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(车站装饰装修和机电设备)公告

发布时间: 2021-04-20 10:59:07   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

Date of this Invitation

本邀请日期

20 April2021

2021420

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)

ICB No. and Title

ICB编号和名称

0702- 2150CITC1197/04

Lanzhou Urban Rail Transit Line 2 Phase I

Package Four:Station Decoration & Mechanical and Electrical Equipment

0702- 2150CITC1197/04

兰州市城市轨道交通2号线一期

第四包采购招标文件(车站装饰装修和机电设备)

KfW Procurement No.

KfW采购编号

[505902]

505902

Bidding Document available
for Purchase

招标文件购买日期

From 20 April, 2021 to 31 May,2021 (Beijing Time)

2021420日至2021531日(北京时间)

Deadline for BidSubmission

投标文件递交截止时间

3 June, 2021, 9:30 a.m.(Beijing Time)

202163日上午 930(北京时间)

  1. 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。
  2. KfW requires that Bidders and Contractors, as well as Borrowers and Employers, 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
  1. will reject a proposal for award if it determines that the Bidder recommended for awardhasengagedincorruptorfraudulentpracticesincompetingforthe 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;
  2. willrecognizeaContractorasineligible,foraperioddeterminedbyKfW,tobe 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。

   3.  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。

3.1    The bidder shall also meet the following qualification requirements:

投标人还应满足以下资格要求:

3.1.1  The Bidders from China shall have the following qualifications:

          1) Grade Iprime contracting qualification for mechanical and electrical engineering construction.

          2) Grade I professional contracting qualification for building decoration engineering.

          3) Grade I professional contracting qualification for fire-fighting facilities engineering, and

        4) Grade II or above professional contracting qualification for steel structure engineering.

中国境内投标人具有:

1)机电工程施工总承包一级资质,及

2)建筑装修装饰工程专业承包一级资质,

3)消防设施工程专业承包一级资质,

4)钢结构工程专业承包二级及以上资质。

If the Bidder does not have the qualification of contracting fire-fighting facilities engineering and steel structure engineering, the Bidder can subcontract the fire-fighting facilities engineering and steel structure engineering of the project according to law.

若投标人不具备消防设施工程和钢结构工程承包资质,则投标人可以对本项目消防设施工程和钢结构工程依法进行分包。

Or it has the qualification of

1) Grade I professional contracting of building mechanical and electrical installation engineering,

            2) Grade I professional contracting of Building Decoration Engineering,

            3) Grade I professional contracting of fire-fighting facilities engineering,

            4) Grade II or above professional contracting of steel structure engineering. Have valid safety production license.

或具有

1)建筑机电安装工程专业承包一级资质,及

2)建筑装修装饰工程专业承包一级资质,

3)具有消防设施工程专业承包一级资质,

4)钢结构工程专业承包二级及以上资质。

 

3.1.2 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 construction cash flow requirements of the subject contract, estimated at RMB 65 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施工现金流要求,估计为6,500万元人民币或等值的外币。

3.1.3 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%

3.1.4 Minimum annual turnover of the amount in RMB 400 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3个财年的最低年度营业额40,000万人民币或等值的外币,计算为在建和/或已完工合同的总认证年度付款。

3.1.5 From 1stJanuary 2016 to the deadline for submission of application, the Bidder, as the construction prime contractor, has successfully completed one (01) rail transit mechanical and electrical installation and decoration reference contract. The minimum contract amount is RMB 176 million or foreign currency equivalent, of which the amount of decoration part is not less than RMB 30 million or foreign currency equivalent, and the amount of mechanical and electrical installation part is not less than RMB50 million or foreign currency equivalent.

