L-UNIVERSITA TA’ MALTA ... Msida MSD 2080 – Malta ...

advertisement
L-UNIVERSITA TA’ MALTA
Msida MSD 2080 – Malta
UNIVERSITY OF MALTA
Msida MSD 2080 - Malta
DIPARTIMENT TAL-PROCUREMENT
PROCUREMENT DIRECTORATE
IMPORTANT NOTICE TO PROSPECTIVE BIDDERS
UM 1668
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 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
UM1668
TENDER FOR THE SUPPLY, DELIVERY &
INSTALLATION OF SEAWATER TANKS FOR THE
BIOLOGY DEPARTMENT, UNIVERSITY OF MALTA.
Date Published:
21st August 2012
Closing Date:
12th September 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........................................................................................................................................................ 5
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 ...................................................................................................................................................... 8
C. TENDER PREPARATION ................................................................................. 8
14. Language of Tenders ........................................................................................................................ 8
15. Presentation of Tenders .................................................................................................................. 8
16. Content of Tender (Single-Envelope System) .............................................................................. 9
17. Tender Prices .................................................................................................................................. 10
18. Currencies of Tender and Payments ........................................................................................... 10
19. Period of Validity of Tenders ....................................................................................................... 10
20. Tender Guarantee (Bid Bond) ...................................................................................................... 10
21. Variant Solutions............................................................................................................................. 11
22. Preparation and Signing of Tenders ............................................................................................ 11
D. SUBMISSION OF TENDERS ............................................................................ 11
23. Sealing and Marking of Tenders ................................................................................................... 11
24. Extension of Deadline for Submission of Tenders ..................................................................... 11
25. Late Tenders ................................................................................................................................... 11
26. Alterations and Withdrawal of Tenders ..................................................................................... 12
E. OPENING AND EVALUATION OF OFFERS ........................................................... 12
27. Opening of Tenders ........................................................................................................................ 12
28. Secrecy of the Procedure .............................................................................................................. 12
29. Clarification of Tenders ................................................................................................................ 12
30. Tender Evaluation Process ............................................................................................................ 13
31. Correction of Arithmetical Errors ................................................................................................ 13
F. CONTRACT AWARD .................................................................................... 14
32. Criteria for Award .......................................................................................................................... 14
33. Right Of The University of Malta To Accept Or Reject Any Tender ...................................... 14
34. Notification of Award, Contract Clarifications ......................................................................... 14
35. Contract Signing and Performance Guarantee .......................................................................... 15
36. Commencement of Works (Order To Start Works) ................................................................... 15
G. MISCELLANEOUS ....................................................................................... 16
37. Ethics Clauses .................................................................................................................................. 16
38. Data Protection and Freedom of Information ........................................................................... 16
39. Gender Equality .............................................................................................................................. 17
VOLUME 1 SECTION 2 – TENDER FORM ................................................................ 18
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – Not Applicable for this tender........ 21
Annex To Tender Guarantee Form – Not Applicable for this tender............................................ 22
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ................................................. 23
1. Statement on Conditions of Employment .................................................................................... 23
Page 3
2. Experience as Contractor ................................................................................................................ 24
3. Literature/List of Samples .............................................................................................................. 26
VOLUME 1 SECTION 5 – GLOSSARY ..................................................................... 27
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ....... 29
Part XIII - Appeals .................................................................................................................................. 29
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE.......................................... 30
VOLUME 2 SECTION 2 – GENERAL CONDITIONS ...................................................... 31
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS........................................................ 32
Article 2: Law and language of the contract ............................................................................... 32
Article 3: Order of precedence of contract documents .................................................................. 32
Article 4: Communications .................................................................................................... 32
Article 5: Supervisor and Supervisor's representative .................................................................... 32
Article 8: Supply of Documents .............................................................................................. 33
Article 10: Assistance with Local Regulations ............................................................................. 33
Article 11: The Contractor‟s Obligations ................................................................................... 33
Article 13: Performance Guarantee ......................................................................................... 33
Article 14: Insurance ........................................................................................................... 34
Article 15: Performance Programme (Timetable)......................................................................... 34
Article 17: Contractor‟s Drawings............................................................................................ 34
Article 18: Tender Prices ...................................................................................................... 34
Article 22: Interference With Traffic ........................................................................................ 34
Article 25: Demolished Materials............................................................................................. 34
Article 26: Discoveries ......................................................................................................... 35
Article 28: Soil Studies ......................................................................................................... 35
Article 30: Patents and Licences ............................................................................................. 35
Article 31: Commencement Date ............................................................................................ 35
Article 32: Period of Performance ........................................................................................... 35
Article 34: Delays in Execution ............................................................................................... 35
Article 35: Variations and Modifications .................................................................................... 35
Article 37: Work Register ...................................................................................................... 36
Article 38: Origin ................................................................................................................ 36
Article 39: Quality of Works and Materials ................................................................................. 36
Article 40: Inspection and Testing ........................................................................................... 36
Article 42: Ownership of Plants and Materials ............................................................................. 36
Article 43: Payments: General Principles .................................................................................. 36
Article 44: Pre-financing ...................................................................................................... 37
Article 45: Retention Monies .................................................................................................. 37
Article 46: Price Revision ...................................................................................................... 37
Article 47: Measurement ...................................................................................................... 37
Article 48: Interim Payments ................................................................................................. 37
Article 50: Delayed Payments ................................................................................................ 38
Article 53: End Date ............................................................................................................ 38
Article 56: Partial Acceptance................................................................................................ 38
Article 57: Provisional Acceptance .......................................................................................... 38
Article 58: Maintenance Obligations......................................................................................... 38
Article 66: Dispute Settlement by Litigation ............................................................................... 38
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE .................................. 39
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not Applicable
for this tender ............................................................................................. 40
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this
Tender ...................................................................................................... 41
VOLUME 3 - TECHNICAL SPECIFICATIONS ............................................................. 42
VOLUME 4 - FINANCIAL BID.............................................................................. 56
VOLUME 5 – DRAWINGS .................................................................................. 69
List of drawings attached .................................................................................................................... 69
List of design documents available – Not Applicable ...................................................................... 70
~~~~~~~~~~~~~~~
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 Departmental 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 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.
