Construction of a New Main Entrance Building at the United Nations Compound in Bangkok, Thailand
UN Secretariat
Construction of a New Main Entrance Building at the United Nations Compound in Bangkok, Thailand
Request for EOI
Reference:
EOIUNESCAP21801
Beneficiary countries or territories:
Thailand
Registration level:
Basic
Published on:
05-Sep-2023
Deadline on:
26-Sep-2023 23:59 (GMT -4.00)
Description
Table of Contents
SECTION I: INTRODUCTION
A. Introduction
B. Project Scope
C. Procurement Strategy and Timeline Overview
SECTION II: PREQUALIFICATION CRITERIA (PQC)
SECTION III: PREQUALIFICATION PROCEDURE
A. Purpose of Prequalification
B. Eligibility Criteria
C. Communications with UNESCAP
D. Evaluation
E. Governing Conditions of this Pre-Qualification
F. On-Site Visit to the UNESCAP Premises
SECTION IV: PRE-QUALIFICATON SUBMISSION (PQS)
A. Required Submission of Documents
B. SPECIFIC REQUIREMENTS / INFORMATION
C. List of Attachments.
SECTION I: INTRODUCTION
A. Introduction
The United Nations Economic and Social Commission for Asia and the Pacific (UNESCAP) aims to construct a New Main Entrance building in front of the existing Conference Centre (UNCC) located in Bangkok, Thailand, to accommodate security screening, visitor entry and conference registration.
UNESCAP is seeking a single qualified firm or Joint Venture (JV) or consortium to perform these construction works.
The purpose of this Request for Expression of Interest (REOI) is to pre-qualify these interested companies who will be invited to the future tender process. Interested companies shall confirm their interest by completing and submitting the documents requested in Section IV.
Interested firms shall respond to this REOI by 02:00 pm (Bangkok time) on 26 September 2023 via email to cucalaescorihuela@un.org. Additional requirements are described further on.
B. Project Scope
Work includes, demolition, structural foundation and superstructure, mechanical, electrical, plumbing, fire alarm, fire sprinkler, interior finish and landscaping works.
Pre-construction
• Submit method statement, shop drawings, material data sheets and samples for approval with regards to all work.
• The contractor is responsible for all material testing through the authorized institute for UN approval.
• Connect temporary services as needed to execute the construction work.
Site and Demolition Works:
• Install hoarding to isolate the site area for safety on Lower basement, Upper basement, and ground floor.
• Install signage showing the project information and privacy graphics on the hording.
• Dismantle existing utility system and prepare for construction.
• Remove existing flag poles.
• Demolition of existing flooring, walls, doors, stairs, and utility systems in the existing building area.
• Removal and demolition of existing garden to existing posttension slab, concrete curb, concrete slab, soil, and waterproof membrane.
• Demolition of the existing fire exit staircase from 2 levels of basement to ground floor
• Demolition of the fountain control room at upper basement.
• For the demolition and removal work, safety precautions must be taken for the area where some materials are identified as hazardous. For example, stone cutting, removal of hazardous glue, etc.
Construction works:
• Construction of a new one storey entrance building, security screening area, visitor and participant registration area, security offices and services rooms.
• Construction of a new building structure within the existing UNCC.
• Integration of the new structure into the existing building. Strengthen basement structure and construct a new building on ground floor in front of the UNCC.
• Construct new steel fire exit staircase to accommodate the new building.
• Supply and install new flagpoles of 62 members and United Nations with new mechanism.
• Relocate the existing flood barrier and modification of main the pedestrian gate with new mechanism.
• Construct new AHU room at the upper basement.
• Modification of exiting fence to the new main entrance area
• Submission of shop-drawing and as-built drawing in BIM formatted.
Interior works:
• New fit-out works for entrance hall, screening area, reception and visitor area, security offices, accessibility bathroom, and mechanical and server rooms. The works are including built-in and free-standing furniture, partitions and wall, door and window, glazing, flooring and ceiling.
Mechanical and Electrical Works:
• Installation of new HVAC system, using existing chilled water or new split gas systems.
• Installation of new electrical system including distribution board.
• Installation of new communication and network LAN system.
• Modification of existing drainage and piping.
• Modification and installation of firefighting system
C. Procurement Strategy and Timeline Overview
UNESCAP intends to implement a procurement approach which will comprise of the following procurement and execution phases:
Phase 1 – REOI with Pre-Qualification (Current phase)
Interested bidders can contact UNESCAP to get additional information or request a meeting, see details in Section III-C Communications with UNESCAP.
Interested companies shall submit their responses to this REOI to demonstrate they meet the mandatory criteria listed in Section II;
UNESCAP will review the proposals and pre-qualify / short-list companies which meet the mandatory criteria to proceed into Phase 2.
