TENDER FOR ENVIRONMENTLY FRIENDLY JOINERY, STEEL AND ALUMINIUM WORKS

advertisement
UM1990
TENDER FOR ENVIRONMENTLY FRIENDLY
JOINERY, STEEL AND ALUMINIUM WORKS
FOR LECTURE CENTRE THEATRES AT
UNIVERSITY OF MALTA
Date Published:
29th March 2016
Closing Date:
20 April 2016
th
at 10:00am CET
Cost of the Tender Document: €20
IMPORTANT:
 No Bid Bond is requested for this tender
Clarifications shall be uploaded
www.um.edu.mt/procurement
and
will
be
available
to
view/download
from
University of Malta, Procurement Directorate, Administration Building Msida MSD 2080, Malta.
Tel:
(356) 2340 2212/3/5. Fax: (356) 21314307 Email: tenders.procurement@um.edu.mt
Page 0
Table of Contents
Table of Contents ............................................................................................. 1
VOLUME 1 SECTION 1 – INSTRUCTIONS TO TENDERERS ............................................... 3
A. GENERAL PART ............................................................................................. 3
1. General Instructions..................................................................................................................... 3
2. Timetable ...................................................................................................................................... 3
3. Lots ................................................................................................................................................ 4
4. Financing ....................................................................................................................................... 4
5. Eligibility ....................................................................................................................................... 4
6. Selection Criteria ......................................................................................................................... 4
7. Multiple Tenders .......................................................................................................................... 5
8. Tender Expenses .......................................................................................................................... 5
9. Site Inspection .............................................................................................................................. 5
B. TENDER DOCUMENTS ..................................................................................... 5
10. Content of Tender Document ................................................................................................... 5
11. Explanations/Clarification Notes Concerning Tender Documents ........................................ 6
12. Labour Law.................................................................................................................................. 6
13. Law .............................................................................................................................................. 6
C. TENDER PREPARATION ................................................................................... 7
14. Language of Tenders .................................................................................................................. 7
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. Contract Signing and Performance Guarantee ..................................................................... 13
36. Commencement of Works (Order To Start Works) ............................................................... 14
G. MISCELLANEOUS .......................................................................................... 14
37. Ethics Clauses ........................................................................................................................... 14
38. Data Protection and Freedom of Information ....................................................................... 15
39. Gender Equality ........................................................................................................................ 15
VOLUME 1 SECTION 2 – TENDER FORM .................................................................. 16
VOLUME 1 SECTION 3 – TENDER GUARANTEE FORM – (Not Applicable for this tender) ...... 20
VOLUME 1 SECTION 4 - TENDERER’S STATEMENTS ................................................... 22
Page 1
1. Statement on Conditions of Employment ................................................................................ 22
2. Statement - List of Tools, Plant and Equipment (where applicable)................................... 23
3. Literature/List of Samples ........................................................................................................ 24
4. Declaration of conformity with the GPP criteria ................................................................... 25
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
General ......................................................................................................... 31
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
Article
2: Law and language of the contract ............................................................................ 31
3: Order of precedence of contract documents .............................................................. 31
4: Communications .................................................................................................. 31
7: Supply of Documents ............................................................................................ 31
8: Assistance with Local Regulations ............................................................................ 31
9: The Contractor’s Obligations .................................................................................. 31
11: Performance Guarantee ....................................................................................... 32
12: Insurance ......................................................................................................... 32
13: Performance Programme (Timetable)...................................................................... 32
14: Contractor’s Drawings ......................................................................................... 32
15: Tender Prices .................................................................................................... 32
17: Patents and Licences........................................................................................... 33
18: Commencement Date .......................................................................................... 33
19: Period of Performance......................................................................................... 33
21: Delays in Performance ......................................................................................... 33
22: Variations ......................................................................................................... 33
23: Suspension........................................................................................................ 33
24: Quality of Supplies.............................................................................................. 33
25: Inspection and Testing ......................................................................................... 33
26: Payments: General Principles ................................................................................ 34
26: Pre-financing..................................................................................................... 34
26: Retention Monies ............................................................................................... 34
28: Delayed Payments .............................................................................................. 34
30: Verifications Operartions ..................................................................................... 34
31: Provisional Acceptance ........................................................................................ 35
32: Warranty Obligations ........................................................................................... 35
40: Amicable dispute settlement ................................................................................. 35
41: Dispute Settlement by Litigation ............................................................................ 35
44: Checks and Audits .............................................................................................. 35
VOLUME 2 SECTION 4 – SPECIMEN PERFORMANCE GUARANTEE .................................... 36
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE – Not Applicable
for this tender ................................................................................................ 37
VOLUME 2 SECTION 6 – SPECIMEN RETENTION GUARANTEE – Not Applicable for this
Tender.......................................................................................................... 38
VOLUME 3 - TECHNICAL SPECIFICATIONS ............................................................... 39
VOLUME 4 – FINANCIAL BIDDING .......................................................................... 73
VOLUME 5 – DRAWINGS ..................................................................................... 83
List of drawings attached .............................................................................................................. 83
~~~~~~~~~~~~~~~
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 nonrefundable administrative penalty of €50: failure to comply shall result in the tender offer not being considered
any further.
No rectification shall be allowed in respect of the documentation as outlined in sub-Clause 16.1(e) (i) and
16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted information in respect of the
latter may be eventually requested.
1.2
This is a call for environmentally friendly joinery, steel and aluminium works for the Lecture Centre Theatre at the
University of Malta.
1.3
The place of acceptance of the supplies shall be at the University of Malta, the time-limits for delivery shall be six
(6) weeks from Letter of Acceptance, and the INCOTERM2000 applicable shall be Delivery (Duty Paid).
1.4
This is a unit-price (Bill of Quantities) contract.
1.5
The tenderer will bear all costs associated with the preparation and submission of the tender. The University of
Malta will in no case be responsible or liable for such costs, whatever the conduct or outcome of the procedure.
1.6
The University of Malta retains ownership of all tenders received under this tender procedure. Consequently,
tenderers have no right to have their tenders returned to them.
2. TIMETABLE
DATE
TIME*
Clarification Meeting/Site Visit
Not Applicable
10.00am
(Refer to Clause 9.2)
Deadline for request for any additional
th
Monday, 11 April 2016
information from the Contracting Authority
5.15pm
Last date on which additional information are
th
Thursday, 14 April 2016
issued by the University of Malta
5.15pm
Deadline for submission of tenders /
Tender Opening Session (unless otherwise modified in
Wednesday, 20th April 2016
10.00am
terms of Clause 11.3)
Tender opening session (Refer to clause 27.1)
th
Wednesday, 20 April 2016
10.15am
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
6.1.2
No evidence of economic and financial standing is required.
Information about the tenderer's technical capacity.
(An economic operator may, where appropriate and for a particular contract, rely on the capacities of other
entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the
contracting authority that it will have at its disposal the resources necessary for the execution of the contract,
for example, by producing an undertaking by those entities to place the necessary resources at the disposal of
Page 4
the economic operator)
This information must follow the forms in Volume 1, Section 4 of the tender documents and include:

A statement of the tools, plant and equipment available (where applicable) to the contractor for
carrying out the contract. (Volume1, Section 4 – Statement 2)

Literature/List of Samples

Declaration of conformity with the GPP
 Data concerning sub-contractors and the percentage of works to be sub-contracted:
The maximum amount of sub-contracting must not exceed 50% of the total contract value.
The main contractor must have the ability to carry out at least 50% of the contract works by his own means.
7. MULTIPLE TENDERS
7.1
A tenderer may submit multiple tender offers.
7.2
A company may not tender for a given contract both individually and as a partner in a joint
venture/consortium.
7.3
A company may not tender for a given contract both individually/partner in a joint venture/consortium, and at
the same time be nominated as a sub-contractor by any another tenderer, or joint venture/consortium.
7.4
A company may act as a sub-contractor for any number of tenderers, and joint ventures/consortia, provided
that it does not participate individually or as part of a joint venture/consortium, and that the nominations do
not lead to a conflict of interest, collusion, or improper practice.
8. TENDER EXPENSES
8.1
The tenderer will bear all costs associated with the preparation and submission of the tender.
8.2
The University of Malta will neither be responsible for, nor cover, any expenses or losses incurred by the
tenderer through site visits and inspections or any other aspect of his tender.
9. SITE INSPECTION
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

Volume 3
Volume 4
General
Conditions
(available
online
from
http://contracts.gov.mt/en/Resources/Pages/Resorces.aspx)

Special Conditions
Technical Specifications
Model Financial Bid/Bill of Quantities
Page 5
Volume 5
Drawings
10.2
Tenderers bear sole liability for examining with appropriate care the tender documents, including those design
documents available for inspection, and any clarification notes to the tender documents issued during the
tendering period, and for obtaining reliable information with respect to conditions and obligations that may in
any way affect the amount or nature of the tender or the execution of the works. In the event that the tenderer
is successful, no claim for alteration of the tender amount will be entertained on the grounds of errors or
omissions in the obligations of the tenderer described above.
10.3
The tenderer must provide all documents required by the provisions of the tender document. All such
documents, without exception, must comply strictly with these conditions and provisions and contain no
alterations made by the tenderer.
11. EXPLANATIONS/CLARIFICATION NOTES CONCERNING TENDER DOCUMENTS
11.1
Tenderers may submit questions in writing to the University of Malta through:



sending an email to tenders.procurement@um.edu.mt
through www.um.edu.mt/procurement/contact
fax number +356 21314307
up to 9 calendar days before the deadline for submission of tenders, that is up to Monday 11th April 2016. The
University of Malta must reply to all tenderers' questions, and amend the tender documents by publishing
clarification notes, up to at least 6 calendar days before the deadline for submission of tenders.
11.2
Questions and answers, and alterations to the tender document will be:


published as a clarification note on the website of the University of Malta
(www.um.edu.mt/procurement/service/tender) within the respective tender’s page, under the
subheading “Tender Document & Clarifications (if any)”.
sent to all prospective bidders by e-mail.
Tenderers who do not collect a hard copy from the Procurement Directorate are to register their
respective
contact
details
at
tenders.procurement@um.edu.mt
so
that
any
clarifications/communications pertaining to this tender procedure will be communicated to them in
due time as per tender document. The University of Malta shall not be held responsible for any
misdemeanour if this condition is not adhered to.
Clarification notes will constitute an integral part of the tender documentation, and it is the responsibility of
tenderers to visit this website and be aware of the latest information published online prior to submitting their
Tender.
11.3
The University of Malta may, at its own discretion, as necessary and in accordance with Clause 24, extend the
deadline for submission of tenders to give tenderers sufficient time to take clarification notes into account
when preparing their tenders.
12. LABOUR LAW
12.1
Particular attention is drawn to the conditions concerning the employment of labour in Malta and the
obligation to comply with all regulations, rules or instructions concerning the conditions of employment of any
class of employee.
13. LAW
13.1
By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese Law, and are
deemed to know all relevant laws, acts and regulations of Malta that may in any way affect or govern the
operations and activities covered by the tender and the resulting contract.
Page 6
C. TENDER PREPARATION
14. LANGUAGE OF TENDERS
14.1
The tender and all correspondence and documents related to the tender exchanged by the tenderer and the
University of Malta must be written in English.
14.2
Supporting documents and printed literature furnished by the tenderer may be in another language, provided
they are accompanied by an accurate translation into English. For the purposes of interpretation of the tender,
the English language will prevail.
15. PRESENTATION OF TENDERS
15.1
Tenders must satisfy the following conditions:
(a)
All tenders must be submitted in one original.
(b)
The documents are to be sealed and placed in a sealed envelope/package so that the bid can
be identified as one tender submission.
(c)
All tenders must be received by date and time indicated in the timetable at Clause 2 and
deposited in the tender box at Room 323, Procurement Directorate, Administration Building,
University of Malta, Msida MSD 2080, Malta.
(d)
All packages, as per (b) above, must bear only:
(i)
(ii)
(iii)
(iv)
the above address;
the reference of the invitation to tender concerned;
the number of the lot(s) to which the tender refers (if applicable);
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)
(b)
An original bid-bond for the amount of [€...........], in the form provided in Volume 1, Section
3(Note 1) NOT APPLICABLE FOR THIS TENDER
General/Administrative Information(Note 2)
(i)
Proof of Purchase of tender document (receipt)
(ii)
Statement on Conditions of Employment (Volume 1, Section 4)
Selection Criteria
(c)
Financial and Economic Standing(Note 2)
(Not Applicable)
(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)
Literature/List of Samples and GPP form(Note 2)
(f)
Financial Offer/Bill of Quantities
(i)
(ii)
(Note 3)
The Tender Form in accordance with the form provided in Volume 1, Section 2; a
separate Tender Form is to be submitted for each option tendered, each form clearly
marked ‘Option 1’, ‘Option 2’ etc.;
A financial bid calculated on a basis of Delivery Duty Paid (DPP) for the works/supplies
tendered excluding VAT;
Page 7
(iii)
Breakdown of the overall price, in the form provided in Volume 4 (Bill of Quantities);
Notes to Clause 16.1:
1.
2.
3.
Tenderers will be requested to clarify/rectify, within five working days from notification, the tender
guarantee only in the following two circumstances: either incorrect validity date, and/or incorrect value.
Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete documentation,
and/or submit any missing documents within five working days from notification.
No rectification shall be allowed. Only clarifications on the submitted information may be requested.
17. TENDER PRICES
17.1
The tender price must cover the whole of the works as described in the tender documents.
17.2
The tenderer must provide a breakdown of the overall price in Euro (€).
17.3
Tenderers must quote all components of the price inclusive of taxes, customs and import duties and any
discounts BUT excluding VAT. VAT shall be paid in accordance with the applicable VAT Regulations. Except as
may otherwise be provided for in the contract, no payment will be made for items which have not been
costed.
17.4
Different options are to be clearly identifiable in the technical and financial submission; a separate Tender
Form (as per Volume 1, Section 2) marked ‘Option 1’, ‘Option 2’ etc. for each individual option clearly
outlining the price of the relative option, is to be submitted.
17.5
If the tenderer offers a discount, the discount must be absorbed in the rates of the Bill of
Quantities/Financial Statement.
17.6
The prices for the contract must include all of the works to be provided. The prices quoted are fixed and not
subject to revision or escalation in costs, unless otherwise provided for in the Special Conditions.
18. CURRENCIES OF TENDER AND PAYMENTS
18.1
The currency of the tender is the Euro (€). All sums in the breakdown of the overall price, in the
questionnaire and in other documents must be expressed in Euro (€), with the possible exception of
originals of bank and annual financial statements.
18.2
Payments will be made upon certification of works by the Contracting Authority, based on the invoice issued
by the Contractor, in accordance with the timeframes, terms and conditions of the contract.
18.3
All correspondence relating to payments, including invoices and interim and final statements must be
submitted as outlined in the contract.
19. PERIOD OF VALIDITY OF TENDERS
19.1
Tenders must remain valid for a period of 150 days after the deadline for submission of tenders indicated in
the contract notice, the tender document or as modified in accordance with Clauses 11.3 and/or 24. Any
tenderer who quotes a shorter validity period will be rejected.
19.2
In exceptional circumstances the University of Malta may request that tenderers extend the validity of
tenders for a specific period. Such requests and the responses to them must be made in writing. A tenderer
may refuse to comply with such a request without forfeiting his tender guarantee (Bid Bond). However, his
tender will no longer be considered for award. If the tenderer decides to accede to the extension, he may
not modify his tender.
19.3
The successful tenderer must maintain his tender for a further 60 days from the date of notification of
Page 8
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, 2 nd 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
Page 10
award.
28.2
Information concerning checking, explanation, opinions and comparison of tenders and recommendations
concerning the award of contract, may not be disclosed to tenderers or any other person not officially
involved in the process unless otherwise permitted or required by law.
28.3
Any attempt by a tenderer to approach any member of the Evaluation Committee/University of Malta
directly during the evaluation period will be considered legitimate grounds for disqualifying his tender.
29. CLARIFICATION OF TENDERS
29.1
When checking and comparing tenders, the evaluation committee may, after obtaining approval from the
Departmental Contracts Committee, ask a tenderer to clarify any aspect of his tender.
29.2
Such requests and the responses to them must be made by e-mail or fax. They may in no circumstances alter or
try to change the price or content of the tender, except to correct arithmetical errors discovered by the
evaluation committee when analysing tenders, in accordance with Clause 31.
30. TENDER EVALUATION PROCESS
30.1
The following should be read in conjunction with Clause 27.
30.2
Part 1: Administrative Compliance
The Evaluation Committee will check the compliance of tenders with the instructions given in the tender
document, and in particular the documentation submitted in respect of Clause 16.
The Evaluation Committee shall, after having obtained approval by the Departmental Contracts Committee
(DCC), request rectifications in respect of incomplete/non-submitted information pertinent to the
documentation as outlined in sub-Clause 16.1(a), 16.1(b),16.1(c),16.1(d) and 16.1(e)(ii) of these Instructions to
Tenderers. Such rectification/s must be submitted within five (5) working days from notification, and will be
subject to a non-refundable administrative penalty of €50: failure to comply shall result in the tender offer not
being considered any further. No rectification shall be allowed in respect of the documentation as outlined in
sub-Clause 16.1(e) (i), and 16.1(f) of these Instructions to Tenderers. Only clarifications on the submitted
information in respect of the latter may be eventually requested.
