蒙泰集团 

线下招标公告

Prevention and control of water in Fanjiacun Coal Mine of Mengtai Fanjiacun Coal Industry Co., Ltd., Ordos City

2021-11-15 来源: 浏览量:3 
  • 项目名称:
    Prevention and control of water in Fanjiacun Coal Mine of Mengtai Fanjiacun Coal Industry Co., Ltd., Ordos City
  • 发布时间:
    2020-11-24
  • 主办单位:
    Ordos City Mengtai Fanjiacun Coal Industry Co., Ltd.
  • 开标时间:
    February 2019
  • 开标地点:
    Mengtai Group, Dongsheng District, Ordos City

Ordos City Mengtai Fanjiacun Coal Industry Co., Ltd.

Special Design for Water Prevention and Control in Fanjiacun Coal Mine

 

 

Discuss

Mark

Arts

Pieces

 

 

Tender No.: MTFJ FZSZXSJ 201 902

Recruit marked man: Ordos City Mengtai Fan Village Coal Industry Co., Ltd.

Negative responsible person:                             (Seal)

 

Ordos Dongsheng District

 201 Nian 2 Yue


 

Head   record

 

Part One  Invitation Letter 2

The second part of the  bidding instructions and the previous schedule 4

Chapter One     Overview of Bidding Projects 4

Chapter II    Specifications and Procedures of Bidding Documents 7

Chapter III    Tender Quotation Format and Other Supporting Documents 15

Chapter 4     Qualification Examination Form and Enterprise Performance and Social Credit Certificate 17

Contract 1 9

 


Part One  Invitation Letter

Ordos City Coal Industry Co., Ltd. Mengtai Fan Village Water Project design fanjiacun Mine Prevention were recruited standard, bidders are invited to participate in proposed standard.

1. Project name : Special design for water prevention and control of Fanjiacun Coal Mine of Fanjiacun Coal Industry Co., Ltd. of Mengtai, Ordos City .

    Second, receive tenders and technical specification time : from 2019 Nian May Day when until 2019 Nian May Day   when only.

Third, receive tenders and technical specification Location :内蒙古蒙泰Coal Group Co., Ltd. recruit vote marked office .

Fourth, the purchase cost of the bidding documents:  500 yuan.

V. Application deadline: 2019 May Day when.         

Before delivering the bid documents, bidders need to bring the originals and copies of the following certificates to go through the qualification examination procedures.

1.  Business License  

2.  Legal representative certificate                        

3. The  handling person’s ID card and legal person’s power of attorney

4.  Enterprise qualification certificate      

5.  Quality system certification or production certification using international standards

6.  Enterprise legal person organization code certificate

7.  Tax registration certificate            

8. When  opening the bid, please bring the original qualification to participate in the bidding.

9. The  deadline for submission of bid documents is the bid opening time. The tenderee refuses to accept bid documents that are delivered after the deadline for submission of bid documents.

10. After  receiving this invitation, if your unit decides not to participate in this bidding, please notify our company the next day after receiving this invitation.

 Six bid bond : Bidder qualification after passing the examination by the tender units to the public accounts delivered to the tenderer bid bond : 2 Wan yuan a whole (to wire transfer money to a designated account, whichever) that is achieved invitation to tender. Those who have not obtained the bidding qualifications will not accept their bids. Bid bond in the tender units to determine the successful bidder three payment week period to give back to the unit is not successful bidders irregularities in the bidding activities, no reason not to participate in the tender deposit will not be refunded .

Seven tender time : by the tenderer to inform on the time .

Eight the tender Location: Erdos City Dongsheng District Monthey Group .

9. Bid deposit method: wire transfer

User    name: Ordos City Mengtai Fan Village Coal Industry Co., Ltd.

Open door Bank: China Construction Bank Ordos East Street Branch

Account    number: 1,500,168,664,805,250 1344

The    Address: Dongsheng District of Ordos City, Inner Mongolia Iraq Coal Road No. 35.

Financial Contact: Xiao Feng 

Financial contact number:  0477-3983724

Ten tendering organization:内蒙古蒙泰Coal Group Co., Ltd. recruit vote standard committee.

 

 

 

 

 

The second part of the    bidding instructions and the previous schedule

Chapter One    Overview of Bidding Projects

1. Pre-Attached Table of Bidding Overview

Serial number

List content

1

Tender Name: Special Design for Water Prevention and Control in Fanjiacun Coal Mine

2

Tender organizer:内蒙古蒙泰Coal Group Co., Ltd. recruit vote standard committee

Address: No. 35, Yimei North Road, Dongsheng District, Ordos City, Inner Mongolia

Telephone: 0477-3898 330

3

Tender No.: MTFJ FZSZXSJ 201 902

4

Bidding content: Special design for water control in Fanjiacun Coal Mine of Mengtai Fanjiacun Coal Industry Co., Ltd., Ordos City .

