ct3186 2013 tender document

22
REFERENCE NUMBER: CT3186/2013 TENDER FOR THE ROAD USERS AND ROAD OPERATORS SATISFACTION SURVEY FOR SECTIONS UPGRADED ON THE TEN-T ROAD NETWORK IN MALTA & GOZO Date Published: 20 May 2014 Deadline for Submission: 1 July 2014 at 09:30am CEST Tender Opening: 1 July 2014 At 10:00am CEST Participation is free of charge Operational Programmes for Malta Cohesion Policy 2007-2013 Investing in your future This Tender is being considered for European Union part-financing Operational Programme I Cohesion Policy 2007-2013 Investing in Competitiveness for a Better Quality of Life Cohesion Fund IMPORTANT: No Bid Bond is requested for this tender IMPORTANT Clarifications shall be uploaded and will be available to view/download from www.etenders.gov.mt This e-tender does not require print-outs from this document. Please consider your environmental responsibility before printing. Department of Contracts Notre Dame Ravelin, Floriana FRN 1600, Malta. Tel: (356) 21220212. Fax: (356) 21247681 Email: [email protected]

Upload: des193

Post on 20-Dec-2015

8 views

Category:

Documents


4 download

DESCRIPTION

Tender

TRANSCRIPT

REFERENCE NUMBER: CT3186/2013

TENDER FOR THE ROAD USERS AND ROAD

OPERATORS SATISFACTION SURVEY FOR SECTIONS

UPGRADED ON THE TEN-T ROAD NETWORK IN MALTA

& GOZO

Date Published: 20 May 2014

Deadline for Submission: 1 July 2014 at 09:30am CEST

Tender Opening: 1 July 2014 At 10:00am CEST

Participation is free of charge

Operational Programmes for Malta Cohesion Policy 2007-2013

Investing in your future

This Tender is being considered for European Union part-financing

Operational Programme I – Cohesion Policy 2007-2013

Investing in Competitiveness for a Better Quality of Life

Cohesion Fund

IMPORTANT:

No Bid Bond is requested for this tender

IMPORTANT Clarifications shall be uploaded and will be available to view/download from www.etenders.gov.mt

This e-tender does not require print-outs from this document. Please consider your environmental

responsibility before printing.

Department of Contracts Notre Dame Ravelin, Floriana FRN 1600, Malta. Tel: (356) 21220212. Fax: (356) 21247681 Email: [email protected]

Page 2

IMPORTANT NOTE

Submission of e-tenders

If a tender needs to be submitted by an MFSA-registered organisation and other Economic Operators who qualify as per Terms of Use of the ePPS, users need to log into the ePPS with the organisation eID.

EPPS users holding a sole trader account are kindly reminded that their account can only be used to submit tenders under their sole trader’s name and not on behalf of any other organisation.

In case a tender needs to be submitted by a Joint Venture/Consortium, an account needs to be created through the ePPS for the Joint Venture/Consortium and only this account must be used to submit the tender.

In the case where a person requires to submit a tender on behalf of an entity, which may be an organisation or Joint Venture/Consortium, the submission must be performed through the account of the entity. The latter must assign the person an account to perform the submission on its behalf, if the person is not already assigned. The entity will be considered as the economic operator submitting the tender.

Economic Operators are reminded that Account registration for Sole Traders and Joint Ventures/Consortia is directly through the ePPS at www.etenders.gov.mt while MFSA-registered organisations and other Economic Operators who qualify as per Terms of Use of the ePPS must register through the MyGov website at www.mygov.mt.

Prospective Bidders are reminded to follow the above instructions and other instructions in the Terms of Use of the e-procurement system and the Manual for Economic Operators available under the ‘Help’ tab of the epps homepage. The Department of Contracts reserves the right to disqualify Economic Operators who do not abide by the above instructions.

