United Nations Nations Unies - ESCAP

7
PD/EOI/MISSION v2014-01 This notice is placed on behalf of UNESCAP . United Nations Procurement Division (UNPD) cannot provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of contents of furnished information; and is unable to answer any enquiries regarding this EOI. You are therefore requested to direct all your queries to United Nations Economic and Social Commission for Asia and the Pacific using the fax number or e-mail address provided below. Title of the EOI: Architectural and Engineering Services for Seismic Retrofit and Life Cycle Replacements Project Date of this EOI: 16 December 2016 Closing Date for Receipt of EOI: 30 January 2017 EOI Number: 35/16 Address EOI response by fax or e-mail for the Attention of: Chief, Procurement Unit Fax Number: +66 3 22881034 E-mail Address: [email protected] UNSPSC Code: 81110000, 81111800 ,80000000, 80161500, 80101500, 43230000, 86000000 DESCRIPTION OF REQUIREMENTS United Nations Nations Unies United Nations Economic and Social Commission for Asia and the Pacific Bangkok, Thailand REQUEST FOR EXPRESSION OF INTEREST (EOI)

Transcript of United Nations Nations Unies - ESCAP

PPDD//EEOOII//MMIISSSSIIOONN vv22001144--0011

This notice is placed on behalf of UNESCAP. United Nations Procurement Division (UNPD) cannot

provide any warranty, expressed or implied, as to the accuracy, reliability or completeness of

contents of furnished information; and is unable to answer any enquiries regarding this EOI. You

are therefore requested to direct all your queries to United Nations Economic and Social

Commission for Asia and the Pacific using the fax number or e-mail address provided below.

Title of the EOI:

Architectural and Engineering Services for Seismic Retrofit and Life Cycle Replacements Project

Date of this EOI: 16 December 2016 Closing Date for Receipt of EOI: 30 January 2017

EOI Number: 35/16

Address EOI response by fax or e-mail for the Attention of: Chief, Procurement Unit

Fax Number: +66 3 22881034

E-mail Address: [email protected]

UNSPSC Code: 81110000, 81111800 ,80000000, 80161500, 80101500, 43230000, 86000000

DESCRIPTION OF REQUIREMENTS

United Nations

Nations Unies

United Nations Economic and Social Commission for Asia and the Pacific

Bangkok, Thailand

REQUEST FOR EXPRESSION OF INTEREST (EOI)

PPDD//EEOOII//MMIISSSSIIOONN vv22001144--0011

I. BACKGROUND

The United Nations Economic and Social Commission for the Asia and the Pacific (ESCAP) seeks the

services of an Architectural and Engineering firm to act as the Lead Consultant Firm providing full

architectural and engineering services for proposed Seismic Retrofit and Life Cycle Replacements Project

located at Rachadamnoen Nok Avenue, Bangkok, Thailand.

The headquarters of ESCAP comprise of three (3) reinforced concrete buildings: the 15-floor high-rise

Secretariat building and the 4-floor Service building built in the early 1970s; and the 3-floor United Nations

Conference Centre.

The overarching objective of the Seismic Retrofit and Life Cycle Replacements Project is to comply with

seismic and other fire and life-safety codes for the premises. The proposed project also provides

opportunities for the most cost-effective method to address other long-term benefits for the Organisation

relating to building performance such as: Sustainability; Energy efficiency and other initiatives related to the

efficient use of natural resources and lifecycle costing; Space usage and efficiency; Accessibility and other

provisions for persons with disabilities; High quality indoor air and light; Modernization of building systems

(HVAC, MEP etc); Hazardous material removal; and the Replacement of the life-cycle component of the

building systems that have reached the end of their useful lives.

ESCAP has performed some preliminary assessments in the recent years to determine the existing

condition of the buildings and a seismic retrofit design is currently underway and anticipated to be

completed by the end of June 2017.

ESCAP has developed the business case (phase 1) of the project defining the scope of works and project

budget and therefore forms the basis for the defined scope of work for the following phases indicated as:

Planning (phase 2); Design (phase 3), Preconstruction and tender (phase 4), Construction (phase 5) &

Closeout (phase 6).

