About the author

admin

October 6, 2016 |

Government of the People’s Republic of Bangladesh

Government of the People’s Republic of Bangladesh
Office of the Project Director
Construction of Single Line Dual Gauge Railway Track from Dohazari to Cox’s Bazar via Ramu and Ramu to Gundum near Myanmar Bangladesh Railway.

Invitation for Bids

Date: 3 October 2016

Loan No. and Title: 46452-BAN: SASEC Chittagong-Cox's Bazar Railway Project, Phase 1

Contract No. and Title: BR/PD/DCP/ADB/ICB/2016/ WD1: LOT 1/LOT 2
WD1: Construction of new Dual Gauge Single Railway Line from
Dohazari to Cox’s Bazar via Ramu (LOT 1/LOT 2)
LOT 1: Dohazari to Chakaria [Ch (-) 2+000 Km to Ch 50+400 Km] including Signaling and
Telecommunication for entire Dohazari to Cox’s Bazar via Ramu section.
LOT 2: Chakaria to Cox’s Bazar via Ramu (Ch 50+400 to Ch 101+477 Km) including Cox’s
Bazar Station Building.

Deadline for Submission of Bids: 28 November 2016, at 11:00 am (Bangladesh local time)

1. The People’s Republic of Bangladesh (“the Borrower”) has applied for financing from the Asian Development Bank (ADB) towards the cost South Asia Subregional Economic Cooperation (SASEC) Chittagong-Cox’s Bazar Railway Project, Phase 1. Part of this financing will be used for payments under the contract named above. Bidding is open to qualified Bidders from eligible ADB member countries.

2. Bangladesh Railway (“the Employer”) invites sealed Bids from eligible Bidders for the construction and completion of WD1: Construction of new Dual Gauge Single Railway Line from Dohazari to Cox’s Bazar via Ramu, Lot
1 and Lot 2 (“the Works”) which includes, but is not limited to the following: (i) Railway embankment; (ii) Track; (iii)
Bridges and Culverts; (iv) Stations and Buildings; (v) Signalling and Telecommunications; (vi) Ancillary Works; and (vii) Environmental Safeguards. Time for completion of the Works from the Commencement Date will be 36 months.

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB’s Single-Stage: Two- Envelope Bidding Procedure.

4. Interested eligible Bidders may obtain further information from the following office and inspect the Bidding document during normal office hours (from 9:00 am to 5:00 pm local time) on all working days:

Attention: Project Director
Street Address: 16, Abdul Gani Road
Floor/Room number: 6th Floor/727
City: Dhaka
ZIP Code: 1000
Country: Bangladesh
Mobile: +880 1711691063
Electronic mail address: [email protected]

5. To purchase the Bidding Document in English, eligible Bidders should:

  • Write to address above requesting the Bidding Document for WD1: Construction of new Dual GaugeSingle Railway Line from Dohazari to Cox’s Bazar via Ramu, Lot 1 and/or Lot 2.
  • Pay a non-refundable fee of BDT 39,000 or US$ 500. The mode of payment will be cash or a Pay Order, in favor of Financial Advisor and Chief Accounts Officer (Project), Bangladesh Railway, Dhaka,
    Bangladesh.

6. Deliver your Bid:

  • to the address above
  • on or before the deadline: Date: 28 November 2016, Time: 11:00 am (Bangladesh Local Time)
  • together with a Bid Security as described in the Bidding Document.

Technical Bids will be opened immediately after the deadline for Bid submission in the presence of Bidders’
representatives who choose to attend.

9. A Pre-Bid Meeting will be held on 25 October, 2016 at 11:00 am (Bangladesh Local Time) at Room no. 631, Rail Bhaban, 16, abdul Gani Road, Dhaka.

10 The Invitation for Bids (IFB) is available in the websites of Bangladesh Railway (BR), Central Procurement Technical Unit (CPTU), and Asian Development Bank (ADB) at www.railway.gov.bd, www.cptu.gov.bd and www.adb.org respectively.

September 13, 2016 |

N.T. A. – Metropolitan Mass Transit System

N.T.A Metropolitan Mass Transit System Ltd. (“NTA”) is a government-owned company, appointed by the Government of Israel to promote the Tel Aviv Metropolitan Mass Transit System. N.T.A hereby invites proposal for the provision of Instrumentation, Installation and Monitoring Services for the Tel Aviv Metropolitan Mass Transit System - theTurkish Alignment, as set out in the Tender Documents. 

