SPECIFICATIONS AND CONDITIONS FOR THE PROVISION OF GRIT BLASTING SERVICES 1. SCOPE 1.1 This tender calls for the provision of grit blasting services of metal components to the desalination section of the WSC. 1.2 All grit blasting shall be carried out at the contractors works. 2. DURATION This period contract shall be valid for twenty four (24) calendar months from the issue of the Letter of Acceptance, and may be extended, by mutual agreement for a further 6 month period. 3. TECHNICAL REQUIREMENTS 3.1 The items supplied to the contractor shall be grit blasted to Sa-3, in accordance to ISO 8501-1. 3.2 The grit blasted parts should be free from visible oil, grease and dirt, and also from most of the mill scale, rust, paint coatings and foreign matter. The items being grit blasted shall have a uniform metallic colour. 3.3 The items supplied to the contractor will vary in their appearance from mildly painted to highly corroded. Nonetheless, all items should be returned thoroughly blasted to the above standard. 3.4 WSC also requires some items to be returned complete with a suitable industrial grade spray primer, to a minimum thickness of 50 microns. These items are clearly marked in the enclosed Financial Offer form. The tenderers are also required to clearly state their choice of primer and indicate this in their tender submission. 3.5 The service lead times shall be required to be as follows: Non-Urgent Items : 5 working days Urgent Items : 2 working days If these service lead times are not respected, WSC reserves the right to terminate the contract with the supplier, unless such delays are due to a justifiable reason and approved by the WSC representative. Page 1 of 7
4. UNIT PRICES The unit prices for each item shall be quoted excluding any delivery to and from the contractor s site. Although estimated unit quantities shall be made known to the contractor, these will be non-binding and pricing will be independent from the actual quantity required. 5. ADJUDICATION & AWARD CRITERIA Tenderers are to quote for all items in the Schedule. Incomplete offers may not be considered. Adjudication of the financial offers shall be based on the total price based on the estimated quantity of items to be grit blasted. The sole award criterion will be the price. The contract will be awarded to the cheapest priced tender satisfying the administrative and technical criteria. 6. QUANTITIES The quantities shown on the schedule are only indicative and where necessary may be exceeded. However, WSC reserves the right not to request all the items or quantities shown in the schedule. In this case, WSC would not be held liable to any damages or costs whatsoever. 7. INSPECTION The WSC reserves the right to inspect the contractor s works and grit blasting process. It should be pointed out that all mechanical handling at the contractor s site should be done by the contractor without assistance by WSC employees. 8. REJECTION OF SERVICE The WSC representative shall have the authority to reject any substandard grit blasted items should they not be in accordance to the specifications agreed upon in this contract. The contractor shall rectify the substandard grit blasted items and improve his service at no extra cost to WSC. 9. INTERPRETATION OR CORRECTION OF TENDER DOCUMENTS Tenderers shall promptly notify the Chief Executive of the WSC of any ambiguity in or discrepancy between any of the Tender documents which they may discover upon examination of the Tender documents. Page 2 of 7
Tenderers requiring clarification or interpretation of the Tender Documents shall make a written request that shall reach the Chief Executive by fax on 22443499 or by email on procurement@wsc.com.mt at least eight (8) days prior to the date of receipt of Tenders. Any request after this date will not be accepted. Any interpretations, corrections or changes to the Tender Documents by the Chief Executive of the WSC will be made by an official addendum. Interpretations, corrections or changes made in any other manner will not be valid, and Tenderers shall not rely upon such interpretation, corrections and changes. The Contracting Authority may, at its own discretion, as necessary, extend the deadline for submission of tenders to give tenderers sufficient time to take clarification notes into account when preparing their tenders. 10. PAYMENT 10.1 Water Services may insist that payment will be made within 90 days from rendering of service or works carried out and provision of certification and documentation to the satisfaction of the Chief Executive or his representative. 10.2 In breach of this time limit a contractor would become entitled to the payment of interest at 2% over the rate of interest established by European Central Bank for the particular period. 11. PRICING 11.1 All tenderers are required to quote rates covering the total cost delivered to store/site inclusive of Value Added Tax, if any, and any other charges, as applicable. 11.2 VAT shall be quoted separately. Moreover, the successful bidder shall be bound to conform in all respects with VAT legislation and regulations. 11.3 In case of an inconsistency or conflict between the rates and the total submitted by the tenderer, the rate shall be considered as correct. 11.4 Offers are to be submitted in Euro. 12. ARBITRATION Any dispute, controversy or claim arising out of or relating to this contract, or the breach, termination or invalidity thereof shall be settled by arbitration in accordance with the rules of the Malta Arbitration Centre as at present in force. Any reference in the attached General Conditions to other arbitration procedures shall not apply. Page 3 of 7
