投标邀请函
日期:2024年11月13日
项目名称:法国开发署贷款腾冲市大盈江流域生态保护和修复示范项目第三包:河道综合治理和生态修复
投标邀请编号:0733-24092316
1. 腾冲市水务局已从法国开发署(“法开署”)获得一笔贷款,用于支付法国开发署贷款腾冲市大盈江流域生态保护和修复示范项目的费用。并计划将其中的一部分贷款用于支付第三包:河道综合治理和生态修复合同项下的合格支出。
2. 腾冲市水务局现邀请合格投标人就第三包:河道综合治理和生态修复(“工程”)的施工和竣工进行密封投标。
3. 有兴趣的合格投标人可在在2024年11月13日至11月27日每天上午9:30-11:30,下午13:30-16:30(北京时间)(周末及节假日除外)从中信国际招标有限公司(地址:北京市朝阳区东三环中路59号楼18层1817室)获取更多关于招标文件的信息并查阅招标文件。
4. 有兴趣的投标人可在向上述地址提交书面申请并支付人民币6000元的不可退还费用后购买整套招标文件的英文版。招标文件以英文版为准,中文版仅供参考。付款方式为现金或直接汇款至我公司账户(账户名称:中信国际招标有限公司;银行名称:中信银行北京三元桥支行;账号:8110701013102383606)。招标文件将采用邮寄的方式寄送。对于邮寄过程中的文件丢失或迟到,业主和采购代理机构均不承担任何责任。
5. 投标人须知和合同通用条款中的规定是法国开发署“标准招标文件-工程采购”中的规定。
6. 所有投标文件应于2025年1月3日上午10:00(北京时间)之前递交到北京市朝阳区东三环中路59号楼16层1603会议室。迟交的投标文件将被拒绝。投标人可派代表参加开标。开标时间为2025年1月3日上午10:00(北京时间)。投标文件必须包括投标保证金,投标保证金的金额为人民币3,500,000.00元或等值欧元。
7. 投标人须满足下列资格要求,详细信息在招标文件中提供:
7.1 历史合同违约情况
(1)近5年投标人未因违约而被终止合同。
(2)所有未决诉讼总额不得超过投标人净资产的100%,所有未决的诉讼按照投标人败诉统计。
7.2 财务状况和业绩
(1)投标人除应做出其他相关承诺外,还应证明其能获得或有足够的流动资产、无产权负担的不动产、信贷额度和其他财务手段(非任何合同预付款),能够满足针对标的合同的预计为人民币1760万元或等值欧元的施工现金流要求。
(2)投标人还应证明其有足够的资金来源,以满足当前正在进行的工程和未来合同承诺的现金流要求,并使业主满意。
(3)投标人应提交过去三(3)年(即2021年至2023年)经审计的资债表或者(如果投标人所在国的法律类未作出要求)业主可接受的其他财务报表,而且此类文件必须说明投标人的财务状况在当前表现良好。如果满足以下四(4)个标准中的至少两(2)个标准,则投标人的财务状况将被视为良好:
a) 最近三(3)年的平均的息税折旧摊销前利润(EBITDA)> 0;
b) 最近三(3)年的总权益(净值)> 0;
c) 最近三(3)年的平均流动资金比率> 1((流动资产)/(流动负债)> 1);
d) 最近三(3)年的平均负债率<6((金融负债总额)/(EBITDA)<6)。
(4)最近3年(2021-2023)的最低年平均营业额不少于人民币1亿元或等值欧元。
7.3 业绩经验和资质证书要求
(1)最近5年(自2019年1月1日至投标文件递交截止时间),至少在施工合同中担任总包商、联合体成员、分包商或管理承包商的经验(以合同签订时间为准)。
(2)在过去5年里(自2019年1月1日至投标文件递交截止时间,以合同签署时间为准),作为主承包商、联合体成员、管理承包商或分包商已令人满意地承担过至少1个相似的水利建设工程合同(其中应包含河道治理工程),且每个合同金额不少于人民币1亿元或等值欧元(附中标通知书、合同、业主单位联系人和电话)。相似包括工程规模、复杂程度、施工方法或技术以及第七章所要求的其它特征。
(3)投标人近5年(2019年1月1日至投标文件递交截止时间,以合同签署时间为准)应至少承担过1个国际金融组织或外国政府贷款项目。
(4)投标人应至少具备水利水电工程施工总承包壹级或以上资质。
7.4 环境、社会、健康和安全要求
(1)提供有效的质量管理证书ISO 9001、环境管理证书ISO 14001、健康和安全管理证书ISO 45001或国际公认的同等证书(等效性由投标人证明)。
(2)业主认可的国内有效的ESHS项目区域管理的政策和程序。
(3)过去5年中(自2019年1月1日至投标文件递交截止时间),实施过2个工程建设相关的合同,其中ESHS实施办法令人满意并符合国际标准。
(4)内部有负责ESHS事项的专职人员:环境和社会经理或健康和安全经理。
7.5 主要人员要求
项目经理应满足以下资质要求:
(1)具备建设行政主管部门核发的有效的一级注册建造师执业资格证书;如适用,国外投标人应具有同等级别的证书;
(2)具有建设行政主管部门颁发的安全生产考核合格证书(B证),如适用,国外投标人应具有同等级别的书;
(3)无在建工程(须在投标文件中附承诺,格式自拟);
(4)须出具投标人任命书;
(5)工作年限:十年。
其他详细资格要求请见招标文件。
8. 联系方式:
业 主:腾冲市水务局
地 址:云南省保山市腾冲市西源街道观音塘社区滨河小区17号
邮 编:679199
电 话:0875-5135462
联 系 人:许茂兴
邮 箱:tcshzb@126.com
采购代理机构:中信国际招标有限公司
地 址:北京市朝阳区东三环中路59号楼18层1817室
邮 编:100022
电 话:010-87945198-510
联 系 人:郭欣悦
邮 箱:guoxy@ck.citic.com
Invitation for Bids
Date: November 13, 2024
Project Name: Ecological conservation and restoration of the Daying river and its watershed in Tengchong, Yunnan Province, Lot 3: Civil Works of Comprehensive River Treatment and Ecological Restoration
