当前位置:首页>>企业公告>>通知公告

新疆城市综合发展项目南郊污水处理厂升级改造及已建部分改造设备供货与安装项目

文章来源:
2016-12-13
字体:【】 【打印颜色:

贷款号和项目名称:PRC-3017,新疆城市综合发展项目

合同号和合同名称:KL-E03南郊污水处理厂升级改造及已建部分改造设备供货与安装-其他工艺设备采购项目

招标号:0716-1620XJ230636

投标截止日:2017124

1.中华人民共和国已经从亚洲发展银行获得了一笔贷款(贷款号:PRC-3017),以用于新疆城市综合发展项目的费用支付。该笔贷款的一部分将被用于南郊污水处理厂升级改造及已建部分改造设备供货与安装-其他工艺设备采购项目合同下(合同号:KL-E03)的合格支出。

2.五矿国际招标有限责任公司作为招标代理,受买方克拉玛依市基础设施完善和环境改善亚行项目管理办公室的委托,邀请合格且有资格的投标人就下列货物和相关服务递交密封的投标文件,设备到货日期为自合同签订后180天内(日历日)。

序号

设备名称规格

单位

数量

备注

提升泵池

 

 

 

1

潜污泵Q=1460m3/h  H=20m  N=132kW

4

离心泵

2

潜水搅拌机  N=5.5kW

4

潜水搅拌机

3

双法兰电动蝶阀 PN1.0MPa, N=1.5kW  DN600

4

通用阀门

4

双法兰蝶阀   PN1.0MPa  DN600

4

通用阀门

5

止回阀       PN1.0Mpa  DN600

4

通用阀门

反应沉淀间

 

 

 

1

非金属链条刮泥机

12

链条刮泥机

2

混合池搅拌机     N=1.5kW  D750mm 

4

混凝搅拌机

3

气动快开对夹式刀闸阀  DN200 PN0.6MPa

52

通用阀门

4

双法兰手动闸阀       DN200  PN0.6MPa

82

通用阀门

5

乙丙共聚斜板  单块斜板长3m

m2

996

斜板沉淀池系统

6

A型折板箱体 1300X1200X1080  不锈钢

72

折板反应器

7

B型折板箱体 1300X1200X1080  不锈钢

80

折板反应器

8

潜污泵Q=18m3/h  H=15m  N=1.5kW

1

潜污泵

清水池

 

 

 

1

电动偏心半球阀   PN1.0MPa  DN900

2

通用阀门

外输泵房

 

 

 

1

卧式离心泵  Q=1100m3/h  H=150m  N800kW  V=10kV

6

离心泵

2

移动式潜水排污泵 Q=7m3/h  H=15m  N=1.5kW  V=360V

1

潜污泵

3

多功能水泵控制阀 PN2.5MPa  DN500

6

通用阀门

4

电动偏心半球阀 PN2.5MPa  DN500

6

通用阀门

5

手动偏心半球阀 PN1.0MPa  DN600

6

通用阀门

6

铸铁镶铜闸门 1000×1000连杆L=6.5m

1

通用阀门

7

手电两用启闭机 T=1t  N=0.55kW

1

通用阀门

加药间

 

 

 

1

混凝剂投加泵Q=950L/h  N=2.2kW  H=0.5MPa

6

PACPAM、乙酸钠投加系统

2

乙酸钠投加泵 Q=950L/h  N=2.2kW  H=0.5MPa

3

3

PAM投加泵(螺杆泵)Q=120L/h  N=0.5kW  380V  50Hz

6

4

在线稀释系统

5

5

絮凝剂制备装置  N=1.80kW

1

6

电磁阀   DN50  PN1.0MPa 

4

7

罗茨鼓风机 Q=7m3/min  H=39.2kpa  N=7.5kW

3

罗茨鼓风机

二氧化氯间

 

 

 

