您好,欢迎您来到中国招标投标网 请登录 免费注册

5G毫米波实时无线传输原型系统投标邀请

2019年06月04日 打印 收藏

投标邀请

Invitation for Bids

忱义工程项目管理有限公司受招标人委托对下列产品及服务进行国际公开竞争性招标,于2019年06月05日在中国国际招标网、中国招标投标公共服务平台、中国招标投标网、中国政府采购网、哈尔滨工业大学国有资产管理处发布公告。本次招标采用传统招标方式,现邀请合格投标人参加投标。

Chenyi Engineering Project Management Co., Ltd., entrusted by the tender notice will be released at www.chinabidding.com, www.cebpubservice.com, www.infobidding.com, www.ccgp.gov.cn, State-owned Assets Management Office of Harbin Institute of Technology on June 5th, 2019. Traditional tender shall be adopted in this tender process and eligible bidders are hereby invited to participate in the bid.

1、招标条件

本项目为“基于空天地一体化网络的信息化建设与无线电安全监管技术研究”拟采购设备之一。主要包括5G毫米波实时无线传输原型系统1 套。毫米波收发系统是用于在毫米波频段下对实时通信系统进行原型验证的模块化硬件解决方案。该系统具有2 GHz带宽,可用于实时评估拟用于下一代无线通信标准的超高带宽信号。该系统可使用多FPGA架构来实时分析超高带宽信号,以便进行计算密集型数字信号处理。

The project is one of equipment to be procured for the “Information Construction Based the Integrated Space- Air- Ground Network and Research on Radio Security Supervision Technology”, which mainly includes a set of 5G Millimeter Wave Real-time Wireless Transmission Prototype System. The millimeter-wave transceiver system is a modular hardware solution for verification of the prototype of real-time communication system in the millimeter-wave frequency band.The system has a bandwidth of 2 GHz which can be used for real-time evaluation of ultra-high bandwidth signals proposed for the next generation wireless communication standards.The system can use a multi FPG Aarchitecture to perform a real-time analysis of ultra-high bandwidth signals, to carry out the compute-intensive digital signal processing.

资金到位或资金来源落实情况:已落实

Fund placement or fund source: has been implemented

项目已具备招标条件的说明:项目已批复

Description that the project has bidding conditions: the project has been approved

2、招标内容

2. Bidding contents

招标项目编号: 1319-194CYZB50605

No. of bidding project: 1319-194CYZB50605

招标项目名称:5G毫米波实时无线传输原型系统

Name of bidding project: 5G Millimeter Wave Real-time Wireless Transmission Prototype System

项目实施地点:中国黑龙江省哈尔滨市

Project site: Harbin, Heilongjiang, China

招标产品列表(主要设备):

List of bidding products (major equipment):

5G毫米波实时无线传输原型系统

5G Millimeter Wave Real-time Wireless Transmission Prototype System

表1 货架产品采购清单

Table 1 Procurement list of shelf products

序号

No.

产品名称

Product

Name

简要技术规格

Brief Technical Specifications

1

机箱

Cabinet

1.1插槽数量:不少于18;

1.1 Slot number: not less than 18;

1.2插槽带宽:不低于8 GB/s;

1.2 Slot bandwidth: not less than 8 GB/s;

1.3机箱带宽:不低于24 GB/s;

1.3 Cabinet bandwidth: not less than 24 GB/s;

1.4支持参考时钟输入输出;

1.4 Support input and output of reference clock;

支持PXI总线和PXI Express总线。

Support PXI bus and PXI Express bus.

2

控制器

Controller 

2.1 处理器:不低于Intel Xeon E5-2618L或相同级别;

2.1 Processor: not lower than Intel Xeon E5-2618L or equivalent level;

2.2 主频:不低于2.3 GHz(基频),不低于3.4 GHz(单核);

2.2 Dominant frequency: not less than 2.3 GHz (base frequency), not less than 3.4 GHz (single core);

2.3 内存:不低于24 GB DDR4;

2.3 Memory: not less than 24 GB DDR4;

2.4 硬盘:不低于240 GB SSD;

2.4 Hard disk: not less than 240 GB SSD;

2.5 提供GPIB接口、USB接口、10/100/1000兆以太网接口;

2.5 Provision of GPIB interface, USB interface, 10/100/1000 Megabit Ethernet interface;

2.6 USB接口数量:2.0接口不少于4,高速3.0接口不少于2;

2.6 USB interface number: 2.0 interface not less than 4, and high speed 3.0 interface not less than 2;

2.7 网口数量:不少于2;

