You are on page 1of 20

TIMOR - 1COAL FIRED STEAM POWER PLANT

(2 X 50 MW)
BID DOCUMENT

TABLE OF CONTENT

BOOK I PART 1 INSTRUCTION TO BIDDERS

PART 2 GENERAL CONDITIONS OF CONTRACT

PART 3 SPECIAL CONDITIONS OF CONTRACT

BOOK II PART 4 TECHNICAL REQUIREMENT

Section 4.1 - Project Description

Section 4.2 - Summary of Work


Section 4.3 - General Technical Requirement

Section 4.4 - General Technical Specification


Section 4.5 - Civil and Structural Works

BOOK III PART 4 TECHNICAL REQUIREMENT

Section 4.6 - Mechanical Works

Section 4.7 - Electrical Works

Section 4.8 - Control and Instrumentation Works


Section 4.9 - Erection & Commissioning

BOOK IV PART 5 BID FORMS AND SCHEDULES

PART 6 BID DRAWINGS

PART 7 OFFER OF FINANCIAL


BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

TABLE OF CONTENT

BOOK 1

PART '41 INSTRUCTIONS TO BIDDERS

1.1 INVITATION Part.1 - 1


1.2 SOURCES OF FUNDS Part. 1 - 2
1.3 COST OF BID Part. 1 - 2
1.4 BID DOCUMENTS Part. 1 - 2
1 5 CLARIFICATION OF BID DOCUMENTS Part.1 - 3
1.6 AMENDMENT OF BID DOCUMENT Part. 1 - 4
1.7 LANGUAGE OF BID AND SYSTEM OF UNITS Part. 1 - 4
1.8 BIDDER'S QUALIFICATIONS Part. 1 - 5
1.9 BID PROPOSAL Part.1 - 14
1.10 BID PRICES Part.1 - 18
1.11 BID CURRENCIES Part.1 - 20
DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND_ Part.1 - 20
1.12 QUALIFICATIONS Part. 1 - 20
1_13 DOCUMENTS ESTABLISHING GOODS' ELIGIBILITY AND CONFORMITY
TO BIDDING DOCUMENTS Part. 1 - 20
1.14 BID SECURITY Part.1 - 21

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

PART 1 INSTRUCTION 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.

All parameter in schedule 6 Plant Performance Guarantee shall be


designed based on the coal heating value HHV as received (as stated on

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.

The Leader of Joint Venture/Joint Operation/Consortium shall be Local


Company. The Bidders shall include O&M Company as a member of Joint
Venture/Joint Operation/Consortium.

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 Bid will be conducted based on International Competitive Bidding with


two stages bidding process.
BOOK 1
PART 1 INSTRUCTIONS TO BIDDERS

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'.'

The Bid Documents comprise of the following:

Book I Part 1 - Instructions to Bidders


Book II Part 2 - General Condition of Contract
Part 3 - Special Conditions of Contract

Part 4 - Technical Requirements


Section 4.1 - Project Description
Section 4.2 - Summary of works
Section 4.3 - General Technical Requirement
Book 11A Section 4.4 - General Technical Specification
Section 4.5 - Civil and Structural Works

Part 2A - O&M Conditions of Contract


Book III Part 4A - O&M Scope of Works
Part 5A - O&M Forms and Schedules

Section 4.6 - Mechanical Works


Section 4.7 - Electrical Works
Section 4.8 - Instrumentation and Control
System
Book IV Section 4.9 - Erection and Commissioning

Part 5 - Bid Forms and Schedule


Part 6 - Bid Drawings
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

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

For the attention : Procurement Officer for Timor-1 CFSPP (2 x 50 MW)


Facsimile : +62-21-7227060
Telp. : +62-21-7251234

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

The Owner makes no representation or warranty as to the accuracy of the


information provided by him, his agents, representatives or Bidder's
Owners_ It is the Bidder sole responsibility to verify the accuracy of such
information.

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.

This Bid Document contains references to certain Government of


Indonesia decrees and regulations. These are provided for t he
convenience of the Bidder and there is no expressed or implied warranty of
their validity. The Bidder will be deemed to have a necessary
understanding of all the applicable Indonesian regulations, laws etc.

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

dual language (English and Indonesian), however If any discrepancy or


inconsistency between two languages are found, English version shall
prevail.

Where information is provided in another language, it shall be


accompanied by a translation into English language with sworn translator's
stamp, which will prevail and will be used for interpreting the information.

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.

Each foreign member of Joint venture/ Joint Operation or Consortium shall be


from Organization for Economic Co-operation and Development (OECD)
Country members which in diplomatic relation with Indonesia.

