Document 13281449

advertisement
UM1989
TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION AND
COMMISSIONING OF AN ENERGY EFFICIENT AV SYSTEM
FOR THE JUNIOR COLLEGE AT THE UNIVERSITY OF MALTA
Date Published:
18th 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 will be available to view/download from
www.um.edu.mt/procurement
University of Malta, Procurement Directorate, Administration Building Msida MSD 2080, Malta.
Tel: (356) 2340 2212/3/5. Fax: (356) 21314307 Email: tenders.procurement@um.edu.mt
Page 0
Table of Contents
Table of Contents ............................................................................................. 1
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS ............................................... 3
A. GENERAL PART ............................................................................................. 3
1. General Instructions .................................................................................................................. 3
2. Timetable .................................................................................................................................... 3
3. Lots ............................................................................................................................................... 4
4. Financing ...................................................................................................................................... 4
5. Eligibility ..................................................................................................................................... 4
6. Selection Criteria ....................................................................................................................... 4
7. Multiple Tenders ........................................................................................................................ 5
8. Tender Expenses ........................................................................................................................ 5
9. Clarification Meeting/Site Visit .............................................................................................. 5
B. TENDER DOCUMENTS ..................................................................................... 5
10. Content of Tender Document ................................................................................................ 5
11. Explanations/Clarification Notes Concerning Tender Documents ................................. 6
12. Labour Law ................................................................................................................................ 6
13. Law.............................................................................................................................................. 6
C. TENDER PREPARATION ................................................................................... 6
14. Language of Tenders ............................................................................................................... 6
15. Presentation of Tenders......................................................................................................... 7
16. Content of Tender (Single-Envelope System)..................................................................... 7
17. Tender Prices ............................................................................................................................ 8
18. Currencies of Tender and Payments .................................................................................... 8
19. Period of Validity of Tenders ............................................................................................... 8
20. Tender Guarantee (Bid Bond) ................................................................................................ 9
21. Variant Solutions ..................................................................................................................... 9
22. Preparation and Signing of Tenders .................................................................................... 9
D. SUBMISSION OF TENDERS ................................................................................ 9
23. Sealing and Marking of Tenders ........................................................................................... 9
24. Extension of Deadline for Submission of Tenders .......................................................... 10
25. Late Tenders ........................................................................................................................... 10
26. Alterations and Withdrawal of Tenders ........................................................................... 10
E. OPENING AND EVALUATION OF OFFERS ............................................................. 10
27. Opening of Tenders ............................................................................................................... 10
28. Secrecy of the Procedure ..................................................................................................... 10
29. Clarification of Tenders ....................................................................................................... 11
30. Tender Evaluation Process .................................................................................................. 11
31. Correction of Arithmetical Errors ...................................................................................... 12
F. CONTRACT AWARD ....................................................................................... 12
32. Criteria for Award ................................................................................................................. 12
33. Right of the University of Malta To Accept Or Reject Any Tender ............................. 12
34. Notification of Award, Contract Clarifications............................................................... 13
35. The Letter of Acceptance and Performance Guarantee ................................................ 13
36. Period of Delivery .................................................................................................................. 14
G. MISCELLANEOUS .......................................................................................... 14
37. Ethics Clauses ......................................................................................................................... 14
38. Data Protection and Freedom of Information ................................................................. 15
39. Gender Equality ..................................................................................................................... 15
VOLUME 1 SECTION 2 – TENDER FORM .................................................................. 16
Page 1
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – (Not Applicable for this tender) ...... 20
Annex To Tender Guarantee Form – Not Applicable for this tender ................................. 21
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ................................................... 22
1. Statement on Conditions of Employment............................................................................ 22
2 - List of Trained Personnel ...................................................................................................... 23
3. Literature/List of Samples ......................................................................................................... 24
VOLUME 1 SECTION 5 – GLOSSARY ....................................................................... 26
VOLUME 1 SECTION 6 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ........ 28
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE ........................................... 29
VOLUME 2 SECTION 2 – GENERAL CONDITIONS ........................................................ 30
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS .......................................................... 31
Article 2: Law and language of the contract ............................................................................ 31
Article 3: Order of precedence of contract documents .............................................................. 31
Article 4: Communications .................................................................................................. 31
Article 7: Supply of Documents ............................................................................................ 31
Article 8: Assistance with Local Regulations ............................................................................ 31
Article 9: The Contractor’s Obligations .................................................................................. 32
The provisions of Legal Notice 281 of 2004 and all relevant regulations and subsequent guidelines
pursuant to the Code of Practice for the Construction Industry 2006, shall be adopted throughout
the construction phase of the Project. ................................................................................... 32
Article 11: Performance Guarantee ....................................................................................... 32
Article 12: Insurance ......................................................................................................... 32
Article 13: Performance Programme (Timetable)...................................................................... 32
Article 14: Contractor’s Drawings ......................................................................................... 32
Article 15: Tender Prices .................................................................................................... 33
Article 17: Patents and Licences........................................................................................... 33
Article 18: Commencement Date .......................................................................................... 33
Article 19: Period of Performance......................................................................................... 33
Article 21: Delays in Performance ......................................................................................... 33
Article 22: Variations ......................................................................................................... 34
Article 23: Suspension........................................................................................................ 34
Article 24: Quality of Supplies.............................................................................................. 34
Article 25: Inspection and Testing ......................................................................................... 34
Article 26: Payments: General Principles ................................................................................ 34
Article 28: Delayed Payments .............................................................................................. 35
Article 30.6: Supervisor and Supervisor's representative............................................................ 35
Article 31: Provisional Acceptance ........................................................................................ 35
Article 32: Warranty Obligations ........................................................................................... 35
Article 40: Amicable dispute settlement ................................................................................. 36
Article 41: Dispute Settlement by Litigation ............................................................................ 36
Article 44: Checks and Audits .............................................................................................. 36
Not Applicable .................................................................................................................. 36
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE .................................... 37
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE) 37
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not Applicable
for this tender ................................................................................................ 38
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this
Tender.......................................................................................................... 39
1 VOLUME 3 - TECHNICAL SPECIFICATIONS .......................................................... 40
VOLUME 5 – DRAWINGS ..................................................................................... 73
List of drawings attached ........................................................................................................... 73
List of design documents available – Not Applicable ............................................................ 74
~~~~~~~~~~~~~~~
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.
1.2
This is a call for tenders for the supply, delivery, installation and commissioning of an energy
efficient AV system.
1.3
The place of acceptance of the supplies shall be at the University of Malta, the time-limits for
delivery and installation shall be as indicated in Article 19 of the Special Conditions and Clause
3.1.1.1 of Volume 3 Technical Specifications, and the INCOTERM2000 applicable shall be Delivery (Duty
Paid).
1.4
This is a unit-price (Bill of Quantities) contract.
1.5
The tenderer will bear all costs associated with the preparation and submission of the tender. The
University of Malta will in no case be responsible or liable for such costs, whatever the conduct or
outcome of the procedure.
1.6
The University of Malta retains ownership of all tenders received under this tender procedure.
Consequently, tenderers have no right to have their tenders returned to them.
2. Timetable
DATE
Clarification Meeting/Site Visit
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
Deadline for submission of tenders /
Tender Opening Session (unless otherwise
Wednesday, 13th April 2016
10:00am
Wednesday, 13th April 2016
10.15am
(Refer to Clause 9.2)
modified in terms of Clause 11.3)
Tender opening session (Refer to clause
27.1)
Page 3
* All times Central European Time (CET)
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
Page 4
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 form in Volume 1, Section 4 – of the tender documents and
include:a) a list of trained staff on the equipment being proposed or alternatively submit a list of staff that
will be trained on the equipment; (Volume 1, Section 4 – 2); and
b) copies of proper training certification or educational certification for the above, as applicable.
7. Multiple Tenders
7.1
A tenderer may submit multiple tender offers.
7.2
A company may not tender for a given contract both individually and as a partner in a joint
venture/consortium.
7.3
A company may not tender for a given contract both individually/partner in a joint
venture/consortium, and at the same time be nominated as a sub-contractor by any another tenderer,
or joint venture/consortium.
7.4
A company may act as a sub-contractor for any number of tenderers, and joint ventures/consortia,
provided that it does not participate individually or as part of a joint venture/consortium, and that the
nominations do not lead to a conflict of interest, collusion, or improper practice.
8. Tender Expenses
8.1
The tenderer will bear all costs associated with the preparation and submission of the tender.
8.2
The University of Malta will neither be responsible for, nor cover, any expenses or losses incurred by
the tenderer through site visits and inspections or any other aspect of his tender.
9. Clarification Meeting/Site Visit
9.1
A tenderer may visit the site of the works and its surroundings for the purpose of assessing, at his own
responsibility, expense and risk, factors necessary for the preparation of his tender and the signing of
the contract for the works.
B. TENDER DOCUMENTS
10. Content of Tender Document
10.1
The set of tender documents comprises the following documents and should be read in conjunction
with any clarification notes issued in accordance with Clause 24:
Volume 1
Volume 2
Instructions to Tenderers
Draft Letter of Acceptance

General Conditions (available online from
http://contracts.gov.mt/en/Resources/Pages/Resorces.aspx)

Volume 3
Volume 4
Volume 5
10.2
Special Conditions
Technical Specifications
Model Financial Bid/Bill of Quantities
Drawings
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
Page 5
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. The University of Malta must reply to all tenderers' questions, and amend the tender documents
by publishing clarification notes, up to at least 6 calendar days before the deadline for submission of
tenders.
11.2
Questions and answers, and alterations to the tender document will be sent to all prospective bidders
by e-mail. Clarification notes will constitute an integral part of the tender documentation, and it is
the responsibility of tenderers to check their respective e-mail account in order to obtain the latest
information published prior to submitting their Tender.
11.3
Tenderers who do not collect a hard copy from the Procurement Directorate are to register their
respective
contact
details
at
tenders.procurement@um.edu.mt
so
that
any
clarifications/communications pertaining to this 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.
11.4
The University of Malta may, at its own discretion, as necessary and in accordance with Clause 24,
extend the deadline for submission of tenders to give tenderers sufficient time to take clarification
notes into account when preparing their tenders.
12. Labour Law
12.1
Particular attention is drawn to the conditions concerning the employment of labour in Malta and the
obligation to comply with all regulations, rules or instructions concerning the conditions of employment
of any class of employee.
13. Law
13.1
By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese Law,
and are deemed to know all relevant laws, acts and regulations of Malta that may in any way affect or
govern the operations and activities covered by the tender and the resulting contract.
C. TENDER PREPARATION
14. Language of Tenders
14.1
The tender and all correspondence and documents related to the tender exchanged by the tenderer
and the University of Malta must be written in English.
14.2
Supporting documents and printed literature furnished by the tenderer may be in another language,
provided they are accompanied by an accurate translation into English. For the purposes of
interpretation of the tender, the English language will prevail.
Page 6
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
envelope (unless their volume requires a separate submission):
(a)
An original bid-bond for the amount of [€...........], in the form provided in Volume 1,
NOT APPLICABLE FOR THIS TENDER
Section 3(Note 1)
(b)
General/Administrative Information(Note 2)
(i)
Proof of Purchase of tender document (receipt)
(ii)
Statement on Conditions of Employment (Volume 1, Section 4)
(c)
Selection Criteria(Note 2)
Financial and Economic Standing(Note 2) NOT APPLICABLE FOR THIS TENDER
(d)
Technical Capacity(Note 2)
(i)
Proof of Technical Capacity (Volume 1, Section 4)
(e)
Evaluation Criteria/Technical Specifications
(i)
Tenderer‟s Technical Offer in response to specifications (Volume 3) (Note 3)
(ii)
(f)
Literature/List of Samples & GPP Form (Note 2)
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);
Page 7
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 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
Page 8
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
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.
Page 9
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 10
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 subClause 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
administratively-compliant tenders‟ technical conformity in relation to the technical
specifications (Volume 3, and the documentation requested by the Contracting Authority as
per sub-Clause 16(e)), classifying them technically compliant or non-compliant.
