Consultancy Services for the Feasibility Study, Design and Supervision for the construction of the National Health Laboratory in Hulhumalé.

The Government of Maldives has received financing from the European Investment Bank (EIB) towards the costs of the development of a National Health Laboratory with high containment capabilities (BSL-2 and eventually BSL-3 standards). This procurement will follow an International Competitive Bidding procedure using a Request for Proposals (RFP) in Single …

CPV: 71000000 Architektonické, stavební, technické a inspekční služby
Termín:
14. května 2025 13:00
Typ lhůty:
Podání nabídky
Místo provedení:
Consultancy Services for the Feasibility Study, Design and Supervision for the construction of the National Health Laboratory in Hulhumalé.
Misto zadání:
Ministry of Health - Republic of Maldives
Číslo zakázky:
MCHFP - 01

1. Buyer

1.1 Buyer

Official name : Ministry of Health - Republic of Maldives
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Consultancy Services for the Feasibility Study, Design and Supervision for the construction of the National Health Laboratory in Hulhumalé.
Description : The Government of Maldives has received financing from the European Investment Bank (EIB) towards the costs of the development of a National Health Laboratory with high containment capabilities (BSL-2 and eventually BSL-3 standards). This procurement will follow an International Competitive Bidding procedure using a Request for Proposals (RFP) in Single Stage, Two-Envelope system in accordance with EIB Guide to Procurement (GtP) (March 2024). Interested bidders must register with the Ministry of Finance and Planning (see 5.1.12) and submit their proposals by the deadline, after which proposals will be evaluated based on technical and financial criteria. The selection method for the consultancy will follow Quality and Cost-Based Selection Process (QCBS).
Procedure identifier : 213cd7df-a105-460d-aa5c-5bab5e3dcde7
Internal identifier : MCHFP - 01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The tender procedure will be carried out in accordance with the EIB Guide to Procurement (GtP) (March 2024). Bidders that have been excluded by the EU Institutions or bodies including the European Investment Bank shall be ineligible to submit an offer. Additional grounds for exclusion are mentioned in the bidding documentation.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services

2.1.2 Place of performance

Town : Malé and Huluhmalé
Country : Maldives

2.1.4 General information

Additional information : Amongst other criteria, the candidate must meet the following requirements: 1) That itself and its legal representative have not been convicted for some of the criminal acts as a member of organized criminal group, criminal acts against economy, criminal acts against environment, criminal acts of bribery, criminal acts of fraud; 2) That it has settled due tax obligations, contributions, and other public charges in accordance with the regulations of the Republic of Maldives or foreign state where it has its seat; 3) The candidate must also prove that it is not bankrupt, subject to insolvency or winding up procedures, its assets are being administered by a liquidator or by a court, it is in an arrangement with creditors, its business activities are suspended, or it is in any analogous situation arising from a similar procedure provided under national legislation or regulations; 4) Minimum average annual turnover of 800,000 US Dollars for the past 5 years. The Consultant must submit the audited financial statements for the past 5 years (2019 to 2023 or 2020 to 2024); 5) The bidder must have successfully carried out, at a minimum, the Feasibility Study, Outline and Detailed planning (Architectural, Structural, Technical Installations), BoQs and Technical Specifications for two (2) biomedical laboratories AND the bidder must have diligently, ethically, and successfully initiated and carried out supervision services for the construction works of two (2) health-related buildings with a minimum gross construction area of 5,000 sqm or with a construction contract value of USD 10,000,000 or more (or equivalent value in other currencies will be considered). The planning and construction must have been completed within (10) years preceding the bid submission date; 6) Additional information regarding the requirements can be found in the RFP document.
Legal basis :
Other
This contract will be financed by the European Investment Bank (EIB) and is subject to the EIB's guide to Procurement. - This contract will be financed by the European Investment Bank (EIB) and is subject to the EIB's guide to Procurement.
This contract will be financed by the European Investment Bank (EIB) and is subject to the EIB's guide to Procurement.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Consultancy Services for the Feasibility Study, Design and Supervision for the construction of the National Health Laboratory in Hulhumalé.
Description : The Government of Maldives intends to build a National Health Laboratory with about 102,000 sqft (9,500 sqm) gross floor area and high containment capabilities with BSL-2 and eventually BSL-3 standards. The purpose of establishing the National Health Laboratory is to provide food and pharmaceutical safety as well as carry out analytical functions as a public health laboratory for the prevention, control and surveillance of diseases. The objective of this consultancy is to prepare a Feasibility Study, to conduct outline and detailed Architectural and Technical Designs, prepare the Technical Specifications, the Bill of Quantities, the Tender Documents and the Site Supervision for the construction of the new laboratory to be located on the reclaimed island of Hulhumalé. This contract is not divided into lots, and it will be awarded as a single, comprehensive agreement covering all required services and deliverables.
Internal identifier : MCHFP - 01

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services

5.1.2 Place of performance

Town : Malé and Huluhmalé
Country : Maldives
Additional information :

