UM1986

advertisement
UM1986
TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION,
TESTING AND COMMISSIONING FOR MECHANICAL, ELECTRICAL AND EXTRA LOW
VOLTAGE SYSTEMS FOR THE BLOCK D, FOURTH FLOOR REFURBISHMENT AT
THE JUNIOR COLLEGE, UNIVERSITY OF MALTA.
th
Date Published:
18 March 2016
Closing Date:
13 April 2016
th
at 10:00am CET
Cost of the Tender Document: €50
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 ................................................................................................. 3
A. GENERAL PART ................................................................................................................................................................ 3
1. General Instructions ........................................................................................................................................................... 3
2. Timetable ............................................................................................................................................................................. 3
3. Lots ........................................................................................................................................................................................ 4
4. Financing .............................................................................................................................................................................. 4
5. Eligibility .............................................................................................................................................................................. 4
6. Selection Criteria ................................................................................................................................................................ 4
7. Multiple Tenders ................................................................................................................................................................. 5
8. Tender Expenses ................................................................................................................................................................. 5
9. Site Inspection ..................................................................................................................................................................... 5
B. TENDER DOCUMENTS ...................................................................................................................................................... 5
10. Content of Tender Document ......................................................................................................................................... 5
11. Explanations/Clarification Notes Concerning Tender Documents ............................................................................ 6
12. Labour Law ........................................................................................................................................................................ 6
13. Law ...................................................................................................................................................................................... 6
C. TENDER PREPARATION ................................................................................................................................................... 6
14. Language of Tenders ........................................................................................................................................................ 6
15. Presentation of Tenders .................................................................................................................................................. 6
16. Content of Tender (Single-Envelope System) .............................................................................................................. 7
17. Tender Prices .................................................................................................................................................................... 7
18. Currencies of Tender and Payments.............................................................................................................................. 8
19. Period of Validity of Tenders .......................................................................................................................................... 8
20. Tender Guarantee (Bid Bond) ......................................................................................................................................... 8
21. Variant Solutions ............................................................................................................................................................... 8
22. Preparation and Signing of Tenders............................................................................................................................... 8
D. SUBMISSION OF TENDERS .............................................................................................................................................. 9
23. Sealing and Marking of Tenders...................................................................................................................................... 9
24. Extension of Deadline for Submission of Tenders ....................................................................................................... 9
25. Late Tenders ...................................................................................................................................................................... 9
26. Alterations and Withdrawal of Tenders ........................................................................................................................ 9
E. OPENING AND EVALUATION OF OFFERS .................................................................................................................... 10
27. Opening of Tenders ........................................................................................................................................................ 10
28. Secrecy of the Procedure .............................................................................................................................................. 10
29. Clarification of Tenders ................................................................................................................................................. 10
30. Tender Evaluation Process ............................................................................................................................................ 10
31. Correction of Arithmetical Errors ................................................................................................................................ 12
F. CONTRACT AWARD ....................................................................................................................................................... 12
32. Criteria for Award ........................................................................................................................................................... 12
33. Right of the University of Malta to Accept or Reject Any Tender .......................................................................... 12
34. Notification of Award, Contract Clarifications .......................................................................................................... 13
35. Contract Signing and Performance Guarantee .......................................................................................................... 13
36. Commencement of Works (Order to Start Works) ..................................................................................................... 14
G. MISCELLANEOUS ........................................................................................................................................................... 14
37. Ethics Clauses .................................................................................................................................................................. 14
38. Data Protection and Freedom of Information ............................................................................................................ 15
39. Gender Equality .............................................................................................................................................................. 15
VOLUME 1 SECTION 2 – TENDER FORM ........................................................................................................................... 16
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – (Not Applicable for this tender) ......................................... 19
Annex To Tender Guarantee Form – Not Applicable for this tender ............................................................................ 20
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ...................................................................................................... 21
1. Statement on Conditions of Employment ..................................................................................................................... 21
3. Literature/List of Samples .............................................................................................................................................. 22
VOLUME 1 SECTION 5 – GLOSSARY .................................................................................................................................. 24
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ............................................ 26
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE ............................................................................................ 27
VOLUME 2 SECTION 2 – GENERAL CONDITIONS ............................................................................................................. 28
Page 1
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS ............................................................................................................... 29
General: .............................................................................................................................................................................. 29
Article 2: Law and language of the contract ............................................................................... 29
Article 3: Order of precedence of contract documents .................................................................. 29
Article 4: Communications .................................................................................................... 29
Article 7: Supply of Documents............................................................................................... 29
Article 8: Assistance with Local Regulations ............................................................................... 29
Article 9: The Contractor’s Obligations ..................................................................................... 29
Article 11: Performance Guarantee ......................................................................................... 30
Article 12: Insurance ........................................................................................................... 30
Article 13: Performance Programme (Timetable) ......................................................................... 30
Article 14: Contractor’s Drawings ............................................................................................ 30
Article 15: Tender Prices ...................................................................................................... 30
Article 17: Patents and Licences ............................................................................................. 30
Article 18: Commencement Date ............................................................................................ 30
Article 19: Period of Performance ........................................................................................... 31
Article 21: Delays in Performance ........................................................................................... 31
Article 22: Variations ........................................................................................................... 31
Article 24: Quality of Supplies ................................................................................................ 31
Article 25: Inspection and Testing ........................................................................................... 31
Article 26: Payments: General Principles................................................................................... 31
Article 28: Delayed Payments ................................................................................................ 31
Article 29: Delivery ............................................................................................................. 32
Article 30.6: Supervisor and Supervisor's representative ................................................................ 32
Article 31: Provisional Acceptance .......................................................................................... 32
Article 32: Warranty Obligations ............................................................................................. 32
Article 40: Amicable dispute settlement ................................................................................... 32
Article 41: Dispute Settlement by Litigation ............................................................................... 32
Article 44: Checks and Audits................................................................................................. 33
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE ................................................................................. 34
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not Applicable for this tender ....... 35
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this Tender .............................. 36
VOLUME 3 - TECHNICAL SPECIFICATIONS ...................................................................................................................... 37
VOLUME 4 - FINANCIAL BID .............................................................................................................................................. 51
VOLUME 5 – DRAWINGS ..................................................................................................................................................... 71
List of drawings attached ..................................................................................................................................................... 71
List of design documents available – Not Applicable ...................................................................................................... 72
~~~~~~~~~~~~~~~
Page 2
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS
A. GENERAL PART
1. General Instructions
1.1
In submitting a tender, the tenderer accepts in full and in its entirety, the content of this tender document,
including subsequent Clarifications issued by the University of Malta, whatever his own corresponding
conditions may be, which he hereby waives. Tenderers are expected to examine carefully and comply with
all instructions, forms, contract provisions and specifications contained in this tender document.
No account can be taken of any reservation in the tender as regards the tender document; any
disagreement, contradiction, alteration or deviation shall lead to the tender offer not being considered any
further.
The Evaluation Committee shall, after having obtained approval by the Departmental Contracts Committee,
request rectifications in respect of incomplete/non-submitted information pertinent to the documentation
as outlined in sub-Clause 16.1(a), 16.1(b), and 16.1(c) of these Instructions to Tenderers. Such rectification/s
must be submitted within 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(d), 16.1(e)
and 16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted information in respect of
the latter may be eventually requested.
1.2
This is a call for tenders for the supply, delivery, installation, testing and commissioning for mechanical,
electrical and extra low voltage systems for the Block D, Fourth Floor refurbishment at the Junior College,
University of Malta.
1.3
The place of acceptance of the supplies shall be at the University of Malta, the time-limits for delivery shall be
six (6) weeks or earlier if possible from Letter of Acceptance, and the INCOTERM2000 applicable shall be
Delivery (Duty Paid).
1.4
This is a unit-price (Bill of Quantities) contract.
1.5
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.
1.6
The University of Malta retains ownership of all tenders received under this tender procedure. Consequently,
tenderers have no right to have their tenders returned to them.
2. Timetable
DATE
Clarification Meeting/Site Visit
(Refer to Clause 9.2)
TIME*
Not Applicable
---------
Deadline for request for any additional information from
the Contracting Authority
Monday, 4 April 2016
Last date on which additional information are issued by
the University of Malta
Thursday, 7 April 2016
Deadline for submission of tenders /
Tender Opening Session
th
th
5.15pm
5.15pm
th
10:00am
th
10.15am
Wednesday, 13 April 2016
(unless otherwise modified in terms of Clause 11.3)
Tender opening session
(Refer to clause 27.1)
Wednesday, 13 April 2016
Page 3
* 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.
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 manpower of the contractor to carry out the works involved; (Volume 1,
Page 4
Section 4 – Statement 2);

a statement of the tools, plant and equipment available (where applicable) to the contractor for
carrying out the contract. (Volume 1, Section 4 – Statement 3)

Data concerning sub-contractors and the percentage of works to be sub-contracted:
i)
ii)
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
Instructions to Tenderers
Draft Letter of Acceptance
 General Conditions (available online from
www.contracts.gov.mt/conditions)
 Special Conditions
Volume 3
Volume 4
Volume 5
Technical Specifications
Model Financial Bid/Bill of Quantities
Drawings
10.2
Tenderers bear sole liability for examining with appropriate care the tender documents, including those
design documents available for inspection, and any clarification notes to the tender documents issued
during the tendering period, and for obtaining reliable information with respect to conditions and
obligations that may in any way affect the amount or nature of the tender or the execution of the
works. In the event that the tenderer is successful, no claim for alteration of the tender amount will be
entertained on the grounds of errors or omissions in the obligations of the tenderer described above.
10.3
The tenderer must provide all documents required by the provisions of the tender document. All such
Page 5
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
th
up to 9 calendar days before the deadline for submission of tenders, that is up to Monday 4 April
2016. The University of Malta must reply to all tenderers' questions, and amend the tender documents
by publishing clarification notes, up to at least 6 calendar days before the deadline for submission of
tenders.
11.2
Questions and answers, and alterations to the tender document will be:
Published as a clarification note on the website of the University of Malta
(www.um.edu.mt/procurement/service/tender) within the respective tender’s page, under the
subheading “Tender Document & Clarifications (if any)”.

Sent to all prospective bidders by e-mail.

Tenderers who do not collect a hard copy from the Procurement Directorate are to register their
respective
contact
details
at
tenders.procurement@um.edu.mt
so
that
any
clarifications/communications pertaining to this tender procedure will be communicated to them
in due time as per tender document. The University of Malta shall not be held responsible for any
misdemeanour if this condition is not adhered to.
Clarification notes will constitute an integral part of the tender documentation, and it is the
responsibility of tenderers to visit this website and be aware of the latest information published online
prior to submitting their Tender.
11.3
The University of Malta may, at its own discretion, as necessary and in accordance with Clause 24,
extend the deadline for submission of tenders to give tenderers sufficient time to take clarification
notes into account when preparing their tenders.
12. Labour Law
12.1
Particular attention is drawn to the conditions concerning the employment of labour in Malta and the
obligation to comply with all regulations, rules or instructions concerning the conditions of employment
of any class of employee.
13. Law
13.1
By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese Law,
and are deemed to know all relevant laws, acts and regulations of Malta that may in any way affect or
govern the operations and activities covered by the tender and the resulting contract.
C. TENDER PREPARATION
14. Language of Tenders
14.1
The tender and all correspondence and documents related to the tender exchanged by the tenderer
and the University of Malta must be written in English.
14.2
Supporting documents and printed literature furnished by the tenderer may be in another language,
provided they are accompanied by an accurate translation into English. For the purposes of
interpretation of the tender, the English language will prevail.
15. Presentation of Tenders
Page 6
15.1
Tenders must satisfy the following conditions:
(a)
(b)
All tenders must be submitted in one original.
The documents are to be sealed and placed in a sealed envelope/package so that
the bid can be identified as one tender submission.
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.
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.
(c)
(d)
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, Section 3
(b)
General/Administrative Information
(i) Proof of Purchase of tender document (Receipt)
(ii) Statement on Conditions of Employment (Volume 1, Section 4)
(Note 1)
NOT APPLICABLE FOR THIS TENDER
(Note 2)
Selection Criteria
(Note 2) NOT APPLICABLE FOR THIS TENDER
Financial and Economic Standing
(c)
(Note 2)
(d)
Technical Capacity
(i) Proof of Technical Capacity (Volume 1, Section 4)
(e)
Evaluation Criteria/Technical Specifications
(Note 3)
(i) Tenderer’s Technical Offer in response to specifications (Volume 3)
(Note 2)
(ii) Literature/List of Samples
(Note 3)
(f)
Financial Offer/Bill of Quantities
(i) 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.;
(ii) A financial bid calculated on a basis of Delivery Duty Paid (DPP) for the works/supplies tendered
including VAT;
(iii) Breakdown of the overall price, in the form provided in Volume 4 (Bill of Quantities);
Notes to Clause 16.1:
1.
