, he shall give strict instructions to all persons employed by him to use the sanitary facilities provided at Site.

Page 46: INVITATION TO BID - UNDP | Procurement Notices

46

If the Contractor fails to keep the Site clean, the Engineer shall instruct a third party to carry out the work at the cost of the Contractor. B.2.5 Water and Energy Supply The Contractor shall be responsible for and shall make all arrangements for adequate supply of water and energy to the construction Site. He shall also supply safe drinking water for the workmen on Site. The Contractor shall be responsible for the supply of all water required for mixing and curing of concrete and for testing of pipelines and structures. B.2.6 Maintenance of Traffic The Contractor shall provide, erect and maintain on the Site and the locations on the access to the Site all traffic signs and traffic control signals and all measures for protection of the public, as necessary and/or may be locally required by the relevant local bodies for the safe direction and control of the traffic during execution of the Works. The location and size of all such signs and the lettering thereon shall be approved by the Engineer before installation. The Contractor shall relocate, cover or remove signs as required during the progress of the Works. B.2.7 Use of Public Roads and Temporary Roads The Contractor shall, at his own expense, carry out all protective works and strengthening of public roads used by him as necessary to avoid damage from heavy loads and plant moved to the Site. The Contractor shall also construct, maintain and remove temporary access roads as he may require for carrying out the works at his own expense. The Contractor shall observe all restrictions, which apply to public roads, and he shall comply with all reasonable restrictions which may be imposed by the Engineer, the Employer or other competent local bodies. This includes safe and secure fencing of the respective site, temporary traffic lights and security guards. The Contractor shall not run tracked vehicles or tracked plant on any public or private road without the written approval of the responsible Authority and subject to such conditions as those may require. Public and private roads and other surfaces used by the Contractor shall be kept free from dirt and rubbish and shall be cleaned with adequate equipment as directed by the Supervisor. If the Contractor fails to do so the Supervisor can order a third party to do the cleaning on the account of the Contractor. Immediately after ceasing the use of any temporary road the Contractor shall restore the road to the satisfaction of the Supervisor and the responsible Authority. These provisions shall apply also to the shoulders, footpaths, drains, etc. of any existing sealed road used by the Contractor or affected by his operations. B.2.8 Maintaining of other Services / Utilities and Structures The Contractor shall be responsible for maintaining all water-courses, pipes, sewers, drains, electricity and communication cables, other services and structures during the construction of the Works. The Contractor shall repair to the satisfaction of the Engineer or the concerned authorities, without any delay, any damage caused by his operations and maintain existing services during the execution of Works at his own expense. As soon as an existing service is encountered in the excavation the Contractor shall forthwith call the attention of the Engineer and the appropriate utilities service authority thereto. Notwithstanding any relevant information furnished by the Employer or the Engineer, the Contractor shall be responsible for ascertaining, from his own inspection of the Site and from the respective utility and other authorities and by excavating and backfilling for trial pits , the position of all mains, pipes and cables whether underground or overhead, within or near the Site.

Page 47: INVITATION TO BID - UNDP | Procurement Notices

47

The Contractor shall, at his own expense, maintain the flow in all pipeline, drains, water pipelines and all water courses which may be met during the execution of the Works, allowing none of the waters to flow in the trenches under this Contract. If an existing utility line is needed to be diverted or demolished, such line shall be diverted or demolished and afterwards relocated and/or repaired as originally found and be approved by the respective utility/authority. If any utility intercepts, the Engineer shall have the authority to modify the design and to order deviations from the line and grade. B.2.9 Temporary Approaches, Bridges, Gangways etc. Where any road, path, or right of way is affected by the construction of the Works, and as in the opinion of the Engineer may from time to time be necessary for safe and expeditious access to different parts of the Works, the Contractor shall provide suitable temporary approaches, bridges, gangways, and roads. Particularly, the Contractor shall provide means of access to adjacent occupiers of the land to carry on their normal occupations, and shall indemnify the Employer against any claim for loss of business or amenities. All such approaches, bridges, gangways and roads shall be maintained in service until all requirements of the Specifications have been fully complied with. All costs of constructing, maintaining and removing all temporary approaches, bridges, gangways, etc., under this sub-clause shall be deemed to be included pro rata in the related pay items of the Schedule of Payments. B.2.10 Work in Existing Roads and Footpaths Where existing roads shall be crossed or works are performed in existing roads, the Contractor shall obtain instructions from the Engineer as to the date and hour for the breaking up of the road and the manner in which traffic is to be diverted to other roads. Such deviations shall be provided and maintained by the Contractor at his expense. All roads used shall be kept free from dust and mud, and unless permission to close certain roads is obtained by the Contractor from the Engineer, at least one half the width of each road (if possible) shall be kept open to traffic. Men and apparatus shall be provided by the Contractor for pedestrian and for vehicular traffic control when working along or crossing roads. Lamps shall be lighted and warning signboards put up where necessary to ensure, during the progress of work, the safety of traffic using the road, and to prevent unauthorized persons, animals, etc., from straying on to the work. The Contractor shall be responsible for liaison, co-ordination and arrangements with the relevant authority in the obtaining of consents, payment of fees and all manner of things necessary to comply with the lawful orders of the relevant authorities and the Contractor shall allow for the same in his rates. All roads, including shoulders and various kind of drains, ditches and footpaths shall be restored to their original condition and carried out to the requirements of the relevant authority as soon as the work along or at the crossing has been completed. All restoration works, such as backfilling and road base course and surfacing, shall be performed to the requirements of the Specifications. B.2.11 Precautions The Contractor shall take all precautions to avoid damage to any structure owned by third parties. If damage occurs, the Contractor and the Engineer shall contact UNDP of the damaged structure immediately, jointly, and all necessary repairs shall be made by the Contractor at his own expense, under the direction and to the satisfaction of the Engineer.

Page 48: INVITATION TO BID - UNDP | Procurement Notices

48

B.2.12 Sign Boards The contractor shall provide, erect and maintain 2 (two) weather resistant signboards/display panels for each site at the locations to be approved by the Engineer. The signs shall be a minimum of 4m wide by 3.5 high and give information (name of the project, logos of the project parties, contractor, contract period etc.) to be provided by the Engineer. Signboards shall be of mobile type and suitable for continuous transportation to locations/sections where the actual works are taking place. After completion of all the works, the signboards shall be transformed into the commemorative plaques. The commemorative plaques shall be installed as stationary on the approved locations by the Ministry of Food, Agriculture and Livestock (MFAL). B.2.13 Contractor's Facilities B.2.13.1 Site Office The Contractor shall propose uncovered areas to the approval by the Employer/Engineer for the establishment of the site office. Within the proposed area the Contractor shall provide and maintain offices appropriate to the efficient management and control of the project by his own staff. B.2.13.2 Storage Areas and Yards The Contractor shall propose uncovered areas to the approval by the Employer/Supervisor for the storage of plant, equipment and materials during the execution of the Contract. The Contractor shall be responsible for the off-loading, transporting and handling of all the plant and equipment and materials needed for the purpose of the Contract. The handling and storage of all plant and equipment at the site shall be to the risk of the Contractor and without responsibility of the Employer. The Contractor shall protect all material against corrosion, mechanical damage or deterioration during storage and erection on site. The protection shall be to the approval of the Engineer. B.2.13.3 Staff Facilities The Contractor shall provide for and maintain temporary sanitary facilities on the site for the use of all persons connected with the works. The Contractor shall at all times keep the facilities in a clean and sanitary condition, and shall post notices and take such precautions as may be necessary to keep the site clean. The Contractor shall carry out any cleaning whatsoever as may be directed by the Engineer to maintain such sanitary conditions. The Contractor shall provide for and maintain an adequate supply of potable water for his and his subcontractor's use. The water supply shall be used for construction purposes and for consumption in the temporary facilities. The water supply system including the connection to the public system shall be approved by the Engineer. All electrical power required by the Contractor shall be provided by him at his own expense. All temporary connections and installations for electricity shall be subject to the approval of the Engineer. All temporary electrical installations shall be provided, connected, and maintained by the Contractor in accordance with local by-laws and regulations and to the satisfaction of the Engineer. The Contractor shall not use any part of the permanent works for temporary power supply, illumination, or equal purposes, unless agreed with the Supervisor on a case-by-case basis. B.2.13.4 Equipment For satisfactory quality of work and a rate of progress which will ensure the completion of the works within the time stipulated in the Tender. If at any time such equipment appears to be inefficient, inappropriate, or insufficient for securing the quality of work required or for the rate of progress, the Supervisor may order the Contractor to increase the efficiency, change the character or hire additional

Page 49: INVITATION TO BID - UNDP | Procurement Notices

49

equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the works and rate of progress required. B.3. Preparatory Works B.3.1 Review of Technical Documents The Contractor shall carefully review all technical documents included in the Contract before the start of the Works and the ordering of the required goods. The Contractor shall amend such technical documents as may be required and submit three copies to the Engineer. B.3.2 Contractor’s Design The Contractor shall prepare all required design works of all permanent and temporary works and respect the local and international regulations. The Contractor shall submit for approval to the Engineer, all calculations, drawings, mechanical properties of materials, manufacturer’s specifications justifying the quality and structural design of materials, equipment and structures. He shall also submit to the Engineer a copy of the standards and methods used for the calculations. B.3.3 As-Built Drawings As the work proceeds, the Contractor shall prepare, at his own expense, record drawings as to portray the Works actually executed. These record drawings shall become As-Built Drawings upon Completion of the Works. These drawings shall clearly show all portions of the Works, in plan, profile and sections and also all deviations from the original drawings. Draft versions of the record drawings shall be submitted to the Engineer for approval and then be completed with any amendments requested by him. On Completion of Works the Contractor shall supply to the Engineer the complete set of originals and 3 (three) copies of the As-Built Drawings. B.3.4 Programme of Supplies and Works The Contractor shall submit to the Engineer full details of his proposed Supply and Working Programme and its milestones within the execution period as stipulated in the Contract. The Contractor shall use the CPM for elaboration of the Programme and shall use MS Project as tool. The Programme shall be deemed to have taken into account the climatic conditions to provide for the supply of the goods and the completion of the Works in the order and within the times specified therein. The Contractor shall carry out the Contract in accordance with the Programme agreed with the Engineer but he shall in no way be relieved by the Supervisor's approval of the Programme of his obligations to complete the Works in the prescribed order and by the prescribed Completion Date, and he shall review his progress every month (tracking Gantt chart) and make such amendments to his rate of execution of the Works as may be necessary to fulfill these obligations. Once the proposed Programme is approved by the Engineer, the Contractor shall not depart from the Programme without written consent of the Engineer. In the event of unforeseen difficulties or disturbances which shall have influence on the approved Programme of Works, the Contractor shall advise the Engineer in writing of such occurrences without delay and submit bids for any necessary remedial measures, for which he shall obtain the Engineer's approval before putting such measures into effect. The Programme shall clearly indicate the material approval dates before the order of such, the suppliers’ customs procedures, the working drawings submittals and the time of access to land, submittal and

Page 50: INVITATION TO BID - UNDP | Procurement Notices

50

approval of road closing, the submittal of As-Built Drawings or any other event that may concern the Engineer. When preparing the Programme of Works, as specified, the Contractor shall take account of the priority order prescribed for the various activities of the Works. The Programme of Works shall conform to the following: If it is necessary for the safety of the Works or for any other reason, the Contractor shall carry out such part of the Works continuously by day and by night when so instructed in writing by the Engineer. The extent of the working site has to be agreed with the Employer and the Engineer. Generally, working sites shall be confined in accordance to physical restrictions and the requirements for maintaining vehicular and pedestrian traffic.

B.3.5 Cash Flow Programme Together with the Work Programme the Contractor shall provide to the Engineer a detailed Cash Flow Programme of all payments to which the Contractor shall be entitled under the Contract. He shall update this Programme with the updates of the Programme of Works, if required to do so by the Engineer. B.3.6 Notices before Starting Excavation The Contractor shall, before starting excavation in any portion of the Works, give all necessary notices and make timely and reasonable arrangements with:

The relevant bodies responsible for public roads (approvals for opening, agreements on resurfacing) and the Police (traffic arrangements), where applicable. The relevant bodies for water and energy supply and telecommunications (dealing with crossing of, maintaining and reinstatement of the respective services). The concerned land owners (approvals of access, reinstatement of surfaces).

B.3.7 Site Inspections before Starting Excavation Before carrying out any excavation, the Site shall be inspected jointly by the Contractor and the Engineer in order to verify site conditions, to establish the directions for site clearance and to clarify the further proceedings. Before commencing any site clearance and excavation in private property, the Contractor shall prepare and agree with the owner or occupier of such property a record of the state of the surface with particular reference to any features that may require special care, conservation and reinstatement. Pre-construction photos shall be taken of the original Site by the Contractor and be submitted to the Engineer in two (2) copies together with the respective digital files. By that way after construction the conserved and reinstated parts can be compared with the original status. The Contractor shall prepare an inspection report which shall describe the conditions of the buildings, roads, footpaths, etc., in question and shall submit such report to the Engineer. Any damage caused by the Contractor to third parties during excavation or other works shall be repaired and maintained by the Contractor at his own expense without any delay. B.3.8 Technical Documentation of Manufactured Goods The Contractor shall provide to the Engineer for approval a complete set of technical documents of all goods that shall be supplied from Manufacturers (pipes, valves, fittings, etc.) to be incorporated into the Permanent Works. The document shall further detail the documentation included in the tender. Only goods figuring in the technical documentation and approved by the Engineer shall be supplied.

Page 51: INVITATION TO BID - UNDP | Procurement Notices

51

B.3.9 Construction Methods The Contractor shall submit details of the plant, equipment and labor force, which he proposes to use and employ and shall describe in detail the proposed construction methods. The details on construction plant shall include the make, type, capacity or rating and the number of units which the Contractor envisages to employ throughout the duration of the Contract. Special attention shall be paid to the (1) procedure of concrete mixing, transporting, vibrating and curing and whether the concrete is prepared at the Site or elsewhere, (2) on-site coating, painting and other works serving for corrosion protection. The Contractor shall furnish to the Engineer the formal approval of working methods he may be required to obtain from relevant authorities prior to the commencement of any new section of works. Such approval of working methods shall in no way relieve the Contractor from his obligations. Such approvals of working methods shall be obtained, as applicable, e.g. for the maintaining of public traffic, the dealing with/crossing of other services, the diversion of flow and discharge of water from excavations, the reinstatement of excavated areas and the provisions to ensure public safety. B.3.10 Approval of Materials and Workmanship The supply of all materials, items and accessories shall be subject to the approval of the Engineer. The Contractor shall provide such samples as the Engineer may require in advance of the execution of Works for approval and, when approved, the quality of materials shall be at least equal to that of the approved samples. This includes also the testing and quality control of aggregates, cement and concrete and other building materials. The Contractor shall furthermore provide sample areas and items of finished workmanship for approval by the Engineer as required by him. All workmanship shall be equal to the approved samples. For the approval of materials standard institution certificates of the related materials from the country of production shall be submitted. B.3.11 Testing of Materials The Contractor shall provide material test results and certification by Independent Testing Laboratory approved by the Engineer showing that the materials meet the specified requirements. The testing of materials and goods shall be performed well in advance of the time they will be required for use. The Contractor shall not be entitled to any compensation or claim for delays, inconveniences, damage, standing time or any other cause whatsoever, arising from the late submission of testing results or the rejection of materials and articles. B.3.12 Setting-Out of Works Prior to the Commencement of the Works the Engineer shall provide a number of benchmarks on Site. Before starting any work, the Contractor shall verify the levels of the benchmarks in the presence of the Engineer and shall request the Engineer to correct any omission or error which may be discovered during verification. After the benchmarks and markers have thus been consolidated, the Contractor shall certify their acceptance in writing to the Engineer. The Contractor shall then establish, in locations and at levels approved by the Engineer steel datum pegs which shall be securely concreted in. The levels of these pegs shall be used as reference datum during construction. The Contractor shall be responsible for accurate setting-out the Works, temporary benchmarks and shall carefully protect and preserve all benchmarks, sight-rails, pegs and other things used in setting-out the Works. B.3.13 Survey Staff The Contractor shall also provide all staff, labor, instruments and materials as may be required by the

Page 52: INVITATION TO BID - UNDP | Procurement Notices

52

Supervisor for survey work and measurements in connection with the Works. C. CONCRETE WORKS

C.1. General Plain and Reinforced concrete shall be accomplished in accordance with these specifications and as shown on the detail drawings. All concrete construction shall conform to all applicable requirements of the Technical Specifications for Concrete Works (TS 802), TS 500, TS 498, TS EN 206-1. Reinforcing steel bars shall be placed and tied according to the detail projects. For the reinforced concrete, steel bars shall conform St III and Public Works Standards (23.014, 23.015, Technical Specifications for Steel Works) All of the Formworks, scaffolding, supports, reinforcing steel bars shall be prepared according to the detail projects. And after the approval by the ENGINEER, concrete shall be placed. Concrete shall be placed only in the presence of the ENGINEER. Concrete shall be thoroughly and uniformly compacted by means of internal mechanical vibration with internal vibrator. C.1.1 Curing of Concrete All concrete shall be water cured for a minimum of 7 of 24 hour days. It is the Contractor’s responsibility to rig up all necessary equipment to conduct this task correctly and effectively. C.1.2 Sampling and Testing Generally- Concrete The Contractor shall make available on site throughout the period of the Contract equipment and facilities for the performance of slump tests and the manufacture of concrete test cylinders. C.1.3 Rejection Criteria – Concrete Concrete which has any of the following defects shall be liable to rejection:

It is porous, segregated or honeycombed. A construction joint has been made at a location or in a manner not acceptable to the UNDP. The reinforcement has been displaced from its correct locations. The concrete is shown by the UNDP to be otherwise defective. Cold formed joints.

C.1.4 Records - Concrete Day to day records of all concreting shall be kept by the Contractor. The records shall clearly show dates, times, temperature and weather conditions as well as test references or test results and the place of concreting. These records shall be submitted to the UNDP once a week or as often as he directs. C.1.5 Surface Protection – Concrete All finished concrete surfaces shall be protected from damage, staining or contamination from any cause such as construction equipment, materials or methods, and by rain, running water or wind. C.1.6 Construction Joints - Concrete The Contractor shall submit procedures and drawings to the UNDP clearly showing its proposals for concrete placing in each component of the Works together with construction joints and lifts. C.1.7 Repair Procedures for New Concrete Any making good of defective concrete will be subject to the approval of the UNDP who may alternatively require the complete removal and replacement of the defective concrete.

Page 53: INVITATION TO BID - UNDP | Procurement Notices

53

C.2. Materials C.2.1 General Materials used in the works shall be new, good and of the qualities and kinds specified herein and equal to approved samples. Delivery shall be made sufficiently in advance to enable further samples to be taken and tested if required. Materials not approved shall be immediately removed from the works at the Contractor's cost. All specified properties of the concrete-making materials shall be tested with a frequency to ensure continuous compliance with the requirements, and whenever new materials are to be used. Materials shall be transported, handled and stored on the site or elsewhere in such a manner as to prevent damage, deterioration, or contamination. C.2.2 Cement Cement shall be from an approved source and shall be low alkali cement and sulphate-resistant or ordinary Portland cement complying with EN197. Low alkali cement to be used in the works shall contain less than 0.6% alkali (expressed as Na2O + 0.658K2O). Cement shall be delivered in sealed manufacturer's branded bags or barrels, each consignment accompanied by the manufacturer's test certificates. Damaged bags or barrels and any cement the Engineer considers unsatisfactory shall be rejected. Each bag shall be used on the day of opening; bags opened on the previous day shall be rejected. All rejected cement including that which has become affected by damp conditions is to be removed from site within 48 hours. High alumina cement or blast-furnace slag cement shall not be used. Cement stored on site shall be protected from the weather and raised from the ground. Cement shall be used in the order in which it is delivered. Cement temperature shall not exceed 60C when used. Cement shall not be used after 6 months from its manufacture date or after it has been held in store for 3 months, unless it is tested and satisfies the relevant EN Standards. Each re-test certificate shall be valid for a period of 6 months. Each consignment of cement delivered to the site shall be accompanied by a certificate showing the place and date of manufacture and the results of standard tests carried out on the bulk supply from which the cement was manufactured. Notwithstanding the above requirements and tests, the Engineer may reject any cement which in his opinion is unsatisfactory for any reason whatsoever. C.2.3 Water Water for use in concrete, mortar mixing and curing shall be obtained from an approved source and shall be of a quality as not to affect the setting time, strength, durability of the concrete or mortar, or the appearance of hardened concrete or mortar by discoloration or efflorescence, nor the reinforcement at any age of the concrete or mortar. Water shall be clean, potable, blended or unblended, with a pH between 5.0 and 9.0 and shall be tested in accordance with EN 1008. The following limits shall not be exceeded:

Total dissolved solids (TDS) not greater than 2000 ppm Suspended solids not greater than 2000 ppm Chlorides (Cl) not greater than 500 ppm Sulphates (SO3) not greater than 1000 ppm Alkali (HCO3/CO3) not greater than 1000 ppm

Water shall be stored in approved, clean containers which are protected from sun, wind, dust, organic contamination or from contamination by any other source.

Page 54: INVITATION TO BID - UNDP | Procurement Notices

54

C.2.4 Aggregates Materials used as aggregates shall be obtained from a source known to produce aggregates satisfactory for concrete and shall be chemically inert, strong, hard, durable, of limited porosity and free from adhering coatings, clay lumps, coal and coal residues and organic or other impurities that may cause corrosion of the reinforcement or may impair the strength or durability of the concrete. Aggregates shall be natural gravels or crushed stone complying with EN 12620. The aggregates used in the concrete mix shall not cause damage or weakening of the concrete. Aggregates shall be stored and handled only on approved impervious free draining platforms with concrete block walls separating different grades. Stock piles shall be built in 1.50 m (maximum) layers and segregation of the aggregates shall be prevented. All aggregates which have become segregated shall be removed. All aggregates stored on site shall be covered with approved sheeting until required for mixing. Aggregates which have become contaminated whilst stored on site shall be removed. C.2.5 Fine Aggregates Sand for concrete shall comply with EN 12620. It shall not contain more than 3% voided shells (as determined by direct visual separation). Artificial or manufactured sand will not be acceptable. The maximum permitted concentration of chlorides and sulphates expressed as percentage by weight of dry sand are 0.06% (as acid soluble Cl-) and 0.4% (as acid soluble SO3) respectively. The blending of crushed stone fines may be permitted provided that the blended product meets all the requirements for fine aggregates. Materials finer than 75 micron size - ISO 3310 test - shall not exceed 5% by weight. If the materials finer than 75 microns - according to ISO 3310 test - consist of the dust of fracture, essentially free of clay or shale, the limit can be increased to 7% by weight. Absorption shall not exceed 5%. Magnesium sulphate soundness weight loss shall not exceed 10% after five cycles (ASTM C88 or equivalent). When tested for organic impurities the color shall be lighter than the reference standard color (ASTM C40 or equivalent). When tested for potential alkali reactivity (ASTM C 227 or equivalent) the expansion shall be less than 0.05% at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C 289 or equivalent and the evaluation done in accordance with ASTM C 33, Appendix XI or equivalent. C.2.6 Coarse Aggregates Coarse aggregates for concrete shall be hard and durable stone, produced by mechanical crushing, e.g. by jaw, impact or cone crushers or other mechanical means to the approval of the Engineer. The maximum permitted content of chlorides and sulphates by weight of dry aggregates are 0.03% (as acid soluble Cl-) and 0.4% (as acid soluble SO3) respectively. Unless otherwise approved by the Engineer, coarse aggregate for use in all classes of concrete shall be provided for batching as single sized aggregates of 40 mm, 20 mm and 10 mm nominal size proportioned in such ratio as to give a uniform gradation. Absorption shall not exceed 2.5% (EN 12620). Flakiness index and elongation index shall not exceed 25% (EN 12620). Coarse aggregate shall not contain more than 5% soft fragments (ASTM C 235 or equivalent). Magnesium sulphate soundness weight loss shall not exceed 10% after five cycles (ASTM C88 or equivalent). When tested for potential alkali reactivity (ASTM C 227 or equivalent) the expansion shall be less than 0.05% at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C 289 or equivalent and the evaluation done in accordance with ASTM C 33 or equivalent, Appendix XI. C.2.7 Admixtures Any use of admixtures and additives shall comply with EN 934 and shall be approved by the Engineer. Approved admixtures shall be used in accordance with the manufacturer's recommendations, shall be

Page 55: INVITATION TO BID - UNDP | Procurement Notices

55

dispensed by approved equipment, which provides a visible means of checking each dose, and shall comply with the relevant EN standards. The proposed dosages, the manufacturer's technical information and the results of trial mixes shall be submitted to the Engineer before approval is given. When more than one admixture is to be used in a concrete, the compatibility of the various admixtures shall have been ascertained by standard tests and certified by the manufacturer(s). No admixture containing chloride or nitrate shall be used. C.2.8 Total Chloride and Sulphate Contents The total acid soluble chloride content of the concrete mix shall be determined in accordance with EN 12350. Chlorides from all sources shall be included. For concrete made with sulphate-resistant cement the maximum total acid soluble chloride content expressed as % of chloride ion by weight of cement shall be 0.200%. The maximum total acid soluble sulphate content of the concrete mix from whatever source expressed as % SO3 by weight of cement shall be 4.0. C.2.9 Reinforcement Reinforcement shall comply with EN10080. Reinforcement bars shall have strength equal to high yield steel bars and shall be profiled. The characteristic yield stress shall be at least 550 N/mm2. The Contractor shall furnish the Engineer with copies of the manufacturer's certificates of tests for the steel reinforcement to be supplied. If required by the Engineer, the Contractor shall submit samples to, and obtain test certificates from, a recognized testing laboratory approved by the Engineer. All reinforcement shall be clean and free from pit corrosion, loose rust, mill scale, paint, oil, grease, adhering earth, or any other material that may impair the bond between the concrete and the reinforcement or that which may cause corrosion of the reinforcement or may be detrimental to the quality of the concrete. C.2.10 Liquid Membrane - Curing Compound Liquid membrane - curing compound shall comply with ASTM C 309 or equivalent, Type 1, unless another type is accepted by the Engineer. Water stops shall be used in all construction joints. Web thickness shall not be less than 5 mm. Water stops shall be either rubber or polyvinyl chloride (PVC). Spacers shall be made of concrete of same grade as the structure, for which they are to be used. C.3. Requirements / Workmanship C.3.1 Formwork for Design and Construction Formwork for concrete shall be rigidly constructed of approved materials and shall be true to the shape and dimensions. Formwork shall be constructed of material or lined with materials as may be necessary to achieve the finishes specified in this section. The formwork design shall be submitted to the Engineer for approval before construction commences. All material brought on the site as forms, struts or braces shall be new materials. Faces in contact with concrete shall be free from adhering grout, projecting nails, splits, or other defects. Joints shall be sufficiently tight to prevent the leakage of cement grout and to avoid the formation of fins or other blemishes. Faulty joints shall be caulked. 20 mm by 20 mm chamfers shall be formed on the external corners of concrete members, unless otherwise specified. Internal corners shall similarly be provided with 20 mm fillets. Formworks for exposed surfaces shall be laid out in a regular and uniform pattern with the long dimension of panels vertical and all joints aligned. If openings of the formwork for the escape of water used for washing out are made, they shall be

Page 56: INVITATION TO BID - UNDP | Procurement Notices

56

formed so that they can be conveniently closed before placing the concrete. Connections shall be constructed to permit easy removal of the formwork and shall be strong enough to retain the correct shape during consolidation of the concrete. Metal ties or anchors within the form shall be so constructed as to permit their removal to a depth of at least 50 mm from the face without injury to the concrete. All fittings for metal ties shall be of such design that upon their removal the cavities which are left will be of the smallest possible size. Spreader cones or ties shall not exceed 25 mm diameter. The cavities shall be filled with cement mortar and the surface left sound, smooth, even and uniform in color. Formwork shall be true to line and braced and strutted to prevent deformation under the weight and pressure of the unset concrete, constructional loads, wind, and other forces. Beams spanning more than 3 meters shall have an upward camber of 1½ mm per m of span. Concrete shall normally not be placed in lifts deeper than 3 m. For lifts higher than 3 m openings for placing the concrete shall be provided in order to avoid segregation of the concrete. Approved mould oil or other material shall be applied to faces of formwork to prevent adherence of the concrete. Such coatings shall be insoluble in water, non-staining, and non-injurious to the concrete. Liquids that retard the setting of concrete shall be used only when approved. Mould oil, retarding liquid, and similar coatings shall be kept from contact with the reinforcement or previously cast concrete. Before any concrete is placed, forms shall be properly cleaned by washing out with water and/or air under pressure to remove sawdust, shavings, metal and other foreign matter. All water shall then be drained and mopped out from the formwork. In no case shall concrete be placed in the forms until such forms have been approved by the Engineer. Such approval shall not relieve the Contractor of his responsibility for the formwork. Details of any fixtures to be cast into the concrete shall be to the approval of the Engineer. No fixtures shall be attached to the concrete by shot-firing without prior permission of the Engineer. Notwithstanding any such authorization, the Contractor shall take full responsibility for any damage caused to the structure and make good to the satisfaction of the Engineer. C.3.2 Removal of Formwork Formwork shall be removed by gradual easing without jarring. Before removal of the formwork the concrete shall be examined and removal shall proceed only in the presence of a competent supervisor and only if the concrete has attained sufficient strength to support its own weight and any load likely to be imposed upon it. The following striking time given in maturity days are the absolute minimum that will be permitted:

Soffits 14 days Sides 4 days

Loads shall not be placed on concrete before the following periods after casting: Columns, walls, beams, slabs, etc. 14 days Foundations 10 days

The Contractor shall record the date upon which the concrete is placed in each part of the work, and the date on which the formwork is removed from there. The assessment of the period elapsing between placing the concrete and removing the formwork and consequences arising there from shall be entirely the Contractor's responsibility. C.4. Reinforcement C.4.1 General The Contractor shall ensure that all reinforcement is checked by a competent person. The Contractor shall notify the Engineer well in advance about portions of reinforcement work ready for inspection and shall keep a detailed record of the planning and control of the reinforcement work.

Page 57: INVITATION TO BID - UNDP | Procurement Notices

57

C.4.2 Storage of Reinforcement Reinforcement shall be stored on properly constructed racks at least 150 mm above ground level. The storage, cutting and bending of steel reinforcement shall be carried out under cover on an approved, free draining concrete platform. The method of storing shall be such as to prevent contamination or damage by weather or accident. Steel shall be protected from humidity when stored. C.4.3 Handling of Reinforcement Sheets of mesh fabric shall be flat unless specified as bent and any tendency to curve or twist shall be corrected by the Contractor before fixing. Mesh fabric shall not be supplied in rolls. C.4.4 Cutting and Bending Dirt, rust, concrete, scale, paint, oil, grease, salts, etc. shall be removed from the reinforcement by sand blasting. Reinforcement shall be bent when cold by hand or by using an approved hand or power operated bending machine. When bending, the reinforcement should be subjected to a constant even load and not an impact load. Welding of reinforcement will only be allowed with the specific written permission of the Engineer. Bars incorrectly bent shall be used only if the means used for straightening and re-bending be such as not to damage the steel. No reinforcement shall be bent when in position in the works without approval, whether or not it is partially embedded in hardened concrete. Bending dimensions shall be in accordance with TS 500. C.4.5 Fixing Reinforcement Bars in contact shall be firmly secured to each other with approved binding wire or proprietary clips of a type approved by the Engineer. Binding wire shall be 16-18 gauge soft iron wire free from rust or other contaminants. The reinforcement shall be fixed accurately in position so that the reinforcement is in the correct position in relation to the formwork to give the specified concrete cover. The reinforcement shall be securely fixed in position so that it will not be displaced during the passage of the Contractor's traffic, the placing and compaction of the concrete or any related operations. The correct cover shall be maintained by the use of plastic spacers or other approved means. If approved for use, concrete spacing blocks shall be machine pressed, or, if manufactured on site, shall be made from a mix of one part cement and two parts of sand. Site manufactured blocks shall be well compacted and water cured for a minimum of 7 days after casting and shall have a 10 minute absorption of less than 3.2% by weight. Concrete spacers shall be comparable in strength, durability and appearance to the surrounding concrete. Any wire cast into the spacer blocks shall be positioned well away from the exposed surface and shall be galvanized. Spacers fixed to parallel reinforcement bars shall not be located in a line across a section. Timber, stone or metal spacers shall not be used. The top reinforcement in slabs shall be rigidly supported by mild steel chairs from the bottom reinforcement. Plastic coated or galvanized steel chairs shall be used where in contact with exposed concrete surfaces. Chair spacing shall be at maximum 1.50 m centers in both directions. Starter bars to walls shall be securely fixed to the reinforcement in the parent concrete and accurately located to maintain the specified cover. Reinforcement embedded in hardened concrete shall not be bent. Reinforcement cages assembled before fixing shall be protected against the weather and shall be stored and transported carefully so that no distortion or contamination may occur. Concrete shall be placed within 3 days of fixing reinforcement. C.4.6 Laps and Joints Laps are to be staggered in such a manner that maximum one third of the bars are lapped in the same section, otherwise the lap length shall be increased by 50%.

Page 58: INVITATION TO BID - UNDP | Procurement Notices

58

C.4.7 Water stops When water stops are placed for water tightness the water stops shall be made PVC-type resistant to chlorides, sulphates, chemicals and the like. The width of the water stops shall be according to the manufacturers’ specifications. All water stops shall be made continuous and shall be welded at all connections. Overlap is not allowed. All joints in water stops shall be made by the manufacturer of the water stop. If a joint ends at another part of the structure e.g. the connection between a wall and a bottom slab, the water stop should also be placed at least 30 cm inside the adjacent part of the structure. Water stops shall be placed in accordance with the manufacturers specifications. The Contractor shall submit type of water stops including a description of installation of water stops to the Engineer for his approval at least one month before. D. EXCAVATION WORKS

D.1. General Requirements The Contractor shall submit plan of operation to UNDP’s approval with complete details of the method of excavation, any necessary site drainage, safety measures, list of equipment and all other items of interest for the particular work at least 3 working days prior to starting excavation. The Contractor shall set-out structures as shown on the Drawings, utilized survey points, bench marks and coordinates given. The Contractor is responsible for the correct setting-out of all structures. Upon the request by UNDP, any lacking or defective item, shall be corrected by the Contractor without any payment. The Contractor is responsible for all necessary safety measures. From the commencement of work until its final acceptance, the Contractor shall strictly follow safety regulations in order to prevent accidents. All damage caused by slides occurring during the excavation work will be fixed by the Contractor. Disposal of material resulting from such damage, as well as any necessary back-filling, will be carried out by the Contractor. Special attention shall be paid to the proper bonding of foundation concrete or filling concrete with the underlying material. Immediately prior to the placing of concrete, the excavated bottom shall be thoroughly cleaned and all loose or broken material shall be completely removed. Excavated material which has been approved by UNDP as fill material or as material for re-use shall be stocked as directed by UNDP. Excavated materials, that is not suitable or not required for filling or for other use, shall be disposed of in designated disposal area(s). The Contractor shall trim and regulate the area to stable lines and grades. Trenching shall be accomplished in accordance with these specifications and as shown on the detail drawings. Unless otherwise shown on the plans or directed by the ENGINEER, trenches in which pipes are to be laid shall be excavated by open cut method to the depths shown on the plans, the cut sheets, or as specified by the Engineer. In general this shall be interpreted to mean that machine excavation shall not extend below an elevation permitting the pipe to be bedded as required by Bedding and Backfilling section. Care of Surface Material for Reuse - All surface materials that, in the opinion of the ENGINEER, are suitable for reuse in restoring the surface shall be kept separate from the general excavation material, as directed by the ENGINEER. There shall be no extra payment for excavation, no matter what soil types or conditions are encountered (no extra payment for rock excavation, pumping of groundwater, drainage, bracing and sheeting etc.). If soil boring information is not included in the bid documents, the CONTRACTOR shall make his own subsurface investigations as necessary prior to submitting a bid to determine soil and

Page 59: INVITATION TO BID - UNDP | Procurement Notices

59

groundwater conditions. The excavated material that is not suitable for back-fill or the excess excavated material shall be transported to the stock area which will be shown by the ENGINEER. D.2. Excavation and Preparation of Trench D.2.1 Description The trench shall be dug so that the pipe can be laid to the alignment and depth required, and it shall be excavated only so far in advance of pipe laying as is necessary to maintain continuous work by the laying crew through the working day. Open trench ahead of pipe laying shall be kept to a minimum and shall not be in excess of 10m at the end of the working day or at time of ceasing work due to weather or other foreseeable causes. The trench shall be so braced and drained that the workmen may work in it safely and efficiently. It is essential that the discharge of the trench dewatering pumps be conducted to natural drainage channels or drains. The trench shall be accomplished in accordance with the detail drawings. Important Notice: There is a need of manpower according to ENGINEER decision for excavation in this project. The all expenses about this item shall be at the CONTRACTOR's expense. D.2.2 Width of Trench The width of the trench shall be ample to permit the pipe to be laid and joined properly, and the backfill to be placed and compacted as specified hereinafter. Trenches shall be of such extra width, when required, as will permit the convenient placing of timber supports, sheeting and bracing, trench boxes, and handling of specials. Minimum: Outside diameter of the pipe barrel plus 40cm, i.e., 20cm each side as indicated in the Technical Drawings. The trench shall be straight and uniform so as to permit laying pipe to lines and grades given by the ENGINEER. It shall be kept free of water during the laying of the pipe and until the pipeline has been backfilled. Removal of water shall be at the CONTRACTOR's expense. D.2.3 Bell Holes Bell holes shall be provided at each joint to permit the joint to be made properly, and the pipe to be supported along its full length by the trench bottom. Allowing the pipe to be “bridged” by the bell is not acceptable. D.2.4 Pipe Clearance in Rocks Ledge rock, boulders, and large stones shall be removed to provide a clearance of at least 15cm on all sides of all pipe, valves, and fittings for pipes 60cm in diameter or less, and 25cm for pipes larger than 60 cm in diameter. The specified minimum clearances are the minimum clear distance that will be permitted between any part of the pipe and appurtenances being laid and any part, projection, and point of such rock, boulder, or stone. D.2.5 Excavation below Grade Where the trench must be excavated to 15cm below the specified grade, and before the pipe is laid, the sub grade shall be made by placing bedding as per Bedding and Backfilling section. The layers shall be thoroughly tamped as directed by the ENGINEER so as to provide a uniform and continuous bearing and support for the pipe at every point between pipe bells. Unauthorized excavation below the trench bottom shall be filled with compacted crushed stone or crushed gravel at no cost to the UNDP. D.2.6 Excavation in Poor Soil and Refilling to Grade In wet, yielding mucky locations or other locations where the bottom of the trench at sub grade is found to be unstable or to include ashes, cinders, refuse, vegetable or other organic material, or large pieces

Page 60: INVITATION TO BID - UNDP | Procurement Notices

60

or fragments of inorganic material that in the judgments of the ENGINEER should be removed, the CONTRACTOR shall excavate, remove and dispose of such unsuitable material to the width and depth ordered by the ENGINEER. The excavated unsuitable material shall be replaced with Foundation Aggregate, to a level that is 30cm below the bottom of the pipe barrel in order to form a suitable foundation for the pipe bedding material. Before the pipe is laid, granular bedding shall be placed as specified. D.2.7 Special Foundation in Poor Soil Where the bottom of the trench at sub grade is found to consist of material that is unstable to such a degree that, in the opinion of the ENGINEER, it cannot be removed and replaced with an approved material thoroughly compacted in place to support the pipe properly, the CONTRACTOR shall construct a foundation for the pipe. D.2.8 Sub grade in Rock Trenches Where excavation is made in rock or boulders and the clearance specified in Paragraph above is provided; the sub grade shall be made as specified in Paragraph above before the pipe is laid. D.2.9 Blasting Blasting for excavation will be permitted only after securing the approval of the ENGINEER and only when proper precautions are taken for the protection of persons or property. The hours of blasting shall be fixed by the ENGINEER. Any damage caused by blasting shall be repaired by the CONTRACTOR at his expense. The CONTRACTOR’S methods of procedure in blasting shall conform to state laws and municipal ordinances. D.2.10 Trenching by Hand or Machine Hand methods for excavation shall be employed in locations shown on the drawings. In other locations the CONTRACTOR may use trench digging machinery or employ hand methods. D.2.11 Depth The trench shall be excavated to a point not less than 15cm or more than 30cm below the barrel of the pipe. All loose material shall be removed from the trench bottom. No pipe shall be laid directly on rock. The trench shall be accomplished in accordance with the detail drawings. The CONTRACTOR shall verify alignment, elevations, and grades prior to proceeding. The CONTRACTOR will be responsible for any necessary relaying and/or relocating of the pipe if the pipe is laid before verifying locations and elevations of known potential obstructions. All the excess excavated material shall be transported to the stock area which will be shown by the ENGINEER. D.3. Safety and Utility Provisions D.3.1 Braced and Sheeted Trenches Open cut trenches shall be sheeted and braced as required by governing state laws and municipal ordinances, and as may be necessary to protect life, property, the work, or as ordered by the ENGINEER. If necessary bracing and sheeting shall be prepared according to DIN 4124, TS 2519. D.3.2 Piling of Excavated Material All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing sidewalks and driveways. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible until

Page 61: INVITATION TO BID - UNDP | Procurement Notices

61

during the work. Gutters shall be kept clear or other satisfactory provision made for street drainage, and natural watercourses shall not be obstructed. D.3.3 Barricades, Guards and Safety Provisions To protect persons from injury and to avoid property damage, adequate barricades, construction signs, torches, red lanterns, and guards as required shall be placed and maintained during the progress of the construction work and until it is safe for traffic to use the highway. All material piles, equipment, and pipe that may be obstructions to traffic shall be enclosed by fences or barricades and shall be protected by proper lights when the visibility is poor. Safety rules and regulations of local authorities shall be observed. D.3.4 Structure Protection Temporary support, adequate protection and maintenance of all underground and surface structures, drains, and other obstructions encountered in the progress of the work shall be furnished by the CONTRACTOR at his expense and under the direction of the ENGINEER. Any structures that have been disturbed shall be restored upon completion of the work. D.3.5 Protection and Surface Structures Trees, shrubbery, fences, poles, and all other property and surface structures shall be protected unless their removal is shown on the drawings or authorized by the ENGINEER. When it is necessary to cut roots and tree branches, such cutting shall be done under the supervision and direction of the ENGINEER. All excavated materials shall be placed a minimum of 60cm back from the edge of the trench.

E. BEDDING AND BACKFILLING E.1. General Requirements Backfilling of pipeline trenches shall be accomplished in accordance with these specifications and as shown on the detail drawings. In all cases walking or working on the completed pipelines except as may be necessary in tamping or backfilling will not be permitted until the trench has been backfilled to a point 30 cm above the top of the pipe. The filling of the trench and the tamping of the backfill shall be carried on simultaneously on both sides of the pipe in such a manner that the completed pipeline will not be disturbed and injurious side pressures do not occur. Before final acceptance, the CONTRACTOR will be required to level off all trenches or to bring up to grade. The CONTRACTOR shall also remove from roadways, rights-of-way and/or private property all excess earth or other materials resulting from construction. In the event that pavement is not placed immediately following trench backfilling in streets and highways, the CONTRACTOR shall be responsible for maintaining the trench surface in a level condition at proper pavement grade at all times. E.2. Bedding and Backfilling E.2.1 Bedding Material: All bedding material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other material that in the opinion of the ENGINEER is unsuitable. No stones or rock may be placed directly on the pipe. All pipelines and drains shall be protected from lateral displacement and possible damage resulting from impact or unbalanced loading during backfilling operations by being adequately bedded. A groove shall be excavated in the bottom of the trench to receive the bottom quadrant of the pipe. Before preparing the groove, the trench bottom shall be excavated or filled and

Page 62: INVITATION TO BID - UNDP | Procurement Notices

62

compacted to an elevation sufficiently above the grade of the pipe so that, when completed, the pipe will be true to line and grade. Bell holes shall be excavated so that only the barrel of the pipe receives bearing from the trench bottom. Pipe bedding materials placed at any point below the mid-point of the pipe shall be deposited and compacted in layers not to exceed 15cm in uncompacted depth. Deposition and compaction of bedding materials shall be done simultaneously and uniformly on both sides of the pipe. Compaction shall be accomplished with hand or mechanical compactors. All bedding materials shall be placed in the trench with hand tools or other approved method in such a manner that they will be scattered alongside the pipe and not dropped into the trench in compact masses. Bedding materials shall be free from lumps, sand or gravel, free from rocks larger than three-inch diameter; with all materials free from roots, sod, or other organic matter. In the event trench materials are not satisfactory for pipe bedding, modified bedding will be required. Modified bedding shall consist of placing compacted granular material on each side of and to the level of 15cm above the top of the pipe. Modified bedding material shall be graded as follows: 100% passing a one-inch screen and no more than 5% passing a No. 4 sieve. E.2.2 Special Pipe Bedding (Foundation Aggregate) In wet, yielding mucky locations where pipe is in danger of sinking below grade or floating out of line or grade, or where backfill materials are of such a fluid nature that such movements of the pipe might take place during the placing of the backfill, the pipe must be weighted or secured permanently in place by such means as will prove effective. When ordered by the ENGINEER, yielding and mucky material in sub grades shall be removed below ordinary trench depth in order to prepare a proper bed for the pipe. Foundation Aggregate, where required, shall be installed accordingly. E.2.3 Bedding Under Pipe and Backfilling Around Pipe: For pipe up to 40 cm nominal diameters: Pipe shall generally be bedded on undisturbed ground. From the bottom of the pipe, fittings and appurtenances to a depth of 15 cm above the top of the pipe, backfill shall be placed and lightly consolidated by hand or by approved mechanical methods. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenance simultaneously. The CONTRACTOR shall use special care in placing this portion of the backfill so as to avoid injuring or moving the pipe. The method of placing and consolidation shall be approved by the ENGINEER. If, in the opinion of the ENGINEER, the existing trench material is of suitable quality, the pipeline main may be bedded on and backfilled with existing trench material. However, when, in the opinion of the ENGINEER, the pipe, fittings, and appurtenances are laid at sub grade in rock or in poor soil in they shall be bedded by hand or approved mechanical methods from 15cm below the pipe to 30cm above the pipe with granular material placed in layers of 10cm and compacted by tamping. No separate payment shall be made for bedding when granular material is used. E.2.4 Backfilling to Grade: From 20cm above the pipe to the grade shown on the drawings or specified herein, excavated trench material containing stones up to 15cm in the greatest dimension may be used as backfill material, unless otherwise specified. No material shall be used for backfill that contains frozen earth, debris, or earth with an exceptionally high void content. The CONTRACTOR shall use mechanical equipment to place and compact the backfill. The backfill material shall be placed in 15cm loose layers and each layer shall be compacted to not less than 95% of maximum dry density. The moisture content shall be not greater than 3 percentage points above optimum as determined by relevant Turkish Standards. No compacting of the backfill with mechanical equipment, such as wheeled vehicles, will be permitted unless sufficient cover is provided over the pipe to prevent damage to the pipe.

Page 63: INVITATION TO BID - UNDP | Procurement Notices

63

E.2.5 Bedding and Backfilling in Freezing Weather: Bedding and backfilling shall not be done in freezing weather except by permission of the ENGINEER, and no bedding or backfill shall be made with frozen material. No fill shall be made where the material already in the trench is frozen. E.2.6 Granular Material Bedding and/or Backfill: All granular material used for bedding or backfill shall conform to the following specifications. Granular material shall be gravel, crushed gravel, or crushed stone meeting the following grading requirements:

Sieve Total Percent Passing 2 1/2 100 1 inch 70-100

No. 4 (3/16) 25-100 No. 40 10-50

No. 200 5-15 The fraction passing a No. 40 sieve shall have a liquid limit not greater than 30 and a plasticity index not greater than 6. E.2.7 Granular Material Backfill: Granular material shall consist of a reasonably clean pit run or bank run sand or gravel free from excessive silt, clay, or clay balls Full-depth granular backfill shall be placed where excavated trench material is unsatisfactory for backfill, where the roadside edge of the trench is less than 150cm from the edge of pavement, or where otherwise directed by the ENGINEER, and shall be in accordance with relevant specifications. Material used for backfilling shall be placed immediately after placing bedding around pipe unless otherwise ordered by the ENGINEER. E.2.8 Settlement of Trenches: The CONTRACTOR shall be responsible for any trench settlement that occurs within one year from the time of final acceptance of the work. If paving or other restoration shall require replacement because of trench settlement within this time, it shall be replaced by the CONTRACTOR at no extra cost to UNDP.

