Početna stranica

tel. + 381 11 2833-829

Predmet tendera:

Seasonal influenza virus vaccine, northern hemisphere influenza season 2025/26

Partije (lotovi):

Seasonal Influenza Virus Vaccine, Northern Hemisphere Influenza Season 2025/26

Mesto:Slovenija, Ljubljana
Datum objave:06.12.2024
Rok:10.01.2025 - (rok je istekao) - Pogledajte slične aktuelne nabavke
Oblast:

Lekovi. Medicinski materijal. Laboratorijska oprema i hemikalije. Medicinska oprema. Ortopedska pomagala. Stomatoloska oprema. Servis medicinskih aparata.

Naručilac:UNICEF
Tekst javne nabavke - tendera:RFP-DAN-2024-503793 1

Seasonal Influenza Virus Vaccine, Northern Hemisphere Influenza Season 2025/26

REQUEST FOR PROPOSAL

UNITED NATIONS CHILDRENS FUND (UNICEF)

wishes to receive proposals for

Seasonal Influenza Virus Vaccine, Northern Hemisphere Influenza Season 2025/26

FOR DELIVERY IN 2025

RFP-DAN-2024-503793 5

th December 2024

EMAILED PROPOSALS must be sent to the email supplybid@unicef.org up to 23h59

hours (Copenhagen time) on 10

th January 2025. Proposals sent to a different email will

be INVALIDATED, even if received before the stipulated deadline.

PROPOSALS RECEIVED IN ANY OTHER MANNER WILL BE INVALIDATED

Prepared by: Ms. Yasmin Vargas Hiza, Contracts Officer

Approved by:

Ms Ann Ottosen Ms Katinka Rosenbom

Senior Manager, Vaccine Centre Chief, Contracting Centre

Supply Division, UNICEF Supply Division, UNICEF

RFP-DAN-2024-503793 2

TABLE OF CONTENTS

Section Section Title Page

TITLE PAGE REQUEST FOR PROPOSAL DAN-2024-503793 1

PART I PURPOSE OF THIS REQUEST FOR PROPOSAL 3

PART II ELIGIBILITY AND PROPOSAL SUBMISSION PROCESS 6

PART III COMMERCIAL REQUIREMENTS 14

PART IV EVALUATION OF PROPOSALS; AWARDS 20

PART V BIDDER REPRESENTATIONS 24

PART VI ANSWER SHEETS 27

Annex Annex Title

A. UNICEF General Terms and Conditions of Contract (Goods)

B. Mandatory Technical Requirements

C. UNICEF Specifications for Vaccine Barcodes and

data upload to Traceability and Verification system (TRVST)

RFP-DAN-2024-503793 3

PART I – PURPOSE OF THIS REQUEST FOR PROPOSAL

1. PURPOSE

1.1 UNICEF promotes the rights and wellbeing of every child in everything we do. Together with

our partners, we work in 190 countries and territories to translate that commitment into practical

action, focusing special effort on reaching the most vulnerable and excluded children, to the

benefit of all children, everywhere. The fundamental mission of UNICEF is to promote the rights

of every child, everywhere, in everything the organization does — in programs, in advocacy and

in operations. The equity strategy, emphasizing the most disadvantaged and excluded children

and families, translates this commitment to children’s rights into action. For UNICEF, equity

means that all children have an opportunity to survive, develop and reach their full potential,

without discrimination, bias or favoritism. To the degree that any child has an unequal chance in

life — in its social, political, economic, civic and cultural dimensions — her or his rights are

violated. There is growing evidence that investing in the health, education and protection of a

society’s most disadvantaged citizens — addressing inequity — not only will give all children

the opportunity to fulfil their potential but also will lead to sustained growth and stability of

countries. This is why the focus on equity is so vital. It accelerates progress towards realizing the

human rights of all children, which is the universal mandate of UNICEF, as outlined by the

Convention on the Rights of the Child, while also supporting the equitable development of

nations.

1.2 UNICEF vaccine procurement is guided by the principle of vaccine security: the sustained,

uninterrupted supply of affordable vaccines of assured quality.

1.3 UNICEF is one of the largest procurers of supplies and services in the United Nations. These

supplies and services have a wide-ranging impact on children, their environment, health,

learning, protection and inclusion. Given the scale of UNICEF’s vaccine and biologicals

procurement and the importance of ‘leading by example’, how UNICEF pursues procurement is

important in its own right but also in relation to the Sustainable Development Goals (SDGs),

particularly Goal 12 – “Ensure Sustainable Consumption and Production Patterns” and its target

12.7 – “promote public procurement practices that are sustainable, in accordance with national

policies and priorities”. UNICEF’s vision is to become a leading practitioner and contributor to

the UN sustainable procurement. Sustainable procurement, guided by the principle of

environmental, social and economic sustainability, is critical to UNICEF’s supply and logistics

operations.

1.4 The purpose of this Request for Proposal (RFP) is to invite proposals for WHO pre-qualified

2025/26 Northern Hemisphere (NH) seasonal influenza vaccines. The demand forecast is

detailed in 2.2 below.

1.5 The objectives of this solicitation are:

to ensure availability of quality supply, with known lead times in the quantities forecasted

by the countries procuring through UNICEF.

to maintain the lowest possible price for the countries that procure NH Seasonal Influenza

Vaccine through UNICEF.

RFP-DAN-2024-503793 4

2. BACKGROUND

2.1. Vaccine composition

WHO publishes the recommended composition of NH influenza virus vaccines in February every

year. UNICEF requests suppliers to refer to the WHO website for the vaccine composition and

specification once it is published. (https://www.who.int/publications/m)

2.2 Demand Forecast

This RFP includes the current forecasted demand to be procured through UNICEF, as

summarized in the table below. Should there be an upward variation in demand during the

duration of the RFP, UNICEF will confirm with Bidders whether their offers could be extended

to cover such additional requests.

Table 1. Demand Forecast for 2025/26 NH seasonal influenza vaccine

Country Funding

source

Valency Presentation

(no. vial)

Qty,

doses

Qty.

vials

Requested

delivery timing

Albania Government Quadrivalent 10 240,000 24,000 Early September

2025

Albania Government Quadrivalent 1 40,000 40,000 Early September

2025

Bhutan Government Trivalent 10 50,000 5,000 Early September

2025

Bhutan TFGH Quadrivalent 10 10,000 1,000 Early September

2025

Cape Verde Government Quadrivalent 10 40,000 4,000 Early September

2025

Cote dIvoire TFGH Trivalent 1 20,000 20,000 Early September

2025

Kosovo Government Quadrivalent 1 85,000 85,000 Early September

2025

Lebanon TFGH Quadrivalent 10 10,000 1,000 Early September

2025

Mongolia Government Quadrivalent 10 300,000 30,000 Early September

2025

Palestine Government Quadrivalent 10 40,000 4,000 Early September

2025

Tajikistan Government Trivalent 10 35,000 3,500 Early September

2025

Turkmenistan Government Quadrivalent 1 200,000 200,000 Early September

2025

Ukraine TFGH Quadrivalent 10 20,000 2,000 Early September

2025

RFP-DAN-2024-503793 5

Table 2. Summary of forecasted quantities for 2025/26 NH seasonal influenza vaccine

Valency Presentation

(no. vial) Qty.dose Qty.vial

Quadrivalent 1 325,000 325,000

Quadrivalent 10 660,000 66,000

Trivalent 1 20,000 20,000

Trivalent 10 85,000 8,500

TOTAL 1,090,000 419,500

UNICEF may issue an update to the demand forecast during 2025 if UNICEF receives requests

for supply from additional countries.

Beyond this forecast, we welcome suppliers to offer more quantities to enable UNICEF to

support countries with additional NH Influenza vaccine demand.

3. RFP DOCUMENTS

3.1 This RFP is comprised of the following:

This document

UNICEF General Terms and Conditions of Contract (Goods)

Answer Sheets:

Commercial Proposal

▪ Proposal Form

▪ Proposer Information Sheet

▪ Commercial Proposal Sheet (Qualitative & Quantitative)

▪ Vaccine Registration Status Sheet

Technical Proposal

▪ Technical Proposal Sheet

▪ Packing Details Sheet

3.2 This RFP is not an offer capable of being accepted or as creating any contractual or other legal

rights. Nothing in, or in connection with, this RFP will give rise to any liability on the part of

UNICEF.

RFP-DAN-2024-503793 6

PART II – ELIGIBILITY AND PROPOSAL SUBMISSION PROCESS

1. ELIGIBILITY; BIDDER INFORMATION

1.1 Bidder. The term “Bidder” refers to those companies that submit a Proposal pursuant to this RFP

and “Proposal” refers to all the documents provided by the Bidder in its response to this RFP. A

Bidder will only be eligible for consideration if it complies with the representations set out in

Part V of this RFP, including the representations on ethical standards and conflicts of interest.

1.2 Registration as a UNICEF Supplier. UNICEF is part of the United Nations Global Marketplace

(UNGM). All Bidders must be registered as a UNICEF Supplier through the UNGM prior to

submitting a Proposal in response to this RFP. This must be done via the UNGM website at

http://www.ungm.org. UNICEF will not accept Proposals from Bidders that are not registered

in this way. Bidders must include their UNGM registration number in the Proposer Information

Sheet.

Simultaneously with application to UNGM, Bidders must submit their most recent Audited

Financial Statement and Incorporation Certificate to the UNICEF Quality Assurance Supplier

Evaluation Unit, UNICEF Supply Division, Oceanvej 10-12, 2150, Copenhagen, Denmark. For

more information on registration as UNICEF Supplier, Bidders can consult UNICEF’s website:

https://www.unicef.org/supply/suppliers-and-service-providers.

