(MCA-Indonesia)
On Behalf of the Government of Indonesia
Funded by:
THE UNITED STATES OF AMERICA
through
THE MILLENNIUM CHALLENGE CORPORATION
Project Name:
Community-based Health and Nutrition to Reduce Stunting
December 2015
Contents
CONTENTS .................................................................................................................................................. II
SECTION 1INSTRUCTIONS TO BIDDER ............................................................................................... 1
A.
1.
2.
3.
4.
5.
B.
6.
7.
8.
C.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
D.
24.
25.
26.
27.
E.
28.
29.
30.
31.
General ................................................................................................................ 1
Scope of Bid ........................................................................................................ 2
Source of Funds; Compact Terms and Conditions ............................................. 3
Fraud and Corruption .......................................................................................... 3
Conflicts of Interest; Eligibility of Bidders, Suppliers, Goods and Related
Services .............................................................................................................. 4
Eligible Goods and Related Services .................................................................. 7
Bidding Document .............................................................................................. 8
Sections of Bidding Document ........................................................................... 8
Clarification of Bidding Document .................................................................... 9
Amendment of Bidding Document ..................................................................... 9
Preparation of Bids ............................................................................................. 9
One Bid per Bidder ............................................................................................. 9
Cost of Bidding ................................................................................................. 10
Language of Bid ................................................................................................ 10
Documents Comprising the Bid ........................................................................ 10
Bid Submission Sheet and Price Schedule........................................................ 10
Alternative Bids ................................................................................................ 11
Bid Prices and Discounts .................................................................................. 11
Currencies of Bid .............................................................................................. 13
Documents Establishing the Eligibility of the Bidder ...................................... 13
Documents Establishing the Eligibility of the Goods and Related Services .... 13
Documents Establishing the Conformity of the Goods and Related Services .. 13
Documents Establishing the Qualifications of the Bidder ................................ 14
Period of Validity of Bids ................................................................................. 14
Bid Security ...................................................................................................... 14
Format and Signing of Bid ................................................................................ 16
Submission of Bids ........................................................................................... 16
Bid Submission ................................................................................................. 16
Deadline for Submission of Bids ...................................................................... 17
Late Bids ........................................................................................................... 17
Withdrawal, Substitution, and Modification of Bid.......................................... 17
Opening and Evaluation of Bids ....................................................................... 18
Bid Opening ...................................................................................................... 18
Confidentiality .................................................................................................. 19
Clarification of Bids .......................................................................................... 20
Bid Responsiveness .......................................................................................... 20
ii
32.
33.
34.
35.
36.
37.
38.
39.
F.
40.
41.
42.
43.
44.
45.
46.
47.
Arithmetic Corrections...................................................................................... 20
Examination of Terms and Conditions, Technical Evaluation ......................... 21
Conversion to Single Currency ......................................................................... 21
Bid Evaluation .................................................................................................. 21
Comparison of Bids .......................................................................................... 22
Domestic Preference ......................................................................................... 22
Post-Qualification of the Bidder ....................................................................... 22
MCA-Indonesias Right to Accept Any Bid, and to Reject Any of All Bids ... 24
Award of Contract............................................................................................. 24
Award Criteria .................................................................................................. 24
MCA-Indonesias Right to Vary Quantities at Time of Award ........................ 24
Notification of Award ....................................................................................... 24
Performance Security ........................................................................................ 25
Signing of Contract ........................................................................................... 25
Publication of Award and Debriefing ............................................................... 25
Bid Challenge System ....................................................................................... 26
Compact Conditionalities.................................................................................. 26
A.
B.
C.
D.
E.
F.
General .............................................................................................................. 27
Bidding Document ............................................................................................ 27
Preparation of Bids ........................................................................................... 28
Submission of Bids ........................................................................................... 29
Opening and Evaluation of Bids ....................................................................... 30
Award of Contact .............................................................................................. 30
A.
1.
2.
3.
General .............................................................................................................. 31
Qualification Information ................................................................................. 31
Evaluation Criteria ............................................................................................ 32
Post Qualification Criteria ................................................................................ 33
SECTION 4 BIDFORMS........................................................................................................................... 35
SECTION 5CONTRACT FORMS ......................................................................................................... 55
I.
II.
III.
IV.
V.
Agreement ......................................................................................................... 56
General Conditions of Contract ........................................................................ 57
Special Conditions of Contract ......................................................................... 85
Appendix A ....................................................................................................... 94
Bank Guarantee for Performance Security ..................................................... 100
iii
This Invitation for Bidding (IFB) follows the General Procurement Notice that appeared
in dgMarket, UNDB online and the MCA-Indonesia website (http://mcaindonesia.go.id/wp-content/uploads/2014/04/MCA-I-General-Procurement-Notice-Aprilto-Sept-2014.pdf) on April 24, 2014 and in the local newspaper, Kompas, on April 26,
2014.
MCA-Indonesia now invites sealed bids to provide the goods and related services
referenced above (Bids). More details on the goods and related services are provided
in the Schedule of Requirements.
This IFB is open to all eligible entities or persons (Bidders) who wish to respond.
Bidders may only associate with each other in the form of a joint venture or under a subcontractual agreement to complement their respective areas of supply to enhance their
capacity to carry out the supply of goods and provision of required services and so long
as any association is formed or sub-contract is entered into in accordance with the
bidding document associated with this IFB.
A supplier will be selected under the a competitive bidding method, the evaluation
procedure for which is described in sections of the bidding document associated with this
IFB in accordance with the MCC Program Procurement Guidelines which are provided
on the MCC website www.mcc.gov.
The bidding document associated with this IFB includes the following Sections:
Section 1
Instructions to Bidders
This Section provides information to help Bidders prepare their
Bids; it, also, provides information on the submission, opening,
and evaluation of Bids and on the award of the proposed contract.
Section 2
Section 3
Section 4
Bid Forms
This Section provides the Bid Submission Form, Price Schedules
for Goods, Bid Security, the Manufacturers Authorization (if
required), and other forms which are to be completed by the Bidder
and submitted as part of its Bid.
Section 5
Contract Forms
I
Contract Agreement
II
General Conditions of Contract
III
Special Conditions of Contract
iii
Section 1
Instructions to Bidders
A. General
Definitions
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)
(o)
(p)
(q)
(r)
(s)
(t)
(u)
(v)
(w)
(x)
1. Scope of Bid
1.1
2. Source of Funds;
Compact Terms
and Conditions
2.1
3. Fraud and
Corruption
3.1
4.1
Ineligibility
and
Debarment
4.3
Joint
4.5
Ventures;
Subcontractors
4.6
4.7
Trafficking in
Persons
5. Eligible Goods
and Related
Services
4.8
4.9
4.10
4.11
4.12
5.1
5.2
B. Bidding Document
6. Sections of
Bidding
Document
6.1
Instructions to Bidders
Bid Data Sheet
Qualification and Evaluation Criteria
Bid Forms
Form of Contract, including
Contract Agreement
General Conditions of Contract
Special Conditions of Contract
Appendices
Appendix A Additional Provisions
Bank Guarantee
Security
for
Performance
Schedule of Requirements
6.2
6.3
7. Clarification of
Bidding
Document
8. Amendment of
Bidding
Document
6.4
7.1
7.2
7.3
8.1
8.2
8.3
C. Preparation of Bids
9. One Bid per
Bidder
9.1
10.1
11.1
12. Documents
Comprising the
Bid
12.1
13.1
14.1
15.1
15.2
15.3
15.4
15.5
15.6
a.