Tenders who are deemed to be provisionally technically compliant through the evaluation of
their technical offer (especially the specifications) may be requested to submit samples so
that the Evaluation Committee will corroborate the technical compliance of the offers
received, in which case sample is to reach the Committee within 3 days.
In the case of suppliers who are already supplying the product being offered, the tenderer
Page 11
may be exempted from submitting samples. However the specific brand name and the
respective reference of the Letter of Acceptance/Contract must be clearly indicated in the
tender submission.
30.5
Part 4. Financial Evaluation
The financial offers for tenders which were not eliminated during the technical evaluation
(i.e., those found to be technically compliant) will be evaluated.
The Evaluation Committee will check that the financial offers contain no arithmetical errors
as outlined in Clause 31. [If the tender procedure contains several lots, financial offers are
compared for each lot.] The financial evaluation will have to identify the best financial offer
[for each lot].
31. Correction of Arithmetical Errors
31.1
Admissible tenders will be checked for arithmetical errors by the Evaluation Committee.
Errors will be corrected as follows:
(a) where there is a discrepancy between amounts in figures and in words, the amount in
words will prevail;
(b) where there is a discrepancy between a unit price and the total amount derived from
the multiplication of the unit price and the quantity, the unit price as quoted will
prevail.
31.2
The amount stated in the tender will be adjusted by the Evaluation Committee in the event of
error, and the tenderer will be bound by that adjusted amount. In this regard, the Evaluation
Committee shall seek the prior approval of the Departmental Contracts Committee to
communicate the revised price to the tenderer. If the tenderer does not accept the
adjustment, his tender will be rejected and his tender guarantee forfeited.
31.3
When analysing the tender, the evaluation committee will determine the final tender price
after adjusting it on the basis of Clause 31.1.
F. CONTRACT AWARD
32. Criteria for Award
32.1
The sole award criterion will be the price. The contract will be awarded to the cheapest
priced tender satisfying the administrative and technical criteria.
33. Right of the University of Malta To Accept Or Reject Any Tender
33.1
The University of Malta reserves the right to accept or reject any tender and/or to cancel the
whole tender procedure and reject all tenders. The University of Malta reserves the right to
initiate a new invitation to tender.
33.2
The University of Malta reserves the right to conclude the contract with the successful
tenderer within 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:
Page 12
(a) the tender procedure has been unsuccessful, namely where no qualitatively or
financially worthwhile tender has been received or there has been no response at all;
(b) the economic or technical parameters of the project have been fundamentally
altered;
(c) exceptional circumstances or force majeure render normal performance of the
project impossible;
(d) all technically compliant tenders exceed the financial resources available;
(e) there have been irregularities in the procedure, in particular where these have
prevented fair competition.
In no circumstances will the University of Malta be liable for damages, whatever their
nature (in particular damages for loss of profits) or relationship to the cancellation of a
tender, even if the University of Malta has been advised of the possibility of damages.
The publication of a contract notice does not commit the University of Malta to
implement the programme or project announced.
34. Notification of Award, Contract Clarifications
34.1
Prior to the expiration of the period of validity of tenders, the University of Malta will notify
the successful tenderer, in writing, that his tender has been recommended for award by the
Departmental Contracts Committee, pending any appeal being lodged in terms of Part XIII of
the Public Procurement Regulations (being reproduced in Volume 1, Section 6).
34.2
Unsuccessful bidders shall be notified with the outcome of the evaluation process, and will
be provided the following information:
(i) the criteria for award;
(ii) the name of the successful tenderer;
(iii) the recommended price of the successful bidder;
(iv) the reasons why the tenderer did not meet the technical specifications/notification that
the offer was not the cheapest (if applicable);
(v) the deadline for filing a notice of objection (appeal);
(vi) the deposit required if lodging an appeal.
34.3
The recommendations of the Evaluation Committee and the Department Contracts
Committee shall be published on the Notice Board of the University of Malta, Procurement
Directorate, Administration Building, 2nd Floor, and published online on the University of
Malta‟s website, www.um.edu.mt/procurement/service/tender under the respective tender
page.
35. The Letter of Acceptance and Performance Guarantee
35.1
After the lapse of the appeals period, and pending that no objections have been received
and/or upheld, the successful tenderer may be invited to clarify certain contractual
questions raised therein. Such clarification will be confined to issues that had no direct
bearing on the choice of the successful tender. The outcome of any such clarifications will be
set out in a Memorandum of Understanding, to be signed by both parties and incorporated
into the 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
Page 13
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. Period of Delivery
36.1
The period of delivery indicated in Clause 1.3 of the Instructions to Tenderers commences
from the letter of acceptance date or as instructed in the Letter of Acceptance.
36.2
The Contractor must inform the University of Malta‟s representative by return that he has
received the notice.
G. MISCELLANEOUS
37. Ethics Clauses
37.1
Any attempt by a candidate or tenderer to obtain confidential information, enter into
unlawful agreements with competitors or influence the committee or the University of Malta
during the process of examining, clarifying, evaluating and comparing tenders will lead to the
rejection of his candidacy or tender and may result in administrative penalties.
37.2
Without the University of Malta's prior written authorisation, the Contractor and his staff or
any other company with which the Contractor is associated or linked may not, even on an
ancillary or sub-contracting basis, supply other services, carry out works or supply equipment
for the project. This prohibition also applies to any other programmes or projects that could,
owing to the nature of the contract, give rise to a conflict of interest on the part of the
Contractor.
37.3
When putting forward a candidacy or tender, the candidate or tenderer must declare that he
is affected by no potential conflict of interest, and that he has no particular link with other
tenderers or parties involved in the project.
37.4
The Contractor must at all-time act impartially and as a faithful adviser in accordance with
the code of conduct of his profession. He must refrain from making public statements about
the project or services without the Contracting Authority's prior approval. He may not
commit the Contracting Authority in any way without its prior written consent.
Page 14
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
application of the principle of gender equality and shall thus ‟inter alia‟ refrain from
discriminating on the grounds of gender, marital status or family responsibilities. Tenderers
are to ensure that these principles are manifest in the organigram of the company where the
principles aforementioned, including the selection criteria for access to all jobs or posts, at
all levels of the occupation hierarchy are amply proven. In this document words importing
one gender shall also include the other gender.
Page 15
VOLUME 1 SECTION 2 – TENDER FORM
(A separate, distinct Tender Form must be submitted for EACH OPTION – if applicable - submitted)
< TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AN ENERGY EFFICIENT AV
SYSTEM FOR THE JUNIOR COLLEGE AT THE UNIVERSITY OF MALTA.><UM1989>
A. TENDER
SUBMITTED BY:
(This will be included in the Summary of Tenders Received)
In case of a Joint Venture/Consortium:
Name(s) of Leader/Partner(s)
Leader 1
Partner
Nationality
Proportion
of
Responsibilities2
1
Etc …
1. Add/delete additional lines for partners as appropriate. Note that a sub-contractor is not considered to be a partner for the purposes
of this tender procedure. If this tender is being submitted by an individual tenderer, the name of the tenderer should be entered as
'leader' (and all other lines should be deleted)
2. Proposed proportion of responsibilities between partners (in %) with indication of the type of the works to be performed by each
partner (the company acting as the lead partner in a joint venture/consortium, they must have the ability to carry out at lea st 50% of
the contract works by its own means. If a company is another partner in a joint venture/consortium (i.e. not the lead partner) it must
have the ability to carry out at least 10% of the contract works by its own means).
Work intended to be subcontracted
Name and details of
sub-contractors
Value of subcontracting as
percentage of the
total cost 3
Experience in
similar works
(details to be
specified)
1
2
(.)
3. The maximum amount of sub-contracting must not exceed [50%] of the total contract value. The main contractor must have the
ability to carry out at least [50%] of the contract works by his own means.
NOTE TO COMPILER: THIS SECTION IS TO BE REMOVED/MARKED NOT APPLICABLE IF NO SUB-CONTRACTING IS ALLOWED. LIAISE WITH DOC
B
CONTACT PERSON (for this tender)
Name
Surname
Telephone
(____) ________________________
Fax
(____) ________________________
Address
...............................................................................................................
...............................................................................................................
...............................................................................................................
E-mail
Page 16
C
TENDERER'S DECLARATION(S)
To be completed and signed by the tenderer (including each partner in a consortium).
In response to your letter of invitation to tender for the above contract, we, the undersigned, hereby
declare that:
1
We have examined, and accept in full and in its entirety, the content of this tender document
(including subsequent Clarifications Notes issued by the University of Malta) for invitation to tender No
UM1989 of [18/03/2016]. We hereby accept the contents thereto in their entirety, without
reservation or restriction. We also understand that any disagreement, contradiction, alteration or
deviation shall lead to our tender offer not being considered any further.
2
We offer to execute, in accordance with the terms of the tender document and the conditions and time
limits laid down, without reserve or restriction, the following works:
Bill
Bill
Bill
Bill
Bill
Bill
Bill
Bill
Bill
A: Block C - C405, C406, C409, C410 Block D – D407
B: Block C – C408
C: Block C – C403, C404 Block D – D403, D404, D406, D411, D413, D416
D: Block C – C411 Block D – D405
E: Block C – C402 Block D – D402
F: Block D – D417
G: Block C – C413
H: Block D – D409
I: Additional items
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 72 of this document.
4
This tender is valid for a period of 150 days from the final date for submission of tenders.
5
If our tender is accepted, we undertake to provide a performance guarantee of 4% of the contract
value as required by the General Conditions.
6
We are making this application in our own right and [as partner in the consortium led by < name of
the leader / ourselves >] for this tender. We confirm that we are not tendering for the same contract
in any other form. [We confirm, as a partner in the consortium, that all partners are jointly and
severally liable by law for the performance of the contract, that the lead partner is authorised to bind,
and receive instructions for and on behalf of, each member, and that all partners in the joint
venture/consortium are bound to remain in the joint venture/consortium for the entire period of the
contract's performance]. We are fully aware that, in the case of a consortium, the composition of the
consortium cannot be modified in the course of the tender procedure.
7
We are not bankrupt or under an administration appointed by the Court, or under proceedings leading
to a declaration of bankruptcy. We also declare that we have not been convicted criminally, or found
guilty of professional misconduct. Furthermore, we are up-to-date in the payment of social security
contributions and other taxes.
8
We accept that we shall be excluded from participation in the award of this tender if compliance
certificates in respect of declarations made under Clause 7 of this declaration are not submitted by the
indicated dates.
9
We agree to abide by the ethics clauses of the instructions to tenderers and, in particular, have no
potential conflict of interests or any relation with other candidates or other parties in the tender
procedure at the time of the submission of this application. We have no interest of any nature
whatsoever in any other tender in this procedure. We recognise that our tender may be excluded if we
propose key experts who have been involved in preparing this project or engage such personnel as
advisers in the preparation of our tender.
Page 17
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)
(b)
General Information (Note 2)
o Proof of Purchase (Receipt)
o Statement on Conditions of Employment
Selection Criteria (Note 2)
(c)
Financial and Economic Standing (Note 2)
o
Not applicable
(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.
Page 18
13
We note that the University of Malta is not bound to proceed with this invitation to tender and that it
reserves the right to cancel or award only part of the contract. It will incur no liability towards us
should it do so.
Name and Surname:
_________________________________________
I.D. / Passport Number:
_________________________________________
Signature of tenderer:
_________________________________________
Duly authorised to sign this
tender on behalf of:
_________________________________________
Company/Lead Partner VAT No: _________________________________________
(if applicable)
Stamp of the firm/company:
_________________________________________
Place and date:
_________________________________________
Page 19
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – (Not Applicable for this tender)
[On the headed notepaper of the financial institutions providing the guarantee]
Whereas the Director of Contracts has invited tenders for
......................................................................................................................................
and whereas Messrs.................................................................................... [Name of tenderer]
(hereinafter referred to as the Tenderer) is submitting such a tender in accordance with such invitation,
we................................................... [Name of Bank], hereby guarantee to pay you on your first
demand
in
writing
a
maximum
sum
of.................................................................