Bidders registered on UNGM, which did not provide audited financial statements to UNICEF in

the past 12 months must also submit these as per above. This information will be used by

UNICEF for evaluation and approval purposes before making an award. It is in the interest of

the Bidders to provide information as complete as possible, as awards will only be made to

Suppliers which meet UNICEF’s Supplier selection criteria.

UNICEF reserves the right at any time to require updated information from Bidders that have

previously registered with UNGM.

1.3 Joint Venture, Consortium or Association.

(a) If the Bidder is a group of legal entities that will form or have formed a joint venture,

consortium or association at the time of the submission of the Proposal, each such legal

entity will confirm in their joint Proposal that:

(i) they have designated one party to act as a lead entity, duly vested with authority

to legally bind the members of the joint venture jointly and severally, and this will

be evidenced by a Joint Venture Agreement among the legal entities, which will

be submitted along with the Proposal; and

(ii) if they are awarded Purchase Order(s), the designated lead entity, who will be

acting for and on behalf of all the member entities comprising the joint venture,

will enter into the contract with UNICEF.

(b) After the Proposal has been submitted to UNICEF, the lead entity identified to represent

the joint venture will not be altered without the prior written consent of UNICEF.

RFP-DAN-2024-503793 7

(c) If a joint venture’s Proposal is selected for award, UNICEF will award Purchase Order(s)

to the joint venture, in the name of its designated lead entity. The lead entity will sign

Purchase Order(s) for and on behalf of all other member entities.

1.4 The description of the organization of the joint venture, consortium or association must clearly

define the expected role of each of the entities in the joint venture, consortium or association in

delivering the requirements of this RFP, both in the Proposal and the joint venture, consortium

or association agreement. All entities that comprise the joint venture, consortium or association

will be subject to the eligibility and qualification assessment by UNICEF.

1.5 Proposals from Government Organizations. The eligibility of Bidders that are wholly or partly

owned by the Government may be subject to UNICEF’s further evaluation and review of various

factors such as being registered as an independent entity, the extent of Government

ownership/share, receipt of subsidies, mandate, access to information in relation to this RFP, and

other factors.

2. MULTIPLE PROPOSALS AND PROPOSALS FROM RELATED ORGANIZATIONS; JOINT VENTURES

Multiple Proposals not Permitted

2.1 Except for alternative Proposals submitted in accordance with Part II, Section 4.6, Bidders will

not submit more than one Proposal as part of this solicitation process.

2.2 If the Bidder is a group of legal entities that will form or have formed a joint venture, consortium

or association at the time of the submission of the Proposal then neither the lead entity nor the

member entities of the joint venture may submit another Proposal, either in its own capacity or

as a lead entity or a member entity for another joint venture submitting another Proposal.

2.3 UNICEF reserves the right to reject separate Proposals submitted by two or more Bidders if the

Bidders are related organizations and are found to have any of the following:

(a) they have at least one controlling partner, director or shareholder in common; or

(b) any one of them receive or have received any direct or indirect subsidy from the other(s);

or

(c) they have a relationship with each other, that gives one or more Bidders access to

confidential information about, or influence over, the other Proposal(s); or

(d) they are subcontractors to each other’s Proposal, or a subcontractor to one Proposal also

submits another Proposal under its name as lead Bidder; or

(e) an expert proposed to be in the team of one Bidder participates in more than one Proposal

received for this solicitation process.

RFP-DAN-2024-503793 8

3. PROPOSAL SUBMISSION SCHEDULE

3.1 Acknowledgement of receipt of RFP.

Bidders are requested to inform UNICEF as soon as possible by e-mail to Yasmin Vargas Hiza,

Contracts Officer at yvargas@unicef.org with copy to Tine Schmidt Olsen, Procurement

Associate at tsolsen@unicef.org that they have received this RFP.

IMPORTANT: PROPOSALS ARE NOT TO BE SENT TO THE INDIVIDUAL(S)

STATED ABOVE – ANY PROPOSALS SENT TO THE ABOVE NAMED

INDIVIDUAL(S) WILL BE DISQUALIFIED.

3.2 Questions from Bidders.

Bidders are required to submit any questions in respect of this RFP by email to Yasmin Vargas

Hiza, Contracts Officer at yvargas@unicef.org with copy to Tine Schmidt Olsen, Procurement

Associate at tsolsen@unicef.org. The deadline for receipt of any questions is seven (7) calendar

days before the Proposal Submission Deadline.

IMPORTANT: PROPOSALS ARE NOT TO BE SENT TO THE INDIVIDUAL(S)

STATED ABOVE – ANY PROPOSALS SENT TO THE ABOVE NAMED

INDIVIDUAL(S) WILL BE DISQUALIFIED.

Bidders are required to submit questions in writing and to keep all questions as clear and concise

as possible.

UNICEF will compile the questions received. UNICEF may, at its discretion, at once copy any

anonymized question and its reply to all other invited Bidders and/or post these on the UNICEF

website and/or respond to the question at a bid conference. After any such bid conference, a

Questions and Answers document may be prepared and posted on the UNICEF website.

Information provided orally will not be considered in any way as a change in the RFP.

3.3 Errors or Ambiguities in the RFP.

Each Bidder acknowledges that UNICEF, its directors, employees and agents make no

representations or warranties (express or implied) as to the accuracy or completeness of this RFP

or any other information provided to the Bidders. Bidders are expected to immediately notify

UNICEF in writing of any ambiguities, errors, omissions, discrepancies, inconsistencies or other

faults in any part of the RFP, providing full details. Bidders will not benefit from such

ambiguities, errors, omissions, discrepancies, inconsistencies, or other faults.

3.4 Amendments to RFP.

At any time prior to the Submission Deadline, UNICEF may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective Bidder, modify the RFP by

amendment. If the RFP was available publicly online, amendments will also be posted publicly

online. Further, all prospective Bidders that have received the RFP directly from UNICEF will

be notified in writing of all amendments to the RFP. In order to afford prospective Bidders

reasonable time in which to take the amendment into account in preparing their Proposals,

UNICEF may, at its sole discretion, extend the Submission Deadline.

RFP-DAN-2024-503793 9

3.5 Samples

For the purpose of this solicitation process and technical review, sample packaging

materials for the NH influenza vaccine season 2024/25 are required, accompanied by a

detailed specifications of the modifications to the vaccine labels for the 2025/26 season, as

compared to the samples submitted in the proposal.

Bidders must submit their samples either in electronic or physical format, in accordance with the

following requirements:

In electronic format:

Each Proposal must include, with regard to each vaccine offered in the Proposal, samples of each

of the following in electronic format:

- High-quality photo of vaccine primary container including closure and label

- Electronic copy of primary container label

- High-quality photo of vaccine diluent/buffer primary container, if applicable

- High-quality photo of vaccine dropper or any other device and material to be provided

in the secondary packaging, if applicable

- Electronic copy of vaccine insert

- High-quality photo of inner box

Or

In physical format:

Each Proposal must include, with regard to each vaccine offered in the Proposal (NH Influenza

vaccine season 2024/25), three (3) samples of each of the following:

- Vaccine primary container including closure and label

- Vaccine diluent/buffer primary container, if applicable

- Vaccine dropper or any other device and material to be provided in the secondary

packaging, if applicable

- Vaccine insert

- Inner box

Samples must be sent to UNICEF at the following address:

UNICEF Supply Division

Oceanvej 10-12

DK – 2150 Copenhagen

Denmark

Attention: Vaccine Center, Procurement Assistant, Ms. Tine Schmidt Olsen

Please note that samples shall be sent at room temperature and please do not send the

shipping box/tertiary packaging.

If the samples provided are different from those submitted to WHO for pre-qualification, the

differences should be explained. In case the Bidder has agreed with WHO that any supplementary

material be provided together with the vaccine, UNICEF requests to receive samples of such

RFP-DAN-2024-503793 10

material in electronic format as well. Any impact on weight and volume of such material should

be specified in Part VI, Technical Proposal, Packaging Details Sheet.

If at the time of submission of a Proposal the Bidder is not able to provide the samples as stated

above, the Bidder should provide explanation and an indication of when the samples could be

provided. For products in development, where packaging material has not yet been developed,

bidders are requested to provide soft copy of mock-up of the artwork for UNICEF’s record as

soon as available.

Failure to provide samples in accordance with the instructions requested under this Section

3.5 may result in invalidation of the Proposal.

3.6 Submission Deadline

The deadline for submission of Proposals is as indicated on the front page of this document.

Any Proposals received by UNICEF after the Submission Deadline will be rejected.

3.7 Proposal opening

Proposals received prior to the stated closing time and date will be kept unopened. The Officer

of the Bid Section will open/print the Proposal when the specified time has arrived, and no

Proposal received thereafter will be considered. UNICEF will accept no responsibility for the

premature opening of a Proposal which is not properly addressed or identified. Due to the nature

of this RFP, there will be no public opening of Proposals.

4. PROPOSAL AND ANSWERING SHEETS

4.1 Bidders are invited to develop a proposal (the “Proposal”) that is responsive to the requirements

listed in this RFP and provides a comprehensive explanation of the offer being made. The

Proposal must include a signed PROPOSAL FORM in original.

The ANSWERING SHEETS have been provided to assist in the organization of the Proposal

into COMMERCIAL PROPOSAL and TECHNICAL PROPOSAL. No price information should

be contained in the TECHNICAL PROPOSAL.

4.2 Bidders are expected to fully utilize the opportunity of an RFP to include all relevant information

in the Proposal including procurement and contracting methodologies which allows the Bidder

to best contribute to achieving the procurement objectives.

