Chapter 1 Tender Notice
[Indonesia Semarang-Demak Toll Road Project Section 1B Geotextile]
Material Procurement Tender Notice
1. Tender Conditions
This project has been approved for construction by the Indonesian Ministry of Public Works, and the construction funds have been secured. The geotextile for the project is now ready for public tender. This tender will be conducted through [online electronic bidding]}.
2. Project Overview and Tender Scope
2.1 Project Overview:
Construction Location: The Indonesia Semarang-Demak Toll Road Project Section 1B (hereinafter referred to as "this project") is located in Semarang City, Central Java Province, Indonesia, with an overall east-west orientation. The starting point of this project is at stake K4+425, and the endpoint is at stake K8+314.
Construction Scale: 3.7 km of seawall road, 1 river-crossing bridge and its approach bridge, 1 service area, and toll stations with ancillary works.
Planned Construction Period: 36 months.
Start Date: August 7, 2023; Planned Completion Date: April 26, 2027 (according to Amendment Contract No. 5).
2.2 Tender Scope: The detailed list of materials and quotation requirements for the tender are provided in the attachment "Tender Document Quotation Form."
3. Bidder Qualification Requirements
3.1 Bidders must meet the following qualification requirements:
Business Scope Requirements: The bidder must be legally registered in Indonesia as an independent legal entity, and must be a manufacturer, agent, distributor, or trader with good social reputation and financial status, and must not have been penalized by municipal or higher administrative authorities. The bidder must possess valid NIB, NPWP, and KTP documents, have the qualification of a general VAT taxpayer, and be a supplier at the first-level company, first-level bureau, or China Communications Construction Group (CCCG) level in the CCCG supply chain management information system.
Production Capacity Requirements: The bidder or the manufacturer represented by the bidder must have at least 1 year of experience in producing similar products, and must have the necessary personnel, equipment, and financial resources, as well as the ability to supply, store, and transport the materials.
Financial Capability Requirements: The bidder must have a complete financial operating system and good financial status, and must have the ability to bear the advance payment required for supplying the materials.
Quality Assurance Requirements: Refer to the relevant requirements of the Indonesian Ministry of Public Works and Housing, Directorate General of Highways (August 2020 edition).
Supply Performance Requirements: The bidder must have experience in supplying materials for engineering projects and must have a complete service and supply system.
Performance Credit Requirements: The bidder must have a good social reputation, must not be listed on the blacklist of the local quality supervision department or the tenderer's enterprise blacklist, must not have been involved in any litigation or arbitration related to contract fraud or serious illegal activities in the past 3 years, must not have seriously breached any contracts or been expelled in the past 3 years, must not have had its assets taken over or frozen, and must not be in a state of being prohibited or disqualified from bidding. Provide a credit certificate issued by the bidder's basic account bank or a performance certificate issued by the buyer or user of similar materials (if applicable).
Invoice Issuance Requirements: The bidder must be able to issue VAT invoices that comply with Indonesian laws and regulations.
3.2 This tender does not accept joint bids.
3.3 Units with the same legal representative or units with controlling or management relationships may not bid for the same package; otherwise, all related bids will be rejected.
3.4 Other Requirements: The bidder must accept all the payment terms, warranty requirements, and after-sales service requirements specified in the tender documents. The bidder must ensure that it can directly supply the materials according to the order after winning the bid, and must actively cooperate with the tenderer's access and inspection work; otherwise, it will be considered a breach of contract by the winning bidder. The bidder must ensure that the provided documents are complete and valid; otherwise, it will bear all legal responsibilities.
4. Acquisition of Tender Documents
4.1 Interested bidders can register and download the electronic tender documents from the CCCG Supply Chain Management Information System at http://ec.ccccltd.cn from [10:00] on [May 15, 2025] to [10:00] on [May 20, 2025] (Beijing Time, the same below, subject to the time specified in the CCCG Supply Chain Management Information System).
4.2 The tender documents for this tender [are free of charge]{.underline}. The tender documents are priced at RMB per set, and the fee will not be refunded after the tender is completed. If the tender is terminated due to force majeure, the tenderer will refund the fee for purchasing the tender documents as required. After completing the remittance, please send the scanned copy of the payment receipt to the email address by [insert date].
4.2.1 Tender Document Fee Receiving Account Information
Account Name:
Bank Name:
Bank Account:
Agricultural Bank Code:
4.3 Potential Supplier Participation:
4.3.1 Suppliers who are already registered in the system and have passed the tenderer's level supplier registration or have added the tenderer as a cooperative unit can directly register to participate.
4.3.2 Suppliers at the same level who have not added the tenderer as a cooperative unit need to apply for a cooperative intention and can participate after approval.
4.3.3 Suppliers who are not registered in the supply chain system need to register, and the recommended unit or cooperative intention unit should select the tenderer. After approval, they can register to participate.
4.3.4 For any questions or registration issues, please consult the tenderer or the tender agent.
5. Submission of Bid Documents
5.1 The deadline for submitting bid documents (hereinafter referred to as the "bid closing time") is [10:00]{.underline} on [March 8, 2025]{.underline} (subject to the time specified in the CCCG Supply Chain Management Information System). Bidders should submit their electronic bid documents through the CCCG Supply Chain Management Information System before the deadline.
5.2 Bid documents received after the deadline will be rejected by the CCCG Supply Chain Management Information System.
5.3 The supplier's quotation documents for electronic procurement consist of the system-entered electronic quotation form and the bid document attachments. If there is any conflict between the electronic quotation form and the bid document attachments, the data in the system-entered electronic quotation form shall prevail.
6. Others
6.1 Settlement Method: Monthly settlement will be executed, with the settlement cycle being from the [16th]{.underline} of the previous month to the [15th]{.underline} of the current month. After the [15th]{.underline} of each month, both parties will verify the supply quantity of the previous settlement cycle and complete the settlement procedures. Party B shall provide legal, valid, and equivalent VAT invoices to Party A as the basis for payment. (If the payment is delayed due to Party B's failure to provide invoices, Party B shall bear the relevant responsibility.)
6.2 Payment Terms: After Party B delivers the materials to the designated receiving location at Party A's site, Party B shall notify Party A for inspection. After the inspection is passed, both parties shall complete the settlement. Party A shall pay the货款 within 30 days after receiving the corresponding invoice and tax ticket. Before Party B provides the tax payment certificate (SPT) to Party A, Party A will deduct the PPN from the payment until Party B provides the corresponding tax payment certificate. The payment of the货款 does not exempt Party B from its responsibility for the quality of the goods. If Party A delays payment, both parties shall negotiate and agree on a deferred payment, but Party B shall not stop supplying the goods without prior written notice to Party A; otherwise, Party B shall bear the losses caused to Party A.
7. Contact Information
Tenderer: [CRBC WIKA PP JO]
Address: [Jalan Terboyo Industri Barat III, Blok E No.1-2 Trimulyo, Genuk, Semarang]
Contact Person: [Wang Yadong]
Phone: [(略)]
Email: [(略)]
2025 / 5 / 25