Request for Quotations (RFQ)
RFQ Number: 716.0053-18-TLP-NGA/RO10058126
RFQ Purpose: For the Procurement of Laboratory supplies, Reagents, and Equipments
Issuance Date: Monday, July 23, 2018
Closing date: Friday, August 3, 2018, 5:00 pm local Abuja, Nigerian Time
For: USAID Global Health Supply Chain program Procurement and
Supply Management (GHSC-PSM) project
Funded By: United States Agency for International Development (USAID),
Contract for Global Health Supply Chain Procurement and Supply Management (GHSC-
PSM) project Nigeria Activity; Contract No. AID-OAA-I-15-00004; Task Order 2: No.
AID- OAA-TO-15-00009
Implemented By: Chemonics International Inc. through SAII Associates Ltd/Gte
Attachments: Annex 1 FUP Subcontract with General Terms & Conditions
Annex 2 Required Certifications
Annex 3 Offer Cover Letter
Annex 4 - Product Specifications and technical requirements
Annex 5 Price Quotation Form
Annex 6 Technical Evaluation Form
Annex 7 Company Information & Registration
Point of Contact: Procurement office: PSMNigeriaTLPRFQ@ghsc-psm.org
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 2 of 14
Chemonics and its partners on GHSC-PSM (the GHSC-PSM Project) are committed to integrity in procurement,
and only selects suppliers based on objective business criteria such as price and technical merit. Chemonics
expects suppliers to comply with our Standards of Business Conduct, available at
http://www.chemonics.com/OurStory/OurMissionAndValues/Standards-of-Business-
Conduct/Pages/default.aspx.
The GHSC-PSM Project does not tolerate fraud, collusion among Offerors, falsified proposals/bids, bribery, or
kickbacks. Any firm or individual violating these standards will be disqualified from this procurement, barred
from future procurement opportunities, and may be reported to both USAID and the Office of the Inspector
General.
Employees and agents of Chemonics and the GHSC-PSM Project are strictly prohibited from asking for or
accepting any money, fee, commission, credit, gift, gratuity, object of value or compensation from current or
potential vendors or suppliers in exchange for or as a reward for business. Employees and agents engaging in this
conduct are subject to termination and will be reported to USAID and the Office of the Inspector General. In
addition, Chemonics will inform USAID and the Office of the Inspector General of any supplier offers of money,
fee, commission, credit, gift, gratuity, object of value, or compensation to obtain business.
Offerors responding to this RFQ must include the following as part of the proposal submission:
Disclose any close, familial, or financial relationships with Chemonics or the GHSC-PSM Project. For
example, if an Offeror’s cousin is employed by the GHSC-PSM Project, the Offeror must state this.
Disclose any family or financial relationship with other Offerors submitting proposals. For example, if the
Offeror’s father owns a company that is submitting another proposal, the Offeror must state this.
Certify that the prices in the offer have been arrived at independently, without any consultation,
communication, or agreement with any other Offeror or competitor for the purpose of restricting competition.
Certify that all information in the proposal and all supporting documentation are authentic and accurate.
Certify understanding and agreement to the prohibitions against fraud, bribery and kickbacks.
Please contact Kristina Cartwright, Risk Manager, at PSMRiskManagement@ghsc-psm.org to report any
potential violations. Potential violations may also be reported directly to Chemonics’ Washington office through
the contact information listed on the website found at the hyperlink above.
***** ETHICAL AND BUSINESS CONDUCT REQUIREMENTS *****
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 3 of 14
I. Introduction to Global Health Supply Chain (GHSC) Project
The USAID Global Health Supply Chain ProgramProcurement and Supply Management (GHSC-
PSM) project (alternately referred to herein as “Chemonics” or SAII or “GHSC-PSM” or “Buyer”) is
an official project of the United States Agency for International Development (USAID) implemented
by Chemonics International and its consortium members. The purpose of GHSC-PSM is to ensure
uninterrupted supplies of health commodities in support of USG-funded public health initiatives around
the world. GHSC-PSM supports health programs through the supply of a wide range of health
commodities, including contraceptives and condoms, essential medicines; and select commodities for
responses to HIV/AIDS, malaria, maternal and child health, and infectious diseases.
