欢迎访问 交通运输新闻网!
当前所在: 首页 > 法律法规 > 正文

梧州至硕龙公路(崇靖高速至硕龙口岸段)工程监理服务意向书征询函

时间:2022-05-30作者:佚名来源:广西壮族自治区交通运输厅网站

  

  意向书征询函

  (咨询服务-公司选择)

  国 家:中华人民共和国

  业   主:广西崇左市城市建设投资发展集团有限公司

  项目名称:广西崇左市边境互联互通改善项目

  贷款编号:L0357A

  任务名称:梧州至硕龙公路(崇靖高速至硕龙口岸段)工程监理服务

  REOI编号:GCBCIP-Supervison-01

  1. 中华人民共和国已申请亚洲基础设施投资银行贷款,用于广西崇左市边境互联互通改善项目,并拟将部分贷款资金用于本咨询服务。

  2. 本咨询服务包括:

  梧州至硕龙公路(崇靖高速至硕龙口岸段)主线及连接线路基、路面、桥涵、隧道、路线交叉、交通安全设施、机电、房建、绿化等所有工程的施工质量、安全、环保、费用和进度的监理,同时按照亚投行的要求进行环境、社会、卫生、安全(ESHS)监管。具体服务范围见任务大纲(附件1)。

  本任务拟于合同生效之日开始,至缺陷责任期结束之日止,其中施工准备期预计1个月,施工期预计36个月,缺陷责任期预计24个月。

  本任务适用基于时间的合同。

  3. 本任务的详细任务大纲后附于本意向书征询函,见附件1。

  4. 业主现邀请合格的咨询公司(咨询顾问)表达其提供本服务的意向。感兴趣的咨询顾问应提供相关信息(包括但不限于咨询顾问介绍、类似经验描述及证明材料等)证明其拥有履行本服务所要求的资格条件和相关经验。关键专家不在短名单阶段进行评审。

  4.1资格条件

  4.1.1 资历要求

  咨询顾问应为已注册的社会组织(研究机构、设计院、咨询机构、公司、大学或非政府组织),且具有5年以上从事工程监理服务的经验。国内咨询顾问应同时具备(i)公路工程专业甲级监理资质;(ii)公路工程专业公路机电工程专项监理资质;以及(iii)房屋建筑工程专业乙级及以上监理资质。

  4.1.2 合格性

  (1)禁止性:咨询顾问未被列入亚投行禁止名单,可在亚投行外部网站获取该名单(www.aiib.org/debarment);

  (2)利益冲突:咨询顾问不得存在亚投行《受款人采购说明临时操作指引》(可在亚投行网站上获取)中4.4、4.4.2和13.4款关于利益冲突的情形;

  (3)国有企业:国有企业须提供证明,证明其(i)出于商业目的经营或成立,且进行商业运作;(ii)财务和管理上是独立的;(iii)不受政府部门日常管理的控制;且(iv)不受业主或其采购机构的监管。

  4.1.3 类似经验

  咨询顾问近5年(2017.1.1-递交意向书截止时间,以实际交工验收时间为准),具有满足下列要求的业绩:

  (i)至少独立完成过1项不少于15公里的新建或改扩建高速公路工程施工监理服务(至少包含路基工程与沥青混凝土路面工程);

  (ii)至少独立完成过1项新建或改扩建高速公路特大桥工程施工监理服务;

  (iii)至少独立完成过1项新建或改扩建高速公路长隧道或特长隧道工程施工监理服务;

  (iv)至少独立完成过1项新建或改扩建高速公路机电工程(同时包含收费、监控、通信系统)施工监理服务;

  (v)至少独立完成过1项新建或改扩建高速公路隧道机电工程施工监理服务;

  (vi)至少独立完成过1项新建或改扩建高速公路房屋建筑工程施工监理服务,且建筑面积不小于8000 m2。

  注:①上述业绩数量以监理服务项目(合同段)计算,若同一监理服务项目(合同段)能够同时满足2个或以上业绩要求的,可分别予以认定。②如为联合体,仅联合体牵头人提供的(i)(ii)(iii)(vi)项业绩可以认定。③“独立”系指独立承担相应工作内容。