1.2
This is a call for tenders for supply delivery and installation of seawater tanks for the Biology
Department at the 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
Clarification Meeting/Site Visit
(Refer to Clause 9.2)
Deadline for request for any additional
information from the Contracting
Authority
Last date on which additional information
are issued by the University of Malta
Deadline for submission of tenders /
Tender Opening Session
(unless otherwise modified in terms of Clause
11.3)
TIME*
Not Applicable
---------
Thursday, 6th September 2012
----------
Monday, 10th September 2012
----------
Wednesday, 12th September 2012
10:00am
* All times Central European Time (CET)
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.
Page 5
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 are bound to remain in the joint venture/consortium
until the conclusion of the contracting procedure. The consortium/joint venture winning this
contract must include the same partners for the whole performance period of the contract other
than as may be permitted or required by law.
5.4
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 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 €5,000.00 per annum.
The minimum number of projects of a similar scope/nature completed in the
year must be at least (1) in number.
last
one
(1)
Page 6
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 sub-contracted:
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
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
www.contracts.gov.mt/conditions)
Special Conditions
Technical Specifications
Model Financial Bid/Bill of Quantities
Drawings
from
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
Page 7
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 3rd
September 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.
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 301, Procurement Directorate,
Administration Building, University of Malta, Msida MSD 2080, Malta.
Page 8
(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 provided in Volume 1,
NOT APPLICABLE FOR THIS TENDER
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)
(i)
(e)
Evaluation Criteria/Technical Specifications (Note 3)
(i)
(ii)
(f)
Experience as Contractor (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.
Page 9
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.
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.
Page 10
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.
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 301
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.
Page 11
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.
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.
Page 12
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
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
Page 13
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 Departmental 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
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 Departmental 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;
Page 14
(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.
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.
Page 15
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
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
Page 16
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
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 17
VOLUME 1 SECTION 2 – TENDER FORM
(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted)
< Tender for the supply, delivery and installation of seawater tanks for the Biology Department,
University of Malta.> <UM1668>
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 18
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
[UM1668] of [21/08/2012]. 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 1:
Bill 2:
Bill 3:
Bill 4:
3
[Preliminaries]
[Mechanical Works]
[Electrical Works]
[Dayworks]
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 68 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:
(a)
Tender Guarantee (Note 1)
o Bid Bond (not applicable)
Page 19
(b)
(c)
(d)
(e)
General Information (Note 2)
o Proof of Purchase (Receipt) – Not Applicable for this tender
o Statement on Conditions of Employment
Selection Criteria (Note 2)
Financial and Economic Standing (Note 2)
o Not applicable
Technical Capacity (Note 3)
● Experience as Contractor
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 20
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 first 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 21
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 22
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 23
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 24
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 25
3. Literature/List of Samples
1. List of literature to be submitted with the tender:
Item
1.1
Description
Literature of the Installation proposed
Reference in Technical
Specifications
Please refer to Technical
Specifications in Volume 3
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
2. List of samples to be submitted within (two) 2 days of being notified to do so: NOT APPLICABLE
Item
Description
Reference in Technical
Specifications
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Page 26
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 27
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 28
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 Departmental 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 29
VOLUME 2
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE
Our Ref: EB/eb/_______
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
Attn [……………………………………..] [……………………………………..]
Dear Sirs,
UM/1668 -
Tender for the supply, delivery and Installation of Seawater Tanks for the Biology
Department, 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 30
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 31
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 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
Page 32
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 11.1 to 11.10 of the General Conditions: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 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.
Page 33
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 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
Page 34
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.
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 4 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.
Page 35
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.
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.
Page 36
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:
a)
b)
c)
to modify the contract; or
to provide for compensation for any imbalance caused by one Party to the other; or
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.
Page 37
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
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 38
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 39
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 40
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 41
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.
SCOPE OF WORKS
The works mentioned hereunder involve the dismantling and carting away of an existing
plant room installation. All existing equipment must be then stored in an area indicated by
the University except for the fibreglass tanks, salt water bowser connections and electrical
control panels. The tanks and control panels must be carefully relocated to another
installation site just across the road from present position, where a new plant room will be
built for purpose.
It is important to note that presently the tanks sit side by side in the existing plant room.
The new installation cannot afford the same kind of installation due to the limited
available area. Therefore the tanks are planned to be sited one on top of each other. One
tank sitting on a plinth constructed for purpose on the new plant room floor, whilst the
other tank will be sited directly on top of the floor tank but resting on three beams
installed for purpose. A permanent walk way is planned to be installed around the elevated
tank together with a stairway leading to the platform for maintenance purposes.
These tanks shall be used for sea water storage and make up to an existing glass fibber
reinforced daily tanks that are situated in the biology aquarium section. The day tanks
shall be replenished from the reservoir tanks as indicated in the drawings.
An aeration system consisting of two in number air blowers of the centrifugal type shall be
installed as indicated in the schematic drawing. Air supply into the tanks shall terminate
with diffusers to facilitate even distribution.
Sea water supply booster pumps will supply water through piping connected to the existing
aquaria system sited in the basement of the existing Biology building.
Distratification pumps are also to be included, whose purpose shall be solely to agitate the
water and prevent stagnation.
The water supply pipework shall run as surface pipework where this is housed and
overhead on cable trays where these pass outside the blocks. No outside pipework should
be left exposed and unprotected. The contractor is expected to lay all the pipework in a
manner as to conform to good engineering practices. Pipes laid out across the rooms shall
be supported on brackets and/or cable trays and grouped up for a neat appearance.
Page 42
MECHANICAL SPECIFICATIONS
1. GLASS FIBER DAILY TANKS
The existing glass fibber make up tanks are to be relocated and re-installed inside the new
plant room.
2. AERATION SYSTEM
The aeration system shall consist of two in number centrifugal pumps which shall supply air
through 22mm dia. PVC pipe network and terminate with a ready moulded 22mm dia.
flanged connection on top of the main tanks. On the inside another 22mm dia. flanged
PVC spigot drops to approximate 250mm from bottom of tank and spreads out with 22mm
dia. pipes running length wise to reach the whole of the tank.
A number of sponge type diffusers shall be installed on the 22mm dia. spreaders and shall
allow some 0.08m3/min at 0.2 bar of air to pass through, thus creating the desired aeration
in the tank. The diffusers shall be adequately grounded to the bottom of the tank with
suitable supports.
Isolating and / or balancing shall be obtained by means of control valves. The blowers
shall be housed in the same building as the reservoir tanks and sited above the surface
level of the liquid, as otherwise sea water may run back into the pump when the power is
turned off.
