+ All Categories
Home > Documents > CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and...

CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and...

Date post: 24-Apr-2020
Category:
Upload: others
View: 35 times
Download: 0 times
Share this document with a friend
36
Transcript
Page 1: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health
Page 2: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 01 MARCH 2017 TO 28 FEBRUARY 2019   

2  

IMPORTANT GENERAL INFORMATION:  

1.1 Please note that the delivered price is for the unit of measure (UOM) offered. Unit of Measure, National Stock Numbers and prices should be carefully matched when placing or executing orders.

 1.2 All prices are inclusive of 14 % VAT.

 1.3 All prices are on a delivered basis.

  

1.4 Contact persons and e-mail addresses indicated hereunder are to be used for contract enquiries and not for orders.

 2. NAMES AND ADDRESSES OF CONTRACTORS AND CONTACT DETAIL Supplier Name Supplier

Code Postal Address Telephone No.

Fax Number Contact Person ---------------------- E-mail Address

Abbott Laboratories (Pty) Ltd

V2150 MAAA0030395

P O Box 7208 WELTEVREDENPARK 1715

(011) 858-2014 (011) 858-2248

Nothemba Lumka [email protected]

AbbVie (Pty) Ltd V3PG3 MAAA0076921

P O Box 4840 WELTEVREDENPARK 1715

(011) 831-3200 (011) 831-3291

Mpumelelo Nhlapo [email protected]

Accord Healthcare (Pty) Ltd

V2MB8 MAAA0005335

Private Bag X51 Postnet Suite 182 RIVONIA 2128

(011) 234-5703 (011) 234-5700

Reshlan Nagoor [email protected]

Actor Pharma (Pty) Ltd

V2G28 MAAA0183044

P O Box 7408 Halfway House MIDRAND 1685

(011) 312-3812 (011) 312-7814

Malcolm Ryan Blane [email protected]

Adcock Ingram Critical Care (Pty) Ltd

V4222 MAAA0010153

P O Box 6888 JOHANNESBURG 2000

(011) 494-8503 (086) 553-8503

Zwelethu Bashman [email protected]

Adcock Ingram Healthcare (Pty) Ltd

V2272 MAAA0036413

Private Bag X69 BRYANSTON 2021

(011) 635-0671 (086) 553-0671

Louis Fourie [email protected]

AstraZeneca Pharmaceuticals (Pty) Ltd

V2180 MAAA0006577

Private Bag X23 BRYANSTON 2021

(011) 797-6166 (086) 676-5948

Singatwa Mnqandi [email protected]

Austell Laboratories (Pty) Ltd

V1A10 MAAA0034946

P O Box 1110 CROWN MINES 2025

(011) 611-1400 (011) 839-0401

Younus Karolia [email protected]

B Braun Medical (Pty) Ltd

VYL89 MAAA0040832

P O Box 1787 RANDBURG 2125

(010) 222-3000 (010) 222-3133

Walda van Zyl [email protected]

Bayer (Pty) Ltd V6390 MAAA0009623 

P O Box 143 ISANDO 1600

(011) 921-5279 (011) 921-5272

Magda Noack [email protected]

Page 3: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 01 MARCH 2017 TO 28 FEBRUARY 2019   

3  

Supplier Name Supplier Code

Postal Address Telephone No. Fax Number

Contact Person ---------------------- E-mail Address

Biotech Laboratories (Pty) Ltd

VUV35 MAAA0029826

Suite 150 Private Bag X65 HALFWAY HOUSE 1685

(011) 848-3050 (011) 848-3065

Duduzile Mofolo [email protected]

Dezzo Trading 392 (Pty) Ltd

V05Y6 MAAA0006141

P O Box 725 LAWLEY 1824

(011) 857-2090 (086) 265-2233

Omar Matthews [email protected]

Equity Pharmaceuticals (Pty) Ltd

V1QZ3 MAAA0007480

P O Box 60964 PIERRE VAN RYNEVELD 0045

(012) 345-1747 (012) 345-1412

Benjamin Miny [email protected]

Ferring (Pty) Ltd VXY92 MAAA0005879

P O Box 14358 CLUBVIEW 0014

(012) 345-6358 (012) 345-1156

Mercia van Zyl [email protected]

Fresenius Kabi South Africa (Pty) Ltd

VAJL3 MAAA0007374

P O Box 4156 Halfway House MIDRAND 1685

(011) 545-0000 (011) 545-0060

Albertha Nel [email protected]

Gulf Drug Company (Pty) Ltd

VTS03 MAAA0009791

P O Box 1523 DURBAN 4000

(031) 538-8700 (031) 502-2379

Kevin Moonsamy [email protected]

Innovata Pharmaceuticals (Pty) Ltd

VBBL4 MAAA0003385

P O Box 777 KELVIN 2054

(086) 999-0912 (086) 585-5115

Trish-Anne Samuels [email protected]

Janssen Pharmaceutica (Pty) Ltd

VBKY6 MAAA0016328

P O Box 785939 SANDTON 2146

(011) 518-7000 (086) 673-9513

Reshedah Gany [email protected]

Litha Pharma (Pty) Ltd

VGS73 MAAA0009244

P O Box 83 MIDRAND 1685

(087) 742-1691 (087) 742-1666

Barry Budler [email protected]

Lundbeck South Africa (Pty) Ltd

VVS90 MAAA0031052

P O Box 2171 NORTH RIDING 2162

(011) 699-1600 (011) 795-2252

Laurinda Sumares [email protected]

MSD (Pty) Ltd V2185 MAAA0077142

Private Bag 3 HALFWAY HOUSE 1685

(011) 655-3357 (011) 655-3429

Muriel Malape [email protected]

Novartis South Africa (Pty) Ltd

VBVW2 MAAA0006317 

P O Box 12257 VORNA VALLEY 1686

(011) 347-6846 (011) 929-2479

Darisha Singh [email protected]

Novo Nordisk (Pty) Ltd

V2743 MAAA0013414

P O Box 783155 SANDTON 2146

(011) 202-0500 (011) 807-4252

Moloele Timothy Kedijang [email protected]

Pfizer Laboratories (Pty) Ltd

V2189 MAAA0019202

P O Box 783720 SANDTON 2146

(011) 320-6000 (011) 895-1491

Themba Mnguni [email protected]

Pharmacare Limited

V2205 MAAA0008452

P O Box 1593 GALLO MANOR 2052

(011) 239-6243 (086) 574-3175

Jaco De Wet [email protected]

Pharmaco Distribution (Pty) Ltd

VBVW1 MAAA0044115

P O Box 786522 SANDTON 2146

(011) 784-0077 (011) 784-6994

Jan van Den Berg [email protected]

Page 4: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 01 MARCH 2017 TO 28 FEBRUARY 2019   

4  

Supplier Name Supplier Code

Postal Address Telephone No. Fax Number

Contact Person ---------------------- E-mail Address

Pharma-Q (Pty) Limited

V1NK1 MAAA0016762

Private Bag X09 FLORIDA 1710

(011) 247-1600 (086) 652-8211

Anand Mehta [email protected]

Qualipharm cc V1P16 MAAA0002307

P O Box 70747 OVERPORT 4067

(031) 563-7272 (086) 543-1602

Anusha Parusnath [email protected]

Roche Products (Pty) Ltd

V2177 MAAA0007487

P O Box 55922 NORTHLANDS 2116

(011) 502-5000 (011) 268-5738

Mongezi Sokanyile [email protected]

Safeline Pharmaceuticals (Pty) Ltd

VZL63 MAAA0002530

P O Box 7900 PALMCOURT 1715

(011) 288-5360 (011) 288-5399

MK Naidu [email protected]

Sanofi-Aventis South Africa (Pty) Ltd

V2160 MAAA0009069

Private Bag X207 MIDRAND 1683

(011) 256-3700 (086) 678-8682

Gavin Bauer [email protected]

Zydus Healthcare SA (Pty) Ltd

V61C7 MAAA0323967

Suite 100 Private Bag X32 HIGHVELD PARK 0157

(012) 748-6400 (012) 748-6444

Sandeep Gadhia [email protected]

 

Page 5: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

HP06-2017SVP: SMALL VOLUME PARENTERALS AND INSULIN DEVICES CONTRACT CIRCULAR FOR THE PERIOD 1 MARCH 2017 TO 28 FEBRUARY 2019

Item No Item Description Estimate Quantity Awarded

% Split Supplier Name Supplier Code

Brand Name Delivered Price

Unit Pack Lead time

(Days)

MOQ Total Score NSN UOM

1 Acetylcysteine 200mg/ml injection, 10ml

95 729 95 729 100 Equity Pharmaceuticals (Pty) Ltd

V1QZ3 Paradote R 145.0000 1 injection 14 1 x 10 vials 90.00 181915188 VI

2 Adenosine 3mg/ml injection, 2ml 53 238 53 238 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 Adenocor Vial R 95.8200 1 injection 14 6 94.00 180373081 VI

5 Adrenaline (Epinephrine) 1mg/ml injection, 1ml

5 364 229 3 754 960 70% Pharma-Q (Pty) Limited V1NK1 Pharma-Q Adrenaline R 3.9216 1 injection 14 400 90.00 180075485 AM

5 Adrenaline (Epinephrine) 1mg/ml injection, 1ml

Product awarded:Adrenaline Fresenius 1mg/1ml (1:1000):Deviation: Shelf-life 12 months instead of 18 months

5 364 229

1 609 269 30% Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Adrenaline Fresenius 1mg/1ml (1:1000) R 4.1792 1 injection 14 10 ampoules 84.09 180075485 AM

6 Alfentanil 0.5mg/ml injection, 2ml 242 225 242 225 100 Janssen Pharmaceutica (Pty) Ltd

VBKY6 Rapifen 2ml R 40.1964 1 injection 14 5 x 2ml ampoules

90.00 180075489 AM

7 Alprostadil 0.5mg/ml injection, 1ml 3 616 3 616 100 Pfizer Laboratories (Pty) Ltd V2189 Prostin VR 0.5mg/ml inj 1ml R 2 309.6760 1 injection 14 5 93.00 180075498 AM

9 Aminophylline 25mg/ml injection, 10ml

256 181 256 181 100 Adcock Ingram Critical Care (Pty) Ltd

V4222 Sabax Aminophylline IV R 3.0700 1 injection 14 100 ampoules (1 shipper)

95.00 189700102 AM

10 Amiodarone 50mg/ml injection, 3ml

115 360 115 360 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 Cordarone X Intravenous R 45.8100 1 injection 14 6 94.00 180075509 AM

11 Atropine 0.5mg injection, 1ml 869 978 869 978 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Atropine Sulphate Fresenius 0.5mg/1ml R 4.6512 1 injection 14 10 ampoules 90.00 189707023 AM

12 Atropine 1mg injection, 1ml 704 142 704 142 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Atropine Sulphate Fresenius 1.0mg/1ml R 4.6170 1 injection 14 10 ampoules 90.00 189707024 AM

13 Betamethasone 4mg injection, 1ml 661 822 661 822 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Betamethasone R 3.3630 1 injection 14 400 90.00 180075545 AM

16 Biperiden 5mg injection, 1ml 70 394 70 394 100 Pharmaco Distribution (Pty) Ltd

VBVW1 Akineton R 36.2200 1 injection 14 10 91.00 180075548 AM

17 Bupivacaine 5mg/ml injection, spinal, 4ml

149 109 149 109 100 Adcock Ingram Critical Care (Pty) Ltd

V4222 Macaine HCl 0.5% spinal injection R 9.8000 1 injection 14 10 x 4ml 95.00 180075553 AM