The offeror is responsible for ensuring that their offer is received by SAII in accordance with the
instructions, terms, and conditions described in this RFQ. Failure to adhere with instructions
described in this RFQ may lead to disqualification of an offer from consideration.
II. Services Requirements and Terms of Reference
1. Objectives and scope of the request for quotations
As part of project activities, the GHSC-PSM Project requires the procurement of Laboratory Supplies,
Reagents, and Equipments. The quantities and specifications of products requested under this RFQ
are included in Annex 4 Product Specification and Annex 5 Price Quote Form (See table in Annex
4 for Quantities).
This RFQ is open to all interested eligible Offerors. Quotes submitted will need to comply with the
terms and conditions set forth in this RFQ.
2. Questions
Questions or requests regarding the technical or administrative requirements of the RFQ shall be
submitted in writing to the following email addresses: PSMNigeriaTLPRFQ@ghsc-psm.org
The deadline for submission of questions is Thursday, July 26, 2018, 5:00 pm local Abuja, Nigerian
time. Phone calls will not be accepted. Only the written answers issued by GHSC-PSM will be
considered official and carry weight in the RFQ process and subsequent evaluation. Any verbal
information received from employees of the project, Chemonics International, Inc. or any other entity
should not be considered as an official response to any questions regarding to this RFQ.
3. Content of quotations
Only one quotation per supplier will be accepted. Quotations should be submitted via email and must
contain:
A) Administrative proposal including all required documents listed in Annex. 2, 3, 5, 6 and 7
B) Business/price proposal to be submitted strictly via Annex 5 (Price Quotation Form)
C) Complete Technical Evaluation Form listed in Annex 6 Technical Evaluation Form.
All documents submitted with the quotation must be signed by the bidding company’s authorized
representative.
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 4 of 14
A. Instructions for submission
The Offerors (alternatively referred to herein as “Suppliers” or “Subcontractors” or “Vendors”) are
responsible for ensuring that their offers are received by GHSC-PSM in accordance with the
instructions, terms, and conditions described in this RFQ. Failure to adhere to instructions described
in this RFQ may lead to disqualification of an offer from consideration. GHSC-PSM anticipates the
award of a purchase order on a fixed price basis to the Offeror who meets the criteria established in this
RFQ and is determined to be a responsible, eligible supplier for the specified item(s). Chemonics
reserves the right to cancel the RFQ or split awards across multiple successful Offerors to meet the
needs of the GHSC-PSM project and the U.S. government.
a. Offer deadline and submission protocol
Quotations should be prepared based on the guidelines listed in this RFQ, along with properly filled
out and signed price quotation form. Quotations and all correspondence and documents relating to the
offer shall be in English. Quotations must be sent by email to PSMNigeriaTLPQuotes@ghsc-psm.org
no later than Friday August 3, 2018, 5:00 pm local Abuja, Nigerian time.
Please include the RFQ reference number 716.0053-18-TLP-NGA/RO10058126 in the email subject
line.
Offers received after the specified time and date will be considered late. Consideration of late offers is
at the discretion of Chemonics.
b. Source/Nationality/Manufacturer
All goods and services offered in response to this RFQ or supplied under any resulting award must
meet USAID Geographic Code 935 in accordance with the United States Code of Federal Regulations
(CFR), 22 CFR 228.
The Offeror may not offer or supply any commodities or services that are manufactured or assembled
in, shipped from, transported through, or otherwise involving any of the following countries: Cuba,
Iran, North Korea, and Syria.
c. Technical specifications
Goods offered in the quotations must fully comply with the technical specifications listed in Annex 4.
Product(s) Specifications and Technical Requirements and terms and conditions in Annex 1
applicable to the products. The quotations must contain a detailed specification of the product offered.
d. Quotations and Prices
Offerors are requested to provide quotations using the Annex 5. Price Quotation Form. GHSC-PSM
reserves the right to order for less or more quantities as required during the period of performance of
any award(s) in response to this RFQ.