2.7 Number of network ports: not less than 2;

2.8 提供Windows 10操作系统;

2.8 Provision of Windows 10 Operating System;

2.9 支持图形化编程。

2.9 Support graphical programming.

3

基带信号源

Baseband signal source

3.1 采样率:不低于3072 MS/s或2.94912 GS/s;

3.1 Sampling rate: not less than 3072 MS/s or 2.94912 GS/s;

3.2 二阶谐波:不大于-60 dBc;

3.2 Second order harmonic: not more than -60 dBc;

3.3 三阶谐波:不大于-65 dBc;

3.3 Third order harmonic: not more than -65 dBc;

3.4 带宽:不小于1 GHz (I/Q)、2 GHz (Complex);

3.4 Bandwidth: not less than1 GHz (I/Q),2 GHz (Complex);

3.5 I/Q通道平坦度:不大于±1.5 dB;

3.5 I/Q channel flatness: not more than ±1.5 dB;

3.6 I/Q通道噪声密度:不大于-155 dBm/Hz;

3.6 I/Q channel noise density: not more than -155 dBm/Hz;

3.7 I/Q通道幅度偏差:不大于±0.2 dB;

3.7 I/Q channel amplitude deviation: not more than ±0.2 dB;

3.8 I/Q通道相位偏差:不大于±0.5 deg;

3.8 I/Q channel phase deviation: not more than ±0.5 deg;

3.9 支持图形化编程。

3.9 Support graphical programming.

4

中频和本振模块

Intermediate frequency and local oscillator module

4.1 中频调谐范围:不小于8.5 GHz到13.5 GHz;

4.1 Intermediate frequency tuning range: not less than 8.5 GHz to 13.5 GHz;

4.2 中频输出线性功率:不小于-40 dBm到+7 dBm;

4.2 Intermediate frequency output linear power: not less than -40 dBm to +7 dBm;

4.3 中频输入线性功率:不小于-25 dBm到+20 dBm;

4.3 Intermediate frequency input linear power: not less than -25 dBm to +20 dBm;

4.4 LO1频率范围:不小于4 GHz到8 GHz;

4.4 LO1 frequency range: not less than 4 GHz to 8 GHz;

4.5 LO1 相位噪声:不大于-70 dBc/Hz (100 Hz频偏)、-92 dBc/Hz (1 kHz频偏)、-98 dBc/Hz (10 kHz频偏)、-104 dBc/Hz (100 kHz频偏)、-130 dBc/Hz (1 MHz频偏);

4.5 LO1 phase noise: not more than -70 dBc/Hz (100Hz frequency deviation), -92 dBc/Hz (1Hz frequency deviation), -98 dBc/Hz (10Hz frequency deviation), -104 dBc/Hz (100Hz frequency deviation), -130 dBc/Hz (1MHz frequency deviation)

4.6 LO2频率范围:不小于2.8 GHz到4.5 GHz;

4.6 LO2 frequency range: not less than 2.8 GHz to 4.5 GHz;

4.7 LO2相位噪声:不大于-70 dBc/Hz (100 Hz频偏)、-92 dBc/Hz (1 kHz频偏)、-98 dBc/Hz (10 kHz频偏)、-104 dBc/Hz (100 kHz频偏)、-130 dBc/Hz (1 MHz频偏);

4.7 LO2 phase noise: not more than -70 dBc/Hz (100Hz frequency deviation), -92 dBc/Hz (1Hz frequency deviation), -98 dBc/Hz (10Hz frequency deviation), -104 dBc/Hz (100Hz frequency deviation), -130 dBc/Hz (1MHz frequency deviation)

4.8 I/Q频率范围:不小于DC到1 GHz;

4.8 I/Q Frequency range: not less than DC to 1GHz;

支持图形化编程。

Support graphical programming.

