中德财政合作兰州市城市轨道交通2号线一期工程(主变电站及外电源工程)公告关键词:铁路阅读:552
内容来源:中国通用招标网
内容来源:https://www.china-tender.com.cn/zbhw/18549.jhtml
系统自动AI发布,如有侵权,请联系客服进行删除,QQ:724495525或724495525#qq.com,#替换成@
People’s Republic of China 中华人民共和国
Lanzhou Rail Transit Co., Ltd.
兰州市轨道交通有限公司
INVITATION FOR BIDS
投标邀请书
Date of this Invitation 本邀请日期
30 April,2021 2021年4月30日
Loan No. and Title 贷款好和名称
Loan Agreement no. 29505, dated 18 December 2019, Lanzhou Urban Rail Transit Line 2Phase I (BMZ No.: 202083947) 贷款协议号29505,签署日期2019年12月18日, 兰州市城市轨道交通2号线一期工程 (BMZ No.: 202083947)
ICB No. and Title ICB编号和名称
0702- 2150CITC1197/06 Lanzhou Urban Rail Transit Line 2 Phase I Package Six:Main Substation and External Power Line Engineering 0702- 2150CITC1197/06 兰州市城市轨道交通2号线一期 第六包采购招标文件(主变电站及外电源工程)
KfW Procurement No. KfW采购编号
[505904] 【505904】
Bidding Document available for Purchase 招标文件购买日期
From 30 April, 2021 to 11 June,2021 (Beijing Time) 自2021年4月30 日至2021年6月11日(北京时间)
Deadline for BidSubmission 投标文件递交截止时间
15 June, 2021, 9:30 a.m.(Beijing Time) 2021年6月15 日上午 9:30(北京时间)
The Lanzhou Rail Transit Co., Ltd. has receiveda loan from the KreditanstaltfürWiederaufbau (hereinafter referred to as “KfW”) toward the cost of theLanzhou Urban Rail Transit Line 2Phase I(hereinafter referred to as “the Project”) under the Loan Agreement dated 18 December 2019 (hereinafter referred to as “the Loan”),and intends to apply part of the proceeds toward payments under the Contract for which this Invitation for Bids is issued. Disbursement of the Loan by KfW will be subject in all respects to the terms and conditions of the Loan Agreement. No party other than Lanzhou Rail Transit Co., Ltd. shall derive any rights from the Loan Agreement or have any right to the Loan proceeds. 兰州市轨道交通有限公司已收到KreditanstaltfürWiederaufbau(以下简称“KfW”)根据2019年12月18日的贷款协议(以下简称“贷款”)为兰州市城市轨道交通2号线一期工程(以下简称“项目”)提供的贷款,并打算将部分资金用于支付本投标邀请书所针对的合同项下的款项。除兰州市轨道交通有限公司外,任何一方均不得从《贷款协议》获得任何权利或对贷款收益享有任何权利。
KfW requires that Bidders and Contractors, as well as Borrowers and Employers, under Contracts funded with KfW Loan observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, KfW: KfW要求由KfW贷款资助的合同下的投标人和承包商以及借款人在采购和执行此类合同期间遵守最高道德标准。根据这一政策,KfW: i) will reject a proposal for award if it determines that the Bidder recommended for awardhasengagedincorruptorfraudulentpracticesincompetingforthe Contract in question; 如果确定被推荐中标的投标人在竞争有关合同时有腐败或欺诈行为,将拒绝其中标建议; ii) willrecognizeaContractorasineligible,foraperioddeterminedbyKfW,tobe awarded a Contract funded with KfW Loan if it at any times determines that the Contractor has engaged in corrupt or fraudulent practices in competing for, or in executing, another contract funded by KfW. 如果在任何时候确定承包商在竞争或执行另一份由KfW出资的合同时有腐败或欺诈行为,将认为承包商在KfW确定的期限内没有资格被授予KfW贷款合同。
Bidding is open to Bidders following KfW’s eligibility requirements and the relevant provisionscontained intheBidding Document. 根据KfW的资格要求和招标文件中的相关规定,投标对投标人开放。
3.1 The bidder shall also meet the following qualification requirements:
投标人还应满足以下资格要求:
3.1.1 The Bidders from China shall have the following qualifications:
1) Grade II professional contracting qualification for power transmission and transformation engineering; or
2) Grade II prime contracting qualification for power engineering.
