Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Китайской Народной Республики


Procurement of 0679-254DFXYDA021 OTA antenna performance test system(1) (Китайская Народная Республика - Тендер #66786126)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Китайская Народная Республика (другие тендеры и закупки Китайская Народная Республика)
Номер конкурса: 66786126
Дата публикации: 08-09-2025
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

Procurement of 0679-254DFXYDA021 OTA antenna performance test system(1)

2025-09-06
Dongfeng International Tendering Co., Ltd. entrusted by the purchaser, invites sealed bids from eligible suppliers home and abroad for the supply of the following goods and/or service by way of International Competitive Bidding. The tender notice was released on www.chinabidding.com on2025-09-06
1、Bidding Conditions
Overview:OTA antenna performance test system and fully-electric wave anechoic chamber, each 1 set
Source of Funds:Have
Description of The Prepared Bidding Conditions:Have
2、Bidding Content
Bidding No:0679-254DFXYDA021
Project Name:OTA antenna performance test system
Place of Implementation:Hubei Xiangyang
List of Products:
NO. Product Name Quantity Main Technical Data Remarks
1 OTA antenna performance test system and full-electric wave anechoic chamber One set each 2.4*This system is a turnkey project. The supplier is responsible for providing the darkroom and the hardware, software and system integration the system, including project design, installation, commissioning, and integration of various cables, connectors, adapters and other accessories. When signing the technical agreement, a detailed equipment delivery of software and hardware is drawn up according to the scheme of the winning bidder. 2.6*The supplier must provide the main functions, technical parameters, accuracy and other information of this test system in the bidding documents, and attach the manufacturer, origin, technical specifications (not limited to the above) of each equipment in the system (mechanical scanning, turntable, vehicle lift, test and calibration antenna group, related test instruments, RF switch and amplifier unit, antenna test software package). 2.8*The shall be a brand new, fully functional, and fully operational EMC anechoic chamber and antenna OTA test system.4.1 Technical Requirements for Fully Electric Wave Anechoic Chamber 4.1.1* Shielding Efficiency test frequency range is from 14 kHz to 18 GHz, and performance indicators within 40 GHz are provided. The tests are conducted in accordance with the latest standard50147-1, and the shielding performance meets all the following requirements (provide third-party CNAS test reports for existing cases at the time of bidding): specific tables, see Technical Requirements. 4.1.2* Reflection Performance of Absorbing Material The reflection performance of the absorbing material should meet the requirements of the table (provide third-party test reports at the time of bidding): For specific tables, see Technical Requirements. 4.1.3* Test Requirements for Verifiable Area ofnechoic Chamber Performance To confirm the performance and installation quality of the anechoic chamber, the reflection level test is conducted using the free space standing wave ratio method (reference GJB6780 (or equivalent standards)) in the verifiable area of the anechoic chamber performance. The test area is a cylinder with a height of not less 2m and a diameter of not less than 2m (provide the design simulation report at the time of bidding), and the reflection level index requirements are as follows: specific tables, see Technical Requirements. 4.1.4 Main Structure 4.1.4.1* Size of the Anechoic Chamber: The interior size of the wave anechoic chamber shielding body (the anechoic chamber size can be adjusted appropriately according to the existing site size and the technical scheme) is about 24.m (length) × 24.2m (width) × 15.3m (height) (the width is consistent with the outside size of the E anechoic chamber).4.1.5Shielding door 4.1.5.1*The main door of microwave anechoic chamber is an automatic sliding door, with a clear channel size of not less than 4.8m×4.8m (W×H), with an automatic lifting ramp threshold (slope ≤ 5°, slope length ≤ 1.5m), and the load-bearing capacity of the automatic lifting meets the requirements of 30 tons of commercial vehicles passing at a speed of 15km/h without causing vibration or subsidence. After the automatic lifting threshold is raised lowered, no pit shall appear outside the anechoic chamber, to avoid potential safety hazards. 