MR 73/2018 TENDER FOR SUPPLY OF ELECTRIC ARC FLASH PROTECTIVE CLOTHING FIJI ELECTRICITY AUTHORITY

Similar documents
Tender for Supply of 60 x Underground Fibre Pits

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

Tender Document. MR 145/ Construct New Lube Oil Containment Bund at Labasa Power Station. Fiji Electricity Authority Generation 02-Jun-17

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Tender for the Supply of Fine Sand for 33kV Cabling Works in Suva

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

Supply & Installation of new Air Conditioning Units at various FEA Sites Fiji Wide

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

COUNTY GOVERNMENT OF NYERI

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

GEOTHERMAL DEVELOPMENT COMPANY LTD P.O. BOX TENDER FOR DESIGN, SUPPLY & INSTALLATION OF PREFABRICATED HOUSING UNITS AT KABARAK, NAKURU

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

A F R I C A N U N I O N Standard Bidding Document

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

ROADS AND FLEET MANAGEMENT DEPARTMENT

ETHICS AND ANTI-CORRUPTION COMMISSION

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

Procurement of Goods

REPUBLIC OF KENYA MINISTRY OF HEALTH

REPUBLIC OF SEYCHELLES

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT, STATE DEPARTMENT OF PUBLIC WORKS P. O

KARATINA UNIVERSITY PROPOSED LIBRARY

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

SPECIFICATIONS FOR TENDER # SUPPLY OF PROFESSIONAL IDENTIFICATION NAME TAGS FOR WESTERN HEALTH

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

REPUBLIC OF KENYA. MINISTRY OF MINING P. O. Box Nairobi Kenya Works Building, Ngong Road Nairobi, Kenya

(SUPPLIES BRANCH) SB : Supply of Station Wagon 4X2 Petrol CLOSING DATE:11th October, 2016 TIME:10:00AM (EAST AFRICAN TIME)

KENYA CIVIL AVIATION AUTHORITY

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

Tender for Provision of Single Channel per Carrier (SCPC) VSAT Link between Kamburu Power Station and Turkwel Power Station

CONTRACT NO. SU/QT/557N/14

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PROJECT: NASRUP SECTION 1B UNDERGROUND RELOCATION STAGE 4 FROM CH SCHEME: C (FROM WAQADRA SUB TO NATALY JUNCTION)

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016

MINISTRY OF INFORMATION COMMUNICATIONS AND TECHNOLOGY STATE DEPARTMENT OF ICT & INNOVATION TENDER NO. MICT&I/01/ For

BIDDING INVITATION RELATING TO ACMI LEASE OF AIRCRAFT AOAFF N 06/2018/AH-DP. Attention of Bidders is drawn to the following:

TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF UNIFIED SOLUTION. KoTDA/RFP/016/

MR 120/2015. SUPPLY OF 2 X 2MVA 415V/11kV 3 PHASE TRANSFORMERS

Disable friendly Washrooms at hostel blocks (A & E)

MR 303/2017. SURVEY OF 11kV SUBMARINE POWER CABLE ROUTE FROM MALAU JETTY IN VANUA LEVU TO MALI ISLAND AND FROM MALI TO VOROVORO ISLAND IN MACUATA

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

THE REPUBLIC OF KENYA. Kenya Electricity Transmission Co. Ltd. Bidding Document for Procurement of Plant Design, Supply and Installation

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

KENYA WILDLIFE SERVICE

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1

FOR PURCHASE OF LAND

GUJARAT TECHNOLOGICAL UNIVERSITY (Established Under Gujarat Act. No. 20 of 2007)

INSTRUCTIONS TO TENDERERS

REQUEST FOR PROPOSAL (RFP)

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

TENDER FOR ANNUAL LICENSE RENEWAL FOR MICROSOFT DYNAMICS NAVISION AND SYSTEMS INTERGRATION

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

PROVISION OF EVENTS MANAGEMENT SERVICES. TENDER NO.KRA/HQS/NCB-005/

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QUANTITY UNIT PRICE EXTENDED PRICE

