You are on page 1of 153

i

BIDDING DOCUMENT
No. 56/PPK/DPPMD-1/VI/1016
June 17, 2016

REPUBLIC OF INDONESIA

NATIONAL PROGRAM FOR COMMUNITY EMPOWERMENT


(PNPM MANDIRI PERDESAAN)

LOAN IBRD No. 8217-ID

PROCUREMENT OF NON-CONSULTING SERVICES FOR:

EVENT ORGANIZER (EO) FOR PROVIDING LOGISTICAL


SUPPORT SERVICES FOR PRE-SERVICES TRAINING OF
COMMUNITY EMPOWERMENT SPECIALISTS (TAPM) AND
VILLAGE FACILITATION PERSONNEL (PD)

DIRECTORATE GENERAL FOR VILLAGE COMMUNITY


DEVELOPMENT AND EMPOWERMENT (PPMD)

MINISTRY OF VILLAGE
DEVELOPMENT OF DISADVANTAGED REGIONS, AND
TRANSMIGRATION

2016
ii Introduction

KEMENTERIAN DESA, PEMBANGUNAN DAERAH TERTINGGAL


DAN TRANSMIGRASI REPUBLIK INDONESIA
DIREKTORAT JENDERAL
PEMBANGUNAN DAN PEMBERDAYAAN MASYARAKAT DESA
Jl. TMP Kalibata No. 17 Jakarta Selatan 12740, Telp. 021-7989924 Fax. 021-7974488

INVITATION FOR BIDS (IFB)


THE GOVERNMENT OF REPUBLIC OF INDONESIA
MINISTRY OF VILLAGE, DEVELOPMENT OF DISADVANTAGED REGIONS, AND
TRANSMIGRATION
DIRECTORATE GENERAL FOR VILLAGE COMMUNITY DEVELOPMENT AND
EMPOWERMENT (PPMD)
NATIONAL PROGRAM FOR COMMUNITY EMPOWERMENT IN RURAL AREAS
NO : 56/PPK/DPPMD-1/VI/1016

1. The Government of Republic of Indonesia has received a loan from the International
Bank for Reconstruction and Development towards the cost of the National Program
for Community Empowerment in Rural Areas 2012-2015 (PNPM-Rural Project)
under IBRD Loan Number 8217-ID to provide financing for community related
activities under the Republic of Indonesia’s for support implementation Law no 6
2014

The Directorate General of Village Community Development and Empowerment


(PPMD), Ministry of Village, Development of Disadvantaged Regions, and
Transmigration now invites sealed bids from eligible and qualified bidders for
carrying out the following non-consulting services:

No. Lots (Contracts) Remarks


1 Event Organizer (EO) for Providing Logistical Support DKI Jakarta
Services For Training of Trainers for Pre-Services
Training of Community Empowerment Specialists
(TAPM)
2 Event Organizer (EO) For Providing Logistical Support Sumatera Utara, Kepulauan Riau
Services For Pre-Services Training of Community
Empowerment Specialists (TAPM) For Region 1
3 Event Organizer (EO) For Providing Logistical Support DKI Jakarta, East Java, Bali
Services For Pre-Services Training of Community
Empowerment Specialists (TAPM) For Region 2
4 Event Organizer (EO) For Providing Logistical Support Sulawesi Selatan, Sulawesi Utara,
Services For Pre-Services Training of Community Papua.
Empowerment Specialists (TAPM) For Region 3
5 Event Organizer (EO) For Providing Logistical Support Nanggroe Aceh Darusalam,
Services For Pre-Services Training of Village Sumatera Utara, Sumatera Barat,
Facilitation Personnel (PD) For Region 1 Riau, Kepulauan Riau
6 Event Organizer (EO) For Providing Logistical Support Jambi, Bengkulu, Kepulauan
Introduction iii

Services For Pre-Services Training of Village Bangka Belitung, Sumatera


Facilitation Personnel (PD) For Region 2 Selatan, Lampung, Banten, Jawa
Barat.
7 Event Organizer (EO) For Providing Logistical Support Jawa Tengah, Kalimantan
Services For Pre-Services Training of Village Selatan, Kalimantan Timur,
Facilitation Personnel (PD) For Region 3 Kalimantan Utara, Kalimantan
Tengah
8 Event Organizer (EO) For Providing Logistical Support DI. Yogyakarta, Jawa Timur,
Services For Pre-Services Training of Village Bali, Nusa Tenggara Barat
Facilitation Personnel (PD) For Region 4
9 Event Organizer (EO) For Providing Logistical Support Nusa Tenggara Timur, Sulawesi
Services For Pre-Services Training of Village Selatan, Sulawesi Barat, Maluku.
Facilitation Personnel (PD) For Region 5
10 Event Organizer (EO) For Providing Logistical Support Sulawesi Tengah, Sulawesi
Services For Pre-Services Training of Village Tenggara, Gorontalo, Sulawesi
Facilitation Personnel (PD) For Region 6 Utara, Maluku Utara, Kalimantan
Barat.
11 Event Organizer (EO) For Providing Logistical Support Papua and Papua Barat
Services For Pre-Services Training of Village
Facilitation Personnel (PD) For Region 7
Bidders may bid for one or more lots (contracts), as further defined in the bidding
documents.

2. Bidding will be conducted through the National Competitive Bidding (NCB)


procedures specified in the World Bank’s Guidelines: Procurement under IBRD
Loans and IDA Credits, January 2011, and is open to all bidders from Eligible Source
Countries as defined in the Guidelines. In addition, please refer to paragraphs 1.6 and
1.7 setting forth the World Bank’s policy on conflict of interest.

3. Interested eligible bidders may obtain further information from Mr. Rio Pongpadati,
Procurement Committee NCEP Rural, through the email: jasalainnya2@gmail.com
and inspect the Bidding Documents at the address given below.

4. Bids must be delivered to the address below at or before July 11, 2016. Late bids will
be rejected. Bidding documents can be collected until one day prior to the deadline
for submission of bids. Bids will be opened in the presence of the bidder’s
representative who choose to attend at on July 11, 2016 at Jl. TMP Kalibata No. 17
Jakarta Selatan, Indonesia, 12740 (see detail address and time in the Bidding
Documents).

5. All bids must be accompanied by a bid security of amount in local currency or an


equivalent amount an a freely convertible currency. The amount of bids security is
specified in the bidding document.

The address referred to above is:


Pokja Jasa Lainnya 2, Unit Layanan Pengadaan (ULP), Directorate General for
Village Community Development and Empowerment (PPMD), Ministry of Village,
Development of Disadvantaged Regions, and Transmigration:
Jl. TMP Kalibata No. 17 Jakarta Selatan, Indonesia, 12740; Phone/Fax : +62-21-
7989912-19, Email: jasalainnya2@gmail.com
iv Introduction

Part 1. Bidding Procedure


Section I. Instructions to Bidders
Section II. Bidding Data Sheet

Section III. Bidding Forms

Section IV. Eligible Countries

Part II – Activity Schedule


Section V. Activity Schedule

Part III – Conditions of Contract and Contract Forms


Section VI. General Conditions of Contract
Section VII. Special Conditions of Contract

Section VIII. Performance Specifications and Drawings


Section IX. Contract Forms
1

Part I – Bidding Procedures


3

Section I. Instructions to Bidders


Table of Clauses
A. General ................................................................................................................................5
1. Scope of Bid .......................................................................................................5
2. Source of Funds .................................................................................................5
3. Corrupt or Fraudulent Practices .........................................................................5
4. Eligible Bidders .................................................................................................7
5. Qualification of the Bidder ................................................................................8
6. One Bid per Bidder ..........................................................................................10
7. Cost of Bidding ................................................................................................10
8. Site Visit...........................................................................................................10

B. Bidding Documents ..........................................................................................................11


9. Content of Bidding Documents .......................................................................11
10. Clarification of Bidding Documents ................................................................11
11. Amendment of Bidding Documents ................................................................11

C. Preparation of Bids ..........................................................................................................12


12. Language of Bid ...............................................................................................12
13. Documents Comprising the Bid .......................................................................12
14. Bid Prices .........................................................................................................12
15. Currencies of Bid and Payment .......................................................................13
16. Bid Validity......................................................................................................13
17. Bid Security .....................................................................................................14
18. Alternative Proposals by Bidders.....................................................................15
19. Format and Signing of Bid ...............................................................................16

D. Submission of Bids ...........................................................................................................16


20. Sealing and Marking of Bids ...........................................................................16
21. Deadline for Submission of Bids .....................................................................17
22. Late Bids ..........................................................................................................17
23. Modification and Withdrawal of Bids .............................................................17

E. Bid Opening and Evaluation ...........................................................................................18


24. Bid Opening .....................................................................................................18
25. Process to Be Confidential ...............................................................................18
26. Clarification of Bids .........................................................................................18
27. Examination of Bids and Determination of Responsiveness ...........................19
28. Correction of Errors .........................................................................................19
29. Currency for Bid Evaluation ............................................................................20
30. Evaluation and Comparison of Bids ................................................................20
31. Preference for Domestic Bidders .....................................................................21

F. Award of Contract ............................................................................................................21


32. Award Criteria .................................................................................................21
4

33. Employer’s Right to Accept any Bid and to Reject any or all Bids ................21
34. Notification of Award and Signing of Agreement ...........................................21
35. Performance Security .......................................................................................22
36. Advance Payment and Security .......................................................................23
37. Adjudicator ......................................................................................................23
5

Instructions to Bidders

A. General
1. Scope of Bid 1.1 The Employer, as defined in the Bidding Data Sheet (BDS),
invites bids for the Services, as described in the Appendix A to
the Contract. The name and identification number of the
Contract is provided in the BDS.

1.2 The successful Bidder will be expected to complete the


performance of the Services by the Intended Completion Date
provided in the BDS.
2. Source of 2.1 The Borrower, as defined in the BDS, intends to apply part of
Funds the funds of a loan from the World Bank, as defined in the
BDS, towards the cost of the Project, as defined in the BDS, to
cover eligible payments under the Contract for the Services.
Payments by the World Bank will be made only at the request of
the Borrower and upon approval by the World Bank in
accordance with the Loan Agreement, and will be subject in all
respects to the terms and conditions of that Agreement. Except
as the World Bank may specifically otherwise agree, no party
other than the Borrower shall derive any rights from the Loan
Agreement or have any rights to the loan proceeds.
3. Corrupt or 3.1 It is the Bank’s policy to require that Borrowers (including
Fraudulent beneficiaries of Bank loans), as well as bidders, suppliers, and
Practices contractors and their subcontractors under Bank-financed
contracts, observe the highest standard of ethics during the
procurement and execution of such contracts. 1 In pursuance of
this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set
forth below as follows:
(i) “corrupt practice”2 is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value
to influence improperly the actions of another party;
(ii) “fraudulent practice”3 is any act or omission,
including a misrepresentation, that knowingly or

1
In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the
procurement process or contract execution for undue advantage is improper.
2
For the purpose of these SBDs, “another party” refers to a public official acting in relation to the
procurement process or contract execution]. In this context, “public official” includes World Bank staff and
employees of other organizations taking or reviewing procurement decisions.
6

recklessly misleads, or attempts to mislead, a party to


obtain a financial or other benefit or to avoid an
obligation;
(iii) “collusive practice”4 is an arrangement between two
or more parties designed to achieve an improper
purpose, including to influence improperly the actions
of another party;
(iv) “coercive practice”5 is impairing or harming, or
threatening to impair or harm, directly or indirectly,
any party or the property of the party to influence
improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
Bank investigation into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of
matters relevant to the investigation or from
pursuing the investigation, or
(bb) acts intended to materially impede the exercise
of the Bank’s inspection and audit rights
provided for under para. 1.14 (e) of the Bank’s
Procurement Guidelines.
(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, coercive or
obstructive practices in competing for the contract in
question;
(c) will cancel the portion of the loan allocated to a contract if
it determines at any time that representatives of the
Borrower or of a beneficiary of the loan engaged in corrupt,
fraudulent, collusive, coercive or obstructive practices
3
For the purpose of these SBDs, “party” refers to a public official; the terms “benefit” and “obligation”
relate to the procurement process or contract execution; and the “act or omission” is intended to influence
the procurement process or contract execution.
4
For the purpose of these SBDs, “parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
5
For the purpose of these SBDs, “party” refers to a participant in the procurement process or contract
execution.
7

during the procurement or the execution of that contract,


without the Borrower having taken timely and appropriate
action satisfactory to the Bank to remedy the situation;
(d) will sanction a firm or individual, including declaring them
ineligible, either indefinitely or for a stated period of time,
to be awarded a Bank-financed contract if it at any time
determines that they have, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices in competing for, or in executing, a
Bank-financed contract; and
(e) will have the right to require that a provision be included
in bidding documents and in contracts financed by a Bank
Loan, requiring bidders, suppliers, contractors and
consultants to permit the Bank to inspect their accounts
and records and other documents relating to the Bid
submission and contract performance and to have them
audited by auditors appointed by the Bank.
3.2 Furthermore, Bidders shall be aware of the provision stated in
Sub-Clauses 1.7 and 2.6.1 of the General Conditions of
Contract.
4. Eligible 4.1 This Invitation for Bids is open to all bidders from eligible
Bidders countries as defined in the Procurement Guidelines. Any
materials, equipment, and Services to be used in the
performance of the Contract shall have their origin in eligible
source countries.
4.2 All bidders shall provide in Section III, Bidding Forms, a
statement that the Bidder (including all members of a joint
venture and subcontractors) is not associated, nor has been
associated in the past, directly or indirectly, with the consultant
or any other entity that has prepared the design, specifications,
and other documents for the Project or being proposed as Project
Manager for the Contract. A firm that has been engaged by the
Borrower to provide Consultant Services for the preparation or
supervision of the Services, and any of its affiliates, shall not be
eligible to bid.
4.3 Government-owned enterprises in the Employer’s country may
only participate if they are legally and financially autonomous,
operate under commercial law, and are not a dependent agency
of the Employer.
4.4 The loan agreement prohibits a withdrawal from the loan
account for the purpose of any payment to persons or entities, or
8

for any import of goods, if such payment or import, to the


knowledge of the Bank, is prohibited by a decision of the United
Nations Security Council, taken under Chapter VII of the
Charter of the United Nations.
4.5 Bidders shall not be under a declaration of ineligibility for
corrupt and fraudulent practices issued by the Bank in
accordance with ITB Sub-Clause 3.1.

5. Qualification 5.1 All bidders shall provide in Section III, Bidding Forms, a
of the Bidder preliminary description of the proposed work method and
schedule, including drawings and charts, as necessary.
5.2 In the event that prequalification of potential bidders has been
undertaken as stated in the BDS, only bids from prequalified
bidders shall be considered for award of Contract, in which case
the provisions of sub-clauses 5.3 to 5.6 hereafter shall not apply.
These qualified bidders should submit with their bids any
information updating their original prequalification applications
or, alternatively, confirm in their bids that the originally
submitted prequalification information remains essentially
correct as of the date of bid submission. The update or
confirmation should be provided in Section IV.
5.3 If the Employer has not undertaken prequalification of potential
bidders, all bidders shall include the following information and
documents with their bids in Section IV, unless otherwise stated
in the BDS:
(a) copies of original documents defining the constitution or
legal status, place of registration, and principal place of
business; written power of attorney of the signatory of the
Bid to commit the Bidder;
(b) total monetary value of Services performed for each of the
last five years;
(c) experience in Services of a similar nature and size for each
of the last five years, and details of Services under way or
contractually committed; and names and address of clients
who may be contacted for further information on those
contracts;
(d) list of major items of equipment proposed to carry out the
Contract;
(e) qualifications and experience of key site management and
technical personnel proposed for the Contract;
(f) reports on the financial standing of the Bidder, such as
9

profit and loss statements and auditor’s reports for the past
five years;
(g) evidence of adequacy of working capital for this Contract
(access to line(s) of credit and availability of other
financial resources);
(h) authority to the Employer to seek references from the
Bidder’s bankers;
(i) information regarding any litigation, current or during the
last five years, in which the Bidder is involved, the parties
concerned, and disputed amount; and
(j) proposals for subcontracting components of the Services
amounting to more than 10 percent of the Contract Price.
5.4 Bids submitted by a joint venture of two or more firms as
partners shall comply with the following requirements, unless
otherwise stated in the BDS:
(a) the Bid shall include all the information listed in ITB Sub-
Clause 5.3 above for each joint venture partner;
(b) the Bid shall be signed so as to be legally binding on all
partners;
(c) the Bid shall include a copy of the agreement entered into
by the joint venture partners defining the division of
assignments to each partner and establishing that all
partners shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract
terms; alternatively, a Letter of Intent to execute a joint
venture agreement in the event of a successful bid shall be
signed by all partners and submitted with the bid, together
with a copy of the proposed agreement;
(d) one of the partners shall be nominated as being in charge,
authorized to incur liabilities, and receive instructions for
and on behalf of any and all partners of the joint venture;
and
(e) the execution of the entire Contract, including payment,
shall be done exclusively with the partner in charge.
5.5 To qualify for award of the Contract, bidders shall meet the
following minimum qualifying criteria:
(a) annual volume of Services of at least the amount specified
10

in the BDS;
(b) experience as prime contractor in the provision of at least
two service contracts of a nature and complexity
equivalent to the Services over the last 5 years (to comply
with this requirement, Services contracts cited should be at
least 70 percent complete) as specified in the BDS;
(c) proposals for the timely acquisition (own, lease, hire, etc.)
of the essential equipment listed in the BDS;
(d) a Contract Manager with five years’ experience in
Services of an equivalent nature and volume, including no
less than three years as Manager; and
(e) liquid assets and/or credit facilities, net of other
contractual commitments and exclusive of any advance
payments which may be made under the Contract, of no
less than the amount specified in the BDS.
A consistent history of litigation or arbitration awards against
the Applicant or any partner of a Joint Venture may result in
disqualification.
5.6 The figures for each of the partners of a joint venture shall be
added together to determine the Bidder’s compliance with the
minimum qualifying criteria of ITB Sub-Clause 4.4(a), (b) and
(e); however, for a joint venture to qualify the partner in charge
must meet at least 40 percent of those minimum criteria for an
individual Bidder and other partners at least 25% of the criteria.
Failure to comply with this requirement will result in rejection
of the joint venture’s Bid. Subcontractors’ experience and
resources will not be taken into account in determining the
Bidder’s compliance with the qualifying criteria, unless
otherwise stated in the BDS.
6. One Bid per 6.1 Each Bidder shall submit only one Bid, either individually or as
Bidder a partner in a joint venture. A Bidder who submits or
participates in more than one Bid (other than as a subcontractor
or in cases of alternatives that have been permitted or requested)
will cause all the proposals with the Bidder’s participation to be
disqualified.
7. Cost of 7.1 The Bidder shall bear all costs associated with the preparation
Bidding and submission of his Bid, and the Employer will in no case be
responsible or liable for those costs.

8. Site Visit 8.1 The Bidder, at the Bidder’s own responsibility and risk, is
encouraged to visit and examine the Site of required Services
11

and its surroundings and obtain all information that may be


necessary for preparing the Bid and entering into a contract for
the Services. The costs of visiting the Site shall be at the
Bidder’s own expense.

B. Bidding Documents
9. Content of 9.1 The set of bidding documents comprises the documents listed in
Bidding the table below and addenda issued in accordance with ITB
Documents Clause 11:
Section I Instructions to Bidders
Section II Bidding Data Sheet
Section III Bidding Forms
Section IV Eligible Countries
Section V Activity Schedule
Section VI General Conditions of Contract
Section VII Special Conditions of Contract
Section VIII Performance Specifications and Drawings (if
Applicable)
Section IX Contract Forms
9.2 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the bidding documents. Failure to furnish
all information required by the bidding documents or to submit
a bid not substantially responsive to the bidding documents in
every respect will be at the Bidder’s risk and may result in the
rejection of its bid. Sections III, V, and IX should be completed
and returned with the Bid in the number of copies specified in
the BDS.
10. Clarification of 10.1 A prospective Bidder requiring any clarification of the bidding
Bidding documents may notify the Employer in writing or by cable
Documents (“cable” includes telex and facsimile) at the Employer’s address
indicated in the invitation to bid. The Employer will respond to
any request for clarification received earlier than 14 days prior
to the deadline for submission of bids. Copies of the
Employer’s response will be forwarded to all purchasers of the
bidding documents, including a description of the inquiry, but
without identifying its source.
11. Amendment of 11.1 Before the deadline for submission of bids, the Employer may
Bidding modify the bidding documents by issuing addenda.
Documents
11.2 Any addendum thus issued shall be part of the bidding
12

documents and shall be communicated in writing or by cable to


all purchasers of the bidding documents. Prospective bidders
shall acknowledge receipt of each addendum by cable to the
Employer.
11.3 To give prospective bidders reasonable time in which to take an
addendum into account in preparing their bids, the Employer
shall extend, as necessary, the deadline for submission of bids,
in accordance with ITB Sub-Clause 21.2 below.

C. Preparation of Bids
12. Language of 12.1 The bid prepared by the Bidder, as well as all correspondence
Bid and documents relating to the bid exchanged by the Bidder and
the Employer shall be written in the language specified in the
BDS. Supporting documents and printed literature furnished by
the Bidder may be in another language provided they are
accompanied by an accurate translation of the relevant passages
in the language specified in the Bidding Data Sheet, in which
case, for purposes of interpretation of the Bid, the translation
shall govern.
13. Documents 13.1 The Bid submitted by the Bidder shall comprise the following:
Comprising
the Bid (a) The Form of Bid (in the format indicated in Section III);
(b) Bid Security;
(c) Priced Activity Schedule;
(d) Qualification Information Form and Documents;
(e) Alternative offers where invited;
and any other materials required to be completed and submitted
by bidders, as specified in the BDS.
13.2 Bidders bidding for this contract together with other contracts
stated in the IFB to form a package will so indicate in the bid
together with any discounts offered for the award of more than
one contract

14. Bid Prices 14.1 The Contract shall be for the Services, as described in Appendix
A to the contract and in the Specifications, Section VIII, based
on the priced Activity Schedule, Section V, submitted by the
Bidder.
14.2 The Bidder shall fill in rates and prices for all items of the
Services described in the in Specifications (or Terms of
13

Reference), Section VIII and listed in the Activity Schedule,


Section V. Items for which no rate or price is entered by the
Bidder will not be paid for by the Employer when executed and
shall be deemed covered by the other rates and prices in the
Activity Schedule.
14.3 All duties, taxes, and other levies payable by the Service
Provider under the Contract, or for any other cause, as of the
date 28 days prior to the deadline for submission of bids, shall
be included in the total Bid price submitted by the Bidder.
14.4 If provided for in the BDS, the rates and prices quoted by the
Bidder shall be subject to adjustment during the performance of
the Contract in accordance with and the provisions of Clause 6.6
of the General Conditions of Contract and/or Special Conditions
of Contract. The Bidder shall submit with the Bid all the
information required under the Special Conditions of Contract
and of the General Conditions of Contract.

15. Currencies of 15.1 The lump sum price shall be quoted by the Bidder separately in
Bid and the following currencies:
Payment
(a) for those inputs to the Services which the Bidder expects
to provide from within the Employer’s country, the prices
shall be quoted in the currency of the Employer’s country,
unless otherwise specified in the BDS; and
(b) for those inputs to the Services which the Bidder expects
to provide from outside the Employer’s country, the prices
shall be quoted in up to any three currencies of any
member country of the Bank.
15.2 Bidders shall indicate details of their expected foreign currency
requirements in the Bid.
15.3 Bidders may be required by the Employer to justify their foreign
currency requirements and to substantiate that the amounts
included in the Lump Sum are reasonable and responsive to ITB
Sub-Clause 15.1.

16. Bid Validity 16.1 Bids shall remain valid for the period specified in the BDS.
16.2 In exceptional circumstances, the Employer may request that the
bidders extend the period of validity for a specified additional
period. The request and the bidders’ responses shall be made in
writing or by cable. A Bidder may refuse the request without
forfeiting the Bid Security. A Bidder agreeing to the request will
14

not be required or permitted to otherwise modify the Bid, but will


be required to extend the validity of Bid Security for the period of
the extension, and in compliance with ITB Clause 17 in all
respects.
16.3 In the case of contracts in which the Contract Price is fixed (not
subject to price adjustment), if the period of bid validity is
extended by more than 60 days, the amounts payable in local
and foreign currency to the Bidder selected for award, shall be
increased by applying to both the local and the foreign currency
component of the payments, respectively, the factors specified
in the request for extension, for the period of delay beyond 60
days after the expiry of the initial bid validity, up to the
notification of award. Bid evaluation will be based on the Bid
prices without taking the above correction into consideration.

