您好,欢迎来到电力能源招标网! 登录 注册
一公司-公开-12HWYNSBL202508003-Tender Notice-Geomembrane
公告标题:
一公司-公开-12HWYNSBL202508003-Tender Notice-Geomembrane
公告内容:

Tender Notice

1. Bidding Conditions

This project has been approved by the Indonesian Ministry of Public Works and the construction funds have been secured. The geomembrane materials to be purchased for the project are now open for public bidding on the CCCC "Three Chains" trading and sharing platform.

II. Project Overview and Bidding Scope

(1) Project Overview

1. Construction location

Section 1B of the Semarang to Demak Toll Road Project in Indonesia (hereinafter referred to as the Project) is located in Semarang City, Central Java Province, Indonesia. It runs east-west. The starting pile number of the Project is K4+425 and the ending pile number is K8+314.

2. Construction scale

A 3.7-kilometer-long seawall road, a river-crossing bridge and its approach bridge, a service area, a toll station and ancillary projects.

3. Planned construction period and start and completion dates

Planned construction period: 36 months.

Construction start date: August 7, 2023, planned completion date: April 26, 2027

(2) Scope of Bidding

The material bidding details and quotation requirements are shown in the attachment "Attachment 1. Tender Announcement Schedule".

3. Bidder Qualification Requirements

(1) Bidder qualifications

1. Business scope requirements

This tender requires that bidders must be manufacturers, agents, distributors, or traders registered in accordance with the law in Indonesia with independent legal personality, good corporate social reputation, good financial status, and no penalties from administrative departments at or above the municipal level; bidders must have legal and valid NIB, NPWP, KTP and other certificates, be qualified as general taxpayers of value-added tax, and be at the company level, the first-level supplier of the first-level bureau, or the CCCC level supplier in the CCCC "three-chain" transaction sharing platform.

2. Supply capacity requirements

The production enterprise of the bidder or the bidder's agent must have more than one year of production experience in similar products, have corresponding capabilities in terms of personnel, equipment, funds, etc., and have the necessary supply, storage and transportation capabilities.

3. Financial capability requirements

The bidder shall have a complete financial operation system and good financial status, and shall have the ability to advance funds for the supply of tendered materials.

4. Quality assurance capability requirements

Refer to the relevant requirements of the Directorate General of Highways, Ministry of Public Works and Housing, Indonesia (August 2020 edition).

5. Supply performance requirements

The bidder should have experience in supplying materials for engineering projects and have a complete service and supply system.

6. Performance Credit Requirements

Bidders must have good social reputation and not be included in the blacklist of the quality supervision department or tenderer's company in the project location; have no litigation and arbitration caused by crimes or serious violations related to contract fraud in the past three years; have not seriously breached the contract or been evicted in the past three years; their property has not been taken over or frozen, and the company is not in a state of being banned or cancelled from bidding.

7. Invoice issuance requirements

Bidders should be able to issue VAT invoices that meet the requirements of Indonesian laws and regulations.

(2) This tender does not accept joint bids.

(3) Different units with the same person as the head or holding or management relationship shall not participate in the bidding for the same package; otherwise, the relevant bids will be rejected.

(4) Other requirements

The bidder shall accept all commercial and technical requirements such as payment terms, quality assurance requirements, after-sales service, etc. stipulated in the bidding documents; the bidder must ensure that it can directly supply according to the order after winning the bid, and should actively cooperate with the access and inspection work organized by the tenderer, otherwise it will be deemed as a breach of contract by the successful bidder; the bidder should ensure that the relevant information provided is complete and true and valid, otherwise it will bear all legal responsibilities.

IV. Obtaining the Bidding Documents

(1) Acquisition method and time

Anyone who is interested in participating in the bidding, please log in to the CCCC "Three Chains" transaction sharing platform from 12:00 on August 28, 2025 to 15:00 on September 2, 2025 (Beijing time, the same below, the specific time is subject to the requirements of the CCCC "Three Chains" transaction sharing platform) to complete the bidding registration and download the bidding documents.

(2) Bid document fees

No tender document fee will be charged for the bidding documents of this tender.

