招标
法开署贷款腾冲市大盈江流域生态保护和修复示范项目第4包:工程施工监理及质量检测咨询公司选聘—意向书征询函
金额
6690万元
项目地址
云南省
发布时间
2024/09/02
公告摘要
项目编号0733-24092222
预算金额6690万元
招标公司腾冲市水务局
招标联系人许茂兴0875-5135462
招标代理机构中信国际招标有限公司
代理联系人郭欣悦
标书截止时间-
投标截止时间-
公告正文
法开署贷款腾冲市大盈江流域生态保护和修复示范项目第4包:工程施工监理及 质量检测咨询公司选聘—意向书征询函 (招标编号:0733-24092222) 项目所在地区:云南省,保山市,腾冲县 一、招标条件 本法开署贷款腾冲市大盈江流域生态保护和修复示范项目已由项目审批/核准/ 备案机关批准,项目资金来源为国有资金6859.36万元;外国政府及企业投资37 500万元;其他资金欧盟赠款95万欧元,招标人为腾冲市水务局。本项目已具备 招标条件,现招标方式为公开招标,特邀请有兴趣的潜在投标人提出资格预审 申请。 二、项目概况和招标范围 规模:项目拟申请法国开发署贷款5000万欧元(折合人民币37500万元,汇 率按1:7.5计,占总投资的83.20%),项目获得欧盟赠款95万欧元(折合人民币 712万元,占投资的1.58%);自筹建设期6859.36万元,占总投资的15.22%。 范围:本招标项目划分为1个标段,本次招标为其中的:(001)第4包:工程施工监理及质量检测; 三、投标人资格要求 (001第4包:工程施工监理及质量检测)的投标人资格能力要求:咨询服务必须 由相关领域拥有丰富专业经验的团队提供,请提供拟派关键专家的简历以供评 标委员会参考(非承诺性,在编制建议书时,咨询顾问可根据建议书征询文件 中的要求替换相关关键专家)。 感兴趣的申请人必须提供证明其具备履行这些服务的资格和经验的信息。为达 到此目的,应提交近期的和类似服务的书面证明文件。 请注意,感兴趣函不是征询建议书,因此所要求的信息不需要申请人投入大量 工作来准备。在该阶段,尤其不需要方法论的描述。为了加快评审过程,申请 文件要求不超过80页。 类似经验的判定将基于以下内容: - 技术领域和专业(①河道综合治理相关领域的监理;②房屋建筑相关领域的监 理;③截流排污等工程相关领域的监理;④水利工程相关领域的质量检测;⑤ 房屋建筑或市政工程相关领域的质量检测和⑥国际金融组织贷款或外国政府贷 款项目的监理); - 咨询服务的性质(监理类业绩和质量检测类业绩); - 合同时间和规模: ① 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个河道综合治理相关领域的监理业绩,每个合同业绩金额不低 于人民币150万元; ② 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个房屋建筑相关领域的监理业绩,每个合同业绩金额不低于人 民币100万元; ③ 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个截流排污等工程相关领域的监理业绩,每个合同业绩金额不 低于人民币100万元; ④ 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个水利工程相关领域的质量检测业绩,每个合同业绩金额不低 于人民币60万元; ⑤ 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个房屋建筑或市政工程相关领域的质量检测业绩,每个合同业 绩金额不低于人民币40万元。 ⑥ 咨询顾问近10年(2014年1月1日至建议书递交截止日,以合同签订日期为准),至少承担过5个利用国际金融组织贷款或外国政府贷款项目的监理业绩。 注:申请人须在前述1- 5每项合同经验要求中至少有1个业绩完全符合要求;在前述第6项合同经验要求 中至少有5个业绩完全符合要求,否则其意向书将被拒绝。 — 业主在评审时还将考虑如下内容: - 对于中国境内公司,必须是依法注册的独立法人,注册成立时间(以营业执照 为准)不得少于5年,须提供营业执照复印件; - 对于中国境外公司,须提供企业营业执照复印件或合法注册的证明文件,注册 成立时间(以营业执照或注册文件为准)不得少于5年。 - 中国境内公司须提供有效的ISO9001质量管理体系认证证书;中国境外公司若无 此认证证书,则须提供加盖公章的相关证明材料(例如资质证书和获奖证明的 复印件及准确中文翻译件)。 申请人还应具备以下资质(仅适用于中国境内公司): (1)具有工程监理综合资质;或 同时具有水利水电专业甲级资质和房屋建筑专业专业乙级或以上资质和市政公 用专业乙级或以上资质。 (2)投标人须具有检验检测机构资格认定书,认定的检测范围至少应包含:① 由住房和城乡保障部颁发的检验检测机构资格认定书应包括: 房建工程及市政工程类:地基基础工程检测、建筑物沉降观测、主体结构工程 检测、钢结构实体检测、建筑给水、排水及采暖工程、室内环境空气质量检测、建筑电气检测、公路(市政)工程检测、见证取样检测等9个检测机构专项资 质证书; ② 由水利部颁发的检验检测机构资格认定书应包括: 水利工程(包含岩土工程类、混凝土工程类、金属结构类、机械电气类、量测 类)等5个乙级及以上专业的水利资质。 具体要求请详见《意向书征询函》,完整版意向书征询函请详见本公告附件; 本项目允许联合体投标。 四、资格预审文件的获取 获取时间:从2024年09月02日 09时00分到2024年09月24日 09时59分 获取方式:感兴趣的咨询顾问可在办公时间内(上午 9:00 至下午 17:00)通过邮件或电话方式联系招标代理机构报名参加本项目。 五、资格预审申请文件的递交 递交截止时间:2024年09月24日 10时00分 递交方式:北京市朝阳区东三环中路 59 号楼 18F 1817纸质文件递交 六、资格预审开始时间及地点 资格预审开始时间: 资格预审地点: 评审办法:短名单评审 七、其他 注:资格预审文件即为意向书征询函,完整版意向书征询函请见本公告附件。 八、监督部门 本招标项目的监督部门为云南省发展和改革委员会。 九、联系方式 招 标 人:腾冲市水务局 地 址:云南省腾冲市腾越镇观音塘社区滨河小区17号 联 系 人:许茂兴 电 话:0875-5135462 电子邮件:tcshzb@126.com 招标代理机构: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18F 1817 联 系 人: 郭欣悦 电 话: 010-87945198-510 电子邮件: guoxy@ck.citic.com 法开署贷款腾冲市大盈江流域生态保 护和修复示范项目 第4包 工程施工监理及质量检测 招标编号:0733-24092222 咨询公司选聘—意向书征询函 二〇二四年九月 咨询公司选聘—意向书征询函1 意向书征询函 中华人民共和国 法开署贷款腾冲市大盈江流域生态保护和修复示范项目 咨询服务 意向书 一、项目介绍 腾冲市水务局(以下简称“业主”)已经从贷款机构申请一笔外国政府贷款,并将部分资金拟用于“法开署贷款腾冲市大盈江流域生态保护和修复示范项目”下“第4包:工程施工监理及质量检测”。 业主在此邀请申请人就上述服务内容的描述表达参与意向。 本意向书征询函面向群体: √ 咨询公司 个人顾问  非营利性组织  非营利性组织与咨询公司组成的联合 体 业主将从提交的意向书中最多选出6名申请人入围,并向其发送征询建议书。 二、项目背景 为了限制国家的生物多样性和自然栖息地的恶化和消失,中国当局正在实 施一项积极的自然资源恢复和保护政策。自2010年经国务院批准以来,环境部 一直在实施 "保护生物多样性战略和行动计划(2011-2030)" 。其目标与爱知目标和2011年10月出席《生物多样性公约》(CBD)的缔约方 通过的 "2011-2020 年生物多样性战略计划 " 的目标一致。 此外,"建设生态文明 " 的目标已被提升到国家战略的高度,并被写入了宪法。这个广泛的概念旨在建 立一个基于尊重资源和环境的承载能力的资源节约型和环境友好型社会。为了 咨询公司选聘—意向书征询函2 实现这一目标,中国在2017年通过了一个特别结构化的领土发展准则,即 "生态红线" 。每个省都必须在这个框架内确定生态功能对保护生物多样性、生态系统、森 林资源、土壤和水资源至关重要的地区,以及 "生态脆弱 "地区。虽然这一准则在中国各省的实施仍在进行中,但现在各级领土的空间规 划都要严格遵守这些红线的规定。正是在这种情况下,腾冲市决定开展一项大 规模的河流和流域生态结构调整项目。 从东北到西南贯穿腾冲的大盈江,是流经缅甸的伊洛瓦底江的一条支流。 大盈江流域位于腾冲市境内,总面积为 1043 平方公里。作为云南西部具有多种生态功能的地区,大盈江流域在保护水资源 和生物多样性方面发挥着重要作用。然而,近年来当地人口的增加和经济的快 速发展给大盈江流域的生态系统带来了损失,造成了水土流失、水污染和生态 退化等问题。 目前的基础设施和管理系统不足以管理这些挑战和维持腾冲丰富的生物多样性 和环境资源。 为了应对不断上升的环境和社会挑战,腾冲开始实施乡村振兴计划,该计 划涵盖了农村地区发展的各个方面,如恢复农村环境和改善公共基础设施(水 处理、交通、垃圾收集等) 以及改善当地人民的生活条件。作为该计划的一部分,腾冲市通过腾冲水务局 委托开展 "大盈江及其流域生态修复 "综合项目。 该项目总成本估计为 6690万欧元。法开署的贷款将主要集中在生态恢复活动(贷款的 65%)、污染控制和环境教育(贷款的 25%)以及能力建设(贷款的 7%)。 本合同包包含以下任务: 任务1:为项目实施过程中提供监理服务 子任务1.1:检查开工前发包人准备的施工条件、承包人的施工准备情况 、参加、主持或与发包人联合主持召开设计交底会议、审查与签发施工图纸。 子任务1.2:施工阶段开工条件控制、工程质量控制、工程进度控制、工 程资金控制、施工安全监理、文明施工监理、合同管理的其他工作(包括工程 咨询公司选聘—意向书征询函3 变更、索赔管理、违约管理、工程保险、工程分包、争议解决等)、信息管理 、工程评定与验收。 任务2:为工程施工质量管理提供检测服务 子任务2.1:按照国家有关规范要求,完成河道综合治理及生态修复工程 中的质量检测,不仅限于建筑材料、结构的实体检测、钢结构实体检测、河堤 压实度等。 子任务2.2:按照国家有关规范要求,完成湿地修复、生物多样性保护、碳 储存、生物与森林恢复、乡村生态修复工程中的质量检测,不仅限于桩基、结 构的实体检测、钢结构实体检测、节能检测、室内环境检测、防雷检测、消防 检测等。 咨询服务贯穿整个项目实施期,即2024年至2029年。 可交付的成果将至少包括: 1、监理规划、监理实施细则、监理日志、监理季度报告、监理年度报告、监理 总结报告。 2、质量检测方案、检测实施细则、各个类别质量检测最终报告、各专业检测结 论报告。 三、评价标准 咨询服务必须由相关领域拥有丰富专业经验的团队提供,请提供拟派关键 专家的简历以供评标委员会参考(非承诺性,在编制建议书时,咨询顾问可根 据建议书征询文件中的要求替换相关关键专家)。 感兴趣的申请人必须提供证明其具备履行这些服务的资格和经验的信息。为达到此目的,应提交近期的和类似服务的书面证明文件。 请注意,感兴趣函不是征询建议书,因此所要求的信息不需要申请人投入 大量工作来准备。在该阶段,尤其不需要方法论的描述。为了加快评审过程,申请文件要求不超过80页。 类似经验的判定将基于以下内容: - 技术领域和专业(①河道综合治理相关领域的监理;②房屋建筑相关领域的监 理;③截流排污等工程相关领域的监理;④水利工程相关领域的质量检测;⑤ 咨询公司选聘—意向书征询函4 房屋建筑或市政工程相关领域的质量检测和⑥国际金融组织贷款或外国政府贷 款项目的监理); - 咨询服务的性质(监理类业绩和质量检测类业绩); - 合同时间和规模: ① 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个河道综合治理相关领域的监理业绩,每个合同业绩金额不低 于人民币150万元; ② 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个房屋建筑相关领域的监理业绩,每个合同业绩金额不低于人 民币100万元; ③ 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个截流排污等工程相关领域的监理业绩,每个合同业绩金额不 低于人民币100万元; ④ 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个水利工程相关领域的质量检测业绩,每个合同业绩金额不低 于人民币60万元; ⑤ 咨询顾问近五年(自2019年1月1日至建议书递交截止日,以合同签订日期为准),至少完成过1个房屋建筑或市政工程相关领域的质量检测业绩,每个合同业 绩金额不低于人民币40万元。 ⑥ 咨询顾问近10年(2014年1月1日至建议书递交截止日,以合同签订日期为准),至少承担过5个利用国际金融组织贷款或外国政府贷款项目的监理业绩。 注:申 请 人 须 在 前 述 1-5每项合同经验要求中至少有1个业绩完全符合要求;在前述第6项合同经验要求 中至少有5个业绩完全符合要求,否则其意向书将被拒绝。 — 业主在评审时还将考虑如下内容: - 对于中国境内公司,必须是依法注册的独立法人,注册成立时间(以营 业执照为准)不得少于5年,须提供营业执照复印件; - 对于中国境外公司,须提供企业营业执照复印件或合法注册的证明文件 ,注册成立时间(以营业执照或注册文件为准)不得少于5年。 咨询公司选聘—意向书征询函5 - 中国境内公司须提供有效的ISO9001质量管理体系认证证书;中国境外 公司若无此认证证书,则须提供加盖公章的相关证明材料(例如资质证 书和获奖证明的复印件及准确中文翻译件)。 