4.1.5.7*The personnel door of the microwave anecho chamber adopts a pneumatic door (installed with a test status indicator light), with a clear channel size of not less than 1.2m×2.1m (×H). The emergency exit door of the anechoic chamber adopts a manual door (which can be opened from inside and outside), with a clear channel size of not than 0.9m×2.1m (W×H). Both the personnel door and the emergency exit door shall be equipped with a limit switch, and the material on the door shall be subject to special spraying treatment, with a bright color design, a smooth surface without blisters, and wear-resistant. 4.1..14*If products other than the recommended brand group are used for the shielding door, the bidder shall provide proof that the performance of the shielding door is not than that of the above-mentioned brand shielding door when bidding: a third-party CNAS test report of the shielding effectiveness stability of the same product for 5 yearsonce a year), a third-party report of the structural load stability for 5 years (once a year), a third-party report of the motion mechanism stability for5 years (once a year), and a service life of > 15 years. 4.1.5.15*The shielding door should be a mature reliable product, and the shielding door and the anechoic chamber must be of the same brand. 4.1.6Waveguide window 4.1.68*The waveguide window at the air outlet should be provided with measures to avoid rust due to condensate. The waveguide window material should be subject to anti-rust and anticorrosion process treatment, to ensure that it does not rust or corrode for at least 15 years of use, and the bidder should take corresponding measures to avoid generation of condensate in the air conditioning system. 4.1.7Absorbing material 4.1.7.2*If the absorbing material uses a product other the recommended brand group, the bidder shall provide proof materials not lower than the above-mentioned brand absorbing material when bidding: a third-party CNAS test report of the combustion grade greater than B2, the oxygen index greater than 32%, the reflectivity (meeting the reflectivity performance requirements of the absorbing material in this document), reflected level of the absorbing material and the anechoic chamber (for the same product) in the past 5 years (once a year), and the third-party test of the moisture resistance or water absorption rate. 4.1.7.4*The corner cone absorbing material should be fully laid on the top and side walls of the interior the anechoic chamber, and the ground should be reasonably laid according to the design requirements of the test system, and its absorption characteristics should meet the technical requirements while meeting the performance requirements of the test system. 4.1.7.6*The absorbing material must be completely environmental-friendly, odorless, and the installation method of the absorbing does not pollute the air quality in the anechoic chamber, and provide proof documents that the absorbing material meets the RoHS, REACH specifications. After the installation of theechoic chamber is completed, the detection of benzene, formaldehyde and TVOC is carried out according to the GB 50325 standard 4.1.4.3.1* The shielding body should adopt a modular structure, consisting of galvanized steel plates not less 2mm thick, with a uniform zinc coating of 20μm on both sides, and provide test reports at the time of bidding. It is completed by two folds and the outer surface is treated by powder spraying or baking by the original factory of the manufacturer, that is, all outer surfaces, and the anti-oxidation process must completed in the factory, and cannot be sprayed on site. 4.1.4.3.2* The parts of the shielding plate that have been welded and after folding must be subject to secondary galvanizing or spraying, to ensure the anti-rust performance of the shielding plate, the thickness of the secondary zinc layer should not less than 20μm, and it should be guaranteed not to fall off within 10 years. The bidding documents should provide a description of the process control for the anti-corrosion treatment and related proof materials, and the sandwich scheme is not acceptable.4.1.7.7*The absorption material shall be flame retardant materials, namely, B2 grade or higher-resistant materials (according to GB 8624 standard), to meet the following fire protection standard requirements, and the oxygen index test index of the absorption material needs to greater than 32% (tested according to GB/T 2406.2 standard requirements), and the third party CNAS oxygen index performance test report fire retardant grade test report shall be provided at the time of bidding. After the arrival of the materials, the tenderee has the right to sample and require the bid to re-test (the cost of sampling inspection shall be borne by the bidder). 