French Development Agency (HQ)

Demonstration project on biodiversity conservation and utilization in Maoli Lake National Wetland Park - Lot 7: Integrated Management of Survey, Design, and Project Supervision

Last update: Sep 2, 2021 Last update: 02 Sep, 2021

Details

Location:ChinaChina
Category:Consulting services
Status:Awarded
Sectors:Environment & NRM, Civil Engineering, Mapping & Cadastre
Contracting Authority Type:Private Sector
Eligibility:Organisation
Budget:N/A
Date posted:18 Feb, 2021

Attachments 3

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 0

Status

Date

Description

General Information
Country: China
City/Locality: Jinshi City
Notice/Contract Number: 0703-2150CIC2Z001
Publication Date: Feb 17, 2021
Deadline (local time): April 2, 2021 - 23:59
Agency: Agence Française de Développement (AFD)
Buyer: CHINA - Instrimpex International Tendering Co., Ltd. (CNIITC)
Eligibility of Bidders: This contract requires a diversified team covering the fields of architectural design, community development, eco-tourism, environmental education and ecological engineering to provide the whole process technical services in the three stages of survey, design and supervision. Experience in these field in the framework of national parks or nature reserve will be valorized.
The ability of the consulting firms to use and refer to the inthernational standards and best practices in all the above mentioned fields will be key in the evaluation process. Relevant international professional experience in the above mentioned fields is a strong requirement for this contract. Evidence of such experience will have to be provided.
The service will be provided by a team of international and national experts. The experience and ability of the lead consulting firm to i/ adequately coordinate the experts team, both national and international and ii/ to build and implement a comprehensive and coherent multi-tasks work program will be analyzed with great attention.
If there are partners or representative offices in China who can organize work during the period of COVID-19 mobility restrictions, priority will be given under the same conditions.

(i) Requirements of project experience:

The consultant shall provide supporting materials (including but not limited to project description, completed photos, etc.) to prove its rich international and national experience in the following fields: design of green and energy saving building, design of community development (foresty community, agriculture bio etc.) , ecotourism (nature and health), environmental education, ecological engineering, support to planning and management of National Park or nature reserve.

(ii) Qualification requirements:
(The consultant must provide the following qualification certificates, which are only requested for the Chinese members of the consulting team.)
i) Grade A credit certificate of engineering consulting unit;
ii) Engineering design (agriculture and forestry industry, construction industry and landscape architecture special project) Grade A consulting certificate;
iii) Grade A qualification of engineering supervision;
iv) Grade A qualification of engineering survey .

(iii) Other requirements:
i) Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFDFinanced Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.
ii) Any one (1) member of the JV shall provide the ISO9001 quality management system certification in oder to ensure high quality service.
iii) The attached Statement of Integrity, Eligibility and Environmental and Social Responsibility has to be signed in good faith and attached with the application.
iv) The proposed applicant to award this contract will not be permitted to participate in other contracts under this project.
v) The applicant shall submit only one application, either in its own name or as a member of a JV (JV). If an applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.

If the Applicant is a JV, the expression of interest shall include:
a copy of the JV Agreement entered into by all members,
or
a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal.
In the absence of this document, the other members will be considered as Subconsultants.
Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.
Original Language: English

Assignments

71322000 - Engineering design services for the construction of civil engineering works
71355000 - Surveying services
71240000 - Architectural, engineering and planning services

Original Text

The People's Republic of China


Demonstration project on biodiversity conservation and utilization in Maoli Lake National Wetland Park


Lot 7: Integrated Management of Survey, Design, and Project Supervision

Expressions of Interest

I.Introduction


Hunan Maoli Lake Daye Ecological Construction and Development Co., Ltd. (hereafter abbreviated as “Client” or “project execution agency” or “PEA”) has applied for a financing from Agence Française de Développement ("AFD"), and intends to use part of the funds thereof for payments under the following project:


Lot 7: Integrated Management of Survey, Design, and Project Supervision

The Hunan Maoli Lake Daye Ecological Construction and Development Co., Ltd. hereby invites Applicants to show their interest in delivering the Services described above.


This Request for Expressions of Interest is open to:

√ Consulting firms qIndividual consultants


qNGOs √ JV between NGO(s) and consulting firm(s)

√ JV between consulting firms ( national and international )

II.Project content


The “Demonstration project on biodiversity conservation and utilization in Maoli Lake National Wetland Park”, hereinafter referred to as "the Project" is located in Jinshi City, which was designated as a city in 1988 under the jurisdiction of the province and managed by Changde City.


