Anda di halaman 1dari 111

BIDDING DOCUMENT

Single Stage Two Envelope Bidding Procedure


No : 065/LL/SAR/KCJ/RKS/XI/2016

November 01st,2016

PROCUREMENT OF
SPARE PARTS OF HEAVY MAINTENANCE
FOR EMU JR 205 SERIES

PT KAI COMMUTER JABODETABEK

Stasiun Kereta Api Juanda 1st Floor


Jl. Ir. H. Juanda 1, Jakarta Pusat - 10120
Telepon: (021) 345 3535 / Fax.: (021) 348 34084
www.krl.co.id
Foreword

PT KAI Commuter Jabodetabek is conducting an open tender for supply and delivery of the spare parts heavy maintenance
for EMU JR 205 series from any country part of the world. This tender invites the trading companies, which had experiences
in procuring, packaging, expediting and importing the spare parts heavy maintenance for EMU JR 205 from the Principal’s
country (Japan).

This document reflects the structure and the provisions of the General Bidding Document for the Procurement of Goods
and Sevices.

This document has been prepared by the PT KAI Commuter Jabodetabek (KCJ) to facilitate bidding procedure. In the
Single-Stage Two-Envelopes bidding procedure, Bidders shall submit the proposal in two envelopes containing both the
Administrative/Legal Document and Technical Proposal and Price Proposal.

The bidders’ envelopes will be opened in public at the date and time advised in the Bidding Document. The Bids shall be
evaluated and the Contract shall be awarded to the Bidder whose Bid has been determined to be the competitive evaluated
substantially responsive Bid.

To obtain further information on the the procurement, contact:

Procurement Committee
PT KAI Commuter Jabodetabek
Stasiun KA Juanda 1st Floor
Jl. Ir. H. Juanda I
Jakarta Pusat 10120, Indonesia

Phone : (021) 345 3535

Fax : (021) 348 34084

Email : pengadaan@krl.co.id

Part I. Section I. Instructions to Bidders 1.i PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
Table of Contents

PART 1 – Bidding Procedures

Section I. Instructions to Bidders ................................................................................. 1-1

A. General ...................................................................................................................... 1-1

1. Scope of Bid ........... .............................................................................................1-1


2. Source of Funds ..... .............................................................................................1-1
3. Corrupt Practices .... .............................................................................................1-1
4. Eligible Bidders ....... .............................................................................................1-1
5. Eligible Goods and All related services......... ..........................................................1-2
B. Contents of Bidding Document .................................................................................... 1-3

6. Sections of the Bidding Document .............. .........................................................1-3


7. Clarification of Bidding Document ... ......................................................................1-3
8. Amendment of Bidding Document .............. ..........................................................1-3
C. Preparation of Bids ..................................................................................................... 1-3

9. Cost of Bidding ....... .............................................................................................1-3


10. Language of Bid ..... .............................................................................................1-3
11. Documents Comprising the Bid ........ .....................................................................1-3
12. Bid Submission Sheets and Price Schedules ............. ..............................................1-4
13. Alternative Bids ...... .............................................................................................1-4
14. Bid Prices and Discounts ..... .................................................................................1-4
15. Currencies of Bid .... .............................................................................................1-5
16. Documents Establishing the Eligibility of the Bidder ............. ..................................1-5
17. Documents Establishing the Eligibility of the Goods and All related services .............. 1-5
18. Documents Establishing the Conformity of the Goods and All
related servicesto the Bidding Document..... ..........................................................1-5
19. Documents Establishing the Qualifications of the Bidder ....... ..................................1-6
20. Period of Validity of Bids ..... .................................................................................1-6
21. Bid Security ............ .............................................................................................1-6
22. Format and Signing of Bid ............... .....................................................................1-6
D. Submission and Opening of Bids .................................................................................. 1-7

23. Sealing and Marking of Bids ............ .....................................................................1-7


24. Deadline for Submission of Bids ...... ......................................................................1-7
25. Late Bids ..... ........................................................................................................1-7
26. Withdrawal of Bids .............. .................................................................................1-7
27. Bid Opening ........... .............................................................................................1-8
E. Evaluation and Comparison of Bids ........................................................................... ...1-9

28. Confidentiality ....... ..............................................................................................1-9


29. Clarification of Bids ............ ..................................................................................1-9
30. Responsiveness of Bids ...... ..................................................................................1-9
31. Nonconformities, Errors, and Omissions ..... ...........................................................1-9
32. Preliminary Examination of Bids ...... ....................................................................1-10
33. Examination of Terms and Conditions; Technical Evaluation ............ ......................1-10
34. Conversion to Single Currency ........ ....................................................................1-10
35. Margin of Preference ......... ................................................................................1-10
36. Evaluation of Bids .............. ................................................................................1-10
37. Comparison of Bids ............ ................................................................................1-11
38. Postqualification of the Bidder ........ ....................................................................1-11
39. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids ... ......................1-11
F. Award of Contract .................................................................................................... 1-11

Part I. Section I. Instructions to Bidders 1.ii PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
40. Award Criteria .......... .........................................................................................1-11
41. Purchaser’s Right to Vary Quantities at Time of Award ........... ...............................1-11
42. Notification of Award ............ .............................................................................1-12
43. Signing of Contract ............... .............................................................................1-12
44. Performance Security ............ .............................................................................1-12
Section II. Bid Data Sheet ............................................................................................. 2-1

Section III.Evaluation and Qualification Criteria........................................................... 3-1

Section IV. Bidding Forms ............................................................................................. 4-1

A. Technical Proposal Submission Sheet ........................................................................... 4-1

B. Price Proposal Submission Sheet.................................................................................. 4-2

C. Price Schedule For Goods and all related services ......................................................... 4-3

D. Bid Security ................................................................................................................ 4-4

E. Performance Security .................................................................................................. 4-5

F. Power Attorney .......................................................................................................... 4-6

G. Integrity Pacts ............................................................................................................ 4-7

Section V.Eligible Countries ........................................................................................... 5-1

PART 2 – Supply Requirements

Section VI. Schedule of Supply ..................................................................................... 6-1

A. List of Goods and All related services ........................................................................... 6-1

B. Term ofReference ....................................................................................................... 6-1

C. Technical Specification ................................................................................................ 6-3

D. Delivery and Completion Schedule ............................................................................... 6-6

PART 3 –Contract Form

Section VII. Contract ..................................................................................................... 7-1

Part I. Section I. Instructions to Bidders 1.iii PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
PART 1.
Section I.
Instructions to Bidders

A. General

1. Scope of Bid 1.1 In support of the Invitation for Bids indicated in the Bid Data Sheet (BDS), the Purchaser,
as indicated in the BDS, issues this Bidding Document for the supply of Goods and all
related services incidental thereto as specified in Section VI, Schedule of Supply (SS). The
name, identification, and number of lots of the International Competitive Bidding (ICB)
are provided in the BDS.

1.2 Throughout this Bidding Document :


(i) the term “in writing” means communicated in written form with proof of receipt;
(ii) if the context so requires, singular means plural and vice versa; and
(iii)“day” means calendar day.

2. Source of Funds 2.1 Financed by Investment Fund of PT KAI Commuter Jabodetabek


2.2 Payments by the KCJ will be made only at the request of the Supplier and upon approval
by the KCJ in accordance with the terms and conditions of the agreement between the
Supplier and the KCJ, and will be subject in all respects to the terms and conditions of
that Agreement.
3. Corrupt Practices 3.1 KCJ’s Anticorruption Policy requires beneficiaries, as well as bidders, suppliers, and
contractors under KCJ-financed contracts, observe the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of this policy, the KCJ:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving receiving, or soliciting, directly or
indirectly, of any thing of value to influence the action of any party in the
procurement process or the execution of a contract;
(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to
influence a procurement process or the execution of a contract;
(iii) “collutive practices” means a scheme or arrangement between two or more
bidders, with or without the knowledge of the Supplier, designed to influence
the action of any party in a procurement process or the execution of a contract;
(iv) “coercive practices” means harming or threatening to harm, directly or indirectly,
persons, or their property to influence their participation in a procurement
process, or affect the execution of a contract;
(b) will reject a proposal for award if it determines that the bidder recommended for
award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or
coercive practices in competing for the Contract; and
(c) will sanction a party or its successor, including declaring ineligible, either indefinitely
or for a stated period of time, to participate in KCJ-financed activities if it at any time
determines that the firm has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, or coercive practices in competing for, or in executing, an KCJ-
financed contract.
3.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 3.2 and Sub-
Clause 35.1(c) of the General Conditions of Contract.
4. Eligible Bidders 4.1 A Bidder shall be a local company or foreign company, may be a natural person, private
entity, government-owned entity (subject to ITB Sub-Clause 4.5) or any combination of
them with a formal intent to enter into an agreement or under an existing agreement in
the form of a Joint Venture (JV). In the case of a JV:
(a) all parties to the JV shall be jointly and severally liable; and

Part I. Section I. Instructions to Bidders 1.1 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
(b) a JV shall nominate a Representative who shall have the authority to conduct all
businesses for and on behalf of any and all the parties of the JV during the bidding process
and, in the event the JV is awarded the Contract, during contract execution.
4.2 A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or
is constituted, or incorporated, and operates in conformity with the provisions of the laws
of that country. This criterion shall also apply to the determination of the nationality of
proposed subcontractors or suppliers for any part of the Contract including all related
services.
4.3 KCJ considers a conflict of interest to be a situation in which a party has interests that
could improperly influence that party’s performance of official duties or responsibilities,
contractual obligations, or compliance with applicable laws and regulations, and that such
conflict of interest may contribute to or constitute a prohibited practice under KCJ's
Anticorruption Policy. In pursuance of KCJ's Anticorruption Policy’s requirement that
Suppliers including KCJ’s employee, as well as bidders, suppliers, and contractors under
the contracts, observe the highest standard of ethics. KCJ will take appropriate actions,
which include not financing of the contract, if it determines that a conflict of interest has
flawed the integrity of any procurement process. Consequently all Bidders found to have
a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict
of interest with one or more parties in this bidding process if, including but not limited to:
(a) have controlling shareholders in common; or
(b) receive or have received any direct or indirect subsidy from any of them; or
(c) have the same legal representative for purposes of this Bid; or
(d) have a relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about or influence on the Bid
of another Bidder, or influence the decisions of the Purchaser regarding this bidding
process; or
(e) a Bidder participates in more than one bid in this bidding process. Participation by a
Bidder in more than one Bid will result in the disqualification of all Bids in which it is
involved. However, this does not limit the inclusion of the same subcontractor, not
otherwise participating as a Bidder, in more than one bid; or
(f) a Bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the goods and services that are the subject of
the bid..
4.4 A firm that is under a declaration of ineligibility by the KCJ in accordance with ITB Clause
3, at the date of the deadline for bid submission or thereafter, shall be disqualified.
4.5 Government-owned enterprises in the Purchaser’s country shall be eligible only if they can
establish that they are legally and financially autonomous and operate under commercial
law, and that they are not a dependent agency of the Purchaser.
4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the
Purchaser, as the Purchaser shall reasonably request.
5. Eligible Goods 5.1 All goods and all related services to be supplied under the Contract and financed by the
and All related KCJ, shall have as their country of origin.
services
5.2 For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “all related services” includes services
such as insurance, transportation for deliver the goods, installation, training, and initial
maintenance.
5.3 The term “country of origin” means the country where the goods have been owned,
mined, grown, cultivated, produced, manufactured, or processed; or through
manufacture, processing, or assembly, another commercially recognized article results
that differs substantially in its basic characteristics from its imported components.
5.4 The nationality of the firm that produces, assembles, distributes, or sells the goods shall
not determine their origin.
5.5 If so required in the BDS, a Bidder that does not manufacture or produce the Goods it
offers to supply shall submit the Manufacturer’s Authorization using the form included in
Section V, Bidding Forms to demonstrate that it has been duly authorized by the
manufacturer or producer or the owner of the Goods to supply these Goods in the
Purchaser’s country.

Part I. Section I. Instructions to Bidders 1.2 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
B. Contents of Bidding Document
6. Sections of the 6.1 The Bidding Document consist of Parts 1, 2, and 3, which include all the Sections indicated
Bidding below, and should be read in conjunction with any Addenda issued in accordance with
Document ITB Clause 8.
PART 1 Bidding Procedures
 Section I. Instructions to Bidders (ITB)
 Section II. Bid Data Sheet (BDS)
 Section III. Evaluation and Qualification Criteria
 Section IV. Bidding Forms
 Section V. Eligible Countries

PART 2 Supply Requirements


 Section VI. Schedule of Supply
PART 3 Contract
 Section VII. Contract Form
6.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the
Bidding Document. Failure to furnish all information or documentation required by the
Bidding Document, may result in the rejection of the Bid.
7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding Document shall attend the
Bidding prebid meeting conducted by the Purchaser at the Purchaser’s address indicated in the
Document BDS. The Purchaser will respond in writing to any request for clarification, provided that
such request is received no later than Three (3) days prior to the deadline for submission
of Bids as specified in ITB Sub-Clause 24.1. The Purchaser shall forward copies of its
response to all Bidders who have acquired the Bidding Document directly from it, including
a description of the inquiry but without identifying its source. Should the Purchaser deem
it necessary to amend the Bidding Document as a result of a clarification, it shall do so
following the procedure under ITB Clause 8.
8. Amendment of 8.1 At any time prior to the deadline for submission of the Bids, the Purchaser may amend
Bidding the Bidding Document by issuing addenda.
Document
8.2 Any addendum issued shall be part of the Bidding Document and shall be communicated
in writing to all who have obtained the Bidding Document directly from the Purchaser.
8.3 To give prospective Bidders reasonable time in which to take an addendum into account
in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the
submission of the Bids.
C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid,
and the Purchaser shall not be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the Bid exchanged by
the Bidder and the Purchaser, shall be written in the language specified in the BDS.
Supporting documents and printed literature that are part of the Bid may be in another
language provided they are accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which case, for purposes of
interpretation of the Bid, such translation shall govern.
11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one containing the
Comprising the Technical Proposal and the other the Price Proposal, enclosed together in an outer single
Bid envelope.
11.2 Initially, only the Administrative doument and Technical Proposals are opened at the
address, date and time specified in ITB Clause 27. The Price Proposals remain sealed and
are held in custody by the Purchaser. The Technical Proposals are evaluated by the
Purchaser. No amendments or changes to the Technical Proposals are permitted. Bids
with Technical Proposals which do not conform to the specified requirements will be
rejected as deficient Bids.
11.3 Price Proposals of technically compliant Bids are opened in public at a date and time
advised by the Purchaser. The Price Proposals are evaluated and the Contract is awarded
to the Bidder whom Bid has been determined to be the lowest evaluated substantially
responsive Bid.

Part I. Section I. Instructions to Bidders 1.3 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
11.4 The Administrative Legal document &Technical Proposal shall contain the following :
(a) Technical Proposal Submission Sheet;
(b) Bid Security, in accordance with ITB Clause 21;
(c) alternative Technical Proposal, if permissible, in accordance with ITB Clause 13;
(d) written confirmation authorizing the signatory of the Bid to commit the Bidder, in
accordance with ITB Clause 22;
(e) documentary evidence in accordance with ITB Clause 16 establishing the Bidder’s
eligibility to bid;
(f) documentary evidence in accordance with ITB Clause 17, that the Goods and All
related services to be supplied by the Bidder are of eligible origin;
(g) documentary evidence in accordance with ITB Clauses 18 and 30, that the Goods and
All related services conform to the Bidding Document;
(h) documentary evidence in accordance with ITB Clause 19 establishing the Bidder’s
qualifications to perform the contract if its Bid is accepted; and
(i) any other document required in the BDS
11.5 The Price Proposal shall contain the following :
(a) Price Proposal Submission Sheet and the applicable Price Schedules, in accordance
with ITB Clauses 12, 14, and 15;
(b) Alternative Price Proposals corresponding to the alternative Technical Proposals, if
permissible, in accordance with ITB Clause 13; and
(c) any other document required in the BDS.
12. Bid Submission 12.1 The Bidder shall submit the Technical Proposal and the Price Proposal using the
Sheets and Price appropriate Submission Sheets furnished in Section IV, Bidding Forms. These forms must
Schedules be completed without any alterations to their format, and no substitutes shall be accepted.
All blank spaces shall be filled in with the information requested.
12.2 The Bidder shall submit, as part of the Price Proposal, the Price Schedules for Goods and
All related services, according to their origin as appropriate, using the forms furnished in
Section IV, Bidding Forms.
13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered.
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Price Proposal Submission Sheet
Discounts and in the Price Schedules shall conform to the requirements specified below.
14.2 All items in the Schedule of Supply must be listed and priced separately in the Price
Schedules. If a Price Schedule shows items listed but not priced, their prices shall be
assumed to be included in the prices of other items. Items not listed in the Price Schedule
shall be assumed not to be included in the Bid, and provided that the Bid is substantially
responsive, the corresponding adjustment shall be applied in accordance with ITB Sub-
Clause 31.3
14.3 The price to be quoted in the Price Proposal Submission Sheet excluding any discounts
offered.
14.4 The Bidder shall quote any unconditional discounts and the methodology for their
application in the Price Proposal Submission Sheet.
14.5 The terms EXW, CIF, CIP, and other similar terms shall be governed by the rules
prescribed in the current edition of Incoterms, published by The International Chamber
of Commerce, at the date of the Invitation for Bids or as specified in the BDS.
14.6 Prices proposed in the Price Schedule Forms for Goods and All related services, shall be
disaggregated, when appropriate, as indicated in this sub-clause. This disaggregation shall
be solely for the purpose of facilitating the comparison of Bids by the Purchaser. This
shall not in any way limit the Purchaser’s right to contract on any of the terms offered:
(a) For Goods offered from within the Purchaser’s country:
(b) the price of the goods quoted EXW (ex works, ex factory, ex warehouse, ex
showroom, or off-the-shelf, as applicable), including all customs duties and sales and
other taxes already paid or payable on the components and raw material used in the
manufacture or assembly of goods quoted ex works or ex factory, or on the previously
imported goods of foreign origin quoted ex warehouse, ex showroom, or off-the-
shelf;

Part I. Section I. Instructions to Bidders 1.4 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
(c) sales tax and all other taxes applicable in the Purchaser’s country and payable on the
Goods if the Contract is awarded to the Bidder;
(d) the total price for the item.
(e) For Goods offered from outside the Purchaser’s country:
(f) the price of the goods quoted CIF (named port of destination), or CIP (border point),
or CIP/DAP (named place of destination), in the Purchaser’s country, as specified in
the BDS;
(g) the price of the goods quoted FOB port of shipment (or FCA, as the case may be), if
specified in the BDS.
(h) the total price for the item.
(i) For All related services:
(j) the local currency cost component of each item comprising the All related services;
and
(k) the foreign currency cost component of each item comprising the All related services,
inclusive of all custom duties, sales and other similar taxes applicable in the
Purchaser’s country, payable on the All related services, if the Contract is awarded to
the Bidder
14.7 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract
and not subject to variation on any account, unless otherwise specified in the BDS. A Bid
submitted with an adjustable price quotation shall be treated as nonresponsive and shall
be rejected, pursuant to ITB Clause 30. However, if in accordance with the BDS, prices
quoted by the Bidder shall be subject to adjustment during the performance of the
Contract, a Bid submitted with a fixed price quotation shall not be rejected, but the price
adjustment shall be treated as zero.
14.8 If so indicated in ITB Sub-Clause 1.1, Bids are being invited for individual contracts (lots)
or for any combination of contracts (packages), Bidders wishing to offer any price
reduction for the award of more than one Contract shall specify in their Price Proposals
the price reductions applicable to each package, or alternatively, to individual Contracts
within the package. Price reductions or discounts shall be submitted in accordance with
ITB Sub-Clause 14.4, provided the Price Proposals for all lots are submitted and opened
at the same time.
15. Currencies of Bid Bid prices currencies shall be quoted in the based on the currenciesstated in Schedule of
Supply

16. Documents To establish their eligibility in accordance with ITB Clause 4, Bidders shall:
Establishing the (a) complete the eligibility declarations in the Bid Submission Sheet, included in Section
Eligibility of the IV, Bidding Forms; and
Bidder
(b) if the Bidder is an existing or intended JV in accordance with ITB Sub-Clause 4.1,
submit a copy of the JV Agreement, or a letter of intent to enter into such an
Agreement. The respective document shall be signed by all legally authorized
signatories of all the parties to the existing or intended JV, as appropriate.
17. Documents To establish the eligibility of the Goods and All related services, in accordance with ITB
Establishing the Clause 5, Bidders shall complete the country of origin declarations in the Price Schedule
Eligibility of the Forms, included in Section IV, Bidding Forms.
Goods and All
related services
18. Documents 18.1 To establish the conformity of the Goods and All related services to the Bidding Document,
Establishing the the Bidder shall furnish as part of its Technical Proposal and, if required, as part of its
Conformity of Revised Technical Proposal, the documentary evidence specified in Section VI, Schedule
the Goods and of Supply and any amendment thereof issued in accordance with ITB Clause 8.
All related
services to the 18.2 The documentary evidence may be in the form of literature, drawings or data, and shall
Bidding consist of a detailed description of the essential technical and performance characteristics
Document of the Goods and All related services, demonstrating substantial responsiveness of the
Goods and All related services to those requirements, and if applicable, a statement of
deviations and exceptions to the provisions of Section VI, Schedule of Supply.
18.3 Standards for workmanship, process, material, and equipment, as well as references to brand
names or catalogue numbers specified by the Purchaser in the Schedule of Supply, are
intended to be descriptive only and not restrictive. The Bidder may offer other standards of
quality, brand names, and/or catalogue numbers, provided that it demonstrates, to the
Part I. Section I. Instructions to Bidders 1.5 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior
to those specified in the Schedule of Supply.
19. Documents 19.1 To establish its qualifications to perform the Contract, the Bidder shall submit as part of
Establi-shing the its Technical Proposal the evidence indicated for each qualification criteria specified in
Qualifica tions of Section III, Evaluation and Qualification Criteria.
the Bidder
20. Period of Validity 20.1 Bids shall remain valid for the period specified in the BDS commencing with the deadline
of Bids of submission of the Technical Proposals and Price Proposals as prescribed by the
Purchaser. A Bid valid for a shorter period shall be rejected by the Purchaser as
nonresponsive.
20.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Purchaser
may request Bidders to extend the period of validity of their Bids. The request and the
responses shall be made in writing. If a Bid Security is requested in accordance with ITB Clause
21, it shall also be extended for a corresponding period. A Bidder may refuse the request
without forfeiting its Bid Security. A Bidder granting the request shall not be required or
permitted to modify its Bid except in accordance with ITB Sub-Clause 11.3.
21. Bid Security 21.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its Technical
Proposal, a Bid Security in original form and in the amount and currency specified in the
BDS.
21.2 The Bid Security shall be, at the Bidder’s option, in any of the following forms:
(a) a bank guarantee;
(b) an irrevocable letter of credit; or
(c) a cashier’s or certified check.
all from a reputable bank from an eligible country. In case of a a bank guarantee, the
Bid Security shall be submitted using the Bid Security Form included in Section IV, Bidding
Forms, or another form acceptable to the Purchaser. The form must include the complete
name of the Bidder. The Bid Security shall be valid for twenty-eight days (28) beyond the
end of the validity period of the bid. This shall also apply if the period for bid validity is
extended.
21.3 If a bid Security is required in accordance with ITB Sub-Clause 21.1, any Technical
Proposal not accompanied by a substantially responsive Bid Security in accordance with
ITB Sub-Clause 21.2, shall be rejected by the Purchaser as nonresponsive.
21.4 The Bid Security of an unsuccessful Bidder shall be returned as promptly as possible upon
the successful Bidder furnishing the Performance Security pursuant to ITB Clause 44.
21.5 The Bid Security of the successful Bidder shall be returned as promptly as possible once
the successful Bidder has signed the Contract and furnished the required Performance
Security.
21.6 The Bid Security may be forfeited :
(a) if a Bidder withdraws its Bid during the period of bid validity as specified in ITB Clause
20.1, except as provided in ITB Sub-Clauses 20.2 and 27.7; or
(a) if the successful Bidder fails to :
(b) sign the Contract in accordance with ITB Clause 43;
(c) furnish a Performance Security in accordance with ITB Clause 44; or
(d) accept the correction of its Bid Price pursuant to ITB Sub-Clause 31.5.
21.7 The Bid Security of a JV must be in the name of the JV that submits the bid. If the JV has
not been legally constituted at the time of bidding, the Bid Security shall be in the names
of all future partners as named in the letter of intent mentioned in ITB Sub-Clause 16.1.
22. Format and 22.1 The Bidder shall prepare one original of the Technical Proposal and one original of the
Signing of Bid Price Proposal as described in ITB Clause 11 and clearly mark each “ORIGINAL -
TECHNICAL PROPOSAL” and “ORIGINAL - PRICE PROPOSAL”. In addition, the Bidder
shall submit copies of the Technical Proposal and the Price Proposal, in the number
specified in the BDS and clearly mark them “COPY NO… - TECHNICAL PROPOSAL” and
“COPY NO…. - PRICE PROPOSAL”. In the event of any discrepancy between the original
and the copies, the original shall prevail.
22.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be
signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall
consist of a written confirmation as specified in the BDS and shall be attached to the Bid. The

Part I. Section I. Instructions to Bidders 1.6 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
name and position held by each person signing the authorization must be typed or printed
below the signature. All pages of the Bid, except for unamended printed literature, shall be
signed or initialed by the person signing the Bid.
22.3 Any interlineation, erasures, or overwriting shall be valid only if they are signed or initialed
by the person signing the Bid.

D. Submission and Opening of Bids


23. Sealing and 23.1 Proposal, the original of the Price Proposal, and each copy of the Technical Proposal and
Marking of Bids each copy of the Price Proposal, including alternative bids, if permitted in accordance with
ITB Clause 13, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL
- TECHNICAL PROPOSAL”, “ORIGINAL - PRICE PROPOSAL” and “COPY NO… - TECHNICAL
PROPOSAL” and “COPY NO…. - PRICE PROPOSAL”, as appropriate. These envelopes
containing the original and the copies shall then be enclosed in one single envelope.
23.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with ITB Sub-Clauses 24.1;
(c) bear the specific identification of this bidding process indicated in the BDS
23.3 The outer envelopes and the inner envelopes containing the Technical Proposals shall
bear a warning not to open before the time and date for the opening of Technical
Proposals, in accordance with ITB Sub-Clause 27.1
23.4 The inner envelopes containing the Price Proposals shall bear a warning not to open until
advised by the Purchaser in accordance with ITB Sub-Clause 27.2.
23.5 If all envelopes are not sealed and marked as required, the Purchaser will assume no
responsibility for the misplacement or premature opening of the bid.
23.6 Alternative Bids, if permissible in accordance with ITB Clause 13, shall be prepared,
sealed, marked, and delivered in accordance with the provisions of ITB Clauses 22 and
23, with the inner envelopes marked in addition “ALTERNATIVE NO….” as appropriate
24. Deadline for 24.1 Bids must be received by the Purchaser at the address and no later than the date and
Submission of time indicated in the BDS.
Bids
24.2 The Purchaser may, at its discretion, extend the deadline for the submission of Bids by
amending the Bidding Document in accordance with ITB Clause 8, in which case all rights
and obligations of the Purchaser and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.
25. Late Bids 25.1 The Purchaser shall not consider any Bid that arrives after the deadline for submission of
Bids, in accordance with ITB Clause 24. Any Bid received by the Purchaser after the
deadline for submission of Bids shall be declared late, rejected, and returned unopened
to the Bidder.
26. Withdrawal of 26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by
Bids sending a written Notice, duly signed by an authorized representative, and shall include
a copy of the authorization in accordance with ITB Sub-Clause 22.2 (except that
withdrawal notices do not require copies). The corresponding substitution or modification
of the bid must accompany the respective written notice. All Notices must be:
(a) submitted in accordance with ITB Clauses 22 and 23 (except that Withdrawal Notices do
not require copies), and in addition, the respective inner and outer envelopes shall be
clearly marked “Withdrawal,” “Substitution,” “Modification”; and
(b) received by the Purchaser prior to the deadline prescribed for submission of bids, in
accordance with ITB Clause 24.
26.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause 26.1 shall be returned
unopened to the Bidders.
26.3 No Bid shall be withdrawn, substituted, or modified in the interval between the deadline
for submission of bids and the expiration of the period of bid validity specified in ITB
Clause 20.1 or any extension thereof.
27. Bid Opening 27.1 The Purchaser shall conduct the opening of Technical Proposals in the presence of Bidders’
representatives who choose to attend, at the address, date and time specified in the BDS.

