Professional Documents
Culture Documents
(2 X 50 MW)
BID DOCUMENT
TABLE OF CONTENT
TABLE OF CONTENT
BOOK 1
1.15
1.16
PERIOD OF VALIDITY OF BIDS
FORMAT AND SIGNING OF BID
Part.1 - 22
Part.1 - 22
1.17 SEALING AND MARKING OF BIDS Part.1 - 23
1.18 DEADLINE FOR SUBMISSION OF BIDS Part.1 - 23
1.19 LATE BIDS Part.1 - 23
1.20 MODIFICATION AND WITHDRAWAL OF BIDS Part.1 - 24
1.21 OPENING OF BIDS BY THE OWNER Part. 1 - 24
1 22 CLARIFICATION OF BIDS Part.1 - 25
1.23 EVALUATION AND COMPARISON OF TECHNICAL AND
ADMINISTRATION PROPOSAL (STAGE - I) Part. 1 - 26
1.24 EVALUATION OF THE COMMERCIAL AND PRICE PROPOSAL (STAGE -
II) Part.1 - 27
1.25 CONTACTING THE OWNER Part.1 - 30
1.26 AWARD CRITERIA Part.1 - 30
1.27 OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
Part. 1 - 30
1.28 NOTIFICATION OF AWARD Part. 1 - 31
1.29 SIGNING OF CONTRACT Part.1 - 31
1.30 PERFORMANCE SECURITY Part. 1 - 32
1.31 USE OF INDONESIAN MANUFACTURED GOODS AND SERVICES / LOCAL
CONTENT Part.1 - 32
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS
PT PLN (Persero) (hereinafter called the Owner) will receive Bid Proposals
submitted as specified in the EPC and 5 (five) years Operation and
Maintenance (O&M) Timor -1 CFSPP unit 1 and 2 with minimum Net
Output 2 x 50 MW and maximum Net Output 2 x (50 MW + 10%). Bidder
who proposes net output other than this range shall be subject evaluated to
rejection. The detail scope of works are specified in Book II and BooklIA.
Type of boiler shall be CFB Boiler. Bidders who propose the boiler type
other than CFB Boiler shall be subject to rejection.
The Bidder shall also provide a 5 years term of service for operation and
maintenance and refer to Book 11A in this bid document. This period shall
cover operations and maintenance through the OEM's recommended
major maintenance outage/ overhaul cycle (serious inspection) for the coal
fired steam power plant. The maintenance /overhaul shall take place prior to
completion of the operations & maintenance services agreement.
Book 11 Sub Clause 4.3.17.3). Owner reserved the right to reject Bidder's
proposal if Bidder guarantee other than HHV as received.
The Bidder shall be Local Company who has formed Joint Venture/Joint
Operation/Consortium with Company(s) Organization for Economic Co-
operation and development (OECD) Country members which has
diplomatic relation with Indonesia.
District, Kupang
The Plant is located on Panaf Village, West Kupang
Regency, Nusa Tenggara Timur Province. Geographically the location of
Timor 1 CFSPP (2 x 50 MW) is on UTM zone 51 L : 550211 m E and
8855604 m S.
The Bidder shall submit the bid in accordance with the Instruction to
Bidders and the Bid Document set forth hereunder. Bidder submitting a bid
not covering the complete provisions stated herein will be subject to
rejection.
For definition of terms used in the Bid Document refer to Part 2, Clause
2.1.
The proposed EPC project shall be financed by the Owner's own fund.
The O&M Works shall be financed by PLN's internal fund. O&M Works shall
be for a period of 5 (five) years starting from Taking-Over Date of the first unit
and shall cover all the requirements stated in Book IIA of this Bid Document
All costs and expenses of any kind whatsoever relating to the preparation and
submission of the bid including, but not limited to, pre-bid conferences, site
visits and procurement of bid bonds or bank guarantees, shall be borne
exclusively by the Bidder.
xt i m i mggnnm s m
BWD
Z S j nnllW
.t :1'.'