中国境内投标人需满足以下资质要求:
1)输变电工程专业承包二级资质;或
2)电力工程施工总承包二级资质。
Note: Foreign Bidders shall provide equivalent qualification certificates, as and if available.
说明:来自中国境外的企业应提供同类型资质证书,如果有的话。
3.1.2 The Bidder shall demonstrate that it has the right to obtain or have the right to use current assets, unencumbered real estate, credit lines, and other financial means (independent of any contract advance payment), deducting other commitments of the Bidder, which are sufficient to meet the construction cash flow requirements of the subject contract, estimated at RMB 27 million or foreign currency equivalent.
投标人应证明其有权获得或有权使用流动资产、无负担不动产、信贷额度,以及其他财务手段(独立于任何合同预付款),扣除投标人的其他承诺,足以满足标的合同的施工现金流要求,估计为2,700万元人民币或等值的外币。
3.1.3 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 (03) financial years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position based on the following criteria:: that is Liquidity ratio ≥ 1.1, Indebtedness ratio ≤ 80%.
应提交最近连续3个财年经审计的资产负债表,或者,如果投标人所在国的法律没有要求,业主可接受的其他财务报表,并且必须根据以下标准证明投标人财务状况的当前健全性:即流动比率≥1.1,负债率≤80%。
3.1.4 The registered capital shall not be less than RMB 100 million or foreign currency equivalent.
注册资金应不少于10,000万元人民币或等值的外币。
3.1.5 Minimum average annual turnover of the amount in RMB 163 million or foreign currency equivalent, for the lastthree (03) financial years, calculated as total certified annual payments received for contracts in progress and/or completed.
最近连续3个财年的最低年均营业额16,300万人民币或等值的外币,计算为在建和/或已完工合同的总认证年度付款。
3.1.6 From January 1st, 2016 to the deadline for submission of application, the Bidder, as the construction prime contractor, has successfully completed one (01) reference contract of similar project in rail transit or three (03) reference contracts of similar project in other area. The minimum single contract amount is RMB 74 million or foreign currency equivalent.
投标人在2016年1月1日至申请提交截止日期之间作为施工总承包商成功完成一条轨道交通类似项目参考合同或三(03)条其他类似项目参考合同业绩,单个合同金额最低为7,400万人民币或等值外币。
3.1.7 The Bidder shall provide at least one (01) reference contract to demonstrate its management and operational experience in proactively addressing ESHS risks in urban mass transit projects. Alternatively, the Bidder may provide at least three (03) other contracts with a brief description of experience in dealing with similar ESHS risks.
投标人应至少提供一(01)个业绩合同,证明在主动应对城市轨道交通项目中的ESHS风险方面的管理和运营经验。或提供至少三(03)个其他合同,简要说明处理类似ESHS风险的经验。
3.1.8 Availability of a valid certifications or internationally recognized equivalent: Quality Management certificate ISO 9001, Environmental management certificate ISO 14001:2014 and Health and Safety certificate OHSAS 18001 or ISO 45001.
有效的认证或国际公认的同等认证:质量管理证书ISO 9001,环境管理证书ISO 14001:2014和健康和安全证书OHSAS 18001 或 ISO 45001。
3.2 Personnel requirements of the bidder
投标人人员要求
3.2.1 ESHS project manager, 10 years in designing and monitoring the implementation of ESHS management plans for construction works, 5 years of similar work experience
ESHS项目经理,实施建筑工程ESHS管理计划有10年设计和监督经验,具有5年类似工作经验。
3.2.2 The bidder shall have one business person and undertake the post of community liaison officer in ESHS management, with 5 years or more working experience. Personnel from China shall have CET-6 certificate and proficient oral communication ability. Personnel from outside China need to understand in local language.