15.8
16.1
17. Documents
Establishing the
Eligibility of the
Bidder
17.1
18. Documents
Establishing the
Eligibility of the
Goods and
Related Services
18.1
19. Documents
Establishing the
Conformity of the
Goods and
Related Services
19.1
19.2
19.3
20. Documents
Establishing the
Qualifications of
the Bidder
20.1
21.1
21.2
22.1
22.3
15
23.1
23.2
23.3
23.4
D. Submission of Bids
24. Bid Submission
24.1
25.1
25.2
26.1
27. Withdrawal,
Substitution, and
Modification of
Bid
27.1
27.3
28.1
28.2
Firstly,
e-mail
files
or
envelopes
marked
WITHDRAWAL shall be opened and read out, and
Bids for which an acceptable notice of withdrawal has
been submitted pursuant to ITB Clause 27 shall not be
opened. No Bid withdrawal shall be permitted unless
the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out
at Bid opening. Next, e-mail files or envelopes marked
SUBSTITUTION shall be opened and read out and
exchanged with the corresponding Bid being
substituted, and the substituted Bid shall not be opened,
but returned to the Bidder. No Bid substitution shall be
permitted unless the corresponding substitution notice
contains a valid authorization to request the substitution
and is read out at Bid opening. E-mail files or envelopes
marked MODIFICATION shall be opened and read
out with the corresponding Bid. No Bid modification
18
29. Confidentiality
28.3
28.4
29.1
29.2
30. Clarification of
Bids
30.1
31. Bid
Responsiveness
31.1
32. Arithmetic
Corrections
31.2
32.1
Provided that the Bid is substantially responsive, MCAIndonesia shall correct arithmetical errors on the
following basis:
a. if there is a discrepancy between the unit price and the
line item total that is obtained by multiplying the unit
price by the quantity, the unit price shall prevail and the
line item total shall be corrected, unless in the opinion
of the MCA-Indonesia there is an obvious
misplacement of the decimal point in the unit price, in
which case the line item total as quoted shall govern
20
33.1
33.2
33.3
34. Conversion to
Single Currency
34.1
For evaluation and comparison purposes, MCAIndonesia shall convert all Bid prices expressed in the
amounts in both US Dollars and in the local currency of
MCA-Indonesias country into US Dollars, using the
selling exchange rate published by the Central Bank of
MCA-Indonesias country or other sources as agreed in
the BDS on the date specified in the BDS.
35.1
33. Examination of
Terms and
Conditions,
Technical
Evaluation
35.3
35.4
36. Comparison of
Bids
36.1
37. Domestic
Preference
37.1
38. Post-Qualification
of the Bidder
38.1
38.2
Section
3:
38.4
39. MCA-Indonesias
Right to Accept
Any Bid, and to
Reject Any of All
Bids
38.5
39.1
F. Award of Contract
40. Award Criteria
40.1
41. MCA-Indonesias
Right to Vary
Quantities at Time
of Award
41.1
42. Notification of
Award
42.1
42.2
44. Signing of
Contract
45. Publication of
Award and
Debriefing
43.1
43.2
44.1
44.2
44.3
45.1
45.2
46.1
47. Compact
Conditionalities
47.1
47.2
26
Section 2
The following specific data for the Goods to be procured shall complement, supplement,
or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a
conflict, the provisions in the Bid Data Sheet (BDS) shall prevail over those in the ITB.
A. General
ITB Definitions
ITB 1.1
MCA-Indonesia is:
The Millennium Challenge Account Indonesia
The Goods and Related Services are: Anthropometry Kits.
Related Services: distribution of the equipment to certain
locations as indicated in Section 6, Schedule of Requirements.
The name and identification of the proposed Contract is:
Provision and Distribution of Anthropometry Kits.
B. Bidding Document
ITB 7.1
ITB 11
C. Preparation of Bids
ITB 12.1(h)
b.
c.
d.
e.
f.
ITB 15.5
Annex 2.
ITB 15.7
ITB 15.8
ITB 19.3
The list of spare parts, special tools, etc. (if any), shall cover a
period of two years from the date of acceptance of the Goods by
MCA-Indonesia.
ITB 21.1
The Bid validity period is one hundred and twenty (120) days
after the Bid submission date.
ITB 22.1
ITB 22.2
ITB 23.1
ITB 23.2
D. Submission of Bids
ITB 24.1
ITB 24.1(b)
Not Applicable.
ITB 24.2(b)
ITB 24.2(c)
ITB 34.1
ITB 35.2
ITB 35.3
Not Applicable
F. Award of Contact
ITB 41.1
ITB 46.1
30
Section 3
This section contains the factors, methods and criteria that MCA-Indonesia may use to
evaluate a Bid and determine whether a Bidder is qualified.
1. Qualification
Information
1.1
The information required for qualification of a
Bidder shall be as shown below. Any Bidder failing to
provide all the documentation requested, or providing
documentation subsequently found to be false or untrue
during the evaluation process, shall have that Bid rejected
and it shall no longer be considered during the evaluation
process. The information required is:
a.
demonstration to the satisfaction of MCA-Indonesia
that the Bidder has in place sufficient safety policy
documents and safety awareness to be able to perform the
contract in a safe and workmanlike manner; such
information includes a narrative that the Bidder possess a
high level of Health and Safety (H&S) management
expertise and can successfully manage the H&S risks
related to the delivery of the Goods and Related Services
and is capable of abiding by H&S procedures similar to
those provided in Section 6: Schedule of Requirements.
b.
demonstration to the satisfaction of MCA-Indonesia
that the Bidder has in place sufficient environmental and
social policy documents and awareness to be able to
perform in accordance with MCC Environmental
Guidelines and MCA-Indonesias countrys environmental
legislation; such information includes a narrative that the
Bidder possess a high level of Environmental and Social
(E&S) management expertise and can successfully
manage the E&S risks associated with the delivery of the
Goods and Related Services and is capable of abiding by
E&S management plans similar to those provided in
Section 6: Schedule of Requirements.
1.2
2.1
2.2
a.
Delivery schedule.
Pass/Fail basis.
c.
Pass/Fail basis
d.
e.
Poor Performance:
3. Post Qualification
Criteria
1.1;
Average coefficient of Debt ratio (Total Debt /
Total Assets) 0.75
Annual Cash flow of USD 105,000.
