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
|