II. PURPOSE AND SCOPE OF SERVICES

ESCAP seeks an Expression of Interest from duly registered, highly qualified, experienced and eligible

services of an Architectural and Engineering firm (Lead Consultant Firm) for the provision of complete

design, contract administration and construction project management for its proposed Seismic Retrofit and

Life cycle Replacements Project.

The Lead Consultant Firm shall be the single point of contact for ESCAP throughout the project from phase

2 (planning) to phase 6 (closeout). The Lead Consultant Firm shall form the interface between project

management and project delivery and reports directly to the ESCAP Project Manager. The Lead Consultant

Firm will develop and maintain the Project Execution Plan and be responsible for coordinating and

developing the project design, establishing the tender documentation, and for the provision of construction

management and construction supervision services.

The Lead Consultant Firm shall deliver the required services under specific project constrains including

strict budgetary rules governed by the United Nations General Assembly; the maintenance of business

continuity during the works; and the work methodology in fact the project is expected to be implemented in

phases where a number of floors are emptied to perform the retrofit and renovation works. The construction

is expected to start sometime in 2019 and during the construction phase, the occupants of impacted floors

shall be temporarily relocated into a ‘swing space’ built or rented on a temporary basis onsite and/or offsite.

The scope of work is twofold:

(1) Design Services: Duration twelve (12) months design and two (2) years construction period.

Design of the ESCAP renovation works up to schematic / concept design including onsite swing space. The

detailed design shall be developed by specialist

(2) Contract Management and Construction Supervision: Duration seven (7) years approximately,

inclusive of construction and construction defects liability period.

Provision of an overall project execution plan outlining the resources, systems, processes and tools,

PPDD//EEOOII//MMIISSSSIIOONN vv22001144--0011

performance controls for progress and quality necessary for the overall project implementation. Responsible

for the ‘all design’ coordination including sub consultants and expert designers; supervision and integration;

testing and handing over to operations.

III. QUALIFICATIONS AND REQUESTED DOCUMENTS TO BE SUBMITTED DURING THE RFP

STAGE AND EVALUATION CRITERIA

Qualification and experience

Previous experience and references related to architectural design and engineering services will be the

most important aspect of the evaluation. Vendors are expected to clearly demonstrate their experiences in

the architectural and engineering services of a construction project. Vendors should have a track record of

completing similar services/projects within the budget and time frame assigned. Sufficient references should

be submitted for successful projects to substantiate the claim.

Vendors should possess trained and certified staff and sub-trades with sufficient experience to carry out the

work as per the ESCAP’s expectation.

Vendors should be a structured company with a stable financial track record and currently in good standing

in the business community with respect to company financing, bonding and insurance. Vendors must be

able to guarantee availability for an Architectural and Engineering Services start date of September 2017.

Vendors will be responsible to ensure their familiarity with all the UN’s policies, bylaws, permits, legal

legislation, etc. for this project.

Documents to be submitted to participate at the RFP stage and evaluation criteria

The following documents are required to be submitted by the interested Vendor and will be evaluated on the

following criteria:

Mandatory Criteria

1. Participation to the compulsory Site Visit

2. Registration at Level 2 under the United Nations Global Marketplace

3. Submission of:

3.1. Company profile

3.2. Annual reports

3.3. Copy of the Company’s ISO 9001 Quality Management Certification

3.4. Project references (State or Provide templates, e.g. UN, WB, EU etc)

3.5. Client reference Statements (Certificates of Completions)

3.6. CV of Key Personnel and proposed team for this project

4. Submission of proof of insurance. Vendors must have insurance coverage that satisfies the

requirements identified. This must be acknowledged in the Vendor’s EOI submission and evidence of such

insurance will be required from qualified Vendors at the RFP / tender stage

Evaluated Criteria

5. Vendor’s experience in similar projects defined by the scope of work in terms of nature, size and

complexity. Vendors shall submit minimum 3 projects all successfully completed within time and budget