Page 3

Table of Contents

Table of Contents ........................................................................................... 3

SECTION 1 – INSTRUCTIONS TO TENDERERS ............................................................ 5

1. General Instructions ................................................................................... 5

2. Timetable ............................................................................................... 5

3. Lots ...................................................................................................... 6

4. Variant Solutions ....................................................................................... 6

5. Financing ................................................................................................ 6

6. Clarification Meeting/Site Visit/Workshop ......................................................... 6

7. Selection and Award Requirements ................................................................. 6

8. Tender Guarantee (Bid Bond) ........................................................................ 8

9. Criteria for Award ...................................................................................... 8

SECTION 2 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS ....................... 9

Right of Recourse - Regulation 21 of the Public Procurement Regulations ....................... 9

SECTION 3 – SPECIAL CONDITIONS ..................................................................... 11 Article 2: Notices and Written Communications .......................................................................... 11 Article 5: Supply of Information .............................................................................................. 11 Article 6: Assistance with Local Regulations ............................................................................... 11 Article 7: Obligations of the Contractor .................................................................................... 11 Article 13: Medical, Insurance and Security Arrangements ............................................................. 11 Article 14: Intellectual and Industrial Property Rights ................................................................... 11 Article 15: Scope of the Services............................................................................................. 11 Article 16: Personnel and Equipment ....................................................................................... 11 Article 18: Execution of the Contract ....................................................................................... 12 Article 19: Delays in Execution ............................................................................................... 12 Article 20: Amendment of the Contract .................................................................................... 12 Article 24: Interim and Final Progress Reports ............................................................................ 12 Article 26: Payments and Interest on Late Payment ..................................................................... 12 Article 27: Pre-Financing Guarantee ........................................................................................ 12 Article 28: Audit Certificate .................................................................................................. 12 Article 39: Further Additional Clauses ...................................................................................... 13

SECTION 4 –TERMS OF REFERENCE ..................................................................... 14

1. Background Information ............................................................................. 14 1.1 - Beneficiary Country ...................................................................................................... 14 1.3 - Contracting Authority ................................................................................................... 14 1.4 - Relevant Country Background .......................................................................................... 14 1.5 - Current State of Affairs in the Relevant Sector ..................................................................... 14 1.6 - Related Programmes and Donor Activities ........................................................................... 15

2. Contract Objectives and Expected Results ....................................................... 15 2.1 - Overall Objectives ....................................................................................................... 15 2.2 - Specific Objectives....................................................................................................... 15 2.3 - Results to be Achieved by the Consultant ........................................................................... 15

3. Assumptions and Risks ............................................................................... 15 3.1 - Assumptions Underlying the Project Intervention .................................................................. 15 3.2 – Risks ........................................................................................................................ 15

4. Scope of the Work ................................................................................... 16 4.1 – General ..................................................................................................................... 16 4.2 - Specific Activities ........................................................................................................ 16 4.3 - Project Management ..................................................................................................... 18

Page 4

5. Logistics and Timing ................................................................................. 18 5.1 – Location .................................................................................................................... 18 5.2 - Commencement Date & Period of Execution ........................................................................ 18

6. Requirements ......................................................................................... 19 6.1 – Personnel .................................................................................................................. 19 6.3 - Facilities to be provided by the Consultant ......................................................................... 19 6.4 – Equipment ................................................................................................................. 19

7. Reports ................................................................................................ 20 7.1 - Submission & approval of progress reports .......................................................................... 20

8. Monitoring and Evaluation .......................................................................... 20 8.1 - Definition of Indicators .................................................................................................. 20 8.2 - Special Requirements ................................................................................................... 20

DRAWINGS .................................................................................................. 21

List of drawings attached .............................................................................. 21

List of design documents available ................................................................... 21

SECTION 5 – SUPPLEMENTARY DOCUMENTATION ................................................... 22

5.1 – Draft Contract Form .............................................................................. 22

5.2 – Glossary ............................................................................................ 22

5.3 – Specimen Performance Guarantee ............................................................. 22