Euro
(€...............) in case the Tenderer withdraws his tender before the expiry date or in the case the Tenderer
fails to provide the Performance Bond, if called upon to do so in accordance with the Conditions of Contract.
The guarantee becomes payable on your first demand and it shall not be incumbent upon us to verify
whether such demand is justified.
This guarantee is valid for a period of one hundred and fifty (150) days from the closing date of submission of
tenders, and expires on the.................................... Unless it is extended by us or returned to us for
cancellation before that date, any demand made by you for payment must be received at this office in
writing not later than the above-mentioned expiry date.
This document should be returned to us for cancellation or utilisation or expiry or in the event of the
guarantee being no longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date,
this guarantee shall be null and void, whether returned to us for cancellation or not, and our liability
hereunder shall terminate.
Yours faithfully,
..................................
Bank Manager
..................................
Date
Page 20
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 21
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 22
2 - List of Trained Personnel
Publication reference: UM 1989
In line with Article 6.1.2 of the Instructions to Tenderers, please indicate the personnel trained on the equipment being proposed.
Name and Surname
Designation
Qualifications
Employed from
In line with Article 6.1.2 of the Instructions to Tenderers, please indicate the personnel who will be trained on the equipment in the successful event of award.
Name and Surname
Signature:
Designation
Qualifications
Employed from
.............................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
.............................................................
Page 23
3. Literature/List of Samples
1. List of literature to be submitted with the tender:
Item
Description
Reference in
Technical
Specifications
1
Short Throw Projector & ceiling bracket
4.1
2
Ultra-Short Throw Projector & wall mount bracket
4.2
3
40” Professional Display Screen
4.3
4
55” Professional Display Screen
4.4
5
65” Professional Display Screen
4.5
6
Fixed wall mount bracket
4.6
7
Four way movement wall mount bracket
4.7
8
Ceiling mount Speakers
5.1
9
Self-Amplified Speakers (Pair)
5.2
10
100 V Speakers Amplifier
5.3
11
Audio Mixer – Classroom
5.4
12
Audio Mixer – Lecture Capture
5.5
13
1 channel wireless microphone system
6.1
14
Gooseneck microphone
6.2
15
Boundary microphone
6.3
16
HDMI Matrix switcher
7.0
17
8 button controller
8.0
18
Video Distribution Amplifier 1:2 HDMI
9.0
19
Video Distribution Amplifier 1:4 HDBaseT
10.0
20
Switcher 3x1 HDBaseT
11.0
21
Switcher 3x1 HDMI
12.0
22
HDBaseT to HDMI
13.0
23
HDMI to HDBaseT
14.0
24
Active VGA to HDMI converter
15.0
Page 24
25
Camera for Lecture Capture
16.0
26
Desktop Document Camera
17.0
27
Tutor Workstation for lecture capture
18.1
28
LCD Tutor Screen & Bracket
18.2
29
Wall connection
19.1
30
Desktop connection
19.2
31
Standard Power Distribution Unit
20.0
32
Induction Loop system
21.0
33
Any GPP documents/certificates requested
24.0
2. List of samples to be submitted within (two) 2 days of being notified to do so: NOT APPLICABLE
Item
Signature:
Description
Reference in Technical
Specifications
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Page 25
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 subcontractors 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.
Page 26
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).
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 27
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 28
VOLUME 2
VOLUME 2 SECTION 1 – DRAFT LETTER OF ACCEPTANCE
Our Ref: EB/eb/_______
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
[……………………………………..]
Attn [……………………………………..] [……………………………………..]
Dear Sirs,
UM/1989 -
TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AN ENERGY
EFFICIENT AV SYSTEM FOR THE JUNIOR COLLEGE AT THE UNIVERSITY OF MALTA
This is to inform you that your Tender, dated the [……………………………………..], for the above mentioned
goods in caption, made under the abovementioned Call for Tenders, has been accepted by the University
of Malta in full compliance with the General Conditions of Contract that were attached to the Tender
Documents.
As undertaken by your good selves in the tender you are to supply and deliver the AV System equipment
as per tender specifications within [……………………………………..] weeks, for a sum of
[……………………………………..] inclusive of VAT and all as detailed and further amplified in your tendered
offer no: [……………………………………..] dated the [……………………………………..].
As undertaken by you in your tender and as stated in the General Conditions of Contract, you are to
ensure full compliance with the scope to affect delivery as detailed in the specifications. In this
connection, your attention is hereby being drawn to the relative Clauses of the General Conditions of
Contract dealing with your liabilities for failure to comply with the specifications referred to above.
Your attention is hereby drawn to Clause 35 of the Instruction to Tenderers, wherein you are required to
furnish the University of Malta, within 7 (seven) calendar days from the receipt/signatures of this Letter
of Acceptance, with a Bank Guarantee drawn on a local Maltese Bank for the amount of 4 (four) % of the
value of this Contract and with a validity to expire on the __________ 20__. Said Guarantee has to be
referenced with the relevant Tender Number.
Failure to produce the said guarantee within the prescribed 7 (seven) days period may lead to the
Contract being considered as having been abandoned, in which case, you will become liable to the
relevant penalties stipulated in the General conditions of Contract.
Yours faithfully,
Director of Procurement
I agree and confirm
------------------------Name of Tenderer & Signature
Page 29
VOLUME 2 SECTION 2 – GENERAL CONDITIONS
The full set of General Conditions for Supply Contracts Version 1.06 dated 4th January 2016 can be
viewed/downloaded from:
http://contracts.gov.mt/en/Resources/Pages/Resources.aspx
It is hereby construed that the tenderers have availed themselves of these general conditions, and have
read and accepted in full and without reservation the conditions outlined therein, and are therefore
waiving any standard terms and conditions which they may have.
These general conditions will form an integral part of the contract that will be signed with the successful
tenderer/s.
Page 30
VOLUME 2 SECTION 3 – SPECIAL CONDITIONS
These conditions amplify and supplement, if necessary, the General Conditions governing the
contract. Unless the Special Conditions provide otherwise, those General Conditions remain fully
applicable. The numbering of the Articles of the Special Conditions is not consecutive but follows the
numbering of the Articles of the General Conditions. Other Special Conditions should be indicated
afterwards.
General
Kindly note that wherever there is the term „Central Government Authority‟ in the General Conditions, it
is deemed to read as „the University of Malta‟.
Article 2: Law and language of the contract
The Laws of Malta shall apply in all matters not covered by the provisions of the contract.
The language used shall be English.
Article 3: Order of precedence of contract documents
The contract is made up of the following documents, in order of precedence:
(a) the Letter of Acceptance,
(b) any other applicable documents.
Addenda have the order of precedence of the document they are modifying.
Article 4: Communications
4.1 Director of Procurement
Administration Building
University of Malta
Msida
Telephone: +356 2340 2212/3
Fax:
+356 21314307
Email:
tenders.procurement@um.edu.mt
Web:
www.um.edu.mt/procurement
All communications must be done in the English Language, as per General Conditions
Article 7: Supply of Documents
As per General Conditions
Article 8: Assistance with Local Regulations
The contractor shall comply with and fulfil all obligations imposed by Act 19 of the Police Laws and shall
give all notices, obtain all permits; pay all fees that may be lawfully demanded by Public Offices in
respect of works and complies with all requirements of the law and lawful authority.
The contractor shall be responsible for the satisfactory working of the complete installation to the entire
satisfaction of the Engineer as regards workmanship, materials, execution and maintenance within the
guarantee periods specified and shall be responsible for compliance with all Statutory and Local
Regulations and for compliance with all the tests required by the Engineer and all tests required by
Enemalta Corporation.
Page 31
Article 9: The Contractor’s Obligations
The provisions of Legal Notice 281 of 2004 and all relevant regulations and subsequent guidelines
pursuant to the Code of Practice for the Construction Industry 2006, shall be adopted throughout the
construction phase of the Project.
Without prejudice to the Contents of Articles 9.1 to 9.6 of the General Conditions:The Contractor will be responsible for the safety of the works (including the materials and plant) until
they are taken possession of by the University and shall stand the risk and be responsible for and must
with all possible speed make good, all damage caused by accident, weather, storm or any other causes at
his own expense.
The Contractor must cover up and protect from damage from any cause, all new work. He must supply
protection from the whole of the works executed and any damage caused must be made good by the
contractor at his own expense
The work shall be carried out in accordance with the directions and to the satisfaction of the architects,
specifications and Schedule of Quantities and such further drawings and directions as may from time to
time be given by the architects or supplied by the contractor as part of this contract. If the work shown
on any such direction be in the opinion of the contractor, extra to that comprised in the specifications he
shall, before proceeding with such work, give notice to this effect to the architects, but if no notice is
given to the architects before the execution of the work, the contractor shall have no claim to any extra
payment in respect thereof.
Article 11: Performance Guarantee
The value of the Performance Guarantee is 4% of the Contract value and must be presented within 7
calendar days of the Letter of Acceptance date.
The performance guarantee shall be in the format given in Volume 2 Section 4 and shall be provided in
the form of a bank guarantee. It shall be issued by a bank in accordance with the eligibility criteria
applicable for the award of the contract. The guarantee will only be released in accordance with the
Conditions of Contract.
Article 12: Insurance
a)
All risks insurance:
The contractor is to insure in the joint names of the Contracting Authority, the works against loss
and damage by fire, storm tempest, lightning, floods, earthquake, aircraft or anything dropped
there from aerial objects, riot and civil commotion for the full value thereof plus 15% of all the
works executed and all unfixed materials intended for, delivered to or placed on or adjacent to the
works and shall keep such works, materials so insured until the completion of the works.
b)
Third party insurance:
Without in any way limiting his responsibility under paragraph (a) above, the contractor shall effect
a policy of insurance against the risks mentioned therein to cover an amount of not less than
€500,000 (five hundred thousand Euro) for any one occurrence with the number of occurrences
unlimited. The policy shall be in the joint names of the Contracting Authority and the contractor
and shall include cross liabilities clauses
Article 13: Performance Programme (Timetable)
As per General Conditions
Article 14: Contractor’s Drawings
As per General Conditions
Page 32
Article 15: Tender Prices
15.1 The tendered rates shall be inclusive of all work as specified, as well as any other works that are of a
contingent or indispensable nature for completing the work in its entirety. The rates shall be exclusive of
VAT but 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. Tenderers are to give rates as quoted for. No claims
arising from lack of ascertaining the site condition shall be entertained.
15.2 The tendered rates shall be fixed rates and no allowance will be made for fluctuations in rates and
prices or for any increase or decrease in the cost of labour and/or materials and other costs mentioned
under Clause 15.1
Article 17: Patents and Licences
As per General Conditions.
Article 18: Commencement Date
Following the signature of the Letter of Acceptance, the Contractor will be notified in writing to
commence works on site.
As soon as possession of the site is given to the Contractor, he shall proceed with the works and complete
same as soon as possible. It is essential that the whole of this work be completed at the earliest possible.
Article 19: Period of Performance
It is to be made absolutely clear that all equipment is immediately ordered once the Letter of
Acceptance is issued and received by the awardee of this tender. All equipment must be installed
within fifteen (15) days from the ‘the order to install the equipment’ issued by the Project Leader
with tentative installation month being September 2016.
Article 21: Delays in Performance
21.1
If the Contractor fails under his own responsibility to deliver any or all of the goods or perform
the services within the time limit(s) specified in the contract, the Contracting Authority shall, without
formal notice and without prejudice to its other remedies under the contract, be entitled, for every day
which shall elapse between the expiry of the contractual period and the actual date of completion, to
liquidated damages equal to 5/1000 of the value of the undelivered supplies to a maximum of 15% of the
total value of the contract.
21.2
If the non-delivery of any of the goods prevents the normal use of the supplies as a whole, the
liquidated damages provided for in paragraph 21.1 shall be calculated on the basis of the total contract
value.
