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

第四包:城区绿色空间网络构建工程和城区文化公共设施增补及周边生态环境改造项目公告

发布时间: 2026-01-15 10:32:11   作者:本站编辑   浏览次数:

招标公告

日期2026115

项目名称:法国开发署贷款宁德市建设自然与文化遗产保护和合理利用示范工程项目第四包:城区绿色空间网络构建工程和城区文化公共设施增补及周边生态环境改造项目

招标公告编号:0703-2350CIC2Z010

  1. 申请来自法国开发署("AFD")的资金,用于法国开发署贷款宁德市建设自然与文化遗产保护和合理利用示范工程项目的费用。计划将这些资金的一部分用于支付第四包:城区绿色空间网络构建工程和城区文化公共设施增补及周边生态环境改造项目合同项下的合格付款。

 

  1. 屏南知进发展股份有限公司现邀请合格投标人就法国开发署贷款宁德市建设自然与文化遗产保护和合理利用示范工程项目第四包:城区绿色空间网络构建工程和城区文化公共设施增补及周边生态环境改造项目"本工程"的施工和竣工提交密封的投标文件主要包括:

城区绿色空间网络构建工程和城区文化公共设施增补及周边生态环境改造项目,其中:

  1. 城西公园建设工程:总面积为3.6435公顷,包括自然水体、园路、园林建筑、景观小品、铺装场地、构筑物、服务设施、植物景观、照片系统、给排水管线、供配电设施等内容。
  2. 古山公园修复工程:包括古山公园内道路、登山步道等基础设施提升,普照寺、珠水镜游憩功能提升,护坡修复等。
  3. 城区绿地网络绿化:包括:屏南县翠屏路、西环北路、文化西路、公园路、县府路、连接公园其他局部道路、城西路的绿化种植、人行道铺装提升、景观小品布置。芝山公园、翠屏公园、麓山公园进行入口提升改造,景观节点打造,植被提升,增加标识牌、公共设施等;人民公园、盛世豪庭前广场、街心公园、长汾公园入口提升,增加标识牌,公共设施等;其它绿地,公共空间提升场地铺装、增设公共设施、植被提升、增加服务设施。
  4. 文化中心建设:项目总用地面积7019.17㎡,为一栋5层建筑,计容面积为8168.79㎡,总建筑面积 7074.42㎡,其中地上建筑面积为6725.48㎡,地下室建筑面积为348.94㎡,基底面积 2628.72㎡,建筑密度37.45%,容积率为1.17,绿地率30.0%,机动车停车数57辆,非机动 车停车数320辆。
  1. 感兴趣的合格投标人可向采购代理结构中仪国际招标有限公司(地址:北京市丰台区西营街1号通用时代中心C座8层联系人:喻经理、张经理;电话:010-81168922、81169003获取进一步信息。
  2. 感兴趣的投标人可通过以下方式获取招标文件,并支付4000的不可退还费用,购买一套完整的招标文件。

4.1报名及领取地点:中国通用招标网

4.2报名方式:有意向的投标人应先在中国通用招标网(www.china-tender.com.cn)电子招标平台免费注册,注册完成后请按照网上操作流程进行购买。注册审核及技术支持电话:400-680-8126。

4.3注册完成后,按网上操作流程支付费用。招标文件(招标文件中文版附英文译本;每套包含但不限于投标所需的必要文件)过期不售,售后不退,平台自动开具电子普通发票。

  1. 《投标人须知》和《通用合同条款》中的规定是AFD《工程采购标准招标文件》的规定。
  2. 投标文件必须在2026212日上午9:30递交至开标地点(地址:北京市丰台区西三环南路14号院首科大厦A座4层联系人:喻经理、张经理电话:010-81168922、81169003,并须随附投标保证金,金额为人民币80万元,缴纳方式详见招标文件
  3. 投标文件将于2026212日上午9:30开标地点(地址:北京市丰台区西三环南路14号院首科大厦A座4层联系人:喻经理、张经理电话:010-81168922、81169003公开开标,投标人代表应派授权代表出席。
  4. 资格标准如下(详细信息参阅招标文件): 