投标人须配备一名商务人员并承担ESHS管理中社区联络官员职务,具有5年及以上工作经验。来着中国境内的人员需具有国家英语六级证书,且具有熟练的口语交流能力,来着中国境外的人员需理解当地语言。
3.2.3 The projectmanagermusthave Grade I registered constructorofmechanical and electricalengineeringdiscipline, and be registered in thebidder'sunit; have the qualification certificate for safety production assessment of project leader of construction enterprise (B certificate) issued by the construction administrative department;The project manager has undertaken the completion performance of one (01)similar project from January 1, 2016 to the deadline for application submission (subject to the date of the letter of acceptance, provide the letter of acceptance, construction contract and completion acceptance report). With more than 5 years in similar works experience.
项目经理须具有机电工程专业一级注册建造师,且在投标人单位注册;具有建设行政主管部门核发的《建筑施工企业项目负责人安全生产考核合格证书》(B证);项目经理自2016年1 月1 日至申请提交截止日期之间,须承担过一(01)个类似项目完工业绩(以中标通知书日期为准,提供中标通知书、施工合同和竣工验收报告)。具有5年类似工作经验。
3.2.4 Two Deputy Project Managers (Civil Engineering + electromechanical). Among them, the deputy manager of civil engineering has the registered constructor of civil engineering related discipline of Grade II or above; the deputy manager of mechanical and electrical engineering has the intermediate and above professional titles of mechanical and electrical engineering related discipline. With more than 5 years in similar works experience.
项目副经理2人(土建+机电)。其中土建副经理具有二级及以上土建相关专业注册建造师;机电副经理具有机电工程相关专业中级及以上职称。具有5年类似工作经验。
3.2.5 Technical Responsible Person. With senior technical title of engineering, at least one (01) similar project completion performance (providing construction contract and completion acceptance report) in recent five years (since January 1, 2016). With more than 5 years in similar works experience.
技术负责人.具有工程类高级技术职称,近五年(2016年1 月1 日以来)至少拥有一(01)项类似项目完工业绩(提供施工合同和竣工验收报告)。具有5年类似工作经验。
4. Bidding will be conducted in accordance with KfW’s Guidelines for Procurement (“Guidelines for the Procurement of Consulting Services, Works, Plant, Goods and Non-Consulting Services in Financial Cooperation with Partner Countries”) using a single-stagetwo-envelope Bidding Procedure. 投标将按照KfW的采购指南(“与合作伙伴国进行财务合作的咨询服务、工程、设备、货物和非咨询服务采购指南”)进行,采用单阶段两信封招标程序。
5. Lanzhou Rail Transit Co., Ltd.(hereinafter referred to as “the Employer”) invites sealed Bids from prospectiveeligible Bidders for the Lanzhou Urban Rail Transit Line 2Phase I—Package Six (Main Substation and External Power Line Engineering)(hereinafter referred to as “Works”): 兰州市轨道交通有限公司(以下简称“业主”)现就兰州市城市轨道交通2号线一期工程第六包:主变电站及外电源工程(以下简称“工程”),邀请潜在合格投标人进行密封投标:
Design, supply and installation shall be tendered and contracted as one contract with a successful Contractor. Any local or third countries goods and services shall be included in this tendering whether in this Contract or in Supplies or Sub-contracts, with the successful Contractor being responsible towards Lanzhou Rail Transit Co., Ltd..
设计、供货和安装的提供将组成一个招标包并且与中标的合同方签署一个合同。任何当地或第三方国家的设计、供货和施工都将包含在本包中,无论是本合同或供货合同或分包合同,由中标的合同方直接向兰州市轨道交通有限公司负责。
A brief description of the facilities to be procured is given below, and details are provided in Section VII “Works requirements”.
本工程采购内容的描述如下,详情见第七章“工程需求书”。
The scope of work of this project includes 110kV main substation project, external power line project, communication project, end-to-end interval project, test and commissioning when temporary transition scheme is adopted for time interval access, etc.
The bidding scope includes the procurement, transportation, storage and installation of all equipment and materials included in the above project contents; the single commissioning, joint commissioning of the system, joint commissioning with related systems, trial operation; completion acceptance, training, project settlement, completion data filing, etc.; the handling of power transmission procedures, etc. Among them, the external power line project also includes land acquisition and demolition, compensation for young crops, railway crossing procedures, etc.