4.1.8.2*The high-load area of the elevated can withstand vehicles of 30t at a speed of 15km/h and stay, and the planning of the high-load area shall meet the requirements of the vehicle to be tested in the darkroom for the experiment, the maximum axle load shall not be less than 20t, and the load of other areas shall not be than 2000kg/m2, and the floor shall not be deformed due to load. The high load area includes the area where the vehicle enters and exits.4.1.8.3*The turntable should be flush with the darkroom floor, with a maximum height difference of no more than 2mm; the raised floor the darkroom floor must be kept flat. Ensure that the high-rack floor of the darkroom, the lifting platform of the darkroom shielding gate are flush, with a height difference of less than 5mm. The size of the shielding body underground the turntable is about 13m (long) × 13m (wide) 2.5m (high). 4.1.9.2*The darkroom shall be equipped with wall interface panels and floor interface panels. The specific quantity position are as follows: see the specific table in the technical requirements. 4.1.10.2*The insertion loss of the filter shall meet the MIL-STD220A standard, the minimum insertion loss in the frequency range of 150KHz to 40GHz is 100dB, and its insertion test meets the CISPR 17 and MIL-STD 220 standard requirements. 4.1.10.4*The configuration of EUT filter at least meet the requirements of the following table: see the specific table in the technical requirements.4.1.13 Distribution and Lighting 4.1.13.4* The lighting system in the dark room configured to be 150lux evenly bright at a height of 1m from the ground surface, with the requirement of a bright and non-dark corner, non-inding, and no flicker. Emergency lights and emergency lighting are installed at the entrance, and the lighting fixtures should not interfere with the test system and should not emit radiation. .1.13.5* The lighting fixtures are equipped with an elevating system, and each group of fixtures can be independently and freely controlled for lifting and lighting on/. The lowest position can be lowered below 1.5m from the ground, and the lighting fixtures can be maintained and replaced. After installation, the lighting fixture system should be, not shaking or falling off, and the installation position should be conducive to heat dissipation. 4.1.19 Vehicle Channel and Turntable Radar Absor Material Laying Requirements (1) * In order to meet the purpose of not manually moving the radar absorbing material, a fully automatic transportation plan must be designed to ensure that vehicle and exit are not affected, and the antenna test system is not affected. 4.1.20* Aircraft Fixing System: In order to consider the subsequent industry and development, it is necessary to provide a hoisting system for flying cars or drones or other equivalent fixing systems, with a load-bearing capacity of 3 tons (provide the scheme and 3D drawings when bidding, and it must be proved that the system can fix flying cars or drones of 1m~4m in size). 41.21 Control Room Shielding Body 4.1.21.2* The size of the control room shielding body is about 9.0m×.5m×3.6m (L×W×H). 4.1.22 Control Room Shielding Door 4.1.22.5* The control room shielding door and the dark room shielding door must be of the same brand. 4.2.2 Overall Functional Requirements 4.2.21* The entire vehicle antenna system should be able to perform single antenna and overall antenna passive performance testing and antenna parameter calculation in the spherical field system. To meet the following passive transmission and reception parameters, it is necessary to elaborate the principle of the test scheme in the bidding documents and provide a software function demonstration.(1) 2D/3D antenna pattern; (2) Antenna gain, antenna directivity; () Half-power beam width; (4) Cross-polarization ratio; (5) Circular polarization axis ratio; (6) Multi-antenna correlation; (7) Antenna position eccentricity correction; (8) Visualization of equivalent current on custom surface (e.g., full vehicle model). 42.2.2* The full vehicle antenna system is able to perform active performance testing of single antennas and full vehicle antennas, referring to CTIA standards such as Total Radiated (TRP) and Total Isotropic Sensitivity (TIS) testing, where the navigation A-GNSS OTA testing system is a CTIA-recognized testing. CTIA recognition information should at least include test instruments such as 4G wireless communication comprehensive tester, 5G wireless communication comprehensive tester, vector signal generator, and software, and the results of CTIA website inquiries within 20 days before the bid opening date must be provided at the time of bidding. The entire system needs to detail the scheme principle in the bidding documents. It specifically includes the active indicator test of the following in-vehicle wireless system and software function demonstration: see the specific table in the technical requirements.4.2.2.3* In the case of existing mechanical structure unchanged, it is possible to support antenna testing for 5G FR2 frequency band through RF system upgradeprovide a plan description at the time of bidding). 