中共防城港市委党校新校园学术报告厅室内装修项目设计施工总承包招标公告

 

创建时间:2017-06-21  来源: 打印本页 关闭窗口


项目招标编号:450601ZB1706004


1. 招标条件


本招标项目 中共防城港市委党校新校园学术报告厅室内装修项目设计施工总承包工程已由 防城港市发展和改革委员会以 <<关于中共防城港市委党校新校园项目建议书的批复>>(防发改【2009352号)、<<关于防城港市委党校新校园项目可行性研究报告的批复>>(防发改【201088号)、<<关于防城港市委党校新校园项目初步设计的批复>>(防发改【2012134号)文批准建设,招标人(项目代建业主)为 防城港市东湾交通有限公司 ,建设资金来自 地方财政筹措解决 ,项目出资比例为 100% 。项目已具备招标条件,现对该项目的施工图设计、采购、施工、竣工验收(或试运行)进行公开招标。


2. 项目概况与招标范围


建设地点: 防城港市江山半岛防东公路南侧市委党校新校园内


建设规模: 对市委党校新校园学术报告厅2470平方米进行室内装修,主要包括吊顶、墙体、栏杆、门、水、电、消防、卫生间设备、暖通空调、灯光、音响、大堂窗帘、舞台布帘和部分土建工程等。


本项目合同估算价: 约460万元


计划工期:本项目总工期(指自签订总承包合同之日起到工程交付业主使用之日期间的工期,包括施工图设计工期、采购工期、施工工期、验收工期、办理相关手续的工期等为 90 天(日历天)。项目建设工期预计从 2017 7月至 2017 10月。


招标范围:施工图设计、采购、施工、验收(或试运行)及保修服务中应考虑而实际未考虑的但直接影响使用功能的细部工程。(1)施工图设计、概算编制;(2)施工图纸范围内的装修工程施工;(3)设计施工实施过程管理,包括协助招标人办理审查、审批、核准、办证、备案、外协谈判等的相关手续办理、协调配合及必要的安全评估和检查、竣工试验、竣工图的审核、试运行考核、竣工验收、满足招标人要求并交付招标人接收使用、档案管理、工程保修期内的缺陷修复和保修工程的总承包。


3. 投标人资格要求


3.1本次招标要求投标人同时具备工程设计综合资质(或建筑工程行业设计丙级以上(含丙级)资质或建筑工程专业设计丙级以上(含丙级)资质)和建筑工程施工总承包叁级以上(含叁级)资质,具有有效的安全生产许可证,并在人员、设备、资金等方面具备相应的履约能力。投标人(如为联合体投标的要求其联合体中施工单位)须符合《广西壮族自治区建筑市场诚信卡管理暂行办法》(桂建管﹝2013﹞17号)和《关于加强广西建筑业企业诚信信息库日常维护管理的通知》(桂建管﹝2014﹞25号)的规定,已办理诚信库入库手续并处于有效状态。


3.2主要负责人员要求:


3.2.1项目总负责人:具有高级工程师以上(含高级)职称。


3.2.2项目设计负责人:具有中级工程师以上(含中级)职称。


3.2.3项目采购负责人(如有):无。


3.2.4项目经理:具有建筑工程专业的贰级以上(含贰级)注册建造师执业资格和中级工程师以上(含中级)职称,具备有效的广西建筑市场诚信卡和安全生产考核合格证书(B类)。本项目不接受有在建、已中标未开工或已列为其他项目中标候选人第一名的建造师作为项目经理(符合《广西壮族自治区建筑市场诚信卡管理暂行办法》第十六条第一款除外)。


3.2.5 项目施工专职安全员:具备有效的广西建筑市场诚信卡和专职安全员安全生产考核合格证书(C类)。


3.3 业绩要求:√无要求。


3.4 本次招标√接受联合体投标 □不接受联合体投标。联合体投标的,应满足下列要求:


3.4.1本项目接受由具有独立法人资格的 施工 单位作为牵头人组成的工程总承包的联合体投标。联合体成员由 1 家设计单位和 1家施工单位组成,联合体各方均应符合“具有独立法人资格”、“具有独立承担民事责任的能力”的条件,其中施工单位须具备有效的安全生产许可证。


