THE JIANGXI PROVINCIAL PORT & WATERWAY CONSTRUCTION INVESTMENT CO. LTD. has floated a tender for Contract notice: EIB - Left Bank of Riverside: Construction Works and Shuanggang: Civil Works and M&E Equipment. The project location is Switzerland and the tender is closing on 30 Jul 2018. The tender notice number is 260669-2018, while the TOT Ref Number is 24280616. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Switzerland

Summary : Contract notice: EIB - Left Bank of Riverside: Construction Works and Shuanggang: Civil Works and M&E Equipment

Deadline : 30 Jul 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 24280616

Document Ref. No. : 260669-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : THE JIANGXI PROVINCIAL PORT & WATERWAY CONSTRUCTION INVESTMENT CO. LTD.
Office Name: The Jiangxi Provincial Port & Waterway Construction Investment Co. Ltd.

Town: Nanchang
Switzerland

Tender Details

Object of the contract
EIB - Left Bank of Riverside: Construction Works and Shuanggang: Civil Works and M&E Equipment

Description: Contract notice: EIB - Left Bank of Riverside: Construction Works and Shuanggang: Civil Works and M&E Equipment

Authority Type: Other
Contact Nature: Works
Procedure: Not specified
Document: Contract notice
Regulation: European Investment Bank, European Investment Fund, European Bank for Reconstruction and Development
Award criteria: Not specified
CPV code: 41110000,
CPV Description: Drinking water.

(hereinafter referred to as "the Borrower") has applied for a loan from the European Investment Bank — EIB (hereinafter referred to as "the Bank") towards the cost of the Jiangxi Water Transport Project. This International Invitation for Tenders related to the contracts for Left Bank of Riverside Construction Works (Contract N BW3) and Shuanggang Civil Works and M&E Equipment Installation (Contract N SW1)..

The 2 contracts will include the following works:.

Contract N BW3 shall supply labor, materials, equipment, and incidental services, and construct and commission reinforcement works of endangered sections of the Left Bank, building new pumping stations and upgrading existing pumping stations, building new drainage pumping stations, embankment works, padding farmland works, water diversion works, and associated temporary facilities..

Contract N SW1 shall supply labor, materials, equipment, and incidental services, and construct and commission ship lock and gate dam, navigation channel and left and right banks reinforcement works, shore buildings works on the right bank, reinforced concrete works, access roads, dam-top roads and bridges, ship lock hoist room, central control room and slice hoist room engineering, embedded parts of metal structures, metal structures, opening and closing machinery and other equipment, water diversion works, earthworks yard planning and works, environmental protection and water and soil conservation measures, associated temporary works, and operation and maintenance of ship lock and 18 sluices before the acceptance of the project..

The contracts are expected to be implemented from 1.9.2018 to 31.8.2020 for Contract BW3 and from 1.9.2018 to 31.8.2021 for Contract SW1, respectively.

Bidders could bid for one of contracts or both contracts..

The criteria to be used in the tender evaluation are, in decreasing order of importance:.

Contract BW3:.

(1) The Contract BW3 ceiling budget is 324 915 000 CNY (or 41 656 000 EUR). Any bid with the bid price over the ceiling amount will be rejected..

(2) Financial Performance: Submission of audited financial statements or, if not required by the law of the Bidder's country, other financial statements acceptable to the Employer, for the last three (3) years (from 2015 to 2017) to demonstrate the current soundness of the Bidder's financial position. As a minimum, the Bidder's net worth for the last year calculated as the difference between total assets and total liabilities should be positive..

(3) Average Annual Construction Turnover: The minimum average annual turnover of 200 000 000 CNY (or an equivalent amount in foreign currency) during the last three (3) years..

(4) Financial Resources: The Bidders must demonstrate their financial resources to meet the cash-flow requirement of 200 000 000 CNY..

(5) Construction Experience: The Bidders shall have been successfully implemented at least one similar project with the contract value of 100 000 000 CNY during the last 5 years. National bidders should have the National Class I Port and Waterway Construction Certificate or the National Class I Hydro-engineering and Hydropower Engineering Certificate. International bidders should have the capability and experiences to undertake the contract..