Specifications and Technical Requirements Laboratory Equipment/Supplies
*Goods Delivered must fully comply with the technical specification mentioned below:
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 5 of 14
Item #
Product
Category
Unit Pack
Size
Quantity
1
Laboratory
Supplies: General
20
slides/box
594
2
Laboratory
Supplies: General
Each
33
3
Laboratory
Reagent
500 gm
66
4
Laboratory
Equipment:
Instrument
Each
33
5
Laboratory
Equipment:
Instrument
Each
33
6
Laboratory
Reagent
25 gm
33
7
Laboratory
Reagent
1 L
66
8
Laboratory
Reagent
5 L
99
9
Laboratory
Reagent
1 kg
33
10
Laboratory
Reagent
100
tablets/bottle
132
11
Laboratory
Equipment:
Instrument
Each
33
12
Laboratory
Supplies: General
Each
66
13
Laboratory
Reagent
16 oz.
33
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 6 of 14
Product Specifications
The contractor will manufacture and supply to USAID | GHSC-PSM the quantities of Laboratory supplies
as listed in the Commodity List in accordance with the specifications listed in this section which offer a
minimum description of the supplies required.
1. Microscopes Slides Quantity: 594 boxes
Precleaned slides with frosted end for easy labeling.
Used for malaria smear preparation.
Dimension - 25 x 75mm
Color: Frosted White
Unit Pack Size: 20 slides/box
Quantity: 594 boxes
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
2. Microscopes Slide Folders/Tray Quantity: 33
Heavy Cardboard Construction that holds and protects 20 slides from dust.
Dimension - 340L x 205W x 10H mm.
Unit Pack Size: 20 slides capacity per box
Quantity: 33
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
3. Potassium dihydrogen phosphate (KH2PO4) Quantity: 66
Baker analyzed, puriss p.a, ACS reagent, buffer substance, anhydrous, pH (5% solution) is
4.3 - 4.5,
Formula: KH2PO4
Formula weight: 136.09
Reag. ISO
Reag Ph. Eur.
Purity 99.5-100.5%
Unit Pack Size: 500 gm
Quantity: 66
Please provide proper storage requirements
Please provide shelf life
Is product Cold Chain? If so Items must be packed with internal refrigeration packing for
a minimum of 96 hours
Is product considered Dangerous Goods (HAZMAT)? If so, Item must be packed per
IATA Dangerous Goods Regulations (DGR)
Please provide Material Safety Data Sheet (MSDS) if applicable
Please denote any other shipping restrictions
Please provide manufacturer name and catalogue number
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 7 of 14
Please provide estimated shipping specifications
Please provide lead time based on incoterm
4. Weighing Balance- Quantity: 33
Analytical and Precision Balances
Excal Mode
Model: PA 4201
Readability 0.1mg
Test Load 4200g
Unit pack size: Each
Quantity: 33
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
5. Timer- Quantity: 33
Timer
Three-Channel Alarm
Traceable
Battery Operated
Unit pack size: Each
Quantity: 33
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
6. Giemsa stain powder: Quantity: 33
Used as a chromosome stain and to differentiate nuclear morphology
Contain azure dyes
Form: powder
Mp: 300 °C(lit.)
Solubility ethanol: soluble1 mg/Ml
Formula: C14H14CIN3S
Molecular Weight: 291,8g/mol
Colour - dark green to black green
Unit pack size: 25 gm
Quantity: 33
Please provide proper storage requirements
Please provide shelf life
Is product Cold Chain? If so Items must be packed with internal refrigeration packing
for a minimum of 96 hours
Is product considered Dangerous Goods (HAZMAT)? If so, Item must be packed per
IATA Dangerous Goods Regulations (DGR)
Please provide Material Safety Data Sheet (MSDS) if applicable
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 8 of 14
Please denote any other shipping restrictions
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
7. Glycerol: Quantity: 66
AR grade
Glycerol used both in sample preparation and gel formation for polyacrylamide
gel electrophoresis
Glycerol (5-10%) increases the density of a sample so that the sample will layer
at the bottom of a gel’s sample well
Glycerol also used to aid in casting gradient gels and as a protein stabilizer
With storage buffer component
Refractive index: n20/D 1.474(lit.)
Bp: 182 °C/20 mmHg(lit.)
Mp: 20 °C(lit.)
