UM1987 TENDER FOR ENVIRONMENTALLY FRIENDLY FINISHING WORKS FOR LECTURE THEATRES AT UNIVERSITY OF MALTA Date Published: 22nd March 2016 Closing Date: 13th April 2016 at 10:00am CET Cost of the Tender Document: €50 IMPORTANT: No Bid Bond is requested for this tender Clarifications shall be uploaded and www.um.edu.mt/procurement will be available to view/download from 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 B. TENDER DOCUMENTS ...................................................................................... 5 10. Content of Tender Document ......................................................................................................... 5 11. Explanations/Clarification Notes Concerning Tender Documents ............................................. 5 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) ............................................................................... 6 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 ................................................................................. 8 23. Sealing and Marking of Tenders ..................................................................................................... 8 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 ............................................................... 9 27. Opening of Tenders.......................................................................................................................... 9 28. Secrecy of the Procedure ................................................................................................................ 9 29. Clarification of Tenders ................................................................................................................ 10 30. Tender Evaluation Process ............................................................................................................ 10 31. Correction of Arithmetical Errors ................................................................................................ 10 F. CONTRACT AWARD ....................................................................................... 11 32. Criteria for Award .......................................................................................................................... 11 33. Right of the University of Malta To Accept Or Reject Any Tender .......................................... 11 34. Notification of Award, Contract Clarifications ........................................................................... 11 35. Contract Signing and Performance Guarantee ........................................................................... 12 36. Commencement of Works (Order To Start Works) ..................................................................... 12 G. MISCELLANEOUS .......................................................................................... 12 37. Ethics Clauses ................................................................................................................................. 12 38. Data Protection and Freedom of Information ............................................................................ 13 39. Gender Equality ............................................................................................................................. 13 VOLUME 1 SECTION 2 – TENDER FORM .................................................................. 14 VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – (Not Applicable for this tender) ...... 18 Annex To Tender Guarantee Form – Not Applicable for this tender .............................................. 19 VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ................................................... 20 1. Statement on Conditions of Employment ................................................................................... 20 Page 1 2. Statement - List of Tools, Plant and Equipment (where applicable) ........................................ 21 3. Literature/List of Samples .............................................................................................................. 22 4. Declaration of conformity with the GPP criteria .................................................................... 23 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 VOLUME 2 SECTION 3 – SPECIAL CONDITIONS ......................................................... 29 VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE ................................... 35 VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not Applicable for this tender .................................................................................................... 36 VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this Tender37 VOLUME 3 - TECHNICAL SPECIFICATIONS ............................................................... 38 VOLUME 4 - FINANCIAL BID ................................................................................ 59 VOLUME 5 – DRAWINGS ..................................................................................... 68 List of drawings attached .................................................................................................................... 68 ~~~~~~~~~~~~~~~ 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), a 16.1(c), 16.1(d) and 16.1(e)(ii) of these Instructions to Tenderers. Such rectification/s must be submitted within five (5) working days from notification, and will be subject to a non-refundable administrative penalty of €50: failure to comply shall result in the tender offer not being considered any further. No rectification shall be allowed in respect of the documentation as outlined in sub-Clause 16.1(e)(i) and 16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted information in respect of the latter may be eventually requested. 1.3 This is a unit-price contract. 1.4 The tenderer will bear all costs associated with the preparation and submission of the tender. The University of Malta will in no case be responsible or liable for such costs, whatever the conduct or outcome of the procedure. 1.5 The University of Malta retains ownership of all tenders received under this tender procedure. Consequently, tenderers have no right to have their tenders returned to them. 2. Timetable DATE Clarification Meeting/Site Visit TIME* Not Applicable --------- Deadline for request for any additional information from the Contracting Authority Monday, 4th April 2016 5.15pm Last date on which additional information are issued by the University of Malta Thursday, 7th April 2016 5.15pm Wednesday, 13th April 2016 10:00am Wednesday, 13th April 2016 10.15am (Refer to Clause 9.2) Deadline for submission of tenders (unless otherwise modified in terms of Clause 11.3) Tender opening session (Refer to clause 27.1) * All times Central European Time (CET) Page 3 3. Lots 3.1 This tender is not divided into lots, and tenderers must submit an offer for all of the items. Nevertheless, the University of Malta reserves the right of accepting any tender wholly or in part, or of dividing the contract among two or more tenderers. 4. Financing 4.1 The project is financed from local budget funds. 4.2 The beneficiary of the financing is the University of Malta. 5. Eligibility 5.1 Participation in tendering is open on equal terms to all natural and legal persons of the Member States of the European Union, the beneficiary country, any other country in accordance with Regulation 76 of the Public Procurement Regulations. 5.2 Natural persons, companies or undertakings who fall under any of the conditions set out in Regulation 50 of the Public Procurement Regulations, 2010 (Legal Notice 296 of 2010) may be excluded from participation in and the award of contracts. Tenderers or candidates who have been guilty of making false declarations will also incur financial penalties representing 10% of the total value of the contract being awarded. 5.3 Tenders submitted by companies forming a joint venture/consortium must also fulfil the following requirements: One partner must be appointed lead partner and that appointment confirmed by submission of powers of attorney signed by legally empowered signatories representing all the individual partners. The tender must include a preliminary agreement or letter of intent stating that all partners assume joint and several liability for the execution of the contract, that the lead partner is authorised to bind, and receive instructions for and on behalf of, all partners, individually and collectively. All partners in the joint venture/consortium are bound to remain in the joint venture/consortium until the conclusion of the contracting procedure. The consortium/joint venture winning this contract must include the same partners for the whole performance period of the contract other than as may be permitted or required by law. 5.4 All materials, equipment and services to be supplied under the contract must originate in an eligible country. For these purposes, "origin" means the place where the materials and/or equipment are mined, grown, produced or manufactured and/or from which services are provided. 6. Selection Criteria 6.1 In order to be considered eligible for the award of the contract, tenderers must provide evidence that they meet or exceed certain minimum qualification criteria described hereunder. In the case of a joint venture, the joint venture as a whole must satisfy the minimum qualifications required below. 6.1.1 No evidence of economic and financial standing is required. 6.1.2 Information about the tenderer's technical capacity. (An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for the execution of the contract, for example, by producing an undertaking by those entities to place the necessary resources at the disposal of the economic operator.) This information must follow the forms in Volume 1, Section 4 of the tender documents and include: a statement of the tools, plant and equipment available (where applicable) to the contractor for carrying out the contract. (Volume 1, Section 4 – Statement 2) Literature/List of Samples Page 4 Declaration of conformity with the GPP Data concerning sub-contractors and the percentage of works to be sub-contracted: i) The maximum amount of sub-contracting must not exceed 50% of the total contract value. ii) 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. B. TENDER DOCUMENTS 10. Content of Tender Document 10.1 The set of tender documents comprises the following documents and should be read in conjunction with any clarification notes issued in accordance with Clause 24: Volume 1 Volume 2 Volume 3 Volume 4 Volume 5 Instructions to Tenderers Draft Letter of Acceptance General Conditions (available online from http://contracts.gov.mt/en/Resources/Pages/Resources.aspx) Special Conditions Technical Specifications Model Financial Bid/Bill of Quantities Drawings 10.2 Tenderers bear sole liability for examining with appropriate care the tender documents, including those design documents available for inspection, and any clarification notes to the tender documents issued during the tendering period, and for obtaining reliable information with respect to conditions and obligations that may in any way affect the amount or nature of the tender or the execution of the works. In the event that the tenderer is successful, no claim for alteration of the tender amount will be entertained on the grounds of errors or omissions in the obligations of the tenderer described above. 10.3 The tenderer must provide all documents required by the provisions of the tender document. All such documents, without exception, must comply strictly with these conditions and provisions and contain no alterations made by the tenderer. 11. Explanations/Clarification Notes Concerning Tender Documents 11.1 Tenderers may submit questions in writing to the University of Malta through: sending an email to tenders.procurement@um.edu.mt through www.um.edu.mt/procurement/contact fax number +356 21314307 up to 9 calendar days before the deadline for submission of tenders, that is up to Monday 4th April 2016. Page 5 The University of Malta must reply to all tenderers' questions, and amend the tender documents by publishing clarification notes, up to at least 6 calendar days before the deadline for submission of tenders. 11.2 Questions and answers, and alterations to the tender document will be: published as a clarification note on the website of the University of Malta (www.um.edu.mt/procurement/service/tender) within the respective tender’s page, under the subheading “Tender Document & Clarifications (if any)”. sent to all prospective bidders by e-mail. Tenderers who do not collect a hard copy from the Procurement Directorate are to register their respective contact details at tenders.procurement@um.edu.mt so that any clarifications/communications pertaining to this tender procedure will be communicated to them in due time as per tender document. The University of Malta shall not be held responsible for any misdemeanour if this condition is not adhered to. Clarification notes will constitute an integral part of the tender documentation, and it is the responsibility of tenderers to visit this website and be aware of the latest information published online prior to submitting their Tender. 11.3 The University of Malta may, at its own discretion, as necessary and in accordance with Clause 24, extend the deadline for submission of tenders to give tenderers sufficient time to take clarification notes into account when preparing their tenders. 12. Labour Law 12.1 Particular attention is drawn to the conditions concerning the employment of labour in Malta and the obligation to comply with all regulations, rules or instructions concerning the conditions of employment of any class of employee. 13. Law 13.1 By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese Law, and are deemed to know all relevant laws, acts and regulations of Malta that may in any way affect or govern the operations and activities covered by the tender and the resulting contract. C. TENDER PREPARATION 14. Language of Tenders 14.1 The tender and all correspondence and documents related to the tender exchanged by the tenderer and the University of Malta must be written in English. 14.2 Supporting documents and printed literature furnished by the tenderer may be in another language, provided they are accompanied by an accurate translation into English. For the purposes of interpretation of the tender, the English language will prevail. 15. Presentation of Tenders 15.1 Tenders must satisfy the following conditions: (a) (b) (c) (d) 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. 16. Content of Tender (Single-Envelope System) 16.1 The tender must comprise the following duly completed documents, inserted in a single, sealed Page 6 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(Note 1) NOT APPLICABLE FOR THIS TENDER (b) General/Administrative Information(Note 2) (i) Proof of Purchase of tender document (Receipt) (ii) Statement on Conditions of Employment (Volume 1, Section 4) i) ii) iii) (c) Selection Criteria Financial and Economic Standing(Note 2) (Not applicable for this Tender) (d) (i) Technical Capacity(Note 2) (i) Information about the tenderer's technical capacity (Volume 1, Section 4) (e) (i) (ii) Evaluation Criteria/Technical Specifications (i) Tenderer’s Technical Offer in response to specifications (Volume 3)(Note 3) (ii) Literature/List of Sample & GPP Forms(Note 2) (f) Financial Offer/Bill of Quantities(Note 3) (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 excluding VAT; (iii) Breakdown of the overall price, in the form provided in Volume 4 (Bill of Quantities); Notes to Clause 16.1: 1. Tenderers will be requested to clarify/rectify, within five working days from notification, the tender guarantee only in the following two circumstances: either incorrect validity date, and/or incorrect value. 2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete documentation, and/or submit any missing documents within five working days from notification. 3. No rectification shall be allowed. Only clarifications on the submitted information may be requested. Tenderers must indicate where the above documentation is to be found in their offer by using an index. All documentation is to be securely bound/filed. Tenderers are NOT required NOR expected to submit, with their offer, any components of the tender document except those specifically mentioned in Clause 16. 17. Tender Prices 17.1 The tender price must cover the whole of the works as described in the tender documents. 17.2 The tenderer must provide a breakdown of the overall price in Euro (€). 17.3 Tenderers must quote all components of the price inclusive of taxes, customs and import duties and any discounts BUT excluding VAT. VAT shall be paid in accordance with the applicable VAT Regulations. Except as may otherwise be provided for in the contract, no payment will be made for items which have not been costed. 17.4 Different options are to be clearly identifiable in the technical and financial submission; a separate Tender Form (as per Volume 1, Section 2) marked ‘Option 1’, ‘Option 2’ etc. for each individual option clearly outlining the price of the relative option, is to be submitted. 17.5 If the tenderer offers a discount, the discount must be absorbed in the rates of the Bill of Quantities/Financial Statement. 17.6 The prices for the contract must include all of the works to be provided. The prices quoted are fixed and not subject to revision or escalation in costs, unless otherwise provided for in the Special Page 7 Conditions. 18. Currencies of Tender and Payments 18.1 The currency of the tender is the Euro (€). All sums in the breakdown of the overall price, in the questionnaire and in other documents must be expressed in Euro (€), with the possible exception of originals of bank and annual financial statements. 18.2 Payments will be made upon certification of works by the Contracting Authority, based on the invoice issued by the Contractor, in accordance with the timeframes, terms and conditions of the contract. 18.3 All correspondence relating to payments, including invoices and interim and final statements must be submitted as outlined in the contract. 19. Period of Validity of Tenders 19.1 Tenders must remain valid for a period of 150 days after the deadline for submission of tenders indicated in the contract notice, the tender document or as modified in accordance with Clauses 11.3 and/or 24. Any tenderer who quotes a shorter validity period will be rejected. 19.2 In exceptional circumstances the University of Malta may request that tenderers extend the validity of tenders for a specific period. Such requests and the responses to them must be made in writing. A tenderer may refuse to comply with such a request without forfeiting his tender guarantee (Bid Bond). However, his tender will no longer be considered for award. If the tenderer decides to accede to the extension, he may not modify his tender. 19.3 The successful tenderer must maintain his tender for a further 60 days from the date of notification of award. 20. Tender Guarantee (Bid Bond) 20.1 No tender guarantee (bid bond) is required. 21. Variant Solutions 21.1 No variant solutions will be accepted. Tenderers must submit a tender in accordance with the requirements of the tender document. 22. Preparation and Signing of Tenders 22.1 All tenders must be submitted in one original document. Tenders must comprise the documents specified in Clause 16 above. 