招标文件第三章 资格审查表

资格要求

合格性

1.1 国籍

符合ITB 4.3要求的国籍

1.2 利益冲突

符合ITB 4.2要求,不存在利益冲突

1.3 法开署合格性

符合ITB 4.3要求,不构成法开署非合格性

1.4 国有实体

符合ITB 4.3要求条件

1.5 资质要求

若投标人为国内投标人,应满足如下要求:

  1. 具有建设行政主管部门颁发的市政公用工程施工总承包一级资质及以上、建筑工程施工总承包二级及以上资质
  2. 具有建设行政主管部门颁发的有效的安全生产许可证。
  3. 拟派项目经理须具备合格有效的市政建筑工程专业一级注册建造师执业资格市政建筑工程专业高级技术职称

未履行合同记录

2.1未履行合同记录

过去五(5)年(2021年1月至投标截止时间)内未因投标人违约而导致合同终止。

2.2因业主执行投标保证声明引起的暂停

未因根据ITB 4.4执行投标保证声明而被暂停投标资格

2.3未决诉讼

所有未决诉讼的总额不得超过投标人净资产的百分之百(100%),且这些未决诉讼在评估时应被视为已作出对投标人不利的判决结果。

财务资源

3.1财务能力

(i)投标人应证明其拥有或可获得的流动资产、无产权负担的实物资产、信贷额度及其他财力资源(不包括合同预付款),足以满足本项目相关合同的预估现金流需求,金额为1200万元或其他等值货币,且需扣除投标人其他已承诺款项。

(ii)投标人还应向发包人满意地证明,其拥有充足的资金来源以满足当前在建工程及未来合同承诺的现金流需求。

(iii)应提交过去三(3)年2022年—2024年或2023—2025年的经审计的资产负债表,或若投标人所在国法律无此要求,则应提交业主可接受的其他财务报表。报表必须证明投标人当前财务状况良好。财务状况符合良好标准,需至少满足以下四(4)项标准中的两(2)项:

a) 过去三(3)年平均息税折旧摊销前利润(EBITDA)> 0;

b) 过去三(3)年总权益(净资产)> 0;

c) 过去三(3)年平均流动比率 > 1

((流动资产)/(流动负债)> 1);

d) 过去三(3)年平均负债率 < 6

((总财务负债)/(EBITDA)< 6)。

3.2.最低年营业额

最低平均年度营业额为7600万元或其他等值货币,期限为最三(3)年(2023年1月至投标截止时间)

经验

4.1一般施工经验

2021年1月1日起,在过去五(5)内,作为主承包商、联合体成员、分包商或管理承包商履行施工合同的经验。

4.2(a) 特殊施工及合同管理经验

作为主承包商、联合体成员、管理承包商或分包商,在过去三(3)年(2023年1月至投标截止日期间

  1. 已圆满完成并实质性完工的类似合同,须满足以下最低数量要求:贰(2)个合同
  2. 每个合同的最低价值为人民币7000万元或其他等值货币(业绩合同金额如为非人民币币种,汇率应以开标当日中国银行最早公布的现汇卖出价为准)
  3. 其中已完成至少壹(1)项由外国政府贷款的施工业绩

4.2(b) 特殊经验

对于在上述第4.2(a)款规定的期间内,自某日历年度首日或之后以来,作为主承包商、联合体成员、管理承包商或分包商,已完成及正在实施的上述合同及其他合同,必须至少在以下关键施工活动中具备成功完工经验:

上述合同或上述条规定期限里投标人实施的其它合同至少应包括以下关键工程:

(i)“公园建设项目”

指通过系统的规划、设计与施工,对特定地块进行地形整理、绿化种植、园路铺装、景观小品及配套设施建设,最终形成面向公众开放的,以游憩、生态、景观功能为主的绿色公共空间。工程内容至少涵盖两个及以上的建设内容:

a) 地形改造与土方工程;

b) 绿化工程(包括乔木、灌木、地被植物的种植与养护);

c) 园路、广场的铺装工程(含基层与面层);

d) 景观构筑物与小品的建设(如亭、廊、花架、景墙、雕塑等);

e) 水景工程(如人工湖、溪流、喷泉、雨水花园等);

f) 园林给排水、电气照明及背景音乐系统;

g) 公园配套设施(如座椅、标识牌、垃圾桶、公厕等);

(ii)“公共服务建筑建设”