21.3
If the Contracting Authority has become entitled to claim at least 15% of the contract value it
may, after giving written notice to the Contractor and after having obtained the prior approval of the
University of Malta:-
seize the performance guarantee;
and
terminate the contract, in which case the Contractor will have no right to compensation;
-
enter into a contract with a third party for the provision of the balance of the supplies.
The Contractor shall not be paid for this part of the contract. The Contractor shall also be liable for the
additional costs and damages caused by his failure.
Page 33
21.4
Besides the penalties for delay envisaged in these conditions and without prejudice to all his
other liabilities arising out of the contract, the contractor shall also become liable to a penalty if the rate
of progress of the work throughout the contract period is not satisfactory. The contractor shall be
considered to be in default if he fails to carry out every month at least 70% of the estimated monthly
average progress. For the purpose of assessing such average progress the value of the contract shall be
divided by the number of months stipulated in the contract period. Within each month the contractor
should complete works whose value is equivalent to the average progress obtained as above. However, in
the case of contracts having a completion period of 6 or more months, no penalty shall be imposed in
respect of the first month from the date of allocation of the contract. Should the contractor‟s progress
fall below the minimum percentage progress, he will become liable to a penalty equivalent to 2% of the
value of the contract in respect of every month during which progress is below standard. If the contractor
completes the whole contract within the stipulated period, the Government may consider the refund of
any penalties the contractor may have incurred for slow monthly progress.
Article 22: Variations
Subject to the provisions of Article 78 of the Public Contracts Regulations 2010, the University of Malta
reserves the right to vary the quantities specified. The total value of the supplies may not rise or fall as a
result of the variation in the quantities by more than 25% of the contract price. The unit prices used in
the tender shall be applicable to the quantities procured under the variation.
Article 23: Suspension
The words “Community Budget” are to be replaced by the word “Capital Budget”
Article 24: Quality of Supplies
a)
All materials required for the completion of the works specified shall be provided by the contractor.
b)
The work is to be carried out in the best customary practice and the architect in charge is to be
satisfied that the quantity of the materials conforms to that specified herein.
c)
The contractor shall provide without extra charge all labour and equipment required by the architect
in charge of testing, measuring or proving the efficiency of any of the materials used or of any
portion or portions of the completed works.
d)
The Contractor shall guarantee the works that he has carried out, for a Minimum period of twelve
months after completion, against defective materials and all workmanship.
Article 25: Inspection and Testing
Tests on any materials, causes, etc. may be taken at any time during the course of the works and the
contractor shall be bound to provide the architect with all such assistance, instruments, machines, labour
and materials as are normally required for examining, measuring and testing any work, and the quality,
weight or quantity of any materials used and shall supply samples of materials before incorporation in the
works, for testing as may be required by the architects, the Project Manager or Supervisor.
Article 26: Payments: General Principles
26.1 Payments shall be made in Euro.
26.3
The period quoted in Article 26.3 of the General Conditions may be subject to change according
to the particular needs of the Department up to a maximum of 60 days.
26.5 The following payment schedule shall be applicable:a) 100% of the contract price following the issue of a provisional acceptance certificate of the
supplies as installed and commissioned.
26.9
Price revision - As per General Conditions
Page 34
Article 28: Delayed Payments
The period quoted in Article 28.1 of the General Conditions may be subject to change according to the
particular needs of the Department
Once the deadline laid down in Article 28.1 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 30.6: Supervisor and Supervisor's representative
i)
The Supervisor (and or Architect in Charge) and Supervisor's representative (and or Project Manager
as delegated), shall have the power, during the course of the work, to order the contractor to
remove from the site any materials which are considered to be of an inferior quality. He shall also
have the power to order the removal and a proper re-execution of any work executed with the
rejected materials in a manner contrary to the spirit of the specifications. Such orders shall be
carried out by the contractor at its own expense.
ii) In case of default on the part of the contractor to carry out such orders, the Supervisor (and or
Architect in Charge) and Supervisor's representative (and or Project Manager as delegated), shall
have the power to employ and pay other persons to carry out same at the contractor‟s expense; such
expenses will be deducted from any monies that may be due to the contractor.
iii) The contractor shall, if ordered in writing by the Supervisor (and or Architect in Charge) and
Supervisor's representative (and or Project Manager as delegated), suspend the works or any part
thereof for such periods and at such times as so ordered and shall not, after receiving order, proceed
with the work there in order to be suspended until he receives written authority from the Project
Manager, to proceed therewith. The contractor shall not be entitled to claim compensation for any
loss or damage sustained as aforesaid.
iv) Should it appear to the Supervisor (and or Architect in Charge) and Supervisor's representative (and
or Project Manager as delegated), or any duly authorised member of his staff that any work in
progress is being executed in a faulty manner, with unsuitable materials, by unskilled workmen/or by
any means or manner not in accordance with the contract documents, then he or they may order
immediate suspension of such faulty works by direct order to the contractor‟s supervisory staff,
foreman or ganger, until such time as the contractor shall adopt remedial measures to the
satisfaction of the Supervisor (and or Architect in Charge) and Supervisor's representative (and or
Project Manager as delegated). Such order shall be complied with immediately the contractor shall
not be entitled to any extra payment, compensation or extension of time for the completion on
account of such suspension as per (iii) of this Clause.
Article 31: Provisional Acceptance
As per General Conditions.
Article 32: Warranty Obligations
The Contractor shall replace at his expense any goods, which is proven to be defective even after
completion.
Page 35
Article 40: Amicable dispute settlement
If the amicable dispute settlement procedure fails, the Parties may, in the case of decentralised
contracts, agree to try conciliation through the Maltese Conciliation Procedure. If no settlement is
reached within 120 days of the start of the conciliation procedure, each Party shall be entitled to move
on to the next state of the dispute settlement procedure.
Article 41: Dispute Settlement by Litigation
Any dispute between the Parties that may arise during the performance of this contract and that has not
been possible to settle otherwise between the Parties shall be submitted to the arbitration of the Malta
Arbitration Centre in accordance with the Arbitration Act (Chapter 387) of the Laws of Malta.
This law is based on “Model Law” which is the Model Law on International Commercial Arbitration
adopted on June 21, 1985 by the United Nations Commission on International Trade Law reproduced in
the First Schedule of the Arbitration Act.
Article 44: Checks and Audits
Not Applicable
Page 36
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
Dear Sir,
Our Guarantee Number .......................... for €......................
Account: [Account Holder’s Name]
In connection with the contract entered into between yourself on behalf of the Director of Contracts and
[Name and Address of Contractor] hereinafter referred to as “the Contractor” as per the latter‟s tender
and your acceptance under [UM File Reference], whereby the contractor undertook the [title of
contract] in accordance with Article 13 of the Special Conditions the [works/services/supplies] as
mentioned, enumerated or referred to in the Specification and/or Bills of Quantities forming part of the
contract documents, we hereby guarantee to pay you on demand a maximum sum of €[amount in works
and numbers] in case the obligations of the above-mentioned contract are not duly performed by the
Contractor.
This guarantee will become payable on your first demand and it shall not be incumbent upon us to verify
whether such demand is justified.
For avoidance of doubt it is hereby declared that although this instrument gives rise to legal relations
between the guarantor and the beneficiary, it is hereby specifically declared for all intents and purposes
of law that this guarantee does not exempt the above-mentioned Contractor from any obligations, acts of
performance or undertaking assumed under the tender documents as ratified in the contract.
Any payments due to the contractor in respect of the obligations entered into under the contract above
referred to shall be made through this Bank.
This guarantee expires on the [expiry date] and unless it is extended by us or returned to us for
cancellation before that date any demand made by you for payment must be received in writing not later
than the aforementioned expiry date.
This document should be returned to us on utilization or expiry or in the event of the guarantee being no
longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry
date, this guarantee shall be null and void, whether returned to us or not, and our liability hereunder
shall terminate.
This guarantee is personal to you, and is not transferable or assignable.
Yours Faithfully,
.............................................
[Signatory on behalf of Guarantor]
Page 37
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE –
Not Applicable for this tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of 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 38
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 39
1
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
3.1.1 Special notes to the technical specifications
3.1.1.1
This tender forms part of a larger project for the refurbishment of the Fourth Floor of the
Junior College, University of Malta. In this respect it is important that the awardee of this tender
attends the progress meetings that are held between the Project leaders and all the other awardees
of the other tenders which form part of this project, in order for the programme of works to be
established and adhered to. For the purpose of this tender, it is extremely important that all
equipment is immediately ordered once the Letter of Acceptance is issued and received by the
awardee of this tender. All equipment must be installed within fifteen (15) days from the ‘the
order to install the equipment’ issued by the Project Leader, with tentative installation month
being September 2016.
3.1.1.2
For every item the brand, model number and manufacturer name must be specified.
3.1.1.3
Equipment offered must conform to the technical specifications provided in the tender.
Specifications which are better may be accepted. If in doubt bidders are advised to seek
clarifications.
3.1.1.4
Bidders are encouraged to seek any academic discounts, which may be applicable to the
University of Malta, from the equipment manufacturer(s) prior to submitting their bid for this tender.
Detailed specifications for each type of equipment required are given in the following sections.
3.1.1.5
Powered hardware must be fitted with UK-type MSA BS 1363 plug and configured for a
230V/50Hz supply unless otherwise stated.
3.1.1.6
Warranty shall be 3 years unless stated otherwise. The AV contractor shall replace
faulty/defective equipment within 10 working days.
3.2 Scope
The provision of systems as outlined in this specification for the equipping of teaching and learning
spaces.
Such provision includes: detailed design, engineering, drawing, documenting, manufacture, testing,
delivery, erection, installation, labelling, programming, commissioning, documentation, and
maintenance, demonstration to the Client and training of the Client‟s staff and making good of
defects during the warranty period. Maintenance options do not form part of the contract but, if
accepted by the University, shall be signed separately at the time of the contract.
3.3 Technology updates
At an agreed date prior to the purchase of items of equipment by the Contractor, a meeting shall be
held with IT Services to discuss any changes since the time of the tender. This may be due to the
introduction of newer models with upgraded functionality. This process shall not be used as a reason
for any delay to the purchase of equipment and its subsequent installation.
Page 40
3.4 The Tender return shall include:
3.4.1
3.4.2
3.4.3
3.4.4
Itemised list of all equipment proposed, including all equipment necessary to develop the
complete functioning systems, whether or not the equipment is specifically identified in the
tender document. Each piece of equipment shall be individually priced.
Basic functional drawings illustration conceptual system architecture where any proposed
equipment/system deviates from the tender documents.
Costs associated with providing a service agreement as indicated within the tender documents.
A fixed sum for all other services that shall comprise the total systems cost including delivery,
installation and setting to work, broken down as indicated in the schedule of equipment and
services.
3.5 Quality assurance
Accreditation to ISO 9001/9002 is not a requirement, but is considered beneficial. Whether accredited
or not, the Tenderer shall produce a Quality Manual to demonstrate his ability to comply with the
general requirements of ISO 9001/9002.
The Tenderer shall also outline his approach to the project, including Construction design and
Management Regulations requirements and health and safety policy.
In particular, the Tenderer shall describe the quality assurance procedures for the following:
a. to ensure that design drawings are correct, fully coordinated with the works of others and
accurate;
b. to enable others, executing their obligations under the contract, to provide in good time the
necessary information, materials and labour to complete the works;
c.
to assess the quality of workmanship both off site and on site
3.6 Control system programming
The Tenderer‟s price shall allow for tweaking/reprogramming of all control systems up to 4 months
after project commissioning and handover in order. Tweaking/reprogramming includes the alteration
of user interfaces, sequences of operation and operational levels as instructed by IT Services.
3.7 Spares
The Tenderer shall provide a list of common spare parts including prices. This shall be listed
separately from the BoQ. Tenderer shall warrant that such spares will be available for a period of at
least 5 years after commissioning and prices listed shall remain valid for at least two years after
commissioning.
3.8 Responsibilities and approach
The Contractor shall provide systems as described in the Tender Documents and shall have the
responsibility to implement the system as per design and technical specifications. Should the bidder
notice any errors, omissions or ambiguities in the Tender Documents these shall be brought to the
attention of IT Services immediately for clarification.
