logo
中交电子招标服务平台
电力能源招标网
Indonesia Semarang-Demak Toll Road Project Section 1B Cement Material procurement
公告标题:
Indonesia Semarang-Demak Toll Road Project Section 1B Cement Material procurement
公告内容:

Chapter 1 Tender Notice

1. Bidding Conditions

The construction of this project has been approved by the Indonesian Ministry of Public Works, and the construction funds have been secured. The cement materials to be purchased for the project are now open for public bidding on the China Communications Construction Corporation's "Three Chains" transaction sharing platform.

II. Project Overview and Bidding Scope

(1) Project Overview

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, Central Java Province, Indonesia. It runs east-west. The starting pile number of the Project is K4+425 and the ending pile number is K8+314.

2. Construction scale

A 3.7-kilometer-long seawall road, a river-crossing bridge and its approach bridge, a service area, a toll station and ancillary projects.

3. Planned construction period and start and completion dates

Planned construction period: 36 months.

Construction start date: August 7, 2023, planned completion date: April 26, 2027

(2) Scope of Bidding

The material bidding details and quotation requirements are shown in the attachment "Attachment 1. Tender Announcement Schedule".

3. Bidder Qualification Requirements

(1) Bidder qualifications

1. Business scope requirements

This tender requires that bidders must be manufacturers, agents, distributors, or traders registered in accordance with the law in Indonesia with independent legal personality, good corporate social reputation, good financial status, and no penalties from administrative departments at or above the municipal level; bidders must have legal and valid NIB, NPWP, KTP and other certificates, be qualified as general taxpayers of value-added tax, and be at the company level, the first-level supplier 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 at least one year of experience in the production of similar products, possess the necessary personnel, equipment, and funding, and possess the necessary supply, storage, and transportation capabilities. If the bidder does not have at least one year of experience in the production of similar products, the bidder must obtain approval from the tenderee before participating in the tender.

3. Financial capability requirements

The bidder shall have a complete financial operation system and good financial status, and shall have the ability to advance funds for the supply of tendered materials.

4. Quality assurance capability requirements

Refer to the relevant requirements of the Directorate General of Highways, Ministry of Public Works and Housing, Indonesia (August 2020 edition).

5. Supply performance requirements

The bidder should have experience in supplying materials for engineering projects and have a complete service and supply system.

6. Performance Credit Requirements

Bidders must have good social reputation and not be included in the blacklist of the quality supervision department or tenderer's company in the project location; have no litigation and arbitration caused by crimes or serious violations related to contract fraud in the past three years; have not seriously breached the contract or been evicted in the past three years; their property has not been taken over or frozen, and the company is not in a state of being banned or cancelled from bidding.

7. Invoice issuance requirements

Bidders should be able to issue VAT invoices that meet the requirements of Indonesian laws and regulations.

(2) This tender does not accept joint bids.

(3) Different units with the same person as the head or holding or management relationship shall not participate in the bidding for the same package; otherwise, the relevant bids will be rejected.

(4) Other requirements

The bidder shall accept all commercial and technical requirements such as payment terms, quality assurance requirements, after-sales service, etc. stipulated in the bidding documents; the bidder must ensure that it can directly supply according to the order after winning the bid, and should actively cooperate with the access and inspection work organized by the tenderer, otherwise it will be deemed as a breach of contract by the successful bidder; the bidder should ensure that the relevant information provided is complete 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, pleaseFrom 12:00 on September 19, 2025 to 15:00 on September 24, 2025 (Beijing Time, the same below, the specific time shall 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 download the bidding documents.

(2) Bid document fees

No tender document fee will be charged for the bidding documents of this tender.

(3) Participation of potential bidding suppliers

1. Suppliers and upper-level suppliers that are already in the supplier database of CCCC's "Three Chains" transaction sharing platform and have been added to the database through the tenderer's level supplier or have added the tenderer as a cooperative unit can directly sign up to participate.