17. Bid Security 17.1 The Bidder shall furnish, as part of the Bid, a Bid Security or a
Bid-Securing Declaration, if required, as specified in the BDS.
17.2 The Bid Security shall be in the amount specified in the BDS
and denominated in the currency of the Employer’s Country or a
freely convertible currency, and shall:
(a) at the bidder’s option, be in the form of either a letter of
credit, or a bank guarantee from a banking institution, or a
bond issued by a surety;
(b) be issued by a reputable institution selected by the bidder
and located in any eligible country. If the institution
issuing the bond is located outside the Employer’s
Country, it shall have a correspondent financial institution
located in the Employer’s Country to make it enforceable.
(c) be substantially in accordance with one of the forms of
Bid Security included in Section IX, Contract Forms, or
other form approved by the Employer prior to bid
submission;
(d) be payable promptly upon written demand by the
Employer in case the conditions listed in ITB Sub-Clause
17.5 are invoked;
(e) be submitted in its original form; copies will not be
accepted;
(f) remain valid for a period of 28 days beyond the validity
period of the bids, as extended, if applicable, in
accordance with ITB Sub-Clause 16.2;
15

17.3 If a Bid Security or a Bid- Securing Declaration is required in


accordance with ITB Sub-Clause 17.1, any bid not accompanied
by a substantially responsive Bid Security or Bid Securing
Declaration in accordance with ITB Sub-Clause 17.1, shall be
rejected by the Employer as non-responsive.
17.4 The Bid Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidder’s furnishing of
the Performance Security pursuant to ITB Clause 35.
17.5 The Bid Security may be forfeited or the Bid Securing
Declaration executed:
(a) if a Bidder withdraws its bid during the period of bid
validity specified by the Bidder on the Bid Submission
Form, except as provided in ITB Sub-Clause 16.2; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB Clause
34;
(ii) furnish a Performance Security in accordance with
ITB Clause 35.
17.6 The Bid Security or Bid- Securing Declaration 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 or
Bid-Securing Declaration shall be in the names of all future
partners as named in the letter of intent to constitute the JV.
18. Alternative 18.1 Unless otherwise indicated in the BDS, alternative bids shall
Proposals by not be considered.
Bidders
18.2 When alternative times for completion are explicitly invited, a
statement to that effect will be included in the BDS, as will the
method of evaluating different times for completion.
18.3 Except as provided under ITB Sub-Clause 18.4 below, bidders
wishing to offer technical alternatives to the requirements of the
bidding documents must first submit a Bid that complies with
the requirements of the bidding documents, including the scope,
basic technical data, graphical documents and specifications. In
addition to submitting the basic Bid, the Bidder shall provide all
information necessary for a complete evaluation of the
alternative by the Employer, including calculations, technical
specifications, breakdown of prices, proposed work methods
and other relevant details. Only the technical alternatives, if
any, of the lowest evaluated Bidder conforming to the basic
16

technical requirements shall be considered by the Employer.


Alternatives to the specified performance levels shall not be
accepted.
18.4 When bidders are permitted in the BDS to submit alternative
technical solutions for specified parts of the Services, such parts
shall be described in the Specifications (or Terms of Reference)
and Drawings, Section VIII. In such case, the method for
evaluating such alternatives will be as indicated in the BDS.

19. Format and 19.1 The Bidder shall prepare one original of the documents
Signing of Bid comprising the Bid as described in ITB Clause 11 of these
Instructions to Bidders, bound with the volume containing the
Form of Bid, and clearly marked “ORIGINAL.” In addition, the
Bidder shall submit copies of the Bid, in the number specified
in the BDS, and clearly marked as “COPIES.” In the event of
discrepancy between them, the original shall prevail.
19.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person or persons duly
authorized to sign on behalf of the Bidder, pursuant to Sub-
Clauses 5.3(a) or 5.4(b), as the case may be. All pages of the
Bid where entries or amendments have been made shall be
initialed by the person or persons signing the Bid.
19.3 The Bid shall contain no alterations or additions, except those to
comply with instructions issued by the Employer, or as
necessary to correct errors made by the Bidder, in which case
such corrections shall be initialed by the person or persons
signing the Bid.

D. Submission of Bids

20. Sealing and 20.1 The Bidder shall seal the original and all copies of the Bid in
Marking of two inner envelopes and one outer envelope, duly marking the
Bids inner envelopes as “ORIGINAL” and “COPIES”.
20.2 The inner and outer envelopes shall
(a) be addressed to the Employer at the address provided in
the BDS;
(b) bear the name and identification number of the Contract as
defined in the BDS and Special Conditions of Contract;
and
(c) provide a warning not to open before the specified time
17

and date for Bid opening as defined in the BDS.


20.3 In addition to the identification required in ITB Sub-Clause
20.2, the inner envelopes shall indicate the name and address of
the Bidder to enable the Bid to be returned unopened in case it is
declared late, pursuant to ITB Clause 22.
20.4 If the outer envelope is not sealed and marked as above, the
Employer will assume no responsibility for the misplacement or
premature opening of the Bid.
21. Deadline for 21.1 Bids shall be delivered to the Employer at the address specified
Submission of above no later than the time and date specified in the BDS.
Bids
21.2 The Employer may extend the deadline for submission of bids
by issuing an amendment in accordance with ITB Clause 11, in
which case all rights and obligations of the Employer and the
bidders previously subject to the original deadline will then be
subject to the new deadline.

22. Late Bids 22.1 Any Bid received by the Employer after the deadline prescribed
in ITB Clause 21 will be returned unopened to the Bidder.
23. Modification 23.1 Bidders may modify or withdraw their bids by giving notice in
and writing before the deadline prescribed in ITB Clause 21.
Withdrawal of
Bids 23.2 Each Bidder’s modification or withdrawal notice shall be
prepared, sealed, marked, and delivered in accordance with ITB
Clauses 19 and 20, with the outer and inner envelopes
additionally marked “MODIFICATION” or “WITHDRAWAL,” as
appropriate.
23.3 No Bid may be modified after the deadline for submission of
Bids.
23.4 Withdrawal of a Bid between the deadline for submission of
bids and the expiration of the period of Bid validity specified in
the BDS or as extended pursuant to ITB Sub-Clause 16.2 may
result in the forfeiture of the Bid Security pursuant to ITB
Clause 17.
23.5 Bidders may only offer discounts to, or otherwise modify the
prices of their bids by submitting Bid modifications in
accordance with this clause, or included in the original Bid
submission.
18

E. Bid Opening and Evaluation


24. Bid Opening 24.1 The Employer will open the bids, including modifications made
pursuant to ITB Clause 23, in the presence of the bidders’
representatives who choose to attend at the time and in the place
specified in the BDS.
24.2 Envelopes marked “WITHDRAWAL” shall be opened and read
out first. Bids for which an acceptable notice of withdrawal has
been submitted pursuant to ITB Clause 23 shall not be opened.
24.3 The bidders’ names, the Bid prices, the total amount of each Bid
and of any alternative Bid (if alternatives have been requested or
permitted), any discounts, Bid modifications and withdrawals,
the presence or absence of Bid Security, and such other details
as the Employer may consider appropriate, will be announced
by the Employer at the opening. No bid shall be rejected at bid
opening except for the late bids pursuant to ITB Clause 22;
Bids, and modifications, sent pursuant to ITB Clause 23 that are
not opened and read out at bid opening will not be considered
for further evaluation regardless of the circumstances. Late and
withdrawn bids will be returned unopened to the bidders.
24.4 The Employer will prepare minutes of the Bid opening,
including the information disclosed to those present in
accordance with ITB Sub-Clause 24.3.
25. Process to Be 25.1 Information relating to the examination, clarification,
Confidential evaluation, and comparison of bids and recommendations for
the award of a contract shall not be disclosed to bidders or any
other persons not officially concerned with such process until
the award to the successful Bidder is notified of the award. Any
effort by a Bidder to influence the Employer’s processing of
bids or award decisions may result in the rejection of his Bid.
25.2 If, after notification of award, a bidder wishes to ascertain the
grounds on which its bid was not selected, it should address its
request to the Employer, who will provide written explanation.
Any request for explanation from one bidder should relate only
to its own bid; information about the bid of competitors will not
be addressed.

26. Clarification of 26.1 To assist in the examination, evaluation, and comparison of bids,
Bids the Employer may, at the Employer’s discretion, ask any Bidder
for clarification of the Bidder’s Bid, including breakdowns of the
prices in the Activity Schedule, and other information that the
Employer may require. The request for clarification and the
response shall be in writing or by cable, telex, or facsimile, but no
19

change in the price or substance of the Bid shall be sought, offered,


or permitted except as required to confirm the correction of
arithmetic errors discovered by the Employer in the evaluation of
the bids in accordance with ITB Clause 28.
26.2 Subject to ITB Sub-Clause 26.1, no Bidder shall contact the
Employer on any matter relating to its bid from the time of the
bid opening to the time the contract is awarded. If the Bidder
wishes to bring additional information to the notice of the
Employer, he should do so in writing.
26.3 Any effort by the Bidder to influence the Employer in the
Employer’s bid evaluation or contract award decisions may
result in the rejection of the Bidder’s bid.
27. Examination of 27.1 Prior to the detailed evaluation of bids, the Employer will
Bids and determine whether each Bid (a) meets the eligibility criteria
Determination defined in ITB Clause 4; (b) has been properly signed; (c) is
of accompanied by the required securities; and (d) is substantially
Responsiveness responsive to the requirements of the bidding documents.
27.2 A substantially responsive Bid is one which conforms to all the
terms, conditions, and specifications of the bidding documents,
without material deviation or reservation. A material deviation
or reservation is one (a) which affects in any substantial way the
scope, quality, or performance of the Services; (b) which limits
in any substantial way, inconsistent with the bidding documents,
the Employer’s rights or the Bidder’s obligations under the
Contract; or (c) whose rectification would affect unfairly the
competitive position of other bidders presenting substantially
responsive bids.
27.3 If a Bid is not substantially responsive, it will be rejected by the
Employer, and may not subsequently be made responsive by
correction or withdrawal of the nonconforming deviation or
reservation.

28. Correction of 28.1 Bids determined to be substantially responsive will be checked


Errors by the Employer for any arithmetic errors. Arithmetical errors
will be rectified by the Employer on the following basis: if
there is a discrepancy between unit prices 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; 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; if there is a discrepancy between the amounts in
figures and in words, the amount in words will prevail.
20

28.2 The amount stated in the Bid will be adjusted by the Employer
in accordance with the above procedure for the correction of
errors and, with the concurrence of the Bidder, shall be
considered as binding upon the Bidder. If the Bidder does not
accept the corrected amount, the Bid will be rejected, and the
Bid Security may be forfeited in accordance with ITB Sub-
Clause 17.5(b).
29. Currency for 29.1 The Employer will convert the amounts in various currencies in
Bid Evaluation which the Bid Price, corrected pursuant to ITB Clause 28, is
payable (excluding Provisional Sums but including Daywork
where priced competitively) to either:
(a) the currency of the Employer’s country at the selling rates
established for similar transactions by the authority specified
in the BDS on the date stipulated in the BDS;

or
(b) a currency widely used in international trade, such as the U.S.
dollar, stipulated in the BDS, at the selling rate of exchange
published in the international press as stipulated in the BDS
on the date stipulated in the BDS, for the amounts payable
in foreign currency; and, at the selling exchange rate
established for similar transactions by the same authority
specified in ITB Sub-Clause 29.1 (a) above on the date
specified in the BDS for the amount payable in the currency
of the Employer’s country.
30. Evaluation and 30.1 The Employer will evaluate and compare only the bids
Comparison of determined to be substantially responsive in accordance with
Bids ITB Clause 27.
30.2 In evaluating the bids, the Employer will determine for each Bid
the evaluated Bid price by adjusting the Bid price as follows:
(a) making any correction for errors pursuant to ITB Clause
28;
(b) excluding provisional sums and the provision, if any, for
contingencies in the Activity Schedule, Section V, but
including Day work, when requested in the Specifications
(or Terms of Reference) Section VIII;
(c) making an appropriate adjustment for any other acceptable
variations, deviations, or alternative offers submitted in
accordance with ITB Clause 18; and
(d) making appropriate adjustments to reflect discounts or
21

other price modifications offered in accordance with ITB


Sub-Clause 23.5.
30.3 The Employer reserves the right to accept or reject any
variation, deviation, or alternative offer. Variations, deviations,
and alternative offers and other factors, which are in excess of
the requirements of the bidding documents or otherwise result in
unsolicited benefits for the Employer will not be taken into
account in Bid evaluation.
30.4 The estimated effect of any price adjustment conditions under
Sub-Clause 7.6 of the General Conditions of Contract, during
the period of implementation of the Contract, will not be taken
into account in Bid evaluation.
31. Preference for 31.1 Domestic bidders shall not be eligible for any margin of
Domestic preference in Bid evaluation.
Bidders

F. Award of Contract
32. Award 32.1 Subject to ITB Clause 33, the Employer will award the Contract
Criteria to the Bidder whose Bid has been determined to be substantially
responsive to the bidding documents and who has offered the
lowest evaluated Bid price, provided that such Bidder has been
determined to be (a) eligible in accordance with the provisions
of ITB Clause 4, and (b) qualified in accordance with the
provisions of ITB Clause 5.
32.2 If, pursuant to ITB Sub-Clause 13.2 this contract is being let on
a “slice and package” basis, the lowest evaluated Bid Price will
be determined when evaluating this contract in conjunction with
other contracts to be awarded concurrently. Taking into account
any discounts offered by the bidders for the award of more than
one contract.

33. Employer’s 33.1 Notwithstanding ITB Clause 32, the Employer reserves the right
Right to to accept or reject any Bid, and to cancel the bidding process
Accept any Bid and reject all bids, at any time prior to the award of Contract,
and to Reject without thereby incurring any liability to the affected Bidder or
any or all Bids bidders or any obligation to inform the affected Bidder or
bidders of the grounds for the Employer’s action.

34. Notification of 34.1 The Bidder whose Bid has been accepted will be notified of the
Award and award by the Employer prior to expiration of the Bid validity
Signing of period by cable, telex, or facsimile confirmed by registered letter
Agreement from the Employer. This letter (hereinafter and in the Conditions of
Contract called the “Letter of Acceptance”) will state the sum that
22

the Employer will pay the Service provider in consideration of the


execution, completion, and maintenance of the Services by the
Service provider as prescribed by the Contract (hereinafter and in
the Contract called the “Contract Price”).
34.2 The notification of award will constitute the formation of the
Contract.
34.3 The Contract, in the form provided in the bidding documents,
will incorporate all agreements between the Employer and the
successful Bidder. It will be signed by the Employer and sent to
the successful Bidder along with the Letter of Acceptance.
Within 21 days of receipt of the Contract, the successful bidder
shall sign the Contract and return it to the Employer, together
with the required performance security pursuant to Clause 35.
34.4 Upon fulfillment of ITB Sub-Clause 34.3, the Employer will
promptly notify the unsuccessful Bidders the name of the
winning Bidder and that their bid security will be returned as
promptly as possible.
34.5 If, after notification of award, a bidder wishes to ascertain the
grounds on which its bid was not selected, it should address its
request to the Employer. The Employer will promptly respond
in writing to the unsuccessful Bidder.
35. Performance 35.1 Within 21 days after receipt of the Letter of Acceptance, the
Security successful Bidder shall deliver to the Employer a Performance
Security in the amount and in the form (Bank Guarantee and/or
Performance Bond) stipulated in the BDS, denominated in the
type and proportions of currencies in the Letter of Acceptance
and in accordance with the General Conditions of Contract.
35.2 If the Performance Security is provided by the successful Bidder
in the form of a Bank Guarantee, it shall be issued either (a) at
the Bidder’s option, by a bank located in the country of the
Employer or a foreign bank through a correspondent bank
located in the country of the Employer, or (b) with the
agreement of the Employer directly by a foreign bank
acceptable to the Employer.
35.3 If the Performance Security is to be provided by the successful
Bidder in the form of a Bond, it shall be issued by a surety
which the Bidder has determined to be acceptable to the
Employer.
35.4 Failure of the successful Bidder to comply with the
requirements of ITB Sub-Clause 35.1 shall constitute sufficient
grounds for cancellation of the award and forfeiture of the Bid
23

Security.
36. Advance 36.1 The Employer will provide an Advance Payment on the
Payment and Contract Price as stipulated in the Conditions of Contract,
Security subject to the amount stated in the BDS.

37. Adjudicator 37.1 The Employer proposes the person named in the BDS to be
appointed as Adjudicator under the Contract, at an hourly fee
specified in the BDS, plus reimbursable expenses. If the Bidder
disagrees with this proposal, the Bidder should so state in the
Bid. If, in the Letter of Acceptance, the Employer has not
agreed on the appointment of the Adjudicator, the Adjudicator
shall be appointed by the Appointing Authority designated in
the Special Conditions of Contract at the request of either party.
25

Section II. Bidding Data Sheet


Instructions to Bidders Clause Reference

A. General
1.1 The Employer is Satuan Kerja Directorate General of Village Community
Development and Empowerment (PPMD), Ministry of Village, Development
of Disadvantaged Regions, and Transmigration.

The name and identification number of the Contract is Event Organizer (EO)
For Providing Logistical Support Services For Pre-Services Training Of
Community Empowerment Specialists (TAPM) And Village Facilitation
Personnel (PD) as specified in SCC 1.1 (e)

No Lots (Contracts) Province


1 Event Organizer (EO) for Providing Logistical DKI Jakarta
Support Services For Training of Trainers for Pre-
Services Training of Community Empowerment
Specialists (TAPM)
2 Event Organizer (EO) For Providing Logistical Sumatera Utara, Kepulauan
Support Services For Pre-Services Training of Riau
Community Empowerment Specialists (TAPM)
For Region 1
3 Event Organizer (EO) For Providing Logistical DKI Jakarta, East Java, Bali
Support Services For Pre-Services Training of
Community Empowerment Specialists (TAPM)
For Region 2
4 Event Organizer (EO) For Providing Logistical Sulawesi Selatan, Sulawesi
Support Services For Pre-Services Training of Utara, Papua.
Community Empowerment Specialists (TAPM)
For Region 3
5 Event Organizer (EO) For Providing Logistical Nanggroe Aceh Darusalam,
Support Services For Pre-Services Training of Sumatera Utara, Sumatera
Village Facilitation Personnel (PD) For Region 1 Barat, Riau, Kepulauan Riau
6 Event Organizer (EO) For Providing Logistical Jambi, Bengkulu, Kepulauan
Support Services For Pre-Services Training of Bangka Belitung, Sumatera
Village Facilitation Personnel (PD) For Region 2 Selatan, Lampung, Banten,
Jawa Barat.
7 Event Organizer (EO) For Providing Logistical Jawa Tengah, Kalimantan
Support Services For Pre-Services Training of Selatan, Kalimantan Timur,
Village Facilitation Personnel (PD) For Region 3 Kalimantan Utara, Kalimantan
Tengah
8 Event Organizer (EO) For Providing Logistical DI. Yogyakarta, Jawa Timur,
Support Services For Pre-Services Training of Bali, Nusa Tenggara Barat
Village Facilitation Personnel (PD) For Region 4
9 Event Organizer (EO) For Providing Logistical Nusa Tenggara Timur, Sulawesi
Support Services For Pre-Services Training of Selatan, Sulawesi Barat,
Village Facilitation Personnel (PD) For Region 5 Maluku.
10 Event Organizer (EO) For Providing Logistical Sulawesi Tengah, Sulawesi
Support Services For Pre-Services Training of Tenggara, Gorontalo, Sulawesi
26

Village Facilitation Personnel (PD) For Region 6 Utara, Maluku Utara,


Kalimantan Barat.
11 Event Organizer (EO) For Providing Logistical Papua and Papua Barat
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 7

Bids are invited for any one or more lots (contracts) within this package. The
number and identification of lots (contracts) comprising this NCB is as
specified above.

1.2 The intended Completion date is five (5) months from contract effectiveness as
specified in SCC 2.3.
2.1 The Borrower is Directorate General of Village Community Development and
Empowerment (PPMD), Ministry of Village, Development of Disadvantaged
Regions, and Transmigration

The Project is National Program for Community Empowerment in Rural Areas


2012-2015 (PNPM-Rural Project) under the Republic of Indonesia’s National
Program for Community Empowerment (PNPM).
The Loan number is 8217-ID
5.2 Prequalification has not been undertaken.
5.3 With regards to provisions (a) through (j) in the ITB 5.3, the Qualification
Information and Bidding forms to be submitted are as follows:
(a) applicable. In Addition, following documents need to be submitted:
Business license Operations Trade in Services (SIUP) and business
license/certification of TDUP/ITUP With License Category on MICE (meeting,
incentive, convention & exhibition);
(b) applicable;
(c) applicable;
(d) not applicable;
(e) through (j) applicable;
(k) Letter of Support (or its equivalence) from at least 1 hotel in each location
where an activity will take place. The Hotel should meet requirement as stated
in Section V, Activity Schedule.

5.4 All conditions in provisions (a) through (e) in ITB 5.4 are applicable in
addition to the requirements indicated in clause 5.4 the following items are
required:
- (f) Joint ventures members should not exceed 4 (four) firms
27

- (g) no change in the JV is allowed after the deadline for submission of bids.
Any modification after the deadline will be considered a decision of withdrawal
and forfeiture of the bid security applies.
5.5 The qualification criteria in Sub-Clause 5.5 are modified as follows
5.5(a) The minimum required average annual turnover (as indicated by the total
amount of payments received annually) over the last five years shall be not less
than
No. Lots (Contracts) Amount (IDR)
1 Event Organizer (EO) for Providing Logistical
Support Services For Training of Trainers for Pre- 6.500.000.000
Services Training of Community Empowerment
Specialists (TAPM)
2 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 10.500.000.000
Community Empowerment Specialists (TAPM) For
Region 1
3 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 19.000.000.000
Community Empowerment Specialists (TAPM) For
Region 2
4 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 13.500.000.000
Community Empowerment Specialists (TAPM) For
Region 3
5 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of Village 46.000.000.000
Facilitation Personnel (PD) For Region 1
6 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of Village 52.500.000.000
Facilitation Personnel (PD) For Region 2
7 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of Village 40.500.000.000
Facilitation Personnel (PD) For Region 3
8 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of Village 38.500.000.000
Facilitation Personnel (PD) For Region 4
9 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of Village 40.500.000.000
Facilitation Personnel (PD) For Region 5
10 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of Village 37.500.000.000
Facilitation Personnel (PD) For Region 6
11 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of Village 52.000.000.000
Facilitation Personnel (PD) For Region 7
Bids are invited for any one or more lots (contracts) within this package. The
number and identification of lots (contracts) comprising this NCB is as
specified above.
28

5.5(b) The Bidder must demonstrate to have executed at least one (1) contract of
similar scope in the last five (5) years (to comply with this requirement,
Contract cited should be at least 70 percent complete). The details should
include the employers’ names and contact details, including written
confirmation of satisfactory completion of these contracts.

Similar scope is identified as contracts where the Bidder has mobilized and
managed a comparable number of staff and provided required support and
resources as specified in the Term of Reference (Section V. Activity Schedule)
and such past similar contract (s) can be with any government or private sector
agency.

Minimum contract value as following:

No. Lots (Contracts) Amount


(IDR)
1 Event Organizer (EO) for Providing Logistical Support
Services For Training of Trainers for Pre-Services 1.300.000.000
Training of Community Empowerment Specialists
(TAPM)
2 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Community 2.200.000.000
Empowerment Specialists (TAPM) For Region 1
3 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Community 3.800.000.000
Empowerment Specialists (TAPM) For Region 2
4 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Community 2.750.000.000
Empowerment Specialists (TAPM) For Region 3
5 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 9.200.000.000
Personnel (PD) For Region 1
6 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 10.500.000.000
Personnel (PD) For Region 2
7 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 8.000.000.000
Personnel (PD) For Region 3
8 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 7.500.000.000
Personnel (PD) For Region 4
9 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 8.000.000.000
Personnel (PD) For Region 5
10 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 7.500.000.000
Personnel (PD) For Region 6
11 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 10.300.000.000
Personnel (PD) For Region 7
Bids are invited for any one or more lots (contracts) within this package. The
29

number and identification of lots (contracts) comprising this NCB is as


specified above
5.5(c) Not Applicable
5.5(d) Minimum required key staff positions, the minimum number, and the minimum
qualifications and experience of each position expected in the Service
Provider’s Team for managing each contract are :
1. Contract Manager, 1 (one) person with qualification S1 Any discipline with
5 years relevant similar experience
2. Accountant, 1 (one) person with qualification S1 Majoring Economic or
Accounting with 5 years relevant similar experience
Bidder shall propose names for each of the above positions in para 1.5 of
Qualification Information, Section III and also provide the CVs for each of key
staff positions. All bidders shall provide in the Qualification Information,
Section III, Bidding Forms, a statement that the Bidder is committed to deploy
the personnel being proposed for the Contract.
5.5(e) The minimum amount of liquid assets available for this contract, net of other
contractual commitments, as demonstrated by the Bidder’s Bank Account
statement and/or credit line issued by the Bidder’s Bank, for an amount not less
than the following:
No. Lots (Contracts) Amount (IDR)
1 Event Organizer (EO) for Providing Logistical
Support Services For Training of Trainers for Pre- 1.300.000.000
Services Training of Community Empowerment
Specialists (TAPM)
2 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 2.200.000.000
Community Empowerment Specialists (TAPM)
For Region 1
3 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 3.800.000.000
Community Empowerment Specialists (TAPM)
For Region 2
4 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 2.750.000.000
Community Empowerment Specialists (TAPM)
For Region 3
5 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 9.200.000.000
Village Facilitation Personnel (PD) For Region 1
6 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 10.500.000.000
Village Facilitation Personnel (PD) For Region 2
7 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 8.000.000.000
Village Facilitation Personnel (PD) For Region 3
8 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 7.500.000.000
30

Village Facilitation Personnel (PD) For Region 4


9 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 8.000.000.000
Village Facilitation Personnel (PD) For Region 5
10 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 7.500.000.000
Village Facilitation Personnel (PD) For Region 6
11 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of 10.300.000.000
Village Facilitation Personnel (PD) For Region 7
Bids are invited for any one or more lots (contracts) within this package. The
number and identification of lots (contracts) comprising this NCB is as
specified above
The minimum required amount of liquid assets available for multiple lots
(contracts) will be the sum of the minimum requirements for respective
individual lots (contracts)
5.6 Subcontractors experience will not be taken into account

B. Bidding Data
9.2 The number of copies of the Bid to be completed and returned shall be one (1)
original and two (2) copies
10.1 The Employer will respond to any request for clarification received earlier than
7 days prior to the deadline for submission of bids.

C. Preparation of Bids
12.1 Language of the Bid: English
13.1 The additional materials required to be completed and submitted are: None
14.2 The Bidder will fill the unit rates in the Activity Schedule as follows:
1. Remuneration of Support Staff: The unit rates and amounts for
remuneration of Support Staff shall be competitive and quoted by
Bidders to show in the Activity Schedule the total remuneration,
including income tax, that will be charged for each support staff under
the Contract. The unit rates for total remuneration quoted by the
Bidders and specified in the Contract shall be fixed, and payment by the
Employer to the Service Provider shall be made on the basis of the
fixed unit rates for total remuneration specified in the Contract
multiplied by the actual quantity of time (months) spent by each
support staff. The Service Provider will be required to submit with its
payment invoice, the time sheets signed by the respective support staff
and certified by the Service Provider to confirm that the actual time
being claimed in the payment invoice have actually been spent.
Reimbursement of income tax will be made on actual cost and should
be supported by relevant documents to show the actual payment made
31

to government authorities for such taxes.

