Download as rtf, pdf, or txt
Download as rtf, pdf, or txt
You are on page 1of 14

GENERAL INSTRUCTIONS

1. SCOPE OF WORK
Scope of work means the obligations to be performed by the Vendor under the
determined Terms of Reference (TOR)/Work Plan and Requirements/Technical
Specification/Bill of Quantity/Drawings.

2. EMPLOYER
Employer or Project Owner is PT B o s o w a Ma r g a N u s a n t a r a , which is herein
represented by the Board of Directors, an Official one level below the Board of
Directors, Head of the Headquarter, or General Manager within the Company, who
has the power over and is responsible for the use of the Company’s budget to
implement the required Goods/Services Procurement.

3. PROCUREMENT COMMITTEE
Procurement Committee shall be the Goods and Services Procurement Team of PT
Marga Utama Nusantara.

4. FUND SOURCE
Fund source is the fund from the Work Plan and Budget (RKAP) of PT Bosowa Marga
Nusantara FY 2018.

5. BIDDER REQUIREMENTS
Bidders eligible for participating in this procurement process shall be companies,
which meet the following requirements:
a) Have a valid business license as required;
b) Have sufficient competency and experience according to the work field;
c) Do not receive any Warning Letter on the ongoing work within the
Ministry of Public Works and Public Housing or are not blacklisted by any
institution.

6. WORK REQUIREMENTS
The work to bid must be in accordance with the scope of work as detailed in the bill of
quantity, Work Plan and Requirements, which constitute a part of this Procurement
Document and will be clarified in a pre-bid meeting (if necessary).

7. QUALIFICATION AND CLASSIFICATION OF BIDDERS


Companies who are eligible for participating in this procurement process shall be
Vendors who meet the required qualification and classification.

Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 1
8. LANGUAGE
a) The language used in the Procurement Document/Proposal Document
shall be Indonesian, except for standard technical terms used in the field.
b) In the event 2 (two) languages are used and there is difference of
meaning, the Indonesian version will be binding.

9. PROCUREMENT METHOD AND CONTRACT TYPE


a) Procurement method: Limited Bidding
b) For the applicable contract system, refer to the General Conditions
of Contract (Item 4. Contract Type).

10. COST TO PARTICIPATE IN PROCUREMENT PROCESS


a) All costs incurred for purposes relating to bidder’s participation shall be
at the full expense of the relevant bidder.
b) If a bidder is declined or declared to be failed and/or null for some
reason, compensation may not be given and/or any claims may not be instituted
against PT Bosowa Marga Nusantara.

11. PROCUREMENT DOCUMENT


a) Procurement Document consists
of:
1) General
Instructions
2) General Conditions of
Contract
3) Evaluation Criteria and Mechanism
4) Bill of Quantity (BQ)
5) Work Plan and Requirements
6) Drawings (if any)
7) Appendices
b) Bidders are requested to review all instructions, formats of forms,
terms/conditions, specification, and any other documents required in the
Procurement Document.
Bidder’s failure to meet the terms and conditions in the Procurement Document
shall be at the bidder’s risk, which may result in their disqualification.
c) Bidders, at their own cost, must investigate the accuracy of matters or
condition pertaining to the work to be implemented.
d) If a Bidder is appointed as the Work Implementer, any inconsistency
found between the Proposal Document and Procurement Document may not be
used as the ground for not implementing the work according to this Procurement
Document.
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 2
12. ADDENDUM TO PROCUREMENT DOCUMENT
a) If deemed necessary prior to the proposal submission date, the
Procurement Committee may issue Addendum to the Procurement Document to
clarify to all applicants/bidders any provisions of or amendments to the
Procurement Document.
b) Any issued addendum to the Procurement Document shall be
submitted and received by all applicants/bidders within reasonable time prior to
Proposal submission.
c) Any addendum to the Procurement Document shall constitute an
inseparable part of this Procurement Document.

