IMPORTANT NOTICE TO PROSPECTIVE BIDDERS UM 1656 L-UNIVERSITA TA’ MALTA UNIVERSITY OF MALTA

advertisement
L-UNIVERSITA TA’ MALTA
UNIVERSITY OF MALTA
Msida MSD 2080 - Malta
Msida MSD 2080 - Malta
DIPARTIMENT TAL-PROCUREMENT
PROCUREMENT DIRECTORATE
IMPORTANT NOTICE TO PROSPECTIVE BIDDERS
UM 1656
THE SOFT COPY OF THIS TENDER DOCUMENT IS AVAILABLE FOR DOWNLOAD FROM:
www.um.edu.mt/procurement.
ANY CLARIFICATIONS OR ADDENDA TO THE TENDER DOCUMENT WILL BE UPLOADED ON
THE SAME WEBSITE.
PROSPECTIVE BIDDERS WHO DO NOT COLLECT A HARD COPY OF THE TENDER
DOCUMENT FROM THE UNIVERSITY OF MALTA, ARE TO REGISTER IMMEDIATELY THEIR
RESPECTIVE CONTACT DETAILS AT:tenders.procurement@um.edu.mt
QUOTING THE TENDER NUMBER DOWNLOADED, SO THAT ANY CLARIFICATIONS /
COMMUNICATIONS PERTAINING TO THIS TENDER PROCEDURE ARE COMMUNICATED TO
THEM IN DUE TIME AS PER TENDER DOCUMENTS.
THE UNIVERSITY OF MALTA SHALL NOT BE HELD RESPONSIBLE FOR ANY
MISDEMEANOUR IF THIS CONDITION IS NOT ADHERED TO.
TEL: (356) 2340 2212/3/5 FAX: 2131 4307
Page 1
UM1656
TENDER FOR CONSTRUCTION WORKS, REPAIRS AND
ALTERATION WORKS AT THE CHILDCARE CENTRE,
JUNIOR COLLEGE, UNIVERSITY OF MALTA
Date Published:
10th July 2012
Closing Date:
1st August 2012
at 10:00am CET
Cost of the Tender Document: FOC
IMPORTANT:
No Bid Bond is requested for this tender
Clarifications shall be uploaded and will be available to view/download from
www.um.edu.mt/procurement
University of Malta, Procurement Directorate, Administration Building Msida MSD 2080, Malta.
Tel: (356) 2340 2212/3/5. Fax: (356) 21314307 Email: tenders.procurement@um.edu.mt
Page 2
Table of Contents
Table of Contents ........................................................................................... 3
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS .............................................. 5
A. GENERAL PART ........................................................................................... 5
1. General Instructions ........................................................................................................................... 5
2. Timetable ............................................................................................................................................. 5
3. Lots........................................................................................................................................................ 6
4. Financing .............................................................................................................................................. 6
5. Eligibility .............................................................................................................................................. 6
6. Selection Criteria................................................................................................................................ 6
7. Multiple Tenders ................................................................................................................................. 7
8. Tender Expenses ................................................................................................................................. 7
9. Site Inspection..................................................................................................................................... 7
B. TENDER DOCUMENTS.................................................................................... 7
10. Content of Tender Document ......................................................................................................... 7
11. Explanations/Clarification Notes Concerning Tender Documents ........................................... 8
12. Labour Law ........................................................................................................................................ 8
13. Law ...................................................................................................................................................... 9
C. TENDER PREPARATION ................................................................................. 9
14. Language of Tenders ........................................................................................................................ 9
15. Presentation of Tenders .................................................................................................................. 9
16. Content of Tender (Single-Envelope System) .............................................................................. 9
17. Tender Prices .................................................................................................................................. 10
18. Currencies of Tender and Payments ........................................................................................... 11
19. Period of Validity of Tenders ....................................................................................................... 11
20. Tender Guarantee (Bid Bond) ...................................................................................................... 11
21. Variant Solutions............................................................................................................................. 11
22. Preparation and Signing of Tenders ............................................................................................ 11
D. SUBMISSION OF TENDERS ............................................................................ 12
23. Sealing and Marking of Tenders ................................................................................................... 12
24. Extension of Deadline for Submission of Tenders ..................................................................... 12
25. Late Tenders ................................................................................................................................... 12
26. Alterations and Withdrawal of Tenders ..................................................................................... 12
E. OPENING AND EVALUATION OF OFFERS ........................................................... 13
27. Opening of Tenders ........................................................................................................................ 13
28. Secrecy of the Procedure .............................................................................................................. 13
29. Clarification of Tenders ................................................................................................................ 13
30. Tender Evaluation Process ............................................................................................................ 13
31. Correction of Arithmetical Errors ................................................................................................ 14
F. CONTRACT AWARD .................................................................................... 14
32. Criteria for Award .......................................................................................................................... 15
33. Right Of The University of Malta To Accept Or Reject Any Tender ...................................... 15
34. Notification of Award, Contract Clarifications ......................................................................... 15
35. Contract Signing and Performance Guarantee .......................................................................... 16
36. Commencement of Works (Order To Start Works) ................................................................... 16
G. MISCELLANEOUS ....................................................................................... 16
37. Ethics Clauses .................................................................................................................................. 16
38. Data Protection and Freedom of Information ........................................................................... 17
39. Gender Equality .............................................................................................................................. 18
VOLUME 1 SECTION 2 – TENDER FORM ................................................................ 19
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – Not Applicable for this tender........ 22
Annex To Tender Guarantee Form – Not Applicable for this tender............................................ 23
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ................................................. 24
Page 3
1. Statement on Conditions of Employment .................................................................................... 24
2. Experience as Contractor ................................................................................................................ 25
3. Literature/List of Samples .............................................................................................................. 27
4. Workplan and Programme of Works .............................................................................................. 28
VOLUME 1 SECTION 5 – GLOSSARY ..................................................................... 29
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ....... 31
Part XIII - Appeals .................................................................................................................................. 31
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE.......................................... 32
VOLUME 2 SECTION 2 – GENERAL CONDITIONS ...................................................... 33
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS........................................................ 34
Article 2: Law and language of the contract ............................................................................... 34
Article 3: Order of precedence of contract documents .................................................................. 34
Article 4: Communications .................................................................................................... 34
Article 5: Supervisor and Supervisor's representative .................................................................... 34
Article 8: Supply of Documents .............................................................................................. 35
Article 10: Assistance with Local Regulations ............................................................................. 35
Article 11: The Contractor‘s Obligations ................................................................................... 35
Article 13: Performance Guarantee ......................................................................................... 36
Article 14: Insurance ........................................................................................................... 36
Article 15: Performance Programme (Timetable) ......................................................................... 36
Article 17: Contractor‘s Drawings............................................................................................ 36
Article 18: Tender Prices ...................................................................................................... 36
Article 22: Interference With Traffic ........................................................................................ 37
Article 25: Demolished Materials............................................................................................. 37
Article 26: Discoveries ......................................................................................................... 37
Article 28: Soil Studies ......................................................................................................... 37
Article 30: Patents and Licences ............................................................................................. 37
Article 31: Commencement Date ............................................................................................ 37
Article 32: Period of Performance ........................................................................................... 37
Article 34: Delays in Execution ............................................................................................... 38
Article 35: Variations and Modifications .................................................................................... 38
Article 37: Work Register ...................................................................................................... 38
Article 38: Origin ................................................................................................................ 38
Article 39: Quality of Works and Materials ................................................................................. 38
Article 40: Inspection and Testing ........................................................................................... 38
Article 42: Ownership of Plants and Materials ............................................................................. 39
Article 43: Payments: General Principles .................................................................................. 39
Article 44: Pre-financing ...................................................................................................... 39
Article 45: Retention Monies .................................................................................................. 39
Article 46: Price Revision ...................................................................................................... 39
Article 47: Measurement ...................................................................................................... 40
Article 48: Interim Payments ................................................................................................. 40
Article 50: Delayed Payments ................................................................................................ 40
Article 53: End Date ............................................................................................................ 40
Article 56: Partial Acceptance................................................................................................ 40
Article 57: Provisional Acceptance .......................................................................................... 40
Article 58: Maintenance Obligations......................................................................................... 41
Article 66: Dispute Settlement by Litigation ............................................................................... 41
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE .................................. 42
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not Applicable
for this tender ............................................................................................. 43
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this
Tender ...................................................................................................... 44
VOLUME 3 - TECHNICAL SPECIFICATIONS ............................................................. 45
VOLUME 4 - FINANCIAL BID.............................................................................. 72
VOLUME 5 – DRAWINGS .................................................................................. 90
List of drawings attached .................................................................................................................... 90
List of design documents available – Not Applicable ...................................................................... 91
~~~~~~~~~~~~~~~
Page 4
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS
A. GENERAL PART
1. General Instructions
1.1
In submitting a tender, the tenderer accepts in full and in its entirety, the content
of this tender document, including subsequent Clarifications issued by the
University of Malta, whatever his own corresponding conditions may be, which he
hereby waives. Tenderers are expected to examine carefully and comply with all
instructions, forms, contract provisions and specifications contained in this tender
document.
No account can be taken of any reservation in the tender as regards the tender
document; any disagreement, contradiction, alteration or deviation shall lead to the
tender offer not being considered any further.
The Evaluation Committee shall, after having obtained approval by the General
Contracts Committee, request rectifications in respect of incomplete/non-submitted
information pertinent to the documentation as outlined in sub-Clause 16.1(a),
16.1(b), and 16.1(c) of these Instructions to Tenderers. Such rectification/s must be
submitted within two (2) working days from notification, and will be subject to a
non-refundable administrative penalty of €50: failure to comply shall result in the
tender offer not being considered any further.
No rectification shall be allowed in respect of the documentation as outlined in subClause 16.1(d), 16.1(e) and 16.1(f) of these Instructions to Tenderers. Only
clarifications on the submitted information in respect of the latter may be
eventually requested.
1.2
This is a call for tenders for Construction Works, Repairs and Alteration Works at the
Childcare Centre, Junior College, University of Malta.
1.3
This is a unit-price (Bill of Quantities) contract.
1.4
The tenderer will bear all costs associated with the preparation and submission of the
tender. The University of Malta will in no case be responsible or liable for such costs,
whatever the conduct or outcome of the procedure.
1.5
The University of Malta retains ownership of all tenders received under this tender
procedure. Consequently, tenderers have no right to have their tenders returned to
them.
2. Timetable
DATE
TIME*
Not Applicable
--------
Deadline for request for any additional information
from the Contracting Authority
23rd July 2012
12.00pm
Last date on which additional information are
issued by the University of Malta
27th July 2012
5.15pm
Deadline for submission of tenders /
Tender Opening Session
1st August 2012
10.00am
Clarification Meeting/Site Visit
(Refer to Clause 9.2)
(unless otherwise modified in terms of Clause 11.3)
* All times Central European Time (CET)
Page 5
3. Lots
3.1
This tender is not divided into lots, and tenders must be for the whole of quantities
indicated. Tenders will not be accepted for incomplete quantities.
4. Financing
4.1
The project is financed from local budget funds.
4.2
The beneficiary of the financing is the University of Malta.
5. Eligibility
5.1
Participation in tendering is open on equal terms to all natural and legal persons of the
Member States of the European Union, the beneficiary country, any other country in
accordance with Regulation 76 of the Public Procurement Regulations.
5.2
Natural persons, companies or undertakings who fall under any of the conditions set out
in Regulation 50 of the Public Procurement Regulations, 2010 (Legal Notice 296 of 2010)
may be excluded from participation in and the award of contracts. Tenderers or
candidates who have been guilty of making false declarations will also incur financial
penalties representing 10% of the total value of the contract being awarded.
5.3
Tenders submitted by companies forming a joint venture/consortium must also fulfil
the following requirements:
One partner must be appointed lead partner and that appointment confirmed by
submission of powers of attorney signed by legally empowered signatories
representing all the individual partners. The tender must include a preliminary
agreement or letter of intent stating that all partners assume joint and several
liability for the execution of the contract, that the lead partner is authorised to
bind, and receive instructions for and on behalf of, all partners, individually and
collectively.
All partners in the joint venture/consortium
venture/consortium until the conclusion of
consortium/joint venture winning this contract
the whole performance period of the contract
required by law.
5.4
are bound to remain in the joint
the contracting procedure. The
must include the same partners for
other than as may be permitted or
All materials, equipment and services to be supplied under the contract must originate
in an eligible country. For these purposes, "origin" means the place where the
materials and/or equipment are mined, grown, produced or manufactured and/or from
which services are provided.
6. Selection Criteria
6.1
In order to be considered eligible for the award of the contract, tenderers must
provide evidence that they meet or exceed certain minimum qualification criteria
described hereunder.
In the case of a joint venture, the joint venture as a whole must satisfy the
minimum qualifications required below.
6.1.1
No evidence of economic and financial standing is required.
6.1.2
Information about the tenderer's technical capacity.
(An economic operator may, where appropriate and for a particular contract, rely on
the capacities of other entities, regardless of the legal nature of the links which it has
with them. It must in that case prove to the contracting authority that it will have at
its disposal the resources necessary for the execution of the contract, for example, by
producing an undertaking by those entities to place the necessary resources at the
Page 6
disposal of the economic operator)
This information must follow the forms in Volume 1, Section 4 of the tender documents
and include:
evidence of relevant experience in execution of works of a similar nature over
the past one (1) year, including the nature and value of the relevant contracts,
as well as works in hand and contractually committed. The minimum value of
projects of a similar nature completed shall be not less than €10,000.00 per
annum.
The minimum number of projects of a similar scope/nature completed in the
last one (1) year must be at least (1) in number.
In so listing the end clients, the tenderer is giving his consent to the Evaluation
Committee, so that the latter may, if it deems necessary, contact the relevant
clients, with a view to obtain from them an opinion on the works provided to
them, by the tenderer.
Data concerning sub-contractors and the percentage of works to be subcontracted:
The maximum amount of sub-contracting must not exceed 50% of the total
contract value.
The main contractor must have the ability to carry out at least 50% of the
contract works by his own means.
7. Multiple Tenders
7.1
A tenderer may submit multiple tender offers.
7.2
A company may not tender for a given contract both individually and as a partner in a
joint venture/consortium.
7.3
A company may not tender for a given contract both individually/partner in a joint
venture/consortium, and at the same time be nominated as a sub-contractor by any
another tenderer, or joint venture/consortium.
7.4
A company may act as a sub-contractor for any number of tenderers, and joint
ventures/consortia, provided that it does not participate individually or as part of a
joint venture/consortium, and that the nominations do not lead to a conflict of
interest, collusion, or improper practice.
8. Tender Expenses
8.1
The tenderer will bear all costs associated with the preparation and submission of the
tender.
8.2
The University of Malta will neither be responsible for, nor cover, any expenses or
losses incurred by the tenderer through site visits and inspections or any other aspect
of his tender.
9. Site Inspection
9.1
A tenderer may visit the site of the works and its surroundings for the purpose of
assessing, at his own responsibility, expense and risk, factors necessary for the
preparation of his tender and the signing of the contract for the works.
B. TENDER DOCUMENTS
10. Content of Tender Document
Page 7
10.1
The set of tender documents comprises the following documents and should be read in
conjunction with any clarification notes issued in accordance with Clause 24:
Volume 1
Volume 2
Volume 3
Volume 4
Volume 5
Instructions to Tenderers
Draft Letter of Acceptance
General Conditions (available online from
www.contracts.gov.mt/conditions)
Special Conditions
Technical Specifications
Model Financial Bid/Bill of Quantities
Drawings
10.2
Tenderers bear sole liability for examining with appropriate care the tender
documents, including those design documents available for inspection, and any
clarification notes to the tender documents issued during the tendering period, and for
obtaining reliable information with respect to conditions and obligations that may in
any way affect the amount or nature of the tender or the execution of the works. In
the event that the tenderer is successful, no claim for alteration of the tender amount
will be entertained on the grounds of errors or omissions in the obligations of the
tenderer described above.
10.3
The tenderer must provide all documents required by the provisions of the tender
document. All such documents, without exception, must comply strictly with these
conditions and provisions and contain no alterations made by the tenderer.
11. Explanations/Clarification Notes Concerning Tender Documents
11.1
Tenderers may submit questions in writing to the University of Malta through:
sending an email to tenders.procurement@um.edu.mt
through www.um.edu.mt/procurement/contact
fax number +356 21314307
up to 9 calendar days before the deadline for submission of tenders, that is up to
Monday 23rd July 2012. The University of Malta must reply to all tenderers' questions,
and amend the tender documents by publishing clarification notes, up to at least 6
calendar days before the deadline for submission of tenders.
11.2
Questions and answers, and alterations to the tender document will be:published as a clarification note on the website of the University of Malta
(www.um.edu.mt/procurement/service/tender)
within
the
respective
tender‘s page, under the subheading ―Tender Document & Clarifications (if
any)‖.
sent to all prospective bidders by e-mail.
Tenderers who do not collect a hard copy from the Procurement Directorate are
to
register
their
respective
contact
details
at
tenders.procurement@um.edu.mt so that any clarifications/communications
pertaining to this tender procedure will be communicated to them in due time
as per tender document. The University of Malta shall not be held responsible
for any misdemeanour if this condition is not adhered to.
Clarification notes will constitute an integral part of the tender documentation, and it
is the responsibility of tenderers to visit this website and be aware of the latest
information published online prior to submitting their Tender.
11.3
The University of Malta may, at its own discretion, as necessary and in accordance with
Clause 24, extend the deadline for submission of tenders to give tenderers sufficient
time to take clarification notes into account when preparing their tenders.
12. Labour Law
12.1
Particular attention is drawn to the conditions concerning the employment of labour in
Malta and the obligation to comply with all regulations, rules or instructions concerning
the conditions of employment of any class of employee.
Page 8
13. Law
13.1
By submitting their tenders, tenderers are accepting that this procedure is regulated
by Maltese Law, and are deemed to know all relevant laws, acts and regulations of
Malta that may in any way affect or govern the operations and activities covered by
the tender and the resulting contract.
C. TENDER PREPARATION
14. Language of Tenders
14.1
The tender and all correspondence and documents related to the tender exchanged by
the tenderer and the University of Malta must be written in English.
14.2
Supporting documents and printed literature furnished by the tenderer may be in
another language, provided they are accompanied by an accurate translation into
English. For the purposes of interpretation of the tender, the English language will
prevail.
15. Presentation of Tenders
15.1
Tenders must satisfy the following conditions:
(a)
All tenders must be submitted in one original.
(b)
The documents are to be sealed and placed in a sealed
envelope/package so that the bid can be identified as one tender
submission.
(c)
All tenders must be received by date and time indicated in the
timetable at Clause 2 and deposited in the tender box at Room 300A,
Procurement Directorate, Administration Building, University of Malta,
Msida MSD 2080, Malta.
(d)
All packages, as per (b) above, must bear only:
(i)
the above address;
(ii)
the reference of the invitation to tender concerned;
(iii)
the number of the lot(s) to which the tender refers (if
applicable);
(iv)
the name of the tenderer.
