您的位置:
德国与中华人民共和国财政合作兰州市城市轨道交通2号线一期工程第五包采购招标公告(信号、通信、综合监控系统和自动售检票系统)
发布时间:2021-05-21 11:21:32

People’s Republic of China
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20191218, 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

May 21, 2021
  2021
521

KfW Procurement No.
 
KfW采购编号

505903

ICB   No. and Title
 
ICB编号和名称

0702-2150CITC1197/05
  Lanzhou Urban Rail Transit Line 2Phase I
  Package Five: Signaling, Communication, ISCS and AFC

0702-2150CITC1197/05
 
兰州市城市轨道交通2号线一期
 
第五包采购招标文件(信号、通信、综合监控系统和自动售检票系统)

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

 July 29,   2021, 9:30 am (Beijing Time)

2021729日,上午930(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20191218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。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 Five: Design, Supply and Installation of Signaling, Communication, ISCS and AFC.

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5包:信号、通信、综合监控系统、自动检售票系统,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 If the bidder uses a single entity to bid, the bidder (prime contractor) shall be the signaling system supplier. The bidder’s construction subcontractor must have:

 (1) Grade I prime contracting qualification for mechanical and electrical engineering construction. (or Grade I professional contracting of mechanical and electrical engineering), Grade I prime contracting of communication engineering construction, and Grade I professional contracting qualification for fire-fighting facilities engineering; or

(2) Grade I prime contracting qualification for mechanical and electrical engineering construction. (or Grade I professional contracting of mechanical and electrical engineering), Grade I professional contracting qualification of railway electrical engineering, and Grade I professional contracting qualification for fire-fighting facilities engineering.

If the construction subcontractor does not have Grade I professional contracting qualification for fire-fighting facilities engineering, the relevant project shall be directly subcontracted by the bidder to the qualified subcontractor, and the construction subcontractor shall not be the superior contractor.

如投标人采用单一实体投标,投标人(总承包商)应为信号系统集成商。投标人的施工分包商须具有建设行政主管部门颁发的:

1)机电工程施工总承包一级资质(或机电工程专业承包一级)及通信工程施工总承包一级、消防设施工程专业承包一级资质;或

2)机电工程施工总承包一级资质(或机电工程专业承包一级)及铁路电务工程专业承包一级资质、消防设施工程专业承包一级资质。

如施工分包商不具备消防设施工程专业承包一级资质,相关工程应由投标人直接分包给具有该资质的分包商,不得由施工分包商再次分包。

If the bidder uses a Joint Venture to bid, the Joint Venture leader shall be the signaling systems supplier. The members of the consortium must have:

(1) Grade I prime contracting qualification for mechanical and electrical engineering construction. (or Grade I professional contracting of mechanical and electrical engineering), Grade I prime contracting of communication engineering construction, and Grade I professional contracting qualification for fire-fighting facilities engineering; or

(2) Grade I prime contracting qualification for mechanical and electrical engineering construction. (or Grade I professional contracting of mechanical and electrical engineering), Grade I professional contracting qualification of railway electrical engineering, and Grade I professional contracting qualification for fire-fighting facilities engineering.

If Joint Venture member does not have the Grade I professional contracting qualification for fire-fighting facilities engineering, the relevant project shall be directly subcontracted by the Joint Venture member to a subcontractor with such qualification.

如投标人采用联合体方式投标,联合体牵头方应为信号系统集成商。联合体成员方须具有建设行政主管部门颁发的:

1)机电工程施工总承包一级资质(或机电工程专业承包一级)及通信工程施工总承包一级、消防设施工程专业承包一级资质;或

2)机电工程施工总承包一级资质(或机电工程专业承包一级)及铁路电务工程专业承包一级资质、消防设施工程专业承包一级资质。

如联合体成员方不具备消防设施工程专业承包一级资质,相关工程应可由联合体成员方直接分包给具有该资质的分包商。

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 the right to obtain or have the right to use current assets, unencumbered real estate, credit lines, and other financial means (independent of any contract advance payment), deducting other commitments of the bidder, which are sufficient to meet the project cash flow requirements of the subject contract, estimated at RMB 72 million or foreign currency equivalent.

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项目现金流要求,预计为7,200万元人民币或等值外币

1.3 The registered capital of the Bidder (the prime contractor or Joint venture Leader) shall not be less than RMB 100 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(总承包方或联合体牵头方)的注册资本不得低于人民币1亿元或等值外币(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 430 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.