34
Section 4
BSF1
Bid Forms
BSF3
BSF4
BSF5
BSF6
BSF7
BSF8
BSF9
BSF10
MANUFACTURERS AUTHORIZATION......................................................................... 52
BSF11
BSF12
35
BSF1
[The Bidder shall complete this form in accordance with the instructions indicated. No
alterations to its format shall be permitted and no substitutions shall be accepted].
CB No.: CN-B-14
We, the undersigned, declare that:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
Address
Reason
Amount
37
CERTIFICATION
Full Legal Name of Bidder:
__________________________________________________________________
Full Legal Name of Bidder in Language and Script of Country of Formation (if different from
above):
________________________________________________
Address of Principal Place of Business or Chief Executive Office of Bidder:
___________________________ _____________________
________________________________________________
________________________________________________
Full Name of Three (3) Highest Ranking Officials of Bidder (for any Bidder that is an entity):
_______________________________________________
________________________________________________
________________________________________________
38
Full Legal Name(s) of Parent Entity or Entities of Bidder (if applicable; if Bidder has no parent,
please so state):
__________________________________________________________________
Full Legal Name(s) of Parent Entity or Entities of Bidder in Language and Script of Country of
Formation (if applicable and if different from above):
________________________________________________
Address(es) of Principal Place of Business or Chief Executive Office of Parent Entity or Entities
of Bidder (if applicable):
________________________________________________
________________________________________________
________________________________________________
1)
Does a Government own a majority or controlling interest (whether by value or voting interest)
of your shares or other ownership interest (whether directly or indirectly and whether through
fiduciaries, agents or other means)?
Yes
No
2)
3)
Has a Government granted to you any special or exclusive legal or economic rights or
benefits that may alter the competitiveness of your goods, works or services or otherwise
influence your business decisions?
Yes
No
If yes, describe: _________________________________________________________
(c)
Does a Government have the ability to direct or decide any of the following with respect
to you:
i. any reorganization, merger, or dissolution of you or the formation or acquisition of
any subsidiary or other affiliate by you?
Yes
No
39
Yes
5)
If your answer to question 4 was yes, please answer the following questions:
No
(a)
(b)
(c)
Do you receive any subsidy or payment (including any form of subsidized credit) or any
other form of assistance (financial or otherwise) from a Government?
Yes
No
If yes, describe: _________________________________________________________
(d)
Even though not majority or controlling, does a Government continue to hold any
ownership interest or decision making authority in you or your affairs?
Yes
No
If yes, describe: _________________________________________________________
(e)
Do you send any funds to a Government other than taxes and fees in the ordinary course
of your business in percentages and amounts equivalent to other non-Government-owned
enterprises in your country that are engaged in the same sector or industry?
Yes
No
If yes, describe: _______________________________________________________
Prior to announcing the winning bidder or consultant or any list of pre-qualified bidders or
shortlisted consultants for this procurement, the MCA Entity will verify the eligibility of such
bidder(s) or consultant(s) with MCC. MCC will maintain a database (internally, through
subscription services, or both) of known GOEs and each winning or pre-qualified bidder and
winning or shortlisted consultant subject to this provision will be compared against the database
and subject to such further due diligence as MCC may determine necessary under the
circumstances.
2.
Any misrepresentation by any entity submitting a bid or proposal for this procurement may be
deemed a fraudulent practice for purposes of the MCC Program Procurement Guidelines and
any other applicable MCC policy or guidance, including MCCs Policy on Preventing,
Detecting and Remediating Fraud and Corruption in MCC Operations.
3.
Any entity that is determined by MCC to have organized itself, subcontracted any part of its
40
Any credible accusation that any entity submitting a bid or proposal for this procurement is a
GOE ineligible to submit a bid or proposal in accordance with the MCC Program Procurement
Guidelines will be subject to review in a bid challenge in accordance with those Guidelines and
the MCA Entitys Bid Challenge System.
I hereby certify that the information provided above is true and correct in all material respects and
understand that any material misstatement, misrepresentation or failure to provide the information
requested in this certification may be deemed a fraudulent practice for purposes of the MCC
Program Procurement Guidelines and other applicable MCC policy or guidance, including MCCs
Policy on Preventing, Detecting and Remediating Fraud and Corruption in MCC Operations.
Authorized
Signature:
______________________________
Date:
_____________
41
BSF2
Item
Description
of Goods
Country
of
origin
Quantity
and
physical
unit
Unit
price
EXW
10
Price per item for Price per item for Cost of local labor, Total price
of item
the services
raw material and
inland
transportation and provided by the components from (col. 6+7+8)
Inspection Agent
within MCAother services
Indonesias
required
in
MCA(col. 45)
country
Indonesias country
to convey the
(% of col. 6)
goods to their
Final Destination
Total
EXW
price per
item
10
Grand Total Price
(col. 4X10)
42
BSF3
Item
N
Description of Goods
Country of
origin
Quantity
and
physical
unit
Unit price
CIP
Total CIF or
CIP price per
item
(col45)
43
BSF4
Line
Item
N
Description
of Goods
Country
of Origin
10
11
12
Total Price
per item
(Col.
9+10+11)
44
BSF5
Item
Description of Related
Services (excludes
inland transportation
and other services
required in the MCAIndonesias country to
convey the Goods to
their Final Destination)
Country of origin
Delivery Date at
Final Destination
Quantity and
physical unit
Unit price
Total Price of
item
(col. 5 x 6)
45
BSF6
1.
2.
3.
4.
Evidence of access or availability of financial resources in accordance with Section 3. PostQualification Criteria.
Audited financial statements for the last three (3) years, supported by audit letters and other
documents.
Tick the boxes and attach documents to the Bid.
The information filled in above by Bidders shall be used for purposes of post qualification as
provided for in Section 1, ITB Clause 38 and Section 3. This information shall not be
incorporated into the Contract. The Bidder is to adapt and extend this form BSF6 as
necessary. Pertinent sections of attached documents should be translated into English.
46
Beginning in April of 2008, there will be a formal mechanism for reporting and sharing past performance
information on all MCC-funded projects. This mechanism is detailed in the guidance paper entitled Reporting
and Considering Past Performance by Contractors in The MCA Entity Program Procurements and can be found
at www.mcc.gov.
47
BSF7
1.
2.
Evidence of access or availability of financial resources in accordance with Section 3. PostQualification Criteria.
Audited financial statements for the last three (3) years, supported by audit letters and other
documents.
In case of JV, documents are provided for each Member of the JV.
Tick the boxes and attach documents to the Bid.
The information listed above shall be provided for each member of a joint venture.
Attach the agreement among all members of the joint venture (and which is legally binding
on all members), which shows that:
1. all members shall be jointly and severally liable for the execution of the Contract
in accordance with the Contract terms;
2. one of the members shall be nominated as being in charge, authorized to incur
liabilities and receive instructions for and on behalf of all members of the joint
venture; and
3. the execution of the entire Contract, including payment, shall be done exclusively
with the member in charge.
48
BSF8
[The bank, as requested by the Bidder, shall fill in the form in accordance with the
instructions indicated]
CB No.: CN-B-14
Whereas [insert name of Bidder] (hereinafter the Bidder) has submitted its bid dated
[insert day, month, year] for the above mentioned Bid Reference for the supply of [insert
name of Goods] hereinafter called the Bid.