16. Content of Tender (Single-Envelope System)
16.1
The tender must comprise the following duly completed documents, inserted in a
single, sealed envelope (unless their volume requires a separate submission):
(a)
An original bid-bond for the amount of [€...........], in the form
NOT APPLICABLE FOR THIS TENDER
provided in Volume 1, Section 3(Note 1)
(b)
General/Administrative Information(Note 2)
(i)
(ii)
Proof of Purchase of tender document (receipt) – (If
applicable)
Statement on Conditions of Employment (Volume 1, Section 4)
Selection Criteria
(c)
Financial and Economic Standing(Note 2)
(Not Applicable)
(d)
Technical Capacity(Note 3)
Page 9
(i)
(ii)
(e)
Evaluation Criteria/Technical Specifications (Note 3)
(i)
(ii)
(f)
Experience as Contractor (Volume 1, Section 4)
Workplan and Programme of Works (Volume 1, Section 4)
Tenderer‘s Technical Offer in response to specifications
(Volume 3)
Literature/List of Samples
Financial Offer/Bill of Quantities(Note 3)
(i)
(ii)
(iii)
The Tender Form in accordance with the form provided in
Volume 1, Section 2; a separate Tender Form is to be
submitted for each option tendered, each form clearly marked
‗Option 1‘, ‗Option 2‘ etc.;
A financial bid calculated on a basis of Delivery Duty Paid
(DPP) for the works/supplies tendered including VAT;
Breakdown of the overall price, in the form provided in
Volume 4 (Bill of Quantities);
Notes to Clause 16.1:
1. Tenderers will be requested to clarify/rectify, within two working
days from notification, the tender guarantee only in the following
two circumstances: either incorrect validity date, and/or incorrect
value.
2. Tenderers will be requested to either clarify/rectify any incorrect
and/or incomplete documentation, and/or submit any missing
documents within two working days from notification.
3. No rectification shall be allowed. Only clarifications on the submitted
information may be requested.
Tenderers must indicate where the above documentation is to be found in their
offer by using an index. All documentation is to be securely bound/filed.
Tenderers are NOT required NOR expected to submit, with their offer, any
components of the tender document except those specifically mentioned in Clause
16.
17. Tender Prices
17.1
The tender price must cover the whole of the works as described in the tender
documents.
17.2
The tenderer must provide a breakdown of the overall price in Euro (€).
17.3
Tenderers must quote all components of the price inclusive of taxes, customs and
import duties and any discounts. Tenderers not registered with the VAT authority in
Malta, must still include in their financial offer any VAT that the contracting authority
may have to pay either in Malta or the country where the tenderer is registered
irrespective of the reverse charge mechanism. The financial offer will be considered
as the total financial cost to the contracting authority including any VAT that may
have to be paid not through the winning tenderer. Except as may otherwise be
provided for in the contract, no payment will be made for items which have not been
costed.
17.4
Different options are to be clearly identifiable in the technical and financial
submission; a separate Tender Form (as per Volume 1, Section 2) marked ‘Option
1’, ‘Option 2’ etc. for each individual option clearly outlining the price of the
relative option is to be submitted.
17.5
If the tenderer offers a discount, the discount must be absorbed in the rates of the Bill
of Quantities/Financial Statement.
Page 10
17.6
The prices for the contract must include all of the works to be provided. The prices
quoted are fixed and not subject to revision or escalation in costs, unless otherwise
provided for in the Special Conditions.
18. Currencies of Tender and Payments
18.1
The currency of the tender is the Euro (€). All sums in the breakdown of the overall
price, in the questionnaire and in other documents must be expressed in Euro (€), with
the possible exception of originals of bank and annual financial statements.
18.2
Payments will be made upon certification of works by the Contracting Authority, based
on the invoice issued by the Contractor, in accordance with the timeframes, terms and
conditions of the contract.
18.3
All correspondence relating to payments, including invoices and interim and final
statements must be submitted as outlined in the contract.
19. Period of Validity of Tenders
19.1
Tenders must remain valid for a period of 150 days after the deadline for submission of
tenders indicated in the contract notice, the tender document or as modified in
accordance with Clauses 11.3 and/or 24. Any tenderer who quotes a shorter validity
period will be rejected.
19.2
In exceptional circumstances the University of Malta may request that tenderers
extend the validity of tenders for a specific period. Such requests and the responses to
them must be made in writing. A tenderer may refuse to comply with such a request
without forfeiting his tender guarantee (Bid Bond). However, his tender will no longer
be considered for award. If the tenderer decides to accede to the extension, he may
not modify his tender.
19.3
The successful tenderer must maintain his tender for a further 60 days from the date
of notification of award.
20. Tender Guarantee (Bid Bond)
20.1
No tender guarantee (bid bond) is required.
21. Variant Solutions
21.1
No variant solutions will be accepted. Tenderers must submit a tender in accordance
with the requirements of the tender document.
22. Preparation and Signing of Tenders
22.1
All tenders must be submitted in one original document. Tenders must comprise the
documents specified in Clause 16 above.
22.2
The tenderer‘s submission must be typed in, or handwritten in indelible ink. Any pages
on which entries or corrections to his submission have been made must be initialled by
the person or persons signing the tender. All pages must be numbered consecutively by
hand, machine or in any other way acceptable to the University of Malta.
22.3
The tender must contain no changes or alterations, other than those made in
accordance with instructions issued by the University of Malta (issued as clarification
notes) or necessitated by errors on the part of the tenderer. In the latter case,
corrections must be initialled by the person signing the tender.
Page 11
22.4
The tender will be rejected if it contains any alteration, tampering, addition or
deletion to the tender documents not specified in a clarification note issued by the
University of Malta.
D. SUBMISSION OF TENDERS
23. Sealing and Marking of Tenders
23.1
The tenders must be submitted in English and deposited in the Department‘s tender
box before the deadline specified in Clause 2 or as otherwise specified in accordance
with Clause 11.1 and/or 24.1. They must be submitted:
EITHER by recorded delivery (official postal/courier service) or hand delivered to:
Procurement Directorate, Room 300A
2nd Floor, Administration Building
University of Malta – Msida MSD 2080
Tel: 23402212/3; Fax: 21314307
Tenders submitted by any other means will not be considered.
23.2
Tenderers must seal the original tender as outlined in Clause 15.
23.3
If the outer envelope is not sealed and marked as required in Sub clause 15.1, the
University of Malta will assume no responsibility for the misplacement or premature
opening of the tender.
24. Extension of Deadline for Submission of Tenders
24.1
The University of Malta may, at its own discretion, extend the deadline for submission
of tenders by issuing a clarification note in accordance with Clause 11. In such cases,
all rights and obligations of the University of Malta and the tenderer regarding the
original date specified in the contract notice will be subject to the new date.
25. Late Tenders
25.1
All tenders received after the deadline for submission specified in the contract notice
or these instructions will be kept by the University of Malta. The associated guarantees
will be returned to the tenderers.
25.2
No liability can be accepted for late delivery of tenders. Late tenders will be rejected
and will not be evaluated.
26. Alterations and Withdrawal of Tenders
26.1
Tenderers may alter or withdraw their tenders by written notification prior to the
above deadline. No tender may be altered after the deadline for submission.
26.2
Any notification of alteration or withdrawal must be prepared, sealed, marked and
submitted in accordance with Clause 23, and the envelope must also be marked with
"alteration" or "withdrawal".
26.3
The withdrawal of a tender in the period between the deadline for submission and the
date of expiry of the validity of the tender will result in forfeiture of the tender
guarantee provided for in Clause 20.
Page 12
E. OPENING AND EVALUATION OF OFFERS
27. Opening of Tenders
27.1
Tenders will be opened by the University of Malta during a public session on the
date and time indicated in the timetable at Clause 2 (or as otherwise specified in
accordance with Clause 11.1 and/or 24.1) at the University of Malta A ‘Summary of
Tenders Received ‘will be published on the notice board at the University of Malta,
Procurement Directorate, Administration Building, 2nd Floor; and shall also be
available
to
view
on
the
University’s
website,
www.um.edu.mt/procurement/service/tender under the respective tender page.
27.2
At the tender opening, the tenderers' names, the tender prices, variants, written
notification of alterations and withdrawals, the presence of the requisite tender
guarantee and any other information the University of Malta may consider appropriate
will be published.
27.3
Envelopes marked "withdrawal" will be read out first and returned to the tenderer.
27.4
Reductions or alterations to tender prices made by tenderers after submission will not
be taken into consideration during the analysis and evaluation of tenders.
28. Secrecy of the Procedure
28.1
After the opening of the tenders, no information about the examination,
clarification, evaluation or comparison of tenders or decisions about the contract
award may be disclosed before the notification of award.
28.2
Information concerning checking, explanation, opinions and comparison of tenders and
recommendations concerning the award of contract, may not be disclosed to tenderers
or any other person not officially involved in the process unless otherwise permitted or
required by law.
28.3
Any attempt by a tenderer to approach any member of the Evaluation
Committee/University of Malta directly during the evaluation period will be considered
legitimate grounds for disqualifying his tender.
29. Clarification of Tenders
29.1
When checking and comparing tenders, the evaluation committee may, after obtaining
approval from the Departmental Contracts Committee, ask a tenderer to clarify any
aspect of his tender.
29.2
Such requests and the responses to them must be made by e-mail or fax. They may in
no circumstances alter or try to change the price or content of the tender, except to
correct arithmetical errors discovered by the evaluation committee when analysing
tenders, in accordance with Clause 31.
30. Tender Evaluation Process
30.1
The following should be read in conjunction with Clause 27.
30.2
Part 1: Administrative Compliance
The Evaluation Committee will check the compliance of tenders with the instructions
given in the tender document, and in particular the documentation submitted in
respect of Clause 16.
The Evaluation Committee shall, after having obtained approval by the Department
Contracts Committee, request rectifications in respect of incomplete/non-submitted
information pertinent to the documentation as outlined in sub-Clause 16.1(a), 16.1(b),
and 16.1(c) of these Instructions to Tenderers. Such rectification/s must be submitted
within two (2) working days from notification, and will be subject to a non-refundable
administrative penalty of €50: failure to comply shall result in the tender offer not
Page 13
being considered any further. No rectification shall be allowed in respect of the
documentation as outlined in sub-Clause 16.1 (d), 16.1(e), and 16.1(f) of these
Instructions to Tenderers. Only clarifications on the submitted information in respect of
the latter may be eventually requested.
30.3
Part 2: Eligibility and Selection Compliance
Tenders which have been considered administratively compliant shall be evaluated for
admissibility as outlined below:
(i) Eligibility Criteria
Tender Form (Volume 1, Section 2)
(ii) Selection Criteria
Evidence of technical capacity
30.4
Part 3: Technical Compliance
At this step of the evaluation process, the Evaluation Committee will analyse the
administratively-compliant tenders‘ technical conformity in relation to the technical
specifications (Volume 3, and the documentation requested by the Contracting
Authority as per sub-Clause 16(e)), classifying them technically compliant or noncompliant.
Tenders who are deemed to be provisionally technically compliant through the
evaluation of their technical offer (especially the specifications) shall be requested to
submit samples so that the Evaluation Committee will corroborate the technical
compliance of the offers received.
30.5
Part 4. Financial Evaluation
The financial offers for tenders which were not eliminated during the technical
evaluation (i.e., those found to be technically compliant) will be evaluated.
The Evaluation Committee will check that the financial offers contain no arithmetical
errors as outlined in Clause 31. [If the tender procedure contains several lots, financial
offers are compared for each lot.] The financial evaluation will have to identify the
best financial offer [for each lot].
31. Correction of Arithmetical Errors
31.1
Admissible tenders will be checked for arithmetical errors by the Evaluation
Committee. Errors will be corrected as follows:
(a) where there is a discrepancy between amounts in figures and in words, the
amount in words will prevail;
(b) where there is a discrepancy between a unit price and the total amount
derived from the multiplication of the unit price and the quantity, the unit
price as quoted will prevail.
31.2
The amount stated in the tender will be adjusted by the Evaluation Committee in the
event of error, and the tenderer will be bound by that adjusted amount. In this regard,
the Evaluation Committee shall seek the prior approval of the General Contracts
Committee to communicate the revised price to the tenderer. If the tenderer does not
accept the adjustment, his tender will be rejected and his tender guarantee forfeited.
31.3
When analysing the tender, the evaluation committee will determine the final tender
price after adjusting it on the basis of Clause 31.1.
F. CONTRACT AWARD
Page 14
32. Criteria for Award
32.1
The sole award criterion will be the price. The contract will be awarded to the
cheapest priced tender satisfying the administrative and technical criteria.
33. Right Of The University of Malta To Accept Or Reject Any Tender
33.1
The University of Malta reserves the right to accept or reject any tender and/or to
cancel the whole tender procedure and reject all tenders. The University of Malta
reserves the right to initiate a new invitation to tender.
33.2
The University of Malta reserves the right to conclude the contract with the successful
tenderer within the limits of the funds available. It can decide to reduce the scope of
works or to ask for a discount from the cheapest compliant tenderer.
33.3
In the event of a tender procedure's cancellation, tenderers will be notified by the
University of Malta. If the tender procedure is cancelled before the outer envelope of
any tender has been opened, the sealed envelopes will be returned, unopened, to the
tenderers.
33.4
Cancellation may occur where:
(a) the tender procedure has been unsuccessful, namely where no qualitatively or
financially worthwhile tender has been received or there has been no response
at all;
(b) the economic or technical parameters of the project have been fundamentally
altered;
(c) exceptional circumstances or force majeure render normal performance of the
project impossible;
(d) all technically compliant tenders exceed the financial resources available;
(e) there have been irregularities in the procedure, in particular where these have
prevented fair competition.
In no circumstances will the University of Malta be liable for damages, whatever
their nature (in particular damages for loss of profits) or relationship to the
cancellation of a tender, even if the University of Malta has been advised of the
possibility of damages. The publication of a contract notice does not commit the
University of Malta to implement the programme or project announced.
34. Notification of Award, Contract Clarifications
34.1
Prior to the expiration of the period of validity of tenders, the University of Malta will
notify the successful tenderer, in writing, that his tender has been recommended for
award by the General Contracts Committee, pending any appeal being lodged in terms
of Part XIII of the Public Procurement Regulations (being reproduced in Volume 1,
Section 6).
34.2
Unsuccessful bidders shall be notified with the outcome of the evaluation process, and
will be provided the following information:
(i) the criteria for award;
(ii) the name of the successful tenderer;
(iii) the recommended price of the successful bidder;
(iv) the reasons why the tenderer did not meet the technical specifications/notification
that the offer was not the cheapest (if applicable);
(v) the deadline for filing a notice of objection (appeal);
(vi) the deposit required if lodging an appeal.
34.3
The recommendations of the Evaluation Committee and the Department Contracts
Committee shall be published on the Notice Board of the University of Malta,
Procurement Directorate, Administration Building, 2 nd Floor, and published online on
the University of Malta‘s website, www.um.edu.mt/procurement/service/tender under
the respective tender page.
Page 15
35. Contract Signing and Performance Guarantee
35.1
After the lapse of the appeals period, and pending that no objections have been
received and/or upheld, the successful tenderer may be invited to clarify certain
contractual questions raised therein. Such clarification will be confined to issues that
had no direct bearing on the choice of the successful tender. The outcome of any such
clarifications will be set out in a Memorandum of Understanding, to be signed by both
parties and incorporated into the letter of acceptance.
35.2
Within 7 calendar days of receiving the letter of acceptance (against acknowledgment
of receipt) from the University of Malta, the successful tenderer will sign a copy of the
Letter of Acceptance and date the Letter of Acceptance and return it to the University
of Malta with the performance guarantee and the Financial Identification Form (if
applicable).
35.3
Before the University of Malta sends the Letter of Acceptance to the successful
tenderer, the successful tenderer may be requested to provide the documentary proof
or statements required to show that it does not fall into any of the exclusion situations
listed in Clause 7 of the Tender Form (Volume 1, Section 2). The above mentioned
documents must be submitted by every member of a Joint Venture/Consortium (if
applicable).
35.4
If the selected tenderer fails to sign and return the copy of the Letter of Acceptance,
other required documentation, and any guarantees required within the prescribed 7
calendar days, the University of Malta may consider the acceptance of the tender to be
cancelled without prejudice to the University of Malta's right to seize the guarantee,
claim compensation or pursue any other remedy in respect of such failure, and the
successful tenderer will have no claim whatsoever on the University of Malta.
The tenderer whose tender has been evaluated as [second cheapest/second most
economically advantageous] may be recommended for award, and so on and so forth.
35.5
Only the signed Letter of Acceptance will constitute an official commitment on the
part of the University of Malta, and activities may not begin until the contract has been
signed both by the University of Malta and the successful tenderer.
35.6
Tender guarantees (bid bonds) provided by tenderers who have not been selected shall
be released within 30 calendar days from the signing of the contract. The tender
guarantee of the successful tenderer shall be released on the signing of the contract,
and on submission of a valid performance guarantee.
35.7
The performance guarantee referred to in the General Conditions is set at 10% of the
amount of the contract and must be presented in the form specified in Volume 2,
Section 4, to the tender document the performance guarantee shall be released within
30 days of the signing of the Final Statement of Account (Final Bill), unless the Special
Conditions provide otherwise.
36. Commencement of Works (Order To Start Works)
36.1
Following the signing of the contract by both parties, the Supervisor will issue a written
notice of commencement of the works in accordance with the General Conditions, as
specified by the Special Conditions.
36.2
The Contractor must inform the University of Malta's representative by return that he
has received the notice.
G. MISCELLANEOUS
37. Ethics Clauses
37.1
Any attempt by a candidate or tenderer to obtain confidential information, enter into
unlawful agreements with competitors or influence the committee or the University of
Malta during the process of examining, clarifying, evaluating and comparing tenders
Page 16
will lead to the rejection of his candidacy or tender and may result in administrative
penalties.
37.2
Without the University of Malta's prior written authorisation, the Contractor and his
staff or any other company with which the Contractor is associated or linked may not,
even on an ancillary or sub-contracting basis, supply other services, carry out works or
supply equipment for the project. This prohibition also applies to any other
programmes or projects that could, owing to the nature of the contract, give rise to a
conflict of interest on the part of the Contractor.
37.3
When putting forward a candidacy or tender, the candidate or tenderer must declare
that he is affected by no potential conflict of interest, and that he has no particular
link with other tenderers or parties involved in the project.
37.4
The Contractor must at all time act impartially and as a faithful adviser in accordance
with the code of conduct of his profession. He must refrain from making public
statements about the project or services without the Contracting Authority's prior
approval. He may not commit the Contracting Authority in any way without its prior
written consent.
37.5
For the duration of the contract, the Contractor and his staff must respect human
rights and undertake not to offend the political, cultural and religious morals of Malta.
37.6
The Contractor may accept no payment connected with the contract other than that
provided for therein. The Contractor and his staff must not exercise any activity or
receive any advantage inconsistent with their obligations to the Contracting Authority.
37.7
The Contractor and his staff are obliged to maintain professional secrecy for the entire
duration of the contract and after its completion. All reports and documents drawn up
or received by the Contractor are confidential.
37.8
The contract governs the Parties' use of all reports and documents drawn up, received
or presented by them during the execution of the contract.
37.9
The Contractor shall refrain from any relationship likely to compromise his
independence or that of his staff. If the Contractor ceases to be independent, the
University of Malta may, regardless of injury, terminate the contract without further
notice and without the Contractor having any claim to compensation.
