斯里蘭卡科倫坡東集裝箱碼頭第二期機電工程項目 監(jiān)控系統(tǒng) 招標(biāo)公告
1.招標(biāo)條件
本招標(biāo)項目斯里蘭卡科倫坡東集裝箱碼頭第二期機電工程項目(項目名稱)招標(biāo)人為 中交四航局江門航通船業(yè)有限公司,招標(biāo)項目資金已落實(資金來源),出資比例為 /。該項目已具備招標(biāo)條件,現(xiàn)對監(jiān)控系統(tǒng)(物資名稱)采購進行公開招標(biāo)。
2.項目概況與招標(biāo)范圍
斯里蘭卡科倫坡東集裝箱碼頭第二期機電工程項目:
本項目為斯里蘭卡科倫坡東集裝箱碼頭第二期機電工程項目,建設(shè)地點位于:斯里蘭卡科倫坡東碼頭,總建設(shè)面積**萬M2。主要工程內(nèi)容包括供配電系統(tǒng),照明系統(tǒng),CCTV系統(tǒng),通訊、電話網(wǎng)絡(luò)系統(tǒng),火警系統(tǒng)。
3.投標(biāo)人資格要求
3.1 投標(biāo)人資格條件要求
(1)國內(nèi)投標(biāo)人:本次招標(biāo)要求投標(biāo)人須是經(jīng)國家工商、稅務(wù)機關(guān)登記注冊、能獨立承擔(dān)民事責(zé)任、具有獨立法人資格的企業(yè);具有招標(biāo)物資生產(chǎn)或供應(yīng)經(jīng)驗的企業(yè),具有一定規(guī)模和良好的資金財務(wù)狀況及銀行資信;近3年內(nèi)沒有與騙取合同有關(guān)的犯罪或嚴(yán)重違法行為而引起的訴訟和仲裁,并且具有合法、有效的的營業(yè)執(zhí)照。
國外投標(biāo)人:須在其原籍國(或地區(qū))合法注冊并有效存續(xù)的法人機構(gòu),具備獨立簽訂合同和履行合同的能力。須提供相應(yīng)的商業(yè)登記證明。
(2)國內(nèi)投標(biāo)人:財務(wù)能力要求:投標(biāo)人必須是經(jīng)稅務(wù)部門注冊登記核準(zhǔn)的一般納稅人,有依法納稅的良好記錄。
國外投標(biāo)人:須財務(wù)狀況良好,有良好的銀行資信記錄。提供近三年(或成立以來)經(jīng)審計的財務(wù)報表或由國際公認(rèn)的會計師事務(wù)所出具的資信證明。
(3)其他要求:必須是中交招采網(wǎng)供應(yīng)商庫中的供應(yīng)商,不接受被中國交通建設(shè)集團有限公司列入限制交易黑名單、重點關(guān)注名單的供應(yīng)商。
3.2出口管制合規(guī)?!就稑?biāo)人】知曉【招標(biāo)人】被美國政府列入貿(mào)易管制名單的情況,承諾在本項目中擬提供給【招標(biāo)人】的【產(chǎn)品/軟件/技術(shù)】不受美國《出口管理條例》及美國其他相關(guān)出口管制規(guī)定的管制。【招標(biāo)人】從【投標(biāo)人】獲取【產(chǎn)品/軟件/技術(shù)】的行為不會違反美國出口管制的相關(guān)規(guī)定。
3.3 本次招標(biāo)不接受(接受或不接受)聯(lián)合體投標(biāo)。
3.4 單位法人代表為同一人或存在控股、管理關(guān)系的不同單位,不得同時參加本項目投標(biāo),否則相關(guān)投標(biāo)文件均視為無效。
3.6 至投標(biāo)截止時間,若投標(biāo)人出現(xiàn)以下情況,其投標(biāo)將被拒絕:
國內(nèi)投標(biāo)人:(1)被省級及以上行業(yè)主管部門取消招標(biāo)項目所在地的投標(biāo)資格且處于有效期內(nèi);
(2)被責(zé)令停業(yè),暫扣或吊銷執(zhí)照,或吊銷資質(zhì)證書;
(3)進入清算程序,或被宣告破產(chǎn),或其他喪失履約能力的情形;
(4)在國家企業(yè)信用信息公示系統(tǒng)(http://www.gsxt.gov.cn/)中被列入嚴(yán)重違法失信、經(jīng)營異常企業(yè)名單;