Part I. Section I. Instructions to Bidders 1.7 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
27.2 The Price Proposals will remain unopened and will be held in custody of the Purchaser
until the time of opening of the Price Proposals. The date, time, and location of the
opening of Price Proposals will be advised in writing by the Purchaser.
27.3 First, envelopes marked “WITHDRAWAL” shall be opened, read out, and recorded, and
the envelope containing the corresponding Bid shall not be opened, but returned to the
Bidder. No Bid shall be withdrawn unless the corresponding Withdrawal Notice contains a
valid authorization to request the withdrawal and is read out and recorded at bid opening.
27.4 Next, outer envelopes marked “SUBSTITUTION” shall be opened. The inner envelopes
containing the Substitution Technical Proposal and/or Substitution Price Proposal shall be
exchanged for the corresponding envelopes being substituted, which are to be returned
to the Bidder unopened. Only the Substitution Technical Proposal, if any, shall be opened,
read out, and recorded. Substitution Price Proposals will remain unopened in accordance
with ITB Sub-Clause 27.2. No envelope shall be substituted unless the corresponding
Substitution Notice contains a valid authorization to request the substitution and is read
out and recorded at bid opening.
27.5 Next, outer envelopes marked “MODIFICATION” shall be opened. No Technical Proposal
and/or Price Proposal shall be modified unless the corresponding Modification Notice
contains a valid authorization to request the modification and is read out and recorded at
the opening of Technical Proposals. Only the Technical Proposals, both Original as well as
Modification, are to be opened, read out, and recorded at the opening. Price Proposals,
both Original as well as Modification, will remain unopened in accordance with ITB Sub-
Clause 27.2.
27.6 All other envelopes holding the Technical Proposals shall be opened one at a time, and
the following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the presence of a Bid Security, if required; and
(d) any other details as the Purchaser may consider appropriate.
Only Technical Proposals and alternative Technical Proposals read out and recorded at
bid opening shall be considered for evaluation. No Bid shall be rejected at the opening of
Technical Proposals except for late bids, in accordance with ITB Sub-Clause 25.1.
27.7 The Purchaser shall prepare a record of the opening of Technical Proposals that shall
include, as a minimum: the name of the Bidder and whether there is a withdrawal,
substitution, modification, or alternative offer; and the presence or absence of a Bid
Security, if one was required. The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s signature on the record shall not
invalidate the contents and effect of the record. A copy of the record shall be distributed
to all Bidders.
27.8 At the end of the evaluation of the Technical Proposals, the Purchaser will invite bidders
who have submitted substantially responsive Technical Proposals and who have been
determined as being qualified for award to attend the opening of the Price Proposals. The
date, time, and location of the opening of Price Proposals will be advised in writing by the
Purchaser. Bidders shall be given reasonable notice of the opening of Price Proposals.
27.9 The Purchaser will notify Bidders in writing whom have been rejected on the grounds of
being substantially non-responsive to the requirements of the Bidding Document and
return their Price Proposals unopened.
27.10 The Purchaser shall conduct the opening of Price Proposals of all Bidders who submitted
substantially responsive Technical Proposals, in the presence of Bidders` representatives
who choose to attend at the address, date and time specified by the Purchaser. The
Bidder’s representatives who are present shall be requested to sign a register evidencing
their attendance.
27.11 All envelopes containing Price Proposals shall be opened one at a time and the following
read out and recorded :
(a) the name of the Bidder
(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Purchaser may consider appropriate.

Part I. Section I. Instructions to Bidders 1.8 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
Only Price Proposals, discounts, and alternative offers read out and recorded during the
opening of Price Proposals shall be considered for evaluation. No Bid shall be rejected at
the opening of Price Proposals.
27.12 The Purchaser shall prepare a record of the opening of Price Proposals that shall include,
as a minimum: the name of the Bidder, the Bid Price (per lot if applicable), any discounts,
and alternative offers. The Bidders’ representatives who are present shall be requested
to sign the record. The omission of a Bidder’s signature on the record shall not invalidate
the contents and effect of the record. A copy of the record shall be distributed to all
Bidders.

E. Evaluation and Comparison of Bids


28. Confidentiality 28.1 Information relating to the examination, evaluation, comparison, and postqualification of
Bids, and recommendation of contract award, shall not be disclosed to Bidders or any
other persons not officially concerned with such process until information on Contract
award is communicated to all Bidders.
28.2 Any attempt by a Bidder to influence the Purchaser in the examination, evaluation,
comparison, and postqualification of the Bids or Contract award decisions may result in
the rejection of its Bid.
28.3 Notwithstanding ITB Sub-Clause 28.2, from the time of opening the Technical Proposals
to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter
related to the bidding process, it should do so in writing.
29. Clarification of 29.1 To assist in the examination, evaluation, comparison and post-qualification of the Bids,
Bids the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any
clarification submitted by a Bidder that is not in response to a request by the Purchaser
shall not be considered. The Purchaser’s request for clarification and the response shall
be in writing. No change in the prices or substance of the Bid shall be sought, offered, or
permitted, after the opening of Price Proposals, except to confirm the correction of
arithmetic errors discovered by the Purchaser in the evaluation of the Bids, in accordance
with ITB Clause 31.
30. Responsiveness 30.1 The Purchaser’s determination of the responsiveness of a Technical Proposal is to be
of Bids based on the contents of the Technical Proposal itself.
30.2 A substantially responsive Technical Proposal is one that conforms to all the terms,
conditions, and specifications of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or performance of the Goods and All
related services specified in the Contract; or
(b) limits in any substantial way, inconsistent with the Bidding Document, the Purchaser’s
rights or the Bidder’s obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of other Bidders presenting
substantially responsive Technical Proposals.
30.3 If a Technical Proposal is not substantially responsive to the Bidding Document, it shall
be rejected by the Purchaser and may not subsequently be made responsive by the Bidder
by correction of the material deviation, reservation, or omission.
31. Nonconformities, 31.1 Provided that a Technical Proposal is substantially responsive, the Purchaser may waive
Errors, and any non-conformity or omission in the Bid that does not constitute a material deviation.
Omissions
31.2 Provided that a Technical Proposal is substantially responsive, the Purchaser may request
that the Bidder submit the necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial, nonconformities or omissions in the Technical
Proposal related to documentation requirements. Such omission shall not be related to
any aspect of the Price Proposal of the Bid. Failure of the Bidder to comply with the
request may result in the rejection of its Bid.
31.3 Provided that a Technical Proposal is substantially responsive, the Purchaser will rectify
nonmaterial nonconformities or omissions. To this effect, the Bid Price shall be adjusted
during evaluation of Price Proposals, for comparison purposes only, to reflect the price of
the missing or non-conforming item or component. The adjustment shall be made using
the method indicated in Section III, Evaluation and Qualification Criteria.
31.4 Provided that the Technical Proposal is substantially responsive, the Purchaser will correct
arithmetical errors during evaluation of Price Proposals on the following basis:

Part I. Section I. Instructions to Bidders 1.9 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
(a) if there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall
be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of
the decimal point in the unit price, in which case the total price as quoted shall govern
and the unit price shall be corrected;
(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.
31.5 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of
errors, its Bid shall be disqualified and its Bid Security may be forfeited.
32. Preliminary 32.1 The Purchaser shall examine the Technical Proposal to confirm that all documents and
Examination of technical documentation requested in ITB Sub-Clause 11.4 have been provided, and to
Bids determine the completeness of each document submitted.
32.2 The Purchaser shall confirm that the following documents and information have been
provided in the Technical Proposal. If any of these documents or information is missing,
the offer shall be rejected.
(a) Technical Proposal Submission Sheet in accordance with ITB Sub-Clause 12.1;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security, if applicable; and
(d) Manufacturer’s Authorization, if applicable.
32.3 Likewise, following the opening of Price Proposals, the Purchaser shall examine the Price
Proposals to confirm that all documents and financial documentation requested in ITB
Sub-Clause 11.5 have been provided, and to determine the completeness of each
document submitted.
32.4 The Purchaser shall confirm that the following documents and information have been
provided in the Price Proposal. If any of these documents or information is missing, the
offer shall be rejected
(a) Price Proposal Submission Sheet in accordance with ITB Sub-Clause 12.1; and
(b) Price Schedules, in accordance with ITB Clauses 12, 14, and 15.
33. Examination of 33.1 The Purchaser shall examine the Bids to confirm that all terms and conditions specified in
Terms and the GCC and the SCC have been accepted by the Bidder without any material deviation
Conditions; or reservation.
Technical
Evaluation
33.2 The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance
with ITB Clause 18, to confirm that all requirements specified in Section VI, Schedule of
Supply of the Bidding Document have been met without any material deviation or
reservation.
33.3 If, after the examination of the terms and conditions and the technical evaluation, the
Purchaser determines that the Technical Proposal is not substantially responsive in
accordance with ITB Clause 30, it shall reject the Bid.
34. Conversion to 34.1 For evaluation and comparison of Price Proposals and Supplementary Price Proposals, the
Single Currency Purchaser shall convert all prices expressed in the amounts in various currencies into a
single currency, using the selling exchange rates established by the source and on the
date specified in the BDS.
35. Margin of 35.1 Unless otherwise specified in the BDS, a margin of preference shall not apply.
Preference
36. Evaluation of 36.1 The Purchaser shall evaluate Price Proposals of each Bid for which the Technical Proposal
Bids has been determined to be substantially responsive.
36.2 To evaluate a Price Proposal, the Purchaser shall only use all the criteria and
methodologies defined in this Clause and in Section III, Evaluation and Qualification
Criteria. No other criteria or methodology shall be permitted.
36.3 To evaluate a Price Proposal, the Purchaser shall consider the following:
(a) the Bid Price;

Part I. Section I. Instructions to Bidders 1.10 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
(b) price adjustment for correction of arithmetic errors in accordance with ITB Sub-Clause
31.4;
(c) price adjustment due to discounts offered in accordance with ITB Sub-Clause 14.4;
(d) application of all the evaluation factors indicated in Section III, Evaluation and
Qualification Criteria.
36.4 In the calculation of the evaluated cost of the Bids, the Purchaser shall exclude and not
take into account:
(a) in the case of Goods and All related services offered from within the Purchaser’s
country, all sales tax and all other taxes, applicable in the Purchaser’s country and
payable on the Goods if the Contract is awarded to the Bidder;
(b) in the case of Goods and All related services offered from outside the Purchaser’s
country, all customs duties, sales tax, and other taxes, applicable in the Purchaser’s
country and payable on the Goods if the Contract is awarded to the Bidder; and
(c) any allowance for price adjustment during the period of performance of the Contract,
if provided in the Bid.
36.5 The Purchaser’s cost evaluation of a Bid may require the consideration of other factors,
in addition to the Bid Price quoted in accordance with ITB Clause 14. These factors may
be related to the characteristics, performance, and terms and conditions of purchase of
the Goods and All related services. The factors selected, if any, shall be expressed in
monetary terms to facilitate comparison of the Bids, unless otherwise specified in Section
III, Evaluation and Qualification Criteria. The factors to be used and the methodology of
application shall be as indicated in Section III, Evaluation and Qualification Criteria.
36.6 If this Bidding Document allows Bidders to quote separate prices for different lots, and
the award to a single Bidder of multiple lots, the methodology of evaluation to determine
the lowest evaluated lot combinations, including any discounts offered in the Bid
Submission Sheet, is as specified in Section III, Evaluation and Qualification Criteria.
37. Comparison of 37.1 The Purchaser shall compare all substantially responsive bids to determine the lowest-
Bids evaluated bid, in accordance with ITB Clause 36.
38. Postqualification 38.1 The Purchaser shall determine to its satisfaction during the evaluation of Technical
of the Bidder Proposals whether Bidders are qualified to perform the Contract satisfactorily.
38.2 The determination shall be based upon an examination of the documentary evidence of
the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 19, and in
accordance with the qualification criteria indicated in Section III, Evaluation and
Qualification Criteria. Factors not included in Section III, Evaluation and Qualification
Criteria shall not be used in the evaluation of the Bidder’s qualification.
38.3 An affirmative determination shall be a prerequisite for further consideration of the
38.2.a.i.1.1.1 Technical Proposal in accordance with ITB Sub-Clause 11.1. A negative determination
shall result into the disqualification of the Bid, in which event the Purchaser shall return
the unopened Price Proposal to the Bidder.
39. Purchaser’s 39.1 The Purchaser reserves the right to accept or reject any Bid, and to annul the bidding
Right to Accept process and reject all Bids at any time prior to Contract award, without thereby incurring
Any Bid, and to any liability to the Bidders.
Reject Any or All
Bids

F. Award of Contract

40. Award Criteria 40.1 The Purchaser shall award the Contract to the Bidder whose offer has been determined
to be the lowest evaluated Bid and is substantially responsive to the Bidding Document,
provided further that the Bidder has remained qualified to perform the Contract
satisfactorily.
40.2 A Bid shall be rejected if the qualification criteria as specified in Section III, Evaluation
and Qualification Criteria are no longer met by the Bidder whose offer has been
determined to be the lowest evaluated Bid. In this event the Purchaser shall proceed to
the next lowest evaluated bid to make a similar reassessment of that Bidder’s capabilities
to perform satisfactorily.
41. Purchaser’s 41.1 At the time the Contract is awarded, the Purchaser reserves the right to increase or
Right to Vary decrease the quantity of Goods and All related services specified in Section VI, Schedule
of Supply provided this does not exceed the percentages indicated in the BDS, and without
Part I. Section I. Instructions to Bidders 1.11 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
Quantities at any change in the unit prices or other terms and conditions of the Bid and the Bidding
Time of Award Document.
42. Notification of 42.1 Prior to the expiration of the period of bid validity, the Purchaser shall notify the successful
Award or Bidder, in writing, that its Bid has been accepted. At the same time, the Purchaser shall
Contract also notify all other Bidders of the results of the bidding.
42.2 Until a formal Contract is prepared and executed, the notification of award shall constitute
a binding Contract.
42.3 The Purchaser will publish in well-known freely accessible website the results identifying
the bid and lot numbers and the following information: (i) name of each Bidder who
submitted a Bid; (ii) name and evaluated prices of each Bid that was evaluated; (iii) name
of bidders whose bids were rejected; and (iv) name of the winning Bidder, and the price
it offered, as well as the duration and summary scope of the contract awarded.
42.4 Refutation, unsuccessful bidders may request in writing to the Purchaser for a debriefing
seeking explanations on the grounds on which their bids were not selected in 4 (four)
days after publication of award. The Purchaser shall promptly respond in writing to any
unsuccessful Bidder who, after Publication of contract award, requests a
debriefing.Bidders shall provide refutation security/bond minimal 3(three)%of the bid
price together with the letter of refutation. If the refutation is not correct, the purchaser
have right to forfeiturethe refutation security/ bond. If the refutation is correct, the
purchaser must re-evaluate the tender winner.
43. Signing of 43.1 Promptly after notification, the Purchaser shall send to the successful Bidder the
Contract Agreement and the Special Conditions of Contract.
43.2 Within fourteenth (14) days of receipt of the Agreement, the successful Bidder shall sign,
date, and return it to the Purchaser.
44. Performance 44.1 Within seven (7) days of the receipt of notification of award from the Purchaser, the
Security successful Bidder shall furnish the Performance Security in accordance with the GCC, using
for that purpose the Performance Security Form included in Section IX, Contract Forms,
or another form acceptable to the Purchaser.
44.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or
sign the Contract shall constitute sufficient grounds for the annulment of the award and
forfeiture of the Bid Security. In that event the Purchaser may award the Contract to the
next lowest evaluated Bidder whose offer is substantially responsive and is determined by
the Purchaser to be qualified to perform the Contract satisfactorily.

Part I. Section I. Instructions to Bidders 1.12 PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy Maintenance For
EMU JR 205 Series
Section II. Bid Data Sheet
A. Introduction

ITB 1.1 The Purchaser is: PT KAI Commuter Jabodetabek

ITB 1.1 The name of Package is : PROCUREMENT OF SPARE PARTS OF HEAVY MAINTENANCE FOR
EMU JR 205 SERIES

ITB 2.1 Source of fund, financed by RKAP 2017 PT KAI Commuter Jabodetabek and the investment fund.
Purchaser’s right to vary quantities needed due to availability of the fund.

ITB 4.1 Participants shall be local company or foreign company or foreign company which has
joint venture/partnership with local company. Both has it own sales/business office in
principal’s country (Japan)

ITB 5.5 The Bidder’s submission shall include its Bid, documentation from the spare parts’s owner of the
Goods, that it has been duly authorized to supply the Goods. Unless the owner will accept all
bidders to participate and to be selected as a winner by KCJ.

B. Bidding Document

ITB 7.1 Pre bid meeting for clarification :

Date : Thursday, November 10th, 2016


Time : 10:00 WIB
Address : Dipo KRL Depok Jl. Raya Citayam Rawageni Pancoran Mas
16400
Floor/Room number : 2nd Floor/ Meeting Room
City : Depok
Country : Indonesia

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English and/or Indonesia

ITB 11.4 (i) The Bidder shall submit the Administrative &Technical document the following conditioning
documents :
a. Cover letter stamped and signed by the authorizer;
b. Copies of contracts stated the bidder experience in handling importing the spare
parts from the Principal’s Country to Indonesia;
c. Description of transportation method;
d. Letter of reference bank
e. Detailed Project Schedule ref to TOR;
f. Bid Security/Bid bond including Bid Security liquefaction power of attorney ;
g. Statement of “Pakta Integritas”
h. The copies of the biddder’s legal documents (charter, certificate on state
registration or the register extraction) certified by a public notary and all the
related license permits, reflecting the biddder’s legal status and other
permits/certificate such as:
i. a certificate from an appropriate government board in the Principal’s Country
approving that the bidder is a foreign company or a company with
sales/business office in the Principal’s Country;

Part 1. Section II. Bid Data Sheet 2.1 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
ii. For the local (Indonesia) company, the biddder’s shall be familiar with import
procedure & authorize using EDI system, posses legal documents such as Akte
Pendirian Perusahaan dan Perubahan Terakhir serta dokumen
pengesahannya dari KEMENKUMHAM, Surat Izin Usaha Perdagangan (SIUP)
kualifikasi Bukan Kecil , Nomor Pokok Wajib Pajak (NPWP), Surat Pengukuhan
Pengusaha Kena Pajak (PPKP), Bukti setor Pajak 3 bulan terakhir (Juli 2016,
Agustus 2016, dan September 2016, Tanda Daftar Perusahaan (TDP), Surat
Keterangan Domisili, and other related documents for importer.
iii. the financial report on bidder’s activity on 2014 and 2015, endorsed by the
auditor;

ITB 11.5 (c) The Bidder shall submit with its Price Proposal the following additional documents:

a. Bidding price stamped and signed by the authorizer

b. Description of all Detailed Bidding Price (Section VI) and other quoted Price
conditions

ITB 13.1 Alternative Bids is not permitted

ITB 14.5 The Incoterms 2010 and additional certain condition

ITB 14.6 (b) For Goods offered from outside the Purchaser’s country, the Bidder shall quote prices using the
following Incoterms 2010: Delivery At Place (DAP) Dipo Depok, Indonesia based on the
contract condition.

ITB 14.7 The prices quoted by the Bidder shall be: Fixed Price

ITB 15.1 (a) The currency of the Bid shall be: YEN Japan or IDR Rupiah

ITB 20.1 The bid validity period shall be 60 (sixty) days from the bid opening date.

ITB 21.1 A Bid Security (Bid bond) shall be furnished as a part of its Technical Proposal.

Bid Security shall be attached, the amount and currency of the Bid Security shall be
a bank guarantee from a reputable bank that have representatives office in Jakarta
Indonesia, with amount minimal 3 (three)% of the budget ceiling. If the offer price
exceeds the ceiling value the bid security 3% of the offer price with the validity 90
(ninety) day since the letter of bid submission.

D. Submission and Opening of Bids

ITB 22.1 In addition to the original of the Bid, the number of copies is 2 (two)

ITB 22.2 The written confirmation of Authorization to sign on behalf of the Bidder shall consist of:
Power of Attorney

ITB 23.2 (c) The identification of this bidding process is : PROCUREMENT OF SPARE PARTS OF HEAVY
MAINTENANCE FOR EMU JR 205 SERIES

ITB 24.1 For Bid submission purposes only, the Purchaser’s address is :

Attention : Procurement Committee PT KAI Commuter Jabodetabek


Address : Jl. Ir.H. Juanda I
Floor/Room number : Juanda Railway Station 1st FL
City : Jakarta

Part 1. Section II. Bid Data Sheet 2.2 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
ZIP Code : 10120
Country : Indonesia
Telephone : +62 – 21 - 3453535
Facsimile number : +62 – 21 - 34834084
Electronic mail address : panitia.pengadaan@krl.co.id

ITB 24.1 The deadline for bid submission and The bid opening:

Date : Wednesday, November 16th, 2016


Time : 10:00 WIB
ITB 27.1
Address : Dipo KRL Depok Jl. Raya Citayam Rawageni Pancoran Mas
16400
Floor/Room number : 2nd Floor/ Meeting Room
City : Depok
Country : Indonesia

E. Evaluation, and Comparison of Bids

ITB 34.1 The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices
expressed in various currencies into a single currency is: IDR Rupiah

The source of exchange rate shall be: Bank Indonesia Median Exchange Rate (Kurs Tengah)

The date for the exchange rate shall be: Based on the bid opening date

ITB 35.1 A margin of preference/evaluation shall apply.

If a margin of preference applies, the application methodology shall be as stipulated in Section III,
Evaluation and Qualification Criteria.

ITB 39.1 Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids

This is untied tender, The Purchaser reserves the right to reschedule or reject or to vary
quantities needed the Bid due to the fund availability. The Contract for the bid winner
will be effective upon approval all of the permits from the authorities in Republic of
Indonesia.

The Purchaser reserves the right to accept or reject any Bid, and to annul the bidding process and
reject all Bids at any time prior to Contract award, without thereby incurring any liability to the
Bidders

F. Award of Contract

ITB 41.1 The percentage by which quantities may be increased or decreased is: Based on availability of
the spare parts supplied by the owner and The Purchaser’s requirement and availability
of the fund

Part 1. Section II. Bid Data Sheet 2.3 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Section III.
Evaluation and Qualification Criteria

Table of Criteria

Evaluation Criteria

Scope

1. Completeness of scope of work Proposal based on Section VI.A, Schedule of Supply, List Of Goods and All
related services

2. The available quoted quantity of the spare parts could be delivered stated on Section VI. Delivery and
Completion Schedule and will be evaluated based on the schedule of KCJ’s requirement plan.

3. The documentary evidence may be in the form of literature, drawings or data, and consist of a detailed
description of the essential technical and performance characteristics of the Goods and All related services,
demonstrating substantial responsiveness of the Goods and All related services to those requirements, and
if applicable, a statement of deviations and exceptions to the provisions

Technical Criteria

1. Responsive and meet the Specification defined on Section VI.C Technical Specification

2. Methodology of transporting the spare parts

3. Schedule of Delivery

Economic Criteria

1. Economic quoted price based on the KCJ’s owner estimated

2. The lowest of competitive price based on the proposal from bidders and reasonable price

Qualification Criteria

Financial Report

Experience Criteria

1. Experience in trading & handling spare parts from Japan to Jakarta, Indonesia

2. Copies of Previous Contract

Administration & Legal Document Criteria

Validity of biddder’s legal documents (charter, certificate on state registration or the register extraction)
certified by a notary public, reflecting the biddder’s legal status and other permits/certificate

Part 1. Section III. Evaluation Criteria 3.1PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Section IV.
Bidding Forms

A. Technical Proposal Submission Sheet

Date:

Bidding Doc. No.:

Invitation for Bid No.:

Alternative No.:

To: Procurement Committee

PT KAI Commuter Jabodetabek

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document, including Addenda No.:

(b) We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule specified
in Section VI, Schedule of Supply, the following Goods and All related services:

(c) Our Bid shall be valid for a period of ____ days from the date fixed as deadline for the submission of Technical and
Price Proposals in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted
at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of ____ percent of the Contract
Price for the due performance of the Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the following
eligible countries ;

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in
accordance with the Bidding Document;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not
been declared ineligible by the KCJ.

(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award,
shall constitute a binding contract between us, until a formal Contract is prepared and executed.

(i) We understand that the appointed bidder is the lowest evaluated bid and responsive/pass all requirement.

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Part 3. Section IV. Bidding Form 4.1PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
Price Proposal Submission Sheet

Date:

Bidding Doc. No.:

Invitation for Bid No.:

Alternative No.:

To: Procurement Committee

PT KAI Commuter Jabodetabek

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document, including Addenda No.:

(b) We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule
specified in Section VI, Schedule of Supply, the following Goods and All related services:

(c) The total Price is:

(d) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding
process or execution of the Contract:

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”)

(e) We agree to permit the authorities to inspect our accounts and records and other documents relating to the bid
submission and to have them audited by auditors.

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Part 3. Section IV. Bidding Form 4.2PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
C. Price Schedule For Goods & All Related Services Procurement Of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series

Name of Bidder :_____________________

Quotation No. : ______________ Page ___ of ___

1 2 3 4 5 6

Unit of
Item Description Quantity Unit Price Total Price
Measurement

1 See List of Goods and All Related


Services Section VI Schedule of Supply

Total
Amount

Notes:

Column 5 and 6 : Incotermin accordance with ITB Clause 14

Currency in accordance with ITB Clause 15

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Part 3. Section IV. Bidding Form 4.3PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
D. Bid Security

Date: ________________________

Bidding Doc No.: _____________________

Invitation for Bid No.: __________

To: _____________________________________________________________________

Whereas ___________________________________________________________________

___________________________________________________________________________

(hereinafter “the Bidder”) has submitted its Bid dated ____________________________ for Bidding No. ___________
for the supply of _______________________________________________________________________________
__________________________________________________________________hereinafter called “the Bid.”

KNOW ALL PEOPLE by these presents that WE _________________________________ of


___________________________________________________ having our registered office at
_________________________________________________ (hereinafter “the Guarantor”), are bound unto
___________________________________________________
_________________________________________________________________ (hereinafter “the Purchaser”) in the
sum of ________________________________________________ for which payment well and truly to be made to the
aforementioned Purchaser, the Guarantor binds itself, its successors, or assignees by these presents. Sealed with
the Common Seal of this Guarantor this ____________________day of _________________________, _____.

THE CONDITIONS of this obligation are the following:

1. 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 Sub-Clause 20.2; or

2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser, during the period of bid validity,
fails or refuses to:

(a) execute the Contract; or

(b) furnish the Performance Security, in accordance with the ITB Clause 44; or

(c) accept the correction of its Bid by the Purchaser, pursuant to ITB Clause 31.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the
Purchaser having to substantiate its demand, provided that in its demand the Purchaser 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 the Guarantor no later than the above date.

Name

In the capacity of

Signed

Duly authorized to sign the Bid Security for and on behalf of

Date

Part 3. Section IV. Bidding Form 4.4PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
E. Performance Security

Date:

Contract Name and No. :

To:

WHEREAS _______________________________________ (hereinafter “the Supplier”) has undertaken, pursuant to of


the Purchaser’s Notification of Award Contract decree No. ____________ dated ________________, _______ to supply
__________________________________________ (hereinafter “the Contract”).

AND WHEREAS it has been stipulated by you in the aforementioned Contract that the Supplier shall furnish you with a
security ____________________ issued by a reputable guarantor for the sum specified therein as security for compliance
with the Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS the undersigned _____________________________________________ ______________________,


legally domiciled in ________________________________ ____________________________________________,
(hereinafter “the Guarantor”), have agreed to give the Supplier a security:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of
____________________________________________________ and we undertake to pay you, upon your first written
demand declaring the Supplier to be in default under the Contract, without cavil or argument, any sum or sums within
the limits of __________ ____________ as aforesaid, without your needing to prove or to show grounds or reasons for
your demand or the sum specified therein.

This security is valid until the ___________________ day of __________________, _____.

Name

In the capacity of

Signed

Duly authorized to sign the security for and on behalf of

Date

Part 3. Section IV. Bidding Form 4.5PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
F. Power Attorney

COMPANY HEAD LETTER

POWER OF ATTORNEY
Number : ..............................

I, the Undersigned:
Name : ……………………………………………………………………..
Position : President Director/Director ………………………………………
In this matter act on behalf of the company based on Notarial Deed No. ……………. In ……………Number …………….
Dated …………… and its addendum, located in ……………………….…..(Company’s address)
Here and now called as Company

Does hereby constitutes and appoints :


Name : .................................................................... …………………………………………………………………….
Position : .................................................................... …………………………………………………………………….
Appoints according to Notarial Deed_____ In........ Number………… Dated ……………… and its all amendments,
located in ………………. (company’s address).
Here and now called as Attorney

To act For and on behalf of the Company to sign the offering letter of .................and its attachments.

This Power of Attorney given without power of substitution.


…….., ……………….20….

Attorney Company

Stamp duty, date,


signature and
stamp
.

………………. ………………..
(name and position) (name and position)

Part 3. Section IV. Bidding Form 4.6PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
G. Integrity Pacts

COMPANY HEAD LETTER


Number : ….., ……………….200…
Attachment :

To.:
Procurement Committee
PT.KAI Commuter Jabodetabek
In Jakarta

Regarding : Administration and Technical Offering


PROCUREMENT OF SPARE PARTS OF HEAVY MAINTENANCE FOR EMU JR 205 SERIES

In accordance to the Bid Announcement Number _______ dated______, and after carefully examine the Selection
Documents including the Minutes of explanation and its addendum, hereby we propose the Administration and Technical
documents.
This offer shall prevail for 90 (ninety) calendar days since the opening of First Envelope and the time frame for the
completion of the work shall be in accordance to the Working Schedule.