5

基带接收机

Baseband receiver

5.1 采样率:不小于3072 MS/s或2.94912 GS/s;

5.1 Sampling rate: not less than 3072 MS/s or 2.94912 GS/s;

5.2 二阶谐波:不大于-60 dBc;

5.2 Second order harmonic: not more than -60 dBc;

5.3 三阶谐波:不大于-60 dBc;

5.3 Third order harmonic: not more than -60 dBc;

5.4 带宽:不小于1 GHz (I/Q)、2 GHz (Complex);

5.4 Bandwidth: not less than1 GHz (I/Q),2 GHz (Complex);

5.5 I/Q道平坦度:不大于±3 dB;

5.5 I/Q channel flatness: not more than ±3 dB;

5.6 I/Q通道噪声密度:不大于-148 dBFS/Hz (100 MHz中心频率)、-143 dBFS/Hz (1000 MHz中心频率);

5.6 I/Q channel noise density: not more than -148 dBFS/Hz (100 MHz center frequency), -143 dBFS/Hz (1000 MHz center frequency)

5.7 I/Q通道幅度偏差:不大于±0.2 dB;

5.7 I/Q channel amplitude deviation: not more than ±0.2 dB;

5.8 I/Q通道相位偏差:不大于±1.5 deg;

5.8 I/Q channel phase deviation: not more than ±1.5 deg;

支持图形化编程。

Support graphical programming.

6

FPGA协处理器

EPGA coprocessor

6.1 MGT通道数量:不少于24;

6.1 Number of MGT channels: not less than 24;

6.2 MGT速率:不小于500 Mb/s到8 Gb/s、9.8 Gb/s到12.5 Gb/s;

6.2 MGT rate: not less than 500 Mb/s to 8 Gb/s, 9.8 Gb/s to 12.5 Gb/s;

6.3 内置FPGA:不低于Xilinx Virtex-7 XC7VX485T或相同级别;

6.3 Built-in FPGA: not lower than Xilinx Virtex-7 XC7VX485T or equivalent level;

6.4 FPGA资源:LUTs不少于303600,DSP48不少于2800;

6.4 FPGA resource: LUTs not less than 303600, DSP48 not less than 2800;

6.5 FPGA Block RAM:不少于37080 kbits;

6.5 FPGA Block RAM: not less than 37080 kbits;

6.6 FPGA DMA通道数量:不少于32;

6.6 Number of FPGA DMA channels: not less than32;

6.7 FPGA DRAM容量:不小于2 GB/bank;

6.7 FPGA DRAM capacity: not less than 2 GB/bank;

6.8 支持P2P数据传输;

6.8 Support P2P data transmission;

支持图形化编程。

Support graphical programming.

7

基带FPGA     处理器

Baseband FPGA processor

7.1 数字输入输出通道数量:不少于136;

7.1 Number of digital input and output channels: not less than 136;

7.2 数字输入输出速率:不低于400 Mb/s;

7.2 Digital input and output rate: not less than 400 Mb/s;

7.3 内置FPGA:不低于Xilinx Kintex-7 410T或相同级别;

7.3 Built-in FPGA: not lower than Xilinx Kintex-7 410T or equivalent level;

7.4 FPGA资源:LUTs不少于254200,DSP48不少于1540;

7.4 FPGA resource: LUTs not less than 254200, DSP48 not less than 1540;

7.5 FPGA Block RAM:不少于28620 kbits;

7.5 FPGA Block RAM: not less than 28620 kbits

7.6 FPGA DMA通道数量:不少于32;

7.6 Number of FPGA DMA channels: not less than32;

7.7 FPGA DRAM容量:不小于2 GB;

7.7 FPGA DRAM capacity: not less than 2 GB/bank;

7.8 支持P2P数据传输;

7.8 Support P2P data transmission;

支持图形化编程。

Support graphical programming.

8

时钟模块

Clock module

8.1 内置时钟:不低于OCXO或相同级别;

8.1 Built-in clock: No lower than OCXO or the equivalent level;

8.2 精度:不低于±80 ppb;

8.2 Precision: not less than ±80 ppb;

8.3 相位噪声:不高于-150 dBc/Hz(10 MHz中心频率,10 kHz频偏);

8.3 Phase noise: not more than -150 dBc/Hz (10 MHz center frequency, 10 kHz frequency deviation)

8.4 支持时钟输入输出;

8.4 Support clock input and output;

支持图形化编程。

Support graphical programming.

9

毫米波发射前端

Millimeter wave emission front end

9.1 调谐范围:24.25 GHz到33.4 GHz

9.1 Tuning range: 24.25 GHz to 33.4 GHz

9.2 实时带宽:2 GHz

9.2 Real-time bandwidth: 2 GHz

9.3 模拟增益范围:55 dB

9.3 Analog gain range: 55dB

9.4 饱和功率:+26 dBm

9.4 Saturated power: +26 dBm

支持图形化编程。

Support graphical programming.