13. CLARIFICATION OF PROCUREMENT DOCUMENT (IF NECESSARY)


a) Pre-bid meeting to clarify the Procurement Document may be held if
necessary through:
 Direct discussion (face to face and/or site visit).
b) Pre-bid meeting to clarify the Procurement Document will be held
on:
 Day/Date : 17 November 2017
 Mechanism : Closed
c) If face-to-face discussion is held, all applicants are expected to attend
the discussion. They shall be the each company’s Board of Directors or their
representatives who must present their power of attorney for this purpose.
Absence of any applicants in the discussion may not become the basis for
rejecting or disqualifying their proposals.
d) In the pre-bid meeting, the Procurement Committee will clarify anything
pertaining to the bidding, primarily the substance of the work, including changes
and other matters arising in the pre-bid meeting, and will also be supported by the
relevant unit in providing technical specification clarification.
e) All oral and written questions from applicants and responses from the
Procurement Committee as well as anything arising in the pre-bid meeting will be
documented in a Pre-bid Meeting Record.
f) Conclusion and decision of the Pre-bid Meeting, including site visit result
(if deemed necessary) will be documented in a Pre-bid Meeting Record.
g) The Pre-bid Meeting Record shall constitute an inseparable part of this
Procurement Document.

14. PROCUREMENT PROCEDURE


These procurement process/phases are as follows:

NO PHASE SCHEDULE

Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 3
1. Invitation 14 November 2017
2. Registration 17 November 2017
3. Verification and acceptance of registration 17 November 2017
4. Procurement document collection 17 November 2017
5. Pre-bid meeting 17 November 2017

6. Submission of Proposal (Envelope I & II) 15 December 2017

7. Opening of Envelope I & II 15 December 2017


8. Evaluation of Envelope I & II 18 – 19 December 2017
9. Announcement of Result of Envelope I & II 20 December 2017
10. Negotiation and/or clarification 21 December 2017
11. Determination of successful bidder 21 December 2017
12. Announcement of successful bidder 21 December 2017
13. Purchase Order 22 December 2017
14. Contract Drafting 22 December 2017
Note:
The schedule above is tentative and subject to change.

15. PROPOSAL PREPARATION


Proposal consists of 2 envelopes (Envelope I and Envelope II), namely:
I. Administrative and Technical Proposals (ENVELOPE I)
a) Administrative Data:
1) Proposal
i. Proposal must be signed by:
1. The company’s director whose name is specified in the
company’s deed or an authorizee as specified in a power of
attorney from the company’s director.
2. The company’s branch manager, appointed by the
headquarter as evidenced by the authentic document by attaching
the copy.
3. An official, who, under the agreement, may represent the
cooperating company.
ii. If the signatory is not the competent Director/Branch Manager, a
Power of Attorney must be attached as 1 (one) PDF file to this
proposal.

2) Bid Bond
i. Proposal must be equipped with a bid bond in the form of Bank
Guarantee from a Commercial Bank (excluding People’s Credit
Bank) or Bond from an Insurance Company which has surety bond
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 4
program; the bid bond may also be in the form of cash ;
ii. The original bid bond must be scanned and uploaded. The
committee may verify the bond’s authenticity/reliability to the issuer.
iii. If based on the verification, it is found that the scanned bid bond
is fake or the bond is never made, the bidder will be disqualified and
blacklisted.
iv. The bid bond must contain the following:
1. Full name and address of the employer according to
the requirement;
2. Full name and address of the bidder (secured party);
3. Full name and address of the securing party;
4. Amount of the bid bond in figures and words, which
shall not be less than the required nominal amount;
5. Validity period of bid bond shall not shorter than the
requirement;
6. Name of the secured work package shall be the same
as the required work package;
7. Statement from the Securing Party that the bid bond
may be liquidated immediately and unconditionally;
8. The deadline for bid bond liquidation demand by the
Employer to the Securing Party;
9. Express statement that the securing party refers to the
Indonesian Criminal Code, primarily Article 1831 and/or Article
1832;
10. Signature of the securing party.
Without prejudice to the requirement in letter (d) above, the
requirements in bid bond format shall be presented and adjusted to
the correspondence format and the applicable additional provisions
or the Bank’s/Insurance Company’s requirements.
v. The minimum bid bond amount is determined Rp.
2,000,000,000 (Two billion rupiah ) and shall be valid at
least for 90 (ninety) calendar days as of the proposal opening,
and may be extended if required, and addressed to:
Board of Directors of PT Bosowa Marga
Nusantara, Gedung Menara Bosowa lt 4, Jl. Jend.
Sudirman No. 5, Makassar
vi. If a bidder withdraws after the proposal opening or a bidder has
been announced as the successful bidder but fails to submit the
performance bond within the determined deadline, the bid bond
money may be held by PT Bosowa Marga Nusantara.
vii. If required prior to the determination of successful bidder, the

Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 5
Committee may request the original of the bid bond.
3) Company’s Qualification Form
The supporting form(s) will be further clarified in an event aiming to
prove the qualification or be focused on the successful bidder.