投标人在201611日至申请提交截止日期之间作为施工总承包商成功完成一条轨道交通机电安装和装饰装修合同业绩,合同金额最低为17,600万人民币或等值外币,其中装饰装修部分金额不低于3,000万元或等值外币,机电安装部分金额不低于5,000万或等值外币。

3.1.6 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。

3.1.7 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 ISO 45001

3.2 Personnel requirements of the bidder

投标人人员要求

3.2.1 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。

3.2.2 The bidder shall have one business person and undertake the post of community liaison officer in ESHS management, with 5 years or more working experience. Personnel from China shall have CET-6 certificate and proficient oral communication ability. Personnel from outside China need to understand in local language.

投标人须配备一名商务人员并承担ESHS管理中社区联络官员职务,具有5年及以上工作经验。来着中国境内的人员需具有国家英语六级证书,且具有熟练的口语交流能力,来着中国境外的人员需理解当地语言。

3.2.3 Project Manager, 1 person: Has the professional qualification of Grade I registered constructor of mechanical and electrical engineering;  has the certificate of safety production assessment for project leader of construction enterprise (i.e. safety B certificate) issued by the construction administrative department; has the intermediate and above technical title of Engineering Series related disciplines; From January 1, 2016 to the deadline for application submission, the project manager has participated in at least two (02) main line mechanical and electrical (i.e. Wind, water and electricity) installation project references of Urban Rail Transit Project (provided with construction contract); he is the on-the-job personnel of the unit. With more than 10 years of working experience and 5 years in similar works experience.

项目经理1人:具有机电工程专业一级注册建造师执业资格;具有建设行政主管部门核发的《建筑施工企业项目负责人安全生产考核合格证书》(即安全B证);具有工程系列相关专业中级及以上技术职称。项目经理自201611日至申请提交截止日期之间,至少参与过二(02)项城市轨道交通工程的正线机电(即风水电)安装项目业绩(提供施工合同);为本单位在职人员。具有10年以上工作经验和5年类似工作经验。

3.2.4 Deputy Project Managers (mechanical and electrical, decoration, business), 3 persons, With more than 5 years of working experience and 3 years in similar works experience.

项目副经理3人(机电、装饰装修、商务), 具有5年以上工作经验和3年类似工作经验。

  1. Deputy manager of mechanical and electrical project has intermediate and above titles, and has participated in at least one (01) urban rail transit mechanical and electrical installation reference (provide construction contract or Employer's certificate);
    机电项目副经理具有中级及以上职称,至少参与过一项城市轨道交通机电安装业绩(提供施工合同或业主证明)。
  2. Deputy Manager of decoration project has intermediate and above titles, and has participated in at least one (01) urban rail transit decoration and repair reference (provide construction contract or Employer's certificate);
    装饰装修项目副经理具有中级及以上职称,至少参与过一(01)项城市轨道交通装饰装修业绩(提供施工合同或业主证明)。
  3. Deputy business manager has intermediate and above titles.

      商务副经理具有中级及以上职称。

3.2.5 Technical Directors (one principal position in charge of mechanical and electrical installation and one deputy position in charge of decoration), 2 persons, with more than 10 years of working experience and 5 years in similar works experience.

技术负责人2人(正职一人负责机电安装,副职一人负责装饰装修), 具有10年以上工作经验和5年类似工作经验。

The technical director has the senior technical title of engineering. From January 1, 2016 to the deadline for application submission, the Technical Director has held the post of Technical Director in at least one (01)of main line electromechanical (i.e. wind and hydropower) of urban rail transit project (providing construction contract or Employer's certificate), and is the on-the-job personnel of the unit.

具有工程类高级技术职称,技术负责人近五年(20161 1 日以来)至少担任过一(01)项城市轨道交通工程的正线机电(即风水电)的技术负责人职务(提供施工合同或业主证明),为本单位在职人员。

4. Bidding will be conducted in accordance with KfW’s Guidelines for Procurement (“Guidelines for the Procurement of Consulting Services, Works, Plant, Goods and Non-Consulting Services in Financial Cooperation with Partner Countries”) using asingle-stagetwo-envelope Bidding Procedure.
投标将按照KfW的采购指南(与合作伙伴国进行财务合作的咨询服务、工程、设备、货物和非咨询服务采购指南)进行,采用单阶段两信封招标程序。

