UM1868

advertisement
UM1868
TENDER FOR THE PROVISION OF ENVIRONMENTALLY FRIENDLY
CLEANING SERVICES TO ALL BUILDINGS ON THE CAMPUSES OF
THE UNIVERSITY OF MALTA AND THE JUNIOR COLLEGE AND
OTHER UNIVERSITY DESIGNATED SITES
Date Published:
7th November 2014
Closing Date:
3rd December 2014
at 10:00am CET
Cost of the Tender Document: €50.00
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
Table of Contents
Table of Contents ........................................................................................... 2
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS .............................................. 4
A. GENERAL PART ........................................................................................... 4
1. General Instructions ................................................................................... 4
2. Timetable ............................................................................................... 4
3. Lots ...................................................................................................... 5
4. Financing ................................................................................................ 5
5. Eligibility ................................................................................................ 5
6. Selection Criteria ...................................................................................... 5
7. Multiple Tenders ....................................................................................... 6
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 ............................. 7
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) .................................................... 8
17. Tender Prices ......................................................................................... 9
18. Currencies of Tender and Payments ............................................................. 10
19. Period of Validity of Tenders ..................................................................... 10
20. Tender Guarantee (Bid Bond) ..................................................................... 10
21. Variant Solutions.................................................................................... 10
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. The Letter of Acceptance and Performance Guarantee ...................................... 15
36. Commencement of Services....................................................................... 16
G. MISCELLANEOUS ....................................................................................... 16
37. Ethics Clauses ....................................................................................... 16
38. Data Protection and Freedom of Information .................................................. 17
39. Gender Equality..................................................................................... 17
VOLUME 1 SECTION 2 – TENDER FORM ................................................................ 18
2
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM - Not Applicable for this Tender ...... 21
Annex to Tender Guarantee Form - Not Applicable ................................................ 22
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ................................................. 23
1. Statement on Conditions of Employment ........................................................ 23
2. MINIMUM HOURLY EMPLOYEES’ COSTS ............................................................ 24
3. Company Profile & Organigram .................................................................... 25
4. Key Experts ........................................................................................... 26
4.1 Statement on Exclusivity and Availability ...................................................... 27
5. Literature/List of Samples.......................................................................... 28
VOLUME 1 SECTION 5 – GLOSSARY ..................................................................... 29
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ........ 32
Part II - Rules governing public contracts whose value does not exceed one hundred
and twenty thousand euro (€120,000) ............................................................... 32
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE .......................................... 33
VOLUME 2 SECTION 2 – GENERAL CONDITIONS ...................................................... 33
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS ....................................................... 35
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
2: Notices and Written Communications .......................................................................... 35
5: Supply of Information .............................................................................................. 35
6: Assistance with Local Regulations ............................................................................... 35
7: Obligations of the Contractor .................................................................................... 35
13: Medical, Insurance and Security Arrangements ............................................................. 35
14: Intellectual and Industrial Property Rights ................................................................... 35
15: Scope of the Services............................................................................................. 35
16: Personnel and Equipment ....................................................................................... 36
18: Execution of the Contract ....................................................................................... 36
19: Delays in Execution ............................................................................................... 36
20: Amendment of the Contract .................................................................................... 36
24: Interim and Final Progress Reports ............................................................................ 36
26: Payments and Interest on Late Payment ..................................................................... 36
27: Pre-Financing Guarantee ........................................................................................ 36
28: Audit Certificate .................................................................................................. 36
39: Further Additional Clauses ...................................................................................... 36
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE .................................. 37
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE (not
applicable for this tender) .............................................................................. 38
VOLUME 3 SECTION 1 – CONTRACTING AUTHORITY’S REQUIREMENTS (TERMS OF
REFERENCE) ................................................................................................ 39
VOLUME 3 SECTION 2 – CONTRACTING AUTHORITY’S REQUIREMENTS (SPECIFIC
SCOPE OF THE CLEANING SERVICES REQUIRED) ..................................................... 51
VOLUME 3 SECTION 3 – TENDERER’S TECHNICAL OFFER (ORGANIZATION &
METHODOLOGY) ......................................................................................... 182
VOLUME 4 - FINANCIAL BID ............................................................................ 183
VOLUME 5 – ANNEXES .................................................................................. 192
List of Annexes attached .............................................................................. 192
~~~~~~~~~~~~~~~
3
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 the provision of Cleaning Services, for the months of January
and February, on the Campuses of the University of Malta and the Junior College and other
University Designated Sites.
1.3
This is a global sum 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
Clarification Meeting/Site Visit
(Refer to Clause 9.1)
Deadline for request for any
additional information from the
Contracting Authority
Last date on which additional
information are issued by the
Contracting Authority
Deadline for submission of tenders /
Tender Opening Session
(unless otherwise modified in terms of
Clause 11.3)
DATE
TIME*
Not Applicable
[n/a]
Monday, 24th November 2014
[5:15pm]
Thursday, 27th November 2014
[5:15pm]
Wednesday, 3rd December
2014
10:00am
* All times Central European Time (CET)
4
3. Lots
3.1
This tender is not divided into lots, and tenders must be for the whole of quantities
indicated. Tenders will not be accepted for incomplete quantities.
4. Financing
4.1
The project is financed from local budget funds.
4.2
The beneficiary of the financing is the University of Malta.
5. Eligibility
5.1
Participation in tendering is open on equal terms to all natural and legal persons of the
Member States of the European Union, the beneficiary country, any other country in
accordance with Regulation 64 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
5
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 include:
i.
ii.
iii.
The Company Profile of relevance to this field including its structure (organigram)
The updated ETC certificate
All experts who have a crucial role in implementing the contract are referred to as
key experts.
The profiles of the key experts for this contract are as follows:
Key expert 1: Team Leader (to be inserted in the Form marked ‘Key Experts’)
The Contractor shall appoint a full time Manager to work in conjunction with the Director,
Estate & Works or his representative of the University to oversee the smooth and timely
implementation of the Cleaning Services.
Key expert 2: Supervisor at the University of Malta (to be inserted in the Form marked
‘Key Experts’)
The Contractor shall appoint at least two (2) Supervisors to work with the Manager and in coordination with the responsible staff at the University of Malta, to ensure that the
requirements of the University of Malta are met.
Key Expert 3: Supervisor at the Junior College (to be inserted in the Form marked ‘Key
Experts’)
The Contractor shall appoint at least one (1) Supervisor to work with the Manager and in coordination with the responsible staff at the University of Malta, to ensure that the
requirements of the Junior College, University of Malta are met.
Public officers and employees of government agencies and government entities of the
beneficiary country cannot be recruited as experts.

The Evaluation Committee reserves the right to request the CV of all key experts
and/or a signed Declarations of Exclusivity and Availability during the evaluation
stage. A list of the key experts and other staff proposed for the execution of the
contract. Public officers and employees of government agencies and government
entities of the beneficiary country cannot be recruited as experts. The tenderers
shall substantiate their claims in respect to the staff proposed by providing CVs of all
the key experts and signed Declarations of Exclusivity and Availability as per Volume
1 Section 4 Form 4.1.
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.
6
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
No clarification meeting/site visit is planned.
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
Instructions to Tenderers
Volume 2
 Draft Contract
 General Conditions (available online from
www.contracts.gov.mt/conditions)
 Special Conditions
Volume 3
Terms of Reference
Volume 4
Model Financial Bid
Volume 5
Drawings (Not Applicable for this tender)
10.2
Tenderers bear sole liability for examining with appropriate care the tender documents,
including those design documents available for inspection, and any clarification notes to the
tender documents issued during the tendering period, and for obtaining reliable information
with respect to conditions and obligations that may in any way affect the amount or nature
of the tender or the execution of the works. In the event that the tenderer is successful, no
claim for alteration of the tender amount will be entertained on the grounds of errors or
omissions in the obligations of the tenderer described above.
10.3
The tenderer must provide all documents required by the provisions of the tender document.
All such documents, without exception, must comply strictly with these conditions and
provisions and contain no alterations made by the tenderer.
11. Explanations/Clarification Notes Concerning Tender Documents
11.1
Tenderers may submit questions in writing to the University of Malta through:
 sending an email to tenders.procurement@um.edu.mt
 through www.um.edu.mt/procurement/contact
 fax number +356 21314307
up to 9 calendar days before the deadline for submission of tenders, that is up to Monday
24th November 2014. 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 sent to all
prospective bidders by e-mail and will be published as a clarification note on the website of
the Department of Procurement (www.um.edu.mt/procurement/service/tender) within the
respective tender’s page, under the subheading “Preview of Tender Document and
7
Clarifications”. Clarification notes will constitute an integral part of the tender
documentation, and it is the responsibility of tenderers to check their respective e-mail
account in order to obtain the latest information published prior to submitting their Tender.
11.3
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 Proposal 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. – Not Applicable to
this Tender
11.4
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 near Room 301, Procurement Directorate,
Administration Building, University of Malta, Msida MSD 2080, Malta.
(d)
All package, 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:
8
(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)
Statement on Conditions of Employment (Volume 1, Section 4)
Selection Criteria
(c)
Financial and Economic Standing(Note 2)
(i)
(d)
Technical Capacity(Note 3)
(i)
(ii)
(e)
Technical Capacity as per Clause 6.1.2 of the Instructions to Tenderers
(Volume 1, Section 4)
Personnel (Key Experts) to be employed on contract (Volume 1, Section 4)
Evaluation Criteria/Technical Specifications(Note 3)
(i)
(ii)
(f)
(No Evidence of economic and financial standing is required)
Tenderer’s Technical Offer in response to specifications/Terms of Reference
(Volume 3)
● Organization & Methodology
● Rationale
● Strategy
● Timetable of Activities
Literature/list of samples (Volume 1, Section 4)
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 in the form provided in Volume 4.
[Any other relevant documentation of a financial nature]
Notes to Clause 16.1:
1. Tenderers will be requested to clarify/rectify, within two working days from
notification, the tender guarantee only in the following two circumstances: either
incorrect validity date, and/or incorrect value.
2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete
documentation, and/or submit any missing documents within two working days from
notification.
3. No rectification shall be allowed. Only clarifications on the submitted information may
be requested.
Tenderers must indicate where the above documentation is to be found in their offer by
using an index. All documentation is to be securely bound/filed.
Tenderers are NOT required NOR expected to submit, with their offer, any components of
the tender document except those specifically mentioned in Clause 16.
17. Tender Prices
17.1
The tender price must cover the whole of the works as described in the tender documents.
17.2
The tenderer must provide a breakdown of the overall price in Euro (€).
9
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 services by the Contracting Authority, based on
the invoice issued by the Contractor, in accordance with the timeframes, terms and
conditions of the contract.
18.3
All correspondence relating to payments, including invoices and interim and final statements
must be submitted as outlined in the contract.
19. Period of Validity of Tenders
19.1
Tenders must remain valid for a period of 150 days after the deadline for submission of
tenders indicated in the contract notice, the tender document or as modified in accordance
with Clauses 11.3 and/or 24. Any tenderer who quotes a shorter validity period will be
rejected.
19.2
In exceptional circumstances the University of Malta may request that tenderers extend the
validity of tenders for a specific period. Such requests and the responses to them must be
made in writing. A tenderer may refuse to comply with such a request without forfeiting his
tender guarantee (Bid Bond). However, his tender will no longer be considered for award. If
the tenderer decides to accede to the extension, he may not modify his tender.
19.3
The successful tenderer must maintain his tender for a further 60 days from the date of
notification of award.
20. Tender Guarantee (Bid Bond)
20.1
No tender guarantee (bid bond) is required.
21. Variant Solutions
21.1
No variant solutions will be accepted. Tenderers must submit a tender in accordance with
the requirements of the tender document.
10
22. Preparation and Signing of Tenders
22.1
All tenders must be submitted in one original, clearly marked “original”, and one identical
copy (including all documentation as in the original) signed in the same way as the original
and clearly marked “copy”. Tenders must comprise the documents specified in Clause 16
above.
It is the responsibility of the tenderers to ensure that both the original and the copy are an
identical representation of one another.
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 and the copy of their 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
11
returned to the tenderers.
25.2
No liability can be accepted for late delivery of tenders. Late tenders will be rejected and
will not be evaluated.
26. Alterations and Withdrawal of Tenders
26.1
Tenderers may alter or withdraw their tenders by written notification prior to the above
deadline. No tender may be altered after the deadline for submission.
26.2
Any notification of alteration or withdrawal must be prepared, sealed, marked and submitted
in accordance with Clause 23, and the envelope must also be marked with "alteration" or
"withdrawal".
26.3
The withdrawal of a tender in the period between the deadline for submission and the date of
expiry of the validity of the tender will result in forfeiture of the tender guarantee provided
for in Clause 20.
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.
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.
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.
28.3
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
12
arithmetical errors discovered by the evaluation committee when analysing tenders, in
accordance with Clause 31.
30. Tender Evaluation Process
30.1
The following should be read in conjunction with Clause 27.
30.2
Part 1: Administrative Compliance
The Evaluation Committee will check the compliance of tenders with the instructions given in
the tender document, and in particular the documentation submitted in respect of Clause 16.
The Evaluation Committee shall, after having obtained approval by the 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 subClause 16.1(d), 16.1(e), and 16.1(f) of these Instructions to Tenderers. Only clarifications on
the submitted information in respect of the latter may be eventually requested.
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


30.4
Evidence of financial and economic standing (sub-Clause 6.1.1) – Not Applicable for this
tender.
Evidence of technical capacity (sub-Clause 6.1.2)
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 non-compliant.
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 (if
applicable) and/or CVs and Declarations of Exclusivity and Availability (Volume 1 Section 4) 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
13
31.1
Admissible tenders will be checked for arithmetical errors by the Evaluation Committee.
Errors will be corrected as follows:
(a) where there is a discrepancy between amounts in figures and in words, the amount in
words will prevail;
(b) where there is a discrepancy between a unit price and the total amount derived from
the multiplication of the unit price and the quantity, the unit price as quoted will
prevail.
31.2
The amount stated in the tender will be adjusted by the Evaluation Committee in the event
of error, and the tenderer will be bound by that adjusted amount. In this regard, the
Evaluation Committee shall seek the prior approval of the 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
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.
33.3
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).
14
34.2
Unsuccessful bidders shall be notified with the outcome of the evaluation process, and will be
provided the following information:
(i) the criteria for award;
(ii) the name of the successful tenderer;
(iii) the recommended price of the successful bidder;
(iv) the reasons why the tenderer did not meet the technical specifications/notification that
the offer was not the cheapest (if applicable);
(v) the deadline for filing a notice of objection (appeal);
(vi) the deposit required if lodging an appeal.
34.3
The recommendations of the Evaluation Committee shall be published on the Notice Board of
the University of Malta, Procurement Directorate, Administration Building, 2 nd Floor and
published online on the Department’s website, www.um.edu.mt/procurement.
35. The Letter of Acceptance 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
contract.
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 and date a copy of 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/ 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.
15
36. Commencement of Services
36.1
Following the signing of the contract by both parties, the Project Manager will issue a written
notice of commencement of the services in accordance with the General Conditions, as
specified by the Special Conditions.
36.2
The Contractor must inform the University of Malta’s representative by return that he has
received the notice.
G. MISCELLANEOUS
37. Ethics Clauses
37.1
Any attempt by a candidate or tenderer to obtain confidential information, enter into
unlawful agreements with competitors or influence the committee or the University of Malta
during the process of examining, clarifying, evaluating and comparing tenders 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.
16
38. Data Protection and Freedom of Information
38.1
Any personal data submitted in the framework of the procurement procedure and/or
subsequently included in the contract shall be processed pursuant to the Data Protection Act
(2001). It shall be processed solely for the purposes of the performance, management and
follow-up of the procurement procedure and/or subsequent contract by the University of
Malta/Contracting Authority without prejudice to possible transmission to the bodies charged
with a monitoring or inspection task in conformity with National and/or Community law.
38.2
The provisions of this contract are without prejudice to the obligations of the University of
Malta in terms of the Freedom of Information Act (Cap. 496 of the Laws of Malta). The
University of Malta, prior to disclosure of any information to a third party in relations to any
provisions of this contract which have not yet been made public, shall consult the contractor
in accordance with the provisions of the said Act, pertinent subsidiary legislation and the
Code of Practice issued pursuant to the Act. Such consultation shall in no way prejudice the
obligations of the University of Malta in 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.
17
VOLUME 1 SECTION 2 – TENDER FORM
(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted)
Publication reference: UM1868 - TENDER FOR THE PROVISION OF ENVIRONMENTALLY FRIENDLY
CLEANING SERVICES TO ALL BUILDINGS ON THE CAMPUSES OF THE UNIVERSITY OF MALTA AND THE
JUNIOR COLLEGE AND OTHER UNIVERSITY DESIGNATED SITES .
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).
Service intended to be subcontracted
Name and details of
sub-contractors
Value of subcontracting as
percentage of the
total cost 3
Experience in
similar services
(details to be
specified)
1
2
3. The maximum amount of sub-contracting must not exceed [10%] of the total contract value. The main contractor must have
the ability to carry out at least 90%] of the contract works by his own means.
B
CONTACT PERSON (for this tender)
Name
Surname
Telephone
(____) ________________________
Fax
(____) ________________________
Address
...............................................................................................................
...............................................................................................................
...............................................................................................................
E-mail
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 UM1868 of 07/11/2014. 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 provide, in accordance with the terms of the tender document and the conditions
and time limits laid down, without reserve or restriction, the following services:
Bill 1:
Bill 2:
Bill 3:
Bill 4:
Bill 5:
Bill 6:
3
Cleaning
Cleaning
Cleaning
Cleaning
Cleaning
Cleaning
services at the University Campus and Rented Buildings
services at the Valletta Campus
services at the Gozo Campus
Services at the Junior College
Services at the Faculty of Health Sciences (ex Medical School)
Services at the Faculty of Health Sciences (ex IHC)
The total price/rate per hour/percentage of fees of our tender (inclusive of duties, VAT, other
taxes and any discounts) is:
Bill 1 – Bill 6: [……………………………………………..] (from the summary on page 190 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 [Lot No]. 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.
19
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 for this tender)
(b)
General Information (Note 2)
o Proof of Purchase (Receipt)
o Statement on Conditions of Employment
Selection Criteria (Note 2)
Financial and Economic Standing (Note 2)
o Audited Accounts for the last three (3) years if not appearing on the website of the
Malta Financial Services Authority (MFSA) by the closing date of this call for tenders (Not
Applicable for this Tender)
Technical Capacity (Note 3)
● Technical Capacity as per Clause 6.1.2 of the ITT
(c)
(d)
(e)
● Personnel (Key Experts) to be employed on contract
Evaluation Criteria/Technical Specifications (Note 3)
(f)
● Tenderer’s Technical Offer
● Literature /List of Samples
Tender Form, and Financial Offer/Bill of Quantities (Note 3)
Notes:
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. This is indicated by the symbol ○
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. This is indicated by the symbol ○
3. 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 nonrefundable 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:
_________________________________________
_____________________________________
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
21
Annex to Tender Guarantee Form - Not Applicable
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)
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.
1. I hereby declare 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.
2. I hereby declare that no part of the services to be provided under this contract shall be
subcontracted.
3. I hereby declare that the service being provided under this contract will not be carried out by selfemployed persons registered with the Maltese Authorities, but will be carried out solely by my
employees. Self-employed personnel may be engaged as partners in a Joint Venture/Consortium.
4. I hereby declare that all my employees have a written contract of service and are registered with
the competent authority of my country.
5. I hereby declare that my employees shall be given a detailed payslip containing all relevant details
including the amount paid, normal hours worked, overtime hours, hours worked on Sundays and Public
Holidays, hours availed of as leave or sick leave, a breakdown of bonuses/allowances as well as
deductions made (such as social contributions and income tax).
6. I hereby declare that all the wages/salaries of my employees are paid only by direct payment in the
employee’s bank account.
7. I hereby declare that during the execution of this contract, if and when requested by the Contracting
Authority or the Director of Industrial and Employment Relations, I shall provide a copy of the contracts
of service, payslips, FS3 forms and bank statement of wages/salaries deposits of any of my employees
irrespective of whether such employees are employed on this contract for inspection.
8. I hereby declare that I shall submit to the Contracting Authority a list of the employees to be
engaged on the contract after the award of the contract.
9. I hereby declare that if I am found in breach of any of the above declarations I accept that this
contract will be terminated and that I will have no right to be compensated for any damage I may have
suffered or will suffer in the future in respect to this termination.
10. I am hereby attaching the minimum hourly workers’ costs for this contract and a breakdown of the
employees’ costs in global sum contracts.
Signature:
.............................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
.............................................................
23
2. MINIMUM HOURLY EMPLOYEES’ COSTS
The tenderer is to fill in this form.
The employee’s cost per hour of work is worked out on the following:
Basic Hourly Rate
Vacation Leave
Sick Leave
Bonus/Weekly Allowance
Public Holidays
N.I.