(5)在“信用中國”網(wǎng)站(http://www.creditchina.gov.cn/)中被列入嚴(yán)重失信主體名單。
國外投標(biāo)人:處于破產(chǎn)、清算狀態(tài),或在其注冊地有重大不良訴訟、仲裁記錄,足以影響其履約能力。
3.7 如為代理商投標(biāo),代理商需取得生產(chǎn)廠家授權(quán)。
4.招標(biāo)文件的獲取
4.1 凡有意參加投標(biāo)者,請于****年**月**日至 ****年**月4日**時(北京時間,下同),登錄“中交招采網(wǎng)”(網(wǎng)址:https://zjzcw.iccec.cn)獲取電子招標(biāo)文件。
4.2 招標(biāo)文件的獲?。?
?免費下載
4.3 1、已在網(wǎng)并且已通過招標(biāo)人層級供應(yīng)商或已增加招標(biāo)人為合作單位的供應(yīng)商、上級供應(yīng)商可直接參與投標(biāo)。在網(wǎng)平級單位供應(yīng)商未增加招標(biāo)人為合作單位需進行合作意向申請通過后參與投標(biāo)。2、未注冊“中交招采網(wǎng)”的單位需先進行注冊,推薦單位或合作意向單位選擇招標(biāo)人,審核通過后方可參與投標(biāo)。
5.投標(biāo)文件的遞交
5.1 投標(biāo)文件遞交的截止時間(投標(biāo)截止時間,下同)為****年**月8日**時** 分,投標(biāo)人應(yīng)在截止時間前通過“中交招采網(wǎng)”遞交電子投標(biāo)文件。
5.2 逾期未完成上傳的電子投標(biāo)文件,“中交招采網(wǎng)”將予以拒收。
5.3電子采購的供應(yīng)商報價文件由線上電子報價表及附件共同組成。當(dāng)電子報價表與附件內(nèi)容沖突時,以線上電子報價表的數(shù)據(jù)為準(zhǔn)。
6.開標(biāo)
6.1開標(biāo)時間:與投標(biāo)文件遞交的截止時間相同。
6.2開標(biāo)地點:本次招標(biāo)在“中交招采網(wǎng)”線上開標(biāo), 不舉辦現(xiàn)場開標(biāo),現(xiàn)場開標(biāo)地點中交招采網(wǎng) 。
7.發(fā)布公告的媒介
本次招標(biāo)公告在“中交招采網(wǎng)”上發(fā)布。
8.評標(biāo)辦法
本項目評標(biāo)辦法采用:本項目采購內(nèi)容為非一級集采目錄物資,評標(biāo)辦法采用經(jīng)評審的綜合評標(biāo)法。
9.投標(biāo)保證金
投標(biāo)保證金的遞交:
(1)?不要求遞交
**.合同主要條款
**.1付款條件:定金**%(提供銀行保函),貨物生產(chǎn)完畢,發(fā)貨前經(jīng)甲方驗收合格且收到**%專用增值稅發(fā)票、銀行保函及相關(guān)技術(shù)資料后支付**%的貨款,安裝、驗收合格2個月內(nèi)支付**%,3%質(zhì)保金。
**.2 履約保證金的遞交:
(1)?不要求遞交
**.監(jiān)督機構(gòu)
監(jiān)督機構(gòu)名稱:中交四航局江門航通船業(yè)有限公司
舉報電話:**0-********
**.中標(biāo)供應(yīng)商平臺服務(wù)費繳納說明
為進一步提升電子采購平臺服務(wù)質(zhì)量,優(yōu)化運營流程,保障雙方合作更加順暢高效,對參與我司采購活動并成功中標(biāo)的供應(yīng)商分檔收取服務(wù)費。具體費用以中標(biāo)通知書中同步生成的服務(wù)費訂單為準(zhǔn),訂單將通過“中交招采網(wǎng)”(網(wǎng)址:https://zjzcw.iccec.cn)發(fā)送,發(fā)送后**天內(nèi)需完成費用繳納。繳費過程中如有問題,請聯(lián)系**********中標(biāo)服務(wù)費請按7咨詢。
**.1收費標(biāo)準(zhǔn)
按照包件分檔進行收費,收費標(biāo)準(zhǔn)按以下中標(biāo)金額進行收?。?
