中交四航局江门航通船业有限公司斯里兰卡项目通讯系统采购招标公告

发布时间: 2026年01月04日
摘要信息
招标单位
招标编号
招标估价
招标联系人
招标代理机构
代理联系人
报名截止时间
投标截止时间
招标详情
下文中****为隐藏内容,仅对千里马会员开放,如需查看完整内容请 或 拨打咨询热线: 400-688-2000
相关单位:
***********公司企业信息
****斯里兰卡项目通讯系统采购招标公告
项目编号:****
发布时间:2026-01-04 17:40:00
公告
公告标题:****斯里兰卡项目通讯系统采购招标公告
公告内容:

****斯里兰卡项目通讯系统采购招标公告

1.招标条件

本招标项目 斯里兰卡科伦坡东集装箱码头第二期机电工程项目(项目名称)招标人为 ****,招标项目资金已落实(资金来源),出资比例为 /。该项目已具备招标条件,现对通讯系统 (物资名称)采购进行公开招标。

2.项目概况与招标范围

斯里兰卡科伦坡东集装箱码头第二期机电工程项目:

本项目为斯里兰卡科伦坡东集装箱码头第二期机电工程项目,建设地点位于:斯里兰卡科伦坡东码头,总建设面积60万M2。主要工程内容包括供配电系统,照明系统,CCTV系统,通讯、电话网络系统,火警系统。

3.投标人资格要求

3.1 投标人资格条件要求

(1) 国内投标人:本次招标要求投标人须是经国家工商、税务机关登记注册、能独立承担民事责任、具有独立法人资格的企业;具有招标物资生产或供应经验的企业,具有一定规模和良好****银行资信;近3年内没有与骗取合同有关的犯罪或严重违法行为而引起的诉讼和仲裁,并且具有合法、有效的的营业执照。

国外投标人:须在其原籍国(或地区)合法注册并有效存续的法人机构,具备独立签订合同和履行合同的能力。须提供相应的商业登记证明。

(2)国内投标人:财务能力要求:投标人必须是经税务部门注册登记核准的一般纳税人,有依法纳税的良好记录。

国外投标人:须财务状况良好,****银行资信记录。提供近三年(或成立以来)经审计的财务报表或由****事务所出具的资信证明。

(3)其他要求:必须是中交招采网供应商库中的合格供应商,不接****集团有限公司列入限制交易黑名单、重点关注名单的供应商。

3.2 出口管制合规。【投标人】知晓【招标人】****政府列入贸易管制名单的情况,承诺在本项目中拟提供给【招标人】的【产品/软件/技术】不受美国《出口管理条例》及美国其他相关出口管制规定的管制。【招标人】从【投标人】获取【产品/软件/技术】的行为不会违反美国出口管制的相关规定。

3.3 本次招标 不接受(接受或不接受)联合体投标。

3.4 单位法人代表为同一人或存在控股、管理关系的不同单位,不得同时参加本项目投标,否则相关投标文件均视为无效。

3.6 至投标截止时间,若投标人出现以下情况,其投标将被拒绝:标书代写

国内投标人:(1)被省级及以上行业主管部门取消招标项目所在地的投标资格且处于有效期内;

(2)被责令停业,暂扣或吊销执照,或吊销资质证书;

(3)进入清算程序,或被宣告破产,或其他丧失履约能力的情形;

(4)在国家企业信用信息公示系统(http://www.****.cn/)中被列入严重违法失信、经营异常企业名单;

(5)在“信用中国”网站(http://www.****.cn/)中被列入严重失信主体名单。

国外投标人:处于破产、清算状态,或在其注册地有重大不良诉讼、仲裁记录,足以影响其履约能力。

3.7 如为代理商投标,代理商需取得生产厂家授权。

4.招标文件的获取

4.1 凡有意参加投标者,请于 2026 年 1 月 4 日至 2026 年 1 月 14 日 15时(**时间,下同),登录“中交招采网”(网址:https://zjzcw.****.cn)获取电子招标文件。