REPUBLIC OF KENYA TENDER DOCUMENT FOR SALE OF BOARDED MOTOR VEHICLES. TENDER NO OAG&DOJ/006/ JANUARY 2017

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

PRE-BID MEETING VENUE : CONFERENCE HALL ANDHRA PRADESH FOODS, ROAD No. 14, IDA, NACHARAM HYDERABAD ANDHRA PRADESH, INDIA

KENYA URBAN ROADS AUTHORITY Efficient and Safe Urban Roads TENDER DOCUMENT FOR PERIODIC MAINTENANCE WORKS WITHIN WESTERN REGION

KENYA URBAN ROADS AUTHORITY

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

Grand Council of the Crees (Eeyou/Eenou Istchee) Grand Conseil des Cris (Eeyou/Eenou Istchee)

TENDER FOR SUPPLY & INSTALLATION OF MS OFFICE SOFTWARE LICENCES TENDER NO. NCA/T/21/

Measure. As per attached specifications in Appendix A Subtotal HST Total

TENDER DOCUMENT FOR DISPOSAL OF OBSOLETE, UNSERVICEABLE, AND SURPLUS STORES AND EQUIPMENT TENDER NO.KDB/D/2017

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

PREQUALIFICATION DOCUMENTS. for. Procurement of

Request for Proposal (RFP) N AFG/ELECT/5515/08

Government of India Ministry of Textiles, Textiles Committee P Balu Road, Prabhadevi Chowk, Prabhadevi Mumbai

Invitation to tender For Asbestos Removal Services

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

PROJECT: INCREASE DEMAND FOR UNIVERSITY OF FIJI- KULA STREET SAMABULA SCHEME: G115-15

KUDUMBASHREE STATE MISSION

RIFT VALLEY WATER SERVICES BOARD

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

Expression of Interest (EoI) for Setting up of Digital Signage Solution

SRI LANKA AIR FORCE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA BIDDING DOCUMENT [NATIONAL COMPETITIVE BIDDING]

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG

Memo. Date: November 30, 2006

Expression of Interest (EOI) For. Empanelment of lawyers

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

Transcription:

MR 73/2018 TENDER FOR SUPPLY OF ELECTRIC ARC FLASH FIJI ELECTRICITY AUTHORITY

REVISION HISTORY & DOCUMENT CONTROL Rev no. Notes Prepared By Reviewed By Date Issue 0.1 Issued for internal review Zainal Alim ULDW 22/1/18 of 2

TABLE OF CONTENT REVISION HISTORY & DOCUMENT CONTROL 2 1. INTRODUCTION AND SCOPE OF WORK 4 2. INSTRUCTION TO BIDDERS 4 2.1 Definitions 4 2.2 Eligible Bidders 5 2.3 Bid Document 5 2.4 Clarification of Bidding Document 5 2.5 Amendment of Bidding Document 5 2.6 Language of Bid 5 2.7 One Bid Per Bidder 6 2.8 Cost of Bidding 6 2.9 Bid Prices 6 2.10 Format and Signing of Bids 6 2.11 Sealing and Marking of Bids 6 2.12 Deadline for Submission of Bids 7 2.13 Late Bids 7 2.14 Modification and Withdrawal of Bids 7 2.15 Rejection of One or All Bids 8 2.16 Process to be Confidential 8 2.17 clarification of Bids 8 3. GENERAL CONDITION OF CONTRACT 8 4. REFERENCES 8 4.1 Applicable Standards 8 4.2 Applicable Laws 9 5. ENVIRONMENTAL CONDITIONS 9 6. TECHNICAL REQUIREMENTS 9 6.1 Electric Arc Flash Protective Clothing Design 9 6.2 Protective Coat 9 6.3 Protective Bib Overalls 9 6.4 Protective Hood 9 6.5 Protective Glove 9 6.6 Carry Bag 10 6.7 Workmanship 10 6.8 Labelling 10 7. INSPECTION AND TESTING 10 8. RELIABILITY 10 9. ENVIRONMENTAL CONSIDERATIONS 10 10. PACKAGING AND MARKING 10 11. QUALITY REQUIREMENTS 11 12. INFROMATION TO BE PROVIDED 11 APPENDIX A: SPECIFIC TECHNICAL REQUIREMENT 11 APPENDIX B: DEPARTURE FROM SPECIFICATIONS 12 3