2. For all reimbursable items (with the exception of expenses for


professional services/honorarium for resource person and transportation
for trainers and participants that includes ticket, airport tax, local
transportation cost, taxi), the unit rates and amounts shall be
competitive and quoted by bidders. The unit rates for these items
quoted by the bidders and specified in the Contract shall be fixed, and
payment by the Employer to the Service Provider for these items shall
be made on the basis of the fixed unit rates specified in the Contract
multiplied by the actual quantities incurred. The Service Provider will
be required to submit with its payment invoice, the supporting
documentation to demonstrate that the quantities being claimed in the
payment invoice have actually been incurred, and for these items there
shall be no requirement for submission of supporting documentation to
demonstrate the actual unit cost or amount incurred.

3. For the remaining reimbursable items (with respect to expenses for


professional services/honorarium for resource person and transportation
for trainers and participants that includes ticket, airport tax, local
transportation cost, taxi), the unit rates and amounts are specified by the
Employer in the Activity Schedule and shall not be changed by the
bidder.

(a) Payment by the Employer to the Service Provider for expenses for
professional services/honorarium for resource person will be made
on the basis of fixed unit rates supported by actual documentation to
demonstrate that the quantities being claimed in the payment
invoice have actually been incurred and for these items there shall
be no requirement for submission of supporting documentation to
demonstrate the actual unit cost or amount incurred. The
provisional sum amount for these reimbursable items are the
following:

No. Lots (Contracts) Amount


(IDR)
1 Event Organizer (EO) for Providing Logistical
Support Services For Training of Trainers for 110.500.000
Pre-Services Training of Community
Empowerment Specialists (TAPM)
2 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services 296.800.000
Training of Community Empowerment
Specialists (TAPM) For Region 1
3 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services 437.200.00
Training of Community Empowerment
Specialists (TAPM) For Region 2
32

4 Event Organizer (EO) For Providing


Logistical Support Services For Pre-Services 341.200.000
Training of Community Empowerment
Specialists (TAPM) For Region 3
5 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.230.000.000
(PD) For Region 1
6 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.290.000.000
(PD) For Region 2
7 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.104.000.000
(PD) For Region 3
8 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 966.000.000
(PD) For Region 4
9 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 930.000.000
(PD) For Region 5
10 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 990.000.000
(PD) For Region 6
11 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.104.000.000
(PD) For Region 7

(b) Payment by the Employer to the Service Provider for transportation


for trainers and participants that includes ticket, airport tax, local
transportation cost, taxi, shall be made by the Employer to the
Service Provider on the basis of At-Cost, supported by actual
invoices to demonstrate the actual unit cost, actual quantity, and
actual amount incurred. The provisional sum amount for these
reimbursable items are the following:

No. Lots (Contracts) Amount (IDR)


1 Event Organizer (EO) for Providing
Logistical Support Services For Training of 890.550.000
Trainers for Pre-Services Training of
Community Empowerment Specialists
(TAPM)
2 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services 1.452.514.000
Training of Community Empowerment
Specialists (TAPM) For Region 1
3 Event Organizer (EO) For Providing
33

Logistical Support Services For Pre-Services 2.240.682.000


Training of Community Empowerment
Specialists (TAPM) For Region 2
4 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services 1.779.732.000
Training of Community Empowerment
Specialists (TAPM) For Region 3
5 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.600.800.000
(PD) For Region 1
6 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.949.000.000
(PD) For Region 2
7 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.677.000.000
(PD) For Region 3
8 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.290.400.000
(PD) For Region 4
9 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.845.500.000
(PD) For Region 5
10 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 1.894.500.000
(PD) For Region 6
11 Event Organizer (EO) For Providing
Logistical Support Services For Pre-Services
Training of Village Facilitation Personnel 4.832.500.000
(PD) For Region 7

Actual reimbursement will be at cost and should be supported by


relevant documents to indicate actual payment to government
authorities of such taxes.

4. The applicable payment terms (At-cost or Fixed unit rate) for each
reimbursable item are also indicated in the Activity Schedule.

5. Bidders should quote a management fee to cover the management cost,


overhead and profits and any other costs to the Service Provider for
delivery of Services. The Management Fee should however exclude
items in the Activity Schedule on which the bidder has quoted its unit
rates as the quoted unit rates are assumed to be inclusive of
management cost, overhead and profits and all other costs related to
that item. Management Fee should therefore be quoted as a percentage
of the total amount of provisional sums shown in the Activity Schedule.
14.4 The Contract is not subject to price adjustment in accordance with Clause 6.6 of
34

the Conditions of Contract. In addition, in the event of extension of intended


Completion Date, as provided for in BDS ITB 1.2, the unit rates specified in
contract shall not be subject to adjustment during the extended period of the
Contract.
15.1 (a) Local inputs shall be quoted in local currency (IDR).
15.1 (b) The bid price including all inputs to the services shall be quoted in Indonesian
Rupiah
16.1 The period of Bid validity shall be ninety (90) days after the deadline for Bid
submission specified in the BDS, i.e. the bid shall remain valid until October
10, 2016
17.1 The Bidder shall provide a Bid Security.
17.2 The amount of Bid Security shall be as the following: (or an equivalent amount
in a freely-convertible currency).
No. Lots (Contracts) Amount (IDR)
1 Event Organizer (EO) for Providing Logistical Support
Services For Training of Trainers for Pre-Services 80.500.000
Training of Community Empowerment Specialists
(TAPM)
2 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Community 134.500.000
Empowerment Specialists (TAPM) For Region 1
3 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Community 240.000..000
Empowerment Specialists (TAPM) For Region 2
4 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Community 171.000.000
Empowerment Specialists (TAPM) For Region 3
5 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 576.500.000
Personnel (PD) For Region 1
6 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 658.500.000
Personnel (PD) For Region 2
7 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 505.000.000
Personnel (PD) For Region 3
8 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 480.000.000
Personnel (PD) For Region 4
9 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 506.500.000
Personnel (PD) For Region 5
10 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 472.500.00
Personnel (PD) For Region 6
11 Event Organizer (EO) For Providing Logistical Support
Services For Pre-Services Training of Village Facilitation 647.500.000
Personnel (PD) For Region 7
35

(a) The bid security shall be in the form of a Bank Guarantee


(b) The bid security as specified under sub-clause 17.2 (a) shall be issued by a
reputable commercial bank operated under the relevant Law
(f) Bid Security shall remain valid for a period of 28 days beyond the validity
period of the bids, and the bid security remain valid up to November 10,
2016

18.1 Alternative bids are not permitted.


18.2 Alternative times for completion are NOT permitted
18.3 Alternative technical solutions shall NOT be permitted
19.2 The number of copies of the Bid to be completed and returned shall be one (1)
original and two (2) copies

D. Submission of Bids
20.2 The Employer’s address for the purpose of Bid submission is
Pokja Jasa Lainnya 2, Unit Layanan Pengadaan (ULP), Directorate General For
Village Community Development and Empowerment (PPMD), Ministry of
Village, Development of Disadvantaged Regions, and Transmigration, Jl. TMP
Kalibata No. 17 Jakarta Selatan, Indonesia, 12740.
Contact person: Rio Pongpadati SE. Chairman Committee for Procurement
Committee Jasa Lainnya 2
For identification of the bid the envelopes should indicate:
Contract: Event Organizer for Training Professional Staff Tenaga Ahli and
Pendamping Desa
Bid / Contract Number: 56/PPK/DPPMD-1/VI/1016
21.1 The deadline for submission of bids shall be S
July 11, 2016 at 10.00 (local time/WIB).

E. Bid Opening and Evaluation


24.1 Bids will be opened at 10.15 (local time/WIB) of the day Monday, July 11,
2016 at the following address:
Second Floor Meeting Room, Directorate General for Village Community
Development and Empowerment (PPMD), Ministry of Village, Development of
Disadvantaged Regions, and Transmigration, Jl. TMP Kalibata No. 17 Jakarta
Selatan, Indonesia, 12740.
36

29.1 “Not Applicable, as bid prices shall be quoted in Indonesian Rupiah”


F. Award of Contract
35.0 The Performance Security acceptable to the Employer shall be the in the
Standard Form of Bank Guarantee in the amount of 5 % of the Contract Price.
36.1 The Advance Payment shall be of 10 % of the Contract Price.
37.1 The adjudicator will be selected from a pool of adjudicators from the Badan
Arbitrase Nasional Indonesia (BANI). The fees for the adjudication are set by
BANI based on the value of the disputed amount. Details at
http://www.baniarb.org/
37

Section III. Bidding Forms


Table of Forms
Service Provider's Bid ...........................................................................................................38

Qualification Information .....................................................................................................40

Letter of Acceptance ..............................................................................................................43

Form of Contract ...................................................................................................................44

Bid Security (Bank Guarantee) ............................................................................................46


38

Service Provider's Bid


[date]

To: POKJA Jasa Lainnya 2 ULP


Directorate General for Village Community Development and Empowerment (PPMD),
Ministry of Village, Development of Disadvantaged Regions, and Transmigration

Having examined and have no reservations to the Bidding Documents including Addenda
issued in accordance with Instructions to Bidders (ITB 11), we offer to execute in
conformity with the Bidding Documents the Event Organizer for Training Professional
Staff Tenaga Ahli and Pendamping Desa for the Contract Price of:

No. Lots (Contracts) Amount [in numbers, in words, and


names of currency]
1 Event Organizer (EO) for Providing Logistical
Support Services For Training of Trainers for Pre-
Services Training of Community Empowerment
Specialists (TAPM)
2 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Community Empowerment Specialists (TAPM)
For Region 1
3 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Community Empowerment Specialists (TAPM)
For Region 2
4 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Community Empowerment Specialists (TAPM)
For Region 3
5 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 1
6 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 2
7 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 3
8 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 4
9 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 5
10 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 6
11 Event Organizer (EO) For Providing Logistical
Support Services For Pre-Services Training of
Village Facilitation Personnel (PD) For Region 7
39

The discounts offered and the methodology for their application are:

(i) The discounts offered are: [Specify in detail each discount offered]

(ii) The exact method of calculations to determine the net price after application of
discounts is shown below: [Specify in detail the method that shall be used to
apply the discounts];

We hereby confirm that this Bid complies with the Bid validity and Bid Security required by
the Bidding Documents and specified in the Bidding Data Sheet.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and
to contract execution if we are awarded the contract, are listed below:

Name and address Amount and Purpose of


of agent Currency Commission or
gratuity

(if none, state “none”)

Authorized Signature:
Name and Title of Signatory:
Name of Bidder:
Address:
40

Qualification Information
1. Individual 1.1 Constitution or legal status of Bidder: [attach copy]
Bidders or
Individual Place of registration: [insert]
Members of Principal place of business: [insert]
Joint Ventures Power of attorney of signatory of Bid: [attach]
1.2 Total annual volume of Services performed in five years, in the
internationally traded currency specified in the BDS: [insert]
1.3 Services performed as prime Service Provider on the provision
of Services of a similar nature and volume over the last five
years. The values should be indicated in the same currency
used for Item 1.2 above. Also list details of work under way or
committed, including expected completion date.

Project name and Name of employer Type of Services Value of contract


country and contact person provided and year of
completion
(a)

(b)

1.4 Not Applicable

1.5 Qualifications and experience of key personnel proposed for


administration and execution of the Contract. Attach
biographical data. Refer also to ITB Sub-Clause 5.3(e) and
GCC Sub-Clause 4.1

Position Name Years of experience Years of experience


(general) in proposed
position
(a)

(b)

1.6 Proposed subcontracts and firms involved. Refer to GCC Clause


3.5 and 4.1.
41

Sections of the Value of Subcontractor Experience in providing


Services subcontract (name and address) similar Services
(a)

(b)

1.7 Financial reports for the last five years: balance sheets, profit
and loss statements, auditors’ reports, etc. List below and attach
copies.
1.8 Evidence of access to financial resources to meet the
qualification requirements: cash in hand, lines of credit, etc.
List below and attach copies of support documents. We
certify/confirm that we comply with eligibility requirements as
per ITB Clause 5.3 (g).
1.9 Name, address, and telephone, telex, and facsimile numbers of
banks that may provide references if contacted by the Employer.
1.10 Information regarding any litigation, current or within the last
five years, in which the Bidder is or has been involved.

Other party(ies) Cause of dispute Details of litigation Amount


award involved
(a)

(b)

1.11 Statement of compliance with the requirements of ITB Sub-


Clause 4.2.
1.12 Proposed Program (service work method and schedule).
Descriptions, drawings, and charts, as necessary, to comply with
the requirements of the bidding documents.
2. Joint Ventures 2.1 The information listed in 1.1 - 1.11 above shall be provided for
each partner of the joint venture.
2.2 The information in 1.12 above shall be provided for the joint
venture.
2.3 Attach the power of attorney of the signatory(ies) of the Bid
authorizing signature of the Bid on behalf of the joint venture.
2.4 Attach the Agreement among all partners of the joint venture
42

(and which is legally binding on all partners), which shows that


(a) all partners shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract
terms;
(b) one of the partners will be nominated as being in charge,
authorized to incur liabilities, and receive instructions for
and on behalf of any and all partners of the joint venture;
and
(c) the execution of the entire Contract, including payment,
shall be done exclusively with the partner in charge.
3. Additional 3.1 Bidders should provide any additional information required in
Requirements the BDS and to fulfill the requirements of ITB Sub-Clause 5.1,
if applicable.
43

Letter of Acceptance
[letterhead paper of the Employer]

[date]

To: [name and address of the Service provider]

This is to notify you that your Bid dated [date] for execution of the [name of the Contract
and identification number, as given in the Special Conditions of Contract] for the Contract
Price of the equivalent of [amount in numbers and words] [name of currency], as corrected
and modified in accordance with the Instructions to Bidders is hereby accepted by our
Agency.

Note: Insert one of the 3 options for the second paragraph. The first option should be used if
the Bidder has not objected the name proposed for Adjudicator. The second option if the
Bidder has objected the proposed Adjudicator and proposed a mane for a substitute, who was
accepted by the Employer. And the third option if the Bidder has objected the proposed
Adjudicator and proposed a mane for a substitute, who was not accepted by the Employer.

We confirm that [insert name proposed by Employer in the Bidding Data],

or

We accept that [name proposed by bidder] be appointed as the Adjudicator

or

We do not accept that [name proposed by bidder] be appointed as Adjudicator, and by


sending a copy of this letter of acceptance to [insert the name of the Appointing Authority],
we are hereby requesting [name], the Appointing Authority, to appoint the Adjudicator in
accordance with Clause 37.1 of the Instructions to Bidders

You are hereby instructed to proceed with the execution of the said contract for the provision
of Services in accordance with the Contract documents.

Please return the attached Contract dully signed

Authorized Signature:
Name and Title of Signatory:
Name of Agency:

Attachment: Contract
44

Form of Contract
[letterhead paper of the Employer]

This CONTRACT (hereinafter called the “Contract”) is made the [day] day of the month of
[month], [year], between, on the one hand, Satker Directorate General for Village
Community Development and Empowerment (PPMD), Ministry of Village, Development of
Disadvantaged Regions, and Transmigration, (hereinafter called the “Employer”) and, on the
other hand, [name of Service Provider] (hereinafter called the “Service Provider”).
WHEREAS
(a) the Employer has requested the Service Provider to provide certain Services
as defined in the General Conditions of Contract attached to this Contract
(hereinafter called the “Services”);
(b) the Service Provider, having represented to the Employer that they have the
required professional skills, and personnel and technical resources, have
agreed to provide the Services on the terms and conditions set forth in this
Contract at a contract price of……………………;
(c) the Employer has received a Loan IBRD Number 8217-ID from the
International Bank for Reconstruction and Development IBRD (hereinafter
called the “Bank”) towards the cost of the Services and intends to apply a
portion of the proceeds of this grant to eligible payments under this Contract,
it being understood (i) that payments by the Bank will be made only at the
request of the Employer and upon approval by the Bank, (ii) that such
payments will be subject, in all respects, to the terms and conditions of the
agreement providing for the grant, and (iii) that no party other than the
Employer shall derive any rights from the agreement providing for the grant
or have any claim to the grant proceeds;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents shall be deemed to form and be read and construed as part of
this Agreement, and the priority of the documents shall be as follows:
(a) the Letter of Acceptance;
(b) the Service Provider’s Bid
(c) the Special Conditions of Contract;
(d) the General Conditions of Contract;
(e) the Specifications (not used);
(f) the Priced Activity Schedule; and
(g) The following Appendices: [Note: If any of these Appendices are not used, the
words “Not Used” should be inserted below next to the title of the Appendix and on
the sheet attached hereto carrying the title of that Appendix.]
45

Appendix A: Description of the Services (Including Reporting Requirements)


Appendix B: Schedule of Payments (not used)
Appendix C: Key Personnel and Subcontractors
Appendix D: Breakdown of Contract Price in Foreign Currency (not used)
Appendix E: Breakdown of Contract Price in Local Currency
Appendix F: Services and Facilities Provided by the Employer (not used)
Appendix G: Performance Incentive Compensation (not used)
2. The mutual rights and obligations of the Employer and the Service Provider shall be
as set forth in the Contract, in particular:
(a) the Service Provider shall carry out the Services in accordance with the
provisions of the Contract; and
(b) the Employer shall make payments to the Service Provider in accordance with
the provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
For and on behalf of [name of Employer]

[Authorized Representative]
For and on behalf of [name of Service Provider]

[Authorized Representative]
[Note: If the Service Provider consists of more than one entity, all these entities should
appear as signatories, e.g., in the following manner:]

For and on behalf of each of the Members of the Service Provider

[name of member]

[Authorized Representative]

[name of member]

[Authorized Representative]
46

Bid Security (Bank Guarantee)


[The Bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]
________________________________

Beneficiary: ___________________
Date: ________________
BID GUARANTEE No.: _________________
We have been informed that ___________ (hereinafter called "the Bidder") has submitted to
you its bid dated (hereinafter called "the Bid") for the execution of __________ under
Invitation for Bids No. __________ (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a
bid guarantee.
At the request of the Bidder, we __________ hereby irrevocably undertake to pay you any
sum or sums not exceeding in total an amount of _________ (_________) upon receipt by us
of your first demand in writing accompanied by a written statement stating that the Bidder is
in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the
Form of Bid; or
(b) having been notified of the acceptance of its Bid by the Purchaser during the period of
bid validity, (i) fails or refuses to execute the Contract Form; or (ii) fails or refuses to
furnish the performance security, if required, in accordance with the Instructions to
Bidders.
This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt of
copies of the contract signed by the Bidder and the performance security issued to you upon
the instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier
of (i) our receipt of a copy of your notification to the Bidder of the name of the successful
bidder; or (ii) twenty-eight days after the expiration of the Bidder’s Bid, bid security shall
remain valid for 28 days after bid submission deadline, i.e. bid security shall be valid up to
and including November 10, 2016.

Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758.

_____________________________
[signature(s)]
47

Section IV. Eligible Countries

Eligibility for the Provision of Goods, Works and Services in


Bank-Financed Procurement

1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and
IDA Credits, dated May 2004, the Bank permits firms and individuals from all countries to
offer goods, works and services for Bank-financed projects. As an exception, firms of a
Country or goods manufactured in a Country may be excluded if:
Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Country
prohibits commercial relations with that Country, provided that the Bank is
satisfied that such exclusion does not preclude effective competition for the
supply of the Goods or Works required, or
Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations
Security Council taken under Chapter VII of the Charter of the United
Nations, the Borrower’s Country prohibits any import of goods from that
Country or any payments to persons or entities in that Country.
2. For the information of borrowers and bidders, at the present time firms, goods and
services from the following countries are excluded from this bidding:
(a) With reference to paragraph 1.8 (a) (i) of the Guidelines:
No country are prohibited

(b) With reference to paragraph 1.8 (a) (ii) of the Guidelines:


No country are prohibited
49

Part II – Activity Schedule


51

Section V. Activity Schedule


TERM OF REFERENCE

Event Organizer (EO) For Providing Logistical Support Services For Pre-Services
Training Of Community Empowerment Specialists (TAPM) And Village Facilitation
Personnel (PD)

A. Background
Facilitation is stated at the framework of the development and empowerment of rural
communities, is one of the mandates in Law No. 6 of 2014 regarding Villages (UU
Desa), as defined in Article 112 paragraph (4) which states that the empowerment of
rural communities conducted by facilitating in the planning , implementation, and
monitoring of rural development and rural areas. The main culprit is the village of
assistance according to the Law of the Government and Local Government, in particular
the regional work units (SKPD) Regency / City, corresponding duties and functions.
However, assistance can be carried out by personnel who are specifically recruited
functional to carry out development assistance and community empowerment.
Based on Presidential Decree No. 12 of 2015 concerning the Ministry of Rural, Rural
Development and Transmigration, the management of the affairs of the development and
empowerment of rural communities nationwide the authority of the Minister of Rural,
Rural Development and Transmigration. On the basis of such authority, Ministry of
Rural, Rural Development and Transmigration has started organizing assistance since
Fiscal Year 2015, through the Directorate General for Development and Rural
Community Empowerment (DG PPMD).
Pursuant to Government Regulation No. 47 of 2015 which regulates changes to
paragraph (1) of Article 129 of Government Regulation No. 43 of 2014, is set
professional assistants in the districts / cities, districts and Village as follows:
1. Local Village Facilitation Personnel (PLD) on duty in the village to assist in the
administration of the Village Administration Village, Village cooperation,
development BUM village, and local-scale development of the village;

2. Village Facilitation Personnel (PD) on duty in the district to assist in the


administration of the Village Administration Village, Village cooperation,
development BUM village, and local-scale development of the village. In Fiscal Year
2016, the composition of the PD is comprised of:

a. Village Facilitation Personnel for Empowerment (PDP)

b. Village Facilitation Personnel For Infratructure (PDTI)

3. Community Empowerment Specialists (TAPM) who served in the district/city to


increase the capacity of assistants in the course of the village administration, the
52

implementation of village development, village community development, and


community empowerment village. The composition of experts consists of:

a. Community Empowerment Specialists in charge of improving the capacity of


facilitators in order to develop the capacity of village communities and
regeneration;

b. Community Empowerment Specialists For Partisipatory Development in charge


of improving the capacity of facilitators in the framework of rural development;

c. Community Empowerment Specialists For Village economy in charge of


improving the capacity of facilitators to expand the productive scale rural
economy;

d. Community Empowerment Specialists For Teknologi Tepat Guna in charge of


improving the capacity of facilitators for the development and utilization of
appropriate technology for economic progress;

e. Community Empowerment Specialists For Village Infratructure in charge of


improving the capacity of facilitators in the development and maintenance of
infrastructure and environment based on technical capabilities and local resources
that are available; and

f. Community Empowerment Specialists For Basic Services in charge of improving


the capacity of facilitators in order to improve quality and access to basic services.

All of PLD, PDP, PDTI and TA who will be selected at Fiscal Year 2016 need to be
trained before duty to the job site, through training pre-assignment. The whole
trainers will follow the activities of Trainers Training (TOT) and or consolidation of
trainer, to consolidate the material, modules and different implementation scenarios
pre-service training
Based on these considerations, in Fiscal Year 2016, the Directorate General of PPMD
will conduct Pre-Service Training For Village Facilitation (PD) and Community
Empowerment Specialists (TAPM), consisting of: 1) TOT Pre-Service Training for
Community Empowerment Specialists (TAPM), 2) Pre-Service Training for
Community Empowerment Specialists (TAPM), 3) Pre-Service Training for Village
Facilitation Personnel (PD). Pre-Service Training for Lokal Village Facilitation
Personnel (PLD).

B. Purpose Activity
1. TOT Pre-Service Training for Community Empowerment Specialists (TAPM), aims
to:
a. Consolidating the concept, modules, materials and methods of delivery of
training;
b. A unified vision and mission and strategy of moving the village mentoring;
c. Preparing trainers are competent according to the needs and materials pre-service
training;
53

d. Develop work plan (RKTL) pre-service training for Community Empowerment


Specialists (TAPM).
2. The pre-service training for Community Empowerment Specialists (TAPM) and
Village Facilitation Personnel (PD), aims to equip about the matter:
a. The main policies and their implementation Villages Act implementing
regulations;
b. Governance of village governance, the implementation of rural development,
rural community development and empowerment of rural communities;
c. Assistance policy implementation villages act, according to the field tasks (rural
community empowerment, participatory development, rural economic
empowerment, development of appropriate technologies, rural infrastructure and
development of basic services);
d. Rural development planning policy;
e. Mechanical facilitation villages and rural communities in development planning
and community empowerment;
f. Increasing the capacity of the Village Facilitation Personnel (PD) and Local
Village Facilitation Personnel (PLD).

C. Output
Outputs or results expected from the implementation of TOT and pre-service training for
Professional Facilitation Personnel is similar concept and the vision and mission
development activities and community empowerment within the framework of the
implementation of Law No. 6 of 2014 concerning Desa (Village Law). In addition, all
training activities is expected to produce the field worker who is able to provide guidance
as well according to the concept, principles and methods of community empowerment
assistance.

