中文 | English
中国通用招标网
当前位置:网站首页 > 综合资讯 > 招标资讯 > 招标采购公告 > 货 物

中德财政合作兰州市城市轨道交通2号线一期工程(站台门和自动扶梯、电梯)公告

发布时间: 2021-04-09 09:04:44   作者:本站编辑   浏览次数:

People’s Republic of China
中华人民共和国

Lanzhou Rail Transit Co., Ltd.
兰州市轨道交通有限公司

 

Invitation for Bids
投标邀请书

Country
国家

P.R. China
中华人民共和国

Loan No. and Title
贷款号和名称

Loan Agreement no. 29505, dated 18 December 2019, Lanzhou Urban Rail Transit Line 2Phase I
(BMZ No.: 202083947)

贷款协议号29505签署日期2019年12月18日, 兰州市城市轨道交通2号线一期工程
(BMZ No.: 202083947)

Date of this Invitation
投标邀请的日期

April 9, 2021

2021年4月9日

KfW Procurement No.
KfW采购编号

505316

ICB No. and Title
ICB编号和名称

0702-2150CITC1197/01
Lanzhou Urban Rail Transit Line 2Phase I
Package One: Platform Doors and Escalators, Elevators

0702-2150CITC1197/01
兰州市城市轨道交通2号线一期
第一包采购招标文件(站台门和自动扶梯、电梯)

Deadline for Bid Submission
投标文件递交截止时间

 

9:30 am on May 27, 2021(Beijing Time)

2021年5月27日上午9:30(北京时间)

The Lanzhou Rail Transit Co., Ltd. has received a loan from the KreditanstaltfürWiederaufbau (hereinafter referred to as “KfW”) toward the cost of the Lanzhou Urban Rail Transit Line 2Phase I(hereinafter referred to as “the Project”) under the Loan Agreement dated 18 December 2019 (hereinafter referred to as “the Loan”),and intends to apply part of the proceeds toward payments under the Contract for which this Invitation for Bids is issued. Disbursement of the Loan by KfW will be subject in all respects to the terms and conditions of the Loan Agreement. No party other than Lanzhou Rail Transit Co., Ltd. shall derive any rights from the Loan Agreement or have any right to the Loan proceeds.
兰州市轨道交通有限公司已收到KreditanstaltfürWiederaufbau(以下简称“KfW”)根据2019年12月18日的贷款协议(以下简称“贷款”)为兰州市城市轨道交通2号线一期工程(以下简称项目)提供的贷款,并打算将部分资金用于支付本投标邀请书所针对的合同项下的款项。KfW的贷款支付将全面遵守贷款协议的条款和条件。除兰州市轨道交通有限公司外,任何一方均不得从《贷款协议》获得任何权利或对贷款收益享有任何权利。

1. Bidding is open to Bidders following KfW’s eligibility requirements and the relevant provisions contained in the Bidding Document.
根据KfW的资格要求和招标文件中的相关规定,投标对投标人开放。Lanzhou Rail Transit Co., Ltd. (hereinafter referred to as “the Employer”) now invites sealed Bids from prospective eligible Bidders for the Lanzhou Urban Rail Transit Line 2, Phase I - Package One: Platform Doors and Escalators, Elevators.
兰州市轨道交通股份有限公司(以下简称“业主”)现就兰州市城市轨道交通2号线一期工程第1包:站台门和自动扶梯、电梯,邀请潜在合格投标人进行密封投标。Plant manufacturing and installation services shall be tendered and contracted as one contract. All domestic and imported goods and services shall be included in the Bid, with the Contractor being responsible and accountable towards the Employer.
设备制造和安装服务应作为一份合同进行投标和承包。投标书中应包含所有国内和进口货物和服务,由承包商直接对业主负责。

 The Bidder shall also meet the following qualification requirements:

投标人满足以下资格要求

1.1 The Bidder shall be the manufacturers of platform doors and / or elevators / escalators and meet the following qualification requirements:

投标人应为站台门和/或电梯/自动扶梯制造商,并满足以下资质要求:

A. Platform Doors Manufacturer:

  站台门制造商:

  The platform doors manufacturer must have the ability of design, production and supply of core equipment of platform doors system, such as door structure, door mechanism and monitoring system.  