18 Bupivacaine 5mg/ml injection, 10ml

942 479 659 735 70% Adcock Ingram Critical Care (Pty) Ltd

V4222 Macaine HCl 0.5% injection R 5.9000 1 injection 14 10 x 10ml 95.00 180075551 AM

18 Bupivacaine 5mg/ml injection, 10ml

942 479 282 744 30% Pharma-Q (Pty) Limited V1NK1 Pharma-Q Bupivacaine R 6.0420 1 injection 14 300 87.83 180075551 AM

19 Bupivacaine 5mg, Adrenaline 5mcg/ml injection, 20ml

164 128 164 128 100 Adcock Ingram Critical Care (Pty) Ltd

V4222 Macaine HCl 0.5% with Adrenaline R 17.8200 1 injection 14 10 x 20ml 95.00 180075555 AM

20 Bupivacaine 5mg, Dextrose Anhydrous 72.7mg/ml injection, 4ml

721 721 721 721 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Bupivacaine spinal + Dextrose R 3.2920 1 injection 14 400 90.00 180075556 AM

21 Caffeine 20mg/ml injection, 1ml 1 200 1 200 100 Safeline Pharmaceuticals (Pty) Ltd

VZL63 Cayona 20mg/ml R 335.8300 1 injection 14 10 99.00 181938221 AM

22 Calcium chloride 10% m/v injection, 10ml

81 827 81 827 100 Adcock Ingram Critical Care (Pty) Ltd

V4222 Sabax-Calcium Chloride 10% (10ml) R 3.3000 1 injection 14 100 ampoules (1 shipper)

95.00 180075562 AM

23 Calcium Gluconate 10% m/v injection, 10ml

408 603 408 603 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Calcium Gluconate Fresenius injection R 6.5694 1 injection 14 10 ampoules 90.00 180075565 AM

26 Clonazepam 1mg/ml injection, 1ml 223 543 223 543 100 Roche Products (Pty) Ltd V2177 Rivotril 1mg/1ml R 19.4200 1 injection 14 1 pack of 5 ampoules

90.00 180075726 AM

Page 1 of 7

Page 6: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

HP06-2017SVP: SMALL VOLUME PARENTERALS AND INSULIN DEVICES CONTRACT CIRCULAR FOR THE PERIOD 1 MARCH 2017 TO 28 FEBRUARY 2019

Item No Item Description Estimate Quantity Awarded

% Split Supplier Name Supplier Code

Brand Name Delivered Price

Unit Pack Lead time

(Days)

MOQ Total Score NSN UOM

27 Clothiapine 10mg/ml injection, 4ml 77 571 77 571 100 Pharmaco Distribution (Pty) Ltd

VBVW1 Etomine injections R 19.8000 1 injection 14 10 91.00 180075729 AM

28 Cyproterone acetate 100mg/ml injection, 3ml

19 283 19 283 100 Bayer (Pty) Ltd V6390 Androcur Depot R 117.6200 1 injection 13 3 x 3ml 90.00 180090442 AM

30 Desferrioxamine 500mg injection,1 vial

83 379 83 379 100 Novartis South Africa (Pty) Ltd VBVW2 Desferal powder for solution for injection 500mg

R 86.0904 1 injection 14 1 pack of 10 injections

90.00 180075755 VI

31 Desmopressin 4mcg injection, 1ml 9 918 9 918 100 Ferring (Pty) Ltd VXY92 DDAVP injection R 78.0750 1 injection 3 1 box of 10 ampoules

90.00 180075757 AM

32 Dexamethasone 4mg injection, 1ml 2 971 194 2 674 075 90% Zydus Healthcare SA (Pty) Ltd V61C7 Dexona 4 mg/ml injection R 2.8500 1 injection 14 5 000 90.00 180075759 AM

32 Dexamethasone 4mg injection, 1ml 2 971 194 297 119 10% Pharma-Q (Pty) Limited V1NK1 Pharma-Q Dexamethasone Phosphate R 3.6772 1 injection 14 400 63.88 180075759 AM

33 Dexmedetomidine 100 mcg/mlInjection for infusion, 2ml

4 491 4 491 100 Pfizer Laboratories (Pty) Ltd V2189 PreceDex R 440.3300 1 injection 14 5 93.00 181937349 AM

34 Dextrose 50% m/v injection, 20ml 991 797 991 797 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Dextrose Fresenius 50% (20ml) injection R 12.8250 1 injection 14 10 ampoules 90.00 180075794 AM

35 Dextrose 50% m/v injection, 50ml 702 991 702 991 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Dextrose-Fresenius 50% (50ml) R 23.5752 1 injection 14 10 bags 90.00 180352804 BG

36 Diazepam 5mg/ml injection, 2ml 630 169 630 169 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Diazepam R 2.5080 1 injection 14 500 90.00 180075798 AM

37 Diclofenac 25mg/ml injection, 3ml 8 210 560 5 747 392 70% Innovata Pharmaceuticals (Pty) Ltd

VBBL4 Trio-Diclofenac injection R 1.1800 1 injection 14 1 800 99.00 180075799 AM

37 Diclofenac 25mg/ml injection, 3ml 8 210 560 2 463 168 30% Biotech Laboratories (Pty) Ltd VUV35 Bio Diclofenac injection 3ml R 1.2800 1 injection 14 1 x 100 x 3ml 90.37 180075799 AM

40 Dobutamine 12.5mg/ml injection, 20ml

152 098 152 098 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Dobutamine Fresenius 250mg/20ml R 43.1262 1 injection 14 5 ampoules 90.00 189715235 VI

41 Dopamine 40mg/ml injection, 5ml 109 740 109 740 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Dopamine HCl Fresenius 200mg/5ml R 8.0940 1 injection 14 10 ampoules 90.00 180075879 AM

44 Enoxaparin 40mg injection, 0.4ml 4 385 039 4 385 039 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 Clexane PFS 40mg R 27.7000 1 injection 10 10 94.00 180077964 SG

45 Enoxaparin 60mg injection, 0.6ml 276 934 276 934 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 Clexane 60 R 42.2000 1 injection 10 10 94.00 181891011 SG

46 Enoxaparin 80mg injection, 0.8ml 1 353 552 1 353 552 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 Clexane PFS 80mg R 44.3300 1 injection 10 10 94.00 181891013 SG

47 Ephedrine 50mg injection, 1ml 235 015 235 015 100 Pfizer Laboratories (Pty) Ltd V2189 Ephedrine 50mg injection, 1ml R 30.8860 1 injection 14 10 93.00 189713748 AM

49 Erythropoietin 2 000 IU injection 192 394 192 394 100 Roche Products (Pty) Ltd V2177 Recormon 2000IU/0.3ml R 48.2000 1 injection 14 1 pack of 6 syringes

90.00 180250265 SG

50 Erythropoietin 4 000 IU injection 416 045 416 045 100 Roche Products (Pty) Ltd V2177 Recormon 4000IU/0.3ml R 71.6000 1 injection 14 1 pack of 6 syringes

90.00 180250272 SG

51 Erythropoietin 10 000 IU injection 56 244 56 244 100 Roche Products (Pty) Ltd V2177 Recormon 10000IU/0.6ml R 220.0000 1 injection 14 1 pack of 6 syringes

90.00 180251455 SG

52 Erythropoietin 30 000 IU injection 5 314 5 314 100 Roche Products (Pty) Ltd V2177 Recormon 30000IU/0.6ml R 720.0000 1 injection 14 1 pack of 4 syringes

90.00 181829692 SG

53 Esomeprazole injection, 40mg 166 010 166 010 100 AstraZeneca Pharmaceuticals (Pty) Ltd

V2180 Nexiam 40mg IV R 26.3910 1 injection 10 10 93.00 181799280 VI

55 Etomidate 2mg/ml injection, 10ml 100 443 100 443 100 Janssen Pharmaceutica (Pty) Ltd

VBKY6 Hypnomidate R 37.3920 1 injection 14 5 x 10ml ampoules

90.00 180075956 AM

Page 2 of 7

Page 7: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

HP06-2017SVP: SMALL VOLUME PARENTERALS AND INSULIN DEVICES CONTRACT CIRCULAR FOR THE PERIOD 1 MARCH 2017 TO 28 FEBRUARY 2019

Item No Item Description Estimate Quantity Awarded

% Split Supplier Name Supplier Code

Brand Name Delivered Price

Unit Pack Lead time

(Days)

MOQ Total Score NSN UOM

56 Fentanyl 0.05mg/ml injection, 2ml 1 116 853 1 005 168 90% Pharma-Q (Pty) Limited V1NK1 Pharma-Q Fentanyl R 3.0780 1 injection 14 500 90.00 180075959 AM

56 Fentanyl 0.05mg/ml injection, 2ml 1 116 853 111 685 10% Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Fentanyl Fresenius 100mcg/2ml R 4.1724 1 injection 14 10 ampoules 58.00 180075959 AM

57 Fentanyl 0.05mg/ml injection, 10ml 107 638 107 638 100% Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Fentanyl Fresenius 500mcg/10ml R 9.0174 1 injection 14 5 ampoules 90.00 180075960 AM

58 Flumazenil 0.1mg/ml injection, 5ml 21 379 21 379 100% Pharmaco Distribution (Pty) Ltd

VBVW1 Anexate R 244.8000 1 injection 14 5 91.00 189712783 AM

59 Flumazenil 0.1mg/ml injection, 10ml

1 114 1 114 100% Pharmaco Distribution (Pty) Ltd

VBVW1 Anexate R 401.6000 1 injection 14 5 91.00 189711614 AM

61 Flupenthixol 20mg injection, 1ml 779 451 779 451 100% Lundbeck South Africa (Pty) Ltd

VVS90 Fluanxol Depot 20mg/ml R 29.3580 1 injection 10 25 90.00 180017761 AM

64 Furosemide 10mg/ml injection, 2ml 4 942 295 2 817 108 57% Litha Pharma (Pty) Ltd VGS73 A-Lennon Furrosemide injection 20mg/2ml R 1.5500 1 injection 14 750 95.00 180075982 AM

64 Furosemide 10mg/ml injection, 2ml 4 942 295 1 087 305 22% Dezzo Trading 392 (Pty) Ltd V05Y6 Lixetic 10mg/ml R 2.5200 1 injection 14 1 920 37.68 180075982 AM

64 Furosemide 10mg/ml injection, 2ml 4 942 295 1 037 882 21% Adcock Ingram Critical Care (Pty) Ltd

V4222 Adco Furosemide 20mg/2ml R 2.5900 1 injection 14 100 ampoules (1 shipper)

34.61 180075982 AM

65 Furosemide 10mg/ml injection, 5ml 359 759 359 759 100 Dezzo Trading 392 (Pty) Ltd V05Y6 Lixetic 10mg/ml R 4.2100 1 injection 14 90 94.00 180075985 AM

66 Furosemide 10mg/ml injection, 25ml

193 196 193 196 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Frusemide Fresenius 250mg/25ml R 13.5090 1 injection 14 10 ampoules 90.00 180075988 AM