4.2.2.4* It can be upgraded to MIMO OTA test function later, supporting functions such throughput test (provide MIMO test software, and all hardware except channel emulator must be installed in place). 4.2.2.6* Users can use the equipment of the system to calibrate the system by themselves, perform insertion loss calibration on all RF chains, and troubleshoot and locate faults; suppliers should train users to provide the entire with automatic calibration function, without additional charges. If the client is unable to complete the calibration independently, the supplier should provide free calibration service within 15 years.4.2.3 General Technical Indicator Requirements 4.2.3.1* Maximum size of the vehicle test: Not less than 13.7m (length) × 2.6m (width) × 4.5m (height), for commercial vehicles passenger cars with an axle distance of less than 10m, the absorbing material should be at least 1m away from the EUT. 4.2..2* Maximum weight of the vehicle under test: Not less than 30 tons. 4.2.3.3* Test system frequency range: Covering 00MHz to 10.6GHz. 4.2.3.4* As it is difficult to move large vehicles and the phase center cannot be moved to center of the system"s coordinate system, the bidder shall provide a software algorithm to correct the errors caused by the eccentricity of the phase center. 4.2.35* During the passive and active antenna tests, the test RF cable should not twist, bend abruptly, or cause the test system"s own phase drift during the entire test and collection process (provide a technical proposal when bidding). 4.2.3.6* The range of the elevation angle measurement shall not be less than: 0° 110°. 4.2.3.7* Azimuth angle measurement range: 0° to 360°. 4.2.38* Test system dynamic range: >60dB. 4.2.3.9* Passive test accuracy: 15 years; (8)*In to ensure the accuracy and long-term stability of the test system, test plans with relative motion between the RF cable of the test antenna and the mechanical scanning device system are not accepted and the scheme description document and 3D diagram must be provided at the time of bidding; (9)*After the mechanical scanning device system is installed, it is necessary to that there are no gaps in the ground of the dark room and that the load-bearing capacity is not less than 200kg/㎡; 4.2.41.2*The turntable system: It is equipped according to the size of the vehicle to be tested and the system design requirements to ensure that the test system can sample the field data of the hemisphere around the vehicle antenna, and the turntable center is equipped with a RF rotating joint to ensure the stability of amplitude and phase (the turntable needs to equipped with a maintenance channel). The turntable shall meet the following technical indicators: (1)Diameter: ≥12.0m; (2) capacity is not less than 30 tons; (3)Rotation angle: 0°~360° (at least keep a margin of ±10); (4)Positioning accuracy: ≤±0.05°; (5)Positioning resolution: ≤0.01°; 6)Turntable speed: at least 1r/min is adjustable; (7)Rotating joint frequency range: DC~26.5GHz; (8Equipped with a turntable controller, which can realize manual and automatic adjustment of the turntable; (9)The turntable shall be equipped with a cable chain, and communication cable can be connected to the interface board in the center of the turntable through the cable chain, and the DUT power line; (10)A tail gas suction device (rotating with the turntable) needs to be equipped.4.2.4.1.3*Vehicle lift: equipped with a lift to adjust height of vehicles ≤6m long to the center of the test system, the lift device shall meet the following requirements (design scheme and 3D drawing shall be provided at time of bidding): (1) The load-bearing capacity shall not be less than 5 tons; (2) Lifting mode: automatic (locally and remotelyable); (3) Lifting height: not less than 4m; (4) The lift is fixed and integrated inside the turntable, and remains on the horizontal plane as the turntable after the height is zeroed (the load-bearing capacity of the turntable as a whole does not change after the height is zeroed); 5) The lift platform meets the test requirements for vehicles with wheelbase 1.2m~2m, and wheelbase 1.8m~3.7m; antenna test installation at any position of the vehicle, the lift bracket must meet the requirements of front and rear movement ±3m, left and right movement ±1.2m step 5mm (in order to ensure safety and personnel operation, the turntable hole must be filled with corresponding support materials after the vehicle is lifted, with a load-bearing of 200kg, and designs that