  站台门生产制造商必须具有站台门系统的门体结构、门机机构、监控系统等核心设备的设计、生产、供货能力。

  The Construction Party of platform doors installation engineering, if it is a company registered in China, shall possess:

1)  Grade I of prime contracting for mechanical and electrical engineering construction; or

2) Grade I for professional contracting of mechanical and electrical equipment installation engineering; or

3) Grade I or II for professional contracting of building curtain wall engineering,

as well as a valid safety production license issued by the construction competent department.

站台门安装工程的施工方,如为中国境内注册公司,须具备:

1) 机电工程施工总承包壹级;或

2) 机电设备安装工程专业承包壹级;或

3) 建筑幕墙工程专业承包壹级或二级,

且具有建设主管部门颁发的有效的安全生产许可证。

B. Escalators and Elevators Manufacturer(s):

自动扶梯和电梯制造商:

The elevator/escalator manufacturer, if it is a company registered in China, must have the valid qualification of "Manufacturing License of Special Equipment of the People's Republic of China" and "Installation, Modification and Maintenance License of Special Equipment of the People's Republic of China", and have the qualification grade as shown in the table below:

电梯/电扶梯制造商如为中国境内注册公司,须具有有效的《中华人民共和国特种设备制造许可证》及《中华人民共和国特种设备安装改造维修许可证》资质,且具有下表所述资质等级:

 

Manufacturing License of Special Equipment of the People's Republic of China

中华人民共和国特种设备制造许可证

Type类型

Grade级别

Sub-type

型式

Model / parameter

型号/参数

Escalator

自动扶梯

B

Escalator

自动扶梯

A vertical rise (H) of 14m or higher    提升高度(H)大于或等于14m

Passenger lift

乘客电梯

A

Traction type Passenger lift曳引式客梯

 

A

Machine room-less (MRL) Passenger lift无机房客梯

 

Installation, Modification and Maintenance License of Special Equipment of the People's Republic of China

中华人民共和国特种设备安装改造维修许可证

Type

类型

Grade级别

Construction category

施工类别

Escalator

自动扶梯

A

Installation and maintenance

安装维修

Passenger lift

乘客电梯

A

Installation and maintenance

安装维修 

Professional subcontracting is allowed for steel structure engineering. The professional subcontractor shall have Grade III or above qualification. The project installation manager who undertakes the design, production and installation of steel derrick shall have the professional qualification of registered constructor (mechanical and electrical or municipal major) of Grade II or above.

钢结构工程允许专业分包,专业分包企业应具有叁级以上(含叁级)资质。承担钢井架设计、生产及安装工程的项目安装经理应具有二级及以上注册建造师执业资格(机电或市政专业)。

Note: Foreign Bidders shall provide equivalent qualification certificates, as and if available.

说明:来自中国境外的企业应提供同类型资质证书,如果有的话

1.2 The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as RMB 25 Million or equivalent foreign currency for the subject contract net of the Bidder’s other commitments.

投标人应证明其有权获得或有权使用流动资产、无负担不动产、信贷额度,以及其他财务手段(独立于任何合同预付款),扣除投标人的其他承诺,足以满足标的合同的施工现金流要求,预计为2,500万元人民币或等值外币

1.3 The registered capital of the Bidder shall not be less than RMB 200 million or equivalent foreign currency (the exchange rate shall be subject to the spot exchange selling price first published by the Bank of China on the date of the announcement of Tender).

投标人的注册资本不得低于人民币2亿元或等值外币(汇率以招标公告日中国银行首次公布的即期外汇卖出价为准)。

1.4 The audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Employer, for the last three (03) financial years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position based on the following criteria:: that is Liquidity ratio ≥ 1.1, Indebtedness ratio ≤ 80%.