为政府、事业单位或社区组织拥有的,用于提供社会公共服务的非营利性建筑的新建、扩建或主体结构/主要使用功能发生重大改变的改建工程。建筑功能明确为公共服务,如:行政服务中心、图书馆、博物馆、文化馆、体育馆、学校、医院、社区卫生中心、养老院、公共停车场等。工程内容至少涵盖两个及以上的建设内容:

a) 建筑地基与基础、主体结构工程;

b) 建筑装饰装修工程(公共区域及主要功能空间的室内外装修);

c) 建筑机电安装工程(包括给排水、通风与空调、电气、消防、智能化工程等)。

环境社会健康和安全

5.1 ESHS证书

须持有适用于该工程现场的有效ISO认证或国际认可的同等资质(同等性须由投标人证明):

■质量管理体系认证 ISO 9001;

■环境管理体系认证 ISO 14001;

■职业健康安全管理体系认证 ISO 45001

5.2 ESHS文件

须具有业主可接受的ESHS管理内部政策与程序:

1. 存在道德准则;

2. 存在用于监控投标人分包商及其所有合作伙伴遵守ESHS承诺情况的制度;

3. 存在针对下列相关要点的正式公司管理程序:

■施工场地健康与安全;

■利益相关方关系、当地社区和当局的信息沟通与咨询;

■水资源保护;

■大气排放、噪音和振动;

■生物多样性。

5.3 类似经验

在最近五(5)2021年1月至投标截止日期间内,具有一项(1)施工合同的经验,且在这些合同中,主要ESHS措施已得到实施或正在顺利实施,并符合国际标准。

5.4 具体的ESHS知识转移经验

须具备在过去五(5)年2021年1月至投标截止日期间内,于发展中国家与新兴国家完成的一项(1)施工合同的经验,且在该合同中,向当地合作伙伴进行的ESHS知识转移或对发包人所在国员工开展的ESHS能力建设已得到满意实施。

5.5 ESHS专职人员

须配备专门负责ESHS问题的内部专职人员:

环境与社会专家

 

屏南知进发展股份有限公司

2026115

 

 

 

Invitation for Bids

 

Date: January 15, 2026

Project Name: Ningde City Utilizes AFD Loans to Construct a Demonstration Project for Natural and Cultural Heritage Protection and Reasonable Utilization Lot 4: Urban Green Space Network Construction Project and the Expansion of Cultural Public Facilities with Surrounding Ecological Environment Improvement Project

IFB No: 0703-2350CIC2Z010

 

  1. The Pingnan Zhijin Development Co., Ltd. has applied for funds from Agence Française de Développement ("AFD") towards the cost of Ningde City Utilizes AFD Loans to Construct a Demonstration Project for Natural and Cultural Heritage Protection and Reasonable Utilization. It is intended that part of the proceeds of these funds will be applied to eligible payments under the contract for Lot 4: Urban Green Space Network Construction Project and the Expansion of Cultural Public Facilities with Surrounding Ecological Environment Improvement Project.
  2. The Pingnan Zhijin Development Co., Ltd. now invites sealed Bids from eligible Bidders for the construction and completion of Lot 4: Urban Green Space Network Construction Project and the Expansion of Cultural Public Facilities with Surrounding Ecological Environment Improvement Project ("the Works"), includs:

(1)Construction works of Chengxi Park: The total area is 3.6435 hectares, including natural water body, garden road, garden building, landscape sketch, pavement site, structures, service facilities, plant landscape, photo system, water supply and drainage pipelines, power supply and distribution facilities and other contents.

(2)Restoration of Gushan Park: It includes the improvement of infrastructure such as roads and hiking trails in Gushan Park, the improvement of Puzhao Temple and pearl water mirror, and slope protection and restoration.

(3)Landscaping of the urban green network: It includes Cuiping Road, Xihuan North Road, Wenhua West Road, Park Road, County Road, other local roads connecting the park, greening planting of Chengxi Road, pavement paving and improvement, landscape layout.

Zhishan Park, Cuiping Park and Lushan Park upgrade the entrances, building landscape nodes, improving vegetation, and increasing signs and public facilities; raising the entrance of People's Park, Shengshi Hao Court Square, Street Park and Changfen Park, adding signs and public facilities; other green space, adding public facilities, vegetation and service facilities.

