投资热线:

+86 155 7711 1125

+66(0)97 098 9888

泰国洛加纳工业园
【招标公告】合力工业车辆(泰国)有限公司招标公告
发布:2025-09-26 18:06:11 浏览:212次

合力工业车辆(泰国)有限公司工业车辆整机及锂电池组组装生产项目工程总承包(EPC)招标公告

 

1. 招标条件

本招标项目 合力工业车辆(泰国)有限公司工业车辆整机及锂电池组组装生产项目工程总承包(EPC)(项目名称)已由 安徽省发展和改革委员会 (项目审批、核准或备案机关名称)以 境外投资项目备案通知书、皖发改外资备〔2025〕144号 (批文名称及编号)批准建设,项目业主为 合力工业车辆(泰国)有限公司 ,建设资金来自 自筹资金 (资金来源),项目出资比例为 100%,招标人为 合力工业车辆(泰国)有限公司 。项目已具备招标条件,现对该项目的设计施工总承包进行公开招标。


2. 项目概况与招标范围

2.1 招标项目名称:合力工业车辆(泰国)有限公司工业车辆整机及锂电池组组装生产项目工程总承包(EPC)

2.2 招标项目编号:JG2025-07-1597

2.3 标段划分:共划分一个标段。

2.4 招标项目标段编号:JG2025-07-1597

2.5 建设地点:泰国春武里洛加纳龙炎工业园二期(春武里府农央县杭松镇3村60号)

2.6 建设规模:本项目建设用地面积约120亩,总建筑面积约50581平方米。通过本项目的建设,达到年产10000台叉车整机和 10000套锂电池组的生产及试验能力。

2.7 合同估算价:约69895万泰铢。

2.8 计划工期:总工期:400日历天。

2.9 招标范围:项目内容包括新建联合厂房①、联合厂房②、联合厂房③、电池车间、变电所及污水处理站等综合站房、办公楼及食堂等办公和生活配套建筑、固废库、危废库、污水处理站、门卫室等,以及厂区道路、给排水、厂区电气、弱电预埋、气站、绿化等公用设施等。本次工程总承包招标范围含施工图设计、施工、工程竣工验收、移交、备案及项目建成后的维修维保等全部工作,工作内容包括但不限于项目施工图设计、相关设备材料采购及安装调试(不包含生产工艺设备部分)、施工总承包、项目建设期服务及全过程所有审批环节的论证、评审、评估工作(含发生的费用),直至项目验收合格整体移交(交钥匙工程)以及质保期内的维修维保工作。具体详见招标文件、初步设计及发包人要求等招标资料。

2.10 项目类别:工程总承包

2.11 质量标准:合格,详见招标文件。

2.12 其他:无。


3. 投标人资格要求

3.1 投标人应依法设立并具备承担本招标项目的如下条件:

3.1.1 投标人(如联合体投标其联合体牵头人)在泰国境内依法注册,具有中资背景和独立承担民事责任能力。

3.1.2 施工资质:投标人(如联合体投标其联合体牵头人)经营范围内包含工程施工,能在泰国具备独立合法施工并具备承担本招标工程项目施工的能力。

3.1.3 设计资质:投标人或联合体成员需满足以下(1)或(2)的要求:

(1)具有中国建设行政主管部门颁发的有效的设计资质之一:①工程设计综合资质;②同时具备工程设计机械行业***和工程设计建筑行业***(或设计建筑行业(建筑工程)***)资质;

(2)在泰国当地注册且经营范围内包含工程设计,能在泰国具备独立合法设计并具备承担本招标工程项目设计的能力。

3.1.4 项目经理、设计负责人、施工负责人要求:

(1)项目经理要求:具备一级注册建造师或一级注册建筑师证书,并具备有效的国内或国际安全类管理证书,且目前未在其他项目上任职(担任其他项目的项目经理或施工负责人岗位)或虽在其他项目上任职但本项目中标后能够从该项目撤离。

(2)设计负责人要求:具备一级注册建筑师证书。

(3)施工负责人要求:具备建筑工程***一级注册建造师,并具备有效的国内或国际安全类管理证书,且目前未在其他项目上任职(担任其他项目的项目经理或施工负责人岗位)或虽在其他项目上任职但本项目中标后能够从该项目撤离。