30.3
Part 2: Eligibility and Selection Compliance
Tenders which have been considered administratively compliant shall be evaluated for admissibility as
outlined below:
(i) Eligibility Criteria

Tender Form (Volume 1, Section 2)
(ii) Selection Criteria

30.4
Evidence of technical capacity
Part 3: Technical Compliance
At this step of the evaluation process, the Evaluation Committee will analyse the 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.
Page 11
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:
(a) the tender procedure has been unsuccessful, namely where no qualitatively or financially worthwhile
Page 12
(b)
(c)
(d)
(e)
tender has been received or there has been no response at all;
the economic or technical parameters of the project have been fundamentally altered;
exceptional circumstances or force majeure render normal performance of the project impossible;
all technically compliant tenders exceed the financial resources available;
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. CONTRACT SIGNING AND PERFORMANCE GUARANTEE
35.1
After the lapse of the appeals period, and pending that no objections have been received and/or upheld, the
successful tenderer may be invited to clarify certain contractual questions raised therein. Such clarification
will be confined to issues that had no direct bearing on the choice of the successful tender. The outcome of
any such clarifications will be set out in a Memorandum of Understanding, to be signed by both parties and
incorporated into the letter of acceptance.
35.2
Within 7 calendar days of receiving the letter of acceptance (against acknowledgment of receipt) from the
University of Malta, the successful tenderer will sign a copy of the Letter of Acceptance and date the Letter of
Acceptance and return it to the University of Malta with the performance guarantee and the Financial
Identification Form (if applicable).
35.3
Before the University of Malta sends the Letter of Acceptance to the successful tenderer, the successful
tenderer may be requested to provide the documentary proof or statements required to show that it does
not fall into any of the exclusion situations listed in Clause 7 of the Tender Form (Volume 1, Section 2). The
above mentioned documents must be submitted by every member of a Joint Venture/Consortium (if
applicable).
35.4
If the selected tenderer fails to sign and return the copy of the Letter of Acceptance, other required
documentation, and any guarantees required within the prescribed 7 calendar days, the University of Malta
may consider the acceptance of the tender to be cancelled without prejudice to the University of Malta's
right to seize the guarantee, claim compensation or pursue any other remedy in respect of such failure, and
the successful tenderer will have no claim whatsoever on the University of Malta.
Page 13
The tenderer whose tender has been evaluated as [second cheapest/second most economically
advantageous] may be recommended for award, and so on and so forth.
35.5
Only the signed Letter of Acceptance will constitute an official commitment on the part of the University of
Malta, and activities may not begin until the contract has been signed both by the University of Malta and
the successful tenderer.
35.6
Tender guarantees (bid bonds) provided by tenderers who have not been selected shall be released within 30
calendar days from the signing of the contract. The tender guarantee of the successful tenderer shall be
released on the signing of the contract, and on submission of a valid performance guarantee.
35.7
The performance guarantee referred to in the General Conditions is set at 4% of the amount of the contract
and must be presented in the form specified in Volume 2, Section 4, to the tender document the
performance guarantee shall be released within 30 days of the signing of the Final Statement of Account
(Final Bill), unless the Special Conditions provide otherwise.
36. COMMENCEMENT OF WORKS (ORDER TO START WORKS)
36.1
Following the signing of the contract by both parties, the Supervisor will issue a written notice of
commencement of the works in accordance with the General Conditions, as specified by the Special
Conditions.
36.2
The Contractor must inform the University of Malta's representative by return that he has received the
notice.
G. MISCELLANEOUS
37. ETHICS CLAUSES
37.1
Any attempt by a candidate or tenderer to obtain confidential information, enter into unlawful agreements
with competitors or influence the committee or the University of Malta during the process of examining,
clarifying, evaluating and comparing tenders will lead to the rejection of his candidacy or tender and may
result in administrative penalties.
37.2
Without the University of Malta's prior written authorisation, the Contractor and his staff or any other
company with which the Contractor is associated or linked may not, even on an ancillary or sub-contracting
basis, supply other services, carry out works or supply equipment for the project. This prohibition also applies
to any other programmes or projects that could, owing to the nature of the contract, give rise to a conflict of
interest on the part of the Contractor.
37.3
When putting forward a candidacy or tender, the candidate or tenderer must declare that he is affected by
no potential conflict of interest, and that he has no particular link with other tenderers or parties involved in
the project.
37.4
The Contractor must at all-time act impartially and as a faithful adviser in accordance with the code of
conduct of his profession. He must refrain from making public statements about the project or services
without the Contracting Authority's prior approval. He may not commit the Contracting Authority in any way
without its prior written consent.
37.5
For the duration of the contract, the Contractor and his staff must respect human rights and undertake not
to offend the political, cultural and religious morals of Malta.
37.6
The Contractor may accept no payment connected with the contract other than that provided for therein.
The Contractor and his staff must not exercise any activity or receive any advantage inconsistent with their
obligations to the Contracting Authority.
37.7
The Contractor and his staff are obliged to maintain professional secrecy for the entire duration of the
Page 14
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 ENVIRONMENTALLY FRIENDLY JOINERY, STEEL AND ALUMINIUM WORKS FOR LECTURE CENTRE
THEATRES AT UNIVERSITY of MALTA.><UM1990
A.
TENDER
SUBMITTED BY:
In case of a Joint Venture/Consortium:
(This will be included in the Summary of Tenders Received)
Nationality
Proportion
of
Responsibilities2
Name(s) of Leader/Partner(s)
Leader 1
Partner 1
Etc.
1. Add/delete additional lines for partners as appropriate. Note that a sub-contractor is not considered to be a partner
for the purposes of this tender procedure. If this tender is being submitted by an individual tenderer, the name of the
tenderer should be entered as 'leader' (and all other lines should be deleted
2. Proposed proportion of responsibilities between partners (in %) with indication of the type of the works to be
performed by each partner (the company acting as the lead partner in a joint venture/consortium, they must have the
ability to carry out at least 50% of the contract works by its own means. If a company is another partner in a joint
venture/consortium (i.e. not the lead partner) it must have the ability to carry out at least 10% of the contract works by
its own means).
Work intended to be sub-contracted
Name and details of subcontractors
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
Page 16
B
CONTACT PERSON (for this tender)
Name
Surname
Telephone
(____) ________________________
Fax
(____) ________________________
Address
...............................................................................................................
...............................................................................................................
...............................................................................................................
E-mail
C
TENDERER'S DECLARATION(S)
To be completed and signed by the tenderer (including each partner in a consortium).
In response to your letter of invitation to tender for the above contract, we, the undersigned, hereby declare that:
1
We have examined, and accept in full and in its entirety, the content of this tender document (including
subsequent Clarifications Notes issued by the University of Malta) for invitation to tender No UM1990 of
[29/03/2016]. 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 A: Preliminaries
Bill B: Joinery Works
Bill C: Handrails & Metal Works
Bill D: Aluminium Works, Partitions and Doors
Bill E: Glass Door
3
We confirm that the Grand Total Price of our tender (inclusive of duties, other taxes/charges, Eco-Contribution (if
any) and any discounts but excluding VAT) is according to the Grand Total on the Summary of the Bill of Quantities
on page 82 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.
Page 17
7
We are not bankrupt or under an administration appointed by the Court, or under proceedings leading to a
declaration of bankruptcy. We also declare that we have not been convicted criminally, or found guilty of
professional misconduct. Furthermore, we are up-to-date in the payment of social security contributions and
other taxes.
8
We accept that we shall be excluded from participation in the award of this tender if compliance certificates in
respect of declarations made under Clause 7 of this declaration are not submitted by the indicated dates.
9
We agree to abide by the ethics clauses of the instructions to tenderers and, in particular, have no potential
conflict of interests or any relation with other candidates or other parties in the tender procedure at the time of
the submission of this application. We have no interest of any nature whatsoever in any other tender in this
procedure. We recognise that our tender may be excluded if we propose key experts who have been involved in
preparing this project or engage such personnel as advisers in the preparation of our tender.
10
We will inform the University of Malta immediately if there is any change in the above circumstances at any stage
during the implementation of the contract. We also fully recognise and accept that any false, inaccurate or
incomplete information deliberately provided in this application may result in our exclusion from this and other
contracts funded by the Government of Malta and the European Communities.
11
Our tender submission has been made in conformity with the Instructions to Tenderers, and in this respect we
confirm having included in the appropriate packages as required, the following documentation:
(a)
Tender Guarantee (Note 1)
o Bid Bond (not applicable)
(b)
General Information (Note 2)
o Proof of Purchase (Receipt)
o Statement on Conditions of Employment
(c)
(d)
Selection Criteria (Note 2)
(Note 2)
Financial and Economic Standing
o Not applicable
Technical Capacity (Note 2)
o Proof of Technical Capacity
(e)
Evaluation Criteria/Technical Specifications
● Tenderer’s Technical Offer
(Note 3)
o Literature /List of Samples and 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 ●
Page 18
12
I acknowledge that the Central Government Authority and/or Contracting Authority shall request rectifications in
respect of incomplete/non-submitted information pertinent to the documentation listed in Clause 11(a), 11(b),
and 11(c) of this Tender Form. We understand that such rectification/s must be submitted within five (5) working
days, and will be subject to a non-refundable administrative penalty of €50, and that failure to comply shall result
in our offer not being considered any further.
13
We note that the University of Malta is not bound to proceed with this invitation to tender and that it reserves the
right to cancel or award only part of the contract. It will incur no liability towards us should it do so.
Name and Surname:
_________________________________________
I.D. / Passport Number:
_________________________________________
Signature of tenderer:
_________________________________________
Duly authorised to sign this tender on behalf of:
_________________________________________
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] (Here in after referred to as
the Tenderer) is submitting such a tender in accordance with such invitation, we................................................... [Name of
Bank],
hereby
guarantee
to
pay
you
on
your
first
demand
in
writing
a
maximum
sum
of................................................................. Euro (€...............) in case the Tenderer withdraws his tender before the expiry
date or in the case the Tenderer fails to provide the Performance Bond, if called upon to do so in accordance with the
Conditions of Contract.
The guarantee becomes payable on your first demand and it shall not be incumbent upon us to verify whether such
demand is justified.
This guarantee is valid for a period of one hundred and fifty (150) days from the closing date of submission of tenders,
and expires on the.................................... Unless it is extended by us or returned to us for cancellation before that date,
any demand made by you for payment must be received at this office in writing not later than the above-mentioned
expiry date.
This document should be returned to us for cancellation or utilisation or expiry or in the event of the guarantee being no
longer required.
After the expiry date and in the absence of a written demand being received by us before such expiry date, this guarantee
shall be null and void, whether returned to us for cancellation or not, and our liability hereunder shall terminate.
Yours faithfully,
..................................
Bank Manager
..................................
Date
Page 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. STATEMENT - LIST OF TOOLS, PLANT AND EQUIPMENT (WHERE APPLICABLE)
Publication reference: UM 1990
In line with Article 6.1.2 of the Instructions to Tenderers, please indicate the tools, plant and equipment necessary to
carry out the work.
Tools, plant or technical Equipment
1.
2.
3.
4.
5.
6.
7.
8.
9.
Signature:
.............................................................
(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
1.1
Fire door specifications
1.2
Handrail Specifications
1.3
All GPP Documents
Reference in Technical
Specifications
Volume 3 - Technical
Specifications Item 3.7
Volume 4 – Financial Bid –
Bill C
Volume 3 - Technical
Specifications Item 3.8 &
3.9
2. List of samples to be submitted with the tender
Item
Description
Reference in Technical Specifications
2.1
Aluminium sliding window corner section
Volume 3 – Technical Specifications
2.2
Double glazing glass
Volume 3 – Technical Specifications
2.3
Mortice lock
Volume 3 – Technical Specifications
2.4
Door section
Volume 3 – Technical Specifications
SAMPLES SHOULD BE CLEARLY MARKED WITH THE NAME OF TENDERER AND
TENDER NUMBER. SAMPLES SHOULD BE DELIVERED TO THE ESTATE & WORKS
DEPARTMENT, UNIVERSITY OF MALTA BEFORE THE CLOSING DATE AND TIME OF
THE TENDER.
Signature:
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
Page 24
4. DECLARATION OF CONFORMITY WITH THE GPP CRITERIA
I declare that all the following substances will not be used during paintwork (if applicable) :-
 Products which contain sulphur hexafluoride (SF6).
 Indoor paints and varnishes with a content of solvents (volatile organic compounds(VOCs)
with a boiling point of 250°C maximum) higher than:
- For wall paints (according to EN 13300): 30 g/l (minus water).
- For other paints with a spreading rate of at least 15 m²/l at a hiding power of 98%
opacity: 250 g/l (minus water).
-
Signature:
for all other products (including paints that are not wall paints and that have a spreading rate of
less than 15m2/l, varnishes, wood stains, floor coatings and floor. paints, and related products):
180g/l (minus water
....................................................................
(the person or persons authorised to sign on behalf of the tenderer)
Date:
....................................................................
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 sub-contractors and employees of the candidate,
tenderer or supplier.
Contract value: The total value of the contract to be paid by the Contracting Authority in terms of the agreed
terms and conditions.
Contractor: The successful tenderer, once all parties have signed the contract.
Day: Calendar day.
Dayworks: Varied work inputs subject to payment on an hourly basis for the Contractor's employees and plant.
Defects Notification Period: The period stated in the contract immediately following the date of provisional
acceptance, during which the Contractor is required to complete the works and to remedy defects or faults as
instructed by the Engineer.
Drawings: Drawings provided by the Contracting Authority and/or the Engineer, and/or drawings provided by
the Contractor and approved by the Engineer, for the carrying out of the works.
Engineer's representative: Any natural or legal person, designated by the Engineer as such under the contract,
and empowered to represent the Engineer in the performance of his functions, and in exercising such rights
and/or powers as have been delegated to him. In this case, references to the Engineer will include his
representative.
Equipment: Machinery, apparatus, components and any other articles intended for use in the works
Evaluation committee: a committee made up of an odd number of voting members (at least three) appointed
by the University of Malta and possessing the technical, linguistic and administrative capacities necessary to
give an informed opinion on tenders.
Final acceptance certificate: Certificate(s) issued by the Engineer to the Contractor at the end of the defects
notification period stating that the Contractor has completed his obligations to construct, complete, and
maintain the works concerned.
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/1990 -
TENDER FOR ENVIRONMENTALLY FRIENDLY JOINERY, STEEL AND ALUMINIUM WORKS FOR LECTURE
CENTRE THEATRES AT UNIVERSITY of MALTA.
This is to inform you that your Tender, dated the [……………………………………..], for the above mentioned goods
in caption, made under the abovementioned Call for Tenders, has been accepted by the University of Malta in
full compliance with the General Conditions of Contract that were attached to the Tender Documents.
As undertaken by your good selves in the tender you are to render the joinery, steel and aluminium works 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 (4 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.
Article 9: The Contractor’s Obligations
Without prejudice to the Contents of Articles 9.1-9.6 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.
Page 31
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
Article 15: Tender Prices
The tendered rates shall be inclusive of all work as specified, as well as any other works that are of a
contingent or indispensable nature for completing the work in its entirety. The rates shall be inclusive of all
materials necessary, profits and payments of Customs Duty and Landing charges on all imported goods, taxes,
ECO contribution, all hire of plant and machinery required as also all transport of materials to the site of works
and so on, but excluding VAT. Tenderers are to give rates as quoted for. No claims arising from lack of
ascertaining the site condition shall be entertained.
The tendered rates shall be fixed rates and no allowance will be made for fluctuations in rates and prices or for
any increase or decrease in the cost of labour and/or materials and other costs mentioned under Clause 18.1.
Page 32
Article 17: Patents and Licences
As per General Conditions
Article 18: Commencement Date
Following the signature of the Letter of Acceptance, the Contractor will be notified in writing to commence
works on site.
As soon as possession of the site is given to the Contractor, he shall proceed with the works and complete
same as soon as possible. It is essential that the whole of this work be completed at the earliest possible.
Should there be no queries from the Contractor, the necessary work shall proceed and be completed as soon
as possible, respecting the deadlines specified in Article 15 above.
Article 19: Period of Performance
Period of Performance whereby it is being requested that the delivery and installation would not exceed 6
weeks (possibly earlier) from the date of the letter of acceptance. Tenderers are warned that their offers
may not be accepted if this clause is not acceded to.
Article 21: Delays in Performance
If the Contractor fails to start the works assigned to him on the specified starting date, a penalty of one
thousand two hundred Euros (€1200) per day including Sundays and public holidays shall be imposed until the
works have commenced. Subsequently the Contractor shall be subject to a penalty for delay of one thousand
two hundred Euros (€ 1200) per day inclusive of Sundays and Public Holidays for any delays over the 6 week
period, up to a limit of 20% of the awarded contract. As soon as this figure is reached the Contracting
Authority reserves the right to invoke Clause 21.3 (point 3) of the General Conditions.
Article 22: Variations
22.1
Subject to the provisions of Article 78 of the Public Contracts Regulations 2010, the University of
Malta reserves the right to vary the quantities specified. The total value of the supplies may not rise
or fall as a result of the variation in the quantities by more than 25% of the contract price. The unit
prices used in the tender shall be applicable to the quantities procured under the variation.
Article 23: Suspension
As per General Conditions
Article 24: Quality of Supplies
a)
b)
c)
d)
All materials required for the completion of the works specified shall be provided by the contractor.
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.
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.
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
Page 33
testing as may be required by the architects, the Project Manager or Supervisor.