  4.2 评分标准

  根据咨询顾问近5年(2017.1.1-递交意向书截止时间,以实际交工验收时间为准)独立完成的下述类似业绩(在满足4.1.3中要求的类似经验最低要求的基础上)进行评分:

  (i)每增加1项不少于15公里的新建或改扩建高速公路工程施工监理服务业绩的(至少包含路基工程与沥青混凝土路面工程)加2分,本项最多加10分;

  (ii)每增加1项新建或改扩建高速公路特大桥工程施工监理服务业绩的加5分,本项最多加35分;

  (iii)每增加1项新建或改扩建高速公路长隧道或特长隧道工程施工监理服务业绩的加5分,本项最多加25分;

  (iv)每增加1项新建或改扩建高速公路机电工程(同时包含收费、监控、通信系统)施工监理服务业绩的加5分,本项最多加10分;

  (v)每增加1项新建或改扩建高速公路隧道机电工程施工监理服务业绩的加5分,本项最多加10分;

  (vi)每增加1项建筑面积不小于8000 m2的新建或改扩建高速公路房屋建筑工程施工监理服务业绩的加5分,本项最多加10分。

  注:①上述业绩数量以监理服务项目(合同段)计算,若同一监理服务项目(合同段)能够同时满足2个或以上评分标准的,可分别予以认定。②如为联合体,仅联合体牵头人提供的(i)(ii)(iii)(vi)项业绩可以认定。③“独立”系指独立承担相应工作内容。

  5. 感兴趣的咨询顾问应关注亚投行《受款人采购说明临时操作指引(2016.6.2)》第二章4.4、4.4.2和13.4段中关于利益冲突的规定。

  6. 本任务接受联合体提交意向书,联合体成员数量不超过2个。国内咨询顾问如为联合体,联合体牵头人必须具备公路工程专业甲级监理资质和房屋建筑工程专业乙级及以上监理资质,其他联合体成员应具备与其承担的工程施工监理任务相适应的资质,联合体牵头人须承担除本合同机电工程专业监理外的其他全部专业工程监理工作。国内咨询顾问自行设立工地试验室的,应具有相应的《公路水运试验检测机构等级证书》,否则,咨询顾问应委托具有相应资格的第三方试验检测机构设立工地试验室。

  7. 本次咨询顾问的选择方法为:基于质量与费用选择(QCBS)的国际公开竞争性选择。业主将从满足本意向书征询函资格条件的咨询顾问中,根据评分标准,按分数由高到低选择排名前六的咨询顾问列入短名单,并邀请其递交建议书。如多家咨询顾问得分相同且并列名次上限,则均列入短名单。

  8. 更多信息可于工作时间(北京时间上午9:00-12:00,下午15:00-17:30)内通过文末地址获得。

  9. 咨询顾问应使用附件2的样本格式准备意向书,并可做必要的增加和修改。本意向书征询函以英文发布,并提供中文译本,中英文如有差异以英文为准。咨询顾问可选择任一语言提交意向书,国内咨询顾问应以中文提交意向书。意向书必须在北京时间2022年6月17日17:00前以书面形式(现场递交、邮寄或电子邮件)送达下述地址,并注明项目名称、咨询顾问名称与详细联系方式:

  北京中交建设工程咨询有限公司

  地址:北京市朝阳区北苑路170号凯旋城C座0502

  联系人:郭星

  电话:+86-010-51656869-826

  电子邮箱:zec_consulting@126.com

  因北京疫情影响,建议咨询顾问以电子邮件形式提交意向书。

  10. 本意向书征询函在亚洲基础设施投资银行网站(https://www.aiib.org/)、联合国发展业务在线网站(http://www.devbusiness.com/)、中国招标投标公共服务平台(http://www.cebpubservice.com/)、广西壮族自治区招标投标公共服务平台(http://zbtb.gxi.gov.cn:9000/)、全国公共资源交易平台(广西·崇左)(http://ggzy.jgswj.gxzf.gov.cn/czggzy)、广西壮族自治区交通运输厅网站(http://jtt.gxzf.gov.cn/)、业主网站(http://www.czcjjt.com.cn/)同时发布。