4.3 The Bidder must provide sufficient information in the Proposal to address each area of evaluation

to ensure that a fair assessment of the Proposal can be conducted.

4.4 Only the forms and answering sheets provided in Part VII should be used to present the various

aspects of the Commercial and Technical Proposal. Supplementary information can be provided

on each of the answering sheets:

COMMERCIAL PROPOSAL:

PROPOSAL FORM

PROPOSER INFORMATION SHEET

COMMERCIAL PROPOSAL SHEET (QUANTITATIVE AND QUALITATIVE)

RFP-DAN-2024-503793 11

VACCINE REGISTRATION STATUS SHEET

TECHNICAL PROPOSAL:

TECHNICAL PROPOSAL SHEET

PACKING DETAIL SHEET

4.5 The Proposal should, at a minimum:

Include the statement of acceptance of the RFP and resulting Purchase Order(s) terms and

conditions and certify the date of validity of the Proposal (PROPOSAL FORM).

Contain all the requested information confirming Bidder’s eligibility in PROPOSER

INFORMATION SHEET.

Define the commercial proposal through both, qualitative information on Bidder’s past

performance and organizational structure as well as information on price and quantities in

the COMMERCIAL PROPOSAL SHEET which consists of QUALITATIVE and

QUANTITATIVE Proposals.

Contain information required for technical evaluation of proposals, including TECHNICAL

PROPOSAL SHEET and PACKING DETAILS SHEET.

4.6 Bidders are invited to offer alternative products and presentations in response to this RFP.

COMMERCIAL PROPOSAL SHEET includes an option for ALTERNATIVE PROPOSAL for

Bidders who wish to offer alternative vaccine presentation(s). It can be submitted in several

copies if multiple alternatives will be offered.

5. LANGUAGE

5.1 The Proposal prepared by the Bidder and all correspondence and documents relating to the

Proposal exchanged by the Bidder and UNICEF, will be written in English. Supporting

documents and printed literature provided by the Bidder should also be provided in English.

6. VALIDITY OF PROPOSALS; MODIFICATION AND CLARIFICATIONS; WITHDRAWAL

6.1 Validity Period. Bidders must indicate the validity period of their Proposal. Proposals should be

valid for a period through to 30th June 2025. A Proposal valid for a shorter period of time may

not be further considered. UNICEF may request the Bidder to extend the validity period. The

Proposal of Bidders who decline to extend the validity of their Proposal will become disqualified

as no longer valid.

6.2 Corrections and Other Changes to the Proposal. All corrections or other changes to a Proposal

must be received by UNICEF prior to the Submission Deadline. The Bidder must clearly indicate

that the revised Proposal is a modification and supersedes the earlier version of their Proposal

and clearly state and explain the changes from the original Proposal. Erasures or other corrections

in the Proposal must be explained and the signature of the Bidder shown alongside.

6.3 Withdrawal of Proposal. A Proposal may be withdrawn by the Bidder on emailed, faxed or

written request received by UNICEF’s Bid Section from the Bidder prior to Submission Deadline.

Negligence on the part of the Bidder confers no right for the withdrawal of the Proposal after it

RFP-DAN-2024-503793 12

has been opened.

7. PREPARATION OF PROPOSAL

7.1 It is the responsibility of Bidders to inform themselves in preparing their Proposal. In this regard,

the Bidders must:

Examine all terms, requirements and formal submission instructions (e.g. regarding form

and timing of submission, marking of envelopes, as applicable) included in the RFP

(including the Instruction to Bidders section);

Review the RFP to ensure that they have a complete copy of all documents;

Examine all of the Mandatory Technical Requirements and Other Mandatory Requirements;

Review the UNICEF General Terms and Conditions of Contract (Goods) for the supply of

Goods attached to this RFP (and also publicly available on the UNICEF Supply website:

https://www.unicef.org/supply/documents/general-terms-and-conditions-contract);

Review the UNICEF policies publicly available on the UNICEF Supply website:

https://www.unicef.org/supply/resources/procurement-policies. In particular, Bidders

should familiarize themselves with the obligations imposed on Suppliers and their personnel

and sub-contractors under the UNICEF Policy Prohibiting and Combatting Fraud and

Corruption and the UNICEF Policy on Conduct Promoting the Protection and Safeguarding

of Children;

Fully inform and satisfy themselves as to requirements of any relevant authorities and laws

that apply, or may in the future apply, to the supply of the goods.

7.2 Failure to meet all requirements and instructions in the RFP or to provide all requested

information will be at the Bidder’s own risk, and may result in rejection of the Bidder’s Proposal.

7.3 The Proposal must be organized to follow the format of this RFP. Each Bidder must respond to

the stated requests or requirements, and indicate that the Bidder understands and confirms

acceptance of UNICEF’s stated requirements. The Bidder should identify any substantive

assumption made in preparing its Proposal. The deferral of a response to a question or issue to

any contract negotiation stage (if any) is not acceptable. Any item not specifically addressed in

the Proposal will be deemed as accepted by the Bidder. Incomplete or inadequate responses, lack

of response or misrepresentation in responding to any questions will affect the evaluation of the

Proposal.

7.4 Submission of Proposals

Bidders must make clear reference to the RFP NUMBER in the subject field of email submitted

to supplybid@unicef.org. Email submission shall not exceed 25 MB, including the size of the

cover email. If the Proposal consists of large electronic files, it is recommended to send these

files separately before CLOSING TIME AND DATE, indicting the order of emails (email 1,

email 2, etc.) after the RFP NUMBER in the subject line of each email.

Bidders are expected to ensure the acknowledge receipt of the Proposal is received after the

email submission. The subject line of an acknowledge receipt will show UNICEF Supply

Division - Bid confirmation”.

No other recipient should be cc or bcc in the email submission.

RFP-DAN-2024-503793 13

Proposals sent to any other email, or without RFP NUMBER included in the subject field of

email or Proposals sent after the CLOSING TIME AND DATE will be INVALIDATED.

7.5 Answer sheets must be completed in full by the Bidder.

7.6 Each Bidder acknowledges that its participation in any stage of the solicitation process for this

RFP is at its own risk and cost. The Bidder is responsible for, and UNICEF is not responsible

for, the costs of preparing its Proposal or response to this RFP, submission of any samples,

attendance at any bid conference, site visit, meetings or oral presentations, regardless of the

conduct or outcome of the solicitation process.

8. PROPOSAL DOCUMENTS; CONFIDENTIALITY

8.1 This RFP, together with all Proposal documents provided by the Bidder to UNICEF, will be

considered the property of UNICEF and will not be returned to the Bidders.

8.2 Information contained in the Proposal documents, or otherwise provided by the Bidder in

connection with the Proposal, will be treated as confidential unless otherwise noted by the Bidder,

except that UNICEF will make details of each award public as described in Part IV, Section 2.7.

RFP-DAN-2024-503793 14

PART III – COMMERCIAL REQUIREMENTS

This section provides background information for completion of Commercial Proposal. It also provides

information on UNICEF’s commercial requirements for awarded Suppliers under eventual Purchase

Order(s).

1. EXPERIENCE AND PAST PERFORMANCE; PROPOSED QUANTITIES

1.1 Experience in Vaccines and/or Biologicals Supply and Delivery. The Bidder will demonstrate

proven experience and qualification in development, supply and delivery of the vaccines and/or

biologicals including the offered product(s). The Bidder should provide the following

information:

Number of years of production and delivery by vaccine and/or biologicals (quantities).

Applicable to all Bidders with less than 3 years of experience as a vaccine Supplier to

UNICEF: Customer reference list by vaccine and/or biological. This should include

customer contact names and communication information (phone/email/fax). Delivery

report and delivery performance report for minimum period of the past 3 years, including

reasons for delays in deliveries and frequency, and measures taken to resolve the delays.

Information on total annual quantities supplied to other customers.

Names of regulatory bodies where products are registered, and date of original

registration.

The Bidder may also supply other information as it considers appropriate in order to demonstrate

proven experience and qualification in the supply and delivery of the vaccines being proposed.

Bidders should be prepared to substantiate the claimed experience by presenting copies of

relevant documents and references if so requested by UNICEF.

1.2 Past Performance Record. Bidders that have not previously supplied to UNICEF must

demonstrate that they have been able to provide on-time deliveries and maintained production

schedules; they must also specify the time period over which the on-time delivery performance

has been measured. UNICEF will also review past performance of former and current Suppliers

to UNICEF by reference to criteria set out in Part IV, Section 1.2.

1.3 Past Performance Record of Joint Ventures. Where a joint venture is presenting its track record

and experience in a similar undertaking as those required in this RFP, it should present such

information in the following manner:

(a) Those that were undertaken together by the joint venture; and

(b) Those that were undertaken by the individual entities of the joint venture expected to

be involved in the performance of the activities defined in this RFP.

2. PRODUCT DETAILS, QUANTITIES AND PLANS

2.1 National Regulatory Licensure Requirements by the Importing Governments. Bidders are

expected to undertake all reasonable efforts to ensure products are registered in the countries that

require registration prior to use and to keep UNICEF informed of the progress and development

of same. In addition to the information on existing registrations required under Section 1.1,

Bidders are requested to provide information on planned and pending registrations and intent to

renew existing registrations upon expiry.

RFP-DAN-2024-503793 15

2.2 Country of Origin. Bidders shall advise of country of origin of Vaccines offered, including that

for Vaccines produced in countries other than that of the Bidder must be indicated, stating the

country of origin. Bidders may be required to submit a Certificate of Origin of Goods issued by

the Chamber of Commerce or other equivalent authority. (Information shall be provided as part

of Technical Proposal Sheet).

