CONTRACT NUMBER HP06-2012SVP THE DEPARTMENT OF … · Novartis South Africa (Pty) Ltd P O Box 92...
Transcript of CONTRACT NUMBER HP06-2012SVP THE DEPARTMENT OF … · Novartis South Africa (Pty) Ltd P O Box 92...
2
CONTRACT NUMBER HP06-2012SVP PROVISION OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH PERIOD 1 JUNE 2012 TO 31 MAY 2014 1. IMPORTANT GENERAL INFORMATION: 1.1 Please note that the delivered price is for the unit of measure (UOM) offered. 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 POSTAL ADDRESS Contact person Name & e‐mail Telephone Number Fax Number
Supplier Code
Abbott Laboratories SA (Pty) Ltd P O Box 7208 WELTEVREDEN PARK 1715
Stephanie Takacs [email protected]
Tel: (011) 858‐2000/ (011) 858‐2122 Fax: (011) 858‐2048
V2150
Adcock Ingram Critical Care (Pty) Ltd
P O Box 6888, JOHANNESBURG 2000
Tahera Munshi [email protected]
Tel: (011) 494‐8000/ (011) 635‐0000 Fax: 086‐553‐0640
V4222
Adcock Ingram Healthcare (Pty) Ltd
Private Bag X69 BRYANSTON 2021
Louis [email protected]
Tel: (011) 635‐0671 Fax: 086‐553‐06711
V2272
Alcon Laboratories (SA) (Pty) Ltd P O: Box 3198 RANDBURG 2125
Tim Borland [email protected]
Tel: (011) 840‐2300 Fax: (011) 840‐2301
V6308
B Braun Medical (Pty) Ltd P O Box 1787 RANDBURG 2125
Walda van Zyl [email protected]
Tel: (011) 222‐3000 Fax: (011) 222‐3048
VYL89
Bayer (Pty) Ltd P O Box 143 ISANDO 1600
Charl Botes [email protected]
Tel: (011) 921‐5279/ (011) 921‐5842 Fax: (011) 921‐5272/ 086‐639‐6960
V6390
Biotech Laboratories (Pty) Ltd Suite 15D Private Bag X65 HALFWAY HOUSE 1685
S K Mapetla [email protected] [email protected]
Tel: (011) 848‐3050 Fax: (011) 848‐3065
VUV35
Eli Lilly South Africa (Pty) Ltd Private Bag X119 BRYANSTON 2021
Luis M G Freitas [email protected]
Tel: (011) 510‐9320/ (011) 510‐9300 Fax: (011) 510‐9301
V2181
3
Supplier Name POSTAL ADDRESS Contact person Name & e‐mail Telephone Number Fax Number
Supplier Code
Fresenius Kabi South Africa (Pty) Ltd
P O Box 4156 HALFWAY HOUSE 1685
Albertha Nel albertha.nel@fresenius‐kabi.com
Tel: (011) 545‐0000 Fax: (011) 545‐0060
VAJL3
Ingelheim Pharmaceuticals (Pty) Ltd
Private Bag X3032 RANDBURG
Phillipus Jacobus Brits jo.warden@boehringer‐ingelheim.com
Tel: (011) 348‐2480 Fax: 086‐528‐9171
VH649
Janssen Pharmaceutica (Pty) Ltd P O Box 785939 SANDTON 2146
Jakobus D Venter [email protected]
Tel: (011) 518‐7000 Fax: 086‐673‐9513
VBKY6
Litha Pharma (Pty) Ltd P O Box 8356 MIDRAND 1685
Martin Michael Kahanovitz [email protected]
Tel: (011) 516‐1700 Fax: 087‐642‐1660
To Follow
Lundbeck South Africa (Pty) Ltd P O Box 2171NORTH RIDING2162
Sue Bester [email protected]
Tel: (011) 699‐1600 Fax: (011) 699‐1657
VVS90
MSD (Pty) Ltd Private Bag 3 HALFWAY HOUSE 2185
Mmathuto Malape [email protected]
Tel: (011) 655‐3357/ (011) 655‐3037 Fax: (011) 655‐3429/ (011) 655‐3187
V2185
Novartis South Africa (Pty) Ltd P O Box 92 ISANDO 1600
Nkosinathi Mthethwa [email protected]
Tel: (011) 929‐9111 Fax: (011) 929‐2264
VBVW2
Novo Nordisk P O Box 783115 SANDTON 2146
Moloele Timothy Kedijang [email protected]
Tel: (011) 202‐50500 Fax: (011) 807‐4252
V2743
Nycomed (Pty) Ltd P O Box 70086 BRYANSTON 2021
Debro Ransby [email protected] [email protected]
Tel: (011) 514‐3000/ Fax: (011) 514‐3111 086‐558‐9408
V6300
Pfizer Laboratories (Pty) Ltd P O Box 783720 SANDTON 2146
Themba [email protected]
Tel: (011) 320‐6000 Fax: (011) 895‐1491
V2189
Pharmacare Limited P O Box 4002 KORSTEN 6014
Alan Gordon Beattie [email protected]
Tel: (041) 407‐2260 Fax: (041) 409‐3223
V2205
Pharmachem Pharmaceuticals Private Bag X12 PRETORIA WEST 0117
Omar Matthews [email protected]
Tel: (012) 327‐7754 Fax: 086‐674‐7333
V18V6
Pharma‐Q (Pty) Ltd Private Bag X09 FLORIDA 1710
Anand Mehta [email protected]
Tel: (011) 247‐1600 Fax: 086‐652‐8211
V1NK1
Roche Products (Pty) Ltd P O Box 55922 NORTHLANDS 2196
Theo Thiart [email protected]
Tel: (011) 502‐5000 Fax: (011) 268‐5768
V2177
Sanofi‐Aventis South Africa (Pty) Ltd
Private Bag X207 MIDRAND 1683
Mary [email protected] [email protected]
Tel: (011) 2563809 Fax: (011) 2563917
V2160
Specpharm (Pty) Ltd P O Box 651 HALFWAY HOUSE MIDRAND 1685
Jaidev Maharaj [email protected]
Tel: (011) 652‐0428 Fax: 086‐211‐3266
VCEH8
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
HP06‐2012SVP: Supply and Delivery of Small Volume Parenterals and Insulin Devices to the Department of Health for the period 1 June 2012 to 31 May 2014
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
1 ADENOSINE 3mg/ml injection, 2ml ampoule/vial
25,390 Sanofi‐Aventis South Africa
V2160 R 71.3100 Adenocor Vial 6mg / 2ml 1 42 6 93.00 18‐037‐3081 (VI)
2 ADRENALINE 1mg/ml (1:1000) injec on, 1ml ampoule
3,200,800 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.4600 Adrenaline ‐ Fresenius 1mg/ml (1:1000) Amp
10 30 10 93.00 18‐007‐5485(AM)
3 ALFENTANIL 0,5mg/ml injection, 2ml ampoule [S6]
96,270 Janssen Pharmaceutica VBKY6 R 36.1100 Rapifen 2ml 1 amp 42 5 90.00 18‐007‐5489(AM)
4 ALPROSTADIL 0,5mg injection, 1ml ampoule
2,440 Pfizer Laboratories (Pty) Ltd
V2189 R 1,790.1140 Prostin VR 0.5mg inj 5 42 5 90.00 18‐007‐5498(AM)
5 ALPROSTADIL 20mcg injection, 1ml ampoule
70 Pfizer Laboratories (Pty) Ltd
V2189 R 131.2610 Caverject 20mcg inj 1 42 1 90.00 18‐020‐8246(VI)
6 AMINOPHYLLINE 25mg/ml injection, 10ml ampoule For IV use
343,010 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 4.3400 Aminophyllin IV ‐ Fresenius 250mg Amp
10 30 10 93.00 18‐970‐0102(AM)
7 AMIODARONE HCI 50mg/ml injec on, 3ml ampouleTo be labeled 'Dilute with 5% dextrose only'
92,150 Pharmacare Limited V2205 R 33.4932 Amiotach Inj 150mg/3ml 150mg/3ml Amp
42 1 x 5 98.00 18‐007‐5509(AM)
9 ATRACURIUM BESYLATE 10mg/ml injec on, 2,5ml ampoule
134,700 Pharmacare Limited V2205 R 44.0724 Tracrium Inj 2,5ml 2,5ml Amp 42 3 x 5 98.00 18‐007‐5518(AM)
10 ATRACURIUM BESYLATE 10mg/ml, 5ml ampoule
31,540 Pharmacare Limited V2205 R 57.9576 Tracrium Inj 5ml 5ml Amp 42 3 x 5 98.00 18‐007‐5520(AM)
450,506 Pharma‐Q (Pty) Ltd V1NK1 70% R 1.5800 Pharma‐Q Atropine 0.5mg 10 42 650 98.00 18‐970‐7023(AM)
193,074 Adcock Ingram Critical Care (Pty) Ltd
V4222 30% R 1.6300 Sabax Atropine 0,5 mg/ml 1 ml 10 amps 1‐6 weeks ex stock
1 Box 92.15 18‐970‐7023(AM)
12 ATROPINE SULPHATE 1mg injection, 1ml ampoule
377,640 Pharma‐Q (Pty) Ltd V1NK1 R 1.6800 Pharma‐Q Atropine 1mg 10 42 600 98.00 18‐970‐7024(AM)
13 BETAMETHASONE 4mg injection, 1ml ampoule
337,210 Pharma‐Q (Pty) Ltd V1NK1 R 2.3300 Pharma‐Q Betamethasone 10 42 450 98.00 18‐007‐5545(AM)
14 BETAMETHASONE DISODIUM PHOSPHATE 3mgBETAMETHASONE ACETATE 3mg injec on, 1ml ampoule
354,150 MSD (Pty) Ltd V2185 R 21.0000 Celestone Soluspan 1ml 28 10 x 1ml 90.00 18‐007‐5543(AM)
15 BETAMETHASONE DISODIUM PHOSPHATE 3mgBETAMETHASONE ACETATE 3mg/ml injec on, 5ml vial
4,090 MSD (Pty) Ltd V2185 R 105.0000 Celestone Soluspan 5ml 28 10 x 5 ml 90.00 18‐971‐0894(VI)
11
ATROPINE SULPHATE 0.5mg injec on, 1ml ampoule
Add 1 2 Corrections included Page 1 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
17 BUPIVACAINE HCI 5mg/ml injection, 4ml ampoule For Spinal Anaesthesia
76,310 Adcock Ingram Healthcare
V2272 R 10.7620 Macaine Spinal 10 x 4 ml 42 1 x 10 x 4ml 95.00 18‐007‐5553(AM)
18 BUPIVACAINE HCI 5mg/ml injection, 10ml ampoule
492,720 Pharma‐Q (Pty) Ltd V1NK1 R 3.2000 Pharma‐Q Bupivacaine 10 42 300 98.00 18‐007‐5551(AM)
19 BUPIVACAINE HCI 5mgADRENALINE 5mcg/ml injection, 20ml ampoule
115,890 Adcock Ingram Healthcare
V2272 R 16.6420 Macaine w/adrenaline 10 x 20ml 42 1 x 10 x 20ml 95.00 18‐007‐5555(AM)