4.2 招标文件的获取:

√免费下载

4.3 1、已在网并且已通过招标人层级供应商或已增加招标人为**单位的供应商、上级供应商可直接参与投标。在网平级单位供应商未增加招标人为**单位需进行**意向申请通过后参与投标。2、未注册“中交招采网”的单位需先进行注册,推荐单位或**意向单位选择招标人,审核通过后方可参与投标。

5.投标文件的递交

5.1 投标文件递交的截止时间(投标截止时间,下同)为 2026 年 1 月 21 日 15 时 00 分,投标人应在截止时间前通过“中交招采网”递交电子投标文件。标书代写

5.2 逾期未完成上传的电子投标文件,“中交招采网”将予以拒收。

5.3 电子采购的供应商报价文件由线上电子报价表及附件共同组成。当电子报价表与附件内容冲突时,以线上电子报价表的数据为准。

6.开标

6.1开标时间:与投标文件递交的截止时间相同。

6.2开标地点:本次招标在“中交招采网”线上开标, 不举办现场开标,现场开标地点 中交招采网 。

7.发布公告的媒介

本次招标公告在 “中交招采网” 上发布。

8.评标办法

本项目评标办法采用:本项目采购内容为非一级集采目录物资,评标办法采用经评审的综合评标法。

9.投标保证金

投标保证金的递交:

(1)√不要求递交

10.合同主要条款

10.1 付款条件: 定金10%****银行保函),货物生产完毕,发货前经甲方验收合格且收到13%专用增值税发票、30%银行保函及相关技术资料后支付30%的货款,安装、验收合格2个月内支付57%,3%质保金。

10.2 履约保证金的递交:

(1)√不要求递交

11.监督机构

监督机构名称: ****

举 报 电 话: 020-****6667

12.中标供应商平台服务费缴纳说明

为进一步提升电子采购平台服务质量,优化运营流程,保障双方**更加顺畅高效,对参与我司采购活动并成功中标的供应商分档收取服务费。具体费用以中标通知书中同步生成的服务费订单为准,订单将通过“中交招采网”(网址:https://zjzcw.****.cn)发送,发送后10天内需完成费用缴纳。缴费过程中如有问题,请联系****765885中标服务费请按7咨询。

12.1收费标准

按照包件分档进行收费,收费标准按以下中标金额进行收取:

(1)在100万元(含)至200万元之间的,每次收取100元;

(2)在200万元(含)至1000万元之间的,每次收取500元;

(3)在1000万元(含)至3000万元之间的,每次收取1000元;

(4)在3000万元(含)至1亿元之间的,每次收取3000元;

(5)在1亿元(含)以上的,每次收取5000元。

12.2支付流程

(1)通知推送:中标结果发布后,系统自动推送缴费通知(含应缴金额及支付链接);

(2)费用查询:供应商登录“中交招采网-服务管理”模块查看待支付费用;

(3)在线支付:****银行转账或在线支付,支付成功后生成电子凭证;

(4)发票开具:支付完成后5个工作日内,系统自动生成“技术服务费”电子发票,供应商可在“中交招采网-服务管理-发票下载”模块获取。

13.其他要求:

13.1斯里兰卡科伦坡东集装箱码头第二期机电项目通讯系统采购,需满足技术的要求,详见附件技术协议《编号:SLLKXM-JSXY-006》;

13.2 质保期:竣工验收后3年。售后维保:必须提供三年综合性与本地技术支持,需提供本地技术维护地址和联系电话。

13.3 交货日期:合同签订后30天内或按甲方通知时间交货。

13.4 供应商提供的产品必须获得海外项目业主和监理的认可。

13.5 供应商需提供产品的技术文件MAR,以作为评标文件中的技术部分的评分依据。中标单位必须在合同签订后15天内提供MAR文件,30天内完成MAR文件报审并通过业主审批。若中标单位未能按上述要求完成,招标单位有权单方面取消中标资格且不向中标单位作任何经济补偿。

