Prequalification for Construction Services for the Phase 1A (Assembly Hall, Visitors Center, Pavilion B and C, External Works and Infrastructure) & 1B (Renovation of Existing South Conference, New Main Entrance, Main Concourse, Roof Pavilion) Construction
UN Secretariat
Prequalification for Construction Services for the Phase 1A (Assembly Hall, Visitors Center, Pavilion B and C, External Works and Infrastructure) & 1B (Renovation of Existing South Conference, New Main Entrance, Main Concourse, Roof Pavilion) Construction
Request for EOI
Reference:
EOIUNON23974
Beneficiary countries or territories:
Kenya
Registration level:
Basic
Published on:
17-Nov-2025
Deadline on:
16-Jan-2026 23:59 (GMT -4.00)
Description
The United Nations Office at Nairobi (UNON) is seeking expressions of interest (as part of a larger multi stage tendering process) from suitably qualified and interested vendors for the provision of construction services/ infrastructure works for the renovation and expansion of the conference facilities at the United Nations Office at Nairobi, Kenya. Additional Details of the project can be found on the website link: https://www.unon.org/content/conference-facilities-project.
The United Nations Office at Nairobi (UNON), the UN headquarters in Africa, was established by the General Assembly in 1996. Led by a Director-General, at the Under-Secretary General level, UNON serves as the representative office of the Secretary-General in Nairobi and functions as the representational and liaison agent with permanent missions, the host-country and other Governments, and intergovernmental and non-governmental organizations in Nairobi, as well as other organizations of the United Nation's system in Kenya. The UNON hosts the global headquarters for two programmes: the United Nations Environmental Programme (UNEP) and the United Nations Human Settlements Programme (UN-Habitat). UNON also provides administrative and other support services to these programmes and the UN Resident Coordinator System. It provides joint and common services to other UN Country Offices, UN Regional Offices and UN entities based in Kenya.
The UN facilities in Kenya were initially established in 1974 as home of the UN Environmental Programme and has rapidly evolved into a very large-scale complex serving the UN and its agencies in Africa. The UNON facilitates approximately 4,000 high-level multilingual meetings and conferences per year. In addition, the UNON facilities are capable of hosting inter alia, exhibitions, campaigns, performances, press events and receptions. The conference facilities are in need of renovation and expansion, accordingly UNON has embarked on a major capital project, referred to as the Conference Facility Project. The objective of this project is to meet the current and future conferencing needs and address foreseeable conferencing requirements of the Organization over the next 25 to 30 years. The plan for
refurbishment/construction works comprises of the following phases over the period between 2023 and 2029.
Phase 0: Early Works - this is the construction required to ensure continuity of business prior to commencement of the main construction works below. The components comprises establishment of horizontal service infrastructure wthin the project site. This Phase has been awarded and contracted with services/ works currently underway.
Phase 1: Multi Purpose Pavilion (MPP) and Associated Works - this phase of works entails the construction of a flexible hall designed to host a variety of events such as conferencing, exhibitions and banqueting to ensure continuity of business prior to commencement of Main Works for the state-of-the-art conference facility in phases below of the project.
Phase 1A: Assembly Hall, Visitors Center, Pavilion Band C, External Works and Infrastructure
Phase 1B: Renovation of Existing South Conference, New Main Entrance, Main Concourse, Roof Pavilion
Phase 2A: Renovation of Existing North East Conference (Conference Rooms 2-4), New Main Cafeteria, Roof Pavilion.
Phase 2B: Renovation of Existing North West Conference (Conference Room 1), Main Courtyard, Roof Pavilion
Please note that this REOI is not an invitation for submission of tenders. With this REOI, UNON is now seeking to pre-qualify suitable qualified Vendors for the Phase 1A and 1B (as detailed below and annexes) i.e its sole purpose is to establish a short-list of potential vendors that will be invited, in due course, to participate in the subsequent upcoming tender Request for Proposal (RFP) stage.
This REOI is made up of the following:
This invitation letter
Annex A: Preliminary Scope Of Works
Annex B: PQ Evaluation Criteria
Annex C: Returnable Schedules
Vendors are required to carefully review the Preliminary Scope Of Works (Annex A) and pre-qualification criteria (Annex B). The detailed Scope of Work, along with the technical evaluation criteria and other specific requirements, will be provided at the later tender stage.
Specific Requirements/Information
SECTION I: UN PROCUREMENT STRATEGY / APPROACH
Noting the complexity and time sensitivity of this capital investment project, the UN aims to optimize identification of potential acceptable technical proposals including alternative and innovative solutions. Accordingly the UN is using a ‘UN multi-stage Request for Proposal’ approach to the procurement of the works which is made up of:
Stage 1 - As the first step of the multi stage process, the UN will conduct a prequalification of firms who wish to participate in the subsequent tender solicitation. The prequalification phase contains the request for and the submission of the firm's Prequalification Submission in response to this Request for Expressions of Interest (EOI) and the UN's assessment of the submissions received, based on the described requirements and criteria in this document. Please note that this REOI does not constitute a solicitation. The prequalification phase aims to obtain confirmation from firms of their interest and willingness to participate in the subsequent tender for these works and to provide the UN all the necessary information to determine, whether or not to invite the vendor to participate in the tender process. This information will allow the UN to determine if the firm is suitably experienced and qualified to perform the scope of works and if it has the institutional, workload and financial capacities to undertake the works. The UN will rank the firms according to the prequalification criteria contained in the supporting document. Only pre-qualified vendors will be invited to RFP.