5.7 – General Conditions of Contract ................................................................. 22

~~~~~~~~~~~~~~~

Page 5

SECTION 1 – INSTRUCTIONS TO TENDERERS 1. General Instructions 1.1 In submitting a tender1, the tenderer accepts in full and in its entirety, the content of this tender

document, including subsequent Clarifications issued by the Central Government Authority/Contracting Authority (CGA/CA), 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. These Instructions to Tenderers complement the General Rules Governing Tenders version 1.8 dated 8 April 2014 (available from www.etenders.gov.mt under ‘Resources’). 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. Prospective tenderers must submit their response to this tender online, at www.etenders.gov.mt, by completing the prescribed tender response format using the Tender Preparation Tool (TPT) provided by the System. Please note that the TPT was recently updated. This means that anyone who has downloaded the TPT in the past will need to download this tool again. If this is not done, the tender package, created using the old version of the tool, will not be accepted by the etenders portal. Therefore, to avoid the inconvenience of having the tender package rejected, please make sure that you fill in the tender structure using the latest version which can be downloaded from the http://www.etenders.gov.mt portal. In case of any discrepancy between the requirements contained in this document and those in the tender response format, the latter shall prevail. Prospective tenderers take full responsibility to submit their electronic tender response (offer) well before the tender submission deadline in order to avoid last minute upload restrictions. Tender offers must be fully uploaded / accepted by the ePPS prior to the deadline for submission of offers, that is, tenders in transit upon tender submission deadline will be rejected.

1.2 This is a call for tenders for the provision of professional services in carrying out a Road User and

Operators Satisfaction Survey for sections that have been upgraded on the Ten-T road network in Malta and Gozo re:-

Project 1 - Reconstruction and widening of Council of Europe and Garibaldi, Luqa

Project 2 - Reconstruction of Sea Passenger Terminal Access

Project 3 - Reconstruction of Marfa Road, Mellieha

Project 4 - Reconstruction of Mgarr Road, Ghajnsielem, Gozo

Project 5 - Reconstruction and Upgrading of Mellieha Bypass, Mellieha

Project 6 - Construction of an underpass from 13th December Avenue to Menqa Roundabout, Marsa 1.3 This is a global price contract. 1.4 This call for tenders is being issued under an open procedure. 2. Timetable

DATE TIME*

Workshop As per Article 6.2 below

Deadline for request for any additional information from the Contracting Authority Clarifications to be sent either:

Online from www.etenders.gov.mt

16 June 2014 23:45

Last date on which additional information are issued by the Contracting Authority

25 June 2014 23:45

1 Unless otherwise indicated, a tender offer above 100MB will not be accepted by the system (ePPS)

Page 6

Deadline for submission of tenders (unless otherwise modified in terms of Clause 10.1 of the General Rules Governing Tendering)

1 July 2014 09:30

Tender Opening Session (unless otherwise modified in terms of Clause 10.1 of the General Rules Governing Tendering)

1 July 2014 10:00

* All times Central European summer Time (CEST)

3. Lots 3.1 This tender is not divided into lots, and tenders must be for the whole of quantities indicated. Tenders

will not be accepted for incomplete quantities. 4. Variant Solutions 4.1 No variant solutions will be accepted. Tenderers must submit a tender in accordance with the

requirements of the tender document. 5. Financing 5.1 The project is being considered for co-financed by the European Union/Government of Malta, in

accordance with the rules of the Cohesion Fund programme. 6. Clarification Meeting/Site Visit/Workshop 6.1 No clarification meeting is planned. 6.2 Prospective tenderers may register to attend a workshop that will be organised in collaboration with the

Centre for Development, Research and Training at San Salvatore Bastion, Sa Maison Road, Floriana FRN1610. During this workshop, prospective tenderers will be given the opportunity to familiarise themselves with the new electronic tendering procedure. Prospective tenderers are to register themselves to attend this workshop by sending an email on [email protected] with the name, surname, role within the organisation, and contact details (telephone and email address) of the nominated person by not later than one day before the convening of the same workshop. Only one person will be allowed to participate for each prospective tenderer.

7. Selection and Award Requirements 7.1 In order to be considered eligible for the award of the contract, tenderers must provide evidence that they

meet or exceed certain minimum criteria described hereunder. (A) Eligibility Criteria (i) No Bid Bond is not required.(Note 1)

(ii) Declare agreement, conformity and compliance with the General Rules Governing Tendering Version 1.8 dated 8 April 2014 in the Tender Response Format (available from www.etenders.gov.mt)

(iii) Declare agreement, conformity and compliance with the provisions of the Tender’s Declaration in Tender Response Format.