(1)在**0萬元(含)至**0萬元之間的,每次收取**0元;
(2)在**0萬元(含)至****萬元之間的,每次收取**0元;
(3)在****萬元(含)至****萬元之間的,每次收取****元;
(4)在****萬元(含)至1億元之間的,每次收取****元;
(5)在1億元(含)以上的,每次收取****元。
**.2支付流程
(1)通知推送:中標(biāo)結(jié)果發(fā)布后,系統(tǒng)自動推送繳費通知(含應(yīng)繳金額及支付鏈接);
(2)費用查詢:供應(yīng)商登錄“中交招采網(wǎng)-服務(wù)管理”模塊查看待支付費用;
(3)在線支付:支持對公銀行轉(zhuǎn)賬或在線支付,支付成功后生成電子憑證;
(4)發(fā)票開具:支付完成后5個工作日內(nèi),系統(tǒng)自動生成“技術(shù)服務(wù)費”電子發(fā)票,供應(yīng)商可在“中交招采網(wǎng)-服務(wù)管理-發(fā)票下載”模塊獲取。
**.其他要求:
**.1斯里蘭卡科倫坡東集裝箱碼頭第二期機電項目監(jiān)控系統(tǒng)采購,需滿足技術(shù)的要求,詳見附件技術(shù)協(xié)議《編號:SLLKXM-JSXY-**5》;
**.2 質(zhì)保期:竣工驗收后3年。售后維保:必須提供三年綜合性與本地技術(shù)支持,需提供本地技術(shù)維護地址和聯(lián)系電話。
**.3 交貨日期:合同簽訂后**天內(nèi)或按甲方通知時間交貨。
**.4中標(biāo)方需要先提供攝像頭的樣品寄到項目部給業(yè)主檢驗。(可在后續(xù)實際供貨中減掉樣品的數(shù)量)
**.5 供應(yīng)商提供的產(chǎn)品必須獲得海外項目業(yè)主和監(jiān)理的認(rèn)可。
**.6 供應(yīng)商需提供產(chǎn)品的技術(shù)文件MAR,以作為評標(biāo)文件中的技術(shù)部分的評分依據(jù)。中標(biāo)單位必須在合同簽訂后**天內(nèi)提供MAR文件,**天內(nèi)完成MAR文件報審并通過業(yè)主審批。若中標(biāo)單位未能按上述要求完成,招標(biāo)單位有權(quán)單方面取消中標(biāo)資格且不向中標(biāo)單位作任何經(jīng)濟補償。
技術(shù)文件MAR格式目錄如下:
1. MTO(明確MAR中采購內(nèi)容)(Clarify the procurement content in MAR)
2. Design Drawing List(明確采購內(nèi)容的需求來源) (Clear the source of demand for procurement content)
3. Supplier Profile(供應(yīng)商簡介)
4. Material Comparison Sheet(與SOW/BOD/SPEC/DD對比,證明符合性)
5. Material Specification Sheet(如廠家有標(biāo)準(zhǔn)datasheet,提供全面的材料信息)
6. Shop drawing(包括材料本身的shop drawing和材料安裝的shop drawing)
7. Fabrication Procedure(生產(chǎn)流程簡介)
8. ITP(質(zhì)量控制)
9. FAT procedure(需要FAT的,參考)
**. Test report/COC/CE certificate(質(zhì)量相關(guān)的報告樣板)
**. Deviation Justification Sheet(論證偏差)
Chapter 1: Tender Notice
Procurement Tender Notice for Surveillance System
Phase II Electromechanical Engineering ProjectEast Container Terminal, Colombo, Sri Lanka
1. Tender Conditions
This tender project, the Sri Lanka Colombo East Container Terminal Phase II Electromechanical Engineering Project (Project Name), is tendered by CCCC Fourth Harbour Engineering Co., Ltd. Jiangmen Hantong Shipbuilding Co., Ltd. Funding for the tender project has been secured (Funding Source), with a capital contribution ratio of /. The project has met the conditions for tender and is now inviting open tenders for the procurement of the Monitoring System (Material Name).