Hereby we declare :
1. Intent and comply with the procurement process that is held in accordance with the Procurement Policy in PT.KAI
Commuter Jabodetabek.
2. Will not commit any Corruption, Collusion and Nepotism practice and will report to the authority if any of such
indication occurs in this procurement process.
3. In this procurement process, will perform the work transparently and professional and will give our best effort in
any means necessary optimally to give the best working result.
4. If we breach any items of this Integrity Pact, i am willing to be given moral sanction, administration sanction
and will be held liable for any damage incurred and punishment according to the prevailing regulation.
5. Will keep all confidentiality of the documents.

In accordance to the requirements, hereby we enclose 1 (one) original and 2 (two) copies of the documents as per :

Section II. Bid Data Sheet, C. Preparation of Bids

Thus, we deliver the Offering, Statement and Company’s Documents in this E-Procurement Website in the utmost truth
and responsibility manners.

…...............

Stamp duty, date,


signature and
stamp

…………………….
President Director /
Based on POA

Part 3. Section IV. Bidding Form 4.7PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
Section V.

Eligible Countries

All eligible countries that have a Diplomatic relation with the Republic of Indonesia

Part I. Section V. Eligible Countries 5.1PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
Part 2
Section VI
Schedule of Supply
A. List of Goods and All related services

CURRENCY : JPY (YEN)

NO ITEM QTY UNIT UNIT PRICE TOTAL PRICE

1 J Relay valve Maintenance KIT 110 Kit

E8.5764 step relay valve Maintenance


2 82 Kit
KIT
Terminal block assembly for E8.5764
3 5 Pcs
step relay valve

4 F variable load valve Maintenance KIT 16 Kit

Electro-pneumatic change valve(EPL)


5 110 Kit
Maintenance KIT
Flange shim for Electro-pneumatic
6 33 Pcs
change valve(EPL)
Bias Shim (middle) for Electro-pneumatic
7 17 Pcs
change valve(EPL)
B7 Pressure regulating valve
8 192 Kit
Maintenance KIT
3/8D Double check valve Maintenance
9 110 Kit
KIT

10 Valve seat for 3/8D Double check valve 11 Pcs

11 Guide valve for 3/8D Double check valve 11 Pcs

12 Shim for 3/8D Double check valve 11 Pcs

Ring gasket 1 for 3/8D Double check


13 0 Pcs
valve

14 Lid gasket for 3/8D Double check valve 0 Pcs

15 Rubber plate valve 0 Pcs

16 Spring for 3/8D Double check valve 0 Pcs

17 Snap ring for 3/8D Double check valve 0 Pcs

Ring Gasket 2 for 3/8D Double check


18 0 Pcs
valve

Part 2. Section VI. Schedule of Supply 6.1PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
19 3/8 cut-off cock Maintenance KIT 384 Kit

VD1A variable load valve Maintenance


20 100 Kit
KIT
VD3A variable load valve Maintenance
21 76 Kit
KIT
Tight-lock Coupler (Front side of Tc)
22 46 Kit
Maintenance KIT
Return spring for Tight-lock Coupler
23 5 Pcs
(Front side of Tc)
Support of Packing rubber holder (Large)
24 5 Pcs
for Tight-lock Coupler (Front side of Tc)
Lock hanger for Tight-lock Coupler
25 5 Pcs
(Front side of Tc)
Packing rubber holder (Large) for Tight-
26 5 Pcs
lock Coupler (Front side of Tc)
Coupler lock for Tight-lock Coupler
27 5 Pcs
(Front side of Tc)
Tight-lock Coupler Maintenance KIT
28 228 Kit
(Rear side of Tc, T, T', M, M')
Return spring for Tight-lock Coupler
29 23 Pcs
(Rear side of Tc, T, T', M, M')
Support of Packing rubber holder (Large)
30 for Tight-lock Coupler (Rear side of Tc, 12 Pcs
T, T', M, M')
Lock hanger for Tight-lock Coupler (Rear
31 23 Pcs
side of Tc, T, T', M, M')
Packing rubber holder (Large) for Tight-
32 lock Coupler (Rear side of Tc, T, T', M, 12 Pcs
M')
Coupler lock for Tight-lock Coupler (Rear
33 23 Pcs
side of Tc, T, T', M, M')
Semi-Permanent Coupler Maintenance
34 110 Kit
KIT

35 Air compressor C2000 Maintenance KIT 55 Kit

Piston pin (low pressure) for Air


36 22 Pcs
compressor C2000
Piston pin (high pressure) for Air
37 11 Pcs
compressor C2000
Connecting rod assembly for Air
38 33 Pcs
compressor C2000
Piston (low pressure) (four rings) for Air
39 22 Pcs
compressor C2000
Piston (high pressure) (four rings) for
40 11 Pcs
Air compressor C2000
Valve seat (upside) for Air compressor
41 33 Pcs
C2000

Part 2. Section VI. Schedule of Supply 6.2PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
Valve seat (downside) for Air compressor
42 33 Pcs
C2000
Plate valve (outer) for Air compressor
43 50 Pcs
C2000
Plate valve (inner) for Air compressor
44 50 Pcs
C2000
Plate valve spring (outer) for Air
45 50 Pcs
compressor C2000
Plate valve spring (inner) for Air
46 50 Pcs
compressor C2000

47 Buffer spring for Air compressor C2000 132 Pcs

48 Stopper plate for Air compressor C2000 83 Pcs

49 Crown nut for Air compressor C2000 50 Pcs

Special flat head bolt for Air compressor


50 50 Pcs
C2000
Rubber cushion assembly for Air
51 110 Pcs
compressor C2000
Shim Air compressor C2000 No 1 for Air
52 6 Pcs
compressor C2000
Shim Air compressor C2000 No 2 for Air
53 6 Pcs
compressor C2000
Spring Air compressor C2000 for Air
54 6 Pcs
compressor C2000

55 Hydraulic valve for Air compressor C2000 6 Pcs

56 Bearing NU for Air compressor C2000 14 Pcs

Bearing NH (motor side) for Air


57 14 Pcs
compressor C2000
T-bolt Air compressor C2000 No 1 for
58 11 Pcs
Air compressor C2000
T-bolt Air compressor C2000 No 2 for
59 44 Pcs
Air compressor C2000

60 Lock nut for Air compressor C2000 6 Pcs

Outer fan Air compressor C2000 for Air


61 3 Pcs
compressor C2000

62 Wave washer for Air compressor C2000 6 Pcs

Packing for terminal box for Air


63 28 Pcs
compressor C2000
Metal bearing (upper) for Air compressor
64 33 Pcs
C2000
Metal bearing (lower) for Air compressor
65 33 Pcs
C2000

Part 2. Section VI. Schedule of Supply 6.3PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
Retaining Ring C60 for Air compressor
66 11 Pcs
C2000
Retaining Ring C150 for Air compressor
67 11 Pcs
C2000
Low Pressure Cylinder for Air compressor
68 22 Pcs
C2000
High Pressure Cylinder for Air
69 17 Pcs
compressor C2000
Gear Pump Pition, Ass'y (includes 48 to
70 11 Pcs
55) for Air compressor C2000
Driving Gear Oil Pump for Air compressor
71 14 Pcs
C2000
Driven Gear Oil Pump for Air compressor
72 14 Pcs
C2000

73 Dehumidifier D20A Maintenance KIT 5 Kit

74 Dehumidifier D20B Maintenance KIT 50 Kit

Copper pipe assembly (for Dehumidifier


75 25 Pcs
D20B)
Gangway hardware d20b for
76 25 Pcs
Dehumidifier D20B
rubber of large grommet d20b for
77 25 Pcs
Dehumidifier D20B
rubber of small grommet d20b for
78 25 Pcs
Dehumidifier D20B
Differential pressure valve DP5
79 384 Kit
Maintenance KIT
Snap ring dp5 for Differential pressure
80 384 Pcs
valve DP5
Gasket dp5 for Differential pressure
81 384 Pcs
valve DP5
Shim 0.3 dp5 for Differential pressure
82 576 Pcs
valve DP5
Shim 0.5 dp5 for Differential pressure
83 576 Pcs
valve DP5
Shim 1.0 dp5 for Differential pressure
84 576 Pcs
valve DP5

85 Leveling valve LV4 Maintenance KIT 768 Kit

86 Motor Generator Maintenance KIT 55 Kit

87 Diode Eksitasi for Motor Generator 9 Pcs

88 Traction Motor Maintenance KIT 440 Kit

89 Banding band for Traction Motor 110 Pcs

Part 2. Section VI. Schedule of Supply 6.4PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
90 Packing for air duct for Traction Motor 22 Pcs

Bearing nut stopper(medium) for


91 132 Pcs
Traction Motor
Bearing nut stopper(large) for Traction
92 132 Pcs
Motor
Bearing nut stopper(small) for Traction
93 132 Pcs
Motor

94 Detent washer for Traction Motor 220 Pcs

95 Detent washer for Traction Motor 110 Pcs

96 Lead wire cleat for Traction Motor 22 Pcs

97 Key for torsion axis forTraction Motor 88 Pcs

98 Outer fan cover forTraction Motor 9 Pcs

99 Check nut forTraction Motor 264 Pcs

100 Cover for inner forTraction Motor 9 Pcs

Washer M10 Traction Motor No 1


101 528 Pcs
forTraction Motor
Washer M10 Traction Motor No 2
102 528 Pcs
forTraction Motor
Washer M10 chromium-plated
103 660 Pcs
forTraction Motor
Spring washer M10 chromium-plated
104 528 Pcs
forTraction Motor
Nut M10 chromium-plated forTraction
105 528 Pcs
Motor
Bolt with hexagon ditch M10 chromium-
106 1056 Pcs
plated forTraction Motor
Bolt M10 for inner fan cover forTraction
107 1056 Pcs
Motor
Reamer bolt 20φ Traction Motor
108 880 Pcs
forTraction Motor
Bolt M10 Traction Motor No 1
109 660 Pcs
forTraction Motor

110 Key for coupling forTraction Motor 88 Pcs

Spring washer M12 Traction Motor


111 440 Pcs
forTraction Motor
Bolt with hexagon ditch M10 forTraction
112 88 Pcs
Motor
Bolt M12 Traction Motor forTraction
113 1320 Pcs
Motor

Part 2. Section VI. Schedule of Supply 6.5PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
Bolt M10 Traction Motor No 2
114 528 Pcs
forTraction Motor

115 Cushion rubber(M) forTraction Motor 44 Pcs

116 Spring washer M8 forTraction Motor 1584 Pcs

117 Nut M16 forTraction Motor 880 Pcs

118 Bolt M8 forTraction Motor 2640 Pcs

119 Reamer bolt 16φ forTraction Motor 440 Pcs

120 Shaft joint forTraction Motor 9 Pcs

121 Torsion shaft forTraction Motor 9 Pcs

122 Plate coupling forTraction Motor 36 Pcs

123 Motor bogie Maintenance KIT 220 Kit

Urethane bushing (brake shoe hanger


124 1760 Pcs
holder) for Motor bogie
Urethane bushing (brake shoe hanger) 1
125 1760 Pcs
for Motor bogie
Urethane bushing (brake shoe hanger) 2
126 1760 Pcs
for Motor bogie
Urethane bushing (brake push rod) for
127 880 Pcs
Motor bogie
Urethane bushing (connecting beam of
128 440 Pcs
brake push rod) for Motor bogie
Steel bushing (brake lever) for Motor
129 440 Pcs
bogie
Urethane bushing (brake lever)1 for
130 440 Pcs
Motor bogie
Urethane bushing (brake lever)2 for
131 44 Pcs
Motor bogie
Urethane bushing (brake lever)3 for
132 440 Pcs
Motor bogie
Bushing (brake shoe head) for Motor
133 880 Pcs
bogie
Urethane bushing (lateral damper) for
134 22 Pcs
Motor bogie
Trailing bogie (front bogie of Tc)
135 46 Kit
Maintenance KIT
Urethane bushing (lateral damper) for
136 5 Pcs
Trailing bogie (front bogie of Tc)
Urethane bushing (brake lever holder)
137 19 Pcs
for Trailing bogie (front bogie of Tc)

Part 2. Section VI. Schedule of Supply 6.6PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
Urethane bushing (brake lever) 1 for
138 19 Pcs
Trailing bogie (front bogie of Tc)
Urethane bushing (brake lever) 2 for
139 19 Pcs
Trailing bogie (front bogie of Tc)
Urethane bushing (brake lining holder)
140 10 Pcs
for Trailing bogie (front bogie of Tc)
Urethane bushing (brake shoe hanger
141 holder) for Trailing bogie (front bogie of 37 Pcs
Tc)
Urethane bushing (brake shoe hanger) 1
142 37 Pcs
for Trailing bogie (front bogie of Tc)
Urethane bushing (brake shoe hanger) 2
143 37 Pcs
for Trailing bogie (front bogie of Tc)
Urethane bushing (SJ cylinder holder) for
144 37 Pcs
Trailing bogie (front bogie of Tc)
Urethane bushing (brake shoe head) for
145 19 Pcs
Trailing bogie (front bogie of Tc)
Trailing bogie (except front bogie of Tc)
146 70 Kit
Maintenance KIT
Urethane bushing (lateral damper) for
147 7 Pcs
Trailing bogie (except front bogie of Tc)
Urethane bushing (brake lever holder)
148 for Trailing bogie (except front bogie of 28 Pcs
Tc)
Urethane bushing (brake lever) 1 for
149 28 Pcs
Trailing bogie (except front bogie of Tc)
Urethane bushing (brake lever) 2 for
150 28 Pcs
Trailing bogie (except front bogie of Tc)
Urethane bushing (brake lining holder)
151 for Trailing bogie (except front bogie of 14 Pcs
Tc)
Urethane bushing (brake shoe hanger
152 holder) for Trailing bogie (except front 56 Pcs
bogie of Tc)
Urethane bushing (brake shoe hanger) 1
153 for Trailing bogie (except front bogie of 56 Pcs
Tc)
Urethane bushing (brake shoe hanger) 2
154 for Trailing bogie (except front bogie of 56 Pcs
Tc)
Urethane bushing (SJ cylinder holder) for
155 56 Pcs
Trailing bogie (except front bogie of Tc)
Urethane bushing (brake shoe head) for
156 28 Pcs
Trailing bogie (except front bogie of Tc)

157 Bogie Common Parts Maintenance KIT 336 Kit

Trailing bogie for 6 doors car (TR241B)


158 32 Kit
Maintenance KIT
Axle spring conical rubber for Trailing
159 128 Pcs
bogie for 6 doors car (TR241B)

Part 2. Section VI. Schedule of Supply 6.7PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
Cushion rubber for Trailing bogie for 6
160 64 Pcs
doors car (TR241B)
Cushion rubber no 2 for Trailing bogie
161 32 Pcs
for 6 doors car (TR241B)
Pin tr241b no 5 for Trailing bogie for 6
162 32 Pcs
doors car (TR241B)
Pin tr241b no 6 for Trailing bogie for 6
163 32 Pcs
doors car (TR241B)
Pin tr241b no 7 for Trailing bogie for 6
164 32 Pcs
doors car (TR241B)
Trailing bogie for 6 doors car (TR246E)
165 16 Kit
Maintenance KIT
Rubber cushion 1 for Trailing bogie 6
166 32 Pcs
doors car (TR246E)
Axle-beam rubber for Trailing bogie 6
167 32 Pcs
doors car (TR246E)
Insulating coverfor Trailing bogie 6 doors
168 7 Pcs
car (TR246E)
Cushion rubber 2 for Trailing bogie 6
169 16 Pcs
doors car (TR246E)
Cushion rubber 3 for Trailing bogie 6
170 16 Pcs
doors car (TR246E)
Pin 1 for Trailing bogie 6 doors car
171 16 Pcs
(TR246E)
Pin 2 for Trailing bogie 6 doors car
172 16 Pcs
(TR246E)
Pin 3 for Trailing bogie 6 doors car
173 16 Pcs
(TR246E)
Wheel Set for Motor Car Maintenance
174 440 Kit
KIT

175 Pinion assembly for Wheel Set Motor Car 22 Pcs

176 BAND for Wheel Set Motor Car 22 Pcs

Tachometer generator driving pin JC32


177 78 Kit
for Wheel Set Trailer Car
Tachometer generator pin JT27 for
178 14 Kit
Wheel Set Trailer Car
Bolt M16 TC No 1 for Wheel Set Trailer
179 464 Kit
Car
Special bolt for disk M20 for Wheel Set
180 696 Kit
Trailer Car
Wheel Set for Trailer Car (6 doors car,
181 36 Kit
TR241B) Maintenance KIT
Wheel Set for Trailer Car (6 doors car,
182 12 Kit
TR246E) Maintenance KIT

183 Axle Bearing (JC32) Maintenance KIT 540 Kit

Part 2. Section VI. Schedule of Supply 6.8PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
184 JC32 Front cap fixing bolt M16 324 Pcs

185 JC32 Front rubber cap 93 Pcs

JC32 Front rubber cap (for tachometer


186 generator) for Wheel Set Common 16 Pcs
Parts

187 Axle Bearing (JT27) Maintenance KIT 132 Kit

JT27 Front rubber cap for Wheel Set


188 24 Pcs
Common Parts
JT27 Front rubber cap (for tachometer
189 14 Pcs
generator) for Wheel Set Common Parts
Brake Cylinder Maintenance KIT, SJ
190 164 Kit
Cylinder TC dan T

191 Contactor Maintenance KIT 55 Kit

Air conditioner AU717 for 6 doors car


192 16 Kit
Maintenance KIT
Rubber plate for drain pipe for Air
193 48 Pcs
conditioner AU717 6 doors car
Air conditioner AU722 for 6 doors car
194 8 Kit
Maintenance KIT
Rubber plate for drain pipe for Air
195 24 Pcs
conditioner AU722 6 doors car
Air conditioner AU75G for 4 doors car
196 1008 Kit
Maintenance KIT
Plate for drain pipe rubber for Air
197 1512 Pcs
conditioner AU75G for 4 doors car
Rubber plate for drain pipe for Air
198 504 Pcs
conditioner AU75G for 4 doors car
Terminal box assy for Air conditioner
199 34 Pcs
AU75G for 4 doors car
Terminal block for Air conditioner AU75G
200 17 Pcs
for 4 doors car
Insulating stand for Air conditioner
201 269 Pcs
AU75G for 4 doors car
Filter Dryer for Air conditioner AU75G for
202 168 Pcs
4 doors car

203 Door engine TK112 Maintenance KIT 288 Kit

204 Gear box cover for Door engine TK112 15 Pcs

DP-45RS Piston rod CP for Door engine


205 29 Pcs
TK112

206 Door engine TK4 Maintenance KIT 1344 Kit

Part 2. Section VI. Schedule of Supply 6.9PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of Heavy
Maintenance For EMU JR 205 Series
207 Rack (for TK4K) for Door engine TK4 57 Pcs

208 Rack (for TK4L) for Door engine TK4 11 Pcs

209 Chock plug (M) for Door engine TK4 135 Pcs

Valve body (M) No 1 for Door engine


210 68 Pcs
TK4
Valve body (M) No 2 for Door engine
211 68 Pcs
TK4

212 Ball valve for Door engine TK4 1613 Pcs

213 Side-sliding door Maintenance KIT 3264 Kit

214 Pantograph PS21 Maintenance KIT 30 Kit

215 Pantograph PS33E Maintenance KIT 25 Kit

216 Frame assembly for Pantograph PS33E 3 Pcs

217 Line Flow Fan 168 Pcs

218 Fan Louver for Line Flow Fan 336 Pcs

JR TURBINE OIL 56 for Air Compressor


219 16 Pcs
(18L Pail)
APOLLOIL GEAR HE-90S GL-5 for Gear
220 292 Pcs
Box (20L Pail)
Arapen RB 320 for Axle shaft bearings
221 34 Pcs
(16kg Pail)
Unimax R2 for Traction Motor bearing
222 8 Pcs
(18kg Pail)
Multinoc Grease No.2 for Motor
223 4 Pcs
Generator bearing (16kg Pail)
Multemp SRL for Air Conditioner Fan
224 2 Pcs
bearing (2.5kg Pail)
COSMO CUP GREASE NO.1 for Tight-lock
225 2 Pcs
Coupler (16kg Pail)
Silicon oil (140 cc plus something per LV)
226 8 Pcs
(16kg Pail)

227 Carbon Brush TM SERI JR205 10880 Pcs

228 Earth Brush Besar SERI JR205 600 Pcs

229 Brake Pad Shoe SERI JR205 1800 Pcs

JR TURBINE OIL 56 for Air Compressor


230 30 Pcs
(18L Pail)

Part 2. Section VI. Schedule of Supply 6.10PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Evaporator Fan Blade for AU75G (Right
231 16 Pcs
and Left set)
Evaporator Fan Housing for AU75G(Right
232 16 Pcs
and Left set)

233 Falling Protector Diaphragm 400 Pcs

Electric Coupler Maintenance KIT O ring


234 842 Pcs
for KE5
Electric Coupler Maintenance KIT O ring
235 842 Pcs
for KE6
Electric Coupler Maintenance KIT O ring
236 842 Pcs
for KE96
Traction Motor Maintenance KIT Packing
237 480 Pcs
for TM No.1
Traction Motor Maintenance KIT Packing
238 960 Pcs
for TM No.2
Traction Motor Maintenance KIT Packing
239 480 Pcs
for TM No.3

240 CABLE FOR BREAKER L1 / HB 63 Pcs

241 CABLE FOR BREAKER L2 63 Pcs

242 CABLE FOR BREAKER L3 63 Pcs

243 CABLE FOR BREAKER K1 63 Pcs

244 CABLE FOR BREAKER K2 63 Pcs

245 CABLE FOR BREAKER K3 63 Pcs

SUB TOTAL

PPN 10% FREE

GRAND TOTAL INCLUDE PPN 10% FREE

UNIT
NO ITEM NAME OF GOODS QTY TOTAL PRICE
PRICE

1 J Relay valve Maintenance KIT 1 Gasket J Relay valve 2

2 Diaphragm J Relay valve 1

Part 2. Section VI. Schedule of Supply 6.11PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
3 Intake/Exhaust valve 1

4 Gasket for Upper-lid 1

5 O-Ring J Relay valve (φ17) 1

O-Ring J Relay valve 1


6 3
(φ22)
Gasket J Relay valve 1
7 1

Roll pin Stopper J Relay


8 valve 1

SUB
TOTAL
E8.5764 step relay valve O-Ring step relay valve
2 Maintenance KIT 1 (φ6) 11

O-Ring step relay valve 1


2 E8.5764 (φ7) 2

O-Ring step relay valve 2


3 E8.5764 (φ24) 2

O-Ring step relay valve 3


4 E8.5764 (φ25) 1

O-Ring step relay valve 4


5 E8.5764 (φ160) 1

Packing MY-16 E8.5764


6 1

Packing MY-24 E8.5764


7 1

Valve assembly E8.5764


8 1

Diaphragm(No.4) E8.5764
9 1

Diaphragm(No.6) E8.5764
10 1

Diaphragm(No.7) E8.5764
11 1

Diaphragm(No.8.5) E8.5764
12 1

Diaphragm stopper(No.8.5)
13 E8.5764 1

Dolly block flat


14 1

Gasket step relay valve 1


15 1

Part 2. Section VI. Schedule of Supply 6.12PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Gasket step relay valve 2
16 1

SUB
TOTAL
Terminal block assembly for Terminal block assembly
3 E8.5764 step relay valve 1 1

F variable load valve Ring gasket F variable load


4 Maintenance KIT 1 valve 4

C type snap ring 10 (for


2 shaft) 1

Rubber plate valve F


3 variable load valve 1

S-Bellowphragm
4 2

Bellowphragm
5 1

Valve F variable load valve


6 1

Side sheet gasket F


7 variable load valve 2

O-Ring variable load valve 1


8 (φ7) 1

O-Ring variable load valve 2


9 (φ10) 1

O-Ring variable load valve 3


10 (φ16) 2

O-Ring variable load valve 4


11 (φ22) 2

O-Ring variable load valve 5


12 (φ50) 1

O-Ring variable load valve 6


13 (φ55) 1

O-Ring variable load valve 7


14 (φ60) 1

O-Ring variable load valve 8


15 (φ70) 1

Packing MY-5 F variable


16 load valve 2

C type snap ring 16 (for


17 hole) 1

Side lid
18 2

SUB
TOTAL
Part 2. Section VI. Schedule of Supply 6.13PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Electro-pneumatic change S-Bellowphragm EPL
5 valve(EPL) Maintenance KIT 1 1

Supply valve assembly EPL


2 1

O-Ring EPL 1 (φ11)


3 1

O-Ring EPL 2 (φ14)


4 1

O-Ring EPL 3 (φ20)


5 2

O-Ring EPL 4 (φ22)


6 1

O-Ring EPL 5 (φ30)


7 1

O-Ring EPL 6 (φ60)


8 1

Packing MY-5 EPL


9 2

Packing MY-6 EPL


10 1

Supply valve shim EPL


11 5

SUB
TOTAL
Flange shim for Electro- Flange shim
6 pneumatic change valve(EPL) 1 6

SUB
TOTAL
Bias Shim (middle) for Electro- Bias Shim(middle)
7 pneumatic change 1 3
valve(EPL)change valve(EPL)
SUB
TOTAL
B7 Pressure regulating valve Rubber plate valve B7
8 Maintenance KIT 1 Pressure regulating valve 1

Diaphragm(small) B7
2 Pressure regulating valve 1

Diaphragm(large) B7
3 Pressure regulating valve 1

Gasket B7 Pressure
4 regulating valve 1

SUB
TOTAL

Part 2. Section VI. Schedule of Supply 6.14PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
3/8D Double check valve O-Ring 3/8D Double check
9 Maintenance KIT 1 valve 1 2

O-Ring 3/8D Double check


2 valve 2 1

Flexible plate valve


3 1

SUB
TOTAL
Valve seat for 3/8D Double Valve seat
10 check valve 4 1

Guide valve for 3/8D Double Guide valve


11 check valve 5 1

Shim for 3/8D Double check Shim


12 valve 6 1

Ring gasket 1 for 3/8D Double Ring gasket


13 check valve 7 1

Lid gasket for 3/8D Double Lid gasket


14 check valve 8 1

Rubber plate valve Rubber plate valve


15 9 2

Spring for 3/8D Double check Spring


16 valve 10 1

Snap ring for 3/8D Double Snap ring


17 check valve 11 2

Ring Gasket 2 for 3/8D Double Ring Gasket 3/8D Double


18 check valve 12 check valve 3

3/8 cut-off cock Maintenance Gasket 3/8 cut-off cock


19 KIT 1 1

VD1A variable load valve Supply valve VD1A variable


20 Maintenance KIT 1 load valve 1

Diaphragm VD1A variable


2 load valve 1

O-Ring VD1A variable load


3 valve (φ9) 5

O-Ring VD1A variable load


4 valve 1 (φ11) 1

O-Ring VD1A variable load


5 valve 2 (φ14) 1

O-Ring VD1A variable load


6 valve 3 (φ20) 2

O-Ring VD1A variable load


7 valve 4 (φ28) 1

O-Ring VD1A variable load


8 valve 5 (φ42) 1

Part 2. Section VI. Schedule of Supply 6.15PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
O-Ring VD1A variable load
9 valve 6 (φ30) 1

O-Ring VD1A variable load


10 valve 7 (φ70) 1

Packing VD1A variable load


11 valve 1 2

Packing VD1A variable load


12 valve 2 1

SUB
TOTAL
VD3A variable load valve Supply valve VD3A variable
21 Maintenance KIT 1 load valve 1

Diaphragm VD3A variable


2 load valve 1

O-Ring VD3A variable load


3 valve (φ9) 5

O-Ring VD3A variable load


4 valve 1 (φ11) 1

O-Ring VD3A variable load


5 valve 2 (φ14) 1

O-Ring VD3A variable load


6 valve 3 (φ20) 2

O-Ring VD3A variable load


7 valve 4 (φ35.5) 1

O-Ring VD3A variable load


8 valve 5 (φ50) 1

O-Ring VD3A variable load


9 valve 6 (φ30) 1

O-Ring VD3A variable load


10 valve 7 (φ70) 1

Packing VD3A variable load


11 valve 1 2

Packing VD3A variable load


12 valve 2 1

SUB
TOTAL
Tight-lock Coupler (Front side Spring for packing rubber
22 of Tc) Maintenance KIT 1 holder 2

Bushing with flange


2 4

Packing (large) for EC


3 packing rubber holder 2

Packing rubber (Large)


4 2

Part 2. Section VI. Schedule of Supply 6.16PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Shock absorber (RD16)
5 1

Split cotter
6 2

SUB
TOTAL
Return spring for Tight-lock Return spring
23 Coupler (Front side of Tc) 7 1

Support of Packing rubber Support of Packing rubber


24 holder (Large) for Tight-lock 8 holder (Large) 2
Coupler (Front side of Tc)
Lock hanger for Tight-lock Lock hanger
25 Coupler (Front side of Tc) 9 1

