中文 | English
中国通用招标网
当前位置:网站首页 > 综合资讯 > 招标资讯 > 招标采购公告 > 工 程

仙居县域生物多样性保护和发展利用示范工程建设项目仙居县域生物多样性保护和发展利用示范工程——公盂景区入口停车楼及管理用房工程(EPC)招标公告

发布时间: 2025-12-31 16:09:43   作者:本站编辑   浏览次数:

Invitation for Bids

招标公告

 

Date: December 31, 2025

日期:2025.12.31  

Name of Country: P.R. China

国别:中国

Name of Project: Construction Project for the Parking Building and Facilities for Gongyuyan in Scenic Area Entrance (EPC) under Demonstration Project on Biodiversity Conservation and Development of Xianju County Project

项目名称:仙居县域生物多样性保护和发展利用示范工程建设项目仙居县域生物多样性保护和发展利用示范工程——公盂景区入口停车楼及管理用房工程(EPC

NCB No:          0702-2550CITC1006/5C

招标编号:0702-2550CITC1006/5C     

 

  1. The Xianju Biodiversity Development Co., Ltd. has received funds from the Agence Française de Développement (the French Development Agency) towards the cost of Project for the Demonstration Project on Biodiversity Conservation and Development of Xianju County Project. It is intended that part of the proceeds of these funds will be applied to eligible payments under the contract for Construction Project for the Parking Building and Facilities for Gongyuyan in Scenic Area Entrance (EPC).

Project construction budget: RMB 90,040,100.00 (including the maximum limit of survey and design costs is 1,405,500 yuan). The bid will be rejected if the bid price exceeds the budget.

仙居生物多样性发展有限公司已从法国开发署(AFD)申请到了一笔贷款,用于支付仙居县域生物多样性保护和发展利用示范工程建设项目项下的费用,并计划将其中部分贷款用于公盂景区入口停车楼及管理用房工程(EPC项下的合格支付。

招标控制价:人民币  90,040,100.00(含设计费用最高限价1,405,500.00人民币)。超过招标控制价的投标将被拒绝。

 

  1. CMC International Tendering Co., Ltd. (hereinafter referred to as “Employer’s Agent”), authorized and on behalf of The Xianju Biodiversity Development Co., Ltd. now invites sealed bids from eligible bidders for the Procurement of Construction Project for the Parking Building and Facilities for Gongyuyan in Scenic Area Entrance (EPC) ("the Works"). National Procurement Competitive bidding will conducted in accordance with the Agency's Single-Stage two-Envelopes Bidding Procedure.

受仙居生物多样性发展有限公司(业主)的委托,中机国际招标有限公司作为业主代理,邀请合格投标人参与公盂景区入口停车楼及管理用房工程(EPC)的投标。本次招标为国内竞争性招标方式,遵照法署一阶段双信封的招标程序。

 

  1. Interested eligible bidders may inspect the Bidding Documents at the address given below from December 31, 2025 to January 21, 2026 between 9:00 a.m. - 11:00 a.m., and 2:00 p.m. - 4:00 p.m. on work days. The IFB is also published on the afd.dgmarket.com, "China General Tendering Network" (www.china-tender.com.cn), and China Tendering And Bidding Public Service Platform (http://www.cebpubservice.com)

To obtain further information and inspect the Bidding Documents, Bidders should contact:

Name of Purchaser: Xianju Biodiversity Development Co., Ltd.

Postal Address: Northwest Gate of Civic Center Business Building, No. 77 Shenggeng West Road, Xianju County, Taizhou City, Zhejiang Province

Contact person: Ms. Liu Can

Tel. No.: 0576-89371865

Email Address: xjafdxx@126.com

 

Name of Procurement Agent: CMC International Tendering Co., Ltd.