1

防爆型二氧化氯发生器Q=10kg/h  N=2kW

6

二氧化氯发生器成套配带

1.1

 盐酸计量泵 Q=60L/h  P=0.5Mpa  N=90W

6

1.2

亚氯酸钠计量泵   Q=60L/h  P=0.5Mpa  N=90W

6

1.3

卸药泵 Q=15m3/h  H=20m  N=1.5kW

4

1.4

酸雾吸收器  500mm  碱吸收式

1

1.5

化料器  化料量:100Kg/次,N=1.5Kw

1

1.6

二氧化氯泄露报警器

1

1.7

水射器

6

1.8

盐酸储罐  V=20m3

1

1.9

亚氯酸钠储罐  V=20m3

1

1.10

药品计量罐  V=1m3

2

1.11

管道增压泵 Q=5.0m3 /h, H=51m, N=4kW

1

2

卸药泵就地控制盒  碳钢喷塑

2

3

电动球DN25  PN1.0MPa  N=0.37kW

2

4

磁翻板液位计 DN25  L=1500mm

2

污泥缓冲池

 

 

 

1

潜水搅拌机  N=2.2KW

4

潜水搅拌机

2

手电两用启闭机  启闭力T=2t

2

通用阀门

3

镶铜铸铁方闸门  B*H=900*900

2

通用阀门

4

潜水排污泵  Q=100m3 /h  H=8.8m

2

潜污泵

5

双法兰手动蝶阀  DN200  P=1.0Mpa

2

通用阀门

6

微阻缓闭止回阀  DN200  P=1.0Mpa

2

通用阀门

污泥脱水机房

 

 

 

1

卧螺离心脱水机  Q=30-40m3/h,  N=37+11kW

2

污泥浓缩脱水系统

1.1

污泥进料泵 Q=20-50m/h, P=2bar, N=11kW

 

 

1.2

加药 Q=500-2000L/h, P=4bar, N=1.1kW

 

 

1.3

絮凝剂制备装置 粉剂2-10kg/hN=1.88kW

 

 

1.4

稀释装置    稀释水量Q6m/h

 

 

1.5

污泥切割机   Q50m3/h,  N=1.5kW

 

 

1.6

水平无轴螺旋输送机    Q=4.0m/h,N=1.5-3.0kW,L=5300mm

 

 

1.7

倾斜无轴螺旋输送机  Q=1.8m/h,  N=1.5-3.0kW  L=5000mm

 

 

1.8

污泥电磁流量计 

 

 

2

双法兰手动蝶阀 DN100 PN1.0MPa

2

通用阀门

3

双法兰手动闸阀 DN150  PN1.0MPa

1

通用阀门

4

双法兰电动闸DN50 N=0.37kW  PN1.0MPa

2

通用阀门

5

双法兰手动球阀 DN80 PN1.0MPa

1

通用阀门

6

双法兰手动球阀 DN50 PN1.0MPa

1

通用阀门

7

双法兰手动球阀 DN32 PN1.0MPa

5

通用阀门

8

止回阀 DN32 PN1.0MPa

2

通用阀门

9

止回阀 DN150 PN1.0MPa

1

通用阀门

辅助水池及风机房

 

 

 

1

混凝搅拌机   N=4kW   D2200mm

3

混凝搅拌机

厂区部分

 

 

 

1

电动偏心半球阀  PN1.0    DN1200

3

通用阀门

2

电动偏心半球阀  PN1.0    DN1000

3

通用阀门

3

电动偏心半球阀  PN1.0    DN900

1

通用阀门

4

电动偏心半球阀  PN1.0    DN800

2

通用阀门

5

电动偏心半球阀  PN1.0    DN600

3

通用阀门

项目地点:克拉玛依市胜利路33

交货期:合同签订后180天内(日历日)

3.本次国际竞争性招标采用“亚行单阶段单信封”招标程序。凡符合招标文件规定的合格投标人均可投标。

4. 有兴趣的合格投标人可以从本投标邀请函列明的地址进一步了解有关信息,并从20161213日起,于每日(节假日除外)9:0011:0013:0016:00(北京时间)查阅招标文件。

