This project hasbeen approved by the Indonesian Ministry of Public Works and the constructionfunds have been secured. The spun pile **0mm materials to be purchased for theproject are now open for public bidding on the CCCC "Three Chains"transaction sharing platform.
II. Project Overview and Bidding Scope
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, CentralJava Province, Indonesia. It runs east-west. The starting pile number of theProject is K4+**5 and the ending pile number is K8+**4.
2. Construction scale
A 3.7-kilometer-long seawallroad, a river-crossing bridge and its approach bridge, a service area, a tollstation and ancillary projects.
3. Plannedconstruction period and start and completion dates
Plannedconstruction period: ** months.
Construction startdate: August 7, ****, planned completion date: April **, ****
The material bidding details andquotation requirements are shown in the attachment "Attachment 1. TenderAnnouncement Schedule".
3. Bidder QualificationRequirements
1. Business scope requirements
This tender requires thatbidders must be manufacturers, agents, distributors, or traders registered inaccordance with the law in Indonesia with independent legal personality, goodcorporate social reputation, good financial status, and no penalties fromadministrative departments at or above the municipal level; bidders must havelegal and valid NIB, NPWP, KTP and other certificates, be qualified as generaltaxpayers of value-added tax, and be at the company level, the first-levelsupplier of the first-level bureau, or the CCCC level supplier in the CCCC"three-chain" transaction sharing platform.
2. Supply capacity requirements
The bidder or the manufacturer acting as the bidder"s agent must have atleast one year of experience in the production of similar products, possess thenecessary personnel, equipment, and funding, and possess the necessary supply,storage, and transportation capabilities. If the bidder does not have at leastone year of experience in the production of similar products, the bidder mustobtain approval from the tenderee before participating in the tender.
3. Financial capability requirements
The bidder shall have a complete financial operation system and goodfinancial status, and shall have the ability to advance funds for the supply oftendered materials.
4. Quality assurance capability requirements
Referto the relevant requirements of the Directorate General of Highways, Ministryof Public Works and Housing, Indonesia (August **** edition).
5. Supply performance requirements
Thebidder should have experience in supplying materials for engineering projectsand have a complete service and supply system.
6. Performance Credit Requirements
Biddersmust have good social reputation and not be included in the blacklist of thequality supervision department or tenderer"s company in the project location;have no litigation and arbitration caused by crimes or serious violationsrelated to contract fraud in the past three years; have not seriously breachedthe contract or been evicted in the past three years; their property has notbeen taken over or frozen, and the company is not in a state of being banned orcancelled from bidding.
7. Invoice issuance requirements
Biddersshould be able to issue VAT invoices that meet the requirements of Indonesianlaws and regulations.
(2) This tender does not accept joint bids.
(3) Different units with the same person as the head orholding or management relationship shall not participate in the bidding for thesame package; otherwise, the relevant bids will be rejected.
The bidder shall accept all commercial and technical requirements such aspayment terms, quality assurance requirements, after-sales service, etc.stipulated in the bidding documents; the bidder must ensure that it candirectly supply according to the order after winning the bid, and shouldactively cooperate with the access and inspection work organized by thetenderer, otherwise it will be deemed as a breach of contract by the successfulbidder; the bidder should ensure that the relevant information provided iscomplete and true and valid, otherwise it will bear all legal responsibilities.
IV. Obtaining the Bidding Documents
(1) Acquisition method and time
Anyone interested in bidding, please From **:** on December 8, **** to**:** on December **, **** (Beijing Time, the same below, the specific timeshall be subject to the time required by the CCCC "Three Chains"transaction sharing platform), log in to the CCCC "Three Chains"transaction sharing platform to complete the bidding registration and downloadthe bidding documents.
No tender document fee will be charged for the bidding documents of thistender.
(3) Participation of potential bidding suppliers
1. Suppliers and upper-level suppliers that are alreadyin the supplier database of CCCC"s "Three Chains" transaction sharingplatform and have been added to the database through the tenderer"s levelsupplier or have added the tenderer as a cooperative unit can directly sign upto participate.
2. If the supplier of the same-level unit has not addedthe tenderer as a cooperative unit, it is necessary to apply for cooperationintention 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. Therecommending unit or the unit with cooperation intention selects the tendererand can sign up to participate after passing the review.
4. If you have any questions or problems withwarehousing, you can consult the tenderer.
V. Submission of Bidding Documents
(1) Deadline for submission of bidding documents
The deadline for bidding is **** December **, 5:** PM(Specifically, CCCC"s"three chains" transactionBidders should submit electronic biddingdocuments 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 byCCCC"s "Three Chains" transaction sharing platform.