F. ALL STRUCTURES Structures shall be constructed in the locations and to the dimensions as shown on the drawings. Pre-cast units shall be TS 3830, TS5434 assembled accurately with full-bed mortar joints. Pre-cast units shall confirm DIN 4032, TS 3440, TS 809, TS 3830, and TS5434 Standards. The bottom section shall be formed to accept the pipe sizes and configurations as shown on the plans. The bottom section shall be supported by a cast-in place base that extends from the molded shelf to a minimum of 10 cm below the bottom of the base section suitable for Pos No: 16.001. Unless otherwise shown on the drawings, the pipe shall be laid continuously through the location of the structures. After the structure has been constructed, the open channel shall be formed by cutting the pipe and removing the top half. If the open channel cannot be formed in this manner, it shall be formed of concrete with the depth equal to the diameter of the pipe. When completed, the top of the all structures cover shall be accurately brought to the elevation called for on the drawings, or if no elevation is indicated, it shall be brought flush with the surface of the surrounding ground or pavement. G. STEEL CONSTRUCTION Unless otherwise stated in the drawings, steel construction shall be done according to Turkish Structural Steel Association’s Specification for Structural Steel Works. (Türk Yapısal Çelik Derneği Yapı Çeliği İşleri Teknik Şartnamesi)

Page 64: INVITATION TO BID - UNDP | Procurement Notices

64

H. ELECTRICITY WORKS Principles of the Ministry of Environment and Urbanization-TEDAŞ Technical Specifications and unit prices descriptions will be followed. Determination of the power supply point and any project approval processes will be carried out by the Contractor in the name of the Administration without requesting any costs. The work includes the establishment of lighting and socket installations, power installation, low current installation and an installation with special items. All electrical material to be used in the electrical installation must be of best quality and comply with the standard, project, exploration and technical specifications. All materials will become final with the control and approval of the Administration. Material must be manufactured according to the latest technology of the companies and mustn't be material, which has been removed from production. To order a sufficient amount of the material in time is the responsibility of the contractor. To be manufactured material must be delivered to the administration in detail and with pictures and only after approval the production process may begin. Responsibilities that may arise because of delay belong to the contractor. The contractor cannot claim any rights because of the delay of the construction. All quality, warranty and standard documents of the materials, which is going to be used, must be delivered to the administration. If the engineer wants to test any system during the course of construction, the contractor must provide all utensils and must meet all expenses for the control or if necessary for the control with the related institutions. The contractor will prepare the usage, maintenance and operating instructions in Turkish and English, if available, and connection schemes for all systems that are going to manufactured and installed and give it to the administration. Upon the request of the administration, necessary and sufficient training for the devices and operation will be given for free to personnel that has been determined by the administration. Even if it isn't specified in the relevant sections of the technical specifications the contractor must give all warranty documents of all systems to the contractor as of the date of provisional acceptance for the start of the warranty. The power supply cable of the facility will be connected at the point, which is shown by the relevant institution. All manufacturing expenses required for this job is included in the contract price. No additional the cost will be paid for these operations.

Page 65: INVITATION TO BID - UNDP | Procurement Notices

65

Processes such as making the necessary project drawings for the electrical subscription, having it approved by the relevant authority and having the facility approved to the relevant authority will be carried out by the Contractor. The Contractor will make the subscription for the facility, which is going to be established, make it ready for the subscription and deliver it to the Administration. All expenses required for this are included in the contract price. No additional the cost will be paid for these operations. Security deposits will be paid by the Administration. I. MECHANICAL WORKS I.1. Brand Approvals: Contractor earlier than the material provision in accordance with the directive upon the event of absence in the directives according to unit price tariffs for the determined brands shall present the introduction data, plant drawings, schemes, capacity, type, performance and characteristic curve including catalogue with the quality documents as depicted at the directives and/or as depicted at the BBBF tariffs to the approval of the administration. Entire plant materials and plants brand selection and catalogue recognitions unless completed by the management no manufacturing facility may be commenced. As the sub-sections of an entire system employed items firm selection unless interrupting the business schedules shall be allowed at once. When two or more spare parts of the same class plant is desired these components shall be the products of a single producer (for example, split air-conditioning, valve, sanitary ware, armatures etc) I.2. Products: Material and equipment shall be new and shall be updated model of the producer and shall encompass the entire properties desired. Material and equipment shall be extra and 1. Quality and that case shall be proved based on the document provided from the producer firm. Material and equipment shall be standard product of a reputable firm dealing with production or composition. When two or more unit component of the same equipment is requested these components shall be the product of a single producer (for example; circulation pumps-hydrophones, split air conditioning-VRF units, valves etc ) but complementary components belong to these components by no means shall be liable to be originated from the same producer. Over the entire material and equipment (material or equipment) producer, pressure class, capacity likewise definitive information containing labels shall be attached. During the transport or production any damages material or equipment shall be replaced with substituted alternatives. I.3. Adjustment of the Projects into the Field: Contractor searching out to see the entire details of business and business conditions visiting the plants shall examine the entire measurements on the site and when an amendment is emerged with no business affair shall notify the controller. Contractor in the field of project adjustment into the field shall enable the compatibility of the architectural, mechanical and electricity projects and operations, statically applications which potential to impact the building statically such as breaking and boring and shaking the aesthetical image applications shall be liable to have been prohibited.

Page 66: INVITATION TO BID - UNDP | Procurement Notices

66

I.4. Tubing : Tubes shall be constructed in a neat and pure form over the certain phases Ministry of Public Works Construction Affairs Plant Technical Directives associated pressure test shall be proceeded and completed. Column tubes (radiator plant excluded) shall be concealed if fails to pass along the shafts. Tubing shall be in parallel with walls or construction elements. During the construction of concrete elements over the building required reservation holes shall be assigned. If project amendment is executed hole compositions shall be made up by drilling cores. I.5. Protection of Production and Availability of Interferences: Constructed production, assembly, equipment and apparatus shall be kept clean and well organized. About the proceeding of the entire pant related maintenance and interference availabilities shall be facilitated. Over the certain sections service and component replacement facilitating affairs, for equipment care related interferences valves shall be inserted. During the assemblies all equipment shall be situated in well organized form and shall be suited over the convenient fixed status. I.6. Device bases: Based on recognition of the controller over the based accepted by the producer firm device assemblies shall be actualized. I.7. Compatibility With The Laws and Directives : Contractor shall keep up with the latest rules and last laws and provisions of entire authorization authorities. Production functional efficiency and professional liabilities shall be left to the private responsibility of the Contractor. I.8. Examination, Inspection and Tests: Until the publication of Temporary Approval Authentication document prospective tests and during the inclusion into the operation applied electricity, gas and water shall be allocated by the Contractor. That also encompasses water filling for the initial operation of the equipment etc.,. I.9. General Standards: Manufacture’s detailed design and construction applied standards practical rules and similar issues shall be as identified and defined as per related section of the directive or as per Ministry of Public Affairs Unit Price Tariffs. I.10. Training : During the temporary acceptance efforts to the operator personnel system included devices and operations associated training shall be allocated. Additionally, for the devices filing the instruction of use in 2 sets shall be returned to temporary acceptance team. I.11. Sanitary Piping I.11.1 General: General settlement of the sanitary installation shall be as per identified on the drawings. In that section, defined devices, materials and settlements in accordance with that directive shall be provided allowing a complete and operating system in full and exact form shall be maintained. Each plant and apparatus required examination plates, anchorages and communication elements shall be in complete form. Flush mounted detection plaques shall be in fixed form and shall possess a surface

Page 67: INVITATION TO BID - UNDP | Procurement Notices

67

resistant to corrosion. Contractor shall attentively review the drawings and with no strong replacement shall be in charge of preservation of the materials and equipment applicable assemblies as identified. Contractor shall be liable of province network water and canalization contact. Sanitary Plants is depicted on general settlement organizations. But, owing to business place conditions over the places requiring different applications Contractor composing drawings encompassing these changes shall present at the approval of the administration. Under the content of that tender allowed and planted entire equipment, settlement and apparatus shall be in EXTRA quality and that status by the Contractor shall be proved based on a document provided from the producer firm. Mentioned materials shall be standard product of a reputable producer dealing with the construction and production of apparatus and equipment. I.11.2 Under-counter and over the counter washbasin: a) Wash basin: Over the sections defined at the projects as per BBBF tariffs according to 071.108 pose Hilton Type wash basins shall be inserted. b) Washbasin Battery: In accordance with BBBF tariffs as per the pose of 089.922 single water entry photocell washbasin battery shall be inserted. c) Wash basin Flush: As per BBBF tariffs in convenience with 089.701 pose and applicable with TS-EN 274-1-2-3 plastic hand basin rice flush form shall be implemented. I.11.3. Pan Closet and Plantation : a) Pan Closet: In BBBF tariffs as per 075.103 pose and in the form of circumferential washing form. . b) Bidet nozzle: As per BBBF tariffs applicable with 089.112 pose short basin (bidet nozzle) shall be used. I.11.4 Pan Closet Plantation: In pursuant to BBBF tariffs pose 079.100 shall be preserved. a) Shower Assembly: b) Shower Plant : In BBBF tariffs as per 089.606 pose EXTRA class double command wall exit type 90ºC rotating ceramic seal design shall be realized and three functions hand shower combined delivery shall be allocated. c) Tiling Soap Dish: Over the shower locations in accordance with BBBF tariffs as per 090.102 pose tiling and soap dish (bar form) shall be designed. I.11.5 Paper holder: Pan closet and European Style WCs shall be associated with chromage paper holder as per BBBF tariffs pose 094.100. I.11.6 Floor Filter: Along the counter box segments Q70 exit rigid plastic body, grill rice chromage, in 10 x 10 cm dimensions plastic Q100 exit filter shall be applied. I.11.7 Water Counters: As identified on the project in the relevant dimensions as per BBBF tariffs according to 103.100 pose counters shall be installed. I.11.8 Electrical water heaters: In the project associated capacity as per BBBF tariffs according to 117.300 pose electricity water counters shall be used. I.12. Common Installation

Page 68: INVITATION TO BID - UNDP | Procurement Notices

68

I.12.1. General: That section generally encompasses tubes and valves which are applied in mechanical plants. Over the tubes guides and dimensional replacements are going to be made up by joint components. Threaded valves shall be equipped with sleeves. I.12.2. Composite Tubes (PP-R-GF) : Reservoirs/spherical head discharges over the flash mounted and WC segments from the ceiling floor and in the shaft shall be implemented over the entire purified warm-cool water lines. PPRC tubes as an attachment as per properties depicted in BBF tariffs in 204.3100 pose of Ministry of Environment and Province shall be composed by three stratifications, mid layer glass blunt reinforced polypropylene random whereas external and internal layers composed by Polypropylene Random Copolymer (PP-R) material composed, long lasting with infinitesimal enlargement coefficient, not requiring shaving during the welding operation, resistant to freezing in cool weather, not leading to alterations in water’s color, taste and odor, not leading to swelter and amplification. Composite tube wall fixation associated required sensitivity shall be kept, over the every 1 m fixation associated with a clamp. Principally, before battery, washbasin connection fixation shall be reinforced. I.12.3. Polypropylene Plastic Contaminated Water Tubes: Over the contaminated water installation as per BBBF tariffs in pursuant to 204.410 pose PP Plastic contaminated water pipes and installation materials shall be used. I.12.4 Purified Water Valves: Over the entire pure water lines over the sections on the basis of the project and in diameters out of BBBF tariffs according to 210.620 pose rice spherical valves shall be implemented. I.12.5 HDPE Koruge Pure Water Tubes: Out of the building underground pure water lines shall be implemented. I.12.6 Repulsion Valve: Over the radiator and Installation line over the segments depicted on the project and dimensions projected as per BBBF tariffs poses 228.600 PN16 pressure body rice and inner accessory complete stainless steel disco type repulsion valve shall be applied. Over the exits of contaminated water column installations (in the manhole) contaminated water check valve shall be used. I.12.7 Impurity Holders: Over the locations identified at the project and in diameters for application along the pure water lines as per BBBF tariffs 221.100 pose press cast valve type, over the radiator installation as per BBBF tariffs 221.200 pose PN16, body is peak cast, threaded in the range of ½” – 1” and over 1 ¼” valve over the surface flange contamination holder shall be applied.

Page 69: INVITATION TO BID - UNDP | Procurement Notices

69

SECTION 4.2 Technical Specifications for Special Construction Items A. Special Architectural Items Technical Specifications A.1 OZEL-01 Composite siding Work Description Apparent surface 1000x3000x3mm and bottom sizes of porcelain tile, the back surface of the fiber mesh, laminated with a special epoxy resin and then horizontally at the top and bottom (and the middle part if necessary) special section hanger profiles fixed with polyurethane adhesive is a ceramic composite facade panels. Front Layer: 1000x3000x3 mm porcelain plates and lower dimensions, special sizes used in other cutting necessary. Back Layer: Fiberglass film Adhesive: Special epoxy resin should be anodized aluminum profiles Hanger. Quality and Standards to Be Observed The Contractor shall submit all materials and manufacturing details to the Employer for approval. The materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the works to be done before the commencement of the work and shall receive the approval of the Employer. If required by the Employer, the Contractor shall make the samples displaying the methods and quality of the works to be done. Wear resistance of the quartz-corundum aggregate gray surface hardening dust: < 3,2 cm3/ 50 cm2 (TS 699, DIN 25108)and as per TS EN 13501-1:2007 the fire reaction class should be A1. Carrier construction For L anchorages, vertical bearer T profiles and horizontal carrier brackets and fasteners should form the structures of the system. Construction of the size of the carrier to create profiles and fittings will be made by the manufacturer to be determined as a result of detailed static calculation and the details will be submitted to the administration before moving to production. static strength calculation and verification of TS 498 and DIN 1055 must be taken into account. Shipping and Storage Conditions of the Materials All shipping and storage conditions stipulated by the manufacturer shall be observed. Principles of Protection All construction work points will be cleaned off the debris and washed. Construction wastes will be collected at one point and carried out of the construction site. During the application, behaviors to damage the previous and next construction works will be avoided. Measurement Measurement will be made on the basis of architectural project in m².

Page 70: INVITATION TO BID - UNDP | Procurement Notices

70

Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. A.2 OZEL-02 Preparation Of Parapets Using Galvanized Shaped Tube Work Description Procurement, transportation, storage of the materials required for the “Preparation of Parapets Using Galvanized Shaped Tubes” as shown in the architectural projects, providing the appropriate equipments, erecting and demounting of the scaffolds when required, preparation of all kinds of parapets in accordance with the principles set forth in the project, all kinds of workmanship and cleaning works and safeguarding until the delivery. Quality and Standards to Be Observed The Contractor shall submit all materials and manufacturing details to the Employer for approval. The materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the works to be done before the commencement of the work and shall receive the approval of the Employer. If required by the Employer, the Contractor shall make the samples displaying the methods and quality of the works to be done. Profiles which are produced in accordance with TS EN 10207-1, ISO 65, ASTM A- 53, TS EN 10255 standards and galvanized in accordance with TS 914, TS EN 10240, EN ISO 1461 (BS 729), ASTM A-53, A-90, NFA 49-700, UNI 5745 standard will be used. Riffles will be opened according to ISO 7/1, ANSI B.1.20.1, and TS EN 10255 standard. Principles of Application As shown in the architectural project, galvanized shaped tube parapets will be used as follows:

to form paddock areas, on the sides of the graded floors, on the sides of ramps, on the stair sides, on the side of loading platform Handrails will be made of Ø70 S:3.65 galvanized tube, parapets of Ø42 S:1.66 galvanized tube and pillars will be made of Ø50 S:3.65 galvanized tube. Pillars will be anchored with 20x20x2 plate on the leveling concrete by at least 2 points. Chemical anchor will be used for anchoring. The length of the pillars will be determined according to the leveling elevation incline. On average, the pillars will be placed on every 250 cm. Upper handrail section will be connected to the survey elevation in such a manner that it will be 135 cm higher than the reinforced concrete floor. Joins will be degraded with riffles. Parapet tubes will pass through the axles which are 45cm+90cm below the handrail axle. Before the installation of the parapets, application should be made with alignment and paint should not be used.

Page 71: INVITATION TO BID - UNDP | Procurement Notices

71

During the installation, attention will be paid to prevent the damage to the galvanized layer and galvanized paint will be used for the repair of the damaged areas. Shipping and Storage Conditions of the Materials All shipping and storage conditions stipulated by the manufacturer shall be observed. Principles of Protection Maximum care will be given to prevent damage on the galvanized coating. All construction work points will be cleaned off the debris and washed. Construction wastes will be collected at one point and carried out of the construction site. During the application, behaviors to damage the previous and next construction works will be avoided. Measurement Calculated in per/m using the project dimensions. Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. A.3 OZEL-03 Manufacturing and Installation of Paddock Doors Work Description Procurement, transportation, storage of the materials required for the “Manufacturing and Installation of Paddock Doors Using Galvanized Shaped Tubes” as shown in the architectural projects, providing the appropriate equipments, erecting and demounting of the scaffolds when required, manufacturing in accordance with the principles set forth in the project, all kinds of workmanship and cleaning works and safeguarding until the delivery. Quality and Standards to Be Observed The Contractor shall submit all materials and manufacturing details to the Employer for approval. The materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the works to be done before the commencement of the work and shall receive the approval of the Employer. If required by the Employer, the Contractor shall make the samples displaying the methods and quality of the works to be done. Profiles which are produced in accordance with TS EN 10207-1, ISO 65, ASTM A- 53, TS EN 10255 standards and galvanized in accordance with TS 914, TS EN 10240, EN ISO 1461 (BS 729), ASTM A-53, A-90, NFA 49-700, UNI 5745 standard will be used. Riffles will be opened according to ISO 7/1, ANSI B.1.20.1, and TS EN 10255 standard. Principles of Application Door wing frame will be made of Ø50 S:3.65 galvanized tube. There will be Ø 25 S:1.66 seven pillars which are placed inside the frame at equal intervals. Door wing will be 95cm wide and 232cm high. Door wing will be connected to the existing paddock parapets with 2 pivot hinges. Hinges will be galvanized. The door will be closed with 2 hooks. Hooks will be galvanized.

Page 72: INVITATION TO BID - UNDP | Procurement Notices

72

Hinges and hooks will have the sufficient strength to carry the door loads. Shipping and Storage Conditions of the Materials All shipping and storage conditions stipulated by the manufacturer shall be observed. Principles of Protection Maximum care will be given to prevent damage on the galvanized coating. All construction work points will be cleaned off the debris and washed. Construction wastes will be collected at one point and carried out of the construction site. During the application, behaviors to damage the previous and next construction works will be avoided. Measurement It is calculated as the number of doors Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. A.4. OZEL-04 Manufacturing and Installation of Ramp Doors Work Description Procurement, transportation, storage of the materials required for the “Manufacturing and Installation of Paddock Doors Using Galvanized Shaped Tubes” as shown in the architectural projects, providing the appropriate equipments, erecting and demounting of the scaffolds when required, manufacturing in accordance with the principles set forth in the project, all kinds of workmanship and cleaning works and safeguarding until the delivery. Quality and Standards to Be Observed The Contractor shall submit all materials and manufacturing details to the Employer for approval. The materials to be used will be chosen among the Manufacturer’s recommended range of colors and patterns by the Employer. Also the Contractor shall prepare the samples displaying the methods and quality of the works to be done before the commencement of the work and shall receive the approval of the Employer. If required by the Employer, the Contractor shall make the samples displaying the methods and quality of the works to be done. Profiles which are produced in accordance with TS EN 10207-1, ISO 65, ASTM A- 53, TS EN 10255 standards and galvanized in accordance with TS 914, TS EN 10240, EN ISO 1461 (BS 729), ASTM A-53, A-90, NFA 49-700, UNI 5745 standard will be used. Riffles will be opened according to ISO 7/1, ANSI B.1.20.1, and TS EN 10255 standard. Principles of Application Door wing frame will be made of Ø50 S:3.65 galvanized tube. There will be Ø 25 S:1.66 seven pillars which are placed inside the frame at equal intervals. Door wing will be 95cm wide and 232cm high. Door wing will be connected to the existing paddock parapets with 2 pivot hinges. Hinges will be galvanized. The door will be closed with 2 hooks. Hooks will be galvanized.

Page 73: INVITATION TO BID - UNDP | Procurement Notices

73

Hinges and hooks will have the sufficient strength to carry the door loads. Shipping and Storage Conditions of the Materials All shipping and storage conditions stipulated by the manufacturer shall be observed. Principles of Protection Maximum care will be given to prevent damage on the galvanized coating. All construction work points will be cleaned off the debris and washed. Construction wastes will be collected at one point and carried out of the construction site. During the application, behaviors to damage the previous and next construction works will be avoided. Measurement It is calculated as the number of doors Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. A.5. OZEL-05 Made from hollow sections and sheet iron door Description of Work 50 * 50 * 2 mm box profile and 2mm sheet metal hinge with the coating on the box or modified profile and cover that opens and closes with the help of hand mechanism according to architectural detail project Measurement Architectural project will be calculated in terms of m². Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. A.6. OZEL-06 Disinfection Passage Technical Specifications General Provisions Two disinfection passages shall be installed and assembled in the points of entry and exit of the Livestock Market in order to disinfect the vehicles which carry livestock for preventing the spread of epidemic and infectious animal diseases and controlling and eradicating them. The disinfection passage will be designed as follows. The vehicles which will be disinfected are taken into the cabin (tunnel). The unit is operated and the spray nozzles pulverize the disinfectant to the environment. The disinfectant spreads in the cabin as a smoke cloud, pervading all over the vehicle. When time, which is set with intermittent relay, is up, disinfection process is finished. Technical Requirements Disinfection Tunnel Disinfection tunnel shall be 12 meters in length, 4.5 meters in width. Shoulder length shall be 4.5 meters and the top part shall be R 2950 mm twisted.

Page 74: INVITATION TO BID - UNDP | Procurement Notices

74

The profiles that will be used in the tunnel framework (vertical profiles 40X60X3 mm, horizontal ones 40x60x2mm) shall be made of hot dip galvanized coating. Assembly of tunnel framework shall be made with galvanized connections, without welding so that it does not corrode in external environmental conditions. The tunnel framework shall be assembled on concrete ground using epoxy pegs, hot dip galvanized plates in dimensions of 160x200x10mm and Ø16mm galvanized rods. The tunnel shall be constructed by the employer in accordance with architectural projects. The siding of the tunnel framework shall be made of PC plate siding material with a thickness of 6 mm, light transmittance of (±%5) 80,54, weight of 1250 gr/m², non-combustibility class of B1, K value of (w/m²*k) 3.6, density of 1.2 gr/cm³ and minimum bending of 1500mm. Arches with height warning signs shall be placed with a 1,5m of distance from the tunnel entrance so that the vehicles entering the tunnel do not damage the tunnel (crashing, scrape, etc.). The arches should be embedded 60cm under the ground and it should have 4,5m of length, 4,5m of height, 90mm of diameter. It should be made of yellow oven dried metal pipe with 3mm of thickness. Since disinfection will be made by fogging, waste water and disinfectant will not accumulate and for this reason, drainage line will not be constructed. PC plates shall be bolted and made of a material which can remain durable for 10 years except for the exterior impacts and damages. An antifreeze tank made of 100lt plastic and connected with magnetic level floater shall be in the disinfection cabin, so that the lines remaining outside will not freeze after disinfection cabin. Disinfection Automation Cabin Water tank, dosage pump, antifreeze reservoir, concrete base on which these units will be assembled and control panel will be placed in a protected structure. (See architectural projects) For the 4m² cabin, the ground concrete shall be prepared by the employer and its budget estimate shall be made before assembly as it is specified in item 2.1.5. In the 4m² cabins, 1600W infrared thermostat control heater shall exist (for protecting mixing tank, pump motor group and filter group against freezing). Cooling against extreme hot environments will not be needed. Pump Motor Group(High Pressure Pump) One high pressure pump, general features of which are defined, shall exist for each disinfection tunnel. The pump shall have a capacity of 36lt/min 60 bar, operating pressure of 60 bar, ceramic piston, 5.5KW. 380V, pressure gauge and pressure regulator. The employer shall provide 380V power line and for the filling of tank, water line in the disinfection automation cabin. Control Panel Control panel will have programmable digital timer, motor and pump protective circuit, operating button assembled to the tunnel framework and shall be suitable for 380V three-phase pumps. Nozzle and Connector It will have 0,5 mm of hole diameter, 95º of spray angle, <13μ of average grain diameter, 9/16 24.UNF of outer dimension, 5 micron polypropylene particle retentive filter for each chemical nozzle. It shall be cleanable and made of 303 stainless steel, which has chemical resistance. There will be 170 chemical nozzles in the tunnel and 70 of them will be on the right, 70 of them will be on the left and 30 of them will be on the top. Spray nozzles will have 9-16 internal thread and the rear connection will connect to the high pressure hose via the 3/8” brass jet carrier together with 10-24 adapters. The 5 micron polypropylene particle retentive filter in each nozzle will prevent plugging. The nozzle filters shall be changed two times in a year.

Page 75: INVITATION TO BID - UNDP | Procurement Notices

75

Dosage Pump It should have a constant flow rate of %0-%20, which can be adjusted with stroke frequency or two-stage flow rate button according to %0-100 stroke frequency ratio, analogue control, IP 54 protection class, 20 lt/s. The indicators are followed by the device. High Pressure Hose To distribute the disinfectant to the nozzles, 1/2” high pressure hose with a minimum length of 5m and maximum length of 25m, shall exist between the disinfectant tunnel and the cabin. After connecting to the tunnel 120 m 3/8” high pressure hose shall be used and 50m of it will be on the right, 50m of it will be on the left and 20m of it will be on the top. It shall be %3 UV supplemented with operating pressure of 70 bar and explosion pressure of 140 bar. Particle Retentive Filter Group Filter tank properties; triplet of series connection with10” brass unions, %100 polypropylene cover, cartridge case with transparent san (San: name of the crystal looking plastic raw material, which is pressure and fracture resistant), oringi NBR 70 Sh, 8 bars of max. Operating pressure, 35 bar of max. Explosion pressure, min. 0 Cº and max. 50ºC of operating temperature. Cartridge properties; %100 polypropylene material, 10” of length, 28 mm of external diameter, 20μ-10μ-5μ of micron value, %80 efficiency, 6 bar of operating pressure, 0.8 bar of max. Pressure difference, max. Operating temperature 80ºC. Filter group shall be in the automation cabin and between water tank, anti-freeze storage, dosage pump and high pressure pump. Water Tank Water tank will have 500 lt capacity, water inlet, and solenoid valve control and will be made of plastic. A magnetic level floater shall be connected at the low level and in the outlet; there shall be a spherical valve. Water tank shall be in the automation cabin and be protected against freezing by thermostat control infrared heater. Disinfectant Tank It shall be made of plastic and have a capacity of 10 lt. The tank shall be connected to the magnetic level floater at the low level and be at a level, where dosage pump can suck in the disinfection cabin. Antifreeze Tank It shall be made of plastic and have a capacity of 100 lt. It shall be connected to the magnetic level floater at the minimum level and in the outlet there shall be 10”5μ filter. The connection of it to the pump shall be through a different solenoid valve and in the control panel with one button, which operate with a different timer. An operating manual related to the whole system will be provided for the employer after assembly. Warranty For two (2) years, the disinfection passage is guaranteed against production and installation defects related to the whole system. Other Issues The equipment regarding to the disinfection passage shall be produced according to catalogued standards and shall be the latest model. The equipment in each unit shall be the same.

Page 76: INVITATION TO BID - UNDP | Procurement Notices

76

Operating manual and spares catalog shall be given to the employer. After installation, operation of disinfection passage shall be instructed to the relevant staff and the disinfection passage shall be delivered whole and complete. A.7. OZEL-07 Tons Weigh Bridge Technical Specifications General Provisions A weigh bridge with a capacity of 60 tons shall be installed in the Livestock Market for weighing the vehicles which carry livestock. The weigh bridge shall be constituted with nominal capacity and %150 of excessive load shall be considered. Load cell shall be column type and resistant to lateral loads. It shall be designed accordingly, so that it shall be weather resistant and long lasting. Weigh Bridge Equipment The weigh bridge shall include the equipment below: Weighbridge Infrastructure and Foundation Project 2 Pieces Steel platform with 3x8mt 60 ton capacity 1 Piece Weigh Bridge Indicator (Digital Weighing Terminal) 1 Piece Load cell 30 tons C3 class stainless steel 6 Pieces Assembly accessory (load cell) 6 Pieces Junction Box 1 Piece Monitor 17’ color 1 Piece Matrix printer 1Piece PS/2 Keyboard and Mouse 1 Piece Weighing Ticket 1000 Pieces Technical Requirements Maximum Load : 40.000kg - 60.000kg Minimum Load : 300kg - 400kg Minimum Divisions : 10kg -20kg Platform : Universal Model Steel Material : IPE 500mm-NPI 200mm profile,10mm A1Quality Plate Number of Load Cell : 4 Pieces C3 Class 30Ton Capacity IP68 Protection Class Load Cell Apparatus : Prevents brake shock, completely steel Bridge Connections : Steel Bolt Welding Technique : Gas Metal Arc Welding Dye : Epoxy Undercoat and 2 layers of rapid dye Monitor : Colored menu and standard vga monitor, keyboard Weighing Information : Data input up to 6 types except for date, clock and plate Warranty For 6 years, the weigh bridge platform and for 3 years, the electronic system is guaranteed against production and installation defects. Other Issues The weigh bridge shall be produced according to catalogued standards and shall be the latest model. Operating manual and spares catalog shall be given to the employer. After installation, operation of Weigh Bridge shall be instructed to the relevant staff and the weigh bridge shall be delivered whole and complete.

Page 77: INVITATION TO BID - UNDP | Procurement Notices

77

A.8. OZEL-08 Manufacture of Paddock and Paddock Gates made with hot dip galvanized coating Hot-dip galvanized coating on iron manufacturing in accordance with the TS 914 A.9. OZEL-09 Vapor barrier Description of Work Approved in accordance with the detailed design, wooden trowel polished prepared concrete surfaces thoroughly cleaned and dried case when primer m2 at least 0,400 kg to be made, cold-applied asphalt emulsion of applying primer after drying based on the torch flame polymer plastron 2 mm thickness without exacerbating the bituminous membranes fiberglass-reinforced polymer bitumen to cover the seams of at least 10 cm overlapping glued to the construction site on the horizontal and vertical transport, and casualties of all kinds of materials, labor, overhead and profit, including contractors, Material Transport and Storage Conditions Will comply with all shipping and storage conditions stipulated by the manufacturer. Principles of Protection All production points will be washed of construction debris. Debris’ will be collected at one point and then moved out of the construction site. During this, behaviours that will damage previous and next productions will be avoided. Measurement Architectural project will be calculated in terms of m². Occupational and Worker Health Work conditions as suggested by “Occupational Health and Safety Contractor Undertaking” will be ensured. A.10. OZEL-10 Carpet floor covering Description of Work Existing wood, concrete, screed, mosaic etc. be swept in over the surface, burying entirely of wood, the nail heads if adhering laying the appropriate textile flooring material 04.4451 fair, combining smooth and careful seams, all kinds of materials and casualties, work load, horizontal and vertical transport, unloading, labor, tools and equipment costs, including contractor overhead and profit is the price of 1 m2. Quality and Standards to be Followed Contractor will present all materials and necessary manufacturing details to the Engineer for approval. Color and pattern of the materials used will be selected by the Engineer from the recommended manufacturers’ product range. Contractor shall also prepare samples showing the methods and quality of work to be done in order to get Engineer’s approval. The Contractor, if requested by the Engineer, will prepare samples showing methods of the work to be done and quality of the materials. Color of the polycarbonate will be decided by the Engineer. Material Transport and Storage Conditions Will comply with all shipping and storage conditions stipulated by the manufacturer.

Page 78: INVITATION TO BID - UNDP | Procurement Notices

78

Principles of Protection All production points will be washed of construction debris. Debris’ will be collected at one point and then moved out of the construction site. During this, behaviours that will damage previous and next productions will be avoided. Measurement Architectural project will be calculated in terms of m². Occupational and Worker Health Work conditions as suggested by “Occupational Health and Safety Contractor Undertaking” will be ensured. A.11. OZEL-11 Trap car Description of Work used for the cap piercing teeth 18 mm. Of steel in thickness, separating from each other tooth structures 100 mm. It is manufactured from profiles. Closed off is designed to withstand 17 tons axle load. All pieces baked powder paint was applied to work in the external environment. Drill shaft on which the teeth were deposited with a 4-point bearing. It is so closed closed flicker on and off, at the same time is a lot more resistant to high axle loads. There is a mechanical locking arm closed in order to disable Measurement It is calculated as the number of trap Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. A.12 OZEL-12 Manure pit iron gate Description of Work according to architectural detail 70 * 70 * 2 mm box profile struts with Ø43 mm boyanacaktır.dem with oil paint will work on the preparation of the pipe profile rails between 3 closed box volume. Measurement It is calculated as the number of doors Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. A.13 OZEL-13 Fire exit Description of Work Doors will comply with the 9723 regulations. sheet metal of the wings, will be attached to the core of the insulation material. All door components to be completely galvanized. Heat resistance will be painted with enhanced paint. It shall comply with all norms related to fire doors. Total flap thickness will be 60mm in size. Made of galvanized steel profiles to brackets, wall mounting brackets, on-site will be required fittings for installation. It will also be used keyhole to lock the emergency lever on the wings. patented keys with black steel reinforced security doors and outer side of the lever arm lock slot complete with ready-lock system will panic bar on the inside. One of the hinge spring hinge that allows self-closing, will hinge that

Page 79: INVITATION TO BID - UNDP | Procurement Notices

79

allows vertical adjustment ball screw with the other. It will also have hydraulic door closer. Provide the correct shutdown sequence editor will be closed. reinforcing plates will be put into the door wings. expanding gaskets placed in accordance with the temperature in the lower edges of the wings and the frame will be. identification plate on the flanks of the sides must be found. Quality and Standards to be Followed Fire Standards: Italian REI 120 of the CNVV / CC of the 9723 Fire resistance: 120 minutes Door Frame: Corner types of galvanized steel. Smoke wick: around door frame, smoke bottle wick heat. Door Wing: 60 mm thick, specially pressed steel box with profile support, rock wool filled steel blades. Hinges: according to DIN standard, wear-resistant, one of spring system hinges allowing the door to close. Door Lock: Yale-type cylinder. Panic: External handle and cylinder lock KMS type panic bars Door Handle: Black thermoplastic material coated door handle, door closer Doors and Exterior Color: projects will be selected by the author Contractor will present all materials and necessary manufacturing details to the Engineer for approval. Color and pattern of the materials used will be selected by the Engineer from the recommended manufacturers’ product range. Contractor shall also prepare samples showing the methods and quality of work to be done in order to get Engineer’s approval. The Contractor, if requested by the Engineer, will prepare samples showing methods of the work to be done and quality of the materials. Color of the polycarbonate will be decided by the Engineer. Material Transport and Storage Conditions Will comply with all shipping and storage conditions stipulated by the manufacturer. Principles of Protection All production points will be washed of construction debris. Debris’ will be collected at one point and then moved out of the construction site. During this, behaviours that will damage previous and next productions will be avoided. Measurement It is calculated as the number of doors Occupational and Worker Health Work conditions as suggested by “Occupational Health and Safety Contractor Undertaking” will be ensured. OZEL-14 Galvanized coated Waterers Description of Work 1000 * 400 * 300 mm in 2.5 mm galvanized steel and 50 * 50 * 2mm box profile made of impact-resistant water bowl.

Page 80: INVITATION TO BID - UNDP | Procurement Notices

80

Measurement It is calculated as the number of Occupational Health and Safety All conditions stipulated by “Contractor’s Declaration of Occupational Health and Safety” shall be fully fulfilled. B. Special Electric Items Technical Specifications

B.1. ÖZEL-ELK-01 2 MP EXTERNAL CAMERA 2MP IP BULLET INT., 1080p@30fps Video Resolution, 1/3” 3.1MP Progressive Scan CMOS, TI DaVinci DSP, Motorized Zoom Lens 3.0-10.5mm, TRUE WDR, IR distance up to 20m, H.264/MJPEG/MPEG-4, Built-in ICR Filter for Day/Night switching, Built-in web server, Motion detection, privacy mask and image snapping, WATERMARK prevent video from tampering, SD, PoE, ONVIF/PSIA, IP66 B.2 ÖZEL-ELK-02 32 ‘’ MONİTOR Panel Type LCD Panel Panel Size 32 Maximum Resolution 1366x768 Brightness (cd/m2) 450 Contrast 3000:1 / 20.000:1 Visual Angle (Horizontal/Vertical) 178 Pixel Size (Width x Height) (mm) NO DATA Color Palette 1.07 Billion Display Area (Vertical x Horizontal) (mm) NO DATA Panel Life (hours) 50.000 PIP N/A PAP N/A Multi-display Support YES (Max. 5x5) Color Choices BLACK

Dimensions With stand (mm) 803 x 493 x 99

Page 81: INVITATION TO BID - UNDP | Procurement Notices

81

Packaging 883 x 578 x 177

Inputs PC YES HD15 / HDMI Video YES Component / Composite Sound YES Control YES RS232 / LAN-RJ45 Optional Card Inputs YES

Outputs Video YES HD15 Video Signal YES Composite Speaker Left/Right YES L/R Back of Screen Hidden External Sound YES Sound Power 10W+10W Control YES:RS232

B.3 ÖZEL-ELK-01 16 CHANNEL DVR Compression Format : H-264 Sound Input : N/A Sound Output : 1 CHANNEL Video Out : YES DVD-RW : YES Display Modes : FULL SCREEN Backup Type : YES Language Option : YES Protocols : TCP-IP DDNS Alarm Input : 16 CHANNELS Alarm Output : 4 CHANNELS Power Input : 220V AC Operating System : EMBEDDED LINUS NVR Type : NETWORK RECORDING DEVICES Number of TV - Radio Channels : 16 CHANNELS RECORD PERFORMANCE : 64 MBPS Analog Video Output : HDMI

Page 82: INVITATION TO BID - UNDP | Procurement Notices

82

Video Compression Format : H.264 B.4 ÖZEL-ELK-04 1*150W

B.5 ÖZEL-ELK-01 OZ2 1*13W

Page 83: INVITATION TO BID - UNDP | Procurement Notices

83

B.6. ÖZEL-ELK-01 SATELLITE TECHNICAL SPECIFICATIONS SATELLITE Type Offset Ofset Angle 26.37 ° Frequency Range 10.70 - 12.75 GHz Antenna Gain (Ku-Band) 38,9 dB - 39,8dB Material Zinc phosphate coated steel sheet Paint Electrostatic polyester powder coating Color Anthracite (RAL-7016) Horizontal axis diameter 87 cm Vertical axis diameter 97 cm LNB holder 40 mm F/D 0.62 Operating temperature -40° + 60° Optimal wind resistance 90 km/H Maximum wind resistance 150 km/H MOUNT Type Type Material Galvanized Metal Sheet Paint (Optional) Electrostatic polyester powder coating Anthracite (RAL-7016) Angle of rotation 0° - 360° Elevation Angle 0° - 90° B.7 ÖZEL-ELK-07 4-6 OUTPUT LNB

Page 84: INVITATION TO BID - UNDP | Procurement Notices

84

Quad- 0,1dB Gold End Connector Output Frequency:10.7-12.75GHz Lo:9.75/10.600GHz 4 Universal LNB in one cover With the use of 4 Receivers this LNB can be used independently with one satellite Compatible with Full HD broadcasting F connector rain proof B.8 ÖZEL-ELK-08 STANDING OUTLET BOX STANDING INLET BOX WITH THE PANEL MEASUREMENTS 355 x 560 x 135 mm IP 65, INSIDE THE PANEL 3-PHASE SOCKETS IP65 PROTECTION CLASS 50 CM ABOVE THE GROUND.(ON GALVANIZED BOX PROFILE 50*50*2mm) B.9 ÖZEL-ELK-09 PE 100 HDPE 10 ATU PIPE Product Features Nominal Diameter 100 mm Unit Meter Purpose of Use Cable Protection Color Black Blue Striped Type of Packaging Coil Type Pipe Type HDPE Standard TS 12201-2

B.10. ÖZEL-ELK-10 BARRIER NON-DECAYING, NON-RUSTING (Barrier and Control Panel, Wireless Safety photocell) Aesthetic appearance provided with rounded contours and with full aluminum body protected against rust. Has been harmonized with all kinds of Access control systems with the control panel microprocessor. 100% continuity with 24V DC motor. Solution for even the most busy places. Operating Temperature-20min.+70max Barrier Weight 40kg Opening Duration 1,5sn-4.5sn Protection Class: IP54 4 mt pipe handle, reflector, LED under handle, Handle End Cover B.11. ÖZEL-ELK-11 I5-4GB RAM 500 GB HDD PC

Product Code125010678 Memory (MB) DDR RAM4 GB ChipsetIntel H81 Express Chipset Graphic CardATI R5-220 1 GB DDR3 Ethernet CardATI R5-220 1 GB DDR3 Warranty Period (years)2 Years PROCESSOR TYPEIntel Core I5 ProcessorIntel Core I5 4590 Processor Speed (GHz)3,30 GHz

Page 85: INVITATION TO BID - UNDP | Procurement Notices

85

Operating SystemWindows Keyboard/MouseYes BRANDCASPER MODEL4590B Max RAM (GB)16 GB Optical DriverDVD/CD Dual Printer Hard Disc(GB/RPM)1 TB Processor BrandIntel Card ReaderYes MOUSEYes

B.12. ÖZEL-ELK-12 BARCODE READER Source of Light 630 nm visible LED Optical System 2048 pixel CCD Reading Distance 0 - 600 mm (Code 39, PCS=%90, 20 mil) Scanning Width 160 mm Scanning Speed 450 scan/second Min. Bar Width 4 mil (0.1 mm) Code 39, PCS 90% (during contact) Print Contrast Min. 30% Scan Angle Front:60° ,Back: 60° ,Side: 75° Resolution capability Standard all 1D Barcodes (including GS1) Sound Tone 7 tone beep sound or mute Indıcators (LED) Green and Red Led (2 LED in the Cradle unit) Programming Method Enabled by build-in flash memory

Programming Options

Barcode Type choice control character selection resolution selection example or latest addition transmission selection Reading confirmation sound selection Trigger selection Keyboard language selection Seri port settings (ACK/NAK, Xon/Xoff, RTS/CTS, good read LED control, start/ stop bits) Wireless selection (special cordless transmission character settings for 8520) PHYSICAL Length 164 mm Width (handle) 30 mm Width (head part) 40 mm Thickness (handle) 56 mm Thickness (head part) 35 mm Weight 250 gram (including batteries) Connector Type RJ-45 jack input Case material ABS plastic Cable 2 m flat cable Communication Communication distance Max. 100 meter Communication type Type: GFSK Modulation Communication Frequency 2.4~2.483 GHZ Communication power 100 mw (Adaptive Frequency System)

Page 86: INVITATION TO BID - UNDP | Procurement Notices

86

Electrical Input Voltage 5VDC +- 0.25V Power operation: 900 mW waiting: 150 mW Current operation: 225 mA @4.2VDC waiting: 32 mA @4.2VDC EMC UL, FCC, CE, BSMI, NCC Environmental Features Operating Temperature 0 °C ~ 50 °C Storage Temperature -20 °C ~ 70 °C Humidity %10 ~ %90 (noncondensing) Light Level Max. 70.000 Lux Impact resistance 1.5 meter Industrial standard IP42 Warranty Operational 2 years warranty B.13. ÖZEL-ELK-13 Speed dome colored 1/4'' camera, 470 TVL, including montage accessories B.14. ÖZEL-ELK-14 Speed dome control panel B.15. ÖZEL-ELK-15 8 channels full duplex multiplexer B.16. ÖZEL-ELK-16 21'' colored monıtor. 700 TVL C. Mechanic Items Technical Specifications C.1. ÖZEL.MEK.01 Liquid soap machine Built-in bench Capacity 0,5 lt C.2. ÖZEL.MEK.02 Ø25 polyethylene pipes (PE100) C.1. ÖZEL.MEK.03 Warm cool washing machine PUMP PRESSURE: 20-200 Bar (Adjustable ) WATER VOLUME: 720/900 Lt/S (Adjustable) PUMP TYPE: Original Italian IDROMECCANICA/BERTOLINI ISO9001 Quality Security, CE PISTON SYSTEM 3 Piston, Special Alloy, Ceramic (Wearing Course) MAT SYSTEM: Special Double Team Leak Proof Mat Equipped PUMP SAFETY SYSTEM : By-Pass System, Pressure Safety Regulator. SAFETY SYSTEM : Individual Application Controlled (Contacted) ELECTRICITY INSTALLATION: Pump and Boiler Engine Current and Engine Preserver Relay

Page 87: INVITATION TO BID - UNDP | Procurement Notices

87

ELECTRICITY ENGINE VOLTAGE-PHASE: 7,5 Hp/380V - 415V - 3/50 Hz. PRESSURE HOSE: Double Layers Steel Wire Wrapped - R2 DETERGENT (CHEMICAL) TANK: 5Lt. (Adjustable) FUEL/FUEL TANK: Diesel Fuel / 15 Lt. Standard - 25 Lt. Optional FUEL CONSUMPTION: 4-7 Lt./Hour DIESEL FUEL PUMP: Import pump+Cofi Italian Team Set IGNITION GROUP: Import pump+Cofi İtalian Team Set IGNITION : Vertical Type Bougie /Electrode Ignition POWER TRANSFER: Coupled (Belt and no hoop) IGNITION CHAMBER : Double Wall Steel Tin HEATING SYSTEM : Advanced Heater, Double Order Bobbin (streamer) Turbo System WATER HEAT : 30 / 120 Degree (Thermostat Detected) STEAM PRESSURE: 30 / 60 Bar WHEELS: Rear Fixed, Frontal Movable (Locked) DIMENSIONS: U. 110cm - G. 78cm - Y. 74cm WEIGHT: 158 Kg. EXTERNAL CABINET: Long Term, Resistible to Strikes, 3 Folds Polyester STANDARD ACCESORY: High Pressure Hose, Gun Detergent Adjustment Nozzle. OPTIONAL: Irrigated Sanding Apparatus, Rotojet (Rotary Impact Nozzle) Channel Jet Nozzle PUMP PRESSURE: 20-200 Bar (Adjustable) WATER FLOW: 720/900 Lt/S (Adjustable) PUMP TYPE: Original Italian IDROMECCANICA/BERTOLINI ISO9001 Quality Assurance, CE PISTON SYSTEM: 3 Piston, Special Alloys, Ceramics (Wear-Resistant) SEAL SYSTEM: Special Double Set Sealed PUMP SECURITY SYSTEM: Pressure Security Regulator with By-Pass System SECURITY SYSTEM: Individual User Controller (Contacted) ELECTRICAL EQUIPMENT: Leakage and Motor Protection Relays for Pump and Burner ELECTRIC MOTOR VOLTAGE-PHASE: 7,5 Hp/380V - 415V - 3/50 Hz. PRESSURE HOSE: Double Layer Steel Wire Mesh- R2 DETERGENT (CHEMICAL) TANK: 5Lt. (Adjustable) FUEL/FUEL TANK: Diesel/ 15 Lt. Standard - 25 Lt. Optional FUEL CONSUMPTION: 4-7 Lt./Hour DIESEL PUMP: Italpump+Cofi Italian Set FIRING GROUP: Italpump+Cofi Italian Set FIRING SYSTEM: Vertical Type Spark/ Electrode Firing POWER TRANSMISSION: Coupled (without Belt and Pulley) FIRING ROOM: Double walled Steel-Plate HEATING SYSTEM: Pre-Heater, Double Row Coil (serpentine) Turbo System WATER TEMPERATURE: 30 / 120 Degrees (Thermostat Controlled) VAPOR PRESSURE: 30 / 60 Bar WHEELS: Back Fixed, Front Moving (Locked) DIMENSION: L. 110cm - W. 78cm - H. 74cm WEIGHT: 158 Kg. OUTER CABIN: Long Lasting, Shock Resistant 3-Layer Polyester STANDARD ACCESSORIES: High Pressure Hose, Gun, Detergent Adjustment Nozzle OPTIONAL: Aqueous Blasting Apparatus, Rotojet (Rotating Pulse Nozzle), Channel Jetting Nozzle

Page 88: INVITATION TO BID - UNDP | Procurement Notices

88

Section 5: Bid Submission Form1 (This should be written in the Letterhead of the Bidder. Except for indicated fields, no changes may be made in this template.)