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

The Bidder shall submit a Bid Proposal comprising qualification documents as


set forth herein. The Owner will first check and confirm whether the Bidder
is eligible to successfully carry out the Project by examining the Technical
and Administration Bid Proposal. The Owner will only invite Bidder who
passes such Owner's qualification to submit Price Proposal at stage II.

The Bidder's qualification will be assessed on the basis of the following


criteria. To be qualified for award of Contract, Bidders shall, in accordance
with the Bid Document

(a) Submit documentary evidence establishing that the Bidder has the

a. Company working permit,


b. Financial capability,
c. Technical capability to undertake the Contract, and
d. Experienced and qualified key personnel, adequate
management capabilities.
e. Manufacturing and production capabilities.
f. O&M Capabilities
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

(b) Provide evidence of the above requirements by completion of Part


5, Schedule 5 [Qualification Profiles) to satisfy the Owner of
Bidder's ability to perform the Works specified. Such evidence shall be
submitted with the Technical and Administration Bid Proposal.

(G) identify the actual designers and manufacturers from Original


Equipment Manufacturer (OEM) of main equipment and other main
equipment as stipulated herein.

(d) Identify the actual designers, manufacturers, erectors, suppliers,


and constructors of the Plant and all major portions of the Works other
than item (c) above.

Bid Proposals submitted by a joint-ventures/ Joint Operation or Consortium of


two or more firms as partners shall comply with the following
requirements:

(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;

(b) The owner of company or One of the partners shall be authorized to


be in charge; and this authorization shall be evidenced by submitting a
power of attorney signed by legally authorized signatories of all the
partners and stamped;

(c) All partners of the joint-ventures/ Joint Operation or consortium shall


be jointly and severally liable for the execution of the contract in
accordance with the contract terms, and a relevant statement shall be
included in the authorization mentioned under (b) above as well as in
the Bid Forms and the Forms of Agreement (in the case of a successful
bid);

(d) The bidder shall submit Partnership Agreement Letter concerning


scope of works, partnership percentage and leader of such
partnership. The minimum partnership percentage for leader is more
than 20 (twenty) percents and other members shall be minimum 20
(twenty) percents and for member which is the O&M company shall be
minimum 5 (five) percent. Maximum number of Companies of Joint
Venture/ Joint Operation/ Consortium is four (4).

(e) The member of Joint Venture/ Joint Operation/ Consortium cannot be


a member of other Joint Venture/ Joint Operation/ Consortium, and
shall fully support the Leader of Joint Venture/ Joint Operation/
Consortium in all respect for the successfully to the execution of the
Works.

(f) A copy of the agreement entered into by the Joint Venture/Joint


Operation/Consortium partners shall be submitted with the bid as
specified in clause 1.9.2,1;
BOOK I
PART 'I INSTRUCTIONS TO BIDDERS

(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

ii) A Bidder is any association/affiliates (inclusive of parent firm)


mentioned in subparagraph; or

iii) A Bidder lend, or temporarily second its personnel to firm or


organization which are engaged in consulting services for
preparation related to procurement for or implementation of the
project, if the personnel would like be involved in any capacity
on the same project; or

iv) A Bidder participates in more than one Bid as a partner in a Joint


Venture/Joint Operation/Consortium. A Bidder who participates
in more than one Bid will cause all of the Proposals in which the
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

Bidder has participates to be disqualified. In the even the main


equipment Manufacturer is already part of Joint Venture/Joint
Operation/Consortium, then the main equipment Manufacturer is
not allowed to support other Joint Venture/Joint
Operation/Consortium.
v) No firm can be a subcontractor while submitting a bid a partner
of a joint venture / joint operation / consortium in the same
bidding process. A firm, if acting in the capacity of
subcontractor/sub-vendor in any bid, may participate in more
than one bid, but only in that capacity.

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

EPC Contractor Experience

Leader of consortiums/ joint-ventures/ joint-operations shall be Local


Company who have experience at least :

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 member as EPC Contractor of a Joint Venture/ Joint Operation/


Consortium from OECD Country members which in diplomatic relation with
Indonesia shall have successful experience at least two (2) Coal Fired
Steam Power Plant projects in the last twenty (20) years, and successful
operation for more than two (2) years with the following criteria :

minimum output is 50 MW for each unit,


for EPC Contractor from OECD Countries, the reference project shall be
outside home country

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.

The member of a Joint Venture/ Joint Operation/ Consortium from Local


Company shall demonstrate that the Bidder has successfully completed at
least one (1) EPC Contract, complying with the following requirements :
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

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.