KNOW ALL PEOPLE by these presents that WE [insert name of Bank] having our
registered office at [insert address of bank], are bound unto the Millennium Challenge
Account-Indonesia (hereinafter MCA-Indonesia) in the sum of [United States Dollars]
[insert amount in words and figures] for which payment well and truly to be made to the
aforementioned MCA-Indonesia, we bind ourselves, our successors, or assignees by these
presents. Sealed with the Common Seal of this bank this [insert date, month, year].
THE CONDITIONS of this obligation are the following:
(a)
(b)
(c)
If the Bidder withdraws its Bid during the period of Bid validity specified by the Bidder in
the Bid Submission Sheet, except as provided in ITB Clause 21.2 (it being understood that
all references to ITB in this document shall be references to the Instructions to Bidders
section
of
the
bidding
document
associated
with
the
Bid);
OR
If the Bidder, having been notified that it has submitted the lowest-evaluated Bid does not
accept the correction of errors in its Bid by MCA-Indonesia, pursuant to ITB Clause 32;
OR
If the Bidder, having been notified of the acceptance of its Bid by the MCA-Indonesia, fails
within the specified time to:
(i) furnish the Performance Security, in accordance with GCC Clause 15 and as described
in ITB Clause 43,
OR
(ii) execute the Contract, in accordance with ITB Clause 44.
We undertake to pay MCA-Indonesia up to the above amount upon receipt of its first written
demand, without MCA-Indonesia having to substantiate its demand, provided that in its
demand the MCA-Indonesia states that the amount claimed by it is due to it, owing to the
occurrence of one or more of the above conditions, specifying the occurred conditions.
This security shall remain in force up to and including twenty-eight (28) days after the period
of Bid validity, and any demand in respect thereof should be received by us no later than the
above date.
Signed:
In the capacity of:
Print Name
duly authorized to sign the Bid Security
49
50
BSF9
51
BSF10
Manufacturers Authorization
CB No.: CN-B-14
[This letter of authorization should be on the letterhead of the manufacturer of the Goods and
should be signed by a person with the proper authority to sign documents that are binding on
such manufacturer. A Bidder shall include this letter of authorization in its Bid, if so
indicated in the BDS].
WHEREAS
We, [insert name of manufacturer] are reputable manufacturers of [insert type of goods
manufactured] having factories at [insert location(s) of factories].
THEREFORE, we do hereby
(a) Authorize [insert name of Bidder] to submit a Bid in response to the Invitation for
Bids indicated above. The purpose of such Bid is to provide the following Goods:
[insert description of Goods] manufactured by us, and to subsequently negotiate and
sign
the
Contract
for
the
supply
of
such
Goods.
AND
(b) Extend our full guarantee and warranty in accordance with Clause 25 of the General
Conditions of Contract, with respect to the Goods offered in the Bid.
Signed:
In the capacity of:
Print Name
duly authorized to sign the Bid for and on
behalf of
Dated on
52
BSF11
Notification of Award
CB No.: CN-B-14
[The Notification of Award shall be the basis for formation of the Contract as described in
ITB Clause 42. This form of Notification of Award shall be filled in and sent to the successful
Bidder only after evaluation of Bids has been completed, subject to any review by the MCC
as required.]
To: [insert name and address of the Supplier]
This is to notify you that your Bid dated [insert date] for execution of the above mentioned
Bid Reference for the lump-sum contract price of [insert amount in words and numbers]
[insert name of currency], as corrected and modified in accordance with the Instructions to
Bidders is hereby accepted by MCA-Indonesia.
You are hereby instructed to (a) proceed with supply of the said Goods and Related Services
in accordance with the Contract, (b) sign and return the attached Contract, and (c) forward the
Performance Security pursuant to GCC Clause 15 within fourteen (14) days after receipt of
this Notification of Award.
Signed:
Dated on
Attachment: Contract
53
BSF12
Item
N
Bidders must complete this Form indicating the description of the equipment offered with the Bid. The description shall respond to each of the technical requirements
including packing and warranties as indicated in Section 6- Schedule of Requirements. Bidders must submitted with the bid complete manufacturers descriptive literature
sufficient in detail to establish quality and compliance with all specifications and requirements, such as brochures, pamphlets, photos, drawings or other illustrative means.
54
Section 5
Contract Forms
Contract No:______
Contract for Procurement for the Provision and
Distribution of Anthropometric Kits
between
MCA-Indonesia
and
[Full Legal Name of Supplier]
Dated:
55
I. Agreement
This CONTRACT AGREEMENT (this Contract) is made as of the [day] of [month],
[year], between, the Millennium Challenge Account-Indonesia (the MCA Entity or
MCA-Indonesia), on the one part, and [full legal name of the Supplier] (the
Supplier), on the other part.
RECITALS
WHEREAS
(a)
(b)
Signature
Signature
Name
Name
56
1.1
b.
c.
d.
e.
f.
g.
h.
i.
k.
l.
m. EHS has the meaning given the term in GCC SubClause 19.1.
n.
o.
p.
q.
r.
s.
t.
v.
w.
x.
y.
z.
aa.
bb.
cc.
dd.
ee.
Incoterms
2.2
Entire
Agreement
2.3
Amendment
2.4
2.5
Severability
2.6
Documents
2.7
Making
Up
This Contract
3.2
3.3
3.4
3.5
4.2
5. Association
5.1
6. Eligibility
6.1
6.2
6.3
8. Settlement
Disputes
9. Scope of Supply
10. Delivery
Documents
7.1
7.2
of 8.1
8.2
9.1
9.2
and 10.1
11.1
12.1
12.2
13.1
13.2
13.3
13.4
13.5
14.1
65
14.3
14.4
14.5
15.1
15.2
15.3
15.4
The performance security shall be discharged by MCAIndonesia and returned to the Supplier not later than
twenty-eight (28) days following the date of completion
of the Suppliers performance obligations under this
Contract, including any warranty obligations.
16. Copyright
16.1
17. Confidential
Information
17.1
15. Performance
Security
67
17.3
18. Subcontracting
17.4
18.1
19.2
19.3
20.1
20.2
69
21.1
22. Transportation
22.1
23.1
23.2
23.3
23.4
23.5
23.7
23.8
24. Liquidated
Damages
24.1
25. Warranty
25.1
25.2
25.3
25.4
25.5
25.6
26.1
26.3
26.4
26.5
of 27.1
28.2
29.1
29.2
29.3
29.4
29.5
29.7
30.2
30.3
of 31.1
31.2
32. Termination
by 32.1
MCA-Indonesia
32.3
32.4
33.1
34.1
a.
b.
Prohibition
The Supplier, any Subcontractor, or any of their
respective personnel, or any agent or affiliate of any
of the forgoing shall not:
i. engage in trafficking in persons during the
period of performance of the Contract:
81
Supplier Requirements.