2.3 Sub-contractors. Bidders must identify in their Proposal any products which may be offered by

themselves, but originate from another Supplier and/or country. All sub-contracting

arrangements will be reviewed by UNICEF as part of its evaluation of the Proposal. In addition,

all Bidders not producing the vaccine offered or their own vaccine bulk concentrate must indicate

the source(s) for the vaccine quantity offered. Bidders will provide evidence of the contractual

agreements for the quantities being offered. Furthermore, the Bidder must confirm that the

quantities offered do not violate any contractual commitments made between the Bidder and the

vaccine or bulk concentrate manufacturer. (Information shall be provided as part of Technical

Proposal Sheet).

2.4 Catalogues. Bidders, who have not already done so, are kindly requested to include a copy of

their current catalogue or list of products offering in their Proposal.

3. ACCOUNT MANAGEMENT

3.1 The Bidder will provide UNICEF with organizational charts and names of the responsible

persons within each of the following departments: Production, Quality Assurance, Governmental

Affairs, Shipping/Logistics, Sales and Marketing, specifying the name(s) of the person(s) who

will be the primary contact for UNICEF.

3.2 UNICEF expects the primary contact person(s) to be able to execute the appropriate account

management which includes accurate and reliable planning and forecasting, efficient order

processing, accurate and complete documentation, close production follow-up, facilitate timely

submission to NRA for release and follow-up of the same, shipping and logistics, as well as any

other related issues including fast response time to inquiries.

Communication and documentation shall be in English. The communication is seen as an

important prerequisite for successful account management and needs to be frequent, timely and

accurate.

3.3 The communication on all elements connected to execution of subsequent Purchase Order(s)

should be solely between UNICEF and the awarded Supplier. Suppliers are not expected to have

direct contact with recipient country Governments.

3.4 ESG Reporting: All Suppliers awarded LTAs with UNICEF will be required to provide one

annual report, with timing of such reporting to be agreed, on ESG using a UNICEF’s

questionnaire format which will be provided to the Supplier.

3.5 Traceability and Verification System (TRVST): UNICEF requests all Suppliers to make product

master, batch and serialization data of vaccines available via a digital interface to TRVST to

enable (future) use of barcode scanning by countries. Suppliers are required to report on their

plans of establishment an interface to TRVST.

RFP-DAN-2024-503793 16

4. PERFORMANCE MONITORING

As part of UNICEF’s continuous strive to improve the ability to provide products of the

appropriate standards to UNICEF programs and partners and in a timely manner, monitoring of

Suppliers’ performance will continue to be strengthened.

4.1 The UNICEF General Terms and Conditions of Contract (Goods) specify that UNICEF will

monitor the Supplier’s performance under Purchase Orders. As part of execution of eventual

Purchase Orders, the awarded Supplier will be required to provide its full cooperation with such

performance monitoring, at no additional cost or expense to UNICEF, and provide relevant

information as reasonably requested by UNICEF.

4.2 UNICEF has identified generic criteria that will be applied for evaluating and monitoring

Supplier performance against their contractual obligations as an outcome of this procurement

process.

Key

Categories

Performance Metrics Performance Baseline

Time

Timeliness of Purchase Order

Acknowledgement

Less than or equal to 7 working days after

Purchase Order placement

Timeliness of Notification of

Goods Readiness

Notification of Goods’ Readiness parameter

(Greater than or equal to 3 working days

before potential delivery)

Timeliness of Delivery Less than or equal to 5 working days after

Purchase Order delivery date

5. PRICES AND DISCOUNTS

5.1 Pricing based on Delivery Term. Bidders are requested to provide unit pricing in accordance

with the following delivery terms (INCOTERMS 2020):

FCA – FCA named airport [SPECIFY NAME OF AIRPORT]

Failure to quote in accordance with the requested INCOTERMS may, in UNICEF’s discretion,

result in invalidation of the Proposal.

5.2 Currency of Proposals. Bidders are requested to provide unit prices in US Dollars or Euro.

UNICEF will reject any Proposals submitted in another currency.

5.3 Inclusive Pricing. Pricing should include the cost of packaging and packing the goods and all

temperature monitoring devices in accordance with the packaging and packing requirements set

out in the Mandatory Technical Requirements. Bidders are requested to specify the price

implications of temperature monitoring devices in the Packing Details Answering Sheet. Unit

pricing must include the price of VVM.

5.4 Taxes. Article II, Section 7, of the Convention on the Privileges and Immunities provides, inter

alia, that the United Nations, including UNICEF as a subsidiary organ, is exempt from all direct

taxes, except charges for public utility services, and is exempt from customs restrictions, duties,

and charges of a similar nature in respect of articles imported or exported for its official use. All

RFP-DAN-2024-503793 17

prices quoted in the Proposal must be net of any direct taxes and any other taxes and duties,

unless otherwise specified in this RFP.

5.5 Affordability of Pricing. UNICEF believes in paying a price that is affordable to Governments

and donors and a price that reasonably covers manufacturers’ minimum requirements. The

Bidder is requested to provide information on factors that influence the pricing offered to

UNICEF including, the basis for any quantity-based pricing. Any price increase over previous

years’ pricing should be explained in the Commercial Proposal.

5.6 Maximum Pricing. Prices offered by Bidders, will constitute maximum ceiling prices and cannot

be increased for the duration of the tender period and during the validity of Proposal. Prices may

be reduced at any time.

5.7 Price Certification. By submitting a Proposal, the Bidder certifies that UNICEF, for Purchase

Orders / Contracts resulting from this Request for Proposal, is not being charged more than other

clients for similar commodities and similar quantities and within similar circumstances.

5.8 Discounts. Bidders are requested to advise as to:

(a) Quantity / volume discounts, in form of large quantity / volume discounts and staircase

pricing (i.e. varying prices according to different quantities procured);

(b) Cumulative quantity / volume discount levels, i.e. discounts that increase as the

cumulative order value/volume increases throughout the validity of the Proposal;

(c) Early payment discounts, i.e. payment within a specified period of time faster than

UNICEF’s standard payment term of 30 days net;

(d) Trade discounts;

(e) Any other unconditional discounts.

Any discount offered in the successful Proposal will be applied in the affected Purchase Orders

issued as a result of this RFP.

5.9 Payment Terms. Unless an alternative Proposal has been awarded that includes pre-payment or

advanced payment, invoices may be issued to UNICEF only after the delivery terms of the

Purchase Order have been fulfilled. The standard terms of payment are net 30 days, after receipt

of invoice and required supporting documentation. Payment will be effected by bank transfer in

the currency of the Purchase Order.

6 DELIVERY TERMS AND DELIVERY LEAD TIME; LIQUIDATED DAMAGES

6.1 Under the resulting Purchase Orders, the awarded Supplier will be required to comply with the

applicable INCOTERM and all other delivery terms and instructions stated in the Purchase

Orders. With respect to the definition of “INCOTERMS” in the UNICEF General Terms and

Conditions of Contract (Goods), the applicable version of the “INCOTERMS” will be the mostrecently issued version of the INCOTERMS at the time of placement of Purchase Orders;

provided however that if a new version of the INCOTERMS is issued after placement of

Purchase Orders, the Parties will in good faith consult with each other on the implications for the

relevant Purchase Orders with a view to adopting such new version.

6.2 The awarded Supplier will be expected to comply with the minimum delivery lead-time specified

RFP-DAN-2024-503793 18

in the Purchase Order. Bidders should therefore indicate the realistic lead-time for delivery for

each vaccine offered (subject to quantities). “Delivery lead-time” is the period from the date of

receipt of a Purchase Order by the Supplier to the date of delivery of the Goods in accordance

with the applicable delivery term and instructions specified in the relevant Purchase Order and

includes the period for packing the products, delivery in accordance with the specified delivery

term and provision of all documentation required in connection with such delivery. UNICEF

will monitor and measure the performance of the Supplier, including by measuring performance

against the lead-time indicated in its Proposal and reflected in the Purchase Orders.

6.3 The Supplier’s obligations in respect of delay in delivery of Goods, including (but not limited to)

obligations to notify UNICEF of delay in delivery of Goods, as well as the consequences of delay,

and UNICEF’s rights and remedies in respect of any such delay, are governed by the UNICEF

General Terms and Conditions of Contract (Goods).

6.4 Without prejudice to any of the other rights and remedies of UNICEF, if the Supplier fails to

deliver the Goods under any Purchase Order in accordance with the stated time for delivery, or

if UNICEF exercises its right to reject Goods that do not conform to the requirements in the

relevant Purchase Order, UNICEF may claim liquidated damages from the Supplier and, at

UNICEF’s option, the Supplier will pay such liquidated damages to UNICEF or UNICEF will

deduct such liquidated damages from the Supplier’s invoice(s). Such liquidated damages will be

calculated as follows: one half of one per cent (0.5%) of the price of such Goods for each day of

delay, until delivery of conforming Goods, up to a maximum of ten per cent (10%) of the value

of the relevant Purchase Order. The payment or deduction of such liquidated damages will not

relieve the Supplier from any of its other obligations or liabilities pursuant to the relevant

Purchase Order.

7. PRE-DELIVERY INSPECTION

7.1 In the exceptional situation where the requirements of a country of destination specify predelivery inspection, then UNICEF may stipulate in a relevant Purchase Order that the Goods are

subject to pre-delivery inspection and the following provisions will apply:

(a) Pre-delivery inspection will be conducted by an independent inspection agency selected by

UNICEF or the relevant Consignee. The Supplier will not be responsible for the costs of

such pre-delivery inspection.