b) Technical Data:
i. Engineers to be employed, equipped with CV, copy of university
diploma (testifying successful completion of study)/certificate
testifying a particular skill/proficiency
ii. Designers to be employed, equipped with CV, copy of university
diploma (testifying successful completion of study)/certificate
iii. Conceptual design containing design reference, plan preparation,
design development preparation;
iv. Design drawings consisting of:
a. Layout
b. Sketch plan
c. Pieces and detail
1. Geometric design
 Cross section
 Horizontal alignment
 Vertical alignment
2. Structural design
 Pile
 Pier (foundation, column, supporting beam) (c) Beam
or Box Girder
 Floor slab
 Pavement design
 Drainage design
 Road lighting design

d. Aesthetic design (elevated segment design)

v. The proposed technical specification and list of materials;


vi. Structure calculation analysis:
a. Loading plan
b. Modeling and analysis
c. Calculation of foundation and structure
vii. Work implementation method and equipment;
a. Preparation
b. Major Work
c. Supporting Work
d. Quality Assurance
e. HSE Implementation
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 6
f. Equipment used
viii. Implementation Period is equipped with:
a. Network Planning; and
b. Bar Chart/Time Schedule (S Curve)
ix. Volume calculation breakdown (without price)

Note:
BIM (Building Information and Modeling) must be used in making the design by using
licensed software and this requirement is A MUST.

II. Price Proposal (ENVELOPE II)


Opening of Envelope II will be conducted upon completion of Administrative and
Technical Data (Envelope I) evaluation.
a) Price Proposal
1) Price proposal shall be prepared by following the example and
signed by:
a) The company’s director whose name is specified in the
company’s deed or an authorizee as specified in a power of
attorney from the company’s director.
b) The company’s branch manager, appointed by the headquarter
as evidenced by the authentic document by attaching the copy.
c) An official, who, under the agreement, may represent the
cooperating company.
2) If the signatory is not the competent Director/Branch Manager, a
Power of Attorney must be attached as 1 (one) PDF file to this proposal.

b) Proposal Price Breakdown


1) Bidders must prepare their proposal price breakdown according
to the proposed drawings and specification.
2) If any work items mandatory according to the determined criteria
are not specified in the breakdown, such matter shall be at the full
responsibility of the Work Implementer.

c) List of Unit Price Analysis


Unit price analysis must be made in detail to indicate consistency and
compliance with the proposed implementation method and specification.

16. PROPOSAL SUBMISSION


a. The deadline for proposal submission in the bodily presence of their
authorized official is according to the determined schedule;
b. Bidders must check the schedule and an email will be sent in the event
of the schedule change. Late proposal submission shall be at the bidder’s
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 7
risk.
c. Proposal submission shall comply with the following provisions:
1.Bidders must submit their proposals (administrative, technical, and price)
in the bodily presence of their authorized official.
2.Prior to the deadline, bidders may amend their proposals (per item
according to the requirement).
3.Technical and price proposals must be originals (not in the form of
PDF).

17. PROPOSAL OPENING


a. Proposal opening shall be conducted as follows:
1) Opening of Envelope I
Opening of Envelope I will be conducted simultaneously and
consecutively by presenting the completeness of administrative and
technical proposals and Envelope II.
2) Opening of Envelope II
Opening of Price Proposal (Envelope II) will be conducted for bidders
who have met the requirements in the evaluation of Administrative &
Technical Proposal. Meanwhile, Envelope II of ineligible bidders will not
be opened.

b. Proposal price during the envelope opening is used to determine the lowest
order priority. Principally, the proposal price to be used is as specified in the
proposal. The following table provides a guidance in the event of difference between
the price in the proposal and in the breakdown (if any):

PRICE DIFFERENCE ACCEPT


PRIORITY
NO IN IN ED PRICE
1 PROPOSAL noteworthy
noteworthy BREAKDOWN In proposal According to
2 insignificant noteworthy In proposal to
According
3 noteworthy insignificant breakdown
In proposal breakdown
According to
4 insignificant insignificant proposal
Clarification No priority
*) will be made during
*) If necessary, clarification as specified in the table above
the proposal evaluation by comparing or considering the breakdown (if any).