Density 1.25 g/mL(lit.)
Anion traces: sulfate (SO42-)
Passes test
Cation traces heavy metals (as Pb): ≤2 ppm
ACS reagent >99.5%
Unit pack size: 1 L
Quantity: 66
Please provide proper storage requirements
Please provide shelf life
Is product Cold Chain? If so Items must be packed with internal refrigeration packing
for a minimum of 96 hours
Is product considered Dangerous Goods (HAZMAT)? If so, Item must be packed per
IATA Dangerous Goods Regulations (DGR)
Please provide Material Safety Data Sheet (MSDS) if applicable
Please denote any other shipping restrictions
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
8. Absolute Methanol: Quantity: 99
AR grade
Methanol Absolute
Acetone free
Suitable for use as a fixative and in preparing various Romanowsky type staining
solutions
Vapor density 1.11 (vs air)
Vapor pressure 410 mmHg (50 °C) 97.68 mmHg (20 °C)
Autoignition temperature 725 °F
Expl. lim. 36 %
Refractive index n20/D 1.329(lit.)
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 9 of 14
Bp 64.7 °C(lit.)
Mp −98 °C(lit.)
Density 0.791 g/mL at 25 °C(lit.)
Unit pack size: 5 L
Quantity: 99
Please provide proper storage requirements
Please provide shelf life
Is product Cold Chain? If so Items must be packed with internal refrigeration packing
for a minimum of 96 hours
Is product considered Dangerous Goods (HAZMAT)? If so, Item must be packed per
IATA Dangerous Goods Regulations (DGR)
Please provide Material Safety Data Sheet (MSDS) if applicable
Please denote any other shipping restrictions
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
9. Disodium hydrogen orthophosphate (dihydrate) - (Na2PO4): Quantity: 33
Baker analyzed
ACS reagent
Buffer substance
Dihydrate
pH (5% solution) is 9.0 - 9.2
Formula: Na2HPO4.2H2O
Formula weight: 177.99
Meets analytical specification of Ph. Eur., BP, 98.5-101% (calc. to the dried
substance)
Unit pack size: 1 kg
Quantity: 33
Please provide proper storage requirements
Please provide shelf life
Is product Cold Chain? If so Items must be packed with internal refrigeration packing
for a minimum of 96 hours
Is product considered Dangerous Goods (HAZMAT)? If so, Item must be packed
per IATA Dangerous Goods Regulations (DGR)
Please provide Material Safety Data Sheet (MSDS) if applicable
Please denote any other shipping restrictions
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
10. Buffer Tablets pH 7.2: Quantity: 132
For staining of blood smear
Buffer tablets
pH 7.2
100 tabs
For preparing buffer solution acc. to WEISE for staining of blood smears
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 10 of 14
Unit pack size: 100 tablets/bottle
Quantity: 132
Please provide proper storage requirements
Please provide shelf life
Is product Cold Chain? If so Items must be packed with internal refrigeration
packing for a minimum of 96 hours
Is product considered Dangerous Goods (HAZMAT)? If so, Item must be packed
per IATA Dangerous Goods Regulations (DGR)
Please provide Material Safety Data Sheet (MSDS) if applicable
Please denote any other shipping restrictions
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
11. pH meter: Quantity: 33
Orion Versa Star Pro Ph
Benchtop Meter
VSTAR10 series
Unit pack size: Each
Quantity: 33
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
12. Microscope Slide box: Quantity: 66
Microscope slide box
Nickel plated clasp
Pin hinges
ABS plastic
Cork lined grooved numbered slots
Stackable
Inventory sheet 208mm x 175mm x 34mm capacity
Unit pack size: 100 slides
Quantity: 66
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
13. Immersion Oil - Type B: Quantity: 33
Immersion Oil
Type B
Type B High-viscosity
16 fl Oz(450ml)
Unit pack size: 16 fl Oz (450ml)
Quantity: 33
Please provide manufacturer name and catalogue number
Please provide estimated shipping specifications
Please provide lead time based on incoterm
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 11 of 14
Please quote prices on the following basis: FCA 2010 - Supplier Dock (for international vendors) and
DDP (for local vendors) INCOTERM Basis. Quotations in response to this RFQ must be priced on a
fixed-price, all-inclusive basis, including delivery and all other costs. Pricing must be presented in US
dollars (for international vendors) and Nigerian naira (for local vendors). Offers must remain valid for
not less than ninety (90) calendar days after the offer deadline.