Article 26: Payments: General Principles
(a) Payments shall be made in Euro, up to 95% of the certified works carried out, with 5% being kept as
retention money.
(b) Payments shall be made by the University of Malta.
The payment terms referred to under the relative Clause of the General Conditions particular to this tender
state that payment shall be effective within a reasonable period time. This should be taken to mean that
payment is to be effected within 60 days from the date of receipt of the invoice or request for goods
delivered, services rendered of work carried out to the satisfaction of the Head of Department or his
representative.
Whenever the 30-day period is mentioned in this article, it is deemed to be 60 days.
Article 26: Pre-financing
Not Applicable to this Tender
Article 26: Retention Monies
The balance of 5% of the contract sum retained as per Article 43.1 above, will be retained for the duration of
the defects liability period as stipulated in Article 39 (d) above and will only be refunded if defective work, if
any, had been made good to the satisfaction of the architects, the Project Manager and/or the Supervisor of
the Contracting Authority.
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: Verifications Operations
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
Page 34
and at such times as so ordered and shall not, after receiving order, proceed with the work there in order to
be suspended until he receives written authority from the Project Manager, to proceed therewith. The
contractor shall not be entitled to claim compensation for any loss or damage sustained as aforesaid.
iv) Should it appear to the Supervisor (and or Architect in Charge) and Supervisor's representative (and or
Project Manager as delegated), or any duly authorised member of his staff that any work in progress is being
executed in a faulty manner, with unsuitable materials, by unskilled workmen/or by any means or manner not
in accordance with the contract documents, then he or they may order immediate suspension of such faulty
works by direct order to the contractor’s supervisory staff, foreman or ganger, until such time as the
contractor shall adopt remedial measures to the satisfaction of the Supervisor (and or Architect in Charge) and
Supervisor's representative (and or Project Manager as delegated). Such order shall be complied with
immediately the contractor shall not be entitled to any extra payment, compensation or extension of time for
the completion on account of such suspension as per (iii) of this Clause.
Article 31: Provisional Acceptance
As per General Conditions
Article 32: Warranty Obligations
The Contractor shall replace at his expense any goods, which is proven to be defective even after completion.
Article 40: Amicable dispute settlement
If the amicable dispute settlement procedure fails, the Parties may, in the case of decentralised contracts,
agree to try conciliation through the Maltese Conciliation Procedure. If no settlement is reached within 120
days of the start of the conciliation procedure, each Party shall be entitled to move on to the next state of the
dispute settlement procedure.
Article 41: Dispute Settlement by Litigation
Any dispute between the Parties that may arise during the performance of this contract and that has not been
possible to settle otherwise between the Parties shall be submitted to the arbitration of the Malta Arbitration
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 35
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 36
VOLUME 2 SECTION 5 – SPECIMEN PREFINANCING PAYMENT GUARANTEE –
Not Applicable for this tender
(LETTERHEAD OF THE REGISTERED FINANCIAL INSTITUTION PROVIDING THE GUARANTEE)
Director of Procurement
Procurement Directorate
Administration Building
Msida MSD2080
Malta
[Date]
[Tender Reference]
Dear Sir,
We the undersigned, [name, company name, address], hereby declare that we will guarantee, as principal
debtor, to [University of Malta's name and address] on behalf of [Contractor's name and address], the
payment of [indicate the amount], corresponding to the guarantee mentioned in Article 44 of the Special
Conditions without dispute, on receipt of a first written request from the beneficiary.
We further agree that no change or addition to or other modification of the terms of the contract or of the
works to be performed thereunder or of any of the contract documents which may be made between you and
the Contractor shall in any way release us from any liability under this guarantee. We hereby waive notice of
any such change, addition or modification.
The guarantee will enter into force and take effect from the [indicate the date of payment of the pre-financing]
and shall be valid until the equivalent value of [works/services/supplies] has been certified by the University
of Malta.
We note that you will release the guarantee and notify us of the fact at the latest within thirty days of this
date.
Done at ………….., ../../..
Name and first name: …………………………… On behalf of: …………………
Signature: ……………..
[stamp of the body providing the guarantee]
Page 37
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 38
VOLUME 3 - TECHNICAL SPECIFICATIONS
3.1.
General
Tender For Environmentally Friendly Joinery, Steel and Aluminium Works For Lecture Centre At University Of
Malta
The Contractor shall when so instructed and within twelve calendar days from the date of issue of the Letter of
Acceptance, submit any samples requested for the approval of the Project Manager.
Note: All dimensions given in this specification are approximate and a + or – 100mm tolerance will be given in
the sizes but not in the thickness (some thickness may be specified in the item description).
It is very important that prospective bidders submit ALL the technical literature regarding ALL the items to
be offered. All literature is to be clearly labelled showing proposed model numbers cross referenced to the
individual items in the Bills of Quantities (where applicable).
3.1.1.
The Contractor shall maintain the site in a clean, sound and secure condition throughout the
Works, in order to ensure that no access to the Site by unauthorized persons is possible.
Access to the Site shall be controlled from the South boundary, via a hinged double leaf
access gate, complete with padlocks, and 5 No. sets of keys.
3.1.2.
The Contractor shall submit a programme of works and a detailed project management plan,
taking into account the specifications, general site management practices, and the general
health and safety procedures indicated below. It shall also indicate access points, order of
working, etc. Such construction management plan may be subject to formal approval by the
relevant authorities, and the Contractor will be required to conform strictly to the plan. Any
deviations from an approved construction management plan will be financially penalised by
the relevant authorities, and the Contractor shall be solely responsible for such financial
penalties.
3.1.3.
The Site consists of existing lecture rooms, offices and ancillary facilities constructed in
globigerina limestone masonry walls and reinforced concrete slabs. The disturbance of the
adjacent areas of the campus shall be kept to an absolute minimum; permission shall be
requested for any trees, or agricultural soil, that needs to be removed. The main access to
the Site is envisaged to be from the south boundary, where there is direct contact to the
arterial road – Triq Dun Karm It shall not be allowed for the Contractor to affect any soil area
beyond that strictly necessary for his works.
3.1.4.
The Works are described in the drawings attached to this document. Additional drawings
shall be issued during the progress of the Works, and these drawings shall be deemed to
form part of the Works. In addition, the Contractor may be required to submit detailed
“shop” drawings, wherever required in these specifications or specifically requested by
Engineer, which drawings shall, after due approval, be deemed to form part of the Works.
3.1.5.
The Contractor shall be required to erect stout fencing around the areas to be protected, in
order to ensure that no damage to the designated areas occurs during, and as a result of, the
excavation works. The fencing shall be erected where and as instructed by the Engineer.
3.1.6.
All samples shall be supplied by the Contractor at his own cost if the supply thereof is clearly
intended by or provided for in the Contract. Samples and technical details, as listed below,
Page 39
shall be submitted by the Contractor for approval of the Engineer. All samples and
submissions shall be labelled clearly, with the name of the sub-contractor, supplier and
manufacturer, as applicable, and the reference as per list below. No work shall be carried out
in connection with the list below, unless the necessary approvals of the submittals have been
received. Approved samples shall be used as controls for the Works.
3.2.
General Site Management Practices
3.2.1.
Storage areas for materials, plant and waste shall not be allowed within the site. The
Contactor must clean regularly and keep the site in an orderly manner.
3.2.2.
The disposal of hazardous waste shall be carried out in accordance with procedures
approved by the Environmental Protection Department. Sanitary waste shall be disposed of
chemically.
3.2.3.
Burning of waste plastics and wood on site shall not be allowed.
3.2.4.
Waste oils shall be collected in accordance with national regulations, and other construction
waste disposed of in accordance with the indications of the Environmental Protection
Department.
3.2.5.
Any activities producing dust shall be strictly controlled, and measures such as spraying with
water shall be used to ensure that the emitted dust is minimised. Dust-laden materials shall
be removed from the site, and transported through public thoroughfares, only after
thorough watering before leaving the site. Dust covers, properly secured along all sides, shall
be used on all open-topped vehicles used for the transportation of rubbish from the site.
3.2.6.
The Contractor shall take all the necessary steps to ensure that the external areas and access
roads, and in particular the University ring-road, are left clean and tidy during all stages of
the work.
3.2.7.
All plant shall be operated with any doors closed, and shall be fitted with silencers and noise
suppressors. All plant and site operations will be required to conform to BS5228 – Part 1 or
EN Equivalent.
3.2.8.
Chemical drums shall be stored on impervious surfaces in designated bonded areas. Oil tanks
shall be similarly stored. The bunds shall have a capacity equal to 10% of the volume of the
largest drum. The bunds shall have no drains, and provision shall be made for the pumping
out rain-water. Filling and vent pipework shall be located inside the bund. The bunds shall be
available for inspection. Empty drums shall be stored in a similar fashion, in separate areas,
and shall be safely disposed of in accordance with the arrangements made with the
Environmental Protection Department.
3.2.9.
Oil drip trays shall be used under small static plant, such as pumps and compressors. These
trays shall be open to inspection and, spent oil shall be disposed of in accordance with the
arrangements made with the Environmental Protection Department.
3.2.10. Specific procedures in the event of oil or chemical spillage shall be developed in conjunction
with the Environmental Protection Department. Spillage control kits shall be available in an
accessible area on site, and some workers shall be trained in the use of such kits. The
Contractor shall be responsible for reporting such occurrences to the relevant authorities.
Page 40
3.2.11. The Contractor shall take all necessary procedures to control energy use on site. Site lighting
shall be as much as possible, low energy, or energy-efficient, light fixtures.
3.2.12. The Contractor shall be responsible for liaison and co-operation with the appropriate
authorities, in connection with any permits required for the execution of the Works. The
Contractor shall abide strictly with all instructions or guidelines issued by MEPA, ADT, the
Police, and other relevant authorities, in connection with site management, construction
traffic, environmental protection, and all other aspects concerning the finishing works.
3.2.13. Upon the issue of any Taking-Over certificate, the Contractor shall clear away and remove
from that part of the site to which such Taking-Over certificate relates, all Contractor’s
Equipment, surplus material, rubbish and Temporary Works of every kind, and leave such
part of the Site and Works clean and in a workmanlike condition to the satisfaction of the
Engineer. Provided that the Contractor shall be entitled to retain on Site, until the Defects’
Liability Period, such materials, Contractor’s Equipment and Temporary Works as required by
him for the purpose of fulfilling his obligations during the Defect’s Liability Period.
3.3.
General Health and Safety Provisions
3.3.1.
This specification does not replace the contractor’s legal responsibility to provide and
maintain safe working conditions in accordance with current Maltese Occupational Health
and safety Legislation, namely LN 36 of 2003, LN 281 of 2004 and other subsidiary legislation
and regulations. The Contractor shall be required to nominate a competent person for the
appointment of Project Supervisor at Execution Stage.
3.3.2.
The National Code of Practice for Health and Safety shall be adopted throughout the
construction phase of the Project. Without prejudice to the foregoing, the Contractor shall
be required to conform to the requirements of the same Legal Notice, and in particular with
the requirements of Art. 8, and of Schedule IV. The Contractor shall prepare a Health &
Safety Plan with the following objectives: (a) to identify the hazards associated with the
construction process, (b) to identify procedures to reduce the hazards to a minimum, and (c)
to establish procedures to be adopted in the case of accidents. The Contractor shall be
responsible for continuously updating the Health & Safety Plan, for ensuring that all subcontractors and employees know, and comply with, safety rules, for excluding unauthorized
persons from the work area, for displaying notices of work, for keeping and updating the
Building File, and for ensuring the necessary health and safety training of the employees. He
shall also be responsible for notifying all relevant authorities.
3.3.3.
The Contractor shall be required to provide unmanned first aid facilities on the site, and to
respect designated emergency access routes, or as otherwise instructed by the Engineer.
3.3.4.
The Building File shall contain information on the relative risks of construction work. The
Building File shall contain all design information, and all information related to the materials
and elements supplied to the Site, as well as that information added during the construction
phase, such as “as-built” information, details of proposed programmes, certificates for plant
and equipment in use, and details of significant hazards or work sequences. The Building File
shall be submitted to the Engineer at the end of the Works.
3.3.5.
The following provisions shall be made, without limiting in any way, other provisions that the
Contractor may deem necessary in order to render the Site and the Work safe:
Page 41
3.3.5.1.
The Site of Works shall be fenced in, using secure fencing, to prevent unauthorised access to the
active work areas.
3.3.5.2.
A Notice, giving information on the specific hazards, and on the availability of emergency
assistance, shall be clearly displayed in a position such that it can be read by those working on site
and those affected by the site.
3.3.5.3.
Routes for the movement of vehicular traffic and plant, within the work site, and immediately
surrounding the work site shall be clearly delineated. These routes shall be separated from the
areas subject to overhead movements. Routes for access for emergency vehicles, and for
emergency evacuation of the Site, shall also be delineated. Concrete barriers shall be used to
isolate routes for heavy vehicles and plant from pedestrian routes.
3.3.5.4.
Existing services, both overhead and underground, within the work site, and immediately
surrounding the work site, shall be identified, and the respective utility companies contacted for
information.
3.3.5.5.
Special attention shall be given to lifting, slewing and overhead handling operations to avoid public
access areas.
3.3.5.6.
The Contractor shall be responsible for ensuring that all persons on the Site, whether the
Contractor’s employees or otherwise, wear the necessary personal protective clothing at all stages
in accordance with regulations. The Engineer shall have the right to send away any of the
Contractor’s employees, or of his Sub-Contractors, or otherwise doing work on the site, if they do
not comply with this requirement.
3.3.6.
The following general hazards during the finishing works have been identified. The
Contractor shall be required to take appropriate risk mitigation measures:
(i)
(ii)
(iii)
(iv)
(v)
Workers hit by, or trapped by, plant adjacent to demolition areas;
Electrocution from buried/overhead electricity services;
Workers falling from unstable platforms;
Noise and dust production as a result of demolition, scrabbling and cutting;
Workers crushed by collapse of demolished material, particularly during overhead transport;
and
(vi) Spillage of dust/contaminated water from work-site to the sea.
Risk mitigation measures include:
a)
b)
c)
d)
e)
f)
3.3.6.1.
Clear delineation of plant movement areas;
Double checks on possible existence of buried services – clear delineation of known services;
Provision of sturdy work platforms;
Use of plant with limited noise emission;
Periodic wetting of demolition area to reduce dust emission; and
Establishing clear procedural rules during overhead material handling – enforcement of hard
hats.
Workers shall be provided with, and shall wear the following personal protective clothing and
equipment:
Page 42
3.3.6.2.
safety helmets or hard hats to protect the head from injury resulting from falling or flying objects,
or from striking against objects or structures;
a)
goggles, a screen, a face shield or other suitable device when likely to be exposed to eye or
face injury from airborne dusts or flying particles, dangerous substances, harmful heat, light or
other radiation, and in particular during welding, flame cutting, rock drilling, concrete mixing or
other hazardous work;
protective gloves and suitable protective clothing to protect hands or the whole body when
exposed to heat radiation or while handling hot, hazardous or other substances which might
cause injury to the skin;
footwear of an appropriate type when employed at places where there is the likelihood of
exposure to adverse conditions, or of injury from falling or crushing objects, hot or hazardous
substances, sharp-edged tools or nails;
respiratory protective equipment, suitable for the particular environment,
when workers cannot be protected against airborne dust, vapours or gases by ventilation or
other means;
waterproof
clothing
and
head
coverings
when
working
in
adverse
weather conditions; and
Safety harnesses with independently secured lifelines where protection against falls cannot be
provided by other appropriate means.
b)
c)
d)
e)
f)
3.3.6.3.
Finishing works will be restricted to those periods recognised and permitted by local regulations
and legislation. Any works outside the permitted hours are to be by prior approval of the project
manager.
3.3.7.
The Contractor shall provide safe, sufficient and suitable storage for any flammable liquids,
solids and gases such as liquefied petroleum, gas cylinders and paints. Storage areas for
flammable liquids, solids and gases shall be rendered secure against trespassers. Smoking
shall be prohibited and “No smoking” notices of appropriate design and shape shall be
prominently displayed in all spaces containing readily combustible or flammable materials.
Combustible material such as scrap wood or plastics, oily/greasy waste, sawdust or packing
material shall not be allowed to accumulate in places of work, but should be kept in closed
metal containers in a safe place.
3.3.8.
The Contractor shall ensure that all work platforms, false work and scaffolding are of sturdy
construction, certified, and securely attached to solid parts of the structure, or of the ground,
complete with guard-rails, toe rails, secure ladders etc...
3.3.9.
Scaffolding shall be erected by qualified personnel and inspected regularly. Scaffolding shall
be properly designed, constructed, erected and maintained so as to prevent collapse or
accidental displacement when properly used. Scaffolds shall be designed for their maximum
load and with a safety factor of at least 4 times their maximum load. The maximum loading
capacity of the scaffolding, as specified by the supplier or erector, shall be indicated on the
scaffolding, and shall not be exceeded at any stage. Lifting appliances shall be securely
attached to mountings; all lifting appliances shall be certified to be in a proper working
condition. Fixed lifting gear shall be installed by competent personnel, and certified to be in a
proper working condition. Fixed lifting gear shall be located in such a way that the operator
can either see over the zone of operations or be capable of communicating with all loading
and unloading points.
