Announcement of Bid Winning Results of Support and Business Application System Development and Integration under Henan Xichuan Integrated Ecological Protection and Environmental Improvement Project financed by ADB
Entrusted by Office of the Leading Group for the Ecological Protection and Comprehensive Environmental Management Project of the Asian Development Bank Loan in Xichuan County, CMC International Tendering Co., Ltd. will undertake the open competitive bidding for the Support and Business Application system development and integration under Henan Xichuan Integrated Ecological Protection and Environmental Improvement Project.
Bids were opened as specified in the Bidding Documents at 10:00am (Beijing Time) on August 5, 2024 at room No. 14, Conference Center of ITC 4th Floor, Shouke Plaza, No. 14 Xisanhuan Nanlu, Fengtai District, Beijing, and 10 bidders submitted bids. The bid evaluation committee completed the evaluation and submitted the bid evaluation report to the ADB for review. After the review by the ADB, no objection was issued. The winning bid result is now publicly announced as follows:
Project Name:Support and Business Application system development and integration
Bid No.:0702-2420CITC1001
Contract No.:ISC-GS03-IT
I. Bidder, Bid Prices, Evaluated Prices and Reasons of Rejection
1. Name of Bidder: Joint Venture of PIESAT Information Technology Co., Ltd., Aerospace Planning and Design Group Co., Ltd., Beijing eGOVA Co., Ltd. and Beijing Sunway Technology Co., Ltd.
a): Bid Amount: CNY 9,461,760.00
b): Evaluated Price: CNY 8,870,400.00
c): Total Score:89.01
2. Name of Bidder: Joint Venture of China Mobile System Integration Co., Ltd. and Huai'an Water Conservancy Survey and Design Research Institute Co., Ltd.
a): Bid Amount: CNY 9,961,880.00
b): Evaluated Price: CNY 9,398,000.00
c): Total Score: 84.18
3.Name of Bidder: Beijing DHC Technology Co., Ltd., China Communications Construction Group Design Co., Ltd, Hebei Jiuhua Survey and Mapping Co., Ltd.
a): Bid Amount: CNY 9,830,132.60
b): Evaluated Price: CNY 9,124,822.60
c): Total Score: 83.96
4.Name of Bidder: PowerChina Zhongnan Engineering Corporation Ltd., Chinasoft International Limited
a): Bid Amount: CNY 8,518,734.00
b): Evaluated Price: CNY 5,619,900.00
c): Total Score: 83.44
5. Name of Bidder: Beijing Telecommunication Planning and Design Institute Co., Ltd., China Institute of Water Resources and Hydropower Research, Keyu Information Technology Co., Ltd.
a): Bid Amount: CNY 7,896,000.00
b): Reasons of Rejection:
The bidder did not meet the requirements of Clause 4.5 of Section 1 of the bidding documents, "4.5 Government-owned enterprises in the Borrower’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not dependent agencies of the Purchaser." China Institute of Water Resources and Hydropower Research is a second-class public institution. The Bidder did not meet the requirements of Article 4.5 of the bidding documents and shall be disqualified.
6. Name of Bidder: DongShen Intelligent Water Technology (Shenzhen) Co., Ltd., Hunan Water Resources and Hydropower Survey, Design, Planning and Research Co., Ltd.
a): Bid Amount: CNY 8,464,450.84
b): Reasons of Rejection:
The bidder did not meet the requirements of Clause 2.3.2 in Section 3 of the Bidding Document, " The Bidder shall demonstrate that the main IT products, as listed below, offered have(i) been in production for at least 2 years, and (ii) been sold a minimum of 2 units of similar type and specification over the last five (5) years;(iii) been in operation for a minimum of 1 year. Main IT products: 1. Digital twin watersheds and engineering; 2. Forecast scheduling; 3. Comprehensive display of platform technology products. " According to Clause 29.4, Section 1 of the Bidding Document ‘If a Bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission’, the Bid Evaluation Committee determined that the specific contract experiences and qualification certificate provided by the bidder did not meet the requirements of the Bidding Documents, and such deviations should be regarded as material deviations, so the bid should be rejected.