应提交最近连续3个财年经审计的资产负债表,或者,如果投标人所在国的法律没有要求,业主可接受的其他财务报表,并且必须根据以下标准证明投标人财务状况的当前健全性:即流动比率≥1.1,负债率≤80%

1.5 Minimum annual turnover of the amount in RMB 150 million or foreign currency equivalent, for the last three (03) financial years, calculated as total certified annual payments received for contracts in progress and/or completed.

过去三(03)个财政年度的最低年营业额为人民币1.5亿元或等值外币,计算为在建和/或已完工合同的总认证年度付款。

1.6 The Bidder shall have at least five (05) years of design and manufacturing, delivery and/or installation experience for platform doors and/or escalators and/or elevators in urban transit systems since January 1, 2016

自2016年1月1日起,投标人应具有至少五(05)年的城市交通系统中站台门和/或自动扶梯和/或电梯的设计和制造、交付和/或安装经验。

1.7 The Bidder shall provide at least one (01) reference contract to demonstrate its management and operational experience in proactively addressing ESHS risks in urban mass transit projects. Alternatively, the Bidder may provide at least three (03) other contracts with a brief description of experience in dealing with similar ESHS risks.

投标人应至少提供一(01)个业绩合同,证明在主动应对城市轨道交通项目中的ESHS风险方面的管理和运营经验。或提供至少三(03)个其他合同,简要说明处理类似ESHS风险的经验。

1.8 Availability of a valid certifications or internationally recognized equivalent: Quality Management certificate ISO 9001, Environmental management certificate ISO 14001:2014 and Health and Safety certificate OHSAS 18001 or ISO 45001.

有效的认证或国际公认的同等认证:质量管理证书ISO 9001,环境管理证书ISO 14001:2014和健康和安全证书OHSAS 18001 或 ISO 45001。

1.9 Personnel requirements of the bidder

投标人人员要求

1) ESHS project manager, 10 years in designing and monitoring the implementation of ESHS management plans for construction works, 5 years of similar work experience

    ESHS项目经理,实施建筑工程ESHS管理计划有10年设计和监督经验,具有5年类似工作经验。

2) The Project Manager, shall be the full-time employee from Bidder, with Grade I Constructor Certificate (mechanical and electrical or municipal specialty) and the title of engineer or above, holding the safety production assessment certificate B; Project Manager shall have rich project organization and coordination ability, and at least have the performance of taking the post of project manager in three (03) urban rail transit projects. 15 years working experience, 10 years similar working experience.

项目经理1人须由投标人正式员工担任,具有一级建造师证(机电或市政专业)和工程师及以上职称、安全生产考核B证;具有丰富的项目组织协调能力,至少具有在三(03)个城市轨道交通项目中担任项目经理职务的业绩。15年工作经验,10年类似工作经验。

3) The two Deputy Project Managers, shall be the full-time employees respectively from the Platform Doors and Elevator(or Escalator) manufacturers, with Grade I Constructor Certificate (mechanical and electrical or municipal specialty) and the title of engineer or above, holding the safety production assessment certificate C. Have rich experience in site management and organization and coordination ability, and at least have the reference of taking the post of deputy project manager or above in three (03) urban rail transit projects.10 years working experience, 5 years similar working experience.

项目副经理2人须分别由站台门和电/扶梯厂商正式员工担任,应具有一级建造师(机电或市政专业)和工程师及以上职称、安全生产考核C证;具有丰富的现场管理经验和组织协调能力,至少具有在三(03)个城市轨道交通项目中担任项目副经理及以上职务的业绩。10年工作经验,5年类似工作经验。

4) The technical responsible person (each for platform door and Elevator/Escalator) shall have intermediate title (with engineer certificate for more than 5 years) and at least two (02) references of taking the post of the Technical responsible person in a similar professional project of urban rail transit. 5 years similar working experience.