Postal Address: Building C, General Times Center, No.1 Yard, Xiying Street, Fengtai District, Beijing

Office Rm. No,: Room 811

Contact Person: Ms. Liu Lu, Mr. Fangpeng

Email Address: liulu@cgci.gt.cn,fangpeng@cgci.gt.cn

Tel. No.: 010-81168503/81168425

Fax No.: 010-81168445

感兴趣的投标人可以到中机国际招标公司获得额外信息并到如下地址查阅招标文件,从2025年12月31日至2026年1月21日上午9:00-11:00,下午14:00-16:00(只限工作日)。本投标邀请函同时在afd.dgmarket.com、《中国通用招标网》(www.china-tender.com.cn)及中国招标投标公共服务平台(http://www.cebpubservice.com)上发布。

为了获得更多信息并查阅招标文件,投标人应联系:

买方名称:仙居生物多样性发展有限公司

邮政地址:浙江省台州市仙居县省耕西路77号市民中心商务写字楼西北门

联系人:刘灿女士

电子邮箱: xjafdxx@126.com

电话号码:0576-89371865

 

采购代理:中机国际招标有限公司

地址:北京市丰台区丽泽商务区西营街1号通用时代中心C座811

联系人:刘璐、方鹏、张钰芮

邮箱: liulu@cgci.gt.cn;fangpeng@cgci.gt.cn

电话:010-81168503、81168425

传真:010-81168445

 

 

  1. Interested eligible bidders wishing to participate bid are requested to register free of charge at the China General tendering Network (www.china-tender.com.cn) from December 31, 2025 to January 21, 2026 (Beijing Time) upon non-refundable payment of RMB 2500 for set of Bidding Documents. Technical support Tel: 4006808126. For mail orders, the document will be sent by courier at an additional cost of RMB200 (for domestic delivery). No liability will be accepted for loss or late delivery

After completing the purchase application on China General tendering Network, bidders can download the bidding documents after payment is completed in accordance with the instructions.

Bidders who purchaser the Bidding Documents by Telegraphic Transfer shall remit to:

Beneficiary: CMC International Tendering Co., Ltd.

Bank:Bank of China, Beijing Xicheng Sub-branch

Account No.: 3233 6606 6071

凡有意参加投标的潜在投标人,请于2025年12月31日至2026年1月21日(北京时间),在“中国通用招标网”(www.china-tender.com.cn) 进行免费注册。整套招标文件每套售价2500元人民币,文件售后款项不予退还。技术支持电话: 4006808126,邮购另加收200元人民币),文件售后款项不予退还。

投标人在“中国通用招标网”上填写购买申请后按照指示完成付款,支付成功即可下载招标文件。

以汇款方式购买招标文件的投标人,请汇款至:

收款人:中机国际招标有限公司

账户:中国银行北京西城支行

账号:3233 6606 6071

 

 

  1. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of the Agence Française de Développement’s Standard Bidding Documents.

投标人须知和合同通用条款中的相关规定是法国开发署贷款招标文件的规定。

 

 

  1. Bids must be delivered to the above office on or before 4th Floor, Shouke Plaza, No. 14, Xisanhuan South Road, Fengtai District, Beijing, China on or before 10:00 AM on February 11, 2026 and must be accompanied by bid security of CNY 1,700,000.00.

投标文件须在2026年2月11日上午10时00分(北京时间)之前送达北京市丰台区西三环南路14号首科大厦四层。投标文件必须伴随有一份投标保函原件,保函金额为人民币1,700,000.00元。

 

 

  1. Bids will be opened in the presence of bidders’ representatives who choose to attend at at 10:00 AM on February 11, 2026 at the offices of 4th Floor, Shouke Plaza, No. 14, Xisanhuan South Road, Fengtai District, Beijing, China.

本项目将于2026年2月11日上午10时00分在中国北京市丰台区西三环南路14号首科大厦四层开标。

 

8.    Qualification criteria are as follows:

Only eligible Bidders with the following key qualifications should participate in this bidding:

 

  1. Termination of a contract did not occur as a result of contractor’s default in the past five (5) years, starting 1st January 2021.

