Professional Documents
Culture Documents
For fulfilling the electric energy demand in Ketapang Regency, West Kalimantan Province, PT
Perusahaan Listrik Negara (Persero) has planned to build PLTU KETAPANG (2 X 10 MW)for
supplying the electric power for public use
The plants will be performed through full EPC turnkey contract, where the plant will consist of two
(2) units.
The Commercial Operation Date (COD) and handover for the first unit of the plant shall be
nineteen(19) months from the signing date of the contract. The next unit’s COD shall be within
two (2) months following the first unit.
The plant will be generated by using coal. The coal is transported by barge and unloaded by
excavator, then delivered and stocked to the coal storage area by truck.
The type of cooling system shall be use cooling tower system
PROJECT LOCATION
3
PLTU KETAPANG 2 X 10 MW
The Plant is located at Sukaharja Village, Delta Pawan Sub-district, Ketapang Regency,
West Kalimantan Province. With the coordinate location of S 1° 48' 05.4" and E 109° 58'
20.6".*)
The Bidder shall fully describe his technical proposal including details of main plant items and
systems. Supporting documentation shall include design bases, heat, and mass balance
diagrams, layouts and plant drawings, single line and flow diagrams and complete the Owner
Tender Schedules in Book IV. The commercial and guarantee schedules are included in this
document.
The Contractor shall, at his own cost obtain all necessary and required permits and licenses for
the execution of the Works, including but not limited to Building Construction Permit (IMB), permit
for heavy equipment transportation and road reinforcement.
Terminal Points and Interfaces
6
’
’
’
the appropriate Bid Drawing included in Part 6.
IMPORTANT POINTS
7
INVITATIONS
PT PLN (Persero) (the Owner) will receive Bid Proposals submitted as specified in the Bid Document for PLTU
KETAPANG with minimum net output of 2 x 10 MW and maximum tolerance not more than +10%, if it was found
that the tolerance reach more 10%, is subjected to be failed.
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.
The bid will be conducted by local competitive bidding with LCB a Two Stage Bidding process
SOURCE OF FUND
The proposed project will be financed by the Owner under his own fund.
IMPORTANT POINTS cont’d
BIDDER'S QUALIFICATIONS
9
The Bidder shall demonstrate that the equipment offered by him have been proven in commercial
service. Prototype component and equipment are not acceptable, except for Boiler.
The Boiler or Steam Generator shall be manufactured locally (Indonesia) where the
manufacture shall meet the local content (TKDN) requirement and have design and manufactured
at least one (1) unit of Boiler with capacity of 3 MW or larger, installed and successfully operated
at least for two (2) years. Appropriate operating data and satisfactorily statement from the user
shall also be submitted in the application. Overseas manufacturer is not allowed.
The Steam Turbine - Generator manufacturer shall have designed and manufactured at least one
(1) units with capacity of 10 MW or larger, installed and successfully operated at least for two (2)
years. Appropriate operating data and satisfactorily statement from the user shall also be
submitted in the application.
The instrument and control system shall be supplied by internationally reputable manufacturer,
having experience of supplying such instrument and control for at least one (1) projects of CFSPP.
The 20 kV switchgear systems shall be supplied by internationally reputable manufacturer,
having experience of supplying such system for at least one (1) incoming / outgoing feeders of 20
kV.
IMPORTANT POINTS cont’d
BIDDER'S QUALIFICATIONS cont’d
10
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.
The Bidder shall complete all forms required and submit in First Stage (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
The Bidder shall submit certification or Statement Letter from the past customer of the Coal Fired
Power Plant. Missing of such evidence will cause the Bidder’s offer not to be further evaluation.
Under the regulation requires the Bidder, including members of joint operation/ consortium or his
affiliate, shall only offer a bid once for same Project or location. Bidder deviation to above may cause
the rejection of the Bidder’s proposal
IMPORTANT POINTS cont’d
BID PROPOSAL
11
Bid proposals shall consist of an original Bid Proposal, which shall be marked “Original”,
and 2 (two) copies, which shall be marked “Copy” for each stage and shall include a copy
of every attachment to the original Bid Proposal.
The bidder shall submit the technical and administration proposal (include softcopy) as the
first stage proposal at the time in accordance to Clause 1.18 herein and will be evaluated
and clarified; the bidder who submit the technical and administration bid proposal and
passed the minimum specification criteria as mentioned in the bid document will be invited
to submit the price proposal as the second stage proposal.
IMPORTANT POINTS cont’d
BID PROPOSAL
12
1st stage
The Technical and Administration Proposal (1st Stage) shall contain the following:
Completeness Check List Form (Form 7)
Supporting Documentation List Form (Form 8)
Bid Letter for Technical Proposal
Bid Security
Power of Attorney
Joint Operation/ Joint Venture / Consortium Agreement
Addendum Receipt (Schedule 3.1)
Deviation Form and Exceptions to Bid Documents (Schedule 3.2) without price
adjustment *)
Construction Power and Water Requirement (Schedule 3.7)
Construction Storage Area Requirement (Schedule 3.8)
Construction Personnel (Schedule 3.9)
Indonesian Manufactured Goods and Services / Local Content (Schedule 3.10) without
price adjustment *)
Any other deviations that are not proposed in Schedule 3.2 of the Bid Document shall be
deemed in compliance with the required specifications of the Bid Documents.