20 BUPIVACAINE HCI 5mgDEXTROSE ANHYDROUS 72,7mg/ml injec on, 4ml ampoule
518,190 Pharma‐Q (Pty) Ltd V1NK1 R 3.4400 Pharma‐Q Bupivacaine spinal with Dextrose
10 42 300 98.00 18‐007‐5556(AM)
21 CALCIUM CHLORIDE 10% m/v injec on, 10ml ampoule
120,190 Adcock Ingram Critical Care (Pty) Ltd
V4222 R 2.2700 Sabax Calcium Chlor 10% 10 ml 10 amps 1‐6 weeks ex stock
1 Box 95.00 18‐007‐5562(AM)
22 CALCIUM GLUCONATE 10% m/v injec on, 10ml ampouleFor IM and IV use
223,330 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 4.3300 Calcium Gluconate ‐ Fresenius Amp 10 30 10 93.00 18‐007‐5565(AM)
23 CHLORPROMAZINE HCI 25mg injec on, 1ml ampoule
15,010 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 3.0200 Chlorpromazine HCI ‐ Fresenius 25mg Amp
10 30 10 93.00 18‐007‐5625(AM)
24 CHLORPROMAZINE HCI 25mg/ml injec on, 2ml ampoule
56,580 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 2.3900 Chlorpromazine HCI ‐ Fresenius 50mg Amp
10 30 10 93.00 18‐007‐5629(AM)
563,526 Pharma‐Q (Pty) Ltd V1NK1 60% R 1.5400 Pharma‐Q Cimetidine 10 42 650 98.00 18‐007‐5649(AM)
375,684 Adcock Ingram Critical Care (Pty) Ltd
V4222 40% R 1.5420 Sabax Cimetidine 200 mg/2 ml 10 amps 1‐6 weeks ex stock
1 box 95.00 18‐007‐5649(AM)
27 CISATRACURIUM BESYLATE 2mg/ml injec on, 2,5ml ampoule
53,370 Pharmacare Limited V2205 R 36.8220 Nimbex 2mg/ml Inj 2.5ml 2,5ml Amp 42 2 x 5 98.00 18‐176‐7288(AM)
28 CISATRACURIUM BESYLATE 2mg/ml injection, 5ml ampoule
26,580 Pharmacare Limited V2205 R 51.4710 Nimbex 2mg/ml Inj 5ml 5ml Amp 42 2 x 5 98.00 18‐030‐8024(AM)
29 CLONAZEPAM 1mg/ml injection, 1ml ampoule + 1ml diluent
262,340 Roche Products (Pty) Ltd V2177 R 21.3400 Rivotril 1mg/ml ampoules 5 28 5 91.00 18‐007‐5726(AM)
30 CLOTHIAPINE 10mg/ml injection, 4ml ampoule
93,660 Novartis S A (Pty) Ltd VBVW2 R 10.9900 Etomine 10mg/ml injection amp 10 42 10 91.00 18‐007‐5729(AM)
31 CYPROTERONE ACETATE 100mg/ml injec on, 3ml ampoule
28,360 Bayer (Pty) Ltd V6390 R 123.2800 Androcur Depot 3 x 3ml 14 3 x 3ml 90.00 18‐009‐0442(AM)
32 DALTEPARIN SODIUM 2 500 iu/0,2ml injec on, prefilled syringe
28,410 Pfizer Laboratories (Pty) Ltd
V2189 R 14.7000 Fragmin 2500IU /0.2ml PFS 0.5ml 10 42 10 90.00 18‐024‐7839(SG)
26CIMETIDINE 100mg/ml injection, 2ml ampoule
Add 1 2 Corrections included Page 2 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
33 DALTEPARIN SODIUM 5 000 iu/0,2ml injec on, prefilled syringe
161,310 Pfizer Laboratories (Pty) Ltd
V2189 R 28.1600 Fragmin 5000IU /0.2ml PFS 0.5ml 10 42 10 90.00 18‐024‐7844(SG)
35 DESFERRIOXAMINE MESYLATE 500mg powder for injec on, vial
72,400 Novartis S A (Pty) Ltd VBVW2 R 67.8100 Desferal 500mg injection powder 10 42 10 91.00 18‐007‐5755(VI)
1,729,200 PHARMA‐Q (PTY) LTD V1NK1 80% R 3.0300 Pharma‐Q Dexamethasone Phosphate 10 42 300 98.00 18‐007‐5759(AM)
432,300 Biotech Laboratories (Pty) Ltd
VUV35 20% R 3.3800 Dexona 4mg/ml Injection 1ml ampoule 21 300 79.60 18‐007‐5759(AM)
38 DEXTROSE 50% m/v injection, 20ml ampouleAs anhydrous Dextrose or Dextrose Monohydrate in Water for Injec ons.For IV Infusion. Clear glass ampoule or suitable clear plas c container
647,540 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 12.3900 Dextrose ‐ Fresenius 50% 20ml Amp 10 30 10 93.00 18‐007‐5794(AM)
39 DEXTROSE 50% m/v injection, 50ml ampouleAs Anhydrous Dextrose or Dextrose Monohydrate in Water for Injec ons.For IV Infusion. Clear glass ampoule or suitable clear plas c container
378,750 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 22.9000 Dextrose ‐ Fresenius 50% 50ml Bag 1 30 50 93.00 18‐035‐2804(BG)
40 DIAZEPAM 5mg/ml injection, 2ml ampoule
665,580 PHARMA‐Q (PTY) LTD V1NK1 R 1.5600 Pharma‐Q Diazepam 10 42 650 98.00 18‐007‐5798(AM)
41 DICLOPHENAC SODIUM 25mg/ml injec on, 3ml ampoule
5,075,050 Pharmachem Pharmaceuticals (Pty) Ltd
V18V6 R 0.7700 Difenject VIAL 42 500 90.00 18‐007‐5799(AM)
42 DIGOXIN 0,25mg/ml injection, 2ml ampoule
48,710 Pharmacare Limited V2205 R 14.4780 Lanoxin Inj 0.25mg/ml 2ml Amp 42 2 x 5 98.00 18‐007‐5803(AM)
43 DIHYDROCODEINE TARTRATE 50mg injec on, 1ml ampoule [S6]
16,330 Pharmacare Limited V2205 R 44.0724 DF 118 Inj 50mg 1ml Amp 42 1 x 5 98.00 18‐971‐0756(AM)
44 DINOPROST 5mg injection, 1ml ampoule
3,600 Pfizer Laboratories (Pty) Ltd
V2189 R 98.1200 Prostin F2 Alpha 5mg/ml INJ 1ml 1 42 1 90.00 18‐971‐0758(AM)
45 DOBUTAMINE HCl 12,5mg/ml injec on, 20ml vial
133,980 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 19.4900 Dobutamine ‐ Fresenius 250mg/20ml Amp
5 42 5 93.00 18‐971‐5235(VI)
37DEXAMETHASONE 4mg injection, 1ml ampoule
Add 1 2 Corrections included Page 3 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
46 DOPAMINE HCI 40mg/ml injection, 5ml ampouleMust have a strip label printed RED ON WHITE or BLACK ON RED, over the neck of the ampoule stating: 'MUST BE DILUTED/MOET VERDUN WORD'
89,090 PHARMA‐Q (PTY) LTD V1NK1 R 2.9800 Pharma‐Q Dopamine 10 42 350 92.98 18‐007‐5879(AM)
47 DROPERIDOL 2.5mg/ml, 2 ml ampoule
15,820 Janssen Pharmaceutica V6205 R 43.1700 Inapsin 1 amp 42 5 90.00 18‐970‐5126(AM)
48 ENOXAPARIN 40mg injection, 0,4ml prefilled syringe
2,097,910 Sanofi‐Aventis South Africa
V2160 R 19.3800 Clexane PFS 40mg 1 42 10 93.00 18‐007‐7964(SG)
49 ENOXAPARIN 60mg injection, 1ml prefilled syringe
33,180 Sanofi‐Aventis South Africa
V2160 R 29.5200 Clexane PFS 60mg 1 42 10 93.00 18‐189‐1011(SG)
50 ENOXAPARIN 80mg injection, 1ml prefilled syringe
749,210 Sanofi‐Aventis South Africa
V2160 R 31.0100 Clexane PFS 80mg 1 42 10 93.00 18‐189‐1013(SG)
51 ENOXAPARIN 300mg injection, mul dose vial
910 Sanofi‐Aventis South Africa
V2160 R 118.5600 Clexane Mulitdose 300mg 1 42 1 93.00 18‐179‐9369(SG)
52 EPHEDRINE SULPHATE 50mg injection, 1ml ampoule [S6]
249,220 Abbott Laboratories SA (Pty) (Ltd)
V2150 R 29.9500 Ephedrine Sulphate 10 42 10 92.00 18‐971‐3748(AM)
53 EPTIFIBATIDE 0,75mg/ml injection, 100ml vial
150 MSD (PTY) LTD V2185 R 1,463.5700 Integrillin 0.75 mg/ml 1 x 100ml vial 28 1 90.00 18‐032‐7849(VI)
54 EPTIFIBATIDE 2mg/ml injection, 10 ml vial
270 MSD (PTY) LTD V2185 R 487.9700 Integrillin 2mg/ml 1 x 10ml vial 28 1 90.00 18‐032‐7848(VI)
55 ERGOMETRINE MALEATE 0,5mg injec on, 1ml ampoule
52,410 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 4.4100 Ergometrine Maleate ‐ Fresenius 0.5mg/ml Amp
10 30 10 93.00 18‐007‐5885(AM)
57 ERYTHROPOIETIN, RECOMBINANT HUMAN 2 000 iu injection, 0,5ml prefilled syringeFor IV/Subcutaneous use
135,790 ROCHE PRODUCTS (PTY) LTD
V2177 R 49.7500 Recormon 2000 IU/0,3 ml 6 28 6 91.00 18‐025‐0265(SG)
58 ERYTHROPOIETIN, RECOMBINANT HUMAN 30 000 iu injection, 0.6ml. Prefilled syringe For IV/Subcutaneous use
370 ROCHE PRODUCTS (PTY) LTD
V2177 R 746.2500 Recormon 30000 IU/0,6 ml 4 28 4 91.00 18‐182‐9692(SG)
59 ERYTHROPOIETIN, RECOMBINANT HUMAN 4 000 iu injection, 0,4ml prefilled syringeFor IV/Subcutaneous use
184,450 ROCHE PRODUCTS (PTY) LTD
V2177 R 99.5000 Recormon 4000 IU/0,3 ml 6 28 6 91.00 18‐025‐0272(SG)
60 ERYTHROPOIETIN, RECOMBINANT HUMAN 10 000 iu injection, 1ml prefilled syringeFor IV/Subcutaneous use
32,640 ROCHE PRODUCTS (PTY) LTD
V2177 R 248.7500 Recormon 10000 IU/0,6 ml 6 28 6 91.00 18‐025‐1455(SG)
Add 1 2 Corrections included Page 4 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
61 ETILEFRINE HCI 10mg injection, 1ml ampoule
83,010 Ingelheim Pharmaceuticals (Pty) Ltd
VH649 R 68.0100 Effortil 10 mg/1 ml Ampoule 1 14 1 90.00 18‐007‐5955(AM)
62 ETOMIDATE 2mg/ml injection, 10ml ampoule
82,540 B Braun Medical (Pty) Ltd
