LTA Construction

UN Secretariat
LTA Construction Request for EOI

Reference: EOIUNECA16152
Beneficiary countries or territories: Ethiopia
Registration level: Basic
Published on: 14-Mar-2019
Deadline on: 04-Apr-2019 00:00 0.00

Description
The United Nations Economic Commission for Africa (UNECA) in Addis Ababa, Ethiopia seeks a qualified contractor with valid licenses to express their interest to be engaged on a long term agreement (LTA) for providing construction services for a portfolio of construction projects in UNECA Campus for the next 5 years. This EOI supersedes EOI No. EOIUNECA15830 that was published on 6 December 2018 1. The UNECA is seeking expression of interest (EOI) from qualified companies with a required expertise and experience, from all countries, to be engaged on a long-term agreement for providing MULTI-DISCIPLINE construction services for a portfolio projects in UNECA Campus for 5 years. 2.. UNECA seeks to conduct a bidding exercise to engage a qualified construction company to enable construction works undertaken by the successful bidder on the UNECA compound. The construction works would be for multiple, but separate projects over an extended timeline for up to 5 years. 3. The individual projects will be awarded during the contract term of the LTA contract to implement as individual lump sum contracts using a schedule of rates once each project is fully designed and documented. The projects range in value between $250,000 up to $5,000,000. The total value of proposed project portfolio over the contract period will be up to $10,000,000 (Ten million USD). 4. The projects to form part of this contract are not yet finalised or fully funded. However, the projects may include the following projects in development and other similar projects may be added or some below may not actually be implemented.Other projects when ready will be awarded at the same rates and conditions during the term of the Contract: a ) Niger building flexible workplace (level 2) - Internal office fit out of 1,500m2 b) Additional fit outs within the Niger Building - Internal office fit outs of Level 3 and Level 4 approximately 3,000m2. c) Niger base building upgrades – built in 1975 as office building which has had limited upgrades and requires total building service replacements including mechanical HVAC, hydraulic, and firefighting systems. d) North Carpark completion - Extension of an existing concrete car parking structure to accommodate a further 180 car spaces across two additional levels. e) Language School upgrades - Office / learning fit out of approx. 250m2 f) Delegate Registration Building + Gate 2 upgrades - Renovation of the primary visitor and delegate security entry and screening building to facilitate accessibly and safety upgrades approximately 500m2. g) Gate 3 safety and accessibility works - Modifications to principle vehicle entry point to improve roadway, accessibility and safety upgrades. h) New permanent fuel station - New minimum 100,000L fuel storage and dispensing facility within the compound    i) Limpopo Building Lower Level 2 upgrade - Interior fit out and upgrade of existing 1,000m2 of archive space to enable new workplace and recreation accommodation. J) Other projects could include crisis management center, Conference center broadcast technology upgrades,Campus center interior design and /or clinic renovations,Zambezi building office and building upgrades, roofing, site improvements and general facility/Utility projects  5. The United Nations intends to appoint a single main contractor following a later Request for Proposal (RFP) stage and subsequent technical and commercial evaluation focusing on the following main elements: a) Technical proposal with categories including; i. Technical ability; ii. Project Understanding; iii. Resources; iv. Site management; v. Project management; vi. Ability to work in Ethiopia b) Commercial Evaluation includes: i. Supervision rates for different levels of personnel; ii. Margin; iii. Schedule of rates; iv. Escalation; v. Site establishment and ongoing site costs; All construction activities will be required to comply with relevant prevailing Ethiopian Building, fire safety, and occupational health and safety codes, relevant international standards and the requirements of the United Nations. The technical evaluation of the LTA Contractor RFP will be based on vendors technical proposal with categories including: a) Demonstrated and documented Technical ability: b) Project Understanding; c) Resources; d) Site management; e) Demonstrated and documented ability in Project management and to implement one or more than one project in parallel ; The commercial evaluation of the LTA Contractor RFP will be based on: a) Supervision rates for different levels of personnel; b) Overheads and profit margins; c) Schedule of rates; d) Escalation; e) Site establishment and congoing site costs; 6. Vendors who expressed their interest will be invited to participate in the tender by "Request for Proposal" (RFP) at a later stage.The detailed requirements will be specified under the RFP document at that time. 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 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 e-mail 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 9. 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 the UN Procurement Department. 10. 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 RFP. At this late RFP stage companies are likely (at a minimum) to be expected to demonstrate: - - At least 10 years experience as a construction main contractor including experience working with multi-national / Global and public sector organisations within Africa. - Project appointments within the past five years in excess of US$5million in value - Experience in the importation of construction goods & materials into or within the countries in Africa. - Adequate insurance cover - Adequate company process for quality assurance / quality control, occupational health &safety and environmental protection. UNECA reserves the right to change or cancel the requirements at any time during the EOI/ or solicitation process. Thus, submitting a reply to this EOI 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. UNECA is precluded from entering into contract with a vendor that is not registered with United Nations Global Market Place(UNGM). Thus, only those vendors who are registered or provisionaly registered or have started their registration process in UNGM will be eligible to receive the solicitation document RFP. Those interested in responding to this EOI but not currently registered as vendors with UNGM, are encouraged to register before submission date for closing of the EOI in the United Nations Global Market Place (UNGM). Further details may be obtained by visiting https://www.ungm.org/Vendor/Registration . In order to be eligible for UN Registration, please make sure to declare in writing the Prerequisite for Eligibility criteria itemized from A-F as contained in EOI instruction attached. Those interested vendors who fullfill the above requirements are required to submit the Completed Vendor Response Form plus all required supplemental documentation through the e-mail address: mamod@un.org (copy to assaad@un.org) on or before the closing date of 4 April 2019.

Daniel Mamo