The Supplier shall:
i. fulfill its obligations under this GCC SubClause 34.1 and additional obligations related
to TIP that may be set forth in the Schedule of
Requirements or any other documents that
make up this Contract;
ii. notify Suppliers personnel with respect to
MCCs policy regarding TIP and the
prohibited activities described in this GCC
Sub-Clause 34.1;
iii. notify MCA-Indonesia within 24 hours or as
soon as reasonably possible upon the Supplier:
a. becoming aware of any information it
receives from any source (including law
enforcement) that alleges any Suppliers
personnel, Subcontractor, or any of its
personnel, or any agent or affiliate of any of
them, has engaged in conduct that violates
MCCs TIP policy; or
b. taking any action against any Suppliers
personnel, Subcontractor, or any of its
personnel, or any agent or affiliate of any of
them, pursuant to these requirements; and
iv. ensure that any subcontract or subaward
entered into by the Supplier, as permitted by
this Contract, includes the substance of the
provisions of this GCC Sub-Clause 34.1.
d.
Remedies
In addition to any other remedies that may be available
under the terms of this Contract or Applicable Law, any
breach of this GCC Sub-Clause 34.1 may result in:
i. MCA-Indonesia requiring the Supplier to remove
the involved Suppliers personnel, Subcontractor
or any of its involved personnel, or any involved
agent or affiliate;
ii. MCA-Indonesia requiring the termination of a
82
35.1
36.1
38. MCC
Conditionalities
36. Accounting,
Inspection
Auditing
and
38.1
83
84
III.
The following Special Conditions of Contract (SCC) shall supplement and/or amend the
General Conditions of Contract (GCC). Whenever there is a conflict, the provisions
herein shall prevail over those in the GCC.
GCC
1.1(o)
GCC 1.13
1) Indemnities
For Property
Each Party shall be solely liable for damage to or loss its own property
and property it has hired from third parties or it operates howsoever or
by whomsoever caused even if caused by negligence of the other Party
or its personnel.
For Personnel
Each Party waives all rights of recourse against the other Party and
shall defend, indemnify and hold the other Party harmless from and
against any loss or liability (including legal expenses) arising out of any
claim or cause of action for loss of or damage to property of its
personnel and injuries to or disease or death of its personnel, regardless
of the cause of or reason for said damage, loss, injuries, disease or
death and even if caused by negligence if the other Party or its
employees or its personnel.
For Consequential Losses
Without prejudice to any penalty or other compensation provisions
stipulated for delay, non-performance, or otherwise, none of the Parties
shall be responsible or liable to the other Party for indirect or
consequential loss or damage suffered by such other Party, whether
such liability is based or claimed to be based upon any negligence or
other act or omission on the part of the Party causing the damage or
loss, or any of such Party's personnel in connection with the
performance of Contract.
Liabilities Towards Third Parties
(i)
(ii)
GCC 4.2
GCC 7.1
For notices that are served on MCA-Indonesia the address shall be:
For MCA-Indonesia:
Millennium Challenge Account - Indonesia
Att.: Minarto, Community Health and Nutrition Director
Gedung MR21 (Gedung Jasindo) 11th Floor
Jl. Menteng Raya 21
Jakarta 10330
Indonesia
Email address: Minarto@mca-indonesia.go.id; and copy to mcaindonesia@mca-indonesia.go.id;procurement.agent@mca-indonesia.go.id
For notices that are served on the Supplier the address shall be:
___________________________
GCC 7.2
For changes of address that are served on the MCA-Indonesia the address
shall be:
For MCA-Indonesia:
Millennium Challenge Account - Indonesia
Att.: Minarto, Community Health and Nutrition Director
Gedung MR21 (Gedung Jasindo) 11th Floor
Jl. Menteng Raya 21
Jakarta 10330
Indonesia
Email address: Minarto@mca-indonesia.go.id; and copy to mcaindonesia@mca-indonesia.go.id;procurement.agent@mca-indonesia.go.id
For changes of address that are served on the Supplier the address shall be:
___________________________
GCC 8.2
Disputes arising under this Contract that are not resolved by the Parties in
accordance with GCC Sub-Clause 8.1, shall be settled by arbitration in
87
Provisions in brackets are subject to negotiation for Bidders whose home offices are based outside of
Indonesia
88
three (3) copies of the packing list identifying contents of each package;
insurance certificate, showing the MCA-Indonesia as the beneficiary;
Manufacturers or Suppliers warranty certificate;
inspection certificate, issued by the Suppliers nominated inspection
agency, and the Suppliers factory inspection report;
(e) certificate of origin;
(f) delivery certificate to each District, duly signed by the District Health
Officer and the Provincial Health Officer, and;
(g) any other procurement-specific document required for delivery or payment
purposes.
The above documents shall be received by the MCA-Indonesia at least one
week before arrival of the Goods at the port or place of arrival and, if not
received, the Supplier will be responsible for any consequent expenses.
For Goods supplied from inside Indonesia:
(a) copies of the Suppliers invoice showing the Goods description, quantity,
unit price, and total amount;
(b) three (3) copies of the packing list identifying contents of each package;
(c) insurance certificate, showing the MCA-Indonesia as the beneficiary;
(d) Manufacturers or Suppliers warranty certificate;
(e) inspection certificate, issued by the Suppliers nominated inspection
agency, and the Suppliers factory inspection report;
(f) certificate of origin;
(g) delivery certificate to each District, duly signed by the District Health
Officer and the Provincial Health Officer.
GCC 12.1
Bank Name
Branch
Bank Address
Account US$ No :
90
Swift Code
Tax ID (NPWP)
GCC 12.2
The prices charged for the Goods delivered and Related Services performed
shall not be adjustable.
GCC 13.1
The method and conditions of payment to be made to the Supplier under this
Contract shall be as follows:
1
Description
Receipt and Inspection of all quantities of
equipment
at
the
Bidders premises/or
warehouse/or point of distribution to the
Districts.
-
Condition/Document
Approval Certificate issued
by the 4Inspection Agent to
be contracted by MCAIndonesia.
Approval/Acceptance
Memo issued by MCAIndonesia.
Invoice
detailing
the
equipment.
Approval Certificate issued
by the Inspection Agent to
be contracted by MCAIndonesia.
Reception/Acceptance
Certificates signed by each
Health District official and
Provincial Health official.
Approval/Acceptance
Memo issued by MCAIndonesia.
Final Invoice detailing the
equipment.
TOTAL
Payment
60%
40%
100%
Payment 2 (above) will be made for full delivery of the equipment. MCAIndonesia will not make partial payments for partial deliveries.
In addition to the Inspection Agent, MCA-Indonesia may assign
individual consultants to supervise the delivery in any of the locations.
GCC
13.5
MCA-Indonesia will hire Independent Inspection means, which may be an organized agency or individual
consultants technically qualified to conduct the inspection. This will be notified to the selected supplier.
91
MCA-Indonesia Tax Exemptions are set forth in Section 2.8 of the Compact
(http://mca-indonesia.go.id/wp-content/uploads/2013/09/compactindonesia.pdf.).
