+ All Categories
Home > Documents > HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME...

HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME...

Date post: 11-Apr-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
39
Transcript
Page 2: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

2

HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE 2014 TO 28 FEBRUARY 2017

1. IMPORTANT GENERAL INFORMATION:

1.1 Please note that the delivered price is for the unit of measure (UOM) as offered. Units 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 Should an order be placed by any institution other than the provincial medical depots, the validity of the order must first be confirmed with the relevant depot manager.

1.5 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 Contact Detail: Tel & Fax

Contact Person Orders

Abbott Laboratories SA (Pty) Ltd

V2150 P O Box 7208 WELTEVREDEN PARK 1715

Tel: 011 858 2000/2122 Fax: 011 8582048

Gauta Phillip Mavundla [email protected]

Haffiza Green Tel: 011 858 2225

Accord Healthcare (Pty) Ltd

V2MB8 Postnet Suite 182 Private Bag x51 RIVONIA 2128

Tel: 011 234 5701/2 Fax: 011 234 5700

Reshlan Iyal Nagoor [email protected]

Elton Swartz Tel: 011 234 5701/2

Actor Pharma (Pty) Ltd

V2G28 P O Box 7408 Halfway House MIDRAND 1685

Tel: 011 312 3812 Fax: 011 312 7814

Malcolm Ryan Blane [email protected]

Patrick Ngubane Tel: 011 312 3812

Adcock Ingram Critical Care (Pty) Ltd

V4222 Private Bag X69 BRYANSTON 2021

Tel: 011 635 0671 Fax: 086 553 0671

Louis Fourie [email protected]

Sunet van der Schyf Jennifer Rayners Tel: 011 635 0173 011 635 1073

Adcock Ingram Healthcare (Pty) Ltd

V2272 Private Bag X69 BRYANSTON 2021

Tel: 011 635 0671 Fax: 086 553 0671

Louis Fourie [email protected]

Sunet van der Schyf Lize Botes Tel: 011 635 0173 011 635 0156

Astrazeneca Pharmaceuticals (Pty) Ltd

V2180 Private Bag X23 BRYANSTON 2028

Tel: 011 797 6166/5 Fax: 086 676 5948

Singatwa Mnqandi singatwa.mnqandi@astrazeneca. com

Not indicated Tel: 0860 655 600/012 621 4301

Austell Laboratories (Pty) Ltd

V1A10 P O Box 1110 CROWN MINES 2025

Tel: 011 611 1400/34 Fax: 011 839 0401/086 608 5740

Wendy Cooke [email protected]

Younus Karolia Tel: 011 611 1400

B Braun Medical (Pty) Ltd

VYL89 P O Box 1787 RANDBURG 2125

Tel: 010 222 3000 Fax: 010 222 3133

Walda van Zyl [email protected]

Page 3: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

3

Supplier Name Supplier Code

Postal Address Contact Detail: Tel & Fax

Contact Person Orders

Bayer (Pty) Ltd V6390 P O Box 143 ISANDO 1600

Tel: 011 921 5279/5842/086 639 6960 Fax: 011 921 5272/086 639 6960

Magda Noack/Wilma Swanich [email protected]

Anusha Harilal Tel: 010 248 0730/011 921 5402/086 000 0443

Becton Dickinson (Pty) Ltd

VAPR0 P O Box 3569 RIVONIA 2128

Tel: 011 603 2664 Fax: 011 603 2640

Kirsten Osborn [email protected]

Timoty Nyaka Tel: 011 603 2664

Biotech Laboratories (Pty) Ltd

VUV35 Suite 150 Private Bag X65 HALWAY HOUSE 1685

Tel: 011 848 3050 Fax: 011 848 3065

Duduzile Mofolo [email protected]/ [email protected]

UTi Pharma Tel: 011 848 3050/086 000 0443

Bristol Myers Squibb (Pty) Ltd

V2199

P O Box 227 SUNNINGHILL 2157

Tel: 011 808 5000 Fax: 086 677 7277

Winston Smit [email protected]

Mrs Melinda Scoones Tel: 011 808 5503

Eli Lilly SA (Pty) Ltd V2181 Private Bag X119 BRYANSTON 2021

Tel: 011 510 9300/ 010 248 0730 Fax: 011 510 9301/ 010 248 0739

Sharon Naidoo [email protected]/ [email protected]

Barry Gunn Tel: 011 510 9300

Equity Pharmaceuticals (Pty) Ltd

V1Q23 P O Box 60964 PIERRE VAN RYNEVELD 0045

Tel: 012 345 1747 Fax: 012 345 1412

Benjamin Miny [email protected]

Tanya van Heerden Tel: 012 345 1747

Fresenius Kabi South Africa (Pty) Ltd

VAJL3 P O Box 4156 HALFWAY HOUSE 1685

Tel: 011 545 0000 Fax: 011 545 0060/ 080 020 3100

Albertha Magdalena Nel [email protected]

Felicity Dabbs Tel: 011 545 0000/086 020 3900

Gulf Drug Company (Pty) Ltd

VTS03 P O Box 1523 DURBAN 4000

Tel: 031 538 8700/61 Fax: 031 502 2379

Kenvin Moonsamy [email protected]

Timothy Gengadu Tel: 031 538 8787

Ingelheim Pharmaceuticals (Pty) Ltd

V2154 Private Bag X3032 RANDBURG 2125

Tel: 011 348 2480/ 010 248 0735 Fax: 086 528 9171/ 010 248 0739

Jo Warden [email protected]

Cuni Pretorius Tel: 011 348 2472

Janssen Pharmaceutica (Pty) Ltd

VBKY6 P O Box 785939 SANDTON 2146

Tel: 011 518 7000/7118 Fax: 086 673 9513

Reshedah Gany [email protected]

Reshedah Gany/Anthony Williams Tel: 011 518 7000

Litha Pharma (Pty) Ltd

VGS73 P O Box 8374 MIDRAND 1685

Tel: 087 742 1684 Fax: 087 742 1666

Martin Kahanovitz [email protected]

Kevin Naidoo Tel: 087 742 1660

Lundbeck South Africa (Pty) Ltd

VVS90 P O Box 2171 NORTH RIDING 2162

Tel: 011 699 1600 Fax: 011 699 1657

Sue Bester [email protected]

Phumlani Twala Tel: 011 699 1600

MSD (Pty) Ltd V2185 Private Bag X3 HALFWAY HOUSE 1685

Tel: 011 655 3357 / 3000 Fax: 011 655 3429

Muriel Malape [email protected]

Falicial Rubidge Tel: 011 655 3139

Novartis South Africa (Pty) Ltd

VBVW2 P O Box 92 ISANDO 1600

Tel: 011 929 2531 Fax: 011 929 2232

Tammy Narainsamy [email protected]

Customer Service Tel: 010 248 0730

Page 4: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

4

Supplier Name Supplier Code

Postal Address Contact Detail: Tel & Fax

Contact Person Orders

Novo Nordisk (Pty) Ltd

V2743 P O Box 783155 SANDTON 2146

Tel: 011 202 0500 Fax: 011 807 4252/087 231 4883

Moloele Timothy Kedijang [email protected]

Gillian Docherty Tel: 011 202 0521/46

Pfizer Laboratories (Pty) Ltd

V2189

P O Box 783720 SANDTON 2146

Tel: 011 320 6000 Fax: 011 895 1491

Themba Mnguni [email protected]

Pharmacare Limited V2205 P O Box 1593 GALLO MANOR 2052

Tel: 011 239 6243 Fax: 086 574 3175

Jaco de Wet [email protected]

Steph Robinson Tel: 011 239 6617

Pharmaco Distribution (Pty) Ltd

VBVW1 P O BOX 786522 SANDTON 2146

Tel: 011 784 0777 Fax: 011 784 6994

Jan van den Berg [email protected]

Pharma-Q (Pty) Ltd V1NK1 Private Bag X09 FLORIDA 1710

Tel: 011 247 1600 Fax: 086 652 8211

Anand Mehta [email protected]

Roche Products (Pty) Ltd

V2177 P O Box 55922 NORTHLANDS 2116

Tel: 011 502 5000 Fax: 011 268 5738

Mongezi Sokanyile [email protected]

Nirvana Ramlall Tel: 011 502 5094

Sanofi-Aventis South Africa (Pty) Ltd

V2160 Private Bag X207 MIDRAND 1683

Tel: 011 256 3814 Fax: 086 646 4833

Willem Maritz [email protected]

Tony Hurley Shantel Khumalo Tel: 0800 601 228

Specpharm Holdings (Pty) Ltd

V3EQ1 P O Box 651 HALFWAY HOUSE 1685

Tel: 011 652 0405 Fax: 086 211 3266

Jadev Maharaj [email protected]

T Shabalala Tel: 011 652 0428

Page 5: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 1 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

1 ADENOSINE 3mg/ml injection, 2ml 35 600 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 74.6700 Adenocor Vial 1 Vial of 2ml 100 shelf packs 21 1 Shelf Pack (6 Vials) 94.00 180373081 VI

2 ADRENALINE 1mg/ml injection, 1ml 4 343 280 80% Pharma-Q (Pty) Ltd V1NK1 R 2.4000 Pharma-Q Adrenaline 10 10 21 400 95.00 180075485 AM

2 ADRENALINE 1mg/ml injection, 1ml 1 085 820 20% Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 2.8900 Adrenaline Fresenius 1mg/1 ml (1:1 000)

1 mg Amp 80 x 10 Amps 21 10 Amps 76.40 180075485 AM

3 ALFENTANIL 0.5mg/ml injection, 2ml[S6]

128 400 Janssen Pharmaceutica (Pty) Ltd

VBKY6 R 38.2800 Rapifen 2ml 1 amp 600 x 2ml amp 21 5 x 2ml amps 93.00 180075489 AM

4 ALPROSTADIL 0.5mg/ml injection, 1ml 4 400 Pfizer Laboratories (Pty) Ltd V2189 R 2 004.9280 Prostin VR 0.5mg/ml INJ 1ml 5 70 21 5 90.00 180075498 AM

5 ALTEPLASE (Plasminogen Activator, Recombinant Human Tissue-Type) 50mg injection, in reconstitution pack

2 700 Ingelheim Pharmaceuticals (Pty) Ltd

VH649 R 3 134.8200 Actilyse 50 mg 1 24 14 1 90.00 180189601 SE

6 AMINOPHYLLINE 25mg/ml injection, 10ml For IV use

501 600 Adcock Ingram Critical Care (Pty) Ltd

V4222 R 3.5000 Sabax Aminophylline IV 10ml Amp 100 amps 21 10 x 10ml 98.00 189700102 AM

7 AMIODARONE HCI 50mg/ml injection, 3ml 195 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 37.4900 Cordarone X Intravenous 1 Ampoule of 3ml

100 shelf packs 21 1 Shelf Pack (6 Ampoules)