Insert: Location Insert: Date To: United Nations Development Programme, Turkey Dear Sir/Madam: We, the undersigned, hereby offer to supply the goods and related services required for Construction of Livestock Markets within the scope of Ardahan Kars Artvin Development Project; LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction of Livestock Market in Sarıkamış District of Kars Province LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction of Livestock Market in Posof District of Ardahan Province LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province in accordance with your Invitation to Bid dated June 14, 2016. We are hereby submitting our Bid, which includes the Technical Bid and Price Schedule. We hereby declare that: a) All the information and statements made in this Bid are true and we accept that any misrepresentation contained in it may lead to our disqualification; b) We are currently not on the removed or suspended vendor list of the UN or other such lists of other UN agencies, nor are we associated with, any company or individual appearing on the 1267/1989 list of the UN Security Council; c) We have no outstanding bankruptcy or pending litigation or any legal action that could impair our operation as a going concern; and d) We do not employ, nor anticipate employing, any person who is or was recently employed by the UN or UNDP. We confirm that we have read, understood and hereby fully accept the Schedule of Requirements and Technical Specifications describing the duties and responsibilities required of us in this ITB, and the General Terms and Conditions of UNDP’s Standard Contract for this ITB.

1 No deletion or modification may be made in this form. Any such deletion or modification may lead to the rejection of the Bid.

Page 89: INVITATION TO BID - UNDP | Procurement Notices

89

We agree to abide by this Bid for [insert: period of validity as indicated in Data Sheet]. We undertake, if our Bid is accepted, to initiate the supply of goods and provision of related services not later than the date indicated in the Data Sheet. We fully understand and recognize that UNDP is not bound to accept this Bid, that we shall bear all costs associated with its preparation and submission, and that UNDP will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the evaluation. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Contact Details:

[Please mark this letter with your corporate seal, if available]

Page 90: INVITATION TO BID - UNDP | Procurement Notices

90

Section 6: Documents Establishing the Eligibility and Qualifications of the Bidder Form 1 - Bidder Information Form2

Date: [insert date (as day, month and year] of Bid Submission] ITB No.: [insert number of bidding process] Page ________of ________ pages

1. Bidder’s Legal Name [insert Bidder’s legal name] 2. In case of Joint Venture (JV), legal name of each party: [insert legal name of each party in JV] 3. Actual or intended Country/ies of Registration/Operation: [insert actual or intended Country of Registration] 4. Year of Registration in its Location: [insert Bidder’s year of registration] 5. Countries of Operation

6. No. of staff in each Country

7.Years of Operation in each Country

8. Legal Address/es in Country/ies of Registration/Operation:[insert Bidder’s legal address in country of registration] 9. Value and Description of Top three (3) Biggest Contract for the past five (5) years 10. Latest Credit Rating (Score and Source, if any) 11. Brief description of litigation history (disputes, arbitration, claims, etc.), indicating current status and outcomes, if already resolved.

12. Bidder’s Authorized Representative Information Name: [insert Authorized Representative’s name] Address: [insert Authorized Representative’s Address] Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers] Email Address: [insert Authorized Representative’s email address] 13. Are you in the UNPD List 1267.1989 or UN Ineligibility List? ☐ YES or ☐ NO

2 The Bidder shall fill in this Form in accordance with the instructions. Apart from providing additional information, no alterations to its format shall be permitted and no substitutions shall be accepted.

Page 91: INVITATION TO BID - UNDP | Procurement Notices

91

14. Attached are copies of original documents of: ☐ All eligibility document requirements listed in the Data Sheet ☐ If Joint Venture – copy of the Memorandum of Understanding/Agreement or Letter of Intent to form a JV, or Registration of JV, if registered ☐ If case of Government corporation or Government-owned/controlled entity, documents establishing legal and financial autonomy and compliance with commercial law. Joint Venture Partner Information Form (if Registered)3

Date: [insert date (as day, month and year) of Bid Submission] ITB No.: [insert number of bidding process] Page ________ of ________ pages 1. Bidder’s Legal Name: [insert Bidder’s legal name] 2. JV’s Party legal name: [insert JV’s Party legal name] 3. JV’s Party Country of Registration: [insert JV’s Party country of registration] 4. Year of Registration: [insert Party’s year of registration]

5. Countries of Operation 6. No. of staff in each Country 7.Years of Operation in each Country 8. Legal Address/es in Country/ies of Registration/Operation: [insert Party’s legal address in country of registration] 9. Value and Description of Top three (3) Biggest Contract for the past five (5) years 10. Latest Credit Rating (if any): Click here to enter text. 1. Brief description of litigation history (disputes, arbitration, claims, etc.), indicating current status and

outcomes, if already resolved. Click here to enter text.

3 The Bidder shall fill in this Form in accordance with the instructions. Apart from providing additional information, no alterations to its format shall be permitted and no substitutions shall be accepted.

Page 92: INVITATION TO BID - UNDP | Procurement Notices

92

13. JV’s Party Authorized Representative Information Name: [insert name of JV’s Party authorized representative] Address: [insert address of JV’s Party authorized representative] Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Party authorized representative] Email Address: [insert email address of JV’s Party authorized representative] 14. Attached are copies of original documents of: [check the box(es) of the attached original documents] ☐ All eligibility document requirements listed in the Data Sheet ☐ Articles of Incorporation or Registration of firm named in 2. ☐ In case of government owned entity, documents establishing legal and financial autonomy and compliance

with commercial law.

Page 93: INVITATION TO BID - UNDP | Procurement Notices

93

JOINT VENTURE DECLARATION

Ref No: UNDP-TUR-ITB-PROJ(AKADP)-2016-07 We have entered into a private joint venture in order to submit joint tender to Construction of Livestock Markets within the Scope of Ardahan Kars Artvin Development Project tendered by United Nations Development Programme (UNDP) and perform and prosecute the work after concluding the contract if we are awarded the contract. If we are awarded the contract, the joint venture agreement shall be notarized and submitted to the Contracting Entity before the contract is concluded. Lead (pilot) partner of our joint venture shall be ……………[indicate name of the lead partner]…………………… until the completion of work. If we are awarded the contract as a result of the joint tender that we submit, we hereby declare, accept and guarantee that the contract shall be signed by all partners and our partner indicated as the lead (pilot) partner shall have the full power to act for and on behalf of our joint venture in respect of all issues concerning the contract, and that each of us shall be jointly and successively liable for performing the works and commitments within the subject and scope of the contract that will be concluded as well as fulfilling the obligations arising from the contract and undertaken by our joint venture, and that we shall not leave the private joint venture that we have established, otherwise UNDP shall be authorized to terminate the contract and register the performance bond as revenue, and that all communications and notifications to the lead (pilot) company shall be deemed to be made to our joint venture, the lead (pilot) partner and the remaining partners of the joint venture shall undertake all obligations and liabilities of the work including the performance bond in the events of death, bankruptcy, heavy disease, detention or imprisonment to the extent to limit the freedom or dissolution of any of the partners in the joint venture except for the lead (pilot) partner before the subject work is completed.

No Name of the Partner in the JV Percentage Share* 1 2 3

Lead Partner Partner Partner Name Date Signature Stamp

* Lead partner’s share cannot be less than 50% Share of the remaining partner(s) shall not be less than 20%

Page 94: INVITATION TO BID - UNDP | Procurement Notices

94

Form 2: History of Non-performing Contracts and Litigation (to be printed on company letterhead, signed, dated and stamped)

Bidder’s Legal Name ________________________________________ ________________________________________

Date __/__/2016 Page __ of __

Non-performing Contracts: Contract non-performance did not occur during the last 5 years (2011 and onwards) Contract non-performance occurred during the last 5 years (2011 and onwards) Year Outcome as % of Total

Assets Contract Identification Total Contract Value

(TRY, Equivalent) Contract Identification:

Name of Employer: Address of Employer: Matter in dispute:

Litigation History* No litigation history Litigation history Year Outcome as % of Total

Assets Contract Identification Total Contract Value

(TRY, Equivalent) Contract Identification:

Name of Employer: Address of Employer: Matter in dispute:

Contract Identification: Name of Employer: Address of Employer: Matter in dispute:

* All information regarding any past and current litigation during the last five (5) years, in which the bidder is involved, indicating the parties concerned, the subject of the litigation, the amounts involved, and the final resolution if already concluded.

Name Title Date Signature

Page 95: INVITATION TO BID - UNDP | Procurement Notices

95

Form 3: Financial Situation (to be printed on company letterhead, signed, dated and stamped)

Bidder’s Legal Name ________________________________________ ________________________________________

Date __/__/2016 Page __ of __

Financial information in TRY equivalent Information from Balance Sheet 2013 2014 2015 Average Total Assets (TA) Total Liabilities (TL)

TA/TL Ratio Net Worth (NW) Current Assets (CA) Current Liabilities (CL)

CA/CL Ratio Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT)

Attached are copies of financial statements (balance sheets, including all related notes, and income statements) for the years required above complying with the following conditions:

* Must reflect the financial situation of the Bidder * Historical financial statements must be audited by a certified accountant * Historical financial statements must be complete, including all notes to the financial statements * Historical financial statements must correspond to accounting periods already completed and audited

Year Reference Institution Reference Date 1 USD = 1 EUR= 2013 Central Bank of the Republic of Turkey 31.12.2013 2.1343 TRY 2.9397 TRY 2014 Central Bank of the Republic of Turkey 31.12.2014 2.3311 TRY 2.8323 TRY 2015 Central Bank of the Republic of Turkey 31.12.2015 2.9233 TRY 3.1896 TRY

Name Title Date Signature

Page 96: INVITATION TO BID - UNDP | Procurement Notices

96

Form 4: Financial Resources (to be printed on company letterhead, signed, dated and stamped)

Cash and Credit position as of submission date (TRY*) Bank Available Cash Unused

Cash Credit Credit Letter Total A B C A+B+C

* If the bank reference letter currencies are other than Turkish Lira, they should be converted into Turkish Lira using June UN Operational Exchange rate in June 2016 (1 US$ =2,9494 TL)

Page 97: INVITATION TO BID - UNDP | Procurement Notices

97

Form 5: Average Annual Construction Turnover (to be printed on company letterhead, signed, dated and stamped)

Bidder’s Legal Name ________________________________________ ________________________________________

Date __/__/2016 Page __ of __

Annual Construction Turnover Amount*

(A) Currency

(B) Exchange

Rate** (C) TRY

Equivalent Amount

(D=A*C)

Update Multiplier***

(E) Updated TRY

Equivalent (F=D*E)

2011 1.41 2012 1.25 2013 1.22 2014 1.14 2015 1.07

Average The information above complies with the following conditions:

* Annual Construction Turnover is calculated as total certified payments received for work in progress or completed. Attach copies of progress payments or work completion certificates. In case the progress payments or work completion certificate amount is in TRY, columns (A), (B) and (C) will not be used. Otherwise amount stated in column (A) will be multiplied by exchange rate in (C) written in column (D).

**

***

If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.) is other than Turkish Lira (TRY), the conversion (selling prices) or cross rates for the reference dates given in below table and available at the web page of Central Bank of Republic of Turkey (www.tcmb.gov.tr) are to be used. The following table provides the reference dates for each eligible year. The conversion rates or cross rates to be used by Offeror should be the conversion rates or cross rates stated for the reference dates in the following table. The update multiplier is determined by Turkish Public Procurement Authority to arrive the current value of the work completion amounts achieved in previous years.

Year Reference Institution Reference Date 1 USD = 1 EUR= 2011 Central Bank of the Republic of Turkey 30.12.2011 1.8980 TRY 2.4556 TRY 2012 Central Bank of the Republic of Turkey 31.12.2012 1.7862 TRY 2.3565 TRY 2013 Central Bank of the Republic of Turkey 31.12.2013 2.1343 TRY 2.9397 TRY 2014 Central Bank of the Republic of Turkey 31.12.2014 2.3311 TRY 2.8323 TRY 2015 Central Bank of the Republic of Turkey 31.12.2015 2.9233 TRY 3.1896 TRY

Name Title Date Signature

Page 98: INVITATION TO BID - UNDP | Procurement Notices

98

Form 6: Single Similar Work Experience 1 (to be printed on company letterhead, signed, dated and stamped) Bidder’s Legal Name ________________________________________

________________________________________

Date __/__/2016 Page __ of __ Ref No: … Project title

Award Date (MM/YYYY)

Completion Date (MM/YYYY)

Role in Contract (contractor OR sub-

contractor) Total Contract

Amount (TRY**) Updated Total

Contract Amount***

(TRY)

Proportion of the total contract

amount carried out by the Bidder (%)

Employer

Detailed description of project Type of services provided The information above complies with the following conditions:

* Reference construction work, completed in 2011 and onwards * Substantiated by the attached copy of work completion certificates and progress payments. * Role as “contractor” or “sub-contractor”. *

**

***

Similar work experience is the superstructure-related construction works on building, hospital, livestock market etc. (for details please refer to Communiqué of Public Procurement Authority (KİK) for Similar Construction Experience Groups for Works, Official Gazette dated 11 June 2011 Number: 27961) (Attachment 1- List for Similar Construction Experience Groups (B) Superstructure (Building) Works I. Group, II. Group and III. Group,) (http://www.resmigazete.gov.tr/eskiler/2011/06/20110611-12.htm) Note: Design and supervision services are not considered similar work experience. If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.) is other than Turkish Lira (TRY), the conversion (selling prices) or cross rates for the reference dates given in below table and available at the web page of Central Bank of Republic of Turkey (www.tcmb.gov.tr) are to be used. The following table provides the reference dates for each eligible year. The conversion rates or cross rates to be used by Offeror should be the conversion rates or cross rates stated for the reference dates in the following table. Below given update multiplier figures corresponding to the year of the document (work completion certificate, progress payment) must be used to arrive the current value of the work completion amounts achieved in previous years.

Year Reference Institution Reference Date 1 USD = 1 EUR= Year Reference Institution Multiplier 2011 Central Bank of the Republic of Turkey 30.12.2011 1.8980 TRY 2.4556 TRY 2011 Public Procurement Authority 1.302 2012 Central Bank of the Republic of Turkey 31.12.2012 1.7862 TRY 2.3565 TRY 2012 Public Procurement Authority 1.324 2013 Central Bank of the Republic of Turkey 31.12.2013 2.1343 TRY 2.9397 TRY 2013 Public Procurement Authority 1.261 2014 Central Bank of the Republic of Turkey 31.12.2014 2.3311 TRY 2.8323 TRY 2014 Public Procurement Authority 1.154 2015 Central Bank of the Republic of Turkey 31.12.2015 2.9233 TRY 3.1896 TRY 2015 Public Procurement Authority 1.075

Page 99: INVITATION TO BID - UNDP | Procurement Notices

99

Form 7: Single Similar Work Experience 2 (Steel Construction) (to be printed on company letterhead, signed, dated and stamped) Bidder’s Legal Name ________________________________________

________________________________________

Date __/__/2016 Page __ of __ Ref No: … Project title

Award Date (MM/YYYY)

Completion Date (MM/YYYY)

Role in Contract (contractor OR sub-

contractor) Total Contract

Amount (TRY**)

Updated Total Contract

Amount*** (TRY)

Proportion of the total contract amount

carried out by the Bidder (%)

Employer

Detailed description of project Type of services provided The information above complies with the following conditions:

* Reference construction work, completed in 2007 and onwards * Substantiated by the attached copy of work completion certificates and progress payments. * Role as “contractor” or “sub-contractor”.

**

***

Similar work experience 2 (Steel Construction) is the superstructure-related construction works of which load-bearing elements and/or Roof are steel constructed; such as building, hospital, livestock market etc. (for details please refer to Communiqué of Public Procurement Authority (KİK) for Similar Construction Experience Groups for Works, Official Gazette dated 11 June 2011 Number: 27961) (Attachment 1- List for Similar Construction Experience Groups (B) Superstructure (Building) Works I. Group, II. Group and III. Group, (http://www.resmigazete.gov.tr/eskiler/2011/06/20110611-12.htm) Note: Design and supervision services are not considered similar work experience. If the subject matter currency (i.e. the currency of the work completion certificate, income statement etc.) is other than Turkish Lira (TRY), the conversion (selling prices) or cross rates for the reference dates given in below table and available at the web page of Central Bank of Republic of Turkey (www.tcmb.gov.tr) are to be used. The following table provides the reference dates for each eligible year. The conversion rates or cross rates to be used by Offeror should be the conversion rates or cross rates stated for the reference dates in the following table. Below given update multiplier figures corresponding to the year of the document (work completion certificate, progress payment) must be used to arrive the current value of the work completion amounts achieved in previous years.

Year Reference Institution Reference Date 1 USD = 1 EUR= Year Reference Institution Multiplier 2011 Central Bank of the Republic of Turkey 30.12.2011 1.8980 TRY 2.4556 TRY 2011 Public Procurement Authority 1.302 2012 Central Bank of the Republic of Turkey 31.12.2012 1.7862 TRY 2.3565 TRY 2012 Public Procurement Authority 1.324 2013 Central Bank of the Republic of Turkey 31.12.2013 2.1343 TRY 2.9397 TRY 2013 Public Procurement Authority 1.261 2014 Central Bank of the Republic of Turkey 31.12.2014 2.3311 TRY 2.8323 TRY 2014 Public Procurement Authority 1.154 2015 Central Bank of the Republic of Turkey 31.12.2015 2.9233 TRY 3.1896 TRY 2015 Public Procurement Authority 1.075

Page 100: INVITATION TO BID - UNDP | Procurement Notices

100

Section 7: Technical Bid Form4 If the bidder is applying to more than one LOT;

Bidder must submit a separate technical bid for each LOT and clearly indicate the LOT number in the cover page of the technical bid

Bidder must propose unique set of ‘Key Personnel’, (without any repetition in other LOT’s bids) for each LOT they apply for.

Bidder must propose a unique set of equipment (without any repetition in other LOT’s bids) that can be deployed concurrently for performance of construction work in different LOTs, as stipulated in Section 7 Technical Bid Form.

Bidder must propose a full fledge Work Programme for performance of contract for each LOT applied

Bidder must propose all other resources required in this ITB uniquely for each LOT applied (without any repetition in other LOT’s bid), for performance of construction works in each LOT.

In case a Bidder foresees use of subcontractor(s), it will ensure that the works to be subcontracted shall not exceed 20% of the total contract amount for each LOT. 4 Technical Bids not submitted in this format may be rejected.

Page 101: INVITATION TO BID - UNDP | Procurement Notices

101

INSERT TITLE OF THE ITB

Name of Bidding Organization / Firm: Country of Registration: Name of Contact Person for this Bid: Address: Phone / Fax: Email:

SECTION 1: EXPERTISE OF FIRM/ ORGANISATION

This section should fully explain the Bidder’s resources in terms of personnel and facilities necessary for the performance of this requirement. 1.1 Brief Description of Bidder as an Entity: Provide a brief description of the organization / firm submitting the Bid, its legal mandates/authorized business activities, the year and country of incorporation, and approximate annual budget, etc. Include reference to reputation, or any history of litigation and arbitration in which the organisation / firm has been involved that could adversely affect or impact the delivery of goods and/or performance of related services, indicating the status/result of such litigation/arbitration. 1.2. Financial Capacity: Based on the latest Audited Financial Statement (Income Statement and Balance Sheet) describe the financial capacity (liquidity, stand-by credit lines, etc.) of the bidder to engage into the contract. Include any indication of credit rating, industry rating, etc. 1.3. Track Record and Experiences: Provide the following information regarding corporate experience within at least the last five (5) years which are related or relevant to those required for this Contract. Name of project Client Contract Value Period of activity Types of activities undertaken

Status or Date Completed References Contact Details (Name, Phone, Email)

Page 102: INVITATION TO BID - UNDP | Procurement Notices

102

SECTION 2: SCOPE OF SUPPLY, TECHNICAL SPECIFICATIONS, AND RELATED SERVICES This section should demonstrate the Bidder’s responsiveness to the specification by identifying the specific components proposed, addressing the requirements, as specified, point by point; providing a detailed description of the essential performance characteristics proposed; and demonstrating how the proposed bid meets or exceeds the specifications. Part 1.1 Scope of Civil Works: This part of the technical bid should provide a detailed description of the civil works services to be rendered in order for timely and successful completion of the project. Bidder should clearly demonstrate in this section that they have fully understood the Schedule of Requirements & Technical Specifications, and that they agree to perform the civil works services in accordance with the requirements and specifications therein. Please fill in Part 1.1.a (below) Part 1.2. Technical Quality Assurance Mechanisms: The bid shall also include details of the Bidder’s internal technical and quality assurance review mechanisms, all the appropriate quality certificates, export licenses (if applicable) and other documents attesting to the superiority of the quality of the goods and technologies to be supplied. Please refer to the quality assurance mechanisms defined as minimum requirements in the Schedule of Requirements & Technical Specifications. Part 1.3. Reporting and Monitoring: Please provide a brief description of the mechanisms proposed for this project for reporting to the UNDP and partners, including a reporting schedule. Please refer to the Schedule of Requirements & Technical Specifications and relevant clauses of the general conditions. Part 1.4. Subcontracting: Explain whether any work would be subcontracted, to whom, how much percentage of the work, the rationale for such, and the roles of the proposed sub-contractors. Special attention should be given to providing a clear picture of the role of each entity and how everyone will function as a team. Part 1.5. Risks / Mitigation Measures: Please describe the potential risks for the implementation of this project that may impact achievement and timely completion of expected results as well as their quality. Describe measures that will be put in place to mitigate these risks. Please note the weather conditions in the project site. Part 1.6 Implementation Timelines: The Bidder shall submit a Gantt Chart or Project Schedule indicating the detailed sequence of activities that will be undertaken and their corresponding timing .Please see template for Gantt Chart in Part 1.6.a. Part 1.7 Other: Any other comments or information regarding the bid and its implementation.

Page 103: INVITATION TO BID - UNDP | Procurement Notices

103

SECTION 3: PERSONNEL 3.1 Management Structure: Describe the overall management approach toward planning and implementing the contract. Include an organization chart for the management of the contract, if awarded. 3.2 Staff Time Allocation: Provide a spreadsheet will be included to show the activities of each personnel involved in the implementation of the contract. Where the expertise of the personnel is critical to the success of the contract, UNDP will not allow substitution of personnel whose qualifications had been reviewed and accepted during the bid evaluation. (If substitution of such a personnel is unavoidable, substitution or replacement will be subject to the approval of UNDP. No increase in costs will be considered as a result of any substitution). 3.3 Qualifications of Key Personnel. Provide the CVs for key personnel (Team Leader, Managerial and general staff) that will be provided to support the implementation of this project. CVs should demonstrate qualifications in area of expertise relevant to the Contract. Please use the format below:

Name: Role in Contract Implementation: Nationality: Contact information: Countries of Relevant Work Experience: Language Skills: Education and other Qualifications: Summary of Experience: Highlight experience in the region and on similar projects. Relevant Experience (From most recent): Period: From – To Name of activity/ Project/ funding organisation, if applicable: Job Title and Activities undertaken/Description of actual role performed: e.g. June 2010-January 2011 Etc. Etc. References (minimum of 3): Name Designation Organization Contact Information – Address; Phone; Email; etc. Declaration: I confirm my intention to serve in the stated position and present availability to serve for the term of the proposed contract. I also understand that any wilful misstatement described above may lead to my disqualification, before or during my engagement. _________________________________________________ __________________________ Signature of the Nominated Team Leader/Member Date Signed

Page 104: INVITATION TO BID - UNDP | Procurement Notices

104

SECTION 4: Equipment Commitment Form

Guidance note: the equipment commitment form should be printed on company letterhead, signed by the authorized representative(s) of the bidder, dated and stamped. The bidder must demonstrate that it will have access, at the minimum, to the key equipment, listed hereafter. The list of equipment hereafter is will be used as minimum benchmark for assessment of bids. However, the bidders should propose an extensive list of required equipment to successfully complete the works. The bidders’ list must match their approach to the works and demonstrate their understanding and ability to complete the works satisfactorily. Fields with asterisk (*) shall be used for evaluation. To: UNDP, Birlik Mah. 415. Cad. No: 11, Çankaya Ankara Subject: Invitation to Bid for Construction of Livestock Market in Ardahan, within the Scope of Ardahan Kars Artvin Development Project. We, the undersigned, undertake to commit at the minimum the following equipment for the subject matter, civil works. [Signature of the Authorized Representative(s) of the Bidder] Name: [Insert name(s) of the Authorized Representative(s) of the Bidder] In the Capacity of [insert capacity of person signing the application] Duly authorized to sign the application for and on behalf of: [insert full name of Bidder] Address [insert street number/town or city/country address] Dated on [insert the date: DD/MM/YYYY] Equipment Information on the Equipment Current Status Source Manufacturer Model and Power Rating Capacity* Year of Manufacture Current Location Details of current commitments Select the option that applies Excavator with hydraulic breakers no: 1

Owned Rented Leased

MINI EXCAVATOR (JCB TYPE) no: 2 Owned

Rented Leased

Page 105: INVITATION TO BID - UNDP | Procurement Notices

105

Loader no: 1 Owned Rented Leased

Dump Truck No:1 Owned Rented Leased

Dump Truck No:2 Owned Rented Leased

Dump Truck No:3 Owned Rented Leased

Compactor no:1 Owned Rented Leased

Concrete Mixer no:1 (REQUIRED ONLY FOR THE CONSTRUCTION IN POSOF)

Owned Rented Leased

Concrete Vibrator no:1

Concrete Vibrator no:2

Add here needed machinery and equipments for successful construction of Animal Livestock Market Owned Rented Leased

Owned Rented Leased

Page 106: INVITATION TO BID - UNDP | Procurement Notices

106

SECTION 5: Work Programme

Guidance note: The work programme shall be read in conjunction with the instructions to bidders, general and special conditions of contract, schedule of requirements and technical specifications statement of works, and technical drawings and shall set forth the bidder’s best estimate, at the time of preparation of the bid, of the time(s) required for the various key tasks required to execute the works in accordance with the information provided in the aforementioned bid documents. The key tasks and activities for which execution times are to be detailed in the work programme shall include, but not be restricted to, the various activities as specified in the schedule of requirements and technical specifications statement of works and the price schedule etc. Bidders shall add such further details as may, in their assessment, be deemed necessary to fully clarify the work programme and justify overall time required to complete the civil works. The Contractor for each LOT shall commence and complete construction works in the respective LOT, required through this ITB, latest by 16 (sixteen) months following site delivery through the “Notification for Commencement to Proceed”, in line with the work plan to be submitted by the Contractor and approved by UNDP. The 16 months duration will cover both working period with construction activities and non-working period with no construction activities. In Kars, Ardahan and Artvin provinces it is estimated that the climate conditions allow the construction activities between April and November. It is the bidder’s responsibility to collect all the necessary information regarding the construction season in the site locations and come up with a realistic work programme. The bidders shall prepare their work programme taking into consideration the following conditions and requirements; • For all LOTs, concrete, reinforce concrete and excavation related works items indicated in price schedules with (*) shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. • In addition to above, the indicated work items with (*) in the price schedule of LOT 1, Item 1 - Rehabilitation of the Livestock Market in Selim District shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason.

Page 107: INVITATION TO BID - UNDP | Procurement Notices

107

Tasks Week 01 Week 02 Week 03 Week 04 Week 05 Week 06 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 Mobilise Personnel and Equipment; and set-up Site Facilities 1.1 1.2 Construction Activities 2.1 2.2 2.3 Add Weeks 2.4 as 2.5 necessary 2.6 . Demobilise Personnel and Equipment; remove Site Facilities; and restore Site to original condition. 9.1 [Signature of the Authorized Representative(s) of the Bidder] Name: [Insert name(s) of the Authorized Representative(s) of the Bidder] In the Capacity of [insert capacity of person signing the application] Duly authorized to sign the application for and on behalf of: [insert full name of Bidder] Address [insert street number/town or city/country address] Dated on [insert the date: DD/MM/YYYY]

Page 108: INVITATION TO BID - UNDP | Procurement Notices

108

Section 8: Price Schedule Form The bidders shall prepare their prices with due consideration of the below conditions: 1) The Price Schedule must provide a detailed cost breakdown for each item. The components comprising the total price must provide sufficient detail to allow UNDP to determine compliance of Offer with requirements as per Statement of Works of this ITB. 2) All prices/rates quoted must be exclusive of all taxes, since the UNDP is exempt from taxes as detailed in Data Sheet No:40. 3) The format shown on the following pages should be used in preparing the price schedule. 4) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the correction of errors, its Bid will be rejected 5) All prices shall be quoted in TRY. 6) Price Schedules not submitted in this format may be rejected. 7) Grand Total to be quoted by the bidders for each LOT will be the price for the whole requirement in that respective LOT including all different activities to be completed for the construction required for that LOT in full compliance with the Statement of Works. Therefore, this price will include all types of costs, like transportation of the material and equipment to and from the sites, water drainage, variation in soil conditions, direct and indirect nature, associated with the satisfactory completion of each work item in accordance with Statement of Works/Technical Drawings and in overall in accordance with the Conditions of Contract, to be incurred by the Contractor until final delivery to UNDP. 8) The payments for the work items to be completed in 2016 as per requirements of this ITB, will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. 9) The payments for the work items to be completed in 2017 as per requirements of this ITB and as indicated in the price schedules, will be calculated through adjustment of unit prices quoted by the bidder by the reference escalation multiplier that will be determined in 2017 by the Ministry of Environment and Urbanization and announced in Official Gazette of Turkey (www.resmigazete.org.tr) for the revaluation of civil works contractor work certificate amounts from 2016 to 2017. 10) For all LOTs, concrete, reinforce concrete and excavation related works items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons. 11) In addition to above, the indicated work items with (*) in the price schedule of LOT 1, Item 1 - Rehabilitation of the Livestock Market in Selim District shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even the related works have to be completed in 2017 due to any unforeseen reasons.The unit prices to be quoted shall be firm and final during the validity of

Page 109: INVITATION TO BID - UNDP | Procurement Notices

109

the contract. There will be a single update of the unit prices in 2017 as per the payment conditions stipulated in Data Sheet:41. 12) All Bidders are strongly recommended to visit the sites in which the civil works will be constructed or obtain necessary information locally, prior to preparation of their bids in order to determine the basis for their technical bid and price schedule. Failure to conduct site visit does not constitute any legal basis for any claim for price changes, etc. whatsoever as regard to contract conditions and the bid. i.e. No additional payment shall be made to the successful Bidder due to its failure to make a site visit before submitting its bid. 13) Each item listed in the Price Schedule, being based on the Bill of Quantities, shall be inclusive of all other costs (that are not costed through BOQ) whether direct and indirect nature associated with the satisfactory completion of each work item in accordance with Statement of Works/Technical Drawings and in overall in accordance with the Conditions of Contract. 14) The Contractor shall provide the Engineer for each LOT with 1 double cabin 4x4 pick-up vehicles and office space, and cover all associated costs thereof, during the supervision of construction. The associated costs shall be taken into account while calculating the prices.

Page 110: INVITATION TO BID - UNDP | Procurement Notices

110

8.1 – PRICE SCHEDULE FOR LOT 1 Rehabilitation of the Livestock Market in Selim District and Construction of Livestock Market in Sarıkamış District of Kars Province SUMMARY PRICE SCHEDULE – LOT 1

Item Scope Price (TRY) 1.Selim Livestock Market

A. Structural Works B.Electrical Works C.Mechanical Works D.Infrastructural Works

Sub- Total 1 2.Sarıkamış Livestock Market

A.Structural Works B.Electrical Works C.Mechanical Works D.Infrastructural Works

Sub- Total 2 LOT 1 GRAND TOTAL (TRY)

8.1.1 DETAILED PRICE SCHEDULE FOR LOT 1 ITEM 1 REHABILITATION OF THE LIVESTOCK MARKET IN SELIM DISTRICT

8.1.1.A.Structural Works - Rehabilitation of the Livestock Market in Selim District

No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1* Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 996.24

2* Y.15.140/02 By supplying gravel, laying with hand, making irrigation and compression Çakıl temin edilerek, el ile serme, sulama ve sıkıştırma yapılması m³ 372.60

3* Y.15.140/03 By supplying sand, laying with machine, making irrigation and compression Kum temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 475.34

4* Y.16.050/03 Manufactured in concrete plant or bought and pumped with concrete pump ,pouring C 16/20 compressive strength class concrete (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 63.30

5* Y.16.050/04 Manufactured in concrete plant or bought and pumped with concrete pump ,pouring C 20/25 compressive strength class concrete (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla

m³ 2,029.89

Page 111: INVITATION TO BID - UNDP | Procurement Notices

111

basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

6 Y.18.110/20C06

Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 177.91

7 Y.19.055/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası yapılması (Mantolama)

m² 216.00

8 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 101.07

9 Y.19.061/003

Laying 10 cm thickness fiberglass blanket over roof space flooring (Fiberglass blanket - 18 kg/m³ density) and water vapour permeable waterproof sheet Çatı arasına döşeme üzerine, 10 cm kalınlıkta camyünü şilte (Camyünü şilte - 18 kg/m³ yoğunlukta) ve üzerine su buharı geçişine açık su yalıtım örtüsü serilmesi

m² 149.00

10 Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması m² 2,447.41

11 Y.21.050/C01 Making falsework with steel pipe (between 0,00-4,00m ) Çelik borudan kalıp iskelesi yapılması (0,00-4,00m arası) m³ 447.00

12 Y.21.051/C01 Making full security frontal scaffold with steel pipe (between 0,00-51,50m ) Çelik borudan tam güvenlikli cephe iş iskelesi yapılması (0,00-51,50m arası)

m² 8,148.75

13 Y.21.051/C03 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m ) Çelik borudan tavanlar için tam güvenlikli iş iskelesi yapılması (0,00-21,50m arası)

m³ 447.00

14 Y.22.001/02 Making and placing wooden massive platformed external doorframe and skirting Ahşaptan masif tablalı dış kapı kasa ve pervazı yapılması yerine konulması

m² 4.24

15 Y.22.009/02 Making and placing wooden massive platformed external doorleaf Ahşaptan masif tablalı dış kapı kanadı yapılması ve yerine konulması

m² 18.92

16 Y.23.011 Placing welded wire fabric 3,001-10,000 kg/m² (including 10,000 kg/m² ) Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m² (10,000 kg/m² dahil)

Ton 36.08

17 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 23.21

18 Y.23.015 Ø 14- Ø 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 19.04

19* Y.23.081 Making and placing roof truss with structural shape Profil demirlerinden çatı makası yapılması ve yerine konulması. Ton 43.61

20* Y.23.101

Making carcass and framework with all kinds of structural shape, steel bars and plates ( framework, beams from structural shape at necks, head pieces joints etc. ) Her çeşit profil, çelik çubuk ve çelik saçlarla karkas, (çerçeve) inşaat yapılması, yerine tespiti (yapı karkası, köprülerde profil demirlerinden kirişler, başlıklar, bağlantılar ve benzeri imalatlar)

Ton 29.74

Page 112: INVITATION TO BID - UNDP | Procurement Notices

112

21 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

kg 332.84

22 Y.23.176 Making and placing various ironworks with metal sheets and shapes Lama ve profil demirlerden çeşitli demir işleri yapılması ve yerine konulması

kg 18,619.94

23* OZEL-08 Manufacture of Paddock and Paddock Gates made with hot dip galvanized coating Sıcak Daldırma Galvanizden Padok ve Padok Kapısı İmalatı

kg 28,513.96

24 Y.23.241

Making and placing plastic joinery ( Manufacturing all kinds of door, windows ,overlay etc. With Hard PVC joinery profile ) Plastik doğrama imalatı yapılması ve yerine k4onulması (Sert PVC doğrama profillerinden her çeşit kapı, pencere, kaplama ve benzeri imalat) Not: Tüm ana profiller ile ilave profiller, pencere kapalı iken görülmeyen ve dikkat çekmeyen bir yerde, en az 1 m a

kg 600.00

25 Y.25.002/02 Dyeing iron surfaces with double anti-rust and double synthetic dye Demir yüzeylere iki kat antipas, iki kat sentetik boya yapılması

m² 2,743.94

26 Y.25.003/15 Dyeing new plaster surface with undercoat applied water based paint( interior wall ) Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı mat boya yapılması (iç cephe)

m² 316.09

27 Y.25.004/04 Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı su bazlı boya yapılması (dış cephe)

m² 243.55

28 Y.26.008/304A

Making flooring with 3mm joint spaces (30 x 30 cm) or (33 x 33 cm) nominal sized, all kinds of color, design and surface properties,made from I.quality, matt, bisque tiles ( with tile glue ) (30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 98.13

29 Y.26.008/304B

Making wallcoating and facework with 3mm joint spaces (30 x 30 cm) or (33 x 33 cm) nominal sized, all kinds of color, design and surface properties,made from I.quality, matt, bisque tiles ( with tile glue ) (30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3 mm derz aralıklı duvar ve cephe kaplaması yapılması (karo yapıştırıcısı ile)

m² 42.78

30 Y.26.020/041A Making external windowledge with 3 cm thickness white marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında beyaz mermer levha ile dış denizlik yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 10.38

31 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 243.55

32 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (exterior wall) 200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

m² 362.83

33 Y.27.585 Making 2.5 cm thickness 500 kg cement dosed floor 2.5 cm kalınlığında 500 kg çimento dozlu şap yapılması m² 101.07

34 Y.28.645/C02 Fixing PVC and aluminium joinery section and 4+4 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 4+4 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 26.13

35 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Ad 9.00

36 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı) Ad 9.00

Page 113: INVITATION TO BID - UNDP | Procurement Notices

113

37 A10 Fixing knuckles Menteşenin yerine takılması Ad 124.00

38 B01 Fixing window bar set ( handle, iron and detailed ) İspanyolet takımının yerine takılması (Kol, demir ve teferruatlı) Ad 13.00

39 B11 Fixing window bar set with handle ( Handle included 100 cm.) ( 3 handle ) ( For wooden ) Kavramalı ispanyolet takımının yerine takılması (Kol dahil 100 cm.lik) (3 kavramalı) (Ahşap için)

Ad 4.00

40 C04 Fixing fanlight window bar set ( handle included , truss included ) Vasistas ispanyolet takımının yerine takılması (Kol, makas dahil) Ad 30.00

41 18.185/1 Demolishing plain or reinforced concrete bulding withouh using explosives Patlayıcı madde kullanmadan demirli ve demirsiz beton inşaatın yıkılması.

m³ 209.73

42* MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması m² 2,201.00 TOTAL FOR STRUCTURAL WORKS (TRY)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.1.1.B.Electrical Works Rehabilitation of the Livestock Market in Selim District No Index No Item Description Unit # of

units Unit Price (TRY)

Price (TRY) 1 704-101 Surface mounted plate Table 0.05-0.10 M2 (including 0.10 M2)

Sıva üstü sac tablo-0,05-0,10 m² (0,10 m² dahil) Ad 1.00 2 709-101 Weatherproof casting Table-0,05 m² Demir ve alüminyum döküm etanj tablo-0,05 m² Ad 1.00

3 715-307 THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40 A.(Table wake ( TS EN 60947-2) Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar

Ad 3.00

4 718-201 DRY-TYPE THERMIC SHIELDED CONTACTOR 3*10 A. Kuru tip Termik Kontaktör-3x10 A'e kadar Ad 5.00

5 718-522 Residual current circuit breaker up to 4*63 A.(300mA) Kaçak akım koruma şalterleri-4x63 A'e kadar (300 mA) Ad 1.00

6 718-563 B CLASS 230V AC,100 kA (10/350ms), 3 PHASE, NEUTRAL-GROUND Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA üç faz, nötr-toprak

Ad 1.00

7 723-401 SELF-ARMED CENTRAL COMPENSATION BATTERIES, up to 400 V Otomatik kumandalı merkezi kompanzasyon bataryası-400 V'a kadar

kVAR 16.00

8 724-401 SWITCH AUTOMATIC FUSE 16 A. (3KA) ( TS 5018-1 EN 60898-1 ) Anahtarlı otomatik sigorta (3 kA)-16 A'e kadar Ad 5.00

9 724-406 3 PHASED SWITCH AUTOMATIC FUSE 16 A. (3KA) ( TS 5018-1 EN 60898-1 ) Anahtarlı otomatik sigorta (3 kA)-3x16 A'e kadar Ad 3.00

10 724-601 16A 6kA Mono Phase Automatic Fuse Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar Ad 11.00

11 725-731 3 PHASE REACTIVE ELECT.ELECTRICITY METER 3*230/400A.e Ka Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç, 3x230/400 V: 3x5 (7,5) A

Ad 1.00

12 725-904 Indicating Lamp 250 V İşaret lambası 250 V'a kadar Ad 6.00

Page 114: INVITATION TO BID - UNDP | Procurement Notices

114

13 727-119 Feeder Cable 3X2,5 Mm2 Nya PVC boru içinde (NYA)-3x2,5 mm² P.18 m 500.00

14 727-120 Feed Line 3X1.5 Mm2 Nya PVC boru içinde (NYA)-3x1,5 mm² P.14 m 75.00

15 727-525 Feed Line Nyy 4X10 Mm2 1 kV yeraltı kablosu (NYY)-4x10 mm² m 40.00

16 727-527 Feed Line Nyy 4X4 Mm2 1 kV yeraltı kablosu (NYY)-4x4 mm² m 420.00

17 734-101 Normal Outlet Normal sorti, Aydınlatma sortisi Ad 7.00 18 734-104 Parallel Outlet

Paralel sorti, Aydınlatma sortisi Ad 8.00

19 742-331 U 1 Tip 2X20 W Fittings Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 2x20W (18W)

Ad 2.00

20 742-432 U 2 Tip 2X40 W Fittings (36W) Cam elyaf takviyeli polyester gövdeli U2 tipi etanş duylu U2 tipi armatür 2x40W (36W)

Ad 3.00

21 742-453 LED PRJ. UP TO 60 WATT (220 V. AC.) LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led Projektörler Ad 17.00

22 742-532 DECORATIVE PURPOSED SUSPENDED CEILING FITTINGS : ATY2- 4x18 W ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif amaçlı asma tavan armatür

Ad 11.00

23 780-101 Flush Mounted Normal Switch (TS 4915 EN 60669-1) Gömme normal anahtar: (Ölçü: Adet) (TS 4915 EN 60669-1) Ad 7.00 24 780-115 Flush Mounted Grounded Receptacle (TS-40).

