Construction of new facilities for United Nations Mechanism for International Criminal Tribunals ...

UN Secretariat
Construction of new facilities for United Nations Mechanism for International Criminal Tribunals ... Request for EOI

Reference: EOIUNPD9841
Beneficiary countries or territories: Tanzania, United Republic of
Published on: 28-May-2014
Deadline on: 27-Jun-2014 00:00 0.00

Description

1. United Nations Procurement Division (UNPD) is seeking Expressions of Interest (EOI) from qualified companies with required expertise and experience, from all countries, to act as a main contractor for the construction of new facilities at Arusha, Republic of Tanzania for the United Nations Mechanism for International Criminal Tribunals (UNMICT). 2. The new facilities for UNMICT will be located in Lakilaki which is about 12 kilometers from the city centre of Arusha. The allocated plot is a greenfield site of approximately 16 acres of which 5 acres will be developed . The building will be energy-efficient and constructed to a high standard of finish. 3. Construction services will be required for the following new facilities: A. The Archive Building - with 2,632 square meters estimated gross building area. B. The Court Building - with 620 square meters estimated gross building area. C. The Office Building - with 1,784 square meters estimated gross building area. D. Exterior parking, landscaping, access road, pavement, perimeter protection and all associated utilities services. 4. The United Nations intends to appoint a single main contractor following a later Request for Proposal (RFP) stage and subsequent evaluation and the successful company will be required to provide construction services related to the following elements/trades: A. General civil and building construction works including site formation, foundations and superstructure B. Heating, ventilation, air-conditioning, electrical and mechanical installations C. Water and wastewater installations D. Safety & security systems E. Information technology & communication systems F. Audio-visual systems G. Landscaping works H. Fixtures, fittings and sundry equipment I. Interior fit-out 5. All construction activities will be required to comply with relevant prevailing Tanzanian building, fire safety and occupational health & safety codes, relevant international standards and the requirements of the United Nations. 6. Pursuant to General Assembly resolution 67/696, the objective of this project is to enable occupancy of the new facilities for UNMICT by January 2016. 7. The Request for Proposal documentation (RFP) will include full instructions for the submission of proposals, architectural and engineering drawings, statement of works (SOW), bills of quantities, specifications and all necessary technical and other documents to fully demonstrate the scope of the project and the construction services to be provided. 8. Companies may be required to engage to provide manufacturers' design for a limited number of construction elements although this is still to be determined. 9. Companies interested in providing the above construction services are invited to submit an EOI, along with the following information/documents: (a) Company details including company name and structure, address, contact person, telephone/fax numbers and contact email address (must be entered on the Vendor Response Form provided). (b) Company registration number and UNGM registration number if already registered as a vendor with the UN. (If not already registered, companies may still respond to the EOI but are strongly recommended to commence the registration process at the United Nations Global Marketplace website (www.ungm.org) identifying ‘UN Secretariat’ as a selected agency and seeking registration to LEVEL 2 - Estimated Contract Award $500,000 and above). (c) A general statement on the main business activity of your company including capabilities and any specializations or areas of expertise. 10. Note that companies that have previously submitted an EOI for similar services with the UN must re-submit full documentation as detailed above. 11. Please note that this is not an invitation for submission of proposals. Its purpose is to identify companies that would be interested to participate in the solicitation when issued and if invited to the solicitation by UNPD. 12. Evaluation of companies' capabilities and suitability to carry out the construction services will take place following the later submission of Technical and Financial proposals in response to the RFP. At this later RFP stage companies are likely (at a minimum) to be expected to demonstrate:- - at least seven (7) years experience as a construction main contractor including experience working with multi-national/global and public sector organisations within the East African Region and preferably with experience in Tanzania. - project appointments within the past five (5) years in excess of US$5 million in value - experience in the importation of construction goods & materials into or within the East African Region - adequate insurance cover - adequate company processes for quality assurance/quality control, ocupational health & safety and environmental protection. 13. UNPD reserves the right to change or cancel the requirement at any time during the EOI and/or solicitation process. Thus, submitting a reply to this REOI does not automatically guarantee that your company will be considered for receipt of the solicitation when issued.The RFP and any subsequent commitment to contract will be issued in accordance with UN rules and regulations.


Rsce-Unpd@Un.Org With Cc:Nansubuga@Un.Org