技术文件MAR格式目录如下:

1. MTO(明确MAR中采购内容)(Clarify the procurement content in MAR)

2. Design Drawing List(明确采购内容的需求来源) (Clear the source of demand for procurement content)

3. Supplier Profile(供应商简介)

4. Material Comparison Sheet(与SOW/BOD/SPEC/DD对比,证明符合性)

5. Material Specification Sheet(如厂家有标准datasheet,提供全面的材料信息)

6. Shop drawing(包括材料本身的shop drawing和材料安装的shop drawing)

7. Fabrication Procedure(生产流程简介)

8. ITP(质量控制)

9. FAT procedure(需要FAT的,参考)

10. Test /COC/CE certificate(质量相关的报告样板)

11. Deviation Justification Sheet(论证偏差)

14.联系方式

招 标 人: ****

地 址: ****门市**区古井镇管咀村四航大道12号

邮 编: 529145

联 系 人: 袁玉珍、黄玉燕

电 话: 150****0534、 180****0475

电子邮件: ****@ccccltd.cn、 ****@cccc4.com

2026 年 1月 4 日



Chapter 1: Tender Notice

Procurement Tender Notice for Communication System

Phase II Electromechanical Engineering Project East Container Terminal, Colombo, Sri Lanka

1. Tender Conditions
This tender project, the Sri Lanka Colombo East Container Terminal Phase II Electromechanical Engineering Project (Project Name), is tendered by CCCC Fourth Harbour Engineering Co., Ltd. Jiangmen Hantong Shipbuilding Co., Ltd. Funding for the tender project has been secured (Funding Source), with a capital contribution ratio of /. The project has met the conditions for tender and is now inviting open tenders for the procurement of the Communication System (Material Name).
2. Project Overview and Tender Scope
Sri Lanka Colombo East Container Terminal Phase II Electromechanical Engineering Project:
This project constitutes the electromechanical works for Phase II of the Colombo East Container Terminal in Sri Lanka. The construction site is located at Colombo East Terminal, Sri Lanka, with a total construction area of 600,000 m2. Principal works encompass power supply and distribution systems, lighting systems, CCTV systems, communication and telephone network systems, and fire alarm systems.
3. Bidder Qualification Requirements
3.1 Bidder Qualification Requirements
(1) Domestic Bidders: Bidders must be enterprises registered with national industrial and commercial and tax authorities, capable of independently bearing civil liabilities and possessing independent legal person status. They must have experience in producing or supplying the tendered materials, demonstrate a certain scale of operations, sound financial standing, and bank creditworthiness. Within the past three years, they must have no litigation or arbitration arising from criminal offences or serious illegal acts related to contract fraud, and must hold a valid business licence.
Foreign Bidders: Must be a legal entity duly registered and validly existing in its country (or region) of origin, possessing the capacity to independently enter into and perform contracts. Relevant commercial registration certificates must be provided.
(2) Domestic Bidders: Financial Capability Requirements: Bidders must be general taxpayers registered and approved by tax authorities, with a sound record of lawful tax compliance.
Foreign Bidders: Must demonstrate sound financial standing and a favourable banking credit history. Provide audited financial statements for the past three years (or since establishment) or a creditworthiness certificate issued by an internationally recognised accounting firm.
(3) Other Requirements: Must be a qualified supplier listed in the CCCC Procurement Network Supplier Database. Suppliers placed on the restricted transaction blacklist or key monitoring list by China Communications Construction Group Co., Ltd. shall not be accepted.

3.2 Export Control Compliance. The Tenderer acknowledges that the Tendering Entity is subject to trade control measures imposed by the United States Government and undertakes that the Products/Software/Technology proposed to be supplied to the Tendering Entity under this project are not subject to the Export Administration Regulations of the United States or other relevant US export control regulations. The Tendering Entity's acquisition of the Products/Software/Technology from the Tenderer shall not contravene any relevant US export control provisions.

