沙特阿拉伯发展基金贷款安徽省华阳河湖群湿地生态环境保护与可持续发展项目黄湖大桥(坝)改造工程施工中标候选人公示

2018-11-15   机电产品招标投标电子交易平台
  

(一)中标候选人排序、名称、投标报价、质量、工期(交货期),以及评标情况;

20181016日,评标委员会根据招标文件及评标办法的规定,对所有投标人的投标文件进行了评审,推荐中标候选人如下:

On Oct 16, 2018, according to the Bidding Document and the Bid Evaluation Method, the Bid Evaluation Committee evaluated all bids and proposed the successful candidates as follows:

第一中标候选人,中交第四公路工程局有限公司,投标报价人民币370,668,888元,质量优良,工期30个月。

Rank 1st successful candidate, CCCC Fourth Highway Engineering Co., Ltd, Bid Price: CNY 370,668,888Quality: good, Time for Completion: 30 months.

第二中标候选人,中铁二十四局集团有限公司,投标报价人民币362,013,470元,质量合格,工期30个月。

Rank 2nd successful candidate, China Railway 24th Bureau Group Co., Ltd, Bid Price: CNY 362,013,470Quality: qualified, Time for Completion: 30 months.

第三中标候选人,中交第二公路工程局有限公司,投标报价人民币370,198,094.96元,质量合格,工期30个月。

Rank 3rd successful candidate, CCCC Second Highway Engineering Co., Ltd, Bid Price: CNY 370,198,094.96Quality: qualified, Time for Completion: 30 months.

(二)中标候选人按照招标文件要求承诺的项目经理姓名及其相关证书名称和编号;

第一中标候选人,中交第四公路工程局有限公司,项目经理姓名:李平,一级注册建造师,证书编号:京111111324419

Rank 1st successful candidate, CCCC Fourth Highway Engineering Co., Ltd, Project Manager: Mr. Li Ping, Level One Register Constructor, Registered No.: Jing 111111324419.

第二中标候选人,中铁二十四局集团有限公司,项目经理姓名:苟小明,一级注册建造师,证书编号:赣136060802339

Rank 2nd successful candidate, China Railway 24th Bureau Group Co., Ltd, Project Manager: Mr. Gou Xiaoming, Level One Register Constructor, Registered No.: Gan 136060802339.

第三中标候选人,中交第二公路工程局有限公司,项目经理姓名:巩涛,一级注册建造师,证书编号:陕161050802580

Rank 3rd successful candidate, CCCC Second Highway Engineering Co., Ltd, Project Manager: Mr. Gong Tao, Level One Register Constructor, Registered No.: Shan 161050802580.

(三)中标候选人响应招标文件要求的资格能力条件;

第一中标候选人,中交第四公路工程局有限公司:1)具有独立法人资格,且同时具备建设行政主管部门核发的公路工程施工总承包壹级及以上资质,并具有有效的安全生产许可证,该中标候选人满足要求;(2)过去三年(2015-2017)中施工年平均营业额至少应为10亿元人民币或等值外币,该中标候选人满足要求;(3)过去三年(2015-2017)年均净资产额至少应为2.5亿元人民币或等值外币,该中标候选人满足要求;(4)投标人近5年(201311日至投标截止日)至少完成过一个新建(或改建)一级及以上标准公路工程(需含有特大桥)业绩,且单项合同金额不得少于2亿元人民币(含2亿元人民币)或等值外币,该中标候选人满足要求;(5)投标人拟派本项目项目经理须具有公路工程专业一级注册建造师资格,具备有效的交通部门颁发的安全生产考核合格证书(B类),该中标候选人满足要求;(6)拟派本项目项目技术负责人须具有公路桥梁类高级职称,具备有效的交通部门颁发的安全生产考核合格证书(B类),该中标候选人满足要求;本项目不允许联合体投标,该中标候选人满足要求。

第一中标候选人业绩:北沿江高速公路滁州至马鞍山段路基工程CM-06标段。

第一中标候选人项目经理业绩:昌久大道(九江境内)一级公路工程桥梁工程(二次招标)B3标段。

Rank 1st successful candidate, CCCC Fourth Highway Engineering Co., Ltd: (1) with an independent legal entity and the qualification of level one or above of the construction general contracting for road construction issued by the construction administrative department, and with an valid safety production license, satisfied; (2) the average annual construction turnover of the past three years (2015-2017) should be at least CNY 1 billion or equivalent, satisfied; (3) the annual net assets of the past three years (2015-2017) should be at least CNY 250 million or equivalent, satisfied; (4) the bidders shall have completed at least one of new (or reconstruction) grade one road projects or above (shall include super major bridges) in the past 5 years (from January 1, 2013 to the deadline for bid submission), and contract amount shall not be less than CNY 200 million (including) or equivalent, satisfied;(5) the project manager of the bidder should have the qualification of the level one registered constructor of road construction, and have valid safety production assessment certificate (Class B) issued by transportation department, satisfied; (6) The technical director of the project should have the senior title of road or bridge, and have valid safety production assessment certificate (Class B) issued by transportation department, satisfied; Joint Venture is not allowed, satisfied.