68 Glyceryl trinitrate 1mg/ml, injection, 10ml

91 509 91 509 100 Pharmacare Limited V2205 Nitrocine 1mg/ml 10ml Amp R 43.8672 1 injection 14 2 x 10 95.00 180124272 AM

70 Glycopyrronium bromide 0.2mg/ml injection, 2ml

433 281 433 281 100 Pharmacare Limited V2205 Robinul 2ml inj R 15.5838 1 injection 14 6 x 10 95.00 180075998 AM

72 Haloperidol 5mg/ml injection, 1ml 323 196 323 196 100 Pfizer Laboratories (Pty) Ltd V2189 Serenace 5mg/ml inj 1ml R 26.0960 1 injection 14 5 93.00 180076000 AM

73 Haloperidol 10mg/ml injection, 2ml 45 586 45 586 100 Pfizer Laboratories (Pty) Ltd V2189 Serenace 20mg/2ml inj 2ml R 43.1060 1 injection 14 5 93.00 180076001 AM

74 Heparin 1000 IU/ml injection, 5ml 453 565 453 565 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Heparin Sodium Fresenius 1000IU/1ml (5ml) R 15.5040 1 injection 14 10 vials 90.00 189715772 VI

75 Heparin 5000 IU/ml injection, 5ml 539 970 539 970 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Heparin Sodium Fresenius 5000IU/1ml (5ml) R 27.9984 1 injection 14 10 vials 90.00 189710951 VI

77 Hydrocortisone 100mg/2ml injection, 2ml

2 662 030 2 662 030 100 Pfizer Laboratories (Pty) Ltd V2189 Solu-cortef 100mg/2ml PDR for inj R 21.9240 1 injection 14 5 93.00 180018040 VI

78 Hyoscine-N-Butylbromide 20mg injection, 1ml

2 089 849 2 089 849 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Hyoscine Butylbromide R 4.9362 1 injection 14 500 90.00 180076081 AM

79 Insulin, biosynthetic, human, soluble, 100 units/ml, 3ml disposable pen

1 072 810 1 072 810 100 Novo Nordisk (Pty) Ltd V2743 Actrapid (HM) GE Flexpen R 30.7800 1 pen 10 10 91.00 180309128 SG

80 Insulin, biosynthetic, human, soluble, 100 units/ml,

10ml vial

325 772 325 772 100 Dezzo Trading 392 (Pty) Ltd V05Y6 Biosulin R R 34.9400 1 vial 14 240 94.00 189710585 VI

81 Insulin, biosynthetic, human, biphasic, 100 units/ml, Soluble 30% and Isophane 70% 3ml disposable pen

3 639 482 3 639 482 100 Novo Nordisk (Pty) Ltd V2743 Actraphane (HM) GE Flexpen R 30.7800 1 pen 10 10 91.00 180309129 SG

Page 3 of 7

Page 8: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

HP06-2017SVP: SMALL VOLUME PARENTERALS AND INSULIN DEVICES CONTRACT CIRCULAR FOR THE PERIOD 1 MARCH 2017 TO 28 FEBRUARY 2019

Item No Item Description Estimate Quantity Awarded

% Split Supplier Name Supplier Code

Brand Name Delivered Price

Unit Pack Lead time

(Days)

MOQ Total Score NSN UOM

82 Insulin, biosynthetic, human, biphasic 30/70 100 units/ml, 3 ml penfill cartridge for use in pens (Pens to be provided free of charge to patients)

3 261 327 3 261 327 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 Insuman Comb 30/70 (300IU/3ml) R 33.3500 1 cartridge 10 5 94.00 181916020 EA

83 Insulin, biosynthetic, human, biphasic, 100 units/ml, Soluble 30% and Isophane 70% 10ml vial

3 739 547 2 243 728 60% Dezzo Trading 392 (Pty) Ltd V05Y6 Biosulin 30-70 R 34.8800 1 vial 14 240 92.21 189711634 VI

83 Insulin, biosynthetic, human, biphasic, 100 units/ml, Soluble 30% and Isophane 70% 10ml vial

3 739 547 1 495 819 40% Novo Nordisk (Pty) Ltd V2743 Actraphane (HM) GE Vial R 34.2000 1 vial 10 10 91.00 189711634 VI

84 Insulin, biosynthetic, human, isophane, 100 units/ml, 3ml

disposable pen

1 827 102 1 827 102 100 Novo Nordisk (Pty) Ltd V2743 Protaphane (HM) GE Flexpen R 30.7800 1 pen 10 10 91.00 180309126 SG

85 Insulin, biosynthetic, human, isophane, 100 units/ml, 10ml vial

671 056 671 056 100 Dezzo Trading 392 (Pty) Ltd V05Y6 Biosulin N R 34.9900 1 vial 14 240 94.00 189710587 VI

86 Iron dextran containing elemental iron 50mg injection, 2ml

78 252 78 252 100 Litha Pharma (Pty) Ltd VGS73 Cosmofer R 65.0000 1 injection 14 50 95.00 181891028 AM

87 Iron dextran containing elemental iron 500mg injection, 10ml

21 000 21 000 100 Litha Pharma (Pty) Ltd VGS73 Cosmofer R 325.0000 1 injection 14 10 95.00 181871852 AM

88 Iron sucrose containing elemental iron injection 100mg, 5ml

163 786 163 786 100 Actor Pharma (Pty) Ltd V2G28 Rautevene R 41.0400 1 injection 14 10 90.00 180185678 AM

89 Ketamine 10mg/ml injection, 20ml 38 717 38 717 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Ketamine Fresenius 10mg/1ml R 26.7900 1 injection 14 10 vials 90.00 189710933 VI

90 Ketamine 50mg/ml injection, 10ml 34 051 34 051 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Ketamine Fresenius 50mg/1ml R 35.6022 1 injection 14 10 vials 90.00 189710574 VI

91 Ketamine 100mg/ml injection, 10ml 25 487 25 487 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Ketamine Fresenius 100mg/1ml R 71.1930 1 injection 14 10 vials 90.00 189706747 VI

93 Lignocaine 1% m/v injection, not for IV use, 20ml

1 269 894 1 269 894 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Lignocaine HCl Fresenius 1% (vials) 20ml R 9.1542 1 injection 14 10 vials 90.00 180076306 VI

94 Lignocaine 2% m/v injection, not for IV use, 20ml

716 513 716 513 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Lignocaine HCl Fresenius 2% (vials) 20ml R 9.4506 1 injection 14 10 vials 90.00 189703157 VI

95 Lignocaine 2% m/v IV injection, 5ml

863 418 863 418 100 B Braun Medical (Pty) Ltd VYL89 Lignocaine-HCL B. Braun 2% 5ml (Product Code: 3659970)

R 2.2000 1 injection 10 20 94.00 180076308 AM

96 Lignocaine 10% m/v IV injection, 5ml

21 459 21 459 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Lignocaine HCl Fresenius 10% (ampoules) R 8.6526 1 injection 14 10 ampoules 90.00 180076360 AM

97 Lignocaine 2% m/v dental cartridge, 1.8ml

1 811 256 1 811 256 100 Adcock Ingram Healthcare (Pty) Ltd

V2272 Xylotox S.E. Plain R 5.0500 1 dental cartridge

14 1 x 100 x 1.8ml

95.00 180076343 CA

98 Lignocaine 2% m/v, Adrenaline 12.5mcg (1:80 000) dental cartridge 1.8ml

13 096 740 13 096 740 100 Adcock Ingram Healthcare (Pty) Ltd

V2272 Xylotox E80-A R 4.9900 1 dental cartridge

14 1 x 100 x 1.8ml

95.00 180076312 CA

99 Lorazepam 4mg injection, 1ml 542 238 542 238 100 Pharmacare Limited V2205 Ativan inj 4mg/ml R 65.0940 1 injection 14 2 x 10 95.00 180076367 VI

Page 4 of 7

Page 9: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

HP06-2017SVP: SMALL VOLUME PARENTERALS AND INSULIN DEVICES CONTRACT CIRCULAR FOR THE PERIOD 1 MARCH 2017 TO 28 FEBRUARY 2019

Item No Item Description Estimate Quantity Awarded

% Split Supplier Name Supplier Code

Brand Name Delivered Price

Unit Pack Lead time

(Days)

MOQ Total Score NSN UOM

100 Magnesium Sulphate 50% m/v injection, 2ml

3 512 653 3 512 653 100 Adcock Ingram Critical Care (Pty) Ltd

V4222 Sabax Magnesium Sulphate 50% R 3.6700 1 injection 14 100 ampoules (1 shipper)

95.00 189710942 AM

103 Methylprednisolone 125mg (as sodium succinate) injection, 2ml

28 237 28 237 100 Pfizer Laboratories (Pty) Ltd V2189 Solu-medrol 125mg inj 2ml R 39.7800 1 injection 14 1 93.00 189759249 VI

104 Methylprednisolone 500mg (as sodium succinate) injection, 8ml

69 360 69 360 100 Pfizer Laboratories (Pty) Ltd V2189 Solu-medrol 500mg inj R 91.3400 1 injection 14 1 93.00 189710955 VI

105 Methylprednisolone acetate 40mg/ml injection, 2ml

114 640 114 640 100 Pfizer Laboratories (Pty) Ltd V2189 Depo-Medrol 40mg/ml inj 2ml R 27.3500 1 injection 14 1 93.00 189710776 VI

106 Methylprednisolone acetate 40mg/ml injection, 5ml

13 475 13 475 100 Pfizer Laboratories (Pty) Ltd V2189 Depo-Medrol 40mg/ml inj 5ml R 68.3800 1 injection 14 1 93.00 189710775 VI

107 Metoclopramide 5mg/ml injection, 2ml

4 267 568 3 414 054 80% Austell Laboratories (Pty) Ltd V1A10 Austell Metoclopramide 2mg/ml R 1.8200 1 injection 14 100 99.00 180076396 AM

107 Metoclopramide 5mg/ml injection, 2ml

4 267 568 853 514 20% Adcock Ingram Critical Care (Pty) Ltd

V4222 Adco Metoclopramide 10mg/2ml R 2.0900 1 injection 14 100 ampoules (1 shipper)

81.65 180076396 AM

108 Midazolam 1mg/ml injection, 5ml 552 770 552 770 100 Accord Healthcare (Pty) Ltd V2MB8 Accord Midazolam 5mg/5ml R 3.5300 1 injection 14 40 95.00 180076401 AM

109 Midazolam 5mg/ml injection, 3ml 816 699 816 699 100 Accord Healthcare (Pty) Ltd V2MB8 Accord Midazolam 15mg/3ml R 4.2200 1 injection 14 40 95.00 180076404 AM

110 Midazolam 5mg/ml injection, 10ml 116 480 116 480 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Midazolam R 16.1008 1 injection 14 50 90.00 180018352 AM

112 Morphine 10mg/ml injection, 1ml 2 652 653 2 387 388 90% Pharma-Q (Pty) Limited V1NK1 Pharma-Q Morphine 10mg R 2.5992 1 injection 14 500 90.00 189703413 AM

112 Morphine 10mg/ml injection, 1ml 2 652 653 265 265 10% Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Morphine Sulphate Fresenius PF 10mg/1ml R 4.5144 1 injection 14 10 ampoules 23.68 189703413 AM

113 Morphine 15mg/ml injection, 1ml 1 735 044 1 561 540 90% Pharma-Q (Pty) Limited V1NK1 Pharma-Q Morphine 15mg R 2.7018 1 injection 14 500 90.00 189700425 AM