Page 43
3.3.10. Scaffolds shall be provided with safe means of access, such as stairs, ladders or ramps.
Ladders shall be secured against inadvertent movement. Scaffolds shall be adequately
braced or strutted to prevent collapse. Scaffolds, which are not intended to be independent,
shall be rigidly connected to the building at suitable vertical and horizontal distances. The
foot or base of any standard or upright shall be placed on an adequate base plate in a
manner to prevent slipping or sinking. Loose bricks, drainpipes or other unsuitable material
shall not be used for the construction or support of any part of a scaffold. No scaffold shall
be partly dismantled and left so that it is capable of being used, unless it continues to be safe
for use.
3.3.11. When necessary to prevent danger from falling objects, working platforms, gangways and
stairways of scaffolds shall be provided with overhead screens of adequate strength and
dimensions. Scaffolding materials shall not be thrown from scaffolds or from heights. Other
materials shall only be thrown from scaffolds or a height where the landing area has been
designated, protected, appropriate notices displayed and is under the supervision of a
person on a landing level.
3.3.12. Adequate precautions shall be taken to protect any person who might be injured by the fall
of materials, tools or equipment being raised or lowered. Such precautions may include
fencing, barriers, or the appropriate utilization of look-out men. Guys, stays or supports shall
be used where required to prevent danger; alternatively other effective precautions shall be
taken to prevent the collapse of structures or parts of structures that are being erected,
maintained, repaired, dismantled or demolished.
3.3.13. Mobile towers shall be equipped with wheels fixed to the scaffold, turned outwards to
provide maximum base dimensions and with wheel brakes which are to be kept locked when
the tower is in use. Mobile towers shall not be moved while persons or materials are on the
top platform. The ratio of height to base width in the case of mobile towers used outdoors
shall be of 3:1, but, in the case of free-standing mobile towers, the height shall not exceed
9.6m.
3.3.14. Every effort shall be made to confine crane arcs to within the site periphery. Should crane
rotation arcs extend beyond the site perimeter approval shall be sought from the Project
Manager. When the erection of cranes is located in areas under the jurisdiction of public
authorities and entities the Contractor shall ensure that all necessary permits, fees,
protection and safety provisions are in place and at no additional expense.
3.3.15. After the completion of works, the contractor should leave site free from plant, debris and
unwanted materials.
3.3.16. Security of neighbouring property should be considered. Care should be taken not to leave
scaffolding and ladders or any conditions, which facilitate access to neighbouring property.
3.3.17. The Contractor will follow a "good housekeeping" policy at all times. This will include, but
not necessarily be limited to, the disposal of rubbish and waste at adequate intervals.
3.3.18. The contractor should comply with the EU Directive 2002/49/EC relating to the assessment
and management of environment. Before works on site are commenced, the contractor will
be required to submit to the project manager for approval the following information;
Page 44
a) a method statement (in accordance with the principle described in BS 5228)
stating precisely the type of plant to be used and the proposed noise control
methods,
b) a programme of work indicating the noise intensity and the location for each
activity on the programme,
c) documentation from the manufactures literature establishing the sound power
levels of the plant.
d) Calculations of Lden and peak levels at specified buildings, when so requested.
3.3.19. Vehicles and mechanical plant used for the purpose of the works shall be fitted with
effective exhaust silencers and maintained in good and efficient working order and operated
in such a manner as to minimise noise emissions.
3.3.20. For each item of plant used in the works, the values quoted in the relevant EC Directive
should not be exceeded.
3.3.21.
Plant muffling should be in accordance with the recommendations set out in BS 5228:1997.
3.3.22. Compressors should be fitted with properly lined and sealed acoustic covers, which should
be kept, closed whenever in use.
3.3.23. Pneumatic percussive tools should be fitted with mufflers or silencers of the type
recommended by the manufacturers.
3.3.24. Plant, machinery and equipment shall be switched off when not in use and isolated before
any major adjustment, cleaning or maintenance is performed. Where trailing cables or hose
pipes are used they shall be kept as short as practicable, be mechanically protected and not
be allowed to create a safety hazard.
3.3.25. Mobile high pressure compressor plants and equipment shall be examined, tested and
certified annually by a mechanical engineer having a warrant to practice his profession.
Portable compressors shall be fitted with a double adjustable tow-bar and jockey wheel.
When the plant/equipment is in operation, wheel chocks shall be installed. The wheels must
be fitted with brakes which are operated automatically via a handbrake for parking purposes.
Only competent persons shall operate and maintain such plant and equipment.
3.3.26. All cranes used on site shall be certified by a warranted mechanical engineer, in accordance
with the regulations issued by the Health and Safety Section of the Department of Labour,
every 6 months; copies of the certificates shall be sent to the Project Manager. Further
measures shall be taken to protect cranes against the effects of bad weather and lightning.
Failure to comply or to update these certificates will lead to an automatic penalty.
3.3.27. All manual tools, pneumatic tools, electrical tools, concrete mixing equipment, compressors,
etc. shall be suitable for the work to be carried out, shall conform to approved standards and
regulations, shall be safe and such that they can be operated without risk to health. They
shall be provided with protective guards, shields or other devices as appropriate, which shall
be maintained regularly and equipped, where applicable, with an extract dust system which
shall be as close as possible to source of the dust, and which sucks away from the breathing
zone, not through it. They shall be fitted with shock absorbing materials AND fitted with
noise control protection devices at source to reduce as much noise exposure as possible.
Page 45
3.3.28. All vehicles and handling plant shall be certified to be in a proper working order, and shall be
operated by trained personnel. All vehicles and plant shall be properly maintained, and any
faults rectified or repaired promptly. All vehicles and handling equipment shall be equipped
with acoustic signalling devices, with power and hand brakes, with reversing alarms in
addition to the normal lights, and with silencers.
3.3.29. All operators of construction equipment shall receive basic training in the Code of Practice
provisions. Drivers of heavy machinery shall be over 21 years of age, and shall have followed
an approved course in relation to the equipment to be used or driven.
3.3.30. Care should be taken when loading or unloading vehicles or dismantling scaffolding or
moving materials etc. to reduce impact noise.
3.3.31. The delivery and collection of skips in noise sensitive areas will be restricted to specified
hours.
3.3.32. Noise emission levels from the plant/equipment must conform to approved standards, for
example as stipulated in E.U. Directive 84/553/EEC. The exhaust system from the engine
must be fitted with a residual silencer.
3.3.33. Sound levels will be monitored according to the methods set out in Annex E of BS 5228:1997
Part l. All measurements shall be made on a sound level meter (currently calibrated)
complying with BS EN 60651:1994, Specification for Sound Level Meters. A programme of
noise monitoring by a suitably qualified specialist will be agreed between the Contractor and
the Project Manager. The noise limits to be applied to a site are those set out in BS5228.
3.3.34. Areas within the Site, which are liable to become slippery, because of oil or other causes,
shall be regularly cleaned up, or strewn with sand or sawdust. A suitable “housekeeping”
programme shall be established, and be continuously implemented on the Site. It shall
include provisions for the proper storage of materials and equipment, and for the removal of
scrap, waste and debris at appropriate intervals. Loose materials that are not required for
use shall not be placed or allowed to accumulate on the site, so as to obstruct means of
access to, and egress from, places of work and passageways.
3.3.35. All openings through which workers are liable to fall shall be kept effectively covered or
fenced and marked in the most appropriate manner. Guard-rails and toe-boards shall be
provided to protect workers from falling from elevated workplaces; alternatively, adequate
safety nets or safety sheets shall be erected, made fast and maintained, or adequate safety
harnesses shall be provided and used. Hoist shafts shall be enclosed with rigid panels or
adequate fencing at ground level on all sides.
3.3.36. Any temporary electrical installation on the Site shall meet the requirements of the IEE
Regulations for Electrical Installations, and of the Enemalta Regulations. In particular, IEE
Regulations para. 604, and specifically, the following the regulations shall be applied:-
a)
b)
c)
d)
604-03, Protection for Safety;
604-04, TN System — (an IT System of supply shall not be used);
604-08-03, Provision of RCD;
604-09, All switchgear must be P55;
Page 46
e) 604-10, No wiring system shall have strain placed on the termination of conductors;
No cable shall be run across access roads where cranes and other earth- moving
equipment shall be passing; and
f) 604-11, Isolation and switching.
3.3.37. The above shall not apply to any site offices, meeting rooms, changing rooms etc., where the
general provisions of the Regulations shall apply.
3.3.38. Any temporary electrical installation shall be certified by an independent warranted
electrical engineer every 3 months and the certificate shall be affixed in a prominent position
next to the Main Temporary Switchboard. Failure to comply, or to update this certificate, will
lead to an automatic penalty.
3.3.39. Stockpiles shall aim to minimise the effects of attrition and wind action. They shall be sited
and shaped to minimise the potential for dust generation. Handling operations shall be kept
to a minimum and materials must be deposited onto the stockpile from the minimum
practicable height without causing obstruction to lighting to adjacent property. The surface
of long-term stockpiles shall be stabilised.
3.3.40. The Contractor should take all necessary precautions to prevent the occurrence of smoke
emissions or fumes from site plant or stored fuel oils for safety reasons and to prevent such
emissions or fumes drifting into residential areas. In particular, plant should be well
maintained and measures taken to ensure that they are not left running for long periods
when not in use.
3.3.41. All works and activities including Emergency Works shall be regulated by all Statutory Laws
and Regulations especially the Code of Practice Laws - Chapter 10 and any other relevant
regulation. The Contractor shall be solely responsible for the procurement of all the
necessary permits and licenses and shall ensure that all conditions laid therein are observed
and abided by at all stages of the contract.
3.3.42. Tenderers are advised to visit the site to ascertain for themselves the working conditions and
access to the site together with conditions limiting loading and unloading of material. The
University campus access routes may, at no time whatsoever, be obstructed from free flow
of traffic. No extra claims will be accepted on site conditions.
3.3.43. Tenderers are reminded that at no time whatsoever may they block the entrance and exit to
the University. The road and ground surfaces and pavement must be respected and if
damaged it must be replaced at the Contractor's expense.
3.4.
Introduction
3.4.1.
Avoidance of Nuisance
Works are to be carried out in such a manner as to cause no damage by vibration or other cause to the
remaining structure and adjacent buildings and as little inconvenience as possible to adjoining owners of the
public. The contractor will be held responsible for any claims which arise from the disregard of this clause.
Debris is to be sprinkled with water to prevent dust arising and all proper screens and protection provided to
the satisfaction of the Perit.
Page 47
3.4.2.
Artificial and Temporary Lighting Power and Safety measures
The contractor is to carry out all necessary work and obtain the necessary permits to provide all artificial
lighting and power required for the proper execution of the works (including safety-lights on any hoarding or
gantries projection on to or over the public road and/or footpath) and is to pay all charges in connection
therewith. The contractor is to make all necessary arrangements with all relevant authorities to ensure that
works be carried out without any danger to workmen and third parties. He/she shall also be responsible for
any traffic deviations necessary during the duration of the works, and shall erect all temporary signs as
required by law, and/or as directed by the Perit in charge, to the entire satisfaction of all authorities
concerned. All such arrangements, together with all scaffolding, works shall comply to all relevant
Occupational, Health and Safety acts, or any other codes, laws or regulations being in force at the time of
work.
Employer reserves the right to request from contractor a valid certification from a recognized Occupational
Health and Safety Authority for works, scaffolding, machines, etc., used on site.
3.4.3. Reinstate and Make Good
All work is to be carried out without damage to the remaining parts of the structure or adjoining property and
if such damage shall occur during the course of works the contractor shall reinstate and make good the same
at his/her own expense. All making out and making good is to be executed with materials and workmanship to
match in every respect the surrounding work and is to be properly bonded thereto.
3.4.4. Public Footways
The contractor shall be responsible for maintaining and upholding the public roadway and footpaths and shall
be responsible for, and make good any damage caused to same.
3.4.5. Insurance
The contractor shall insure and indemnify the Employer against all claims by third parties and for all injury to
workmen or others.
3.4.6. Coins, Antiquities, etc
Any coins or antiquities found on the site are to remain the property of the Employer and are to be handed
over to the Perit in charge.
3.4.7. Plant
The contractor is to provide all the necessary plant, drawing-in way, gangways, planks, gantries, tarpaulins. etc,
for the proper protection and execution of the works. The contractor is to provide all scaffolding necessary for
the completion of works undertaken. The erection and efficiency of the scaffolding shall be entire
responsibility of the contractor. Contractor shall also ensure that scaffolding is safe to both workmen and third
parties.
Concrete platforms for tower cranes are to be designed and constructed at the expense of the contractor.
Contractor shall clear and also remove all plant and concrete platforms from site after completion.
3.4.8. Give all notices
The contractor shall conform to the provisions of any Acts of Parliament relating to the works and to Police
laws and Regulations and he/she shall give all notices required by the said Acts, laws and Regulation and pay
all fees in respect thereof.
The contractor shall give all necessary notices to authorities concerned and shall allow them facilities for
removing any fixtures, fittings, or services which may belong to them.
Page 48
3.4.9. Possession
As soon as possession of the site is given to the Contractor, he/she shall proceed with the works and complete
same as soon as possible. It is essential that the whole of this work is completed at the earliest possible
moment.
3.4.10. Advertising
Under no circumstances will the contractor be allowed to use the hoarding or any part of the building for
advertising purposes, but he/she will be allowed to exhibit the usual name boards to the approval of the Perit
in charge. The contractor shall also prepare, at his/her own expense, at least two (2) work identification signs
indicating works in hand, name of contractor, client (Employer), and the Perit in charge. These signs shall be
used for the whole duration of the works.
3.4.11. Shoring
The contractor shall provide, erect and maintain all necessary needles, dead and raking shores to the
surrounding property to the entire satisfaction of the Perit in charge. The construction and efficiency of the
shoring for the purpose for which it is erected shall be the entire responsibility of the contractor. Should any
subsidence or any other damage occur due to the inefficiency of the shoring or any other support provided,
the damage shall be made good by the contractor at his/her own expense.
The contractor shall alter, adapt and maintain all such temporary works as may be necessary from time to time
and finally clear away and make good all disturbed, he/she will be held solely responsible for the safety of
existing buildings and the sufficiency of all temporary work. Contractor shall provide all necessary tarpaulins
and other means of covering up for the protection of new and existing works against inclement weather and
make good all damage done.
3.5.
SPECIFICATION FOR ALUMINIUM UNITS
3.5.1. Compliance – testing and certification (where applicable)
Where applicable, compliance shall be demonstrated through testing and/or certification of products and/or
processes as outlined in the ensuing clauses.
3.5.2. Aluminium profile – type
The aluminium profile shall be supplied from a manufacturer accredited to and/or certified by a renowned
certification body. The profile shall be indicated by the manufacturer’s designation, alloy type, temper grade
and coating or anodising type.
3.5.3. Construction drawings
The Contractor shall be responsible for verifying and taking all site dimensions prior to the manufacture and
installation of the elements, and shall record such dimensions on the relative working drawings.
The Contractor shall submit detailed working drawings for approval before any procurement, manufacture or
installation works take place.
3.5.4. Fabrication
Extruded aluminium profiles and sections shall be fabricated from designated treated alloys conforming to EN
755 -1 to 9 (Hot Extruded Products) including dimensional tolerances.
3.5.5. Alloy type
The aluminium shall be Alloy 6060, temper T5.
Page 49
3.5.6. Chemical composition
The chemical composition of profiles and sections shall be in accordance with EN 573-3.
3.5.7. Dimensional tolerances
The applicable dimensional tolerances of extruded aluminium profiles and rolled products shall be those for
Group I.
3.5.8. Anodising - general
Anodising for aluminium shall comply with the QUALANOD requirements or equivalent and with EN 12373,
and performed at a QUALANOD or equivalent Scheme registered plant.
3.5.9. Anodising – thickness
The minimum depth of the anodizing shall be as follows:
3.5.9.1.
Internal Applications:
Class 15 (15 microns) minimum.
3.5.9.2.
External Applications:
Class 15 (15 microns) minimum.
3.5.9.3.
Severe External Applications: Class 20 (20 microns) minimum.
This class shall comprise applications affected by very aggressive urban pollutants and marine spray.
3.5.10. Surface coatings – general
Coatings for aluminium shall comply with the QUALICOAT or equivalent Scheme requirements and preferably
performed in a QUALICOAT or equivalent registered plant.
3.5.11. Surface coatings – thickness
The coating thickness when tested in accordance with EN ISO 2360 shall comply with the following minimum
thickness:
3.5.11.1. Powders Class 1 and Class 2:
60 microns
3.5.11.2. Two Coat powder Class 1 and Class 2:
110 microns
3.5.11.3. Two Coat PVDF powder:
80 microns
3.5.11.4. Two coat PVDF liquid:
35 microns
3.5.11.5. Three coat metalized PVDF liquid:
45 microns
3.5.11.6. Silicon polyester without primer liquid:
30 microns (≥ 20% Silicon Resin)
3.5.11.7. Water-thinnable liquid paints:
50 microns
3.5.11.8. Two component liquid paints:
50 microns
3.5.11.9. Electrophoretic Coating:
25 microns
3.5.12. Workmanship
All joints shall have true 45° mitres, jointed by mechanical means in such a way as to produce a flush, perfectly
plane and true, water-tight surface.
The aluminium shall be protected and suitably buffered to prevent galvanic or similar reactions.
Page 50
The units shall allow the drainage of any water that may collect in the frame to the outside. Drainage slot
cuttings shall be lipped with nylon fringe surrounds.
The Contractor shall prepare and if so required install prototype fully glazed samples for final approval, prior to
the commencement of the Works.