Packing rubber holder (Large) Packing rubber holder


26 for Tight-lock Coupler (Front 10 (Large) 2
side of Tc)
Coupler lock for Tight-lock Coupler lock
27 Coupler (Front side of Tc) 11 1

Tight-lock Coupler Maintenance Spring for packing rubber


28 KIT (Rear side of Tc, T, T', M, 1 holder 1
M')
Bushing with flange
2 4

Packing (large) for EC


3 packing rubber holder 1

Packing rubber (Large)


4 1

Shock absorber (RD16)


5 1

Split cotter
6 2

SUB
TOTAL
Return spring for Tight-lock Return spring
29 Coupler (Rear side of Tc, T, T', 7 1
M, M')
Support of Packing rubber Support of Packing rubber
holder (Large) for Tight-lock holder (Large)
30 8 1
Coupler (Rear side of Tc, T, T',
M, M')
Lock hanger for Tight-lock Lock hanger
31 Coupler (Rear side of Tc, T, T', 9 1
M, M')
Packing rubber holder (Large) Packing rubber holder
32 for Tight-lock Coupler (Rear 10 (Large) 1
side of Tc, T, T', M, M')
Coupler lock for Tight-lock Coupler lock
33 Coupler (Rear side of Tc, T, T', 11 1
M, M')

Part 2. Section VI. Schedule of Supply 6.17PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Semi-Permanent Coupler Bushing with flange
34 Maintenance KIT 1 4

Shock absorber (RD16)


2 1

Split cotter
3 2

SUB
TOTAL
Air compressor C2000 Piston ring (low pressure)
35 Maintenance KIT 1 4

Oil ring (low pressure)


2 4

Piston ring (high pressure)


3 2

Oil ring (high pressure)


4 2

Crank case gasket


5 2

Oil cover gasket


6 1

Cylinder gasket
7 3

Cylinder cover gasket φ 89


8 3

Cylinder cover gasket φ 138


9 3

Gasket φ 62
10 8

Strainer (white)
11 3

Strainer assembly
12 1

Strainer filter (blue)


13 8

O-Ring Air compressor


14 C2000 (φ125) 1

Gasket (non-asbestos) φ 12
15 1

Gasket (non-asbestos) φ 18
16 1

Wind tunnel packing


17 1

Oil gauge plate (star)


18 4

Part 2. Section VI. Schedule of Supply 6.18PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Window (circle)
19 2

Oil gauge gasket Air


20 compressor C2000 2

Oil gauge window gasket


21 4

Seal washer Air compressor


22 C2000 1

Knock pin
23 3

Crown washer for fan


24 1

V-ring
25 1

Lock washer for gear


26 1

Bearing (fan-side)
27 1

Bearing (gear-side)
28 1

Fitting, Oil Pump


29 1

SUB
TOTAL
Piston pin (low pressure) for Air Piston pin (low pressure)
36 compressor C2000 30 2

Piston pin (high pressure) for Piston pin (high pressure)


37 Air compressor C2000 31 1

Connecting rod assembly for Air Connecting rod assembly


38 compressor C2000 32 3

Piston (low pressure) (four Piston (low pressure) (four


39 rings) for Air compressor C2000 33 rings) 2

Piston (high pressure) (four Piston (high pressure)


40 rings) for Air compressor C2000 34 (four rings) 1

Valve seat (upside) for Air Valve seat (upside)


41 compressor C2000 35 3

Valve seat (downside) for Air Valve seat (downside)


42 compressor C2000 36 3

Plate valve (outer) for Air Plate valve (outer)


43 compressor C2000 37 3

Plate valve (inner) for Air Plate valve (inner)


44 compressor C2000 38 3

Plate valve spring (outer) for Plate valve spring (outer)


45 Air compressor C2000 39 3

Part 2. Section VI. Schedule of Supply 6.19PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Plate valve spring (inner) for Air Plate valve spring (inner)
46 compressor C2000 40 3

Buffer spring for Air compressor Buffer spring


47 C2000 41 3

Stopper plate for Air Stopper plate


48 compressor C2000 42 3

Crown nut for Air compressor Crown nut


49 C2000 43 3

Special flat head bolt for Air Special flat head bolt
50 compressor C2000 44 3

Rubber cushion assembly for Rubber cushion assembly


51 Air compressor C2000 45 4

Shim Air compressor C2000 No Shim Air compressor


52 1 for Air compressor C2000 46 C2000 No 1 1

Shim Air compressor C2000 No Shim Air compressor


53 2 for Air compressor C2000 47 C2000 No 2 1

Spring Air compressor C2000 Spring Air compressor


54 for Air compressor C2000 48 C2000 1

Hydraulic valve for Air Hydraulic valve


55 compressor C2000 49 1

Bearing NU for Air compressor Bearing NU


56 C2000 50 1

Bearing NH (motor side) for Air Bearing NH (motor side)


57 compressor C2000 51 1

T-bolt Air compressor C2000 T-bolt Air compressor


58 No 1 for Air compressor C2000 52 C2000 No 1 2

T-bolt Air compressor C2000 T-bolt Air compressor


59 No 2 for Air compressor C2000 53 C2000 No 2 8

Lock nut for Air compressor Lock nut


60 C2000 54 1

Outer fan Air compressor Outer fan Air compressor


61 C2000 for Air compressor 55 C2000 1
C2000
Wave washer for Air Wave washer
62 compressor C2000 56 1

Packing for terminal box for Air Packing for terminal box
63 compressor C2000 57 1

Metal bearing (upper) for Air Metal bearing (upper)


64 compressor C2000 58 3

Metal bearing (lower) for Air Metal bearing (lower)


65 compressor C2000 59 3

Retaining Ring C60 for Air Retaining Ring C60


66 compressor C2000 60 1

Part 2. Section VI. Schedule of Supply 6.20PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Retaining Ring C150 for Air Retaining Ring C150
67 compressor C2000 61 4

Low Pressure Cylinder for Air Low Pressure Cylinder


68 compressor C2000 62 2

High Pressure Cylinder for Air High Pressure Cylinder


69 compressor C2000 63 1

Gear Pump Pition, Ass'y Gear Pump Pition, Ass'y


70 (includes 48 to 55) for Air 64 (includes 48 to 55) 1
compressor C2000
Driving Gear Oil Pump for Air Driving Gear Oil Pump
71 compressor C2000 65 1

Driven Gear Oil Pump for Air Driven Gear Oil Pump
72 compressor C2000 66 1

Dehumidifier D20A Cartridge D20A


73 Maintenance KIT 1 1

Gasket D20A NO 1
2 1

Ring gasket D20A


3 1

O-Ring D20A NO 1 (φ32)


4 1

O-Ring D20A NO2 (φ35)


5 4

O-Ring D20A NO3 (φ55)


6 1

L-shaped rubber bush 1/2


7 D20A 1

Rubber plate valve D20A


8 1

Gasket D20A NO 2
9 1

Gasket D20A NO 3
10 1

Strainer D20A
11 3

Packing D20A
12 3

SUB
TOTAL
Dehumidifier D20B Rubber seat D20b
74 Maintenance KIT 1 1

Element AD7 d20b


2 1

Part 2. Section VI. Schedule of Supply 6.21PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Valve C d20b no 1
3 1

Rubber seat valve C d20b


4 1

Valve C d20b no 2
5 1

Gasket d20 b
6 1

Gasket packing d20b


7 1

Ball valve 1/2 d20b


8 1

Strainer d20b
9 1

Rubber gasket d20b


10 1

Spacer d20 b
11 1

Pipe packing (large) d20b


12 2

Pipe packing (small) d20b


13 2

Ring gasket d20b


14 1

O-Ring d20b no 1 (φ7)


15 1

O-Ring d20b no 2 (φ11)


16 1

O-Ring d20b no 3 (φ16)


17 3

O-Ring d20b no 4 (φ18)


18 1

O-Ring d20b no 5 (φ20 )


19 3

O-Ring d20b no 6 (φ35)


20 1

O-Ring d20b no 7 (φ60)


21 1

O-Ring d20b no 8 (φ80)


22 2

O-Ring d20b no 9 (φ135)


23 1

O-Ring d20b no 10 (φ250)


24 1

Part 2. Section VI. Schedule of Supply 6.22PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
O-Ring d20b no 11 (φ35)
25 1

O-Ring d20b no 12 (φ50)


26 1

Packing MY-5 d20b


27 2

Packing MY-6 d20b


28 1

L-shaped rubber bush 1/2


29 d20b 1

Valve assembly d20b


30 1

Spring for D-4 drain valve


31 d20b 1

Strainer packing for VM25


32 electromagnetic valve d20b 1

O-Ring d20b no 13 (φ34)


33 2

O-Ring d20b no 14 (φ36)


34 4

O-Ring d20b no 15 (φ40)


35 1

SUB
TOTAL
Copper pipe assembly (for Copper pipe assembly (for
75 Dehumidifier D20B) 36 Dehumidifier D20B) 1

Gangway hardware d20b for Gangway hardware d20b


76 Dehumidifier D20B 37 1

rubber of large grommet d20b rubber of large grommet


77 for Dehumidifier D20B 38 d20b 1

rubber of small grommet d20b rubber of small grommet


78 for Dehumidifier D20B 39 d20b 1

Differential pressure valve DP5 Packing (copper) dp5


79 Maintenance KIT 1 2

Check valve dp5


2 2

SUB
TOTAL
Snap ring dp5 for Differential Snap ring dp5
80 pressure valve DP5 3 2

Gasket dp5 for Differential Gasket dp5


81 pressure valve DP5 4 2

Shim 0.3 dp5 for Differential Shim 0.3 dp5


82 pressure valve DP5 5 3

Part 2. Section VI. Schedule of Supply 6.23PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Shim 0.5 dp5 for Differential Shim 0.5 dp5
83 pressure valve DP5 6 3

Shim 1.0 dp5 for Differential Shim 1.0 dp5


84 pressure valve DP5 7 3

Leveling valve LV4 Maintenance Oil seal lv4


85 KIT 1 1

Strainer (white) Exhaust


2 port lv4 1

Gasket (copper) (Check


3 valve) lv4 1

Nylon bush lv4


4 1

Seat (For shaft) lv4


5 1

Valve lv4
6 2

Shaft (LV-2) lv4


7 0

Check valve lv4


8 2

Cap lv4
9 1

Gasket(For cover) lv4


10 1

O-Ring lv4 no 1 (φ3)


11 2

O-Ring lv4 no 2 (φ10)


12 4

O-Ring lv4 no 3 (φ16)


13 2

O-Ring lv4 no 4 (φ20)


14 1

O-Ring lv4 no 5 (φ25×14)


15 1

Valve body lv4


16 2

Chock plug lv4


17 2

Bush lv4
18 2

SUB
TOTAL
Motor Generator Maintenance Cap for Motor Generator
86 KIT 1 2

Part 2. Section VI. Schedule of Supply 6.24PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Crown washer for axle nut
2 2

Bearing NU319 C3
3 1

Bearing 6319 C3
4 1

SUB
TOTAL
Diode Eksitasi for Motor Diode Eksitasi
87 Generator 5 3

Traction Motor Maintenance Washer for torsional axis


88 KIT 1 1

Washer to fix fan


2 4

Washer to fix ball bearing


3 nut 1

Detent nut
4 4

S rolling bearing, C side of


5 the opposite, NU219C4 1

S bearing, C side, ball


6 bearing, NU219C4 1

S packing, C side
7 1

S packing, C side of the


8 opposite 1

S packing, C side of the


9 opposite for inner fan 1

Special washer for flexible


10 plate 4

SUB
TOTAL
Banding band for Traction Banding band
89 Motor 11 1

Packing for air duct for Traction Packing for air duct
90 Motor 12 1

Bearing nut stopper(medium) Bearing nut


91 for Traction Motor 13 stopper(medium) 1

Bearing nut stopper(large) for Bearing nut stopper(large)


92 Traction Motor 14 1

Bearing nut stopper(small) for Bearing nut stopper(small)


93 Traction Motor 15 1

Detent washer for Traction Detent washer


94 Motor 16 2

Part 2. Section VI. Schedule of Supply 6.25PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Detent washer for Traction Detent washer
95 Motor 17 1

Lead wire cleat for Traction Lead wire cleat


96 Motor 18 1

Key for torsion axis forTraction Key for torsion axis


97 Motor 19 1

Outer fan cover forTraction Outer fan cover


98 Motor 20 1

Check nut forTraction Motor Check nut


99 21 2

Cover for inner forTraction Cover for inner


100 Motor 22 1

Washer M10 Traction Motor Washer M10 Traction


101 No 1 forTraction Motor 23 Motor No 1 4

Washer M10 Traction Motor Washer M10 Traction


102 No 2 forTraction Motor 24 Motor No 2 4

Washer M10 chromium-plated Washer M10 chromium-


103 forTraction Motor 25 plated 5

Spring washer M10 chromium- Spring washer M10


104 plated forTraction Motor 26 chromium-plated 4

Nut M10 chromium-plated Nut M10 chromium-plated


105 forTraction Motor 27 4

Bolt with hexagon ditch M10 Bolt with hexagon ditch


106 chromium-plated forTraction 28 M10 chromium-plated 8
Motor
Bolt M10 for inner fan cover Bolt M10 for inner fan cover
107 forTraction Motor 29 8

Reamer bolt 20φ Traction Reamer bolt 20φ Traction


108 Motor forTraction Motor 30 Motor 4

Bolt M10 Traction Motor No 1 Bolt M10 Traction Motor


109 forTraction Motor 31 No 1 5

Key for coupling forTraction Key for coupling


110 Motor 32 1

Spring washer M12 Traction Spring washer M12 Traction


111 Motor forTraction Motor 33 Motor 10

Bolt with hexagon ditch M10 Bolt with hexagon ditch


112 forTraction Motor 34 M10 2

Bolt M12 Traction Motor Bolt M12 Traction Motor


113 forTraction Motor 35 10

Bolt M10 Traction Motor No 2 Bolt M10 Traction Motor


114 forTraction Motor 36 No 2 4

Cushion rubber(M) forTraction Cushion rubber(M)


115 Motor 37 1

Part 2. Section VI. Schedule of Supply 6.26PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Spring washer M8 forTraction Spring washer M8
116 Motor 38 12

Nut M16 forTraction Motor Nut M16 Traction Motor


117 39 4

Bolt M8 forTraction Motor Bolt M8


118 40 12

Reamer bolt 16φ forTraction Reamer bolt 16φ


119 Motor 41 4

Shaft joint forTraction Motor Shaft joint


120 42 1

Torsion shaft forTraction Motor Torsion shaft


121 43 1

Plate coupling forTraction Plate coupling


122 Motor 44 4

Motor bogie Maintenance KIT Diaphragm φ 140


123 1 4

Packing for diaphragm


2 4

Split pin for diaphragm


3 4

Pin for return spring


4 4

Split pin for return spring


5 4

Pin for brake support rod


6 4

Pin for brake block head


7 4

Pin for brake push rod


8 4

Bush for brake push rod


9 4

Dust guard for brake push


10 rod 4

Split cotter for brake block


11 head 4

Split cotter for brake push


12 rod 4

Split pin for brake block 1


13 6

Split pin for brake block 2


14 4

Axle spring conical rubber


15 8

Part 2. Section VI. Schedule of Supply 6.27PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Bolt M16 (strength
16 classification 8.8) 8

Bolt M24 for traction motor


17 8

Reamer bolt 20φ


18 4

Spacer
19 4

Bent washer
20 4

Special nut
21 4

Spring washer M20 .


22 8

Spring washer M24


23 8

BUFFER RUBBER FOR


24 HANGER 4

Brake cylinder hose TB


25 1

SUB
TOTAL
Urethane bushing (brake shoe Urethane bushing (brake
124 hanger holder) for Motor bogie 26 shoe hanger holder) 16

Urethane bushing (brake shoe Urethane bushing (brake


125 hanger) 1 for Motor bogie 27 shoe hanger) 1 16

Urethane bushing (brake shoe Urethane bushing (brake


126 hanger) 2 for Motor bogie 28 shoe hanger) 2 16

Urethane bushing (brake push Urethane bushing (brake


127 rod) for Motor bogie 29 push rod) 8

Urethane bushing (connecting Urethane bushing


128 beam of brake push rod) for 30 (connecting beam of brake 4
Motor bogie push rod)
Steel bushing (brake lever) for Steel bushing (brake lever
129 Motor bogie 31 ) 4

Urethane bushing (brake lever Urethane bushing (brake


130 )1 for Motor bogie 32 lever)1 4

Urethane bushing (brake lever Urethane bushing (brake


131 )2 for Motor bogie 33 lever)2 4

Urethane bushing (brake lever Urethane bushing (brake


132 )3 for Motor bogie 34 lever)3 4

Bushing (brake shoe head) for Bushing (brake shoe head)


133 Motor bogie 35 8

Part 2. Section VI. Schedule of Supply 6.28PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Urethane bushing (lateral Urethane bushing (lateral
134 damper) for Motor bogie 36 damper) 2

Trailing bogie (front bogie of Diaphragm φ 200


135 Tc) Maintenance KIT 1 1

Diaphragm φ 140 TB
2 1

Split pin for diaphragm TB


3 2

Packing for diaphragm TB


4 2

Packing for armored hose


5 2

Armored hose TB
6 6

Split pin 4×40


7 4

Split pin 3×20


8 4

Detent washer TB
9 8

Bolt M12×45 for SJ cylinder


10 16

Split pin for leaf spring


11 4×30 4

Split cotter for break block


12 4

Bolt M16×35 for lining


13 8

Detent wire 1.6mm for


14 lining 4

Detent wire 1.0mm for


15 break block 8

Split cotter TB 1
16 4

Split cotter TB 2
17 4

Split pin TB 5×40


18 4

Brake cylinder hose TB


19 1

Axle spring conical rubber


20 TB 8

Bolt M16×35 (strength


21 classification 8.8) 8

Part 2. Section VI. Schedule of Supply 6.29PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
SUB
TOTAL
Urethane bushing (lateral Urethane bushing (lateral
136 damper) for Trailing bogie 22 damper) TB 2
(front bogie of Tc)
Urethane bushing (brake lever Urethane bushing (brake
137 holder) for Trailing bogie 23 lever holder) 8
(front bogie of Tc)
Urethane bushing (brake lever Urethane bushing (brake
138 ) 1 for Trailing bogie (front 24 lever) TB 1 8
bogie of Tc)
Urethane bushing (brake lever Urethane bushing (brake
139 ) 2 for Trailing bogie (front 25 lever)TB 2 8
bogie of Tc)
Urethane bushing (brake lining Urethane bushing (brake
140 holder) for Trailing bogie 26 lining holder) 4
(front bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
141 hanger holder) for Trailing 27 shoe hanger holder) TB 16
bogie (front bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
142 hanger) 1 for Trailing bogie 28 shoe hanger) TB 1 16
(front bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
143 hanger) 2 for Trailing bogie 29 shoe hanger) TB 2 16
(front bogie of Tc)
Urethane bushing (SJ cylinder Urethane bushing (SJ
144 holder) for Trailing bogie (front 30 cylinder holder) TB 16
bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
145 head) for Trailing bogie (front 31 shoe head) TB 8
bogie of Tc)
Trailing bogie (except front Diaphragm φ 200
146 bogie of Tc) Maintenance KIT 1 2

Split pin for diaphragm TB


2 2

Packing for diaphragm TB


3 2

Packing for armored hose


4 2

Armored hose TB
5 6

Split pin 4×40


6 4

Split pin 3×20


7 4

Detent washer TB
8 8

Bolt M12×45 for SJ cylinder


9 16

Split pin for leaf spring


10 4×30 4

Part 2. Section VI. Schedule of Supply 6.30PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Split cotter for break block
11 4

Bolt M16×35 for lining


12 8

Detent wire 1.6mm for


13 lining 4

Detent wire 1.0mm for


14 break block 8

Split cotter TB 1
15 4

Split cotter TB 2
16 4

Split pin TB 5×40


17 4

Brake cylinder hose TB


18 1

Axle spring conical rubber


19 TB 8

Bolt M16×35 (strength


20 classification 8.8) 8

SUB
TOTAL
Urethane bushing (lateral Urethane bushing (lateral
147 damper) for Trailing bogie 21 damper) TB 2
(except front bogie of Tc)
Urethane bushing (brake lever Urethane bushing (brake
148 holder) for Trailing bogie 22 lever holder) 8
(except front bogie of Tc)
Urethane bushing (brake lever Urethane bushing (brake
149 ) 1 for Trailing bogie (except 23 lever) TB 1 8
front bogie of Tc)
Urethane bushing (brake lever Urethane bushing (brake
150 ) 2 for Trailing bogie (except 24 lever)TB 2 8
front bogie of Tc)
Urethane bushing (brake lining Urethane bushing (brake
151 holder) for Trailing bogie 25 lining holder) 4
(except front bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
152 hanger holder) for Trailing 26 shoe hanger holder) TB 16
bogie (except front bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
153 hanger) 1 for Trailing bogie 27 shoe hanger) TB 1 16
(except front bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
154 hanger) 2 for Trailing bogie 28 shoe hanger) TB 2 16
(except front bogie of Tc)
Urethane bushing (SJ cylinder Urethane bushing (SJ
155 holder) for Trailing bogie 29 cylinder holder) TB 16
(except front bogie of Tc)
Urethane bushing (brake shoe Urethane bushing (brake
156 head) for Trailing bogie 30 shoe head) TB 8
(except front bogie of Tc)
Part 2. Section VI. Schedule of Supply 6.31PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Bogie Common Parts O-Ring P50A for air spring
157 Maintenance KIT 1 bogie (φ50) 2

O-Ring P60 for air spring


2 bogie (φ60) 2

O-Ring G50 for air spring


3 bogie (φ50) 4

Liner 3mm for air spring


4 bogie 1

Liner 6mm for air spring


5 bogie 1

Liner 9mm for air spring


6 bogie 1

O-Ring for differential


7 pressure valve bogie (φ22) 2

Spring washer M10 bogie


8 2

Split pin for lateral damper


9 bogie 2

Bolt M20×35 for hanger


10 bogie 8

Bellows bogie
11 2

Net canvas
12 2

Rubber- sliding plate


13 2

Rubber- under plate


14 2

SUB
TOTAL
Trailing bogie for 6 doors car Liner 3.2mm
158 (TR241B) Maintenance KIT 1 1

Liner 4.5mm
2 1

Liner 6mm
3 1

Liner 6mm (round)


4 1

Bolt M20
5 8

Bolt M16 no 1
6 16

Spring washer M20 tr241b


7 8

Part 2. Section VI. Schedule of Supply 6.32PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Spring washer M16 tr241b
8 no 1 16

Liner 3.2mm for air spring


9 1

Liner 6mm for air spring


10 1

Liner 9mm for air spring


11 1

Pin tr241b no 1
12 1

Bellows(for air spring)


13 2

Bolt M12(for air spring)


14 24

Nut M12 (for air spring)


15 24

Spring washer M12(for air


16 spring) tr241b 48

O-Ring (for air spring)


17 G50 4

O-Ring (for air spring)


18 tr241b P50A 2

O-Ring (for air spring)


19 tr241b P60 2

Bolt M10 no 1
20 4

Bolt M27×85 (strength


21 classification 5.6) 2

Nut M16 no 1
22 4

Spring washer M36 tr241b


23 4

Spring washer M27 tr241b


24 2

Spring washer M16 no 1


25 4

Spring washer M10 tr241b


26 4

Washer M20 tr241b


27 2

Washer M16 tr241b


28 4

Split pin 5×32 tr241b


29 2

Part 2. Section VI. Schedule of Supply 6.33PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Bushing
30 2

Bolt M16 no 2
31 8

Spring washer M16 no 2


32 8

Metal ring bushing no 1


33 8

Metal ring bushing no 2


34 8

Diaphragm φ 220
35 2

Pin tr241b no 3
36 4

Pin tr241b no 4
37 4

Bolt M10 no 2
38 4

Bolt M10 no 3
39 16

Nut M12 no 1
40 4

Nut M16 no 2
41 4

Nut M12 no 2
42 4

Spring washer M12 tr241b


43 no 2 4

Spring washer M10 tr241b


44 no 2 20

Split pin 3.2×20 tr241b


45 4

Washer M33 tr241b


46 4

Washer M30 tr241b


47 4

Split cotter tr241b no 1


48 4

Split cotter tr241b no 2


49 4

Washer M24 tr241b


50 8

Washer M16 tr241b no 2


51 4

Part 2. Section VI. Schedule of Supply 6.34PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Split cotter tr241b
52 4

Split pin 5×40 tr241b


53 4

Split pin 4×32 tr241b no 2


54 4

Brake cylinder hose


55 1

Armored hose
56 6

SUB
TOTAL
Axle spring conical rubber for Axle spring conical rubber
159 Trailing bogie for 6 doors car 57 8
(TR241B)
Cushion rubber for Trailing Cushion rubber
160 bogie for 6 doors car (TR241B) 58 4

Cushion rubber no 2 for Trailing Cushion rubber no 2


161 bogie for 6 doors car (TR241B) 59 2

Pin tr241b no 5 for Trailing Pin tr241b no 5


162 bogie for 6 doors car (TR241B) 60 4

Pin tr241b no 6 for Trailing Pin tr241b no 6


163 bogie for 6 doors car (TR241B) 61 4

Pin tr241b no 7 for Trailing Pin tr241b no 7


164 bogie for 6 doors car (TR241B) 62 4

Trailing bogie for 6 doors car Liner 1.6mm (round)


165 (TR246E) Maintenance KIT 1 1

Liner 3.2mm (round)


2 1

Liner 6mm (round)


3 1

Liner 1.6mm
4 1

Liner 2.3mm
5 1

Liner 3.2mm
6 1

Liner 4.5mm
7 1

Bolt M20
8 8

Bolt M16 (strength


9 classification 8.8) 16

Part 2. Section VI. Schedule of Supply 6.35PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Bolt M16 (strength
10 classification 8.8) 8

Bolt M12
11 8

Slotted nut M16 (strength


12 classification 6) 16

Spring washer M20


13 8

Spring washer M16


14 16

Spring washer M12


15 8

Split pin 4×32


16 16

Liner 3.2mm for air spring


17 1

Liner 6mm for air spring


18 1

Liner 9mm for air spring


19 1

Pin Trailing bogie for 6


20 doors Car (TR246E) 1 1

Bellows(for air spring)


21 2

Bolt M10(for air spring)


22 8

Spring washer M10(for air


23 spring) 8

O-Ring (for air spring)


24 Trailing bogie for 6 doors 2
Car (TR246E) 1
O-Ring (for air spring)
25 Trailing bogie for 6 doors 2
Car (TR246E) 2
Insulating plate
26 2

Pin Trailing bogie for 6


27 doors Car (TR246E) 2 1

Bolt M10 Trailing bogie for


28 6 doors Car (TR246E) 1 4

Bolt M36×85 (strength


29 classification 5.6) 4

Nut M16
30 4

Part 2. Section VI. Schedule of Supply 6.36PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Spring washer M36
31 8

Spring washer M16


32 4

Spring washer M10


33 4

Washer M20
34 2

Washer M16
35 4

Split pin 5×32


36 2

Bushing
37 4

Lock pin
38 16

Bolt M16
39 8

Spring washer M16


40 8

Metal ring bushing Trailing


41 bogie for 6 doors Car 8
(TR246E) 1
Metal ring bushing Trailing
42 bogie for 6 doors Car 8
(TR246E) 2
Diaphragm φ 220
43 2

Pin Trailing bogie for 6


44 doors Car (TR246E) 1 4

Pin Trailing bogie for 6


45 doors Car (TR246E) 2 4

Bolt M10 Trailing bogie for


46 6 doors Car (TR246E) 2 4

Bolt M10 Trailing bogie for


47 6 doors Car (TR246E) 3 16

Nut M12
48 4

Nut M16
49 4

Nut M12
50 4

Spring washer M12


51 4

Part 2. Section VI. Schedule of Supply 6.37PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Spring washer M10
52 20

Split pin 3.2×20


53 4

Washer M33
54 4

Washer M30
55 4

Split cotter Trailing bogie


56 for 6 doors Car (TR246E) 1 4

Split cotter Trailing bogie


57 for 6 doors Car (TR246E) 2 4

Washer M24
58 8

Washer M16
59 4

Split cotter Trailing bogie


60 for 6 doors Car (TR246E) 3 4

Split pin 5×40


61 4

Split pin 4×32


62 4

Brake cylinder hose


63 1

Armored hose
64 6

SUB
TOTAL
Rubber cushion 1 for Trailing Rubber cushion Trailing
166 bogie 6 doors car (TR246E) 65 bogie for 6 doors Car 4
(TR246E) 1
Axle-beam rubber for Trailing Axle-beam rubber
167 bogie 6 doors car (TR246E) 66 4

