BiddingAnnouncement for Construction of the Operation Zone (ZOP) and the EntranceComplex (CI) for Chancay Multipurpose Terminal New First Stage, Peru
1. Bidding Conditions
The tender project, the Operation Zone and theEntrance Complex for Chancay Multipurpose Terminal New First Stage, Peru has been approved for construction by CHINA COSCO SHIPPING CORPORATION LIMITED.The Tenderee is COSCO SHIPPING Ports Chancay PERU S.A (hereafter the Employer).The project has already met the conditions for tender, and now the Constructionof the project is subject to public tender.
2. Project Overview and Scope of Works
2.1 Project construction location: located inthe Municipality of Chancay, Province of Huaral, Department of Lima.
2.2Scale of tender project: TheEmployer, COSCO SHIPPING Ports Chancay Peru S.A, is going to develop agreenfield port infrastructure in Chancay Bay, Peru, where not only has anappropriate deep water to accommodate large seagoing vessels but also a goodinland connectivity with the capital and other hinterlands.
Thedevelopment of Chancay Multipurpose Port Terminal or TPMCH by its Spanishacronym is regarded an important investment in port infrastructure in recentyears of Peru, which will greatly increase the handling capacity of cargo alongthe coast and catalyze the prosperity of regional economy.
Withthe ambition, the port will be built into several stages and this tender is astart-up. In terms of the functions of different areas composed by TPMCH, thereare three (3) main areas, Port Operating Zone (ZOP by its Spanish acronym),Entrance Complex (CI by its Spanish acronym), and a Tunnel & Access RoadSystem which is the main access to and from the port. Within the tender, theEmployer is soliciting a contractor to construct ZOP and CI, and the Tunnel& Access Road System will be built by others.
Inthe New First Stage, one (1) primary breakwater and one (1) secondarybreakwater with total length of 2,908m are to be built to provide a shelter andtranquility for the port area. And totally four (4) main berths with a totalberth length of 1,500m will be built for the port operator to handlecontainers, solid bulk, break bulk, rolling cargo and approximately 1.18million sqm. land area will be formed and paved for stacking cargo and erectingvarious functional buildings. After completion, TPMCH is expected to be capableof handling 1 million TEU of container, 6 million tons of general cargo and16,000 units of rolling cargo.
2.3 Planned construction period: from 15th March 2021 to 16thSeptember 2024 (Tentative Schedule) (Notice to Proceed subject to theEmployer’s approval), totally 42 months.
2.4Scope of Works: The scope of theconstruction works includes but not limited to the following. More informationis referred to the document entitled “Scope of Works” in the bidding document.
? Two breakwaters, primary breakwater and secondarybreakwater.
? Dredging of approach channel and harbor basin.
? Aids to Navigation.
? Four (4) operational berths including one (1)finger pier, three (3) marginal wharves.
? Cofferdam and revetment.
? Land reclamation, ground improvement and sloperetaining.
? Storage yard and roads.
? Container stacking crane beams and pavement.
? Miscellaneous terminal buildings.
? Dry and wet utilities.
? Beach nourishment.
? Administration and maintenance of camps.
? Fulfilling social and community commitments.
? Management of environmental responsibilities.
3. Requirements of the Tenderers:
3.1 Qualification Requirements:
3.1.1 Qualificationrequirements for Tenderers whose parent company is from China: Class I (orabove) qualification for general contracting of port and waterway engineering,and Class I (or above) qualification for general contracting of building issuedby Ministry of Housing and Urban-Rural Development of the People's Republic ofChina.
3.1.2 InternationalCertifications: Tenderers (or Leading Member in the case of the Joint Venture) shallsubmit evidence that is certified in ISO 9001, 14001 and OSHA 18001 or 45001;or equivalents in other countries.