1. INTRODUCTION AND SCOPE OF WORK Fiji Electricity Authority (FEA) is responsible for generation, transmission and distribution of electricity in Viti Levu, Vanua Levu, Ovalau and Tavueni in Fiji. By the end of 2016, the FEA had 174,530 customers. This included residential, commercial and institutional customers. FEA is seeking tender bids from reputable manufactures and suppliers for the supply of Electric Arc Flash Protective Clothing as required for safe Switch Gear Operation in its Distribution Network. The Electric Arc Flash Protective Clothing shall include the following: a) Coat : Torso and Sleeves protection b) Bib Overalls : Leg protection c) Hood : Face protection d) Arc Rated Glove : Hand protection e) Carry Bag : For Kit All supplied Electric Arc Flash Protective Clothing must be manufactured and tested to the standards outlined in these specifications. The tenderer shall state any non-compliance with the specification in the tender submission using the forms in the Appendix. FEA reserves its right to accept or reject any non-compliance. The Sizes and Quantity require for the Electric Arc Flash Protective Coating is a follows: Description Size Quantity Medium 7 Electric Arc Flash Protective Clothing Kit Large 12 (Coat, Bib Overalls, Hood, Arc Rated Extra Large 11 Gloves and Carry Bag) 2XL 7 3XL 8 2. INSTRUCTION TO BIDDERS 2.1. Definitions a) "The Purchaser" or Buyer means the Fiji Electricity Authority. Herein referred to as FEA. b) The Bidder or tenderer" means the individual or firm who participates in this Tender and submits its bid. c) "The Contractor/Supplier means the individual or firm supplying the goods under the contract. d) The Goods" means all the equipment, machinery, and/or other materials which the bidder is required to supply to the Purchaser under the contract. e) The Purchase Order / Work order means the order placed by the Purchaser on the supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as Contract appearing in the document. 4

f) The Contract Price means the price payable to the Supplier under the purchase order for the full and proper performance of its contractual obligations. 2.2. Eligible Bidders The invitation is open to all Bidders who have sound Financial Background, and have previous experience in design, manufacture and supply of Electric Arc Flash Protective Clothing. Bidders shall provide such evidences of their continued eligibility satisfactory to FEA as FEA shall reasonably request. Bidders who are not manufacturers of Electric Arc Flash Protective Clothing shall provide evidence of agency. Bidders shall not be under a declaration of ineligibility for corrupt or fraudulent practice. 2.3. Bid Document Bidding documents should be submitted in the enclosed form. All the pages of Bidding document should be signed by the Bidder. Sealed original Bidding document may be deposited in the tender box provided for the purpose in the office up to anytime from 8am to 4:30pm Monday to Thursday and 8am to 4:00pm Friday Fiji time. The bidder is expected to examine carefully the contents of this Bidding document. Failure to comply with the requirements of bid submission will be at the bidder s own risk. Bids which are not substantially responsive to the requirements of the bidding documents will be rejected. 2.4. Clarification of Bidding Document A prospective bidder requiring any clarification of the bidding documents may notify FEA in written by fax (hereinafter the term fax is deemed to include electronic transmission such as facsimile, cable and telex), or email address to: Tuvitu Delairewa General Manager Corporate Services 2 Marlo Street, Suva, Fiji. Phone: 679 3224 185 Facsimile: 679 331 1882 Email: TuvituD@fea.com.fj FEA will respond to any request for clarification which it receives earlier than 10 days prior to the deadline for submission of bids. 2.5. Amendment of Bidding Document At any time prior to the deadline for submission of bids, FEA may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by issuing addenda. 2.6. Language of Bid The bid, and all correspondence and documents related to the bid, exchange between the bidder and the FEA shall be written in the English language. 5