The air inlet to the blowers shall be ducted and inclusive of air inlet louvres, insect mesh
and washable filters which can be retracted when required for ease of maintenance. The
blowers shall be mounted on vibration mountings and c/w flexible connectors on both the
air inlet and outlet. All brackets used for supports shall be hot dipped galvanized.
Blower specifications:
50Hz 415V 3
195l/min at 0.2bar (2.84psi)
48dB at 1m (max.)
Number of blowers required : Two
Controls for both pumps shall include, isolators, 415/24V control transformer, thermal
overload, run / trip indicator lamps, hour run meter, 24 hour timer, duty selector switch 1, 2 and both running, telemetry connection for indicator panel in main block indicating
Blower 1 - ON, Blower 2 - ON.
Page 43
3. PIPEWORK
All hydraulic pipework shall be laid out in UPVC of the high pressure type PN16. Air piping
shall run in CPVC pipes of the high pressure type. All joints shall be cut at 90 o, cleaned
from all burrs, wiped with degreaser and welded with solvent cement. The contractor
must allow for the provision of all bracketing and pipe supports to be hot dipped
galvanized. Pipes laid out on „chicken legs‟ and U channels would be most suitable for
this job.
All pipes shall run as surface piping where housed in the building and in trenches/on cable
trays when crossing in between. Pipes shall have provision for adapting to other pipe
systems in that it may be joined to copper, galvanized steel or other plastic pipes.
Branded materials shall be assembled and installed in accordance with the Manufacturer‟s
instructions.
Pipes shall be colour identified to BS 1710, with all external pipework painted and
protected from direct sunlight by a good quality paint specification as recommended by
the pipe‟s manufacture.
All valves shall be of the double union UPVC / CPVC ball type with detachable handle.
Valves shall be of full bore size to suite the pipe diameters onto which they are installed.
Valves must have a quarter turn action with ball seating made of PTFE.
Fixing to the building structures shall be made by means of correctly sized screws fitted
into plastic plugs. Raw bolts, metal expanding plugs, expanding rubber sleeves or any
other type of fasteners shall have the Engineer‟s approval prior to installation. Percussion
type boring devices and shot fired fixings shall not be used unless having a written
approval by the Engineer.
Under no circumstances shall joints be made in the thickness of walls, floors or ceilings.
Pipework shall not be embedded in walls or floors, unless specifically so directed.
Wherever pipes pass through walls, floors or ceiling, sleeves shall be provided. Sleeves
shall be free from the pipe and cuttings shall be trimmed at 90o to the structure.
Workmanship shall be such as to ensure a good standard of finish. Laying of pipes shall be
planned so as to eliminate unsightly appearance and all vertical pipes shall be laid plumb.
Bends shall be of the long radius type wherever site conditions permit. Any pipe work
through walls must be adequately sleeved and sealed.
All pipework penetrations and any builders work which may be required during the
installation, shall be the contractors responsibility and considered as included.
3.1. DRAINING AND VENTING
Drain cocks shall be provided at the lowest point as indicated in the drawings or otherwise
specified.
Page 44
Air vents shall be provided to all high points in the pipework. Venting shall be provided by
automatic air vents and shall have gunmetal or bronze bodies with screwed connections,
copper or stainless steel floats and guides and non corroding ball needle valves and seats.
All air vents shall be preceded by a plastic ball valve.
4. DISTRATIFICATION PUMPS
Two pumps shall be installed adjacent to the tanks and shall distratify the stored salinated
water to prevent stagnation. Each pump shall have the following specification:
- General Description:
Self-Priming Swimming Pool plastic type pump, having the following features:
1.
2.
3.
4.
5.
6.
7.
8.
9.
High pressure, screw type cover
Strainer basket
Heavy duty shaft seal specified for sea water
Preferably - „Noryl‟ construction to eliminate corrosion
Totally enclosed fan cooled motor built to IP55 -Hose/Dust Proof
Self Priming
Operating from 415V 3
50Hz
3
Delivering 10m /hr at 1 bar pressure
Number of pumps: Two
The suction and discharge sides of the pump shall be connected and terminated as shown
on the schematic diagram. The pumps shall also be inclusive of flexible connectors, check
valves and isolating ball valves.
Controls for each pump shall include, isolators, 415/24V control transformer, starters,
run/trip indication lamps, hour run meter, 24 hour timer, thermal overload, telemetry
point for indicator panel in main block and auto shut off on no water in the corresponding
tank.
5. BOOSTER PUMPS
Two pumps shall be installed on the main UPVC sea water lines and shall boost up water to
the desired tap-off. Each pump shall have the following specification:
- General Description:
Self Priming Centrifugal Pumps with built-in strainer.
1.
2.
3.
High pressure screw type cover
Strainer Basket
Heavy duty shaft seal specified for sea water
Page 45
4.
5.
6.
7.
8.
Preferably - Bronze construction to eliminate corrosion
Totally enclosed fan cooled motor built to IP55 -Hose/Dust Proof
Operating from 415V 3
50Hz
3
Delivering 15m /hr at 2 bar pressure
Number of pumps: Two
The suction and discharge sides of the pump shall be connected and terminated as shown
on the schematic diagram. The pumps shall also be inclusive of flexible connectors, check
valves and isolating ball valves.
Controls for each pump shall include, isolators, 415/24V control transformer, starters,
run/trip indication lamps, hour run meter, 24 hour timer, thermal overload, telemetry
point for indicator panel in main block and auto shut off on no water in the corresponding
tank. The Contractor shall make provision to include flow sensor switches on the pipeline
to put the pumps in operation immediately there is a demand for sea water from the
system.
6. AUTOMATION
The scope of works mentioned in this tender shall be to have an unmanned plant room.
For this reason the Contractor must understand the importance to make provision for a
degree of automaton. The most important being to have plant shut down in case of no
water in the reservoir tanks. Each system must be distinct from the other. It is proposed
to have a level indicator in each tank that automatically on sensing low water level, shall
cut off electrically both the booster pump and the distratification pump.
The system shall come back into operation once tanks are replenished with sea water.
Part of the automation shall include a visual alarm panel for low water level, Booster
pump fail, Distratification pump fail and Blower 1 - on, Blower 2 - on. There shall be
indication for each tank sited in the main building - Aquaria Department at Basement
level.
7. LAYOUT
The contractor shall propose his own arrangement for the machinery and pipework layout.
Prior to commencement of works the Engineer has to approve the working drawings for this
arrangement.