Phase 2 – Request for Proposal (RFP) (estimated October to December 2023)
UNESCAP will send the tender documents to the pre-qualified companies from Phase 1 (i.e., companies that meet the mandatory criteria listed in Section II); Bidders will be required to submit their technical and financial proposals in accordance with instructions provided in the tender documents.
Phase 3 – UNESCAP Evaluation and Notice of Award (estimated December 2023/January 2024)
UNESCAP will evaluate the technical and financial proposals on a best-value-for-money (BVM)
basis. BVM shall be understood as the optimization of the total cost of ownership and quality needed to meet the user’s requirements, while taking into consideration potential risk factors and resources available. The BVM solution may not necessarily offer the lowest cost.
Following UNESCAP’s internal reviews and approvals the bidder offering BVM will receive a notice of award. Phase 4 – Contract Signature and Pre-Construction (Q1 2024)
Upon notice of award, the bidder and the UN will finalize the contract signature;
Prior to the start of construction, the contractor will perform a pre-construction phase to ensure all necessary documents are submitted and approved.
Phase 5 – Construction (Q2 to Q4 2024)
Execution and Substantial Completion of the Works.
Phase 6 – Handover and Final Completion
Handover of the Works and warranty period.
SECTION II: PREQUALIFICATION CRITERIA (PQC)
Companies who wish to be prequalified for participation in the upcoming tender exercise must meet all below listed mandatory criteria.
To prove compliance with the below listed mandatory criteria, companies are required to complete Attachment B and include all necessary supporting documentation.
Mandatory Pre-Qualification Criteria
1. Bankruptcy (Yes/No). The firm or all of its member(s), in case of a consortium or JV, must not be involved in any bankruptcy proceedings, sequestration or any analogous situation arising from a similar procedure provided for in law.
2. Corruption or any other illegal activity (Yes/No). The firm, or all of its member(s) in case of a consortium or JV, must not be the subject of a judgment for fraud, corruption or any other illegal activity.
3. Contract Termination (Yes/No). The firm, or all of its member(s) in case of a consortium or JV, shall set out, with all relevant details and justifications, all cases where they have had their contract terminated as a result of their non-performance or default in the last five (5) years or have been disqualified by any public agency from being awarded a contract. UNESCAP would determine, at its sole discretion, if any such termination or disqualification would permit the firm or its members to continue in the prequalification process.
4. Bank Guarantee for Performance (Yes/No). The firm or all of its member(s), in case of a consortium or JV, shall confirm that, if awarded the resulting construction contract, it is able to provide a Bank Guarantee/Performance Bond amounting to ten percent (10%) of the final contract value in the form of wording in Attachment D.
5. Contract Language (Yes/No). The firm or any of its member(s), in case of a consortium or JV, shall confirm that it has the capacity to provide selected key personnel (including but not limited to the project manager and site supervisor) who are fluent in written and spoken English for the project (e.g., …who are capable of understanding, following and implementing instructions in English).
6. Registration UNGM (Yes/No). The firm or all of its member(s), in case of a consortium, shall be registered, at the Basic Level (as a minimum) in the United Nations Global Market ("UNGM"), at https://www.ungm.org/Account/Registration/Company. Firms which are prequalified and invited to the RFP are encouraged to complete this registration to Level 2 prior to the submission of their proposal for the RFP.
7. Exclusions for Conflict of Interest (Yes/No). Firms shall confirm that they do not have any potential conflict of interest for the execution of the works. A list of names of UNESCAP’s
consultants involved in the preparation of the RFP and technical documents has been included in Attachment C.
a. The use of any of the listed consultants by a firm without prior written approval from UNESCAP shall be considered as a potential conflict of interest and shall be considered as grounds for disqualification during the prequalification process.
b. In addition, these consultants cannot be used by the selected prequalified shortlisted firms as part of their proposed consultants or subcontractors for the execution of the construction works in the subsequent RFP solicitation.
8. Licensed Contractor (Yes/No + Supporting Documents). The firm, or any of its members (in the case of a JV or consortium), shall provide evidence that it is a licensed/registered contractor for construction works and has been for at least the past five (5) years. The firm, or any of its members (in the case of a JV or consortium), understands that it shall be a registered as a contractor for construction in Thailand to perform the works.
a. Provide relevant registration documents.
9. Annual Turnover (Revenue) (Yes/No + Supporting Documents). The legal entity of the bidding group and/or firms (or firms in the case of a consortium) shall have an average annual turnover (revenue) of at least USD 4 Million per annum in construction-related activities over the past three (3) years.
a. Audited/certified financial statements or tax returns for the past three (3) years are to be provided;
b. If a consortium or JV is bidding, the total average annual turnover of the consortium firms must be at least USD 4 Million, and each individual member must have a minimum average annual turnover that exceeds USD 4 Million multiplied by their percentage stake in the consortium or JV.