110
All enquiries regarding the Bid Document shall only be addressed by letter or
facsimile confirmed by mail.
To PT PLN (Persero)
JI. Trunojoyo Blok M I / 135 KebayoranBaru, Jakarta
12160, INDONESIA
It is intended that an initial Site visit will be arranged within the period of one
(1) week (time to be informed later), where the Bidder shall inform the Owner
prior to this intention of site visit. The costs of any site visits shall be at Bidder's
own expense.
The Owner may convene a pre-bid conference two (2) weeks succeeding the
site visit period ends. The pre-bid meeting may be conducted for the purpose
of clarifying the scope and intent of the documents. Hence, prior to meeting the
Bidder may submit to the Owner a questionnaire covering those aspect of the
Bid Documents on which clarification will be sought.
Invitations advising the venue and time of the conference will be sent to
Bidders who have obtained Bid Documents.
The Bidder and any of its personnel or agents may be granted permis sion by
the Owner to enter upon its premises and lands for further site visit, but only
upon the express condition that the Bidder, its personnel and agents, will
release and indemnify the Owner and its personnel and agents from and
against all liability in respect thereof and will be responsible for death or
personal injury, loss of or damage to property and any other loss, damages,
cost and expenses incurred as result of the inspection.
The Bidder shall thoroughly inform himself of all conditions and factors
which would affect the execution and completion of the Works; including, but
not limited to, the availability and cost of labor, applicable laws and
regulations and facilities for transportation, handling and storage of
materials and equipment.
It must be understood and accepted that such factors have been properly
investigated and considered in the preparation of the Bid Proposal
submitted. The Bidder will be deemed to have a personal knowledge of the
Site and to have informed himself the conditions and requirements thereof.
Therefore no claims will be accepted by the Owner under any Contract
awarded for the Works included under this Bid Document for financial and
time adjustment, where such claims are based on the lack of such prior
information or its effect on the cost of the Works,
BOOK 1
PART INSTRUCTIONS TO BIDDERS
Bidders shall note the description of the Site and the facilities made
available for local construction work as given in Book 2 Part 4 Section 4.1
Project Description_
The Bidder shall be solely responsible for the safe and efficient
transportation and off loading of the plant, equipment, Bidder equipment and
materials of whatever kind necessary for the execution of the Works, to its
designated location on the site.
itt l ai r "
The Owner will be the sole judge of the true meaning of the Bid
Documents. Any interpretation of, or change in, the Bid Documents prior to the
closing time set forth herein will be made only by an amendment as
addendum/addenda issued by the Owner to each prospective Bidder and will
become part of the Bid Documents. No other interpretation or explanation
will be valid.
If the Bidder is in doubt as to the true meaning of any part of the Bid
Documents, he shall submit a written request for an interpretation in
accordance with Clause 1.5 herein. The Bidder submitting the request shall be
responsible for its prompt delivery. The response by the Owner to the request
will be transmitted to all prospective Bidders who have obtained Bid
Documents_ The Owner will not be responsible for any explanation or
interpretation of the Bid Documents by others.
After Bid proposal was submitted by the Bidder and in case there is some
listed deviation as per Schedule 3.2 to the Bid Document Requirement and
the deviation is accepted and approved by the Owner, it will be made only by
an amendment as memorandum/memoranda issued by the Owner to each
prospective Bidder and will become part of the Contract Document.
_14
ISMIRISEMBETAMPIZSMAM:v
The Bid Proposal, all Contract communications and Contract information
including drawings shall be in the English language and utilize the SI
system of units specified in Part 4, Sub-Section 2.15 [Units of
Measurements and Symbols], except in the Contract Agreement shall be in
BOOK 1
PART 1 INSTRUCTIONS TO BIDDERS
The Bidder shall be registered under the laws of his country, whereas
foreign firm shall be part of form a Joint venture/ Joint Operation or
Consortium.