 

  1. Not under suspension based on execution of a Bid Securing Declaration pursuant to ITB 4.4.

 

  1. All pending litigation shall in total not represent more than 100% of the Bidder’s net worth and should have been resolved.

 

  1. The bidder must meet the following Qualification Requirements:

(1) Construction Qualification: The bidder (If is Joint Venture, the JV leader must meet the requirement) shall have a Grade I or higher qualification in General Construction Contracting for Construction Engineering. 

 

(2) Design Qualification: The bidder (If is Joint Venture, the member of JV must meet the requirement) shall have one of the following design qualifications: 

Grade A Comprehensive Design Qualification for Engineering; 

Grade A qualification in Architectural Engineering Design; 

Grade A qualification in Architectural Engineering (Construction Engineering) Design. 

 

(3) Project Manager (also serving as Construction Project Leader) Qualification Requirement: have a Grade I Registered Constructor Qualification (in Construction Engineering) (if is Joint Venture, the project manager shall be the staff of theJV leader). 

 

(4) Design Leader Qualification Requirement: have a Grade I Registered Architect Qualification (if is Joint Venture, the design Leader shall be the staff of the member of the JV). 

 

Note: The Project Manager (also serving as Construction Project Leader) and the Design Leader shall not be the same person.

 

  1. The bidder must have a valid Safety Production License issued by the housing and urban-rural development department.

 

  1. The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as CNY 14 million for the subject contract(s) net of the Bidder’s other commitments

 

  1. Minimum average annual supplier turnover of CNY 125 million, calculated as total certified payments received for contracts in progress and/or completed within the last 3 years(2022-2024), divided by 3 years

 

  1. At least one EPC construction project experience in the role of prime contractor, JV member, sub-contractor, or management contractor for at least the last 5 years, starting 1st January 2021.

 

  1. (i) A minimum number of similar  contracts specified below that have been satisfactorily and substantially  completed as a prime contractor, joint venture member , management contractor or sub-contractor between 1st January 2021 and application submission deadline: 2 contracts of EPC project, each of minimum value CNY 72 million; For the above and any other contracts completed and under implementation as prime contractor, joint venture member,  management contractor or sub-contractor  on or after the first day of the calendar year during the period stipulated in 4.2 (a) above, a minimum construction experience in the following key activities successfully completed : 1. A construction project with a total floor area of 20,000 square meters.
  2. Availability of a valid ISO certification or or equivalent of internationally recognized certification (equivalency to be demonstrated by Applicant): - quality management certificate ISO 9001 or equal international or national level certificate in China; - environmental management certificate ISO 14001 or equal international or national level certificate in China.
  3. The bidder and proposed project leader (referring to the overall project leader or construction project leader) have not been list in the Blacklist of Dishonest Tendering and Bidding (published by the Development and Reform Commission of Zhejiang Province), or who engage in fraudulent practices during bidding and obtain the winning bid, and are punished by the Administrative supervisory department (based on Credit China) https://www.creditchina.gov.cn/ The results shall prevail.
  4. The bidder shall provide a commitment letter promising to complete the "Certificate of Filing for Enterprises from Outside the Province to Undertake Business in Zhejiang" or complete the public information disclosure in the Zhejiang Province Construction Market Supervision Public Service System before the contract is signed (only referring to enterprises from outside Zhejiang Province, if it is a consortium bidding, all parties of the JV must provide it)

资格标准如下:

只有满足以下关键条款的合格投标人可参与此投标

  1. 过去5年内(从2021年1月1日开始)未由于承包商过失而出现过一个合同的未履约情况 。
  2. 不存在依照ITB4.4执行投标保证声明或依照ITB20.9撤回标书而出现的暂时中止情况。
  3. 所有未决诉讼的总额不应超过投标人资产净值的100%且应已解决。
  4. 投标人须同时响应以下(1)的施工资质和(2)的设计资质要求:

