DATE: 26/07/2016. INVITATION TO BID: No. ITB/2016/778_Corrigendum as of 11/08/2016 FOR THE ESTABLISHMENT OF FRAME AGREEMENTS FOR THE SUPPLY OF

Similar documents
INVITATION TO BID: No. ITB/UNHCR/PMCS/2015/GOODS/MI ITB/028 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF HYGIENE KITS

INVITATION TO BID: No. ITB/2018/1147 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE SUPPLY OF VISIBILITY VESTS

DATE: 10/06/2016. INVITATION TO BID: No. ITB UNHCR/PMCS/2016/GOODS/766

TENDER. INVITATION TO BID: No. ITB/SOM/GAL/17/008. CLOSING DATE AND TIME: Wednesday August 30, 2017, 16.30pm EAT

REQUEST FOR PROPOSAL: No RFP/2017/1025 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

TENDER INVITATION TO BID: No. ITB/SOM/BOS/06/015 FOR THE CONSTRUCTION AND REHABILITATION OF FOUR (4) MCHS IN BOSSASO AND QARDO

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

DATE: 02/03/2017 INVITATION TO BID: No. ACNUR/ITB/005

CLOSING DATE AND TIME: Sunday Nov 06, 2016, 16.30pm EAT

REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF

DATE: 24/01/2018. REQUEST FOR PROPOSAL: No. 2018/HCR/HKG/RFP/10005 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

DATE: 04 April REQUEST FOR PROPOSAL: No. CANTO/RFP/PSP/2018/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

REQUEST FOR PROPOSAL: No. 2017/HCR/HKG/RFP/10048 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

CORRIGENDUM TO THE. REQUEST FOR EXPRESSION OF INTEREST: No. UNHCR/PS/2016/SERVICES/FU EOI/001

INVITATION TO BID#: ITB/SRBBE/ADM SECURITY SERVICES

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

Section I: Instruction to Offerors

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Goods and services)

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC

REQUEST FOR QUOTATION (RFQ) (Services)

REQUEST FOR QUOTATION (RFQ) (Drafting design and engineering specifications for a biogas plant)

REQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: March 3, 2017

Quotations submitted by hand/mail should be in sealed envelopes and sent to the following address:

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR QUOTATION (RFQ) Printing Services; UNDP booklet

REQUEST FOR QUOTATION (RFQ) (Services)

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

REQUEST FOR QUOTATION (RFQ) 8 Oct 2010 REFERENCE: RFQ-SS-CATSERVICES-SPP

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR PROPOSAL Enterprise Asset Management System

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

To all eligible firms and companies

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

UNOPS General Conditions of Contract for the provision of Goods

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

REQUEST FOR QUOTATION (RFQ) (Goods)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

Introduction to UNHCR Procurement

REQUEST FOR QUOTATION (RFQ)

Procurement in UNHCR. Procurement Services (PS) 2017

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/13/008 DATE: 18/02/2013

ANNEX XIII - Copy of Long Term Agreement template for supplier reference LONG TERM AGREEMENT. LTA No: YEAR/No. Date: DD/MM/YY

REQUEST FOR QUOTATION (RFQ) Procurement of Caskets

REQUEST FOR QUOTATION (RFQ) Procurement of Four Cargo Tricycle (wheel motorbike) RFQ/KRT/DDR/15/06

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/

REQUEST FOR QUOTATION (RFQ)

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

TENDER FOR SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES ON FRAMEWORK ARRANGEMENT FOR CENTRAL BANK OF KENYA

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/16/008 DATE: 13/03/2016

TERMS AND CONDITIONS OF SALES

REQUEST FOR QUOTATION (RFQ) (Goods)

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/12/127 DATE: 10/14/2012

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/15/016 DATE: 19/03/2015

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

UNITED NATIONS CHILDREN S FUND (UNICEF)

REQUEST FOR QUOTATION (RFQ) (Goods)

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Location & Subject Matter Substance of Change Proposed Changes

UNICEF MOLDOVA United Nations Children s Fund Telephone

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

REQUEST FOR QUOTATION (RFQ) Procurement of Twenty Water Pumps and accessories RFQ/KRT/DDR/15/04

REQUEST FOR QUOTATION (RFQ)

REQUEST FOR QUOTATION (RFQ) TYRES FOR CMP VEHICLES

Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks)

REPORT 2014/154 INTERNAL AUDIT DIVISION

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

COVER PAGE. Bid Proposal # Ready Mix Concrete

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

Section III. Contract for Supply and Delivery of Goods

REPORT 2015/168 INTERNAL AUDIT DIVISION. Audit of the operations in Thailand for the Office of the United Nations High Commissioner for Refugees

REQUEST FOR QUOTATION (RFQ) (Goods)

3. DRC requests you to submit a price bid for the supply and delivery of the items as listed on the attached DRC Bid Form (Annex C).