2.7. One Bid Per Bidder Each bidder shall submit only one bid. A bidder who submits or participates in more than one bid will cause all those bids to be rejected. 2.8. Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of its bids and FEA will in no case be responsible or liable for those costs. 2.9. Bid Prices Unless specified otherwise, Bidders shall quote for the entire facilities on a single responsibility basis such that the total bid price covers all the Supplier s obligation mentioned in or to be reasonably inferred from the bidding documents in respect of the design, manufacture, including procurement and subcontracting (if any), testing and delivery. Bidders shall give a breakdown of the prices in the manner and detail called for in this bidding document, or any issued addenda. The rates quoted should remain current for a maximum period of 150 days from the date of acceptance of the tender. "DISCOUNT, if any offered by the bidders shall not be considered unless they are specifically indicated in the price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free Installation, etc. into account. The point of delivery shall be FEA s Navutu Depot in Lautoka. The bidder shall clearly indicate the quoted price whether its VIP or VEP. Bidders are also required to indicate mode of transportation and who is responsible for the transportation cost. Prices shall be quoted in a single currency only. 2.10. Format and Signing of Bids The bidder shall prepare one original and one copy of the technical and financial proposals clearly marking each one as: ORIGINAL-TECHNICAL & PRICE PROPOSAL, COPY NO. 1 TECHNICAL & PRICE PROPOSAL, etc. as appropriate. In the event of discrepancy between the original and any copy, the original shall prevail. The original and all copies of the bid shall be typed or written in indelible ink (in the case of copies, Photostats are also acceptable) and shall be signed by a person or persons duly authorized to sign on behalf of the bidder. All pages of the bid where entries or amendments have been made shall be initialled by the person or persons signing the bid. The bid shall contain no alterations, omissions or additions, except those to comply with instructions issued by FEA, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialled by the person or persons signing the bid. 2.11. Sealing and Marking of Bids The bidder shall seal the original copy of the technical proposals and the original copy of the price proposals and each copy of the technical proposals and each copy of the price proposal in separate envelops clearly marking each one as: ORIGINAL-TECHNICAL & PRICE PROPOSAL, COPY NO. 1 TECHNICAL & PRICE PROPOSAL, etc. as appropriate. 6

The bidder shall seal the original bids and each copy of the bids in an inner and outer envelope, duly marking the envelopes as ORIGINAL, COPY NO. 1, etc. The inner and outer envelopes shall: a) Be addressed to FEA at the following address Tuvitu Delairewa General Manager Corporate Services 2 Marlow Street, Suva, Fiji. Phone: 679 3224 185 Facsimile: 679 331 1882 Email: TuvituD@fea.com.fj And b) bear the following identification: Bid for: BID Tender Number: MR 73/2018 DO NOT OPEN BEFORE: 1600 hours (Fiji Time), 22 nd March, 2018. In addition to the identification required, the inner envelope 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 Deadline for Submission of Bids. If the outer envelope is not sealed and marked as above, FEA will assume no responsibility for the misplacement or premature opening of the bid. 2.12. Deadline for Submission of Bids Bids must be received by FEA at the address specified above no later than 1600 hours (Fiji Time), Wednesday 21 st March, 2018. FEA may, at its discretion, extend the deadline for submission of bids by issuing an addendum, in which case all rights and obligations of FEA and the bidders previously subject to the original deadline will thereafter be subjected to the deadline extended. 2.13. Late Bids Any bids received by FEA after the deadline for submission of bids prescribed above will be rejected and returned unopened to the bidder. 2.14. Modification and Withdrawal of Bids The bidder may modify or withdraw its bid after bid submission, provided that written notice of the modification or withdrawal is received by FEA prior to the deadline for submission of bids. The bidder s modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with Sealing and Marking of Bids, with the outer and inner envelopes additionally 7

