Wind Turbine Foundation Construction Project (section II) for Putian Pinghai Bay Offshore Wind Power Farm Phase II Project 莆田
Wind Turbine Foundation Construction Project (section II) for Putian Pinghai Bay Offshore Wind Power Farm Phase II Project 莆田
Project Name:Wind Turbine Foundation Construction Project (section II) for Putian PinghaiBay Offshore Wind Power Farm Phase II Project (hereinafter referred to as the“Project”).
Tendering No.: PHWFD-II-ZB-025.
1、 Bid invitationconditions
Fujian Tendering Center Co., Ltd. (hereinafter referred to as "the BiddingAgency"), entrusted by Fujian Zhongmin Offshore Wind Power Co., Ltd. (hereinafter referred to as “the Tenderee”), now holds a public tendering forthe Wind Turbine Foundation Construction Project (Section II) of the PutianPinghai Bay Offshore Wind Power Farm Phase II Project for decidingcontractors. The Project accepts the bids of eligible enterprises from themember contries of “BRICS”.
2、 Projectoverview and tendering scope:
2.1Project overview
The Putian Pinghai Bay Offshore WindPower Farm Phase II Project is situated in Pinghai Bay, Xiuyu District, PutianCity. The project neighbors Daitou Peninsula on the west, Nanri Island on thenorth and Meizhou Island on the southwest. It is about 12km far from PinghaiTown and covers part areas of Zone B and Zone C of the Putian Pinghai BayOffshore Wind Power Farm. A total of 41 sets of wind turbine generator unitswith an individual capacity of 6MW are proposed to be installed, including 20sets in Zone B and 21 sets in Zone C. The total installed capacity will reachabout 246MW.
2.2Tendering scope:
The tendering scope coversconstruction of foundation and ancillary facilities of 21 wind turbines in AreaC. These include: Foundation construction andancillary facilities installation for 21 wind turbines and engineering safetymonitoring, special recording of vedios on all site construction processes of PhaseII Projects (including Cormorant island Wharf, Booster Station, Phase II MarineLaying and Phase II Foundation Construction, etc.) , except the Basicconstruction and fan installation of I section and the installation of Phase IIWind Turbine . For details, please refer to relevantcontents, tendering drawings and Bill of Quantities set out in Clause 1.2 andClause 1.3, Volume II Technical Part of the tendering document.
3、 Schedule requirements:
Proposed total construction period: 480 calendar days,the planned commencement date is July 2018, the specific date of commencement shallbe subject to the written notice of the Tenderee.
4、 Bidding qualification
4.1Units who are capable to undertake the Tendering Project and meet the specificrequirements for qualifications can bid for the Project.
4.2The Project adopts a Post-qualification review mode for qualification examination of the Bidders, and contents andstandards of the qualification examination are as follows:
(1) The bidder shall bean independent legal entity registered in the territory of the Peoples Republicof China. Foreign legal entities registered in other BRICS countries canparticipate in the tendering, but they need to set up independent legalentities within the territory of the Peoples Republic of China as theirbidders;
(2) The bidder is not within the duration of its penalty ofdisqualfication by competent administrative department in the industry from thesubmission of its bid;
(3) TheBidders must have one of the following qualifications required by this bidinvitation:
1) Grade 2and above general contracting qualification for port and waterway engineeringconstruction;
2) Grade 1professional contracting qualfication for port and coastal engineering
3)First-grade qualification of specialized contracting for offshore oilengineering;
4) Third-grade qualification ofgeneral contracting for power engineering construction and above.
(4) The Bidders shall have undertaken at least 1 wind turbineunit foundation construction project of an offshore wind power farm over thepast five years (five years before the deadline of the bidding, similarlyhereinafter) (The Bidders shall provide bidding documents that includeconstruction contracts for their relevant performance, quality appraisalcertificates or handover (completion) acceptance certificates and othersupporting materials, the completion time of their projects shall be thatspecified in the supporting materials);
(5) The proposed project manager of the Projectfrom the Bidders shall have a valid first-class certified constructorqualification and a senior engineer title and above, and hold a valid Class Bsafety production assessment certificate;
(6) The Bidders shall have a valid SafetyProduction License of Construction Enterprise, the ISO9000 quality managementsystem certificate, environmental management system certificate andoccupational health and safety management system certificate;
(7) The bidder shall have a good financialposition, bank credit and business reputation; also, it is not within one ofthe following states until the deadline for submission of bids: ordered by thecompetent administraive department and the judicial authority to stop doingbusiness, having its property taken over, frozen, bankrupt; and its workingcapita can meet the needs of this project;
(8) Units that share a same principal or therelationship of share holding or management, and other units that cannotparticipate in the bidding at the same time according to laws and regulationsshall not participate in the bidding at the same time, otherwise, their biddingshall be invalid.