5

Use Location: Erdos City Dongsheng District   fanjiacun coal mine

6

1. Overview :

In order to curb accidents from the source, consolidate the basis for safe production, and improve the level of coal mine safety management; in accordance with the "Coal Mine Safety Regulations", "Coal Mine Water Prevention Regulations", "Coal Mine Water Prevention Rules" and the requirements of safety production standardization, coal enterprises and coal mines The long-term plan and annual plan for the prevention and control of water in the unit shall be prepared and the implementation shall be organized. Coal mine water prevention and control should implement "one mine, one policy, one side, one policy" to ensure the scientific, pertinent and effective safety technical measures.

2. Compilation requirements :

Before the preparation of water control design, extensive collection of mining area and mine data (without on-site engineering construction) , analysis of the water regime and water hazard characteristics of the mine site, put forward goals and safeguard measures, design follow-up specific water control projects, and guide coal mines to organize and implement.

The main contents include:

1) Underground water control: prepare detailed technical implementation plans for water in the goaf area and roof rock formation, and guide coal mines to carry out underground water exploration and release engineering construction. In the compilation process, measures were taken to find out the water content of the roof rock layers of the 2117, 2115, and 2113 working faces at the second level, and to compile the water detection and release design. The upper part of the 2114 and 2112 working faces is a goaf of a horizontal fully mechanized mining face, and water detection and drainage measures are designed for each working face.

2) Surface water prevention and control: prepare technical plans for prevention and control of surface mined-out subsidence areas affected by surface floods, and guide coal mines to carry out surface flood control projects. The 2117, 2115, 2113, and 2108 working faces of the second level are in the Songjiaqu drainage area. The mining subsidence area formed by underground coal mining is extremely vulnerable to summer floods and causes flooding accidents.

3) Special treatment plan for mining at 2115 working face and diversion of Songjiaqu on the ground. The ground location of the 2115 working face is in the Songjiaqu drainage basin. Normally, the magnitude of the flow is small, and the floods are large in the rainy season. Songjiaqu should be diverted before mining in the working face to prevent seasonal floods from entering the goaf and subsidence area and flooding accidents. According to the site The environment formulated the Songjiaqu diversion plan.

4) Accounting for mine drainage capacity and proposing rectification plans.

5) Before compiling the design plan, we must fully understand the coal mine underground and above water hazards. The design plan must be targeted, practical, and effective, and finally provide the plan text, construction drawings, and project estimates.

6) Organize water prevention experts (no less than 3) to conduct technical reviews and issue review opinions.

7) Attachment: layout drawing of coal mine excavation.

3. Construction period requirements:

The total preparation period is 20 calendar days (that is, from the receipt of the bid-winning notice to the submission of the design text).

7

Qualification requirements of bidders (including but not limited to):

1. The bidder shall issue a business license, tax registration certificate and organization code certificate;

2. The bidder must have the design qualifications related to water prevention and control.

3. When bidding, provide copies of relevant recent performance and supply contracts in the surrounding area.

4. If the bidder’s qualifications are falsified, the bid inviting party has the right to cancel the bid qualification.

8

payment method:

Payment method: After the report is completed, signed and sealed, it will be handed over to Party A. Party A will pay 95% of the total contract price after review and provide the full value-added tax invoice when paying; leave 5% as technical service guarantee during the construction period, one year Pay off without interest afterwards.

9

Bidding price:

Total price: RMB (6% tax included, special value-added tax invoice)           

1, this tender using fixed-price format: including bidders for the completion of all projects and other work content of the contract within the scope of the contract required the full cost of the project, the bidder profits and taxes, including, but not limited to, labor, materials Fees, various measures, insurance fees, management fees and profits, regulatory fees, report inspection fees , review fees, water and electricity fees, and other fees, risks and responsibilities that may occur during the performance of the contract, and various fees and taxes, etc.

2. The quotation is attached with the details of each item .  

10

Qualifications, performance and other relevant information and to submit:内蒙古蒙泰Coal Group Co., Ltd. recruit vote marked office .

Address: No. 35, Yimei North Road, Dongsheng District, Ordos City, Inner Mongolia

11

Site survey: application by the bidder, recruited by the cast -standard offices , unified organization fanjiacun mine.

Site survey time : 2019    when May Day.

Contact :

12

Opening time: 2019    when May Day.

Bid opening location: further notice .

13

Qualification review: This project adopts the post qualification review method, and only qualified bidders may be awarded the invitation letter. When opening bids, bring relevant original documents for future reference.

14

Bidding: After the bidding organizer forms a bid evaluation committee in accordance with the law, in accordance with the relevant laws and regulations of the country and the Inner Mongolia Autonomous Region, following the principles of openness, fairness, justice, and honesty, comprehensive evaluation will be made from the aspects of quotation, project quality, and credibility.

15

Credentials requirements: All supporting materials and original documents must be submitted for verification when bidding.