申请人还应具备以下资质(仅适用于中国境内公司): (1)具有工程监理综合资质;或 同时具有水利水电专业甲级资质和房屋建筑专业专业乙级或以上资质和市政公 用专业乙级或以上资质。 (2)投标人须具有检验检测机构资格认定书,认定的检测范围至少应包含: ① 由住房和城乡保障部颁发的检验检测机构资格认定书应包括: 房建工程及市政工程类:地基基础工程检测、建筑物沉降观测、主体结构工 程检测、钢结构实体检测、建筑给水、排水及采暖工程、室内环境空气质量 检测、建筑电气检测、公路(市政)工程检测、见证取样检测等9个检测机构 专项资质证书; ② 由水利部颁发的检验检测机构资格认定书应包括: 水利工程(包含岩土工程类、混凝土工程类、金属结构类、机械电气类、量 测类)等5个乙级及以上专业的水利资质。 给投标人的特殊建议 关键专家的工作由项目现场任务和办公室工作组成。投标人必须有关键专 家会使用中文和英语;国际专家必须会英语,国内关键专家必须会中文和英语。 四、合格性标准 1、国籍与原产地规则 自从 2002 年 1 月 1 日起,本项目贷款机构批准的贷款已经完全放开,所有国家的货物与服务均可 被本项目贷款机构的贷款(但国际禁运适用的地区除外)采购,不受供应商、承包商、顾问、分包商、实施采购中投入或资源所在国家的影响。根据 2001 年 4 月 20 咨询公司选聘—意向书征询函6 日的经济合作与发展组织发展援助委员意见,这一决策不仅涉及“欠发达国家”,而且涉及本项目贷款机构业务涉及的所有其他国家。 2、排除情形 如果自然人、法人(包括联合体的所有成员或任一分包商)在提交申请、投标或授予合同之日存在以下情形,则不得向其授予合同: 破产、清算、停业、被法庭管制活动、被破产接管、重组或由任何类似程序引 发的任何类似情形;如下情形: a. 根据在合同实施国的法庭生效判决,在过去五年内在合同采购过程或执行中犯 有欺诈、腐败或任何其他罪行,但随附诚信声明提供支持信息,证明罪行与本 项目贷款机构贷款的合同无关的除外; b. 在过去五年内,欧盟或其国主管机关认定其在采购过程或履行合同期间犯有欺 诈或腐败或任何其他罪行的行政处罚,除非其提供相关资料以及诚信声明,证 明这一处罚与本项目贷款机构贷款的合同无关; c. 在过去五年内,在贷款机构的贷款合同的采购和执行中,由法庭判决、且具有 判决力的欺诈或腐败或任何其他犯罪行为。 列入联合国、欧盟及/或法国的打击恐怖主义或国际和平与安全威胁的金融制裁 名单; (4) 在过去五年中,在合同履行期间,由于重大过失或长期未能履行合同义务导致 的合同终止,除非(i)该合同终止被质疑,(ii)争议仍在解决过程中或尚未 有最终结果指向他们; (5) 未根据其所在国家或受益人所在国家的法律规定履行缴纳税款的义务;(6) 自 2012年 5月 30日 始 , 被 世 界 银 行 排 除 并 刊 登 在 网 站 http://www.worldbank.org/debarr,但随附诚信声明提供支持信息,证明与本项目 贷款机构支持的贷款项目无关的除外; (7) 在合同采购程序中,编造虚假文件或在受益人所要求的文件中存在虚假陈述。 咨询公司选聘—意向书征询函7 受益人发布的公告和其他招标文件时,应尽可能在最早阶段包括上述排除情形 。 3、利益冲突 除了本项目贷款机构批准之外,在以下情形下,自然人或法人(包括联合 体的所有成员或任一分包商)不具备资格,不得参与投标程序: 属于受益人控制的关系机构或控制受益人的股东,但相关利益冲突已经提请本 项目贷款机构注意并得到圆满解决的除外;与受益人参与选择程序或合同监督程序的员工存在业务或家庭关系的,但相关 利益冲突已经提请本项目贷款机构注意并得到圆满解决的除外;受其他投标人控制、控制其他投标人或者与其他投标人接受共同控制、或者直 接或间接从其他投标人获取或向其授予补贴、与其他投标人拥有相同的法定代 表人、与其他投标人直接或间接接触使其拥有或接触相关招标的信息、对其施 加影响或影响受益人决策的;从事的咨询活动的性质,可能与为受益人开展的任务存在冲突;对于工程或货物的采购程序:曾经编制属于标的的规格、图纸、计算及可行性研究报告和其他文件或与编制 顾问存在关系;自己或任何关联机构曾经受聘(或建议受聘)开展工程监督或合同检查。 (6) 为 国 有 机 构,但 无 法 提 供 证 据 证 明:(a) 其具有法律和财务上的自主权及/或(b) 确实根据商法经营; (7) 参与本项目可行性研究报告编制的机构和子咨询顾问无权为本项目的任何合同 包提交意向书; (8) 本项目第1包(总体规划与设计)的中标人和第2包技术服务的中标人,无论是 独立的企业还是联合体牵头方或联合体成员方,不能被选为第4包的中标人; (9) 咨询顾问,无论是独立投标或联合体牵头方或联合体成员方(如果咨询顾问是 联合体)中标第4包之后,将无法参与本项目第3包、第5包、第6包和第7包的 投标。 4、禁运 咨询公司选聘—意向书征询函8 受益人承诺,未在受联合国、欧盟或法国禁运的领域获得、供应任何货物或从 事经营。 五、联合体 申请人可以是独立法人,也可以是联合体,联合体成员总数不得超过3家。同一家子咨询顾问可以同时参与不同的投标。 如果申请人是联合体,其意向书中应包括:所有联合体成员方签署的联合体协议副本,或 拟执行联合体协议的意向函,由所有联合体成员共同签署,并附上拟签订的 联合体协议文本; 2. 联合体协议中应注明牵头方及各自拟承担的工作和责任,并承诺中标后联 合体各方将向业主承担连带责任。 若联合体未提交该文件,则其他成员方将被视为子咨询顾问。在评标过程 中,子咨询顾问的经验和资格不被考虑在内。 六、任务描述 任务 1:为项目实施过程中提供监理服务 这项任务的主要目的是确保业主在施工过程中获得监理服务,且满足中国政府 的有关法律法规要求。整个项目并有序地运作,以满足法开署的要求。 监理机构应在施工过程中全面支持业主,包括但不一定限于以下内容: - 子任务 1.1: 检查开工前发包人准备的施工条件、承包人的施工准备情况、参加、主持或与 发包人联合主持召开设计交底会议、审查与签发施工图纸。 根据有关法律法规和工程建设内容,这是施工准备阶段监理单位应该完成的任 务。检查开工前发包人施工图纸、基准点、用地提供、水电路通信及其他条件;检查承包人的人、材料、机械、材料、施工方案等;参加或召开工程设计交 底会议,审核并签发图纸、参加工程项目划分。 - 子任务 1.2:施工阶段开工条件控制、工程质量控制、工程进度控制、工程资金控制、 咨询公司选聘—意向书征询函9 施工安全监理、文明施工监理、合同管理的其他工作(包括工程变更、索赔管 理、违约管理、工程保险、工程分包、争议解决等)、信息管理、工程评定与 验收。 包括签发开工通知、分部工程开工、单元工程开工、混凝土浇筑开仓。 按照监理工作制度和监理实施细则开展工程质量控制工作,对施工质量及与质 量活动相关的人员、原材料、中间产品、工程设备、施工设备、工艺方法和施 工环境等质量要素进行监督和控制。 审批施工总进度计划;审批承包人提交的施工进度计划;实际施工进度的检查与协 调;施工进度计划的调整。 审核承包人提交的资金流计划,并协助发包人编制合同工程付款计划;建立合同 工程付款台账,对付款情况进行记录。根据工程实际进展情况,对合同工程付 款情况进行分析,必要时提出合同工程付款计划调整建议;审核工程付款申请;根 据施工合同约定进行价格调整;审核完工付款申请,签发完工付款证书;审核最终 付款申请,签发最终付款证书等。 施工安全监理。 文明施工监理。 合同管理的其他工作(包括工程变更、索赔管理、违约管理、工程保险、工程 分包、争议解决等)。 信息管理。 工程评定与验收。 任务 2:为工程施工质量管理提供检测服务 这项任务的主要目的是确保业主在施工质量管理方面获得全面,准确、科 学的检测数据,为质量管理提供依据。使整个项目并有序地运作。 咨询机构应在质量检测方面全面支持业主,包括但不一定限于以下内容。 咨询公司选聘—意向书征询函10 - 子任务 2.1: 按照国家有关规范要求,完成河道综合治理及生态修复工程中的质量检测,不 仅限于建筑材料、结构的实体检测、钢结构实体检测、河堤压实度等。 - 子任务 2.2: 按照国家有关规范要求,完成湿地修复、和生物多样性保护、碳储存、生物与 森林恢复、乡村生态修复工程中的质量检测,不仅限于桩基、结构的实体检测、钢结构实体检测、节能检测、室内环境检测、防雷检测、消防检测等。 咨询公司选聘—意向书征询函11 七、 投标语言 申请人准备的意向书以及申请人、业主和招标代理交换的与投标有关的所 有通信和文件,均应以英文书写,并附上准确的中文译文。 作为意向书一部分的支持文件和印刷文献可能是另一种语言提供的,应附 有准确的英文和中文翻译。 申请人需准备一(1)份英文意向书正本、一(1)份中文意向书正本、四(4)份中文意向书副本。另外,投标人还应随投标文件提供完整的可编辑的 电子版投标文件一份,储存于U盘中并密封于投标文件正本中。如果电子版与 纸质版正本有冲突,将以纸质版正本为准。中英文版本如有冲突,应以英文版 正本为准。 八、意向书文件的递交 递交截止时间:2024年9月24日10时00分 递交方式: 地址:北京市朝阳区东三环中路59号楼18F 1817 电话:010-87945198-510 收件人:郭欣悦 邮箱:guoxy@ck.citic.com 九、联系方式 业主:腾冲市水务局 地址:云南省腾冲市腾越镇观音塘社区滨河小区17号 电话:0875-5135462 邮箱:tcshzb@126.com 联系人:许茂兴 咨询公司选聘—意向书征询函12 招标代理机构: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18F 1817 电话:010-87945198-510 邮件:guoxy@ck.citic.com 联系人:郭欣悦(女士) 感兴趣的咨询顾问可在上午9:00-11:30和下午13:00- 17:00(周末和法定节假日除外)在上述地址获取更多信息 咨询公司选聘—意向书征询函13 意向书征询函附录 诚信、合格性及社会和环境责任声明 招标编号:(“合同”) 致:(“业主”) 1) 我方认可并接受本项目贷款机构对客户资助项目将遵循其已经签署的贷 款协议中规定的条件,该贷款协议直接或间接使得业主受益。因此,我 司、我方联合体或我方供货商、承包商、分包商、咨询公司或咨询公司 分支机构与本项目贷款机构并无任何法律关系。业主单独负有准备和执 行合同采购及履行工作的责任。业主的指代依情况而定,可能是货物采 购项目中的买方,工程和大型机械设备项目中的业主,咨询或非咨询服 务项目中的客户。 2) 我方在此确认我方自身,抑或我联合体其它成员或我方供货商、承包商、分包商、咨询公司或咨询公司分支机构将不存在以下情形中的任何一 项: 2.1) 处于破产、关闭或停业、法院接管、破产清算、重组的状态或由上述 情形导致的类似情况; 2.2) 在过去五年内,在进行采购或合同执行过程中,被合同执行所在 国具有既判力的法院判决为诈骗、腐败或任何其他的犯罪(如果 存在这样的判决,你们可以在本诚信声明后面附上支持信息,证 明这项判决与本合同的背景不相关);在过去五年内,在进行采购或合同执行过程中,被欧盟或我们所 在国家的主管部门,因诈骗、腐败或任何其他的犯罪而处以行政 制裁(如果存在这样的制裁,你们可以在本诚信声明后面附上支 持信息,证明这项制裁与本合同的背景不相关); c. 在过去五年内,在完成法开署支持的采购或合同执行过程中,被 合同执行所在国具有既判力的法院判决为诈骗、腐败或任何其他 咨询公司选聘—意向书征询函14 的犯罪(如果存在这样的判决,你们可以在本诚信声明后面附上 支持信息,证明这项判决与本合同的背景不相关)。 2.3) 处于因反恐和国际和平与安全政策,受到联合国、欧盟和/或法国的 制裁的状态; 2.4)在过去五年内,在履行合同过程中,未能遵守或坚持遵守我们的 合同义务,导致合同终止且判决结果我们完全败诉,除非这项终止已 被质疑,争议尚未解决或者判决结果我们并没有彻底败诉; 2.5) 未能按照我方所在国家或业主所在国家的法律规定履行纳税的财政义 务; 2.6)被世界银行排除在外,名单列在下列网站上http://www.worldbank. org/debarr(如果存在这样的排除,你们可以在本诚信声明后面附上 支持信息,证明这项排除与本合同的背景不相关) 2.7)作为本合同采购程序的一部分,向业主提交了不实的或歪曲事实 的资料。 3) 我方在此证明,不论我方,抑或我方联合体所有成员或我方的供货商、承包商、分包商、咨询公司或咨询公司分支结构并未卷入以下任何利益 冲突情形之中: 3.1) 作为业主的附属机构或业主股东,除非该利益冲突已受控并已以法开 署满意的方式解决; 3.2) 在采购过程中,与业主员工存在商业或亲属关系,且该员工涉及合同 授予或监管的工作,除非该利益冲突已受控并已以法开署满意的方式 解决; 3.3) 受控于或控制另外一家投标人或咨询公司或共同处于另外一家投标人 的控制;或直接或间接接受或受另外一家投标人或咨询公司的资助;与另外一家投标人或咨询公司为同一法人;与另外一家投标人或咨询 公司保持直接或间接的联系并可分享招标申请、标的或建议书信息,影响业主的决定; 咨询公司选聘—意向书征询函15 3.4) 参与了某项目的咨询活动,因其自然属性,可能会与业主的任务产生 冲突; 3.5)在工程或货物采购中:编制或与咨询机构合作编制了招标标的的规格、图纸、计 算或其它资料,这些资料将被用于本项目的采购; ii. 我方或我方附属机构已受聘(或正被提名受聘)作为本合 同的监督或检查执行机构; 4) 如若我方为政府所有企业,我方在此证明我方拥有法律和财务自治权,并且我方在遵守商业法律法规的要求下运营。 5) 我方承诺将向业主,并由业主转告法开署所有就本声明第2至第4条发生 的任何变化。 6) 关于合同采购和履行: 6.1) 我方不会且将来也不会发生任何失信行为(故意或疏忽)从而去欺骗 他人、隐瞒事项、违反或违背他人意愿、诱使他人规避法律法规的要 求或/和违反其国内法规,以获取非法利益。 