2.
3.
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.
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.
No rectification shall be allowed. Only clarifications on the submitted information may be
requested.
Tenderers must indicate where the above documentation is to be found in their offer by using an index. All
documentation is to be securely bound/filed.
Tenderers are NOT required NOR expected to submit, with their offer, any components of the tender
document except those specifically mentioned in Clause 16.
17. Tender Prices
Page 7
17.1
The tender price must cover the whole of the works as described in the tender documents.
17.2
The tenderer must provide a breakdown of the overall price in Euro (€).
17.3
Tenderers must quote all components of the price inclusive of taxes, customs and import duties and
any discounts. Tenderers not registered with the VAT authority in Malta, must still include in their
financial offer any VAT that the contracting authority may have to pay either in Malta or the country
where the tenderer is registered irrespective of the reverse charge mechanism. The financial offer will
be considered as the total financial cost to the contracting authority including any VAT that may have
to be paid not through the winning tenderer. Except as may otherwise be provided for in the contract,
no payment will be made for items which have not been costed.
17.4
Different options are to be clearly identifiable in the technical and financial submission; a separate
Tender Form (as per Volume 1, Section 2) marked ‘Option 1’, ‘Option 2’ etc. for each individual
option clearly outlining the price of the relative option, is to be submitted.
17.5
If the tenderer offers a discount, the discount must be absorbed in the rates of the Bill of
Quantities/Financial Statement.
17.6
The prices for the contract must include all of the works to be provided. The prices quoted are fixed
and not subject to revision or escalation in costs, unless otherwise provided for in the Special
Conditions.
18. Currencies of Tender and Payments
18.1
The currency of the tender is the Euro (€). All sums in the breakdown of the overall price, in the
questionnaire and in other documents must be expressed in Euro (€), with the possible exception of
originals of bank and annual financial statements.
18.2
Payments will be made upon certification of works by the Contracting Authority, based on the invoice
issued by the Contractor, in accordance with the timeframes, terms and conditions of the contract.
18.3
All correspondence relating to payments, including invoices and interim and final statements must be
submitted as outlined in the contract.
19. Period of Validity of Tenders
19.1
Tenders must remain valid for a period of 150 days after the deadline for submission of tenders
indicated in the contract notice, the tender document or as modified in accordance with Clauses 11.3
and/or 24. Any tenderer who quotes a shorter validity period will be rejected.
19.2
In exceptional circumstances the University of Malta may request that tenderers extend the validity of
tenders for a specific period. Such requests and the responses to them must be made in writing. A
tenderer may refuse to comply with such a request without forfeiting his tender guarantee (Bid Bond).
However, his tender will no longer be considered for award. If the tenderer decides to accede to the
extension, he may not modify his tender.
19.3
The successful tenderer must maintain his tender for a further 60 days from the date of notification of
award.
20. Tender Guarantee (Bid Bond)
20.1
No tender guarantee (bid bond) is required.
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
Page 8
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 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".
Page 9
26.3
The withdrawal of a tender in the period between the deadline for submission and the date of expiry of
the validity of the tender will result in forfeiture of the tender guarantee provided for in Clause 20.
E. OPENING AND EVALUATION OF OFFERS
27. Opening of Tenders
27.1
Tenders will be opened by the University of Malta during a public session on the date and time
indicated in the timetable at Clause 2 (or as otherwise specified in accordance with Clause 11.1
and/or 24.1) at the University of Malta A ‘Summary of Tenders Received ‘will be published on the
notice board at the University of Malta, Procurement Directorate, Administration Building, 2nd Floor;
and
shall
also
be
available
to
view
on
the
University’s
website,
www.um.edu.mt/procurement/service/tender under the respective tender page.
27.2
At the tender opening, the tenderers' names, the tender prices, variants, written notification of
alterations and withdrawals, the presence of the requisite tender guarantee and any other information
the University of Malta may consider appropriate will be published.
27.3
Envelopes marked "withdrawal" will be read out first and returned to the tenderer.
27.4
Reductions or alterations to tender prices made by tenderers after submission will not be taken into
consideration during the analysis and evaluation of tenders.
28. Secrecy of the Procedure
28.1
After the opening of the tenders, no information about the examination, clarification, evaluation or
comparison of tenders or decisions about the contract award may be disclosed before the
notification of award.
28.2
Information concerning checking, explanation, opinions and comparison of tenders and
recommendations concerning the award of contract, may not be disclosed to tenderers or any other
person not officially involved in the process unless otherwise permitted or required by law.
28.3
Any attempt by a tenderer to approach any member of the Evaluation Committee/University of Malta
directly during the evaluation period will be considered legitimate grounds for disqualifying his tender.
29. Clarification of Tenders
29.1
When checking and comparing tenders, the evaluation committee may, after obtaining approval from
the Departmental Contracts Committee, ask a tenderer to clarify any aspect of his tender.
29.2
Such requests and the responses to them must be made by e-mail or fax. They may in no circumstances
alter or try to change the price or content of the tender, except to correct arithmetical errors
discovered by the evaluation committee when analysing tenders, in accordance with Clause 31.
30. Tender Evaluation Process
30.1
The following should be read in conjunction with Clause 27.
30.2
Part 1: Administrative Compliance
The Evaluation Committee will check the compliance of tenders with the instructions given in the
tender document, and in particular the documentation submitted in respect of Clause 16.
The Evaluation Committee shall, after having obtained approval by the Department Contracts
Committee, request rectifications in respect of incomplete/non-submitted information pertinent to the
documentation as outlined in sub-Clause 16.1(a), 16.1(b), and 16.1(c) of these Instructions to
Tenderers. Such rectification/s must be submitted within 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
Page 10
documentation as outlined in sub-Clause 16.1 (d), 16.1(e), and 16.1(f) of these Instructions to
Tenderers. Only clarifications on the submitted information in respect of the latter may be eventually
requested.
Page 11
30.3
Part 2: Eligibility and Selection Compliance
Tenders which have been considered administratively compliant shall be evaluated for admissibility as
outlined below:
(i) Eligibility Criteria
 Tender Form (Volume 1, Section 2)
(ii) Selection Criteria
 Evidence of technical capacity
30.4
Part 3: Technical Compliance
At this step of the evaluation process, the Evaluation Committee will analyse the administrativelycompliant tenders’ technical conformity in relation to the technical specifications (Volume 3, and the
documentation requested by the Contracting Authority as per sub-Clause 16(e)), classifying them
technically compliant or non-compliant.
30.5
Part 4. Financial Evaluation
The financial offers for tenders which were not eliminated during the technical evaluation (i.e., those
found to be technically compliant) will be evaluated.
The Evaluation Committee will check that the financial offers contain no arithmetical errors as outlined
in Clause 31. [If the tender procedure contains several lots, financial offers are compared for each lot.]
The financial evaluation will have to identify the best financial offer [for each lot].
31. Correction of Arithmetical Errors
31.1
Admissible tenders will be checked for arithmetical errors by the Evaluation Committee. Errors will be
corrected as follows:
(a) where there is a discrepancy between amounts in figures and in words, the amount in words
will prevail;
(b) where there is a discrepancy between a unit price and the total amount derived from the
multiplication of the unit price and the quantity, the unit price as quoted will prevail.
31.2
The amount stated in the tender will be adjusted by the Evaluation Committee in the event of error,
and the tenderer will be bound by that adjusted amount. In this regard, the Evaluation Committee shall
seek the prior approval of the 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
Page 12
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)
(ii)
(iii)
(iv)
the criteria for award;
the name of the successful tenderer;
the recommended price of the successful bidder;
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
Page 13
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 4% of the amount of the
contract and must be presented in the form specified in Volume 2, Section 4, to the tender document
the performance guarantee shall be released within 30 days of the signing of the Final Statement of
Account (Final Bill), unless the Special Conditions provide otherwise.
36. Commencement of Works (Order to Start Works)
36.1
Following the signing of the contract by both parties, the Supervisor will issue a written notice of
commencement of the works in accordance with the General Conditions, as specified by the Special
Conditions.
36.2
The Contractor must inform the University of Malta's representative by return that he has received the
notice.
G. MISCELLANEOUS
37. Ethics Clauses
37.1
Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful
agreements with competitors or influence the committee or the University of Malta during the process
of examining, clarifying, evaluating and comparing tenders 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 subcontracting 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.
Page 14
37.6
The Contractor may accept no payment connected with the contract other than that provided for
therein. The Contractor and his staff must not exercise any activity or receive any advantage
inconsistent with their obligations to the Contracting Authority.
37.7
The Contractor and his staff are obliged to maintain professional secrecy for the entire duration of the
contract and after its completion. All reports and documents drawn up or received by the Contractor
are confidential.
37.8
The contract governs the Parties' use of all reports and documents drawn up, received or presented by
them during the execution of the contract.
37.9
The Contractor shall refrain from any relationship likely to compromise his independence or that of his
staff. If the Contractor ceases to be independent, the University of Malta may, regardless of injury,
terminate the contract without further notice and without the Contractor having any claim to
compensation.
37.10
The tender(s) concerned will be rejected or the contract terminated if it emerges that the award or
execution of a contract has given rise to unusual commercial expenses. Such unusual commercial
expenses are commissions not mentioned in the main contract or not stemming from a properly
concluded contract referring to the main contract, commissions not paid in return for any actual and
legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is not
clearly identified or commissions paid to a company which has every appearance of being a front
company.
38. Data Protection and Freedom of Information
38.1
Any personal data submitted in the framework of the procurement procedure and/or subsequently
included in the contract shall be processed pursuant to the Data Protection Act (2001). It shall be
processed solely for the purposes of the performance, management and follow-up of the procurement
procedure and/or subsequent contract by the University of Malta/Contracting Authority without
prejudice to possible transmission to the bodies charged with a monitoring or inspection task in
conformity with National and/or Community law.
38.2
The provisions of this contract are without prejudice to the obligations of the University of Malta in
terms of the Freedom of Information Act (Cap. 496 of the Laws of Malta). The University of Malta, prior
to disclosure of any information to a third party in relations to any provisions of this contract which
have not yet been made public, shall consult the contractor in accordance with the provisions of the
said Act, pertinent subsidiary legislation and the Code of Practice issued pursuant to the Act. Such
consultation shall in no way prejudice the obligations of the University of Malta in 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 15
VOLUME 1 SECTION 2 – TENDER FORM
(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted)
UM1986:
TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING FOR MECHANICAL,
ELECTRICAL AND EXTRA LOW VOLTAGE SYSTEMS FOR THE BLOCK D, FOURTH FLOOR REFURBISHMENT AT
THE JUNIOR COLLEGE, UNIVERSITY OF MALTA.
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)
1
Leader
Partner
Nationality
Proportion
of
2
Responsibilities
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 sub-contracted
Name and details of subcontractors
Value of sub-contracting
as percentage of the
3
total cost
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 16
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 UM1986 of [18/03/2016]. 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: Preliminaries
Bill 2: Temporary Installation
Bill 3: Fire Alarm & Detection Systems
Bill 4: Fire Fighting
Bill 5: Data Installation
Bill 6: Access Control & Installation
Bill 7: Speaker Installation
Bill 8: Electrical Installation
Bill 9: Cable Containment Installation
Bill 10: Ventilation System
Bill 11: Dismantling
3
We confirm that the Grand Total Price of our tender (inclusive of duties, other taxes/charges, Eco-Contribution (if any)
and any discounts but excluding VAT) is according to the Grand Total on the Summary of Bill of Quantities on Page 69
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 4% of the contract value as required
by the General Conditions.
6
We are making this application in our own right and [as partner in the consortium led by < name of the leader /
ourselves >] for this tender. We confirm that we are not tendering for the same contract in any other form. [We
confirm, as a partner in the consortium, that all partners are jointly and severally liable by law for the performance of
the contract, that the lead partner is authorised to bind, and receive instructions for and on behalf of, each member,
and that all partners in the joint venture/consortium are bound to remain in the joint venture/consortium for the
entire period of the contract's performance]. We are fully aware that, in the case of a consortium, the composition of
the consortium cannot be modified in the course of the tender procedure.
7
We are not bankrupt or under an administration appointed by the Court, or under proceedings leading to a
declaration of bankruptcy. We also declare that we have not been convicted criminally, or found guilty of professional
misconduct. Furthermore, we are up-to-date in the payment of social security contributions and other taxes.
8
We accept that we shall be excluded from participation in the award of this tender if compliance certificates in
respect of declarations made under Clause 7 of this declaration are not submitted by the indicated dates.