94.00 180075509 AM

10 ATROPINE SULPHATE 0.5mg injection, 1ml 1 045 900 Pharma-Q (Pty) Ltd V1NK1 R 1.4600 Pharma-Q Atropine 0.5mg 10 10 21 600 95.00 189707023 AM

11 ATROPINE SULPHATE 1mg injection, 1ml 603 600 Pharma-Q (Pty) Ltd V1NK1 R 1.6400 Pharma-Q Atropine 1mg 10 10 21 600 95.00 189707024 AM

12 BERACTANT (Total Phospholipids) intratracheal solution, 100mg in 4ml

16 800 Biotech Laboratories (Pty) Ltd VUV35 R 1 352.7800 Survanta 4 ml 4ml 10 x 1 x 4ml 21 1 x 4ml 93.00 181772157 VI

13 BERACTANT (Total Phospholipids) intratracheal solution, 200mg in 8ml

13 500 Biotech Laboratories (Pty) Ltd VUV35 R 2 705.1600 Survanta 8 ml 8ml 10 x 1 x 8ml 21 1 x 8ml 93.00 189753628 VI

14 BETAMETHASONE 4mg injection, 1ml 591 600 Pharma-Q (Pty) Ltd V1NK1 R 2.3100 Pharma-Q Betamethasone 10 10 21 400 95.00 180075545 AM

14.1 BETAMETHASONE DISODIUM PHOSPHATE 3mg BETAMETHASONE ACETATE 3mg injection, 1ml

637 200 MSD (Pty) Ltd V2185 R 21.0000 Celestone Soluspan 1ml 1 21 10 x 1ml 90.00 180075543 AM

14.2 BETAMETHASONE DISODIUM PHOSPHATE 3mg BETAMETHASONE ACETATE 3mg/ml injection, 5ml vial

20 100 MSD (Pty) Ltd V2185 R 105.0000 Celestone Soluspan 1ml 1 21 1 x 5 ml 90.00 189710894 VI

16 BUPIVACAINE HCI 5mg/ml injection, 4ml For Spinal Anaesthesia

99 000 Adcock Ingram Healthcare (Pty) Ltd

V2272 R 11.1700 Macaine Spinal Plain 4 ml 4ml amp 48 21 10 x 4ml 98.00 180075553 AM

17 BUPIVACAINE HCI 5mg/ml injection, 10ml 861 900 Pharma-Q (Pty) Ltd V1NK1 R 3.1900 Pharma-Q Bupivacaine 10 10 21 300 95.00 180075551 AM

18 BUPIVACAINE HCI 5mgADRENALINE 5mcg/ml injection, 20ml

180 000 Adcock Ingram Healthcare (Pty) Ltd

V2272 R 16.7400 Macaine w/Adrenaline 20 ml 20ml amp 36 21 10 x 20ml 98.00 180075555 AM

19 BUPIVACAINE HCI 5mgDEXTROSE ANHYDROUS 72.7mg/ml injection, 4ml

840 700 Pharma-Q (Pty) Ltd V1NK1 R 2.6600 Pharma-Q Bupivacaine spinal with Dextrose

10 10 21 400 95.00 180075556 AM

20 CALCIUM GLUCONATE 10% m/v injection, 10ml

444 000 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 5.5300 Calcium Gluconate Fresenius Injection

10 ml Amp 23 x 10 Amps 21 10 Amps 93.00 180075565 AM

Page 6: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 2 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

21 CISATRACURIUM BESYLATE 2mg/ml injection, 2.5ml

506 600 Pharmacare Limited V2205 R 39.9000 Nimbex Inj 2mg/ml 2.5ml 5 Amp 13 x 5 x 2.5ml Amp

21 20 98.00 181767288 AM

22 CISATRACURIUM BESYLATE 2mg/ml injection, 5ml

121 300 Pharmacare Limited V2205 R 57.0000 Nimbex Inj 2mg/ml 5ml 5 Amp 63 x 5 x 5ml Amp 21 20 98.00 180308024 AM

23 CLONAZEPAM 1mg/ml injection, 1ml 349 400 Roche Products (Pty) Ltd V2177 R 19.4200 Rivotril 1mg/ml Ampoules 5 150 21 5 93.00 180075726 AM

24 CLOTHIAPINE 10mg/ml injection, 4ml 182 600 Pharmaco Distribution (Pty) Ltd VBVW1 R 13.5400 Etomine 10 10 21 10 92.00 180075729 AM

31 DESFERRIOXAMINE MESYLATE 500mg 18 800 Novartis South Africa (Pty) Ltd VBVW2 R 71.7424 Desferal 500 1 40 21 1 93.00 180075755 VI

33 DEXAMETHASONE 4mg injection, 1ml 2 643 690 70% Pharma-Q (Pty) Ltd V1NK1 R 2.6000 Pharma-Q Dexamethasone Phosphate

10 10 21 400 95.00 180075759 AM

33 DEXAMETHASONE 4mg injection, 1ml 1 133 010 30% Biotech Laboratories (Pty) Ltd VUV35 R 2.7000 Dexona 4 mg/ml Injection 1ml Ampoule 30 x 10 x 1ml 21 300 x 1ml 89.54

34 DEXTROSE 50% m/v injection, 20ml 1 049 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 12.3900 Dextrose Fresenius 50% (20 ml) INJECTION

20 ml Amp 10 x 10 Amps 21 10 Amps 93.00 180075794 AM

35 DEXTROSE 50% m/v injection, 50ml 706 500 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 23.3600 Dextrose FreseniusS 50% (50 ml)

50 ml Bag 1 x 60 Bags 21 60 Bags 93.00 180352804 BG

36 DIAZEPAM 5mg/ml injection, 2ml 873 400 Pharma-Q (Pty) Ltd V1NK1 R 1.5500 Pharma-Q Diazepam 10 10 21 400 95.00 180075798 AM

37 DICLOFENAC SODIUM 25mg/ml injection, 3ml 6 766 600 Biotech Laboratories (Pty) Ltd VUV35 R 0.9200 Bio-Diclofenac injection 3 ml 3 ml Ampoule 100 x 3ml 21 100 x 3ml 93.00 180075799 AM

38 DIGOXIN 0,25mg/ml injection, 2ml 62 700 Pharmacare Limited V2205 R 15.7776 Lanoxin Inj 2ml 2ml Amp 80 x 5 x 2ml Amp 21 80 98.00 180075803 AM

39 DINOPROST 5mg injection, 1ml 4 400 Pfizer Laboratories (Pty) Ltd V2189 R 112.8400 Prostin F2 Alpha 5mg/ml INJ 1ml

1 270 21 1 90.00 189710758 AM

40 DOBUTAMINE HCl 12.5mg/ml injection, 20ml vial

196 900 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 19.4900 Dobutamine Fresenius 250mg/20 ml

250 mg Amp 32 x 5 Amps 21 5 Amps 93.00 189715235 VI

41 DOPAMINE HCI 40mg/ml injection, 5ml 120 900 Pharma-Q (Pty) Ltd V1NK1 R 3.3200 Pharma-Q Dopamine 10 10 21 300 95.00 180075879 AM

42 ENOXAPARIN 40mg injection, 0.4ml prefilled syringe

7 318 900 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 19.3800 Clexane 40 1 Prefilled syringe

18 shelf packs 21 5 Shelf Packs 94.00 180077964 SG

43 ENOXAPARIN 60mg injection, 0.6ml prefilled syringe

162 400 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 29.5200 Clexane 60 1 Prefilled syringe

18 shelf packs 21 1 Shelf Pack 94.00 181891011 SG

44 ENOXAPARIN 80mg injection, 0.8ml prefilled syringe

1 247 100 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 31.0100 Clexane 80 1 Prefilled syringe

18 shelf packs 21 5 Shelf Packs 94.00 181891013 SG

45 ENOXAPARIN 100mg injection, 1ml prefilled syringe

55 000 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 41.0400 Clexane 100 1 Prefilled syringe

18 shelf packs 21 1 shelf pack 94.00 181858387 SG

46 EPHEDRINE SULPHATE 50mg injection, 1ml[S6]

297 000 Abbott Laboratories SA (Pty) Ltd

V2150 R 31.0000 Ephedrine Sulphate 10's 1 21 10 vials 93.00 189713748 AM

49 ERYTHROPOIETIN, RECOMBINANT HUMAN 2 000 iu injection, 0.5ml prefilled syringe For IV/Subcutaneous use

209 400 Roche Products (Pty) Ltd V2177 R 46.5500 Recormon 2000iu/0.3ml 6 24 21 6 93.00 180250265 SG

Page 7: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 3 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

50 ERYTHROPOIETIN, RECOMBINANT HUMAN 4 000 iu injection, prefilled syringe For IV/Subcutaneous use

357 500 Roche Products (Pty) Ltd V2177 R 69.6700 Recormon 4000iu/0.3ml 6 24 21 6 93.00 180250272 SG

51 ERYTHROPOIETIN, RECOMBINANT HUMAN 10 000 iu injection, 1ml prefilled syringeFor IV/Subcutaneous use

50 800 Roche Products (Pty) Ltd V2177 R 186.5600 Recormon 10000iu/0.6ml 6 24 21 6 93.00 180251455 SG

52 ERYTHROPOIETIN, RECOMBINANT HUMAN 30 000 iu injection, 0.6ml. Prefilled syringe For IV/Subcutaneous use

4 200 Roche Products (Pty) Ltd V2177 R 559.6900 Recormon 30000iu/0.6ml 4 24 21 4 93.00 181829692 SG

54 ETILEFRINE HCI 10mg injection, 1ml 107 300 Ingelheim Pharmaceuticals (Pty) Ltd

VH649 R 14.9900 Effortil 10 mg/1 ml 1 120 14 1 90.00 180075955 AM

55 ETOMIDATE 2mg/ml injection, 10ml 124 700 B Braun Medical (Pty) Ltd VYL89 R 37.4333 Etomidate 2mg/ml injection, 10ml (Product Code: 3659710)

10 600 21 1 box of 10 92.00 180075956 AM

56 FENTANYL 0.05mg/ml injection, 2ml[S6]

936 200 Pharma-Q (Pty) Ltd V1NK1 R 1.8200 Pharma-Q Fentanyl 10 10 21 500 95.00 180075959 AM

57 FENTANYL 0.05mg/ml injection, 10mll[S6]

95 500 Pharma-Q (Pty) Ltd V1NK1 R 4.5100 Pharma-Q Fentanyl 10 10 21 200 95.00 180075960 AM

58 FLUMAZENIL 0,1mg/ml injection, 5ml 29 100 Roche Products (Pty) Ltd V2177 R 211.8300 Anexate 0.5mg 1 240 21 1 93.00 189712783 AM