Stage 2 - Tender RFP will be issued (via UNGM platform) in English to only the pre-qualified vendors. The solicitation documents will include a complete set of Technical Design documents (SOW, drawings, technical specifications etc), returnable schedules, unpriced Bill of Quantity (BoQ) and a draft construction contract for the project. During the tender the UN will enter into discussion/dialogue with the prequalified bidders. Dialogue Sessions will be held jointly and individually with bidders. Bidders will be requested to submit an interim proposal comprised of a technical and legal component. The UN will enter into discussion/dialogue with those bidders that passed the interim evaluation to enable them to submit final proposals. In connection with the evaluation of the interim proposals and the subsequent dialogues, the UN multi-stage RFP may be amended to clarify the terms of the requirements. The bidders will submit as part of its final proposal a fixed lump sum price elements detailed in the BoQ, overheads and profits.
Stage 3 - Evaluation of bid submissions including advance background checks/ due diligence processes. The selection and appointment of the contractor will be based upon the re-established criteria for the technical, legal and commercial proposals of the UN multi-Stage tender RFP process.
Stage 4 - Award on a Best Value for Money basis.
The United Nations shall select the successful bidder(s) on a best-value-for-money basis, taking intaccount the technical quality, price, and other factors that will be detailed in RFP documents.
Other responsibilities of the Contractor will be defined in the Specifications as a part of the RFP document including requirements for Performance Security, liquidated damages, retention sums etc.
SECTION II: PREQUALIFICATION SUBMISSION
This REOI is made up of the following:
This invitation letter
Annex A: Preliminary Scope Of Works
Annex B: PQ Evaluation Criteria
Annex C: Returnable Schedules.
Vendors are required to carefully review the Preliminary Scope Of Works (Annex A) and pre-qualification criteria (Annex B). The detailed Scope of Work, along with the technical evaluation criteria and other specific requirements, will be provided at the later tender stage.
________________________________________________________________________________
Virtual Non-Mandatory Vendor Seminar
Vendors are invited to participate in an Non-Mandatory virtual sessions as follows:
Date: 3 December 2025
Time: 1430 hours Kenya Time
Teams Meeting Meeting ID:378 592 029 430 14 ; Passcode: 9Hi2Nn9H
This session is intended to provide interested vendors with the opportunity to receive a general presentation and non-binding information on UN registration procedures, this EOI and the subsequent RFP solicitation of the CFP and Q&A /Clarifications.
Vendors who are interested to participate in the Non-Mandatory Information Sessions shall submit the name of company, representative and email address via email to:
unon-cfcp.procurement@un.org
cc:
kripa.shah@un.org
wangui.ndegwa@un.org
The UN also provides vendors the opportunity to request clarification on the requirements of the prequalification described herein. Only questions submitted in writing by the 09 December 2025 via email below will be processed. A reply to all request for clarifications will be provided in writing to all participating vendors.
unon-cfcp.procurement@un.org
cc:
kripa.shah@un.org
wangui.ndegwa@un.org
_______________________________________________________________
Deadline for Submission:
Vendors must submit (by the deadline specified above) the returnables provided under Annex C and all other necessary / supporting documentation via email to:
unon-cfcp.procurement@un.org
cc:
kripa.shah@un.org
wangui.ndegwa@un.org
Submission Instructions:
Vendor submissions in response to this EOI must meet the following requirements:
The subject section of your email submission should state the EOI reference number, title, vendor name and the number of emails. Please see sample below:
(((Subject: REOI/UNON/xxxx - PQ Phase 1A & 1B Construction Works for Nairobi CFP (Vendor Name) Email X of Y)))
All applications, including the required documents shall be submitted within the timeline stipulated in this REOI.
All documents submitted by the applicants for this REOI shall be written in English. Official documents provided in their original language must also be translated and submitted in English by a certified translator.. It is the Bidder’s responsibility to ensure documents are translated. The UN will not bear the cost for translating any documents. Documents not translated will not be evaluated and will be viewed as non-compliance.
All pages of the document submitted must contain the Name(s) of the vendor(s), bear the signature of an Authorized Official (electronic signatures are accepted), the Stamp of the vendor(s) and the Date of Signature.
All annexes of the vendors submission should clearly be identified to the associated section of the returnable if applicable.
Vendors can reduce their zip folder sizes by: right-click on the zipped folder, open the drop-down "compress to..." click on "additional options", on the tab "Compression Method", select option 'BZip2' to set it at a smaller size instead of Zstandard.
_______________________________________________________________
Governing Conditions of the Prequalification (not exhaustive)
By submitting a response to this REOI, the vendor(s) agree to the content and the procedure of this prequalification process. Furthermore, the vendors also declare, if selected, to submit a proposal on time and to ensure they have enough institutional, workload and financial capacity to do so.
During the whole of the subsequent RFP solicitation process, the vendors must continue to meet all prequalification criteria as defined in this EOI. If this is not the case, the vendor should report this immediately to the UN which reserves the right to exclude the vendor concerned.
Performance evaluation of suppliers - In the event that a prequalified vendor is awarded a contract in the subsequent tendering process, the UN will evaluate the performance of vendor against that contract. Suppliers may be removed from the prequalified shortlist due to poor performance or other elements that renders the vendor ineligible.
The UN reserves the right to assess and verify all the information provided by the applicant. Vendors should note that the UN, at its sole discretion, reserves the right to request for additional information or documentation should this be required. UNON also reserves the right to conduct reference checks on your company including but not limited to interviews and/or random site visits can be carried out to verify information submitted by applicants;
Vendors have no right to any kind of compensation for participation, ie no payment will be made by the UN to vendors or any other entity for any costs, expenses, losses or damages incurred or suffered by the vendor or any other entity arising out of or in connection with the preparation of their submission to this REOI or subsequent steps of the UN RFP solicitation process.