Construction Experience of rank 1st successful candidate: lot CM-06, subgrade construction under Beiyanjiang highway construction (from Chuzhou to Maanshan).

Construction Experience of project manager of rank 1st successful candidate: lot B3, Bridge construction (re-tendering) under grade one road construction of Changjiu Road (within Jiujiang territory).

第二中标候选人,中铁二十四局集团有限公司:1)具有独立法人资格,且同时具备建设行政主管部门核发的公路工程施工总承包壹级及以上资质,并具有有效的安全生产许可证,该中标候选人满足要求;(2)过去三年(2015-2017)中施工年平均营业额至少应为10亿元人民币或等值外币,该中标候选人满足要求;(3)过去三年(2015-2017)年均净资产额至少应为2.5亿元人民币或等值外币,该中标候选人满足要求;(4)投标人近5年(201311日至投标截止日)至少完成过一个新建(或改建)一级及以上标准公路工程(需含有特大桥)业绩,且单项合同金额不得少于2亿元人民币(含2亿元人民币)或等值外币,该中标候选人满足要求;(5)投标人拟派本项目项目经理须具有公路工程专业一级注册建造师资格,具备有效的交通部门颁发的安全生产考核合格证书(B类),该中标候选人满足要求;(6)拟派本项目项目技术负责人须具有公路桥梁类高级职称,具备有效的交通部门颁发的安全生产考核合格证书(B类),该中标候选人满足要求;本项目不允许联合体投标,该中标候选人满足要求。

第二中标候选人业绩:山西省黎城(冀晋界)至长治公路改扩建工程LJ3标段。

第二中标候选人项目经理业绩:山西省黎城(冀晋界)至长治公路改扩建工程LJ3标段。

Rank 2nd successful candidate, China Railway 24th Bureau Group Co., Ltd: (1) with an independent legal entity and the qualification of level one or above of the construction general contracting for road construction issued by the construction administrative department, and with an valid safety production license, satisfied; (2) the average annual construction turnover of the past three years (2015-2017) should be at least CNY 1 billion or equivalent, satisfied; (3) the annual net assets of the past three years (2015-2017) should be at least CNY 250 million or equivalent, satisfied; (4) the bidders shall have completed at least one of new (or reconstruction) grade one road projects or above (shall include super major bridges) in the past 5 years (from January 1, 2013 to the deadline for bid submission), and contract amount shall not be less than CNY 200 million (including) or equivalent, satisfied;(5) the project manager of the bidder should have the qualification of the level one registered constructor of road construction, and have valid safety production assessment certificate (Class B) issued by transportation department, satisfied; (6) The technical director of the project should have the senior title of road or bridge, and have valid safety production assessment certificate (Class B) issued by transportation department, satisfied; Joint Venture is not allowed, satisfied.

Construction Experience of rank 2nd successful candidate: lot LJ3, reformation and extension construction under road from Licheng (Ji & Jin border) to Changzhi.

Construction Experience of project manager of rank 2nd successful candidate: lot LJ3, reformation and extension construction under road from Licheng (Ji & Jin border) to Changzhi.

第三中标候选人,中交第二公路工程局有限公司:1)具有独立法人资格,且同时具备建设行政主管部门核发的公路工程施工总承包壹级及以上资质,并具有有效的安全生产许可证,该中标候选人满足要求;(2)过去三年(2015-2017)中施工年平均营业额至少应为10亿元人民币或等值外币,该中标候选人满足要求;(3)过去三年(2015-2017)年均净资产额至少应为2.5亿元人民币或等值外币,该中标候选人满足要求;(4)投标人近5年(201311日至投标截止日)至少完成过一个新建(或改建)一级及以上标准公路工程(需含有特大桥)业绩,且单项合同金额不得少于2亿元人民币(含2亿元人民币)或等值外币,该中标候选人满足要求;(5)投标人拟派本项目项目经理须具有公路工程专业一级注册建造师资格,具备有效的交通部门颁发的安全生产考核合格证书(B类),该中标候选人满足要求;(6)拟派本项目项目技术负责人须具有公路桥梁类高级职称,具备有效的交通部门颁发的安全生产考核合格证书(B类),该中标候选人满足要求;本项目不允许联合体投标,该中标候选人满足要求。