On December 20, 2018, the French Development Agency (AFD) provided a loan of 35 million euros to the People's Republic of China for the implementation of the project, in order to effectively protect and restore biodiversity and various habitats in the project area, effectively carry out environmental education and eco-tourism, improve community development capabilities and enhance the organization and management capabilities of the National Wetland Park’s management unit, and ultimately achieve long-term impact on the Maoli Lake ecosystem protection.


The implementation duration is 6 years, which is from 2019 to 2024.


The project will be implemented through 4 components:


·Component 1: Protection and restoration of biodiversity and its ecosystem services


·Component 2: Community sustainable development


·Component 3:Development of the Maoli lake eco-tourism and environmental education


·Component 4:Capacity building

The project is composed of 8 lots, and this bid is for lot 7. Details are as following,


Lot 1: Technical Assistance


Lot 1B: Invasive species inventory and management planning (Completed)


Lot 2: The construction of the Community Center, Forest Ecological Community and Ecological Health base


Lot 3: Tourist Areas, Environmental Education Exhibition Center, etc. works


Lot 4: Design and Construction Smart Management Platform


Lot 5: Maoli lake Ecological Restoration Works


Lot 6: Civil Works


Lot 7: Integrated Management of Survey, Design, and Project Supervision

The Services of the consultant shall consist of:


The services will be implemented in strong connection and coordination with the supplier of lot 1, with which a an efficient communication mechanism and cooperation mode shall be defined.


(i)Survey

i) Engineering survey


-Carry out on-site engineering surveys according to the civil works planned to be carried out in this project (for example: forest ecological health base, dock center, waterway and wharf, floodway dredging, bird island restoration project, etc.).

-Measure ground attachments to the construction scope of the project construction site, mainly includes land type, landform, ground features, etc.

-Identify the location of ground attachments and provide accurate CAD drawings for surveying and mapping.

ii) Geotechnical survey


Conduct geological surveys on the construction, municipal and other projects’ construction sites, clarify the bearing capacity, and put forward reasonable suggestions and explanations for the foundation design.

(ii)Design


The design is divided into three stages: schematic design, preliminary design and construction drawing design. The specific tasks are as follows:

-Civil engineering design plan and construction drawing design, includes the transformation of existing bed and breakfast facilities (houses), independent wooden house design, forest health care base design, bird watching platform design, bird island expansion plan, dry dock design, cruise terminal construction and decoration, etc.

-Ecological management and landscape design plans, includes forest quality improvement plans, forest transformation plans, artificial flower sea landscape, small and micro-wetland purification, stream ecological management plans, birds habitat restoration and creation, etc.

-Land use conversion to organic agriculture

-The layout design of the environmental education exhibition center.

-Provide technical support for the preparation of bidding documents for subsequent construction Lots.

(iii)Supervision


Supplier needs to provide construction supervision services for the implementation of the project. According to laws and regulations, engineering construction standards, based on contracts of survey and design, the supplier needs to control the quality, safety, cost, and schedule during projects’ construction. Meanwhile, the supplier needs to manage contracts and information during the construction phase. Moreover, the supplier needs to coordinate the relationship between the relevant parties in the construction of the project, monitor the difficulties and key points during the projects’ construction, strictly control the material specifications and on-site costs, and perform the statutory responsibility of the safety production management of the construction project. Last but not least, the supplier needs to arrange corresponding supervisors to monitor the entire construction process.

Other tasks not mentioned here may be included in the RFP and will be sent to shortlisted consultants.

III.Evaluation Criteria

Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.


In order to speed up the evaluation process, it is required that the application documents do not exceed 100 pages. And recommend the applicants to provide the Chinese version for easy read.


The applicant shall submit one original and two hard copies of EOI before the deadline, and send the electronic version to the e-mail box of the procurement agency and project management office. The mailing address and other information are shown as following.


General expertise requirements for the Consultant are presented below. Detailed expertise requirements will be presented at the next phase (Request for proposals).

Bidder qualifications and project experience requirements:

This contract requires a diversified team covering the fields of architectural design, community development, eco-tourism, environmental education and ecological engineering to provide the whole process technical services in the three stages of survey, design and supervision. Experience in these field in the framework of national parks or nature reserve will be valorized.


The ability of the consulting firms to use and refer to the inthernational standards and best practices in all the above mentioned fields will be key in the evaluation process. Relevant international professional experience in the above mentioned fields is a strong requirement for this contract. Evidence of such experience will have to be provided.