(b) At UNICEF’s request, the Supplier will provide its reasonable cooperation to UNICEF and

its designated inspection agency, at no additional cost to UNICEF.

(c) The Supplier will advise UNICEF of the location of the manufacturing

facility/facilities. UNICEF will advise the Supplier of the name of the designated inspection

agency.

(d) Notice of the readiness of each consignment of Goods, in the form attached to the Purchase

Order, must be provided by the Supplier to UNICEF as soon as possible and at least three (3)

working days prior to the Goods readiness date.

(e) UNICEF will notify the Supplier promptly of its decision whether or not to release the Goods

for shipment. If UNICEF notifies the Supplier that the Goods are non-conforming, then

Article 2.6 of the UNICEF General Terms and Conditions of Contract (Goods) will apply.

7.2 The awarded Supplier acknowledges that any inspection of the Goods by UNICEF or its

designated inspection agents does not constitute a determination whether the specifications for

RFP-DAN-2024-503793 19

the Goods (including Mandatory Technical Requirements) have been met. The awarded Supplier

will be required to comply with its warranty and other contractual obligations whether or not

UNICEF carries out such pre-delivery inspection of the Goods.

7.3 The pre-delivery inspection of the Goods undertaken by UNICEF or its designated inspection

agents will not substitute for the inspection of the Goods upon delivery to UNICEF.

8. TEMPORARY STORAGE

8.1 Under eventual Purchase Orders, the awarded Supplier will be required to properly store, from

time to time and at no cost to UNICEF, finished products of vaccines for delivery at a later date.

Storage of vaccines will be under controlled environmental conditions to facilitate the

conservation of the vaccines. The storage facilities will comply with all national regulations for

the storage of vaccines in force in the country where the storage facility is located.

9. WARRANTY

9.1 Warranty. Under eventual Purchase Orders, the awarded Supplier will be required to warrant

that the Goods (including packaging) offered by it will meet each of the following minimum

criteria:

(a) The Goods conform to the quality, quantity and specifications for the Goods stated in the

Purchase Order (including, in the case of perishable or pharmaceutical products, the shelf life

specified in the Purchase Order);

(b) The Goods conform in all respects to the technical documentation provided by the Supplier

in respect of such Goods and, if samples were provided to UNICEF prior to UNICEF issuing

its Purchase Order, the Goods are equal and comparable in all respects to such samples;

(c) The Goods are new and factory-packed;

(d) The Goods are fit for the purposes for which such Goods are ordinarily used and any purposes

expressly made known to the Supplier by UNICEF;

(e) The Goods are free from defects in design, manufacture, workmanship and materials;

(f) The Goods are free from all liens, encumbrances or other third party claims;

(g) The Goods are contained or packaged in accordance with the standards of export packaging

for the type and quantities of the Goods specified in the Purchase Order, and for the modes

of transport of the Goods specified in the Purchase Order (including but not limited to, in a

manner adequate to protect them in such modes of transport), and marked in a proper manner

in accordance with the instructions stipulated in the Purchase Order and applicable law.

9.2 Warranty Period. Under the Purchase Order, the period of validity of the warranty will be no

less than the shelf life of the Goods.

9.3 Assignment of Manufacturer Warranties. If the Bidder is not the original manufacturer of the

Goods or any part of the Goods, under the Purchase Order, the Bidder will be expected to assign

to UNICEF (or, at UNICEF’s instructions, the Government or other entity that receives the

Goods) all manufacturers’ warranties in addition to any other warranties specified in the Purchase

Order.

9.4 Extension of Warranty to Partners. The Bidder should note that, under the Purchase Order, the

warranties are expected to be made to UNICEF and to extend to (a) each entity that makes a

RFP-DAN-2024-503793 20

direct financial contribution to UNICEF for the purchase of Goods; and (b) each Government or

other entity that receives the goods.

RFP-DAN-2024-503793 21

PART IV – EVALUATION OF PROPOSALS; AWARDS

1. EVALUATION

1.1 Evaluation. The evaluation is carried out by UNICEF in accordance with UNICEF’s regulations,

rules and practices and all determinations are made in UNICEF’s sole discretion.

After opening the Proposals, the Proposals will be evaluated as follows:

(a) General. The merits of each Proposal will be evaluated to assess its ability to support the

objectives of this RFP as set out in Part I. UNICEF will evaluate each Proposal to determine

whether the products offered are acceptable commercially and technically and are of the

required quality.

(b) Review of Compliance with Eligibility, Commercial and Technical Mandatory

Requirements. Each Proposal will be evaluated for compliance with the mandatory

requirements of this RFP.

(c) Technical evaluation will be based on information provided by Bidders as part of their

Technical Proposal and evaluation will take place in accordance with the Mandatory

Technical Requirements assessed in collaboration with WHO. Compliance with all other

requirements will be evaluated by UNICEF.

(d) Proposals deemed not to meet all of the mandatory requirements will be considered noncompliant and rejected at this stage without further consideration. Failure to comply with

any of the terms and conditions contained in this RFP, including, but not limited to, failure

to provide all required information, may result in a Proposal being disqualified from further

consideration.

(e) Commercial evaluation. During the evaluation, the nature of Commercial Proposal will be

studied and compared to the evaluation criteria. In order to determine to what extent a

Proposal is found satisfactory, all information included in both, the Commercial and

Technical Proposal will be evaluated together to determine how the factors presented in each

Proposal will support the RFP objectives set out in Part I.

(f) Awards will be determined based on the following criteria:

Contribution to meeting the procurement objectives

Products meeting the technical specifications, including WHO pre-qualification

Delivery lead-time

FCA Price nearest international airport

For bidders previously supplied to UNICEF: Proven past performance

1.2 The detailed evaluation criteria to be used to assess the Proposals are shown in the below table:

Overview of Quantitative Information

Objective Evaluation criteria

Secure supply of Seasonal

Influenza Vaccine,

Northern Hemisphere,

2025/26 for earliest

Quantity offered

Timing of product availability in 2025

Delivery lead times upon PO placement for quantities requested

RFP-DAN-2024-503793 22

possible delivery in 2025 to

meet the forecasted

demand

Shelf-life at time of delivery

Product presentation

Validity of the proposal

Minimum order quantity

Achieve a price that is

affordable for countries

and donors.

Price per dose (FCA price nearest international airport), including VVM

and cold chain monitors

Alternative offers providing additional beneficial

affordability/prices/commercial terms

Payment terms

Overview of Qualitative Information

Objective Evaluation Criteria

Secure supply of Seasonal

Influenza Vaccine,

Northern Hemisphere,

2025/26 for earliest

possible delivery in 2025 to

meet the forecasted

demand

WHO prequalified vaccine

Supplier performance (existing Supplier)

o Proven capacity to supply offered quantities

o Timeliness of purchase order acknowledgement

o Timeliness of notification of goods readiness

o Timeliness of delivery

Proven experience and qualification in the supply and delivery of the

vaccines being proposed - Number of years of production and quantities

delivered; Customer reference list (applicable for all suppliers with less

than 3 years experience as a UNICEF supplier);

Names of regulatory bodies where products are registered and date of

original registration,

Willingness to include a Vaccine Arrival Report as part of shipping

documents

Agreement to publication of awarded prices and quantities

1.3 Minimum Order Quantity. Bidders must declare in their Proposals if there will be any minimum

order quantity(ies) for the vaccine(s) detailed in the schedule to this RFP. Any such minimum

order quantities will be considered as part of the evaluation process.

1.4 Clarifications Requested by UNICEF. During the evaluation of Proposals, UNICEF may, in its

sole discretion, seek clarifications from any Bidder in order for UNICEF to fully understand the

Bidder’s Proposal and assist in the examination, evaluation and comparison of Proposals.

UNICEF may seek such clarifications through written communications or may request an

interview with any Bidder.

1.5 Interpretation of Errors. UNICEF may seek clarification of any errors identified by it in a

Proposal. Absent satisfactory clarification, such errors will be interpreted by UNICEF in its sole

discretion. In the case of errors in the extension price that are not clarified to UNICEF’s

satisfaction, unit price will govern.

1.6 References. UNICEF reserves the right to contact any or all references supplied by the Bidder(s)

and to seek references from other sources as UNICEF deems appropriate.

2. AWARD

2.1 Objectives of this RFP. Upon evaluation of all Proposals, taking into consideration the actual

market situation for each vaccine, the forecasted quantities will be awarded to Bidders in

accordance with the objectives of this RFP.

RFP-DAN-2024-503793 23

2.2 Limited Award. If a Bidder has not been a Supplier to UNICEF previously, UNICEF reserves

the right to introduce the Supplier incrementally during the award period and assess the

performance closely.

2.3 Acceptance by Destination Country. Final award is subject to explicit acceptance of both the

product and manufacturer by the destination country.

2.4 Negotiation. UNICEF reserves the right to negotiate with the Bidder(s) in support of achieving

the procurement objectives of the RFP.

2.5 Award Notification. UNICEF will notify the Bidder(s) that has/have been awarded a contract

resulting from this solicitation process. UNICEF will also notify the other Bidders of the

outcome of this solicitation process.

2.6 Award Debrief. Bidder(s) that do not receive an award may request a formal debriefing. During

a debriefing, the strengths and weaknesses of the Proposal may be discussed. Details concerning

the evaluation results of other Proposals will not be divulged, except in accordance with Section

2.7 below.

2.7 Award Publication. UNICEF will make each award public by publishing the following

information on the UNICEF website: the Supplier name, vaccine(s), duration of award, and total

award value. UNICEF reserves the right to disclose the price and quantity information relating

to any related Purchased Orders resulting from this RFP. UNICEF may also make public the

annual awarded Weighted Average Prices (WAPs) for each vaccine presentation.