Gömme topraklı priz: (Ölçü: Adet) (TS-40). Ad 14.00 25 782-100 Cable Tray Systems (Measurement: kg. Warehousing %60 ) Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 ) kg 540.00

26 782-704 DATA SOCKET CAT 5E OR CAT 6E RJ-45 (8 CONTACTS) (22,5 X 45 MM) Data prizi CAT 5e veya CAT 6e RJ-45 (8 kontaklı) (22,5x45 mm), Kablo Kanal Prizleri

Ad 3.00

27 815-101 Phone Installation Outlet Telefon tesisatı sortisi Ad 3.00 28 818-203 External Building Distribution Line Plant 10 P

Bina haricinde ana hat tesisatı (10 çifte kadar) m 40.00 29 819-101 Phone Distribution Box up to 10 pairs Telefon dağıtım kutuları (10 çifte kadar) (DKP sac) Ad 1.00 30 840-122 12 " MONITOR SPEAKERS

12" Monitör Hoparlör Ad 4.00 31 842-101 TABLE TYPE MICROPHONE

Masa tipi mikrofon Ad 1.00 32 844-205 2 x 800 W POWER AMPLIFIER 2x800 W Power Amplifikatör Ad 1.00 33 880-1201 STANDING TYPE CABINETS 15U 600 mm * 600 mm 19"

15U 600mmx600mm 19" Dikili tip kabinet Ad 1.00 34 880-1278 WHEEL ASSEMBLY with brakes Frenli tekerlek grubu (ön tekerlekler frenli) Ad 1.00 35 880-1279 THERMOSTAT FAN MODULE (1 FAN)

Termostatlı fan modülü (1Fanlı) Ad 1.00

36 880-3159 2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x0,75 mm² halojen free sinyal ve kumanda kablosu

m 250.00

37 880-561 UTP CAT5E CABLE Bakır data kablosu, Utp Cat5e m 50.00

38 880-563 UTP CAT6 CABLE Bakır data kablosu, Utp Cat6 m 350.00 39 880-601 Multimode Fiber Optic Cable 2 core Shielded

2 Core MM Zırhlı F/O Kablo m 150.00

40 980-214 ACTIVE LIGHTNING ATTRACTOR AVERAGE EXCITATION PATH L=60 MT Ortalama uyarım yolu dl=60 m, aktif yakalama ucu

Ad 1.00

41 980-300 RIDGEPOLE (FOR ACTIVE LIGHTNING ATTRACTOR) Çatı direği (radyoaktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60) Ad 1.00 42 981-101 ROOF SURROUNDING WALL AND LOWERING CONDUCTOR 50

mm2.Copper Wire m 30.00

Page 115: INVITATION TO BID - UNDP | Procurement Notices

115

50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri tesisatı

43 982-102 BUILDING SURROUNDING CONDUCTER 30×3.5 MM GALVANIZED FLAT STEEL 30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama

m 345.00

44 983-102 GROUND ELECTROD (BAR), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

Ad 8.00

45 983-103 CONDUCTIVE PRESERVATIVE PIPE(3 m) İletken koruyucu borusu (3 m'lik) Ad 5.00

46 985-101 THERMO WELD SUPPLEMENT UP TO 32 GR. WELDING POWDER 32 gr kaynak tozuna kadar termokaynak eki Ad 10.00

47 988-100 CHEMICAL MATERIAL REDUCING GROUND RESISTANCE Toprak direnci düşürücü kimyasal madde kg 10.00

48 ÖZEL-ELK-13 Speed dome colored 1/4'' camera, 470 TVL, including montage accessories Speed dome renkli 1/4'' kamera, 470 TVL, montaj aksesuarları dahil

Ad 6.00

49 ÖZEL-ELK-14 Speed dome control panel Speed dome kontrol paneli Ad 1.00 50 ÖZEL-ELK-15 8 channels full duplex multiplexer

8 kanal full duplex multiplelxer Ad 1.00 51 ÖZEL-ELK-16 21'' colored monıtor. 700 TVL

21'' renkli monitör. 700 TVL Ad 1.00 TOTAL FOR ELECTRIC WORKS (TRY)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.1.1.C.Mechanical Works - Rehabilitation of the Livestock Market in Selim District No Index No Item DescriptionF Unit # of

units Unit Price (TRY)

Price (TRY)

1* 04.290/607 Ø=400 mm Corrugated Sewer Pipes High density polyethylene (HDPE) and Polypropylene (PP) based (TS EN 13476-1) (SN 8) Ø=400 mm Koruge Kanalizasyon Boruları Yüksek yoğunluklu polietilen (HDPE) ve Polipropilen (PP) esaslı (TS EN 13476-1) (SN 8)

m 250.30

2 071-112 Faience tile sink (extra class), 45x55 cm Console Half-legged faience ware extra class sinks Fayans lavabo (ekstra sınıf), 45x55 cm konsollu Yarım Ayaklı Takım Sırlı Seramik ekstra sınıf Lavabolar

Ad 3.00

3 072-201 Sink Installation, First class: (Battery TS EN 200; Siphon TS-EN 274-1-2-3) Lavabo tesisatı, Birinci sınıf: (Batarya TS EN 200; Sifon TS-EN 274-1-2-3)

set 3.00

4 073-201 Mirror (crystal glass) 40x50 cm+D106 Ayna (kristal cam) 40x50 cm+D106 Ad 3.00

5 074-101 Shelving unit (faience extra class) 50x10 cm Etajer (fayans ekstra sınıf) 50x10 cm Ad 3.00

6 075-103 Pan closet (faience ware extra class) with plastic siphon, 50x60 cm Alaturka hela taşı (Sırlı seramikten ekstra sınıf) plastik sifonlu, 50x60 cm

Ad 2.00

7 076-500 Compressed toilet washer Basınçlı hela yıkayıcılı set 2.00 8 089-105 Faucet (long) 1.class 1/2"

Musluk (uzun) 1.sınıf 1/2" Ad 18.00 9 090-101 Soap dispenser (faience, armed), 16x16 cm Sabunluk (fayans, kollu), 16x16 cm Ad 3.00 10 094-400 Toilet-paper holder (stainless steel)

Kağıtlık (paslanmaz çelik) Ad 3.00 11 097-303 Ground strainer(hard plastic with grids), 15x15 cm

Yer süzgeci (sert plastik ızgaralı), 15x15 cm Ad 1.00

Page 116: INVITATION TO BID - UNDP | Procurement Notices

116

12 117-303 Electric water-heater (60 l, 1720 kcal/h, 1800 watt) Elektrikli su ısıtıcısı (60 l, 1720 kcal/h, 1800 watt) Ad 1.00

13* 204-3102 Pn 20 polypropylene clean water pipe 1/2" 20/3,4 mm Polypropylene clean water pipes Pn 20 polipropilen temiz su boru 1/2" 20/3,4 mm Polipropilen temiz su boruları

m 20.00

14* 204-3300 Ø=400 mm Corrugated Sewer Pipes High density polyethylene (HDPE) and Polypropylene (PP) based (TS EN 13476-1) (SN 8) Bina içinde fizyoterm kaynaklı ve vidalı döşeli polipropilen boru montaj malzeme bedeli

45% 0.45

15* 204-3103 Pn 20 polypropylene clean water pipe 3/4" 25/4,2 mm Polypropylene clean water pipes Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen temiz su boruları

m 60.00

17* 204-3104 Pn 20 polypropylene clean water pipe 1" 32/5,4 mm Polypropylene clean water pipes Pn 20 polipropilen temiz su boru 1" 32/5,4 mm Polipropilen temiz su boruları

m 50.63

19* 204-3105 Pn 20 polypropylene pipe 1 1/4" 40/6,7 mm Polypropylene clean water pipes Pn 20 polipropilen boru 1 1/4" 40/6,7 mm Polipropilen temiz su boruları

m 50.36

20* 204-401 Hard PVC plastic drain pipe (drawtube, bellmouth , diameter: 50-40 mm, pipe wall thickness 3 mm) Sert PVC plastik pis su borusu (geçme muflu, çap: 50-40 mm, et kalınlığı 3 mm)

m 1.50

21* 204-402 Hard PVC plastic drain pipe (drawtube, bellmouth, diameter: 75-70 mm, pipe wall thickness 3 mm) Sert PVC plastik pis su borusu (geçme muflu, çap: 75-70 mm, et kalınlığı 3 mm)

m 2.70

22* 204-403 Hard PVC plastic drain pipe(drawtube, bellmouth, diameter: 100-110 mm, pipe wall thickness 3 mm) Sert PVC plastik pis su borusu (geçme muflu, çap: 100-110 mm, et kalınlığı 3 mm)

m 160.00

23* 210-623 Ball valve, brass tube, teflon joint ring (diameter: 15 mm) Küresel vana, prinç pres, teflon contalı (çap: 15 mm) Ad 2.00

24* 210-627 Ball valve, brass tube, teflon joint ring(diameter: 40 mm) Küresel vana, prinç pres, teflon contalı (çap: 40 mm) Ad 2.00

25* 239-607 15.0-20.0 m³/h flow rated 10.0-15.0 mSS submersible waste water pump with grinder blade 15.0-20.0 m³/h debisinde 10.0-15.0 mSS Parlayıcı Bıçaklı Dalgıç Tip Pis Su Pompası

Ad 6.00

26* 241-414 28 mm diameter, 25 mm pipe wall thickness rubber based prefabricated pipe isolation 28 mm çap, 25 mm et kalınlığında kauçuk esaslı prefabrik boru izolesi

m 60.00

27* 241-420 35 mm diameter, 32 mm pipe wall thickness rubber based prefabricated pipe isolation 35 mm çap, 32 mm et kalınlığında kauçuk esaslı prefabrik boru izolesi

m 50.63

28* 241-424 42 mm diameter, 25 mm pipe wall thickness rubber based prefabricated pipe isolation 42 mm çap, 25 mm et kalınlığında kauçuk esaslı prefabrik boru izolesi

m 50.36

TOTAL FOR MECHANICAL WORKS (TRY) *Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.1.1.D.Infrastructural Works - Rehabilitation of the Livestock Market in Selim District 8.1.1.D1.Infrastructural Works (Cesspool)- Rehabilitation of the Livestock Market in Selim District

Page 117: INVITATION TO BID - UNDP | Procurement Notices

117

No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1* Y.15.001/2B

Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 693.88

2* Y.15.140/02 By supplying gravel, laying with hand, making irrigation and compression Çakıl temin edilerek, el ile serme, sulama ve sıkıştırma yapılması

m³ 30.12

3* Y.15.140/03 By supplying sand, laying with machine, making irrigation and compression Kum temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 265.13

4* Y.15.140/06 By supplying gravel, draining Çakıl temin edilerek, drenaj yapılması m³ 9.17

5* Y.16.050/03 Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 30.12

6* Y.16.050/04 Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 134.79

7* Y.18.460/23 Ø 160 mm nominal diameter, PVC based corrugated drainage pipe supplying and furnishing Ø 160 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve yerine döşenmesi

m² 101.80

8* Y.18.461/006

Making double water isolation with 3 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 237.75

9* Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması m² 580.71

10* Y.21.050/C01

Making falsework with steel pipe (between 0,00-4,00m ) Çelik borudan kalıp iskelesi yapılması (0,00-4,00m arası) m³ 428.75

11* Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 9.70

12* Y.23.015 Ø 14- Ø 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 6.47

SUB-TOTAL D1 for Infrastructural Works (Cesspool) (TRY) 8.1.1.D2.Infrastructural Works (Fertilizer Pit)- Rehabilitation of the Livestock Market in Selim District

No Index No Item Description Unit # of units Unit Price (TRY) Price (TRY)

1* Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 180.89

2* Y.15.140/02 By supplying gravel, laying with hand, making irrigation and compression Çakıl temin edilerek, el ile serme, sulama ve sıkıştırma yapılması

m³ 2.71

3* Y.15.140/03 By supplying sand, laying with machine, making irrigation and compression Kum temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 91.25

4* Y.15.140/06 By supplying gravel, draining Çakıl temin edilerek, drenaj yapılması m³ 2.07

Page 118: INVITATION TO BID - UNDP | Procurement Notices

118

5* Y.16.050/03

Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 2.71

6* Y.16.050/04

Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 24.93

7* Y.18.460/23 Ø 160 mm nominal diameter, PVC based corrugated drainage pipe supplying and furnishing Ø 160 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve yerine döşenmesi

m² 23.00

8* Y.18.461/006 Making double water isolation with 3 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 175.00

9* Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması m² 146.42 10* Y.21.050/C0

1 Making falsework with steel pipe (between 0,00-4,00m ) Çelik borudan kalıp iskelesi yapılması (0,00-4,00m arası) m³ 51.98

11* Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 1.75

12* Y.23.015 14- Ø 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 0.80

SUB TOTAL D2 for Infrastructural Works (Fertilizer Pit) (TRY) GRND TOTAL 8.1.1.D Infrastructural Works (D1+D2)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons. 8.1.2 DETAILED PRICE SCHEDULE DETAILED PRICE SCHEDULE FOR LOT 1 ITEM 2 CONSTRUCTION OF LIVESTOCK MARKET IN SARIKAMIŞ DISTRICT

8.1.2.A.Structural Works - Sarıkamış Livestock Market 8.1.2.A1.Structural Works - Construction Items - Sarıkamış Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1* MSB.322/A1 Pouring of concrete in C 20/25 Beton Kaplama Yapılması (C20/25 Hazır Beton Kullanılarak) m3 517.800

2* Y.15.001/1A Excavation of all soft and hard soil in every depth and width with machine Makine ile yumuşak ve sert toprak kazılması (Serbest kazı) m³ 778.970

3* Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 1,581.170

4* Y.15.140/04 By supplying gravel, laying with hand, making irrigation and compression Çakıl temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması m³ 1,167.780

5* Y.15.140/08 By supplying angular aggregate, laying with hand, making irrigation and compression m³ 778.970

Page 119: INVITATION TO BID - UNDP | Procurement Notices

119

32mm'ye kadar kırmataş temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

6* Y.16.050/03 Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 191.700

7* Y.16.050/04 Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 638.990

8* Y.18.460/21 Ø 100 mm radius, PVC based corruge drainage pipe supplying and placing Ø 100 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve yerine dösenmesi

m 419.100

9* Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması m² 2,969.650

10* Y.21.001/04 Making curved-surfaced reinforced-concrete formwork with metal sheet Sac ile eğri yüzeyli beton ve betonarme kalıbı yapılması m² 247.470

11* Y.21.050/C11 Making falsework with steel pipe (between 0,00-4,00m ) Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m arası) m³ 3,313.440

12 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası) m² 471.200

13 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 286.560

14* Y.23.011 Placing welded wire fabric 3,001-10,000 kg/m² (including 10,000 kg/m² ) Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m² (10,000 kg/m² dahil) Ton 23.690

15* Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 36.530

16* Y.23.015 Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması.

Ton 12.300

17* Y.23.081 Making and placing roof truss with structural shape. Profil demirlerinden çatı makası yapılması ve yerine konulması. Ton 4.660

18* Y.23.101

Making carcass and framework with all kinds of structural shape, steel bars and plates ( framework, beams from structural shape at necks, head pieces joints etc. ) Her çeşit profil, çelik çubuk ve çelik saçlarla karkas, (çerçeve) inşaat yapılması, yerine tespiti (yapı karkası, köprülerde profil demirlerinden kirişler, başlıklar, bağlantılar ve benzeri imalatlar)

Ton 163.650

19 Y.25.002/02 Dyeing iron surfacees with double anti-rust and double synthetic dye Demir yüzeylere iki kat antipas, iki kat sentetik boya yapılması m² 3,645.660

Sub Total 8.1.2.A1.Structural Works - Construction Items - Sarıkamış Livestock Market 8.1.2.A2. Structural Works - Field Architectural Items - Sarıkamış Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 23.260/İB-1 Wired fence 2.63 m with concrete poles 2.63 m yüksekliğinde betonarme direkli kafes teli ile himaye Çiti yapılması

m 488.300

2 KGM/6000 Making subbase with crushed hearthstone material Ocak Taşından Konkasörle Kırılmış Malzeme ile Alttemel Yapılması m³ 683.800

3* MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması m² 1,647.500 4* ÖZEL 12 Manure pit iron gate

GÜBRE ÇUKURU GİRİŞ KAPISI ad 1.000 5* ÖZEL 14 Galvanized coated Waterers GALVANİZ SULUK YAPILMASI 100*40 H:100 ad 124.000

Page 120: INVITATION TO BID - UNDP | Procurement Notices

120

6* ÖZEL 2 Preparation Of Parapets Using Galvanized Shaped Tube GALVANİZ KAPLAMALI KORKULUK YAPILMASI m 1,300.200

7* ÖZEL 3 Manufacturing and Installation of Paddock Doors GALVANİZ KAPLAMALI PADOK KAPISI YAPILMASI ad 70.000

8* ÖZEL 4 Manufacturing and Installation of Ramp Doors GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI YAPILMASI ad 19.000

9* ÖZEL 5 Made from hollow sections and sheet iron door KUTU PROFİL VE SACDAN DEMİR KAPAK YAPILMASI m2 23.600

10* ÖZEL 6 Disinfection Passage Dezenfeksiyon Tüneli ad 1.000

11* ÖZEL 7 Tons Weigh Bridge HAYVAN KANTARI ad 1.000

12 Y.26.017/032 Steam cured concrete paving with stone flooring 8 cm yüksekliğinde normal çimentolu buhar kürlü beton parke taşı ile döşeme kaplaması yapılması (her ebat, renk ve desende) m² 3,419.000

13 Y.26.017/061 laying white cement steam cured concrete curbs 50 x 20 x 10 cm boyutlarında beyaz çimentolu buhar kürlü beton bordür döşenmesi (pahlı, her renk) m 251.800

Sub Total 8.1.2.A2. Structural Works - Field Architectural Items - Sarıkamış Livestock Market 8.1.2.A3. Structural Works - Office Architectural Works - Sarıkamış Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 18.140/D1 double -frame suspension system suspended ceiling with water and fire -resistant gypsum wall board Suya ve yangına dayanıklı alçı duvar levhaları ile çift iskeletli askı sistemli asma tavan yapılması (12,5mm tek kat alçı duvar levhası ile)

m² 104.020

2 19.061/008A Laying 10 cm thickness fiberglass blanket over roof space flooring (Fiberglass blanket - 50 kg/m³ density) and water vapour permeable waterproof sheet Çatı arasına döşeme üzerine, 10 cm kalınlıkta taşyünü şilte (Taşyünü şilte - 50 kg/m3 yoğunlukta) ve üzerine su buharı geçişine açık su yalıtım örtüsü serilmesi

m2 408.947

3 23.243/23 ALUMINIUM SHEET STRIP SUSPENDED CEILING (OUTDOOR) 30x30cm ebadında 0,50mm kalınlığında minimum 20 mikron elektrostatik toz boyalı(polyester esaslı) delikli alümünyum plakadan (EN AW 3000 serisi) gizli taşıyıcılı sistem asma tavan yapılması

m² 20.030

4 27.528/3 3 mm thick coating of fillers on fine plaster, stucco etc. surfaces İnce sıva, alçı sıvalı vb. yüzeyler üzerine 3 mm kalınlığında saten alçı kaplama yapılması

m² 104.020

5 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Adet 6.000

6 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı) Adet 6.000

7 A11 Replacing the hinges Yaylı menteşenin yerine takılması Adet 18.000

8 MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması m² 408.947

9 MSB.922/A Compartment 13 mm Compact Laminate Panel and Door Making 13 mm Compact Laminat ile Bölme Panosu ve Kapı Yapılması

m² 7.920

10 ÖZEL-01 Composite siding GİYDİRME CEPHE YAPILMASI m2 72.000 11 ÖZEL 09 Vapor barrier

BUHAR KESİCİ m2 408.947 12 ÖZEL 10 Carpet floor covering HALI KAPLAMA m2 9.500 13 ÖZEL 11 Trap car

ARAÇ KAPANI YAPILMASI (TERS KAPAN) ad 2.000 14 ÖZEL 13 Fire exit YANGIN KAPISI ad 1.000

15 Y.18.110/20C02

Making wall with 10 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 10 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 45.988

Page 121: INVITATION TO BID - UNDP | Procurement Notices

121

16 Y.18.110/20C06

Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 222.435

17 Y.18.461/008

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-10 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 115.640

18 Y.18.461/009

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 524.587

19 Y.18.461/042 250 gr / m² weight in laying geotextile 250 gr/m² ağırlıkta geotekstil keçe serilmesi m² 295.450

20 Y.19.055/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası yapılması (Mantolama)

m² 270.910

21 Y.19.056/003 5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant) by performing thermal insulation on the basement waterproofing curtain 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı yapılması

m² 115.640

22 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 231.420

23 Y.19.085/025 Cement based, polymer -modified two-component total thickness of 1.5 mm waterproofing in 2 coats with ready to use mortar insulation Çimento esaslı polimer modifiyeli iki bileşenli kullanıma hazır yalıtım harcı ile 2 kat halinde toplam 1.5 mm kalınlıkta su yalıtımı yapılması

m² 20.030

24 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 363.160

25 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 576.440

26 Y.21.101/06 OSB / 3 coating on the roof Çatı üzerine OSB/3 kaplama yapılması m² 408.947

27 Y.21.280/01 Laminate flooring Laminat parke döşeme kaplaması yapılması (AC1 Sınıf 21) (süpürgelik dahil) m² 9.500

28 Y.22.001/01 The massive wooden table top internal door frames and moldings Ahşaptan masif tablalı iç kapı kasa ve pervazı yapılması yerine konulması m² 11.130

29 Y.22.009/03 Laminate coated with panels made from both sides of the wood fiber ( MDF ) pressed , craft filled inner door panel production and fitting Laminat kaplamalı, iki yüzü odun lifinden yapılmış levhalarla (mdf) presli, kraft dolgulu iç kapı kanadı yapılması, yerine takılması

m² 11.880

30 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

kg 521.887

31 Y.23.244/L Powder coated insulated aluminum joinery manufacture and putting in place Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı yapılması ve yerine konulması

kg 865.000

Page 122: INVITATION TO BID - UNDP | Procurement Notices

122

32 Y.25.002/01 Dyeing iron surfaces with double anti-rust paint Demir yüzeylere korozyona karşı iki kat boya yapılması m² 59.816

33 Y.25.003/21 Water-based primer applied two coats semi-matte paint on new flatter surfaces (interior) Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı yarımat boya yapılması (iç cephe)

m² 510.480

34 Y.25.003/22 LUSTER done by applying water-based paint two coats of satin lining on plaster and plasterboard surfaces (interior) Saten alçılı ve alçıpanel yüzeylere astar uygulanarak iki kat su bazlı yarımat boya yapılması (iç cephe)

m² 104.020

35 Y.25.004/05 Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması (dış cephe)

m² 270.910

36 Y.26.006/303

20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (20 x 25 cm) veya (20 x 30 cm) anma ebatlarında, her türlü desen ve yüzey özelliğinde, I.kalite, beyaz seramik duvar karoları ile 3 mm derz aralıklı duvar kaplaması yapılması (karo yapıştırıcısı ile)

m² 127.620

37 Y.26.008/304A

30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 20.030

38 Y.26.008/405A

40 x 40 cm in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) 40 x 40 cm anma ebatlarında, rektifiyeli, her türlü renk, desen ve yüzey özelliğinde, I.kalite, parlak, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 113.360

39 Y.26.020/042A Making external windowledge with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında renkli mermer levha ile dış denizlik yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 6.700

40 Y.26.020/052A Making parapet e with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında renkli mermer levha ile parapet yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 10.720

41 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 270.910

42 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (interior wall) 200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

m² 221.450

43 Y.27.501/03 Plastering with 250/350 kg cement/lime mixed rendering and plastering mortar (ceiling) 250/350 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (tavan sıvası)

m² 289.030

44 Y.27.501/08 STUCCO CONTAINING CEMENT 350 kg çimento dozlu harçla tek kat kaba sıva yapılması m² 127.620

45 Y.27.581 LEVELING COARSE 200 kg çimento dozlu tesviye tabakası yapılması m² 142.890 46 Y.27.583 2.5 cm thick made of 400 kg of cement dose alum

2.5 cm kalınlığında 400 kg çimento dozlu şap yapılması m² 142.890

47 Y.28.645/C04 Fixing PVC and aluminium joinery section and 6+6 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 308.475

SubTotal 8.1.2.A3. Structural Works - Office Architectural Works - Sarıkamış Livestock Market 8.1.2.A4. Structural Works - Quarantine Architectural Works - Sarıkamış Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

Page 123: INVITATION TO BID - UNDP | Procurement Notices

123

1* 18.233/10

Existing wood, steel, concrete beams or aşıklı on the roof (4 cm), polystyrene filled (top 0.70 mm trapezoidal lower 0.50 mm thick flat) Aluminium sheets (EN AW 3003, Al-Mn1 Cu) and made of insulated roofing Mevcut ahşap, çelik, betonarme kiriş veya aşıklı çatı üzerine (4 cm) polistren dolgulu (Üst 0.70 mm trapezoidal Alt 0.50 mm düz) Alüminyum levhalar (EN AW 3003,Al-Mn1 Cu ) ile ısı yalıtımlı çatı örtüsü yapılması.

m² 139.909

2 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Adet 3.000

3 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı) Adet 3.000

4 A11 Replacing the hinges Yaylı menteşenin yerine takılması Adet 9.000

5 Y.18.110/20C06

Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 170.425

6 Y.18.461/008

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-10 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 34.720

7 Y.18.461/009

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 34.720

8 Y.18.461/042 250 gr / m² weight in laying geotextile 250 gr/m² ağırlıkta geotekstil keçe serilmesi m² 136.950

9 Y.19.056/003 5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant) by performing thermal insulation on the basement waterproofing curtain 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı yapılması

m² 34.720

10 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 136.950

11 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 176.600

12 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 371.880

13 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

kg 48.273

14 Y.23.155 2.00 mm thick hot rolled sheet door frame bending done and put in place 2,00 mm kalınlığında sıcak haddelenmiş sacdan bükme kapı kasası yapılması ve yerine konulması

kg 198.000

15 Y.23.244/L Powder coated insulated aluminum joinery manufacture and putting in place Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı yapılması ve yerine konulması

kg 246.800

16 Y.25.003/12 White lime whitewash three times made the new plaster surfaces (interior) Yeni sıva yüzeylere üç kat beyaz kireç badana yapılması (iç cephe)

m² 245.007

17 Y.25.004/05 Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) m² 164.600

Page 124: INVITATION TO BID - UNDP | Procurement Notices

124

Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması (dış cephe)

18 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 164.600

19 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (exterior wall) 200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

m² 245.007

20 Y.27.581 LEVELING COARSE 200 kg çimento dozlu tesviye tabakası yapılması m² 123.960

21 Y.28.645/C04 Fixing PVC and aluminium joinery section and 6+6 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 17.892

Sub Total 8.1.2.A4. Structural Works - Quarantine Architectural Works - Sarıkamış Livestock Market GRAND TOTAL 8.1.2.A Structural Works - Sarıkamış Livestock Market (A1+A2+A3+A4)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.1.2.B.Electric Works - Sarıkamış Livestock Market 8.1.2.B1.Electric Works -Livestock Market - Sarıkamış Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 20.5.1.-003 150 W.SODIUM VAPOR LIGHTING FIX. AT STEEL, WOOD AND CONCRETE POLES 150W Sodyum Buharlı Armatür Demir, Ağaç ve Beton Direklerde, Ampulü Hariç

Adet 15.000

2 20.6.1-004 150 W. SODIUM VAPOR TRANSPARENT TUBE BULB HIGH PRESSURE IGNITION Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek Basınçlı-Ateşlemeli Tip)

Adet 15.000

3 5.5.3.2.1/006 AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE GALVANIZED STEEL RANGE LIGHT POLE AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU GALVANİZLİ ÇELİK POLİGON AYDINLATMA DİREĞİ

AD 15.000

4* 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel m 215.000

5* 726-303 PIPELESS FREE PAVED EARTHING LINE 10 mm2 Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel m 70.000 6* 726-304 PIPELESS FREE PAVED EARTHING LINE 16 mm2

Topraklama hattı-16 mm² (borusuz) m 765.000

7* 727-513 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-3x2,5 mm²

m 630.000

8* 727-524 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*16 mm2 NYY 1 kV yeraltı kablosu (NYY) -4x16 mm²

m 325.000

9* 727-525 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x10 mm² m 70.000

10* 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm² m 545.000

11* 727-531 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 7x1,5 mm2 NYY 1 kV yeraltı kablosu (NYY)-7x1,5 mm² m 140.000

12 742-453 LED PRJ. UP TO 60 WATT (220 V. AC.) LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led Projektörler Adet 5.000

Page 125: INVITATION TO BID - UNDP | Procurement Notices

125

13 782-100 CABLE TRAY SYSTEMS Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 ) kg 290.000

14 839-101 INTERNAL TYPE LINE TRANSFORMER AND INSTALLATION Hat transformatörü ve montajı-dahili tip Adet 4.000

15 840-105 EXTERNAL TYPE AIR PRESSURE SPEAKER 10 W. Hoparlör ve montajı-10 W.a kadar harici tip hava basınçlı Adet 4.000

16 842-101 TABLE MICROPHONE Masa tipi mikrofon Adet 1.000

17 844-103 AMPLIFIER AND INSTALLATION 75 W. Amplifikatör ve montajı-75 W'lık Adet 1.000

18 880-1105 RACK CABINETS 9U 600 mm * 600 mm 19" Duvara monte edilebilir kabinetler 9U 600mmx600mm 19" kabinet Adet 1.000

19 880-1280 FAN MODULE WITH THERMOSTAT BELONGING TO PRODUCT (2 FANS) Termostatlı fan modülü (2Fanlı) Adet 1.000

20 880-1287 19" RACK TYPE 6-FOLD GROUP SOCKET WITH SAFETY FUSE BELONGİNG TO PRODUCT 19" rack tipi 6'lı grup priz sigortalı Adet 1.000

21 880-3159 2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU

m 5.000

22 880-3204 2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU m 160.000

23 880-431 RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE RG 6/U-6 75 ohm Koaksiyel Kablo m 420.000

24 980-214 ACTIVE CAPTURE TIP AVERAGE WARNING LINE L=60 MT Ortalama uyarım yolu dl=60 m, aktif yakalama ucu Adet 1.000

25 980-300 PUNCHEON (FOR ACTIVE CAPTURE TIP) Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60) Adet 1.000

26 981-101 ROOF SURROUNDING AND LOWERING CONDUCTOR 50 mm2 Electrolytic Copper Conductor 50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri tesisatı

m 90.000

27 982-102 BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED STEEL SHEET 30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama

m 245.000

28 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

Adet 11.000

29 983-103 PROTECTIVE CONDUCTOR PIPE İletken koruyucu borusu (3 m'lik) Adet 1.000 30 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST

115 gr kaynak tozuna kadar termokaynak eki Adet 4.000 31 ÖZEL-ELK-01 2 MP EXTERNAL CAMERA HARİCİ KAMERA VE AKSESUARLARI AD 6.000 32 ÖZEL-ELK-02 32' MONITOR

32' MONITOR AD 1.000 33 ÖZEL-ELK-03 16 CHANNEL DVR 16 KANAL DVR AD 1.000 34 ÖZEL-ELK-08 STANDING OUTLET BOX

DİKİLİ TİP PRİZ KUTUSU AD 6.000 35 ÖZEL-ELK-09 PE 100 HDPE 10 ATU PIPE PE 100 HDPE 10 ATÜ BORU MT 555.000 36 ÖZEL-ELK-10 BARRIER

BARİYER AD 2.000 37 ÖZEL-ELK-11 I5-4GB RAM 500 GB HDD PC İ5-4GB RAM 500 GB HDD PC AD 1.000 38 ÖZEL-ELK-12 BARCODE READER

BARKOD OKUYUCU AD 1.000 SUB Total 8.1.2.B1.Electric Works -Livestock Market - Sarıkamış Livestock Market

8.1.2.B2.Electric Works -Office, Quarantine, Barn - Sarıkamış Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY) 1* 726-301 PIPELESS FREE PAVED EARTHING LINE 4 mm2

Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu bakır tel m 30.000

2* 727-528 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x2,5 mm² m 30.000

Page 126: INVITATION TO BID - UNDP | Procurement Notices

126

3 739-102 EMPTY PIPE INSTALLATION (26-37 mm) Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm. boru ile. Betonarme tavanda ve duvarlarda 14 - 18 mm. peşel, bergman veya PVC boş boru temini, döşemesi, boru içerisine kılavuz teli çekilip bırakılması her nevi malzeme ve işçilik dahil.

m 100.000

4 742-332 GLASS FIBER REINFORCED POLYESTER BODY. U1 1*40 W. FLUORESCENT FIXTURE Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 1x40W (36W)

Adet 1.000

5 742-333 GLASS FIBER REINFORCED POLYESTER BODY. U1 2*40 W. FLUORESCENT FIXTURE Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 2x40W (36W)

Adet 12.000

6 742-532 DECORATIVE SUSPENDED CEILING FIXTURE: ATY2- 4x18 W ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif amaçlı asma tavan armatür Adet 12.000

7 742-538 DECORATIVE SUSPENDED CEILING FIXTURE: ATY8- 2x18 W ATY8-2x18 W (Çift parabolik, reflektörlü) dekoratif amaçlı asma tavan armatür

Adet 1.000

8 794-301 Etange light outlet (with security line) NORMAL OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Normal Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Adet 11.000

9 794-302 Etange light outlet (with security line) SWITCH OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Komütatör Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Adet 8.000

10 794-304 Etange light outlet (with security line) PARALLEL OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Paralel Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Adet 9.000

11 796-103 Etange socket outlet (with security line) LINES AND OUTLET LINES WITH UNLEADED ANTIGRONE (NHXMH) MATERIAL AND NORMAL SOCKET OUTLET Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile normal priz sortisi

Adet 32.000

12 815-101 PHONE INSTALLATION OUTLET up to 2 pairs (together with earthing line) Telefon tesisatı sortisi

Adet 7.000

13 818-101 INDOOR MAIN LINE SYSTEM up to 2 pairs P.14 Bina içerisinde ana hat tesisatı (2 çifte kadar-p14) m 100.000

14 819-101 TELEPHONE DISTRIBUTION BOX up to 10 pairs Telefon dağıtım kutuları (10 çifte kadar) (DKP sac) Adet 1.000

15 819-102 TELEPHONE DISTRIBUTION BOX up to 30 pairs Telefon dağıtım kutuları (30 çifte kadar) (DKP sac) Adet 2.000

16 845-103 TELEVISION OUTLET Televizyon sortisi Adet 5.000

17 982-102 BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED STEEL SHEET 30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama

m 170.000

18 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

Adet 2.000

19 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST 115 gr kaynak tozuna kadar termokaynak eki Adet 2.000 20 ÖZEL-ELK-04 1*150W

ÖZ1 1*150W AD 3.000 21 ÖZEL-ELK-05 OZ2 1*13W ÖZ2 1*13W AD 12.000 22 ÖZEL-ELK-06 SATELLITE

ÇANAK ANTEN AD 1.000 23 ÖZEL-ELK-07 4-6 OUTPUT LNB 4 ÇIKIŞLI LNB AD 1.000

Sub Total 8.1.2.B2.Electric Works -Office, Quarantine, Barn - Sarıkamış Livestock Market 8.1.2.B3.Electric Works - Panel, Shifter - Sarıkamış Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

Page 127: INVITATION TO BID - UNDP | Procurement Notices

127

1 701-201 Front cover panel Özel sac pano-önden kapaklı Adet 1.000

2 704-104 Surface-steel table 0:30 to 0:40 m² (including 0,40 m²) Sıva üstü sac tablo-0.30-0.40 m² (0,40 m² dahil) Adet 1.000

3 705-103 Built-in sheet metal tables up to 0,20 - 0,30m2 (including 0,30 m2) Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil) Adet 1.000

4 705-104 Built-in sheet metal tables up to 0,30 - 0,40m2 (including 0,40 m2) Gömme tip sac tablo-0.30-0.40 m² (0,40 m² dahil) Adet 1.000

5 707-102 Automatically insured housing type sheet metal tables with switch 8 fuses Anahtarlı otomatik sigortalı loj. tipi sac tablo-8 sigortalı Adet 2.000

6 713-304 Selective paco switches of the type that are mounted on the table up to 3x25 A. (three-phase) Normal Pako Şalter-tablo üstü-3x25 A'e kadar Adet 3.000

7 715-307 THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40 A.(Table wake ( TS EN 60947-2) Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar

Adet 1.000

8 715-309 Selective paco switches of the type that are mounted on the table up to 3 x 100 A. (three-phase) Icu:25kA, I1: (0,8-1)In Termik Magnetik Şalter-tablo arkası-3x100 A'e kadar

Adet 3.000

9 718-203 Dry-type thermal protector contactor up to 3x25 A Kuru tip Termik Kontaktör-3x25 A'e kadar Adet 1.000

10 718-310 Timer, which is used as timer in lighting control Aydınlatma kontrollünde kullanılan Zaman rölesi. (Ölçü Adet, İhzarat %60) Adet 1.000

11 718-507 Residual current circuit-breakers up to 4x25 (30 mA) Kaçak akım koruma şalterleri-4x25 A'e kadar (30 mA) Adet 5.000

12 718-508 Leakage protection circuit breakers- up to 4x40 A (30 mA) Kaçak akım koruma şalterleri-4x40 A'e kadar (30 mA) Adet 2.000

13 718-563 Panel type surge protectors class B, 230V AC, 100 kA (10/350ms), three-phase, neutral ground Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA üç faz, nötr-toprak

Adet 1.000

14 723-401 Automatic control central compensation batteries up to 400v. Otomatik kumandalı merkezi kompanzasyon bataryası-400 V'a kadar kVAR 27.500

15 724-601 6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1) Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar

Adet 29.000

16 724-602 6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1) Anahtarlı otomatik sigorta (6 kA)-25 A'e kadar

Adet 1.000

17 724-606 3-PHASE AUTOMATIC SAFETY FUSE WITH SWITCH 16 A. (6KA)(TS 5018-1 EN 60898-1 Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar

Adet 7.000

18 724-607 Switching auto insurance (6 kA) up to -3x40 Anahtarlı otomatik sigorta (6 kA)-3x40 A'e kadar Adet 6.000

19 724-707 Three-phase Automatic safety fuse with switch (10 kA)-up to 40 A Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar Adet 6.000

20 724-708 Switching auto insurance (10 kA) up to -3x60 Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar Adet 1.000

21 725-401 Measure Current Transformer 100 - 500/5 A. Akım ölçü trafosu 100-500/5 A Adet 6.000

22 725-511 Energy analyzer Enerji analizörü Adet 1.000

23 725-731 Three-phase Time Scheduled Electronic Type (Active-Reactive) 3x230/400 V..3x5(7,5) A Counters Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç, 3x230/400 V: 3x5 (7,5) A

Adet 1.000

24 725-904 Sign Lamp up to 250.V İşaret lambası 250 V'a kadar Adet 15.000

25 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel m 70.000 26 726-303 PIPELESS FREE PAVED EARTHING LINE 10 mm2

Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel m 5.000 27 726-304 PIPELESS FREE PAVED EARTHING LINE 16 mm2 Topraklama hattı-16 mm² (borusuz) m 120.000 28 727-509 1 kV underground cable (NYY) -3x16 mm²

1 kV yeraltı kablosu (NYY)-3x16 mm² m 5.000

Page 128: INVITATION TO BID - UNDP | Procurement Notices

128

29 727-521 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*50+25 mm2 1 kV yeraltı kablosu (NYY)-3x50+25 mm² m 125.000

30 727-522 1 kV underground (NYY)-3x35+16 mm² 1 kV yeraltı kablosu (NYY)-3x35+16 mm² m 120.000

31 727-525 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x10 mm²

m 5.000

32 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm²

m 70.000 Sub Total 8.1.2.B3.Electric Works - Panel, Shifter - Sarıkamış Livestock Market

GRAND TOTAL 8.1.2.B.Electric Works - Sarıkamış Livestock Market *Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.1.2.C.Mechanical Works - Sarıkamış Livestock Market 8.1.2.C1.Mechanical Works - Plumbing - Sarıkamış Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 071-108 oval sink Tezgah altı veya tezgah üstü oval lavabo Takriben 40x50 cm Sırlı Seramik ekstra sınıf Lavabolar

Adet 5.000

2 075-103 Pan closet (faience ware extra class) with plastic siphon, 50x60 cm Alaturka hela taşı (Sırlı seramikten ekstra sınıf) plastik sifonlu, 50x60 cm Adet 4.000

3 079-100 Self reserves European style toilets Kendinden rezerv.alafranga hela ve tes. (1.kalite) 35x55 cm Tk 3.000

4 089-112 Taps (short, perlatürl a ) Class 1 1/2 " Musluk (kısa, perlatürlü) 1.sınıf 1/2" Adet 4.000

5 089-606 Fitted head and hand shower set Gömme baş ve el duşlu banyo takımı Adet 1.000

6 089-701 Sink siphon Lavabo ve eviye sifonu Adet 5.000

7 089-922 Touchless basin mixer and installation, with single water inlet (chromic) Fotoselli lavabo bataryası ve tesisatı, tek su girişli (krome) Adet 5.000

8 090-102 Soap dish 16x31 cm Sabunluk (fayans, kollu), 16x31 cm Adet 1.000

9 094-100 Sheet (tiles), 16x16 cm Kağıtlık (fayans), 16x16 cm Adet 7.000

10 097-203 Location filter (rigid plastic grille), 10x10 cm Yer süzgeci (sert plastik ızgaralı), 10x10 cm Adet 3.000

11 103-103 Cold water meter ( diameter 25 mm ( 1 ") screw ) Soğuk su sayacı (çap 25 mm, (1"), vidalı) Adet 1.000

12 117-304 Electrical water heater (80 L, 1800 watt and above) Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri) Adet 1.000

13 ÖZEL.MEK.01 Liquid soap machine (0.5 lt) Sıvı sabun makinası (tezgaha gömme 0,5lt ) Adet 5.000

Sub Total 8.1.2.C1.Mechanical Works - Plumbing - Sarıkamış Livestock Market 8.1.2.C2.Mechanical Works - Common Plumbing - Sarıkamış Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 204-3103 Price of physiotherm seamed and screwed-fitted polypropylene pipe montage supply inside the building Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen temiz su boruları

m 24.000

2 204-411 Outside diameter 50 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes m 5.000

Page 129: INVITATION TO BID - UNDP | Procurement Notices

129

Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

3 204-412 Outside diameter 70 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 6.000

4 204-413 Outside diameter 100 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 55.000

5 210-625 Ball valve, brass tube, teflon joint ring (diameter: 25 mm) Küresel vana, prinç pres, teflon contalı (çap: 25 mm) Adet 2.000

6 221-203 Strainer , cast iron, threaded or flanged (diameter: 25 mm Pislik tutucu, pik döküm, vidalı veya flanşlı (çap: 25 mm) Adet 1.000

7 228-603 Non-return valve , 25 mm, PN 16; body brass, inner parts of stainless steel ( type disco applied between flanges Geri tepme ventili, 25 mm, PN-16; gövdesi prinç, iç aksam komple paslanmaz çelik (flanşlar arası uygulanan disco tip

m 1.000

8 ÖZEL.MEK.02 Ø25 (PE100) polyethylene pipes Ø25 polietilen boru (PE100) m 300.000

9 ÖZEL.MEK.03 Hot and cold presurrized washing machine 20-200 bar Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200 bar AD 1.000 Sub Total 8.1.2.C2.Mechanical Works - Common Plumbing - Sarıkamış Livestock Market

GRAND TOTAL 8.1.2.C.Mechanical Works - Sarıkamış Livestock Market *Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.1.2.D.Infrastructural Works - Sarıkamış Livestock Market 8.1.2.D1.Infrastructural Works - Water Base - Sarıkamış Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 15.140/İB-4 Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve boru gömleklenmesinin yapılması

m³ 23.370

2 204-102 Rigid PVC pipes for drinking water (paste muffle, diameter: 25 mm, 10 bar) Sert PVC içme su borusu (yapıştırma muflu, çap: 25 mm, 10 atü)

m 74.000

3 Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 96.760

Sub Total 8.1.2.D1.Infrastructural Works - Water Base - Sarıkamış Livestock Market 8.1.2.D2.Infrastructural Works - Valve, flowmeter- Sarıkamış Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 103-105 Cold water meter (diameter 40 mm (1 1/2 “), screw) Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı) Adet 1.000 2 210-625 Ball valve, brass tube, teflon joint ring (diameter: 25 mm)

Küresel vana, prinç pres, teflon contalı (çap: 25 mm) Adet 1.000 Sub Total 8.1.2.D2.Infrastructural Works - Valve, flowmeter- Sarıkamış Livestock Market

8.1.2.D3.Infrastructural Works - Waste Water- Sarıkamış Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

Page 130: INVITATION TO BID - UNDP | Procurement Notices

130

1 12.2190/1 Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 to 50 meters and 600 DZ joints’ s fees) Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)

Adet 5.000

2 12.2190/2 Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 to 50 meters and 600 DZ joints’ s fees) Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)

Adet 5.000

3 12.2190/3 Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 25 m and 600 DZ joints’ s fees) Buhar kürlü 500 dz Prefabrik gövde elemanı ile parsel bacası teşkili (H=0 25 mt ve birleşim yerleri 600 dz 'lu harç)

Adet 5.000

4 12.2190/4 Steam curing 500 dz prefabricated housing element with height adjustment manhole constitute (H = variable height and joints 600 dz ‘s fees) Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar elemanı ile parsel bacası teşkili (H=Değişken yüksekliklerde ve birleşim yerleri 600 dz 'lu harç)

m 5.000

5 12.2190/5 BS 18 Concrete (350 dz s) and fabricated frame to be placed on the precast concrete manhole cover (for Parcel Chimneys in the garden) BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz prefabrik betonarme kapağın parsel bacası üzerine yerleştirilmesi (Bahçedeki Parsel Bacaları için)

Adet 5.000

6 12.2191/1 Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection body formed with the sleeve (H = 0 to 60 m high, 00 m internal diameter of 1) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 60 mt yüksekliğinde, 1 00 mt iç çapında)

Adet 7.000

7 12.2191/2 Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the body sleeve (35mt height H = 0, 1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 35mt yüksekliğinde, 1 00 mt iç çapında)

Adet 7.000

8 12.2191/5

Steam cured rubber gasket, with 500 Dzor prefabricated manholes body height adjustment ring with chimney form (H = 0 15-0 60 mt of variable height and 1 00 m body height adjustment ring elements in internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde yüksekliği ayar bileziği ile baca teşkili (H= 0 15-0 60 mt arasında değişken yükseklikte ve 1 00 mt iç çapındaki gövde yüksekliği ayar bileziği elemanları ile)

m 7.000

9 12.2192/1 Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the conical element (1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası konik elemanı ile baca teşkili (1 00 mt iç çapında)

Adet 7.000

10 12.2194 Steam cured rubber gasket, 500 Dzor prefabricated chimney inspection chimney frame formed with the mounting element Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası çerçeve montaj elemanı ile baca teşkili

Adet 7.000

11 12.2195/1-1

Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated manholes connected to the base element constitutes the chimney (1 --1 input output) Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı prefabrik muayene bacası taban elemanı ile baca teşkili (1 giriş --1 çıkışlı)

Adet 6.000

12 12.2195/1-2

Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated manholes connected to the base element constitutes the chimney (2 --1 input output) Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı prefabrik muayene bacası taban elemanı ile baca teşkili (2 giriş --1 çıkışlı)

Adet 1.000

13 12.2201 Ø 150 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES Çapı Ø 150 mm (SN 8) PE100 KORUGE KANALİZASYON BORULARININ DÖŞENMESİ m 80.000

Page 131: INVITATION TO BID - UNDP | Procurement Notices

131

14 12.2202 Ø 200 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES Çapı Ø 200 mm (SN 8) PE100 KORUGE KANALİZASYON BORULARININ DÖŞENMESİ m 197.000

15 14.1714/1 Ditches and foundation fill material from the excavation done by machine Kazı malzemesinden makina ile hendek ve temel dolgusu yapılması m³ 221.280

16 15.140/İB-4 Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve boru gömleklenmesinin yapılması

m³ 87.120

17 23.255/İB-6 Ductile iron manhole cover made of cast iron sewer construction and putting into place (ductile iron) Kanalizasyon inşaatlarında sfero döküm baca kapağı yapılması ve yerine konulması (küresel grafitli dökme demir)

Adet 7.000

18 Y.15.006/2B Each and every width, depth excavation of soft and hard questionable Machine (deep cuts) Makine ile her derinlik ve her genişlikte yumuşak ve sert küskülük kazılması (Derin kazı)

m³ 185.040

19 Y.15.008/2B Excavated by machine each depth and width in mire and clay ( deep excavation) Makine ile her derinlik ve her genişlikte batak ve balçık kazılması (Derin kazı)

m³ 123.360

Sub Total 8.1.2.D3.Infrastructural Works - Waste Water- Sarıkamış Livestock Market 8.1.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Sarıkamış Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 15.140/İB-8 Tuvenan -permanent of sand (08 008 / IB) by hand (tokmaklanarak) compression ditch breeding base and the base, the base bearing the pipe sheathing of the pipes, ditches and basic fillings made of Tuvenan kum -çakıl'ın (08 008 / İB) el ile (tokmaklanarak) sıkıştırılarak hendek ve temel taban ıslahı , boru tabanı yataklanması, borunun gömleklenmesi , hendek ve temel dolgusu yapılması

m³ 0.500

2 23.255/İB-7 Sewer and stormwater construction; ductile cast iron grill Kanalizasyon ve yağmursuyu inşaatlarında; sfero döküm ızgara kg 240.000

3 36.19706 Diameter 150 mm, PVC DRAINAGE PIPES LAYING [MOVE, EXCEPT PER PIPE AND CONNECTING THE PRICE INCLUDES] Çapı 150 mm, PVC DRENAJ BORULARININ DÖŞENMESİ [TAŞIMA HARİÇ,BORU VE BAŞ BAĞLAMA BEDELİ DAHİL]

m 192.000

4 Y.16.050/03 Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 3.830

5 Y.21.001/01 Made from wood mold series Ahşaptan seri kalıp yapılması m² 33.280

6 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing 0 8- 0 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 0.160

Sub Total 8.1.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Sarıkamış Livestock Market 8.1.2.D5.Infrastructural Works - Cesspool- Sarıkamış Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 Y.16.050/03 Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 3.830

2 Y.16.050/04 Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 19.420

Page 132: INVITATION TO BID - UNDP | Procurement Notices

132

3 Y.21.001/01 Made from wood mold series Ahşaptan seri kalıp yapılması m² 33.280

4 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 0.160

5 Y.23.015 Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14 - 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması.

Ton 1.430

Sub Total 8.1.2.D5.Infrastructural Works - Cesspool- Sarıkamış Livestock Market GRAND TOTAL 8.1.2.D.Infrastructural Works - Sarıkamış Livestock Market (D1+D2+D3+D4+D5)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

Page 133: INVITATION TO BID - UNDP | Procurement Notices

133

8.2 – PRICE SCHEDULE FOR LOT 2 Rehabilitation of the Livestock Market in Hanak District and Construction of Livestock Market in Posof District of Ardahan Province SUMMARY PRICE SCHEDULE – LOT 2

Item Scope Price (TRY) 1.Hanak Livestock Market

A. Structural Works B.Electrical Works C.Mechanical Works D.Infrastructural Works

Sub- Total 1 2.Posof Livestock Market

A.Structural Works B.Electrical Works C.Mechanical Works D.Infrastructural Works

Sub- Total 2 LOT 2 GRAND TOTAL (TRY)

8.2.1 DETAILED PRICE SCHEDULE LOT 2 ITEM 1 REHABILITATION OF THE LIVESTOCK MARKET IN HANAK DISTRICT

8.2.1.A.Structural Works - Hanak Livestock Market 8.2.1.A1.Structural Works - Construction Items - Hanak Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1* MSB.322/A1 Pouring of concrete in C 20/25 Beton Kaplama Yapılması (C20/25 Hazır Beton Kullanılarak) m3 218.400

2* Y.15.001/1A Excavation of all soft and hard soil in every depth and width with machine Makine ile yumuşak ve sert toprak kazılması (Serbest kazı) m³ 273.080

3* Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 520.040

4* Y.15.140/04 By supplying gravel, laying with hand, making irrigation and compression Çakıl temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 288.750

5* Y.15.140/08 By supplying angular aggregate, laying with hand, making irrigation and compression 32mm'ye kadar kırmataş temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 273.080

Page 134: INVITATION TO BID - UNDP | Procurement Notices

134

6* Y.16.050/03

Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 58.140

7* Y.16.050/04

Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 214.090

8* Y.18.460/21 Ø 100 mm radius, PVC based corruge drainage pipe supplying and placing Ø 100 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve yerine dösenmesi

m 259.850

9* Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması m² 1,224.020

10* Y.21.050/C11 Making falsework with steel pipe (between 0,00-4,00m ) Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m arası) m³ 1,082.700

11* Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 25.500

12 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 126.750

13 Y.23.011 Placing welded wire fabric 3,001-10,000 kg/m² (including 10,000 kg/m² ) Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m² (10,000 kg/m² dahil)

Ton 9.130

14* Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 14.690

15* Y.23.015 Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması.

