invitation for tenders (ift) ministry of … · (ictad) grading em1 in the ... cabinet appointed...
TRANSCRIPT
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]