5.1.3 Estimated duration

Duration : 57 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : The contract might foresee a phased implementation of the Feasibility Study, the Planning, the Tendering and the Site Supervision. Additional information regarding the requirements can be found in the RFP documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : The selection method for the consultancy will follow Quality and Cost-Based Selection Process (QCBS) with proposals that will include a separate technical and financial proposal. All criteria are stated in the procurement documents.
Description : The contract will be awarded based on the following criteria: 1) Specific experience of the Consultant (as a firm) relevant to the Assignment; 2) Adequacy and quality of the proposed methodology, and work plan in responding to the Terms of Reference (TORs); 3) Key Experts’ qualifications and competence for the Assignment. The qualification and experience of following four (4) key experts should be submitted at the bid submission date: Architect (Team Leader), Civil and/or Structural Engineer, Building services/MEP Engineer and Biomedical engineer; 4) Only the CVs for following four (4) non-key experts should be submitted at the bid submission date: Quantity Surveyor, Environmental and Social Expert; Occupational Health and Safety expert, Biosafety Expert; 5) Proposals are ranked according to their combined technical (St) and financial (Sf) scores using the weights: T = 70% (the weight given to the Technical Proposal); P = 30% (the weight given to the Financial Proposal); 6) Additional information regarding the requirements can be found in the RFP document.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 04/05/2025
Address of the procurement documents : https://www.finance.gov.mv/tenders

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Not allowed
Justification for why electronic submission is not possible : Tools, devices, or file formats not generally available
Description : 1) Interested Bidders shall be registered with the Ministry of Finance and Planning to submit the proposal, from 18th March 2025 to 30th April 2025. The Bidder shall be registered upon submitting in person or by electronic mail, the following information: “Name and Address of the Bidder” and “Name, Email address and contact number of the Contact Person(s)”; 2) Request for Proposal and related documentation is available from 18th March 2025 on the Ministry of Finance and Planning website www.finance.gov.mv/tenders for downloading. The Employer shall not be held liable for any information not received by the Bidder, and it is the Bidder’s responsibility to verify the website for the latest information related to this request; 3) Clarifications may be requested no later than 13:30hrs (Maldives Time) on 4th May 2025 by contacting Ms. Fathimath Rishfa Ahmed, Chief Procurement Executive, National Tender Department, Ministry of Finance and Planning, Ameenee Magu, Malé, 20379, Republic of Maldives, Tel: (960) 3349102, (960) 3349106, (960) 3349147, E-Mail: ibrahim.aflah@finance.gov.mv , Cc: tender@finance.gov.mv ; 4) This procurement will follow an International Competitive Bidding procedure using a Request for Proposals (RFP) in Single Stage, Two-Envelope system in accordance with EIB Guide to Procurement (GtP) (March 2024). Technical and financial proposal should be in separate envelopes and properly sealed. Sealed envelopes containing the Technical and Financial Proposals should be placed into a single, sealed outer envelope. All envelopes should be properly labelled with the requirement provided in the RFP document including Name of the Assignment, reference number, name and address of the Consultant; 5) Proposals must be delivered to the attention of Ms. Fathimath Rishfa Ahmed, Chief Procurement Executive, National Tender Department, Ministry of Finance and Planning, Ameenee Magu, Malé, 20379, Republic of Maldives, on or before 13:00:00 hrs (Local Time) of 14th May 2025. Electronic submission will not be permitted. Late proposals will be rejected. Proposals will be publicly opened in the presence of the Bidders’ designated representatives; 6) Additional information regarding the requirements can be found in the RFP document.
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 14/05/2025 13:00 +00:00
Deadline until which the tender must remain valid : 120 Day
Information about public opening :
Opening date : 14/05/2025 13:00 +00:00
Place : National Tender Department, Ministry of Finance and Planning, Malé - exact location is provided in the tender documentation.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : National Tender Department – Ministry of Finance and Planning -
Organisation providing offline access to the procurement documents : National Tender Department – Ministry of Finance and Planning -
Organisation providing more information on the review procedures : Ministry of Finance - Procurement Appeal Board -

8. Organisations

8.1 ORG-0001

Official name : Ministry of Health - Republic of Maldives
Registration number : MoH
Postal address : H.Roshanee Building, Sosunmagu
Town : MALE
Postcode : NA
Country : Maldives
Telephone : +960 332-8887
Internet address : https://health.gov.mv
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : National Tender Department – Ministry of Finance and Planning
Registration number : National_Tender_Department-MoF
Postal address : Ameenee Magu, Block 379
Town : MALE
Postcode : 20379
Country : Maldives
Telephone : +960 334-9102
Internet address : https://finance.gov.mv
Roles of this organisation :
Organisation providing offline access to the procurement documents
Review organisation

8.1 ORG-0003

Official name : Ministry of Finance - Procurement Appeal Board
Registration number : MoF-Appeal_Board
Postal address : Ameenee Magu, Block 379
Town : MALE
Postcode : NA
Country : Maldives
Telephone : +960 334-9200
Internet address : https://finance.gov.mv
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : 175983-2025
Main reason for change : Information updated
Notice information
Notice identifier/version : 76b9bd93-fba4-4fe9-a312-6a1f5b388ff6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/04/2025 15:15 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00264160-2025
OJ S issue number : 80/2025
Publication date : 24/04/2025