3.1.3 Tenderers (or LeadingMember in the case of the Joint Venture) shall present proof that they are DOMICILEDin Peru, such proof are: 1) Tax ID Certificate issued by SUNAT (Peruvian TaxAuthority) of the branch of the foreign company or of the company incorporatedin Peru, issued with no more than 30 calendar days, 2) When it is a companyincorporated in Peru (including the scenario of a subsidiary of a foreigncompany): Certificate of good standing of the company in Peru or the subsidiary(incorporated in Peru) of a foreign company issued by SUNARP (“Certificadode Vigencia de Persona Jurídica”), which must be issued with no more than30 calendar days, and 3) When it is a branch of a foreign company: Certificateof good standing of the branch issued by SUNARP (“Certificado de Vigencia dePersona Jurídica”), , which must be issued with no more than 30 calendardays. 4) If the company domiciled in Peru is a branch or subsidiary,in case this branch or subsidiary intends to use the performance and otherqualification of its parent company, the Parent company shall provide a writtenauthorization to the EMPLOYER where clearly states its branch or subsidiary isauthorized to use past performances of parent company and any otherqualification documents. At the same time, the parent company must submit thesworn statement declares that the parent company will be responsible for alldebts and other contractual obligations stipulated in the Contract.
3.1.4 Industry of Tenderer and Subcontractors:
The Tenderers and its possible Subcontractors mustbelong to the industry related and similar to the main activities of thecurrent tender. The Tenderer shall list all their proposed subcontractors andtheir proposed roles, it′s mandatory that MOU between Participant andsubcontractors must be submitted.
3.2 Tenderer Performance requirements:
3.2.1 The Tenderer shall have the construction performance of implementing at leastone port construction (should include wharf construction) project since January1, 2010 (contract signing or project completion date shall be after January 1,2010) around the world.
Note: Contract copies affixed with official seal(including the page of signature and seal) or the project completioncertificate shall be provided.
3.2.2 The Tenderer shallhave the construction performance of implementing at least one mega infrastructureproject since January 1, 2010 (contract signing or project completion dateshall be after January 1, 2010) in Peru.
Note: Contract copiesaffixed with official seal (including the page of signature and seal) or theproject completion certificate shall be provided. Mega infrastructure project refersto the projects in the fields of ports, airports, roads, railways, bridges,tunnels, water supply, sewers, electrical grids, telecommunications.
3.3 Qualificationrequirements of the Project Manager (Project Leader):
3.3.1 The Project Manager(Project Leader) shall have one of the following three qualifications: ① have senior professional title (Senior Engineer)and Class I certified constructor with port and waterway engineering specialtyof China; ② have a professional engineer certification of the United States ofAmerica or equivalent certification of the other countries;③ have a registered engineer certificate of civil engineering issued byPeruvian Engineers’ Chamber.
3.3.2 The Project Managermust have more than 12 years construction experience in ports and/or in the waterwaysconstruction industry. Plus, the Project Manager shall have the experience ofimplementing at least one port construction (shall include wharf construction)project as Project Manager around the world since January 1, 2010 (contractsigning or project completion date of the contract shall be after January 1,2010).
Note: Supporting documentsuch as copies of the contracts, completion certificate, correspondence fromthe Employer or the Engineer during the project implementation, or thecertificate signed by the legal representative of the Employer affixed withofficial seal, must be provided. The supporting document shall reflect thetime, types of the project, and name of the Project Manager.
3.4 ThisTender Process accepts joint venture tendering.
The whole joint ventureshall be treated as one Tenderer; and professional experience of each member ofthe joint venture shall be treated as experience of the whole joint venture. Thequalified joint venture shall meet all the following requirements:
3.4.1 Quantity of JVmembers: Maximum 3 members are acceptable to form a Joint Venture and thesemembers should come from one parent company / group or two different groups atmost.
3.4.2 The responsibilityand division of various parties in the joint venture must match theirqualification and professional experience;
3.4.3 “Joint VentureAgreement” shall be submitted together with the tender proposals, and theagreement shall clearly stipulate Leader Member of the Joint Venture, stipulateauthorized representatives of various parties of the Joint Venture, and defineresponsibilities and division of various parties, and declare that tenderproposals and the contract signed shall be legally bind upon each member of theJoint Venture, and promise that in performance of the contract, various partiesshall undertake their independent responsibility and mutual joint liability;
3.4.4 Neither any member ofthe Joint Venture shall participate in the tender alone in its own name besidesJoint Venture, nor form a new Joint Venture or join in other Joint Venture(otherwise, the Tender Proposals submitted by this member together with allJoint Venture(s) with its involvement will be rejected at the same time);
3.4.5 The JV must havePeruvian Tax Id (RUC Number) before signing the Contract. If a JV is awarded ofthe contract, the created JV vehicle according to Peruvian law shall obtain theTax ID after the Letter of Award before the execution of the Contract. In theevent of any failure of obtaining the JV’s Tax ID within 15 days after issuingthe Letter of Award, the JV is deemed waiver the identity of the awardeeautomatically.