O&M Company as a member of Joint Venture/Joint Operation/Consortium


shall be Local Company or Company from OECD country which has
diplomatic relation with Indonesia, and shall demonstrate their Operation and
Maintenance (O&M) management capabilities, a comprehensive
qualification and experience reference list shall be submitted with the bid. The
reference list shall be based on the following:

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 Bidder shall provide:

Copy of contract showing scope of work and Joint Venture/Joint


Operation/Consortium agreement in case of Joint Venture/Joint
Operation/Consortium form,

2. Satisfactorily Statement Letter from owners or operators evidencing

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 also demonstrate that each of designers / manufacturers


/ erectors / suppliers of the Plant have proven ability and experience to
execute the portion of the works to be taken by them. All Bidders shall
submit supporting letter(s) from these main equipment manufacturers to
confirm the readiness for supply and support within the project period.
Main equipments (boiler, steam turbine, generator, DCS, and transformer)
shall be described in Schedule 5.
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

The qualification of the equipment of Level 1, 2, 3 and 4 as stipulated in


Part 4 Section 4.3 Clause 4.3.7 shall meet the criterion as specified in
Schedule 8 Equipment Qualification Checklist and shall be designed and
manufactured in the country which Indonesia or a member of OECD which has
diplomatic relation with Indonesia. In addition, the Bidders shall confirm that the
equipment of Level 1 and 2 to have after-sales service agents or
representatives in Indonesia. Detail information with regard to the
manufacturers, Level 1 equipment in particular, shall be provided and
searchable in the internet.

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.

(a) Boiler or Steam Generator

The manufacturer of the CFB boiler or steam generator shall be from


OECD Country or Indonesia.

For non pressure parts and steel structure shall be locally


manufactured product.

For all pressure parts, materials shall be manufactured in OECD


Country or in Indonesia.

The Manufacturer shall has experience to design and/or manufacture


CFB Boiler at least 50 MW or larger in the last ten (10) years and
successfully operated at least for two (2) years with EAF 80 ')/0

Appropriate data and satisfactorily statement from the user shall also be
submitted in the application.

(b) Steam Turbine Generator

The Steam Turbine Generator shall be Original Equipment


Manufacturer (OEM) and originally manufactured in OECD country
members which in diplomatic relation with Indonesia. The
manufacturer shall has experience to design and manufacture steam
turbine - generator designed with capacity of 50 MW or larger in the last
ten (10) year, installed and successfully operated at least for two
(2) years, outside the manufactured home country.

Appropriate data and satisfactorily statement from the user shall also be
submitted in the application.
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

(c) Transformer

Transformer shall be locally manufactured product. The Manufacturer


shall has designed and manufactured at least one (1) unit with
capacity of 62.5 MVA or larger (150 kV output) in the last ten (10) years.

It is informed that the Transformer Manufacturer as stipulated above is


not permitted to binding an exclusive agreement of only one Bidder.

Appropriate data and satisfactorily statement from the user shall also be
submitted in the application.

(e) Distributed Control System (DCS)

The DCS system shall be locally manufactured product or originally


manufactured from OECD country which in diplomatic relation with
Indonesia. The manufacturer shall Indonesia and having experience of
supplying such GCS for at least one (1) project of CFSPP in the last ten
(10) years and successfully operated at least for two (2) years. DCS
manufacturer shall be from worldwide known brand and has technical
representative in Indonesia.

Appropriate operating data and satisfactorily statement from the user


shall also be submitted in the application.

(f) Other Equipments

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.

The Bidder offer of the equipment and systems technology as stipulated in


Part 4 Section 4.3 Clause 4.3.7 shall be qualified with the proven evidence and
operating data, successfully statement from the user.

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

Leading MemberThe Bidder I designers I manufacturers / erectors /


suppliers I sub vendor shall each have an organization and financial
standing commensurate with the execution of the full scope of his works.

The Bidder / designers / manufacturers / erectors I suppliers / sub-Bidders


shall have undisputed capability, manufacturing capacity and erection
equipment to carry out the Works as stipulated in the Bid Document.

The Bidder I designers I manufacturers / erectors / suppliers / sub-Bidders


shall have, or be able to provide, a technical organization adequate to carry out
all aspects of the Contract.
BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

The Bidder / designers I manufacturers / erectors / suppliers / sub -Bidders


shall have, or be able to provide, a technical organization adequate to carry out
all aspects of the Contract.

The Bidder / designers / manufacturers / erectors / suppliers / sub-Bidders


shall already have a "quality assurance" organization, with procedures
and specifications designed to ensure during both manufacturing and field
installation phases that appropriate standards are attained.

The main equipment (i.e. boiler, steam turbine and generator)


manufacturers shall have valid environmental management system
certification.

The Bidder/ designers/ manufacturers/ erectors/ suppliers/ sub-Bidders shall


have no claims outstanding against them in respect of the performance
or quality of their work.

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

International Reputable Rating Company will contact the Bidder related to


the examination results of financial capability of the Bidder.