18. DISQUALIFIED PROPOSAL DURING PROPOSAL OPENING


a. Proposal is sent by post/expedition service; or
b. Proposal is sent through any member of the Procurement
Committee/UKPBJ or any official within PT Bosowa Marga Nusantara; or
c. Proposal is submitted after the determined deadline (late submission).
19. PROPOSAL EVALUATION AND EVALUATION CRITERIA

Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 8
a. Proposals will be evaluated by the Procurement Committee/UKPBJ for
all proposals which are declared complete during the proposal opening.
b. Proposal evaluation includes administrative and technical data
(Envelope I). Bidders who are declared to pass the evaluation of Envelope I will
continue to the evaluation of price data (Envelope II).
c. Evaluation mechanism shall follow the Evaluation Criteria and
Mechanism in this Procurement Document.

20. CLARIFICATION
Procurement Committee/UKPBJ may request clarification or verification if deemed
necessary under the following conditions:
a. Clarification by the Procurement Committee/UKPBJ aims only to
request clarification to bidders on unclear matters.
b. Clarification will not change the proposal’s material contents (price,
terms, conditions, and technical specification which must be absolutely fulfilled).
If it is proven in the clarification that a bidder changes their proposal’s material
contents, the proposal will be disqualified.
c. All requests for clarification from the Procurement Committee/UKPBJ
and Bidders shall be made in writing.
Note:
Procurement Committee/UKPBJ shall determine a specific deadline for
Bidders to submit their clarification. If until the deadline a Bidder does not provide
their clarification, it will be deemed that there is no clarification from the bidder.
d. Clarification result will be incorporated in the clarification record.
21. NEGOTIATION
a. Negotiation will be made for the lowest bid price below the OE or above
the OE after proposal submission.
b. Negotiation may only be made to 1 (one) best bidder and may be
conducted in an electronic manner and/or face to face.
22. ANNOUNCEMENT OF SUCCESSFUL BIDDER
The successful bidder will be announced by the Procurement Committee/UKPBJ after
decision of successful bidder is issued by the competent official.

