4
INVITATION FOR TENDERS (IFT) MINISTRY OF DEFENCE TENDER FOR INFORMATION AND COMMUNICATION TECHNOLOGY SYSTEMS (ICTS) OF BLOCKS 06 AND 07 DEFENCE HEADQUARTERS COMPLEX AT AKUREGODA CONTRACT NO: DHQC/ICT67/2016/01 1. The Chairman, Standing Cabinet Appointed Procurement Committee (SCAPC), of the Ministry of Defence now invites sealed tenders from eligible and qualified tenderers for Information and Communication Technology Systems (ICTS) of Blocks 06 and 07, Proposed Defence Headquarters Complex at Akuregoda Road, Pelawatta, Battaramulla, Sri Lanka and as described below and estimated to cost LKR 440 Million. The work consists of Design, supply, installation, configuration and maintenance of all the works in Local Area Network Switches and PABX System (LANS & PABX), Network Operating Center (NOC), CCTV IP Surveillance System (CCTV/IPSS), Door Access Control System (DACS), Public Address and Pipe Music System (PAPMS), IP Television System (IPTVS), Master Clock System (MCS) and Integrated Building Management System (IBMS) of Blocks 06 and 07 of Defence Headquarters Complex at Akuregoda, Sri Lanka. 2. The Construction period is 365 Days. 3. Tendering will be conducted through International competitive Tendering Procedure under single stage two envelope method. The applicable Conditions of Contract for this Tender will be Plant and Design-Build of FIDIC Conditions of Contract. However agreed conditions shall govern Sri Lankan Procurement Guideline. 4. To be eligible for the contract award, the successful Tenderer shall not have been blacklisted. Sri Lankan Tenderers shall have Institute for Construction Training and Development (ICTAD) Grading EM1 in the specialty of Electrical & Mechanical services under subspecialist area on Telecommunication and Security Systems, Public Address Systems and Pipe Music Systems (ELV).Foreign tenderes shall possess proven track record of 10 years or more experience in the field of Information and Communication Technology in multi-storey buildings. Documentary evidence to support foreign Tenderers' experience and track record shall be established with the Tender. 5. Minimum Qualifications requirements to qualify for contract award shall be, Qualification Requirement Sri Lankan Domestic Tenderer Foreign Tenderer (i) Average annual turnover value of works successfully performed in last five years. LKR 500 million per year US$ 10 million per year

INVITATION FOR TENDERS (IFT) MINISTRY OF … · (ICTAD) Grading EM1 in the ... Cabinet Appointed Procurement Committee, C/o Chief Accountant, Chief Accountant's office (Ground floor)

Embed Size (px)

Citation preview

INVITATION FOR TENDERS (IFT)

MINISTRY OF DEFENCE

TENDER FOR INFORMATION AND COMMUNICATION TECHNOLOGY

SYSTEMS (ICTS) OF BLOCKS 06 AND 07

DEFENCE HEADQUARTERS COMPLEX AT AKUREGODA

CONTRACT NO: DHQC/ICT67/2016/01

1. The Chairman, Standing Cabinet Appointed Procurement Committee (SCAPC), of

the Ministry of Defence now invites sealed tenders from eligible and qualified tenderers for

Information and Communication Technology Systems (ICTS) of Blocks 06 and 07,

Proposed Defence Headquarters Complex at Akuregoda Road, Pelawatta,

Battaramulla, Sri Lanka and as described below and estimated to cost LKR 440 Million.

The work consists of Design, supply, installation, configuration and maintenance of all

the works in Local Area Network Switches and PABX System (LANS & PABX),

Network Operating Center (NOC), CCTV IP Surveillance System (CCTV/IPSS),

Door Access Control System (DACS), Public Address and Pipe Music System

(PAPMS), IP Television System (IPTVS), Master Clock System (MCS) and Integrated

Building Management System (IBMS) of Blocks 06 and 07 of Defence Headquarters

Complex at Akuregoda, Sri Lanka.

2. The Construction period is 365 Days.

3. Tendering will be conducted through International competitive Tendering Procedure under

single stage two envelope method. The applicable Conditions of Contract for this Tender will be Plant and Design-Build of FIDIC Conditions of Contract. However agreed conditions shall govern Sri Lankan Procurement Guideline.

4. To be eligible for the contract award, the successful Tenderer shall not have been blacklisted. Sri Lankan Tenderers shall have Institute for Construction Training and Development (ICTAD) Grading EM1 in the specialty of Electrical & Mechanical services under subspecialist area on Telecommunication and Security Systems, Public Address Systems and Pipe Music Systems (ELV).Foreign tenderes shall possess proven track record of 10 years or more experience in the field of Information and Communication Technology in multi-storey buildings. Documentary evidence to support foreign Tenderers' experience and track record shall be established with the Tender.