marked MODIFICATION or WITHDRAWAL, as appropriate. A withdrawal notice may also be sent by fax but must be followed by a signed confirmation copy. No bid may be modified by the bidder after the deadline for submission of bids. 2.15. Rejection of One or All Bids FEA reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the ground for the rejection. 2.16. Process to be Confidential Information relating to the examination, clarification, 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. Any effort by a bidder to influence FEA s processing of bids or award decisions may results in the rejection of the bidder s bid. 2.17. Clarification of Bids To assist in the examination, evaluation and comparison of bids, FEA may, at its discretion, ask any bidder for clarification of its bid. The request for clarification and the response shall be in writing or by fax, but no change in the prices or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by FEA in the evaluation of the bids in. 3. GENERAL CONDITION OF CONTRACT The General Conditions of Contract shall be based upon AS 4911 2003 General conditions of contract for the supply of equipment without installation. The Conditions of Contract comprise two parts; 1. Part 1 General Conditions; and 2. Part 2 Conditions of Particular Application 4. REFERENCES 4.1. Applicable Standards The Electric Arc Flash Protective Clothing supplied shall be in accordance with the latest edition of the Standards specified below and all amendments issued prior to the date of closing of tenders except where varied by this specification. ASTM F 1506 ASTM F-1959 Standard Performance Specification for Flame Resistant Textile Materials for Wearing Apparel for Use by Electrical Workers Exposed to Momentary Electric Arc and Related Thermal Hazards Standard Test Method for Determining the Arc Rating of Materials for Clothing NFPA 70E Hazard Risk Category 4 8

4.2. Applicable Laws The supplier warrants (without limiting any other warranties or conditions implied by law) that all goods have been produced, sold and delivered to FEA in compliance with all applicable laws (including all workplace health and safety and electrical safety legislations and codes of conduct). 5. ENVIRONMENTAL CONDITIONS The Electric Arc Flash Clothing will be exposed to the following environmental conditions: Description Temperature : : : Conditions Peak: 40ᵒC 24 Hour Average: 30ᵒC Annual Average: 22ᵒC Relative Humidity : 90% 6. TECHNICAL REQUIREMENTS 6.1. Electric Arc Flash Protective Clothing Design The Electric Arc Flash Protective Clothing shall be designed in accordance with ASTM F 1506 and be designed to give maximum protection against thermal of an electrical arc. All layer of the Arc protection clothing shall be made of inherently flame resistant material. The garments used for Arc Protective Clothing must be sewn with inherently flame resistant thread of same rating as the garment. The front, back, legs and sleeves must be of same arc rated material. The Fabric used for the Electric Arc Flash Protection Clothing shall be aramid fabric. The Arc protection Clothing must have no exposed external or internal metal or melting parts. The weight of the fabric used should not be more than 510 grm/m² and shall be machine washable. 6.2. Protective Coat The Protective Coat shall have an Arc Thermal Performance Value (ATPV) of not less than 40 cal/cm². The Protective Coat zipper shall be of high temperature plastic and must be of inherently FR material. There shall be no metallic zip throughout the Coat 6.3. Protective Bib Overalls The Bib Overalls shall have an Arc Thermal Performance Value (ATPV) of not less than 40 cal/cm² and shall cover the occupant form waist to toe. 6.4. Protective Hood The Protective Hood shall have an Arc Thermal Performance Value (ATPV) of not less than 40 cal/cm² and shall have a facility for sufficient air flow for breathing and adequate visibility. The visor shall be True Colour recognition with high visibility. 6.5. Protective Glove 9

The Protective Glove shall have an Arc Thermal Performance Value (ATPV) of not less than 40 cal/cm² and shall have a large protective cuff. The Protective Glove Shall be of Class 4 and suitable for operation on voltage levels of at least 36kV. 6.6. Carry Bag The Protective Clothing shall be provided with a suitable carry bag. 6.7. Workmanship The Eelectric Arc Protective Clothing shall be manufactured with workmanship of the highest quality throughout and shall be free from defects that affect the appearance, efficiency or serviceability. The Electric Arc Flash Protective Clothing shall show no sign of marks, spots or stains incurred during manufacture. 6.8. Labelling The Arc protection suit label has to show the Arc Thermal Protective Value (ATPV) or class on the garment. More detailed information about suit with higher protection may be given in the manufacturer's instruction of use. 7. INSPECTION AND TESTING The Bidder shall provide detailed test certification proving the arc flash performance of both the material offered and the electric arc protective clothing at the specified minimum arc rating. The Protective Clothing shall be tested in accordance with ASTM F-1959 and shall meet NFPA 70E requirements. Bidders are required to provide test certificates as evidence for compliance to relevant standards. 8. RELIABILITY Bidders are required to comment on the reliability of the items supplied under the specified environmental conditions in clause 5. Bidders shall provide evidences in support of the reliability and performance claimed. 9. ENVIRONMENTAL CONSIDERATIONS Supplier are required to comment on the environmental soundness of the design and the material used in the manufacture of the items offered. In particular, comments should address such issues as recyclability and disposability at the end of service life 10. PACKAGING AND MARKING The packaging of items by the supplier must ensure that they are capable of being delivered undamaged giving due consideration to the quantity, distance of transportation and the preferred method of handling at each location. The supplier shall take all necessary precautions to ensure safe handling of the items supplied. 10