REQUEST FOR QUOTATION (RFQ) (Goods and services)

NATIONAL BIOSAFETY AUTHORITY

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

THE TECHNICAL UNIVERSITY OF KENYA

ANNEX A TERMS OF REFERENCE (TOR)

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Doing Business with UNHCR. Procurement Service (PS)

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Tender No For the Supply of LED lights for Various Types of Rolling Stock for Israel Railways Ltd. ( Tender ) General Terms and Conditions

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/11/143 DATE: 25 December 2011

Dear Sir / Madam: indicated deadline: Unit- DDR. Tel: Quantity. Item. (Annex II) Delivery Place. Khartoum, Sudan.

Register, 2014 Commerce, Community, and Ec. Dev.

Norwegian Refugee Council (NRC) Afghanistan. FRAMEWORK AGREEMENT FOR SUPPLY OF 45m2 TENTS NRCSO

REQUEST FOR QUOTATION (RFQ) Supply, Delivery and installation of Office furniture REFERENCE: RFQ/KRT/13/090 DATE: 27/11/2013

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/12/089 DATE: 07/08/2012

REQUEST FOR QUOTATION (RFQ) (Goods)

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

REQUEST FOR QUOTATION (RFQ)

Transcription:

DATE: 26/07/2016 INVITATION TO BID: No. ITB/2016/778_Corrigendum as of 11/08/2016 FOR THE ESTABLISHMENT OF FRAME AGREEMENTS FOR THE SUPPLY OF ESSENTIAL MEDICINES CLOSING DATE AND TIME: 12/09/2016 23:59 hrs CET INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees (UNHCR) was established on December 14, 1950 by the United Nations General Assembly. The agency is mandated to lead and co-ordinate international action to protect refugees and resolve refugee problems worldwide. Its primary purpose is to safeguard the rights and well-being of refugees. It also has a mandate to help stateless people. In more than six decades, the agency has helped tens of millions of people restart their lives. Today, a staff of some 9,700 people in 126 countries continues to help about 60 million people. To help and protect some of the world s most vulnerable people in so many places and types of environment, UNHCR must purchase goods and services worldwide. For further information on UNHCR, its mandate and operations, please see http://www.unhcr.org. 1. REQUIREMENTS The Office of the United Nations High Commissioner for Refugees (UNHCR), Budapest, invites qualified suppliers and manufacturers to make a firm offer for the establishment of Frame Agreement(s) for the supply of Essential Medicines as listed in Annex A. Exact technical specifications of the items are detailed in Annex A of this document. UNHCR may award Frame Agreement(s) with initial duration of 2 (two) years, potentially extendable further for a period of 1 (one) year, subject to the satisfactory vendor s performance. The successful bidders will be requested to maintain their quoted price model for the duration of the Frame Agreement(s). The supply of Essential Medicines would be apportioned into three main regions; Asia & Middle East, Central & West Africa and East & South Africa. Frame Agreements will be awarded to successful vendors on the basis of these regions. Figures have been stated through a tentative annual forecast (Annex C) in order to enable bidders to have an indication of the projected requirements. It does not represent a commitment that UNHCR will purchase the above quantity but it provides a good indication of the annual demand. Quantities may vary and will depend on the actual requirements and funds available regulated by issuance of individual Purchase Orders against the Frame Agreement. 1

Other United Nations Agencies, Funds and Programs shall be entitled to the same prices and terms as those contained in the offers of the successful bidders and could form the basis for a Frame Agreement with other UN Agencies. When a Frame Agreement is awarded, either party can terminate the agreement only upon 90 days (3 months) notice, in writing to the other party. The initiation of conciliation or arbitral proceedings in accordance with article 18 settlement of disputes of the UNHCR General Conditions of Contracts for provision of Goods shall not be deemed to be a cause for or otherwise to be in itself a termination clause. It is strongly recommended that this Invitation to Bid document and its annexes be read thoroughly. Failure to observe the procedures laid out therein may result in disqualification from the evaluation process. QUALITY CONTROL THROUGHOUT THE FRAME AGREEMENT: UNHCR will carry random quality inspections, including specific selected criteria for laboratory test to products or items selected by UNHCR or by an independent surveyor appointed by UNHCR from samples selected during production, upon departure, loading, unloading, arrival to destination or from any storage location. The cost of the quality control inspections and laboratory tests will be covered by UNHCR. Quality Control (QC) inspections shall be conducted with regard to goods technical specifications. Therefore suppliers and manufacturers are requested to ensure that the quality of dispatched goods shall fully comply with UNHCR technical specifications and requirements, with the fulfillment of necessary certification prerequisites. In cases of quality discrepancies of product the additional inspection and laboratory costs will be charged to the supplier. Note that the supplier will be requested to provide their respective in-house quality certificates, attesting to conformity of delivered product with technical specifications. Sub-Contracting: Please take careful note of article 4 of the attached General Terms and Conditions (Annex F). Note: this document is not construed in any way as an offer to contract with your firm. 2. BIDDING INFORMATION: 2.1. ITB DOCUMENTS The following annexes form integral part of this Invitation to Bid: Annex A: Annex B: Annex C: Annex D: Annex E: Annex F: Part 1 - Annex A (Items offered, lead time) to be sent by e-mail Part 2 - Relevant certificates to be provided through a download link or secure alternatives Financial Offer Form Price List (Includes 4 Tabs) Tentative annual forecast 2017 per region Delivery terms and conditions Vendor Registration Form UNHCR General Conditions of Contracts for the Provision of Goods and Services (2010) 2