Interested vendors must posses and demonstrate the necessary technical expertise and capacity to provide the required services. Suitably qualified vendors are those who in the UN's sole discretion, meet the qualification criteria specified in this pre-qualification exercise and thus are deemed eligible and qualified, upon completion by the UN of the evaluation of the EOI submissions. Unsuitable vendors will not receive the tender invitations. The pre-qualified (shortlisted) vendors may be invited to other construction/ renovation tenders for a period of 1+1 years, after the effective date of establishment of the shortlist.
It is important to note that the UN reserves the right to change or cancel the requirement at any time during the REOI and/or tender process. The UN also reserves the right to require compliance with additional conditions as and when issuing the final tender documents. Submitting a reply to a call for EOI does not automatically guarantee receipt of the tender documents when issued. Invitations to tender/s and any subsequent contract/s will be issued in accordance with the rules and procedures of the UN. The UN is not obliged to award a contract at the end of the solicitation process.
Registration in UNGM - Vendors expressing interest must be registered with the United Nations Global Marketplace (UNGM) at minimum of Basic Registration Level. Vendors not registered in UNGM will not be able to participate in the Request for Proposal at a later stage as they would not be able to access the E-tendering platform. We urge all vendors to ensure their contact details are updated for current relevant emails for those person/s in your company that are assigned to receive tender notices and responsible for tender submissions. Vendors must be registered at Level 2 to be eligible for a contract award.
Vendors possessing the following attributes are strongly encouraged to participate:
(a) Inclusive of persons with disabilities,
(b) A demonstrated commitment to achieving gender equality,
(c) Woman-owned business status,
(d) Originating from developing countries, countries with economies in transition, or least developed countries.
Vendors shall submit only one prequalification submission, either independently or as part of a joint venture.
Joint Ventures - Vendors may make a submission in association with other entities. Members of a joint venture will be referred to as the ‘ JV’. A joint venture shall indicate which member of the joint venture shall take the lead contracting role. In addition, in the case of a joint venture or consortium:
All parties of a joint venture or consortium shall be jointly and severally liable to the UN for any obligations arising from their submission, subsequent offer and the contract that may be awarded to them as a result of the subsequent tender process.
The submission shall clearly identify the entity designated to act as the contact point/lead entity to deal with the UN. Such entity shall have the authority to make binding decisions upon the joint venture or consortium during the REOI and subsequent tender process, and any such authority shall not be altered during the tender process (and, with respect to the winning bidder, during the term of the contract) without the prior consent of the UN.
The composition or the constitution of the joint venture or consortium shall not be altered without the prior consent of the UN.
UN Privileges and Immunities
Pursuant, inter alia, to the Charter of the United Nations and the Convention on the Privileges and Immunities of the United Nations, the United Nations, including its subsidiary organs, has full juridical personality and enjoys such privileges and immunities as are necessary for the independent fulfillment of its purposes.
The Contractor shall have the legal status of an independent contractor vis-à-vis the United Nations, and nothing contained in or relating to the Contract shall be construed as establishing or creating between the Parties the relationship of employer and employee or of principal and agent. The officials, representatives, employees, or subcontractors of each of the Parties shall not be considered in any respect as being the employees or agents of the other Party, and each Party shall be solely responsible for all claims arising out of or relating to its engagement of such persons or entities.
The Contractor shall comply with all laws, ordinances, rules, and regulations bearing upon the performance of its obligations under the Contract. In addition, the Contractor shall maintain compliance with all obligations relating to its registration as a qualified vendor of goods or services to the United Nations, as such obligations are set forth in the United Nations vendor registration procedures.
________________________________________________________________________________
Evaluation
Vendors will be evaluated based on the prequalification criteria outlined in Annex B: PQ Evaluation Criteria. In order to be ranked, a vendor shall meet all the mandatory requirements set out in REOI and submit all requested documents.
A submission should only be submitted by vendor/s which is/are able to demonstrate that it meets the criteria set out in the REOI. Vendors should respond completely and truthfully and not add any information other than what has been requested. Incomplete responses shall not be accepted. A vendor which fails to provide the required documentation, fails to meet the prequalification submission or does not respond to all of the criteria will be determined to fail this Phase and will not be considered in the ranking of the prequalification.
An assessment of whether each and all criteria are met will be conducted by the UN.
Vendors who meet all the Mandatory Eligibility and Technical Criteria will be evaluated against the Scored Technical Criteria base on which a final ranked List of Prequalified vendors will be established.
STEP ONE: An assessment of whether each and all mandatory criteria are met will be conducted. This will be evaluated on a Pass or Fail basis. In the case the of joint venture, please refer to the compliance requirements specified under the evaluation criteria to determine how the criteria will be applied.
In case that a prequalification submission is submitted by a (proposed) joint venture, the reference projects should be clearly stated to which member they belong.
STEP TWO: Evaluation and scoring of the Technical Criteria (maximum 100 total points). Firms must obtain a minimum of 70 total points to be considered as prequalified.
The scored Technical Criteria will be assessed as follows:
Exceed the requirements - The submission adequately addresses the requirement, satisfactorily substantiates it, is technically feasible and demonstrates added value. The following statements (one or more) can help substantiate this.
i. Addresses additional subjects / items above those stated in the criteria,
ii. Demonstrates full capacity to perform the work quicker / more efficiently than requested in the criteria,
iii. Addresses the issues with an approach that is innovative, thoroughly explored and conclusions reached are developed in to detailed method statements, programmes or similar plans for implementation.
iv. Proposes best practices which will provide added value to the project.