9
We agree to abide by the ethics clauses of the instructions to tenderers and, in particular, have no potential conflict of
interests or any relation with other candidates or other parties in the tender procedure at the time of the submission
of this application. We have no interest of any nature whatsoever in any other tender in this procedure. We recognise
that our tender may be excluded if we propose key experts who have been involved in preparing this project or
engage such personnel as advisers in the preparation of our tender.
10
We will inform the University of Malta immediately if there is any change in the above circumstances at any stage
during the implementation of the contract. We also fully recognise and accept that any false, inaccurate or
incomplete information deliberately provided in this application may result in our exclusion from this and other
contracts funded by the Government of Malta and the European Communities.
11
Our tender submission has been made in conformity with the Instructions to Tenderers, and in this respect we
confirm having included in the appropriate packages as required, the following documentation:
Page 17
(Note 1)
(a)
Tender Guarantee
NOT APPLICABLE FOR THIS TENDER
o Bid Bond
(b)
General Information
o Proof of Purchase – Receipt
(Note 2)
o Statement on Conditions of Employment
(Note 2)
(c)
(d)
Selection Criteria
(Note 2) NOT APPLICABLE FOR THIS TENDER
Financial and Economic Standing
(Note 2)
Technical Capacity
○ Proof of Technical Capacity
(e)
Evaluation Criteria/Technical Specifications
(Note 3)
● Tenderer’s Technical Offer
(Note 2)
o Literature /List of Samples
(f)
Tender Form, and Financial Offer/Bill of Quantities
(Note 3)
Notes:
1.
2.
3.
Tenderers will be requested to clarify/rectify, within 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 ○.
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 ○.
No rectification shall be allowed. Only clarifications on the submitted information may be
requested. This is indicated by the symbol ●.
12
I acknowledge that the University of Malta and/or Contracting Authority shall request rectifications in respect of
incomplete/non-submitted information pertinent to the documentation listed in Clause 11(a), 11(b), and 11(c) of this
Tender Form. We understand that such rectification/s must be submitted within five (5) working days, and will be
subject to a non-refundable administrative penalty of €50, and that failure to comply shall result in our offer not being
considered any further.
13
We note that the University of Malta is not bound to proceed with this invitation to tender and that it reserves the
right to cancel or award only part of the contract. It will incur no liability towards us should it do so.
Name and Surname:
_________________________________________
I.D. / Passport Number:
_________________________________________
Signature of tenderer:
_________________________________________
Duly authorised to sign this
tender on behalf of:
_________________________________________
Company/Lead Partner VAT No:
(if applicable)
_________________________________________
Stamp of the firm/company:
_________________________________________
Place and date:
_________________________________________
Page 18
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 19
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 20
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 21
3. Literature/List of Samples
1. List of literature to be submitted with the tender:
1.
Please supply the full technical literature for the following items clearly identifying make and
model of the plant and equipment being proposed for each item of the BOQ. This list is not
exhaustive but merely an indication of the typical information required
2.
All technical literature shall be in English.
3.
The specifications shall be in binding. Any submittal shall only supersede the specifications when
this is specifically accepted in writing by the engineer / client.
Item
Description
1.0
System: Air-conditioning
1.1
Drains
2.0
System: Ventilation
2.1
Centrifugal in line fan
2.2
Duct
2.3
Return Air Grille
2.4
Differential Pressure Alarm
2.5
Silencers
2.6
Variable Speed Control System
3.0
System: Electrical
3.1
Various Sub/Main Distribution Boards
3.2
Miniature Circuit Breaker
3.3
RCBO
3.4
Glands
3.5
Distribution Boxes
3.6
Wiring Accessories
3.7
Cables (Armoured/Single Core)
3.8
Contactors
3.9
Time Switches
Reference in Technical Specifications
Please refer to Technical Specifications in
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
to Technical Specifications in
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
Page 22
3.10
Hand Dryers
Item
Description
3.11
Watertight Socket Outlets
3.12
Light Fittings
3.13
Ventilation Fan Control Panel
3.14
Galvanised Trunking/Cable Tray
3.15
PVC Trunking
3.16
Bracketing System for Trunking
3.17
Microwave Presence Detectors
3.18
Floor Box
3.19
Wall Fans
4.0
System: Fire Alarm & Detection
4.1
Fire-Proof Cable
Please refer to Technical Specifications in
Volume 3
Reference in Technical Specifications
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
Please refer
Volume 3
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
to Technical Specifications in
Please refer to Technical Specifications in
Volume 3
2. List of samples to be submitted within (two) 2 days of being notified to do so:
Item
Description
1.0
System: Air-conditioning
1.1
Drain Insulation
2.0
System: Electrical
2.1
Wiring accessories
2.2
Watertight socket outlets
2.3
Light Fittings (1 sample of each)
2.4
Microwave Presence Detectors
2.5
Floor Box
3.0
System: Fire Alarm & Detection
3.1
Fire Proof Cable (30cm in length)
Reference in Technical Specifications
Please refer to Technical Specifications
in Volume 3
Please refer
in Volume 3
Please refer
in Volume 3
Please refer
in Volume 3
Please refer
in Volume 3
Please refer
in Volume 3
to Technical Specifications
to Technical Specifications
to Technical Specifications
to Technical Specifications
to Technical Specifications
Please refer to Technical Specifications
in Volume 3
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: ....................................................................
Page 23
(the person or persons authorised to sign on behalf of the tenderer)
Date: ....................................................................
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.
Page 24
Foreign currency: Any currency permissible under the applicable provisions and regulations other than the Euro, which has
been indicated in the tender.
General conditions: The general contractual provisions setting out the administrative, financial, legal and technical clauses
governing the execution of contracts.
General damages: The sum not stated beforehand in the contract, which is awarded by a court or an arbitration tribunal, or
agreed between the parties, as compensation payable to an injured party for a breach of the contract by the other party.
In writing: This includes any hand-written, typed or printed communication, including fax transmissions and electronic mail
(e-mail).
Liquidated damages: The sum stated in the contract as compensation payable by the Contractor to the Contracting Authority
for failure to complete the contract or part thereof within the periods under the contract, or as payable by either party to the
other for any specific breach identified in the contract.
Modification: An instruction given by the Engineer which modifies the works.
National currency: The currency of the country of the Contracting Authority.
Period: A period begins the day after the act or event chosen as its starting point. Where the last day of a period is not a
working day, the period expires at the end of the next working day.
Plant: appliances and other machinery, and, where applicable under the law and/or practice of the state of the Contracting
Authority, the temporary structures on the site required to carry out the works but excluding equipment or other items
required to form part of the permanent works.
Provisional sum: A sum included in the contract and so designated for the execution of works or the supply of goods,
materials, plant or services, or for contingencies, which sum may be used in whole or in part, or not at all, as instructed by
the Engineer.
Site: The places provided by the Contracting Authority where the works are to be carried out and other places stated in the
contract as forming part of the site.
Special conditions: The special conditions laid down by the Contracting Authority as an integral part of the tender document,
amplifying and supplementing the general conditions, clauses specific to the contract and the terms of reference (for a
service contract) or technical specifications (for a supply or works contract).
Supervisor/Engineer: The legal or natural person responsible for administering the contract on behalf of the Contracting
Authority.
Tender document/s: The dossier compiled by the Contracting Authority and containing all the documents needed to prepare
and submit a tender.
Tender price: The sum stated by the tenderer in his tender for carrying out the contract.
Works: Works of a permanent or temporary nature executed under the contract.
Written communications: Certificates, notices, orders and instructions issued in writing under the contract.
Page 25
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 fortyseven 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.
Page 26
VOLUME 2
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE
Our Ref: EB/eb/_______
*……………………………………..+
*……………………………………..+
*……………………………………..+
*……………………………………..+
*……………………………………..+
Attn *……………………………………..+ *……………………………………..+
Dear Sirs,
UM1986 -
TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING FOR
MECHANICAL, ELECTRICAL AND EXTRA LOW VOLTAGE SYSTEMS FOR THE BLOCK D, FOURTH FLOOR
REFURBISHMENT AT THE JUNIOR COLLEGE, UNIVERSITY OF MALTA.
This is to inform you that your Tender, dated the *……………………………………..+, for the above mentioned goods in caption,
made under the abovementioned Call for Tenders, has been accepted by the University of Malta in full compliance with the
General Conditions of Contract that were attached to the Tender Documents.
As undertaken by your good selves in the tender you are to supply, deliver and install, the detailed furniture as per tender
specifications within *……………………………………..+ weeks, for a sum of *……………………………………..+ 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 4 (four) % of the value of this Contract and with a validity to
expire on the __________ 20__. Said Guarantee has to be referenced with the relevant Tender Number.
Failure to produce the said guarantee within the prescribed 7 (seven) days period may lead to the Contract being considered
as having been abandoned, in which case, you will become liable to the relevant penalties stipulated in the General
conditions of Contract.
Yours faithfully,
Director of Procurement
I agree and confirm
------------------------Name of Tenderer & Signature
Page 27
VOLUME 2 SECTION 2 – GENERAL CONDITIONS
The full set of General Conditions for Supply Contracts Version 1.06 dated 4th January 2016 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.
Page 28
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS
These conditions amplify and supplement, if necessary, the General Conditions governing the contract.
Unless the Special Conditions provide otherwise, those General Conditions remain fully applicable. The
numbering of the Articles of the Special Conditions is not consecutive but follows the numbering of the
Articles of the General Conditions. Other Special Conditions should be indicated afterwards.
General:
Kindly note that wherever there is the term ‘Central Government Authority’ in the General Conditions, it is
deemed to read as ‘the University of Malta’.
Article 2: Law and language of the contract
The Laws of Malta shall apply in all matters not covered by the provisions of the contract.
The language used shall be English.
Article 3: Order of precedence of contract documents
The contract is made up of the following documents, in order of precedence:
(a) the Letter of Acceptance,
(b) any other applicable documents.
Addenda have the order of precedence of the document they are modifying.
Article 4: Communications
4.1 Director of Procurement
Administration Building
University of Malta
Msida
Telephone: +356 2340 2212/3
Fax:
+356 21314307
Email:
tenders.procurement@um.edu.mt
Web:
www.um.edu.mt/procurement
All communications must be done in the English Language, as per General Conditions
Article 7: Supply of Documents
As per General Conditions
Article 8: 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 9: The Contractor’s Obligations
Without prejudice to the Contents of Articles 9.1 to 9.6 of the General Conditions:The Contractor will be responsible for the safety of the works (including the materials and plant) until they are
taken possession of by the University and shall stand the risk and be responsible for and must with all possible
speed make good, all damage caused by accident, weather, storm or any other causes at his own expense.
The Contractor must cover up and protect from damage from any cause, all new work. He must supply
protection from the whole of the works executed and any damage caused must be made good by the
Page 29
contractor at his own expense
The work shall be carried out in accordance with the directions and to the satisfaction of the architects,
specifications and Schedule of Quantities and such further drawings and directions as may from time to time be
given by the architects or supplied by the contractor as part of this contract. If the work shown on any such
direction be in the opinion of the contractor, extra to that comprised in the specifications he shall, before
proceeding with such work, give notice to this effect to the architects, but if no notice is given to the architects
before the execution of the work, the contractor shall have no claim to any extra payment in respect thereof.
Article 11: Performance Guarantee
The value of the Performance Guarantee is 4% of the Contract value and must be presented within 7 calendar
days of the Letter of Acceptance date.
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 12: 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 €500,000 (five 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 13: Performance Programme (Timetable)
As per General Conditions
Article 14: Contractor’s Drawings
As per General Conditions
Article 15: Tender Prices
The tendered rates shall be inclusive of all work as specified, as well as any other works that are of a contingent
or indispensable nature for completing the work in its entirety. The rates shall be inclusive of all materials
necessary, profits and payments of Customs Duty and Landing charges on all imported goods, VAT, taxes, ECO
contribution, all hire of plant and machinery required as also all transport of materials to the site of works and
so on. Tenderers are to give rates as quoted for. No claims arising from lack of ascertaining the site condition
shall be entertained.
The tendered rates shall be fixed rates and no allowance will be made for fluctuations in rates and prices or for
any increase or decrease in the cost of labour and/or materials and other costs mentioned under Clause 18.1
Article 17: Patents and Licences
As per General Conditions
Article 18: Commencement Date
Following the signature of the Letter of Acceptance, the Contractor will be notified in writing to commence
works on site.
As soon as possession of the site is given to the Contractor, he shall proceed with the works and complete same
as soon as possible. It is essential that the whole of this work be completed at the earliest possible.
Should there be no queries from the Contractor, the necessary work shall proceed and be completed as soon as
Page 30
possible, respecting the deadlines specified in Article 15 above.
Article 19: Period of Performance
Period of Performance whereby it is being requested that the delivery and installation would not exceed 6
weeks (possibly earlier) from the date of the letter of acceptance. Tenderers are warned that their offers may
not be accepted if this clause is not acceded to.