10

毫米波接收前端

Millimeter wave receiving front end

10.1 调谐范围:24.25 GHz到33.4 GHz

10.1 Tuning range: 24.25 GHz to 33.4 GHz

10.2 实时带宽:2 GHz

10.2 Real-time bandwidth: 2 GHz

10.3 模拟增益范围:50 dB

10.3 Analog gain range: 50dB

10.4 噪声系数:6 dB

10.4 Noise figure: 6 dB

支持图形化编程。

Support graphical programming.

11

附件

Accessories

11提供机柜、KVM、PDU、mmRH线缆、天线等附件

11 Provision of cabinet, KVM, PDU, mmRH cable, antenna and other accessories

3、投标人资格要求

3. Bidder qualification requirements

投标人应具备的资格或业绩:(1)有意向的合格投标人可从忱义工程项目管理有限公司得到进一步的信息和查阅招标文件;(2)本次招标不接受联合体投标。凡具备承担本招标项目的能力并具备规定的资格条件的企事业单位,均可针对本招标项目向招标人提出投标申请;(3)投标人应按照《机电产品国际招标投标实施办法》第三十八条规定在中国国际招标网上注册;如为代理商投标,须提供设备制造商针对本项目出具的授权委托书或产品经销协议(复印件);如为设备制造商投标,须提供依法成立的相关证明资料(复印件);(4)投标人具有在境内的独立法人资格以及相关资质证明文件(原件及复印件);(5)投标人应符合政府采购法第二十二条的规定;(6)投标人需提供基本账户银行开具的银行“资信证明”(须针对基本账户,体现出账户号),同时附基本账户银行开户许可证(复印件);(7)如果提供进口产品,投标人需提供与国外厂家的所属关系证明文件(复印件);如果提供的国内产品非本单位生产,投标人需提供将原生产商授权书(原件及复印件);(8)投标人拟派参与投标活动的投标项目负责人可以是企业法人或授权委托代理人。投标项目负责人本人必须按照要求参加所有招标投标活动,包括但不限于投标登记、任一阶段的开标会等,并且携带有效的授权委托书、身份证明(原件及复印件)。本次招标如出现一个投标人的二个授权代表来参加本次投标,则该投标人的投标资格将被当场取消,投标保证金不予退还。

The bidder shall have the following qualifications or achievements: (1) Interested eligible bidders may obtain further information and access the bidding documents from Chenyi Engineering Project Management Co. Ltd; (2) The project will not accept the bid from a consortium. All enterprises and institutes who have the ability of undertaking this project and have the required qualifications may provide the tenderer with an application for submitting a bid; (3) The bidder shall be registered on the www.chinabidding.com in accordance with the provisions of Article 38 of Measures for implementation of international bidding and bid submission for mechanical and electrical products; If the bidder is an agent, he shall provide the letter of attorney or the product distribution agreement issued by the manufacturer for this project (photocopy); If the bidder is an equipment manufacturer, he shall be responsible for providing the relevant proof material (photocopy) that the manufacturer was established according to relevant laws; (4) The bidder shall have independent legal person qualifications and relevant qualification certificates (original and photocopy) within the territory; (5) The bidder shall comply with the provisions of Article 22 of the Government Procurement Law; (6) The bidder shall provide a bank "Reference Letter" issued by basic account bank (for a basic account, stating the account number), and attach a bank account opening permit for its basic bank account (photocopy); (7) if imported products are provided, the bidder shall provide proof of relationship with the foreign manufacturer (photocopy); if the domestic products to be provided are not manufactured by the unit, the bidder shall provide the original manufacturer's letter of authorization (original and photocopy); (8) The bidding project leader proposed by the bidder to participate in the bidding activity can be an enterprise legal person or an authorized agent. The leader must participate in all tendering and bidding activities in person as required, including but not limited to bid registration and bid opening meetings at any stage, and carry a valid power of attorney and identity certificate (originals and photocopies). In this tender, if two authorized representatives of a bidder participate in the bid, the bidder's bidding qualification shall be canceled on the spot and the bid bond shall not be refunded.

报名时,上述材料均须提供原件及原件的彩色打印件(加盖投标人公章)。

At the time of registration, the originals of the above materials and the color printouts of the originals (affixed with the official seal of the bidder) shall be provided.

投标人报名时同时提交本公告附后的《哈尔滨工业大学招标采购项目投标报名登记表》、《投标人诚信承诺书》,请投标人认真准备材料,资料不全,报名将不予受理。

At the time of registration, the bidder shall also submit the Bid Registration Form for the Tender Procurement Projects of HIT and the Bidder's Integrity Commitment Letter attached to this notice. The bidder shall carefully prepare materials. Incomplete material shall result in refusal of acceptance.

是否接受联合体投标:不接受

Whether to accept a consortium bid: not accepted

未领购招标文件是否可以参加投标:不可以

Whether the bidder is allowed to participate in the bid without purchasing bidding documents: no

4、招标文件的获取

4. Obtaining the bidding documents

招标文件领购开始时间: 2019年06月05日

Starting time for purchasing the bidding documents: June 5th, 2019

招标文件领购结束时间: 2019年06月13日

Deadline for purchasing the bidding documents: June 13th, 2019

是否在线售卖标书:否

Whether the bid can be purchased online or not: no

获取招标文件方式:现场领购

Method to obtain the bidding documents: on-site purchasing

招标文件领购地点:黑龙江省哈尔滨市群力新区丽江路3936号银泰城F座写字楼27层财务室

Bidding documents purchasing location: Financial Office, Floor 27, Office Building F, Yintai City, No. 3936 Lijiang Road, Qunli New District, Harbin, Heilongjiang.

招标文件售价:¥500/$80

Price of bidding documents: ¥500/$80

其他说明:凡有意参加投标者,请于2019年06月05日至2019年06月13日(法定公休日、法定节假日不休),每日上午9时至11时,下午14时至16时(北京时间,下同),携带有效的投标报名登记表、投标承诺、投标人诚信承诺书、无行贿受贿记录、法定代表人授权委托书、授权委托人身份证明、中国国际招标网上注册用户网上打印页。国内代理商还应提供营业执照、企业统一社会信用代码证(组织机构代码证)、基本账户开户许可证、设备制造商针对本项目出具的授权委托书或产品经销协议(复印件);设备制造商还应提供依法成立的相关证明资料(复印件)。以上符合本招标公告要求的所有资格证明材料原件及复印件(须加盖投标人公章和法人或授权委托人签字),到忱义工程项目管理有限公司(黑龙江省哈尔滨市群力新区丽江路3936号银泰城F座写字楼27层)接待处进行投标登记,同时获取招标文件。联系电话:+864006998787-5(招标五部) +8618904884128,联系人:刘莹,逾期不予受理。

投标人及其法定代表人、拟派项目负责人不得被最高人民法院在"信用中国"网站(www.creditchina.gov.cn)或各级信用信息共享平台中列入失信被执行人名单(提供投标人在"信用中国"网站中未被列入失信被执行人名单的网页截图)(查询日期自本项目招标公告发布之日起至投标截止日),被列入“涉黑涉恶企业黑名单”或被计入“涉黑涉恶不良记录的” 不得参与本项目投标;

三年内投标人及其法定代表人、拟派项目负责人无行贿犯罪行为(提供潜在投标人自行到"中国裁判文书网"(http://wenshu.court.gov.cn/)查询相关行贿犯罪记录的网页截图);如在该网站上查询不到相关信息,投标人需进行承诺,承诺格式自拟,承诺时间必须在本项目公告发布之日后,如承诺有虚假,投标无效。如有违法违规记录的,不得参与本项目投标(查询日期自本项目招标公告发布之日起至投标截止日)。

Other notes: 9:00am-11:00am and 2:00pm-4:00pm (Beijing time, same below) from June 5th to June 13th, 2019 (no rest on statutory public holiday, statutory holidays), anyone who intends to participate in the bid shall bring a valid bid registration form, bid commitment, bidder integrity commitment letter, proof showing no bribery records, legal representative authorization letter, authorized client's identification proof and the registered user printed page of the www.chinabidding.com. If the bidder is a domestic agent, he shall also provide the business license, enterprise unified social credit code certificate (organization code certificate), basic account permits, sole authorization certificate or product sale agreement for this project provided by equipment manufacturer and after-sale commitment of equipment manufacturer for this project; If the bidder is an equipment manufacturer, he shall provide the relevant proof material that the manufacturer was established according to law (photocopy). The bidders shall provide the original and photocopy (it shall be stamped with the seal of the bidder and signed by the legal representative or his authorized person in case of photocopy) of all evidence materials to prove that the bidder complies with the requirements of the bidding announcement to the reception desk of Chenyi Engineering Project Management Co., Ltd. (Floor 27, Office Building F, Yintai City, No. 3936 Lijiang Road, Qunli New District, Harbin, Heilongjiang) for registration for submitting a bid and obtaining the bidding documents. Tel: +864006998787-5 (Bidding Department V), +8618904884128, contact: Liu Ying, the bid will not be accepted beyond the deadline.

The bidder and his legal representative, proposed item leader shall not be included by the Supreme People's Court in the list of discredited persons to be executed in the “Credit China” website (www.creditchina.gov.cn) or the credit information sharing platform at all levels (the screenshot of the web page in the “Credit China” website (www.creditchina.gov.cn) (with an inquiry date from the issuance date of the tender notice for this item to the deadline of bidding), which proves that the bidder is not included in the list of discredited persons to be executed, shall be provided), those who were included in the “Blacklist of Criminal and Enterprises Involving Crime and Evil” or recorded in the “Bad record Involving Crime and Evil” may not participate in the bidding for this item;

Within the past three years, the bidder and his legal representative, proposed item leader had no bribery crime (the screenshot of the web page in the “Chinese Adjudicative Document Website” (http://wenshu.court.gov.cn/), on which the potential bidder inquires by himself the related bribery criminal record, shall be provided); if no relevant information is found on the website, the bidder are required to make a commitment which format is prepared by the bidder himself with a commitment date which must be after the date of publication of this item announcement, in case of a false commitment, the bid is invalid. Those who have a record of violations of the law and regulations, may not participate in bidding for this item (with an inquiry date from the issuance date of the tender notice for this item to the deadline of bidding).

5、投标文件的递交

5. Submission of bid documents

投标截止时间(开标时间): 2019年06月26日上午09:00

Deadline of bid submission (bid opening time): June 26th, 2019, 09:00a.m

投标文件送达地点: 哈尔滨工业大学校外街9号标准化开标室。

Submission place of bid documents: Standard Bid Opening Room, No. 9 Xiaowai Street, HIT

开标地点: 哈尔滨工业大学校外街9号标准化开标室。

Place of bid opening: Standard Bid Opening Room, No. 9 Xiaowai Street, HIT

6、投标人在投标前需在中国国际招标网上完成注册。评标结果将在中国国际招标网公示。

6. The bidders must complete the registration on the www.chinabidding.com before submitting a bid. The bid evaluation results will be publicized on www.chinabidding.com.

7、联系方式

7. Contact information

招标人:哈尔滨工业大学

Tenderer: Harbin Institute of Technology

地址: 哈尔滨西大直街92号

Address: No. 92, Xidazhi Street, Harbin

联系人: 王老师

Contact: Teacher Wang

招标代理机构:忱义工程项目管理有限公司

Bidding agency: Chenyi Engineering Project Management Co., Ltd.

地址: 黑龙江省哈尔滨市群力新区丽江路3936号银泰城F座写字楼27层

Address: Floor 27, Office Building F, Yintai City, No. 3936 Lijiang Road, Qunli New District, Harbin, Heilongjiang.

联系人:刘莹

Contact: Liu Ying

联系方式: +864006998787-5  +8618904884128

Contact information: +864006998787-5  +8618904884128

8、汇款方式:

8. Remittance:

招标代理机构开户银行(人民币): 哈尔滨银行龙升支行

Opening bank for bidding agency (RMB): Bank of Harbin Longsheng Branch

招标代理机构开户银行(美元):/

Opening bank for bidding agency (USD): /

账号(人民币):1218113571712850

Account No. (RMB): 1218113571712850

账号(美元):/

Account No. (USD): /

9、其他补充说明

9. Other additional instructions:

其他补充说明:投标厂商网上注册:根据商务部有关规定,投标人在投标登记之前应及时在中国国际招标网上注册(http://www.chinabidding.com),并将由投标人加盖公章的招投标注册登记表及工商营业执照(复印件)提交至招标网;境外投标人提交依法成立的相关证明资料(复印件),投标人无印章的,提交由单位负责人签字的投标登记表。

Other additional instructions: The bidder’s online registration: According to the relevant provisions of the Ministry of Commerce, the bidders shall register on http://www.chinabidding.com in time before registering for submitting a bid, and submit the bid registration form and business license (photocopy) with the office seal of the bidder to the bidding website; For relevant evidence materials (photocopy) provided by an oversea bidder for proving that the bidder was established according to laws, if the bidder has no office seal, the bid registration form signed by the bidder head shall be provided.

 

 

 


人物专访