(demonstrated) in the last 5 years. Each project should meet at least four (4) of the following criteria:

5.1. Value of the project;

5.2. For an intergovernmental or multinational organization;

5.3. With multiple phases;

5.4. With use of swing space with staff relocation;

5.5. Project type is office, residential of multipurpose construction facility;

5.6. Objective includes health and safety, accessibility, sustainability and energy efficiency, space

efficiency and modernization of building MEP and HVAC systems and other UN-related objective;

6. Vendor’s experience in the Architectural and Engineering Services

6.1. Technical ability to trouble shoot problems reported and provides technically appropriate and cost

effective solutions.

PPDD//EEOOII//MMIISSSSIIOONN vv22001144--0011

6.2. Ability to plan, strategize and implement the proposed solutions in an efficient manner.

6.3. Experience in handling client relations with professional care.

7. Resource availability (experienced staff, sufficient financial stability / support, etc.)

7.1. Staff education and experience, staff availability for the project including sub-trades

7.2. Financial stability / standing / banking

IV. SOLICITATION PROCEDURE

The working language for the Architectural and Engineering Services for ESCAP to be provided will be the

English language. All documents to be submitted shall be in English language.

The solicitation process consists of 3 stages namely the (1) Request for Expression of Interest (REOI)

stage, the (2) Request for Proposal (RFP) stage and, finally, the (3) Contract Negotiation and Award stage.

The Vendor acknowledges and agrees that any REOI is in no way whatsoever, an offer to enter into an

agreement and submission of an Application by any Vendor does not in any way whatsoever create a

binding agreement. The Vendor acknowledges that ESCAP has no contractual obligations whatsoever

arising out of the REOI process.

NOTE

Information on tendering for the UN Procurement System is available free of charge at the following

address: https://www.ungm.org/Public/Notice

Only the United Nations Global Marketplace (UNGM) has been authorised to collect a nominal fee from

vendors that wish to receive automatically Procurement Notices or Expressions Of Interest. Vendors

interested in this Tender Alert Service are invited to subscribe on http://www.ungm.org

Vendors interested in participating in the planned solicitation process should complete the Vendor

Response Form of this EOI and send it via fax or email to United Nations Economic and Social

Commission for Asia and the Pacific (UNESCAP) before the closing date set forth above.

SPECIFIC REQUIREMENTS / INFORMATION (IF ANY)

All works shall be in relation and delivered to THE UNITED NATIONS BUILDING RATCHDAMNOEN NOK

AVENUE, BANGKOK, 10200, THAILAND

Companies interested in being considered for an invitation to the tenders must submit a written Expression

of Interest along with copies of business registrations/licenses, as applicable, and a brief company profile

with experiences in similar projects.

UNESCAP reserves the right to verify the statements and not to invite all those companies who had

expressed their interest.

Companies interested in being considered for invitation to tenders are required to register with the United

Nations Global Marketplace (UNGM) located at http://ungm.org. Companies who have already registered

in the UNGM shall keep their information updated at all time.

PPDD//EEOOII//MMIISSSSIIOONN vv22001144--0011

R

NOTICE

Companies can only participate in solicitations of the UN Secretariat after completing their registration (free

of charge) at the United Nations Global Marketplace (www.ungm.org).

As you express interest in the planned solicitation by submitting this response form, please verify and

ensure that your company is registered under its full legal name with the UN Secretariat on the United

Nations Global Marketplace (www.ungm.org).

We strongly recommend all companies to register at least at Level 1 under the United Nations Secretariat

prior to participating in any solicitations.

To be completed by the Vendor (All fields marked with an ‘*’ are mandatory)

COMPANY INFORMATION

UN Global Market Place (UNGM) Vendor ID Number*:

Legal Company Name (Not trade name or DBA name) *:

Company Contact *:

Address *:

City *: State :

Postal Code * :

Country *:

Phone Number *:

Fax Number *:

Email Address *:

Company Website:

We declare that our company fully meets the prerequisites A, B, C, D, E and F, for eligibility to register with

the United Nations as outlined in the paragraph 1 of the EOI INSTRUCTIONS page.