D. Outcome
The main benefit of the entire activities of the training is, the process of mentoring
development activities and community empowerment can run well, and the villagers and
the village government is able to manage them independently village development

E. Implementing and Responsibility Activity


Responsible for the implementation of all activities is the Directorate of Rural
Community Empowerment (Directorate PMD), the Directorate General of Development
and Rural Community Empowerment (DG PPMD).
Technical organizer of activities will be conducted through the company Event Organizer
(EO), the procurement mechanism to follow the guidelines of the World Bank. The
number of companies EO adjusted by the number of participants, distribution of tasks
participant location and needs of mutual learning between the participants from the
location of different tasks.
54

F. Scope of Activities
The scope of activities to be conducted in the pre-assignment training of Professional
Facilitation Personnel, consisting of:
1. Training of Trainers (TOT) Pre-Service Training for Community Empowerment
Specialists (TAPM)
2. The Pre-Service Training for Community Empowerment Specialists (TAPM)
3. The Pre-Service Training for Village Facilitation Personnel (PD).
Special activities for PLD pre-service training, financing has been done through
deconscentration, and organized self-managed by the Satker P3MD Province.
Details of the implementation of each training activity is as follows:

1. Training of Trainers (TOT) Pre Service Training for Community Empowerment


Specialists (TAPM)
a) Preparation of Material and Training Module
Material / TOT module prepared and coordinated by the National Consultant
Rural Community Capacity (KN-PKMD), assisted by the National Consultant
Development Program (KNPP) and the Regional Assistance Consultants (KPW),
as well as external experts as needed PMD Directorate. If KN-PKMD has not
been established, the Material / TOT module is coordinated and prepared by the
Secretariat PMD.
b) Time and Location
TOT Pre-Service Training for Community Empowerment Specialists (TAPM)
will be held 1 times, the length of time an activity is 8 days (7 days effective), and
the implementation of the activities is in Jakarta.
c) Resources
TOT resource persons came from the Kemendesa, PDTT and other relevant
ministries as well as specialists / experts from universities and other public
institutions that are competent in the field of development and community
empowerment and capacity building assistance.
d) Trainers and Participants
- Trainers
Trainers on TOT classified as master trainers from the Secretariat PMD,
KN-PKMD, KNPP and KPW based on instruction from the Directorate of
PMD, DG PPMD, as well as external master trainers who have the capacity
and expertise in the field of training.
The number of master trainers as many as 24 people, which is calculated
based on the number of classes, provided 1 class is filled by a maximum of 30
participants, and coordinated / trained by master trainers 3 per class.
- Participants
55

TOT participants are experts in assisting the provincial level village,


Community Empowerment Specialists (TAPM), KN-PKMD, KNPP, KPW or
PMD Central Secretariat, which amounted to 244 people. The participation as
TOT participants, based on instruction from the Directorate of PMD.

2. Pre Service Training for Tenaga Ahli Kabupaten/Kota


a) Distribution Company Package EO
EO company will carry out the pre-service activities for Community
Empowerment Specialists (TAPM), three (3) companies, with the following
distribution:
1) Package 1 : includes the province of Aceh, Sumut, Sumbar, Riau, Kepri,
Sumsel, Jambi,Bengkulu dan Bangka Belitung
2) Package 2 : includes the province of Jabar, Lampung, Banten, Kalbar,
Kalsel, Kalteng, Kaltim, Kaltara, Jateng, D.I.Y, Jatim, Bali,
NTB dan NTT
3) Package 3 : includes the province of Sulbar, Maluku, Sulsel, Sultra, Sulut,
Sulteng, Gorontalo, Malut, Papua dan Papua Barat
b) Time and Location
Training will begin with the consolidation of the coaching team at each location
for 1 day effectively. The training will be held for 8 days (7 days effective), with a
delivery of training and the origin of the participants as follows:

Package
Location Province of Origin participants
EO
Medan Prov. Aceh, Sumut dan Sumbar
Package 1
Batam Prov. Riau, Kepri, Sumsel, Jambi, Bengkulu dan Kep. Babel
Prov. Jabar, Lampung, Banten, Kalbar, Kalsel, Kalteng,
Jakarta
Kaltim dan Kaltara
Package 2
Surabaya Prov. Jateng, D.I. Yogyakarta dan Jatim
Denpasar Prov. Bali, NTB dan NTT
Makasar Prov. Sulbar, Maluku, Sulsel dan Sultra
Package 3 Manado Prov. Sulut, Sulteng, Gorontalo dan Maluku Utara
Jayapura Prov. Papua dan Papua Barat
c) Sources
Resource training in each location of activity came from Directorate General
PPMD, Provincial Government and Experts / Experts from universities and other
public institutions that are competent in the field of development and community
empowerment.
d) Material / Training Module
Material and training module prepared by the National Consultant Rural
Community Capacity (KN-PKMD) center, assisted by the National Consultant
56

Development Program (KNPP) and the Regional Assistance Consultants (KPW),


as well as external experts as needed PMD Directorate. But before KN-PKMD
not established, then the material / training modules coordinated by the Secretariat
PMD.
e) Trainers and Participants
Trainers comes from KN-PKMD, and assisted by KNPP and KPW based on
instruction from the Directorate of PMD, DG PPMD. Personnel referred coach,
previously required to follow the TOT Pre-Service Training for Community
Empowerment Specialists (TAPM). Number of trainers as many as 244 people,
which is calculated by the composition of the first class (maximum 30
participants) were trained by three coaches.
The number of participants who will participate in training as many as 1,775
people. Details of the number of participants and trainers, as follows:
57

Participant
number of Trainer each Supporting
No Package Paricipants Location each
class location class
location
I Paket EO 1
1 Aceh 130
Meda n 368 12 36 24
2 Suma tera Uta ra 158
3 Suma tera Ba ra t 80
4 Ri a u 60
5 Kep. Ri a u 30
6 Suma tera Sel a ta n 80
Ba ta m 318 11 33 22
7 Ja mbi 60
8 Bengkul u 54
9 Kep. Ba ngka Bel i tung 34
II Paket EO 2
1 Ja wa Ba ra t 112
2 La mpung 78
3 Ba nten 24
4 Ka l i ma nta n Ba ra t 72 Ja ka rta 488 16 48 32
5 Ka l i ma nta n Sel a ta n 66
6 Ka l i ma nta n Tenga h 76
7 Ka l i ma nta n Ti mur 38
8 Ka l i ma nta n Uta ra 22
9 Ja wa tenga h 174
10 D.I. Yogya ka rta 24 Sura ba ya 376 13 39 26
11 Ja wa Ti mur 178
12 Ba l i 44
13 NTB 46 Denpa s a r 214 7 21 14
14 NTT 124
III Paket EO 3
1 Sul a wes i ba ra t 34
2 Ma l uku 62 Ma ka s a r 312 11 33 22
3 Sul a wes i Sel a ta n 126
4 Sul a wes i Tengga ra 90
5 Sul a wes i Uta ra 66
6 Sul a wes i Tenga h 72
Ma na do 220 7 21 14
7 Goronta l o 30
8 Ma l uku Uta ra 52
9 Pa pua 164
Ja ya pura 236 8 24 16
10 Pa pua Ba ra t 72

Grand Total 2.532 2.532 85 255 170


58

3. Pre Service Training for Pendamping Desa


a) Distribution Company Package EO
EO company will carry out the Pre-Service Training for Village Facilitation
Personnel (PD) devided with 7 (seven) companies, with the following
distribution:
1) Package 1 : includes the province of Aceh, Sumut, Sumbar, Riau dan
Kepri;
2) Package 2 : includes the province of Jambi, Bengkulu, Babel, Sumsel,
Lampung, Banten dan Jawa Barat
3) Package 3 : includes the province of Jateng, Kalsel, Kaltim, Kaltara dan
Kalteng
4) Package 4 : includes the province of D.I. Yogyakarta, Jatim, Bali dan
NTB
5) Package 5 : includes the province of NTT, Sulsel, Sulbar dan Maluku
6) Package 6 : includes the province of Sulteng, Sultra, Gorontalo, Sulut,
Maluku Utara dan Kalimantan Barat
7) Package 7 : includes the province of Papua dan Papua Barat

b) Time and Location


The training activities will be conducted in each province, beginning with the
consolidation of a team coach for one day effectively. Pre-service training will be
held for 12 days (11 days effective).
c) Resource
Training resource persons in each province came from Directorate General
PPMD, Provincial Government and Experts/Experts from universities and other
public institutions that are competent in the field of development and community
empowerment.
d) Material / Training Module
Material and module training prepared by the National Consultant Rural
Community Capacity (KN-PKMD) the central level, assisted by the National
Consultant Development Program (KNPP) and the Regional Assistance
Consultants (KPW), as well as external experts as needed PMD Directorate.
e) Trainers and Participants
The main trainers come from National Profesionnal Specialist and Community
Empowerment Specialists (TAPM). KN-PKMD responsible for coordinating the
readiness of the team coach, assisted by KNPP and KPW based on instruction
from the Directorate of PMD, DG PPMD. The whole trainers mentioned,
previously required to follow the Training of Trainers (TOT) pre-service training
companion village.
Number of trainers as many as 1,203 people were taken into account by the
composition of the first class (maximum 30 participants) were trained by three
59

coaches. The number of participants who will participate in the national pre-
assignment training amounted to 11,995 people.
Detail the number of trainers, participants and the number of training classes in
each province as follows:
60

No PROVINCE PARTICIPANTS CLASS TRAINER CLASS SUP

I PAKET EO 1 1.953 66 198 132


1 ACEH 763 26 78 52
2 SUMATERA UTARA 678 22 66 44
3 SUMATERA BARAT 288 10 30 20
4 RIAU 132 5 15 10
5 KEPULAUAN RIAU 92 3 9 6
II PAKET EO 2 2.025 69 207 138
1 JAMBI 165 6 18 12
2 BENGKULU 176 6 18 12
3 KEP. BANGKA BELITUNG 34 1 3 2
4 SUMATERA SELATAN 337 11 33 22
5 LAMPUNG 330 11 33 22
6 BANTEN 191 7 21 14
7 JAWA BARAT 792 27 81 54
III PAKET EO 3 1.710 58 174 116
1 JAWA TENGAH 955 32 96 64
2 KALIMANTAN SELATAN 294 10 30 20
3 KALIMANTAN TIMUR 138 5 15 10
4 KALIMANTAN UTARA 59 2 6 4
5 KALIMANTAN TENGAH 264 9 27 18
IV PAKET EO 4 1.533 51 153 102
1 D.I YOGJAKARTA 91 3 9 6
2 JAWA TIMUR 1.174 39 117 78
3 BALI 112 4 12 8
4 NUSA TENGGARA BARAT 156 5 15 10
V PAKET EO 5 1.447 50 150 100
1 NUSA TENGGARA TIMUR 587 20 60 40
2 SULAWESI SELATAN 553 19 57 38
3 SULAWESI BARAT 105 4 12 8
4 MALUKU 202 7 21 14
VI PAKET EO 6 1.524 51 153 102
1 SULAWESI TENGAH 279 9 27 18
2 SULAWESI TENGGARA 406 14 42 28
3 GORONTALO 118 4 12 8
4 SULAWESI UTARA 271 9 27 18
5 MALUKU UTARA 185 6 18 12
6 KALIMANTAN BARAT 265 9 27 18
VII PAKET EO 7 1.789 60 180 120
32 PAPUA 1.306 44 132 88
33 PAPUA BARAT 483 16 48 32
Total 11.981 405 1.215 810
61

G. Duties and Responsibilities

1. Directorate PMD
Directorate PMD through the National Secretariat in charge and responsible for:
a. EO corporate procurement;
b. Coordinate the preparation of materials and modules, as well as training
administration systems and mechanisms;
c. Administrative management training, which includes correspondence regarding
the implementation and management of the activities of financial accountability;
d. Coordinate preparedness team of trainers and participants;
e. Make payments to the company EO based invoicing after the project is
implemented;
f. Responsible for the entire substance of the training activities.

2. Satker P3MD Province


a. Coordinate the presence of trainers or participants who come from Tenaga Ahli
Kabupaten/Kota and Pendamping Desa, through the issuance of task after
receiving a request from the Directorate PMD;
b. EO assist in the implementation of training within the province concerned;
c. A resource and to facilitate the opening and closing activities formally, as
requested by the Directorate of PMD.

3. Event Organizer (EO)


All EO is responsible for providing technical needs including financing activities
based on an employment contract with the Pejabat Pembuat Komitmen (PPK) of the
Directorate PMD, and are fully responsible for the smooth entire chain of events.
Details of the duties and responsibilities of each company EO, is providing:
a. Opening and closing room with a capacity according to the number of participants
and the invitation with representative table and chair, and comes with a standard
activity event organizer. At the time of opening and closing ceremonies, the EO
shall provide personnel events, which may include MC, conductor and officer of
prayer and also provide backdroup, laptop for presentation, lcd and screen;
b. Space committee secretariat equipped computers, laser jet printers, materials and
supplies other secretariat stationary.
c. Classroom
Number of classrooms required in accordance with the number of participants,
with the provisions of each class maximum of 30 participants required. Each class
shall be equipped with technical devices to smooth sound system that includes
training, training props, in focus and stationery supplies as needed training.
d. Seminar kit 1 packet per person, consisting of 1 bag unit, 1 unit pens, pencils,
schedule of events and ID card;
e. The material, in the form of multiplication by flash or photocopy
62

f. Accommodation and meals during the event, with the following provisions:
 A minimum of Hotel Bintang III issued by Association of Indonesian Hotels
and Restaurants);
 Accommodation for participants and trainers, provided the type of twin room
with the provisions of one room for two people, and if the participant is
different genders, can be separated rooms (can each his own);
 Consumption 3 times per day and coffee break 2 times per day.
g. Transport return for trainers and participants, as stated in the employment
contract. Payment of transportation are basically carried at cost (pay-as proof of
transport), except local transport in the district/city.
h. Local Committee, in the respective venue for activities that consist of:
 Coordinator Event 1 person, have experinece managing EO;
 Financial Administration 1 person and have relevenat experience;
 Administration of equipment 1 person and have relevenat experience;
 Clerk per class 1 person, familiar using computer (MS-Office);
 Runner class, 1 person per class.
i. Documentation, in the form of activities photos
j. Honorarium for resources and trainers, as well as the moderator accordance with
applicable regulations, and other emoluments component as contained in the
employment contract.
k. Activity Reporting Results
Reporting the results of the activities conducted by the EO to the Directorate
PMD, through the Secretariat P3MD, which contains a minimum of results and
recommendations of activities, financing, as well as other matters relating to the
administration. Reports submitted to no later than 14 working days after the
activity is undertaken.

H. Financing
Financing the entire Pre-Service Training Tenaga Pendamping Profesional, charged to
DIPA DG PPMD, the Ministry of Rural, PDT and Transmigration for Fiscal Year 2016,
amounting RP.178.882.061.000, - sourced from loan IBRD 8217-ID. Details of the
financing of each activity as follows:
1. TOT Pre Service Training Tenaga Ahli Kabupaten/Kota : Rp. 3.230. 672.000,-
2. Pre Service Training for Tenaga Ahli Kabupaten/Kota : Rp. 21.787.777.000,-
3. Pre Service Training for Pendamping Desa : Rp.153.863.612.000, -

I. Closing
The terms of reference as a guideline for the implementation of pre-service training
activity.
63
64

Attachment Terms of Reference (Bil of Quantities)

RECAPITULATION COST FOR


PRE SERVICES TRAINING FOR TENAGA AHLI KABUPATEN/KOTA PACKAGE 1
DITJEN PPMD T.A. 2016

Location : Medan and Batam

No Expenditure Total Remarks


1 Honorarium 136.100.000 Provisional Sum - Fixed Unit Rate

2 Training Material #REF! Competitive - Fixed Unit Rate

3 Accomodation #REF! Competitive - Fixed Unit Rate

4 Equipment Rental #REF! Competitive - Fixed Unit Rate

5 Travel Expenses 890.590.000 Provisional Sum - At Cost

6 Remuneration Provisional Sum - Fixed Unit Rate

7 TOTAL ( 1+2+3+4+5+6 )
8 FEE MANAGEMENT .......% from Total (Provisional Sum) ( % .... X (1+5)
9 TOTAL COST (7+8)
10 TAX 10 % from ( Total Cost ) ( 10% X 9 )
11 GRAND TOTAL Sum ( Total Cost and Tax ) ( 9 + 10 )
65

RINCIAN ANGGARAN DAN BIAYA


TRAINING OF TRAINERS (TOT) PRATUGAS TENAGA AHLI KABUPATEN/KOTA
TAHUN ANGGARAN 2016

Lokasi : Jakarta

No Component Financing Volume Unit Cost Total


1 Honorarium 136.100.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 5 Org 2 Jam 1.700.000 17.000.000
- Pelatih 27 Org 8 Hari 500.000 108.000.000
- Moderator 5 Org 1 Keg 700.000 3.500.000

2 Belanja Bahan 124.200.000


- Seminar Kit 282 Org 1 Org 150.000 42.300.000
- Penggandaan Modul Pelatihan 282 Org 1 Org 200.000 56.400.000
- Dokumentasi 1 PKT 1 PKT 400.000 400.000
- Pelaporan 1 PKT 1 PKT 1.000.000 1.000.000
- Fotocopy Materi Narasumber 282 Org 1 Org 50.000 14.100.000
- Spanduk 2 Unit 1 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 9 Kelas 1 Kelas 1.000.000 9.000.000

3 Belanja Paket Meeting Dalam Kota 1.830.225.000


Akomodasi:
- Konsolidasi Pelatih 27 Org 5 Hari 750.000 101.250.000
- Pelatih Keg TOT 27 Org 8 Hari 750.000 162.000.000
- Peserta Keg TOT 255 Org 8 Hari 750.000 1.530.000.000
- Laundry Pelatih 27 Org 13 Hari 75.000 26.325.000
- Transport Lokal Pelatih Jakarta 17 Org 1 Kali 150.000 2.550.000
- Transport Lokal Peserta Jakarta 54 Org 1 Kali 150.000 8.100.000

4 Belanja Sewa 35.830.000


a. Konsolidasi Pelatih
- Kelas Konsolidasi 2 Kelas 5 Hari - -
- Handycam 1 Unit 5 Hari 150.000 750.000
- Infocus 1 Unit 5 Hari 150.000 750.000
- Komputer/Laptop 2 Unit 5 Hari 100.000 1.000.000
- Printer Laserjet 1 Unit 5 Hari 100.000 500.000
- Sewa Kendaraan Roda 4 1 Unit 5 Hari 710.000 3.550.000
b. Kegiatan TOT
- Kelas TOT 9 Kelas 8 Hari - -
- Handycam 2 Unit 8 Hari 150.000 2.400.000
- Infocus 9 Unit 8 Hari 150.000 10.800.000
- Komputer/Laptop 11 Unit 8 Hari 100.000 8.800.000
- Printer Laserjet 2 Unit 8 Hari 100.000 1.600.000
- Sewa Kendaraan Roda 4 1 Unit 8 Hari 710.000 5.680.000

5 Belanja Perjalanan 890.590.000


- Pelatih Daerah 10 Org 1 PKT 17.500.000 17.500.000
- Peserta Daerah 190 Org 1 PKT 873.090.000 873.090.000

6 Belanja Jasa 207.050.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 11 13 OH 300.000 42.900.000
- Class Runner 11 13 OH 300.000 42.900.000
66

RECAPITULATION COST FOR


PRE SERVICES TRAINING FOR TENAGA AHLI KABUPATEN/KOTA PACKAGE 1
DITJEN PPMD T.A. 2016

Location : Medan and Batam

No Expenditure Total Remarks


1 Honorarium 300.800.000 Provisional Sum - Fixed Unit Rate

2 Training Material #REF! Competitive - Fixed Unit Rate

3 Accomodation #REF! Competitive - Fixed Unit Rate

4 Equipment Rental #REF! Competitive - Fixed Unit Rate

5 Travel Expenses 1.454.514.000 Provisional Sum - At Cost

6 Remuneration Provisional Sum - Fixed Unit Rate

7 TOTAL ( 1+2+3+4+5+6 )
8 FEE MANAGEMENT .......% from Total (Provisional Sum) ( % .... X (1+5)
9 TOTAL COST (7+8)
10 TAX 10 % from ( Total Cost ) ( 10% X 9 )
11 GRAND TOTAL Sum ( Total Cost and Tax ) ( 9 + 10 )
67

TRAINING COST
PRE SERVICES TRAINING FOR TENAGA AHLI KABUPATEN/KOTA

Location : Medan

No Expenditure Volume Cost Total


1 Belanja Honorarium 156.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 36 Org 8 Hari 500.000 144.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 113.040.000


- Seminar Kit 404 Org 100.000 40.400.000
- Penggandaan Modul Pelatihan 404 Org 110.000 44.440.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 404 Org 50.000 20.200.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 12 Kelas 500.000 6.000.000

3 Belanja Paket Meeting Dalam Kota 1.780.920.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 36 Org 1 Hari 540.000 19.440.000
- Pelatih 36 Org 8 Hari 540.000 155.520.000
- Peserta 368 Org 8 Hari 540.000 1.589.760.000
- Laundry Pelatih 36 Org 9 Hari 50.000 16.200.000

4 Belanja Sewa 59.790.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 12 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 12 Unit 8 Hari 150.000 14.400.000
- Flip Chart 12 Unit 9 Hari 50.000 5.400.000
- Komputer / Laptop 24 Unit 9 Hari 100.000 21.600.000
- Printer Laser 12 Unit 9 Hari 100.000 10.800.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 710.000 6.390.000

5 Belanja Perjalanan 632.424.000


- Perjalanan Pelatih 1 PKT 1 Kali 54.000.000 54.000.000
- Perjalanan Peserta 1 PKT 1 Kali 578.424.000 578.424.000

6 Belanja Jasa Profesi 181.050.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 12 9 OH 300.000 32.400.000
- Class Runner 12 9 OH 300.000 32.400.000

Total 2.742.574.000
68

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS TENAGA AHLI KABUPATEN/KOTA

Tempat: Batam

No Komponen Pembiayaan Volume Harga Satuan Total


1 Belanja Honorarium 144.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 33 Org 8 Hari 500.000 132.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 98.760.000


- Seminar Kit 351 Org 100.000 35.100.000
- Penggandaan Modul Pelatihan 351 Org 110.000 38.610.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 351 Org 50.000 17.550.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 11 Kelas 500.000 5.500.000

3 Belanja Paket Meeting Dalam Kota 1.790.475.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 33 Org 1 Hari 625.000 20.625.000
- Pelatih 33 Org 8 Hari 625.000 165.000.000
- Peserta 318 Org 8 Hari 625.000 1.590.000.000
- Laundry Pelatih 33 Org 9 Hari 50.000 14.850.000

4 Belanja Sewa 56.430.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 11 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 11 Unit 8 Hari 150.000 13.200.000
- Flip Chart 11 Unit 9 Hari 50.000 4.950.000
- Komputer / Laptop 22 Unit 9 Hari 100.000 19.800.000
- Printer Laser 11 Unit 9 Hari 100.000 9.900.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 820.000 7.380.000

5 Belanja Perjalanan 822.090.000


- Perjalanan Pelatih 1 PKT 1 Kali 66.000.000 66.000.000
- Perjalanan Peserta 1 PKT 1 Kali 756.090.000 756.090.000

6 Belanja Jasa Profesi 70.650.000


- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 11 9 OH 300.000 29.700.000
- Class Runner 11 9 OH 300.000 29.700.000

Total 2.912.155.000
69

RECAPITULATION COST FOR


PRE SERVICES TRAINING FOR TENAGA AHLI KABUPATEN/KOTA PACKAGE 2
DITJEN PPMD T.A. 2016

Location : Jakarta, Surabaya dan Denpasar

No Expenditure Total Remarks


1 Honorarium 469.200.000 Provisional Sum - Fixed Unit Rate

2 Training Material #REF! Competitive - Fixed Unit Rate

3 Accomodation #REF! Competitive - Fixed Unit Rate

4 Equipment Rental #REF! Competitive - Fixed Unit Rate

5 Travel Expenses 2.256.682.000 Provisional Sum - At Cost

6 Remuneration Provisional Sum - Fixed Unit Rate

7 TOTAL ( 1+2+3+4+5+6 )
8 FEE MANAGEMENT .......% from Total (Provisional Sum) ( % .... X (1+5)
9 TOTAL COST (7+8)
10 TAX 10 % from ( Total Cost ) ( 10% X 9 )
11 GRAND TOTAL Sum ( Total Cost and Tax ) ( 9 + 10 )
70

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS TENAGA AHLI KABUPATEN/KOTA

Tempat: Jakarta

No Komponen Pembiayaan Volume Harga Satuan Total


1 Belanja Honorarium 204.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 48 Org 8 Hari 500.000 192.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 149.360.000


- Seminar Kit 536 Org 100.000 53.600.000
- Penggandaan Modul Pelatihan 536 Org 110.000 58.960.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 536 Org 50.000 26.800.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 16 Kelas 500.000 8.000.000

3 Belanja Paket Meeting Dalam Kota 3.273.600.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 48 Org 1 Hari 750.000 36.000.000
- Pelatih 48 Org 8 Hari 750.000 288.000.000
- Peserta 488 Org 8 Hari 750.000 2.928.000.000
- Laundry Pelatih 48 Org 9 Hari 50.000 21.600.000

4 Belanja Sewa 77.190.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 16 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 16 Unit 8 Hari 150.000 19.200.000
- Flip Chart 16 Unit 9 Hari 50.000 7.200.000
- Komputer / Laptop 32 Unit 9 Hari 100.000 28.800.000
- Printer Laser 16 Unit 9 Hari 100.000 14.400.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 710.000 6.390.000

5 Belanja Perjalanan 1.190.804.000


- Perjalanan Pelatih 1 PKT 1 Kali 96.000.000 96.000.000
- Perjalanan Peserta 1 PKT 1 Kali 1.094.804.000 1.094.804.000

6 Belanja Jasa Profesi 202.650.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 16 9 OH 300.000 43.200.000
- Class Runner 16 9 OH 300.000 43.200.000

Total 4.895.354.000
71

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS TENAGA AHLI KABUPATEN/KOTA

Tempat: Surabaya

No Komponen Pembiayaan Volume Harga Satuan Total


1 Belanja Honorarium 168.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 39 Org 8 Hari 500.000 156.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 116.400.000