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 :

Stage I The Technical and Administration Proposal shall contain the


following:

- 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

Deviation Form and Exceptions to Bid Documents (Schedule 3.2)


Construction Power and Water Requirement (Schedule 3.7)
Construction Storage Area Requirement (Schedule 3.8)
Construction Personnel (Schedule 3.9)
S
Statement in compliance with the Republic of Indonesia Industry
Ministerial Regulation No. 54/M-IND/PER/3/2012 regarding
"Pedoman Penggunaan Produksi Dalam Negeri Untuk
Pembangunan Infrastruktur Ketenagalistrikan". (Schedule 3.10.1)
Vendor List (Schedule 3.11)
Contract Schedule Key Dates (Schedule 4)
Qualification Profile (Schedule 5)

o Copies of Company Registration Certificates (Sertifikat Badan


Usaha Jasa Konstruksi (SBUJK), For local company: Surat Ijin
Usaha Perdagangan & Surat Ijin Usaha Jasa Konstruksi,
Sertifikat Badan Usaha (SBU) and Izin Usaha Jasa Penunjang
Tenaga Listrik (IUJPTL).
For Foreign Company: Surat Ijin Pervvakilan Jasa Konstruksi
Asing, certified by relevant Authorities.
o Reference Project List and respective owners' certificates as per
ITB Clause 8.5,
o Main Equipment reference project lists and respective owners'
certificates as per 1TB Sub-Clause 8.6.2 and 8.6.3,
o Other Main Equipment reference project lists and respective
owners' certificates as per ITB Sub-Clause 8.6.4
o D&B or Investment Grade certificates as per ITB Clause 1.8.12;
o Equipment manufacturers' authorization letter, as applicable and
as required in Section 1.8 above,
o Quality Assurance organization and Occupational Health and
Safety Management System or equivalent.
o Main Equipment Manufacturer's ISO 9001 and ISO 14001
certificate or equivalent international certification;
o Experienced and qualified key personnel, adequate
management capabilities.

Technical Data (Schedule 7)


Equipment Oualification Checklist (Schedule 8)
Program for Planned Inspection (Book 11 A Schedule 1.3)
Technical Data for O&M (Book II A Schedule 3,4,5)

Power of Attorney with stamp


Heat Balance Diagram for condition 50%, 75%, 100% of Gross and Net
Output
Drawings and other technical data as per specified in Part 4, Technical
Requirements required to be completed and submitted

S
-

BOOK I
PART 1 INSTRUCTIONS TO BIDDERS

Documentary evidence as stipulated in 1.8


Any other documents required to be completed and submitted by
Bidders in accordance with this Instruction to Bidders
Any other document which the Bidder intends to submit as
supplementary information

Stage II The Commercial and Price Proposal shall contain the


following :

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.

A joint operation/consortium, each partner by signing under seal, shall


undertake that if the Bid Proposal is accepted they will be jointly and
severally bound to discharge the duties, obligations and responsibilities of the
Contract.

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

the Contract but thereafter shall be finalized as described in Book II Part 4


Section 4.3.3.

Bidder shall submit corresponding milestone schedule identifying the date or


period of major activities associated O&M Works.

Bidder should note that liquidated damages will be assessed as specified


under Part 2 Clause 2.46 and Part 3 Clause 3.4 for delay in completion and for
non-performance of equipment as applicable to the supply under this
Contract.

Bid Proposal shall be prepared to conform to all laws, by-laws and


regulations including, but not limited to, national, provincial and local
authority laws, by-laws and regulations in force in the locality of the Works.

Bid proposals shall be made without any connection, comparison of figures or


arrangement with, or knowledge of, any other person or people
submitting a bid proposal for the same Work and shall be in all respects fair and
without collusion or fraud.

Bidder shall complete Part 5, Schedule 3.3 to indicate the estimated value of
Payments for Power Plant and to directly reflect the following:

All Contract Schedule Key Dates of Part 5, Schedule 4 shall be clearly


identified and properly satisfied.

All Contract payments specified in Part 3, Clause 2 [Term of Payment],


which shall be clearly identified with respect to the value of each payment, the
date of each payment and, where applicable, a brief description of the goods
in each shipment or the portion of the Works having been erected and/or
commissioned.

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 :

Lacking of scope of supply, in particular for equipment of Level 1 and 2


stipulated in Part 4 Section 4.3 Sub-section 4.3.7, and
Non-compliance with the specifications required in Bid Documents for
major or main equipment as well as Level 1 equipment.

Major deviation following the above, the bid proposal shall be subject to
rejection.

Any other technical deviations which not stated in Schedule 3.2


proposed in the Bid Document shall be deemed in compliance with the
required specifications of the Bid Document.

You might also like