6.2) 我方不会且将来也不会发生任何失信行为(故意或疏忽),违背法律 法规要求或我方国内法规以获取非法利益。 6.3) 我 方 不 会 且 将 来 也 不 会 直 接 或 间 接 向 (i) 任何业主所在国拥有立法、行政、管理或司法权利的人员,不论该人 员是被任命或被选举的、永久还是临时受命、领薪与否、社会地位高 低,(ii) 任何履行公共职能的人员,包括公立院所、国有企业或公共服务机构, 或 (iii)根 据 业 主 所 在 国 法 律 , 被 视 为 公 职 人 员 的 任 何 人 , 或第三人和实体承诺、提供或给予不恰当的好处,从而造成上述人员 行使其正常职能的权利受限。 6.4)我方不会且将来也不会直接或间接向任何私有领域受聘于行政岗 位且不论其能力如何的个人或第三人和实体承诺、提供或给予不恰当 的好处,从而造成上述人员行使其正常职能的权利受限。 咨询公司选聘—意向书征询函16 6.5) 我方不会且将来也不会发生以损害业主利益,影响合同的授予工作,特别是反竞争措施以防止、限制和扭曲竞争局面等限制市场进入和自 由竞争的行为。 6.6) 我方以及我方联合体成员、供货商、承包商、分包商、咨询公司或咨 询公司分支机构不会在任何领域获取、供应或运行受联合国、欧盟或 法国禁运的设备。 6.7) 我方承诺自身并确保我方供货商、承包商、分包商、咨询公司或咨询 公司分支机构遵守国际环境和劳工标准,以及合同执行所在国适用的 法律法规,包括国际劳工组织(ILO)的基本惯例。同时,我方将采取 环境和社会风险缓解措施,如环境和社会管理计划中列明的内容,如 适用的话,以及业主提供的环境和社会影响评估通知。 7) 我方,以及我方联合体成员和分包商兹授权开发署检查与本合同采购及 执行有关的账目、记录和其它文件并接受开发署任命的审计人员审计。 姓名:____________________ 职务_____________________ 签字:______________________________ 授权单位名称1____________________ 1如若为联合体投标,插入联合体名称。建议书签字代表须附上联合体所有成员对其的签字授权 书。 咨询公司选聘—意向书征询函17 咨询公司选聘—意向书征询函 18 评估意向书的矩阵模板 下表可用于确定申请人的候选名单。 每位申请人必须填写一张表格。对于申请人提交的每项业绩,符合的在方框中打勾。 咨询公司名称: ____________________________________________________________________________________________________
合同时间 (以合同签署时间为准)合同规模1咨询服务的性质技术领域和专业
业绩A2 【请插入 业绩名称】【请插入该业绩的合同签署 日期】【请插入该业绩的合 同规模】【请插入咨询服务的性质】【请插入该业绩所属的技 术领域和专业】
业绩B
业绩C
【其他】
总计3【请插入对应列填写的数量】【请插入对应列填写 的数量】【请插入对应列填写的数量】【请插入对应列填写的数 量】
入围咨询顾问短名单的咨询公司应遵循以下规则: 咨询公司必须在【河道综合治理相关领域的监理业绩、房屋建筑相关领域的监理业绩、截流排 污等工程相关领域的监理业绩、水利工程相关领域的质量检测业绩、房建或市政工程相关领域 1 每个标准列应反映意向书征询函中提供的类似经验列表。 2 每行应是意向书中列出的单独业绩。 3 每列的“总计”表示符合标准的业绩数量。 咨询公司选聘—意向书征询函 19 的质量检测业绩】5个技术领域和专业中的每个领域和专业,至少有一项业绩完全符合相应“合 同时间、合同规模、咨询服务的性质”的标准;否则其意向函将被拒绝。 如果同一个合同业绩涉及2个或以上前述“技术领域和专业”,只能视作一个合同业绩计算。 咨询公司必须在【利用国际金融组织或外国政府贷款项目的监理业绩】领域和专业,至少有五 项业绩完全符合相应“合同时间、合同规模、咨询服务的性质”的标准;否则其意向函将被拒 绝。 咨询公司的排名基于完全满足“合同时间、合同规模、咨询服务的性质、技术领域和专业”标 准的业绩数量。 对于联合体,所有成员的业绩将相加为总和。 Ecological conservation and restoration of the Daying river and its watershed in Tengchong,Yunnan Province Lot 4: Engineering construction supervision and quality inspection and related services Bid No.: 0733-24092222 Selection of Consultants Request for Expressions of Interest September, 2024 Selection of Consultants – Request for Expressions of Interest 1 Request for Expressions of Interest The People’s Republic of China Ecological conservation and restoration of the Daying river and its watershed in Tengchong,Yunnan Province CONSULTING SERVICES Expressions of Interest I. Introduction Tengchong Water Authority (hereinafter referred to as “Employer”) has applied for foreign government loan and intends to use part of the funds thereof for payments under the following project “Ecological conservation and restoration of the Daying river and its watershed in Tengchong, Yunnan Province Lot 4: Engineering construction supervision and quality inspection and related services. The Employer hereby invites Applicants to show their interest in delivering the Services described above. This Request for Expressions of Interest is open to: √ Consulting firms Individual consultants  Joint Venture between NGO(s) and  NGOs consulting firm(s) Among the submitted applications, the Employer will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent. II. Project Background In order to limit the deterioration and disappearance of the country's biodiversity and natural habitats, the Chinese authorities are implementing an active policy for the restoration and protection of natural resources. Since its approval by the State Council in 2010, the Ministry of Environment has been implementing the "Biodiversity Conservation Strategy and Action Plan (2011-2030)". Its goals are consistent with those of Aichi and the "2011-2020 Selection of Consultants – Request for Expressions of Interest 2 Biodiversity Strategic Plan" adopted by the Parties to the Convention on Biological Diversity (CBD) in October 2011. In addition, the goal of "building ecological civilization" has been elevated to the height of national strategy and written into the constitution. This broad concept aims to establish a resource-saving and environmentally friendly society based on respecting the carrying capacity of resources and the environment. In order to achieve this goal, China adopted a particularly structured territorial development guideline in 2017, known as the "Ecological Red Line". Each province must identify areas within this framework where ecological functions are crucial for protecting biodiversity, ecosystems, forest resources, soil and water resources, as well as "ecologically fragile" areas. Although the implementation of this guideline is still ongoing in various provinces of China, spatial planning at all levels of territory must strictly comply with the provisions of these red lines. It is in this situation that Tengchong City has decided to carry out a large-scale river and basin ecological structure adjustment project. The Daying River, which runs through Tengchong from northeast to southwest, is a tributary of the Irrawaddy River that flows through Myanmar. The Daying River Basin is located within the territory of Tengchong City, with a total area of 1043 square kilometers. As a region with multiple ecological functions in western Yunnan, the Daying River Basin plays an important role in protecting water resources and biodiversity. However, in recent years, the increase in local population and rapid economic development have caused losses to the ecosystem of the Daying River Basin, resulting in problems such as soil erosion, water pollution, and ecological degradation. The current infrastructure and management system are insufficient to manage these challenges and maintain Tengchong's rich biodiversity and environmental resources. In response to the constantly rising environmental and social challenges, Tengchong has begun implementing the Rural Revitalization Plan, which covers various aspects of rural development, such as restoring the rural environment and improving public infrastructure (water