3.4.2联合体各方应当签订联合体协议书,其中联合体牵头人代表联合体各方成员负责投标和合同实施阶段的主办、协调工作,但联合体其他成员在投标、签约与履行合同过程中,仍负有连带的和各自的法律责任。


3.4.3组成联合体进行投标的设计或施工单位不得再以自己的名义单独参与同一标段的投标,也不得组成新的联合体参与同一标段的投标。


3.4.4联合体各方应分别在人员、设备、资金等方面具有承担本项目联合体协议书分工职责范围内的履约能力。


3.4.5联合体中有同类资质的企业按照联合体协议书分工承担相同工作的,应当按照资质等级较低的企业确定联合体资质等级。


3.5 本项目 □要求 √不要求采用装配式技术。


3.6 本项目 □要求 √不要求采用建筑信息模型(BIM)技术。


3.7投标人(如为联合体投标的要求其联合体中施工单位)信息以广西建筑业企业诚信信息库为准。


3.8根据最高人民法院等9部门《关于在招标投标活动中对失信被执行人实施联合惩戒的通知》(法〔2016285号)规定,投标人不得为失信被执行人(以评标阶段通过“信用中国”网站(www.creditchina.gov.cn)查询的结果为准)。


4. 投标报名及招标文件获取


4.1投标报名


4.1.1本项目实行无记名报名。


4.1.2项目的有关通知均在发布公告的网站上公布,请潜在投标人注意关注相关网站通知,投标人未及时关注的,由投标人自行负责。


4.2招标文件获取


4.2.1 请于2017622日至2017628日,每日上午0800分至1200分,下午15001800分(法定公休日、法定节假日除外),由潜在投标人到防城港市公共资源交易中心(防城港市迎宾路红树林大厦东塔7楼)购买招标文件。


4.2.2招标文件(不含技术资料)每套售价250元,售后不退。


5. 投标文件的递交


5.1 投标文件递交的截止时间(投标截止时间,下同)为20177 18 830分,地点为防城港市公共资源交易中心(防城港市迎宾路红树林大厦东塔6楼)公开开标。


5.2 逾期送达的或者未送达指定地点的投标文件,招标人不予受理。


5.3 投标文件必须由投标人(如为联合体投标的要求其联合体中施工单位)专职投标员本人递交,并持专职投标员本人、拟投入的项目经理和专职施工安全员的“广西建筑市场诚信卡”刷卡通过验证,否则招标人不予受理。


6. 评标方式


综合评估法


7、发布公告的媒介


本次招标公告同时在中国采购与招标网(www.chinabidding.com.cn)、广西壮族自治区招标投标公共服务平台(ztb.gxi.gov.cn)、广西住房和城乡建设厅网(http://www.gxcic.net)、防城港市工程招标造价信息网(http://www.fcgzbzj.cn)、防城港市公共资源交易中心网站(http://www.fcg.gxggzy.cn)。


8、 交易服务单位


防城港市公共资源交易中心


9、 监督部门及电话


防城港市建设标准工程造价管理站


电话:0770—2824100


10、 联系方式


招 标 人: 防城港市东湾交通有限公司 招标代理机构: 广西科文招标有限公司


地 址:防城港市沙企一级公路东湾服务区 地 址: 防城港市港口区怡园小区住宅20


邮 编: 538001 邮 编: 538000


联 系 人: 谢海坤 联 系 人: 王菊/卢妍


电 话: 0770-2633663 电 话: 0770-2885505/14797708231


传 真: 0770-2830613 传 真: 0770-2885508


电子邮箱: 1005040665@qq.com 电子邮箱:


开户银行:防城港市农村信用合作社联合社


港口营业部


账 号:892612010101389018




2017621







Disclaimer


[Disclaimer: The Below text is Machine Translated. We are not responsible for the accuracy of content. For accuracy, please refer to the text in the original language as stated in the attached document.]