- Seminar Kit 415 Org 100.000 41.500.000
- Penggandaan Modul Pelatihan 415 Org 110.000 45.650.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 415 Org 50.000 20.750.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 13 Kelas 500.000 6.500.000

3 Belanja Paket Meeting Dalam Kota 2.032.950.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 39 Org 1 Hari 600.000 23.400.000
- Pelatih 39 Org 8 Hari 600.000 187.200.000
- Peserta 376 Org 8 Hari 600.000 1.804.800.000
- Laundry Pelatih 39 Org 9 Hari 50.000 17.550.000

4 Belanja Sewa 64.050.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 13 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 13 Unit 8 Hari 150.000 15.600.000
- Flip Chart 13 Unit 9 Hari 50.000 5.850.000
- Komputer / Laptop 26 Unit 9 Hari 100.000 23.400.000
- Printer Laser 13 Unit 9 Hari 100.000 11.700.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 700.000 6.300.000

5 Belanja Perjalanan 373.838.000


- Perjalanan Pelatih 1 PKT 1 Kali 78.000.000 78.000.000
- Perjalanan Peserta 1 PKT 1 Kali 295.838.000 295.838.000

6 Belanja Jasa Profesi 81.450.000


- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 13 9 OH 300.000 35.100.000
- Class Runner 13 9 OH 300.000 35.100.000

Total 2.755.638.000
72

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS TENAGA AHLI KABUPATEN/KOTA

Tempat: Denpasar

No Komponen Pembiayaan Volume Harga Satuan Total


1 Belanja Honorarium 96.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 21 Org 8 Hari 500.000 84.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 66.600.000


- Seminar Kit 235 Org 100.000 23.500.000
- Penggandaan Modul Pelatihan 235 Org 110.000 25.850.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 235 Org 50.000 11.750.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 7 Kelas 500.000 3.500.000

3 Belanja Paket Meeting Dalam Kota 1.910.450.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 21 Org 1 Hari 1.000.000 21.000.000
- Pelatih 21 Org 8 Hari 1.000.000 168.000.000
- Peserta 214 Org 8 Hari 1.000.000 1.712.000.000
- Laundry Pelatih 21 Org 9 Hari 50.000 9.450.000

4 Belanja Sewa 38.760.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 7 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 7 Unit 8 Hari 150.000 8.400.000
- Flip Chart 7 Unit 9 Hari 50.000 3.150.000
- Komputer / Laptop 14 Unit 9 Hari 100.000 12.600.000
- Printer Laser 7 Unit 9 Hari 100.000 6.300.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 790.000 7.110.000

5 Belanja Perjalanan 692.040.000


- Perjalanan Pelatih 1 PKT 1 Kali 42.000.000 42.000.000
- Perjalanan Peserta 1 PKT 1 Kali 650.040.000 650.040.000

6 Belanja Jasa Profesi 49.050.000


- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 7 9 OH 300.000 18.900.000
- Class Runner 7 9 OH 300.000 18.900.000

Total 2.804.250.000
73

RECAPITULATION COST FOR


PRE SERVICES TRAINING FOR TENAGA AHLI KABUPATEN/KOTA PACKAGE 3
DITJEN PPMD T.A. 2016

Location :Makasar, Manado, Jayapura

No Expenditure Total Remarks


1 Honorarium 349.200.000 Provisional Sum - Fixed Unit Rate

2 Training Material #REF! Competitive - Fixed Unit Rate

3 Accomodation #REF! Competitive - Fixed Unit Rate

4 Equipment Rental #REF! Competitive - Fixed Unit Rate

5 Travel Expenses 1.783.732.000 Provisional Sum - At Cost

6 Remuneration Provisional Sum - Fixed Unit Rate

7 TOTAL ( 1+2+3+4+5+6 )
8 FEE MANAGEMENT .......% from Total (Provisional Sum) ( % .... X (1+5)
9 TOTAL COST (7+8)
10 TAX 10 % from ( Total Cost ) ( 10% X 9 )
11 GRAND TOTAL Sum ( Total Cost and Tax ) ( 9 + 10 )
74

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS TENAGA AHLI KABUPATEN/KOTA

Tempat: Makasar

No Komponen Pembiayaan Volume Harga Satuan Total


1 Belanja Honorarium 144.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 33 Org 8 Hari 500.000 132.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 97.200.000


- Seminar Kit 345 Org 100.000 34.500.000
- Penggandaan Modul Pelatihan 345 Org 110.000 37.950.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 345 Org 50.000 17.250.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 11 Kelas 500.000 5.500.000

3 Belanja Paket Meeting Dalam Kota 2.109.600.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 33 Org 1 Hari 750.000 24.750.000
- Pelatih 33 Org 8 Hari 750.000 198.000.000
- Peserta 312 Org 8 Hari 750.000 1.872.000.000
- Laundry Pelatih 33 Org 9 Hari 50.000 14.850.000

4 Belanja Sewa 55.350.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 11 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 11 Unit 8 Hari 150.000 13.200.000
- Flip Chart 11 Unit 9 Hari 50.000 4.950.000
- Komputer / Laptop 22 Unit 9 Hari 100.000 19.800.000
- Printer Laser 11 Unit 9 Hari 100.000 9.900.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 700.000 6.300.000

5 Belanja Perjalanan 676.966.000


- Perjalanan Pelatih 1 PKT 1 Kali 66.000.000 66.000.000
- Perjalanan Peserta 1 PKT 1 Kali 610.966.000 610.966.000

6 Belanja Jasa Profesi 175.650.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 11 9 OH 300.000 29.700.000
- Class Runner 11 9 OH 300.000 29.700.000

Total 3.083.516.000
75

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS TENAGA AHLI KABUPATEN/KOTA

Tempat: Manado

No Komponen Pembiayaan Volume Harga Satuan Total


1 Belanja Honorarium 96.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 21 Org 8 Hari 500.000 84.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 68.160.000


- Seminar Kit 241 Org 100.000 24.100.000
- Penggandaan Modul Pelatihan 241 Org 110.000 26.510.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 241 Org 50.000 12.050.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 7 Kelas 500.000 3.500.000

3 Belanja Paket Meeting Dalam Kota 1.373.750.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 21 Org 1 Hari 700.000 14.700.000
- Pelatih 21 Org 8 Hari 700.000 117.600.000
- Peserta 220 Org 8 Hari 700.000 1.232.000.000
- Laundry Pelatih 21 Org 9 Hari 50.000 9.450.000

4 Belanja Sewa 38.850.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 7 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 7 Unit 8 Hari 150.000 8.400.000
- Flip Chart 7 Unit 9 Hari 50.000 3.150.000
- Komputer / Laptop 14 Unit 9 Hari 100.000 12.600.000
- Printer Laser 7 Unit 9 Hari 100.000 6.300.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 800.000 7.200.000

5 Belanja Perjalanan 500.766.000


- Perjalanan Pelatih 1 PKT 1 Kali 42.000.000 42.000.000
- Perjalanan Peserta 1 PKT 1 Kali 458.766.000 458.766.000

6 Belanja Jasa Profesi 49.050.000


- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 7 9 OH 300.000 18.900.000
- Class Runner 7 9 OH 300.000 18.900.000

Total 2.077.926.000
76

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS TENAGA AHLI KABUPATEN/KOTA

Tempat: Jayapura

No Komponen Pembiayaan Volume Harga Satuan Total


1 Belanja Honorarium 108.400.000
- Narasumber Eselon II 2 Org 2 Jam 1.000.000 4.000.000
- Narasumber Eselon III 2 Org 2 Jam 900.000 3.600.000
- Narasumber Pakar/Ahli 1 Org 2 Jam 1.700.000 3.400.000
- Honorarium Pelatih 24 Org 8 Hari 500.000 96.000.000
- Moderator 2 Org 1 Keg 700.000 1.400.000

2 Belanja Bahan 73.600.000


- Seminar Kit 260 Org 100.000 26.000.000
- Penggandaan Modul Pelatihan 260 Org 110.000 28.600.000
- Dokumentasi 1 PKT 500.000 500.000
- Pelaporan 1 PKT 500.000 500.000
- Fotocopy Materi Narasumber 260 Org 50.000 13.000.000
- Spanduk 2 Unit 500.000 1.000.000
- Bahan ATK Pelatihan 8 Kelas 500.000 4.000.000

3 Belanja Paket Meeting Dalam Kota 1.378.400.000


Akomodasi dan Konsumsi:
- Konsolidasi Pelatih 24 Org 1 Hari 650.000 15.600.000
- Pelatih 24 Org 8 Hari 650.000 124.800.000
- Peserta 236 Org 8 Hari 650.000 1.227.200.000
- Laundry Pelatih 24 Org 9 Hari 50.000 10.800.000

4 Belanja Sewa 45.225.000


- Kelas Konsolidasi Pelatih 1 Kelas 1 Hari - -
- Kelas Pelatihan 8 Kelas 8 Hari - -
- Handycam 1 Unit 8 Hari 150.000 1.200.000
- Infocus 8 Unit 8 Hari 150.000 9.600.000
- Flip Chart 8 Unit 9 Hari 50.000 3.600.000
- Komputer / Laptop 16 Unit 9 Hari 100.000 14.400.000
- Printer Laser 8 Unit 9 Hari 100.000 7.200.000
- Sewa Kendaraan Roda 4 1 Unit 9 Hari 1.025.000 9.225.000

5 Belanja Perjalanan 606.000.000


- Perjalanan Pelatih 1 PKT 1 Kali 48.000.000 48.000.000
- Perjalanan Peserta 1 PKT 1 Kali 558.000.000 558.000.000

6 Belanja Jasa Profesi 54.450.000


- Coordinator Class 1 9 OH 450.000 4.050.000
- Financial Administration staff 1 9 OH 400.000 3.600.000
- Equipment staff 1 9 OH 400.000 3.600.000
- Clerk 8 9 OH 300.000 21.600.000
- Class Runner 8 9 OH 300.000 21.600.000

Total 2.211.625.000
77
78

RECAPULATION COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 1

NO. AMOUNT REMARKS

1 2 3 4

1 ACEH
a. Honorarium 480.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 614.400.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

2 SUMATERA UTARA
a. Honorarium 408.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 538.800.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

3 SUMATERA BARAT
a. Honorarium 192.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 233.400.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

4 RIAU
a. Honorarium 102.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 109.200.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

5 KEPULAUAN RIAU
a. Honorarium 66.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 111.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

6 TOTAL ( 1+2+3+4+5 )
FEE MANAGEMENT .......% from ( %.... X (1a+1e+2a+2e+3a+
7
Total (Provisional Sum) 3e+4a+4e+5a+5e))
8 TOTAL COST (6+7)
9 TAX 10 % from ( Total Cost ) ( 10% X 8 )
GRAND TOTAL Sum ( Total
10 (8+9)
Cost and Tax )
79

COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 1

PROVINSI : ACEH

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 480.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 78 Persons 12 Days 500.000 468.000.000

2 TRAINING MATERIAL 351.400.000


a Seminar Kit 841 Persons 150.000 126.150.000
b Materials/Traning Modules 841 Persons 200.000 168.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 841 Persons 50.000 42.050.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 26 Class 500.000 13.000.000

3 ACOMODATION 7.093.350.000
a Trainer consolidation 78 persons 1 Days 690.000 53.820.000
b Trainer 78 persons 12 Days 690.000 645.840.000
c Participant 763 persons 12 Days 690.000 6.317.640.000
d Loundry 78 persons 13 Days 75.000 76.050.000

4 EQUIPMENT RENTAL 188.420.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 26 unit 12 Days 150.000 46.800.000
g Flip Chart 26 unit 13 Days 50.000 16.900.000
h Computer 52 unit 13 Days 100.000 67.600.000
i Printer Laser 26 unit 13 Days 100.000 33.800.000
j Rend Car 2 unit 13 Days 770.000 20.020.000

5 TRAVEL EXPENSES 614.400.000


a Trainer Trip 1 Package 1 kali 156.000.000
b Participant Trip 1 Package 1 kali 458.400.000

6 Belanja Jasa 324.050.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 26 13 OH 300.000 101.400.000
- Class Runner 26 13 OH 300.000 101.400.000

JUMLAH 9.051.620.000
80

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SUMATERA UTARA

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 408.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 66 Persons 12 Days 500.000 396.000.000

2 TRAINING MATERIAL 310.600.000


a Seminar Kit 744 Persons 150.000 111.600.000
b Materials/Traning Modules 744 Persons 200.000 148.800.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 744 Persons 50.000 37.200.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 22 Class 500.000 11.000.000

3 ACOMODATION 4.921.110.000
a Trainer consolidation 66 persons 1 Days 540.000 35.640.000
b Trainer 66 persons 12 Days 540.000 427.680.000
c Participant 678 persons 12 Days 540.000 4.393.440.000
d Loundry 66 persons 13 Days 75.000 64.350.000

4 EQUIPMENT RENTAL 161.460.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 22 unit 12 Days 150.000 39.600.000
g Flip Chart 22 unit 13 Days 50.000 14.300.000
h Computer 44 unit 13 Days 100.000 57.200.000
i Printer Laser 22 unit 13 Days 100.000 28.600.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 538.800.000


a Trainer Trip 1 Package 1 kali 132.000.000
b Participant Trip 1 Package 1 kali 406.800.000

6 Belanja Jasa 187.850.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 22 13 OH 300.000 85.800.000
- Class Runner 22 13 OH 300.000 85.800.000

JUMLAH 6.527.820.000
81

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SUMATERA BARAT

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 192.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 30 Persons 12 Days 500.000 180.000.000

2 TRAINING MATERIAL 134.200.000


a Seminar Kit 318 Persons 150.000 47.700.000
b Materials/Traning Modules 318 Persons 200.000 63.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 318 Persons 50.000 15.900.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 10 Class 500.000 5.000.000

3 ACOMODATION 2.067.630.000
a Trainer consolidation 30 persons 1 Days 530.000 15.900.000
b Trainer 30 persons 12 Days 530.000 190.800.000
c Participant 288 persons 12 Days 530.000 1.831.680.000
d Loundry 30 persons 13 Days 75.000 29.250.000

4 EQUIPMENT RENTAL 85.000.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 10 unit 12 Days 150.000 18.000.000
g Flip Chart 10 unit 13 Days 50.000 6.500.000
h Computer 20 unit 13 Days 100.000 26.000.000
i Printer Laser 10 unit 13 Days 100.000 13.000.000
j Rend Car 2 unit 13 Days 700.000 18.200.000

5 TRAVEL EXPENSES 233.400.000


a Trainer Trip 1 Package 1 kali 60.000.000
b Participant Trip 1 Package 1 kali 173.400.000

6 Belanja Jasa 94.250.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 10 13 OH 300.000 39.000.000
- Class Runner 10 13 OH 300.000 39.000.000

JUMLAH 2.806.480.000
82

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : RIAU

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 102.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 15 Persons 12 Days 500.000 90.000.000

2 TRAINING MATERIAL 63.300.000


a Seminar Kit 147 Persons 150.000 22.050.000
b Materials/Traning Modules 147 Persons 200.000 29.400.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 147 Persons 50.000 7.350.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 5 Class 500.000 2.500.000

3 ACOMODATION 939.705.000
a Trainer consolidation 15 persons 1 Days 520.000 7.800.000
b Trainer 15 persons 12 Days 520.000 93.600.000
c Participant 132 persons 12 Days 520.000 823.680.000
d Loundry 15 persons 13 Days 75.000 14.625.000

4 EQUIPMENT RENTAL 55.590.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 5 unit 12 Days 150.000 9.000.000
g Flip Chart 5 unit 13 Days 50.000 3.250.000
h Computer 10 unit 13 Days 100.000 13.000.000
i Printer Laser 5 unit 13 Days 100.000 6.500.000
j Rend Car 2 unit 13 Days 790.000 20.540.000

5 TRAVEL EXPENSES 109.200.000


a Trainer Trip 1 Package 1 kali 30.000.000
b Participant Trip 1 Package 1 kali 79.200.000

6 Belanja Jasa 55.250.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 5 13 OH 300.000 19.500.000
- Class Runner 5 13 OH 300.000 19.500.000

JUMLAH 1.325.045.000
83

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : KEPULAUAN RIAU

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 66.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 9 Persons 12 Days 500.000 54.000.000

2 TRAINING MATERIAL 43.900.000


a Seminar Kit 101 Persons 150.000 15.150.000
b Materials/Traning Modules 101 Persons 200.000 20.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 101 Persons 50.000 5.050.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 3 Class 500.000 1.500.000

3 ACOMODATION 771.900.000
a Trainer consolidation 9 persons 1 Days 625.000 5.625.000
b Trainer 9 persons 12 Days 625.000 67.500.000
c Participant 92 persons 12 Days 625.000 690.000.000
d Loundry 9 persons 13 Days 75.000 8.775.000

4 EQUIPMENT RENTAL 43.670.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 3 unit 12 Days 150.000 5.400.000
g Flip Chart 3 unit 13 Days 50.000 1.950.000
h Computer 6 unit 13 Days 100.000 7.800.000
i Printer Laser 3 unit 13 Days 100.000 3.900.000
j Rend Car 2 unit 13 Days 820.000 21.320.000

5 TRAVEL EXPENSES 111.000.000


a Trainer Trip 1 Package 1 kali 18.000.000
b Participant Trip 1 Package 1 kali 93.000.000

6 Belanja Jasa 39.650.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 3 13 OH 300.000 11.700.000
- Class Runner 3 13 OH 300.000 11.700.000

JUMLAH 1.076.120.000
84

RECAPULATION COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 2

NO. AMOUNT REMARKS

1 2 3 4

1 JAMBI
a. Honorarium 120.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 135.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

2 BENGKULU
a. Honorarium 120.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 141.600.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

3 BANGKA BELITUNG
a. Honorarium 30.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 41.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

4 SUMATERA SELATAN
a. Honorarium 210.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 268.200.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

5 LAMPUNG
a. Honorarium 210.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 264.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

6 BANTEN
a. Honorarium 138.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 157.200.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

7 JAWA BARAT
a. Honorarium 498.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 954.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

8 TOTAL ( 1+2+3+4+5+6+7 )
( %.... X
FEE MANAGEMENT .......% from
9 (1a+1e+2a+2e+3a+3e+4a+4e+
Total (Provisional Sum)
5a+5e+6a+6e+7a+7e))
10 TOTAL COST (8+9)
11 TAX 10 % from ( Total Cost ) ( 10% X 10 )
GRAND TOTAL Sum ( Total
12 ( 10 + 11 )
Cost and Tax )
85

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : JAMBI

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 120.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 18 Persons 12 Days 500.000 108.000.000

2 TRAINING MATERIAL 78.200.000


a Seminar Kit 183 Persons 150.000 27.450.000
b Materials/Traning Modules 183 Persons 200.000 36.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 183 Persons 50.000 9.150.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 6 Class 500.000 3.000.000

3 ACOMODATION 1.368.090.000
a Trainer consolidation 18 persons 1 Days 610.000 10.980.000
b Trainer 18 persons 12 Days 610.000 131.760.000
c Participant 165 persons 12 Days 610.000 1.207.800.000
d Loundry 18 persons 13 Days 75.000 17.550.000

4 EQUIPMENT RENTAL 59.860.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 6 unit 12 Days 150.000 10.800.000
g Flip Chart 6 unit 13 Days 50.000 3.900.000
h Computer 12 unit 13 Days 100.000 15.600.000
i Printer Laser 6 unit 13 Days 100.000 7.800.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 135.000.000


a Trainer Trip 1 Package 1 kali 36.000.000
b Participant Trip 1 Package 1 kali 99.000.000

6 Belanja Jasa 168.050.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 6 13 OH 300.000 23.400.000
- Class Runner 6 13 OH 300.000 23.400.000

JUMLAH 1.929.200.000
86

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : BENGKULU

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 120.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 18 Persons 12 Days 500.000 108.000.000

2 TRAINING MATERIAL 82.600.000


a Seminar Kit 194 Persons 150.000 29.100.000
b Materials/Traning Modules 194 Persons 200.000 38.800.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 194 Persons 50.000 9.700.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 6 Class 500.000 3.000.000

3 ACOMODATION 1.671.480.000
a Trainer consolidation 18 persons 1 Days 705.000 12.690.000
b Trainer 18 persons 12 Days 705.000 152.280.000
c Participant 176 persons 12 Days 705.000 1.488.960.000
d Loundry 18 persons 13 Days 75.000 17.550.000

4 EQUIPMENT RENTAL 59.860.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 6 unit 12 Days 150.000 10.800.000
g Flip Chart 6 unit 13 Days 50.000 3.900.000
h Computer 12 unit 13 Days 100.000 15.600.000
i Printer Laser 6 unit 13 Days 100.000 7.800.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 141.600.000


a Trainer Trip 1 Package 1 kali 36.000.000
b Participant Trip 1 Package 1 kali 105.600.000

6 Belanja Jasa 63.050.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 6 13 OH 300.000 23.400.000
- Class Runner 6 13 OH 300.000 23.400.000

JUMLAH 2.138.590.000
87

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : KEP. BANGKA BELITUNG

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 30.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 3 Persons 12 Days 500.000 18.000.000

2 TRAINING MATERIAL 17.300.000


a Seminar Kit 37 Persons 150.000 5.550.000
b Materials/Traning Modules 37 Persons 200.000 7.400.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 37 Persons 50.000 1.850.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 1 Class 500.000 500.000

3 ACOMODATION 293.475.000
a Trainer consolidation 3 persons 1 Days 650.000 1.950.000
b Trainer 3 persons 12 Days 650.000 23.400.000
c Participant 34 persons 12 Days 650.000 265.200.000
d Loundry 3 persons 13 Days 75.000 2.925.000

4 EQUIPMENT RENTAL 29.670.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 1 unit 12 Days 150.000 1.800.000
g Flip Chart 1 unit 13 Days 50.000 650.000
h Computer 2 unit 13 Days 100.000 2.600.000
i Printer Laser 1 unit 13 Days 100.000 1.300.000
j Rend Car 2 unit 13 Days 770.000 20.020.000

5 TRAVEL EXPENSES 41.000.000


a Trainer Trip 1 Package 1 kali 6.000.000
b Participant Trip 1 Package 1 kali 35.000.000

6 Belanja Jasa 24.050.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 1 13 OH 300.000 3.900.000
- Class Runner 1 13 OH 300.000 3.900.000

JUMLAH 435.495.000
88

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SUMATERA SELATAN

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 210.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 33 Persons 12 Days 500.000 198.000.000

2 TRAINING MATERIAL 155.500.000


a Seminar Kit 370 Persons 150.000 55.500.000
b Materials/Traning Modules 370 Persons 200.000 74.000.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 370 Persons 50.000 18.500.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 11 Class 500.000 5.500.000

3 ACOMODATION 2.783.070.000
a Trainer consolidation 33 persons 1 Days 615.000 20.295.000
b Trainer 33 persons 12 Days 615.000 243.540.000
c Participant 337 persons 12 Days 615.000 2.487.060.000
d Loundry 33 persons 13 Days 75.000 32.175.000

4 EQUIPMENT RENTAL 91.350.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 11 unit 12 Days 150.000 19.800.000
g Flip Chart 11 unit 13 Days 50.000 7.150.000
h Computer 22 unit 13 Days 100.000 28.600.000
i Printer Laser 11 unit 13 Days 100.000 14.300.000
j Rend Car 2 unit 13 Days 700.000 18.200.000

5 TRAVEL EXPENSES 268.200.000


a Trainer Trip 1 Package 1 kali 66.000.000
b Participant Trip 1 Package 1 kali 202.200.000

6 Belanja Jasa 102.050.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 11 13 OH 300.000 42.900.000
- Class Runner 11 13 OH 300.000 42.900.000

JUMLAH 3.610.170.000
89

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : LAMPUNG

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 210.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 33 Persons 12 Days 500.000 198.000.000

2 TRAINING MATERIAL 152.700.000


a Seminar Kit 363 Persons 150.000 54.450.000
b Materials/Traning Modules 363 Persons 200.000 72.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 363 Persons 50.000 18.150.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 11 Class 500.000 5.500.000

3 ACOMODATION 2.841.135.000
a Trainer consolidation 33 persons 1 Days 640.000 21.120.000
b Trainer 33 persons 12 Days 640.000 253.440.000
c Participant 330 persons 12 Days 640.000 2.534.400.000
d Loundry 33 persons 13 Days 75.000 32.175.000

4 EQUIPMENT RENTAL 91.350.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 11 unit 12 Days 150.000 19.800.000
g Flip Chart 11 unit 13 Days 50.000 7.150.000
h Computer 22 unit 13 Days 100.000 28.600.000
i Printer Laser 11 unit 13 Days 100.000 14.300.000
j Rend Car 2 unit 13 Days 700.000 18.200.000

5 TRAVEL EXPENSES 264.000.000


a Trainer Trip 1 Package 1 kali 66.000.000
b Participant Trip 1 Package 1 kali 198.000.000

6 Belanja Jasa 16.250.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 0 13 OH 300.000 -
- Class Runner 0 13 OH 300.000 -

JUMLAH 3.575.435.000
90

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : BANTEN

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 138.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 21 Persons 12 Days 500.000 126.000.000

2 TRAINING MATERIAL 90.300.000


a Seminar Kit 212 Persons 150.000 31.800.000
b Materials/Traning Modules 212 Persons 200.000 42.400.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 212 Persons 50.000 10.600.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 7 Class 500.000 3.500.000

3 ACOMODATION 1.559.475.000
a Trainer consolidation 21 persons 1 Days 600.000 12.600.000
b Trainer 21 persons 12 Days 600.000 151.200.000
c Participant 191 persons 12 Days 600.000 1.375.200.000
d Loundry 21 persons 13 Days 75.000 20.475.000

4 EQUIPMENT RENTAL 65.950.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 7 unit 12 Days 150.000 12.600.000
g Flip Chart 7 unit 13 Days 50.000 4.550.000
h Computer 14 unit 13 Days 100.000 18.200.000
i Printer Laser 7 unit 13 Days 100.000 9.100.000
j Rend Car 2 unit 13 Days 700.000 18.200.000