(1)施工资质:投标人(联合体投标时,指联合体牵头方)具有建筑工程施工总承包一级及以上资质。

(2)设计资质:投标人(联合体投标时,指联合体成员方)具有以下①、②、③之一的设计资质。

①具有工程设计综合甲级资质;

②具有工程设计建筑行业甲级资质;

③具有工程设计建筑行业(建筑工程)专业甲级资质。

(3)项目经理(兼施工项目负责人)资格要求:具有一级注册建造师(建筑工程专业)(如为联合体投标,则在联合体牵头方执业)。

(4)设计负责人资格要求:具有一级注册建筑师(如为联合体投标,则在联合体成员方执业)。

其中:项目经理(兼施工项目负责人)与设计负责人不得互相兼任。

  1. 投标人需具有住建部门颁发的有效安全生产许可证。
  2. 投标人应证明,其有权使用或拥有足以满足主体合同(不包括投标人的其他项目)施工现金流要求的流动资产、未作抵押的实物资产、信用额度和其他财政手段(独立于任何合同预付款),其总额达人民币1400万元。
  3. 过去三年年均营业额最低为12500万元。
  4. 过去5年内(从2021年1月1日开始)作为主承包人、联合体成员、分包商或管理承包人至少承担过1个建筑工程EPC项目业绩。
  5. 过去5年内(从2021年1月1日开始)作为主承包人、联合体成员、分包商或管理承包人已圆满完成以下规定的最低数量的类似合同:2个建筑工程EPC合同,每个合同金额不少于人民币7200万元。对于上述合同,以及在4.2(a)所规定期限内日历年第一天及其后作为主承包人、联合体成员、分包商或管理承包人 所完成的其他合同,至少应包括以下的一些关键工程: 1.建筑面积为2万平方米的建筑工程。
  6. 具有有效的ISO证书或国际认可的同等证书(应由投标人证明同等性):- 质量管理证书ISO 9001或同等级别的国际或国内证书;- 环境管理证书ISO14001或同等级别的国际或国内证书。
  7. 投标人及其拟派项目经理未被列入招标投标失信黑名单(以浙江省发展和改革委员会公布的披露期内的失信黑名单为准)或投标截止日前3年内存在招投标时弄虚作假,骗取中标,被行政主管部门处罚的(以信用中国https://www.creditchina.gov.cn/查询结果为准)。
  8. 投标人应出具承诺函承诺在合同签署前完成《省外企业进浙承接业务备案证明》或办理完成在浙江省建筑市场监管公共服务系统的公示信息(仅指浙江省省外企业,如为联合体投标,则联合体各方均须提供)。

 

9. Contact Details

Name of Purchaser: Xianju Biodiversity Development Co., Ltd.

Postal Address: Northwest Gate of Civic Center Business Building, No. 77 Shenggeng West Road, Xianju County, Taizhou City, Zhejiang Province

Contact person: Ms. Liu Can

Tel. No.: 0576-89371865

Email Address: xjafdxx@126.com

 

Name of Procurement Agent: CMC International Tendering Co., Ltd.

Postal Address: Building C, General Times Center, No.1 Yard, Xiying Street, Fengtai District, Beijing

Office Rm. No,: Room 811

Contact Person: Ms. Liu Lu, Mr. Fangpeng

Email Address: liulu@cgci.gt.cn,fangpeng@cgci.gt.cn

Tel. No.: 010-81168503/81168425

Fax No.: 010-81168445

 

联系方式:

买方名称:仙居生物多样性发展有限公司

邮政地址:浙江省台州市仙居县省耕西路77号市民中心商务写字楼西北门

联系人:刘灿女士

电子邮箱: xjafdxx@126.com

电话号码:0576-89371865

 

采购代理:中机国际招标有限公司

地址:北京市丰台区丽泽商务区西营街1号通用时代中心C座811

联系人:刘璐、方鹏、张钰芮

邮箱: liulu@cgci.gt.cn;fangpeng@cgci.gt.cn

电话:010-81168503、81168425

传真:010-81168445