Signature :_____________________________ Date:___________________

Name and Title :_____________________________

VENDOR RESPONSE FORM

TO: Chief, Procurement Unit EOI Number: 35/16

FAX: +66 3 22881034

FROM:

SUBJECT: Architectural and Engineering Services for Seismic Retrofit and Life Cycle Replacements

Project

PPDD//EEOOII//MMIISSSSIIOONN vv22001144--0011

EOI INSTRUCTIONS

1) Registering as a Vendor with the United Nations

Vendors interested in fulfilling the requirement described above must be registered at the UN Global

Marketplace (www.ungm.org) with the UN Secretariat in order to be eligible to participate in any solicitation.

Information on the registration process can be found at http://www.un.org/Depts/ptd.

Prerequisites for Eligibility

In order to be eligible for UN registration, you must declare that:

A. Your company (as well as any parent, subsidiary or affiliate companies) is not listed in, or associated with a

company or individual listed in:

I. the Compendium of United Nations Security Council Sanctions Lists

(http://www.un.org/sc/committees/list_compend.shtml), or

II. the IIC Oil for Food List website or, if listed on either, this has been disclosed to the United Nations

Procurement Division in writing.

B. Your company (as well as any parent, subsidiary or affiliate companies) is not currently removed or

suspended by the United Nations or any other UN organisation (including the World Bank);

C. Your company (as well as any parent, subsidiary of affiliate companies) is not under formal investigation,

nor have been sanctioned within the preceding three (3) years, by any national authority of a United Nations

Member State for engaging or having engaged in proscribed practices, including but not limited to:

corruption, fraud, coercion, collusion, obstruction, or any other unethical practice;

D. Your company has not declared bankruptcy, are not involved in bankruptcy or receivership proceedings, and

there is no judgment or pending legal action against your company that could impair your company's

operations in the foreseeable future;

E. Your company does not employ, or anticipate employing, any person(s) who is, or has been a UN staff

member within the last year, if said UN staff member has or had prior professional dealings with the Vendor

in his/her capacity as UN staff member within the last three years of service with the UN (in accordance with

UN post-employment restrictions published in ST/SGB/2006/15.

F. Your company undertakes not to engage in proscribed practices (including but not limited to: corruption,

fraud, coercion, collusion, obstruction, or any other unethical practice), with the UN or any other party, and to

conduct business in a manner that averts any financial, operational, reputational or other undue risk to the

UN.

For Registered Vendors: Vendors already registered at the UN Global Marketplace with the UN Secretariat

must ensure that the information and documentation (e.g. financial statements, address, contact name, etc.)

provided in connection with their registration are up to date in UNGM. Please verify and ensure that your

company is registered under its full legal name.

For Vendors Interested in Registration: Vendors not yet registered should apply for registration on the

United Nations Global Marketplace (http://www.ungm.org); information on the registration process can be

found at http://www.un.org/Depts/ptd. Vendors must complete the registration process prior to the closing

date of the REOI. Vendors who have not completed the UNGM registration process with the UN Secretariat

before the closing date of the REOI are not considered eligible to participate in solicitations of the UN

Secretariat. We strongly recommend all companies to register at least at Level 1 under the UN Secretariat prior

to participating in any solicitations.

IMPORTANT NOTICE: Any false, incomplete or defective vendor registration may result in the rejection

of the application or cancellation of an already existing registration.

2) EOI Process

Vendors interested in participating in the planned solicitation process should forward their expression of interest

(EOI) to United Nations Economic and Social Commission for Asia and the Pacific (UNESCAP) by the closing

PPDD//EEOOII//MMIISSSSIIOONN vv22001144--0011

date set forth in this EOI. Due to the high volume of communications UNESCAP is not in a position to issue

confirmation of receipt of EOIs.

Please note that no further details of the planned solicitation can be made available to the vendors prior to

issuance of the solicitation documents.

This EOI is issued subject to the conditions contained in the EOI introductory page on the UNPD Website

indicated above.