2.8 Bidder Acknowledgement. The Bidder acknowledges and accepts the decision of UNICEF as to

whether its Proposal meets the minimum requirements in this RFP and UNICEF’s evaluation of

the Proposal.

3. UNICEF’s GENERAL TERMS AND CONDITIONS OF CONTRACT (GOODS)

3.1 The terms set out in UNICEF’s standard Purchase Order for vaccines will apply to any linked

Purchase Orders in connection with this RFP.

3.2 UNICEF’s General Terms and Conditions of Contract (Goods) which are attached at Annex A

to this RFP will apply to any linked Purchase Orders awarded in connection with this RFP.

3.3 By signing the Proposal Form, each Bidder is deemed to have confirmed its acceptance of the

UNICEF General Terms and Conditions (Goods). The Bidder understands that if it proposes any

amendments or additional terms to the UNICEF General Terms and Conditions (Goods), these

must be clearly detailed in the Proposal and may negatively affect the evaluation of the Proposal.

4. RIGHTS OF UNICEF

4.1 UNICEF reserves the following rights:

(a) to accept any Proposal, in whole or in part; to reject any or all Proposals; or to cancel this

solicitation process in its entirety and re-tender if it so chooses;

RFP-DAN-2024-503793 24

(b) to request additional information from the Bidder and to verify any information contained in

Bidder’s response (and the Bidder will provide UNICEF with its reasonable cooperation with

such verification);

(c) to invalidate any Proposal received from a Bidder that, in UNICEF’s sole opinion has

previously failed to perform satisfactorily or complete contracts or Purchase Orders on time, or

UNICEF believes is not in a position to perform the contractual obligations provided however

that UNICEF’s failure to invalidate a Proposal does not constitute an acceptance that the Proposer

is in a position to perform any Purchase Orders issued as a result of this RFP;

(d) to invalidate any Proposal that, in UNICEF’s sole opinion, fails to meet the requirements and

instructions stated in this RFP;

(e) to suspend negotiations or withdraw an award to a Bidder at any time up until a Purchase

Order has been counter-signed by such Bidder. UNICEF is not required to provide any

justification, but will give notice prior to any such suspension of negotiations or withdrawal of

award.

(f) to retender should the result of the tender be deemed nonresponsive by UNICEF.

4.2 UNICEF is not liable to any Bidder for any costs, expense or loss incurred or suffered by such

Bidder in connection with this RFP or solicitation process, including, but not limited to, any costs,

expense or loss incurred as result of UNICEF exercising any of its rights in paragraph 4.1 above.

4.3 Each Bidder will permit UNICEF, either itself or through a designated representative entity, to

have access to the facilities where the products offered are manufactured, at all reasonable times

during the tender period to inspect the manufacturing site and processes for the production,

quality control, quality assurance and packing of the products. The Bidder will provide

reasonable assistance to the representatives for such appraisal, including copies of any

documentation (including, but not limited to, test results or quality control reports) as may be

necessary. The inspection may be carried out in conjunction with the appropriate national

authority. Failure to do so may result in the rejection of the Proposal.

RFP-DAN-2024-503793 25

PART V – BIDDER REPRESENTATIONS

1. GENERAL REPRESENTATIONS

By submitting its Proposal in response to this RFP, the Bidder confirms to UNICEF as at the

Submission Deadline and throughout the validity period of the Proposal:

1.1 The Bidder has (a) the full authority and power to submit the Proposal and to enter into any

resulting Purchase Order(s), and (b) all rights, licenses, authority and resources necessary, as

applicable, to develop, source, manufacture and supply the goods and to perform its other

obligations under any resulting Purchase Order(s). The Bidder has not and will not enter into

any agreement or arrangement that restrains or restricts any person’s rights to use, sell, dispose

of or otherwise deal with the goods.

1.2 All of the information it has provided to UNICEF concerning the goods and the Bidder is true,

correct, accurate and not misleading.

1.3 The Bidder is financially solvent and is able to supply the goods to UNICEF in accordance with

the requirements described in this RFP.

1.4 The use or supply of the goods does not and will not infringe any patent, design, trade-name or

trade-mark.

1.5 The development, manufacture and supply of the goods has complied, does comply, and will

comply with all applicable laws, rules and regulations.

1.6 The Bidder will fulfill its commitments with the fullest regard to the interests of UNICEF and

will refrain from any action which may adversely affect UNICEF or the United Nations.

1.7 It has the personnel, experience, qualifications, facilities, financial resources and all other skills

and resources to perform its obligations under any resulting Purchase Order(s).

1.8 The Bidder agrees to be bound by the decisions of UNICEF, including but not limited to,

decisions as to whether the Bidder’s Proposal meets the requirements and instructions stated in

this RFP and the results of the evaluation process.

2. ETHICAL STANDARDS

UNICEF requires that all Bidders observe the highest standard of ethics during the entire

solicitation process, as well as the duration of any Purchase Orders that may be awarded as a

result of this solicitation process. UNICEF also actively promotes the adoption by its Suppliers

of robust policies for the protection and safeguarding of children and the prevention and

prohibiting of sexual exploitation and sexual abuse.

By submitting its Proposal in response to this RFP, the Bidder makes the following

representations and warranties to UNICEF as at the Submission Deadline and throughout the

validity period of the Proposal:

RFP-DAN-2024-503793 26

2.1 In respect of all aspects of the solicitation process the Bidder has disclosed to UNICEF any

situation that may constitute an actual or potential conflict of interest or could reasonably be

perceived as a conflict of interest. In particular, the Bidder has disclosed to UNICEF if it or any

of its affiliates is, or has been in the past, engaged by UNICEF to provide services for the

preparation of the design, specifications, cost analysis/estimation, and other documents to be

used for the procurement of the goods requested under this RFP; or if it or any of its affiliates

has been involved in the preparation and/or design of the programme/project related to the goods

requested under this RFP.

2.2 The Bidder has not unduly obtained, or attempted to obtain, any confidential information in

connection with the solicitation process and any Purchase Order(s) that may be awarded as a

result of this solicitation process.

2.3 No official of UNICEF or of any United Nations System organisation has received from or on

behalf of the Bidder, or will be offered by or on behalf of the Bidder, any direct or indirect benefit

in connection with this RFP including the award of the Purchase Order(s) to the Bidder. Such

direct or indirect benefit includes, but is not limited to, any gifts, favours or hospitality.

2.4 The following requirements with regard to former UNICEF officials have been complied with

and will be complied with:

(a) During the one (1) year period after an official has separated from UNICEF, the Bidder

may not make a direct or indirect offer of employment to that former UNICEF official if

that former UNICEF official was, during the three years prior to separating

from UNICEF, involved in any aspect of a UNICEF procurement process in which the

Bidder has participated.

(b) During the two (2) year period after an official has separated from UNICEF, that former

official may not, directly or indirectly on behalf of the Bidder, communicate with

UNICEF, or present to UNICEF, about any matters that were within such former officials

responsibilities while at UNICEF.

2.5 Neither the Bidder nor any of its affiliates, or personnel or directors, is subject to any sanction or

temporary suspension imposed by any United Nations System organisation or other international

inter-governmental organisation. The Bidder will immediately disclose to UNICEF if it or any

of its affiliates, or personnel or directors, becomes subject to any such sanction or temporary

suspension. If the Bidder or any of its affiliates, or personnel or directors becomes subject to any

such sanction or temporary suspension during the validity of the Proposal, UNICEF will be

entitled to invalidate the Proposal.

2.6 The Bidder will (a) observe the highest standard of ethics; (b) use its best efforts to protect

UNICEF against fraud, in the solicitation process and in the performance of any resulting LTA

and linked Purchase Order(s); and (c) comply with the applicable provisions of UNICEF’s Policy

Prohibiting and Combatting Fraud and Corruption which can be accessed on the UNICEF

website at https://www.unicef.org/supply/resources/procurement-policies. In particular, the

Bidder will not engage, and will ensure that its personnel, agents and sub-contractors do not

engage, in any corrupt, fraudulent, coercive, collusive or obstructive conduct as such terms are

defined in UNICEF’s Policy Prohibiting and Combatting Fraud and Corruption.

RFP-DAN-2024-503793 27

2.7 The Bidder will comply with all laws, ordinances, rules and regulations bearing upon its

participation in this solicitation and the UN Supplier Code of Conduct (available at the United

Nations Global Marketplace website - https://www.ungm.org).

2.8 Neither the Bidder nor any of its affiliates, is engaged, directly or indirectly, (a) in any practice

inconsistent with the rights set forth in the Convention on the Rights of the Child, including

Article 32, or the International Labour Organisation’s Convention Concerning the Prohibition

and Immediate Action for the Elimination of the Worst Forms of Child Labour, No. 182 (1999);

or (b) in the manufacture, sale, distribution, or use of anti-personnel mines or components utilized

in the manufacture of anti-personnel mines.

2.9 The Bidder has taken and will take all appropriate measures to prevent sexual exploitation or

abuse of anyone by its personnel including its employees or any persons engaged by the Bidder

to perform any services in the Bidder’s participation in this solicitation. For these purposes,

sexual activity with any person less than eighteen years of age, regardless of any laws relating to

consent, will constitute the sexual exploitation and abuse of such person. The Bidder has taken

and will take all appropriate measures to prohibit its personnel including its employees or other

persons engaged by the Bidder, from exchanging any money, goods, services, or other things of

value, for sexual favours or activities or from engaging in any sexual activities that are exploitive

or degrading to any person.

