PREFERRED SUPPLIER FOR PRINITING & SUPPLY OF JSA,
PTW & PTT FORMS FOR ENERGY FIJI LIMITED
MR 214/2018
Tender Closing Date: 13th June, 2018
Scope of Work
Energy Fiji Limited is inviting tenders from reputable printing companies to become the
preferred supplier for supply of Jobsite Safety Assessment (JSA)/Take 5 Books, Permit to
Work (PTW) Forms and Permit to Test (PTT) Forms for Energy Fiji Limited’s Distribution
Central Department.
1. JSA Specifications
Cover Page Title: Energy Fiji Limited – Jobsite Safety Assessment/Take 5 Book
Cover Page Material: Colored Tablex Board (Pink)
Ink: 1 Colour Ink - Black
JSA Book Size: A4 – 210mm x 297mm
Binding: Side Stitched
Notes:
Each JSA Book comprises of 50 sets + front and back cover.
Front Cover to be printed as per Appendix 1 Page 1.
Back Cover to be plain.
Back Cover to come with flap for the use with NCR Paper.
Each set has 2 Original Pages with its NCR Duplicates as per appendix 1 Page 2
and Page 3.
NCR Duplicates to be printed on yellow page.
Each set to have incremental JSA number on top right corner printed in Red.
Original Pages (Copies) to be detachable from the book (Perforated Paper).
2. PTW Specifications
Page Color: Yellow
Ink: 2 Colour Ink – Black and Red
PTW Form Size: A4 – 210mm x 297mm
Binding: Top side of page to be Glue binded (pages to be removable)
Notes:
100 PTW leaves to be in a pad.
Double sided print as per sample.
PTW sample as per Appendix 2.
Name on PTW Form to be replaced with Energy Fiji Limited.
Logo on PTW form to be replaced with new EFL Logo.
3. PTT Specifications
Page Color: Pink
Ink: 2 Colour Ink – Black and Red
PTW Form Size: A4 – 210mm x 297mm
Binding: Top side of page to be Glue binded (pages to be removable)
Notes:
100 PTT leaves to be in a pad.
Single sided print as per sample.
PTT sample as per Appendix 3.
Name on PTT Form to be replaced with Energy Fiji Limited.
Logo on PTT form to be placed with new EFL Logo.
4. Tender Bids
1. Delivering of the JSA Books or PTW or PTT Forms to the EFL Kinoya Depot by the
Supplier will be the responsibility of the Supplier.
2. The Quantity of JSA/PTW/PTT required will be requested by the EFL Representative
and the Supplier shall be responsible for delivering the required amount within 5
working days of issuing the LPO.
3. Prices shall be firm and valid for 2 years from the date of signing of the contract.
4. EFL shall establish the successful bidder(s) as a preferred supplier and multiple small
quantity purchase orders shall be furnished as deemed necessary and required by
EFL.
5. EFL’s minimum quantity per purchase order of either JSA or PTW or PTT will be:
a. 50 JSA books
b. 10 PTW pads
c. 10 PTT pads
5. Registration & Other Information
The following information is required with the offer letter:
Registration details of the company
Valid Tax Compliance Certificate
FNPF Compliance Certificate
The tender bid may not be considered if the above information is not attached with
the offer letter.
6. Other Value Added Services
The bidder is open to include any other information that may add value to services.
7. Tender Evaluation
After the bids are received, it will go through a normal tender evaluation process as per
EFL’s Tender Policy and Procedures. The successful and unsuccessful bidders will be advised
of the outcome after completion of the Tender Evaluation Process.
8. Submission of Tenders
Hard copies of the tender, one original and one copy must be deposited in the tender box
at the EFL Head Office, 2 Marlow Street, Suva.
9. Technical Evaluation
Please tick column of table and return with tender evaluation if complying with
requirement.
JSA Book Evaluation
# EFL Requirement Tick if Bidder Agrees
1 Each JSA Book comprises of 50 sets + front and back cover.
2 Front Cover to be printed as per Appendix 1 Page 1.
3 Back Cover to be plain.
4 Back Cover to come with flap for the use with NCR Paper.
5 Each set has 2 Original Pages with its NCR Duplicates as per appendix 1 Page 2 and Page 3.
6 NCR Duplicates to be printed on yellow page.
7 Each set to have incremental JSA number on top right corner printed in Red.
8 Original Pages (Copies) to be detachable from the book (Perforated Paper).
PTW Form Evaluation
# EFL Requirement Tick if Bidder Agrees
1 Each PTW Pad comprises of 100 leaves printed on both sides
2 Dual color printing – Red and Black as per sample
3 Printed on Yellow Page
PTT Form Evaluation
# EFL Requirement Tick if Bidder Agrees
1 Each PTT Pad comprises of 100 pages
2 Dual color printing – Red and Black as per sample
3 Printed on Pink Page
10. Financial Evaluation
Bidder to fill in price in FJD VIP inclusive of delivery to EFL Depot for minimum of 50 JSA
books.
# EFL Requirement Price in FJD VIP
1 50 JSA Books Printed and Delivered to EFL Kinoya Depot
2 10 PTW Pads (each pad having 100 leaves) Printed and Delivered to EFL Kinoya Depot
3 10 PTT Pads (each pad having 100 leaves) Printed and Delivered to EFL Kinoya Depot
Appendix
Appendix 1:
Appendix 2:
Appendix 3:
Submission of Tender
Two (2) hard copies of the tender bids in sealed envelope shall be deposited in the tender box located
at the Supply Chain Office at the EFL Head Office, 2 Marlow Street, Suva, Fiji.
Courier charges for delivery of Tender Document must be paid by the bidders.
This tender closes at 4:00 p.m. (16.00hrs Fiji time) on Wednesday 13th June, 2018.
Each tender shall be sealed in an envelope with the envelope bearing only the following marking:
MR 214/2018
Preferred Supplier for Printing & Supply of JSA, PTW & PTT Forms for Energy Fiji Limited
The Secretary,
Tender Committee
Energy Fiji Limited
Supply Chain Office
Private Mail Bag,
Suva
It must also indicate the name and address of the tenderer on the reverse of the envelope.
All late tenders, unmarked Envelopes and envelopes without bidder’s name and address on the
reverse on the envelope will be returned to the Tenderers unopened. (Bids via e-mail or fax will not
be considered).
The bidders must ensure that their bid is inclusive of all Taxes payable under Fiji Income Tax Act and
must have the most current Tax Compliance Certificate.
For further information or clarification please contact our Supply Chain Office on phone (+679)
3224360 or (+679) 9991587.
Bidders are requested to submit a:
Valid Tax Compliance Certificate
FNPF Compliance Certificate