Meets the Technical criteria - The submission adequately addresses the requirement, satisfactorily substantiates it and is technically feasible. The following statements (one or more) can help substantiate this:
i. Addresses the subjects / items stated in the criteria;
ii. Demonstrates the capacity to perform the work as requested in the criteria;
iii. Issues are fully explored, and conclusions worked up into feasible solutions.
Partially meets the Technical criteria - The submission partially addresses the requirement or partially substantiates it and is technically feasible. The following statements (one or more) can help substantiate this:
i. Addresses some of the subjects / items stated in the criteria;
ii. Demonstrates partial capacity to perform the work as requested in the criteria,
iii. Issues are explored and studied, with an explanation of conclusions drawn but are missing details to substantiate;
iv. Shows certain elements of concern, which will require attention, however they can be remedied.
Does not meet Technical criteria - The submission addresses only marginally the requirement, does not satisfactorily substantiates it or is not technically feasible. The following statements (one or more) can help substantiate this:
i. Addresses none or to a marginal extent the subjects / items stated in the criteria:
ii. There is insufficient / poor evidence to demonstrate capacity to address the requirements;
iii. There is at least one issue raising significant concern.
Background check/in-depth due diligence: The UN has the right to conduct background checks/in-depth due diligence on the vendors being considered for shortlisting. The UN reserves the right to conduct physical reviews to verify submissions made by vendors applying for pre-qualification against this REOI. In this case, vendors shall permit UN representatives to access their facilities at any reasonable time to inspect the vendors's premises, equipment, Plant or Materials. At any time during the evaluation process, the UN may request clarification or further information in writing from vendors. The UN may reject a bidder's bid on the basis of the findings.
***End***
Email address:
unon-cfcp.procurement@un.org
Unon Procurement Conference Facilities Project
| Link | Description | |
|---|---|---|
| https://www.un.org/Depts/ptd/sites/www.un.org.Depts.ptd/files/pdf/eoi23974.pdf | Document Link |
30101500
-
Angles
30101700
-
Beams
30101800
-
Channels
30102000
-
Foil
30102200
-
Plate
30102306
-
Aluminum profiles
30102400
-
Rod
30102800
-
Piling
30102900
-
Post
30103100
-
Rails
30103200
-
Grating
30103500
-
Honeycomb core
30103619
-
Precast concrete element
30103700
-
Braid
30103800
-
Metallic fibers and filaments
30103900
-
Shafts
30111501
-
Foamed concrete
30111502
-
Conductive concrete
30111503
-
Insulating concrete
30111504
-
Mortars
30111505
-
Ready mix concrete
30111506
-
Grout
30111507
-
Soil cured concrete
30111508
-
Water permeable concrete
30111509
-
Asphalt based concrete
30111601
-
Cement
30111602
-
Chlorinated lime
30111603
-
Hydraulic lime
30111604
-
Hydrated lime
30111605
-
Lean lime
30111607
-
Unslaked lime
30111701
-
Gypsum plaster
30111800
-
Aggregates
30111900
-
Concrete reinforcement hardware
30121504
-
Bitumen
30121601
-
Asphalt
30121602
-
Pitch
30121603
-
Gilsonite
30121604
-
Cutback products
30121605
-
Manhole frames with covers
30121701
-
Geomesh
30121702
-
Geotextile
30121703
-
Bridge rail
30121704
-
Concrete slab
30121705
-
Paving slab
30121706
-
Concrete curb
30121707
-
Noise protection board
30121708
-
Brick tile
30121709
-
Ungraded crushed rock
30121710
-
Paving stone
30121711
-
Natural curbstone
30121712
-
Post cover
30121713
-
Manhole cover
30121714
-
Manhole box
30121715
-
Bridge expansion joint
30121716
-
Bridge seat mounting
30121717
-
Guardrail
30121718
-
Safety fence and net for rock drop
30121719
-
Safety separator for road
30121720
-
Drain pipe odor suppression device
30121721
-
Drainage earth and sand barrel
30121800
-
Landscape architecture materials
30131502
-
Concrete blocks
30131503
-
Stone blocks
30131504
-
Ceramic blocks
30131505
-
Haydite block
30131506
-
Natural rock slab
30131507
-
Light concrete block
30131508
-
Glass block
30131509
-
Sound proof block
30131510
-
Concrete block for revetment
30131511
-
Concrete armor unit
30131512
-
Autoclaved lightweight aerated concrete block
30131513
-
Rubber block
30131514
-
Reinforced concrete built up culvert block
30131515
-
Wood block
30131516
-
Braille block
30131517
-
Adobe block
30131518
-
Concrete block for bridges
30131602
-
Ceramic bricks
30131603
-
Concrete bricks
30131604
-
Stone bricks
30131605
-
Sandlime brick
30131606
-
Loess brick
30131607
-
Clay brick
30131608
-
Salt glazed brick
30131609
-
Fabricated brick
30131610
-
Insulating fire brick
30131611
-
Wood brick
30131703
-
Concrete tiles or flagstones
30140000
-
Insulation
30151501
-
Roll roofing
30151502
-
Roof valleys
30151503
-
Roofing fabrics
30151505
-
Roofing membranes
30151507
-
Shakes
30151508
-
Shingles
30151509
-
Rubber support block
30151510
-
Slate roofing
30151511
-
Concrete roofing tile
30151512
-
Brick roofing tile
30151513
-
Ceramic roof tile
30151514
-
Metal roof tile
30151515
-
Wooden roof tile
30151600
-
Roofing accessories
30151700
-
Rain gutters and accessories
30151800
-
Siding and exterior wall materials
30151900
-
Finishing materials and products
30152000
-
Fencing
30152100
-
Surface
30161500
-
Wall finishing materials
30161600
-
Ceiling materials
30161702
-
Wood flooring
30161803
-
Domestic cupboard
30161900
-
Molding and millwork
30162000
-
Interior laminates
30162100
-
Stairs and stairways
30162200
-
Countertops
30162300
-
Cabinet accessories
30162400
-
Partition walls
30171501
-
Glass doors
30171502
-
Screen doors
