WindTurbine Installation Project(sectionII)for PutianPinghai BayOffshore WindPowerFarmPhaesIIProject莆田平海湾海上风电场二期项目
WindTurbine Installation Project(sectionII)for PutianPinghai BayOffshore WindPowerFarmPhaesIIProject莆田平海湾海上风电场二期项目
Project NamProject name: Wind Turbine Installation Project (section II) for Putian Pinghai Bay Offshore Wind Power Farm Phase II Project (hereinafter referred to as the “Project”).
Bidding No.: PHWFD-II-ZB-028.
Bid Invitation Conditions
Fujian Tendering Center Co., Ltd.(hereinafter referred to as “the Tendering Agent”), entrusted by Fujian Zhongmin Offshore Wind Power Co., Ltd.(hereinafter referred to as the “Bid Inviter”), now holds a public tendering for the wind turbine installation project (section II) of the Putian Pinghai Bay offshore wind power farm phase II projectfor deciding contractors. The eligible enterprises from the member countries of “BRICS” can participate in the bidding of the Project.
Project Overview and Bidding Scope:
2.1 Project Profile
The Putian Pinghai Bay Offshore Wind Power Farm Phase II Project is situated in Pinghai Bay, Xiuyu District, Putian City. The Project neighbors Daitou Peninsula on the west, Nanri Island on the north and Meizhou Island on the southwest. It is about 12km far from Pinghai Town and covers some parts of Zone B and Zone C of the Putian Pinghai Bay Offshore Wind Power Farm. A total of 41 sets of wind turbine generator units with an individual capacity of 6MW are proposed to be installed, including 20 sets in Zone B and 21 sets in Zone C. The total installed capacity will reach about 246MW.
2.2 Tendering Scope:
The scope of tendering covers installation works of the21 sets of wind turbine generator units in Zone C.Including: Unloading of wind turbines generator units and their auxiliary equipment and storage, transportation and installation thereof after unloading, cooperation work during commissioning and correction of wind turbines, auxiliary construction facilities during construction period, video and image recording of the entire installation and construction processes of this section, etc.For details,please refer to relevant contents, tendering drawings and Bill of Quantities set out in Clause 1.2 and Clause 1.3, Volume II Technical Part of the tendering document.
3.Construction Time Requirements:
Proposed total construction period: 400calendar days, the planned commencement date is June, 2019, and the specific date of commencement shall be subject to the written notice of the Tenderee.
4.Bidding Qualification
4.1 Units who are capable to undertake the Tendering Project and meet the specific requirements for qualifications can bid for the Project.
4.2 The Project adopts a Post-qualification reviewmode for qualification examination of the Bidders, and contents and standards of the qualification examination are as follows:
(1) The Bidders shall be independent legal persons registered in any member country of “BRICS” and also registered in the People"s Republic of China; (2) The bidder is not within the duration of its penalty of disqualification by competent administrative department in the industry from the submission of its bid;
(3) The Bidders must have one of the following qualifications required by this bid invitation:
1) Grade 1and above general contracting qualification for port and waterway engineering construction;
2) Grade 1 professional contracting qualification for port and coastal engineering
3) Third-grade qualification of general contracting for power engineering construction and above.
(4)The Biddersshall have undertaken at least 1offshore wind turbine unit installationproject over the past five years (five years before the deadline of the bidding, similarly hereinafter) (The Bidders shall provide bidding documentsthat include construction contracts and corresponding supporting materials such as quality appraisal certificates or handover (completion) acceptance certificates, and the completion time of the project shall be that specified in the supporting materials);
(5)The proposed project manager of the Project from the Bidders shall have a valid first-class certified constructor qualification and the title of senior engineer and above, and hold a valid Class B safety production assessment certificate;
(6)The Bidders shall have a valid Safety Production License of Construction Enterpriseand certificates for ISO9000 quality management system, environmental management system and occupational health and safety management system;
(7) The bidder shall have a good financial position, bank credit and business reputation; also, it is not within one of the following states until the deadline for submission of bids: ordered by the competent administrative department and the judicial authority to stop doing business, having its property taken over, frozen, bankrupt; and its working capita can meet the needs of this project;
(8)Units that share the same principal or have the relationship of share holding or management, and other units that cannot participate in the bidding at the same time according to laws and regulations shall not participate in the bidding at the same time, otherwise, their bidding shall be invalid.