37.10
The tender(s) concerned will be rejected or the contract terminated if it emerges that
the award or execution of a contract has given rise to unusual commercial expenses.
Such unusual commercial expenses are commissions not mentioned in the main contract
or not stemming from a properly concluded contract referring to the main contract,
commissions not paid in return for any actual and legitimate service, commissions
remitted to a tax haven, commissions paid to a recipient who is not clearly identified
or commissions paid to a company which has every appearance of being a front
company.
38. Data Protection and Freedom of Information
38.1
Any personal data submitted in the framework of the procurement procedure and/or
subsequently included in the contract shall be processed pursuant to the Data
Protection Act (2001). It shall be processed solely for the purposes of the performance,
management and follow-up of the procurement procedure and/or subsequent contract
by the University of Malta/Contracting Authority without prejudice to possible
transmission to the bodies charged with a monitoring or inspection task in conformity
with National and/or Community law.
38.2
The provisions of this contract are without prejudice to the obligations of the
University of Malta in terms of the Freedom of Information Act (Cap. 496 of the Laws of
Malta). The University of Malta, prior to disclosure of any information to a third party
in relations to any provisions of this contract which have not yet been made public,
shall consult the contractor in accordance with the provisions of the said Act, pertinent
subsidiary legislation and the Code of Practice issued pursuant to the Act. Such
consultation shall in no way prejudice the obligations of the University of Malta in
Page 17
terms of the Act.
39. Gender Equality
39.1
In carrying out his/her obligations in pursuance of this contract, the tenderer shall
ensure the application of the principle of gender equality and shall thus ‘inter alia‘
refrain from discriminating on the grounds of gender, marital status or family
responsibilities. Tenderers are to ensure that these principles are manifest in the
organigram of the company where the principles aforementioned, including the
selection criteria for access to all jobs or posts, at all levels of the occupation
hierarchy are amply proven. In this document words importing one gender shall also
include the other gender.
Page 18
VOLUME 1 SECTION 2 – TENDER FORM
(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted)
< Tender FOR CONSTRUCTION WORKS, REPAIRS AND ALTERATIONS AT THE CHILD CARE CENTRE, JUNIOR
COLLEGE, UNIVERSITY OF MALTA.> <UM1656>
A. TENDER
SUBMITTED BY:
(This will be included in the Summary of Tenders Received)
In case of a Joint Venture/Consortium:
Name(s) of Leader/Partner(s)
Leader 1
Partner
Nationality
Proportion
of
Responsibilities2
1
Etc …
1. Add/delete additional lines for partners as appropriate. Note that a sub-contractor is not considered to be a partner for the purposes
of this tender procedure. If this tender is being submitted by an individual tenderer, the name of the tenderer should be entered as
'leader' (and all other lines should be deleted)
2. Proposed proportion of responsibilities between partners (in %) with indication of the type of the works to be performed by each
partner (the company acting as the lead partner in a joint venture/consortium, they must have the ability to carry out at least 50% of
the contract works by its own means. If a company is another partner in a joint venture/consortium (i.e. not the lead partner) it must
have the ability to carry out at least 10% of the contract works by its own means).
Work intended to be subcontracted
Name and details of
sub-contractors
Value of subcontracting as
percentage of the
total cost 3
Experience in
similar works
(details to be
specified)
1
2
(.)
3. The maximum amount of sub-contracting must not exceed [50%] of the total contract value. The main contractor must have the
ability to carry out at least [50%] of the contract works by his own means.
NOTE TO COMPILER: THIS SECTION IS TO BE REMOVED/MARKED NOT APPLICABLE IF NO SUB-CONTRACTING IS ALLOWED. LIAISE WITH DOC
B
CONTACT PERSON (for this tender)
Name
Surname
Telephone
(____) ________________________
Fax
(____) ________________________
Address
...............................................................................................................
...............................................................................................................
...............................................................................................................
E-mail
Page 19
C
TENDERER'S DECLARATION(S)
To be completed and signed by the tenderer (including each partner in a consortium).
In response to your letter of invitation to tender for the above contract, we, the undersigned, hereby
declare that:
1
We have examined, and accept in full and in its entirety, the content of this tender document
(including subsequent Clarifications Notes issued by the University of Malta) for invitation to tender No
[UM1656] of [10/07/2012]. We hereby accept the contents thereto in their entirety, without
reservation or restriction. We also understand that any disagreement, contradiction, alteration or
deviation shall lead to our tender offer not being considered any further.
2
We offer to execute, in accordance with the terms of the tender document and the conditions and
time limits laid down, without reserve or restriction, the following works:
Bill A: [Preliminaries]
Bill B: [Repair Works]
Bill C: [Construction Works]
Bill D: [Alteration Works]
Bill E: [Extension of Drainage Works]
Bill F: [Dayworks]
3
The Grand Total Price of our tender (inclusive of duties, VAT, other taxes/charges, Eco-Contribution (if
any) and any discounts) is:
Grand Total: [……………………………………………] (from the Grand Summary on page 89 of this document)
4
This tender is valid for a period of 150 days from the final date for submission of tenders.
5
If our tender is accepted, we undertake to provide a performance guarantee of 10% of the contract
value as required by the General Conditions.
6
We are making this application in our own right and [as partner in the consortium led by < name of
the leader / ourselves >] for this tender. We confirm that we are not tendering for the same contract
in any other form. [We confirm, as a partner in the consortium, that all partners are jointly and
severally liable by law for the performance of the contract, that the lead partner is authorised to bind,
and receive instructions for and on behalf of, each member, and that all partners in the joint
venture/consortium are bound to remain in the joint venture/consortium for the entire period of the
contract's performance]. We are fully aware that, in the case of a consortium, the composition of the
consortium cannot be modified in the course of the tender procedure.
7
We are not bankrupt or under an administration appointed by the Court, or under proceedings leading
to a declaration of bankruptcy. We also declare that we have not been convicted criminally, or found
guilty of professional misconduct. Furthermore, we are up-to-date in the payment of social security
contributions and other taxes.
8
We accept that we shall be excluded from participation in the award of this tender if compliance
certificates in respect of declarations made under Clause 7 of this declaration are not submitted by
the indicated dates.
9
We agree to abide by the ethics clauses of the instructions to tenderers and, in particular, have no
potential conflict of interests or any relation with other candidates or other parties in the tender
procedure at the time of the submission of this application. We have no interest of any nature
whatsoever in any other tender in this procedure. We recognise that our tender may be excluded if we
propose key experts who have been involved in preparing this project or engage such personnel as
advisers in the preparation of our tender.
10
We will inform the University of Malta immediately if there is any change in the above circumstances
at any stage during the implementation of the contract. We also fully recognise and accept that any
false, inaccurate or incomplete information deliberately provided in this application may result in our
exclusion from this and other contracts funded by the Government of Malta and the European
Communities.
11
Our tender submission has been made in conformity with the Instructions to Tenderers, and in this
respect we confirm having included in the appropriate packages as required, the following
documentation:
Page 20
(a)
Tender Guarantee (Note 1)
o Bid Bond (not applicable)
(b)
General Information (Note 2)
o Proof of Purchase (Receipt) – Not Applicable
o Statement on Conditions of Employment
(c)
(d)
(e)
Selection Criteria (Note 2)
Financial and Economic Standing (Note 2)
o Not applicable
Technical Capacity (Note 3)
● Experience as Contractor
● Workplan and Programme of Works
Evaluation Criteria/Technical Specifications (Note 3)
● Tenderer‘s Technical Offer
● Literature /List of Samples
(f)
Tender Form, and Financial Offer/Bill of Quantities (Note 3)
Notes:
1.
2.
3.
Tenderers will be requested to clarify/rectify, within two working days from
notification, the tender guarantee only in the following two circumstances:
either incorrect validity date, and/or incorrect value. This is indicated by the
symbol ○
Tenderers will be requested to either clarify/rectify any incorrect and/or
incomplete documentation, and/or submit any missing documents within two
working days from notification. This is indicated by the symbol ○
No rectification shall be allowed. Only clarifications on the submitted
information may be requested. This is indicated by the symbol ●
12
I acknowledge that the University of Malta and/or Contracting Authority shall request rectifications in
respect of incomplete/non-submitted information pertinent to the documentation listed in Clause
11(a), 11(b), and 11(c) of this Tender Form. We understand that such rectification/s must be
submitted within two (2) working days, and will be subject to a non-refundable administrative penalty
of €50, and that failure to comply shall result in our offer not being considered any further.
13
We note that the University of Malta is not bound to proceed with this invitation to tender and that it
reserves the right to cancel or award only part of the contract. It will incur no liability towards us
should it do so.
Name and Surname:
_________________________________________
I.D. / Passport Number:
_________________________________________
Signature of tenderer:
_________________________________________
Duly authorised to sign this
tender on behalf of:
_________________________________________
Company/Lead Partner VAT No:
(if applicable)
_________________________________________
Stamp of the firm/company:
_________________________________________
Place and date:
_________________________________________
Page 21
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – Not Applicable for this
tender
[On the headed notepaper of the financial institutions providing the guarantee]
Whereas
the
Director
of
Contracts
has
invited
tenders
for
.......................................................................................................... ............................
and whereas Messrs .................................................................................... [Name of tenderer]
(hereinafter referred to as the Tenderer) is submitting such a tender in accordance with such invitation, we
................................................... [Name of Bank], hereby guarantee to pay you on your fi rst demand
in writing a maximum sum of ................................................................. Euro (€...............) in
case the Tenderer withdraws his tender before the expiry date or in the case the Tenderer fails to provide
the Performance Bond, if called upon to do so in accordance with the Conditions of Contract.
The guarantee becomes payable on your first demand and it shall not be incumbent upon us to verify
whether such demand is justified.
This guarantee is valid for a period of one hundred and fifty (150) days from the closing date of submission of
tenders, and expires on the .................................... Unless it is extended by us or returned to us for
cancellation before that date, any demand made by you for payment must be received at this office in
writing not later than the above-mentioned expiry date.
This document should be returned to us for cancellation or utilisation or expiry or in the event of the
guarantee being no longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date,
this guarantee shall be null and void, whether returned to us for cancellation or not, and our liability
hereunder shall terminate.
Yours faithfully,
..................................
Bank Manager
..................................
Date
Page 22
Annex To Tender Guarantee Form – Not Applicable for this tender
Contact Details of Tenderer
Name of Tenderer/Joint
Venture/Consortium
......................................................................
......................................................................
Email Address
......................................................................
Telephone Number
......................................................................
Fax Number
......................................................................
Mobile Number
......................................................................
Name and Surname of Contact Person (Title)
......................................................................
(To be submitted with the Tender Guarantee in case the provisions of
Article 1.1 of the Instructions to Tenderer need to be applied)
Page 23
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS
1. Statement on Conditions of Employment
Tenderers are to ensure that self-employed personnel are not engaged on this contract.
Non-compliance will invalidate the contract.
It is hereby declared that all employees engaged on this contract shall enjoy working conditions such as
wages, salaries, vacation and sick leave, maternity and parental leave as provided for in the relative
Employment Legislation. Furthermore, we shall comply with Chapter 424 of the Laws of Malta (Occupational
Health and Safety Authority Act) as well as any other national legislation, regulations, standards and/or
codes of practice or any amendment thereto in effect during the execution of the contract.
In the event that it is proved otherwise during the execution of the contract it is hereby being consented
that the contract is terminated with immediate effect and that no claim for damages or compensation be
raised by us.
Signature:
.............................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
.............................................................
Page 24
2. Experience as Contractor
List of contracts of similar nature and extent performed during the past one (1) year:
Name of
Project/
Kind of works
Total value of
works the
contractor was
responsible for
Period of
Contract
Starting
Date
Percentage of
works
completed
Client/Contracting
Authority and
place
Prime
Contractor
(P)
Or SubContractor
(S)
Final
Acceptance
Issued?
Yes
Not Yet
(current
contract)
No
(A) Malta
Page 25
Name of Project/
Kind of works
Total value of
works the
contractor was
responsible for
Period of
Contract
Starting
Date
Percentage of
works
completed
Client/
Contracting
Authority and
place
Prime
Contractor
(P)
Or SubContractor
(S)
Final
Acceptance
Issued?
Yes
Not Yet
(current
contract)
No
(B) Abroad
(not
applicable)
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Page 26
3. Literature/List of Samples
1. List of literature to be submitted with the tender:
Item
1.1
1.2
1.3
1.4
1.5
Description
Reference in Technical
Specifications
Pre stressed Slabs
As Per Technical Specifications
Concrete Predalle Slabs
As Per Technical Specifications
Waterproofing Membrane
As per Technical Specifications
Programme of Works
As per Technical Specifications
Concrete repair materials technical literature
As per Technical Specifications
1.6
1.7
1.8
1.9
2. List of samples to be submitted with the tender:
Item
2.1
Description
Waterproofing Membrane (Sample Length of 30cm x
30cm)
Reference in Technical
Specifications
As per Technical Specifications
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
Samples should be clearly marked with the name of Tenderer and tender number. Samples should be delivered to
the Estate & Works Department, University of Malta before the closing date and time of the tender.
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Page 27
4. Workplan and Programme of Works
Please attach the Workplan and the Programme of Works in relation to this tender.
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Page 28
VOLUME 1 SECTION 5 – GLOSSARY
Definitions
Note: the present definitions are given here for convenience only, in the context of the tender procedure.
The definitions set out in the contract as concluded are determining for the relations between the parties
to the contract.
Administrative order: Any instruction or order issued by the Engineer to the Contractor in writing regarding
the execution of the works.
Breakdown of the overall price: A heading-by-heading list of the rates and costs making up the price for a
lump-sum contract.
University of Malta: means the Department of Contracts
Contracting Authority: means the final beneficiary
Conflict of interest: Any event influencing the capacity of a candidate, tenderer or supplier to give an
objective and impartial professional opinion, or preventing him, at any moment, from giving priority to the
interests of the University of Malta and the Contracting Authority. Any consideration relating to possible
contracts in the future or conflict with other commitments, past or present, of a candidate, tenderer or
supplier, or any conflict with his own interests. These restrictions also apply to sub-contractors and
employees of the candidate, tenderer or supplier.
Contract value: The total value of the contract to be paid by the Contracting Authority in terms of the
agreed terms and conditions.
Contractor: The successful tenderer, once all parties have signed the contract.
Day: Calendar day.
Dayworks: Varied work inputs subject to payment on an hourly basis for the Contractor's employees and
plant.
Defects Notification Period: The period stated in the contract immediately following the date of provisional
acceptance, during which the Contractor is required to complete the works and to remedy defects or faults
as instructed by the Engineer.
Drawings: Drawings provided by the Contracting Authority and/or the Engineer, and/or drawings provided by
the Contractor and approved by the Engineer, for the carrying out of the works.
Engineer's representative: Any natural or legal person, designated by the Engineer as such under the
contract, and empowered to represent the Engineer in the performance of his functions, and in exercising
such rights and/or powers as have been delegated to him. In this case, references to the Engineer will
include his representative.
Equipment: Machinery, apparatus, components and any other articles intended for use in the works
Evaluation committee: a committee made up of an odd number of voting members (at least three)
appointed by the University of Malta and possessing the technical, linguistic and administrative capacities
necessary to give an informed opinion on tenders.
Final acceptance certificate: Certificate(s) issued by the Engineer to the Contractor at the end of the
defects notification period stating that the Contractor has completed his obligations to construct, complete,
and maintain the works concerned.
Final Beneficiary: The Department/Entity or other government body on whose behalf the Department of
Contracts has issued this tender.
Foreign currency: Any currency permissible under the applicable provisions and regulations other than the
Euro, which has been indicated in the tender.
Page 29
General conditions: The general contractual provisions setting out the administrative, financial, legal and
technical clauses governing the execution of contracts.
General damages: The sum not stated beforehand in the contract, which is awarded by a court or an
arbitration tribunal, or agreed between the parties, as compensation payable to an injured party for a
breach of the contract by the other party.
In writing: This includes any hand-written, typed or printed communication, including fax transmissions and
electronic mail (e-mail).
Liquidated damages: The sum stated in the contract as compensation payable by the Contractor to the
Contracting Authority for failure to complete the contract or part thereof within the periods under the
contract, or as payable by either party to the other for any specific breach identified in the contract.
Modification: An instruction given by the Engineer which modifies the works.
National currency: The currency of the country of the Contracting Authority.
Period: A period begins the day after the act or event chosen as its starting point. Where the last day of a
period is not a working day, the period expires at the end of the next working day.
Plant: appliances and other machinery, and, where applicable under the law and/or practice of the state of
the Contracting Authority, the temporary structures on the site required to carry out the works but excluding
equipment or other items required to form part of the permanent works.
Provisional sum: A sum included in the contract and so designated for the execution of works or the supply
of goods, materials, plant or services, or for contingencies, which sum may be used in whole or in part, or
not at all, as instructed by the Engineer.
Site: The places provided by the Contracting Authority where the works are to be carried out and other
places stated in the contract as forming part of the site.
Special conditions: The special conditions laid down by the Contracting Authority as an integral part of the
tender document, amplifying and supplementing the general conditions, clauses specific to the contract and
the terms of reference (for a service contract) or technical specifications (for a supply or works contract).
Supervisor/Engineer: The legal or natural person responsible for administering the contract on behalf of the
Contracting Authority.
Tender document/s: The dossier compiled by the Contracting Authority and containing all the documents
needed to prepare and submit a tender.
Tender price: The sum stated by the tenderer in his tender for carrying out the contract.
Works: Works of a permanent or temporary nature executed under the contract.
Written communications: Certificates, notices, orders and instructions issued in writing under the contract.
Page 30
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT
REGULATIONS
Part XIII - Appeals
The procedure for the submission of appeals is stipulated in Part XIII of the Public Procurement
Regulations (Legal Notice 296/2010), reproduced hereunder for ease of reference.
(1)
Any tenderer or candidate concerned, or any person, having or having had an interest or who has been
harmed or risks being harmed by an alleged infringement or by any decision taken including a proposed
award in obtaining a contract or a cancellation of a call for tender, may file a notice of objection with
the Review Board.
The notice shall be filed within ten calendar days following the date on which the contracting
authority has by fax or other electronic means sent its proposed award decision.
The communication to each tenderer of the proposed award shall be accompanied by a summary of the
relevant reasons relating to the rejection of the tender as set out in regulation 44(3), and by a precise
statement of the exact standstill period.
The notice of objection shall only be valid if accompanied by a deposit equivalent to one per cent of
the estimated value of the tender submitted by the tenderer, provided that in no case shall the
deposit be less than one thousand and two hundred euro (€1,200) or more than fifty-eight thousand
euro (€58,000). The Secretary of the Review Board shall immediately notify the Director that an
objection had been filed with his authority thereby immediately suspending the award procedure. The
Department of Contracts or the contracting authority involved, as the case may be, shall be precluded
from concluding the contract during the period of ten calendar days allowed for the submission of
appeals. The award process shall be completely suspended if an appeal is eventually submitted.