The Supplier shall be responsible and shall pay all applicable Taxes levied
under Indonesian law that are not exempted pursuant to the Compact.
GCC 15.1
GCC 15.3
GCC 20.2
The packing, marking and documentation within and outside the packages
shall be:
As Specified in SR3 Technical Specifications
Packaging shall be in the form that shall ensure the maximum safety of all
the items.
GCC 21.1
GCC 22.1
GCC 23.2
GCC 24.1
The liquidated damage shall be: 0.5% per week of the Contract Price.
The maximum amount of liquidated damages shall be 10% of the Contract
Price.
GCC
25.3
After delivery and acceptance of the Goods, the Performance Security shall
be reduced to five (5) percent of the Contract Price to cover the Suppliers
warranty obligations in accordance with Clause GCC 25.3.
GCC 25.5
The Supplier shall repair or replace the defective Goods or parts thereof
within 30 days. This period includes the delivery to the district where
92
93
IV.
Appendix A
Additional Provisions
Capitalized terms that are used but not defined in this Annex shall have the meaning given
to them in the GCC or in the Compact or related agreements.
The MCA Entity is responsible for the oversight and management of the implementation
of the Compact on behalf of the Government, and intends to apply a portion of the
proceeds of the Compact to eligible payments under this Contract, provided that (a) such
payments will only be made at the request of and on behalf of the MCA Entity and as
authorized by the Fiscal Agent, (b) MCC shall have no obligations to the Supplier under
the Compact or this Contract, (c) such payments will be subject, in all respects, to the
terms and conditions of the Compact, and (d) no party other than the Government and the
MCA Entity shall derive any rights from the Compact or have any claim to MCC
Funding.
A. MCC Status; Reserved Rights; Third-Party Beneficiary
1. MCC Status. MCC is a United States Government corporation acting on behalf of the
United States Government in the implementation of the Compact. As such, MCC has no
liability under this Contract, and is immune from any action or proceeding arising under
or relating to this Contract. In matters arising under or relating to this Contract, MCC is
not subject to the jurisdiction of the courts or any other juridical or other body of any
jurisdiction.
2. MCC Reserved Rights.
(a) Certain rights are expressly reserved to MCC under this Contract, the Compact
and other related Compact documents, including the right to approve the terms
and conditions of this Contract, as well as any amendments or modifications
hereto, and the right to suspend or terminate this Contract.
(b) MCC, in reserving such rights under this Contract, the Compact or other
related Compact documents, has acted solely as a funding entity to assure the
proper use of United States Government funds, and any decision by MCC to
exercise or refrain from exercising these rights shall be made as a funding
entity in the course of funding the activity and shall not be construed as
making MCC a party to this Contract.
(c) MCC may, from time to time, exercise its rights, or discuss matters related to
this Contract with the Parties or the Government, as appropriate, jointly or
separately, without thereby incurring any responsibility or liability to any
party.
(d) Any approval (or failure to approve) or exercise of (or failure to exercise) any
rights by MCC shall not bar the Government, the MCA Entity, MCC or any
other person or entity from asserting any right against the Supplier, or relieve
the Swupplier of any liability which the Supplier might otherwise have to the
94
97
98
99
Signature
Signature
Date:
Date:
100
Section 6
Schedule of Requirements
SR1
SR2
SR3
SR4
DRAWINGS ...........................................................................................................................120
SR5
SR6
101
SR1
A
Line
Item
Description of Goods
Quantity
Physical
unit
1344
Each
Children Height
Measurement Equipment
1344
E
Final Destination as
specified in BDS
G5
F
MCA-Indonesias Required Delivery
Date (as per Incoterms6)
Earliest
Delivery Date
Latest Delivery
Date
Each district as
required by MCA-I
90 calendar days
Each
Each
district
as
required by MCA-I
90 calendar days
1344
Each
Each
district
as
required by MCA-I
90 calendar days
1344
Each
Each
district
as
required by MCA-I
90 calendar days
13,440
Each
Each
district
as
required by MCA-I
90 calendar days
Travel bags
672
Each
Each district as
required by MCA-I
90 calendar days
672
Packages
Each district as
required by MCAIndonesia
90 calendar days
This column must be filled in by the Supplier and the Form must be submitted with the Bid.
CIP- Carriage and Insurance Paid to place of Destination.
7
.Final Destination as per Annex 2 of SR3- Technical Specifications
6
102
Service
Description
Quantity8
Physical Unit
The Supplier shall pack and distribute 672 packages. Each package will include the number of equipment indicated in SR3.
103
104
Quantity
1344
1344
1344
1344
13,440
105
Packaging
All Anthropometric Kits should be packaged in a travel bag. The specification of this
travel bag is also attached in Annex 1. The total number of packages is: 672 packages.
Each travel bag will consist of:
No
1
2
3
Anthropometric Kits
Baby Length Measurement Equipment
Children Height Measurement Equipment
Weight Scale:
a. Digital Weight Scale for adults.
b. Digital Baby Weight Scale.
Dual Mid-Upper Arm Circumference (MUAC) Equipment for
Pregnant Mothers and children.
Quantity
per bag
2
2
2
2
10
Each package/travel bag will, for distribution purposes, be packed in cardboard carton
boxes (672 in total). The Bidder needs to ensure that this packaging will be able to
withstand rough handling and exposure to adverse weather conditions; the Bidder will need
to consider size/weight of packages which can be handled at the various distribution points
and the unloading/loading facilities at those points; and the need for packing to be able to
withstand difficult inland transport journeys. MCA-Indonesia reserves the right to reject
non-compliant packing. All additional costs in relation to the rejection of equipment and/or
packing shall be borne by the Bidder.
The selected Bidder will be required to provide the cardboard carton box as a sample for
approval of MCA-Indonesia prior to contract award.
Distribution
The Supplier shall distribute the Anthropometric Kits to each Project location at District
Level. The District Health Office (DHO) staff will receive the Kits and sign the receipt9. A
Provincial Health Officer will also be present at the delivery site and will sign the receipt.
The number of packages to be distributed to each District is attached as Annex 2.
Services and Facilities to be provided by MCA-Indonesia and MoH
MCA-Indonesia and MoH will assist in the following:
1. Communication and coordination with the local governments.
2. Proper designation of the District Health officers who will be responsible for receiving
the kits.
9
106
Suppliers responsibility
1. The Bidder will provide the equipment and tools as per the technical
specifications as awarded.
2. The Bidder will ensure safe and secure packaging of all items.
3. The Bidder will engage their own inspection means to ensure compliance with the
Technical Specifications, packing and delivery requirements.
4. The Bidder will ensure safe and secure distribution of the kits.
5. The Bidder will ensure prompt replace of any defective equipment during the time
of the guarantee period.
107
Annex 1.
Technical Specifications and requirements of the Anthropometric Equipment and tools.