Title: CPC Fangchenggang municipal party committee new campus academic lecture hall interior decoration project design and construction general contract tender notice

 

Created: 2017-06-21  source: print this page close the window


Project Tender No .: 450601ZB1706004


1. tender conditions


The tender project in the city of Fangchenggang City Party School of the new campus academic lecture hall interior decoration project design and construction general contracting project by Fangchenggang City Development and Reform Commission to << on the Communist Party of China Fangchenggang Municipal Party School New Campus project proposal approved >> (anti-development [ 2009 ] 352 number), << on Fangchenggang PARTY new campus project feasibility study report approved >> (anti DRC [ 2010 ] 88 number), << on the new campus project Fangchenggang City Committee approved the preliminary design >> ( Anti-development [ 2012 ] 134 ) approved the construction of the text , the tenderer (project agent) for Fangchenggang City, East Bay Traffic Co. , Ltd. , construction funds from local financing to solve the project funding ratio of 100% . The project has been with the tender conditions, the construction of the project is now the design, procurement, construction, completion of acceptance (or test run) for public tender.


2. Project overview and scope of the tender


Construction site: Fangchenggang Jiangshan Peninsula anti-East Highway south side of the municipal party committee campus


Construction scale: 24.0 square meters for the municipal hall of the new campus academic hall , including the ceiling, walls, railings, doors, water, electricity, fire, bathroom equipment, HVAC, lighting, sound, lobby curtains, stage Curtains and some civil works.


The estimated price of the project contract is about 4.6 million yuan


The duration of the project: the total duration of the project (referring to the date of the contract from the date of the contract to the owner of the project delivery period, including the construction design design period, purchase period, construction period, acceptance period, 90 days (calendar days). the construction period is expected from 2017 Nian 7 Yue Zhi 2017 Nian 10 months.


Tender range: construction drawings design, procurement, construction, acceptance (or test run) and warranty services should be considered and actually did not consider but directly affect the use of the details of the project. ( 1 ) construction design, budget preparation; ( 2 ) renovation project construction within the construction drawings range; ( 3 ) design and construction implementation process management, including assisting the tenderer apply for review, approval, approval, permit, for the record, the Association of negotiations The completion of the relevant procedures, coordination and the necessary safety assessment and inspection, completion of the test, the completion of the audit plans, trial operation assessment, completion and acceptance, to meet the requirements of the tenderer and the delivery of the tender, file management, project warranty period defects Repair and warranty of the general contract.


3. Bidder qualification requirements


3.1 The tender requires the bidder at the same time with the engineering design comprehensive qualification (or construction engineering industry design C-level (including C) qualification or construction engineering design C-level (including C) qualification) and construction general contractor Level (including three) qualification, with an effective safety production license, and personnel, equipment, funds and other aspects of the corresponding capacity to perform. Bidder (such as requirements for the consortium bid in its construction unit of the Commonwealth) shall comply with the " Guangxi Zhuang Autonomous Region building market integrity card Interim Measures " (Gui construction and management ﹝ 2013 ﹞ 17 number) and " to strengthen the integrity of construction enterprises in Guangxi Information warehouse daily maintenance management notice "(Gui Jian tube ( 2014 ﹞ 25 ) requirements, has been in good faith library storage procedures and in an effective state.


3.2 Responsible Personnel Requirements:


3.2.1 Project Leader: with senior engineer or above (including senior) title.


3.2.2 Project design person in charge: with intermediate engineer or above (including intermediate) title.


3.2.3 Project Purchasing Leader (if any): None.


3.2.4 Project Manager: Project manager with more than Grade B (including Grade II) registered construction division qualification and intermediate engineer (including intermediate) title, with effective Guangxi construction market integrity card and safety production assessment certificate ( B class). The project does not accept the construction of the project has been completed, has not been started or has been listed as other projects bid winner of the construction division as a project manager (in line with the "Guangxi Zhuang Autonomous Region construction market integrity card management Interim Measures" Article XVI Except).


3.2.5 Project construction full-time security officer: with effective construction of the city of Guangxi integrity card and full-time security personnel safety production assessment certificate ( category C ).


3.3 Performance requirements: √ No requirements.


3.4 This tender √ accept the consortium bid □ do not accept the consortium bid. Consortium bid, should meet the following requirements:


3.4.1 The project is received by an independent legal personality of the construction consortium bid general contractor engineering units as the lead-person. Consortium members from 1 design units and 1 construction units composed, the consortium should be consistent "with independent legal personality", "has the ability to independently bear civil liability" condition, in which the contractor must have a valid safety production license.


3.4.2 Consortium parties should sign a consortium agreement, in which the consortium on behalf of the consortium members of the consortium responsible for the bidding and contract implementation phase of the host, coordination, but other members of the consortium in the tender, contract and fulfill the contract process , There is still a joint and their respective legal responsibilities.


