Arz Ve Ses Ve Görüntü Ekipmanları Montajı Alımı

İhale No 167863
Sektör Elektrik, Elektromekanik İşleri Donanım, Yapım ve Bakım
İdare İSTANBUL VALİLİĞİ İPKB İstanbul Proje Koordinasyon Birimi
İhale Tipi Mal Alımı
İhale Usulü Açık İhale
İhale İli İstanbul
İşin İli İstanbul
Yayın Tarihi 8 Ağustos 2012
İhale Tarihi 25 Eylül 2012 14:00

Temel

1.500 / 1 yıl
(KDV Hariç...)
  • Kamu İhaleleri
  • E-İhaleler
  • İlanlı, İlansız Tüm İhaleler
  • Doğrudan Temin İhaleleri
  • Sınırsız İhale Takibi
  • Sınırsız İhale Alarmı
  • Günlük İhale Raporu

Kurumsal

3.000 / 1 yıl
(KDV Hariç...)
  • Temel Paket Dahil
  • AB İhaleleri
  • İhale Sonuçları
  • Kazanan Firmalar
  • İhale Arşivi
  • KİK Kararları
  • Yasaklı Firma Sorgulama


INVITATION FOR BIDS (IFB)
İstanbul İl Özel İdaresi İstanbul Proje Koordinasyon Biriminden:
August, 2012
TURKEY
ISTANBUL SEISMIC RISK MITIGATION AND PREPAREDNESS (ISMEP) PROJECT
Procurement of Supply and Installation of Audio and Video Equipment
for
HASDAL Command and Control Centre
Loan Number: 4784-TU
ISMEP-GA2.7
 
1. This Invitation for Bids (IFB) follows the General Procurement Notice (GPN) for this project that appeared in UNDB online on 23 February 2006
2. In order to prepare Istanbul for a potential earthquake the Republic of Turkey has received a Loan from the International Bank for Reconstruction and Development toward the cost of the Istanbul Seismic Risk Mitigation and Emergency Preparedness Project (ISMEP) and it intends to apply part of the proceeds of this Loan to payments under the Contract resulting from this IFB: ISMEP-GA2.7.
3. Istanbul Project Coordination Unit (IPCU) serves as the implementing agency for the Project and now invites sealed bids from eligible bidders for the supply and installation of power amplifiers, speaker systems, mixer systems, conference systems, recording systems, simultaneous interpretation systems, special lighting systems, audio and video automation systems, technological desk systems, broadcast systems, intercom systems, display systems, IPTV systems and photo cameras for LOT-1 and video conference systems for LOT-2.
A bidder can bid for one or more Lots. The bids will be evaluated lot-wise. The bidders are expected to bid for all items in a Lot. Partial bids will not be accepted and will be declared as non responsive. Bids will be evaluated for all items in a Lot together and contract will be awarded to the bidder offering the lowest evaluated total cost of all items in a Lot provided that its offer meets the technical specifications and substantially responsive. If no technically responsive bids are received for all items in a Lot but the bids are substantially responsive in other aspects, the Purchaser reserves the right to evaluate all substantially responsive items in these Lots item by item basis and award the contracts on item basis.             
4. Bidding will be conducted using the International Competitive Bidding (ICB) procedures specified in the World Bank’s Guidelines: Procurement under IBRD Loans and IDA Credits, edition of May 2004 and revised in October 2006 and May 2010, and is open to all Bidders eligible as defined in these Guidelines, that meet the following minimum qualification criteria:
a) Technical Capacity and Experience
Lot 1:
(i) The Bidder shall operate in the Information Technology or Audio and Video Sector.
(ii) During the past five (5) years, the Bidders must have successfully completed at least one (1) similar contract for the supply, installation and testing services of Audio and Video systems with similar functional/technical characteristics given in the Technical Requirements in Section VI of the Bidding Documents for LOT 1.
(iii) The Bidder must show evidence that it will be able to provide continued representation/ legal services in Turkey providing the sufficient technical support for the proposed equipments from within Istanbul.
Lot 2:
(i) The Bidder shall operate in the Information Technology or Audio and Video Sector.
(ii) During the past five (5) years, the Bidders must have successfully completed at least one (1) similar contract for the supply, installation and testing services of Video Conference System with similar functional/technical characteristics given in the Technical Requirements in Section VI of the Bidding Documents for LOT 2.
(iii) The Bidder must show evidence that it will be able to provide continued representation/ legal services in Turkey providing the sufficient technical support for the proposed equipments from within Istanbul.
 
b) Financial Capability
Lot 1:
(i) The average annual turnover of the Bidder must exceed EURO 4 Million (fourmillion Euro) or an equivalent amount in a freely convertible currency during last three (3) years.
(ii) The Bidder shall furnish documentary evidence that the bidder has access to, or has available, liquid assets, lines of credit, and other financial means to successfully perform the contract, in an amount not less than EURO 500,000 (fivehundredthousand Euro) or an equivalent amount in a freely convertible currency.
 