22.2 The tenderer’s submission must be typed in, or handwritten in indelible ink. Any pages on which entries or corrections to his submission have been made must be initialled by the person or persons signing the tender. All pages must be numbered consecutively by hand, machine or in any other way acceptable to the University of Malta. 22.3 The tender must contain no changes or alterations, other than those made in accordance with instructions issued by the University of Malta (issued as clarification notes) or necessitated by errors on the part of the tenderer. In the latter case, corrections must be initialled by the person signing the tender. 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 Page 8 University of Malta – Msida MSD 2080 Tel: 23402212/3; Fax: 21314307 Tenders submitted by any other means will not be considered. 23.2 Tenderers must seal the original tender as outlined in Clause 15. 23.3 If the outer envelope is not sealed and marked as required in Sub clause 15.1, the University of Malta will assume no responsibility for the misplacement or premature opening of the tender. 24. Extension of Deadline for Submission of Tenders 24.1 The University of Malta may, at its own discretion, extend the deadline for submission of tenders by issuing a clarification note in accordance with Clause 11. In such cases, all rights and obligations of the University of Malta and the tenderer regarding the original date specified in the contract notice will be subject to the new date. 25. Late Tenders 25.1 All tenders received after the deadline for submission specified in the contract notice or these instructions will be kept by the University of Malta. The associated guarantees will be returned to the tenderers. 25.2 No liability can be accepted for late delivery of tenders. Late tenders will be rejected and will not be evaluated. 26. Alterations and Withdrawal of Tenders 26.1 Tenderers may alter or withdraw their tenders by written notification prior to the above deadline. No tender may be altered after the deadline for submission. 26.2 Any notification of alteration or withdrawal must be prepared, sealed, marked and submitted in accordance with Clause 23, and the envelope must also be marked with "alteration" or "withdrawal". 26.3 The withdrawal of a tender in the period between the deadline for submission and the date of expiry of the validity of the tender will result in forfeiture of the tender guarantee provided for in Clause 20. 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. Page 9 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 Departmental Contracts Committee (DCC), request rectifications in respect of incomplete/non-submitted information pertinent to the documentation as outlined in sub-Clause 16.1(a), 16.1(b),16.1(c),16.1(d) and 16.1(e)(ii) of these Instructions to Tenderers. Such rectification/s must be submitted within five (5) working days from notification, and will be subject to a non-refundable administrative penalty of €50: failure to comply shall result in the tender offer not being considered any further. No rectification shall be allowed in respect of the documentation as outlined in sub-Clause 16.1(e)(i), and 16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted information in respect of the latter may be eventually requested. 30.3 Part 2: Eligibility and Selection Compliance Tenders which have been considered administratively compliant shall be evaluated for admissibility as outlined below: (i) Eligibility Criteria Tender Form (Volume 1, Section 2) (ii) Selection Criteria 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; Page 10 (b) where there is a discrepancy between a unit price and the total amount derived from the multiplication of the unit price and the quantity, the unit price as quoted will prevail. 31.2 The amount stated in the tender will be adjusted by the Evaluation Committee in the event of error, and the tenderer will be bound by that adjusted amount. In this regard, the Evaluation Committee shall seek the prior approval of the Departmental Contracts Committee to communicate the revised price to the tenderer. If the tenderer does not accept the adjustment, his tender will be rejected and his tender guarantee forfeited. 31.3 When analysing the tender, the evaluation committee will determine the final tender price after adjusting it on the basis of Clause 31.1. F. CONTRACT AWARD 32. Criteria for Award 32.1 The sole award criterion will be the price. The contract will be awarded to the cheapest priced tender satisfying the administrative and technical criteria. 33. Right of the University of Malta To Accept Or Reject Any Tender 33.1 The University of Malta reserves the right to accept or reject any tender and/or to cancel the whole tender procedure and reject all tenders. The University of Malta reserves the right to initiate a new invitation to tender. 33.2 The University of Malta reserves the right to conclude the contract with the successful tenderer within the limits of the funds available. It can decide to reduce the scope of works or to ask for a discount from the cheapest compliant tenderer. 33.3 In the event of a tender procedure's cancellation, tenderers will be notified by the University of Malta. If the tender procedure is cancelled before the outer envelope of any tender has been opened, the sealed envelopes will be returned, unopened, to the tenderers. 33.4 Cancellation may occur where: (a) the tender procedure has been unsuccessful, namely where no qualitatively or financially worthwhile tender has been received or there has been no response at all; (b) the economic or technical parameters of the project have been fundamentally altered; (c) exceptional circumstances or force majeure render normal performance of the project impossible; (d) all technically compliant tenders exceed the financial resources available; (e) there have been irregularities in the procedure, in particular where these have prevented fair competition. In no circumstances will the University of Malta be liable for damages, whatever their nature (in particular damages for loss of profits) or relationship to the cancellation of a tender, even if the University of Malta has been advised of the possibility of damages. The publication of a contract notice does not commit the University of Malta to implement the programme or project announced. 34. Notification of Award, Contract Clarifications 34.1 Prior to the expiration of the period of validity of tenders, the University of Malta will notify the successful tenderer, in writing, that his tender has been recommended for award by the Departmental Contracts Committee, pending any appeal being lodged in terms of Part XIII of the Public Procurement Regulations (being reproduced in Volume 1, Section 6). 34.2 Unsuccessful bidders shall be notified with the outcome of the evaluation process, and will be provided the following information: (i) (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); Page 11 (vi) the deposit required if lodging an appeal. 34.3 The recommendations of the Evaluation Committee and the Department Contracts Committee shall be published on the Notice Board of the University of Malta, Procurement Directorate, Administration Building, 2nd Floor, and published online on the University of Malta’s website, www.um.edu.mt/procurement/service/tender under the respective tender page. 35. Contract Signing and Performance Guarantee 35.1 After the lapse of the appeals period, and pending that no objections have been received and/or upheld, the successful tenderer may be invited to clarify certain contractual questions raised therein. Such clarification will be confined to issues that had no direct bearing on the choice of the successful tender. The outcome of any such clarifications will be set out in a Memorandum of Understanding, to be signed by both parties and incorporated into the letter of acceptance. 35.2 Within 7 calendar days of receiving the letter of acceptance (against acknowledgment of receipt) from the University of Malta, the successful tenderer will sign a copy of the Letter of Acceptance and date the Letter of Acceptance and return it to the University of Malta with the performance guarantee and the Financial Identification Form (if applicable). 35.3 Before the University of Malta sends the Letter of Acceptance to the successful tenderer, the successful tenderer may be requested to provide the documentary proof or statements required to show that it does not fall into any of the exclusion situations listed in Clause 7 of the Tender Form (Volume 1, Section 2). The above mentioned documents must be submitted by every member of a Joint Venture/Consortium (if applicable). 35.4 If the selected tenderer fails to sign and return the copy of the Letter of Acceptance, other required documentation, and any guarantees required within the prescribed 7 calendar days, the University of Malta may consider the acceptance of the tender to be cancelled without prejudice to the University of Malta's right to seize the guarantee, claim compensation or pursue any other remedy in respect of such failure, and the successful tenderer will have no claim whatsoever on the University of Malta. The tenderer whose tender has been evaluated as [second cheapest/second most economically advantageous] may be recommended for award, and so on and so forth. 35.5 Only the signed Letter of Acceptance will constitute an official commitment on the part of the University of Malta, and activities may not begin until the contract has been signed both by the University of Malta and the successful tenderer. 35.6 Tender guarantees (bid bonds) provided by tenderers who have not been selected shall be released within 30 calendar days from the signing of the contract. The tender guarantee of the successful tenderer shall be released on the signing of the contract, and on submission of a valid performance guarantee. 35.7 The performance guarantee referred to in the General Conditions is set at 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 Page 12 candidacy or tender and may result in administrative penalties. 37.2 Without the University of Malta's prior written authorisation, the Contractor and his staff or any other company with which the Contractor is associated or linked may not, even on an ancillary or sub-contracting basis, supply other services, carry out works or supply equipment for the project. This prohibition also applies to any other programmes or projects that could, owing to the nature of the contract, give rise to a conflict of interest on the part of the Contractor. 37.3 When putting forward a candidacy or tender, the candidate or tenderer must declare that he is affected by no potential conflict of interest, and that he has no particular link with other tenderers or parties involved in the project. 37.4 The Contractor must at all-time act impartially and as a faithful adviser in accordance with the code of conduct of his profession. He must refrain from making public statements about the project or services without the Contracting Authority's prior approval. He may not commit the Contracting Authority in any way without its prior written consent. 37.5 For the duration of the contract, the Contractor and his staff must respect human rights and undertake not to offend the political, cultural and religious morals of Malta. 37.6 The Contractor may accept no payment connected with the contract other than that provided for therein. The Contractor and his staff must not exercise any activity or receive any advantage inconsistent with their obligations to the Contracting Authority. 37.7 The Contractor and his staff are obliged to maintain professional secrecy for the entire duration of the contract and after its completion. All reports and documents drawn up or received by the Contractor are confidential. 37.8 The contract governs the Parties' use of all reports and documents drawn up, received or presented by them during the execution of the contract. 37.9 The Contractor shall refrain from any relationship likely to compromise his independence or that of his staff. If the Contractor ceases to be independent, the University of Malta may, regardless of injury, terminate the contract without further notice and without the Contractor having any claim to compensation. 37.10 The tender(s) concerned will be rejected or the contract terminated if it emerges that the award or execution of a contract has given rise to unusual commercial expenses. Such unusual commercial expenses are commissions not mentioned in the main contract or not stemming from a properly concluded contract referring to the main contract, commissions not paid in return for any actual and legitimate service, commissions remitted to a tax haven, commissions paid to a recipient who is not clearly identified or commissions paid to a company which has every appearance of being a front company. 38. Data Protection and Freedom of Information 38.1 Any personal data submitted in the framework of the procurement procedure and/or subsequently included in the contract shall be processed pursuant to the Data Protection Act (2001). It shall be processed solely for the purposes of the performance, management and follow-up of the procurement procedure and/or subsequent contract by the University of Malta/Contracting Authority without prejudice to possible transmission to the bodies charged with a monitoring or inspection task in conformity with National and/or Community law. 38.2 The provisions of this contract are without prejudice to the obligations of the University of Malta in terms of the Freedom of Information Act (Cap. 496 of the Laws of Malta). The University of Malta, prior to disclosure of any information to a third party in relations to any provisions of this contract which have not yet been made public, shall consult the contractor in accordance with the provisions of the said Act, pertinent subsidiary legislation and the Code of Practice issued pursuant to the Act. Such consultation shall in no way prejudice the obligations of the University of Malta in 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 Page 13 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. VOLUME 1 SECTION 2 – TENDER FORM (A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted) UM1987: TENDER FOR ENVIRONMENTALLY FRIENDLY FINISHING WORKS FOR LECTURE THEATRES AT UNIVERSITY OF MALTA. A. TENDER SUBMITT (This will be included in the Summary of Tenders Received) ED BY: In case of a Joint Venture/Consortium: Nationality Proportion of Name(s) of Leader/Partner(s) Responsi bilities2 1 Leader Partner 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 contracted be sub- Name and details of sub-contractors Value of subcontracting as percentage of the total cost 3 Experience in similar works (details to be specified) 1 2 (.) 3. The maximum amount of sub-contracting must not exceed [50%] of the total contract value. The main contractor must have the ability to carry out at least [50%] of the contract works by his own means. NOTE TO COMPILER: THIS SECTION IS TO BE REMOVED/MARKED NOT APPLICABLE IF NO SUB-CONTRACTING IS ALLOWED. LIAISE WITH DOC B CONTACT PERSON (for this tender) Name Telephone Surname (____) ________________________ Fax (____) ________________________ Page 14 Address ............................................................................................................... ............................................................................................................... ............................................................................................................... E-mail 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 UM1987 of [22/03/2016]. 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 Bill Bill Bill A: Preliminaries B: Internal Plastering & Decoration Works C: Suspended False Ceiling & Plaster Board Walls D: Acoustic Panel 3 We confirm that the Grand Total Price of our tender (inclusive of duties, other taxes/charges, EcoContribution (if any) and any discounts but excluding VAT) is according to the Grand Total on the Summary of the Bill of Quantities on page 65 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 Page 15 experts who have been involved in preparing this project or engage such personnel as advisers in the preparation of our tender. 10 We will inform the University of Malta immediately if there is any change in the above circumstances at any stage during the implementation of the contract. We also fully recognise and accept that any false, inaccurate or incomplete information deliberately provided in this application may result in our exclusion from this and other contracts funded by the Government of Malta and the European Communities. 11 Our tender submission has been made in conformity with the Instructions to Tenderers, and in this respect we confirm having included in the appropriate packages as required, the following documentation: (a) Tender Guarantee (Note 1) o Bid Bond NOT APPLICABLE FOR THIS TENDER (b) General Information (Note 2) o Proof of Purchase (Receipt) o Statement on Conditions of Employment (c) Selection Criteria (Note 2) Financial and Economic Standing (Note 2) NOT APPLICABLE FOR THIS TENDER (d) Technical Capacity (Note 2) o Proof of Technical Capacity (e) Evaluation Criteria/Technical Specifications ● Tenderer’s Technical Offer(Note 3) o Literature /List of Samples & GPP Form (Note 2) (f) Tender Form, and Financial Offer/Bill of Quantities (Note 3) Notes: 1. Tenderers will be requested to clarify/rectify, within five working days from notification, the tender guarantee only in the following two circumstances: either incorrect validity date, and/or incorrect value. This is indicated by the symbol ○. 2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete documentation, and/or submit any missing documents within five working days from notification. This is indicated by the symbol ○. 3. No rectification shall be allowed. Only clarifications on the submitted information may be requested. This is indicated by the symbol ● 12 I acknowledge that the Central Government Authority and/or Contracting Authority shall request rectifications in respect of incomplete/non-submitted information pertinent to the documentation listed in Clause 11(a), 11(b), 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:_________________________________________ Page 16 Company/Lead Partner VAT No: (if applicable) _________________________________________ Stamp of the firm/company: Place and date: _________________________________________ _________________________________________ Page 17 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] (Here in after 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 18 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 19 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 20 2. Statement - List of Tools, Plant and Equipment (where applicable) Publication reference: UM1987 In line with Article 6.1.2 of the Instructions to Tenderers, please indicate the tools, plant and equipment necessary to carry out the work. Tools, plant or technical Equipment 1. 2. 3. 4. 5. 