Total
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
24
3. Company Profile & Organigram
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
25
4. Key Experts
The tenderers shall substantiate their claims in respect to the staff proposed by providing CVs of the Key Experts listed Key Experts are also requested
to submit a filled-in Statement of Exclusivity and Availability (specimen as per Form 3.1 following herewith)
Name of Expert
Proposed Position
Years
of
Nationality Age
Experience
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Educational
Specialist
Experiences
Languages and
Background
Area of
in Beneficiary
Degree of Fluency
Knowledge
Country
(VG; G; W)
4.1 Statement on Exclusivity and Availability
TO BE COMPLETED BY EACH INDIVIDUAL KEY EXPERT
PUBLICATION REF: UM1868
I, the undersigned, hereby declare that I agree to particip ate exclusively with the
tenderer
.............................................................................................................
tenderer]
[name
of
in the above-mentioned service tender procedure. I further declare that I am able and willing to work
for the period(s) foreseen for the position for which my CV has been included in the event that this
tender is successful, namely:
From
To
........................................
........................................
< start of period 1 >
< end of period 1 >
........................................
........................................
< start of period 2 >
< end of period 2 >
< etc >
< etc >
I confirm that I am not engaged in another project in a position for which my services are required
during the above periods.
By making this declaration, I understand that I am not allowed to present myself as a candidate to any
other tenderer submitting a tender to this tender procedure. I am fully aware that if I do so, I will be
excluded from this tender procedure, the tenders may be rejected, and I may also be subject to
exclusion from other tender procedures and contracts.
Furthermore, should this tender be successful, I am fully aware that if I am not available at the
expected start date of my services for reasons other than ill-health or force majeure, I may be subject
to exclusion from other tender procedures and contracts and that the notification of award of contract
to the tenderer may be rendered null and void.
Name of Key Expert:
....................................................................
Signature:
....................................................................
Date:
....................................................................
5. Literature/List of Samples
1. List of literature to be submitted with the tender:
Item
Description
Reference
1.1
Copy of Valid third party liability insurance.
1.2
Please provide detailed literature of Company’s
Profile including the company’s operational
history, number of employees, equipment used for
cleaning and contacts/affiliations with local/foreign
cleaning companies/associations (if applicable).A
list of other persons, including their expertise and
qualifications, whom tenderer may be proposing to
engage on this contract.
Article 13.3 of the Special
Conditions found in Section 3 of
the tender document.
Article 6.1.2 of the ITT
1.3
An updated ETC Certificate
Article 6.1.2 of the ITT
1.4
1.5
2. List of samples to be submitted with the tender:
Item
Description
2.1
Floor Disinfectant
2.2
Toilet Cleaning Detergent
2.3
Toilet Paper (Large and Small Rolls)
2.4
Liquid Soap for Soap Dispensers
2.5
Disposable Hand Towels
Reference in Technical
Specifications
Vide GPP Criteria found
of Volume 3 Section 1
Vide GPP Criteria found
of Volume 3 Section 1
Vide GPP Criteria found
of Volume 3 Section 1
Vide GPP Criteria found
of Volume 3 Section 1
Vide GPP Criteria found
of Volume 3 Section 1
in Clause 9
in Clause 9
in Clause 9
in Clause 9
in Clause 9
2.6
2.7
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
28
VOLUME 1 SECTION 5 – GLOSSARY
Definitions
Note: the present definitions are given here for convenience only, in the context of the tender
procedure. The definitions set out in the contract as concluded are determining for the relations
between the parties to the contract.
Administrative order: Any written or oral instruction or order issued by the Project Manager to the
Contractor regarding the execution of the services.
Beneficiary Country: The Maltese Islands.
Breakdown of the overall price: A heading-by-heading list of the rates and costs making up the price
for a lump sum contract.
Budget Breakdown: In a fee-based contract, the schedule which breaks down the contract value,
stating out the fee rates and the provision for incidental expenses.
Cash Flow Forecast: The Contractor’s estimate of the cash flows arising directly from the execution of
a fee-based contract.
University of Malta: means the Department of Contracts.
Commission: The European Commission.
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 subcontractors and employees of the candidate, tenderer or supplier.
Contract: The signed agreement entered into by the parties for the performance of the services,
including all attachments thereto and all documents incorporated therein.
Contract Value: The total value of the contract to be paid by the Contracting Authority in terms of the
agreed terms and conditions.
Contracting Authority: means the final beneficiary of the contract.
Contractor: The party which contracts to perform the services.
Day: Calendar day.
Drawings: Drawings provided by the Contracting Authority, and/or drawings provided by the Contractor
and approved by the Project Manager, for the carrying out of the services.
EC: The European Community.
EU: The European Union.
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.
Fee-Based Contract: A contract under which the services are provided on the basis of fixed fee rates
for each day/hour worked by experts/service provider.
29
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.
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.
Global Price Contract: A contract under which the services are performed for an all-inclusive fixed
price.
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 Project Manager which modifies the works.
Month: Calendar month.
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.
Project: The project in relation to which the services are to be provided under the contract.
Project Manager: The natural or legal person responsible for monitoring the implementation of the
contract on behalf of the Contracting Authority.
Public Service: Government Ministries and Departments.
Services: Activities to be performed by the Contractor under the contract such as technical assistance,
studies, training and designs.
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.
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.
Terms of Reference: The document in Volume 3, Section 1, drawn up by the Contracting Authority
giving the definition of its requirements and/or the objectives in respect of the provision of services,
specifying, where relevant, the methods and resources to be used by the Contractor and/or the results
to be achieved by it.
30
Time Limits: Those periods in the contract which shall begin to run from the day following the act or
event which serves as the starting point for those periods. Should the last day of the period fall upon a
non-working day, the period shall expire at the end of the first working day following the last day of
the period.
Written communications: Certificates, notices, orders and instructions issued in writing under the
contract.
31
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT
REGULATIONS
Part II - Rules governing public contracts whose value does not exceed one
hundred and twenty thousand euro (€120,000)
The procedure for the submission of separate packages in the tender offer is stipulated in Part II of the
Public Procurement Regulations (Legal Notice 296/2010), reproduced hereunder for ease of reference.
21(1)
Where the estimated value of the public contract exceeds twelve thousand euro (€12,000) and is
issued by an authority listed in Schedule 1, any tenderer or candidate concerned shall have a right to
make a complaint to the Review Board in accordance with this regulation.
(2)
(a)
The contracting authority shall be obliged to issue a notice and affix an advertisement, in a
prominent place at its premises, indicating the awarded public contract, the financial aspect of the
award and the name of the successful tenderer. The contracting authority shall, by electronic means
or by fax, inform the tenderer or candidate concerned of the publication of the award. The
contracting authority shall be precluded from concluding the contract during the period allowed for
the submission of appeals.
(b)
The award process shall be completely suspended if an appeal is eventually submitted.
(3)
Any tenderer or candidate concerned who is aggrieved by the award indicated by the contract
authority may, within five working days from the publication of the notice, file a letter of objection,
together with a deposit, with the contracting authority, clearly setting forth any reason for his
complaint. The deposit to be paid in respect of tenders valued at less than forty-seven thousand euro
€47,000) shall be four hundred euro (€400), while those between forty-seven thousand euro (€47,000)
and one hundred and twenty thousand euro (€120,000) shall be 0.5% of the estimated value of the
tender, with a minimum deposit of four hundred euro (€400). The letter by the complaining tenderer
shall be affixed on the notice board of the contracting authority and shall be brought to the attention
of the recommended tenderer.
(4)
After the expiry of the period allowed for the submission of a complaint, the contracting authority
shall deliver the letter of complaint, the deposit receipt and all documents relating to the public
contract in question to the Review Board who shall examine the matter in a fair and equitable manner.
In its deliberation the Review Board shall have the authority to obtain, in any manner it deems
appropriate, any other information not already provided by the contracting authority. The Review
Board shall determine the complaint by upholding or rejecting it. The written decision of the Review
Board shall be affixed on the notice board of the contracting authority and copies thereof shall be
forwarded to the Director of Contracts and all the parties involved.
(5)
The tenderer or candidate concerned who is not satisfied with the decision granted by the Review
Board may refer the matter to the Court of Appeal (Inferior Jurisdiction) in terms of article 41(6) of
the Code of Organization and Civil Procedure within a period of sixty days. Such recourse however may
not delay the Head of the contracting authority from implementing the Review Board’s decision.
(6)
Tender documents issued in terms of this Part shall include a clause informing tenderers that the
award of the contract is subject to the right of recourse as provided for in this regulation, a copy of
which should be reproduced in the documents.
(7)
The Minister shall have the authority by order to extend the provisions of this regulation in order that
recourse as provided in this regulation be made available also by authorities listed in Schedule 3 and to
prescribe the procedure by which such recourse is to be granted.
32
VOLUME 2
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE
Our Ref: EB/eb/_______
[……………………………………..]
[……………………………………..]
Attn [……………………………………..]
Dear Sirs,
UM1868
[……………………………………..]
TENDER FOR THE PROVISION OF ENVIRONMENTALLY FRIENDLY CLEANING SERVICES TO
ALL BUILDINGS ON THE CAMPUSES OF THE UNIVERSITY OF MALTA AND THE JUNIOR
COLLEGE AND OTHER UNIVERSITY DESIGNATED SITES
Letter of Acceptance no: [……………………………………..] – UM 1868 (To be quoted on all Correspondence)
================================================================================
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 render the cleaning service to all buildings
on the campuses of the University of Malta and the Junior College and other university designated sites,
all as detailed and further amplified in the Tender Specifications and Schedules, for the period
01.01.2015 till the 28.02.2015, for a global sum of €xxxxxxx inclusive of VAT, and invoiced on a
monthly basis, quoting order number 1xxxxxxx for the services you are rendering at the University of
Malta and order number 1xxxxxxx for the services you are rending at the Junior College.
Furthermore your monthly invoice has to be accompanied by a detailed list of personnel, (including
their ID Card number), that were daily assigned to the specific job detailed on the invoice. This list is
to be signed, by the University and Junior College Authorities, in confirmation for the attendance.
As undertaken by you in your tender and as stated in the General Conditions of Service Contracts, you
are to ensure full compliance with the scope of executing the works detailed in the specifications. In
this connection, your attention is hereby being drawn to the relative Clauses of the General Conditions
of Service Contracts dealing with your liabilities for failure to comply with the specifications and
completion period.
Your attention is hereby drawn to Clause 35 of the Instruction to Tenderers and Article 11 of the
Special Conditions, 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
----------Date
------------------Signature
33
VOLUME 2 SECTION 2 – GENERAL CONDITIONS
The full set of General Conditions for Services Contracts (Version 1.05 dated 30
December 2013) 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.
34
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.
General:
Kindly note that wherever there is the term ‘Central Government Authority’ in the
General Conditions, it is deemed to read as ‘the University of Malta’.
Article 2: Notices and Written Communications
2.2
University of Malta
Procurement Directorate
Administration Building
Msida MSD 2080
Malta
Tel: 23402212/3
E-mail: tenders.procurement@um.edu.mt
Article 5: Supply of Information
5.1
As per General Conditions.
Article 6: Assistance with Local Regulations
6.1
As per General Conditions.
Article 7: Obligations of the Contractor
7.8
As per General Conditions.
Article 13: Medical, Insurance and Security Arrangements
13.3
Further to the provisions of the General Conditions, the Contractor must have a: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 14: Intellectual and Industrial Property Rights
14.3
Not Applicable
Article 15: Scope of the Services
15.1
The scope of the services is defined in Volume 3 Sections 1 and 2 (Terms of Reference)
15.5
Not Applicable
35
Article 16: Personnel and Equipment
16.3
As per General Conditions.
Article 18: Execution of the Contract
18.1
The intended commencement date is on the 1st January 2015, covering a period of two (2)
months, that is 01.01.2015 – 28.02.2015.
Article 19: Delays in Execution
19.2
Liquidated damages, will be charged at the rate of €230.00, for every day, or part thereof,
from the commencement of the contract up to a maximum aggregate total of €47,200.00.
Article 20: Amendment of the Contract
20.2
As per General Conditions.
Article 24: Interim and Final Progress Reports
24.1
Not Applicable.
Article 26: Payments and Interest on Late Payment
26.1
As per General Conditions.
26.2
The period quoted in Article 26.2 of the General Conditions may be subject to change
according to the particular needs of the Department up to a maximum of 60 days, failing
which the provisions of the Late Payments Directive will come into effect (30 days as per
General Conditions).
Article 27: Pre-Financing Guarantee
27.2
Not applicable.
Article 28: Audit Certificate
28.4
Not applicable.
Article 39: Further Additional Clauses
Not applicable.
36
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Contracts
Department of Contracts
Notre Dame Ravelin
Floriana FRN1600
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 7.8 of the General Conditions for Service Contracts 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]
37
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE
(not applicable for this tender)
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Contracts
Department of Contracts
Notre Dame Ravelin
Floriana FRN1600
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
27.2 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 Contracting Authority
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]
38
VOLUME 3 SECTION 1 – CONTRACTING AUTHORITY’S REQUIREMENTS
(TERMS OF REFERENCE)
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.
1. Background Information
1.1 - Beneficiary Country
Malta
1.2 - Central Government Authority
Department of Contracts
1.3 - Contracting Authority
University of Malta
1.4 - Relevant Country Background
The level of education contributes towards improving the employability of persons and
in fact it is in the interest of all to raise the overall level of education. The main
challenges arising from this pillar are to: reduce the rate of early school leavers;
continue to raise the low average level of qualifications; and increase the staying on
rates for further and higher education.
In order to address these challenges, various initiatives are being undertaken including
the reform of the compulsory education system; the setting up of a higher education
directorate; the establishment of community technology learning centres and improving
guidance services amongst others. These measures along with the educational reform,
aim to increase the population's overall qualification levels, to address the challenge of
early school leaving and to provide a direct link between industry and education
1.5 - Current State of Affairs in the Relevant Sector
The University of Malta
The University of Malta traces its origins to the founding of the Collegium Melitense by
the Jesuits in 1592. The College was raised to University status by Grand Master Manoel
Pinto de Fonseca in 1769.
Situated at Tal-Qroqq, it is the highest teaching institution of the State by which it is
mainly financed and is open to all those who have the requisite qualifications. Over the
past few years, the University has reviewed its structures in order to be in line with the
Bologna process. Conscious of its public role, the University strives to create courses
which are relevant and timely in response to the needs of the country. The supreme
governing bodies of the University are the Council and the Senate. There are some
10,000 students including over 750 foreign/exchange students from nearly 80 different
countries, following full-time or part-time degree and diploma courses, which all run on
the European credit transfer system. There are a further 3,000 pre-tertiary students at
39
the Junior College which is also managed by the University.
The University is geared towards the infrastructural and industrial needs of the country
so as to provide expertise in crucial fields. Over 2,500 students graduate in various
disciplines annually. The degree courses at the University are designed to produce highly
qualified professionals, with experience in research, who will play key roles in industry,
commerce and public affairs in general.
There are a number of fields which the University has identified as priority areas. Chief
among these, are relations with industry and the strengthening of the Engineering
departments; the further development of information technology, computer science and
artificial intelligence; the University’s contribution to the improvement of primary and
secondary education and the forging of inter-university links to stimulate international
educational exchange.
The University of Malta is a member of the European Universities Association, the
European Access Network, the Association of Commonwealth Universities, the Utrecht
Network, the Santander Network, the Compostela Group and the International Student
Exchange Programme (ISEP). Over the years, the University has participated in a number
of EU Programmes and has won several projects under the 5 th, 6th and 7th Framework
programmes in collaboration with various partner universities. The University of Malta
has a large number of bilateral cooperation agreements with universities overseas
through which staff and students may also participate in programmes such as Erasmus,
Leonardo and Comenius.
On its Campus at Msida, the University of Malta currently houses 12 Faculties, 6
Research /Co-operation Centres and 12 Institutes, apart from its Administrative areas
and the Library.
Within this environment the University of Malta employs over 1200 Full Time Equivalents
(FTEs) of which around 700 carry out academic related activities and the remaining 500
employees are engaged in administrative and financial duties. An additional 900
employees carry out part-time duties on an occasional basis as may be required from
time to time.
The Junior College
The Junior College was established in 1995 under the umbrella of the University of
Malta. It offers a two-year course specifically designed for future University students
who are prepared for the MATSEC Certificate in accordance with the University's
General Entry Requirements. Students may choose from a wide range of subjects and
must take two subjects at Advanced Level, three at Intermediate Level, as well as
Systems of Knowledge. Subjects chosen should also include any Special Course
Requirements needed for their prospective University course. While providing formal
instruction, the College encourages students to develop their own initiative through
guided self-teaching in preparation for their future University career.
Since the College forms part of the University of Malta, students are able to become
familiar with the University campus. There is a healthy interaction between College
and University students who collaborate on cultural projects such as concerts, drama,
sport, student exchanges, debates, seminars and so on.
Orientation talks are held regularly at the College and are addressed by the Deans of the
various University Faculties and students may benefit from advice from University
lecturers regarding future areas of study.
Services provided by the College also include counselling and pastoral guidance.
40
1.6 - Related Programmes and Donor Activities
Not Applicable
2. Contract Objectives and Expected Results
2.1 - Overall Objectives
The University of Malta is calling for tender offers from Cleaning Services firms to be
considered for the provision of Cleaning Services as specifically detailed hereunder as
defined in Volume 3:
 Cleaning to All Buildings on the Campus of the University of Malta
 Cleaning to All Buildings on the Valletta Campus
 Cleaning of All Buildings at the University of Gozo Campus
 Cleaning of all other University Premises namely:
 Argotti Botanic Gardens – Floriana.
 “Regional Building Premises” housing Counselling, Project Support
Unit and Institute for Sustainable Development- Msida
 Cottonera Resource Centre
 Design Studio - Msida
 ERDF/ESF Unit - Msida
 “Ex-Melita Building” housing offices and lecture rooms - Msida
 Instiute of Performing Arts- San Gwann
 Institute of Energy Technology - M’Xlokk
 Laboratories used by Home Economics students - Maria Regina
Secondary School B’Bajda
 Mobile Offices housing various departments on Campus.
 Premises at Fawwara limits of Siggiewi
 and any other premises owned or rented by University.
 Cleaning to All Buildings on the Campus of the Junior College
 Cleaning to All Areas of the Faculty of Health Sciences at the Mater Dei
Hospital Tal- Qroqq & Faculty of Health Sciences, Msida.
 Cleaning to All Areas of the Faculty of Health Sciences at the Mater Dei
Hospital Tal- Qroqq.
 Carefully cleaning of all PV Panels located on various University
Buildings.
The University of Malta is calling for tender offers from Cleaning Services firms to be
considered for the provision of Cleaning Services for the University of Malta.
2.2 - Specific Objectives
The objectives of this Contract are the provision of Cleaning Services to all Buildings on
the Campuses of the University of Malta and the Junior College and the University of
Malta Areas and other sites as detailed in 2.1 above.
2.3 – Results to be achieved by the Consultant
The University of Malta requires that the successful Contractor/s would be responsible
for the provision of the cleaning services incorporating an auditing system, that
41
measures the effectiveness and results of cleaning efforts utilising the materials and
equipment and accordingly penalising in instances where services quality levels are not
met. A guideline on the Service and Product Quality Levels and resulting penalties
follows herewith:i)
The Client may at all reasonable times observe, inspect and carry out
audits according to internationally accepted norms, a guideline of which
attached in Volume 5 – Annex 1, so as to measure the level of cleanliness
in the areas entrusted to the contractor.
ii)
The audits may take the form of visual inspections and/or
environmental swabbing for microbiological and/or ATP counts, and
chemical analysis for the materials to be used in the cleaning process.
Target and absolute levels will be determined and agreed at the beginning
of the contract and the contractor will be bound to perform within the
tolerance levels set out .The decision of the auditor appointed by the
University of Malta in such circumstances is final and binding. The
Contractor shall, in the event that the specification is not met, be afforded
2 working days to take remedial measures and come within the acceptable
levels of hygiene. In the event that the Contractor does not ensure
compliance with the specification within this time period the Contractor
shall become liable to pay the Client a penalty amounting to € 120.00 (one
hundred and twenty Euros) daily for each area that falls outside the
specifications, until the non-conformance is rectified to the acceptable
levels of hygiene. In no cases whatsoever will any penalty be subject to
abatement.
iii)
The client may inspect all cleaning materials and equipment to ensure
that:a. All equipment is kept in ship shape condition and within the technical
parameters submitting with this tender;
b. The materials used are as proposed in this tender;
c. That the percentage of active ingredients within the chemicals found on
the premises of the University of Malta, the Junior College, the Medical
School and the Institute of Healthcare, in storage or being used by the
contractors’ own employees, are as submitted and declared in this
tender;
iv)
Penalties will be imposed on the contractor for infringements of
abovementioned clauses (i), (ii) (iii), as follows, (vide penalty grid produced
hereunder):a. For Cleaning Standards the contactor will be given 2 days to rectify any
infringements following which, a daily penalty of € 120.00 (hundred and
twenty Euros) for every infringement will be applied for each area that
fails to meet the required standards of cleanliness.
b. For Equipment Standards the contactor will be given 2 days to rectify
any infringements following which, a daily penalty of € 50.00 (fifty
Euros) for every infringement will be applied
c. For Cleaning Materials the contractor will be given 1 day to take
remedial action following which, a daily penalty of € 25.00 (twenty-five
Euros) for every infringement will be applied.