本项目工程范围包括110kV主变电站工程、外部电源线路工程、通信工程、对端间隔工程、采用临时过渡方案时间隔接入时的试验、调试等。
招标范围包括以上工程内容所含的所有设备及材料采购、运输和储存、安装;所有设备及系统的单体调试、本系统联调、与相关系统联调、试运行;竣工验收、培训、工程结算、竣工资料归档等工作;工程送电手续办理等。其中外部电源线路工程还包含配合线路路径的征地拆迁、青苗补偿、过铁路手续办理等。
6. The Date and time of deadline for Bid submission are: 15 June, 2021, 9:30 am (Beijing Time). The first session of Bid opening will take place immediately after closure of the said deadline. The address of submission and bid opening: CGCI Conference Center, 4th floor, ShoukeBuilding, No.14, XisanhuanNanlu, Fengtai District, Beijing, 100055, P.R.China. ABid may be forwarded by mail, courier service or delivered in person. 投标文件递交截止的日期和时间:2021年6月15日,上午9:30(北京时间) 第一次开标将在上述截止日期结束后立即举行。 投标文件递交和开标地址:北京市丰台区西三环南路14号院首科大厦4层 通用咨询会议中心,100055 投标书可通过邮寄、特快专递或者派人递送的方式送达。 1) If a Bid is to be delivered by mail or courier service, it shall be addressed to the submission address of the Tender Agent and shall be received at or before 9:30 a.m. on 15 June, 2021 (Beijing Time). The deliverytracking number must be informed by email to Tender Agent at least three (03) days before the date and time of submission. Any Bid which arrives later than the said time will not be accepted and will be returned unopened. 如果投标书是通过邮寄或快递服务递交的,投标书须在2021年6月15日9时30分(北京时间)之前送达招标代理收件地址。请于递交截止日期和时间前至少3天电子邮件通知招标代理运单号。不接受在上述提到的日期和时间后收到的邮寄投标书并且不开封退回。 2) If a Bid is to be delivered in person, it shall be received at the submission address of the Tender Agent at or before 9:30 am on 15 June, 2021 (Beijing Time). A Bid delivered in person received after this date and time will not be accepted and will be returned unopened. Bids shall be sealed and packed according to the stipulations of the Instruction to Bidders. Electronic Bid Submissionshallnot be permitted. 如果投标书派人递交,投标书须在2021年6月15日9时30分(北京时间)之前送达招标代理收件地址。不接受在此日期和时间后收到的派人送达的投标书并且不开封退回。 投标书应按照投标人须知的规定密封和包装。 不允许电子投标。
7. All Bids must be accompanied by a Bid Security in original, the amount of Bid Security is EUR160,000.00.
所有投标书必须伴随一份投标保函原件,金额为160,000.00欧元。
8. The Qualification Documents will be opened in the presence of the prospective Bidders’ representatives who choose to attend, immediately after the submission deadline has passed. The Technical Bids and Financial Bids shall remain closed and sealed. 资格文件将在提交截止日期后立即在选择参加的潜在投标人代表在场的情况下打开。技术标和财务标应保持未开启和密封。
The Employer invites all potential bidders who submit their bids to send representatives to attend the bid opening meeting, and the bidder's waiver of attending the meeting shall be deemed as acceptance of the bid opening results.
业主邀请所有提交投标文件的潜在投标人派代表参加开标会,投标人放弃参加开标会视同接受开标结果。
9. To obtain further information, prospective Bidders shall contact the Employer at the address provided in clause 11. 为获得进一步信息,潜在投标人应按第11条规定的地址与业主联系。
10. To purchase the Bidding Document:招标文件的购买 A complete set of Bidding Documents is available to the interested eligibleBidders at cgci.china-tender.com.cn.
感兴趣的合格投标人可在“中国通用招标网”处获得一整套招标文件。
1) Interested eligible bidders can register freely on "China General Bidding Website" (http://cgci.china-tender.com.cn/) from 30 April, 2021 to 11 June, 2021 (Beijing time), purchase and download PDF version of bidding documents. Registration Technical support telephone: 86 400-680-8126 or 86 10 63348126.
The non-refundable price of each set of bidding documents is RMB 8,000.00 or EUR 1,000 .00or USD 1,200.00.
Bidders who purchase the bidding documents by Telegraphic Transfer shall remit to:
Beneficiary: CMC International Tendering Co., Ltd.