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: Item Description 1.1 Mineral fibreboard soffit ceiling 600mm x 600mm panels 1.2 Acoustic ceiling clouds in wave form, (1220mm x 760mm tile) 1.3 Acoustic Panels 1.4 Any GPP documents/certificates requested Reference in Technical Specifications Volume 3 - Technical Specifications Item 3.8 Volume 3 - Technical Specifications Item 3.10 Volume 3 - Technical Specifications Item 3.9 Volume 3 - Technical Specifications 2. List of samples to be submitted with the tender: Item 2.1 2.2 2.3 Description Reference in Technical Specifications Mineral fibreboard soffit ceiling 600mm x 600mm panels Acoustic ceiling clouds in wave form, (1220mm x 760mm tile) Volume 3 - Technical Specifications Item 3.8 Volume 3 - Technical Specifications Item 3.10 Volume 3 - Technical Specifications Item 3.9 Acoustic Panels SAMPLES SHOULD BE CLEARLY MARKED WITH THE NAME OF TENDERER AND TENDER NUMBER. SAMPLES SHOULD BE DELIVERED TO THE ESTATE & WORKS DEPARTMENT, UNIVERSITY OF MALTA BEFORE THE CLOSING DATE AND TIME OF THE TENDER. Signature: .................................................................... (the person or persons authorised to sign on behalf of the tenderer) Date: .................................................................... Page 22 4. Declaration of conformity with the GPP criteria I declare that all the following substances will not be used during paintwork: Products which contain sulphur hexafluoride (SF6). Indoor paints and varnishes with a content of solvents (volatile organic compounds(VOCs) with a boiling point of 250°C maximum) higher than: - For wall paints (according to EN 13300): 30 g/l (minus water). - For other paints with a spreading rate of at least 15 m²/l at a hiding power of 98% opacity: 250 g/l (minus water). - for all other products (including paints that are not wall paints and that have a spreading rate of less than 15m2/l, varnishes, wood stains, floor coatings and floor. paints, and related products): 180g/l (minus water) Name: …………………………………………………………… Signature: ................................................... (the person or persons authorised to sign on behalf of the tenderer) Date: .................................................................. Page 23 VOLUME 1 SECTION 5 – GLOSSARY Definitions Note: the present definitions are given here for convenience only, in the context of the tender procedure. The definitions set out in the contract as concluded are determining for the relations between the parties to the contract. Administrative order: Any instruction or order issued by the Engineer to the Contractor in writing regarding the execution of the works. Breakdown of the overall price: A heading-by-heading list of the rates and costs making up the price for a lump sum contract. University of Malta: means the Department of Contracts Contracting Authority: means the final beneficiary Conflict of interest: Any event influencing the capacity of a candidate, tenderer or supplier to give an objective and impartial professional opinion, or preventing him, at any moment, from giving priority to the interests of the University of Malta and the Contracting Authority. Any consideration relating to possible contracts in the future or conflict with other commitments, past or present, of a candidate, tenderer or supplier, or any conflict with his own interests. These restrictions also apply to sub-contractors and employees of the candidate, tenderer or supplier. Contract value: The total value of the contract to be paid by the Contracting Authority in terms of the agreed terms and conditions. Contractor: The successful tenderer, once all parties have signed the contract. Day: Calendar day. Dayworks: Varied work inputs subject to payment on an hourly basis for the Contractor's employees and plant. Defects Notification Period: The period stated in the contract immediately following the date of provisional acceptance, during which the Contractor is required to complete the works and to remedy defects or faults as instructed by the Engineer. Drawings: Drawings provided by the Contracting Authority and/or the Engineer, and/or drawings provided by the Contractor and approved by the Engineer, for the carrying out of the works. Engineer's representative: Any natural or legal person, designated by the Engineer as such under the contract, and empowered to represent the Engineer in the performance of his functions, and in exercising such rights and/or powers as have been delegated to him. In this case, references to the Engineer will include his representative. Equipment: Machinery, apparatus, components and any other articles intended for use in the works Evaluation committee: a committee made up of an odd number of voting members (at least three) appointed by the University of Malta and possessing the technical, linguistic and administrative capacities necessary to give an informed opinion on tenders. Final acceptance certificate: Certificate(s) issued by the Engineer to the Contractor at the end of the defects notification period stating that the Contractor has completed his obligations to construct, complete, and maintain the works concerned. Final Beneficiary: The Department/Entity or other government body on whose behalf the Department of Contracts has issued this tender. Foreign currency: Any currency permissible under the applicable provisions and regulations other than the Euro, which has been indicated in the tender. 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). Page 24 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 forty-seven thousand euro (€47,000) and one hundred and twenty thousand euro (€120,000) shall be 0.5% of the estimated value of the tender, with a minimum deposit of four hundred euro (€400). The letter by the complaining tenderer shall be affixed on the notice board of the contracting authority and shall be brought to the attention of the recommended tenderer. (4) After the expiry of the period allowed for the submission of a complaint, the contracting authority shall deliver the letter of complaint, the deposit receipt and all documents relating to the public contract in question to the Review Board who shall examine the matter in a fair and equitable manner. In its deliberation the Review Board shall have the authority to obtain, in any manner it deems appropriate, any other information not already provided by the contracting authority. The Review Board shall determine the complaint by upholding or rejecting it. The written decision of the Review Board shall be affixed on the notice board of the contracting authority and copies thereof shall be forwarded to the Director of Contracts and all the parties involved. (5) The tenderer or candidate concerned who is not satisfied with the decision granted by the Review Board may refer the matter to the Court of Appeal (Inferior Jurisdiction) in terms of article 41(6) of the Code of Organization and Civil Procedure within a period of sixty days. Such recourse however may not delay the Head of the contracting authority from implementing the Review Board’s decision. (6) Tender documents issued in terms of this Part shall include a clause informing tenderers that the award of the contract is subject to the right of recourse as provided for in this regulation, a copy of which should be reproduced in the documents. (7) The Minister shall have the authority by order to extend the provisions of this regulation in order that recourse as provided in this regulation be made available also by authorities listed in Schedule 3 and to prescribe the procedure by which such recourse is to be granted. Page 26 VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE Our Ref: EB/eb/_______ [……………………………………..] [……………………………………..] [……………………………………..] [……………………………………..] [……………………………………..] Attn [……………………………………..] [……………………………………..] Dear Sirs, UM1987 - TENDER FOR ENVIRONMENTALLY FRIENDLY FINISHING WORKS FOR LECTURE THEATRES AT UNIVERSITY OF MALTA This is to inform you that your Tender, dated the [……………………………………..], for the above mentioned goods in caption, made under the abovementioned Call for Tenders, has been accepted by the University of Malta in full compliance with the General Conditions of Contract that were attached to the Tender Documents. As undertaken by your good selves in the tender you are to render finishing works as per tender specifications within [……………………………………..] weeks, for a sum of [……………………………………..] exclusive 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 Works 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 5: Supervisor and Supervisor's representative i) The Supervisor (and/or Architect in charge) and Supervisor's representative (and/or Architect in charge as delegated), shall have the power, during the course of the work, to order the contractor to remove from the site any materials which are considered to be of an inferior quality. He shall also have the power to order the removal and a proper re-execution of any work executed with the rejected materials in a manner contrary to the spirit of the specifications. Such orders shall be carried out by the contractor at his own expense. ii) In case of default on the part of the contractor to carry out such orders, the Supervisor (and/or Architect in charge) and Supervisor's representative (and/or Architect in charge 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 Architect in charge 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 Architect in charge, 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 Architect in charge 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 Page 29 of the Supervisor (and/or Architect in charge) and Supervisor's representative (and/or Architect in charge as delegated). Such order shall be complied with immediately the contractor shall not be entitled to any extra payment, compensation or extension of time for the completion on account of such suspension as per (iii) of this Clause. Article 8: Supply of Documents As per General Conditions Article 10: Assistance with Local Regulations The contractor shall comply with and fulfil all obligations imposed by Act 19 of the Police Laws and shall give all notices, obtain all permits; pay all fees that may be lawfully demanded by Public Offices in respect of works and complies with all requirements of the law and lawful authority. The contractor shall be responsible for the satisfactory working of the complete installation to the entire satisfaction of the Engineer as regards workmanship, materials, execution and maintenance within the guarantee periods specified and shall be responsible for compliance with all Statutory and Local Regulations and for compliance with all the tests required by the Engineer and all tests required by Enemalta Corporation. Article 11: The Contractor’s Obligations Without prejudice to the Contents of Articles 11.1 to 11.10 of the General Conditions:The Contractor will be responsible for the safety of the works (including the materials and plant) until they are taken possession of by the University and shall stand the risk and be responsible for and must with all possible speed make good, all damage caused by accident, weather, storm or any other causes at his own expense. The Contractor must cover up and protect from damage from any cause, all new work. He must supply protection from the whole of the works executed and any damage caused must be made good by the contractor at his own expense. The work shall be carried out in accordance with the directions and to the satisfaction of the architects, specifications and Schedule of Quantities and such further drawings and directions as may from time to time be given by the architects or supplied by the contractor as part of this contract. If the work shown on any such direction be in the opinion of the contractor, extra to that comprised in the specifications he shall, before proceeding with such work, give notice to this effect to the architects, but if no notice is given to the architects before the execution of the work, the contractor shall have no claim to any extra payment in respect thereof. Article 13: Performance Guarantee The value of the Performance Guarantee is 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 14: Insurance a) All risks insurance: The contractor is to insure in the joint names of the Contracting Authority, the works against loss and damage by fire, storm tempest, lightning, floods, earthquake, aircraft or anything dropped there from aerial objects, riot and civil commotion for the full value thereof plus 15% of all the works executed and all unfixed materials intended for, delivered to or placed on or adjacent to the works and shall keep such works, materials so insured until the completion of the works. b) Third party insurance: Without in any way limiting his responsibility under paragraph (a) above, the contractor shall effect a policy of insurance against the risks mentioned therein to cover an amount of not less than €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 Page 30 liabilities clauses. Article 15: Performance Programme (Timetable) As per General Conditions Article 17: Contractor’s Drawings Seven calendar days before intended commencement of any works the Contractor shall furnish such working drawings or information, as the architect and architect in charge shall require. Article 18: Tender Prices The tendered rates shall be inclusive of all work as specified, as well as any other works that are of a contingent or indispensable nature for completing the work in its entirety. The rates shall be inclusive of all materials necessary, profits and payments of Customs Duty and Landing charges on all imported goods, taxes, ECO contribution, all hire of plant and machinery required as also all transport of materials to the site of works and so on, but excluding VAT. Tenderers are to give rates as quoted for. No claims arising from lack of ascertaining the site condition shall be entertained. The tendered rates shall be fixed rates and no allowance will be made for fluctuations in rates and prices or for any increase or decrease in the cost of labour and/or materials and other costs mentioned under Clause 18.1. Article 22: Interference with Traffic As per General conditions Article 25: Demolished Materials 25.1 As per General conditions 25.4 As per General conditions Article 26: Discoveries 26.2 As per General conditions 26.3 As per General conditions Article 28: Soil Studies 28.1 As per General conditions Article 30: Patents and Licences 30.1 As per General conditions Article 31: Commencement Date Following the signature of the Letter of Acceptance, the Contractor will be notified in writing to commence works on site. As soon as possession of the site is given to the Contractor, he shall proceed with the works and complete same as soon as possible. It is essential that the whole of this work be completed at the earliest possible. Should there be no queries from the Contractor, the necessary work shall proceed and be completed as soon as possible, respecting the deadlines specified in Article 15 above. Article 32: Period of execution of task 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 34: Delays in Execution 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 Page 31 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 35: Modifications 35.1/2 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. 35.3 Final measurements of all the works carried out shall be prepared within four (4) weeks after the works are completed and paid according to the applicable rates detailed in the Bill of Quantities. Article 37: Work Register 37.1 As per General conditions Article 38: Origin 38.1 As per General conditions Article 39: Quality of Works and Materials a) All materials required for the completion of the works specified shall be provided by the contractor. b) The work is to be carried out in the best customary practice and the architect in charge is to be satisfied that the quality of the materials conforms to that specified herein. c) The contractor shall provide without extra charge all labour and equipment required by the architect in charge of testing, measuring or proving the efficiency of any of the materials used or of any portion or portions of the completed works. d) The Contractor shall guarantee the works that he has carried out, for a Minimum period of twelve months after completion, against defective materials and all workmanship Article 40: Inspection and Testing 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 43: Payments: General Principles 43.1 (a) Payments shall be made in Euro, up to 95% of the certified works carried out, with 5% being kept as retention money. (b) Payments shall be made by the University of Malta. 43.3 The payment terms referred to under the relative Clause of the General Conditions particular to this tender state that payment shall be effective within a reasonable period time. This should be taken to mean that payment is to be effected within 60 days from the date of receipt of the invoice or request for goods delivered, services rendered of work carried out to the satisfaction of the Head of Department or his representative. 43.4 Whenever the 30-day period is mentioned in this article, it is deemed to be 60 days. Article 44: Pre-financing Not Applicable to this Tender Article 45: Retention Monies The balance of 5% of the contract sum retained as per Article 43.1 above, will be retained for the duration of the defects liability period as stipulated in Article 39 (d) above and will only be refunded if defective work, if any, had been made good to the satisfaction of the architects, the Project Manager and/or the Page 32 Supervisor of the Contracting Authority. Article 46: Price Revision 46.1 No price revisions are allowed. 46.3 Prices contained in the Contractor's tender shall be deemed: a) to have been determined on the basis of the conditions in force 30 days prior to the latest date fixed for submission of tenders or, in the case of direct agreement contracts, on the date of the contract; b) to have taken account of the legislation and the relevant tax arrangements applicable at the reference date fixed in Article 46.3(a). 46.4 In the event of changes to, or introduction of, any national or state statute, ordinance, decree or other law, or any regulation or bye-law of any local or other public authority, after the date stated in Article 46.3 which causes a change in the contractual relationship between the parties to the contract, the Contracting Authority and the Contractor shall consult on how best to proceed further under the contract, and may as a result of such consultation decide, with the prior approval of the Central Government Authority: a) b) c) 46.5 to modify the contract; or to provide for compensation for any imbalance caused by one Party to the other; or to terminate the contract by mutual agreement. In the event of a delay in the execution of the works for which the Contractor is responsible, or at the end of the period of performance revised as necessary in accordance with the contract, there shall be no further revision of prices within the 30 days before provisional acceptance, except for the application of a new price index, if this is to the benefit of the Contracting Authority. Article 47: Measurement 47.2 Final measurements of all the works carried out shall be prepared within a reasonable period after the works are completed and paid according to the applicable rates detailed in the Bill of Quantities. Article 48: Interim Payments 48.1 In line with article 48. 