30171503
-
Rolling doors
30171504
-
Wooden doors
30171505
-
Metal doors
30171506
-
Storm doors
30171507
-
Door frames
30171508
-
Pocket doors
30171509
-
Revolving doors
30171510
-
Automatic doors
30171511
-
Swing door
30171512
-
Door openers
30171513
-
Kick plates
30171514
-
Door closers
30171515
-
Inspection door
30171516
-
Door screen
30171517
-
Sound proof door
30171518
-
Blem door
30171519
-
Blast proof door
30171520
-
Door and window loop
30171521
-
Water tight door
30171522
-
Air tight door
30171523
-
Fire door
30171524
-
Shielding door
30171525
-
Pressure door
30171526
-
Folding door
30171527
-
Melamine door
30171600
-
Windows
30171701
-
Paving blocks
30171703
-
Beveled glass
30171704
-
Leaded glass
30171705
-
Laminated glass
30171706
-
Tempered glass
30171707
-
Safety glass
30171708
-
Float glass
30171709
-
Wired glass
30171710
-
Insulating glass
30171711
-
Corrugated glass
30171712
-
Cathedral glass
30171800
-
Skylights
30171901
-
Double hung window frames
30171902
-
Single hung window frames
30171903
-
Casement window frames
30171904
-
Horizontal slider window frames
30171905
-
Tilt or transom window frames
30171906
-
Fixed window frames
30171907
-
Window sill
30171908
-
Window arch
30172000
-
Gates
30172100
-
Garage doors and operators
30181501
-
Bathtubs
30181502
-
Bidets
30181503
-
Showers
30181504
-
Sinks
30181505
-
Toilets
30181506
-
Urinals
30181507
-
Bathtub or shower enclosures
30181508
-
Restroom partitions
30181511
-
Toilet bowls
30181514
-
Toilet tank covers
30181515
-
Toilet tanks
30181518
-
Distribution Water Stand with Taps
30181519
-
Latrine / squatting plate
30181601
-
Soap dish
30181602
-
Towel bar or ring or stand or hook
30181603
-
Toilet seat
30181604
-
Toilet seat lid
30181605
-
Drain
30181606
-
Robe hook
30181607
-
Shower curtain or assembly
30181608
-
Shower rod
30181609
-
Shower caddy
30181610
-
Toilet tissue holder
30181611
-
Toothbrush or tumbler holder
30181612
-
Shaving razor hook
30181613
-
Bathtub or whirlpool apron or skirt
30181614
-
Soap dispenser
30181701
-
Spigot
30181702
-
Faucet unit
30181801
-
Shower head
30181802
-
Faucet aerator
30181803
-
Hand held shower unit
30181804
-
Faucet handle
30181805
-
Combination fixed and hand held shower head
30181806
-
Whirlpool jet
30181807
-
Spout
30181808
-
Rough in valve
30181809
-
Hand shower repair kit
30181810
-
Faucet trim
30181811
-
Faucet repair kit
30181812
-
Body spray head
30191500
-
Ladders and scaffolding
30191600
-
Ladders and scaffolding accessories
30191700
-
Construction sheds and trailers
30191800
-
Temporary construction and maintenance support equipment and materials
30241501
-
Tube frame connector
30241502
-
Anchor plate
30241503
-
Bail ring
30241504
-
Base plate
30241505
-
Cupola
30241506
-
Funicular bell
30241507
-
Gable
30241508
-
Gin pole and accessories
30241509
-
Mast section and king pole
30241510
-
Side pole
30241511
-
Stake or peg
30241512
-
Transom
30241513
-
Steel A-frame
30241514
-
Structural brace
30241515
-
Structural alignment tool
30241601
-
Grandstand footboard and accessories
30241602
-
Stair step
30241603
-
Stringer
30241604
-
Stair riser
30241701
-
Framing beam or rail or tubing
30241702
-
Portable structure canvas section
30241705
-
Winterization kit for tent
30250000
-
Underground mining structures and materials
30263900
-
Specialty steel bars
30265001
-
Aluminum SAE 1000 series cold rolled sheet
30265002
-
Aluminum SAE 1000 series hot rolled sheet
30265003
-
Aluminum SAE 2000 series cold rolled sheet
30265004
-
Aluminum SAE 2000 series hot rolled sheet
30265005
-
Aluminum SAE 3000 series cold rolled sheet
30265006
-
Aluminum SAE 3000 series hot rolled sheet
30265007
-
Aluminum SAE 4000 series cold rolled sheet
30265008
-
Aluminum SAE 4000 series hot rolled sheet
30265009
-
Aluminum SAE 5000 series cold rolled sheet
30265010
-
Aluminum SAE 5000 series hot rolled sheet
30265011
-
Aluminum SAE 6000 series cold rolled sheet
30265012
-
Corrugated aluminum sheet
30265401
-
Ductile iron hot rolled sheet
30265402
-
Gray iron hot rolled sheet
30265403
-
White iron hot rolled sheet
30265404
-
Malleable iron hot rolled sheet
30265802
-
Plastic sheet
72101501
-
Handyman services
72101504
-
Disaster proofing or contingency services
72101505
-
Locksmith services
72101506
-
Elevator maintenance services
72101507
-
Building maintenance service
72101508
-
Floor cleaning services
72101509
-
Fire protection system and equipment maintenance or repair service
72101510
-
Plumbing system maintenance or repair
72101511
-
Air conditioning installation or maintenance or repair service
72101512
-
Hoist construction service
72101513
-
Offsite construction service
72101514
-
Refuse area construction service
72101515
-
Subsidence service work
72101516
-
Fire extinguisher inspection maintenance and repair service
72101517
-
Portable generator maintenance and or repair service
72101518
-
Portable generator rental service
72101519
-
Gas fitting installation service
72101520
-
Roof framing service
72101521
-
Building framing service
72102101
-
Bird proofing services
72102102
-
Termite control services
72102103
-
Extermination or fumigation services
72102104
-
Structural pest control
72102105
-
Animal trapping
72102106
-
Rodent control
72102902
-
Landscaping services
72102903
-
Snow removal services
72102905
-
Exterior grounds maintenance
72102906
-
Landscape architecture service
72103101
-
Material conveyance system installation
72103102
-
Material conveyance system repair
72103103
-
Aboveground conveyor service
72103104
-
Underground conveyor service
72103301
-
Parking lot or road maintenance or repairs or services
72103302
-
Telecom equipment maintenance or support
72103304
-
Parking lot or road sweeping services
72103305
-
Drain laying service
72111001
-