do not accept manual handling to fill the position are not acceptable); the wheel support platform should be telescopic to fit different sizes of1 vehicles to ensure that the wheel support platform does not block the test signal (a wheel chock is required); the vehicle lifting scheme should fully demonstrate safety and reliability, to ensure the movement is stable, without swaying, and without deformation during use. 4.2.4.2.1Test antenna: It is a dual-polarized antenna or omni-directional antenna, and the antenna"s normal is always facing the center of the test system. The surrounding of the antenna must be covered with absorbing materials to reduce scattering of the signal by the surrounding environment, and also provide the calibration documents of the test antenna (including directivity, efficiency, far-field radiation pattern) for antenna correction during test. The following requirements shall be met: (1) *Frequency range: 400MHz~10.6GHz; 4.2.42.2Calibration antenna: The overall OTA antenna test system shall include a wideband horn calibration antenna and a standard gain antenna group for calibration tests: (1) main indicators of the wideband horn calibration antenna are: ①*Frequency range: 400MHz~18GHz; (2) *The standard gain is 1 set in total and meets the frequency 400M~10.6GHz. 4.2.4.3RF part 4.2..3.1Vector Network Analyzer: The vector network analyzer is used for system calibration and passive antenna performance testing. (1) *Frequency range: 9~26.5GHz; (2) *IF bandwidth: 1Hz~1MHz; (7) *Port number: 4 ports; .2.4.3.2Wireless Communication Comprehensive Tester (4G) (8) *Supports 2G (GSM), 3 (WCDMA) signaling test; (9) *Supports Bluetooth 2.0/EDR/BLE 5.0 test function; (10)Supports C-V2X test function; (11) *Supports 4G (LTE FDD/TDD) signaling test. 4..4.3.3Wireless Communication Comprehensive Tester (5G) (10) *Supports 4G (LTE FDD/TDD,2CA, 4x4 MIMO) signaling test; (11) *Supports 5G sub6G (4x4 NSA/SA MIMO signaling test; (12) *Supports WIFI (802.11a/b/g/n/ac/ax/be) signaling test supporting AP and Station test; (13) *Supports SA and NSA signaling (FR1 SA, 3CA/NSA, 3CA) test; .2.4.3.4Spectrum Analyzer (1) *Frequency range covering 10 Hz~13.6 GHz, must be equipped with internal preselector amplifier; (6) *Absolute amplitude accuracy: ≤±0.3dB; 4.2.4.3.6Satellite positioning (vector signal generator) (7) *Supports the following mainstream global.①China BeiDou (BDS): B1I, B1C, B2a B3I; ②USA GPS: L1, L2, L5; ③Russia GLONASS: L1, L2; ④EU GALILEO: E1, E5; 4.2.4.3.10 RF Cables and RF Adapters (2) *Cable Loss:1 dB/m @ 8 GHz. 4.2.4.4 Software Part The detailed test capability of the system is as follows: (1) *enna gain, antenna efficiency, antenna factor, radiation pattern, beam width, cross-polarization ratio, antenna axial ratio, multiple antenna correlation, side lobe level, 2/3D radiation pattern, 2D/3D field strength pattern, etc., which can be output by polarization, and the passive test has a continuous measurement function, can perform amplitude and phase data acquisition in a continuous rotation mode of the turntable; (2) *TRP, TIS, EIRP, EIS, UP, UHIS, NHPRP, NHPIS and other parameters of all available standards and frequency bands of the whole vehicle and vehicle-mounted wireless system. Specific test include: 2G (GSM), 3G (WCDMA), 4G (LTE FDD/TDD), 5G (FR SA/NSA), WLAN (802.11a/b/g/n/ac/ax/be), Bluetooth (BR/EDR BLE), GNSS (4-mode multi-frequency), A-GNSS (4-mode multi-frequency), C-V2X (TRP only, etc. SISO OTA test supports alternative method (refer to standard 5GAA) and traditional method (refer to standard CTIA and 3GPP see detailed table in technical requirements. (4) *The test software must be CTIA certified software, and the A-GNSS test plan is in the CTIA-ification-OTA-v6.0.x-A-GNSS-Authorized-Equipment-List list shown at https://ctiacertification.org/testplans/, and a list certificate is required; 4.2.4.5.1 MIMO Measurement Antenna (1) *Quantity: 16 pieces; 4.2.4.5.2 MIMO Test Antenna Support (2) *Meet the antenna center height adjustable from 1 to meters from the ground; 4.2.4.5.5 MIMO Test Software (1) *Support full ring method whole vehicle MIMO (multiple transmit multiple) test capability: 2x2 LTE MIMO, 4x4 LTE MIMO, 2x2 5G sub6G (NSA/SA)IMO, 4x4 5G sub6G (NSA/SA) MIMO; 4.2.4.5.6 Quiet Zone Performance Requirements 1) *Performance requirements: Ensure the signal strength at the center frequency band of the anechoic chamber turntable: RSRP≥-77dBm/15Hz and SINR≥30dB; 4.2.4.6 *Aircraft (UAV and flying car) test Meet the antenna test withθ angle (elevation angle) from 0° to 180° (covering the full upper and lower hemisphere antenna active and passive test). (Provide description of the test plan and 3D diagram when bidding) 4.3.15 *The bidder shall carry out anechoic chamber modeling and simulation design according these technical requirements, and provide relevant design data. The bidder shall explain his design idea, technical features, and put forward detailed internal layout scheme, etc. All anechoic design layout schemes that are separated from the existing site will not be adopted. 