(3) Participation of potential bidding suppliers

1. Suppliers and upper-level suppliers that are already in the supplier database of CCCC's "Three Chains" transaction sharing platform and have been added to the database through the tenderer's level supplier or have added the tenderer as a cooperative unit can directly sign up to participate.

2. If the supplier of the same-level unit has not added the tenderer as a cooperative unit, it is necessary to apply for cooperation intention and register to participate after it is approved.

3. Suppliers who have not registered on CCCC's "Three Chains" transaction sharing platform need to register. The recommending unit or the unit with cooperation intention selects the tenderer and can sign up to participate after passing the review.

4. If you have any questions or problems with warehousing, you can consult the tenderer.

V. Submission of Bidding Documents

(1) Deadline for submission of bidding documents

The deadline for bidding is 17:00 on September 17, 2025 (specifically, the total number of CCCC "three chains" transactions is 17:00).Bidders should submit electronic bidding documents through CCCC's "Three Chains" transaction sharing platform (http://ec.ccccltd.cn) before the deadline.

(2) Bidding documents delivered after the deadline will be rejected by CCCC's "Three Chains" transaction sharing platform.

(3) Supplier quotation documents for electronic procurement consist of the electronic quotation sheet entered into the system and the attachments to the tender documents. In the event of any conflict between the electronic quotation sheet and the attachments to the tender documents, the data in the electronic quotation sheet entered into the system shall prevail.

VI. Settlement Method

Settlement is conducted on a monthly basis, from the 16th of the previous month to the 15th of the current month. After the 15th of each month, Party A and Party B will verify the supply quantity for the previous settlement period and complete the settlement procedures. Party B will provide Party A with a legal, valid, and equivalent VAT invoice as payment basis. (Party B will bear any liability for any delay in payment due to Party B's invoice provision.)

VII. Payment Terms

After Party B delivers the goods to Party A's on-site receiving location, Party B will notify Party A for inspection and acceptance. Upon successful acceptance, both parties will complete settlement. Party A will pay the purchase price 30 days after receiving the corresponding invoice and tax receipt. Before Party B provides Party A with a tax payment certificate (SPT), Party A will deduct the PPN from the payment until Party B provides the corresponding invoice and tax payment certificate. Payment does not relieve Party B of its liability for the quality of the goods. If Party A fails to pay on time, the parties will negotiate a payment extension. However, Party B may not cease supplying goods without reasonable prior written notice to Party A. Otherwise, Party B will be liable for any losses incurred by Party A.

一、招标条件

本项目由印尼公共工程部批准建设,建设资金已落实,现就项目拟采购的土工膜物资在中交“三链”交易共享平台上进行公开招标。

二、项目概况与招标范围

(一)项目概况

1.建设地点

印尼三宝垄至德马克收费公路项目1B标段(以下简称本项目)位于印尼中爪哇省三宝垄市,整体呈东西走向,本项目起点桩号为K4+425,终点桩号K8+314。

2.建设规模

3.7公里长的海堤路、1座跨河桥及其引桥、1个服务区、及收费站及附属工程。

3.计划工期及开竣工日期

计划工期:36个月。

开工日期:2023年8月7日,计划完工日期:2027年4月26日

(二)招标范围

物资招标明细及报价要求见附件“附件1.招标公告附表”。

三、投标人资格要求

(一)投标人资格条件

1.营业范围要求

本次招标要求投标人为印度尼西亚境内依法注册,具有独立法人资格的生产商、代理商、经销商、贸易商,企业社会信誉,财务状况良好,未受过市级以上行政主管部门的处罚;投标人须具有合法且有效的NIB NPWP KTP等证件,具备增值税一般纳税人资格,,并在中交“三链”交易共享平台中层级为一公司层级、一航局层级供应商或中交集团层级供应商。