No
Anthropometry Equipment
1 Baby Length Measurement Equipment
(for children under 2 years of age)
Technical Specifications
Capacity: 100 - 105 cm
Accuracy: 0.1cm
Material: Acrylonitrile Butadiene Styrene (ABS) or similar (resistance to breaking and
lightweight for easy carrying).
Open Dimension:
Length: between 1115 mm - 1220 mm
Width: between 295 mm - 300 mm
Height: between 90 mm - 95 mm
Closed Dimension between:
Length: 665 mm - 670 mm
Width: 295 mm - 300 mm
Height: 55 mm - 60 mm
Total Weight: between 1.3 kg 1.5 kg
Additional Requirements:
Equipment must have two sides; one side can statically set to the proper scale
readings at zero lift (0) cm. While the other side will be a slider section to
measure the length of the baby's body.
Measurement must be read from two sides.
There must be 2 logos (logo dimension: 3 cm x 3 cm; painted & full color) MoH
and MCA-Indonesia. Samples of the Logos are in Annex 4 of these Technical
Specifications.
Children Height Measurement Equipment Capacity: possible to measure until 200 cm.
Accuracy: 0.1 cm
(for children older than 2 years)
Material: Fiber glass, zinc with readers made of transparent mica and plastic hanger, or
108
No
Anthropometry Equipment
Technical Specifications
similar.
Dimension:
Length: between 328 330 mm
Width: between 2145 2150 mm
Height: between 574 580 mm
Additional Requirements.
The items should have 2 logos, with dimensions 3 cm X 3 cm; painted & full color. One
logo is of MoH and one is of MCA-Indonesia. Samples of the Logos are in Annex 4 of
these Technical Specifications.
Packing: Each item should be packed in a Carton Box strong enough to ensure
protection of the item.
109
No
Anthropometry Equipment
4 Baby Scale (With baby Tray)
Technical Specifications
Capacity: Possible to measure until 20 Kg.
Accuracy: minimum 100 gram (0.1 kg)
Power Source: Battery operated.
Cover machine material: ABS Plastic and tempered glass or similar (resistance to
breaking and lightweight for easy carrying).
Dimension:
Length: 32 35 cm
Width: 28 32 cm
Height: 1.5 - 3 cm
Baby Tray Dimensions (easy to install and remove):
Length: 50 55 cm
Width: 32 35 cm
Additional Requirements:
The items should have two logos (MoH and MCA-Indonesia) on top of the equipment.
The logo dimension should be 3 cm X 3 cm; full color & painted. Samples of the Logos
are in Annex 4 of these Technical Specifications.
Packaging:Each item should be packed in a Carton Box strong enough to ensure
protection of the item.
110
No
Anthropometry Equipment
Technical Specifications
Material: Synthetic Paper, with minimum width 300 micron or equivalent with 234 gram.
One side of the tool should be marked as follows:
Cut off point on side 1: < 23.5 cm in red color to indicate pregnant womans
measurement).
The other side of the tool should be marked as follows:
Cut off point on side 2 : < 11.5 cm (in red color to measure the children).
Logos:
The items should have 2 logos, (MoH in one side and MCA-Indonesia in the other side)
on top of the equipment. Logo dimension must be 1.5 cm X 1.5 cm; painted & full color.
Samples of the Logos are in Annex 4 of these Technical Specifications.
111
No
Anthropometry Equipment
7
Cardboard boxes
Technical Specifications
Material: Hard cardboard box
Color: white outside and black and white label.
Dimensions: large enough to be able to hold the travel bags, and strong enough to protect
the bags and the equipment.
Complete manufacturers descriptive literature sufficient in detail to establish quality and compliance with all specifications must be submitted
with the bid.
MCA-Indonesia reserves the right to examine products further to determine compliance with the stated specifications.
Warranty of the Equipment shall comply with the requirements indicated in the Contract GCC 25.3.
112
Annex 2.
Distribution List
The following is the number of Anthropometric Kits to be distributed to each District (Kabupaten).
Province /
Provinsi
District / Kabupaten
1.South Sumatera
1.
2.
3.
4.
5.
2. West
Kalimantan
1.
2.
3.
4.
5.
6.
7.
8.
9.
3.Central
Kalimantan /
Kalimantan
Tengah
1.
2.
3.
4.
5.
6.
7.
8.
1.
2.
3.
4.
5.
6.
7.
1.
2.
3.
4.
5.
6.West Nusa
Tenggara / Nusa
Tenggara Barat
1.
2.
3.
4.
5.
6.
BANYU ASIN
EMPAT LAWANG
MUSI BANYUASIN
OGAN KOMERING ILIR
OGAN KOMERING ULU SELATAN
SUB-TOTAL
BENGKAYANG
KAPUAS HULU
KAYONG UTARA
KETAPANG
KUBU RAYA
LANDAK
MELAWI
SEKADAU
SINTANG
SUB-TOTAL
BARITO UTARA
GUNUNG MAS
KAPUAS
KATINGAN
LAMANDAU
MURUNG RAYA
PULANG PISAU
SERUYAN
SUB-TOTAL
BANDUNG BARAT
CIANJUR
GARUT
KUNINGAN
SUBANG
SUKABUMI
SUMEDANG
SUB-TOTAL
MAGETAN
MALANG
NGANJUK
PAMEKASAN
TRENGGALEK
SUB-TOTAL
BIMA
DOMPU
LOMBOK BARAT
LOMBOK TENGAH
LOMBOK TIMUR
LOMBOK UTARA
Number of Packages
11
3
15
9
6
44
9
8
4
13
11
6
6
6
6
69
6
7
12
6
8
9
5
7
60
10
10
13
22
4
23
18
100
13
17
11
12
12
65
10
9
13
21
13
8
113
Province /
Provinsi
District / Kabupaten
7.
8.
7.East Nusa
Tenggara / Nusa
Tenggara Timur
1.
2.
3.
4.
5.
6.
7.
8.
9.
8.Gorontalo
1.
2.
3.
4.
9. West Sulawesi /
Sulawesi Barat
1.
2.
3.
10.Maluku
1.
2.
3.
11.North Sulawesi
/ Sulawesi Utara
1.
2.
3.
SUMBAWA
SUMBAWA BARAT
SUB-TOTAL
BELU
FLORES TIMUR
KUPANG
LEMBATA
MANGGARAI
MANGGARAI TIMUR
ROTE NDAO
SUMBA TIMUR
TIMOR TENGAH UTARA
SUB-TOTAL
BOALEMO
GORONTALO
GORONTALO UTARA
POHUWATO
SUB-TOTAL
MAJENE
MAMUJU
POLEWALI MANDAR
SUB-TOTAL
MALUKU TENGAH
MALUKU TENGGARA BARAT
MALUKU TENGGARA
SUB-TOTAL
KEPULAUAN SANGIHE
KEPULAUAN TALAUD
MINAHASA UTARA
SUB-TOTAL
TOTAL TO BE DELIVERED
Number of Packages
12
6
92
14
4
18
4
5
16
6
10
14
91
7
11
8
5
31
9
13
11
33
33
13
15
61
8
12
6
26
672
114
Annex 3.