Single family home remodeling addition and repair service
72111002
-
Single family home general remodeling service
72111003
-
On site mobile home repair service
72111004
-
Patio and deck construction and repair service
72111005
-
Single family home fire damage repair service
72111006
-
Single family home new construction service
72111007
-
Single family prefabricated home erection service
72111008
-
Single family new town home or garden home construction service
72111101
-
New apartment building construction service
72111102
-
New cooperative construction service
72111103
-
New condominium construction service
72111104
-
New dormitory construction service
72111105
-
New hotel or motel construction service
72111106
-
Apartment remodeling service
72111107
-
Cooperative apartment remodeling service
72111108
-
Condominium remodeling service
72111109
-
Dormitory remodeling service
72111110
-
Hotel or motel remodeling service
72111111
-
General residential construction contractor service
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
72141001
-
Highway and road new construction service
72141002
-
Highway and road sign or guardrail construction and repair service
72141003
-
Highway and road maintenance service
72141004
-
Highway reflector installation service
72141101
-
Airport runway construction service
72141102
-
Land grading service
72141103
-
Highway and road paving service
72141104
-
Highway and road resurfacing service
72141105
-
Sidewalk construction and repair service
72141106
-
Gravel or dirt road construction service
72141107
-
Bridge construction and repair service
72141108
-
Tunnel construction and repair service
72141109
-
Viaduct construction and repair service
72141110
-
Oil and gas branch line construction service
72141111
-
Gas main construction service
72141112
-
Natural gas compressor station construction service
72141113
-
Oil and gas pipeline construction service
72141114
-
Pipeline wrapping service
72141115
-
Electrical cable laying service
72141116
-
Television cable laying service
72141117
-
Telephone and communication cable laying service
72141118
-
Telecommunication transmission tower construction service
72141119
-
Aqueduct construction service
72141120
-
Sewer line construction service
72141121
-
Water main construction service
72141122
-
Electric power line construction service
72141123
-
Manhole construction service
72141124
-
Pipe laying service
72141125
-
Pumping station construction service
72141126
-
Underground utilities construction service
72141127
-
Seal coating of roads, highways and parking lots
72141128
-
Public square construction and or remodelling service
72141129
-
Park and garden construction and or remodelling service
72141130
-
Ornamental fountain construction and or remodelling service
72141201
-
Caisson drilling service
72141202
-
Canal construction service
72141203
-
Dam construction service
72141204
-
Dock construction service
72141205
-
Drainage system construction service
72141206
-
Dredging service
72141207
-
Harbor construction service
72141209
-
Levee construction service
72141210
-
Marina construction service
72141211
-
Pier construction service
72141212
-
Pond construction service
72141213
-
Waterway construction service
72141214
-
Sheet pile driving service
72141215
-
Underwater construction service
72141216
-
Offshore construction vessel service
72141401
-
Detention facility construction service
72141402
-
Detention facility remodeling and repair
72141502
-
Land pre-construction assessment service
72141503
-
Rock removal service
72141504
-
Timber removal service
72141505
-
Earthmoving service
72141507
-
Pile driving service
72141508
-
Blasting service except building demolition
72141509
-
Trenching service
72141510
-
Demolition services
72141511
-
Digging services
72141601
-
Light rail construction service
72141602
-
Right of way cutting service
72141603
-
Railroad and railway roadbed construction service
72141604
-
Subway construction service
72141605
-
Railway track laying service
72141701
-
Construction machinery rental or leasing service
72141702
-
Construction equipment rental or leasing service
72151001
-
Boiler maintenance service
72151002
-
Boiler installation and setup service
72151003
-
Heating system maintenance and repair service
72151004
-
Hydronics heating system maintenance and repair service
72151005
-
Boiler pressure controller installation
72151006
-
Boiler pressure controller maintenance or repair or operation
72151101
-
Septic system construction service
72151102
-
Fire sprinkler system installation service
72151103
-
Irrigation sprinkler system installation service
72151201
-
HVAC mechanical construction service
72151202
-
HVAC process piping construction service
72151203
-
HVAC solar energy construction service
72151204
-
HVAC ventilation and duct work construction service
72151205
-
HVAC refrigeration construction service
72151206
-
HVAC heating system construction service
72151207
-
Heating and cooling and air conditioning HVAC installation and maintenance service
72151301
-
Residential painting service
72151302
-
Commercial painting service
72151303
-
Industrial painting service
72151304
-
Aircraft painting service
72151305
-
Bridge painting service
72151306
-
Pavement marking service
72151307
-
Ship painting service
72151308
-
Paper hanging service
72151401
-
Commercial wall covering construction service
72151402
-
Residential wall covering construction service
72151501
-
Lighting installation services
72151502
-
Electric power system construction service
72151503
-
Cogeneration plant construction service
72151504
-
Computer power conditioning service
72151505
-
Standby or emergency power installation service
72151506
-
Switchgear and related devices installation service