Any offers having different design concepts will not be accepted unless this has been brought to the
attention of IT Services immediately for clarification.
The AV Contractor shall coordinate all requirements for power and containment with the Estate and
Works Department and the M&E Contractor.
The AV Contractor shall coordinate all items of architectural integration with Estate and Works
Department.
The AV Contractor shall liaise closely with the IT Services representative with regard to:
Page 41
● Final choices of equipment and the extent of systems purchased within the Contract
● The programming of control panels, rack layouts and general ergonomics of the systems.
● The AV Contractor shall have a fully collaborative and open approach to the project, working
closely together with IT Services to achieve highly successful and integrated systems.
3.9 Assembly
The AV Contractor shall procure and assemble all hardware and equipment and any additional
materials as required to produce the completely functioning systems.
a.
Software programming
The AV Contractor shall perform all software programming required to develop complete operating
systems in accordance with the Tender Documents, including all control logic and graphical user
interface programming (this excludes the programming of data network switches).
b.
Installation
The AV Contractor shall install all systems at the Project site, as per the Tender Documents.
c.
System test and adjust
The AV Contractor shall perform all tests and adjustments, shall furnish all test equipment necessary
and perform all work required to verify performance of the systems in accordance with the Tender
Documents. When these initial tests and adjustments are completed, the AV Contractor shall notify
the IT Services representative that the systems are in compliance with the Tender Documents and are
ready and complete for acceptance tests.
All test equipment shall be calibrated before delivery to site and throughout the testing period.
Failures detected during testing shall be duly noted and addressed.
3.10 Acceptance tests and handover
All commissioning, demonstration and inspection activities shall be arranged in conjunction with the
IT Services representative.
Prior to handover of the completed system to IT Services, the AV Contractor shall have thoroughly
checked the operation of the complete systems. Both subjective and objective tests may be required
by the AV Contractor to determine compliance with the Tender Documents. The AV Contractor shall
provide the test equipment necessary to demonstrate the compliance of equipment with
manufacturers‟ specifications and with the Tender Documents.
3.11 Operational Training
The AV Contractor shall provide a total of 16 hours in 2 hour sessions over an agreed number of days
of operational training for IT Services staff, instructing them on the systems capabilities and
troubleshooting as indicated in the Tender Documents. This is over and above any instructions given
during handover of the system.
The AV Contractor shall establish the specific structure and scheduling of training provided in
cooperation with IT Services and can be utilised anytime within two years of commissioning.
Appropriate training materials (operating summaries, handouts, etc) shall be provided at the training
session(s).
3.12 Technical support
The AV Contractor shall ensure that a Technician or Technicians, knowledgeable in the design and
operation of the systems, are contactable to provide support of system use during the first 30 days
Page 42
that the systems are in operation. The Technician shall be prepared to assist with any technical or
operational issues that may arise. The Technician shall be available during normal University
operational time and regular business hours. Such support shall be provided free of charge and is over
and above any maintenance/call-out agreement or other obligations of the supplier.
Call-outs:
Call-out normal: 8:00 to 17:00 Monday to Friday
Call-out overtime: 17:00 to 22:00 Monday to Friday & Saturday all day
Call-out abnormal: 8:00 to 22:00 Sunday & Public holidays.
The AV contractor shall keep these call-out rates fixed throughout the warranty period. Call-out
response time shall not exceed 2 working days.
3.13 Related work by others
The AV Contractor shall attend coordination and project meetings to coordinate and assure the
compatibility of the systems with the following related work, materials and/or equipment being
furnished and/or installed by others:
3.13.1 Cable containment
All conduit, wire ways, connection boxes, pull boxes, junction boxes and other accommodations for
routing of low voltage signal cabling. The AV Contractor shall review the containment design to ensure
that the rules for containment adjacency have been followed, to help limit the risk of noise on the
audio and video systems.
3.13.2 Line voltage electrical
All power supplies, grounding, electrical panels, power receptacles and interconnecting wiring. The
AV Contractor shall review the implementation of the technical power and earthing system to help
limit the risk of noise on the audio and video systems.
3.13.3 Equipment support structures
Design, fabrication and installation of all structural supports required for rigid and safe connection of
equipment items to the building structure.
3.14 Assembly and installation requirements
System installation
The AV Contractor shall provide all equipment, items, articles, materials, and operations listed,
mentioned in the Tender Documents, including all tools, plant, scaffolding, labour, supervision and
incidentals necessary and required for the completion of the works and the full and satisfactory
operation of the systems. Scaffolding and other access equipment is the responsibility of the AV
Contractor.
Installation shall include the following:
1. Un-boxing, sitting in place, fastening to walls, floors, ceilings, counters or other structures where
required of all equipment except as otherwise noted.
2. Interconnection of the components of the systems.
3. Equipment alignment and adjustment.
4. All other work whether or not expressly required herein which is necessary to result in completely
tested and operating systems. The AV Contractor shall allow for regularly clearing all the residual
rubbish in his work areas, including removal of packing, off-cuts and other materials away from the
site.
Page 43
Cable Management Terminations
All cabling shall be terminated to ISO/IEC 11801 and EN 50174-1 standards.
Cable dressing shall keep in mind that maintenance may need to be done in the future. Service loops
shall allow removal of equipment, or to extend equipment that is mounted in the rack on rack slides.
Where there is no rear access to the rack mounted equipment, this requirement shall be carefully
addressed, and cabling shall be of sufficient length to enable the removal and replacement of any
individual piece of equipment with all others in place.
The AV Contractor shall determine the desired method of securing cables within any equipment
consoles and racks.
The following requirements must be met:
Plastic cable ties are the preferred method of cable lacing. Lay-in systems are not acceptable except
as applied to a horizontal cable tray.
Wires and cable shall be installed in a neat and orderly way, with like cable types following similar
paths. Groups of cables shall be neatly combed and harnessed. Harnessed groups of cables shall be
anchored at suitable intervals to reduce and relieve wire strain, especially strain on connections.
Adequate service loops shall be provided at all cable endpoints.
Some rack-mounted equipment utilises slide assemblies for front extension while in operation. For this
type of mounting, additional, carefully dressed service loops on all cables shall be provided and
installed with spring operated cable retractor assemblies to gather and recoil the service loop.
No point in a cable path shall be subjected to a bend radius of <8 times the cable diameter or the
minimum cable bend radius specified by the manufacturer whichever is greatest.
Captive cables shall not be laced such as to prevent removal of the equipment to which they are
captive.
Wires and cables shall be segregated according to signal type. In addition, audio circuits shall be
subdivided into three classes: microphone level, line level and loudspeaker level.
Microphone level audio circuits shall be kept ≥75mm from any other type of parallel signal circuits and
≥150mm from any parallel 230/415V mains supply (AC supply) power circuits.
Loudspeaker level audio circuits shall be kept ≥75mm from line level audio and AC supply power
circuits. Line level signal circuits shall be kept ≥75mm away from any parallel AC supply power
circuits.
Where circuits of different types must cross, they shall do so at right angles and then return to the
above required separations in as short a distance as possible.
Conductors, wires, and cables shall be continuous between termination points. Splices are
unacceptable.
Cable tie and lacing installation shall be accomplished using hand tools specifically designed to apply
proper tension to the cable tie, and to cut the end off flush with no protruding sharp edges. The AV
Contractor‟s field supervisor shall spot check assemblies using cable ties both visually and by touch,
thereby detecting any sharp edges of improperly cut cable ties. Install cable ties on all cable runs of
two or more cables that are not supported by raceway, cable tray or other means. Place cable ties ~
150mm apart. Do not use more cable ties than are necessary for a neat installation. Cable ties shall
not be applied with excessive force that may damage or deform sensitive and fragile cables.
Rack mounting rails shall not be used for cable lacing. Lacing bars and/or tie mount bases mounted to
cabinets or console shall be provided where appropriate.
Page 44
3.15 Cable types
The AV Contractor shall detail the cables required for implementation of the design. Full
specifications for all Technical Systems Cables shall be submitted for review and approval by IT
Services prior to use.
The cabling shall be selected on the assumption that it will be mounted within trunking or conduit.
Where alternative open containment is used, IT Services and the AV Contractor shall determine
building and other regulating authority requirements for cables installed as part of the Project. If the
cable type does not comply with these requirements alternate compliant cable types, and/or
encasement in complying trunking or conduits, shall be installed.
3.16 Power cords
All equipment power cords shall terminate in a standard plug that shall be wired in compliance with
governing codes and standards. The power cord may be laced to the rack if the cord is removable at
the power connector on the piece of equipment. This is to allow removal of the equipment without
undoing the cable lacing. Power cords shall not be placed in the same bundle with signal or control
cables. If the power cord is fixed to the equipment, the cable shall be dressed separately from all
other cables terminating at the equipment to facilitate easy removal of the equipment. All power
cords shall be plugged into an AC supply power distribution strip that shall be pre-wired into the rack.
Cable termination
All cabling shall be terminated to ISO/IEC 11801 standards for audio equipment interconnects, the AV
Contractor shall make every effort to use equipment with balanced inputs and outputs. When this is
not possible, ie to meet specification, the following are recommended (in order of preference):
• An electronic balancing device (professional interface) or balancing transformer shall be utilised.
• In the case of an unbalanced output driving a balanced input, forward referencing shall be utilised.
• An active-balanced to unbalanced interconnect is not recommended.
The AV Contractor shall choose the best wiring practices to achieve maximum audio and visual quality
and resistance of systems to electrical noise.
Wire and cable termination shall include all aspects of equipment connection, including, but not
limited to, the following:
• wire and cable length
• protective jacket removal
• conductor separation, dressing and trimming
• conductor stripping
• connector device installation including, but not limited to, the following:
• conductor termination
• shell assembly
• strain relief installation
• locking/latching device installation
The AV Contractor shall determine and affirm the type and extender for all required mating
connectors. Since manufacturers of equipment may change connector types and wiring, the AV
Contractor shall verify this aspect of the design prior to cable fabrication and installation.
Exposed portions of shield shall be protected with PVC heat shrinkable sleeving. Exposed ends of outer
jackets on shielded cables shall be insulated with sleeves to eliminate the possibility of portions of the
cut off foil shield touching adjacent shields or metal. Bare shield drain wires shall be insulated with
small diameter clear Teflon or PVC heat shrink (as appropriate) from under the sleeve to within 3mm
of the point of termination.
3.17 Cable and conductor preparation
Individual cable conductors, shield or their insulation shall not be nicked or cut. The cable outer
jacket shall be cut square. Insulation shall be removed from conductor such that conductor strands
Page 45
shall not be nicked to the extent that base metal shows through the plating and wire strands remain in
the original lay, and are not combed out. The conductor‟s insulation shall be cut square within 6mm
of the outer diameter of the insulated conductor. If required, the conductor shall be tinned with a
minimum amount of solder.
3.18 Connectors
Only premium quality cable connectors shall be used. All cable mounted connectors shall be covered
by a connector hood or shall have crimp ferrules which securely grasp the cable outer jacket to
provide protection to the rear connections made on the connector and provide strain relief for the
cable. All connectors shall have incorporated a mechanical means of attaching the connector to its
mate to assure that a connector shall not fall off unless intentionally removed.
3.19 Solder connections
Only the finest quality lead free solder with internal flux shall be used. Solder fillets shall wet and
flow around conductor and terminal. In no case shall the general outline of the conductor be visible in
excessive solder.
The insulation shall not be charred, melted or burned by the soldering operation. There shall be no
evidence of either contamination. The final solder joint shall be bright and shiny and show no
evidence of being a “dry” joint. Mechanical connections made to terminals prior to soldering shall be
the minimum required to reliably retain wire, usually a simple bend around solder eyelet or post.
Avoid practice of multiple wraps on solder terminals, as this makes conductor removal very difficult
after soldering.