(2)
The procedure to be followed in submitting and determining complaints as well as the conditions under
which such complaints may be filed shall be the following:
(a)
any decision by the General Contracts Committee (or a Special Contracts Committee) and by a
contracting authority, shall be made public at the Department of Contracts or at the office of
the contracting authority prior to the award of the contract;
(b)
the notice of objection duly filed in accordance with sub-regulation (1) shall be made public by
the Review Board not later than the next working day following its filing;
(c)
within three working days of the publication of the replies the Secretary of the Review Board
shall prepare a report (the Analysis Report) analysing the letter of objection. This report shall
be circulated to the persons who file an objection and interested parties. After the
preparatory process is duly completed, the Head of the contracting authority shall forward to
the Chairman of the Review Board all documentation pertaining to the call for tenders in
question including files, tenders submitted, copies of deposit receipts, any motivated letter,
who shall then proceed as stipulated in Part XIV;
(d)
the Director or the Head of the contracting authority shall publish a copy of the decision of
the Review Board at his department or at the premises of the relevant contracting authority,
as the case may be.
Copies of the decision shall be forwarded by the Secretary of the Board to the complaining tenderer,
any persons who had registered or had an implied interest, the Director of Contracts and to the
contracting authority concerned.
Page 31
VOLUME 2
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE
Our Ref: EB/eb/_______
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
Attn [……………………………………..] [……………………………………..]
Dear Sirs,
UM/1656 -
Tender for Construction Works, Repairs and Alteration Works at the Child Care Centre,
Junior College, University of Malta.
This is to inform you that your Tender, dated the [……………………………………..], for the above mentioned goods
in caption, made under the abovementioned Call for Tenders, has been accepted by the University of Malta
in full compliance with the General Conditions of Contract that were attached to the Tender Documents.
As undertaken by your good selves in the tender you are to supply, deliver and install, the detailed furniture
as
per
tender
specifications
within
[……………………………………..]weeks,
for
a
sum
of
[……………………………………..]and provisional day works valued at [……………………………………..], both inclusive of
VAT and all as detailed and further amplified in your tendered offer no: [……………………………………..]dated the
[……………………………………..].
As undertaken by you in your tender and as stated in the General Conditions of Contract, you are to ensure
full compliance with the scope to affect delivery as detailed in the specifications. In this connection, your
attention is hereby being drawn to the relative Clauses of the General Conditions of Contract dealing with
your liabilities for failure to comply with the specifications referred to above.
Your attention is hereby drawn to Clause 35 of the Instruction to Tenderers, wherein you are required to
furnish the University of Malta, within 7 (seven) calendar days from the receipt/signatures of this Letter of
Acceptance, with a Bank Guarantee drawn on a local Maltese Bank for the amount of 10 (ten) % of the value
of this Contract and with a validity to expire on the __________ 20__. Said Guarantee has to be referenced
with the relevant Tender Number.
Failure to produce the said guarantee within the prescribed 7 (seven) days period may lead to the Contract
being considered as having been abandoned, in which case, you will become liable to the relevant penalties
stipulated in the General conditions of Contract.
Yours faithfully,
Director of Procurement
I agree and confirm
------------------------Name of Tenderer & Signature
Page 32
VOLUME 2 SECTION 2 – GENERAL CONDITIONS
The full set of General Conditions for Works Contracts (Version 1.02 dated 1 December
2011) can be viewed/downloaded from:
www.contracts.gov.mt/conditions
It is hereby construed that the tenderers have availed themselves of these general
conditions, and have read and accepted in full and without reservation the conditions
outlined therein, and are therefore waiving any standard terms and conditions which they
may have.
These general conditions will form an integral part of the contract that will be signed with
the successful tenderer/s.
Page 33
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS
These conditions amplify and supplement, if necessary, the General
Conditions governing the contract. Unless the Special Conditions provide
otherwise, those General Conditions remain fully applicable. The numbering
of the Articles of the Special Conditions is not consecutive but follows the
numbering of the Articles of the General Conditions. Other Special Conditions
should be indicated afterwards.
Article 2: Law and language of the contract
2.1
The Laws of Malta shall apply in all matters not covered by the provisions of the
contract.
2.2
The language used shall be English.
Article 3: Order of precedence of contract documents
The contract is made up of the following documents, in order of precedence:
(a) the Letter of Acceptance,
(b) any other applicable documents.
Addenda have the order of precedence of the document they are modifying.
Article 4: Communications
4.1 Director of Procurement
Administration Building
University of Malta
Msida
Telephone: +356 2340 2212/3
Fax:
+356 21314307
Email:
tenders.procurement@um.edu.mt
Web:
www.um.edu.mt/procurement
All communications must be done in the English Language, as per General
Conditions
Article 5: Supervisor and Supervisor's representative
i) The Supervisor (and or Architect in Charge) and Supervisor's representative
(and or Project Manager as delegated), shall have the power, during the course
of the work, to order the contractor to remove from the site any materials which
are considered to be of an inferior quality. He shall also have the power to order
the removal and a proper re-execution of any work executed with the rejected
materials in a manner contrary to the spirit of the specifications. Such orders
shall be carried out by the contractor at its own expense.
ii) In case of default on the part of the contractor to carry out such orders, the
Supervisor (and or Architect in Charge) and Supervisor's representative (and or
Project Manager as delegated), shall have the power to employ and pay other
persons to carry out same at the contractor‘s expense; such expenses will be
deducted from any monies that may be due to the contractor.
iii) The contractor shall, if ordered in writing by the Supervisor (and or Architect
in Charge) and Supervisor's representative (and or Project Manager as delegated),
suspend the works or any part thereof for such periods and at such times as so
Page 34
ordered and shall not, after receiving order, proceed with the work there in
order to be suspended until he receives written authority from the Project
Manager, to proceed therewith. The contractor shall not be entitled to claim
compensation for any loss or damage sustained as aforesaid.
iv) Should it appear to the Supervisor (and or Architect in Charge) and
Supervisor's representative (and or Project Manager as delegated), or any duly
authorised member of his staff that any work in progress is being executed in a
faulty manner, with unsuitable materials, by unskilled workmen/or by any means
or manner not in accordance with the contract documents, then he or they may
order immediate suspension of such faulty works by direct order to the
contractor‘s supervisory staff, foreman or ganger, until such time as the
contractor shall adopt remedial measures to the satisfaction of the Supervisor
(and or Architect in Charge) and Supervisor's representative (and or Project
Manager as delegated). Such order shall be complied with immediately the
contractor shall not be entitled to any extra payment, compensation or extension
of time for the completion on account of such suspension as per (iii) of this
Clause.
Article 8: Supply of Documents
All drawings and a copy of the specifications shall be furnished to the contractor
for his own use. The architects shall furnish to the contractor, at his request, any
instructions which, in the opinion of the architect are necessary for the execution
of any part of the work, such request to be made only within a reasonable time
for it is necessary to execute such a work in order to fulfil the contract.
Article 10: Assistance with Local Regulations
The contractor shall comply with and fulfil all obligations imposed by Act 19 of
the Police Laws and shall give all notices, obtain all permits; pay all fees that
may be lawfully demanded by Public Offices in respect of works and complies
with all requirements of the law and lawful authority.
The contractor shall be responsible for the satisfactory working of the complete
installation to the entire satisfaction of the Engineer as regards workmanship,
materials, execution and maintenance within the guarantee periods specified and
shall be responsible for compliance with all Statutory and Local Regulations and
for compliance with all the tests required by the Engineer and all tests required
by Enemalta Corporation.
Article 11: The Contractor’s Obligations
Without prejudice to the Contents of Articles
Conditions:-
11.1 to 11.10 of the General
The Contractor will be responsible for the safety of the works (including the
materials and plant) until they are taken possession of by the University and shall
stand the risk and be responsible for and must with all possible speed make good,
all damage caused by accident, weather, storm or any other causes at his own
expense.
The Contractor must cover up and protect from damage from any cause, all new
work. He must supply protection from the whole of the works executed and any
damage caused must be made good by the contractor at his own expense
The work shall be carried out in accordance with the directions and to the
satisfaction of the architects, specifications and Schedule of Quantities and such
further drawings and directions as may from time to time be given by the
architects or supplied by the contractor as part of this contract. If the work
Page 35
shown on any such direction be in the opinion of the contractor, extra to that
comprised in the specifications he shall, before proceeding with such work, give
notice to this effect to the architects, but if no notice is given to the architects
before the execution of the work, the contractor shall have no claim to any extra
payment in respect thereof.
Article 13: Performance Guarantee
The value of the Performance Guarantee is 10% of the Contract value.
The performance guarantee shall be in the format given in Annex IV and shall be
provided in the form of a bank guarantee. It shall be issued by a bank in
accordance with the eligibility criteria applicable for the award of the contract.
The guarantee will only be released in accordance with the Conditions of
Contract.
Article 14: Insurance
a)
All risks insurance:
The contractor is to insure in the joint names of the Contracting Authority, the
works against loss and damage by fire, storm tempest, lightning, floods,
earthquake, aircraft or anything dropped there from aerial objects, riot and civil
commotion for the full value thereof plus 15% of all the works executed and all
unfixed materials intended for, delivered to or placed on or adjacent to the
works and shall keep such works, materials so insured until the completion of the
works.
b)
Third party insurance:
Without in any way limiting his responsibility under paragraph (a) above, the
contractor shall effect a policy of insurance against the risks mentioned therein
to cover an amount of not less than €1,200,000 (one million two hundred
thousand Euro) for any one occurrence with the number of occurrences
unlimited. The policy shall be in the joint names of the Contracting Authority and
the contractor and shall include cross liabilities clauses
Article 15: Performance Programme (Timetable)
Seven clear days before intended commencement of any works the Contractor
shall furnish a, programme of works, as the architect and project manager shall
require.
Before proceeding with the execution of the work, the contractor shall obtain the
architects‘ and project manager's approval of the manner in which he proposes to
carry out each portion of the work.
Article 17: Contractor’s Drawings
Seven clear days before intended commencement of any works the Contractor
shall furnish such working drawings or information, as the architect and project
manager shall require.
Article 18: Tender Prices
The tendered rates shall be inclusive of all work as specified, as well as any other
works that are of a contingent or indispensable nature for completing the work in
Page 36
its entirety. The rates shall be inclusive of all materials necessary, profits and
payments of Customs Duty and Landing charges on all imported goods, VAT,
taxes, ECO contribution, all hire of plant and machinery required as also all
transport of materials to the site of works and so on. Tenderers are to give rates
as quoted for. No claims arising from lack of ascertaining the site condition shall
be entertained.
The tendered rates shall be fixed rates and no allowance will be made for
fluctuations in rates and prices or for any increase or decrease in the cost of
labour and/or materials and other costs mentioned under Clause 18.1
Article 22: Interference With Traffic
As per General Conditions
Article 25: Demolished Materials
25.1
As per General Conditions
25.4
As per General Conditions
Article 26: Discoveries
26.2
As per General Conditions
26.3
As per General Conditions
Article 28: Soil Studies
28.1
As per General Conditions
Article 30: Patents and Licences
30.1
As per General Conditions
Article 31: Commencement Date
Following the signature of the Letter of Acceptance, the Contractor will be
notified in writing to commence works on site.
As soon as possession of the site is given to the Contractor, he shall proceed with
the works and complete same as soon as possible. It is essential that the whole of
this work be completed at the earliest possible.
Should there be no queries from the Contractor, the necessary work shall
proceed and be completed as soon as possible, respecting the deadlines specified
in Article 15 above.
Article 32: Period of Performance
32.1
It is to be made absolutely clear that all works envisaged in this contract are
to be completed by not later than four (4) weeks from the order to start work
which will be issued following the Letter of Acceptance by the Director –
Estate and Works Department and/or his delegate.
Page 37
Article 34: Delays in Execution
34.1
If the Contractor fails to start the works assigned to him on the specified starting
date, a penalty of one thousand two hundred Euros (€1200) per day including
Sundays and public holidays shall be imposed until the works have commenced.
Subsequently the Contractor shall be subject to a penalty for delay of one
thousand two hundred Euros (€ 1200) per day inclusive of Sundays and Public
Holidays for any delays over the 12 week period, up to a limit of 20% of the
awarded contract. As soon as this figure is reached the Contracting Authority
reserves the right to invoke Clause 34.2 ( c ) of the General Conditions.
Article 35: Variations and Modifications
35.7
As per General Conditions
35.8
As per General Conditions
35.9
Final measurements of all the works carried out shall be prepared within a
reasonable period after the works are completed and paid according to the
applicable rates detailed in the Bill of Quantities.
Article 37: Work Register
37.1
As per General Conditions
Article 38: Origin
38.1
As per General Conditions
Article 39: Quality of Works and Materials
39.2
a)
All materials required for the completion of the works specified shall be
provided by the contractor.
b)
The work is to be carried out in the best customary practice and the
architect in charge is to be satisfied that the quantity of the materials
conforms to that specified herein.
c)
The contractor shall provide without extra charge all labour and equipment
required by the architect in charge of testing, measuring or proving the
efficiency of any of the materials used or of any portion or portions of the
completed works.
d)
The Contractor shall guarantee the works that he has carried out, for a
Minimum period of twelve months after completion, against defective
materials and all workmanship
Article 40: Inspection and Testing
40.2
Tests on any materials, causes, etc. may be taken at any time during the course
of the works and the contractor shall be bound to provide the architect with all
such assistance, instruments, machines, labour and materials as are normally
required for examining, measuring and testing any work, and the quality, weight
or quantity of any materials used and shall supply samples of materials before
incorporation in the works, for testing as may be required by the architects, the
Project Manager or Supervisor.
Page 38
Article 42: Ownership of Plants and Materials
42.2
Article 42 of the General Conditions shall be understood to refer to all
equipment, temporary structures, plant and materials brought on site by the
Contractor.
Article 43: Payments: General Principles
43.1
Payments will be made in Euro.
(a) Payments shall be made in Euro, up to 95% of the certified works carried out,
with 5% being kept as retention money.
(b) Payments shall be made by the University of Malta.
The payment terms referred to under the relative Clause of the General
Conditions particular to this tender state that payment shall be effective within a
reasonable period time. This should be taken to mean that payment is to be
effected within 60 days from the date of receipt of the invoice or request for
goods delivered, services rendered of work carried out to the satisfaction of the
Head of Department or his representative.
43.3
Whenever the 30-day period is mentioned in this article, it is deemed to be 60
days.
Article 44: Pre-financing
44.1
Not Applicable to this Tender
Article 45: Retention Monies
45.2
The balance of 5% of the contract sum retained as per Article 43.1 above, will be
retained for the duration of the defects liability period as stipulated in Article 39
(d) above and will only be refunded if defective work, if any, had been made
good to the satisfaction of the architects, the Project Manager and/or the
Supervisor of the Contracting Authority.
Article 46: Price Revision
46.1
No price revisions are allowed
46.2
Prices contained in the Contractor's tender shall be deemed:
a) to have been determined on the basis of the conditions in force 30 days
prior to the latest date fixed for submission of tenders or, in the case of
direct agreement contracts, on the date of the contract;
b) to have taken account of the legislation and the relevant tax
arrangements applicable at the reference date fixed in Article 46.3(a).
46.3
In the event of changes to, or introduction of, any national or state statute,
ordinance, decree or other law, or any regulation or bye-law of any local or other
public authority, after the date stated in Article 46.3 which causes a change in
the contractual relationship between the parties to the contract, the Contracting
Authority and the Contractor shall consult on how best to proceed further under
the contract, and may as a result of such consultation decide, with the prior
approval of the Central Government Authority:
Page 39
a) to modify the contract; or
b) to provide for compensation for any imbalance caused by one Party to
the other; or
c) to terminate the contract by mutual agreement.
46.4
In the event of a delay in the execution of the works for which the Contractor is
responsible, or at the end of the period of performance revised as necessary in
accordance with the contract, there shall be no further revision of prices within
the 30 days before provisional acceptance, except for the application of a new
price index, if this is to the benefit of the Contracting Authority.
46.5
In the event of a delay in the execution of the works for which the Contractor is
responsible, or at the end of the period of performance revised as necessary in
accordance with the contract, there shall be no further revision of prices within
the 30 days before provisional acceptance, except for the application of a new
price index, if this is to the benefit of the Contracting Authority.
Article 47: Measurement
47.2
Final measurements of all the works carried out shall be prepared within a
reasonable period after the works are completed and paid according to the
applicable rates detailed in the Bill of Quantities
Article 48: Interim Payments
48.1
In line with article 48. 1 of the General Conditions, an interim certificate of
payment may be issued at intervals of not less than one month and not more than
three months intervals against invoices from the Contractor.
Article 50: Delayed Payments
50.1
The period quoted in Article 50.1 of the General Conditions may be subject to
change according to the particular needs of the Department
50.2
Once the deadline laid down in Article 50.1 has expired, the Contractor may,
within two months of late payment, claim late-payment interest:
a contractor would become entitled to the payment of interest at 2% over the
rate of interest established by the Central Bank of Malta for the particular
period.
By way of exception, when the interest calculated in accordance with this
provision is lower than or equal to €200, it shall be paid to the Contractor only
upon a demand submitted within two months of receiving late payment.
Article 53: End Date
Malta Funds
Article 53 of the General Conditions is not applicable.
Article 56: Partial Acceptance
56.3
Not Applicable
Article 57: Provisional Acceptance
As per General Conditions
Page 40
Article 58: Maintenance Obligations
58.6
The Contractor shall replace at his expense any work, which is proven to be
defective even after completion.
Article 66: Dispute Settlement by Litigation
Any dispute between the Parties that may arise during the performance of this
contract and that has not been possible to settle otherwise between the Parties
shall be submitted to the arbitration of the Malta Arbitration Centre in
accordance with the Arbitration Act (Chapter 387) of the Laws of Malta.
This law is based on ―Model Law‖ which is the Model Law on International
Commercial Arbitration adopted on June 21, 1985 by the United Nations
Commission on International Trade Law reproduced in the First Schedule of the
Arbitration Act.
Page 41
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
Dear Sir,
Our Guarantee Number .......................... for €......................
Account: [Account Holder’s Name]
In connection with the contract entered into between yourself on behalf of the Director of Contracts and
[Name and Address of Contractor] hereinafter referred to as ―the Contractor‖ as per the latter‘s tender and
your acceptance under [UM File Reference], whereby the contractor undertook the [title of contract] in
accordance with Article 13 of the Special Conditions the [works/services/supplies] as mentioned, enumerated
or referred to in the Specification and/or Bills of Quantities forming part of the contract documents, we
hereby guarantee to pay you on demand a maximum sum of €[amount in works and numbers] in case the
obligations of the above-mentioned contract are not duly performed by the Contractor.
This guarantee will become payable on your first demand and it shall not be incumbent upon us to verify
whether such demand is justified.
For avoidance of doubt it is hereby declared that although this instrument gives rise to legal relations
between the guarantor and the beneficiary, it is hereby specifically declared for all intents and purposes of
law that this guarantee does not exempt the above-mentioned Contractor from any obligations, acts of
performance or undertaking assumed under the tender documents as ratified in the contract.
Any payments due to the contractor in respect of the obligations entered into under the contract above
referred to shall be made through this Bank.
This guarantee expires on the [expiry date] and unless it is extended by us or returned to us for cancellation
before that date any demand made by you for payment must be received in writing not later than the
aforementioned expiry date.
This document should be returned to us on utilization or expiry or in the event of the guarantee being no
longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date,
this guarantee shall be null and void, whether returned to us or not, and our liability hereunder shall
terminate.
This guarantee is personal to you, and is not transferable or assignable.
Yours Faithfully,
.............................................