(4)Building of the cultural center: The total land area of the project is 7019.17 ㎡, a 5-story building with a capacity area of 8168.79 ㎡ and a total construction area of 7074.42 ㎡, of which the ground building area is 6725.48 ㎡, the basement building area is 348.94 ㎡, the base area is 2628.272 ㎡, the building density is 37.45%, the floor area ratio is 1.17, the green land rate is 30.0%, 57 motor vehicles and 320 non-motor vehicles.

  1. Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the office of Procurement Agency - Instrimpex International Tendering Co., Ltd. (Address: Room 810, Floor 8, Building C, General Times Center, No. 1, Xiying Street, Fengtai District, Beijing, China; Contact Person: Mr. Yu, Ms. Zhang; Tel. No.: 010-81168922/9003).
  2. A complete set of Bidding Documents may be purchased by interested Bidders on the submission of a written application to the above and upon payment of a non-refundable fee of CNY 4000 yuan.

4.1Website to register and obtain the documents: China-tender

4.2Registration method: Interested eligible Bidders shall register on China-tender (www.china-tender.com.cn) for free and follow the operation process to purchase the documents after registration, Telephone number for registration review and technical support: 400-680-8126.

4.3After registration, complete the payment in accordance with the operation process. A set of Bidding Documents (the Chinese version bidding documents is attached with an English translation; each set contains but is not limited to the necessary documents required for bidding) is not saled for overdue and not refundable after purchase, the website will automatically issue electronic ordinary invoice.

  1. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the provisions of AFD's Standard Bidding Documents: Procurement of Works.
  2. Bids must be delivered to the above office on or before 9:30 a.m. on February,12, 2026 and must be accompanied by Bid security of CNY 800000 yuan, payment method refer to the bidding documents.
  3. Bids will be opened in the presence of Bidders’ representatives who choose to attend at 9:30 a.m. on February,12, 2026 at the offices of Place for bid submission (Address: 4th floor, Building A, Capital Tech Plaza, No.14, Xisanhuan South Road, Fengtai District, Beijing; Contact Person: Mr. Yu, Ms. Zhang; Tel. No.: 010-81168922/9003).
  4. Qualification criteria are as follows(For details, refer to the Bidding Documents):

Qualifications in Section III

Qualifications criteria

Eligibility

1.1 Nationality

Nationality in accordance with ITB 4.3

1.2 Conflict of Interest

No conflicts of interest in accordance with ITB 4.2

1.3 Eligibility by Authorities

Not being ineligible to AFD financing, as described in ITB 4.3

1.4 Government Owned Entity

Meet conditions of ITB 4.3

1.5 Qualification requirements

If the bidder is a domestic bidder, the following requirements should be met:

  1. Possessing the First-class (and above) qualification for general contracting in municipal public engineering construction and the First-class (and above) qualification for general contracting in construction projects issued by the construction administrative department;
  2. Possessing a valid safety production license issued by the construction administrative department.
  3. The proposed project manager shall have the valid ①professional qualification of the First-class registered construction engineer qualification in municipal and architectural engineering major;and② Senior professional title in municipal or architectural engineering.

Historical Contract Non-Performance

2.1 History of non-performing contracts

Termination of a contract did not occur as a result of Bidder's default in the past FIVE (5) years (from January 2021 to the submission deadline).

2.2 Suspension Based on Execution of Bid Securing Declaration by the Employe

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

2.3 Pending Litigation

All pending litigation shall in total not represent more than one hundred percent (100%) of the Bidder’s net worth and shall be treated as resolved against the Bidder.

Financial Situation

3.1 Financial Capabilities

  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 12 million yuan or any other equivalent currency for the subject contract(s) net of the Bidder’s other commitments
  2. The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments
  3. The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last THREE (3) years (2022—2024 or 2023—2025) shall be submitted and must demonstrate the current soundness of the Bidder’s financial position. The Bidder's financial position will be deemed sound if at least two (2) of the following four (4) criteria are met:
  1. Average earnings before interest, taxes, depreciation, and amortization (EBITDA) for the last THREE (3) years > 0;
  2. Total equity (net worth) for the last THREE (3) years > 0;
  3. Average liquidity ratio for the last THREE (3) years > 1
    ((Current assets) / (Current liabilities) > 1);
  4. Average indebtedness ratio for the last THREE (3) years < 6
    ((Total financial liabilities) / (EBITDA) < 6).