Annex G: Annex H: UN Supplier Code of Conduct (Rev.05, Sept.2013) Frequently Asked Questions (FAQs) 2.2 ACKNOWLEDGMENT We would appreciate your informing us of the receipt of this ITB by return e-mail to SIVAKUMA@unhcr.org as to: - Your confirmation of receipt of this invitation to bid - Whether or not you will be submitting a bid - The source where you have acquired this tender document (e.g. E-Mail, Chamber of Commerce, UNGM website, printed media etc.) Please note that Bid Submissions are not to be sent to the e-mail address above. 2.3 REQUESTS FOR CLARIFICATION Bidders are required to submit any request for clarification in respect of this ITB by e-mail to Omkar Sivakumar, Senior Supply Assistant, both at SIVAKUMA@unhcr.org and at HQQuery@unhcr.org. The deadline for receipt of questions is: 15.08.2016, 23:59 hrs CET. Bidders are requested to keep all questions as concise as possible. Please note that Bid Submissions are not to be sent to the e-mail addresses above. Failure to comply with this provision may result in disqualification UNHCR will respond to the bidder at the earliest opportunity and compile the questions received. UNHCR may, at its discretion, at once copy any particular question and its reply to all other invited bidders AND/OR post these on the UNHCR website. 2.4 YOUR OFFER Your offer shall be prepared in English. Please submit your offer using the Annexes provided. Offers not conforming to the requested formats may be not taken into consideration. Inclusion of copies of your offer with any correspondence sent directly to the attention of the responsible buyer or any other UNHCR staff other than the submission e-mail address will result in disqualification of the offer. Please send your bid directly and only to the address provided in the Submission of Bid section 2.6) of this ITB. Your offer shall comprise the following two sets of documents: - Technical offer (Annex A) - Financial offer (Annex B) 3

2.4.1 Content of the TECHNICAL OFFER No pricing information should be included in the Technical offer. Failure to comply may risk disqualification. The technical offer should contain all information required. The technical details of the products requested by UNHCR can be found in Annex A. Your technical offer should clearly state whether or not the goods you are offering are fully conforming to the product specifications given. Clearly state and disclose any discrepancies with the specifications given. The following details shall also be provided in the Technical Offer. Item coverage: The technical offer shall clearly indicate the items quoted for in your offer (Annex A) and also if alternative is offered in any of the cases. Please note that the items indicated as Mandatory have to be covered 100% and your offer should have at least 90% item coverage in total. Suppliers unable to comply with these requirements will be not be accepted for financial evaluation stage either. Please submit Annex A both in Excel and Pdf versions. Time required for goods readiness: Lead time for each item should be stated in Annex A. The suppliers are advised to provide a time frame required for the items to be manufactured and make it ready for shipment from the date of request. Duration provided will be valid for the entire time span of the Frame Agreement. Regionalized demand: UNHCR has divided the supply of Essential Medicines into three main regions (Asia & Middle East, Central & West Africa and East & South Africa). Vendors shall submit their offer for one particular region or for all the regions. UNHCR will award one primary supplier and one backup per region. The primary supplier will be requested to fulfil all the demand for the assigned region, as and when need arises. Contrary to the current practice, UNHCR will not conduct Request for Quotations (RFQ) among the Frame Agreement holders for the demands arising from our operations. Agreement holders should have access to a secondary (backup) source from a different country as some countries impose import restrictions on products from a specific country and/or manufacturer. Backup supplier will only be asked to deliver when the primary supplier is not in the position to fulfil the requirement. Country of Origin of the Supplier and place of Manufacture: The technical offer shall state the country in which the supplier is registered as well as the country and place of manufacture of the products clearly identifying the factory address. Additional information: Any information which the supplier may consider necessary or useful to clarify their bid is appreciated. Warranty: The bid shall include period with terms of warranty. Vendor Registration Form: If your company is not already registered with UNHCR, you should complete and submit with your technical proposal the Vendor Registration Form (Annex E), as well as submit request for registration with United Nations Global Market Place (www.ungm.org). If you are a registered vendor for UNHCR and have received a Purchase Order in the past year, no need to submit the Vendor Registration Form. UNHCR General Conditions for Provision of Goods: Your technical offer should contain your acknowledgement of the UNHCR General Conditions for Provision of Goods by signing Annex F. 4