[Signatory on behalf of Guarantor]
Page 42
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE –
Not Applicable for this tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
[Tender Reference]
Dear Sir,
We the undersigned, [name, company name, address], hereby declare that we will guarantee, as principal
debtor, to [University of Malta's name and address] on behalf of [Contractor's name and address], the
payment of [indicate the amount], corresponding to the guarantee mentioned in Article 44 of the Special
Conditions without dispute, on receipt of a first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the contract or of the
works to be performed thereunder or of any of the contract documents which may be made between you and
the Contractor shall in any way release us from any liability under this guarantee. We hereby waive notice of
any such change, addition or modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of the prefinancing] and shall be valid until the equivalent value of [works/services/supplies] has been certified by
the University of Malta.
We note that you will release the guarantee and notify us of the fact at the latest within thirty days of this
date.
Done at ………….., ../../..
Name and first name: …………………………… On behalf of: …………………
Signature: ……………..
[stamp of the body providing the guarantee]
Page 43
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable
for this Tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
[Tender Reference]
Dear Sir,
We, the undersigned, [name, company name, address], hereby declare that we will guarantee, as principal
debtor, to [University of Malta's name and address] on behalf of [Contractor's name and address], the
payment of [indicate the amount], corresponding to the guarantee mentioned in Article 45 of the Special
Conditions without dispute, on receipt of a first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the contract or of the
works to be performed thereunder or of any of the contract documents which may be made between you and
the Contractor shall in any way release us from any liability under this guarantee. We hereby waive notice of
any such change, addition or modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of the sums
retained under the contract] and shall be valid until the date of issue of the certificate of final acceptance.
We note that you will release the guarantee and notify us of the fact at the latest within thirty days of the
date of issue of this certificate.
Done at ………….., ../../..
Name and first name: …………………………… On behalf of: …………………
Signature: ……………..
[stamp of the body providing the guarantee]
Page 44
VOLUME 3 - TECHNICAL SPECIFICATIONS
Note:
Where in this tender document a standard is quoted, it is to be understood that the
Contracting Authority will accept equivalent standards. However, it will be the
responsibility of the respective bidders to prove that the standards they quoted are
equivalent to the standards requested by the Contracting Authority.
3.1
General
3.2
Introduction
3.3
General Site Management Practices
3.4
General Health and Safety Provisions
3.5
Waterproof Membrane
3.6
Rainwater and Waste Water System
3.7
Concrete Works
3.8
Masonry and Blockwork
3.9
Repairs to Reinforced Concrete
Page 45
3.10
General
a.
The Contractor shall maintain the site in a clean, sound and secure condition
throughout the Works, in order to ensure that no access to the Site by unauthorized
persons is possible.
b.
The Contractor shall submit a programme of works and a detailed construction
management plan, taking into account the specifications, general site management
practices, and the general health and safety procedures indicated below. It shall
also indicate access points, order of working, etc.. Such construction management
plan may be subject to formal approval by the relevant authorities, and the
Contractor will be required to conform strictly to the plan. Any deviations from an
approved construction management plan will be financially penalised by the
relevant authorities, and the Contractor shall be solely responsible for such financial
penalties.
3.2 Introduction
3.2.1 This tender is for the construction works of the new extension, repairs and Internal
alterations at the Child Care Centre, Junior College, UNIVERSITY OF MALTA.
3.2.2 All works and activities including Emergency Works shall be regulated by all
Statutory Laws and Regulations especially the Code of Practice Laws - Chapter 10
and any other relevant regulation. The Contractor shall be solely responsible for
the procurement of all the necessary permits and licenses and shall ensure that all
conditions laid therein are observed and abided by at all stages of the contract.
3.2.3 Tenderers are advised to visit the site to ascertain for themselves the working
conditions. The University access routes may, at no time whatsoever, be obstructed
from free flow of traffic. No extra claims will be accepted on site conditions.
3.2.4 Tenderers are reminded that at no time whatsoever may they block the entrance
and exit to the Junior College. The road and ground surfaces and pavement must be
respected and if damaged it must be replaced at the Contractor's expense.
3.3.0 General Site Management Practices
3.3.1 Storage areas for materials, plant and construction waste shall be enclosed with
secure hoarding; the different areas for materials, waste and staff facilities will also
be fenced in, by means of wire mesh, for security, for the protection of the public,
as well as to reduce visual impact. Construction waste shall be covered and properly
contained to limit dust propagation, and to reduce the potential for accidental
spillage. Construction waste shall be collected in covered skips in specific areas,
easily accessible to the waste disposal vehicles. Skips shall be removed on a regular
basis, and not permitted to stay on site for periods of longer than one week, except
that materials that may have potential for re-use or re-cycling shall be maintained
on site, albeit in an orderly fashion. Stockpiles of excavated material, or of
dismantled material stored for re-use, shall be watered down on a regular basis.
Page 46
3.3.2 The disposal of hazardous waste shall be carried out in accordance with procedures
approved by the Environmental Protection Department. Sanitary waste shall be
disposed of chemically.
3.3.3 Burning of waste plastics and wood on site shall not be allowed.
3.3.4 Waste oils shall be collected in accordance with national regulations, and other
construction waste disposed of in accordance with the indications of the
Environmental Protection Department.
3.3.5 Any activities producing dust shall be strictly controlled, and measures such as
spraying with water shall be used to ensure that the emitted dust is minimised. Dustladen materials shall be removed from the site, and transported through public
thoroughfares, only after thorough watering before leaving the site. Dust covers,
properly secured along all sides, shall be used on all open-topped vehicles used for
the transportation of rubbish from the site.
3.3.6 Wash-down facilities will be available at the exit of the site to minimize any dust
carried by construction vehicles on to the public roads. Wash-down facilities shall
consist of a power washer, surface gutters and a system of interconnected reservoirs
underlying the washing area. Construction vehicles leaving the site will pass through
the exit where they can be washed-down. The water will flow through the gutters
into the underground reservoirs, and clear water will overflow from one
compartment into the next, depositing the silt load. A submersible pump will
recycle the water from the last compartment and feed it to the power washer.
Sludge will be collected regularly using mobile suction pumps and deposited at
Maghtab. The area around the wheel washing facility will be surfaced with tarmac.
The Contractor shall maintain all public and private roads and footpaths, used during
the course of the works, that is he shall keep the roads free from mud, dust or any
other material arising from or in connection with the works, at all times. Clearing
and sweeping of the roads shall be carried out on a regular basis, at least once a
week or as instructed by the Engineer, using mechanical road sweepers.
3.3.7 All plant shall be operated with any doors closed, and shall be fitted with silencers
and noise suppressors. All plant and site operations will be required to conform to
BS5228 or EN Equivalent.
3.3.8 Chemical drums shall be stored on impervious surfaces in designated bonded areas.
Oil tanks shall be similarly stored. The bunds shall have a capacity equal to 10% of
the volume of the largest drum. The bunds shall have no drains, and provision shall
be made for the pumping out rain-water. Filling and vent pipework shall be located
inside the bund. The bunds shall be available for inspection. Empty drums shall be
stored in a similar fashion, in separate areas, and shall be safely disposed of in
accordance with the arrangements made with the Environmental Protection
Department.
3.3.9 Oil drip trays shall be used under small static plant, such as pumps and compressors.
These trays shall be open to inspection and, spent oil shall be disposed of in
accordance with the arrangements made with the Environmental Protection
Department.
3.3.10 Specific procedures in the event of oil or chemical spillage shall be developed in
conjunction with the Environmental Protection Department. Spillage control kits
Page 47
shall be available in an accessible area on site, and some workers shall be trained in
the use of such kits. The Contractor shall be responsible for reporting such
occurrences to the relevant authorities.
3.3.11 The Contractor shall take all necessary procedures to control energy use on site.
Site lighting shall be, as much as possible, low energy, or energy-efficient, light
fixtures.
3.3.12 The Contractor shall be required to install settling ponds to stop oil-contaminated,
or silt-laden, waste water, (including rain-water), from finding its way into the sea.
3.3.13 The Contractor shall abide strictly with all instructions or guidelines issued by MEPA,
ADT, the Police, and other relevant authorities, in connection with site
management, construction traffic, environmental protection, and all other aspects
concerning the construction process.
3.4.0 General Health and Safety Provisions
3.4.1 The National Code of Practice for Health and Safety shall be adopted throughout the
construction phase of the Project. The Contractor shall prepare a Health & Safety
Plan with the following objectives: (a) to identify the hazards associated with the
construction process, (b) to identify procedures to reduce the hazards to a
minimum, and (c) to establish procedures to be adopted in the case of accidents.
The Contractor shall be responsible for continuously updating the Health & Safety
Plan, for ensuring that all sub-contractors and employees know, and comply with,
safety rules, for excluding unauthorized persons from the work area, for displaying
notices of work, for keeping and updating the Building File, and for ensuring the
necessary health and safety training of the employees. He shall also be responsible
for notifying all relevant authorities.
3.4.2 The Contractor shall be required to provide unmanned first aid facilities on the site,
and to respect designated emergency access routes, or as otherwise instructed by
the Engineer.
3.4.3 The Building File shall contain information on the relative risks of construction
work. The Building File shall contain all design information, and all information
related to the materials and elements supplied to the Site, as well as that
information added during the construction phase, such as ―as-built‖ information,
details of proposed programmes, certificates for plant and equipment in use, and
details of significant hazards or work sequences. The Building File shall be
submitted to the Engineer at the end of the Works.
3.4.4 The following provisions shall be made, without limiting in any way, other provisions
that the Contractor may deem necessary in order to render the Site and the Work
safe:
3.4.5 The Site of Works shall be fenced in, using secure fencing, to prevent unauthorised
access to the active work areas.
3.4.6 A Notice, giving information on the specific hazards, and on the availability of
emergency assistance, shall be clearly displayed in a position such that it can be
Page 48
read by those working on site and those affected by the site.
3.4.7 Routes for the movement of vehicular traffic and plant, within the work site, and
immediately surrounding the work site shall be clearly delineated. These routes
shall be separated from the areas subject to overhead movements. Routes for
access for emergency vehicles, and for emergency evacuation of the Site, shall also
be delineated. Concrete barriers shall be used to isolate routes for heavy vehicles
and plant from pedestrian routes.
3.4.8 Existing services, both overhead and underground, within the work site, and
immediately surrounding the work site, shall be identified, and the respective utility
companies contacted for information.
3.4.9 Special attention shall be given to lifting, slewing and overhead handling operations
to avoid public access areas.
3.4.10 The Contractor shall be responsible for ensuring that all persons on the Site,
whether the Contractor‘s employees or otherwise, wear the necessary personal
protective clothing at all stages. The Engineer shall have the right to send away any
of the Contractor‘s employees, or of his Sub-Contractors, or otherwise doing work
on the site, if they do not comply with this requirement.
3.4.11 Workers shall be provided with, and shall wear the following personal protective
clothing and equipment:
a) safety helmets or hard hats to protect the head from injury resulting from
falling or flying objects, or from striking against objects or structures;
b)
goggles, a screen, a face shield or other suitable device when likely to be
exposed to eye or face injury from airborne dusts or flying particles,
dangerous substances, harmful heat, light or other radiation, and in particular
during welding, flame cutting, rock drilling, concrete mixing or other
hazardous work;
c)
protective gloves and suitable protective clothing to protect hands or the
whole body when exposed to heat radiation or while handling hot, hazardous
or other substances which might cause injury to the skin;
d)
footwear of an appropriate type when employed at places where there is the
likelihood of exposure to adverse conditions, or of injury from falling or
crushing objects, hot or hazardous substances, sharp-edged tools or nails;
e)
respiratory protective equipment, suitable for the particular environment,
when workers cannot be protected against airborne dust, vapours or gases by
ventilation or other means;
f)
waterproof clothing and
weather conditions; and
g)
safety harnesses with independently secured lifelines where protection
against falls cannot be provided by other appropriate means.
head
coverings
when
working
in
adverse
3.4.12 The Contractor shall provide safe, sufficient and suitable storage for any flammable
liquids, solids and gases such as liquefied petroleum, gas cylinders and paints.
Storage areas for flammable liquids, solids and gases shall be rendered secure
Page 49
against trespassers. Smoking shall be prohibited and ―No smoking‖ notices of
appropriate design and shape shall be prominently displayed in all spaces containing
readily combustible or flammable materials. Combustible material such as scrap
wood or plastics, oily/greasy waste, sawdust or packing material shall not be
allowed to accumulate in places of work, but should be kept in closed metal
containers in a safe place.
3.4.13 The Contractor shall ensure that all work platforms, false work and scaffolding are
of sturdy construction, certified, and securely attached to solid parts of the
structure, or of the ground, complete with guard-rails, toe rails, secure ladders
etc..
3.4.14 Scaffolding shall be erected by qualified personnel and inspected regularly.
Scaffolding shall be properly designed, constructed, erected and maintained so as to
prevent collapse or accidental displacement when properly used. Scaffolds shall be
designed for their maximum load and with a safety factor of at least 4 times their
maximum load. The maximum loading capacity of the scaffolding, as specified by
the supplier or erector, shall be indicated on the scaffolding, and shall not be
exceeded at any stage. Lifting appliances shall be securely attached to mountings;
all lifting appliances shall be certified to be in a proper working condition. Fixed
lifting gear shall be installed by competent personnel, and certified to be in a
proper working condition. Fixed lifting gear shall be located in such a way that the
operator can either see over the zone of operations or be capable of communicating
with all loading and unloading points.
3.4.15 Adequate precautions shall be taken to protect any person who might be injured by
the fall of materials, tools or equipment being raised or lowered. Such precautions
may include fencing, barriers, or the appropriate utilization of look-out men. Guys,
stays or supports shall be used where required to prevent danger; alternatively
other effective precautions shall be taken to prevent the collapse of structures or
parts of structures that are being erected, maintained, repaired, dismantled or
demolished.
3.4.16 Scaffolds shall be provided with safe means of access, such as stairs, ladders or
ramps. Ladders shall be secured against inadvertent movement. Scaffolds shall be
adequately braced or strutted to prevent collapse. Scaffolds, which are not
intended to be independent, shall be rigidly connected to the building at suitable
vertical and horizontal distances. The foot or base of any standard or upright shall
be placed on an adequate base plate in a manner to prevent slipping or sinking.
Loose bricks, drainpipes or other unsuitable material shall not be used for the
construction or support of any part of a scaffold. No scaffold shall be partly
dismantled and left so that it is capable of being used, unless it continues to be safe
for use.
3.4.17 When necessary to prevent danger from falling objects, working platforms,
gangways and stairways of scaffolds shall be provided with overhead screens of
adequate strength and dimensions. Scaffolding materials shall not be thrown from
scaffolds or from heights. Other materials shall only be thrown from scaffolds or a
height where the landing area has been designated, protected, appropriate notices
displayed and is under the supervision of a person on a landing level.
Page 50
3.4.18 Mobile towers shall be equipped with wheels fixed to the scaffold, turned outwards
to provide maximum base dimensions and with wheel brakes which are to be kept
locked when the tower is in use. Mobile towers shall not be moved while persons or
materials are on the top platform. The ratio of height to base width in the case of
mobile towers used outdoors shall be of 3:1, but, in the case of free-standing mobile
towers, the height shall not exceed 9.6m.
3.4.19 All vehicles and earth-moving or materials-handling equipment shall be of good
design and construction, taking into account established ergonomic principles,
particularly with reference to the seat; they shall be maintained in good working
order, shall be used with due regard to health and safety, by workers who have
received appropriate training. Where appropriate, earth-moving or materialshandling equipment shall be fitted with structures designed to protect the operator
from being crushed should the machine overturn, and from falling material. All
vehicles and earth-moving or materials-handling equipment shall be fitted with a
plate indicating the gross laden weight; the maximum axle weight or, in the case of
caterpillar equipment, ground pressure.
3.4.20 Plant, machinery and equipment shall be switched off when not in use and isolated
before any major adjustment, cleaning or maintenance is performed. Where trailing
cables or hose pipes are used they shall be kept as short as practicable, be
mechanically protected and not be allowed to create a safety hazard.
3.4.21 Mobile high pressure compressor plants and equipment shall be examined, tested
and certified annually by a mechanical engineer having a warrant to practice his
profession. Portable compressors shall be fitted with a double adjustable tow-bar
and jockey wheel. When the plant/equipment is in operation, wheel chocks shall be
installed. The wheels must be fitted with brakes which are operated automatically
via a handbrake for parking purposes. Only competent persons shall operate and
maintain such plant and equipment.
3.4.22 Noise emission levels from the plant/equipment must conform to approved
standards, for example as stipulated in E.U. Directive 84/553/EEC. The exhaust
system from the engine must be fitted with a residual silencer.
3.4.23 Temporary ―kerbs‖ shall be constructed at the edges of the Site to contain any
spillages – such ―ponds‖ shall be provided with drainage to a collection sump.
3.4.24 Areas within the Site, which are liable to become slippery, because of oil or other
causes, shall be regularly cleaned up, or strewn with sand or sawdust. A suitable
―housekeeping‖ programme shall be established, and be continuously implemented
on the Site. It shall include provisions for the proper storage of materials and
equipment, and for the removal of scrap, waste and debris at appropriate intervals.
Loose materials that are not required for use shall not be placed or allowed to
accumulate on the site, so as to obstruct means of access to, and egress from,
places of work and passageways.
3.4.25 All openings through which workers are liable to fall shall be kept effectively
covered or fenced and marked in the most appropriate manner. Guard-rails and toePage 51
boards shall be provided to protect workers from falling from elevated workplaces;
alternatively, adequate safety nets or safety sheets shall be erected, made fast and
maintained, or adequate safety harnesses shall be provided and used. Hoist shafts
shall be enclosed with rigid panels or adequate fencing at ground level on all sides.
3.4.26 All vehicles and handling plant shall be certified to be in a proper working order,
and shall be operated by trained personnel. All vehicles and plant shall be properly
maintained, and any faults rectified or repaired promptly. All vehicles and handling
equipment shall be equipped with acoustic signalling devices, with power and hand
brakes, with reversing alarms in addition to the normal lights, and with silencers.
3.4.27 All operators of construction equipment shall receive basic training in the Code of
Practice provisions. Drivers of heavy machinery shall be over 21 years of age, and
shall have followed an approved course in relation to the equipment to be used or
driven.
3.4.28 All manual tools, pneumatic tools, electrical tools, concrete mixing equipment,
compressors, etc. shall suitable for the work to be carried out, shall conform to
approved standards and regulations, shall be safe and such that they can be
operated without risk to health. They shall be provided with protective guards,
shields or other devices as appropriate, which shall be maintained regularly, which
shall be equipped, where applicable, with an extract dust system which shall be as
close as possible to source of the dust, and which sucks away from the breathing
zone, not through it, shall be fitted with shock absorbing materials, be AND fitted
with noise control protection devices at source to reduce as much as possible noise
exposure.
3.4.29 Any temporary electrical installation on the Site shall meet the requirements of the
IEE Regulations for Electrical Installations, and of the Enemalta Regulations. In
particular, IEE Regulations para. 604, and specifically, the following the regulations
shall be applied:a)
b)
c)
d)
e)
f)
604-03, Protection for Safety;
604-04, TN System — (an IT System of supply shall not be used);
604-08-03, Provision of RCD;
604-09, All switchgear must be P55;
604-10, No wiring system shall have strain placed on the termination of
conductors; No cable shall be run across access roads where cranes and other
earth- moving equipment shall be passing; and
604-11, Isolation and switching.