2.10 The Bidder confirms that it has read UNICEF’s Policy on Conduct Promoting the Protection and

Safeguarding of Children. The Bidder will ensure that its Personnel understand the notification

requirements expected of them and will establish and maintain appropriate measures to promote

compliance with such requirements. The Bidder will further cooperate with UNICEF’s

implementation of this Policy.

2.11 The Bidder will inform UNICEF as soon as it becomes aware of any incident or report that is

inconsistent with the undertakings and confirmations provided in this Section 2.

2.12 Each of the provisions in Section 2 of this Part V constitutes an essential condition of

participation in this solicitation process. In the event of a breach of any of these provisions,

UNICEF is entitled to disqualify the Bidder from this solicitation process and/or any other

solicitation process, and to terminate any Purchase Order(s) that may have been awarded as a

result of this solicitation process, immediately upon notice to the Bidder, without any liability

for termination charges or any liability of any kind. In addition, the Bidder may be precluded

from doing business with UNICEF and any other entity of the United Nations System in the

future.

3. AUDIT

3.1 From time to time, UNICEF may conduct audits or investigations relating to any aspect Purchase

Orders awarded in relation to this RFP and the Bidder’s compliance with the provisions of

Section 2 above. The Bidder will provide its full and timely cooperation with any such audits or

investigations, including (but not limited to) making its personnel and any relevant data and

documentation available for the purposes of such audits or investigations, at reasonable times

and on reasonable conditions, and granting UNICEF and those undertaking such audits or

investigations access to the Bidder’s premises at reasonable times and on reasonable conditions

in connection with making its personnel and any relevant data and documentation available. The

Bidder will require its sub-contractors and its agents to provide reasonable cooperation with any

audits or investigations carried out by UNICEF.

RFP-DAN-2024-503793 28

PART VI: ANSWER SHEETS

Answer Sheets / Checklist

This form serves as a checklist for preparation of your Proposal. Please complete the Answer Sheets in

accordance with the instructions in the RFP document and return them as part of your Proposal

submission. No alteration to format of sheets shall be permitted.

As indicated in the Part II, Section 4 of the RFP document, the Proposal must include a signed

PROPOSAL FORM in original. The ANSWERING SHEETS, apart from the PORPOSAL FORM, can

be submitted in MS Word format, if possible.

Commercial Proposal

▪ Proposal Form ☐

▪ Proposer Information Sheet ☐

▪ Commercial Proposal Sheet (Quantitative & Qualitative) ☐

▪ Vaccine Registration Status Sheet ☐

Technical Proposal

▪ Technical Proposal Sheet ☐

▪ Packing Details Sheet ☐

RFP-DAN-2024-503793 29

COMMERCIAL PROPOSAL

PROPOSAL FORM

Important: The company identified as Proposer will be the party to which UNICEF will issue its PO(s) in case of award

resulting from this solicitation process.

Name of Proposer: [INSERT NAME OF PROPOSER]] Date: Select date

RFP reference: RFP-DAN-2024-503793

Part 1: Declaration

The undersigned, being a duly authorized representative of the Company, represents and declares that:

1. The Company and its Management1 have not been found guilty pursuant

to a final judgment or a final administrative decision of any of the following:

YES NO

a. Fraud; ☐ ☐

b. Corruption; ☐ ☐

c. Conduct related to a criminal organisation; ☐ ☐

d. Money laundering or terrorist financing; ☐ ☐

e. Terrorist offences or offences linked to terrorist activities; ☐ ☐

f. Sexual exploitation and abuse; ☐ ☐

g. Child labour, forced labour, human trafficking; or ☐ ☐

h. Irregularity (non-compliance with any legal or regulatory requirement applicable to the

Company or its Management).

☐ ☐

2.

The Company and its Management have not been found guilty pursuant to a final judgment or a final

administrative decision of grave professional misconduct. ☐ ☐

3.

The Company and its Management are not: bankrupt, subject to insolvency or winding-up procedures,

subject to the administration of assets by a liquidator or a court, in an arrangement with creditors, subject

to a legal suspension of business activities, or in any analogous situation arising from a similar

procedure provided for under applicable national law.

☐ ☐

4.

The Company and its Management have not been the subject of a final judgment or a final

administrative decision finding them in breach of their obligations relating to the payment of taxes or

social security contributions.

☐ ☐

5.

The Company and its Management have not been the subject of a final judgment or a final

administrative decision which found they created an entity in a different jurisdiction with the intent to

circumvent fiscal, social or any other legal obligations in the jurisdiction of its registered office, central

administration, or principal place of business (creating a shell company).

☐ ☐

The Company and its Management have not been the subject of a final judgment or a final

administrative decision which found the Company was created with the intent referred to in point (5)

(being a shell company)

☐ ☐

The UNICEF reserves the right to disqualify the Company suspend or terminate any contract or other arrangement between

the UNICEF and the Company, with immediate effect and without liability, in the event of any misrepresentation made by

the Company in this Declaration. It is the responsibility of the Company to immediately inform the UNICEF of any changes

in the situations declared. This Declaration is in addition to, and does not replace or cancel, or operate as a waiver of, any

terms of contractual arrangements between the UNICEF and the Company.

Part 2: Confirmation of Proposal

The Undersigned, having read the Instructions to Proposers of this Request for Proposal and all related documents hereby

offers to supply the Goods to meet the overall objectives sought in accordance with any specifications stated, under the

conditions and in quantities, at prices and within the number of days as indicated in your Proposal, and subject to all Terms

1

“Management” means any person having powers of representation, decision-making or control over the Organization. This may

include, for example, executive management and all other persons holding downstream managerial authority, anyone on the board of

directors, and controlling shareholders

RFP-DAN-2024-503793 30

and Conditions set out or specified in this RFP-DAN-2024-503793 and accepting that any Purchase Order(s) resulting from

this RFP shall contain the UNICEF General Terms and Conditions and any other terms and conditions specified in this RFP.

I, the undersigned, certify that I am duly authorized by [INSERT NAME OF PROPOSER]] to sign this Proposal.

Signature: _____________________________________________________________

Date: _____________________________________________________________

Name: _____________________________________________________________

Title: _____________________________________________________________

Company as per the certificate of incorporation: ____________________________________

Postal Address: _____________________________________________________________

Tel No.: _____________________________________________________________

Email: _____________________________________________________________

Validity of Offer:_____________________________________________________________

Please indicate which of the following terms of payment are offered under this Proposal:

10 days 3.0% _____ 15 days 2.5% _____ 20 days 2.0% _____

30 days net _____ Other_____

Any requested EXCEPTIONS or CLARIFICATIONS to the requirements defined by UNICEF in this

Request for Proposal and all related documents, including UNICEF’s General Terms and Conditions are

to be described by the Proposer below. Additional pages may be attached. Request for EXCEPTIONS after

an AWARD has been made may result in invalidation of the Proposal:

[Stamp with official stamp of the proposer]

RFP-DAN-2024-503793 31

PROPOSER INFORMATION SHEET

Are you a UNGM registered vendor? ☐ Yes [insert UGNM vendor number]

☐ No*

*If your company has not yet registered through the UNGM, please

submit an application through the UNGM website at

http://www.ungm.org

Please note that while Basic level registration is sufficient for evaluation

purposes, Proposers are highly encouraged to register at least at Level 1.

Are you a UNICEF vendor? ☐ Yes ☐ No

Have you provided audited financial

statements to UNICEF in the past 12

months

☐ Yes ☐ No*

* If not, please proceed as per Part II, Section 1.2 of this Request for

Proposal.

RFP-DAN-2024-503793 32

COMMERCIAL PROPOSAL SHEET

A. Quantitative Proposal

Name of Proposer: [Insert Name of Proposer]] Date: Select date

RFP reference: RFP-DAN-2024-503793

1. Seasonal Influenza Virus Vaccine, Northern Hemisphere Influenza Season 2025/26

Quadrivalent, 1-dose vial

2025: 325,000 vials (325,000 doses)

Delivery

Date/Month/

Year

Quantity

offered

(doses)

Quantity

offered

(vials)

Price per vial

USD

Price per dose

USD

Conditions/

Discounts** Total Amount

(USD)

INCOTERMS (2020) FCA Nearest International Airport (Name Airport):

Additional comments:

RFP-DAN-2024-503793 33

2. Seasonal Influenza Virus Vaccine, Northern Hemisphere Influenza Season 2025/26,

Quadrivalent, 10-dose vial

2025: 66,000 vials (660,000 doses)

Delivery

Date/Month/

Year

Quantity

offered

(doses)

Quantity

offered

(vials)

Price per vial

USD

Price per dose

USD

Conditions/

Discounts** Total Amount

(USD)

INCOTERMS (2020) FCA Nearest International Airport (Name Airport):

Additional comments:

RFP-DAN-2024-503793 34

3. Seasonal Influenza Virus Vaccine, Northern Hemisphere Influenza Season 2025/26,

Trivalent, 1-dose vial

2025: 20,000 vials (20,000 doses)

Delivery

Date/Month/

Year

Quantity

offered

(doses)

Quantity

offered

(vials)

Price per vial

USD

Price per dose

USD

Conditions/

Discounts** Total Amount

(USD)

INCOTERMS (2020) FCA Nearest International Airport (Name Airport):

Additional comments:

RFP-DAN-2024-503793 35

1. Seasonal Influenza Virus Vaccine, Northern Hemisphere Influenza Season 2025/26,

Trivalent, 10-dose vial

2025: 85,000 vials (8,500 doses)

Delivery

Date/Month/

Year

Quantity

offered

(doses)

Quantity

offered

(vials)

Price per vial

USD

Price per dose

USD

Conditions/

Discounts** Total Amount

(USD)

INCOTERMS (2020) FCA Nearest International Airport (Name Airport):

Additional comments:

RFP-DAN-2024-503793 36

Alternative proposal (different presentation, valency and/or additional quantities)

Valency – please specify [ ]

Presentation – please specify [ ]

2025: X vials (X doses)

Delivery

Date/Month/

Year

Quantity

offered

(doses)

Quantity

offered

(vials)

Price per vial

USD

Price per dose

USD

Conditions/

Discounts** Total Amount

(USD)

INCOTERMS (2020) FCA Nearest International Airport (Name Airport):

Additional comments:

RFP-DAN-2024-503793 37

B. Qualitative Proposal

Experience and past performance. Account management.