The route lengths for the pipework and power / control cabling shall be determined
according to the approved layout.
Page 46
8. COMMISSIONING AND TESTING
All commissioning and testing shall be carried out in accordance with CIBSE commissioning
code to the satisfaction of the Engineer. Commissioning reports shall be submitted for all
systems.
All systems shall be thoroughly cleaned up and flushed prior to tests. During the cleaning
process the flow shall be intermittedly interrupted to dislodge any debris.
The Contractor shall be responsible to provide all test points, test instruments and any
related equipment for carrying out such tests, even if such requirements are not detailed
and specified elsewhere on these documents.
Hydraulic tests on all pipework are two times the working pressure held for three hours
without any loss of pressure. Any parts of the piping system which are not suitable for
such test pressure shall be isolated prior to testing.
The Contractor shall notify the Engineer three days before he intends to carry out such
tests. The Engineer shall have the right to alter the date of the tests if he feels there is
sufficient reason to do so. Under no circumstance shall piping be buried before tests have
been carried out to the satisfaction of the Engineer and before the Engineer has authorized
the Contractor to do so.
Any defects occurring during the time of tests shall be repaired at no extra costs to this
tender, where failure results in damage to the building fabric or requires subsequent
builders work than these items are to be made good at no extra costs to this contract.
Page 47
SPECIFICATIONS FOR THE ELECTRICAL INSTALLATION
9
SCOPE OF WORK
The scope of work includes the following
10
9.1
The relocation of distribution board which houses all isolating switches,
residual current devices, miniature circuit breakers plus other associated
equipment.
9.2
The supply, relocation and installation of armoured cables surface and arial
installation on cable trays to convey power from existing building to the new
reservoir tank room.
9.3
The supply and installation of all PVC heavy gauged chased conduit including
fittings for all the lighting and small power points.
9.4
The secondary wiring in flame retardant PVC cable to all light fittings and
power points including all wiring accessories of the specified type.
9.5
The supply and installation of all light fittings.
9.6
The complete testing and commissioning of the installation
9.7
The coordination with the Engineer for the provision of supply
9.8
The supply of as - fitted drawings
ALLIED DOCUMENTS.
The following allied documents shall be read in conjunction with the specification
11
10.1
General Conditions of Contract
10.2
Bills of Quantities
10.3
The following Drawing
3/10/2/17062012
10.4
Cross - reference to the following sections within this tender is
necessary
10.5
Plumbing section
Electrical
Lighting
and
Power
System:
COMPLIANCE WITH REGULATIONS AND STANDARDS
The installation is to be carried out in accordance with the following
regulations
Page 48
11.1
11.2
11.3
12
13
Regulations for Electrical Installation 17th Edition issued by the
B.S. 7671 : 2008
Enemalta Regulations
I.E.E.
/
The contractor may use equivalent standards provided that their difference
from the specified ones shall be clearly explained at the time of tendering.
THE POWER SUPPLY SYSTEM SHALL BE AS FOLLOWS
12.1
Voltage 400V + / - 10%
3 phase
12.2
Voltage 230V + / - 10%
1 phase
12.3
Frequency
12.4
4 Wire System, Three phase, Neutral and Earth
50Hz + / -
2%
PROVISION OF SUPPLY
Although the Engineer shall be witness for installation tests and also perform tests
as he deems fit, the contractor shall be fully responsible to perform all necessary
tests for the provision of electricity supply so as not to cause any unnecessary delay.
14
NOTES ON THE WORKS INVOLVED
14.1
14.2
The primary Electrical Distribution
14.1.1
This comprises the resiting and installation of the Main
Distribution Board. The air blower DB, The distratification pump DB,
The booster pump DB, the status control panel DB, the supply and
installation of uPVC heavy duty conduit conveying the power cables
and the cables for the lighting and small power installation. All work is
to be carried out as detailed in the specification below.
14.1.2
The successful contractor shall prepare detailed workshop drawings
and builder‟s works drawings showing all the penetrations required to
achieve a neat solution.
Reservoir Room
14.2.1
Here the contractor shall supply and install all the lighting and power
in PVC conduit surface run on concrete ceiling element
inside
the
screed, under floor tiles and chased in walls for down drops.
14.2.2
The height of all the wiring accessories shall be as
follows:
- Switches:
1200mm above FFL
Page 49
- Sockets at least:
1200mm above FFL
These shall be confirmed with the Engineer prior to
installation
15
14.2.3
All lighting fittings for these areas shall be supplied and installed by the
contractor.
14.2.4
The types of lighting fittings employed in these areas are
as explained in the specifications.
14.2.5
The wiring accessories shall be rated to IP55
14.2.6
The Contractor shall supply and install external light fittings for the
access areas. The method of connection of these fittings shall be
water tight.
DISTRIBUTION BOARDS
The contractor shall reinstall in the places indicated on the drawings, MCB
distribution panel. The panels shall have the following characteristic when
removed from existing site:
15.1
General Construction of Existing and in Case of Renewals.
15.1.1 The DB‟s are already installed in the existing plant room. The
contractor shall dismantle these panels with the utmost care , service
same and renew any controls inside the panels which the Engineer
agrees to after inspection.
15.1.2 The DB‟s shall be surface mounted and positioned in the new plant
room to facilitate connecting up to the new equipment being installed.
The contractor shall take note that the plant room will service the
same kind of equipment as was originally installed in the sea water
room.
15.1.3 The DB‟s shall have a main earth stud to allow earth to be terminated
inside or outside the enclosure.
15.1.4 Glazed circuit charts indicating the ways numbers, equipment, rating
of MCB‟s, size of cable and phase to which equipment is connected are
to be provided
Page 50
15.2
Incoming Disconnectors
These shall meet the requirements for isolation as given in the I.E.E. Wiring
Regulations and shall comply with B.S. 5419 : 1977. These shall have
category of duty AC 22. This equipment will be the same as will be found in
the plant room.
15.3
Miniature Circuit Breakers
Miniature circuit breakers shall provide high performance current limiting
thermal / magnetic switching, thus providing both over current and short
circuit protection. They shall have a fault capacity of 10000A minimum at
240 / 415 V AC to B.S. 3871 : Pt 1 : 1984 type B characteristics and shall
provide high speed operation with a mechanical life exceeding 20000
operations, and close overload protection. The position of the MCB‟s is to be
clearly indicated. All MCB‟s up to 63A rating shall have their input and
output terminals capable of excepting cables of 25 sq mm.