招标方:克拉玛依市基础设施完善和环境改善亚行项目管理办公室

地址:克拉玛依市胜利路33号市政府2号楼335房间    邮编:834000

联系人:吕金钢(先生);电话:0990-6223562  传真:0990-6222336

Email307805489@qq.com

招标机构:五矿国际招标有限责任公司

地址:北京市海淀区三里河路5号五矿大厦D座二层

联系人:许中原先生  电话:010-88821752  传真:010-88821703

Emailxuzhy@minmetals.com

5. 满足下列关键资格要求的合同投标人可参加本次投标:

①提交近3年经审计的财务报表,如投标人所在国没有审计机制,则提供采购方可接受的其他财务文件已证明其财务状况良好。投标人上一年度的总资产负债净值至少应当是正值。

投标人应提供可利用的流动资产、银行授信额度和其他融资手段,足以满足履行本合同所需要的现金流证明;同时,考虑到投标人可能正在履行的其他合同,投标人的现金流能力应不少于1400万人民币或等值货币。

投标人最近三年的年均营业额应不少于1亿人民币或等值货币。

投标人须提供营业执照复印件或影印件加盖投标公章

投标人如不是投标产品制造商,则还需提供所投产品制造商出具的授权文件原件(格式见第四章制造商授权书格式)。

5年(2012124日—2017124日)具有不少于1个已完成的10万吨/天及以上规模的同类市政污水处理工程工艺设备供货,供货金额应不少于2200万人民币或等值货币

此外,财务标准、经验标准、生产能力、诉讼历史额外的要求在招标文件中另有规定。

6. 有兴趣的合格投标人可将购买招标文件的申请递交到本投标邀请函列明的地址,并支付人民币1500元或美元240元的不可退还费用付款方式为现金支付,或者直接汇款至:

美元:

BANK OF CHINA NEW YORK SWIFIT CODEBKCHUS33FOR CREDIT TO BANK OF CHINA HEAD OFFICE BEIJINGSWIFT CODEBKCHCNBJFOR FURTHER TO: MINMETALS INTERNATIONAL TENDERING CO., LTD.  ACCOUNT NO. FOR US$:  7783 5003 9729

人民币:

工商银行北京首都体育馆支行

五矿国际招标有限责任公司

账号:0200 0537 0902 2105 773

招标文件将采用_快递 的方式寄送。如需邮购,每套招标文件需另付人民币100元(国内)/人民币200元或美元30(国外)。招标文件在邮寄过程中若发生丢失或迟到,买方/招标代理将不承担任何责任。

7. 所有投标文件必须于2017124日上午10:00(北京时间)或之前递交到本投标邀请函列明的地址。迟交的的投标文件将被拒绝。开标将在本投标邀请函列明的地址公开进行。投标人可派代表参加开标。开标时间为2017124日上午10:00(北京时间)投标文件必须包括招标文件要求的投标担保。

8. 任何对招标过程或授予合同的疑问或者投诉应以书面形式发送给业主,其电子信箱为307805489@qq.com。投标人也可以把向业主提出疑问或者投诉的函电抄送给国际金融机构,其电子信箱为lanwang@adb.org。在业主没有迅速做出答复或如果投标人投诉业主时,投标人也可以直接写信给这些国际金融机构。

9. 投标文件递交地址和开标地址:北京市海淀区三里河路5号五矿大厦四层会议室,100044

 

Invitation for Bids

Date: December 1313, 2016

Loan No. and Title: Xinjiang Integrated Urban Development Project (Loan No. 3017-PRC)
Contract No. and Title: KL-E03, Procurement of Equipment supply and installation for Upgrading, Reconstruction and Reuse Project of Sewage Treatment Plant in Southern Suburbs – Other Core Process Equipment

Bid No.: 0716-1620XJ230636

Deadline for Bids: November January2924, 2017

1. This Invitation for Bids follows Procurement Plan for this project that appeared in the “ADB Business Opportunities”, dated July 2013.