技术负责人(站台门和电梯/自动扶梯各1人),具有中级职称(取得工程师证书满5年)及以上,至少具有在二(02)个城市轨道交通同类专业工程中担任项目技术负责人职务的业绩。5年类似工作经验。

5) One of Safety responsible person, with C certificate of safety production assessment; at least one (01) reference in charge of safety in similar professional projects of urban rail transit.

全负责人1人,有安全生产考核C证;至少具有在1个城市轨道交通同类专业工程中担任安全负责人业绩。3年类似工作经验。

2. A brief description of the facilities to be procured is given below, and details are provided in Section VII ”Employer’s Requirements.
采购设施的简要描述如下,详情见第七章业主需求书

2.1 Scope of Equipment manufacturing and Installation Services: Platform Door System

设备制造和安装服务范围:站台门系统

(1) A "Design & Build" contract is adopted 540 sets of platform doors for nine (09) underground metro stations. The Contract includes the Contractor’s final system design, software development and equipment manufacturing, delivery to site, on site storage and transportation, installation, software deployment, component and system testing, integration testing and commissioning to acceptance, as-built and system documentation, equipment training, the 24-month defects notification period and the concurrent 24-month warranty period. The Contract further includes the relevant equipment and materials for the interfaces with integrated monitoring and control system, the rolling stock, the signaling and train control system, the low-voltage power distribution and lighting, and building decoration.

9个地铁站540套站台门采用设计和建造合同。合同包括承包商的最终系统设计、软件开发和设备制造、交付至现场、现场储存和运输、安装、软件部署、组件和系统测试、集成测试和调试至验收、竣工和系统文件、设备培训,24个月的缺陷通知期以及与之并行的24个月的保修期。本合同还包括与综合监控系统、车辆、信号及列车控制系统、低压配电及照明、建筑装饰装修等接口的相关设备和材料。

(2) The Contract includes the installation and laying of cables, wires, trunking, supports, pipelines and other materials for the application of the platform door system, through wall opening and hole fire blocking.

本合同包括安装和铺设用于站台门系统、穿墙开孔和孔洞防火封堵的电缆、电线、线槽、支架、管道和其他材料。

(3) The Contract requires the provision of one set of engineering prototype of the complete platform door system; it further includes a set of testing equipment and instruments, special installation tools, the supply of software and hardware tools related to operation service training and maintenance, in line with the operations and maintenance and the fire and life safety concepts.

合同要求提供一套完整的站台门系统的工程样机;还包括一套测试设备和仪器、专用安装工具、提供与运营服务培训和维护有关的软硬件工具,符合操作和维护以及消防和生命安全理念。

(4) Preliminary quantities of the equipment items are given in the "List of Quantities for Main Equipment and Materials for the Platform Door System" in Part III of Special Technical Specification of “Employer’s Requirement”.

设备项目的初步工程量见业主需求书专用技术规范第三部分站台门系统主要设备材料数量清单

2.2  Scope of Equipment manufacturing and Installation Services: Escalators

设备制造和安装服务范围:自动扶梯

A "Design & Build" contract is adopted for 88 sets of escalators for nine (09) underground metro stations. The Contract includes the Contractor’s final system design, software development and equipment manufacturing, delivery to site, on site storage and transportation, installation, software deployment, component and system testing, integration testing and commissioning to acceptance, as-built and system documentation, equipment training, the 24-month defects notification period and the concurrent 24-month warranty period. The Contract further includes the relevant equipment and materials for the interfaces with integrated monitoring and control system, BAS system, the low-voltage power distribution and lighting, and building decoration, as well as everything necessary to fully comply with the stipulations of the operations and maintenance and fire and life safety concepts, the supply and installation of IBP panel interface cable and trunking, etc..