16

Bidding requirements:

1. This bidding does not accept consortium bidding;

2. The bidder puts forward the questions that need to be answered and the questions that need to be clarified in writing before the time specified in the attached table before the bidding instructions;

3. According to the inquiries or requirements put forward by the bidders, the tenderer will reply to all bidders in the form of bidding answers;

17

Tender requirements:

1. In this bidding, the bidding unit needs to prepare one original copy of the bidding documents, four copies, and one electronic copy (U disk);

2. Sealing requirements: the original and the copy are separately packaged and sealed; the authorized person must sign the original of the "bidding document" page by page, copy the contract in the "bidding document" and bind it to the "bidding document" and sign it page by page, if there is any deviation Please put forward in the "Deviation Form", otherwise it will be deemed as a response to all "bidding documents"; for the rest of the requirements, please refer to the document instructions.

 

Di Er chapter    norms and procedures of tender documents

A. General

1. Scope of application

1.1 This bidding document is only applicable to the projects described in this invitation to bidding.

2. definition:

2.1 Tenderee refers to a legal person or other organization that proposes a project and conducts bidding in accordance with the "Law of the People's Republic of China on Bidding and Bidding".

2.2 Bidders refer to equipment suppliers who submit bid documents to the tenderee in response to the request of the tenderee.

3. Qualified bidder

3.1 Anyone who meets the qualification requirements in the previous appendix and has passed the qualification review can bid.

3.2 The bidder must accept the invitation of the tenderer, submit a bid application to the tenderer, and register for the record. Potential bidders who have not registered with the tenderer are not eligible to participate in this bidding.

3.3 Bidders shall abide by the "Law of the People's Republic of China on Tendering and Bidding" and other relevant Chinese laws and regulations.

4. Tender fee and pre-bid meeting

4.1 The bidder shall bear all costs related to the preparation and submission of bids. Regardless of the practices and results during the bidding process, the bidder shall have no obligation or responsibility to bear these costs under any circumstances.

4.2 The bidding documents are based on the bidding documents. The bidder's questions about the bidding documents can be faxed to the bidding unit before the Q&A meeting, so that they can respond together at the Q&A meeting, which will help the bidders better prepare bidding document.

B. Description of Bidding Documents

5. Contents of the bidding documents

5.1 This bidding document includes:

Part 1: Invitation to bid;

The second part: Instructions to bidders and the previous attached table;

The third part: the format and content of the bid quotation;

Part Four: Qualification Examination Form and Enterprise Performance and Social Reputation;

Part V: Other materials that need to be provided;

5.2 Bidders should carefully read all the items, format clauses and specifications in the bidding documents. The bidder’s failure to submit all materials in accordance with the requirements of the bidding documents, or the bidding document’s failure to provide substantial responses to the bidding documents in all aspects may result in the rejection of the bid, which is the bidder’s own risk.

6. Clarification of bidding documents

Any bidder who requires clarification of the bidding documents shall notify the bidder in writing (including fax, email, etc.) according to the address of the bidder in the bid invitation 3 days before the deadline for bidding. The bid inviting party will determine the appropriate way to clarify or reply in writing according to the situation, and when it deems it necessary, send a written reply that does not indicate the source of the inquiry to each bidder.

7. Modification of the bidding documents

7.1 The revision of the bidding documents will be notified in writing to all registered bidders. The bidder shall confirm it by telegram or fax immediately after receiving the notice.

7.2 In order to allow the bidders to have sufficient time to study and consider the revision of the bidding documents when preparing the bidding documents, the bidder may decide by itself, postpone the deadline for bidding as appropriate, and notify all registered bidders in writing.

7.3 The amendment to the bidding documents will form part of the bidding documents and be binding on the bidders.

C. Bidding document preparation

8. Bid language

Bidding documents, bid exchange documents and correspondence should be written in Chinese.

9. unit of measurement

Unless otherwise specified in the technical documents and requirements of the bidding documents, the measurement unit shall be the legal measurement unit of the People's Republic of China.

10. Composition of tender documents

The bidding documents submitted by the bidder shall include the following content: (but not limited to this)

10.1 Tender letter (quotation sheet);

Bidders shall make a detailed summary table of itemized quotations (including special VAT invoices) as specified in the bidding documents.

Bidders at the time of breakdown of the tender offer documents specified separately, to the bidder highest bid after the summary included in the Tender (quotations), summary form the highest offer. The bid inviting party will evaluate the bids in accordance with the bid letters (quotations) submitted by the bidders and the quotations listed in the summary table of the highest quotations.

10.2 The bidder qualification certificate issued in accordance with the requirements of the bidder's instructions, as well as all other materials required by the bidder to fill in and submit according to the instructions;

10.3 The content, format and auxiliary data sheet of the bidding document.

10.4 The bidder's performance certificate of similar products in the past three years and other documents that the bidder believes can prove its own company's performance.

10.5 Corporate financial statements for the past three years.

10.6 Other materials that need to be provided.

11. Tender document format

The bidder shall fill in the bidding document according to the bidding document format provided in the bidding documents.

