Invitation For Bid
Selection of Consulting Services for:
Technical assistance and capacity building
Client:
Guangxi Fire Rescue Department
The Client’s Agent:
CMC International Tendering Co., Ltd.
Country: People’s Republic of China
Project:
Industrial Risks Management and Prevention
in Guangxi Zhuang Autonomous Region of China
Issued on 2021 04
CMC International Tendering Co., Ltd. entrusted by the Client, invites sealed bids from eligible suppliers home and abroad for the supply of the following service by way of International Competitive Bidding. The tender notice is released on www.dgmarket.com, www.cebpubservice.com,www.china-tender.com.cn on 2021-04-09.
1.Bidding Conditions
The Project financed by AFD includes 2 parts:
The current Request for Proposal addresses the capacity building part of the Project.
The final goal of the Services is to enable Guangxi Zhuang Autonomous Region to improve their industrial risks prevention system according to the following specific objectives:
Source of Funds:obtained
2.Bidding Content:
Bidding No:0702-2150CITC0047
Project Name:Selection of Consulting Services for Technical assistance and capacity building for the project of Industrial Risks Management and Prevention
in Guangxi Zhuang Autonomous Region of China
Place of Implementation:Guangxi Zhuang Autonomous Region
List of Products:
| *NO. |
*Product Name |
*Quantity |
*Main Technical Data |
Remarks |
| 1 |
Consulting Services |
1 |
Refer to TORs in the Request For Proposals |
None |
The Services include following tasks:
Task 1: Research project on a comparative analysis of risk prevention and management capabilities in Chinese and European industrial parks
The objective of the task 1 is to provide an opportunity to the project owner to learn about the international good practices for risk assessment and risk management for industrial facilities, and in particular the method to define emergency plans based on the identification of major accident scenarios. It should be done with a research study comparing the risk prevention and management capabilities in Guangxi and in other countries.
Task 2: Organization of a study tour for emergency management cadres at the government level
Thanks to the visits and meetings with representatives of large industrial parks abroad and the exchange of experience and practices during a study tour, Guangxi government shall define the basis for decision-making to improve its industrial risk prevention capacity.
Task 3: Organization of a study tour for fire command officers (including firefighter-training staff)
Thanks to the visits, meetings with operators of industrial parks located abroad and the exchange of experience with fire command officers, and the training organized with a training center in charge of high level fire command officers for public services, Guangxi fire command officers shall understand the doctrine, guiding principles and good practices for fire command and therefore improve their current capabilities.
Task 4: Training courses in Guangxi provided by international experts to first-line firefighters at the grassroots level (including firefighter-training staff)
The objective of the training courses of the first-line firefighters at the grassroots level is to transfer the international good practices to Guangxi staff including firefighter-training staff (training of trainers).
The Services run through the entire project implementation period, i.e. roughly from 2021 to 2024
3. Qualification Requirements for Bidder
Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD‑Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.
The Client will examine the capacity of the Bidder based on criteria described in items below. All these criteria shall be evaluated on a pass/ fail basis only. Bids that are non-responsive to any one or more of the following qualification criteria and/or found enclosing fabricated and untrue information will be rejected outright.
If the Bidder passes the qualification evaluation, the further detailed evaluation will adopt the QCBS method (Quality and Cost Based Selection method).
1) The Bidder shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If a bidder (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.
2) The Bidder shall have comparable contracts size in the past in the industrial risks management and prevention field.
3) The Bidder shall have experience in the Client’s country (PR.China).
4) The Bidder shall have experience with donors-funded projects.
5) The Bidder shall submit the original of letter of authorization issued by the Legal Representative and the copy of the ID card of the authorized person. If the Applicant is a JV, the proposal 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.
6) Partnering with a local structure / with local expertise is encouraged for the Services Beginning of Selling Bidding Documents:2021-04-09
Ending of Selling Bidding Documents:2021-04-30
4. The potential bidders wishing to participate bid are requested to register free of charge at the China General tendering Network (www.china-tender.com.cn) from April 09, 2021 till April 30, 2021 (Beijing Time) upon non-refundable payment of RMB 800.00 or Euro100.00 for each set of Request for proposal. Technical support Tel: 8610-63348126/4006808126”
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 Request For Proposal 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
Appendix to the qualification criteria (To be submitted 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")
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:
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.
3.1 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:
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 State‑owned 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 anti‑competitive 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 joint venture 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.
Name: _________________________ In the capacity of: ____________________________________
Duly empowered to sign in the name and on behalf of[1]:________________________________________
Signature:_____________________________________________________________________________
Dated: _______________________________________________________________________________
Matrix template for evaluating Qualification Criteria
The table below may be used to evaluating the Qualification Criteria of the Applicants. One table must be completed for each Applicant. For each experience submitted by the Applicant, check the boxes of the criteria, which are met by the experience.
Name of the Applicant: ________________________________________________________________________________
|
|
Nature of services[2] |
Contract size |
Technical area |
Experience in PRC |
Experience with donors-funded projects |
[Etc.] |
| [Experience A][3] |
|
|
|
|
|
|
| [Experience B] |
|
|
|
|
|
|
| [Experience C] |
|
|
|
|
|
|
| [Etc.] |
|
|
|
|
|
|
| Total[4] |
|
|
|
|
|
|
The selection of Applicants to be shortlisted shall follow the rules as defined herebelow:
[1] In case of joint venture, insert the name of the joint venture. 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.
[2] Each criterion column should reflect the list of similar experiences provided, such as (i) Nature of services, (ii) Technical expertise and (iii) Location.
[3] Each row will be a separate experience which is listed in the application.
[4] The "total" for each column indicates the number of experiences which meet the criterion.