2. The People’s Republic of China has received a loan from the Asian Development Bank (ADB) toward the cost of Xinjiang Integrated Urban Development Project, and it intends to apply part of the proceeds of this loan to payments under the contract for Procurement of Equipment supply and installation for Upgrading, Reconstruction and Reuse Project of Sewage Treatment Plant in Southern Suburbs – Other Core Process Equipment (Contract No. : KL-E03).

3. MINMETALS International Tendering Co., Ltd. “the Tender Agent, MITC”, authorized and on behalf of Karamay City Infrastructure Improvement and Environmental Improvement ADB Project Management Office (the "Purchaser") to act for and on its behalf, now invites sealed Bids from eligible Bidders for the goods. Required Goods’ arrival time or service completing time is within 180 days after contract signing.   Please find more details in following chart:

S/N

Equipment Name & Spec.

Unit

Qty.

Remarks

I

Lifting pump tank

 

 

 

1

Submersible sewage pump Q=1,460m3/h  H=20m  N=132kW

Set

4

Centrifugal pump

2

Submersible agitator   N=5.5kW

Set

4

Submersible agitator

3

Electric double-flange butterfly valve PN1.0MPa, N=1.5kW  DN600

Set

4

General valve

4

Double-flange butterfly valve   PN1.0MPa  DN600

Set

4

General valve

5

Check valve       PN1.0Mpa  DN600

Set

4

General valve

II

Reactive precipitation room

 

 

 

1

Chain type nonmetal sludge scraper

Set

12

Chain mud scraper

2

Agitator of mixing tank      N=1.5kW  D≥750mm    

Set

4

Coagulation mixer

3

Pneumatic quick-opening wafer knife gate valve   DN200 PN0.6MPa

Set

52

General valve

4

Manual double-flange gate valve   DN200  PN0.6MPa

Set

82

General valve

5

Ethylene-propylene copolymerization inclined plate   Length of single inclined plate: 3m

m2

996

Inclined plate sedimentation tank system

6

A type folded plate box 1300×1200×1080   Stainless steel

Group

72

Folded plate reactor

7

B type folded plate box 1300×1200×1080   Stainless steel

Group

80

Folded plate reactor

8

Submersible sewage pump Q=18m3/h  H=15m  N=1.5kW

Set

1

Submersible sewage pump

III

Clean water tank

 

 

 

1

Electric eccentric semi-ball valve   PN1.0MPa  DN900

Pcs.

2

General valve

IV

Efflux pump room

 

 

 

1

Horizontal centrifugal pump  Q=1100m3/h  H=150m  N≤800kW  V=10kV

Set

6

Centrifugal pump

2

Mobile submersible sewage pump Q=7m3/h  H=15m  N=1.5kW  V=360V

Set

1

Submersible sewage pump

3

Multi-functional pump control valve PN2.5MPa  DN500

Set

6

General valve

4

Electric eccentric semi-ball valve   PN2.5MPa  DN500

Set

6

General valve

5

Manual eccentric semi-ball valve   PN1.0MPa  DN600

Set

6

General valve

6

ZMQF 1000×1000  Connecting rod L=6.5m

Set

1

General valve

7

Manual and electric dual-purpose gate hoist T=1t  N=0.55kW

Set

1

General valve

V

Dosing room

 

 

 

1

Coagulant dosing pump Q=950L/h  N=2.2kW  H=0.5MPa

Set

6

PAC, PAM and sodium acetate feeding system

2

Sodium acetate dosing pump Q=950L/h  N=2.2kW  H=0.5MPa

Set

3

3

PAM dosing pump (screw pump) Q=120L/h  N=0.5kW  380V  50Hz

Set

6

4

On-line dilution system

Set

5

5

Flocculant preparation device  N=1.80kW

Set

1

6

Solenoid valve   DN50  PN1.0MPa 

Pcs.