12. Documents certifying that the bidder is qualified

Bidders must submit documents proving that they are eligible to participate in the bidding and have the ability to perform the contract after winning the bid in accordance with the requirements of the bidding documents, as part of their bidding documents.

13. Bid validity period

13.1 The bidding documents shall be valid for 60 days from the date of bid opening. If the validity period of the bid is shorter than the validity period specified in this notice, it will be regarded as a non-response bid and rejected.

13.2 Under special circumstances, the tenderee may request the bidder to agree to extend the validity period before the bid validity period expires. The request and reply shall be in written form.

14. Contract form and contract price

14.1 The contract includes a commercial contract and a technical agreement, and the technical agreement and the commercial contract have the legal effect together.

14.2 All expenses that should be paid by the bidder according to the contract or other reasons shall be borne by the bidder.

14.3 The bidder shall quote the project according to the format of the bid quotation.

15. Currency used for bidding and payment

The bidder shall fill in all prices in RMB, and pay in RMB when the contract is implemented.

16. Signing and regulations of bidding documents

16.1 The bidder shall bind the bidding materials into a book.

16.2 The bidder shall prepare one original bid document, four copies and one electronic bid document. Each set of bid documents must be clearly marked with "original" and "copy". Once the original and the copy do not match, the original shall prevail.

16.3 The original and copy of the bidding documents must be printed on A4 paper and signed and sealed by the legal representative of the bidder or the representative of the bidder duly authorized by the legal representative.

16.4 There shall be no alterations, inter-line insertions or deletions in the bid documents, unless these alterations are made in accordance with the instructions of the issued amendments, or errors that must be amended caused by the bidder. In the latter case, the revised office should be signed by the person who signed the bid document and stamped with the official seal to be effective. (Note: The legal representative or authorized representative of the bidder must sign the original bid documents page by page).

16.5 Each bidder can only submit one bid document, and no bidder is allowed to participate in the bidding of other bidders on the same contract in any way.

D. Submission of bid documents

17. Deadline for bidding

17.1 All bidding documents must be delivered to the designated bid opening place before the deadline for bidding and go through the signing formalities in accordance with the provisions in the "Pre-Attachment Form of the Bidding Instructions".

17.2 When the deadline for bidding is delayed due to the modification of the bidding documents, it shall be submitted according to the time specified in the modification notice of the tenderer.

18. Late submission of tender documents

The bid inviting party will reject and return intact any bid documents received after the deadline for bidding.

19. Modification and cancellation of bidding documents

19.1 After submitting the bidding documents, the bidder may modify or cancel the bidding documents, but the written notice of the modification or cancellation must be sent to the tenderer before the deadline for service of bids, and the notice must have a duly authorized bidding document. It will become effective only after the signature of the person representative and the seal of the bidder.

19.2 The bidder's written materials for the modification of the bid document or the notice of cancellation shall be prepared, sealed, marked and delivered in accordance with the provisions of Articles 16 and 17, and the words "modified bid document" or "cancelled bid" shall be indicated.

19.3 After the deadline for bidding, bidders shall not make any changes to their bid documents.

19.4 Bidders are not allowed to withdraw their bid documents from the time of bid opening to the expiration of the validity period of the bid documents.

E. Bidding and evaluation

20. Bidding

20.1 The bid inviting party organizes bid opening at the time and place specified in items 9 and 10 of the bidding instructions. The bidder shall send its legal representative or its authorized consignor to attend the bid opening meeting and sign in.

20.2 First, open the package marked "Withdrawn" and read its contents. Tenders that have submitted an acceptable withdrawal notice in accordance with Article 19 of this notice will not be opened.

20.3 At the time of bid opening, the tenderer will announce the name of the tenderer, the price of equipment and materials, the delivery period, the revision and withdrawal of the tender, and other details deemed appropriate by the tenderer.

20.4 The bid inviting party will keep a record of bid opening, which includes all the contents read out at the time of bid opening in accordance with the provisions of paragraph 20.3.

20.5 Regardless of the reason, bids that are not accepted at the time of opening will not be considered during bid evaluation. The withdrawn bid will be returned to the bidder intact.

20. Bid Evaluation Committee

21.1 The tenderee will determine the bid evaluation committee in accordance with the relevant regulations of Mengtai Fanjiacun Coal Industry Co., Ltd. in Ordos City .

21.2 The bid evaluation committee is composed of representatives of the tenderee and experts in relevant technical and economic aspects.

21.3 The bid evaluation committee is responsible for reviewing, questioning, evaluating and comparing bid documents.

twenty two. Review of bid documents and determination of responsiveness

22.1 The bid inviting party will determine whether each bidder has made a substantial response to the requirements of the bidding documents. A substantively responsive bid means that the bid complies with all the terms, conditions and regulations of the bidding documents and has no major deviations or reservations.

22.2 If the bid does not substantially respond to the requirements of the bidding documents, the bid inviting party will reject it and not allow the bidder to modify or withdraw the difference or reservation that does not meet the requirements to make it a responsive bid.