treatment, transportation, garbage collection, etc.), as well as improving the living Selection of Consultants – Request for Expressions of Interest 3 conditions of local people. As part of this plan, Tengchong City has commissioned the "Daying River and its Basin Ecological Restoration" comprehensive project through the Tengchong Water Bureau. The total cost of the project is estimated to be 66.9 million euros. The loans from the Development and Reform Commission will mainly focus on ecological restoration activities (65% of the loans), pollution control and environmental education (25% of the loans), and capacity building (7% of the loans). This contract lot includes the following tasks: Task 1: Provide supervision services during the project implementation - Sub-task 1.1: Inspect the construction conditions prepared by the Employer before starting the project, the construction preparations of the contractor, participate, host, or co-host design disclosure meetings with the Employer, and review and approve construction drawings. - Sub-task 1.2: Control the starting conditions during the construction phase, quality control of the project, progress control of the project, fund control of the project, construction safety supervision, civilized construction supervision, and other contract management work (including engineering changes, claims management, default management, project insurance, project subcontracting, dispute settlement, etc.), information management, engineering evaluation and acceptance. Task 2: Provide inspection services for construction quality management -Sub-task 2.1: In accordance with relevant national regulations, complete quality inspections in comprehensive river management and ecological restoration projects, including but not limited to physical inspections of construction materials, structures, steel structures, and embankment compaction etc.. -Sub-task 2.2: In accordance with relevant national regulations, complete quality inspections in wetland restoration, biodiversity conservation, carbon Selection of Consultants – Request for Expressions of Interest 4 storage, biological and forest restoration, rural ecological restoration projects, including but not limited to physical inspections of pile foundation, structures, steel structures, energy-saving inspections, indoor environment inspections, lightning protection inspections, and fire protection inspections, etc.. The consulting services will be provided throughout the implementation period, from 2024 to 2029. Deliverable results will include at least: 1. Supervision Planning, supervision implementation rules, supervision diary, supervision quarterly report, supervision annual report, supervision summary report. 2. Quality test plan, test implementation details, all categories of quality test final report, all professional test result report. III. Evaluation Criteria The services under this lot are to be provided by a team with rich experience in the related fields. Please provide the CVs of the proposed key experts for reference of the Evaluation Committee (not commitment; the consultant can replace the relevant key experts according to the requirements in the Request for Proposals (RFP) when preparing the proposal). Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted. It is noted that the Request for Expression of Interest is not a Request for Proposals, and the requested information should not involve a large amount of work from the applicants. In particular, the drafting of a methodology for the consulting services is not required to be submitted at this stage. In order to speed up the evaluation process, it is required that the application documents do not exceed 80 pages. Selection of Consultants – Request for Expressions of Interest 5 Determination of the similarity of the experiences will be based on: The technical area and expertise (① Supervision in related fields of comprehensive river management; ② Supervision in related fields of building construction; ③ Supervision in related fields of diversion and sewage discharge works; ④Quality inspection in related fields of water conservancy engineering; ⑤ Quality inspection in related fields of building construction or municipal engineering and ⑥ Supervision Projects financed by International Financial Institution or Foreign Government Loan); The nature of the Services (supervision project and quality inspection project); The contract time and size: ① The consultant has completed at least 1 (one) supervision project in the field of comprehensive river management in the past five years (from January 1, 2019 to the proposal submission deadline, subject to the date of signing the contract), each contract amount shall not be less than RMB 1.5 million yuan; ② The consultant has completed at least 1 (one) supervision project in the field of building construction in the past five years (from January 1, 2019 to the proposal submission deadline, subject to the date of signing the contract), each contract amount shall not be less than RMB 1 million yuan; ③ The consultant has completed at least 1 (one) supervision project in the field of diversion and sewage discharge works in the past five years (from January 1, 2019 to the proposal submission deadline, subject to the date of signing the contract) , each contract amount shall not be less than RMB 1 million yuan; ④ The consultant has completed at least 1 (one) quality inspection project in the field of water conservancy engineering in the past five years (from January 1, 2019 to the proposal submission deadline, subject to the date of signing the contract) , each contract amount shall not be less than RMB 600,000 yuan. ⑤ The consultant has completed at least 1 (one) quality inspection project in the field of building construction or municipal engineering in the past five Selection of Consultants – Request for Expressions of Interest 6 years (from January 1, 2019 to the proposal