1 of the General Conditions, an interim certificate of payment may be issued at intervals of not less than one month and not more than three months intervals against invoices from the Contractor. Article 50: Delayed Payments The period quoted in Article 50.1 of the General Conditions may be subject to change according to the particular needs of the Department Once the deadline laid down in Article 50.1 has expired, the Contractor may, within two months of late payment, claim late-payment interest: [Malta Funds] A contractor would become entitled to the payment of interest at 2% over the rate of interest established by the European Central Bank for that particular period. By way of exception, when the interest calculated in accordance with this provision is lower than or equal to €200, it shall be paid to the Contractor only upon a demand submitted within two months of receiving late payment. Article 53: End Date [Malta Funds] Article 53 of the General Conditions is not applicable. Article 56: Partial Acceptance Page 33 56.1 Not Applicable Article 57: Provisional Acceptance As per General Conditions Article 58: Maintenance Obligations 58.6 The Contractor shall replace at his expense any work, which is proven to be defective even after completion, up to a maximum of two (2) years. Article 66: Dispute Settlement by Litigation Any dispute between the Parties that may arise during the performance of this contract and that has not been possible to settle otherwise between the Parties shall be submitted to the arbitration of the Malta Arbitration Centre in accordance with the Arbitration Act (Chapter 387) of the Laws of Malta. This law is based on “Model Law” which is the Model Law on International Commercial Arbitration adopted on June 21, 1985 by the United Nations Commission on International Trade Law reproduced in the First Schedule of the Arbitration Act. Page 34 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 abovementioned 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 35 VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not Applicable for this tender (LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE) Director of Procurement Procurement Directorate Administration Building Msida MSD2080 Malta [Date] [Tender Reference] Dear Sir, We the undersigned, [name, company name, address], hereby declare that we will guarantee, as principal debtor, to [University of Malta's name and address] on behalf of [Contractor's name and address], the payment of [indicate the amount], corresponding to the guarantee mentioned in Article 44 of the Special Conditions without dispute, on receipt of a first written request from the beneficiary. We further agree that no change or addition to or other modification of the terms of the contract or of the works to be performed thereunder or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee. We hereby waive notice of any such change, addition or modification. The guarantee will enter into force and take effect from the [indicate the date of payment of the prefinancing] and shall be valid until the equivalent value of [works/services/supplies] has been certified by the University of Malta. We note that you will release the guarantee and notify us of the fact at the latest within thirty days of this date. Done at ………….., ../../.. Name and first name: …………………………… On behalf of: ………………… Signature: …………….. [stamp of the body providing the guarantee] Page 36 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 37 VOLUME 3 - TECHNICAL SPECIFICATIONS Note: Where in this tender document a standard is quoted, it is to be understood that the Contracting Authority will accept equivalent standards. However, it will be the responsibility of the respective bidders to prove that the standards they quoted are equivalent to the standards requested by the Contracting Authority. 3.1. General Tender For Environmentally Friendly Finishing Works For Lecture Centre At University Of Malta The Contractor shall when so instructed and within twelve calendar days from the date of issue of the Letter of Acceptance, submit any samples requested for the approval of the Project Manager. Note: All dimensions given in this specification are approximate and a + or – 100mm tolerance will be given in the sizes but not in the thickness (some thickness may be specified in the item description). It is very important that prospective bidders submit ALL the technical literature regarding ALL the items to be offered. All literature is to be clearly labelled showing proposed model numbers cross referenced to the individual items in the Bills of Quantities (where applicable). 3.1.1. The Contractor shall maintain the site in a clean, sound and secure condition throughout the Works, in order to ensure that no access to the Site by unauthorized persons is possible. Access to the Site shall be controlled from the South boundary, via a hinged double leaf access gate, complete with padlocks, and 5 No. sets of keys. 3.1.2. The Contractor shall submit a programme of works and a detailed project management plan, taking into account the specifications, general site management practices, and the general health and safety procedures indicated below. It shall also indicate access points, order of working, etc. Such construction management plan may be subject to formal approval by the relevant authorities, and the Contractor will be required to conform strictly to the plan. Any deviations from an approved construction management plan will be financially penalised by the relevant authorities, and the Contractor shall be solely responsible for such financial penalties. 3.1.3. The Site consists of existing lecture rooms, offices and ancillary facilities constructed in globigerina limestone masonry walls and reinforced concrete slabs. The disturbance of the adjacent areas of the campus shall be kept to an absolute minimum; permission shall be requested for any trees, or agricultural soil, that needs to be removed. The main access to the Site is envisaged to be from the south boundary, where there is direct contact to the arterial road – Triq Dun Karm It shall not be allowed for the Contractor to affect any soil area beyond that strictly necessary for his works. 3.1.4. The Works are described in the drawings attached to this document. Additional drawings shall be issued during the progress of the Works, and these drawings shall be deemed to form part of the Works. In addition, the Contractor may be required to submit detailed “shop” drawings, wherever required in these specifications or specifically requested by Engineer, which drawings shall, after due approval, be deemed to form part of the Works. 3.1.5. The Contractor shall be required to erect stout fencing around the areas to be protected, in order to ensure that no damage to the designated areas occurs during, and as a result of, the excavation works. The fencing shall be erected where and as instructed by the Engineer. 3.1.6. All samples shall be supplied by the Contractor at his own cost if the supply thereof is clearly intended by or provided for in the Contract. Samples and technical details, as listed below, shall be submitted by the Contractor for approval of the Engineer. All samples and submissions shall be labelled clearly, with the name of the sub-contractor, supplier and manufacturer, as applicable, and the reference as per list below. No work shall be carried out in connection with the list below, unless the necessary approvals of the submittals have been received. Approved samples shall be used as controls for the Works. 3.2. General Site Management Practices Page 38 3.2.1. Storage areas for materials, plant and waste shall not be allowed within the site. The Contactor must clean regularly and keep the site in an orderly manner. 3.2.2. The disposal of hazardous waste shall be carried out in accordance with procedures approved by the Environmental Protection Department. Sanitary waste shall be disposed of chemically. 3.2.3. Burning of waste plastics and wood on site shall not be allowed. 3.2.4. Waste oils shall be collected in accordance with national regulations, and other construction waste disposed of in accordance with the indications of the Environmental Protection Department. 3.2.5. Any activities producing dust shall be strictly controlled, and measures such as spraying with water shall be used to ensure that the emitted dust is minimised. Dust-laden materials shall be removed from the site, and transported through public thoroughfares, only after thorough watering before leaving the site. Dust covers, properly secured along all sides, shall be used on all open-topped vehicles used for the transportation of rubbish from the site. 3.2.6. The Contractor shall take all the necessary steps to ensure that the external areas and access roads, and in particular the University ring-road, are left clean and tidy during all stages of the work. 3.2.7. All plant shall be operated with any doors closed, and shall be fitted with silencers and noise suppressors. All plant and site operations will be required to conform to BS5228 – Part 1 or EN Equivalent. 3.2.8. Chemical drums shall be stored on impervious surfaces in designated bonded areas. Oil tanks shall be similarly stored. The bunds shall have a capacity equal to 10% of the volume of the largest drum. The bunds shall have no drains, and provision shall be made for the pumping out rain-water. Filling and vent pipework shall be located inside the bund. The bunds shall be available for inspection. Empty drums shall be stored in a similar fashion, in separate areas, and shall be safely disposed of in accordance with the arrangements made with the Environmental Protection Department. 3.2.9. Oil drip trays shall be used under small static plant, such as pumps and compressors. These trays shall be open to inspection and, spent oil shall be disposed of in accordance with the arrangements made with the Environmental Protection Department. 3.2.10. Specific procedures in the event of oil or chemical spillage shall be developed in conjunction with the Environmental Protection Department. Spillage control kits shall be available in an accessible area on site, and some workers shall be trained in the use of such kits. The Contractor shall be responsible for reporting such occurrences to the relevant authorities. 3.2.11. The Contractor shall take all necessary procedures to control energy use on site. Site lighting shall be as much as possible, low energy, or energy-efficient, light fixtures. 3.2.12. The Contractor shall be responsible for liaison and co-operation with the appropriate authorities, in connection with any permits required for the execution of the Works. The Contractor shall abide strictly with all instructions or guidelines issued by MEPA, ADT, the Police, and other relevant authorities, in connection with site management, construction traffic, environmental protection, and all other aspects concerning the finishing works. 3.2.13. Upon the issue of any Taking-Over certificate, the Contractor shall clear away and remove from that part of the site to which such Taking-Over certificate relates, all Contractor’s Equipment, surplus material, rubbish and Temporary Works of every kind, and leave such part of the Site and Works clean and in a workmanlike condition to the satisfaction of the Engineer. Provided that the Contractor shall be entitled to retain on Site, until the Defects’ Liability Period, such materials, Contractor’s Equipment and Temporary Works as required by him for the purpose of fulfilling his obligations during the Defect’s Liability Period. 3.3. General Health and Safety Provisions 3.3.1. This specification does not replace the contractor’s legal responsibility to provide and maintain safe working conditions in accordance with current Maltese Occupational Health and safety Legislation, namely LN 36 of 2003, LN 281 of 2004 and other subsidiary legislation and regulations. The Contractor shall be required to nominate a competent person for the appointment of Project Supervisor at Execution Stage. 3.3.2. The National Code of Practice for Health and Safety shall be adopted throughout the construction phase of the Project. Without prejudice to the foregoing, the Contractor shall be required to conform to the requirements of the same Legal Page 39 Notice, and in particular with the requirements of Art. 8, and of Schedule IV. The Contractor shall prepare a Health & Safety Plan with the following objectives: (a) to identify the hazards associated with the construction process, (b) to identify procedures to reduce the hazards to a minimum, and (c) to establish procedures to be adopted in the case of accidents. The Contractor shall be responsible for continuously updating the Health & Safety Plan, for ensuring that all sub-contractors and employees know, and comply with, safety rules, for excluding unauthorized persons from the work area, for displaying notices of work, for keeping and updating the Building File, and for ensuring the necessary health and safety training of the employees. He shall also be responsible for notifying all relevant authorities. 3.3.3. The Contractor shall be required to provide unmanned first aid facilities on the site, and to respect designated emergency access routes, or as otherwise instructed by the Engineer. 3.3.4. The Building File shall contain information on the relative risks of construction work. The Building File shall contain all design information, and all information related to the materials and elements supplied to the Site, as well as that information added during the construction phase, such as “as-built” information, details of proposed programmes, certificates for plant and equipment in use, and details of significant hazards or work sequences. The Building File shall be submitted to the Engineer at the end of the Works. 3.3.5. The following provisions shall be made, without limiting in any way, other provisions that the Contractor may deem necessary in order to render the Site and the Work safe: i) ii) iii) iv) v) vi) The Site of Works shall be fenced in, using secure fencing, to prevent unauthorised access to the active work areas. A Notice, giving information on the specific hazards, and on the availability of emergency assistance, shall be clearly displayed in a position such that it can be read by those working on site and those affected by the site. Routes for the movement of vehicular traffic and plant, within the work site, and immediately surrounding the work site shall be clearly delineated. These routes shall be separated from the areas subject to overhead movements. Routes for access for emergency vehicles, and for emergency evacuation of the Site, shall also be delineated. Concrete barriers shall be used to isolate routes for heavy vehicles and plant from pedestrian routes. Existing services, both overhead and underground, within the work site, and immediately surrounding the work site, shall be identified, and the respective utility companies contacted for information. Special attention shall be given to lifting, slewing and overhead handling operations to avoid public access areas. The Contractor shall be responsible for ensuring that all persons on the Site, whether the Contractor’s employees or otherwise, wear the necessary personal protective clothing at all stages in accordance with regulations. The Engineer shall have the right to send away any of the Contractor’s employees, or of his Sub-Contractors, or otherwise doing work on the site, if they do not comply with this requirement. 3.3.6. The following general hazards during the finishing works have been identified. The Contractor shall be required to take appropriate risk mitigation measures: (i) (ii) (iii) (iv) (v) (vi) Workers hit by, or trapped by, plant adjacent to demolition areas; Electrocution from buried/overhead electricity services; Workers falling from unstable platforms; Noise and dust production as a result of demolition, scrabbling and cutting; Workers crushed by collapse of demolished material, particularly during overhead transport; and Spillage of dust/contaminated water from work-site to the sea. Risk mitigation measures include: a) b) c) d) e) f) Clear delineation of plant movement areas; Double checks on possible existence of buried services – clear delineation of known services; Provision of sturdy work platforms; Use of plant with limited noise emission; Periodic wetting of demolition area to reduce dust emission; and Establishing clear procedural rules during overhead material handling – enforcement of hard hats. 3.3.6.1 Workers shall be provided with, and shall wear the following personal protective clothing and equipment: Page 40 a) safety helmets or hard hats to protect the head from injury resulting from falling or flying objects, or from striking against objects or structures; b) goggles, a screen, a face shield or other suitable device when likely to be exposed to eye or face injury from airborne dusts or flying particles, dangerous substances, harmful heat, light or other radiation, and in particular during welding, flame cutting, rock drilling, concrete mixing or other hazardous work; c) protective gloves and suitable protective clothing to protect hands or the whole body when exposed to heat radiation or while handling hot, hazardous or other substances which might cause injury to the skin; d) footwear of an appropriate type when employed at places where there is the likelihood of exposure to adverse conditions, or of injury from falling or crushing objects, hot or hazardous substances, sharpedged tools or nails; e) respiratory protective equipment, suitable for the particular environment, when workers cannot be protected against airborne dust, vapours or gases by ventilation or other means; f) waterproof clothing and head coverings when working in adverse weather conditions; and g) Safety harnesses with independently secured lifelines where protection against falls cannot be provided by other appropriate means. 3.3.6.2 Finishing works will be restricted to those periods recognised and permitted by local regulations and legislation. Any works outside the permitted hours are to be by prior approval of the project manager . 3.3.7. The Contractor shall provide safe, sufficient and suitable storage for any flammable liquids, solids and gases such as liquefied petroleum, gas cylinders and paints. Storage areas for flammable liquids, solids and gases shall be rendered secure against trespassers. Smoking shall be prohibited and “No smoking” notices of appropriate design and shape shall be prominently displayed in all spaces containing readily combustible or flammable materials. Combustible material such as scrap wood or plastics, oily/greasy waste, sawdust or packing material shall not be allowed to accumulate in places of work, but should be kept in closed metal containers in a safe place. 3.3.8. The Contractor shall ensure that all work platforms, false work and scaffolding are of sturdy construction, certified, and securely attached to solid parts of the structure, or of the ground, complete with guard-rails, toe rails, secure ladders etc... 3.3.9. Scaffolding shall be erected by qualified personnel and inspected regularly. Scaffolding shall be properly designed, constructed, erected and maintained so as to prevent collapse or accidental displacement when properly used. Scaffolds shall be designed for their maximum load and with a safety factor of at least 4 times their maximum load. The maximum loading capacity of the scaffolding, as specified by the supplier or erector, shall be indicated on the scaffolding, and shall not be exceeded at any stage. Lifting appliances shall be securely attached to mountings; all lifting appliances shall be certified to be in a proper working condition. Fixed lifting gear shall be installed by competent personnel, and certified to be in a proper working condition. Fixed lifting gear shall be located in such a way that the operator can either see over the zone of operations or be capable of communicating with all loading and unloading points. 