Construction of New Office Building at United Nations Khaitan Compound in Kuwait

UN Secretariat
Construction of New Office Building at United Nations Khaitan Compound in Kuwait Request for EOI

Reference: EOIUNAMI21227
Beneficiary countries or territories: Kuwait
Registration level: Basic
Published on: 10-May-2023
Deadline on: 09-Jun-2023 00:00 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 "Construction of New Office Building at United Nations Khaitan Compound in Kuwait". 1.1 The work is to be implemented through local and intenational contractors, engaged in adherence to UN-compliant procurement policies and procedures, which entails the issuance of competitive Construction 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 5 years of experience in Construction field is required to provide the required services at UNAMI premises in Kheitan, Kuwait. 3. The scope of work consists of civil, architectural, sanitary, and plumbing, electrical, mechanical, and ICTS works: • Civil Works: The contractor shall carry out the below civil works. - Earth works • Excavation works. • Backfilling works. - Concrete works. - Land scape works. - Masonry works. • Hollow concrete blocks work. • Brick works. • Architectural Works - Wall finishing • Plastering • Cement plastering • Exterior thermal high-density Insulation • Emulsion acrylic paint • Ceramic wall tiles - Celling finishing • Suspended acoustic ceiling. • Suspended ceiling for bathrooms. - Floor finishing • Porcelain tiles (60x60 cm) • Porcelain 10cm height Skirting tiles • Ceramic floor tiles for bathroom (30cm X 30cm) - Door & Window • Heavy Duty metal door 1m x 2.10m • Heavy Duty Aluminum door 1.85 m x 2.10m • Fire rated metal door 1m x 2.1m • Fire rated metal door 0.8m x 2.1m • heavy duty uPVC windows double glass 4+4mm with FRF (1.60 x 1.20) • heavy duty uPVC windows double glass 4+4mm with FRF (0.6 x 1.20) • Electrical works - Earth Work - Electrical Cables • 4x240 mm2 armored cable • 4x120 mm2 armored cable • 4x70 mm2 armored cable - Substation and Distribution Boards • Main Distribution Board (MDB-B1) three phase • Main Distribution Board (MDBB2/B8) three phase • Main Distribution Board (MDB-B9) three phase • Distribution Board (FDBB1.1/ B1.2 /B2.1 /B2.2 /B8) 24 Line three phase • Distribution Board (FDBB1.3) 12 Line three phase - Lights • LED panel 40 w (60X60) cm • LED 18 w • LED 24 W • 12 w LED, mirror light waterproof • Emergency LED light 18w • LED Exit 12w with lithium battery backup • Wall mounted outdoor security light 18 w LED • Downlight outdoor light 18 w LED • LED waterproof Street Light - Socket Outlets • 13 amps socket outlets • 45 amps socket outlets - PV Solar pane system . • SANITARY AND PLUMBING WORKS • HDPE and PPRC pipes sizes from 1/2" to 4" • uPVC pipes sizes from 3" to 10" • Construct new RC manholes with heavy duty cover • 2" to 3" PPRC pipes • Solar thermal water heater 300 liters • Lavatories / washbasins • Water Closets • Shower pad • Bidet faucets, ½” size • Accessories for bathrooms and toilets • Mechanical Works • Exhaust fan (100-150 CFM 220volts) • Fire Alarm System • Inverter AC • Sewage pump assemblies’ system • RC Septic tank • Sump pits 1.5x1.5x3.5m • Fire suppression system • Mechanical Makeup air unit. • Solar water heater. • ICTS WORKS • ½” PVC pipes • Metal Tray 225mm • IT FACEPLATES INDIVIDUAL SOCKETS • IT KEYSTONES • SUPERFICIAL BOX FOR IT FACEPLATE • PATCH PANEL 48 PORTS • UTP CAT.6A • Single Mode OS2 Fiber Optic • Trenching (Underground + 8 Inch Pipe) @ 30cm • Manholes heavy duty 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 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 tender requirements. 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 works iii. License Registration for Kuwait: Company registration certifications from relevant Kuwait 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