The Bidder shall submit a list of Tools and Test Equipment and Recommended Spare Parts
for the purpose of maintaining the continuous operation of Plant with Guarantee condition
as provided by the Bidder for 2 (two) years operation. The proposed listings, prepared
under the basis of the Bidder experience in the previous Plant operation and maintenance
of the type of equipment offered, and the listing shall be completed with his unit price
herein. Fail to submit Mandatory Spare Part List, the bid proposal will be subject to
rejection.
IMPORTANT POINTS cont’d
17
BID PRICES
Bidder shall complete Part 5, Schedule 1 - Base Prices on the basis of fixed lump sum price, except
for piling works that shall be paid based on actual installed pile length basis. However if the actual
installed pile differ (more or less) from the offered basis, the price adjustment will be applied using
schedule 1.8 “Unit Adjusting Price”.
A bid proposal with bid prices on any other basis may result in disqualification of the bid proposal
The goods and services procure and spend in Indonesia shall be quoted in Indonesian Rupiah.
BID SECURITIES
The Bidder shall submit with his Technical Bid Proposal ( 1 st Stage) an irrevocable Bid Security in the
form of a bank guarantee in favor of an amount not less than equivalent US$ 660,000 (Six hundred
and sixty thousand USD)
In the event the Bidder fails to submit a valid bank guarantee acceptable to the Owner, together with
his First Stage, such Bid Proposal will be subject to rejection.
PERIOD OF VALIDITY OF BIDS
Bid proposals shall be irrevocable and the Owner will have the right to accept at his sole discretion
any bid proposal at any time before the expiry of 90 calendar days from the Bid Closing Date.
IMPORTANT POINTS cont’d
DEADLINES FOR SUBMISSION OF BIDS 18
The Technical and Administration Proposal (1st Stage) shall be submitted by hand at or before the
bid closing time of ……… WIB, on ………….., 2010 to:*)
To : PT PLN (PERSERO) WILAYAH KALIMANTAN BARAT
Jl. Adi Sucipto KM 7,3 Sei Raya
PONTIANAK 78391
For the attention: General Manager
c/o Procurement Committee
Phone: (0561)722037 (Hunting)
Fax: (0561)721395
Submittal shall be by hand. Bid proposals will be opened publicly at …………. *) hours on the above date
in the office at, Jl. Adi Sucipto KM 7,3 Sei Raya PONTIANAK 78391– INDONESIA
The Prices Proposals (2nd Stage) must be received by the Owner at the address and no later than the
date and time advised by the Owner.
The Address, the closing date, and closing time for the submission of Price Proposals will be advised in
writing by the Owner at the end of the 1st stage, after review and evaluation of the initional unpriced
Technical Proposals has been completed.
2nd Envelope
To assist in the examination, evaluation and comparison of Price Bid Proposal, the Owner
may, at its discretion, ask any Bidder for clarification of its Bid Proposal. The request for
clarification and the response shall be in writing or by fax, but no change in the price or
substance of the Bid Proposal shall be sought, offered or permitted except as required to
confirm the correction of arithmetic errors discovered by the Owner in the evaluation of the
Bid Proposals.
The evaluated investment cost on NPV basis will be determined on the basis of the total Bid Price
(after arithmetic errors rectification).
The Levelized Electric Generating Cost will be calculated at:
AWARD CRITERIA
Subject to clause 1.27, the Owner will award the contract to the Bidder whose proposal
has been determined to be substantially responsive to the bid document, and who has
offered the lowest evaluated Specific cost (levelized generating cost - Rp/kWh)*)
The Bidder shall use Indonesian manufactured goods and services or local content with
the minimum amount is 70 % (Seventy percent) in accordance to the Republic of
Indonesia Industry Ministerial Regulation No. 48/M-IND/PER/4/2010 regarding “Pedoman
Penggunaan Produksi Dalam Negeri Untuk Pembangunan Infrastruktur
Ketenagalistrikan.”
PERFORMANCE SECURITY
The Bidder shall, at least fourteen (14) Days prior to the date established for signing of the
Agreement, furnish at his own cost performance security to the Owner in an amount equal to ten (10)
percent of the Total Contract Price. The performance security shall insure the due and proper
performance of this Contract and the payment of any obligations, damages, liquidated damages, or
expenses for which the Bidder may become liable to the Owner.
The performance security shall be issued by reputable local banks or foreign bank which operates in
Indonesia.
The performance security shall remain valid and in full effect for a period of thirty (30) Days after
Completion of the Contract.
IMPORTANT POINTS cont’d
24
The Contractor shall keep himself fully informed of all laws of the Republic of Indonesia, all local
laws, ordinances, safety codes, regulations and all orders and decrees of bodies or tribunals having
any jurisdiction or authority which in any manner affect the Contractor, those engaged or employed
on the Works or which in any way affect the conduct of the Works. He shall at all times observe and
comply with all such laws, ordinances, safety codes, regulations, orders and decrees and shall
protect and indemnify the Owner against any claim or liability arising from or based on the violation
thereof.
Email : th.binjai@gmail.com ;
panpltu1.kalbar@gmail.com
Cc : irasavitri@plnkalbar.co.id ; inidewi@gmail.com
Cc : hifni.ashif@plnkalbar.co.id
Cc : andri_yanto_1982@yahoo.co.id
Cc : erwin.herlambang@gmail.com
FAX : 0561 721395 (PLN KALBAR)
FAX : 021 56943780 ; 021 5640132 (PLN-E)