2.供应能力要求

投标人或投标人代理的生产企业须具备年1年以上的类似产品的生产经历业绩,在人员、设备、资金等方面具备相应的能力,具有必要的供货、储存和运输能力。

3.财务能力要求

投标人具有完整的财务运行体系及良好的财务资金状况,且具备供应招标物资所应承担的垫资能力。

4.质量保证能力要求

参考印度尼西亚公共工程和住房部公路总局(2020年8月版)的相关要求。

5.供货业绩要求

投标人应具备完成工程项目材料供应的经验,具备完成的服务和供货体系。

6.履约信用要求

投标人需具有良好的社会信誉,未列入工程所在地质量监督部门、招标人企业黑名单;近3年内没有与骗取合同有关的犯罪或严重违法行为而引起的诉讼和仲裁;近3年不曾在合同中严重违约或被逐;财产未被接管或冻结,企业未处于禁止或取消投标状态。

7.发票开具要求

投标人应可开具满足印尼法律法规要求的增值税发票。

(二)本次招标不接受联合体投标。

(三)单位负责人为同一人或者存在控股、管理关系的不同单位,不得参加同一包件投标,否则,相关投标均被否决。

(四)其他要求

投标人接受招标文件规定的付款条件、质保要求、售后服务等全部商务、技术要求;投标人必须保证中标后能根据订单直接供应,应对招标人组织开展的准入、考察工作予以积极配合,否则视为中标人违约;投标人应确保提供的相关资料齐全并且真实有效,否则承担一切法律责任。

四、招标文件的获取

(一)获取方式及时间

凡有意参加投标者,请于 2025年8月28日12时至2025年9月2日15时(北京时间,下同,具体以中交“三链”交易共享平台要求时间为准),登录中交“三链”交易共享平台完成投标报名并下载招标文件。

(二)标书费用

本次招标的招标文件 不收取 标书费。

(三)潜在投标供应商参与

1.已在中交“三链”交易共享平台供应商库内,并且通过招标人层级供应商入库或已增加招标人为合作单位的供应商、上级供应商可直接报名参与。

2.在库平级单位供应商未增加招标人为合作单位的,需进行合作意向申请通过后报名参与。

3.未在中交“三链”交易共享平台注册的供应商需进行注册,推荐单位或合作意向单位选择招标人,审核通过后可报名参与。

4.如有疑问或入库问题,可向招标人咨询。

五、投标文件的递交

(一)投标文件递交截止时间

投标截止时间为2025917170分(具体以中交“三链”交易共享平台要求时间为准),投标人应在截止时间前通过中交“三链”交易共享平台(http://ec.ccccltd.cn)递交电子投标文件。

(二)逾期送达的投标文件,中交“三链”交易共享平台将予以拒收。

(三)电子采购的供应商报价文件由系统录入电子报价表及投标文件附件共同组成。当电子报价表与投标文件附件内容冲突时,应以系统录入电子报价表的数据为准。

六、结算方式

执行按月结算,结算周期为上月 16 日至本月 15 日,每月 15日后,甲乙双方核对上一结算周期的供货数量,并办理结算手续,乙方向甲方提供合法、有效、等额的增值税发票作为付款依据。(若因乙方提供发票原因造成的支付时间延后,乙方自行承担相关责任)。

七、付款条件

乙方将物资递送到甲方现场收货地点后,通知甲方进行验收,验收合格后,甲乙双方办理结算。甲方收到对应的发票税票30日后支付货款。乙方未向甲方提供完税证明SPT前,甲方付款将先扣除PPN,直到乙方提供对应发票的完税证明。货款支付不能免除乙方对货物质量应承担的责任。若甲方逾期付款,双方应友好协商后延期支付,但乙方不能再未经提前书面合理告知甲方的情况下停止供货,否则乙方应承担由此给甲方造成的损失。

**

本公告详情仅供VIP会员或SVIP会员查阅,您当前权限无法查看完整内容,请先 登录 注册 ,办理会员入网事宜后按照后续流程参与投标!

联系人:张晟

手 机:13621182864

邮 箱:zhangsheng@zgdlyzc.com


上一篇 中交建筑东南公司2025年9月地材联合采购招标公告

下一篇 235国道杭州至诸暨公路萧山河上至诸暨安华段改建工程项目劳动保护用品采购招标公告
招标公告
Business bulletin

客服中心


400-996-1565


客服邮箱:kefu@zgdlyzc.com

客服 Q Q:3857188131

营业时间:上午8:30-11:30,下午13:00-18:00


24小时咨询热线:13520865021