5 TRAVEL EXPENSES 157.200.000


a Trainer Trip 1 Package 1 kali 42.000.000
b Participant Trip 1 Package 1 kali 115.200.000

6 Belanja Jasa 70.850.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 7 13 OH 300.000 27.300.000
- Class Runner 7 13 OH 300.000 27.300.000

JUMLAH 2.010.925.000
91

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : JAWA BARAT

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 498.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 81 Persons 12 Days 500.000 486.000.000

2 TRAINING MATERIAL 364.700.000


a Seminar Kit 873 Persons 150.000 130.950.000
b Materials/Traning Modules 873 Persons 200.000 174.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 873 Persons 50.000 43.650.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 27 Class 500.000 13.500.000

3 ACOMODATION 7.680.015.000
a Trainer consolidation 81 persons 1 Days 720.000 58.320.000
b Trainer 81 persons 12 Days 720.000 699.840.000
c Participant 792 persons 12 Days 720.000 6.842.880.000
d Loundry 81 persons 13 Days 75.000 78.975.000

4 EQUIPMENT RENTAL 193.210.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 27 unit 12 Days 150.000 48.600.000
g Flip Chart 27 unit 13 Days 50.000 17.550.000
h Computer 54 unit 13 Days 100.000 70.200.000
i Printer Laser 27 unit 13 Days 100.000 35.100.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 954.000.000


a Trainer Trip 1 Package 1 kali 162.000.000
b Participant Trip 1 Package 1 kali 792.000.000

6 Belanja Jasa 226.850.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 27 13 OH 300.000 105.300.000
- Class Runner 27 13 OH 300.000 105.300.000

JUMLAH 9.916.775.000
92

RECAPULATION COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 3

NO. AMOUNT REMARKS

1 2 3 4

1 JAWA TENGAH
a. Honorarium 588.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 765.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

2 KALIMANTAN TENGAH
a. Honorarium 174.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 318.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

3 KALIMANTAN SELATAN
a. Honorarium 192.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 354.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

4 KALIMANTAN TIMUR
a. Honorarium 102.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 168.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

5 KALIMANTAN UTARA
a. Honorarium 48.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 72.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

6 TOTAL ( 1+2+3+4+5 )
( %.... X
FEE MANAGEMENT .......% from
7 (1a+1e+2a+2e+3a+3e+4a+4e+
Total (Provisional Sum)
5a+5e))
8 TOTAL COST (6+7)
9 TAX 10 % from ( Total Cost ) ( 10% X 8 )
GRAND TOTAL Sum ( Total
10 (8+9)
Cost and Tax )
93

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : JAWA TENGAH

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 588.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 96 Persons 12 Days 500.000 576.000.000

2 TRAINING MATERIAL 438.400.000


a Seminar Kit 1051 Persons 150.000 157.650.000
b Materials/Traning Modules 1051 Persons 200.000 210.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 1051 Persons 50.000 52.550.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 32 Class 500.000 16.000.000

3 ACOMODATION 6.955.920.000
a Trainer consolidation 96 persons 1 Days 540.000 51.840.000
b Trainer 96 persons 12 Days 540.000 622.080.000
c Participant 955 persons 12 Days 540.000 6.188.400.000
d Loundry 96 persons 13 Days 75.000 93.600.000

4 EQUIPMENT RENTAL 224.960.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 32 unit 12 Days 150.000 57.600.000
g Flip Chart 32 unit 13 Days 50.000 20.800.000
h Computer 64 unit 13 Days 100.000 83.200.000
i Printer Laser 32 unit 13 Days 100.000 41.600.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 765.000.000


a Trainer Trip 1 Package 1 kali 192.000.000
b Participant Trip 1 Package 1 kali 573.000.000

6 Belanja Jasa 370.850.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 32 13 OH 300.000 124.800.000
- Class Runner 32 13 OH 300.000 124.800.000

JUMLAH 9.343.130.000
94

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : KALIMANTAN TENGAH

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 174.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 27 Persons 12 Days 500.000 162.000.000

2 TRAINING MATERIAL 122.900.000


a Seminar Kit 291 Persons 150.000 43.650.000
b Materials/Traning Modules 291 Persons 200.000 58.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 291 Persons 50.000 14.550.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 9 Class 500.000 4.500.000

3 ACOMODATION 2.208.105.000
a Trainer consolidation 27 persons 1 Days 620.000 16.740.000
b Trainer 27 persons 12 Days 620.000 200.880.000
c Participant 264 persons 12 Days 620.000 1.964.160.000
d Loundry 27 persons 13 Days 75.000 26.325.000

4 EQUIPMENT RENTAL 81.770.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 9 unit 12 Days 150.000 16.200.000
g Flip Chart 9 unit 13 Days 50.000 5.850.000
h Computer 18 unit 13 Days 100.000 23.400.000
i Printer Laser 9 unit 13 Days 100.000 11.700.000
j Rend Car 2 unit 13 Days 820.000 21.320.000

5 TRAVEL EXPENSES 318.000.000


a Trainer Trip 1 Package 1 kali 54.000.000
b Participant Trip 1 Package 1 kali 264.000.000

6 Belanja Jasa 86.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 9 13 OH 300.000 35.100.000
- Class Runner 9 13 OH 300.000 35.100.000

JUMLAH 2.991.225.000
95

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : KALIMANTAN SELATAN

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 192.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 30 Persons 12 Days 500.000 180.000.000

2 TRAINING MATERIAL 136.600.000


a Seminar Kit 324 Persons 150.000 48.600.000
b Materials/Traning Modules 324 Persons 200.000 64.800.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 324 Persons 50.000 16.200.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 10 Class 500.000 5.000.000

3 ACOMODATION 2.771.850.000
a Trainer consolidation 30 persons 1 Days 700.000 21.000.000
b Trainer 30 persons 12 Days 700.000 252.000.000
c Participant 294 persons 12 Days 700.000 2.469.600.000
d Loundry 30 persons 13 Days 75.000 29.250.000

4 EQUIPMENT RENTAL 85.260.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 10 unit 12 Days 150.000 18.000.000
g Flip Chart 10 unit 13 Days 50.000 6.500.000
h Computer 20 unit 13 Days 100.000 26.000.000
i Printer Laser 10 unit 13 Days 100.000 13.000.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 354.000.000


a Trainer Trip 1 Package 1 kali 60.000.000
b Participant Trip 1 Package 1 kali 294.000.000

6 Belanja Jasa 94.250.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 10 13 OH 300.000 39.000.000
- Class Runner 10 13 OH 300.000 39.000.000

JUMLAH 3.539.710.000
96

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : KALIMANTAN TIMUR

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 102.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 15 Persons 12 Days 500.000 90.000.000

2 TRAINING MATERIAL 65.700.000


a Seminar Kit 153 Persons 150.000 22.950.000
b Materials/Traning Modules 153 Persons 200.000 30.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 153 Persons 50.000 7.650.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 5 Class 500.000 2.500.000

3 ACOMODATION 1.125.225.000
a Trainer consolidation 15 persons 1 Days 600.000 9.000.000
b Trainer 15 persons 12 Days 600.000 108.000.000
c Participant 138 persons 12 Days 600.000 993.600.000
d Loundry 15 persons 13 Days 75.000 14.625.000

4 EQUIPMENT RENTAL 56.110.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 5 unit 12 Days 150.000 9.000.000
g Flip Chart 5 unit 13 Days 50.000 3.250.000
h Computer 10 unit 13 Days 100.000 13.000.000
i Printer Laser 5 unit 13 Days 100.000 6.500.000
j Rend Car 2 unit 13 Days 810.000 21.060.000

5 TRAVEL EXPENSES 168.000.000


a Trainer Trip 1 Package 1 kali 30.000.000
b Participant Trip 1 Package 1 kali 138.000.000

6 Belanja Jasa 55.250.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 5 13 OH 300.000 19.500.000
- Class Runner 5 13 OH 300.000 19.500.000

JUMLAH 1.517.035.000
97

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : KALIMANTAN UTARA

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 48.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 6 Persons 12 Days 500.000 36.000.000

2 TRAINING MATERIAL 29.000.000


a Seminar Kit 65 Persons 150.000 9.750.000
b Materials/Traning Modules 65 Persons 200.000 13.000.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 65 Persons 50.000 3.250.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 2 Class 500.000 1.000.000

3 ACOMODATION 438.150.000
a Trainer consolidation 6 persons 1 Days 550.000 3.300.000
b Trainer 6 persons 12 Days 550.000 39.600.000
c Participant 59 persons 12 Days 550.000 389.400.000
d Loundry 6 persons 13 Days 75.000 5.850.000

4 EQUIPMENT RENTAL 37.060.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 2 unit 12 Days 150.000 3.600.000
g Flip Chart 2 unit 13 Days 50.000 1.300.000
h Computer 4 unit 13 Days 100.000 5.200.000
i Printer Laser 2 unit 13 Days 100.000 2.600.000
j Rend Car 2 unit 13 Days 810.000 21.060.000

5 TRAVEL EXPENSES 72.000.000


a Trainer Trip 1 Package 1 kali 12.000.000
b Participant Trip 1 Package 1 kali 60.000.000

6 Belanja Jasa 31.850.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 2 13 OH 300.000 7.800.000
- Class Runner 2 13 OH 300.000 7.800.000

JUMLAH 656.060.000
98

RECAPULATION COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 4

NO. AMOUNT REMARKS

1 2 3 4

1 DI YOGYAKARTA
a. Honorarium 66.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 73.200.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

2 JAWA TIMUR
a. Honorarium 714.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 938.400.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

3 BALI
a. Honorarium 84.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 91.800.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

4 NUSA TENGGARA BARAT


a. Honorarium 102.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 187.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

5 TOTAL ( 1+2+3+4)
FEE MANAGEMENT .......% from ( %.... X
6
Total (Provisional Sum) (1a+1e+2a+2e+3a+3e+4a+4e))
7 TOTAL COST (5+6)
8 TAX 10 % from ( Total Cost ) ( 10% X 7 )
GRAND TOTAL Sum ( Total
9 (7+8)
Cost and Tax )
99

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : D.I YOGJAKARTA

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 66.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 9 Persons 12 Days 500.000 54.000.000

2 TRAINING MATERIAL 43.500.000


a Seminar Kit 100 Persons 150.000 15.000.000
b Materials/Traning Modules 100 Persons 200.000 20.000.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 100 Persons 50.000 5.000.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 3 Class 500.000 1.500.000

3 ACOMODATION 734.175.000
a Trainer consolidation 9 persons 1 Days 600.000 5.400.000
b Trainer 9 persons 12 Days 600.000 64.800.000
c Participant 91 persons 12 Days 600.000 655.200.000
d Loundry 9 persons 13 Days 75.000 8.775.000

4 EQUIPMENT RENTAL 40.810.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 3 unit 12 Days 150.000 5.400.000
g Flip Chart 3 unit 13 Days 50.000 1.950.000
h Computer 6 unit 13 Days 100.000 7.800.000
i Printer Laser 3 unit 13 Days 100.000 3.900.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 73.200.000


a Trainer Trip 1 Package 1 kali 18.000.000
b Participant Trip 1 Package 1 kali 55.200.000

6 Belanja Jasa 144.650.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 3 13 OH 300.000 11.700.000
- Class Runner 3 13 OH 300.000 11.700.000

JUMLAH 1.102.335.000
100

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : JAWA TIMUR

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 714.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 117 Persons 12 Days 500.000 702.000.000

2 TRAINING MATERIAL 537.900.000


a Seminar Kit 1291 Persons 150.000 193.650.000
b Materials/Traning Modules 1291 Persons 200.000 258.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 1291 Persons 50.000 64.550.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 39 Class 500.000 19.500.000

3 ACOMODATION 9.479.475.000
a Trainer consolidation 117 persons 1 Days 600.000 70.200.000
b Trainer 117 persons 12 Days 600.000 842.400.000
c Participant 1174 persons 12 Days 600.000 8.452.800.000
d Loundry 117 persons 13 Days 75.000 114.075.000

4 EQUIPMENT RENTAL 269.150.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 39 unit 12 Days 150.000 70.200.000
g Flip Chart 39 unit 13 Days 50.000 25.350.000
h Computer 78 unit 13 Days 100.000 101.400.000
i Printer Laser 39 unit 13 Days 100.000 50.700.000
j Rend Car 2 unit 13 Days 700.000 18.200.000

5 TRAVEL EXPENSES 938.400.000


a Trainer Trip 1 Package 1 kali 234.000.000
b Participant Trip 1 Package 1 kali 704.400.000

6 Belanja Jasa 320.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 39 13 OH 300.000 152.100.000
- Class Runner 39 13 OH 300.000 152.100.000

JUMLAH 12.259.375.000
101

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : BALI

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 84.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 12 Persons 12 Days 500.000 72.000.000

2 TRAINING MATERIAL 53.600.000


a Seminar Kit 124 Persons 150.000 18.600.000
b Materials/Traning Modules 124 Persons 200.000 24.800.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 124 Persons 50.000 6.200.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 4 Class 500.000 2.000.000

3 ACOMODATION 1.511.700.000
a Trainer consolidation 12 persons 1 Days 1.000.000 12.000.000
b Trainer 12 persons 12 Days 1.000.000 144.000.000
c Participant 112 persons 12 Days 1.000.000 1.344.000.000
d Loundry 12 persons 13 Days 75.000 11.700.000

4 EQUIPMENT RENTAL 49.240.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 4 unit 12 Days 150.000 7.200.000
g Flip Chart 4 unit 13 Days 50.000 2.600.000
h Computer 8 unit 13 Days 100.000 10.400.000
i Printer Laser 4 unit 13 Days 100.000 5.200.000
j Rend Car 2 unit 13 Days 790.000 20.540.000

5 TRAVEL EXPENSES 91.800.000


a Trainer Trip 1 Package 1 kali 24.000.000
b Participant Trip 1 Package 1 kali 67.800.000

6 Belanja Jasa 47.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 4 13 OH 300.000 15.600.000
- Class Runner 4 13 OH 300.000 15.600.000

JUMLAH 1.837.790.000
102

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : NUSA TENGGARA BARAT

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 102.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 15 Persons 12 Days 500.000 90.000.000

2 TRAINING MATERIAL 72.900.000


a Seminar Kit 171 Persons 150.000 25.650.000
b Materials/Traning Modules 171 Persons 200.000 34.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 171 Persons 50.000 8.550.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 5 Class 500.000 2.500.000

3 ACOMODATION 1.564.875.000
a Trainer consolidation 15 persons 1 Days 750.000 11.250.000
b Trainer 15 persons 12 Days 750.000 135.000.000
c Participant 156 persons 12 Days 750.000 1.404.000.000
d Loundry 15 persons 13 Days 75.000 14.625.000

4 EQUIPMENT RENTAL 55.590.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 5 unit 12 Days 150.000 9.000.000
g Flip Chart 5 unit 13 Days 50.000 3.250.000
h Computer 10 unit 13 Days 100.000 13.000.000
i Printer Laser 5 unit 13 Days 100.000 6.500.000
j Rend Car 2 unit 13 Days 790.000 20.540.000

5 TRAVEL EXPENSES 187.000.000


a Trainer Trip 1 Package 1 kali 30.000.000
b Participant Trip 1 Package 1 kali 157.000.000

6 Belanja Jasa 55.250.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 5 13 OH 300.000 19.500.000
- Class Runner 5 13 OH 300.000 19.500.000

JUMLAH 2.037.615.000
103

RECAPULATION COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 5

NO. AMOUNT REMARKS

1 2 3 4

1 NUSA TENGGARA TIMUR


a. Honorarium 372.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 708.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

2 SULAWESI SELATAN
a. Honorarium 354.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 668.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

3 SULAWESI BARAT
a. Honorarium 84.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 129.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

4 MALUKU
a. Honorarium 138.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 346.500.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

5 TOTAL ( 1+2+3+4)
FEE MANAGEMENT .......% from ( %.... X
6
Total (Provisional Sum) (1a+1e+2a+2e+3a+3e+4a+4e))
7 TOTAL COST (5+6)
8 TAX 10 % from ( Total Cost ) ( 10% X 7 )
GRAND TOTAL Sum ( Total
9 (7+8)
Cost and Tax )
104

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : NUSA TENGGARA TIMUR

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 372.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 60 Persons 12 Days 500.000 360.000.000

2 TRAINING MATERIAL 270.800.000


a Seminar Kit 647 Persons 150.000 97.050.000
b Materials/Traning Modules 647 Persons 200.000 129.400.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 647 Persons 50.000 32.350.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 20 Class 500.000 10.000.000

3 ACOMODATION 5.535.300.000
a Trainer consolidation 60 persons 1 Days 700.000 42.000.000
b Trainer 60 persons 12 Days 700.000 504.000.000
c Participant 587 persons 12 Days 700.000 4.930.800.000
d Loundry 60 persons 13 Days 75.000 58.500.000

4 EQUIPMENT RENTAL 151.100.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 20 unit 12 Days 150.000 36.000.000
g Flip Chart 20 unit 13 Days 50.000 13.000.000
h Computer 40 unit 13 Days 100.000 52.000.000
i Printer Laser 20 unit 13 Days 100.000 26.000.000
j Rend Car 2 unit 13 Days 800.000 20.800.000

5 TRAVEL EXPENSES 708.000.000


a Trainer Trip 1 Package 1 kali 120.000.000
b Participant Trip 1 Package 1 kali 588.000.000

6 Belanja Jasa 277.250.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 20 13 OH 300.000 78.000.000
- Class Runner 20 13 OH 300.000 78.000.000

JUMLAH 7.314.450.000
105

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SULAWESI SELATAN

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 354.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 57 Persons 12 Days 500.000 342.000.000

2 TRAINING MATERIAL 255.500.000


a Seminar Kit 610 Persons 150.000 91.500.000
b Materials/Traning Modules 610 Persons 200.000 122.000.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 610 Persons 50.000 30.500.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 19 Class 500.000 9.500.000

3 ACOMODATION 5.588.325.000
a Trainer consolidation 57 persons 1 Days 750.000 42.750.000
b Trainer 57 persons 12 Days 750.000 513.000.000
c Participant 553 persons 12 Days 750.000 4.977.000.000
d Loundry 57 persons 13 Days 75.000 55.575.000

4 EQUIPMENT RENTAL 142.150.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 19 unit 12 Days 150.000 34.200.000
g Flip Chart 19 unit 13 Days 50.000 12.350.000
h Computer 38 unit 13 Days 100.000 49.400.000
i Printer Laser 19 unit 13 Days 100.000 24.700.000
j Rend Car 2 unit 13 Days 700.000 18.200.000

5 TRAVEL EXPENSES 668.000.000


a Trainer Trip 1 Package 1 kali 114.000.000
b Participant Trip 1 Package 1 kali 554.000.000

6 Belanja Jasa 164.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 19 13 OH 300.000 74.100.000
- Class Runner 19 13 OH 300.000 74.100.000

JUMLAH 7.172.425.000
106

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SULAWESI BARAT

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 84.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 12 Persons 12 Days 500.000 72.000.000

2 TRAINING MATERIAL 50.800.000


a Seminar Kit 117 Persons 150.000 17.550.000
b Materials/Traning Modules 117 Persons 200.000 23.400.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 117 Persons 50.000 5.850.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 4 Class 500.000 2.000.000

3 ACOMODATION 733.860.000
a Trainer consolidation 12 persons 1 Days 510.000 6.120.000
b Trainer 12 persons 12 Days 510.000 73.440.000
c Participant 105 persons 12 Days 510.000 642.600.000
d Loundry 12 persons 13 Days 75.000 11.700.000

4 EQUIPMENT RENTAL 47.160.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 4 unit 12 Days 150.000 7.200.000
g Flip Chart 4 unit 13 Days 50.000 2.600.000
h Computer 8 unit 13 Days 100.000 10.400.000
i Printer Laser 4 unit 13 Days 100.000 5.200.000
j Rend Car 2 unit 13 Days 710.000 18.460.000

5 TRAVEL EXPENSES 129.000.000


a Trainer Trip 1 Package 1 kali 24.000.000
b Participant Trip 1 Package 1 kali 105.000.000

6 Belanja Jasa 47.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 4 13 OH 300.000 15.600.000
- Class Runner 4 13 OH 300.000 15.600.000

JUMLAH 1.092.270.000
107

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : MALUKU

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 138.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 21 Persons 12 Days 500.000 126.000.000

2 TRAINING MATERIAL 94.700.000


a Seminar Kit 223 Persons 150.000 33.450.000
b Materials/Traning Modules 223 Persons 200.000 44.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 223 Persons 50.000 11.150.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 7 Class 500.000 3.500.000

3 ACOMODATION 1.908.375.000
a Trainer consolidation 21 persons 1 Days 700.000 14.700.000
b Trainer 21 persons 12 Days 700.000 176.400.000
c Participant 202 persons 12 Days 700.000 1.696.800.000
d Loundry 21 persons 13 Days 75.000 20.475.000

4 EQUIPMENT RENTAL 70.890.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 7 unit 12 Days 150.000 12.600.000
g Flip Chart 7 unit 13 Days 50.000 4.550.000
h Computer 14 unit 13 Days 100.000 18.200.000
i Printer Laser 7 unit 13 Days 100.000 9.100.000
j Rend Car 2 unit 13 Days 890.000 23.140.000

5 TRAVEL EXPENSES 346.500.000


a Trainer Trip 1 Package 1 kali 42.000.000
b Participant Trip 1 Package 1 kali 304.500.000

6 Belanja Jasa 70.850.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 7 13 OH 300.000 27.300.000
- Class Runner 7 13 OH 300.000 27.300.000

JUMLAH 2.629.315.000
108

RECAPULATION COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 6

NO. AMOUNT REMARKS

1 2 3 4

1 SULAWESI TENGAH
a. Honorarium 174.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 278.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

2 SULAWESI TENGGARA
a. Honorarium 264.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 408.800.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

3 GORONTALO
a. Honorarium 84.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 118.400.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

4 SUAWESI UTARA
a. Honorarium 174.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 270.800.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

5 MALUKU UTARA
a. Honorarium 120.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 498.500.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

6 KALIMANTAN BARAT
a. Honorarium 174.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 320.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

7 TOTAL ( 1+2+3+4+5+6 )
( %.... X
FEE MANAGEMENT .......% from
8 (1a+1e+2a+2e+3a+3e+4a+4e+
Total (Provisional Sum)
5a+5e+6a+6e))
9 TOTAL COST (7+8)
10 TAX 10 % from ( Total Cost ) ( 10% X 9 )
GRAND TOTAL Sum ( Total
11 ( 9 + 10 )
Cost and Tax )
109

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SULAWESI TENGAH

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 174.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 27 Persons 12 Days 500.000 162.000.000

2 TRAINING MATERIAL 128.900.000


a Seminar Kit 306 Persons 150.000 45.900.000
b Materials/Traning Modules 306 Persons 200.000 61.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 306 Persons 50.000 15.300.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 9 Class 500.000 4.500.000

3 ACOMODATION 2.208.735.000
a Trainer consolidation 27 persons 1 Days 590.000 15.930.000
b Trainer 27 persons 12 Days 590.000 191.160.000
c Participant 279 persons 12 Days 590.000 1.975.320.000
d Loundry 27 persons 13 Days 75.000 26.325.000

4 EQUIPMENT RENTAL 80.470.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 9 unit 12 Days 150.000 16.200.000
g Flip Chart 9 unit 13 Days 50.000 5.850.000
h Computer 18 unit 13 Days 100.000 23.400.000
i Printer Laser 9 unit 13 Days 100.000 11.700.000
j Rend Car 2 unit 13 Days 770.000 20.020.000

5 TRAVEL EXPENSES 278.000.000


a Trainer Trip 1 Package 1 kali 54.000.000
b Participant Trip 1 Package 1 kali 224.000.000

6 Belanja Jasa 191.450.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 9 13 OH 300.000 35.100.000
- Class Runner 9 13 OH 300.000 35.100.000

JUMLAH 3.061.555.000
110

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SULAWESI TENGGARA

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 264.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 42 Persons 12 Days 500.000 252.000.000

2 TRAINING MATERIAL 188.200.000


a Seminar Kit 448 Persons 150.000 67.200.000
b Materials/Traning Modules 448 Persons 200.000 89.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 448 Persons 50.000 22.400.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 14 Class 500.000 7.000.000

3 ACOMODATION 3.020.850.000
a Trainer consolidation 42 persons 1 Days 550.000 23.100.000
b Trainer 42 persons 12 Days 550.000 277.200.000
c Participant 406 persons 12 Days 550.000 2.679.600.000
d Loundry 42 persons 13 Days 75.000 40.950.000

4 EQUIPMENT RENTAL 112.220.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 14 unit 12 Days 150.000 25.200.000
g Flip Chart 14 unit 13 Days 50.000 9.100.000
h Computer 28 unit 13 Days 100.000 36.400.000
i Printer Laser 14 unit 13 Days 100.000 18.200.000
j Rend Car 2 unit 13 Days 770.000 20.020.000

5 TRAVEL EXPENSES 408.800.000


a Trainer Trip 1 Package 1 kali 84.000.000
b Participant Trip 1 Package 1 kali 324.800.000

6 Belanja Jasa 125.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 14 13 OH 300.000 54.600.000
- Class Runner 14 13 OH 300.000 54.600.000

JUMLAH 4.119.520.000
111

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : GORONTALO

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 84.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 12 Persons 12 Days 500.000 72.000.000

2 TRAINING MATERIAL 56.000.000


a Seminar Kit 130 Persons 150.000 19.500.000
b Materials/Traning Modules 130 Persons 200.000 26.000.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 130 Persons 50.000 6.500.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 4 Class 500.000 2.000.000

3 ACOMODATION 1.033.500.000
a Trainer consolidation 12 persons 1 Days 650.000 7.800.000
b Trainer 12 persons 12 Days 650.000 93.600.000
c Participant 118 persons 12 Days 650.000 920.400.000
d Loundry 12 persons 13 Days 75.000 11.700.000