42
d. For Detergent Content and Active Ingredients the contractor will be
given 1 day to take remedial action following which, a daily penalty of €
70.00 (seventy Euros) daily will be applied.
Infringement
Grace period
for remedial
action in
days
Daily penalty Imposed on
after grace
period in
€
Cleaning Standards
as per clause 2 (i)
and clause 2 (ii)
above
2
120
Every
single
infringement
Equipment
Maintenance
as per clause 2 (iii) a
above
2
50
Every
single
infringement
Cleaning Materials
as per clause 2 (iii) b
above
1
25
Every
single
infringement
Detergent
Content
and
Active
Ingredients
as per clause 2 (iii) c
above
1
70
Every chemical
or
batch
of
chemicals in use
or in storage
found on the
hospital
premises.
e) All penalties shall be paid within 15 days by the Contractor. All requests for
payment by the Client shall be accompanied by a report showing details of the
shortcomings. If the Contractor fails to pay the penalty within the time stipulated,
the amount will be deducted from amounts due to the Contractor by the Client.
3. Assumptions and Risks
3.1 - Assumptions Underlying the Project Intervention
Not Applicable.
3.2 – Risks
Not Applicable.
4. Scope of the Work
4.1 – General
4.1.1
Project Description
The University of Malta has decided to select a company or consortium which is in a
position to provide cleaning services and shall the appropriate skills, financial strength
and experience required to successfully carry out the task.
43
The Security Contractor would be required to undertake the tasks and abide by the
obligations as specifically detailed below.
4.1.2
Geographical Area to be covered
Malta and Gozo
4.1.3
Target Groups
The University of Malta, the Junior College, Valletta Campus and other various
University sites (as the need arises).
4.2 - Specific Activities
The prospective duties of the successful Contractor/s will include the provision of
cleaning services as specifically detailed in Volume 3 Section 2 detailing the
Specific Scope of the Cleaning Services required.
4.3 - Project Management
4.3.1
Responsible Body
The University of Malta will be responsible for managing this contract.
4.3.2
Management Structure
The provision of security services on the Campuses of the University of Malta and the
Junior College, together with other University Designated Sites, falls under the
responsibility of the Estate & Works Department within the University of Malta. The dayto-day running of the mentioned security services is taken care by the Precincts Office
within the Estate and Works Department.
4.3.3
Facilities to be provided by the Contracting Authority and/or other parties
As appropriate.
5. Logistics and Timing
5.1 – Location
Locations:The University of Malta
Tal-Qroqq,
Msida
MALTA
and
The University of Malta,
Valletta Campus
St. Paul’s Street,
Valletta
and
The University of Malta Gozo Campus
Garr Road,
44
Xewkija
Gozo
and
The Junior College
Misrah G. Debono
Msida
MALTA
and
Faculty of Health Sciences
Mater Dei Hospital
Tal- Qroqq
and
Faculty of Health Sciences
Mater Dei Hospital
Tal- Qroqq
and
University Valletta Campus
Valletta
and
Argotti Botanic Gardens – Floriana.
and
“Regional Building Premises” housing Counselling, Digital Gaming Programme, and MAKS
- Msida
and
Cottonera Resource Centre – Fortini.
and
Design Studio - Msida
and
ERDF/ESF Unit - Msida
and
“Ex-Melita Building” housing offices and lecture rooms - Msida
and
Instiute of Performing Arts- San Gwann
and
Institute of Energy Technology - M’Xlokk
and
45
Laboratories used by Home Economics students - Maria Regina Secondary School B’Bajda
and
Mobile Offices housing various departments on Campus.
and
Premises at Fawwara limits of Siggiewi
5.2 - Commencement Date & Period of Execution
The intended commencement date is in the first quarter of 2015 and the period of
execution of the contract will be for two (2) months, that is from 01.01.2015 –
28.02.2015.
6. Requirements
6.1 – Personnel
The objective of this The Contract is for the provision of security services on the
campuses of the University of Malta and the Junior College and other University
designated areas (as the need arises).
All experts who have a crucial role in implementing the contract are referred to as key
experts. In this respect all Key Experts must be in possession of a Licence to operate as
a Security Personnel issued by the Commissioner of Police.
6.1.1
Support Staff and Backstopping
All supporting staff is to be provided by the consulting firm/experts and the consulting
firm cannot engage any other party on the project other than its own staff without prior
approval from the beneficiary organisation.
Supplier Responsibility
If the Consultant is a consortium, the arrangements should allow for the maximum
flexibility in project implementation. Arrangements offering each consortium partner a
fixed percentage of the work to be undertaken under the contract should be avoided.
6.2 – Accommodation
Office accommodation at the main gates of the University of Malta and at the Junior
College of a reasonable standard and of approximately 10 square metres for each expert
working on the contract will be provided by the beneficiary.
6.3 - Facilities to be provided by the Consultant
The service provider shall ensure that experts are adequately supported and equipped.
In particular it shall ensure that there is sufficient administrative, secretarial and
interpreting provision to enable experts to concentrate on their primary responsibilities.
It must also transfer funds as necessary to support its activities under the contract and
to ensure that its employees are paid regularly and in a timely fashion.
If the Consultant is a consortium, the arrangements should allow for the maximum
flexibility in project implementation. Arrangements offering each consortium partner a
fixed percentage of the work to be undertaken under the contract should be avoided.
46
6.4
Equipment
No equipment is to be purchased on behalf of the Contracting Authority / beneficiary
country as part of this service contract or transferred to the Contracting Authority /
beneficiary country at the end of this contract. Any equipment related to this contract
which is to be acquired by the beneficiary country must be purchased by means of a
separate supply tender procedure.
7. Reports
7.1 - Reporting Requirements
Please refer to Article 24 and 25 of the General Conditions.
The successful Tenderer will be required to propose an Implementation Plan that will
form an integral part of the contract within one (1) calendar month from the signature
of the Contract.
Tenderers must explain, in separate reports, their intended approach towards the
provision of the cleaning services to All Buildings on the respective Campuses, the
number of staff that will be eventually employed on the respective Campuses and the
subsequent supervision of the works.
The Implementation Plan will be finalised and approved only after agreement and
consensus by the University of Malta and the successful Tenderer.
In preparing the Implementation Plan, the Tenderer is to include a detailed description
of the proposed methodology and a schedule of services, keeping in mind the University
of Malta’s requirements.
A monthly short report detailing the works carried out, together with the Time Sheets
for the Consultant’s personnel on site, on each respective Campus, for a specific month,
is to be submitted to the Director, Estates & Works by the first seven (7) calendar days
of the following month.
7.2 - Submission & approval of progress reports
Two (2) copies of the progress reports referred to above must be submitted to the
Project Manager identified in the contract. The progress reports must be written in
English. The Project Manager is responsible for approving the progress reports.
8. Monitoring and Evaluation
8.1 - Definition of Indicators
Specific acceptance and approval of the progress reports mentioned in Clause 7 above.
8.2 - Special Requirements
Not Applicable
9.0 – Compliance with GPP Criteria
47
Hand
dishwashing
detergents
Laundry
detergents
Dishwasher
detergents
The cleaning need and performance standard required is similar to that for
households and;
b) The cleaning process, conditions and equipment used are similar to those used in
households.
Window
cleaners
a)
Sanitary
cleaners
These criteria should be applied only to products for cleaning operations where:
All purpose
cleaners
9.1 Cleaning Products
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
9.11 Technical Specification
Fitness for use
Samples of all products may be supplied to the contracting
authority for testing.
Chemical Requirements
No ingredient (substance or preparation) shall be included in
the product in a quantity that exceeds 0.01% by weight of the
final product that is classified with any of the risk phrases, or
combinations thereof, as outlined in the following table in
accordance with Directive 67/548/EEC and its amendments or
Directive 1999/45/EC and its amendments. These criteria do
not apply to biocides, which are dealt with separately below:

R31(contact with acids liberates toxic gases)
X

R40, 45, 49 (carcinogenic)
X
X
X
X

R42, (sensitising), exceeding 0.1% by weight of the
final product
X
X
X
X

R43 (sensitising), exceeding 0.1% by weight of the
final product
X
X
X
X

R46,60,61,62,63 (toxic for reproduction)
X
X
X
X
48

R50/53, 51/53 (toxic to aquatic organisms)
X
X
X
X
X

R59 (dangerous to the ozone layer)
X
X
X
X
X

R68 (possible risk of irreversible effects)
X
X
X
X
X
X
X (up to:
X (up to:
25g per
wash)
25g per
wash)
X
X
X
The following ingredients must not be included in the product:
X
X
(up to: 0.02g
per functional
unit)
(up to: 0.02g
per functional
unit)

Phosphorus

Phosphate

Biocides, unless used as preservatives
X
X
X
X

Biocides which are classified as R50/53 or R51/53 in
accordance with Directive 67/548/EEC and its amendments
or Directive 1999/45/EC and its amendments, unless they are
not potentially bio accumulative, In this context, a biocide is
considered to be potentially bio accumulative if the log Pow
(log octanol/water partition coefficient) > or= to 3,0 (unless
the experimentally determined BCF < or= 100).
X
X
X
X

X
Preservatives which are or may be classified as R50/53 in
accordance with Directive 67/548/EEC and its amendments
or Directive 1999/45/EC and its amendments
Verification (for chemical requirements)
All products carrying the EU Ecolabel will be deemed to comply.
If the product does not carry the EU Ecolabel the following
information must be clearly provided:

For each product offered, all substances contained above
0.01% by weight of the final product must be listed, together
with their CAS-Number3 (where available) and any risk-
X
X
X
X
X
X
X
X
X
X
X
X
49
phrases with which they are classified.

The name and function of all biocides must be listed. For all
biocides classified as R50/53 or R51/53 the log Pow or BCF
must be given.
X
X

The total quantity of elementary phosphorus must be given.
X (per
functional unit)
X (per 100g of

The total quantity of phosphates per wash must be given.
X
X
product)
X
X
X
X
X
X
X
X
Packaging requirements
All products must be delivered with clear dosing instructions.
X
X
X
Sprays containing propellants must not be used.
X
X
X
The primary packaging parts shall be easily separable into monomaterial parts.
X
X
X
X
X
The cardboard packaging shall consist of ≥ 80% recycled material.
9.11 Contract Performance Clauses
The contractor is committed, during the whole period of the
contract to prove, when requested by the contracting
authority, that the ingredients of all products supplied meet
the biodegradability conditions outlined in the Detergents
Regulation 648/2004.
X
X
X
X
50
VOLUME 3 SECTION 2 – CONTRACTING AUTHORITY’S REQUIREMENTS
(SPECIFIC SCOPE OF THE CLEANING SERVICES REQUIRED)
Cleaning Services to All Buildings on the
University Campus (Reference to Bill 1)
DETAILED SPECIFICATIONS OF THE CLEANING SERVICES REQUIRED AND
OTHER INFORMATION
51
5.1 Specification of the Cleaning Services required for the University Campus
5.1
GENERAL
5.1.1
The Contractor must observe all Health and Safety requirements in accordance with Maltese
legislation, including working in laboratories where there may be dangerous chemicals and
working at high heights.
5.1.2
The Contractor is to supply all cleaning equipment and materials, including all plastic bags
required for paper and other waste/soil containers.
5.1.3
The Contractor is to supply and fix all toiletries, toilet paper, liquid soap and disposable
paper towels.
5.1.4
The Contractor shall provide all tools and equipment and shall be responsible for the transfer
of his staff and materials/tools to and from the site of work. The contractor is also to include
in his rates whatever equipment is required for the cleaning of high level glass panes.
5.1.5
The materials and tools of every kind used are to be free from defects and, unless otherwise
specified are to be of the best description of their respective kinds. The workmanship is to
be of first class quality, and the degree of finish such as the Employer shall require.
5.1.6
The Contractor shall provide and shall be deemed to have included in his price for all
equipment and machinery required to clean the various floor finishes. Examples of equipment
required include but are not restricted to vinyl polishers, parquet polishers, vacuum cleaners
for carpets and scrubbers for terrazzo and ceramic tiles.
5.1.7
The Contractor will provide suitably designed trolleys to his employees for safe and efficient
execution of the work. It is the responsibility of the Contractor to provide all protective
clothing, including gloves, masks and goggles to all staff working in laboratories where any
chemical is in use. The Contractor shall provide all cleaning materials for all blocks and all
toiletries required in each toilet.
5.1.8
The Employer may adopt any means he may deem fit to satisfy itself that the materials/tools
used are adequate, and shall have the power throughout the contract to inspect, without
giving notice, the entire work or any part thereof at every stage of progress and wherever the
work, or any part thereof may be in progress, to reject any work of which it may disapprove.
5.1.9
The Contractor’s staff must comply with the Employer’s instructions regarding dress and
behaviour on site. The Contractor shall submit to the Employer the names, ID cards and
workbook numbers of all staff working in the Buildings.
5.1.10
The Contractor will provide as many supervisors as are required to supervise the Works.
5.1.11
The Contractor must provide a list of cleaners, their workbook number and their assigned
floors or areas. If the Contractor wishes to change any cleaners between floors or areas, he
must obtain approval of the Director Estates & Works. It is very important that the Contractor
should make the least possible changes of personnel assigned to each Building.
5.1.12
The Contractor shall submit a copy of the attendance sheet, every month for payment
purposes.
52
5.1.13
It is the duty of the cleaners assigned to each block to report to the Faculty Officer of the
Department every morning.
5.1.14
The Employer reserves the right to change the hours stipulated below in line with the
availability of the respective areas and the usage of lecture rooms.
5.1.15
Cleaners shall be in attendance for a daily minimum of 8 working hours preferably from 7.00
a.m. to 4.00 p.m. with a minimum of 45 minutes breaks. Any cleaners on vacation leave
shall be replaced at no extra cost to the Employer.
5.1.16
The Gateway Building shall have an extra attendance of cleaners on working days from
October to June from 3.00pm to 9.00pm to clean lecture halls and toilets and other areas
deemed necessary.
5.1.17
The Library Building shall have an extra attendance of cleaners on working days from
October to June from 3.00pm to 7.30pm to clean toilets and other areas deemed necessary
and All Saturdays 8.00am till Noon.
5.1.18
The Biomedical Science Building shall have an extra attendance of cleaners on working days
October to June from 3.00pm to 7.30pm to clean laboratories and other areas deemed
necessary.
5.1.19
The Old Humanities Building shall have an extra attendance of cleaners on working days
October to June from 3.00pm to 7.30pm to clean lecture halls, toilets and other areas
deemed necessary.
5.1.20
The Lecture Centre shall have an extra attendance of cleaners on working days October to
June from 3.00pm to 7.30pm to clean lecture halls, toilets and other areas deemed
necessary.
5.1.21
The Engineering Building shall have an extra attendance of cleaners on working days
October to June from 3.00pm to 7.30pm to clean lecture halls, toilets and other areas
deemed necessary.
5.1.22
The Faculty of Health Sciences – Mater Dei Hospital shall have an extra attendance of
cleaners on working days October to June from 3.00pm to 7.30pm to clean lecture halls,
toilets and other areas deemed necessary.
5.1.23
With respect to the works to be carried out as detailed in items 5.1.16 to 5.1.22 the
Contractor will specifically provide a working supervisor to supervise the evening works.
5.1.24
All periphery buildings on campus and buildings off campus at Argotti Gardens Floriana and
the University Valletta Campus & Other Rented Properties are to be included in the buildings
to be cleaned.
5.1.25
The Contractor’s supervisors shall collect the keys for each block from the security personnel
for opening the block. He has to ensure that all keys are returned to the security personnel.
5.1.26
Cleaners must have a timetable for their various tasks with the priority of cleaning toilets
and lecture rooms before the start of the lectures at 8.00am. The timetable is important
both for the cleaners and the members of staff in each department.
5.1.27
It is important that all toilets are thoroughly cleaned regularly, subject to a minimum of
three times daily.
It is the responsibility of the Contractor’s supervisors to report any breakages or damaged
fittings to the Director, Estates and Works for the necessary repairs.
5.1.28
5.1.29
Special arrangements shall be made between the Contractor and the Director, Estates &
Works on working hours during the summer schedule for the major cleaning before the start
of the first semester in October and any comprehensive cleaning carried out on certain
Saturdays.
53
5.1.30
In addition to the normal cleaning of the Playschool, the following duties are to be carried
out:
1st semester
-
2nd semester
floors to be scrubbed, washed, wiped clean and
waxed
-
-
floors to be scrubbed, washed, wiped clean and
waxed
wall and ceiling fans to be cleaned
3rd semester
-
floors to be scrubbed, washed, wiped clean and
waxed
summer
-
floors to be scrubbed, washed, wiped clean and
waxed
wall and ceiling fans to be cleaned.
5.1.31
Cleaners responsible for cleaning more than one building should inform the officer in charge
of each building on arrival and before leaving the building.
5.1.32
The Contractor shall be responsible for ensuring that all of his cleaners are adequately
trained and proficient in carrying out the works.
5.1.33
The following is an indicative list of cleaning duties to be carried out and may be changed by
the Employer according to requirements.
5.1.34
DAILY DUTIES
5.1.34.1
Toilets in all blocks
5.1.34.1.1
Clean and wash toilets a minimum of three times daily, including disinfecting and servicing to
same between 7.00 a.m. to 8.00 a.m., 11.00 a.m. to 12.00 noon and 2.00 to 3.00 pm. or at
alternative times to be agreed between the Contractor and the Director, Estate & Works.
5.1.34.2
Students House
5.1.34.2.1
Thoroughly clean in the morning between 7.00 a.m. and 9.00 a.m.
5.1.34.2.2
Sweep and wash stairs a minimum of twice daily.
5.1.34.3
Lecture Rooms and Theatres, Classrooms, and Laboratories and all other
areas
5.1.34.3.1
All lecture rooms and theatres, classrooms and laboratories must be cleaned before the start
of lectures at 8.00 a.m. and preferably between 7.00 a.m. and 8.00 a.m. daily.
5.1.34.3.2
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.1.34.3.3
Empty and wipe waste paper containers and replace plastic bags.
5.1.34.3.4
Arrange tables and chairs in lecture rooms.
5.1.34.4
Library and Foyer
5.1.34.4.1
Library and foyer must be cleaned before 8.00 a.m. and preferably between 7.00 a.m. and
8.00 a.m. daily.
teaching
54
5.1.34.4.2
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.1.34.4.3
Empty and wipe waste paper containers and replace plastic bags.
5.1.34.4.4
Arrange tables and chairs.
5.1.34.4.5
Monthly cleaning of Library Book Stores outside campus.
5.1.34.5
Lobbies, Stairways and Corridors in all blocks and Students House Common Room
5.1.34.5.1
Sweep and wash.
5.1.34.5.2
Wipe clean all handrails using a disinfectant cleaning solution.
5.1.34.5.3
Dust/Wipe notice boards, window sills, picture frames and doors.
5.1.34.6
Teaching & Administrative Staff Offices, Reception Staff Rooms and Kitchenettes
5.1.34.6.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.1.34.6.2
Empty and wipe waste paper containers and replace plastic bags.
5.1.35
WEEKLY DUTIES
5.1.35.1
Academic Staff Offices
5.1.35.1.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.1.35.1.2
Wash all floors thoroughly – non-carpeted area
5.1.35.1.3
Vacuum clean all carpets
5.1.35.2
Lecture Rooms and Theatre, Classrooms and Laboratories and all other teaching areas
5.1.35.2.1
Clean and thoroughly wash floors and all other washable surfaces.
5.1.35.2.2
Clean all laboratory bench tops, sinks, fume cupboards and preparation areas.
5.1.35.3
Library and Foyer
5.1.35.3.1
Clean and thoroughly wash floors and all other washable surfaces.
5.1.35.4
Chapel Building
5.1.35.4.1
Vacuum cleans all carpets. Carefully clean parquet and oak surfaces.
5.1.35.4.2
Dust/wipe benches, furniture, window sills, bins and doors.
5.1.35.4.3
Wash all floors thoroughly where necessary.
5.1.36
MONTHLY DUTIES
5.1.36.1
Wash windows of all blocks from the inside and outside.
55
5.1.36.2
Shampoo any carpets and remove localized stains.
5.1.36.3
Sweep and clean roof areas of all blocks.
5.1.36.4
Clean all doors to lecture rooms, toilets and offices to remove all finger marks using
appropriate materials and polishing liquids.
5.1.36.5
Clean all light fittings to remove any accumulated dust and all switches to remove finger
marks.
5.1.36.6
Spot clean telephones and sanitise receivers.
5.1.37
ANNUAL DUTIES (not applicable)
Major annual clean of all buildings during the summer recess and before the start of the
academic year.