最近连续三(03)个财政年度的最低年营业额为人民币43,000万元或等值外币,计算为在建和/或已完工合同的总认证年度付款。

1.6 The Single Entity or JV Leader shall have at least five (05) years of design and manufacturing, delivery and/or integration experience for signaling system in urban transit systems since January 1, 2016.

The Constructor shall have at least five (05) years of Construction/ Installation experience for signaling and communication system in urban transit systems since January 1, 2016.

201611日起,单一实体或联合体牵头方应具有至少五(05)年的城市轨道交通系统中信号系统的设计和制造、交付和/或集成经验。

201611日起,施工方应具有至少五(05)年的城市轨道交通系统中信号和通信系统的施工/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 14001:2015 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 14001:2015和健康和安全证书OHSAS 18001 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)     One project manager, more than ten (10) years of engineering management experience in urban rail transit signal system, with at least one (01) signal or communication operation reference of main line (no less than 10 stations) of urban rail transit project. 10 years working experience.

项目经理1人,10年以上城市轨道交通信号系统工程管理经验,须至少具有1个城市轨道交通项目正线(不少于10个站)信号或通信开通运营业绩。10年工作经验。

(3)     3 deputy project managers, one for each of the signalling system, communication system, and construction, with more than 5 years of work experience, and at least 1 urban rail transit project main line (not less than 10 stations) signalling or communication opening operation reference .项目副经理3人,在信号系统、通信系统、施工各配备一名,5年以上工作经验,须至少具有1个城市轨道交通项目正线(不少于10个站)信号或通信开通运营业绩。5年工作经验。

(4)     Construction party personnel

施工方人员

  岗位

Job

数量Quantity

专业Professional

资质要求

Qualification   requirements

Person in charge   of construction project施工项目负责人

1

Communication,   signal or related major

通信、信号或相关专业

1. more than ten (10) years working experience in   urban rail transit or railway             

2. qualified as a Grade I constructor   (electromechanical or communication radio and television)          

3. qualified as senior engineer            

4. have one (01) management experience in a weak   current project of urban rail transit (contract value is more than RMB 100   million)

1. 具有10年以上城市轨道交通或铁路领域工作经验

2. 具备一级建造师资格(机电或通信广电)

3. 具备高级工程师资格

4. 具有一个城市轨道交通弱电项目工程(合同额1亿元人民币以上)管理经验

Deputy Project   Manager

项目副经理

1

Signal major

信号专业

1. more   than five (05) years working experience in urban rail transit or railway

2. Have construction   management experience in urban rail transit signal project

1. 具有5年以上城市轨道交通或铁路领域工作经验

2.具有城市轨道交通信号项目施工管理经验

Deputy Project   Manager

项目副经理

1

Communication   major

通信专业

1. more   than five (05) years working experience in urban rail transit or railway

2. Have construction   management experience in urban rail transit communication project

1.具有5年以上城市轨道交通或铁路领域工作经验

2.具有城市轨道交通通信项目施工管理经验

 

Project Chief Engineer项目总工

1

Communication,   signalling, computer   or related disciplines

 

通信、信号、计算机或相关专业

1. More than 10 years of work experience in urban rail transit or   railway industry.

2. Qualified   as senior engineer           

3. Experience in   technical management of urban rail transit light voltage project (contract   value of more than 100 million RMB)

1.具有10年以上城市轨道交通或铁路领域工作经验

2.具备高级工程师资格

3.具有城市轨道交通弱电项目工程(合同额1亿元人民币以上)技术管理经验

 

(5)     Project leader of special communication system. More than eight (08) years of engineering management experience in urban rail transit related disciplines, participate in the opening and operation reference of at least one (01) urban rail transit special communication system (provide contract and completion acceptance certificate or Employer certification materials) with the position of project leader or technical director. 8 years similar working experience.

专用通信系统项目负责人。8年以上城市轨道交通相关专业工程管理经验,以项目负责人或技术负责人的职位至少参与1个城市轨道交通专用通信系统开通运营业绩(提供合同和竣工验收证明或业主证明材料)。8年类似工作经验。

(6)     Project leader of public security communication system. More than eight (08) years of professional engineering management experience in urban rail transit, at least participate in the opening and operation performance of one (01) urban rail transit public security communication system in the position of project leader or technical leader (provide contract and completion acceptance certificate or Employer’s certification materials). 8 years similar working experience.