9个地铁站的88套自动扶梯采用设计和建造合同。合同包括承包商的最终系统设计、软件开发和设备制造、交付至现场、现场储存和运输、安装、软件部署、组件和系统测试、集成测试和调试至验收、竣工和系统文件、设备培训,24个月的缺陷通知期以及与之并行的24个月的保修期。本合同还包括与综合监控系统、BAS系统、低压配电及照明、建筑装饰装修等接口的相关设备和材料,以及完全遵守操作和维护规定以及消防和生命安全概念所需的一切、IBP面板接口电缆和线槽的供应和安装等。

Preliminary quantities of the equipment items are given in the "List of Quantities for Main Equipment and Materials for Escalators" in Part III of Special Technical Specification of Employer’s Requirement.

设备项目的初步数量见业主需求书专用技术规范第三部分自动扶梯主要设备材料数量清单

2.3 Scope of Equipment manufacturing and Installation Services: Elevators

设备制造和安装服务范围:电梯

A "Design & Build" contract is adopted for 20 sets of elevators for nine (09) underground metro stations and a parking lot. The Contract includes the Contractor’s final system design, software development and equipment manufacturing, delivery to site, on site storage and transportation, installation, software deployment, component and system testing, integration testing and commissioning to acceptance, as-built and system documentation, equipment training, the 24-month defects notification period and the concurrent 24-month warranty period. The Contract further includes the relevant equipment and materials for the interfaces with integrated monitoring and control system, BAS system and FAS system, the low-voltage power distribution and lighting, and building decoration, as well as everything necessary to fully comply with the stipulations of the operations and maintenance and fire and life safety concepts, the shaft steel frame (including glass) and protective fence of shaft transparent surface, etc.
9个地铁站和一个停车场的20台电梯采用设计和建造合同。合同包括承包商的最终系统设计、软件开发和设备制造、交付至现场、现场储存和运输、安装、软件部署、组件和系统测试、集成测试和调试至验收、竣工和系统文件、设备培训,24个月的缺陷通知期以及与之并行的24个月的保修期。本合同还包括与综合监控系统、BAS系统和FAS系统、低压配电及照明、建筑装饰装修等接口的相关设备和材料,以及完全遵守操作和维护规定以及消防和生命安全概念所需的一切竖井钢架(含玻璃)和竖井透明面防护栅栏等。

Preliminary quantities of the equipment items are given in the "List of Quantities for Main Equipment and Materials for Escalators" in Part III of Special Technical Specification of Employer’s Requirement.

设备项目的初步数量见业主需求书专用技术规范第三部分电梯主要设备材料数量清单

3. Bidding will be conducted by means of the International Competitive Bidding procedure with qualification in accordance with the KfW Guidelines for the Procurement of Consulting Services, Works, Goods, Plant and Non-Consulting Services in Financial Cooperation with Partner Countries (“KfW Procurement Guidelines”) using a single-stage two-envelope Bidding Procedure.

投标将根据KfW与合作伙伴国家金融合作咨询服务、工程、货物、设备和非咨询服务采购指南(KfW采购指南)采用一阶段两信封程序通过国际竞争性招标进行。

4. KfW requires that Bidders and Contractors, as well as Borrowers, under Contracts funded with KfW Loan observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, KfW:

KfW要求由KfW贷款资助的合同下的投标人和承包商以及借款人在采购和执行此类合同期间遵守最高道德标准。根据这一政策,KfW:

a. will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question;

如果确定被推荐中标的投标人在竞争有关合同时有腐败或欺诈行为,将拒绝其中标建议;

b. will recognize a Contractor as ineligible, for a period determined by KfW, to be awarded a Contract funded with KfW Loan if it at any times determines that the Contractor has engaged in corrupt or fraudulent practices in competing for, or in executing, another contract funded by KfW.

如果在任何时候确定承包商在竞争或执行另一份由KfW出资的合同时有腐败或欺诈行为,将认为承包商在KfW确定的期限内没有资格被授予KfW贷款合同。

5. Interested eligible Bidders may obtain further information from the Employer, Lanzhou Rail Transit Co., Ltd. And from the Tender Agent, CMC International Tendering Co., Ltd.

感兴趣的合格投标人可从业主兰州市轨道交通有限公司和招标代理中机国际招标有限公司获取更多信息。

Employer:

Lanzhou Rail Transit Co., Ltd.