(iv) 1. Declare agreement, conformity and compliance with the provisions of the Statement on

Conditions of Employment in Tender Response Format. Please also attach the minimum hourly workers’ costs involving the provision of the employees’ services. (Note 2)

2. (v) Power of Attorney (if applicable) (Note 2)

(vi) Data on Joint Venture/Consortium (if applicable) (Note 2)

(B) Selection Criteria

Financial and Economic Standing

Page 7

(i) No evidence of financial and economic standing is required. Proof of Technical Capacity (ii) Meet the following minimum requirements (1) Provide data concerning subcontractors and the percentage of works to be subcontracted as per

Form marked Sub-contracting to be submitted online through the prescribed Tender Response Format and by using the Tender Preparation Tool provided. (Note 3)

The maximum amount of sub-contracting must not exceed [40%] of the total contract value.

The main contractor must have the ability to carry out at least [60%] of the contract works by his own means.

(2)

A list of the key experts and other staff proposed for the execution of the contract as per Form marked Key Experts.

Key expert 1: Team Leader – Social Scientist

Qualifications and skills

- Relevant Postgraduate University Degree (MQF 7) in Social Sciences - Excellent communication skills in English with a minimum

qualification equivalent to MQF3 .

Key expert 2: Statistician

Qualifications

Relevant Postgraduate University Degree in Statistics.(MQF 7)

Key expert 3: Transport Consultant

Qualifications: Relevant Postgraduate University Degree in transport sciences.(MQF 7)

Public officers and employees of government agencies and government entities of the beneficiary country cannot be recruited as experts. The Evaluation Committee reserves the right to request the tenderers to substantiate their claims in respect to the staff proposed by requesting CVs of key staff and signed Declarations of Exclusivity and Availability during the evaluation stage.

(C) Technical Specifications

(i) (ii)

Tenderer’s Technical Offer in response to specifications to be submitted online through the prescribed Tender Response Format and by using the Tender Preparation Tool provided. (Note 3)

Quality Assurance form to be submitted online through the prescribed Tender Response Format and by using the Tender Preparation Tool provided. (Note 3)

(D) Financial Offer

(i) A financial offer calculated on a basis of Delivered Duty Paid (DDP)2000 for the services tendered as per Tender Response Format. (Note 3)

Page 8

(ii) A filled-in Financial Bid Form (as per document available to download online from

www.etenders.gov.mt) as per Tender Response Format. (Note 3)

Notes to Clause 7.1:

1. Tenderers will be requested to clarify/rectify, within five working days from notification, the tender guarantee only in the following two circumstances: either incorrect validity date, and/or incorrect value.

2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete documentation, and/or submit any missing documents within five working days from notification.

3. No rectification shall be allowed. Only clarifications on the submitted information may be requested.

8. Tender Guarantee (Bid Bond)

8.1 No tender guarantee (bid bond) is required.

9. Criteria for Award

9.1

The sole award criterion will be the price. The contract will be awarded to the cheapest priced tender satisfying the administrative and technical criteria.

Page 9

SECTION 2 – EXTRACTS FROM THE PUBLIC PROCUREMENT REGULATIONS

Right of Recourse - Regulation 21 of the Public Procurement Regulations

The procedure for the submission of appeals in the tender offer is stipulated in Part II of the Public Procurement Regulations (Legal Notice 296/2010), reproduced hereunder for ease of reference. 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) (a) Any tenderer or candidate who feels aggrieved by a decision taken by the Review Board may appeal to the Court of Appeal (Superior Jurisdiction) as constituted in accordance with article 41(1) of the Code of Organization and Civil Procedure by means of an application filed in the registry of that court within twenty calendar days from the decision on which that decision has been made public.

(b) A copy of the appeal application shall be served on the Contracting Authority and on the recommended tenderer, if any, who may file a written reply within twenty days from the date of service.

(c) The Court of Appeal shall set down the cause for hearing at an early date, in no case later than two months from the date on which the appeal is brought before it and shall cause notice of such date to be given to the parties who, on their part, shall assume the responsibility to visit the court registry and be aware of the latest information regarding the appointment for the hearing of the case.

(d) After appointing the application for hearing, and after listening to the oral submissions made by all

parties, the Court shall decide the application on its merits, within the shortest time possible but not any later than four months from the day when the appeal had been filed and the parties have been duly notified. Pending the decision of the Court, the process of the call for tenders shall be suspended. 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.