Ton 3.130

Sub Total 8.2.1.A1.Structural Works - Construction Items - Hanak Livestock Market 8.2.1.A2. Structural Works - Field Architectural Items - Hanak Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 KGM/6000 Making subbase with crushed hearthstone material Ocak Taşından Konkasörle Kırılmış Malzeme ile Alttemel Yapılması

m³ 105.000

2* ÖZEL 14 Galvanized coated Waterers GALVANİZ SULUK YAPILMASI 100*40 H:100 ad 68.000 3* ÖZEL 2 Preparation Of Parapets Using Galvanized Shaped Tube

GALVANİZ KAPLAMALI KORKULUK YAPILMASI m 666.700 4* ÖZEL 3 Manufacturing and Installation of Paddock Doors GALVANİZ KAPLAMALI PADOK KAPISI YAPILMASI ad 37.000

5* ÖZEL 4 Manufacturing and Installation of Ramp Doors GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI YAPILMASI ad 19.000

6* ÖZEL 5 Made from hollow sections and sheet iron door KUTU PROFİL VE SACDAN DEMİR KAPAK YAPILMASI m2 11.800

7* ÖZEL 6 Disinfection Passage Dezenfeksiyon Tüneli ad 1.000 8* ÖZEL 7 Tons Weigh Bridge

HAYVAN KANTARI ad 1.000

9 Y.26.017/032 Steam cured concrete paving with stone flooring 8 cm yüksekliğinde normal çimentolu buhar kürlü beton parke taşı ile döşeme kaplaması yapılması (her ebat, renk ve desende)

m² 525.000

Sub Total 8.2.1.A2. Structural Works - Field Architectural Items - Hanak Livestock Market

Page 135: INVITATION TO BID - UNDP | Procurement Notices

135

8.2.1.A3. Structural Works - Office Architectural Works - Hanak Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Adet 3.000

2 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı) Adet 3.000 3 A11 Replacing the hinges

Yaylı menteşenin yerine takılması Adet 9.000

4 MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması

m² 63.976

5 ÖZEL 13 Fire exit YANGIN KAPISI ad 1.000

6 Y.18.110/20C02

Making wall with 10 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 10 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 13.738

7 Y.18.110/20C06

Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 56.018

8 Y.18.461/008

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-10 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 20.650

9 Y.18.461/009 Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 127.286

10 Y.18.461/042 250 gr / m² weight in laying geotextile 250 gr/m² ağırlıkta geotekstil keçe serilmesi m² 42.660

11 Y.19.055/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası yapılması (Mantolama)

m² 59.775

12 Y.19.056/003 5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant) by performing thermal insulation on the basement waterproofing curtain 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı yapılması

m² 20.650

13 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 42.660

14 Y.19.061/001 Çatı arasına döşeme üzerine, 6 cm kalınlıkta camyünü şilte (Camyünü şilte - 18 kg/m³ yoğunlukta) ve üzerine su buharı geçişine açık su yalıtım örtüsü serilmesi

m² 63.976

Page 136: INVITATION TO BID - UNDP | Procurement Notices

136

15 Y.19.085/025

Cement based, polymer -modified two-component total thickness of 1.5 mm waterproofing in 2 coats with ready to use mortar insulation Çimento esaslı polimer modifiyeli iki bileşenli kullanıma hazır yalıtım harcı ile 2 kat halinde toplam 1.5 mm kalınlıkta su yalıtımı yapılması

m² 4.200

16 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası) m² 102.250

17 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 36.950

18 Y.21.101/01 Ahşaptan oturtma çatı yapılması (çatı örtüsü altı tahta kaplamalı) m² 58.160

19 Y.22.009/03 Laminate coated with panels made from both sides of the wood fiber ( MDF ) pressed , craft filled inner door panel production and fitting Laminat kaplamalı, iki yüzü odun lifinden yapılmış levhalarla (mdf) presli, kraft dolgulu iç kapı kanadı yapılması, yerine takılması

m² 1.980

20 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

kg 35.838

21 Y.23.155 2.00 mm thick hot rolled sheet door frame bending done and put in place 2,00 mm kalınlığında sıcak haddelenmiş sacdan bükme kapı kasası yapılması ve yerine konulması

kg 114.840

22 Y.23.244/L Powder coated insulated aluminum joinery manufacture and putting in place Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı yapılması ve yerine konulması

kg 198.000

23 Y.25.002/01 Dyeing iron surfaces with double anti-rust paint Demir yüzeylere korozyona karşı iki kat boya yapılması m² 22.992

24 Y.25.003/21 Water-based primer applied two coats semi-matte paint on new flatter surfaces (interior) Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı yarımat boya yapılması (iç cephe)

m² 141.340

25 Y.25.004/05

Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması (dış cephe)

m² 78.950

26 Y.26.006/303

20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (20 x 25 cm) veya (20 x 30 cm) anma ebatlarında, her türlü desen ve yüzey özelliğinde, I.kalite, beyaz seramik duvar karoları ile 3 mm derz aralıklı duvar kaplaması yapılması (karo yapıştırıcısı ile)

m² 21.960

27 Y.26.008/304A

30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 4.200

28 Y.26.008/408A 60 x 60 cm anma ebatlarında, rektifiyeli, her türlü renk, desen ve yüzey özelliğinde, I.kalite, parlak, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 21.790

29 Y.26.020/042A Making external windowledge with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında renkli mermer levha ile dış denizlik yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 2.400

Page 137: INVITATION TO BID - UNDP | Procurement Notices

137

30 Y.26.020/052A Making parapet e with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında renkli mermer levha ile parapet yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 3.840

31 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 78.950

32 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (interior wall) 200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

m² 106.500

33 Y.27.501/03 Plastering with 250/350 kg cement/lime mixed rendering and plastering mortar (ceiling) 250/350 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (tavan sıvası)

m² 34.840

34 Y.27.501/08 STUCCO CONTAINING CEMENT 350 kg çimento dozlu harçla tek kat kaba sıva yapılması m² 21.960

35 Y.27.581 LEVELING COARSE 200 kg çimento dozlu tesviye tabakası yapılması m² 34.840 36 Y.27.583 2.5 cm thick made of 400 kg of cement dose alum

2.5 cm kalınlığında 400 kg çimento dozlu şap yapılması m² 25.990

37 Y.28.645/C04 Fixing PVC and aluminium joinery section and 6+6 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 17.820

Sub Total 8.2.1.A3. Structural Works - Office Architectural Works - Hanak Livestock Market GRAND TOTAL 8.2.1.A.Structural Works - Hanak Livestock Market (A1+A2+A3)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.2.1.B.Electric Works - Hanak Livestock Market 8.2.1.B1.Electric Works -Livestock Market - Hanak Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 20.5.1.-003 150 W.SODIUM VAPOR LIGHTING FIX. AT STEEL, WOOD AND CONCRETE POLES 150W Sodyum Buharlı Armatür Demir, Ağaç ve Beton Direklerde, Ampulü Hariç

Adet 11.000

2 20.6.1-004 150 W. SODIUM VAPOR TRANSPARENT TUBE BULB HIGH PRESSURE IGNITION Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek Basınçlı-Ateşlemeli Tip)

Adet 11.000

3 5.5.3.2.1/006 AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE GALVANIZED STEEL RANGE LIGHT POLE AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU GALVANİZLİ ÇELİK POLİGON AYDINLATMA DİREĞİ

AD 11.000

4* 726-301 PIPELESS FREE PAVED EARTHING LINE 4 mm2 Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 80.000

5* 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 105.000

6* 726-304 PIPELESS FREE PAVED EARTHING LINE 16 mm2 Topraklama hattı-16 mm² (borusuz) m 390.000

Page 138: INVITATION TO BID - UNDP | Procurement Notices

138

7* 727-513 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-3x2,5 mm² m 350.000

8* 727-524 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*16 mm2 NYY 1 kV yeraltı kablosu (NYY) -4x16 mm² m 110.000

9* 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm²

m 385.000

10* 727-528 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x2,5 mm²

m 80.000

11* 727-531 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 7x1,5 mm² NYY 1 kV yeraltı kablosu (NYY)-7x1,5 mm²

m 120.000

12 742-453 LED PRJ. UP TO 60 WATT (220 V. AC.) LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led Projektörler

Adet 7.000

13 782-100 CABLE TRAY SYSTEMS Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 ) kg 175.000

14 839-101 INTERNAL TYPE LINE TRANSFORMER AND INSTALLATION Hat transformatörü ve montajı-dahili tip

Adet 3.000

15 840-105 EXTERNAL TYPE AIR PRESSURE SPEAKER 10 W. Hoparlör ve montajı-10 W.a kadar harici tip hava basınçlı Adet 3.000 16 842-101 TABLE MICROPHONE

Masa tipi mikrofon Adet 1.000 17 844-103 AMPLIFIER AND INSTALLATION 75 W.

Amplifikatör ve montajı-75 W'lık Adet 1.000

18 880-1105 RACK CABINETS 9U 600 mm * 600 mm 19" Duvara monte edilebilir kabinetler 9U 600mmx600mm 19" kabinet Adet 1.000

19 880-1280 FAN MODULE WITH THERMOSTAT BELONGING TO PRODUCT (2 FANS) Termostatlı fan modülü (2Fanlı) Adet 1.000

20 880-1287 19" RACK TYPE 6-FOLD GROUP SOCKET WITH SAFETY FUSE BELONGİNG TO PRODUCT 19" rack tipi 6'lı grup priz sigortalı

Adet 1.000

21 880-3159 2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU

m 5.000

22 880-3204 2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU

m 125.000

23 880-431 RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE RG 6/U-6 75 ohm Koaksiyel Kablo m 350.000

24 980-214 ACTIVE CAPTURE TIP AVERAGE WARNING LINE L=60 MT Ortalama uyarım yolu dl=60 m, aktif yakalama ucu

Adet 1.000

25 980-300 PUNCHEON (FOR ACTIVE CAPTURE TIP) Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60)

Adet 1.000

26 981-101 ROOF SURROUNDING AND LOWERING CONDUCTOR 50 mm2 Electrolytic Copper Conductor 50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri tesisatı

m 110.000

27 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

Adet 7.000

28 983-103 PROTECTIVE CONDUCTOR PIPE İletken koruyucu borusu (3 m'lik) Adet 1.000

29 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST 115 gr kaynak tozuna kadar termokaynak eki

Adet 2.000

30 ÖZEL-ELK-01 2 MP EXTERNAL CAMERA HARİCİ KAMERA VE AKSESUARLARI AD 5.000

Page 139: INVITATION TO BID - UNDP | Procurement Notices

139

31 ÖZEL-ELK-02 32' MONITOR 32' MONITOR AD 1.000

32 ÖZEL-ELK-03 16 CHANNEL DVR 16 KANAL DVR AD 1.000

33 ÖZEL-ELK-08 STANDING OUTLET BOX DİKİLİ TİP PRİZ KUTUSU AD 4.000

34 ÖZEL-ELK-09 PE 100 HDPE 10 ATU PIPE PE 100 HDPE 10 ATÜ BORU MT 370.000

35 ÖZEL-ELK-10 BARRIER BARİYER AD 2.000

36 ÖZEL-ELK-11 I5-4GB RAM 500 GB HDD PC AD 1.000 37 ÖZEL-ELK-12 BARCODE READER

BARKOD OKUYUCU AD 1.000 Sub Total 8.2.1.B.Electric Works -Livestock Market - Hanak Livestock Market

8.2.1.B2.Electric Works -Office - Hanak Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1* 726-301 PIPELESS FREE PAVED EARTHING LINE 4 mm2 Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 15.000

2* 727-528 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x2,5 mm²

m 15.000

3 739-102 EMPTY PIPE INSTALLATION (26-37 mm) Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm. boru ile. Betonarme tavanda ve duvarlarda 14 - 18 mm. peşel, bergman veya PVC boş boru temini, döşemesi, boru içerisine kılavuz teli çekilip bırakılması her nevi malzeme ve işçilik dahil.

m 23.000

4 741-202 Bakalitten yapılmış üç fazlı fiş priz ve montajı-3x60 A'e kadar Adet 1.000 5 742-279 Flüoresan armatür U (etanş)-1x20 W Adet 1.000

6 742-333 GLASS FIBER REINFORCED POLYESTER BODY. U1 2*40 W. FLUORESCENT FIXTURE Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 2x40W (36W)

Adet 2.000

7 742-532 DECORATIVE SUSPENDED CEILING FIXTURE: ATY2- 4x18 W ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif amaçlı asma tavan armatür

Adet 3.000

8 794-301 Etange light outlet (with security line) NORMAL OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Normal Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Adet 4.000

9 794-302

Etange light outlet (with security line) SWITCH OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Komütatör Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Adet 2.000

10 796-103 Etange socket outlet (with security line) LINES AND OUTLET LINES WITH UNLEADED ANTIGRONE (NHXMH) MATERIAL AND NORMAL SOCKET OUTLET Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile normal priz sortisi

Adet 11.000

11 815-101 PHONE INSTALLATION OUTLET up to 2 pairs (together with earthing line) Telefon tesisatı sortisi

Adet 3.000

12 818-101 INDOOR MAIN LINE SYSTEM up to 2 pairs P.14 Bina içerisinde ana hat tesisatı (2 çifte kadar-p14) m 23.000 13 819-101 TELEPHONE DISTRIBUTION BOX up to 10 pairs

Telefon dağıtım kutuları (10 çifte kadar) (DKP sac) Adet 1.000 14 819-102 TELEPHONE DISTRIBUTION BOX up to 30 pairs Telefon dağıtım kutuları (30 çifte kadar) (DKP sac) Adet 2.000

Page 140: INVITATION TO BID - UNDP | Procurement Notices

140

15 845-103 TELEVISION OUTLET Televizyon sortisi Adet 3.000

16 982-102 BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED STEEL SHEET 30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama

m 40.000

17 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

Adet 1.000

18 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST 115 gr kaynak tozuna kadar termokaynak eki

Adet 1.000

19 ÖZEL-ELK-06 SATELLITE ÇANAK ANTEN AD 1.000 20 ÖZEL-ELK-07 4-6 OUTPUT LNB

4 ÇIKIŞLI LNB AD 1.000 Sub Total 8.1.2.B2.Electric Works -Office - Hanak Livestock Market

8.2.1.B3.Electric Works - Panel, Shifter - Hanak Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY) 1 701-201 Front cover panel Özel sac pano-önden kapaklı Adet 1.000 1,090.00 1,090.00

2 705-103 Built-in sheet metal tables up to 0,20 - 0,30m2 (including 0,30 m2) Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil) Adet 1.000

3 705-105 Gömme tip sac tablo-0.40-0,50 m² (0,50 m² dahil) Adet 1.000 4 713-304

Selective paco switches of the type that are mounted on the table up to 3x25 A. (three-phase) Normal Pako Şalter-tablo üstü-3x25 A'e kadar Adet 3.000

5 715-307 THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40 A.(Table wake ( TS EN 60947-2) Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar

Adet 1.000

6 715-308 Selective paco switches of the type that are mounted on the table up to 3 x 63 A. (three-phase) Icu:25kA, I1: (0,8-1)In Adet 2.000

7 715-309 Selective paco switches of the type that are mounted on the table up to 3 x 100 A. (three-phase) Icu:25kA, I1: (0,8-1)In Termik Magnetik Şalter-tablo arkası-3x100 A'e kadar Adet 1.000

8 718-203 Dry-type thermal protector contactor up to 3x25 A Kuru tip Termik Kontaktör-3x25 A'e kadar Adet 1.000

9 718-310 Timer, which is used as timer in lighting control Aydınlatma kontrollünde kullanılan Zaman rölesi. (Ölçü Adet, İhzarat %60)

Adet 1.000

10 718-507 Residual current circuit-breakers up to 4x25 (30 mA) Kaçak akım koruma şalterleri-4x25 A'e kadar (30 mA) Adet 5.000 11 718-508 Leakage protection circuit breakers- up to 4x40 A (30 mA)

Kaçak akım koruma şalterleri-4x40 A'e kadar (30 mA) Adet 1.000

12 718-563 Panel type surge protectors class B, 230V AC, 100 kA (10/350ms), three-phase, neutral ground Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA üç faz, nötr-toprak

Adet 1.000

13 723-401 Automatic control central compensation batteries up to 400v. Otomatik kumandalı merkezi kompanzasyon bataryası-400 V'a kadar

kVAR 25.000

14 724-601 6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1) Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar

Adet 23.000

15 724-606 3-PHASE AUTOMATIC SAFETY FUSE WITH SWITCH 16 A. (6KA)(TS 5018-1 EN 60898-1 Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar

Adet 7.000

16 724-707 Three-phase Automatic safety fuse with switch (10 kA)-up to 40 A Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar

Adet 3.000

17 724-708 Switching auto insurance (10 kA) up to -3x60 Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar Adet 2.000

Page 141: INVITATION TO BID - UNDP | Procurement Notices

141

18 725-401 Measure Current Transformer 100 - 500/5 A. Akım ölçü trafosu 100-500/5 A Adet 6.000

19 725-511 Energy analyzer Enerji analizörü Adet 1.000

20 725-731 Three-phase Time Scheduled Electronic Type (Active-Reactive) 3x230/400 V..3x5(7,5) A Counters Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç, 3x230/400 V: 3x5 (7,5) A

Adet 1.000

21 725-904 Sign Lamp up to 250.V İşaret lambası 250 V'a kadar Adet 9.000

22 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 60.000

23 726-303 PIPELESS FREE PAVED EARTHING LINE 10 mm2 Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 30.000 24 727-510 1 kV yeraltı kablosu (NYY)-3x10 mm² m 5.000 25 727-522 1 kV underground (NYY)-3x35+16 mm²

1 kV yeraltı kablosu (NYY)-3x35+16 mm² m 115.000

26 727-525 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x10 mm² m 30.000

27 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm² m 60.000

28 727-528 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x2,5 mm²

m 100.000 Sub Total 8.2.1.B3.Electric Works - Panel, Shifter - Hanak Livestock Market

GRAND TOTAL 8.2.1.B.Electric Works - Hanak Livestock Market (B1+B2+B3) *Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.2.1.C.Mechanical Works - Hanak Livestock Market 8.2.1.C1.Mechanical Works - Plumbing - Hanak Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 071-108 oval sink Tezgah altı veya tezgah üstü oval lavabo Takriben 40x50 cm Sırlı Seramik ekstra sınıf Lavabolar

Adet 1.000

2 079-100 Self reserves European style toilets Kendinden rezerv.alafranga hela ve tes. (1.kalite) 35x55 cm Tk 1.000 3 089-606 Fitted head and hand shower set

Gömme baş ve el duşlu banyo takımı Adet 1.000 4 089-701 Sink siphon Lavabo ve eviye sifonu Adet 1.000

5 089-922 Touchless basin mixer and installation, with single water inlet (chromic) Fotoselli lavabo bataryası ve tesisatı, tek su girişli (krome) Adet 1.000

6 090-102 Soap dish 16x31 cm Sabunluk (fayans, kollu), 16x31 cm Adet 1.000

7 094-100 Sheet (tiles), 16x16 cm Kağıtlık (fayans), 16x16 cm Adet 1.000

Page 142: INVITATION TO BID - UNDP | Procurement Notices

142

8 097-203 Location filter (rigid plastic grille), 10x10 cm Yer süzgeci (sert plastik ızgaralı), 10x10 cm Adet 1.000

9 117-304 Electrical water heater (80 L, 1800 watt and above) Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri) Adet 1.000

10 ÖZEL.MEK.01 Liquid soap machine (0.5 lt) Sıvı sabun makinası (tezgaha gömme 0,5lt ) Adet 1.000

Sub Total 8.2.1.C1.Mechanical Works - Plumbing - Hanak Livestock Market 8.2.1.C2.Mechanical Works - Common Plumbing - Hanak Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 204-3103 Price of physiotherm seamed and screwed-fitted polypropylene pipe montage supply inside the building Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen temiz su boruları

m 12.000

2 204-411 Outside diameter 50 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 1.000

3 204-412 Outside diameter 70 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 2.000

4 204-413 Outside diameter 100 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 25.000

5 ÖZEL.MEK.02 Ø25 (PE100) polyethylene pipes Ø25 polietilen boru (PE100) m 130.000 6 ÖZEL.MEK.03 Hot and cold presurrized washing machine 20-200 bar

Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200 bar AD 1.000 Sub Total 8.2.1.C2.Mechanical Works - Common Plumbing - Hanak Livestock Market

Grand Total 8.2.1.C2.Mechanical Works - Hanak Livestock Market (C1+C2) *Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.2.1.D.Infrastructural Works - Hanak Livestock Market 8.2.1.D1.Infrastructural Works - Water Supply - Hanak Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 15.140/İB-4 Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing

m³ 6.860

2 204-102 Rigid PVC pipes for drinking water (paste muffle, diameter: 25 mm, 10 bar) Sert PVC içme su borusu (yapıştırma muflu, çap: 25 mm, 10 atü)

m 14.000

3 Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 27.470

Sub Total 8.2.1.D1.Infrastructural Works - Water Supply - Hanak Livestock Market 8.2.1.D2.Infrastructural Works - Valve, flowmeter- Hanak Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

Page 143: INVITATION TO BID - UNDP | Procurement Notices

143

1 103-105 Cold water meter (diameter 40 mm (1 1/2 “), screw) Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı) Adet 1.000

2 210-625 Ball valve, brass tube, teflon joint ring (diameter: 25 mm) Küresel vana, prinç pres, teflon contalı (çap: 25 mm) Adet 1.000

Sub Total 8.2.1.D2.Infrastructural Works - Valve, flowmeter- Hanak Livestock Market 8.2.1.D3.Infrastructural Works - Waste Water- Hanak Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 12.2190/1 Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı) Adet 3.000 260.96 782.88

2 12.2190/2

Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 to 50 meters and 600 DZ joints’ s fees) Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)

Adet 3.000

3 12.2190/3 Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 25 m and 600 DZ joints’ s fees) Buhar kürlü 500 dz Prefabrik gövde elemanı ile parsel bacası teşkili (H=0 25 mt ve birleşim yerleri 600 dz 'lu harç)

Adet 3.000

4 12.2190/4 Steam curing 500 dz prefabricated housing element with height adjustment manhole constitute (H = variable height and joints 600 dz ‘s fees) Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar elemanı ile parsel bacası teşkili (H=Değişken yüksekliklerde ve birleşim yerleri 600 dz 'lu harç)

m 3.000

5 12.2190/5 BS 18 Concrete (350 dz s) and fabricated frame to be placed on the precast concrete manhole cover (for Parcel Chimneys in the garden) BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz prefabrik betonarme kapağın parsel bacası üzerine yerleştirilmesi (Bahçedeki Parsel Bacaları için)

Adet 3.000

6 12.2191/1

Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection body formed with the sleeve (H = 0 to 60 m high, 00 m internal diameter of 1) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 60 mt yüksekliğinde, 1 00 mt iç çapında)

Adet 1.000

7 12.2191/2

Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the body sleeve (35mt height H = 0, 1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 35mt yüksekliğinde, 1 00 mt iç çapında)

Adet 1.000

8 12.2191/5

Steam cured rubber gasket, with 500 Dzor prefabricated manholes body height adjustment ring with chimney form (H = 0 15-0 60 mt of variable height and 1 00 m body height adjustment ring elements in internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde yüksekliği ayar bileziği ile baca teşkili (H= 0 15-0 60 mt arasında değişken yükseklikte ve 1 00 mt iç çapındaki gövde yüksekliği ayar bileziği elemanları ile)

m 1.000

9 12.2192/1 Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the conical element (1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası konik elemanı ile baca teşkili (1 00 mt iç çapında)

Adet 1.000

10 12.2194 Steam cured rubber gasket, 500 Dzor prefabricated chimney inspection chimney frame formed with the mounting element Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası çerçeve montaj elemanı ile baca teşkili

Adet 3.000

11 12.2195/1-1 Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated manholes connected to the base element constitutes the chimney (1 --1 input output)

Adet 1.000

Page 144: INVITATION TO BID - UNDP | Procurement Notices

144

Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı prefabrik muayene bacası taban elemanı ile baca teşkili (1 giriş --1 çıkışlı)

12 12.2202 Ø 200 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES Çapı Ø 200 mm (SN 8) PE100 KORUGE KANALİZASYON BORULARININ DÖŞENMESİ

m 72.000

13 14.1714/1 Ditches and foundation fill material from the excavation done by machine Kazı malzemesinden makina ile hendek ve temel dolgusu yapılması

m³ 60.480

14 15.140/İB-4

Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve boru gömleklenmesinin yapılması

m³ 25.920

15 23.255/İB-6 Ductile iron manhole cover made of cast iron sewer construction and putting into place (ductile iron) Kanalizasyon inşaatlarında sfero döküm baca kapağı yapılması ve yerine konulması (küresel grafitli dökme demir)

Adet 3.000

16 Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 51.840

17 Y.15.006/2B Each and every width, depth excavation of soft and hard questionable Machine (deep cuts) Makine ile her derinlik ve her genişlikte yumuşak ve sert küskülük kazılması (Derin kazı)

m³ 34.560

Sub Total 8.2.1.D3.Infrastructural Works - Waste Water- Hanak Livestock Market 8.2.1.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Hanak Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 15.140/İB-8

Tuvenan -permanent of sand (08 008 / IB) by hand (tokmaklanarak) compression ditch breeding base and the base, the base bearing the pipe sheathing of the pipes, ditches and basic fillings made of Tuvenan kum -çakıl'ın (08 008 / İB) el ile (tokmaklanarak) sıkıştırılarak hendek ve temel taban ıslahı , boru tabanı yataklanması, borunun gömleklenmesi , hendek ve temel dolgusu yapılması

m³ 0.250

2 23.255/İB-7 Sewer and stormwater construction; ductile cast iron grill Kanalizasyon ve yağmursuyu inşaatlarında; sfero döküm ızgara kg 120.000

3 36.19706

Diameter 150 mm, PVC DRAINAGE PIPES LAYING [MOVE, EXCEPT PER PIPE AND CONNECTING THE PRICE INCLUDES] Çapı 150 mm, PVC DRENAJ BORULARININ DÖŞENMESİ [TAŞIMA HARİÇ,BORU VE BAŞ BAĞLAMA BEDELİ DAHİL]

m 88.000

4 Y.16.050/03

Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 1.910

5 Y.21.001/01 Made from wood mold series Ahşaptan seri kalıp yapılması m² 16.540

6 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 0.010

Sub Total 8.2.1.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Hanak Livestock Market GRAND TOTAL 8.2.1.D.Infrastructural Works - Hanak Livestock Market (D1+D2+D3+D4)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other

Page 145: INVITATION TO BID - UNDP | Procurement Notices

145

reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons. 8.2.2 DETAILED PRICE SCHEDULE LOT2 ITEM 2 CONSTRUCTION OF THE LIVESTOCK MARKET IN POSOF DISTRICT

8.2.2.A1.Structural Works - Posof Livestock Market 8.2.2.A1.Structural Works - Construction Items - Posof Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1* MSB.322/A1 Pouring of concrete in C 20/25 Beton Kaplama Yapılması (C20/25 Hazır Beton Kullanılarak)

M2 219.560

2* Y.15.001/1A Excavation of all soft and hard soil in every depth and width with machine Makine ile yumuşak ve sert toprak kazılması (Serbest kazı)

m³ 292.620

3* Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 1,644.190

4* Y.15.140/04 By supplying gravel, laying with hand, making irrigation and compression Çakıl temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 928.800

5* Y.15.140/08 By supplying angular aggregate, laying with hand, making irrigation and compression 32mm'ye kadar kırmataş temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 292.620

6* Y.16.050/03

Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 146.680

7* Y.16.050/04

Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 458.430

8* Y.18.460/21 Ø 100 mm radius, PVC based corruge drainage pipe supplying and placing Ø 100 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve yerine dösenmesi

m 325.300

9* Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması

m² 2,238.930

10* Y.21.001/04 Making curved-surfaced reinforced-concrete formwork with metal sheet Sac ile eğri yüzeyli beton ve betonarme kalıbı yapılması

m² 247.470

11* Y.21.050/C11 Making falsework with steel pipe (between 0,00-4,00m ) Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m arası)

m³ 2,825.050

12 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 471.200

Page 146: INVITATION TO BID - UNDP | Procurement Notices

146

13 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 286.560

14* Y.23.011 Placing welded wire fabric 3,001-10,000 kg/m² (including 10,000 kg/m² ) Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m² (10,000 kg/m² dahil)

Ton 11.970

15* Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 23.550

16* Y.23.015 Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması.

Ton 8.030

17* Y.23.081 Making and placing roof truss with structural shape. Profil demirlerinden çatı makası yapılması ve yerine konulması.

Ton 4.730

18* Y.23.101

Making carcass and framework with all kinds of structural shape, steel bars and plates ( framework, beams from structural shape at necks, head pieces joints etc. ) Her çeşit profil, çelik çubuk ve çelik saçlarla karkas, (çerçeve) inşaat yapılması, yerine tespiti (yapı karkası, köprülerde profil demirlerinden kirişler, başlıklar, bağlantılar ve benzeri imalatlar)

Ton 60.070

19 Y.25.002/02 Dyeing iron surfacees with double anti-rust and double synthetic dye Demir yüzeylere iki kat antipas, iki kat sentetik boya yapılması

m² 1,401.090

Sub Total 8.2.2.A1.Structural Works - Construction Items - Posof Livestock Market 8.2.2.A2. Structural Works - Field Architectural Items - Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 23.260/İB-1 Wired fence 2.63 m with concrete poles 2.63 m yüksekliğinde betonarme direkli kafes teli ile himaye Çiti yapılması

m 339.480

2 KGM/6000 Making subbase with crushed hearthstone material Ocak Taşından Konkasörle Kırılmış Malzeme ile Alttemel Yapılması

m³ 454.000

3* MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması m² 567.500

4* ÖZEL 12 Manure pit iron gate GÜBRE ÇUKURU GİRİŞ KAPISI ad 1.000

5* ÖZEL 14 Galvanized coated Waterers GALVANİZ SULUK YAPILMASI 100*40 H:100 ad 56.000

6* ÖZEL 2 Preparation Of Parapets Using Galvanized Shaped Tube GALVANİZ KAPLAMALI KORKULUK YAPILMASI m 629.700

7* ÖZEL 3 Manufacturing and Installation of Paddock Doors GALVANİZ KAPLAMALI PADOK KAPISI YAPILMASI ad 36.000

8* ÖZEL 4 Manufacturing and Installation of Ramp Doors GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI YAPILMASI

ad 10.000

9* ÖZEL 5 Made from hollow sections and sheet iron door KUTU PROFİL VE SACDAN DEMİR KAPAK YAPILMASI

m2 21.600

10* ÖZEL 6 Disinfection Passage Dezenfeksiyon Tüneli ad 1.000 11* ÖZEL 7 Tons Weigh Bridge

HAYVAN KANTARI ad 1.000

Page 147: INVITATION TO BID - UNDP | Procurement Notices

147

12 Y.26.017/032 Steam cured concrete paving with stone flooring 8 cm yüksekliğinde normal çimentolu buhar kürlü beton parke taşı ile döşeme kaplaması yapılması (her ebat, renk ve desende)

m² 2,270.000

13 Y.26.017/061 laying white cement steam cured concrete curbs 50 x 20 x 10 cm boyutlarında beyaz çimentolu buhar kürlü beton bordür döşenmesi (pahlı, her renk)

m 896.400

Sub Total 8.2.2.A2. Structural Works - Field Architectural Items - Posof Livestock Market 8.2.2.A3. Structural Works - Office Architectural Works - Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 18.140/D1 double -frame suspension system suspended ceiling with water and fire -resistant gypsum wall board Suya ve yangına dayanıklı alçı duvar levhaları ile çift iskeletli askı sistemli asma tavan yapılması (12,5mm tek kat alçı duvar levhası ile)

m² 104.020

2 19.061/008A

Laying 10 cm thickness fiberglass blanket over roof space flooring (Fiberglass blanket - 50 kg/m³ density) and water vapour permeable waterproof sheet Çatı arasına döşeme üzerine, 10 cm kalınlıkta taşyünü şilte (Taşyünü şilte - 50 kg/m3 yoğunlukta) ve üzerine su buharı geçişine açık su yalıtım örtüsü serilmesi

m2 408.907

3 23.243/23

ALUMINIUM SHEET STRIP SUSPENDED CEILING (OUTDOOR) 30x30cm ebadında 0,50mm kalınlığında minimum 20 mikron elektrostatik toz boyalı(polyester esaslı) delikli alümünyum plakadan (EN AW 3000 serisi) gizli taşıyıcılı sistem asma tavan yapılması

m² 20.030

4 27.528/3 3 mm thick coating of fillers on fine plaster, stucco etc. surfaces İnce sıva, alçı sıvalı vb. yüzeyler üzerine 3 mm kalınlığında saten alçı kaplama yapılması

m² 104.020

5 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Ad 6.000

6 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı) Ad 6.000

7 A11 Replacing the hinges Yaylı menteşenin yerine takılması Ad 18.000

8 MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması

m² 408.947

9 MSB.922/A 13 mm Compact Laminat ile Bölme Panosu ve Kapı Yapılması m² 7.920 10 ÖZEL-01 Composite siding

GİYDİRME CEPHE YAPILMASI m2 72.000 11 ÖZEL 09 Vapor barrier

BUHAR KESİCİ m2 408.947 12 ÖZEL 10 Carpet floor covering

HALI KAPLAMA m2 9.500 13 ÖZEL 11 Trap car ARAÇ KAPANI YAPILMASI (TERS KAPAN) ad 2.000 14 ÖZEL 13 Fire exit

YANGIN KAPISI ad 1.000

15 Y.18.110/20C02 Making wall with 10 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 10 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı

m² 45.988

Page 148: INVITATION TO BID - UNDP | Procurement Notices

148

ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

16 Y.18.110/20C06

Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 222.435

17 Y.18.461/008

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-10 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 115.640

18 Y.18.461/009

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 524.587

19 Y.18.461/042 250 gr / m² weight in laying geotextile 250 gr/m² ağırlıkta geotekstil keçe serilmesi m² 295.450

20 Y.19.055/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası yapılması (Mantolama)

m² 270.910

21 Y.19.056/003 5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant) by performing thermal insulation on the basement waterproofing curtain 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı yapılması

m² 115.640

22 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 231.420

23 Y.19.085/025

Cement based, polymer -modified two-component total thickness of 1.5 mm waterproofing in 2 coats with ready to use mortar insulation Çimento esaslı polimer modifiyeli iki bileşenli kullanıma hazır yalıtım harcı ile 2 kat halinde toplam 1.5 mm kalınlıkta su yalıtımı yapılması

m² 20.030

24 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 363.160

25 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 576.440

Page 149: INVITATION TO BID - UNDP | Procurement Notices

149

26 Y.21.101/06 OSB / 3 coating on the roof Çatı üzerine OSB/3 kaplama yapılması m² 408.947

27 Y.21.280/01 Laminate flooring Laminat parke döşeme kaplaması yapılması (AC1 Sınıf 21) (süpürgelik dahil)

m² 9.500

28 Y.22.001/01 The massive wooden table top internal door frames and moldings Ahşaptan masif tablalı iç kapı kasa ve pervazı yapılması yerine konulması

m² 11.130

29 Y.22.009/03

Laminate coated with panels made from both sides of the wood fiber ( MDF ) pressed , craft filled inner door panel production and fitting Laminat kaplamalı, iki yüzü odun lifinden yapılmış levhalarla (mdf) presli, kraft dolgulu iç kapı kanadı yapılması, yerine takılması

m² 11.880

30 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

kg 521.887

31 Y.23.244/L Powder coated insulated aluminum joinery manufacture and putting in place Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı yapılması ve yerine konulması

kg 865.000

32 Y.25.002/01 Dyeing iron surfaces with double anti-rust paint Demir yüzeylere korozyona karşı iki kat boya yapılması

m² 59.816

33 Y.25.003/21 Water-based primer applied two coats semi-matte paint on new flatter surfaces (interior) Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı yarımat boya yapılması (iç cephe)

m² 510.480

34 Y.25.003/22

LUSTER done by applying water-based paint two coats of satin lining on plaster and plasterboard surfaces (interior) Saten alçılı ve alçıpanel yüzeylere astar uygulanarak iki kat su bazlı yarımat boya yapılması (iç cephe)

m² 104.020

35 Y.25.004/05

Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması (dış cephe)

m² 270.910

36 Y.26.006/303

20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (20 x 25 cm) veya (20 x 30 cm) anma ebatlarında, her türlü desen ve yüzey özelliğinde, I.kalite, beyaz seramik duvar karoları ile 3 mm derz aralıklı duvar kaplaması yapılması (karo yapıştırıcısı ile)

m² 127.620

37 Y.26.008/304A

30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 20.030

38 Y.26.008/405A

40 x 40 cm in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) 40 x 40 cm anma ebatlarında, rektifiyeli, her türlü renk, desen ve yüzey özelliğinde, I.kalite, parlak, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 113.360

39 Y.26.020/042A Making external windowledge with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed )

m² 6.700

Page 150: INVITATION TO BID - UNDP | Procurement Notices

150

3 cm kalınlığında renkli mermer levha ile dış denizlik yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

40 Y.26.020/052A

Making parapet e with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında renkli mermer levha ile parapet yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 10.720

41 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 270.910

42 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (interior wall) 200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

m² 221.450

43 Y.27.501/03 Plastering with 250/350 kg cement/lime mixed rendering and plastering mortar (ceiling) 250/350 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (tavan sıvası)

m² 289.030

44 Y.27.501/08 STUCCO CONTAINING CEMENT 350 kg çimento dozlu harçla tek kat kaba sıva yapılması m² 127.620

45 Y.27.581 LEVELING COARSE 200 kg çimento dozlu tesviye tabakası yapılması m² 142.890

46 Y.27.583 2.5 cm thick made of 400 kg of cement dose alum 2.5 cm kalınlığında 400 kg çimento dozlu şap yapılması

m² 142.890

47 Y.28.645/C04 Fixing PVC and aluminium joinery section and 6+6 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 308.475

Sub Total 8.2.2.A3. Structural Works - Office Architectural Works - Posof Livestock Market 8.2.2.A4. Structural Works - Quarantine Architectural Works - Posof Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1* 18.233/10

Existing wood, steel, concrete beams or aşıklı on the roof (4 cm), polystyrene filled (top 0.70 mm trapezoidal lower 0.50 mm thick flat) Aluminium sheets (EN AW 3003, Al-Mn1 Cu) and made of insulated roofing Mevcut ahşap, çelik, betonarme kiriş veya aşıklı çatı üzerine (4 cm) polistren dolgulu (Üst 0.70 mm trapezoidal Alt 0.50 mm düz) Alüminyum levhalar (EN AW 3003,Al-Mn1 Cu ) ile ısı yalıtımlı çatı örtüsü yapılması.

m² 106.700

2 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Ad 3.000

3 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı)

Ad 3.000

4 A11 Replacing the hinges Yaylı menteşenin yerine takılması Ad 9.000

5 Y.18.110/20C06

Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 121.040

Page 151: INVITATION TO BID - UNDP | Procurement Notices

151

6 Y.18.461/008

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-10 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 26.040

7 Y.18.461/009

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 26.040

8 Y.18.461/042 250 gr / m² weight in laying geotextile 250 gr/m² ağırlıkta geotekstil keçe serilmesi m² 77.490

9 Y.19.056/003

5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant) by performing thermal insulation on the basement waterproofing curtain 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı yapılması

m² 26.040

10 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 77.490

11 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 130.200

12 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 198.240

13 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

kg 23.313

14 Y.23.155 2.00 mm thick hot rolled sheet door frame bending done and put in place 2,00 mm kalınlığında sıcak haddelenmiş sacdan bükme kapı kasası yapılması ve yerine konulması

kg 174.240

15 Y.23.244/L Powder coated insulated aluminum joinery manufacture and putting in place Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı yapılması ve yerine konulması

kg 149.000

16 Y.25.003/12 White lime whitewash three times made the new plaster surfaces (interior) Yeni sıva yüzeylere üç kat beyaz kireç badana yapılması (iç cephe)

m² 180.605

17 Y.25.004/05 Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması (dış cephe)

m² 114.830

18 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 114.830

19 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (interior wall) m² 180.605

Page 152: INVITATION TO BID - UNDP | Procurement Notices

152

200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

20 Y.27.581 LEVELING COARSE 200 kg çimento dozlu tesviye tabakası yapılması m² 66.080

21 Y.28.645/C04

Fixing PVC and aluminium joinery section and 6+6 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 11.466

Sub Total 8.2.2.A4. Structural Works - Quarantine Architectural Works - Posof Livestock Market GRAND TOTAL 8.2.2.A. Structural Works - Posof Livestock Market (A1+A2+A3+A4)

8.2.2.B.Electric Works - Posof Livestock Market 8.2.2.B1.Electric Works -Livestock Market - Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 20.5.1.-003 150 W.SODIUM VAPOR LIGHTING FIX. AT STEEL, WOOD AND CONCRETE POLES 150W Sodyum Buharlı Armatür Demir, Ağaç ve Beton Direklerde, Ampulü Hariç

Ad 9.000

2 20.6.1-004 150 W. SODIUM VAPOR TRANSPARENT TUBE BULB HIGH PRESSURE IGNITION Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek Basınçlı-Ateşlemeli Tip)

Ad 9.000

3 5.5.3.2.1/006 AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE GALVANIZED STEEL RANGE LIGHT POLE AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU GALVANİZLİ ÇELİK POLİGON AYDINLATMA DİREĞİ

AD 9.000

4* 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 100.000

5* 726-303 PIPELESS FREE PAVED EARTHING LINE 10 mm2 Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 175.000

6* 726-304 PIPELESS FREE PAVED EARTHING LINE 16 mm2 Topraklama hattı-16 mm² (borusuz)

m 232.000

7* 727-513 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-3x2,5 mm²

m 280.000

8* 727-525 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x10 mm²

m 175.000

9* 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm²

m 332.000

10* 727-531 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 7x1,5 mm² NYY 1 kV yeraltı kablosu (NYY)-7x1,5 mm²

m 180.000

11* 742-453 LED PRJ. UP TO 60 WATT (220 V. AC.) LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led Projektörler Ad 3.000

12 782-100 CABLE TRAY SYSTEMS Kablo Tava Sistemleri (Ölçü: kg. İhzarat %60 ) kg 90.000

13 839-101 INTERNAL TYPE LINE TRANSFORMER AND INSTALLATION Hat transformatörü ve montajı-dahili tip

Ad 4.000

Page 153: INVITATION TO BID - UNDP | Procurement Notices

153

14 840-105 EXTERNAL TYPE AIR PRESSURE SPEAKER 10 W. Hoparlör ve montajı-10 W.a kadar harici tip hava basınçlı

Ad 4.000

15 842-101 TABLE MICROPHONE Masa tipi mikrofon Ad 1.000 16 844-103 AMPLIFIER AND INSTALLATION 75 W.

Amplifikatör ve montajı-75 W'lık Ad 1.000

17 880-1105 RACK CABINETS 9U 600 mm * 600 mm 19" Duvara monte edilebilir kabinetler 9U 600mmx600mm 19" kabinet

Ad 1.000

18 880-1280 FAN MODULE WITH THERMOSTAT BELONGING TO PRODUCT (2 FANS) Termostatlı fan modülü (2Fanlı) Ad 1.000

19 880-1287 19" RACK TYPE 6-FOLD GROUP SOCKET WITH SAFETY FUSE BELONGİNG TO PRODUCT 19" rack tipi 6'lı grup priz sigortalı Ad 1.000

20 880-3159 2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU

m 5.000

21 880-3204 2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU

m 40.000

22 880-431 RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE RG 6/U-6 75 ohm Koaksiyel Kablo m 280.000

23 980-300 PUNCHEON (FOR ACTIVE CAPTURE TIP) Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60)

Ad 1.000

24 981-101 ROOF SURROUNDING AND LOWERING CONDUCTOR 50 mm2 Electrolytic Copper Conductor 50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri tesisatı

m 120.000

25 982-102 BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED STEEL SHEET 30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama

m 120.000

26 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

Ad 7.000

27 983-103 PROTECTIVE CONDUCTOR PIPE İletken koruyucu borusu (3 m'lik) Ad 1.000

28 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST 115 gr kaynak tozuna kadar termokaynak eki Ad 7.000

29 ÖZEL-ELK-01 2 MP EXTERNAL CAMERA HARİCİ KAMERA VE AKSESUARLARI AD 4.000

30 ÖZEL-ELK-02 32' MONITOR 32' MONITOR AD 1.000 31 ÖZEL-ELK-03 16 CHANNEL DVR

16 KANAL DVR AD 1.000 32 ÖZEL-ELK-08 STANDING OUTLET BOX DİKİLİ TİP PRİZ KUTUSU AD 4.000 33 ÖZEL-ELK-09 PE 100 HDPE 10 ATU PIPE

PE 100 HDPE 10 ATÜ BORU MT 445.000 34 ÖZEL-ELK-10 BARRIER BARİYER AD 2.000 35 ÖZEL-ELK-11 I5-4GB RAM 500 GB HDD PC AD 1.000 36 ÖZEL-ELK-12 BARCODE READER

BARKOD OKUYUCU AD 1.000 Sub Total 8.2.2.B1.Electric Works -Livestock Market - Posof Livestock Market

8.2.2.B2.Electric Works -Office, Quarantine, Barn - Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

Page 154: INVITATION TO BID - UNDP | Procurement Notices

154

1* 726-301 PIPELESS FREE PAVED EARTHING LINE 4 mm2 Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu bakır tel m 30.000

2* 727-528 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x2,5 mm² m 30.000

3 739-102

EMPTY PIPE INSTALLATION (26-37 mm) Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm. boru ile. Betonarme tavanda ve duvarlarda 14 - 18 mm. peşel, bergman veya PVC boş boru temini, döşemesi, boru içerisine kılavuz teli çekilip bırakılması her nevi malzeme ve işçilik dahil.

m 100.000

4 742-332 GLASS FIBER REINFORCED POLYESTER BODY. U1 1*40 W. FLUORESCENT FIXTURE Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 1x40W (36W)

Ad 1.000

5 742-333 GLASS FIBER REINFORCED POLYESTER BODY. U1 2*40 W. FLUORESCENT FIXTURE Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 2x40W (36W)

Ad 12.000

6 742-532 DECORATIVE SUSPENDED CEILING FIXTURE: ATY2- 4x18 W ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif amaçlı asma tavan armatür

Ad 12.000

7 742-538 DECORATIVE SUSPENDED CEILING FIXTURE: ATY8- 2x18 W ATY8-2x18 W (Çift parabolik, reflektörlü) dekoratif amaçlı asma tavan armatür

Ad 1.000

8 794-301 Etange light outlet (with security line) NORMAL OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Normal Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Ad 11.000

9 794-302 Etange light outlet (with security line) SWITCH OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Komütatör Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Ad 12.000

10 794-304

Etange light outlet (with security line) PARALLEL OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Paralel Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Ad 6.000

11 796-103

Etange socket outlet (with security line) LINES AND OUTLET LINES WITH UNLEADED ANTIGRONE (NHXMH) MATERIAL AND NORMAL SOCKET OUTLET Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile normal priz sortisi

Ad 32.000

12 815-101 PHONE INSTALLATION OUTLET up to 2 pairs (together with earthing line) Telefon tesisatı sortisi Ad 7.000

13 818-101 INDOOR MAIN LINE SYSTEM up to 2 pairs P.14 Bina içerisinde ana hat tesisatı (2 çifte kadar-p14) m 100.000

14 819-101 TELEPHONE DISTRIBUTION BOX up to 10 pairs Telefon dağıtım kutuları (10 çifte kadar) (DKP sac) Ad 1.000 15 819-102 TELEPHONE DISTRIBUTION BOX up to 30 pairs

Telefon dağıtım kutuları (30 çifte kadar) (DKP sac) Ad 2.000 16 845-103 TELEVISION OUTLET Televizyon sortisi Ad 5.000

17 982-102 BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED STEEL SHEET 30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama

m 165.000

18 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER Ad 3.000

Page 155: INVITATION TO BID - UNDP | Procurement Notices

155

TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

19 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST 115 gr kaynak tozuna kadar termokaynak eki

Ad 3.000

20 ÖZEL-ELK-04 1*150W ÖZ1 1*150W AD 3.000 21 ÖZEL-ELK-05 OZ2 1*13W

ÖZ2 1*13W AD 12.000 22 ÖZEL-ELK-06 SATELLITE ÇANAK ANTEN AD 1.000 23 ÖZEL-ELK-07 4-6 OUTPUT LNB

4 ÇIKIŞLI LNB AD 1.000 Sub Total 8.2.2.B2.Electric Works -Office, Quarantine, Barn - Posof Livestock Market

8.2.2.B3.Electric Works - Panel, Shifter - Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY) 1 701-201 Front cover panel Özel sac pano-önden kapaklı Ad 1.000 2 704-105 Sıva üstü sac tablo-0.40-0,50 m² (0,50 m² dahil) Ad 1.000 3 705-103

Built-in sheet metal tables up to 0,20 - 0,30m2 (including 0,30 m2) Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil) Ad 1.000

4 705-105 Gömme tip sac tablo-0.40-0,50 m² (0,50 m² dahil) Ad 1.000

5 707-102 Automatically insured housing type sheet metal tables with switch 8 fuses Anahtarlı otomatik sigortalı loj. tipi sac tablo-8 sigortalı

Ad 2.000

6 713-304 Selective paco switches of the type that are mounted on the table up to 3x25 A. (three-phase) Normal Pako Şalter-tablo üstü-3x25 A'e kadar

Ad 3.000

7 715-307 THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40 A.(Table wake ( TS EN 60947-2) Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar Ad 1.000

8 715-308 Selective paco switches of the type that are mounted on the table up to 3 x 63 A. (three-phase) Icu:25kA, I1: (0,8-1)In

Ad 1.000

9 715-309 Selective paco switches of the type that are mounted on the table up to 3 x 100 A. (three-phase) Icu:25kA, I1: (0,8-1)In Termik Magnetik Şalter-tablo arkası-3x100 A'e kadar

Ad 2.000

10 718-310 Timer, which is used as timer in lighting control Aydınlatma kontrollünde kullanılan Zaman rölesi. (Ölçü Adet, İhzarat %60) Ad 1.000

11 718-507 Residual current circuit-breakers up to 4x25 (30 mA) Kaçak akım koruma şalterleri-4x25 A'e kadar (30 mA)

Ad 6.000

12 718-508 Leakage protection circuit breakers- up to 4x40 A (30 mA) Kaçak akım koruma şalterleri-4x40 A'e kadar (30 mA)

Ad 1.000

13 718-563 Panel type surge protectors class B, 230V AC, 100 kA (10/350ms), three-phase, neutral ground Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA üç faz, nötr-toprak

Ad 1.000

14 723-401 Automatic control central compensation batteries up to 400v. Otomatik kumandalı merkezi kompanzasyon bataryası-400 V'a kadar

kVAR 25.000

15 724-601 6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1) Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar

Ad 27.000

Page 156: INVITATION TO BID - UNDP | Procurement Notices

156

16 724-602 6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1) Anahtarlı otomatik sigorta (6 kA)-25 A'e kadar

Ad 1.000

17 724-606 3-PHASE AUTOMATIC SAFETY FUSE WITH SWITCH 16 A. (6KA)(TS 5018-1 EN 60898-1 Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar

Ad 7.000

18 724-607 Switching auto insurance (6 kA) up to -3x40 Anahtarlı otomatik sigorta (6 kA)-3x40 A'e kadar Ad 5.000

19 724-707 Three-phase Automatic safety fuse with switch (10 kA)-up to 40 A Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar

Ad 6.000

20 724-708 Switching auto insurance (10 kA) up to -3x60 Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar Ad 2.000 21 725-401 Measure Current Transformer 100 - 500/5 A.