  附件1任务大纲

  附件2意向书样本格式

  业主:广西崇左市城市建设投资发展集团有限公司

  联系人:梁辉,采购经理

  地址:广西崇左市江州区兰怀山路18号

  电话:+86 0771-7837718

  传真:+86 0771-7837797

  电子邮箱:47547843@qq.com

  

  

  REQUEST FOR EXPRESSIONS OF INTEREST

  (CONSULTING SERVICES – FIRMS SELECTION)

  

  Country:

  People’s Republic of China

  Client:

  Guangxi Chongzuo Urban Construction Investment Development Group Co. Ltd

  Project:

  Guangxi Chongzuo Border Connectivity Improvement Project

  Loan No.:

  L0357A

  Assignment Title:

  Construction Supervision Services for Wuzhou to Shuolong Highway (Chongjing Expressway to Shuolong Port Section)

  REOI Reference No.:

  GCBCIP-Supervision-01

  1. The People’s Republic of China has applied for financing from the Asian Infrastructure Investment Bank (hereinafter referred to as “the Bank”) toward the cost of the Guangxi Chongzuo Border Connectivity Improvement Project, and intends to apply part of the proceeds for the assignment.

  2. The consulting services (“the Services”) include the following aspects: (a) supervision services of construction quality, safety,environmental protection, cost and progress of subgrade, pavement, bridge, tunnel, route intersection, traffic safety facility, mechatronics, house building and landscape works of the main route and link of Wuzhou to Shuolong Highway (Chongjing Expressway to Shuolong Port Section); (b) conducing the environment, society, health and safety (ESHS) regulation according to the requirements of the Bank. The detailed requirements can be found in the assignment’s TOR (Annex I as attached).

  The Services may begin on the Effective Date of the contract, and ended upon the end of Defect Liability Period, in which approximately 1 month for construction preparing period, 36 months for construction period and 24 months for Defect Liability Period.

  Time-based contract form will be applied to the assignment,.

  3. The detailed Terms of Reference (TOR) for the assignment are attached to this request for expressions of interest (see Annex I).

  4. The Client now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information (including but not limited to the Consultant’s introduction, description of similar experiences and corresponding certificates) demonstrating that they have the required qualifications and relevant experiences to perform the Services. Key Experts will not be evaluated at the shortlisting stage.

  4.1 Qualification Criteria

  4.1.1 Qualification Requirements

  The Consultant shall be registered social organization (research institution, design institution, consulting agency, firms, universities or other non-governmental organizations) which has construction supervision experience for at least 5 years. Domestic Consultant shall have the following qualification certificates: (i) Class A supervision qualification certificate for highway engineering; (ii) Special supervision qualification certificate for highway mechatronics engineering; and (iii) Class B or above supervision qualification certificate for building engineering.

  4.1.2 Eligibility

  (1) Debarment: The Consultant shall not be listed in the AIIB’s Debarment List which is available at Bank’s external website (www.aiib.org/debarment).

  (2) Conflict of Interest: The Consultant shall not be involved in the situations as per paragraph 4.4, 4.4.2 and 13.4 of Interim Operational Directive on Procurement Instructions for Recipients which is available at the Bank’s website.

  (3) State-owned Enterprises: State-owned enterprises or institutions shall provide evidence indicating that they: (i) are carrying-out or are established for a business purpose, and are operating on a commercial basis; (ii) are financially and managerially autonomous; (iii) are not controlled by the government on day-to-day management; and (iv) are not under the supervision of the Client or its procuring agency.