District Health Offices-Address List
The following is the address of each District (Kabupaten).
No.
District
Postal
Code
Address
Telephone
Fax
Sumatera Selatan
1
2
Kab. Banyu
Asin
Kab. Empat
Lawang
Kab. Musi
Banyu Asin
Kab. Ogan
Komering Ulu
Selatan
Kab. Ogan
Komering Ilir
30753
(0711) 891566
(0711) 891604
0702-21580
0702-21580
(0714)321047,
321918
(0714) 322416
32111
(0735) 320223
(0735) 321413
30611
(0711) 321300
(0711) 321300
Kalimantan Barat
Kab.
Bengkayang
Kab. Kapuas
Hulu
Kab. Ketapang
10
Kab. Landak
11
Kab. Melawi
12
Kab. Sekadau
13
79182
(0562) 441618
78711
(0567) 21009
(0567) 21666
78851
(0534) 32253
78391
78357
(0561) 722744
(0563) 21122 21904 - 21519
(0534) 32253
(0561)
79118950
(0563) 21122
Jl Pemuda No 30 Ngabang
Jl. Rawat Inap, Nanga Pinoh,
Melawi
Jl. Merdeka Barat KM 1, Komp.
Kantor Bupati, Sekadau
78672
(0568) 22412
78582
(0564) 2042070
(0568) 22412
(0564)
2042070
Kab. Sintang
Kab. Kayong
Utara
78611
(0565) 21941
(0565) 22268
16
Kab. Barito
Utara
Kab. Gunung
Mas
17
Kab. Kapuas
14
15
(0519) 21692
(0537) 31520
73514
(0513) 21090-
(0513) 23364
115
18
Kab. Katingan
19
21
Kab. Lamandau
Kab. Murung
Raya
Kab. Pulang
Pisau
22
Kab. Seruyan
20
74412
(0536)41712
74162
(0542) 593912
(0528) 31897
73561
(0513) 61222
(0513) 61222
74211
(0538) 21637
(0538)21637
Jawa Barat
23
Kab. Sukabumi
24
Kab. Cianjur
25
Kab. Garut
26
Kab. Kuningan
27
Kab. Sumedang
28
29
Kab. Subang
Kab. Bandung
Barat
30
Kab.
Trenggalek
31
43155
(0266) 531653
(0266) 222061
43213
(0263) 261482
(0263) 268894
44151
(0262)232670
(0262)232670
45511
(0232) 871149
(0232) 871149
(0261) 202377
(0261) 204940
41211
(0260) 411418
(0260) 411418
40911
(022) 5897521
(022) 5897521
Jawa Timur
Jl. Dr. Soetomo No. 1
Trenggalek, Jawa Timur
66312
(0355) 791270
(0355) 795025
Kab. Malang
65214
(0341) 325454
32
Kab. Nganjuk
64411
(0358) 321161
(0358) 321161
33
Kab. Magetan
(0351) 895365
(0351) 895365
34
Kab. Pamekasan
(0324) 322969
(0324) 326245
69321
NTB
37
Kab. Lombok
Barat
Kab. Lombok
Tengah
Kab. Lombok
Timur
38
Kab. Sumbawa
39
Kab. Dompu
40
Kab. Bima
35
36
(0370) 681684
83511
(0370) 654003
(0370) 654003
83162
(0376) 21033
(0376) 21033
84312
(0371) 21087
(0371) 22893
84213
(0373) 21258
(0374) 53151,
646484
(0373) 21258
(0374) 53151,
646033
116
42
Kab. Sumbawa
Barat
Kab. Lombok
Utara
43
Kab. Timor
Tengah
41
(0370) 647753
(0388) 31285
(0388) 31285
(0389) 21524
(0389) 22763
(0383) 21200
(0383) 21120
(0370) 647753
NTT
Utara
Jl. Adisucipto No. 31 Atambua
45
Kab. Belu
Kab. Flores
Timur
46
Kab. Manggarai
Jl. A. Yani-Manggarai
manggarai Nusa Tenggara
Timur
47
Kab. Sumba
Timur
48
Kab.Lembata
Jl.Trans Lembata
49
50
51
Kab. Kupang
44
85711
87113
85111
(0387) 61050
(0380) 824159
(0387) 62250
(0380) 824159
Gorontalo
52
Kab. Gorontalo
53
Kab. Boalemo
(0443) 211130
(0443) 211130
54
Kab. Pohuwato
(0443)210260
(0435)08700072
(0443)210260
55
Kab. Gorontalo
Utara
(0443) 821015
(0431) 881431
Sulawesi Barat
56
Kab. Mamuju
91511
(0426) 21119
57
Kab. Polewali
Mandar
91313
(0428) 21082
58
Kab. Majene
91411
(0422) 21060
59
Kab. Maluku
Tengah
Maluku
(0914)21890
(0426) 21119
(0422) 21060
117
60
Kab. Maluku
Tenggara
61
Kab. Maluku
Tenggara Barat
62
Kab. Kepulauan
Sangihe
63
Kab. Kepulauan
Talaud
Jl. Melonguane
64
Kab. Minahasa
Utara
97611
(0916) 21164
(0916) 21606
97664
(0981) 21330
(0981) 21330
(0432) 21432
(0432) 21432
(0433) 311372
(0433) 311372
(0431) 321773
(0431) 321078
Jung Tual
Jl. Ir. Soekarno, Saumlaki
Sulawesi Utara
95815
95615
118
Annex 4
MoHs and MCA Indonesias Logos
Ministry of Health
KEMENTERIAN
KESEHATAN
MCA-Indonesia
119
SR4 Drawings
NOT APPLICABLE
120
Delivery at the final destination in the Districts. The Bidder must explain how they
plan to handle the inspection and supervision when simultaneous delivery and how will
coordinate with the different districts.
Note: The Supplier must include the cost of their own inspection means (fees, transportation,
per-diem, accommodation and any other logistics required for inspection, etc.), in the cost of
their bid.
10
As part of their bid, Bidders shall provide proof (copy of documents and narrative
management plan) of their own Environmental, Health and Safety (EHS) policy and
procedures.
These procedures shall cover for both their employees and the public health and safety
risks that might arise during the transportation and assembling of the equipment. Issues of
accident prevention, noise control, waste management, and spill control shall be addressed
properly (if applicable). These procedures will be evaluated as part of the bid evaluation.
The EHS Procedures and Management Plan shall describe mitigation, monitoring and
institutional measures to be taken during contract implementation to eliminate adverse
impacts, offset them, or reduce them to acceptable levels.
EHS Procedures shall, also, list and describe the consultations with local nongovernmental organizations and regulatory agencies in order to comply with country
regulations.
These procedures should be in line with the MCC Environmental Guidelines which are
attached to this document and can, also, be found at the following website:
http://www.mcc.gov/about/reports/other/interim_environmental_guidelines.pdf.
If the Suppliers procedures lack information and/or are not consistent with the minimum
requirements set forth within MCC Environmental Guidelines, a bid may be rejected.
122