59 FLUMAZENIL 0.1mg/ml injection, 10ml 1 900 Roche Products (Pty) Ltd V2177 R 347.5100 Anexate 1.0mg 1 180 21 1 93.00 189711614 AM

60 FLUPENTHIXOL DECANOATE 20mg injection, 1ml

983 700 Lundbeck South Africa (Pty) Ltd

VVS90 R 27.9600 Fluanxol Depot 20mg 1 x 5 1 x 5 x 5 10 working days

5 x 5 90.00 180017761 AM

61 FLUPHENAZINE DECANOATE 25mg injection, 1ml

386 300 Bristol Myers Squibb (Pty) Ltd V2199 R 35.2260 Modecate 25mg injection, 5 x 1ml

5 x 1ml as per order 21 1 unit 90.00 189704400 VI

62 FLUPHENAZINE DECANOATE 25mg/ml injection, 10ml vial

113 400 Bristol Myers Squibb (Pty) Ltd V2199 R 117.4200 Modecate 10ml as per order 21 1 unit 90.00 189704449 VI

63 FUROSEMIDE 10mg/ml injection, 2ml 3 728 060 70% Pharma-Q (Pty) Ltd V1NK1 R 1.4500 Pharma-Q Furosemide 10 10 21 600 95.00 180075982 VI

63 FUROSEMIDE 10mg/ml injection, 2ml 1 597 740 30% Pharmacare Limited V2205 R 1.6986 A-Lennon Furosemide Inj 20mg/2ml

20mg/2ml 120x10x20mg/2ml

21 300 86.08 180075982 AM

64 FUROSEMIDE 10mg/ml injection, 5ml 282 900 Pharma-Q (Pty) Ltd V1NK1 R 2.4400 Pharma-Q Furosemide 10 10 21 400 95.00 180075985 AM

65 FUROSEMIDE 10mg/ml injection, 25ml 177 300 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 12.7800 Furosemide-Fresenius 250 mg/25 ml

250mg Amp 10 x 10 Amps 21 10 Amps 93.00 180075988 AM

66 GLUCAGON 1mg vial including diluent and syringe

18 300 Novo Nordisk (Pty) Ltd V2743 R 262.4600 Glucagon Hypokit 1 120 10 1 94.00 180309135 VI

70 GLYCOPYRROLATE 0.2mg/ml injection, 2ml 619 800 Pharmacare Limited V2205 R 14.3640 Robinul Inj 2ml 2ml Amp 80x10x2ml Amp 21 50 98.00 180075998 AM

71 GOSERELIN 3.6 mg injection, prefilled syringe 12 300 Astrazeneca Pharmaceuticals (Pty) Ltd

V2180 R 416.7400 Zoladex 3,6mg 1 prefilled injection

1 14 1 92.00 189709944 SG

74 HEPARIN SODIUM 1 000 iu/ml injection, 5ml vial

565 600 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 11.4600 Heparin Sodium Fresenius 1 000 I.U./1 ml

5 ml Vial 36 x 10 Vials 21 10 Vials 93.00 189715772 VI

Page 8: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 4 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

75 HEPARIN SODIUM 5 000 iu/ml injection, 5ml vial

573 200 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 21.6600 Heparin Sodium Fresenius 5 000 I.U. 5 ml

5 ml Vial 36 x 10 Vials 21 10 Vials 93.00 189710951 VI

76 HEPARIN SODIUM 25 000 iu/ml injection, 5ml vial

80 400 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 119.7000 Heparin Sodium Fresenius 25 000 I.U./1 ml

5 ml Vial 36 x 10 Vials 21 10 Vials 93.00 180076016 VI

77 HYDROCORTISONE 100mg/2ml injection(as Sodium succinate)

3 060 100 Pfizer Laboratories (Pty) Ltd V2189 R 11.9560 Solu-cortef 100mg/2ml PDR for INJ

5 240 21 5 90.00 180018040 VI

78 HYOSCINE-N-BUTYLBROMIDE 20mg injection, 1ml

2 461 700 Pharma-Q (Pty) Ltd V1NK1 R 1.8300 Pharma-Q Hyoscine-n-Butylbromide

10 10 21 500 95.00 180076081 AM

79 INSULIN, BIOSYNTHETIC, HUMAN, SOLUBLE, 100 units/ml, 3ml disposable pen

381 200 Novo Nordisk (Pty) Ltd V2743 R 36.2600 Actrapid(HM) GE Flexpen 5 54 10 5 94.00 180309128 SG

80 INSULIN, BIOSYNTHETIC, HUMAN, Soluble, 100 units/ml, 3 ml penfilll cartridge (for use in pens, to be provided free of charge to patients)

762 400 Adcock Ingram Healthcare (Pty) Ltd

V2272 R 26.9500 Biosulin R 3ml Cartridge 5 42 21 50 98.00 180214250 CA

81 INSULIN, BIOSYNTHETIC, HUMAN, SOLUBLE, 100 units/ml, 10ml vial

419 400 Novo Nordisk (Pty) Ltd V2743 R 24.5200 Actrapid (HM) GE vial 1 160 10 50 94.00 189710585 VI

83 INSULIN, BIOSYNTHETIC, HUMAN, BIPHASIC, 100units/ml, Soluble 30% and Isophane 70% 3ml disposable pen

2 901 462 Novo Nordisk (Pty) Ltd V2743 R 36.2600 Acraphane(HM) GE Flexpen 5 54 10 5 94.00 180309129 SG

84 INSULIN, BIOSYNTHETIC, HUMAN, Biphasic 30/70 100 units/ml, 3 ml penfilll cartridge (for use in pens, pens to be provided free of charge to patients)

5 811 638 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 22.7400 Insuman Comb 30/70 (300 IU/3ml)

1 cartridge of 3ml

60 shelf packs 21 5 Shelf Packs 94.00 181916020 EA

84.1 Device: Reusable Pen for 3ml insulin cartridges(Note that orders should be placed as per arranged roll-out plan)

170 000 Sanofi-Aventis South Africa (Pty) Ltd

V2160 R 0.0000 Allstar Reusable Delivery Device

1 reusable pen 10 21 10 n/a 181917195 EA

85 INSULIN, BIOSYNTHETIC, HUMAN, BIPHASIC, 100units/ml, Soluble 30% and Isophane 70% 10ml vial

3 921 000 Novo Nordisk (Pty) Ltd V2743 R 24.5200 Actraphane (HM) GE vial 1 160 10 5 94.00 189711634 VI

89 INSULIN, BIOSYNTHETIC, HUMAN, ISOPHANE, 100 units/ml, 3ml disposable pen

726 939 Novo Nordisk (Pty) Ltd V2743 R 36.2600 Protaphane (HM)GE Flexpen 5 54 10 5 94.00 180309126 SG

90 INSULIN, BIOSYNTHETIC, HUMAN, Isophane 100 units/ml, 3 ml penfilll cartridges (for use in pens, to be provided free of charge to patients)

1 456 061 Adcock Ingram Healthcare (Pty) Ltd

V2272 R 26.9500 Biosulin N 3ml Cartridge 5 40 21 50 98.00 180076203 CA

Page 9: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 5 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

91 INSULIN, BIOSYNTHETIC, HUMAN, ISOPHANE, 100 units/ml, 10ml vial

800 600 Novo Nordisk (Pty) Ltd V2743 R 24.5200 Protaphane (HM)GE vial 1 500 10 5 94.00 189710587 VI

92 INTERFERON BETA-1b Injection containing 8 million IU (0.25mg) per ml after reconstitution.

18 000 Bayer (Pty) Ltd V6390 R 6 258.6000 Betaferon Combi Pack 1 x 15 Combi Pack

300 14 1 x 15 Combi Pack 91.00 180974603 VI

93 IRON DEXTRAN COMPLEX containing elemental IRON 50mg, For IV use only, 2ml

11 700 Litha Pharma (Pty) Ltd VGS73 R 56.6300 Cosmofer 1 x 5 1 (1 x 5 ) 21 10 94.00 181891028 AM

94 IRON DEXTRAN COMPLEX containing elemental IRON 500mg, For IV use only, 10ml

2 800 Litha Pharma (Pty) Ltd VGS73 R 283.1300 Cosmofer 2 x 10 1 ( 2 x 10 ) 21 10 94.00 181871852 AM

95 IRON SUCROSE COMPLEX injection containing elemental IRON 100mg For IV use only 5ml

148 000 Actor Pharma (Pty) Ltd V2G28 R 51.3000 Rautevene 5ml 1 21 10 90.00 180185678 AM

96 KETAMINE HCI 10mg/ml injection, 20ml vial 40 700 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 26.0500 Ketamine Fresenius 10 mg/1 ml

10 mg Vial 16 x 10 Vials 21 10 Vials 93.00 189710933 VI

97 KETAMINE HCI 50mg/ml injection, 10ml vial 36 000 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 34.2000 Ketamine Fresenius 50 mg/1 ml

50 mg Vial 30 x 10 Vials 21 10 Vials 93.00 189710574 VI

98 KETAMINE HCI 100mg/ml injection, 10ml vial 18 300 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 68.4000 Ketamine Fresenius 100 mg/1 ml

100 mg Vial 30 x 10 Vials 21 10 Vials 93.00 189706747 VI

100 LIGNOCAINE HCI 1% m/v injection, 20ml multidose vial Labelled not for IV use

1 334 000 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 6.1200 Lignocaine HCl Fresenius 1 % (vials)

20 ml Vial 16 x 10 Vials 21 10 Vials 93.00 180076306 VI

101 LIGNOCAINE HCI 2% m/v injection, 20ml multidose vial Labelled not for IV use

880 400 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 6.2000 Lignocaine HCl Fresenius 2 % (vials)

20 ml Vial 16 x 10 Vials 21 10 Vials 93.00 189703157 VI

102 LIGNOCAINE HCI 2% m/v injection, 5ml (Without preservative) For IV use

1 130 400 B Braun Medical (Pty) Ltd VYL89 R 2.1100 Lignocaine 2%, 5ml (Product Code: 3659090)

20 1000 21 1 box of 20 92.00 180076308 AM

103 LIGNOCAINE HCI 10% m/v injection, 5ml 25 600 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 6.0900 Lignocaine HCl Fresenius 10 % (amps)

5 ml Amp 42 x 10 Amps 21 10 Amps 93.00 180076360 AM

104 LIGNOCAINE HCI 2% m/v injection, Dental cartridge, 1.8ml

2 877 400 Adcock Ingram Healthcare (Pty) Ltd

V2272 R 5.0500 Xylotox 2% SE Plain 1.8 ml 1.8ml amp 12 21 100 x 1.8ml 98.00 180076343 CA

105 LIGNOCAINE HCI 2% m/v ADRENALINE 12.5mcg (1:80 000) Dental Cartridge 1.8ml

14 995 200 Adcock Ingram Healthcare (Pty) Ltd

V2272 R 4.9000 Xylotox 2% E80A 1.8 ml 1.8ml amp 14 21 100 x 1.8ml 98.00 180076312 CA

