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***

Unon Procurement Conference Facilities Project