登 录 免费注册 全国统一客服电话:400-676-1800 《中国建筑施工网》是中国政企交互型电子招投标领导品牌 进入办公平台


招标公告 招标变更 采招业主会


全项目跟踪 规划施工


明星企业 企业资讯


焦点视点 技术创新
中标公告 废标公告 流标与答疑 拟在建项目 可研环备 产品选型 资质选型 政策法规 展会信息
所在位置:网站首页 招标公告 正文
Indonesia Semarang-Demak Toll Road Project Section 1B Cement Material procurement
公告名称:
Indonesia Semarang-Demak Toll Road Project Section 1B Cement Material procurement
所属地区:
全国
发布时间:
2025-09-22
详细内容:
公告公告标题: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.

















联系信息:















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 





















附件列表 序号附件名称附件说明操作 1 附件1.招标文件.docx 下载 预览 2 附件1.招标文件英文版.docx 下载 预览 验证码验证码取消确定 物资信息 序号设备物资名称设备物资说明税率单位 1 普通硅酸盐水泥 P·O 42.5 散装 需要型号为OPC-TYPE1的水泥 11% 吨 验证码验证码取消确定 列表 序号公告类型公告名称环节
招标历史
历史招标
内蒙古呼伦贝尔市海拉尔区旅游局景区道路导向标识牌(比价)询价采购公告
点击进入
历史招标
四川省资阳市简阳市四川雄州实业有限责任公司城区机动车临时占道停车收费服务公开招标采购公告更正招标通知
点击进入
历史招标
湖南省长沙市雨花区教育局雅境中学生活楼热水系统采购项目招标通知
点击进入
历史中标
安徽省阜阳市颍州区九龙镇龙王新村卫生室新建工程中标通知
点击进入
历史中标
四川中国电信四川公司德阳分公司年日常广告采购项目(项目终止)公示中标通知
点击进入
历史招标
湖北保康县中小学“图书馆信息化统一管理平台”采购
点击进入
历史招标
河北省张家口中波发射台数字中波发射机招标通知
点击进入
历史中标
河北省青县木门店政府街道硬化及文化广场修建工程(二次)成交通知中标通知
点击进入
历史招标
山东省2016年南海公园高杆灯(带升降机)采购与安装询价公告
点击进入
历史招标
甘肃公安交通管理综合应用平台WEB应用系统升级项目招标通知
点击进入
推荐业主单位 更多
 
1
北京中油建设项目劳动安全卫生预评价有限公司
 
2
大庆油田公司第九采油厂
 
3
北京中油建设项目劳动安全卫生预评价有限公司
 
4
大庆油田公司采气公司
 
5
大庆油田工程有限公司环境规划评价技术研究所
 
6
大庆油田有限公司第五采油厂环保部
 
7
大庆油田工程有限公司环境规划评价技术研究所
 
8
大庆油田有限责任公司第二采油厂
 
9
大庆油田有限责任公司第十采油厂
 
10
大庆油田工程有限公司
 
11
大庆油田有限责任公司第七采油厂
 
12
大庆油田工程有限公司
 
13
大庆油田有限责任公司第九采油厂
 
14
大庆油田工程有限公司
 
15
大庆油田有限责任公司第二采油厂
友情链接 申请友情链接:service#cpeee.com
化工招标网铁塔招标网
关于我们 | 联系我们 | 会员服务 | 入网流程 | 付款方式 | 法律声明 QQ在线:51311961 QQ交谈
Copyright © 2008-2018  中国建筑施工网  版权所有    网站所载内容及排版格式受版权法保护 严禁转载  
政府单位:国务院国有资产管理委员会  |  中华人民共和国财政部 1