5.Lanzhou Rail Transit Co., Ltd.(hereinafter referred to as “the Employer”) invites sealed Bids from prospectiveeligible Bidders for the Lanzhou Urban Rail Transit Line 2Phase I—Package Four (Station Decoration & Mechanical and Electrical Equipment) (hereinafter referred to as “Works”):
兰州市轨道交通有限公司(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4包:车站装饰装修和机电设备(以下简称工程),邀请潜在合格投标人进行密封投标:

Design, supply and installation shall be tendered and contracted as one contract with a successful Contractor. Any local or third countries goods and services shall be included in this tendering whether in this Contract or in Supplies or Sub-contracts, with the successful Contractor being responsible towards Lanzhou Rail Transit Co., Ltd.

设计、供货和安装的提供将组成一个招标包并且与中标的合同方签署一个合同。任何当地或第三方国家的设计、供货和施工都将包含在本包中,无论是本合同或供货合同或分包合同,由中标的合同方直接向兰州市轨道交通有限公司负责。

A brief description of the facilities to be procured is given below, and details are provided in Section VII “Works requirements”.

本工程采购内容的描述如下,详情见第七章工程需求书

No.

序号

Name of Facilities

设施名称

Procurement Qty.

采购数量

1

Ventilation and air conditioning system (including supply, transportation, installation, commissioning and acceptance of equipment, spare parts and special tools such as large axial flow fan, jet fan, all kinds of single fan, electric combined air valve, all kinds of air volume regulating valve, fire damper, muffler, air-cooled direct expansion air conditioning unit, direct evaporation cooling unit, air filtration and electrostatic sterilization and purification device, etc.)

通风空调系统(含大型轴流风机、射流风机、各类单项风机、电动组合风阀、各类风量调节阀、防火阀、消声器、风冷直膨式空调机组、直接蒸发冷却机组、空气过滤及静电杀菌净化装置等设备及备品备件、专用工具的供货、运输、安装、调试、验收等)

All equipment, quantity and parameters of ventilation and air conditioning system of 8 underground stations and underground tunnel of line 2 phase I Project (Dongfanghong square Yanbei section) shall be subject to the formal construction drawing.

2号线一期工程(东方红广场至雁北路段)8座地下车站及地下区间隧道通风空调系统的所有设备,数量及参数以正式施工图为准。

2

Water supply and drainage and water fire-fighting system (including supply, transportation, installation, commissioning and acceptance of fire pump unit, non-negative pressure water supply device and its control cabinet, submersible sewage pump and control cabinet, sewage closed lifting device and its control cabinet and other equipment, spare parts and special tools)

给排水及水消防系统(含消防泵组、无负压供水装置及其控制柜、潜污泵及控制柜、污水密闭提升装置及其控制柜等设备及备品备件、专用工具的供货、运输、安装、调试、验收等)

All equipment of water supply and drainage and water fire-fighting system of 8 underground stations and interstation, south drainage Road parking lot of line 2 phase I Project (section from Dongfanghong square to Yanbei Road), the quantity and parameters shall be subject to the formal construction drawing.

2号线一期工程(东方红广场至雁北路段)8座地下车站及区间、排洪南路停车场给排水及水消防系统的所有设备,数量及参数以正式施工图为准。

3

Gas fire extinguishing system (including the supply, transportation, installation, commissioning and acceptance of storage device, driving gas bottle group, selection valve, nozzle, pressure reducing device, signal feedback device, start-up one-way valve, linkage pipe fitting, safety relief valve, relief valve, air respirator, flange and other equipment and spare parts, special tools, etc.)