VYL89 R 33.6300 Etomidate 2mg/ml injection, 10ml 10 per box 42 To be advised
91.00 18‐007‐5956(AM)
63 FENTANYL 0,05mg/ml injection, 2ml ampoule[S6]
776,450 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.3300 Fentanyl ‐ Fresenius 100mcg/2ml Amp 10 30 10 93.00 18‐007‐5959(AM)
64 FENTANYL 0,05mg/ml injection, 10ml ampoule[S6]
50,120 PHARMA‐Q (PTY) LTD V1NK1 R 3.7800 Pharma‐Q Fentanyl 10 42 260 98.00 18‐007‐5960(AM)
65 FLUMAZENIL 0,1mg/ml injection, 5ml ampoule
16,630 ROCHE PRODUCTS (PTY) LTD
V2177 R 211.8300 Anexate 0.5 mg 1 28 1 91.00 18‐971‐2783(AM)
66 FLUMAZENIL 0,1mg/ml injection, 10ml ampoule
1,270 ROCHE PRODUCTS (PTY) LTD
V2177 R 347.5100 Anexate 1.0 mg 1 28 1 90.00 18‐971‐1614(AM)
68 FLUORESCEIN 100 mg/ml injection, 5ml ampoule For IV Infusion
3,020 Alcon Laboratories (SA) (Pty) Ltd
V6308 R 125.8400 Fluorescite 10% 12 5 12 x 5 ml 94.00 18‐183‐7484(VI)
69 FLUPENTHIXOL DECANOATE 20mg injec on, 1ml ampoule
870,310 Lundbeck SA Pty Ltd VVS90 R 26.4200 Fluanxol Depot 20mg 1 x 5 10 5 x 5 90.00 18‐001‐7761(AM)
72 FUROSEMIDE 10mg/ml injection, 2ml ampoule
3,938,500 Adcock Ingram Critical Care (Pty) Ltd
V4222 R 1.0830 Sabax Furosemide 20 mg/2 ml Each ,10 amps
1 ‐ 6 weeks ex stock
1 box of 10 ampoules
95.00 18‐007‐5982(AM)Add 1 & 2
73 FUROSEMIDE 10mg/ml injection, 5ml ampoule
239,780 PHARMA‐Q (PTY) LTD V1NK1 R 2.3900 Pharma‐Q Furosemide 10 42 420 98.00 18‐007‐5985(AM)
74 FUROSEMIDE 10mg/ml injection, 25ml ampoule
101,730 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 12.1800 Furosemide ‐ Fresenius 250mg/25ml Amp
10 30 10 93.00 18‐007‐5988(AM)
75 GLUCAGON 1mg vial including diluent and syringe
10,270 Novo Nordisk (Pty) Ltd V2743 R 216.6000 Glucagon Hypokit 1 10 1 92.00 18‐030‐9135(VI)
82 HEPARIN SODIUM 1 000 iu/ml injec on, 5ml vialStrength to be clearly stated on label
336,310 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 10.7700 Heparin ‐ Fresenius 1000 iu/ml 5ml Vial
10 30 10 93.00 18‐971‐5772(VI)
83 HEPARIN SODIUM 5 000 iu/ml injec on, 5ml vialStrength to be clearly stated on label
453,760 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 20.0000 Heparin ‐ Fresenius 5000 iu/ml 5ml vial
10 30 10 93.00 18‐971‐0951(VI)
84 HEPARIN SODIUM 25 000 iu/ml injec on, 5ml vialStrength to be clearly stated on label
37,870 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 119.7000 Heparin ‐ Fresenius 25000 iu/ml 5ml Vial
10 30 10 93.00 18‐007‐6016(VI)
85 HYDROCORTISONE 100mg injection, vial(as Sodium succinate)
2,112,050 Pfizer Laboratories (Pty) Ltd
V2189 R 10.8700 Solu‐Cortef 100mg/2ml PDR for INJ 5 42 5 90.00 18‐001‐8040(VI)
Add 1 2 Corrections included Page 5 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
86 HYDROXYZINE HYDROCHLORIDE 50mg/ml injec on, 2ml ampoule
198,390 PHARMA‐Q (PTY) LTD V1NK1 R 2.9900 Pharma‐Q Hydroxyzine HCL 10 42 350 98.00 18‐008‐9469(AM)
87 HYOSCINE‐N‐BUTYLBROMIDE 20mg injec on, 1ml ampoule
1,489,490 PHARMA‐Q (PTY) LTD V1NK1 R 1.9100 Pharma‐Q Hyoscine‐n‐Butylbromide 10 42 520 98.00 18‐007‐6081(AM)
90 INSULIN, HUMAN Ultrafast acting insulin analogue 100 units/ml, 3ml prefilled syringe
79,770 Eli Lilly SA (Pty) Ltd V2181 R 50.2100 Humalog 3ml Kwikpen 1 30 1 93.00 18‐175‐1347(SG)
91 INSULIN, HUMAN, ultra‐fast acting insulin analogue 100units/mL 10ml
1,490 Eli Lilly SA (Pty) Ltd V2181 R 85.3900 Humalog 10ml Kwikpen 1 30 1 93.00 18‐018‐8076(VI)
92 INSULIN, ISOPHANE, HUMAN 100 units/ml injection, 3ml prefilled syringe BIOSYNTHETIC
1,510,300 Novo Nordisk (Pty) Ltd V2743 R 25.1630 Protaphane (HM) GE Flexpen 5 10 5 92.00 18‐030‐9126(SG)
271,542 Sanofi‐Aventis South Africa
V2160 60% R 22.8000 Insuman Basal 10ml 1 42 1 93.00 18‐971‐0587(VI)
181,028 Novo Nordisk (Pty) Ltd V2743 40% R 22.8850 Protaphane (HM) GE Vial 1 10 1 91.66
94 INSULIN, SOLUBLE, HUMAN 100 units/ml injection, 3ml prefilled syringe BIOSYNTHETIC
632,460 Novo Nordisk (Pty) Ltd V2743 R 25.1630 Actrapid (HM) GE Flexpen 5 10 5 92.00 18‐030‐9128(SG)
148,938 Sanofi‐Aventis South Africa
V2160 60% R 22.8000 Insuman Rapid 10ml 1 42 1 93.00 18‐971‐0585(VI)
99,292 Novo Nordisk (Pty) Ltd V2743 40% R 22.8850 Actrapid (HM) GE Vial 1 10 1 91.66
96 INSULIN, SOLUBLE, HUMAN 30%INSULIN, ISOPHANE, HUMAN 70% in 100 units/ml, 3ml prefilled syringe BIOSYNTHETIC
4,341,870 Novo Nordisk (Pty) Ltd V2743 R 25.1630 Actraphane (HM) GE Flexpen 5 10 5 92.00 18‐030‐9129(SG)
1,885,818 Sanofi‐Aventis South Africa
V2160 60% R 22.8000 Insuman Comb 30/70 1 42 1 93.00 18‐971‐1634(VI)
1,257,212 Novo Nordisk (Pty) Ltd V2743 40% R 22.8850 Actraphane (HM) GE Vial 1 10 1 91.66
95
93
INSULIN, SOLUBLE, HUMAN 30%INSULIN, ISOPHANE, HUMAN 70% in 100 units/ml, 10ml vialBIOSYNTHETIC
INSULIN, SOLUBLE, HUMAN 100 units/ml injec on, 10ml vialBIOSYNTHETIC
INSULIN, ISOPHANE, HUMAN 100 units/ml injec on, 10ml vialBIOSYNTHETIC
97
Add 1 2 Corrections included Page 6 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
98 IRON (III) HYDROXIDE DEXTRAN COMPLEX AMPOULES equivalent to ELEMENTAL IRON 500mg, 10ml glass ampouleFor IV use only
1,520 Litha Pharma (Pty) Ltd VGS73 R 285.0000 Cosmofer 1 x 5ml ampoules
42 1 x 5 95.00 18‐187‐1852(AM)
Add 199 IRON (III) HYDROXIDE DEXTRAN
COMPLEX AMPOULES equivalent to ELEMENTAL IRON 50mg/2ml glass ampouleFor IV use only
1,520 Litha Pharma (Pty) Ltd VGS73 R 57.0000 Cosmofer 1 x 5ml ampoules
42 2 x 5 95.00 18‐189‐1028(AM)
Add 1100 IRON (III) HYDROXIDE SUCROSE
COMPLEX injection equivalent to ELEMENTAL IRON 100mg, 5ml glass ampouleFor IV use only
93,490 Nycomed (Pty) Ltd V6300 R 68.4000 Venofer 5 7 10 90.00 18‐018‐5678(AM)
Add 2101 IRON POLYMALTOSE equivalent to
ELEMENTAL IRON 100mg injection, 2ml ampoule For IM use only
56,230 Nycomed (Pty) Ltd V6300 R 68.4000 Ferrimed 5 7 10 90.00 18‐007‐0808(AM)
Add 2102 KETAMINE HCI 10mg/ml injection,
20ml vial 19,400 Fresenius Kabi SA (Pty)
LtdVAJL3 R 26.0500 Ketamine ‐ Fresenius 10mg/ml Vial 10 30 10 93.00 18‐971‐0933(VI)
103 KETAMINE HCI 50mg/ml injection, 10ml vial
15,090 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 34.2000 Ketamine ‐ Fresenius 50mg/ml Vial 10 30 10 93.00 18‐971‐0574(VI)
104 KETAMINE HCI 100mg/ml injection, 10ml vial
12,670 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 68.4000 Ketamine ‐ Fresenius 100mg/ml Vial 10 30 10 93.00 18‐970‐6747(VI)
105 LABETALOL HCI 5mg/ml injection, 20ml ampouleFor IV use
62,160 Pharmacare Limited V2205 R 193.0020 Trandate Inj 20ml 20ml Amp 42 1 x 5 98.00 18‐007‐6305(AM)
106 LIGNOCAINE HCI 1% m/v injection, 20ml mul dose vialVials to be distinctly labelled 'not for intravenous use'
908,610 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 4.8800 Lignocaine HCI ‐ Fresenius 1% Vial 10 30 10 86.47 18‐007‐6306(VI)
107 LIGNOCAINE HCI 2% m/v injection, 20ml mul dose vialVials to be distinctly labelled 'not for intravenous use'
507,820 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 4.9800 Lignocaine HCI ‐ Fresenius 2% Vial 10 30 10 89.43 18‐970‐3157(VI)
108 LIGNOCAINE HCI 2% m/v injection, 5ml ampoule (Without preserva ve) For IV use
724,760 B Braun Medical (Pty) Ltd
VYL89 R 2.0500 Lignocaine 2% 5ml 20 per box 42 5 boxes 91.00 18‐007‐6308(AM)
Add 1 2 Corrections included Page 7 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
109 LIGNOCAINE HCI 10% m/v injection, 5ml ampoule.Ampoule must be labelled: For addition to infusion solution only. Suitable for intravenous use. Each immediate container must have a strip label over the neck of the ampoule, printed RED ON WHITE, stating 'MUST BE DILUTED/MOET VERDUN WORD'. WITHOUT PRESERVATIVE.