113 Morphine 15mg/ml injection, 1ml 1 735 044 173 504 10% Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Morphine Sulphate Fresenius PF 15mg/1ml R 4.6170 1 injection 14 10 ampoules 26.20 189700425 AM

114 Naloxone 0.02mg/ml injection, 2ml 78 047 78 047 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Naloxone HCl Neonatal Fresenius 0.02mg/1ml

R 5.0730 1 injection 14 10 ampoules 90.00 189708068 AM

115 Naloxone 0.4mg/ml injection, 1ml 298 049 298 049 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Naloxone R 3.2307 1 injection 14 300 90.00 189705061 AM

116 Natural Phospholipids (Beractant) injection,100mg in 4ml

25 477 25 477 100 AbbVie (Pty) Ltd V3PG3 Survanta 4ml R 1 485.2800 1 injection 14 5 x 1 x 4ml 94.00 181772157 VI

117 Natural Phospholipids (Beractant) injection, 200mg in 8ml

22 157 22 157 100 AbbVie (Pty) Ltd V3PG3 Survanta 8ml R 2 970.1300 1 injection 14 5 x 1 x 8ml 94.00 189753628 VI

118 Needle, insulin 31G x 5mm Suitable for use with all prefilled insulin injection devices Pack of 100 needles

77 200 77 200 100 Qualipharm cc V1P16 QualiFine 31g x 5mm R 63.1900 Box 100 14 100 packs 100.00 181915212 BX

119 Needle, insulin 31G x 8mm, Suitable for use with all prefilled insulin injection devicesPack of 100 needles

240 539 240 539 100 Qualipharm cc V1P16 QualiFine 31g x 8mm R 55.4600 Box 100 14 100 packs 100.00 181915214 BX

120 Neostigmine 0.5mg injection, 1ml 204 926 204 926 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Neostigmine Methylsulphate Fresenius 0.5 mg/1ml (ampoules)

R 4.7948 1 injection 14 10 ampoules 90.00 180076423 AM

Page 5 of 7

Page 10: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

HP06-2017SVP: SMALL VOLUME PARENTERALS AND INSULIN DEVICES CONTRACT CIRCULAR FOR THE PERIOD 1 MARCH 2017 TO 28 FEBRUARY 2019

Item No Item Description Estimate Quantity Awarded

% Split Supplier Name Supplier Code

Brand Name Delivered Price

Unit Pack Lead time

(Days)

MOQ Total Score NSN UOM

121 Neostigmine 2.5mg injection, 1ml 374 776 374 776 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Neostigmine Methylsulphate Fresenius 2.5 mg/1ml (ampoules)

R 5.8026 1 injection 14 10 ampoules 90.00 180089506 AM

122 Octreotide 0.05mg injection, 1ml 2 207 2 207 100 Novartis South Africa (Pty) Ltd VBVW2 Sandostatin solution for injection or infusion 0.05mg/1ml

R 92.9420 1 injection 14 1 pack of 5 injections

90.00 180076442 AM

123 Octreotide 0.1mg injection, 1ml 57 961 57 961 100 Novartis South Africa (Pty) Ltd VBVW2 Sandostatin solution for injection or infusion 0.1mg/1ml

R 177.3260 1 injection 14 1 pack of 5 injections

90.00 180076445 AM

127 Oxytocin 5 IU, Ergometrine 0.5mg injection, 1ml

243 633 243 633 100 Adcock Ingram Critical Care (Pty) Ltd

V4222 Syntometrine R 20.1100 1 injection 14 1 box of 1ml x 5

95.00 180076474 AM

129 Pantoprazole 40mg injection, 10ml 873 278 873 278 100 Pharmacare Limited V2205 Aspen Pantoprazole IV 40mg inj 10ml R 24.9318 1 injection 14 10 x 5 95.00 181753528 VI

131 Paracetamol 10mg/ml injection for IV infusion 100ml

292 124 292 124 100 Gulf Drug Company (Pty) Ltd VTS03 Painblock 1g R 15.5600 1 injection 14 96 92.00 181818827 VI

132 Pethidine 25mg/ml injection, 1ml 354 350 354 350 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Pethidine 25 R 3.2034 1 injection 14 500 90.00 189703124 AM

133 Pethidine 50mg/ml injection, 1ml 1 786 166 1 786 166 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Pethidine HCl Fresenius PF 50mg/1ml R 3.3865 1 injection 14 10 ampoules 90.00 180076519 AM

134 Pethidine 50mg/ml injection, 2ml 2 263 641 2 037 277 90% Pharma-Q (Pty) Limited V1NK1 Pharma-Q Pethidine 100 R 3.8304 1 injection 14 400 90.00 180076540 AM

134 Pethidine 50mg/ml injection, 2ml 2 263 641 226 364 10% Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Pethidine HCl Fresenius PF 100mg/2ml R 4.8792 1 injection 14 10 ampoules 65.36 180076540 AM

135 Phenylephrine 10mg injection, 1ml 494 051 494 051 100 Abbott Laboratories (Pty) Ltd V2150 Phenylepherine 10mg inj 1ml R 39.4173 1 injection 14 5 x 1ml ampoules

91.00 180076556 AM

136 Phenytoin 50mg/ml injection, 5ml 1 101 626 1 101 626 100 Dezzo Trading 392 (Pty) Ltd V05Y6 Phlexy 250mg/5ml R 16.2400 1 injection 14 100 94.00 189708084 VI

137 Potassium chloride 15% m/v injection, 10ml

1 458 994 1 458 994 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Potassium Chloride Fresenius 15% "flexivial" R 1.9266 1 injection 14 20 flexivials 90.00 189710612 AM

138 Potassium phosphate monobasic anhydrous 1.09g and Potassium phosphate dibasic anhydrous 1.05g injection, 10ml

80 263 80 263 100 Adcock Ingram Critical Care (Pty) Ltd

V4222 Sabax Potassium Phosphate solution for injection after dilution

R 60.2400 1 injection 14 1 pack of 10ml x 10

95.00 180076573 AM

140 Promethazine 25mg/ml injection, 1ml

391 507 391 507 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Promethazine HCl Fresenius 25mg R 4.3776 1 injection 14 10 ampoules 90.00 189703419 AM

141 Promethazine 25mg/ml injection, 2ml

304 389 304 389 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Promethazine HCl Fresenius 50mg R 4.5486 1 injection 14 10 ampoules 90.00 189703420 AM

142 Propofol 10mg/ml injection, 20ml 960 920 960 920 100 Dezzo Trading 392 (Pty) Ltd V05Y6 Provive 1% R 8.8300 1 injection 14 200 94.00 180076590 AM

143 Propofol 10mg/ml injection, 50ml 12 055 12 055 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Fresenius Propoven 1% (50ml) R 32.8026 1 injection 14 10 vials 90.00 189763039 VI

144 Protamine 10mg/ml injection, 5ml 44 243 44 243 100 Pharmacare Limited V2205 Protamine Sulphate inj 50mg/5ml R 62.7114 1 injection 14 2 x 10 95.00 180076593 AM

145 Quinine 300mg injection, 1ml 118 449 118 449 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Quinine Dihydrochloride Fresenius 300mg/1ml

R 8.6982 1 injection 14 10 ampoules 90.00 189706315 AM

148 Rocuronium 50mg injection, 5ml 387 660 387 660 100 MSD (Pty) Ltd V2185 Esmeron R 52.4700 1 injection 13 10 94.00 180960252 VI

149 Salbutamol 0.5mg injection, 1ml 123 024 123 024 100 Dezzo Trading 392 (Pty) Ltd V05Y6 Venta R 37.6200 1 injection 14 250 94.00 189711130 AM

152 Sodium chloride 0.9% m/v injection, 10ml

5 971 469 5 971 469 100 B Braun Medical (Pty) Ltd VYL89 0.9% Sodium Chloride injection B. Braun (10ml) (Product Code: 3659990)

R 1.1100 1 injection 10 100 94.00 189700088 AM

153 Somatropin 15IU injection, each 8 977 8 977 100 Novo Nordisk (Pty) Ltd V2743 Norditropin Nordilet 5mg R 427.5000 1 injection 10 1 91.00 181808985 EA

154 Somatropin 30IU injection, each 6 296 6 296 100 Novo Nordisk (Pty) Ltd V2743 Norditropin Nordilet 10mg R 855.0000 1 injection 10 1 91.00 181799365 EA

156 Sufentanil citrate 5mcg/ml injection, 2ml

138 217 138 217 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Sufentanil R 9.9750 1 injection 14 100 90.00 180076777 AM

Page 6 of 7

Page 11: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

HP06-2017SVP: SMALL VOLUME PARENTERALS AND INSULIN DEVICES CONTRACT CIRCULAR FOR THE PERIOD 1 MARCH 2017 TO 28 FEBRUARY 2019

Item No Item Description Estimate Quantity Awarded

% Split Supplier Name Supplier Code

Brand Name Delivered Price

Unit Pack Lead time

(Days)

MOQ Total Score NSN UOM

158 Sufentanil citrate 5mcg/ml injection, 10ml

40 973 40 973 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Sufentanil R 59.2800 1 injection 14 20 90.00 180076779 AM

160 Testosterone 100mg/ml injection, 10ml

8 802 8 802 100 Pfizer Laboratories (Pty) Ltd V2189 Depo-Testosterone 100mg inj 10ml R 199.9400 1 injection 14 1 93.00 189705469 VI

161 Thiopentone 0.5g injection, 20ml 35 688 35 688 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Thiopentone Sodium Fresenius 0.5g/20ml R 22.3782 1 injection 14 10 vials 90.00 189711002 VI

162 Tramadol 50mg per ml injection, 2ml

1 202 230 1 202 230 100 Zydus Healthcare SA (Pty) Ltd V61C7 Tramazac injection R 2.1900 1 injection 14 3 000 90.00 180124495 AM

163 Tranexamic acid 100mg/ml injection, 5ml

883 180 883 180 100 Pfizer Laboratories (Pty) Ltd V2189 Cyklokapron IV 500mg inj 5ml R 68.5480 1 injection 14 1 93.00 180076981 AM

164 Valproate sodium 400mg injection, each

146 365 146 365 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 Epilim IV R 100.5500 1 injection 12 10 94.00 180261210 VI

167 Verapamil HCl 2.5mg/ml injection, 2ml

14 970 14 970 100 Pharma-Q (Pty) Limited V1NK1 Pharma-Q Verapamil R 3.4233 1 injection 14 500 90.00 180076998 AM

168 Vitamin B1 (Thiamine) 100mg/ml injection, 10ml

266 133 266 133 100 Litha Pharma (Pty) Ltd VGS73 Lennon Thiamine Hydrochloride injection 100mg/ml

R 23.0400 1 injection 14 100 95.00 189700006 VI

169 Vitamin B12 (Cyanocobalamin) 1000mcg injection, 1ml

524 092 524 092 100 Pharmacare Limited V2205 A-Lennon Vitamin B12 inj 1ml R 6.8058 1 injection 14 15 x 10 95.00 189715773 AM

170 Vitamin B12 (Cyanocobalamin) 1000mcg injection, 10ml

126 904 126 904 100 Pharmacare Limited V2205 A-Lennon Vitamin B12 inj 10ml R 16.1880 1 injection 14 6 x 10 95.00 189704632 VI