7. Name of Bidder: Tower Zhilian Technology Co., Ltd.
a): Bid Amount: CNY 8,947,460.00
b): Reasons of Rejection:
(1) Clause 2.3.1 in Section 3 of the Bidding Document, "Successful completion as main supplier within the last five (5) years, of at least 2 contracts each valued at CNY 10 million with nature, and complexity similar to the scope of requirements described in Section 6 (Schedule of Requirements). The main construction content should include data management, data production, or data resource construction of water conservancy. " Effective certification have not submitted as required.
(2) Clause 2.3.2 in Section 3 of the Bidding Document " The Bidder shall demonstrate that the main IT products, as listed below, offered have(i) been in production for at least 2 years, and (ii) been sold a minimum of 2 units of similar type and specification over the last five (5) years;(iii) been in operation for a minimum of 1 year.Main IT products: 1. Digital twin watersheds and engineering; 2. Forecast scheduling; 3. Comprehensive display of platform technology products. " The bidder did not submit the End-user’s certificate that can demonstrate that the main equipment of Digital twin watersheds and engineering have been in operation for a minimum of 1 year.
(3) Clause 2.3.3 in Section 3 of the Bidding Document "The Bidder or manufacturer shall demonstratea that it can supply the type, size, and quantity of the IT products as required by Purchaser in accordance with the Delivery and Completion Schedule in Section 6 (Schedule of Requirements). The Bidder or manufacturers should have the similar software copyright of such as IoT perception data reception management platform and application for Water One Map System, etc. " Effective certification have not submitted as required.
(4) Clause 2.3.4 in Section 3 of the Bidding Document " (1) Bidders must have a valid comprehensive Grade A credit certificate for engineering consulting units issued by China Engineering Consulting Association or similar institutions. (2) Bidders must have a valid second level or higher certificate of professional contracting qualification for electronic and intelligent engineering. (3) Bidders must have a valid Class A certificate for engineering surveying and mapping (professional categories: engineering surveying, photogrammetry and remote sensing, geographic information system engineering) issued by Provincial level or above Natural Resources Departments. (4) Bidders must have valid information system construction and service capability level certificates issued by China Electronic Information Industry Federation or similar institutions. (5) Bidders must have a valid CMMI3 certification for software maturity. (6) Bidders must have a valid ITSS Information Technology Service Standard Compliance Certificate issued by China Electronics Industry Standardization Technology Association or similar institutions. (7) Bidders must have valid information security management system certification and information technology service management system certification issued by Certification bodies authorized by the National Certification and Accreditation Administration. " The bidder only has provided: (1) AAA credit rating certificate issued by Beijing Derong Credit Management Co., Ltd. (5) CMMI3 certification for software maturity. (6) ITSS Information Technology Service Standard Compliance Certificate issued by China Electronics Industry Standardization Technology Association.
(5) Clause 2.3.5 in Section 3 of the Bidding Document "(1) Project Manager: Must have 1. senior engineer or above professional certificate, and 2. software designer certificate or system architecture designer certificate. (2) Technical development leader: Must hold a senior engineer or above professional title certificate, and an information system project management engineer certificate. " Effective certification have not submitted as required.
According to Clause 29.4, Section 1 of the Bidding Document ‘If a Bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by correction of the material deviation, reservation, or omission’, the Bid Evaluation Committee determined that the specific contract experiences and qualification certificate provided by the bidder did not meet the requirements of the Bidding Documents, and such deviations should be regarded as material deviations, so the bid should be rejected.
8. Name of Bidder: Consortium of Wuhan Daspatial Technology Co., Ltd., Yunnan Water Resources and Hydropower Survey and Design Institute Co., Ltd., Inspur Cloud Information Technology Co., Ltd., Inspur Softway Group Co., Ltd.
a): Bid Amount: CNY 9,413,860.00
b): Reasons of Rejection:
The bidder did not meet the requirements of Clause 4.5 of Section 1 of the bidding documents, "4.5 Government-owned enterprises in the Borrower’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not dependent agencies of the Purchaser." China Institute of Water Resources and Hydropower Research is a second-class public institution. The Bidder did not meet the requirements of Article 4.5 of the bidding documents and shall be disqualified.