56
5.1.38
Schedule & Legend of Areas of Buildings To Be Cleaned At The University
Campus
57
Ref
Main Buildings on Campus
1
2
3
4
5
6
15
16
Security
Precincts
Art Studio
Archaeology Centre (Farmhouse)
Institute of Agriculture
Estates & Works Department
Art Room
Printing Room
Mediterranean Academy for Diplomatic Studies (MEDAC)
European Documentation & Research Centre (EDRC)
International Ocean Institute (IOI)
Mikiel Anton Vassalli (Gateway Building)
Faculty for the Build Environment (Architecture Building)
Guze Cassar Pullicino Building
Counselling Services
Faculty of Laws / Theology Humanities Block A
Faculty of Economics, Management & Accountancy Humanities Block B
17
19
20
21
23
25
27
29
30
31
33
34
35
36
37
38
39
40
41
42
43
44
45
47
It-Tayra Playschool
Arts Lecture Theatre P. P. Saydon (ALT)
Faculty of Arts / Education, Old Humanities Building
Sir Temi Zammit (Assembly Hall)
Administration Block
University House (including students organisation offices)
Chapel & Chaplaincy
MATSEC Unit
Gardens Unit Lodge
University Library
Lecture Centre Dun Mikiel Xerri (LC)
Centre for Communication Technology (CCT) including new Extension
Mediterranean Institute Farmhouse (Razzet Tal-Hursun)
Engineering Workshop
Computer Building
Maths & Physics Building
Chemistry Building
Science Lecture Theatre Sala Gianni Borg (SLT)
Faculty of Medicine / Biology Department
Faculty of ICT
Biomedical Sciences
Faculty of Engineering
IT Services Building
Multipurpose Sports Hall
9
12
13
14
Areas
(m2)*
230
30
200
950
3000
2700
500
1100
1600
350
200
3200
1250
2000
1500
400
400
100
5500
1500
3450
100
1500
1000
3200
2000
200
2000
6600
4000
6000
4000
4250
* Areas are approximate gross areas and include circulation
58
University Buildings Off Campus
Argotti Botanic Gardens - Floriana
“Regional Building Premises” housing Counselling, Digital Gaming
Programme, and MAKS - Msida
“Ex-Melita Building” housing offices and lecture rooms - Msida
Cottonera Resource Centre
Design Studio - Msida
ERDF/ESF Unit - Msida
Institute of Performing Arts- San Gwann
Faculty of Health Sciences – Mater Dei Hospital
Gozo Campus
Institute of Energy Technology - M’Xlokk
Laboratories used by Home Economics students - Maria Regina
Secondary School B’Bajda
Library Stores at San Gwann & Msida
Faculty of Health Sciences – Mater Dei Hospital
Mobile Offices housing various departments on Campus.
Premises at Fawwara L/O Siggiewi
any other University Rented Property near University (Offices)
Valletta Campus
* Areas are approximate gross areas and include circulation
59
5.1.39
Schedules of Accommodation on The University Campus
The following schedules of accommodation have been prepared for each building to be cleaned including
those buildings located off Campus. The scheduled accommodation listed generally excludes all circulation
and communication areas such as lobbies, corridors, stairs, lifts etc. Due allowance should be made for these
additional areas in the tenders.
60
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENTS
PRECINCTS, SECURITY AND ART ROOM
BUILDING
02 - PRECINCTS, SECURITY AND ART ROOM BUILDINGS
Room No
Description of room
PRECINCTS OFFICE BUILDING
Precincts Officer’s office
Large staff office
Kitchenette
M & F toilet
ART ROOM BUILDING
Lecture room
Kitchenette
M & F toilet
Gardeners’ restroom including shower and toilet
SECURITY BUILDING
Control room
Kitchenette
M & F toilet
61
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
FACULTY OF ARTS
BUILDING
04 - ARCHAEOLOGY FARMHOUSE
Room No
Description of room
102
Lecture room
103
Toilet
104
(Lift)
105/106
Lecturer’s office
107
Store
108
Office
109
Store
110
Store
111A
Store
111B
Office
112A
Office
112B
Classroom
114
Store
200A
Office for Administrative Staff
200B
Board Room
203
Lecturer`s Office
204A
Office for Administrative Staff
206
Lecturer`s Office
207
Classroom
208
Kitchenette
209
Toilet
211
Lecturer`s Office
62
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Institute of Agriculture
BUILDING
05 - Agriculture
Room No
Description of room
1
2
Library
Office for Secretary
3
Store
4 and 5
Laboratory
6
Office for lecturer
7
Office for lecturer
8a
Gents Toilet
8b
Ladies Toilet
9
Lecture room for 30 students
10
Office for Director
11/1
Office for lecturer
11/2
Office for lecturer
11/3
Office for lecturer
Office for lecturer
11/4
63
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENTS
ESTATE & WORKS DEPARTMENT & PRINT UNIT
BUILDING
06 – ESTATE & WORKS OFFICES
Room No
Description of room
Estate & Works Offices
Director Office
5 administrative staff offices
2 store rooms
Administration staff’s kitchenette and M&F toilets
Workers’ rest room and locker room
Workers’ store
Workers’ toilet and shower room
Workers’ kitchenette
Printing Unit
Printing unit – 3 rooms
64
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
MEDAC
BUILDING
09 – MEDAC & EDRC
Room No
Description of room
204
Lecture room for up to 40 students
202
Ladies’ Toilet
203
Gents’ Toilet
200
Corridor
211 A/B/C
Offices for 3
208
Office for 1
210
Office for 1
209
Office for 1
207
Office for 1
206A/B
Office for 2
Library
Small Library & Office
65
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
EUROPEAN DOCUMENTATION AND RESEARCH CENTRE
BUILDING
09 – MEDAC & EDRC
Room No
Description of room
301
Gents’ Toilet
302
Ladies’ Toilet
307
Corridor
307A
Office
308A
Tutorial room for 8 students
308B
Office for lecturer
309
Office for lecturer
310
Office for lecturer
311
Store
312
Office
313
Office
314
Library
66
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Gateway Block A
BUILDING
12 - Gateway
Room No
Description of room
151 & 152
Lecture Hall A for 220 students
154
Classroom for 25 students
155
Reception
156
Classroom for 25 students
157
Classroom for 10 students
158
Ladies Toilet
159
Disabled Users’ Toilet
160
Gents’ Toilet
161
Kitchen
162
Photocopy Room
164
Classroom for 25 students
165
Store
255
Classroom for 25 students
256
Classroom for 25 students
257
Tutorial Room for 10 students
258
Ladies Toilet
259
Disabled Users’ Toilet
260
Gents’ Toilet
261
Office
67
264
Classroom for 25 students
265
Store
266
Store
351
Lecture Hall B1 for 100 students
352
Lecture Hall B2 for 100 students
303
Lecture Hall C for 100 students
357
Tutorial Room for 10 students
358
Ladies Toilet
359
Disabled Users’ Toilet
360
Gents’ Toilet
361
Office
365
Office
366
Store
68
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Gateway Block B
BUILDING
12 - Gateway
Room No
Description of room
-201
Technical Area
-201 A
Editing Suite (1)
-201 B
Editing Suite (2)
-201 C
Editing Suite (3)
-202
Studio
-207
Graphic Room
-208
Audio Control Room
-210
Video Control Room
-211
Waiting Room
-216
Store
-10?
Store
-10?
Archives
-10?
Interpreters’ Laboratory for up to 30 students
101 & 102
Lecture Hall E for 220 students
104
Classroom for 25 students
105
Office
106
Video Conference Room
107
Office
108
Gents’ Toilet
109
Disabled Users’ Toilet
110
Ladies’ Toilet
112
Office
114
Classroom for 25 students
115
Cleaners’ room
205
Classroom for 25 students
206
Classroom for 25 students
69
207
Tutorial Room for 10 students
208
Gents’ Toilet
209
Disabled Users’ Toilet
210
Ladies’ Toilet
211
Tutorial Room for 10 students
214
Classroom for 25 students
215
Store
216
Store
301
Lecture Hall D 1 for 100 students
302
Lecture Hall D 2 for 100 students
307
Tutorial Room for 10 students
308
Ladies Toilet
359
Disabled Users’ Toilet
360
Gents’ Toilet
311
Tutorial Room for 10 students
315
Store
316
Store
70
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty for Built Environment Architecture
BUILDING
13 - Architecture & Civil Engineering Building
Room No
Description of room
100
Laboratory for up to 25 students
126
Lecture Room for up to 90 students
130
Lecture Room for up to 90 students
201
Office for lecturer
202
Office for lecturer
203
Office for lecturer
204
Office for lecturer
205
Office for lecturer
206
Departmental Secretary’s Office
207
Office for lecturer
208
Faculty Officer’s Office
209
Board Room
219
Office For Lecturer
211
Office for lecturer
212
Store
213
Office for lecturer
214
Office for 2 lecturers
215
Office for lecturer
216
Ladies’ toilet
217
Toilets
218
Kitchenette
219
Lecture Room for 35 students
220
Cleaner Store
317
Lecture Room for 35 students
301
Office for lecturer
302
Office for lecturer
71
303
Office for 2 lecturers
304
Office for lecturer
305
Office for lecturer
306
Office
307
Lecture Hall – Institute of Baroque Studies
308
Departmental Secretary’s Office / Boardroom
309
Office for lecturer
310
Office for 2 lecturers
311
Office for lecturer
312
Office for lecturer
313
Office for lecturer
314
Ladies toilets
315
Gents toilets
316
Kitchenette
324A/B
Ladies/Gents Toilets
318
Computer Room for up to 20students
72
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Various Departments
BUILDING
14 - Binja Cassar Pullicino
Room No
Description of room
Counselling Services on Ground Floor
101
Reception
102
Store / Kitchenette
103
Meeting
104
Office
105
Office
106
Office
107
Office
Various Other Departments on Ground Floor
108
Store
109
Kitchenette
110
Office
111
Boardroom
112
Office
113
Office
114
Office
115
Store
116
Office
117
Office
118
Office
Various Other Departments on first Floor
200
Small Library
201
Secretary’s Office/Resource Room/ Board Room and small storeroom
Not numbered
Academic Coordinator’s Office
202
Male and Female Toilets
73
Not numbered
Store
204
Office
205
Office
206
Office
206A
Office
207
Office
207A
Store/General Use
207B
Office
208
Office
209
Office
Islands and Small States Institute
302
Office for two persons
301
Small library
303 A
M & F Toilet
303 B
Kitchenette
74
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
LAWS
BUILDING
15 – NEW HUMANITIES, BLOCK A
Room No
Description of room
RM 215
CRIMINAL LAW OFFICE
RM 216
Office for 2 lecturers
RM 217
DEAN’S OFFICE
RM214
FACULTY LIBRARY
RM 218
Office for 2 lecturers
RM 213
KITCHENETTE
RM 212
MALES’ TOILETS
RM 219
GHSL
RM 221
MAIN OFFICE
RM 223
MAIN OFFICE
RM 220
BOARD ROOM
RM 211
FEMALES’ TOILETS
RM 210
Office for one lecturer
RM 209
Office for one lecturer
RM 208
Office for 2 lecturers
RM 108
STORE
RM 121
Office for one lecturer
RM 119
Office for one lecturer
RM 109
BEADLES’ ROOM
RM 117
Office for 2 lecturers
RM 116
Office for 2 lecturers
RM 115
Office for one lecturer
75
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Theology
BUILDING
15- New Humanities Block A
Room No
Description of room
101
Office for two lecturers
102
Office for two lecturers
103
Office for two lecturers
104
Office for four lecturers
201
Office for one lecturer
202
Office for one lecturer
203
Office for one lecturer
204
Faculty Office for three administrative staff
205
Dean’s office, small library, and small board room
206
Office for two lecturers
207
Office for four lecturers
76
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Sundry Rooms
BUILDING
15- New Humanities Block A
Room No
Description of room
105
Store
106
Lift machine room
107
Cleaners’ office
110
Female toilets
111
Male toilets
112
Kitchenette
113
Office for 2 persons
114
Office – Institute of Forensic Studies
118
Store
120
Cleaners’ office
77
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT/
FACULTY
BUILDING
FACULTY OF ECONOMICS, MANAGEMENT AND ACCOUNTANCY
Room No
Description of room
121
Office
122
Office
123
Office for one lecturer
124
Office for one lecturer
124 A
Office for Head of Marketing Department
124 B
Store
104
Registry Archives
105
Registry Archives
106
Lift machine room
107
Estate & Works Store (Electricians)
108
Estate & Works Office (Electricians)
109A,B,C
Ladies toilets
110A,B,C,
Gents toilets
111
Kitchenette
112
Archives
113
Office
114
Office
115
Office
116
Office for one lecturer
16 - NEW HUMANITIES BLOCK B
78
117
Office for one administration staff
118
Office for one lecturer
119
Office for one lecturer
120
Office for one lecturer
123
Office for one lecturer
124
Office for one lecturer
201
Staff room
202
Staff room
203
Office for one lecturer
204
Office for two administration staff
205
Office for one lecturer
205A
Office for one lecturer
206
Boardroom
207
Staff room
208
Office for one lecturer
209
Staff room
210
Office for two lecturers
211
Office for two lecturers
212A,B,C
Ladies Toilets
213A,B,C
Gents Toilets
214
Kitchenette
215
Office for Economics Secretary
216
Office for Economics Head of Department
217
Office for two lecturers
79
218
Office for two lecturers
219
Office for Banking & Finance Secretary
220
Store
221
Office for Banking & Finance Head of Department
222
Computer laboratory
225
Staff toilet
226
Clerk’s office
227
Director’s Office - Gerontology
229
Staff toilet
230
Office
231
Office
301
Office for one lecturer
302
Office for one lecturer
303
Office for two lecturers
304
Office for one administration staff
305
Office for Head of Department - Management
306
Study room for 20 students
307
Office for one lecturer
308
Office for one lecturer
309
Office for one lecturer
311
Staff toilet
312
Office for clerk
313
Office for Chairman, Board of Tourism Studies
315
Staff toilet
80
316
Office for Faculty Officer
317
Office for three administrative staff
318
Office for one lecturer
319
Office for one administrative staff
320A,B,C
Ladies toilets
321A,B,C
Gents toilets
322
Kitchenette
323
Office for one lecturer
324
Office for two lecturer
325
Office for two lecturers
326
Office for two lecturer
327
Office for two lecturers
328
Photocopy room
329
Office for head of Department - Accountancy
330
Office for one administrative staff
331
Boardroom
81
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
CENTRE FOR LABOUR STUDIES
BUILDING
16 - NEW HUMANITIES BLOCK B
Room No
Description of room
201
Staff room
207
Staff room
209
Staff room
82
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
INSTITUTE OF PUBLIC ADMINISTRATION AND MANAGEMENT
BUILDING
16 - NEW HUMANITIES BLOCK B
Room No
Description of room
204
Staff room
205
Staff room
208
Staff room
108
Store room in Guze Cassar Building
83
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
It-Tajra Child Care Facility
BUILDING
17 - Old Humanities – Playschool and Office
Room No
Description of room
N/A
Main room - linoleum flooring and 4 fitted carpets
Children’s bathroom
Kitchenette
N/A
Principal’s Office
84
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Arts Lecture Theatre
BUILDING
19 - Old Humanities – PP Saydon Hall
Room No
Description of room
Lecture theatre for 200 students
85
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A FACULTY
DEPARTMENT
FACULTY OF ARTS
BUILDING
20 - OLD HUMANITIES BUILDING
Room No
Description of room
Old Humanities (Faculty of Arts side):
101
Lecture Room for 40 students
102
Lecture Room for 20 students
103
Petit Auberge de France
104
Lecturer’s Office
105
Lecture Room for 48 students
106
Messenger’s Lobby
117
Ladies’ Toilets
118
Lecturer’s Office
119
Lecturer’s Office
120
Lecturer’s Office
121
Lecturer’s Office
122
Lecture Room for 40 students
123
Lecturer’s Office
128
Lecturer’s Office
129
Lecturer’s Office
130
Lecturer’s Office
201
Lecturer’s Office
202
Lecturer’s Office
203
Lecturer’s Office
204
Conference Room
205
Lecturer’s Office
206
Lecturer’s Office
207
Four Lecturer’s Office
212
Board Room
86
213
Lecturer’s Office
219
Lecturer’s Office with partition for another office for Administrative Staff.
245
Lecturer’s Office
246
Lecturer’s Office
247
Office for two Administrative Staff
248
Lecturer’s Office
249
Lecturer’s Office
250
Lecturer’s Office
251
Lecturer’s Office
252
Lecturer’s Office
253
Office for two lecturers
301
Office for two administrative staff
302
Lecturer’s Office
303
Lecturer’s Office
304
Photocopier Room
305
Lecturer’s Office
306
Lecturer’s Office
307
Lecturer’s Office
308
Office for four administrative staff
310
Ladies’ Toilets
311
Gents’ Toilets
312
Kitchenette
313
Office for two administrative staff
314
Lecturer’s Office
315
Office for three administrative staff
316
Lecturer’s Office
317
Lecturer’s Office
340
Lecturer’s Office
341
Lecturer’s Office
342
Lecturer’s Office
87
343
Lecturer’s Office
344
Lecturer’s Office
345
Lecturer`s Office
346
Lecturer’s Office
347
Small room that leads to roof
348
Lecturer’s Office
349
Lecturer’s Office
350
Lecturer’s Office
351
Lecturer’s Office
352
Office for three administrative staff
353
Lecturer’s Office
354
Lecturer’s Office
Radio Station
88
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
FACULTY OF EDUCATION
BUILDING
20 - OLD HUMANITIES BUILDING
Room No
Description of room
Old Humanities Ground Floor (Education side):
111
Gents’ toilets
112a+b
Lecture room for 48 students
113a+b
Lecture room for 40 students
114
Office
116a+b
Lecture room for 70 students
Old Humanities First Floor (Education side):
208
Ladies’ toilets
210
Gents’ toilets
211
Kitchenette
214
Lecturer’s Office
215
Secretaries’ office
216
Lecturer’s Office
217a
Lecturer’s Office
218a
Lecturer’s Office
218
Lecturer’s Office
220
Lecturer’s Office
221
Lecturer’s Office
222
Lecturer’s + Secretaries’ Office
223
Lecturer’s Office
224
Computer Lab
225b
Lecturer’s Office
226
Lecturer’s Office
227
Secretaries’ office
228
Lecturer’s Office
229
Lecturer’s Office
89
230
Lecturer’s Office
231
Faculty’s main office (secretaries)
232
Lecturer’s Office
233
Lecturer’s Office
234
Secretaries’ office
235
Lecturer’s Office
236
Lecturer’s Office
237
Lecturer’s Office
238
Lecturer’s Office
239
Lecturer’s Office
240
Lecturer’s Office
241
Lecturer’s Office
242
Lecturer’s Office
243
Lecturer’s Office
244
Lecturer’s Office
Old Humanities Second Floor (Education side):
318
Lecturer’s Office
319
Literacy Unit
320
Lecturer’s Office & Secretary’s office
321
Lecturer’s Office
322
Lecturer’s Office
323
Lecturer’s Office
323b
Lecturer’s Office
324
Lecturer’s Office
325
Computer Lab II
326
Faculty’s Board Room
327
Lecturer’s Office
328
Secretary’s office
329
Lecturer’s Office
330
Lecturer’s Office
90
331
Lecturer’s Office
91
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENTS
LECTURE THEATRE
BUILDING
21 – TEMI ZAMMIT HALL
Room No
Description of room
Level 1
Plantroom
Large foyer
102
Ladies toilets
103/104
Cleaners’ rooms
105
Gents toilets
106
Store
107
Control room
Stalls seating for 456 students
112
Workshop
113
Maintenance Officer’s Office
114
Shaft
115
Kitchenette, toilet and shower
117
Male and female toilet
Level 2
Upper Plantroom
Large foyer
201
Ladies toilets
202
Projection room
203
Gents toilets
204
Bar/Store
205
Electrical room
206
Ladies dressing room including toilets, whb’s and shower
207
Shaft
208
Gents dressing room including toilets, whb’s and shower
Level 3
92
Large foyer
Balcony seating for 341 students
93
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
BUILDING
Administration including registrar, communications, admissions, student
advisory service and finance
23- Administration Building
Room No
Description of room
101
Reception and store
101A
IT services
102
Office for 3 persons
103
Office for 3 persons
104
Office for 2 persons
105
Office for 4 persons
106
Office for 2 persons
107
Office for 3 persons
108
Director’s office – Communications and Alumni Relations Office
109
Office for 1 person
110
Office for 1 person
111 & 112
Office for 8 persons
113
Office for 2 persons
114
Female toilets
115
Male toilets
116
Post room and PABX
119
APQRU - Offices
120
APQRU - Offices
121
APQRU - Offices
94
122
APQRU - Offices
122B
APQRU – Offices
128
APQRU – Offices
129
APQRU - Offices
130
Office for 1 person
131
Office for 1 person
132
Office for 1 person
133
Office for 1 person
134
Office for 1 person
207
Office for 2 persons
208
Registrar’s office
209
Office for 1 person
210
Office for 1 person
212
Office for 8 persons
213
Office for 4 persons
214
Office for 1 person
215
Office for 2 persons
216
Office for 4 persons
216A
Office for 1 person
301
Office for 1 Person
302
Office for 1 person
303
Office for 1 Person
304
Office for 3 Persons
305
Office for 1 Persons
95
306
Shaft
307
Male Toilet
308
Female Toilet
309
Kitchenette
310
Office for 3 Persons
311
Office for 1 Person
312
Office for 4 Persons
313
Office for 1 Person
314
Office for 1 Person
315
Server Room
316
Office for 1 Person
317
Office for 2 Persons
318
Office for 4 Persons
319
Office for 3 Persons
320
Office for 4 Persons
321
Office for 1 Person
322
Office for 1 Person
323
Office for 3 Persons
324
Office for 3 Persons
325
Office for 1 Person
326
Office for 5 Persons
96
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Common Areas in University House
BUILDING
25 – University House
Room No
Description of room
Ground floor
11 No students offices
2 No Stores
Clinic
Female toilets
Disabled toilets
Male toilets
All common areas including corridors and stairs
First floor
Junior Common Room
2 No. KSU offices
Office
Degree Plus Office
All common areas including corridors and stairs
Excluded
The following rooms are not included: BOV, Kitchen and Associated Rooms,
Agenda Bookshop, Photocopy Room, NSTS Office, Staff Rest Room, Staff
Canteen, Conference Room, Servery and Students’ Canteen
97
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Chaplaincy
BUILDING
27 – Chapel and Chaplaincy
Room No
Description of room
Ground floor
Chapel for up to 350 people
Crying / control room
Sacristy
Chaplain’s office
Meeting room
Kitchen
Disabled persons toilet
2 small stores
Meeting room
Priests’ office
Toilet
Future office
Cleaners’ store / stair to roof
First floor
Store room
Store / empty room
98
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
MATSEC
BUILDING
29 - MATSEC
Room No
Description of room
Floor 1
3 No. big rooms approx 15 x 13 feet
6 No. small rooms approx 11 x 9 feet
3 No. toilets
Floor 2
Examination hall approx 30 x 16 feet
2 No. open spaces
4 No. rooms approx 12 x 10 feet
2 No. toilets
1 No. Kitchenette
3 No. big rooms approx 15 x 13 feet
6 No. small rooms approx 11 x 9 feet
3 No. toilets
99
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
LIBRARY
BUILDING
31 – LIBRARY
Room No
Description of room
General areas
Reading areas at four levels, foyer leading to main entrance and stairs
Level
(Basement)
0
Staff Room
Toilets – Male/Female
Storage Rooms
Corridor leading to Garage door
Level 1
Circulation and open area
2 No Male Toilets & Utility Room
Female toilets
Short Loans Reading /Room
Deputy Director Office
Retro Conversion Unit
3
Storage Rooms
Periodicals Reading Area / Staff
Reference Reading Area / Staff
Board Room / Kitchenette
Level 2
Open Reading Area
Melitensia Reading Room
Acquisitions Offices
Store Room
Consultant to Rector’s Office
Secretary’s Office
Director’s Office
Cataloguing Office
Store Room
Female Toilet & Utility Room
Level 3
Open area
100
Archives Reading Room
Computing Officer Office
Office
Fine Arts Room
Head Reader Service Office
Seminar Room
Audio Visual Room
Store Room
101
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
BUILDING
31 - IT Services
Library Basement + other rooms on campus managed by AIMS and Projects Support
Unit
Room No
Lab A
Lab B
007
006A, 006D, 006E
010
Main Corridor
013A, 013B, 013C
User Services
User Services – Back end
Ex-Systems Office
Ex-Systems Office
Ex-Systems Office
Ex-Systems Office
Depositorium – 1
Depositorium – 2
Depositorium – 3
Depositorium – 4
Description of room
Computer lab for 21 people
Computer lab for 40 people
Office for 6 people
Kitchenette + 2 toilets
Reception Office for 6 people
Reception Area – 2 people
2 Toilets + shower
Office for 2 people
Office for 8 people
1 small meeting room for 4 people
1 small meeting room for 4 people
Large meeting room for 10 people
Store
Office for 1 person
Office for 1 person
Office for 1 person
Office for 1 person
Depositorium – 5
1 hot desking office for 4 people
Depositorium – 6
Depositorium
006B
1 hot desking office for 4 people
Open office area serving 20 people
UPS room
Server room
Other locations...