Lot 2:
(i) The average annual turnover of the Bidder must exceed EURO 1 Million (one million Euro) or an equivalent amount in a freely convertible currency during last three (3) years.
(ii) The Bidder shall furnish documentary evidence that the bidder has access to, or has available, liquid assets, lines of credit, and other financial means to successfully perform the contract, in an amount not less than EURO 200,000 (twohundredthousand Euro) or an equivalent amount in a freely convertible currency.
- The Bidders may establish Joint Ventures (JV) to enhance their capabilities. All joint venture partners shall operate in the Information Technology or Audio and Video Sector. Joint Ventures (JV) must meet the above qualification requirements for Lot-1 and Lot-2 collectively as the details provided in the bidding documents.
- The Bidders, who will submit bid for both lots, shall furnish documentary evidence to demonstrate that it meets the minimum qualification criteria specified above for each lot separately. In order to be qualified for both Lots, the bidder shall demonstrate that it meets the aggregate of the requirements for Lot 1 and Lot 2.
- If a bidder is evaluated as the lowest evaluated responsive bidder for two lots but does not meet the post-qualification criteria for both lots with regard to the post-qualification, bids will be evaluated simultaneously so as to determine the bid or combination of bids offering the lowest evaluated cost to the Purchaser. The Purchaser will have authority to decide on the Lot for awarding contract offering the lowest evaluated solution at the Purchaser’s opinion and reject the remaining lot.
5. Interested eligible Bidders may obtain further information from IPCU and inspect the bidding documents at the address given below from 9:00 a.m to 5:00 p.m. (Turkey time).
6. A complete set of bidding documents in English may be purchased by interested Bidders on submission of a written application to the address below and upon payment of a nonrefundable fee of 250 TL or in 100 Euro. The method of payment will be direct deposit to bank account numbers are as follows:
 
TL Account:
Vakıfbank Mercan Branch Istanbul,
IBAN Number: TR31 0001 5001 5800 7286 1036 53                                              
 
EURO Account:
Vakıfbank Mercan Branch Istanbul,
IBAN Number: TR91 0001 5001 5804 8000 3946 63                                                          
 
The document will be sent by certified mail.
7. Bids must be delivered to the address below at or before September 25, 2012 at 14:00 hrs (Turkey time). Bids need to be secured by a Bid Security. The amount of Bid Security required is: 120.000 (One hundred and twenty thousand) TL or an equivalent amount in a freely convertible currency for LOT-1 and 40.000 (Forty thousand) TL or an equivalent amount in a freely convertible currency for LOT-2 separately. Late bids will be rejected. Bids will be opened in the presence of Bidders’ representatives who choose to attend at the address below at September 25, 2012 at 14:00 hrs (Turkey time).
8. The attention of prospective Bidders is drawn to (i) the fact that they will be required to certify in their bids that all software is either covered by a valid license or was produced by the Bidder and (ii) that violations are considered fraud, which can result in ineligibility to be awarded World Bank-financed contracts.
 
ADDRESS FOR OBTAINING FURTHER INFORMATION:
K Gökhan ELGİN - Director
Istanbul Project Coordination Unit
M. Kemalettin Mah. Tiyatro Cad. No: 8 34126
Beyazıt-Fatih
İSTANBUL - TURKEY
                                                                                                                                   
Tel: +90.212.5185500
Fax: +90.212.5185505
e-mail: info@ipkb.gov.tr
                                                                                                                                   
ADDRESS FOR BID SUBMISSION AND BID OPENING:
Istanbul Project Coordination Unit
Satınalma Birimi (Department of Procurement Unit)
M. Kemalettin Mah. Tiyatro Cad. No: 8  34126
Beyazıt-Fatih
İSTANBUL - TURKEY

Temel

500 / 1 yıl
  • EKAP İhaleleri
  • Kurum İhaleleri
  • Doğrudan Teminler
  • İhale Alarmı - Sınırsız
  • İhale Takip - Sınırsız
  • Çoklu Rapor Alıcısı
  • Mobil Uygulama

Kurumsal

1000 / 1 yıl
  • EKAP İhaleleri
  • Kurum İhaleleri
  • Doğrudan Teminler
  • İhale Alarmı - Sınırsız
  • İhale Takip - Sınırsız
  • Çoklu Rapor Alıcısı
  • Mobil Uygulama
  • +
  • İhale Sonuç İlanları
  • İlansız İhale Sonuçları
  • Sonuç Alarmları
  • KİK Kararları
  • Firma ve Rakip Analizleri
  • Müşteriler, İş Bitirme Bilgileri, Kırım Oranları
  • İhale Öncesi Olası Rakipler
  • İdare Analizleri
  • Bütçe Tahminleri
  • Yüklenicileri
  • Yaklaşık Maliyet Analizleri
  • Sektör Analizleri
  • Sektördeki Öncü Firmalar
  • İş Dağılımları
  • Pazar Araştırmaları
  • Üst Yüklenici ve Alt Yüklenici Araştırması
  • Rakip/Firma – İdare – Sektör Özel Takibi
  • Haftalık İstihbarat Raporu (PDF)