Bank: Bank of China, Beijing Xicheng Sub-branch
Account No.: 323366066071
After the remittance, the Bidder shall contact the TenderAgent by email to obtain the Bidding Documents.
感兴趣的合格投标人,可于2021年4月30日至2021年6月11日(北京时间)“中国通用招标网”(http://cgci.china-tender.com.cn/)免费注册,并购买和下载PDF版招标文件。注册技术支持电话:86 400-680-8126或 86 10 63348126。
每套招标文件不退还的售价8000元人民币或1000欧元或1200美元。
以汇款方式购买招标文件的投标人,请汇款至:
收款人: 中机国际招标有限公司
账户: 中国银行北京西城支行
账号: 323366066071
汇款后请投标人通过电子邮件联系招标代理获取招标文件。
2) After purchasing, the potential Bidders shall contact the Tender Agent to obtain a set of source format Bidding Forms. The Bidding Documents provided by the Tender Agent to the potential Bidders require the Bidders to take confidentiality measures according to the applicable laws and the KfW Guidelines. Potential Bidders who do not obtainBidding Documents from the Tender Agentare not allowed to bid.
购买文件后,潜在投标人通过电子邮件联系招标代理获取一套源格式投标表格。招标代理提供给潜在投标人的招标文件,要求投标人按照使用的法律和KfW采购导则采取保密措施。没有通过招标代理获取招标文件的潜在投标人不允许投标。
3) Potential Bidders shall complete registration on https://www.chinabidding.com/within five (05) days fromobtaining theBidding Documents from Tender Agent. If failing to do so, the Bidders shall not be entitled to participate in the Bidding process, and any related consequence arising thereafter shall be borne by the Bidder.
潜在投标人自招标代理机构处获得招标文件后5日内应在“中国国际招标网”上注册。如果没有注册,投标人无权参加投标,由此产生的后果由投标人承担。
11. Employer’s address and contact information 业主地址和联系信息
Employer:
Lanzhou Rail Transit Co., Ltd.
Attention:
Mr. Ma Shaoqing/Mr. Zhao Xin
Office Address:
55 Donggang East Road, Chengguan District, Lanzhou City, 730030,Gansu Province, P.R. China
E-mail address:
mashaoqing.lzrt@foxmail.com/ zhaoxin.lzrt@foxmail.com
业主:
兰州市轨道交通有限公司
联系人:
马少卿先生/赵鑫先生
办公地址:
中国甘肃省兰州市城关区东岗东路55号,730030
电子邮件:
mashaoqing.lzrt@foxmail.com/ zhaoxin.lzrt@foxmail.com
Tender Agent:
CMC International Tendering Co.,Ltd.
Attention:
Mrs. Wang Yanwei/Mrs. Liu Lu
Office Address:
Room 1104, Genertec Plaza, No.90, XisanhuanZhonglu, Fengtai District, Beijing, 100055, P.R.China
E-mail address:
wangyanwei@cgci.gt.cn/liulu@cgci.gt.cn
招标代理:
中机国际招标有限公司
联系人:
王延巍女士/刘璐女士
办公地址:
中国北京丰台区西三环中路90号通用技术大厦1104,100055
电子邮件:
wangyanwei@cgci.gt.cn/liulu@cgci.gt.cn
12. The invitations for bids will publish in “German Trade and Invest” (www.gtai.de), https://www.chinabidding.com/andhttp://cgci.china-tender.com.cn .
此招标公告将在“GTAI”,“中国国际招标网”和“中国通用招标网”上刊登。
13. The Bids shall fully comply with the requirements of the KfW Guidelines and Decree No. 1 of 2014 of the Ministry of Commerce
.
本次招标应完全符合KfW采购指南和商务部2014年第1号《机电产品国际招标投标实施办法(试行)》的要求。
14. This Invitation for Bids is not part of the Bidding Documents. 本投标邀请书不属于招标文件的一部分。
For Lanzhou Rail Transit Co., Ltd.
兰州市轨道交通有限公司
Mr. Ma Shaoqing/Mr. Zhao Xin
马少卿先生/赵鑫先生
For CMC International Tendering Co.,Ltd.
中机国际招标有限公司
Mrs. Wang Yanwei/Mrs. Liu Lu
联系人:王延巍女士/刘璐女士