Document 13281395

advertisement
UM1958
TENDER FOR ENVIRONMENTALLY FRIENDLY
GENERAL BUILDING WORKS AND FINISHES ON
VARIOUS SITES AT THE UNIVERSITY OF MALTA
Date Published:
3rd November 2015
Closing Date:
25th November 2015
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
Page 0
Table of Contents
Table of Contents ............................................................................................. 1
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS ............................................... 4
A. GENERAL PART ............................................................................................. 4
1. General Instructions .....................................................................................4
2. Timetable ..................................................................................................4
3. Lots ..........................................................................................................4
4. Financing ...................................................................................................5
5. Eligibility ...................................................................................................5
6. Selection Criteria .........................................................................................5
7. Multiple Tenders .........................................................................................6
8. Tender Expenses ..........................................................................................6
9. Site Inspection ............................................................................................6
B. TENDER DOCUMENTS ..................................................................................... 6
10. Content of Tender Document .........................................................................6
11. Explanations/Clarification Notes Concerning Tender Documents .............................7
12. Labour Law ...............................................................................................7
13. Law ........................................................................................................7
C. TENDER PREPARATION ................................................................................... 7
14. Language of Tenders ...................................................................................7
15. Presentation of Tenders ...............................................................................8
16. Content of Tender (Single-Envelope System) ......................................................8
17. Tender Prices ............................................................................................9
18. Currencies of Tender and Payments .................................................................9
19. Period of Validity of Tenders .........................................................................9
20. Tender Guarantee (Bid Bond) .........................................................................9
21. Variant Solutions ...................................................................................... 10
22. Preparation and Signing of Tenders ............................................................... 10
D. SUBMISSION OF TENDERS ............................................................................... 10
23. Sealing and Marking of Tenders .................................................................... 10
24. Extension of Deadline for Submission of Tenders ............................................... 10
25. Late Tenders ........................................................................................... 10
26. Alterations and Withdrawal of Tenders .......................................................... 11
E. OPENING AND EVALUATION OF OFFERS ............................................................. 11
27. Opening of Tenders ................................................................................... 11
28. Secrecy of the Procedure ............................................................................ 11
29. Clarification of Tenders ............................................................................. 11
30. Tender Evaluation Process .......................................................................... 12
31. Correction of Arithmetical Errors.................................................................. 12
F. CONTRACT AWARD ....................................................................................... 13
32. Criteria for Award .................................................................................... 13
33. Right Of The University of Malta To Accept Or Reject Any Tender ......................... 13
34. Notification of Award, Contract Clarifications .................................................. 13
35. Contract Signing and Performance Guarantee................................................... 14
36. Commencement of Works (Order To Start Works) .............................................. 14
G. MISCELLANEOUS .......................................................................................... 15
37. Ethics Clauses .......................................................................................... 15
38. Data Protection and Freedom of Information ................................................... 15
Page 1
39. Gender Equality ....................................................................................... 16
VOLUME 1 SECTION 2 – TENDER FORM .................................................................. 17
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – Not Applicable for this tender ........ 21
Annex To Tender Guarantee Form – Not Applicable for this tender ............................. 22
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ................................................... 23
1. Statement on Conditions of Employment .......................................................... 23
2. Statement of Tools, plant or technical equipment (where applicable) ...................... 24
3. Literature/List of Samples ........................................................................... 25
4.Declaration of conformity with the GPP criteria .................................................. 26
5. National Green Public Procurement Requirement Documents to be submitted with
the tender: ................................................................................................. 27
VOLUME 1 SECTION 5 – GLOSSARY ....................................................................... 28
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ........ 30
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE ........................................... 31
VOLUME 2 SECTION 2 – GENERAL CONDITIONS ........................................................ 32
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS .......................................................... 33
Article 2: Law and language of the contract ............................................................................... 33
Article 3: Order of precedence of contract documents .................................................................. 33
Article 4: Communications .................................................................................................... 33
Article 5: Supervisor and Supervisor's representative .................................................................... 33
Article 8: Supply of Documents............................................................................................... 34
Article 10: Assistance with Local Regulations ............................................................................. 34
Article 11: The Contractor‟s Obligations ................................................................................... 34
Article 13: Performance Guarantee ......................................................................................... 37
Article 14: Insurance ........................................................................................................... 37
Article 15: Performance Programme (Timetable) ......................................................................... 37
Article 17: Contractor‟s Drawings............................................................................................ 37
Article 18: Tender Prices ...................................................................................................... 38
Article 22: Interference With Traffic ........................................................................................ 38
Article 25: Demolished Materials............................................................................................. 38
Article 26: Discoveries ......................................................................................................... 38
Article 28: Soil Studies ......................................................................................................... 38
Article 30: Patents and Licences ............................................................................................. 38
Article 31: Commencement Date ............................................................................................ 38
Article 32: Period of Performance ........................................................................................... 38
Article 34: Delays in Execution ............................................................................................... 39
Article 35: Variations and Modifications .................................................................................... 39
Article 37: Work Register ...................................................................................................... 39
Article 38: Origin................................................................................................................ 39
Article 39: Quality of Works and Materials ................................................................................. 39
Article 40: Inspection and Testing ........................................................................................... 39
Article 42: Ownership of Plants and Materials ............................................................................. 39
Article 43: Payments: General Principles................................................................................... 40
Article 44: Pre-financing....................................................................................................... 40
Article 45: Retention Monies .................................................................................................. 40
Article 46: Price Revision ...................................................................................................... 40
Article 47: Measurement ...................................................................................................... 41
Article 48: Interim Payments ................................................................................................. 41
Article 50: Delayed Payments ................................................................................................ 41
Article 53: End Date ............................................................................................................ 41
Article 56: Partial Acceptance................................................................................................ 41
Article 57: Provisional Acceptance .......................................................................................... 41
Article 58: Maintenance Obligations......................................................................................... 41
Article 66: Dispute Settlement by Litigation ............................................................................... 41
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE .................................... 42
VOLUME 2 SECTION 5 – SPECIMEN PRE FINANCING PAYMENT GUARANTEE – Not Applicable
for this tender ................................................................................................ 43
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this
Tender.......................................................................................................... 44
Page 2
VOLUME 3 - TECHNICAL SPECIFICATIONS ............................................................... 45
VOLUME 4 – FINANCIAL BID ................................................................................ 59
VOLUME 5 – DRAWINGS – Not Applicable ................................................................ 72
List of drawings attached ................................................................................ 72
List of design documents available – Not Applicable ................................................ 73
~~~~~~~~~~~~~~~
Page 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), 16.1(c), 16.1(d) and 16.1(e)(ii)
of these Instructions to Tenderers. Such rectification/s must be submitted within five (5)
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(e)(i) 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 environmentally friendly general building works and finishes for various sites on the
campuses of the University of Malta both in Malta and Gozo.
1.3
This is a unit-price (Bill of Quantities) contract.
1.4
The tenderer will bear all costs associated with the preparation and submission of the tender. The
University of Malta will in no case be responsible or liable for such costs, whatever the conduct or
outcome of the procedure.
1.5
The University of Malta retains ownership of all tenders received under this tender procedure.
Consequently, tenderers have no right to have their tenders returned to them.
2. Timetable
DATE
TIME*
Deadline for request for any additional information
from the Contracting Authority
Monday, 16th November 2015
5.15pm
Last date on which additional information are issued
by the University of Malta
Thursday, 19th November 2015
5.15pm
Deadline for submission of tenders /
Tender Opening Session
Wednesday, 25th November 2015
10:00am
Wednesday, 25th November 2015
10.15am
(unless otherwise modified in terms of Clause 11.3)
Tender opening session (Refer to clause 27.1)
* All times Central European Time (CET)
3. Lots
3.1
This tender is not divided into lots, and tenders must be for the whole of quantities indicated.
Tenders will not be accepted for incomplete quantities.
Page 4
4. Financing
4.1
The project is financed from local budget funds.
4.2
The beneficiary of the financing is the University of Malta.
5. Eligibility
5.1
Participation in tendering is open on equal terms to all natural and legal persons of the Member
States of the European Union, the beneficiary country, any other country in accordance with
Regulation 76 of the Public Procurement Regulations.
5.2
Natural persons, companies or undertakings who fall under any of the conditions set out in
Regulation 50 of the Public Procurement Regulations, 2010 (Legal Notice 296 of 2010) may be
excluded from participation in and the award of contracts. Tenderers or candidates who have been
guilty of making false declarations will also incur financial penalties representing 10% of the total
value of the contract being awarded.
5.3
Tenders submitted by companies forming a joint venture/consortium must also fulfil the following
requirements:
 One partner must be appointed lead partner and that appointment confirmed by submission of
powers of attorney signed by legally empowered signatories representing all the individual
partners. The tender must include a preliminary agreement or letter of intent stating that all
partners assume joint and several liability for the execution of the contract, that the lead
partner is authorised to bind, and receive instructions for and on behalf of, all partners,
individually and collectively.
 All partners in the joint venture/consortium are bound to remain in the joint
venture/consortium until the conclusion of the contracting procedure. The consortium/joint
venture winning this contract must include the same partners for the whole performance period
of the contract other than as may be permitted or required by law.
5.4
All materials, equipment and services to be supplied under the contract must originate in an
eligible country. For these purposes, "origin" means the place where the materials and/or
equipment are mined, grown, produced or manufactured and/or from which services are provided.
6. Selection Criteria
6.1
In order to be considered eligible for the award of the contract, tenderers must provide evidence
that they meet or exceed certain minimum qualification criteria described hereunder.
In the case of a joint venture, the joint venture as a whole must satisfy the minimum
qualifications required below.
6.1.1
No evidence of economic and financial standing is required.
6.1.2
Information about the tenderer's technical capacity.
(An economic operator may, where appropriate and for a particular contract, rely on the
capacities of other entities, regardless of the legal nature of the links which it has with them. It
must in that case prove to the contracting authority that it will have at its disposal the resources
necessary for the execution of the contract, for example, by producing an undertaking by those
entities to place the necessary resources at the disposal of the economic operator)
This information must follow the forms in Volume 1, Section 4 of the tender documents and
include:

A statement of the tools, plant or technical equipment available to the contractor for
Page 5
carrying out the contract.

Data concerning sub-contractors and the percentage of works to be sub-contracted:
The maximum amount of sub-contracting must not exceed 50% of the total contract value.
The main contractor must have the ability to carry out at least 50% of the contract works by
his own means.
7. Multiple Tenders
7.1
A tenderer may submit multiple tender offers.
7.2
A company may not tender for a given contract both individually and as a partner in a joint
venture/consortium.
7.3
A company may not tender for a given contract both individually/partner in a joint
venture/consortium, and at the same time be nominated as a sub-contractor by any another
tenderer, or joint venture/consortium.
7.4
A company may act as a sub-contractor for any number of tenderers, and joint ventures/consortia,
provided that it does not participate individually or as part of a joint venture/consortium, and that
the nominations do not lead to a conflict of interest, collusion, or improper practice.
8. Tender Expenses
8.1
The tenderer will bear all costs associated with the preparation and submission of the tender.
8.2
The University of Malta will neither be responsible for, nor cover, any expenses or losses incurred
by the tenderer through site visits and inspections or any other aspect of his tender.
9. Site Inspection
9.1
A tenderer may visit the site of the works and its surroundings for the purpose of assessing, at his
own responsibility, expense and risk, factors necessary for the preparation of his tender and the
signing of the contract for the works.
B. TENDER DOCUMENTS
10. Content of Tender Document
10.1
The set of tender documents comprises the following documents and should be read in conjunction
with any clarification notes issued in accordance with Clause 24:
Volume 1
Volume 2
Volume 3
Volume 4
Volume 5
10.2
Instructions to Tenderers
Draft Letter of Acceptance

General
Conditions
(available
online
from
http://contracts.gov.mt/en/Resources/Pages/Resorces.
aspx)
 Special Conditions
Technical Specifications
Model Financial Bid/Bill of Quantities
Drawings (Not Applicable for this tender)
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.
Page 6
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 16th
November 2015. The University of Malta must reply to all tenderers' questions, and amend the
tender documents by publishing clarification notes, up to at least 9 calendar days before the
deadline for submission of tenders.
11.2
Questions and answers, and alterations to the tender document will be: published as a clarification note on the website of the University of Malta
(www.um.edu.mt/procurement/service/tender) within the respective tender‟s
page, under the subheading “Tender Document & Clarifications (if any)”.
 sent to all prospective bidders by e-mail.
 Tenderers who do not collect a hard copy from the Procurement Directorate are to register
their respective contact details at tenders.procurement@um.edu.mt so that any
clarifications/communications pertaining to this tender procedure will be communicated
to them in due time as per tender document. The University of Malta shall not be held
responsible for any misdemeanour if this condition is not adhered to.
Clarification notes will constitute an integral part of the tender documentation, and it is the
responsibility of tenderers to visit this website and be aware of the latest information published
online prior to submitting their Tender.
11.3
The University of Malta may, at its own discretion, as necessary and in accordance with Clause 24,
extend the deadline for submission of tenders to give tenderers sufficient time to take clarification
notes into account when preparing their tenders.
12. Labour Law
12.1
Particular attention is drawn to the conditions concerning the employment of labour in Malta and
the obligation to comply with all regulations, rules or instructions concerning the conditions of
employment of any class of employee.
13. Law
13.1
By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese
Law, and are deemed to know all relevant laws, acts and regulations of Malta that may in any way
affect or govern the operations and activities covered by the tender and the resulting contract.
C. TENDER PREPARATION
14. Language of Tenders
14.1
The tender and all correspondence and documents related to the tender exchanged by the tenderer
and the University of Malta must be written in English.
14.2
Supporting documents and printed literature furnished by the tenderer may be in another language,
provided they are accompanied by an accurate translation into English. For the purposes of
interpretation of the tender, the English language will prevail.
Page 7
15. Presentation of Tenders
15.1
Tenders must satisfy the following conditions:
(a)
All tenders must be submitted in one original.
(b)
The documents are to be sealed and placed in a sealed envelope/package so that the
bid can be identified as one tender submission.
(c)
All tenders must be received by date and time indicated in the timetable at Clause 2
and deposited in the tender box at Room 323, Procurement Directorate, Administration
Building, University of Malta, Msida MSD 2080, Malta.
(d)
All packages, as per (b) above, must bear only:
(i)
the above address;
(ii)
the reference of the invitation to tender concerned;
(iii)
the number of the lot(s) to which the tender refers (if applicable);
(iv)
the name of the tenderer.
16. Content of Tender (Single-Envelope System)
16.1
The tender must comprise the following duly completed documents, inserted in a single, sealed
envelope (unless their volume requires a separate submission):
(a)
An original bid-bond for the amount of [€...........], in the form 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 (Note 2)
(c)
Financial and Economic Standing(Note 2)
(Not Applicable)
(d)
Technical Capacity(Note 2)
(i)
(e)
Evaluation Criteria/Technical Specifications
(i)
(ii)
(f)
Proof of Technical Capacity (Volume 1, Section 4)
Tenderer‟s Technical Offer in response to specifications (Volume 3) (Note 3)
Literature/List of Samples (Note 2)
Financial Offer/Bill of Quantities(Note 3)
(i)
(ii)
(iii)
The Tender Form in accordance with the form provided in Volume 1, Section 2;
a separate Tender Form is to be submitted for each option tendered, each
form clearly marked „Option 1‟, „Option 2‟ etc.;
A financial bid calculated on a basis of Delivery Duty Paid (DPP) for the
works/supplies tendered excluding VAT;
Breakdown of the overall price, in the form provided in Volume 4 (Bill of
Quantities);
Notes to Clause 16.1:
1. Tenderers will be requested to clarify/rectify, within five 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 five working days from
notification.
3. No rectification shall be allowed. Only clarifications on the submitted information may be
Page 8
requested.
Tenderers must indicate where the above documentation is to be found in their offer by using
an index. All documentation is to be securely bound/filed.
Tenderers are NOT required NOR expected to submit, with their offer, any components of the
tender document except those specifically mentioned in Clause 16.
17. Tender Prices
17.1
The tender price must cover the whole of the works as described in the tender documents.
17.2
The tenderer must provide a breakdown of the overall price in Euro (€).
17.3
Tenderers must quote all components of the price inclusive of taxes, customs and import duties
and any discounts BUT excluding VAT. VAT shall be paid in accordance with the applicable VAT
Regulations. Except as may otherwise be provided for in the contract, no payment will be made for
items which have not been costed.
17.4
Different options are to be clearly identifiable in the technical and financial submission; a separate
Tender Form (as per Volume 1, Section 2) marked ‘Option 1’, ‘Option 2’ etc. for each
individual option clearly outlining the price of the relative option is to be submitted.
17.5
If the tenderer offers a discount, the discount must be absorbed in the rates of the Bill of
Quantities/Financial Statement.
17.6
The prices for the contract must include all of the works to be provided. The prices quoted are
fixed and not subject to revision or escalation in costs, unless otherwise provided for in the Special
Conditions.
18. Currencies of Tender and Payments
18.1
The currency of the tender is the Euro (€). All sums in the breakdown of the overall price, in the
questionnaire and in other documents must be expressed in Euro (€), with the possible exception of
originals of bank and annual financial statements.
18.2
Payments will be made upon certification of works by the Contracting Authority, based on the
invoice issued by the Contractor, in accordance with the timeframes, terms and conditions of the
contract.
18.3
All correspondence relating to payments, including invoices and interim and final statements must
be submitted as outlined in the contract.
19. Period of Validity of Tenders
19.1
Tenders must remain valid for a period of 150 days after the deadline for submission of tenders
indicated in the contract notice, the tender document or as modified in accordance with Clauses
11.3 and/or 24. Any tenderer who quotes a shorter validity period will be rejected.
19.2
In exceptional circumstances the University of Malta may request that tenderers extend the validity
of tenders for a specific period. Such requests and the responses to them must be made in writing.
A tenderer may refuse to comply with such a request without forfeiting his tender guarantee (Bid
Bond). However, his tender will no longer be considered for award. If the tenderer decides to
accede to the extension, he may not modify his tender.
19.3
The successful tenderer must maintain his tender for a further 60 days from the date of notification
of award.
20. Tender Guarantee (Bid Bond)
Page 9
20.1
No tender guarantee (bid bond) is required.
21. Variant Solutions
21.1
No variant solutions will be accepted. Tenderers must submit a tender in accordance with the
requirements of the tender document.
22. Preparation and Signing of Tenders
22.1
All tenders must be submitted in one original document. Tenders must comprise the documents
specified in Clause 16 above.
22.2
The tenderer‟s submission must be typed in, or handwritten in indelible ink. Any pages on which
entries or corrections to his submission have been made must be initialled by the person or persons
signing the tender. All pages must be numbered consecutively by hand, machine or in any other
way acceptable to the University of Malta.
22.3
The tender must contain no changes or alterations, other than those made in accordance with
instructions issued by the University of Malta (issued as clarification notes) or necessitated by
errors on the part of the tenderer. In the latter case, corrections must be initialled by the person
signing the tender.
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 323
2nd Floor, Administration Building
University of Malta – Msida MSD 2080
Tel: 23402212/3; Fax: 21314307
Tenders submitted by any other means will not be considered.
23.2
Tenderers must seal the original tender as outlined in Clause 15.
23.3
If the outer envelope is not sealed and marked as required in Sub clause 15.1, the University of
Malta will assume no responsibility for the misplacement or premature opening of the tender.
24. Extension of Deadline for Submission of Tenders
24.1
The University of Malta may, at its own discretion, extend the deadline for submission of tenders by
issuing a clarification note in accordance with Clause 11. In such cases, all rights and obligations of
the University of Malta and the tenderer regarding the original date specified in the contract notice
will be subject to the new date.
25. Late Tenders
25.1
All tenders received after the deadline for submission specified in the contract notice or these
instructions will be kept by the University of Malta. The associated guarantees will be returned to
the tenderers.
25.2
No liability can be accepted for late delivery of tenders. Late tenders will be rejected and will not
Page 10
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; and shall also be available to view on the University’s website,
www.um.edu.mt/procurement/service/tender under the respective tender page.
27.2
At the tender opening, the tenderers' names, the tender prices, variants, written notification of
alterations and withdrawals, the presence of the requisite tender guarantee and any other
information the University of Malta may consider appropriate will be published.
27.3
Envelopes marked "withdrawal" will be read out first and returned to the tenderer.
27.4
Reductions or alterations to tender prices made by tenderers after submission will not be taken into
consideration during the analysis and evaluation of tenders.
28. Secrecy of the Procedure
28.1
After the opening of the tenders, no information about the examination, clarification,
evaluation or comparison of tenders or decisions about the contract award may be disclosed
before the notification of award.
28.2
Information concerning checking, explanation, opinions and comparison of tenders and
recommendations concerning the award of contract, may not be disclosed to tenderers or any other
person not officially involved in the process unless otherwise permitted or required by law.
28.3
Any attempt by a tenderer to approach any member of the Evaluation Committee/University of
Malta directly during the evaluation period will be considered legitimate grounds for disqualifying
his tender.
29. Clarification of Tenders
29.1
When checking and comparing tenders, the evaluation committee may, after obtaining approval
from the Departmental Contracts Committee, ask a tenderer to clarify any aspect of his tender.
29.2
Such requests and the responses to them must be made by e-mail or fax. They may in no
circumstances alter or try to change the price or content of the tender, except to correct
arithmetical errors discovered by the evaluation committee when analysing tenders, in accordance
Page 11
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 (DCC), request rectifications in respect of incomplete/non-submitted information
pertinent to the documentation as outlined in sub-Clause 16.1(a), 16.1(b),16.1(c),16.1(d) and
16.1(e)(ii) of these Instructions to Tenderers. Such rectification/s must be submitted within five (5)
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(e)(i),
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 technical capacity
Part 3: Technical Compliance
At this step of the evaluation process, the Evaluation Committee will analyse the administrativelycompliant tenders‟ technical conformity in relation to the technical specifications and the
submission of samples, if applicable, (Volume 3, and the documentation requested by the
Contracting Authority as per sub-Clause 16(e)), classifying them technically compliant or noncompliant.
30.5
Part 4. Financial Evaluation
The financial offers for tenders which were not eliminated during the technical evaluation (i.e.,
those found to be technically compliant) will be evaluated.
The Evaluation Committee will check that the financial offers contain no arithmetical errors as
outlined in Clause 31. [If the tender procedure contains several lots, financial offers are compared
for each lot.] The financial evaluation will have to identify the best financial offer [for each lot].
31. Correction of Arithmetical Errors
31.1
Admissible tenders will be checked for arithmetical errors by the Evaluation Committee. Errors will
be corrected as follows:
(a) where there is a discrepancy between amounts in figures and in words, the amount in words
will prevail;
Page 12
(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
The University of Malta reserves the right to conclude the contract with the successful tenderer
within the limits of the funds available. It can decide to reduce the scope of works or to ask for a
discount from the cheapest compliant tenderer.
33.3
In the event of a tender procedure's cancellation, tenderers will be notified by the University of
Malta. If the tender procedure is cancelled before the outer envelope of any tender has been
opened, the sealed envelopes will be returned, unopened, to the tenderers.
33.4
Cancellation may occur where:
(a) the tender procedure has been unsuccessful, namely where no qualitatively or financially
worthwhile tender has been received or there has been no response at all;
(b) the economic or technical parameters of the project have been fundamentally altered;
(c) exceptional circumstances or force majeure render normal performance of the project
impossible;
(d) all technically compliant tenders exceed the financial resources available;
(e) there have been irregularities in the procedure, in particular where these have prevented
fair competition.
In no circumstances will the University of Malta be liable for damages, whatever their nature (in
particular damages for loss of profits) or relationship to the cancellation of a tender, even if the
University of Malta has been advised of the possibility of damages. The publication of a contract
notice does not commit the University of Malta to implement the programme or project
announced.
34. Notification of Award, Contract Clarifications
34.1
Prior to the expiration of the period of validity of tenders, the University of Malta will notify the
successful tenderer, in writing, that his tender has been recommended for award by the
Departmental Contracts Committee, pending any appeal being lodged in terms of Part XIII of the
Public Procurement Regulations (being reproduced in Volume 1, Section 6).
34.2
Unsuccessful bidders shall be notified with the outcome of the evaluation process, and will be
provided the following information:
(i) the criteria for award;
(ii) the name of the successful tenderer;
(iii) the recommended price of the successful bidder;
Page 13
(iv) the reasons why the tenderer did not meet the technical specifications/notification that the
offer was not the cheapest (if applicable);
(v) the deadline for filing a notice of objection (appeal);
(vi) the deposit required if lodging an appeal.
34.3
The recommendations of the Evaluation Committee and the Department Contracts Committee shall
be published on the Notice Board of the University of Malta, Procurement Directorate,
Administration Building, 2nd Floor, and published online on the University of Malta‟s website,
www.um.edu.mt/procurement/service/tender under the respective tender page.
35. Contract Signing and Performance Guarantee
35.1
After the lapse of the appeals period, and pending that no objections have been received and/or
upheld, the successful tenderer may be invited to clarify certain contractual questions raised
therein. Such clarification will be confined to issues that had no direct bearing on the choice of the
successful tender. The outcome of any such clarifications will be set out in a Memorandum of
Understanding, to be signed by both parties and incorporated into the letter of acceptance.
35.2
Within 7 calendar days of receiving the letter of acceptance (against acknowledgment of receipt)
from the University of Malta, the successful tenderer will sign a copy of the Letter of Acceptance
and date the Letter of Acceptance and return it to the University of Malta with the performance
guarantee and the Financial Identification Form (if applicable).
35.3
Before the University of Malta sends the Letter of Acceptance to the successful tenderer, the
successful tenderer may be requested to provide the documentary proof or statements required to
show that it does not fall into any of the exclusion situations listed in Clause 7 of the Tender Form
(Volume 1, Section 2). The above mentioned documents must be submitted by every member of a
Joint Venture/Consortium (if applicable).
35.4
If the selected tenderer fails to sign and return the copy of the Letter of Acceptance, other required
documentation, and any guarantees required within the prescribed 7 calendar days, the University
of Malta may consider the acceptance of the tender to be cancelled without prejudice to the
University of Malta's right to seize the guarantee, claim compensation or pursue any other remedy in
respect of such failure, and the successful tenderer will have no claim whatsoever on the University
of Malta.
The tenderer whose tender has been evaluated as [second cheapest/second most economically
advantageous] may be recommended for award, and so on and so forth.
35.5
Only the signed Letter of Acceptance will constitute an official commitment on the part of the
University of Malta, and activities may not begin until the contract has been signed both by the
University of Malta and the successful tenderer.
35.6
Tender guarantees (bid bonds) provided by tenderers who have not been selected shall be released
within 30 calendar days from the signing of the contract. The tender guarantee of the successful
tenderer shall be released on the signing of the contract, and on submission of a valid performance
guarantee.
35.7
The performance guarantee referred to in the General Conditions is set at 10% of the amount of the
contract and must be presented in the form specified in Volume 2, Section 4, to the tender
document the performance guarantee shall be released within 30 days of the signing of the Final
Statement of Account (Final Bill), unless the Special Conditions provide otherwise.
36. Commencement of Works (Order To Start Works)
36.1
Following the signing of the contract by both parties, the Supervisor will issue a written notice of
commencement of the works in accordance with the General Conditions, as specified by the Special
Conditions.
36.2
The Contractor must inform the University of Malta's representative by return that he has received
the notice.
Page 14
G. MISCELLANEOUS
37. Ethics Clauses
37.1
Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful
agreements with competitors or influence the committee or the University of Malta during the
process of examining, clarifying, evaluating and comparing tenders will lead to the rejection of his
candidacy or tender and may result in administrative penalties.
37.2
Without the University of Malta's prior written authorisation, the Contractor and his staff or any
other company with which the Contractor is associated or linked may not, even on an ancillary or
sub-contracting basis, supply other services, carry out works or supply equipment for the project.
This prohibition also applies to any other programmes or projects that could, owing to the nature of
the contract, give rise to a conflict of interest on the part of the Contractor.
37.3
When putting forward a candidacy or tender, the candidate or tenderer must declare that he is
affected by no potential conflict of interest, and that he has no particular link with other tenderers
or parties involved in the project.
37.4
The Contractor must at all time act impartially and as a faithful adviser in accordance with the code
of conduct of his profession. He must refrain from making public statements about the project or
services without the Contracting Authority's prior approval. He may not commit the Contracting
Authority in any way without its prior written consent.
37.5
For the duration of the contract, the Contractor and his staff must respect human rights and
undertake not to offend the political, cultural and religious morals of Malta.
37.6
The Contractor may accept no payment connected with the contract other than that provided for
therein. The Contractor and his staff must not exercise any activity or receive any advantage
inconsistent with their obligations to the Contracting Authority.
37.7
The Contractor and his staff are obliged to maintain professional secrecy for the entire duration of
the contract and after its completion. All reports and documents drawn up or received by the
Contractor are confidential.
37.8
The contract governs the Parties' use of all reports and documents drawn up, received or presented
by them during the execution of the contract.
37.9
The Contractor shall refrain from any relationship likely to compromise his independence or that of
his staff. If the Contractor ceases to be independent, the University of Malta may, regardless of
injury, terminate the contract without further notice and without the Contractor having any claim
to compensation.
37.10
The tender(s) concerned will be rejected or the contract terminated if it emerges that the award or
execution of a contract has given rise to unusual commercial expenses. Such unusual commercial
expenses are commissions not mentioned in the main contract or not stemming from a properly
concluded contract referring to the main contract, commissions not paid in return for any actual
and legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is
not clearly identified or commissions paid to a company which has every appearance of being a
front company.
38. Data Protection and Freedom of Information
38.1
Any personal data submitted in the framework of the procurement procedure and/or subsequently
included in the contract shall be processed pursuant to the Data Protection Act (2001). It shall be
processed solely for the purposes of the performance, management and follow-up of the
procurement procedure and/or subsequent contract by the University of Malta/Contracting
Authority without prejudice to possible 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,
Page 15
prior to disclosure of any information to a third party in relations to any provisions of this contract
which have not yet been made public, shall consult the contractor in accordance with the provisions
of the said Act, pertinent subsidiary legislation and the Code of Practice issued pursuant to the Act.
Such consultation shall in no way prejudice the obligations of the University of Malta in terms of the
Act.
39. Gender Equality
39.1
In carrying out his/her obligations in pursuance of this contract, the tenderer shall ensure the
application of the principle of gender equality and shall thus ‟inter alia‟ refrain from discriminating
on the grounds of gender, marital status or family responsibilities. Tenderers are to ensure that
these principles are manifest in the organigram of the company where the principles
aforementioned, including the selection criteria for access to all jobs or posts, at all levels of the
occupation hierarchy are amply proven. In this document words importing one gender shall also
include the other gender.
Page 16
VOLUME 1 SECTION 2 – TENDER FORM
(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted)
< Tenders for environmentally friendly General Building Works and Finishes for various sites at the
University of Malta.> <UM1958>
A. TENDER
SUBMITTED BY:
(This will be included in the Summary of Tenders Received)
In case of a Joint Venture/Consortium:
Name(s) of Leader/Partner(s)
Leader 1
Partner
Nationality
Proportion
of
Responsibilities2
1
Etc …
1. Add/delete additional lines for partners as appropriate. Note that a sub-contractor is not considered to be a partner for the purposes
of this tender procedure. If this tender is being submitted by an individual tenderer, the name of the tenderer should be entered as
'leader' (and all other lines should be deleted)
2. Proposed proportion of responsibilities between partners (in %) with indication of the type of the works to be performed by each
partner (the company acting as the lead partner in a joint venture/consortium, they must have the ability to carry out at least 50% of
the contract works by its own means. If a company is another partner in a joint venture/consortium (i.e. not the lead partner) it must
have the ability to carry out at least 10% of the contract works by its own means).
Work intended to be subcontracted
Name and details of
sub-contractors
Value of subcontracting as
percentage of the
total cost 3
Experience in
similar works
(details to be
specified)
1
2
(.)
3. The maximum amount of sub-contracting must not exceed [50%] of the total contract value. The main contractor must have the
ability to carry out at least [50%] of the contract works by his own means.
NOTE TO COMPILER: THIS SECTION IS TO BE REMOVED/MARKED NOT APPLICABLE IF NO SUB-CONTRACTING IS ALLOWED. LIAISE WITH DOC
B
CONTACT PERSON (for this tender)
Name
Surname
Telephone
(____) ________________________
Fax
(____) ________________________
Address
...............................................................................................................
...............................................................................................................
...............................................................................................................
E-mail
Page 17
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
[UM1958] of [03/11/2015]. We hereby accept the contents thereto in their entirety, without
reservation or restriction. We also understand that any disagreement, contradiction, alteration or
deviation shall lead to our tender offer not being considered any further.
2
We offer to execute, in accordance with the terms of the tender document and the conditions and
time limits laid down, without reserve or restriction, the following works:
Bill 1: Excavation Works
Bill 2: Masonry Works Below DPC
Bill 3: Masonry Works Above DPC
Bill 4: Concrete and Tiling Works
Bill 5: Plastering and Decoration Works
Bill 6: Waterproofing and Drain Systems
3
We confirm that the Grand Total Price of our tender (inclusive of duties, other taxes/charges, EcoContribution (if any) and any discounts but excluding VAT) is according to the Grand Total on the Bill of
Quantities on page 67 of this document.
4
This tender is valid for a period of 150 days from the final date for submission of tenders.
5
If our tender is accepted, we undertake to provide a performance guarantee of 10% of the contract
value as required by the General Conditions.
6
We are making this application in our own right and [as partner in the consortium led by < name of
the leader / ourselves >] for this tender. We confirm that we are not tendering for the same contract
in any other form. [We confirm, as a partner in the consortium, that all partners are jointly and
severally liable by law for the performance of the contract, that the lead partner is authorised to bind,
and receive instructions for and on behalf of, each member, and that all partners in the joint
venture/consortium are bound to remain in the joint venture/consortium for the entire period of the
contract's performance]. We are fully aware that, in the case of a consortium, the composition of the
consortium cannot be modified in the course of the tender procedure.
7
We are not bankrupt or under an administration appointed by the Court, or under proceedings leading
to a declaration of bankruptcy. We also declare that we have not been convicted criminally, or found
guilty of professional misconduct. Furthermore, we are up-to-date in the payment of social security
contributions and other taxes.
8
We accept that we shall be excluded from participation in the award of this tender if compliance
certificates in respect of declarations made under Clause 7 of this declaration are not submitted by the
indicated dates.
9
We agree to abide by the ethics clauses of the instructions to tenderers and, in particular, have no
potential conflict of interests or any relation with other candidates or other parties in the tender
procedure at the time of the submission of this application. We have no interest of any nature
whatsoever in any other tender in this procedure. We recognise that our tender may be excluded if we
propose key experts who have been involved in preparing this project or engage such personnel as
advisers in the preparation of our tender.
10
We will inform the University of Malta immediately if there is any change in the above circumstances
at any stage during the implementation of the contract. We also fully recognise and accept that any
false, inaccurate or incomplete information deliberately provided in this application may result in our
exclusion from this and other contracts funded by the Government of Malta and the European
Communities.
Page 18
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)
(b)
General Information (Note 2)
o Proof of Purchase (Receipt)
o Statement on Conditions of Employment
(c)
(d)
Selection Criteria (Note 2)
Financial and Economic Standing (Note 2)
o Not applicable
Technical Capacity (Note 2)
o Proof of Technical Capacity
(e)
Evaluation Criteria/Technical Specifications
● Tenderer‟s Technical Offer(Note 3)
o Literature /List of Samples(Note 2)
(f)
Tender Form, and Financial Offer/Bill of Quantities (Note 3)
Notes:
1.
Tenderers will be requested to clarify/rectify, within five 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 five
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 Central Government Authority 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) 11(c), 11(d) and 11(e) bullet two of this Tender Form. We understand that
such rectification/s must be submitted within five (5) 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)
_________________________________________
Page 19
Stamp of the firm/company:
_________________________________________
Place and date:
_________________________________________
Page 20
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – Not Applicable for this tender
[On the headed notepaper of the financial institutions providing the guarantee]
Whereas the Director of Contracts has invited tenders for
......................................................................................................................................
and whereas Messrs .................................................................................... [Name of tenderer]
(hereinafter referred to as the Tenderer) is submitting such a tender in accordance with such invitation, we
................................................... [Name of Bank], hereby guarantee to pay you on your first demand
in writing a maximum sum of ................................................................. Euro (€...............) in
case the Tenderer withdraws his tender before the expiry date or in the case the Tenderer fails to provide
the Performance Bond, if called upon to do so in accordance with the Conditions of Contract.
The guarantee becomes payable on your first demand and it shall not be incumbent upon us to verify
whether such demand is justified.
This guarantee is valid for a period of one hundred and fifty (150) days from the closing date of submission of
tenders, and expires on the .................................... Unless it is extended by us or returned to us for
cancellation before that date, any demand made by you for payment must be received at this office in
writing not later than the above-mentioned expiry date.
This document should be returned to us for cancellation or utilisation or expiry or in the event of the
guarantee being no longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date,
this guarantee shall be null and void, whether returned to us for cancellation or not, and our liability
hereunder shall terminate.
Yours faithfully,
..................................
Bank Manager
..................................
Date
Page 21
Annex To Tender Guarantee Form – Not Applicable for this tender
Contact Details of Tenderer
Name of Tenderer/Joint
Venture/Consortium
......................................................................
......................................................................
Email Address
......................................................................
Telephone Number
......................................................................
Fax Number
......................................................................
Mobile Number
......................................................................
Name and Surname of Contact Person (Title)
......................................................................
(To be submitted with the Tender Guarantee in case the provisions of
Article 1.1 of the Instructions to Tenderer need to be applied)
Page 22
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS
1. Statement on Conditions of Employment
Tenderers are to ensure that self-employed personnel are not engaged on this contract.
Non-compliance will invalidate the contract.
It is hereby declared that all employees engaged on this contract shall enjoy working conditions such as
wages, salaries, vacation and sick leave, maternity and parental leave as provided for in the relative
Employment Legislation. Furthermore, we shall comply with Chapter 424 of the Laws of Malta (Occupational
Health and Safety Authority Act) as well as any other national legislation, regulations, standards and/or
codes of practice or any amendment thereto in effect during the execution of the contract.
In the event that it is proved otherwise during the execution of the contract it is hereby being consented that
the contract is terminated with immediate effect and that no claim for damages or compensation be raised
by us.
Signature:
.............................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
.............................................................
Page 23
2. Statement of Tools, plant or technical equipment (where applicable)
Tools, plant or technical Equipment
1.
2.
3.
4.
5.
6.
7.
8.
9.
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
3. Literature/List of Samples
1. List of literature to be submitted with the tender:
Item
Description
1.1
Any GPP documents/certificates requested
Reference in Technical
Specifications
Please refer to Technical
Specifications in Volume 3
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
2. List of samples to be submitted with the tender
Item
Description
2.1
Acrylic paint. (1litre)
2.2
PVC Damp Proofing (approx.. 30cmx30cm)
2.3
Terrazzo Tiles (1tile)
2.4
Ceramic Tiles (1tile)
Reference in Technical
Specifications
Please refer to Technical
Specifications in Volume 3
Please refer to Technical
Specifications in Volume 3
Please refer to Technical
Specifications in Volume 3
Please refer to Technical
Specifications in Volume 3
2.5
2.6
2.7
SAMPLES SHOULD BE CLEARLY MARKED WITH THE NAME OF TENDERER AND TENDER NUMBER.
SAMPLES SHOULD BE DELIVERED TO THE ESTATE & WORKS DEPARTMENT, UNIVERSITY OF MALTA
BEFORE THE CLOSING DATE AND TIME OF THE TENDER.
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
25
4. Declaration of conformity with the GPP criteria
I declare that all the following substances will not be used during paintwork:-
 Products which contain sulphur hexafluoride (SF6).
 Indoor paints and varnishes with a content of solvents (volatile organic
compounds(VOCs) with a boiling point of 250°C maximum) higher than:
- For wall paints (according to EN 13300): 30 g/l (minus water).
- For other paints with a spreading rate of at least 15 m²/l at a hiding power
of 98% opacity: 250 g/l (minus water).
- for all other products (including paints that are not wall paints and that
have a spreading rate of less than 15m2/l, varnishes, wood stains, floor
coatings and floor. paints, and related products): 180g/l (minus water)
Name:
……………………………………………………………
Signature:
...................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
..................................................................
26
5. National Green Public Procurement Requirement Documents to be submitted with
the tender:
Item/Description
Reference in Technical Specifications
GENERAL
Tenderers must declare that products mentioned in
Technical Specifications Item 3.5, 3.6.1 will not be
used.
Technical Specifications
GYPSUM / PARTITIONS
Tenderers must submit proof or declare that wall
panel covering materials, such as paint types will
not hinder the recycling or diversion of gypsum
plasterboard at end-of-life. Any technical literature
available must be submitted.
Technical Specifications
Tenderers must submit appropriate and acceptable
user
information
describing
the
handling,
installation
procedures,
surface
treatment
applications, recycling and/or disposal methods.
This information shall be provided with the product
or on the packaging or labels.
Technical Specifications
It must demonstrated that the contractor installing
the wall panels has in place effective policies and
procedures to ensure that waste arising from the
installation, i.e. off cuts, trimming losses, damaged
boards etc. is properly dealt with in a sustainable
manner, such as recovery, recycling or diverting
from landfill where possible through an appropriate
collection scheme.
Technical Specifications
Hard Floor Coverings
Technical Specifications
Energy Consumption
Technical Specifications
Water Use
Technical Specifications
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
...................................................................
27
VOLUME 1 SECTION 5 – GLOSSARY
Definitions
Note: the present definitions are given here for convenience only, in the context of the tender procedure.
The definitions set out in the contract as concluded are determining for the relations between the parties
to the contract.
Administrative order: Any instruction or order issued by the Engineer to the Contractor in writing
regarding the execution of the works.
Breakdown of the overall price: A heading-by-heading list of the rates and costs making up the price for a
lump sum contract.
University of Malta: means the Department of Contracts
Contracting Authority: means the final beneficiary
Conflict of interest: Any event influencing the capacity of a candidate, tenderer or supplier to give an
objective and impartial professional opinion, or preventing him, at any moment, from giving priority to the
interests of the University of Malta and the Contracting Authority. Any consideration relating to possible
contracts in the future or conflict with other commitments, past or present, of a candidate, tenderer or
supplier, or any conflict with his own interests. These restrictions also apply to sub-contractors and
employees of the candidate, tenderer or supplier.
Contract value: The total value of the contract to be paid by the Contracting Authority in terms of the
agreed terms and conditions.
Contractor: The successful tenderer, once all parties have signed the contract.
Day: Calendar day.
Dayworks: Varied work inputs subject to payment on an hourly basis for the Contractor's employees and
plant.
Defects Notification Period: The period stated in the contract immediately following the date of
provisional acceptance, during which the Contractor is required to complete the works and to remedy
defects or faults as instructed by the Engineer.
Drawings: Drawings provided by the Contracting Authority and/or the Engineer, and/or drawings provided
by the Contractor and approved by the Engineer, for the carrying out of the works.
Engineer's representative: Any natural or legal person, designated by the Engineer as such under the
contract, and empowered to represent the Engineer in the performance of his functions, and in exercising
such rights and/or powers as have been delegated to him. In this case, references to the Engineer will
include his representative.
Equipment: Machinery, apparatus, components and any other articles intended for use in the works
Evaluation committee: a committee made up of an odd number of voting members (at least three)
appointed by the University of Malta and possessing the technical, linguistic and administrative capacities
necessary to give an informed opinion on tenders.
Final acceptance certificate: Certificate(s) issued by the Engineer to the Contractor at the end of the
defects notification period stating that the Contractor has completed his obligations to construct,
complete, and maintain the works concerned.
Final Beneficiary: The Department/Entity or other government body on whose behalf the Department of
Contracts has issued this tender.
Foreign currency: Any currency permissible under the applicable provisions and regulations other than the
Euro, which has been indicated in the tender.
28
General conditions: The general contractual provisions setting out the administrative, financial, legal and
technical clauses governing the execution of contracts.
General damages: The sum not stated beforehand in the contract, which is awarded by a court or an
arbitration tribunal, or agreed between the parties, as compensation payable to an injured party for a
breach of the contract by the other party.
In writing: This includes any hand-written, typed or printed communication, including fax transmissions
and electronic mail (e-mail).
Liquidated damages: The sum stated in the contract as compensation payable by the Contractor to the
Contracting Authority for failure to complete the contract or part thereof within the periods under the
contract, or as payable by either party to the other for any specific breach identified in the contract.
Modification: An instruction given by the Engineer which modifies the works.
National currency: The currency of the country of the Contracting Authority.
Period: A period begins the day after the act or event chosen as its starting point. Where the last day of a
period is not a working day, the period expires at the end of the next working day.
Plant: appliances and other machinery, and, where applicable under the law and/or practice of the state
of the Contracting Authority, the temporary structures on the site required to carry out the works but
excluding equipment or other items required to form part of the permanent works.
Provisional sum: A sum included in the contract and so designated for the execution of works or the
supply of goods, materials, plant or services, or for contingencies, which sum may be used in whole or in
part, or not at all, as instructed by the Engineer.
Site: The places provided by the Contracting Authority where the works are to be carried out and other
places stated in the contract as forming part of the site.
Special conditions: The special conditions laid down by the Contracting Authority as an integral part of the
tender document, amplifying and supplementing the general conditions, clauses specific to the contract
and the terms of reference (for a service contract) or technical specifications (for a supply or works
contract).
Supervisor/Engineer: The legal or natural person responsible for administering the contract on behalf of
the Contracting Authority.
Tender document/s: The dossier compiled by the Contracting Authority and containing all the documents
needed to prepare and submit a tender.
Tender price: The sum stated by the tenderer in his tender for carrying out the contract.
Works: Works of a permanent or temporary nature executed under the contract.
Written communications: Certificates, notices, orders and instructions issued in writing under the
contract.
29
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS
Section 21 - Right of Recourse
(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.
30
VOLUME 2
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE
Our Ref: EB/eb/_______
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
Attn [……………………………………..] [……………………………………..]
Dear Sirs,
UM 1958 -
Tenders for environmentally friendly General Building Works and Finishes at Various Sites
University of Malta.
This is to inform you that your Tender, dated the [……………………………………..], for the above mentioned
goods in caption, made under the abovementioned Call for Tenders, has been accepted by the University of
Malta in full compliance with the General Conditions of Contract that were attached to the Tender
Documents.
As undertaken by your good selves in the tender you are to render the general building works and finishes
on various sites as per tender specifications within [……………………………………..] weeks, for a sum of
[……………………………………..] inclusive of VAT and all as detailed and further amplified in your tendered offer
no: [……………………………………..] dated the [……………………………………..].
As undertaken by you in your tender and as stated in the General Conditions of Contract, you are to ensure
full compliance with the scope to affect delivery as detailed in the specifications. In this connection, your
attention is hereby being drawn to the relative Clauses of the General Conditions of Contract dealing with
your liabilities for failure to comply with the specifications referred to above.
Your attention is hereby drawn to Clause 35 of the Instruction to Tenderers, wherein you are required to
furnish the University of Malta, within 7 (seven) calendar days from the receipt/signatures of this Letter of
Acceptance, with a Bank Guarantee drawn on a local Maltese Bank for the amount of 10 (ten) % of the
value of this Contract and with a validity to expire on the __________ 20__. Said Guarantee has to be
referenced with the relevant Tender Number.
Failure to produce the said guarantee within the prescribed 7 (seven) days period may lead to the Contract
being considered as having been abandoned, in which case, you will become liable to the relevant
penalties stipulated in the General conditions of Contract.
Yours faithfully,
Director of Procurement
I agree and confirm
------------------------Name of Tenderer & Signature
31
VOLUME 2 SECTION 2 – GENERAL CONDITIONS
The full set of General Conditions for Works Contracts Version 1.05 (20 January 2015) can be
viewed/downloaded from:
http://contracts.gov.mt/en/Resources/Pages/Resources.aspx
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.
32
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS
These conditions amplify and supplement, if necessary, the General Conditions
governing the contract. Unless the Special Conditions provide otherwise, those
General Conditions remain fully applicable. The numbering of the Articles of the
Special Conditions is not consecutive but follows the numbering of the Articles of the
General Conditions. Other Special Conditions should be indicated afterwards.
Article 2: Law and language of the contract
2.1
The Laws of Malta shall apply in all matters not covered by the provisions of the contract.
2.2
The language used shall be English.
Article 3: Order of precedence of contract documents
The contract is made up of the following documents, in order of precedence:
(a) the Contract,
(b) the Special Conditions,
(c) the General Conditions,
(d) the Contracting Authority‟s technical specifications and design documentation,
(e) the Contractor‟s technical offer, and the design documentation (drawings),
(f) the bill of quantities (after arithmetical corrections)/breakdown,
(g) the tender form,
(h) any other documents forming part of the contract.
Addenda have the order of precedence of the document they are modifying.
Article 4: Communications
Director of Procurement
Administration Building
Tal-Qroqq
Msida
Malta
Telephone: +356 2340 2473
Fax:
+356 21314307
Email:
tenders.procurement@um.edu.mt
Article 5: Supervisor and Supervisor's representative
i) The Supervisor (and/or Architect in Charge) and Supervisor's representative (and/or
Project Manager as delegated), shall have the power, during the course of the work, to
order the contractor to remove from the site any materials which are considered to be
of an inferior quality. He shall also have the power to order the removal and a proper
re-execution of any work executed with the rejected materials in a manner contrary to
the spirit of the specifications. Such orders shall be carried out by the contractor at his
own expense.
ii) In case of default on the part of the contractor to carry out such orders, the
Supervisor (and/or Architect in Charge) and Supervisor's representative (and/or Project
Manager as delegated), shall have the power to employ and pay other persons to carry
out same at the contractor‟s expense; such expenses will be deducted from any monies
that may be due to the contractor.
iii) The contractor shall, if ordered in writing by the Supervisor (and/or Architect in
Charge) and Supervisor's representative (and/or Project Manager as delegated), suspend
33
the works or any part thereof for such periods and at such times as so ordered and shall
not, after receiving order, proceed with the work there in order to be suspended until
he receives written authority from the Project Manager, to proceed therewith. The
contractor shall not be entitled to claim compensation for any loss or damage sustained
as aforesaid.
iv) Should it appear to the Supervisor (and/or Architect in Charge) and Supervisor's
representative (and/or Project Manager as delegated), or any duly authorised member
of his staff that any work in progress is being executed in a faulty manner, with
unsuitable materials, by unskilled workmen/or by any means or manner not in
accordance with the contract documents, then he or they may order immediate
suspension of such faulty works by direct order to the contractor‟s supervisory staff,
foreman or ganger, until such time as the contractor shall adopt remedial measures to
the satisfaction of the Supervisor (and/or Architect in Charge) and Supervisor's
representative (and/or Project Manager as delegated). Such order shall be complied
with immediately the contractor shall not be entitled to any extra payment,
compensation or extension of time for the completion on account of such suspension as
per (iii) of this Clause.
Article 8: Supply of Documents
All drawings and a copy of the specifications shall be furnished to the contractor for his
own use. The architects shall furnish to the contractor, at his request, any instructions
which, in the opinion of the architect are necessary for the execution of any part of the
work, such request to be made only within a reasonable time for it is necessary to
execute such a work in order to fulfil the contract.
Article 10: Assistance with Local Regulations
The contractor shall comply with and fulfil all obligations imposed by Act 19 of the
Police Laws and shall give all notices, obtain all permits, pay all fees that may be
lawfully demanded by Public Offices in respect of works and complies with all
requirements of the law and lawful authority.
The contractor shall be responsible for the satisfactory working of the complete
installation to the entire satisfaction of the Engineer as regards workmanship, materials,
execution and maintenance within the guarantee periods specified and shall be
responsible for compliance with all Statutory and Local Regulations and for compliance
with all the tests required by the Engineer and all tests required by Enemalta
Corporation.
Article 11: The Contractor’s Obligations
The provisions of Legal Notice 281 of 2004 and all relevant regulations and subsequent
guidelines pursuant to the Code of Practice for the Construction Industry 2006, shall be
adopted throughout the construction phase of the Project.
34
Without prejudice to the Contents of Articles 11.1 to 11.10 of the General Conditions:The Contractor will be responsible for the safety of the works and site (including the
materials and plant) until they are taken possession of by the University and shall stand the
risk and be responsible for and must with all possible speed make good and any damage
caused to the Works and Site (be it by accident, weather, storm or any other causes) must
be made good by the contractor at his own expense.
The Contractor must cover up and protect from damage from any cause, all new work. He
must supply protection from the whole of the works executed and any damage caused must
be made good by the contractor at his own expense
The work shall be carried out in accordance with the directions and to the satisfaction of the
architects, specifications and Schedule of Quantities and such further drawings and
directions as may from time to time be given by the architects or supplied by the contractor
as part of this contract. If the work shown on any such direction be in the opinion of the
contractor, extra to that comprised in the specifications he shall, before proceeding with
such work, give notice to this effect to the architects, but if no notice is given to the
architects before the execution of the work, the contractor shall have no claim to any extra
payment in respect thereof.
The tenderers fully understand and agree that if, in the case of a successful bid and in the
course of the duration of the contract, the eventual successful tenderer is charged before a
court of criminal jurisdiction with an alleged breach of any of the provisions of the
Employment and Industrial Relations Act, the Occupational Health and Safety Authority Act,
the Employment and Training Services Act or any of the provisions of their subsidiary
legislation , (hereinafter referred to as “labour laws”),
a) the contract may, at the sole discretion of the contracting authority be suspended or
terminated. No action for damages shall lie against the entity issuing the tender with
respect to any such suspension;
b) where the contract has been suspended in accordance with (i) above, if the judicial
decision becomes res judicata and the successful tenderer is found guilty of the charges
brought against the person,
i.
the contract shall be terminated with effect from the date of suspension of
the contract, or from the date of the judicial decision, as appropriate, and no
action for damages shall lie against the contracting authority with respect to
such termination;
c) the person in whose favour the contract is awarded shall under all circumstances be
responsible to ensure that all his subcontractors and other persons engaged to do work or to
render services in terms of the awarded contract are aware of the penalties provided in this
clause, which penalties are also applicable to them.
Control of Site Work
The Contractor shall ensure that all works are carried out in an orderly and professional
manner that causes the least disturbance to the surroundings and in particular that create
the least possible obstruction to third parties and their activities in all their possible
aspects.
Entry to the site through the School may be restricted to two hours per day. No
noise/vibrations which will effect the adjacent School may be carried out during School
hours. The Final Beneficiary reserves the right to change the Contractor‟s access point to the
site at any time. The Contractor shall be responsible to co-ordinate his works with other
Contractors carrying out other works. At no time shall he impede in any way the works of
other contractors on site.
The Site is to be kept clean and well organised to the satisfaction of the
Supervisor/Engineer, who may order any action or steps to be taken, that may have not
35
been included statutory permits granted for the Project in order to ensure abidance with the
provisions of this Clause. No extra payments or extensions of completion period shall be
considered if these are claimed to arise out of such instructions by the Supervisor /
Engineer.
In the event that such actions or steps as ordered by the Supervisor / Engineer are not
carried out within the specified time required, the Final Beneficiary, without further notice,
appoint others to carry out such instructions at the Contractor‟s expense.
Special Controls
(a) Dust Control
The Contractor shall, for the duration of the Contract, maintain all roads, plant sites, waste
disposal areas and all other work resulting from installation works. Dust shall be controlled
by the sprinkling of water.
(b) Noise Control
The Contractor shall acquaint himself with the recommendations set out in BS5228 or its
Local / European equivalent - Noise Control on Installation and Open Sites together with any
mandatory specific requirements as may be stipulated by the Supervisor / Engineer.
(c) Housekeeping
The Contractor shall keep the site orderly, clean and in a safe condition at all times,
immediately removing all waste and rubbish. The Contractor shall provide on-site containers
for the collection of rubbish or dispose of rubbish off site at frequent and regular intervals
during the progress of the works.
During the progress of the Works, the Contractor shall keep the Site free from all
unnecessary installation material / equipment and shall store or dispose of any equipment,
scaffolding and surplus materials and clear away and remove without delay any items no
longer required.
(d) Clearance of Site on Completion
Prior to the date of Substantial Completion, the Contractor shall clear away and remove
from Site all equipment, surplus materials, rubbish and temporary works of every kind, and
leave the whole of the Site and the works clean and in a condition to the satisfaction of the
Supervisor / Engineer.
(e) Storage of Materials and Equipment
No equipment, materials, vehicles, temporary works or installation equipment of the
Contractor shall at any time be placed or stored other than the Site.
(f) Access to Site
The Contractor shall obtain the approval of the Supervisor / Engineer for the location of
entry and exit points for vehicles and equipment to and from the Site.
(g) Fencing
The Contractor shall erect suitable fencing around site of works to provide protection of the
works and to ensure that no unauthorised personnel have access to site.
(h) Water and Electricity Supply
The whole of the water required for the work must be provided by the Contractor and must
be clean fresh water. The Contractor must execute any temporary plumbing required at his
own expense and pay all fees and charges. All temporary electricity supply required is
likewise to be provided by the Contractor at his expense.
36
(i) Sheds and workshops
The Contractor shall provide all necessary sheds and sanitary facilities for the use of
workmen, and the storage of materials and maintain and keep them in order to the
satisfaction of the Supervisor / Engineer and remove them at completion.
(j) Other Controls
Without prejudice to the above, the successful bidder shall also abide with all the relevant
environmental legal and other regulatory local requirements that may be applicable for the
scope of these works and / or any other instructions that may be ordered by the University
of Malta.
Article 13: Performance Guarantee
13.1
The value of the Performance Guarantee is 10% of the Contract value.
13.3
The performance guarantee shall be in the format given in Volume 2 Section 4 and shall
be provided in the form of a bank guarantee. It shall be issued by a bank in accordance
with the eligibility criteria applicable for the award of the contract. The guarantee will
only be released in accordance with the Conditions of Contract.
Article 14: Insurance
a)
All risks insurance:
The contractor is to insure in the joint names of the Contracting Authority, the works
against loss and damage by fire, storm tempest, lightning, floods, earthquake, aircraft
or anything dropped there from aerial objects, riot and civil commotion for the full
value thereof plus 15% of all the works executed and all unfixed materials intended for,
delivered to or placed on or adjacent to the works and shall keep such works, materials
so insured until the completion of the works.
b)
Third party insurance:
Without in any way limiting his responsibility under paragraph (a) above, the contractor
shall effect a policy of insurance against the risks mentioned therein to cover an
amount of not less than €1,200,000 (one million two hundred thousand Euro) for any
one occurrence with the number of occurrences unlimited. The policy shall be in the
joint names of the Contracting Authority and the contractor and shall include cross
liabilities clauses
Article 15: Performance Programme (Timetable)
Seven calendar days before intended commencement of any works the Contractor shall
furnish a, programme of works, as the architect and project manager shall require.
Before proceeding with the execution of the work, the contractor shall obtain the
architects‟ and project manager's approval of the manner in which he proposes to carry
out each portion of the work.
Article 17: Contractor’s Drawings
Seven calendar days before intended commencement of any works the Contractor shall
furnish such working drawings or information, as the architect and project manager
shall require.
37
Article 18: Tender Prices
18.1
The tendered rates shall be inclusive of all work as specified, as well as any other works
that are of a contingent or indispensable nature for completing the work in its entirety.
The rates shall be inclusive of all materials necessary, profits and payments of Customs
Duty and Landing charges on all imported goods, VAT, taxes, ECO contribution, all hire
of plant and machinery required as also all transport of materials to the site of works
and so on. Tenderers are to give rates as quoted for. No claims arising from lack of
ascertaining the site condition shall be entertained.
18.2
The tendered rates shall be fixed rates and no allowance will be made for fluctuations
in rates and prices or for any increase or decrease in the cost of labour and/or
materials and other costs mentioned under Clause 18.1
Article 22: Interference With Traffic
As per General conditions
Article 25: Demolished Materials
25.1
As per General conditions
25.4
As per General conditions
Article 26: Discoveries
26.2
As per General conditions
26.3
As per General conditions
Article 28: Soil Studies
28.1
As per General conditions
Article 30: Patents and Licences
30.1
As per General conditions
Article 31: Commencement Date
31.1
Following the signature of Contract, the Contractor will be notified in writing at least
15 calendar days in advance to commence works on site.
31.2
As soon as possession of the site is given to the Contractor, he shall proceed with the
works and complete same as soon as possible. The work shall interface with the
Mechanical, Electrical and Servicing works and shall be carried in parallel with the
aforesaid works whenever possible. It is essential that the whole of this work be
completed at the earliest possible, but not later than 4 weeks from the order to start
works.)
Should there be no queries from the Contractor, the necessary work shall proceed and
be completed as soon as possible, respecting the deadlines specified in Article 15
above.
Article 32: Period of Performance
32.1
It is to be made absolutely clear that all works envisaged in this contract are to be
carried out in four (4) weeks, from the order to start work which will be issued on
final signature of contract. Finishing and mechanical/electrical/low voltage services
will be carried out concurrently and the period of performance will take into
account works that require to be carried out in succession. Tenderers are to submit
the programme of works over a four (4) week period and are warned that their
offers may not be accepted if this clause is not acceded to.
38
Article 34: Delays in Execution
34.1
If the Contractor fails to start the works assigned to him on the specified starting date,
a penalty of one thousand two hundred Euros (€1200) per day including Sundays and
public holidays shall be imposed until the works have commenced. Subsequently the
Contractor shall be subject to a penalty for delay of one thousand two hundred Euros (€
1200) per day inclusive of Sundays and Public Holidays for any delays over the 4 week
period, up to a limit of 20% of the awarded contract. As soon as this figure is reached
the Contracting Authority reserves the right to invoke Clause 34.2 (c) of the General
Conditions.
Article 35: Variations and Modifications
35.7
As per General conditions
35.8
As per General conditions
35.9
Final measurements of all the works carried out shall be prepared within four (4) weeks
after the works are completed and paid according to the applicable rates detailed in
the Bill of Quantities.
Article 37: Work Register
37.1
As per General conditions
Article 38: Origin
38.1
As per General conditions
Article 39: Quality of Works and Materials
39.2
a)
All materials required for the completion of the works specified shall be provided
by the contractor.
b)
The work is to be carried out in the best customary practice and the architect in
charge is to be satisfied that the quality of the materials conforms to that
specified herein.
c)
The contractor shall provide without extra charge all labour and equipment
required by the architect in charge of testing, measuring or proving the efficiency
of any of the materials used or of any portion or portions of the completed works.
d)
The Contractor shall guarantee the works that he has carried out, for a Minimum
period of twelve months after completion, against defective materials and all
workmanship
Article 40: Inspection and Testing
40.2
Tests on any materials, causes, etc. may be taken at any time during the course of the
works and the contractor shall be bound to provide the architect with all such
assistance, instruments, machines, labour and materials as are normally required for
examining, measuring and testing any work, and the quality, weight or quantity of any
materials used and shall supply samples of materials before incorporation in the works,
for testing as may be required by the architects, the Project Manager or Supervisor.
Article 42: Ownership of Plants and Materials
42.2
Article 42 of the General Conditions shall be understood to refer to all equipment,
temporary structures, plant and materials brought on site by the Contractor.
39
Article 43: Payments: General Principles
43.1
(a) Payments shall be made in Euro, up to 95% of the certified works carried out, with
5% being kept as retention money.
(b) Payments shall be made by the University of Malta.
43.3
The payment terms referred to under the relative Clause of the General Conditions
particular to this tender state that payment shall be effective within a reasonable
period time. This should be taken to mean that payment is to be effected within
90days from the date of receipt of the invoice or request for goods delivered, services
rendered of work carried out to the satisfaction of the Head of Department or his
representative, failing which the provisions of the Late Payments Directive will come
into effect (30 days as per General Conditions).
43.4
Whenever the 30-day period is mentioned in this article, it is deemed to be 60 days.
Article 44: Pre-financing
44.1
Not Applicable to this tender
Article 45: Retention Monies
45.2
The balance of 5% of the contract sum retained as per Article 43.1 above, will be
retained for the duration of the defects liability period as stipulated in Article 39 (d)
above and will only be refunded if defective work, if any, had been made good to the
satisfaction of the architects, the Project Manager and/or the Supervisor of the
Contracting Authority.
Article 46: Price Revision
46.1
No price revisions are allowed
46.3
Prices contained in the Contractor's tender shall be deemed:
a) to have been determined on the basis of the conditions in force 30 days prior to
the latest date fixed for submission of tenders or, in the case of direct
agreement contracts, on the date of the contract;
b) to have taken account of the legislation and the relevant tax arrangements
applicable at the reference date fixed in Article 46.3(a).
46.4
In the event of changes to, or introduction of, any national or state statute, ordinance,
decree or other law, or any regulation or bye-law of any local or other public authority,
after the date stated in Article 46.3 which causes a change in the contractual
relationship between the parties to the contract, the Contracting Authority and the
Contractor shall consult on how best to proceed further under the contract, and may as a
result of such consultation decide, with the prior approval of the Central Government
Authority:
a) to modify the contract; or
b) to provide for compensation for any imbalance caused by one Party to the other;
or
c) to terminate the contract by mutual agreement.
46.5
In the event of a delay in the execution of the works for which the Contractor is
responsible, or at the end of the period of performance revised as necessary in
accordance with the contract, there shall be no further revision of prices within the 30
days before provisional acceptance, except for the application of a new price index, if
this is to the benefit of the Contracting Authority.
40
Article 47: Measurement
47.2
Final measurements of all the works carried out shall be prepared within a reasonable
period after the works are completed and paid according to the applicable rates detailed
in the Bill of Quantities
Article 48: Interim Payments
48.1
In line with article 48. 1 of the General Conditions, an interim certificate of payment may
be issued at intervals of not less than one month and not more than three months
intervals against invoices from the Contractor.
Article 50: Delayed Payments
50.1
The period quoted in Article 50.1 of the General Conditions may be subject to change
according to the particular needs of the Department
50.2
Once the deadline laid down in Article 50.1 has expired, the Contractor may, within two
months of late payment, claim late-payment interest:
[Malta Funds]
A contractor would become entitled to the payment of interest at 2% over the rate of
interest established by the European Central Bank for that particular period.
By way of exception, when the interest calculated in accordance with this provision is
lower than or equal to €200, it shall be paid to the Contractor only upon a demand
submitted within two months of receiving late payment.
Article 53: End Date
Malta Funds
Article 53 of the General Conditions is not applicable.
Article 56: Partial Acceptance
56.3
Not Applicable.
Article 57: Provisional Acceptance
As per General Conditions
Article 58: Maintenance Obligations
58.6
The Contractor shall replace at his expense any work, which is proven to be defective
even after completion, up to a maximum of two (2) years.
Article 66: Dispute Settlement by Litigation
Any dispute between the Parties that may arise during the performance of this contract
and that has not been possible to settle otherwise between the Parties shall be submitted
to the arbitration of the Malta Arbitration Centre in accordance with the Arbitration Act
(Chapter 387) of the Laws of Malta.
This law is based on “Model Law” which is the Model Law on International Commercial
Arbitration adopted on June 21, 1985 by the United Nations Commission on International
Trade Law reproduced in the First Schedule of the Arbitration Act.
41
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
Dear Sir,
Our Guarantee Number .......................... for €......................
Account: [Account Holder’s Name]
In connection with the contract entered into between yourself on behalf of the Director of Contracts and
[Name and Address of Contractor] hereinafter referred to as “the Contractor” as per the latter‟s tender
and your acceptance under [UM File Reference], whereby the contractor undertook the [title of contract]
in accordance with Article 13 of the Special Conditions the [works/services/supplies] as mentioned,
enumerated or referred to in the Specification and/or Bills of Quantities forming part of the contract
documents, we hereby guarantee to pay you on demand a maximum sum of €[amount in works and
numbers] in case the obligations of the above-mentioned contract are not duly performed by the
Contractor.
This guarantee will become payable on your first demand and it shall not be incumbent upon us to verify
whether such demand is justified.
For avoidance of doubt it is hereby declared that although this instrument gives rise to legal relations
between the guarantor and the beneficiary, it is hereby specifically declared for all intents and purposes of
law that this guarantee does not exempt the above-mentioned Contractor from any obligations, acts of
performance or undertaking assumed under the tender documents as ratified in the contract.
Any payments due to the contractor in respect of the obligations entered into under the contract above
referred to shall be made through this Bank.
This guarantee expires on the [expiry date] and unless it is extended by us or returned to us for
cancellation before that date any demand made by you for payment must be received in writing not later
than the aforementioned expiry date.
This document should be returned to us on utilization or expiry or in the event of the guarantee being no
longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date,
this guarantee shall be null and void, whether returned to us or not, and our liability hereunder shall
terminate.
This guarantee is personal to you, and is not transferable or assignable.
Yours Faithfully,
.............................................
[Signatory on behalf of Guarantor]
42
VOLUME 2 SECTION 5 – SPECIMEN PRE FINANCING PAYMENT GUARANTEE – Not Applicable for this tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
[Tender Reference]
Dear Sir,
We the undersigned, [name, company name, address], hereby declare that we will guarantee, as
principal debtor, to [University of Malta's name and address] on behalf of [Contractor's name and
address], the payment of [indicate the amount], corresponding to the guarantee mentioned in Article 44
of the Special Conditions without dispute, on receipt of a first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the contract or of the
works to be performed thereunder or of any of the contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee. We hereby waive
notice of any such change, addition or modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of the prefinancing] and shall be valid until the equivalent value of [works/services/supplies] has been certified by
the University of Malta.
We note that you will release the guarantee and notify us of the fact at the latest within thirty days of this
date.
Done at ………….., ../../..
Name and first name: …………………………… On behalf of: …………………
Signature: ……………..
[stamp of the body providing the guarantee]
43
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this Tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
[Tender Reference]
Dear Sir,
We, the undersigned, [name, company name, address], hereby declare that we will guarantee, as
principal debtor, to [University of Malta's name and address] on behalf of [Contractor's name and
address], the payment of [indicate the amount], corresponding to the guarantee mentioned in Article 45
of the Special Conditions without dispute, on receipt of a first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the contract or of the
works to be performed thereunder or of any of the contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee. We hereby waive
notice of any such change, addition or modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of the sums
retained under the contract] and shall be valid until the date of issue of the certificate of final
acceptance.
We note that you will release the guarantee and notify us of the fact at the latest within thirty days of the
date of issue of this certificate.
Done at ………….., ../../..
Name and first name: …………………………… On behalf of: …………………
Signature: ……………..
[stamp of the body providing the guarantee]
44
VOLUME 3 - TECHNICAL SPECIFICATIONS
Note:
Where in this tender document a standard is quoted, it is to be understood that the
Contracting Authority will accept equivalent standards. However, it will be the
responsibility of the respective bidders to prove that the standards they quoted are
equivalent to the standards requested by the Contracting Authority.
3.1 Excavations
3.1.1
Generally
The Contractor shall judge for himself the nature and conditions of the site and allow for
excavation by the appropriate means to give the correct dimension and levels in the ground
conditions encountered. Blasting of rock is not allowed.
3.1.2
Agreement of Surface Levels
Before any excavation or filling is commenced, the levels of the original surface are to be mutually
agreed between the Estates & Works Director, the Architect and the Contractor and such
agreement recorded on drawings which are to be signed by the Estates & Works Director, the
Architect and the Contractor.
3.1.3
Setting Out and Levelling
Before commencing any excavation the Contractor shall satisfy himself that any dimensions, setting
out and levels, whether on site or shown on the drawings are correct.
If not satisfied with their accuracy he should give written notice to the Project Manager and ask for
instructions, as otherwise no claim will be entertained.
3.1.4
Timbering and other works
The Contractor shall allow for all necessary erection and subsequent removal of sheeting,
timbering, strutting, shoring, etc. to excavations and trenches to ensure the safety of the workmen
and freedom from damage to any structures, buildings, streets, sewers, drawings, party or other
walls, and services that may be effected, and to secure the excavations and to prevent any
movement.
Remedial works caused by the absence or failure of timbering, strutting, etc., are to be carried out
at the Contractor‟s expense.
3.1.5
Keeping Excavations Dry
The Contractor should allow for all necessary pumping and bailing of excavations and no claims for
flooding excavations for any reason whatsoever will be considered. Where flooding is liable to
occur continuous pumping shall be instituted and in no circumstances shall excavation be allowed
to become sodden.
The floor of the excavation shall be finally cleared of all loose material, soft rock, etc. and water,
immediately prior to concrete placing.
3.1.6
Excavation Too Deep
45
Excavations for pits, trenches, bases, etc. shall be formed correct levels.
Excavations are to be approved by the Estates & Works Director and the Architect before
concreting or covering up. Excavations in excess of the drawings or Estates & Works Director‟s and
the Architect‟s instructions are to be filled in with concrete similar to that of adjacent work.
3.1.7
Fill Material
Fill material shall be crushed rock sand or crushed rock aggregate conforming to BS 882:1992. The
material shall be well graded and lie within the grading envelop as follows:BS Sieve Size
Percentage by Mass Passing
75mm
37.5mm
10mm
5mm
60um
75um
100
85 - 100
45 - 100
25 - 85
8 - 45
0 - 10
The particle size shall be determined by the washing and sieving method of BS 812 Part 103.
The material passing 425 um BS sieve when tested in compliance with BS 1377 shall have a
plasticity index of less than 6.
The material shall satisfy the minimum CBR requirement when tested in accordance with BS 1377
Test 16, with surcharge discs. The material shall be tested at the density and moisture content
likely to develop in equilibrium pavement conditions, which shall be taken as being the density
relating to a uniform air voids content of 5% and the optimum moisture content determined in
compliance with BS 5835.
The material shall be transported, laid and compacted at moisture content within the range 1%
above to 2% below the optimum moisture content determined in compliance with BS 5835 and
without drying out or segregation.
The material shall have 10% fines value of 50 kN or more when tested in compliance with BS 812
except that the samples shall be tested in a saturated and surface dried condition. Prior to testing
the selected test portions shall be soaked in water at room temperature for 24 hour without
previously having been over dried.
3.1.8
Breaking the Surface
Bituminous surfaced roads shall be broken out to the full depth of the surfacing at the initial stage
using a tarmac saw. All loose materials shall be removed to ensure that the trench edge is in safe
and stable condition. All trenches shall have parallel sides. The trench width shall be such as to
allow for workmen to work comfortably. Any trench work for the passage of services has to be
back-filled with granular materials, compacted by machine and the road surface reinstated with
dense bitumen macadam to the satisfaction of the architects.
3.1.9
Excavation
All excavation in the road shall be carried out in a manner, which avoids undue damage to the road
structure. All excavating equipment shall be capable of carrying out the excavation to the
required depth, in any material likely to be encountered.
3.1.10 Excavated Material
a)
Excavated material if required on site adjacent to the trench, shall be stockpiled at a safe
distance from the trench edge. Only a very small stockpile will be allowed. Contractor
will have to either fill irregularly or remove extra material. No extra claim will be
entertained and the Estates & Works Director and the Architect have the right to ask
Contractor to remove the material.
46
b)
All excavated materials that are to be re-used should be protected from excessive drying or
wetting during storage. Additionally, these materials should be excavated, stored, handled
and laid so as to avoid contamination and the loss of times.
c)
Excavated material unsuitable for re-use shall be removed from the site as soon as
practicable.
3.2 Masonry and Blockwork
3.2.1
Masonry Work
Masonry work shall mainly consist of single and double block and stone walls and shall include
copings, jambs, stone lintels, ventilators and all other items that are associated with the trade of
masonry.
3.2.2
Stone
Best quality franka stone from an approved quarry and free of defects shall be used. Any inferior
quality stone like “Soll” or stone with other defects such as exposed iron traces shall be rejected.
All stone shall be dressed off site and brought to site on pallets. No stone dressing will be allowed
on site. The heads of stone may be cut on site to produce a straight vertical joint but the
horizontal joint has to be prepared before.
All stone is to be dressed to square faces with sharp arises on exposed faces. Stone having edges in
corners chipped shall be rejected; for these purposes the Contractor shall at all times have on the
site a squaring and planning machine.
Exposed faces shall be scraped smooth to what is locally called “fuq il-fil” as directed and to the
satisfaction of the Estates & Works Director and the Architect.
Exposed joints shall not exceed 12mm in thickness in horizontal bedding and 6mm in vertical
jointing.
In bedding of stone upon stone, after wetting the stone, the Mason shall spread the mortar to the
required thickness evenly throughout the whole surface of the stone and not just over the corners.
All masonry is to be built with horizontal joints truly level and vertical joints breaking course by
not less than 150mm.
Stone in walling, copings, etc. shall be placed with the grain or natural bed horizontal or vertical in
the case of copings.
A sample has to be prepared which shall be accepted by the Director, Estates and Works and
the Architect and all future work shall be according to the sample.
3.2.3
Walls
Double walls in stone shall be 350mm thick, with an outer skin of 150mm and an inner skin of
150mm and 50mm cavity. Double walls in 450mm shall be two skins of 225mm each.
Bond stones in all double walls shall be laid in every course, 2.13m apart from centre to centre.
Bonding of secondary to the double walls is to be properly carried out by toothing into every
alternate course.
Single walls shall be in stone 175mm thick or as directed by the Estates & Works Director and the
Architect.
Foundation walls are to be laid in cement mortar composed of one part cement and not more than
six parts of fine aggregate.
47
3.2.4
Pre-Cast Concrete Blocks
Pre-cast concrete blocks are to be of an approved manufacture and shall have passed the test for
compressive strength and moisture absorption required under Sanitary Laws and Regulations.
Dimensions of the blocks shall be as in these Technical Specifications.
3.2.5
Damp Proof Course
Damp proof layer where indicated shall be formed according to Sanitary Regulations, not less than
12mm thick consisting of tar and sand applied hot.
Vertical damp proofing shall consist of two coats hot tar paint of approved quality applied to
vertical surfaces with a brush. Besides a primary light coat shall also be applied.
3.2.6
Mortar
The lime used for mortar shall be first quality derived from coralline limestone. Mortar for stone
walling shall consist of one part of lime mortar to two parts of finings derived by sieving from
softstone chippings, measured by volume. Soft stone dust derived from mechanically operated
quarries shall not be used in the preparation of mortar. Mortar for concrete block walling shall
consist of one part cement, one part lime and six parts approved sand, measured by volume.
Cement mortar where specified is to be composed of one part cement to three parts approved
sand or hardstone finings and when mixed to be used immediately. Mortar is to be prepared in
bulk with clean fresh water, well mixed and allowed to mature prior to use. It shall be further
worked up with water in small batches as and when required for use.
3.2.7
Stone, Jambs, Sills, etc.
Jamb stones of all openings in double walls shall in every alternate course, extend through the
whole thickness of the wall.
Sills on all openings are to be in one stone and existing on all floors, and relieving arches are to be
formed on all lintels. All sills shall be sloped to the outside.
All chases required for the fixing of doors and/or windows and any other purpose shall be cut
where and as directed by the Estates & Works Director and the Architect.
3.3 Reinforced Concrete
3.3.1
Concrete Works
The works, unless otherwise stated, are to be carried out by the Contractor comprising the
following:-
3.3.2

Preparation of the necessary shuttering for all concrete works including those in foundations.

The construction of floor slabs, beams, lintols, strip footings, rainwater gutter and sub floor,
including the supply and cutting, hoisting and tying in place of all the required reinforcement.
Concrete to be Grade 30 for slabs, columns and beams (all conforming to BS 5328). Mixes for
all other RC members are to have Grade 25 concrete (refer to Item 4.4.8).

The Estates & Works Director and the Architect shall carry out all concrete work in strict
accordance with the specifications.
Cement
Cement is to be Portland cement conforming to BS 12 and the latest BSS. The Estates & Works
Director and the Architect are to be consulted about the brand of cement to be used. It is to be
48
stored in a dry, well-ventilated place with boarded flooring. Partially set cement or damaged
cement bags must not be used in reinforced concrete works.
3.3.3
Aggregate
Coarse aggregate shall consist of first quality hard crushed stone to pass a 20mm mesh screen, and
retained on a 5mm screen, well graded between these limits to yield a compact mass.
Sand or fine aggregate is to be clean, sharp and gritty, free from loamy matter and other
deleterious substances to pass a 6mm mesh screen, well graded between these limits.
The sand is to be washed and screened when so directed by the Estates & Works Director at the
expense of the Contractor.
3.3.4
Water
Clean, fresh water, entirely free from organic matter shall be used. The necessary quantities of
water shall be provided by the Contractor at his own expense.
3.3.5
Steel Reinforcement
All steel reinforcement shall conform in all respects to BSS 4449:1969: all bar reinforcement is to
be of the deformed type. All fabric reinforcement shall be sheets welded steel to comply with BSS
1221 A.
The Estates & Works Director and the Architect may order tests on any steel prior to it being used
on the works. All reinforcement shall be placed strictly as as directed. It is to be fixed so as to
prevent displacement before or during the process of tamping and ramming of the concrete in
place.
When the reinforcement is in position ready for concreting, the Contractor must notify the Estates
& Works Director and the Architect, who are to arrange for it to be checked before any of it is
covered up with concrete. Such checking will not relieve the Contractor from any of his
responsibilities under the Contract.
3.3.6
Formwork
All formwork for beams and slabs shall be true to line and sufficiently strong to carry the dead
weight of wet concrete plus incidental loading without noticeable deflection. It should be
sufficiently rigid to guard against movement whilst concrete is being vibrated into position.
All formwork shall be adequately braced and strutted during the period of maturing of concrete.
The minimum period before any formwork is removed shall be established by the Estates & Works
Director and the Architect, but this period should not be less than the following:


Vertical surfaces to beam sides
Beam soffit (props to be left under)
Removal of props to beams
12 to 24 hours
7 days
14 days
Immediately after striking any shuttering/sheeting, all air holes and other irregularities in the
exposed surfaces shall be filled in or otherwise made good. Cement and sand mortar (1:3) is to be
used for filling. No plastering of defective concrete will be permitted. All formwork must be
carefully cleaned out before any concreting takes place and also wetted with clean water. Boards
shall butt close together to prevent leakage of the fine stuff and shall be treated in a way to
facilitate striking.
3.3.7
Concrete Floors
All concrete floors, internally and externally are to be laid to the required thickness and gradients
as directed by the Estates & Works Director and the Architect. Floors are to be cast in bays and
the joints 12mm x 19mm (deep) are to be filled with a bitumen/rubber compound such as
“Plastijoint” or a similar and approved brand.
49
Floors are to be given a smooth finish with a power float.
All in-situ concrete elements have to be covered with a plastic sheet the day after concreting is
done.
3.3.8
Ready Mixed Concrete
Ready mixed concrete may be used from approved supplies and after the Estates & Works Director
and the Architect are satisfied that adequate laboratory-testing facilities exist at the suppliers
end. The clauses under cement, aggregate and water shall strictly apply.
The concrete mix is to have such consistency and composition that it can be worked readily into
the corners and angles of the forms and around the reinforcement without permitting the mix to
segregate. Contractor shall have on site at all times a slump cone and the required number of
150mm cube moulds. Samples of concrete delivered to site shall be taken and the number of cubes
made will be determined by the Estates & Works Director and the Architect.
Special care is to be taken to ensure that all test cubes are made, cured, handled and tested to BS
1881. A record of such tests is to be kept on such forms as provided by the Estates & Works
Director and properly kept for inspection by him and the Architect.
Works tests are to be carried out at the Contractor‟s expense at an approved laboratory and shall
conform to the following:
Class
Grade
Members
Cube strength 7 days
after deliver to site
Cube strength 28 days
after delivery to site
1
30
Columns
Slab Beams
Work Test
25 N/sq.mm
Work Test
30 N/sq.mm
2
25
Flooring
Walls
Steps
Lintels
17 N/sq.mm
25 N/sq.mm
3
15
Blinding
Concrete
10 N/sq.mm
15 N/sq. mm
A 125mm thick polystyrene sheet is to be laid between the reinforced concrete roof and the stone
course to act as an expansion joint.
Concrete representative of a failed test cube at 28 days shall be removed and replaced at the
Contractor‟s expense. In addition to the strength required for concrete at 28 days, a test cube,
which produces less than the strength required at 7 days after delivery to site, shall be considered
liable to have insufficient strength at 28 days.
A mechanical vibrator shall be used throughout all concrete works. All concerned items below DPC
shall be rendered waterproof by adding of additives.
3.3.9
Admixtures
All structural concrete shall contain the correct dosage of super-plasticiser, according to the
specified dosage of the approved admixture.
3.3.10 Depositing and Compacting
Not more than 35 minutes shall elapse between mixing and placing of concrete on site. Placing
should proceed continuously so that as far as possible complete sections of the mesh is deposited in
one operation. Concrete shall be carefully placed round reinforcement bars and compacted with a
mechanical vibrator at all times.
50
3.3.11 Bonding
Before depositing fresh concrete on or against concrete, which has not hardened the surface, is to
be well brushed with neat cement slurry.
3.3.12 Sliding Layer
A sliding layer composed of a plastic sheet (in duplicate) shall be laid on the upper surface of
walls, immediately below the concrete slab at roof level and wherever this is required by the
Architect, at no extra cost.
3.3.13 Prestressed/Precast Concrete Roof Slabs
Roof slabs shall be constructed as directed by the Estates & Works Director and the Architect.
The prestressed concrete roof slabs shall be manufacturers in accordance with BS 8110: Structural
use of Concrete. Grade 30 concrete (minimum) shall be used in their manufacture.
The prestressed concrete planks shall exhibit a high standard of finish.
Only those prestressed planks, which are accompanied by a certificate signed by an Architect and
Civil Engineer, shall be accepted.
Deflection cracks shall be limited to a maximum width of 0.1mm.
Planks are to be capable of withstanding transport, hoisting, laying in place and the superimposed
loads, and shall have a minimum crushing strength at 28 days of 33 N/sq.mm (4850 Lbf/sq. in.).
Trimming and/or finishing of planks on site of works will not be permitted.
Prestressed planks are to be placed to the following tolerance:

longitudinally +/- 12mm
transversely +/- 15mm
The grouting in between the planks shall be carried out during the same pour as the concrete
topping.
Concrete for grouting shall have an aggregate size of not more than 12mm. All grouting shall be
mechanically vibrated and shall contain 20mm continuity reinforcing bars as directed.
All grouting and concrete topping shall be cured in accordance with BS 8110.
A 125mm thick polystyrene sheet is to be laid between the prestressed panels and the stone course
to act as an expansion joint.
Beneath the slabs the last course of walling is to be a reinforced concrete ring beam.
immediately below the slabs a sheet of plastic shall be laid as a sliding joint.
Also,
Tenderers must submit with their tender document, the properties including deflections and
calculations signed by a qualified Architect and Civil Engineer.
3.4
Waterproofing and Roof Drainage
Waterproofing is to consist of a concrete screed overlain by a waterproof membrane. The screed
shall consist of a Grade C 20 concrete layer laid in bays to the required thickness and gradients,
average 100mm with rounded fillets, smoothed and overlain first by a bituminous tacking coat in
two layers and then by an approved 4mm thick rubberised bituminous of fibreglass membrane.
Each bay forming the concrete screed is to be of an approved size, which is not to exceed 15 sq.m.
51
A 12mm construction joint is to be made between bays and filled with a “Flexcell” type compound
or a similar and approved brand except for the last 12mm by 18mm which is to be filled with a
“Plastijoint” type of rubberised bituminous compound. A construction joint is also to be made
between screed and the lowest course of parapet wall and filled as described above. At least one
week must elapse before concreting adjacent bays in the screed.
The waterproof membrane is to be composed of one layer of 4mm thickness of bitumen - based
multi-layered membrane with polyester fibreglass reinforcement and finished on the upper side
with mineral granules, coloured with weather-stable inorganic pigments. The membrane must
have a minimum weight of 3.0 Kg. per square metre.
The bituminous membrane shall have the following characteristics:a)
b)
c)
d)
e)
f)
g)
h)
i)
Softening and near running point of bitumen 140 deg. C.
Ultimate longitudinal elongation  50%.
Ultimate transversal elongation  50%.
Ultimate resistance due to longitudinal stress  80-kg/5 cm.
Ultimate resistance due to transversal stress  60-kg/5 cm.
Reinforced with non-woven polyester fabric.
Impermeable to water completely.
Minimum thickness 3.55mm, weight  4.0 kg./sq.m.
A longitudinal strip of membrane free from removable finish of 10cm minimum width, is to
be provided for overlapping purposes.
The membrane is to withstand pedestrian traffic for everyday maintenance requirements.
The membrane is to be of a light grey colour. Tenderer is to specify the colour range available.
The membrane is to withstand the local temperature conditions without adverse effects. Tenderer
is to state a guarantee period against which defective material would have to be replaced.
The membrane is to be fixed by torch welding. It should have a minimum side lap of 100mm (4
ins.) and end lap of 150mm (6 ins.)
When the concrete screeds meet a wall, the membrane is to be continued uninterrupted by at least
the height of 300mm. Since the work combines vertical and horizontal surfaces, the membrane
must not soften below 90o C.
The membrane is to be carefully dressed over and around any drain outlets.
At the termination point of the membrane on the vertical surface of the wall, the top edge is to be
either embedded in the joint of the stone or else taken up the whole vertical height and continued
on the horizontal until the joint between the two skins is covered.
3.5
Decoration Works in compliance with Green Public Procurement (GPP) Criteria
3.5.1
The following substances must not be used during paintwork: Products which contain sulphur hexafluoride (SF6).
 Indoor paints and varnishes with a content of solvents (volatile organic compounds(VOCs) with
a boiling point of 250°C maximum) higher than:
- For wall paints (according to EN 13300): 30 g/l (minus water).
- For other paints with a spreading rate of at least 15 m²/l at a hiding power of 98%
opacity: 250 g/l (minus water).
- for all other products (including paints that are not wall paints and that have a spreading
rate of less than 15m2/l, varnishes, wood stains, floor coatings and floor. paints, and
related products): 180g/l (minus water).
Verification:
3.5.1.1 Bidders must declare that these products/substances will not be used.
52
3.5.2
All concrete faces of slabs, lintols, beams and concrete block wall internally and/or externally are
to be rendered in two coats; the first to consist of 1:3 cement; sand 9mm thick and the second
1:2:6 cement:sand:lime 9mm thick and colour painted in one undercoat and two coats of paint
good for the particular environment to the satisfaction of the Estates & Works Director and the
Architect. It is the Contractor's responsibility to provide a perfectly smooth corner or finish.
Therefore if the concrete work is not correct then it is the Contractor's responsibility to amend it
at no extra cost to the client. The whole of the plaster's work is to be finished with true and even
surfaces, angles and arises and left perfect on completion. Internally, corners are to be fitted with
a galvanised steel (or aluminium or stainless steel) beading and externally straight timber beams
shall be used to make the corners straight. External concrete surfaces are to be rendered "fracas"
finish and paint with one undercoat and two coats of external type paint. Stone surfaces, which
require to be rendered, have to be picked at no extra cost.
3.5.3
Portland cement used in rendering shall be of an approved brand and comply with BS 12:19.
3.5.4
Lime for undercoats and rendering is to be of an approved quality. Quick lime shall be slaked in an
appropriate manner.
3.5.5
All colours and tints have to be decided by the Estates & Works Director and the Architect.
3.5.6
Clean and fresh water, entirely free from organic matter shall be used. Contractor shall provide
the necessary quantities of water at his own expense.
3.5.7
Sand or fine aggregate is to be clean, sharp and gritty, free from loamy matter and other
deleterious substances to pass a 6mm mesh sieve and retaining 25% on a 3mm screen wall graded
between these limits. The sand is to be washed and screened when so directed by the Architect in
charge at the expense of the Contractor.
3.5.8
The surface to be rendered shall be cleaned of loose mortar, fins, laitance, efflorescence, grease
or dust. Rendered surfaces to receive further coats of tendering shall be open textured, scratched
or nail-floated and shall be sufficiently matured before a subsequent layer is applied.
The whole of the plasterer's work is to be finished with true and even surfaces, angles and arises,
and left perfect on completion. Surfaces which are uneven or which are not plumb shall be dubbed
out with mortar before being rendered. In some cases it may be necessary to the Contractor to
apply additional rendering coats without extra charge.
3.5.9
Before pointing, vertical and horizontal joints of all external walls are to be raked to a depth of
12mm. All the joints are to be opened to the same width, the horizontal joint should be 10mm and
the vertical joint should be 5-6mm. The joints shall then be pointed in plasticised sand/cement
mortar of a white colour, which does not crack. The sand/cement/plasticiser/water ratio shall be
according to the plasticiser's manufacturer's instructions. In this respect the Contractor is to
submit technical literature of the plasticiser he intends to use for approval by the Estates & Works
Director and the Architect. The external stonewalls are to be well wetted to remove dust before
the joints are pointed. After pointing, the walls shall again be scraped smooth and left with a
natural stone finish. No "xahx" will be allowed.
3.5.10 Raking and pointing of all internal masonry walls are to be as described for external walls. One
coat undercoat and three coats of acrylic paint or other paint guaranteed against fungal growth are
to be applied, the colours to be determined by the Estates & Works Director and the Architect.
3.5.11 Before applying any paint, surfaces shall be allowed to dry out completely. Any efflorescence shall
be removed by wiping first with a dry coarse cloth and then with a damp cloth. The surface shall
then be left for 48 hours to see if further efflorescence has passed. The surfaces shall be cleaned
to remove dust, dirt, plaster splashes, etc., cracks and other imperfections shall be cut out and
made good with a suitable plaster or a sand/cement mix as appropriate, and making good shall be
allowed to dry out thoroughly. When the surfaces are completely dry they shall be treated as
described above.
3.6
Porcelain Stoneware Tiles
3.6.1
Porcelain stoneware tiles shall consist of 9mm thick unglazed dust pressed tiles, of the best
quality, true to shape, and free from defects or blemishes. They shall conform to BS6431 Part 6, or
to EN176, having a water absorption of less than 0.5% (B1 classification in EN87), a resistance to
deep abrasion of less than 205mm volume removed, (when tested to EN102), a surface hardness
53
greater than 6 (Mohs scale), and an extremely high resistance to chemical attack, and hard ware
compatible with public internal circulation areas. In the external areas, porcelain stoneware tiles
shall have a non-slip surface texture, such as produced by square indentations.
The tiles shall be 300mm x 300mm, in matt or polished finish, with a minutely granulated or sandy
surface texture, in beige, grey and terracotta colours.
3.6.2
Tenderers shall submit samples of proposed tiles, properly marked on reverse side, and together
with all the necessary manufacturer‟s specifications and instructions, when submitting this tender.
3.6.3
Tiles shall be laid with their edges forming straight unbroken lines, in each direction, to produce
even flat surfaces (or laid to falls where so indicated), without ridges or corrugations.
Tiles shall be laid on a cement/sand mortar, in accordance with the manufacturer‟s instructions.
The support surface shall be free of dust, pieces of mortar and scrap, and shall be wetted prior to
application of mortar. A fine layer of dry cement (“dusting”) shall be laid on the surface of the
fresh-levelled mortar surface. After laying, the floor surface must be sufficiently wet so as water
will reach the dry cement bed throughout the interstitial spaces. All joints shall be sealed by
grouting cement or organic-based mortar with appropriate colouring.
3.6.4
Any tiles or laying of tiles, declared by the Architect to be defective, of inferior quality, or
otherwise not satisfying these specifications shall be replaced immediately so indicated by the
Architect, at the sole expense of the contractor. This replacement shall not be taken as
authorisation by the Architect to extend the completion period, and hence the contractor may still
be liable to further penalties for any delays incurred through this reason.
3.6.5
CLASSIFICATION, TESTING AND COMPLIANCE WITH GREEN PUBLIC PROCUREMENT (GPP) CRITERIA
3.6.5.1 GPP criteria apply to terrazzo, carrara marbles, resin marble skirting and ceramic floor tiles

The classification of ceramic tiles shall be in accordance with ISO 13006.

The testing of ceramic tiles shall be in accordance with ISO 10545.

Tiles should be compliant with GPP criteria below, and the following certificates or
equivalent must be presented accordingly:- EMAS, ISO 14001, and TYPE 1 Ecolabel.
3.6.5.2 Raw Material Selection
All Flooring Products:
No substances or preparations that are assigned any of the following phrases (or combinations
thereof) as laid down in Council Directive 67/548/EEC and its subsequent amendments may be
added to raw materials.
 R45 may cause cancer
 R46 may cause heritable genetic damage
 R49 may cause cancer by inhalation
 R50 very toxic to aquatic organisms
 R51 toxic to aquatic organisms
 R52 harmful to aquatic organisms
 R53 may cause long term adverse effects in the aquatic environment
 R54 toxic to flora
 R55 toxic to fauna
 R56 toxic to soil organisms
 R57 toxic to bees
 R58 may cause long-term adverse effects in the environment
 R59 dangerous for the ozone layer
 R60 may impair fertility
 R61 may cause harm to unborn child
 R62 possible risk of impaired fertility
 R63 possible risk of harm to the unborn child
54
 R68 possible risk of irreversible effects
Alternatively, classification may be considered according to Regulation (EC) No 1272/2008 of the
European Parliament and of the Council. In this case no substances or preparations may be added
to the raw materials that are assigned, or may be assigned at the time of application, with and of
the following hazard statements (or combinations thereof): H350, H340, H350i, H400, H410, H411,
H412, H413, EUH059, H360F, H360D, H361f, H361d, H360FD, H361fd, H360Fd, H360Df, and H341.
The above requirement does not apply to the quota of closed-loop recycled materials used by the
process and defined as a material that is extracted from the production system and is returned to
the same production system, eventually after a recycling treatment.
Where lead and cadmium (or any of their compounds) are used in the additives, their content shall
not exceed the following limits:
Parameter
Lead
Cadmium
Limit (% in weight of the glazes)
0.5
0.1
3.6.5.2.1 Verification:
Possible means of proof include EMAS and ISO 14001 certificates or equivalent certificates issued by
bodies conforming to Community law or the relevant European or international standards
concerning certification based on environmental management standards. Other appropriate means
of proof will also be accepted.
3.6.6
Energy Consumption in compliance with Green Public Procurement (GPP) Criteria
Processed Products Only:
The energy consumption shall be calculated as process energy requirements (PER) for agglomerated
stones and terrazzo tiles or as energy requirement for firing (ERF) for ceramic tiles and clay tiles.
Not applicable to concrete paving units.
PER Limit:
Agglomerated Stones
Terrazzo Tiles
Hurdle (MJ/kg)
1.6
1.3
Test Method
EU Ecolabel Technical Appendix A4
EU Ecolabel Technical Appendix A4
ERF Limit:
Ceramic and Clay Tiles
Hurdle (MJ/kg)
3.5
Test Method
EU Ecolabel Technical Appendix A4
3.6.6.1 Verification:
Products holding a relevant Type 1 ecolabel fulfilling the listed criteria will be deemed to comply.
Other appropriate means of proof will also be accepted.
3.6.7 Water Use in compliance with Green Public Procurement (GPP) Criteria
Processed Products Only:
The wastewater produced by the process included in the production chain shall reach a recycling
ratio of at least 90%. The recycling ratio shall be calculated as the ratio between the wastewater
recycled or recovered by applying a combination of process optimisation measures and process
waste treatment systems, internally or externally at the plant, and the total water that leaves the
process, as defined in the EU Ecolabel Technical Appendix A3.
3.6.7.1 Verification:
Products holding a relevant Type 1 Ecolabel fulfilling the listed criteria will be deemed to comply.
Other appropriate means of proof will also be accepted.
55
3.6.8
Waste in compliance with Green Public Procurement (GPP) Criteria
All Products:
All plants involved in the production of the product shall have a system for handling the waste and
residual products deriving from the production of the product. It shall include the following:

Procedures for separating and using recyclable materials from the waste stream

Procedures for recycling materials for other uses

Procedures for handling and disposing of hazardous waste
Processed Products Only:
At least 85% (by weight) of the total waste generated by the process or the processes shall be
recovered according to the terms and definition established by Council Directive 2008/98/EC,
amending Directives 91/156/EC and 75/442/EEC on waste.
3.6.8.1 Verification:
Possible means of proof include EMAS and ISO 14001 certificates or equivalent certificates issued by
bodies conforming to Community law or the relevant European or international standards
concerning certification based on environmental management standards. Other means of evidence
provided by the company that can prove the required technical capacity will also be accepted.
3.7
Antistatic Vinyl
3.7.1
The contractor shall prepare the floor in accordance with the manufacturer„s instructors.
Adhesives as recommended by the manufacturer shall be used. Rubber latex or acrylic emulsion
shall be applied to even out the sub floor.
3.7.2
The vinyl floor shall be of an extra duty homogeneous calendared construction with colour and
patter extending throughout the thickness of the vinyl top surface. It shall consist of a mixture of
polymers with non-vaporising, plasticiser, stabilisers, mineral additives and colourfast pigments. It
shall not contain fibrous filler such as asbestos. It shall comply with BS 3261 Type A or DIN 16951. It
shall conform to Health Technical Memorandum HTM:61.
3.7.3
The anti-static vinyl floor shall have the following characteristics:
Properties
Thickness
Weight
Wear Class
Electrical Resistance
Sound Absorption
Thermal Resistance
Fire Resistance
Colour Fastness
Chemical Resistance
Loss of Thickness
Point Load Resistance
Castor Chair Resistance
Results
2mm
3.15kg/s.m.
K5
Ca 109 ohm
Ca +4bB
Ca 0.01 s.m. k/w
BI
Level 7
Resistant to dilute acids and alkalis.
Ca 0.10mm
Ca 0.02mm
Suitable
Standard / Test
Agreement G5WS
DIN 51953
DIN 52210
DIN 52612
DIN 4102
DIN 53388
DIN 51958
DIN 51963
DIN 51955
FIN 54324
3.7.4
The vinyl flooring shall be of a colour as approved by the Estates & Works Director.
3.7.5
The sheets shall be cut and unrolled at least 24 hours prior to their application at a temperature
not lower than 18O C so that the material can settle.
3.7.6
The sub floor shall be primed by the recommended adhesive and brushed well in the reverse side of
the material must all be primed before applying adhesive. After a 48 hours period from priming, an
impact adhesive shall then be applied with a finely notched trowel on the tread and riser and with
a brush on the noising.
56
3.7.7
To minimise the number of joints, sheet flooring should be laid down the length of the room where
possible.
3.7.8
When seams are necessary, an overlap of approx. 200mm shall be provided.
3.7.9
After laying, the flooring shall be rolled in both directions using a 65kg roller and then hot welded
using a welding rod. A period of at least 24 hours shall be allowed for the adhesive to property set,
before welding. When the weld has cooled to room temperature, it shall be trimmed off flush to
the surface of the material by means of a trimming spatula.
3.7.10 Sit-on coved skirting shall be fitted on to the walls after the floor covering has been laid. They
shall have a feathered edge at the floor for extra safety. It shall be manufactured from extruded
PVC and shall be flexible surface but rigid enough to retain its performed shape. They shall be
about 199mm wide x 100mm high x x2mm thick with 10mm radius of the cove.
3.7.11 Sections of the skirting shall be cut to length on site using a sharp knife. Rough edges are filed and
smoothed. It is sealed by hot or cold welding as appropriate using a silicone rubber sealant of the
appropriate colour spread into the joint. Double contact adhesive should be used to both surfaces
for fixing.
3.7.12 Edge strips shall be installed at unprotected or exposed edges and where floor terminates.
3.7.13 After laying and removing loose dirt and surplus adhesive the adhesive should be allowed to dry for
at least 72 hours before use. Traffic is prohibited during period. The floor shall be cleaned using a
natural cleaner as per manufacturer‟s instructions. Two or three coats of floor dressing shall then
be applied using a clean cloth, mop or applicator. Care should be taken to whether the dressing is
buff able, semi-buff able or dry-bright.
3.7.14 The anti-static vinyl flooring shall be cleaned and maintained during the guarantee period as per
manufacturer‟s instructions.
3.7.15 The material and works shall be guaranteed against bad workmanship and defective material for
two years. Tenderers shall give details of the cleaning and maintenance they intend to carry out
during the guarantee period.
3.8
Gypsum Plasterboard Wall Panels in compliance with Green Public Procurement (GPP) Criteria
3.8.1
Paper used in the manufacture of gypsum panels must be either from:
a) 100% recycled wood/paper, and/or
b) Paper made of wood, wood fibres or wood particles stemming from legally harvested forests.
3.8.1.1 Verification a): Provision of appropriate documentation verifying that the paper or wood used is
100%recycled, i.e. from a national or EU certification scheme.
Verification b): The legal origin of timber/wood fibres can be demonstrated with a chain-ofcustody tracing system being in place. These voluntary systems may be 3rd-party certified, often as
part of ISO 9000 and/or ISO 14000 or EMAS management system. Certificates of chain of custody for
timber/wood fibres certified as FSC, PEFC or any other equivalent means of proof will also be
accepted as proof of compliance. If timber/wood fibre stems from a country that has signed a
Voluntary Partnership Agreement (VPA) with the EU, the FLEGT license may serveas proof of
legality. Other means of proof that will be accepted includes a relevant and valid CITES certificate
or other equivalent and verifiable means such as the application of a "due diligence" system. For
the non-certified virgin material bidders shall indicate the types (species), quantities and origins of
the timber/wood fibres, together with a declaration of their legality. As such the timber/wood
fibres shall be able to be traced throughout the whole production chain from the forest to the
product.
3.8.2
The gypsum content must be at least 2% recycled gypsum board (by weight, based on an annual
average, not including gypsum taken from FGD sites). Where higher percentages are possible these
should be selected in preference.
3.8.2.1 Verification: Appropriate proof must be provided that this criterion is met. For example, the
supply of quality control or production documentation.
57
58
VOLUME 4 – FINANCIAL BID
TENDER FOR ENVIRONMENTALLY FRIENDLY GENERAL BUILDING
WORKS AND FINISHES ON VARIOUS SITES AT THE
UNIVERSITY OF MALTA
59
UM 1958- Tender for environmentally friendly General Building Works and Finishes on
various sites at the University of Malta.
Bills of Quantities
Bill No. 1
-
Excavation works
Bill No. 2
-
Masonry Works below DPC
Bill No. 3
-
Masonry Works above DPC
Bill No. 4
-
Concrete, Paviour and Tiling Works
Bill No. 5
-
Plastering and Decoration Works
Bill No. 6
-
Waterproofing and Drain System
60
Bill No. 1 - Excavation Works
Item
1.01(a)
1.01(b)
1.02(a)
1.02(b)
1.03
1.04
1.05
Description
Excavate in compact ground, load
and cart away to authorised dumping
areas.
-ditto- but for trench works,
foundations, pits.
Excavate in any rock material, load
and cart away to authorised dumping
areas.
-ditto- but for trench works,
foundations, pits.
Qty
Unit Rate
(€)
Total
(€)
(excluding VAT, Eco
Contribution (if any) and
all other charges as may
be applicable)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
100m3
50m3
100m3
50 m3
Supply and Install heavy duty PVC
pipes, laid underground as follows:(a) 50 mm
50 m
(b) 110 mm
50 m
Supply and Install 150 mm. wide PVC
floor drains bedded and surrounded
with in situ concrete Grade 15,
complete with cover grating/grille.
Form manhole 600mm x 600 mm x
600 mm deep including heavy duty
reinforced plastic cover.
10 m
2 No
Total for Excavation works carried to Summary on Page 67
61
Bill No. 2 - Masonry Works below DPC
Item
2.01
2.02
2.03
2.04
2.05
Description
Qty
Unit Rate
(€)
Total
(€)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
Construct
230mm
(9”)
thick
limestone masonry walls, quarry
faced both sides bedded and jointed 50 m2
in cement mortar and including filling
of trenches and ramming around
walls with hardcore.
- ditto - but 600/450mm thick quarry
faced both sides made of two blocks 50 m2
230mm thick.
Extra over for fair facing to one side
50 m2
only.
Supply and lay horizontal PVC damp
100 m2
proof course.
Supply and apply vertical damp
proofing where required, consisting
150 m2
of two coats hot pitch over primer
coat of tar or equivalent.
Total for Masonry Works below DPC carried to Summary on
Page 67
62
Bill No. 3 - Masonry Works above DPC
Item
3.01
3.02
3.03(a)
3.03(b)
Description
Soft stonewalls shall be laid, bedded
and pointed in lime mortar as
specified. Rates shall include for
door and window openings, sills,
lintols, recesses, fascias, copings,
etc.
Pilasters shall be measured
separately.
Construct 400mm thick stonewalls,
fair-faced both sides, and consisting
of two skins of 175mm thick each
with the intervening cavity left open.
Construct 230mm thick masonry walls
fair-faced both sides.
- ditto - but 175mm thick.
Qty
3.06
- ditto - but 150mm thick.
50 m2
3.07
- ditto -but 100 mm thick
50 m2
3.08
- ditto -but 50 mm thick as cladding
face.
Carefully dismantle 230 mm thick
masonry wall, load and cart away to
authorised dumping areas.
Make openings in 600mm thick
masonry walls for doors and windows
including the formation of jambs,
sills and lintels
-ditto- but in 230mm thick masonry
walls
Formation of recesses for A/C unit
ducting/pipework in stone/CHB wall.
(Approx 50mm x 50mm).
50 m2
3.10
3.11
3.12
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be
applicable)
100 m2
3.05
3.09
(excluding VAT,
Eco Contribution
(if any) and all
other charges as
may be applicable)
200 m2
150 m2
3.04
Total
(€)
200 m2
Extra over for wall prepared for „fuq
il-fil‟.
Extra over for chamfered edge to top
of parapet wall.
Construct walls from 230mm thick
precast concrete hollow blocks external type.
- ditto - but internal type.
3.03(c)
Unit Rate
(€)
100 m
150 m2
10 m2
50 m2
10 m2
10 m2
30 m
Total for Masonry Works above DPC carried to Summary on
Page 67
63
Bill No. 4 - Concrete and Tiling Works
Item
Description
4.04(b)
Rates shall include for plasticiser and
all necessary formwork, which shall be
sufficiently
rigid
to
withstand
mechanical vibration. Reinforcement
is measured separately.
Construct concrete levelling course
under masonry walls.
(Concrete Grade 20)
Construct 100mm thick concrete
(Grade 25) sub floor, spread and
levelled.
Supply and fill cavities in masonry
walls and precast concrete blocks with
concrete (Grade 20).
Construct 150mm thick floor slab in:
concrete Grade 30 spread, levelled and
trowelled smooth by hand. Rate to
include for surface hardener and dust
proofer.
–ditto- but C25
4.04(c)
Extra over 4.04(a) for forming of ramps
4.05
Construct
reinforced
concrete
stairs/steps including 2 layers C503
mesh.
Supply and fill with concrete Grade 15
- aggregate 20 mm down to surround
PVC pipes laid underground.
4.01
4.02
4.03
4.04(a)
4.06
4.07
Qty
Unit Rate
(€)
Total
(€)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
10 m3
300 m2
10 m3
200 m2
300 m2
200 m2
40m
20 m3
Supply and fix in place mild/high yield
in place. Rate is to include for cutting
and bending.
(a) 25mm diameter
200 kg.
(b) 20mm diameter
200 kg.
(c) 12mm diameter
200 kg.
(d) 10mm diameter
200 kg.
(e) BRC C503 steel mesh
200 m2
(f) BRC A98 steel mesh
150 m2
Note: Steel mesh measured net, no
allowance shall be made for overlaps.
Balance Carried Forward
64
Item
Description
Qty
Unit Rate
(€)
Total
(€)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
Balance Brought Forward
4.08
4.09
4.10(a)
4.10(b)
4.10(c)
4.11
4.12
4.13a)
4.13b)
4.14
4.15
4.16
4.17
4.18
Supply and Spread lean concrete
sub floor at least 50mm thick,
directly under floor tiles.
Supply and lay terrazzo tiles 300
mm x 300 mm x 29 mm
mechanically ground and polished
after laying.
Supply and fix „gres type‟ ceramic
floor tiles size 450mm x 450mm
x9mm thick (colour to be specified
by architect) to BS 6431 and 5385,
bedded in cement sand mortar (1:3)
6mm thick minimum
-Ditto- ceramic floor tiles but size
500mm x 500mm x 9mm thick.
-Ditto- as 4.10(a) but glazed
Break up existing wall and floor
tiles, load and cart away resultant
material from site.
Construct
reinforced
concrete
lintols (Grade C30) Reinforcement
measured separately.
Construct
reinforced
concrete
(Grade C30 ) roof suspended slab
150mm thick with one BRC mesh C
503
Construct
reinforced
concrete
suspended slab, composed of precast T beams and concrete
blockwork to carry an imposed load
of 5kN/m2 over a clear span of 53m.
Extra over for every 25mm
additional thickness of concrete to
roof suspended slab
Supply and lay 20 mm thick Carrara
marble to door threshold and
windowsills.
Supply and fix 100mm high and
15mm thick resin marble skirting.
Carefully remove existing Sanitary
ware consisting of WC and/or WHB.
Carefully remove timber doors and
frames and transport to store as
directed by Estates Director.
100 m2
100 m2
200 m2
200 m2
30 m2
50 m2
2 m3
200 m2
100 m2
100 m2
20 m2
50 m
6 No.
4 No.
Total for Concrete & Tiling Works carried to Summary on
Page 67
65
Bill No. 5 - Plastering & Decoration Works
Item
5.01
5.02
5.03
5.04
5.05
5.06
5.07
5.08
5.09
5.10
Description
Qty
Rake
out
joints
of
internal
stonewalls; point with lime mortar to
a neat flush joint; scrape, sand and
apply one coat lime wash.
Rake
out
joints
of
external
stonewalls, and point with white
cement to a neat joint.
Render in two coats concrete internal
surfaces: undercoat of cement and
sand plaster (1:3 mix) 3 mm thick
and a finishing coat of cement-limesand (1:1:6) 6 mm thick and applying
one coat lime wash.
- Ditto - but in Gypsum Plaster
Extra over for corner reinforces for
item 5.03 and 5.04.
Rake
out
joints
of
external
stonewalls and fill in with a
proprietary
mortar
mix
(premixed/factory made) or an approved
prescribed mortar formed by a white
cement-lime-sand additives mix, into
the stone thickness (fuq il-fil). Sand
down surface to true and even
surface.
Prepare, rub down, clean and apply
to internal walls one undercoat and
two coats of acrylic paint, to a colour
as chosen by the Estates & Works
Director
- Ditto - but one coat of acrylic paint.
Prepare, knot and prime, stop and
apply two finishing coats of varnish
paint on timber doors including
linings and architraves.
Repair underside of reinforced
concrete slab.
Price inclusive of
dislodging all spalling concrete,
treatment of reinforced steel with
anti rust compounds, and rendering
the resultant patch of slab
Unit Rate
(€)
Total
(€)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable)
450 m2
450 m2
400 m2
200 m2
50 m
600 m2
1000 m2
500 m2
10 m2
100m 2
Balance Carried Forward
66
Item
Description
Qty.
Unit Rate (€)
(excluding VAT, Eco
Contribution (if any)
and all other charges as
may be applicable
Total
(€)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable
Balance Brought Forward
5.11
5.12
Supply,
Install
and
finish
demountable gypsum Partitioning
systems 100mm thick, including all
studs,
channels
and
bottom
sections, angles and all other
150 m2
ancillaries. Rate to also include for
sound insulating infill material e.g.
Rockwool, sufficient to render
partition soundproof up to 50dB.
Supply and fix in place a white
mineral fibreboard soffit ceiling
100 m2
dune texture formed by 600mm x
600mm panels carried by a Tegular
system.
Total for Plastering & Decorating Works carried to Summary on
Page 67
67
Bill No. 6 – Waterproofing and Drain Systems
Item
6.01
6.02
6.03
6.04
6.05
6.06
6.07
Description
Supply and apply 4mm thick
polyester bituminous waterproofing
membrane with 75mm overlaps,
laid over a bituminous primer, torch
welded to concrete roof and
extended a minimum 300mm up the
parapet wall.
Take
up
existing
waterproof
membrane, load and cart away
resultant material from site.
Supply and fix to walls 100mm
diameter heavy gauge external
quality PVC rainwater pipe from
roof level to existing system. The
pipes are to be fixed to walls by
non-ferrous screws, which do not
stain the masonry walls.
Ditto but 125 mm diam. Pipes
Extra on vertical pipe work for 100
mm diam PVC bends and junctions
Supply and install 100 mm PVC
gulleys traps connected to vertical
down pipes
Supply
and
apply
rubberised
waterproofing roof compound in
two coats to a colour as directed by
the Director Estates & Works.
Qty
Unit Rate
(€)
Total
(€)
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable
(excluding VAT, Eco
Contribution (if any)
and all other charges
as may be applicable
300 m2
300 m2
10 m
10 m
5 No
5 No
200 m2
Total for Waterproofing and Drain systems carried to Summary on
Page 67
68
SCHEDULE OF RATES
1.
FOR LABOUR EMPLOYED ON DAYWORK
The Contractor shall insert below the category of labour together with the appropriate
"all inclusive" rates which he considers may be required for use on Daywork and that will
apply up the expiration of the Defects Liability period.
LABOUR CATEGORY
WORKING DAY
HOURLY RATE
€
WORK BEYOND
WORKING DAY
HOURLY RATE
€
MASON
LABOURER
PLUMBER
MECHANICAL FITTER
ASSISTANT MECHANICAL FITTER
ELECTRICAL FITTER
ASSISTANT ELECTRICAL FITTER
TILE LAYER
METAL WORKER
PAINTER
PLASTERER
DRAIN LAYER
69
SCHEDULE OF RATES
II.
FOR PLANT USED ON DAYWORK
The Contractor hall insert below in respect of all items of Plant, which he considers, may
be required for use on Daywork together with the appropriate "all inclusive" rate per hour
that will apply up to the expiration of the Defects Liability period.
LABOUR CATEGORY
WORKING DAY
HOURLY RATE
€
WORK BEYOND
WORKING DAY
HOURLY RATE
€
COMPACTOR
DUMPER
MECHANICAL SHOVEL
CONCRETE MIXER
TRUCK (10 TON)
COMPRESSOR
PIPE BENDING MACHINE
PNEUMATIC DRILL/ JACK
HAMMER
WATER PUMP
STEEL CUTTING MACHINE
PNEUMATIC DRILLING
WELDING EQUIPMENT
TRENCHER
AND OTHER TOOLS
70
UM 1958 - Tender for environmentally friendly General Building
Works and Finishes on various sites at the University of Malta
Summary
Amount
(€)
(excluding VAT, Eco Contribution (if any) and all
other charges as may be applicable
Bill No. 1 - Clearing and Excavation
Bill No. 2 - Works below Damp Proof Course
Bill No. 3 - Masonry works above DPC
Bill No. 4 - Concrete and Tiling Works
Bill No. 5 - Plastering and Decoration Works
Bill No. 6 – Waterproofing and Drain system
GRAND TOTAL
 The successful bidder shall be bound to conform in all respects with VAT
legislation and regulations.
 The awarded contract will include a 20% contingency.
Signature: ....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
71
VOLUME 5 – DRAWINGS – Not Applicable
Design Documents, including Drawings
Section 5.1
List of drawings attached
Drawing No.
1.
Name
Drawing Ref. No.
2.
3.
4.
5.
6.
72
Section 5.2
List of design documents available – Not Applicable
No
Designer
Design No
Design name
Date
1.
2.
3.
4
73
Download