15.4
Residual Current Devices
Double pole and four pole ( single and three phase ) residual current devices
are to be used and these shall have current rating and sensitivity as specified.
These shall comply with B.S. 4293 : 1983 and shall have a rated electrical life
of not less than 40000 operations. These shall incorporate positive contact
indication and include a test button and means of preventing nuisance
tripping due to transient voltages. If during the final test of the installation
more than two RCCB‟s fail, the contractor shall change all RCCB‟s to another
make as approved by the Engineer.
15.5
Installation of Distribution and Control Boards
15.5.1 All panels are to be installed so that they are spaced by at least 10mm
from the wall. This shall be achieved by means of spacer washers.
15.5.2 Care shall be exercised so that all distribution boards are installed
plumb.
15.5.3 An identification label manufactured in traffolyte is to be fixed on the
outside of each board. The label is to be at least 30mm wide with
20mm lettering in black on white background. The panel identification
and area fed are to be indicated on the label.
15.5.4 The contractor shall ensure that all earth and neutral cores of the
outgoing circuits shall be terminated in the same sequence in their
Page 51
respective bars like the phase cores on the outgoing MCB‟s.
16
INSTALLATION OF CABLES & CABLES SUPPLYING ELECTRIC MOTORS
16.1
The contractor shall supply and install cables as asked for in the Bills of
Quantities. All cables shall be of one continuous length. No joints shall be
allowed.
16.2
The cables shall be multicore, with plain stranded copper conductors, XLPE
insulated, PVC extruded bedding, galvanized steel wire armoured and
PVC
sheated overall. The voltage grade of the cable is to be 600 - 1000V. The
armoured cables are to comply with B.S. 5467.
16.3
Armoured Cable Terminations
Cables shall be terminated in equipment utilizing proper cable glands and
crimping type lugs.
16.3.1 Cable glands shall be manufactured in brass complying with B.S. 2874 :
1969 and tested to comply with the requirements of B.S. 6121 : 1973.
CW type heavy duty industrial glands are to be used throughout.
16.3.2 Cable lugs shall consist in crimping type heavy duty
terminals and splices and shall comply with B.S.
16.4
copper
tube
4579 : Pt1 :1981.
Laying of Armoured Cables ON Cable Trays
The cables shall be laid on galvanized cable trays with cover
over
the
crossing to the biology building. Before laying the cable the contractor is
to ensure to construct the arial cable tray
in such a manner as to be
sturdy enough to withstand the environmental conditions of the area
16.5
17
Installation of cables supplying Electric Motors
Single runs are to be clipped direct to the walls but multiple runs are to be
installed on a glass reinforced plastic cable
tray. Wherever
armoured
cables are to be installed below the
floor surface (in screed) these are to
be installed inside a PVC duct.
INSTALLATION OF WIRING CABLE FOR LIGHTING AND SMALL POWER
CIRCUITS
ELECTRICAL
17.1
Wiring from MCB distribution boards to all lighting and power
points shall
be in single core PVC insulated copper wire
running in PVC heavy gauge
conduit.
17.2
The wire shall be plain, annealed copper conductor PVC insulated,
harmonized category HO7V - R complying with B.S. 6004 : 1984.
Page 52
18
17.3
The circuits shall be wired strictly in accordance with the drawings. For the
lighting circuits a loop - in system shall be employed. For power circuits all
sockets shall be wired in radial or ring formation.
17.4
Phase / return, neutral and earth wires shall be coloured brown, blue and
green / yellow respectively throughout the single phase installation.
Phase wires shall be jointed only at switches (jointing of phase wires
in
ceiling roses is not allowed). Three phase circuits shall have the phase wires
coloured red, yellow and blue. The earth wire shall be run all the route as
per the phase wire.
17.5
Joints in conductors will not be allowed.
PVC CONDUIT INSTALLATION
18.1
The contractor shall provide runs of conduit above the concrete ceiling
element inside the screed, under floor tiles and in chased walls for down
drops.
18.2
PVC conduit shall be manufactured from extra high impact uPVC giving good
cold bend characteristics. It should be virtually unaffected by solutions of
inorganic acids, alkalis and salts as well as many other organic chemicals. It
shall comply with B.S. 4607 : Pt 1 and B.S. 6099 : Pt 1.
18.3
Conduit shall be bent using the appropriate steel bending spring. The proper
adhesive for the sockets and bushes is to be used.
18.4
Conduit shall be bent cold to a radius of not less than six times its internal
diameter.
18.5
Conduit entering switch and socket boxes shall be connected via a female
adapter and bush.
18.6
Conduit shall not be run in chases along with water pipes. A
of at least 150mm is required.
18.7
Conduit buried in concrete shall have at least 35mm thickness of cover over
its entire length while conduit buried in plaster shall have at least 5mm
thickness of cover (cement sand mix grouting).
18.8
Horizontal chases greater than 0.5m require the Engineer‟s approval.
18.9
Switch and socket back boxes are to be secured to wall by a minimum of two
screws and plastic plugs. A flat washer per screw is also to be employed.
separation
Page 53
18.10 Saddles holding conduit shall be spaced not less than 1.2m apart.
Inside
chases the conduit is to be secured by steel crumpets and plastic plugs.
19
WIRING ACCESSORIES
The contractor shall supply and install wiring accessories which shall be of the
following type
-
Moulded type plastic standard construction with minimum front projection.
All terminal screws shall preferably face upwards and be in line. Terminal
markings should be clearly marked.
-
All contacts shall be made of silver. The front plates shall be in brilliant
white and it should be easy to clean.
-
IP 56 accessories. These shall be manufactured in polycarbonate. IP 56
accessories shall be installed are the roof socket outlets and these shall
retain their IP 56 rating even when socket is in use. These socket outlets are
to be of a robust construction.
The types of accessories to be used shall be as follows:
19.1
Switches for lighting.
These shall be single or multigang, one - way, two - way, etc… as shown on
the drawings. Their current rating shall be 6 Amps and the terminal capacity
shall be 3 x 1.5mm2. They shall be moulded type, rated for 240V, 50Hz a.c.
and be IP55 rateD.
19.2
13A Socket Outlets
These shall be 3 pin type rated 13A and 250V at 50Hz. Their terminal capacity shall
be 3 x 4 mm2. The construction shall be of the moulded type. Safety shutters
allowing opening of phase and neutral when the earth pin is present, are to be
incorporated. These are to be mounted flush on conduit back boxes 35mm deep.