2. Project Overview and Tender Scope
Sri Lanka Colombo East Container Terminal Phase II Electromechanical Engineering Project:
This project constitutes the electromechanical works for Phase II of the Colombo East Container Terminal in Sri Lanka. The construction site is located at Colombo East Terminal, Sri Lanka, with a total construction area of **0,**0 m?. Principal works encompass power supply and distribution systems, lighting systems, CCTV systems, communication and telephone network systems, and fire alarm systems.
3. Bidder Qualification Requirements
3.1 Bidder Qualification Requirements
(1) Domestic Bidders: Bidders must be enterprises registered with national industrial and commercial and tax authorities, capable of independently bearing civil liabilities and possessing independent legal person status. They must have experience in producing or supplying the tendered materials, demonstrate a certain scale of operations, sound financial standing, and bank creditworthiness. Within the past three years, they must have no litigation or arbitration arising from criminal offences or serious illegal acts related to contract fraud, and must hold a valid business licence.
Foreign Bidders: Must be a legal entity duly registered and validly existing in its country (or region) of origin, possessing the capacity to independently enter into and perform contracts. Relevant commercial registration certificates must be provided.
(2) Domestic Bidders: Financial Capability Requirements: Bidders must be general taxpayers registered and approved by tax authorities, with a sound record of lawful tax compliance.
Foreign Bidders: Must demonstrate sound financial standing and a favourable banking credit history. Provide audited financial statements for the past three years (or since establishment) or a creditworthiness certificate issued by an internationally recognised accounting firm.
(3)Other Requirements: Must be a qualified supplier listed in the CCCC Procurement Network Supplier Database. Suppliers placed on the restricted transaction blacklist or key monitoring list by China Communications Construction Group Co., Ltd. shall not be accepted.
3.2 Export Control Compliance. The Tenderer acknowledges that the Tendering Entity is subject to trade control measures imposed by the United States Government and undertakes that the Products/Software/Technology proposed to be supplied to the Tendering Entity under this project are not subject to the Export Administration Regulations of the United States or other relevant US export control regulations. The Tendering Entity"s acquisition of the Products/Software/Technology from the Tenderer shall not contravene any relevant US export control provisions.
3.3 This tender does not accept (accepts or does not accept) joint venture bids.
3.4 Entities with the same legal representative or those under controlling or management relationships shall not simultaneously participate in this project tender; otherwise, all relevant tender documents shall be deemed invalid.
3.6 By the bid submission deadline, bids shall be rejected if the bidder falls under any of the following circumstances:
Domestic Bidders: (1) Having had bidding eligibility revoked by provincial-level or higher competent authorities within the project location, with such revocation remaining valid;
(2) Being ordered to suspend operations, having licences temporarily withheld or revoked, or having qualification certificates revoked;
(3) Being subject to liquidation proceedings, declared bankrupt, or otherwise rendered incapable of fulfilling contractual obligations;
(4) Listed on the National Enterprise Credit Information Publicity System (http://www.gsxt.gov.cn/) as a severely law-breaking, untrustworthy, or abnormally operating enterprise;
(5) Listed on the Credit China website (http://www.creditchina.gov.cn/) as a severely untrustworthy entity.