3.3 This tender does not accept (accepts or does not accept) joint venture bids.

3.4 Entities with the same legal representative or those under controlling or management relationships shall not simultaneously participate in this project tender; otherwise, all relevant tender documents shall be deemed invalid.

3.6 By the bid submission deadline, bids shall be rejected if the bidder falls under any of the following circumstances:

Domestic Bidders: (1) Having had bidding eligibility revoked by provincial-level or higher competent authorities within the project location, with such revocation remaining valid;

(2) Being ordered to suspend operations, having licences temporarily withheld or revoked, or having qualification certificates revoked;

(3) Being subject to liquidation proceedings, declared bankrupt, or otherwise rendered incapable of fulfilling contractual obligations;

(4) Listed on the National Enterprise Credit Information Publicity System (http://www.****.cn/) as a severely law-breaking, untrustworthy, or abnormally operating enterprise;

(5) Listed on the Credit China website (http://www.****.cn/) as a severely untrustworthy entity.

Foreign bidders: Being in a state of bankruptcy or liquidation, or having significant adverse litigation or arbitration records in their place of registration that are sufficient to affect their ability to perform.

4. Obtaining the Tender Documents

4.1 All parties wishing to participate in the tender shall log in to the ‘CCCC Tendering and Procurement Network’ (website: https://zjzcw.****.cn) between on January 4, 2026 and 15:00 on January 14, 2026 (Beijing Time, hereinafter the same) to obtain the electronic tender documents.

4.2 Obtaining Tender Documents:

√ Free Download

4.3 1. Suppliers already registered on the platform who have been approved as tiered suppliers by the Tendering Party or have added the Tendering Party as a partner unit, as well as their superior suppliers, may directly participate in bidding. Suppliers at the same level on the platform who have not added the Tendering Party as a partner unit must submit a cooperation intent application and obtain approval before participating in bidding. 2. Entities not yet registered on the ‘CCCC Tendering and Procurement Network’ must first complete registration. Recommended entities or entities with cooperation intent must select the Tendering Party; participation in bidding is permitted only after approval.

5. Submission of Tender Documents

5.1 The deadline for tender document submission (hereinafter referred to as the tender closing time) is 15:00 on January 21, 2026. Tenderers must submit electronic tender documents via the ‘CCCC Tendering and Procurement Network’ before this deadline.

5.2 Electronic tender documents not uploaded by the deadline will be rejected by the CCCC Tendering and Procurement Network.

5.3 For electronic procurement, suppliers' quotation documents comprise both the online electronic quotation form and its attachments. Where content conflicts arise between the electronic quotation form and attachments, the data in the online electronic quotation form shall prevail.

6. Bid Opening

6.1 Bid Opening Time: Concurrent with the tender submission deadline.

6.2 Bid Opening Venue: This tender shall be opened online via the ‘CCCC Procurement Network’. No physical bid opening session shall be held. The designated venue for physical bid opening is the ‘CCCC Procurement Network’.

7. Media for Announcement Publication

This tender announcement is published on the ‘CCCC Procurement Network’.

8. Bid Evaluation Method

The bid evaluation method for this project shall be: As the procurement content does not fall under the first-tier centralised procurement catalogue, the evaluated comprehensive bid evaluation method shall be adopted.

9. Tender Security

Submission of tender security:

(1) √ Not required

10. Principal Contract Terms

10.1 Payment Terms:

A 10% deposit (Provide a bank guarantee). Upon completion of goods production, 60% of the payment shall be made after Party A's acceptance prior to shipment and receipt of a 13% special VAT invoice, bank guarantee, and relevant technical documentation. 27% shall be paid within two months of successful installation and acceptance, with a 3% retention deposit.