4.3 The consortium bid is notaccepted in the tender.
5、 Access totendering documents
TheTenderee will sell the tendering document daily from 09:00 to 11:00 and from 15:00 to 17:00 on 9 April, 2018 through 15 April , 2018 at BusinessDepartment of Fujian Tendering Center Co., Ltd. (Address: Room 628, Tower C,Tendering Building, No. 68 Hongshanyuan Road, Gulou District, Fuzhou City). The tendering documents (including electronic documents) are each priced at RMB300,the other information are each priced at RMB1700, and thisamount is non-refundable. If it is required to purchase the tendering documentat any other place, the purchase price for such tendering document shall beremitted into the account of the Tendering Agency and the remittance evidenceshall be faxed to the Agency and the purpose of remittance, name of entity,contact person, address and telephone number, email address, etc. shall beindicated so as to facilitate receipt of the tendering document in both electronicand printed versions.
6、 Bid evaluationmethod
Acomprehensive evaluation method is adopted under this bidding project.
7、 Payment of bidbond
7.1 The bid bond shall be paid by: deadlinefor bid submission;
7.2 Way of paying the bid bond: Thebid bond shall be paid through telegraphic transfers or bank transfers from theBidders corporate basic account of a bank in the domicile of the Bidder to thebid bond account designated by the Tenderee in the bid invitation announcement;
7.3 The bid bond amount shallbe: SAY RMB EIGHT HUNDRED THOUSAND ONLY.
8、 Submission ofbidding documents
8.1Deadline for submission of bidding documents is 9:30 on 3 May , 2018 (Beijingtime), the place for submission is: Project Bidding Room, 4F, Tower A,Tendering Building, No. 68 Hongshanyuan Road, Gulou District, Fuzhou City.Recipient: Ms. Chen, Mr. Lin.
8.2 When submitting thebidding documents, the bidder’s representative shall submit the original of thepower of attorney (it is not needed to be provided for the legal representative)and produce the original ID card of the authorized representative (or legalrepresentative). The project manager that the bidder intends to send shall takehis/her National Certified Constructor Practicing Certificate (original) andoriginal ID card to the site for verification and registration. The projectmanager and the authorized representative may be the same person.
8.3 The bidding documents that failto be delivered on time or to the appointed place will be rejected by theTenderee.
9、 Time and place for bid opening
The Tenderee shall open the bid on the same time and place as theabove-mentioned ones.
10、 Media of publishing bidinvitation announcement
This announcement is made on websites including"Fujian Public Resources Trading and Electronic PublicService Platform" (www.fjggfw.gov.cn), "Fujian Tenderingand Procurement Website" (www.fjbid.gov.cn), "China Procurement and TenderingWebsite" ( .cn), China International Tendering Website.(www.bidnews.cn) and the official website of New Development Bank(www.ndb.int), etc. Tendering Q & A, supplementary notices and bidpublicity will be released through the the "Fujian Public ResourcesTrading and Electronic Public Service Platform".
11. Contact information
Name ofTenderee: Fujian Zhongmin Offshore Wind Power Co., Ltd.
Address: 14F BinhaiBuilding, No. 1099 Licheng Avenue, Chengxiang District, Putian City, FujianProvince
Contact person: WuFengyun
Tel:0594-2371681
Nameof the Tendering Agency: Fujian Tendering Center Co., Ltd.
Detailed address: Room628, Tower C, Tendering Building, No. 68 Hongshanyuan Road, Gulou District,Fuzhou City
Tel, Fax: 0591-87538104
Contact person: Lin Xian,Chen Si
Bank account number ofbid bond:
Account Name: Fujian Tendering Center Co., Ltd.
Opening Bank: Fuzhou Ximen Branch ofIndustrial Bank Co., Ltd.
Account No.: 118080100100104492
Name of supervisory authorities:Discipline inspection andsupervision department of Fujian Investment &Development Group Co., Ltd.