气体灭火系统(含储存装置、驱动气体瓶组、选择阀、喷嘴、减压装置、信号反馈装置、启动单向阀、联动管件、安全溢流阀、泄压阀、空气呼吸器、法兰等设备及备品备件、专用工具的供货、运输、安装、调试、验收等)

8 underground stations (except for Dongfanghong Square Station) and 1 parking lot protection area gas fire extinguishing system equipment of line 2 phase I project. See Section 7 "WorksRequirements " of bidding document for detailed quantity requirements

2号线一期工程8座地下车站(除(除东方红广场站外)、1座停车场防护区的气体灭火系统设备,详细数量要量要求见招标文件第七章工程需求书

4

Low-voltage distribution and power lighting system (including the supply, transportation, installation, commissioning and acceptance of 0.4kV low-voltage switch cabinet, electrical fire monitoring system, active filter, ventilation and air conditioning electric control cabinet, distribution box, intelligent lighting system, emergency lighting power supply device (EPS), fire power monitoring system, fire emergency lighting and evacuation indication system, power quality management system and other equipment, spare parts and special tools Transportation, installation, commissioning, acceptance, etc.)

低压配电及动力照明系统(含0.4kV低压开关柜、电气火灾监控系统、有源滤波器、通风空调电控柜、配电箱、智能照明系统、应急照明电源装置(EPS)、消防电源监控系统、消防应急照明和疏散指示系统、电能质量管理系统等设备及备品备件、专用工具的供货、运输、安装、调试、验收等)

All equipment for low-voltage power distribution and power lighting system of 8 underground stations and underground sections, South Paihong road parking lot of line 2 phase I Project (section from Dongfanghong square to Yanbei Road), the quantity and parameters shall be subject to the formal construction drawing.

2号线一期工程(东方红广场至雁北路段)8座地下车站及地下区间、排洪南路停车场低压配电及动力照明系统的所有设备,数量及参数以正式施工图为准。

5

Construction and installation of ventilation and air conditioning system, water supply and drainage and water firefighting system, gas fire extinguishing system, low-voltage power distribution and power lighting system.

通风空调系统、给排水及水消防系统、气体灭火系统、低压配电及动力照明等系统的施工安装。

See the construction drawing and Section7 "WoksRequirements "

见施工图和第七章工程需求书

 6. The Date and time of deadline for Bid submission are: 3 June, 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.
ABid 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:202163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 3 June, 2021 (Beijing Time). The deliverytracking 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202163930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 3 June, 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 Submissionshallnot be permitted.
如果投标书派人递交,投标书须在202163930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 380,000.00.
所有投标书必须伴随一份投标保函原件,金额为380,000.00欧元。

8. The Qualification Documents will be opened in the presence of the prospective Bidders’ representatives who choose to attend, immediately after the submission deadline has passed. TheTechnical Bids and Financial Bids shall remain closed and sealed. 
资格文件将在提交截止日期后立即在选择参加的潜在投标人代表在场的情况下打开。技术标和财务标应保持未开启和密封。

The Employer invites all potential bidders who submit their bids to send representatives to attend the bid opening meeting, and the 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.To obtain further information, prospective Bidders shall contact the Employerand the Tender Agent at the address provided in Clause 11.
为获得进一步信息,潜在投标人应按第11条规定的地址与业主联系。

10. To purchase the Bidding Document:招标文件的购买
A complete set of Bidding Documents is available to the interested eligibleBidders 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 20 April, 2021 to 31 May, 2021 (Beijing time), purchase and download thePDF 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 TenderAgent by email to obtain theBidding Documents.
感兴趣的合格投标人,可于2021420日至2021531日(北京时间)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8000元人民币或1000欧元或1200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 obtainBidding Documents from the Tender Agentare 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,要求投标人按照使用的法律和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   PotentialBidders shall complete registration on https://www.chinabidding.com/within five (05) days fromobtaining theBidding Documents from TenderAgent. 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。

11. Employer’s address and contact information
业主地址和联系信息

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1104100055

电子邮件:

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

12. The invitations for bids is being published on line in “German Trade and Invest” (www.gtai.de), https://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。

13.The Bids shall fully comply with the requirements of the KfW Guidelinesand 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。
14. 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