3.4.6 Where signature andseal are required according to the Chapter VIII Form of Tender, all the membersof the Joint Venture should sign and affix the official seal.
3.5 The participant that may affect the fairnesscannot participate in the tender. If the legal representative of the tendereris the same person or different tenderers have management relationship, theymay not participate in the tender. In violation of the above provisions, therelevant tender proposals will be rejected.
3.6 Qualification evaluation mode: the mode ofpost-qualification is adopted for this tender.
4. Acquisition of the Bidding Documents
Interested Tenderers can register to obtainBidding Documents, and whether to form a Joint Venture to participate in theTender shall be confirmed during the registration.
The registration can be applied for in two waysbelow:
4.1 Option 1: Any interested party who intends to participate in thetender shall purchase the Bidding Documents during 9:00 to 11:00 a.m. , and13:00 to 16:00 p.m. from 2 December 2020 to 8 December 2020 (here and thefollowing are referred to Beijing Time unless otherwise stated) at 14/F, No.358 Mei Li Yuan Building, West Yan An Road, Shanghai, China with the Letterof Authorization and the original ID card of the potential tenderer’srepresentative or consignee. The submittals in registration also include thesupporting documents which prove the requirements stipulated in 3.1.1, 3.1.2, 3.1.31) &2) &3), 3.2 and all the aforementioned submittals shall be dulystamped by the potential tenderer.
Option 2: Any interested party can register and obtain the BiddingDocuments through email to the Tender Agency before 4p.m. 8 December 2020(Subject to the time of receipt of the email) by sending the scanned copy ofthe above submittals listed in Clause 4.1. Tenderers shall guarantee theauthenticity and validity of the scanned copy.
4.2 The Bidding Documents are sold at a cost of RMB 3000 or USD 450per copy and shall not be sold after the deadline of registration norrefundable after sale. The remittance accounts are as follows:
(1) domestic remittancewithin China (RMB ONLY):
Deposit bank:招商银行股份有限公司上海曹家渡支行
Beneficiary:上海国际招标有限公司
RMB Account:215080920510001
(2) overseas remittance(RMB AND USD):
deposit bank:CHINA GUANGFA BANK, H.O.
Swift111 Code:GDBKCN22
Address of the bank:NO. 713 EAST DONGFENG RD. YUEXIU DISTRICT, GUANGZHOU,GUANGDONG PROVINCE CHINA CHN
Beneficiary:Shanghai InternationalTendering Co., Ltd.
Address of the Beneficiary:14/F, 358 Yan An Road(W),Shanghai 200040, P.R.China
RMB Account:9550880025773600153
USD Account:9550880025773600333
CNAPS:306290003671
5. Submission of the Tender Proposals
5.1 The deadline for tender submission is09:00 A.M (Beijing time) on 27 January 2021. The Tenderer shall send the TenderProposals to the conference room 49/F, COSCO Tower, 183 Queen's Road Central,Hong Kong, before the deadline.
5.2 The Tenderee will not accept the TenderProposals that have been delivered late or have not been delivered to thedesignated place.
6. Media of Announcement
This Bidding Announcement is published onseveral websites including gs.coscoshipping.com, , www.{wz_now and www.shabidding.com. At the same time, theBidding Announcement will be sent to Consulate General of the Republic of Peruin Shanghai via email. Additionally, the Peruvian Chamber of Construction(CAPECO) will email the Bidding Announcement to their members. Any amendmentsrelated will published on www.shabidding.com. If the texts are different fromthose published in the media, the text published on www.shabidding.com shallprevail.
7. Contact Information
The Tenderee: COSCO SHIPPING Ports Chancay PERU S.A.
Address:Av. Manuel Olguin 375 Surco Lima, Peru
Contact: Jorge NU?EZ、Mr. ZHANG Yifan
Tel:+51 3213060
Email:[email protected];
[email protected]
| The Tender Agent: Shanghai International Tendering Co., Ltd.
Address: 14F, 358 Yan An Road (West), Shanghai
Postal code:200040
Contact: 陆恺 Mr. Lu Kai
Tel:86-021-62791919*166
Email:[email protected]
|
01December 2020