Page 10

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 11

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.

Article 2: Notices and Written Communications

2.2 During Contracts stage written communication should be sent to the Roads and Infrastructure

Directorate (RID), Triq Agius De Soldanis, St. Venera SVR 1910, attention Project Leader CF 117 The parties shall agree before signing of the contract about the method of communication to the used throughout the project

Article 5: Supply of Information 5.1 Further to the provisions of the General Conditions, the contractor shall be provided with a list of

road transport operators, a copy of the road user and road operator satisfaction survey templates utilised at the pre-construction stage and a copy of the final report on the road user and road operator surveys undertaken at pre-construction stage.

Article 6: Assistance with Local Regulations 6.1 The Contracting Authority shall provide assistance to the Contractor on his request by obtaining

copies of the Laws of the Malta which are relevant to the Contract but are not readily available.

Article 7: Obligations of the Contractor 7.8 The Contractor shall, within 15 calendar days of receipt of the contract, submit a guarantee for the

full and proper performance of the contract to the Contracting Authority. The amount of the guarantee shall be equivalent to 10% of the amount of the contract price, including any amounts stipulated in addenda to the contract.

The performance guarantee shall be in the format given in Section 5 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 performance guarantee shall be released within 30 days from the date of issue of last payment.

Article 13: Medical, Insurance and Security Arrangements 13.3 As per General Conditions.

Article 14: Intellectual and Industrial Property Rights 14.3 Transport Malta shall retain full and sole ownership rights on the Road Users and Road Operators

Satisfaction Survey.

Article 15: Scope of the Services 15.1 The scope of the services is defined in Section 4 (Terms of Reference)

Article 16: Personnel and Equipment

Page 12

16.3 As per General Conditions.

Article 18: Execution of the Contract 18.1 The execution of this contract will commence within two weeks from the last date of signing of

contract.

18.2 The execution period of this tender is eight (8) weeks which commences within two weeks from date of last signature of the contract. .

Article 19: Delays in Execution 19.2 The contractor shall be liable to a deduction of a sum equivalent to €50 per calendar day for any

delay. The maximum amount of damages shall not exceed 15% of the contract value, pursuant to which the contracting authority will have the right to invoke the clauses relating to the termination of the contract and subsequent penalties.

Article 20: Amendment of the Contract 20.2 As per General Conditions.

Article 24: Interim and Final Progress Reports 24.1 Reference to be made to Volume 4 – Terms of Reference, Article 7: Reporting Requirements

Article 26: Payments and Interest on Late Payment 26.1 This is a global-price contract. The payment of the contract price will be made upon completion of each task listed in the schedule

below and written approval from the Project Coordinator as follows;

a. The Contractor shall give a notice in writing to the Contracting Authority that the contract works for each of the tasks listed in the schedule below have been completed and submit a valid invoice.

b. The Project Coordinator shall recommend approval for payment to the Contracting Authority.

Task No. Description Percentage Payment

1. 1 Upon approval of Inception Report 20%

2. Road Operators Satisfaction Survey for all Projects

30%

3. Road User Satisfaction Survey for all Projects 30%

4. 1 Upon approval of Final Report 20%

TOTAL 100%

26.2

The maximum period in which payments are to be effected is 60 days from the approval of the works as per clause 26.1, failing which the provisions of the Late Payments Directive will come into effect (30 days as per General Conditions).

Article 27: Pre-Financing Guarantee 27.2 Not applicable.

Article 28: Audit Certificate

Page 13

28.4 Not applicable.

Article 39: Further Additional Clauses Add other clauses deemed relevant.

Page 14

SECTION 4 –TERMS OF REFERENCE

Note: Where in this tender document a standard is quoted, it is to be understood that the Contracting Authority will accept equivalent standards. However, it will be the responsibility of the respective bidders to prove that the standards they quoted are equivalent to the standards requested by the Contracting Authority.

1. Background Information

1.1 - Beneficiary Country

Malta

1.3 - Contracting Authority

Transport Malta

1.4 - Relevant Country Background

The Maltese Islands are located 93km south of Sicily (Italy) and 290km from the north coast of Africa. The country, being a small island state, has an economy which is highly dependent on external transportation links by sea and air and, in the absence of rail and waterway networks, on internal connections by road. During the late 1980’s and early 1990’s, the Maltese economy grew and expanded in both the manufacturing and services sectors. This growth resulted in substantial increases in the volumes of internal and international passenger and goods traffic. In turn, this expansion exerted considerable pressure on the islands’ internal road-based transportation network and infrastructures.