The Owner will determine to its own satisfaction and discretion whether the
Bidder submitted the Bid Proposal is qualified to satisfactorily perform the
Contract or not. Such Owners determination will take into account,
including but not limited to, the Bidder's financial, technical, experience and
production capacities and capabilities. It will be based on an examination of the
Bid Proposal of the Bidder. A negative determination will result in rejection
of the Bidder's bid
(a) Submit documentary evidence establishing that the Bidder has the
(a) The bid, and in case of a successful bid, the Forms of Agreement,
shall be signed so as to be legally binding on or all partners as
specified in Clause 1.9;
(9) For foreign company shall obtain the Indonesian licenses and permit
in the name of the company, required for the works, under the
procedure should be referred to the Law No. 18/1999 for
Construction Services and to Decree from Ministry of Public Work of the
Republic Indonesia No. 05/PRT/M/ 2011 concerning Guidelines of
Requirement Licensing for Representatives Foreign Enterprises
Construction Services (Pedoman Persyaratan Pemberian Izin
Pentvakilan Badan Usaha Jasa Konstruksi Asing).
For local company shall obtain the Indonesian licenses and permit in the
name of Company (Surat Ijin Usaha Perdagangan dan Surat Ijin Usaha
Jasa Konstruksi). Refer to Law No. 30 Year 2009, the company shall
obtain Sertifikat Baden Usaha (SBU) and Izin Usaha Jasa Penunjang
Tenaga Listrik (IUJPTL);
(h) At the time of bidding process, not under the supervision of the court,
not insolvent / bankrupt, not being suspended business activities,
and / or not serving criminal sanctions;
(I) Paid off tax liabilities in 2015 (SPT I Tax) and has a monthly income
tax article 25 or article 23 or VAT 21/pasal at least 3 (three) last
months, except for the new companies are not obliged to report;
(j) At the time of bidding process, not on the sanctions list or Institution
black list;
(k) At the time of bidding process, has not engaged in any fraudulent or
corruption case.
(I) Bidder shall not have a conflict of interest. All Bidders found to have
a conflict of interest shall be disqualified. A Bidder may be
considered to have a conflict of interest with one or more parties in this
bidding process, if:
i) A Bidder has been engaged by the Employer to provide
consulting services for the preparation related to procurement
for or implementation of the project; or
The Owner reserves the right on his sole discretion to reject any Bidder's
proposal which in his sole judgment has under performance experience in
PLN's current project
one (1) Unit Coal Fired Steam Power Plant projects in the last twenty
(20) years,
successful operation for more than one (1) year with minimum output is
10 MW in total and has share of the previous project minimum 10% of
the works
The experience mentioned above will be recognized when the company has
minimum share of not less than 30% in the design, manufacture, supply,
installation, supervision, completion and commissioning in any joint venture /
joint operation / consortium.
one (1) Unit Coal Fired Steam Power Plant projects in the last twenty
(20) years,
successful operation for more than one (1) year with minimum output is
10 MW in total.
Power plant O&M services work within the last fifteen (15) years ,
O&M Contract for Coal Fired Steam Power Plant using CFB type Boiler.
the two (2) years successful operation after completion of the contract
must be submitted.
If the Bidder missing of such evidence will cause the Bidder's offer not to
be further evaluated
Main Equipment
The Bidder shall submit the evidence to demonstrate that the equipment
offered by him shall be new and have been proven in commercial service.
Prototype component and equipment are not acceptable.
The Bidder shall complete this form and submit in the Stage I Stage I
(Technical and Administration Proposal) along with any supporting
evidence(s) and subject to the Owner evaluation. Missing of such evidence
may cause the Bidder's proposal to not be further evaluated.
Appropriate data and satisfactorily statement from the user shall also be
submitted in the application.
Appropriate data and satisfactorily statement from the user shall also be
submitted in the application.
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS
(c) Transformer
Appropriate data and satisfactorily statement from the user shall also be
submitted in the application.