4 EQUIPMENT RENTAL 47.940.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 4 unit 12 Days 150.000 7.200.000
g Flip Chart 4 unit 13 Days 50.000 2.600.000
h Computer 8 unit 13 Days 100.000 10.400.000
i Printer Laser 4 unit 13 Days 100.000 5.200.000
j Rend Car 2 unit 13 Days 740.000 19.240.000

5 TRAVEL EXPENSES 118.400.000


a Trainer Trip 1 Package 1 kali 24.000.000
b Participant Trip 1 Package 1 kali 94.400.000

6 Belanja Jasa 47.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 4 13 OH 300.000 15.600.000
- Class Runner 4 13 OH 300.000 15.600.000

JUMLAH 1.387.290.000
112

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : SULAWESI UTARA

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 174.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 27 Persons 12 Days 500.000 162.000.000

2 TRAINING MATERIAL 125.700.000


a Seminar Kit 298 Persons 150.000 44.700.000
b Materials/Traning Modules 298 Persons 200.000 59.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 298 Persons 50.000 14.900.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 9 Class 500.000 4.500.000

3 ACOMODATION 2.548.425.000
a Trainer consolidation 27 persons 1 Days 700.000 18.900.000
b Trainer 27 persons 12 Days 700.000 226.800.000
c Participant 271 persons 12 Days 700.000 2.276.400.000
d Loundry 27 persons 13 Days 75.000 26.325.000

4 EQUIPMENT RENTAL 81.250.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 9 unit 12 Days 150.000 16.200.000
g Flip Chart 9 unit 13 Days 50.000 5.850.000
h Computer 18 unit 13 Days 100.000 23.400.000
i Printer Laser 9 unit 13 Days 100.000 11.700.000
j Rend Car 2 unit 13 Days 800.000 20.800.000

5 TRAVEL EXPENSES 270.800.000


a Trainer Trip 1 Package 1 kali 54.000.000
b Participant Trip 1 Package 1 kali 216.800.000

6 Belanja Jasa 86.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 9 13 OH 300.000 35.100.000
- Class Runner 9 13 OH 300.000 35.100.000

JUMLAH 3.286.625.000
113

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : MALUKU UTARA

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 120.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 18 Persons 12 Days 500.000 108.000.000

2 TRAINING MATERIAL 86.200.000


a Seminar Kit 203 Persons 150.000 30.450.000
b Materials/Traning Modules 203 Persons 200.000 40.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 203 Persons 50.000 10.150.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 6 Class 500.000 3.000.000

3 ACOMODATION 1.330.440.000
a Trainer consolidation 18 persons 1 Days 535.000 9.630.000
b Trainer 18 persons 12 Days 535.000 115.560.000
c Participant 185 persons 12 Days 535.000 1.187.700.000
d Loundry 18 persons 13 Days 75.000 17.550.000

4 EQUIPMENT RENTAL 64.800.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 6 unit 12 Days 150.000 10.800.000
g Flip Chart 6 unit 13 Days 50.000 3.900.000
h Computer 12 unit 13 Days 100.000 15.600.000
i Printer Laser 6 unit 13 Days 100.000 7.800.000
j Rend Car 2 unit 13 Days 900.000 23.400.000

5 TRAVEL EXPENSES 498.500.000


a Trainer Trip 1 Package 1 kali 36.000.000
b Participant Trip 1 Package 1 kali 462.500.000

6 Belanja Jasa 63.050.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 6 13 OH 300.000 23.400.000
- Class Runner 6 13 OH 300.000 23.400.000

JUMLAH 2.162.990.000
114

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : KALIMANTAN BARAT

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 174.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 27 Persons 12 Days 500.000 162.000.000

2 TRAINING MATERIAL 123.300.000


a Seminar Kit 292 Persons 150.000 43.800.000
b Materials/Traning Modules 292 Persons 200.000 58.400.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 292 Persons 50.000 14.600.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 9 Class 500.000 4.500.000

3 ACOMODATION 2.215.545.000
a Trainer consolidation 27 persons 1 Days 620.000 16.740.000
b Trainer 27 persons 12 Days 620.000 200.880.000
c Participant 265 persons 12 Days 620.000 1.971.600.000
d Loundry 27 persons 13 Days 75.000 26.325.000

4 EQUIPMENT RENTAL 80.730.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 9 unit 12 Days 150.000 16.200.000
g Flip Chart 9 unit 13 Days 50.000 5.850.000
h Computer 18 unit 13 Days 100.000 23.400.000
i Printer Laser 9 unit 13 Days 100.000 11.700.000
j Rend Car 2 unit 13 Days 780.000 20.280.000

5 TRAVEL EXPENSES 320.000.000


a Trainer Trip 1 Package 1 kali 54.000.000
b Participant Trip 1 Package 1 kali 266.000.000

6 Belanja Jasa 86.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 9 13 OH 300.000 35.100.000
- Class Runner 9 13 OH 300.000 35.100.000

JUMLAH 3.000.025.000
115

RECAPULATION COST PROPOSAL FOR


PRE SERVICES TRAINING FOR PENDAMPING DESA PACKAGE 7

NO. AMOUNT REMARKS

1 2 3 4

1 PAPUA BARAT
a. Honorarium 300.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 1.303.500.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

2 PAPUA
a. Honorarium 804.000.000 Provisional Sum - Fixed Unit Rate
b. Material Training Competitive - Fixed Unit Rate
c. Accomodation Competitive - Fixed Unit Rate
d. Equipment Rental Competitive - Fixed Unit Rate
e. Transport 3.529.000.000 Provisional Sum - At Cost
f Remuneration Competitive - Fixed Unit Rate
sub total

3 TOTAL ( 1+2)
4 FEE MANAGEMENT .......% from ( %.... X (1a+1e+2a+2e))
5 TOTAL COST (3+4)
6 TAX 10 % from ( Total Cost ) ( 10% X 5 )
GRAND TOTAL Sum ( Total
7 (5+6)
Cost and Tax )
116

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : PAPUA BARAT

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 300.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 48 Persons 12 Days 500.000 288.000.000

2 TRAINING MATERIAL 222.400.000


a Seminar Kit 531 Persons 150.000 79.650.000
b Materials/Traning Modules 531 Persons 200.000 106.200.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 531 Persons 50.000 26.550.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 16 Class 500.000 8.000.000

3 ACOMODATION 3.898.800.000
a Trainer consolidation 48 persons 1 Days 600.000 28.800.000
b Trainer 48 persons 12 Days 600.000 345.600.000
c Participant 483 persons 12 Days 600.000 3.477.600.000
d Loundry 48 persons 13 Days 75.000 46.800.000

4 EQUIPMENT RENTAL 130.380.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 16 unit 12 Days 150.000 28.800.000
g Flip Chart 16 unit 13 Days 50.000 10.400.000
h Computer 32 unit 13 Days 100.000 41.600.000
i Printer Laser 16 unit 13 Days 100.000 20.800.000
j Rend Car 2 unit 13 Days 980.000 25.480.000

5 TRAVEL EXPENSES 1.303.500.000


a Trainer Trip 1 Package 1 kali 96.000.000
b Participant Trip 1 Package 1 kali 1.207.500.000

6 Belanja Jasa 246.050.000


- Contract Manager 1 5 OB 11.500.000 57.500.000
- Accountant 1 5 OB 9.500.000 47.500.000
- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 16 13 OH 300.000 62.400.000
- Class Runner 16 13 OH 300.000 62.400.000

JUMLAH 6.101.130.000
117

RINCIAN ANGGARAN BIAYA


PELATIHAN PRA TUGAS PENDAMPING DESA

PROVINSI : PAPUA

EXPENDITURE/
NO VOLUME UNIT COST TOTAL
DESCRIPTION OF EXPENDITURE
1 2 3 4

1 HONORARIUM 804.000.000
a Narasumber 6 Persons 2 Hours 1.000.000 12.000.000
b Honorarium Trainer 132 Persons 12 Days 500.000 792.000.000

2 TRAINING MATERIAL 599.200.000


a Seminar Kit 1438 Persons 150.000 215.700.000
b Materials/Traning Modules 1438 Persons 200.000 287.600.000
c Documentation 1 Package 500.000 500.000
d Reporting 1 Package 500.000 500.000
e Copying Material 1438 Persons 50.000 71.900.000
f Banner 2 unit 500.000 1.000.000
g Materials Stationery 44 Class 500.000 22.000.000

3 ACOMODATION 11.430.900.000
a Trainer consolidation 132 persons 1 Days 650.000 85.800.000
b Trainer 132 persons 12 Days 650.000 1.029.600.000
c Participant 1306 persons 12 Days 650.000 10.186.800.000
d Loundry 132 persons 13 Days 75.000 128.700.000

4 EQUIPMENT RENTAL 309.350.000


a Classroom Consolidation 1 Class 1 Days 1.500.000 1.500.000
b Classroom Training Class 12 Days 1.500.000 -
c Handycam 1 unit 12 Days 150.000 1.800.000
d Infocus 44 unit 12 Days 150.000 79.200.000
g Flip Chart 44 unit 13 Days 50.000 28.600.000
h Computer 88 unit 13 Days 100.000 114.400.000
i Printer Laser 44 unit 13 Days 100.000 57.200.000
j Rend Car 2 unit 13 Days 1.025.000 26.650.000

5 TRAVEL EXPENSES 3.529.000.000


a Trainer Trip 1 Package 1 kali 264.000.000
b Participant Trip 1 Package 1 kali 3.265.000.000

6 Belanja Jasa 359.450.000


- Coordinator Class 1 13 OH 450.000 5.850.000
- Financial Administration staff 1 13 OH 400.000 5.200.000
- Equipment staff 1 13 OH 400.000 5.200.000
- Clerk 44 13 OH 300.000 171.600.000
- Class Runner 44 13 OH 300.000 171.600.000

JUMLAH 17.031.900.000
118

Part III – Conditions of Contract and


Contract Forms
119

Section VI. General Conditions of Contract


Table of Clauses
A. General Provisions ...........................................................................................................57
1.1 Definitions........................................................................................................57
1.2 Applicable Law ................................................................................................58
1.3 Language ..........................................................................................................58
1.4 Notices .............................................................................................................58
1.5 Location ...........................................................................................................59
1.6 Authorized Representatives .............................................................................59
1.7 Inspection and Audit by the Bank ....................................................................59
1.8 Taxes and Duties ..............................................................................................59

2. Commencement, Completion, Modification, and Termination of Contract ...............59


2.1 Effectiveness of Contract .................................................................................59
2.3 Intended Completion Date ...............................................................................59
2.4 Modification .....................................................................................................60
2.5 Force Majeure ..................................................................................................60
2.6 Termination ......................................................................................................60

3. Obligations of the Service Provider.................................................................................63


3.1 General .............................................................................................................63
3.2 Conflict of Interests..........................................................................................63
3.3 Confidentiality ...............................................................................................128
3.4 Insurance to be Taken Out by the Service Provider ......................................128
3.5 Service Provider’s Actions Requiring Employer’s Prior Approval ...............128
3.6 Reporting Obligations ....................................................................................128
3.7 Documents Prepared by the Service Provider to Be the Property of the
Employer ........................................................................................................128
3.8 Liquidated Damages ......................................................................................129
3.9 Performance Security .....................................................................................129

4. Service Provider’s Personnel .........................................................................................129


4.1 Description of Personnel ................................................................................129
4.2 Removal and/or Replacement of Personnel ...................................................130

5. Obligations of the Employer ..........................................................................................130


5.1 Assistance and Exemptions............................................................................130
5.2 Change in the Applicable Law .......................................................................130
5.3 Services and Facilities....................................................................................130

6. Payments to the Service Provider ..................................................................................130


6.1 Lump-Sum Remuneration ..............................................................................130
6.2 Contract Price.................................................................................................131
6.3 Payment for Additional Services, and Performance Incentive
Compensation ................................................................................................131
120

6.4 Terms and Conditions of Payment .................................................................131


6.5 Interest on Delayed Payments ........................................................................133
6.6 Price Adjustment ............................................................................................133
6.7 Dayworks .............................................................................................................

7. Quality Control ...............................................................................................................134


7.1 Identifying Defects.........................................................................................134
7.2 Correction of Defects, and .............................................................................134

8. Settlement of Disputes ....................................................................................................135


8.1 Amicable Settlement ......................................................................................135
8.2 Dispute Settlement .........................................................................................135
121

Section VI. General Conditions of Contract


A. General Provisions
1.1 Definitions Unless the context otherwise requires, the following terms whenever
used in this Contract have the following meanings:
(a) The Adjudicator is the person appointed jointly by the
Employer and the Contractor to resolve disputes in the first
instance, as provided for in Sub-Clause 8.2 hereunder.
(b) “Activity Schedule” is the priced and completed list of items of
Services to be performed by the Service Provider forming part
of his Bid;
(c) “Bank” means the International Bank for Reconstruction and
Development, Washington, D.C., U.S.A.;

or
(c) “Association” means the International Development
Association, Washington, D.C., U.S.A.;
(d) “Completion Date” means the date of completion of the
Services by the Service Provider as certified by the Employer
(e) “Contract” means the Contract signed by the Parties, to which
these General Conditions of Contract (GCC) are attached,
together with all the documents listed in Clause 1 of such
signed Contract;
(f) “Contract Price” means the price to be paid for the performance
of the Services, in accordance with Clause 6;
(g) “Dayworks” means varied work inputs subject to payment on a
time basis for the Service Provider’s employees and equipment,
in addition to payments for associated materials and
administration.
(h) “Employer” means the party who employs the Service Provider
(i) “Foreign Currency” means any currency other than the currency
of the country of the Employer;
(j) “GCC” means these General Conditions of Contract;
(k) “Government” means the Government of the Employer’s
country;
(l) “Local Currency” means the currency of the country of the
122

Employer;
(m) “Member,” in case the Service Provider consist of a joint
venture of more than one entity, means any of these entities;
“Members” means all these entities, and “Member in Charge”
means the entity specified in the SC to act on their behalf in
exercising all the Service Provider’ rights and obligations
towards the Employer under this Contract;
(n) “Party” means the Employer or the Service Provider, as the case
may be, and “Parties” means both of them;
(o) “Personnel” means persons hired by the Service Provider or by
any Subcontractor as employees and assigned to the
performance of the Services or any part thereof;
(p) “Service Provider” is a person or corporate body whose Bid to
provide the Services has been accepted by the Employer;
(q) “Service Provider’s Bid” means the completed bidding
document submitted by the Service Provider to the Employer
(r) “SCC” means the Special Conditions of Contract by which the
GCC may be amended or supplemented;
(s) “Specifications” means the specifications of the service
included in the bidding document submitted by the Service
Provider to the Employer
(t) “Services” means the work to be performed by the Service
Provider pursuant to this Contract, as described in Appendix A;
and in the Specifications and Schedule of Activities included in
the Service Provider’s Bid.
(u) “Subcontractor” means any entity to which the Service Provider
subcontracts any part of the Services in accordance with the
provisions of Sub-Clauses 3.5 and 4.
1.2 Applicable Law The Contract shall be interpreted in accordance with the laws of the
Employer’s country, unless otherwise specified in the Special
Conditions of Contract (SCC).
1.3 Language This Contract has been executed in the language specified in the
SCC, which shall be the binding and controlling language for all
matters relating to the meaning or interpretation of this Contract.

1.4 Notices Any notice, request, or consent made pursuant to this Contract shall
be in writing and shall be deemed to have been made when delivered
in person to an authorized representative of the Party to whom the
communication is addressed, or when sent by registered mail, telex,
123

telegram, or facsimile to such Party at the address specified in the


SCC.
1.5 Location The Services shall be performed at such locations as are specified in
Appendix A, in the specifications and, where the location of a
particular task is not so specified, at such locations, whether in the
Government’s country or elsewhere, as the Employer may approve.

1.6 Authorized Any action required or permitted to be taken, and any document
Representatives required or permitted to be executed, under this Contract by the
Employer or the Service Provider may be taken or executed by the
officials specified in the SCC.
1.7 Inspection and The Service Provider shall permit the Bank to inspect its accounts
Audit by the and records relating to the performance of the Services and to have
Bank them audited by auditors appointed by the Bank, if so required by the
Bank.
1.8 Taxes and The Service Provider, Subcontractors, and their Personnel shall pay
Duties such taxes, duties, fees, and other impositions as may be levied
under the Applicable Law, the amount of which is deemed to have
been included in the Contract Price.

2. Commencement, Completion, Modification, and Termination of


Contract
2.1 Effectiveness of This Contract shall come into effect on the date the Contract is
Contract signed by both parties or such other later date as may be stated in
the SCC.
2.2 Commencement
of Services
2.2.1 Program Before commencement of the Services, the Service Provider shall
submit to the Employer for approval a Program showing the general
methods, arrangements, order and timing for all activities. The
Services shall be carried out in accordance with the approved
Program as updated.
2.2.2 Starting The Service Provider shall start carrying out the Services thirty (30)
Date days after the date the Contract becomes effective, or at such other
date as may be specified in the SCC.

2.3 Intended Unless terminated earlier pursuant to Sub-Clause 2.6, the Service
Completion Date Provider shall complete the activities by the Intended Completion
Date, as is specified in the SCC. If the Service Provider does not
complete the activities by the Intended Completion Date, it shall be
liable to pay liquidated damage as per Sub-Clause 3.8. In this case,
124

the Completion Date will be the date of completion of all activities.


2.4 Modification Modification of the terms and conditions of this Contract, including
any modification of the scope of the Services or of the Contract
Price, may only be made by written agreement between the Parties
and shall not be effective until the consent of the Bank or of the
Association, as the case may be, has been obtained.

2.5 Force Majeure

2.5.1 Definition For the purposes of this Contract, “Force Majeure” means an event
which is beyond the reasonable control of a Party and which makes
a Party’s performance of its obligations under the Contract
impossible or so impractical as to be considered impossible under
the circumstances.
2.5.2 No Breach The failure of a Party to fulfill any of its obligations under the
of Contract contract shall not be considered to be a breach of, or default under,
this Contract insofar as such inability arises from an event of Force
Majeure, provided that the Party affected by such an event (a) has
taken all reasonable precautions, due care and reasonable alternative
measures in order to carry out the terms and conditions of this
Contract, and (b) has informed the other Party as soon as possible
about the occurrence of such an event.
2.5.3 Extension Any period within which a Party shall, pursuant to this Contract,
of Time complete any action or task, shall be extended for a period equal to
the time during which such Party was unable to perform such action
as a result of Force Majeure.
2.5.4 Payments During the period of their inability to perform the Services as a
result of an event of Force Majeure, the Service Provider shall be
entitled to continue to be paid under the terms of this Contract, as
well as to be reimbursed for additional costs reasonably and
necessarily incurred by them during such period for the purposes of
the Services and in reactivating the Service after the end of such
period.

2.6 Termination

2.6.1 By the The Employer may terminate this Contract, by not less than thirty
Employer (30) days’ written notice of termination to the Service Provider, to
be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Sub-Clause 2.6.1:
(a) if the Service Provider does not remedy a failure in the
performance of its obligations under the Contract, within
thirty (30) days after being notified or within any further
period as the Employer may have subsequently approved in
125

writing;
(b) if the Service Provider become insolvent or bankrupt;
(c) if, as the result of Force Majeure, the Service Provider is
unable to perform a material portion of the Services for a
period of not less than sixty (60) days; or
(d) if the Service Provider, in the judgment of the Employer has
engaged in corrupt or fraudulent practices in competing for or
in executing the Contract.
For the purposes of this Sub-Clause:
(i) “corrupt practice”6 is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party;
(ii) “fraudulent practice”7 is any act or omission, including a
misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
(iii) “collusive practice”8 is an arrangement between two or
more parties designed to achieve an improper purpose,
including to influence improperly the actions of another
party;
(iv) “coercive practice”9 is impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly
the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede a
Bank investigation into allegations of a corrupt,

6
For the purpose of this Contract, “another party” refers to a public official acting in relation to the
procurement process or contract execution. In this context, “public official” includes World Bank staff and
employees of other organizations taking or reviewing procurement decisions.
7
For the purpose of this Contract, “party” refers to a public official; the terms “benefit” and “obligation”
relate to the procurement process or contract execution; and the “act or omission” is intended to influence
the procurement process or contract execution.
8
For the purpose of this Contract, “parties” refers to participants in the procurement process (including
public officials) attempting to establish bid prices at artificial, non competitive levels.
9
For the purpose of this Contract, “party” refers to a participant in the procurement process or contract
execution.
126

fraudulent, coercive or collusive practice; and/or


threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of
matters relevant to the investigation or from
pursuing the investigation, or
(bb) acts intended to materially impede the exercise of
the Bank’s inspection and audit rights provided
for under para. 1.14 (e) of the Bank’s
Procurement Guidelines.

2.6.2 By the The Service Provider may terminate this Contract, by not less than
Service thirty (30) days’ written notice to the Employer, such notice to be
Provider given after the occurrence of any of the events specified in
paragraphs (a) and (b) of this Sub-Clause 2.6.2:
(a) if the Employer fails to pay any monies due to the Service
Provider pursuant to this Contract and not subject to dispute
pursuant to Clause 7 within forty-five (45) days after
receiving written notice from the Service Provider that such
payment is overdue; or
(b) if, as the result of Force Majeure, the Service Provider is
unable to perform a material portion of the Services for a
period of not less than sixty (60) days.
2.6.3 Suspension In the event that the World Bank suspends the loan or Credit to the
of Loan or Employer, from which part of the payments to the Service Provider
Credit are being made:
(a) The Employer is obligated to notify the Service Provider of
such suspension within 7 days of having received the World
Bank’s suspension notice.
(b) If the Service Provider has not received sums due to by the due
date stated in the SCC in accordance with Sub-Clause 6.5 the
Service Provider may immediately issue a 14 day termination
notice.
2.6.4 Payment Upon termination of this Contract pursuant to Sub-Clauses 2.6.1 or
upon 2.6.2, the Employer shall make the following payments to the
Termination Service Provider:
(a) remuneration pursuant to Clause 6 for Services satisfactorily
performed prior to the effective date of termination;
(b) except in the case of termination pursuant to paragraphs (a),
(b), (d) of Sub-Clause 2.6.1, reimbursement of any reasonable
cost incident to the prompt and orderly termination of the
127

Contract, including the cost of the return travel of the


Personnel.

3. Obligations of the Service Provider


3.1 General The Service Provider shall perform the Services in accordance with
the Specifications and the Activity Schedule, and carry out its
obligations with all due diligence, efficiency, and economy, in
accordance with generally accepted professional techniques and
practices, and shall observe sound management practices, and
employ appropriate advanced technology and safe methods. The
Service Provider shall always act, in respect of any matter relating
to this Contract or to the Services, as faithful adviser to the
Employer, and shall at all times support and safeguard the
Employer’s legitimate interests in any dealings with Subcontractors
or third parties.

3.2 Conflict of
Interests
3.2.1 Service The remuneration of the Service Provider pursuant to Clause 6
Provider shall constitute the Service Provider’s sole remuneration in
Not to connection with this Contract or the Services, and the Service
Benefit Provider shall not accept for their own benefit any trade
from commission, discount, or similar payment in connection with
Commissio activities pursuant to this Contract or to the Services or in the
ns and discharge of their obligations under the Contract, and the Service
Discounts. Provider shall use their best efforts to ensure that the Personnel, any
Subcontractors, and agents of either of them similarly shall not
receive any such additional remuneration.
3.2.2 Service The Service Provider agree that, during the term of this Contract
Provider and after its termination, the Service Provider and its affiliates, as
and well as any Subcontractor and any of its affiliates, shall be
Affiliates disqualified from providing goods, works, or Services (other than
Not to be the Services and any continuation thereof) for any project resulting
Otherwise from or closely related to the Services.
Interested
in Project

3.2.3 Prohibition Neither the Service Provider nor its Subcontractors nor the
of Personnel shall engage, either directly or indirectly, in any of the
Conflicting following activities:
Activities
(a) during the term of this Contract, any business or professional
activities in the Government’s country which would conflict
128

with the activities assigned to them under this Contract;


(b) during the term of this Contract, neither the Service Provider
nor their Subcontractors shall hire public employees in active
duty or on any type of leave, to perform any activity under
this Contract;
(c) after the termination of this Contract, such other activities as
may be specified in the SCC.
3.3 Confidentiality The Service Provider, its Subcontractors, and the Personnel of
either of them shall not, either during the term or within two (2)
years after the expiration of this Contract, disclose any proprietary
or confidential information relating to the Project, the Services, this
Contract, or the Employer’s business or operations without the
prior written consent of the Employer.
3.4 Insurance to be The Service Provider (a) shall take out and maintain, and shall
Taken Out by cause any Subcontractors to take out and maintain, at its (or the
the Service Subcontractors’, as the case may be) own cost but on terms and
Provider conditions approved by the Employer, insurance against the risks,
and for the coverage, as shall be specified in the SCC; and (b) at
the Employer’s request, shall provide evidence to the Employer
showing that such insurance has been taken out and maintained and
that the current premiums have been paid.
3.5 Service The Service Provider shall obtain the Employer’s prior approval in
Provider’s writing before taking any of the following actions:
Actions
Requiring (a) entering into a subcontract for the performance of any part of
Employer’s the Services,
Prior Approval (b) appointing such members of the Personnel not listed by name
in Appendix C (“Key Personnel and Subcontractors”),
(c) changing the Program of activities; and
(d) any other action that may be specified in the SCC.
3.6 Reporting The Service Provider shall submit to the Employer the reports and
Obligations documents specified in Appendix B in the form, in the numbers,
and within the periods set forth in the said Appendix.
3.7 Documents All plans, drawings, specifications, designs, reports, and other
Prepared by the documents and software submitted by the Service Provider in
Service accordance with Sub-Clause 3.6 shall become and remain the
Provider to Be property of the Employer, and the Service Provider shall, not later
the Property of than upon termination or expiration of this Contract, deliver all
the Employer such documents and software to the Employer, together with a
129

detailed inventory thereof. The Service Provider may retain a copy


of such documents and software. Restrictions about the future use
of these documents, if any, shall be specified in the SCC.
3.8 Liquidated
Damages

3.8.1 Payments of The Service Provider shall pay liquidated damages to the Employer
Liquidated at the rate per day stated in the SCC for each day that the
Damages Completion Date is later than the Intended Completion Date. The
total amount of liquidated damages shall not exceed the amount
defined in the SCC. The Employer may deduct liquidated
damages from payments due to the Service Provider. Payment of
liquidated damages shall not affect the Service Provider’s
liabilities.