11. QUALITY REQUIREMENTS Supplier are required to submit evidence that the design, manufacture and testing of the Electric Arc Flash Protective Clothing is in accordance within a quality framework. In particular, comments should address such issues as recyclability and disposability at the end of service life. 12. INFROMATION TO BE PROVIDED The supplier is required to supply the following: Complete Specific Technical Requirement (Appendix A) Departure from Specifications (Appendix B) Relevant performance certificate with regard to quality of design and manufacture of the Electric Arc Flash Protective Clothing items Constructional feature of material used and relevant technical literature All relevant test certificates List showing similar equipment supplied to or on order for other utilities Evidence of quality management systems Suppliers may be asked to provide additional information during tender assessment period or following award of contact. APPENDIX A: SPECIFIC TECHNICAL REQUIREMENT Item Required Tendered 1 Name of Manufacturer 2 Manufacturer s Address 3 Country of Origin 4 Arc Flash Protection Items AFP Coat (Yes/No) Yes AFP Coat ATPV (cal/cm²) 40 cal/cm² or more AFP Bib Overall (Yes/No) Yes AFP Bib Overall ATPV (cal/cm²) 40 cal/cm² or more AFP Hood (yes/no) Yes AFP Hood ATPV (cal/cm²) 40 cal/cm² or more AFP Gloves (Yes/No) Yes AFP Gloves ATPV (cal/cm²) 40 cal/cm² or more Carry Bag (Yes/No) Yes 5 AFP Fabric Details Fabric Type Aramid fabric Weight of Fabric (grm/m²) 510 grm/m² or Less Heat attenuation factor Colour Available Size available M, L, Xl, 2XL, 3XL Confirm to NFPA 70E Yes Other information if any 6 AFP Hood Fabric Type Weight 11

Confirm Standard 7 AFP Glove Rated Voltage (kv) 36 kv minimum Material Used Size 16 to 18 Confirm to which Standards 8 Expected life of Flash Resistant Clothing 9 Guarantee Period APPENDIX B: DEPARTURE FROM SPECIFICATIONS The supplier shall nominate the Clause or relevant section of the tender specification and describe the departure. Tender Specification Reference Departure Note: Where possible, the Tender shall refer to the specific clause of the tender specification. 12

Tender Submission - Instruction to bidders It is mandatory for Bidders to upload a copy of their bid in the TENDER LINK Electronic Tender Box no later than 4:00pm, on Wednesday 21 st March, 2018 To register your interest and tender a response, view 'Current Tenders' at: https://www.tenderlink.com/fea For further information contact The Secretary Tender Committee, by e-mail TDelairewa@fea.com.fj In additional, hard copies of the tender, one original and one copy must be deposited in the tender box located at the FEA Head Office, 2 Marlow Street, Suva, Fiji no later than 4:00pm, on Wednesday 21 st March, 2018 - Addressed as Tender MR 73/2018 Supply of Electric Arc Flash Protective Clothing The Secretary Tender Committee Fiji Electricity Authority Head Office Suva Fiji Hard copies of the Tender bid will also be accepted after the closing date and time provided a soft copy is uploaded in the e-tender Box and hard copy is dispatched to courier before the closing date and time. Please note courier submission date should be forwarded to FEA with your bid. Tenders received after 4:00pm on the closing date of Wednesday 21 st March, 2018 will not be considered. Lowest bid will not necessarily be accepted as successful bid It is the responsibility of the bidder to pay courier chargers and all other cost associated with the delivery of the hard copy of the Tender submission including any Duties/Taxes. Hard copies of the Tender submission via Post Box will not be considered. 13