23. ISSUANCE OF PURCHASE ORDER (PO)


a. PO will be made if the successful bidder has been determined.
b. If the successful bidder refuses to be appointed as the work implementer,
their Bid Bond will be liquidated and they will be sanctioned (blacklisted) in the
form of prohibition to participate in any Goods/Services Procurement within the
Company.
c. Then, the second best bidder may be determined as the successful
bidder under the following provisions:
1) Approval for successful bidder shall be obtained from the official
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 9
competent in determining the successful bidder; and/or
2) The proposal and Bid Bond are still valid or the validity period has been
extended.
d. If the second best bidder also intends to take the action set forth in item
25.b, the same sanction will be imposed on them and the process to determine the
successful bidder will start as set forth in item 25.c. If the last best bidder takes
the same action, re-tender or Direct Appointment will take place.
e. Principally, upon issuance of PO, the work implementer may commence
the work preparation.
24. PERFORMANCE BOND
a. Performance Bond means a liquid and unconditional written guarantee
submitted to guarantee proper contract performance.
b. Performance bond must contain the following:
i. Full name and address of the employer according to the
requirement;
ii. Full name and address of the bidder (secured party);
iii. Full name and address of the securing party;
iv. Amount of the performance bond in figures and words, which
shall not be less than the required nominal amount;
v. Validity period of performance bond shall not shorter than the
requirement;
vi. Name of the secured work package shall be the same as the
required work package;
vii. Statement from the Securing Party that the bid bond may be
liquidated immediately and unconditionally;
viii. The deadline for performance bond liquidation demand by
the Employer to the Securing Party;
ix. Express statement that the securing party refers to the
Indonesian Criminal Code, primarily Article 1831 and/or Article
1832;
x. Signature of the securing party.
Without prejudice to the requirement in letter (d) above, the requirements in
performance bond format shall be presented and adjusted to the correspondence
format and the applicable additional provisions or the Bank’s/Insurance
Company’s requirements.
c. Performance bond shall be issued by a commercial bank (not people’s
credit bank) operating in Indonesia. Performance bond may also be in the form of
cash.
d. Performance bond validity shall be the same as the work
implementation period plus at least 60 (sixty) calendar days.
e. If the Work Implementer fails to perform their obligations (in default)
under the contract, the Securing Party shall pay the Performance Bond amount to
the Employer.
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 10
f.Performance bond shall at least amount to 5% of the contract value. If the
contract value is below 80% of OE, the minimum bond amount shall be
5%x80%xOE.
25. CONTRACT SIGNING
a. Contract shall be issued by the Legal Working Unit and may be drawn up
upon issuance of the PO.
b. Goods/Services User and Bidder must check the draft contract, including
the contents, wording, and scope of contract.
c. In the event of difference between provisions in the documents, the
governing document order shall be as follows:
1) Agreement/Contract;
2) Proposal and bill of quantity (to the extent they are not less than the
determined technical specification/TOR);
3) Amendment to Procurement Document;
4) Pre-bid Meeting Record, Joint Volume Calculation (if any);
5) General Conditions of Contract;
6) Technical Specification and/or Work Plan and Requirements;
7) Drawings (if any);
8) Other documents such as bonds, PO.
d. If contract signing takes place prior to submission of Performance Bond,
the contract must contain the following provisions:
1) Deadline for Performance Bond submission and warning mechanism
must be specified;
2) If, until the determined time, the Goods/Services Provider fails to submit
the Performance Bond, the contract may be unilaterally terminated;
3) All forms of payment under the contract may not be made prior to
issuance of Performance Bond.
26. UNSUCCESSFUL TENDER AND RE-TENDER
a. A tender will be declared unsuccessful if:
1) No Goods/Services Providers register for the tender; or
2) No Bidders submit their proposals; or
3) No proposals are eligible as required in the Procurement Document; or
4) All proposal price is above the determined OE; or
5) All Bidders withdraw and disagree to their appointment; or
6) Procurement process does not fundamentally follow the Company
Regulation applicable in PT Bosowa Marga Nusantara on Mechanism of
Goods and/or Services Procurement.
b. Re-tender
1) For unsuccessful tender due to the cause set forth in item 26.a.1), re-
tender will be held through re-announcement;
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 11
2) For unsuccessful tender due to the cause set forth in item 26.a.2), re-
tender will be held through re-announcement and new Services/Goods
Provider; and/or by inviting Services/Goods Provider which have passed the
registration.
3) For unsuccessful tender due to the cause set forth in item 26.a.3), re-
tender will be held by inviting Services/Goods Provider which have been
included in the list of procurement participant. If necessary, another pre-bid
meeting may be held.
4) For unsuccessful tender due to the cause set forth in item 26.a.4), re-
tender will be held by inviting Bidders which have previously submitted their
proposals;
5) Principally, re-announcement/re-invitation will be made once. If, after
such re-announcement/re-invitation, the following happens:
a) no eligible Goods/Services Providers register for the
procurement; and/or
b) no Goods/Services Providers submits their Proposals; and/or
c) no Proposals are eligible; and/or
d) all bidders withdraw and disagree to their appointment;
the Procurement Committee/UKPBJ may invite 1 (one) eligible
Goods/Services Provider for further procurement process;
6) If, in the re-tender, corruption, collusion, and nepotism are committed, the
Goods/Services User must stop the procurement process.
7) To allow brief and effective re-tender set forth in item 26.b.4), an event to
accommodate questions on the Procurement Document shall not be
organized, except some matters must be amended or added. The bidders
shall only be requested to submit their proposals under the following
mechanism:
a) Prior to the closing of proposal opening meeting, the
Procurement Committee/UKPBJ shall announce re-price proposal
submission and bidders who do not submit their proposals may not
participate in the re-price proposal submission, which shall be specified
in the proposal opening record;
b) In the re-price proposal, bidders must make a statement that all
attachments to the previous proposals are still valid and constitute an
inseparable part of the proposal, except the proposal price amount.
8) If, in the re-submission of the price proposal, all price remains above the
OE, actions will be taken in the following order:
a) Procurement Committee/UKPBJ shall organize clarification
and/or negotiation to the first lowest bidder until agreement is
reached by referring to the OE. If it fails, the process will continue to
the next lowest bidder.
b) If the agreement is not reached from the first until the last
lowest bidder, the Procurement Committee/UKPBJ will report to the

Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 12
Employer (President Director/Director) by providing one of the
following recommendations:
1. Plan for change of scope of work or technical
specification to reach the same figure as the OE; or
2. The scope of work or technical specification remains
unchanged, but the OE amount is increased so long as fund is
adequately available and the first lowest bidder shall be
proposed as the prospective successful bidder; or
3. Invite other eligible Goods/Services Provider for further
process.

27. OTHER PROVISIONS


Goods/Services User, Procurement Committee, and/or UKPBJ may not for any reason
whatsoever give any compensation to any bidder if their proposals are rejected or the
tender is declared unsuccessful.
PT BOSOWA MARGA NUSANTARA
GOODS AND SERVICES
PROCUREMENT

Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 13
Pekerjaan Desain And Build

Pekerjaan Pembangunan Jalan Tol Ujung Pandang Seksi 3 (Jalan Tol Layang Pettarani) Page 14

You might also like