Other Equipments for Level 1 and Level 2 (as per Part 4 Section 4.3
Clause 4.3.7) shall be locally manufactured product or shall be
manufactured in OECD country, which in diplomatic relation with
Indonesia, except all tanks, UAT, PDC Transformer, MV Switchgear, LV
Switchgear, DC Distribution Equipment and panel, power cable,
instrument and control cable and civil & structural works shall be
locally manufactured.
Other Equipments for Level 3 and Level 4 (as per Part 4 Section 4.3
Clause 4.3.7) shall be locally manufactured product or shall be
manufactured from OECD country, which in diplomatic relation with
Indonesia, except lighting, grounding and lightning protection, civil &
structural works not level 2 shall be locally manufactured.
The Bidder shall submit the whole evidences that demonstrate the
manufacturers of all main equipment specified herein and it must be
inclusive in Bidder's proposal for Owner evaluation. Missing out of such
evidences may cause the Bidder's proposal will not be further evaluated.
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS
Bidder shall also demonstrate that the main equipment and equipment of level
1 and Level 2, as listed in Section 4 do not have bad track record. In the event
that the Owner found such substandard past performance, the Owner reserves
the right to request for substitutions of such equipment.
Designer
In case if a Designer is used, the Bidders shall specify the Designer to be used
for the Project for Owner's evaluation and approval. The Designer shall have
experience in designing at least two (2) CFSPP with 50 MW output or higher,
located outside of the Designer home country, where the plant uses CFB
boiler(s), duly completed and in successful operation minimum two (2)
years. The Designer shall demonstrate that they have capable and
experienced multidiscipline-engineers or manpower in designing CFSPP
with requirements as set forth herein. In addition, they shall also furnish
evidence that the Designer utilizes software or engineering tools in order
to obtain the most robust design for a CFSPP.
Erector
All Bidders shall specify the Erector to be used for the Project for Owner's
evaluation. The Erector shall have experience in construction at least two
(2) CFSPP with 50 MW output or higher, duly completed and in successful
operation minimum two (2) years prior to bid closing date evidence of
satisfaction from the user.
The Erector shall demonstrate that they have capable and experienced
multidiscipline-site engineers or supervisors and manpower in construction
CFSPP and have major construction equipment with requirements as set forth
herein.
In either case the Bidder's quality management system shall cover the
and production of the offered goods or services.
design, development
Financial Capability
The Bidder shall submit audited financial statement, data, document and all
information to PT Dun & Bradstreet Indonesia ("PT D & B Indonesia"). PT D
& B Indonesia will contact the Bidder related to the examination results of
financial capability of the Bidder.
The foreign company shall fullfill minimum requirement of 5A2 rank PT.
Dun & Bradstreet Indonesia ("PT. D & B Indonesia") or Investment Grade
from International Reputable Rating Company.
For Local Company as Consortium shall fulfil 4A3 rank by PT. Dun &
Bradstreet Indonesia ("PT. D & B Indonesia") or Investment Grade from
International Reputable Rating Company.
In case the Bidder does not fulfil the net worth index as stipulated above,
the Bidder shall provide and submit supporting letter from reputable local or
international Bank regarding the readiness of credit line from the bank to
support the Bidder for this project with amount as Net Worth gap to fulfil the
minimum requirement.the Bidder
The Bidder shall submit with his Proposal recent valid certificate as
evidence.
The Bidder shall submit audited financial statement, data, document and all
information to PT Dun & Bradstreet Indonesia ("PT D & B Indonesia") or to
International Reputable Rating Company. PT D & B Indonesia or
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS
All partners of joint venture/ joint operation or consortium shall satisfy the
criteria as above.
The Owner reserves the right to seek additional information and to reject any
bid proposal which does not, in his opinion, fully demonstrate the
qualifications of the manufacturers to execute the Works satisfactorily.
Each Bidder shall submit only one bid, or as a partner in Joint Venture/ Joint
Operation/ Consortium as described in Part 1, Sub-Clause 1.5.