3.20 Insulation displacement connections
Insulation displacement connections such as ribbon cables and the telephone connector technology
shall only be installed with termination tooling as specified by the connector manufacturer. If shown
in the connector manufacturer‟s data, the controlled-cycle crimp tool shall be selected. If the
manufacturer has a multi-conductor mass-termination tool available, this shall be selected for all
connectors of ten pins or more. Individual conductors of cables installed on IDC terminal blocks shall
not be stripped, and shall be punched down with a spring loaded impact tool designed for this specific
purpose. Bare cable conductors shall be insulated with Teflon, PVC heat shrink or other insulating
sleeve prior to being punched down on terminal block. During the punch down process, the free end of
the conductor shall be cut off, and the installer shall ascertain that this cut off end is not left within
the block or block assembly. Only cables designed specifically for insulation displacement termination
with the specific termination device employed shall be used.
3.21 Crimp connections
Where crimp connectors are utilised, they shall be installed using the manufacturer recommended
controlled cycle crimp tool that assures that the proper crimp pressure has been applied. The AV
Contractor shall ensure that the crimp tooling is properly checked for compliance with the
manufacturer‟s standards, and that it is producing crimp-type connections within the required
tolerances. The frequency of this depends on the usage and on the length of time a particular tool
holds its calibration. Only tooling recommended by the manufacturer shall be used. Only pins and
connectors of the proper size and design for the cable to which they are to be applied shall be used.
There shall be no abnormal deformation of the contact during the crimping operation. There shall be
no damage to the contact during the crimping operation that could interfere with its retention in its
shell or it‟s mating, nor to the conductor that either severe strands or exposes the individual strand's
base metal by the crimping operation.
3.22 Screw connections
Only insulated crimp on spade terminals shall be used for application to barrier strips. Ring lugs are
not acceptable for this purpose. All conductors shall be stripped prior to installation underneath
screws on terminals.
Page 46
3.23 Lifespan and availability
All equipment and electronic, systems shall operate under normal conditions 12 hours a day, 365 days
per year.
3.24 Maintainability
Components shall be accessible for inspection, maintenance and repair with minimal disassembly of
other components or surrounding equipment.
3.25 Equipment modifications
The systems have been designed to utilise new “off the shelf” equipment. Every effort has been made
to avoid the use of custom or modified equipment. However, some equipment may require
modifications to accommodate installation, remote control or other integration requirements. Where
equipment must be modified to conform to the Tender Documents, the modifications made shall in no
way affect the performance of the equipment as published by the manufacturer. Equipment
modifications shall comply with the Tender Documents.
4.0– Projectors & installation brackets
4.1 – Short Throw Projector & ceiling bracket
Technology: DLP/LCD
Projected output aspect ratio: 16:9
Resolution: 1080p (1920x1080) Full HD or WUXGA (1920x1200)
Lumens: 4000 or better
Audible Noise : 35 dBA or better
Lamp hours : 3000 or more
Connections: HDMI , RS-232, RJ45, Lan, Stereo line out
Throw Ratio: 1.2-2.10 : 1
Easily managed over the network.
Projector shall allow for keystone and image offset adjustment for an optimal image
quality to cover the whole projection area without any distortion.
Universal ceiling mount bracket include height adjustable pole.
Note: Projection screens are not in the scope of this tender document.
4.2 – Ultra-Short Throw Projector & wall mount bracket
Technology: DLP/LCD
Projected output aspect ratio: 16:9
Resolution: 1080p (1920x1080) Full HD or WUXGA (1920x1200)
Lumens : 3500 or better
Audible Noise : 35 dBA or better
Lamp hours : 3000
Connections: x1 HDMI , RS-232, RJ45, Stereo line out
Throw Ratio: 0.25 : 1
Easily managed over the network.
Projector shall allow for keystone and image offset adjustment for an optimal image
quality to cover the whole projection area without any distortion.
High quality wall mount bracket with extruded arm and adjustable mounting plate.
Note: Projection screens are not in the scope of this tender document.
Page 47
4.3 – 40” Professional Display Screen
40” professional display screen
Resolution: 1920x1080 (Full HD)
Brightness: 300cd/m2 or better
Contrast ratio: 4000:1 or better
Integrated speakers (10W + 10W) or better
Connectivity: x2 HDMI/DVI-D IN and x 1 DisplayPort IN
Control: RS-232, RJ-45
VESA mounting
Operating hours: 12/7 or better
Special features to limit operation of the following:
o Input source change
o Lock remote control & product buttons
o Block USB port
4.4 – 55” Professional Display Screen
55” professional display screen
Resolution: 1920x1080 (Full HD)
Brightness: 300cd/m2 or better
Contrast ratio: 4000:1 or better
Integrated speakers (10W + 10W) or better
Connectivity: x2 HDMI/DVI-D IN and x 1 DisplayPort IN
Control: RS-232, RJ-45
VESA mounting
Operating hours: 12/7 or better
Special features to limit operation of the following:
o Input source change
o Lock remote control & product buttons
o Block USB port
4.5 – 65” Professional Display Screen
65” professional display screen including bracket
Resolution: 1920x1080 (Full HD)
Brightness: 300cd/m2 or better
Contrast ratio: 4000:1 or better
Integrated speakers (10W + 10W) or better
Connectivity: x2 HDMI/DVI-D IN and x 1 DisplayPort IN
Control: RS-232, RJ-45
VESA mounting
Operating hours: 12/7 or better
Special features to limit operation of the following:
o Input source change
o Lock remote control & product buttons
o Block USB port
Page 48
4.6 – Fixed wall mount bracket
Screen size: up to 65”
Max Load: 80kg
Adjustable in height
Bracket shall support items 4.3, 4.4 & 4.5 above
4.7 – Four way movement wall mount bracket
Professional four way movement wall mount
o Screen size: 65 inch
o Load capacity: To support items 4.3, 4.4 & 4.5 above.
o Tilt: 15 degree , Pivot: 270 degree, Swivel: 170 degree, Fold: 360 degree
o Mounting VESA 200 , 400, 400x200
5.0 – Speakers & Amplification
5.1 – Ceiling mount Speakers
2-way passive full range – 8 inch low frequency and 1 inch high frequency
Transformer Tap: Minimum of two taps 15 and 20W (100V)
Frequency Range (-10 dB): 50 Hz-20 kHz
On-axis Sensitivity 1 W / 1 m: 90 dB SPL
Coverage : Between 60 deg to 120 deg
Colour/Finish: White
Connectors: Screw Terminals
Dimensions (H x W ): approx. 110mm x 280 mm
Ceiling speaker shall be fitted to soffit panels
Page 49
5.2 – Self-Amplified Speakers (Pair)
Speaker Type: 2-Way Active Speaker wall mount
Frequency Response: 70 - 20.000 Hz
Max SPL: 90 dB or better
Power: 50W RMS or better
Input: Line input balanced
Voltage Range: 230 V
Colour/Finish: White
Dimensions : Not bigger than - 220 x 220 x 300 mm
Wall mount bracket
5.3 – 100 V Speakers Amplifier
Single channel 100V amplifier
Output power RMS 100V: 200watts or better
Rack mountable: 2U
Input: Line input balanced
Frequency response: 70Hz – 20KHz
Output: 1 channel
This device should drive item 5.1 above.
5.4 – Audio Mixer – Classroom
Professional Audio Mixer: 1U microphone input and line input mixer. All inputs shall
be used for microphone or line level inputs and has high pass filters and phantom
power selections for each input separately. Audio Mixer shall have a balanced master
output. The mixer shall have main EQ with a mid-frequency sweep which simplify to
eliminate the feedback frequency. All input channels shall have Signal / Clip
indicators which gives a direct overview of the input signals.
o
o
o
o
o
Frequency response 20 Hz – 20 kHz
Minimum X4 input balanced Mic/line level – XLR/Jack
Minimum X1 output balanced stereo – XLR/Jack
Phantom Power
1U Rack Mount
5.5 – Audio Mixer – Lecture Capture
Professional Audio Mixer: 3U microphone input and line input mixer. All inputs shall
be used for microphone or line level inputs and has high pass filters and phantom
power selections for each input separately. Audio Mixer shall have a balanced master
output. The mixer shall have main EQ with a mid-frequency sweep which simplify to
eliminate the feedback frequency. All input channels shall have Signal / Clip
indicators which gives a direct overview of the input signals.
o
o
o
o
o
o
o
o
Frequency response 20 Hz – 20 kHz
Minimum X4 input balanced Mic/line level – XLR/Jack
Minimum X2 input Stereo Line Level – Jack/Phonos
Minimum X1 output balanced stereo – XLR/Jack
Minimum X1 output Pre Fader Auxiliary – XLR/Jack
Minimum X1 output Post Fader Auxiliary – XLR/Jack
Phantom Power
3U Rack Mount or smaller
Page 50
6.0 – Microphones
6.1 – 1 channel wireless microphone system
Wireless frequencies should be in conformity with MCA regulations for the next 10
years
Transmitter
o Dynamic handheld Microphone
o Transmission frequency range: 1.785 – 2.4GHz
o Channels: simultaneous operation of up to 10 units
o Microphone type: Dynamic
o Directivity: Cardioid
o Frequency response: 50Hz-20KHz
o Rated HF output power:
10 mW
o Controls: Power On/Off
o Operating Voltage/Time : 2 x AA / 13 Hrs or better
o Supplier shall include 2 x AA 1.5V rechargeable lithium-ion batteries
o The system shall be supplied with Li-Ion battery charger
Receiver
o Type: True diversity
o Transmission frequency range: 1.785 – 2.4GHz
o Channels: simultaneous operation of up to 10 units
o Antenna inputs: 2
o Frequency response: 50Hz-20KHz
o Noise reduction: squelch
o Audio output, balanced: XLR/Jack
6.1.1 – Wireless body pack transmitter & lapel
Wireless frequencies should be in conformity with MCA regulations for the next 10
years
Transmitter
o Transmission frequency range: 1.785 – 2.4GHz
o Channels: simultaneous operation of up to 10 units
o Frequency response: 50Hz-20KHz
o Rated HF output power:
10 mW
o Controls: Power On/Off
o Operating Voltage/Time : 2 x AA / 13 Hrs or better
o Supplier shall include 2 x AA 1.5V rechargeable lithium-ion batteries
o The system shall be supplied with Li-Ion battery charger
Uni-directional Electret Condenser Lapel Microphone to work with transmitter
This wireless body pack transmitter should work with the receiver in item 6.1 above.
Page 51
6.2 – Gooseneck microphone
Professional 18” Gooseneck Condenser Microphone, Inline Pre-Amp, Cardioid, Black
Cartridge Type Electret Condenser
Frequency Response 70 Hz –16 KHz
Polar Pattern : Cardioid
Sensitivity (at 1 kHz , open circuit voltage) –33 dBV/Pa (22 mV)
Maximum SPL (1 kHz at 1% THD) 120 dB SPL
Signal to Noise Ratio (referenced at 94 dB SPL) 67 dB
Dynamic Range 93 dB
Power Requirements 11–52 V DC, 2.0 mA
Microphone to be supplied with desktop base
6.3 – Boundary microphone
Professional boundary electret condenser microphone
Cartridge Type Electret Condenser
Frequency Response 70 Hz –16 KHz
Polar Pattern Cardioid
Sensitivity (at 1 kHz , open circuit voltage) –32.5 dBV/Pa (23 mV)
Maximum SPL (1 kHz at 1% THD) 120 dB SPL
Signal to Noise Ratio (referenced at 94 dB SPL) 67 dB
Dynamic Range 93 dB
Power Requirements 11–52 V DC, 2.0 mA
Microphone to be installed on tutor desk.
7.0 – HDMI Matrix switcher
Inputs: x4 HDMI
Outputs: x2 HDMI
Audio out: x2 Balanced stereo audio output
Control – RS-232, Ethernet & contact closure
Resolution: 1920x1080
HDCP complaint
EDID capture
Feature to lock front buttons
Size: 19” 1U
Switcher shall be remotely accessible through a web browser to configure and
operate.
8.0 – 8 button controller
8 button configurable room controller.