13. PRESENTATION OF TENDERS (a) (b) (c) All tenders must be submitted in one original. All tenders must be received by date and time indicated and deposited in the tender box at the entrance of the Water Services Corporation, Qormi Road, Luqa LQA 9043, Malta. All tenders must bear only: (i) (ii) (iii) (iv) the above address; the reference of the invitation to tender concerned; if applicable, the number of the lot(s) to which the tender refers; the name of the tenderer. (d) A separate Tender Form is to be submitted for each option tendered, each form clearly marked Option 1, Option 2 etc. 14. TENDER PREPARATION COSTS Applicants shall bear all costs associated with the preparation and submission of the tender documents. The Corporation shall not reimburse any fee associated with the procurement of tender documents in the event that any/or all offers is/are rejected. 15. BANK GUARANTEE The successful contractor shall be required to submit a bank guarantee for 10% of the estimated twelve-month value of the contract within seven days (fifteen days for overseas contractors) from the date of award of contract. The guarantee shall be issued by a local Maltese Bank or a Financial Institution licensed by a recognized Financial Regulator in the country where the company is located and who assumes responsibility for claims and payments to the amount as stated above. The guarantee shall become renewable, two months prior to its expiry, for the second year of the contract. The bank guarantee will be released one month after satisfactory completion of the 2-year contract. 16. AWARD NOTIFICATION Prior to the expiration of the period of validity of tenders, Water Services Corporation will notify the successful tenderer, in writing, that his tender has been recommended for award by the Departmental Contracts Committee, pending any objection being lodged in terms of Regulation 21 of the Public Procurement Regulations. Unsuccessful bidders shall be notified with the outcome of the evaluation process, and will be provided the following information: (i) (ii) the name of the successful tenderer; the recommended price of the successful bidder; Page 4 of 7
(iii) (iv) (v) the reasons why the tenderer did not meet the technical specifications/ notification that the offer was not the cheapest (if applicable); the deadline for filing a notice of objection; the deposit required if lodging a complaint. The recommendations of the Departmental Contracts Committee shall be published on the Notice Board of the Water Services Corporation, and published online on the Corporation s website, www.wsc.com.mt. 17. OCCUPATIONAL HEALTH AND SAFETY The contractor shall assume full responsibility and accountability regarding the health and safety of his/her employees and/or sub-contractors including any third parties involved in the execution of this contract. The contractor shall be bound to conform with Act XXVII of 2000 (Occupational Health and Safety, Authority Act 2000), as well as any other national legislation, regulations, standards, and/or codes of practice in effect during the execution of the contract, regarding health and safety issues, as they apply for the contractor s particular operating situation and nature of work activities. 18. CONDITIONS OF EMPLOYMENT Tenderers are required to annexe with their offer the attached Statement on Conditions of Employment. Any tenderer who fails to provide this statement with his offer, will not be eligible for the award of the contract. 19. GENERAL CONDITIONS The attached General Conditions for the Execution of Works in Malta insofar as they are not inconsistent with the above shall also apply. 20. LABOUR LAW 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. 21. DOCUMENTS TO BE SUBMITTED WITH THE TENDER OFFER 1. Declaration re choice of primer (clause 3.4) 2. Statement on Conditions of Employment (clause 18) Page 5 of 7
FINANCIAL OFFER - WSC/T/1/2012 - Item Description Approx Dimension 1 Motor 260kW 2 Motor 170kW 3 4 5 6 7 8 9 10 11 12 Submersible Pump Motor Assembled Guinard Boost Pump Discharge Elbow Guinard Product Pump Discharge Elbow Ensival Boost Pump Discharge Elbow Ensival Product Pump Discharge Elbow Boost Pump Bowls ( External + Internal ) Product Pump Bowls ( External + Internal ) Submersible Pump Bowls ( External Only ) Submersible Motor Bearing Cover Set ( 3pcs) 6kV Motor Canopy Set 13 6kV Motor Fan Cover 14 Product Pump Extension Pipes Diameter: 76cm Height: 145cm Diameter: 63cm Height: 123cm Diameter: 20cm Height: 130cm Depth: 80cm Height: 114cm Width: 70cm Depth: 70cm Height: 103cm Depth: 80cm Height: 119cm Depth: 80cm Height: 110cm Diameter: 45cm Height: 50cm Diameter: 35cm Height: 27cm Diameter: 25cm Height: 21cm Diameter: 20cm Height: 21cm Width: 163cm Depth: 43cm Height: 131cm Depth: 50cm Height: 160cm Diameter: 30cm Height: 150cm Estimated Qty To be painted with primer immediately after Grit Blasting 7 Yes 7 Yes 20 No 8 Yes 2 No 5 Yes 7 Yes 10 No 10 No 50 No 30 No 10 Yes 10 Yes 20 No Unit Price excl. VAT Total Price excl. VAT VAT Charges TOTAL EURO including VAT c/f to Tender Form Signature of Tenderer Date Page 6 of 7
INFORMATION SHEET Name of Tenderer (in block letters) Address Tel No. Fax No. Email Address Tax/VAT No Trading Licence No. Valid until Completion period per job from date of order Partial orders accepted (Yes/No) Signature of Tenderer Date Page 7 of 7