As part of the response to this RFQ, the Offerors shall provide an estimated lead time for the specified
quantity (in calendar weeks) for each item quoted. Lead time means the period between the receipt of
a firm order and the time when the goods are ready for delivery in accordance with the specified
INCOTERM or otherwise transferred to GHSC-PSM. The lead time estimate presented in an offer in
response to this RFQ must be upheld in the performance of any resulting contract and shall be listed as
the Goods Availability Date (GAD). In review of the foregoing, if GAD expressed at the time of
solicitation in a number of weeks from when PSM issues and award for fulfillment is not maintained
by the Supplier at the point of order placement, it will be taken into account in future evaluations as
part of past performance. Since meeting the GAD is of the essence of this award, if the Supplier fails
to deliver any or all the Goods within the period specified in an Order, GHSC-PSM may without
prejudice to all its other remedies under the IDIQ subcontract, deduct from the Order price, liquidated
damages in accordance with the liquidated damages clause.
The prices (unit prices and extended prices) specified in the offer, and any subsequent
agreement/purchase order, are firm, fixed, all-inclusive total unit prices covering performance of all
supplier obligations under the subcontract. No additional sums will be payable for any change or
escalation in the cost of materials, equipment, packaging or labor; the costs of cooperating with
sampling, testing, inspection and other quality assurance requirements, when applicable; warranty-
related costs and charges; and, all other costs and charges of whatever description or amount in
connection with, necessary for, or resulting from a supplier's required performance.
The Offeror agrees that the Price(s) in the quote in response to this RFQ represent the lowest price(s)
at which Offeror currently sells the Goods under comparable terms and conditions to any United States
Government or US Government funded customers. If during the life of any subsequent subcontract, the
supplier sells the Goods to any U.S. Government or U.S. Government funded customer for a lower
price, it will promptly inform Chemonics and execute an amendment to the subcontract so that such
lower price applies to any pending or subsequent Goods delivered thereunder.
e. Period of performance
Chemonics anticipates the period of performance of this subcontract to be for the duration of the lead
time from date of signature. The exact period of performance will be negotiated based on actual
proposed delivery timelines submitted with Offerors’ responses.
f. Taxes and Value Added Tax (VAT)
The GHSC-PSM prime contract under which this procurement is funded does not permit the financing
of any taxes, VAT, tariffs, duties, or other levies imposed by any laws in effect in the Cooperating
Country. No such Cooperating Country taxes, VAT, charges, tariffs, duties or levies will be paid under
an order resulting from this RFQ. The Offeror shall not assess any cooperating country taxes, duties,
levies, etc. from which this USAID project is exempt.
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 12 of 14
According to the Nigerian withholding tax law, SAII is required to withhold the “subcontractor/vendor”
taxes from the gross amount payable to all Nigerian for-profit. In accordance with this requirement,
SAII shall withhold 5% for goods provided.
g. Offeror Eligibility
By submitting an offer in response to this RFQ, the Offerors certify that it and their principal officers
are not debarred, suspended, or otherwise considered ineligible for an award by the U.S. Government.
Chemonics will not award a contract to any firm that is debarred, suspended, or considered to be
ineligible by the U.S. Government. Offerors shall be requested to provide a DUNS number in order to
receive a sub-award valued at US $30,000 or more.
1
B. Evaluation Criteria
GHSC-PSM anticipates the award of a subcontract with the Offeror(s) who follow the RFQ
instructions, meet the eligibility requirements established in this RFQ, are determined to be responsible,
and who are deemed eligible supplier(s) for the specified goods. Proposals that meet the minimum
technical requirements will be evaluated on the basis of the following criteria
Price 80%
Lead Time 20%
*Minimum technical requirements would include all the requested Annexes and requested
documents.
Chemonics reserves the right to include other criteria, based on the requirements of specific RFQ. Price
is significantly more important than other factors in award evaluation.