22.3 If the bidder has one of the following conditions, the bidding documents shall be deemed invalid.

⑴ The bidding documents are not marked and sealed as required;

(2) The bidding documents have not been signed by the legal representative or authorized person and affixed with the official seal of the unit;

⑶ The bidding documents did not respond to the requirements of the bidding documents;

⑷The bidding documents were delivered overdue;

⑸ The legal representative or authorized client of the bidder did not participate in the bidding meeting;

⑹ The bid price is significantly lower than the reasonable cost.

22.4 The bid inviting party judges the responsiveness of the bid documents based only on the bid documents themselves and not on external evidence.

twenty three. Error correction

23.1 The bid inviting party will verify the bids that are determined to substantially respond to the requirements of the bidding documents to see if there are any calculation errors. The principles for the tenderer to correct calculation errors are as follows:

⑴ When the amount expressed in numbers is inconsistent with the amount expressed in words, the words shall prevail.

(2) When the product of unit price and quantity is inconsistent with the total cost, the unit price shall prevail.

twenty four. Clarification of bid documents and contact with the tenderer

24.1 In order to facilitate the review, evaluation and comparison of bid documents, the tenderee may individually request bidders to clarify their bid documents as needed. The request for clarification and the reply are in written form, but the bid price or the substantive content of the bid should not be sought, proposed or allowed. Except for the confirmation of corrections made to the calculation errors discovered by the tenderee during bid evaluation in accordance with the provisions of Article 23 of this notice.

24.2 In addition to the provisions of paragraph 24.1 of this notice, after the opening of the bid until the authorization contract, any bidder shall not contact the bid inviting party on any issues related to his bid. If the bidder wishes to submit other materials to the tenderer to attract the attention of the tenderer, it shall be submitted in written form.

25. Evaluation and comparison of bidding documents

25.1 The bidding party and its organization's bid evaluation committee will only evaluate and compare bid documents that substantially respond to the requirements of the bidding documents.

25.2 The following factors will be considered when evaluating bids:

⑴ Eligibility of bidders;

⑵ Qualifications of bidders;

⑶ The performance of similar products of the bidder;

⑷ Technical specifications of bidders;

⑺ Price, payment method, delivery date, quality commitment;

⑻ Service commitment to this project;

25.3 The tenderee reserves the right to accept or reject any changes or deviations. Any changes, deviations or other factors that exceed the provisions of the bidding documents or enable the owner to obtain benefits that have not been requested will not be considered in the bid evaluation.

26. Bid evaluation methods, main factors of evaluation, principles of bid evaluation and conditions for abolishing bids

26.1 The bid evaluation method of this bidding adopts the comprehensive evaluation method.

26.2 The main factors of this tender review:

The main evaluation factors of equipment: bidding quotation, delivery schedule, structural characteristics, performance indicators, scope of supply, social reputation and performance, awards, contract performance guarantees, and response to tender documents, etc.

26.3 The bidding work of this project is based on the "Law of the People's Republic of China on Tendering and Bidding", the former State Planning Commission and other seven ministries and commissions No. 12 "Interim Provisions on the Bid Evaluation Committee and Bid Evaluation Methods" and other relevant laws and regulations, and the coal industry in Mengtai Fanjia Village, Ordos City The relevant regulations of the limited liability company are carried out.

26.4 The bid evaluation committee shall evaluate bids in accordance with the principles of "openness, fairness, justice, science, selection of the best, rigorous, honesty and credibility". Use the stages of bid review, clarification, collegial discussion, independent scoring, statistical summary, and preparation of bid evaluation reports.

26.5 In the event of any of the following situations, the tenderee will deal with the relevant bidding documents as abolished bids:

( 1) The bidder does not meet the qualification requirements specified in the bidding documents;

( 2) The validity period of the bid documents does not meet the requirements of the bidding documents;

( 3) For the same bid section, the bidder has submitted two or more bid documents with different contents (except for the alternative bidding scheme submitted in accordance with the provisions of the bidding documents);

( 4) The bidding documents are not signed in accordance with the format and content specified in the bidding documents, the content is incomplete or the keywords are vague and unrecognizable;

( 5) The content of the bidding documents does not substantially respond to the requirements of the bidding documents;

( 6) Bidder and other bidders collude with each other in quotation, or falsify in other ways;

( 7) The bidder bids in the name of another person, or the bidding documents of different bidders have obvious similarities;

( 8) There is a substantial difference between the name and organizational structure of the bidder indicated in the bid document and the applicant who has passed the prequalification and no valid certificate is provided;

( 9) Violating the bidding discipline.

( 10) All bid prices are much higher than the bidder’s expected value or the bid price (if any);

( 11) The bid is determined as unqualified by the bid evaluation committee;

( 12) Other circumstances that lead to bid cancellation.