3.5.13. Hardware and ironmongery – corrosion protection
All hardware, unless otherwise indicated, shall be manufactured from corrosion resistant materials or shall be
suitably protected against corrosion.
All hardware, unless otherwise indicated, shall meet the requirements of EN 1670 Grade 3 (High Resistance).
Furthermore, hardware shall pass the 100 hour salt spray test (with the exclusion of internal brassware).
3.5.14. Hardware and ironmongery – general
All screws, nuts, bolts, washers, bolts and fastenings used for assembly and fixing shall be of 18/8 austenitic
stainless steel (Type 304 or 316), aluminium or mild steel treated to give corrosion resistant properties equal
to those of stainless steel.
All hardware shall be fixed in accordance with the manufacturer’s instructions.
Anchoring and fixing shall have countersink anchor heads. All anchors and fixings shall be concealed and
protected with capping plugs. The holes for the components shall not be larger than the minimum required for
satisfactory fit and operation.
On completion, the ironmongery shall be checked, adjusted and lubricated as necessary to ensure correct
functioning of all moving parts.
Frames for sliding units shall comprise the following fixtures:3.5.14.1. Lower Shock absorber plug;
3.5.14.2. Upper Shock absorber plug and anti-burglar plug;
3.5.14.3.
Visible drainage holes shall have plastic bushing surrounds.
3.5.15. Hardware and ironmongery – corner joints
The corner joints shall be fabricated from die-cast, anti-corrosion treated aluminium.
3.5.16. Hardware and ironmongery - hinges
The hinges shall comply with EN 1935.
The hinges rating (load), quantity and arrangement shall be adequate for the door mass. The rating shall be
taken as a single item.
The door mass and EN grade shall be as follows:
Mass (kg)
40
60
80
100
120
160
EN
7
10
11
12
13
14
Grade
Page 51
3.5.17. Hardware and ironmongery – handles
The opening handles (excluding the sliding units) shall be fabricated from pressure die-cast aluminium with
frame-matching baked coating.
3.5.18. Hardware and ironmongery – security
Unless otherwise indicated in the Drawings or bills of quantities all security closing shall comprise a shoot bolt
system with lower and upper pins.
3.5.19. Hardware and ironmongery – stay friction hinges
Stay friction hinges shall be manufactured from 430 grade stainless steel (ferritic) to BS 1449 – Part 2 (or
equivalent).
The hinge shall have raiser blocks to side hung stays to prevent rubbing on the channel and oblong fixing holes
for retrofit adjustment.
3.5.20. Hardware and ironmongery – sliding mechanism
Roller trolleys shall have win pulleys.
Roller trolleys for sliding frames shall be capable of adequate adjustment (normally 7 to 12mm) to ensure
proper fit and operation.
Sliding hardware for sliding doors shall comply with EN 1527.
3.5.21. Hardware and ironmongery – opening / closing mechanism
The opening and closing mechanism shall be as indicated in the Drawings or Bills of quantities.
3.5.22. Hardware – closing devices
Controlled door closing devices shall comply with EN 1154.
Door closers shall be of two types:3.5.22.1. Rack and pinion type EN 2-4 overhead in a cast aluminium body with
force, adjustable closing speed and latching action (requiring a door stop).
selectable
closing
3.5.22.2. Type EN 2-6 with adjustable back check action (restraining a flung-open door) and delayed action
for disabled or load carrying users.
Electrically powered hold-open devices for swing doors shall comply with EN 1155.
Door co-ordinator devices shall comply with EN 1158.
3.5.23. Hardware – panic and emergency exit devices
Emergency exit devices operated by lever handle or push pad shall comply with EN 179. Panic exit devices
operated by horizontal bar shall comply with EN 1125.
3.5.24. Hardware and ironmongery – lever handles
Lever handles shall comply with EN 1906.
3.5.25. Hardware and ironmongery – mechanically operated locks
Mechanically operated locks, latches and locking plates shall comply with EN 12209.
3.5.26. Hardware and ironmongery – bolts
As per relevant EN standard as indicated hereunder.
Page 52
3.5.27. Hardware and ironmongery – cylinder locks
Cylinder locks shall comply with EN 1303.
Cylinder locks shall be of the double type.
3.5.28. Doors – strength requirements
The classification of strength requirements shall comply with EN 1192.
3.5.29. Windows and doors – operating forces
The requirements and classification of operating forces for doors shall comply with EN 12217.
Methods of test for operating forces shall be in accordance with EN 12046-1 (Windows) and EN 12046-2
(Doors).
3.5.30. Windows – mechanical properties
The classification of racking, torsion and operating forces shall comply with EN 13115.
The classification or test methods for conformity purposes shall be as follows:
•
Resistance to repeated Closing and
Opening / Closing (Repeated)
•
Resistance to Soft and heavy body
Impact (Windows)
•
10,000 cycles (EN 12400)
Heavy Duty (EN 13049)
Resistance to Soft, Heavy and
Hard Body Impact (Doors)
Severe (EN 949, EN 950)
3.5.31. External doors and windows – weather performance
The ensuing classifications shall be applicable if so indicated in the Bills of Quantities.
The weather performance classification shall be as follows:
(i)
Permeability to Air
Class 4 (EN 12207, Test EN 1026)
(ii)
Water tightness
Class 9A (EN 12208, Test EN 1027)
(iii)
Resistance to Wind Pressure
Class C3 (EN 12210, Test EN 12211)
3.5.32. External doors and windows with thermic break type – thermal performance
The ensuing classifications shall be applicable if so indicated in the Bills of Quantities.
The thermal performance shall comply with current local regulations. Typical guidelines are indicated in the
Malta Building Regulations (Draft) – Document F, MRI, Malta, 2003.
The thermal performance shall be as follows (FEM Calculations):-
Page 53
(i) Thermal Transmittance
≤ 2.8 W/m2K (Test EN 10077-2)
3.5.33. External doors and windows – acoustic performance
The acoustic performance classification (EN ISO 717-1) shall be as follows:-
(i) Acoustic
> 37dB (Test EN ISO 140-3)
3.5.34. External doors and windows – security
The burglar resistance shall be Class WK2 (ENV 1627 – 1630).
3.5.35. Aluminium industrial, commercial and garage doors and gates (without fire resistance or
smoke control provisions)
Industrial, commercial and garage doors and gates without fire resistance or smoke control provisions shall
comply with EN 13241-1.
The safety provisions (If power operated) shall comply with EN 12445.
The installation and use shall comply with EN 12635.
3.5.36. ALUMINIUM UNITS – Accessibility for All
Units and fittings shall comply with the requirements of the document “Design Guidelines – Access for All,
Kummissjoni Nazzjonali Persuni b’Dizabilita (KNPD) Malta, 2011” and BS 8300.
3.5.37. Accessories and fixtures – doors installed in toilet cubicles
Doors installed in toilet cubicles shall have automatic “Vacant / Occupied” indicators.
3.5.38. Glazing - general
All glazing shall be installed in compliance with the recommendations in BS 6262, Code of Practice for Glazing
for Buildings.
All glass shall be laminated safety glass complying with EN ISO 12543-1, 2, 5 and 6.
Any pane of glass which is positioned within an area defined as within a critical impact zone or prone to
human impact by BS 6206 shall comply with Class 2(B)2 of EN 12600.
Doors and side glazed panels must be Class 2(B)2 of EN 12600 if the width is greater than 900mm.
The impact test method shall comply with EN 12600.
All glass shall be free from scratches, bubbles, cracks, ripples, dimples and other defects.
The thickness, appearance and tint (where indicated) of glass shall be as indicated in the Drawings.
All glazing shall be accurately sized, with clean undamaged edges. Glazing units shall be set on all four sides of
the aluminium frame and sealed with the specified weather gaskets in such a way as not to be disturbed
should gaskets need replacing. Proprietary compressible rubber shall be applied at intervals between the
profiles and the glass.
3.5.39. Glazing - tint
Tinted glazing shall be installed only when so indicated in the drawings. The Contractor shall provide the
technical documentation clearly indicating the loss in percent of the visible light transmitted by the tint.
Page 54
3.5.40. Glazing gaskets
The aluminium profile gap dimensions shall allow for the installation of pre-formed weather-strips on both
sides of the glazing.
Weather-strips and gaskets shall be manufactured from EPDM to the following classification of EN 12365-1:
External
Internal
G/W
G/W
3
4
3
2
4
1
5
5
4
5
3.5.41. Double-glazing (all external glazing)
Double-glazing for external openings units shall be hermetically sealed, with aluminium spacers, and consisting
of two safety laminated glass as indicated in the Drawings or Bills of Quantities. The vacuum may be filled with
argon, krypton or an argon/krypton mix.
3.5.42. Glazing – fire resistance (where specified)
The ensuing classifications shall be applicable if so indicated in the Bills of Quantities. Where fire resistance of
the glass is specified it shall be in accordance with the classification in EN 357.
3.5.43. Sealants – frame to buildings
Frame to masonry sealing shall consist of a high-performance, non-priming, gun-grade elastomeric
polyurethane sealant.
The colour shall be as indicated in the Drawings or Bills of Quantities.
The sealant shall comply with EN ISO 11600, Type F, Class 25LM.
3.5.44. Sealants – glazing (when specified)
Sealing shall consist of a high-performance, non-priming, gun-grade elastomeric polyurethane sealant.
The colour shall be as indicated in the Drawings or Bills of Quantities.
The sealant shall comply with EN ISO 11600, Type G, Class 25LM.
3.5.45. Door master key system
The ensuing classifications shall be applicable if so indicated in the Bills of Quantities.
Doors shall be equipped with a mechanical master key system. The system shall permit the opening of locks
by their own individual key and by the master key.
The locking system shall be patented by a manufacturer accredited to and/or certified by a renowned
certification body.. The cylinder aperture shall offer protection from picks and breaking tools with
supplementary anti-drill protection.
The key combinations shall be in compliance with current European Standards.
The system shall allow for future additions and expansions.
The cylinders shall comply with EN 1303, Building Hardware - Cylinders for locks, requirements and test
methods.
The manufacturer shall maintain a key duplication control system whereby authorization for duplication is
mandatory.
Page 55
On completion, the Contractor shall provide a detailed “MASTER KEY CHART” showing the floor level, location,
door number, cylinder type and key marking.
3.5.46. Cleaning
After installation is complete and any surrounding work is substantially complete, the Contractor shall clean all
units and lubricate all hinges / pivots and locks. On completion, all protective materials (eg. Peel-offs) shall be
removed. All glazed elements shall be cleaned to the satisfaction of the Project Manager.
3.6.
SPECIFICATION FOR TIMBER DOORS AND GENERAL JOINERY
3.6.1.
Compliance – testing and certification (where applicable)
3.6.1.1.
Where applicable, compliance shall be demonstrated through testing and/or certification of
products and/or processes as outlined in the ensuing clauses.
3.6.1.2.
Virgin wood material used shall come from legal sources.
3.6.2.1.
3.6.3.1.
3.6.2. On site measurement
For items to be installed within a structure the Contractor shall ascertain the actual dimensions of
the part of the structure accommodating the respective item by means of site measurement prior
to the manufacture of such item.
3.6.3. Samples
The Contractor may be required to submit a pre-production assembled sample of the unit/s
inclusive of glazing, hinges, locks and any other fixings and fixtures to the Project Manager for
approval.
3.6.4. Technical literature
3.6.4.1. The Contractor may be requested to submit further detailed technical information in addition to
that presented with the tender regarding the type of assembly, test performance characteristics,
the proposed finish and any other information which may be required to clarify construction
details.
3.6.5.1.
3.6.5.2.
3.6.6.1.
3.6.5. Design and drawings
The Contractor shall provide shop drawings in A1 hardcopy format (and in electronic format) and
detailed schedules for all units when so requested by the Project Manager.
Prior to the start of the works the Contractor shall submit for the approval of the Project Manager
all construction and dimensional details, template designs of mouldings / panelling and details of all
fittings.
3.6.6. Transport and installation
The Contractor is responsible for the safe transport and installation of the units ensuring that all are
in good working order and that the locking devices and holding pegs are all in place and operating
smoothly.
3.6.7. Timber - general
3.6.7.1. All timber materials used shall be of good quality, properly seasoned to its particular end use and
generally free from defects.
Page 56
3.6.7.2.
Defective timbers showing decay, heavy sap stain, active insect attack, distortion, high moisture
content or heavy checking shall be rejected.
3.6.7.3.
Timber shall be cut square and be free from large, loose or dead knots, shakes, or other defects.
3.6.8.1.
3.6.8. Timber – material
The timber shall comply with EN 942: Class J30 or higher for external locations and J40 or higher for
internal general joinery.
3.6.9.1.
3.6.9. Timber – strength and moisture
The supplier shall state the strength class of the timber used in the works for the approval of the
Project Manager. The strength class of timber shall be designated in accordance with EN 519.
3.6.9.2.
The moisture content for dimension purposes shall be 20%.
3.6.10. Timber – durability
3.6.10.1. The supplier shall state the durability class of timber in accordance with EN 350-1. This shall not be
less than Class 2.
3.6.11.1.
3.6.11. Timber – workmanship
The fabricated units shall comply with BS 1186, Timber for and Workmanship in Joinery with due
regard to the particular purpose for which it is required.
3.6.11.2.
All joinery immediately after delivery to site is to be stored and protected from the weather.
3.6.11.3.
Should any joinery shrink, warp or expand before the end of the maintenance period, the work is
to be taken down and new work fixed in its place, together with any work which may be affected.
This is to be carried out at the Contractor's sole expense.
3.6.11.4.
All carpentry shall be accurately set out, framed together and securely fixed in the best possible.
Framing shall be properly braced and checked, halved, screwed or bolted together as required.
Longitudinal joints in plates, ridge, fascias, etc. shall be formed over supports. Those members
with lapped joints shall lap at least 150 mm or twice the depth whichever is the greater. Nails,
screws, spikes, plugs, bolts, framing anchors and wood connectors shall be provided wherever
necessary. Other than those detailed, no joints are permitted in joinery work.
3.6.11.5.
Joinery shall be blind mortise and tenon construction, sized for a tight fit, with tenon set in
adhesive and pinned. Frames shall be assembled at the commencement of the work and all
members shall be carefully morticed and tenoned together but no wedging, pinning or gluing
shall be done until the framing is prepared in readiness for immediate fixing. All timber units shall
be properly stored on site and immediately before fixing in its final position, joinery shall be
wedged and pinned. Any portions that warp, twist or develop any other defects shall be replaced
before wedging up. All framed work shall be pinned before being framed together.
3.6.11.6.
The frame and hinging arrangement shall be such as to support the weight of the structure
without any jamming, excessive sagging, twisting or distortion.
3.6.11.7.
The Contractor shall comply with any special security provisions and incorporate any such
requirements if so instructed by the Project Manager.
3.6.11.8.
The vertical and upper horizontal gap between the swing structure and frame shall not exceed
3mm. The lower horizontal gap between the swing structure and floor shall not exceed 10mm.
3.6.11.9.
The design shall incorporate air and/or dust seals.
Page 57
3.6.11.10.
Where joints occur in long members of carcass timber they shall be scarfed and secret wedged to
prevent movement.
3.6.11.11.
All wrought faces of timber shall be finished with fine glass paper or similar surface in readiness
for further treatment.
3.6.11.12.
Framing timbers shall be carried out in the best practical manner. In general rails and stiles etc.,
in doors and windows are to be mortised and tenoned, with housed joints and mitres lost to the
best advantage.
3.6.11.13.
All hardwood that is directly in contact with plaster, brickwork, masonry etc., shall be dressed
with proprietary sealer, immediately before fixing and before plastering is carried out. Afterwards
the timber shall be properly cleaned off.
3.6.11.14.
All softwood joinery shall be primed with a proprietary primer before fixing. No fixings are to be
left proud.
3.6.11.15.
Care shall be taken to ensure that all units are stored on level bearers, free of ground contact,
allowing free access of air to all surfaces. For joinery work the sizes specified shall be considered
as nominal sizes.
3.6.11.16.
Any timber splitting or opening to the extent of 1mm within the Contract maintenance period
shall be replaced. Tonguing shall be cross-grained. Work is to be prepared and framed up as soon
as possible after the order to commence work is given, and stored dry under cover so that the air
will circulate freely around it. No work is to be glued or wedged up until required for use, unless
otherwise specified or directed. All joinery is to be finished die square, and when in work is to
hold the full dimensions shown on the drawings. No piecing, lengthening or unnecessary joining
will be permitted.
3.6.11.17.
Work exposed to view is to be wrought and that exposed to weather is to be put together with a
mixture of red and white lead linseed oil.
3.6.12. Treatment with preservative
3.6.12.1. All wood, including carcass, shall be impregnated with wood preservatives. All surfaces cut after
impregnation shall be liberally swabbed with preservative in accordance with the manufacturer’s
instructions.
3.6.12.2. The wood shall, as far as is practical, be cut to its final dimensions before treatment, and timber for
joinery shall be fully worked and ready for framing before treatment. Where cross-cutting cannot
be avoided or where further dressing is necessary, all surfaces exposed by such work shall be
liberally swabbed with the approved wood preservatives.
3.6.12.3. All organic solvent preservative solutions must comply with Class F/N Treatment:
(fungicidal/insecticidal) of BS 5707: Part 1 and/or BS 5268 Part 5. The level of service life to BS
5589, table 5 shall be level B.
3.6.12.4. All wood shall be penetrated by the preservative and the minimum depth of penetration shall be
12mm.