Foreign bidders: Being in a state of bankruptcy or liquidation, or having significant adverse litigation or arbitration records in their place of registration that are sufficient to affect their ability to perform.
4. Obtaining the Tender Documents
4.1 All parties wishing to participate in the tender shall log in to the ‘CCCC Tendering and Procurement Network’ (website: https://zjzcw.iccec.cn) between on **November **** and **:**on 4December**** (Beijing Time, hereinafter the same) to obtain the electronic tender documents.
4.2 Obtaining Tender Documents:
?Nosale
□For sale, price per set: **0 yuan (renminbi, hereinafter the same), non-refundable after sale. Suppliers shall remit the tender document fee via wire transfer by ** November ****, specifying ‘Sri Lanka Project - Surveillance System Tender Fee’ in the remarks field. Payment must be made from the bidder"s corporate account. After payment, submit proof of payment to yuanyuzhen1@ccccltd.cn by **:** on ** November **** and contact the procurement officer to activate tender download access. (Email subject line: " (Supplier Name) Sri Lanka Project - Surveillance System Tender Fee"). Fees for purchasing procurement documents and tender deposits (if applicable) should be remitted to the following account:
Account Name: Xinhui Branch, China Communications Construction Fourth Harbour Engineering Bureau Co., Ltd.
Bank: Bank of Communications Co., Ltd. Beijing Madian Sub-branch
Account Number: **-**-******-**
4.3 1. Suppliers already registered on the platform who have been approved as tiered suppliers by the Tendering Party or have added the Tendering Party as a partner unit, as well as their superior suppliers, may directly participate in bidding. Suppliers at the same level on the platform who have not added the Tendering Party as a partner unit must submit a cooperation intent application and obtain approval before participating in bidding. 2. Entities not yet registered on the ‘CCCC Tendering and Procurement Network’ must first complete registration. Recommended entities or entities with cooperation intent must select the Tendering Party; participation in bidding is permitted only after approval.
5. Submission of Tender Documents
5.1 The deadline for tender document submission (hereinafter referred to as the tender closing time) is **:**on 8December**** ]. Tenderers must submit electronic tender documents via the ‘CCCC Tendering and Procurement Network’ before this deadline.
5.2 Electronic tender documents not uploaded by the deadline will be rejected by the CCCC Tendering and Procurement Network.
5.3 For electronic procurement, suppliers" quotation documents comprise both the online electronic quotation form and its attachments. Where content conflicts arise between the electronic quotation form and attachments, the data in the online electronic quotation form shall prevail.
6. Bid Opening
6.1 Bid Opening Time: Concurrent with the tender submission deadline.
6.2 Bid Opening Venue: This tender shall be opened online via the ‘CCCC Procurement Network’. No physical bid opening session shall be held. The designated venue for physical bid opening is the ‘CCCC Procurement Network’.
7. Media for Announcement Publication
This tender announcement is published on the ‘CCCC Procurement Network’.
8. Bid Evaluation Method
The bid evaluation method for this project shall be: As the procurement content does not fall under the first-tier centralised procurement catalogue, the evaluated comprehensive bid evaluation method shall be adopted.
9. Tender Security
Submission of tender security:
(1) ? Not required
**. Principal Contract Terms
**.1 Payment Terms:
A **% deposit (Provide a bank guarantee). Upon completion of goods production, **% of the payment shall be made after Party A"s acceptance prior to shipment and receipt of a **% special VAT invoice, bank guarantee, and relevant technical documentation. **% shall be paid within two months of successful installation and acceptance, with a 3% retention deposit.