Note that some of the following facilities are shared with other departments and may be included
elsewhere.
Physics Lab
Computer lab for 16 people
102
STATOR 602
Computer lab for 60 people
STATOR 603
Office for 2 people
Arch Lab
Computer lab for 20 people
Arch Lab
Computer lab for 8 people
Education lab (224)
Computer labs for 20 people
FEMA Lab (222)
Computer labs for 17 people
Linguistics Lab (403,404)
2 computer labs for 20 people each
Gateway Building, Rm 106
Video Conferencing Room
103
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Lecture Centre Dun Mikiel Xerri
BUILDING
33 - Lecture Centre
Room No
Description of room
101
Engineering plant room and store
102
Engineering plant room and store
103
Engineering plant room and store
104
Engineering plant room and store
105
Ladies Toilets
106
Gents Toilets
107
Projection Room
108
Lecture Theatre for 194 students – Erin Serracino Inglott Hall
109
Store
110
Gents Toilets
111
Beadles Office
113
Office
114
Ladies Toilets
115
Cleaners’ Room
116
Lecture room for 40 students
117
Lecture room for 40 students
118
Seminar room for 40-50 students
119
Lecture room for 40 students
120
205
Lecture room for 40 students
Ladies Toilets
206
Gents Toilets
207
Projection Room
208
Lecture Theatre for 196 students – Francis Ebejer Hall
210
Gents Toilets
211
Office
213
Offices Edward De Bono Institute
104
214
Ladies Toilet
216
Lecture room for 70 students
216 A
Office for 3 lecturers
217
Lecture room for 70 students
105
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
CCT and MAKS
BUILDING
34 - CCT
Room No
Description of room
CCT
101
Computer Lab - 25 students
101B
Photocopy Room
103
Lecturer’s Offices
105A/B
Audio Studio
106
Classroom – 20 students
107
Server Room
108
Entrance to Toilets/lift room
108A
Lift Room
109A/B
Ladies Toilet
110A/B
Gents Toilet
111
Graphic Art Room
111A
Photo studio/ Dark Room
2nd Floor
+ 1 Office
2nd Floor
+ 3 Lecture Rooms
200A
Cleaners Room
200B
Lift Room
201
Offices
202
Lecture Room for 60 students
203A/B/C
Gents Toilet
204 A
Servers Room
204B
Internet Lab
207A
Staff Kitchenette
207B
Store Room
208A/B/C
Ladies Gents
106
3rd Floor
+ 8 Lecture Rooms
3rd Floor
+ 1 Open Area
301
Board Room (12 persons)
302
Director CCT (office)
303
Secretaries Office
304
Teleconference Room/Classroom 10 students (Tutorial Size)
304A
Office
Institute of Linguistics
4th Floor
+ 2 Lecture Rooms
4th Floor
+ 6 Offices
4th Floor
+ 1 Open Area
401
Room
401A
Small office
401B
Small office
402
Room
402A
Small office
402B
Small office
403
Computer Lab.
404A
Small room
404B
Computer Lab.
405
Offices
406
Offices
407
Gents toilet
408
Ladies toilet
409
Kitchenette
410
Office
5th Floor
11 Offices
1 Open Area
6th Floor
6 Lecture Rooms
107
3 Offices
1 Open Area
108
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Mediterranean Institute
BUILDING
35 - Farmhouse
Room No
Description of room
Ground floor
Office
Office
Office
Office / Boardroom
Kitchen
Toilet
Office
Store
Toilet
First floor
Office
109
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Engineering
BUILDING
36 – Engineering Workshop
Room No
Description of room
METALLURGY LAB including:
(This building is located outside the Faculty of Engineering Building)
Metallurgy Laboratory for up to 20 students.
Heat Treatment Laboratory for up to 20 students.
103
P.V.D. Laboratory for up to 15 students.
Characterization Laboratory for up to 5 students.
Foundry Laboratory for up to 10 students.
100
Material Testing Laboratory for up to 20 students.
105
Office for Laboratory Officer.
104
Toilet
101
Lecture Room for up to 20 students
Tool Room
110
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
CIS, CS&AI and ICT
BUILDING
37 - Computer Building
Room No
Description of room
Basement
Cleaner room
Store room
Laboratory
Store room / Server Room
Store room / UPS Room
Main switch room
Ground floor
101
Faculty office ICT
103
Lecture room for 45 students
104
Gents toilets
105
Ladies toilets
106
Lecture room for 45 students
107
Office
108
Lecture room for 45 students
109
Office
First floor
202
Photocopy area
202A
Office
202B
Office
202C
Office
203
Office
204
Server room
205
Laboratory
206
Kitchenette
207
Toilet/Emergency Exit
111
208
Laboratory
209
Office
210
Office
211
Office
Second floor
302
Laboratory
304
Server room
305
Toilet
306
Toilet/Emergency Exit
307
Server room
309
Lab
310
Office
310A
Server Room
312
Laboratory
300
Reception area
Third floor
410
Server Room / Photocopy Room
413
Store
414
Office
415
Office
416
Office
417A
Office
417B
Office
402
Office
403
Office
404
Office
405
Office
406
Office
407
Office
408
Office
112
409A
Office
409B
Office
410
Server room
411
Shower/Toilet
412
Toilet/Emergency Exit
Top floor
500
Store
501
Office
502
Office
113
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Science
BUILDING
38 – Maths & Physics Building
Room No
Description of room
Ground floor
101
Lecture room for 60 students
101B
Kitchenette
102
Physics Laboratory
103
Cleaners’ room
104
Ladies Toilet
105
Physics Prep Room
106
Main Physics Laboratory
107
Lab Officer’s Lab
109
Server Room
110
Physics Computer Lab
111
Beadles’ Office
112
Lecture room for 20 students
113
Physics lab
114
Physics lab
115A
Store
116
Lecturer’s office
117
Board room
118
Secretary’s office
119
Main Faculty Office
120
Main Faculty Office – two rooms combined
First floor
201
Staff toilet
202
Lecturer’s office
203
Lecturer’s office
204
Lecturer’s office
114
205
Lecturer’s office
206
Lecturer’s office
207
Lecturer’s office
208
Lecturer’s office
209
Lecturer’s office
210
Lecturer’s office
211
Resource room – Photocopy and Tea Room
212
Lecturer’s office
213
Lecturer’s office
214
Laboratory for 15 students
215
Lecturer’s office
216
Lecture room for up to 60 students
217
Laboratory for 15 students
218
Gents toilet
219
Lab Officer’s Office
220
Large laboratory
221
Lecturer’s office
Second floor
301
Secretary’s office
302
Lecturer’s office
303
Lecturer’s office
304
Lecturer’s office
305
Lecturer’s office
306/307
Medium size lecture room
309
Staff toilet
310
Server room
311
Resource room – photocopy
312
Lecturer’s office
313
Staff room – kitchenette
115
314
Lecturer’s office
315/316
Medium size lecture room
317
Lecturer’s office
318
Lecturer’s office
Third floor
401
Large lecture room for up to 142 students
402
Lecturer’s office
403
Toilets
404
Medium size computer laboratory
405
Medium size computer laboratory
406
Server room
Fourth floor
501
Seminar room/ Boardroom
502
Stores
503
Lecturer’s office
504
Lecturer’s office
505
Secretary’s Office
506
Office/Stores
507
Office
509
Lecturer’s office
510
Lecturer’s office
511
Lecturer’s office
513
Lecturer’s office
514
Lecturer’s office
515
Kitchenette
516
Ladies toilet
517
Staff toilet
518
Lecturer’s office
116
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Science
BUILDING
39 – Chemistry Building
Room No
Description of room
Ground floor
101
Server room/ Students’ office
102
Laboratory
103
Laboratory
104A
Student’s Office
104B
Lecturer’s Office
105
Analytical Laboratory
106
Lecturer’s Office/ Lab
107
Lecturer’s Office
108
Laboratory
109
Lecturer’s Office
110
Chemicals store
111
Toilet
112
Emergency shower room
113
Lecturer’s Office
116
Small laboratory (Balance Room)
117
Main Laboratory – Lab1- Large
118
Prep Room
119
Small closet
121
NMR laboratory
121
Ladies Toilet
122
Gents Toilet
123
Lecture Room (CLR)
124
Store
First Floor
200
Store/ Cleaners’ Room
117
201
Tea room
202
Lab 2 (large)
203
Lab 3 (large)
204
Instrument room
205
Laboratory
206
Lecturer’s Office
207
Secretaries’ Office
208
Laboratory
209
Lecturer’s Office
210
Laboratory
211
Laboratory
212
Office
213
Gents Toilet
214
Ladies Toilet
215
Secretary’s Office
217
Research Lab
Second floor
308
Office
309
Laboratory
310
Office
311
Office
312
Office
313
Office
314
Office
315
Office
316
Office
318
Toilet
319
Toilet
320
Shower
321
Laboratory
118
322
Laboratory
323
Laboratory
324
Cold room
327
Lecture room for 40 students
328
Laboratory
329
Medium size laboratory
329A
Stores
330
Office
331
Laboratory
332
Medium size laboratory
333
Medium size laboratory
334
Office
119
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Science Lecture Theatre
BUILDING
40 - Science Lecture Theatre
Room No
Description of room
Lobby
Theatre seating 158 students
Preparation room
Toilet
120
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
BIOMEDICAL SCIENCES AND PHARMACY (to add services to two new floors)
BUILDING
41 – Pharmacy
Room No
Description of room
Level 0 – Biomedical wing
Not numbered
Office
032
Gents toilets
033
Ladies toilets
034
Small laboratory
035
Office
036
Large laboratory
037
Large laboratory
038
Cold room
039
Large laboratory
039A
Prep room
040
Small laboratory
041
Small laboratory
042/043
Large laboratory
044
Office
Level 1 - Pharmacy
128
Gents toilets
129
Ladies toilets
130
Students’ office
131
Large laboratory
132
Prep room
133
Large laboratory
134
Large laboratory
134A
Prep room
135
Office
136
Office
121
137
Office
138
Office
139
Office
140
Office
Level 2 - Pharmacy
229
Gents toilets
230
Ladies toilet
231
Office
232
Large laboratory
233
Boardroom/Tutorials
234
Office
235
Office
236
Large Office
236A
Office
237
Office/Boardroom
238
Office
239
Office
240
Office
241
Office
242
Office
242A
Office
122
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Anatomy
BUILDING
43 - Biomedical Sciences Building
Room No
Description of room
Ground Floor
002
Computer/Boardroom
003
Small room
004
DNA laboratory (medium size)
005
Office
006
Office
007
Laboratory
008
Laboratory
009
Photograph/Office
010
Tutorial room
013
Museum
014
Histology laboratory – 50 students
015
Laboratory
016
Kitchenette and staff room
017
Small switch room
018
Lecture room
019
Dissection hall
021A
Embalming room
021C
Chemical store
026
Gents toilet
027
Ladies staff toilets
028
Gents staff toilets
029
Office
030
Office
031
Laboratory/department manager’s office
050
Office
123
051
Tissue culture laboratory
052
Laboratory
Not numbered
Office
124
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Biomedical Sciences
BUILDING
43 - Biomedical Sciences Building
Room No
Description of room
First Floor
101
Office
102
Office
103
Office
104
Laboratory
105
Laboratory
106
Cold room
107
Office
108
Office
109
Office
110
Dark room/ Office
111
Office
112
Large laboratory – Pathology on Campus
113
Prep room
114
Large laboratory
115
Store
116
Switchboard room – small
117
Lecture room for 40 students
118
Office
119
Laboratory
120
Store
100E
Large laboratory – Pathology on Campus
121
Kitchenette
122
Ladies toilet
124
Staff Toilet
125
Office
125
126
Office
127
Office
142
Office
143
Laboratory
144
Laboratory
145
Office
126
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Biology
BUILDING
43 - Biomedical Sciences Building
Room No
Description of room
Second Floor
201
Store
202
Laboratory
203
Medium size laboratory
204
Cold room
205
Cold room
206
Office
207
Office
208
Medium size laboratory
209
Office
210
Chemical store
210A
Staff ladies toilet
210B
Staff gents toilet
211
Kitchenette
212
Museum
213
Prep room
214
Laboratory
215
Glassware store
217
Laboratory – 30 students
226
Office
227
Office
228
Medium size laboratory
244
Office
127
245
Medium size laboratory
246
Medium size laboratory
247
Office
128
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Biology and Pharmacology
BUILDING
43 – Biology Extension
Room No
Description of room
Level 0 – Biology
R16
Aquarium / Large laboratory
R18
Cold room / Large laboratory
R20
Diving room and store
R21
Laboratory / Workshop
R23
Laboratory
R30
Pump room
R33
Gents toilet
R34
Switchboard room
R35
Ladies toilet
Water plant room
Garage
Stores partly in new building, partly in old building
Level 1 – Pharmacology
Laboratory
Office
Office / reception
Laboratory
3 more rooms – to be brought into use
Gents toilet
Server room
Ladies toilet
Level 2 – Biology
R9
Large store
R10
Large Laboratory
129
R11
Large Laboratory
R12
Office
R13
Large Laboratory
R14
Office
R15
7 Offices and a kitchenette
Gents toilet
Store
Ladies toilet
Level 3 – Biology
R1
Lecture room for 60students
R2
Laboratory
R3
Laboratory
R4
Laboratory
R5
Laboratory
R6
Laboratory
R7
Laboratory
R44
Gents toilet
R45
Store
R46
Ladies toilet
130
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
New Biomedical Extension
BUILDING
43 – Biomedical Sciences
Room No
Description of room
Level 3
15 Laboratories
29 Offices
6 Toilets
9 Corridors
Level 4
11 Laboratories
24 Offices
6 Toilets
8 Corridors
131
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
FACULTY OF ENGINEERING
BUILDING
44 - ENGINEERING BUILDING
Room No
Description of room
002
Office for 1 Beadle.
003
Office for 2 Administrative staff.
004
Office for Dean.
005
Office for 2 Administrative staff.
006
Board Room for up to 15 persons
007
Kitchenette/Photocopy Room
008
Small boxroom
010
Ladies single toilet
012
Office for Senior Faculty Officer.
014
Advanced Machining Lab for up to 2 students.
014 a
Office for Laboratory Officer.
014 b
Small lab part of 014 for up to 4 students
015
Workshop for up to 50 students
015 a
Small office for Workshop staff (1 person)
15 b
Store Room
15 d
Office for Laboratory Officer.
15 e
Part of 015 for up to 3 students
15 f
Thermodynamics & Fluids Laboratory for up to 10 students.
15 g
Small store (closed)
15 h
Switch room
016
Metrology Lab for up to 25 students.
017
018
CNC Lab. - Exhibition area for up to 20 students & CNC Machine Area for
up to 20 students.
Industrial Automation Lab for up to 20 students
018 a
Office for Laboratory Officer.
132
018 b
Part of 18 a (Store Room)
018 c
Concurrent Engineering Research Unit Lab for up to 10 students
022
Fluid Mechanics Laboratory for up to 40 students
022 a
Toilets
022 b
Office for Laboratory Officer.
023
Mechanical Engineering Store
024
Thermo Laboratory for up to 50 students.
024 a
Solid Body Laboratory for up to 20 students
024 b
Office for Laboratory Officer.
025
Toilets for staff
026
Toilets for staff
100
101
Office for Dept. of Industrial & Manufacturing Engineering, Head of
Department.
Office for 2 Administrative Staff.
102
Office for one Academic Staff.
103
Office for one Academic Staff.
104
Office for one Academic Staff.
105
Office for one Academic Staff.
106
Office for one Administrative Staff.
107
108
Office for Dept. of Metallurgy & Materials Engineering, Head of
Department.
Small box room
109
Staff Single Toilet
201
Office for 1 Foreign Lecturing Staff : Mechanical Department
202
Office for 1 Academic Staff : Industrial & Manufacturing Engineering
203 & 204
Engineering Lecture Theatre for up to 60 students
205
Office for 1 Academic Staff.
206
Office for 1 Research Assistant.
207
Lecture Room 1 for up to 20 students
208
Office for 2 Beadles.
209
Office for 1 Academic Staff.
210
Solid Body Mechanic Lab for up to 30 students.
211
Research Lab for 30 students.
133
212
Control Systems Lab for up to 25 students & office for 1 Technical Staff.
212 a
Office for 1 Lab Officer.
213
Side entrance to CAD Laboratory.
214 & 215
Computer Facilities Lab for up to students.
216
Computer Aided Design (CAD) Laboratory for up to 20 students.
217
Finite Element Analysis Lab for up to 20 students.
218
Engineering Drawing Room for up to 33 students.
219
Office for 1 Academic Staff.