10. Relevant Experience (Yes/No + Supporting Documents). The firm or any of its members (in the case of a JV or consortium) must demonstrate in progress or recently (within the last seven (7) years) completed reference projects which are relevant to this REOI, as requested below. In case of a consortium or JV, the reference projects may relate to any of its members and it should be clearly stated to which member they belong. Firms shall provide a description of each reference project on a separate document, with a maximum of one (1) page per project. Each project reference shall indicate, at minimum, the area of intervention in square meters, the location, construction costs, role of the firm, client information and the year. Additional references will not be considered.
a. At least two (2) major renovations (or full interior demolition and fit-out) projects in South-East Asia. The reference projects should cover a floor area of at least 5,000 sqm and should all be from the last seven (7) years.
b. At least two (2) projects including prefabricated steel work in South-East Asia. The reference projects should cover a floor area of at least 5,000 sqm and should all be from the last seven (7) years.
c. At least one (1) major renovation project in and/or compound in South-East Asia while regular building operations are ongoing, and the building and/or compound remains open. The reference projects should cover a floor area of at least 5,000 sqm and should all be from the last seven (7) years.
d. At least one (1) project that includes the reinforcement of the primary structure in an existing building (min 5,000 sqm) from the last seven (7) years.
UNESCAP reserves the right to request reference letters, to contact or to visit the firms reference projects to confirm the accuracy and relevance of the reference project. Visit to the reference project site will be requested by UNESCAP 14 calendar days in advance and all travel and expenses of UN staff will be paid for by the UN.
Should the reference projects submitted by the firm as part of their Technical Proposal
not be in accordance with the above mandatory criteria, the firms technical and commercial proposal will be disqualified from the REOI.
Companies which meet all above listed mandatory criteria will be deemed pre-qualified/shortlisted and will be invited to participate in the upcoming tender. Companies failing to meet any of the above listed mandatory criteria will be disqualified at the REOI stage and not be considered eligible for participation in the tender process.
SECTION III: PREQUALIFICATION PROCEDURE
A. Purpose of Prequalification
The objective of this prequalification exercise is to determine if interested companies have suitable financial stability, resource capacities and experience to undertake the SMP works.
The prequalification phase of this REOI requires the interested companies to submit a Prequalification Submission (PQS), which a) confirms the firms’ interest in participating in the future tender process and b) provides the supporting documentation requested in Section II.
UNESCAP will then review all the necessary information to determine whether or not to the firm is qualified to participate in the tender process based on the Mandatory Pre-Qualification Criteria (PQC).
B. Eligibility Criteria
A Prequalification Submission (PQS) should only be submitted by a firm which is able to demonstrate that it meets the criteria set out in Section II.
A consortium partnership or joint venture can submit its PQS as one candidate. In this REOI document the members of a consortium or JV will be referred to as the ‘firm’. A consortium shall indicate which member of the consortium shall take the lead contracting role. The number of legal entities forming one consortium is limited to five (5).
Firms shall submit only one PQS, either independently or as part of a JV / consortium, but not both.
C. Communications with UNESCAP
UNESCAP is the contracting authority for this REOI prequalification process and the associated future RFP solicitation for the SMP renovation works. Communications in relation to this prequalification, including queries and submissions, must only be made in writing to the attention of Marta Cucala Escorihuela at the designated email address: cucalaescorihuela@un.org. All communications must be sent only to this email address.
During the evaluation period of REOI responses, UNESCAP may contact the firm to request clarifications or additional information as required.
As part of this REOI process and at least 5 business days prior to the REOI submission date, any firms that would like to receive elements of the preliminary scope of work documents (drawings, specification and Bill of Quantities) or would like to have a meeting (via teleconference) with the UN, may do so by contacting cucalaescorihuela@un.org. In this case, the firm will need to sign a non-disclosure agreement, as per Attachment F.
D. Evaluation
The firms will be evaluated on the basis of the PQC outlined in Section II. An assessment of whether each and all of the PQC are met will be conducted by UNESCAP.
Only firms which meet all the Mandatory Technical Criteria may be included on the list of prequalified firms and invited to the RFP solicitation.
E. Governing Conditions of this Pre-Qualification
By submitting the PQS, the firm agrees to the content and the procedure of this prequalification process.
During the whole of the subsequent RFP solicitation process, the firms must continue to meet all PQC requirements as defined in this REOI. If this is not the case, the firm should report this immediately to UNESCAP, which reserves the right to exclude the firm concerned.