Contract SW1:.

(1) The Contract SW1 ceiling budget is 1 003 235 CNY (or 128 620 000 EUR). Any bid with the bid price over the ceiling amount will be rejected..

(2) Financial Performance: Submission of audited financial statements or, if not required by the law of the Bidder's country, other financial statements acceptable to the Employer, for the last three (3) years (from 2015 to 2017) to demonstrate the current soundness of the Bidder's financial position. As a minimum, the Bidder's net worth for the last year calculated as the difference between total assets and total liabilities should be positive..

(3) Average Annual Construction Turnover: The minimum average annual turnover of 500 000 000 CNY (or an equivalent amount in foreign currency) during the last three (3) years..

(4) Financial Resources: The Bidders must demonstrate their financial resources to meet the cash-flow requirement of 500 000 000 CNY..

(5) Construction Experience: The Bidders shall have been successfully implemented at least one similar project with at least 1 000 ton ship lock during the last 5 years. National bidders should have the National Class I Port and Waterway Construction Certificate or the National Class I Hydro-engineering and Hydropower Engineering Certificate. International bidders should have the capability and experiences to undertake the contract..

The technical proposal will be evaluated in accordance with proposed site organization, staffing, work plan, construction methods, quality assurance, progress management, safety management, environmental management, work excellence plan for quality and safety, application of BIM, specific solutions on key issues, etc. The maximum technical scores (T) will be 70..

The formula for determining the financial scores (P) of all other Proposals is calculated as following:.

P = 30 x Fm/ F, .

In which.

"P" is the financial score, .

"Fm" is the lowest ETP (Evaluated Total Price (ETP), and.

"F" is the ETP of the proposal under consideration..

The lowest evaluated Financial Proposal (Fm) is given the maximum financial score (P) of 30..

Bidders are ranked according to their combined technical scores and financial scores (total score S) using T + P = S the maximum total score of 100..

The substantially responsive to requirements of the Bidding Documents and the highest evaluation scores of bids will be accepted to award contracts..

All firms are invited to participate in the tender..

Interested eligible Bidders may obtain further information from 15.6.2018 to 29.7.2018, during working time: 9:30 - 11:30 and 13:30 - 16:30 (Beijing Time), and inspect the Bidding Documents at:.

Address: Jiaotong Keji Building, N 249, Fuhe Road North, 21/F, Nanchang Municipality, .

Jiangxi Province, China.

Contact: Ms Wang Keke.

Telephone: 0791-86690975.

E-mail: 36057268@qq.com.

A complete set of bidding document for each contract may be purchased on the submission of an application to the above address, and upon payment of a non-refundable fee of RMB 1 000 or 150 EUR for each contract by cash or to the following account bearing the name of the contracts. On request, against a faxed copy of the evidence of the remittance, the Bidding Documents may be sent by courier service if the transport is previously ordered by the Bidder in his country. The Borrower bears no responsibility for the delivery in such a case..

Name of Bank: Jiujiang Bank Nanchang Branch.

Name of account: Jiangxi Provincial Port and Waterway Construction Investment Co. Ltd Jiangxi.

Xinjiang Waterway Project Construction Management Office.

Account N.: 7870 7010 0100 1389 58.

A Bid Security of for Contract BW3 800 000 CNY or equivalent, or for Contract SW1 800 000 CNY or equivalent fulfilling the conditions indicated in the Bidding Documents must accompany all bids..

All bids must be delivered in closed envelopes bearing the mention "Bid for Jiangxi Water Transport Project Contract BW3 Left Bank of Riverside Construction Works" and / or "Bid for Jiangxi Water Transport Project Contract SW1 Shuanggang Civil Works and M and E Equipment Installation" not later than 30.7.2018, 9:30 AM (Beijing Time) at the following address: Jiangxi Provincial Nanchang Public Resources Trade Center, N 1318, Feng He Zhong Road, Honggutan New District, Nanchang Municipality, Jiangxi Province, China, Postcode: 330008..

Technical proposals of bids will be opened immediately in the presence of Bidders'representatives who choose to attend, while the financial proposals will not be opened until advised by the Employer..


Internet address (URL):

Documents

 Tender Notice