Certificates: Mandatory Certificates (to be indicated in Annex A): a. Registration/ marketing authorization (license) in the country of manufacture/origin b. Good Manufacturing Practice (GMP) (current), certification by i. WHO Certification Scheme, or ii. Applicable national regulatory body (this can also be part of a national manufacturing license) c. WHO Prequalification Programme with WHO Reference number (When Applicable) Additional Certificates as applicable (to be indicated in Annex A): - US Food and Drug Administration (USFDA), the European Medicines Agency (EMEA) - Approved by a Stringent National Medicines Regulatory Authority (SRA) - Manufacturer and/or product approved by Interagency Pharmaceutical Working Group (IAPWG) If required, the bidder shall submit any necessary certificates upon request. Manufacturer Documentations required (to be indicated in Annex A): - Manufacturer contact details and name manufacturing site(s) - Manufacturing license(s). - Copy of last inspection report relevant to the manufacturing site. Storage Capacity: Successful bidders will be expected to maintain a dedicated emergency stock at their premises at no extra cost and withouth prior commitment from UNHCR, which can be used for rapid deployment to UNHCR emergency operations worldwide. The bidders should indicate in their offer the quantity they can maintain accordingly. UNHCR does not commit to purchase this white stock at the end of the contract. Inspection: Inspection and laboratory testing of goods will be applicable and will be advised at the time of purchase. The inspection will be arranged and paid for by UNHCR. Please note that inspection charges resulting from the supplier s default will be charged directly to the supplier. Country of Origin of the Supplier and place of Manufacture: The technical offer shall state the country in which the supplier is registered as well as the country and place of manufacture of the products. 2.4.2 Content of the FINANCIAL OFFER Your separate Financial offer must contain an overall offer in US Dollars or any other currency. The Financial offer is to be submitted as per the Financial Offer Form (Annex B, 4 tabs). Bids that have a different price structure may not be accepted. Annex B includes 3 Request for Quotations scenarios. Offers have to be made for the items which are a tentative forecast of the demand requirements of the three regions respectively. UNHCR will assess the financial evaluation based on the most cost effective quotes that are technically compliant. Suppliers shall submit their offer for one particular region or for all the regions based on the INCOTERM EXW. 5

The delivery charges offered by the awarded suppliers throughout the lifespan of the Frame Agreement should be in congruence to the contemporary market price without any additional margins to the transport prices offered by the supplier s logistics/freight partner at the time of request from UNHCR. Supplier is expected to present substantial evidences for the transport charges being made. Incoterms: The International Chamber of Commerce Incoterms 2010 shall apply for this ITB and for any resulting purchase orders(s). The following details shall be provided for each item: Unit costs: the bidder shall quote the unit price (per packing unit) on EXW Name of Place basis. Any quantity or other discounts (e.g.: volume discounts) shall be clearly indicated. UNHCR is exempt from all direct taxes and customs duties. With this regards, price has to be given without VAT. Format: Use ONLY the attached Annex B Financial Offer (Price list) for submitting your quote and the offers for the four scenarios. Please submit Annex B both in Excel and Pdf versions. You are requested to hold your offer valid for 180 days from the deadline for submission. UNHCR will make its best effort to select a company within this period. The pricing model quoted in the Supplier s offer will remain valid for the duration of the Frame Agreement. UNHCR s standard payment terms are within 30 days after satisfactory implementation and receipt of documents in order. The prices offered by the prospective suppliers are subject to revision annually, including any extension period. Any adjustment or revision to the prices shall only be made effective upon agreement based on written amendment signed by both parties. The cost of preparing a bid and of negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment. 2.5 BID EVALUATION: 2.5.1 Supplier Registration: The qualified suppliers will be added to the Vendor Database after investigation of suitability based on the submitted Vendor Registration Form and supporting documents. The investigation involves consideration of several factors such as: Company profile and organization Company registration, extract from trade register Company license Financial standing Declaration on legal and commercial capacity to enter the contract Staffing (number, structure/levels) Core business Track record Experience working with public sector institutions Quality Management System in place Corporate Social Responsibility This will be followed later by performance evaluation as a supplier such as: Random / periodic quality control of the supplier's products Timely delivery 6

Dependability of products and services Responsiveness, ability to respond quickly to Agency's needs Timely and appropriate communication. Corporate Social Responsibility Quality Management System 2.5.2 Technical and Financial evaluation: TECHNICAL EVALUATION (Pass/Fail Criteria) All bids from pre-qualified suppliers will be evaluated based on: Item coverage to be shortlisted bidder shall quote for 100% of the mandatory items and 90 % of the total list (Refer to the column Mandatory item for bidders, with full documentation provided of Annex A) Certifications to be shortlisted you have to provide certifications for 100% of the mandatory items and 90 % of the total list quoted as described before, in Section 2.4.1 of the ITB document Goods readiness lead time indicate lead time for goods readiness. FINANCIAL EVALUATION Bidder shall submit item prices EXW (indicating name of place) as per Annex B Most cost effective offer that meets the technical requirements for the three scenarios (Annex B) For evaluation purposes only, the offers submitted in currency other than US Dollars will be converted into US Dollars using the United Nations rate of exchange in effect on the date the submissions are due. The evaluation and the determination as to the responsiveness and technical adequacy of the products and materials offered shall be the responsibility of UNHCR and shall be based on information furnished by the Bidder as identified in the submitted bid. UN Global Compact and other factors: UNHCR supports the UN Global Compact Initiative put forward on 31 January 1999 by UN Secretary-General Kofi Annan that would bring companies together with UN agencies, labor and civil society to support ten principles in the areas of the human rights, labour, environment and anti-corruption. We encourage our suppliers to sign up with the UN Global Compact Initiative. 2.6 SUBMISSION OF BID: The offers must bear your official letter head, clearly identifying your company. Bids should be submitted by e-mail and all attachments should be in PDF format. Excel spreadsheet should also be attached. The Technical and Financial offers shall be clearly separated. Bid must be sent by e-mail ONLY to: HQSMSBID@unhcr.org The technical offer and financial offer are to be sent in separate documents. Failure to do so may result in disqualification. 7