Tel: 0594-87542194
招标公告项目名称:莆田平海湾海上风电场二期项目风机基础工程施工(II标段)(以下简称“本项目”)。
招标编号:PHWFD-II-ZB-025。
11、 招标条件
受福建中闽海上风电有限公司(以下简称“招标人”)委托,福建省招标中心有限责任公司(以下简称“招标代理”)对莆田平海湾海上风电场二期项目风机基础工程施工(II标段)进行公开招标,选定承包单位。本项目接受“金砖国家”所有成员国的合格企业参与投标。
12、 项目概况及招标范围:
2.1项目概况
莆田平海湾二期海上风电项目位于莆田市秀屿区平海湾内,西邻埭头半岛,北邻南日岛,西南邻湄洲岛,中心距离平海镇约12km,涵盖莆田平海湾海上风电场B区和C区部分区域,现阶段拟安装41台单机容量6MW的风力发电机组,其中B区布置20台机位,C区布置21台机位,总装机容量约246MW。
2.2招标范围:
本次招标范围为位于C区的21台风机基础及附属设施的施工。包括:21台风机基础施工及附属结构安装、工程安全监测,以及二期项目(除二期项目风机基础施工及风机安装I标段外及二期Ⅱ标段风机安装外)所有工程(包括鸬鹚岛码头、升压站、二期海缆敷设以及二期项目Ⅱ标段风机基础施工等)施工全过程视频影像专项录制等工作。具体工作内容详见招标文件第二卷技术卷第1.2条、1.3条的相关内容、招标图纸及工程量清单。
13、 工期要求:
计划总工期:480日历天,计划2018年 7 月开工,具体开工日期以招标人书面通知为准。
14、 投标资格条件
4.1凡具备承担本招标项目能力并符合规定的资格条件的单位,均可参加对上述招标项目的投标。
4.2本工程对投标人的资格审查采用资格后审方式,其资格审查内容和标准如下:
(1)投标人应为在任何一个金砖国家注册并登记在中华人民共和国的独立法人;
(2)投标人没有处于被行业行政主管部门取消投标资格的处罚期内;
(3)本次招标要求投标人必须具备以下资质之一:
1)具有港口与航道工程施工总承包贰级及以上资质;
2)港口与海岸工程专业承包壹级资质;
3)海洋石油工程专业承包壹级资质;
4) 电力工程施工总承包叁级及以上资质。
(4)投标人近五年内(投标截止日往前倒推5年,下同)应具备至少1项海上风电场风机基础施工业绩(要求在投标文件中提供相关业绩的施工合同、质量鉴定证书或交(完)工验收证书等证明材料,工程业绩完成的时间以证明材料上注明的时间为准);
(5)投标人拟担任本招标项目的项目经理应具备有效的一级注册建造师执业资格和高级工程师及以上职称,并持有有效的安全生产考核合格证书B证;
(6)投标人应具有有效的《施工企业安全生产许可证》、ISO9000系列质量管理体系认证证书、环境管理体系认证证书和职业健康安全管理体系认证证书;
(7)投标人应具备良好的财务状况、银行资信和商业信誉,且在本项目投标截止时未处于被有关行政主管部门、司法机关责令停业、财产被接管、冻结、破产状态,流动资金能满足本项目的需要;
(8)单位负责人为同一人或者存在控股、管理关系的不同单位及其他根据法律法规规定不能同时参加投标的,不得同时参加投标,否则其投标无效。
4.3本项目不接受联合体的投标。
15、 招标文件的获取
招标人发售招标文件的时间为2018年 4月9日起至2018年 4月15 日,每天上午9时00分至11时00分,下午3时00分至5时00分;出售地点为福建省招标中心有限责任公司业务部(地址:福州市鼓楼区洪山园路68号招标大厦C座628室)。招标文件(包括电子文档)每份人民币300元,其他资料每份1700元,售后不退。若需异地购买招标文件,请将购标费用汇入代理机构账户,并将汇款凭证传真至代理机构,注明汇款用途、单位名称、联系人、地址及电话号码、电子邮箱等,以便接收电子版和纸质招标文件。
16、 评标办法
本项目采用综合评分法的评标办法。
17、 投标保证金的提交
7.1投标保证金提交时间:投标截止时间之前;
7.2投标保证金提交方式:从投标人住所所在地银行的投标人企业基本账户以电汇或银行转账的形式汇到招标公告中招标人指定的投标保证金账户;
7.3投标保证金提交金额:人民币捌拾万元整。
18、 投标文件递交
8.1投标文件提交的截止时间为2018年 5月3 日9时30分(北京时间),提交地点为:福州市鼓楼区洪山园路68号招标大厦A座四楼本项目开标室,接收人:陈女士、林先生。
8.2递交投标文件时,投标人代表应提交授权委托书原件(法定代表人本人无须提供),并出示被授权委托人(或法定代表人)身份证原件,投标人拟派出的项目经理应当持注册建造师执业证书(原件)和身份证原件到场核验登记。项目经理与授权代表可为同一人。
8.3逾期送达的或未送达指定地点的投标文件,招标人不予受理。
19、 开标时间、地点
招标人并于上述投标截止的同一时间、地点公开开标。
20、 发布招标公告媒介
本公告通过“福建省公共资源交易电子公共服务平台”(www.fjggfw.gov.cn)、“”(.cn)、“”(www.bidnews.cn)和新开发银行官网(www.ndb.int)等网站发布,招标答疑、补充通知及中标公示均将通过“福建省公共资源交易电子公共服务平台”发布。
11、联系方式
招标人名称:福建中闽海上风电有限公司
地 址:福建省莆田市城厢区荔城大道1099号滨海大厦14层
联 系 人:吴风云
联系电话:0594-2371681
招标代理名称:福建省招标中心有限责任公司
详 细 地 址:福州市鼓楼区洪山园路68号招标大厦C座628
电 话、传 真: 0591- 87538104
联 系 人:林锨、陈思
投标保证金银行账号:
开户名:福建省招标中心有限责任公司
开户行:兴业银行福州西门支行
账号: 118080100100104492
监督机构名称:福建省投资开发集团纪检监察室
联系电话:0591-87542194
标签:
0人觉得有用
招标
|
福建省招标中心有限责任公司 关注我们可获得更多采购需求 |
关注 |
最近搜索
无
热门搜索
无