The above shall not apply to any site offices, meeting rooms, changing rooms etc., where
the general provisions of the Regulations shall apply.
3.4.30 Any temporary electrical installation shall be certified by an independent warranted
electrical engineer every 3 months and the certificate shall be affixed in a
prominent position next to the Main Temporary Switchboard. Failure to comply, or
to update this certificate, will lead to an automatic penalty.
3.4.31 All cranes used on site shall be certified by a warranted mechanical engineer, in
accordance with the regulations issued by the Health and Safety Section of the
Page 52
Department of Labour, every 6 months; copies of the certificates shall be sent to
the Project Manager. Further measures shall be taken to protect cranes against the
effects of bad weather and lightning. Failure to comply or to update these
certificates will lead to an automatic penalty.
3.4.32 The following general hazards during the construction process have been identified.
The Contractor shall be required to take appropriate risk mitigation measures:
(i) Workers hit by, or trapped by, plant adjacent to demolition areas;
(ii) Electrocution from buried/overhead electricity services;
(iii) Workers falling from unstable platforms;
(iv) Noise and dust production as a result of demolition, scrabbling and cutting;
(v) Workers crushed by collapse of demolished material, particularly during
overhead transport; and
(vi) Spillage of dust/contaminated water from work-site to the sea.
(vii) Risk mitigation measures include:
a) Clear delineation of plant movement areas;
b) Double checks on possible existence of buried services – clear delineation
of known services;
c) Provision of sturdy work platforms;
d) Use of plant with limited noise emission;
e) Periodic wetting of demolition area to reduce dust emission; and
f) Establishing clear procedural rules during overhead material handling –
enforcement of hard hats.
3.5 Waterproof Membrane
Waterproofing is to consist of a concrete screed laid by others overlain by a
waterproof membrane. The waterproof membrane is to be composed of 4mm thickness of
bitumen - based multi-layered membrane with polyester fibreglass reinforcement and
finished on the upper side with mineral granules, coloured with weather-stable inorganic
pigments. The membrane must have a minimum weight of 3.0 Kg per square metre. If
requested, a sample of the waterproof membrane having a dimension of 30 cm x 30 cm
should be provided for testing.
The bituminous membrane shall have the following characteristics:a)
b)
c)
d)
e)
f)
g)
h)
i)
Softening and near running point of bitumen 140 deg. C.
Ultimate longitudinal elongation > 50%.
Ultimate transversal elongation > 50%.
Ultimate resistance due to longitudinal stress > 80 kg/5 cm.
Ultimate resistance due to transversal stress > 60 kg/5 cm.
Reinforced with non woven polyester fabric.
Impermeable to water completely.
Minimum thickness 3.55 mm, weight > 4.0 kg/Sq.m.
A longitudinal strip of membrane free from removable finish of 10cm minimum
width, is to be provided for overlapping purposes.
The membrane is to withstand pedestrian traffic for everyday maintenance
requirements. It is to be of a light grey colour. Tenderer is to specify the colour range
available. The membrane is to withstand the local temperature conditions without
adverse effects. Tenderer is to state a guarantee period against which defective material
and labour would have to be replaced. The guarantee period should not be less than 10
Page 53
years and if the tenderer does not specify anything it is assumed that he accepts the 10
year guarantee.
The membrane is to be fixed by torch welding. It should have a minimum side lap
of 100mm (4 ins) and end lap of 150mm (6 ins.).
When the concrete screeds meet a wall, the membrane is to be continued
uninterrupted by at least the height of 300mm. Since the work combines vertical and
horizontal surfaces, the membrane must not soften below 90 0C and is to be carefully
dressed over and around any drain outlets.
At the termination point of the membrane on the vertical surface of the wall, the
top edge is to be taken up the whole vertical height and continued on the horizontal until
the joint between the two skins is covered. Care should be taken not to spill any tar onto
the facade.
3.6 Rainwater and Waste Water System
3.6.1 General
The work included in this section, covers the supply of all materials, equipment and
machinery and manpower for the laying of pipes and testing of same, concreting,
backfilling and compacting of trenches, building and finishing of manholes, and restoring
the so disturbed surface finish to the original state. The work shall be from the outlet of
the water closet and wash-hand basin to the Sewer System.
No work shall be carried out on Saturdays, Sundays and other Public Holidays and
after normal working hours unless requested or approved in writing by the Director, Estate
and Works Department. The tenderer is to include in his rates the fact that he has to
prepare a survey of the existing system. Then he has to prepare working drawings showing
the proposed levels and gradients and other related details, which have to be approved by
the Director, Estate and Works Department and the Consultant Architect before the work
begins.
The entire waste and soil disposal system shall comply with all the requirements and
regulations of the Water Services Corporation, the Sanitary Regulations and the Drainage
Department. When the system is going to be tested, the above-mentioned departments
have to be informed and it shall be the Contractor's responsibility to co-ordinate with them
to seek their approval.
3.6.2 Laying of pipes
All pipes shall be laid to the lines, shown on the Drawings. The Contractor is
requested to prepare working drawings showing the levels and gradients necessary. These
drawings are to be approved by the Director, Estate and Works Department and the
Consultant Architect. The pipes shall be laid to rest evenly on a minimum of 150mm
concrete bed for the full length, but never on their sockets, or any local hand packing,
such as timber or stones. All pipes laid vertically shall be fixed with galvanised couplings
beneath each pipe joint or wherever there is a gully. At every sharp change in direction
there should be constructed a manhole. Vertical PVC pipes shall be fixed to the masonry
walls by galvanised couplings. There should be at least two couplings for each pipe length,
one under the socket and one in the middle.
Page 54
3.6.3 Pipe-Testing
The Contractor shall provide all necessary testing equipment, material and
personnel that many be required for the proper and effective testing of any piperun/manhole, such tests to be carried out in the presence of and to the approval of the
Director, Estate and Works Department and the Consultant Architect.
Complete records shall be kept of all tests carried out, both during construction and
after being put into service. Such records shall be presented to the Director, Estate and
Works Department and the Consultant Architect.
3.6.4 Backfilling and Compacting
Backfilling shall not begin until laid pipes have been inspected, tested and approved
by the Director, Estate and Works Department and the Consultant Architect, and shall be
brought to the indicated finish grade. Any settlement or washing that occurs in graded or
backfilled areas prior to the acceptance of the work, shall be repaired, and grades reestablished to the required elevations and slopes. Backfill shall be of approved material,
free from any perishable and organic origin, scrap and rubbish, but shall be well graded
with maximum size particles not exceeding 10mm for the first 150mm depth above the
crown of the pipe. Backfill material shall be moistened or aerated as necessary to provide
the moisture content that will facilitate the desired compaction to minimise settlement.
Backfilling shall be in layers not exceeding 150mm. In the absence on site of suitable
material for backfilling the Contractor shall provide and transport to site, well graded
material for backfilling and compaction in compliance with BS 882:1992 and BS 5835 OR EN
Equivalent for the optimum moisture content.
3.6.5 Materials and Sizes
Pipes shall be of heavy duty P.V.C. All waste pipes shall be of a size not less than
50mm diameter.
3.6.6 Waste and Rainwater Disposal System
The Contractor shall provide a waste disposal system from the wash-hand basins and
the water closets through appropriate anti-siphonage plastic traps supplied and installed
by the Contractor. All necessary T's, elbows, hangers, gulleys, traps, waste pipes, etc.
have to be supplied by the Contractor.
The Contractor shall provide a rainwater system from the outlet at roof level to the well or
to the street as indicated on the contract drawings. The Contractor shall seek the
Director, Estate and Works Department and the Consultant Architect's approval through
the provision of drawings by the Contractor.
Rainwater heavy-duty PVC pipes shall be installed to sizes as necessary. All pipes bends;
specials and pipe fixings are to be according to the relative BS, ISO Standards and EN
Equivalent. Junction of pvc pipes to the waterproof membrane shall be with a sleeve of
asbestos cement to which the membrane adheres much better and can withstand heat
and/or approved equivalent.
3.6.7 Guarantee
Page 55
The Contractor is bound with a guarantee period against bad workmanship or burst
pipes for five years unless he states otherwise in the tender documents.
3.7 - Concrete Works
3.7.1 Scope of Works
The works to be carried out by the Contractor comprise the following:
a)
Preparation of the necessary moulds, casting beds and shuttering for all concrete
works involved.
b)
The construction of foundation strips.
c)
The construction of all concrete slabs, beams, ring beams, lintols etc., including the
supply and cutting, hoisting and laying into place of all the required reinforcement.
e)
The casting of insitu concrete slab or manufacture and hoisting into position of
pre-stressed / pre-cast concrete units to form the roof slabs. All units to be properly
grouted and left ready for application of roof water-proofing system.
3.7.2 All concrete works shall be carried out in strict accordance with the drawings
and/or as direct by the Architect.
3.7.3 Compliance with Regulations
a)
All concrete and constituent materials shall comply with the requirements of BS
5328:1981 - Methods of Specifying Concrete or EN Equivalent.
b)
Comply also with BS 8110 : Part 1 - The Structural Use of Concrete or EN Equivalent.
c)
The Contractor may use equivalent standards to the ones quoted. Alternative
standards may also be used provided their difference from the ones specified will be
clearly explained at the time of tendering.
3.7.4 Materials
a)
Cement
i.
Cement shall be ordinary Portland cement conforming to B.S. 12 or EU
Equivalent. Each consignment of cement shall be stored in a dry, well ventilated
waterproof place, with boarded timber floors.
ii.
Cement shall moreover be of a brand approved by the Engineer-in-Charge and
shall be used in order of delivery. Tests on cement shall be made at the discretion
of the Engineer-in-Charge, and any cement below the standard required will have to
be removed from site and replaced by the Contractor at his expense. Partially set or
damaged cement shall not be used in concrete works.
iii.
Different brands of cement are not to be mixed in the same batch.
Page 56
b)
Aggregates
i.
Coarse aggregate shall consist of first quality crushed hard stone passing a
20mm mesh screen and retrained on a 5mm mesh screen. It shall be well graded
between these limits to yield a compact mass.
ii.
Sand or fine aggregate is to be clean, sharp and 'gritty' free from loamy
matter and other deleterious substances to pass a 5mm mesh sieve and retaining
25% on a 2.36mm mesh screen, graded between these limits. The sand is to be
washed and screened when so directed by the Engineer-in-Charge at the expense of
the Contractor.
c)
Water
Clean fresh water, entirely free from organic matter shall be used. The necessary
quantities of water shall be provided by Contractor at his own expense.
d)
Ready Mixed Concrete
If ready mixed concrete is permitted by the Engineer-in-Charge, the concrete shall
comply with the requirements of this specification and shall additionally conform to the
requirements of the B.R.M.C.A. publication 'Codes for Ready Mixed Concrete' May 1975. If
anomalies arise between this publication and BS 5328, the British Standard will take
precedence.
e)
Reinforcement
i.
Preparation of Reinforcement
The reinforcement is to be free from oil, paint, mild scale, excessive rust or coating
of any character, which would tend to destroy its adhesive bond with the concrete.
ii.
Bending of Reinforcement
-
All rods shall be bent cold in accordance with BS 4466.
Rods showing signs of cracking or brittleness following bending, shall not be used in
the Works.
-
No welding of rods will be permitted, except tack or positional welding between
plain mild steel rods crossing approximately at right angles so as to fix them in
position, such welding of high tensile or work-hardened mild steel rods will not be
allowed except in fabric to BS 4483.
-
Care is to be taken to ensure that the overall depth of bent rods and the overall size
of links are accurate, and that the rods do not unwind after they are bent.
iii.
Fixing of Reinforcement
-
Adequate temporary spacers, chairs and binding wire shall be provided to maintain
the steel in correct position. Binding wire is to be thoroughly annealed 1.5mm
Page 57
diameter soft iron wire. These items shall be deemed to be included in the rates for
fixing.
-
Covers to the steel reinforcement shall be properly maintained.
-
Fabric reinforcement shall be lapped 400mm in each direction and tied at 300mm
centres along each joint, or as shown on drawings.
-
On no account is any reinforcement to be left out for insertion into web concrete
during the progress of concreting, and in no case may any portion of the concrete be
put in position and allowed to set in order to act as a base upon which to set up any
of the reinforcement for the member.
iv.
Inspection of fixed Reinforcement
When the reinforcement is in position ready for concreting, the Contractor must
notify the Architect who is to arrange for it to be checked before any of it is
covered up with concrete. Such checking will not relieve the Contractor from any of
his responsibilities under the Contract.
3.7.5 Execution
a)
Shuttering
i.
The Contractor shall be entirely responsible for the design, erection and safe
removal of all shuttering.
ii.
Faces in contact with concrete shall be free from adhering grout, projecting
nails, splits, or other defects. Joints shall be sufficiently tight to prevent the
leakage of cement grout and to avoid formation of fins or other blemishes. Faulty
joints shall be caulked.
iii.
Surface finishes on shuttering shall be as shown on the Drawing and shall
conform to 6.10 of BS 8110.
Shuttering faces shall be treated with the minimum of mould oil necessary to
obtain a clean release.
All shuttering be removed by gradual easing without such shock or vibration
as would damage the concrete and in no circumstances shall the shutters be struck
until the concrete reaches sufficient strength to withstand any stresses to which it
may be subjected.
b)
Casting of Concrete
i.
All shuttering must be thoroughly cleaned out with compressed air
immediately before deposition of concrete ; all concrete, must be placed in position
immediately after mixing and every subsequent operation necessary to complete the
finished concrete must follow on without delay, and must be all finished before the
concrete starts to harden. Usually, with ordinary cement, all work upon the
concrete should be completed within an hour after mixing.
ii.
All shuttering and reinforcement shall be clean and free from water,
immediately before the placing of concrete. Any accumulation of set concrete or
Page 58
grout on the reinforcement shall be removed by wire brushing before concrete is
placed.
iii.
Concrete shall not be placed in any part of the works until the Architect's
approval being given. If concreting is not started with 24 hours of approval being
given, approval shall again be obtained from the Architect.
iv.
The concrete of all horizontal construction joints (including 'kickers') in walls,
etc, is to be finished to a level line.
v.
Leakage of grout running on to exposed faces of already cast concrete is to
be cleaned off before it commences to set.
vi.
A competent steel fixer is to be available whilst concreting is in progress in
order to reposition and adjust any reinforcement which may have become displaced.
c)
Placing of Concrete
i.
The methods of placing concrete shall be to the approval of the Engineer-inCharge. Concrete shall be so placed that contamination, segregation or loss of the
constituent materials does not occur.
ii.
Concrete is not to be distributed to its final position by means of vibration.
iii.
Care must be taken not to move reinforcement during concreting. Shaking of
reinforcement to assist the placing of concrete will not be permitted.
iv.
Care must be taken to ensure that any rods which project from set or
partially set concrete are not moved or jarred.
v.
Concreting must be carried on continuously up to construction joints. All
construction joints must be carefully arranged in approved positions where they will
have the least effect upon the strength of the structure, and any pauses in the work
(such as for meals) must be arranged as far as possible to occur at approved
construction joints. No slips will be permitted in connection with construction joints
in concrete, and all such joints must be made against a rigidly fixed board having
one or more splayed battens fixed longitudinally thereto, (either vertically or
horizontally as ordered) so that the joint is on a surface in a plane normal to it for
the next section of work, or in such other manner as directed. Great care is to be
taken to ensure by thoroughly ramming that the new concrete bonds solidly with the
old.
vi.
In all cases, where work has to be recommenced on a surface which has
hardened, all laitance, loose stones and debris must be removed therefrom, the
surface must be well hacked rough, swept clean and thoroughly wetted. In all cases,
great care must be taken to ensure by thoroughly ramming that the new concrete
bonds solidly with the old.
d)
Transporting of Concrete
The concrete shall be discharged from the mixer and transported to the works by
means which shall prevent adulteration, segregation or loss of ingredients, and so as
to ensure that the concrete is of the required workability at the point and time of
placing. Segregated concrete will be rejected.
Page 59
e)
Compaction of Concrete
i.
All concrete is to be consolidated by vibration to ensure that the concrete is
worked into every interstice between and around the reinforcement so as to ensure
a compact mass without voids and of the greatest possible density throughout.
ii.
Wherever possible, vibration is to be carried out with immersion vibrators
which are to be applied for short duration sufficiently frequently to consolidate the
concrete effectively. Points of vibration are in no case to be farther apart than
500mm. Immersion vibrators are to be totally immersed in the concrete and
withdrawn slowly, the maximum speed of withdrawal is not to exceed 75mm per
second. Vibrators are not to be allowed to rest against, or come into contact with
reinforcement of the faces or formwork.
f)
Curing and Protection of Concrete
i.
Minimum periods shall be indicated in Table 6.5 of BS 8110 : Part 1:1985 or
EN Equivalent.
ii.
Traffic or loading must not be allowed on the concrete is, on the opinion of
the Engineer-in-Charge, sufficiently matured, and in no case, shall traffic or loading
be of such magnitude as to cause deflection or other movement in the formwork or
damage to the concrete member.
iii.
Concrete must be protected during hardening from the harmful effects to the
weather, or running water. The protection shall be applied immediately after
completion of placing by one or more of the following methods :
1.
By covering with a layer of sand, sacking, canvas, hessian, straw mats or
similar absorbent materials and keeping constantly wet for 72 hours.
2.
By thoroughly wetting and then covering with a layer of approved
waterproof paper or plastic sheet or insulated mats kept close to the
concrete for 72 hours.
3.7.6 Quality Assurance
a)
Quality Control
Every facility shall be provided to enable the Engineer-in-Charge to obtain samples
and carry out tests on the materials or construction do not comply with the
requirements of this specification, the Contractor shall be responsible for the costs
of the tests and the replacement of defective materials and/or construction.
b)
Cube Testing of Concrete
i.
Work cube test shall be made in approved 150mm moulds from samples taken
in accordance with BS 1881or EN Equivalent. Samples shall be taken for at least
every 20 cu.m. of concrete produced or 20 Site batches, whichever is the lesser.
Test cubes should be taken from every individual pour of concrete irrespective of
Page 60
the volume of concrete poured - a pour being defined as one continuous concreting
operation i.e. not necessarily one lorry load of concrete.
ii.
Each cube shall be marked on its surface without any etching of the surface
with a distinguishing number and the date, and a record shall be kept on site giving
the following:
Cube Number
Date Made
Location of work within the Site
Design Mix
Name of person taking samples
Crushing tests results
Date
Strength
Density
In the case of Ready Mix Concrete, the Delivery Note No.
iii.
At least four, preferably six, test cubes from each sample shall be made in
approved 150mm moulds, two, preferably three, to be tested at 7 days, and two,
preferably three to be tested at 28 days. In each case, the average of the two or
three results shall be taken as the test result.
iv.
All cubes shall be stored on site in their mould for at least 24 hours, in a
place free from vibration, under damp matting and completely covered with
polythene. When the concrete has achieved sufficient strength the cubes shall be
demoulded and immediately submerged in a tank of water until they are taken to
the approved independent testing laboratory. No cube shall be dispatched before it
is 3 days old. The testing laboratory shall be approved by the Engineer-in-Charge
before the commencement of the concreting operations.
v.