Deadline: 12/09/2016 23:59 hrs CET Any bid received after this date or sent to another UNHCR address may be rejected. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective bidders simultaneously. It is your responsibility to verify that all e-mails have been received properly before the deadline. Please be aware of the fact that the e-mail policy employed by UNHCR limits the size of attachments to a maximum of 5 Mb so it may be necessary to send more than one e- mail for the whole submission. Please indicate in e-mail subject field: - Bid Number ITB/2016/ 778 - Name of your firm with the title of the attachment - Number of e-mails that are sent (example: 1/3, 2/3, 3/4). UNHCR will not be responsible for locating or securing any information that is not identified in the bid. Accordingly, to ensure that sufficient information is available, the bidder shall furnish, as part of the bid, any descriptive material such as extracts, descriptions, and other necessary information it deems would enhance the comprehension of its offer. Medical certificates shall be provided by download link or secure electronic alternatives. The Financial offer will only be opened for evaluation if the supplier s technical part of the offer has passed the test and has been accepted by UNHCR as meeting the technical specifications. 2.7 BID ACCEPTANCE: UNHCR reserves the right to accept the whole or part of your bid. UNHCR may at its discretion increase or decrease the proposed content when awarding the contract and would not expect a significant variation of the rate submitted. Any such increase or decrease in the contract duration would be negotiated with the successful bidder as part of the finalization of the Purchase Orders for Goods. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective suppliers in writing. The extension of the deadline may accompany a modification of the solicitation documents prepared by UNHCR at its own initiative or in response to a clarification requested by a prospective supplier. Please note that UNHCR is not bound to select any of the firms submitting bids and does not bind itself in any way to select the firm offering the lowest price. Furthermore, the contract will be awarded to the bid considered most responsive to the needs, as well as conforming to UNHCR s general principles, including economy and efficiency and best value for money. UNHCR reserves the right in its discretion to cancel this ITB or to not select any of the bidders for award(s). 2.8 CURRENCY AND PAYMENT TERMS FOR PURCHASE ORDERS Any Purchase Order (PO) issued as a result of this ITB will be made in the currency of the winning offer(s). Payment will be made in accordance to the General Conditions for the 8

Purchase of Goods and in the currency in which the PO is issued. Payments shall only be initiated after confirmation of successful completion by UNHCR business owner. 2.9 UNHCR GENERAL CONDITIONS OF CONTRACTS FOR THE PROVISION OF GOODS AND SERVICES Please note that the General Conditions of Contracts (Annex F) will be strictly adhered to for the purpose of any future contract. The Bidder must confirm the acceptance of these terms and conditions in writing. Roger LLEVAT Head of Unit Procurement Services HQ Procurement UNHCR Global Service Center Budapest 9

DATE: 26/07/2016 INVITATION TO BID: No. ITB/2016/778 FOR THE ESTABLISHMENT OF FRAME AGREEMENTS FOR THE SUPPLY OF ESSENTIAL MEDICINES CLOSING DATE AND TIME: 06/09/2016 23:59 hrs CET INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees (UNHCR) was established on December 14, 1950 by the United Nations General Assembly. The agency is mandated to lead and co-ordinate international action to protect refugees and resolve refugee problems worldwide. Its primary purpose is to safeguard the rights and well-being of refugees. It also has a mandate to help stateless people. In more than six decades, the agency has helped tens of millions of people restart their lives. Today, a staff of some 9,700 people in 126 countries continues to help about 60 million people. To help and protect some of the world s most vulnerable people in so many places and types of environment, UNHCR must purchase goods and services worldwide. For further information on UNHCR, its mandate and operations, please see http://www.unhcr.org. 1. REQUIREMENTS The Office of the United Nations High Commissioner for Refugees (UNHCR), Budapest, invites qualified suppliers and manufacturers to make a firm offer for the establishment of Frame Agreement(s) for the supply of Essential Medicines as listed in Annex A. Exact technical specifications of the items are detailed in Annex A of this document. UNHCR may award Frame Agreement(s) with initial duration of 2 (two) years, potentially extendable further for a period of 1 (one) year, subject to the satisfactory vendor s performance. The successful bidders will be requested to maintain their quoted price model for the duration of the Frame Agreement(s). The supply of Essential Medicines would be apportioned into three main regions; Asia & Middle East, Central & West Africa and East & South Africa. Frame Agreements will be awarded to successful vendors on the basis of these regions. Figures have been stated through a tentative annual forecast (Annex C) in order to enable bidders to have an indication of the projected requirements. It does not represent a commitment that UNHCR will purchase the above quantity but it provides a good indication of the annual demand. Quantities may vary and will depend on the actual requirements and funds available regulated by issuance of individual Purchase Orders against the Frame Agreement. 1