21,740 Fresenius Kabi South Africa (Pty) Ltd
VAJL3 R 5.70 Lignocaine HCI ‐ Fresenius 10%Amp 10 30 10 93.00 18‐007‐6360(AM)
110 LIGNOCAINE HCI 2% m/v injection, 1,8ml dental cartridge(Without ADRENALINE)For use in den stry and other indications
2,168,750 Adcock Ingram Healthcare
V2272 R 2.4596 Xylolox 2% SE 100 x 1.8ml 42 1 x 100ml x 1.8ml
95.00 18‐007‐6343(CA)
111 LIGNOCAINE HCI 2% m/vADRENALINE 12.5mcg (1:80 000) Dental Cartridge 1.8ml
7,924,650 Adcock Ingram Healthcare
V2272 R 2.4596 Xylolox E80A 100 x 1.8ml 42 1 x 100ml x 1.8ml
95.00 18‐007‐6312 (CA)
Add 1114 MAGNESIUM SULPHATE 50% m/v
injec on, 2ml ampoule 2,757,440 Adcock Ingram Critical
Care (Pty) LtdV4222 R 1.6400 Sabax Mag Sulph 50% 2 ml 10 amps 1‐6 weeks ex
stock1 Box 95.00 18‐971‐0942(AM)
115 MANNITOL 25% m/v injection, 50ml ampoule clear glass ampoule or suitable clear plas c container
50,060 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 32.2400 Mannitol 25% 50ml 1 30 50 93.00 18‐020‐8630(BG)
116 MEPIVACAINE HCI 54mg injection, 1,8ml dental cartridge
53,070 Adcock Ingram Healthcare
V2272 R 3.0346 Carbocaine 3% 100 x 1.8ml 42 1 x 100ml x 1.8ml
95.00 18‐970‐5645(CA)
117 METHYLPREDNISOLONE 40mg powder for injec on, 1ml vial(as Sodium succinate)
6,480 Pfizer Laboratories (Pty) Ltd
V2189 R 22.6900 Solu‐Medrol AOV 40mg 1ml inj 1 42 1 90.00 18‐975‐9248(VI)
118 METHYLPREDNISOLONE 125mg powder for injec on, 2ml vial(as Sodium succinate)
24,740 Pfizer Laboratories (Pty) Ltd
V2189 R 42.6246 Solu‐Medrol AOV 125mg 2ml inj 1 42 1 90.00 18‐975‐9249(VI)
119 METHYLPREDNISOLONE 500mg powder for injection, 8ml vial + diluent(as Sodium succinate)
44,780 Pfizer Laboratories (Pty) Ltd
V2189 R 53.2105 Solu‐Medrol AOV 500mg 8ml inj 1 42 1 90.00 18‐971‐0955(VI)
120 METHYLPREDNISOLONE 1 000mg powder for injection, 16ml vial + diluent(as Sodium succinate)
1,230 Pfizer Laboratories (Pty) Ltd
V2189 R 206.9784 Solu‐Medrol AOV 1000mg 16ml inj 1 42 1 90.00 18‐971‐0965(VI)
121 METHYLPREDNISOLONE ACETATE 40mg/ml injec on, 1ml vial
10,620 Pfizer Laboratories (Pty) Ltd
V2189 R 14.3800 Depo‐Medrol 40mg/ml 1ml inj 1 42 1 90.00 18‐971‐5290(VI)
Add 1 2 Corrections included Page 8 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
122 METHYLPREDNISOLONE ACETATE 40mg/ml injec on, 2ml vial
91,970 Pfizer Laboratories (Pty) Ltd
V2189 R 20.5300 Depo‐Medrol 40mg/ml 2ml inj 1 42 1 90.00 18‐971‐0776(VI)
123 METHYLPREDNISOLONE ACETATE 40mg/ml injec on, 5ml vial
8,200 Pfizer Laboratories (Pty) Ltd
V2189 R 51.3500 Depo‐Medrol 40mg/ml 5ml inj 1 42 1 90.00 18‐971‐0775(VI)
2,580,424 Adcock Ingram Critical Care (Pty) Ltd
V4222 80% R 1.1910 Sabax Metoclopramide 10 mg/2 ml ampoule
10 amps 1‐6 weeks ex stock
1 Box 95.00 18‐007‐6396 (AM)
Add 2 645,106 PHARMA‐Q (PTY) LTD V1NK1 20% R 1.4500 Pharma‐Q Metoclopramide 10 42 650 77.67 18‐007‐6396 (AM)
125 MIDAZOLAM 1mg/ml, 5ml ampoule 410,200 PHARMA‐Q (PTY) LTD V1NK1 R 4.0000 Pharma‐Q Midazolam 10 42 250 98.00 18‐007‐6401(AM)
126 MIDAZOLAM 5mg/ml injection, 3ml ampoule
555,810 PHARMA‐Q (PTY) LTD V1NK1 R 4.1000 Pharma‐Q Midazolam 5 42 250 98.00 18‐007‐6404(AM)
127 MIDAZOLAM 5mg/ml injection, 10ml vial
51,700 PHARMA‐Q (PTY) LTD V1NK1 R 33.3300 Pharma‐Q Midazolam 10 42 250 98.00 18‐001‐8352(AM)
128 MIVACURIUM 2mg/ml injection, 5ml ampoule
1,590 Pharmacare Limited V2205 R 74.1000 Mivacron 2mg/ml Inj 5ml 5ml Amp 42 1 x 5 98.00 18‐018‐7133(AM)
129 MORPHINE SULPHATE 10mg injec on, 1ml ampoule[S6]
1,786,570 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.1900 Morphine Sulphate ‐ Fresenius 10mg/ml Amp
10 30 10 93.00 18‐970‐3413(AM0
130 MORPHINE SULPHATE 15mg injec on, 1ml ampoule[S6]
1,084,930 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.2000 Morphine Sulphate ‐ Fresenius 15mg/ml Amp
10 30 10 93.00 18‐970‐0425(AM)
131 MORPHINE HYDROCHLORIDE 13,44mg, PAPAVERINE HYDROCHLORIDE 1,20mg, CODEINE HYDROCHLORIDE 1,04mg injection, 1ml ampoule [S6]
857,510 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 11.0400 Omnopon ‐ Fresenius 20mg/ml Amp 10 30 10 93.00 18‐007‐9726(AM)
132 NALOXONE HCI 0,02mg/ml injection, 2ml ampoule
44,340 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 3.9900 Naloxone HCI ‐ Fresenius 0.02mg/ml Amp
10 30 10 93.00 18‐970‐8068(AM)
133 NALOXONE HCI 0,4mg injection, 1ml ampoule
280,230 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 2.2800 Naloxone HCI ‐ Fresenius 0.4mg/ml Amp
10 30 10 93.00 18‐970‐5061(AM)
134 NEOSTIGMINE METHYLSULPHATE 0,5mg injec on, 1ml ampoule
57,320 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 3.8200 Neostigmine ‐ Methylsulphate ‐ Fresenius 0.5mg/ml Amp
10 30 10 93.00 18‐007‐6423(AM)
135 NEOSTIGMINE METHYLSULPHATE 2,5mg injec on, 1ml ampoule
342,980 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.7100 Neostigmine ‐ Methylsulphate ‐ Fresenius 2.5mg/ml Amp
10 30 10 93.00 18‐008‐9506(AM)
124
METOCLOPRAMIDE MONOHYDROCHLORIDE 5mg/ml injec on, 2ml ampoule
Add 1 2 Corrections included Page 9 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
136 NIMODIPINE 10mg injection, 50ml vialFor IV Infusion
1,810 Bayer (Pty) Ltd V6390 R 233.8600 Nimotop IV 1 x 50ml 14 1 x 50ml 90.00 18‐976‐3129(VI)
137 OCTREOTIDE 0,05mg injection, 1ml ampoule
1,130 Novartis S A (Pty) Ltd VBVW2 R 76.4600 Sandostatin 0.05mg injection, amp 5 42 5 91.00 18‐007‐6442(AM)
138 OCTREOTIDE 0,1mg injection, 1ml ampoule
21,060 Novartis S A (Pty) Ltd VBVW2 R 145.8700 Sandostatin 0.1mg injection, amp 5 42 5 91.00 18‐007‐6445(AM)
139 OCTREOTIDE 0,2mg/ml injection, 5ml mul dose vial
4,450 Novartis S A (Pty) Ltd VBVW2 R 1,252.9100 Sandostatin 0.2mg injection, amp 1 42 1 91.00 18‐971‐4924(VI)
140 OESTROGENS, CONJUGATED 25mg injection, vial
4,660 Pfizer Laboratories (Pty) Ltd
V2189 R 217.2940 Premarin 25mg PDR for INJ 1 42 1 90.00 18‐971‐0759(VI)
963,312 Specpharm (Pty) Ltd VCEH8 80% R 3.7848 Spec‐Oxytocin 5iu 10 Ampoules 0 (ex stock)
100 Ampoules
94.00 18‐007‐6470(AM)
240,828 Novartis S A (Pty) Ltd VBVW2 20% R 4.3700 Syntocinon 5iu 5 42 5 77.08
143 OXYTOCIN, SYNTHETIC 10 iu injec on, 1ml ampoule
3,684,530 Specpharm (Pty) Ltd VCEH8 R 3.6252 Spec‐Oxytocin 10iu 10 Ampoules 0(ex‐stock)
100 Ampoules
94.00 18‐007‐6472(AM)
144 OXYTOCIN, SYNTHETIC 5 iuERGOMETRINE MALEATE 0,5mg injec on, 1ml ampoule
331,820 Novartis S A (Pty) Ltd VBVW2 R 8.1800 Syntometrine amp 5 42 91.00 18‐007‐6474(AM)
145 PANCURONIUM BROMIDE 2mg/ml injec on, 2ml ampoule
67,460 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 4.2800 Pancuronium Bromide ‐ Fresenius 4mg/2ml Amp
10 30 10 93.00 18‐007‐6476(AM)
146 PANTOPRAZOLE SODIUM 42.3mg injection equivalent to PANTOPRAZOLE 40mg, 10ml vial
284,270 Litha Pharma (Pty) Ltd VGS73 R 44.9000 Pantocid 40mg injection 1 x 5 42 2 x 5 95.00 18‐175‐3528(VI)
Add 1147 PETHIDINE HCl 25mg injection, 1ml
ampoule[S6]
207,020 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.7300 Pethidine HCI ‐ Fresenius 25mg/ml Amp
10 30 10 93.00 18‐970‐3124(AM)
148 PETHIDINE HCI 50mg/ml injection, 1ml ampoule[S6]
1,340,530 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.2800 Pethidine HCI ‐ Fresenius 50mg/ml Amp
10 30 10 93.00 18‐007‐6519(AM)
149 PETHIDINE HCI 50mg/ml injection, 2ml ampoule[S6]
1,920,820 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 1.1900 Pethidine HCI ‐ Fresenius 100mg/2ml Amp
10 30 10 93.00 18‐007‐6540(AM)
150 PHENYLEPHRINE HCI 10mg injection, 1ml ampoule
347,030 Abbott Laboratories SA (Pty) (Ltd)
V2150 R 30.6300 Phenylephrine 5 42 5 92.00 18‐007‐6556(AM)
151 PHENYTOIN SODIUM 50mg/ml injec on, 5ml vial
731,150 Pharmacare Limited V2205 R 28.5000 Aspen Phenytoin Sod Inj 250mg/5ml 250mg/5ml Vial
42 5 x 1 98.00 18‐970‐8084(VI)
142OXYTOCIN, SYNTHETIC 5 iu injection, 1ml ampoule
Add 1 2 Corrections included Page 10 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
152 PLASMINOGEN ACTIVATOR, RECOMBINANT HUMAN TISSUE‐TYPE 50mg,Pack: 1x50ml vial + 1x50ml diluent vial + diluent
1,250 Ingelheim Pharmaceuticals (Pty) Ltd
VH649 R 2,843.3700 Actilyse 50 mg Treatment Set 1 14 1 90.00 18‐976‐2991(VI)
153 POTASSIUM CHLORIDE 15% m/v injection, 10ml ampoule. Label to be printed in RED LETTERING stating 'The 10ml ampoule contains 1,5g Potassium Chloride ‐ approximately equivalent to 20 millimoles each of Potassium (K+)ions and Chloride (Cl‐)ions. The solution must be diluted before use with not less than 50(fifty) time its volume of Sodium Chloride 0,9% m/v injection or other suitable diluent. Each immediate container must also have a strip label over the neck of the ampoule printed RED ON WHITE or BLACK ON RED stating 'MUST BE DILUTED/MOET VERDUN WORD.'
1,094,140 Adcock Ingram Critical Care (Pty) Ltd
V4222 R 2.0500 Sabax Potassium Chlor 15% 10 ml 10 amps 1‐6 weeks ex stock
4 Boxes 95.00 18‐971‐0612(AM)