submission deadline, subject to the date of signing the contract), each contract amount shall not be less than RMB 400,000 yuan. ⑥ In the past ten years (from January 1, 2014 to the proposal submission deadline, subject to the date of signing the contract), the Consultant has at least 5 (five) experience in the performance of supervision projects financed by International Financial Institution or Foreign Government Loan. Note: The applicant must fully meet the requirement of at least one contract reference in each of the above ①- ⑤ contract experience requirements and must fully meet the requirement of at least five contract references in the above ⑥contract experience requirements; otherwise its EOI will be rejected. The Client will also take into account for the evaluation of the applications the following items: - Domestic companies shall be independent legal entities and must provide copies of business license which shows they have been established for no less than 5 years (the date on business license shall prevail); - Foreign companies shall provide either copies of business licenses or copies of documents evidencing their legal registration, showing that they have been established for no less than 5 years (the date on business license or documents evidencing legal registration shall prevail). - Domestic companies shall provide valid ISO9001 Quality Management System Certificate; Foreign companies shall present related documentation with official company seal (such as qualification certificates and copies of award certificates accompanied by accurate Chinese translation) if the said certificate is not applicable. Applicants shall have the following qualifications (applying only to domestic companies): (1) Having the general qualification of engineering supervision; or Selection of Consultants – Request for Expressions of Interest 7 Simultaneously having the Water Conservancy and hydro-power professional grade A qualification and housing construction professional grade B or above qualifications and municipal public professional grade B or above qualifications. (2) The bidder Have the qualification certificate of inspection and testing institution, the scope of inspection and testing shall at least include: ① The qualification certificate issued by the Ministry of Housing and Urban- Rural Development should include the following 9 specialized qualification certificates for inspection and testing institutions: Housing and Municipal Engineering: foundation engineering testing, building settlement observation, main structure engineering testing, steel structure physical testing, building water supply, drainage and heating engineering, indoor environmental air quality testing, building electrical testing, road (municipal) engineering testing, witness sampling testing, etc.; ② The qualification certificate issued by the Ministry of Water Resources should include the following 5 specialized professional water conservancy qualifications and the qualification certificate level with grade B or above: Water conservancy engineering: geotechnical engineering, concrete engineering, metal structure, mechanical and electrical engineering, measurement, etc.. Specific recommendations for the applicants The assignment of the key experts is comprised by in-house and on-site work. The applicant must have key experts who can speak Chinese and English. International experts must be able to speak English; local key experts must be able to speak both Chinese and English. IV. Eligibility Criteria to the Financing 1. Rules of nationality and of origin Financing allocated by this Lender has been entirely untied since 1st January 2002. All goods and services are eligible for the Lender financing regardless of the country of origin (except where an international embargo applies) of the supplier, contractor, consultant, sub-contractors, inputs or resources used in the implementation processes. Selection of Consultants – Request for Expressions of Interest 8 This decision not only concerns the “Least Developed Countries” (LDCs), pursuant to the OECD/DAC Recommendation of 20th April 2001 on untying aid, but also all the other foreign countries where the Lender operates. 2. Grounds for exclusion Natural or legal persons (including all members of a joint venture or any of their subcontractors) shall not be awarded a Lender-financed contract if, on the date of submission of an application or of a bid or on the date of award of a contract, they: (1) are bankrupt, being wound up or ceasing their activities, are having their activities administered by the courts, have entered into receivership, or are in any analogous situation arising from any similar procedure; (2) the following grounds: a. have been convicted within the past five years by a court decision, which has the force of res judicata in the country where the project is implemented, of fraud or corruption or any other offence committed during the procurement or performance of a contract, unless they provide supporting information together with their Statement of Integrity which shows that this conviction is not relevant in the context of this foreign lender-financed project; b. In the past five years, the European Union or its national competent authority has determined that it has committed fraud or corruption or any other crime in the procurement process or during the performance of the contract, unless it provides relevant information and a statement of good faith to prove that this punishment has nothing to do with the loan contract of the project lending institution c. In the past five years, fraud or corruption or any other criminal act that has been adjudicated by the court and has the force of judgment in the procurement and execution of the loan contract of the loan institution. (3) are listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight against terrorist financing or threat to international peace and