1 Demonstrate proven experience and qualification in development, supply and delivery of vaccines and/or

biologicals, including the offered product(s). Advice number of years of experience in production and

delivery of the offered product. (Part III, Section 1)

Proposers response:

2 For Proposers with less than 3 years of experience as a vaccine supplier to UNICEF, please provide a full

customer reference list, delivery report and delivery performance report for the minimum period of the

past 3 years. Advise of the reasons for delays in deliveries and frequency, as well as measures taken to

resolve the delays. Please also advise the total annual quantities supplied to other customers. (Part III,

Section 1)

Proposers should be prepared to substantiate the claimed experience by presenting copies of relevant

documents and references if so requested by UNICEF.

Proposers response:

3 Provide organizational charts and names of the responsible persons within each following department:

Production, Quality Assurance, Governmental Affairs, Shipping/Logistics, Sales and Marketing,

Environmental Social and Governance (ESG) specifying the name(s) of the person(s) who will be the

primary contact for UNICEF. (Part III, Section 3)

Proposers response:

Pricing

4 Given that UNICEF has requested prices that are affordable to the poorest country governments and

donors please indicate factors influencing your price setting. Please also provide explanation of any price

increase over previous years’ pricing (if applicable). (Part III, Section 6).

Proposers response:

Volumes offered, timelines

5 Proposed Quantity: Please explain the key determinants for the proposed quantity to be available during

the proposed timeframe, as well as any key risks.

Proposers response:

6 Delivery preparation lead time (administration of UNICEF’s Purchase Order, packing, markings etc.) for

any order within above mentioned schedule, in number of days (Part III, Section 7):

Proposers response:

7 The cut-off date for the bidder to conclude the production volume.

Proposers response:

8 Please include in your Proposal timelines for bulk production (from start of the production process until

bulk is ready for formulation and filling) and timelines for formulation, filling, labelling, and having the

product released both internally and by the relevant NRA.

Bulk production:

Formulation:

Filling:

Labelling and Internal release process:

NRA release:

9 Timing of product availability in 2025

Proposers response:

10 Minimum order quantity

Proposers response:

RFP-DAN-2024-503793 38

Other

11 Storage of vaccines shall be under controlled environmental conditions to facilitate the conservation of the

vaccines. Vaccines will be kept at the manufacturers’ premises until these are either supplied through

UNICEF Purchase Order(s) or reach expiry date. Please confirm that your company will bear the

responsibility and cost of destruction should the vaccines, by any event, reach expiry date when stored at

your warehouse.

Proposers response:

12 Please provide your company’s ESG policy (or equivalent) and confirm contact persons and their e-mail

addresses with whom UNICEF can engage on questions connected to progress on environmental and social

sustainability implementation operations.

Proposers response:

13 Please provide your company’s plans and status on establishment of digital interface to TRVST. Please

confirm contact persons and their e-mail addresses with whom UNICEF can engage on questions connected

to progress on onboarding to TRVST.

Proposers response:

RFP-DAN-2024-503793 39

VACCINE REGISTRATION STATUS SHEET

Please list the completed registrations for each vaccine and each presentation included in the Proposal. Rows may be added to the table as necessary. (Part III, Section 1)

Product Presentation Country NRA name Date of

registration Date of expiry Registration

reference

Intention to

renew

For use in

private market

or national

program

Please provide any additional information on planned and pending registrations. (Part III, Section 2):

TECHNICAL PROPOSAL SHEET

Proposers are requested to submit one technical proposal form for each vaccine product/presentation offered:

Name of Proposer: [Insert Name of Proposer]] Date: Select date

RFP reference: RFP-DAN-2024-503793

Vaccine description

Qty offered, in doses

and vials:

2025: doses/vials

WHO pre-qualified

product

☐ Yes ☐ No*

*If no, please include information requested as per Section IV, 15: Proposals of

Vaccines not yet WHO Pre-Qualified.

Language on

label/package insert

Label:

Package insert:

Samples

For the purpose of this solicitation process and technical review, sample packaging

materials for the NH influenza vaccine season 2024/25 are required, accompanied by a

detailed specifications of the modifications to the vaccine labels for the 2025/26 season,

as compared to the samples submitted in the proposal.

☐ Yes

If samples provided are different from those submitted to WHO for pre-qualification, the

differences should be explained:

☐ No

Please provide justification as per Section 3.5 of Part II:

Vaccine Vials

Monitor (VVM)

☐ Yes ☐ No

If yes, which type:

If no, please indicate feasibility to include VVM in the future, including timeline:

Barcodes

A GS1- barcode with GTIN, Expiry Date and Batch number on secondary pack and higher

levels is a mandatory requirement. Please indicate your barcode implementation:

At secondary packing level, in accordance with Annex C: ☐ Yes ☐ No

At tertiary packing level, in accordance with Annex C: ☐ Yes ☐ No

Please advise the type of barcode which is included (i.e. GSCC barcode, 2D Data Matrix

barcode) and at which level of packing:

Where the diluent is packed separately, please provide information on bar code inclusion on

secondary and tertiary packing level for diluent:

☐ Yes ☐ No ☐ Not relevant (no diluent supplied in separate secondary pack)

Barcodes

serialization and

aggregation

Serialisation and aggregation of barcodes is a preferred requirement. Please advise if

serialisation and aggregation is already implemented for the offered product and if not,

whether you are working towards implementation thereof, including the timeline for

implementation.

Serialization at secondary packing level, in accordance with Annex C: ☐ Yes ☐ No*

Serialization at tertiary packing level, in accordance with Annex C: ☐ Yes ☐ No*

Aggregation in place, in accordance with Annex C: ☐ Yes ☐ No*

Where the diluent is packed separately, please provide information on serialized bar code

inclusion on secondary and tertiary packing level for diluents: ☐ Yes ☐ No* ☐ Not

relevant (no diluent supplied in separate secondary pack)

Please advise type of barcode which is included (i.e. 2D Data Matrix barcode, GSCC

barcode) and at which level of packing:

*Indicate whether you are working towards such implementation and provide timeline for

implementation:

Data upload to

TRVST / TRVST

onboarding

Upload of barcode encoded data to TRVST is a preferred requirement and would require

onboarding to TRVST to make data available for subsequent use cases.

For those Suppliers that have an established interface to TRVST, including automatic data

upload for the respective GTIN(s) (GTIN/vaccine product(s) offered via this tender), tick

the following box: ☐ TRVST interface fully operational for offered product

and skip the remainder of this TRVST onboarding section.

For Suppliers that have not yet established or initiated the interface connection to TRVST

(in accordance with Annex C), please indicate whether you are working towards such

implementation and provide timeline for implementation for the offered product:

Continuous quality

assurance

In the past, how has your company been able to maintain the quality level for the supplied

products? If your company has faced quality problems, please provide frequency and

explanations as well as measures taken for improvement.

Total annual

production capacity

Bulk:

Final filled product for the offered vaccine:

Source of bulk:

Source of fill and finish:

If you are not bulk producer, or you do not perform the fill and finish for the product offered,

please include evidence of contractual access to bulk/fill and finish capacity.

Storage capacity Please indicate cold storage capacity for bulk and finished product, indicating the maximum

storage capacity in number of doses at any time.

Bulk:

Finished product:

Shelf life

Remaining minimum shelf life at the time of shipment:

Total shelf life of the vaccine offered:

Pease provide information on any plans to increase the current total shelf life of the vaccine

including the timelines related to anticipated approval by the NRA and WHO, as

applicable.

Vaccination

schedule:

Proposers response:

Country of Origin: Proposers response:

National Regulatory

Authority (NRA) of

record:

Proposers response:

Variations/changes to

licensure and WHO

prequalification

dossier

Are there any variations currently pending for review and approval by:

NRA of record ☐ Yes ☐ No

WHO PQT ☐ Yes ☐ No

If you answered “yes” to any of the above, please provide information on the nature of the

variation, what is the anticipated timeline for endorsement and whether the variation will

require updates for licensure by NRAs in other countries.

Proposers response:

PACKING DETAILS SHEET

Proposers are requested to provide UNICEF with packing details for each vaccine product offered using this form:

Vaccine description

Description of insulated shipper/shipping

container and transport temperature

specification

Type of coolant ☐ Ice packs

☐ Dry Ice*

*If the vaccine is packed using dry ice, please advise of any plans

to change to packing with ice packs. Also, please advise of any

effect this would have on quantity, weight and dimension.

Type of time temperature monitoring device

PACKING

Standard EXPORT Packing Dimensions

and Weight

Vaccine Diluent

Total no. of Doses per EXPORT Packing

Total no. of Vials per EXPORT Packing

Dimensions:

Length

Width

Height

Gross Weight

Net Weight

Number of inner cartons per EXPORT Packing

Standard INNER CARTON Packing

Dimensions and Weight

Vaccine Diluent

Total no. of Doses per INNER carton

Total no. of Vials per INNER carton

Dimensions:

Length

Width

Height

Gross Weight

Net Weight

DOKUMENTACIJA: