China Emerging Infectious Diseases Prevention, Preparedness and Response Project (Китайская Народная Республика - Тендер #70357674) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Китайская Народная Республика (другие тендеры и закупки Китайская Народная Республика) Организатор тендера: The World Bank Номер конкурса: 70357674 Дата публикации: 29-01-2026 Источник тендера: Тендеры всемирного банка |
||
P173746
China Emerging Infectious Diseases Prevention, Preparedness and Response Project
China
OP00423179
Invitation for Bids
Published
HN-NS-6A
Request for Quotations
English
Feb 04, 2026 09:00
Jan 28, 2026
Hainan Provincial Disease Control Bureau
Xing Zhong
Hainan, China
China
China
0898 65356618
Request for Quotation (RFQ) — Non-Consulting Services
Project Name: Hainan Provincial Project of the World Bank–financed Program for Prevention, Preparedness and Response to Emerging Infectious Diseases (Global “One Health” Hainan
Demonstration Project)
Contract Name: Non-Consulting Services for Organizing the 2026 International Symposium on Dengue Prevention and Control
Contract No.: HN-NS-6A
Date of Issuance of the Invitation: January 20, 2026
Client: Hainan Provincial Disease Control Bureau
1、China CITIC International Tendering Co., Ltd. (the “Procurement Agent”), on behalf of the Hainan Provincial Disease Control Bureau (the Client), hereby invites you/your company to
submit a quotation for the services described in Appendix A (Terms of Reference) of this Request for Quotation. However, if you/your company has participated in the preparation or drafting of
“Appendix A: Terms of Reference” related to this RFQ, you/your company shall be disqualified.
To assist you/your company in preparing the quotation, the Terms of Reference, the Quotation Form, and the Contract Form are enclosed herewith.
2、However, your proposal shall not be considered if you/your company falls under any of the following circumstances:
(a) the country of origin of the services offered by you/your company is not an eligible source country as defined by the World Bank; or
(b) you/your company is affiliated with any firm that prepared the Terms of Reference or was involved in the preparation of this project; or
(c) you/your company is owned by the Client; or
(d) you/your company is currently sanctioned by the World Bank for the period determined by the World Bank, in accordance with the World Bank Anti-Corruption Guidelines and the prevailing
sanctions policies and procedures set out in paragraph 2.2(d) of Chapter VI “Fraud and Corruption” of the World Bank Sanctions Framework; or
(e) pursuant to a decision of the United Nations Security Council under Chapter VII of the United Nations Charter, the purchase of services from your country or the making of any payments to
persons or entities in your country is prohibited.
3.Qualification Requirements:
Requirements for Service Providers
1)The bidder shall have the capacity to independently bear civil liability and shall provide a copy of its business license or legal person certificate of a public institution (or other valid supporting documents corresponding to its organizational form).
2)The bidder shall have a good business reputation and a sound financial and accounting system; possess the equipment and professional technical capacity necessary for contract performance;
have a good record of paying taxes and social security contributions in accordance with the law; and have no record of major illegal activities in its business operations during the three years
preceding participation in government procurement activities.
The service provider shall submit the corresponding supporting documents or a letter of commitment (format at its own discretion) to demonstrate compliance with the above requirements. In the
case of a joint venture/consortium, all members of the joint venture/consortium shall submit such documents or commitments.
3)During the past two years (from January 1, 2023 to the deadline for submission of documents), the bidder shall have successfully organized at least one large-scale international conference, with a scale of more than 50 participants, participation from more than three countries, and a contract value of not less than RMB 400,000. Relevant performance experience supporting documents shall be provided, which shall include at least copies of key pages of the contract demonstrating essential information such as the name of the contracting entity, scope of services, contract value, and date of contract execution.
Requirements for the Expert Team Members of the Service Provider
1)Conference Project Manager (1 person):
(1) At least five (5) years of experience in conference project management;
(2) Strong cross-department coordination skills, business document drafting capability, and crisis decision-making ability.
2)Conference Coordinator (1 person):
(1) At least two (2) years of experience in supporting international conferences;
(2) Good written and on-site oral communication skills in English; proficiency in advanced applications such as WPS; ability to handle multiple tasks concurrently; and capability in managing
confidential information.
3)Conference Communications Officer (1 person):
(1) Proven experience in publicity and promotion of academic conferences with a scale of more than 100 participants;
(2) Proficiency in the use of multimedia equipment and filming techniques;
(3) Sensitivity to public opinion and a certain level of design and aesthetic capability.
4)On-site Operations Manager (1 person):
(1) At least five (5) years of experience in supporting international conferences;
(2) Experience in supporting academic conferences with more than 100 participants;
(3) Proficiency in supplier evaluation models;
(4) Strong multi-stakeholder communication skills and the ability to handle public health emergencies;
(5) Proficient in operating digital conference management systems;
(6) Strong ability to work under pressure and good impromptu speaking skills.
5)Conference Rapporteur (1 person):
(1) Shorthand speed of no less than 220 Chinese characters per minute; candidates with a medical background are preferred;
(2) Proficiency in tools such as XMind and Mubu;
(3) Ability to translate academic discourse and high sensitivity to information.
The Conference Coordinator, On-site Operations Manager, and Conference Rapporteur shall have good spoken and written English communication skills and be familiar with protocols for receiving foreign guests. They shall be able to independently carry out communication, coordination, and reception of foreign guests, and relevant supporting documents shall be provided.
(The service provider shall submit personal resumes, graduation certificates, proof of experience in implementing similar projects, individual letters of commitment (stamped with the company seal), professional qualifications (if any), and other relevant supporting documents for all the above personnel.)
4.You/your company shall submit the quotation in accordance with the following instructions, procedures, and contractual terms and conditions.
4.1 Preparation of the Quotation
(a) Your quotation shall cover all items specified in the Terms of Reference and shall be submitted strictly using the attached Quotation Form. The currency used for the quotation and for payment shall be Renminbi (RMB).
(b) For the above items, you/your company shall submit one complete quotation package consisting of the quotation and the relevant qualification and performance supporting documents (including
the Quotation Form, the supporting documents required under “3. Qualification Requirements” above, and any other supporting documents that you/your company deems necessary).
The quotation documents shall be typed or written in indelible ink, stamped with your company seal, and signed by the legal representative or an authorized representative. If the Quotation Form
is not signed and stamped, the quotation will not be further considered.
(c) You/your company shall submit one (1) bound original quotation document clearly marked “ORIGINAL”. In addition, two (2) copies of the quotation document shall be submitted, each clearly
marked “COPY”.
At the same time, electronic versions of the stamped quotation documents in scanned PDF format and editable WORD format shall be saved on a USB flash drive, which shall be properly sealed and
submitted together with the hard-copy quotation documents. In the event of any inconsistency between the electronic and hard-copy versions, the hard-copy version shall prevail. In the event of
any inconsistency between the original and the copies of the hard-copy documents, the original hard copy shall prevail.
(d) The validity period of your quotation shall be ninety (90) days, calculated from the deadline for submission of the quotation documents. If you/your company withdraws its quotation during the validity period and/or refuses to accept the contract upon award, you/your company shall be excluded from the list of service providers for this project for a period of two (2) years.
4.2 Submission and Opening
(a) Your quotation documents (including the Quotation Form and relevant supporting documents) shall be submitted no later than 09:00 a.m. on February 4, 2026 (the deadline date and time for
submission of quotation documents). The required documents shall be duly signed and stamped, sealed in an envelope, and delivered to the following address:
Room 1823, 18th Floor, Jingcheng Electromechanical Building, No. 59 East Third Ring Middle Road, Chaoyang District, Beijing;
Attn.: Yang Gengxu, Liu Shuang; Tel.: 010-87945198-512, 509.
(b) The quotation documents will be publicly opened at 09:00 a.m. on February 4, 2026, at Room 1823, 18th Floor, Jingcheng Electromechanical Building, No. 59 East Third Ring Middle Road, Chaoyang District, Beijing, in the presence of representatives of the service providers who choose to attend as witnesses. Late-submitted quotation documents will be rejected.
4.3 Evaluation and Comparison
(a) Quotations determined to be substantially responsive to this Request for Quotation will be evaluated through a comparison of their quoted prices. A quotation shall be considered non-substantially responsive if it contains material deviations from, or reservations to, the terms, conditions, and specifications of this RFQ.
(b) In evaluating the quotations, the Client will correct any of the following arithmetic errors:
(i) where there is a discrepancy between the amount in words and the amount in figures, the amount in words shall prevail;
(ii) where there is a discrepancy between the unit price (if applicable) and the total price for an item (calculated by multiplying the unit price by the quantity), the unit price shall
prevail; and
(iii) if you/your company refuses to accept such corrections, your quotation shall be rejected.
4.4 Contract Award
(a) The Client shall award the contract to the service provider whose quotation is determined to be substantially responsive to this Request for Quotation and offers the lowest price.
(b) The Client shall issue a Notice of Award to the successful service provider within 21 days after the submission date of the quotations, accompanied by a Letter of Acceptance signed by the Client’s authorized representative (both the original and copy of the Letter of Acceptance shall be retained for inspection and audit).
(c) The successful service provider shall sign the contract in accordance with the terms and conditions set out in the Appendix. Unless otherwise stated in the quotation, the contract price shall include Value Added Tax (VAT) applicable in China.
5、For further information, the following contact may be used:
Name: China CITIC International Tendering Co., Ltd.