3.6.12.5. Treated external joinery shall not be machined, drilled, etc. and shall not be reduced in size.
3.6.12.6. Where treated timbers are cut, e.g. bird's mouthing, notches, etc., these exposed areas shall
receive two liberal brush coats of a preservative complying with BS 5707.
3.6.13. Surfaces
3.6.13.1. The quality of the surface, as finished, should be appropriate to the position and use of the unit,
and in accordance with the details shown in the drawings.
Page 58
3.6.13.2. Surfaces at any joint in an assembly should be such that the parts may be brought into contact over
the whole area of the joint before connectors are inserted or any pressure or restraint from the
fastening is applied. These surfaces should have a good sawn or planed finish.
3.6.13.3. Bearing surfaces of notches and other cuttings should be true and smooth and in appropriate
relation to the other surfaces of the piece.
3.6.13.4. Notches should be U-shaped formed by parallel cuts to previously drilled holes. The diameter of the
hole should be equal to the width of the required notch.
3.6.13.5. Where splitting is likely to have a deleterious effect, end sealing is mandatory. For wood known to
split and check the ends of the boards and scantlings shall be protected with a coating designed to
minimise end checking and splitting.
3.6.14. Joints
3.6.14.1.
Where necessary to avoid splitting, nails should be driven into pre-bored holes of diameter not
greater than four-fifths of the diameter of the nails. Care should be taken to avoid placing nails in
any end split.
3.6.14.2.
Lead holes should be used to ensure good workmanship in making screwed joints; the diameter
of the hole for the shank should be equal to the diameter of the shank, and for the threaded
portion the diameter of the hole should not be greater than seven-eighths of the diameter of the
root of the screw thread adjacent to the shank. Care should be taken to avoid placing screws in
any end split.
3.6.14.3.
Bolt holes should be drilled to diameters as close as possible to the nominal diameter of the bolt
and in no case more than 1.6 mm larger than the bolt diameter. Care should be taken to avoid
placing a bolt in any end split. A minimum of one complete thread should protrude from the nut.
3.6.14.4.
A washer should be fitted under the head of each bolt and under each nut.
3.6.14.5.
To prepare a joint using split-rings, the members of the joints should be fitted together in their
appropriate positions and clamped or spiked together before drilling. Alternatively, drilling jigs or
multiple head boring machines may be used, or individual members may be marked out from the
setting-out or by use of prepared templates.
3.6.14.6.
If either of the latter methods is employed, sample members (usually the first ones produced)
should be carefully checked against the setting-out.
3.6.14.7.
In all instances bolt hole positions should be accurately determined by reference to the point of
intersection of the centrelines of the member. Great care is necessary if the first set members so
marked out are to be used subsequently as drilling templates. Greater accuracy can usually be
obtained by the use of special marking or drilling templates located by a pin at the intersection of
the centrelines.
3.6.14.8.
Bolt holes should be drilled at right angles to the surface of the joint. The contact surfaces of the
members should be grooved to the appropriate dimensions.
3.6.14.9.
Drilling and grooving may be done in a single operation; alternatively, if the hole is pre-drilled the
pilot of the grooving tool should fit in the bolt hole, thus centring the groove about the hole.
3.6.14.10.
Care should be taken to ensure that all chips and shavings are removed, and rings should be
expanded before being placed in the grooves.
3.6.14.11.
The joint should be finally assembled and bolts inserted. Washers of the correct dimension
should be placed under the head of the bolt and the nut, and the nut tightened to hold the
members together.
Page 59
3.6.15. Fascia and boards
3.6.15.1. Unless otherwise shown in the drawings, fascia and boards shall be supplied in long lengths. The
boards shall be fixed in whole lengths and where joints are necessary, they shall be scarf jointed
and the joints shall occur only over the ends of roof framing members and mitred at corners.
Boards 250 mm wide and less shall be in one width and those deeper shall be formed by two or
more boards jointed together by tongue and groove and 'V' joint.
3.6.16. Installation
3.6.16.1. During installation units and frames shall not be twisted nor forced to fit them into openings.
3.6.16.2. The selection of the sealant shall be based on its adhesion compatibility with the specified wood
and adjacent wall materials.
3.6.16.3. All units shall be checked for correct alignment and operation and before permanent anchoring.
3.6.16.4. Anchoring shall have countersink anchor heads. All anchors shall be concealed by closed door or, in
the case of fixed units, with plugs.
3.6.17. Timber doors, windows, gates and shutters - general
3.6.17.1. Timber doors, windows, gates and shutters shall comply with EU directive 89/106/EEC as
implemented by decision 95/204/EC of 1995.
3.6.18. Hardware and ironmongery - general
3.6.18.1. All hardware shall be fixed in accordance with the manufacturer’s instructions. Hardware shall be
protected prior to and after fixing until completion of the works and damages shall be replaced at
the contractors own expense.
3.6.18.2. Anchor bolts shall be galvanized or stainless steel.
3.6.18.3. Door Kick Plates shall be of Brushed Stainless Steel, approximately 150mm high and 3mm thick,
screw mount type.
3.6.19. Hardware – swing doors
3.6.19.1. Controlled door closing devices for swing doors shall comply with EN 1154
3.6.19.2. Electrically powered hold-open devices for swing doors shall comply with EN 1155 .
3.6.19.3. Door co-ordinator devices shall comply with EN 1158.
3.6.19.4. Door closers shall be of two types:
3.6.19.5. Rack and pinion type EN 2-4 overhead in a cast aluminium body with selectable closing force,
adjustable closing speed and latching action
(requiring a door stop).
3.6.19.6. Type EN 2-6 with adjustable back check action (restraining a flung-open door) and delayed action 9
for disabled or load carrying users).
3.6.20. Windows and doors – operating forces
3.6.20.1. The requirements and classification of operating forces for doors shall comply with EN 12217.
3.6.20.2. Methods of test for operating forces shall be in accordance with EN 12046-1 (Windows) and EN
12046-2 (Doors).
3.6.21. Windows – mechanical properties
3.6.21.1. The classification of racking, torsion and operating forces shall comply with EN 13115.
3.6.22. Windows and doors – mechanical durability
Page 60
3.6.22.1. The requirements and classification of mechanical durability shall comply with EN 12400.
3.6.22.2. The resistance to repeated closing and opening shall comply with EN 1191.
3.6.23. Doors – strength requirements
3.6.23.1. The classification of strength requirements shall comply with EN 1192.
3.6.24. Windows and doors – weather performance
3.6.24.1. The thermal break shall be 9mm formed from a 15mm double flush polyamide strip.
3.6.24.2. Weather-stripping shall be extruded ethylene propylene, neoprene or other plastic that remains
flexible and non-sticky at ambient temperature.
3.6.24.3. The classification or test methods for conformity purposes shall be as follows:







Air Permeability
Resistance to repeated Closing and Opening
Resistance to wind Load
Water tightness (Exposed)
Water tightness (Unexposed)
Resistance to Soft and heavy body Impact (Windows)
Resistance to Soft, Heavy and Hard Body Impact (Doors)
3.6.25.
Class 4 (EN 12207)
Severe (EN 12400)
Class C5 (EN 12210)
Class 9A (EN 12208)
Class 6B (EN 12208)
Heavy Duty (EN 13049)
Severe (EN 949, EN 950)
Timber industrial, commercial and garage doors and gates without fire resistance or
smoke control provisions
3.6.25.1. Industrial, commercial and garage doors and gates without fire resistance or smoke control
provisions shall comply with EN 13241-1.
3.6.25.2. The classification shall be as follows:
Air Permeability
Mechanical Aspects
Resistance to Water penetration
Resistance to wind Load
Safety (If power operated)
EN 12426
EN 12604
EN 12425
EN 12424
EN 12453
3.6.25.3. The test methods shall be as follows:
Air Permeability
Mechanical Aspects
Resistance to Water penetration
Resistance to wind Load
Safety (If power operated)
EN 12427
EN 12605
EN 12489
EN 12444
EN 12445
3.6.25.4. The installation and use shall comply with EN 12635.
3.6.26. Timber doors (accessibility for all)
3.6.26.1. Timber doors shall comply with the requirements of the document “Design Guidelines – Access for
All, KNPD, Malta, 2011”.
3.6.27. Accessories and fixtures – doors installed in toilet cubicles
3.6.27.1. Doors installed in toilet cubicles shall have automatic “Vacant / Occupied” indicators.
Page 61
3.6.28. Glazing
3.6.28.1.
All glass for glazing shall comply with EU Directive 89/106/EEC as implemented by the relevant
decision.
3.6.28.2.
All glazing shall be installed in compliance with the recommendations in BS 6262, Code of
Practice for Glazing for Buildings.
3.6.28.3.
All glass shall be laminated safety glass complying with BS EN ISO 12543-1, 2, 5 and 6.
3.6.28.4.
Any pane of glass which is positioned within an area defined as within a critical impact zone or
prone to human impact by BS 6206 shall comply with Class 2(B)2 of EN 12600.
3.6.28.5.
Doors and side panels must be Class 2(B)2 of EN 12600 if the width is greater than 900mm.
3.6.28.6.
The impact test method shall comply with EN 12600.
3.6.28.7.
No wired glass shall be used.
3.6.28.8.
All glass shall be free from scratches, bubbles, cracks, ripples, dimples and other defects.
3.6.28.9.
No wired glass shall be used.
3.6.28.10.
The thickness and appearance of glass shall be as indicated in the Drawings.
3.6.28.11.
The maximum light transmission shall be 89% with a minimum solar control factor of 82%.
3.6.28.12.
Where fire resistance of the glass is to be specified it shall be in accordance with the classification
in EN 357.
3.6.28.13.
All external glazing shall be designed to resist a pressure of 600Pa in both air (wind) permeability
and water- tightness testing. Testing shall be performed in accordance with BS 6375 Performance of Windows, under all conditions and with full allowance made for deflections and
other movements.
3.6.28.14.
All glazing shall be accurately sized, with clean undamaged edges. Glazing units shall be set on all
four sides of the frame and sealed with neoprene or equivalent weather gaskets in such a way as
not to be disturbed should gaskets need replacing. Proprietary compressible rubber shall be
applied at intervals between the profiles and the glass.
3.6.28.15.
The Contractor shall provide certification documentation to show that glazing elements comply
with the specifications. The Contractor shall submit the manufacturer's recommendations for
cleaning and for on-going maintenance of the glazing units, and upon completion, shall leave all
glazing units clean in accordance with these recommendations, and to the satisfaction of the
Project Manager.
3.6.29. Double glazing
3.6.29.1. All glazing shall be Double Glazing, hermetically sealed, with aluminium spacers, and consisting of
two sheets of 5/6mm float glass with an 8mm gap.
3.6.29.2. Double-glazed units for toilet areas and where indicated should have the outer pane in frosted or
patterned glass.
3.6.30. Green procurement procedure (glazing)
Page 62
To ensure that all windows/glazing fitted into new buildings and as replacement windows in pre-existing
buildings achieve greater thermal efficiency than required by National Regulations.
Filler gases that contribute to the greenhouse effect, with a Global Warming Potential (GWP) > 5 over a period
of 100 years, may not be used in the insulating units.
Inert gases (e.g. argon, krypton) have a GWP <5.
The bidder shall demonstrate that the production of PVC complies with best practice in accordance with Vinyl
2010 or equivalent.
REQUIREMENT : All tenderers are to submit literature on the filler gases used, and which must have a GWP <5.
Also demonstrate that the production of the PVC used complies with Vinyl 2010 or equivalent.
The bidder must ensure maintenance recommendations are provided with the product. It also has to provide
documented procedures and instructions for quality and environmental assurance
Lead (R23, R25 and H301, H331) and its compounds must not intentionally be added to the plastics and
coatings used in windows.
The final window product will not release or leach out any substances or preparations that are classified
according to Directive 1999/45/EC and 67/548/CEE any substances with the listed Phrases specified below,
under normal usage conditions:







carcinogenic (R40, R45, R49)
harmful to the reproductive system (R60, R61, R62, R63)
mutagenic, cause heritable genetic damage and possible risks of irreversible effects (R46, R68)
toxic (R23, R24, R25, R26, R27, R28, R51)
allergenic when inhaled (R42)
harmful to the environment (R50, R50/53, R51/53, R52, R52/53, R53)
danger of serious damage to health by prolonged exposure (R48)
3.6.31. Restoration of existing units
3.6.31.1. When existing joinery is to be restored all accessories and hardware are to be inspected for wear
and damage.
3.6.31.2.
Restored units shall be impregnated on all surfaces with an approved wood preservative. All wood
shall be penetrated by the preservative and the minimum depth of penetration shall be 12mm
from all sides.
3.6.32. Cleaning
3.6.32.1. After installation is complete and any surrounding work is substantially complete, the Contractor
shall clean all units and lubricate all hinges / pivots and locks.
3.7.
SPECIFICATIONS FOR THE INSTALLATION OF FIRE DOORS
Materials specification - fire doors
3.7.1.
Compliance with Regulations and References
Page 63
3.7.1.1.
Fire resisting, means that the construction shall be designated as capable of resisting the passage of
flame and smoke, and providing insulation as defined in under the prescribed conditions of test
appropriate to such construction in accordance with the current BS/EN 1634.
3.7.1.2.
The fire doors shall also comply with BS/EN 942 with respect to timber for joinery
3.7.2.
3.7.2.1.
Special attention has been given such that as far as possible, the drawings, specification and
schedule of items, detail the whole of the requirements for this work. The tenderer shall however
satisfy himself that these documents cover the complete systems, as regards materials, equipment
and accessories, for the correct and proper operation of the installation as a whole.
3.7.3.
3.7.3.1.
Discrepancies
Working Drawings
The Contractor shall be responsible for the preparation of all working drawings, diagrams,
schedules of materials, etc., necessary, to be submitted to the Engineer for approval before
proceeding with the works.
3.7.4.
General
3.7.4.1.
The contractor shall furnish all labour, materials, tools and equipment to complete the works. The
contractor is also to submit shop drawings indicating location and size of each door, elevation of
each door, details of construction, fire ratings, requirements for factory finishing and other relevant
data.
3.7.4.2.
Exact measurements are to be taken on site by the successful Contractor who shall assume sole and
full responsibility for the correct dimensioning of all joinery works.
3.7.4.3.
All framed joinery is to be put together immediately as the general work is commenced, but not
glued or wedged up until the joinery is prepared for fixing. All framing is to be put together with
well-fitted mortice and tenon joints. Fabrication is to be undertaken in humidity controlled
workshops equipped with modern machinery manned by skilled joiners. All joinery immediately
after delivery to site is to be stored and protected from the weather.
3.7.4.4.
Should any joinery shrink, warp or expand before the end of the maintenance period of 6 months,
the work is to be taken down and new work fixed in its place, together with any work which may be
affected. This is to be carried out at the Contractor's sole expense.
3.7.4.5.
Fire doors in the circulation areas shall be complete with self-closing device complying with the
latest BS/EN standards. The closers and accessories shall comply with the BS/EN 1154. The strength
and features of the control must be correct for the size of door to which it is to be fitted.
3.7.4.6.
All metal hinges shall have a melting point of not less than 800 degrees. The fire door shall be fitted
with an effective self-closing device capable of closing the door tight against the stop, overcoming
the resistance of any latch.
3.7.4.7.
Doors and frames will be stored under cover, on minimum 100mm high wood blocking; avoid use of
non-vented plastic or canvas shelters which could create humidity chamber. Moreover a minimum
of 6mm space between stacked doors will be provided to allow air circulation
3.7.5.
3.7.5.1.
General Rating of Performance
The two main functions of the fire resisting doors are to slow down the dispersion of smoke during
the first stages of a fire and to act as a barrier to the fire itself limiting the movement of smoke and
hot gasses and preventing the passage of flame.
Page 64
3.7.5.2.
The fire resisting doors to be installed shall have the following main characteristics:
3.7.5.3.
Stability - Resistance to collapse of door even in case of fire.
3.7.5.4.
Integrity - Resistance to the passage of hot gasses and flame through gaps, or flaming on the
unexposed face
3.7.5.5.
Insulation –Controlled rise in temperature and resistance to the transfer of excessive heat to the
unexposed side
3.7.5.6.
The fire doors shall have a high standard of integrity and to seal the working clearances between
the door leaf and door frame, an intumescent material strip which has the property of expanding 7
times in thickness when heated shall be used. The sealing shall also help the warping of the fire
doors in fire conditions.
3.7.6.
Fire Doors
3.7.6.1.
The intumescent strips shall be set in a groove in the door edge or in the door frame rebate. The
intumescent material used shall expand with a pressure of 4 bar.
3.7.6.2.
The rating of each door as stipulated in the drawings, specifications and BOQ shall apply to both
stability and integrity.
3.7.6.3.
In general the fire resisting doors have to be certified to meet BS 8214 and ISO 834.
3.7.7.
Corridor Timber Fire Doors – One hour rating
3.7.7.1.
The fire resisting doors are to be made from Solid wood with a fire resistant ceramic fibre
protecting membrane on either side and finished in Oak Wood, semi-mat polish and to the
following general construction specification for an insulation rating of 60 minutes. An intumescent
seal in door and/or door frame on every edge which may allow free passage of smoke shall be
installed to achieve the 60 min fire rating. The door and its frame shall comply with BS 942 and the
equivalent European Norm. A fire certificate is to be presented from a reputable certification
authority that are to certify that they have tested the method of construction of the door and that
it withstood the fire and smoke for the rated time and that it performed according to BS 8214
tested to BS 1634 and BS 476-22. Another certificate is to be given by the tendering firm that they
have manufactured the doors to the same standard as the door tested by the certification
authority. Doors can be of the single leaf or double leaf with a panic bar on the push side.