X2 bidirectional RS-232 ports
X1 Relay contact closure port
X1 Ethernet port
Controller is intended to be interfaced and control items 4.1 & 7.0 above.
Controller shall be able to switch inputs & outputs on the HDMI matrix switcher and
switch ON/OFF projector.
Page 52
9.0 – Video Distribution Amplifier 1:2 HDMI
Input - 1 HDMI connector.
Output - 2 HDMI connectors.
Supports HDMI and HDCP.
Data Rate: 6.75Gbps (2.25Gbps per graphic channel)
Video Support - Full HD & 1080p @60Hz.
Rack Mountable.
10.0 – Video Distribution Amplifier 1:4 HDBaseT
1:4 HDMI to HDBaseT distribution amplifier
Input: 1 HDMI connector.
Output: x4 HDBaseT, connector RJ-45.
Data rate: 10.2Gbps (3.4Gbps per graphic channel)
Resolution: 1080p at 60Hz
Compliance: Supports HDMI and HDCP
11.0 – Switcher 3x1 HDBaseT
Inputs: x2 HDMI, x1 VGA, x1 unbalanced stereo audio
Outputs: x1 HDBaseT x1 unbalanced stereo audio
Ports: x1 Ethernet, x1 RS-232
Data rate: 10.2Gbps (3.4Gbps per graphic channel)
Resolution: 1080p at 60Hz.
Automatic input selection by priority.
Automatic Analog audio detection & embedding.
Switcher shall be remotely accessed through the Ethernet connection and a web
browser.
12.0 – Switcher 3x1 HDMI
Inputs: x2 HDMI, x1 VGA, x1 unbalanced stereo audio
Outputs: x1 HDMI, x1 unbalanced stereo audio
Ports: x1 Ethernet, x1 RS-232
Data rate: 10.2Gbps (3.4Gbps per graphic channel)
Resolution: 1080p at 60Hz.
Automatic input selection by priority.
Automatic Analog audio detection & embedding.
Switcher shall be remotely accessed through the Ethernet connection and a web
browser.
Page 53
13.0 – HDBaseT to HDMI
Input: x1 HDBaseT, connector RJ-45
Output: x1 HDMI
Data rate: 10.2Gbps (3.4Gbps per graphic channel)
Resolution: 1080p at 60Hz.
14.0 – HDMI to HDBaseT
Input: x1 HDMI
Output: x1 HDBaseT, connector RJ-45
Data rate: 10.2Gbps (3.4Gbps per graphic channel)
Resolution: 1080p at 60Hz.
15.0 – Active VGA to HDMI converter
Device should up- or down- scale the input and embeds the stereo audio into HDMI
output
Input – 1 VGA + Audio connector.
Output - 1 HDMI connectors.
Supports HDMI and HDCP.
Processing delay: 30ms or better
Input Resolutions - VGA, SVGA, XGA, 1280x800, UXGA, SXGA, WXGA, SXGA+, WXGA+,
WSXGA, WUXGA; HDTV: 480p, 576p, 720p @50/60Hz, 1080p @50/60Hz, 1080i
@50/60Hz
Output Resolution - 1080p @50/60Hz
16.0 – Camera for Lecture Capture
Sensor: 1/2.8” 2MP CMOS
Video Output: 1080p, 1080i 50 / 60 fps & 720p 60 / 50 fps
Optical Zoom: 10x
Panning angle: -170 ~ + 170 deg
Tilting angle: -30 ~ +90 deg
Preset positions: 12 or more
Video Output: DVI-I, Ethernet, CVBS (C-Video)
Network Interface: ONVIF / RTSP streaming / RTMP streaming
Camera control: RS-232 / RS-422 / Ethernet
Shutter speed: 1/1 ~ 1/10,000 sec
Focal Length: f = 5 ~ 50 mm
Horizontal viewing angle: 56.5 deg
Aperture: F1.8 ~ 3.0
Minimum Illumination: 5 lux
Gain Control: Auto
White Balance: Auto
Exposure Control: Auto
Focus System: Auto
Image Flip: Yes
Ceiling mount bracket
Page 54
17.0 – Desktop Document Camera
Camera: 1 – CMOS.
Imaging: 2D.
Horizontal resolution (lines): 980.
Frames per second: 60.
Native pixels of camera sensor: 1920x1080.
Firmware upgradable.
Built-in LCD preview monitor.
Optical zoom factor: 14x.
Digital zoom factor: 2x.
High speed Autofocus + Manual focus.
Tilt range of camera to audience / speaker: 120/100 deg.
Special working surface for transparencies.
Dry-erase working surface.
Digital image output: HDMI.
Ethernet/LAN port.
Intelligent folding system, pneumatic arm, 2-step set up.
Reflection free area on working surface.
Light source - maintenance free high-brightness LED light system.
Lamp lifetime: 30,000 hours.
Warranty 5 years.
18.0 – Tutor Workstation
18.1 - Tutor Workstation for lecture capture
o
o
o
o
o
o
o
o
o
19” Rackmount/shelf, 3U or less.
Depth of workstation should not exceed 600mm.
Processor: Intel Core i7
RAM: 8GB DDR3
Hard Disk Drive: 1TB SATA3
I/O ports: HDMI, DVI-D, RJ-45/Lan, x6 USB, Line IN (Audio jack)
PCI-Express slots for two capture cards
Qty 2 HDMI capture cards
 Input 1x HDMI type A connector
 PCI Express
 HD format Support: 720p50, 720p59.94, 720p60, 1080i50, 1080i59.94,
1080i60, 1080p23.98, 1080p24, 1080p25, 1080p29.97, 1080p30,
1080p50, 1080p59.94, 1080p60
 HDMI Audio Sampling: 48kHz & 24-bit
 Processing: Real time SD to 1080HD and 720HD during video capture
 Compatible with Mac OS, Windows & Linux
Supports Wake-On LAN, sleep and hibernate functions.
18.2 – LCD Tutor Screen & Bracket
TFT screen:
o Display size: 21”
o Native resolution: 1920x1080
o Aspect ratio: 16:9
o Brightness: 250cd/m2 or better
o Digital input signal: HDMI or DVI-D
o Security: Kensington lock
o Power: Integrated transformer
Page 55
Screen
o
o
o
o
o
o
o
o
o
o
o
o
o
bracket:
Designed with lift-and-pivot motion technology.
Cable management feature routes cables under the arm, out of way.
Bracket folds back over the base into a compact retracted position.
Made of durable polished aluminium
Arm, extension, desk clamp and grommet mount bases.
Desk clamp attaches to surface edge (10 – 60mm thick)
Grommet mount attaches through surface hole 8 – 50mm wide and up to
76mm thick.
Bracket Lift: 33cm
Tilt: 70deg Up and 5deg down
Pan: 360deg
Rotation: 360deg
VESA support
Extension: 64cm
19.0 – Connection panel
19.1 – Wall connection
Wall connection module complete with front plate to be installed on a standard 3x3
back box. This should include the following:
o One (x1) HDMI connection module.
Connection should be in such a way that the HDMI cable is not damaged.
19.2 – Desktop connection
Connection panel to be installed on the tutor desk. Panel should have the following:
o
o
o
o
o
o
o
o
One (x1) HDMI chassis connector
One (x1) VGA chassis connector
One (x1) Audio stereo jack 3.5mm
One (x1) 3 Pin XLR Female
Two (x2) BS1363 sockets
One (x1) Europlug socket
Two (x2) USB 2.1A charging ports
Power ON indication.
Supplied with the required leads to complete the installation.
Recessed type desktop connection panel will not be considered
Page 56
20.0 – Standard Power Distribution Unit
Standard Power Distribution Unit
19" RACK PDU 13Amp Sockets
 1U
 Horizontal mounting
 Minimum 6 outlets
 Master switch and neon indication
 BS 613 Approved complete with 2m Lead
21.0 – Induction Loop system
The induction loop systems allow hearing impaired people to hear more clearly.
Most hearing aids have a switch which allows them to pick up the
electromagnetic field generated by an induction loop system. The hearing aid
converts this signal into a sound suited to its user‟s specific hearing
requirements. Any person with a hearing aid positioned within or near the loop
can hear the loop signal by switching their hearing aid to the correct position.
The induction loop cable shall be installed in an appropriate cable containment
above soffit in rooms C408 and D409. Each room has an area of approximately
80m2. The system should be clear of noise and covers the whole area evenly.
22.0 – Installation (Refer to drawings 1-8)
Physically installing the equipment at the right place as requested (provision of
desks & 19” rack cabinets are not in the scope of this tender document however
any brackets or mounting kits shall be provided by the contractor). Labelling of
all terminations and equipment. Programming system settings and fine tuning
for the best setup. System commissioning and handover. Schematic drawings for
each installation is to be provided together with equipment being offered.
HDMI signal over 5 meters shall be converted over Cat6a. Patch leads to connect
devices to infrastructure shall be supplied as part of the installation.
Minimum technical specifications for audio visual cables and connectors
required to complete the installation are available in item 23 below. Any cables
and accessories not mentioned in the document but are required to complete
the system are to be supplied at no extra cost.
Where required programming configuration shall be established with the client
for optimum controller configuration. Minor programming adjustments shall
continue to be provided by contractor at no additional charge for a period up to
4 months from commissioning date.
23.0 – Cables and connectors
Cables and connectors required to complete the installation shall have the following minimum technical
specifications:
Page 57
23.1 – HDMI cables
Professional high speed HDMI cable.
Supports Full HD up to 4K, 3D, Audio return channel, and deep colour.
Gold plated plug contacts, threefold shielding and silver-plated inner conductor of
oxygen-free copper.
2 ferrite cores.
23.2 – Mic/Line Cable
Cross Section: 0.22mm 2
Insulation: PE.
Core Arrangement: 2 cores twisted to a pair.
Drain wire: stranded tinned copper, 7x 0.20mm.
Shielding: AL/PETP foil.
Overall Diameter: 3.4mm.
Min. bending radius: 20mm.
Conductor resistance: <85ohms/km.
Capacitance: Cond./Cond. 85 pF/m - Cond./shield: 160 pF/m.
Insulation Resistance: >10G ohm per km.
23.3 – Speaker Cable
Colour - Black.
Double insulated.
Properties: OFC oxygen free copper.
Inner conductor Ø 2 x 2.5 mm.
Inner insulation colour code: red positive & black negative
Insulation resist. Per 1 km: 0,005 GΩ.
Cond. resistance per 1 km: 4,5 Ω.
23.4 – Neutrik XLR connector (Male & Female)
Rugged zinc diecast shell, long lasting and durable.
Chuck type strain relief system for secure clamping of cables.
Boot with rubber gland to give high protection against bending stresses.
Capacitance between contacts: ≤ 4 pF.
Lifetime: > 1000 mating cycles.
Wire size: max. 2.5mm2.
Locking device: Latch lock.
23.5 – Neutrik 3 pole ¼” jack plug
Professional phone plug with robust metal shell and chuck type strain relief.
Rugged diecast metal shell.
Chuck type strain relief for optimum cable protection.
Lifetime: > 1000 mating cycles.
Wire size: 1 mm².
Page 58
23.6 – Neutrik Speakon Connector
Reliable and robust.
Cable strain relief for 6 - 15 mm cable.
Contact resistance- ≤ 3 mΩ.
Lifetime: > 5000 mating cycles.
Wire size: max. 4mm2.
23.7 – Neutrik HDMI Chassis Connector
Reliable and robust.
Connection Type - Adapter
Gender - female
Lifetime: > 5000 mating cycles.
Wire size: max. 4mm2.
Standard compliance HDMI 1.4 specifications
23.8 – Neutrik USB Chassis Connector
Reliable and robust.
Standardised D-shape housing
Reversible insert offering type A or B on front or rear end
Nickel or black chrome plating.
Standard compliance USB3.0 specifications
23.9 – Neutrik VGA Chassis Connector
Reliable and robust.
Standardised D-shape housing
15 pole D-sub feedthrough female-female
Nickel or black chrome plating.
23.10 – Cat6a Patch leads
Twisted pair.
S-FTP shielding.