171 Vitamin B-Complex injection, 10ml 517 192 517 192 100 Pharmacare Limited V2205 A-Lennon Vitamin B Complex inj 10ml R 12.7680 1 injection 14 8 x 10 95.00 189700106 VI

172 Vitamin C (Ascorbic Acid) 100mg/ml injection, 5ml

290 096 290 096 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 Ascorbic Acid Fresenius 500mg/5ml R 12.9504 1 injection 14 10 ampoules 90.00 189700008 AM

173 Vitamin K (Phytomenadione) 2mg injection, 0.2ml

2 385 139 2 385 139 100 Roche Products (Pty) Ltd V2177 Konakion 2mg/0.2ml R 9.0500 1 injection 14 1 pack of 5 90.00 180953330 AM

174 Vitamin K (Phytomenadione) 10mg injection, 1ml

398 819 398 819 100 Roche Products (Pty) Ltd V2177 Konakion 10mg/1ml R 13.4900 1 injection 14 1 pack of 10 90.00 180146851 AM

175 Water for injection B.P. injection, 10ml

31 161 680 15 580 840 50% B Braun Medical (Pty) Ltd VYL89 Water for injections B. Braun 10ml (Product Code: 3659980)

R 0.9200 1 injection 10 100 92.00 189710871 AM

175 Water for injection B.P. injection, 10ml

31 161 680 15 580 840 50% Gulf Drug Company (Pty) Ltd VTS03 Water for injection Gulf R 0.9000 1 injection 14 2 400 92.00 189710871 AM

176 Water for injection B.P. injection, 20ml

3 427 484 3 427 484 100 Gulf Drug Company (Pty) Ltd VTS03 Water for injection Gulf R 1.8800 1 injection 14 750 92.00 189710862 AM

177 Zuclopenthixol acetate 50mg injection, 1ml

167 781 167 781 100 Lundbeck South Africa (Pty) Ltd

VVS90 Clopixol Acuphase 50mg/ml R 77.2380 1 injection 10 25 90.00 189753243 AM

178 Zuclopenthixol decanoate 200mg injection, 1ml

1 238 907 1 238 907 100 Lundbeck South Africa (Pty) Ltd

VVS90 Clopixol Depot 200mg/ml R 40.5400 1 injection 10 25 90.00 180057631 AM

Page 7 of 7

Page 12: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

0  

Special Requirements and Conditions of Contract

HP06–2017SVP 

THE SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSUL IN DEVICES TO THE

DEPARTMENT OF HEALTH

FOR THE PERIOD 01 MARCH 2017 TO 28 FEBRUARY 2019

VALIDITY PERIOD: 120 days

National Department of Health

Compulsory Briefing Session 23 August 2016

Time: 10:00 Venue:

National Department of Health Civitas Building, Impilo Board Room, North Tower,

Podium Level 242 Struben Street (Cnr Thabo Sehume and Struben streets),

Pretoria

Page 13: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 1 of 3 

INDEX SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT ............................................. 2 

1.  BACKGROUND .................................................................................................................... 2 

2.  EVALUATION CRITERIA: ................................................................................................... 2 

2.1.  PREFERENCE POINTS SYSTEM .................................................................................... 2 

3.  PARTICIPATING AUTHORITIES ....................................................................................... 3 

3.1.  POST AWARD PARTICIPATION ....................................................................................... 3 

4.  CONTRACT PERIOD .......................................................................................................... 4 

5.  CENTRAL SUPPLIER DATABASE (CSD) ....................................................................... 4 

6.  DOCUMENT SUBMISSION AND COMPLETION FOR BIDDING ................................ 4 

6.1.  BID DOCUMENTS FOR SUBMISSION ............................................................................ 4 

6.2.  COMPLETION OF DOCUMENTS AND BID SUBMISSION .......................................... 5 

7.  TAX CLEARANCE CERTIFICATE ..................................................................................... 6 

8.  LEGISLATIVE REQUIREMENTS AND AUTHORISATION DECLARATION ............. 7 

8.1.  LEGISLATIVE REQUIREMENTS ...................................................................................... 7 

8.2.  DECLARATION OF AUTHORISATION ............................................................................ 7 

9.  BIDDING PROCESS ADMINISTRATION ......................................................................... 8 

10.  COUNTER CONDITIONS ................................................................................................... 8 

11.  PROHIBITION OF RESTRICTIVE PRACTICES ............................................................. 8 

12.  FRONTING ............................................................................................................................ 9 

13.  PRODUCT COMPLIANCE ................................................................................................ 10 

13.1.  SUBMISSION OF SAMPLES ........................................................................................... 10 

14.  PRODUCT AWARD ........................................................................................................... 11 

14.1.  AWARD CONDITIONS ...................................................................................................... 11 

14.2.  SPLIT AND MULTIPLE AWARDS ................................................................................... 11 

14.3.  PRE AWARD SUPPLIER DUE DILIGENCE .................................................................. 12 

15.  PRICE QUALIFICATION ................................................................................................... 12 

16.  PRICE REVIEW .................................................................................................................. 12 

16.1.  ELIGIBILITY RELATING TO RATE OF EXCHANGE ADJUSTMENTS ..................... 13 

16.2.  INSTRUCTIONS FOR PRICE BREAKDOWN ............................................................... 13 

16.3.  PRICE ADJUSTMENTS RELATING TO FOREIGN EXCHANGE RISK ................... 14 

APPLICATION FOR CONTRACTUAL PRICE ADJUSTMENTS ................................................ 14 

Page 14: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 2 of 3 

ROUTINE PRICE ADJUSTMENTS ................................................................................................. 15 

EXCEPTIONAL PRICE ADJUSTMENTS ....................................................................................... 15 

16.4.  PRICE ADJUSTMENTS BASED ON A SYSTEMATIC REVIEW ............................... 16 

17.  ORDERS, DELIVERY AND CONTINUITY OF SUPPLY .............................................. 16 

17.1.  ORDERS .............................................................................................................................. 16 

17.2.  DELIVERIES ........................................................................................................................ 17 

17.3.  CONTINUITY OF SUPPLY ............................................................................................... 18 

18.  PACKAGING AND LABELLING ....................................................................................... 19 

18.1.  PACKAGING ....................................................................................................................... 19 

18.2.  LABELLING ......................................................................................................................... 19 

18.3.  BARCODES ......................................................................................................................... 20 

19.  QUALITY .............................................................................................................................. 20 

20.  SHELF-LIFE ........................................................................................................................ 21 

21.  POST AWARD .................................................................................................................... 21 

21.1.  MONITORING ..................................................................................................................... 21 

21.2.  REPORTING ....................................................................................................................... 22 

21.3.  CEDING, MERGERS, TAKE OVERS AND CHANGES IN SUPPLIER DETAILS ... 22 

21.4.  THIRD PARTIES ................................................................................................................. 23 

21.5.  CONTACT DETAILS .......................................................................................................... 23 

22.  ABBREVIATIONS ............................................................................................................... 23 

 

Page 15: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 2 of 23 

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT

1. BACKGROUND

This bidding process, and all contracts emanating therefrom, will be subject to the

General Conditions of Contract issued in accordance with Treasury Regulation 16A

published in terms of the Public Finance Management Act, 1999 (Act 1 of 1999) and

the Special Requirements and Conditions of Contract which supplement the General

Conditions of Contract. Where the Special Requirements and Conditions of Contract

are in conflict with the General Conditions of Contract, the Special Requirements

and Conditions of Contract will prevail.

2. EVALUATION CRITERIA:

2.1. PREFERENCE POINTS SYSTEM

2.1.1. In terms of Regulation 6 of the Preferential Procurement Regulations, published in

terms of the Preferential Procurement Policy Framework Act, 2000 (Act 5 of 2000),

responsive bids will be adjudicated on the basis of the 90/10-preference point

system in terms of which points are awarded to bidders on the basis of:

The bid price (final delivered price including VAT): maximum 90 points

B-BBEE status level of bidder: maximum 10 points

2.1.2. The following formula will be used to calculate the points for price:

Where:

Ps= Points scored for comparative price of bid under consideration

Pt= Comparative price of bid under consideration

Pmin= Comparative price of lowest acceptable bid

2.1.3. A maximum of 10 points may be allocated to a bidder for attaining their B-BBEE

status in accordance with the table below:

B-BBEE Status Level of Contributor Number of Points

1 10 2 9 3 8

Page 16: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 3 of 23 

4 5 5 4 6 3 7 2 8 1

Non-compliant contributor 0

2.1.4. Bidders are required to complete the preference claim form (SBD 6.1) irrespective of

whether B-BBEE status level points are claimed or not.

2.1.5. Only bidders who have completed and signed the declaration part of the preference

claim form, and who have submitted a B-BBEE status level certificate issued by a

registered auditor, accounting officer (as contemplated in section 60(4) of Close

Corporation Act, 1984 (Act 69 of 1984)) or an accredited verification agency will be

considered for preference points.

2.1.6. Bidders that fail to comply with paragraphs 2.1.4 and 2.1.5 will be allocated zero

points for B-BBEE status.

2.1.7. The points scored by a bidder for B-BBEE contribution will be added to the points

scored for price.

2.1.8. The points scored will be rounded off to the nearest 2 decimal points.

2.1.9. The National Department of Health may, before a bid is adjudicated or at any time,

require a bidder to substantiate claims it has made with regard to preference points.

2.1.10. In the event that two or more bids have scored an equal number of total points, the

contract will be awarded to the bidder scoring the highest number of points for B-

BBEE. Should two or more bids be equal in all respects, the award shall be decided

by the drawing of lots.

2.1.11. A contract may, on reasonable and justifiable grounds, be awarded to a bid that did

not score the highest number of points.

3. PARTICIPATING AUTHORITIES The National Department of Health and the following Provincial Departments of

Health will participate in this contract: Eastern Cape, Free State, Gauteng,

KwaZulu-Natal, Limpopo, Mpumalanga, Northern Cape, North West and Western

Cape.

3.1. POST AWARD PARTICIPATION

Regulation 16A6.6 of the Treasury Regulations for Departments, Trading Entities,

Constitutional Entities and Public Entities, issued in terms of the Public Finance

Page 17: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 4 of 23 

Management Act, 1999, (Act 1 of 1999), states that the Accounting

Officer/Accounting Authority may, on behalf of a department, constitutional

institution or public entity, request to participate in any contract arranged by means

of a competitive bidding process by any organ of state, subject to the written

approval of such organ of state and the relevant contractors. The Participating

Authorities on this contract may therefore be extended in terms of the

abovementioned Regulation.

 

4. CONTRACT PERIOD

The contract period shall commence on 01 March 2017 and expire on 28 February

2019.

5. CENTRAL SUPPLIER DATABASE (CSD)

5.1. The Central Supplier Database (CSD) is managed by National Treasury to serve as

the source of all supplier information for all spheres of government. The purpose of

centralising government’s supplier database is to reduce duplication of effort and

cost for both supplier and government while enabling electronic procurement

processes.

5.2. It is a compulsory requirement that all bidders are registered on the CSD at the

closing time of the bid (date and hour specified in the bidding documents).

Furthermore, suppliers must provide the unique supplier number and security code

allocated to them as part of the bid document.

5.3. A bid will be deemed non-responsive if the bidder fails to provide the unique supplier

number and security code.