3.7.7.2.
The door is to be made up of the following parts:
3.7.7.3.
Core - Solid wood or equivalent to 600kg/m3 density. It shall have a fire resistant ceramic fibre
protecting membrane.
3.7.7.4.
Lippings - Intumescent lippings 12 mm to long and top edges. External doors must be lipped on all
edges.
3.7.7.5.
Internal blockings - Lock block standard where necessary.
3.7.7.6.
Extra vaults - As necessary
3.7.7.7.
Sizes - As indicated on drawings but contractor must take all actual measurements on site and to fit
accordingly.
3.7.7.8.
Minimum passage - In all cases with single or double doors a free passage of a minimum of 900 mm
must be allowed with the door/s open.
Page 65
3.7.7.9.
Finish - Clear polish outer cover to be in natural oak.
3.7.7.10. Perimeter frame - Kiln dried oak where necessary.
3.7.7.11. Facings - 3 mm Hardboard veneered and polished.
3.7.7.12. Lock block - Not necessary except where otherwise indicated.
3.7.7.13. Glazing - Vision panels, when required, shall be factory glazed in clear Laminated 6 mm glass fire
rated and face matched fire bead. They shall be to the type and shape as shown on drawings.
3.7.7.14. Thickness - 54 mm for 1 hour doors and 44mm for 30 min fire doors
3.7.7.15. Door Holder - Magnetic door holder shall be supplied with the fire door, as indicated in the fire
detection layouts.
3.7.7.16. Automatic Closing A spring loaded closing chain mechanism is to be installed in the door
core/frame such that the door closes automatically upon release from the magnetic door holder.
The closing time shall be no longer than 5 seconds.
3.7.7.17. Steel Kicker plate - These shall be of the brushed stainless steel type. They shall be installed on
both side of the door as indicated in the drawings.
3.7.7.18. Panic Bars - Fire doors in the circulation areas such as corridors shall be furnished with a panic bar
installed on one/both side of the door, and lever handle on the other side. The other fire doors shall
have a lever handle only.
3.7.8.
Warranty
3.7.8.1.
Fire Doors: Five years.
3.7.8.2.
Warranties shall be in addition to, and not a limitation of, other rights the Owner may have under
the Contract Documents.
3.7.8.3.
Door Manufacturer's Warrant: Submit written agreement on door manufacturer's standard form
signed by Manufacturer, Installer and Contractor, agreeing to repair or replace defective doors that
have warped (bow, cup or twist) or that show telegraphing of core construction in face veneers, or
do not conform to tolerance limitations of referenced quality standards.
3.7.8.4.
Warranty shall also include installation which may be required due to repair or replacement of
defective doors where defect was not apparent prior to hanging. Also the warrant shall be in effect
during following period of time after date of Substantial or Practical Completion.
3.7.9.
External Door
3.7.9.1.
The building shall be furnished with a 2 leaf aluminium glazed door as shown in the drawings.
3.7.9.2.
The installation shall comply with BS 1470 - 1475, BS 430017 and all other relevant BS / EN / MSA
EN in respect of aluminium constituents and finishes and of other materials required to finish the
works.
3.7.9.3.
The contractor shall furnish all labour, materials, tools and equipment required to complete the
work.
3.7.9.4.
Extruded aluminium members shall be fabricated from designated treated alloys
or 6063TB complying with BS 1474.
6063TF, 6063TE
Page 66
3.7.9.5.
The door shall have anodized finish to B.S.3987:1987
Minimum average thickness
Minimum local thickness
20 microns
16 microns
3.7.9.6.
All straps , clips, brackets, lugs, bolts, rivets, metal washers and shims, screws and other fixings shall
be manufactured from stainless steel grade A2, A4 or F1 complying with BS 6105.
3.7.9.7.
Fixing devices should be capable of withstanding the design wind load and any operating
forces of the apertures, and provision should be made against water penetrating any
holes provided for the fixings.
3.7.9.8.
The type and quality of glass shall comply with BS 952: Part 1 and 2. Glass type shall be selected,
using the recommendations given in BS 6262.
3.7.9.9.
All glass is to be free from defects. All glass is to be cleaned inside and outside on completion and
any cracked or broken glass replaced.
3.7.9.10. The exact measurement must be taken by the tenderer himself on site and shall be responsible for
the exact dimensions.
3.7.9.11. All fittings are to be of the same colour as the frame and are to be inclusive in the price. The door
shall be fitted with an electric lock that can be interfaced to the access control system.
3.7.9.12. Weather tightness shall be as described in clause A1 of BS 6375: Part 1: 1983.
3.7.9.13. Apertures shall be tested in accordance with clause A9 of BS 6375: Part 1: 1983.
3.7.9.14. Apertures shall be according to clause A17 of BS 6375: Part1: 1983.
3.7.9.15. The design wind pressure shall be according to appendix B of BS 6375: Part 1:1983.
3.7.9.16. Hardware shall be designed so that the aperture cannot be opened from the outside by the
insertion of a thin blade or other simple tool.
3.8
GREEN PROCUREMENT PROCEDURE (Windows)
To ensure that all windows fitted into new buildings and as replacement windows in pre-existing buildings
achieve greater thermal efficiency than required by National Regulations.
The following indicators are to be listed:
a)
b)
c)
d)
U-value
G-value
L50 value
Daylight transmittance.
The indicators are to be applied to the whole window, glazing and frame combined.
Verification: Where the listed criteria for a product are included in a relevant harmonised European standard,
under the Construction Products Directive (89/10/EEC), for CE marking, the supplier must provide the
information accompanying the required CE marking to demonstrate compliance with the listed criteria. Where
the listed criteria for a product are not included in the accompanying information to CE marking under the
Construction Products Directive (89/10/EEC), products holding a relevant Type 1 Ecolabel fulfilling the listed
Page 67
criteria will be deemed to comply. Other appropriate means of proof or a signed declaration will also be
accepted.
Requirement: All tenderers are to submit literature on the filler gases used, and which must have a GWP <5.
The bidder must ensure maintenance recommendations are provided with the product. It also has to provide
documented procedures and instructions for quality and environmental assurance. Lead (R23, R25 and H301,
H331) and its compounds must not intentionally be added to the plastics and coatings used in windows.
The final window product will not release or leach out any substances or preparations that are classified
according to Directive 1999/45/EC and 67/548/CEE any substances with the listed phrases specified below,
under normal usage conditions:
i.
ii.
iii.
iv.
v.
vi.
vii.
carcinogenic (R40, R45, R49)
harmful to the reproductive system (R60, R61, R62, R63)
mutagenic, cause heritable genetic damage and possible risks of irreversible effects (R46, R68)
toxic (R23, R24, R25, R26, R27, R28, R51)
allergenic when inhaled (R42)
harmful to the environment (R50, R50/53, R51/53, R52, R52/53, R53)
danger of serious damage to health by prolonged exposure (R48)
Regulation (EC) No 1272/2008, amending and repealing Directives 67/548/EEC and 1999/45/EC, and amending
Regulation (EC) No 1907/2006, gives the following H-phrases which relate to the above R-phrases. The final
window product will not release or leach out any substances or preparations that are classified with the listed
H-phrases, below under normal usage conditions:
•
carcinogenic (Carcinogenic 1A, 1B and 2: H350, H350i, H351)
•
harmful to the reproductive system (Reproductive 1A, 1B and 2: H360F, H360D, H361f, H361d,
H360FD, H361fd, H360Fd, and H360Df)
•
mutagenic and cause heritable genetic damage (Mutagenic 1B and 2: H340 and H341)
•
toxic (Acute Toxicity 1, 2 and 3: H330, H331, H311, H301, H310, H300, Aquatic Chronic 2: H412)
•
allergenic when inhaled (Repertory Sensitivity 1: H334)
•
harmful to the environment (Aquatic Acute 1 and Aquatic Chronic 1, 2, 3 and 4: H400, H410, H411,
H412, H413
•
danger of serious damage to health by prolonged exposure (Health Hazard: H372 and H373).
Additional points will be awarded in proportion to the recycled content of materials used. This excludes
process waste.
Verification: Products holding a relevant Type 1 Ecolabel fulfilling the listed criteria will be deemed to comply.
Other appropriate means of proof will also be accepted.
The aluminium profile, including the lever handles, must be heavy duty and of good quality. The profile must
have rounded edges and must accommodate the two sheets of 5/6mm float glass with an 8mm gap.
Double glazing units which shall be hermetically sealed, with aluminium spacers, and consisting of two sheets
of 5/6 mm float glass with an 8 mm gap.
Windows are to be lockable. A master key and three copies of each individual key must be submitted upon
handing over.
Page 68
3.9
GREEN PROCUREMENT PROCEDURE (JOINERY) (Where Applicable)
3.9.1 Timber and timber-based materials
All timber and timber-based materials shall come from legally sourced timber.
3.9.1.1 Verification:
Certificates of chain of custody for the timber certified as FSC, PEFC or any other equivalent means of proof,
will be accepted as proof of compliance.
The legal origin of timber can also be demonstrated with a tracing system being in place. These voluntary
systems may be 3rd party certified, often as part of ISO 9000 and/or ISO 14 000 or EMAS management system.
If timber stems from a country that has signed a Voluntary Partnership Agreement (VPA) with the EU, the
FLEGT licence may serve as proof of legality.
For the non-certified timber bidders shall indicate the types (species), quantities and origins of the timber used
in production, together with a declaration of their legality. As such the timber shall be able to be traced
throughout the whole production chain from the forest to the product.
In specific cases, where the evidence provided is not considered sufficient to prove compliance with the
requested technical specifications, the University of Malta may ask suppliers for further clarifications of proof.
3.9.2 Plastic parts
All plastic parts ≥ 50g shall be marked for recycling according to ISO 114 69 or equivalent and must not contain
additions of other materials that may hinder their recycling.
3.9.2.1 Verification:
Bidders must provide a description of the plastic materials that are present and the quantities used, the way in
which they are labelled and how they are attached to one another or to other materials.
Products carrying a type I eco-label fulfilling the selected criteria will be deemed to comply.
3.9.3 Surface coating of timber, plastic and/or metal parts
The products used for surface coating shall:
a.
Not contain hazardous substances that are classified according to Directive 1999/45/EC as
carcinogenic (R40, R45, R49), harmful to the reproductive system (R60,R61, R62, R63), mutagenic
(R46, R68), toxic (R23, R24, R25, R26, R27, R28, R51), allergenic when inhaled (R42) or harmful to the
environment (R50, R50/53, R51/53, R52, R52/53, R53), cause heritable genetic damage (R46), danger
of serious damage to health by prolonged exposure (R48), possible risks of irreversible effects (R68).
b.
Not contain more than 5% by weight of volatile organic compounds (VOCs).
c.
For phtalates: no use is allowed of phtalates that at the time of application fulfil the classification
criteria of any of the following risk phrases (or combinations thereof): R60, R61, R62, in accordance
with Directive 67/548/EEC and its amendments.
d.
Not contain aziridine
e.
Not contain Chromium (VI) compounds
Page 69
3.9.3.1 Verification:
Bidders must present a list with all surface treatment substances used for each material present in the
furniture and their Security Data Sheet or equivalent documentation demonstrating compliance with the
above criteria. Furniture carrying a type I eco-label will be deemed to comply.
3.9.4 Adhesives and glues
The VOC content of adhesives used in the assembly of furniture shall not exceed 10% by weight.
3.9.4.1 Verification:
Bidders must present a list with all adhesives used in the assembly of furniture and their Security Data Sheet or
equivalent documentation where the amount of VOCs is displayed demonstrating compliance with the above
criteria. Furniture carrying a type I eco-label fulfilling will be deemed to comply.
3.9.5 Packaging materials
Packaging must consist of readily recycled material, and/or materials taken from renewable resources, or be a
multi-use system.
All packaging materials shall be easily separable by hand into recyclable parts consisting of one material (e.g.
cardboard, paper, plastic, textile).
3.9.5.1 Verification:
A description of the product packaging shall be provided together with a corresponding declaration of
compliance with these criteria.
3.9.6 Spares and Availability
In the event that furniture is to be procured from overseas, the successful tenderer must ensure that an
adequate number of spares, including but not restricted to hinges, handles, locks, supporting plates, internal
and external accessories etc., shall be readily available locally from stock.
3.9.7
Durability, reparability, fitness for use and ergonomics
Furniture must meet [insert national standard code] quality standard regarding serviceability (durability and
ergonomics).
Non-Domestic Furniture
•
Tables - MSA EN 15372:2008 (Strength, durability and safety)
•
Seating - MSA EN 15373:2007 (Strength, durability and safety)
3.9.7.1 Verification
Bidders must provide appropriate documentation to demonstrate compliance with these standards.
3.9.8
3.9.9
Fabric
Pesticides
For products made from cotton or other natural cellulosic fibres, the final product shall not contain more than
1 ppm (parts per million) in total of the following substances:
2,4,5-T
Hexachlorobenzene
Aldrin
Hexachlorobenzene, α
Captafol Hexachlorobenzene, β
Chlordane Hexachlorobenzene, δ
Page 70
Chlordimeform
DDT
Dieldrin
Dinoseb and salts
Endrine
Heptachlor
Metamidophos
Monocrotophos
Parathion
Parathion-methyl
Propethamphos
Toxaphene
Note: Most of these pesticides are already banned from placing on the market and use.
3.9.10
Dyes classified as sensitizing/allergenic, carcinogenic, mutagenic or toxic to reproduction
The following dyes shall not be used in the final product:
C.I. Basic Red 9
C.I. 42 500
C.I. Acid Red 26
C.I. 16 150
C.I. Basket Violet 14
C.I. 42 510
C.I. Direct Black 38
C.I. 30 235
C.I. Direct Blue 6
C.I. 22 610
C.I. Direct Red 28
C.I. 22 120
C.I. Disperse Blue 1
C.I. 64 500
C.I. Disperse Blue 3
C.I. 61 505
C.I. Disperse Blue 7
C.I. 62 500
C.I. Disperse Blue 26
C.I. 63 305
C.I. Disperse Blue 35
C.I. Disperse Blue 102
C.I. Disperse Blue 106
C.I. Disperse Blue 124
C.I. Disperse Brown 1
3.9.11
C.I. Disperse Orange 1
C.I. 11 080
C.I. Disperse Orange 3
C.I. 11 005
C.I. Disperse Orange 11 C.I. 60 700
C.I. Disperse Orange 37
C.I. Disperse Orange 76
(previously designated Orange 37)
C.I. Disperse Red 1
C.I. 11 110
C.I. Disperse Red 11
C.I. 62 015
C.I. Disperse Red 17
C.I. 11 210
C.I. Disperse Yellow 1
C.I. 10 345
C.I. Disperse Yellow 3
C.I. 11 855
C.I. Disperse Yellow 9
C.I. 10 375
C.I. Disperse Yellow 39
C.I. Disperse Yellow 49
Arylamines
The final product shall not contain the following arylamines:
4-aminodiphenyl
(CAS no. 92-67-1)
Benzidine
(CAS no. 92-87-5)
4-chloro-o-toluidine
(CAS no. 95-69-2)
2-naphthylamine
(CAS no. 91-59-8)
o-amino-azotoluene
(CAS no. 97-56-3)
2-amino-4-nitrotoluene
(CAS no. 99-55-8)
p-chloroaniline
(CAS no. 106-47-8)
2,4-diaminoanisole
(CAS no. 615-05-4)
4,4’-diaminodiphenylmethane
(CAS no. 101-77-9)
3,3’-dichlorobenzidine
(CAS no. 91-94-1)
3,3’-dimethoxybenzidine
(CAS no. 119-90-4)
3,3’-dimethylbenzidine
(CAS no. 119-93-7)
3,3’-dimethyl-4,4’-diaminodiphenylmethane (CAS no. 838-88-0)
p-cresidine
(CAS no. 120-71-8)
4,4’-methylene-bis-(2-chloraniline) (CAS no. 101-14-4)
4,4’-oxydianiline
(CAS no. 101-80-4)
4,4’-thiodianiline
(CAS no. 139-65-1)
o-toluidine
(CAS no. 95-53-4)
2,4-Toluylendiamine
(CAS no. 95-80-7)
2,4,5-trimethylaniline
(CAS no. 137-17-7)
4-aminoazobenzene
(CAS no. 60-09-3)
o-anisidine
(CAS no. 90-04-0)
3.9.12 Flame retardants
The following flame retardants shall not be used in the final product:
PBB (Polybrominated biphenyls) CAS no. 59536-65-1
Page 71
pentaBDE (Pentabromodiphenylether)
octaBDE (Octabromodiphenyl ether)
3.9.13
CAS no. 32534-81-9
CAS no. 32536-52-9
Pentachlorophenol and tetrachlorophenol
For products made from cotton or other natural Cellulosic fibres, the final product shall not contain more than
0.5 parts per million) of pentachlorophenol.
Note: Pentachlorophenol is already banned from pesticide applications in the group of plant protection
products and severely restricted for other pesticide applications including biocides applications.