IFB No: 0733-24092316
1. Tengchong Water Authority has received funds from Agence Française de Développement ("AFD") towards the cost of the Project of Ecological conservation and restoration of the Daying river and its watershed in Tengchong,Yunnan Province. It is intended that part of the proceeds of these funds will be applied to eligible payments under the contract for Lot 3: Civil Works of Comprehensive River Treatment and Ecological Restoration.
2. Tengchong Water Authority now invites sealed Bids from eligible Bidders for the construction and completion of Lot 3: Civil Works of Comprehensive River Treatment and Ecological Restoration ("the Works").
3. Interested eligible bidders may obtain further information from and inspect the Bidding Documents at the Office of CITIC International Tendering Co., Ltd.(address: Room 1817, 18th Floor, Building 59, East Third Ring Middle Road, Chaoyang District, Beijing) and inspect the Bidding Documents between the hours of 9:30am-11:30am & 13:30pm-16:30pm (Beijing Time) daily from November 13, 2024 to November 27, 2024 (except weekends and holidays).
4. A complete set of Bidding Documents(English Version) may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of CNY 6000. The English version of the bidding documents shall prevail, and the Chinese version is for reference only. The payment method is cash or direct transfer to our bank account (Account Name: CITIC International Tendering Co., Ltd., Bank Name: CITIC Bank, Beijing Sanyuanqiao Branch, Account NO.: 8110701013102383606). The bidding documents will be sent by mail. The employer and the Procurement Agent shall not be held responsible for any documents lost or delayed during the mailing process.
5. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of AFD's Standard Bidding Documents: Procurement of Works.
6. Bids must be delivered to the address below: Meeting Room 1603 on 16/F, No. 59, East Third Ring Middle Road, Chaoyang District, Beijing before 10:00 a.m. (Beijing Time) on January 3, 2025 and must be accompanied by a bid security of CNY 3,500,000.00 or the equivalent in Euro. Late Bids will be rejected. Bidders may send representatives to attend the bid opening. The bids will be opened at 10:00 a.m. on January 3 , 2025 (Beijing Time).
7. Bidders must meet the following qualification requirements, detailed information provided in the bidding documents:
7.1 History of contract breaches
(1) The Bidder has not any contracts terminated due to breaches in the past 5 years.