 

August 1, 2016 |

R34211 Purchase of 1025 Subway Cars

RFQ#: R34211

DUE DATE: 10/18/16

TITLE: R34211 Purchase of 1025 Subway Cars

DESC: The Metropolitan Transportation Authority, acting by the New York City Transit Authority (NYCT), is issuing a Request For Proposals (RFP) for Solicitation Number R34211 for the purchase of 1025 Subway cars as follows: A base order of 285 cars comprised of 10 open gangway cars (R211T) for the NYCT “B” Division, 75 cars for the Staten Island Railway (R211S) & 200 cars for the NYCT “B” Division (R211A). In addition there will be an option for 740 R211T or R211A cars for the NYCT “B” Division. There will also be an additional option for up to 520 Cars for the NYCT “B” Division. The Contractor will provide all design, engineering, testing, manufacturing, delivery, warranty, training, spare parts, tools, diagnostics test equipment & other services necessary. This contract will contain Federal funds.

A Pre-Proposal Conference will take place on September 8, 2016 at 10AM, location to be determined. Proposals from responsible proposers will be evaluated with respect to the evaluation criteria set forth in the RFP, which are summarized below. Please consult the RFP for a complete description of the evaluation criteria.

Evaluation Criteria:
1) Technical Proposal & Overall Technical Qualifications: Technical features of the Proposal; experience of the Proposer/Suppliers/Subcontractors; demonstrated capability to make or improve on delivery of cars based on Contract delivery schedule; evaluation of major subsystems; systems integration experience; management approach; system support; quality assurance; & a U.S. Employment Plan.
2) Overall Project Cost & Financial Benefit to the Authority
3) Other Relevant Matters.

All inquiries should be addressed as follows:
Marian Murray, ACPO, MTA New York City Transit, 2 Broadway, Rm D19.83, New York, NY 10004, Ph: (646) 252 – 6040, E-mail:
[email protected]. The release date of the RFP is 7/22/16 & may be obtained on or after that date by going to the website http://web.mta.info/nyct/procure/rfppage.htm

July 18, 2016 |

ARTC Expression of Interest

 

ARTC

Expression of Interest (EOI)

Resourcing of the 10 Year National Rail Grinding Program

The Australian Rail Track Corporation (ARTC) plays a critical role in the transport supply chain and in the overall economic development of Australia.  We manage and operate over 8,500 km’s of track in New South Wales, Victoria, South Australia, Western Australia and Queensland, making us Australia’s largest rail network maintainer.

ARTC invites suppliers to formally submit an expression of interest to tender for the supply of equipment and/or services to provide production plain line rail grinding on our national Interstate and Hunter Valley heavy-haul rail networks, commencing in July 2019.

The program involves completing on average 4,500 pass km’s per annum, utilising a large production grinder capable of removing a minimum of 18 square millimetres at 15km/hr in a single pass with full head coverage including sustainable grinding uphill on grades of up to 1:30.

ARTC will be seeking options from prospective tenderers in the following manner:

Option 1 – Supply Only

The tenderer is to supply to ARTC a plain line, high production grinder which meets or exceeds the technical specifications to be provided.

The grinder may be operated by ARTC or a third party. ARTC may decide to investigate the option of tendering the operation and maintenance of its purchased grinder separately.

Option 2 – Supply, Operate and Maintain

The tenderer is to supply to ARTC a plain line, high production grinder which meets or exceeds the technical specifications to be provided. ARTC at all times retains ownership of the grinder.

The tenderer is to operate and maintain the ARTC owned grinder to manufacturer’s specifications in a safe and efficient manner for a 10 year period.

Option 3 – Fully Contracted Service

The tenderer is to supply its own, new build grinder, which meets or exceeds the specifications to be provided. This grinder will be the property of the tenderer.

The contracted rail grinding services will be for a 10 year period commencing 1 July 2019.

The tenderer is to operate and maintain their rail grinder according to the manufacturer’s specifications.

All plant, equipment and services to be provided by the tenderer must meet the safety, technical and commercial requirements nominated by ARTC including relevant Australian Standards for the railway operating environment which will be detailed in the final tender documents.

Interested parties are invited to contact David Knee, Contracts Manager Enterprise Services via email at: [email protected] for further information and access to the full EOI documentation.

ARTC will, at its sole discretion, invite formal documented Expressions of Interest and subsequent tenders from selected contractors. 

Sign up for the IRJ Rail Brief Newsletter