The service will be provided by a team of international and national experts. The experience and ability of the lead consulting firm to i/ adequately coordinate the experts team, both national and international and ii/ to build and implement a comprehensive and coherent multi-tasks work program will be analyzed with great attention.


If there are partners or representative offices in China who can organize work during the period of COVID-19 mobility restrictions, priority will be given under the same conditions.

(i) Requirements of project experience:

The consultant shall provide supporting materials (including but not limited to project description, completed photos, etc.) to prove its rich international and national experience in the following fields: design of green and energy saving building, design of community development (foresty community, agriculture bio etc.) , ecotourism (nature and health), environmental education, ecological engineering, support to planning and management of National Park or nature reserve.

(ii) Qualification requirements:


(The consultant must provide the following qualification certificates, which are only requested for the Chinese members of the consulting team.)


i) Grade A credit certificate of engineering consulting unit;


ii) Engineering design (agriculture and forestry industry, construction industry and landscape architecture special project) Grade A consulting certificate;


iii) Grade A qualification of engineering supervision;


iv) Grade A qualification of engineering survey .

(iii) Other requirements:


i) Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFDFinanced Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.


ii) Any one (1) member of the JV shall provide the ISO9001 quality management system certification in oder to ensure high quality service.


iii) The attached Statement of Integrity, Eligibility and Environmental and Social Responsibility has to be signed in good faith and attached with the application.


iv) The proposed applicant to award this contract will not be permitted to participate in other contracts under this project.


v) The applicant shall submit only one application, either in its own name or as a member of a JV (JV). If an applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.

If the Applicant is a JV, the expression of interest shall include:


a copy of the JV Agreement entered into by all members,


or


a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal.


In the absence of this document, the other members will be considered as Subconsultants.


Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.

IV.Contact Information


Instrimpex International Tendering Co., Ltd. entrusted by Hunan Maoli Lake Daye Ecological Construction and Development Co., Ltd. now invites consultants to show their interest in delivering the services described above. Among the submitted applications, Hunan Maoli Lake Daye Ecological Construction and Development Co., Ltd. will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.


The deadline for submission of the Expressions of Interest is 23.59 on April 2, 2021 (six weeks).

Name of the office desk:Zhang Liyuan


Name of the agent:Instrimpex International Tendering Co., Ltd.


P.O box number and the address:Rm1506, Genertec Plaza, No.90, Xisihuan ZhongLu, Fengtai District, Beijing, P. R. China (P.O box number:100055)


Telephone: +86 10 63348506


Email: zhangliyuan2@cgci.gt.cn; hnmlhfdb2753238@163.com


Interested Applicants may obtain further information at the above address during office hours:


Monday to Friday, 9:00-11:00 a.m., 2:00-5:00 p.m.


Appendix to The Request for Expressions of Interest


(To be sumitted with the application, signed and unaltered)


Statement of Integrity, Eligibility and Environmental and Social Responsibility

Reference of the bid or proposal (the "Contract")


To: (the "Contracting Authority")

1.We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our JV or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.


2.We hereby certify that neither we nor any other member of our JV or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:


2.1 Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;


2.2 Having been:


a)convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);


b)subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);


c)convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;


2.3 Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;


2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;


2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;


2.6 Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);


2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.


3.We hereby certify that neither we, nor any of the members of our JV or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:


3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;


3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;


3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;


3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;


3.5 In the case of procurement of goods, works or plants:


a)Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;


b)Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract.


4.If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.


5.We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.


6.In the context of the procurement process and performance of the corresponding contract:


6.1 We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;


6.2 We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;


6.3 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a Stateowned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;


6.4 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;


6.5 We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anticompetitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;


6.6 Neither we nor any of the members of our JV or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;


6.7 We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.


7.We, as well as members of our JV and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

Name: In the capacity of:


Duly empowered to sign in the name and on behalf of[ In case of JV, insert the name of the JV. The person who will sign the application, bid or proposal on behalf of the applicant, bidder or consultant shall attach a power of attorney from the applicant, bidder or consultant.]:


Signature:


Dated:

Contact information
Address: Liyuan Zhang
Project Manager
CNIITC
Genertec Plaza, Rd 90 Xisanhuanzhonglu, Fengtai District
100055
Beijing
China
Telephone: +86 10 6334 8506
Fax: +86 10 6337 3647
E-mail: zhangliyuan2@cgci.gt.cn
Web site:: http://www.cniitc.com.cn

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Learn more about our membership benefits
Similar tenders