Attention:

Mr. Ma Shaoqing/Mr. Zhao Xin

Office Address:   

55 Donggang East Road, Chengguan District, Lanzhou City, 730030,Gansu Province,  P.R. China

E-mail address:

mashaoqing.lzrt@foxmail.com/zhaoxin.lzrt@foxmail.com

业主:

兰州市轨道交通有限公司

联系人:

马少卿先生/赵鑫先生

办公地址:

中国甘肃省兰州市城关区东岗东路55号730030

电子邮件:

mashaoqing.lzrt@foxmail.com/zhaoxin.lzrt@foxmail.com

Tender  Agent:

CMC International Tendering Co.,Ltd.

Attention:

Mrs. Wang Yanwei/Mrs. Liu Lu

Office Address:

Room 1104, Genertec Plaza, No.90, XisanhuanZhonglu, Fengtai District, Beijing, 100055, P.R.China

E-mail address:

wangyanwei@cgci.gt.cn/liulu@cgci.gt.cn

招标代理:

中机国际招标有限公司

联系人:

王延巍女士/刘璐女士

办公地址:

中国北京丰台区西三环中路90号通用技术大厦1104,100055

电子邮件:

wangyanwei@cgci.gt.cn/liulu@cgci.gt.cn

  A complete set of Bidding Documents is available to the interested eligible Bidders at cgci.china-tender.com.cn.

 感兴趣的合格投标人可在“中国通用招标网”处获得一整套招标文件。

1)  Interested eligible Bidders may register free of charge on "China General Bidding Website" (http://cgci.china-tender.com.cn/) from April 9, 2021 to May 26, 2021 (Beijing time), purchase and  download the PDF version of bidding documents. Registration Technical support telephone: 86 400-680-8126 or 86 10 63348126.

The non-refundable price of each set of bidding documents is RMB 8,000.00 or EUR 1,000 .00 or USD 1,200.00.

Bidders who purchase the bidding documents by Telegraphic Transfer shall remit to:

Beneficiary:           CMC International Tendering Co., Ltd.

Bank:                     Bank of China, Beijing Xicheng Sub-branch

Account No.:         323366066071

After the remittance, the Bidder shall contact the Tender Agent by email to obtain the Bidding Documents.

感兴趣的合格投标人,可于202149日至2021526日(北京时间)在中国通用招标网http://cgci.china-tender.com.cn/)免费注册,并购买和下载PDF版招标文件。注册技术支持电话:86 400-680-8126 或86 10 63348126。

每套招标文件不退还的售价8,000元人民币或1,000欧元或1,200美元。

以汇款方式购买招标文件的投标人,请汇款至:

收款人:               中机国际招标有限公司

账户:                  中国银行北京西城支行

账号:                  323366066071

汇款后请投标人通过电子邮件联系招标代理获取招标文件。

2) After purchasing, the potential Bidders shall contact the Tender Agent to obtain a set of source form at Bidding Forms. The Bidding Documents provided by the Tender Agent to the potential Bidders require the Bidders to take confidentiality measures according to the applicable laws and the KfW Guidelines. Potential Bidders who do not obtain Bidding Documents from the Tender Agent are not allowed to bid.

购买文件后,潜在投标人通过电子邮件联系招标代理获取一套源格式投标表格。招标代理提供给潜在投标人的招标文件,要求投标人按照适用的法律和KfW采购导则采取保密措施。没有通过招标代理获取招标文件的潜在投标人不允许投标。

3) Potential Bidders shall complete registration on www.chinabidding.com within five (05) days from obtaining the Bidding Documents from Tender Agent. If failing to do so, the Bidders shall not be entitled to participate in the Bidding process, and any related consequence arising thereafter shall be borne by the Bidder.