3.8.2 Correction If the Intended Completion Date is extended after liquidated


for Over- damages have been paid, the Employer shall correct any
payment overpayment of liquidated damages by the Service Provider by
adjusting the next payment certificate. The Service Provider shall
be paid interest on the overpayment, calculated from the date of
payment to the date of repayment, at the rates specified in Sub-
Clause 6.5.

3.8.3 Lack of If the Service Provider has not corrected a Defect within the time
performance specified in the Employer’s notice, a penalty for Lack of
penalty performance will be paid by the Service Provider. The amount to be
paid will be calculated as a percentage of the cost of having the
Defect corrected, assessed as described in Sub-Clause 7.2 and
specified in the SCC.
3.9 Performance The Service Provider shall provide the Performance Security to the
Security Employer no later than the date specified in the Letter of
acceptance. The Performance Security shall be issued in an amount
and form and by a bank or surety acceptable to the Employer, and
denominated in the types and proportions of the currencies in which
the Contract Price is payable. The performance Security shall be
valid until a date 28 days from the Completion Date of the Contract
in case of a bank guarantee, and until one year from the Completion
Date of the Contract in the case of a Performance Bond.

4. Service Provider’s Personnel


4.1 Description of The titles, agreed job descriptions, minimum qualifications, and
Personnel estimated periods of engagement in the carrying out of the Services
of the Service Provider’s Key Personnel are described in Appendix
C. The Key Personnel and Subcontractors listed by title as well as
130

by name in Appendix C are hereby approved by the Employer.


4.2 Removal and/or (a) Except as the Employer may otherwise agree, no changes shall
Replacement of be made in the Key Personnel. If, for any reason beyond the
Personnel reasonable control of the Service Provider, it becomes
necessary to replace any of the Key Personnel, the Service
Provider shall provide as a replacement a person of equivalent
or better qualifications.
(b) If the Employer finds that any of the Personnel have (i)
committed serious misconduct or have been charged with
having committed a criminal action, or (ii) have reasonable
cause to be dissatisfied with the performance of any of the
Personnel, then the Service Provider shall, at the Employer’s
written request specifying the grounds thereof, provide as a
replacement a person with qualifications and experience
acceptable to the Employer.
(c) The Service Provider shall have no claim for additional costs
arising out of or incidental to any removal and/or replacement
of Personnel.

5. Obligations of the Employer


5.1 Assistance and The Employer shall use its best efforts to ensure that the Government
Exemptions shall provide the Service Provider such assistance and exemptions as
specified in the SCC.
5.2 Change in the If, after the date of this Contract, there is any change in the Applicable
Applicable Law with respect to taxes and duties which increases or decreases the
Law cost of the Services rendered by the Service Provider, then the
remuneration and reimbursable expenses otherwise payable to the
Service Provider under this Contract shall be increased or decreased
accordingly by agreement between the Parties, and corresponding
adjustments shall be made to the amounts referred to in Sub-Clauses
6.2 (a) or (b), as the case may be.
5.3 Services and The Employer shall make available to the Service Provider the
Facilities Services and Facilities listed under Appendix F.

6. Payments to the Service Provider


6.1 Cost (a) An estimate of the cost of the Services payable in foreign
Estimates; currency is set forth in Appendix D. An estimate of the cost of the
Ceiling Services payable in local currency is set forth in Appendix E.
Amount (b) Except as may be otherwise agreed under Clause GC 2.4 and
subject to Clause GC 6.1(c), payments under this Contract shall
131

not exceed the ceilings in foreign currency and in local currency


specified in the SC.
(c) All Variations shall be included in updated Programs, and the
Activity Schedule, produced by the Service Provider. If the work
in the Variation corresponds to an item description in the priced
Activity Schedule, the rate in priced Activity Schedule shall be
used to calculate the value of the Variation. If the nature or timing
of the work in the Variation does not correspond with items in the
priced Activity Schedule, the quotation by the Service Provider
shall be in the form of new rates for the relevant items of work.

6.2Remuneration, (a) Subject to the ceilings specified in Clause GC 6.1(b) hereof, the
Reimbursable Employer shall pay to the Services Provider (i) remuneration as
Expenses and set forth in Clause GC 6.2(b) hereunder, and (ii) reimbursable
other costs expenses as set forth in Clause GC 6.2(e) hereunder; and (iv) fees
as set forth in Clause GC 6.2(f); Unless otherwise specified in the
SC, said remuneration shall be fixed for the duration of the
Contract. (b) Payment for the Personnel shall be determined on
the basis of time actually spent by such Personnel in the
performance of the Services after the date determined in
accordance with Clause GC 2.3 and Clause SC 2.3 (or such other
date as the Parties shall agree in writing), at the rates referred to in
Clause SC 6.2(b), and subject to price adjustment, if any,
specified in Clause SC 6.6.
(c) The remuneration rates referred to under paragraph (b) here above
shall cover: (i) such salaries and allowances as the Service
Provider shall have agreed to pay to the Personnel, and are
indicated in the Price Schedules under a single unit rate
'Remuneration';
(d) Payments for periods of less than one month shall be calculated on
calendar-day (one day being equivalent to 1/30th of a month).
(e) Reimbursable expenses actually and reasonably incurred by the
Service Provider in the performance of the Services.
(f) Fees will be paid based on the proposed, and agreed percentage,
multiplied by the total amount of remunerations and reimbursable.
6.3 Currency of 6.3.1 Foreign currency payments shall be made in the currency or
Payment currencies specified in the SC, and local currency payments shall be
made in the currency of the Employer’s country.
6.4 Mode of Billings and payments in respect of the Services shall be made as
Billing and follows:
Payment (a) Within the number of days after the Effective Date specified in
the SC, the Employer shall cause to be paid to the Service
Provider advance payments in foreign currency and in local
currency as specified in the SC. When the SC indicate advance
payment, this will be due after provision by the Service Provider
132

to the Employer of an advance payment guarantee acceptable to


the Employer in an amount (or amounts)and in a currency (or
currencies) specified in the SC. Such guarantee (i) to remain
effective until the advance payment has been fully set off, and (ii)
to be in the form set forth in Appendix G hereto, or in such other
form as the Employer shall have approved in writing. The
advance payments will be set off by the Employer in equal
installments against the invoices for the number of payments for
the services specified in the SC until said advance payments have
been fully set off.
(b) As soon as practicable and not later than fifteen (15) days after
the end of each calendar month during the period of the Services,
or after the end of each time intervals otherwise indicated in the
SC, the Service Provider shall submit to the Employer, in
duplicate, itemized statements, accompanied by copies of
invoices, vouchers and other appropriate supporting materials, of
the amounts payable pursuant to Clauses GC 6.3 and GC 6.4 for
such month, or any other period indicated in the SC. Separate
statements shall be submitted in respect of amounts payable in
foreign currency and in local currency. Each statement shall
distinguish that portion of the total eligible costs which pertains
to remuneration from that portion which pertains to reimbursable
expenses.
(c) The Employer shall pay the Service Provider’s statements within
sixty (60) days after the receipt by the Employer of such
statements with supporting documents. Payments shall be
adjusted for deductions for advance payments and retention.
Only such portion of a statement that is not satisfactorily
supported may be withheld from payment. Should any
discrepancy be found to exist between actual payment and costs
authorized to be incurred by the Service Provider, the Employer
may add or subtract the difference from any subsequent
payments. Interest at the annual rate specified in the SC shall
become payable as from the above due date on any amount due
by, but not paid on, such due date.
(d) The Employer shall retain from each payment due to the Service
Provider the proportion stated in the SC until Completion of the
Services
(e) The total amount retained shall be repaid to the Service Provider
upon completion of services, submission of the final report and a
final statement by the Service provider and approved as
satisfactory by the Employer. The Services shall be deemed
completed and finally accepted by the Employer and the final
report and final statement shall be deemed approved by the
Employer as satisfactory ninety (90) calendar days after receipt
of the final report and final statement by the Employer unless the
133

Employer, within such ninety (90) day period, gives written


notice to the Service Provider specifying in detail deficiencies in
the Services, the final report or final statement. The Service
Provider shall thereupon promptly make any necessary
corrections, and thereafter the foregoing process shall be
repeated. Any amount, which the Employer has paid or caused to
be paid in accordance with this Clause in excess of the amounts
actually payable in accordance with the provisions of this
Contract, shall be reimbursed by the Service Provider to the
Employer within thirty (30) days after receipt by the Service
Provider of notice thereof. Any such claim by the Employer for
reimbursement must be made within twelve (12) calendar months
after receipt by the Employer of a final report and a final
statement approved by the Employer in accordance with the
above.
(f) All payments under this Contract shall be made to the accounts of
the Service Provider specified in the SC.
(g) Payments in respect of remuneration, reimbursable expenses and
fees, which exceed the cost estimates for these items as set forth
in Appendices D and E, may be charged to the respective
contingencies provided for foreign and local currencies only if
such expenditures were Service Provider by the Employer prior
to being incurred.
(h) With the exception of the repayment of the retention money
under (e) above, payments do not constitute acceptance of the
Services nor relieve the Service Provider of any obligations
hereunder

6.5 Interest on If the Employer has delayed payments beyond fifteen (15) days after
Delayed the due date stated in the SCC, interest shall be paid to the Service
Payments Provider for each day of delay at the rate stated in the SCC.
6.6 Price 6.6.1 Prices shall be adjusted for fluctuations in the cost of inputs
Adjustment only if provided for in the SCC. If so provided, the amounts
certified in each payment certificate, after deducting for
Advance Payment, shall be adjusted by applying the
respective price adjustment factor to the payment amounts due
in each currency. Payments for remuneration made in
accordance with Clause GC 6.2(a) in [foreign and/or] [local]
currency shall be adjusted as follows:

(a) Remuneration paid in foreign currency pursuant to the


rates set forth in Appendix D shall be adjusted every 12
months (and, the first time, with effect for the
remuneration earned in the 13th calendar month after the
date of the Contract) by applying the following formula:
134

Rf  Rfo   0.1  0.9 


If
Ifo

where Rf is the adjusted remuneration, Rfo is the remuneration


payable on the basis of the rates set forth in Appendix F for
remuneration payable in foreign currency, If is the official
index for salaries in the country of the foreign currency for the
first month for which the adjustment is supposed to have
effect, and Ifo is the official index for salaries in the country of
the foreign currency for the month of the date of the Contract.

(b) Remuneration paid in local currency pursuant to the rates set


forth in Appendix E shall be adjusted every 12 months (and,
for the first time, with effect for the remuneration earned in
the 13th calendar month after the date of the Contract) by
applying the following formula:

Rl  Rlo   0.1  0.9 


Il
Ilo

where Rl is the adjusted remuneration, Rlo is the remuneration


payable on the basis of the rates set forth in Appendix E for
remuneration payable in local currency, Il is the official index
for salaries in the Employer’s country for the first month for
which the adjustment is to have effect and, Ilo is the official
index for salaries in the Employer’s country for the month of
the date of the Contract.

7. Quality Control
7.1 Identifying The principle and modalities of Inspection of the Services by the
Defects Employer shall be as indicated in the SCC. The Employer shall
check the Service Provider’s performance and notify him of any
Defects that are found. Such checking shall not affect the Service
Provider’s responsibilities. The Employer may instruct the Service
Provider to search for a Defect and to uncover and test any service
that the Employer considers may have a Defect. Defect Liability
Period is as defined in the SCC.
7.2 Correction of (a) The Employer shall give notice to the Service Provider of any
Defects, and Defects before the end of the Contract. The Defects liability
Lack of period shall be extended for as long as Defects remain to be
Performance corrected.
135

Penalty (b) Every time notice a Defect is given, the Service Provider shall
correct the notified Defect within the length of time specified
by the Employer’s notice.
(c) If the Service Provider has not corrected a Defect within the
time specified in the Employer’s notice, the Employer will
assess the cost of having the Defect corrected, the Service
Provider will pay this amount, and a Penalty for Lack of
Performance calculated as described in Sub-Clause 3.8.

8. Settlement of Disputes
8.1 Amicable The Parties shall use their best efforts to settle amicably all disputes
Settlement arising out of or in connection with this Contract or its interpretation.
8.2 Dispute 8.2.1 If any dispute arises between the Employer and the Service
Settlement Provider in connection with, or arising out of, the Contract or the
provision of the Services, whether during carrying out the
Services or after their completion, the matter shall be referred to
the Adjudicator within 14 days of the notification of
disagreement of one party to the other.
8.2.2 The Adjudicator shall give a decision in writing within 28 days
of receipt of a notification of a dispute.
8.2.3 The Adjudicator shall be paid by the hour at the rate specified in
the BDS and SCC, together with reimbursable expenses of the
types specified in the SCC, and the cost shall be divided equally
between the Employer and the Service Provider, whatever
decision is reached by the Adjudicator. Either party may refer a
decision of the Adjudicator to an Arbitrator within 28 days of the
Adjudicator’s written decision. If neither party refers the dispute
to arbitration within the above 28 days, the Adjudicator’s
decision will be final and binding.
8.2.4 The arbitration shall be conducted in accordance with the
arbitration procedure published by the institution named and in
the place shown in the SCC.
8.2.5 Should the Adjudicator resign or die, or should the Employer and
the Service Provider agree that the Adjudicator is not functioning
in accordance with the provisions of the Contract, a new
Adjudicator will be jointly appointed by the Employer and the
Service Provider. In case of disagreement between the Employer
and the Service Provider, within 30 days, the Adjudicator shall
be designated by the Appointing Authority designated in the
SCC at the request of either party, within 14 days of receipt of
136

such request.

Section VII. Special Conditions of Contract

Number of Amendments of, and Supplements to, Clauses in the General Conditions
GC Clause of Contract
1.1 (k) The words “in the Government’s country” are amended to read “in
Indonesia.”
1.1(e) The contract name is Event Organizer (EO) for providing logistical
support services for Pre-services Training of community empowerment
specialists (TAPM) and village facilitation personnel (PD)
[the reference name and number of the applicable region will be inserted at
the time of contract signing]
1.1(h) The Employer is Satuan Kerja Ditjen PPMD, Kemendesa PDTT.
1.1(m) The Member in Charge is Ridwan Soleman ST.
1.1(p) The Service Provider is ____________________
1.3 The language is English
1.4 The addresses are:
Employer: Satker Ditjen …….., ………
Attention: Ridwan Soleman ST. Pejabat Pembuat Komitmen (PPK) at
Ditjen PPMD, Kemendesa PDTT.
e-mail: ……………………..
Telephone:………………..
Telex: ……………………
Facsimile: ……………………

Service Provider:
Attention:
e-mail:
Telephone:
Telex:
137

Number of Amendments of, and Supplements to, Clauses in the General Conditions
GC Clause of Contract
Facsimile:
The Authorized Representatives are:
For the Employer: Satker Ditjen …………, ……………….
For the Service Provider:
1.8 The Service Provider shall include in its bid, as a clearly identifiable
separate line item, the estimated amount of local taxation (VAT). The VAT
will not be collected from the Service Provider (including any joint venture
member in case of joint ventures).
2.1 The date on which this Contract shall come into effect is upon signature
2.2.2 The Starting Date for the commencement of Services is one week from
effectiveness of services
2.3 The intended Completion date is five (5) months from contract effectiveness
as specified in SCC 2.1
3.1 An important obligation of the Service provider is to pay the assigned
professional staffs their salaries and benefits on time. Additionally the
Service Provider should ensure that all required equipment, operational
expenses, travel facilities, requirements for workshops etc.; as required
under the description of services are provided by the Service Provider in
accordance with the program of Activities approved by the Employer.
3.2.3 Activities prohibited after termination of this Contract are: Not applicable
3.4 The risks and coverage by insurance shall be:

(i) Third Party motor vehicle liability insurance in respect of motor


vehicles operated in the Government’s country by the Service Provider
or its Personnel or any Subcontractor or their Personnel, with a
minimum coverage of

• Rp. 10.000.000,-; for body injury


• Rp. 50.000.000,-; for bodily injury resulting in death
• Rp. 50.000.000,-; for invalidity

(ii) Third Party liability insurance, with a minimum coverage of

• Rp. 10.000.000,-; for body injury


• Rp. 50.000.000,-; for bodily injury resulting in death
• Rp. 50.000.000,-; for invalidity
(iii) Employer’s liability and workers’ compensation insurance in respect
of the Personnel of the Service Provider and of any Subcontractor, in
138

Number of Amendments of, and Supplements to, Clauses in the General Conditions
GC Clause of Contract
accordance with the relevant provisions of the Applicable Law, as well
as, with respect to such Personnel, any such life, health, accident,
travel or other insurance as may be appropriate; and

(iv) Professional liability with a minimum coverage of equivalent to the


contract value.

(v) Loss or damage to equipment and property: against loss of or damage


to
• equipment purchased in whole or in part with funds provided under
this Contract,
• the Service Provider’s property used in the performance of the
Services, and
• any documents prepared
3.5(d) The other actions are changing location or date for the activity
3.7 Restrictions on the use of documents prepared by the Service Provider are:
The Service Provider will not use any of the documents except with the
written authorization of the Employer
3.8.1 Not applicable
3.8.3 The percentage to be used for the calculation of lack of performance Penalty
is 0.5 % of the value of the contract as a lump sum amount per each event if
the firm delay the activities from date as stated in official letter from client
5.1 Not Applicable

6.1 (b) The ceiling in local currency is: [insert amount and currency]

"Payment of any amount in Indonesian currency (in rupiah) comprises


100% foreign assistance which is IDR xx.xxx.xxx.xxx,- . The physical
value of the PHLN portion IDR xx.xxx.xxx.xxx,- and counterpart portion
Rp 0,- VAT amount is IDR. X.xxx.xxx.xxx,- comprises VAT PHLN
portion is IDR. X.xxx.xxx.xxx,- (not withdrawn) and VAT counterpart
portion Rp 0,- (withdrawn).

The amount which has become due for payment for services will be effected
directly to the bank account(s) designated by the Service Provider. The
VAT amount is included in the contract price ceiling in local currency and
this VAT amount will be withheld and retained by KPPN as an adjustment
for the VAT applicable under the contract and not paid to the Service
Provider."
6.2(a) iii) The management fee quoted as a percentage of the total amount of
provisional sums shown in the Appendix E should however exclude items in
139

Number of Amendments of, and Supplements to, Clauses in the General Conditions
GC Clause of Contract
the Appendix E on which the Service Provider has quoted its unit rates as the
quoted unit rates are assumed to be inclusive of management cost, overhead
and profits and all other costs related to that item.
6.2(b) Remuneration of Support Staff will be the total remuneration, inclusive of
income tax. The unit rates and amounts for total remuneration quoted by the
bidder are specified in Appendix E. The unit rates shall be fixed, and
payment by the Employer to the Service Provider shall be made on the basis
of the fixed unit rates for total remuneration specified in the Contract
multiplied by the actual quantity of time (months) spent by each support
staff. The Service Provider will be required to submit with its payment
invoice, the time sheets signed by the respective support staff and certified
by the Service Provider to confirm that the actual time being claimed in the
payment invoice have actually been spent. Reimbursement of income tax
will be made on actual cost and should be supported by relevant documents
to show the actual payment made to government authorities for such taxes

6.2 (e) i) For all Reimbursable items (with the exception of expenses for
professional services/honorarium for resource person and transportation
for trainers and participants that includes ticket, airport tax, local
transportation cost, and taxi), the unit rates and amounts quoted by the
Service Provider in its Bid are specified in Appendix E. The unit rates
for these items quoted by the Service Provider in its Bid and specified in
the Contract shall be fixed, and payment by the Employer to the Service
Provider for these items shall be made on the basis of the fixed unit rates
specified in Appendix E multiplied by the actual quantities incurred.
The Service Provider will be required to submit with its payment
invoice, the supporting documentation to demonstrate that the quantities
being claimed in the payment invoice have actually been incurred, and
for these items there shall be no requirement for submission of
supporting documentation to demonstrate the actual unit cost or amount
incurred.

ii) For the remaining reimbursable items (with respect to expenses for
professional services/honorarium for resource person and transportation
for trainers and participants that includes ticket, airport tax, local
transportation cost, and taxi), the unit rates and amounts are specified
by the Employer in Appendix E. (a) Payment by the Employer to the
Service Provider for expenses for professional services/honorarium for
resource person will be made on the basis of fixed unit rates supported
by actual documentation to demonstrate that the quantities being
claimed in the payment invoice have actually been incurred and for
these items there shall be no requirement for submission of supporting
documentation to demonstrate the actual unit cost or amount incurred.
140

Number of Amendments of, and Supplements to, Clauses in the General Conditions
GC Clause of Contract
(b) Payment by the Employer to the Service Provider for transportation
for trainers and participants that includes ticket, airport tax, local
transportation cost, and taxi, shall be made by the Employer to the
Service Provider on the basis of At-Cost, supported by actual invoices to
demonstrate the actual unit cost, actual quantity, and actual amount
incurred. (c) The applicable payment terms (At-cost or Fixed unit rate)
for each item are indicated in Appendix E. The applicable payment
terms (fixed unit rate or actual cost) for each item are indicated in the
remarks column of cost table in activity schedule

6.2 (f) The fee percentage will be : xx %


6.4 (a) The following provisions shall apply to the advance payment and the
advance payment guarantee:
(1) An advance payment of ten percent (10%) of the value of the contract in
local currency shall be made within thirty days after the Effective Date.
The advance payment will be set off by the Employer in equal
installments against the statements for the first 12 months of the
Services until the advance payment has been fully set off.
(2) The advance payment guarantee shall be in the amount and in the
currency of the local currency portion of the advance payment.
(3) The Bank guarantee for the advance payment shall be released when the
advance payment has been fully amortized
6.4 (d) Retention will be 5%
6.4 (g) The accounts are:
for foreign currency: [N/A].
for local currency: [insert account].
6.5 The interest rate is the interest rate of lending for the same period published
by Bank Indonesia plus 3%
6.6 Remuneration shall not be subject to adjustment. Further, the unit rates
specified in the contract shall also not be subject to adjustment during the
extended period in the vent of extension of Completion Date pursuant to
SCC 2.3.
7.1 The Employer through its Technical Team has the obligation to advise the
Service Provider of the defects in writing within four (4) weeks of the
Respective quarter otherwise their performance is deemed satisfactory.
8.2.3 The rate is IDR 1.300.000 per hour plus reimbursable items such as
travelling, accommodation, and communication expenses. The employer
shall be responsible for paying of 50% of the rate.
141

Number of Amendments of, and Supplements to, Clauses in the General Conditions
GC Clause of Contract
8.2.4 The arbitration procedures of BANI will be used
8.2.5 The appointing Authority is BANI
Appendix Appendix which been used are:
Appendix A: Description of the Services;
Appendix B: Schedule of Payments;
Appendix E: Breakdown of Contract Price in Local Currency
142

Section VIII. Performance Specifications and Drawings


Not Applicable
143

Section IX. Contract Forms

Table of Forms

Performance Bank Guarantee (Conditional) ..........................................................................144

Performance Bank Guarantee (Unconditional) ......................................................................145

Performance Bond ................................................................... Error! Bookmark not defined.

Bank Guarantee for Advance Payment ..................................................................................146


144 User’s Guide

Performance Bank Guarantee (Conditional)


Not Applicable
User’s Guide 145

Performance Bank Guarantee (Unconditional)

To: _____________________

Whereas ________________ (hereinafter called “the Service Provider”) has undertaken, in


pursuance of Contract No. ________ dated ________ to execute
________________________ (hereinafter called “the Contract”);

And whereas it has been stipulated by you in the said Contract that the Service Provider shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligations in accordance with the Contract;

And whereas we have agreed to give the Service Provider such a Bank Guarantee;

Now therefore we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Service Provider, up to a total of ________, ________, such sum being payable in the
types and proportions of currencies in which the Contract Price is payable, and we undertake
to pay you, upon your first written demand and 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 for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Service Provider
before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the Services to be performed there under or of any of the Contract documents
which may be made between you and the Service Provider shall in any way release us from
any liability under this Guarantee, and we hereby waive notice of any such change, addition,
or modification.

This Guarantee shall be valid until a date 28 days from the date of issue of the Certificate of
Completion.

Signature and seal of the Guarantor

Name of Bank
Address
Date
146 User’s Guide

Bank Guarantee for Advance Payment

To: ______

Gentlemen:

In accordance with the provisions of the Conditions of Contract, Sub-Clause 6.4 (“Terms and
Conditions of Payment”) of the above-mentioned Contract, __________ (hereinafter called
“the Service Provider”) shall deposit with _________ a Bank Guarantee to guarantee his
proper and faithful performance under the said Clause of the Contract in an amount of
_________ _________

We, the __________________, as instructed by the Service Provider, agree unconditionally


and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to
__________________ on his first demand without whatsoever right of objection on our part
and without his first claim to the Service Provider, in the amount not exceeding _________
_________

We further agree that no change or addition to or other modification of the terms of the
Contract or of Services to be performed there under or of any of the Contract documents
which may be made between __________________ and the Service Provider, shall in any
way release us from any liability under this Guarantee, and we hereby waive notice of any
such change, addition, or modification.

This Guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until __________________ receives full repayment of the same amount
from the Service Provider.

Yours truly,

Signature and seal:

Name of Bank/Financial Institution:


Address:
Date:
User’s Guide 147

Appendix A: Description of the Services


148 User’s Guide

Appendix B: Schedule of Payments


User’s Guide 149

Appendix E: Breakdown of Contract Price in Local Currency

You might also like