3.3.10. Scaffolds shall be provided with safe means of access, such as stairs, ladders or ramps. Ladders shall be secured against inadvertent movement. Scaffolds shall be adequately braced or strutted to prevent collapse. Scaffolds, which are not intended to be independent, shall be rigidly connected to the building at suitable vertical and horizontal distances. The foot or base of any standard or upright shall be placed on an adequate base plate in a manner to prevent slipping or sinking. Loose bricks, drainpipes or other unsuitable material shall not be used for the construction or support of any part of a scaffold. No scaffold shall be partly dismantled and left so that it is capable of being used, unless it continues to be safe for use. 3.3.11. When necessary to prevent danger from falling objects, working platforms, gangways and stairways of scaffolds shall be provided with overhead screens of adequate strength and dimensions. Scaffolding materials shall not be thrown from scaffolds or from heights. Other materials shall only be thrown from scaffolds or a height where the landing area has been designated, protected, appropriate notices displayed and is under the supervision of a person on a landing level. Page 41 3.3.12. Adequate precautions shall be taken to protect any person who might be injured by the fall of materials, tools or equipment being raised or lowered. Such precautions may include fencing, barriers, or the appropriate utilization of look-out men. Guys, stays or supports shall be used where required to prevent danger; alternatively other effective precautions shall be taken to prevent the collapse of structures or parts of structures that are being erected, maintained, repaired, dismantled or demolished. 3.3.13. Mobile towers shall be equipped with wheels fixed to the scaffold, turned outwards to provide maximum base dimensions and with wheel brakes which are to be kept locked when the tower is in use. Mobile towers shall not be moved while persons or materials are on the top platform. The ratio of height to base width in the case of mobile towers used outdoors shall be of 3:1, but, in the case of free-standing mobile towers, the height shall not exceed 9.6m. 3.3.14. Every effort shall be made to confine crane arcs to within the site periphery. Should crane rotation arcs extend beyond the site perimeter approval shall be sought from the Project Manager. When the erection of cranes is located in areas under the jurisdiction of public authorities and entities the Contractor shall ensure that all necessary permits, fees, protection and safety provisions are in place and at no additional expense. 3.3.15. After the completion of works, the contractor should leave site free from plant, debris and unwanted materials. 3.3.16. Security of neighbouring property should be considered. Care should be taken not to leave scaffolding and ladders or any conditions, which facilitate access to neighbouring property. 3.3.17. The Contractor will follow a "good housekeeping" policy at all times. This will include, but not necessarily be limited to, the disposal of rubbish and waste at adequate intervals. 3.3.18. The contractor should comply with the EU Directive 2002/49/EC relating to the assessment and management of environment. Before works on site are commenced, the contractor will be required to submit to the project manager for approval the following information; a) a method statement (in accordance with the principle described in BS 5228) stating precisely the type of plant to be used and the proposed noise control methods, b) a programme of work indicating the noise intensity and the location for each activity on the programme, c) documentation from the manufactures literature establishing the sound power levels of the plant. d) Calculations of Lden and peak levels at specified buildings, when so requested. 3.3.19. Vehicles and mechanical plant used for the purpose of the works shall be fitted with effective exhaust silencers and maintained in good and efficient working order and operated in such a manner as to minimise noise emissions. 3.3.20. For each item of plant used in the works, the values quoted in the relevant EC Directive should not be exceeded. 3.3.21. Plant muffling should be in accordance with the recommendations set out in BS 5228:1997. 3.3.22. Compressors should be fitted with properly lined and sealed acoustic covers, which should be kept, closed whenever in use. 3.3.23. Pneumatic percussive tools should be fitted with mufflers or silencers of the type recommended by the manufacturers. 3.3.24. Plant, machinery and equipment shall be switched off when not in use and isolated before any major adjustment, cleaning or maintenance is performed. Where trailing cables or hose pipes are used they shall be kept as short as practicable, be mechanically protected and not be allowed to create a safety hazard. 3.3.25. Mobile high pressure compressor plants and equipment shall be examined, tested and certified annually by a mechanical engineer having a warrant to practice his profession. Portable compressors shall be fitted with a double adjustable tow-bar and jockey wheel. When the plant/equipment is in operation, wheel chocks shall be installed. The wheels must be fitted with brakes which are operated automatically via a handbrake for parking purposes. Only competent persons shall operate and maintain such plant and equipment. 3.3.26. All cranes used on site shall be certified by a warranted mechanical engineer, in accordance with the regulations issued by the Health and Safety Section of the Department of Labour, every 6 months; copies of the certificates shall be sent to the Project Manager. Further measures shall be taken to protect cranes against the effects of bad weather and lightning. Failure to comply or to update these certificates will lead to an automatic penalty. Page 42 3.3.27. All manual tools, pneumatic tools, electrical tools, concrete mixing equipment, compressors, etc. shall be suitable for the work to be carried out, shall conform to approved standards and regulations, shall be safe and such that they can be operated without risk to health. They shall be provided with protective guards, shields or other devices as appropriate, which shall be maintained regularly and equipped, where applicable, with an extract dust system which shall be as close as possible to source of the dust, and which sucks away from the breathing zone, not through it. They shall be fitted with shock absorbing materials AND fitted with noise control protection devices at source to reduce as much noise exposure as possible. 3.3.28. All vehicles and handling plant shall be certified to be in a proper working order, and shall be operated by trained personnel. All vehicles and plant shall be properly maintained, and any faults rectified or repaired promptly. All vehicles and handling equipment shall be equipped with acoustic signalling devices, with power and hand brakes, with reversing alarms in addition to the normal lights, and with silencers. 3.3.29. All operators of construction equipment shall receive basic training in the Code of Practice provisions. Drivers of heavy machinery shall be over 21 years of age, and shall have followed an approved course in relation to the equipment to be used or driven. 3.3.30. Care should be taken when loading or unloading vehicles or dismantling scaffolding or moving materials etc. to reduce impact noise. 3.3.31. The delivery and collection of skips in noise sensitive areas will be restricted to specified hours. 3.3.32. Noise emission levels from the plant/equipment must conform to approved standards, for example as stipulated in E.U. Directive 84/553/EEC. The exhaust system from the engine must be fitted with a residual silencer. 3.3.33. Sound levels will be monitored according to the methods set out in Annex E of BS 5228:1997 Part l. All measurements shall be made on a sound level meter (currently calibrated) complying with BS EN 60651:1994, Specification for Sound Level Meters. A programme of noise monitoring by a suitably qualified specialist will be agreed between the Contractor and the Project Manager. The noise limits to be applied to a site are those set out in BS5228. 3.3.34. Areas within the Site, which are liable to become slippery, because of oil or other causes, shall be regularly cleaned up, or strewn with sand or sawdust. A suitable “housekeeping” programme shall be established, and be continuously implemented on the Site. It shall include provisions for the proper storage of materials and equipment, and for the removal of scrap, waste and debris at appropriate intervals. Loose materials that are not required for use shall not be placed or allowed to accumulate on the site, so as to obstruct means of access to, and egress from, places of work and passageways. 3.3.35. All openings through which workers are liable to fall shall be kept effectively covered or fenced and marked in the most appropriate manner. Guard-rails and toe-boards shall be provided to protect workers from falling from elevated workplaces; alternatively, adequate safety nets or safety sheets shall be erected, made fast and maintained, or adequate safety harnesses shall be provided and used. Hoist shafts shall be enclosed with rigid panels or adequate fencing at ground level on all sides. 3.3.36. Any temporary electrical installation on the Site shall meet the requirements of the IEE Regulations for Electrical Installations, and of the Enemalta Regulations. In particular, IEE Regulations para. 604, and specifically, the following the regulations shall be applied:a) b) c) d) e) 604-03, Protection for Safety; 604-04, TN System — (an IT System of supply shall not be used); 604-08-03, Provision of RCD; 604-09, All switchgear must be P55; 604-10, No wiring system shall have strain placed on the termination of conductors; No cable shall be run across access roads where cranes and other earth- moving equipment shall be passing; and f) 604-11, Isolation and switching. 3.3.37. The above shall not apply to any site offices, meeting rooms, changing rooms etc., where the general provisions of the Regulations shall apply. Page 43 3.3.38. Any temporary electrical installation shall be certified by an independent warranted electrical engineer every 3 months and the certificate shall be affixed in a prominent position next to the Main Temporary Switchboard. Failure to comply, or to update this certificate, will lead to an automatic penalty. 3.3.39. Stockpiles shall aim to minimise the effects of attrition and wind action. They shall be sited and shaped to minimise the potential for dust generation. Handling operations shall be kept to a minimum and materials must be deposited onto the stockpile from the minimum practicable height without causing obstruction to lighting to adjacent property. The surface of long-term stockpiles shall be stabilised. 3.3.40. The Contractor should take all necessary precautions to prevent the occurrence of smoke emissions or fumes from site plant or stored fuel oils for safety reasons and to prevent such emissions or fumes drifting into residential areas. In particular, plant should be well maintained and measures taken to ensure that they are not left running for long periods when not in use. 3.3.41. All works and activities including Emergency Works shall be regulated by all Statutory Laws and Regulations especially the Code of Practice Laws - Chapter 10 and any other relevant regulation. The Contractor shall be solely responsible for the procurement of all the necessary permits and licenses and shall ensure that all conditions laid therein are observed and abided by at all stages of the contract. 3.3.42. Tenderers are advised to visit the site to ascertain for themselves the working conditions and access to the site together with conditions limiting loading and unloading of material. The University campus access routes may, at no time whatsoever, be obstructed from free flow of traffic. No extra claims will be accepted on site conditions. 3.3.43. Tenderers are reminded that at no time whatsoever may they block the entrance and exit to the University. The road and ground surfaces and pavement must be respected and if damaged it must be replaced at the Contractor's expense. 3.4. Introduction 3.4.1. Avoidance of Nuisance Works are to be carried out in such a manner as to cause no damage by vibration or other cause to the remaining structure and adjacent buildings and as little inconvenience as possible to adjoining owners of the public. The contractor will be held responsible for any claims which arise from the disregard of this clause. Debris is to be sprinkled with water to prevent dust arising and all proper screens and protection provided to the satisfaction of the Perit. 3.4.2. Artificial and Temporary Lighting Power and Safety measures The contractor is to carry out all necessary work and obtain the necessary permits to provide all artificial lighting and power required for the proper execution of the works (including safety-lights on any hoarding or gantries projection on to or over the public road and/or footpath) and is to pay all charges in connection therewith. The contractor is to make all necessary arrangements with all relevant authorities to ensure that works be carried out without any danger to workmen and third parties. He/she shall also be responsible for any traffic deviations necessary during the duration of the works, and shall erect all temporary signs as required by law, and/or as directed by the Perit in charge, to the entire satisfaction of all authorities concerned. All such arrangements, together with all scaffolding, works shall comply to all relevant Occupational, Health and Safety acts, or any other codes, laws or regulations being in force at the time of work. Employer reserves the right to request from contractor a valid certification from a recognized Occupational Health and Safety Authority for works, scaffolding, machines, etc., used on site. 3.4.3. Reinstate and Make Good All work is to be carried out without damage to the remaining parts of the structure or adjoining property and if such damage shall occur during the course of works the contractor shall reinstate and make good the same at his/her own expense. All making out and making good is to be executed with materials and workmanship to match in every respect the surrounding work and is to be properly bonded thereto. 3.4.4. Public Footways The contractor shall be responsible for maintaining and upholding the public roadway and footpaths and shall be responsible for, and make good any damage caused to same. 3.4.5. Insurance Page 44 The contractor shall insure and indemnify the Employer against all claims by third parties and for all injury to workmen or others. 3.4.6. Coins, Antiquities, etc Any coins or antiquities found on the site are to remain the property of the Employer and are to be handed over to the Perit in charge. 3.4.7. Plant The contractor is to provide all the necessary plant, drawing-in way, gangways, planks, gantries, tarpaulins. etc, for the proper protection and execution of the works. The contractor is to provide all scaffolding necessary for the completion of works undertaken. The erection and efficiency of the scaffolding shall be entire responsibility of the contractor. Contractor shall also ensure that scaffolding is safe to both workmen and third parties. Concrete platforms for tower cranes are to be designed and constructed at the expense of the contractor. Contractor shall clear and also remove all plant and concrete platforms from site after completion. 3.4.8. Give all notices The contractor shall conform to the provisions of any Acts of Parliament relating to the works and to Police laws and Regulations and he/she shall give all notices required by the said Acts, laws and Regulation and pay all fees in respect thereof. The contractor shall give all necessary notices to authorities concerned and shall allow them facilities for removing any fixtures, fittings, or services which may belong to them. 3.4.9. Possession As soon as possession of the site is given to the Contractor, he/she shall proceed with the works and complete same as soon as possible. It is essential that the whole of this work is completed at the earliest possible moment. 3.4.10. Advertising Under no circumstances will the contractor be allowed to use the hoarding or any part of the building for advertising purposes, but he/she will be allowed to exhibit the usual name boards to the approval of the Perit in charge. The contractor shall also prepare, at his/her own expense, at least two (2) work identification signs indicating works in hand, name of contractor, client (Employer), and the Perit in charge. These signs shall be used for the whole duration of the works. 3.4.11. Shoring The contractor shall provide, erect and maintain all necessary needles, dead and raking shores to the surrounding property to the entire satisfaction of the Perit in charge. The construction and efficiency of the shoring for the purpose for which it is erected shall be the entire responsibility of the contractor. Should any subsidence or any other damage occur due to the inefficiency of the shoring or any other support provided, the damage shall be made good by the contractor at his/her own expense. The contractor shall alter, adapt and maintain all such temporary works as may be necessary from time to time and finally clear away and make good all disturbed, he/she will be held solely responsible for the safety of existing buildings and the sufficiency of all temporary work. Contractor shall provide all necessary tarpaulins and other means of covering up for the protection of new and existing works against inclement weather and make good all damage done. 3.5. SPECIFICATION FOR RENDERING, PLASTERING AND POINTING 3.5.1. Compliance – testing and certification 3.5.1.1 Compliance shall be demonstrated through testing and/or certification of products and/or processes as outlined in the ensuing clauses. 3.5.1.2 The Contractor may be required to prepare sample applications of the renders, pointing and paint on a variety of substrates for final approval before the start of the Works. Page 45 3.5.2 General 3.5.2.1 Mortar for plastering and rendering shall comply with EU Directive 89/106/EEC as implemented by the relevant decision. 3.5.2.2 Workmanship shall be in accordance with BS 8000: Part 10: 1989, Workmanship on Building Sites, Plastering and Rendering. 3.5.2.3 Rendering and Plastering mortar shall comply with EN 998-1 – Classification GP (General Purpose). 3.5.2.4 The testing of rendering mortars shall comply with EN 1015. 3.5.3 Substrates 3.5.3.1 Existing substrates to be rendered shall be sound, free from loose areas and significant cracks or gaps, free from deteriorating, damp or unsuitable material, cleaned of loose mortar, fins, grease, dirt, efflorescence, mould or dust. 3.5.3.2 All cutting, chasing, making good, fixing of conduits and surface outlets shall be completed. Surface flatness/regularity shall be within the specified tolerance limits. 3.5.3.3 Existing substrate surfaces, and rendered surfaces to receive further coats of rendering, shall have an appropriately rough surface to achieve a good key. The surfaces shall be open textured, scratched or nail-floated, and shall be sufficiently mature before a subsequent layer is applied. 3.5.3.4 Existing substrate surfaces, and rendered surfaces to receive further coats of rendering, shall have an appropriately rough surface texture to achieve a good key. The surfaces shall be sufficiently mature before a subsequent layer is applied. 