107 MAGNESIUM SULPHATE 50% m/v injection, 2ml

3 753 800 Adcock Ingram Critical Care (Pty) Ltd

V4222 R 4.1800 Sabax Magnesium Sulphate 50%

2ml Amp 100 amps 21 10 x 2ml 98.00 189710942 AM

109 METHYLPREDNISOLONE 40mg (as Sodium succinate) injection, 1ml

11 000 Pfizer Laboratories (Pty) Ltd V2189 R 18.4600 Solu-medrol 40mg INJ 1ml 1 240 21 1 90.00 189759248 VI

110 METHYLPREDNISOLONE 125mg (as Sodium succinate) injection, 2ml

28 300 Pfizer Laboratories (Pty) Ltd V2189 R 34.1000 Solu-medrol 125mg INJ 2ml 1 240 21 1 90.00 189759249 VI

111 METHYLPREDNISOLONE 500mg (as Sodium succinate)injection, 8ml

60 800 Pfizer Laboratories (Pty) Ltd V2189 R 40.4500 Solu-medrol 500mg INJ 1 80 21 1 90.00 189710955 VI

112 METHYLPREDNISOLONE 1000mg (as Sodium succinate)injection, 16ml

5 000 Pfizer Laboratories (Pty) Ltd V2189 R 157.3100 Solu-medrol 1g INJ 1 140 21 1 90.00 189710965 VI

Page 10: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 6 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

113 METHYLPREDNISOLONE ACETATE 40mg/ml injection, 1ml

4 400 Pfizer Laboratories (Pty) Ltd V2189 R 16.5500 Depo-Medrol 40mg/ml INJ 1ml

1 400 21 1 90.00 189715290 VI

114 METHYLPREDNISOLONE ACETATE 40mg/ml injection, 2ml

247 200 Pfizer Laboratories (Pty) Ltd V2189 R 23.6400 Depo-Medrol 40mg/ml INJ 2ml

1 400 21 1 90.00 189710776 VI

115 METHYLPREDNISOLONE ACETATE 40mg/ml injection, 5ml

14 600 Pfizer Laboratories (Pty) Ltd V2189 R 59.1200 Depo-Medrol 40mg/ml INJ 5ml

1 400 21 1 90.00 189710775 VI

116 METOCLOPRAMIDE MONOHYDROCHLORIDE 5mg/ml injection, 2ml

3 647 490 70% Austell Laboratories (Pty) Ltd V1A10 R 1.3324 Austell - Metoclopramide 5mg/ml injection, 2ml

10 x 2ml vials 27 x 5 x 10 x 2ml 21 700 98.00 180076396 AM

116 METOCLOPRAMIDE MONOHYDROCHLORIDE 5mg/ml injection, 2 l

1 563 210 30% Pharma-Q (Pty) Ltd V1NK1 R 1.3800 Pharma-Q Metoclopramide 10 10 21 700 91.78 180076396 AM

117 MIDAZOLAM 1mg/ml, injection 5ml 526 700 Pharma-Q (Pty) Ltd V1NK1 R 3.6700 Pharma-Q Midazolam 10 10 21 300 95.00 180076401 AM

118 MIDAZOLAM 5mg/ml injection, 3ml 876 500 Pharma-Q (Pty) Ltd V1NK1 R 4.3500 Pharma-Q Midazolam 5 5 21 230 95.00 180076404 AM

119 MIDAZOLAM 5mg/ml injection, 10ml 211 700 Accord Healthcare (Pty) Ltd V2MB8 R 26.2200 Accord Midazolam 50mg/10ml 10's 200 units 21 10 units 90.00 180018352 AM

120 MIVACURIUM 2mg/ml injection, 5ml 3 900 Pharmacare Limited V2205 R 86.9600 Mivacron Inj 2mg/ml 5 Amp 63 x 5 Amp 21 5 98.00 180187133 AM

121 MORPHINE SULPHATE 10mg/ml injection, 1ml[S6]

3 093 000 Pharma-Q (Pty) Ltd V1NK1 R 1.5500 Pharma-Q Morphine 10mg 10 10 21 600 95.00 189703413 AM

122 MORPHINE SULPHATE 15mg/ml injection, 1ml[S6]

1 589 200 Pharma-Q (Pty) Ltd V1NK1 R 1.6500 Pharma-Q Morphine 15mg 10 10 21 600 95.00 189700425 AM

123 N-ACETYLCYSTEINE 200mg/ml injection, 10ml

106 200 Equity Pharmaceuticals (Pty) Ltd

V1QZ3 R 199.0000 Paradote 10 vials 10 x 1 x 10 vials 21 1 x 10 vials 90.00 181915188 VI

124 NALOXONE HCI 0.02mg/ml injection, 2ml 86 400 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 4.0400 Naloxone HCl Fresenius 0,02 mg/1 ml

0,02 mg Amp 80 x 10 Amps 21 10 Amps 93.00 189708068 AM

125 NALOXONE HCI 0.4mg/ml injection, 1ml 344 900 Pharma-Q (Pty) Ltd V1NK1 R 2.6400 Pharma-Q Naloxone 10 10 21 200 95.00 189705061 AM

126 NEEDLE, INSULIN 31G x 5mm, Pack of 100 needles. Suitable for use with all prefilled insulin injection devices

45 400 Becton Dickinson (Pty) Ltd VAPR0 R 65.0000 BD Micro-Fine Plus 1 Box of 100's Case of 12 boxes 14 1 Box of 100's 95.00 181915212 BX

127 NEEDLE, INSULIN 31G x 8mm, Pack of 100 needles. Suitable for use with all prefilled insulin injection devices

234 400 Becton Dickinson (Pty) Ltd VAPR0 R 57.0000 BD Micro-Fine Plus 1 Box of 100's Case of 12 boxes 21 1 Box of 100's 95.00 181915214 BX

128 NEOSTIGMINE METHYLSULPHATE 0.5mg injection, 1ml

67 500 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 3.8700 Neostigmine Fresenius 0,5 mg/1 ml

0,5 mg Amp 80 x 10 Amps 21 10 Amps 93.00 180076423 AM

129 NEOSTIGMINE METHYLSULPHATE 2.5mg injection, 1ml

440 200 Pharma-Q (Pty) Ltd V1NK1 R 2.0000 Pharma-Q Neostigmine 10 10 21 250 95.00 180089506 AM

130 OCTREOTIDE 0.05mg injection, 1ml 2 300 Novartis South Africa (Pty) Ltd VBVW2 R 80.8945 Sandostatin 0.05mg Injection 1 390 21 1 93.00 180076442 AM

131 OCTREOTIDE 0.1mg injection, 1ml 21 900 Novartis South Africa (Pty) Ltd VBVW2 R 154.3303 Sandostatin 0.1mg Injection 1 390 21 1 93.00 180076445 AM

Page 11: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 7 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

132 OCTREOTIDE 0.2mg/ml injection, 5ml 7 600 Novartis South Africa (Pty) Ltd VBVW2 R 1 325.5741 Sandostatin 1mg/ 5ml Injection

1 210 21 1 93.00 189714924 VI

135 OXYTOCIN, SYNTHETIC 5 iu injection, 1ml 1 788 500 Specpharm Holdings (Pty) Ltd V3EQ1 R 5.3000 Spec-Oxytocin 5iu 10 ampoules 10 ampoules 21 10 ampoules 98.00 180076470 AM

136 OXYTOCIN, SYNTHETIC 10 iu injection, 1ml 5 289 400 Specpharm Holdings (Pty) Ltd V3EQ1 R 4.7330 Spec-Oxytocin 10iu 10 ampoules 10 ampoules 21 10 ampoules 98.00 180076472 AM

139 PANTOPRAZOLE 40mg injection, 10ml 962 500 Pharmacare Limited V2205 R 24.5556 Aspen Pantoprazole IV 40mg 40mg Vial 132 x 5 x 40mg Vial

21 20 98.00 181753528 VI

140 PETHIDINE HCl 25mg/ml injection, 1ml[S6]

289 700 Pharma-Q (Pty) Ltd V1NK1 R 2.0300 Pharma-Q Pethidine 25 10 10 21 500 95.00 189703124 AM

141 PETHIDINE HCI 50mg/ml injection, 1ml[S6]

1 676 300 Pharma-Q (Pty) Ltd V1NK1 R 1.9000 Pharma-Q Pethidine 50 10 10 21 500 95.00 180076519 AM

142 PETHIDINE HCI 50mg/ml injection, 2ml[S6]

2 450 900 Pharma-Q (Pty) Ltd V1NK1 R 2.5000 Pharma-Q Pethidine 100 10 10 21 400 95.00 180076540 AM

143 PHENYLEPHRINE HCI 10mg injection, 1ml 464 100 Abbott Laboratories SA (Pty) Ltd

V2150 R 33.6900 Phenylephrine 5's 5 20 5 vials 93.00 180076556 AM

144 PHENYTOIN SODIUM 50mg/ml injection, 5ml 945 500 Pfizer Laboratories (Pty) Ltd V2189 R 20.5200 Epanutin Ready Mixed Parenteral 50mg/ml INJ 5ml

10 480 21 10 90.00 189708084 VI

147 POTASSIUM CHLORIDE 15% m/v injection, 10ml

1 616 400 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 1.8800 Potassium Chloride Fresenius 15 % "Flexivial"

10 ml Flexivial 36 x 20 Flexivials 21 20 Flexivials 93.00 189710612 AM

148 POTASSIUM PHOSPHATE MONOBASIC ANHYDROUS 1,09g POTASSIUM PHOSPHATE DIBASIC ANHYDROUS 1.05g injection, 10ml

79 700 Adcock Ingram Critical Care (Pty) Ltd

V4222 R 57.3700 Sabax Potassium Solution for injection after dilution

10ml Amp 100 amps 21 10 x 10ml 98.00 180076576 AM

149 PROMETHAZINE HCI 25mg/ml injection, 1ml 499 300 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 3.3300 Promethazine HCl Fresenius 25 mg

25 mg Amp 80 x 10 Amps 21 10 Amps 93.00 189703419 AM

150 PROMETHAZINE HCI 25mg/ml injection, 2ml 292 500 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 3.3900 Promethazine HCl Fresenius 50 mg

50 mg Amp 80 x 10 Amps 21 10 Amps 93.00 189703420 AM

151 PROPOFOL 10mg/ml injection, 20ml 1 152 900 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 6.4400 Fresenius Propoven 1 % (20ml)

20 ml Amp 48 x 5 Amps 21 5 Amps 93.00 180076590 AM

152 PROPOFOL 10mg/ml injection, 50 ml 14 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 29.9500 Fresenius Propoven 1 % (50 ml)