1.5 - Current State of Affairs in the Relevant Sector

The total length of the road network in the Maltese Islands is 2254 km comprising 185 km of Arterial and Distributor Roads, 134 km of rural and urban roads with a linking function and 920km of urban roads. In 1996 the Roads Department commissioned the services of Deutsche Gesellschaft für Technische Zusammenarbeit GmbH (GTZ) of Germany to prepare a Master Plan for Roads in Malta and Gozo. This plan, completed in 2000, proposed five phases for the upgrade of the existing arterial and distributor road network in Malta and Gozo. Road works in accordance with the recommendations of the Master Plan commenced in 1998. Sections of Malta’s TEN-T route, identified in the TINA study (2002) have been upgraded to contribute to the economic and social needs of the Islands. Several priority projects have been identified in the project pipeline for Cohesion Policy 2007-2013. These projects were undertaken with the aimed to improve existing road transport infrastructure links to the Grand Harbour, the International Airport at Gudja and the island of Gozo. In particular, works consisted of improvements to the road network within the heavily congested inner and outer harbour region, which has the highest density of traffic volumes. Works also took place in the Northern part of the TEN-T network to improve access to the Ferry Terminal at Cirkewwa, as well as, the road network from the Ferry Terminal at Mgarr Harbour to Victoria in Gozo. These projects complemented other completed improvements to road infrastructure co-financed by Cohesion Policy 2004-2006.

Page 15

1.6 - Related Programmes and Donor Activities

The Ten-T network in Malta consists of 51 kms of road network, four ports (Valletta, Marsaxlokk and Cirkewwa, in Malta and Mgarr in Gozo) and one airport.

The first phase for the upgrading of the TEN-T network from the Cohesion Policy 2007-2013 consisted of five sections of the network (split into six projects), at Luqa/Marsa, Floriana/Marsa, Cirkewwa, Mellieha and Victoria (Gozo) and works consisted in the construction of an underpass, improvement of junctions and widening of parts of this network as well as, improvements to the road-side environment.

The restoration and upgrading of the TEN-T network, is being co-financed by the European Commission and the Government of Malta through the Cohesion Fund under the Cohesion Policy 2007-2013, Operational Programme I.

2. Contract Objectives and Expected Results

2.1 - Overall Objectives

The overall objectives of the project of which this contract will be a part are as follows:

To optimise the internal connectivity of the Maltese Islands through the improvement of the TEN-T network.

To improve journey time reliability and road safety through upgrades to parts of the TEN-T road infrastructure.

2.2 - Specific Objectives

The objectives of this contract [which are not necessarily those of the project] are as follows:

1. To carry out an attitudinal survey after completion of the road interventions with a view to assess the satisfaction rate of road operators and users, based on a number of criteria, inter alia, road safety, comfort, landscaping, a safer pedestrianisation, etc.

This contract is meant to assess the current satisfaction of road users and road operators with specific sections of the TEN-T road network after the completion of the road interventions to assess the percentage change in satisfaction of road operators and users.

2.3 - Results to be Achieved by the Consultant

A report presenting the findings and weighting of the Road Operators Satisfaction Survey and Road Users Satisfaction Survey.

3. Assumptions and Risks

3.1 - Assumptions Underlying the Project Intervention

The survey will be completed within the stipulated implementation schedule and after infrastructural works on the five TEN-T sections will be completed and re-opened to traffic.

3.2 – Risks

Surveyed people will not cooperate and thus the process to survey the required sample population

Page 16

will be lengthened.

4. Scope of the Work

4.1 – General

4.1.1 Project Description

The construction works of this project included: -

Project 1 - Reconstruction and widening of Council of Europe and Garibaldi, Luqa

Project 2 - Reconstruction of Sea Passenger Terminal Access

Project 3 - Reconstruction of Marfa Road, Mellieha

Project 4 - Reconstruction of Mgarr Road, Ghajnsielem, Gozo

Project 5 - Reconstruction and Upgrading of Mellieha Bypass, Mellieha

Project 6 - Construction of an underpass from 13th December Avenue to Menqa Roundabout, Marsa

The location of each of the projects is being indicated on the map attached

This survey involves the carrying out of a post road operators and road users satisfaction survey for each road section. Surveys shall be carried out by telephone interviews. Survey shall be carried out in Maltese or English depending on the preference of the person being surveyed. All the results shall however be presented in English.

4.1.2 Geographical Area to be covered

The whole of the Maltese Islands.

4.1.3 Target Groups