3.5.3.5 Where indicated in the Drawings and BOQ existing substrate surfaces composed of natural franka stone shall be preliminary treated with a proprietary synthetic fixative resin. 3.5.3.6 Dubbing out shall be used to correct substrate inaccuracies. Dubbing out in smooth dense concrete shall be prohibited. The thickness of any dubbing coat shall not exceed 16mm, and the maximum overall thickness of any dubbing shall not exceed 20mm. The dubbing coat shall be mixed as an undercoat and shall be applied to achieve a firm bond. Each dubbing coat shall be allowed to set sufficiently before the next coat is applied. The surface of each coat shall be cross-scratched or combed to provide a good key. 3.5.3.7 Services chased into the substrate shall be isolated from the coating by covering with metal lathing fixed at staggered centres along both edges, to prevent cracking over conduits and other services. 3.5.3.8 Substrate shall be damped down, just sufficiently to ensure uniform absorption, before the first coat is applied and as the work proceeds. Rendering in areas subjected to prolonged direct sunlight shall be avoided. Scaffolding works shall be erected such that there are no putlog holes and other breaks in render coats. 3.5.3.9 Rendering shall be applied after the installation of sub-frames for the apertures in external walls, and shall be applied flush against such sub- frames. 3.5.4 Prescribed cement - Based mortar 3.5.4.1 Prescribed cement-based mortar shall consist of the application of a mortar containing Portland cement and sand, in prescribed proportions, to the external or internal surface of the building, in one or more layers. 3.5.4.2 The mix proportions for cement-based renderings shall normally conform to BS 5262, Code of Practice for External Renderings and BS 5492, Code of Practice for Internal Plastering. 3.5.4.3 Cement, for use in mortar shall conform to BS EN 197-1 CEM 1/42.5. 3.5.4.4 Sand for use in cement based mortar shall comply with BS EN 13139. Sand shall have a grading characteristic suitable for the required texture. 3.5.4.5 For the Finishing Coat, the grade shall be adjusted to suit the type of finish indicated in the Drawings or BOQ. For smooth, textured finishes, it may be necessary to remove the coarser particles, whilst for the scraped texture finish, a larger proportion of coarser material may be retained. 3.5.4.6 Water shall be clean and fresh, entirely free from oil, acid, alkali, vegetable or organic matter, or any other deleterious substance in suspension or in solution or as sediment. 3.5.4.7 Cement-based mortar may incorporate additives (eg. air-entrainers) conforming to BS EN 934, and compatible with the other mortar constituents. The use of calcium chloride, or additives containing calcium chloride, is prohibited. These shall be submitted for the approval of the Project Manager, accompanied by full technical literature. 3.5.4.8 Cement-based mortar may incorporate lime to EN 459-1. This shall be submitted for the approval of the Project Manager. 3.5.4.9 Constituent materials may be batched by volume, using clean and accurate gauge boxes or buckets. The mix proportions shall be based on damp sand, with adjustments being made to the mix proportions to compensate for dry sand. Mixing of the mortar shall be carried out in a pan type, or a tilting-drum mixer, properly maintained and in a clean condition. Page 46 3.5.5 Pre-mixed (factory-made) cement - based rendering mortar - general 3.5.5.1 Pre-Mixed (factory-made) cement-based renderings shall consist of mortar containing Portland cement and sand, in agreed proportions, to the external or internal surface of the building, in one or more layers. 3.5.5.2 Pre-mixed cement-based renderings shall conform to EN 998-1. 3.5.6 Internal pre-mixed (factory-made) cement - based rendering mortar 3.5.6.1 Cement-based mortar for internal use shall consist of one Base Coat and one plain Finishing Coat, with an overall thickness of 13mm on vertical surfaces and 10mm on ceilings, exclusive of keying depths and dubbing coats. 3.5.6.2 If metal lathing is used, this overall thickness shall be achieved from the surface of the metal lathing. 3.5.6.3 Cement-based rendering for internal use to receive a Gypsum finish coat shall have an overall thickness of 9-10mm on vertical surfaces, and 7mm on ceilings, ready to receive a 3mm thickness of Gypsum. 3.5.6.4 The nominal size of the Base Coat shall be less than 1.5mm. 3.5.6.5 The thickness of the Base Coat plaster shall be 10mm (7mm for Ceilings). 3.5.6.6 The hardened plaster shall be vapour-permeable with a µ value of ≤12. 3.5.6.7 The hardened plaster shall have a compressive strength of Class CS III. 3.5.6.8 The fire rating shall be Class A1. 3.5.6.9 The nominal size of the Finishing Coat plaster shall be less than 0.6mm. 3.5.6.10 The thickness of the Finishing Coat plaster shall be 3mm. 3.5.6.11 The hardened plaster shall be vapour-permeable with a µ value of ≤12. 3.5.6.12 The hardened plaster shall have a compressive strength of Class CS II. 3.5.6.13 The fire rating shall be Class A1. 3.5.7 External pre-mixed (factory-made) cement - based rendering mortar 3.5.7.1 Cement-based mortar for external use shall consist of one Base Coat and one plain Finishing Coat having similar properties to those indicated for internal applications except for the following: 3.5.7.2 Exposure classification – External Mortar 3.5.7.2.1The classification of external environmental exposure shall normally be indicated in the Bills of Quantities and/or Drawings. 3.5.7.2.2The external exposure categories shall be as follows: A. Sheltered and Moderate B. Severe 3.5.7.3 CLASSES – External Mortar 3.5.7.3.1The class of external cement-based renderings shall be as follows: A Sheltered and Moderate Environment Capillary water Absorption Class W1 (EN 998-1). B Severe Environment Capillary water Absorption Class W2 (EN 998-1). 3.5.7.4 Compressive Strength Class – External RENDERINGS 3.5.7.4.1The compressive strength class of external renderings shall be as follows: A Sheltered and Moderate Environment Class CS III (EN 998-1) B Severe Environment Class CS IV (EN 998-1) 3.5.7.4.2Cement-based rendering for external use shall normally have a single undercoat thickness of 812mm. 3.5.7.4.3Where metal lathing is used, a first Base Coat of 3-6mm thickness shall be required, followed by a second Base Coat of 10- 14mm thickness. 3.5.7.4.4The Finishing Coat shall be less than 8mm thick for a plain smooth finish, and 8-11 mm thick for a scraped finish (before scraping). Page 47 3.5.8 Beads and stops 3.5.8.1 Beads and stops shall be used in external angles, and stop ends, except where specified otherwise. At corners, neat mitres shall be used at return angles. Beads and stops for internal use shall be aluminium type or approved un-corrodible equivalent, such as uPVC. 3.5.8.2 Beads and stops shall be securely fixed mechanically using the longest possible lengths, properly plumb, square and true to line and level, ensuring full contact of the wings with the substrate. After the coatings have been applied, surplus material shall be removed, when still wet, from the surfaces of beads/stops exposed to view. 3.5.9 Pre-mixed internal plastering 3.5.9.1 Internal plastering shall consist of the application of a high quality proprietary gypsum-based, or limebased, finishing mortar applied to internal wall surfaces. 3.5.9.2 Internal plastering shall conform to the recommendations of BS 5492: 1990, Code of Practice for Internal Plastering. 3.5.9.3 Gypsum plaster shall be applied in two layers, namely a Base Coat and a Finishing Coat. 3.5.10 Pre-mixed internal plastering – preparation and application 3.5.10.1 The Base Coat shall consist of a 10mm pre-mixed plaster based on gypsum, hydraulic lime and additional materials such as expanded perlite and specific additives to assist fluidity control, support adherence, setting and working times. 3.5.10.2 The nominal size of the Base Coat plaster shall be less than 1.5mm. 3.5.10.3 The hardened plaster shall be vapour-permeable with a µ value of ≤8. 3.5.10.4 The hardened plaster shall have a compressive strength of ≥ 2.5MPa. 3.5.10.5 The fire rating shall be Class O. 3.5.10.6 When using a gypsum-based Base Coat for stone masonry surfaces, the same precautions for the substrate surfaces shall be taken as described for cement gauged renders. 3.5.10.7 Smooth concrete and dusty surfaces shall be treated with an appropriate adhesion primer, consisting of organic resins in a water-based emulsion. 3.5.10.8 The Base Coat plaster shall be applied initially as a thin coat firmly worked into the substrate, and then gradually brought to full specification thickness. The coat shall be brought to a level surface using a metal straight edge, and shall then be cross-scratched to form a mechanical key. 3.5.10.9 Base Coats on adjacent dissimilar materials shall be assisted by isolation layers and metal lathing, as specified above, and by plastering on metal lathing, after ensuring that the lathing is taut and fixed with key facing outwards. 3.1.10.10 Tying wire ends shall be bent inwards, and any cut edges, staples or nail heads shall be painted with bitumen to avoid rust staining. 3.5.10.10 Tying wire ends shall be bent inwards, and any cut edges, staples or nail heads shall be painted with bitumen to avoid rust staining. 3.5.10.11 Plasters shall be mixed in a paddle-type mixer, with machines and containers cleaned frequently, at least after every batch mix of gypsum plaster, and whenever different materials are used. Gypsum plasters shall not be used if initial set occurs before application. 3.5.10.12 The Finishing Coat for gypsum plastering shall be 3mm thick and shall be laid with a trowel, so as to achieve a tight matt smooth surface with no hollows, abrupt changes of level or trowel marks. 3.5.10.13 Rapid, premature or uneven drying out of the final coat shall not be allowed 3.5.10.14 The Finishing Coat gypsum shall consist of gypsum, hydrated lime, rock powder and special adhesives and additives to increase workability and adhesion. 3.5.10.15 The nominal size of the Base Coat plaster shall be less than 0.2mm. 3.5.10.16 The hardened plaster shall be vapour-permeable with a µ value of ≤10. 3.5.10.17 The hardened plaster shall have a compressive strength of ≥ 2.0MPa. 3.5.10.18 The fire rating shall be Class O. 3.5.10.19 The Finishing Coat shall be applied using a stainless steel rectangular trowel, over the whole surface. The trowel shall have specially ground edges, and shall be made from extra-hard stainless and abrasion-proof steel. 3.5.10.20 The finished surfaces shall be even and consistent and free from rippling, hollows, ridges, cracks and crazing. 3.5.10.21 The finished surface shall be to a true plane, to the correct line and level, with angles and corners to the right angle, unless specified otherwise, and with walls and reveals plumb and square. 3.5.10.22 Surface flatness/regularity shall be acceptable if the deviation of the surface from a 1.8m straightedge does not exceed 3mm. Page 48 3.5.10.23 The Contractor shall be required to prepare sample applications of the proprietary renders, on a variety of substrates and to retain the samples on site for a period of time specified by the Project Manager, before the use of such renders is approved. 3.5.11 Application of layers 3.5.11.1 Coats shall be applied firmly in a continuous operation, between angles and joints to achieve a good adhesion to the previous coat. Undercoats shall be ruled to an even surface. When the undercoat has begun to stiffen, the surface shall be scored with a comb, so as to form wavy horizontal lines, spaced approximately 20mm apart, and 5mm deep, or cross- scratching. 3.5.11.2 Coats shall be applied in such a sequence that ensures a finishing layer that is slightly weaker than the background layer. 3.5.11.3 The undercoat shall be left for at least a week before the final coat is applied, in order to allow any cracking from the initial shrinkage to occur. In warm dry weather, the undercoat shall be cured by draping it with sheet polythene, held against the surface to prevent evaporation. When applying the undercoat on metal lathing, care shall be taken to work the render well into the interstices to obtain maximum key 3.5.11.4 The final coat for smooth cement-sand finish shall be laid with a trowel, so as to achieve a tight matt smooth surface with no hollows, abrupt changes of level or trowel marks. The final coat for scraped cement-sand finish shall be scraped some hours after application, using a wooden float faced with expanded metal, or using an old saw blade. The scraping shall be sufficient to evenly remove the surface skin of the mortar and expose the larger particles of aggregate. Some of the aggregate will be dragged from the mortar by the scraping action. After scraping, the surface shall be lightly brushed with a soft brush to remove all dust, and to produce a clean crisp texture. About 3mm of thickness is expected to be removed by the scraping of a saw blade. 3.5.11.5 Rapid, premature or uneven drying out of the final coat shall not be allowed, and in warm or windy weather, the final coat shall be damped down, or sprayed gently with water. Curing under polythene sheeting shall be allowed provided the polythene can be arranged to hang clear of the surface in such a way that it does not form a funnel through which the wind could increase the rate of evaporation, and in such a way as to prevent the polythene sheeting from intermittent contact with the face. The surface shall be protected from rain. Curing shall last for a minimum period of 3 to 4 days. 3.5.11.6 The finished surfaces shall be even and consistent and free from rippling, hollows, ridges, cracks and crazing. The finished surface shall be to a true plane, to the correct line and level, with angles and corners to the right angle, unless specified otherwise, and with walls and reveals plumb and square. Surface flatness/regularity shall be acceptable if the deviation of the surface from a 1.8m straightedge does not exceed 3mm. 3.5.12 Proprietary renderings for external use – silicate or acrylic-silicone 3.5.12.1 Proprietary renderings for external use shall consist of pre-mixed renders based on silicate or acrylicsilicone binders, applied to produce a durable surface, with specific surface textures, and, in particular, the texture referred to as "graffiato" . 3.5.12.2 These renders shall contain specially selected quartz sand, or other inert fillers, with special additives, suitable for providing a durable coating, with high permeability to water vapour, and a high water resistance, as well as resistance to algae and fungal attack, loss of colour and degradation with time. 3.5.12.3 They shall have an integral colour based on inorganic pigments with a high photo-stability. It shall also be fire retardant. It shall have a good adhesive power, and a good interactivity with the mineral substrate. 3.5.12.4 They shall be capable of application with a steel spatula, to the specified thickness, and, once dry be given a uniform "graffiato" or equivalent texture finish. 3.5.12.5 Silicate and Acryl-Silicone renderings shall consist of a proprietary render, nominal size < 3.0mm, free of solvents, and containing natural fillers such as marble and quartz, limestone and sand, capable of optimum adhesion with mineral substrates and developing a high mechanical resistance. 3.5.12.6 The render shall have an integral colour. It shall be resistant to UV radiation. 3.5.12.7 It shall be laid in a single operation. Partial renderings shall be separated by straight, horizontal merge lines as agreed with the Project Manager. 3.5.12.8 Renderings shall also have the following performance characteristics: Compressive Strength Vapour Diffusion Water Absorption Silicate ≥ CS III ≤ 140 W2 Acryl-Silicone ≥ CS III ≤ 190 W2 Unit MPa µ Kg/(m2.h 0.5) Page 49 Air Strata Equivalent Kuenzle Factor Resistance to Powder Flaking Colour Fastness ≤ 1.5 ≤ 0.1 ≥ 600 ≥ 600 ≤ 1.5 ≤ 0.1 ≥ 600 ≥ 600 m Kg/(m.h 0.5) hours hours 3.5.13 Pointing “fuq il-fil” 3.5.13.1 Soft joints of the stone masonry shall be raked out and opened to a depth of approximately 20mm. 3.5.13.2 The joints shall be cut, rectified and formed, in both the horizontal and vertical directions, in such a way so that the finished joint shall have a constant width of 8mm, and shall be true to the horizontal and vertical. 3.5.13.3 The joints shall be pointed as indicated with a proprietary mortar formed by a white cement-limesand-additives mix to match the existing stone colour. 3.5.13.4 The mix shall have a compressive strength of ≥ 7 MPa. 3.5.13.5 When the joint pointing has dried, the whole stone surface shall be sanded and rubbed down to produce a plane compact masonry surface, with regular joints matching the colour of the existing “franka” stone across the surface. 3.5.14 Internal and external pointing (excluding “fuq il-fil”) 3.5.14.1 Masonry surfaces that will not be rendered shall have their soft joints raked out to a depth of 15mm. 3.5.14.2 The joints shall be pointed as indicated with an approved prescribed mortar formed by a white cement-lime-sand-additives mix, in appropriate proportions to match the existing stone colour or a pre-mixed, factory made alternative to EN 998-1. 3.5.15 Hydraulic lime 3.5.15.1 GRADES OF HYDRAULIC LIME & NON HYDRAULIC LIME FOR BUILDING WORKS BSEN 459 PART 1, gives details and performance standards for the grades of building limes in use within the EU and can be summarised as follows: 1. CL90 – Non Hydraulic Lime 2. Natural Hydraulic Lime (NHL) 2 3. Natural Hydraulic Lime (NHL) 3·5 4. Natural Hydraulic Lime (NHL) 5 5. Hydraulic Lime (HL) – the regulations allow this grade to include cement 6. Natural Hydraulic Lime (Z) – this grade will have added pozzolan. The grading of the hydraulic limes refers to their strength therefore NHL 2 is the weakest and NHL 5 the strongest. Strength and frost resistance can also be varied by altering the mix ratio, typically the ratios will range between 1 lime : 1·5 Sand to 1 lime : 3 Sand (by volume) Generally exterior hydraulic lime mortars will be 1 lime : 2 or 2·5 Sand. With cement mortars as well, mix ratios determine the strength and these are detailed in BS 5628. Type I mortar being the strongest and Type v the weakest. 3.5.15.2 GENERAL PRINCIPLES FOR PREPARATION OF SUCCESSFUL HYDRAULIC LIME MORTARS To obtain the best performance from lime mixes it is essential that the correct sand and lime to water ratios are used. This will include assessment of the masonry units, and in the case of mortars, assessment of the engineering design strengths required for the structure. For local building works when the same sands, stone or bricks are repeatedly encountered this should only take a few minutes. The factors which affect the strength of a mix are: 1. The type of sand. Soft sands with fine circular grains make weak mixes. Sharp sands with angular particles including some 3 –4mm grit produce the strongest mixes. 2. The water content. Too much water will decrease the mixes strength by holding the grains apart thus leaving an open structure when dry .This effect can be dramatic because the mortar will crumble and allow frost damage. 