Article 21: Delays in Performance
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 6 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 22: Variations
22.1
Subject to the provisions of Article 78 of the Public Contracts Regulations 2010, the University of
Malta reserves the right to vary the quantities specified. The total value of the supplies may not rise
or fall as a result of the variation in the quantities by more than 25% of the contract price. The unit
prices used in the tender shall be applicable to the quantities procured under the variation.
Article 23: Suspension
The words “Community Budget” are to be replaced by the word “Capital Budget”
Article 24: Quality of Supplies
a) All materials required for the completion of the works specified shall be provided by the contractor.
b)
The work is to be carried out in the best customary practice and the architect in charge is to be satisfied
that the quantity of the materials conforms to that specified herein.
c)
The contractor shall provide without extra charge all labour and equipment required by the architect in
charge of testing, measuring or proving the efficiency of any of the materials used or of any portion or
portions of the completed works.
d)
The Contractor shall guarantee the works that he has carried out, for a Minimum period of twelve
months after completion, against defective materials and all workmanship
Article 25: Inspection and Testing
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 26: Payments: General Principles
(a) Payments shall be made in Euro, up to 95% of the certified works carried out, with 5% being kept as
retention money.
(b) Payments shall be made by the University of Malta.
The payment terms referred to under the relative Clause of the General Conditions particular to this tender
state that payment shall be effective within a reasonable period time. This should be taken to mean that
payment is to be effected within 60 days from the date of receipt of the invoice or request for goods delivered,
services rendered of work carried out to the satisfaction of the Head of Department or his representative.
Whenever the 30-day period is mentioned in this article, it is deemed to be 60 days.
Article 28: Delayed Payments
The period quoted in Article 28.1 of the General Conditions may be subject to change according to the
particular needs of the Department.
Page 31
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 29: Delivery
As per General Conditions
Article 30.6: Supervisor and Supervisor's representative
i) The Supervisor (and or Architect in Charge) and Supervisor's representative (and or Project Manager as
delegated), shall have the power, during the course of the work, to order the contractor to remove from
the site any materials which are considered to be of an inferior quality. He shall also have the power to
order the removal and a proper re-execution of any work executed with the rejected materials in a manner
contrary to the spirit of the specifications. Such orders shall be carried out by the contractor at its own
expense.
ii) In case of default on the part of the contractor to carry out such orders, the Supervisor (and or Architect in
Charge) and Supervisor's representative (and or Project Manager as delegated), shall have the power to
employ and pay other persons to carry out same at the contractor’s expense; such expenses will be
deducted from any monies that may be due to the contractor.
iii) The contractor shall, if ordered in writing by the Supervisor (and or Architect in Charge) and Supervisor's
representative (and or Project Manager as delegated), suspend the works or any part thereof for such
periods and at such times as so ordered and shall not, after receiving order, proceed with the work there in
order to be suspended until he receives written authority from the Project Manager, to proceed therewith.
The contractor shall not be entitled to claim compensation for any loss or damage sustained as aforesaid.
iv) Should it appear to the Supervisor (and or Architect in Charge) and Supervisor's representative (and or
Project Manager as delegated), or any duly authorised member of his 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 31: Provisional Acceptance
As per General Conditions
Article 32: Warranty Obligations
The Contractor shall replace at his expense any goods, which is proven to be defective even after completion.
Article 40: Amicable dispute settlement
If the amicable dispute settlement procedure fails, the Parties may, in the case of decentralised contracts,
agree to try conciliation through the Maltese Conciliation Procedure. If no settlement is reached within 120
days of the start of the conciliation procedure, each Party shall be entitled to move on to the next state of the
dispute settlement procedure.
Article 41: 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
Page 32
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.
Article 44: Checks and Audits
Not Applicable
Page 33
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
Dear Sir,
Our Guarantee Number .......................... for €......................
Account: *Account Holder’s Name+
In connection with the contract entered into between yourself on behalf of the Director of Contracts and [Name and
Address of Contractor] hereinafter referred to as “the Contractor” as per the latter’s tender and your acceptance under [UM
File Reference], whereby the contractor undertook the [title of contract] in accordance with Article 13 of the Special
Conditions the [works/services/supplies] as mentioned, enumerated or referred to in the Specification and/or Bills of
Quantities forming part of the contract documents, we hereby guarantee to pay you on demand a maximum sum of
€*amount in works and numbers+ in case the obligations of the above-mentioned contract are not duly performed by the
Contractor.
This guarantee will become payable on your first demand and it shall not be incumbent upon us to verify whether such
demand is justified.
For avoidance of doubt it is hereby declared that although this instrument gives rise to legal relations between the guarantor
and the beneficiary, it is hereby specifically declared for all intents and purposes of law that this guarantee does not exempt
the above-mentioned Contractor from any obligations, acts of performance or undertaking assumed under the tender
documents as ratified in the contract.
Any payments due to the contractor in respect of the obligations entered into under the contract above referred to shall be
made through this Bank.
This guarantee expires on the [expiry date] and unless it is extended by us or returned to us for cancellation before that date
any demand made by you for payment must be received in writing not later than the aforementioned expiry date.
This document should be returned to us on utilization or expiry or in the event of the guarantee being no longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date, this guarantee
shall be null and void, whether returned to us or not, and our liability hereunder shall terminate.
This guarantee is personal to you, and is not transferable or assignable.
Yours Faithfully,
.............................................
[Signatory on behalf of Guarantor]
Page 34
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not
Applicable for this tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
[Tender Reference]
Dear Sir,
We the undersigned, [name, company name, address], hereby declare that we will guarantee, as principal debtor, to
[University of Malta's name and address] on behalf of [Contractor's name and address], the payment of [indicate the
amount], corresponding to the guarantee mentioned in Article 44 of the Special Conditions without dispute, on receipt of a
first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the contract or of the works to be
performed thereunder or of any of the contract documents which may be made between you and the Contractor shall in any
way release us from any liability under this guarantee. We hereby waive notice of any such change, addition or modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of the pre-financing] and shall be
valid until the equivalent value of [works/services/supplies] has been certified by the University of Malta.
We note that you will release the guarantee and notify us of the fact at the latest within thirty days of this date.
Done at ………….., ../../..
Name and first name: …………………………… On behalf of: …………………
Signature: ……………..
[stamp of the body providing the guarantee]
Page 35
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this
Tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
[Tender Reference]
Dear Sir,
We, the undersigned, [name, company name, address], hereby declare that we will guarantee, as principal debtor, to
[University of Malta's name and address] on behalf of [Contractor's name and address], the payment of [indicate the
amount], corresponding to the guarantee mentioned in Article 45 of the Special Conditions without dispute, on receipt of a
first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the contract or of the works to be
performed thereunder or of any of the contract documents which may be made between you and the Contractor shall in any
way release us from any liability under this guarantee. We hereby waive notice of any such change, addition or modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of the sums retained under the
contract] and shall be valid until the date of issue of the certificate of final acceptance.
We note that you will release the guarantee and notify us of the fact at the latest within thirty days of the date of issue of
this certificate.
Done at ………….., ../../..
Name and first name: …………………………… On behalf of: …………………
Signature: ……………..
[stamp of the body providing the guarantee]
Page 36
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.
1.0
SPECIFICATION FOR THE INSTALLATION OF ELECTRICAL SERVICES
1.1
PREAMBLE TO THE SPECIFICATION
The work covers the installation of Electrical Services for the Junior Collage 4th floor and includes for the supply and
installation of all switchgear, cables, conduit, trunking and wiring accessories, complete with all materials and labour
necessary for a complete installation.
This specification shall be read in conjunction with the General Conditions of Contract, the Drawings issued to date
and any others which may become necessary from time to time at the discretion of the Engineer in charge, and also
with the Schedule of Prices, which all together form the Contract Documents.
The work shall be completed by the contractor to the full satisfaction of the Engineer in charge and the contractor
shall be responsible for the satisfactory performance of the service in accordance with the spirit of the design and
specifications.
The contractor shall prepare such installation diagrams, wiring drawings and schematics as may be necessary in the
Engineer's opinion. These shall be submitted to the engineer for approval before execution of the work.
The contractor shall keep such records as necessary, in order to be able to complete the as-fitted drawings upon
completion of the works.
The whole works shall be scheduled by the main contractor on site by consulting the engineer and client’s
requirements. The contractor is responsible for preparing an overall works programme which shall require the
approval of the engineer and client. The contractor shall bind himself to co-ordinate the programme of works with
the works of other contractors.
The contractor is to submit technical literature covering all key components of the system being proposed. The
technical submittal by itself does not confirm or otherwise that any change in specification has been accepted. All
changes from the specifications have to be accepted in writing by the Engineers and Client.
1.2
WORKMANSHIP
THE WORKS SHALL COMPLY WITH THE LATEST EDITION OF THE REGULATIONS OF THE BRITISH INSTITUTION OF
ELECTRICAL ENGINEERS (IET), including all amendments to date, and the MRA / ENEMALTA ELECTRICITY SUPPLY
REGULATIONS, Codes of Practice, and normal safety regulations and to the satisfaction of the Engineer.
All workmanship shall be of best quality and in accordance with the above. The Contractor shall guarantee that
spare parts for any Equivalent supplied are obtainable in Malta.
The electricity supply at terminals shall be 3-Phase 4 wire, 400/230 Volts, 50 cycles earthed neutral.
1.2.1
Installation
The installation shall be carried out in low smoke PVC conduit with white plastic wiring accessories. Heavy gauge
galvanised trunking, manufactured to high standards shall be used as indicated in drawings. All these shall conform
to MSA –EN 50085: 2001 and MSA EN 50086: 2001.
All conduit and fittings shall be installed in chase where applicable, before plastering works and flooring. The
contractor shall be required to phase his work with that of the structural and other contractors to ensure timely
insertion of conduits, etc.
Page 37
All conduits shall be securely fixed to the base material by an approved method and at not more than 1.5 m spacing,
unless otherwise allowed by the Engineer.
Conduit boxes carrying accessories shall be independently fixed.
All draw-in boxes shall be easily accessible for wiring and shall be spaced so that there are not more than two 90
deg. solid bends between two boxes or more than 10 m run between them.
A separate Earth Conductor shall be used inside the conduit for Earthing of fittings, accessories and sockets.
All conduits shall be complete and thoroughly swabbed before draw-in of wires and cables.
The smallest size of conduit allowed shall be 20mm. Conduit shall be sized according to the quantity and size of
cables being carried through. Standard accessories shall be used with conduit to terminate at boxes, distribution
boards, switchgear, outlets etc., in order to give a completely closed and mechanically secure system.
All conduit and trunking routes shall be approved by the Engineer prior to taking works in hand.
1.2.2
Builder's Work
The tenderer is to allow in the rates quoted, for all chasing, holes in RC or structural members, (all holes shall be
made only under approval of the Engineer in charge and by means of circular diamond tipped tools), pipe sleeves
(made to approval) etc. necessary for the proper execution of the works. All structural openings shall be approved
by the architect in charge. The contractor shall also be responsible for closing any openings and services using
intumescent foam / intumescent mastic.
1.2.3
Wiring
The installation shall be wired with cables having conductors not less than 1.5 sq. mm. Single strand conductors
shall not be allowed.
With the exception of final sub-circuits, all cable terminations shall be of the soldered or crimped socket type
terminal. Ferrules shall be used to terminate multi strand cables.
Loop connections shall only be made at the terminals of accessories or fittings. No joints in cables shall be made
except with the written authority of the Engineer.
The number of cables in any conduit shall conform to the limit set by the above-mentioned IEE Regulations.
All cables shall be colour coded throughout for identification: Brown, Grey, Black for the Phase conductors, Blue for
Neutral, and Green/Yellow for Earth.
The contractor shall terminate the wiring in the fitting, accessory and/or equipment as specified in the drawings,
etc.
Cables for individual circuits inside trunking shall be grouped together, and marked with circuit number at
terminations.
All cables to be of the LSZH type.
1.2.4
Earthing
All Earthing installation shall be carried out in accordance with the IEE Regulations.
The main Earth conductor shall be earthed with the Earth Mat and if supplied, with the Earth termination supplied
by ENEMALTA in the metering room.
The maximum earth loop impedance of the earth mat shall be 0.10 Ohms.
Separate Earth conductor shall be passed from all conduit and trunking and all fittings for the earth connections of
socket outlets, equipment etc.
All trunking is to be separately earthed and earth clips shall be used to bridge different sections of the trunking.
Page 38
1.2.5
Positioning
All fixture items shall be positioned as per drawings or as instructed by the Engineer.
1.2.6
Markings
All switchgear and distribution boards shall be permanently marked with the voltage and current rating.
Labels indicating the services controlled by the switchgear and distribution boards shall be prepared and fixed on
the outside of the appliances as directed.