The Bid shall be conducted in two (2) stages; where the bid submitted by the
Bidder for Staged shall contain only the Technical and Administration Bid
Proposal. Succeeding the evaluation of Stage-I Technical and
Administration, the Owner will invite only the Bidder who passes their
Stage-I (Technical and Administration Proposal) evaluation to submit their
(Commercial & Price Proposal) in Stage-II.
Bid proposals of each stage shall consist of an original Bid Proposal, which
shall be marked "Original", and two (2) duplicate copies, which shall be
marked "Copy". In addition two kinds of softcopy in PDF and especially for
price proposal in Microsoft Excel format, and shall be attached to the
original bid proposal. The soft copies shall be stored in two (2) copies CD
ROM which shall be marked "Copy".
The original Bid Proposal and duplicate copy shall include the following
documents each completed by the Bidder in every respect :
- Form :
Bid Letter for Technical and Administration Proposal with duty
stamp (From 1.1)
Bid Security for EPC Works and O&M Works with stamp (Form 3)
Completeness Check List Form (Form 8)
Supporting Documentation List Form (Form 9)
Joint Operation/ Joint Venture / Consortium Agreement with stamp
(Form 10)
Integrity Pact (Form 11)
Qualification Forms :
o General Information on Bidder (Form 12);
o Current Contract Commitments / Works In Progress (Form 13); o
Particular Experience Record (Form 14);
o Litigation History (Form 15).
- Schedule :
Recommended Spare Parts without price (Schedule 2.3);
Addendum Receipt (Schedule 3.1)
-
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS
S
-
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS
Form :
Bid Letter for Commercial and Price Proposal with duty stamp
(Form 1.2)
Completeness Check List Form (Form 7)
Schedule :
Price Schedule (Book IV Part 5, Schedule 1.1 to 1.8)
Recommended Spare Part with price (Schedule 2.3)
Contract Payment Schedule for Force Account Works (Schedule
3.3)
Payroll Overheads for Force Account Works (Schedule 3.4)
Labor Rates for Force Account Works (Schedule 3.5)
Equipment Rental Rates for Force Account Works (Schedule 3.6)
Indonesian Manufactured Goods and Services/Local Content
(Schedule 3.10.2)
Plant Performance Guarantees of EPC Works and O&M Works
(including degradation curve for heat rate and power output) under
Book IIA and Book IV (Schedule 6);
Breakdown of O&M Fees and Prices (Book IlA Schedule 1)
O&M Unit Rates (Book I IA, Schedule 2)
- Any other documents required to be completed and submitted by
Bidders in accordance with these Instructions to Bidders.
If the Bidder is a corporation, the Bid Proposal shall be signed either under
seal in its name and on its behalf by one (1) duly authorized officers of the
corporation, or shall be accompanied by a resolution of its board of
directors authorizing or the Power Attorney such officers to sign on behalf of
the corporation. Bid proposals not bearing the corporation seal or not
accompanied by such a resolution may be subject to rejection.
Bid Proposal shall be prepared to carry out the Works within the time
described in Part 5, Schedule 4 (Contract Schedule Key Dates).
A Schedule in Critical Path Method (GPM) shall be submitted with the Bid
Proposal indicating design, ordering, manufacturing, shipping, erection and
commissioning activities of the major sections of the Contract. This
Schedule may be subject to modification by the Owner prior to the award of
-
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS
Bidder shall complete Part 5, Schedule 3.3 to indicate the estimated value of
Payments for Power Plant and to directly reflect the following:
Bidder is not allowed to submit alternative offer. Any alternative offer shall not
be evaluated. Any deviations proposed by the Bidder which will directly affect
the values of applications for Contract payments shall be submitted as in Part
5, Schedule 3.2 [Deviations Form and Exception to technical specification Bid
Document]. Major deviation shall be subject to rejection such :
Major deviation following the above, the bid proposal shall be subject to
rejection.