The Contracting Authority will be providing the pre-satisfaction survey questioner used for both the Road users and Road operators to be adjusted by the awarded service provider to reflect the post completion surveys.

Road Users: Respondents shall be selected via random probability sampling. The sample population shall reflect the satisfaction of road users in Malta and Gozo. A representative sample must be selected, having a 95% confidence interval. The allowable margin of error is +/-3%. The sample population shall also be adequately representative of the vulnerable road users i.e. pedestrians and cyclists. To be eligible to take part in the survey the respondents shall be 18 years or older and shall have used the road section included in this project at some time in the preceding twelve (12) months. Road Operators: A list of road operators (numbering to around 760) shall be provided by Transport Malta. An attempt shall be made to interview all the operators on this list. TM shall notify the target individuals prior to the commencement of this survey. Each operator shall be questioned on a maximum of all the road sections listed in Section 4.1.1 above.

4.2 - Specific Activities 1. Inception Report for Road Operators Satisfaction Survey & Road User Satisfaction Survey

Page 17

Executive summary

Description of tasks to be carried out by the key experts.

Description of tasks to be carried out by other personnel.

List any inputs required from the Contracting Authority

Review the draft Questionnaire as in Appendix A and list recommendations of any amendments required.

Review the draft Questionnaire as in Appendix B and list recommendations of any amendments required.

Propose and describe the survey methods to be adopted and identify the sample numbers of interviewees.

Programme of Works highlighting the timeframes up to the end of the contract.

Envisaged Risks to the implementation of this contract.

2. Road Operators Satisfaction Survey

It is envisaged that the successful bidder will:

Agree with the Contracting Authority on any amendments required for Appendix B which is the pre-construction satisfaction surveys which need to be modified for post-construction satisfaction survey.

Agree with the Contracting Authority on survey methods to be adopted.

Test the questionnaire, carry out a pilot survey and recommend to the Contracting Authority any revisions deemed to be required.

Carry out roadside interviews

Carry out telephone interviews

Evaluate and compile the results

Provide the Authority with a written report on the questionnaire, the data management and weighting of the survey

Provide the Authority with a written report on the results of the Road Operators Satisfaction Survey

The road operators satisfaction survey shall pose questions to respondents about:

Frequency of road use

Safety

Road condition

State of road during adverse weather conditions

Street Furniture –eg. Road Signs, bus stops, road lighting

Congestion

Reliability of journeys

3. Road User Satisfaction Survey

It is envisaged that the successful bidder will:

Agree with the Contracting Authority on any amendments required for Appendix A which is the pre-construction satisfaction surveys which need to be modified for post-construction satisfaction survey.

Agree with the Contracting Authority on survey methods to be adopted

prepare the Road User Satisfaction Survey

Test the questionnaire, carry out a pilot survey and recommend to the Contracting Authority any revisions to the questionnaire deemed to be required

Employ the most appropriate method of ensuring the maximum response rate

Carry out telephone interviews

Roadside interviews are carried out

Evaluate and compile the results

Provide the Authority with a written report on the sample design, fieldwork procedures, the questionnaire, the data management and weighting of the survey

Provide the Authority with a written report on the results of the Road User Satisfaction

Page 18

Survey

The road user satisfaction survey shall pose questions to respondents about:

Frequency of road use

Purpose of journey

Mode of transport

Safety

Road condition

State of road during adverse weather conditions

Maintenance of landscaped areas

Cleanliness of network

Street Furniture –eg. Road Signs, bus stops, road lighting

Congestion

Reliability of journeys

The data collection methodology shall be based on computer-assisted interviewing.

4.3 - Project Management

4.3.1 Responsible Body

The Roads and Infrastructure Directorate within the Transport Malta will be responsible for managing this Contract. The consultant will report to the Project Manager or his appointed representative.

4.3.2 Management Structure

In every case the Consultant shall obtain approval, in writing by the Project Manager or his representative, before exercising any authority for which he is required to obtain prior authorization. Furthermore he will not be entitled to make decisions on extensions of time stages and time required under the contract.

4.3.3 Facilities to be provided by the Contracting Authority and/or other parties

The Consultant will need to provide for his own facilities during the term provided by the Contract, including for all the facilities mentioned in Clause 6.3.

The Authority for Transport in Malta (TM) will make the following documentation available to the appointed Consultant: List of road transport operators including contact details (where available); The Road User and Road Operator Satisfaction Survey Templates used at pre-construction