In addition to the above, each distribution board shall have a list of all the equipment names and locations supplied.
1.2.7
Origin of Installation
The installation shall originate from the main panel and all connections shall be the responsibility of the contractor
and shall be duly allowed for.
1.2.8
Uniformity
All materials used under this contract shall be of uniform design throughout. Samples shall be presented at
tendering stage for approval.
1.2.9
Testing
The contractor shall provide all the necessary labour and testing instruments for the tests prescribed in the abovementioned regulations. Approval of works shall only be granted following satisfactory passing of these tests.
The test results shall be recorded in triplicate and signed by the contractor's Engineer, and shall be handed over to
the Engineer in charge.
1.2.10 Deviations
Any deviations shall be regulated by the General Conditions of Contract.
1.2.11 Measurement
The works shall be measured as specified in the Bill of Quantities and certified by the Engineer in charge.
1.2.12 General Conditions
The General Conditions of Contract shall apply in so far as they are not inconsistent with the above.
1.3
MATERIALS SPECIFICATIONS - Electrical Installation
1.3.1
General
All materials to be used in this project are subject to approval by the Engineer in charge, upon presentation of
samples.
1.3.2
Miniature Circuit Breakers
Miniature Circuit Breakers shall provide overcurrent and short circuit protection and shall comply with ISO 2924.
The MCBs shall be type 3 and shall be capable of dealing with fault currents of 6KA for MCBs up to 30Amp rating and
10KA for higher rated MCBs. They shall be Single Pole or Triple Pole as indicated on the schematic. They shall be
easily mounted on DIN rail. The Voltage rating shall be 240/415 V, 50 Hz. The input terminals shall be suitable for
25 sq. mm cable and the output terminals for 16 sq. mm cable.
1.3.3
RCBOs
RCBOs shall have the same specification, where applicable for MCBs, shall be of the single pole type except where
otherwise indicated and shall have differential current protection apart from over current protection to the
sensitivity as indicated on the drawings and shall comply to BS EN1009.
1.3.4
Switch fuses
Page 39
All switch fuses shall be according to BS 3185 heavy duty composite units of airbreak switches and fuses. All fuses
are to be of the HRC type and complying with EN 60269-1:1994. The rating of the switchgear shall be clearly
marked. They shall have an inner locking mechanism for prevention of pulling out when switch is on.
The enclosure of the switchgear shall be fabricated sheet metal, finished in stove enamel or of epoxy resin of an
approved quality.
1.3.5
Glands
Glands for PVC SWA PVC / XLPE SWA PVC cable shall be heavy duty indoor /outdoor type, in brass or gunmetal with
suitable armour clamps and earthing provision.
1.3.6
Distribution Boxes
All distribution boards shall be of Integral Busbar Type, TPN and of the specified rating and shall have sheet steel
construction with hinged doors. They shall be suited to take the cables specified and the necessary conduits.
Miniature Circuit Breakers are to be fitted to all boards, arranged so as to facilitate wiring. RCBOs shall be used
where indicated.
The boards shall allow for the positive isolation of the final sub-circuits. The MCB's shall be of the screwed contact
on busbar type.
Before ordering the equipment and switchgear, the contractor is to check with the Engineer as to whether flush or
surface mounting is to be used
The operating characteristics of the boards shall be such that the breaker will operate after not less than two
minutes with sustained 25% overload. Tripping shall also occur in less than half minute in case of 200% overload,
and in less than one second with 800% overload. Operation shall be of the flip-on type.
The distribution shall have factory prepared punch-outs for both the main incomer isolator as well as the RCD’s. Dist
boards with punch out effected locally shall not be acceptable. RCDs shall comply with BS EN 1008.
Where applicable, the distribution box shall be supplied c/w contactor extension box as well as all contactors as
indicated in the drawings.
All distribution boards shall be of the lockable type.
1.3.7
Conduit and Fittings
Conduit and outlet fittings, etc., shall be as specified above and subject to approval of samples, which shall be
submitted on request. Conduit shall be of the low smoke type.
1.3.8
Cable
XLPE, SWA, LSZH Cable - Armoured cables are to be with shaped or round copper conductors and XLPE insulated,
LSZH bedding, single wire armoured and LSZH sheathed overall complying with BS 6724.
LSZH Cable - The LSZH cable shall consist of high conductivity stranded copper wires insulated with LSZH 230/400 V
type, outer sheath complying with BS 7211.
XLPE, LSZH Cable - Cable shall consist of shaped or round copper multiple conductors, XLPE insulated, and LSZH
sheathed overall complying with BS 7211.
1.3.9
Ceiling Roses
All ceiling roses shall comply with BS 67 and shall be suitable for fixing to standard conduit, round terminal boxes.
They shall have the facility for fixing 3/4 in. connections, including Earth. They shall be of white moulded plastic.
1.3.10 Switched Socket Outlets
These shall be of three different types:
 13 Amp 2P+E switched socket outlet, shuttered and shall be in accordance with BS 1363. (White Socket Outlets
with Red Rockers are to be used on circuits powered by UPS)
 5 Amp 2P+E switched socket outlet, shuttered and shall be in accordance with BS 546:1950
Page 40
 16A 2P+E German Standard socket outlet, shuttered and shall be in accordance with VDE 0620
 IP68 s/o that shall remain water tight even when a plug is inserted in the outlet
 They shall be suitable for flush mounting, unless otherwise instructed and shall be white moulded plastic.
Samples shall be presented at time of tendering for approval.
1.3.11 Fused Spurs
These shall be suitable for connecting a fixed appliance to a ring main socket outlet circuit as prescribed in IEE
Regulations.
The unit shall consist of rectangular metal box complete with metal overlapping plates and removable fuse carrier,
fitted with cartridge type fuses.
They shall be of the switch type and of approved finish.
1.3.12 Flex Outlets
The flex outlets shall be supplied with three pairs of terminals suitable for 2 x 2.5 sq. mm conductors.
1.3.13 Tumbler Switches
These shall be of the "quick make and break" type, suitable for AC operation. They shall be wired "on" when the
knob is down; 5 Amp type and 15 Amp type to BS 5733.
1.3.14 Galvanised trunking / Cable tray
The galvanised trunking shall be manufactured from hot dipped galvanised sheet steel complying with BS EN 10143
group 2 class 2A. The thickness of the sheet shall be such that there is no sagging of the trunking with the load of
the cables. If in the opinion of the Engineer the trunking deforms with the weight of the cable the contractor shall
be requested to remove the said trunking and replace it. The trunking shall be supplied complete with a clip on
cover of the same material quality and thickness of the main trunking. No self-tapping screws shall be used to hold
the cover but if necessary plastic ties shall be used. Suitable cable trays shall be installed to carry the supply cables
to the various Distribution Boards.
All installations are to be complete with all necessary earth clips for a complete installation.
1.3.15 Cable Basket
The galvanised trunking shall be manufactured from hot dipped galvanised steel complying with BS EN 61537 and
shall be supplied complete with all necessary side unions or clamp sets. The thickness of the rods shall be such that
there is no sagging of the basket with the load of the cables. If in the opinion of the Engineer the basket deforms
with the weight of the cable the contractor shall be requested to remove the said basket and replace it.
Note that all changes in direction are to be made using factory made long sweep fittings. No locally manufactured
elbows, tees etc. shall be accepted.
All installations are to be complete with all necessary earth clips for a complete installation.
1.3.16 PVC Management Trunking
The Cable Trunking shall be manufactured from heavy gauge U PVC material complying with BS EN 50085 and BS
4678-4. The Thickness of the PVC shall be such that there is no sagging of the trunking with the load of the cables. If
in the opinion of the Engineer the trunking deforms with the weight of the cable the contractor shall be requested
to remove the said trunking and replace it. The trunking shall be supplied complete with a clip on cover of the same
material quality and thickness of the main trunking. Standard manufacturer supplied TEEs, Angles, Reducers, and
Multiway Junctions are to be used where required; no contractor manufactured accessories shall be accepted.
Management trunking shall be of the PVC type having dimensions as indicated in the BoQ / drawings and shall be
CAT 6A (cat 6A) compliant. It shall be such that it shall have a 100mm wide section used primarily for the installation
of the terminations (power and / or data). Steel Screening divider or power/data separation shall be as per BS EN
50174-2.
Page 41
1.4
Lighting Luminaries
1.4.1
General
In general all fittings are to be supplied with lamps, control gear drivers, PF capacitor etc. as may be required for the
complete functioning of the light fitting. Light fittings with the same designation letter shall be aesthetically similar.
All Light fittings are to be approved by client prior to installation.
The lamps shall have a colour temperature of 4000K unless otherwise indicated.
All emergency lighting shall have factory fitted batteries and controllers. Fittings converted to emergency lights
locally shall not be acceptable.
1.4.2
Lighting Luminaries
Type A1: Wall Mounted LED ceiling type 3000 lumens output
These shall be suitable for wall mounting. The driver must be capable of withstanding an input voltage of 255V. They
shall be flux insensitive to mains voltage variations, shall have a protection in case of lamp defect, shall have a
power factor >0.9 and shall conform to relevant standards of electromagnetic compatibility. The fitting shall be CE
Marked and have a minimum warranty of 5 years.
Type A2: Wall Mounted LED ceiling type 3000 lumens output c/w Power pack
This shall be similar to Type A1 but must be equipped with a power pack for emergency lighting. The power pack
shall be suitable for 3hours of operation and shall be supplied by complete with LED indication.
Type B1: Recessed Mounted LED ceiling type 4000 lumens output
These shall be suitable for recessed mounting in the false ceiling and shall be such that they shall fit within the space
of one 60x60cm soffit tile. The driver must be capable of withstanding an input voltage of 255V. They shall be flux
insensitive to mains voltage variations, shall have a protection in case of lamp defect, shall have a power factor >0.9
Page 42
and shall conform to relevant standards of electromagnetic compatibility. The fitting shall be CE Marked and have a
minimum warranty of 5 years.
Type B2: Recessed Mounted LED ceiling type 4000 lumens output c/w Power pack
This shall be similar to Type B1 but must be equipped with a power pack for emergency lighting. The power pack
shall be suitable for 3hours of operation and shall be supplied by complete with LED indication. The units shall give a
minimum light intensity of 200 lumens after 100 burning hours.
Type E1: Maintained Emergency lights:
Surface Mounted Maintained Emergency lights with exit indication – IP44
These fittings shall be suitable to installed both parallel as well as perpendicular to the walls and hanging from the
false ceiling (Flag Type). These shall be lit at all times but also give illumination for a minimum period of three hours
upon failure of electrical supply. They shall be supplied complete with dry rechargeable battery backup, charger, an
indication when electrical supply is present. They shall also be complete with LED’s showing charge state of the
batteries. These emergency lights shall be complete with visual indications (luminous signs) giving directions to
enable the employees to leave the premises in case of emergency.
Type E2: Non Maintained Emergency Light
These shall be an emergency fluorescent LED type fitting surface mounted with 1 x 9W lamps to BS4533/1022.
These shall operate upon failure of electrical supply and shall give illumination for a minimum period of three hours.
They shall be supplied complete with dry rechargeable battery backup, charger, an indication when electrical supply
is present. They shall also be complete with LED’s showing charge state of the batteries. The minimum light output
shall be of 200 lumens after 100 burning hours.
Page 43
Type C1: Surface mounted down lighters {1 x 26W PL} IP 65 c/w electronic ballast
These shall be suitable for Surface mounting. They shall have an aluminium reflector and suitable to take 1 x 26W PL
lamps. They shall be supplied with high frequency electronic ballast operating at a minimum of 28 kHz. The
electronic ballast must be capable of withstanding an input voltage of 255V. They shall be flux insensitive to mains
voltage variations, shall have a protection in case of lamp defect, shall have a power factor >0.9, shall be such that
lamps shall ignite without flickering and shall conform to relevant standards of electromagnetic compatibility.
Type D1: Recessed Mounted LED ceiling type 3000 lumens output
These shall be suitable for recessed mounting in the false ceiling and shall be such that they shall fit within the space
of one 60x60cm soffit tile. The driver must be capable of withstanding an input voltage of 255V. They shall be flux
insensitive to mains voltage variations, shall have a protection in case of lamp defect, shall have a power factor >0.9
and shall conform to relevant standards of electromagnetic compatibility. The fitting shall be CE Marked and have a
minimum warranty of 5 years.
Type D2: Recessed Mounted LED ceiling type 3000 lumens output c/w Power pack
This shall be similar to Type D1 but must be equipped with a power pack for emergency lighting. The power pack
shall be suitable for 3hours of operation and shall be supplied by complete with LED indication. The units shall give a
minimum light intensity of 200 lumens after 100 burning hours.