security; (4) In the past five years, the contract was terminated due to gross negligence or long-term failure to perform contractual obligations during the performance of the contract, unless (i) the termination of the contract is questioned, (ii) the dispute is still in the process of settlement or no final result has been directed to them; Selection of Consultants – Request for Expressions of Interest 9 (5) have not fulfilled their obligations regarding the payment of social security contributions or taxes in accordance with the legal provisions of the country where they are established or the Beneficiary’s country; (6) are subject to an exclusion decision of the World Bank, since 30 May 2012, and are listed on the website http://www.worldbank.org/debarr, unless they provide supporting information together with their Statement of Integrity which shows that the exclusion is not relevant in the context of this foreign-lender financed project; (7) have committed misrepresentation in documentation requested by the Beneficiary as part of the contract procurement procedure. The notices published and other bidding documents issued by the Beneficiary shall stipulate the above exclusion criteria at the earliest possible stage. 3. Conflict of interest In order to ensure fair competition, except in cases duly accepted by the Lender, natural or legal persons (including all members of a joint venture or any of their subcontractors) may NOT take part in a competitive bidding process if they: (1) are an affiliate controlled by the Beneficiary or a shareholder controlling the Beneficiary, unless the stemming conflict of interest has been brought to the attention of the Lender and resolved to its satisfaction; (2) have a business or a family relationship with a Beneficiary’s staff involved in the selection procedure or the supervision of the resulting contract, unless the stemming conflict of interest has been brought to the attention of the Lender and resolved to its satisfaction; (3) are controlled by or control another bidder or are under common control with another bidder, receive from or grant subsidies directly or indirectly to another bidder, have the same legal representative as another bidder, maintain direct or indirect contacts with another bidder which allow them to have or give access to information contained in the respective bids, to influence them or influence the decisions of the Beneficiary; (4) are engaged in a consultancy activity which, by its nature, may be in conflict with the assignments that they would carry out for the Beneficiary; (5) in the case of a work or goods procurement procedure: (i) prepared or have been associated with a consultant who prepared feasibility studies, specifications, drawings, calculations and other documentation that are subject of the bid; Selection of Consultants – Request for Expressions of Interest 10 (ii) have been recruited or are proposed to be recruited, themselves or any of their affiliates, to carry out works supervision or inspection for this contract. (6) are government-owned entities which are not able to provide evidence that (a) they are legally and financially autonomous and/or (b) they do operate under commercial law. (7) Applicants/sub-consultants who took part in the project’s feasibility study are not entitled to submit an offer for any lot of the project; (8) The successful bidder for Lot1 (Design and Programming) and the successful bidder for Lot2 (Technical Assistance) cannot participate in bidding for this contract lot; (9) Consultants, whether bidding independently or as a lead member of JV or as a member of JV (if the consultant is JV), after winning Lot4, cannot participate in bidding for Lot 3, Lot 5, Lot 6, and Lot 7 of this project. 4. Embargos The Beneficiary undertakes not to acquire or supply any equipment or to operate in any sector which is subject to an embargo by the United Nations, the European Union or France. V. Joint Venture The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). The total number of the members of a Joint Venture shall not exceed 3 (three). The same Sub-consultant may participate in several applications. If the Applicant is a JV, the expression of interest shall include:A copy of the JV Agreement entered into by all members, or a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal; 2. JV Agreement shall indicate the leading partner of the JV and respective work scope and responsibility as well as a commitment to state that each party of the JV will assume liable responsibility to the Employer if they won the bid. Selection of Consultants – Request for Expressions of Interest 11 In the absence of this document, the other members will be considered as Sub-consultants. Experiences and qualifications of Sub-consultants are not taken into account in the evaluation of the applications. VI. Task Description Task 1: Provide supervision services during the project implementation The main purpose of this task is to ensure that the Employer receives supervision services during the construction process and meets the relevant Chinese government legal requirements. This is to ensure the smooth operation of the entire project and meet the regulatory requirements of the AFD. The supervisory agency should fully support the Employer during the construction process, including but not necessarily limited to the following: - Sub-task 1.1: Inspect the construction conditions prepared by the Employer before starting the project, the construction preparations of the contractor, participate, host, or co-host design disclosure meetings with the Employer, and review and approve construction drawings. According to relevant laws and regulations and the content of engineering construction, these are the tasks that the supervisory company should complete during the construction preparation phase. This includes checking the employer's construction drawings, benchmark points, land