27. Keep secret

27.1 Prior to announcing the award of the contract to the winning bidder, all information regarding the review, clarification, evaluation and comparison of the bidding documents and the intention to award the contract shall not be disclosed to any bidder or other person who has an official relationship with the process.

27.2 If a bidder attempts to influence the bid evaluation process or authorization decision of the tenderer, its bid will be rejected and its legal responsibility will be pursued.

F. Award of contract

28. Standard rule

28.1 The contract will be awarded to the best bidder who can meet the requirements of the bidding documents to the greatest extent, has a reasonable price after review, strong technical force, and a short reporting period.

28.2 After the "Notice of Bid Winning" comes into effect, if the bidder who has won the bid fails to perform the behavior as promised in the bid documents, the tenderee has the right to re-select a new contract awarder, and the bid bond will not be refunded.

29. Final qualification review

The tenderer will review the qualifications, performance and experience of similar products that can meet the comprehensive evaluation criteria specified in the tender documents to the greatest extent based on the qualification documents submitted by the tenderer and other necessary and appropriate materials deemed by the tenderer. , Quality assurance system, it is planned to invest in the project's finance, technology and reputation, etc., and finally determine whether to award the contract.

30. Power to accept any bid and reject any bid or all bids

In order to protect the interests of the company, the tenderee still has the right to accept or reject any or all of the bids at any time before awarding the contract, and shall not bear any responsibility for the impact on the bidders caused by this, nor shall he take any actions taken. Any explanation.

31. Notice of winning bid

31.1 Before the expiration of the validity period of the bidding, after the bid evaluation report and the bidder confirming the winning bid have been approved, the bid inviting party shall issue a "Bid Winning Notice" to the winning bidder.

31.2 The "Notice of Winning Bid" will be an integral part of the contract.

31.3 After the successful bidder signs a contract with the tenderer, the tenderer will promptly notify other unsuccessful bidders and return the bid bond.

32. Sign the contract

32.1 The winning bidder signs a business contract and technical agreement with the tenderee at the time and place specified in the "Notice of Winning Bid".

32.2 The bidding documents, the bidding documents of the winning bidder, the technical agreement and the clarification documents confirmed by both parties are all part of the legally binding contract.

33. Contract terms : For details, please refer to the " Bidding Contract for the Special Design of Mine Water Prevention and Control in Fanjiacun Coal Mine , Mengtai, Ordos ".

 

Chapter III Tender Quotation Format and Other Proof Documents    

Tender (quotation) format

To: Ordos City, Mongolia and Thailand fanjiacun Coal limited liability company

1. According to the bidding documents with the bidding number that have been received, we fully accept all the terms and contents of the above bidding documents and technical specifications. Our quotation is:, and the payment method is:                                        

We will supply products in strict accordance with the technical specifications.

2. Once we have won the bid, according to your request:

The supply is completed on the year, month and day.

3. We agree that the submitted bid documents are valid within the validity period of the bid specified in the bidding documents. During this period, our bid may win the bid, and we will be bound by this.

4. Unless another agreement is reached and becomes effective, your bidding documents, notice of bid winning, this bidding document and the accompanying contract specifications will constitute the contract conditions binding our parties.

5. We understand that you may not award the contract to the bidder with the lowest price.

6. As the legal representative, we solemnly guarantee that all our bidding commitments, including bid quotations, will comply with the principle of honesty and credit. If we make calculation errors and other risks and all bidding commitments will be borne by us .

7. We duly authorize the following signatories

(Name, title, ID number) Sign and submit one original and four copies of the bidding documents to you on our behalf.

8. If we win the bid, the preferential terms we provide are (fill in if any)

9. The official correspondence address related to this bid is:

Address: Postal Code:                        

Phone: Fax:                            

Bidder (full name and official seal): legal representative: (signature and seal)         

Or authorized representative: (signed and sealed) Date of signature: YYYY       

 

Certificate of Qualification of Legal Representative

Name of bidder:

address:

Name: Gender: Age: Position: The legal representative of the department. Invited to participate           

             Project bidding, contract negotiation, contract signing and all matters related to it.

Hereby certify

 

Bidder (seal): Date:

Bidder registration authority (seal): Date:

(Note: If there is a legal representative qualification certificate, the legal representative qualification certificate shall prevail, and this certificate is not required)

 

Power of Attorney

This power of attorney states: I (name) is the legal representative of (name of bidding company), and now I authorize (name) (ID number:) of (company name) to be my company’s agent and participate in the name of this company Bidding activities. I recognize all the documents signed by the agent in the process of bidding, bid opening, bid evaluation, contract negotiation and handling all matters related to it, and I shall bear the corresponding legal responsibilities.

 

The agent has no right to transfer the entrustment and is hereby entrusted.