Other United Nations Agencies, Funds and Programs shall be entitled to the same prices and terms as those contained in the offers of the successful bidders and could form the basis for a Frame Agreement with other UN Agencies. When a Frame Agreement is awarded, either party can terminate the agreement only upon 90 days (3 months) notice, in writing to the other party. The initiation of conciliation or arbitral proceedings in accordance with article 18 settlement of disputes of the UNHCR General Conditions of Contracts for provision of Goods shall not be deemed to be a cause for or otherwise to be in itself a termination clause. It is strongly recommended that this Invitation to Bid document and its annexes be read thoroughly. Failure to observe the procedures laid out therein may result in disqualification from the evaluation process. QUALITY CONTROL THROUGHOUT THE FRAME AGREEMENT: UNHCR will carry random quality inspections, including specific selected criteria for laboratory test to products or items selected by UNHCR or by an independent surveyor appointed by UNHCR from samples selected during production, upon departure, loading, unloading, arrival to destination or from any storage location. The cost of the quality control inspections and laboratory tests will be covered by UNHCR. Quality Control (QC) inspections shall be conducted with regard to goods technical specifications. Therefore suppliers and manufacturers are requested to ensure that the quality of dispatched goods shall fully comply with UNHCR technical specifications and requirements, with the fulfillment of necessary certification prerequisites. In cases of quality discrepancies of product the additional inspection and laboratory costs will be charged to the supplier. Note that the supplier will be requested to provide their respective in-house quality certificates, attesting to conformity of delivered product with technical specifications. Sub-Contracting: Please take careful note of article 4 of the attached General Terms and Conditions (Annex F). Note: this document is not construed in any way as an offer to contract with your firm. 2. BIDDING INFORMATION: 2.1. ITB DOCUMENTS The following annexes form integral part of this Invitation to Bid: Annex A: Annex B: Annex C: Annex D: Annex E: Annex F: Part 1 - Annex A (Items offered, lead time) to be sent by e-mail Part 2 - Relevant certificates to be provided through a download link or secure alternatives Financial Offer Form Price List (Includes 4 Tabs) Tentative annual forecast 2017 per region Delivery terms and conditions Vendor Registration Form UNHCR General Conditions of Contracts for the Provision of Goods and Services (2010) 2

Annex G: Annex H: UN Supplier Code of Conduct (Rev.05, Sept.2013) Frequently Asked Questions (FAQs) 2.2 ACKNOWLEDGMENT We would appreciate your informing us of the receipt of this ITB by return e-mail to SIVAKUMA@unhcr.org as to: - Your confirmation of receipt of this invitation to bid - Whether or not you will be submitting a bid - The source where you have acquired this tender document (e.g. E-Mail, Chamber of Commerce, UNGM website, printed media etc.) Please note that Bid Submissions are not to be sent to the e-mail address above. 2.3 REQUESTS FOR CLARIFICATION Bidders are required to submit any request for clarification in respect of this ITB by e-mail to Omkar Sivakumar, Senior Supply Assistant, both at SIVAKUMA@unhcr.org and at HQQuery@unhcr.org. The deadline for receipt of questions is: 15.08.2016, 23:59 hrs CET. Bidders are requested to keep all questions as concise as possible. Please note that Bid Submissions are not to be sent to the e-mail addresses above. Failure to comply with this provision may result in disqualification UNHCR will respond to the bidder at the earliest opportunity and compile the questions received. UNHCR may, at its discretion, at once copy any particular question and its reply to all other invited bidders AND/OR post these on the UNHCR website. 2.4 YOUR OFFER Your offer shall be prepared in English. Please submit your offer using the Annexes provided. Offers not conforming to the requested formats may be not taken into consideration. Inclusion of copies of your offer with any correspondence sent directly to the attention of the responsible buyer or any other UNHCR staff other than the submission e-mail address will result in disqualification of the offer. Please send your bid directly and only to the address provided in the Submission of Bid section 2.6) of this ITB. Your offer shall comprise the following two sets of documents: - Technical offer (Annex A) - Financial offer (Annex B) 3