PVC jacket.
RJ-45 connector to RJ-45 connector.
24.
GPP Technical Specifications
All products must meet the latest ENERGY STAR standards for energy performance.
All products carrying the ENERGY STAR label will be deemed to comply. Any other
appropriatemeans of proof, such as a technical dossier of the manufacturer or a test report from
a recognised body demonstrating that the criteria are met will also be accepted.
Page 59
VOLUME 4 - FINANCIAL BID
TENDER FOR THE SUPPLY, DELIVERY,
INSTALLATION AND COMMISSIONING OF AN
ENERGY EFFICIENT AV SYSTEM FOR THE
JUNIOR COLLEGE AT THE UNIVERSITY OF
MALTA
Bills of Quantities
Page 60
ITEM
BILL A
A1
A2
A3
A4
A5
A6
A7
A8
A9
DESCRIPTION
QTY
Block C - C405, C406, C409, C410
Block D – D407
Refer to drawing 1
Short Throw projector &
ceiling bracket. Refer to
5
technical specifications item
4.1.
Ceiling mount speakers.
Refer to technical
specifications item 5.1.
Audio Mixer – Classroom.
Refer to technical
specifications item 5.4.
100V Speakers Amplifier.
Refer to technical
specifications item 5.3.
Gooseneck Microphone.
Refer to technical
specifications item 6.2.
Switcher 3x1 HDBaseT.
Refer to technical
specifications item 11.0.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
Desktop connection. Refer to
technical specifications item
19.2.
Installation. Refer to
technical specifications item
22.0.
UNIT
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
no
45
no
5
no
5
no
5
no
5
no
5
no
5
no
5
no
Total Carried Forward to Summary on Page 72
Page 61
ITEM
BILL B
B1
B2
B3
B4
B5
B6
B7
B8
B9
B10
B11
DESCRIPTION
Block C – C408
Refer to drawing 2
Short Throw projector &
ceiling bracket. Refer to
technical specifications item
4.1.
Ceiling mount speakers.
Refer to technical
specifications item 5.1.
Audio Mixer – Lecture
Capture. Refer to technical
specifications item 5.5.
100V Speakers Amplifier.
Refer to technical
specifications item 5.3.
Gooseneck Microphone.
Refer to technical
specifications item 6.2.
1 channel wireless
microphone system. Refer to
technical specifications item
6.1.
Boundary microphone. Refer
to technical specifications
item 6.3.
Desktop Document Camera.
Refer to technical
specifications item 17.0.
Camera for lecture capture.
Refer to technical
specifications item 16.0.
Tutor workstation for lecture
capture. Including capture
cards. Refer to technical
specifications item 18.1.
LCD tutor screen & bracket.
Refer to technical
specifications item 18.2.
QTY
UNIT
2
no
9
no
1
no
1
no
1
no
2
no
1
no
1
no
1
no
1
no
1
no
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Carried Forward
Page 62
ITEM
DESCRIPTION
QTY
UNIT
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Brought Forward
B12
B13
B14
B15
B16
B17
B18
B19
B20
HDMI Matrix switcher. Refer
to technical specifications
item 7.0.
8 button controller. Refer to
technical specifications item
8.0.
Video Distribution Amplifier
1:2 HDMI. Refer to technical
specifications item 9.0.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
HDMI to HDBaseT. Refer to
technical specifications item
14.0.
Active VGA to HDMI
converter. Refer to technical
specifications item 15.0.
Desktop Connection. Refer
to technical specifications
item 19.2.
Induction loop system. Refer
to technical specifications
item 21.0.
Installation. Refer to
technical specifications item
22.0.
1
no
1
no
1
no
3
no
3
no
1
no
1
no
1
no
1
no
Total Carried Forward to Summary on Page 72
Page 63
ITEM
BILL C
C1
C2
C3
C4
C5
C6
C7
C8
DESCRIPTION
QTY
UNIT
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Block C – C403, C404
Block D – D403, D404, D406, D411, D413, D416
Refer to drawing 3
Short Throw projector &
ceiling bracket. Refer to
8
no
technical specifications item
4.1.
Ceiling mount speakers.
Refer to technical
48
no
specifications item 5.1.
Audio Mixer – Classroom.
Refer to technical
specifications item 5.4.
100V Speakers Amplifier.
Refer to technical
specifications item 5.3.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
Switcher 3x1 HDBaseT.
Refer to technical
specifications item 11.0.
Desktop connection. Refer to
technical specifications item
19.2.
Installation. Refer to
technical specifications item
22.0.
8
no
8
no
8
no
8
no
8
no
8
no
Total Carried Forward to Summary on Page 72
Page 64
ITEM
BILL D
D1
D2
D3
D4
D5
D6
D7
D8
D9
DESCRIPTION
Block C – C411
Block D – D405
Refer to drawing 4
40” Professional display
screen. Refer to technical
specifications item 4.3.
Ultra-short throw projector &
wall mount bracket. Refer to
technical specifications item
4.2.
Fixed wall mount bracket.
Refer to technical
specifications item 4.6.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
Video Distribution Amplifier
1:4 HDBaseT. Refer to
technical specifications item
10.0.
Switcher 3x1 HDMI. Refer to
technical specifications item
12.0.
Wall connection. Refer to
technical specifications item
19.1.
Desktop connection. Refer to
technical specifications item
19.2.
Installation. Refer to
technical specifications item
22.0.
QTY
UNIT
4
no
2
no
4
no
6
no
2
no
2
no
4
no
2
no
2
no
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Total Carried Forward to Summary on Page 72
Page 65
ITEM
BILL E
E1
E2
E3
E4
E5
E6
DESCRIPTION
Block C – C402
Block D – D402
Refer to drawing 5
Ultra-short throw projector &
wall mount bracket. Refer to
technical specifications item
4.2.
Self-Amplified speakers
(Pair). Refer to technical
specifications item 5.2.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
Switcher 3x1 HDBaseT.
Refer to technical
specifications item 11.0.
Desktop connection. Refer to
technical specifications item
19.2.
Installation. Refer to
technical specifications item
22.0.
QTY
UNIT
2
no
2
no
2
no
2
no
2
no
2
no
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Total Carried Forward to Summary on Page 72
Page 66
ITEM
BILL F
F1
F2
F3
F4
F5
F6
F7
F8
F9
F10
DESCRIPTION
Block D – D417
Refer to drawing 6
65” Professional Display
Screen. Refer to technical
specifications item 4.5.
Four way movement wall
mount bracket. Refer to
technical specifications item
4.7.
Short Throw projector &
ceiling bracket. Refer to
technical specifications item
4.1.
Ceiling mount speakers.
Refer to technical
specifications item 5.1.
Audio Mixer – Classroom.
Refer to technical
specifications item 5.4.
100V Speakers Amplifier.
Refer to technical
specifications item 5.3.
Gooseneck Microphone.
Refer to technical
specifications item 6.2.
Video Distribution Amplifier
1:4 HDBaseT. Refer to
technical specifications item
10.0.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
Switcher 3x1 HDMI. Refer to
technical specifications item
12.0.
QTY
UNIT
2
no
2
no
1
no
9
no
1
no
1
no
1
no
1
no
3
no
1
no
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Carried Forward
Page 67
ITEM
DESCRIPTION
QTY
UNIT
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Brought Forward
F11
F12
F13
Desktop connection. Refer to
technical specifications item
19.2.
Wall connection. Refer to
technical specifications item
19.1.
Installation. Refer to
technical specifications item
22.0.
1
no
2
no
1
no
Total Carried Forward to Summary on Page 72
Page 68
ITEM
BILL G
G1
G2
G3
G4
G5
G6
DESCRIPTION
Block C – C413
Refer to drawing 7
55” Professional Display
Screen. Refer to technical
specifications item 4.4.
Four way movement wall
mount bracket. Refer to
technical specifications item
4.7.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
Switcher 3x1 HDBaseT.
Refer to technical
specifications item 11.0.
Desktop connection. Refer to
technical specifications item
19.2.
Installation. Refer to
technical specifications item
22.0.
QTY
UNIT
1
no
1
no
1
no
1
no
1
no
1
no
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Total Carried Forward to Summary on Page 72
Page 69
ITEM
BILL H
H1
H2
H3
H4
H5
H6
H7
H8
H9
H10
DESCRIPTION
Block D – D409
Refer to drawing 8
Short Throw projector &
ceiling bracket. Refer to
technical specifications item
4.1.
Ceiling mount speakers.
Refer to technical
specifications item 5.1.
Audio Mixer – Classroom.
Refer to technical
specifications item 5.4.
100V Speakers Amplifier.
Refer to technical
specifications item 5.3.
Gooseneck Microphone.
Refer to technical
specifications item 6.2.
HDBaseT to HDMI. Refer to
technical specifications item
13.0.
Switcher 3x1 HDBaseT.
Refer to technical
specifications item 11.0.
Induction loop system. Refer
to technical specifications
item 21.0.
Desktop connection. Refer to
technical specifications item
19.2.
Installation. Refer to
technical specifications item
22.0.
QTY
UNIT
1
no
9
no
1
no
1
no
1
no
1
no
1
no
1
no
1
no
1
no
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Total Carried Forward to Summary on Page 72
Page 70
ITEM
BILL I
DESCRIPTION
QTY
UNIT
RATE €
TOTAL €
including Eco
including Eco
Contribution
Contribution
(if any) and
(if any) and
all other
all other
charges as
charges as
may be
may be
applicable
applicable
but
but Excluding
Excluding
VAT
VAT
Additional items
I1
HDMI cables 1.5mtrs. Refer
to technical specifications
item 23.1.
25
no
I2
VGA Male to Male 1.5mtrs
25
no
25
no
7
no
3
no
Rate
only
no
Rate only
Rate
only
no
Rate only
Rate
only
no
Rate only
I3
I4
I5
I6
I7
I8
Standard Power Distribution
Unit. Refer to technical
specifications item 20.0.
1 channel wireless
microphone system. Refer to
technical specifications item
6.1.
Wireless body pack
transmitter & lapel. Refer to
technical specifications item
6.1.1.
Call-out normal – per hour.
Refer to technical
specifications item 3.12.
Call-out overtime – per hour.
Refer to technical
specifications item 3.12.
Call-out abnormal – per
hour. Refer to technical
specifications item 3.12.
Total Carried Forward to Summary on Page 72
Page 71
UM 1989 - TENDER FOR THE SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF AN ENERGY EFFICIENT
AV SYSTEM FOR THE JUNIOR COLLEGE AT THE UNIVERSITY OF MALTA
Summary
Amount
(€)
including Eco
Contribution
(if any) and all other
charges as may be
applicable but Excluding
VAT
Bill A: Block C - C405, C406, C409, C410 Block D – D407
Bill B: Block C – C408
Bill C: Block C – C403, C404 Block D – D403, D404, D406, D411, D413, D416
Bill D: Block C – C411 Block D – D405
Bill E: Block C – C402 Block D – D402
Bill F: Block D – D417
Bill G: Block C – C413
Bill H: Block D – D409
Bill I: Additional items
GRAND TOTAL
 The successful bidder shall be bound to conform in all respects with VAT legislation and regulations.
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Page 72
VOLUME 5 – DRAWINGS
Design Documents, including Drawings
Section 5.1
List of drawings attached
No
1
2
Name
Block C – Room C405, C406, C409,
C410 Block D – Room D407
Block C – Room C408
Drawing
No
1
2
3
Block C – Room C403, C404
Block D – Room D403, D404, D406,
D411, D413, D416
3
4
Block C –Room C411
Block D –RoomD405
4
5
Block C – Room C402
Block D –Room D402
5
6
7
8
9
10
Block D – Room D417
Block C – Room C413
Block D – Room D409
Block D
Block C
Date
6
7
8
9
10
Page 73
Section 5.2
List of design documents available – Not Applicable
No
Designer
Design No
Design name
Date
1.
2.
3.
4
Page 74
Page 75
Page 76
Page 77
Page 78
Page 79
Page 80
Page 81
Page 82
Page 83
Page 84
Download