3.9.14
Phthalate softeners
For products that come into direct contact with the skin the following phthalate softeners shall not make up
more than 0.1% by weight of the final product:
DEHP (Di-(2-ethylhexyl)-phthalate)
CAS no. 117-81-7
BBP (Butylbenzylphthalate)
CAS no. 85-68-7
DBP (Dibutylphthalate)
CAS no. 84-74-2
3.9.15
Formaldehyde
The amount of free and partly hydrolysable formaldehyde in the final product shall not exceed 80 ppm for
products that come into direct contact with the skin and 300 ppm for all other products.
3.9.16
Heavy metals
The amount of Cadmium (Cd), Chromium (Cr), Nickel (Ni), Lead (Pb), Copper (Cu) in the final product shall not
exceed:
Cadmium (Cd): 0.1 ppm
Chromium (Cr): 2.0 ppm
Nickel (Ni): 4.0 ppm
Lead (Pb): 1.0 ppm
Copper (Cu): 50.0 ppm
3.9.17
Verification (3.9.10-3.9.16)
All products carrying the EU Ecolabel for textiles will be deemed to comply. Other private or national textile
labels fulfilling the listed criteria can also be accepted. Any other appropriate means of proof, such as a
declaration, technical dossier of the manufacturer or a test report from a recognised body will also be
accepted.
Page 72
VOLUME 4 – FINANCIAL BIDDING
Item
No.
Description
Unit
Qty
(Cumulative
to Date)
Unit Rate
Total Cost
(including all
other charges as
may be applicable
but excluding
VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
Bill A
€
Preliminaries
The contractor is to allow for the cost of complying with
the Conditions of Contract and he is to set out his price for
so complying under each of the headings as set out below.
Should any heading be left unprized, then it shall be
deemed that the Contractor is not placing any value of the
Clauses under the heading concerned. All sections of the
works contained herein are to be quoted as Lump Sums
and No works will be re-measured upon completion.
Unless expressly stated otherwise, all items in this Bill of
Quantity are to include for all necessary labour and
materials, including formwork.
Rates are to include any, (if necessary), hoarding, casings,
screens, fans, planked footways, guardrails, dust covers
and other protective materials as required and as deemed
necessary at all times by the architect / project manager /
employer's representative.
The ring road cannot be blocked unless a permit is
granted by University.
All materials to be used within this contract are to be
approved prior to delivery to site.
A1
A2
A3
Bill A
Allow sum for all necessary insurances as contained
and/or implied for in the Contract.
Prepare a risk assessment report outlining all risks
involved and measures to be taken to minimise or
eliminate potential risks. The report is to be prepared and
signed by a competent person and to be submitted within
three weeks from commencement of works.
Such document has to be updated as maybe requested by
the site H & S Supervisor.
L.S.
Allow sum to cover costs in connection with the
preparation of Program of Works, whenever directed by
the Engineer. A programme inclusive of a progress report
will in general be required once a month.
L.S.
L.S.
Carried Forward
Page 73
Item
No.
Description
Unit
Qty
(Cumulative
to Date)
Unit Rate
Total Cost
(including all
other charges as
may be applicable
but excluding
VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
€
Brought Forward
A4
A5
A6
A7
A8
Allow for carrying out all surveys, setting out of works,
arranging levels including the provision and erection of
permanent setting out marks of the quantity and quality
as required by the Employer's Representative. Delivery of
materials and services to the site, and any incurred
ancillary / transportation expenses, is the responsibility of
the contractor. All works shall be contained or implied for
in the contract documents and including all the necessary
resources, unless included elsewhere in the Bills of
Quantities.
Allow for appointing a Health and Safety Coordinator and
for complying with the safety precautions and regulations
as laid down in the contract documents and Health and
Safety Plan.
Allow for the provision of all safety personal clothing and
equipment for all the workers involved and the provision
of an "on call" medical doctor, provision and maintaining
of all lifesaving equipment, personnel, warning signage,
markings, etc. As per General Conditions Art.20.
Allow for continuously keeping the site and building clean
and in a workman type condition free from debris, surplus
materials and any other type of loose matter arising from
works (which include variations to contract), which will
disturb the proper conditions of any internal and external
areas, roads and/or adjoining structures. Site Cleaning is
to take place during the whole duration of Works and
throughout the Site, as instructed by the University of
Malta and as per General Conditions Art.25.
L.S.
Allow for the protection at all times the whole of the
works including the provision of hoarding, scaffolding,
screens, fans, planked footways, guardrails and similar
items as required and as deemed necessary at all times by
the Safety coordinator and Project Supervisor
Construction Stage (PSCS Health & Safety). All safeguards
must be taken not to damage any other on-going works in
the premises and immediate vicinity, and adequate
protection must be allowed for in this regard. All damages
must be made good by the responsible contractor. The
liability period will remain until the satisfactory
commissioning and handing over procedures are
completed. As per General Conditions Art.14, 21, 58 and
59.
L.S.
L.S.
L.S.
L.S.
Carried Forward
Page 74
Item
No.
Description
Unit
Qty
(Cumulative
to Date)
Unit Rate
Total Cost
(including all
other charges as
may be applicable
but excluding
VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
Brought Forward
A9
Allow sum for providing and handing over to the Engineer
upon completion all drawings/ documents as called for in
the Contract Documents, including " As Built " drawings,
maintenance manuals, etc., including a small amount of
extra carpet tiles. Floor tiles, wall tiles, wall paint etc.
Provision, maintaining and removal of all necessary first
aid and sanitary facilities, including the provision of latrine
huts, etc. ... required for the proper mannered execution
of the works.
Provision, maintenance and removal of all necessary
temporary services, including fresh and potable water,
compressed air, electrical supplies, telephone, etc.
L.S.
Allow sum for the supply of samples, including literature,
for inspection/final decision, as contained and/or implied
for in the Specifications.
Allow sum for carrying out all necessary testing on
supplied samples contained and/or implied from in the
Specifications both on and off the site.
L.S.
A14
Allow sum for all necessary hiring, maintaining and
running of all type of tools and plant, both mechanical and
manual tools/plant, including mobilisation and/or
mobilisation, both on and off the site.
L.S.
A15
Allow sum for hiring of skips, loading material and
transport to an authorised dumping site. Sums shall also
include all necessary local permissions and preliminary
cost preparations.
Allow sum for maintaining existing and temporary
services, including electricity, sewage system and telecom.
Sum shall include all necessary permissions. Sum to
include both single or three phase as may be required.
L.S.
Allow sum for all necessary expenses, including
professional consultancy, to contract with the Nominated
Sub-Contractor/s.
Allow sum for all necessary internal partitions to subdivide phases of work as directed by the Architect in
charge. The partitions shall be made of timber, painted
and shall not permit dust to move from zone to another.
These shall be made neat and clean and shall include
shifting and altering as the phasing may require.
L.S.
Allow sum to cover for the necessary costs in maintaining
as low as possible the dust particles in air during the
whole project. The Sum shall include all necessary fans
or/and extractors required.
L.S.
A10
A11
A12
A13
A16
A17
A18
A19
€
L.S.
L.S.
L.S.
L.S.
L.S.
Carried Forward
Page 75
Item
No.
Description
Unit
Qty
(Cumulative
to Date)
Unit Rate
Total Cost
(including all
other charges as
may be applicable
but excluding
VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
Brought Forward
A20
The Contractor shall carry out the works with the
minimum of noise and inconvenience to occupants of the
adjoining and adjacent units by the use of plant
incorporating up-to-date methods of sound-reduction.
L.S.
A21
Safe guard the work, material and plant against theft, for
the security of the works and protection of the public.
L.S.
A22
The Contractor is to note that completion within the
Contract period is of paramount importance. There are
limitations to working in conjunction with the University
Operating System. Any additional sum to cater for these
Awkward situations shall be entered in this sum and
nowhere else.
The Contractor is deemed to have allowed for all overtime
weekend or shift work to finish the job within the
Contract Period for all work which is in the contract
document
L.S.
A23
Bill A
€
L.S.
Total carried forward to Summary on Page 82
Page 76
Item
No.
Bill B
Qty
Description
Unit
(Cumulative
to Date)
Unit Rate
Total Cost
(including all other
charges as may be
applicable but
excluding VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
€
Joinery Works
The contractor is required to take measurements on site. All
doors inclusive of handles, a 150mm high stainless steel
kicker plate, spring closure system, etc. The handles of the
doors are to be of the Stainless Steel lever type. Handles,
locks and accessories must withstand heavy usage and must
be adequate to be used in public areas. All doors, except
those directly opening onto a toilet cubicle, will have access
control locks which locks will be provided under M&E
contract. Contractor to install these locks and liaise with M&E
contractor. All rates to be inclusive of fanlights and single
pane laminated (6mm) and visually screened 1200mm x
180mm vision panels where applicable. Position of panel and
type of visual screening to be agreed with the University of
Malta. Any queries on the required specifications and
submitted rates must be clarified at Tender Stage. The door
locks where indicated to be supplied by UoM. The
contractor shall install the lock supplied by UoM.
B1
B2
B3
Manufacture, supply and install oak single leaf
flush doors (30 min. Fire rating) in structural
opening approx. 0.88 x 2.18m door 03 & 04 as
per drawing No. LT5/16_03 attached. Price
inclusive of all hardware, including stainless
steel hinges, lever handles and box frame. All
doors are to have a stainless steel kicker plate
on both sides.
Supply and install oak single leaf in structural
opening approx. 1.39m x 2.18m, door No. 05.
Price inclusive of a stainless steel kicker plate
and lever handles, thumb turns, mortise lock,
master key, box frame and stainless steel sign.
All doors are to have a stainless steel kicker
plate on both sides.
Manufacture, supply and install oak double leaf
flush doors (30min Fire rating) in structural
opening approx. 1.47m x 2.2m, door 16 as per
drawing No. LT5/16 attached. Price inclusive of
all hardware including stainless steel hinges,
lever handles, panic bar, box frame. All doors
are to have a stainless steel kicker plate on
both sides.
No
2.00
No
1.00
No
1.00
Carried Forward
Page 77
Item
No.
Description
Unit
Qty
(Cumulative
to Date)
Unit Rate
Total Cost
(including all other
charges as may be
applicable but
excluding VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
€
Brought Forward
B4
B5
B6
B7
B8
B9
Bill B
Manufacture, supply and install oak single leaf
flush doors (30 min. Fire rating) in structural
opening approx. 0.85m x 2.18m door 06 & 11 as
per drawing No.LT5/16_03 & LT5/16_05
attached. Price inclusive of all hardware, including
stainless steel hinges, lever handles, mortise lock,
and box frame and stainless steel sign. All doors
are to have a stainless steel kicker plate on both
sides.
Manufacture, supply and install oak double leaf
flush doors (60 min. Fire rating) in structural
opening approx. 1.68m x 2.2m, door 09 as per
drawing No. LT5/16_05 attached. Price inclusive
of all hardware, glazed vision panel, including
stainless steel hinges, lever handles, panic bar,
box frame. All doors are to have a stainless steel
kicker plate on both sides.
Supply and install oak single leaf in structural
opening approx. 0.87m x 2.18m, doors 07 & 08.
Price inclusive of a stainless steel kicker plate and
lever handles, thumb turns and box frame.
Manufacture, supply and install oak single leaf
flush doors (30 min. Fire rating) in structural
opening approx. 1.20m x 2.18m door 12 & 13 as
per drawing No. LT5/16_05 attached. Price
inclusive of all hardware including stainless steel
hinges, lever handles, panic bar, box and frame.
All doors are to have a stainless steel kicker plate
on both sides.
No
Manufacture, supply and install oak single leaf
flush doors (30 min. Fire rating) in structural
opening approx. 1.20m x 2.18m door 10 as per
drawing No. LT5/16_05 attached. Price inclusive
of all hardware including stainless steel hinges,
lever handles, box and frame. All doors are to
have a stainless steel kicker plate on both sides.
No
Prepare a design for door and space signage - to
include for supply, installation and printed
material. 150mm x 100mm stainless steel back
plate with a front finished in a transparent film, in
between which printed signage paper can be
inserted.
No.
4.00
No
8.00
No
8.00
No
4.00
1.00
11.00
Total carried forward to summary on page 82
Page 78
Item
No.
Bill C
Description
Unit
Qty
(Cumulative
to Date)
Unit Rate
Total Cost
(including all other
charges as may be
applicable but
excluding VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
€
Handrails & Metal Works
Any queries on the required specifications and submitted
rates must be clarified at Tender Stage.
C1
Remove and cart away existing handrail and fill in existing
holes in marble. Colour to match the existing marble.
m
40.00
C2
Provide fully detailed design drawings and calculations
showing dimensions for a Galvanised Steel Staircase
Railing/Handrail with Oak grab rail, running from existing
floor up to roof level and including all accessories and end
caps. All drawings and calculations signed by warranted
Perit must be submitted for approval prior to installation.
Drawings to include details of anchorage to existing
stairs/walls including joints and fixtures and fittings to be
used.
Supply and install a Galvanised Steel Staircase
Railing/Handrail with Oak grab rail, running from existing
floor up to roof level and including all accessories and end
caps.
Supply and install a Galvanised Steel Railing/Handrail with
Oak grab rail to be wall mounted including all accessories
and end caps.
L.S.
1.00
m
40.00
m
2.00
C3
C4
Bill C
Total carried forward to summary on page 82
Page 79
Item
No.
Bill D
Description
Unit
Qty
(Cumulative to
Date)
Unit Rate
Total Cost
(including all other
charges as may be
applicable but
excluding VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
€
Aluminium Works
The contractor is required to take measurements
on site. All doors should include locks, handles,
spring closure system, etc. as specified in the door
schedule. The handles and locks of the doors are to
be of the Stainless Steel level C-Type. Handles,
locks and accessories must withstand heavy usage
and must be adequate to be used in public areas.
The existing opening must be inspected since a
stainless steel frame may need to be installed for
proper fixing of the glass structure to the existing
opening. Price is to include floor concealed door
closers which may require additional strengthening
according to each specific site restriction.
D1
D2
D3
Bill D
Supply and install side hung door in ash grey
coloured heavy duty anodised aluminium as per
drawing No. LT5/16_02 door No. 15 & 18. Door is
to open outwards as per door schedule. Door is to
have double glazed with solar reflective opaque
glass panel, 60 min fire rating. All sliding bolts,
accessories, fixings, handles and ironmongery listed
in the door schedule are to be included in the rate.
(Approximately 1.15m wide x 2.20m high).
Supply and install two leaf opening door in ash grey
coloured heavy duty anodised aluminium as per
drawing No. LT5/16_02, door 14. Door is to open
outwards as per door schedule. Door is to have
double glazed with solar reflective opaque glass
panel, 60 min fire rating. All sliding bolts,
accessories, fixings, handles and ironmongery listed
in the door schedule are to be included in the rate.
(Approximately 1.32m wide x 2.25m high).
Supply and install two leaf opening door in ash grey
coloured heavy duty anodised aluminium as per
drawing No. LT5/16_02, door 01. Door is to open
outwards as per door schedule. Door is to have
double glazed with solar reflective opaque glass
panel, 60 min fire rating. All sliding bolts,
accessories, fixings, handles and ironmongery listed
in the door schedule are to be included in the rate.
(Approximately 2.98m wide x 2.25m high).
No.
2.00
No.
3.00
No.
2.00
Total carried forward to summary on page 82
Page 80
Item
No.
Bill E
Description
Unit
Qty
(Cumulative
to Date)
Unit Rate
Total Cost
(including all other
charges as may be
applicable but
excluding VAT) in
(including all other
charges as may be
applicable but
excluding VAT) in
€
€
Glass Door
The contractor is required to take measurements on
site. All doors should include locks, handles, spring
closure system, etc. as specified in the door
schedule. The handles and locks of the doors are to
be of the Stainless Steel level C-Type. Handles, locks
and accessories must withstand heavy usage and
must be adequate to be used in public areas. The
existing opening must be inspected since a stainless
steel frame may need to be installed for proper
fixing of the glass structure to the existing opening.
Price is to include floor concealed door closers
which may require additional strengthening
according to each specific site restriction.
E1
Bill E
Supply and install glass door system as per
drawing schedule. The door has two parts fixed
and to double leaf door which must be opened
180 degrees. The door must be consisting of
10mm tempered glass fixed to a stainless steel,
U-channel frame. Price inclusive of floor
concealed door closer and all hardware,
including stainless steel hinges, handles,
closers, locks, door stops etc as indicated in
Drawing No. LT5/16_06
No.
1.00
Total carried forward to summary on page 82
Page 81
Summary
Total (€)
(excluding VAT, Eco
Contribution (if any) and all
other charges as may be
applicable)
SUMMARY
Bill A
Preliminaries
Bill B
Joinery Works
Bill C
Handrail and Metal Works
Bill D
Aluminium Works, Partitions and Doors
Bill E
Glass Door
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 82
VOLUME 5 – DRAWINGS
Design Documents, including Drawings
Section 5.1
LIST OF DRAWINGS ATTACHED
No
Name
Drawing No
Design No
1.
Door Schedule (1) LR
LT5/16_01
N/A
2.
Door Schedule (2) LR
LT5/16_02
N/A
3.
Door Schedule (3) LR
LT5/16_03
N/A
4.
Door Schedule (4) LR
LT5/16_04
N/A
5.
Door Schedule (5) LR
LT5/16_05
N/A
6.
Door Schedule (6) LR
LT5/16_06
N/A
7.
Typical Handrail LR
LT5/16_07
N/A
Page 83
Page 84
Page 85
Page 86
Page 87
Page 88
Page 89
Page 90
Download