Plugs shall be IP55 rated
19.3
Ceiling Roses
Ceiling lighting outlets shall have, four way terminals, loop – in and earth terminals
and shall comply with B.S. 67: 1987.
20.
CONNECTION OF LIGHT FITTINGS
20.1
Light fittings which are to be installed indoors are to be installed
directly over the outlet box and the connection will be via 10A
rated connectors which can handle 2 x 1.5mm2 cable. This
applies also to ceiling mounted fluorescent fittings which shall
be fixed directly on the ceiling.
Page 54
21.
LUMINARIES
21.1
The Contractor shall supply and install the following
luminaries as shown in the drawings and the Bill of
Quantities.
TYPE A
Surface mounted 1 x 58 W fluorescent fitting comprising a self extinguishing,
injection moulded polycarbonate base. This base shall contain the control gear
including power factor correction capacitor. An acrylic opaque prismatic diffuser
is to be installed over the body. The fitting is to be equipped with a gasket so as to
render the fitting completely dust / splash proof. The fitting is to be supplied
completely wired up and complete with quick start type control gear. The fitting is
to be suppressed against radio interference. The fluorescent lamps are to be cool
white and IP65 rated.
TYPE B
Surface mounting 1 x 9 W PL bulkhead fitting. The construction shall be
manufactured of glass reinforced polyester resin coloured white complete with
knockouts for cable entry. The housing shall be constructed to B.S. 4533. The
diffuser shall be clear prismatic vandal resistant polycarbonate type, secured by
two captive gasketed recessed screws and mounted over the body over a
dust/water resisting gasket. The degree of protection of the laminaire shall be IP
55.These fittings shall be installed in external areas.
22.
EARTHING SYSTEM
The Contractor shall bond the earthing system of the installation to the earthing system of
the main building using an adequately sized cable which complies with the 17 th Edition of
The IEE Wiring Regulations.
23.
TESTING AND COMMISSIONING
23.1 The Contractor shall test and commission the installation after the
completion of the works. The tests are to be carried out in according to a
test schedule which shall be approved by the Engineer. The test schedule
shall be based on Appendix 16 of
the I.E.E. Regulations. The tests are
to
be carried out in the presence of the Engineer to whom 7 days notice
period shall be given. Tests after the completion of the installation shall
satisfy the Requirements of the Standards mentioned in sections 3.1
and
3.2 and the Contractor shall be fully responsible for the electrical installation.
Any items which do not pass the test shall
be
made
good
by
the
contractor at no extra cost.
23.2 When the installation is complete, the Contractor shall supply one set
of as fitted drawings on negatives and three sets of prints plus three sets of
technical literature for any item of plant supplied. The format and legends
used in these drawings shall be as approved by the Engineer.
Page 55
VOLUME 4 - FINANCIAL BID
Tender for the Supply, Delivery and Installation of
Seawater Tanks for the Department of Biology,
University of Malta
Bills of Quantities
Bill No. 1
-
Preliminaries
Bill No. 2
-
Mechanical Works
Bill No. 3
-
Electrical Works
Bill No. 4
-
Dayworks (Provisional)
Page 56
Bill No. 1 – Preliminaries
Item
Description
1.00
PRELIMINARIES
1.1
1.2
1.3
1.4
1.5
1.6
Qty
The ring road cannot be blocked unless a
permit is granted by University.
All materials to be used within this contract
are to be approved prior to delivery to site.
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
three weeks from commencement of works.
Such document has to be updated as maybe
requested by the site H & S Supervisor.
1.00
Allow for the provision of a detailed daily log
of all the works and materials and maintaining
in an orderly manner in Building File.
1.00
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 Employer's Representative. All
works shall be contained or implied for in the
contract documents and including all the
necessary resources, unless included elsewhere
in the Bills of Quantities.
1.00
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.
1.00
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.
1.00
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.
1.00
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
Lump
sum
Lump
sum
Lump
sum
Lump
sum
Lump
sum
Lump
sum
Total Carried Forward
Page 57
Item
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
1.7
1.8
1.9
1.10
1.11
1.12
Allow for the protection at all times 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.
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
Allow
for
mobilization
and
design,
construction and installation of the
contractor's compound. Including offices,
storing areas, shelters, services, etc and
their subsequent removal on completion of
the works, all to the approval of the
Employer's representative
Allow for the careful disposal of hazardous
waste, debris and spent oils, and other
harmful materials as to the requirement
specified in the conditions
1.00
Lump
sum
1.00
Lump
sum
1.00
Lump
sum
1.00
Lump
sum
1.00
Lump
sum
1.00
Lump
sum
Total Carried Forward
Page 58
Item
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
1.13
Provision of insurance cover in the joint names
of the Client and Contractor insure the Works
against loss or damage by fire, storm, tempest,
lightning, flood, earthquake, aircraft or
anything dropped there from, aerial objects,
riot and civil commotion for the full
reinstatement value thereof plus 15% of all the
Works executed and all unfixed materials and
goods so insured until the completion of the
Works. The Contractor shall affect a policy of
insurance against third party risks to cover an
amount of not less than € 1,200,000.00 (one
million and two hundred thousand Euro) for
any one accident. The policy shall be in joint
names of the Client and Contractor and shall
include cross liability clauses. In respect of
liability for the death or injury to any person
employed by the Contractor and arising out of
and in the course of such person‟s employment
by the Contractor the amount insured by the
Contractor shall be such as to indemnify the
Client against all damages as compensation
payable. The Contractor shall comply with and
be subject to the terms, exclusions,
exceptions, conditions and limitations of the
insurance policies and shall bear the amount of
the retained liabilities stated therein The
Contractor shall deposit with the Client copies
of the policy or policies and a copy of the
receipt in respect of premiums paid before
starting the Works
1
L.S.
Total Carried Forward to Summary on Page 68
Page 59
Bill 2- Mechanical Works
Item
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
Supply, install, fix for a complete installation
fit for purpose as per approved workshop
drawings to be submitted by Contractor. No
variations will be entertained in case of failure
from the part of contractor for not foreseeing
works that are congruent with good
installation. Contractor is invited to include
prices in his bid for carrying out a complete
installation as called for in the tender
specification.
This applies for both the
electrical and mechanical works. Cranage,
scaffolding and hardware are being taken as
having been included in Contractor's bid and
form part of the prices. WHERE OT INDICATED
ALL THE MATERIAL HAS TO BE SUPPLIED NEW.