3. The amount of binder. Generally the purpose of the binder is to hold the sand particles together and to fill the voids between the grains of sand. 4. The type of binder. The strongest binders are those using Portland cement. The weakest are those made from high calcium lime. In between are the hydraulic limes categorised into three groups: HL2: HL3.5: HL5 - prefixing the category with N (i.e. NHL2 or NHL3.5) indicates a natural hydraulic lime with no additives. Page 50 3.5.15.3 STORAGE OF LIME & AGGREGATE Our Hydraulic Lime is supplied in 25kg paper bags which must not be allowed to become wet. Once opened the exposure to air will start to weaken the hydraulic set. As a result any opened part bags left at the end of the day should be carefully folded over at the top and put into a dry store. In this state the lime will remain useable for a further 2 or 3 days. Thereafter it should be discarded. For larger orders the individual bags will be supplied with up to 40 on a pallet. Aggregate should also be covered since if left exposed fines can be washed out and the material as a whole can gradually separate. The result will be to make the aggregate less well graded and this may impair durability of the mortar. Covering the aggregate will also stabilise the water content and make mixing more consistent. 3.5.15.4 AGGREGATE There are many poor quality sands on the market. In most cases for good quality lime work -which is about better building, these soft fine sands, frequently containing clay, are not acceptable. Clean sharp, well graded sand should be specified. A good supplier should be able to provide a sieve analysis against which the sample sieve analysis provided. 3.5.15.5 SAND VOID PERCENTAGE If you find a good local sand which you may use repeatedly, establishing a void percentage is a very worthwhile exercise. Working with unknown materials is not a good idea. Knowing the voids in the sand tells the user how much binder is required in order to fill the voids. Insufficient binder to fill the voids will weaken the material and make it vulnerable to frost damage. The procedure to find the void percentage is as follows: 1. Take a container of known volume (a one or two litre jug or jar is ideal) and fill it level to the top with the selected sand. 2. Remove the sand and dry it completely in an oven on a tray. 3. Replace it in the container to a level top. 4. Take a measured jug of water and gradually add the water until bubbles stop rising and the water has saturated the sand. 5. The void ratio is then: Volume of water added x 100 / volume of sand say for example the answer is 30%. Then a 1 lime to 3 sand (by volume) will fill the voids In general the type of sands suitable for lime work will have a void ratio in excess of 30% probably 35-40%. Therefore our general advice is to use a mix ratio of 1:2 or 1:2½ in order to ensure adequate frost resistance. 3.5.15.6 WATER CONTENT AND MASONRY UNITS The more water remaining in the mortar the weaker will be the final result. However too little water will also prevent necessary chemical processes taking place and weaken the material. The water absorption of masonry units with which the mortar is being used has a considerable bearing upon the final strength by altering the amount of water left in mortar. Bricklayers and masons will normally add sufficient water to obtain adequate workability However if the tradesmen are not used to mortars with sharp sands it is possible that too much water may be added. It is strongly recommended that either: Manufacturers absorption figures are obtained for the masonry or the following test is carried out: a) the brick/stone is oven dried and weighed b) the brick/stone is then placed in bucket of water for 2 hours and then re-weighed Water percentage in the masonry can then be established. Weight of water added x 100 / weight of brick Optimum strength is likely to be achieved with a final mortar water content of around 15% by mass after suction of water by the masonry using typical sharp sand with 36% voids. 3.5.15.7 MIXING TECHNIQUE A conventional cement mixer can be used although for larger projects a roll pan or paddle mixer is preferable. These are becoming more readily available on the market with the renewed interest in Page 51 lime products. Measuring of material must always be with a gauging box or bucket. A shovel is not acceptable since quantities are too inconsistent. Lime mortars mixed in drum mixers can be prone to balling but use of particular mixing techniques can reduce this. It is therefore recommended that a small quantity of water is put into the mixer while not rotating and then the appropriate quantity of lime added. When the mixer is switched on the lime should be turned into a wet slurry .The sand is added to the slurry with more water and mixed for not less than 15-20 minutes. Do not overfill the mixer as this will prevent proper mixing. The mix, to begin with, should appear rather dry but as mixing time increases the mortar will become much 'fattier'. At the end of 20 minutes the final water can be added to obtain the correct workability (if required). If too much water is added the risk of shrinkage will increase and the final strength will be reduced. 3.5.15.8 USE OF AIR ENTRAINMENT AGENT Use of air entrainment agents is not recommended. 3.5.15.9 ADDITIONAL POZZOLAN In cold weather and for certain other applications it may be advantageous to add additional pozzolan in order to increase the speed of set and/or increase strength. 3.5.15.10 ADDITIONAL FACTORS FOR REPOINTING EXISTING WALLS The general factors affecting the preparation, use and after care already laid out in this section apply to re-pointing existing walls. However the following additional factors need care: 1. The joints must be raked out not less than 20mm 2. Once the joints are raked out, loose material should be brushed out and the joints wetted immediately prior to placing new pointing. 3. As the new mortar stiffens up it should be packed back hard into the joint before final finishing off. 3.6 SPECIFICATION FOR PAINTING 3.6.1 Compliance - sample size and frequency of sampling (where applicable) 3.6.1.1 Where applicable sample size and frequency of sampling for compliance shall be established on the basis of standard statistical guidelines. 3.6.2 Compliance – testing and certification 3.6.2.1 Compliance shall be demonstrated through testing and/or certification of products and/or processes as outlined in the ensuing clauses. 3.6.2.2 The Contractor may be required to prepare sample applications of the renders, pointing and paint on a variety of substrates for final approval before the start of the Works. 3.6.3 Paintwork - general 3.6.3.1 Generally, painting work shall comply with the recommendations of BS 6150 – Code of Practice for Painting of Buildings. General workmanship, and, in particular, the preparation of surfaces for painting, shall also comply with BS 8000: Part 12. The appropriate environmental category, as defined in BS 6150, shall be Mild for interior conditions and Severe for exterior conditions. 3.6.4 Paint – internal walls, floors and ceilings 3.6.4.1 The paint shall comply with EN 13300, Paints and Varnishes, Water-borne Coating systems for Internal Walls and Ceilings. 3.6.4.2 The paint shall comply with the ecological and performance criteria adopted by the EU for the award of the Eco-Label for internal paints and varnishes. 3.6.5 Paint – external masonry and concrete 3.6.5.1 The paint shall comply with EN 1062-1, Paints and Varnishes, Coating Systems for Exterior Masonry and Concrete. 3.6.5.2 The dry film thickness on external areas shall be ≥ Class E3. 3.6.6 Paint – exterior and internal wood 3.6.6.1 The paint shall comply with EN 927-1, Paints and Varnishes, Coating Systems for Exterior Wood. 3.6.7 Paint – internal and external metalwork This section is not applicable to this tender. Page 52 3.6.8 Paint – testing 3.6.8.1 Testing of paint shall be carried out in accordance with BS 3900 or the BS ISO equivalent. 3.6.8.2 The Contractor shall supply test certification for the batches used. 3.6.8.3 The following characteristics and limits shall also apply:Emulsion - Internal Film Dry Film Thickness: As per Product Datasheet Fire protection: EuroClass A2-s1, d0 Fungal Resistance: Total absence of growth Permeability to Aqueous Vapour Medium (sd < 1.5m) Wet Abrasion (Walls) Class 1 or 2 (ISO 11998) Wet Abrasion (Ceilings) Class 4 (ISO 11998) Power of Cover (Walls) Class 1 or 2 (ISO 6504-3) Power of Cover (Ceilings) Class 3 or 4 (ISO 6504-3) Emulsion - External Film Dry Film Thickness: As per Product Datasheet Fire protection: EuroClass A2-s1, d0 Fungal Resistance: Total absence of growth Permeability to Acqueus Vapour Medium ( sd < 1.5m) Permeability to Water W2min. (≤ 0.5, >0.1kg/(m2.h0.5) Resistance to CO2 penetration Class C1 (sd > 50m) w x sd (Kunzel Factor) ≤ 0.1kg/(m.h0.5) Gloss Matte Oil or Alkyd Based Film Dry Film Thickness: Fire protection: Fungal Resistance: Wet Abrasion Power of Cover Min. 0.034mm; EuroClass A2-s1, d0 Total absence of growth Class 1 or 2 (ISO 11998) Class 1 or 2 (ISO 6504-3) 3.6.9 Gloss levels The following are informative guidelines for the specified gloss levels in accordance with EN ISO 2813: 3.6.9.1 3.6.9.2 3.6.9.3 3.6.9.4 3.6.9.5 3.6.9.6 3.6.9.7 3.6.9.8 Gloss Level % Incidence @ 600 % Incidence @ 850 Dead Matte >5 Matt > 10 Mild Sheen < 60 ≥ 10 Gloss ≥ 60 All paints shall be thoroughly mixed and stirred before use. They shall be stored in such a way that minimizes exposure. The paint shall be supplied from the same batch. Thinning of materials, where necessary shall be carried out with the type of thinner and to the proportions recommended by the manufacturer of the paint. Substrate shall be thoroughly cleaned down to remove all dirt, grease, plaster and mortar deposits, efflorescence and under bound slurry, by brushing or rubbing with a dry cloth followed by wiping with a damp cloth. The surface shall then be allowed to dry. The surface shall be brushed to remove any loose aggregate. Any surface mould growths shall be removed, and residual growths shall be treated by washing with fungicidal wash, or approved equivalent. Cracks, holes and other imperfections shall be cut out and made good. Such making good shall be allowed to dry out thoroughly. Any fillers used shall be in accordance with the manufacturer's recommendations. Each coat of paint shall be allowed to dry out before the next is applied. No exterior or exposed painting shall be carried out under adverse weather conditions. No primer coats shall be applied until the surfaces have been approved by the Project Manager. No undercoat or finishing coats shall be applied until previous coats have been similarly inspected and approved. Colours and textures shall be approved by the Project Manager and provision must be made for the execution of trial areas on site as required. Page 53 3.6.9.9 Painting shall be applied in a sequence and adjusted to take into account the completion timeframes of other trades. Paintwork shall only be applied in the appropriate conditions of temperature, humidity and cleanliness. For interior work, painting shall be applied only after the interior space is weather-tight, maintained at temperature and humidity levels, and lit to the levels, similar to those prevailing when the building is occupied, unless otherwise specified. Paint shall be roller applied. All paintwork shall be left clean and unblemished, and all surfaces adjacent to painted surfaces cleaned from droppings or other marks. 3.6.10 Safety data sheets Paint shall be supplied accompanied by the relevant safety data sheets 3.6.11 Chain link Fencing 3.6.11.1 The 5 meter masts must have a rooting of 800mm each, a base diameter of 139mm and a top diameter of 60mm, all the metal is galvanised with 3mm thickness. Also, 32 by 12 metre masts having 800 mm of rooting each, a base diameter of 193mm and top diameter of 102 mm. All metal is galvanised and is 4mm at the base and 3mm at the top. 3.6.11.2 These masts will be spaced at an approx. distance of 4m apart; the chain link fencing will be plastic coated as stipulated. The lower piece will be of 3.65m high and a further two pieces will be placed each of 3m height, this will give an overlap of 0.65m. This system will be used for the 9 meter height whilst the 12m height will have the fourth row chain link fencing. 3.6.11.3 Wire rope also galvanised and 4 mm thick will be used to take the weight of each of the chain link fencing ( 3 in number) whilst other plastic coated wire will be stretched in between in order to support the fencing. 3.6.11.4 The fencing will be attached to the wire ropes and wire by wire ties. 3.6.11.5 It must be ensured that the ground will be strong enough to hold the sockets that are required for these masts. 3.6.12 Decoration Works in compliance with Green Public Procurement (GPP) Criteria 3.6.12.1 The following substances must not be used during paintwork: Products which contain sulphur hexafluoride (SF6). Indoor paints and varnishes with a content of solvents (volatile organic compounds(VOCs) with a boiling point of 250°C maximum) higher than: - For wall paints (according to EN 13300): 30 g/l (minus water). - For other paints with a spreading rate of at least 15 m²/l at a hiding power of 98% opacity: 250 g/l (minus water). - for all other products (including paints that are not wall paints and that have a spreading rate of less than 15m2/l, varnishes, wood stains, floor coatings and floor. paints, and related products): 180g/l (minus water). 3.6.12.1.1 Verification: Bidders must declare that these products/substances will not be used 3.7 NON-LOADBEARING GYPSUM PLASTERBOARD WALLS (PARTITIONS) 3.7.1 Compliance - sample size and frequency of sampling (where applicable) 3.7.1.1 Where applicable, sample size and frequency of sampling for compliance shall be established on the basis of standard statistical guidelines. 3.7.2 Compliance – testing and certification (where applicable) 3.7.2.1 Where applicable, compliance shall be demonstrated through testing and/or certification of products and/or processes as outlined in the ensuing clauses. 3.7.3 Gypsum plasterboard walls - general 3.7.3.1 Paper used in the manufacture of gypsum panels must be either from: a) 100% recycled wood/paper, and/or b) Paper made of wood, wood fibres or wood particles stemming from legally harvested forests. Page 54 3.7.3.2 3.7.3.3 3.7.3.4 3.7.3.5 3.7.4 The gypsum content must be approximately 2% recycled gypsum board (by weight, based on an annual average, not including gypsum taken from FGD sites). Gypsum plasterboard for walls shall comply with EU Directive 89/106/EEC as implemented by the relevant decision. General requirements, characteristics and test methods for gypsum plasterboard shall comply with EN 520. The gypsum plasterboards shall be installed in accordance with the recommendations of BS 5234, Parts 1 and 2, Code of practice for Internal Non-Load bearing Partitions. Additionally to the above, the Contractor shall abide fully with the manufacturer’s installation guidelines and recommendations. A copy, in English, of these guidelines shall be submitted to the Project Manager before the commencement of the installation. Wall grades – category of duty 3.7.4.1 The category of duty rating, as defined in accordance with the recommendations of BS 5234, Parts 1 and 2, Code of practice for Internal Non-Load bearing Partitions, shall be Grade “Heavy Duty”. 3.7.5 Gypsum plasterboard – metal frame support sub-structure 3.7.5.1 The support frame and channels shall be installed in accordance with the recommendations of BS 5234, Parts 1 and 2, Code of practice for Internal Non-Load bearing Partitions and with the manufacturer’s installation guidelines and recommendations. 3.7.5.2 The metal framing components shall comply with EN 14195. 3.7.5.3 The support frame shall comply with BS EN 10142 and BS EN 10143, Specification for continuously hot-dip metal coated steel sheet and strip. 3.7.5.4 The frame channels and studs shall comply with BS 7364 , Specification for galvanised steel studs and channels for stud and sheet partitions and linings using screw-fixed gypsum wallboards. 3.7.5.5 A timber sole plate may be required on uneven floors. 3.7.5.6 A damp proof membrane shall be installed along the full partition floor channel length. 3.7.5.7 For heights in excess of 8.5m extra deep flange channels shall be used at the base and head. 3.7.6 3.7.7 Electrical services (where indicated) 3.7.6.1 The installation of electrical services shall comply with BS 7671. Ceramic tiling 3.7.7.1 The system shall be capable of withstanding the application of ceramic tiling 12.5mm thick to a minimum weight of 32kg/m2. 3.7.8 Prefabricated gypsum wallboard panels (where indicated) 3.7.8.1 Prefabricated gypsum wallboard panels shall comply with prEN 13915, Prefabricated gypsum wall panels. 3.7.9 Solid wall panels (where indicated) 3.7.9.1 Solid wall panels shall be manufactured from laminated panels bonded to a core board complying with EN 520, General requirements, characteristics and test methods for gypsum plasterboard. 3.7.10 Sealing 3.7.10.1 The system shall be sealed to prevent air paths using a proprietary sealant recommended by the manufacturer. 3.7.11 Fire protection 3.7.11.1 The plasterboard surfaces shall be rated as Class EuroClass A1 (EN 13501-1) 3.7.12 Sound insulation 3.7.12.1 When rated in accordance with BS EN ISO 717-1, the wall shall have a sound insulation rating R w dB (Rw + Ctr) of 52 (47) when tested in accordance with BS EN ISO 140-3, unless indicated otherwise in the Drawings. 3.7.12.2 Sound insulation material shall comply with BS EN 13162, Specification for Thermal Insulation Products for Buildings, Factory made Mineral Wool (MW) Products. It shall be inorganic and completely inert. 3.7.13 Deflection limit Page 55 3.7.13.1 The limiting deflection of the system shall be L/240mm at 200Pa, where L is the height in mm. 3.7.14 Preformed cornices 3.7.14.1 Preformed plasterboard cornices shall comply with EN 14209. 3.7.15 Gypsum Plasterboard Wall Panels in compliance with Green Public Procurement (GPP) Criteria 3.7.15.1 Paper used in the manufacture of gypsum panels must be either from: a) 100% recycled wood/paper, and/or b) Paper made of wood, wood fibres or wood particles stemming from legally harvested forests. 3.7.15.1.1 Verification a): Provision of appropriate documentation verifying that the paper or wood used is 100% recycled, i.e. from a national or EU certification scheme. Verification b): The legal origin of timber/wood fibres can be demonstrated with a chain-of-custody tracing system being in place. These voluntary systems may be 3rd-party certified, often as part of ISO 9000 and/or ISO 14000 or EMAS management system. Certificates of chain of custody for timber/wood fibres certified as FSC, PEFC or any other equivalent means of proof will also be accepted as proof of compliance. If timber/wood fibre stems from a country that has signed a Voluntary Partnership Agreement (VPA) with the EU, the FLEGT license may serveas proof of legality. Other means of proof that will be accepted includes a relevant and valid CITES certificate or other equivalent and verifiable means such as the application of a "due diligence" system. For the noncertified virgin material bidders shall indicate the types (species), quantities and origins of the timber/wood fibres, together with a declaration of their legality. As such the timber/wood fibres shall be able to be traced throughout the whole production chain from the forest to the product. 3.7.15.2 The gypsum content must be at least 2% recycled gypsum board (by weight, based on an annual average, not including gypsum taken from FGD sites). Where higher percentages are possible these should be selected in preference. 3.7.15.2.2 Verification: Appropriate proof must be provided that this criterion is met. For example, the supply of quality control or production. 