(3) Supplier quotation documents for electronic procurement consist of theelectronic quotation sheet entered into the system and the attachments to thetender documents. In the event of any conflict between the electronic quotationsheet and the attachments to the tender documents, the data in the electronicquotation sheet entered into the system shall prevail.
Settlement is conducted on a monthly basis, from the **th of the previousmonth to the **th of the current month. After the **th of each month, Party Aand Party B will verify the supply quantity for the previous settlement periodand complete settlement procedures. Party B will provide Party A with a legal,valid, and equivalent VAT invoice as payment basis. (Party B will bear anyliability for any delay in payment due to Party B"s invoice provision.) Thesettlement period may be slightly adjusted upon mutual agreement.
AfterParty B delivers the goods to Party A"s on-site receiving location, it willnotify Party A for inspection and acceptance. Upon successful acceptance, bothparties will settle the bill. Party A will pay the goods ** days afterreceiving the corresponding invoice and tax receipt. Before Party B providesParty A with a tax payment certificate (SPT), Party A will deduct the PPN fromthe payment until Party B provides the corresponding invoice. Payment does notrelieve Party B of its liability for the quality of the goods. If Party A failsto pay on time, the parties will negotiate a payment extension. However, PartyB may not cease supplying goods without reasonable prior written notice toParty A. Otherwise, Party B will be liable for any losses incurred by Party A.
Tenderer: CRBC WIKA PP JO
Address: Jalan Terboyo IndustriBarat III, Blok E No.1-2Trimulyo, Genuk, Semarang?
Contact: Wang Yadong
Tel: +**-**********3
Email: jerichowang**3@gmail.com
Appendix 1. Appendix to the Tender Notice
Detailed listof bidding material requirements
| Serial number | Tender No. | Material Name | Specifications | Measurement unit | quantity | Delivery Location | Delivery Time | Remark |
| 1 | FA**********0 | Spun pile **0 | BB **M | m | 2,**4 | semarang | According to notice | Indonesian Ministry ofEngineering Quality Standards Ministry of Engineering Quality Standard |
| 2 | FA**********0 | Spun pile **0 | BM **M | m | 2,**4 | semarang | According to notice | Indonesian Ministry ofEngineering Quality Standard Ministry of Engineering Quality Standard |
| 3 | FA**********0 | Spun pile **0 | C1 7M | m | **4 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| 4 | FA**********0 | Spun pile **0 | C1 7.5M | m | **0 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| 5 | FA**********0 | Spun pile **0 | C1 8M | m | **8 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| 6 | FA**********0 | Spun pile **0 | C1 8.5M | m | **2 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| 7 | FA**********0 | Spun pile **0 | C1 9.5M | m | **4 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| 8 | FA**********0 | Spun pile **0 | C1 **M | m | **0 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| 9 | FA**********0 | Spun pile **0 | C1 **M | m | **2 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| ** | FA**********0 | Spun pile **0 | C1 **M | m | 2,**4 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| ** | FA**********0 | Spun pile **0 | C2 **M | m | 2,**4 | semarang | According to notice | Indonesian Ministry ofEngineering Quality |
| ** | FA**********0 | Spun pile **0 | BB **M | m | 1,**2 | semarang | According to notice | Indonesian Ministry of Engineering QualityStandards Ministry of Engineering Quality Standard |
| ** | FA**********0 | Spun pile **0e | BM **M | m | 1,**2 | semarang | According to notice | Indonesian Ministry of Engineering QualityStandard Ministry of Engineering Quality Standard |
| ** | FA**********0 | Spun pile **0 | C1 7M | m | **8 | semarang | According to notice | Indonesian Ministry of Engineering Quality |
| ** | FA**********0 | Spun pile **0 | C1 8.5M | m | **8 | semarang | According to notice | Indonesian Ministry of Engineering Quality |
| ** | FA**********0 | Spun pile **0 | C1 9M | m | **6 | semarang | According to notice | Indonesian Ministry of Engineering Quality |
| ** | FA**********0 | Spun pile **0 | C1 **M | m | 1,**2 | semarang | According to notice | Indonesian Ministry of Engineering Quality |
| ** | FA**********0 | Spun pile **0 | C2 **M | m | 1,**2 | semarang | According to notice | Indonesian Ministry of Engineering Quality |
Appendix 2: Key points for supplier audits
1. When an unregistered bidder initiates an applicationfor cooperation intention, the application description must state that itintends to participate in the bidding for admixture materials for the SemarangToll Road Project in Indonesia.
2. The business registration number, tax number, andorganization code in the basic information must be consistent with the relevantattachments.
3. The address information and companytype in the basic information are consistent with the business license.
4. The registered capital unit in thebasic information is Indonesian Rupiah.
5. The business term after the threecertificates are combined in the basic information is consistent with thevalidity period of the organization code.