2.1
2.2
2.3
2.4
Dismantling And Carting Away Of Existing Plant
Room Installation To Another Site On Campus.
All Material To Be Stored As Directed By The
University Of Malta.
Transport From Storage And Install 7000ltrs
Capacity Sea Water Reservoir Tanks As Per
Engineers Recommendation.
Construction Of Concrete/No Shrink Grout
Plinths For Tank No.1& 2.
Supply, Install And Commission Aeration
Centrifugal Pumps As Per Drawings And
Specifications For A Complete Installation
Including H/D Carrier platform
1
2
L/S
No.
2
No.
2
No.
Total Carried Forward
Page 60
Item
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
2.5
2.6
2.7
2.8
2.9
2.10
2.11
2.12
2.13
2.14
2.15
2.16
2.17
2.18
2.19
2.20
SUPPLY AND INSTALL 950 X 300mm WEATHER
LOUVRED AIR INLET C/W WALL MOUNTED
FRAME AND DETACHABLE WASHABLE FILTER
FOR BOTH BLOWERS
SUPPLY AIR CIRCULAR CPVC TUBING AS
SPECIFIED 22mm DIA.
Supply Air Spigot C/W Spreaders And Sponge
Type Diffusers As Specified For A Complete
Installation - To Include 8 Diffusers Per
Reservoir Tank
22mm DIA. ISOLATING CPVC BALL VALVES
22mm DIA. AERATION CPVC PIPE FROM
BLOWERS TO EXISTING DAY TANK AND
CONNECTING UP TO EXISTING SYSTEM C/W BY
PASS WHERE SHOWN. ALL INSTALLTION TO BE
SURFACE MOUNT AND ON CABLE TRAY.
22mm DIA. BALL VALVES FOR ABOVE IN CPVC
22mm DIA. CHECK VALVE
Supply Air Spigot C/W Spreader And Sponge
Type Diffusers As Specified For A Complete
Installation - To Include 2 Diffusers For The
Daily Tank
75mm DIA. HIGH PRESSURE UPVC SEA WATER
FILL PIPE
75mm DOUBLE UNION TYPE UPVC BALL VALVE
Installation Only Of Existing 21/2 Inch Dia.
Stainless Steel Bowser Connection Unit Inside
Fill Point Cabinet.
Float Guard Unit C/W Full Tank Alarm Unit
Wiring And Heavy Gauge Upvc Conduit
HYDROSTATIC CONTENTS GAUGE C/W E-SSENSOR AND CAPILLARY TUBING UP TO 12mtrs
Heavy Duty Fill Point Cabinet Manufactured
From Aisi 316 Stainless Steel Sheet Metal C/W
Hinged Lockable Door Handle. Fixed Solidly
Upright On Stainless Steel Legs And Anchored
In Position With Concrete. Inclusive Of Power
And Control Cabling Run Through Upvc Heavy
Gauge Conduit And Flexible Conduit As
Required For A Complete Installation
Supply And Install Distratification Pumps
Inclusive Of Brackets, Suction And Delivery
Lines Flexible Connectors, Check Valves And
Ball Valves As Per Drawings And Specifications
For A Complete Installation
Plinths/Bases For The Above Pumps
1
NO
25
mtrs
2
NO
2
NO
45
mtrs
4
1
NO
NO
1
NO
25
mtrs
5
2
NO
NO
2
NO
2
NO
1
NO
2
NO
2
NO
Total Carried Forward
Page 61
Item
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
2.21
2.22
2.25
2.26
2.27
2.28
2.29
2.30
2.31
2.32
2.33
Supply And Install Booster Pumps Inclusive Of
Brackets, Suction And Delivery Lines, Flexible
Connectors, Check Valves And Ball Valves As
Per Drawings And Specification For A Complete
Installation
Plinths/Bases For The Above Pumps
50mm Dia. Supply Sea Water Tubing In High
Pressure Pn16 Upvc Tubing And Fittings
50mm Dia. Double Union Type Ball Valve C/W
Detachable Handles
50mm Dia. Double Union Type Ball Check
Valves
50mm Dia. Flanged Ball Float Valve C/W Pvc
Ball
20mm Dia. Push-Fit Polybutylene Pipe For
Potable Water Make Up Including Connecting
Up To Existing System And Chrome Plated Bib
Tap.
Connecting Up Of Item 27 Above To The
Existing System And Including 2 In No. 50mm
Dia. Unions
63mm DIA. Upvc Goose Neck Vent C/W Flange
And Insect Mesh On Inlet Of Elbow. Height Of
Vent To Be Aprox. 250mm
Fill Up - Flushing And Commissioning Of System
Three Sets Of As Fitted Drawings Including Two
Sets Of Maintenance Manuals
2
NO
2
95
NO
mtrs
15
NO
2
NO
2
NO
40
mtrs
1
NO
2
NO
L/S
L/S
2.34
Exhaust Air Fan Of The Wall Mounted Type C/W
Bird Mesh Screen And Louvres.
Diameter
300mm Including Starter Chased Conduit And
Wiring From Distribution Board To Fan Starter
With Three Speed Fan Control, Including All
Accessories For A Complete Installation. The
Electrical Installation Shall Be Classed Ip55
Rating Including Fan
L/S
2.35
Relocation Of 2 In Number Split Ac Outdoor
Units Currently Located In The New Plant Room
Site. Rate To Include The Re-Commissioning Of
The Ac Systems.