5.4. For information regarding registration on the CSD, go to www.csd.gov.za.

6. DOCUMENT SUBMISSION AND COMPLETION FOR BIDDING

6.1. BID DOCUMENTS FOR SUBMISSION

6.1.1. Bidders MUST submit the following completed and signed documents in the Bid

Pack:

SBD1: Invitation to bid

SBD4: Declaration of Interest

SBD5: The National Industrial Participation Programme

Page 18: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 5 of 23 

SBD6.1: Preference points claim form in terms of the Preferential Procurement

Regulations 2011

SBD8: Declaration of bidder's past supply chain management practices 

SBD9: Certificate of independent bid determination 

PBD1: Authorisation Declaration (if applicable) 

PBD4.1: Supplier details 

PBD5: Declaration of Compliance with Good Manufacturing Practice (GMP) 

PBD7: Compulsory briefing session attendance certificate

Bid Response Document: Completion of all response fields per item offered is

mandatory. 

B-BBEE Status Level Verification Certificate (where preference points are

claimed) (Original or Certified Copy)

A certified copy of the license to manufacture, including all annexures, issued by

the Medicines Control Council, or its successor in title, in terms of the Medicines

and Related Substances Act, Act 101 of 1965, as amended. 

For all items bid on: 

o Certified copy of the Medicine Registration Certificate (GW12/7) with all the

associated conditions, issued by the Medicines Control Council, or its

successor in title, in terms of the Medicines and Related Substances Act, Act

101 of 1965, as amended. 

o An original package insert approved by the Medicines Control Council, or its

successor in title, for each product offered, as well as a copy of the package

insert in A4 format.

6.2. COMPLETION OF DOCUMENTS AND BID SUBMISSION

6.2.1. Bidders are required to submit four sets of bid documents according to the

instructions below.

6.2.2. Set 1: Hard copy (constitutes the legally binding bid document)

All SBD, PBD and Bid Response forms must completed in black typescript. All fields

must be completed. Where no electronic entry field is provided bidders must

complete the forms in black ink, handwritten in capital letters. Where information as

requested is not relevant this should be indicated with N/A. After completion, the full

PDF document and the Bid Response document must be printed. Bidders must

submit their complete bid in hard copy format (paper document). The signed hard

copy of the bid document will serve as the legal bid document.

Page 19: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 6 of 23 

The Chief Executive Officer, Chief Financial Officer, or authorised designee of the

entity submitting the bid must attach his/her official signature where indicated on the

documents. All pages in the bid submission must be initialled by the same person

with black ink. The use of correction fluid is not acceptable. Any change/s must be

clearly indicated and initialled. Where certified copies of documents are required, the

person certifying such documents must not be associated with the bidder in any way.

6.2.3. Set 2: Scanned version of Set 1. (i.e. Scanned complete hard copy)

Bidders must submit a PDF version of the entire signed hardcopy bid, including all

certificates and documents requested. This may include the supplier submission

report discussed in paragraph 6.2.6 below.

6.2.4. Set 3: Electronic version of bid documents

Bidders must submit the electronic versions of all bidding documents to facilitate

data extraction. The PDF document must be submitted as editable PDF and the Bid

Response Document in Excel (not PDF).

6.2.5. Set 2 and Set 3 must be included on a CD and submitted in a sealed package with

Set 1. The full name and address of the bidder, the bid number and the closing date

of the bid must be clearly indicated on the package.

6.2.6. Set 4: Online Electronic Bid submission

Bidders must access bids and submit bids electronically using the url:

https://eprocurement.csd.gov.za. Training with regard to the Online Electronic Bid

submission will be provided at the compulsory training session to be held on

23 August 2016.

The procedure to be followed in order to access and complete bids

electronically/online is described in the TCBD 4 attached to this document. The

requirement pertaining to the submission of the "supplier submission report"

referenced in paragraph 9 of the TCBD 4 document is not a compulsory requirement

for this bid. However, suppliers may submit this report.

6.2.7. All four sets must be submitted before the closing time of the bid (date and hour

specified in the bidding documents).

6.2.8. All four sets of information must be submitted. Incomplete bids will be deemed non-

responsive.

7. TAX CLEARANCE CERTIFICATE

Bidders will not be required to provide an original valid tax clearance certificate to the

department as part of the documents for this bid. The Department reserves the right to

Page 20: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 7 of 23 

request the provision of a valid tax clearance certificate which must be provided within

ten days of such request being made to the bidder.

8. LEGISLATIVE REQUIREMENTS AND AUTHORISATION

DECLARATION

8.1. LEGISLATIVE REQUIREMENTS

8.1.1. All medicines offered by bidders must be registered in terms of section 15 of the

Medicines and Related Substances Act, Act 101 of 1965, as amended. The

medicines must comply with the conditions of registration for the duration of the

contract. A certified copy of the Medicine Registration Certificate GW12/7, issued in

terms of section 15(3)(a) of the Medicines and Related Substances Act, Act 101 of

1965, as amended must be included with the bid for all items offered.

8.1.2. For all offered products, the bidder must be indicated as the applicant on the

Medicine Registration Certificate.

8.1.3. In exceptional circumstances the National Department of Health may accept bids

from bidders who are not indicated as the applicant on the Medicine Registration

Certificate. The decision to consider such bids will be made on a case-by-case

basis. In cases where the bidder is not the applicant -

8.1.3.1. Details of the agreement between the bidder and the applicant must be

disclosed as per paragraph 8.2 of the Special Requirements and

Conditions of Contract and the Authorisation Declaration (PBD1) forms

submitted.

8.1.3.2. The bidder offering a product must be the holder of a licence to

manufacture medicines in terms of section 22C(1)(b) of the Medicines

and Related Substances Act, Act 101 of 1965, as amended.

8.1.4. Bidders must comply with the requirements of the Patents Act, 1978 (Act 57 of

1978) and the Trade Marks Act, 1993 (Act 194 of 1993) as amended. Where

applicable, an explanation for non-compliance must be provided.

8.2. DECLARATION OF AUTHORISATION

8.2.1. Only the holder of a certificate of registration in terms of the Medicines and Related

Substances Act, Act 101 of 1965, as amended may submit a bid.

8.2.2. In the event that the Manufacturer, Packer or other entity, as listed on the medicine

registration certificate, are external third parties, the bidder must ensure that all

legal, financial and supply arrangements have been mutually agreed upon between

the bidder and these third parties.

Page 21: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 8 of 23 

8.2.3. Where a third party is involved in any capacity the bidder must submit a duly

completed and signed Authorisation Declaration (PBD1) for each such third party.

Failure to submit the full declaration will invalidate the bid for such goods offered.

8.2.4. The National Department of Health reserves the right to verify any information

supplied by the bidder in the Authorisation Declaration at any time. Should the

information be found to be false or incorrect, the National Department of Health will

exercise any of the remedies available to it in order to disqualify the bid, or cancel

the contract, if already awarded.

8.2.5. No agreement between the bidder and any third party will be binding on the National

Department of Health or Participating Authorities.

8.2.6. Accountability with regard to meeting the conditions of any contract emanating from

this bidding process rests with the successful bidder and not any third party.

9. BIDDING PROCESS ADMINISTRATION

9.1. All communication between the bidder and the National Department of Health must

be in writing and addressed to the Director: Affordable Medicines.

9.2. The Affordable Medicines Directorate within the National Department of Health is

responsible for managing the bidding process and will communicate with bidders to

request extension of the validity period of the bid, should it be necessary.

9.3. Any unsolicited communication between the closing date and the award of the

contract between the bidder and any government official or a person acting in an

advisory capacity for the National Department of Health in respect to any bids, is

discouraged.

10. COUNTER CONDITIONS

Any amendments to any of the bid conditions, changes to bid specifications or setting

of any other counter conditions by bidders will result in the invalidation of such bids.

11. PROHIBITION OF RESTRICTIVE PRACTICES

11.1. In terms of section 4(1) of the Competition Act, Act 89 of 1998, as amended, an

agreement between, or concerted practice by, firms, or a decision by an association

of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder

or a contractor was involved in:

directly or indirectly fixing a purchase or selling price or any other trading

condition;

Page 22: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 9 of 23 

dividing markets by allocating customers, suppliers, territories or specific types

of goods or services; or

collusive bidding.

11.2. Section 4(2) of Act 89 of 1998 states that an agreement to engage in a restrictive

horizontal practice referred to in subsection (1)(b) of the Act is presumed to exist

between two or more firms if:

any one of those firms owns a significant interest in the other, or they have at

least one director or substantial shareholder in common; or

any combination of those firms engages in that restrictive horizontal practice.

11.3. If a bidder or contracted supplier, in the judgement of the purchaser, has engaged in

any of the restrictive practices referred to above, the purchaser may refer the matter

to the Competition Commission for investigation and possible imposition of

administrative penalties as contemplated in the Competition Act 89 of 1998.

11.4. If a bidder or contracted supplier has been found guilty by the Competition

Commission of any of the restrictive practices referred to above, the purchaser may,

in addition and without prejudice to any other remedy provided for, invalidate the bid

for such item(s) offered, and/or terminate the contract in whole or part, and/or restrict

the bidder or contracted supplier from conducting business with the public sector for

a period not exceeding ten (10) years and/or claim damages from the bidder or

contracted supplier concerned.

12. FRONTING

12.1. The Department of Health supports the spirit of broad-based black economic

empowerment and recognises that real empowerment can only be achieved through

individuals and businesses conducting themselves in accordance with the

Constitution and in an honest, fair, equitable, transparent and legally compliant

manner. Against this background the Department of Health condemns any form of

fronting.

12.2. The National Department of Health may, as part of the bid evaluation processes,

conduct or initiate the necessary enquiries/investigations to determine the accuracy

of the representation made in bid documents. Should any of the fronting indicators as

contained in the Guidelines on Complex Structures and Transactions and Fronting,

issued by the Department of Trade and Industry, be established during such

enquiry/investigation, the onus will be on the bidder/contractor to prove that fronting

does not exist. Failure to do so within a period of 14 days from date of notification

may invalidate the bid/contract and may also result in the restriction of the

Page 23: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 10 of 23 

bidder/contractor to conduct business with the public sector for a period not exceeding

ten years, in addition to any other remedies the National Treasury may have against

the bidder/contractor concerned.

13. PRODUCT COMPLIANCE

Prior to award products will be evaluated for:

Compliance with specifications as set out in the Bid Response Document.

Compliance of the product with the Medicines and Related Substances Act, Act

101 of 1965, as amended.

Availability of samples at both sample evaluation sites as detailed in paragraph

13.1. 

13.1. SUBMISSION OF SAMPLES

13.1.1. Samples must be submitted to each of the addresses indicated below, prior to

closing date and time of bid:

Mr Dumisane Malele  Mr Nisaar Mia

Depot Manager  Pharmaceutical Policy Specialist 

Tel: 011 628 9001  Tel: 021 483 5800

Gauteng: Medical Supplies Depot, Transito In 4th Floor, Cape Medical Depot 

35 Plunkett Avenue 16 Chiappini Street

Hurst Hill 2092  Cape Town 8001

13.1.2. No samples must be sent to the Directorate: Affordable Medicines at the National

Department of Health.

13.1.3. Samples must be marked with the bid number, the item number as well as the

bidder’s name and address.

13.1.4. Bidders must submit at least one original pack of each offer for evaluation.

13.1.5. Bids where samples are not submitted to both facilities listed in paragraph 13.1.1

will not be considered for award.