Insulating coverfor Trailing Insulating cover


168 bogie 6 doors car (TR246E) 67 4

Cushion rubber 2 for Trailing Cushion rubber Trailing


169 bogie 6 doors car (TR246E) 68 bogie for 6 doors Car 2
(TR246E) 2
Cushion rubber 3 for Trailing Cushion rubber Trailing
170 bogie 6 doors car (TR246E) 69 bogie for 6 doors Car 2
(TR246E) 3
Pin 1 for Trailing bogie 6 doors Pin Trailing bogie for 6
171 car (TR246E) 70 doors Car (TR246E) 1 4

Pin 2 for Trailing bogie 6 doors Pin Trailing bogie for 6


172 car (TR246E) 71 doors Car (TR246E) 2 4

Part 2. Section VI. Schedule of Supply 6.38PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Pin 3 for Trailing bogie 6 doors Pin Trailing bogie for 6
173 car (TR246E) 72 doors Car (TR246E) 3 4

Wheel Set for Motor Car Gasket for cardan MC No 1


174 Maintenance KIT 1 1

Gasket for cardan MC No 2


2 1

Bolt M12×25
3 1

Special washer MC No 1
4 1

Special pin
5 1

Spherical bearing for


6 gearbox hanger 1

Oil gauge window


7 2

Oil gauge gasket


8 2

Gasket for oil sump


9 1

O-Ring for gear wheel


10 (φ450×t5.5) 1

O-Ring for pinion (φ180×t


11 3) 2

Gasket MC No 1
12 0,5

Crown nut M33


13 1

RUBBER COVER
14 1

SPECIAL PIN FOR


15 GEARBOX 1

SPECIAL BUSH FOR


16 GEARBOX 2

BUFFER RUBBER FOR


17 HANGER 2

SUB
TOTAL
Pinion assembly for Wheel Set Pinion assembly
175 Motor Car 18 1

BAND for Wheel Set Motor Car BAND


176 19 1

Part 2. Section VI. Schedule of Supply 6.39PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Tachometer generator driving Tachometer generator
177 pin JC32 for Wheel Set Trailer 1 driving pin for JC32 2
Car
Tachometer generator pin Tachometer generator pin
178 JT27 for Wheel Set Trailer Car 2 for JT27 2

Bolt M16 TC No 1 for Wheel Set Bolt M16 TC No 1


179 Trailer Car 3 2

Special bolt for disk M20 for Special bolt for disk M20
180 Wheel Set Trailer Car 4 3

Wheel Set for Trailer Car (6 Detent washer TC No 1


181 doors car, TR241B) 1 12
Maintenance KIT
Special bolt
2 24

Spring washer M20 TC No 1


3 24

U nut M20
4 24

Taper roller bearing (JT12)


5 4

Detent washer (JT12)


6 4

O-Ring A305
7 4

Oil seal for JT 12


8 4

SUB
TOTAL
Wheel Set for Trailer Car (6 Detent washer
182 doors car, TR246E) 1 6
Maintenance KIT
Special bolt
2 12

Spring washer M20


3 12

U nut M20
4 12

Taper roller bearing (JT14)


5 2

Back cover (JT14)


6 2

Oil sealing (JT14)


7 2

Bolt M22 (JT14)


8 6

Part 2. Section VI. Schedule of Supply 6.40PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Detent washer (JT14)
9 2

Front cover (JT14)


10 2

SUB
TOTAL
Axle Bearing (JC32) Detent washer for JC32
183 Maintenance KIT 1 2

Oil seal for JC32


2 4

Back cover JC32


3 2

Roller bearing JC32


4 2

Vent cap for JC32


5 2

Bolt M12 with hole


6 4

SUB
TOTAL
JC32 Front cap fixing bolt M16 JC32 Front cap fixing bolt
184 7 M16 6

JC32 Front rubber cap JC32 Front rubber cap


185 8 2

JC32 Front rubber cap (for JC32 Front rubber cap (for
186 tachometer generator) for 9 tachometer generator) 2
Wheel Set Common Parts
Axle Bearing (JT27) Detent washer for JT27
187 Maintenance KIT 1 2

Oil seal for JT27


2 4

Taper roller bearing JT27


3 2

JT27 Front cap fixing bolt


4 M10 8

Thermo Label
5 2

SUB
TOTAL
JT27 Front rubber cap for JT27 Front rubber cap
188 Wheel Set Common Parts 6 2

JT27 Front rubber cap (for JT27 Front rubber cap (for
189 tachometer generator) for 7 tachometer generator) 2
Wheel Set Common Parts

Part 2. Section VI. Schedule of Supply 6.41PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Brake Cylinder Maintenance C type snap ring 25
190 KIT, SJ Cylinder TC dan T 1 4

Guide pin Brake Cylinder


2 4

O-Ring AG120 (φ120×3)


3 4

Leaf spring Brake Cylinder


4 4

Packing Brake Cylinder


5 4

Ratchet Brake Cylinder


6 4

Gasket Brake Cylinder


7 4

Dust seal Brake Cylinder


8 4

Washer Brake Cylinder


9 4

Dust guard Brake Cylinder


10 4

Push rod Brake Cylinder


11 4

Filter(white) Brake Cylinder


12 4

SUB
TOTAL
Contactor Maintenance KIT S contactor SR25G
191 1 1

S contactor SR33A
2 1

S contactor SR34A
3 1

S contactor RL735 No 1
4 1

S contactor RL735 No 2
5 1

S relay RL782
6 3

Neo gum Sealer (tambahan


7 ) 2

SUB
TOTAL
Air conditioner AU717 for 6 Bearing 6305LLB AU717
192 doors car Maintenance KIT 1 8

Part 2. Section VI. Schedule of Supply 6.42PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Bearing 6200ZZCM AU717
2 1

Bearing 6000ZZCM AU717


3 1

Insulating stand AU717


4 32

filter dryer
5 2

SUB
TOTAL
Rubber plate for drain pipe for Rubber plate for drain pipe
193 Air conditioner AU717 6 doors 6 AU717 6
car
Air conditioner AU722 for 6 Bearing 6305LLB AU722
194 doors car Maintenance KIT 1 8

Bearing 6200ZZCM AU722


2 1

Bearing 6000ZZCM AU722


3 1

Insulating stand AU722


4 32

filter dryer AU722


5 2

SUB
TOTAL
Rubber plate for drain pipe for Rubber plate for drain pipe
195 Air conditioner AU722 6 doors 6 AU722 6
car
Air conditioner AU75G for 4 Bearing 6305LLB AC
196 doors car Maintenance KIT 1 6

Plate for drain pipe rubber for Plate for drain pipe rubber
197 Air conditioner AU75G for 4 2 18
doors car
Rubber plate for drain pipe for Rubber plate for drain pipe
198 Air conditioner AU75G for 4 3 AC 6
doors car
Terminal box assy for Air Terminal box assy
199 conditioner AU75G for 4 doors 4 2
car
Terminal block for Air Terminal block
200 conditioner AU75G for 4 doors 5 2
car
Insulating stand for Air Insulating stand AC
201 conditioner AU75G for 4 doors 6 32
car
Filter Dryer for Air conditioner Filter Dryer
202 AU75G for 4 doors car 7 2

Door engine TK112 40D45D Felt Door engine


203 Maintenance KIT 1 1

Part 2. Section VI. Schedule of Supply 6.43PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Ring gasket Door engine
2 TK112 2

DP-45 Piston cup Door


3 engine 2

Felt ring DP type Door


4 engine 1

5/16 Rubber ball DP45DS


5 1

O-Ring Door engine TK112


6 (φ42) 2

O-Ring G50 Door engine


7 TK112 (φ55) 2

O-Ring P8 Door engine


8 TK112 (φ11) 2

V Packing DP-12 Door


9 engine TK112 3

3/8 Silencer Door engine


10 TK112 1

DP-45RS Bushing Door


11 engine 5

TK103 Felt ring(short) Door


12 engine 1

O-Ring Door engine TK112


13 1 (φ38) 1

Cushion rubber for


14 connecting metal 2

DP-40A Cushion rubber


15 Door engine 2

Gasket for ball valve lid


16 Door engine 2

1/4 Rubber ball Door


17 engine 2

Ball valve spring Door


18 engine 2

Packing for adjusting screw


19 Door engine 4

Gasket for 3/8 cock Door


20 engine 1

O-Ring Door engine TK112


21 2 (φ12) 1

O-Ring KS-1 Door engine


22 (φ6) 1

Pilot piston cap Door engine


23 1

Part 2. Section VI. Schedule of Supply 6.44PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
CP Plunger Door engine
24 1

Gasket for electromagnetic


25 valve 1

CP coil assembly Door


26 engine 1

CP Valve (intake) Door


27 engine 1

CP Valve (exhaust) Door


28 engine 1

Packing MYA-14 Door


29 engine 2

O-Ring Door engine TK112


30 3 (φ18) 1

O-Ring Door engine TK112


31 4 (φ24) 4

Pilot piston for CP intake


32 Door engine 2

O-Ring P6 Door engine


33 (φ9) 4

SUB
TOTAL
Gear box cover for Door engine Gear box cover Door
204 TK112 34 engine 1

DP-45RS Piston rod CP for Door DP-45RS Piston rod CP


205 engine TK112 35 Door engine 1

Door engine TK4 Maintenance Piston packing (small)


206 KIT 1 1

Piston packing (large)


2 1

Cylinder gasket (small)


3 1

Cylinder gasket (large)


4 1

Valve seat gasket


5 2

Valve seat TK4


6 2

Seal washer
7 2

Gasket TK4 No 1
8 4

Gasket TK4 No 2
9 4

Part 2. Section VI. Schedule of Supply 6.45PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Packing (non-asbestos)
10 2

SUB
TOTAL
Rack (for TK4K) for Door Rack (for TK4K)
207 engine TK4 11 1

Rack (for TK4L) for Door Rack (for TK4L)


208 engine TK4 12 1

Chock plug (M) for Door engine Chock plug (M)


209 TK4 13 2

Valve body (M) No 1 for Door Valve body (M) TK4 No 1


210 engine TK4 14 1

Valve body (M) No 2 for Door Valve body (M) TK4 No 2


211 engine TK4 15 1

Ball valve for Door engine TK4 Ball valve


212 16 4

Side-sliding door Maintenance Door roller


213 KIT 1 2

Pantograph PS21 Maintenance Spring with cover


214 KIT 1 8

Special washer
2 2

Lock catcher
3 1

Braided copper wire L=250


4 4

Gasket Pantograph PS21 1


5 8

Dust guard Pantograph


6 PS21 1 2

Dust guard Pantograph


7 PS21 2 2

Packing rubber
8 2

Gasket rubber
9 2

Braided copper wire L=210


10 8

Pin (support arm)


11 2

Gasket Pantograph PS21 2


12 8

Gasket Pantograph PS21 3


13 4

Part 2. Section VI. Schedule of Supply 6.46PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Pin Pantograph PS21 1
14 1

Main spring pin


15 2

Connecting pipe
16 2

Pin (connecting pipe)


17 2

Chock valve assembly


18 1

Support arm (A)


19 2

Support arm (B)


20 2

Grease seal GS10


21 4

Grease seal GS7


22 1

Pin Pantograph PS21 2


23 4

Pipe
24 4

Lock spring
25 1

Fluttering spring
26 4

Balance spring
27 4

Pan spring
28 2

Cushion rubber Pantograph


29 PS21 1 2

Cushion rubber Pantograph


30 PS21 2 4

Bearing 6303ZZ
31 3

Bearing 1203
32 4

Bearing 2303
33 4

Bearing 1208
34 4

Packing
35 1

Part 2. Section VI. Schedule of Supply 6.47PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Pin Pantograph PS21 3
36 1

Pin Pantograph PS21 4


37 2

Bolt
38 4

SUB
TOTAL
Pantograph PS33E Maintenance Oil seal no 1
215 KIT 1 2

Oil seal no 2
2 2

Bush no 1
3 2

Oil seal no 3
4 4

O-Ring no 1
5 4

Braided copper wire L=280


6 4

Reamer bolt
7 2

Bush no 2
8 2

Rod end
9 1

Rod end (Left Handed


10 Screw) 1

Spacer
11 1

Washer
12 1

Adjusting screw
13 1

Chock valve
14 1

Packing no 1
15 1

Packing no 2
16 1

Ring
17 1

Seal washer
18 1

Part 2. Section VI. Schedule of Supply 6.48PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Spring with bellows
19 8

Braided copper wire L=300


20 8

Spring assembly
21 4

Oil seal no 4
22 4

Silencer
23 1

Speed controller
24 1

O-Ring no 2
25 2

Bearing no 1
26 2

Bearing no 2
27 2

Bearing no 3
28 2

Bearing no 4
29 2

Flexible Air Hose


30 2

SUB
TOTAL
Frame assembly for Pantograph Frame assembly
216 PS33E 31 1

Line Flow Fan Line Flow Fan


217 1 2

Fan Louver for Line Flow Fan Fan Louver


218 2 4

JR TURBINE OIL 56 for Air JR TURBINE OIL 56 for Air


219 Compressor (18L Pail) 1 Compressor (18L Pail)

APOLLOIL GEAR HE-90S GL-5 APOLLOIL GEAR HE-90S


220 for Gear Box (20L Pail) 2 GL-5 for Gear Box (20L
Pail)
Arapen RB 320 for Axle shaft Arapen RB 320 for Axle
221 bearings (16kg Pail) 3 shaft bearings (16kg Pail)

Unimax R2 for Traction Motor Unimax R2 for Traction


222 bearing (18kg Pail) 4 Motor bearing (18kg Pail)

Multinoc Grease No.2 for Motor Multinoc Grease No.2 for


223 Generator bearing (16kg Pail) 5 Motor Generator bearing
(16kg Pail)

Part 2. Section VI. Schedule of Supply 6.49PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
Multemp SRL for Air Multemp SRL for Air
224 Conditioner Fan bearing (2.5kg 6 Conditioner Fan bearing
Pail) (2.5kg Pail)
COSMO CUP GREASE NO.1 for COSMO CUP GREASE NO.1
225 Tight-lock Coupler (16kg Pail) 7 for Tight-lock Coupler (16kg
Pail)
Silicon oil (140 cc plus Silicon oil (140 cc plus
226 something per LV) (16kg Pail) 8 something per LV) (16kg
Pail)
Carbon Brush TM SERI JR205 Carbon Brush TM SERI
227 1 JR205

Earth Brush Besar SERI JR205 Earth Brush Besar SERI


228 2 JR205

Brake Pad Shoe SERI JR205 Brake Pad Shoe SERI JR205
229 3

JR TURBINE OIL 56 for Air JR TURBINE OIL 56 for Air


230 Compressor (18L Pail) 4 Compressor (18L Pail)

Evaporator Fan Blade for Evaporator Fan Blade for


231 AU75G (Right and Left set) 1 AU75G (Right and Left set)

Evaporator Fan Housing for Evaporator Fan Housing for


232 AU75G(Right and Left set) 2 AU75G(Right and Left set)

Falling Protector Diaphragm Falling Protector Diaphragm


233 3

Electric Coupler Maintenance Electric Coupler


234 KIT O ring for KE5 4 Maintenance KIT O ring for
KE5
Electric Coupler Maintenance Electric Coupler
235 KIT O ring for KE6 5 Maintenance KIT O ring for
KE6
Electric Coupler Maintenance Electric Coupler
236 KIT O ring for KE96 6 Maintenance KIT O ring for
KE96
Traction Motor Maintenance Traction Motor Maintenance
237 KIT Packing for TM No.1 7 KIT Packing for TM No.1

Traction Motor Maintenance Traction Motor Maintenance


238 KIT Packing for TM No.2 8 KIT Packing for TM No.2

Traction Motor Maintenance Traction Motor Maintenance


239 KIT Packing for TM No.3 9 KIT Packing for TM No.3

CABLE FOR BREAKER L1 / HB CABLE FOR BREAKER L1 /


240 10 HB

CABLE FOR BREAKER L2 CABLE FOR BREAKER L2


241 11

CABLE FOR BREAKER L3 CABLE FOR BREAKER L3


242 12

CABLE FOR BREAKER K1 CABLE FOR BREAKER K1


243 13

CABLE FOR BREAKER K2 CABLE FOR BREAKER K2


244 14

Part 2. Section VI. Schedule of Supply 6.50PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
CABLE FOR BREAKER K3 CABLE FOR BREAKER K3
245 15

B. Term Of Reference
I. Background
Ready to meet the needs of a fleet of Operations (SO) Light rail (EMU) in the Greater Jakarta area, PT. KCJ
seeks to provide spare parts needs, both for preventive maintenance and corrective maintenance.
One of the efforts is to conduct the procurement of spare parts Heavy maintenace Part EMU JR Series 205,
while the need to replace parts with a lifetime that it's time to do the replacement or due to the use of routine.

II. Scope of work


The scope of work is to need maintenace Heavy Part Part that includes:
a. Providing spare parts Heavy maintenace;
b. Submit spare parts in accordance with the requirements, including number, delivery time and place of
delivery;
c. parts submitted are original spare parts by catalog part number that has been set in the new
circumstances (brand new) and packaged well.
d. Submit COO and COM for overseas products;
e. warranty / guarantee the quality of manufacturing;

III. Works Execution time


Deadline completion of the entire work is late September 2017 since the signing of the contract up to the
minutes of the completion of the work

IV. List Needs Parts


List of spare parts Heavy maintenace according BOQ

V. Payment System
Payments will be paid at 100 (one hundred) percent after the goods are delivered and the publication of the
handover of goods.

VI. Goods Delivery place


PT. KAI Commuter Jabodetabek, Site Depo Depok.

Part 2. Section VI. Schedule of Supply 6.51PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare Parts Of
Heavy Maintenance For EMU JR 205 Series
PART 3
Condition of Contract and Contract Forms

Section VII.
Contract
CONTRACT KONTRAK

FOR UNTUK

PROCUREMENT OF SPARE PARTS OF HEAVY PENGADAAN SUKU CADANG HEAVY MAINTENANCE


MAINTENANCE FOR EMU JR 205 SERIES UNTUK KRL SERI JR 205

Number :………………………….. Nomor :……………………………

BETWEEN ANTARA

PT.KAI COMMUTER JABODETABEK PT. KAI COMMUTER JABODETABEK


Stasiun Juanda, Jl.Ir.H.Juanda I Stasiun Juanda, Jl.Ir.H.Juanda I
Jakarta, 10120 Jakarta, 10120

AND DAN

………………………………… ……………………………………
……………………………………………… ……………………………………………………….

………………………… ………………………………….

Part 3. Section VII. Contract 7.1 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
CONTRACT KONTRAK
For Untuk
PROCUREMENT OF SPARE PARTS OF HEAVY PENGADAAN SUKU CADANG HEAVY MAINTENANCE
MAINTENANCE FOR EMU JR 205 SERIES UNTUK KRL SERI JR 205

THIS CONTRACT is made and entered into this Kontrak ini dibuat pada hari ini, ...... tanggal ...... Bulan
day, ......, ..... of Month.... year..... by and between : Tahun...... oleh para pihak sebagai berikut:

PT.KAI Commuter Jabodetabek with its principal place PT. KAI Commuter Jabodetabek yang berkantor
of business at Stasiun Juanda, Jl.Ir.H.Juanda I, Jakarta, pusat Stasiun Juanda, Jl.Ir.H.Juanda I, Jakarta, 10120,
10120, was established based on Notarial Deed No.457 dibentuk berdasarkan pada Akta Notaris No. 457
dated 15 September 2009, such deed was notarized by tanggal 15 September 2009, yang disyahkan oleh
Ilmiawan Dekrit, SH, Notary public in Jakarta. The deed notaris Ilmiawan Dekrit, SH, notaris umum di Jakarta.
of establishment was approved by the Ministry of Law Akta ini disetujui oleh Kementrian Hukum dan Hak
and Human Rights of Republic of Indonesia in his Azasi Manusia Republik Indonesia berdasarkan surat
decision letter No. AHU-74707.AH.01.01.Tahun 2008 keputusan No. AHU-74707. AH. 01. 01. Tahun 2008
dated 16 October 2008. The Company’s articles of tertanggal 16 Oktober 2008. Anggaran Dasar
association have been amanded by Notarial deed No.33 Perusahaan telah diamandemen oleh Akta Notaris
dated 21 December 2013 of R.Ay Poppy Darmawan SH, R.Ay.Poppy Darmawan SH, No. 33 tertanggal 21
Notary public in Jakarta. Such amandment was received December 2013di Jakarta, Akta tersebut diterima dan
ratified by the Ministry of Law and Human Rights of dicatat oleh Kementrian Hukum dan Hak Azasi
Republic of Indonesia in his notification letter No. AHU- Manusia Republik Indonesia di dalam surat
AH.-01.10-04306 dated 12 February 2014 Hereby penerimaan pemberitahuan No. AHU-AH.-01.10-
represent by M. N. Fadhila as the President Director 04306 dated 12 February 2014 Dengan ini diwakili
(hereinafter referred to as “Purchaser”), and oleh M. N. Fadhila sebagai Direktur Utama.
(selanjutnya disebut sebagai "Pembeli"), dan

……………….. with its principal place of business at …………………, yang berkantor pusat di ………………..,
……………….., a Company registered by the ………………… Perusahaan yang terdaftar di ……………….. pada
in ………………… with registration Number ……………… …………………, dengan nomor pendaftaran ……………….
Hereby represent by……………. as the ……………... Dengan ini diwakili oleh …………………. selaku
(hereinafter reffered to as “Supplier”). ………………... (selanjutnya disebut sebagai
“Pemasok”).

WITNESSETH MENYATAKAN

In consideration of the mutual covenants herein Dengan mempertimbangkan kesepakatan dalam


contained, the Supplier agrees to cause East Japan perjanjian ini, Pemasok setuju untuk mengupayakan
Railway Company (JR East), a corporation and existing dari East Japan Railway Company (JR East), sebuah
under the laws of Japan, having its principal office at perusahaan dan beroperasi di bawah hukum Jepang
Japan to supply and deliver to the Purchaser spare parts dengan kantor pusat di Jepang untuk menyediakan
of heavy maintenance (hereinafter referred to as dan menyerahkan kepada Pembeli barang berupa
“spare parts”) based on Article 3.1 of the Contract, suku cadang heavy maintenance (selanjutnya
more fully described in Annex 1 hereof, and the disebut suku cadang) sebagaimana ditetapkan dalam
Purchaser agrees to purchase the spare parts of heavy pasal 3.1 Perjanjian ini, dan sebagaimana dijelaskan
maintenance from the Supplier and to pay for the same secara menyeluruh dalam Lampiran 1, dan pihak
as stipulated in Article 4.1, all upon the terms and Pembeli setuju untuk membeli suku cadang heavy
conditions hereinafter set forth. Moreover to take as maintenance dari Pemasok dan membayarkan
consideration as follows : jumlah yang sama sebagaimana ditetapkan dalam
Pasal 4.1, atas ketentuan dan persyaratan yang
ditetapkan dalam Perjanjian ini dengan
mempertimbangkan hal-hal sebagai berikut :

Part 3. Section VII. Contract 7.2 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
No. Documents/Dokumen Number/Nomor Date/Tanggal
1. NPD ACC
2. BIDDING DOCUMENTS/RKS
3. ANNOUCEMENTS/PENGUMUMAN
4. MINUTES OF PRE‐BID MEETING AND
ADDENDUM/BA AANWIJZING DAN
ADDENDUM
5. ADDENDUM OF BIDDING DOCUMENT 2ND/BA
ADDENDUM DOKUMEN PENGADAAN
6. MINUTES OF ADMINISTRATION AND
TECHNICAL DOCUMENTS OPENING/BA
PEMBUKAAN DOKUMEN PENAWARAN ADM
& TEKNIS
7. MINUTES OF ADMINISTRATION AND
TECHNICAL EVALUATION/BA EVALUASI ADM &
TEKNIS
8. ANNOUNCEMENT OF ADMINISTRATION &
TECHNICAL EVALUATION
RESULT/PENGUMUMAN HASIL EVALUASI ADM
& TEKNIS
9. MINUTES FOR THE OPENING OF PRICE
OFFERING DOCUMENTS/ BA PEMBUKAAN
PENAWARAN HARGA
10. MINUTES OF CLARIFICATION, CONFIRMATION
AND NEGOTIATION/ BA KLARIFIKASI,
KONFIRMASI DAN NEGOSIASI
11. MINUTES OF PROCUREMENT RESULT/BA HASIL
PELELANGAN
12. PROPOSAL AND ESTABLISHMENT OF POTENTIAL
WINNERS/USULAN DAN PENETAPAN CALON
PEMENANG
13. TENDER WINNERS’
ANNOUNCEMENT/PENGUMUMAN PEMENANG
14. THE APPOINTMENT OF THE VENDOR/SURAT
PENUNJUKAN REKANAN

1. Definitions 1. Definisi

1.1. “All related services” means the services 1.1. "Semua jasa terkait" berarti jasa yang
incidental to the supply of the Goods, such terkait dengan penyediaan dari Barang,
as insurance including but not limited to seperti Pemenuhan Asuransi kelautan,
Perakitan Barang, Ujicoba Barang sampai
Freight Insurance Coverage, Assembling of the
dengan mendapatkan sertifikat uji pertama
Goods, Test Operation of the Goods up to dari Kementerian Perhubungan Republik
obtaining first operation test certificate from Indonesia dan kewajiban-kewajiban serupa
the Ministry of Transportation of the lain dari Pemasok berdasarkan ketentuan
Republic of Indonesia and other Supplier’s Kontrak.
similar responsibilities based on the
Contract’s condition.

Part 3. Section VII. Contract 7.3 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
1.2. “Kontrak” berarti kontrak ini yang dibuat
1.2. “Contract” means the Agreement entered oleh pihak Pembeli dan dan Pemasok,
into between the Purchaser and the bersama dengan dokumen‐dokumen yang
Supplier, together with the Contract berhubungan dengan perjanjian termasuk
Documents referred to therein, including all seluruh lampiran, dan seluruh dokumen
attachments, Annexes, and all documents pendukung.
incorporated by reference therein.
1.3. “Harga Kontrak” berarti harga yang harus
1.3. “Contract Price” means the price payable to dibayarkan kepada Pemasok sebagaimana
the Supplier as specified in the Agreement, ditetapkan dalam Kontrak, yang terikat
subject to such additions and adjustments dengan tambahan dan penyesuaian atau
thereto or deductions there from, as may be pengurangan sebagaimana dibutuhkan oleh
made pursuant to the Contract. Kontrak tersebut.

1.4. “Hari” berarti hari kalender.


1.4. “Day” means calendar day.
1.5. “Pengiriman” berarti transportasi Barang
1.5. “Delivery” means the transfer of the Goods dari pihak Pemasok kepada Pihak Pembeli
from the Supplier to the Purchaser in sesuai dengan persyaratan dan ketentuan
accordance with the terms and conditions set sebagaimana ditetapkan dalam Kontrak.
forth in the Contract.
1.6. “Penyelesaian” berarti pemenuhan semua
1.6. “Completion” means the fulfillment of the all layanan/ jasa terkait oleh Pihak Pemasok
related services by the Supplier in accordance sesuai dengan persyaratan dan ketentuan
with the terms and conditions set forth in sebagaimana ditetapkan di dalam Kontrak.
the Contract.
1.7. “Barang” berarti suku cadang heavy
1.7. “Goods” means spare parts of heavy maintenance sebagaimana diatur dalam
maintenance, as specified in Article 3 of the Pasal 3 Perjanjian ini, dengan kondisi
Contract , as is basis, and all of the sebagaimana adanya, dan semua komoditas,
commodities, machinery and equipment, mesin dan peralatan, dan/ atau material
and/or other related materials that the terkait lain yang dibutuhkan oleh Pihak
Supplier is required to supply to the Pemasok untuk memasok Barang kepada
Purchaser under the Contract. Pihak Pembeli berdasarkan ketentuan
Kontrak.

1.8. “Pengawas” berarti personil yang ditunjuk


1.8. “Inspector” means a personnel appointed by oleh Pihak Pembeli untuk melakukan
Purchaser to inspect the spare parts of heavy pengujian awal (inspeksi) barang sebagai
maintenance as stipulated in Article 15 of the ditetapkan dalam Pasal 15 dari Kontrak.
Contract.
1.9. “Negara Pembeli” adalah Republik
Indonesia.
1.9. “Purchaser’s Country” is the Republic of
Indonesia.
1.10. “Sub‐kontraktor” berarti setiap orang,
badan swasta atau pemerintahan atau
1.10. “Subcontractor” means any natural gabungan dari yang tersebut diatas,
person, private or government entity, or a termasuk penerusnya yang
combination of the above, including its dikontrak secara sah, dimana bagian dari
legal successors or permitted assigns, to whom Barang akan dipasok oleh pihak tersebut
any part of the Goods to be supplied or atau pelaksanaan dari sebagian pekerjaan
execution of any part of the All related services yang tercantum dalam kontrak ini akan di
is subcontracted by the Supplier. subkontrakkan oleh Pihak Pemasok.
Part 3. Section VII. Contract 7.4 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
1.11.“Spesifikasi Teknis” berarti semua
Spesifikasi teknis Barang, sebagaimana
1.11.“Technical Specifications” means all ditetapkan dalam Lampiran 1.
technical specifications of the Goods,
stipulated in Annex 1. 1.12.“Lokasi”, berarti Balai Yasa Manggarai atau
Dipo Depok, Indonesia.
1.12.“The Site,” where applicable, means Balai Yasa
Manggarai or Dipo Depok, Indonesia.