50 ml Vial 1 x 10 Vials 21 10 Vials 93.00 189763039 VI

153 PROTAMINE SULPHATE 10mg/ml injection, 5ml

48 200 Pharmacare Limited V2205 R 57.0000 Protamine Sulphate Inj 50mg/5ml

5ml Amp 120 x 5 x 5ml Amp

21 10 98.00 180076593 AM

154 QUININE DIHYDROCHLORIDE 300mg injection, 1ml

298 100 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 8.3900 Quinine Dihydrochloride Fresenius 300 mg/1 ml

300 mg Amp 80 x 10 Amps 21 10 Amps 93.00 189706315 AM

155 RANITIDINE HCI 25mg/ml injection, 2ml 350 000 Biotech Laboratories (Pty) Ltd VUV35 R 6.2000 R-Loc 50 mg (25 mg/ml) 2 ml 2 ml Ampoule 20 x 5 x 2ml 21 100 x 2ml 93.00 180076594 AM

156 REMIFENTANIL 2mg injection, 5mll[S6]

31 300 Pharmacare Limited V2205 R 101.9730 Ultiva Inj 2mg 5ml Vial 90 x 5ml Vial 21 5 98.00 181757213 VI

157 ROCURONIUM BROMIDE 50mg injection, 5ml 344 300 MSD (Pty) Ltd V2185 R 47.7000 Esmeron 1 x 5ml vial 1 21 10 x 5ml vials 90.00 180960252 VI

158 SALBUTAMOL 0.5mg injection, 1ml 109 800 Pharmacare Limited V2205 R 39.7290 Ventolin Inj 0.5mg 5 Amp 50 x 5 Amp 21 20 98.00 189711130 AM

Page 12: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 8 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

162 SODIUM CHLORIDE 0.9% m/v injection, 10ml 4 841 880 60% Adcock Ingram Critical Care (Pty) Ltd

V4222 R 1.0200 Sabax Sodium Chloride 0,9% 10ml

10ml Amp 500 Amps 21 100 x 10ml 94.33 189700088 AM

162 SODIUM CHLORIDE 0.9% m/v injection, 10ml 3 227 920 40% B Braun Medical (Pty) Ltd VYL89 R 0.9800 0.9% w/v Sodium Chloride Injection BBraun, 10ml (Product Code: 3659096)

20 1000 21 1 box of 20 92.00 189700088 AM

163 SOMATROPIN 15iu (5mg) injection, pen and cartridge set

22 700 Novo Nordisk (Pty) Ltd V2743 R 460.0500 Norditropin Nordilet 5mg 1 108 10 1 94.00 181808985 EA

164 SOMATROPIN 16iu (5.3mg), pen and cartridge set

1 400 Pfizer Laboratories (Pty) Ltd V2189 R 474.4020 Genotropin 16 IU/ml PDR for INJ

5 70 21 5 90.00 180075523 CA

165 SOMATROPIN 18 iu (6mg) pen and cartridge set

1 900 Eli Lilly SA (Pty) Ltd V2181 R 451.5400 Humatrope recon cartridge 6mg

1 1 21 1 94.00 180955336 VI

166 SOMATROPIN 30iu (10mg) injection, pen and cartridge set

4 800 Novo Nordisk (Pty) Ltd V2743 R 920.1000 Norditropin Nordilet 10mg 1 108 10 1 94.00 181799365 EA

167 SOMATROPIN 36 iu (12mg) injection, prefilled pen + cartridge

2 400 Eli Lilly SA (Pty) Ltd V2181 R 903.0700 Humatrope recon cartridge 12mg

1 1 21 1 94.00 180955337 VI

169 SUFENTANIL CITRATE 5mcg/ml injection, 2mLFor IV use[S6]

110 000 Pharma-Q (Pty) Ltd V1NK1 R 8.4100 Pharma-Q Sufentanil 10 10 21 100 95.00 180076777 AM

170 SUFENTANIL CITRATE 5mcg/ml injection, 10mll[S6]

25 100 Pharma-Q (Pty) Ltd V1NK1 R 49.9400 Pharma-Q Sufentanil 10 10 21 20 95.00 180076779 AM

171 SUFENTANIL CITRATE 50mcg/ml injection, 5mll [S6]

15 600 Pharma-Q (Pty) Ltd V1NK1 R 75.1200 Pharma-Q Sufentanil 10 10 21 20 95.00 180076782 AM

174 TESTOSTERONE CYPIONATE 100mg/ml injection, 10 ml vial

8 000 Pfizer Laboratories (Pty) Ltd V2189 R 165.2400 Depo-Testosterone 100mg INJ 10ml

1 100 21 1 90.00 189705469 VI

175 THIOPENTONE SODIUM 0,5g injecton, 20ml 51 300 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 20.5000 Thiopentone Sodium Fresenius 0.5 g/20 ml

0.5 g Vial 16 x 10 Vials 21 10 Vials 93.00 189711002 AM

176 TRAMADOL HCI 50mg per ml injection, 2ml 1 094 200 Biotech Laboratories (Pty) Ltd VUV35 R 2.3000 Tramasac 100 mg (50 mg/ml) 2 ml

2 ml Ampoule 20 x 5 x 2ml 21 100 x 2ml 93.00 180124495 AM

177 TRANEXAMIC ACID 100mg/ml injection, 5ml 875 100 Pfizer Laboratories (Pty) Ltd V2189 R 64.9540 Cyklokapron IV 500mg INJ 5ml

5 100 21 5 90.00 180076981 AM

178 VECURONIUM BROMIDE 4mg injection, 2ml 364 700 Litha Pharma (Pty) Ltd VGS73 R 11.5000 Muscuron 1 x 10 40 ( 1 x 10 ) 21 10 94.00 180076993 AM

180 VIT. B COMPLEX injection, 10ml vialFor IM use

469 500 Pharmacare Limited V2205 R 9.8040 A-Lennon Vitamin B Complex Inj 10ml

10ml Vial 80 x 10 x10ml Vial

21 50 98.00 189700106 VI

181 VIT. B1 (THIAMINE HCI) 100mg/ml injection, 10ml vial

231 100 Pharmacare Limited V2205 R 23.0394 Lennon Thiamine Hydrochloride Inj 10ml

10ml Vial 30 x 10 x 10ml Vial

21 30 98.00 189700006 VI

182 VIT. B12 (CYANOCOBALAMIN) 1 000mcg injection, 1ml

603 400 Pharmacare Limited V2205 R 5.7228 A-Lennon Vitamin B12 Inj 1ml 1ml Amp 80 x 10 x 1ml Amp

21 100 98.00 189715773 AM

183 VIT. B12 (CYANOCOBALAMIN) 1 000mcg/ml injection, 10ml vial

32 800 Pharmacare Limited V2205 R 13.1100 A-Lennon Vitamin B12 Inj 10ml

10ml Vial 30 x 10 x 10ml Vial

21 38 98.00 189715773 AM

184 VIT. C (ASCORBIC ACID) 100mg/ml injection, 5ml

335 300 Fresenius Kabi South Africa (Pty) Ltd

VAJL3 R 10.4500 Ascorbic acid Fresenius 500 mg/5 ml

500 mg Amp 42 x 10 Amps 21 10 Amps 93.00 189700008 AM

Page 13: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

HP06-2014SVP CONTRACT CIRCULAR 29 JULY 2014

1 JUNE 2014 TO 28 FEBRUARY 2017

Page 9 of 9

Item No Description Quantity awarded

Splits Bidder Name Supplier Code

DeliveredPrice / unit

Brand name Unit Pack Shipper Pack Lead Time (no of days -

21 )

Minimum order Quantity

Total Score NSN Unit of issue

185 VIT. K (PHYTOMENADIONE) 2mg injection, 0.2ml For IV/IM use

2 982 300 Roche Products (Pty) Ltd V2177 R 7.4600 Konakion MM Paediatric 5 20 21 5 93.00 180953330 AM

186 VIT. K (PHYTOMENADIONE) 10mg injection, 1ml For IV use

509 800 Roche Products (Pty) Ltd V2177 R 13.4900 Konakion MM 10mg/1ml 10 90 21 10 93.00 180146851 AM

187 WATER FOR INJECTION B.P. 5ml 2 589 800 Gulf Drug Company (Pty) Ltd VTS03 R 0.5800 Water For Injection Gulf 5ml 5ml Vial 1800 21 1800 95.00 189700107 AM

188 WATER FOR INJECTION B.P. 10ml 20 126 700 55% Gulf Drug Company (Pty) Ltd VTS03 R 0.6000 Water For Injection Gulf 10ml 10ml Vial 1200 21 3600 95.00 189710871 AM

188 WATER FOR INJECTION B.P. 10ml 12 807 900 35% B Braun Medical (Pty) Ltd VYL89 R 0.8100 Water for Injection BBraun, 10ml (Product Code: 3659093)

20 1000 21 1 box of 20 60.50 189710871 AM

188 WATER FOR INJECTION B.P. 10ml 3 659 400 10% Adcock Ingram Critical Care (Pty) Ltd

V4222 R 1.1300 Sabax Water for injection 10ml

10ml Amp 500 Amps 21 100 x 10ml 18.50 189710871 AM

189 WATER FOR INJECTION B.P. 20ml 4 168 700 Adcock Ingram Critical Care (Pty) Ltd

V4222 R 2.4000 Sabax Water for injection 20ml

20ml Amp 250 Amps 21 25 x 20ml 92.85 189710862 AM

190 ZUCLOPENTHIXOL ACETATE 50mg injection, 1ml For IM use

193 800 Lundbeck South Africa (Pty) Ltd

VVS90 R 73.5600 50mg Clopixol Acuphase 1 12 x 10 x 1 10 working days

20 units 90.00 189753243 AM

191 ZUCLOPENTHIXOL DECANOATE 200mg injection, 1ml For IM use

1 177 700 Lundbeck South Africa (Pty) Ltd

VVS90 R 38.6100 200mg Clopixol Depot 1 x 5 16 x 5 x 5 10 working days

20 units 90.00 180057631 AM

Page 14: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract

HP06-2014SVP

THE SUPPLY AND DELIVERY OF THE SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS TO THE

DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE 2014 TO 28 FEBRUARY 2017

VALIDITY PERIOD 120 DAYS

National Department of Health

Non-compulsory Briefing Session: Date: 28 February 2014

Time: 10:00-11:00

Venue: Department of National Health, 242 Struben Street (Cnr Thabo Sehume and

Struben streets) Civitas Building, Impilo Boardroom, Pretoria

Page 15: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

2

INDEX _______________________________________________________________________________________________

1. BACKGROUND .................................................................................................................. 4

2. EVALUATION CRITERIA .................................................................................................. 4