(4)项目经理与设计负责人不可以为同一人,项目经理与施工负责人可以为同一人,施工负责人与设计负责人不可以为同一人。

3.1.5 投标人业绩要求:投标人近8年以来(2017年1月1日起至今,以竣工时间为准)至少有一个在泰国境内单个合同金额不低于48580万泰铢或单个合同总建筑面积不少于35000平方米工业厂房施工业绩。(以其他币种签订合同的,以合同签订日中国银行总行***发布的外币对泰铢的现汇卖出价进行折算。)

3.1.6 财务要求:投标人具有良好的银行资信、商业信誉和财务状况,供应商没有处于被责令停业、财产被接管、冻结、破产状态。

3.1.7 本招标项目接受联合体投标。联合体投标的,应满足下列要求:

(1)联合体成员方总数量不超过2家;

(2)联合体成员应具备承担招标项目所需的相应资格条件和能力,联合体各方应当签订联合体协议书,明确约定各方拟承担的工作,并将联合体协议书连同投标文件一并提交;

(3)由联合体牵头人负责本项目招标文件的获取和投标文件、投标保证金的递交等工作;

(4)联合体各方均须符合3.1.6 财务要求。

3.2 投标人不得存在招标文件第二章投标人须知第1.4.3项、第1.4.4项规定的情形。

3.3 其他要求:无。


4. 招标文件的获取

4.1 凡有意参加投标者,请于2025925日至20251015日,每日上午9 00分至1200分,下午1400分至1700分(曼谷时间,下同),在合力东南亚有限公司(888 Moo 9, Soi Tip 5 project,Bangpla, Bangplee ,Samutprakarn 10540)持申请材料线下获取招标文件,也可通过电子邮箱(zhaobiao7@ah-inter.com)线上获取招标文件。

4.2 申请材料:包括(1)营业执照或企业登记注册证书复印件;(2)法定代表人身份证明及授权委托书;(3)授权人身份证件正反面复印件;(4)保密承诺函,以上材料均需加盖投标人公章。

4.3 招标文件每套售价人民币陆佰元,售后不退。


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20251016830分(曼谷时间),地点为泰国阿玛拉素万那普酒店一楼会议室(Amaranth Suvarnabhumi Hotel  Bai Mai 1 ;68 Moo 2, Kingkeaw Rd. Rachatheva, Bangplee, Samutprakarn 10540 )

5.2 逾期送达的或者未送达指定地点的投标文件,招标人/招标代理机构不予接收。


6. 发布公告的媒介

本次招标公告同时在 中国招标投标公共服务平台(www.cebpubservice.com)、***采云采购平台(www.youzhicai.com)、泰国工业园区网站(www.rojanachina.com)、安徽叉车集团有限责任公司官网(www.HELIforklift.com) (发布公告的媒介名称)上发布。


7. 联系方式

7.1 招标人

招 标 人:合力工业车辆(泰国)有限公司

地    址:泰国春武里洛加纳龙炎工业园二期

联 系 人:张工

电    话:+86 0551-63689568

7.2 招标代理机构

招标代理机构:安徽省招标集团股份有限公司

地    址:中国安徽省合肥市包河区紫云路888号

邮    编:230051

联 系 人:王伟、许金亮、王瑜秀

电    话:+86 15055137710、+86 0551-66061479、+86 0551-66061470

邮    箱:zhaobiao7@ah-inter.com

7.3 监督管理部门

监督管理部门:合力工业车辆(泰国)有限公司工业车辆整机及锂电池组组装生产项目推进组

电    话:+86 0551-63689071 

 


 

HELI Industrial Vehicles (Thailand) Co., Ltd. Engineering, Procurement, and Construction (EPC) Tender Announcement for Industrial Vehicle Assembly and Lithium Battery Pack Production Project

 

1. Bidding Conditions

This tender project, the Engineering, Procurement, and Construction (EPC) Project for the Assembly and Production of Industrial Vehicles and Lithium Battery Packs by HELI Industrial Vehicles (Thailand) Co., Ltd. (Project Name), has been approved by the Anhui Provincial Development and Reform Commission (Name of Project Approval, Review or Record-Filing Authority) under the Overseas Investment Project Filing Notice, WAN FA GAI WAI ZI BEI [2025] No. 144 (Approval Document Name and Number). The project owner is HELI Industrial Vehicles (Thailand) Co.,Ltd. Construction funds originate from self-raised funds (Funding Source), with a project investment ratio of 100%. The tenderer is HELI Industrial Vehicles (Thailand) Co., Ltd.The project has met the tender conditions and is now publicly soliciting bids for the design and construction general contracting.