5.1 *Anechoic chamber metrology requirements: see detailed table in technical requirements. .2 *Equipment metrology requirements: see detailed table in technical requirements.15.1*All brands mentioned in this technical task are recommended brands. If other brands or models are used instead of the recommended ones, they essentially meet or exceed the performance parameters of the reference brand models, and the relevant proof documents required by the terms must be provided at the time of bidding, otherwise it will lead to the rejection of the bid. 15.2*The winning party must provide goods that arrive at the site for free maintenance or replacement within 2 days in case of quality or design defects, and bear all losses of the tenderer. 15.3*The manufacturer of the OTA test system for this project must appoint at least one person as the project manager, who should have PMP certification. A copy of the certificate must be provided in the bidding documents. The installation engineer must have experience in at least one whole vehicleTA test system project.

3、Qualification Requirements For Bidder
Qualifications or Performance:*13.3-3) Performance requirements:
This tender requires the bidder to provide a completed and accepted case of a whole-vehicle OTA testing system project in China within the last 5 years (from January 1, 2020, to the day of bid opening for this, with the performance recognition time based on the contract signing date). The similar project refers to the active testing of the whole-vehicle OTA testing system, which must include at the following contents in the supply: 4G5GLTE-V2x total radiated power TRP, 4G5GLTEV2xGNSS total isotropic sensitivity TIS testing, and it must also have the supply content of the whole-vehicle OTA testing system software and the whole-vehicle-electric wave anechoic chamber.
Note: (1) If the above similar project supply content is not in the same performance contract, the bidder is allowed to provide to 2 contract performances for combined proof. The contract copies, the corresponding test system scanning method technical scheme example drawings, and the acceptance documents copies need to be provided at the time bidding. If the contract and acceptance documents cannot reflect the specific characteristics of the above project, additional proof materials such as technical agreements need to be provided.
(2) The O testing system software manufacturer in the performance case should be the same as the OTA testing system software provided by the bidder in this bid; the full-electric wave anechoic manufacturer in the performance should be the same as the full-electric wave anechoic chamber provided by the bidder in this bid; agents can provide their own performance or the manufacturers performance.

*13.3-5) Other qualification documents required to be provided by theder for this tender:
1. Credit requirements: Bidders must not be in one of the following situations:
(1) Listed in the "National Enterprise Information Publicity System" (https://www.gsxt.gov.cn) as having serious violations of law and dishonesty or being in the list of businesses with abnormal.
(2) Listed in "Credit China" (https://www.creditchina.gov.cn) as being in the list of persons who have not fulfilled their, major tax violations and dishonest subjects, and the list of subjects who have not paid the wages of migrant workers and are subject to joint punishment.
(3) Listed in "China Government Procurement Network" (http://www.ccgp.gov.cn) for "Records of Serious Violations of Law and Dishonesty in Procurement".
(4) Listed in the "Military Procurement Network" (https://www.plap.mil.cn) forMilitary Procurement Dishonest List" and "Military Procurement Suspension List".
(5) Being in the effective period of being black by Dongfeng Company, or having an associated relationship with the subject that has been blacklisted by Dongfeng Company.
(6) Being published in the "List offeit State-owned Enterprises" by the superior.
(7) From January 1, 2020 to before the deadline for submission of bidding documents: having a major quality accident; being suspended or cancelled of bidding qualification according to law; entering the liquidation procedure, or being declared bankrupt, or other circumstances of losing the ability to perform contract.
Note: For (1)-(6), the results of on-site inquiry on the day of bid opening shall prevail, and the bidder does not need to materials.