2. General Conditions 2. Ketentuan Umum

2.1. Subject to the order of precedence set forth in 2.1. Sesuai dengan urutan prioritas sebagaimana
the Contract, all documents forming the ditetapkan di dalam Kontrak, semua
Contract (and all parts thereof) are intended to dokumen pembentuk Kontrak (dan semua
be correlative, complementary, and mutually bagian darinya) bertujuan agar saling
explanatory. berkorelasi dan melengkapi serta saling
menjelaskan.

2.2. Correspondences and documents related to the 2.2. Semua korespondensi dan dokumen terkait
Contract exchanged by the Supplier and the dengan Kontrak antara Pihak Pemasok dan
Purchaser, shall be written in English and/or Pihak Pembeli, akan ditulis dalam bahasa
Indonesia Language. Inggris dan/atau bahasa Indonesia.

2.3. In the implementation of Scope of Works, the 2.3. Dalam pelaksanaan Lingkup kerja, Pihak
Supplier must perform according to the Pemasok harus bekerja sesuai dengan
regulations and policies issued by the peraturan dan kebijakan yang dikeluarkan
Purchaser and the prevailing regulation of oleh Pihak Pembeli dan peraturan yang
Republic of Indonesia that related to the berlaku di Republik Indonesia yang terkait
performance of this Contract. dengan pemenuhan Kontrak ini.

2.4. Contract Documents means the Documents 2.4. Dokumen Kontrak berarti Dokumen-
consists of : dokumen yang terdapat dalam :
a. Contract a. Kontrak
b. Directors’ Decree regarding the b. Surat Penunjukan Rekanan
appointment of the supplier
c. Notice of Clarification and Confirmation and c. Berita Acara Klarifikasi dan Konfirmasi
Negotiation dan Negosiasi
d. Supplier Bidding Proposal and Bill of d. Surat Penawaran dari Rekanan dan
Quantities Daftar Kuantitas dan Harga
e. Bidding Documents and the Appendix to the e. Dokumen Pengadaan dan Addendum
Bid Thereto atas Dokumen Pengadaan.

The abovementioned list of documents governs Daftar dokumen tersebut diatas menjadi
the priority of application and if there is a prioritas untuk digunakan dan apabila
dispute upon the interpretation of the terdapat perbedaan penafsiran antara
documents, the provision of the Contrat shall dokumen tersebut diatas maka ketentuan
prevail. Kontrak yang akan berlaku.

2.5. The entire and only agreement between the 2.5. Keseluruhan dan satu-satunya kesepakatan
parties as to the work specified herein is antara para pihak adalah untuk pekerjaan
contained in this Contract (which includes and yang ditetapkan dalam Kontrak ini (yang
annexes referred to herein) and all prior mencakup segala lampiran dalam Kontrak ini)
negotiations commitments and writing with dan semua komitmen negosiasi baik lisan
respect there to supersede hereby. maupun tertulis dengan ini dikesampingkan

Part 3. Section VII. Contract 7.5 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
apabila tidak sesuai dengan ketentuan
Kontrak.
3. Scope of Works
3. Lingkup kerja
3.1. The Scope of Works of this Contract to supply
and delivery spare parts of heavy 3.1. Lingkup kerja Kontrak ini adalah memasok,
maintenance, and all related services as dan mengirimkan suku cadang heavy
described in Annex 1 of the Contract. maintenance, serta pekerjaan-pekerjaan
pendukung lainnya sebagai mana tercantum
dalam Lampiran 1 Kontrak.
3.2. The amount of goods regulated in article 3.1.,
will be amended in terms of : 3.2. Jumlah Barang sebagaimana diatur dalam
Pasal 3.1. akan di amandemen dalam hal:
3.2.1. JR East is not able to hand over several
goods to the Supplier because of 3.2.1. Beberapa unit atas Barang tidak dapat
permits in Japan have not obtained diserahkan oleh JR East kepada
Pemasok yang disebabkan oleh belum
dapat diterbitkannya perizinan di
3.2.2. There is change in quantity set forth by JR Jepang.
East 3.2.2. Terjadi perubahan rencana jumlah
penyerahan Barang yang ditetapkan
3.2.3. The Goods can not function properly as oleh JR East
per the inspection result in Kawasaki by 3.2.3. Barang tidak dapat berfungsi
the Inspectors in the inspection location berdasarkan hasil inspeksi di tempat
set forth by JR East (Inspection location). inspeksi yang ditentukan oleh JR East
(tempat Inspeksi)
3.3. In the event of condition described in article
3.2.3. of the Contract, The Supplier will confirm 3.3. Dalam hal terjadi kondisi sebagaimana
that JR East will repair the Goods and/or dimaksud pada Pasal 3.2.3 Kontrak, maka
replace the Goods. Pemasok akan memastikan bahwa pihak JR
East akan melakukan perbaikan atas Barang
dan/atau mengganti Barang.
3.4. The Supplier shall insure the Goods (All Risk
insurance terms) at the time Goods transported 3.4. Pemasok berkewajiban untuk
from hand-over location up to the Location mengasuransikan Barang (All Risk) pada saat
with all costs bearable to the Supplier. Barang dibawa dari lokasi penyerahan Barang
sampai dengan Lokasi dengan beban biaya
Pemasok.
3.5. In case there is damage on the Goods when
arrived in Location, then any cost incurred for 3.5. Dalam hal terjadi kerusakan Barang pada saat
repairing such damage, shall be borne by the barang tiba di Lokasi, maka segala biaya yang
Insurance or by the Supplier as stipulated in timbul untuk perbaikan atas Barang akan
Article 3.3. ditanggung oleh Asuransi atau menjadi beban
pihak Pemasok sebagaimana diatur dalam
Pasal 3.3.
3.6. The scope of this CONTRACT consists of Supply,
Delivery and other supporting works from the 3.6. Ruang lingkup KONTRAK ini terdiri dari
Supplier to the Purchaser, upon Goods further penyediaan, Pengiriman dan pekerjaan
explained in the Annex 1 Terms of Reference pendukung lainnya oleh Pihak Pemasok
and Bill of Quantity and Annex 2 about Price. kepada Pihak Pembeli, akan Barang
Supply and Delivery of the Goods is not sebagaimana dijelaskan lebih lanjut dalam
technology transfer that will result in Royalty Lampiran 1 yaitu Kerangka Acuan Kerja dan
Payment in any kind. Daftar Kuantitas dan Lampiran 2 yaitu
Harga. Penyediaan dan Pengiriman Barang

Part 3. Section VII. Contract 7.6 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
bukanlah transfer teknologi yang akan
menyebabkan pembayaran royalti.
3.7. The Supplier shall supply all the Goods and All
related services included in the Scope of Works
in accordance with the Contract and the 3.7. Pihak Pemasok akan menyediakan semua
Delivery and Completion Schedule as stipulated Barang dan semua layanan terkait yang
in Annex 3 of this Contract. dicantumkan dalam Lingkup kerja sesuai
dengan Kontrak dan Jadwal Pengiriman
sebagaimana ditetapkan dalam lampiran 3
3.8. The Supplier shall arrange to ship and insure Kontrak ini.
the Goods from Japan to the Location.
3.8. Pihak Pemasok akan mengatur kapal dan
memastikan Barang dari Jepang dikirim ke
3.9. Goods are delivered to the Site with the cost Lokasi.
and risk of the Supplier except import tax and
value added tax that shall be under Purchaser’s 3.9. Barang dikirimkan sampai ke Lokasi dengan
cost. biaya dan resiko ditanggung oleh Pihak
Pemasok, kecuali pajak bea masuk dan pajak
pertambahan nilai merupakan beban pihak
3.10.The Supplier shall obtain from JR East and to Pembeli.
provide the technical data for the Goodswhich
are Hystorical Maintenance and manual 3.10. Pihak Pemasok harus memperoleh data
instruction submit the translation of the teknis berupa Dokumen Riwayat Perawatan
technical data to the Purchaser with free of dan manual instruksi dari JR East dan
charge menyerahkan data teknis tersebut kepada
Pihak Pembeli.
3.11.In the event JR East provide the technical data
as stipulated in Article 3.10. directly to the
Purchaser then the Supplier is liable to provide 3.11. Dalam hal JR East menyerahkan data teknik
the Purchaser with the translation of the sebagaimana dimaksud pada Pasal 3.10.
Technical Data. Payment percentage for langsung kepada pihak Pembeli maka pihak
translation cost and copies is based on the Pemasok berkewajiban untuk menyerahkan
proceedings. terjemahan Data Teknik tersebut kepada
pihak Pembeli. Prosentase pembayaran atas
biaya penerjemahan dan penggandaan
3.12.The Supplier shall ensure the validity of all berdasarkan pelaksanaannya.
documents related to the import of the Goods
before the Goods is shipped to the Site. If such 3.12. Pihak Pemasok harus memastikan
condition caused the delivery schedule to be keberlakuan seluruh dokumen terkait
altered, therefore the parties shall amend the dengan impor Barang sebelum Barang
Contract accordingly. dikirim. Apabila hal ini berdampak pada
perubahan jadwal pengiriman maka akan
3.13.The Purchaser shall made the payment to JR dilakukan amandemen atas Kontrak.
East as per agreed schedule between JR East
and the Purchaser upon the Goods. 3.13. Pihak Pemasok harus melakukan
pembayaran kepada JR East sesuai dengan
jadwal yang disepakati antara JR East dan
3.14.The Supplier is liable to perform all necessary Pihak Pemasok atas pembelian Barang.
requirement to import the Goods under the
Import License issued by the Government 3.14. Pihak Pemasok berkewajiban untuk
Authority in Republic of Indonesia. memenuhi segala kewajiban dan ketentuan
untuk impor Barang berdasarkan izin impor
yang dikeluarkan oleh otoritas pemerintah
yang berwenang di Republik Indonesia.

Part 3. Section VII. Contract 7.7 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
3.15.The Supplier is liable to arrange and obtain the 3.15. Pihak Pemasok berkewajiban untuk
certification of the Goods from the Ministry of memperoleh sertifikasi atas Barang dari
Transportation Republic of Indonesia. Kementerian Perhubungan Republik
Indonesia.

3.16. Apabila Barang atau bagian dari barang tidak


3.16.If there are any Goods or part thereof that is berfungsi sebelum sertifikasi sebagaimana
malfunctioned before the Certification as dimaksud pada Pasal 3.14. diperoleh maka
stipulated in Article 3.14 is issued, then the pihak Pemasok berkewajiban untuk
Supplier shall rectify or replace such function memperbaiki/mengganti kerusakan tersebut
under the Supplier’s cost UNLESS if there is a dengan biaya Pemasok KECUALI apabila
malfunction in result of re-formation works terjadi kegagalan fungsi dalam melakukan re-
from 6 units train-set to 8 units train-set and if formasi trainset dari 6 unit menjadi 8 unit
such malfunctioned occured after the dan apabila kerusakan atau tidak
certification is obtained upon the Goods, the berfungsinya Barang terjadi setelah sertifikasi
Purchaser will rectify such function under diperoleh maka perbaikan atau penggantian
Purchaser’s cost. akan dilakukan oleh pihak Pembeli dengan
biaya Pembeli.

4. Harga kontrak
4. Contract Price
4.1. Harga Kontrak termasuk Pengiriman Barang
4.1. The Contract Price including shipment and dan Asuransi Kelautan, sesuai Lingkup
freight insurance, as further specified in Annex Pekerjaan dalam Lampiran 2, adalah sebesar
2 is JPY ................, dan Rp. .............. All of the JPY ................, dan Rp. .............. Seluruh
Contract price mentioned above are for total Harga Kontrak tersebut diatas merupakan
60 (Sixty) units of Goods total untuk 60 (Enam Puluh) unit Barang

4.2. Harga kontrak sebagaimana dimaksud pada


4.2. The Contract price as stiplulated in Article 4.1 Pasal 4.1. mencakup biaya pengepakan
includes the cost of all necessary packing termasuk material dan tenaga kerja tapi tidak
including materials and labor but not including termasuk pajak dan bea impor dan pajak
any and all import tax and duties imposed and serta bea tersebut akan dibayar oleh Pembeli
such import tax and duties shall be paid by langsung ke otoritas pajak terkait di Indonesia
Purchaser directly to related tax authorities in sebelum kapal tiba di Pelabuhan Tanjung
Indonesia before the vessel’s arrival at Tanjung Priok serta biaya resmi sertifikasi uji pertama
Priok and official tariff for first test operation atas Barang sesuai ketentuan Pemerintah
certificate in accordance with the regulation Republik Indonesia yang akan dibayar oleh
from the Government of the Republic of Pembeli langsung ke otoritas terkait.
Indonesia which will be paid directly by the
Supplier to the related authorities
4.3. Sesuai dengan Pasal 4.1. dan Pasal 4.2. di
4.3. In accordance to Article 4.1. and Article 4.2. atas, karenanya, selain dari biaya
above, therefore other than the cost set forth sebagaimana ditetapkan diatas, Pihak
in the Contract, the Purchaser shall not be liable Pembeli tidak bertanggung jawab untuk
to borne any other cost incurred for the menanggung biaya lain yang muncul dari
delivery of the Goods. Pengiriman Barang.

5. Ketentuan Pembayaran Untuk suku cadang


5. Terms of Payment For the spare parts
5.1. Harga Kontrak dalam mata uang Yen Jepang
5.1. The Contract Price in currency of Japanese Yen (JPY) akan dibayarkan dengan irrevocable
(JPY) shall be paid by an irrevocable Letter of Letter of Credit, dalam sebuah formulir,
Credit (L/C) which is in a form, substance and substansi dan dikeluarkan oleh Bank
issued by a first class bank satisfactory to the terpercaya yang disetujui oleh Pihak Pemasok
Part 3. Section VII. Contract 7.8 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
supplier and is subject to the Uniform Customs dan terikat dengan revisi Uniform Customs
and Practice for Document Credits 2007 and Practice for Document Credits 2007, ICC
revision, ICC Publication No.600 to be opened Publication No. 600 untuk dibuka
at the latest 1 (one) month before the first selambatnya 1 (satu) bulan sebelum
shipment of the Goods and the Contract Price pengiriman pertama Barang dan Harga
in currency of Indonesian Rupiah shall be Kontrak dalam mata uang Rupiah akan
paidby Bank Transfer with the detail of Account dibayarkan melalui transfer ke No. Rekening
Number .........., Bank ........., Kantor Cabang ................., Bank ............, Kantor Cabang
..........., under the name of ............. The ............ atas nama ................ Biaya transfer
transfer cost shall be borne by the Supplier. tersebut menjadi beban pihak Pemasok.

5.2. Mekanisme pembukaan L/C diatur sebagai


5.2. The terms of L/C opening shall be rendered as berikut:
follows : 5.2.1. L/C akan dibuka oleh pihak Pembeli
5.2.1. L/C will be open by the Purchaser with kepada pihak pemasok dengan nama
name and address of the L/C recipient dan alamat Bank penerima L/C adalah
Bank that is The Bank of ................ The Bank of ................ Branch, ...........,
Branch, ..........., with account number dengan nomor rekening Japanese Yen
Japanese Yen ............,, with the validity ............, dengan jangka waktu
period of L/C in accordance with the keberlakuan L/C sesuai dengan masa
validity period of the Performance Bond berlaku Jaminan Pelaksanaan yang
submitted by the Supplier to the diserahkan oleh Pemasok kepada
Purchaser Pembeli.
5.2.2. Biaya pengurusan L/C diatur sebagai
5.2.2. L/C arrangement costs shall be rendered berikut :
as follows : 5.2.2.1. Biaya pembukaan L/C
5.2.2.1. L/C opening costs will be at the merupakan beban biaya
Purchaser’s cost Pembeli.
5.2.2.2. Dalam hal terjadi perubahan
5.2.2.2. In the event of L/C amendment dan/atau perpanjangan masa
and/or extension, it will be at berlaku L/C maka merupakan
the Supplier’s cost beban biaya Pemasok.

5.3. Mekanisme pembayaran akan dilakukan


5.3. Payment mechanism will be done as follows : sebagai berikut :
5.3.1. Pembayaran Barang dilakukan
5.3.1. Payment for the Goods will be made berdasarkan nilai setiap progres
based on amount of each arrival kedatangan unit
progress unit
5.3.2. 80% dari nilai progres kedatangan unit
5.3.2. 80% of the Contract Price shall be dibayarkan pada saat diserahkannya
payable against presentation of Delivery Sertifikat Penerimaan Barang yang
Certificate with statement about there didalamnya terdapat pernyataan
is/no penalty for late delivery for every ada/tidaknya denda atas
unit’s arrival progress, with format as keterlambatan penyerahan Barang
per Annex 5 issued by the Supplier and dengan format sebagaimana
signed by the Purchaser for every unit dimaksud pada Lampiran 5 untuk
delivery progress. Such certificate will setiap progres kedatangan unit.
be issued by the Supplier and sign by the Sertifikat dimaksud dikeluarkan oleh
Purchaser after completion of the Pihak Pemasok dan ditandatangani
delivery of the Goods to the Site and oleh Pihak Pembeli setelah
after submission of the technical data as diselesaikannya Pengiriman Barang ke
stipulated in Article 3.10 except in the Lokasi dan setelah diserahkannya
event as stipulated in Article 3.11 of the data teknisnya sebagai mana
Contract. dimaksud pasal 3.10 kecuali dalam hal
Part 3. Section VII. Contract 7.9 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
terjadi kondisi sebagaimana dimaksud
dalam Pasal 3.11 Kontrak.

5.3.3. Dalam hal terdapat kerusakan parah


5.3.3. In the event of severe damage (kerusakan yang tidak dapat
(unrepairable damaged) of the part or diperbaiki) dari bagian Barang yang
the whole of the Goods occurred that menyebabkan Barang tersebut tidak
caused such Goods can not be able to be dapat dioperasikan secara normal
operated normally, based on berdasarkan pemeriksaan/ penilaian
examination/evaluation issued by the yang dikeluarkan oleh pihak pembeli,
Purchaser, then the COD could not yet maka COD belum dapat diterbitkan.
issued.
5.3.4. 10% dari nilai progress kedatangan
5.3.4. 10% of the Contract Price shall be unit akan dibayarkan pada saat
payable after the Supplier provide the Pemasok telah menyerahkan Berita
Purchaser with the Minutes of Acara Penyelesaian Make Up suku
Completion of the Make Up Works of cadang didalamnya terdapat
the spare parts with statement about pernyataan ada/tidaknya atas
there is/no penalty for late delivery for keterlambatan penyerahan dan
every unit’s arrival progress. pernyataan ada/tidaknya denda atas
keterlambatan penyelesaian tahapan
pekerjaan atau telah dikeluarkannya
Berita Acara Pelaksanaan running test
oleh Kementerian Perhubungan yang
ditandatangani oleh Para Pihak.

5.3.5. 10% dari nilai progres kedatangan unit


5.3.5. 10% of the Contract Price shall be akan dibayarkan pada saat telah
payable after the completion of entire diselesaikannya seluruh pekerjaan
works and issuance of the Minutes of dan dikeluarkannya Berita Acara
Completion of the Work with the Serah Terima Pekerjaan dan
statement there is/no penalty for late pernyataan ada/tidaknya denda atas
completion of work stage signed by the keterlambatan penyelesaian tahapan
Purchaser. pekerjaan yang ditandatangani oleh
pihak Pembeli.

5.4. Berita Acara Serah terima Pekerjaan


5.4. The Minutes of Completion of the Works sebagaimana dimaksud pada Pasal 5.3.5.
stipulated in Article 5.3.5. will be issued by the akan dikeluarkan oleh pihak Pembeli setelah
Purchaser after completion of the followings: dilampiri hal-hal sebagai berikut:

5.4.1. Berita acara Penyelesaian pekerjaan


5.4.1. Minutes of the Completion of the Re- Perakitan Barang yang ditandatangani
Assembling of spare parts signed by the oleh pihak Pembeli.
parties.
5.4.2. Berita acara Uji Operasional Barang
5.4.2. Minutes of Operation Test of the spare yang ditandatangani oleh Panitia
parts signed by the Examiners Penguji dari Dirjen Perkeretaapian,
Committee from the Director General of Kementerian Perhubungan Republik
Railways, Ministry of Transporation Indonesia.
Republic of Indonesia.
5.4.3. Tanda terima penyerahan dokumen
5.4.3. Receipt of hand over of the Translation Terjemahan seluruh data teknis , yang
of all Technical data has been signed by ditandatangani oleh pihak Pembeli
the Purchaser.
Part 3. Section VII. Contract 7.10 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
5.4.4. Tanda terima atas penyerahan
5.4.4. Receipt of Operation Test Certificate Sertifikat Uji operasional yang
issued by the Director General of dikeluarkan oleh Dirjen
Railways, Ministry of Transporation Perkeretaapian, Kementerian
Republic of Indonesia has been signed Perhubungan Republik Indonesia,
by the Purchaser. telah ditandatangani oleh pihak
Pembeli

5.5. The Purchaser shall give maximum technical 5.5. Pihak Pembeli akan memberikan dukungan
support in order for the Supplier to implement teknis secara maksimal untuk mendukung
and complete the entire obligation under Pihak Pemasok melaksanakan dan
Article 5.3. of the Contract. menyelesaikan semua kewajiban yang
dimaksud pada Pasal 5.3. Kontrak.

5.6. If due to the default of the Purchaser that 5.6. Dalam hal kegagalan dari Pembeli sehingga
caused the delay for the Test Operation menyebabkan keterlambatan dalam
Certificate issued by the Indonesian Ministry of memperoleh sertifikat uji operasi yang
Transportation as stipulated in Article 5.3 to be diterbitkan oleh Kementerian Perhubungan
obtained, such condition shall not caused Republik Indonesia sebagaimana dimaksud
retention payment of the 10% of the Contract dalam Pasal 5.3. maka hal tersebut tidak akan
Price as stipulated in Article 5.3.4. from the menyebabkan terjadinya retensi pembayaran
Purchaser to the Supplier. dari Pembeli kepada Pemasok sebesar 10%
dari Nilai Kontrak sebagaimana dimaksud
dalam Pasal 5.3.4.

5.7. If due to the default of the Supplier in providing 5.7. Dalam hal kegagalan Pemasok dalam
one of or all the original technical data as menyediakan salah satu data teknis asli,
stipulated in Article 3.10., Purchaser is liable to sebagai mana diminta dalam Pasal 3.10,
obtain the formal statement from JR East Pemasok wajib mendapatkan keterangan
regarding such un availibility and the Supplier resmi dari pihak JR East tentang
shall at its best effort to find the replacement ketidaktersediaan dokumen tersebut, dan
data (unless such data only can be made mengupayakan dokumen penggantinya,
available by JR East). (kecuali apabila data teknis tersebut hanya
dapat diperoleh dari JR East).

6. Taxes , Customs and Import Duties 6. Pajak, Bea dan Cukai Impor

6.1. For Goods supplied from outside the 6.1. Untuk Barang yang dipasok dari luar negara
Purchaser’s Country, the Supplier shall be Pihak Pembeli, Pihak Pemasok akan
entirely responsible for all taxes, stamp duties, bertanggung jawab secara keseluruhan untuk
license fees, and other such levies imposed semua pajak, materai, biaya perijinan dan
outside the Purchaser’s Country. pungutan-pungutan lain yang diterapkan di
luar negara Negara Pihak Pembeli.

6.2. For any and all importation Tax and Duties of 6.2. Setiap dan seluruh Pajak dan bea Barang ke
the Goods to the Purchaser’s Country shall be Negara Pihak Pembeli akan ditanggung oleh
borne by Purchaser directly to the related Pihak Pembeli secara langsung ke otoritas
authorities in Purchaser’s Country. terkait di negara Pembeli.

6.3. In case of delay of payment of any Duties or Tax 6.3. Dalam hal terjadi penundaan pembayaran
by Purchaser, demurrage or other cost that my dari setiap bea atau pajak Pembeli, dan jika
incurred due to such delay shall be paid by penundaan pembayaran tersebut akan
Purchaser. menyebabkan timbulnya kerugian, penalti,
maka biaya tersebut akan dibayarkan oleh
Pihak Pembeli.
Part 3. Section VII. Contract 7.11 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
6.4. For clearance of customs, taxes and import 6.4. Untuk mendapatkan ijin dari bea cukai, pajak
duties for import within the area of Republic of dan bea impor dalam wilayah Republik
Indonesia, the Supplier shall submit the Indonesia, Pihak Pemasok akan mengirimkan
documents required as follows : dokumen-dokumen yang dibutuhkan antara
lain:
6.4.1. Commercial Invoice 6.4.1. Faktur komersial
6.4.2. Clean Bill of Lading 6.4.2. Clean Bill of Lading
6.4.3. Packing List 6.4.3. PackingList
6.4.4. Certificate of Origin 6.4.4. Sertifikat Negara Asal
6.4.5. Inspection Certificate in accordance to 6.4.5. Sertifikat Inspeksi sesuai dengan
the import regulation from the ketentuan Ijin Impor dari Instansi yang
government authority in Indonesia. berwenang di Indonesia.

7. Bond/Security 7. Bond/ Security

7.1. The Supplier shall provide and submit to the 7.1. Pihak Pemasok wajib untuk memberikan
Purchaser a Performance Bond in maximum 7 Jaminan Pelaksanaan maksimum 7 (tujuh)
(seven)Days after the Agreement is signed by hari setelah Perjanjian ditandatangani oleh
the Parties Para Pihak.

7.2. The Proceeds of Performance Bond shall be 7.2. Hasil Jaminan Pelaksanaan akan dibayarkan
payable to the Purchaser as compensation for kepada Pihak Pembeli sebagai kompensasi
any loss resulting from the Supplier’s failure to atas kerugian akibat dari kegagalan Pihak
complete its obligations under the Contract. Pemasok untuk memenuhi kewajiban
Pemasok sesuai Kontrak.
7.3. The Performance Bond shall be discharged by 7.3. Jaminan Pelaksanaanakan dilepaskan oleh
the Purchaser and returned to the Supplier no Pihak Pembeli dan dikembalikan kepada
later than 12 (twelve) Days following the date Pihak Pemasok setelah Pemasok
of completion of the Supplier’s performance menyelesaikan seluruh kewajiban sesuai
obligations under the Contract, including any Kontrak, termasuk kewajiban garansi atas
warranty obligations (if any). Under the barang (apabila ada) dan atas persetujuan
approval of both parties, the Performance Bond para pihak, Jaminan Pelaksanaan dapat
can be revised based on the Certificate of direvisi sesuai dengan progress pekerjaan
Acceptance of each set of Goods has been yang didasarkan pada Berita Acara Serah
issued by the Purchaser. Terima untuk setiap set Barang telah
dikeluarkan oleh pihak Pembeli.

8. Delivery Schedule 8. Jadwal Pekerjaan

8.1. The Delivery Schedule of the Goods are as 8.1. Jadwal Pekerjaan adalah sebagaimana
stipulated Annex 3. ditetapkan dalam Lampiran 3.

8.2. Upon the consideration of hand over schedule 8.2. Dengan mempertimbangkan jadwal
provided by JR East, Supplier must be shipped penyerahan Barang dari, Pemasok harus
the Goods with minimum of 20 (twenty) units mengapalkan Barang sekurang kurangnya 20
per-shiment to the Purchaser latest by 10 (ten) (dua puluh ) unit kepada Pembeli selambat-
days after the last hand-over for each lambatnya 10 (sepuluh) hari setelah hand
shipment. over terakhir untuk setiap shipment

8.3. After re-formation works from 6 units of Goods 8.3. Setelah dilakukannya re-formasi atas set
per-set to 8 units of Goods per-set or running Barang dari 6 unit Barang per set menjadi 8
test by the Ministry of Transportation have unit Barang per set atau bila telah dilakukan
been conducted, KCJ will issue Make-Up Work running test oleh Kementrian Perhubungan,
Part 3. Section VII. Contract 7.12 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
Order. The Supplier must make sure that the KCJ mengeluarkan perintah pelaksanaan
make up works for the spare parts have been make up. Pemasok wajib untuk memastikan
completed latest by the table below from the bahwa KRL telah selesai dilakukan make up
issuance of the Make-Up Work Order by the selambat lambatnya berdasarkan table
Purchaser : dibawah ini sejak dikeluarkannya perintah
make up oleh pembeli :

9. Contract’s Term 9. Masa Berlaku Kontrak

9.1. This Contract shall become effective on the 9.1. Kontrak ini akan berlaku pada saat :
completion of the following :

9.1.1.The Contract has been signed by both 9.1.1. Kontrak telah ditandatangani oleh
parties. para pihak.
9.1.2.Submission of Performance Bond by the 9.1.2. Diserahkannya Jaminan Pelaksanaan
Supplier as referred in Article 7of the oleh Pihak Pemasok sebagaimana
Contract. tertera dalam Pasal 7 Kontrak.

9.1.3.The Purchaser establish Irrevocable, 9.1.3. Pihak Pembeli telah menetapkan L/C
Acceptable and Confirm at Sight Letter of Irrevocable, Acceptable, Usance dan
Credit. Confirm at Sight.