2. Project Overview and Scope of Tendering

2.1 Project Name: Engineering, Procurement, and Construction (EPC) Project for the Assembly and Production of Industrial Vehicles and Lithium Battery Packs byHELI Industrial Vehicles (Thailand) Co., Ltd.

2.2 Tender Project Number: JG2025-07-1597

2.3 Bid Section Division: One bid section is designated.

2.4 Bid Project Section Number: JG2025-07-1597

2.5 Construction Site: Phase II of the Rojana Industrial Park, Chonburi, Thailand (No. 60, Moo 3, Hang Sung Subdistrict, Nong Yai District, Chonburi Province)

2.6 Construction Scale: The project occupies a land area of approximately 120 mu (about 8 hectares), with a total construction area of approximately 50,581 square meters. Upon completion, the facility will achieve an annual production and testing capacity of 10,000 forklift units and 10,000 lithium battery packs.

2.7 Contract Estimated Value: Approximately 698,950,000 Thai baht.

2.8 Scheduled Duration: Total Duration: 400 calendar days.

2.9 Scope of Tendering: The project encompasses the construction of new Integrated Workshops ①, ②, and ③; A Battery Workshop; comprehensive utility buildings including a substation and wastewater treatment plant; office and living support structures such as an office building and cafeteria; solid waste storage facilities; hazardous waste storage facilities; a wastewater treatment plant; a security guard station; as well as public utilities including site roads, water supply and drainage systems, site electrical systems, low-voltage cabling installations, a gas station, and landscaping.The scope of this EPC tender encompasses all works including construction drawing design, construction, project completion acceptance, handover, filing, and post-completion maintenance and servicing.The scope of work includes but is not limited to: project construction drawing design; procurement and installation/commissioning of relevant equipment and materials (excluding production process equipment); general construction contracting; project construction period services; and all review, evaluation, and assessment activities for all approval procedures throughout the entire process (including associated costs), up to the final project acceptance and handover (turnkey project), as well as maintenance and repair services during the warranty period. Specific details are outlined in the tender documents, preliminary design, and other tender materials as required by the contracting authority.

2.10 Project Category: Engineering, Procurement, and Construction (EPC)

2.11 Quality Standard: Compliant. For details, refer to the tender documents.

2.12 Other: None.


3.Bidder Qualification Requirements

3.1 Bidders shall be legally established and meet the following conditions to undertake this tender project:

3.1.1 The bidder (or the consortium leader in the case of a joint venture bid) shall be legally registered within Thailand, possess a Chinese capital background, and have the capacity to independently bear civil liability.

3.1.2 Construction Qualifications: The bidder (or the lead entity in a joint venture bid) must have construction services within its business scope, possess the capability to conduct independent and lawful construction operations in Thailand, and be qualified to undertake the construction of this tendered project.

3.1.3 Design Qualifications: Bidders or consortium members must meet either requirement (1) or (2) below:

(1)Possess one of the following valid design qualifications issued by China's construction administrative authorities: ①Engineering Design Integrated Qualification Class-A; ② Possess both Class A qualifications in engineering design for mechanical industry and Class A (or Class A in architectural engineering) qualifications in engineering design for architectural industry.

(2)Registered locally in Thailand with engineering design included in its business scope, the company must possess independent legal design capabilities in Thailand and be qualified to undertake the design work for this tendered project.

3.1.4 Requirements for Project Managers, Design Supervisors, and Construction Supervisors:

(1)Project Manager Requirements: Must hold a First-Class Registered Constructor or Class 1 Registered Architect certificate, along with a valid domestic or international safety management certificate. The candidate must not currently be employed on other projects (serving as Project Manager or Construction Supervisor) or, if employed elsewhere, must be able to withdraw from this project after winning the bid.

(2)Design Lead Requirements: Must hold a Class 1 Registered Architect Certificate.

(3)Requirements for the Construction Supervisor: Must hold a First-Class Registered Constructor qualification in the field of construction engineering, possess a valid domestic or international safety management certification, and currently not be employed on any other project (serving as Project Manager or Construction Supervisor). If currently employed on another project, must be able to withdraw from that project upon winning the bid for this project.

(4)The project manager and the design lead shall not be the same person. The project manager and the construction lead may be the same person. The construction lead and the design lead shall not be the same person.