公安通信系统项目负责人。8年以上城市轨道交通相关专业工程管理经验,以项目负责人或技术负责人的职位至少参与1个城市轨道交通公安通信系统开通运营业绩(提供合同和竣工验收证明或业主证明材料)。8年类似工作经验。

(7)     Project leader of integrated monitoring system. More than eight (08) years of professional project management experience in urban rail transit, at least participate in the opening and operation performance of one (01) urban rail transit integrated monitoring system in the position of project leader or technical leader (provide contract and completion acceptance certificate or Employer's certification materials). 8 years similar working experience.

综合监控系统项目负责人。8年以上城市轨道交通相关专业工程管理经验,以项目负责人或技术负责人的职位至少参与1个城市轨道交通综合监控系统开通运营业绩(提供合同和竣工验收证明或业主证明材料)。8年类似工作经验。

(8)     Project leader of AFC system. More than eight (08) years of professional project management experience in urban rail transit, at least participate in the opening and operation performance of one (01) urban rail transit automatic fare collection and sorting system as project leader or technical leader (provide contract and completion acceptance certificate or Employer's certification materials). 8 years similar working experience.

自动售检票及清分系统项目负责人。8年以上城市轨道交通相关专业工程管理经验,以项目负责人或技术负责人的职位至少参与1个城市轨道交通自动售检票及清分系统开通运营业绩(提供合同和竣工验收证明或业主证明材料)。8年类似工作经验。

(9) Project leader of technical prevention system. More than eight (08) years of engineering management experience in urban rail transit related disciplines, and participate in at least one (01) construction or opening reference (letter of acceptance or contract) of urban rail transit related disciplines in the position of project director or technical director

技术防范系统项目负责人。8年以上城市轨道交通相关专业工程管理经验,以项目负责人或技术负责人的职位至少参与1个城市轨道交通相关专业在建或开通业绩(中标通知书或合同)。

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

This project is the integration and construction  (including construction of automatic fire alarm system) of special communication, public security communication, technical prevention (including security inspection, video monitoring, parking lot security and security integration platform), passenger information, signal, comprehensive monitoring (including environment and equipment monitoring system, access control system), and AFC system (Hereinafter referred to as "weak current systems")  of Lanzhou Urban Rail Transit Line 2 (Dongfanghong square ~Yanbei section). It includes the design, design liaison, supervision, manufacture, ex factory inspection, insurance, packaging and delivery, transportation, storage, delivery, construction and installation, testing, test, comprehensive joint commissioning, safety assessment, acceptance, trial operation, opening, equipment performance confirmation, personnel training, provision of spare parts, instruments and tools,the 24-month defects notification period and the concurrent 24-month warranty period.

本项目建设为兰州市城市轨道交通2号线一期工程(东方红广场~雁北路段)专用通信、公安通信、技术防范(含安检、视频监视、停车场安防、安防集成平台)、乘客信息、信号、综合监控(含环境与设备监控系统、门禁系统)和自动售检票系统等系统(以下简称弱电各系统)的集成与施工(含火灾自动报警系统施工)。包括弱电各系统设备的设计、设计联络、监造、制造、出厂检验、保险、包装发货、运输、仓储、交货、施工安装、测试、试验、综合联调、安全评估、验收、试运行、开通、设备性能确认、人员培训、备品备件和仪器仪表及工具的提供,24个月的缺陷通知期以及与之并行的24个月的保修期等内容。

3.     Bidding will be conducted by means of the International Competitive Bidding procedurewith qualification in accordance with the KfWGuidelines 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 采用一阶段二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55730030

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1104100055

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.Do not provide telephone numbers.

兴趣的合格投标人可中国通用招标网处获得一整套招标文件。

1)       Interested eligible bidders can register freely on "China General Bidding Website" (http://cgci.china-tender.com.cn/) from May 21, 2021 to July 16, 2021 (Beijing time), purchase and download 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 .00or 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2021521日至2021716日在中国通用招标网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 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 format 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: July 29, 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:2021729日,上午930(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

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 a.m. on July 29 ,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2021729930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 July 29, 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 729930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 410,000.00.

所有投标书必须伴随一份投标保函原件,金额为410,000.00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 <Implementation measures for international bidding and tendering of mechanical and electrical products(for Trial Implementation)>.

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.comandhttp://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