220
Office for 1 Administrative Staff.
221
Office for 1 Academic Staff.
222
Office for 1 Academic Staff.
223
Office for 1 Academic Staff.
224
Office for 1 Academic Staff.
225
Office for 1 Academic Staff.
226
Office for 1 Academic Staff.
227
Small Box Room
228
Staff Single Toilet
229
Lift (there is only one lift in the building)
230 & 231
Electrical Power Lab for up to 40 students.
232
Small workshop part of part of Electrical Power Laboratory for 1 student
233
Power Electronics Laboratory for up to 25 students.
234
Men’s’ Toilets (Students)
235
Ladies’ Toilets (Students)
301
Office for 1 Academic Staff.
302
Lecture Room 5 for up to 22 students
303
Office for 1 Administrative Staff.
305
Office for 1 Academic Staff.
306
Lecture Room 6 for up to 22 students
307 & 309
Engineering Lecture Theatre balcony for up to 18 students
310
Lecture Room 7 for up to 22 students
134
311
Office for 1 Academic Staff.
312
Office for 1 Academic Staff.
313
Lecture Room 8 for up to 22 students
314
Office for 1 Academic Staff.
315
Office for 1 Academic Staff.
316
Office for 1 Academic Staff.
317
Conference Room for up to 15 persons : Manufacturing Engineering
318
Optoelectronics Laboratory for up to 25 students.
320
Electrical Technology Laboratory for up to 40 students.
321
Display area part of Laboratory 322
322
Electrical Machines Laboratory for up to 25 students.
323
Office for 1 Academic Staff.
324
Office for 2 Administrative Staff.
325
Office for 1 Academic Staff.
326
Office for 1 Academic Staff.
327
Office for 1 Academic Staff.
328
Office for 1 Academic Staff.
329
Office for 1 Academic Staff.
330
Office for 1 Academic Staff.
331
Small Box Room
332
Single Toilet for Staff
334
Electronic Systems Laboratory for up to 30 students.
335
Part of 335
336
UNIX Laboratory for up to 25 students
337
Door to 336
338
Electronics Laboratory for up to 30 students.
339
Students Toilets (Males)
340
Students Toilets (Females)
400
Small Photocopy room
401
Office for 1 Academic Staff.
402
Office for 1 Academic Staff.
135
403
Office for 1 Academic Staff.
404
Office for 2 Academic Staff.
405
Machine Intel & Comp. Laboratory for up to 4 students.
406
RF & Microwave Laboratory for up to 4 students.
407
Radio Communications Laboratory for up to 4 students.
408
Office for 1 Academic Staff.
409
Office for 1 Academic Staff.
410
Office for 1 Academic Staff.
411 & 412
Board Room for up to 15 persons
413
Office for 1 Academic Staff.
414
Office for 1 Academic Staff.
415
Office for 1 Academic Staff.
416
Office for 1 Academic Staff.
417
Research Laboratory.
418
Office for 1 Academic Staff.
419
Office for 1 Academic Staff.
420
Office for 1 Academic Staff.
421
Office for 1 Academic Staff.
422
Office for 1 Academic Staff.
423 & 424
Data Communications Laboratory for up to 20 students
426
Telecommunications Systems Laboratory for up to 20 students.
427 & 428 & 429
Signal Processing Laboratory for up to 15 students.
430
Computer Systems Laboratory for up to 30 students.
431
Students Toilets (Males)
432
Students Toilets (Females)
136
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
IT SERVICES
BUILDING
45 – NEW IT SERVICES BUILDING
Ref.
Description of room
Basement Level
-0
Garage / Store Area
Ground Floor Level
1
Open Access Area
2
Beadle’s Room
3
Foyer
4
User Coffee Area
5
Kitchenette
6
Store
7
Group Work Area
8
Lecture Room
9
User Support Front Office
10 – 11
Small Meeting Rooms
12
User Support Back Office
13
Senior Office
14
Printing Room
First Floor Level
01
User Coffee Area
2, 3,4,5,6
Lecture Rooms
07
Store
08
Multimedia Room
09
Senior Staff Office
10
8 Staff Members Open Plan Office
11 – 12
Meeting Rooms
13
4 Staff Members Open Plan Office
137
14
2 Staff Members Open Plan Office
15
Lecture Room
17
Video Conference Hall
19
Foyer
Second Floor Level
1
Director’s Office
2
Director’s Secretary Office
3
Deputy Director’s Office
4
Senior Administrative Officer Office
5
Administration Office
6
Staff Area
7,8,9,10,11
Staff Offices
12
NOC
13
Workshop
14
Office
15
Small Meeting Room
16
Board Room
17 – 18
Meeting Room
138
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Institute of Physical Education and Sport
BUILDING
49 - Sports Complex
Room No
Description of room
SPORTS PAVILION
UOM 101
Sports Manager’s Office
UOM 102/3
Lecture Room for up to 25 students
UOM 105
Education Office
UOM 106
Tutorial Room for up to 12 students
UOM 107
Kitchenette
UOM 108
Office for lecturer
UOM 109
Office for lecturer
UOM 110
Office for lecturer
Toilet upstairs
Gents & Ladies’ Showers & Toilets downstairs
SPORTS HALL
Gents & Ladies’ Dressing Rooms & Official Dressing Room
Press Room & Corridors
Parquet & Seats
IPES ADMINISTRATION BLDG.
UOM 201
Main hall lecture room for up to 60 students
UOM 202
Director’s Office
UOM 204
Office for 1 Administrative Staff.
UOM 205
Part-time Visiting Lecturer’s Office
UOM 207
Kitchenette
UOM 208
UOM 211
Gents Toilet
& one of the ladies toilet
Lecture Room for up to 25 students
UOM 212
Lecture Room for up to 25 students
Squash Court used for practical lectures for up to 25 students
UNIVERSITY OF MALTA
139
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Biology Department
BUILDING
Argotti Botanic Gardens
Room No
Description of room
1
Lecture room for 10 students
2
Herbarium
3
Laboratory for up to 5 students
4
Store room
5
Office for director and assistant
6
Seed bank
7
Ladies toilet
8
Gents toilet
9
Main corridor
10
Drying room and Lab
11
New Visitors Centre
140
DETAILED SPECIFICATION OF THE CLEANING SERVICES REQUIRED AND
OTHER INFORMATION
Cleaning Services to All Buildings on the
University Valletta Campus (Reference to
Bill 2)
DETAILED SPECIFICATION OF THE CLEANING
SERVICES REQUIRED
AND OTHER INFORMATION
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
141
DEPARTMENT
University Valletta Campus
BUILDING
Old University Building, Valletta
Ground Floor
5 large rooms (taking approx 50 pax each in theatre style)
1 server/control room
8 offices (fairly large)
2 long corridors
Toilets
First Floor
Library
Aula Magna
8 offices
Rector’s boardroom
3 lecture rooms (taking approx 35 pax each in theatre style)
2 long corridors
1 corridor
Top Floor
3 offices
2 lecture rooms (taking 26 pax each)
2 meeting rooms (taking approx 25 pax each in theatre style)
1 lecture room (taking 50 pax)
Lobby
Hall (taking 196 pax)
Toilets
142
Specification of the Cleaning Services required For The University Valletta Campus
5.2
GENERAL
5.2.1
The Contractor must observe all Health and Safety requirements in accordance with Maltese
legislation, including working in laboratories where there may be dangerous chemicals and
working at high heights.
5.2.2
The Contractor is to supply all cleaning equipment and materials, including all plastic bags
required for paper and other waste/soil containers.
5.2.3
The Contractor is to supply and fix all toiletries, toilet paper and liquid soap.
5.2.4
The Contractor shall provide all tools and equipment and shall be responsible for the transfer
of his staff and materials/tools to and from the site of work. A gantry crane is to be provided
for window cleaning where necessary.
5.2.5
The materials and tools of every kind used are to be free from defects and, unless otherwise
specified are to be of the best description of their respective kinds. The workmanship is to
be of first class quality, and the degree of finish such as the Employer shall require.
5.2.6
The Contractor shall provide and shall be deemed to have included in his price for all
equipment and machinery required to clean the various floor finishes. Examples of equipment
required include but are not restricted to vinyl polishers, parquet polishers, vacuum cleaners
for carpets and scrubbers for terrazzo and ceramic tiles.
5.2.7
The Contractor will provide suitably designed trolleys to his employees for safe and efficient
execution of the work. It is the responsibility of the Contractor to provide all protective
clothing, including gloves, masks and goggles to all staff working in laboratories where any
chemical is in use. The Contractor shall provide all cleaning materials for all blocks and all
toiletries required in each toilet.
5.2.8
The Employer may adopt any means he may deem fit to satisfy itself that the materials/tools
used are adequate, and shall have the power throughout the contract to inspect, without
giving notice, the entire work or any part thereof at every stage of progress and wherever the
work, or any part thereof may be in progress, to reject any work of which it may disapprove.
5.2.9
The Contractor’s staff must comply with the Employer’s instructions regarding dress and
behaviour on site. The Contractor shall submit to the Employer the names, ID cards and
workbook numbers of all staff working in the Buildings.
5.2.10
The Contractor will provide as many supervisors as are required to supervise the Works.
5.2.11
The Contractor must provide a list of cleaners, their workbook number and their assigned
floors or areas. If the Contractor wishes to change any cleaners between floors or areas, he
must obtain approval of the Director Estates & Works. It is very important that the Contractor
should make the least possible changes of personnel assigned to each Building.
5.2.12
The Contractor shall submit a copy of the attendance sheet, every month for payment
purposes.
143
5.2.13
It is the duty of the cleaners assigned to each block to report to the Faculty Officer of the
Department every morning.
5.2.14
The Employer reserves the right to change the hours stipulated below in line with the
availability of the respective areas and the usage of lecture rooms.
5.2.15
Cleaners shall be in attendance for a daily minimum of 8 working hours preferably from 7.00
a.m. to 4.00 p.m. with a minimum of 45 minutes breaks. Any cleaners on vacation leave
shall be replaced at no extra cost to the Employer.
5.2.16
DAILY DUTIES
5.2.16.1
Toilets in all blocks
5.2.16.1.1
Clean and wash toilets a minimum of three times daily, including disinfecting and servicing to
same between 7.00 a.m. to 8.00 a.m., 11.00 a.m. to 12.00 noon and 2.00 to 3.00 pm. or at
alternative times to be agreed between the Contractor and the Director, Estate & Works.
5.2.16.2
Lecture Rooms and Theatres, Classrooms, and Laboratories and all other
areas
5.2.16.3
All lecture rooms and theatres, classrooms and laboratories must be cleaned before the start
of lectures at 8.00 a.m. and preferably between 7.00 a.m. and 8.00 a.m. daily.
5.2.16.4
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.2.16.5
Empty and wipe waste paper containers and replace plastic bags.
5.2.16.6
Arrange tables and chairs in lecture rooms.
5.2.16.7
Library and Foyer
5.2.16.7.1
Library and foyer must be cleaned before 8.00 a.m. and preferably between 7.00 a.m. and
8.00 a.m. daily.
5.2.16.7.2
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.2.16.7.3
teaching
Empty and wipe waste paper containers and replace plastic bags.
5.2.16.7.4
Arrange tables and chairs.
5.2.16.8
Lobbies, Stairways and Corridors in all blocks and Students House Common Room
5.2.16.8.1
Sweep and wash.
5.2.16.8.2
Wipe clean all handrails using a disinfectant cleaning solution.
5.2.16.8.3
Dust/Wipe notice boards, window sills, picture frames and doors.
5.2.16.9
Teaching & Administrative Staff Offices, Reception Staff Rooms and Kitchenettes
5.2.16.9.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.2.16.9.2
Empty and wipe waste paper containers and replace plastic bags.
144
5.2.17
WEEKLY DUTIES
5.2.17.1
Academic Staff Offices
5.2.17.1.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.2.17.1.2
Wash all floors thoroughly – non-carpeted area
5.2.17.1.3
Vacuum clean all carpets
5.2.17.2
Lecture Rooms and Theatre, Classrooms and Laboratories and all other teaching areas
5.2.17.3
Clean and thoroughly wash floors and all other washable surfaces.
5.2.17.4
Clean all laboratory bench tops, sinks, fume cupboards and preparation areas.
5.2.18
MONTHLY DUTIES
5.2.18.1
Wash windows of all blocks from the inside and outside.
5.2.18.2
Shampoo any carpets and remove localized stains.
5.2.18.3
Sweep and clean roof areas of all blocks.
5.2.18.4
Clean all doors to lecture rooms, toilets and offices to remove all finger marks using
appropriate materials and polishing liquids.
5.2.18.5
Clean all light fittings to remove any accumulated dust and all switches to remove finger
marks.
5.2.18.36
Spot clean telephones and sanitise receivers.
5.2.19
ANNUAL DUTIES (not applicable)
Major annual clean of all buildings during the summer recess and before the start of the
academic year.
NB: - Other cleaning duties specified in the Specification of the Cleaning Services required for the
University Campus may apply.
145
DETAILED SPECIFICATION OF THE CLEANING SERVICES REQUIRED AND
OTHER INFORMATION
Cleaning Services to All Buildings at the
Gozo Centre (Reference to Bill 3)
DETAILED SPECIFICATION OF THE CLEANING
SERVICES REQUIRED
AND OTHER INFORMATION
UNIVERSITY OF MALTA
146
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
University Gozo Centre
BUILDING
University of Gozo Campus
Room No
Description of room
Ground Floor
1
3 Lecture Rooms (Small Size)
2
2 Lecture Rooms ( Large Size)
3
3 Offices
4
Corridors
5
8 Toilets
6
Small Kitchenette
7
Stairs & Courtyard
First Floor
1
4 Small Lecture Rooms
2
1 Medium Lecture Room
3
1 Large Lecture Room
4
2 Offices
5
Corridors
6
8 Toilets
7
Library
New Wing / Atmospheric
1
Small Lecture Room
2
6 Offices
3
4 Toilets
4
2 Computer Labs
5
Corridor / Courtyard
147
Specification of the Cleaning Services required For The Gozo Centre
5.3
GENERAL
5.3.1
The Contractor must observe all Health and Safety requirements in accordance with Maltese
legislation, including working in laboratories where there may be dangerous chemicals and
working at high heights.
5.3.2
The Contractor is to supply all cleaning equipment and materials, including all plastic bags
required for paper and other waste/soil containers.
5.3.3
The Contractor is to supply and fix all toiletries, toilet paper and liquid soap.
5.3.4
The Contractor shall provide all tools and equipment and shall be responsible for the transfer
of his staff and materials/tools to and from the site of work. A gantry crane is to be provided
for window cleaning where necessary.
5.3.5
The materials and tools of every kind used are to be free from defects and, unless otherwise
specified are to be of the best description of their respective kinds. The workmanship is to
be of first class quality, and the degree of finish such as the Employer shall require.
5.3.6
The Contractor shall provide and shall be deemed to have included in his price for all
equipment and machinery required to clean the various floor finishes. Examples of equipment
required include but are not restricted to vinyl polishers, parquet polishers, vacuum cleaners
for carpets and scrubbers for terrazzo and ceramic tiles.
5.3.7
The Contractor will provide suitably designed trolleys to his employees for safe and efficient
execution of the work. It is the responsibility of the Contractor to provide all protective
clothing, including gloves, masks and goggles to all staff working in laboratories where any
chemical is in use. The Contractor shall provide all cleaning materials for all blocks and all
toiletries required in each toilet.
5.3.8
The Employer may adopt any means he may deem fit to satisfy itself that the materials/tools
used are adequate, and shall have the power throughout the contract to inspect, without
giving notice, the entire work or any part thereof at every stage of progress and wherever the
work, or any part thereof may be in progress, to reject any work of which it may disapprove.
5.3.9
The Contractor’s staff must comply with the Employer’s instructions regarding dress and
behaviour on site. The Contractor shall submit to the Employer the names, ID cards and
workbook numbers of all staff working in the Buildings.
5.3.10
The Contractor will provide as many supervisors as are required to supervise the Works.
5.3.11
The Contractor must provide a list of cleaners, their workbook number and their assigned
floors or areas. If the Contractor wishes to change any cleaners between floors or areas, he
must obtain approval of the Director Estates & Works. It is very important that the Contractor
should make the least possible changes of personnel assigned to each Building.
5.3.12
The Contractor shall submit a copy of the attendance sheet, every month for payment
purposes.
148
5.3.13
It is the duty of the cleaners assigned to each block to report to the Faculty Officer of the
Department every morning.
5.3.14
The Employer reserves the right to change the hours stipulated below in line with the
availability of the respective areas and the usage of lecture rooms.
5.3.15
Cleaners shall be in attendance for a daily minimum of 8 working hours preferably from 7.00
a.m. to 4.00 p.m. with a minimum of 45 minutes breaks. Any cleaners on vacation leave
shall be replaced at no extra cost to the Employer.
5.3.16
DAILY DUTIES
5.3.16.1
Toilets in all blocks
5.3.16.1.1
Clean and wash toilets a minimum of three times daily, including disinfecting and servicing to
same between 7.00 a.m. to 8.00 a.m., 11.00 a.m. to 12.00 noon and 2.00 to 3.00 pm. or at
alternative times to be agreed between the Contractor and the Director, Estate & Works.
5.3.16.2
Lecture Rooms and Theatres, Classrooms, and Laboratories and all other
areas
5.3.16.2.1
All lecture rooms and theatres, classrooms and laboratories must be cleaned before the start
of lectures at 8.00 a.m. and preferably between 7.00 a.m. and 8.00 a.m. daily.
5.3.16.2.2
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.3.16.2.3
Empty and wipe waste paper containers and replace plastic bags.
5.3.16.2.4
Arrange tables and chairs in lecture rooms.
5.3.16.3
Library and Foyer
5.3.16.3.1
Library and foyer must be cleaned before 8.00 a.m. and preferably between 7.00 a.m. and
8.00 a.m. daily.
5.3.16.3.2
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.3.16.3.2
teaching
Empty and wipe waste paper containers and replace plastic bags.
5.3.16.3.3
Arrange tables and chairs.
5.3.16.4
Lobbies, Stairways and Corridors in all blocks and Students House Common Room
5.3.16.4.1
Sweep and wash.
5.3.16.4.2
Wipe clean all handrails using a disinfectant cleaning solution.
5.3.16.4.2
Dust/Wipe notice boards, window sills, picture frames and doors.
5.3.16.5
Teaching & Administrative Staff Offices, Reception Staff Rooms and Kitchenettes
5.3.16.5.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.3.16.5.2
Empty and wipe waste paper containers and replace plastic bags.
149
5.3.17
WEEKLY DUTIES
5.3.17.1
Academic Staff Offices
5.3.17.1.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.3.17.1.2
Wash all floors thoroughly – non-carpeted area
5.3.17.1.3
Vacuum clean all carpets
5.3.17.2
Lecture Rooms and Theatre, Classrooms and Laboratories and all other teaching areas
5.3.17.2.1
Clean and thoroughly wash floors and all other washable surfaces.
5.3.17.2.2 Clean all laboratory bench tops, sinks, fume cupboards and preparation areas.
5.3.18
MONTHLY DUTIES
5.3.18.1
Wash windows of all blocks from the inside and outside.
5.3.18.2
Shampoo any carpets and remove localized stains.
5.3.18.3
Sweep and clean roof areas of all blocks.
5.3.18.4
Clean all doors to lecture rooms, toilets and offices to remove all finger marks using
appropriate materials and polishing liquids.
5.3.18.5
Clean all light fittings to remove any accumulated dust and all switches to remove finger
marks.
5.3.18.6
Spot clean telephones and sanitise receivers.
5.3.19
ANNUAL DUTIES (not applicable)
Major annual clean of all buildings during the summer recess and before the start of the
academic year.
NB: - Other cleaning duties specified in the Specification of the Cleaning Services required for
the University Campus may apply.
150
Cleaning Services to All Buildings on the
Junior College Campus (Reference to Bill 4)
DETAILED SPECIFICATION OF THE CLEANING
SERVICES REQUIRED
151
AND OTHER INFORMATION
Specification of the Cleaning Services required At The
Junior College
5.4
GENERAL
5.4.1
The Contractor must observe all Health and Safety requirements in accordance with Maltese
legislation, including working in laboratories where there may be dangerous chemicals and
working at high heights.
5.4.2
The Contractor is to supply all cleaning equipment and materials, including all plastic bags
required for paper and other waste/soil containers.
5.4.3
The Contractor is to supply and fix all toiletries, toilet paper and liquid soap.
5.4.4
The Contractor shall provide all tools and equipment and shall be responsible for the transfer
of his staff and materials/tools to and from the site of work. A gantry crane is to be provided
for window cleaning where necessary.
5.4.5
The materials and tools of every kind used are to be free from defects and, unless otherwise
specified are to be of the best description of their respective kinds. The workmanship is to
be of first class quality, and the degree of finish such as the Employer shall require.
5.4.6
The Contractor shall provide and shall be deemed to have included in his price for all
equipment and machinery required to clean the various floor finishes. Examples of equipment
required include but are not restricted to vinyl polishers, parquet polishers, vacuum cleaners
for carpets and scrubbers for terrazzo and ceramic tiles.