provision, hydro communication, and other conditions before starting; inspecting the contractor's personnel, materials, machinery, construction materials, construction plans, etc.; participating in or hosting engineering design disclosure meetings, reviewing and approving drawings, and participating in project divisions. -Sub-task 1.2: Control the starting conditions during the construction phase, quality control of the project, progress control of the project, fund control of the project, construction safety supervision, civilized construction supervision, and other contract management work (including engineering changes, claims management, default management, project insurance, project subcontracting, dispute Selection of Consultants – Request for Expressions of Interest 12 settlement, etc.), information management, engineering evaluation and acceptance. -Including the issuance of start-up notice, branch project start-up, unit project start-up, concrete pouring warehouse. -Carry out quality control work in accordance with the supervision work system and implementation regulations, supervise and control quality elements such as construction quality, personnel related to quality activities, raw materials, intermediate products, engineering equipment, construction equipment, process methods, and construction environment etc.. -To examine and approve the general construction schedule; to approve the construction schedule submitted by the contractor; to check and coordinate the actual construction schedule; to adjust the construction schedule. -Review the fund flow plan submitted by the contractor, and assist the contractor to prepare the contract project payment plan; establish a contract engineering payment standing book and record payment situations. According to the actual progress of the project, analyze the payment situation of the contract project, propose the adjustment of the payment plan of the contract project if necessary; review the completed payment application, issue the completed payment certificate; review the final payment application, issue the final payment certificate, etc.. -Construction safety supervision. -Civilized construction supervision. -Contract management of other work (including engineering changes, claims management, default management, engineering insurance, engineering subcontracting, dispute resolution, etc.) -Information management. -Engineering evaluation and acceptance. Selection of Consultants – Request for Expressions of Interest 13 Task 2: Provide inspection services for construction quality management The main purpose of this task is to ensure that the Employer in the construction quality management to obtain comprehensive, accurate and scientific testing data, quality management to provide a basis. Keep the whole project in order. The consulting company should fully support the Employer in quality testing, including but not limited to the following. -Sub-task 2.1: In accordance with relevant national regulations, complete quality inspections in comprehensive river management and ecological restoration projects, including but not limited to physical inspections of construction materials, structures, steel structures, and embankment compaction. -Sub-task 2.2: In accordance with relevant national regulations, complete quality inspections in wetland restoration, biodiversity conservation, carbon storage, biological and forest restoration, rural ecological restoration projects, including but not limited to physical inspections of pile foundation, structures, steel structures, energy-saving inspections, indoor environment inspections, lightning protection inspections, and fire protection inspections, etc.. VII. Language of Bid The EOI prepared by the Applicant and all correspondence and documents relating to the Bid exchanged by the Applicant, Employer and Tendering Agent, shall be written in English with accurate Chinese translation attached. Supporting documents and printed literature that are part of the EOI may be provided in another language and shall be accompanied by an accurate English and Chinese translation. Applicants shall prepare ONE (1) original EOI in English, ONE (1) original EOI in Chinese, four (4) copies EOI in Chinese. In addition, the Applicant shall also submit, together with the EOI, an electronic version of EOI, which shall be Selection of Consultants – Request for Expressions of Interest 14 complete and editable and shall be stored in a flash drive and sealed together with the original EOI. In case of any discrepancy between the original hard copy and the electronic version, the former shall prevail. In case of any discrepancy between the English and Chinese version, the English original shall prevail. VIII. Submission of the Expressions of Interest (EOI) Deadline for submission: The Expressions of Interest must be submitted to following address and no later than 10:00 am (Beijing Time), September 24 2024. Submission method: Address: 1817, 18/F, No. 59, East Third Ring Middle Road, Chaoyang District, Beijing, China Tel: 010-87945198-510 Addressee: Xinyue Guo Email: guoxy@ck.citic.com IV. Contact Information Employer: Tengchong Water Authority Address: No.17, Riverside Community, Guanyintang Community, Xiyuan Street, Tengchong City, Baoshan City, Yunnan Province Telephone: 0875-5135462 Email: tcshzb@126.com Contact: Mr. Xu Maoxing Tendering Agent: CITIC International Tendering Co., Ltd Address: 1817, 18/F, No. 59, East Third Ring Middle Road, Chaoyang District, Beijing, China Telephone: 010-87945198-510 Email: guoxy@ck.citic.com Contact: Ms. GUO Xinyue Selection of Consultants – Request for Expressions of Interest 15 Interested Applicants obtain further information from 9:00-11:30 a.m. to 13:00-17:00 p.m. (except weekends and public holidays) during office hours at the above address. Selection of Consultants – Request for Expressions of Interest 16 Appendix to The Request for Expressions of Interest (To be submitted with the application, signed and unaltered) Statement of Integrity, Eligibility and Environmental and Social Responsibility Reference of the bid or proposal _________________________________(the "Contract") To: _______________________________________________________(the "Employer")We recognise and accept that the Lender only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between the Lender and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services. 