5. Minimum Qualifications requirements to qualify for contract award shall be,

Qualification Requirement Sri Lankan Domestic

Tenderer

Foreign Tenderer

(i) Average annual turnover

value of works successfully

performed in last five years.

LKR 500 million

per year

US$ 10 million

per year

(ii) Experience in Design, Supply

and Installation within last 3

years. (2013,2014,and 2015)

At least 3

Information and

Communication

Technology

projects

successfully

completed within

last 3 years out of

which at least one

project shall be of

value not less than

LKR 100 million

At least 3

Information and

Communication

Technology

projects

successfully

completed within

last 3 years out of

which at least one

project shall be of

value not less than

US$ 2.0 million

(iii) The minimum amount of

liquid assets and /or credit

facilities (after setting apart

for other contractual

commitments) and exclusive

of any advance payment

which may be made under this

Contract.

not less than LKR

100 million

not less than

US$2.0 million

(iv) All the brands/makes shall

have minimum of three (03)

years’ service history in Sri

Lanka or 10 years

internationally.

Compulsory Compulsory

(v) All brands and models in the

Tender shall have product

life time (End of Life) of 5

years beyond from the date

of handing over (Shall

produce written evidence

from manufacturers).

Compulsory

Compulsory

(vi) Availability of local office or

locally registered agent in Sri

Lanka for the maintenance

services of supplied systems

during its service period and

this office should have been in

service during last 3 years.

Compulsory Compulsory

(vii) OEM needs to have a 24x7

local or international

Technical Assistance/Help

Centre

Compulsory Compulsory

6. Interested tenderers may obtain further information from, The Chairman, Standing

Cabinet Appointed Procurement Committee, C/o Chief Accountant, Chief

Accountant's office (Ground floor) , Ministry of Defence, No.15/5, Baladaksha

Mawatha, Colombo 03, Sri Lanka and inspect the tender documents free of charge at

the same address from 16 May 2016 until 27 June 2016 from 0900 hrs to 1500 hrs during working days.

7. A complete set of Tender Documents in English language may be purchased by interested Tenderers on the submission of a written application to The Chairman, Standing Cabinet Appointed Procurement Committee, C/o Chief Accountant, Chief Accountant's office (Ground floor) , Ministry of Defence, No.15/5, Baladaksha Mawatha, Colombo 03, Sri Lanka from16 May 2016 until 27 June 2016 from 0900 hrs to 1500 hrs during a working day upon payment of a non-refundable fee of Rupees 25,000/=. The method of payment will be in Cash/Bank draft in favour of The Chairman, Standing Cabinet Appointed Procurement Committee, C/o Chief Accountant, Chief Accountant's office (Ground floor) , Ministry of Defence, No.15/5, Baladaksha Mawatha, Colombo 03, Sri Lanka A site visit will be arranged on 14 June 2016 and Pre-Tender meeting will be held at

1000 hrs on 14 June 2016 at the site of Defence Headquarters Complex at Akuregoda.

8. Tender documents for foreign Tenderers will be issued through the Sri Lankan foreign

mission abroad embassies.

9. Tenders shall be delivered to the address below or shall be deposited in the tender box placed

at the below address on or before 10.00.hrs on 28 June 2016. Late tenders will be rejected.

Tenders will be opened soon after closing in the presence of the tenderers’ representatives

who choose to attend.

10. All tenders shall be accompanied by a Tender-Security, of Eight Million Sri Lankan

Rupees (LKR 8,000,000.00) or an equivalent amount in a freely convertible currency

obtained from a bank operating in Sri Lanka approved by the Central Bank of Sri Lanka.

Tender Security issued by a bank operating overseas is acceptable provided the Tender

Security or bank guarantee is confirmed by a bank operating in Sri Lanka approved by

Central Bank of Sri Lanka. This Tender Security shall be in the form of an unconditional,

on demand bond and shall be valid till November 22, 2016 (147 days) after the Tender

opening. Tender shall remain valid for 119 days after opening of the tender.

11. Bidders are advised to inform in writing , to chief accountant , Ministry of defence, the Name and the NIC/Passport number of the individual who is participating at the bid opening at least prior to three (03) working days of bid opening.

12. If any Tenderer wishes to submit tenders for several packages related to Electrical and Mechanical services of this project, the Tenderer shall establish the qualification/eligibility criteria required under each package separately, if not the Tenderer will not be qualified for the award of more than one tender.

The address referred to above item 9 is:

The Chairman, Standing Cabinet Appointed Procurement Committee (SCAPC),

C/o, Chief Accountant,

Chief Accountant's office (Ground floor),

Ministry of Defence,

No.15/5, Baladaksha Mawatha,

Colombo 03, Sri Lanka

Tel : 0094-011-2439381/0094-011-2390719

Fax : 0094-011-2390720

E-mail : [email protected]