Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Other type: Embassy of the Islamic Republic of Afghanistan, London
I.5)Main activity
Other activity: Diplomatic and Consular Activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Project manager for the refurbishment of the London Embassy of the Islamic Republic of Afghanistan.
II.1.2)Main CPV code
71541000
II.1.3)Type of contract
Services
II.1.4)Short description:
Project management and cost consultancy services for the refurbishment of the London Embassy of the Islamic Republic of Afghanistan.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKI33
II.2.4)Description of the procurement:
Project management and cost consultancy services for the refurbishment of the London Embassy of the Islamic Republic of Afghanistan.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/11/2017
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 13/11/2017
Local time: 15:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The procurement of the project manager for the Project is procured by the London Embassy in accordance with the Procurement Law of the Islamic Republic of Afghanistan. From an EU perspective, this means that the London Embassy is applying the provisions of the Regulations on a voluntary basis to the Procurement Process.
Economic operators participate in the Procurement Process entirely at their own risk and the London Embassy does not accept any liability in respect of costs incurred in relation to this Procurement Process.
The London Embassy shall not evaluate any Tenders received past the specified deadline, compliance with which is the sole responsibility of interested parties.
Economic operators which alter their composition after submitting a Tender will be the subject of a re-evaluation. The London Embassy reserves the right not to award any contract as a result of the Procurement Process initiated by this contract notice and to make whatever changes the London Embassy deems appropriate to the content, process, timing and structure of this Procurement Process. The London Embassy reserves the right to terminate this Procurement Process at any time.
It is anticipated that the successful tenderer will be announced in December 2017.
Under section II.2.7) of this notice, the duration of contract is estimated to be two years. The Project Duration included in this Invitation to Tender is an estimate only. The Lump Sum price to be provided by the Bidder is for the provision of Services for the entire Duration of the Project, and no additional costs will be claimable by the Project Manager under the Contract purely by reason of the Duration of the Project being extended beyond that estimate.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=202715
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref: 202715).
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/10/2017