第三中标候选人业绩:麻城至竹溪高速公路襄阳东段项目MZTJ-2标段;

第三中标候选人项目经理业绩:芜湖长江公路二桥引桥及接线土建工程施工F-3标段。

Rank 3rd successful candidate, CCCC Second Highway Engineering Co., Ltd: (1) with an independent legal entity and the qualification of level one or above of the construction general contracting for road construction issued by the construction administrative department, and with an valid safety production license, satisfied; (2) the average annual construction turnover of the past three years (2015-2017) should be at least CNY 1 billion or equivalent, satisfied; (3) the annual net assets of the past three years (2015-2017) should be at least CNY 250 million or equivalent, satisfied; (4) the bidders shall have completed at least one of new (or reconstruction) grade one road projects or above (shall include super major bridges) in the past 5 years (from January 1, 2013 to the deadline for bid submission), and contract amount shall not be less than CNY 200 million (including) or equivalent, satisfied;(5) the project manager of the bidder should have the qualification of the level one registered constructor of road construction, and have valid safety production assessment certificate (Class B) issued by transportation department, satisfied; (6) The technical director of the project should have the senior title of road or bridge, and have valid safety production assessment certificate (Class B) issued by transportation department, satisfied; Joint Venture is not allowed, satisfied.

Construction Experience of rank 3rd successful candidate: lot MZTJ-2, Xiangyang east section of highway construction (from Macheng to Zhuxi).

Construction Experience of project manager of rank 3rd successful candidate: lot F-3, Civil works construction of approach bridge and connection under Wuhu No.2 Bridge of the Changjiang River road.

(四)提出异议的渠道和方式;

公示开始时间:20181115日,公示结束时间:201811191700分(北京时间)。

Public notice period from Nov 15, 2018 to 17:00(Beijing Time) Nov 19, 2018.

 

若投标人对上述结果有异议,可在公示期内,以书面形式向招标人或招标代理机构提出。

The bidder who has objection to above-mentioned result can submit its written objection to the Employer or the Tender Agency during the public notice period.

招标人:宿松县林业局

招标代理机构:五矿国际招标有限责任公司

电话:0556-7814812010-88821705

The Employer: Susong Forestry Bureau

The Tender Agency: Minmetals International Tendering Co., Ltd

Tel.: 0556-7814812 or 010-88821705

 

若投标人对异议答复不满意的,可在规定时间内以书面形式向宿松县公共资源交易监督管理局监督股提出投诉,联系电话:0556-7870231

The bidder who is not satisfied with the reply of objection, can submit its written complaint to supervision division of Susong Public Resources Trade Administration Bureau, Tel No.: 0556-7870231.

 

Note

<1>异议和投诉均应当有明确的请求和必要的证明材料,猜测式、怀疑式的异议和投诉将不被接受。

Objection and complaint shall be submitted with clear request and necessary evidence. Conjectured, doubtful objection and complaint will not be accepted.

 

<2>异议和投诉的相关请求均应当由项目授权委托人持法定代表人签署的授权委托书及有效二代居民身份证(或法定代表人持法定代表人身份证明书及有效二代居民身份证)递交,否则,将不予受理。

Request of objection and complaint shall be submitted by authorized representative along with Power of Attorney by legal representative and his/her Resident Identification Card (or legal representative along with his/her Position Statement and Resident Identification Card). Otherwise, such objection and complaint will not be accepted.

 

<3>异议和投诉的相关请求与证明材料须一次性书面提出并加盖投标人单位公章,否则,将不予受理。

Written request of objection and complaint along with its evidence shall be submitted in one time and stamped by the bidder’s official stamp. Otherwise, such objection and complaint will not be accepted.

 

<4>虚假和恶意异议或投诉,经查实后,将依法依规给予严肃处理。

False, malicious objection and complaint submitted will be dealt with seriously in accordance with the laws and regulations.

 

(五)监督部门

本招标项目的监督部门为宿松县公共资源交易管理局。

(六)联系方式

人:宿松县林业局

址:安徽省安庆市宿松县孚玉东路

人:张胜华

话:86-556-7814812

电子邮件:823700052@qq.com

招标代理机构:五矿国际招标有限责任公司

址: 中国北京市海淀区三里河路5 号五矿大厦D216-1

人: 曾增、李文铎

话: 86-10-88821705

电子邮件: zengz@minmetals.com

公告附件:沙特阿拉伯发展基金贷款安徽省华阳河湖群湿地生态环境保护与可持续发展项目黄湖大桥(坝)改造工程施工中标候选人公示.pdf