2. If the supplier of the same-level unit has not added the tenderer as a cooperative unit, it is necessary to apply for cooperation intention 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. The recommending unit or the unit with cooperation intention selects the tenderer and can sign up to participate after passing the review.

4. If you have any questions or problems with warehousing, you can consult the tenderer.

V. Submission of Bidding Documents

(1) Deadline for submission of bidding documents

The deadline for bidding is 2025 October 9,  5:00 PM(Specifically,CCCC's"three hains" transactionBidders should submit electronic bidding documents 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 by CCCC's "Three Chains" transaction sharing platform.

(3) Supplier quotation documents for electronic procurement consist of the electronic quotation sheet entered into the system and the attachments to the tender documents. In the event of any conflict between the electronic quotation sheet and the attachments to the tender documents, the data in the electronic quotation sheet entered into the system shall prevail.

VI. Settlement Method

Settlement is conducted on a monthly basis, from the 16th of the previous month to the 15th of the current month. After the 15th of each month, Party A and Party B will verify the supply quantity for the previous settlement period and complete settlement procedures. Party B will provide Party A with a legal, valid, and equivalent VAT invoice as payment basis. (Party B will bear any liability for any delay in payment due to Party B's invoice provision.) The settlement period may be slightly adjusted upon mutual agreement.

VII. Payment Terms

After Party B delivers the goods to Party A's on-site receiving location, it will notify Party A for inspection and acceptance. Upon successful acceptance, both parties will settle the bill. Party A will pay the goods 45 days after receiving the corresponding invoice and tax receipt. Before Party B provides Party A with a tax payment certificate (SPT), Party A will deduct the PPN from the payment until Party B provides the corresponding invoice. Payment does not relieve Party B of its liability for the quality of the goods. If Party A fails to pay on time, the parties will negotiate a payment extension. However, Party B may not cease supplying goods without reasonable prior written notice to Party A. Otherwise, Party B will be liable for any losses incurred by Party A.

8. Contact Information

Tenderer: CRBC WIKA PP JO

Address: Jalan Terboyo Industri Barat III, Blok E No.1-2Trimulyo, Genuk, Semarang 

Contact: Wang Yadong              

Tel: +62-82115650993    

Email:     jerichowang123@gmail.com



Appendix 1. Appendix to the Tender Notice

Bidding Material Requirements Detailed List

Serial number

Tender No.

Material Name

Specifications

Measurement

unit

quantity

Delivery Location

Delivery Time

Remark

1

FA00000385776

cement

OPC-TYPE1

Ton

17700

Construction site of the Semarang Toll Road Project in Indonesia

Subject to on-site notification

Indonesian Ministry of Engineering Quality Standards

Appendix 2: Key points for supplier audits

1. When an unregistered bidder initiates an application for cooperation intention, the application description must state that it intends to participate in the bidding for cement materials for the Semarang Toll Road Project in Indonesia.

2. The business registration number, tax number, and organization code in the basic information must be consistent with the relevant attachments.

     3. The address information and company type in the basic information are consistent with the business license.

     4. The registered capital unit in the basic information is Indonesian Rupiah.

     5. The business term after the three certificates are combined in the basic information is consistent with the validity period of the organization code.

     6. The attached materials in the qualification documents should be clear, legible, authentic and valid scanned copies of the originals.



**

本招标项目仅供正式会员查阅,您的权限不能浏览详细信息,请点击 登录 注册 ,联系工作人员办理会员入网事宜,成为正式会员后方可获取详细的招标公告、报名表格、项目附件及部分项目招标文件等。

联系人:张晟

手 机:13621182864

邮 箱:zhangsheng@zgdlyzc.com


上一篇 中交路建秦沈4标地材采购招标公告

下一篇 襄宜高速宜昌段XYYCTJ-2标项目水泥涵管采购招标公告
招标公告
Business bulletin

客服中心


400-996-1565


客服邮箱:kefu@zgdlyzc.com

客服 Q Q:3857188131

营业时间:上午8:30-11:30,下午13:00-18:00


24小时咨询热线:13520865021