One copy of all cube test results shall be forwarded to the Engineer-inCharge. Compliance with the specified concrete quality shall be judged according to
BS 5628 or EN Equivalent. The concrete in each grade will be considered acceptable
if the average of any four consecutive 28 day test results exceeds the specified
grade by 3 N/sq.mm. and if no individual 28-day test result is less than the specified
grade by 3N/sq.mm.
vi.
The 7 day result will be compared to the 7-day result obtained in the trial
mixes, and the Contractor advised of the potential problems in any instances where
the test results are more that 2N/sq.mm. less than the trial mixes.
vii.
The Contractor shall allow in his rates for concrete for all expenses in
connection with the preparation, conveying to the testing laboratory, and for the
testing of the test cubes.
The compression strengths of the cube shall attain the following minimum values:-
Page 61
Concrete
Class
Designatio
n
7 day
Compr
essive
Streng
th
N/mm2
28 day
Compressive
Strength
N/mm2
Grade 15
10
15
270
Grade 20
14
20
310
Grade 25
17
25
330
Grade 30
20
30
360
Minimum
Cement
Content
kg/m3
3.7.7 Pre-stressed / Pre-cast Concrete Roof Slabs
Roof slabs shall be constructed as shown in drawings and / or as directed by the
Engineer-in-Charge, and shall be of pre-cast/pre-stressed units constructed as per
drawings.
The pre-stressed concrete roof slabs shall be manufactured in accordance with BS
8110 or EN Equivalent: Structural use of Concrete. Grade 30 concrete (minimum)
shall be used in their manufacture.
The pre-stressed concrete planks shall exhibit a high standard of finish.
Only those pre-stressed planks which are accompanied by a certificate signed by an
Architect and Civil Engineer shall be accepted.
Deflection cracks shall be limited to a maximum width of 0.1mm.
Planks are to be capable of withstanding transport, hoisting, laying in place and the
superimposed loads specified in the Bills of Quantities.
Trimming and/or finishing of planks on site of works will not be permitted.
Prestressed planks are to be placed to the following tolerance:longitudinally
+/-12mm
transversely +/-15mm
Where the planks are to take a concrete topping, the grouting in between the
planks shall be carried out during the same pour.
Concrete for grouting shall have an aggregate size of not more than 12mm. All
grouting shall be mechanically vibrated and shall contain 20mm continuity
reinforcing bars as directed.
Page 62
All grouting and concrete topping shall be cured in accordance with BS 8110 or EN
Equivalent.
Tenderers must submit with their tender document, the properties including
deflections and calculations signed by a qualified Architect and Civil Engineer.
3.8 - Masonry and Blockwork
3.8.1 Masonry Work
Masonry work shall mainly consist of single and double block and stone walls and
shall include copings, jambs, stone lintels, ventilators and all other items that are
associated with the trade of masonry.
3.8.2 Stone
Best quality franka stone from an approved quarry and free of defects shall be used.
Any inferior quality stone such as Soll or stone with other defects such as exposed
iron traces will be rejected.
All stone is to be dressed to square faces with sharp arises on exposed faces. Stone
having edges in corners chipped shall be rejected; for these purposes the Contractor
shall at all times have on the site a squaring and planning machine
Stone in walling, copings, etc. shall be placed with the grain or natural bed
horizontal or vertical in the case of copings.
3.8.3 Joints
Exposed joints shall not exceed 12mm in thickness in horizontal bedding and 6mm in
vertical jointing.
In bedding of stone upon stone, after wetting the stone, the Mason shall spread the
mortar to the required thickness evenly throughout the whole surface of the stone
and not just over the corners.
All masonry is to be built with horizontal joints truly level and vertical joints
breaking course by not less than 150mm
3.8.4 Walls
Double walls in stone shall be 600 mm thick, with an outer skin of 230mm and an
inner skin of 230 mm and 150mm cavity.
Bond stones in all double walls shall be laid in every course, 2.13m apart from
centre to centre. Bonding of secondary to the double walls is to be properly carried
out by toothing into every alternate course.
Single walls shall be in stone 230 mm thick or 150 mm thick or as indicated on
drawings or as directed by the Architect.
Page 63
Foundation walls are to be laid in cement mortar composed of one part cement and
not more than six parts of fine aggregate.
3.8.5 Damp Proof Course
All Damp proof layers shall be formed according to Sanitary Regulations, not less
than 12mm thick consisting of tar and sand applied hot.
Vertical damp proofing shall consist of two coats hot tar paint of approved quality
applied to vertical surfaces with a brush. Besides a primary light coat shall also be
applied.
3.8.6 Mortar
The lime used for mortar shall be first quality derived from coralline limestone.
Mortar for stone walling shall consist of one part of lime mortar to two parts of
finings derived by sieving from soft stone chippings, measured by volume. Soft
stone dust derived from mechanically operated quarries shall not be used in the
preparation of mortar. Mortar for concrete block walling shall consist of one part
cement; one part lime and six parts approved sand, measured by volume. Cement
mortar where specified is to be composed of one part cement to three parts
approved sand or hard stone finings and when mixed to be used immediately.
Mortar is to be prepared in bulk with clean fresh water, well mixed and allowed to
mature prior to use. It shall be further worked up with water in small batches as
and when required for use.
3.8.7 Stone, Jambs, Sills, etc.
Jamb stones of all openings in double walls shall in every alternate course, extend
through the whole thickness of the wall.
Sills on all openings are to be in one stone as shown on drawings and existing on all
floors, and relieving arches are to be formed on all lintels. All sills shall be sloped
to the outside.
All chases required for the fixing of doors and/or windows and any other purpose
shall be cut where and as directed by the Architect.
3.9 - Repairs to Reinforced Concrete
3.9.1 Compliance – Sample Size and Frequency of Sampling (Where Applicable)
Where applicable sample size and frequency of sampling for compliance shall be
established on the basis of standard statistical guidelines.
3.9.2 Compliance – Testing and Certification
Compliance shall be demonstrated through testing and/or certification of products
and/or processes as outlined in the ensuing clauses.
Page 64
3.9.3 Repairs - General
Repair(s) of concrete, including reinforced concrete, to restore the structure to an
acceptable condition shall comply with EU Directive 89/106/EEC as implemented by
the relevant directive.
This Specification covers a number of deterioration mechanisms, namely:
Chloride-induced corrosion of steel
Carbonation-induced corrosion of steel
Chemical attack
Alkali-aggregate reaction
Fire damage
Abrasion, impact, erosion, cavitation
Structural damage
Note1:
Reasons for deterioration of structures involve complex interactions
between natural processes, service environment, materials properties,
and quality in design, detailing and construction.
Note2:
Deterioration is controlled primarily by three transport mechanisms:
diffusion,
permeation (by pressurehead) and capillary suction. It is the
susceptibility of the substrate to these mechanisms, and the severity of
the environment, that controls the rate of deterioration and demand for
repair.
3.9.4 Repair Processes
The condition of the structure, including the extent and severity of defects. is
normally established by the FTS Architect and communicated to the Contractor.
The Contractor may however be instructed to establish the state and condition of
the structure, in which case a planned regime of inspection and testing of the
structure by suitably experienced and qualified engineers shall be undertaken.
In particular, it is important to establish the cause or causes of deterioration so that
the repair strategy to be applied is appropriate for both rectifying the existing
defects and resisting future deterioration.
3.9.5 Planning of Repairs
The Contractor shall submit a detailed Repair Methodology comprising the following:
(a) Assessment of the condition of the structure
(b) Identification of the causes of deterioration
(c) Deciding the Objectives of protection and repair
(d) Selection of the appropriate principles for protection and repair
(e) Selection of methods
Page 65
(f) Definition of properties of products and systems to be used
(g) Specification of maintenance requirements following protection and
repair.
3.9.6 Method(s) of Investigation
There are various methods for investigating the condition of a structure. These
preferred methods are those presented by the Concrete Society (UK), British
Standards Codes of Practice and CEN Standards.
A research report compiled by Mott Macdonald (2003) for the HSE (UK), ―Field
Studies of the Effectiveness of Concrete Repairs‖ is available for guidance at
www.hse.gov.uk.
The investigation process may involve a preliminary visual survey, followed by more
detailed inspection and testing to determine the cause and general extent of
deterioration. Depending on these findings, further investigation and testing may be
required to identify specific boundaries of deterioration or potential deterioration.
3.9.7 Repair Methods to EN 1504
The repair methods and processes shall be carried out as indicated in EN 1504-9.
(This standard identifies the key stages in planning and executing the repairs. The
requirements of these stages are further described in the informative sections
(Annex B) of EN 1504-9, supporting the main text). The key stages include
establishing the condition of the structure, the form of construction and the
exposure and service environments, assessment of defects, planning of possible
repair options, detailed design of selected repair works, execution of the repairs
and acceptance of the works. These stages include the following:
EN 1504-9
Section 4
Section 5
Section 6
Section 7
Section 8
Section 9
Description
Minimum requirements before protection and repair
(including assessment of defects and causes)
Objectives of protection and repair (including choice of
appropriate action)
Basis for the choice of products and systems
Properties of products and systems required for
compliance with the principles of protection and repair
Maintenance following the completion of protection and
repair
Health, safety and the environment
Page 66
3.9.8 Selection of the Repair System
Repair materials should be selected to provide the best and most cost-effective
combination/s that:
i. Restore structural integrity
ii. Arrest deterioration
iii. Prevent future deterioration
iv. Restore original profile
v. Restore aesthetic appearance
3.9.9 Conventional Repair Materials and Systems
This Specification deals with patch repair materials for concrete substrates (There
are many variables in repair materials and systems. These include the technique or
form of repairs, material composition, method of application, fresh properties and
set properties).
For the purposes of this Specification, patch repairs are defined as those applied to
substrate concrete and contained within an element, and are typically less than 1m 2
in area and less than 100mm in depth. However, patch repair systems may include
additional components such as bonding and finishing coats.
A full repair system normally includes:
a.
Protective Coating for reinforcing steel
b.
Bonding agent
c.
Repair mortar(s)
d.
Fairing coat (to level irregularities between the repair and the retained area
of un-repaired
concrete)
e.
Decorative / protective coating (to conceal the repair and create uniform
overall appearance)
3.9.10
Composition of Concrete repair systems
Component or Type of System
Type of Material
Cement only systems
OPC, SRPC, RHPC, White Portland
HAC
Magnesium Phosphate
Others (regulated set, alkali activated,
gypsum-based cements)
Supplementary cementing materials
(pfa, ggbs, sf, mk)
Polymer-modified cementitious systems
Synthetic rubbers, eg styrene butadiene
rubber
Acrylic and modified acrylic latexes
Polyvinyl acetate latexes (homopolymers, co-polymers, terpolymers)
Epoxy emulsions
Resin repair materials
Epoxy resins
Polyester resins
Page 67
Acrylic resins
Fibres
3.9.11
Glass
Steel wire (mild, stainless, hooked,
crimped etc.)
Polypropylene (polypropylene or
homopolymer resin). Monofilament,
fibrillated
Acrylic (monomers and monomer blends
etc.)
Categories of Systems for Concrete Patch Repair
Resinous materials
Polymer modified cementitious
materials
Cementitious
materials
Epoxy mortar
S.B.R modified
OPC/Sand mortar
Polyester mortar
Vinyl acetate modified
HAC mortar
Acrylic mortar
Magnesium phosphate modified
Flowing concrete
3.9.12
Application methods and properties of concrete repair materials
Application Method
Properties
Hand trowelled
Self-levelling
Hand packed
Self-compacting
Poured in shuttering
Thixotropic
Sprayed
High build
Injected
Lightweight
Rapid set
Page 68
3.9.13
Hand Placement Techniques
Hand placement techniques include the hand or trowel methods of concrete
application typified by the ‗break out and repair‘.
The methodology shall be as follows:
(i)
Inspection and diagnosis
(ii)
Concrete breakout
(iii)
Cleaning and supplementing existing reinforcing bar
(iv)
Coatings for reinforcing bar
(v)
Bonding aid/chloride barrier
(vi)
Formwork
(vii) Repair concrete and mortar
(viii) Curing
(ix)
Concrete coating
(x)
Supervision and quality control
The inspection and diagnosis step will allow the repair strategy to be planned and
areas for repair to be marked or otherwise identified. The remaining stages are
generally described in method statements supplied by the manufacturer of the
proprietary material.
Concrete can be broken out using a variety of methods. Good practice dictates that
the perimeter of the repair is saw-cut to prevent feather-edges, and that break-out
equipment and techniques cause minimal damage to the substrate. Bars should be
fully exposed and cleaned by abrasion or blasting. Where bars are severely
damaged, they shall generally be replaced with new overlapping lengths.
Reinforcement within a break out shall be coated to protect from ongoing corrosion.
The coatings shall isolate the steel from the surrounding material and minimise
exposure to water, oxygen and chloride ions. The surface of the break-out shall be
prepared to minimise fracture and loose material. The surface shall then be cleaned
to remove dust and other debris. It may be coated with a bonding primer to increase
the adhesion with the main repair material. This latter is applied , worked and
compacted to provide a dense, homogenous infill with continuous bond to the
substrate, devoid of cracks, partings, cavities and voids. The surface is finished so as
to be flush with the surrounding concrete, or a fairing coat may be used to achieve a
smooth finished surface.
A curing process is applied to the material to minimise the detrimental effects of
drying and exposure to the environment whilst the material is still immature.
Overcoating of the repaired area may then be carried out. This may be for cosmetic
reasons or for additional protection using a barrier designed to reduce the ingress of
water, ions, oxygen and carbon dioxide.
3.9.14
Repairs using Flowable Materials
Repairs using flowable materials involve the preparation of the substrate in a similar
way to that described above for hand placed techniques. However, after
preparation, formwork is constructed in the area that will receive the material, and
an access for delivery is created. A fluid repair material can then be poured into the
shutter through a funnel and pipe. This provides benefits in the volume of repair
that can be effected at a single time, and may be the best technique in the
Page 69
presence of congested reinforcement or a complex or inaccessible substrate. Curing
processes may be applied to exposed surfaces of a flowable material after removal
of the formwork.
3.9.15
Sprayed Concrete
Sprayed concrete is composed of a cementitious binder, aggregates, water and
additives that are formulated to be projected, or sprayed, from a nozzle and to
form a cohesive, durable material upon impact with the target substrate. Sprayed
concrete repairs are particularly appropriate for larger repair volumes, such as large
surface areas of repair or multiple repair sites situated close together.
3.9.16
Flood Grouting
Flood grouting involves pouring a highly fluid grout through a pre-placed single sized
aggregate matrix. The fluid then sets and binds the aggregate matrix to form a solid
material.
3.9.17
Electromechnical Repair techniques
Electromechanical repair techniques include the following;
(i) Cathodic protection (CP)
(ii) Re-alkalisation
(iii) Chloride removal
Corrosion inhibiting systems rely on the action of materials on the reinforcement to
inhibit ongoing corrosion.
Corrosion inhibitors
Electrochemical techniques
Inorganic Anodic Inhibitors
Cathodic Protection (CP)
Organic Mixed Inhibitors
Re-alkalisation
Vapour Phase or Volatile
Inhibitors
Electrochemical Chloride
Extraction (ECE)
3.9.18
Re-Alkalisation
Re-alkalisation is a method where temporary current is applied to an anode (fixed to
the exterior of the concrete) and an internal cathode (the steel reinforcement). The
positive ions in the electrolyte (an alkaline solution, commonly of sodium carbonate)
move towards the reinforcement whilst hydroxyl ions are produced at the steel
reinforcement due to the reduction of water. The method is best applied to
carbonated concrete where the material is still sound. The re-alkalisation treatment
is typically applied for 3-5 days, and is intended to generate an environment of
sufficient alkalinity at the reinforcement to prevent de-passivation and subsequent
corrosion of the reinforcing steel.
3.9.19
Chloride Extraction
Chloride extraction relies on similar mechanisms to the re-alkalisation process; it is
another temporary process intended to provide long-term solutions to problems of
chloride ingress in sound concrete. It has sometimes been referred to as
desalination. An electrical current is set up in the reinforced concrete, with an
externally applied anode and the reinforcing steel once more playing the role of the
cathode. Negatively charged chloride ions are attracted by the positive anode and
Page 70
repelled by the cathode (steel). The net result is that chloride is either removed
from the concrete into the electrolyte, or at the minimum, taken further away from
reinforcing steel where it would have accelerated the corrosion process. Hydroxyl
ions are generated at the steel. Three to five weeks are required for this process to
take place and electrolytes are commonly water or saturated calcium hydroxide.
3.9.20
Cathodic Protection
Cathodic protection is an electro-chemical technique that has traditionally been
used as long-term form of protection to prevent the corrosion of steel.
The principle is similar to that for chloride extraction, with an electrical current set
up in the reinforced concrete so that the steel is cathodic, but with a much smaller
current. There are two main types; impressed current systems use a conductive
anode overlay, typically over the external surface of the concrete, with an external
power source, whilst sacrificial anode systems use discreet, independent anode
units normally buried within the concrete.
3.9.21
Methods of Test - General
The evaluation of conformity of products and systems for the surface protection of
concrete structures shall be determined in accordance with EN 1504-2.
3.9.22
Methods of Test - Requirements
The following requirements and test methods shall apply:
Standard
Title
EN 13578
Compatibility on wet concrete
EN 1504-4
Structural Bonding
prEN 1504-5
Concrete Injection
prEN 1504-7
Reinforcement Corrosion Protection
prEN 1504-6
Anchoring of Reinforcement Steel Bars
EN 1504-8
Quality Control and Evaluation of Conformity
EN 1504-9
General principles for the use of Products and
Systems
EN 12636
Determination of adhesion concrete to concrete
EN 12188
Determination of adhesion steel to steel for
characterisation of structural bonding agents
EN 12190
Determination of Compressive Strength of Repair
mortar
EN 13412
Determination of modulus of elasticity on
compression
EN 13057
Determination of resistance of capillary absorption
EN 13295
Determination of resistance to carbonation
EN 1770
Determination of resistance of thermal expansion
EN 14497
Determination of resistance of filtration stability
EN 14068
Determination of water tightness of injected cracks
without movement
EN 13579
Drying test for hydrophobic impregnation
EN 1542
Measurement of Bond Strength by Pull-Off
EN 12617-4
Determination of shrinkage and expansion
EN 1766
Reference Concretes for Testing
EN 1799
Tests to measure the suitability of structural
bonding agents for application to concrete surfaces
EN 13580
Water Absorption and resistance to alkali for
hydrophobic impregnations
EN 13733
Determination of the durability of structural
bonding agents
Page 71
VOLUME 4 - FINANCIAL BID
TENDER FOR CONSTRUCTION WORKS, REPAIRS AND
ALTERATIONS OF A CHILD CARE CENTRE AT THE
JUNIOR COLLEGE,
UNIVERSITY OF MALTA
Page 72
Item
No.
Bill A
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Preliminaries
All materials to be used within
this contract are to be approved
prior to delivery to site
A1
A2
A3
A4
A5
Prepare a risk assessment report
outlining all risks involved and
measures to be taken to minimise
or eliminate potential risks. The
report is to be prepared and
signed by a competent person
and to be submitted within 1
week from commencement of
order. Such document has to be
updated as maybe requested by
the site H & S Supervisor.