**.2 Submission of Performance Bond:
(1) ? Not required
**. Supervisory Body
Name of Supervisory Body: CCCC Fourth Harbour Engineering Co., Ltd. Jiangmen Haotong Shipbuilding Co., Ltd.
Reporting Hotline:
Reporting Email:
**. Payment Instructions for Successful Supplier Platform Service Fees
To further enhance the quality of our electronic procurement platform services, optimise operational processes, and ensure smoother, more efficient collaboration between both parties, tiered service fees will be charged to suppliers who participate in our procurement activities and are successfully awarded contracts. Specific fees shall be determined by the service fee order generated concurrently with the award notification. The order will be dispatched via the ‘CCECP’ website (URL: https://zjzcw.iccec.cn). Payment must be completed within ** days of dispatch. Should any issues arise during payment, please contact ********** and select option 7 for winning bid service fee enquiries.
**.1 Fee Structure
Fees are tiered according to package value, calculated as follows:
(1) For amounts between RMB 1 million (inclusive) and RMB 2 million: RMB **0 per instance;
(2) For amounts between RMB 2 million (inclusive) and RMB ** million: RMB **0 per instance;
(3) For amounts between RMB ** million (inclusive) and RMB ** million: RMB 1,**0 per instance;
(4) For amounts between RMB ** million (inclusive) and RMB **0 million: RMB 3,**0 per instance;
(5) For amounts exceeding RMB **0 million (inclusive): RMB 5,**0 per instance.
**.2 Payment Process
(1) Notification Dispatch: Upon publication of tender results, the system automatically dispatches payment notifications (including due amount and payment link);
(2) Fee Inquiry: Suppliers shall log into the ‘CCCC Tendering & Procurement Network - Service Management’ module to view outstanding fees;
(3) Online Payment: Supports corporate bank transfers or online payments. An electronic receipt shall be generated upon successful payment;
(4) Invoice Issuance: Within five working days after payment completion, the system shall automatically generate an electronic ‘Technical Service Fee’ invoice. Suppliers may retrieve it via the ‘CCCC Tendering & Procurement Network - Service Management - Invoice Download’ module.
**. Additional Requirements:
**.1 Procurement of the Monitoring System for Phase II Electromechanical Project at Colombo East Container Terminal, Sri Lanka, must satisfy technical specifications detailed in the attached Technical Agreement (Ref: SLLKXM-JSXY-**5);
**.2 Warranty Period: Three years following final acceptance. After-sales Maintenance: Comprehensive three-year technical support with local presence is mandatory. Provide local technical maintenance address and contact telephone number.
**.3 Delivery Date: Within ** days of contract signing or as notified by the Client.
**.4 The successful bidder shall first provide camera samples for inspection by the Client at the project site. (Sample quantities may be deducted from subsequent actual supply).
**.5 Products supplied by the vendor must be approved by the overseas project owner and supervisor.
**.6 The supplier shall furnish the product"s technical documentation (MAR) as the basis for scoring the technical section of the tender evaluation. The successful bidder must submit the MAR documentation within ** days of contract signing and complete its submission for review and approval by the client within ** days. Should the successful bidder fail to meet these requirements, the tendering entity reserves the right to unilaterally revoke the award without providing any financial compensation.
The technical documentation MAR format outline is as follows:
1. MTO (Clarify the procurement content in MAR)
2. Design Drawing List (Clear the source of demand for procurement content)
3. Supplier Profile
4. Material Comparison Sheet (Demonstrate compliance by comparing with SOW/BOD/SPEC/DD)
5. Material Specification Sheet (Provide comprehensive material information, including manufacturer"s standard datasheet where available)
6. Shop Drawing (Including both the material"s own shop drawing and the shop drawing for material installation)
7. Fabrication Procedure (Outline of production process)
8. ITP (Quality Control)
9. FAT procedure (For reference where Factory Acceptance Test is required)
**. Test report/COC/CE certificate (Quality-related report templates)
**. Deviation Justification Sheet (Justification of deviations)