Address: Room 1817, 18th Floor, Building 59, East Third Ring Middle Road, Chaoyang District, Beijing, China
Tel.: 010-87945198-509, 510
Fax: 010-87945235
Contact Persons: Liu Shuang, Guo Xinyue
Email: liushuang@ck.citic.com, guoxy@ck.citic.com
6、The Client intends to apply to the World Bank (“WB”) for financing to cover eligible payments under the contract awarded pursuant to this Request for Quotation.
7、In accordance with the World Bank’s Anti-Corruption Guidelines, service providers shall observe the highest ethical standards and avoid fraud and corruption during procurement and execution of such contracts. If the WB determines that the recommended service provider and/or their employees directly or indirectly engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the competition or execution of the contract, the WB may reject the award recommendation and may impose sanctions or take other remedial actions. At the time of submission, you/your company shall not be listed on the WB sanctions list. Under the WB Anti-Corruption Guidelines and the prevailing sanctions policies and procedures set out in paragraph 2.2(d) of Chapter VI “Fraud and Corruption” of the WB Sanctions Framework, companies or individuals sanctioned by the WB shall be ineligible, for the period determined by the WB, to participate in any procurement under WB-financed projects, be awarded WB-financed contracts, or benefit from WB-financed contracts.
8、You/your company and your consortium members (if applicable), affiliated companies, parent companies, subsidiaries, or any part thereof (including any subcontractors or suppliers under this contract) have not, and have never, been suspended, debarred, declared ineligible, or blacklisted by the Client’s country, any international organization, or other donors.
If any entity has been debarred, declared ineligible, suspended, or blacklisted, please provide details (applicable to each consortium member, affiliated company, parent company, subsidiary,
subcontractor, and/or supplier):
(a) Name of the entity: __________________
(b) Period of suspension, debarment, ineligibility, or blacklisting (start and end dates): ______________
(c) Reason for suspension, debarment, ineligibility, or blacklisting: ________________________
9、You/your company and your consortium members (if applicable), affiliated companies, parent companies, subsidiaries, or any part thereof (including any subcontractors or suppliers), as well as their key personnel and management, have not been charged with or found guilty of any criminal offense (including felonies and misdemeanors) or violations of laws or regulations punishable by imprisonment.
If any prosecution or conviction has occurred, please provide details:
(a) Nature of the offense/violation: __________________
(b) Court/Jurisdiction: __________________
(c) Judgment (e.g., dismissed, settled, convicted/sentence imposed): __________________
(d) Other relevant details: __________________
10、You/your company acknowledges that if you/your company and your consortium members, affiliated companies, parent companies, subsidiaries, or any part thereof (including any subcontractors or suppliers) are suspended, debarred, prohibited from participating in World Bank or any other multilateral development bank procurement, by the Client’s country, international organizations, or other donors, or if any of your key personnel or management are charged with or found guilty of any criminal offense or violation punishable by imprisonment, you/your company are obligated to notify the World Bank.
11、In accordance with the World Bank Anti-Corruption Guidelines, any misrepresentation made knowingly or through negligence, or any attempt to mislead, may result in automatic rejection of the quotation or cancellation of the contract (if awarded), and may necessitate remedial actions.
12.You/your company (the Bidder) must not have any conflict of interest. Any bidder found to have a conflict of interest shall be disqualified. A company shall be considered to have a conflict of interest in the following circumstances:
(a) The company provides goods, works, or non-consulting services that originate from the company itself or its affiliated companies (an affiliated company being one that directly or indirectly controls the company, is controlled by the company, or is under common control with the company) for consulting services provided in the preparation or implementation of the project, or directly related to such consulting services. This provision does not apply to companies jointly performing contractor obligations under turnkey or design-and-build contracts (including consulting firms, contractors, or suppliers); or
(b) The company, including its personnel, has a close business or family relationship with the Borrower, the implementing agency of the project, the recipient of any part of the World Bank
loan, or any professional staff of other agencies representing the Borrower, and such professional staff:
i. is directly or indirectly involved in the preparation of the procurement documents or contract specifications and/or in the evaluation of this contract; or
ii. will be involved in the implementation or supervision of the contract, unless the conflict arising from such relationship has been resolved in a manner acceptable to the World Bank
throughout the procurement and contract execution process; or
(c) Any other situation that constitutes a conflict of interest as defined in the standard procurement documents of the World Bank applicable to the specific procurement process.
13、If a bidder wishes to submit a procurement-related query or complaint, it shall be submitted in writing (by the fastest means, i.e., via email or fax) to:
Client: Hainan Provincial Disease Control Bureau
Email: xyis85@foxmail.com, wjwquanjiankang@163.com
World Bank Project Manager: Yang Fang
Email: fyang2@worldbank.org
World Bank Procurement Manager: Guo Jianjun
Email: jguo@worldbank.org