潜在投标人自招标代理机构处获得招标文件后5日内应在“中国国际招标网”上注册。如果没有注册,投标人无权参加投标,由此产生的后果由投标人承担。

6. The Date and time of deadline for Bid submission are: May 27, 2021, 9:30 am (Beijing Time). The first session of Bid opening will take place immediately after closure of the said deadline.

The address of submission and bid opening:  CGCI Conference Center, 4th floor, Shouke Building, No.14, XisanhuanNanlu, Fengtai District, Beijing, 100055, P.R.China.

A Bid may be forwarded by mail, courier service or delivered in person.

投标文件递交截止的日期和时间:2021年527日,上午9:30(北京时间)

第一次开标将在上述截止日期结束后立即举行。

投标文件递交和开标地址:北京市丰台区西三环南路14号院首科大厦4层

通用咨询会议中心,100055

投标书可通过邮寄、特快专递或者派人递送的方式送达。

1) If a Bid is to be delivered by mail or courier service, it shall be addressed to the submission address of the Tender Agent and shall be received at or before 9:30 am on May 27, 2021 (Beijing Time). The delivery tracking number must be informed by email to Tender Agent at least three (03) days before the date and time of submission. Any Bid which arrives later than the said time will not be accepted and will be returned unopened.

如果投标书是通过邮寄或快递服务递交的,投标书须在2021527日9时30分(北京时间)之前送达招标代理收件地址。请于递交截止日期和时间前至少3天电子邮件通知招标代理运单号。不接受在上述提到的日期和时间后收到的邮寄投标书并且不开封退回。

2) If a Bid is to be delivered in person, it shall be received at the submission address of the Tender Agent at or before 9:30 am on May 27, 2021 (Beijing Time). A Bid delivered in person received after this date and time will not be accepted and will be returned unopened.

Bids shall be sealed and packed according to the stipulations of the Instruction to Bidders.

Electronic Bid Submission shall not be permitted.

如果投标书派人递交,投标书须在2021 年527日9时30分(北京时间)之前送达招标代理收件地址。不接受在此日期和时间后收到的派人送达的投标书并且不开封退回。

投标书应按照投标人须知的规定密封和包装。

不允许电子投标。

7. All Bids must be accompanied by a Bid Security in original, the amount of Bid Security is EUR 150,000.00.

所有投标书必须伴随一份投标保函原件,金额为150,000.00欧元。

8. The Qualification and the Technical Bid Documents will be opened in the first session of Bid opening, in the presence of the prospective Bidders’ representatives who choose to attend, immediately after the Bid submission deadline has passed. The Financial Bids shall remain closed and sealed.  

在投标截止日期过后,资格和技术标文件将在第一次开标时,在选择出席的潜在投标人代表在场的情况下立即开标。财务标应保持未开启和密封状态。

The Employer invites all potential Bidders who submit their Bids to send representatives to attend the Bid opening meeting. A Bidder's waiver of attending the meeting shall be deemed as acceptance of the Bid opening results.

业主邀请所有提交投标文件的潜在投标人派代表参加开标会,投标人放弃参加开标会视同接受开标结果。

9. The Bids shall fully comply with the requirements of the KfW Guidelines and Decree No. 1 of 2014 of the Ministry of Commerce .

本次招标应完全符合KfW采购指南和商务部2014年第1号《机电产品国际招标投标实施办法(试行)》的要求。

10. The invitations for bids is being published on line in “German Trade and Invest” (www.gtai.de), www.chinabidding.com and http://cgci.china-tender.com.cn.

此招标公告将在GTAI中国国际招标网中国通用招标网上在线刊登。

11. This Invitation for Bids is not part of the Bidding Documents.
本投标邀请书不属于招标文件的一部分。

 

For Lanzhou Rail Transit Co., Ltd.

兰州市轨道交通有限公司

Mr. Ma Shaoqing/Mr. Zhao Xin

马少卿先生/赵鑫先生

 

For CMC International Tendering Co.,Ltd.

中机国际招标有限公司

Mrs. Wang Yanwei/Mrs. Liu Lu

联系人:王延巍女士/刘璐女士