2.4.1 Content of the TECHNICAL OFFER No pricing information should be included in the Technical offer. Failure to comply may risk disqualification. The technical offer should contain all information required. The technical details of the products requested by UNHCR can be found in Annex A. Your technical offer should clearly state whether or not the goods you are offering are fully conforming to the product specifications given. Clearly state and disclose any discrepancies with the specifications given. The following details shall also be provided in the Technical Offer. Item coverage: The technical offer shall clearly indicate the items quoted for in your offer (Annex A) and also if alternative is offered in any of the cases. Please note that the items indicated as Mandatory have to be covered 100% and your offer should have at least 90% item coverage in total. Suppliers unable to comply with these requirements will be not be accepted for financial evaluation stage either. Please submit Annex A both in Excel and Pdf versions. Time required for goods readiness: Lead time for each item should be stated in Annex A. The suppliers are advised to provide a time frame required for the items to be manufactured and make it ready for shipment from the date of request. Duration provided will be valid for the entire time span of the Frame Agreement. Regionalized demand: UNHCR has divided the supply of Essential Medicines into three main regions (Asia & Middle East, Central & West Africa and East & South Africa). Vendors shall submit their offer for one particular region or for all the regions. UNHCR will award one primary supplier and one backup per region. The primary supplier will be requested to fulfil all the demand for the assigned region, as and when need arises. Contrary to the current practice, UNHCR will not conduct Request for Quotations (RFQ) among the Frame Agreement holders for the demands arising from our operations. Agreement holders should have access to a secondary (backup) source from a different country as some countries impose import restrictions on products from a specific country and/or manufacturer. Backup supplier will only be asked to deliver when the primary supplier is not in the position to fulfil the requirement. Country of Origin of the Supplier and place of Manufacture: The technical offer shall state the country in which the supplier is registered as well as the country and place of manufacture of the products clearly identifying the factory address. Additional information: Any information which the supplier may consider necessary or useful to clarify their bid is appreciated. Warranty: The bid shall include period with terms of warranty. Vendor Registration Form: If your company is not already registered with UNHCR, you should complete and submit with your technical proposal the Vendor Registration Form (Annex E), as well as submit request for registration with United Nations Global Market Place (www.ungm.org). If you are a registered vendor for UNHCR and have received a Purchase Order in the past year, no need to submit the Vendor Registration Form. UNHCR General Conditions for Provision of Goods: Your technical offer should contain your acknowledgement of the UNHCR General Conditions for Provision of Goods by signing Annex F. 4

Certificates: Mandatory Certificates (to be indicated in Annex A): a. Registration/ marketing authorization (license) in the country of manufacture/origin b. Good Manufacturing Practice (GMP) (current), certification by i. WHO Certification Scheme, or ii. Applicable national regulatory body (this can also be part of a national manufacturing license) c. WHO Prequalification Programme with WHO Reference number (When Applicable) Additional Certificates as applicable (to be indicated in Annex A): - US Food and Drug Administration (USFDA), the European Medicines Agency (EMEA) - Approved by a Stringent National Medicines Regulatory Authority (SRA) - Manufacturer and/or product approved by Interagency Pharmaceutical Working Group (IAPWG) If required, the bidder shall submit any necessary certificates upon request. Manufacturer Documentations required (to be indicated in Annex A): - Manufacturer contact details and name manufacturing site(s) - Manufacturing license(s). - Copy of last inspection report relevant to the manufacturing site. Storage Capacity: Successful bidders will be expected to maintain a dedicated emergency stock at their premises at no extra cost and withouth prior commitment from UNHCR, which can be used for rapid deployment to UNHCR emergency operations worldwide. The bidders should indicate in their offer the quantity they can maintain accordingly. UNHCR does not commit to purchase this white stock at the end of the contract. Inspection: Inspection and laboratory testing of goods will be applicable and will be advised at the time of purchase. The inspection will be arranged and paid for by UNHCR. Please note that inspection charges resulting from the supplier s default will be charged directly to the supplier. Country of Origin of the Supplier and place of Manufacture: The technical offer shall state the country in which the supplier is registered as well as the country and place of manufacture of the products. 2.4.2 Content of the FINANCIAL OFFER Your separate Financial offer must contain an overall offer in US Dollars or any other currency. The Financial offer is to be submitted as per the Financial Offer Form (Annex B, 4 tabs). Bids that have a different price structure may not be accepted. Annex B includes 3 Request for Quotations scenarios. Offers have to be made for the items which are a tentative forecast of the demand requirements of the three regions respectively. UNHCR will assess the financial evaluation based on the most cost effective quotes that are technically compliant. Suppliers shall submit their offer for one particular region or for all the regions based on the INCOTERM EXW. 5

The delivery charges offered by the awarded suppliers throughout the lifespan of the Frame Agreement should be in congruence to the contemporary market price without any additional margins to the transport prices offered by the supplier s logistics/freight partner at the time of request from UNHCR. Supplier is expected to present substantial evidences for the transport charges being made. Incoterms: The International Chamber of Commerce Incoterms 2010 shall apply for this ITB and for any resulting purchase orders(s). The following details shall be provided for each item: Unit costs: the bidder shall quote the unit price (per packing unit) on EXW Name of Place basis. Any quantity or other discounts (e.g.: volume discounts) shall be clearly indicated. UNHCR is exempt from all direct taxes and customs duties. With this regards, price has to be given without VAT. Format: Use ONLY the attached Annex B Financial Offer (Price list) for submitting your quote and the offers for the four scenarios. Please submit Annex B both in Excel and Pdf versions. You are requested to hold your offer valid for 180 days from the deadline for submission. UNHCR will make its best effort to select a company within this period. The pricing model quoted in the Supplier s offer will remain valid for the duration of the Frame Agreement. UNHCR s standard payment terms are within 30 days after satisfactory implementation and receipt of documents in order. The prices offered by the prospective suppliers are subject to revision annually, including any extension period. Any adjustment or revision to the prices shall only be made effective upon agreement based on written amendment signed by both parties. The cost of preparing a bid and of negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment. 2.5 BID EVALUATION: 2.5.1 Supplier Registration: The qualified suppliers will be added to the Vendor Database after investigation of suitability based on the submitted Vendor Registration Form and supporting documents. The investigation involves consideration of several factors such as: Company profile and organization Company registration, extract from trade register Company license Financial standing Declaration on legal and commercial capacity to enter the contract Staffing (number, structure/levels) Core business Track record Experience working with public sector institutions Quality Management System in place Corporate Social Responsibility This will be followed later by performance evaluation as a supplier such as: Random / periodic quality control of the supplier's products Timely delivery 6