3.1.5 Bidder Performance Requirements: Bidders must have at least one completed industrial plant construction project within Thailand over the past 8 years (from January 1, 2017 to present, based on completion date) with a single contract value of no less than 485,800,000 Thai Baht or a total construction area of no less than 35,000 square meters. (For contracts executed in other currencies, conversion shall be based on the spot selling rate of the foreign currency against the Thai Baht first published by the Bank of China Head Office on the contract signing date.)

3.1.6 Financial Requirements: Bidders must possess sound banking credit, commercial reputation, and financial standing. Suppliers shall not be under orders to suspend business operations, nor shall their assets be under receivership, frozen, or in bankruptcy.

3.1.7 This tender project accepts bids from joint ventures. Joint venture bidders shall meet the following requirements:

(1)The total number of consortium members shall not exceed two.

(2)Members of the consortium shall possess the requisite qualifications and capabilities to undertake the tendered project. All parties to the consortium shall execute a consortium agreement clearly specifying the work each party intends to perform, and submit the consortium agreement together with the bid documents.

(3)The consortium leader shall be responsible for obtaining the bidding documents for this project and submitting the bid documents and bid bond.

(4)All members of the consortium must meet the financial requirements specified in Section 3.1.6.

3.2 Bidders shall not be in any of the circumstances specified in Articles 1.4.3 and 1.4.4 of Chapter 2 "Instructions to Bidders" in the bidding documents.

3.3 Other requirements: None.


4.Obtaining the Bidding Documents

4.1 All interested parties wishing to participate in the bidding process may obtain the bidding documents in person at 888 Moo 9, Soi Tip 5 project,Bangpla, Bangplee ,Samutprakarn 10540.from September 25, 2025, to October 15, 2025, between 9:00 AM and 12:00 PM, and 2:00 PM to 5:00 PM daily (Bangkok time, same below), by submitting the required application materials. Alternatively, the bidding documents may be obtained online via email.(zhaobiao7@ah-inter.com).

4.2 Application Materials: Include (1) a copy of the business license or enterprise registration certificate; (2) proof of identity of the legal representative and a letter of authorization; (3) copies of both sides of the authorized representative's identification document; (4) a confidentiality commitment letter. All materials must bear the bidder's official seal.

4.3 Each set of bidding documents is priced at RMB 600. No refunds will be issued after purchase.


5.Submission of Bid Documents

5.1 The deadline for submission of bid documents (hereinafter referred to as the bid closing time) is 8:30 AM on October 16, 2025 (Bangkok Time). The location is Amaranth Suvarnabhumi Hotel  Bai Mai 1 ;68 Moo 2, Kingkeaw Rd. Rachatheva, Bangplee, Samutprakarn 10540 .

5.2 Bid documents that are delivered late or not delivered to the designated location will not be accepted by the tenderer/tender agent.


6.Media for Announcement Publication

This tender announcement is simultaneously published on the China Tendering and Bidding Public Service Platform(www.cebpubservice.com),the Youzhicai Cloud Procurement Platform (www.youzhicai.com), the Thailand Industrial Estate website(www.rojanachina.com),and the official website of Anhui Forklift Group Co., Ltd.,(www.heliforklift.com)  (name of the media publishing the announcement).


7. Contact Information

7.1 Tenderer

Tenderer:HELI Industrial Vehicles (Thailand) Co., Ltd.

Address: Phase II of the Rojana Industrial Park, Chonburi, Thailand

Contact Person: Mr Zhang

Telephone: +86 0551-63689568

7.2 Bidding Agency

Bidding Agency: Anhui Tendering Group Co., Ltd.

Address: No. 888 Ziyun Road, Baohe District, Hefei City, Anhui Province, China

Postal Code: 230051

Contact Persons: Wang Wei, Xu Jinliang, Wang Yuxiu

Telephone: +86 15055137710、+86 0551-66061479、+86 0551-66061470

Email:zhaobiao7@ah-inter.com

7.3 Supervisory Department

Supervisory Department: Project Promotion Team for the Assembly and Production of Industrial Vehicles and Lithium Battery Packs byHELI Industrial Vehicles (Thailand) Co., Ltd.

Telephone: +86 0551-63689071

 

 

(注:如出现中文与英文版不一致,以中文为准)

(Note: In case of any inconsistency between the Chinese and English versions, the Chinese version shall prevail)



文末插图