  4.1.3 Similar Experiences

  The Consultant shall have the following experiences in the past 5 years (2017.1.1 - submission deadline of EOI. the actual date of the acceptance prevails):

  (i) At least 1 construction supervision service for new-built (or reconstructed or expanded) expressway not less than 15 kilometers (at least including subgrade engineering and asphalt concrete pavement engineering) performed independently by the Consultant;

  (ii) At least 1 construction supervision service for grand bridge engineering of new-built (or reconstructed or expanded) expressway performed independently by the Consultant;

  (iii) At least 1 construction supervision service for long tunnel or super long tunnel engineering of new-built (or reconstructed or expanded) expressway performed independently by the Consultant;

  (iv) At least 1 construction supervision service for mechatronics engineering (including charging, monitoring and communication systems) of new-built (or reconstructed or expanded) expressway performed independently by the Consultant;

  (v) At least 1 construction supervision service for tunnel mechatronics engineering of new-built (or reconstructed or expanded) expressway performed independently by the Consultant;

  (vi) At least 1 construction supervision service for building engineering with building area not less than 8000m2 of new-built (or reconstructed or expanded) expressway performed independently by the Consultant;

  Notes: ① Number of the above similar experiences are considered in supervision services assignment (contract), the experience which meets several criteria can be affirmed respectively. ② For joint venture, only the experiences provided by leader member in (i), (ii), (iii) and (vi) shall be affirmed. ③ “independently” means carrying out the relevant work independently.

  4.2 Rated Criteria

  The Consultant will be rated in accordance with the following similar experiences (exclusive of the experiences mentioned in para. 4.1.3 above) performed independently by the Consultant in the past 5 years (2017.1.1 - submission deadline of EOI. the actual date of the acceptance prevails):

  (i) 2 scores for every additional construction supervision service for new-built (or reconstructed or expanded) expressway not less than 15 kilometers (at least including subgrade engineering and asphalt concrete pavement engineering), no more than 10 scores for this sub-criterion;

  (ii) 5 scores for every additional construction supervision service for grand bridge engineering of new-built (or reconstructed or expanded) expressway, no more than 35 scores for this sub-criterion;

  (iii) 5 scores for every additional construction supervision service for long tunnel or super long tunnel engineering of new-built (or reconstructed or expanded) expressway, no more than 25 scores for this sub-criterion;

  (iv) 5 scores for every additional construction supervision service for mechatronics engineering (including charging, monitoring and communication systems) of new-built (or reconstructed or expanded) expressway, no more than 10 scores for this sub-criterion;

  (v) 5 scores for every additional construction supervision service for tunnel mechatronics engineering of new-built (or reconstructed or expanded) expressway, no more than 10 scores for this sub-criterion;

  (vi) 5 scores for every additional construction supervision service for building engineering with building area not less than 8000m2 of new-built (or reconstructed or expanded) expressway, no more than 10 scores for this sub-criterion.

  Notes: ① Number of the above similar experiences are considered in supervision services assignment (contract), the experience which meets several criteria can be affirmed respectively. ② For joint venture, only the experiences provided by leader member in (i), (ii), (iii) and (vi) shall be affirmed. ③ “independently” means carrying out the relevant work independently.

  5. The attention of interested Consultants is drawn to Section II, paragraphs 4.4, 4.4.2 and 13.4 of the Bank’s Interim Operational Directive on Procurement Instructions for Recipients dated June 2, 2016 (“Procurement Instructions”), setting forth the Bank’s policy on conflict of interest.

  6. Consultant may associate with other firms in the form of joint venture. The number of members in the joint venture shall not exceed 2. For joint venture of domestic consultants, the leader member shall have Class A supervision qualification certificate for highway engineering and Class B or above supervision qualification certificate for building engineering, while the other member has the qualification certificate comparable to the assigned works. The leader member shall undertake all the services other than mechatronics engineering supervision. Domestic Consultant may establish the site laboratory if it has the correspondingLevel Certificate of Highway and Waterway Testing & Inspection Institution, otherwise the Consultant shall entrust a qualified third-party institution to establish the site laboratory.