9. Name of Bidder: Zhongguancun Smart City Co., Ltd., Yellow River Engineering Consulting Co., Ltd. and Technology Advisory of Pearl River Water Resources Commission (GuangZhou) Co. Ltd.
a): Bid Amount: CNY 9,850,965.47
b): Reasons of Rejection:
Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. has commen shareholder. According to Clause 4.3 of Section 1 of the bidding documents, "A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if any of, including but not limited to, the following apply: (a) they have controlling shareholders in common; or (d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the Bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process.”, Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. found to have a conflict of interest. Chengdu Wanjiang Gangli Technology Co., Ltd. and Zhongshui Northeast Survey, Design and Research Co., Ltd. shall be disqualified.
10. Name of Bidder: Chengdu Wanjiang Gangli Technology Co., Ltd. and Zhongshui Northeast Survey, Design and Research Co., Ltd.
a): Bid Amount: CNY 9,961,880.00
b): Reasons of Rejection:
Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. has commen shareholder. According to Clause 4.3 of Section 1 of the bidding documents, "A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if any of, including but not limited to, the following apply: (a) they have controlling shareholders in common; or (d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the Bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process.”, Zhongshui Northeast Survey, Design and Research Co., Ltd. and Yellow River Engineering Consulting Co., Ltd. found to have a conflict of interest. Chengdu Wanjiang Gangli Technology Co., Ltd. and Zhongshui Northeast Survey, Design and Research Co., Ltd. shall be disqualified.
II. Recommeded Bidder and Expected Contract Amount
Recommeded Bidder:Joint Venture of PIESAT Information Technology Co., Ltd., Aerospace Planning and Design Group Co., Ltd., Beijing eGOVA Co., Ltd. and Beijing Sunway Technology Co., Ltd.
Expected Contract Amount:CNY 9,461,760.00
III. Required Arrival Date of Goods or Completion Date for Related Services
12 months after the contract signing.
IV. Contents
Support and Business Application System Development and Integration
V. Complaints
If bidders or other related parties have objections to the evaluation results of this project, please submit the questioning materials to the procurement agent within the public announcement period. Late submissions will not be accepted.
VI. The Announcement Period
October 17, 2024 to October 20, 2024.
VII. Purchaser and Attention
Purchaser: Office of the Leading Group for the Ecological Protection and Comprehensive Environmental Management Project of the Asian Development Bank Loan in Xichuan County
Address: Third Floor, No. 140 Renmin Road, Xichuan County, Nanyang City, Henan Province
Attention: Ms. Rao Xiaolu
Telephone: 0377-62889766
Procurement Agent: CMC International Tendering Co., Ltd.
Address: Room 811, Building C, General Times Center, No.1 Yard, Xiying Street, Fengtai District, Beijing
Attention: Mr. Liu Xiangnan or Ms. Liu Lu
Telephone: 010-81168473 or 010-81168503
E-mail: liuxiangnan@cgci.gt.cn
亚行贷款河南省淅川县生态保护和环境综合整治项目支撑和业务应用系统开发
中标结果公示
中机国际招标有限公司受淅川县亚行贷款生态保护和环境综合治理项目领导小组办公室的委托,作为亚行贷款河南省淅川县生态保护和环境综合整治项目支撑和业务应用系统开发的采购代理公司,承办相关的招标采购工作。
支撑和业务应用系统开发于2024年8月5日上午10:00时在北京市丰台区西三环南路14号院首科大厦四层会议中心举行了开标仪式,共有10家投标人按时递交了投标文件。评标委员会随后完成了评标工作并将评标报告报送亚行审核。亚行审核后出具了不反对意见,现将中标结果公示如下:
本招标项目仅供正式会员查看,您的权限不能浏览详细信息,请注册本网会员并成为正式会员后可下载详细的招标公告、报名表格、项目附件和部分项目招标文件等。
联系人:王鑫
手机:18211055457
电话:010-89940160
邮箱:kefu@cgbidding.com
QQ:3492096196