Allow for the provision of a
detailed daily log of all the works
and materials and maintaining in
an orderly manner in Building
File.
Allow for carrying out all surveys,
setting out of works, arranging
levels including the provision and
erection of permanent setting out
marks of the quantity and quality
as required by the Works and /or
Employer's Representative.
Allow for appointing a Health and
Safety Coordinator and for
complying with all local Health
and Safety regulations, the safety
precautions and regulations as
laid down in the contract
documents and Health and Safety
Plan.
Allow for the provision of all
safety personal clothing and
equipment for all the workers
involved and the provision of an
"on
call"
medical
doctor,
provision and maintaining of all
lifesaving equipment, personnel,
warning signage, markings, etc.
As per General Conditions Art.20.
1
Lump
Sum
1
Lump
Sum
1
Lump
Sum
1
Lump
Sum
1
Lump
Sum
Total Carried Forward
Page 73
Item
No.
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total brought forward
A6
A7
A8
Allow for continuously keeping the
site and building clean and in a
workman type condition free from
debris, surplus materials and any
other type of loose matter arising
from
works
(which
include
variations to contract), which will
disturb the proper conditions of
any internal and external areas,
roads and/or adjoining structures.
Site Cleaning is to take place
during the whole duration of
works, as instructed by the
University of Malta and as per
General Conditions Art.25.
Allow for the protection at all
times of the whole of the Site,
Works and all underlying floors,
including
the
provision
of
hoarding, scaffolding, screens,
fans, planked footways, guardrails
and similar items as required and
as deemed necessary at all times
by the Safety coordinator and
Project Supervisor Construction
Stage (PSCS Health & Safety). All
safeguards must be taken not to
damage any other ongoing works
in the premises and immediate
vicinity, and adequate protection
must be allowed for in this regard.
All damages must be made good by
the responsible contractor. The
liability period will remain until
the satisfactory commissioning and
handing over procedures are
completed.
As
per
General
Conditions Art.14, 21, 58 and 59.
Provision, maintaining and removal
of all necessary first aid and
sanitary facilities, including the
provision of latrine huts, etc ...
required for the proper mannered
execution of the works.
1
Lump
Sum
1
Lump
Sum
1
Lump
Sum
Total Carried Forward
Page 74
Item
No.
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total brought forward
A9
A10
Allow for the sweeping and
cleaning / washing of all access
roads pertaining to the site of
works
at
times
seemed
appropriate to keep the roads in a
clean and dust free environment
at all times
Provision,
maintenance
and
removal
of
all
necessary
temporary services, including fresh
water, compressed air, electrical
supplies, telephone, etc
1
Lump
Sum
1
Lump
Sum
Total Carried Forward to Summary on Page 90
Page 75
Item
No.
Description
Q
t
y
Unit
Unit Rate
(€)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Preamble to Bill B
i
ii
iii
iv
v
vi
vii
viii
ix
Tenderers are advised to visit the
site and acquaint themselves with
the surroundings as no claims will be
accepted due to lack of knowledge of
the site.
Tenderers are to ensure that during
the
course
of
works
the
inconvenience to third parties should
be very minimal and special care
should
be
taken
to
existing
surroundings.
Rates should include for the disposal
of demolished material in an
approved dumping site, and all fees
related to dumping of the same
material is to be borne by the
contractor executing the works.
Tenderers shall provide all materials,
labour and plant required to execute
the relative works.
Tenderers are informed that during
the
course
of
works,
other
contractors might be working on
different
phases.
Therefore,
contractors should coordinate the
works' programme in order to
facilitate progress of works and allow
more than one contractor in carrying
out works without interference and
with full cooperation of all workers
on site.
Rates are to include working by hand
and double handling for removal or
providing of any materials, hoisting,
lowering, transporting and disposal.
Quantities shall be measured net and
local standard recommendation of
measurement shall be adopted.
Rates are to include for all waste and
straight or raking or circular work.
Rates for openings are to include for
all necessary masonry works such as
the
necessary
joggle
joints,
perpendicular
jambs
and
any
necessary reinforcement as the case
may be and as requested by the
Architect in-Charge.
This Bill of Quantities is to be read in
conjunction with the attached plans
/ drawings
Page 76
Ite
m
No.
Description
B
Repair Works
B1
Carefully break up and remove
loose concrete from columns,
beams and lintels, and along any
longitudinal
cracks
on
reinforcement
concrete
elements.
Repair to be done
both internally and externally as
necessary. Remove all rust from
existing reinforcement
steel,
isolate reinforcement, treat with
rust preserver, apply epoxy resin
and fibre cement as per
manufacturers' instructions and as
approved by the Architect inCharge and repair damaged
concrete works. Rate includes
for any necessary formwork, and
temporary scaffolding , propping,
etc.
Carefully remove damaged (shear
cracked) window lintels and
replace with concrete lintels;
including for any temporary
scaffolding, propping up, etc.
Carefully break up and remove
loose concrete from deteriorated
concrete
suspended
slabs.
Remove all rust from existing
reinforcement
steel,
isolate
reinforcement, treat with rust
preserver, apply epoxy resin and
fibre
cement
as
per
manufacturers' instructions and as
approved by the Architect inCharge and repair damaged
concrete works. Rate includes
for any necessary formwork and
temporary scaffolding , propping,
etc.
Remove
existing
water-proof
membrane installed on the roof
(approx. 10.8m x 14.3m) and cart
away from site the resulting
material.
B2
B3
B4
Qty
Unit
Unit Rate
(€)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Lump
Sum
6
No
4.00
sq.m.
Lump
Sum
Total Carried Forward
Page 77
Ite
m
No.
Description
Qty
Unit
Unit Rate
(€)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total Brought Forward
B5
B6
Check existing roof finish and
repair where necessary. Clean up
the damaged area and remove all
loose concrete. Repair with
appropriate repair material as
approved by the Architect inCharge.
Seal
with
an
approved
appropriate cementious grout all
cracks in slab at existing roof
level and leave ready to receive
damp-proof membrane.
10.00
sq.m.
50
lm
Total carried forward to Summary on Page 89
Page 78
Item
No.
Description
C
Construction
Extension
C1
Remove existing boundary wall
230 mm and cart away from site
the resulting material.
Excavate oversite in any existing
ground from existing level to the
required level as directed by the
Architect in-Charge. Cart away
from site the resulting material
Excavate foundation trenches
(750 mm wide) in any existing
ground to uncover existing sound
rock face. Cart away from site
the resulting material
C2
C3
C4
C5
C6
C7
C8
C9
C10
of
Qty
Unit
20.00
sq.m.
30.00
cu.m.
10.00
cu.m.
24.00
sq.m.
65.00
sq.m.
15
m2
20.00
sq.m.
95.00
sq.m.
95.00
sq.m.
35.00
No
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
New
Concrete blinding layer C15,
minimum 50mm, spread and
levelled ready to receive strip
foundation.
Supply and lay, 4mm thick torchwelded, damp-prove membrane
including
primer
over
strip
footing.
Supply and lay concrete C30, strip
foundation,
150
mm
thick,
reinforcement
measured
separately. Rate to include for
concrete blocks used as formwork
Horizontal DPC Hi-Load membrane
410mm thick soft stone wall (one
skin x 230mm thick, one skin x
150mm thick and 30mm cavity),
above DPC layer, fair faced on
both sides, set in gauged mortar
1:1:6.
Rate includes bonding
stones as necessary and as
directed by the Architect inCharge.
Extra over for neat jointing 'fuq ilfil' as per design pattern shown in
drawings
Extra for 'Samrotti' x 2 crs high
Total Carried Forward
Page 79
Item
No.
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total Brought Forward
C11
C12
C13
C14
C15
C16
C17
C18
C19
C20
C21
C22
C23
C24
C25
C26
C27
Soft stone cladding, 25 mm thick,
to cover concrete lintels
Extra for membri horizontal and
vertical
Extra over for chamfered coping
stones at parapet level
Soft stone wall 230 mm thick
above DPC layer, fair faced on
both sides, set in gauged mortar
1:1:6.
Soft stone wall 150mm or 180mm
thick above DPC layer, fair faced
on both sides, set in gauged
mortar 1:1:6.
Hollow concrete blocks 230 mm
thick above DPC layer, fair faced
on both sides, set in gauged
mortar 1:1:6.
Hollow concrete blocks 180 mm
thick above DPC layer, fair faced
on both sides, set in gauged
mortar 1:1:6.
Concrete C30 for beam having a
span of approx 3300mm span;
including all necessary formworks
and propping.
Reinforcement
steel measured separately.
Reinforcement -T32
Reinforcement -T25
Reinforcement -T16
Reinforcement -T20
Reinforcement -T12
Reinforcement mesh C503
Reinforcement mesh A252
Supply and lay lean mix concrete
C 10
175mm thick concrete grade C30
in suspended concrete slab,
including 2 C503 and necessary
formwork. Rate to include for
insertion of structural slab into
existing wall.
20.00
No.
21.00
m
20.00
m
50.00
sq.m.
15.00
sq.m.
10.00
sq.m.
10.00
sq.m.
0.50
cu.m.
81.00
200.00
159.00
48.00
37.00
50.00
50.00
Kilos
Kilos
kilos
Kilos
Kilos
sq.m.
sq.m.
5
cu.m
55.00
sq.m.
Total Carried Forward
Page 80
Item
No.
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total Brought Forward
C28
C29
C30
C31
C32
C33
C34
C35
C36
C37
C38
C39
Extra over for 25mm extra
thickness of concrete.
Supply and lay blinding layer C15,
minimum 50 mm, spread and
levelled ready to receive ground
slab
Supply and lay heavy duty
polythene sheet 1500 microns
150mm bed of concrete Grade
C20, spread and levelled in
ground
slab,
reinforcement
measured separately
Sand/cement
fillet
around
perimeter at roof level
4mm thick torch-welded, dampproof membrane dressed up
around parapet walls; including
primer and tanking over roof slab.
Membrane to have 75 mm laps,
300m up paratet wall and into
wall joint and sealed with
proprietary cement seal
Supply and lay high density
expanded polystyrene sheet (SWG
1000), 50 mm thick
50 mm thick (average) bed of
torba screed laid to falls
100mm thick (average) concrete
grade C20 ('Kontrabejt') laid to
falls
Extra over for power float finish
Chase grooves for expansion joints
at roof level and insert rubberized
joints.
Supply and install rain water down
pipes diameter 110mm at roof
level as indicated by Architect.
Rate to include for all accessories
and fittings such as inlets,
outlets, bends brackets, etc.
55.00
sq.m.
55.00
sq.m.
55.00
m
55.00
sq.m.
80.00
m
210.00
sq.m.
55.00
sq.m.
55.00
sq.m.
55.00
sq.m.
55.00
sq.m.
40.00
m.
35.00
m
Total carried forward to Summary on Page 89
Page 81
Item
No.
Description
Qty
Unit
Unit Rate (€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
D
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Alteration Works
D1
D2
D3
D4
D5
D6
D7
D8
D9
D10
Take down existing double-skin
external wall (approx 3000mm
(H) x 2350mm (W)). Rate
includes for the formation of
jamb as shown on the proposed
plan, to form door opening into
Lobby and Multipurpose Hall.
Concrete Beam in Grade C30,
including all necessary formworks.
Reinforcement
measured separately.
Extra for T32 Reinforcement
Steel
Extra for T16 Reinforcement
Steel
Extra for T25 Reinforcement
Steel
Extra for T12 for stirrups in
beam
Extra for 'Samrotti' x 2 crs high
Take down existing single skin
wall, load and cart away,
approx 10.6 m (W) x 5.4(H).
Rate to include and scaffolding
as necessary.
Open up in existing wall
openings for doors D03, D04
approx.
1040mm
(W)
x
2480mm (H). Rate includes for
the formation of joggle joints,
supply and the fixing pre-cast
concrete lintels and jambs as
shown on the proposed plan.
Load and cart way any
resulting debris.
Open up in existing wall
opening for door doors D02,
1200mm
(W)
x
2480mm
(H).Rate includes for the
formation of joggle joints,
supply and the fixing pre-cast
concrete lintels and jambs as
shown on the proposed plan.
Load and cart way any
resulting debris.
16.00
sq.m.
0.5
cu.m
55
kilos
55
kilos
104.00
kilos
38.50
26
Kilos
No
60
sq.m.
4
No.
1
No.
Total carried forward to Summary on Page 89
Page 82
Item
No.
E
i
ii
iii
iv
v
vi
vii
viii
ix
x
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Drainage Works
Preambles
All rates are to include for any
dumping
fees
that
the
Contractor might be required
to pay to dispose of any
unwanted materials.
rates are to include for any
double
handling
of
any
material as required.
Items of excavation will be
measured
net
before
excavation and the Contractor
is to make what allowance he
may consider necessary for
increase in bulk when pricing
items which include removal,
etc. of excavated material.
Rates for excavation are to
include for temporary retaining
boards,
strutting,
etc.,
grubbing up roots and for
additional excavation required
for planking and strutting.
Concrete shall conform to BS
8110 and is to be mechanically
vibrated.
Concrete shall be measured as
the actual amount poured.
Rates for concrete are to
include for all necessary sawn
formwork and cutting of chases
for bearings.
Pipes shall be measured in
metres over all fittings and
branches.
Fittings over 150mm diameter
shall be measured enumerated
and given as extra over the
pipe in which they occur.
Joints in the running length
shall be deemed to be
included.
All builders work and testing
and commissioning shall be
deemed to be included.
Work shall be measured net as
fixed in position.
Page 83
Item
No.
E1
E2
E3
E4
E5
Description
Excavate trench/s in any
existing ground and remove
surplus material, not exceeding
1000mm deep.
UPVC foul water pipes 150mm
diameter and laying and jointing
in trench
Concrete Grade C20 in bed and
square
surround
minimum
150mm thick around drain pipe
Ditto, extra over for breaking in
and connecting to existing
manhole.
E7
Plastic
gulley
traps
with
detachable
plastic
grating
covers
(approx
100mm
x
100mm)
indoor
type
for
bathrooms) laid in floor, with
100-100mm
inner
diameter
outlet, including UPVC foul
water
pipes,
40-50mm
diameter, and laying and
jointing in ground (sand/torba),
from floor gulley collection trap
to gullies outside bathrooms
(including concrete surround to
gulley trap/s and pipes).
UPVC foul-water vent pipes and
another vertical stack for rain
water, by 150mm diameter and
fixing to walls with approved
brackets.
ditto, extra over for gullies
E8
ditto. Extra over for 'Y' junction
E6
Qty
Unit
25.00
cu.m
40.00
m
1.50
cu.m
2
No
4
No
18.00
m
3
No
1
No
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total Carried Forward
Page 84
Item
No.
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total Brought Forward
E9
Excavate pits in existing ground,
including disposal of surplus
material as directed by the
Architect
in-charge,
and
construct inspection chamber,
size internally 450mm x 600mm
and not exceeding 500mm deep,
including 175mm thick concrete
base C25 with 1 layer of BRC
mesh C503 (including additional
concrete for formation of
embedded 110mm diameter half
round main drainage pipe and
benching), 150mm soft-stone
walls quarry faced both sides
set in gauged mortar including
pointing of walls internally with
cement and sand mortar and
finish with 2 coats sealing
compound, and a heavy duty
PVC plastic cover and frame.
Inspection Chamber to be
approved by the Architect inCharge.
1
No
Total carried forward to Summary on Page 89
Page 85
Item
No.
Bill F
Description
Qty
Unit
Unit Rate
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Total
(€)
(including
VAT, Eco
Contribution
(if any) and
all other
charges as
may be
applicable)
Dayworks
Labour
Provide provisional sum for the
cost of labour. These costs shall
be charged at the actual hours
worked on site. The rate shall
cover all other charges of every
description,
including
bonus,
incentives,
superintendent,
foremen, administrative staff,
timekeeper, insurance's, pensions,
holidays with pay, use of small
tools
(including
sharpening),
appliances and plant (not included
in 'plant' below), establishment
charges and profit and VAT.
Materials
Provide provisional sum of
€4,100.00 for the net cost of
materials
expended
on
Dayworks. Add to the above
cost a percentage of 10% (to be
stated and extended) to cover
the cost of delivery, unloading,
unpacking, storing, protecting
hoisting, distribution on site
and for all establishment
charges and profit and VAT.
Plant
Provide provisional sum for the
cost of plant used on daywork.
The rate shall cover all costs
including
driver/attendant,
fuel, establishment charges
and profit in connection with
the use of plant on daywork
and VAT.
Bill F
Lump
sum
4,490.00
Lump
sum
4,510.00
Lump
sum
1,000.00
Total Carried Forward to Summary on Page 89
10,000.00
Page 86
SCHEDULE OF RATES
1.
FOR LABOUR EMPLOYED ON DAYWORK
The Contractor shall insert below the category of labour together with the appropriate
―all inclusive‖ rates which he considers may be required for use on Daywork and that will
apply up the expiration of the Defects Liability period.
LABOUR CATEGORY
WORKING DAY
HOURLY RATE
(€)
WORK BEYOND
WORKING DAY
HOURLY RATE
(€)
PLASTERS
PAINTERS
BUILDERS
STEEL WORKERS
TILE LAYER
PLUMBER
LABOURER
SEMI-SKILLED LABOURERS
UNSKILLED LABOURER
Page 87
SCHEDULE OF RATES
2.
FOR PLANT USED ON DAYWORK
The Contractor shall insert below the category of labour together with the appropriate
―all inclusive‖ rates which he considers may be required for use on Daywork and that will
apply up to the expiration of the Defects Liability period.
LABOUR CATEGORY
WORKING DAY
HOURLY RATE
(€)
WORK BEYOND
WORKING DAY
HOURLY RATE
(€)
LORRY MOUNTED
CRANE
OTHER LIFTING
EQUIPMENT
COMPRESSORS
PNEUMATIC DRILLING
STEEL/WOOD CUTTING
MACHINE
WATER PUMP
SCAFFOLDING
AND OTHER GENERAL
HAND HELD TOOLS
Page 88
GRAND SUMMARY
Total
(€)
(including VAT, Eco
Contribution (if any)
and all other charges as
may be applicable)
BILL A – Preliminaries
BILL B – Repair Works
BILL C – Construction Works
BILL D – Alteration Works
BILL E – Extension Of Drainage Works
BILL F – Dayworks (Provisional)
10,000.00
GRAND TOTAL CARRIED FORWARD TO TENDER
FORM ON PAGE 20
The successful bidder shall be bound to conform in all respects with VAT legislation
and regulations.
Signature: ....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Page 89
VOLUME 5 – DRAWINGS
Design Documents, including Drawings
Section 5.1
List of drawings attached
Drawing No.
1.
Name
Drawing Ref. No.
Site Plan
-
2.
Block Plan
-
3.
Proposed Elevations
-
4.
Existing Layout
CCC-JC/CON/01
5.
Proposed Layout
CCC-JC/CON/02
6.
Construction Details
CCC-JC/CON/03
Page 90
Section 5.2
List of design documents available – Not Applicable
No
Designer
Design No
Design name
Date
1.
2.
3.
4
Page 91
Page 92
Page 93
Page 94
Page 95
Page 96
Page 97
Download