Provision of Facility Maintenance, Repair and Ground Maintenance Services at UNAMI Premises in ...

UN Secretariat
Provision of Facility Maintenance, Repair and Ground Maintenance Services at UNAMI Premises in ... Request for EOI

Reference: EOIUNAMI20851
Beneficiary countries or territories: Iraq
Registration level: Basic
Published on: 20-Feb-2023
Deadline on: 15-Mar-2023 00:00 (GMT 0.00)
Description
1.0 United Nations Assistance Mission for Iraq (UNAMI) ),seeks the interest of qualified contractors to participate in an upcoming tender solicitation for the "Provision of facilities maintenance/repair and ground maintenance services within UNAMI premises at the UNAMI Diwan Compound, Tamimi Compound, Transport Workshop and UNITAD-Villa in International Zone, Baghdad, Iraq". The base contract period is for an initial period of three (3) years. UNAMI, at its sole discretion, may extend the term of the contract, on the same terms and conditions for an additional two years one year at a time or any portion thereof, UP TO AGGREGATE OF TOTAL FIVE (5) YEARS (3+1+1). Extension of contract will be offered only if Contractor executes the work to the satisfaction of UNAMI. 1.1 The work is to be implemented through local contractors, engaged in adherence to UN-compliant procurement policies and procedures, which entails the issuance of competitive Facility Maintenance and Repair and Ground Maintenance tenders.The envisaged contract will be awarded to the bidder that clearly demonstrates through a written quotation/bid/proposal, a high degree of experience, ability, competency and best practice in these services. 2.0 Under the proposed contract, the prospective Contractor with minimum of minimum of 5 years of experience in Construction & operation and maintenance works with minimum 3 years of operation & maintenance experience in similar field is required to provide maintenance and repair services detailed as under at UNAMI premises in Baghdad, Iraq:  Prefabricated Buildings (Modular, Ablutions, Kitchens, Containerized)  Conventional Hard Wall Buildings  Bunkers and Safe Havens  Soft wall/Warehouse Buildings  Horizontal Facilities (Roads, Parking, Helipads, Aprons, Runways, Taxi Ways, Storm Water Drainage Systems)  All types of Roofs, its insulations and leakage control of the structures (Verify and ensure that all walls are structurally, and roof coverings are tightly closed at the joints. Check and repair roof and walls for traces of leakages, damages, corrosion.  Verify and ensure that all construction and expansion joints are tightly sealed. Replace all joint sealing, which is worn out, discolored, or moldy. Use of acrylic sealant is not permitted, use of mold resistant sealant is required in all wet rooms. Color white/clear.  Security Controlled Installation -Linear Facilities (Fences, Drop Arm Barriers, Gates, Walls, T-Walls, Berms, Ditches, etc.)  HVAC (Invertor Type, VRF cooling System, ERV-EHU ventilation, Package unit system and Refers containers)  Electrical and Electro-Mechanicals installation (Electrical fixture and fittings, Addressable fire alarm system)  Plumbing Installation ((Water supply and Sanitations lines and valves, connections, fixtures and fittings, Solar water Heater, Fire Hydrant System, pumps, water tanks and reservoirs etc.),  PV Solar Power Panel system  Wastewater Treatment Plants (WWTP-Containerized and non-containerized)  Repairs and Maintenance of Elevators 2.1 The Contractor shall provide all personnel, equipment, tools, supervision, and any other requirement deemed necessary to ensure that the above services are delivered in an efficient and timely manner and in line with international standards with regards to service delivery and safety. 2.2 The Contractor will be required to provide competent, well trained, and duly qualified personnel to execute the work(s) being called for. HVAC Technicians, Electricians, Plumbers, Carpenter with multi skills as a Mason and Painter, Welders etc. must have completed the appropriate technical course/ training and duly certified by recognized institutions and must be able to pass the trade test to be conducted by UNAMI. 2.3 The complete details of the requirement will be issued to the potential bidders after this request for EOI is closed. UNAMI reserves the right to change or cancel the requirement of this EOI at any time during the EOI and/or solicitation process. Submitting a response to this EOI does not therefore automatically guarantee that your company will be considered for issuance of the solicitation documents. Only vendors who in the UN's sole discretion, are deemed eligible and qualified, upon completion of an objective evaluation of the EOI submissions may receive the final tender solicitation documents. 3.0 Please note that this request for EOI is not an invitation for submission of tenders. Its sole purpose is to establish a roster of vendors for upcoming similar tender requirements. The rostered vendors will be eligible to participate in any subsequent related tender for a period of 3 months, after the effective date of establishment of the Roster. In addition, the interested Companies will be requested to complete a UNGM Registration at Basic Level or above. NOTE : SPECIFIC REQUIREMENTS / INFORMATION (IF ANY) 4.0 PRE-QUALIFICATION CRITERIA: i. Duly completed and signed Pre-Qualification questionnaire and the Vendor Response Form ii. Minimum of 5 years of experience in Construction & operation and maintenance works iii. License Registration for Iraq: Company registration certifications from relevant Iraqi authority iv. UNGM registered at basic level or above and agrees to comply Level 2 upgrade prior to award if required according to awarded threshhold. Note: Proof of Documents must be submitted as part of technical requirements ONLY upon receipt of the tender document (RFP). 5.0 Pre-Qualification Questionnaire 5.1. Company’s Authorized Representative(s) (Name/Title): 5.2.……………………………………………………………………………….………………………. 5.3.……………………………………………………………………………….………………………. 5.4.……………………………………………………………………………….………………………. 5.5 Number of employees: ……………………………………………………….………………………. 5.6 Year Established : ……………………………………………………………………………………... 5.7 Experience in the field of similar required Services (No. of Years): ………………. 5.8 Does your company comply with All EOI Pre Qualification Criteria ? Yes [ ] No [ ] 5.9 Time (Calendar Days) required to initiate the services in case of selection: ___________________ 5.10 Reference to existing & previous comparable/similar Service Contracts to other International Organizations, private or state institutions: 5.11 Contract-1 a) Description:__________________________________________________________________ b) Location:______________________________________________Year Executed:__________ c) Contract Price (USD)___________________________________________________________ d) Client Organization:____________________________________________________________ e) Client Contact : Name and Telephone_____________________________________________ f) Email:_______________________________________________________________________ 5.13 Contract -2 a) Description:____________________________________________Year Executed:__________ b) Location:____________________________________________________________________ c) Contract Price (USD)___________________________________________________________ d) Client Organization:________________________________________________________ e) Client Contact : Name and Telephone_____________________________________________ f) Email:____________________________________________________________ 5.14 Contract -3 a) Description:____________________________________________Year Executed:__________ b) Location:____________________________________________________________________ c) Contract Price (USD)___________________________________________________________ d) Client Organization:________________________________________________________ e) Client Contact : Name and Telephone_____________________________________________ f) Email:____________________________________________________________

Chief Procurement Officer