9.1.4.The Supplier has received an Irrevocable, 9.1.4. Pihak Pemasok telah menerima L/C
Acceptable and Confirm at Sight Letter of Irrevocable, Acceptable, Usance dan
Credit. Confirm at Sight.

9.1.5.The Indonesian Government License to 9.1.5. Telah dikeluarkannya izin impor atas
import such Goods has been issued Barang oleh Instansi Pemerintah
Republik Indonesia.

9.2. This Contract shall end after the fulfillment of 9.2. Kontrak ini berakhir setelah seluruh hak dan
all obligations of the both parties under this kewajiban Para Pihak telah dipenuhi
Contract. berdasarkan Kontrak.

10. Governing Law 10. Hukum yang Berlaku

The Contract shall be governed by and interpreted Kontrak akan diatur dan ditafsirkan sesuai
in accordance with the laws of Republic of dengan perundangan yang berlaku di Republik
Indonesia Indonesia.

11. Government Authorization 11. Wewenang dari Pemerintah

11.1. Whenever the supply of Goods and All related 11.1. Jika penyediaan Barang dan semua layanan
services requires that the Supplier obtain terkait mengharuskan agar Pihak Pemasok
permits, approvals, and import and other mendapatkan ijin, persetujuan dan
licenses from local public authorities, the perijinan impor dan perijinan lainnya dari
Purchaser shall, if so required by the Supplier, otoritas lokal, maka Pihak Pembeli jika
make its best effort to assist the Supplier in dibutuhkan oleh Pihak Pemasok, akan
complying with such requirements in a timely melakukan usaha maksimal untuk
and expeditious manner. membantu Pihak Pemasok dalam
memenuhi ketentuan tersebut secara
lancar dan tepat waktu.
Part 3. Section VII. Contract 7.13 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
11.2. Purchaser shall not make any disposition, by 11.2. Pembeli tidak akan membuat disposisi
way of transshipment, re-export, diversion or apapun, dengan melakukan pemindahan
otherwise, except as said laws and regulations Barang (transhipment), re-ekspor, diversi
as stipulated in Article 10, may expressly atau hal-hal lainnya, kecuali diharuskan
permit, of the Goods purchased from Supplier, dalam perundangan dan peraturan
other than in and to the ultimate country of sebagaimana ditetapkan dalam Pasal 10
destination specified herein and/or declared atas Barang yang dibeli dari Pemasok,
as the country of ultimate destination on selain di dan ke negara akhir tujuan
Supplier’s invoices. sebagaimana ditetapkan dalam kontrak ini
dan/ atau dinyatakan sebagai negara
tujuan akhir dalam faktur Pemasok.

12. Indemnities 12. Ganti Rugi

12.1. Supplier shall defend, indemnify and hold 12.1. Pemasok membebaskan Pembeli dan
Purchaser and its employees and officers karyawannya serta para pejabatnya dari
harmless from and against any and all losses, kerugian, pertanggungjawaban, klaim,
liabilities, claims, demands and from all suits, tuntutan hukum, permintaan dan dari
actions, administrative proceedings, claims, semua gugatan hukum, tindakan, tindakan
demands, costs, and expenses of any nature, administratif, klaim, permintaan, biaya
including attorney’s fees and expenses, which dan pengeluaran apapun, termasuk biaya
the Purchaser may suffer as result of any dan pengeluaran untuk pengacara, yang
infringement or alleged infringement of any mungkin dialami Pihak Pembeli sebagai
patent, trademark, copyright, name, right of dampak dari pelanggaran Pihak Pemasok
use, or any proprietary right or confidential atas merek, hak, nama, hak untuk
information of any third party arising with menggunakan atau seluruh hak atau
respect to the performance of this Contract informasi konfidensial dari Pihak Ketiga
and All related services furnished by the yang muncul terkait dengan pemenuhan
Supplier. ketentuan Kontrak dan semua layanan
terkait yang disediakan oleh Pihak
pemasok.

12.2. Supplier shall defend, indemnify and hold 12.2. Pemasok akan membebaskan Pembeli dan
Purchaser and its employees and officers karyawannya serta para pejabatnya dari
harmless from and against any and all losses, kerugian, pertanggungjawaban, klaim,
liabilities, claims, demands and from all suits, tuntutan hukum, permintaan dan dari
actions, administrative proceedings, claims, semua gugatan hukum, tindakan, tindakan
demands, costs, and expenses of any nature, administratif, klaim, permintaan, biaya
including attorney’s fees and expenses, which dan pengeluaran apapun, termasuk biaya
the Purchaser may suffer as result of default dan pengeluaran untuk pengacara, yang
caused by the Suppliers, its personnel and its mungkin dialami Pihak Pembeli sebagai
subcontractors arising with respect to the dampak dari kesalahan yang disebabkan
performance of this Contract and All related oleh Pihak Pemasok, karyawan dan sub-
services furnished by the Supplier. kontraktornya yang muncul terkait
dengan pemenuhan ketentuan Kontrak
dan semua layanan terkait yang
disediakan oleh Pihak pemasok.

12.3. Purchaser shall defend, indemnify and hold 12.3. Pembeli akan membela, mengganti
Supplier and its employees and officers kerugian dan tidak menyalahkan Pemasok
harmless from and against any and all losses, dan karyawannya serta para pejabatnya
liabilities, claims, demands and from all suits, dari kerugian, pertanggungjawaban,
actions, administrative proceedings, claims, klaim, tuntutan hukum, permintaan dan
Part 3. Section VII. Contract 7.14 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
demands, costs, and expenses of any nature, dari semua gugatan hukum, tindakan,
including attorney’s fees and expenses, which tindakan administratif, klaim, permintaan,
the Supplier may suffer as result of any biaya dan pengeluaran apapun, termasuk
infringement or alleged infringement of any biaya dan pengeluaran untuk pengacara,
patent, trademark, copyright, name, right of yang mungkin dialami Pihak Pemasok
use, or any proprietary right or confidential sebagai dampak dari pelanggaran material
information of any third party arising with atas kewajiban Pihak Pembeli, merek, hak,
respect to the performance of this Contract. nama, hak untuk menggunakan atau
seluruh hak atau informasi konfidensial
dari Pihak Ketiga yang muncul terkait
dengan pemenuhan ketentuan Kontrak.

13. Confidential Information 13. Informasi Rahasia


13.1. The Purchaser and Supplier shall keep
13.1. Pihak Pembeli dan Pemasok akan menjaga
confidential and shall not, without the
kerahasiaan dan tanpa persetujuan
written consent of the other party hereto,
tertulis pihak lain dalam kontrak ini tidak
divulge to any third party any documents,
akan memberitahukan kepada pihak
data, or other information furnished directly
ketiga tentang dokumen, data atau
or indirectly by the other party hereto in
informasi lain baik secara langsung atau
connection with the Contract, whether such
tidak langsung diterima dari pihak lain
information has been furnished prior to,
terkait dengan Kontrak, baik informasi
during or following completion or
tersebut diberikan sebelum, selama atau
termination of the Contract.
setelah terselesaikannya atau berakhirnya
Kontrak.

13.2. The Supplier shall not use documents, data, 13.2. Pihak Pemasok tidak akan menggunakan
and other information received from the dokumen, data, dan informasi lain yang
Purchaser for any purpose other than diterima dari Pihak Pembeli untuk tujuan
procurement, or other work and services lain selain penyediaan barang, atau
required for the performance of the Contract. pekerjaan dan layanan lain yang
diperlukan untuk pemenuhan Kontrak.

13.3. The Purchaser shall not use such documents, 13.3. Pihak Pembeli tidak akan menggunakan
data, and other information received from dokumen, data, dan informasi lain yang
the Supplier for any purposes unrelated to diterima dari Pihak Pemasok untuk tujuan
the Contract. apapun yang tidak terkait dengan dengan
Kontrak.

13.4. The obligation of a party as stipulated in 13.4. Kewajiban pihak dalam kontrak ini
clause 13.1, 13.2 and 13.3 above, however, sebagaimana ditetapkan dalam klausul
shall not apply in conditon of : 13.1, 13.2 dan 13.3 diatas, tidak berlaku
untuk apabila:

13.4.1. The Purchaser or Supplier need to 13.4.1. Pihak Pembeli atau Pemasok
share with the institutions harus berbagi informasi dengan
participating in the financing of the institusi yang berperan serta
Contract; dalam pembiayaan kontrak;
13.4.2. Now or hereafter enters the public
domain through no fault of that 13.4.2. Sekarang atau di kemudian
party; hari iformasi tersebut
tersediapada domain public yang
tidak disebabkan karena

Part 3. Section VII. Contract 7.15 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
kesalahan/ kelalaianpihak
tersebut.
13.4.3. Can be proven to have been
possessed by that party at the time of 13.4.3. Bisa dibuktikan bahwa
disclosure and which was not informasi tersebut telah dimiliki
previously obtained, directly or oleh pihak tersebut pada saat
indirectly, from the other party; or pengungkapan informasi dan
tidak didapatkan sebelumnya baik
secara langsung atau tidak
13.4.4. Otherwise lawfully becomes langsung dari pihak lain; atau
available to that party from a third
party that has no obligation of 13.4.4. Secara hukum informasi
confidentiality. tersebut tersedia bagi pihak
tersebut dari pihak ketiga yang
tidak memiliki kewajiban untuk
menjaga kerahasiaan.
13.5. The abovementioned article 13.1,13.2,13.3,
and 13.4 shall not in any way modify any 13.5. Pasal 13.1, 13.2, 13.3, dan 13.4
undertaking of confidentiality given by either sebagaimana tersebut di atas dengan
of the parties hereto prior to the date of the cara apapun tidak akan mengubah setiap
Contract in respect of the Supply or any part tindakan kerahasiaan yang diberikan oleh
thereof. para pihak dalam kontrak ini sebelum
tanggal Kontrak terkait dengan
penyediaan barang atau bagian dari
kontrak tersebut.
13.6. The provisions of Clause 13 shall survive
completion or termination, for whatever 13.4. Ketentuan Pasal 13 akan tetap berlaku
reason of the Contract. setelah selesainya atau berakhirnya
Kontrak tanpa pengecualian.
14. Subcontracting 14. Sub-Kontraktor

14.1. Supplier shall inform the Purchaser upon the 14.1. Pemasok akanmemberi informasi tertulis
appointment of subcontractors. atas penunjukkan sub kontraktor.

14.2. Subcontracting shall in no event relieve the 14.2. Penunjukkan subkontraktor tidak akan
Supplier from any of its obligations, duties, melepaskan Pihak Pemasok dari kewajiban,
responsibilities, or liability under the tugas, tanggung jawab atau pertanggung
Contract. jawaban berdasarkan ketentuan Kontrak.

15. Inspection and Test 15. Inspeksi dan Uji Coba

15.1. The inspection upon the Goods shall be held 15.1. Inspeksi atas Barang dilaksanakan dengan
under these conditions : ketentuan sebagai berikut :
15.1.1. Technical and Running Test 15.1.1. Inspeksi Teknis dan tes jalan atas
Inspection performed in inspection Barang dilakukan di tempat
designated place by the inspeksi oleh perwakilan yang
representative of the Parties. ditunjuk oleh Para Pihak.
15.1.2. Physical Inspection performed 15.1.2. Inspeksi fisik atas Barang yang
by independent inspectors dilakukan oleh inspektor
appointed by the Supplier under independen yang ditunjuk oleh
Supplier’s cost. Pemasok dengan biaya Pemasok.

Part 3. Section VII. Contract 7.16 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
15.2. The inspection as stipulated in article 15.1.1. 15.2. Inspeksi yang dilaksanakan sesuai
shall be performed by the inspector ketentuan Pasal 15.1.1. dilakukan oleh
appointed by the Purchaser and 2 (two) inspektur yang ditunjuk oleh pihak Pembeli
inspector appointed by the Supplier will be dan inspektur yang ditunjuk oleh pihak
performed at the inspection location, in time Pemasok akan dilaksanakan di tempat
agreed by the Parties in order to confirm the inspeksi, dengan waktu yang disepakati
condition of the Goods purchased by The oleh para pihak untuk memastikan kondisi
Purchaser. Barang yang akan dikirim ke Pembeli.

15.3. The Inspection will be performed in every 15.3. Inspeksi akan dilakukan terhadap setiap
hand-over of the Goods with schedule set adanya penyerahan Barang sesuai dengan
forth by JR East jadwal yang ditentukan oleh JR East.

15.4. The Inspector will sign the Inspection 15.4. Pelaksana Inspeksi akan menandatangani
certificate prepared by the Supplier for Sertifikat Inspeksi yang akan dipersiapkan
every inspection result. oleh Pihak Pemasok atas hasil inspeksi yang
telah dilakukan.

15.5. The Inspector will examine and decide 15.5. Pelaksana Inspeksi akan memeriksa dan
whether each Goods is passing or not pass menentukan apakah Barang dinyatakan
according to the technical requirements. lulus atau tidak lulus inspeksi sesuai dengan
ketentuan teknis.

15.6. All accommodation and transport including 15.6. Semua akomodasi dan transport termasuk
but not limited to the travel expenses for the tapi tidak terbatas pada pengeluaran
inspection purposes shall be borne by perjalanan untuk Inspeksi akan ditanggung
Purchaser. oleh Pembeli.

15.7. The Supplier will submit written notice to 15.7. Pemasok akan menyampaikan
the Supplier within the period of : pemberitahuan tertulis kepada Pembeli
15.7.1. 14 (Fourteen)days prior to the dalam jangka waktu:
shipment schedule 15.7.1. 14 (empat belas) hari sebelum
Pengiriman Barang yang
dijadwalkan.
15.7.2. 7 (seven) Days prior to the 15.7.2. 7 (tujuh) hari sebelum tanggal
inspection date. pelaksanaan Inspeksi.

15.8. At time the goods delivered at Site, the 15.8. Pada saat Barang tiba di Lokasi, pelaksana
Inspectors shall confirm if the delivered Inspeksi akan memastikan bahwa Barang
Goods are in order to confirm whether the yang dikirimkan sesuai dengan barang yang
Goods are in compliance with the Technical diperiksa saat inspeksi di Jepang
Specification and such Goods are the same sebagaimana dimaksud pada Pasal 15.1
Goods that has been loaded in Japan as Kontrak. Pelaksana inspeksi akan
specified in Article 15.1 and such Inspectors menandatangani Sertifikat Penerimaan
shall sign the Delivery Certificate as Barang sebagaimana terlampir dalam
attached in Annex 5. Lampiran 5.

15.9. When the Purchaser is ready to perform the


operational test and inspection, The 15.9. Ketika Pembeli siap untuk melaksanakan
Supplier will assist in arranging necessary Ujicoba operasional dan inspeksi, Pihak
permit or approval for operational test or Pemasok akan membantu dalam
inspection from the related third party. pengurusan ijin atau persetujuan yang
dibutuhkan untuk uji coba operasi atau
inspeksi dari pihak ketiga yang berkaitan.
Part 3. Section VII. Contract 7.17 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
15.10. Upon request by the Purchaser, the Supplier 15.10. Jika diminta oleh Pembeli, Pihak Pemasok
may perform test and inspection that is not akan melakukan uji coba dan inspeksi
based on Contract but according to tidak berdasarkan Kontrak tetapi sesuai
requirement to verify that that kebutuhan untuk memverifikasi bahwa
characteristics and performance of the karakteristik dan kinerja dari Barang
Goods is in accordance with the technical sesuai dengan spesifikasi teknis dalam
specifications in the Contract, with fairly Kontrak, dengan biaya yang wajar dan
cost and will be put into the Contract price. akan dimasukan kedalam harga Kontrak.
Furthermore, if test and/or inspection Lebih lanjut jika uji coba dan/atau inspeksi
interrupting the assembling progress and/or menghalangi progress perakitan dan/atau
the Supplier’s performance for other kinerja Pemasok atas kewajiban lain dalam
responsibilities in the Contract, Kontrak, kompensasi akan dibayar dan
compensations will be paid and made in dibuat dalam kaitannya dengan tanggal
relation with the delivery date and the pengiriman dan tanggal kelengkapan
completion date or any other responsibility ataupun kewajiban lain yang terpengaruh
that affected with this inspection works. atas pelaksanaan Inspeksi ini.

15.11. The Supplier must prepare the inspection 15.11. Pemasok harus menyiapkan laporan hasil
report to the Purchaser for inspection work inspeksi kepada Pembeli atas pelaksanaan
mentioned in article 15.1. of the Contract. Inspeksi sebagaimana dimaksud pada
Pasal 15.1. Kontrak

15.12. The Purchaser may reject any Goods or any 15.12. Pembeli dapat menolak Barang atau
part thereof that fail to pass any test and/or bagian apapun dari Barang yang gagal test
inspection or do not conform to the apapun dan/atau inspeksi atau tidak
specifications. The Supplier shall coordinate sesuai dengan spesifikasi. Pemasok harus
with JR East either to rectify or to do all berkoordinasi dengan JR East untuk
necessary action to replace such rejected memperbaiki atau berupaya untuk
Goods or parts thereof or make alterations mengganti Barang atau bagian-bagian dari
necessary to meet the specifications at no Barang tersebut atau membuat
cost to the Purchaser. perubahan/perbaikan yang diperlukan
sehingga barang atau bagian-bagian dari
Barang tersebut dapat memenuhi
spesifikasi tanpa biaya yang dibebankan
kepada Pembeli.

15.13. The Supplier agrees that neither the 15.13. Pemasok setuju bahwa tidak satupun
execution of a test and/or inspection of the pelaksanaan tes dan/atau inspeksi atas
Goods or any part thereof, nor the Barang atau bagian apapun daripadanya
attendance by the Purchaser or its tanpa mengikutsertakan Pembeli atau
representative, nor the issue of any report Perwakilannya, maupun penerbitan
pursuant to Article 15.11. laporan apapun sesuai ketentuan pasal
15.11.

15.14. If there is an alteration of inspection 15.14. Apabila terdapat perubahan atas jadwal
schedule agreed by the Parties and the inspeksi yang telah disepakati oleh para
alteration causing additional cost to the pihak dan perubahan tersebut
Purchaser, the Supplier must shoulder the menyebabkan penambahan biaya bagi
additional cost. Unless the alteration cause Pembeli, maka Pemasok wajib untuk
by negligence/requested by the Purchaser menanggung penambahan biaya tersebut.
or cause by alteration by JR East. Kecuali apabila perubahan tersebut
disebabkan karena kelalaian/kebutuhan
Part 3. Section VII. Contract 7.18 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
pihak Pembeli atau disebabkan oleh
perubahan yang dilakukan oleh JR East.

16. Interpretation 16. Penafsiran

16.1. If the context so requires it, singular means 16.1. Jika dibutuhkan menurut konteksnya, maka
plural and vice versa. kata tunggal bisa berarti jamak dan juga
sebaliknya.
16.2. The meaning of any trade term and the rights 16.2. Makna dari istilah dagang dan hak-hak dan
and obligations of parties there under shall tanggung jawab para pihak adalah
be as prescribed by the Contract. sebagaimana dijelaskan pada ketentuan
Kontrak ini.
16.3. The Contract constitutes the entire 16.3. Kontrak mencakup keseluruhan perjanjian
agreement between the Purchaser and the antara Pihak Pembeli dan Pihak Pemasok
Supplier supersedes all communications, melampaui semua komunikasi, negosiasi
negotiations and agreements (whether dan perjanjian (baik tertulis atau secara
written or oral) of parties with respect lisan) dari para pihak yang dilakukan
thereto made prior to the date of Contract. sebelum tanggal dibuatnya kontrak.

17. Responsibilities 17. Tanggung Jawab

17.1. Supplier’s Responsibilities 17.1. Tanggung jawab Pemasok


The Supplier shall supply all the Goods and All Pihak Pemasok akan menyediakan semua
related services in accordance with the Barang dan Semua layanan terkait sesuai
Contract and any annexes thereto. dengan ketentuan Kontrak.

17.2. Purchaser’s Responsibilities 17.1. Tanggung jawab Pembeli


The Purchaser shall pay import tax involved in Pihak Pembeli akan membayar bea dan
the performance of this Contract by the pajak impor yang sesuai dengan
Supplier in accordance to Article 4 of the ketentuan Pasal 4 Kontrak dan,
Contract and to assist coordination with the membantu melakukan koordinasi
related parties in PT.Kereta APi Indonesia dengan pihak-pihak terkait di lingkugan
(Persero) and related Government PT.Kereta Api Indonesia (Persero) dan
Institution. lembaga pemerintahan terkait

18. Specifications and Standards 18. Spesifikasi dan Standard

18.1. The Supplier shall ensure that the Goods and 18.1. Pihak Pemasok akan memastikan bahwa
All related services comply with the Technical Barang dan Semua layanan terkait
Specifications and other provisions of the memenuhi Spesifikasi teknis dan
Contract. ketentuan-ketentuan lain dalam Kontrak.

18.2. The Goods and All related services supplied 18.2. Barang dan semua layanan terkait sesuai
under this Contract shall conform to the Kontrak harus sesuai dengan standar
standards mentioned in Annex 1 and, when seperti yang disebutkan dalam Lampiran 1
no applicable standard is mentioned, the dan apabila tidak terdapat standar yang
standard shall be equivalent or superior to diterapkan, maka standar yang akan
the official standards whose application is diterapkan adalah standar yang sama atau
appropriate to the country of origin of the lebih baik dari standar resmi negara asal
Goods. barang.

18.3. During Contract execution, any changes in


any such codes and standards shall be applied
Part 3. Section VII. Contract 7.19 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
only after approval by the Purchaser and shall 18.3. Selama pelaksanaan Kontrak, perubahan
be treated in accordance with Article 27(of apapun mengenai kode dan standar akan
the Contract. diterapkan setelah disetujui Pihak
Pembeli serta akan diperlakukan sesuai
dengan pasal 27 Kontrak ini.
19. Packing and Documents
19. Pengepakan dan Dokumen
19.1. The Goods shall be shipped as far as possible
bellow deck. Whole and readily detachable
part may be removed and packed separately. 19.1. Barang akan dikirimkan dan diposisikan
Separate cases containing those parts must pada saat pengiriman di bawah dek. Bagian
be packed in such a way that they might be keseluruhan dan bagian yang mudah
available for assembly and dispatch as they dibongkar bisa dilepas dan dikemas secara
are unloaded in the port destination. terpisah. Wadah terpisah yang berisi
bagian ini harus dikemas dengan
sedemikian rupa sehingga mudah di rakit
dan dilepas ketika bongkar pasang di
19.2. The Supplier shall provide, if necessary, such pelabuhan tujuan.
packing of the Goods as is required to prevent
their damage or deterioration during transit 19.2. Jika diperlukan, Pihak Pemasok akan
to their final destination, as indicated in the menyediakan kemasan Barang sedemikian
Contract. rupa untuk menghindari kerusakan atau
memburuknya kondisi Barang selama
transit ke tujuan akhirnya, sebagaimanya
19.3. During transit, the packing shall be sufficient dinyatakan di dalam Kontrak.
to withstand, without limitation, exposure to
extreme temperatures, salt and 19.3. Selama proses pemindahan, pengepakan
precipitation, and open storage. Packing case akan tahan terhadap segala kondisi dan
size and weights shall take into consideration, tidak terbatas pada eksposur terhadap
where appropriate, the remoteness of the temperatur ekstrim, garam dan curah
final destination of the Goods and the hujan, dan penumpukan dilapangan.
absence of heavy handling facilities at all Ukuran Peti pengemasan dan berat/beban
points in transit. harus dipertimbangkan dengan seksama,
dimana sesuai dengan letak tujuan akhir
dari Barang dan tidak adanya fasilitas
penanganan berat dalam proses
19.4. The packing, marking and documentation pemindahan.
within and outside the packages shall be
provided by Supplier to avoid damaged. 19.4. Pengepakan, penandaan dan dokumentasi
di dalam dan diluar kemasan akan
disiapkan oleh Pemasok untuk menghindari
19.5. The packing, marking, and documentation kerusakan.
within and outside the packages shall comply
strictly with such special requirements as 19.5. Pengepakan, penandaan dan dokumentasi
shall be expressly provided for in the di dalam dan di luar kemasan akan
Contract, including additional requirements memenuhi ketentuan khusus secara ketat
(if any), and in any other instructions ordered sebagaimanya dinyatakan dengan jelas
by the Purchaser. dalam Kontrak, termasuk ketentuan
tambahan (jika ada), dan dalam instruksi
19.6. The Supplier will be held responsible for each lain yang diperintahkan oleh Pihak Pembeli.
Goods or any part thereto being packed as to 19.6. Pihak Pemasok akan bertanggung jawab
ensure in transit to the said port of untuk setiap Barang/bagian dari Barang
destination. yang dikemas untuk memastikan dalam
transit sampai ke pelabuhan tujuan.

Part 3. Section VII. Contract 7.20 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
19.7. Every equipment/case shall be marked with 19.7. Setiap peralatan/ wadah akan ditandai
large clear characters with black marking as dengan huruf besar dan jelas dengan tinta
follows: hitam sebagai berikut:

BARANG PT.KAI COMMUTER JABODETABEK


ANAK PERUSAHAAN PT. KERETA API INDONESIA(PERSERO)
“RUTIN”

AGREEMENT : No.
BUNDLE/COLLI : No.

ARTICLE : No.
SIZE : No.
GROSS WEIGTH : No.
NET WEIGHT : No
TO : PT. KAI COMMUTER JABODETABEK

20. Shipment and Insurance 20. Pengiriman Barang dan Asuransi

20.1. Supplier shall appoint an appropriate 20.1. Pemasok akan menunjuk Perusahaan
International Freight Forwarder and Pengiriman Barang Internasional dan
International Insurance Company and the Perusahaan Asuransi Internasional dan
Supplier shall give prompt notification of such Pemasok akan memberikan
Freight Forwarder and Insurance Company to pemberitahuan dengan segera atas kedua
the Purchaser. perusahaan tersebut kepada Pihak
Pembeli.

20.2. The Goods must be insured against all risk on 20.2. Barang harus diasuransikan all risk 110%
110% of the total Contract Price as stipulated dari total Harga Kontrak sebagaimana
in Article 4 and shall be borne by the Supplier. diatur dalam Pasal 4, dan akan ditanggung
oleh Pemasok.

20.3. The Supplier shall be the beneficiary for 20.3. Pihak Pemasokakan menjadi beneficiary
Freight Insurance Claim of Goods dari Klaim Asuransi untuk Pengiriman
Barang.

20.4. The Goods supplied under the Contract shall 20.4. Barang dipasok berdasarkan ketentuan
be fully insured, in a freely convertible Kontrak dan diasuransikan secara penuh,
currency from an eligible country, against all dalam sebuah mata uang negara yang
lost or damage caused by any means, memenuhi syarat untuk bebas dikonversi,
incidental to manufacture or acquisition, terhadap semua kerugian atau kerusakan
transportation, storage, and delivery, in yang disebabkan oleh apapun, baik terkait
accordance with the applicable Incoterms. dengan produksi atau penerimaan,
transportasi, penyimpanan Pengiriman,
sesuai dengan the Incoterms yang berlaku.

20.5. Cakupan perlindungan asuransi adalah


20.5. The insurance coverange shall be in the
sebesar nilai Barang yang akan dilakukan
ammount value of the Goods that shall be
pengiriman sampai Barang tiba di Lokasi
shipped until the Goods arrived at Site in
sesuai dengan ketentuan dalam Kontrak.
accordance to the Contract.

Part 3. Section VII. Contract 7.21 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
21. Transportasi
21. Transportation
Tanggung jawab transportasi Barang adalah
The Obligations of transporting the Goods shall be menjadi tanggung jawab Pemasok sampai
sole responsibility of the Supplier until the Goods Barang tiba di Lokasi.
arrive at Site.
22. Denda
22. Liquidated Damages
22.1. Kecuali dalam kondisi sebagaimana diatur
22.1. Except as provided in Article 26 and dalam Pasal 26 dan Pasal 22.2 Kontrak, jika
Article 22.2 of the Contract, if the Supplier fails Pihak Pemasok gagal mengirimkan
to deliver any or all of the Goods or perform sebagian atau seluruh Barang atau gagal
the All related services within the period melakukan semua layanan terkait dalam
specified in the Contract upon the schedule as jangka waktu yang ditentukan untuk
stipulated on Article 8.2., Article 8.3 and Barang sehubungan dengan Pasal 8.2.,Pasal
Article 8.4.of the Contract, the Purchaser may 8.3. dan Pasal 8.4 Kontrak, maka Pihak
without prejudice to all its other remedies Pembeli berdasarkan ketentuan Kontrak,
under the Contract, deduct from the bisa mengurangi dari Harga kontrak,
proportional Contract Price, as liquidated sebagai denda, senilai 0,2% (nol koma dua
damages, a sum of 0,2% (zero point two persen) per hari keterlambatan dari jadwal
percent) per day from the schedule set forth in yang ditentukan dalam Pasal 8.2., Pasal
article 8.2., article 8.3., and article 8.4. times 8.3., dan Pasal 8.4 dikalikan prosentase
the percentage of the Contract price per-train harga Kontrak per train set Barang yang
set delivered from the terms of payment set dikirim dari termin pembayaran yang diatur
forth in article 5.3.2., article 5.3.5. and 5.3.6. dalam Pasal 5.3.2, Pasal 5.3.5 dan Pasal
of the Contract, as stipulated in the Annex 9 of 5.3.6 Kontrak, sebagaimana diatur dalam
the Contract. If the maximum of the liquidated contoh perhitungan pada Lampiran 9
damages of 5% (five percent) reach, then the Kontrak. Bila denda sudah mencapai 5%,
Purchaser have the rights to end the Contract. maka pembeli mempunyai hak untuk
melakukan pemutusan Kontrak.