4.3 This project rejects the joint bidding.
5.Access to Bidding Documents
The Tenderee will sell the tendering document daily from 09:00to 11:00and from 15:00to 17:00on 10 May, 2019through 18 May, 2019at Business Department 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 versions) are each priced at RMB 300, other materials cost RMB 700 per copy and this amount is non-refundable. If it is required to purchase the tendering document at any other place, the purchase price for such tendering document shall be remitted into the account of the Tendering Agency and the remittance evidence shall be faxed to the Agency and the purpose of remittance, name of entity, contact person, address and telephone number, email address, etc.shall be indicated so as to facilitate receipt of the tendering document in both electronic and printed versions.
6.Bid Evaluation Method
A comprehensive evaluation methodis adopted under this bidding project.
7.Submission of Bid Security
7.1 Time of payment of bid security: Before the deadline of bidding;
7.2 Way of payment of bid security:The bid security shall be paid through telegraphic transfers or bank transfers from the Bidder"s corporate basic account of a bank in the domicile of the Bidder to the bid bond account designated by the Tenderee in the bid invitation announcement;
7.3 Amount of bid security: RMBEIGHTHUNDREDTHOUSANDONLY
8.Submission of Bidding Documents
8.1 The bidding documents shall be submitted as of 9:30 on 5 June, 2019 (Beijing time), the place for submission is Project Bidding Room, 4F, Tower A, Tendering Building, No. 68 Hongshanyuan Road, Gulou District, Fuzhou City and the receipts areMs. Chen and Mr. Lin.
8.2 When submitting the bidding documents, the bidder’s representative shall submit the original of the power of attorney (it is not needed to be provided for the legal representative) and produce the original ID card of the authorized representative (or legal representative). The project manager that the bidder intends to send shall take his/her National Certified Constructor Practicing Certificate (original) and original ID card to the site for verification and registration. The project manager and the authorized representative may be the same person.
8.3 The Bid Inviter will not accept the Bids delivered exceeding the time limit or to wrong places.
9.Bid Opening Time and Place
The Tenderee shall open the bid on the same time and place as the above-mentioned ones.
10.Media of Publishing Bid Invitation Announcement
This announcement is made on websites including"Fujian Public Resources Trading and Electronic Public Service Platform" (www.fjggfw.gov.cn),"China Procurement and Tendering Website" (.cn), “Mechanical and electrical products tendering and bidding electronic trading platform“(http:///) and the “official website of New Development Bank”(www.ndb.int)and clarification on tendering document, supplemental notification and the bid winner list shall be published on the website of "Fujian Public Resources Trading and Electronic Public Service Platform" (www.fjggfw.gov.cn).
11. Contact Information
Name of Bid Inviter: Fujian Zhongmin Offshore Wind Power Co., Ltd.
Address: 14F Binhai Building, No. 1099 Licheng Avenue, Chengxiang District, Putian City, Fujian Province
Contact: Lian Bingbing
Tel.: ****-*******
Name of the Tendering Agency: Fujian Tendering Center Co., Ltd.
Detailed address: Room 628, Tower C, Tendering Building, No. 68 Hongshanyuan Road, Gulou District, Fuzhou City
Tel.,Fax: ****-********
Contact: Lin Xian, Chen Si
Bank Account Number of Bid Security:
Account Name: Fujian Tendering Center Co., Ltd.
Opening Bank:Ximen Subbranch, Fuzhou Branch, Industrial Bank Co., Ltd.
Name of Supervision Body: Office of Discipline Supervision andInvestigation, Fujian Investment andDevelopment Group Co., Ltd.
Tel.: ****-********
招标公告项目名称:莆田平海湾海上风电场二期项目风机安装工程(II标段)(以下简称“本项目”)。
招标编号:PHWFD-II-ZB-028。
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安装工程(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。
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台风机设备安装工程。包括:风电机组及附属设备的卸货及卸货后的保管、运输、安装、试验等工作,风机调试消缺期间的配合以及施工期的施工辅助设施、以及本标段安装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。
3.工期要求:
计划总工期:400日历天,计划2019年06月开工,具体开工日期以招标人书面通知为准。
4.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壹级及以上资质;
2)港口与海岸工程专业承包壹级资质;
3) 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项已完工的海上风机安装工程业绩(要求在投标文件中提供施工合同和与其对应的质量鉴定证书或交(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投标。
5.招标文件的获取
招标人发售招标文件的时间为2019年5月10 日起至2019年5月18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700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。
6.评标办法
本项目采用综合评分法的评标办法。
7.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。
8.投标文件递交
8.1投标文件提交的截止时间为2019年6月5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。
9.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。
10.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)、“机电产品招标投标电子交易平台”(http:///)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:连兵兵
联系电话:****-*******
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: ****-********
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
监督机构名称:福建省投资开发集团纪检监察室
联系电话:****-********
标签: 海上风电
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