3.4.3 The design or construction unit that makes the bid for the consortium shall not participate in the bidding of the same tenderer separately in its own name, nor shall it form a new consortium to participate in the bidding of the same tenders.


3.4.4 The parties to the consortium shall have the ability to perform their duties in the division of responsibilities of the consortium of the project in terms of personnel, equipment and funds.


3.4.5 If the enterprises with similar qualifications in the consortium undertake the same work in accordance with the division of the consortium agreement, the qualification level of the consortium shall be determined according to the enterprises with lower qualification level.


3.5 Item □ Requirement √ No assembly technology is required.


3.6 Project Requirement √ No construction information model ( BIM ) technology is required.


3.7 bidders (such as the requirements of the Commonwealth of the consortium in the construction unit) Information to Guangxi construction enterprises integrity information database shall prevail.


3.8 According to the Supreme People's Court and other 9 departments "on the tender and tender activities in the implementation of the disciplinary action against the implementation of the disciplinary notice" (Law 2016285 ) provides that the bidder shall not be the person who failed (by the evaluation stage "Credit China" website ( www.creditchina.gov.cn ) query results prevail).


4. Bid registration and tender documents to obtain


4.1 Registration of tenders


4.1.1 This project is subject to registration by name.


4.1.2 The relevant notice of the project are published on the website of the announcement, please pay attention to the relevant bidders concerned about the relevant site notice, the bidder did not pay close attention to the bidder's own responsibility.


4.2 access to tender documents


4.2.1 Please 2017 Nian 6 Yue 22 to 2017 Nian 6 Yue 28 days, daily morning 08 when 00 to 12 when 00 points, in the afternoon 15 when 00 to 18 when 00 minutes (except statutory holidays, legal holidays) , From the potential bidders to Fangchenggang City Public Resources Trading Center (Fangchenggang Yingbin Road Mangrove Building, East Tower, 7th floor) to purchase the tender documents.


4.2.2 tender documents (excluding technical information) priced at 250 yuan each, IFB.


5. Submission of tender documents


5.1 Tender documents submitted by the deadline (tender deadline, the same below) for the 2017 Nian 7 Yue 18 Ri 8 Shi 30 , place of Fangchenggang City Public Resource Exchange Center (East Tower Fangchenggang City, Welcome Road, mangrove Building, 6 Floor) public Opening bid.


5.2 Late delivery or non-delivery of the designated location of the tender documents, the tender will not be accepted.


5.3 The tender documents must be submitted by the bidders (such as the construction unit in the consortium's bid for the consortium) , and the full-time bidders themselves, the project manager and the full-time construction safety officer of the "Guangxi construction market Integrity card "credit card through the verification, otherwise the tender will not be accepted.


6. Evaluation method


√ Comprehensive Evaluation Method


7 , the media released notice


The tender notice at the same time in China procurement and tender network ( www.chinabidding.com.cn ), Guangxi Zhuang Autonomous Region bidding tender public service platform ( ztb.gxi.gov.cn ), Guangxi housing and urban and rural construction office network ( http: /www.gxcic.net ), Fangchenggang City project bidding cost information network (http://www.fcgzbzj.cn) , Fangchenggang City Public Resource Trading Center website ( http://www.fcg.gxggzy.cn ) .


8 , trading service units


Fangchenggang City Public Resources Trading Center


9 , supervision department and telephone


Fangchenggang City Construction Standard Project Cost Management Station


Tel: 0770 - 2824100


10, contact information


Tender: Fangchenggang City, East Bay Traffic Co., Ltd. Bidding agency: Guangxi Kevin Tendering Co., Ltd.


The Address: Fangchenggang City, Sha East Bay Enterprise highway service areas to address: the port of Fangchenggang City Yiyuan residential area 20 Hao


Post Code: 538001 Post Code: 538000


Contact: Xie Haikun Contact: Wang Ju / Lu Yan


Electric Tel: 0770-2633663 Electric Tel: 0770-2885505 / 14797708231


Biography Fax: 0770-2830613 pass Fax: 0770-2885508


E-mail: 1005040665@qq.com E-mail:


Bank: Fangchenggang City Rural Credit Cooperatives Association


Port business department


Account number: 892612010101389018




2017 Nian 6 Yue 21 Ri