10.2 Submission of Performance Bond:

(1) √ Not required

11. Supervisory Body

Name of Supervisory Body: CCCC Fourth Harbour Engineering Co., Ltd. Jiangmen Haotong Shipbuilding Co., Ltd.

ing Hotline:

ing Email:

12. Payment Instructions for Successful Supplier Platform Service Fees

To further enhance the quality of our electronic procurement platform services, optimise operational processes, and ensure smoother, more efficient collaboration between both parties, tiered service fees will be charged to suppliers who participate in our procurement activities and are successfully awarded contracts. Specific fees shall be determined by the service fee order generated concurrently with the award notification. The order will be dispatched via the ‘CCECP’ website (URL: https://zjzcw.****.cn). Payment must be completed within 10 days of dispatch. Should any issues arise during payment, please contact ****765885 and select option 7 for winning bid service fee enquiries.

12.1 Fee Structure

Fees are tiered according to package value, calculated as follows:

(1) For amounts between RMB 1 million (inclusive) and RMB 2 million: RMB 100 per instance;

(2) For amounts between RMB 2 million (inclusive) and RMB 10 million: RMB 500 per instance;

(3) For amounts between RMB 10 million (inclusive) and RMB 30 million: RMB 1,000 per instance;

(4) For amounts between RMB 30 million (inclusive) and RMB 100 million: RMB 3,000 per instance;

(5) For amounts exceeding RMB 100 million (inclusive): RMB 5,000 per instance.

12.2 Payment Process

(1) Notification Dispatch: Upon publication of tender results, the system automatically dispatches payment notifications (including due amount and payment link);

(2) Fee Inquiry: Suppliers shall log into the ‘CCCC Tendering Procurement Network - Service Management’ module to view outstanding fees;

(3) Online Payment: Supports corporate bank transfers or online payments. An electronic receipt shall be generated upon successful payment;

(4) Invoice Issuance: Within five working days after payment completion, the system shall automatically generate an electronic ‘Technical Service Fee’ invoice. Suppliers may retrieve it via the ‘CCCC Tendering Procurement Network - Service Management - Invoice Download’ module.

13. Additional Requirements:

13.1 Procurement of the Communication System for Phase II Electromechanical Project at Colombo East Container Terminal, Sri Lanka, must satisfy technical specifications detailed in the attached Technical Agreement (Ref: SLLKXM-JSXY-006);

13.2 Warranty Period: Three years following final acceptance. After-sales Maintenance: Comprehensive three-year technical support with local presence is mandatory. Provide local technical maintenance address and contact telephone number.

13.3 Delivery Date: Within 30 days of contract signing or as notified by the Client.

13.4Products supplied by the vendor must be approved by the overseas project owner and supervisor.

13.5 The supplier shall furnish the product's technical documentation (MAR) as the basis for scoring the technical section of the tender evaluation. The successful bidder must submit the MAR documentation within 15 days of contract signing and complete its submission for review and approval by the client within 30 days. Should the successful bidder fail to meet these requirements, the tendering entity reserves the right to unilaterally revoke the award without providing any financial compensation.

The technical documentation MAR format outline is as follows:

1. MTO (Clarify the procurement content in MAR)

2. Design Drawing List (Clear the source of demand for procurement content)

3. Supplier Profile

4. Material Comparison Sheet (Demonstrate compliance by comparing with SOW/BOD/SPEC/DD)

5. Material Specification Sheet (Provide comprehensive material information, including manufacturer's standard datasheet where available)

6. Shop Drawing (Including both the material's own shop drawing and the shop drawing for material installation)

7. Fabrication Procedure (Outline of production process)

8. ITP (Quality Control)

9. FAT procedure (For reference where Factory Acceptance Test is required)

10. Test /COC/CE certificate (Quality-related templates)

11. Deviation Justification Sheet (Justification of deviations)

14. Contact details

Tenderer: China Communications Construction Fourth Harbour Engineering Bureau Jiangmen Haotong Shipbuilding Co., Ltd.