Akım ölçü trafosu 100-500/5 A Ad 6.000 22 725-511 Energy analyzer Enerji analizörü Ad 1.000

23 725-731 Three-phase Time Scheduled Electronic Type (Active-Reactive) 3x230/400 V..3x5(7,5) A Counters Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç, 3x230/400 V: 3x5 (7,5) A

Ad 1.000

24 725-904 Sign Lamp up to 250.V İşaret lambası 250 V'a kadar Ad 15.000

25 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 70.000

26 726-303 PIPELESS FREE PAVED EARTHING LINE 10 mm2 Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 5.000

27 727-510 1 kV yeraltı kablosu (NYY)-3x10 mm² m 5.000 28 727-520 1 kV yeraltı kablosu (NYY)-3x70+35 mm² m 200.000 29 727-525

1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x10 mm² m 20.000

30 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm²

m 70.000 Sub Total 8.2.2.B3.Electric Works - Panel, Shifter - Posof Livestock Market

GRAND TOTAL 8.2.2.B.Electric Works - Posof Livestock Market (B1+B2+B3) *Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.2.2.C.Mechanical Works -Posof Livestock Market 8.2.2.C1.Mechanical Works - Plumbing - Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 071-108 oval sink Tezgah altı veya tezgah üstü oval lavabo Takriben 40x50 cm Sırlı Seramik ekstra sınıf Lavabolar

Ad 5.000

2 075-103 Pan closet (faience ware extra class) with plastic siphon, 50x60 cm Alaturka hela taşı (Sırlı seramikten ekstra sınıf) plastik sifonlu, 50x60 cm

Ad 4.000

3 079-100 Self reserves European style toilets Kendinden rezerv.alafranga hela ve tes. (1.kalite) 35x55 cm

Tk 3.000

4 089-112 Taps (short, perlatürl a ) Class 1 1/2 " Musluk (kısa, perlatürlü) 1.sınıf 1/2" Ad 4.000

Page 157: INVITATION TO BID - UNDP | Procurement Notices

157

5 089-606 Fitted head and hand shower set Gömme baş ve el duşlu banyo takımı Ad 1.000

6 089-701 Sink siphon Lavabo ve eviye sifonu Ad 5.000

7 089-922 Touchless basin mixer and installation, with single water inlet (chromic) Fotoselli lavabo bataryası ve tesisatı, tek su girişli (krome)

Ad 5.000

8 090-102 Soap dish 16x31 cm Sabunluk (fayans, kollu), 16x31 cm Ad 1.000 9 094-100 Sheet (tiles), 16x16 cm

Kağıtlık (fayans), 16x16 cm Ad 7.000 10 097-203 Location filter (rigid plastic grille), 10x10 cm Yer süzgeci (sert plastik ızgaralı), 10x10 cm Ad 3.000 11 103-103 Cold water meter ( diameter 25 mm ( 1 ") screw )

Soğuk su sayacı (çap 25 mm, (1"), vidalı) Ad 1.000 12 117-304 Electrical water heater (80 L, 1800 watt and above) Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri) Ad 1.000 13 ÖZEL.MEK.01 Liquid soap machine (0.5 lt)

Sıvı sabun makinası (tezgaha gömme 0,5lt ) Ad 5.000 Sub Total 8.2.2.C1.Mechanical Works - Plumbing - Posof Livestock Market

8.2.2.C2.Mechanical Works - Common Plumbing - Posof Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 204-3103 Price of physiotherm seamed and screwed-fitted polypropylene pipe montage supply inside the building Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen temiz su boruları

m 24.000

2 204-411 Outside diameter 50 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 5.000

3 204-412 Outside diameter 70 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 6.000

4 204-413 Outside diameter 100 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 65.000

5 210-625 Ball valve, brass tube, teflon joint ring (diameter: 25 mm) Küresel vana, prinç pres, teflon contalı (çap: 25 mm)

Ad 2.000

6 221-203 Strainer , cast iron, threaded or flanged (diameter: 25 mm Pislik tutucu, pik döküm, vidalı veya flanşlı (çap: 25 mm)

Ad 1.000

7 228-603 Non-return valve , 25 mm, PN 16; body brass, inner parts of stainless steel ( type disco applied between flanges Geri tepme ventili, 25 mm, PN-16; gövdesi prinç, iç aksam komple paslanmaz çelik (flanşlar arası uygulanan disco tip

m 1.000

8 ÖZEL.MEK.02 Ø25 (PE100) polyethylene pipes Ø25 polietilen boru (PE100) m 180.000

9 ÖZEL.MEK.03 Hot and cold presurrized washing machine 20-200 bar Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200 bar

AD 1.000

Sub Total 8.2.2.C2.Mechanical Works - Common Plumbing - Posof Livestock Market GRAND TOTAL 8.2.2.C.Mechanical Works - Posof Livestock Market (C1+C2)

Page 158: INVITATION TO BID - UNDP | Procurement Notices

158

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.2.2.D.Infrastructural Works - - Posof Livestock Market 8.2.2.D1.Infrastructural Works - Water Supply - Posof Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 15.140/İB-4

Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve boru gömleklenmesinin yapılması

m³ 23.370

2 204-102 Rigid PVC pipes for drinking water (paste muffle, diameter: 25 mm, 10 bar) Sert PVC içme su borusu (yapıştırma muflu, çap: 25 mm, 10 atü)

m 24.000

3 Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 30.460

Sub Total 8.2.2.D1.Infrastructural Works - Water Supply - Posof Livestock Market 8.2.2.D2.Infrastructural Works - Valve, flowmeter- Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 103-105 Cold water meter (diameter 40 mm (1 1/2 “), screw) Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı) Ad 1.000

2 210-625 Ball valve, brass tube, teflon joint ring (diameter: 25 mm) Küresel vana, prinç pres, teflon contalı (çap: 25 mm)

Ad 1.000 Sub Total 8.2.2.D2.Infrastructural Works - Valve, flowmeter- Posof Livestock Market

8.2.2.D3.Infrastructural Works - Waste Water- Posof Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 12.2190/1 Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)

Ad 3.000

2 12.2190/2

Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 to 50 meters and 600 DZ joints’ s fees) Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)

Ad 3.000

3 12.2190/3

Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 25 m and 600 DZ joints’ s fees) Buhar kürlü 500 dz Prefabrik gövde elemanı ile parsel bacası teşkili (H=0 25 mt ve birleşim yerleri 600 dz 'lu harç)

Ad 3.000

4 12.2190/4

Steam curing 500 dz prefabricated housing element with height adjustment manhole constitute (H = variable height and joints 600 dz ‘s fees) Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar elemanı ile parsel bacası teşkili (H=Değişken yüksekliklerde ve birleşim yerleri 600 dz 'lu harç)

m 3.000

Page 159: INVITATION TO BID - UNDP | Procurement Notices

159

5 12.2190/5

BS 18 Concrete (350 dz s) and fabricated frame to be placed on the precast concrete manhole cover (for Parcel Chimneys in the garden) BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz prefabrik betonarme kapağın parsel bacası üzerine yerleştirilmesi (Bahçedeki Parsel Bacaları için)

Ad 3.000

6 12.2191/1

Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection body formed with the sleeve (H = 0 to 60 m high, 00 m internal diameter of 1) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 60 mt yüksekliğinde, 1 00 mt iç çapında)

Ad 3.000

7 12.2191/2

Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the body sleeve (35mt height H = 0, 1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 35mt yüksekliğinde, 1 00 mt iç çapında)

Ad 3.000

8 12.2191/5

Steam cured rubber gasket, with 500 Dzor prefabricated manholes body height adjustment ring with chimney form (H = 0 15-0 60 mt of variable height and 1 00 m body height adjustment ring elements in internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde yüksekliği ayar bileziği ile baca teşkili (H= 0 15-0 60 mt arasında değişken yükseklikte ve 1 00 mt iç çapındaki gövde yüksekliği ayar bileziği elemanları ile)

m 3.000

9 12.2192/1

Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the conical element (1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası konik elemanı ile baca teşkili (1 00 mt iç çapında)

Ad 3.000

10 12.2194

Steam cured rubber gasket, 500 Dzor prefabricated chimney inspection chimney frame formed with the mounting element Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası çerçeve montaj elemanı ile baca teşkili

Ad 3.000

11 12.2195/1-1

Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated manholes connected to the base element constitutes the chimney (1 --1 input output) Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı prefabrik muayene bacası taban elemanı ile baca teşkili (1 giriş --1 çıkışlı)

Ad 2.000

12 12.2195/1-2

Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated manholes connected to the base element constitutes the chimney (2 --1 input output) Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı prefabrik muayene bacası taban elemanı ile baca teşkili (2 giriş --1 çıkışlı)

Ad 1.000

13 12.2201 Ø 150 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES Çapı Ø 150 mm (SN 8) PE100 KORUGE KANALİZASYON BORULARININ DÖŞENMESİ

m 77.000

14 12.2202 Ø 200 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES Çapı Ø 200 mm (SN 8) PE100 KORUGE KANALİZASYON BORULARININ DÖŞENMESİ

m 83.000

15 14.1714/1 Ditches and foundation fill material from the excavation done by machine Kazı malzemesinden makina ile hendek ve temel dolgusu yapılması

m³ 123.430

16 15.140/İB-4 Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing m³ 45.470

Page 160: INVITATION TO BID - UNDP | Procurement Notices

160

Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve boru gömleklenmesinin yapılması

17 23.255/İB-6 Ductile iron manhole cover made of cast iron sewer construction and putting into place (ductile iron) Kanalizasyon inşaatlarında sfero döküm baca kapağı yapılması ve yerine konulması (küresel grafitli dökme demir)

Ad 3.000

18 Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 101.340

19 Y.15.006/2B Each and every width, depth excavation of soft and hard questionable Machine (deep cuts) Makine ile her derinlik ve her genişlikte yumuşak ve sert küskülük kazılması (Derin kazı)

m³ 67.560

Sub Total 8.2.2.D3.Infrastructural Works - Waste Water- Posof Livestock Market 8.2.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Posof Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 15.140/İB-8

Tuvenan -permanent of sand (08 008 / IB) by hand (tokmaklanarak) compression ditch breeding base and the base, the base bearing the pipe sheathing of the pipes, ditches and basic fillings made of Tuvenan kum -çakıl'ın (08 008 / İB) el ile (tokmaklanarak) sıkıştırılarak hendek ve temel taban ıslahı , boru tabanı yataklanması, borunun gömleklenmesi , hendek ve temel dolgusu yapılması

m³ 0.320

2 23.255/İB-7 Sewer and stormwater construction; ductile cast iron grill Kanalizasyon ve yağmursuyu inşaatlarında; sfero döküm ızgara

kg 150.000

3 36.19706

Diameter 150 mm, PVC DRAINAGE PIPES LAYING [MOVE, EXCEPT PER PIPE AND CONNECTING THE PRICE INCLUDES] Çapı 150 mm, PVC DRENAJ BORULARININ DÖŞENMESİ [TAŞIMA HARİÇ,BORU VE BAŞ BAĞLAMA BEDELİ DAHİL]

m 88.000

4 Y.16.050/03

Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 2.390

5 Y.21.001/01 Made from wood mold series Ahşaptan seri kalıp yapılması m² 20.800

6 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 0.100

Sub Total 8.2.2.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Posof Livestock Market

8.2.2.D5.Infrastructural Works - Cesspool- Posof Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 Y.16.050/03

Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 1.620

Page 161: INVITATION TO BID - UNDP | Procurement Notices

161

2 Y.16.050/04

Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 19.420

3 Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması

m² 143.680

4 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 1.060

5 Y.23.015 Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması.

Ton 1.430

Sub Total 8.2.2.D5.Infrastructural Works - Cesspool- Posof Livestock Market GRAND TOTAL 8.2.2.D.Infrastructural Works - Posof Livestock Market (D1+D2+D3+D4+D5)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

Page 162: INVITATION TO BID - UNDP | Procurement Notices

162

8.3 – PRICE SCHEDULE LOT 3 Construction of Livestock Market in Ardanuç District of Artvin Province SUMMARY PRICE SCHEDULE – LOT 3

Item Scope Price (TRY) 1.Ardanuç Livestock Market

A. Structural Works B.Electrical Works C.Mechanical Works D.Infrastructural Works

LOT 3 GRAND TOTAL (TRY) 8.3.1 DETAILED PRICE SCHEDULE CONSTRUCTION OF LIVESTOCK MARKET IN ARDANUÇ DISTRICT

8.3.A.Structural Works - Ardanuç Livestock Market 8.3.A1.Structural Works - Construction Items - Ardanuç Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1* MSB.322/A1 Pouring of concrete in C 20/25 Beton Kaplama Yapılması (C20/25 Hazır Beton Kullanılarak) m3 360.960

2* Y.15.001/1A Excavation of all soft and hard soil in every depth and width with machine Makine ile yumuşak ve sert toprak kazılması (Serbest kazı)

m³ 7,535.000

3* Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 2,612.410

4* Y.15.140/04 By supplying gravel, laying with hand, making irrigation and compression Çakıl temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 2,069.940

5* Y.15.140/08 By supplying angular aggregate, laying with hand, making irrigation and compression 32mm'ye kadar kırmataş temin edilerek, makine ile serme, sulama ve sıkıştırma yapılması

m³ 481.290

6* Y.16.050/03 Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 194.760

7* Y.16.050/04

Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 811.450

8* Y.18.460/21 Ø 100 mm radius, PVC based corruge drainage pipe supplying and placing Ø 100 mm anma çaplı, PVC esaslı koruge drenaj borusunun temini ve yerine dösenmesi

m 415.400

9* Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması m² 3,988.360

Page 163: INVITATION TO BID - UNDP | Procurement Notices

163

10* Y.21.001/04 Making curved-surfaced reinforced-concrete formwork with metal sheet Sac ile eğri yüzeyli beton ve betonarme kalıbı yapılması m² 247.470

11* Y.21.050/C11 Making falsework with steel pipe (between 0,00-4,00m ) Çelik borudan kalıp iskelesi yapılması (0,00-4,00 m arası) m³ 3,457.410

12 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 471.200

13 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 286.560

14* Y.23.011 Placing welded wire fabric 3,001-10,000 kg/m² (including 10,000 kg/m² ) Nervürlü çelik hasırın yerine konulması 3,001-10,000 kg/m² (10,000 kg/m² dahil)

Ton 17.760

15* Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 38.330

16* Y.23.015 Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması.

Ton 20.440

17* Y.23.081 Making and placing roof truss with structural shape. Profil demirlerinden çatı makası yapılması ve yerine konulması. Ton 4.660

18* Y.23.101

Making carcass and framework with all kinds of structural shape, steel bars and plates ( framework, beams from structural shape at necks, head pieces joints etc. ) Her çeşit profil, çelik çubuk ve çelik saçlarla karkas, (çerçeve) inşaat yapılması, yerine tespiti (yapı karkası, köprülerde profil demirlerinden kirişler, başlıklar, bağlantılar ve benzeri imalatlar)

Ton 113.040

19 Y.25.002/02 Dyeing iron surfacees with double anti-rust and double synthetic dye Demir yüzeylere iki kat antipas, iki kat sentetik boya yapılması m² 2,576.490

Sub Total 8.3.A1.Structural Works - Construction Items - Ardanuç Livestock Market 8.3.A2. Structural Works - Field Architectural Items - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY) Price (TRY)

1 23.260/İB-1 Wired fence 2.63 m with concrete poles 2.63 m yüksekliğinde betonarme direkli kafes teli ile himaye Çiti yapılması m 503.880

2 KGM/6000 Making subbase with crushed hearthstone material Ocak Taşından Konkasörle Kırılmış Malzeme ile Alttemel Yapılması

m³ 657.000

3* MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması

m² 1,107.500

4* ÖZEL 14 Galvanized coated Waterers GALVANİZ SULUK YAPILMASI 100*40 H:100 ad 90.000 5* ÖZEL 2 Preparation Of Parapets Using Galvanized Shaped Tube

GALVANİZ KAPLAMALI KORKULUK YAPILMASI m 977.850 6* ÖZEL 3 Manufacturing and Installation of Paddock Doors

GALVANİZ KAPLAMALI PADOK KAPISI YAPILMASI ad 52.000

7* ÖZEL 4 Manufacturing and Installation of Ramp Doors GALVANİZ KAPLAMALI İNDİRME RAMPA KAPISI YAPILMASI ad 13.000

8* ÖZEL 5 Made from hollow sections and sheet iron door KUTU PROFİL VE SACDAN DEMİR KAPAK YAPILMASI m2 21.600

9* ÖZEL 6 Disinfection Passage Dezenfeksiyon Tüneli ad 1.000 10* ÖZEL 7 Tons Weigh Bridge

HAYVAN KANTARI ad 1.000 11 Y.26.017/032 Steam cured concrete paving with stone flooring 8 cm yüksekliğinde normal çimentolu buhar kürlü beton parke m² 3,285.000

Page 164: INVITATION TO BID - UNDP | Procurement Notices

164

taşı ile döşeme kaplaması yapılması (her ebat, renk ve desende)

12 Y.26.017/061 laying white cement steam cured concrete curbs 50 x 20 x 10 cm boyutlarında beyaz çimentolu buhar kürlü beton bordür döşenmesi (pahlı, her renk)

m 158.000 Sub Total 8.3.A2. Structural Works - Field Architectural Items - Ardanuç Livestock Market

8.3.A3. Structural Works - Office Architectural Works - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 18.140/D1 double -frame suspension system suspended ceiling with water and fire -resistant gypsum wall board Suya ve yangına dayanıklı alçı duvar levhaları ile çift iskeletli askı sistemli asma tavan yapılması (12,5mm tek kat alçı duvar levhası ile)

m² 104.020

2 19.061/008A

Laying 10 cm thickness fiberglass blanket over roof space flooring (Fiberglass blanket - 50 kg/m³ density) and water vapour permeable waterproof sheet Çatı arasına döşeme üzerine, 10 cm kalınlıkta taşyünü şilte (Taşyünü şilte - 50 kg/m3 yoğunlukta) ve üzerine su buharı geçişine açık su yalıtım örtüsü serilmesi

m2 408.947

3 23.243/23

ALUMINIUM SHEET STRIP SUSPENDED CEILING (OUTDOOR) 30x30cm ebadında 0,50mm kalınlığında minimum 20 mikron elektrostatik toz boyalı(polyester esaslı) delikli alümünyum plakadan (EN AW 3000 serisi) gizli taşıyıcılı sistem asma tavan yapılması

m² 20.030

4 27.528/3 3 mm thick coating of fillers on fine plaster, stucco etc. surfaces İnce sıva, alçı sıvalı vb. yüzeyler üzerine 3 mm kalınlığında saten alçı kaplama yapılması

m² 104.020

5 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Ad 6.000

6 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı) Ad 6.000

7 A11 Replacing the hinges Yaylı menteşenin yerine takılması Ad 18.000

8 MSB.521/B2 Making Painted,Trapezoidal sectioned plate roofing Boyalı Trapezoidal Kesitli Sac Çatı Kaplaması Yapılması m² 408.947

9 MSB.922/A 13 mm Compact Laminat ile Bölme Panosu ve Kapı Yapılması m² 7.920 10 ÖZEL-01 Composite siding

GİYDİRME CEPHE YAPILMASI M2 72.000 11 ÖZEL 09 Vapor barrier

BUHAR KESİCİ m2 408.947 12 ÖZEL 10 Carpet floor covering

HALI KAPLAMA m2 9.500 13 ÖZEL 11 Trap car

ARAÇ KAPANI YAPILMASI (TERS KAPAN) ad 2.000 14 ÖZEL 13 Fire exit

YANGIN KAPISI ad 1.000

15 Y.18.110/20C02

Making wall with 10 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 10 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 45.988

16 Y.18.110/20C06

Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 222.435

Page 165: INVITATION TO BID - UNDP | Procurement Notices

165

17 Y.18.461/008

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-10 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 115.640

18 Y.18.461/009

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 524.587

19 Y.18.461/042 250 gr / m² weight in laying geotextile 250 gr/m² ağırlıkta geotekstil keçe serilmesi m² 295.450

20 Y.19.055/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi pürüzlü veya pürüzlü kanallı extrüde polistren levhalar (XPS - 200 kPa basınç dayanımlı) ile dış duvarlarda dıştan ısı yalıtımı ve üzerine ısı yalıtım sıvası yapılması (Mantolama)

m² 270.910

21 Y.19.056/003

5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant) by performing thermal insulation on the basement waterproofing curtain 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı yapılması

m² 115.640

22 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 231.420

23 Y.19.085/025

Cement based, polymer -modified two-component total thickness of 1.5 mm waterproofing in 2 coats with ready to use mortar insulation Çimento esaslı polimer modifiyeli iki bileşenli kullanıma hazır yalıtım harcı ile 2 kat halinde toplam 1.5 mm kalınlıkta su yalıtımı yapılması

m² 20.030

24 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 363.160

25 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 576.440

26 Y.21.101/06 OSB / 3 coating on the roof Çatı üzerine OSB/3 kaplama yapılması m² 408.947

27 Y.21.280/01 Laminate flooring Laminat parke döşeme kaplaması yapılması (AC1 Sınıf 21) (süpürgelik dahil)

m² 9.500

28 Y.22.001/01 The massive wooden table top internal door frames and moldings Ahşaptan masif tablalı iç kapı kasa ve pervazı yapılması yerine konulması

m² 11.130

29 Y.22.009/03 Laminate coated with panels made from both sides of the wood fiber ( MDF ) pressed , craft filled inner door panel production and fitting Laminat kaplamalı, iki yüzü odun lifinden yapılmış levhalarla (mdf) presli, kraft dolgulu iç kapı kanadı yapılması, yerine takılması

m² 11.880

30 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

kg 521.887

31 Y.23.244/L Powder coated insulated aluminum joinery manufacture and putting in place kg 865.000

Page 166: INVITATION TO BID - UNDP | Procurement Notices

166

Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı yapılması ve yerine konulması

32 Y.25.002/01 Dyeing iron surfaces with double anti-rust paint Demir yüzeylere korozyona karşı iki kat boya yapılması m² 59.816

33 Y.25.003/21 Water-based primer applied two coats semi-matte paint on new flatter surfaces (interior) Yeni sıva yüzeylere astar uygulanarak iki kat su bazlı yarımat boya yapılması (iç cephe)

m² 510.480

34 Y.25.003/22 LUSTER done by applying water-based paint two coats of satin lining on plaster and plasterboard surfaces (interior) Saten alçılı ve alçıpanel yüzeylere astar uygulanarak iki kat su bazlı yarımat boya yapılması (iç cephe)

m² 104.020

35 Y.25.004/05 Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması (dış cephe)

m² 270.910

36 Y.26.006/303

20 x 25 cm) or (20 x 30 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (20 x 25 cm) veya (20 x 30 cm) anma ebatlarında, her türlü desen ve yüzey özelliğinde, I.kalite, beyaz seramik duvar karoları ile 3 mm derz aralıklı duvar kaplaması yapılması (karo yapıştırıcısı ile)

m² 127.620

37 Y.26.008/304A

30 x 30 cm) or (33 x 33 cm) in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) (30 x 30 cm) veya (33 x 33 cm) anma ebatlarında, her türlü renk, desen ve yüzey özelliğinde, I.kalite, mat, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 20.030

38 Y.26.008/405A

40 x 40 cm in nominal sizes, in all kinds of patterns and surface features, I.kalit to 3 mm spaced wall coverings with joints made of white ceramic wall tiles (with tile adhesive) 40 x 40 cm anma ebatlarında, rektifiyeli, her türlü renk, desen ve yüzey özelliğinde, I.kalite, parlak, sırsız porselen karo ile 3 mm derz aralıklı döşeme kaplaması yapılması (karo yapıştırıcısı ile)

m² 113.360

39 Y.26.020/042A Making external windowledge with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında renkli mermer levha ile dış denizlik yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 6.700

40 Y.26.020/052A Making parapet e with 3 cm thickness coloured marble tiles ( 3cmx30-40-50cmxfree length ) ( glazed ) 3 cm kalınlığında renkli mermer levha ile parapet yapılması (3cmx30-40-50cmxserbest boy) (honlu veya cilalı)

m² 10.720

41 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 270.910

42 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (interior wall) 200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

m² 221.450

43 Y.27.501/03 Plastering with 250/350 kg cement/lime mixed rendering and plastering mortar (ceiling) 250/350 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (tavan sıvası)

m² 289.030

44 Y.27.501/08 STUCCO CONTAINING CEMENT 350 kg çimento dozlu harçla tek kat kaba sıva yapılması m² 127.620 45 Y.27.581 LEVELING COARSE

200 kg çimento dozlu tesviye tabakası yapılması m² 142.890 46 Y.27.583 2.5 cm thick made of 400 kg of cement dose alum 2.5 cm kalınlığında 400 kg çimento dozlu şap yapılması m² 142.890

Page 167: INVITATION TO BID - UNDP | Procurement Notices

167

47 Y.28.645/C04 Fixing PVC and aluminium joinery section and 6+6 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 308.475

Sub Total 8.3.A3. Structural Works - Office Architectural Works - Ardanuç Livestock Market 8.3.A4. Structural Works - Quarantine Architectural Works - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1* 18.233/10

Existing wood, steel, concrete beams or aşıklı on the roof (4 cm), polystyrene filled (top 0.70 mm trapezoidal lower 0.50 mm thick flat) Aluminium sheets (EN AW 3003, Al-Mn1 Cu) and made of insulated roofing Mevcut ahşap, çelik, betonarme kiriş veya aşıklı çatı üzerine (4 cm) polistren dolgulu (Üst 0.70 mm trapezoidal Alt 0.50 mm düz) Alüminyum levhalar (EN AW 3003,Al-Mn1 Cu ) ile ısı yalıtımlı çatı örtüsü yapılması.

m² 139.909

2 A04 Fixing internal and external doors with embbed roller ( Narrow and Wide types ) Gömme silindirli iç ve dış kapı kilidinin yerine takılması (Geniş ve dar tip)

Ad 3.000

3 A08 Fixing doorhandles and mirrors ( with chrome plating ) Kapı kolu ve aynalarının yerine takılması (Kromajlı) Ad 3.000 4 A11 Replacing the hinges

Yaylı menteşenin yerine takılması Ad 9.000

5 Y.18.110/20C06 Making wall with 19 cm thickness non-structural pumice concrete wall blocks (with pumice concrete glue) (min. 1,50 N/mm² ve 600-900 kg/m³, except 900 kg/m³ ) 19 cm kalınlığındaki taşıyıcı olmayan bimsbeton duvar blokları ile duvar yapılması (bimsbeton tutkalı ile) (min. 1,50 N/mm² ve 600-900 kg/m³, 900 kg/m³ hariç)

m² 170.425

6 Y.18.461/008 Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-10 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta plastomer esaslı (-10 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 34.720

7 Y.18.461/009

Making double water isolation with 3 mm and 4 mm thickness elastomer-based (-20 cold bending) polymer bitumen sheetings with polyester mat carrier 3 mm ve 4 mm kalınlıkta elastomer esaslı (-20 soğukta bükülmeli) polyester keçe taşıyıcılı polimer bitümlü örtüler ile iki kat su yalıtımı yapılması

m² 34.720

8 Y.18.461/042 250 gr / m² weight in laying geotextile 250 gr/m² ağırlıkta geotekstil keçe serilmesi m² 136.950

9 Y.19.056/003 5 cm thick surface smooth sheets ( XPS - 300 kPa pressure resistant) by performing thermal insulation on the basement waterproofing curtain 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile bodrum perdelerinde su yalıtımı üzerine ısı yalıtımı yapılması

m² 34.720

10 Y.19.057/003

Making external heat isolation and heat insulation plastering on outer wall with 5 cm thickness textured surface or textured rebate extruded polystyrene tiles (XPS - 200 kPa pressure resistant) (Jacketing) 5 cm kalınlıkta yüzeyi düzgün levhalar (XPS - 300 Kpa basınç dayanımlı) ile yatayda (zemine oturan (toprak temaslı) döşemelerde veya ters teras çatılarda) ısı yalıtımı yapılması

m² 136.950

11 Y.21.051/C11 Making falsework with steel pipe (between 0,00-51,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, dış cephe iş iskelesi yapılması. (0,00-51,50 m arası)

m² 176.600

12 Y.21.051/C13 Making full security scaffold for ceilings with steel pipe (between 0,00-21,50m) Ön yapımlı bileşenlerden oluşan tam güvenlikli, tavanlar için iş iskelesi yapılması. (0,00-21,50 m arası)

m³ 371.880

13 Y.23.152 Making and placing doors and windows with square and rectangle structral shapes kg 48.273

Page 168: INVITATION TO BID - UNDP | Procurement Notices

168

Kare ve dikdörtgen profillerle pencere ve kapı yapılması ve yerine konulması

14 Y.23.155 2.00 mm thick hot rolled sheet door frame bending done and put in place 2,00 mm kalınlığında sıcak haddelenmiş sacdan bükme kapı kasası yapılması ve yerine konulması

kg 198.000

15 Y.23.244/L Powder coated insulated aluminum joinery manufacture and putting in place Elektrostatik toz boyalı ısı yalıtımlı alüminyum doğrama imalatı yapılması ve yerine konulması

kg 246.800

16 Y.25.003/12 White lime whitewash three times made the new plaster surfaces (interior) Yeni sıva yüzeylere üç kat beyaz kireç badana yapılması (iç cephe)

m² 245.007

17 Y.25.004/05

Dyeing Exposed concrete , plastered or old painted surfaces, with undercoat applied silicon-based water based painting (exterior wall) Brüt beton, sıvalı veya eski boyalı yüzeylere, astar uygulanarak silikon esaslı grenli/tekstürlü kaplama yapılması (dış cephe)

m² 164.600

18 Y.27.501/01 Plastering with 250/350 kg cement dosed rendering and plastering mortar (exterior wall) 250/350 kg çimento dozlu kaba ve ince harçla sıva yapılması (dış cephe sıvası)

m² 164.600

19 Y.27.501/02 Plastering with 200/250 kg cement/lime mixed rendering and plastering mortar (interior wall) 200/250 kg kireç/çimento karışımı kaba ve ince harçla sıva yapılması (iç cephe sıvası)

m² 245.007

20 Y.27.581 LEVELING COARSE 200 kg çimento dozlu tesviye tabakası yapılması m² 123.960

21 Y.28.645/C04 Fixing PVC and aluminium joinery section and 6+6 mm thickness 12 mm interstitial spaced double glassed window units PVC ve alüminyum doğramaya profil ile 6+6 mm kalınlıkta 12 mm ara boşluklu çift camlı pencere ünitesi takılması

m² 17.892

Sub Total 8.3.A4. Structural Works - Quarantine Architectural Works - Ardanuç Livestock Market GRAND TOTAL 8.3.A. Structural Works - Ardanuç Livestock Market (A1+A2+A3+A4)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.3.B.Electric Works - Ardanuç Livestock Market 8.3.B1.Electric Works -Livestock Market - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 20.5.1.-003 150 W.SODIUM VAPOR LIGHTING FIX. AT STEEL, WOOD AND CONCRETE POLES 150W Sodyum Buharlı Armatür Demir, Ağaç ve Beton Direklerde, Ampulü Hariç

Ad 10.000

2 20.6.1-004 150 W. SODIUM VAPOR TRANSPARENT TUBE BULB HIGH PRESSURE IGNITION Sodyum Buharlı Ampul Şeffaf Tüp. (150 W Yüksek Basınçlı-Ateşlemeli Tip)

Ad 10.000

3 5.5.3.2.1/006 AD1-60/15 TYPE, 70 KG. SINGLE CONSOLE GALVANIZED STEEL RANGE LIGHT POLE AD1-60/15 TİPİ, 70 KG.TEK KONSOLLU GALVANİZLİ ÇELİK POLİGON AYDINLATMA DİREĞİ

AD 10.000

4* 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 25.000

5* 726-303 PIPELESS FREE PAVED EARTHING LINE 10 mm2 Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel m 150.000

Page 169: INVITATION TO BID - UNDP | Procurement Notices

169

6* 726-304 PIPELESS FREE PAVED EARTHING LINE 16 mm2 Topraklama hattı-16 mm² (borusuz) m 405.000

7* 727-513 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-3x2,5 mm²

m 420.000

8* 727-524 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*16 mm2 NYY 1 kV yeraltı kablosu (NYY) -4x16 mm²

m 115.000

9* 727-525 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x10 mm²

m 150.000

10* 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm² m 315.000

11* 727-531 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 7x1,5 mm² NYY 1 kV yeraltı kablosu (NYY)-7x1,5 mm² m 90.000

12 742-453 LED PRJ. UP TO 60 WATT (220 V. AC.) LED PRJ - 60 W'a kadar (60 W dahil ) (220 V. AC.), Led Projektörler

Ad 4.000

13 839-101 INTERNAL TYPE LINE TRANSFORMER AND INSTALLATION Hat transformatörü ve montajı-dahili tip

Ad 4.000

14 840-105 EXTERNAL TYPE AIR PRESSURE SPEAKER 10 W. Hoparlör ve montajı-10 W.a kadar harici tip hava basınçlı Ad 4.000 15 842-101 TABLE MICROPHONE

Masa tipi mikrofon Ad 1.000 16 844-103 AMPLIFIER AND INSTALLATION 75 W.

Amplifikatör ve montajı-75 W'lık Ad 1.000

17 880-1105 RACK CABINETS 9U 600 mm * 600 mm 19" Duvara monte edilebilir kabinetler 9U 600mmx600mm 19" kabinet Ad 1.000

18 880-1280 FAN MODULE WITH THERMOSTAT BELONGING TO PRODUCT (2 FANS) Termostatlı fan modülü (2Fanlı) Ad 1.000

19 880-1287 19" RACK TYPE 6-FOLD GROUP SOCKET WITH SAFETY FUSE BELONGİNG TO PRODUCT 19" rack tipi 6'lı grup priz sigortalı

Ad 1.000

20 880-3159 2x0.75mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x0,75 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU

m 5.000

21 880-3204 2x2.5mm2 LIH (St)H HALOGEN FREE SIGNAL AND CONTROL CABLE 2x2,5 mm² LIH(st)H HALOJENFREE SİNYAL ve KUMANDA KABLOSU

m 165.000

22 880-431 RG 6/U-6, 75 IMPEDANCE COAXIAL CABLE RG 6/U-6 75 ohm Koaksiyel Kablo m 420.000

23 980-214 ACTIVE CAPTURE TIP AVERAGE WARNING LINE L=60 MT Ortalama uyarım yolu dl=60 m, aktif yakalama ucu Ad 1.000 24 980-300 PUNCHEON (FOR ACTIVE CAPTURE TIP)

Çatı direği (Aktif yakalama ucu için) (Ölçü: Adet, İhzarat: %60) Ad 1.000

25 981-101 ROOF SURROUNDING AND LOWERING CONDUCTOR 50 mm2 Electrolytic Copper Conductor 50 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri tesisatı

m 110.000

26 981-102 25 mm² elektrolitik bakır tel ile çatı ihata ve indirme iletkenleri tesisatı m 160.000

27 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır Ad 10.000

28 983-103 PROTECTIVE CONDUCTOR PIPE İletken koruyucu borusu (3 m'lik) Ad 1.000

29 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST 115 gr kaynak tozuna kadar termokaynak eki

Ad 10.000

30 ÖZEL-ELK-01 2 MP EXTERNAL CAMERA HARİCİ KAMERA VE AKSESUARLARI AD 6.000

Page 170: INVITATION TO BID - UNDP | Procurement Notices

170

31 ÖZEL-ELK-02 32' MONITOR 32' MONITOR AD 1.000

32 ÖZEL-ELK-03 16 CHANNEL DVR 16 KANAL DVR AD 1.000

33 ÖZEL-ELK-08 STANDING OUTLET BOX DİKİLİ TİP PRİZ KUTUSU AD 4.000

34 ÖZEL-ELK-09 PE 100 HDPE 10 ATU PIPE PE 100 HDPE 10 ATÜ BORU AD 355.000

35 ÖZEL-ELK-10 BARRIER BARİYER AD 2.000

36 ÖZEL-ELK-11 I5-4GB RAM 500 GB HDD PC AD 1.000 37 ÖZEL-ELK-12 BARCODE READER

BARKOD OKUYUCU AD 1.000 Sub Total 8.3.B1.Electric Works -Livestock Market - Ardanuç Livestock Market

8.3.B2.Electric Works -Office, Quarantine, Barn - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY) Price (TRY)

1* 726-301 PIPELESS FREE PAVED EARTHING LINE 4 mm2 Topraklama hattı-4 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 30.000

2* 727-528 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*2.5 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x2,5 mm²

m 30.000

3 739-102 EMPTY PIPE INSTALLATION (26-37 mm) Birim Fiyat No.: 729-101 gibi yalnız (26 - 37) mm. boru ile. Betonarme tavanda ve duvarlarda 14 - 18 mm. peşel, bergman veya PVC boş boru temini, döşemesi, boru içerisine kılavuz teli çekilip bırakılması her nevi malzeme ve işçilik dahil.

m 100.000

4 742-332 GLASS FIBER REINFORCED POLYESTER BODY. U1 1*40 W. FLUORESCENT FIXTURE Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 1x40W (36W)

Ad 1.000

5 742-333 GLASS FIBER REINFORCED POLYESTER BODY. U1 2*40 W. FLUORESCENT FIXTURE Cam elyaf takviyeli polyester gövdeli U1 tipi etanj flüoresan armatür U1 2x40W (36W)

Ad 12.000

6 742-532 DECORATIVE SUSPENDED CEILING FIXTURE: ATY2- 4x18 W ATY2-4x18 W (Çift parabolik parlak reflektörlü) dekoratif amaçlı asma tavan armatür

Ad 12.000

7 794-301

Etange light outlet (with security line) NORMAL OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Normal Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Ad 11.000

8 794-302

Etange light outlet (with security line) SWITCH OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Komütatör Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Ad 12.000

9 794-304

Etange light outlet (with security line) PARALLEL OUTLET (Lines and Outlet lines with unleaded antigrone (NHXMH) material.) Paralel Sorti, Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile, Etanj aydınlatma sortisi (Güvenlik hatlı)

Ad 6.000

10 796-103 Etange socket outlet (with security line) LINES AND OUTLET LINES WITH UNLEADED ANTIGRONE (NHXMH) MATERIAL AND NORMAL SOCKET OUTLET Linye ve sorti hatları kurşunsuz antigron (NHXMH) nevinden malzeme ile normal priz sortisi

Ad 32.000

11 815-101 PHONE INSTALLATION OUTLET up to 2 pairs (together with earthing line) Telefon tesisatı sortisi Ad 7.000

Page 171: INVITATION TO BID - UNDP | Procurement Notices

171

12 818-101 INDOOR MAIN LINE SYSTEM up to 2 pairs P.14 Bina içerisinde ana hat tesisatı (2 çifte kadar-p14) m 100.000

13 819-102 TELEPHONE DISTRIBUTION BOX up to 30 pairs Telefon dağıtım kutuları (30 çifte kadar) (DKP sac) Ad 2.000

14 845-103 TELEVISION OUTLET Televizyon sortisi Ad 5.000

15 982-102 BUILDING SURROUNDING CONDUCTOR 30×3.5 MM GALVANIZED STEEL SHEET 30x3,5 mm ebadında şartnamesine uygun galvanizli çelik lama

m 165.000

16 983-102 GROUND ELECTRODE (ROD), ELECTROLYTIC COPPER TS 435 / T1 standardına uygun, Toprak elektrodu (Çubuk)elektrolitik bakır

Ad 3.000

17 985-104 THERMOWELDING SUPPLEMENT UP TO 115 GR.WELDING DUST 115 gr kaynak tozuna kadar termokaynak eki

Ad 3.000

18 ÖZEL-ELK-04 1*150W ÖZ1 1*150W AD 3.000 19 ÖZEL-ELK-05 OZ2 1*13W

ÖZ2 1*13W AD 12.000 20 ÖZEL-ELK-06 SATELLITE ÇANAK ANTEN AD 1.000 21 ÖZEL-ELK-07 4-6 OUTPUT LNB

4 ÇIKIŞLI LNB AD 1.000 Sub Total 8.3.B2.Electric Works -Office, Quarantine, Barn - Ardanuç Livestock Market

8.3.B3.Electric Works - Panel, Shifter - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 701-201 Front cover panel Özel sac pano-önden kapaklı Ad 1.000

2 704-105 Sıva üstü sac tablo-0.40-0,50 m² (0,50 m² dahil) Ad 1.000 3 705-103

Built-in sheet metal tables up to 0,20 - 0,30m2 (including 0,30 m2) Gömme tip sac tablo-0.20-0.30 m² (0,30 m² dahil)

Ad 1.000 4 705-105 Gömme tip sac tablo-0.40-0,50 m² (0,50 m² dahil) Ad 1.000 5 707-102

Automatically insured housing type sheet metal tables with switch 8 fuses Anahtarlı otomatik sigortalı loj. tipi sac tablo-8 sigortalı Ad 2.000

6 713-304 Selective paco switches of the type that are mounted on the table up to 3x25 A. (three-phase) Normal Pako Şalter-tablo üstü-3x25 A'e kadar Ad 3.000

7 715-307 THERMIC,MAGNETIC SHIELDED POWER SWITCH 3*40 A.(Table wake ( TS EN 60947-2) Termik Magnetik Şalter-tablo arkası-3x40 A'e kadar

Ad 1.000

8 715-308 Selective paco switches of the type that are mounted on the table up to 3 x 63 A. (three-phase) Icu:25kA, I1: (0,8-1)In Ad 1.000

9 715-309 Selective paco switches of the type that are mounted on the table up to 3 x 100 A. (three-phase) Icu:25kA, I1: (0,8-1)In Termik Magnetik Şalter-tablo arkası-3x100 A'e kadar Ad 2.000

10 718-310 Timer, which is used as timer in lighting control Aydınlatma kontrollünde kullanılan Zaman rölesi. (Ölçü Adet, İhzarat %60)

Ad 1.000

11 718-507 Residual current circuit-breakers up to 4x25 (30 mA) Kaçak akım koruma şalterleri-4x25 A'e kadar (30 mA) Ad 5.000

12 718-508 Leakage protection circuit breakers- up to 4x40 A (30 mA) Kaçak akım koruma şalterleri-4x40 A'e kadar (30 mA) Ad 2.000

13 718-563 Panel type surge protectors class B, 230V AC, 100 kA (10/350ms), three-phase, neutral ground Pano tipi aşırı gerilim koruyucusu, B sınıfı, 230 VAC, 100 kA üç faz, nötr-toprak

Ad 1.000

14 723-401 Automatic control central compensation batteries up to 400v. Otomatik kumandalı merkezi kompanzasyon bataryası-400 V'a kadar kVAR 25.000

15 724-601 6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1) Ad 29.000

Page 172: INVITATION TO BID - UNDP | Procurement Notices

172

Anahtarlı otomatik sigorta (6 kA)-16 A'e kadar

16 724-602 6 KA cutting capacity auto safety fuse AUTO SAFETY FUSE WITH SWITCH 25 A. (6KA) (TS 5018-1 EN 60898-1) Anahtarlı otomatik sigorta (6 kA)-25 A'e kadar

Ad 1.000

17 724-606 3-PHASE AUTOMATIC SAFETY FUSE WITH SWITCH 16 A. (6KA)(TS 5018-1 EN 60898-1 Anahtarlı otomatik sigorta (6 kA)-3x16 A'e kadar

Ad 7.000

18 724-607 Switching auto insurance (6 kA) up to -3x40 Anahtarlı otomatik sigorta (6 kA)-3x40 A'e kadar Ad 5.000

19 724-707 Three-phase Automatic safety fuse with switch (10 kA)-up to 40 A Anahtarlı otomatik sigorta (10 kA)-3x40 A'e kadar

Ad 6.000

20 724-708 Switching auto insurance (10 kA) up to -3x60 Anahtarlı otomatik sigorta (10 kA)-3x60 A'e kadar Ad 2.000 21 725-401 Measure Current Transformer 100 - 500/5 A.