2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations: 2.1 Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure; 2.2 Having been: a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract); Selection of Consultants – Request for Expressions of Interest 17 b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract); c) convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of a contract financed by the Lender; 2.3 Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security; 2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us; 2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country; 2.6 Being subject to an exclusion decision of the World Bank and being listed on the website (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract); 2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract. We hereby certify that neither we, nor any of the members of our joint venture 3. or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest: Selection of Consultants – Request for Expressions of Interest 18 3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of the Lender and resolved to its satisfaction; 3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of the Lender and resolved to its satisfaction; 3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority; 3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority; 3.5 In the case of procurement of goods, works or plants: i. Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract; ii. Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract. 4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations. 5. We undertake to bring to the attention of the Contracting Authority, which will inform the Lender, any change in situation with regard to points 2 to 4 here above. 6. In the context of the procurement process and performance of the corresponding contract: 6.1) We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or Selection of Consultants – Request for Expressions of Interest 19 vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit; 6.2) We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit; 6.3) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State-owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity; 6.4) We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations; 6.5) We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti-competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings; 6.6) Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France; 6.7) We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with Selection of Consultants – Request for Expressions of Interest 20 international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority. 7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise the Lender to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by the Lender. Name: _____________________ In the capacity of: _________________________________ Duly empowered to sign in the name and on behalf of1:_______________________________ Signature: ___________________________________________________________________ Dated: _____________________________________________________________________ 1 In case of joint venture, insert the name of the joint venture. The person who will sign the application, bid or proposal on behalf of the applicant, bidder or consultant shall attach a power of attorney from the applicant, bidder or consultant. Selection of Consultants – Request for Expressions of Interest 21 Matrix template for evaluating Expressions of Interest The table below may be used to establish the shortlist of Applicants. One table must be completed for each Applicant. For each experience submitted by the Applicant, check the boxes of the criteria which are met by the experience. Name of the Applicant: ________________________________________________________________________________________________
Contract timeContract size1Nature of the ServicesTechnical area and expertise
2
Total3
1 Each criterion column should reflect the list of similar experiences provided in the Request for Expressions of Interest, such as (i) Nature of services, (ii) Technical expertise and (iii) Location. 2 Each row will be a separate experience which is listed in the application. 3 The "total" for each column indicates the number of experiences which meet the criterion. Selection of Consultants – Request for Expressions of Interest 22 The selection of Applicants to be shortlisted shall follow the rules as defined herebelow: The consulting company must have at least one contract reference in each of the five technical area and expertise, , that fully meets the corresponding standards of "Contract time, Contract size, and Nature of the services"; Otherwise, the EOI will be rejected. If the same contract performance involves two or more of the aforementioned "technical area and expertise", it can only be considered as one contract reference for calculation. The consulting company must have at least five contract references in the area and expertise of that fully meet the corresponding standards of "Contract time, Contract size, and Nature of the services"; Otherwise, the EOI will be rejected. The ranking of Applicants is based on the number of performance metrics that fully meet the criteria of "Contract time, Contract size, Nature of the services, technical area and expertise". For a Joint Venture, the experiences of all members will be added together for a combined total.
返回顶部