22.2. Denda seperti disebutkan dalam pasal 22.1


22.2. Liquidated damages as provided in Article kontrak ini, tidak berlaku apabila :
22.1 of the Contract shall not prevail under
these conditions : 22.2.1. Terdapat konfirmasi tertulis dari JR
22.2.1. Written confirmation from JR East East bahwa Barang tidak siap untuk
that the Goods are not ready to hand- diserahterimakan sesuai jadwal
over according to the schedule agreed yang telah disepakati para pihak
by the parties and such condition dan berpengaruh pada tanggal
affecting the schedule for the Barang harus siap untuk dilakukan
readiness of the Goods for sertifikasi oleh Kementerian
certification by Ministry of Perhubungan Republik Indonesia.
Transportation of Republic of
Indonesia.
22.2.2. Terjadi penundaan yang
22.2.2. Delay caused by the Purchaser or due disebabkan oleh perubahan
to the policies of Government of ketentuan Pemerintah Repubilk
Republic of Indonesia that has direct Indonesia, sehingga menyebabkan
implication on the delivery schedule Perubahan Jadwal pekerjaan dan
of the Goods and such condition shall berpengaruh pada tanggal Barang
affect the schedule for the readiness harus siap untuk dilakukan
of the Goods to be certified by sertifikasi oleh Kementerian
Ministry of Transportation of Republic Perhubungan Republik Indonesia.
of Indonesia.
Part 3. Section VII. Contract 7.22 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
22.2.3. Pembeli mengubah jadwal
22.2.3. Purchaser carry out a Change of pengapalan Barang sehingga
Shipping schedule of the Goods that menyebabkan Perubahan Jadwal
has direct implication on the delivery pekerjaan dan berpengaruh pada
schedule of the Goods and such tanggal Barang harus siap untuk
condition shall affect the schedule for dilakukan sertifikasi oleh
the readiness of the Goods to be Kementerian Perhubungan
certified by Ministry of Transportation Republik Indonesia dengan
of Republic of Indonesia under written sebelumnya disampaikan surat
confirmation to the Supplier and the pemberitahuan kepada Pemasok
Supplier gives written approval upon dan pihak Pembeli memberikan
such change. persetujuan tertulis atas
perubahan tersebut.

22.3. Pembayaran denda sebagaimana dijelaskan


22.3. The Payment of such Liquidated Damages as dalam Pasal 22.1 akan menjadi satu-satunya
specified in Article 22.1 shall be sole and dan secara ekslusif merupakan hak Pihak
exclusive remedy to the Purchaser. Pembeli.

22.4. Dalam hal terjadi kondisi pengenaan Denda,


22.4. If Liquidated Damages shall occur, the Para Pihak harus menuangkan perincian
Parties shall stipulated the details of delay pengenaan denda dalam Minuta Konfirmasi
under the Minutes of Liquidated Damages Pengenaan Denda
Confirmation”
22.5. Dalam hal Pemasok tidak melaksanakan
22.5. In the event that the Supplier is not tahapan serah terima Barang dari JR East
performing the Good’s hand-over stage pada waktu yang telah ditentukan dan
from JR East in the set time and resulting in mengakibatkan timbulnya biaya akibat
costs arise from such conditions, the keterlambatan tersebut maka seluruh beban
additional costs shall be borne by the biaya tersebut merupakan beban biaya
Supplier Pemasok.

23. Jaminan
23. Warranty
23.1. Pihak Pemasok menjamin bahwa Barang
23.1. The Supplier shall warrant that the Goods akan dioperasikan normal setelah
shall be normally operated after re- perakitan ulang di Lokasi, sesuai dengan
assembling at the Site, in accordance with the hasil inspeksi yang dilakukan di Jepang
pre-handover inspection performed in Japan sebagaimana diatur dalam Pasal 15
as stipulated in Article 15. Kontrak.

23.2. Pemasok menjamin bahwa barang


23.2. The Supplier warrants that the Goods shall be terbebas dari kekurangan yang diakibatkan
free from defects arising from an act of tindakan kelalaian yang disebabkan oleh
omission of the Supplier. Pemasok.
23.3. Pembeli harus memberikan notifikasi
23.3. The Purchaser shall give Notice to the kepada Pemasok untuk menyatakan
Supplier stating the nature of any such kerusakan atau cacat apapun bersamaan
defects together with all available evidence dengan semua bukti yang tersedia, segera
thereof, promptly following the discovery setelah ditemukannya kerusakan atau
thereof. cacat tersebut.

Part 3. Section VII. Contract 7.23 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
23.4. Upon receipt such Notice, the Supplier shall 23.4. Setelah diterimanya notifikasi tersebut
correct any defects covered by the Warranty oleh pihak Pembeli, Pemasok harus
within 30 (thirty) Days of being notified by mmelakukan perbaikan atas Barang dalam
the Purchaser of the occurrence of such jangka waktu selambatnya 30 (tiga puluh)
defects. Hari terhitung sejak notifikasi diterima oleh
pihak Pembeli.

23.5. If the defects can not be corrected within 23.5. Jika kerusakan atau cacat tidak dapat
the period as specified in Article 23.4 due to diperbaiki dalam jangka waktu
reasonable caused, the supplier shall give sebagaimana ditetapkan dalam pasal 23.4
written notice of such condition and the yang disebabkan karena sesuatu yang
expected time for correction to the wajar, maka Pemasok harus memberikan
Purchaser. pemberitahuan tertulis atas hal tersebut
kepada pihak Pembeli danmengajukan
permohonan untuk dilakukan
perpanjangan waktu perbaikankepada
pihak Pembeli.

23.6. If having been notified, the Supplier fails to 23.6. Jika Pemasok gagal untuk memperbaiki
remedy the defect within the period cacat atau kerusakan di dalam masa yang
specified in Article 23.4. in the exception of ditetapkan dalam Pasal 23.4. dengan
Article 23.5, the Purchaser may proceed to pengecualian sebagaimana dimaksud pada
take within a reasonable period such Pasal 23.5, Pembeli dapat melakukan
remedial action as may be necessary, at the perbaikan yang mungkin diperlukan,
Supplier’s risk and expense. dengan biaya yang ditanggung oleh
Pemasok.

24. Limitation of Liability 24. Batasan Pertanggungjawaban

Except in cases of gross negligence or willful Kecuali dalam kasus kelalaian (gross negligence)
misconduct: atau kelalaian yang disengaja (willful
misconduct):

24.1. Neither party shall be liable to the other party 24.1. Para Pihak tidak bertanggung jawab
for any indirect or consequential loss or terhadap pihak lainnya untuk setiap
damage, loss of use, loss of production, or kerugian atau kerusakan tidak langsung,
loss of profits or interest cost, provided that kerugian penggunaan, kerugian produksi,
this exclusion shall not apply to any obligation atau kehilangan keuntungan atau biaya
of the Supplier to pay liquidated damages to bunga; dan
the Purchaser; and

24.2. The aggregate liability of the Supplier to the 24.2. Pertanggungjawaban agregat Pihak
Purchaser, whether under the Contract, in Pemasok ke Pihak Pembeli, baik
tort, or otherwise, shall not exceed the berdasarkan ketentuan Kontrak, in tort,
amount of 120% (one hundred and twenty atau selain itu, tidak akan melampaui
percent) of quoted Goods only. jumlah 120% (seratus persen) dari harga
Barang.

24.2.1. In the event of lost of the Goods of 24.2.1. Bila terjadi kehilangan atas
the whole caused by the shipment keseluruhan Barang dikarenakan
of the Goods, the Supplier is liable oleh pengiriman Barang maka
to provide the Purchaser 120% (one pihak Pemasok wajib membayar

Part 3. Section VII. Contract 7.24 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
hundred and twenty percent) from ganti rugi kepada Pembeli
the price of the Goods in total. sebesar 120% (seratus dua puluh
persen) dari harga Barang
Keseluruhan.

24.2.2. In the event of lost of the parts of 24.2.2. Bila terjadi kehilangan sebagian
the Goods, the aggregate liability Barang maka besaran ganti rugi
shall be calculated pro rate upon akan dihitung prorata dari nilai
the ammount of price of the parts harga Barang yang hilang
of such Goods. tersebut.

25. Settlement of Disputes 25. Penyelesaian Perselisihan

25.1. The Purchaser and the Supplier shall make 25.1. Pihak Pembeli dan Pihak Pemasok akan
every effort to resolve amicably by direct melakukan usaha maksimal untuk
informal negotiation any disagreement or menyelesaikan secara damai melalui
dispute arising between them under or in negosiasi atas setiap perselisihan yang
connection with the Contract. muncul terkait dengan Kontrak.

25.2. If the parties fail to resolve such a dispute or 25.2. Jika para pihak gagal dalam
difference by mutual consultation within 28 menyelesaikan perselisihan atau
Days from the commencement of such perbedaan tersebut melalui
consultation, either party may require that musyawarah, maka dalam waktu 28 hari
the dispute referred for resolution to District dari dimulainya musyawarah tersebut,
Court of Jakarta Pusat, Indonesia. Para Pihak dapat mengajukan
penyelesaian ke Pengadilan Negeri
Jakarta Pusat.

26. Force Majeure 26. Keadaan Kahar

26.1. The Supplier shall not be liable for forfeiture 26.1. Pihak Pemasok tidak bertanggungjawab
of its Performance Bond, liquidated damages, dan Pihak Pembeli tidak berhak untuk
or termination for default if and to the extent melakukan pencairan Jaminan
that it’s delay in performance or other failure Pelaksanaan apabila tidak dapat
to perform its obligations under the Contract dipenuhinya kewajiban atas Kontrak atau
is the result of any event of Force Majeure. pengakhiran Kontrak yang disebabkan
oleh Keadaan Kahar.

26.2. For purposes of this Clause, Force Majeure 26.2. Keadaan Kahar berarti kejadian atau
means an event of situation beyond the situasi diluar kendali Para Pihak yang tidak
control of the either Party that is foreseeable, dapat diprediksi, tidak dapat dihindari,
is unavoidable, and its origin is not due to dan bukan disebabkan dari kelalaian atau
negligence or lack of care on the part of such kurangnya perhatian dari para pihak.
Party. Such events may include, but not Kejadian semacam ini mencakup tapi tidak
limited to, wars, or revolutions, fires, floods, terbatas padatindakan perang atau
epidemics, quarantine restrictions, change of revolusi, kebakaran, banjir, epidemi,
Government Policy and freight embargoes. pembatasan karantina, perubahan
kebijakan Pemerintah dan embargo
penerbangan.

26.3. Kejadian sebagaimana dinyatakan dalam


26.3. Such event as described in Article 26.2 shall Pasal 26.2 memiliki dampak langsung
have direct impact to the fulfillment of the terhadap pemenuhan kewajiban oleh

Part 3. Section VII. Contract 7.25 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
obligation by either Party according to the masing-masing pihak berdasarkan
Contract. ketentuan Kontrak.

26.4. Jika terjadi Keadaan Kahar, Pihak yang


26.4. If a Force Majeure situation arises, such Party secara langsung mengalami kerugian
whose directly batter by the event shall notify karena kejadian tersebut akan
the other Party in writing of such condition memberikan pemberitahuan secara
and the cause thereof within the period of 7 tertulis kepada pihak lain tentang kondisi
(seven) Days at the latest after the first day of yang terjadi dan penyebabnya dalam
performance of the obligation are delayed jangka waktu maksimal 7 (tujuh) hari sejak
and with the formal confirmation from the hari pertama pemenuhan kewajiban
related authority. mengalami penundaan dengan disertai
surat keterangan dari Instansi terkait.

26.5. Kecuali jika dinyatakan lain secara tertulis


26.5. Unless otherwise directed by the Purchaser in oleh Pihak Pembeli, jika Pihak Pemasok
writing, if the Supplier batter by the event as mengalami kerugian karena kejadian
stipulated in Article 26.2., the Supplier shall tersebut sebagaimana dinyatakan dalam
continue to perform its obligations under the Pasal 26.2., Pihak Pemasok akan tetap
Contract as far as is reasonably practical, and memenuhi kewajibannya berdasarkan
shall seek all reasonable alternative means ketentuan Kontrak sepraktis mungkin, dan
for performance not prevented by the Force akan berusaha mencari cara alternatif
Majeure event. untuk menyelesaikan kewajiban sesuai
Kontrak.

27. Perubahan Perintah dan Amandemen Kontrak


27. Change Orders ad Contract Amendments
27.1. Para Pihak mempunyai hak untuk
27.1. Both Parties has the right to propose the melakukan permohonan perubahan
amendments of the Contract. Kontrak.

27.2. Perubahan Kontrak dapat berlaku


27.2. The Amendments of the Contract shall prevail sepanjang disetujui oleh Para Pihak yang
as long as agreed by both Parties. dituangkan dalam Amandemen Kontrak.

27.3. Amandemen atau perubahan Kontrak akan


27.3. No amendment or other variation of the berlaku jika dinyatakan secara tertulis,
Contractt shall be valid unless it is in writing, diberi tanggal dan merujuk secara jelas
is dated, expressly refers to the Contract, and kepada Kontrak dan ditandatangani oleh
is signed by a duly authorized representative perwakilan resmi Para Pihak.
of each party thereto.

28. Perpanjangan Waktu


28. Extensions of Time
28.1. Jika dalam pemenuhan Kontrak, Pihak
28.1. If at any time during performance of the Pemasok atau Sub-kontraktornya
Contract, the Supplier or its Subcontractors menghadapi kondisi yang mengakibatkan
should encounter conditions impending part berubahnya sebagian atau seluruh waktu
or whole delivery schedule as per article 8 of Pelaksanaan Pekerjaan sesuai dengan
the Contract, the Supplier shall promptly ketentuan Pasal 8 Kontrak ini, maka Pihak
notify the Purchaser in writing of the delay, Pemasok akan dengan segera memberikan
its likely duration, and the Supllier shall pemberitahuan kepada Pihak Pembeli
provide the Purchaser with the proposal of secara tertulis terkait dengan perubahan
waktu tersebut, dengan melampirkan
Part 3. Section VII. Contract 7.26 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
the change schedule and its cause. As soon as pengajuan perubahan jadwal, dan
practicable after receipt of the Supplier’s penyebabnya. Segera setelah diterimanya
notice, the Purchaser shall evaluate the pemberitahuan dari Pihak Pemasok, Pihak
situation and may at its discretion extended Pembeli akan melakukan evaluasidan
the Supplier’s time for performance, in which Pembeli berdasarkan pertimbangannya
case the extension shall be ratified by the dapat mengubah jadwal pekerjaan untuk
Parties and such ratification shall be conform dilaksanakan oleh Pemasok dan disepakati
in Amendment of the Contract and the bersama.Kesepakatan bersama perubahan
Minutes of Completion of the Work. jadwal pekerjaan ini akan dituangkan
dalam Amandemen Kontrak dan Berita
Acara Serah Terima Pekerjaan.

28.2. Kecuali dalam hal terjadinya Keadaan Kahar


sebagaimana diatur dalam Pasal 26 dan
28.2. Except in case of Force Majeure as provided keadaan sebagaimana diatur dalam Pasal
under Article 26 and the provision as 22.2 Kontrak, penundaan yang dilakukan
provided in Article 22.2 of the Contract, a oleh Pihak Pemasok dalam melaksanakan
delay by the Supplier in the performance of kewajiban penyelesaian pekerjaan akan
its Delivery and Completion obligations shall menyebabkan Pihak Pemasok dikenakan
render the Supplier liable to the imposition of Denda sesuai dengan ketentuan Pasal 22.1
liquidated damages pursuant to Article 22.1 Kontrak dan Pembeli dapat melakukan
of the Contract and the Purchaser has the pencairan atas Jaminan Pelaksanaan sesuai
right to liquified the Performance Bond dengan ketentuan Pasal 7 Kontrak, kecuali
pursuant to Article 7 of the Contract, unless penundaan tersebut disetujui oleh pihak
an extension of time is agreed upon by the Pembeli sesuai dengan ketentuan Pasal
Purchaser, pursuant to Article 28.1 of the 28.1. Kontrak.
Contract
29. Perizinan dari Pemerintah

29. Government Authorization 29.1. Pihak Pemasok bertanggung jawab


untuk memperoleh setiap perizinan yang
29.1. The Supplier shall be responsible for the diwajibkan termasuk tapi tidak terbatas
timely obtaining of any required pada surat ijin impor dan pengesahan
authorization required including but not lainnya yang dikeluarkan oleh Pemerintah
limited to the Importation licenses and other Republik Indonesia.
Government Authorization in Republic of
Indonesia that required under the Contract. 29.2. Pihak Pembeli akan, jika diminta oleh
Pemasok, memberikan usaha terbaik untuk
29.2. The Purchaser shall, if so required by the membantu Pemasok di melengkapi seluruh
Supplier, make its best effort to assist the persyaratan tepat pada waktunya dan
Supplier in complying with such requirements dengan cara cepat dan efisien.
in a timely and expeditious manner.
30. Pengakhiran Kontrak

30. Termination 30.1. Pengakhiran karena pelanggaran kontrak


oleh Pemasok
30.1. Termination of Contract due to the Default
Caused By Supplier 30.1.1. Pihak Pembeli dapat
30.1.1. The Purchaser, without prejudice to melakukan pengakhiran Kontrak
any other remedy for breach of dengan pemberitahuan terlebih
Contract, by Notice of Default sent to dahulu kepada Pihak Pemasok
the Supplier, may terminate the dalam hal :
Contract in whole:

Part 3. Section VII. Contract 7.27 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
a. Pihak Pemasok gagal memenuhi
a. If the Supplier fails to perform kewajibannya berdasarkan
any other obligation under the ketentuan Kontrak.
Contract. b. Setelah jumlah hari
keterlambatan sebagaimana
b. After the total delay days ditetapkan dalam Pasal 22
stipulated in Article 22 of the Kontrak ini telah mencapai lebih
Contract is already over 30 dari 30 (tiga puluh) hari
(thirty) days.
c. Pihak Pemasok gagal memenuhi
c. The Supplier fails to perform any kewajibannya berdasarkan
other other obligation under the ketentuan Kontrak antara Pihak
Contract between the Supplier Pemasok dan JR East sehingga
and JR East that shall caused The menyebabkan kewajiban
Supplier is unable to perform didalam Kontrak ini tidak dapat
the obligation under the dipenuhi oleh pihak Pemasok.
Contract.
30.1.2. Jika Pembeli mengakhiri Kontrak
30.1.2. In the event Purchaser terminates yang disebabkan kelalaian yang
the Contract caused by the default dilakukan oleh Pemasok, maka
of Supplier, the Purchaser has the pihak Pembeli berhak untuk
right to perform the same melakukan pengadaan yang
procurement as the scope of work serupa dengan ruang lingkup
under this Contract with other Kontrak ini dengan pihak lain, dan
party, and the Supplier is liable for pihak Pemasok bertanggung
additional cost incurred due to such jawab untuk biaya tambahan yang
procurement. timbul yang diakibatkan oleh
pengadaan tersebut.

30.1.3. Untuk pengakhiran kontrak


30.1.3. For such termination incurred as sebagaimana ditetapkan dalam
specified in Article 30.1, the Pasal 30.1, Pihak Pembeli tidak
Purchaser shall not obliged to pay to berkewajiban untuk melakukan
the Supplier the Contract Price or pembayaran kepada Pihak
any other cost and compensation as Pemasok atas Harga kontrak atau
specified in the Contract. biaya dan kompensasi apapun
sebagaimana ditetapkan dalam
Kontrak ini.

30.1.4. Atas pengakhiran Kontrak


sebagaimana dimaksud dalam
30.1.4. For such termination as stipulated in
Pasal 30.1.1. Pembeli berhak
Article 30.1.1.the Purchaser shall
untuk melakukan pencairan atas
have sole right for the Performance
Jaminan Pelaksanaan
Bond as stipulated in Article 7of the
sebagaimana dimaksud dalam
Contract.
Pasal 7 Kontrak.

30.2. Pengakhiran karena Kepailitan.


30.2. Termination for Insolvency
30.2.1. Pihak Pembeli bisa setiap saat
mengakhiri kontrak dengan
30.2.1. The Purchaser may at any time
memberikan pemberitahuan
terminate the Contract by giving
kepada Pihak Pemasok jika Pihak
Part 3. Section VII. Contract 7.28 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
Notice to the Supplier if the Supplier Pemasok menjadi pailit. Dalam
becomes bankrupt or otherwise kondisi ini, pengakhiran kontrak
insolvent. In such event, termination tidak menyebabkan kewajiban
will be without the obligation of the Pihak Pembeli untuk memberikan
Purchaser, any compensation and kompensasi dan biaya apapun
cost to the Supplier, provided that kepada Pihak Pemasok, dengan
such termination will not prejudice or ketentuan bahwa pengakhiran
affect any right of action or remedy kontrak tersbut tidak merugikan
that has accrued or will accrue atau berpengaruh terhadap hak
thereafter to the Purchaser. tindakan atau perbaikan yang
muncul atau akan muncul
setelahnya kepada Pihak Pembeli.

30.2.2. Atas pengakhiran Kontrak


30.2.2. For such termination as stipulated in sebagaimana dimaksud dalam
Article 30.3.1.the Purchaser shall Pasal 30.3.1. Pembeli berhak untuk
have sole right for the Performance melakukan pencairan atas Jaminan
Bond as stipulated in Article 7of the Pelaksanaan sebagaimana
Contract. dimaksud dalam Pasal 7 Kontrak.

31. Pengalihan
31. Assignment
Pihak Pembeli ataupun Pihak Pemasok tidak
diperbolehkan untuk mengalihkan baik secara
Neither the Purchaser nor the Supplier shall assign,
keseluruhan atau sebagian kewajiban para pihak
in whole or in part, their obligations under this
berdasarkan Kontrak ini kecuali pengalihan
Contract, except with prior written consent of the
tersebut disepakati secara tertulis oleh para
other party.
pihak.

32. Pemberitahuan
32. Notices
32.1. Semua pemberitahuan, pernyataan atau
komunikasi lainnya terkait dengan
32.1. All Notices, statements or other
Kontrak ini akan dilakukan secara tertulis
communications pertaining to this Contract
dan akan dikirimkan secara resmi ke
shall be in writing, and shall be properly
perwakilan resmi dari para pihak. Jika
given if delivered in person to an authorized
dikirimkan melalui fax maka akan
representative of the party to whom in was
dianggap telah dikirimkan dengan
directed, or if delivered by telex it shall be
diterimanya jawaban dari penerima. Jika
deemed to have been delivered upon
dikirimkan melalui surat elektronik maka
receipt of answerback by sender. All such
akan dianggap telah dikirimkan setelah
notices, statements or other
mendapat surat elektronik balasan dari
communication shall be addressed as
penerima. Perwakilan resmi dari para
follows :
pihak adalah sebagai berikut:

Purchaser/Pembeli
Attention/ UP : Muhammad Nurul Fadhila, President Director
Address/ Alamat : Stasiun Juanda, Jl.Ir.H.Juanda I, Jakarta, 10120.
Telephone/ Telepone : +62-21-3453535
Facsimile/Fax : +62-21-34834084
E-mail : fadhil@krl.co.id

Part 3. Section VII. Contract 7.29 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
Supplier/Pemasok
Attention/ UP : Koichi Takemura
Address/ Alamat : Palais Royal Sanno, 3‐31‐10 Sanno, Oota‐ku, Tokyo 143‐0023, Japan
Telephone/ Telepone : +813-64299361
Facsimile/Fax : +813-64299361
E-mail : jagro@jagrotrans.co.jp

Representative in Indonesia/Perwakilan di Indonesia :


Attention/ UP : Nova Jusung
Address/ Alamat : Jl. Margasatwa Raya No. 88, Pondok Labu, Jakarta Selatan 12450
Telephone/ Telepone : +6221-75917905
Facsimile/Fax : +6221-75917904
E-mail : nova@csllogistics.co.id

32.2. A Notice shall be effective when delivered or 32.2. Pemberitahuan akan berlaku sejak
on the Notice’s effective date, whichever is dikirimkan atau berdasarkan tanggal
later. pemberitahuan, diambil berdasarkan
tanggal yang paling akhir.

33. Language 33. Bahasa

This Contract has been prepared in both Indonesian Kontrak ini dibuat dalam Bahasa Indonesia dan
and English languages and both texts are valid. In Bahasa Inggris dan kedua text tersebut adalah
the case of any difference in the interpretation of sah. Jika terdapat perbedaan penafsiran kedua
the two texts, the Indonesian text shall prevail and text tersebut, maka text dalam Bahasa Indonesia
shall be considered the official text. yang berlaku dan dianggap sebagai text resmi.

34. List of Annexes 34. Daftar Lampiran

Annex 1 : Term of References Lampiran 1 : Kerangka Acuan kegiatan


Annex 2 : Bill of Quantity Lampiran 2 : Daftar Quantitas
Annex 3 : Baseline schedule Lampiran 3 : Jadwal Pekerjaan (baseline
Annex 4 : Inspection Certificate schedule)
Annex 5 : Delivery Certificate Lampiran 4 : Sertifikat inspeksi
Annex 6 : Minutes of Completion of Work Lampiran 5 : Sertifikat Penerimaan Barang
Lampiran6 : Berita Acara Serah Terima
Annex 7 : Inspection Sheet Pekerjaan
Lampiran 7 : Check List Inspeksi
Annex 9 : Details of Liquidated Damages
Calculation Lampiran 9 : Perincian Perhitungan
Annex 10 : Minutes of Running Test Denda
Lampiran 10 : Berita Acara Pelaksanaan
running test

35. Waiver of Article 1266 Indonesian Civil Code 35. Pernyataan Pembebasan dari Pasal 1266
KUHPerdata.

The Parties agree that for any Contract termination Para pihak sepakat untuk mengesampingkan
(on the whole or in part) under this Contract, the ketentuan Pasal 1266 KUH Perdata dalam hal
provisions of Article 1266 of the Indonesian Civil dilakukan pengakhiran Kontrak (baik sebagian
Code are hereby waived and set aside. atau seluruhnya).

Part 3. Section VII. Contract 7.30 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
IN WITNESS WHEREOF the Parties hereto have caused DEMIKIAN PERJANJIAN ini dibuat, agar dapat
this Contract to be executed in accordance with the Law dilaksanakan sebagaimana mestinya dan
of the Republic of Indonesia, the day, month, and year dilaksanakan sesuai dengan hukum yang berlaku di
first above written. Republik Indonesia pada tanggal, bulan dan tahun
sebagaimana tertera di awal perjanjian.

For and on Behalf of For and on Behalf of


Untuk dan atas nama Untuk dan atas nama

JAGRO TRANS CO., LTD. KSO PT. CITRA SELARAS PT.KAI COMMUTER JABODETABEK
MANDIRI LOGISTICS
MIKIO TABEI MUHAMMAD NURUL FADHILA
President Director President Director

Part 3. Section VII. Contract 7.31 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series
VALIDATION OF THE PROCUREMENT DOCUMENTS

In accordance with the provisions of guidelines on procurement of goods/services the Government and attachments.
Committee for the procurement of goods / services the PT. KAI Commuter Jabodetabek has prepared the procurement
documents of goods / services which includes:

As a legal bond in the implementation of this provision will be made a binding Letter of Agreement between the PT. KAI
Commuter Jabodetabek with Partners which includes:

I. Instructions to Bidders
II. Bid Data Sheet
III. Evaluation and Qualification Criteria
IV. Bidding Forms
V. Eligible Countries
VI. Schedule of Supply
VII. Contract

PT KCJ can eliminate the contract at any time based on an assessment of performance / conditions that may occur
disturbance of the operation.

All costs required for the administration of this Contract Agreement are fully charged onto the relevant partners.

This document was prepared for use as a basic guideline for the bidders in preparing the bid and as a guide for the
Committee in carrying out the bid evaluation.

Jakarta, November 1st ,2016

PT KAI Commuter Jabodetabek

Prepared by : Approved by :

(Dodi Heryadi) (Hery Yuliansyah) (Agung Suranto) (Wismarus Adam)


Manager Of Rolling Stock Manager Of Planning & VP. Of Planning & Maintenance VP. Of Logistics
Procurement Maintenance Evaluation of Rolling Evaluation of Rolling Stock
Stock

Validation of the procurement Documents 7 . 1 PT. KCJ - Bidding Doc. PT. KCJ - Bidding Doc. Procurement of Spare
Parts Of Heavy Maintenance For EMU JR 205 Series

Anda mungkin juga menyukai