(2) The total amount of all pending litigation shall not exceed 100% of the Bidder’s net assets, and
all pending litigation shall be counted against the bidder in case of losses.
7.2 Financial situation and performance
(1) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as CNY 17,600,000.00 or the equivalent in Euro for the subject contract(s) net of the Bidder’s other commitments.
(2) The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments.
(3) The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (3) years (2021-2023) shall be submitted and must demonstrate the current soundness of the Bidder’s financial position. The Bidder’s financial position will be deemed sound if at least two (2) of the following four (4) criteria are met:
a) Average earnings before interest, taxes, depreciation, and amortization (EBITDA) for the last three (3) years > 0;
b) Total equity (net worth) for the last three (3) years > 0;
c) Average liquidity ratio for the last three (3) years > 1 ((Current assets) / (Current liabilities) > 1);
d) Average indebtedness ratio for the last three (3) years < 6 ((Total financial liabilities) / (EBITDA) < 6).
(4) Minimum average annual turnover of CNY 100,000,000.00 or the equivalent in Euro for the last 3 years(2021-2023).
7.3 Performance experience and qualification requirements
(1) Experience under construction contracts in the role of prime contractor, JV member, subcontractor, or management contractor for at least the last 5 years, starting from 1st January 2019 to the bid submission deadline (Based on the date of contract signing).
(2) A minimum number of similar contracts specified below that have been satisfactorily and undertake as a prime contractor, joint venture member, management contractor or subcontractor for the last 5 years (from 1st January 2019 to the bid submission deadline, subject to the date of contract signing): 1 similar water conservancy construction project contract (which should include river treatment works), each with the contract amount of not less than CNY 100,000,000.00 or the equivalent in Euro (Provide the Notification of the Contract Award, contract, contact person and telephone number of the Employer).
The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VII.
(3) In the recent 5 years (from January 1, 2019 to the bid submission deadline, subject to the date of contract signing), the Bidder shall have undertaken at least one(1) international financial organization or foreign government loan project.
(4) The Bidder shall have at least Grade I Qualification for General Contracting of Hydraulic and Hydroelectric Engineering Construction or above.
7.4 Environmental, Social, Health and Safety (ESHS) requirements
(1) The Bidder shall provide the valid Quality Management Certificate ISO 9001, Environmental Management Certificate ISO 14001, and Health and Safety Management Certificate ISO 45001, or the internationally recognized equivalent certificates (equivalency to be proven by the Bidder).
(2) Availability of in house policies and procedures acceptable to the Employer for ESHS management.
(3) Experience of two (2) construction contracts over the last 5 years (from 1st January 2019 to the bid submission deadline), where major ESHS measures were carried out or are on progress satisfactorily and in compliance with international standards.
(4) The Bidder shall have dedicated personnel responsible for ESHS issues: Environmental and Social Manager, or Health an Safety Manager.
7.5 Major Personnel Requirements
The Project Manager shall meet the following qualification requirements:
(1) a valid First-level Registered Constructor Qualification Certificate issued by the construction administrative department; if applicable, foreign Bidders should have equivalent certificates of the same level;
(2) a valid Safety Production Assessment Certificate (Certificate B) issued by the construction administrative department; if applicable, foreign Bidders should have equivalent certificates of the same level;
(3) not working as the project manager for other project(s) under construction (provide the Letter of Commitment of No Project Under Construction; no uniform requirement for the format of the Letter);
(4) a Letter of Appointment issued by the Bidder;
(5) has 10 or more years of working experience.
Additional details are provided in the Bidding Documents.
8. Contact information:
Employer: Tengchong Water Authority
Address: 17 Binhe Community, Guanyintang, Xiyuan Street, Tengchong, Baoshan, Yunnan
ZIP code: 679199
Telephone: 0875-5135462
Contact people: XU Maoxing
E-mail address: tcshzb@126.com
Procurement Agent: CITIC International Tendering Co., Ltd.
Address: Room 1817, 18/F, No. 59, East Third Ring Middle Road, Chaoyang District, Beijing
ZIP code: 100022
Telephone: 010-87945198-510
Contact people: GUO Xinyue
E-mail address: guoxy@ck.citic.com