Microwave Presence Detectors:
These shall be presence sensors using microwave technology detection are to be used for the minimization of false
alarms and electrical consumption. They shall automatically select the required optimal setting for each space.
Page 44
These shall be ceiling mounted having a wide degree of view and a minimum range of 15 metres. They shall be
supplied c/w solid state replay power supply controller and any other hardware/software for a complete system.
The contactor shall include for any programming / setting required for the operation of the system.
1.4.3
Brackets
All cable trays, cable trunking and the like, shall be supported at spacing of not more than 1.5 meters apart and at all
changes in direction. Hangers, brackets and supports shall be of the pre-galvanised type with factory made fittings.
No local manufactured brackets cut and welded on site shall be accepted.
1.4.4
Hand Dryers
The hand dryers shall be of the automatic type in that they will switch on automatically when the hands have been
placed in the range of the infrared proximity sensors.
Other characteristics shall include:
Drying time
Air flow
Sound Levels
Sensor range adjustment
Heater
Power supply
Protections
1.4.5
approx. 25s
150m3 / hr
< 65dB A
0 - 20cm
2kW
230V, 50Hz
Safety thermostat, drip proof, vandal Proof
Floor Box
The Floor box shall be of the shallow heavy duty type with an aluminium housing capable of supporting heavy point
loads that can be exerted by a classroom/office desk or a person. The floor box must be designed to be installed in
ceramic tile - finished floor. It shall be equipped with a heavy duty cast aluminium cover with an outer finish to
provide strength and durability and also match the user requirements. The cover shall have a 180° articulating
hinge n shall be such that there shall be no ingress of water (even when being used) when the floors are being
washed. Floor boxes where the outlets are in the side instead of at the bottom shall be preferred. The Floor box
shall be earthed throughout and shall be CE marked.
Other characteristics shall include:
Floor build up height available:
Number of slots:
approx. 9cm
as per drawing
2.0
SPECIFICATION FOR THE INSTALLATION OF MECHANICAL SERVICES
2.1
PREAMBLE TO SPECIFICATION
2.1.1
Scope of work
The work covers the installation and connecting up, testing and commissioning of the mechanical services and
includes for the supply and installation of all equipment, piping and accessories.
Page 45
The contractor shall:
 Execute work in a diligent and competent manner.
 Complete the work in its entirety, to the Engineer's satisfaction and in accordance with the design and
instructions of the responsible Engineer.
2.1.2
Discrepancies
Special attention has been given such that as far as possible, the drawings, specification and schedule of items,
detail the whole of the requirements for this work. The tenderer shall however satisfy himself that these
documents cover the complete systems, as regards materials, equipment and accessories, for the correct and
proper operation of the installation as a whole.
2.1.3
Extent of Works
This part of the works includes for:
 Fire Fighting Installation
 Wall Fans
All major pipelines and service type shall be identified according to BS 1710: 1984.
2.1.4
Complete System
The system shall be complete and working in all respects, and shall include all necessary accessories, fittings,
ancillary equipment, pipes, vents, strainers, spigots, dampers, valves, controlling equipment, insulation, drains etc.,
and all items not specifically mentioned according to the scope and spirit of this description.
2.1.5
Protection of works
The Contractor shall protect all equipment, material and works until taken over by the client and shall remain his
sole responsibility until official handing over.
2.1.6
Completion
Completion dates agreed to in other sections of this contract shall be binding in so far as this section of the works is
concerned.
2.1.7
Quantities / Variations
The consultants may supply any additional drawings or directions as may be necessary for the proper execution of
the work. If the work shown on any such drawings or directions is, in the opinion of the contractor, extra to that
comprised in the specifications and Bills of Quantities, he shall give notice in writing to this effect before proceeding
with such work; if this condition is not adhered to, the Contractor shall have no right for any additional claim at a
later stage.
2.1.8
Working Drawings
The Contractor shall be responsible for the preparation of all-working drawings, diagrams, schedules of materials,
etc., necessary, to be submitted to the Engineer for approval before proceeding with the works.
2.1.9
Alternatives
The tenderer is NOT ALLOWED TO CHANGE ANY OF THE DESIGN PARAMETERS, PIPE SIZES, and SIZES OF DUCTS ETC.
IN THIS EVENT THE TENDER SHALL NOT BE CONSIDERED AND THE TENDERER SHALL BE DISQUALIFIED.
The contractor shall prepare working drawings and such installation diagrams, wiring drawings and schematics as
may be necessary in the Engineer's opinion. These shall be submitted to the engineer for approval before execution
of the work.
The contractor shall keep such records as necessary, in order to be able to complete the as-fitted drawings upon
completion of the works.
Page 46
The whole works shall be scheduled by the main contractor on site by consulting the engineer and client’s
requirements. The contractor is responsible for preparing an overall works programme which shall require the
approval of the engineer and client. The contractor shall bind himself to co-ordinate the programme of works with
the works of other contractors.
2.1.10 Submittals
The contractor is to submit technical literature covering all key components of the system being proposed. The
technical submittal by itself does not confirm or otherwise that any change in specification has been accepted. All
changes from the specifications have to be accepted in writing by the Engineers and Client.
2.2
WORKMANSHIP
2.2.1
Regulations
All work shall be carried out in accordance with the relevant safety regulations, British Standard Code of Practice CP.
352 and normal trade practice and to the entire satisfaction of the Consulting Engineer.
2.2.2
General Conditions
All work is to be executed according to the general workmanship specification found elsewhere, unless otherwise
specified to the contrary hereunder.
2.2.3
Testing and Commissioning
All testing and commissioning shall be in accordance with IHVE and BS guides for test procedures, and to the
satisfaction of the Engineer.
Although testing of individual sections is allowed, in the interest of speed, the testing shall be considered carried out
only when the COMPLETE installation is tested and commissioned. The contractor shall remain responsible for
individually tested sections and will cover them at his own risk.
The contractor shall provide all test points, equipment and facilities to carry out the tests, both on site and at
remote locations. All manufacturers' items performance data and characteristics shall be collated together with test
results, for future reference and maintenance.
All equipment shall be adequately labelled and marked. Schematic pathway and riser "as built" Drawings etc., shall
be prepared by the contractor and presented to the Engineer on completion.
The following tests are to be carried out during or before commissioning:
Pipework testing - All pipework runs shall be tested, including bellows, joints, flexibles etc., and a test schedule shall
be prepared by the contractor, for approval and used to clarify the tests carried out. This schedule shall be
approved by the Engineer before adoption for use.
Hydraulic testing of pipe runs - This shall be to 1.5 times working pressure for FOUR hours duration, and shall exhibit
no loss of pressure, and no visible leakages on inspection. Any parts or instrumentation not designed for such
pressure shall be temporarily excluded from the test.
Waste drains - These shall be air tested to 3 in. water gauge, and any leaks made good, and the system retested.
Notice of tests shall be given to the Engineer who shall be the only one to certify test approval.
2.2.4
Method statement
The contractor shall furnish the Client / Engineer with a detailed description of the method statement to be
employed in the installation of the various services. This applies both for the internal installations as well as in the
supply and installation of the main plant. This method statement is to be approved by the Client / Engineer prior to
the works being taken in hand.
Page 47
2.2.5
Builders Works
The tenderer is to allow in the rates quoted, for all chasing, holes in RC or structural members, (all holes shall be
made only under approval of the Engineer in charge and by means of circular diamond tipped tools), pipe sleeves
(made to approval) etc. necessary for the proper execution of the works. All structural openings shall be approved
by the architect in charge. The contractor shall also be responsible for closing any openings and services using
intumescent foam / intumescent mastic.
2.3
MATERIAL SPECIFICATIONS – Wall Fans
This unit shall be supplied complete with all the necessary brackets etc. The Fan housing must be manufactured
from galvanized steel or reinforced plastic. Mounting brackets are to be supplied fixed to the sides of the casing. All
fixings shall not be susceptible to rusting and shall be treated against corrosion.
Other characteristics shall be as follows:
Specifications
Voltage
Frequency
Power
Fan Diameter
Speed
installation
Fan plastic material
230V
50Hz
55w+-10%
450mm
3 speed control
Wall Mounted
Polycarbonate blade
The rotor shall be statically and dynamically balanced at the factory according to ISO 1940. The fans shall be of the
low noise type and shall have a three speed controller so as to adjust the speed of the fan accordingly. The
installation shall be such that there are no loose power cables visible inside the rooms.
2.4
MATERIAL SPECIFICATIONS - Fire Fighting System
The firefighting installation shall be composed of fire cabinets equipped with fire extinguishers located in strategic
areas in the Lecture areas.
2.4.1
Fire point cabinets
Fire point cabinets shall be suitable for recessed or surface mounting. Their dimensions shall be such that they can
accommodate the following items (or otherwise as indicated in the drawings) in ample space.
The cabinets shall be manufactured from best quality sheet steel not less than 12swg and be of robust construction
suitable for outdoor installation and hence shall be corrosion resistant. All surfaces shall be treated with primer
coat and not less than two coats of baked enamel red finish. The hinges shall permit the door to open 180 deg. FIRE
FIGHTING POINT shall be written in 50mm high letters on the Front of the cabinet. The fire cabinet shall be of the
key type therefore must be c/w a key guard unit installed near the cabinet. This shall be connected to the fire
detection system such that it will trigger an alarm when the key is retrieved.
The Fire Extinguisher Cabinet shall be of the slim type and shall contain the following components:
Fire Extinguisher Cabinet:
 One Dry Powder fire extinguisher
 One AFFF fire extinguisher
 One CO2 fire extinguisher
 Two fire blankets
The instructions on how to use the fire extinguishers and the fire blanket shall be fixed to the inside of the cabinet.
Page 48
2.4.2
Fire Blanket
This shall be a fire-smothering blanket manufactured from textured glass fibre. It shall be suitable for use in
confined spaces and shall have good insulating properties. It shall be to BS 1869. It shall be supplied complete with
a Nylon wall mounting case with printed on instructions for use.
2.4.3
Dry Powder Fire extinguishers
The portable fire extinguishers shall be lever operated complete with safety pin. They shall have a controllable
discharge and shall be fitted with a pressure gauge. They shall also be complete with a ‘Used’ indicator flag to
indicate that the medium has been wholly or partially discharged.
Size
Media
Test Pressure
Working pressure
Discharge time
Operating temp range
External finish
Standards
2.4.4
9Kg
ABC dry powder
24 bar
15 bar
12s
-20 to 60°C
Red / Blue
BS EN 3
AFFF Fire extinguishers
The portable fire extinguishers shall be lever operated complete with safety pin. They shall have a controllable
discharge and shall be fitted with a pressure gauge. They shall also be complete with a ‘Used’ indicator flag to
indicate that the medium has been wholly or partially discharged.
Size
Media
Discharge time
Minimum range
External finish
Standards
2.4.5
9 litres
AFFF
20s
4m.
Red / Ivory
BS EN 3
CO2 Fire Extinguishers
The portable fire extinguishers shall be lever operated complete with safety pin. They shall have a controllable
discharge and shall be fitted with a pressure gauge. They shall also be complete with a ‘Used’ indicator flag to
indicate that the medium has been wholly or partially discharged.
Size
Media
Discharge time
Minimum range
External finish
Operating Pressure
Standards
4Kg
CO2
12s
4m.
Red / Black
55bar
BS EN 3
3.0
SPECIFICATION FOR EXTRA LOW VOLTAGE INSTALLATIONS
3.1
PREAMBLE TO THE SPECIFICATION
a) The contractor shall prepare working drawings and such installation diagrams, wiring drawings and schematics as
may be necessary in the Engineer's opinion. These shall be submitted to the engineer for approval before
execution of the work.
b) The contractor shall keep such records as are necessary for the Engineer to be able to complete the as-fitted
drawings upon completion of the works.
c) The contractor shall bind himself to co-ordinate his works with those of other contractors, the whole works being
scheduled according to the overall works programme prepared by and monitored by the Engineer in charge.
Page 49
3.2
GENERAL
3.2.1
Regulations
The whole of the works shall be executed to the entire satisfaction of the Engineer and shall comply with the B.S.S. /
Relevant European Norms.
3.2.2
Standard Specification
All the material used shall comply with the relevant B.S.S. / EN should the contractor quote for equipment of
different specifications he shall give a full description of the standards to which the equipment conforms.
3.2.3
Electricity Supply
The electricity supply shall be 230V 50Hz earthed neutral.
3.2.4
Other Services
The following works are covered by other sections of the specification:
(i) Provision of electrical supply points.
(ii) Laying of all necessary conduit and trunking.
3.2.5
Uniformity
All materials used under this contract shall be of uniform design throughout. Similar parts and equipment being
interchangeable.