Agent (print): Gender: Age:

Unit: ID number:

Position:

 

Signature of Legal Representative)

Agent: (signature)

Bidder: (with company seal)

Date: year, month, day

 

 

Chapter IV Qualification Examination Form and Enterprise Performance and Social Credit Certificate   

The bidder shall submit the following supporting materials , but not limited to this:

1.  The qualification certificate of the bidder;

1. A  copy of the enterprise qualification certificate;

2. A  copy of the business license of the enterprise legal person;

3. The  qualification certificate of the legal representative or the power of attorney of the legal representative;

4.  Tax registration certificate;

5.  Enterprise code certificate;

6.  Quality management system certification, environmental management system certification, occupational health and safety management system certification;

7.  Enterprise credit certificate (1. Account bank credit rating certificate; 2. Industry and commerce administration department ; 3. Credit rating certificate );

2.  Other materials deemed necessary by the bidder.

1.  Overview of the bidder's enterprise

2.  Corporate social performance and strength;

3. The  company has completed similar equipment descriptions and performance certificates in the past three years;

4.  For the financial status of the enterprise in the previous year , submit the audit conclusions of the qualified registered audit agency in the previous year.

3. The  original documents and certificates above must be submitted , and the original documents shall prevail.

 

Bid itemized quotation form

The price list of the equipment body and its auxiliary equipment (listed separately according to the specifications and models)

Serial number

Project name

unit price

(Ten thousand yuan)

Price

(Ten thousand yuan)

Remark

1





2





3






total


Note: 1. The above-mentioned quotation range must be consistent with the range required by the technical specification, and this table can be expanded and refined by itself. If there are any missing items, it should not be regarded as outside the scope of supply.

 


 

 

Ordos City Mengtai Fanjiacun Coal Industry Co., Ltd.

Special Design for Water Prevention and Control in Fanjiacun Coal Mine

 

 

 

 

combine

same

Book

 

                                                           

Contract number: MTFJ FZSZXSJ 201 9-02

 

 

 

Contractor: Mengtai Fanjiacun Coal Industry Co., Ltd., Ordos City

contractor:                                                         

Place of signing: Dongsheng District, Ordos City

 

2019 Month Date    

 

Contract issuing party : Ordos Mengtai Fanjiacun Coal Industry Co., Ltd. (hereinafter referred to as Party A)   

Contractor: (hereinafter referred to as Party B)                                                                                   

In accordance with the "Contract Law of the People's Republic of China", "Construction Law of the People's Republic of China" and related laws and regulations, both parties entrusted to Party B the special design project for the prevention and control of water in the Fanjiacun Coal Mine of Party A on the basis of equality, voluntariness and consensus. For construction matters, both parties strictly abide by the signing of this contract.

  1. Project name, location, and scope of contracting:

1.1 . Project Name: Special Design Project for Mine Water Control in Fanjiacun Coal Mine of Mengtai Fanjiacun Coal Industry Co., Ltd., Ordos

1.2 . Project location: Fanjiacun Coal Mine of Zhijita Village, Zhijitashe, Zhijita Village, Tongchuan Town, Dongsheng District, Ordos

1.3 Scope of Work:

In order to curb accidents from the source, consolidate the basis for safe production, and improve the level of coal mine safety management; in accordance with the "Coal Mine Safety Regulations", "Coal Mine Water Prevention Regulations", "Coal Mine Water Prevention Rules" and the requirements of safety production standardization, coal enterprises and coal mines The long-term plan and annual plan for the prevention and control of water in the unit shall be prepared and the implementation shall be organized. Coal mine water prevention and control should implement "one mine, one policy, one side, one policy" to ensure the scientific, pertinent and effective safety technical measures.

1.4 Preparation requirements :

Before the preparation of water control design, it is necessary to extensively collect mining area and mine data, analyze the water regime and water hazard characteristics of the mine site, propose goals and safeguard measures, design subsequent specific water control projects, and guide coal mines to organize and implement.

1.5 The main content includes:

1.5.1 Underground water prevention: prepare detailed technical implementation plans for water in the goaf area and roof rock formation, and guide coal mines to carry out underground water exploration and release engineering construction. In the compilation process, measures were taken to find out the water content of the roof rock formations of the 2117 2115 , and 2113 working faces at the second level and to compile the water detection and release design. The upper part of the 2114 and 2112 working faces is a goaf of a horizontal fully mechanized mining face, and water detection and drainage measures are designed for each working face.

1.5.2 Surface water prevention and control: prepare technical plans for the prevention and control of surface mined-out subsidence areas affected by surface floods, and guide coal mines to carry out surface flood control projects. The 2117 2115 2113 , and 2108 working faces of the second level are in the Songjiaqu drainage area. The mining subsidence area formed by underground coal mining is extremely vulnerable to summer floods and causes flooding accidents.

1.5.3 Mining at the 2115 working face of the second level , special treatment plan for the diversion of Songjiaqu on the ground. The ground location of the 2115 working face is in the Songjiaqu drainage area. Normally, the magnitude of the flow is small, and the floods are large in the rainy season. Songjiaqu should be rerouted before mining at the working face to prevent seasonal floods from entering the goaf and sinking areas and flooding accidents. According to the site The environment formulated Songjiaqu road diversion plan.