L/S
Total Carried Forward to Summary on Page 68
Page 62
Bill 3 – Electrical Works
Item
3.1
3.1a
3.2
3.3
3.4
3.5
3.6
3.7
Description
Remove All Five Existing Electrical Panels From
Existing Plant Room. Mark Out All Connections
For Later Reconnections To New Equipment As
Specified
Control Cabling For Distratification Pumps
Inclusive Of Heavy Duty Upvc Conduit /
Flexible Conduit, Fittings, Brackets, Fixing
Lugs, Terminations, Connecting Up And
Termination Labels For A Complete Installation
Control Cabling For Booster Pumps To Control
Panel Inclusive Of Heavy Duty Upvc Conduit /
Flexible Conduit, Fittings, Brackets, Fixing
Lugs, Terminations, Connecting Up To And
Supplying / Installing Flow Sensor Switches On
The Pipework As Indicated In The Schematic
Drwg. And Termination Labels For A Complete
Installation
Supply And Deliver To Site 4 Core, 10mm 2
Copper Conductor Xlpe/Swa/Pvc Cable For
Tank Reservoir Room
Supply And Deliver To Site Status Control Cable
(Multicore As Necessary 1.5mm2 Xlpe/Swa/Pvc)
For Two Parallel Indicator Panels To Be Placed
In The Plant Room And Aquaria Section Of The
Main Building. Panel Shall Have The Features
Mentioned In 11 Below
Install Arial Cable Trays Spanning From Behind
The New Plant Room Towards The Aquaria
Section At The Back. Trays Will Be Sited At
More Than Three Meters Above Ground Arrying
Water And Electrical Cables On Two Distinct
Trays (On Top Of Each Other). Contractor To
Make Provision For Spanning An Opening Of 10
Meters With 300mm Wide Galvanised Cable
Trays With Covers
Terminate And Connect At Both Ends 4 Core,
10mm2 Copper Xlpe/Swa/Pvc Cable Including
Cable Lugs And Cw Type Brass Glands
Terminate And Connect At Both Ends Status
Control Cable. Contractor Shall Make Provision
For Any Connection Box, Flexible Conduit,
Glands, Wiring Up To Different Plant For A
Complete Installation.
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
L/S
L/S
L/S
60
mtrs
60
mtrs
40
mtrs
1
NO
1
NO
Total Carried Forward
Page 63
Item
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
3.8
Resite, Service And Fix And Connect 3 Phase
Distribution Board Db1 As Specified. Panel To
Be Ip55 Rated
Resite, Service And Fix And Connect 3 Phase
Air Blower Panel Db2 As Specified. Panel To Be
Ip55 Rated
Resite, Service And Fix And Connect 3 Phase
Distratification Pump Panel Db3 As Specified.
Panel To Be Ip55 Rated
Resite, Service And Fix And Connect 3 Phase
Bosster Pump Panel Db2 As Specified. Panel To
Be Ip55 Rated
To Supply And Install Lighting Points With Ip55
Rated Switch Gear
A) 8 Light Points Controlled By One Switch
B) 2 Light Points Controlled By One Switch For Outside Lighting
To Supply And Install Single Phase Power Points
With Ip55 Rated Socket Outlets
A) 13a Water Proof Socket Outlet
1
NO
1
NO
1
NO
1
NO
8
1
NO
NO
3
NO
3.14
To Supply And Install Three Phase Power Points
With Ip55 Rated Socket Outlets
A) 13a Water Proof Chuck On Socket Outlet
1
NO
3.15
Resite And Service One Indicator Panel To Be
Sited In New Plant Room Section Indicating The
Following
A) No1 Booster Pump Fail
B) No2 Booster Pump Fail
C) No1 Distratification Pump Fail
D) No2 Distratification Pump Fail
E) Blower 1 On
F) Blower 2 On
G) Low Water Level Indication For Each Tk
Panel Shall Include Lamp Test Button
Mark Out All Electrical Panels As Called For In
Specification
SUPPLY AND INSTALL LIGHT FITTINGS
1
3.9
3.10
3.11
3.12
3.13
3.16
3.17
3.18
L/S
A) TYPE A
8
NO
B) TYPE B
2
NO
Supply Three Sets Of As Fitted Drawings
Including Details Of Electrical Control Panels
L/S
Total Carried Forward to Summary on Page 68
Page 64
Bill No. 4 – Dayworks
BILL 4
Bill 4
4.1
Description
Quantity
Unit
Unit Rate
Total (Euro )
(including
VAT, Eco
Contributio
n (if any)
and all
other
charges as
may be
applicable)
(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.
Labour (unskilled)
Labour (skilled)
4.2
2,000.00
Hour
Hour
Materials.
Provide provisional sum of €1,800.00 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.
4.3
1,980.00
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.
(Provisional) Total Carried Forward to Summary on Page 68
2,020.00
6,000.00
Page 65
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
€
MASON
LABOURER
PLUMBER
MECHANICAL FITTER
ASSISTANT MECHANICAL FITTER
ELECTRICAL FITTER
ASSISTANT ELECTRICAL FITTER
WELDER
METAL WORKER
PAINTER
PLASTERER
DRAIN LAYER
Page 66
SCHEDULE OF RATES
II.
FOR PLANT USED ON DAYWORK
The Contractor hall insert below in respect of all items of Plant, which he considers, may be required for use
on Daywork together with the appropriate "all inclusive" rate per hour that will apply up to the expiration of
the Defects Liability period.
LABOUR CATEGORY
WORKING DAY
HOURLY RATE
€
WORK BEYOND
WORKING DAY
HOURLY RATE
€
COMPACTOR
DUMPER
MECHANICAL SHOVEL
CONCRETE MIXER
TRUCK (10 TON)
COMPRESSOR
PIPE BENDING MACHINE
PNEUMATIC DRILL/ JACK
HAMMER
WATER PUMP
STEEL CUTTING MACHINE
PNEUMATIC DRILLING
WELDING EQUIPMENT
TRENCHER
AND OTHER TOOLS
Page 67
Tender for the Supply, Delivery and Installation of Seawater tanks for the Department of Biology,
University of Malta
Summary
Amount
(€)
(including VAT, Eco
Contribution (if any) and
all other charges as may
be applicable)
Bill No. 1 Preliminaries
Bill No. 2 Mechanical Works
Bill No. 3 Electrical Installation
Bill No. 4 Dayworks ( Provisional)
6,000.00
Grand Total (carried forward to tender form on
page 19)
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 68
VOLUME 5 – DRAWINGS
Design Documents, including Drawings
Section 5.1
List of drawings attached
No
Name
Drawing No
Date No
1.
Schematic 1
03/10/1/17062012
17/06/2012
2.
Schematic 2
03/10/2/17062012
17/06/2012
Proposed Ground 03/10/3/17062012
floor Plan
17/06/2012
3.
4.
Proposed
Intermediate
Floor
03/10/4/17062012
17/06/2012
5.
Proposed Roof
Plan
03/10/5/17062012
17/06/2012
6.
Section AA
03/10/6/17062012
17/06/2012
N.B. The drawings, mentioned above, can also be downloaded by quoting
the tender number from the following link:http://www.um.edu.mt/procurement/service/tender
Page 69
Section 5.2
List of design documents available – Not Applicable
No
Designer
Design No
Design name
Date
1.
2.
3.
4
Page 70
Page 71
Page 72
Page 73
Page 74
Page 75
Page 76
Download