13.1.6. It is the responsibility of the bidder to ensure that samples have been received at

the addresses provided.

13.1.7. All samples for awarded items will be retained for the period of the contract.

13.1.8. All samples must be a true representation of the product which will be supplied.

13.1.9. All samples submitted must be inclusive of the MCC approved package insert.

Page 24: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 11 of 23 

13.1.10. In the case of schedule 6 items, only an empty original package and the MCC

approved package insert must be submitted and NOT the content of the package.

14. PRODUCT AWARD

14.1. AWARD CONDITIONS

14.1.1. The National Department of Health reserves the right not to award a line item.

14.1.2. The National Department of Health reserves the right to negotiate prices.

14.1.3. In cases where the tender does not achieve the most economically advantageous

price, the National Department of Health reserves the right not to award that item.

14.1.4. In the case of chronic medicines, pack sizes suitable for a 28-day treatment cycle

are required. Should a 30-day or other pack size be offered, no conversion factor

will be applied. Direct comparisons will be made between the 28-day and other

pack sizes during evaluation. Similarly, no conversion factors will be applied in

instances where a pack size other than that specified are offered.

14.1.5. The Department of Health may change treatment protocols and/or product

formulations where required, due to emerging clinical evidence, disease profiles,

safety or resistance patterns. In these circumstances, the National Department of

Health reserves the right to cancel the contract for an item or adjust the quantity

awarded based on expected changes in projected demand. In these instances, the

Department of Health will notify the contracted supplier within a reasonable time of

the expected change. However, in cases where patient safety is a concern, these

changes may be implemented with immediate effect.

14.2. SPLIT AND MULTIPLE AWARDS

14.2.1. The National Department of Health reserves the right to issue split or multiple

awards, where necessary, to ensure security of supply.

14.2.2. The following will be taken into consideration when contemplating a split award:

Source of API and manufacturing site.

Capacity to meet expected demand as per published estimates in the Bid

Response Document.

Estimated volume to be supplied.

Risk to public health if the item is not available.

Past compliance of the bidder with contractual obligations.

14.2.3. Two-way split awards will be made in accordance with the following schedule

based on the points scored:

Page 25: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 12 of 23 

Category Difference between points

scored

Recommended percentage

split

A Equal points 50/50

B < 5 points 60/40

C >5-10 points 70/30

D >10-20 points 80/20

E >20 points 90/10

14.2.4. Where a split for more than 2 suppliers is contemplated, the following formula will

used to allocate volumes for award:

For a three way split: Supplier share = 33.3% + (supplier score - mean score) x

2.3%

For a four way split: Supplier share = 25% + (supplier score - mean score) x 2%

14.3. PRE AWARD SUPPLIER DUE DILIGENCE

The National Department of Health reserves the right to conduct supplier due

diligence prior to the final award of contract. Supplier capacity may be assessed

based on past compliance of the bidder with contractual obligations and

manufacturing capacity as declared by the bidder.

15. PRICE QUALIFICATION

15.1. Bidders must quote a final price inclusive of delivery and Value Added Tax (VAT).

15.2. If a price exclusive of VAT is submitted the bid will be deemed non-responsive.

15.3. The bid price offered for a product is deemed to be for the pack size as advertised

in the item specification.

15.4. Prices submitted must not exceed the Reference Price as published.

15.5. Prices submitted must not exceed the ex-manufacturer component of the Single

Exit Price inclusive of VAT.

15.6. Prices submitted for this bid will be regarded as firm and subject only to review in

terms of Paragraph 16.

16. PRICE REVIEW

The National Department of Health envisages three types of price review processes

for the duration of this contract:

Page 26: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 13 of 23 

A routine adjustment to mitigate foreign exchange fluctuations;

An exceptional adjustment to mitigate significant short-term foreign exchange

fluctuations; and

A systematic review of prices for comparable products available in the

international market place.

16.1. ELIGIBILITY RELATING TO RATE OF EXCHANGE ADJUSTMENTS

16.1.1. Eligibility for price adjustments relating to foreign exchange risk depends on:

The submission of a complete price breakdown per instructions below for all

relevant products; and

Assessment of the rationality of this price breakdown by the National

Department of Health.

16.2. INSTRUCTIONS FOR PRICE BREAKDOWN

16.2.1. The price breakdown must be completed on the signed bid response document as

well as the electronic version. The delivered price must be divided across five

components:

1. Active Pharmaceutical Ingredients (API); 2. Formulation; 3. Packaging; 4. Logistics (this includes transportation, warehousing and distribution); 5. Gross margin (remaining portion).

16.2.2. The sum of these categories must be equal to 100% of the delivered price for the

line item.

16.2.3. The local + imported portions of the first three components must add up to 100%

within each component (e.g. Portion of API attributable to local + Portion of API

attributable to import = 100% of specific API component).

16.2.4. VAT must be apportioned equally across all components and not regarded as a

separate component.

16.2.5. Labour must be apportioned appropriately across the relevant components.

16.2.6. Breakdown must be in percentage format to the closest whole percentage (e.g.

20%).

16.2.7. The National Department of Health reserves the right to engage with bidders to

verify any of the components of the bid price, which may include audit of invoices

and related documentation.

Page 27: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 14 of 23 

16.3. PRICE ADJUSTMENTS RELATING TO FOREIGN EXCHANGE RISK

16.3.1. Only the portion of the bid price facing foreign exchange risk will be adjusted. This

portion is determined by the price breakdown on the signed bid submission.

16.3.2. Adjustments are always calculated using the original awarded contracted price as

the base.

16.3.3. Price adjustments relating to foreign exchange will be based on the percentage

change between the relevant base average rate of exchange (RoE) and an

adjustment average RoE. Rates are sourced from the Reserve Bank

(www.resbank.co.za).

16.3.4. Eligibility for favourable Contractual Price Adjustments may be withdrawn in light of

evidence of poor compliance with contractual obligations.

16.3.5. Base average RoE for this tender will be as follows, per currency:

Currency Base Average Rates of Exchange Average for the period 1 February2016

to 31 July 2016 Rand per US Dollar R 15.1172 Rand per Br Pound R 21.3588 

Rand per Euro R 16.9139 Yuan Renminbi per Rand CN¥ 0.4344 

Indian Rupee per Rand I ₹ 4.4513 

16.3.6. Should the bidder make use of any currency not mentioned above, the bidder must

stipulate this clearly and submit the calculated average RoE for the period 01

February 2016 to 31 July 2016 using the South African Reserve Bank published

rates for the specific currency.

APPLICATION FOR CONTRACTUAL PRICE ADJUSTMENTS

16.3.7. Scanned copies of signed applications for price adjustments must be received by

the National Department of Health prior to the submission dates detailed in the

tables below.

16.3.8. Where no application for an adjustment relating to foreign exchange has been

received and such an adjustment would be favourable to the Department, this will

be implemented automatically.

16.3.9. Foreign exchange adjustments may never result in a price exceeding the current

Single Exit Price, ex Logistics.

Page 28: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 15 of 23 

ROUTINE PRICE ADJUSTMENTS

16.3.10. Schedules for routine price reviews, and periods for calculating adjustment

average RoE are detailed in the table below:

Review Period for calculating adjustment average RoE

Submission of request for price review to reach the

office by

Date from which adjusted prices will become

effective 1 01 February 2017 –

31 July 2017 03 August 2017 01 September 2017

2 01 August 2017 – 31 January 2018

03 February 2018 01 March 2018

3 01 February 2018 – 31 July 2019

03 August 2018 01 September 2018

EXCEPTIONAL PRICE ADJUSTMENTS

16.3.11. Suppliers may request exceptional price adjustments according to the schedule in

the table below. These will be activated if the absolute change between the base

RoE and the three month retrospective average RoE indicated in the table below

fluctuates by more than 10%.

Review Period for calculating adjustment average RoE

Submission of request for price review to reach the

office by

Date from which adjusted prices will become

effective 0.1 01 Feb 2017 –

30 Apr 2017 03 May 2017 01 Jun 2017

1.1 01 Aug 2017 – 31 Oct 2017

03 Nov 2017 01 Dec 2017

2.1 1 Feb 2018 30 Apr 2018

03 May 2018 01 Jun 2018

3.1 01 Aug 2018 – 31 Oct 2018

03 Nov 2018 01 Dec 2018

16.3.12. Suppliers who received exceptional adjustments will receive routine adjustments

based on the preceding three months, rather than the usual six month historical

average exchange rate. The periods for calculating adjustment average RoE in

these instances are detailed in the table below:

Review Period for calculating adjustment average RoE

post exceptional adjustment

Submission of request for price review to reach the

office by

Date from which adjusted prices will become

effective

1 01 May 2017 – 31 Jul 2017

03 Aug 2017 01 Sep 2017

2 01 Nov 2017 – 31 Jan 2018

03 Feb 2018 01 Mar 2018

3 01 May 2018 – 31 Jul 2018

03 Aug 2018 01 Sep 2018

Page 29: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 16 of 23 

16.4. PRICE ADJUSTMENTS BASED ON A SYSTEMATIC REVIEW

16.4.1. The National Department of Health reserves the right to review international prices

to identify lowest comparable global prices.

16.4.2. Where this review identifies any prices that are lower than contract prices the

National Department of Health will enter into price negotiations with the contracted

supplier.

16.4.3. Where the outcome of this negotiation is deemed unfavourable, the National

Department of Health reserves the right to terminate the award for the item in

question.

17. ORDERS, DELIVERY AND CONTINUITY OF SUPPLY

17.1. ORDERS

17.1.1. The quantities reflected in the advertised bid response document are estimated

volumes and are not guaranteed.

17.1.2. Fluctuations in monthly demand may occur.

17.1.3. Successful bidders will be informed of estimates specific to Participating

Authorities upon award.

17.1.4. Contracted suppliers and Participating Authorities are responsible for reviewing

these estimated quantities on a monthly basis in order to determine and commit to

a rolling quarterly demand plan, thus improving predictability of demand.

17.1.5. Proposed minimum order quantities should facilitate delivery directly to facilities.

The National Department reserves the right to negotiate minimum order quantities

where necessary. Where consensus regarding minimum order quantities cannot be

reached, the bid may not be awarded.

17.1.6. In order to facilitate efficient implementation of the direct delivery strategy

contracted suppliers must pack orders by facility as per the purchase order.

17.1.7. Only orders made using an official, authorised purchase order format are valid.

17.1.8. Suppliers are required to acknowledge receipt of all purchase orders received from

participating authorities, in a manner stipulated by the relevant participating

authority.

17.1.9. Changes to any quantities ordered may only be made upon receipt of an amended

purchase order.

17.1.10. The Participating Authorities reserve the right to cancel orders where the lead time

exceeds the delivery lead time specified in the contract (as per paragraph 17.2 of

the Special Requirements and Conditions of Contract) and may at their discretion

purchase supplies of a similar quality and up to the same quantity in substitution of

Page 30: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 17 of 23 

the goods not supplied in conformity with the contract (as per paragraph 21.6 of

the General Conditions of Contract).

17.1.11. In cases where an order is received which appears to be irrational or misaligned

with estimates, the contracted supplier must liaise with the relevant Participating

Authority prior to processing the order.

17.2. DELIVERIES

17.2.1. The initial lead time as proposed in the bid response document will be calculated

from date of award of the contract and NOT the date of placement of the first order.

This period may not exceed 75 calendar days from the date of award.

17.2.2. Lead-time within the contract period is defined as the time from submission of

order to supplier to time of receipt by the Department as confirmed by the Proof of

Delivery document. This lead-time may not exceed 14 calendar days.

17.2.3. Failure to comply with the contractual lead-time will result in penalties being

enforced as per paragraph 21 and 22 of the General Conditions of Contract.

17.2.4. Products and related documentation must be delivered in accordance with the

terms, conditions and delivery instructions stipulated on the purchase order.

17.2.5. The information on invoices and documents relating to delivery must comply with

the minimum data requirements as defined by the National Department of Health.

17.2.6. Invoices must reflect both the registered product name of the item and the item

description as it appears in the contract circular and Master Procurement

Catalogue (MPC).

17.2.7. Original invoices and proof of delivery must be authorised by a delegated official at

the designated delivery point. These documents must be delivered to the authority

responsible for payment. This may or may not be the same as the delivery address

stipulated on the purchase order. Suppliers are required to know where documents

must be delivered.

17.2.8. The supplier must ensure that products are delivered in accordance with the

appropriate conditions of storage, as per product's conditions of registration.

Delivery is deemed to terminate upon signature of receipt by the delegated official

as contemplated in paragraph 17.2.7

17.2.9. Discrepancies between invoice and physical stock, or damaged stock, will be

reported to the contracted supplier within a reasonable time or as arranged with

the supplier. This time period must make provision for the quantities received to be

checked upon receipt of delivery.

Page 31: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 18 of 23 

17.2.10. Contracted suppliers will be responsible for collection of goods delivered

erroneously, or in the incorrect condition as formally arranged in consultation with

the facility. The Participating Authorities may recoup any expenses associated with

failure to collect such goods in accordance with the agreement.

17.3. CONTINUITY OF SUPPLY

17.3.1. Contracted suppliers must:

have at least two months' supply of the estimate at the start of the contract; 

maintain sufficient stock to meet demand throughout the duration of the contract; 

inform the National Department of Health at first knowledge of any circumstances

that may result in interrupted supply, including but not limited to:  

1. regulatory action which may impact on their GMP status or that of entities on

which they are reliant;

2. any anticipated problems associated with the availability of active

pharmaceutical ingredient (API);

3. industrial action;

4. challenges with manufacturing pipeline;

5. any other supply challenges.

direct official communication relating to continuity of supply to

[email protected], as well as Participating Authorities;

direct official communication relating to payment challenges to

[email protected], as well as Participating Authorities.

This official communication must include detail of corrective actions taken by the

contracted supplier to ensure continuity of supply.

17.3.2. It is the responsibility of the contracted supplier to ensure continuous availability and

supply of contracted items. In the event that the contracted supplier is unable to

supply in terms of 17.3.1 above, the contracted supplier will source alternative

product of acceptable quality and up to the same quantity as required in terms of the

contract. The substitute item will be supplied at the current price of the contracted

item.

17.3.3. Suppliers using the mechanism stipulated in 17.3.2 above may also be required to

pay penalties for supply exceeding the contractual lead time as stipulated in the

General Conditions of Contract Paragraph 22.

17.3.4. In terms of the General Conditions of Contract and Special Requirements and

Conditions of Contract, the Participating Authorities may purchase outside the

Page 32: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 19 of 23 

contract in order to meet its requirements if the item(s) are urgently required and not

immediately available. 

18. PACKAGING AND LABELLING

18.1. PACKAGING

18.1.1. Suppliers must ensure that products delivered are received in good order at the

point of delivery. Packaging must be suitable for further dispatch, storage and

stacking according to Good Wholesaling Practice and Good Distribution Practice.

18.1.2. Packaging must be suitable for transportation and should prevent exposure to

conditions that could adversely affect the stability and integrity of the product.

18.1.3. The packing must be uniform for the duration of the contract period. All products

must be packed in acceptable containers, specifically developed for the product.

18.1.4. The number of units in the unit pack, shelf pack and shipper pack must be

completed in the Bid Response Document.

18.1.5. Where a particular stacking and storage configuration is recommended by the

supplier, this should be clearly illustrated on the outer packaging.

18.1.6. Where the contents of the shipper pack represents a standard supply quantity of

an item, the following must be adhered to:

Outer packaging flanges must be sealed with suitable tape that will clearly

display evidence of tampering.

The contents must be packed in neat, uniform rows and columns that will

facilitate easy counting when opened.

18.1.7. Where the contents of a shipper pack represents a non-standard supply quantity,

the following must be adhered to:

Outer packaging flanges must be sealed with suitable tape that will clearly

display evidence of tampering.

The shipper pack must contain only one product, mixing of multiple items in a

single shipper is not allowed.

The outer packaging must be clearly marked as a "Part Box".

18.2. LABELLING

18.2.1. All containers, packaging and cartons must be clearly labelled. Bulk packs must be

labelled in letters not less than font size 48.

The following information must be clearly and indelibly printed on all shelf and

shipper packs, including any part boxes:

Page 33: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 20 of 23 

Item name as contained in the contract circular and the Master Procurement

Catalogue (MPC);

Registered product name (if applicable);

Number of units in pack (e.g. for bulk packs 80 x 10 x 100s);

Batch number;

Expiry date;

Storage conditions; 

Barcode. 

18.2.2. Where the contents of the shipper requires special attention in terms of storage

and/or handling, e.g. thermolabile, high-scheduled or cytotoxic products, such

instructions must be clearly and visibly indicated on the outer packaging on a

brightly coloured background.

18.2.3. Unit packs must be labelled in accordance with Regulation 8 of the General

Regulations published in terms of the Medicines and Related Substances Act, Act

101 of 1965, as amended. The label must include a barcode.

18.3. BARCODES

18.3.1. It is mandatory that all products supplied must include a barcode (number plus

symbology). All shipper, shelf and unit packs must be marked with the appropriate

number and symbology. The European Article Numbering Code 13 (EAN 13) has

been accepted as standard.

18.3.2. Suppliers are encouraged to include a 2D barcode or similar on their packaging that

will include the following information:  

Item name as contained in the contract circular and the Master Procurement

Catalogue (MPC);

Registered product name (if applicable);

Dosage form and strength;

Pack size;

Batch number;

Expiry date.

19. QUALITY

Products must conform to the conditions of registration of the product with Medicines

Control Council, or its successor in title, for the full duration of this contract. 

Page 34: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 21 of 23 

20. SHELF-LIFE

20.1. Unless the Medicines Control Council, or its successor in title, has approved a

shorter shelf life, products must have a shelf-life of at least 18 months upon delivery.

20.2. Contracted suppliers may apply in writing to Participating Authorities to supply a

product with a shorter shelf life provided that:

Applications are accompanied by an undertaking that such short-dated

products will be unconditionally replaced or credited before or after expiry;

and

applications are approved by the Participating Authorities before execution of

orders; and

upon notification of remaining expired stock such products will be collected by

the supplier at their own cost; and

failure to collect the products within 30 days after written notification to the

supplier will result in the disposal of the product by the Participating

Authority for the account of the supplier.

20.3. If short-dated products are delivered without the aforementioned undertaking the

following discount formula will be applied for invoicing of short-dated products:

A = (18 – months to date of expiry) x 2% x consignment value short dated product.

Therefore, amount to be invoiced is: Consignment value minus A, where A is the

value of the outcome of the discount formula.

20.4. Unless otherwise agreed to in terms of 20.2, any Participating Authority may, without

prejudice, decline to accept product with a shelf-life of less than 18 months.

21. POST AWARD

21.1. MONITORING

21.1.1. The management of the contract is the responsibility of the National Department of

Health. All correspondence in this regard must be directed to the Director: Affordable

Medicines.

21.1.2. Contracted suppliers must advise the Director: Affordable Medicines at first knowledge

of any unforeseeable circumstances that may adversely affect supply against the

contract. Full particulars of such circumstances must be provided by the supplier as

contemplated in paragraph 17.3.

Page 35: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 22 of 23 

21.1.3. The National Department of Health, in collaboration with the other Participating

Authorities, will monitor the performance of contracted suppliers and maintain a

scorecard for compliance to the terms of this contract as follows:

Compliance with delivery lead times;

Percentage of orders supplied in full first time;

Compliance with reporting requirements according to reporting schedule and

reporting mechanism. As a minimum suppliers will be required to submit the

following information in a specified format and via a mechanism defined by the

National Department of Health:

All transactional data relating to orders;

A monthly age analysis;

Pipeline data;

Status of outstanding orders.

Attendance of compulsory quarterly meetings: The National Department of

Health will hold quarterly meetings with suppliers to review the next quarter's

demand, as well as supplier performance.

21.1.4. The National Department of Health will request Participating Authorities to impose

penalties, where deemed necessary, as per Paragraph 21 and 22 of the General

Conditions of Contract.

21.1.5. Non-compliance of contracted suppliers to the terms and conditions of this contract

may influence participation in future contracts.

21.2. REPORTING

21.2.1. National Department of Health will provide an indication of reporting requirements

at the compulsory briefing session and successful bidders will be assisted with

complying with these requirements.

21.2.2. The National Department of Health may, from time to time and within reason, add

to the reporting requirements. Any changes to reporting requirements or the

reporting mechanism will be communicated in writing by the Director: Affordable

Medicines.

21.3. CEDING, MERGERS, TAKE OVERS AND CHANGES IN SUPPLIER

DETAILS

21.3.1. Where a contracted supplier plans to merge with or is going to be acquired by

another entity, or plans to cede a contract the contracted supplier must inform the

National Department of Health in writing at first knowledge of such an event.

Page 36: CONTRACT HP06-2017SVP: THE SUPPLY AND DELIVERY OF …€¦ · contract hp06-2017svp: the supply and delivery of small volume parenterals and insulin devices to the department of health

SPECIAL REQUIREMENTS AND CONDITIONS OF CONTRACT HP06–2017SVP

Page | 23 of 23 

21.3.2. The National Department of Health reserves the right to agree to the transfer of

contractual obligations to the new supplier under the prevailing conditions of contract

or to cancel the contract.

21.3.3. A contracted supplier must inform the National Department of Health at first

knowledge of any changes to address, name, or contact details and effect these

changes on the Central Supplier Database.

21.4. THIRD PARTIES 21.4.1. Participating Authorities will not make a payment to or consult with a third party.

21.4.2. No third party is entitled to put an account of a Participating Authority on hold.

21.5. CONTACT DETAILS

Postal address Director: Affordable Medicines, Private Bag X828, Pretoria, 0001

 

Physical address Director: Affordable Medicines, Civitas Building, 242 Struben Street, Cnr Thabo Sehume Street, Pretoria, 0001

Please use the following e-mail address and contact persons for any queries relating to bidding process:

Ms M Rasengane Ms B May Tel: (012) 395 9452 Tel: (012) 395 8442

Fax number: (012) 395 8823 Email: [email protected]

22. ABBREVIATIONS The abbreviations used in this document signify the following:

API Active Pharmaceutical Ingredient

B-BBEE Broad-Based Black Economic Empowerment

CD Compact Disc

CSD Central Supplier Database

EAN European Article Number

GMP Good Manufacturing Practice

MCC Medicines Control Council

NDoH National Department of Health

PDF Portable Document Format

RoE Rate of Exchange

SARS South African Revenue Service

VAT Value Added Tax

 


Recommended