3.8 Gypsum Soffits 3.8.1.1 Gypsum false ceilings shall consist of 12.5/15mm thick gypsum plasterboard. Perforated gypsum false ceilings shall have 10mm diameter perforations at ca. 230mm centres, to achieve acoustic absorption characteristics. The underside surface of a seamless ceiling shall be jointless, and smooth, ready to receive a thin layer of gypsum plaster finish coat, and then direct decoration. 3.8.1.2 Gypsum plasterboard for false ceilings shall have a fire propagation Index of Performance I not exceeding 12, and a sub-index i not exceeding 6, on both sides, when tested according to BS 476: Part 6:1989. Flame spread resistance shall be Class 0 (both sides) when tested according to BS 476: Part 7:1997. Panels shall have a water vapour resistance of 15MNs/g, thermal conductivity of at least 0.16W/mK, and thermal resistance of at least 0.43m2 K/W (when combined with an unventilated airspace of at least 25mm). The false ceiling system shall have sound absorption as per MSA EN ISO 354 aw = 0.65H; NRC= 0.70 (Class C), and sound attenuation Dn,c,w= 38 dB as per EN 20140-9. 3.8.1.3 Gypsum plasterboard false ceilings shall be suspended by strap hangers from cleats attached to the roof slab, by a grid system of galvanized mild steel or aluminium sections. The system must be capable of maintaining its integrity during a fire. The fixing system shall not be visible from underneath. All hanging components shall be durable. Some access panels shall be formed to allow access into the roof plenum. The soffit shall also include a bulkheads, where indicated, and inserted light fittings, as per drawings or Engineer’s instructions. 3.8.1.4 Unless otherwise recommended by manufacturer, grid system shall consist of main runners spaced at 1200 mm centres securely fixed to the structural soffit by strap approved hangers at maximum 1200 mm centres, with a minimum of one hanger per 1.5 sq. metres of ceiling area. 1200 mm cross tees shall be fixed between main runners at 600 mm centres to form 1200x600 mm module and 600mm cross tees fitted centrally between 1200 mm cross tees to create 600x600 mm module. Grid system shall be cold-formed galvanized steel or aluminium sections. The fixing system shall not to be visible from underneath. All hanging components shall be durable. 3.8.1.5 Joint reinforcement shall be applied to gypsum plasterboard joints and angles, except where coincident with metal beads. Continuous lengths of tape pressed well into filled joints, until it is flat and smooth, and ready to receive gypsum finish coat. Page 56 3.9 Specification for Acoustics Panels 3.9.1.1 The acoustic panels shall be grooved, hard wood on black moisture resistant MDF backing. The panels have to be installed on galvanised steel stud fixing, fixed on gypsum boards. The acoustic panels shall be fixed alongside walls of theatres and part of ceiling. The edges must be enclosed with steel edging. 3.9.1.2 The panels should have a composition of natural materials in hardwood. Surface finishes shall be water based and adequate backing space to leave structural walls to breathe. Colour, stain, coating, texture and veneer shall be approved by the Architect-in-charge. The panels shall have a wood veneer finish and a square edge. 3.9.1.3 The panels shall have a 2mm groove every 14mm, with tongue and groove connection. The connection shall be seamless. The thickness of the whole panels should be between 16mm to 20mm. 3.9.1.4 The material has to be moisture resistant MDF and shall have at least Class B-S2, do or better Fire Stability, according to EN 13501-1:2007 + A1:2009. 3.9.1.5 The acoustic panels shall have a sound absorption rating αw between 0.40 and 0.60 as per ISO 11654:1997 while the NRC has to be between 0.65 and 0.80 according to ASTM-C423. 3.9.1.6 Gypsum Plasterboard Wall Panels in compliance with Green Public Procurement (GPP) Criteria 3.9.1.6.1 Timber used shall come from legal sources. 3.9.1.6.1.1 Verification: The legal origin of timber can be demonstrated with a chain-of-custody tracing system being in place. These voluntary systems may be 3rd-party certified, often as part of ISO 9000 and/or ISO 14000 or EMAS management system. Certificates of chain of custody for timber certified as FSC, PEFC or any other equivalent means of proof will also be accepted as proof of compliance. If timber stems from a country that has signed a Voluntary Partnership Agreement (VPA) with the EU, the FLEGT license may serve as proof of legality. Other means of proof that will be accepted includes a relevant and valid CITES certificate or other equivalent and verifiable means such as the application of a "due diligence" system. For the noncertified virgin material bidders shall indicate the types (species), quantities and origins of the timber, together with a declaration of their legality. As such the timber shall be able to be traced throughout the whole production chain from the forest to the product. 3.10 Specification for Acoustic Ceiling Clouds 3.10.1.1 Acoustic ceiling cloud must be in wave form. 1220mm x 760mm, 50mm thick. They must be in natural white colour. Ceiling clouds has to be made from Class 1 fire-rated melamine foam. They must be suspended on ceiling-mounted cables using corkscrew hangers. Sound Absorption – Wave Ceiling Clouds Thickness 125 Hz 250Hz 500Hz 1kHZ 50mm 6.4 22.1 44.3 55.9 2kHZ 58.9 4kHz 60.6 Page 57 Page 58 VOLUME 4 - FINANCIAL BID TENDER FOR ENVIRONMENTALLY FRIENDLY FINISHING WORKS FOR LECTURE THEATRES AT UNIVERSITY OF MALTA Bills of Quantities Page 59 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € Bill A € Preliminaries The contractor is to allow for the cost of complying with the Conditions of Contract and he is to set out his price for so complying under each of the headings as set out below. Should any heading be left unprized, then it shall be deemed that the Contractor is not placing any value of the Clauses under the heading concerned. All sections of the works contained herein are to be quoted as Lump Sums and No works will be re-measured upon completion. Unless expressly stated otherwise, all items in this Bill of Quantity are to include for all necessary labour and materials, including formwork. Rates are to include any, (if necessary), hoarding, casings, screens, fans, planked footways, guardrails, dust covers and other protective materials as required and as deemed necessary at all times by the architect / project manager / employer's representative. The ring road cannot be blocked unless a permit is granted by University. All materials to be used within this contract are to be approved prior to delivery to site. A1 A2 A3 A4 A5 Allow sum for all necessary insurances as contained and/or implied for in the Contract. Prepare a risk assessment report outlining all risks involved and measures to be taken to minimise or eliminate potential risks. The report is to be prepared and signed by a competent person and to be submitted within three weeks from commencement of works. Such document has to be updated as maybe requested by the site H & S Supervisor. Allow sum to cover costs in connection with the preparation of Program of Works, whenever directed by the Engineer. A programme inclusive of a progress report will in general be required once a month. 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. Delivery of materials and services to the site, and any incurred ancillary / transportation expenses, is the responsibility of the contractor. 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 the safety precautions and regulations as laid down in the contract documents and Health and Safety Plan. L.S. L.S. L.S. L.S. L.S. Page 60 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € € Total Carried forward Total brought forward A6 Allow for the provision of all safety personal clothing and equipment for all the workers involved and the provision of an "on call" medical doctor, provision and maintaining of all lifesaving equipment, personnel, warning signage, markings, etc. As per General Conditions Art.20. L.S. A7 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 and throughout the Site, as instructed by the University of Malta and as per General Conditions Art.25. L.S. A8 Allow for the protection at all times the whole of the works 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 on-going 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. Allow sum for providing and handing over to the Engineer upon completion all drawings/ documents as called for in the Contract Documents, including " As Built " drawings, maintenance manuals, etc., including a small amount of extra carpet tiles. Floor tiles, wall tiles, wall paint etc. L.S. 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. Provision, maintenance and removal of all necessary temporary services, including fresh and potable water, compressed air, electrical supplies, telephone, etc. Allow sum for the supply of samples, including literature, for inspection/final decision, as contained and/or implied for in the Specifications. Allow sum for carrying out all necessary testing on supplied samples contained and/or implied from in the Specifications both on and off the site. L.S. A9 A10 A11 A12 A13 L.S. L.S. L.S. L.S. Page 61 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € € Total Carried forward Total brought forward A14 Allow sum for all necessary hiring, maintaining and running of all type of tools and plant, both mechanical and manual tools/plant, including mobilisation and/or mobilisation, both on and off the site. L.S. A15 Allow sum for hiring of skips, loading material and transport to an authorised dumping site. Sums shall also include all necessary local permissions and preliminary cost preparations. Allow sum for maintaining existing and temporary services, including electricity, sewage system and telecom. Sum shall include all necessary permissions. Sum to include both single or three phase as may be required. Allow sum for all necessary expenses, including professional consultancy, to contract with the Nominated Sub-Contractor/s. Allow sum for all necessary internal partitions to subdivide phases of work as directed by the Architect in charge. The partitions shall be made of timber, painted and shall not permit dust to move from zone to another. These shall be made neat and clean and shall include shifting and altering as the phasing may require. L.S. Allow sum to cover for the necessary costs in maintaining as low as possible the dust particles in air during the whole project. The Sum shall include all necessary fans or/and extractors required. The Contractor shall carry out the works with the minimum of noise and inconvenience to occupants of the adjoining and adjacent units by the use of plant incorporating up-to-date methods of sound-reduction. L.S. A16 A17 A18 A19 A20 A21 A22 A23 Bill A Safe guard the work, material and plant against theft, for the security of the works and protection of the public. The Contractor is to note that completion within the Contract period is of paramount importance. There are limitations to working in conjunction with the University Operating System. Any additional sum to cater for these Awkward situations shall be entered in this sum and nowhere else. The Contractor is deemed to have allowed for all overtime weekend or shift work to finish the job within the Contract Period for all work which is in the contract document. L.S. L.S. L.S. L.S. L.S. L.S. Total carried forward to Summary on Page 65 Page 62 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € Bill B € Internal Plastering & Decoration Works Rates are to include the supply of all material, the delivery on site and the actual laying of the tiles as specified. The area to be paid for will be the actual area measured on site. Rates should therefore include wastage of material and no extra claim for wastage will be entertained. Any queries on the required specifications and submitted rates must be clarified at Tender Stage. B1 Fill in with a cement/sand mortar (and where necessary with concrete including all possible shuttering) all conduit chases in walls. m2 20 B2 Making good only of walls m2 1689 2 1689 B3 Bill B Prepare and rub down with sandpaper and Paint with one undercoat and two coats of plastic emulsion paint to all internal wall surfaces, to a colour chosen by the architect in charge. The rate for painting internally shall include the need of masking tape to bring out a straight line wherever there is a colour differentiation. The name of the paint supplier has to be included in the tender documents. All necessary ancillary masking to protect services, power/lighting/data points, doors and all other materials fixed to the walls, is to be included. m Total Carried Forward to Summary on Page 65 Page 63 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € Bill C C1 C2 € Suspended False Ceiling & Plaster Board Walls Any queries on the required specifications and submitted rates must be clarified at Tender Stage. Manufacture, supply, deliver and fix on site all materials for the following suspended soffit ceiling system, all as specified. Rates are to include supply of all materials, the delivery and hoisting to different levels on site and the actual construction of the suspended ceilings as shown on the “floor plans “ drawings and as listed in the specifications. Areas are net areas measured on site and not by number of tiles. Rates should include wastage of material and no extra claim for wastage will be entertained The Contractor is to allow for all partitions to be taped over joints, filled, sanded and left ready to receive a painted finish. Supply all materials and fix on site the following suspended soffit ceiling system, all as specified. Rates are to include supply of all materials, the delivery on site and the actual construction of the suspended ceilings as shown on the “floor plans “ drawings and as listed in the specifications. The areas listed below are the estimated areas of the reflected ceiling, Rates should include wastage of material and no extra claim for wastage will be entertained A plain white mineral fibreboard soffit ceiling, Dune texture, formed by 600mm x 600mm panels Type S1 carried by a Tegular system. The metal fixing system is a framework of lightweight corrosion resistant steel or aluminium alloy. The framework shall be suspended or fixed hard up to the main structure. The whole system is inclusive of perimeter and trims and must withstand the weight of lighting fixtures and illuminated emergency signs. The system shall be as specified in the specifications and must confirm to all health and safety regulations. Supply and install white acoustic ceiling clouds in wave form, (1220mm x 760mm tile) in theatres. Rate to include all the required structure and equipment needed to install this ceiling. m2 m 2 107.55 95.00 Page 64 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € C3 Supply, install and finish demountable 100 mm thick, gypsum partitioning system 30min Fire Rating including all studs, channels and bottom sections, all angles and all other ancillaries. Price inclusive of internal lining for sound insulation. The partition must include a suitable fill material to render it sound proof up to a level of 50dB.The contractor shall prepare a mark on each respective partition skin denoting the position of all M&E points and services required to pass through the boards. The whole system is inclusive of all accessories including the infill gypsum coating in order to obtain a smooth finish ready for the direct application of paint. m2 € 218.50 Total carried forward Total brought forward C4 Extra over for formation of block outs; for light fittings and vents No. 20 C5 Supply and paint with one undercoat and two coats of plastic emulsion paint to all internal rendered ceilings, gypsum bulkheads and gypsum flat ceilings to a colour chosen by the architect in charge. The rate for painting internally shall include the need of masking with tape and protecting installed floor finishes. Paint Specification Literature intended to be used is to be handed in at tender stage. Supply and paint with one undercoat and two coats finish of plastic emulsion paint to all internal partition wall surfaces to a colour chosen by the architect in charge. The rate for painting internally shall include the need of masking with tape to bring out a straight line wherever there is a colour differentiation and to protect other finishes. m2 382.38 m2 437 Construct, fit and finish with gypsum rendering, L shape gypsum bulkhead, rate is to include cutting of holes for electrical fittings, security cameras and all M & E items. Price inclusive of all access panels (1 in No. every 4 metres run), all angle beads, recesses as per drawing and finishing requirements for a seamless appearance and all recess for light fittings. Leaving ready to receive painted finish. Construct, fit and finish with gypsum rendering, U shaped gypsum bulkhead < or = 1.0m width, rate is to include cutting of holes for electrical fittings, security cameras and all M & E items Price inclusive of all access panels (1 in No. every 4 metres run), all angle beads, recesses as per drawing and finishing requirements for a seamless appearance and all recess for light fittings. To include also for stopping up and sanding down leaving ready to receive painted finish. m 115.80 m 32.40 C6 C7 C9 Page 65 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € C10 Construct and finish flat ceiling in gypsum including provision of openable maintenance shaft. Rate is to include cutting of holes for electrical fittings, security cameras and all M&E items. To include also for stopping up and sanding down leaving ready to receive painted finish. m2 274 C10 Changing of tiles which are damaged or made dirty by workers. It will be the main Contractor's responsibility to limit the amount of damage. No extra will be claimed afterwards. L.S. 1 C11 Supply and deliver to stores extra soffit tiles - 12 in no of Type S1 and 24 in No of Type S2, L.S. 1 C12 Allow for the supply, delivery and installation of proprietary made access panels 600mm x 600mm No. 10 € Bill C Total carried forward to summary on page 65 Item No. Qty Description Unit (Cumulative to Date) Unit Rate Total Cost (including all other charges as may be applicable but excluding VAT) in (including all other charges as may be applicable but excluding VAT) in € Bill D D1 Bill D € Acoustic Panels Any queries on the required specifications and submitted rates must be clarified at Tender Stage. Rates should include wastage of material and no extra claim for wastage will be entertained The Contractor is to allow for the required structure to fix the acoustic panes with gypsum boards. Supply and install Wood Finish Wall Panelling Acoustic Treatment on Aluminium Section Framework Grid. Rate to include for the installation of framework and also to cut around and fitting M&E Services. m2 280 Total carried forward to summary on page 65 Page 66 Summary Total (€) (excluding VAT, Eco Contribution (if any) and all other charges as may be applicable) SUMMARY Bill A Preliminaries Bill B Internal Plastering & Decoration Works Bill C Suspended False Ceiling & Plaster Board Walls Bill D Acoustic Panels Grand Total The successful bidder shall be bound to conform in all respects with VAT legislation and regulations. Signature: .................................................................... Page 67 (the person or persons authorised to sign on behalf of the tenderer) Date: .................................................................... VOLUME 5 – DRAWINGS Design Documents, including Drawings Section 5.1 List of drawings attached No Name Drawing No Design No 1. Proposed Soffit Layout LT4/16_01 N/A Page 68 Page 69