Address: No. 12, Fourth Harbour Avenue, Guancui Village, Gujing Town, Xinhui District, Jiangmen City, Guangdong Province

Postcode: 529145

Contact Person: Huang Yuyan

Telephone: 180****0475

Email: ****@cccc4.com

January 4, 2026




联系方式

招 标 人: ****

地 址: ****门市**区古井镇管咀村四航大道12号

邮 编: 529145

联 系 人: 袁玉珍、黄玉燕

电 话: 150****0534、 180****0475

电子邮件: ****@ccccltd.cn、 ****@cccc4.com

2026 年 1月 4 日

Contact details

Tenderer: China Communications Construction Fourth Harbour Engineering Bureau Jiangmen Haotong Shipbuilding Co., Ltd.

Address: No. 12, Fourth Harbour Avenue, Guancui Village, Gujing Town, Xinhui District, Jiangmen City, Guangdong Province

Postcode: 529145

Contact Person: Huang Yuyan

Telephone: 180****0475

Email: ****@cccc4.com


附件列表
序号
附件名称
附件说明
物资信息
序号
设备物资名称
设备物资说明
税率
数量
单位
1
其他施工辅助物资
40KVA 不间断电源(UPS)
13%
4.****0000
2
其他施工辅助物资
15KVA 不间断电源(UPS)
13%
12.****0000
3
其他施工辅助物资
3KVA 不间断电源(UPS)
13%
40.****0000
4
其他施工辅助物资
UPS配电箱
13%
2.****0000
5
其他施工辅助物资
UPS配电箱
13%
6.****0000
6
其他施工辅助物资
20U通信机柜
13%
4.****0000
7
其他施工辅助物资
42U通信机柜
13%
9.****0000
8
其他施工辅助物资
24口 UTP配线面板
13%
7.****0000
9
其他施工辅助物资
1U线缆理线架
13%
90.****0000
10
其他施工辅助物资
24芯室外光缆终端盒
13%
12.****0000
11
其他施工辅助物资
48口光纤配线架
13%
61.****0000
12
其他施工辅助物资
24口光纤配线架
13%
48.****0000
13
其他施工辅助物资
24口光纤配线架
13%
87.****0000
14
其他施工辅助物资
12口光纤配线架
13%
41.****0000
15
其他施工辅助物资
三层分布式/聚合交换机
13%
4.****0000
16
其他施工辅助物资
48口二层光纤接入交换机
13%
2.****0000
17
其他施工辅助物资
24口二层接入交换机
13%
11.****0000
18
其他施工辅助物资
24口二层光纤接入交换机
13%
14.****0000
19
其他施工辅助物资
24口二层光纤接入交换机
13%
14.****0000
20
其他施工辅助物资
1GE 光模块
13%
180.****0000
21
其他施工辅助物资
10GE 光模块
13%
10.****0000
22
其他施工辅助物资
10GE 光模块
13%
220.****0000
23
其他施工辅助物资
25GE 光模块
13%
80.****0000
24
其他施工辅助物资
25GE 光模块
13%
60.****0000
25
其他施工辅助物资
40GE 光模块
13%
10.****0000
26
其他施工辅助物资
40GE 光模块
13%
40.****0000
27
其他施工辅助物资
100GE 光模块
13%
20.****0000
28
其他施工辅助物资
1米光纤跳线
13%
640.****0000
29
其他施工辅助物资
2米光纤跳线
13%
50.****0000
30
其他施工辅助物资
3米光纤跳线
13%
912.****0000
31
其他施工辅助物资
10米光纤跳线
13%
50.****0000
招标进度跟踪
2026-01-04
招标公告
中交四航局江门航通船业有限公司斯里兰卡项目通讯系统采购招标公告
当前信息
招标项目商机
暂无推荐数据
400-688-2000
欢迎来电咨询~