155 PROCHLORPERAZINE MESYLATE 12,5mg injec on, 1ml ampoule
338,430 Sanofi‐Aventis South Africa
V2160 R 6.5100 Stemetil Inj 12.5mg 1 42 10 93.00 18‐007‐6576(AM)
156 PROMETHAZINE HCI 25mg injection, 1ml ampoule
337,460 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 2.2800 Promethazine HCI ‐ Fresenius 25mg/ml Amp
10 30 10 93.00 18‐970‐3419(AM)
157 PROMETHAZINE HCI 25mg injection, 2ml ampoule
176,910 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 3.0300 Promethazine HCI ‐ Fresenius 50mg/2ml Amp
10 30 10 93.00 18‐970‐3420(AM)
430,884 Litha Pharma (Pty) Ltd VGS73 60% 5,50 Provive 1% 20ml 1 x 5 42 16 x 5 95.00 18‐007‐6590(AM)
Add 1 287,256 Fresenius Kabi SA (Pty)
LtdVAJL3 40% R 6.6700 Propofol 1% Fresenius 20ml Amp 5 42 5 90.65
159 PROPOFOL 10mg/ml injection, 50 ml vialFor IV Infusion
12,080 Litha Pharma (Pty) Ltd VGS73 R 34.5000 Provive 1% 50ml 1 x 5 42 3 x 5 95.00 18‐976‐3039(VI)
Add 1 & 2
161 QUININE DIHYDROCHLORIDE 300mg injec on, 1ml ampoule
234,110 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 7.6600 Quinine Dihydrochloride ‐ Fresenius 300mg/ml Amp
10 30 10 93.00 18‐970‐6315(AM)
162 RANITIDINE HCI 25mg/ml, 2ml ampoule
287,040 Pharmacare Limited V2205 R 9.0721 Zantac Inj 50mg/2ml 2ml Amp 42 5 x 5 98.00 18‐007‐6594(AM)
163 REMIFENTANIL HYDROCHLORIDE equivalent to REMIFENTANIL BASE 2mg injec on, 5ml vial[S6]
35,520 Pharmacare Limited V2205 R 88.6920 Ultiva 2mg Inj 5ml Vial 5ml Vial 42 1 x 5 98.00 18‐175‐7213(VI)
158PROPOFOL 10mg/ml injection, 20ml vial
Add 1 2 Corrections included Page 11 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
164 RISPERIDONE 25mg powder for injec on, vialWith a 3ml prefilled syringe containing 2ml diluent, two 20G needles for reconstitution, one 20G needle for intramuscular injec on
7,750 Janssen Pharmaceutica V6205 R 451.9900 Risperdal Consta 25mg 1 inj 42 1 90.00 18‐180‐3365(VI)
165 RISPERIDONE 37,5mg powder for injec on, vialWith a 3ml prefilled syringe containing 2ml diluent, two 20G needles for reconstitution, one 20G needle for intramuscular injec on
6,220 Janssen Pharmaceutica V6205 R 670.0000 Risperdal Consta 37.5mg 1 inj 42 1 90.00 18‐180‐3368(VI)
166 ROCURONIUM BROMIDE 50mg injec on, 5ml ampoule/vial
236,260 MSD (PTY) LTD V2185 R 41.3800 Esmeron 1 X 5ml vial 28 10 x 5ml vials 90.00 18‐096‐0252(VI)
167 SALBUTAMOL 0,5mg injection, 1ml ampoule
75,850 Pharmacare Limited V2205 R 38.0760 Ventolin Inj 0,5mg 1ml 1ml Amp 42 1 x 5 98.00 18‐971‐1130(AM)
168 SALBUTAMOL 1mg/ml injection, 5ml ampouleFor IV Infusion
12,000 Pharmacare Limited V2205 R 113.4300 Ventolin Solution 5mg (1mg/ml) 5ml Amp 42 1 x 10 98.00 18‐971‐1118(AM)
169 SODIUM BICARBONATE 4% m/v injection, 50ml ampoule/plastic containerFor IV InfusionThe label must state the concentration in mmol/litre and have the name featuring prominently
98,430 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 29.4100 Sodium Bicarbonate 4%m/v 50ml 1 30 50 93.00 18‐035‐8064(BG)
170 SODIUM BICARBONATE 8,5% m/v injection, 50ml ampoule/plastic containerFor IV InfusionThe label must state the concentration in mmol/litre and have the name featuring prominently
333,490 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 25.3700 Sodium Bicarbonate 8.5%m/v 50ml 1 30 50 93.00 18‐035‐8068(BG)
171 SODIUM CHLORIDE 0,9% m/v, 5ml ampouleSuitable clear plas c container
84,480 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 0.8600 Euromed 0.9% Sodium Chloride 5ml 50 42 50 93.00 18‐970‐0087(AM)
3,105,678 Adcock Ingram Critical Care (Pty) Ltd
V4222 60% R 0.7535 Sabax Sod Chlor 0,9% 10 ml 100 1‐6 weeks ex stock
7 boxes 95.77 18‐970‐0088(AM)
2,070,452 Fresenius Kabi SA (Pty) Ltd
VAJL3 40% R 0.7600 Sodium Chloride 0.9% "Flexivials" 10ml
50 42 50 93.00172
SODIUM CHLORIDE 0,9% m/v injec on, 10ml ampouleSuitable clear plas c container
Add 1 2 Corrections included Page 12 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
173 SOMATROPIN 15iu injection, 1.5 prefilled pen and cartridge
12,680 Novo Nordisk (Pty) Ltd V2743 R 351.1200 Norditropin Nordilet 5mg 1 10 1 92.00 18‐180‐8985(EA)
174 SOMATROPIN 16iu (5,3mg) powder for injec on, unitUnit = A two‐chambered vial with LYOPHILLISED powder in one chamber + diluent in the other chamber
430 Pfizer Laboratories (Pty) Ltd
V2189 R 422.6300 Genotropin 16IU /ml PDR for INJ 5 42 5 90.00 18‐007‐5523(CA)
175 SOMATROPIN 18 iu (6mg) powder for injection, prefilled pen + cartridge
4,030 Eli Lilly SA (Pty) Ltd V2181 R 437.9700 Humatrope 6 mg 1 30 1 93.00 18‐095‐5336(VI)
176 SOMATROPIN 30iu injection, 1,5ml prefilled pen + cartridge
3,850 Novo Nordisk (Pty) Ltd V2743 R 702.2400 Norditropin Nordilet 10mg 1 10 1 92.00 18‐179‐9365(EA)
177 SOMATROPIN 36 iu (12mg) powder for injection, prefilled pen + cartridge
2,710 Eli Lilly SA (Pty) Ltd V2181 R 875.9300 Humatrope 12 mg 1 30 1 93.00 18‐095‐5337(VI)
180 SUFENTANIL CITRATE 50mcg/ml injec on, 5ml ampoule For IV use [S6]
4,070 PHARMA‐Q (PTY) LTD V1NK1 R 89.9900 Pharma‐Q Sufentanil 10 42 10 98.00 18‐007‐6782(AM)
181 SUFENTANIL CITRATE 5mcg/ml injec on, 10ml ampoule For IV use [S6]
13,210 PHARMA‐Q (PTY) LTD V1NK1 R 49.9900 Pharma‐Q Sufentanil 10 42 10 98.00 18‐007‐6779(AM)
182 SUFENTANIL CITRATE 5mcg/ml injec on, 2ml ampoule[S6]For IV use
87,620 PHARMA‐Q (PTY) LTD V1NK1 R 9.9900 Pharma‐Q Sufentanil 10 42 10 98.00 18‐007‐6777(AM)
183 SUXAMETHONIUM CHLORIDE 50mg/ml injec on, 2ml ampoule
464,380 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 2.4900 Suxamethonium ‐ Fresenius 50mg/ml Amp
10 30 10 93.00 18‐007‐6785(AM)
185 TESTOSTERONE CYPIONATE 100mg/ml injec on, 10 ml vial
2,620 Pfizer Laboratories (Pty) Ltd
V2189 R 144.0327 Depo‐Testosterone 1 42 1 90.00 18‐970‐5469(VI)
187 TETRACOSACTIDE 1mg injection, 1ml ampoule
300 Novartis S A (Pty) Ltd VBVW2 R 88.3400 Synacthen depot 1mg inject amp 1 42 91.00 18‐971‐2155(AM)
188 THIOPENTONE SODIUM 0,5g injecton, 20ml vial
50,890 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 18.6200 Thiopentone ‐ Fresenius 0.5g/20ml Amp
10 42 10 93.00 18‐971‐1002(AM)
189 TOTAL PHOSPHOLIPIDS 100mg injec on, 4ml vial For Endotracheal use
9,210 Biotech Laboratories (Pty) Ltd
VUV35 R 1,278.6200 Survanta 4ml 4ml 21 1 90.00 18‐177‐2157(VI)
191 TOTAL PHOSPHOLIPIDS 200mg injec on, 8ml vial For Endotracheal use
7,860 Biotech Laboratories (Pty) Ltd
VUV35 R 2,556.8600 Survanta 8ml 8ml 21 1 90.00 18‐975‐3628(VI)
193 TRAMADOL HCI 50mg per ml injec on, 2ml ampoule
429,100 Litha Pharma (Pty) Ltd VGS73 R 3.0000 Dolotram 1 x 5 42 25 x 5 95.00 18‐012‐4495(AM)
Add 1
Add 1 2 Corrections included Page 13 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
194 TRANEXAMIC ACID 100mg/ml injec on, 5ml ampoule
533,800 Pfizer Laboratories (Pty) Ltd
V2189 R 56.4824 Cyklokapron IV 500mg INJ 5ml 5 42 5 90.00 18‐007‐6981(AM)
195 VALPROATE SODIUM 400mg injec on, vial + Diluent For IV Infusion
85,810 Sanofi‐Aventis South Africa
V2160 R 102.5500 Epilim IV 400mg 1 42 1 93.00 18‐026‐1210(VI)
196 VECURONIUM BROMIDE 4mg powder for injec on, 2ml ampoule
211,740 Litha Pharma (Pty) Ltd VGS73 R 11.9500 Muscuron 1 x 10 42 4 x 10 95.00 18‐007‐6993(AM)
Add 1197 VECURONIUM BROMIDE 10mg
powder for injec on, 5ml vial 26,840 MSD (PTY) LTD V2185 R 56.3200 Norcuron 1 x 5ml vial 28 10 X 5ml vials 90.00 18‐185‐8389(VI)
198 VERAPAMIL HCI 2,5mg/ml injection, 2ml ampoule
21,360 PHARMA‐Q (PTY) LTD V1NK1 R 1.8800 Pharma‐Q Verapamil 10 42 530 98.00 18‐007‐6998(AM)
199 VIT. B COMPLEX injection, 10ml ampoule/vialFor IM use
287,860 Pharmacare Limited V2205 R 7.1820 A‐Lennon Vitamin B Complex Inj 10ml 10ml Vial 42 3 x 10 92.94 18‐970‐0106(VI)
200 VIT. B1 (THIAMINE HCI) 100mg/ml injec on, 10ml vial
122,130 Pharmacare Limited V2205 R 20.2920 Thiamine Hydrochloride Inj 10ml Vial 42 1 x 10 98.00 18‐970‐0006(VI)
201 VIT. B12 (CYANOCOBALAMIN) 1 000mcg injec on, 1ml ampoule
403,730 Pharmacare Limited V2205 R 4.5828 A‐Lennon Vitamin B12 1ml Inj 1ml Amp 42 5 x 10 98.00 18‐971‐5773(AM)
202 VIT. B12 (CYANOCOBALAMIN) 1 000mcg/ml injec on, 10ml vial
21,510 Pharmacare Limited V2205 R 11.3772 A‐Lennon Vitamin B12 10ml Inj 10ml Vial 42 3 x 10 98.00 18‐970‐4632(VI)
203 VIT. C (ASCORBIC ACID) 100mg/ml injec on, 5ml ampouleFor IV use
290,370 Fresenius Kabi SA (Pty) Ltd
VAJL3 R 7.1400 Ascorbic Acid ‐ Fresenius 500mg/5ml Amp
10 30 10 93.00 18‐970‐0008(AM)
204 VIT. K (PHYTOMENADIONE) 2mg injec on, 0,2ml ampouleFor IV/IM use
2,256,570 ROCHE PRODUCTS (PTY) LTD
V2177 R 8.2900 Konakion MM Paediatric 5 28 5 91.00 18‐095‐3330(AM)
205 VIT. K (PHYTOMENADIONE) 10mg injec on, 1ml ampouleFor IV use
325,440 Roche Products (Pty) Ltd V2177 R 14.5100 Konakion 10 28 10 91.00 18‐014‐6851(AM)
206 WATER FOR INJECTIONS B.P., 5ml ampoulePacked in CLEAR PLASTIC container with non‐resealable closure
1,667,330 Fresenius Kabi South Africa (Pty) Ltd