stage; and The Final Reports of the Road User and Road Satisfaction Surveys conducted at pre-

construction stage.

5. Logistics and Timing

5.1 – Location

The location of the project is as described in Clause 4.1 of these Terms of Reference.

5.2 - Commencement Date & Period of Execution

Page 19

The intended commencement date shall not be more than two (2) weeks after the last signature of the contract. The period of execution of the contract shall be as follows: All tasks related to the Road Operators Satisfaction Survey and the Road User Satisfaction Survey shall be carried out within eight (8) weeks after commencement date.

6. Requirements

6.1 – Personnel

6.1.1 Other Experts

CVs for experts other than the key experts listed in clause 6.1 in Volume 1 Section 1, are not examined prior to the signature of the contract. They should not have been included in tenders. The Consultant shall select and hire other experts as required according to the profiles identified in the Organisation & Methodology and these Terms of Reference. For the purposes of this contract, international experts are considered to be those whose permanent residence is outside the beneficiary country while local experts are considered to be those whose permanent residence is in the beneficiary country. The Consultant should pay attention to the need to ensure the active participation of local professional skills where available, and a suitable mix of international and local staff in the project teams. All experts must be independent and free from conflicts of interest in the responsibilities accorded to them. Note that civil servants and other staff of the Public Service of the beneficiary country cannot be recruited as experts. See sub-article 9.5 of the General Conditions.

6.1.2 Support Staff and Backstopping

The Consultant is required to provide all the required support staff including facilities and resources. The costs of support staff, including interviewers, shall be included in the global sum.

6.3 - Facilities to be provided by the Consultant

The Consultant shall ensure that experts are adequately supported and equipped to carry out the Road Users and Operators Satisfaction Survey. In particular it shall ensure that there is sufficient administrative, secretarial and interpreting provision to enable experts to concentrate on their primary responsibilities. It must also transfer funds as necessary to support its activities under the contract and to ensure that its employees are paid regularly and in a timely fashion.

All costs are to be included under the global fee of the contract, including:

- Travelling and transport costs - Communication costs - Printing, publishing and publicity costs - Remuneration for personnel for carrying out surveys and interviews

If the Consultant is a consortium, the arrangements should allow for the maximum flexibility in project implementation. Arrangements offering each consortium partner a fixed percentage of the work to be undertaken under the contract should be avoided.

6.4 – Equipment

No equipment is to be purchased on behalf of the Contracting Authority / beneficiary country as part of this service contract or transferred to the Contracting Authority / beneficiary country at the

Page 20

end of this contract. Any equipment related to this contract which is to be acquired by the beneficiary country must be purchased by means of a separate supply tender procedure.

7. Reports

7.1 - Submission & approval of progress reports

The inception report must be submitted within two weeks after commencement of the Contract. Two (2) copies of the draft final report referred must be submitted to the Project Manager identified in the contract within 8 weeks from last date of signing of Contract. The progress reports must be written in English. The Project Manager is responsible for approving the reports.

8. Monitoring and Evaluation

8.1 - Definition of Indicators

The main indicators of evaluation will be time and the attainability of the objectives set by the contracting authority.

Key indicators:

Road Operators Satisfaction Survey:

Telephone interviews are carried out

Road Operators Satisfaction Survey is completed

Road User Satisfaction Survey:

Telephone interviews are carried out

Roadside interviews are carried out

Road User Satisfaction Survey is completed

8.2 - Special Requirements

Not Applicable

Page 21

DRAWINGS

Design Documents, including Drawings

Section 5.1

List of drawings attached

No Name Drawing No

1. Map identifying location of All

Projects

Section 5.2

List of design documents available

No Document Name Date

1. Appendix A – Draft Road User Satisfaction Survey Questionnaire December 2012

2. Appendix B – Draft Road Operator Satisfaction Survey Questionnaire December 2012

Page 22

SECTION 5 – SUPPLEMENTARY DOCUMENTATION

5.1 – Draft Contract Form

5.2 – Glossary

5.3 – Specimen Performance Guarantee

These are available to view and download from: www.etenders.gov.mt

5.7 – General Conditions of Contract

The full set of General Conditions for Services Contracts (Version 1.05 dated 30 December 2013) can be viewed/downloaded from: www.etenders.gov.mt 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.