  7. A Consultant will be selected in accordance with International Open Competitive Tendering via QCBS method set out in the Procurement Instructions. At the shortlist stage, the Client will list qualified and experienced Consultants ranked within 6th in the shortlist and invite them to submit their Proposals based on the rated criteria among the qualified Consultants. Consultants with the same scores shall be treated equally and all listed in the shortlist when ranking within sixth.

  8. Further information can be obtained at the address below during office hours 09:00 to 12:00 am and 15:00-17:30 pm, Beijing time.

  9. Consultant shall prepare the expression of interest (EOI) using the Sample Form attached to this REoI (see Annex II) with necessary additions and revisions. ThisREOIhas been issued in the English language. In addition, the REOI is translated into the Chinese language. In the event of any discrepancy between the English and Chinese versions, the English version shall prevail. Consultant has a choice of submitting the EOI in any of the languages stated above. Domestic Consultant shall submit EOI in Chinese. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) showing clearly the assignment name, Consultant name and detailed contact information byJune 17, 2022, 17:00 pm, Beijing time:

  Beijing Zhongjiao Construction Engineering Consulting Co., Ltd

  Address: Room 502, No. 170, Beiyuan Road, Chaoyang District, Beijing, China

  Attention: Guo Xing

  Tel: +86-010-51656869826

  E-mail: zec_consulting@126.com.

  Consideringthe inconvenience caused by the COVID-19, it is recommended that Consultant submit EOI by E-mail.

  10. The REOI will publish on AIIB website (https://www.aiib.org/), UN Development Business Online (http://www.devbusiness.com/), China Tendering And Bidding Public Service Platform (http://www.cebpubservice.com/), Guangxi Tendering And Bidding Public Service Platform (http://zbtb.gxi.gov.cn:9000/), Chongzuo Public Resources Trading Platform (http://ggzy.jgswj.gxzf.gov.cn/czggzy), Department of Transport of Guangxi Zhuang Autonomous Region (http://jtt.gxzf.gov.cn/), the Client’s website (http://www.czcjjt.com.cn/).

  AnnexITerms of Reference

  Annex II EOI Sample Form

  Client: Guangxi Chongzuo Urban Construction Investment Development Group Co. Ltd

  Attn: Liang Hui, Procurement Manager

  Address: No.18 Lanhuaishan Road, Jiangzhou District, Chongzuo City, Guangxi Zhuang Autonomous Region, China

  Tel: +86 0771-7837718

  Fax: +86 0771-7837797

  E-mail: 47547843@qq.com

  

  

  文件下载:

  附件1-GCBCIP-Sup01-TOR-CN-0527发布.docx
附件2-GCBCIP-Sup01-格式-CN-0527发布.docx


原文链接:http://jtt.gxzf.gov.cn/zfxxgk/fdzdgk/ggzyjy/zbxx_1/t11950880.shtml
[免责声明] 本文来源于网络转载,仅供学习交流使用,不构成商业目的。版权归原作者所有,如涉及作品内容、版权和其它问题,请在30日内与本网联系,我们将在第一时间处理。

>>上一篇:广西柳江红花水利枢纽二线船闸工程智慧船闸管控一体化系统设备采...

>>下一篇:​贵港港平南港区武林作业区二期一阶段道路、堆场及配套设施工程...

本站部分信息由相应民事主体自行提供,该信息内容的真实性、准确性和合法性应由该民事主体负责。交通运输新闻网 对此不承担任何保证责任。
本网部分转载文章、图片等无法联系到权利人,请相关权利人与本网站联系。
北京金政国信资讯中心主办 | 政讯通-全国政务信息一体化办公室 主管
交通运输新闻网 jtysxw.org.cn 版权所有。
联系电话:010-56019687、010-53385910,监督电话:15611852065,违法和不良信息举报电话:010-57028685
第一办公区:北京市东城区建国门内大街26号新闻大厦5层;第二办公区:北京市西城区砖塔胡同56号西配楼
邮箱:jiaotongfzdyzx@163.com    客服QQ:2569439875 通联QQ:3072982632
中国互联网协会 不良信息举报中心 网络违法犯罪举报网站 北京网络行业协会