Dependability of products and services Responsiveness, ability to respond quickly to Agency's needs Timely and appropriate communication. Corporate Social Responsibility Quality Management System 2.5.2 Technical and Financial evaluation: TECHNICAL EVALUATION (Pass/Fail Criteria) All bids from pre-qualified suppliers will be evaluated based on: Item coverage to be shortlisted bidder shall quote for 100% of the mandatory items and 90 % of the total list (Refer to the column Mandatory item for bidders, with full documentation provided of Annex A) Certifications to be shortlisted you have to provide certifications for 100% of the mandatory items and 90 % of the total list quoted as described before, in Section 2.4.1 of the ITB document Goods readiness lead time indicate lead time for goods readiness. FINANCIAL EVALUATION Bidder shall submit item prices EXW (indicating name of place) as per Annex B Most cost effective offer that meets the technical requirements for the three scenarios (Annex B) For evaluation purposes only, the offers submitted in currency other than US Dollars will be converted into US Dollars using the United Nations rate of exchange in effect on the date the submissions are due. The evaluation and the determination as to the responsiveness and technical adequacy of the products and materials offered shall be the responsibility of UNHCR and shall be based on information furnished by the Bidder as identified in the submitted bid. UN Global Compact and other factors: UNHCR supports the UN Global Compact Initiative put forward on 31 January 1999 by UN Secretary-General Kofi Annan that would bring companies together with UN agencies, labor and civil society to support ten principles in the areas of the human rights, labour, environment and anti-corruption. We encourage our suppliers to sign up with the UN Global Compact Initiative. 2.6 SUBMISSION OF BID: The offers must bear your official letter head, clearly identifying your company. Bids should be submitted by e-mail and all attachments should be in PDF format. Excel spreadsheet should also be attached. The Technical and Financial offers shall be clearly separated. Bid must be sent by e-mail ONLY to: HQSMSBID@unhcr.org The technical offer and financial offer are to be sent in separate documents. Failure to do so may result in disqualification. 7

Deadline: 06/09/2016 23:59 hrs CET Any bid received after this date or sent to another UNHCR address may be rejected. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective bidders simultaneously. It is your responsibility to verify that all e-mails have been received properly before the deadline. Please be aware of the fact that the e-mail policy employed by UNHCR limits the size of attachments to a maximum of 5 Mb so it may be necessary to send more than one e- mail for the whole submission. Please indicate in e-mail subject field: - Bid Number ITB/2016/ 778 - Name of your firm with the title of the attachment - Number of e-mails that are sent (example: 1/3, 2/3, 3/4). UNHCR will not be responsible for locating or securing any information that is not identified in the bid. Accordingly, to ensure that sufficient information is available, the bidder shall furnish, as part of the bid, any descriptive material such as extracts, descriptions, and other necessary information it deems would enhance the comprehension of its offer. Medical certificates shall be provided by download link or secure electronic alternatives. The Financial offer will only be opened for evaluation if the supplier s technical part of the offer has passed the test and has been accepted by UNHCR as meeting the technical specifications. 2.7 BID ACCEPTANCE: UNHCR reserves the right to accept the whole or part of your bid. UNHCR may at its discretion increase or decrease the proposed content when awarding the contract and would not expect a significant variation of the rate submitted. Any such increase or decrease in the contract duration would be negotiated with the successful bidder as part of the finalization of the Purchase Orders for Goods. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective suppliers in writing. The extension of the deadline may accompany a modification of the solicitation documents prepared by UNHCR at its own initiative or in response to a clarification requested by a prospective supplier. Please note that UNHCR is not bound to select any of the firms submitting bids and does not bind itself in any way to select the firm offering the lowest price. Furthermore, the contract will be awarded to the bid considered most responsive to the needs, as well as conforming to UNHCR s general principles, including economy and efficiency and best value for money. UNHCR reserves the right in its discretion to cancel this ITB or to not select any of the bidders for award(s). 2.8 CURRENCY AND PAYMENT TERMS FOR PURCHASE ORDERS Any Purchase Order (PO) issued as a result of this ITB will be made in the currency of the winning offer(s). Payment will be made in accordance to the General Conditions for the 8

Purchase of Goods and in the currency in which the PO is issued. Payments shall only be initiated after confirmation of successful completion by UNHCR business owner. 2.9 UNHCR GENERAL CONDITIONS OF CONTRACTS FOR THE PROVISION OF GOODS AND SERVICES Please note that the General Conditions of Contracts (Annex F) will be strictly adhered to for the purpose of any future contract. The Bidder must confirm the acceptance of these terms and conditions in writing. Roger LLEVAT Head of Unit Procurement Services HQ Procurement UNHCR Global Service Center Budapest 9