4

7

Roots blower Q=7m3/min  H=39.2kpa  N=7.5kW

Set

3

Roots Blower

VI

Chlorine dioxide room

 

 

 

1

Explosion-proof chlorine dioxide generator Q=10kg/h  N=2kW

Set

6

Chlorination (chlorine dioxide generator) system

1.1

 Hydrochloric acid metering pump Q=60L/h  P=0.5Mpa  N=90W

Set

6

1.2

Sodium chlorite metering pump Q=60L/h  P=0.5Mpa  N=90W

Set

6

1.3

Discharge pump Q=15m3/h  H=20m  N=1.5kW

Set

4

1.4

Acid mist absorber  ∅500mm  Alkali absorption type

Set

1

1.5

Fluidized feeder  Volume:100Kg/time, N=1.5Kw

Set

1

1.6

Chlorine dioxide leak alarm

Set

1

1.7

Water ejector

Set

6

1.8

Hydrochloric acid tank  V=20m3

Set

1

1.9

Sodium chlorite tank  V=20m3

Set

1

1.1

Drug metering tank  V=1m3

Set

2

1.11

Pipeline booster pump Q=5.0m3/h, H=51m, N=4kW

Set

1

2

Local control box of discharge pump   carbon steel spraying plastic

Set

2

3

Electric ball DN25  PN1.0MPa  N=0.37kW

Pcs.

2

4

Magnetic level gauge DN25  L=1,500mm

Set

2

VII

Sludge buffer pool

 

 

 

1

Submarine agitator  N=2.2KW

Pcs.

4

Submersible agitator

2

Manual and electric dual-use hoist  Hoisting capacity: T=2t

Pcs.

2

General valve

3

ZMQF  B*H=900*900

Pcs.

2

General valve

4

Submersible sewage pump  Q=100m3/h  H=8.8m

Set

2

Submersible sewage pump

5

Manual double-flange butterfly valve  DN200  P=1.0Mpa

Pcs.

2

General valve

6

Microresistance slow closing check valve  DN200  P=1.0Mpa

Pcs.

2

General valve

VIII

Sludge dewatering machine room

 

 

 

1

Horizontal centrifugal dehydrator  Q=30-40m3/h,  N=37+11kW

Set

2

 

1.1

Sludge feed pump Q=20-50m/h, P=2bar, N=11kW

 

 

Dehydration system of concentrated sludge

1.2

Dosing pump Q=500-2000L/h, P=4bar, N=1.1kW

 

 

1.3

Flocculant preparation device  Powder: 2-10kg/h, N=1.88kW

 

 

1.4

Dilution apparatus    Dilution water volume Q≤6m/h

 

 

1.5

Sludge cutter   Q≤50m3/h, N=1.5kW

 

 

1.6

Horizontal shaftless screw conveyor   Q=4.0m/h, N=1.5-3.0kW, L=5,300mm

 

 

1.7

Inclined shaftless screw conveyor  Q=1.8m/h,  N=1.5-3.0kW, L=5,000mm

 

 

1.8

Sludge electromagnetic flowmeter 

 

 

2

Manual double-flange butterfly valve DN100 PN1.0MPa

Pcs.

2

General valve

3

Manual double-flange gate valve DN150  PN1.0MPa

Pcs.

1

General valve

4

Electric double-flange valve DN50 N=0.37kW  PN1.0MPa

Set

2

General valve

5

Manual double-flange ball valve DN80 PN1.0MPa

Pcs.

1

General valve

6

Manual double-flange ball valve DN50 PN1.0MPa

Pcs.

1

General valve

7

Manual double-flange ball valve DN32 PN1.0MPa

Pcs.

5

General valve

8

Check valve DN32 PN1.0MPa

Pcs.

2

General valve

9

Check valve DN150 PN1.0MPa

Pcs.