It is anticipated that award will be made on a best value analysis on the basis of original quotations and
the above referenced evaluation criteria among all suppliers who qualify. However, Chemonics reserves
the right to conduct negotiations with and/or request clarifications from any Offeror prior to award.
If there are significant deficiencies regarding responsiveness to the requirements of this RFQ, an offer
may be deemed “non-responsive” and thereby disqualified from consideration. Chemonics reserves the
right to waive immaterial deficiencies at its discretion. In submitting a response to this RFQ, the
Offerors understand that USAID is not a party to this solicitation and the Offerors agree that any
questions or concerns hereunder must be presentedin writing with full explanationsin accordance
with the guidance set forth in Section II.2, above, to Chemonics for consideration. Chemonics reserves
the right to cancel this RFQ at any time.
C. Terms and Conditions
This is a Request for Quotations only. Issuance of this RFQ does not in any way obligate Chemonics,
the GHSC-PSM Project, or USAID to make an award or pay for costs incurred by the Offeror in the
preparation and submission of an offer.
Any award resulting from this RFQ will be in the form of Firm Unit Price Subcontract.
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 13 of 14
This solicitation is subject to Chemonics’ general terms and conditions and any attachments thereto. A
copy of the general terms and conditions are attached to this RFQ. Any resultant award will be governed
by these terms and conditions. Chemonics reserves the right to make revisions to the content, order,
and numbering of the provisions in the actual subcontract document prior to execution by Chemonics
and the selected Offeror. Issuance of a subcontract and placement of any orders thereunder is subject
to the availability of sufficient funds.
Risk of loss, damage, injury, or destruction of the goods shall be borne by the Offeror until custody is
transferred upon delivery to GHSC-PSM on behalf of USAID.
United States law prohibits transactions with, and the provision of resources and support to,
individuals and organizations associated with terrorism. The supplier under any award resulting from
this RFQ must ensure compliance with these laws.
D. Product utilization
Items purchased under this Contract are not for use in the United States of America. Products supplied
under this Contract are a component of USAID’s integrated reproductive health strategy for developing
countries for use in Public sector family planning programs, and private sector family planning
programs (i.e., NGOs).
The product(s) will be donated to public health systems and to private non-profit family planning
institutions in developing countries selected by USAID. Community-based, non-profit distribution
systems, public or private are included as possible recipients of products supplied by this program.
These products may not be used by recipient institutions for resale to commercial institutions or in
response to bids on local or international tenders.
E. Packing, Shipping and Delivery Specifications:
Packaging, packing and marking shall be similar or equal of the Offeror’s normal and standard
commercial packing. Offerors must include details of the estimated shipping specification with each
quotation as follows:
Number of boxes, per pallet, per destination and total number of boxes
Number of pallet, per destination and total number of pallet
Gross Weight (kgs) and dimensions (cms) of each pallet and destination
Total gross weight (kgs) and total cube (m3) of each pallet and destination
Any Cold Chain or Dangerous Goods (HAZMAT) products must be packed accordingly per
individual requirements in compliance with IATA regulations for cold chain and dangerous goods
shipping.
Quote Cold Chain packaging separately per line item
Quote Hazardous packaging separately per line item
As part of its response to this RFQ, each Offeror is expected to provide an estimated lead time of
specified quantity (in calendar weeks). Lead time means the period between the receipts of firm
order until the goods are delivered or ready for pick-up depending on incoterm. The lead time
estimate presented in an offer in response to this RFQ must be upheld in the performance of any
resulting contract.
RFQ-716.0053-18-TLP-NGA/RO10058126 Page 14 of 14
Note:
Interested offerors are to provide prices and requested details on a line-by-line basis.
Offerors are expected to provide their best and most competitive prices.
Provision of Samples All Offerors submitting quotes may be requested to submit samples.
Detailed descriptions, pictures, URL’s should be provided where samples cannot be made
available.
Items to be delivered should be the freshest available stock and must have minimum
remaining shelf life [RSL] of at least 75% at the time of delivery.
Any packaging or pallet charges must be included in the quote as contracts are firm fixed
priced.
Annex 5 (Price Quotation Form) should be submitted in excel and PDF format.