3.2.6
Variations
In the event of additional work being required, the rates at which the work shall be paid for shall be the rates
quoted in the Bills of Quantity. Any variations shall only be admissible if they are given in writing by the Engineer
and the Client.
3.2.7
Testing and Commissioning
The contractor shall provide all the necessary instruments and labour to test the system and show its performance
to the satisfaction of the Engineer and Client. Test results shall be recorded in triplicate and signed by the Engineer
and the contractor.
3.2.8
Installation
The installation shall be carried out in low smoke PVC conduit surface mounted or concealed as specified, as well as
in galvanised trunking where indicated on the drawings. The installation in the garage shall be carried out in
galvanized conduit surface mounted.
Single strand conductors shall not be accepted. The cables used shall satisfy the specification for fire-resistant cables
and shall be of the LSZH type.
The cables used for the various installations shall be as follows:


Data installation:
Fire detection installation:
Cat 6A LSZH
Manufactured to be BS 7629, fire characteristics to BS 6387 Cat CWZ
Connections in cables shall not be allowed except at terminations and fittings unless otherwise authorized in writing
by the Engineer.
All equipment of the fire alarm detection elements, etc., shall be installed as late as possible to minimize the risk of
damage or loss and in any event not until the building work and preferably the decoration work are at an advanced
stage.
All the cables shall be clearly marked at terminations and along their length for clear identification if and when
required.
Page 50
VOLUME 4 - FINANCIAL BID
TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING
FOR MECHANICAL, ELECTRICAL AND EXTRA LOW VOLTAGE SYSTEMS FOR THE BLOCK
D, FOURTH FLOOR REFURBISHMENT AT THE JUNIOR COLLEGE, UNIVERSITY OF MALTA.
Bills of Quantities
Page 51
ITEM
1.00
1.001
1.002
1.003
1.004
1.005
1.006
1.007
1.008
1.009
DESCRIPTION
QTY
UNIT
1
L.S.
1
L.S.
1
L.S.
1
L.S.
1
L.S.
1
L.S.
1
L.S.
1
L.S.
1
L.S.
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
PRELIMINARIES
All materials to be used within this contract are to be approved prior
to delivery to site.
Prepare a risk assessment report outlining all risks involved and
measures to be taken to minimize or eliminate potential risks. The
report is to be prepared and signed by a competent person and to
be submitted within three weeks from commencement of works.
Such document has to be updated as maybe requested by the site H
& S Supervisor.
Allow for the provision of a detailed daily log of all the works and
materials and maintaining in an orderly manner in Building File.
Allow for carrying out all surveys, setting out of works, arranging
levels including the provision and erection of permanent setting out
marks of the quantity and quality as required by the Employer's
Representative. All works shall be contained or implied for in the
contract documents and including all the necessary resources,
unless included elsewhere in the Bills of Quantities.
Allow for appointing a Health and Safety Coordinator and for
complying with all local Health and Safety regulations, the safety
precautions and regulations as laid down in the contract documents
and Health and Safety Plan.
Allow for the provision of all safety personal clothing and equipment
for all the workers involved and the provision of an "on call" medical
doctor, provision and maintaining of all lifesaving equipment,
personnel, warning signage, markings, etc.
Allow for continuously keeping the site and building clean and in a
workman type condition free from debris, surplus materials and any
other type of loose matter arising from works (which include
variations to contract), which will disturb the proper conditions of
any internal and external areas, roads and/or adjoining structures.
Site Cleaning is to take place during the whole duration of works, as
instructed by the University of Malta and as per General Conditions
Art.25.
Allow for the protection at all times the whole of the Site, Works
and all underlying floors, including the provision of hoarding,
scaffolding, screens, fans, planked footways, guardrails and similar
items as required and as deemed necessary at all times by the Safety
coordinator and Project Supervisor Construction Stage (PSCS Health
& Safety). All safeguards must be taken not to damage any other
ongoing works in the premises and immediate vicinity, and
adequate protection must be allowed for in this regard. All damages
must be made good by the responsible contractor. The liability
period will remain until the satisfactory commissioning and handing
over procedures are completed. As per General Conditions Art.14,
21, 58 and 59.
Provision, maintaining and removal of all necessary first aid and
sanitary facilities, including the provision of latrine huts, etc ...
required for the proper mannered execution of the works.
Allow for mobilization and design, construction and installation of
the contractor's compound. Including offices, storing areas, shelters,
services, etc and their subsequent removal on completion of the
works, all to the approval of the Employer's representative
TOTAL CARRIED FORWARD
Page 52
ITEM
DESCRIPTION
QTY
UNIT
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL BROUGHT FORWARD
1.010
1.011
Allow for the careful disposal of hazardous waste, debris and spent
oils, and other harmful materials as to the requirement specified in
the conditions
Provision of insurance cover in the joint names of the Client and
Contractor insure the Works against loss or damage by fire, storm,
tempest, lightning, flood, earthquake, aircraft or anything dropped
there from, aerial objects, riot and civil commotion for the full
reinstatement value thereof plus 15% of all the Works executed and
all unfixed materials and goods so insured until the completion of
the Works. The Contractor shall affect a policy of insurance against
third party risks to cover an amount of not less than € 500,000.00
(Five hundred Thousand Euros) for any one accident. The policy
shall be in joint names of the Client and Contractor and shall include
cross liability clauses. In respect of liability for the death or injury to
any person employed by the Contractor and arising out of and in the
course of such person’s employment by the Contractor the amount
insured by the Contractor shall be such as to indemnify the Client
against all damages as compensation payable. The Contractor shall
comply with and be subject to the terms, exclusions, exceptions,
conditions and limitations of the insurance policies and shall bear
the amount of the retained liabilities stated therein The Contractor
shall deposit with the Client copies of the policy or policies and a
copy of the receipt in respect of premiums paid before starting the
Works
1
L.S.
1
L.S.
TOTAL FOR PRELIMINARIES on Page 69
Page 53
ITEM
DESCRIPTION
2.00
TEMPORARY INSTALLATIONS
2.001
Provision of temporary power installation. There shall be a
minimum of two point per side for a total of 4 points. Each point is
to have RCD protection and have a minimum of 3 No. single phase
16A outlets. The origin of the installation shall be from the exiting
supply and the installation shall comply with all relevant health and
safety regulations. These power points shall be used by all trades
working within the building.
Provision of a temporary lighting installation to cover all areas of the
site.
Provision of mains water points. There shall be two point per floor
which shall be used by all trades working within the building.
Removal of temporary power Installations
2.002
2.003
2.004
QTY
UNIT
1
L.S.
1
L.S
1
1
L.S.
L.S.
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL FOR TEMPORARY INSTALLATIONS on Page 69
Page 54
ITEM
3.00
3.001
3.002
3.003
3.004
3.005
3.006
3.007
3.008
3.009
3.010
3.011
3.012
3.013
3.014
3.015
3.016
DESCRIPTION
QTY
UNIT
1
26
4
3
14
8
1
3
No.
No.
No.
No.
No.
No.
No.
No.
1
26
4
3
14
1
3
No.
No.
No.
No.
No.
No.
No.
8
No.
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
i
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
FIRE ALARM & DETECTION SYSTEM
In general all the points except manual call points shall be wired with
cables clipped directly to the wall / ceiling unless otherwise
indicated. All conduit rates are none the less to be quoted for since
these may be required in some instances.,
Supply and install PVC conduit recessed in wall / galvanised conduit
surface mounted or in screed under tiles from fire alarm control
panel via galvanised trunking to the following fire alarm points.
Heat Detector
Optical Smoke Detectors
Flashing Beacon
Break glass manual call points
Internal Fire Sounder
Magnetic door release
Beam Detector and Transmitter
Key Guard
Wiring of the following fire alarm points using fire proof cable
clipped directly to the wall / ceiling as per specification
Heat Detector
Optical Smoke Detectors
Flashing Beacon
Break glass manual call points
Internal Fire Sounder
Beam Detector and Transmitter
Key Guard
Magnetic door release
TOTAL FOR FIRE ALARM & DETECTION SYSTEM on Page 69
Page 55
ITEM
QTY
UNIT
3
3
3
4
No.
No.
No.
No.
4.006
Dry powder fire extinguisher as specified
Foam Type Fire Extinguisher as specified
CO2 Fire extinguishers as specified
Fire blankets
Fire point cabinets – surface mounting to contain 3 qty fire
extinguishers, fire blankets.
Supply as fitted drawings
3
1
No.
L.S
4.007
Supply copies of as fitted drawings.
2
No.
4.00
DESCRIPTION
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
FIRE FIGHTING
Supply install and connect:
4.001
4.002
4.003
4.004
4.005
TOTAL FOR FIRE FIGHTING on Page 69
Page 56
ITEM
DESCRIPTION
5.00
DATA INSTALLATION
5.001
5.011
5.012
BLOCK D
General Data Installation
Supply and install data points via galvanized trunking and PVC
conduit chased in walls from patch panel in Level 2 to various data
points as per drawing. There shall be 1qty 25 mm conduits for a
maximum of two cables. All data cable conduit shall be 25mm
diameter.
Data Points
Supply and install data points via PVC conduit chased in walls from
central control node in floor boxes located in the class rooms to
various data points as per drawing. There shall be 1qty 25 mm
conduits for a maximum of two cables. All data cable conduit shall
be 25mm diameter.
Local Data Points
Supply one set of as fitted drawings
5.013
Supply additional sets of as fitted drawings
QTY
UNIT
108
No.
69
1
No.
Set
2
Sets
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL FOR DATA INSTALLATION on Page 69
Page 57
ITEM
6.00
DESCRIPTION
QTY
UNIT
16
1
2
No.
Set
Sets
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
ACCESS CONTROL INSTALLATION
Block D
6.001
6.002
6.003
Supply and install PVC conduit recessed in wall from
galvanised trunking to the following security points.
Access Points
Supply one set of as fitted drawings
Supply additional sets of as fitted drawings
TOTAL FOR ACCESS CONTROL INSTALLATION on Page 69
Page 58
ITEM
DESCRIPTION
QTY
7.00
SPEAKER POINT INSTALLATION
7.001
7.002
7.003
Block D
Supply and install PVC conduit recessed in wall from
galvanised trunking to the following security points.
Speaker points
Supply one set of as fitted drawings
Supply additional sets of as fitted drawings
29
1
2
UNIT
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
No.
Set
Sets
TOTAL FOR SPEAKER POINT INSTALLATION on Page 69
Page 59
ITEM
DESCRIPTION
8.00
ELECTRICAL INSTALLATION
8.001
8.002
8.003
8.004
8.005
8.006
8.007
8.008
8.009
8.010
8.011
8.012
8.013
8.014
8.015
8.016
8.017
8.018
8.019
8.020
8.021
8.022
8.023
8.024
8.025
8.026
8.027
8.028
8.029
8.030
8.031
8.032
8.033
8.034
8.035
8.036
Supply and install the following main switchgear
Supply, install and connect the following cables on cable tray, etc.
including all cleats, glands, terminal lugs etc., for a complete system.
From Existing 4th floor supply to DB-MainD (4 x 16 mm2
XLPE/SWA/LSZH)
From DB-MainD to CU01 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU02 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU03 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU04 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU05 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU06 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU07 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU08 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU09 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU10 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CU11 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to DB-CM01 (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to CMRF (3 x 6 mm2 XLPE/LSZH)
From DB-MainD to VCP-01 (3 x 6 mm2 XLPE/LSZH)
Wiring from distribution board using LSZH cable enclosed in
galvanised trunking and PVC conduit chased in wall conduit in
gypsum partition, including the supply of all LSZH cable and PVC clad
wiring accessories
From Consumer Unit CU01
3 light points on 1 switch
6 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From Consumer Unit CU02
3 light points on 1 switch
6 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From Consumer Unit CU03
3 light points on 1 switch
6 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
QTY
UNIT
20
55
55
45
45
55
60
55
70
70
80
90
30
70
70
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
1
2
4
8
5
3
1
No.
No.
No.
No.
No.
No.
No.
1
1
4
12
5
3
1
No.
No.
No.
No.
No.
No.
No.
1
1
4
12
5
3
1
No.
No.
No.
No.
No.
No.
No.
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
Page 60
TOTAL CARRIED FORWARD
ITEM
DESCRIPTION
QTY
UNIT
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL BROUGHT FORWARD
8.037
8.038
8.039
8.040
8.041
8.042
8.043
8.044
8.045
8.046
8.047
8.048
8.049
8.050
8.051
8.052
8.053
8.054
8.055
8.056
8.057
8.058
8.059
8.060
8.061
8.062
8.063
8.064
8.065
8.066
8.067
8.068
8.069
8.070
From Consumer Unit CU04
3 light points on 1 switch
6 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From Consumer Unit CU05
5 Light points on 1 switch
15 Light points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
Wiring from distribution board using LSZH cable enclosed in
galvanised trunking and PVC conduit chased in wall conduit in
gypsum partition, including the supply of all LSZH cable and pvc clad
wiring accessories
From Consumer Unit CU06
3 Light points on 1 switch
9 Light points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From Consumer Unit CU07
3 Light Points on 1 switch
6 Light points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From Consumer Unit CU08
3 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
1
1
4
10
5
2
1
No.
No.
No.
No.
No.
No.
No.
1
1
5
8
5
3
1
No.
No.
No.
No.
No.
No.
No.
1
1
4
9
5
3
1
No.
No.
No.
No.
No.
No.
No.
1
1
4
10
5
2
1
No.
No.
No.
No.
No.
No.
No.
2
3
8
3
2
1
No.
No.
No.
No.
No.
No.
Page 61
TOTAL CARRIED FORWARD
ITEM
DESCRIPTION
QTY
UNIT
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL BROUGHT FORWARD
8.071
8.072
8.073
8.074
8.075
8.076
8.077
8.078
8.079
8.080
8.081
8.082
8.083
8.084
8.085
8.086
8.087
8.088
8.089
8.090
8.091
8.092
8.093
8.094
8.095
8.096
8.097
8.098
8.099
8.100
8.101
8.102
8.103
8.104
8.105
From Consumer Unit CU09
6 Light points on 1 switch
3 Light points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From Consumer Unit CU10
6 Light Points on 1 switch
3 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From Consumer Unit CU11
2 Light Points on 1 switch
4 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
Floor Box Twin Socket Outlet
From DB-CM01
3 Light Points on 1 switch
1 light points on 1 switch
2 light points on PIR
3 Light Points on PIR
1 Light Points on PIR
2 Light points on two way switch
5 Light points on 2 way switch
3 Light points on 2 way switch
7 Light points on two way switch
13 Light points on two way switch
Emergency Light Points
Twin Socket Outlet
Single Socket Outlet
Double Pole
1
1
3
12
5
2
1
No.
No.
No.
No.
No.
No.
No.
1
1
4
13
5
2
1
No.
No.
No.
No.
No.
No.
No.
1
1
3
9
3
2
1
No.
No.
No.
No.
No.
No.
No.
4
1
2
1
6
1
2
1
1
1
32
39
12
7
No.
No.
No.
No.
No.
No.
No.
No.
No.
No.
No.
No.
No.
No.
TOTAL CARRIED FORWARD
Page 62
ITEM
DESCRIPTION
QTY
UNIT
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL BROUGHT FORWARD
8.106
8.107
8.108
8.109
8.110
8.111
8.112
8.113
8.114
8.115
8.116
8.117
8.118
8.119
8.120
8.121
8.122
8.123
8.124
8.125
8.126
8.127
8.128
8.129
8.130
8.131
8.132
8.133
Wiring from distribution board using LSZH cable enclosed in
galvanised trunking and PVC conduit chased in wall conduit in
gypsum partition, including the supply of all LSZH cable and PVC clad
wiring accessories
From DB-RF
10 Light Points on 1 switch
4 Light points on 1 switch
7 Light Points on 1 switch
3 Light Points on 1 switch
Emergency Light Points
Twin Socket Outlet
IP65 Twin Socket Outlet
IP65 Three Phase socket outlet
Supply and Install the following Distribution Boards
DB-MAIND
DB-CM01
DB-RF
Supply and Install the following Consumer Units
CU-01
CU-02
CU-03
CU-04
CU-05
CU-06
CU-07
CU-08
CU-09
CU-10
CU-11
Supply, install and connect, Wall fan Units, as specified and located
in the drawings, and including all electrical wiring and all other
accessories required for a complete installation:
High Wall Fans
Supply install and connect the following light fittings as per
specification
Type A1: Wall Mounted LED wall Type 3000 Lumens Output
Type A2: Wall Mounted LED wall Type 3000 Lumens Output c/w
power pack]
Type B1: Recessed Mounted 60x60 LED Ceiling Type 4000 Lumens
Output
Type B2: Recessed Mounted 60x60 LED Ceiling Type 4000 Lumens
Output c/w power pack
Type C1: Mounted DownLight type
1
1
2
2
1
1
3
1
No.
No.
No.
No.
No.
No.
No.
No.
1
1
1
No.
No.
No.
1
1
1
1
1
1
1
1
1
1
1
No.
No.
No.
No.
No.
No.
No.
No.
No.
No.
No.
45
No.
2
No.
1
No.
110
No.
57
24
No.
No.
TOTAL CARRIED FORWARD
Page 63
ITEM
DESCRIPTION
QTY
UNIT
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL BROUGHT FORWARD
8.134
8.135
8.136
8.137
8.138
8.139
8.140
8.141
8.142
8.143
8.144
Type D1: Recessed Mounted LED Ceiling Type 3000 Lumens Output
Type D2: Recessed Mounted LED Ceiling Type 3000 Lumens Output
c/w power pack
Type E1: Maintained emergency lights
Type E2: NonMaintained emergency lights
Microwave Presence Detector
Hand Dryers
Supply and Install Floor Boxes inc the trimming of slab as per
architect's instructions
Earthing of the installation according to IEE standards and local
Enemalta regulations.
Testing and Commissioning
Supply one set of as fitted drawings
Supply additional sets of as fitted drawings
10
No.
3
6
16
9
4
No.
No.
No.
No.
No.
10
No.
1
1
1
L.S.
L.S
Set
2
Sets
TOTAL FOR ELECTRICAL INSTALLATION on Page 69
Page 64
ITEM
DESCRIPTION
QTY
UNIT
RATE €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
9.00 CABLE CONTAINMENT INSTALLATION
9.002
Supply and install galvanised cable tray/trunking/cable basket as per
specifications and indicated on drawings c/w earth clips etc. for a
complete installation
Data: Cable Basket
300 x 100 mm
Power: Trunking
75 x 50 mm
9.003
ELV: Trunking
75 x 50 mm
9.004
9.005
9.006
Cable Tray
150 mm
Supply one set of as fitted drawings
Supply additional sets of as fitted drawings
9.001
350
m
350
m
350
m
350
1
m
Set
2
Sets
TOTAL FOR CABLE CONTAINMENT INSTALLATION on Page 69
Page 65
ITEM
DESCRIPTION
QTY
UNIT
1
No
1
No
RATE €
including Eco
Contribution
(if any) and all
other charges
as may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
10.00 VENTILATION SYSTEM
10.001
10.002
10.003
10.004
10.005
10.006
10.007
10.008
10.009
10.010
10.011
10.012
10.013
ALL EXTERNAL DUCTWORK TO BE WEATHERPROOF
Supply, install and connect the following supply/extractor fans c/w
2 silencers - one upstream and one downstream from the fan,
variable speed controllers, anti-vibration mountings, filter boxes
c/w differential pressure alarms, transformation pieces etc for a
complete system
EF-01: 1200m3/hr at 65Pa
Supply install and connect the following external weatherproof
louvers
WL01: 275 x 300 mm
Supply and install the following single curved blade type
supply/extraction grills c/w opposed blade damper
EG02: 200 x 150 mm
Supply and install the following phenolic ductwork (all external
ductwork to be weatherproof)
175 x 225 mm
100 x 175 mm
175 x 175 mm
275 x 300mm
Builders Work for any openings required
Double Pole for Fan
Fan Speed Controller
Test and commission systems
Supply one set of as fitted drawing
6
No
25
30
30
30
1
1
1
1
1
m
m
m
m
L.S
No
No
L.S
sets
Supply additional sets of as fitted drawing
2
sets
TOTAL FOR PLUMBING INSTALLATION SYSTEM on Page 69
Page 66
ITEM
DESCRIPTION
QTY
UNIT
RATE €
including Eco
Contribution
(if any) and all
other charges
as may be
applicable but
excluding VAT
TOTAL €
including Eco
Contribution (if
any) and all
other charges as
may be
applicable but
excluding VAT
11.00 DISMANTLING
Supply of the following services as required including all labour and
material for a complete service
11.001
Dismantling of existing services and any other wiring required
a) Temporary storage of material that has to be re-used in the
temporary installation or the new permanent installation
1
L.S.
B) Transport of material to storage site as instructed by the client /
contractor.
c) Carting away of all the other material that is no longer required
after inspection by the engineer in charge and the Client
d) The safe disconnection of all electrical supplies for the safe
working during the works on site.
e) The safe disconnection of all electrical supplies for the safe
working during the civil works phase on the site, if any
TOTAL FOR DISMANTLING on Page 69
Page 67
SCHEDULE OF RATES
1.
FOR LABOUR EMPLOYED ON DAYWORK
The Contractor shall insert below the category of labour together with the appropriate "all inclusive" rates which he
considers may be required for use on Daywork and that will apply up the expiration of the Defects Liability period.
LABOUR CATEGORY
WORKING DAY
HOURLY RATE
€
WORK BEYOND
WORKING DAY
HOURLY RATE
€
MASON
LABOURER
PLUMBER
MECHANICAL FITTER
ASSISTANT MECHANICAL FITTER
ELECTRICAL FITTER
ASSISTANT ELECTRICAL FITTER
WELDER
METAL WORKER
PAINTER
PLASTERER
DRAIN LAYER
Page 68
SCHEDULE OF RATES
II.
FOR PLANT USED ON DAYWORK
The Contractor hall insert below in respect of all items of Plant, which he considers, may be required for use on Daywork
together with the appropriate "all inclusive" rate per hour that will apply up to the expiration of the Defects Liability period.
LABOUR CATEGORY
WORKING DAY
HOURLY RATE
€
WORK BEYOND
WORKING DAY
HOURLY RATE
€
COMPACTOR
DUMPER
MECHANICAL SHOVEL
CONCRETE MIXER
TRUCK (10 TON)
COMPRESSOR
PIPE BENDING MACHINE
PNEUMATIC DRILL/ JACK
HAMMER
WATER PUMP
STEEL CUTTING MACHINE
PNEUMATIC DRILLING
WELDING EQUIPMENT
TRENCHER
AND OTHER TOOLS
Page 69
TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION,
TESTING AND COMMISSIONING FOR MECHANICAL, ELECTRICAL AND EXTRA LOW
VOLTAGE SYSTEMS FOR THE BLOCK D, FOURTH FLOOR REFURBISHMENT AT
THE JUNIOR COLLEGE, UNIVERSITY OF MALTA.
Summary
Amount (€)
(including Eco Contribution (if
any) and all other charges as
may be applicable but
excluding VAT)
Bill 1 Preliminaries
Bill 2 Temporary Installations
Bill 3 Fire Alarm & Detection Systems
Bill 4 Fire Fighting
Bill 5 Data Installation
Bill 6 Access Control & Installation
Bill 7 Speaker Installation
Bill 8 Electrical Installation
Bill 9 Cable Containment Installation
Bill 10 Ventilation System
Bill 11 Dismantling
Grand Total


The successful bidder shall be bound to conform in all respects with VAT legislation and regulations.
The awarded contact will include a 20% contingency.
Signature: ...................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date: ....................................................................
Page 70
VOLUME 5 – DRAWINGS
Design Documents, including Drawings
Section 5.1
List of drawings attached
No
Name
Drawing No
Date No
1.
Fire Detection Installation Layout
Block D
JC.04.FD.02
14th December 2015
2.
Fire Fighting Installation Layout Block D
JC.04.FF.02
14th December 2015
3.
Power Installation Layout Roof Level
JC.R.PWR.01
14th December 2015
4.
Power Installation Layout Block D
JC.04.PWR.02
14th December 2015
5.
ELV Installation Layout Block D
JC.04.ELV.02
14th December 2015
6.
Lighting Installation Layout Roof Level
JC.R.LI.01
14th December 2015
7.
Lighting Installation Layout Block D
JC.04.LI.02
14th December 2015
8.
Electrical Schematic Diagram
JC.S.ESC.02
14th December 2015
9.
Trunking Installation Layout Block D
JC.04.TR.02
14th December 2015
11.
Ventilation Installation Layout Block D
JC.04.VNT.02
14th December 2015
Page 71
Section 5.2
List of design documents available – Not Applicable
No
Designer
Design No
Design name
Date
1.
2.
3.
4
Page 72
Drawing Ref. JC.04.FD.02
Page 73
Drawing Ref. JC.04.FF.02
Page 74
Drawing Ref. JC.R.PWR.01
Page 75
Drawing Ref. JC.04.PWR.02
Page 76
Drawing Ref. JC.04.ELV.02
Page 77
Drawing Ref. JC.R.LI.01
Page 78
Drawing Ref. JC.04.LI.02
Page 79
Drawing Ref. JC.S.ESC.02
Page 80
Drawing Ref. JC.04.TR.02
Page 81
Drawing Ref. JC.04.VNT.02
Page 82
Download