1

General valve

IX

Auxiliary water tank and fan room

 

 

 

1

Concrete mixer   N=4kW   D≥2200mm

Set

3

Coagulation mixer

X

Plant part

 

 

 

1

Electric eccentric semi-ball valve  PN1.0    DN1200

Set

3

General valve

2

Electric eccentric semi-ball valve  PN1.0    DN1000

Set

3

General valve

3

Electric eccentric semi-ball valve  PN1.0    DN900

Set

1

General valve

4

Electric eccentric semi-ball valve  PN1.0    DN800

Set

2

General valve

5

Electric eccentric semi-ball valve  PN1.0    DN600

Set

3

General valve

Location of projects: No. 33, Shengli Road, Karamay City

Delivery Period: within 180 days after contract signing

4. International competitive bidding will be conducted in accordance with ADB’s Single-Stage: One-Envelope bidding procedure and is open to all Bidders from eligible source countries as described in the Bidding Document.

5. Only eligible Bidders with the following key qualifications should participate in this bidding:

1) Submission of audited financial statements or, if not required by the law of the Bidder’s country, other financial statements acceptable to the Purchaser, for the last three years to demonstrate the current soundness of the Bidder’s financial position. As a minimum, the Bidder’s net worth for the last year calculated as the difference between total assets and total liabilities should be positive.

2) Availability of or access to liquid assets, lines of credit, and other finances sufficient to meet cash flow requirement which is CNY 14 million.

3) Minimum average annual turnover of CNY 100 million calculated as total payments received by the Bidder for contracts completed or under execution over the last three years.

4) The Bidder should submit copy of business license with official seal.

5) The original power of attorney is required (see Manufacturer’s Authorization in Section IV) if the bidder is not a manufacturer of goods provided.

6) The Bidder shall have completed within the last 5 years (January 24, 2012-- January 24, 2017) at least 1(one) similar contract for supplying process equipment for a WWTP with capacity of 100,000 tons per day with value of at least CNY 22 million or equivalent in foreign currency.

6. Interested eligible Bidders may obtain further information inspect the Bidding Document at the address given below, from 9:00~ 11:00 and 13:00~16:00, January 24, 2017 office hour, workday only.

The Purchaser: Karamay City Infrastructure Improvement and Environmental Improvement ADB Project Management Office

Contact person: Mr. Lv Jingang 

Street Address: No. 33, Karamay Shengli Road  

Floor/Room number: Room 335, NO.2 government Building

Tel.No.: 0990-6223562  Fax No.: 0990-6222336  Email: 307805489@qq.com

The Tender Agent: Minmetals International Tendering Co., Ltd.

Contact Person: Mr. Xu Zhongyuan

Office Rm. No.: 216-2, 2nd Floor, Building D, Minmetals Plaza, No.5, Sanlihe Road, Haidian District, Beijing. Postal Address: 100044

Tel.No.: 010-88821752

7. A complete set of Bidding Documents may be purchased by interested Bidders on the submission of a written application to the address below and upon payment of a nonrefundable fee of CNY1500. The method of payment will be cash. The document may be sent by courier services upon payment of an additional fee of CNY100 for domestic and international delivery. For T/T, the bank account is: ICBC Beijing the Capital Stadium sub-branch 0200 0537 0902 2105 773. No liability will be accepted for loss or late delivery.

8. Bids must be delivered to the address below on or before 29 November 2016, 10:00 a.m. (Beijing time). Late bids will be rejected. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend. All bids must be accompanied by a bid security as described in the Bidding Document.

9. Any questions or complaints regarding the bidding process or contract award should be sent in writing to the Purchaser at e-mail account 307805489@qq.com. Bidders are free to send copies of their communications on issues and questions to the institution named in the BDS at e-mail account lanwang@adb.org. When the Purchaser does not respond promptly, or the communication is a complaint against the Purchaser, the bidders can also write to such institution directly.

10. Address for Bid Delivery and Bid Opening: Meeting Room, 4th Floor, Building D, Minmetals Plaza, No.5 Sanlihe Road, Haidian District, 100044, Beijing, the People’s Republic of China

 


版权所有:中国五矿集团有限公司 2007年-2020年  京ICP备05017583号  京公网安备110401300101号  隐私与安全  法律声明  
运维单位:中国五矿集团有限公司信息中心   我来纠错    投资者   求职者   传媒者   同业者   浏览者