Akım ölçü trafosu 100-500/5 A Ad 6.000 22 725-511 Energy analyzer Enerji analizörü Ad 1.000

23 725-731 Three-phase Time Scheduled Electronic Type (Active-Reactive) 3x230/400 V..3x5(7,5) A Counters Üç Fazlı Zaman Tarifeli Elektronik Tip (Aktif-Reaktif) Sayaç, 3x230/400 V: 3x5 (7,5) A

Ad 1.000

24 725-904 Sign Lamp up to 250.V İşaret lambası 250 V'a kadar Ad 15.000

25 726-302 PIPELESS FREE PAVED EARTHING LINE 6 mm2 Topraklama hattı-6 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 70.000

26 726-303 PIPELESS FREE PAVED EARTHING LINE 10 mm2 Topraklama hattı-10 mm² (borusuz) çıplak örgülü veya dolu bakır tel

m 20.000 27 727-510 1 kV yeraltı kablosu (NYY)-3x10 mm² m 5.000 28 727-521

1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 3*50+25 mm2 1 kV yeraltı kablosu (NYY)-3x50+25 mm² m 135.000

29 727-525 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*10 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x10 mm²

m 20.000

30 727-526 1KV UNDERGROUND CABLE, COLUMN AND POWER LINE 4*6 mm2 NYY 1 kV yeraltı kablosu (NYY)-4x6 mm²

m 70.000 Sub Total 8.3.B3.Electric Works - Panel, Shifter - Ardanuç Livestock Market

GRAND TOTAL 8.3.B.Electric Works - Ardanuç Livestock Market (B1+B2+B3) *Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

Page 173: INVITATION TO BID - UNDP | Procurement Notices

173

8.3.C.Mechanical Works - Ardanuç Livestock Market 8.3.C1.Mechanical Works - Plumbing - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY) Price (TRY)

1 071-108 oval sink Tezgah altı veya tezgah üstü oval lavabo Takriben 40x50 cm Sırlı Seramik ekstra sınıf Lavabolar Ad 5.000

2 075-103 Pan closet (faience ware extra class) with plastic siphon, 50x60 cm Alaturka hela taşı (Sırlı seramikten ekstra sınıf) plastik sifonlu, 50x60 cm

Ad 4.000

3 079-100 Self reserves European style toilets Kendinden rezerv.alafranga hela ve tes. (1.kalite) 35x55 cm Tk 3.000

4 089-112 Taps (short, perlatürl a ) Class 1 1/2 " Musluk (kısa, perlatürlü) 1.sınıf 1/2" Ad 4.000 5 089-606 Fitted head and hand shower set

Gömme baş ve el duşlu banyo takımı Ad 1.000 6 089-701 Sink siphon Lavabo ve eviye sifonu Ad 5.000

7 089-922 Touchless basin mixer and installation, with single water inlet (chromic) Fotoselli lavabo bataryası ve tesisatı, tek su girişli (krome) Ad 5.000

8 090-102 Soap dish 16x31 cm Sabunluk (fayans, kollu), 16x31 cm Ad 1.000

9 094-100 Sheet (tiles), 16x16 cm Kağıtlık (fayans), 16x16 cm Ad 7.000 10 097-203 Location filter (rigid plastic grille), 10x10 cm

Yer süzgeci (sert plastik ızgaralı), 10x10 cm Ad 3.000 11 103-103 Cold water meter ( diameter 25 mm ( 1 ") screw ) Soğuk su sayacı (çap 25 mm, (1"), vidalı) Ad 1.000 12 117-304 Electrical water heater (80 L, 1800 watt and above)

Elektrikli su ısıtıcısı (80 L 1800 Watt. ve üzeri) Ad 1.000 13 ÖZEL.MEK.01 Liquid soap machine (0.5 lt) Sıvı sabun makinası (tezgaha gömme 0,5lt ) Ad 5.000

Sub Total 8.3.C1.Mechanical Works - Plumbing - Ardanuç Livestock Market 8.3.C2.Mechanical Works - Common Plumbing - Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY) Price (TRY)

1 204-3103 Price of physiotherm seamed and screwed-fitted polypropylene pipe montage supply inside the building Pn 20 polipropilen temiz su boru 3/4" 25/4,2 mm Polipropilen temiz su boruları

m 24.000

2 204-411 Outside diameter 50 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 50 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 5.000

3 204-412 Outside diameter 70 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 70 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 6.000

4 204-413 Outside diameter 100 mm , wall thickness from 3.2 mm mild Hard Polyvinyl Chloride ( HPVC -U) plastic sewage pipes Dış çap 100 mm, et kalınlığı 3,2 mm Hafif-Sert Polivinil Klorürden (HPVC-U) Plastik pis su boruları

m 55.000

5 210-625 Ball valve, brass tube, teflon joint ring (diameter: 25 mm) Küresel vana, prinç pres, teflon contalı (çap: 25 mm) Ad 2.000

6 221-203 Strainer , cast iron, threaded or flanged (diameter: 25 mm Pislik tutucu, pik döküm, vidalı veya flanşlı (çap: 25 mm) Ad 1.000

7 228-603 Non-return valve , 25 mm, PN 16; body brass, inner parts of stainless steel ( type disco applied between flanges Geri tepme ventili, 25 mm, PN-16; gövdesi prinç, iç aksam komple paslanmaz çelik (flanşlar arası uygulanan disco tip

m 1.000

8 ÖZEL.MEK.02 Ø25 (PE100) polyethylene pipes Ø25 polietilen boru (PE100) m 195.000

Page 174: INVITATION TO BID - UNDP | Procurement Notices

174

9 ÖZEL.MEK.03 Hot and cold presurrized washing machine 20-200 bar Basınçlı yıkama makinası ( sıcak & soğuk ) 20-200 bar AD 1.000

Sub Total 8.3.C2.Mechanical Works - Common Plumbing - Ardanuç Livestock Market Grand Total 8.3.C.Mechanical Works - Ardanuç Livestock Market

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

8.3.D1.Infrastructural Works - Water Base - Ardanuç Livestock Market No Index No Item Description Unit # of units Unit Price

(TRY) Price (TRY)

1 15.140/İB-4 Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve boru gömleklenmesinin yapılması

m³ 11.690

2 204-102 Rigid PVC pipes for drinking water (paste muffle, diameter: 25 mm, 10 bar) Sert PVC içme su borusu (yapıştırma muflu, çap: 25 mm, 10 atü)

m 82.000

3 Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 16.120

Sub Total 8.3.D1.Infrastructural Works - Water Base - Ardanuç Livestock Market 8.3.D2.Infrastructural Works - Valve, flowmeter- Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 103-105 Cold water meter (diameter 40 mm (1 1/2 “), screw) Soğuk su sayacı (çap 40 mm, (1 1/2"), vidalı) Ad 1.000

2 210-625 Ball valve, brass tube, teflon joint ring (diameter: 25 mm) Küresel vana, prinç pres, teflon contalı (çap: 25 mm) Ad 1.000

Sub Total 8.3.D2.Infrastructural Works - Valve, flowmeter- Ardanuç Livestock Market 8.3.D3.Infrastructural Works - Waste Water- Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY)

Price (TRY)

1 12.2190/1 Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)

Ad 7.000

2 12.2190/2

Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 to 50 meters and 600 DZ joints’ s fees) Steam curing 500 dz prefabricated manhole Buhar kürlü 500 dz Prefabrik taban elemanı ile parsel bacası teşkili (H=0 60 mt ve boru birleşim yerleri lastik contalı)

Ad 7.000

3 12.2190/3 Steam curing 500 dz prefabricated housing elements constituting the manhole (H = 0 25 m and 600 DZ joints’ s fees) Buhar kürlü 500 dz Prefabrik gövde elemanı ile parsel bacası teşkili (H=0 25 mt ve birleşim yerleri 600 dz 'lu harç)

Ad 7.000

4 12.2190/4

Steam curing 500 dz prefabricated housing element with height adjustment manhole constitute (H = variable height and joints 600 dz ‘s fees) Buhar kürlü 500 dz Prefabrik gövde yüksekliği ayar elemanı ile parsel bacası teşkili (H=Değişken yüksekliklerde ve birleşim yerleri 600 dz 'lu harç)

m 7.000

Page 175: INVITATION TO BID - UNDP | Procurement Notices

175

5 12.2190/5

BS 18 Concrete (350 dz s) and fabricated frame to be placed on the precast concrete manhole cover (for Parcel Chimneys in the garden) BS 18 Betonu (350 dz lu) ile imal edilmiş çerçevesiz prefabrik betonarme kapağın parsel bacası üzerine yerleştirilmesi (Bahçedeki Parsel Bacaları için)

Ad 7.000

6 12.2191/1

Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection body formed with the sleeve (H = 0 to 60 m high, 00 m internal diameter of 1) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 60 mt yüksekliğinde, 1 00 mt iç çapında)

Ad 3.000

7 12.2191/2

Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the body sleeve (35mt height H = 0, 1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde bileziği ile baca teşkili (H= 0 35mt yüksekliğinde, 1 00 mt iç çapında)

Ad 3.000

8 12.2191/5

Steam cured rubber gasket, with 500 Dzor prefabricated manholes body height adjustment ring with chimney form (H = 0 15-0 60 mt of variable height and 1 00 m body height adjustment ring elements in internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası gövde yüksekliği ayar bileziği ile baca teşkili (H= 0 15-0 60 mt arasında değişken yükseklikte ve 1 00 mt iç çapındaki gövde yüksekliği ayar bileziği elemanları ile)

m 3.000

9 12.2192/1 Steam cured rubber gasket, 500 Dzor prefabricated chimney flue inspection form with the conical element (1 00 m internal diameter) Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası konik elemanı ile baca teşkili (1 00 mt iç çapında)

Ad 3.000

10 12.2194 Steam cured rubber gasket, 500 Dzor prefabricated chimney inspection chimney frame formed with the mounting element Buhar kürlü, lastik contalı, 500 Dz prefabrik muayene bacası çerçeve montaj elemanı ile baca teşkili

Ad 3.000

11 12.2195/1-1

Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated manholes connected to the base element constitutes the chimney (1 --1 input output) Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı prefabrik muayene bacası taban elemanı ile baca teşkili (1 giriş --1 çıkışlı)

Ad 2.000

12 12.2195/1-2

Output Ø 200 mm with 500 Dzor, steam curing rubber seals prefabricated manholes connected to the base element constitutes the chimney (2 --1 input output) Çıkış çapı Ø 200 mm lik 500 Dz lu, buhar kürlü lastik conta bağlantılı prefabrik muayene bacası taban elemanı ile baca teşkili (2 giriş --1 çıkışlı)

Ad 1.000

13 12.2201 Ø 150 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES Çapı Ø 150 mm (SN 8) PE100 KORUGE KANALİZASYON BORULARININ DÖŞENMESİ

m 94.000

14 12.2202 Ø 200 mm (SN 8) LAYING P 100 CORRUGATED SEWER PIPES Çapı Ø 200 mm (SN 8) PE100 KORUGE KANALİZASYON BORULARININ DÖŞENMESİ

m 174.000

15 14.1714/1 Ditches and foundation fill material from the excavation done by machine Kazı malzemesinden makina ile hendek ve temel dolgusu yapılması

m³ 211.730

16 15.140/İB-4

Each category is graded sand-gravel (08 009 / IB-2) and basic manual compression ditch breeding base, base of pipe bedding and pipe making the sheathing Her katagoride granülometrik kum-çakıl'ın (08 009/İB-2) el ile sıkıştırılarak hendek ve temel taban ıslahı, boru tabanı yataklanması ve boru gömleklenmesinin yapılması

m³ 81.680

17 23.255/İB-6 Ductile iron manhole cover made of cast iron sewer construction and putting into place (ductile iron) Ad 3.000

Page 176: INVITATION TO BID - UNDP | Procurement Notices

176

Kanalizasyon inşaatlarında sfero döküm baca kapağı yapılması ve yerine konulması (küresel grafitli dökme demir)

18 Y.15.001/2B Excavation of all soft and hard soil in every depth and width with machine (Deep excavation) Makine ile her derinlik ve her genişlikte yumuşak ve sert toprak kazılması (Derin kazı)

m³ 176.040

19 Y.15.006/2B Each and every width, depth excavation of soft and hard questionable Machine (deep cuts) Makine ile her derinlik ve her genişlikte yumuşak ve sert küskülük kazılması (Derin kazı)

m³ 117.360

Sub Total 8.3.D3.Infrastructural Works - Waste Water- Ardanuç Livestock Market 8.3.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY) Price (TRY)

1 15.140/İB-8

Tuvenan -permanent of sand (08 008 / IB) by hand (tokmaklanarak) compression ditch breeding base and the base, the base bearing the pipe sheathing of the pipes, ditches and basic fillings made of Tuvenan kum -çakıl'ın (08 008 / İB) el ile (tokmaklanarak) sıkıştırılarak hendek ve temel taban ıslahı , boru tabanı yataklanması, borunun gömleklenmesi , hendek ve temel dolgusu yapılması

m³ 0.630

2 23.255/İB-7 Sewer and stormwater construction; ductile cast iron grill Kanalizasyon ve yağmursuyu inşaatlarında; sfero döküm ızgara

kg 300.000

3 36.19704 Çapı 100 mm, PVC DRENAJ BORULARININ DÖŞENMESİ [TAŞIMA HARİÇ,BORU VE BAŞ BAĞLAMA BEDELİ DAHİL] m 66.000

4 Y.16.050/03 Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 4.790

5 Y.21.001/01 Made from wood mold series Ahşaptan seri kalıp yapılması m² 41.600

6 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 0.200

Sub Total 8.3.D4.Infrastructural Works - Rain Water, Base Water, Surface Water Drainage- Ardanuç Livestock Market

8.3.D5.Infrastructural Works - Cesspool- Ardanuç Livestock Market No Index No Item Description Unit # of units

Unit Price (TRY) Price (TRY)

1 Y.16.050/03

Pouring of concrete in C 16/20 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 16/20 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 1.620

2 Y.16.050/04

Pouring of concrete in C 20/25 compressive strength class produced in concrete plant or bought and compressed with concrete pump (concrete shipping included) Beton santralinde üretilen veya satın alınan ve beton pompasıyla basılan, C 20/25 basınç dayanım sınıfında beton dökülmesi (beton nakli dahil)

m³ 19.420

3 Y.21.001/03 Making flat-surfaced reinforced-concrete formwork with Plywood Plywood ile düz yüzeyli betonarme kalıbı yapılması

m² 143.680

4 Y.23.014 Ø 8- Ø 12 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 8- Ø 12 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması

Ton 1.060

Page 177: INVITATION TO BID - UNDP | Procurement Notices

177

5 Y.23.015 Ø 14 - 28 mm deformed concrete reinforcing steel bar, cutting bars, bending and placing Ø 14- Ø 28 mm nervürlü beton çelik çubuğu, çubukların kesilmesi, bükülmesi ve yerine konulması.

Ton 1.430

Sub Total 8.3.D5.Infrastructural Works - Cesspool- Ardanuç Livestock Market GRAND TOTAL 8.3.D.Infrastructural Works - Ardanuç Livestock Market (D1+D2+D3+D4+D5)

*Work items as indicated with (*) in the price schedules, shall be completed in 2016 and payments for these items will be based on the unit prices quoted by the bidder in the price schedule without any modification due to changes in market prices and/or any other reason. Adjusted unit prices for 2017 will not be applied to these items even if the works related to these BoQ items have to be completed in 2017 due to any unforeseen reasons.

Page 178: INVITATION TO BID - UNDP | Procurement Notices

178

Section 9: FORM FOR BID SECURITY (This must be finalized using the official letterhead of the Issuing Bank. Except for indicated fields, no changes may be made in this template.)

To: UNDP [Insert contact information as provided in Data Sheet] WHEREAS [name and address of Contractor] (hereinafter called “the Bidder”) has submitted a Bid to UNDP dated Click here to enter a date. , to deliver goods and execute related services for [indicate ITB title] (hereinafter called “the Bid”): AND WHEREAS it has been stipulated by you that the Bidder shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security in the event that the Bidder: a) Fails to sign the Contract after UNDP has awarded it; b) Withdraws its Bid after the date of the opening of the Bid; c) Fails to comply with UNDP’s variation of requirement, as per ITB Section F.3; or d) Fails to furnish Performance Security, insurances, or other documents that UNDP may require as a condition to rendering the contract effective. AND WHEREAS we have agreed to give the Bidder such this Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Bidder, up to a total of [amount of guarantee] [in words and numbers], such sum being payable in the types and proportions of currencies in which the Price Bid is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee as aforesaid] without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. This guarantee shall be valid until 30 days after the date of validity of the bids.

SIGNATURE AND SEAL OF THE GUARANTOR BANK Date ....................................................................................................................... Name of Bank ......................................................................................................... Address .................................................................................................................

Page 179: INVITATION TO BID - UNDP | Procurement Notices

179

Section 10: FORM FOR PERFORMANCE SECURITY5 (This must be finalized using the official letterhead of the Issuing Bank. Except for indicated fields, no changes may be made in this template.)

To: UNDP [Insert contact information as provided in Data Sheet] WHEREAS [name and address of Contractor] (hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No. Click to enter dated Click to enter , to deliver the goods and execute related services Click here to enter text. (hereinafter called “the Contract”): AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract: AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee: NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of [amount of guarantee] [in words and numbers], such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee as aforesaid] without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. This guarantee shall be valid until a date 30 days from the date of issue by UNDP of a certificate of satisfactory performance and full completion of services by the Contractor. SIGNATURE AND SEAL OF THE GUARANTOR BANK

Date ....................................................................................................................... Name of Bank ......................................................................................................... Address ................................................................................................................. 5 If the RFP requires the submission of a Performance Security, which shall be made a condition to the signing and effectivity of the contract, the Performance Security that the Bidder’s Bank will issue shall use the contents of this template

Page 180: INVITATION TO BID - UNDP | Procurement Notices

180

Section 11: Contract THIS IS UNDP’S TEMPLATE FOR CONTRACT FOR THE BIDDER’S REFERENCE. ADHERENCE TO ALL TERMS AND CONDITIONS IS MANDATORY.

Model Contract for Works Date _____________ Dear Sir/Madam, Ref.: ______/ _______/ ______[INSERT PROJECT NUMBER AND TITLE] The United Nations Development Programme (hereinafter referred to as "UNDP"), wishes to engage your company, duly incorporated under the Laws of __________ [INSERT NAME OF THE COUNTRY] (hereinafter referred to as the "Contractor") in order to perform ____________________ [INSERT SUMMARY DESCRIPTION OF THE WORKS] (hereinafter referred to as the "Works"), in accordance with the following Contract: 1. Contract Documents 1.1 This Contract is subject to the UNDP General Conditions for Civil Works, [INSERT REVISION NUMBER AND DATE FROM THE CONTRACTS DOCUMENTS LIBRARY], attached hereto as Annex I. The provisions of such Annex shall control the interpretation of this Contract and in no way shall be deemed to have been derogated by the contents of this letter and any other Annexes, unless otherwise expressly stated under section 4 of this letter, entitled "Special Conditions". 1.2 The Contractor and UNDP also agree to be bound by the provisions contained in the following documents, which shall take precedence over one another in case of conflict in the following order: a) this letter; b) the Technical Specifications and Drawings [ref. ......dated........], attached hereto as Annex II; c) the Contractor's Tender [IF THE CONTRACT IS ON THE BASIS OF UNIT PRICE, INSERT: including the Priced Bill of Quantities] [ref......, dated ........], as clarified by the agreed minutes of the negotiation meeting [dated........], not attached hereto but known to and in the possession of both parties. 1.3 All the above shall form the Contract between the Contractor and UNDP, superseding the contents of any other negotiations and/or agreements, whether oral or in writing, pertaining to the subject of this Contract. ___________________________ ___________________________ [INSERT NAME AND ADDRESS OF THE CONTRACTOR]

Page 181: INVITATION TO BID - UNDP | Procurement Notices

181

2. Obligations of the Contractor 2.1 The Contractor shall commence work within [INSERT NUMBER OF DAYS] days from the date on which he shall have been given access to the Site and received the notice to commence from the Engineer, and shall perform and substantially complete the Works by [INSERT DATE], in accordance with the Contract. The Contractor shall provide all materials, supplies, labour and other services necessary to that end. 2.2 The Contractor shall submit to the Engineer the Programme of Work referred to in Clause 13 of the General Conditions by [INSERT DATE]. 2.3 The Contractor represents and warrants the accuracy of any information or data provided to UNDP for the purpose of entering into this Contract, as well as the quality of the Works foreseen under this Contract in accordance with the highest industrial and professional standards. 3. Price and payment 3.1 The total estimated price of the Contract is contained in the Bill of Quantities and amounts to [INSERT CURRENCY & AMOUNT IN FIGURES AND WORDS]. 3.2 The final price of the Contract will be determined on the basis of the actual quantities of work and materials utilized in the complete and satisfactory performance of the Works as certified by the Engineer and the unit prices contained in the Contractor's financial proposal. Such unit prices are fixed and are not subject to any variation whatsoever. 3.3 If the Contractor foresees that the final price of the Contract may exceed the total estimated price contained in 3.1 above, he shall so inform the Engineer without delay, in order for UNDP to decide, at its discretion, to increase the estimated price of the Contract as a result of a larger quantity of work/material or to reduce the quantity of work to be performed or materials to be used. UNDP shall not be responsible for payment of any amount in excess of that stipulated in 3.1 above unless this latter amount has been increased by means of a written amendment of this Contract in accordance with its paragraph 7 below. 3.4 The Contractor shall submit an invoice for the work performed and materials utilized every month and a final invoice within 30 days from the issuance of the Certificate of Substantial Completion by the Engineer. All invoices shall be accompanied by the ‘Progress Payment Certificates’ indicating the percentage of completion of the works by the end of that respective month and corresponding amounts due, in line with the detailed breakdown of the price is given above. 3.5 UNDP shall effect payments to the Contractor in the form of “monthly progress payments” based on the completion of items in Bill of Quantities at the end of each month after acceptance by UNDP of the invoices submitted by the contractor. The Engineer may make corrections to that amount, in which case UNDP may effect payment for the amount so corrected. The Engineer may also withhold invoices if the work is not performed at any time in accordance with the terms of the Contract or if the necessary insurance policies or performance security are not valid and/or in order. The Engineer shall process the invoices submitted by the Contractor within 15 days of their receipt. 3.6 Payments effected by UNDP to the Contractor shall be deemed neither to relieve the Contractor of its obligations under this Contract nor as acceptance by UNDP of the Contractor's performance of the Works. 3.7 Payment of the final invoice shall be effected by UNDP after issuance of the Certificate of Substantial Completion by the Engineer. 4. Special conditions 4.1 The Performance Bond referred to in Clause 10 of the General Conditions shall be submitted by the Contractor for an amount of 10% (ten per cent) of the final price of the Contract

Page 182: INVITATION TO BID - UNDP | Procurement Notices

182

4.2 The Contractor should provide the following insurances: a) All Risks for Works in accordance with Clause 21 of General Conditions, b) Liability (referred to in Clause 23 of the General Conditions) in the amount of 15% (fifteen percent) of the final price of the Contract, per occurrence. 4.3 According to Clause 45 of the General Conditions, the liquidated damages for delay shall be 1% of the price of the Contract per week of delay, up to a maximum of 10% of the final price of the Contract. 4.4 According to Clause 45 of the General Conditions, the liquidated damages for absence of Contractor’s key staff/personnel from the construction site without Engineer’s approval shall be TRY 1.000 per day. 5. Submission of invoices 5.1 One original and one copy of every invoice shall be submitted by mail by the Contractor for each payment under the Contract to the Engineer's address specified in clause 8.2. 5.2 Invoices submitted by fax shall not be accepted by UNDP. 6. Time and manner of payment 6.1 Invoices shall be paid within thirty (30) days of the date of their receipt and acceptance by UNDP. 6.2 All payments shall be made by UNDP to the following Bank account of the Contractor: [NAME OF THE BANK] [ACCOUNT NUMBER] [ADDRESS OF THE BANK] 7. Modifications 7.1 Any modification to this Contract shall require an amendment in writing between both parties duly signed by the authorized representatives of the Contractor and UNDP. 8. Notifications 8.1 For the purpose of notifications under the Contract, the addresses of UNDP and the Contractor are as follows: For the UNDP: [INSERT NAME OF RR OR DIVISION CHIEF] United Nations Development Programme Ref. [INSERT CONTRACT REFERENCE & NUMBER] Fax:____________________ For the Contractor: _________________ [Insert Name, Address and Telex, Fax and Cable Numbers] 8.2 UNDP shall communicate as soon as possible to the Contractor after the signature of the Contract, the address of the Engineer for the purposes of communication with the Engineer under the Contract. If the above terms and conditions meet with your agreement as typed in this letter and in the Contract Documents, please initial every page of this letter and its attachments and return to this office one original of this Contract, duly signed and dated. Yours sincerely, [INSERT NAME OF RR or Bureau/Division Director] For [Insert name of the company/organization] Agreed and Accepted:

Page 183: INVITATION TO BID - UNDP | Procurement Notices

183

Signature ____________________________ Name ____________________________ Title ____________________________ Date ____________________________

GENERAL CONDITIONS OF CONTRACT FOR CIV IL WORKS 1. Definitions 2. Singular and Plural 3. Headings or Notes 4. Legal Relationships 5. General Duties/Powers of Engineer 6. Contractor's General Obligations/Responsibilities 7. Assignment and Subcontracting 8. Drawings 9. Work Book 10. Performance Security

Page 184: INVITATION TO BID - UNDP | Procurement Notices

184

11. Inspection of Site 12. Sufficiency of Tender 13. Programme of Work to be Furnished 14. Weekly Site Meeting 15. Change Orders 16. Contractor's Superintendence 17. Contractor's Employees 18. Setting-Out 19. Watching and Lighting 20. Care of Works 21. Insurance of Works, Etc. 22. Damage to Persons and Property 23. Liability Insurance 24. Accident or Injury to Workmen 25. Remedy on Contractor's Failure to Insure 26. Compliance with Statutes, Regulations, Etc. 27. Fossils, Etc. 28. Copyright, Patents and Other Proprietary Rights, and Royalties 29. Interference With Traffic and Adjoining Properties 30. Extraordinary Traffic and Special Loads 31. Opportunities for Other Contractors 32. Contractor to Keep Site Clean 33. Clearance of Site on Substantial Completion 34. Labour 35. Returns of Labour, Plant, Etc. 36. Materials, Workmanship and Testing 37. Access to Site 38. Examination of Work Before Covering Up 39. Removal of Improper Work and Materials 40. Suspension of Work 41. Possession of Site 42. Time for Completion 43. Extension of Time for Completion 44. Rate of Progress 45. Liquidated Damages for Delay 46. Certificate of Substantial Completion 47. Defects Liability 48. Alterations, Additions and Omissions 49. Plant, Temporary Works and Materials 50. Approval of Materials, Etc., Not Implied 51. Measurement of Works 52. Liability of the Parties 53. Authorities 54. Urgent Repairs 55. Increase and Decrease of Costs 56. Taxation

Page 185: INVITATION TO BID - UNDP | Procurement Notices

185

57. Blasting 58. Machinery 59. Temporary Works and Reinstatement 60. Photographs and Advertising 61. Prevention of Corruption 62. Date Falling on Holiday 63. Notices 64. Language, Weights and Measures 65. Records, Accounts, Information and Audit 66. Force Majeure 67. Suspension by the UNDP 68. Termination by the UNDP 69. Termination by the Contractor 70. Rights and Remedies of the UNDP 71. Settlement of Disputes 72. Privileges and Immunities 73. Security 74. Audit and Investigations 75. Anti-Terrorism Appendix I: Formats of Performance Security Performance Bank Guarantee Performance Bond 1. DEFINITIONS

For the purpose of the Contract Documents the words and expressions below shall have the following meanings:

a) "Employer" means the United Nations Development Programme (UNDP).

b) "Contractor" means the person whose tender has been accepted and with whom the Contract has been entered into.

c) "Engineer" means the person whose services have been engaged by UNDP to administer the Contract as provided therein, as will be notified in writing to the Contractor.

d) "Contract" means the written agreement between the Employer and the Contractor, to which these General Conditions are annexed.

e) "The Works" means the works to be executed and completed under the Contract.

Page 186: INVITATION TO BID - UNDP | Procurement Notices

186

f) "Temporary Works" shall include items to be constructed which are not intended to be permanent and form part of the Works.

g) "Drawings" and "Specifications" mean the Drawings and Specifications referred to in the Contract and any modification thereof or addition thereto furnished by the Engineer or submitted by the Contractor and approved in writing by the Engineer in accordance with the Contract.

h) "Bill of Quantities" is the document in which the Contractor indicates the cost of the Works, on the basis of the foreseen quantities of items of work and the fixed unit prices applicable to them.

i) "Contract Price" means the sum agreed in the Contract as payable to the Contractor for the execution and completion of the Works and for remedying of any defects therein in accordance with the Contract.

j) "Site" means the land and other places on, under, in or through which the Works or Temporary Works are to be constructed.

2. SINGULAR AND PLURAL

Words importing persons or parties shall include firms or companies and words importing the singular only shall also include the plural and vice versa where the context requires.

3. HEADINGS OR NOTES

The headings or notes in the Contract Documents shall not be deemed to be part thereof or be taken into consideration in their interpretation.

4. LEGAL RELATIONSHIPS

The Contractor and the sub-contractor(s), if any, shall have the status of an independent contractor vis-à-vis the Employer. The Contract Documents shall not be construed to create any contractual relationship of any kind between the Engineer and the Contractor, but the Engineer shall, in the exercise of his duties and powers under the Contract, be entitled to performance by the Contractor of its obligations, and to enforcement thereof. Nothing contained in the Contract Documents shall create any contractual relationship between the Employer or the Engineer and any subcontractor(s) of the Contractor.

5. GENERAL DUTIES/POWERS OF ENGINEER a) The Engineer shall provide administration of Contract as provided in the Contract

Documents. In particular, he shall perform the functions hereinafter described.

Page 187: INVITATION TO BID - UNDP | Procurement Notices

187

b) The Engineer shall be the Employer's representative vis-à-vis the Contractor during construction and until final payment is due. The Engineer shall advise and consult with the Employer. The Employer's instructions to the Contractor shall be forwarded through the Engineer. The Engineer shall have authority to act on behalf of the Employer only to the extent provided in the Contract Documents as they may be amended in writing in accordance with the Contract. The duties, responsibilities and limitations of authority of the Engineer as the Employer's representative during construction as set forth in the Contract shall not be modified or extended without the written consent of the Employer, the Contractor and the Engineer.

c) The Engineer shall visit the Site at intervals appropriate to the stage of construction to

familiarize himself generally with the progress and quality of the Works and to determine in general if the Works are proceeding in accordance with the Contract Documents. On the basis of his on-site observations as an Engineer, he shall keep the Employer informed of the progress of the Works.

d) The Engineer shall not be responsible for and will not have control or charge of construction

means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Works or the Temporary Works. The Engineer shall not be responsible for or have control or charge over the acts or omissions of the Contractor (including the Contractor's failure to carry out the Works in accordance with the Contract) and of Sub-contractors or any of their agents or employees, or any other persons performing services for the Works, except if such acts or omissions are caused by the Engineer's failure to perform his functions in accordance with the contract between the Employer and the Engineer.

e) The Engineer shall at all times have access to the Works wherever and whether in

preparation or progress. The Contractor shall provide facilities for such access so that the Engineer may perform his functions under the Contract.

f) Based on the Engineer's observations and an evaluation of the documentation submitted by

the Contractor together with the invoices, the Engineer shall determine the amounts owed to the Contractor and shall issue Certificates for Payment as appropriate.

g) The Engineer shall review and approve or take other appropriate action upon the Contractor's

submittals such as Shop Drawings, Product Data and Samples, but only for conformity with the design concept of the Works and with the provisions of the Contract Documents. Such action shall be taken with reasonable promptness so as to cause no delay. The Engineer's approval of a specific item shall not indicate approval of an assembly of which the item is a component.

h) The Engineer shall interpret the requirements of the Contract Documents and judge the

performance thereunder by the Contractor. All interpretations and orders of the Engineer shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form of drawings. Either party may make a written request to the Engineer for such interpretation. The Engineer shall render the interpretation

Page 188: INVITATION TO BID - UNDP | Procurement Notices

188

necessary for the proper execution of the Works with reasonable promptness and in accordance with any time limit agreed upon. Any claim or dispute arising from the interpretation of the Contract Documents by the Engineer or relating to the execution or progress of the Works shall be settled as provided in Clause 71 of these General Conditions.

i) Except as otherwise provided in the Contract, the Engineer shall have no authority to relieve

the Contractor of any of his obligations under the Contract nor to order any work involving delay in completion of the Works or any extra payment to the Contractor by the Employer, or to make any variations to the Works.

j) In the event of termination of the employment of the Engineer, the Employer shall appoint

another suitable professional to perform the Engineer's duties. k) The Engineer shall have authority to reject work which does not conform to the Contract

Documents. Whenever, in his opinion, he considers it necessary or advisable for the implementation of the intent of the Contract Documents, he will have authority to require special inspection or testing of the work whether or not such work be then fabricated, installed or completed. However, neither the Engineer's authority to act nor any reasonable decision made by him in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of the Engineer to the Contractor, any subcontractor, any of their agents or employees, or any other person performing services for the Works.

l) The Engineer shall conduct inspections to determine the dates of Substantial Completion and

Final Completion, shall receive and forward to the Employer for the Employer's review written warranties and related documents required by the Contract and assembled by the Contractor, and shall issue a final Certificate for Payment upon compliance with the requirements of Clause 47 hereof and in accordance with the Contract.

m) If the Employer and Engineer so agree, the Engineer shall provide one or more Engineer's

Representative(s) to assist the Engineer in carrying out his responsibilities at the site. The Engineer shall notify in writing to the Contractor and the Employer the duties, responsibilities and limitations of authority of any such Engineer's Representative(s).

6. CONTRACTOR'S GENERAL OBLIGATIONS/RESPONSIBILITIES 6.1.Obligation to Perform in Accordance with Contract

The Contractor shall execute and complete the Works and remedy any defects therein in strict accordance with the Contract, with due care and diligence and to the satisfaction of the Engineer, and shall provide all labor, including the supervision thereof, materials, Constructional Plant and all other things, whether of a temporary or permanent nature, required in and for such execution, completion and remedying of defects, as far as the necessity for providing the same is specified in or is reasonably to be inferred from the Contract. The Contractor shall comply with and adhere strictly to the Engineer's instructions and directions on any matter, touching or concerning the Works.

Page 189: INVITATION TO BID - UNDP | Procurement Notices

189

6.2 Responsibility for Site Operations The Contractor shall take full responsibility for the adequacy, stability and safety of all site operations and methods of construction, provided that the Contractor shall not be responsible, except as may be expressly provided in the Contract, for the design or specification of the Permanent Works or of any Temporary Works prepared by the Engineer.

6.3.Responsibility for Employees

The Contractor shall be responsible for the professional and technical competence of his employees and will select for work under this Contract, reliable individuals who will perform effectively in the implementation of the Contract, respect local customs and conform to a high standard of moral and ethical conduct.

6.4.Source of Instructions

The Contractor shall neither seek nor accept instructions from any authority external to the Employer, the Engineer or their authorized representatives in connection with the performance of his services under this Contract. The Contractor shall refrain from any action which may adversely affect the Employer and shall fulfill his commitments with fullest regard for the interest of the Employer.

6.5.Officials Not to Benefit

The Contractor warrants that no official of the Employer has been or shall be admitted by the Contractor to any direct or indirect benefit arising from this Contract or the award thereof. The Contractor agrees that breach of this provision is a breach of an essential term of the Contract.

6.6.Use of Name, Emblem or Official Seal of UNDP or the United Nations The Contractor shall not advertise or otherwise make public the fact that he is performing, or has performed services for the Employer or use the name, emblem or official seal of the Employer or the United Nations or any abbreviation of the name of the Employer or the United Nations for advertising purposes or any other purposes.

6.7.Confidential Nature of Documents

All maps, drawings, photographs, mosaics, plans, reports, recommendations, estimates, documents and all other data compiled by or received by the Contractor under the Contract shall be the property of the Employer, shall be treated as confidential and shall be delivered only to the duly authorized representative of the Employer on completion of the Works; their contents shall not be made known by the Contractor to any person other than the personnel of the Contractor performing services under this Contract without the prior written consent of

Page 190: INVITATION TO BID - UNDP | Procurement Notices

190

the Employer. 7. ASSIGNMENT AND SUBCONTRACTING 7.1.Assignment of Contract

The Contractor shall not, except after obtaining the prior written approval of the Employer, assign, transfer, pledge or make other disposition of the Contract or any part thereof or of any of the Contractor's rights, claims or obligations under the Contract.

7.2.Subcontracting

In the event the Contractor requires the services of subcontractors, the Contractor shall obtain the prior written approval of the Employer for all such subcontractors. The approval of the Employer shall not relieve the Contractor of any of his obligations under the Contract, and the terms of any subcontract shall be subject to and be in conformity with the provisions of the Contract.

7.3.Assignment of Subcontractor's Obligations

In the event of a subcontractor having undertaken towards the Contractor in respect of the work executed or the goods, materials, Plant or services supplied by such subcontractor for the Works, any continuing obligation extending for a period exceeding that of the Defects Liability Period under the Contract, the Contractor shall at any time after the expiration of such Period, assign to the Employer, at the Employer's request and cost, the benefit of such obligation for the unexpired duration thereof.

8. DRAWINGS 8.1.Custody of drawings

The drawings shall remain in the sole custody of the Employer but two (2) copies thereof shall be furnished to the Contractor free of cost. The Contractor shall provide and make at his own expense any further copies required by him. At the completion of the Works, the Contractor shall return to the Employer all drawings provided under the Contract.

8.2.One copy of Drawings to be kept on Site One copy of the Drawings furnished to the Contractor as aforesaid shall be kept by the Contractor on the Site and the same shall at all reasonable times be available for inspection and use by the Engineer and by any other person authorized in writing by the Engineer.

8.3.Disruption of Progress The Contractor shall give written notice to the Engineer whenever planning or progress of the Works is likely to be delayed or disrupted unless any further drawing or order, including a

Page 191: INVITATION TO BID - UNDP | Procurement Notices

191

direction, instruction or approval, is issued by the Engineer within a reasonable time. The notice shall include details of drawing or order required and of why and by when it is required and of any delay or disruption likely to be suffered if it is late.

9. WORK BOOK

The Contractor shall maintain a Work Book at the Site with numbered pages, in one original and two copies. The Engineer shall have full authority to issue new orders, drawings and instructions to the Contractor, from time to time and as required for the correct execution of the Works. The Contractor shall be bound to follow such orders, drawings and instructions. Every order shall be dated and signed by the Engineer and the Contractor, in order to account for its receipt. Should the Contractor want to refuse an order in the Work Book, he shall so inform the Employer, through the Engineer, by means of an annotation in the Work Book made within three (3) days from the date of the order that the Contractor intends to refuse. Failure by the Contractor to adhere to this procedure shall result in the order being deemed accepted with no further possibility of refusal. The original of the Work Book shall be delivered to the Employer at the time of Final Acceptance of the Works. A copy shall be kept by the Engineer and another copy by the Contractor.

10. PERFORMANCE SECURITY a) As guarantee for his proper and efficient performance of the Contract, the Contractor shall on

signature of the Contract furnish the Employer with a Performance Security issued for the benefit of the Employer. The amount and character of such security (bond or guarantee) shall be as indicated in the Contract.

b) The Performance Bond or Bank Guarantee must be issued by an acceptable insurance

company or accredited bank, in the format included in Appendix I to these General Conditions, and must be valid up to twenty-eight days after issuance by the Engineer of the Certificate of Final Completion. The Performance Bond or Bank Guarantee shall be returned to the Contractor within twenty-eight days after the issuance by the Engineer of the Certificate of Final Completion, provided that the Contractor shall have paid all money owed to the Employer under the Contract.

c) If the surety of the Performance Bond or Bank Guarantee is declared bankrupt or becomes

insolvent or its right to do business in the country of execution of the Works is terminated, the Contractor shall within five (5) days thereafter substitute another bond or guarantee and surety, both of which must be acceptable to the Employer.

11. INSPECTION OF SITE

Page 192: INVITATION TO BID - UNDP | Procurement Notices

192

The Contractor shall be deemed to have inspected and examined the site and its surroundings and to have satisfied himself before submitting his Tender and signing the Contract as to all matters relative to the nature of the land and subsoil, the form and nature of the Site, details and levels of existing pipe lines, conduits, sewers, drains, cables or other existing services, the quantities and nature of the work and materials necessary for the completion of the Works, the means of access to the Site, and the accommodation he may require, and in general to have himself obtained all necessary information as to risk contingencies, climatic, hydrological and natural conditions and other circumstances which may influence or affect his Tender, and no claims will be entertained in this connection against the Employer.

12. SUFFICIENCY OF TENDER

The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his Tender for the construction of the Works and of the rates and prices, which rates and prices shall, except in so far as it is otherwise provided in the Contract, cover all his obligations under the Contract and all matters and things necessary for the proper execution and completion of the Works.

13. PROGRAMME OF WORK TO BE FURNISHED

Within the time limit specified in the Contract, the Contractor shall submit to the Engineer for his consent a detailed Programme of Work showing the order of procedure and the method in which he proposes to carry out the Works. In preparing his Programme of Work the Contractor shall pay due regard to the priority required by certain works. Should the Engineer, during the progress of work, require further modifications to the Programme of Work, the Contractor shall review the said program. The Contractor shall also whenever required by the Engineer submit particulars in writing of the Contractor's arrangements for carrying out the Works and of the Constructional Plant and Temporary Works which the Contractor intends to supply, use or construct as the case may be. The submission of such program, or any modifications thereto, or the particulars required by the Engineer, shall not relieve the Contractor of any of his duties or obligations under the Contract nor shall the incorporation of any modification to the Programme of Work either at the commencement of the contract or during its course entitle the Contractor to any additional payments in consequence thereof.

14. WEEKLY SITE MEETING

A weekly site meeting shall be held between the UNDP Project Coordinator or engineer, if any, the representative of the Contractor and the Engineer or the Engineer's Representative, in order to verify that the Works are progressing normally and are executed in accordance with the Contract.

15. CHANGE ORDERS

Page 193: INVITATION TO BID - UNDP | Procurement Notices

193

a) The Engineer may instruct the Contractor, with the approval of the Employer and by means of Change Orders, all variations in quantity or quality of the Works, in whole or in part, that are deemed necessary by the Engineer.

b) Processing of change orders shall be governed by clause 48 of these General Conditions. 16. CONTRACTOR'S SUPERINTENDENCE

The Contractor shall provide all necessary superintendence during the execution of the Works and as long thereafter as the Engineer may consider necessary for the proper fulfillment of the Contractor's obligations under the Contract. The Contractor or a competent and authorized agent or representative of the Contractor approved in writing by the Engineer, which approval may at any time be withdrawn, shall be constantly on the site and shall devote his entire time to the superintendence of the Works. Such authorized agent or representative shall receive on behalf of the Contractor directions and instructions from the Engineer. If the approval of such agent or representative shall be withdrawn by the Engineer, as provided in Clause 17(2) hereinafter, or if the removal of such agent or representative shall be requested by the Employer under Clause 17(3) hereinafter, the Contractor shall as soon as it is practicable after receiving notice of such withdrawal remove the agent or representative from the Site, and replace him by another agent or representative approved by the Engineer. Notwithstanding the provision of Clause 17(2) hereinafter, the Contractor shall not thereafter employ, in any capacity whatsoever, a removed agent or representative again on the Site.

17. CONTRACTOR'S EMPLOYEES a) The Contractor shall provide and employ on the Site in connection with the execution and

completion of the Works and the remedying of any defects therein: i. Only such technical assistants as are skilled and experienced in their respective callings and

such sub-agent foremen and leading hands as are competent to give proper supervision to the work they are required to supervise, and

ii. Such skilled, semi-skilled, and unskilled labour as is necessary for the proper and timely

execution and completion of the Works. b) The Engineer shall be at liberty to object to and require the Contractor to remove forthwith

from the Works any person employed by the Contractor in or about the execution or completion of the Works, who in the opinion of the Engineer is misconducting himself, or is incompetent or negligent in the proper performance of his duties, or whose employment is otherwise considered reasonably by the Engineer to be undesirable, and such person shall not be again employed on the Site without the written permission of the Engineer. Any person so removed from the Works shall be replaced as soon as reasonably possible by a competent substitute approved by the Engineer.

c) Upon written request by the Employer, the Contractor shall withdraw or replace from the Site

any agent, representative or other personnel who does not conform to the standards set forth

Page 194: INVITATION TO BID - UNDP | Procurement Notices

194

in paragraph (1) of this Clause. Such request for withdrawal or replacement shall not be considered as termination in part or in whole of this Contract. All costs and additional expenses resulting from any withdrawal or replacement for whatever reason of any of the Contractor's personnel shall be at the Contractor's expense.

18. SETTING-OUT

The Contractor shall be responsible for the true and proper setting out of the Works in relation to original points, lines and levels of reference given by the Engineer in writing and for the correctness of the position, levels, dimensions and alignment of all parts of the Works and for the provision of all necessary instruments, appliances and labor in connection therewith. If, at any time during the progress of the Works, any error shall appear or arise in the position, levels, dimensions or alignment of any part of the Works, the Contractor, on being required so to do by the Engineer, shall, at his own cost, rectify such error to the satisfaction of the Engineer.

19. WATCHING AND LIGHTING

The Contractor shall in connection with the Works provide and maintain at his own cost all lights, guards, fencing and watching when and where necessary or required by the Engineer or by any duly constituted authority for the protection of the Works and the materials and equipment utilized therefor or for the safety and convenience of the public or others.

20. CARE OF WORKS a) From the commencement date of the Works to the date of substantial completion as stated in

the Certificate of Substantial Completion, the Contractor shall take full responsibility for the care thereof and of all Temporary Works. In the event that any damage or loss should happen to the Works or to any part thereof or to any Temporary Works from any cause whatsoever (save and except as shall be due to Force Majeure as defined in Clause 66 of these General Conditions), the Contractor shall at his own cost repair and make good the same so that, at completion, the Works shall be in good order and condition and in conformity in every respect with the requirements of the Contract and the Engineer's instructions. The Contractor shall also be liable for any damage to the Works occasioned by him in the course of any operations carried out by him for the purpose of complying with his obligations Clause 47 hereof.

b) The Contractor shall be fully responsible for the review of the Engineering design and details

of the Works and shall inform the Employer of any mistakes or incorrectness in such design and details which would affect the Works.

21. INSURANCE OF WORKS, ETC.

Without limiting his obligations and responsibilities under Clause 20 hereof, the Contractor shall insure immediately following signature of this Contract, in the joint names of the Employer and the Contractor (a) for the period stipulated in Clause 20(1) hereof, against all

Page 195: INVITATION TO BID - UNDP | Procurement Notices

195

loss or damage from whatever cause arising, other than cause of Force majeure as defined in clause 66 of these General Conditions, and (b) against loss or damage for which the Contractor is responsible, in such manner that the Employer and the Contractor are covered for the period stipulated in Clause 20 (1) hereof and are also covered during the Defects Liability Period for loss or damage arising from a cause occurring prior to the commencement of the Defects Liability Period and for any loss or damage occasioned by the Contractor in the course of any operations carried out by him for the purpose of complying with his obligations under Clause 47 hereof:

a) The Works, together with the materials and Plant for incorporation therein, to their full

replacement cost, plus an additional sum of ten (10) per cent of such replacement cost, to cover any additional costs of and incidental to the rectification of loss or damage including professional fees and the cost of demolishing and removing any part of the Works and of removing debris of whatsoever nature;

b) The Contractor's equipment and other things brought on to the Site by the Contractor to the

replacement value of such equipment and other things; c) An insurance to cover the liabilities and warranties of Section 52(4);

Such insurance shall be effected with an insurer and in terms approved by the Employer, which approval shall not be unreasonably withheld, and the Contractor shall, whenever required, produce to the Engineer the policy or policies of insurance and the receipts for payment of the current premiums.