1.5.4 The mine drainage capacity is calculated and the rectification plan is proposed.

1.5.5 Before compiling the design plan, we must fully understand the coal mine underground and above water hazards. The design plan must be targeted, practical, and effective, and finally provide the plan text, construction drawings, and project estimates.

4.5.6 Organize water prevention experts (no less than ) to conduct technical review and issue review opinions.

2. Contract method and contract price:

2.1 . This contract adopts the general contracting method.

2.2 . The price of this contract is based on the winning bid price in RMB yuan (lower case ¥ ).                                              

2.2.1 The price of this contract includes all the expenses required by Party B to complete all the projects and other work content agreed in the contract. Including but not limited to the bidder's tax, labor, data, transportation, conference fees, various taxes, test fees, insurance fees, management fees, profit fees, evaluation fees, technology, after-sales service fees, etc. All costs related to this contract, as well as all the responsibilities, obligations and all risks of the bidders expressly or implied in the contract.

Three, construction period

The contract period is 20 days , and the above specific start date is subject to the date specified in the bid winning notice issued by Party A.

Fourth, the payment method of the project

. 4 .1 , this works without prepayment;

.2 payment: report prepared after the completion of the transfer of Party A signed and sealed, to review party to pay the contract price after passing 95% , providing value-added tax invoices payment. 5% is reserved for technical service guarantee during the construction period and will be paid off interest-free after one year.

5. Responsibilities and obligations of both parties to the contract

.1 , responsibilities and obligations of Party

.1.1 payment of the contract sum to the amount and timing of Party B contract.

.1.2 Party B the right to supervise the work progress, quality, and require Party B to complete the preparation work specified in the contract period.

.1.3 receiving party money payment approval form, to sign audit opinions, submitted to higher authorities for approval.

.1.4 cooperate with Party B technical personnel to carry out data collection.

.1.5 Party and provide a comprehensive collection of geological exploration results in the past involved in the mining area, mining plan to provide the latest information on roadway layout and so on .

5.2 . Party B's responsibilities and obligations

5.2.1 Based on the various materials provided by Party A, compile the "Special Design for Water Prevention and Control of Fanjiacun Coal Mine", and be responsible for completing the work within the scope of the contract within the time specified in the contract.

5.2.2 Party B is responsible for solving relevant professional technical problems encountered during the implementation of the project.

5.2.3 Party B shall provide Party A with the progress of the project on time and consciously accept supervision.

5.2.4 Party B has the right to require Party A to pay the preparation costs in a timely manner.

5.2.5 Party B shall not quote, publish, copy or provide to third parties the technical materials and data provided by Party A without the permission of Party A.

6. The quality requirements are in accordance with national, autonomous region, and industry standards.   

Seven , breach of contract

.1 Party breach of contract:

.1.1   When the Party cause schedule delays, the actual delay time B extension of time , not responsible .

.2 Party B breach of contract:

.2.1 completed due to reasons Party fails to contract date of the project, according to each day delay payment to Party A contract under 1% of the overdue penalty.

7.2.2 The contract is suspended or terminated due to the responsibility of Party B. From the date of termination or termination of the contract, Party A will no longer make payments to Party B. At the same time, Party B has no right to request Party A for settlement and payment.

8. Dispute resolution methods:

Disputes arising during the performance of the contract shall be settled through friendly negotiation between the two parties. If the two parties cannot resolve the matter through negotiation, either party can file a lawsuit in the people's court where Party A is located.

9. Other

9.1 Without the written consent of Party A, Party B will not subcontract or subcontract the content of this contract. Otherwise, Party A has the right to unilaterally terminate the contract, and Party B will pay Party A the full price of this contract for liquidated damages.

9.2 Liquidated damages involved in this contract Party A has the right to deduct from Party B's contract payment.

9.3 The number of final published reports by Party B is sets. If Party A requires otherwise, Party B shall charge publication and printing fees at the market price.

10. Effectiveness and invalidation of the contract

10.1 . This contract takes effect from the day when both parties sign and seal.

10.2 . This contract and the respective responsibilities and obligations of both parties to the contract will automatically become invalid after the completion of the performance.

11. Number of contracts

This contract is made in six copies, with each party holding three copies, with the same legal effect.

 

Contract signature page

Party A:

Ordos City Mengtai Fanjiacun Coal Industry Co., Ltd.

Party B: 

Address: Zhijita Village, Tongchuan Town, Dongsheng District, Ordos City

address:

Post Code: 017000

post code:

Telephone: 0477-3983726

telephone:

Account Bank: China CITIC Bank Ordos Tianjiao South Road Sub-branch

Account Bank:

Account number: 8115 6010 1180 0042 741

Account :

Taxpayer identification number:

9115 0600 7901 5055 5A

Taxpayer identification number :

 

Legal representative or authorized principal (signature) :

Legal representative or authorized principal (signature) :

Signing date: year month day

Signing date: year month day