3.2 Minimum Annual Turnover

Minimum average annual turnover of CNY 76 million yuan or any other equivalent currency for the last THREE (3) years (from January 2023 to the submission deadline).

Experience

4.1General Experience

Experience under construction contracts in the role of prime contractor, JV member, subcontractor, or management contractor for at least the last FIVE (5) years, starting 1st January 2021.

4.2(a) Specific Construction & Contract Management Experience

As a prime contractor, joint venture member, management contractor or subcontractor for the last THREE (3) years (from January 2023 to the submission deadline):

  1. A minimum number of similar contracts specified below that have been satisfactorily and substantially completed :TWO(2) contracts;
  2. Each of minimum value CNY 70 million yuan or any other equivalent currency (For non-RMB currencies, apply Bank of China's earliest spot selling rate on bid opening date);
  3. Among these, at least ONE (1) construction project funded by foreign government loans has been completed.

4.2(b) Specific Experience

For the above and any other contracts completed and under implementation as prime contractor, joint venture member, management contractor or subcontractor 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:

For the above or other contracts executed during the period stipulated in above, a minimum experience in the following key activities:.

(i) "Park Construction": This refers to the systematic planning, design, and construction carried out on a specific plot of land, involving site grading, planting, path paving, and the construction of landscape features and supporting facilities. The final outcome is a green public space open to the public, primarily serving recreation, ecological, and aesthetic functions. The project scope must cover at least two or more of the following elements:

  1. Terrain modification and earthworks;
  2. Planting works (including the planting and maintenance of trees, shrubs, and ground cover plants);
  3. Paving works for paths and plazas (including base and surface layers);
  4. Construction of landscape structures and features (e.g., pavilions, corridors, pergolas, decorative walls, sculptures);
  5. Water feature engineering (e.g., artificial lakes, streams, fountains, rain gardens);
  6. Landscape water supply and drainage, electrical lighting, and background music systems;
  7. Park supporting facilities (e.g., benches, signage, trash bins, public toilets).

(ii) "Public Service Building Construction": This refers to the new construction, expansion, or major renovation (where the main structure or primary function is significantly altered) of non-profit buildings owned by the government, public institutions, or community organizations for the purpose of providing social public services. The building's function must be explicitly for public service, such as: administrative service centers, libraries, museums, cultural centers, sports stadiums/gymnasiums, schools, hospitals, community health centers, nursing homes, public parking garages, etc. The project scope must cover at least two or more of the following elements:

  1. Building foundation and substructure, and main structural works;
  2. Building decoration and finishing works (interior and exterior finishing of public areas and main functional spaces);
  3. Building mechanical and electrical installation works (including plumbing, ventilation and air conditioning, electrical, fire protection, and intelligent/smart building systems).

Environmental, Social, Health and Safety (ESHS)

5.1ESHS Certifications

Availability of a valid ISO certification or internationally recognized equivalent (equivalency to be demonstrated by Bidder):

1.Quality management certificate ISO 9001

2.Environmental management certificate ISO 14001

3.Health and safety certificate OHSAS 45001

5.2ESHS Documents

Availability of in house policies and procedures acceptable to the Employer for ESHS management:

Existence of an Ethics Charter;

Existence of a system for monitoring compliance with ESHS commitments for the Bidder's subcontractors and all its partners;

Existence of official company procedures for the management of the following relevant points:

ESHS resources and facilities and ESHS monitoring organization;

Health & Safety on worksites;

Relations with stakeholders, information and consultation of local communities and authorities;

Protection of water resources;

Atmospheric emissions, noise and vibrations;

Biodiversity: protection of fauna and flora.

5.3Similar Experience

Experience of ONE (1) construction contract over the last FIVE (5) years (from January 2021 to the submission deadline), where major ESHS measures were carried out or are on progress satisfactorily and in compliance with international standards.

5.4Specific ESHS Knowledge Transfer Experience

Experience of ONE (1) construction contract in developing and emerging countries over the last FIVE (5) years (from January 2021 to the submission deadline) in which the ESHS knowledge transfer to a local partner or the ESHS capacity building of the Employer’s country staff was carried out satisfactorily

5.5ESHS Dedicated Personnel

Availability of in-house personnel dedicated to ESHS issues: Environmental and Social Manager, and/or Health and Safety Manager.

 

Pingnan Zhijin Development Co., Ltd.

January 15, 2026