72151507
-
Electronic controls installation service
72151508
-
Computerized controls installation service
72151509
-
Energy management controls installation service
72151510
-
Environmental system control installation service
72151511
-
Lighting system maintenance or repair service
72151514
-
Standby or emergency power maintenance service
72151515
-
Electrical inspection service
72151601
-
Cable television installation service
72151602
-
Fiber optic cable installation service
72151603
-
Specialized sound equipment installation service
72151604
-
Telephone and telephone equipment installation service
72151605
-
Voice and data and video wiring service
72151606
-
Underground engineering for communication equipment
72151607
-
Overground engineering for communication equipment
72151608
-
Satellite system maintenance or repair service
72151609
-
Satellite system hub support service
72151701
-
Access control system installation service
72151702
-
Closed circuit television system installation service
72151703
-
Fire detection and burglar alarm systems installation service
72151704
-
Safety instrumented system installation and maintenance service
72151801
-
Banking machine installation and maintenance
72151802
-
Machinery component refurbishing and repair service
72151803
-
Vending machine installation and maintenance service
72151901
-
Foundation building service
72151903
-
Bricklaying service
72151904
-
Chimney construction and maintenance service
72151905
-
Concrete block masonry service
72151906
-
Drain tile installation service
72151907
-
Exterior marble masonry service
72151908
-
Refractory or acid brick masonry service
72151909
-
Stone masonry service
72151910
-
Mortar tuckpointing or restoration service
72151911
-
Unit paver installation service
72152001
-
Drywall installation and repair service
72152002
-
Fresco installation and repair service
72152003
-
Mantel installation and repair service
72152004
-
Plain or ornamental plastering service
72152005
-
Stucco installation and repair service
72152101
-
Acoustical and ceiling work service
72152102
-
Exterior insulation and finishing service
72152103
-
Building insulation service
72152104
-
Solar reflecting insulation film service
72152201
-
Interior marble installation service
72152202
-
Mosaic creation and repair service
72152203
-
Terrazzo installation and repair service
72152204
-
Ceramic tile installation service
72152301
-
Rough carpentry service
72152302
-
Finish carpentry service
72152303
-
Cabinet building and installation service
72152401
-
Garage door installation or erection service
72152402
-
Prefabricated window and door installation service
72152403
-
Entryway and exit framing service
72152404
-
Metal stud installation service
72152405
-
Store fixture installation service
72152501
-
Access flooring system installation service
72152502
-
Asphalt tile installation service
72152503
-
Carpet laying service
72152504
-
Ceramic floor tile installation service
72152505
-
Linoleum installation service
72152506
-
Resilient floor laying service
72152507
-
Vinyl floor tile and sheet installation service
72152508
-
Wood floor installation and refinishing service
72152509
-
Floor leveling service
72152601
-
Roofing service
72152602
-
Gutter and downspout service
72152603
-
Skylight installation service
72152604
-
Architectural sheet metal service
72152605
-
Ceiling erection and repair service
72152606
-
Siding installation and repair service
72152607
-
Chute installation service
72152701
-
Exterior concrete stucco service
72152702
-
Grouting service
72152703
-
Gunite installation service
72152704
-
Curb construction service
72152705
-
Sidewalk or ramp construction service
72152706
-
Driveway construction service
72152707
-
Retaining wall construction service
72152708
-
Parking lot construction service
72152709
-
Concrete pumping service
72152710
-
Foundation and footing construction service
72152711
-
Concrete patio construction service
72152801
-
Domestic water well drilling service
72152802
-
Geothermal water well drilling service
72152901
-
Metal building front installation service
72152902
-
Concrete reinforcement placing service
72152903
-
Elevator front installation service
72152904
-
Exterior metal wall system installation service
72152905
-
Structural iron work service
72152906
-
Metal lath and furring service
72152907
-
Precast concrete structural framing panel placing service
72152908
-
Smoke stack installation service
72152909
-
Metal storage tank erection service
72153001
-
Ballistic resistant glazing installation service
72153002
-
Glazing installation and repair service
72153101
-
Bowling alley installation service
72153102
-
Indoor sport court construction service
72153103
-
Playground construction and equipment installation service
72153104
-
Spa or hot tub construction and installation service
72153105
-
Swimming pool construction service
72153106
-
Athletic field construction service
72153107
-
Golf course construction service
72153108
-
Tennis court construction service
72153201
-
Plastic coating of concrete structures service
72153202
-
Metal structure coating service
72153203
-
Corrosion control service
72153204
-
Damp proofing service
72153205
-
Caulking service
72153206
-
Building fireproofing service
72153207
-
Glazing of concrete surfaces service
72153208
-
Insulation of pipes and boilers service
72153209
-
Waterproofing service
72153301
-
Gasoline pump installation service
72153302
-
Diesel pump installation service
72153303
-
Service station equipment maintenance and or repair service
72153401
-
Rigging services
72153402
-
Scaffolding services
72153501
-
Building exterior cleaning service
72153502
-
Building exterior sandblasting service
72153503
-
Building exterior steam cleaning service