VAJL3 R 0.4600 Euromed Sterile Water for Injection 5ml
50 42 50 93.00 18‐970‐0107(AM)
207 WATER FOR INJECTIONS B.P., 10ml ampoulePacked in CLEAR PLASTIC container with non‐resealable closure
25,191,000 Fresenius Kabi South Africa (Pty) Ltd
VAJL3 R 0.4300 Euromed Sterile Water for Injection 10ml
100 42 100 93.00 18‐971‐0871(AM)
208 WATER FOR INJECTIONS B.P., 20ml ampoulePacked in CLEAR PLASTIC container with non‐resealable closure
2,629,950 Fresenius Kabi South Africa (Pty) Ltd
VAJL3 R 1.0700 Euromed Sterile Water for Injection 20ml
100 42 100 93.00 18‐971‐0862(AM)
209 ZUCLOPENTHIXOL ACETATE 50mg injec on, 1ml ampouleFor IM use only
109,930 Lundbeck SA Pty Ltd VVS90 R 69.5100 Clopixol 50mg Accuphase 1 10 working days
10 90.00 18‐975‐3243(AM)
Add 1 2 Corrections included Page 14 of 15 Period: 1 June 2012 ‐ 31 May 2014
HP06‐2012SVP CONTRACT CIRCULAR 10092012‐ Including Add 2
Item No.
Description Quantity Awarded
Supplier Name Code Split Deliverd Price Brand name Unit Pack Lead Time (Days)
Minimum Order
Total Points
NSN
210 ZUCLOPENTHIXOL DECANOATE 200mg injec on, 1ml ampoule For IM use only
859,890 Lundbeck SA Pty Ltd VVS90 R 36.4900 Clopixol Depot 200mg 1 x 5 10 working days
5 x 5 90.00 18‐005‐7631(AM)
Add 1 2 Corrections included Page 15 of 15 Period: 1 June 2012 ‐ 31 May 2014
Special Requirements and Conditions of Contract
HP06-2012 SVP
SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN ADMINISTRATION DEVICES TO THE
DEPARTMENT OF HEALTH
FOR THE PERIOD 1 JUNE 2012 TO 31 MAY 2014
VALIDITY PERIOD 120 DAYS
National Department of Health
Special Requirements and Conditions of Contract – HP06-2012SVP
2
CONTENTS
1. SPECIAL CONDITIONS OF CONTRACT................................................................................ 4
2. EVALUATION CRITERIA ........................................................................................................ 4
3. PRE AWARD SUPPLIER DUE DILIGENCE............................................................................ 6
4. PARTICIPATING AUTHORITIES ............................................................................................ 6
5. CONTRACT PERIOD .............................................................................................................. 6
6. RESPONSE FIELDS ............................................................................................................... 6
7. VALUE ADDED TAX ............................................................................................................... 6
8. TAX CLEARANCE CERTIFICATE .......................................................................................... 7
9. AUTHORISATION DECLARATION AND LEGISLATIVE REQUIREMENTS .......................... 7
9.1 DECLARATION OF AUTHORISATION .................................................................................. 7
9.2 LEGISLATIVE REQUIREMENTS ........................................................................................... 8
9.3 NON COMPLIANCE ............................................................................................................... 9
10. CONTRACT ADMINISTRATION ............................................................................................. 9
11. COUNTER CONDITIONS ...................................................................................................... 10
12. PROHIBITION OF RESTRICTIVE PRACTICES.................................................................... 10
13. FRONTING ............................................................................................................................ 11
14. PRODUCT COMPLIANCE .................................................................................................... 11
14.1 PRE AWARD PRODUCT COMPLIANCE PROCEDURES ................................................... 11
14.2 SAMPLES............................................................................................................................. 12
15. PRICE QUALIFICATION AND CONTRACT PRICE ADJUSTMENT PROCEDURE.............. 13
15.1 PRICING STRUCTURE........................................................................................................ 13
15.2 PRICE ADJUSTMENTS ....................................................................................................... 13
15.3 PRICE ADJUSTMENT PERIODS......................................................................................... 17
15.4 RATES OF EXCHANGE (ROE) – BASE AND AVERAGE RATES ....................................... 17
15.5 GENERAL ............................................................................................................................ 18
16. QUANTITIES, ORDERS AND DELIVERY............................................................................. 18
16.1 DELIVERY ADHERENCE..................................................................................................... 18
16.2 QUANTITIES AND ORDERS................................................................................................ 19
16.3 MANUFACTURING INFORMATION..................................................................................... 21
17. PACKAGING ......................................................................................................................... 21
18. LABELS AND PACKAGE INSERTS..................................................................................... 21
Special Requirements and Conditions of Contract – HP06-2012SVP
3
19. CONTAINERS ....................................................................................................................... 22
20. STERILITY............................................................................................................................. 22
21. BARCODES .......................................................................................................................... 22
22. INSPECTION AND ASSAY ................................................................................................... 23
23. QUALITY ............................................................................................................................... 23
24. SHELF-LIFE .......................................................................................................................... 23
25. POST AWARD MONITORING............................................................................................... 24
26. REPORTING AND HISTORICAL DATA................................................................................ 24
26.1 HISTORICAL DATA.............................................................................................................. 24
26.2 PERFORMANCE MEASURES ............................................................................................. 25
26.2.1 SUPPLIERS MEASURES..................................................................................................... 25
26.2.2 END USER MEASURES ...................................................................................................... 25
27. CONTACT DETAILS ............................................................................................................. 25
Special Requirements and Conditions of Contract – HP06-2012SVP
4
1. SPECIAL CONDITIONS OF CONTRACT
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 (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
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 min
min1
PPPt
Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
Special Requirements and Conditions of Contract – HP06-2012SVP
5
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 Level of Contributor Number of Points
1 10
2 9
3 8
4 5
5 4
6 3
7 2
8 1Non-compliant contributor 0
c. Bidders are required to complete the preference claim form (SBD 6.1) 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
tender documentation may be considered.
f. 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.
g. The points scored will be rounded off to the nearest 2 decimals.
h. In the event that two or more bids have scored equal total points, the contract
will be awarded to the bidder scoring the highest number of preference points
for B-BBEE.
i. A contract may, on reasonable and justifiable grounds, be awarded to a bid
that did not score the highest number of points.
j. The Department of Health reserves the right to negotiate prices
k. The Department of Health reserves the right to negotiate minimum order
quantities and not award to the highest scoring bidder if minimum order
quantities are deemed to be not reasonable.
l. The Department of Health reserves the right not to award a line item.