5.4.7
The Contractor will provide suitably designed trolleys to his employees for safe and efficient
execution of the work. It is the responsibility of the Contractor to provide all protective
clothing, including gloves, masks and goggles to all staff working in laboratories where any
chemical is in use. The Contractor shall provide all cleaning materials for all blocks and all
toiletries required in each toilet.
5.4.8
The Employer may adopt any means he may deem fit to satisfy itself that the materials/tools
used are adequate, and shall have the power throughout the contract to inspect, without
giving notice, the entire work or any part thereof at every stage of progress and wherever the
work, or any part thereof may be in progress, to reject any work of which it may disapprove.
5.4.9
The Contractor’s staff must comply with the Employer’s instructions regarding dress and
behaviour on site. The Contractor shall submit to the Employer the names, ID cards and
workbook numbers of all staff working in the Buildings.
5.4.10
The Contractor will provide as many supervisors as are required to supervise the Works.
5.4.11
The Contractor must provide a list of cleaners, their workbook number and their assigned
floors or areas. If the Contractor wishes to change any cleaners between floors or areas, he
must obtain approval of the Estate & Works Director. It is very important that the Contractor
should make the least possible changes of personnel assigned to each Building.
5.4.12
On a daily basis, the Contractor shall submit attendance sheets.
5.4.13
It is the duty of all cleaners to report to the Employer’s House Services Manager at the Junior
College on a daily basis to sign the daily attendance sheets.
152
5.4.14
The Employer reserves the right to change the hours stipulated below in line with the
availability of the respective areas and the usage of lecture rooms.
5.4.15
Full-time cleaners shall be in attendance for a daily minimum of 8 working hours from 7.00
a.m. to 4 p.m. with a minimum of 45 minutes breaks. Any cleaners on vacation leave shall be
replaced at no extra cost to the Employer.
5.4.16
Part-time cleaners shall be in attendance for a daily minimum of 4 working hours from 4.00
p.m. to 8 p.m. Any cleaners on vacation leave shall be replaced at no extra cost to the
Employer.
5.4.17
The Employer requires that certain areas of the building, including but not restricted to
lecture rooms, laboratories, foyers, corridors and art room shall be cleaned after the
completion of all lectures i.e. between 4 p.m. and 8 p.m.
5.4.18
The Contractor shall be responsible for ensuring that all of his cleaners are adequately
trained and proficient in carrying out the works.
5.4.19
The following is an indicative list of cleaning duties to be carried out and may be changed by
the Employer according to requirements.
5.4.20
DAILY DUTIES
5.4.20.1
Toilets
5.4.20.1.1
Clean and wash toilets a minimum of twice daily including disinfecting and service to same
between 12.00 p.m. to 1.00 p.m. and between 5.00 p.m. to 7.00 p.m.
5.4.20.2
Lecture Rooms, Laboratories, Study Area, Library and Foyer
5.4.20.2.1
Dust/Wipe and clean all furniture, fittings, sinks, equipment, all tables and chairs,
whiteboards, window ledges, doors and sweep all floors. Empty and wipe waste paper
containers and replace plastic bags.
5.4.20.2.2
Arrange tables and chairs in lecture rooms.
5.4.20.3
Stairways, Corridors and Students Common Room
5.4.20.3.1
Sweep and wash daily.
5.4.20.3.2
Dust/Wipe and clean notice boards, window sills, picture frames and doors.
5.4.20.4
Lecturer’s Offices
5.4.20.4.1
Empty and wipe waste paper containers and replace plastic bags.
5.4.20.5
Administration Offices, Reception, Beadles Staff Room and Kitchenette
5.4.20.5.1
Dust/Wipe and clean furniture, fittings, equipment, desks and chairs, window edges and all
other edges, telephone handsets and doors.
5.4.20.5.2
Vacuum, clean all carpets.
5.4.20.5.3
Empty and wipe waste paper containers and replace plastic bags.
5.4.21
DUTIES EVERY TWO DAYS
5.4.21.1
Chapel
5.4.21.1.1
Vacuum, clean all carpets.
5.4.21.1.2
Dust/Wipe and clean benches, furniture, window sills, bins and doors.
153
5.4.21.1.3 Wash all floors thoroughly.
5.4.21.2
Gymnasium Building
5.4.21.2.1
Dust/Wipe and clean all furniture, fittings, equipment and doors.
5.4.21.2.2
Clean and wash toilets, changing rooms and showers including disinfecting and service to
name.
5.4.21.3
Auditorium
5.4.21.3.1
Dust/Wipe and clean all furniture, fittings, equipment and doors.
5.4.21.3.22
Clean and wash toilets, changing rooms and showers including disinfecting and service to
name.
5.4.22
5.4.22.1
WEEKLY DUTIES
Lecturer’s Offices and Room 247, S.O.K. Workshop and Computer
Laboratories
5.4.22.1.1
Dust/Wipe furniture, fittings, equipment, desks and chairs, window ledges
and all other edges, telephone handsets and doors.
5.4.22.1.2
Vacuum, clean all carpets.
5.4.22.1.3
Wash all floors thoroughly.
5.4.22.2
Arts Department:
5.4.22.2.1
Dust/Wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.4.22.3
Lecture Rooms, Laboratories, Study Area, Library and Foyer:
5.4.22.3.1
To be washed thoroughly.
5.4.23
MONTHLY DUTIES
5.4.23.1
Shampoo any carpets and remove localised stains.
5.4.23.2
Sweep and clean roof area of each block.
5.4.23.3
Wash windows from the inside.
5.4.23.4
Wash windows from the outside, including working at high heights.
5.4.24 ANNUAL DUTIES (not
applicable)
Major cleaning of all the Junior College premises during the summer period
and before the start of the academic year.
5.4.25
Schedule of Areas of Buildings to Be Cleaned At The Junior College
Ref
Description
Areas (m2)*
1
Lower ground floor (basement)
1950
2
Ground floor
5025
3
First floor
4475
154
4
Second floor
2700
5
Third floor
2825
6
Fourth floor
2825
7
Periphery buildings
375
* Areas are approximate gross areas and include circulation
155
5.4.26
Schedules Of Accommodation At The Junior College
The following schedule of accommodation has been prepared on a floor by floor basis. The scheduled
accommodation listed generally excludes all circulation and communication areas such as lobbies, corridors,
stairs, lifts etc. Due allowance should be made for these additional areas in the tenders.
5.4.26.1 Junior College – Site Plan
156
JUNIOR COLLEGE
DEPARTMENT
All departments at the Junior College
BUILDING
Junior College
Description of room
Lower ground floor (basement)
Five (5) offices
Seven (7) lecture rooms
Two (2) sets of toilets
Students common room
Ground floor
Sixteen (16) offices
Fifteen (15) lecture rooms
Seven (7) sets of toilets
Three (3) biology laboratories
One biology prep room
Foyer
Reception
Staff room
Conference room
Gymnasium
Gymnasium female changing and toilets
Chapel
Arts department
157
First floor
Twenty four (24) offices
Seventeen (17) lecture rooms
Seven (7) sets of toilets
Three (3) physics laboratories
Three (3) chemistry laboratories
One (1) home economics laboratory
One physics prep room
One chemistry prep room
One (1) kitchenette
Auditorium
Study area
Environmental and Engineering Drawing Department
Boardroom
Gymnasium male changing and toilets
Second floor
Eight (8) offices
Nine (9) lecture rooms
Two (2) sets of toilets
Six computer labs
Library
Room 247
Third floor
Twenty seven (27) offices
158
Eight (8) lecture rooms
Two (2) sets of toilets
One (1) kitchenette
Fourth floor
Five (5) offices
Eighteen (18) lecture rooms
Two (2) sets of toilets
One (1) chemistry laboratory
One (1) science museum
One (1) chemistry prep room
Periphery buildings
Systems of Knowledge workshop
E.U. Building Block A
Eight (8) Lecture Rooms
Four (4) Sets of Toilets
E.U. Building Block B
Eighteen (18) Lecture Rooms
Two (2) Kitchenettes
Four (4) Sets of Toilets
Ex. Adult Centre
Seven (7) Lecture Rooms
Two (2) Toilets
Staff Common Room
Music Room
Junior College Premises
159
Cleaning Services to all Areas of the
Faculty of Health Sciences (ex Medical
School) at the Mater Dei Hospital, TalQroqq. (Reference to Bill 5)
DETAILED SPECIFICATION OF THE CLEANING
SERVICES REQUIRED
AND OTHER INFORMATION
160
Specification of the Cleaning Services required For Faculty of Health Sciences
Areas (ex Medical School) at the Mater Dei Hospital
5.5
GENERAL
5.5.1
The Contractor must observe all Health and Safety requirements in accordance with Maltese
legislation, including working in laboratories where there may be dangerous chemicals and
working at high heights.
5.5.2
The Contractor is to supply all cleaning equipment and materials, including all plastic bags
required for paper and other waste/soil containers.
5.5.3
The Contractor is to supply and fix all toiletries, toilet paper and liquid soap.
5.5.4
The Contractor shall provide all tools and equipment and shall be responsible for the transfer
of his staff and materials/tools to and from the site of work. A gantry crane is to be provided
for window cleaning where necessary.
5.5.5
The materials and tools of every kind used are to be free from defects and, unless otherwise
specified are to be of the best description of their respective kinds. The workmanship is to
be of first class quality, and the degree of finish such as the Employer shall require.
5.5.6
The Contractor shall provide and shall be deemed to have included in his price for all
equipment and machinery required to clean the various floor finishes. Examples of equipment
required include but are not restricted to vinyl polishers, parquet polishers, vacuum cleaners
for carpets and scrubbers for terrazzo and ceramic tiles.
5.5.7
The Contractor will provide suitably designed trolleys to his employees for safe and efficient
execution of the work. It is the responsibility of the Contractor to provide all protective
clothing, including gloves, masks and goggles to all staff working in laboratories where any
chemical is in use. The Contractor shall provide all cleaning materials for all blocks and all
toiletries required in each toilet.
5.5.8
The Employer may adopt any means he may deem fit to satisfy itself that the materials/tools
used are adequate, and shall have the power throughout the contract to inspect, without
giving notice, the entire work or any part thereof at every stage of progress and wherever the
work, or any part thereof may be in progress, to reject any work of which it may disapprove.
5.5.9
The Contractor’s staff must comply with the Employer’s instructions regarding dress and
behaviour on site. The Contractor shall submit to the Employer the names, ID cards and
workbook numbers of all staff working in the Buildings.
5.5.10
The Contractor will provide as many supervisors as are required to supervise the Works.
5.5.11
The Contractor must provide a list of cleaners, their workbook number and their assigned
floors or areas. If the Contractor wishes to change any cleaners between floors or areas, he
must obtain approval of the Estate & Works Director. It is very important that the Contractor
should make the least possible changes of personnel assigned to each Building.
5.5.12
The Contractor shall submit a copy of the attendance sheet, every month for payment
purposes.
161
5.5.13
It is the duty of the cleaners assigned to each area to report to the Faculty Officer every
morning.
5.5.14
The Employer reserves the right to change the hours stipulated below in line with the
availability of the respective areas and the usage of lecture rooms.
5.5.15
Cleaners shall be in attendance for a daily minimum of 8 working hours preferably from 7.00
a.m. to 4.00 p.m. with a minimum of 45 minutes breaks. Any cleaners on vacation leave
shall be replaced at no extra cost to the Employer.
5.5.16
Cleaners must have a timetable for their various tasks with the priority of cleaning toilets
and lecture rooms before the start of the lectures at 8.00am. The timetable is important
both for the cleaners and the members of staff in each department.
5.5.17
It is important that all toilets are thoroughly cleaned regularly, subject to a minimum of
three times daily.
5.5.18
It is the responsibility of the Contractor’s supervisors to report any breakages or damaged
fittings to the Estates and Works Director for the necessary repairs.
5.5.19
Special arrangements shall be made between the Contractor and the Director, Estates &
Works on working hours during the summer schedule for the major cleaning before the start
of the first semester in October and any comprehensive cleaning carried out on certain
Saturdays.
5.5.20
Cleaners responsible for cleaning more than one building should inform the officer in charge
of each building on arrival and before leaving the building.
5.5.21
The Contractor shall be responsible for ensuring that all of his cleaners are adequately
trained and proficient in carrying out the works.
5.5.22
The following is an indicative list of cleaning duties to be carried out and may be changed by
the Employer according to requirements.
5.5.23
DAILY DUTIES
5.5.23.1
Toilets in all areas
5.5.23.1.1
Clean and wash toilets a minimum of three times daily, including disinfecting and servicing to
same between 7.00 a.m. to 8.00 a.m., 11.00 a.m. to 12.00 noon and 2.00 to 3.00 pm. or at
alternative times to be agreed between the Contractor and the Estate & Works Director.
5.5.23.2
Lecture Rooms and Theatres, Classrooms, and Laboratories and all other teaching areas
5.5.23.2.1
All lecture rooms and theatres, classrooms and laboratories must be cleaned before the start
of lectures at 8.00 a.m. and preferably between 7.00 a.m. and 8.00 a.m. daily.
5.5.23.2.2
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.5.23.2.3
Empty and wipe waste paper containers and replace plastic bags.
5.5.23.2.4
Arrange tables and chairs in lecture rooms.
5.5.23.3
Library and Foyer
5.5.23.3.1
Library and foyer must be cleaned before 8.00 a.m. and preferably between 7.00 a.m. and
8.00 a.m. daily.
162
5.5.23.3.2
5.5.23.3.3
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
Empty and wipe waste paper containers and replace plastic bags.
5.5.23.3.4
Arrange tables and chairs.
5.5.23.4
Lobbies, Stairways and Corridors in all areas
5.5.23.4.1
Sweep and wash.
5.5.23.4.2
Wipe clean all handrails using a disinfectant cleaning solution.
5.5.23.4.3
Dust/Wipe notice boards, window sills, picture frames and doors.
5.5.23.5
Teaching & Administrative Staff Offices, Reception Staff Rooms and Kitchenettes
5.5.23.5.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.5.23.5.2
Empty and wipe ashtrays.
5.5.23.5.3
Empty and wipe waste paper containers and replace plastic bags.
5.5.24
WEEKLY DUTIES
5.5.24.1
Academic Staff Offices
5.5.24.1.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all
ledges, telephone handsets and doors.
5.5.24.1.2
Wash all floors thoroughly – non-carpeted area.
5.5.24.1.3
Vacuum clean all carpets
5.5.24.2
Lecture Rooms and Theatre, Classrooms and Laboratories and all other teaching areas
5.5.24.2.1
Clean and thoroughly wash floors and all other washable surfaces.
5.5.24.2.2
Clean all laboratory bench tops, sinks, fume cupboards and preparation areas.
5.5.24.3
Library and Foyer
5.5.24.3.1
Clean and thoroughly wash floors and all other washable surfaces.
5.5.25
MONTHLY DUTIES
5.5.25.1
Wash windows of all blocks from the inside and outside.
5.5.25.2
Shampoo any carpets and remove localized stains.
5.5.25.3
Sweep and clean roof areas of all blocks.
other
163
5.5.25.4
Clean all doors to lecture rooms, toilets and offices to remove all finger marks using
appropriate materials and polishing liquids.
5.5.25.5
Clean all light fittings to remove any accumulated dust and all switches to remove finger
marks.
5.5.25.6
Spot clean telephones and sanitise receivers.
5.5.26
ANNUAL DUTIES (not applicable)
Major annual clean of all buildings during the summer period and before the start of the
academic year.
164
5.5.27
Schedule Of Areas To Be Cleaned At The Faculty of Health Sciences
Ref
Main buildings on campus
Areas
(m2)*
1
Faculty of Health Sciences Offices (Block A, Level 0),
310
2
Auditorium (Block A – Level 1),
330
3
Lecture Rooms 4 & 5 (Block C – Level 1),
320
4
Library
154
5
Laboratories
46
6
Seminar Rooms (Block E, Level -1),
98
7
Penthouse (Blue Wards – 3rd Floor)
72
8
Toilets
27
165
5.5.28
Schedules Of Accommodation at the Faculty of Health Sciences – Mater Dei
Hospital
The following schedules of accommodation have been prepared for each area to be cleaned.
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Health Sciences.
BUILDING
Located at Mater Dei Hospital
LEVEL
Room No
Description of room
1
Library
2
Office for Secretary
3
Store
4
Laboratory
5
Laboratory
6
Office for lecturer
7
Office for lecturer
8a
Gents Toilet
8b
Ladies Toilet
9
Lecture room for 30 students
10
Office for Director
11/1
Office for lecturer
11/2
Office for lecturer
11/3
Office for lecturer
11/4
Office for lecturer
166
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Health Sciences.
BUILDING
Located at Mater Dei Hospital
LEVEL
Faculty of Health Sciences Offices (Block A, Level 0), Auditorium (Block A
– Level 1), Lecture Rooms 4 & 5 (Block C – Level 1), Seminar Rooms (Block
E, Level -1), Penthouse (Blue Wards – 3rd Floor)
Room No
Description of room
A110300
Office – Head, Department of Medicine
A110301
Office – Head Department of Surgery
A110302
Office – Head, Department of Paediatrics
A110303
Office – Lecturers, Obstetrics and Gynaecology
A110304
Office – Head, Department of Psychiatry
A110305
Office – Lecturers, Department of Pathology
A110306
Office
A110307
Office – Kuwaiti Medical Programme
A110308
Office
A110309
Office
A110310
Office
A110311
Office – Department of Family Medicine
Room No
Description of room
167
A110312
Office – Department of Public Health
A110313
Office – Department of Clinical Pharmacology
A110314
Office
A110315
Office – Malta Medical Journal
A110316
Store
A110317
Store
A110318
Meeting Room 3
A110319
Meeting Room 2
A110320
Meeting Room 1
A110321
Security Room
A110322
Electrical Room (NO ACCESS)
A110323
Office – Lecturers, Dental Surgery
A110324
Office – Head, Department of Obstetrics and Gynaecology
A110325
Office – Lecturers, Department of Surgery
A110326
Corridor
A110327
Corridor
A110328
Corridor
Room No
Description of room
168
A110329
Office, Head, Department of Pathology
A110330
Office, Lecturers – Department of Medicine
A110331
Pathology Museum
A110332
Office – Faculty of Health Sciences Electives Coordinator
A110333
Office – Faculty of Health Sciences Electives/Sims Office
A110334
Faculty of Health Sciences Office
A110335
Office - Dean – Faculty of Medicine and Surgery
A110336
Office – Dean’s Secretary, Medicine and Surgery
A110338
Corridor
A110339
Office
A110340
Photocopier Room
A110341
Office – Dean, Dental Surgery
A110342
Office – Dean’s Secretary, Dental Surgery
A110343
Ante Room
A110344
Toilet
A110345
Toilet
A110346
Toilet
Room No
Description of room
169
A110347
Toilet
A110348
Toilet
A110349
Toilet
A110350
Ante Room
A110351
Toilet
A110352
Cleaner’s Room
A110353
Electrical Room – NO ACCESS
A110354
Faculty of Health Sciences Board Room
A110355
Kitchen Common Room
A110356
Conference Room
A110357
Technical Room (NO ACCESS)
A110358
Office of the Faculty of Health Sciences – Administrative Officer
A110359
Secretaries Office for 2 members of Staff
A110360
Office – for 2 members of Staff
A110361
Corridor
A110362
Corridor
A110363
Corridor
Room No
Description of room
170
A110364
Office – for 2 members of Staff
A110365
Office
A110366
Research Fellows Office
A110367
Office – Audiovisual Manager
A110368
Skills Laboratory
A110369
WC
A110370
Store
A110371
Disposal Room
A110372
Office of the Faculty of Health Sciences – Administrative Assistant
A110373
Research Laboratory
A110379
Corridor
A110380
Corridor
A110381
Lobby
A110383
Corridor
A110384
Library
A110385
Lobby
A110386
Passage (NO ACCESS)
Room No
Description of room
171
A110387
Passage (NO ACCESS)
A110388
Corridor
A110389
Electrical Rooms (NO ACCESS)
A110390
Electrical Rooms (NO ACCESS)
A110391
Store (Near Library)
A110392
Toilet
A110393
Ante Room
A110400
Gas (NO ACCESS)
A110401
Electrical Room (NO ACCESS)
A310011
Corridor
A310012
Entrance
A310001
Entrance Hall
A311006
Auditorium
A311012
Auditorium
A311013
Auditorium
A312001
Projector Room
C311008
Projector Room
Room No
Description of room
172
C211009
Lecture Room 4
C211010
Store
C211011
Lecture Room 5
C211012
Projector Room
E109352
Seminar Room
E109363
Seminar Room
E109364
Seminar Room
C213814
Penthouse Lecture Room
C213815
Penthouse – Lecture Room
Cleaning Services to all Areas of the Faculty of
Health Sciences (ex IHC) at the Mater Dei
Hospital, Tal- Qroqq. (Reference to Bill 6)
DETAILED SPECIFICATION OF THE CLEANING
SERVICES REQUIRED
AND OTHER INFORMATION
173
Specification of the Cleaning Services required for Faculty of Health Sciences Areas (ex
IHC), at the Mater Dei Hospital
5.6
GENERAL
5.6.1
The Contractor must observe all Health and Safety requirements in accordance with Maltese
legislation, including working in laboratories where there may be dangerous chemicals and
working at high heights.