2.1. PREFERENCE POINTS SYSTEM .................................................................................... 4

3. PRE AWARD SUPPLIER DUE DILIGENCE ..................................................................... 6

4. PARTICIPATING AUTHORITIES ...................................................................................... 6

5. POST AWARD PARTICIPATION ...................................................................................... 6

6. CONTRACT PERIOD ........................................................................................................ 7

7. DOCUMENT COMPLETION AND SUBMISSION ............................................................. 7

8. VALUE ADDED TAX ......................................................................................................... 7

9. TAX CLEARANCE CERTIFICATE .................................................................................... 8

10. AUTHORISATION DECLARATION AND LEGISLATIVE REQUIREMENTS .................. 8

10.1. DECLARATION OF AUTHORISATION ............................................................................ 8

10.2. LEGISLATIVE REQUIREMENTS ...................................................................................... 9

11. CONTRACT ADMINISTRATION ....................................................................................... 9

12. COUNTER CONDITIONS ................................................................................................ 10

13. PROHIBITION OF RESTRICTIVE PRACTICES ............................................................. 10

14. FRONTING ....................................................................................................................... 11

15. PRODUCT COMPLIANCE .............................................................................................. 12

15.1. PRE AWARD PRODUCT COMPLIANCE PROCEDURES............................................. 12

15.2. SAMPLES ........................................................................................................................ 12

16. AWARD CONDITIONS .................................................................................................... 13

17. PRICE QUALIFICATION AND CONTRACT PRICE ADJUSTMENT PROCEDURE ..... 15

17.1. PRICING STRUCTURE ................................................................................................... 15

17.2. PRICE REVIEW AND ADJUSTMENT ............................................................................. 16

17.3. SYSTEMATIC REVIEW OF MARKETPLACE ................................................................ 20

18. QUANTITIES, ORDERS AND DELIVERY ...................................................................... 20

18.1. DELIVERY COMPLIANCE .............................................................................................. 20

18.2. QUANTITIES AND ORDERS .......................................................................................... 21

18.3. MANUFACTURING INFORMATION ............................................................................... 22

19. PACKAGING .................................................................................................................... 22

20. LABELS AND PACKAGE INSERTS .............................................................................. 23

21. STERILITY ....................................................................................................................... 23

22. BARCODES ..................................................................................................................... 23

23. QUALITY .......................................................................................................................... 24

Page 16: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

3

24. SHELF-LIFE ..................................................................................................................... 24

25. POST AWARD ................................................................................................................. 25

25.3. THIRD PARTIES .............................................................................................................. 25

25.4. MONITORING .................................................................................................................. 25

25.5. REPORTING .................................................................................................................... 26

26. CONTACT DETAILS ....................................................................................................... 26

27. ABBREVIATIONS ............................................................................................................ 26

Page 17: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

4

SPECIAL CONDITIONS OF CONTRACT

1. BACKGROUND

This bid and all contracts emanating there from 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 as amended (Act 1 of 1999).

The Special Conditions of Contract are supplementary to that of the General

Conditions of Contract. Where, however, the Special Conditions of Contract are in

conflict with the General Conditions of Contract, the Special Conditions of Contract will

prevail.

2. EVALUATION CRITERIA

2.1. PREFERENCE POINTS SYSTEM a. In terms of regulation 6 of the Preferential Procurement Regulations pertaining to

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

bids will be adjudicated by the Department of Health on the 90/10- preference point

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

- The bid price (maximum 90 points)

- B-BBEE status level of contributor (maximum 10 points)

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

Ps = 90

−−

minmin1

PPPt

Where

Ps=Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Page 18: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

5

Pmin = Comparative price of lowest acceptable bid

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

of contributor in accordance with the table below:

B-BBEE Status

B-BBEE Status Level of Contributor

Number of Points

1 10

2 9

3 8

4 5

5 4

6 3

7 2

8 1

Non-compliant contributor 0

c. Bidders are required to complete the preference claim form (SBD 6.1), and submit

their original and valid B-BBEE status level verification certificate or a certified copy

thereof at the closing date and time of the bid in order to claim the B-BBEE status

level points.

d. The points scored by a bidder in respect of the level of B-BBEE contribution will be

added to the points scored for price.

e. 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

declaration of the bid documentation may be considered.

f. Failure on the part of the bidder to comply with paragraphs d and e above will be

deemed that preference points for B-BBEE status level of contribution are not claimed

and will therefore be allocated a zero(0)

g. The 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.

h. The points scored will be rounded off to the nearest 2 decimals.

Page 19: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

6

i. In the event that two or more bids scored equal total points, the contract will be

awarded to the bidder with scoring the highest number of points for B-BBEE.

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

drawing of lots.

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

not score the highest number of points.

l. The Department of Health reserves the right to negotiate prices.

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

3. PRE AWARD SUPPLIER DUE DILIGENCE

The Department of Health reserves the right to conduct supplier due diligence prior to

final award. This may include site visits.

4. PARTICIPATING AUTHORITIES

The National Department of Health and the following Provincial Departments will

participate in this contract: Eastern Cape, Free State, Gauteng, KwaZulu-Natal,

Limpopo, Mpumalanga, Northern Cape, North West and Western Cape

5. POST AWARD PARTICIPATION

Treasury Regulation in terms of the Public Finance Management Act, 1999, Section

16A6.6 states that the Accounting Officer/Accounting Authority may, on behalf of the

department, constitutional institution or public entity, 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 NDOH favours the participation of other departments, constitutional institutions

or public entities in this contract and intents to readily agree to requests to

participate. The NDOH expects successful bidders to also respond favourably to

such requests.

Page 20: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

7

6. CONTRACT PERIOD

The contract period shall be for a period of 33 months commencing 01 June 2014 to

28 February 2017.

7. DOCUMENT COMPLETION AND SUBMISSION

Bidders must submit responsive bids by completing all the mandatory documents as

well as the response fields for each individual item for which a bid is submitted. This

must also include the pricing component structure. Bid prices submitted must match

the unit in each individual specification.

It is mandatory that a completed signed hard copy of the entire bid document be

submitted, which will be regarded as the valid bid. Incomplete Bid documents may

render the bid to be non-responsive.

Bidders are also required to submit the completed Bid Response Document in Excel

format unprotected to allow for further processing (NB: do not submit a pdf

document) on a CD. Information on the CD must be exactly the same as information

on the submitted signed hard copy.

Failure to submit a valid B-BBEE certificate will result in no points being scored for

this component – see paragraph 2.1 a - f.

Failure to submit a valid Tax Clearance Certificate will render the bid non-responsive

(See paragraph 9).

All above-mentioned requirements must be complied with at the closing date and

time of the bid. Note: No further amendments will be entertained and no further

documents will be requested.

8. VALUE ADDED TAX All bid prices must be inclusive of 14% Value-Added Tax. Failure to comply with this

condition may invalidate the bid.`

Page 21: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

8

9. TAX CLEARANCE CERTIFICATE

An original and valid Tax Clearance Certificate issued by the South African Revenue

Services certifying that the tax affairs of the bidder are in order must be submitted at

the closing date and time of bid.

Please refer to SBD2-Tax Clearance Certificate Requirements.

Copies or certified copies of the Tax Clearance Certificate will not be acceptable. It

is obligatory that the validity of the Tax Clearance Certificate should be maintained

throughout the duration of the contract.

10. AUTHORISATION DECLARATION AND LEGISLATIVE REQUIREMENTS

10.1. DECLARATION OF AUTHORISATION

a. In the event of the bidder not being the actual manufacturer in South Africa and

will be importing the product(s) from another company, a signed letter from the source

company to the bidder committing to firm supply arrangement(s) for each item,

including lead times in this regard, must accompany the bid at closing date and time

of the bid. The Bid Authorization Form (PBD1) must be completed.

b. The said company/manufacturer/supplier issuing such a letter must confirm that it

has familiarised itself with the item description/specification, lead times and bid

conditions and if the bid consists of more than one item, it should be clearly indicated

in respect of which item(s) the supportive letter has been issued.

c. The bidder must ensure that all financial and supply arrangements for goods,

including lead times, have been mutually agreed upon between the bidder and the

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

the Department of Health.

d. Failure to submit a duly completed and signed Authorisation Declaration, where

applicable, may invalidate the bid for such goods offered.

e. The Department reserves the right to verify any information supplied by the bidder in

the Authorisation Declaration and should the information be found to be false or

incorrect, the Department of Health reserves the right not to consider the bid or

cancel the contract.

Page 22: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

9

f. Notwithstanding sections a to e above, all accountability with regard to meeting the

conditions of this contract rests with the bidder.

10.2. LEGISLATIVE REQUIREMENTS

a. The bidder offering medicines in terms of this bid must be licensed with the

Medicines Control Council (MCC) in terms of section 22C (1) (b) of the Medicines

and Related Substances Act, Act 101 of 1965, as amended, and must be the holder

of the license according to section 22C (6) of the said Act. A certified copy of the

license including all annexures thereto must be submitted with the bid document..

b. 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, and bidders

must indicate on the item response field the registration number of such an item in

terms of the said Act. The medicines must comply with the conditions under which the

medicine is registered at the closing date and time of bid.

c. Certified copies of product registration certificates with the MCC should accompany

the bid.

d. The bidder must submit a declaration of the status of current GMP compliance of all

manufacturing, packing and laboratory sites used for each product and disclose any

notice of deviation from GMP received from the MCC using PBD5 form.

e. The registered package insert (the copy of package insert normally included in the

product package as well as the legible A4 copy) for each item offered must be

included with the bid document, as well as with samples submitted.

f. Non-compliance with the above mentioned legal requirements may invalidate the bid

for such products offered.

11. CONTRACT ADMINISTRATION

a. Contracted suppliers must advise the Director: Affordable Medicines within 7 days of

receiving an order when unforeseeable circumstances occur that may adversely affect

supply against the contract. Full particulars of such circumstances must be provided.

b. The administration and facilitation of the contract will be the responsibility of the

National Department of Health and all correspondence in this regard must be directed

to the contact persons listed in Section 26 and to the following address:

Page 23: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

10

Director: Affordable Medicines Department of Health

Department of Health Civitas Building

Private Bag X828 Room 501 South Tower

Pretoria Pretoria

2000 2000

c. The Department of Health may communicate with bidders where clarity is

sought after the closing date of the bid and prior to the award of the contract, or to

extend the validity period of the bid, if necessary.

d. All communication between the bidder and the Department of Health must be in

writing.

e. Any communication to any government official or a person acting in an advisory

capacity for the Department in respect of this bid between the closing date and the

award of the bid by the bidder is discouraged.

f. Non-performance of contracted suppliers in terms of this contract may influence

participation in future Department of Health contracts.

12. COUNTER CONDITIONS

Any amendments to any of the Bid Conditions, changes to bid specifications or

setting of counter conditions by bidders may result in the invalidation of such bids.

13. PROHIBITION OF RESTRICTIVE PRACTICES

a. In terms of section 4 (1) of the Competition Act No. 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(s) is / are or a contractor(s) was / were involved in:

i.) directly or indirectly fixing a purchase or selling price or any other trading

condition;

ii.) dividing markets by allocating customers, suppliers, territories or specific types of

goods or services; or

iii.) collusive bidding.

b. Section 4 (2) of Act No.89 of 1998 as amended states that an agreement to engage

in a restrictive horizontal practice referred to in subsection (1)(b) of the Act is

Page 24: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

11

presumed to exist between two or more firms if:

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

least one director or substantial shareholder in common; and

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

c. If a bidder(s) or contractor(s), in the judgment of the purchaser, has / have 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 No. 89 of 1998.

d. If a bidder(s) or contractor(s) has/have 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(s) for such item(s) offered, and/or terminate the contract in whole or part and/or

terminate the contract in whole or part, and/or restrict the bidder(s) or contractor(s)

from conducting business with the public sector for a period not exceeding the (10)

years and/or claim damages from bidder9s) or contractor(s) concerned.

14. FRONTING

a. The National Department of Health supports the spirit of broad based black economic

empowerment and recognizes 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 National Department of Health condemns any

form of fronting.

b. The National Department of Health, in ensuring that bidders conduct themselves in

an honest manner will, 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 bidder /

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

Page 25: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

12

years, in addition to any other remedies the National Department of Health may have

against the bidder / contractor concerned.

15. PRODUCT COMPLIANCE

15.1. PRE AWARD PRODUCT COMPLIANCE PROCEDURES The following pre-award product compliance procedures will apply:

a. Compliance to specifications as stated in the bid document.

b. Certified copy of product registration with Medicines Control Council (MCC).

c. Valid licence from Medicines Control Council with relevant annexures.

d. Inclusion of MCC registered package insert for each item bid on.

e. Submission of samples of the relevant products on or before the closing date and time of

the bid at the addresses indicated below.

f. Bidders on insulin needles (items 126 and 127) must provide with their bid document proof

of compatibility with all registered insulin pen devices.

15.2. SAMPLES

a. No samples must be sent to the Directorate Affordable Medicines.

b. Samples must be submitted to each of the addresses indicated below, to be received before

or at closing date and time of bid:

Mr Dumisani Malele Mr Nissaar Mia

Tel: 011 628 9001 Tel: 021 483 4567

Gauteng: Medical Supplies Depot Western Cape: Department of Health

Store 3 Pharmaceutical Services

35 Plunkett Avenue 4 Dorp Street Room T14-02

Hurst Hill Cape Town

2092 8001

c. For accurate physical evaluation of samples, bidders must submit at least one original pack

of each offer.

d. Bids where samples were not submitted may not be considered for award.

e. Samples must be marked with the bid number, the item number as well as the bidder’s

Page 26: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

13

name and address.

f. It is the responsibility of the bidders to ensure receipt of the samples at the addresses listed

in Section 14.2 (b) and to include the list of submitted samples.

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

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

i. All samples must be submitted with the MCC approved package insert.

j. Samples must comply with all legal prescripts.

16. AWARD CONDITIONS

a. The Department of Health reserves the right to issue split awards where necessary to

ensure security of supply.

b. Split awards

Split awards between 2 bidders will be made in accordance with the following schedule

based on the points scored:

Category Difference

between points

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

c. The following conditions will apply to split awards:

• A bidder will not be awarded more than one portion for the same line item.

• The Department of Health reserves the right not to split award amongst bidders using

the same API source and / or manufacturer.

d. The Department of Health reserves the right not to award a line item where the tender

does not achieve the most economically advantageous price

Page 27: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

14

e. In order to determine the most economically advantageous option, the points scored of

the following groups of line items will be compared to each other and a single line item

from each group may be awarded:

For therapeutic classes the Department of Health reserves the right to award split awards

across a class. In therapeutic classes the lowest priced item will score 90 price points.

Item No. 8 Atracurium Besylate 10mg/ml injection, 2.5ml

Item No. 21 Cisatracrium Besylate 2mg/ml injection, 2.5ml

AND

Item No. 9 Atracurium Besylate 10mg/ml injection, 5ml

Item No. 22 Cisatracrium Besylate 2mg/ml injection, 5ml

AND

Item No. 12 Beractant 100mg in 4ml

Item No. 145 Poractant Alfa 120mg in 1.5ml

AND

Item No. 13 Beractant 200mg in 8ml

Item No. 146 Poractant Alfa 240mg in 3ml

AND

Item No. 26 Dalteparin Sodium 5 000 iu/0.2ml

Item No. 42 Enoxaparin 40mg/ 0.4ml

AND

Item No. 27 Dalteparin Sodium 12 500 iu/0.5ml

Item No. 43 Enoxaparin 60mg /0.6ml

AND

Item No. 28 Dalteparin Sodium 15 000 iu/0.6ml

Item No. 44 Enoxaparin 80mg/0.8ml

AND

Item No. 29 Dalteparin Sodium 18 000 iu/0.72ml

Item No. 45 Enoxaparin 100mg/ 1ml

AND

Item 53 Esomeprazole 40mg injection

Item 133 Omeprazole 40mg injection

Item 139 Pantoprazole 40mg injection

Item 155 Ranitidine 50mg injection

Page 28: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

15

The above items will be compared based on regimens in the Standard Treatment

Guidelines or Daily Defined Doses (DDD)

f. Insulins (items 79 to 91)

The Department intends to increase access to insulin pens where economically viable. Bids

for insulin products will be evaluated as follows:

i) May be awarded in a series

ii) Analogue vs biosynthetic

iii) Vials vs disposable pens vs penfill cartridges for use in pens

iv) Cost comparison of the above will be done based on total cost of dose administration

v) Should the pen mode of administration be favorable to the Department, a minimum

volume will be awarded as vials (Option A). In order to accommodate for this, bidders

are advised to submit bids for both options A and B for these products.

vi) Should the vial mode of administration be favorable to the Department, a minimum

volume of pens will be awarded (Option B). In order to accommodate for this, bidders

are advised to submit bids for both options A and B for these products.

g. The Department of Health reserves the right to change drug regimens and/or product

formulations if necessary due to emerging clinical evidence, disease profiles, reported

adverse drug reactions or resistance patterns.

17. PRICE QUALIFICATION AND CONTRACT PRICE ADJUSTMENT

PROCEDURE 17.1. PRICING STRUCTURE

a. Prices submitted for this bid will be regarded as non-firm and subject only to review in terms

of Section 17.2.

b. Bidders must quote a final delivered price inclusive of Value Added Tax.

c. Final price must include API price, formulation cost, packaging cost, transport cost,

indicating the imported and local proportions of each component as per table below and

Value added Tax etc. Bidders are referred to the pricing schedule in this regard.

d. Bidders should note that margins above cost cannot be adjusted.

Page 29: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

16

17.2. PRICE REVIEW AND ADJUSTMENT

a. The Department of Health envisages 2 types of price review processes for the duration of

this contract:

• An adjustment to mitigate foreign exchange fluctuations in excess of those catered for by

usual business practices.

• A systematic review of prices for comparable products available publicly in the

international marketplace.

b. The Department of Health reserves the right to accept or reject the application for price

adjustment.

c. Bidders are required to complete the price breakdown in the bid response field according to

the table below. Failure to provide such breakdown may exclude the contractor from

consideration for price adjustment.

Cost component

(For fully imported or finished products offered from

another manufacturer, API and formulation components

may be combined)

% of total product value

(values in this column

must add up to 100%)

Value

(Value for “% imported” and “%

local” must add up to 100% for

each cost component)

% imported % local

API

Formulation cost

Transportation cost N/a

Margin N/a N/a

d. An electronic calculator will be available on the Department of Health website,

www.doh.gov.za. Applications for price adjustments must be submitted electronically using

the electronic adjustment calculator without protecting it to allow its use for calculations.

Signed printed copies of the calculations must also be submitted along with documentary

evidence in support of any adjustment.

e. The process for price adjustment will be as follows:

• Identify the cost component(s) to be adjusted. Margins above cost cannot be adjusted,

thus eligible cost components include:

o Cost of the API

Page 30: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

17

o Costs related to formulation

o Costs related to transport

f. The process for price adjustment will be as follows:

• Identify the cost component(s) to be adjusted. Margins above cost cannot be adjusted,

thus eligible cost components include:

o Cost of API

o Cost related to formulation

o Cost related to transport

Calculate price adjustment using the following formula:

RA1 RF1 RT1

Pa = Pt DA RA0 + DF RF0 + DT RT0 + PM

Pa = The new price to be calculated

Pt = Original award price. Note that Pt must always be the original

award price

DA = The proportion of the award price attributable to API cost

RA1 = New cost of the API

RA0 = Base cost of the API

DF = The proportion of the award price attributable to formulation

cost

RF1 = The new cost of formulation

RF0 The base cost of formulation

DT The proportion of the award price attributable to transport cost

RT1 The new cost of transport

RT0 The base cost of transport

PM The proportion of the award price that is attributable to margin

above cost; this variable is not adjustable

Page 31: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

18

g. Costs associated with normal business risk are not eligible for adjustment, but unforeseen

costs that may impact continuous supply will be considered.

h. Applications for price adjustments may be submitted at intervals stipulated in section 17.2 q

and must be accompanied by documentary evidence of the circumstances that are claimed

to warrant a price adjustment. The Department of Health reserves the right to make further

requests for additional documentation that may have already been submitted by the

supplier.

i. Information required to assess price adjustment request is as follows:

• For adjustments related to API price changes, suppliers must submit the following:

o Documentation of the current cost of the API

o Documentation of the new cost of API

• For adjustments related to formulation or transport price changes, suppliers must submit

the following:

o A description of why adjustment is necessary

o Documentation of current cost of the cost component

o Documentation of new cost of the cost component

j. Successful bidders can apply for adjustments relating to one or more than one combination

of the above factors.

k. All documentation supplied in support of a bid must be directly linked to the specific

supplier.

l. Contracted suppliers are expected to continue to supply the product without interruption at

the contracted price until advised of the outcome of a price adjustment application.

m. No restorative price increases will be permitted for purchase orders already issued to and

accepted by the manufacturer.

n. Where the Department of Health is not satisfied with the documentation submitted, it could

grant a lower adjustment or deny the request altogether.

o. All requests for price adjustment will be based on the original bid price and not on any

previously adjusted price.

p. Should the Department of Health choose to initiate a price adjustment (decrease) for a

particular product, the following factors will be taken into account to determine the revised

prices:

• Material reductions in the cost of API, is determined by a composite index of API, linked

to international prices for products in question;

• Feasibility of using an alternate source if a cheaper source of APIs is available at the

Page 32: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

19

requisite quality level;

• Time needed to implement necessary changes in raw material or API sources as

determined by regulatory processes mandated by MCC and other regulatory bodies in

question;

• Other material reductions in the cost of production based on changes in technology or

alternate routes of production becoming available or substantially higher volumes than

anticipated resulting in drop in fixed manufacturing costs;

q. Schedule for Price Review:

Review Average exchange rates for

the period:

Submission of data

for price review to

reach the office by

the following dates

Dates from which

adjusted prices will

become effective

1 1 February 2014 – 31 October

2014

7 November 2014 1 December 2014

2 1November 2014 –

30 April 2015

7 May 2015 1 June 2015

3 1 May 2015 –

31 October 2015

7 November 2015 1 December 2015

4 1 November 2015 –

30 April 2016

7 May 2016 1 June 2016

r. Contract price reviews based on average exchange rates as published by the Reserve

Bank for the periods indicated above.

s. Only the imported cost component of the bid price will be adjusted taking into account the

base RoE and the average RoE over the period under review

Currency Rates of exchange Average for the period 1 August 2013 to

31 January 2014

Dollar R 10.2392

Br Pound R 16.4580

Euro R 13.8452

Page 33: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

20

t. 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 1 August 2013 to

31 January 2014 using the South African Reserve Bank published rates for the specific

currency. Visit www.reservebank.co.za to obtain the relevant rates.

u. The review of the price adjustment for rate of exchange is applied from the base RoE.

v. Where no adjustment relating to Rate of Exchange has been applied for, and it is in the

favour of the Department, this will automatically be effected.

w. Rate of exchange increases may not result in a price exceeding the ruling Single Exit Price.

17.3. SYSTEMATIC REVIEW OF MARKETPLACE

The National Department of Health reserves the right to:

a. Perform a market review of the international pharmaceutical industry to ensure continued

competitiveness of pricing.

b. Compare prices internationally with global most favoured nation pricing.

c. Should the review identify that contract prices are unfavourable; the Department of Health

will contact and enter into price negotiations with the contracted supplier.

18. QUANTITIES, ORDERS AND DELIVERY

18.1. DELIVERY COMPLIANCE

a. For each product, bidders must explicitly indicate the minimum and maximum

volumes that they can supply on a monthly, quarterly (3-monthly) and annual basis

on the response fields.

b. Bidders must maintain regular supplies throughout the duration of the contract.

c. Bidders must adhere to delivery lead time (time from placement of order to delivery)

as quoted in bid documents. This may not be longer than 3 weeks (21 calendar days).

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

calculated from date of award and NOT the first order. This may not exceed 60

calendar days from the date of award.

e. Bidders must make delivery of products in accordance with the instructions appearing

on the official order forms emanating from Participating Authorities and institutions

Page 34: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

21

placing the orders.

f. All deliveries or dispatches must be accompanied by a delivery note stating the

official order number against which the delivery has been effected.

g. The instructions appearing on the official order form regarding the supply,

dispatch and submission of invoices must be strictly adhered to.

h. All invoices should be delivered / posted to reach the institution that placed the order

timeously. The invoices should be original and accompanied by proof of delivery.

i. Deliveries must be in accordance with official orders and any deviation will be

returned to the contractor at the contractor’s expense.

j. Suppliers must accept delivery discrepancy reports for credit claims for at least 48

hours after delivery to final destination. This will thus enable cross-docking and direct

delivery processes.

k. Deliveries must conform to cold chain distribution requirements, if applicable. Normal

storage conditions (25 degrees Celsius) must not be exceeded.

18.2. QUANTITIES AND ORDERS

a. The quantities reflected in the bid documents are estimated volumes for the basis of

determining a bid price and as such cannot be guaranteed in terms of final award and

procurement. During the award process and during the contract period, volumes may be

varied according to:

• Splitting award between suppliers

• Therapeutic alternatives may influence quantities awarded

• Revision and implementation of Standard Treatment Guidelines

• Programmatic considerations

b. Monthly requirements will not be constant. The Department will meet with contracted

suppliers quarterly to review supply performance and ongoing requirements

c. The Department of Health is under no obligation to purchase any stock, which is in

excess of the indicated quantities for any item

d. Bidders should note that order(s) will be spread out throughout the contract period.

e. Minimum order quantities should enable deliveries directly to individual hospitals. Delivery

points will be to individual hospitals and in some cases to Provincial Depots. Failure by

bidders to meet the minimum order quantity requirements may result in bids not being

considered for award.

f. Suppliers must under no circumstances deviate from orders issued by the departments.

Page 35: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

22

g. Bids must be for supply ex duty paid stocks held in the Republic of South Africa during the

contract period.

h. The Department of Health reserves the right to purchase its requirements outside of

the contract :

• If the contractor fails to perform

• If the item(s) are urgently required and not immediately available

• If an emergency arises

i. The Department of Health reserves the right to cancel orders where the lead time

exceeds the delivery lead time as in the final contract:

18.3. MANUFACTURING INFORMATION

a. Bidders must disclose the manufacturing site(s) as well as the API supplier(s), as approved

by the MCC.

b. Bidders must be able to substantiate the API price provided when requested.

c. Bidders must disclose future production plans.

d. Bidders must disclose their ability to maintain buffer stock within the country.

e. The Department of Health reserves the right to negotiate with bidders or pass over a bid if the above could adversely affect security of supply.

19. PACKAGING a. Suppliers must ensure that supplies delivered are received in good order at the point

of delivery. Packaging must be suitable for further dispatch as well as bulk

storage according to Good Wholesaling Practice and Good Distribution Practice.

b. All packaging must meet safety standards for transportation of medicinal products.

c. The number of “PACK” items in the commercial packing must appear on the bid

documents. The packing must be uniform for the duration of the contract

period i.e

• The number of “PACK” items per commercial packing. The number of commercial

packing per carton.

• The number of cartons per bulk packing.

• The name and quantity of the contents must appear clearly on the packing

• All containers, packing and cartons must be clearly labeled.

• All products must be packed in acceptable containers, where applicable,

specifically developed for the product.

Page 36: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

23

d. The following information must be clearly and indelibly printed on all inner packing in

letters not less than 10pt in height:

• The proprietary and generic name and strength.

• Date of manufacture and expiry.

• Batch Number

• The number of units per pack.

• The conditions under which the product must be stored.

e. The following information must be clearly and indelibly printed on all and outer bulk

packing in clear legible print:

• The proprietary and generic name and strength.

• The number of units per pack

• Date of manufacture and expiry.

• Batch number.

• All products must be packed in acceptable containers, where applicable,

specifically developed for the product.

20. LABELS AND PACKAGE INSERTS Labels and package inserts for medicines must comply with the Medicines and Related

Substances Act, 1965 (Act 101 of 1965) as amended.

21. STERILITY All solutions and injectable preparations are to be supplied sterile and apyrogenic

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

symbology). Both the outer case and the specification pack must be marked with

the appropriate number and symbology.

b. Bidders must submit the EAN 13 numeric code(s) for each of the products offered as

well as the outer case coding applicable to the distribution pack(s) (ITF 14) together

with the quantity of items contained in such packs.

c. In order to allow for scanning, barcodes on inner and outer packaging must also

allow for the identification of the following:

• The generic name of the product

Page 37: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

24

• Brand name

• Dosage form and strength

• Pack size

• Batch number

• Expiry date

23. QUALITY

Products supplied in consequence of this bid must conform in every aspect with the conditions of registration lodged with Medicines Control Council

24. SHELF-LIFE

a. Products, upon delivery, must have at least 18 months of shelf-life before date of

expiry.

b. Contractors may make written applications to deliver material with a shorter shelf-life,

provided that:

• applications are accompanied by an undertaking that such short-dated stock will be

unconditionally uplifted and replaced before expiry.

NB: Expired stock not uplifted within 30 days of expiry will be destroyed to the account of the contractor.

• that such applications are approved before execution of the orders.

• An undertaking is included that the following discount formula be applied for

invoicing of short-dated stock:

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

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

discount formula.

• Any delivery of short dated supplies without prior written approval must be collected

by the respective suppliers at their own cost. Failure to comply within 30 days after

written advice will result in the disposal of such supplies for the account of the

supplier.

c. Any participating authority may, without prejudice, decline to accept stock with a

shelf -life of less than 18 months.

Page 38: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

25

25. POST AWARD

25.1. REGISTRATION ON PROVINCIAL SUPPLIER DATABASES

a. All contracted suppliers must ensure that they register with individual provinces on their

supplier databases within 30 days after award of contract.

b. Failure to meet this requirement may result in bidders being excluded for future contracts.

25.2. MERGERS, TAKE OVERS AND CHANGES IN SUPPLIER DETAIL

a. Where a contracted supplier merges with or is taken over by another, the contracted

supplier must inform the Department of Health in writing immediately (within 7 days) of

relevant details.

b. The 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.

c. A contracted supplier must inform the National Department of Health within 7 days of any

changes of address, name or banking details.

25.3. THIRD PARTIES

a. Participating authorities will not make a payment to or consult regarding orders with a third

party.

b. No third party is entitled to put an account on hold.

.

25.4. MONITORING

a. The contractors must declare compliance with the Good Manufacturing Practice. Any

change in the said status during the contract period must be reported within seven (7) days

of receipt of such notice from the Medicines Control Council to the Department.

b. All Contractors shall be required to attend quarterly tender review and supplier performance

meetings with the National Department of Health.

c. The Department of Health will monitor the performance of contracted suppliers and maintain

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

i) compliance to delivery lead times,

ii) percentage of orders supplied in full first time. (Suppliers will not be penalized in this

Page 39: HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL ......2 HP06-2014SVP: SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 1 JUNE

Special Requirements and Conditions of Contract HP06-2014SVP

26

regard if they have been requested in times of shortages to supply part orders according

to need)

iii) compliance with reporting requirements and schedule

iv) attendance of quarterly review meetings.

25.5. REPORTING

Suppliers must report monthly by the 7th day of the following month to the

National Department of Health providing detail of orders received and products

supplied in terms of this contract. The Department will provide contracted suppliers

with the required format and content requirements of such reports. Reports should be

submitted to the following e-mail address: [email protected]

26. CONTACT DETAILS

Directorate: Affordable Medicines, Private Bag X828, Pretoria, 0001 or Physical

address: 242 Struben Street Cnr Thabo Sehume Street, Civitas Building,

Pretoria, 0001. Please use the following e-mail address to communicate with the

Department: [email protected]

Ms M Rasengane Ms Phuti Moloko

Tel: (012)395 9452 Tel: (012)395 8439

Fax: (012) 395 8823 Fax: (012) 395 8823

E-mail: [email protected] E-mail: [email protected]

27. ABBREVIATIONS

The abbreviations used in this bid signify the following:

B-BBEE = Broad Based Black Economic Empowerment GMP = Good Manufacturing Practice MCC = Medicines Control Council NDoH = National Department of Health SBD = Standard Bidding Document VAT = Value- Added Tax


Recommended