72153504
-
High pressure water blasting
72153505
-
Construction site clean up service
72153506
-
New building post construction cleanup service
72153507
-
Construction site haul away service
72153601
-
Bathtub refinishing and repair service
72153602
-
Closet organizer installation and repair service
72153603
-
Counter top installation service
72153604
-
Drapery track installation service
72153605
-
Kitchen and bathroom remodeling service
72153606
-
Office furniture installation service
72153607
-
Plastic wall tile installation service
72153608
-
Window treatment installation service
72153609
-
Domestic or commercial appliance installation service
72153610
-
Prefabricated fireplace installation service
72153611
-
Kitchen cabinet installation service
72153612
-
Interior design or decorating
72153613
-
Office furniture lease and maintenance service
72153701
-
Parking facility equipment installation
72153702
-
Parking lot maintenance
72153901
-
Shoring and underpinning work
72153902
-
Mobile home site set up and tie down
72154001
-
Antenna installation service
72154002
-
Artificial turf installation service
72154003
-
Awning installation service
72154004
-
Building mover service
72154005
-
Cable splicingservice
72154006
-
Core drilling and cutting service
72154007
-
Dewatering service
72154008
-
Diamond drilling and sawing service
72154009
-
Industrial dock and dock equipment installation service
72154010
-
Elevator installation maintenance and repair service
72154011
-
Epoxy application service
72154012
-
Concrete forms erection and dismantling service
72154013
-
Fence construction service
72154014
-
Fiberglass installation and maintenance service
72154015
-
Fire escape installation service
72154016
-
Parade float construction service
72154017
-
Food service equipment installation service
72154018
-
Fountain installation service
72154019
-
Gas leak detection service
72154020
-
Medical gas system installation service
72154021
-
Glass tinting service
72154022
-
Hydraulic equipment installation and maintenance service
72154023
-
Lightning conductor erection service
72154024
-
Ornamental metal and iron work service
72154025
-
Petroleum storage tank pumping and draining service
72154026
-
Hydrogen cell refueling service
72154027
-
Posthole digging service
72154028
-
Sign installation and maintenance service
72154029
-
Steeple jack installation and repair service
72154030
-
Tower bell installation and repair service
72154031
-
On site welding service
72154032
-
Window and door and screening installation and repair service
72154033
-
Theatrical prop or set or scenery construction erection and repair service
72154034
-
Underground petroleum storage tank installation service
72154035
-
Nuclear power refueling service
72154036
-
Central vacuum cleaning system installation service
72154037
-
Safe or vault installation service
72154038
-
Airwave shielding installation for computer room service
72154039
-
Building board up service
72154040
-
Underground protective lining installation service
72154041
-
Target systems installation service
72154042
-
Flag pole erection service
72154043
-
Industrial and commercial sprayingservice
72154044
-
Water hewning or use service
72154045
-
Ground water level reduction service
72154046
-
Escalator installation service
72154047
-
Lift table service
72154048
-
Balcony and external walkway service
72154049
-
Sun screen service
72154050
-
Shopping cart maintenance or repair service
72154051
-
Grave relocation service
72154052
-
Post disaster renovation and repair service
72154053
-
Broadcasting station repair service
72154054
-
Catalyst loading or removal service
72154055
-
Tank cleaning service
72154056
-
Tank maintenance or repair service
72154057
-
Storage tank rental service
72154058
-
Tank and line testing service
72154059
-
Leak detection sealing and repair service
72154060
-
Degassing service
72154061
-
Air filtration service
72154062
-
Hot tapping service
72154063
-
Stopple or line stopping service
72154064
-
Portable lighting equipment rental service
72154065
-
Electrical copying equipment maintenance
72154066
-
General office equipment maintenance
72154067
-
Temporary theatrical stage and platform rental and installation
72154068
-
Graffiti removal and treatment service
72154069
-
Fencing and railing service
72154101
-
Air compressor rental and maintenance service
72154102
-
Heat exchanger maintenance or repair service
72154103
-
Rotary pump maintenance or repair service
72154104
-
Gearbox maintenance and repair service
72154105
-
Control valve maintenance and repair service
72154106
-
Reciprocating compressor rental and maintenance service
72154107
-
Centrifugal compressor rental and maintenance service
72154108
-
Reciprocating pump maintenance or repair service
72154109
-
Centrifugal pump maintenance or repair service
72154110
-
Fin fan cooling tower maintenance and repair service
72154201
-
Instrument or meter maintenance and repair service
72154301
-
Turbine equipment maintenance or repair service
72154302
-
Motor installation and maintenance service
72154303
-
Steam turbine maintenance service
72154401
-
Pipefitting fabrication service
72154402
-
Pipefitting maintenance or repair service
72154501
-
Heavy equipment maintenance and repair service
72154502
-
Crane maintenance and repair service
72154503
-
Crane rental service
72154601
-
Construction of zoo habitat and enclosure for birds and flying species
72154602
-
Construction of zoo habitat and enclosure for insects and invertebrates
72154603
-
Construction of zoo habitat and enclosure for land mammals and primates
72154604
-
Construction of zoo habitat and enclosure for aquatic and amphibious species
72154605
-
Construction of zoo habitat and enclosure for reptiles