22. DAMAGE TO PERSONS AND PROPERTY

The Contractor shall (except if and so far as the Contract provides otherwise) indemnify, hold and save harmless and defend at his own expense the Employer, its officers, agents, employees and servants from and against all suits, claims, demands, proceedings, and liability of any nature or kind, including costs and expenses, for injuries or damages to any person or any property whatsoever which may arise out of or in consequence of acts or omissions of the Contractor or its agents, employees, servants or subcontractors in the execution of the Contract. The provision of this Clause shall extend to suits, claims, demands, proceedings and liability in the nature of workmen's compensation claims and arising out of the use of patented inventions and devices. Provided always that nothing herein contained shall be deemed to render the Contractor liable for or in respect of or with respect to:

a) The permanent use or occupation of land by the Works or any part thereof; b) The right of the Employer to construct the Works or any part thereof on, over, under, or

through any land.

Page 196: INVITATION TO BID - UNDP | Procurement Notices

196

c) Interference whether temporary or permanent with any right of light, airway or water or other easement or quasi-easement which is the unavoidable result of the construction of the Works in accordance with the Contract.

d) Death, injuries or damage to persons or property resulting from any act or neglect of the

Employer, his agents, servants or other contractors, done or committed during the validity of the Contract.

23. LIABILITY INSURANCE 23.1. Obligation to take out Liability Insurance

Before commencing the execution of the Works, but without limiting his obligations and responsibility under Clause 20 hereof, the Contractor shall insure against his liability for any death, material or physical damage, loss or injury which may occur to any property, including that of the Employer or to any person, including any employee of the Employer by or arising out of the execution of the Works or in the carrying out of the Contract, other than due to the matters referred to in the proviso to Clause 22 hereof.

23.2. Minimum Amount of Liability Insurance Such insurance shall be effected with an insurer and in terms approved by the Employer, which approval shall not be unreasonably withheld, and for at least the amount specified in the contract. The Contractor shall, whenever required by the Employer or the Engineer, produce to the Engineer the policy or policies of insurance and the receipts for payment of the current premiums.

23.3. Provision to Indemnify Employer The insurance policy shall include a provision whereby, in the event of any claim in respect of which the Contractor would be entitled to receive indemnity under the policy, being brought or made against the Employer, the insurer shall indemnify the Employer against such claims and any costs, charges and expenses in respect thereof.

24. ACCIDENT OR INJURY TO WORKMEN a) The Employer shall not be liable for or in respect of any damages or compensation payable at

law in respect or in consequence of any accident or injury to any workman or other person in the employment of the Contractor or any sub-Contractor, save and except an accident or injury resulting from any act or default of the Employer, his agents or servants. The Contractor shall indemnify, hold and save harmless the Employer against all such damages and compensation, save and except as aforesaid, and against all claims, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

b) Insurance Against Accident, etc., to Workmen

Page 197: INVITATION TO BID - UNDP | Procurement Notices

197

The Contractor shall insure against such liability with an insurer approved by the Employer, which approval shall not be unreasonably withheld, and shall continue such insurance during the whole of the time that any persons are employed by him for the Works and shall, when required, produce to the Engineer such policy of insurance and the receipt for payment of the current premium. Provided always that, in respect of any persons employed by any subcontractor, the Contractor's obligation to insure as aforesaid under this sub-clause shall be satisfied if the subcontractor shall have insured against the liability in respect of such persons in such manner that the Employer is indemnified under the policy but the Contractor shall require such subcontractor to produce to the Engineer when required such policy of insurance and the receipt for the current premium, and obtain the insertion of a provision to that effect in its contract with the subcontractor.

25. REMEDY ON CONTRACTOR'S FAILURE TO INSURE

If the Contractor shall fail to effect and keep in force any of the insurances referred to in Clauses 21, 23 and 24 hereof, or any other insurance which he may be required to effect under the terms of the Contract, the Employer may in any such case effect and keep in force any such insurance and pay such premium as may be necessary for that purpose and from time to time deduct the amount so paid by the Employer as aforesaid from any monies due or which may become due to the Contractor, or recover the same as a debt due from the Contractor.

26. COMPLIANCE WITH STATUTES, REGULATIONS, ETC. a) The Contractor shall give all notices and pay all fees and charges required to be given or paid

by any national or State Statutes, Ordinances, Laws, Regulations or By-laws, or any local or other duly constituted authority in relation to the execution of the Works or of any Temporary Works and by the Rules and Regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the Works or any Temporary Works.

b) The Contractor shall conform in all respects with any such Statutes, Ordinances, Laws,

Regulations, By-laws or requirements of any such local or other authority which may be applicable to the Works and shall keep the Employer indemnified against all penalties and liabilities of every kind for breach of any such Statutes, Ordinances, Laws, Regulations, By-laws or requirements.

27. FOSSILS, ETC.

All fossils, coins, articles of value or antiquity and structures and other remains or things of geological or archaeological interest discovered on the Site of the Works shall as between the Employer and the Contractor be deemed to be the absolute property of the Employer and the Contractor shall take reasonable precautions to prevent his workmen or any other persons from removing or damaging any such article or thing and shall immediately upon discovery thereof and before removal acquaint the Employer of such discovery and carry out at the expense of the Employer the Engineer's

Page 198: INVITATION TO BID - UNDP | Procurement Notices

198

orders as to the disposal of the same. 28. COPYRIGHT, PATENT AND OTHER PROPRIETARY RIGHTS, AND

ROYALTIES a) The Contractor shall hold harmless and fully indemnify the Employer from and against all

claims and proceedings for or on account of infringement of any patent rights, design trademark or name or other protected rights in respect of any Plant, equipment, machine, work or material used for or in connection with the Works or Temporary Works and from and against all claims, demands proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation thereto, except where such infringement results from compliance with the design or Specification provided by the Engineer.

b) Except where otherwise specified, the Contractor shall pay all tonnage and other royalties,

rent and other payments or compensation, if any, for getting stone, sand, gravel, clay or other materials required for the Works or Temporary Works.

29. INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES

All operations necessary for the execution of the Works and for the Construction of any Temporary Works shall, so far as compliance with the requirements of the Contract permits, be carried on so as not to interfere unnecessarily or improperly with the public convenience, or the access to, use and occupation of, public or private roads and footpaths to or of properties whether in the possession of the Employer or of any other person. The Contractor shall hold harmless and indemnify the Employer in respect of all claims, demands, proceedings, damages, costs, charges and expenses whatsoever arising out of or in relation to any such matters in so far as the Contractor is responsible therefor.

30. EXTRAORDINARY TRAFFIC AND SPECIAL LOADS a) The Contractor shall use every reasonable means to prevent any of the roads or bridges

communicating with or on the routes to the Site from being damaged by any traffic of the Contractor or any of his sub-contractors and, in particular, shall select routes, choose and use vehicles and restrict and distribute loads so that any such extraordinary traffic as will inevitably arise from the moving of plant and material from and to the Site shall be limited as far as reasonably possible and so that no unnecessary damage may be occasioned to such roads and bridges.

b) Should it be found necessary for the Contractor to move any load of Constructional Plant,

machinery, preconstructed units or parts of units of work, or other thing, over part of a road or bridge, the moving whereof is likely to damage any such road or bridge unless special protection or strengthening is carried out, then the Contractor shall before moving the load on to such road or bridge, save insofar as the Contract otherwise provide, be responsible for and shall pay for the cost of strengthening any such bridge or altering or improving any such road to avoid such damage, and the Contractor shall indemnify and keep the Employer indemnified against all claims for damage to any such road or bridge caused by such

Page 199: INVITATION TO BID - UNDP | Procurement Notices

199

movement, including such claim as may be made directly against the Employer, and shall negotiate and pay all claims arising solely out of such damage.

31. OPPORTUNITIES FOR OTHER CONTRACTORS

The Contractor shall in accordance with the requirements of the Engineer afford all reasonable opportunities for carrying out their work to any other contractors employed by the Employer and their workmen and to the workmen of the Employer and of any other duly constituted authorities who may be employed in the execution on or near the Site of any work not included in the Contract or of any contract which the Employer may enter into in connection with or ancillary to the Works. If work by other contractors of the Employer as above-mentioned involves the Contractor in any direct expenses as a result of using his Site facilities, the Employer shall consider payment to the Contractor of such sum or sums as may be recommended by the Engineer.

32. CONTRACTOR TO KEEP SITE CLEAN

During the progress of the Works, the Contractor shall keep the Site reasonably free from all unnecessary obstruction and shall store or dispose of any Constructional Plant and surplus materials and clear away and remove from the Site any wreckage, rubbish or Temporary Works no longer required.

33. CLEARANCE OF SITE ON SUBSTANTIAL COMPLETION

On the substantial completion of the Works, the Contractor shall clear away and remove from the Site all Constructional Plant surplus materials, rubbish and Temporary Works of every kind and leave the whole of the Site and Works clean and in a workmanlike condition to the satisfaction of the Engineer.

34. LABOUR 34.1 Engagement of Labour

The Contractor shall make his own arrangements for the engagement of all labour local or otherwise.

34.2 Supply of Water

The Contractor shall provide on the Site to the satisfaction of the Engineer an adequate supply of drinking and other water for the use of the Contractor's staff and work people.

34.3 Alcoholic Drinks or Drugs

The Contractor shall comply with Government laws and regulations and orders in force as

Page 200: INVITATION TO BID - UNDP | Procurement Notices

200

regards the import, sale, barter or disposal of alcoholic drinks or narcotics and he shall not allow or facilitate such importation, sale, gift, barter or disposal by his sub-contractors, agents or employees.

34.4 Arms and Ammunition

The restrictions specified in clause 34.3 above shall include all kinds of arms and ammunition.

34.5 Holiday and Religious Customs

The Contractor shall in all dealings with labour in his employ have due regard to all holiday, recognized festivals and religious or other customs.

34.6 Epidemics

In the event of any outbreak of illness of an epidemic nature the Contractor shall comply with and carry out such regulations, orders, and requirements as may be made by the Government or the local medical or sanitary authorities for the purpose of dealing with and overcoming the same.

34.7 Disorderly Conduct, etc.

The Contractor shall at all times take all reasonable precautions to prevent any unlawful riotous or disorderly conduct by or amongst his employees and for the preservation of peace and the protection of persons and property in the neighborhood of the Works against the same.

34.8 Observance by Sub-Contractors

The Contractor shall be considered responsible for the observance of the above provisions by his Sub-Contractors.

34.9 Legislation applicable to Labour

The Contractor shall abide by all applicable legislation and regulation with regard to labour. 35 RETURNS OF LABOUR, PLANT, ETC.

The Contractor shall, if required by the Engineer, deliver to the Engineer at his office, a return in detail in the form and at such intervals as the Engineer may prescribe showing the supervisory staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such information respecting Constructional plant

Page 201: INVITATION TO BID - UNDP | Procurement Notices

201

as the Engineer may require. 36 MATERIALS, WORKMANSHIP AND TESTING 36.1 Materials and Workmanship a) All materials and workmanship shall be of the respective kinds described in the Contract and

in accordance with the Engineer's instructions and shall be subjected from time to time to such tests as the Engineer may direct at the place of manufacture or fabrication, or on the Site or at all or any of such places. The Contractor shall provide such assistance, instruments, machines, labour and materials as are normally required for examining, measuring and testing any work and the quality, weight or quantity of any materials used and shall supply samples of materials before incorporation in the Works for testing as may be selected and required by the Engineer. All testing equipment and instruments provided by the Contractor shall be used only by the Engineer or by the Contractor in accordance with the instructions of the Engineer.

b) No material not conforming with the Specifications in the Contract may be used for the

Works without prior written approval of the Employer and instruction of the Engineer, provided always that if the use of such material results or may result in increasing the Contract Price, the procedure in Clause 48 shall apply.

36.2 Cost of Samples

All samples shall be supplied by the Contractor at his own cost unless the supply thereof is clearly intended in the Specifications or Bill of Quantities to be at the cost of the Employer. Payment will not be made for samples which do not comply with the Specifications.

36.3 Cost of Tests

The Contractor shall bear the costs of any of the following tests: a) Those clearly intended by or provided for in the Contract Documents. b) Those involving load testing or tests to ensure that the design of the whole of the Works or

any part of the Works is appropriate for the purpose which it was intended to fulfill. 37 ACCESS TO SITE

The Employer and the Engineer and any persons authorized by either of them shall, at all times, have access to the Works and to the Site and to all workshops and places where work is being prepared or whence materials, manufactured articles or machinery are being obtained for the Works and the Contractor shall afford every facility for and every assistance in or in obtaining the right to such access.

Page 202: INVITATION TO BID - UNDP | Procurement Notices

202

38 EXAMINATION OF WORK BEFORE COVERING UP

No work shall be covered up or put out of view without the approval of the Engineer and the Contractor shall afford full opportunity for the Engineer to examine and measure any work which is about to be covered up or put out of view and to examine foundations before permanent work is placed thereon. The Contractor shall give due notice to the Engineer whenever any such work or foundations is or are ready or about to be ready for examination and the Engineer shall without unreasonable delay unless he considers it unnecessary and advises the Contractor accordingly attend for the purpose of examining and measuring such work or of examining such foundations.

39 REMOVAL OF IMPROPER WORK AND MATERIALS 39.1 Engineer's power to order removal

The Engineer shall during the progress of the Works have power to order in writing from time to time, and the Contractor shall execute at his cost and expense, the following operations:

a) The removal from the Site within such time or times as may be specified in the order of any

materials which in the opinion of the Engineer are not in accordance with the Contract; b) The substitution of proper and suitable materials; and c) The removal and proper re-execution (notwithstanding any previous test thereof or interim

payment therefore) of any work which in respect of materials or workmanship is not in the opinion of the Engineer in accordance with the Contract.

39.2 Default of Contractor in carrying out Engineer's Instructions

In case of default on the part of the Contractor in carrying out an instruction of the Engineer, the Employer shall be entitled to employ and pay other persons to carry out the same and all expenses consequent thereon or incidental thereto shall be borne by the Contractor and shall be recoverable from him by the Employer and may be deducted by the Employer from any monies due or which may become due to the Contractor.

40 SUSPENSION OF WORK

The Contractor shall on the written order of the Engineer suspend the progress of the Works or any part thereof for such time or times and in such manner as the Engineer may consider necessary and shall, during such suspension, properly protect and secure the Works so far as it is necessary in the opinion of the Engineer. The Employer should be notified and his written approval should be sought for any suspension of work in excess of three (3) days.

Page 203: INVITATION TO BID - UNDP | Procurement Notices

203

41 POSSESSION OF SITE 41.1 Access to Site The Employer shall with the Engineer's written order to commence the Works, give to the

Contractor possession of so much of the Site as may be required to enable the Contractor to commence and proceed with the construction of the Works in accordance with the Programme referred to in Clause 13 hereof and otherwise in accordance with such reasonable proposals of the Contractor as he shall make to the Engineer by notice in writing, and shall from time to time as the Works proceed give to the Contractor possession of such further portions of the Site as may be required to enable the Contractor to proceed with the construction of the Works with due dispatch in accordance with the said Programme or proposals, as the case may be.

41.2 Wayleaves, etc.

The Contractor shall bear all expenses and charges for special temporary wayleaves required by him in connection with access to the Site. The Contractor shall also provide at his own cost any additional accommodation outside the Site required by him for the purpose of the Works.

41.3 Limits of the Site

Except as defined below, the limits of the Site shall be as defined in the Contract. Should the Contractor require land beyond the Site, he shall provide it entirely at his own expense and before taking possession shall supply the Engineer with a copy of the necessary permits. Access to the Site is available where the Site adjoins a public road but it is not provided unless shown on the Drawings. When necessary for the safety and convenience of workmen, public or livestock or for the protection of the Works, the Contractor shall, at his own expense, provide adequate temporary fencing to the whole or part of the Site. The Contractor shall not disturb, damage or pull down any hedge, tree or building within the Site without the written consent of the Engineer.

42 TIME FOR COMPLETION a) Subject to any requirement in the Contract as to completion of any section of the Works

before completion of the whole, the whole of the Works shall be completed, in accordance with the provisions of Clause 46 and 47 hereof, within the time stated in the Contract.

b) The completion time includes weekly rest days, official holidays, and days of inclement

weather. 43 EXTENSION OF TIME FOR COMPLETION

If, subject to the provisions of the Contract, the Engineer orders alterations or additions in the

Page 204: INVITATION TO BID - UNDP | Procurement Notices

204

Works in accordance with Clause 48 hereof, or if circumstances constituting force majeure as defined in the Contract have occurred, the Contractor shall be entitled to apply for an extension of the time for completion of the Works specified in the Contract. The Employer shall, upon such application, determine the period of any such extension of time; provided that in the case of alterations or additions in the Works, the application for such an extension must be made before the alterations or additions in the Works are undertaken by the Contractor.

44 RATE OF PROGRESS

The whole of the materials, plant and labour to be provided by the Contractor and the mode, manner and speed of execution and completion of the Works are to be of a kind and conducted in a manner to the satisfaction of the Engineer. Should the rate of progress of the Works or any part thereof be at any time in the opinion of the Engineer too slow to ensure the completion of the Works by the prescribed time or extended time for completion, the Engineer shall so notify the Contractor in writing and the Contractor shall thereupon take such steps as the Contractor may think necessary and the Engineer may approve to expedite progress so as to complete the Works by the prescribed time or extended time for completion. If the work is not being carried on by day and by night and the Contractor shall request permission to work by night as well as by day, then, if the Engineer shall grant such permission, the Contractor shall not be entitled to any additional payment. All work at night shall be carried out without unreasonable noise and disturbance. The contractor shall indemnify the Employer from and against any claims or liability for damages on account of noise or other disturbance created while or in carrying out the work and from and against all claims, demands, proceedings, costs and expenses whatsoever in regard or in relation to such noise or other disturbance. The Contractor shall submit in triplicate to the Engineer at the end of each month signed copies of explanatory Drawings or any other material showing the progress of the Works.

45 LIQUIDATED DAMAGES FOR DELAY a) If the Contractor shall fail to complete the Works within the time for completion prescribed

in the Contract, or any extended time for completion in accordance with the Contract, then the Contractor shall pay to the Employer the sum specified in the Contract as liquidated damages, for the delay between the time prescribed in the Contract or the extended time for completion, as the case may be, and the date of substantial completion of the Works as stated in the Certificate of Substantial Completion, subject to the applicable limit stated in the Contract. The said sum shall be payable by the sole fact of the delay without the need for any previous notice or any legal proceedings, or proof of damage, which shall in all cases be considered as ascertained. The Employer may, without prejudice to any other method of recovery, deduct the amount of such liquidated damages from any monies in its hands due or which may become due to the Contractor. The payment or deduction of such damages shall not relieve the Contractor from his obligation to complete the Works or from any other of his obligations and liabilities under the Contract.

Page 205: INVITATION TO BID - UNDP | Procurement Notices

205

b) If, before the time for completion of the whole of the Works or of a Section of the Works, a Certificate of Substantial Completion has been issued for any part or Section of the Works, the liquidated damages for delay in completion of the remainder of the Works or of that Section may, for any period of delay after the date stated in such Certificate of Substantial Completion, and in the absence of alternative provisions in the Contract, be reduced in the proportion which the value of the part or Section so certified bears to the total value of the whole of the Works or Section, as applicable. The provisions of this Sub-Clause shall only apply to the rate of liquidated damages and shall not affect the limit thereof.

46 CERTIFICATE OF SUBSTANTIAL COMPLETION 46.1 Substantial Completion of the Works

When the whole of the Works have been substantially completed and have satisfactorily passed any test on completion prescribed by the Contract, the Contractor may give a notice to that effect to the Engineer accompanied by an undertaking to finish any outstanding work during the Defects Liability Period. Such notice and undertaking shall be in writing and shall be deemed to be a request by the Contractor, for the Engineer to issue a Certificate of Substantial Completion in respect of the Works. The Engineer shall, within twenty-one (21) days of the date of delivery of such notice either issue to the Contractor, with a copy to the Employer, a Certificate of Substantial Completion stating the date on which, in his opinion, the Works were substantially completed in accordance with the Contract or give instructions in writing to the Contractor specifying all the work which, in the Engineer's opinion, requires to be done by the Contractor before the issuance of such Certificate. The Engineer shall also notify the Contractor of any defects in the Works affecting substantial completion that may appear after such instructions and before completion of the work specified therein. The Contractor shall be entitled to receive such Certificate of Substantial Completion within twenty-one (21) days of completion, to the satisfaction of the Engineer, of the work so specified and making good any defect so notified. Upon issuance of the Certificate of Substantial Completion of the Works, the Contractor shall be deemed to have undertaken to complete with due expedition any outstanding work during the Defects Liability Period.

46.2 Substantial Completion of Sections or Parts of the Works

In accordance with the procedure in Sub-Clause (1) of this Clause and on the same conditions as provided therein, the Contractor may request the Engineer to issue, and the Engineer may issue, a Certificate of Substantial Completion in respect of any Section or part of the Works which has been substantially completed and has satisfactorily passed any tests on completion prescribed by the Contract, if:

a) a separate time for completion is provided in the Contract in respect of such Section or part

of the Works; b) such Section or part of the Works has been completed to the satisfaction of the Engineer and

is required by the Employer for his occupation or use.

Page 206: INVITATION TO BID - UNDP | Procurement Notices

206

Upon the issuance of such Certificate, the Contractor shall be deemed to have undertaken to complete any outstanding work during the Defects Liability Period.

47 DEFECTS LIABILITY 47.1 Defects Liability Period

The expression "Defects Liability Period" shall mean the period of twelve (12) months, calculated from the date of completion of the Works stated in the Certificate of Substantial Completion issued by the Engineer or, in respect of any Section or part of the Works for which a separate Certificate of Substantial Completion has been issued, from the date of completion of that Section or part as stated in the relevant Certificate. The expression "the Works" shall, in respect of the Defects Liability Period, be construed accordingly.

47.2 Completion of Outstanding Work and Remedying of Defects

During the Defects Liability Period, the Contractor shall finish the work, if any, outstanding at the date of the Certificate of Substantial Completion, and shall execute all such work of repair, amendment, reconstruction, rectification and making good defects, imperfections, shrinkages or other faults as may be required of the Contractor in writing by the Engineer during the Defects Liability Period and within fourteen (14) days after its expiration, as a result of an inspection made by or on behalf of the Engineer prior to expiration of the Defects Liability Period.

47.3 Cost of Execution of Work of Repair, etc.

All such outstanding work shall be carried out by the Contractor at his own expense if the necessity thereof shall, in the opinion of the Engineer, be due to the use of material or workmanship not in accordance with the Contract, or to neglect or failure on the part of the Contractor to comply with any obligation expressed or implied, on the Contractor's part under the Contract.

47.4 Remedy on Contractor's Failure to Carry Out Work Required

If the Contractor shall fail to do any such work outstanding on the Works, the Employer shall be entitled to employ and pay other persons to carry out the same, and all expenses consequent thereon or incidental thereto shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or which may become due to the Contractor.

47.5 Certificate of Final Completion

Upon satisfactory completion of the work outstanding on the Works, the Engineer shall within twenty eight (28) days of the expiration of the Defects Liability period issue a Certificate of Final Completion to the Contractor. The Contract shall be deemed to be

Page 207: INVITATION TO BID - UNDP | Procurement Notices

207

completed upon issuance of such Certificate, provided that the provisions of the Contract which remain unperformed and the Settlement of Disputes provision in the Contract shall remain in force for as long as is necessary to dispose of any outstanding matters or issues between the Parties.

48 ALTERATIONS, ADDITIONS AND OMISSIONS 1 VARIATIONS

The Engineer may within his powers introduce any variations to the form, type or quality of the Works or any part thereof which he considers necessary and for that purpose or if for any other reasons it shall, in his opinion be desirable, he shall have power to order the Contractor to do and the Contractor shall do any of the following:

(a) increase or decrease the quantity of any work under the Contract; (b) omit any such work; (c) change the character or quality or kind of any such work; (d) change the levels, lines, positions and dimensions of any part of the Works; (e) execute additional work of any kind necessary for the completion of the Works, and no such

variation shall in any way vitiate or invalidate the Contract. 2 Variations Increasing Cost of Contract or altering the Works.

The Engineer shall, however, obtain the written approval of the Employer before giving any order for any variations which may result in an increase of the Contract Price or in an essential alteration of the quantity, quality or character of the Works.

3 ORDERS FOR VARIATIONS TO BE IN WRITING

No variations shall be made by the Contractor without an order in writing from the Engineer. Variations requiring the written approval of the Employer under paragraph (2) of this Clause shall be made by the Contractor only upon written order from the Engineer accompanied by a copy of the Employer's approval. Provided that, subject to the provisions of the Contract, no order in writing shall be required for any increase or decrease in the quantity of any work where such increase or decrease is not the result of an order given under this Clause but is the result of the quantities exceeding or being less than those stated in the Bill of Quantities.

4 VALUATION OF VARIATIONS

The Engineer shall estimate to the Employer the amount to be added or deducted from the

Page 208: INVITATION TO BID - UNDP | Procurement Notices

208

Contract Price in respect of any variation, addition or omission. In the case of any variation, addition or omission which may result in an increase of the Contract Price, the Engineer shall communicate such estimate to the Employer together with his request for the Employer's written approval of such variation, addition or omission. The value of any variation, addition or omission shall be calculated on the basis of the unit prices contained in the Bill of Quantities.

49 PLANT, TEMPORARY WORKS AND MATERIALS 1 PLANT, ETC., EXCLUSIVE USE FOR THE WORKS

All Constructional Plant, Temporary Works and Materials provided by the Contractor shall, when brought on the Site, be deemed to be exclusively intended for the construction and completion of the Works and the Contractor shall not remove the same or any part thereof (save for the purpose of moving it from one part of the Site to another) without the consent in writing of the Engineer which shall not be unreasonably withheld.

2 Removal of Plant, etc.

Upon completion of the Works the Contractor shall remove from the Site all the said Constructional Plant and Temporary Works remaining thereon and any unused materials provided by the Contractor.

3 EMPLOYER NOT LIABLE FOR DAMAGE TO PLANT

The Employer shall not be at any time liable for the loss of any of the said Constructional plant, Temporary Works or Materials save if such loss results from the act or neglect of the Employer, its employees or agents.

4 OWNERSHIP OF PAID MATERIAL AND WORK

All material and work covered by payments made by the Employer to the Contractor shall thereupon become the sole property of the Employer, but this provision shall not be construed as relieving the Contractor from the sole responsibility for all material and work upon which payments have been made or the restoration of any damaged work or as waiving the right of the Employer to require the fulfillment of all of the terms of the Contract.

5 EQUIPMENT AND SUPPLIES FURNISHED BY EMPLOYER

Title to any equipment and supplies which may be furnished by the Employer shall rest with the Employer and any such equipment and supplies shall be returned to the Employer at the conclusion of the Contract or when no longer needed by the Contractor. Such equipment when returned to the Employer, shall be in the same condition as when delivered to the Contractor, subject to normal wear and tear.

Page 209: INVITATION TO BID - UNDP | Procurement Notices

209

50 APPROVAL OF MATERIALS ETC., NOT IMPLIED

The operation of Clause 49 hereof shall not be deemed to imply any approval by the Engineer of the materials or other matters referred to therein nor shall it prevent the rejection of any such materials at any time by the Engineer.

51 MEASUREMENT OF WORKS The Engineer shall, when he requires any part or parts of the Works to be measured, give

notice to the Contractor or the Contractor's authorized agent or representative who shall forthwith attend or send a qualified agent to assist the Engineer in making such measurement and shall furnish all particulars required by either of them. Should the Contractor not attend or neglect or omit to send such agent, then the measurement made by the Engineer or approved by him shall be taken to be the correct measurement of the work. The purpose of measuring is to ascertain the volume of work executed by the Contractor and therefore determine the amount of the monthly payments.

52 LIABILITY OF THE PARTIES 1 The Works shall not be considered as completed until a Certificate of Final Completion shall

have been signed by the Engineer and delivered to the Employer stating that the Works have been completed and that the Contractor has fulfilled all his obligations under Clause 47 to his satisfaction.

2 The Employer shall not be liable to the Contractor for any matter arising out of or in

connection with the Contract or the execution of the Works unless the Contractor shall have made a claim in writing in respect thereof before the giving of the Certificate of Final Completion and in accordance with the Contract.

3 UNFULFILLED OBLIGATIONS

Notwithstanding the issue of the Certificate of Final Completion, the Contractor shall remain liable for the fulfillment of any obligation incurred under the provisions of the Contract prior to the issuance of the Certificate of Final Completion and which remains unperformed at the time such Certificate is issued. For the purpose of determining the nature and extent of any such obligation the Contract shall be deemed to remain in force between the parties hereto.

4 CONTRACTOR RESPONSIBLE

Notwithstanding any other provisions in the Contract documents, the Contractor shall be totally responsible for and shall bear any and all risks of loss or damage to or failure of the

Page 210: INVITATION TO BID - UNDP | Procurement Notices

210

Works or any part thereof for a period of ten years after issuance of the Certificate of Final Completion, provided always that such risks, damage or failure result from acts, defaults and negligence of the Contractor, his agents, employees or workmen and such contractors.

53 AUTHORITIES 1 The Employer shall have the right to enter upon the Site and expel the Contractor therefrom

without thereby voiding the Contract or releasing the Contractor from any of his obligations or liabilities under the Contract or affecting the rights and powers conferred on the Employer and the Engineer by the Contract in any of the following cases:

(a) If the Contractor is declared bankrupt or claims bankruptcy or court protection against his

creditors or if the Contractor is a company or member of a company which was dissolved by legal action;

(b) If the Contractor makes arrangements with his creditors or agrees to carry out the Contract

under an inspection committee of his creditors; (c) If the Contractor withdraws from the Works or assigns the Contract to others in whole or in

part without the Employer's prior written approval; (d) If the Contractor fails to commence the Works or shows insufficient progress to the extent

which in the opinion of the Engineer will not enable him to meet the target completion date of the Works;

(e) If the Contractor suspends the progress of the Works without due cause for fifteen (15) days

after receiving from the Engineer written notice to proceed; (f) If the Contractor fails to comply with any of the Contract conditions or fails to fulfill his

obligations and does not remedy the cause of his failure within fifteen (15) days after being notified to do so in writing;

(g) If the Contractor is not executing the work in accordance with standards of workmanship

specified in the Contract; (h) If the Contractor gives or promises to give a present or loan or reward to any employee of the

Employer or of the Engineer.

Then the Employer may himself complete the Works or may employ any other contractor to complete the Works and the Employer or such other contractor may use for such completion so much of Constructional Plant, Temporary Works and Materials, which have been deemed to be reserved exclusively for the construction and completion of the Works under the provision of the Contract as he or they may think proper and the Employer may at any time sell any of the said Constructional Plant, Temporary Works and unused materials and apply the proceeds of sale in or towards the satisfaction of any sums due or which may become due

Page 211: INVITATION TO BID - UNDP | Procurement Notices

211

to him from the Contractor under the Contract. 2 EVALUATION AFTER RE-ENTRY

The Engineer shall as soon as may be practicable after any such entry and expulsion by the Employer notify the Contractor to attend the necessary evaluation of the Works. In the event that for any reason the Contractor does not attend such evaluation the Engineer shall undertake the said evaluation in the absence of the Contractor and shall issue a certificate stating the sum, if any, due to the Contractor for work done in accordance with the Contract up to the time of entry and expulsion by the Employer which has been reasonably accumulated to the Contractor in respect of the Works he has executed in such case in accordance with the Contract. The Engineer shall indicate the value of the materials whether unused or partially used and the value of construction equipment and any part of the Temporary Works.

3 PAYMENT AFTER RE-ENTRY

If the Employer shall enter and expel the Contractor under this Clause he shall not be liable to pay the Contractor any money on account of the Contract until the expiration of the Defects Liability Period, and thereafter until the costs of completion and making good any defects of the Works, damages for delay in completion (if any), and all other expenses incurred by the Employer have been ascertained and their amount certified by the Engineer. The Contractor shall then be entitled to receive only such sum or sums (if any) as the Engineer may certify would have been due to him upon due completion by him after deducting the said amount. But if such amount shall exceed the sum which would have been payable to the Contractor on due completion by him,, then the Contractor shall upon demand pay to the Employer the amount of such excess. The Employer in such case may recover this amount from any money due to the Contractor from the Employer without the need to resort to legal procedures.

54 URGENT REPAIRS

If by reason of any accident or failure or other event occurring to, in or in connection with the Works or any part thereof either during the execution of the Works or during the Defects Liability Period any remedial or other work or repair shall in the opinion of the Engineer be urgently necessary for security and the Contractor is unable or unwilling at once to do such work or repair, the Employer may by his own or other workmen do such work or repair as the Engineer may consider necessary. If the work or repair so done by the Employer is work which in the opinion of the Engineer the Contractor was liable to do at his own expense under the Contract, all costs and charges properly incurred by the Employer in so doing shall on demand be paid by the Contractor to the Employer or may be deducted by the Employer from any monies due or which may become due to the Contractor provided always that the Engineer shall as soon after the occurrence of any such emergency as may be reasonably practicable notify the Contractor thereof in writing.

Page 212: INVITATION TO BID - UNDP | Procurement Notices

212

55 INCREASE AND DECREASE OF COSTS

Except if otherwise provided by the Contract, no adjustment of the Contract Price shall be made in respect of fluctuations of market, prices of labour, materials, plant or equipment, neither due to fluctuation in interest rates nor devaluation or any other matters affecting the Works.

56 TAXATION

The Contractor shall be responsible for the payment of all charges and taxes in respect of income including value added tax, all in accordance with and subject to the provisions of the income tax laws and regulations in force and all amendments thereto. It is the Contractor's responsibility to make all the necessary inquiries in this respect and he shall be deemed to have satisfied himself regarding the application of all relevant tax laws.

57 BLASTING

The Contractor shall not use any explosives without the written permission of the Engineer who shall require that the Contractor has complied in full with the regulations in force regarding the use of explosives. However, the Contractor, before applying to obtain these explosives, has to provide well arranged storage facilities. The Engineer's approval or refusal to permit the use of explosives shall not constitute ground for claims by the Contractor.

58 MACHINERY

The Contractor shall be responsible for coordinating the manufacture, delivery, erection and commissioning of plant machinery and equipment which are to form a part of the Works. He shall place all necessary orders as soon as possible after the signing of the Contract. These orders and their acceptance shall be produced to the Engineer on request. The Contractor shall also be responsible for ensuring that all sub-contractors adhere to such programs as are agreed and are needed to ensure completion of the Works within the period for completion. Should any sub-contracted works be delayed, the Contractor shall initiate the necessary action to speed up such completion. This shall not prejudice the Employer's right to exercise his remedies for delay in accordance with the Contract.

59 TEMPORARY WORKS AND REINSTATEMENT

The Contractor shall provide and maintain all temporary roads and tracks necessary for movement of plant and materials and clear same away at completion and make good all

Page 213: INVITATION TO BID - UNDP | Procurement Notices

213

works damaged or disturbed. The Contractor shall submit drawings and full particulars of all Temporary Works to the Engineer before commencing same. The Engineer may require modifications to be made if he considers them to be insufficient and the Contractor shall give effect to such modifications but shall not be relieved of his responsibilities. The Contractor shall provide and maintain weather-proof sheds for storage of material pertinent to the Works both for his own use and for the use of the Employer and clear same away at the completion of the Works. The Contractor shall divert as required, at his own cost and subject to the approval of the Engineer, all public utilities encountered during the progress of the Works, except those specially indicated on the drawings as being included in the Contract. Where diversions of services are not required in connection with the Works, the Contractor shall uphold, maintain and keep the same in working order in existing locations. The Contractor shall make good, at his own expense, all damage to telephone, telegraph and electric cable or wires, sewers, water or other pipes and other services, except where the Public Authority or Private Party owning or responsible for the same elects to make good the damage. The costs incurred in so doing shall be paid by the Contractor to the Public Authority or Private Party on demand.

60 PHOTOGRAPHS AND ADVERTISING

The Contractor shall not publish any photographs of the Works or allow the Works to be used in any form of advertising whatsoever without the prior approval in writing from the Employer.

61 PREVENTION OF CORRUPTION

The Employer shall be entitled to cancel the Contract and to recover from the Contractor the amount of any loss resulting from such cancellation, if the Contractor has offered or given any person any gift or consideration of any kind as an inducement or reward for doing or intending to do any action in relation to the obtaining or the execution of the Contract or any other contract with the Employer or for showing or intending to show favour or disfavour to any person in relation to the Contract or any other contract with the Employer, if the like acts shall have been done by any persons employed by him or acting on his behalf whether with or without the knowledge of the Contractor in relation to this or any other Contract with the Employer.

62 DATE FALLING ON HOLIDAY

Where under the terms of the Contract any act is to be done or any period is to expire upon a certain day and that day or that period fall on a day of rest or recognized holiday, the Contract shall have effect as if the act were to be done or the period to expire upon the working day following such day.

Page 214: INVITATION TO BID - UNDP | Procurement Notices

214

63 NOTICES 1 Unless otherwise expressly specified, any notice, consent, approval, certificate or

determination by any person for which provision is made in the Contract Documents shall be in writing. Any such notice, consent, approval, certificate or determination to be given or made by the Employer, the Contractor or the Engineer shall not be

2 unreasonably withheld or delayed. 3 Any notice, certificate or instruction to be given to the Contractor by the Engineer or the

Employer under the terms of the Contract shall be sent by post, cable, telex or facsimile at the Contractor's principal place of business specified in the Contract or such other address as the Contractor shall nominate in writing for that purpose, or by

4 delivering the same at the said address against an authorized signature certifying the receipt. 5 Any notice to be given to the Employer under the terms of the Contract shall be sent by post,

cable, telex or facsimile at the Employer's address specified in the Contract, or by delivering the same at the said address against an authorized signature certifying the receipt.

6 Any notice to be given to the Engineer under the terms of this Contract shall be sent by post,

cable, telex or facsimile at the Engineer's address specified in the Contract, or by delivering the same at the said address against an authorized signature certifying the receipt.

64 LANGUAGE, WEIGHTS AND MEASURES

Except as may be otherwise specified in the Contract, English shall be used by the Contractor in all written communications to the Employer or the Engineer with respect to the services to be rendered and with respect to all documents procured or prepared by the Contractor pertaining to the Works. The metric system of weights and measures shall be used in all instances.

65 RECORDS, ACCOUNTS, INFORMATION AND AUDIT

The Contractor shall maintain accurate and systematic records and accounts in respect of the work performed under this Contract. The Contractor shall furnish, compile or make available at all times to the UNDP any records or information, oral or written, which the UNDP may reasonably request in respect of the Works or the Contractor's performance thereof. The Contractor shall allow the UNDP or its authorized agents to inspect and audit such records or information upon reasonable notice.

Page 215: INVITATION TO BID - UNDP | Procurement Notices

215

66 FORCE MAJEURE

Force majeure as used herein means Acts of God, war (whether declared or not), invasion, revolution, insurrection or other acts or events of a similar nature or force.

In the event of and as soon as possible after the occurrence of any cause constituting force majeure, the Contractor shall give notice and full particulars in writing to the UNDP and to the Engineer of such force majeure if the Contractor is thereby rendered unable, wholly or in part, to perform its obligations and meet its responsibilities under this Contract. Subject to acceptance by the UNDP of the existence of such force majeure, which acceptance shall not be unreasonably withheld, the following provisions shall apply:

(a) The obligations and responsibilities of the Contractor under this Contract shall be suspended

to the extent of his inability to perform them and for as long as such inability continues. During such suspension and in respect of work suspended, the Contractor shall be reimbursed by the UNDP substantiated costs of maintenance of the Contractor's equipment and of per diem of the Contractor's permanent personnel rendered idle by such suspension;

(b) The Contractor shall within fifteen (15) days of the notice to the UNDP of the occurrence of

the force majeure submit a statement to the UNDP of estimated costs referred to in sub-paragraph (a) above during the period of suspension followed by a complete statement of actual expenditures within thirty (30) days after the end of the

(c) suspension; (d) The term of this Contract shall be extended for a period equal to the period of suspension

taking however into account any special condition which may cause the additional time for completion of the Works to be different from the period of suspension;

(e) If the Contractor is rendered permanently unable, wholly or in part, by reason of force

majeure, to perform his obligations and meet his responsibilities under the Contract, the UNDP shall have the right to terminate the Contract on the same terms and conditions as provided for in Clause 68 of these General Conditions, except that the period of notice shall be seven (7) days instead of fourteen (14) days, and

(f) For the purpose of the preceding sub-paragraph, the UNDP may consider the Contractor

permanently unable to perform in case of any suspension period of more than ninety (90) days.

67 SUSPENSION BY THE UNDP

The UNDP may by written notice to the Contractor suspend for a specified period, in whole or in part, payments to the Contractor and/or the Contractor's obligation to continue to perform the Works under this Contract, if in the UNDP' sole discretion:

Page 216: INVITATION TO BID - UNDP | Procurement Notices

216

(a) any conditions arise which interfere, or threaten to interfere with the successful execution of the Works or the accomplishment of the purpose thereof, or

(b) the Contractor shall have failed, in whole or in part, to perform any of the terms and

conditions of this Contract.

After suspension under sub-paragraph (a) above, the Contractor shall be entitled to reimbursement by the UNDP of such costs as shall have been duly incurred in accordance with this Contract prior to the commencement of the period of such suspension. The term of this Contract may be extended by the UNDP for a period equal to any period of suspension, taking into account any special conditions which may cause the additional time for completion of the Works to be different from the period of suspension.

68 TERMINATION BY THE UNDP

The UNDP may, notwithstanding any suspension under Clause 67 above, terminate this Contract for cause or convenience in the interest of the UNDP upon not less than fourteen (14) days written notice to the Contractor. Upon termination of this Contract:

(a) The Contractor shall take immediate steps to terminate his performance of the Contract in a

prompt and orderly manner and to reduce losses and to keep further expenditures to a minimum, and

(b) The Contractor shall be entitled (unless such termination has been occasioned by the

Contractor's breach of this Contract), to be paid for the part of the Works satisfactorily completed and for the materials and equipment properly delivered to the Site as of the date of termination for incorporation to the Works, plus substantiated costs resulting from commitments entered into prior to the date of termination as well as any reasonable substantiated direct costs incurred by the Contractor as a result of the termination, but shall not be entitled to receive any other or further payment or damages.

69 TERMINATION BY THE CONTRACTOR

In the case of any alleged breach by the UNDP of the Contract or in any other situation which the Contractor reasonably considers to entitle him to terminate his performance of the Contract, the Contractor shall promptly give written notice to the UNDP detailing the nature and the circumstances of the breach or other situation. Upon acknowledgement in writing by the UNDP of the existence of such breach and the UNDP' inability to remedy it, or upon failure of the UNDP to respond to such notice within twenty (20) days of receipt thereof, the Contractor shall be entitled to terminate this Contract by giving 30 days written notice thereof. In the event of disagreement between the Parties as to the existence of such breach

Page 217: INVITATION TO BID - UNDP | Procurement Notices

217

or other situation referred to above, the matter shall be resolved in accordance with Clause 71 of these General Conditions. Upon termination of this Contract under this Clause the provisions of sub-paragraph (b) of Clause 68 hereof shall apply.

70 RIGHTS AND REMEDIES OF THE UNDP

Nothing in or relating to this Contract shall be deemed to prejudice or constitute a waiver of any other rights or remedies of the UNDP. The UNDP shall not be liable for any consequences of, or claim based upon, any act or omission on the part of the Government.

71 SETTLEMENT OF DISPUTES In the case of any claim, controversy or dispute arising out of, or in connection with this Contract or any breach thereof, the following procedure for resolution of such claim, controversy or dispute shall apply. 1 NOTIFICATION

The aggrieved party shall immediately notify the other party in writing of the nature of the alleged claim, controversy or dispute, not later than seven (7) days from awareness of the existence thereof.

2 CONSULTATION

On receipt of the notification provided above, the representatives of the Parties shall start consultations with a view to reaching an amicable resolution of the claim, controversy or dispute without causing interruption of the Works.

3 CONCILIATION

Where the representatives of the Parties are unable to reach such an amicable settlement, either party may request the submission of the matter to conciliation in accordance with the UNCITRAL Rules of Conciliation then obtaining.

4 ARBITRATION

Any claim, controversy or dispute which is not settled as provided under clauses 71.1 through 3 above shall be referred to arbitration in accordance with the UNCITRAL Arbitration Rules then obtaining. The Parties shall be bound by the arbitration award

Page 218: INVITATION TO BID - UNDP | Procurement Notices

218

rendered in accordance with such arbitration as the final adjudication of any such controversy or claim.

72 PRIVILEGES AND IMMUNITIES

Nothing in or relating to this Contract shall be deemed a waiver of any of the privileges and immunities of the United Nations of which the UNDP is an integral part.

73 SECURITY

The Contractor shall: (a) put in place an appropriate security plan and maintain the security plan, taking into

account the security situation in the country where the services are being provided; (b) assume all risks and liabilities related to the Contractor’s security, and the full

implementation of the security plan. UNDP reserves the right to verify whether such a plan is in place, and to suggest modifications to the plan when necessary. Failure to maintain and implement an appropriate security plan as required hereunder shall be deemed a breach of this contract. Notwithstanding the foregoing, the Contractor shall remain solely responsible for the security of its personnel and for UNDP’s property in its custody as set forth in paragraph 4.1 above.

74 AUDIT AND INVESTIGATIONS Each invoice paid by UNDP shall be subject to a post-payment audit by auditors, whether internal or external, of UNDP or the authorized agents of the UNDP at any time during the term of the Contract and for a period of three (3) years following the expiration or prior termination of the Contract. The UNDP shall be entitled to a refund from the Contractor for any amounts shown by such audits to have been paid by the UNDP other than in accordance with the terms and conditions of the Contract. Should the audit determine that any funds paid by UNDP have not been used as per contract clauses, the company shall reimburse such funds forthwith. Where the company fails to reimburse such funds, UNDP reserves the right to seek recovery and/or to take any other action as it deems necessary.

The Contractor acknowledges and agrees that, at anytime, UNDP may conduct investigations relating to any aspect of the Contract, the obligations performed under the Contract, and the operations of the Contractor generally. The right of UNDP to conduct an investigation and the Contractor’s obligation to comply with such an investigation shall not lapse upon expiration or prior termination of the Contract. The Contractor shall provide its

Page 219: INVITATION TO BID - UNDP | Procurement Notices

219

full and timely cooperation with any such inspections, post-payment audits or investigations. Such cooperation shall include, but shall not be limited to, the Contractor’s obligation to make available its personnel and any documentation for such purposes and to grant to UNDP access to the Contractor’s premises. The Contractor shall require its agents, including, but not limited to, the Contractor’s attorneys, accountants or other advisers, to reasonably cooperate with any inspections, post-payment audits or investigations carried out by UNDP hereunder. 75 ANTI-TERRORISM

The Contractor agrees to undertake all reasonable efforts to ensure that none of the UNDP funds received under this Contract are used to provide support to individuals or entities associated with terrorism and that the recipients of any amounts provided by UNDP hereunder do not appear on the list maintained by the Security Council Committee established pursuant to resolution 1267 (1999). The list can be accessed via http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. This provision must be included in all sub-contracts or sub-agreements entered into under this Contract.

Page 220: INVITATION TO BID - UNDP | Procurement Notices

220

Section 12- Projects and Drawings

Projects and drawings in each lot is provided in below links; LOT 1: Rehabilitation of the Livestock Market in Selim District and Construction of Livestock Market in Sarıkamış District of Kars Province https://drive.google.com/open?id=0B6p0fbJgL1CbRVpMZm43SkhHVkk LOT 2: Rehabilitation of the Livestock Market in Hanak District and Construction of Livestock Market in Posof District of Ardahan Province https://drive.google.com/open?id=0B6p0fbJgL1CbRGJzQ3ZFTFVhWjA LOT 3: Construction of Livestock Market in Ardanuç District of Artvin province https://drive.google.com/open?id=0B6p0fbJgL1CbUU5hcVBELXZvUEk