5.6.2
The Contractor is to supply all cleaning equipment and materials, including all plastic bags
required for paper and other waste/soil containers.
5.6.3
The Contractor is to supply and fix all toiletries, toilet paper and liquid soap.
5.6.4
The Contractor shall provide all tools and equipment and shall be responsible for the transfer
of his staff and materials/tools to and from the site of work. A gantry crane is to be provided
for window cleaning where necessary.
5.6.5
The materials and tools of every kind used are to be free from defects and, unless otherwise
specified are to be of the best description of their respective kinds. The workmanship is to
be of first class quality, and the degree of finish such as the Employer shall require.
5.6.6
The Contractor shall provide and shall be deemed to have included in his price for all
equipment and machinery required to clean the various floor finishes. Examples of equipment
required include but are not restricted to vinyl polishers, parquet polishers, vacuum cleaners
for carpets and scrubbers for terrazzo and ceramic tiles.
5.6.7
The Contractor will provide suitably designed trolleys to his employees for safe and efficient
execution of the work. It is the responsibility of the Contractor to provide all protective
clothing, including gloves, masks and goggles to all staff working in laboratories where any
chemical is in use. The Contractor shall provide all cleaning materials for all blocks and all
toiletries required in each toilet.
5.6.8
The Employer may adopt any means he may deem fit to satisfy itself that the materials/tools
used are adequate, and shall have the power throughout the contract to inspect, without
giving notice, the entire work or any part thereof at every stage of progress and wherever the
work, or any part thereof may be in progress, to reject any work of which it may disapprove.
5.6.9
The Contractor’s staff must comply with the Employer’s instructions regarding dress and
behaviour on site. The Contractor shall submit to the Employer the names, ID cards and
workbook numbers of all staff working in the Buildings.
5.6.10
The Contractor will provide as many supervisors as are required to supervise the Works.
5.6.11
The Contractor must provide a list of cleaners, their workbook number and their assigned
floors or areas. If the Contractor wishes to change any cleaners between floors or areas, he
must obtain approval of the Estate & Works Director. It is very important that the Contractor
should make the least possible changes of personnel assigned to each Building.
5.6.12
The Contractor shall submit a copy of the attendance sheet, every month for payment
purposes.
174
5.6.13
It is the duty of the cleaners assigned to each area to report to the Faculty Officer every
morning.
5.6.14
The Employer reserves the right to change the hours stipulated below in line with the
availability of the respective areas and the usage of lecture rooms.
5.6.15
Cleaners shall be in attendance for a daily minimum of 8 working hours preferably from 7.00
a.m. to 4.00 p.m. with a minimum of 45 minutes breaks. Any cleaners on vacation leave
shall be replaced at no extra cost to the Employer.
5.6.16
Cleaners must have a timetable for their various tasks with the priority of cleaning toilets
and lecture rooms before the start of the lectures at 8.00am. The timetable is important
both for the cleaners and the members of staff in each department.
5.6.17
It is important that all toilets are thoroughly cleaned regularly, subject to a minimum of
three times daily.
5.6.18
It is the responsibility of the Contractor’s supervisors to report any breakages or damaged
fittings to the Estates and Works Director for the necessary repairs.
5.6.19
Special arrangements shall be made between the Contractor and the Director, Estates &
Works on working hours during the summer schedule for the major cleaning before the start
of the first semester in October and any comprehensive cleaning carried out on certain
Saturdays.
5.6.20
Cleaners responsible for cleaning more than one building should inform the officer in charge
of each building on arrival and before leaving the building.
5.6.21
The Contractor shall be responsible for ensuring that all of his cleaners are adequately
trained and proficient in carrying out the works.
5.6.22
The following is an indicative list of cleaning duties to be carried out and may be changed by
the Employer according to requirements.
5.6.23
DAILY DUTIES
5.6.23.1
Toilets in all areas
5.6.23.1.1
Clean and wash toilets a minimum of three times daily, including disinfecting and servicing to
same between 7.00 a.m. to 8.00 a.m., 11.00 a.m. to 12.00 noon and 2.00 to 3.00 pm. or at
alternative times to be agreed between the Contractor and the Estate & Works Director.
5.6.23.2
Lecture Rooms and Theatres, Classrooms, and Laboratories and all other teaching areas
5.6.23.2.1
All lecture rooms and theatres, classrooms and laboratories must be cleaned before the start
of lectures at 8.00 a.m. and preferably between 7.00 a.m. and 8.00 a.m. daily.
5.6.23.2.2
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
5.6.23.2.3
Empty and wipe waste paper containers and replace plastic bags.
5.6.23.2.4
Arrange tables and chairs in lecture rooms.
5.6.23.3
Library and Foyer
5.6.23.3.1
Library and foyer must be cleaned before 8.00 a.m. and preferably between 7.00 a.m. and
8.00 a.m. daily.
175
5.6.23.3.2
5.6.23.3.3
Dust/wipe all furniture, fittings, sinks, equipment, all tables and chairs, whiteboards,
window ledges, doors and sweep all floors.
Empty and wipe waste paper containers and replace plastic bags.
5.6.23.3.4
Arrange tables and chairs.
5.6.23.4
Lobbies, Stairways and Corridors in all areas
5.6.23.4.1
Sweep and wash.
5.6.23.4.2
Wipe clean all handrails using a disinfectant cleaning solution.
5.6.23.4.3
Dust/Wipe notice boards, window sills, picture frames and doors.
5.6.23.5
Teaching & Administrative Staff Offices, Reception Staff Rooms and Kitchenettes
5.6.23.5.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.6.23.5.2
Empty and wipe ashtrays.
5.6.23.5.3
Empty and wipe waste paper containers and replace plastic bags.
5.6.24
WEEKLY DUTIES
5.6.24.1
Academic Staff Offices
5.6.24.1.1
Dust/wipe furniture, fittings, equipment, desks and chairs, window ledges and all other
ledges, telephone handsets and doors.
5.6.24.1.2
Wash all floors thoroughly – non-carpeted area.
5.6.24.1.3
Vacuum clean all carpets
5.6.24.2
Lecture Rooms and Theatre, Classrooms and Laboratories and all other teaching areas
5.6.24.2.1
Clean and thoroughly wash floors and all other washable surfaces.
5.6.24.2.2
Clean all laboratory bench tops, sinks, fume cupboards and preparation areas.
5.6.24.3
Library and Foyer
5.6.24.3.1
Clean and thoroughly wash floors and all other washable surfaces.
5.6.25
MONTHLY DUTIES
5.6.25.1
Wash windows of all blocks from the inside and outside.
5.6.25.2
Shampoo any carpets and remove localized stains.
5.6.25.3
Sweep and clean roof areas of all blocks.
176
5.6.25.4
Clean all doors to lecture rooms, toilets and offices to remove all finger marks using
appropriate materials and polishing liquids.
5.6.25.5
Clean all light fittings to remove any accumulated dust and all switches to remove finger
marks.
5.6.25.6
Spot clean telephones and sanitise receivers.
5.6.26
ANNUAL DUTIES (not applicable)
Major annual clean of all buildings during the summer period and before the start of the
academic year.
177
5.6.27
Schedule Of Areas To Be Cleaned At The Faculty of Health Sciences
Ref
Main buildings on campus
Areas
(m2)*
1
Administration (Block A, Level 1),
2097
2
Laboratory Areas (Block A – Level 1),
2120
3
Lecture Rooms (Block C – Level 0),
218
4
Seminar Rooms (Block E – Level -1),
396
5
Auditorium ( Block 3 – Level 3)
370
178
5.6.28
Schedules Of Accommodation at the Faculty of Health Sciences – Mater Dei
Hospital
The following schedules of accommodation have been prepared for each area to be cleaned. The scheduled
accommodation listed generally excludes all circulation and communication areas such as lobbies, corridors,
stairs, lifts etc. Due allowance should be made for these additional areas in the tenders.
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Health Sciences
BUILDING
Administration at Mater Dei Hospital at Block A
LEVEL
1
Description of room
Qty
Staff Offices
21
Academic Offices
49
Board Room
1
Committee Room
1
Staff Room & Kitchenette
1
Toilets
3
179
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Health Sciences
BUILDING
Laboratory Area at Mater Dei Hospital at Block A
LEVEL
1
Description of room
Qty
Staff Offices
4
Laboratories
40
Kitchenette
1
Toilets
3
Store Room
3
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Health Sciences
BUILDING
Lecture Rooms Area at Mater Dei Hospital at Block C
LEVEL
0
Description of room
Qty
Lecture Rooms each seating 68 persons
3
180
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Health Sciences
BUILDING
Seminar Rooms Area at Mater Dei Hospital at Block E
LEVEL
-1
Description of room
Qty
Seminar Rooms each seating 25 persons
11
Bathrooms
2
UNIVERSITY OF MALTA
SCHEDULE OF ACCOMMODATION FOR A DEPARTMENT
DEPARTMENT
Faculty of Health Sciences
BUILDING
Auditorium Area at Mater Dei Hospital at Block C
LEVEL
3
Description of room
Qty
Auditorium with a seating capacity for 288 persons
1
181
VOLUME 3 SECTION 3 – TENDERER’S TECHNICAL OFFER (ORGANIZATION &
METHODOLOGY)
To be completed by the tenderer
1. RATIONALE

Any comments on the Terms of reference of importance for the successful execution of
activities, in particular its objectives and expected results, thus demonstrating the degree of
understanding of the contract. Any comments contradicting the Terms of reference or falling
outside their scope will not form part of the final contract

An opinion on the key issues related to the achievement of the contract objectives and expected
results

An explanation of the risks and assumptions affecting the execution of the contract
2. STRATEGY

An outline of the approach proposed for contract implementation

A list of the proposed activities considered to be necessary to achieve the contract objectives

The related inputs and outputs

In the case of a tender being submitted by a consortium, a description of the input from each of
the consortium partners and the distribution and interaction of tasks and responsibilities
between them

A description of the support facilities (back-stopping) that the team of experts will have from
the contractor during the execution of the contract

A description of sub-contracting arrangements foreseen, if any and within the limit indicated in
Note 3 in Section A of Volume 1 Section 2 - Tender Form, with a clear indication of the tasks
that will be entrusted to a sub-contractor and a statement by the tenderer guaranteeing the
eligibility of any sub-contractor
3. TIMETABLE OF ACTIVITIES

The timing, sequence and duration of the proposed activities, taking into account mobilisation
time

The identification and timing of major milestones in execution of the contract, including an
indication of how the achievement of these would be reflected in any reports, particularly those
stipulated in the Terms of reference
182
VOLUME 4 - FINANCIAL BID
TENDER FOR THE PROVISION OF ENVIRONMENTALLY FRIENDLY CLEANING SERVICES TO
ALL BUILDINGS ON THE CAMPUSES OF THE UNIVERSITY OF MALTA AND THE JUNIOR
COLLEGE AND OTHER UNIVERSITY DESIGNATED SITES.
SCHEDULE OF PRICES FOR THE UNIVERSITY CAMPUS AND RENTED BUILDINGS
Bill 1
Item
Description
1.
Provision for cleaning services
(Monday to Friday) as described in
Volume 3 Section 2 (5.1) of the
tender document to all buildings
on the University Campus, which
is deemed to include Argotti
Gardens, All Rented Property
Outside University and Library
Stores. The hours listed are based
on an approximate 25 fulltime
cleaners or equivalent.
QTY
Rate Per hour
(inclusive of
VAT, Eco
contribution (if
applicable) and
all other
taxes/charges
as may be
applicable)
in €
Total cost for
service
(inclusive of
VAT, Eco
contribution (if
applicable) and
all other
taxes/charges
as may be
applicable)
in €
10,400
Hrs
[HOURLY WORKERS’ COST (NOT
LESS THAN €5.78 PER HOUR
EXCLUDING VAT)]
2.
Cost for all other expenses to carry out the services as per
Volume 3 Section 2 (5.1) of the Tender document covering the
10,400 hrs specified in Item 1 above, including but not limited
to Cleaning Materials, Cleaning Equipment, Toiletries (toilet
paper, paper towels and liquid soap refills), administrative
charges etc. (a)
Total for Bill 1 Carried Forward to Summary on Page 190
(a)
Tenderers are reminded that the Contracting Authority is entitled to reject any
offer which is considered to be abnormally low according to Regulation 29 (1)(2)
& (3) of LN296/2010
183
SCHEDULE OF PRICES FOR THE UNIVERSITY VALLETTA CAMPUS
Bill 2
Item
Description
1.
Provision for the cleaning services
as describe in Volume 3 Section 2
(5.2) of the tender document to
all buildings on the University
Valletta Campus. The hours listed
are based on an approximate 3
fulltime cleaners or equivalent.
QTY
Rate Per hour
(inclusive of
VAT, Eco
contribution (if
applicable) and
all other
taxes/charges
as may be
applicable)
in €
Total cost for
service
(inclusive of
VAT, Eco
contribution (if
applicable) and
all other
taxes/charges
as may be
applicable)
in €
694
Hrs
[HOURLY WORKERS’ COST
(NOT LESS THAN €5.78 PER
HOUR EXCLUDING VAT)]
2.
Cost for all other expenses to carry out the services as per
Volume 3 Section 2 (5.2) of the Tender document covering the
694 hrs specified in Item 1 above, including but not limited to
Cleaning Materials, Cleaning Equipment, Toiletries (toilet
paper, paper towels and liquid soap refills), administrative
charges etc. (a)
Total for Bill 2 Carried Forward to Summary on Page 190
(a)
Tenderers are reminded that the Contracting Authority is entitled to reject any
offer which is considered to be abnormally low according to Regulation 29 (1)(2)
& (3) of LN296/2010
184
SCHEDULE OF PRICES FOR THE UNIVERSITY GOZO CAMPUS
Bill 3
Item
1.
Description
Provision for the cleaning services
as describe in Volume 3 Section 2
(5.3) of the tender document to
all buildings on the University
Gozo Campus. The hours listed are
based on an approximate 2
fulltime cleaners or equivalent.
QTY
Rate (€)
Total (€)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
260
Hrs
[HOURLY WORKERS’ COST
(NOT LESS THAN €5.78 PER
HOUR EXCLUDING VAT)]
2.
Cost for all other expenses to carry out the services as per
Volume 3 Section 2 (5.3) of the Tender document covering the
260 hrs specified in Item 1 above, including but not limited to
Cleaning Materials, Cleaning Equipment, Toiletries (toilet
paper, paper towels and liquid soap refills), administrative
charges etc. (a)
Total for Bill 3 Carried Forward to Summary on Page 190
(a)
Tenderers are reminded that the Contracting Authority is entitled to reject any
offer which is considered to be abnormally low according to Regulation 29 (1)(2)
& (3) of LN296/2010
185
SCHEDULE OF PRICES FOR THE JUNIOR COLLEGE
Bill 4
Item
1.
Description
Provision for the cleaning services
as describe in Volume 3 Section 2
(5.4) of the tender document to
all buildings on the Junior College
grounds. The hours listed are
based on an approximate 10
fulltime cleaners or equivalent.
QTY
Rate (€)
Total (€)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
3,467
Hrs
[HOURLY WORKERS’ COST
(NOT LESS THAN €5.78 PER
HOUR EXCLUDING VAT)]
2.
Cost for all other expenses to carry out the services as per
Volume 3 Section 2 (5.4) of the Tender document covering the
3,467 hrs specified in Item 1 above, including but not limited
to Cleaning Materials, Cleaning Equipment, Toiletries (toilet
paper, paper towels and liquid soap refills), administrative
charges etc. (a)
Total for Bill 4 Carried Forward to Summary on Page 190
(a)
Tenderers are reminded that the Contracting Authority is entitled to reject any
offer which is considered to be abnormally low according to Regulation 29 (1)(2)
& (3) of LN296/2010
186
SCHEDULE OF PRICES FOR THE FACULTY OF HEALTH SCIENCES (ex MEDICAL SCHOOL)
Bill 5
Item
1.
Description
Provision for the cleaning services
as describe in Volume 3 Section 2
(5.5) of the tender document to
all areas pertaining to the Medical
School at the Mater Dei Hospital.
The hours listed are based on an
approximate 3 fulltime cleaners or
equivalent.
QTY
Rate (€)
Total (€)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
309
Hrs
[HOURLY WORKERS’ COST
(NOT LESS THAN €5.78 PER
HOUR EXCLUDING VAT)]
2.
Cost for all other expenses to carry out the services as per
Volume 3 Section 2 (5.5) of the Tender document covering the
309 hrs specified in Item 1 above, including but not limited to
Cleaning Materials, Cleaning Equipment, Toiletries (toilet
paper, paper towels and liquid soap refills), administrative
charges etc. (a)
Total for Bill 5 Carried Forward to Summary on Page 190
(a)
Tenderers are reminded that the Contracting Authority is entitled to reject any
offer which is considered to be abnormally low according to Regulation 29 (1)(2)
& (3) of LN296/2010
187
SCHEDULE OF PRICES FOR THE FACULTY OF HEALTH SCIENCES (ex - INSTITUTE OF
HEALTHCARE)
Bill 6
Item
1.
2.
Description
Provision for the Cleaning Services
as described in Volume 3 Section 2
(5.6) in the tender document to
all IHC building areas located at
the Mater Dei Hospital. The hours
listed
are
based
on
an
approximate 4 fulltime cleaners or
equivalent.
QTY
Rate (€)
Total (€)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
(Amounts are to
include
overheads,
profit, any
applicable ECO
contribution,
VAT and all
other charges.)
1,106
Hrs
Cost for all other expenses to carry out the services as per
Volume 3 Section 2 (5.6) of the Tender document covering the
1,106 hrs specified in Item 1 above, including but not limited
to Cleaning Materials, Cleaning Equipment, Toiletries (toilet
paper, paper towels and liquid soap refills), administrative
charges etc. (a)
Total for Bill 6 Carried Forward to Summary on Page 190
(a)
Tenderers are reminded that the Contracting Authority is entitled to reject any
offer which is considered to be abnormally low according to Regulation 29 (1)(2)
& (3) of LN296/2010
188
Schedule of Rates to be duly filled by contractor. (RATES ONLY)
Description
1
Hourly rate of one additional
cleaner if and when required by
the University of Malta
2
Hourly rate of one additional
cleaner to carry out first time
cleaning work. The first time
cleaning is usually required on
new construction projects after
the works have been completed.
This work is required if and when
required by the University of
Malta
Rate Per hour
Monday – Saturday
(inclusive of VAT,
Eco contribution (if
applicable) and all
other
taxes/charges as
may be applicable)
in €
[Hourly workers’
cost (not less than
€5.78 per hour
excluding vat)]}
Rate Per hour
{Sundays & Public
holidays (inclusive
of VAT, Eco
contribution (if
applicable) and all
other
taxes/charges as
may be applicable)
in € [(This rate
should reflect the
proportionality
afforded by
relevant
Employment
Legislation
regarding work
carried out on
Sundays and
Public Holidays)]}
189
Description
3
Hourly rate of the additional
cleaning products and material if
and when required by the
University of Malta (in addition to
1 above)
4
Hourly rate of the additional
cleaning products and material to
be used for first time cleaning
work. The first time cleaning is
usually
required
on
new
construction projects after the
works have been completed. This
work is required if and when
required by the University of
Malta (in addition to 2 above)
Rate Per hour
(inclusive of VAT,
Eco contribution (if
applicable) and all
other
taxes/charges as
may be applicable)
in €
190
SUMMARY
TENDER FOR THE PROVISION OF ENVIRONMENTALLY FRIENDLY CLEANING SERVICES TO
ALL BUILDINGS ON THE CAMPUSES OF THE UNIVERSITY OF MALTA AND THE JUNIOR
COLLEGE AND OTHER UNIVERSITY DESIGNATED SITES.
FINANCIAL BID BREAKDOWN
Bill
Total Cleaning Service at the Following places:-
1
University Campus and Rented Buildings
2
University Valletta Campus
3
University Gozo Campus
4
Junior College
5
Faculty of Health Sciences (ex-Medical School)
6
Faculty of Health Sciences (ex-IHC)
GRAND TOTAL CARRIED FORWARD TO TENDER
FORM ON PAGE 19
Total Amount inclusive
of
VAT,
Eco
Contribution and all
other charges in Euro
(€)
COMPANY: _________________________________________________
NAME IN FULL (block letters) _________________________________
SIGNATURE _______________________________
ID No _____________________________________
191
VOLUME 5 – ANNEXES
Section 5.1
List of Annexes attached
No
Name
1.
CLEANING STANDARDS SPECIFICATION TABLE
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
192
193
Annex 1
194
Download