Special Requirements and Conditions of Contract – HP06-2012SVP
6
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:
Provincial Departments of Health: Eastern Cape, Free State, Gauteng,
KwaZulu-Natal, Limpopo, Mpumalanga, Northern Cape, North West and
Western Cape
5. CONTRACT PERIOD
The contract period shall be for a period of 24 months commencing 1 June
2012 to 31 May 2014.
6. RESPONSE FIELDS
It is imperative that bidders submit responsive bids by completing all the
mandatory response fields for the individual items. In this regard bidders’
attention is drawn to the response field and price structure explanations and
examples supplied in the bid document.
Non-compliance with this condition may invalidate the bid for the item/s
concerned.
7. VALUE ADDED TAX
All bid prices must be inclusive of 14% Value-Added Tax.
Failure to comply with this condition may invalidate the bid
Special Requirements and Conditions of Contract – HP06-2012SVP
7
8. 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. Copies or certified copies of
the Tax Clearance Certificate will not be acceptable. Failure to comply with this
condition will invalidate the bid.
9. AUTHORISATION DECLARATION AND LEGISLATIVE
REQUIREMENTS
9.1 DECLARATION OF AUTHORISATION
a. In the event of the bidder not being the actual manufacturer and will be
sourcing the product(s) from another company (third party), 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 your bid at
closing date and time. The Bid Authorization Form (Form AD1) must be
completed and signed giving full details of the declaration of authorisation and
be submitted with bid documents at the closing date and time of the bid.
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 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 will exercise any of the
remedies available to it in the bid documents.
d. 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.
Special Requirements and Conditions of Contract – HP06-2012SVP
8
e. It must be indicated in the letter that all the terms and conditions are mutually
agreed upon.
f. Failure to submit a duly completed and signed Authorisation Declaration, with
the required annexure(s), in accordance with the above provisions may
invalidate the bid for such goods offered.
9.2 LEGISLATIVE REQUIREMENTS
a. Bidders must comply with the requirements of the Patents Act, 1978 (Act 57 of
1978) and the Trade Marks Act, 1993 (Act 194 of 1993) as amended.
Bidders must submit a copy of the actual patent or an agreement with the
patent holder with the bid document at the closing date and time of the bid.
b. Bidders must comply with any legal requirements with regard to voluntary
licenses obtained, and proof of agreements in this regard must be supplied
with the bid document at the closing date and time of the bid.
c. 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 licence including all annexures thereto must be submitted
with the bid document, at the closing date and time of bid.
d. 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. Certified copies of product registration certificates with the MCC should
accompany the bid at closing date and time.
e. The bidder must submit proof 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.
f. The bidder must submit a certified copy of a valid certificate of Registration as a
Responsible Pharmacist with the South African Pharmacy Council.
Special Requirements and Conditions of Contract – HP06-2012SVP
9
9.3 NON COMPLIANCE
Non compliance with the above mentioned (Paragraphs 9.1 and 9.2) special
conditions may invalidate the bid for such products offered.
10. CONTRACT ADMINISTRATION
a. Successful bidders must advise the Cluster Manager: Pharmaceutical Policy
and Planning immediately when unforeseeable circumstances will adversely
affect the execution of the contract. Full particulars of such circumstances as
well as the period of delay must be furnished within a week of identifying such
a problem.
b. The administration and facilitation of the contract will be the responsibility of
National Department of Health and all correspondence in this regard must be
directed to one of the following addresses:
Director: Affordable Medicines
Department of Health
Private Bag X828
PRETORIA 0001
Civitas Building
Room 501 South Tower
242 Struben Street
PRETORIA 0002
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
done 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.
Special Requirements and Conditions of Contract – HP06-2012SVP
10
11. COUNTER CONDITIONS
Bidders’ attention is drawn to the fact that amendments to any of the Bid Conditions or
setting of counter conditions by the bidders may result in the invalidation of such bids.
12. 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:
directly or indirectly fixing a purchase or selling price or any other trading
condition;
dividing markets by allocating customers, suppliers, territories or specific
types of goods or services; or
collusive bidding.
b. 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.
c. 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 restrict the bidder(s) or contractor(s) from conducting
business with the public sector for a period not exceeding ten (10) years and /
or claim damages from the bidder(s) or contractor(s) concerned.
Special Requirements and Conditions of Contract – HP06-2012SVP
11
13. 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 (10) years, in addition to any
other remedies the National Department of Health may have against the bidder /
contractor concerned.
14. PRODUCT COMPLIANCE
14.1 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)
where applicable
c. Compliance to Good Manufacturing Practice where applicable
Special Requirements and Conditions of Contract – HP06-2012SVP
12
d. Valid relevant licence from Medicines Control Council where applicable
e. Submission of samples of the relevant products on or before the closing date
and time of the bid at the addresses indicated in paragraph 14.2
14.2 SAMPLES
a. No samples must be sent to the Pharmaceutical Policy and Planning unit of
the National Department of Health.
b. Samples must be submitted to each of the addresses indicated below, to be
received before or at closing date and time of bid:
Ms Santie Van Dyk
Tel: 011 628 9003
Gauteng: Medical Supplies Depot
Store 3
35 Plunkett Avenue
Hurst Hill 2092
Ms Helen Hayes
Tel: 021 483 4567
Western Cape: Department of Health
Pharmaceutical Services
4 Dorp Street Room T14-02
Cape Town 8001
c. For accurate evaluation of samples, bidders must submit in original packaging at
least the following minimum quantities:
Injectables – three ampoules or three vials
All other dosage forms – at least one original pack
Devices – One original pack / box
d. Bids not supported by samples will be disregarded in respect of the items for
which samples are not submitted.
e. Samples of items offered must be marked with the bid number, the item number
as well as the bidder’s name and address.
f. It is the responsibility of the bidders to ensure receipt of the samples at the testing
authorities described in section 14.2 (b).
g. Samples submitted by unsuccessful bidders must be collected by them within 3
months of the commencement of the contract. Samples not collected within this 3
Special Requirements and Conditions of Contract – HP06-2012SVP
13
month period will be destroyed.
h. Samples of all products accepted against this bid will be retained for the duration
of the contract period.
i. All samples must be a true representation of the product which will be supplied.
j. All samples of registered medicines must be submitted with the MCC
approved/registered package insert.
15. PRICE QUALIFICATION AND CONTRACT PRICE ADJUSTMENT PROCEDURE
15.1 PRICING STRUCTURE
a. Prices submitted for this bid will be regarded as non-firm and subject only to
adjustment(s) in terms of the formula under paragraph 15.2, defined areas of cost
and defined periods of time.
b. Bidders are advised to refer to the Reference Price List for specific small volume
parenterals published on the Department of Health website (www.doh.gov.za)
before preparing the bid submission
c. Bidders should quote a final delivered price.
d. Final price must include Active Pharmaceutical Ingredient (API) price, formulation
cost, transport cost, Value Add Tax, etc. Bidders are referred to the pricing
schedule in this regard.
e. Bidders should note that margins above cost cannot be adjusted.
15.2 PRICE ADJUSTMENTS
a. The Department of Health reserves the right to accept or reject any application for
price adjustment.
b. Bidders are required to complete the price breakdown in the relevant response
fields as per diagram below. Failure to provide such breakdown may exclude the
bidder from any price adjustments during the contract period.
Special Requirements and Conditions of Contract – HP06-2012SVP
14
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
c. An electronic price adjustment calculator will be available on the Department of
Health’s website. Applications for price adjustments must be submitted
electronically using the electronic price adjustment calculator. Signed printed
copies of the calculations must also be submitted along with documentary
evidence in support of any adjustment.
d. 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
o Costs related to formulation
o Costs related to transport
Calculate price adjustment using the following formula:
RA1 RF1 RT1
Pa = Pt DA RA0 + DF RF0 + DT RT0 + PM
RA1 RF1 RT1
Pa = Pt DA RA0 + DF RF0 + DT RT0 + PM
Pa = The new price to be calculated
Special Requirements and Conditions of Contract – HP06-2012SVP
15
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
e. Costs associated with normal business risk are not eligible for adjustment, but
unforeseen costs that may impact continuous supply will be considered.
f. Applications for price adjustments may be submitted by the half-yearly review dates
stipulated in section 14.3 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 to
support a price change in addition to the documentation that may have already been
submitted by the supplier.
g. Information required to assess price adjustment requests 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 the API
Special Requirements and Conditions of Contract – HP06-2012SVP
16
For adjustments related to formulation or transport price changes, suppliers
must submit the following:
o A description of why the adjustment is necessary
o Documentation of the current cost of the cost component
o Documentation of the new cost of the cost component
h. Successful bidders can apply for adjustments relating to one or more than one
combination of the above factors.
i. All documentation supplied in support of a bid must be directly linked to the specific
product and the specific supplier
j. 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.
k. No retroactive price increases will be permitted for purchase orders already issued
to and accepted by the manufacturer.
l. Where the Department of Health is not satisfied with the documentation submitted,
it could grant a lower adjustment or deny the request altogether.
m. All requests for price adjustments will be based on the original award price – and
not on any previously adjusted price.
n. 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 the API, as determined by a composite
index of API costs linked to international prices for products in question;
Feasibility of using an alternate source if a cheaper source of APIs is
available at the requisite quality level;
Time needed to implement necessary changes in raw material or API sources
as determined by regulatory processes mandated by the 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 a drop in fixed
manufacturing costs.
Special Requirements and Conditions of Contract – HP06-2012SVP
17
15.3 PRICE ADJUSTMENT PERIODS
Adjustment to contract prices may be applied for at the following dates:
Adjustment
Application for price adjustment to reach the office by the following dates
Dates from which adjusted prices will become effective
1st Adjustment 5 November 2012 1 December 2012
2nd Adjustment 5 May 2013 1 June 2013
3rd Adjustment 5 November 2013 1 December 2013
15.4 RATES OF EXCHANGE (RoE) – BASE AND AVERAGE RATES
In the event where material and/or finished products are imported the following will
apply:
a. The formula described in par. 15.2 will be used and ONLY the imported cost
component of the bid price will be adjusted taking into account the base RoE and
the average RoE rate over the period under review indicated in paragraph (d)
below.
b. Rate(s) of exchange to be used in this bid in the conversion of the price of the
item(s) to South African currency.
Currency Rates of exchangeAverage for the period 1 November 2011 to 31 January 2012
US Dollar R 8.1151
Pound Sterling R 12.6947
Euro R 10.7342
Yen R 0.1049
c. Should the bidder make use of any other currency not mentioned above, the bidder
is requested to calculate the average for the period 1 November 2011 to 31
January 2012 using the South African Reserve Bank published rates for the specific
currency. Visit www.reservebank.co.za to obtain the relevant rates.
d. Contract price adjustments due to rate of exchange variations are based on
average exchange rates as published by the Reserve Bank for the periods indicated
hereunder:
Special Requirements and Conditions of Contract – HP06-2012SVP
18
Adjustment Average exchange rates for the period:
1st Adjustment 1 February 2012 – 31 October 2012
2nd Adjustment 1 November 2012 – 30 April 2013
3rd Adjustment 1 May 2013 – 31 October 2013
15.5 GENERAL
a. Unless prior approval has been obtained from National Department of Health, no
adjustment in contract prices will be made.
b. Contract Price Adjustment (CPA) applications will be applied strictly according to
the specified formula and variables above as well as the cost breakdown supplied
by successful bidders in their bid documents.
c. In the event where the supplier’s CPA application, based on the above formula and
parameters, differs from National Department of Health’s verification, National
Department of Health will consult with the supplier to resolve the differences.
d. Bidders are referred to paragraph 11 of the Special Conditions regarding counter
conditions.
16. QUANTITIES, ORDERS AND DELIVERY
16.1 DELIVERY ADHERENCE
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. Ability to supply must be maintained throughout the duration of the contract.
c. Bidders must indicate and provide assurance of ability to maintain delivery lead time
(time from placement of the order to delivery at the provincial medical store or
delivery point) of not more than 6 weeks for the duration of the contract.
d. Delivery of products must be made in accordance with the instructions appearing on
the official order forms emanating from the above mentioned Participating
Authorities and institutions placing the orders.
e. All deliveries or dispatches must be accompanied by a delivery note stating the
Special Requirements and Conditions of Contract – HP06-2012SVP
19
official order number against which the delivery has been effected.
f. In respect of items awarded to them, contractors must adhere strictly to the delivery
periods quoted by them in their bids.
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. Deliveries must conform to cold chain distribution requirements, if applicable.
Normal storage conditions (25 degrees Celsius) must not be exceeded.
16.2 QUANTITIES AND ORDERS
a. The ordered quantities are required for delivery as indicated by the particular
participating departments.
b. Suppliers should under no circumstances deviate from the orders issued by the
departments.
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. The quantity indicated against each item represents the total estimated off-take of
all participating departments as per paragraph 4.
e. Bidders should note that the order/s will be spread out throughout the contract
period and that delivery points will be to the individual Provincial Depots or
institutions.
f. Bids must be for supply ex duty paid stocks held in the Republic of South Africa
during the contract period.
g. The quantities reflected in the bid documents are estimated quantities and no
guarantee is given or implied as to the actual quantity which will be ordered.
h. The Department of Health also reserves the right to purchase its requirements
elsewhere outside the contract in terms of clause 21 of the General Conditions of
Contract if:
Minimum order quantity specified by the contractor be more than that
Special Requirements and Conditions of Contract – HP06-2012SVP
20
of an institution’s requirementsThe item(s) are urgently required and not immediately availableAn emergency arisesIf the contractor fails to perform in terms of this contract
i. The Department of Health reserves the right to arrange contracts with more than
one contractor for the same item but not exceeding three contractors subject to the
following condition:
In a split or multiple award a single 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.
j. The allocation of volumes between two suppliers will be determined based on the
difference in points, as follows:
Category Difference between points Recommended percentage split
A Equal points 50/50
B 0,1% – 5 % 60/40
C 5,1% - 10% 70/30
D 10,1% – 20 % 80/20
k. The Department of Health reserves the right to determine the number of awards per
line item in cases where there are several bids with point totals that are within 20%
of the bid with the highest number of points. Only bids that are within 20% of the
highest bid score will be considered for splits.
l. For multiple awards of the same item to three bidders the volume will be allocated
according to the following formula in line with paragraph 15.2 k:
Supplier portion = 33.3% + [Supplier score – Mean score] * 2.3 percentage points
m. 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.
Special Requirements and Conditions of Contract – HP06-2012SVP
21
16.3 MANUFACTURING INFORMATION
a. Bidders must disclose the manufacturing site(s) as well as the API supplier(s), as
approved by or submitted to the MCC.
b. Bidders must be able to substantiate the API price provided.
17. PACKAGING
a. All deliveries made against this contract whether by road or rail are to be packed in
containers, which will be acceptable for further dispatch by rail. Attention is drawn
to the requirements of the Transnet Freight Rail Standard Conditions of Carriage
Policy.
b. 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 conditions under which the product must be stored.
c. The following information must be clearly and indelibly printed on all inner and outer
bulk packing in letters not less than 10mm in height:
Name and strength of item and quantity
Date of manufacture.
Expiry date.
Batch number.
18. LABELS AND PACKAGE INSERTS
Labels and package inserts for medicines intended for administration to humans,
must comply with the Medicines and Related Substances Act, 1965 (Act 101 of
1965) as amended.
Special Requirements and Conditions of Contract – HP06-2012SVP
22
19. CONTAINERS
The function of a container for a medicinal preparation is to maintain the quality,
safety and stability of its contents. Containers should withstand the mechanical
hazards of handling and transport, prevent leakage, breakage and provide an
appropriate level of protection from environmental conditions. Conditions of
container must be acceptable to purchaser at the point of delivery. Ideally, the
materials of construction should have no chemical or physical effect on the
preparation, and, for liquid preparations, should be sufficiently transparent to permit
inspection of the contents whilst providing protection from incident radiation when
necessary. B.P.C.11th edition p. 630.
20. STERILITYa. All injectable preparations are to be supplied sterile and apyrogenic.
b. The conditions under which medical devices offered on this bid should be sterilised,
shall comply with the relevant following South African Bureau of Standards Codes of
Practices:
The Industrial Sterilisation of Medical Products. Part I: Gamma Radiation facilities SABS 0185: Part I: - 1982
The Installation and Safe Use of Ethylene Oxide (EO) Sterilisers in Hospitals and Industry. SABS 0213 - 1987
ISO 7439:2002/FDAM 1
21. BARCODES
a. It is a specific condition of all pharmaceutical bids that the packaging of all products
supplied to the Department of Health must include a barcode (number plus
symbology). Both the outer case and the specification pack must be marked with
the appropriate number and symbology. The European Article Numbering Code 13
(EAN 13) has been accepted as standard. The batch number and the expiry date
should be included in the barcode, if possible.
b. Bidders who are already in possession of the necessary block of numbers are
requested to 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.
Special Requirements and Conditions of Contract – HP06-2012SVP
23
22. INSPECTION AND ASSAY
a. A valid certificate, not older than 2 years for raw materials used in the
manufacturing process must be provided when requested.
b. All deliveries to authorised participants will be subject to a visual examination and
scrutiny by the relevant participant and/or assay by the Laboratories as indicated in
paragraph 14.2
23. QUALITY
a. Products supplied in consequence of this bid must conform in every respect with the
conditions of registration lodged with Medicines Control Council throughout the
period of the contract.
b. A certified copy of a valid certificate of analysis for each batch of finished product
delivered in terms of the contract must be submitted electronically to the National
Department of Health within one (1) week after delivery.
24. SHELF-LIFE
a. Products, upon delivery, must have at least 18 months of shelf-life before date of
expiry.
b. Any delivery of short dated supplies without prior written approval must be collected
by the respective suppliers at their own cost.
c. Contractors may make written applications to deliver material with a shorter shelf-
life, provided such applications are accompanied by an undertaking that such short-
dated stock will be unconditionally replaced before or after expiry and that such
applications are approved before execution of the orders.
d. Provided also that any such written application must include an undertaking by the
contractor to apply the following discount formula when supplying short dated stock:
A = 2 (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
Special Requirements and Conditions of Contract – HP06-2012SVP
24
discount formula.
e. Any participating authority may, without prejudice, decline written applications to
deliver stock with a shelf -life of less than 15 months.
25. POST AWARD MONITORING
The contractors must confirm 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:
Pharmaceutical Policy and Planning, Affordable Medicines, Department of Health,
for attention:
Ms. Helecine Zeeman
Director: Affordable
Medicines
Tel. No: 012 395 8530
Ms Phuti Moloko
Deputy Director: Procurement &
Distribution
Tel. No: 012 395 8439
26. REPORTING AND HISTORICAL DATA
26.1 HISTORICAL DATA
Historical value and volume reports are required to be submitted monthly
preferably via e-mail to the Department of Health for attention of Ms P Moloko
([email protected]), Ms M Rasengane ([email protected]) and Ms N
Scheurkogel ([email protected]) by all successful bidders. For this purpose
electronic templates which will include orders received and deliveries made will be
supplied to successful bidders. The reports must be submitted on or before the
10th of each month.
Special Requirements and Conditions of Contract – HP06-2012SVP
25
26.2 PERFORMANCE MEASURES
26.2.1 SUPPLIERS MEASURES
a. Delivery period adherence
b. Product quality adherence
26.2.2 END USER MEASURES
a. On time payment
27. CONTACT DETAILSChief Directorate: Pharmaceutical Policy and Planning, Private Bag X828,
Pretoria, 0001 or Physical address: 242 Struben Street, Civitas Building,
Pretoria, 0001.
Bid Enquiries:
Phuti Moloko:
Tel: (012) 395 8439
Fax: (012) 395 8823
Specification / Technical Enquiries
Mamma Rasengane
Tel: (012) 395 9452
Fax: (012) 395 8823