The firms have no right to any kind of compensation for participating in this REOI or the subsequent RFP solicitation process. UNESCAP has the right to temporarily interrupt or stop the solicitation process and also to start a new solicitation process. UNESCAP is not obliged to award a contract at the end of the solicitation process.
F. On-Site Visit to the UNESCAP Premises
On-Site visits can be arranged during this REOI process upon request. Vendors who wish to arrange a site visit must request so by sending an email to the attention of Marta Cucala Escorihuela at cucalaescorihuela@un.org before 26 September 2023.
SECTION IV: PRE-QUALIFICATON SUBMISSION (PQS)
Required Submission of Documents
The firm shall submit their PQS to include, at a minimum, the following documents:
a. Attachment A – Vendor Response Form
b. Attachment B – Mandatory Questionnaire + Supporting documentation
The submission shall be in English. Certificates of incorporation may be provided in their original language but shall be accompanied by a translation into English by a certified translator.
The PQS shall be submitted by 02:00 pm (Bangkok time) on 26 September 2023 via email (limit 10 MB) to cucalaescorihuela@un.org.
Alternatively, the firm may use a document transfer platform such as WeTransfer (which allows up to 2 GB per instance, see https://www.wetransfer.com/) or through a storage and online document sharing service such as Dropbox, or similar tools.
All pages of the Questionnaire and all supporting documents must contain the Name(s) of the Firm(s), the signature of an Authorized Official, the Stamp of the Firm(s) and the Date of Signature.
A firm which fails to provide the required documentation, fails to meet the PQC or does not respond to all of the criteria in the Questionnaire, will be determined to fail the Prequalification Phase and will not be eligible to participate in the tender process.
It is the firm’s responsibility to ensure that, whatever method chosen for delivering the PQC to UNESCAP, that it is delivered and received in due time.
List of Attachments*:
Attachment A – Vendor Response Form
Attachment B - Mandatory Criteria Questionnaire + Supporting documentation
Attachment C – List of Consultants
Attachment D – Form of Bank Guarantee
Attachment E – Non-Disclosure Agreement
*To receive a copy of all listed attachments, please send an email to the attention of Marta Cucala Escorihuela at cucalaescorihuela@un.org.
Link | Description | |
---|---|---|
https://www.un.org/Depts/ptd/sites/www.un.org.Depts.ptd/files/pdf/eoi21801.pdf | REOI Document Link |
72121001
-
Dry cleaning plant construction and remodeling service
72121002
-
Food product manufacturing or packing plant construction and remodeling service
72121003
-
Grain elevator construction and remodeling service
72121004
-
Paper or pulp mill construction and remodeling service
72121005
-
Pharmaceutical manufacturing plant construction and remodeling service
72121006
-
Prefabricated industrial building erection and remodeling service
72121007
-
Truck and automobile assembly plant constructionand remodeling service
72121008
-
Warehouse construction and remodeling service
72121101
-
Commercial and office building new construction service
72121102
-
Commercial and office building prefabricated erection service
72121103
-
Commercial and office building renovation and repair service
72121104
-
Restaurant construction service
72121105
-
Shopping center and mall construction service
72121201
-
Farm building construction service
72121202
-
Greenhouse construction service
72121203
-
Silo and agricultural service building construction service
72121301
-
Automotive garage construction service
72121302
-
Automotive service station construction service
72121401
-
Bank building construction service
72121402
-
Fire station construction service
72121403
-
Hospital construction service
72121404
-
Post office construction service
72121405
-
Religious building construction service
72121406
-
School building construction service
72121407
-
Mausoleum construction service
72121408
-
Stadium construction service
72121409
-
Public library construction
72121410
-
Airport terminal and hanger construction
72121501
-
Chemical plant construction service
72121502
-
Mine loading and discharging station construction service
72121503
-
Oil refinery construction service
72121504
-
Waste disposal plant construction service
72121505
-
Waste water and sewage treatment plant construction service
72121506
-
Power plant construction service
72121507
-
Tank construction and servicing
72121508
-
Preparation plant construction service
72121509
-
Underground Electrical Services
72121510
-
Floating oil and gas production storage and offloading system construction service
72121511
-
Offshore oil and gas production facility hookup and commissioning service
72121512
-
Offshore oil and gas production facility equipment installation and integration service
72121513
-
Oil and gas plant modular fabrication service
72121514
-
Oil and gas production platform and topside fabrication service
72121515
-
Floating oil and gas production system hull fabrication service
72121516
-
Fixed oil and gas offshore production facilities fabrication service
72121517
-
Liquid natural gas LNG plant construction service