2. Qualification Requirements:
2.1 The bidder should be an independent legal entity legally established and valid existing in the People"s Republic of China or in countries or regions with normal trade relations with the People"s Republic of China (provide a copy of the valid business license or similar registered documents of the same level when bidding). The bidder must be the manufacturer or agent of the main two items of equipment (OTA test system software and fully-electricechoic chamber) provided in this procurement, and must meet one of the following conditions:
(1) If the bidder is the manufacturer of both items of equipment, there no need to provide a manufacturer"s authorization letter.
(2) If the bidder is the manufacturer of one of the items of equipment, a manufacturer"s authorization letter the other item of equipment must be provided.
a) If the bidder is the manufacturer of a fully-electric anechoic chamber, a manufacturer"s authorization letter for OTA test system software must be provided.
b) If the bidder is the manufacturer of the OTA test system software, a manufacturer"s authorization letter for the fullyelectric anechoic chamber must be provided.
(3) If the bidder is the agent of both items of equipment, a manufacturer"s authorization letter for the corresponding equipment be provided.
a) If both items of equipment are from the same manufacturer, a manufacturer"s authorization letter for this project from that manufacturer must be provided.
b) the manufacturers of both items of equipment are different, a manufacturer"s authorization letter for the fully-electric anechoic chamber and the OTA test system software must be provided separately
2.2 The manufacturers of fully-electric anechoic chamber equipment and OTA test system software must be ISO9001 (GB/T1900) quality management system certified, and copies of the corresponding certificates must be provided in the bidding documents.
2.3 The manufacturers of OTA test system software (including mechanical parts radio frequency parts, software parts, etc.) and fully-electric anechoic chamber equipment should have branches or after-sales service institutions in China, with good after-sales support. A spare parts warehouse should be established, with a stable professional installation team, an independent and complete technical team and after-sales service personnel, with at least 1 professional after-sales engineers. Commit to providing after-sales service with a 24-hour response and 48-hour on-site arrival. When bidding, theder provides a commitment letter for after-sales service that meets the above requirements (format self-proposed), and at the same time provides a list of personnel, company addresses contact information for the branches or after-sales service institutions of OTA test system software manufacturers and fully-electric anechoic chamber manufacturers in China.
3. Other Requirements: bidder must provide a credit commitment letter in the bidding documents.
Joint Bids:NOT Available
Bid without the bidding documents:NOT Available
4、Acquisition of Bidding Documents
Beginning of Selling Bidding Documents:2025-09-06
Ending of Selling Bidding Documents:2025-09-12
Sell bidding?doc?online?or?not:No
To Obtain::On-site Purchase
Place:Room 303,3F, Xiangyang administration building, 11 Dongfeng Motor Road, Xiangyang hi-tech industrial development zone, Hubei Dongfeng Motor
Price of Bidding Documents:¥1000/$150
5、Bid Submission
Deadline for Submitting Bids/Time of Bid Opening (Beijing Time):2025-09-28 09:00
Place of Bid:Room 1006, bid opening conference room, 10F, Xiangyang administration building, 11 Dongfeng Motor Road, Xiangyang hi-tech Industrial Development Zone, Hubei province, Dongfeng Motor
Place of Bid Opening:Room 1006, bid opening conference room, 10F, Xiangyang administration building, 11 Dongfeng Motor Road, Xiangyang hi-tech Industrial Development Zone, Hubei province, Dongfeng Motor
6、Contact Details
Purchasers:XIANGYANG DAAN AUTOMOBILE TEST CENTER LIMITED CORPORATION
Add.:Xiangyang high-tech Zone, Hubei Province, China
Contact:Wang Jun
Tel:13545321167
Bidding Agency:Dongfeng International Tendering Co., Ltd.
Add.:No. 11 Dongfeng Motor Drive, Xiangyang hi-tech Industrial Development Zone, Hubei Province, China
Contact:Zhu Tao
Tel:18772213737
7、Remittance Approach:
Bank(RMB):Bank of China, Wuhan Economic and Technological Development Zones branch
Bank(USD):Bank of China, Wuhan Economic and Technological Development Zones branch
Account NO.(RMB):570357526746
Account NO.(USD):570357526746


Источник закупки

Перейти

Импорт - Экспорт по стране Китайская Народная Республика

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru