INVITATIONTO
BID
HP06-2021SVP
SUPPLY AND DELIVERY OF SMALL
VOLUME PARENTERALS AND INSULIN
DEVICES TO THE DEPARTMENT OF
HEALTH FOR THE PERIOD
1 MAY 2021 TO 30 APRIL 2023
BID VALIDITY PERIOD: 120 DAYS
No Briefing Session will be held
All tender related enquiries can be mailed to
tenders@health.gov.za
PLEASE NOTE: AN ERRATUM WILL BE PUBLISHED TO AMEND THE CLOSING DATE TO
28 SEPTEMBER 2020
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 1
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 2
CONTACT PERSONS AT THE NATIONAL DEPARTMENT OF HEALTH
Please direct any queries relating to the bidding process to tenders@health.gov.za
BID DOCUMENTS FOR COMPLETION AND SUBMISSION
All bid documents listed below must be sorted, filed and submitted in the exact compilation
sequence as indicated below and in Annexure A attached.
Submission of bid documents is mandatory, unless it's not applicable and indicated as such
in the "N/A" column in the Bid Document Check List.
All bid documents must be signed.
Bidders not complying to any of the requirements will be deemed to be non-responsive and
will not be considered for evaluation.
Covering Letter i.e. limited stock availability of any item offered, non-compliance;
Status relating to TAX, B-BBEE, License to Manufacture, Certificates etc. Bid Signature;
Resolution/Authority to sign bid;
Bid/File Index;
PBD 4.1: Contact Details of Bidder;
SBD 1: Invitation to bid;
Tax Clearance Pin Issued;
CSD Registration report - A certified copy of latest and complete report. Note: CSD
summary report will not be accepted;
SBD 4: Declaration of interest;
PBD9: Directors: Categorisation by race, gender and disability;
SBD5: The National Industrial Participation Programme;
SBD 6(1): Preference Points Claimed (B-BBEE);
Valid B-BBEE certificate (certified copy) or Sworn Affidavit to claim preference points;
SBD 8: Declaration of Past SCM Practices;
SBD 9: Certificate of Independent Bid Determination;
PBD1: Authorisation Declaration Note: Non-compliance to submission of a valid
authorisation declaration, where applicable, may invalidate the bid;
PBD 1.1: List of products offered sourced from third party;
PBD 1.2: Unconditional written undertaking from the third party;
PBD5: Good Manufacturing Practice (GMP). Declaration of compliance;
PBD 8: Special Requirements and Conditions of Contact. Declaration of compliance;
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 3
CIPC/CIPRO or proof of ownership/shareholding. Certified copies of registration
certificates;
Proof of company cedings, mergers and name changes;
Certified copy of Licence to manufacture or import (in the name of the bidder),
including all annexures;
Certified copy of Licence to manufacture medicines, including all annexures for local
manufacturing sites as listed on the MRC of the bidder (applicant);
Certified copies of Medicine Registration Certificates (MRC) with all the associated
conditions of registration (Annexure). Note: All MRC's must be marked by the
bidder with the relevant item number and be sorted and filed in numerical order;
Original Package Insert (PI) or document detailing professional information approved by
the Medicines Control Council (MCC) or the South African Health Products Regulatory
Authority (SAHPRA) for each product offered. Note: All PI`s must be marked with the
relevant item number and be sorted and filed/submitted in numerical
order;
Proof of sample submission;
Bidder`s item list (List of products offered); and
Signed Excel Bid Response Pricing Schedule (All prices must be submitted in 2 (two)
decimals). If the Excel Bid Response Pricing Schedule is not signed in the space
provided, the bid will not be considered for evaluation.
COMPLETION OF DOCUMENTS AND BID SUBMISSION
Bidders are required to submit three sets of bid documents according to the instructions
below. All three sets must be submitted not later than the closing date and time. Set 2 and
Set 3 must be included on a CD with Set 1 submitted in a sealed package. The full name
and address of the bidder, including the return address, the bid number and the closing
date must be clearly indicated on the package. All fields must be completed. Where
information requested is not relevant this should be indicated with N/A.
Set 1: Hard copy (legally binding bid documents)
Bidders must complete all SBD, PBD and Bid Response forms in black ink, typed. Where
no electronic entry field is provided bidders must complete the forms in black ink,
handwritten in capital letters. The signed hard copy of the bid document will serve as the
legal bid document.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 4
Bidders must submit their complete bid in hard copy format (paper document). The Chief
Executive Officer, Chief Financial Officer, or authorised designee of the entity submitting the
bid must sign the official signature pages. All pages in the complete bid document must be
initialed by same with black ink. The use of correction fluid is not acceptable. Any change/s
must be clearly indicated and initialed.
As the National Department of Health complies with the regulations made under the
Disaster Management Act, 2002, published in the Gazette 18 March 2020 no briefing
session of public bid opening will be held. However, Bidders must still ensure that bids are
delivered on time to the correct address and deposited in the Tender Box. Late bids will not
be accepted for consideration.
Bidders must refrain from using binding methods like coil, comb, wire velobind,
screw binding etc. It is requested that bidders pre-punch two holes on the left hand
side of bid documents suitable for filing in a two hole lever arch file. Bid documents
should be tied in parcels using string or rope that can be easily untied for filing
purposes.
Set 2: PDF of Hard Copy, signed legal documents. (i.e. pdf of Set 1)
Bidders must submit a PDF version of the entire signed hardcopy bid, including all
certificates and documents requested.
Set 3: Electronic version of bid documents
Bidders must submit the electronic versions (editable pdf) of all SBD and PBD documents,
Bid Response Document and other relevant spreadsheets in Excel (not pdf).
All three sets of information must be submitted in order for the bid to be evaluated.
Bidders must ensure that the price quoted for a product (line item) on the Excel Bid
Response Document is for the unit pack specified. No conversion factors will be applied.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 5
INVITATION TO BID
SBD 1
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE NATIONAL
DEPARTMENT OF HEALTH
BID NUMBER: HP06-2021SVP
CLOSING DATE: 24 AUGUST 2020 CLOSING TIME:11:00
DESCRIPTION Supply and Delivery of Small Volume Parenterals and Insulin Devices to the
Department of Health for the period 1 May 2021 to 30 April 2023
Bid documents must be addressed as follows and delivered before the closing date and time:
Addressed to:
The Director-General: Health
Civitas Building
C/o Struben and Thabo Sehume Streets,
Pretoria
Delivered to:
Pharmaceutical Tender Box
Reception Area
National Department of Health
Civitas Building,
C/o Struben and Thabo Sehume Streets,
Pretoria
Bidders should ensure that bids are delivered on time to the correct address and deposited
in the Pharmaceutical Tender Box. Late bids will not be accepted for consideration
The Pharmaceutical Tender Box is generally accessible during extended working hours.
See below for map locating Civitas Building within Pretoria Central Business District.
ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS
This competitive bidding process is subject to the Preferential Procurement Policy Framework Act
and the Preferential Procurement Regulations, 2011, the General Conditions of Contract (GCC)
and, if applicable, any other Special Requirements and Conditions of Contract.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 6
SBD1
1
PART A
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE NATIONAL DEPARTMENT OF HEALTH
BID NUMBER: HP06-2021SVP CLOSING DATE: 24 AUGUST 2020 CLOSING TIME: 11:00
DESCRIPTION SUPPLY AND DELIVERY OF SMALL VOLUME PARENTERALS AND INSULIN DEVICES TO THE DEPARTMENT OF HEALTH
FOR THE PERIOD 1 MAY 2021 TO 30 APRIL 2023
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT C/O STRUBEN AND THABO SEHUME STREETS
PHARMACEUTICAL TENDER BOX
RECEPTION AREA
NATIONAL DEPARTMENT OF HEALTH
CIVITAS BUILDING
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON CONTACT PERSON
TELEPHONE NUMBER TELEPHONE NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER
E-MAIL ADDRESS TENDERS@HEALTH.GOV.ZA E-MAIL ADDRESS TENDERS@HEALTH.GOV.ZA
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION
NUMBER
SUPPLIER
COMPLIANCE
STATUS
TAX
COMPLIANCE
SYSTEM PIN:
OR
CENTRAL
SUPPLIER
DATABASE
No: MAAA
B-BBEE STATUS
LEVEL VERIFICATION
CERTIFICATE
TICK APPLICABLE BOX]
Yes No
B-BBEE STATUS LEVEL SWORN
AFFIDAVIT
[TICK APPLICABLE BOX]
Yes No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN
ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU THE
ACCREDITED
REPRESENTATIVE IN
SOUTH AFRICA FOR
THE GOODS
/SERVICES /WORKS
OFFERED?
Yes No
[IF YES ENCLOSE PROOF]
ARE YOU A FOREIGN BASED
SUPPLIER FOR THE GOODS
/SERVICES /WORKS OFFERED?
Yes No
[IF YES, ANSWER THE
QUESTIONNAIRE BELOW ]
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA?
YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA?
YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA?
YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION?
YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS
SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 7
SBD1
2
PART B
TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR
CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN
THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL
PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER
SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).
2. TAX COMPLIANCE REQUIREMENTS
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE
ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE
WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE
TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD
NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE
PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE
STATE.”
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
SIGNATURE OF BIDDER: ……………………………………………
CAPACITY UNDER WHICH THIS BID IS SIGNED: ……………………………………………
(Proof of authority must be submitted e.g. company resolution)
DATE: …………………………………………...
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 8
PBD4.1
Private Bag X828, PRETORIA, 0001. Civitas Building Cnr Thabo Sehume & Struben Streets, PRETORIA 0001
Directorate: Access to Affordable Medicines Tel: (012) 395 8130 Fax: (012) 395 8823/4
CO
NTRA
CT
NU
M
B
ER
:
SUPPLIER DETAILS:
Note that Provincial Departments of Health will require separate registration of suppliers on their Databases
& could request completion of Province-specific documents.
If a contract is awarded, full detail for supplier registration or verification will be requested.
Should any of the detail provided below change, please advise the National Department of Health
immediately in writing with detail of such change(s).
CONTACT DETAIL
1. Supplier Registered Name
Legal entity / corresponding
with banking detail
2. Contact person regarding contract enquiries (to be printed on contract cover)
Name &
Surname
e-mail
Telephone
Fax
Cell
Other
3. Contact regarding orders
Address for posting of orders
Fax
Tel
(confirmation)
EDI
Order
enquiries
Name & surname:
Tel
e-mail
4.
National
key
Account
Manager (or Tender Manager)
Name
e-mail
Telephone
Cell
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 9
HP06-2021SVP
SIGNATURE FOR PBD4.1
I / we, the undersigned, herewith certify that all of the above information is correct at the time of
completion. I/ we furthermore certify that I / we have the appropriate authority to furnish the above-
mentioned information on behalf of our employer.
Name:
Signature
Designation:
Date
Name:
Signature
Designation:
Date
PBD 4.1
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 10
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
PROCUREMENT REGULATIONS 2017
This preference form must form part of all bids invited. It contains general information and
serves as a claim form for preference points for Broad-Based Black Economic Empowerment
(B-BBEE) Status Level of Contribution
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-
BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT
REGULATIONS, 2017.
1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to all bids:
- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all
applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all
applicable taxes included).
1.2
a) The value of this bid is estimated to exceed R50 000 000 (all applicable taxes included)
and therefore the 90/10 preference point system shall be applicable; or
b) Either the 80/20 or 90/10 preference point system will be applicable to this tender
(delete whichever is not applicable for this tender).
1.3 Points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contributor.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE
90
B-BBEE STATUS LEVEL OF CONTRIBUTOR
10
Total points for Price and B-BBEE must not
exceed
100
1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor
together with the bid, will be interpreted to mean that preference points for B-BBEE status
level of contribution are not claimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated
or at any time subsequently, to substantiate any claim in regard to preferences, in any
manner required by the purchaser.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 11
Page 2 of 5
2
2. DEFINITIONS
(a) “B-BBEE” means broad-based black economic empowerment as defined in section
1 of the Broad-Based Black Economic Empowerment Act;
(b) B-BBEE status level of contributor” means the B-BBEE status of an entity in terms
of a code of good practice on black economic empowerment, issued in terms of
section 9(1) of the Broad-Based Black Economic Empowerment Act;
(c) “bid” means a written offer in a prescribed or stipulated form in response to an
invitation by an organ of state for the provision of goods or services, through price
quotations, advertised competitive bidding processes or proposals;
(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based
Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on
black economic empowerment issued in terms of section 9 (1) of the Broad-Based
Black Economic Empowerment Act;
(f) “functionality” means the ability of a tenderer to provide goods or services in
accordance with specifications as set out in the tender documents.
(g) “prices” includes all applicable taxes less all unconditional discounts;
(h) “proof of B-BBEE status level of contributor” means:
1) B-BBEE Status level certificate issued by an authorized body or person;
2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;
3) Any other requirement prescribed in terms of the B-BBEE Act;
(i) “QSE” means a qualifying small business enterprise in terms of a code of good
practice on black economic empowerment issued in terms of section 9 (1) of the
Broad-Based Black Economic Empowerment Act;
(j) “rand value” means the total estimated value of a contract in Rand, calculated at the
time of bid invitation, and includes all applicable taxes;
3. POINTS AWARDED FOR PRICE
3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
min
min
180
P
PPt
Ps
or
min
min
190
P
PPt
Ps
Where
Ps = Points scored for price of bid under consideration
Pt = Price of bid under consideration
Pmin = Price of lowest acceptable bid
4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR
4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations,
preference points must be awarded to a bidder for attaining the B-BBEE status level of
contribution in accordance with the table below:
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 12
Page 3 of 5
3
B-BBEE Status Level of
Contributor
Number of points
(90/10 system)
Number of points
(80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant
contributor
0 0
5. BID DECLARATION
5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must
complete the following:
6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF
PARAGRAPHS 1.4 AND 4.1
6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table
reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE
status level of contributor.
7. SUB-CONTRACTING
7.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
YES
NO
7.1.1 If yes, indicate:
i) What percentage of the contract will be
subcontracted............…………….…………%
ii) The name of the sub-contractor…………………………………………………………..
iii) The B-BBEE status level of the sub-contractor......................................……………..
iv) Whether the sub-contractor is an EME or QSE
(Tick applicable box)
YES
NO
v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms
of Preferential Procurement Regulations,2017:
Designated Group: An EME or QSE which is at last 51% owned
by:
EME
QSE
Black people
Black people who are youth
Black people who are women
Black people with disabilities
Black people living in rural or underdeveloped areas or townships
Cooperative owned by black people
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 13
Page 4 of 5
4
Black people who are military veterans
OR
Any EME
Any QSE
8. DECLARATION WITH REGARD TO COMPANY/FIRM
8.1 Name of
company/firm:…………………………………………………………………………….
8.2 VAT registration
number:……………………………………….…………………………………
8.3 Company registration
number:…………….……………………….…………………………….
8.4 TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Company
(Pty) Limited
[T
ICK APPLICABLE BOX]
8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
……………………………………………………………………………………………………
……………………………………………………………………………………………………
……………………………………………………………………………………………………
……………………………………………………………………………………………………
……..
8.6 COMPANY CLASSIFICATION
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc.
[T
ICK APPLICABLE BOX]
8.7 Total number of years the company/firm has been in business:……………………………
8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the
company/firm, certify that the points claimed, based on the B-BBE status level of
contributor indicated in paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the
company/ firm for the preference(s) shown and I / we acknowledge that:
i) The information furnished is true and correct;
ii) The preference points claimed are in accordance with the General Conditions as
indicated in paragraph 1 of this form;
iii) In the event of a contract being awarded as a result of points claimed as shown in
paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary
proof to the satisfaction of the purchaser that the claims are correct;
iv) If the B-BBEE status level of contributor has been claimed or obtained on a
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 14
Page 5 of 5
5
fraudulent basis or any of the conditions of contract have not been fulfilled, the
purchaser may, in addition to any other remedy it may have –
(a) disqualify the person from the bidding process;
(b) recover costs, losses or damages it has incurred or suffered as a
result of that person’s conduct;
(c) cancel the contract and claim any damages which it has suffered as
a result of having to make less favourable arrangements due to such
cancellation;
(d) recommend that the bidder or contractor, its shareholders and
directors, or only the shareholders and directors who acted on a
fraudulent basis, be restricted by the National Treasury from
obtaining business from any organ of state for a period not
exceeding 10 years, after the audi alteram partem (hear the other
side) rule has been applied; and
(e) forward the matter for criminal prosecution.
……………………………………….
SIGNATURE(S) OF BIDDERS(S)
DATE: …………………………………..
ADDRESS …………………………………..
…………………………………..
…………………………………..
WITNESSES
1. ……………………………………..
2. …………………………………….
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 15
HP06-2021SVP
DIRECTORS: CATEGORISATION OF RACE, GENDER AND DISABILITY
COMPLETE ALL FIELDS ELECTRONICALLY AND SIGN
PBD9
Full Names Surname
Identity Number or
foreigner Passport
Number
Age
(Number)
Race
Gender
(Male/Female)
Disability
(Yes/No)
24 JULY 2020 Page 1 of 3 SIGNED: ____________________________
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 16

DECLARATION OF
INTEREST
1. Any legal person, including persons employed by the state¹, or persons having a
kinship
with
persons employed by the state, including a blood relationship, may make an offer
or
offers in
terms of this invitation to bid (includes an advertised competitive bid, a limited bid,
a
proposal or
written price quotation). In view of possible allegations of favouritism, should
the
resulting bid, or
part thereof, be awarded to persons employed by the state, or
to
persons connected
with or related to them, it is required that the bidder or
his/her
authorized representative
declare his/her position in relation to the
evaluating/adjudicating
authority
where-
- the bidder is employed by the state;
and/or
- the legal person on whose behalf the bidding document is signed, has
a
relationship with persons/a person who are/is involved in the evaluation and
or
adjudication of
the bid(s), or where it is known that such a relationship
exists
between the person or
persons for or on whose behalf the declarant acts
and
persons who are involved with the
evaluation and or adjudication of the
bid.
2. In order to give effect to the above, the following questionnaire must be completed
and
submitted with the
bid.
2.1 Full name of bidder :
2.1.1 Represented by (Full Name):
2.2 Identity Number:
2.3 Position occupied in the company (director,
trustee, shareholder, member)
2.4 Registration number of company, enterprise,
close corporation, partnership agreement or trust
2.5 Tax Reference Number:
2.6 VAT Registration Number:
The names of all directors / trustees / shareholders / members, their individual identity
numbers,
tax reference
numbers and, if applicable, employee/PERSAL numbers must be indicated
in
paragraph 3
below
2.7 Are you or any person connected with the bidder
presently employed by the state?
If so, furnish the following particulars
Yes
No
2.7.1 Name of person / director / trustee / shareholder /
member:
Name of state institution at which you or the person
connected to the bidder is employed:
Position occupied in the state institution:
Any other particulars
2.7.2 If you are presently employed by the state, did you
obtain the appropriate authority to undertake
remunerative work outside employment in the public
sector?
Yes
No
If yes, did you attach pr oof of such aut hority to the
bid document?
Yes
No
2.7.3 If no, furnish reasons for non-submission of such
proof:
Note: Failure to submit proof of such authority, where
applicable, may result in
disqualification of the
bid.)
SBD
4
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 17
2.8 Did you or your spouse, or any of the
company’s directors /trustees / shareholders
/members or their spouses conduct
business with the state in the previous
twelve months?
Yes
No
2.8.1 If so, furnish particulars:
2.9 Do you, or any person with the bidder, have
any relationship (family, friend, other) with a
person employed by the state and who may
be involved with the evaluation and or
adjudication of this bid?
Yes
No
2.9.1 If so, furnish particulars:
2.10 Are you, or any person connected with the
bidder, aware of any relationship (family,
friend, other) between any other bidder
and any person employed by the state
who may be involved with the evaluation
and or adjudication of this bid?
Yes
No
2.10.1 If so, furnish particulars:
2.11 Do you or any of the directors / trustees /
shareholders / members of the company
have any interest in any other related
companies whether or not they are bidding
for this contract?
Yes
No
2.11.1 If so, furnish particulars:
¹“State” means
(a)
any national or provincial department, national or provincial public entity or constitutional institution within the meaning of
the
Public Finance Management Act, 1999 (Act No.
1
of 1999);
(b)
any municipality or municipal
entity;
(c)
provincial
legislature;
(d)
national Assembly or the national Council
of
provinces;
or
(e) Parliament.
²”Shareholder” means
a
person who owns shares in the company and
is
actively involved in the management of the enterprise
or
business and exercises control over the
enterprise
3 Full details of directors/trustees/members/shareholders. (Attach schedule if space insufficient)
Full Name
Identity Number
Personal Income Tax
Reference Number
State Employee Number
/ Persal Number
SBD 4
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 18
4. DECLARATION
I, the undersigned (full name)
Certify that the information furnished in paragraphs 2 and 3 above is correct.
I accept that the state may reject the bid or act against me should this declaration prove to
be false
Name of bidder
Position
Signature
Date
SBD
4
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 19
This document must be signed and submitted together with your bid
THE NATIONAL INDUSTRIAL PARTICIPATION P
ROGRAMME
INTRODUCTION
The National Industrial Participation (NIP) Programme, which is applicable to all government
procurement contracts that have an imported content, became effective on the 1 September 1996.
The NIP policy and guidelines were fully endorsed by Cabinet on 30 April 1997. In terms of the
Cabinet decision, all state and parastatal purchases / lease contracts (for goods, works and
services) entered into after this date, are subject to the NIP requirements. NIP is obligatory and
therefore must be complied with. The Industrial Participation Secretariat (IPS) of the Department of
Trade and Industry (DTI) is charged with the responsibility of administering the programme.
1. PILLARS OF THE PROGRAMME
1.1 The NIP obligation is benchmarked on the i m p o r t e d content of the c o n t r a c t . Any
contract having an imported content equal to or exceeding US$ 10 million or other
currency equivalent to US$ 10 million will have a NIP obligation. This threshold of US$ 10
million can be reached as follows:
a) Any single contract with imported content exceeding US$10 million.
b) Multiple contracts for the same goods, works or services each with imported content
exceeding US$3 million awarded to one seller over a 2 year period which in total exceeds
US$10 million.
c) A contract with a renewable option clause, where should the option be exercised the total
value of the imported content will exceed US$10 million.
d) Multiple suppliers of the same goods, works or services under the same contract, where the
value of the imported content of each allocation is equal to or exceeds US$ 3 million worth
of goods, works or services to the same government institution, which in total over a two (2)
year period exceeds US$10 million.
1.2 The NIP obligation applicable to suppliers in respect of sub-paragraphs 1.1 (a) to 1.1 (c)
above will amount to 30% of the imported content whilst suppliers in respect of paragraph 1.1
(d) shall incur 30% of the total NIP obligation on a pro-rata basis.
1.3 To satisfy the NIP obligation, the DTI would negotiate and conclude agreements such as
investments, joint ventures, sub-contracting, licensee production, export promotion, sourcing
arrangements and
research
and development (R&D)
with
partners
or suppliers.
1.4 A period of seven years has been identified as the time frame within which to
discharge
the
obligation.
2 REQUIREMENTS OF THE DEPARTMENT OF TRADE AND
INDUSTRY
2.1 In order to ensure effective implementation of the programme, successful bidders
(contractors) are required to, immediately after the award of a contract that is in excess of
R10 million (ten million Rands), submit details of such a contract to the DTI for reporting
purposes.
2.2 The purpose for reporting details of contracts in excess of the amount of R10 million (ten
million Rands) is to cater for multiple contracts for the same goods, works or services;
renewable contracts and multiple suppliers for the same goods, works or services under the
same contract as provided for in paragraphs 1.1.(b) to 1.1. (d) above.
SBD5
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 20
3 BID SUBMISSION AND CONTRACT REPORTING
REQ
UIRE
ME
NT
S O F BIDDERS AND
SUCCESSFUL BIDDERS (CONTRACTORS)
3.1 Bidders are required to
sign
and submit this
Standard
Bidding
Document (SBD
5) together with the
bid on the closing date and time.
3.2 In order to accommodate multiple contracts for the same goods, works or services;
renewable contracts and multiple suppliers for the same goods, works or services under the
same contract as indicated in sub-paragraphs 1.1 (b) to 1.1 (d) above and to enable the DTI
in determining the NIP obligation, successful bidders (contractors) are required, immediately
after being officially notified about any successful bid with a value in excess of R10 million (ten
million Rands), to contact and furnish the DTI with the following information:
• Bid/contract number.
Description of the goods works or services.
• Date on which the contract was accepted.
Name, address and contact details of the government institution.
• Value of the contract.
Imported content of the contract, if possible.
3.3 The information required in paragraph 3.2 above must be sent to the Department of Trade and
Industry, Private Bag X84, Pretoria, 0001 for the attention of Mr Elias Malapane within
five (5) working days after award of the contract. for further details about the programme,
contact Mr Malapane on telephone (012) 394 1401, facsimile (012) 394 2401 or e-mail at
Elias@thedti.gov.za .
4 PROCESS TO SATISFY THE NIP OBLIGATION
4.1 Once the successful bidder (contractor) has made contact with and furnished the DTI with the
information required, the following steps will be followed:
a) the contractor and the DTI will determine the NIP obligation;
b) the contractor and the DTI will sign the NIP obligation agreement;
c) the contractor will submit a performance guarantee to the DTI;
d) the contractor will submit a business concept for consideration and approval by the DTI;
e) upon approval of the business concept by the DTI, the contractor will submit detailed
business plans outlining the business concepts;
f) the contractor will implement the business plans; and
g) the contractor will submit bi-annual progress reports on approved plans to the DTI.
4.2 The NIP obligation agreement is between the DTI and the successful bidder (contractor) and,
therefore, does not involve the purchasing institution.
Bid number
Closing
date:
Name of bidder
Postal Address
Postal Code
Name in print
Position
Signature:
Date:
SBD5
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 21
HP06-2021SVP
24/08/2020
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT
PRACTICES
1 This Standard Bidding Document must form part of all bids invited.
2 It serves as a declaration to be used by institutions in ensuring that when goods and
services are being procured, all reasonable steps are taken to combat the abuse of
the supply chain management system.
3 The bid of any bidder may be disregarded if that bidder or any of its directors have- a)
abused the institution’s supply chain management system;
b) committed fraud or any other improper conduct in relation to such system; or
c) failed to perform on any previous contract.
4 In order to give effect to the above, the following questionnaire must be
completed and submitted with the bid.
Item Question Yes No
4.1 Is the
bidder
or any of its
directors listed
on the
National
Treasury’s
Database
of
Restricted
Suppliers as
companies
or persons
prohibited
from
doing
business
with the
public
sector?
(Companies or persons who are listed on this Database were informed in
writing of this restriction by the Accounting Officer/Authority of the institution that
imposed the restriction after the audi alteram partem rule was applied).
The Database of Restricted Suppliers now resides on the National
Treasury’s website (www.treasury.gov.za) and can be accessed by
clicking on its link at the bottom of the home page.
4.1.1 If so, furnish particulars:
4.2
Is the bidder or any of its directors listed on the Register for Tender
Defaulters
in terms of section 29 of the
Prevention
and
Combating
of
Corrupt Activities Act (No 12 of 2004)?
Register for Tender Defaulters can be accessed on the National
Treasury’s website
(www.treasury.gov.za)
by clicking on its link at the
bottom of the home page.
4.2.1 If so, furnish particulars:
SBD8
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 22
4.3
Was the bidder or any of its directors
convicted
by a court of law
(including
a court outside of the Republic of South Africa) for fraud or
corruption
during the past five years?
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated
during the past five years on account of failure to perform on or comply with
the contract?
4.4.1 If so, furnish particulars:
Certification
I, the undersigned
certify that the information furnished on this declaration form is true and correct. I accept that, in
addition to cancellation of a contract, action may be taken against me should this declaration prove
to be false.
I accept that the state may reject the bid or act against me should t h i s declaration prove to be
false.
Name of bidder:
Position:
Signature:
Date
SBD8
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 23
CERTIFICATE OF INDEPENDENT BID
DETERMINATION
1. This Standard Bidding Document (SBD) must form part of all bids¹
invited.
2.
Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits
an
agreement between, or concerted practice by, firms, or a decision by an association
of
firms, if
it is between parties in a horizontal relationship and if it involves
collusive
bidding (or bid
rigging).² Collusive bidding is a pe se prohibition meaning that it
cannot
be justified under any
grounds.
¹ Includes price quotations, advertised competitive bids, limited bids and
proposals.
² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to
compete, secretly conspire to
raise
prices or lower the quality of goods and / or services for
purchasers who wish to acquire goods and / or services through
a
bidding process. Bid rigging is,
therefore, an agreement between competitors not to
compete
3.
Treasury Regulation 16A9 prescribes that accounting officers and accounting
authorities
must
take all reasonable steps to prevent abuse of the supply chain management
system
and authorizes
accounting officers and accounting authorities
to:
a. disregard the bid of any bidder if that bidder, or any of its directors
have
abused the institution’s supply chain management system and or committed
fraud
or any
other improper conduct in relation to such
system.
b. cancel a contract awarded to a supplier of goods and services if the
supplier
committed any corrupt or fraudulent act during the bidding process or the
execution
of that
contract.
4. This SBD serves as a certificate of declaration th at would be used by institutions to en sure
that, when bids are considered, reasonable steps are taken to prevent any form of bid rigging.
5. In order to give effect to the above, the attached Certificate of Bid Determination (SBD9) must be
completed and submitted with the bid:
CERTIFICATE OF INDEPENDENT BID
DETERMINATION
I, the undersigned, in submitting the accompanying
bid…………………………………………………………,
in response to the invitation for the bid made by the Department Of Health, do hereby make the following
statements that I certify to be true and complete in every respect:
I
certify, on behalf
of
that
1. I have read and I understand the contents of this
Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not
to
be
true and complete in every
respect;
3. I am authorised by the bidder to sign this Certificate, and to submit the accompanying bid,
on
behalf of the
bidder;
4. Each person whose signature appears on the accompanying bid has been authorised
by
the
bidder to determine the terms of, and to sign the bid, on behalf of the
bidder;
SBD9
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 24
SUPPLY AND DELIVERY
OF SMALL VOLUME
PARENTERALS AND
INSULIN DEVICES
HP06-2021SVP
5. For the purposes of this Certificate and the accompanying bid, I understand that the
word
“competitor” shall include any individual or organization, other than the bidder, whether or
not
affiliated with the bidder,
who:
a. has been requested to submit a bid in response to this bid
invitation;
b. could potentially submit a bid in response to this bid invitation, based on
their
qualifications, abilities or experience;
and
c. provides the same goods and services as the bidder and/or is in the same line of
business
as the
bidder.
6.
The bidder has arrived at the accompanying bid independently from, and without
consultation,
communication, agreement or arrangement with any competitor. However
communication
between partners in a joint venture or consortiuwill not be construed as collusive
bidding.
7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,
communication, agreement or arrangement with any competitor regarding:
a. prices;
b. geographical area where product or service will be rendered (market allocation)
c. methods, factors or formulas used to calculate prices;
d. the intention or decision to submit or not to submit, a bid;
e. the submission of a bid which does not meet the specifications and conditions of the bid; or
f. bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or arrangements with
any competitor regarding the quality, quantity, specifications and conditions or delivery particulars
of the products or services to which this bid invitation relates.
9. The terms of the accom panying bid have not been, and will n ot be, disclo sed by the bidder,
directly or indirectly, to any competito r, prior to the date and time of the official bid openi ng or of
the awarding of the contract.
10. I am aware that, in addition and without prejudice to any other remedy provided to combat any
restrictive practices related to bids and contracts, bids that are suspicious will be reported to the
Competition Commission for investigation and po ssible imposition of administ rative penalties in
terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National
Prosecuting Authority (NPA) for criminal investigation and or may be restri cted from conducting
business with the public sector for a period not exceeding ten (10) years in terms of the Prevention
and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
Name of Bidder
Full Name
Postion
Signature
Date
³ Joint venture or Consortium means an association of persons for the purpose of
combining their expertise, property, capital, efforts, skill and knowledge in an activity
for the execution of a contract.
SBD9
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 25
AUTHORISATION DECLARATION (PBD1)
NAME OF THE BIDDER
Are you sourcing the products from a third party? Yes No
* If you have answered YES to the above question, please provide full details in the table below of
the third party (ies) from whom you are sourcing the products.
1. Declaration by the bidder where the bidder is sourcing the products from a third party.
The bidder hereby declares the following:-
1.1 The bidder is sourcing the products listed in the PBD1.1 attached, from a third party in
order to comply with the terms and conditions of the bid.
1.2 The bidder has informed the third party of the terms and conditions of the bid and the third party
is acquainted with the said terms and the description of the products listed in the PBD1.1.
1.3 The bidder has received the attached, unconditional written undertaking from the third party
to supply the products listed in the PBD1.1 in accordance with the terms and conditions of the
bid document for the duration of the contract. A template has been attached (PBD1.2) that is to
be used for
th
e purpose of the third party undertaking.
1.4 The bidder confirms that all f inancial and supply arrangements for the products have been
mutually agreed upon between the bidder and the third party.
2. The bidder declares that the information contained herein is true and correct.
3. The bidder acknowledges that the Department of Health reserves the right to verify the
information contained therein and if found to be false or incorrect may invoke any remedies available
to it in the bid documents.
Signed at
on the
day of
Full Names
Designation
Signature
PBD1
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 26
List of the products offered sourced from third party
Bid Item
No
Brand
Name
Name of the company
from
where the
products will
be sourced
Address and contact details of the
company
from
where the products will be
sourced
PBD1.1
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 27
List of the products offered sourced from third
party -
continued
Bid Item
No
Brand
Name
Name of the company
from
where the
products will
be sourced
Address and contact details of the
company
from
where the products will be
sourced
(Should the table provided not be sufficient for all the items offered, please provide additional information as an attachment and it must be properly
referenced to
this document)
PBD1.1
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 28
Template for unconditional written undertaking from the third party
Note:
The authorisation letter must be on the official letterhead of the third party
A separate letter must be included for each third party
The authorisation letter must be addressed to the Bidding Company
Name of Bidding Company: ________________________________________
Address of Bidding Company: ______________________________________
_______________________________________________________________
Attention: _______________________________________________________
Dear Sir/Madam
AUTHORISATION
LETTER:
CONTRACT
NO _______________
We, (Name of Third Party)
hereby authorise you, (Name of Company) to include the
products listed below in your bid submission for the abovementioned contract.
We confirm that we have firm supply arrangements in place, and have familiarised
ourselves with the
item
descriptions, specifications and bid conditions relating to item/s listed below.
Item no. Description of product Brand name
(Should the table provided not be sufficient for all the items offered, please provide additional
information as an attachment and it must be properly referenced to this document)
Yours faithfully,
Signature of the Third Party: Date:
PBD1.2
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 29
PBD5 DECLARATION OF COMPLIANCE WITH GOOD MANUFACTURING
PRACTICE (GMP)
To be signed by the Chief Executive Officer of the Company in terms of this bid.
I,……………………………………………………………………………………………………
(Full name) being the Chief Executive Officer
Of……………………………………………………………………………………………………
(Organisation name) hereby certify that to the best of my knowledge all reasonable steps have
been taken to ensure that:
a) There are no outstanding or impending GMP or legal matters that may have a material
impact on the Company’s ability to perform in terms of this contract.
b) In terms of this declaration, I undertake to inform the Department of Health at first knowledge
of any circumstances that may result in interrupted supply.
c) (Organisation name).................................................................. has complied with all the
legal requirements as stipulated in terms of Medicines and Related Substances Act 101 of
1965, as amended,: for such products offered.
……………………………………………………………………………………
Full Name of Chief Executive Officer
……………………………………………………………………………………
Full Identity Number/or equivalent of the Chief Executive Officer
……………………………………………………………………………………
Signature of Chief Executive Officer
……………………………………………………………………………………
Signature of Witness
…………………………………………………………………………………………………….
Signed at Date
PBD5
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 30
PBD 8
PBD 8: DECLARATION OF COMPLIANCE WITH THE SPECIAL REQUIREMENTS
AND CONDITIONS OF CONTRACT
To be signed by the Chief Executive Officer of the Company in terms of this bid.
I,…………………………………………………………………………………………… (Full name)
being the Chief Executive Officer
of…………………………………………………………………………………………(Organisation name)
hereby declare that to the best of my knowledge all reasonable steps have been taken to ensure
that:
a) (Organisation name)............................................................................................. has complied
with all the legal requirements as provided in the Medicines and Related Substances Act
101 of 1965, as amended, for such products offered;
b) There are no outstanding or impending matters (including GMP or legal) that may have a
material impact on the Company’s ability to perform in terms of this contract
In terms of this declaration, I undertake to inform the Department of Health at first knowledge of any
circumstances that may result in interrupted supply of product if the contract is awarded.
I further declare that
……………………………………………………………………………………(Organisation name)
will comply with the requirements and conditions as stipulated in the Special Requirements and
Conditions of Contract
…………………………………………………………………………………………
Full Name of Chief Executive Officer
…………………………………………………………………………………………
Full Identity Number/or equivalent of the Chief Executive Officer
…………………………………………………………………………………………
Signature of Chief Executive Officer
…………………………………………………………………………………………
Signature of Witness
Date Signed ....................................................... at ...........................................
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 31
Definition of fields in Bid Response Document, to be read in conjunction with the Special
Requirements and
Conditions of Contract
Field Name Field Definition
FIELDS WHICH ARE PRE-FILLED AND MAY NOT BE ALTERED
Item Number The relevant item number which will be used throughout the contract period.
Each item number is linked to a specification
Item Specification The specification of the item for which a call for bids has been issued, as linked to
the item number.
Unit The unit of measure for the specification. This determines how the estimates are
expressed and how the price should be quoted. This may be one injection or one
pack of 100 tablets, etc.
Estimate The estimated quantities associated with the item number and specification,
for the full contract period. Estimates are expressed in unit packs.
FIELDS WHICH ARE TO BE COMPLETED BY THE BIDDER FOR ALL ITEMS ON WHICH BIDS ARE
OFFERED
Regis
t
ered legal
name of bidder
The full, regis
t
ered, legal name of
t
he bidder, as on VAT regis
t
ration certifica
t
eand
Medicine Re
g
is
t
ration Certifica
t
ea
p
p
lican
t
.
Quantity for full period
The volume of the item (expressed in units) which the bidder can provide
durin
g
the com
p
lete
p
eriod of the tender
Delivered price in ZAR
Final price offered by a bidder for an item number as per specification, which
includes VAT and deliver
y
. Must be the
p
rice fo
r
a unit as advertised.
Registered Product Name Brand name. Must correspond with Medicine Registration Certificate (1) GW12/7
Conforms to specification? Confirm whether or not the product on offer conforms exactly to the Item
Specification.
If NO: De
t
ail devia
t
ion
from specification.
Detail exact deviation from Item Specification, as per registration of product on
offer.
Product Registration
Number
As per Medicine Registration Certificate Certificate(2) GW12/7
License to Manufac
t
ure
Medicines:
License Number , Expiry
date
As per License to Manufacture Medicines – this must correspond with the
document submitted
Pack Size Offered: Unit
pack
Single unit offered according to specification in numbers e.g. each (1) This must
correspond with the delivered price.
Pack Size Offered: Shelf
Pack
Number of Unit Packs within the smallest wrap (e.g. 10 ampoules)
Standard units in: Shipper
Pack
Number of unit packs in a shipper / bulk box
Lead-Time Interval between receipt of an order until delivery at facility which placed the order.
Must not exceed 14 calendar days.
Initial lead time Interval between award of the tender and ability to fill an order. This must not
exceed 75 calendar days.
Minimum Order Quantity The lowest acceptable quantity for a given purchase order.
Batch size for
t
he bid
item, in number of
p
acks
Batch size, expressed in number of units
Monthly batch capacity
Monthly batch capacity that will be assigned for the bid item for the duration of the
contract expressed in number of batches.
Technical amendment
required?
Do you require a technical amendment to perform according to the conditions of
your bid Y/N
If YES: Provide details Provide all relevant details (can be provided in a covering letter)
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 32
Definition of fields in Bid Response Document, to be read in conjunction with the Special
Requirements and
Conditions of Contract
Field Name Field Definition
EAN 13 Barcode for Unit
Pack
Provide Number
EAN 13 Barcode for Shelf
Pack
Provide Number
ITF14 Barcode for Shipper
Pack
Provide Number
2D Barcode or Similar Provide Number
NAPPI Code Provide Code
Manufacturer As per MCC Certificate (8) GW12/7 – List all sources
SEP Price
The most recently approved Single Exit Price expressed in corresponding unit to
bid
Are any of the listed
manufacturers
etc. 3rd parties to the
bidder?
Y/N
If YES - complete PBD1 and include letter(s) of authorisation as applicable
API Source Full Site Name
(x3)
Full name of API source, including company name and site – List all sources
API Source Full Address Full physical address of API source – List all sources
API Source Country Country of API source – List all sources
API Source Contact Listed contact information
PRICING COMPONENT BREAKDOWN
Note: VAT must be apportioned equally across all components. Please see pricing section in Special Conditions
Percentage of Delivered
Price attributable to API
The percentage of the Delivered Price associated with API, (the therapeutically
active component of the medicine). Should an item be imported as finished
product, the component may be reflected as part of formulation cost.
Imported (API) Portion of API component attributable to imported expenditure
Percentage of Delivered
Price attributable to
Formulation
The percentage of the delivered price associated with Formulation, (includes all
operations in the process of which different chemical substances, including the
API, are combined to produce a final medicinal product), includes material,
processing, production, quality assurance and related controls.
Local (Formulation) Portion of Formulation component attributable to local expenditure
Imported (Formulation) Portion of Formulation component attributable to imported expenditure
Packaging The percentage of the Delivered Price associated with Packaging, where
packaging includes all operations in the process of packaging medicine into
primary and/or secondary packaging, packaging material and labels.
Local (Packaging) Portion of Packaging component attributable to local expenditure
Imported (Packaging) Portion of Packaging component attributable to imported expenditure
Logistics Percentage of delivered price associated with logistics, where logistics includes
all operations, taking place within the Republic of South Africa, relating to the
storage, distribution and transportation of medicine to the healthcare facility or
pharmaceutical depot.
Gross Margin Percentage of delivered price not associated with API, Formulation, Packaging,
or Logistics.
Currency Primary currency in which manufacturer trades for imported components
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 33
1
THE NATIONAL TREASURY
Republic of South Africa
_____________________________________________________________________
GOVERNMENT PROCUREMENT:
GENERAL CONDITIONS OF CONTRACT
July 2010
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 34
2
GOVERNMENT PROCUREMENT
GENERAL CONDITIONS OF CONTRACT
July 2010
NOTES
The purpose of this document is to:
(i) Draw special attention to certain general conditions
applicable to government bids, contracts and orders; and
(ii) To ensure that clients be familiar with regard to the rights
and obligations of all parties involved in doing business
with government.
In this document words in the singular also mean in the plural
and vice versa and words in the masculine also mean in the
feminine and neuter.
The General Conditions of Contract will form part of
all bid documents and may not be amended.
Special Conditions of Contract (SCC) relevant to a specific
bid, should be compiled separately for every bid (if
(applicable) and will supplement the General Conditions
of Contract. Whenever there is a conflict, the provisions
in the SCC shall prevail.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 35
3
TABLE OF CLAUSES
1. Definitions
2. Application
3. General
4. Standards
5. Use of contract documents and information; inspection
6. Patent rights
7. Performance security
8. Inspections, tests and analysis
9. Packing
10. Delivery and documents
11. Insurance
12. Transportation
13. Incidental services
14. Spare parts
15. Warranty
16. Payment
17. Prices
18. Contract amendments
19. Assignment
20. Subcontracts
21. Delays in the supplier’s performance
22. Penalties
23. Termination for default
24. Dumping and countervailing duties
25. Force Majeure
26. Termination for insolvency
27. Settlement of disputes
28. Limitation of liability
29. Governing language
30. Applicable law
31. Notices
32. Taxes and duties
33. National Industrial Participation Programme (NIPP)
34. Prohibition of restrictive practices
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 36
4
General Conditions of Contract
1. Definitions
1. The following terms shall be interpreted as indicated:
1.1 Closing time” means the date and hour specified in the bidding
documents for the receipt of bids.
1.2 Contract” means the written agreement entered into between the
purchaser and the supplier, as recorded in the contract form signed by
the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
1.3 Contract price” means the price payable to the supplier under the
contract for the full and proper performance of his contractual
obligations.
1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting
of any thing of value to influence the action of a public official in the
procurement process or in contract execution.
1.5 "Countervailing duties" are imposed in cases where an enterprise
abroad is subsidized by its government and encouraged to market its
products internationally.
1.6 Country of origin” means the place where the goods were mined,
grown or produced or from which the services are supplied. Goods are
produced when, through manufacturing, processing or substantial and
major assembly of components, a commercially recognized new
product results that is substantially different in basic characteristics or
in purpose or utility from its components.
1.7 Day” means calendar day.
1.8 Delivery” means delivery in compliance of the conditions of the
contract or order.
1.9 Delivery ex stock” means immediate delivery directly from stock
actually on hand.
1.10 “Delivery into consignees store or to his site” means delivered and
unloaded in the specified store or depot or on the specified site in
compliance with the conditions of the contract or order, the supplier
bearing all risks and charges involved until the supplies are so
delivered and a valid receipt is obtained.
1.11 "Dumping" occurs when a private enterprise abroad market its goods
on own initiative in the RSA at lower prices than that of the country of
origin and which have the potential to harm the local industries in the
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 37
5
RSA.
1.12 ”Force majeure” means an event beyond the control of the supplier and
not involving the supplier’s fault or negligence and not foreseeable.
Such events may include, but is not restricted to, acts of the purchaser
in its sovereign capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions and freight embargoes.
1.13 “Fraudulent practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of any bidder, and includes collusive practice among bidders
(prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the bidder of the
benefits of free and open competition.
1.14 “GCC” means the General Conditions of Contract.
1.15 “Goods” means all of the equipment, machinery, and/or other materials
that the supplier is required to supply to the purchaser under the
contract.
1.16 “Imported content” means that portion of the bidding price represented
by the cost of components, parts or materials which have been or are
still to be imported (whether by the supplier or his subcontractors) and
which costs are inclusive of the costs abroad, plus freight and other
direct importation costs such as landing costs, dock dues, import duty,
sales duty or other similar tax or duty at the South African place of
entry as well as transportation and handling charges to the factory in
the Republic where the supplies covered by the bid will be
manufactured.
1.17 Local content” means that portion of the bidding price which is not
included in the imported content provided that local manufacture does
take place.
1.18 “Manufacture” means the production of products in a factory using
labour, materials, components and machinery and includes other
related value-adding activities.
1.19 “Order” means an official written order issued for the supply of goods
or works or the rendering of a service.
1.20 “Project site,” where applicable, means the place indicated in bidding
documents.
1.21 “Purchaser” means the organization purchasing the goods.
1.22 “Republic” means the Republic of South Africa.
1.23 “SCC” means the Special Conditions of Contract.
1.24 “Services” means those functional services ancillary to the supply of
the goods, such as transportation and any other incidental services,
such as installation, commissioning, provision of technical assistance,
training, cat
ering, gardening, security, maintenance and other such
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 38
6
obligations of the supplier covered under the contract.
1.25 “Written” or “in writing” means handwritten in ink or any form of
electronic or mechanical writing.
2. Application
2.1 These general conditions are applicable to all bids, contracts and orders
including bids for functional and professional services, sales, hiring,
letting and the granting or acquiring of rights, but excluding
immovable property, unless otherwise indicated in the bidding
documents.
2.2 Where applicable, special conditions of contract are also laid down to
cover specific supplies, services or works.
2.3 Where such special conditions of contract are in conflict with these
general conditions, the special conditions shall apply.
3. General
3.1 Unless otherwise indicated in the bidding documents, the purchaser
shall not be liable for any expense incurred in the preparation and
submission of a bid. Where applicable a non-refundable fee for
documents may be charged.
3.2 With certain exceptions, invitations to bid are only published in the
Government Tender Bulletin. The Government Tender Bulletin may be
obtained directly from the Government Printer, Private Bag X85,
Pretoria 0001, or accessed electronically from www.treasury.gov.za
4. Standards
4.1 The goods supplied shall conform to the standards mentioned in the
bidding documents and specifications.
5. Use of
contract
documents
and
information;
inspection.
5.1 The supplier shall not, without the purchaser’s prior written consent,
disclose the contract, or any provision thereof, or any specification,
plan, drawing, pattern, sample, or information furnished by or on
behalf of the purchaser in connection therewith, to any person other
than a person employed by the supplier in the performance of the
contract. Disclosure to any such employed person shall be made in
confidence and shall extend only so far as may be necessary for
purposes of such performance.
5.2 The supplier shall not, without the purchaser’s prior written consent,
make use of any document or information mentioned in GCC clause
5.1 except for purposes of performing the contract.
5.3 Any document, other than the contract itself mentioned in GCC clause
5.1 shall remain the property of the purchaser and shall be returned (all
copies) to the purchaser on completion of the supplier’s performance
under the contract if so required by the purchaser.
5.4 The supplier shall permit the purchaser to inspect the supplier’s records
relating to the performance of the supplier and to have them audited by
auditors appointed by the purchaser, if so required by the purchaser.
6. Patent rights
6.1 The supplier shall indemnify the purchaser against all third-party
claims of infringement of patent, trademark, or industrial de
sign rights
arising from use of the goods or any part thereof by the purchaser.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 39
7
7. Performance
security
7.1 Within thirty (30) days of receipt of the notification of contract award,
the successful bidder shall furnish to the purchaser the performance
security of the amount specified in SCC.
7.2 The proceeds of the performance security shall be payable to the
purchaser as compensation for any loss resulting from the supplier’s
failure to complete his obligations under the contract.
7.3 The performance security shall be denominated in the currency of the
contract, or in a freely convertible currency acceptable to the purchaser
and shall be in one of the following forms:
(a) a bank guarantee or an irrevocable letter of credit issued by a
reputable bank located in the purchaser’s country or abroad,
acceptable to the purchaser, in the form provided in the
bidding documents or another form acceptable to the
purchaser; or
(b) a cashier’s or certified cheque
7.4 The performance security will be discharged by the purchaser and
returned to the supplier not later than thirty (30) days following the
date of completion of the supplier’s performance obligations under the
contract, including any warranty obligations, unless otherwise
specified in SCC.
8. Inspections,
tests and
analyses
8.1 All pre-bidding testing will be for th
e account of the bidder.
8.2 If it is a bid condition that supplies to be produced or services to be
rendered should at any stage during production or execution or on
completion be subject to inspection, the premises of the bidder or
contractor shall be open, at all reasonable hours, for inspection by a
representative of the Department or an organization acting on behalf of
the Department.
8.3 If there are no inspection requirements indicated in the bidding
documents and no mention is made in the contract, but during the
contract period it is decided that inspections shall be carried out, the
purchaser shall itself make the necessary arrangements, including
payment arrangements with the testing authority concerned.
8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3
show the supplies to be in accordance with the contract requirements,
the cost of the inspections, tests and analyses shall be defrayed by the
purchaser.
8.5 Where the supplies or services referred to in clauses 8.2 and 8.3 do not
comply with the contract requirements, irrespective of whether such
supplies or services are accepted or not, the cost in connection with
these inspections, tests or analyses shall be defrayed by the supplier.
8.6 Supplies and services which are referred to in clauses 8.2 and 8.3 and
which do not comply with the contract requirements may be rejected.
8.7
Any contract supplies may on or after
delivery be inspected, tested or
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 40
8
analyzed and may be rejected if found not to comply with the
requirements of the contract. Such rejected supplies shall be held at the
cost and risk of the supplier who shall, when called upon, remove them
immediately at his own cost and forthwith substitute them with
supplies which do comply with the requirements of the contract.
Failing such removal the rejected supplies shall be returned at the
suppliers cost and risk. Should the supplier fail to provide the
substitute supplies forthwith, the purchaser may, without giving the
supplier further opportunity to substitute the rejected supplies,
purchase such supplies as may be necessary at the expense of the
supplier.
8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the
purchaser to cancel the contract on account of a breach of the
conditions thereof, or to act in terms of Clause 23 of GCC.
9. Packing
9.1 The supplier shall provide such packing of the goods as is required to
prevent their damage or deterioration during transit to their final
destination, as indicated in the contract. The packing shall be
sufficient to withstand, without limitation, rough handling during
transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packing, case size and weights shall
take into consideration, where appropriate, the remoteness of the
goods’ final destination and the absence of heavy handling facilities at
all points in transit.
9.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall
be expressly provided for in the contract, including additional
requirements, if any, specified in SCC, and in any subsequent
instructions ordered by the purchaser.
10. Delivery
and documents
10.1 Delivery of the goods shall be made by th
e supplier in accordance with
the terms specified in the contract. The details of shipping and/or other
documents to be furnished by the supplier are specified in SCC.
10.2 Documents to be submitted by the supplier are specified in SCC.
11. Insurance
11.1 The goods supplied under the contract shall be fully insured in a freely
convertible currency against loss or damage incidental to manufacture
or acquisition, transportation, storage and delivery in the manner
specified in the SCC.
12. Transportation
12.1 Should a price other than an all-inclusive delivered price be required,
this shall be specified in the SCC.
13. Incidental
services
13.1 The supplier may be required to provide any or all of the following
services, including additional services, if any, specified in SCC:
(a) performance or supervision of on-
site assembly and/or
commissioning of the supplied goods;
(b) furnishing of tools required for assembly and/or maintenance
of the supplied goods;
(c) furnishing of a detailed operations and maintenance manual
for each appropriate unit of the supplied goods;
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 41
9
(d) performance or supervision or maintenance and/or repair of
the supplied goods, for a period of time agreed by the parties,
provided that this service shall not relieve the supplier of any
warranty obligations under this contract; and
(e) training of the purchaser’s personnel, at the supplier’s plant
and/or on-site, in assembly, start-up, operation,
maintenance, and/or repair of the supplied goods.
13.2 Prices charged by the supplier for incidental services, if not included in
the contract price for the goods, shall be agreed upon in advance by the
parties and shall not exceed the prevailing rates charged to other
parties by the supplier for similar services.
14. Spare parts
14.1 As specified in SCC, the supplier may be required to provide any or all
of the following materials, notifications, and information pe
rtaining to
spare parts manufactured or distributed by the supplier:
(a) such spare parts as the purchaser may elect to purchase from the
supplier, provided that this election shall not relieve the supplier
of any warranty obligations under the contract; and
(b) in the event of termination of production of the spare parts:
(i) Advance notification to the purchaser of the pending
termination, in sufficient time to permit the purchaser to
procure needed requirements; and
(ii) following such termination, furnishing at no cost to the
purchaser, the blueprints, drawings, and specifications of the
spare parts, if requested.
15. Warranty
15.1 The supplier warrants that the goods supplied under the contract are
new, unused, of the most recent or current models, and that they
incorporate all recent improvements in design and materials unless
provided otherwise in the contract. The supplier further warrants that
all goods supplied under this contract shall have no defect, arising from
design, materials, or workmanship (except when the design and/or
material is required by the purchaser’s specifications) or from any act
or omission of the supplier, that may develop under normal use of the
supplied goods in the conditions prevailing in the country of final
destination.
15.2 This warranty shall remain valid for twelve (12) months after the
goods, or any portion thereof as the case may be, have been delivered
to and accepted at the final destination indicated in the contract, or for
eighteen (18) months after the date of shipment from the port or place
of loading in the source country, whichever period concludes earlier,
unless specified otherwise in SCC.
15.3 The purchaser shall promptly notify the supplier in writing of any
claims arising under this warranty.
15.4 Upon receipt of such notice, the supplier shall, within the period
specified in SCC and with all reasonable speed, repair or replace the
defective goods or parts thereof, without costs to the purchaser.
15.5 If the supplier, having been notified, fails to remedy the defect(s)
within the p
eriod specified in SCC, the purchaser may proceed to take
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 42
10
such remedial action as may be necessary, at the supplier’s risk and
expense and without prejudice to any other rights which the purchaser
may have against the supplier under the contract.
16. Payment
16.1 The method and conditions of payment to be made to the supplier
under this contract shall be specified in SCC.
16.2 The supplier shall furnish the purchaser with an invoice accompanied
by a copy of the delivery note and upon fulfillment of other obligations
stipulated in the contract.
16.3 Payments shall be made promptly by the purchaser, but in no case later
than thirty (30) days after submission of an invoice or claim by the
supplier.
16.4 Payment will be made in Rand unless otherwise stipulated in SCC.
17. Prices
17.1 Prices charged by the supplier for goods delivered and services
performed under the contract shall not vary from the prices quoted by
the supplier in his bid, with the exception of any price adjustments
authorized in SCC or in the purchaser’s request for bid validity
extension, as the case may be.
18. Contract
amendments
18.1 No variation in or modification of the terms of the contract shall be
made except by written amendment signed by the parties concerned.
19. Assignment
19.1 The supplier shall not assign, in whole or in part, its obligations to
perform under the contract, except with the purchaser’s prior written
consent.
20. Subcontracts
20.1 The supplier shall notify the purchaser in writing of all subcontracts
awarded under this contracts if not already specified in the bid. Such
notification, in the original bid or later, shall not relieve the supplier
from any liability or obligation under the contract.
21. Delays in the
supplier’s
performance
21.1 Delivery of the goods and performance of services shall be made by
the supplier in accordance with the time schedule prescribed by the
purchaser in the contract.
21.2 If at any time during performance of the contract, the supplier or its
subcontractor(s) should encounter conditions impeding timely delivery
of the goods and performance of services, the supplier shall promptly
notify the purchaser in writing of the fact of the delay, its likely
duration and its cause(s). As soon as practicable after receipt of the
supplier’s notice, the purchaser shall evaluate the situation and may at
his discretion extend the supplier’s time for performance, with or
without the imposition of penalties, in which case the extension shall
be ratified by the parties by amendment of contract.
21.3 No provision in a contract shall be deemed to prohibit the obtaining of
supplies or services from a national department, provincial department,
or a local authority.
21.4 The right is reserved to procure outside of the contract small quantities
or to have minor essential services executed if an emergency arises, the
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 43
11
supplier’s point of supply is not situated at or near the place where the
supplies are required, or the supplier’s services are not readily
available.
21.5 Except as provided under GCC Clause 25, a delay by the supplier in
the performance of its delivery obligations shall render the supplier
liable to the imposition of penalties, pursuant to GCC Clause 22,
unless an extension of time is agreed upon pursuant to GCC Clause
21.2 without the application of penalties.
21.6 Upon any delay beyond the delivery period in the case of a supplies
contract, the purchaser shall, without canceling the contract, be entitled
to purchase supplies of a similar quality and up to the same quantity in
substitution of the goods not supplied in conformity with the contract
and to return any goods delivered later at the supplier’s expense and
risk, or to cancel the contract and buy such goods as may be required
to complete the contract and without prejudice to his other rights, be
entitled to claim damages from the supplier.
22. Penalties
22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of
the goods or to perform the services within the period(s) sp
ecified in
the contract, the purchaser shall, without prejudice to its other remedies
under the contract, deduct from the contract price, as a penalty, a sum
calculated on the delivered price of the delayed goods or unperformed
services using the current prime interest rate calculated for each day of
the delay until actual delivery or performance. The purchaser may also
consider termination of the contract pursuant to GCC Clause 23.
23. Termination
for default
23.1 The purchaser, without prejudice to any other remedy for breach of
contract, by written notice of default sent to the supplier, may
terminate this contract in whole or in part:
(a)
if the supplier fails to deliver any or all of the goods within
the period(s) specified in the contract, or within any
extension thereof granted by the purchaser pursuant to GCC
Clause 21.2;
(b) if the Supplier fails to perform any other obligation(s) under
the contract; or
(c) if the supplier, in the judgment of the purchaser, has
engaged in corrupt or fraudulent practices in competing for
or in executing the contract.
23.2 In the event the purchaser terminates the contract in whole or in part,
the purchaser may procure, upon such terms and in such manner as it
deems appropriate, goods, works or services similar to those undelivered,
and the supplier shall be liable to the purchaser for any excess costs for
such similar goods, works or services. However, the supplier shall
continue performance of the contract to the extent not terminated.
23.3 Where the purchaser terminates the contract in whole or in part, the
purchaser may decide to impose a restriction penalty on the supplier by
prohibiting such supplier from doing business with the public sector for a
period not exceeding 10 years.
23.4
If a purchaser intends imposing a restriction on a s
upplier or any
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 44
12
person associated with the supplier, the supplier will be allowed a time
period of not more than fourteen (14) days to provide reasons why the
envisaged restriction should not be imposed. Should the supplier fail to
respond within the stipulated fourteen (14) days the purchaser may regard
the intended penalty as not objected against and may impose it on the
supplier.
23.5 Any restriction imposed on any person by the Accounting Officer /
Authority will, at the discretion of the Accounting Officer / Authority,
also be applicable to any other enterprise or any partner, manager,
director or other person who wholly or partly exercises or exercised or
may exercise control over the enterprise of the first-mentioned person,
and with which enterprise or person the first-mentioned person, is or was
in the opinion of the Accounting Officer / Authority actively associated.
23.6 If a restriction is imposed, the purchaser must, within five (5) working
days of such imposition, furnish the National Treasury, with the
following information:
(i) the name and address of the supplier and / or person restricted by the
purchaser;
(ii) the date of commencement of the restriction
(iii) the period of restriction; and
(iv) the reasons for the restriction.
These details will be loaded in the National Treasury’s central database
of suppliers or persons prohibited from doing business with the public
sector.
23.7 If a court of law convicts a person of an offence as contemplated in
sections 12 or 13 of the Prevention and Combating of Corrupt Activities
Act, No. 12 of 2004, the court may also rule that such person’s name be
endorsed on the Register for Tender Defaulters. When a person’s name
has been endorsed on the Register, the person will be prohibited from
doing business with the public sector for a period not less than five years
and not more than 10 years. The National Treasury is empowered to
determine the period of restriction and each case will be dealt with on its
own merits. According to section 32 of the Act the Register must be
open to the public. The Register can be perused on the National Treasury
website.
24. Anti-dumping
and countervailing
duties and rights
24.1 When, after the da
te of bid, provisional payments are required, or anti-
dumping or countervailing duties are imposed, or the amount of a
provisional payment or anti-dumping or countervailing right is
increased in respect of any dumped or subsidized import, the State is
not liable for any amount so required or imposed, or for the amount of
any such increase. When, after the said date, such a provisional
payment is no longer required or any such anti-dumping or
countervailing right is abolished, or where the amount of such
provisional payment or any such right is reduced, any such favourable
difference shall on demand be paid forthwith by the contractor to the
State or the State may deduct such amounts from moneys (if any)
which may otherwise be due to the contractor in regard to supplies or
services which he delivered or rendered, or is to deliver or render in
terms of the con
tract or any other contract or any other amount which
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 45
13
may be due to him
25. Force
Majeure
25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the
supplier shall not be liable for forfeiture of its performance security,
damages, or termination for default if and to the extent that his delay in
performance or other failure to perform his obligations under the
contract is the result of an event of force majeure.
25.2 If a force majeure situation arises, the supplier shall promptly notify
the pu
rchaser in writing of such condition and the cause thereof.
Unless otherwise directed by the purchaser in writing, the supplier
shall continue to perform its obligations under the contract as far as is
reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the force majeure event.
26. Termination
for insolvency
26.1 The purchaser may at any time terminate the contract by giving written
notice to the supplier if the supplier becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to
the supplier, provided that such termination will not prejudice or affect
any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.
27. Settlement of
Disputes
28. Limitation of
liability
27.1 If any dispute or difference of any kind whatsoever arises between the
purchaser and the supplier in connection with or arising out of the
contract, the parties shall make every effort to resolve amicably such
dispute or difference by mutual consultation.
27.2 If, after thirty (30) days, the parties have failed to resolve their dispute
or difference by such mutual consultation, then either the purchaser or
the supplier may give notice to the other party of his intention to
commence with mediation. No mediation in respect of this matter may
be commenced unless such notice is given to the other party.
27.3 Should it not be possible to settle a dispute by means of mediation, it
may be settled in a South African court of law.
27.4 Mediation proceedings shall be conducted in accordance with the rules
of procedure specified in the SCC.
27.5 Notwithstanding any reference to mediation and/or court proceedings
herein,
(a) the parties shall continue to perform their respective obligations
under the contract unless they otherwise agree; and
(b) the purchaser shall pay the supplier any monies due the supplier.
28.1 Except in cases of criminal negligence or willful misconduct, and in
the case of infringement pursuant to Clause 6;
(a) the supplier shall not be liable to the purchaser, whether in
contract, tort, or otherwise, for any indirect or consequential loss
or damage, loss of use, loss of production, or loss of profits or
interest costs, provided that this exclusion shall not apply to any
obligation of the supplier to pay penalties and/or damages to the
purchaser; and
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 46
14
(b) the aggregate liability of the supplier to the purchaser, whether
under the contract, in tort or otherwise, shall not exceed the total
contract price, provided that this limitation shall not apply to the
cost of repairing or replacing defective equipment.
29. Governing
language
29.1 The contract shall be written in English. All correspondence and other
documents pertaining to the contract that is exchanged by the parties
shall also be written in English.
30. Applicable
law
30.1 The contract shall be interpreted in accordance with South African
laws, unless otherwise specified in SCC.
31. Notices
31.1 Every written acceptance of a bid shall be posted to the supplier
concerned by registered or certified mail and any other notice to him
shall be posted by ordinary mail to the address furnished in his bid or
to the address notified later by him in writing and such posting shall be
deemed to be proper service of such notice
31.2 The time mentioned in the contract documents for performing any act
after such aforesaid notice has been given, shall be reckoned from the
date of posting of such notice.
32. Taxes and
duties
32.1 A foreign supplier shall be entirely responsible for all taxes, stamp
duties, license fees, and other such levies imposed outside the
purchaser’s country.
32.2 A local supplier shall be entirely responsible for all taxes, duties,
license fees, etc., incurred until delivery of the contracted goods to
the purchaser.
32.3 No contract shall be concluded with any bidder whose tax matters are
not in order. Prior to the award of a bid the Department must be in
possession of a tax clearance certificate, submitte
d by the bidder.
This certificate must be an original issued by the South African
Revenue Services.
33. National
Industrial
Participation (NIP)
Programme
34 Prohibition of
Restrictive practices
33.1 The NIP Programme administered by the Department of Trade and
Industry shall be applicable to all contracts that are subject to the
NIP obligation.
In terms of section 4 (1) (b) (iii) 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 collusive bidding (or bid rigging).
34.2 If a bidder(s) or contractor(s), based on reasonable grounds or evidence
obtained by the purchaser, has / have engaged in the restrictive practice
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.
34.3 If a bidder(s) or contractor(s), has / have been found guilty by the
Competition Commission of the restrictive practice 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
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 47
15
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.
Js General Conditions of Contract (revised July 2010)
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 48
S
PLEA
S
SP
E
S
UPPLY A
N
DEVI
C
S
E NOTE:
E
CIAL RE
Q
N
D DELIV
E
C
ES TO T
H
B
C
AN ERRA
N
O
Q
UIREMEN
H
E
RY OF S
M
H
E DEPA
R
01 MAY
2
B
ID VALI
D
C
LOSING
D
24 J
U
TUM WIL
L
TO 2
8
O
BRIEFIN
G
TS AND C
H
P06-2021
M
ALL VOL
U
R
TMENT O
2
021 TO 3
0
D
ITY PERI
O
D
ATE AN
D
U
LY 2020
A
L
BE PUBL
8
SEPTEM
B
G
SESSIO
N
ONDITIO
N
SVP
U
ME PAR
E
F HEALT
H
0
APRIL 2
0
O
D: 120 D
A
D
TIME OF
A
T 11H00
ISHED TO
B
ER 2020
N
WILL BE
N
S OF CO
N
E
NTERAL
S
H
FOR THE
0
24
A
YS
BID:
AMEND
T
HELD.
N
TRACT
S
AND INS
PERIOD
T
HE CLOS
I
ULIN
I
NG DATE
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 50
TABLE
1. LEGI
S
10. LAT
E
11. COU
N
12. FRO
N
13. SUP
P
14. COM
15. CON
T
16. CON
T
17. PAR
T
18. REG
I
19. POS
T
2. BID I
N
20. AW
A
21 NEG
O
22. NON
-
23. PRI
C
23.1 ELI
G
23.2 PRI
C
23.3 AP
P
23.4 RO
U
23.5 EX
C
23.6 PRI
C
24. QUA
L
25. DELI
V
26. SUP
P
27. PAC
K
28 SHE
L
29. CED
I
3. EVAL
U
3.1 PHA
S
3.1.1 LE
G
3.1.2 RE
S
3.1.3 BI
D
3.1.4 AU
T
3.1.5 TA
X
30. THI
R
4. PHAS
E
4.2 COM
5. PHAS
E
6. PREF
E
7. VALU
E
8. SUB
M
9. COM
P
ABBRE
V
BID DO
C
SECTIO
N
SECTIO
N
SECTIO
N
S
OF CONTE
N
S
LATIVE AND
E
BIDS ............
N
TER CONDI
T
N
TING ............
P
LIER DUE DI
L
MUNICATION
T
ACT DETAIL
S
T
RACT PERIO
T
ICIPATING A
U
I
STRATION O
N
T
AWARD PA
R
N
FORMATION
S
A
RD CONDITIO
O
TIATIONS .....
-
COMMITMEN
T
C
E REVIEW .....
G
IBILITY REL
A
C
E ADJUSTM
E
P
LICATION FO
U
TINE PRICE
A
C
EPTIONAL P
R
C
E ADJUSTM
E
L
ITY ..............
V
ERY AND Q
U
P
LIER PERFO
R
K
AGING, LAB
E
L
F LIFE ...........
I
NG, MERGER
S
U
ATION CRIT
E
S
E II: MANDA
T
G
ISLATIVE R
E
S
PONSIVE BI
D
D
RESPONSE
D
T
HORISATIO
N
X
COMPLIAN
C
R
D PARTIES ...
E
III: PRODUC
T
PLIANCE WIT
H
E
IV: PREFER
E
E
RENCE FOR
E
ADDED TAX
M
ISSION OF BI
D
P
LETION OF D
O
V
IATIONS .......
C
UMENT CHE
C
N
A
................
N
B ................
N
C ................
S
pecial Req
u
N
TS
REGULATOR
Y
.....................
.
T
IONS ............
.
.....................
.
L
IGENCE .......
.
.....................
.
S
...................
.
O
D ..................
.
U
TORITIES A
N
N
DATABASE
S
R
TICIPATION .
.
S
ESSION .......
.
NS ................
.
.....................
.
T
...................
.
.....................
.
A
TING TO RA
T
E
NTS RELATI
N
R CONTRACT
A
DJUSTMENT
S
R
ICE ADJUST
M
E
NTS BASED
O
.....................
.
U
ANTITIES .....
.
R
MANCE MAN
E
LLING AND
B
.....................
.
S
, TAKE OVE
R
E
RIA ..............
.
T
ORY REQUIR
E
E
QUIREMENT
S
D
S .................
.
D
OCUMENT ...
.
N
DECLARATI
O
C
E STATUS ....
.
.....................
.
T
TECHNICAL
H
SPECIFICA
T
E
NCE POINT
S
LOCALLY PR
O
.....................
.
D
S .................
.
O
CUMENTS A
N
.....................
.
C
K LIST .........
.
.....................
.
.....................
.
.....................
.
u
irements a
n
Y
FRAMEWOR
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
N
D OTHER HE
A
S
OF PARTICI
P
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
T
E OF EXCHA
N
N
G TO FOREI
G
UAL PRICE A
D
S
...................
.
M
ENTS ...........
.
O
N A SYSTEM
.
.....................
.
.
.....................
.
AGEMENT.....
.
B
ARCODES ....
.
.
.....................
.
R
S AND CHAN
G
.
.....................
.
E
MENTS ........
.
S
TO THIS BID
.
.
.....................
.
.
.....................
.
O
N .................
.
.
.....................
.
.
.....................
.
COMPLIANC
E
T
IONS ............
.
S
YSTEM .........
.
O
DUCED PRO
D
.
.....................
.
.
.....................
.
N
D BID SUBM
I
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
n
d Condition
s
K ...................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
A
LTH ESTABL
P
ATING AUTH
O
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
N
GE ADJUST
M
G
N EXCHANG
E
D
JUSTMENTS
.
.....................
.
.....................
ATIC REVIEW
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
G
ES IN SUPP
L
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
E
....................
.
.....................
.
.....................
D
UCTS ...........
.
.....................
.
.....................
I
SSION ...........
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
s
of Contract
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
IHSMENT ......
.
O
RITIES .........
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
M
ENTS ...........
.
E
RISK ...........
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
L
IER DETAILS
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
: HP06-2021
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
.
.....................
.
SVP
Page 2
o
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
.
.....................
o
f 38
.................. 7
................ 18
................ 19
................ 19
................ 19
................ 19
................ 20
................ 21
................ 21
................ 21
................ 22
.................. 7
................ 22
................ 25
................ 25
................ 25
................ 26
................ 26
................ 27
................ 28
................ 28
................ 29
................ 29
................ 30
................ 31
................ 35
................ 37
................ 37
.................. 7
.................. 8
.................. 8
.................. 9
.................. 9
.................. 9
................ 10
................ 38
................ 11
................ 13
................ 13
................ 14
................ 15
................ 15
................ 17
.................. 3
.................. 4
.................. 7
................ 21
................ 31
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 51
ABBR
E
API
BAC
B-BBEE
CPA
CSD
EAN
EME
GMP
MCC
MHPL
MPC
NDoH
PPPFA
QSE
RoE
SAHPR
A
SARS
SBD
VAT
S
E
VIATIONS
:
Ac
: Bi
: B
r
: C
o
: C
e
: E
u
: E
x
: G
o
: M
: M
: M
: N
a
: Pr
e
: Q
u
: R
a
A
: S
o
: S
o
: S
t
: V
a
S
pecial Req
u
c
tive Pharma
c
d Adjudicatio
n
r
oad-Based B
l
o
ntract Price
A
e
ntral Supplie
r
u
ropean Articl
e
x
empted Micr
o
o
od Manufact
u
edicines Cont
aster Health
P
aster Procure
m
a
tional Depar
t
e
ferential Pro
c
u
alifying Sma
l
a
te of Exchan
g
o
uth African
H
o
uth African R
e
t
andard Biddi
n
a
lue-
A
dded
T
u
irements a
n
c
eutical Ingred
n
Committee
l
ack Economi
c
A
djustment
r
Database
e
Numbering
o
Enterprise
u
ring Practice
rol Council
P
roducts List
m
ent Catalog
u
t
ment of Healt
h
c
urement Poli
c
l
l Enterprise
g
e
H
ealth Product
s
e
venue Servi
c
n
g Document
T
ax
n
d Condition
s
ient
c
Empowerm
e
u
e
h
c
y Framewor
k
s
Regulatory
A
c
e
s
of Contract
e
nt
k
Act
A
uthority
: HP06-2021SVP
Page 3
o
o
f 38
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 52
BID D
O
A
ll bid
d
below a
n
Submis
s
All bid
d
Bidders
evaluati
o
Compil
a
Seque
n
1
2
3
4
5
6
7
8
9
10
11
12
S
O
CUMENT C
H
d
ocuments lis
t
n
d the annex
u
s
ion of bid do
c
d
ocuments
m
not complyin
g
o
n
a
tion
n
ce
Ad
m
Co
d
C
L
BS
R
BF
I
PBD
4
SBD
5
TC
P
CS
D
SB
D
PB
D
SB
D
SB
D
BBB
E
S
pecial Req
u
H
ECK LIST
t
ed below mu
s
u
re attached.
c
uments is co
m
m
ust be signe
d
g
to any of th
e
m
in
d
e
Docum
L
Coveri
n
R
A Bid Sig
n
I Bid/File
4
.1 PBD 4.
1
5
.1 SBD 1:
P
Tax Cl
e
D
CSD R
e
latest a
n
summ
a
D
4 SBD 4:
D
9 PBD9:
D
gender
D
5 SBD5:
T
Progra
m
D
6 SBD 6(
1
BBEE)
E
E Valid B
-
origina
points
u
irements a
n
s
t be sorted,
f
m
pulsory, unl
e
d
.
e
requirement
s
ent Name
n
g Letter
n
ature. Resol
u
Index
1
: Contact De
t
Invitation to b
e
arance Pin Is
s
e
gistration re
p
n
d complete r
e
a
ry report wil
l
Declaration o
f
D
irectors: Cat
e
and disability
T
he National I
m
me
1
): Preferenc
e
-
BBEE certific
a
l) or Sworn A
f
n
d Condition
s
f
iled and sub
m
e
ss it's not ap
p
s
may deeme
u
tion/Authorit
y
t
ails of Bidder
id
s
ued
p
ort -
A
certifie
d
e
port. Note:
l
not be acce
p
f
interest
e
gorisation b
y
ndustrial Parti
e
Points Claim
a
te(certified
c
f
fidavit to clai
m
s
of Contract
m
itted in the
e
p
licable and in
d
d to be non-r
e
y
to sign bid
d
copy of
CSD
p
ted.
y
race,
cipation
ed (B-
c
opy of the
m
preference
: HP06-2021
e
xact compil
a
d
icated as su
c
e
sponsive an
d
N/A Yes
SVP
Page 4
o
a
tion sequenc
e
c
h in the "N/A
"
d
will not be c
No
o
f 38
e
as indicated
"
column.
onsidered for
Remark
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 53
Compil
a
Seque
n
13
14
15
16
17
18
19
20
21
22
23
24
S
a
tion
n
ce
Ad
m
Co
d
SB
D
SB
D
PB
D
PBD
1
PBD
1
PB
D
PB
D
CIP
C
N
C
LIC
M
LIC
M
MR
C
S
pecial Req
u
m
in
d
e
Docum
D
8 SBD 8:
D
9 SBD 9:
Determ
i
D
1 PBD1:
A
Note: N
authori
s
may in
v
1
.1 PBD 1.
1
third pa
1
.2 PBD 1.
2
from th
e
D
5 PBD5:
G
Declar
a
D
8 PBD 8:
of Cont
a
C
CIPC/
C
owners
h
registra
C
Proof o
f
change
s
M
I Licenc
e
of the b
Certifi
e
M
Licenc
e
annexu
r
listed o
n
Certifie
d
C
Medici
n
all the
a
Certifie
d
Note:
A
bidder
be sort
u
irements a
n
ent Name
Declaration o
f
Certificate of
ination
A
uthorisation
D
on-complianc
e
s
ation declara
t
v
alidate the bi
d
1
: List of prod
u
rty
2
: Unconditio
n
e
third party.
G
ood Manufa
c
a
tion of compli
a
Special Requ
a
ct. Declarati
o
C
IPRO or proo
f
h
ip/shareholdi
tion certificat
e
f
company ce
d
s
e
to manufact
u
idder), includ
e
d copies req
e
to manufact
u
res for local
m
n
the MRC of
t
d
copies requi
n
e Registratio
n
a
ssociated co
n
d
copies
A
ll MRC's mu
s
with the rele
v
ed and filed i
n
d Condition
s
f
Past SCM P
r
Independent
B
D
eclaration
e
to submissi
o
t
ion, where a
p
d
.
u
cts offered s
o
n
al written und
c
turing Practi
c
a
nce.
irements and
o
n of complia
n
f
of
ng. Certified
c
e
s
d
ings, merger
s
u
re or import (i
ing all annex
uired.
u
re medicines,
m
anufacturin
t
he bidder (a
p
red.
n
Certificates
(
n
ditions of reg
i
s
t be marked
v
ant item nu
m
n numerical
o
s
of Contract
r
actices
B
id
o
n of a valid
p
plicable,
o
urced from
ertaking
c
e (GMP).
Conditions
n
ce.
c
opies of
s
and name
n the name
ures.
including all
g sites as
p
plicant).
(
MRC) with
i
stration -
by the
m
ber and
o
rder.
: HP06-2021
N/A Yes
SVP
Page 5
o
No
o
f 38
Remark
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 54
Compil
a
Seque
n
25
26
27
28
A
Submi
s
The bi
d
be co
m
Set 3:
E
S
a
tion
n
ce
Ad
m
Co
d
PI
P
S
BL
PRI
C
A
ll bid docum
e
ssion of supp
o
d
document
m
pleted by
a
E
lectronic v
e
S
pecial Req
u
m
in
d
e
Docum
Origina
l
detailin
g
the Me
d
South
A
A
uthori
t
Note: A
item nu
m
in num
e
S
Proof o
f
Bidder`
s
C
E Signed
If the E
x
not sig
n
not be
c
e
nts listed abo
o
rting bid doc
u
check
list
i
s
a
ll bidde
r
s a
e
rsion of bid
d
u
irements a
n
ent Name
l
Package Ins
e
g
professional
d
icines Contr
o
A
frican Health
t
y (SAHPRA)
f
A
ll PI`s must b
e
mber and be
s
e
rical order.
f
sample sub
m
s
item list (Li
s
Excel Bid Re
s
x
cel Bid resp
o
n
ed in the spa
c
c
onsidered fo
r
o
ve must be s
o
u
ments is co
m
s
available
a
nd be sub
m
d
ocuments"
n
d Condition
s
e
rt (PI) or doc
u
information a
o
l Council (MC
Products Reg
f
or each prod
u
e
marked with
s
orted and file
m
ission
s
t of products
o
s
ponse Pricin
g
o
nse Pricing S
c
c
e provided, t
h
r
evaluation.
o
rted, filed an
d
m
pulsory, unle
s
colum
n
a
s Annexur
e
m
itted in har
d
s
of Contract
u
ment
pproved by
C) or the
ulatory
u
ct offered.
the relevant
d/submitted
o
ffered)
g
Schedule
c
hedule is
h
e bid will
d
submitted in
s
s it's not appl
n
e
A in an ex
c
d
copy and
: HP06-2021
N/A Yes
the exact ord
e
icable and in
d
c
el spreads
h
as part of t
h
SVP
Page 6
o
No
e
r as indicate
d
d
icated as suc
h
h
eet format
h
e electroni
o
f 38
Remark
d
above
h
in the "N/A"
and should
c copies of
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 55
SECTI
O
1. LE
G
Thi
s
(Ac
t
(Ac
t
in t
e
are
Co
n
2. BI
D
A
s
t
200
It is
allo
w
3. EV
A
Th
e
P
h
M
a
re
q
C
o
an
d
S
O
N A
G
ISLATIVE
A
s
bid and all c
o
t
101 of 1965)
t
194 of 1993)
e
rms of the P
u
supplementa
r
n
tract are in c
o
D
INFORMA
T
t
he National
D
2, published i
n
strongly rec
o
w
the respon
s
A
LUATION
C
e
evaluation p
r
h
ase I
a
ndatory and
q
uirements
o
mpliance wit
h
d
other bid re
q
S
pecial Req
u
A
ND REGU
L
o
ntracts ema
n
, Pharmacy A
c
; General Co
n
u
blic Finance
M
r
y to General
C
o
nflict with the
T
ION SESSI
O
D
epartment of
n
the Gazette
o
mmended th
a
s
e to reach th
e
C
RITERIA
r
ocess will be
c
other bid
h
mandatory
q
uirements
u
irements a
n
L
ATORY FR
A
n
ating there fr
o
c
t, (Act 53 of
1
n
ditions of Co
n
M
anagement
A
C
onditions of
C
General Con
d
O
N
Health compli
e
18 March 20
2
a
t all prospect
e
bidders befo
r
c
onducted in
p
Phase II
Product te
c
compliance
Compliance
specification
Test reports
sample eval
u
n
d Condition
s
A
MEWORK
o
m will be sub
j
1
974); Patent
s
n
tract issued i
n
A
ct, 1999 (Act
C
ontract (GC
C
d
itions of Con
t
e
s with the re
g
2
0 no briefing
s
ive bidders s
u
r
e the tender
c
p
hases as foll
o
c
hnical
with technical
s
received fro
m
u
ation
s
of Contract
j
ect to the Me
d
s
Act, 1978 (A
c
n
accordance
1 of 1999). T
h
C
). Where, ho
w
t
ract, the Spe
c
g
ulations mad
s
ession or pu
u
bmit all enqui
c
loses.
o
ws:
Phase III
Price an
d
B-BBEE
m
Bids eval
u
terms of t
h
preferenc
e
: HP06-2021
d
icines and R
e
c
t 57 of 1978)
with Treasury
h
e Special C
o
w
eve
r
, the Sp
e
c
ial Condition
s
e under the D
blic bid openi
n
ries to tender
s
P
d
R
a
n
u
ated in
h
e 90/10
e
system
R
a
n
SVP
Page 7
o
e
lated Substa
; Trade Mark
s
Regulation 1
6
o
nditions of C
o
e
cial Conditio
n
s
of Contract
p
isaster Mana
g
n
g will be hel
d
s
@health.gov.
hase IV
R
ecommenda
t
n
d Award
R
ecommendati
n
d award
o
f 38
nces Act,
s
Act, 1993
6
A published
o
ntract (SCC)
n
s of
p
revail.
g
ement Act,
d
.
.
za on time to
t
ion
on
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 56
3.1
3.1
.
S
PHASE I:
Bidders m
u
and time o
f
document
s
comply wit
.
1 LEGISL
A
Items offe
r
1965 (Act
1
contract.
A certifie
d
the Medici
n
items offer
The bidde
r
The bidde
r
in terms o
f
including
a
the produ
c
The bidde
r
medicines,
also be th
e
Where an
i
Related S
u
Bidders m
u
Marks Act,
S
pecial Req
u
MANDATO
R
u
st submit all
r
f
the bid. Duri
n
s
submitted u
n
h all mandato
r
A
TIVE REQU
I
r
ed must be r
e
1
01 of 1965),
d
copy of the
o
n
es and Relat
ed.
r
must be indi
c
r
offering a pr
o
f
section 22C
(
a
ll annexures.
c
t.
r
offering a pr
o
,
including all
a
e
applicant.
i
tem offered i
s
u
bstances Act
u
st comply wi
t
1993 (Act 19
4
u
irements a
n
R
Y REQUIR
E
r
equired docu
m
n
g this evalua
n
der mandato
r
r
y requiremen
I
REMENTS
T
e
gistered in te
r
and must co
m
o
riginal Medic
i
ed Substance
c
ated as the a
p
o
duct must be
(
1) (b) of the
M
A certified c
o
o
duct must su
b
a
nnexures for
s
not eligible f
o
, 1965 (Act 1
0
t
h the require
m
4
of 1993). W
h
n
d Condition
s
E
MENTS
m
ents indicat
e
tion phase, bi
d
r
y requiremen
t
ts will be disq
u
T
O THIS BI
D
r
ms of section
m
ply with the c
o
i
ne Registrati
o
e
s Act, 1965 (
A
pplicant on th
e
the holder of
a
M
edicines and
o
py of the ori
g
b
mit a certifi
e
local manufa
c
o
r registeratio
n
0
1 of 1965), a
p
m
ents of the P
h
ere applicabl
s
of Contract
e
d above with
d
der’s respon
s
t
s. This phase
u
alified.
D
15 of the Me
d
o
nditions of r
e
o
n Certificate,
A
ct 101 of 196
e
Medicines
R
a
licence to m
Related Sub
s
g
inal licence
m
e
d copy of the
c
turing sites li
s
n
in terms of s
package inse
r
atents Act, 1
9
e, an explana
: HP06-2021
the bid docu
m
s
es will be ev
a
is not scored
d
icines and R
e
e
gistration for
t
issued in ter
m
5), must be in
R
egistration C
e
anufacture or
s
tances Act, 1
9
m
ust be submi
t
original licen
s
ted on the M
R
ection 15(3) (
a
r
t of the item
m
9
78 (Act 57 of
tion for any n
o
SVP
Page 8
o
m
ents at the cl
a
luated based
and bidders
w
e
lated Substa
n
t
he duration o
f
m
s of section 1
cluded with th
e
rtificate.
import medici
9
65 (Act 101
o
t
ted by the bi
d
ce to manufa
c
R
C of the bid
d
a
) of the Medi
c
m
ust be suppli
e
1978) and th
e
o
n-complianc
e
o
f 38
osing date
on the
w
ho fail to
n
ces Act,
f
the
5(3) (a) of
h
e bid for all
i
nes issued
o
f 1965)
d
der offering
c
ture
d
er who must
c
ines and
e
d.
e
Trade
e
must be
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 57
3.1
.
3.1
.
3.1
.
S
provided. I
holder of s
patent hol
d
.
2 RESPON
S
Bidders ar
e
All prices
bid docum
e
Response
.
3 BID DOC
U
Bidders ar
and item q
The excel
b
disability p
without ch
a
The prices
All prices
The bid pri
specificati
o
Prices sub
VAT.
.
4 AUTHOR
Only the h
o
Substance
S
pecial Req
u
n the case w
h
uch a product
d
er must be s
u
S
IVE BIDS
e
required to
s
must be sub
m
e
nt. In this re
g
Document” e
x
U
MENTS
e required to
uestionnaires
.
b
id response
d
rovided forms
a
nging the str
u
quoted must
must be sub
m
ce offered for
o
n and the uni
t
mitted must n
o
ISATION D
E
o
lder of a Me
d
s Act, 1965 (
A
u
irements a
n
h
ere a product
, a letter auth
o
u
bmitted with
t
s
ubmit respon
s
m
itted with 2
g
ard, bidder’s
a
x
plaining the
d
submit respo
.
d
ocuments i.e
an integral p
a
u
cture thereof
be furnished
a
m
itted with t
w
a product is
d
t specified.
o
t exceed the
E
CLARATIO
N
d
icines Regist
r
A
ct 101 of 196
n
d Condition
s
is manufactu
r
o
rising the ma
t
he bid.
s
ive bids by c
o
(two) decim
a
a
ttention is dr
a
d
ifferent fields
nsive bids by
e
. pricing sche
d
a
rt of the bid d
.
A
ll pages m
u
a
s all inclusiv
e
w
o (2) decim
a
d
eemed to be
f
ex-manufact
u
N
r
ation Certific
a
5), may subm
s
of Contract
r
ed under a v
o
rketing of the
o
mpleting all t
a
ls. Docume
n
a
wn to the do
c
in the bid doc
u
completing
a
d
ule and Dire
c
ocument and
u
st be signed.
e
(incl. VAT) o
n
a
ls.
f
or the pack si
u
rer compone
n
a
te issued in t
e
it a bid.
: HP06-2021
o
luntary licens
product, provi
he prices in t
h
n
t and respon
s
c
ument “Defin
ument.
a
ll the prices,
c
tors: Catego
r
bidders must
n
the basis of
ze as adverti
s
n
t of the Singl
e
e
rms of the M
e
SVP
Page 9
o
e issued by t
h
ded to the bid
h
e Excel Bid
R
s
e fields in th
e
ition of fields i
mandatory re
s
r
isation of rac
e
ensure that it
supply and d
e
s
ed in the ite
m
e
Exit Price in
c
e
dicines and
R
o
f 38
h
e patent
der by the
R
esponse.
e
fillible PDF
n the Bid
s
ponse fields
e
, gender and
is completed
e
livery.
m
c
lusive of
R
elated
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 58
3.1
.
S
In the eve
n
external th
mutually a
g
Where a t
h
A
uthorisati
The Natio
n
the Author
i
Departme
n
Failure to
s
accordanc
e
No agree
m
Health.
.
5 TAX CO
M
The Centr
a
the tax co
m
Certificate
s
Tax Clear
a
It is a con
d
satisfactor
y
It is a requ
an on-goin
submitting
Bidders ar
e
their bid t
h
the suppli
e
S
pecial Req
u
n
t that the Ma
n
ird parties, th
e
g
reed upon b
e
h
ird party is in
v
on Declaratio
n
n
al Departme
n
i
sation Declar
a
n
t of Health wi
s
ubmit a duly
c
e
with the ab
o
m
ent between
t
M
PLIANCE
S
a
l Supplier Da
t
m
pliance statu
s
anymore b
u
a
nce Certifica
t
d
ition of this bi
d
y
arrangemen
t
irement that b
g basis durin
g
this bid, such
e
required to
b
h
eir Master R
e
e
r's tax status
o
u
irements a
n
n
ufacturer, Pa
e
bidder must
e
tween the bi
d
v
olved in any
c
n
(PBD1) for
e
n
t of Health re
s
a
tion and, sh
o
ll exercise an
y
c
ompleted an
d
o
ve provisions
,
t
he bidder an
d
S
TATUS
tabase and th
s of a bidder.
u
t has introdu
c
t
es which the
y
d
that the tax
m
ts have been
m
idders grant
a
g
the tenure o
f
confirmation
i
b
e registered
o
e
gistration N
u
o
n the Centra
n
d Condition
s
cker or other
e
ensure that al
d
der and thes
e
c
apacity, the
b
e
ach such thir
d
s
erves the rig
h
o
uld the infor
m
y
of the reme
d
d
signed Auth
o
,
will invalidat
e
d
any third pa
r
e tax complia
n
The South Af
r
c
ed an online
y
can submit
w
matters of the
made with S
A
a
written confir
f
the contract,
i
s deemed to
h
o
n the Gover
n
u
mber (Supp
l Supplier Dat
a
s
of Contract
e
ntity, as liste
d
l legal, financi
e
third parties.
b
idder must s
u
d
party.
h
t to verify an
y
m
ation be foun
d
d
ies available
t
o
risation Decl
a
e
the bid for s
u
r
ty will be bind
n
ce status PI
N
r
ican Revenu
e
provision via
w
ith their bids
o
bidder be in
o
A
RS to meet t
h
mation when
s
disclose the
b
h
ave been gr
a
n
ment's Cent
r
lier Number)
a
base;.
: HP06-2021
d
on the certifi
al and supply
u
bmit a duly c
o
y
information
s
d
to be false
o
t
o it in the bid
a
ration, with t
h
u
ch goods or
s
ing on the Na
t
N
are the app
r
e
Service doe
eFiling, for bi
d
o
r price quota
o
rder at any p
o
h
e bidder’s tax
s
ubmitting thi
s
b
idder’s tax co
a
nted.
r
al Supplier
D
in order to en
a
SVP
Page 10
o
i
cate of regist
r
arrangement
s
o
mpleted and
s
upplied by th
e
o
r incorrect, th
e
documents.
h
e required a
n
s
ervices offer
e
t
ional Depart
m
r
oved method
s
s not issue T
a
d
ders to print
tions.
o
int in time, o
r
obligations.
s
bid that SA
R
mpliance stat
u
D
atabase and
a
ble the instit
u
o
f 38
r
ation are
s
have been
signed
e
bidder in
e
National
n
nexure(s), in
e
d.
m
ent of
s
of verifying
a
x Clearance
their own
r
that
R
S may, on
u
s and, by
to include in
u
tion to verify
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 59
4
. PH
A
4.1 SA
M
A
ll
b
De
p
Fail
Sa
m
tim
e
S
Foreign s
u
A
frica mus
been mad
e
Revenue
S
Service wi
l
foreign en
t
Should th
e
wull reject
The Natio
n
Where co
n
Supplier D
Bidders re
m
this bid.
A
SE II: PRO
M
PLES TO
B
b
idders are re
q
p
artment of H
e
Compliance
w
Compliance
o
101 of 1965)
ure to submit
m
ples are req
u
e
of bid:
S
pecial Req
u
u
ppliers with
t complete t
h
e
to a foreign
b
S
ervice to em
a
l
l issue a conf
i
t
ity has tax ob
l
e
recommend
e
the bid submi
t
n
al Departme
n
n
sortia/joint ve
atabase and t
m
ain responsi
DUCT TEC
H
B
E SUBMIT
T
q
uired to sub
m
e
alth with pro
d
w
ith specifica
t
o
f the produc
t
.
samples at b
o
u
ired to be su
b
u
irements a
n
neither Sout
h
h
e questionna
i
b
idder, the N
D
a
il address: G
i
rmation of ta
x
l
igations in S
o
e
d bidder fail
t
t
ted by the bi
d
n
t of Health sh
ntures/sub-co
heir tax comp
l
ble to update
H
NICAL CO
M
T
ED TO HE
A
m
it samples, i
n
d
ucts to confir
m
t
ions as set o
u
t
with the req
u
o
th health est
a
b
mitted to eac
h
n
d Condition
s
h
African tax
ire on the SB
D
OH will sub
m
overnmentlns
t
x
obligations l
e
o
uth Africa
t
o provide writ
d
der.
all verify the
b
ntractors are i
liance status
w
their CSD inf
o
M
PLIANCE
A
LTH ESTA
B
n
cluding bidd
e
m
the followin
g
u
t in the bid d
o
u
irements of t
h
a
blishments li
s
h
(both) of th
e
s
of Contract
obligations
n
D1. Where a
m
it the bidder'
s
titute@sars.g
o
e
tter to the ND
ten proof of t
h
b
idder’s tax co
nvolved, eac
h
w
ill be verified
o
rmation in lin
e
B
LISHMENT
S
e
rs who are cu
g
:
o
cument/item
s
h
e Medicines
s
ted below will
e
addresses in
d
: HP06-2021
n
or history of
recommenda
t
s
completed S
o
v.za. The So
OH, confirmi
n
h
eir tax compli
a
mpliance stat
u
h
party must b
e
through the
C
e
with the bid
d
S
rrently supply
i
s
pecification.
and Related
S
invalidate th
e
d
icated below
SVP
Page 11
o
doing busin
e
t
ion for awar
d
BD1 to the S
o
uth African R
e
n
g whether or
n
a
nce status, t
h
u
s through th
e
e
registered o
C
entral Suppli
e
d
ocuments s
u
i
ng the Nation
S
ubstances
A
e
bid for such i
t
prior to closi
n
o
f 38
e
ss in South
d
of a bid has
o
uth African
evenue
n
ot the
h
e NDOH
e
CSD.
n the Central
e
r Database.
u
bmitted for
al
A
ct, 1965 (Act
t
ems offered.
n
g date and
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 60
Mr
D
De
p
Tel:
Ga
u
Sto
r
35
P
Hur
s
209
S
D
umisani Mal
e
p
ot Manager
011 628 913
1
u
teng: Medica
l
r
e 3
P
lunkett Aven
u
s
t Hill
2
No sam
p
Sample
s
address
.
Bidders
It is the
provide
d
A
ll sam
p
A
ll sam
p
A
ll sam
p
approve
d
Proof o
f
evaluati
o
S
pecial Req
u
e
le
1
l
Supplies De
p
u
e
p
les must be
s
s
must be m
a
.
must submit
a
responsibilit
y
d
above.
p
les for award
e
p
les must be a
p
les submitte
d
d
by the MCC
f
sample sub
o
n site, must
b
u
irements a
n
p
ot
s
ent to the Na
t
a
rked with th
e
a
t least one or
i
y
of the bidd
e
e
d items will b
true represe
n
d
must includ
e
or SAHPRA.
mission, incl
u
b
e submitted
w
n
d Condition
s
t
ional Depart
m
e
bid number,
i
ginal pack of
e
e
r to ensure
e retained for
n
tation of the
p
e
the package
u
ding a signe
w
ith the bid do
s
of Contract
Mr Nisaar
M
Pharmaceu
t
Tel: 021 48
3
Western Ca
4th Floor, C
a
16 Chiappin
Cape Town
8001
m
ent of Health
.
the item nu
m
e
ach offer for
that samples
the period of
t
p
roduct which
insert or do
c
e
d copy of th
cuments at th
e
: HP06-2021
M
ia
t
ical Policy Sp
3
5800
pe: Departme
a
pe Medical
D
i Street
.
m
ber as well
evaluation.
have been
r
t
he contract.
will be suppli
e
c
ument detaili
n
e item list a
s
e
closing dat
e
SVP
Page 12
o
ecialist
nt of Health
D
epot
as the bidde
r
r
eceived at t
h
e
d.
n
g profession
a
s
received b
y
e
and time of t
h
o
f 38
r
’s name and
h
e addresses
a
l information
y
the sample
h
e bid.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 61
4.2 CO
Ite
m
5. PH
A
5.1 A
M
5.2 PO
In t
e
aw
a
B-B
Co
n
1
2
3
4
5
6
7
8
Non
For
S
MPLIANCE
W
m
s must comp
l
A
SE IV: PR
E
M
AXIMUM O
F
180Ps
Where
Ps =
Pt =
Pmin =
INTS AWA
R
e
rms of Regul
a
a
rded to a bid
d
BEE Status L
e
n
tributor
-compliant con
t
this tender, th
S
pecial Req
u
W
ITH SPEC
l
y with the sp
e
E
FERENCE
P
F
80 OR 90
P
80/20
min
m
i
P
PPt
Points s
c
Price of
b
Price of
l
R
DED FOR B
a
tion 6(2) and
d
er for attainin
e
vel of
t
ributor
e 90/10 prefer
e
u
irements a
n
IFICATION
S
e
cification as
d
P
OINT SYS
T
P
OINTS IS
A
i
n
or
c
ored for pric
e
b
id under con
s
l
owest accept
a
-BBEE STA
T
7(2) of the P
r
g the B-BBE
E
Numbe
r
(
90/10 s
y
e
nce point s
ys
n
d Condition
s
S
d
etailed in the
T
EM
A
LLOCATE
D
or
9
0
Ps
e
of bid under
c
s
ideration
a
ble bid
T
US LEVEL
r
eferential Pro
E
status level
o
r
of points
y
stem
)
10
9
6
5
4
3
2
1
0
s
tem will be ap
s
of Contract
bid documen
t
D
FOR PRIC
E
90/
m
1
0
P
P
Pt
c
onsideration
OF CONTRI
curement Re
g
o
f contribution
plied.
: HP06-2021
t
.
E
ON THE F
O
10
m
in
min
P
BUTOR
g
ulations, pref
e
in accordanc
e
Number
o
(
80/20 s
ys
SVP
Page 13
o
O
LLOWING
B
e
rence points
e
with the tabl
e
o
f points
s
tem
)
20
18
14
12
8
6
4
2
0
o
f 38
B
ASIS
:
must be
e
below:
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 62
B
t
t
T
s
O
s
a
o
E
A
S
p
I
p
N
s
t
c
A
n
6. PR
E
Th
e
req
u
In o
limi
t
me
d
pro
d
S
B
idders are r
e
t
he original B-
t
he B-BBEE s
t
T
he points s
c
s
cored for pri
c
O
nly bidders
w
s
ubmitted a
c
a
ccounting of
f
o
r an accredit
e
E
xempted Mi
c
A
ffidavit as pr
e
S
worn Affida
v
p
rescribed by
I
f the bidder
f
p
reference p
o
N
ational Dep
a
s
ubstantiate
c
t
he nearest t
w
c
ontract will b
e
A
contract m
a
n
umber of poi
n
E
FERENCE
e
National De
p
u
ired to indica
o
rder to provid
e
t
ed to product
d
icines (includ
d
uction of fini
s
S
pecial Req
u
e
quired to co
m
BBEE status l
t
atus level poi
c
ored by a bi
d
c
e.
w
ho have co
m
c
ertified copy
f
icer (as conte
e
d verification
cro Enterpris
e
e
scribed by th
v
its submitted
the B-BBEE
C
f
ails to comp
l
o
ints for B-B
B
a
rtment of H
c
laims it has
m
w
o (2) decim
a
e
awarded to
t
a
y, on reason
a
n
ts.
FOR LOCA
L
p
artment of H
e
te on the Exc
e
e
preference t
formulation a
n
ing importatio
s
hed products
)
u
irements a
n
m
plete the pr
e
evel verificati
o
nt.
d
der in respe
c
m
pleted and si
g
of an origin
a
mplated in se
agency will b
e
e
s (EME’s)
a
e B-BBEE C
o
by EME’s a
n
C
ommission.
l
y with the p
a
B
EE status le
v
ealth may,
b
m
ade with reg
a
a
ls. In the ev
e
t
he bidder sc
o
a
ble and justi
f
L
LY PRODU
e
alth reserves
e
l Bid Respon
s
o locally prod
u
nd conversio
n
n of raw mate
)
in the Repu
b
n
d Condition
s
e
ference clai
m
o
n certificate,
c
t of the leve
g
ned the decl
a
a
l B-BBEE s
t
ction 60(4) of
e
considered
f
a
nd Qualifyin
g
o
mmssion, Pr
a
n
d QSE will
s
a
ragraphs ab
o
v
el of contrib
u
b
efore a bid
a
rd to prefere
e
nt that two
(
o
ring the high
e
f
iable ground
s
CED PROD
U
the right to c
o
s
e Document
u
ced product
s
n
processes th
rial of active
p
b
lic of South A
f
s
of Contract
m
form (SBD
6
at the closing
l of B-BBEE
a
ration part of
t
atus level ce
the Close Co
r
f
or preferenc
e
g
Small Ente
a
ctice Guide 0
1
s
trictly be ev
a
o
ve, the bidd
e
u
tion and will
is adjudicate
d
nce claimed.
(
2) or more
b
e
st number of
p
s
, be awarde
d
U
CTS
o
nsider locally
where the pr
o
s
, the definitio
n
at use materi
a
p
harmaceutic
a
f
rica.
: HP06-2021
6
.1), and sub
m
date and tim
e
contribution
w
the preferenc
e
e
rtificate issue
r
poration Act,
e
points.
rprices (QSE
1
of 2019.
a
luated accor
d
e
r will be de
e
therefore be
d
or at any
The points s
c
b
ids have sco
p
reference po
d
to a bid tha
t
produced pro
d
o
ducts are ma
n
n
of a locally p
a
ls and comp
o
a
l ingredients (
A
SVP
Page 14
o
m
it a valid ce
r
e
of the bid in
o
w
ill be added
e
claim form
a
d by a regis
t
1984 (Act No
.
’s) must sub
d
ing the the
g
e
med not to
h
allocated a
z
time, require
c
ored will be r
o
red equal tot
a
ints for B-BB
E
t
did not sco
r
e
d
ucts offered.
n
ufactured.
roduced prod
u
o
nents to man
u
API) and of e
x
o
f 38
r
tified copy of
o
rder to claim
to the points
a
nd who have
t
ered auditor,
.
69 of 1984))
mit a Sworn
g
uidelines as
h
ave claimed
z
ero (0). The
a bidder to
o
unded off to
a
l points, the
E
E.
e
the highest
Bidders are
u
ct will be
u
facture
x
cipients for
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 63
Wh
e
ite
m
ne
g
Bid
s
7.
VA
L
A
ll
bid
8.
SU
B
A
ll
b
indi
c
Su
b
in t
h
All
b
S
e
re the Natio
n
m
s will be allo
c
g
atively impa
c
s
for products
The South
A
primary site
o
The bidder o
terms of sec
t
all annexure
s
The bidder o
f
including all
a
applicant.
The referenc
The site/s of
Demonstrate
Excel Bid Re
Previous su
p
Compliance
t
L
UE ADDE
D
bid prices mu
d
.
B
MISSION
O
b
id document
s
c
ated below a
b
mission of bi
d
h
e Bid Docum
e
b
id docume
n
S
pecial Req
u
n
al Departmen
c
ated and aw
a
c
t upon secu
that qualify fo
A
frican Healt
h
o
f production
a
ffering a prod
t
ion 22C (1) (
b
s
. A certified
f
fering a prod
u
a
nnexures fo
r
e price as pu
b
manufacture
a
d capacity to
sponse Docu
m
p
plier perform
a
t
o all other as
p
D
TAX
st be inclusiv
e
O
F BIDS
s
listed below
m
a
nd the annex
u
d
documents i
s
e
nt Check Lis
t
n
ts must be s
i
u
irements a
n
t of Health gi
v
a
rded proporti
o
rity of suppl
y
r this prefere
n
h
Product Au
t
a
s one that is
l
uct must be t
h
b
) of the Medi
c
copy of the
o
u
ct must sub
m
r
local manuf
a
b
lished by Nat
a
nd/or packa
g
service the r
e
m
ent;
a
nce;
p
ects contain
e
e
of 15% Valu
e
must be sorte
d
u
re attached.
s
mandatory,
u
t
.
i
gned.
n
d Condition
s
v
es preferenc
e
o
nately to loc
a
y
and afforda
b
n
ce must com
p
t
hority (SAHP
located in the
h
e holder of a
c
ines and Rel
a
o
riginal licenc
e
m
it a certified
a
cturing sites l
ional Depart
m
g
ing for the pr
o
e
quired volu
m
e
d in these Sp
e
-
A
dded Tax.
d
, filed and s
u
u
nless it's not
s
of Contract
e
to locally pro
a
lly produced
p
b
ility.
p
ly with all of t
RA) certificat
e
Republic of S
licence to m
a
a
ted Substan
c
e
must be sub
m
copy of the o
r
isted on the
M
m
ent of Health
o
duct offered i
s
m
es as evalua
t
ecial Conditio
Failure to co
m
u
bmitted in th
e
applicable an
d
: HP06-2021
duced produc
p
roducts, prov
he following c
e
of registrat
i
outh Africa;
a
nufacture or
c
es Act, 1965
m
itted by the
b
r
iginal licence
M
RC of the bi
d
has not been
s
located in S
o
t
ed in terms
o
ns of Contrac
t
m
ply with this
c
e
exact compil
a
d
indicated as
SVP
Page 15
o
c
ts, the quantit
ided this doe
s
riteria:
i
on for a pro
d
import medici
n
(Act 101 of 1
9
b
idder offering
to manufactu
r
d
der who mu
s
exceeded (if
a
o
uth Africa;
o
f the data pr
o
t
c
ondition will i
n
a
tion sequenc
such in the "
N
o
f 38
ies for these
s
not
d
uct lists the
n
es issued in
9
65) including
the product.
r
e medicines,
s
t also be the
a
pplicable);
ovided in the
n
validate the
c
e as
N
/A" column
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 64
Bid
d
con
S
d
ers not com
sidered for ev
Covering Let
t
Status relati
n
Resolution/A
Bid/File Inde
x
PBD 4.1: Co
n
SBD 1: Invit
a
Tax Clearan
c
CSD Registr
a
be accepted;
SBD 4: Decl
a
PBD9: Direc
t
SBD5: The
N
SBD 6(1): Pr
Valid B-BBE
E
SBD 8: Decl
a
SBD 9: Certi
f
PBD1: Auth
o
where applic
a
PBD 1.1: Lis
t
PBD 1.2: Un
c
PBD5: Good
PBD 8: Spe
c
CIPC/CIPR
O
Proof of com
Certified cop
y
Certified cop
y
listed on the
S
pecial Req
u
plying to an
y
aluation.
ter i.e. limited
n
g to TAX, B-
B
uthority to sig
n
x
;
n
tact Details
o
a
tion to bid;
c
e Pin Issued;
a
tion report -
A
a
ration of inte
r
t
ors: Categori
s
N
ational Indus
t
eference Poi
n
E
certificate (
c
a
ration of Pas
t
f
icate of Inde
p
o
risation Decl
a
a
ble, may inv
a
t
of products
o
c
onditional wr
i
Manufacturin
g
c
ial Requirem
e
O
or proof of o
w
pany cedings
,
y
of Licence t
o
y
of Licence t
o
MRC of the bi
u
irements a
n
y
of the requ
i
stock availab
i
B
BEE, Licens
e
n
bid;
o
f Bidder;
A
certified co
p
r
est;
s
ation by race
t
rial Participati
n
ts Claimed (B
c
ertified copy)
t
SCM Practic
e
p
endent Bid D
e
a
ration Note:
a
lidate the bid
o
ffered source
d
i
tten undertak
i
g
Practice (G
M
e
nts and Cond
w
nership/shar
e
,
mergers and
o
manufactur
e
o
manufactur
e
dder (applica
n
n
d Condition
s
i
rements ma
y
i
lity of any ite
m
e
to Manufact
u
p
y of latest an
d
, gender and
d
on Programm
-BBEE);
or Sworn Affi
d
e
s;
e
termination;
Non-complian
;
d
from third p
a
ing from the t
h
M
P). Declarati
itions of Cont
a
e
holding. Cer
t
name chang
e
e
or import (in
t
e
medicines, i
n
n
t);
s
of Contract
y
be deemed
m
offered, non
u
re, Certificat
e
d
complete re
p
d
isability;
e;
d
avit to claim
p
ce to submis
s
a
rty;
h
ird party;
on of complia
n
a
ct. Declarati
o
t
ified copies o
f
e
s;
t
he name of t
h
n
cluding all a
n
: HP06-2021
to be non-r
e
-compliance;
e
s etc. Bid Sig
n
p
ort. Note: C
S
p
reference po
i
s
ion of a vali
d
n
ce;
o
n of complian
f
registration
c
h
e bidder), inc
n
nexures for l
o
SVP
Page 16
o
e
sponsive an
d
n
ature;
S
D summary
r
i
nts;
d
authorisatio
n
ce;
c
ertificates;
luding all ann
e
o
cal manufact
u
o
f 38
d
will not be
r
eport will not
n
declaration,
e
xures;
u
ring sites as
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 65
9.
CO
Bid
d
mu
s
and
bid
info
Set
Bid
d
fiel
d
cop
y
Bid
d
Fin
a
S
Certified cop
(Annexure).
N
filed in nume
Original Pac
Control Cou
n
product offe
filed/submitt
e
order;
Proof of sam
Bidder`s ite
m
Signed Exce
l
Bid respons
e
evaluation
MPLETION
O
d
ers are requi
r
s
t be submitte
d
submitted in
a
number and t
h
rmation requ
e
1: Hard cop
y
d
ers must co
m
d
is provided
b
y of the bid d
o
d
ers must sub
a
ncial Officer,
S
pecial Req
u
ies of Medicin
N
ote: All MR
C
rical order;
kage Insert (
P
n
cil (MCC) o
r
red. Note: A
l
e
d in numeric
a
ple submissio
m
list (List of p
r
l Bid Respon
s
e
Pricing Sc
h
O
F DOCUM
E
r
ed to submit
t
d
not later tha
a
sealed pac
k
h
e closing dat
e
e
sted is not rel
y
legally bind
m
plete all SBD
b
idders must c
o
cument will s
e
mit their com
p
or authorised
u
irements a
n
e Registratio
n
C
's must be m
a
PI) or docum
r
the South
A
l
l PI`s must
a
l
n;
r
oducts offere
d
s
e Pricing Sch
e
h
edule is not
E
NTS AND
B
t
hree sets of
b
n the closing
d
k
age. The full
n
e
must be cle
a
evant this sh
o
ing bid docu
m
, PBD and Bi
d
omplete the f
o
e
rve as the le
g
p
lete bid in ha
r
designee of t
h
n
d Condition
s
n
Certificates
(
a
rked by the b
ent detailing
A
frican Healt
h
be marked
w
d
); and
e
dule (All pric
e
signed in th
e
B
ID SUBMIS
b
id document
s
d
ate and time
.
n
ame and ad
d
a
rly indicated
o
o
uld be indicat
e
m
ents
d
Response f
o
o
rms in black i
g
al bid docum
r
d copy forma
t
h
e entity sub
m
s
of Contract
(
MRC) with all
idder with the
professional
i
h
Products R
e
w
ith the rele
v
es must be s
u
e
space provi
d
SION
s
according to
.
Set 2 and S
e
d
ress of the bi
d
o
n the packa
g
e
d with N/A.
o
rms in black i
n
nk, handwritt
e
ent.
t
(paper docu
m
m
itting the bid
m
: HP06-2021
the associat
e
relevant item
i
nformation a
p
e
gulatory Aut
h
v
ant item nu
m
u
bmitted in 2 (
t
d
ed, the bid
w
the instructio
n
e
t 3 must be in
d
der, includin
g
g
e. All fields m
n
k, typed. Wh
e
e
n in capital le
m
ent). The C
h
m
ust sign the
SVP
Page 17
o
e
d conditions
o
number and
b
p
proved by t
h
h
ority (SAHP
R
m
ber and b
e
t
wo) decimals
will not be c
o
n
s below. All t
h
n
cluded on a
C
g
the return a
d
m
ust be compl
e
e
re no electro
tters. The sig
n
h
ief Executive
official signat
u
o
f 38
o
f registration
b
e sorted and
h
e Medicines
R
A) for each
e
sorted and
). If the Excel
o
nsidered for
h
ree sets
C
D with Set 1
d
dress, the
e
ted. Where
nic entry
n
ed hard
Officer, Chief
u
re pages.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 66
All
p
not
A
s
t
200
Bid
d
Lat
e
Bid
req
u
tw
o
unt
i
Set
Bid
d
req
u
Set
Bid
d
Do
c
A
ll
t
Bid
d
unit
.
10.
LA
T
Bid
s
for
c
S
p
ages in the c
o
acceptable.
A
t
he National
D
2, published i
n
d
ers must still
e
bids will not
ders must re
f
u
ested that
b
o
hole lever a
r
ied for filing
p
2: PDF of H
a
d
ers must sub
u
ested.
3: Electroni
c
d
ers must sub
c
ument and ot
h
t
hree sets of i
n
d
ers must en
s
pack as spe
c
T
E BIDS
s
received aft
e
c
onsideration
S
pecial Req
u
o
mplete bid d
o
A
ny change/s
m
D
epartment of
n
the Gazette
ensure that b
i
be accepted f
o
f
rain from us
b
idders pre-p
u
r
ch file. Bid
d
p
urposes.
a
rd Copy, sig
n
mit a PDF ve
r
c
version of
b
mit the electr
o
her relevant s
n
formation mu
s
ure that the p
c
ified. No con
v
e
r the closing
d
and, where p
r
u
irements a
n
o
cument mus
t
m
ust be clearl
y
Health compli
e
18 March 20
2
ids are delive
r
o
r considerati
o
ing binding
m
u
nch two hol
e
d
ocuments s
h
n
ed legal do
c
r
sion of the en
b
id document
s
o
nic versions
(
preadsheets i
n
st be submitt
e
rice quoted f
o
v
ersion factor
s
d
ate and time
,
r
actical, be ret
n
d Condition
s
t
be initialed b
y
y
indicated an
d
e
s with the re
g
2
0 no briefing
s
r
ed on time to
o
n
m
ethods like
c
e
s on the lef
t
h
ould be tied
c
uments. (i.e.
tire signed ha
s
(
editable pdf)
o
n
Excel (not p
d
e
d in order for
o
r a product (l
s
will be appli
e
,
at the addre
s
urned unopen
s
of Contract
y
same with b
d
initialed.
g
ulations mad
s
ession or pu
b
the correct a
d
c
oil, comb,
w
t
hand side o
f
in parcels u
s
pdf of Set 1)
rdcopy bid, in
c
o
f all SBD an
d
d
f).
the bid to be
e
ine item) on t
h
e
d.
s
s indicated in
ed to the bidd
: HP06-2021
lack ink. The
u
e under the D
b
lic bid openi
n
d
dress and de
p
w
ire velobind,
f
bid docume
s
ing string or
c
luding all cer
t
d
PBD docum
e
e
valuated.
h
e Bid Respo
n
the bid docu
m
er.
SVP
Page 18
o
u
se of correct
i
isaster Mana
g
n
g will be held
.
p
osited in the
screw bindi
n
nts suitable
f
rope that ca
n
t
ificates and d
e
nts, Bid Res
p
n
se Documen
t
m
ents, will not
o
f 38
i
on fluid is
g
ement Act,
.
However,
Tender Box.
n
g etc. It is
f
or filing in a
n
be easily
ocuments
p
onse
t
is for the
be accepted
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 67
11.
CO
Bid
d
con
12.
FR
O
Th
e
rec
o
the
m
co
m
Th
e
par
t
acc
u
Gui
d
Ind
u
fro
n
bid/
sec
t
aga
13.
SU
P
Th
e
any
the
14.
CO
Th
e
and
S
UNTER CO
N
d
ers’ attention
ditions by bid
d
O
NTING
e
National De
p
o
gnises that r
e
m
selves in ac
c
m
pliant manne
r
e
National De
p
t
of the bid ev
a
u
racy of the r
e
d
elines on Co
u
stry, be esta
b
n
ting does not
contract and
t
or for a perio
d
inst the bidde
r
P
PLIER DU
E
e
National De
p
time during t
h
site specified
MMUNICAT
I
e
National De
p
time of the bi
S
pecial Req
u
N
DITIONS
is drawn to t
h
d
ers may resu
p
artment of H
e
e
al empower
m
c
ordance with
r
. Against this
p
artment of H
e
a
luation proce
e
presentation
mplex Structu
b
lished during
exist. Failure
t
may also res
u
d
not exceedi
n
r
/contractor c
o
E
DILIGENC
E
p
artment of H
e
h
e contract pe
in the bid and
I
ON
p
artment of H
e
d and prior to
u
irements a
n
h
e fact that a
m
lt in the invali
d
e
alth support
s
m
ent can only
b
the Constituti
o
background,
t
e
alth, in ensuri
sses, conduc
t
made in bid d
o
res and Tran
s
such enquiry
/
t
o do so withi
n
u
lt in the restri
c
n
g 10 years, i
n
o
ncerned.
E
e
alth reserves
riod. This ma
the site com
p
e
alth, may co
m
the award of
t
n
d Condition
s
m
endments to
a
d
ation of such
s
the spirit of b
b
e achieved t
h
o
n and in an
h
t
he National
D
ng that bidde
r
t
or initiate the
o
cuments. Sh
s
actions and
F
/
investigation,
n
a period of 1
c
tion of the bi
d
n
addition to a
n
the right to c
o
y include site
p
lies with quali
m
municate wit
h
t
he contract,
o
s
of Contract
a
ny of the bid
bids.
road based bl
h
rough individ
u
h
onest, fair, e
q
D
epartment of
r
s conduct the
necessary e
n
ould any of th
e
F
ronting, issue
the onus will
b
4 days from d
d
der/contract
o
n
y other reme
o
nduct supplie
r
visits to asse
s
i
ty criteria.
h
bidders whe
o
r to extend th
e
: HP06-2021
conditions or
ack economi
c
u
als and busi
n
q
uitable, trans
p
Health conde
m
mselves in an
n
quiries/invest
e
fronting indi
c
d by the Dep
a
b
e on the bid
d
ate of notifica
t
o
r to conduct
b
dies the Nati
o
r
due diligenc
e
s
s whether an
re clarity is so
e
validity peri
o
SVP
Page 19
o
setting of cou
c
empowerme
n
n
esses condu
c
p
arent and le
g
m
ns any form
honest mann
igations to de
t
c
ators as con
t
a
rtment of Tra
d
d
er/contractor
t
t
ion, may inv
a
b
usiness with
t
o
nal Treasury
m
e
prior to final
item is manu
f
ught after the
o
d of the bid, i
f
o
f 38
nter
n
t and
c
ting
g
ally
of fronting.
er will, as
t
ermine the
t
ained in the
d
e and
t
o prove that
a
lidate the
t
he public
m
ay have
award or at
f
actured at
closing date
f
necessary.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 68
A
n
y
De
p
dis
c
A
ll
c
15. CO
P
o
D
P
r
P
R
0
0
Pl
e
S
y
communicati
o
p
artment of H
e
c
ouraged.
c
ommunicatio
n
NTACT DE
T
o
stal addres
s
irectorate: Aff
o
r
ivate Bag X8
2
R
ETORIA
0
01
e
ase use the
f
tenders@h
e
S
pecial Req
u
o
n to any gov
e
e
alth in respe
c
n
between th
e
T
AILS
s
o
rdable Medi
c
2
8
f
ollowing e-m
a
e
alth.gov.za
u
irements a
n
e
rnment offici
a
c
t of this bid b
e
e
bidder and t
h
c
ines
a
il address for
n
d Condition
s
a
l or a person
e
tween the cl
o
h
e National D
e
any queries r
e
s
of Contract
acting in an
a
o
sing date and
e
partment of
H
Physical a
d
Directorate:
Civitas Buil
d
242 Struben
Cnr Thabo
S
Pretoria
0002
e
lating to bidd
: HP06-2021
a
dvisory capa
c
the award of
H
ealth, must b
e
d
dress
Affordable M
e
d
ing
Street
S
ehume Stree
t
ing process:
SVP
Page 20
o
c
ity for the Na
t
the bid by the
e
done in writi
e
dicines
t
o
f 38
t
ional
bidder is
ng.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 69
SECT
I
16.
C
T
17.
P
P
N
P
O
18.
R
A
a
f
F
S
I
ON B
C
ONTRACT
P
he contract s
h
P
ARTICIPAT
I
articipating A
u
N
ational Depar
rovincial Dep
a
Eastern C
a
Free State
Gauteng;
KwaZulu-
N
Limpopo.
O
ther Institutio
n
Nelson M
a
R
EGISTRATI
O
A
ll contracted
s
f
ter award of
c
ailure to meet
S
pecial Req
u
P
ERIOD
h
all be for the
I
NG
A
UTHO
u
thorities and
tments, Provi
n
a
rtments:
a
pe;
;
N
atal;
n
s:
a
ndela Childre
n
O
N ON DAT
A
s
uppliers mus
t
c
ontract.
this requirem
u
irements a
n
period from 0
1
RITES AND
Health Establ
i
n
cial Departm
e
n
s' Hospital
A
BASES O
F
t
register on t
h
ent will result
n
d Condition
s
1
May 2021 t
o
OTHER HE
A
i
shments whi
c
e
nts and orth
e
F
PARTICIP
A
h
e supplier d
a
in the inability
s
of Contract
o
30
A
pril 202
4
A
LTH ESTA
B
c
h will be parti
c
e
r institutions
a
M
p
N
o
N
o
W
A
TING AUT
H
a
tabases of P
a
to process p
a
: HP06-2021
4
.
B
LISHMENT
c
ipating auth
o
a
s approved
b
p
umalanga;
o
rthern Cape;
o
rth West;
estern Cape;
a
H
ORITIES
a
rticipating
A
u
t
a
yment for go
o
SVP
Page 21
o
S
o
rities in this c
o
b
y the account
a
nd
t
horities withi
n
o
ds.
o
f 38
o
ntract are
ing officer.
n
30 days
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 70
Page 22
o
19.
P
R
P
A
e
n
o
f
20.
A
T
s
a
T
T
c
o
T
a
w
I
n
D
p
a
n
o
s
i
t
h
o
f 38
P
OST AWAR
R
egulation 16
A
ublic Entities,
A
ccounting Off
i
n
tity, request
t
f
state, subje
c
A
WARD CO
N
he National D
a
me item.
he National D
he National D
o
ntractors (tw
o
he following a
w
ard:
Source
o
Capacit
y
Estimat
e
Risk to
p
Past co
m
n
cases where
D
epartment of
a
ck sizes suit
a
o
conversion
f
i
zes during ev
h
at specified i
s
Sp
e
D PARTICI
P
A
6.6 of the Tr
e
issued in ter
m
i
cer/Accounti
n
t
o participate i
c
t to the writte
n
N
DITIONS
epartment of
H
epartment of
H
epartment of
H
o
or more) to
a
re examples
o
o
f Active Phar
m
y
to meet exp
e
e
d volume to
b
p
ublic health i
f
m
pliance of th
e
the tender d
o
Health reserv
e
a
ble for a 28-
d
f
actor will be
a
aluation. Simi
l
s
offered.
e
cial Conditi
o
P
ATION
e
asury Regula
t
m
s of the Pub
l
n
g Authority m
a
n any contrac
n
approval of
s
H
ealth reserv
e
H
ealth reserv
e
H
ealth reserv
e
a
ddress high
v
o
f considerati
o
m
aceuticaI In
g
e
cted demand
b
e supplied;
f
the item is n
o
e
bidder with
c
o
es not achiev
e
s the right n
o
d
ay treatment
a
pplied. Direct
larly, no conv
e
o
ns of Contr
a
t
ions for Dep
a
l
ic Finance M
a
a
y, on behalf
o
t arranged by
s
uch organ of
e
s the right to
e
s the right to
e
s the right to
v
olume requir
e
o
ns which ma
y
g
redient (API)
as per publis
h
o
t available;
c
ontractual ob
l
e the most ec
o
o
t to award th
a
cycle are req
u
comparisons
e
rsion factors
w
a
ct: HP06-2
0
a
rtments, Trad
a
nagement A
c
o
f a departme
means of a c
o
state and the
award contra
c
negotiate pric
e
award the sa
m
e
ments, secu
r
y
be taken int
o
and actual m
a
h
ed estimates
l
igations.
o
nomically ad
a
t item. In the
c
u
ired. Should
a
will be made
b
will be applie
d
0
21SVP
ing Entities,
C
c
t, 1999, (Act
1
nt, constitutio
n
o
mpetitive bid
d
relevant cont
r
c
ts to more th
a
e
s.
m
e item as a
m
r
ity of supply
a
o
account whe
a
nufacturing
s
in the Excel
B
vantageous p
c
ase of medic
a
30-day or ot
h
b
etween the
2
d
in cases wh
e
C
onstitutional
E
1
of 1999), st
a
n
al institution
o
d
ing process
b
r
acto
r
s.
a
n one contra
c
m
ultiple award
a
nd product a
v
n contemplati
n
s
ite;
B
id Response
rice, the Nati
o
ines for chron
h
er pack size
2
8-day and ot
h
e
re a pack siz
e
E
ntities and
a
tes that the
o
r public
b
y any organ
c
tor for the
to various
v
ailability.
n
g a multiple
Document;
o
nal
ic conditions,
be offered,
h
er pack
e
other than
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 71
Page 23
o
T
r
e
it
e
a
n
t
h
T
H
e
f
20.1
S
T
e
n
T
T
w
Catego
r
o
f 38
he National D
e
quired, due t
o
e
ms registere
d
n
d time of bid
h
e contract for
he Departme
n
H
owever, in ca
s
f
fect.
S
PLIT AND
M
he National D
n
sure securit
y
he following
w
Source
o
Capacit
y
Estimat
e
Risk to
p
Past co
m
w
o-way split
a
r
y
A
B
C
D
E
Sp
e
epartment of
H
o
emerging cli
n
d
in terms of t
h
closure. In th
e
an item, or a
d
n
t of Health wi
s
es where pa
t
M
ULTIPLE A
W
epartment of
H
y
of supply.
w
ill be taken in
o
f API and ma
y
to meet exp
e
e
d volume to
b
p
ublic health i
f
m
pliance of th
e
a
wards will be
e
cial Conditi
o
H
ealth may c
h
nical evidenc
e
h
e Medicines
e
se circumsta
n
d
just the quan
ll notify the c
o
t
ient safety is
a
W
ARDS
H
ealth reserv
e
to considerati
o
nufacturing si
t
e
cted demand
b
e supplied.
f
the item is n
o
e
bidder with
c
made in acc
o
Differ
e
o
ns of Contr
a
h
ange treatme
e
, disease pro
f
and Related
S
nces, the Nati
tity awarded
b
o
ntracted sup
p
a
concern, th
e
e
s the right to
o
n when cont
e
t
e.
as per publis
h
o
t available.
c
ontractual ob
l
o
rdance with t
h
e
nce betwee
n
scored
Equal points
< 5 points
>5-10 points
>10-20 point
s
>20 points
a
ct: HP06-2
0
nt protocols a
f
iles, safety o
r
S
ubstances A
c
onal Departm
e
b
ased on exp
e
p
lier within a r
e
e
se changes
m
issue split or
m
e
mplating a s
p
h
ed estimates
l
igations.
h
e following s
c
n
points
s
0
21SVP
nd/or product
r
resistance p
a
c
t, 1965, (Act
1
e
nt of Health
r
e
cted changes
e
asonable tim
e
m
ay be imple
m
m
ultiple awar
d
p
lit award:
in the Bid Re
s
c
hedule base
d
Recommen
d
formulations
w
a
tterns and av
a
1
01 of 1965)
a
r
eserves the r
i
in projected
d
e
of the expec
m
ented with im
d
s, where nec
e
s
ponse Docu
m
d
on the point
s
d
ed percent
a
50/50
60/40
70/30
80/20
90/10
w
here
a
ilability of
a
t the date
i
ght to cancel
d
emand.
ted change.
mediate
e
ssary, to
m
ent.
s
scored:
a
ge split
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 72
Page 24
o
20.2
T
T
d
t
c
a
t
f
T
S
m
f
c
m
w
S
a
o
o
f 38
Where a spli
t
volumes for
a
For a th
r
For a fo
u
T
HERAPEU
T
T
he Policy for
d
efines a ther
a
t
herapeutic ef
f
c
lass, may dif
f
a
ction, result i
t
hese medicin
f
or a specific i
n
T
he ministeri
a
S
tandard Tre
a
m
entioned in
t
f
ollowed by a
n
c
lasses have
b
m
ember of th
e
w
here approp
r
S
uch therape
u
a
dvantageou
s
o
ffering the o
p
A single me
m
Sp
e
t
for more tha
n
a
ward:
r
ee way split:
S
u
r way split: S
u
T
IC CLASS
A
Classifying
M
a
peutic class
a
f
ects. Medicin
e
f
er in chemist
r
n different ad
v
es have close
n
dication.
a
lly appointed
a
tment Guideli
t
he “Medicine
n
example su
c
b
een designa
t
e
class for a s
p
r
iate.
u
tic classes m
s
contract, off
e
p
portunity for
c
m
ber of the c
l
e
cial Conditi
o
n
2 suppliers i
s
S
upplier shar
e
u
pplier share
=
A
WARDS
M
edicines into
T
a
s a group of
e
s in a therap
e
r
y or pharmac
o
v
erse reaction
e
similarity in e
National Esse
nes (STGs) a
n
treatment” se
c
c
h as, HMGC
o
t
ed where no
n
p
ecific indicati
ay be used d
u
e
r the market t
c
ost efficienci
e
lass may be
a
o
ns of Contr
a
s
contemplat
e
e
= 33.3% + (
s
=
25% + (sup
p
T
herapetic Cl
a
medicines wh
e
utic class m
a
o
kinetic prop
e
s, have differ
e
e
fficacy and s
a
e
ntial Medicin
e
nd Essential
M
c
tion of the n
a
o
A reductase i
h
n
e of the mem
b
on. The NEM
L
u
ring the cont
r
he largest vol
u
e
s by stimulati
a
warded.
a
ct: HP06-2
0
e
d, the followi
n
s
upplier score
p
lier score -
m
a
sses for Pur
p
ich have activ
e
a
y or may not
e
rties, and ma
y
e
nt toxicity an
d
a
fety profiles,
w
e
s List Commi
t
M
edicines List
a
tional STGs
w
h
ibitors (Stati
n
b
ers of the cl
a
L
C will design
a
r
acting proces
s
u
me and incr
e
ng robust co
m
0
21SVP
n
g formula ma
y
- mean score
)
m
ean score) x
2
p
oses of Ther
a
e
ingredients
w
belong to the
s
y
possess diff
e
d
drug interac
t
w
hen adminis
t
t
tee (NEMLC)
(EML). Thera
w
hich provide
s
n
s) e.g. simav
a
a
ss offer any s
a
te therapeuti
s
to achieve t
h
e
ase the num
b
m
petition.
y
be used to
a
)
x 2.3%
2
%
a
peutic Interc
h
w
ith compara
b
s
ame pharma
e
rent mechan
i
t
ion profiles. I
n
t
ered in equip
o
formulates a
n
peutic classe
s
s
a class of m
e
a
statin. These
ignificant ben
e
c classes for
a
h
e most econ
o
b
er of competi
t
a
llocate
h
ange
b
le
cological
i
sms of
n
most cases,
o
tent doses
n
d revises the
s
are
e
dicines
therapeutic
e
fit over
a
condition,
o
mically
t
ors, thereby
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 73
Page 25
o
21
N
T
s
u
22.
N
T
T
p
r
I
n
r
e
23.
P
T
c
o
T
h
C
Seri
o
f 38
N
EGOTIATI
O
he National D
u
ccessful bid
d
N
ON-COMMI
T
he National D
he right is als
o
r
ior to closing
n
the event th
a
e
medy the ma
P
RICE REVI
E
he National D
o
ntract:
A
routine
a
A
n excepti
h
erapeutic
lass and
es Number
Class 1
Class 2
Sp
e
O
NS
epartment of
H
d
er(s) post aw
a
T
MENT
epartment of
H
o
reserved to
w
of the bid an
d
a
t an incorrect
tter in any ma
E
W
epartment of
H
a
djustment to
m
onal adjustm
e
Therapeuti
c
description
Surfactant -
g
Surfactant -
g
e
cial Conditi
o
H
ealth reserv
e
a
rd.
H
ealth reserv
e
w
ithdraw or a
m
d
post award
award has b
e
nner it may d
e
H
ealth envisa
g
m
itigate foreig
e
nt to mitigate
c
class
M
g
roup 1
P
V
N
1
g
roup 2
P
V
N
2
o
ns of Contr
a
e
s the right to
e
s the right no
m
end any of t
h
e
en made, the
e
em fit.
g
es three typ
e
n exchange fl
u
significant sh
o
M
embers of t
h
P
hospholipids,
V
s
N
atural Phosp
h
20mg in 1.5
m
P
hospholipids,
V
s
N
atural Phosp
h
2
40mg in 3ml,
a
ct: HP06-2
0
negotiate wit
h
t to award, to
h
e bid conditi
o
National Dep
a
e
s of price revi
uctuations;
o
rt-term foreig
h
e therapeuti
c
Total (Beract
a
h
olipids (Pora
c
m
l, 1.5ml
Total (Beract
a
h
olipids (Pora
c
3ml
0
21SVP
h
the bidders
p
award in part,
o
ns, by notice,
a
rtment of He
a
ew processe
s
n exchange fl
c
class
a
nt), 100mg/
4
c
tant alpha), i
n
a
nt), 200mg/
8
c
tant alpha), i
n
p
rior to award
a
or in full.
in writing to
a
a
lth reserves
t
s
for the durati
o
uctuations; a
n
4
ml, 1 Vial
n
tra-tracheal
s
8
ml, 1 Vial
n
tra-tracheal
s
a
nd with the
a
ll bidders
t
he right to
o
n of this
n
d
s
olution,
s
olution,
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 74
Page 26
o
23.1
E
E
T
A
23.1.1 I
N
23.2 P
O
p
r
A
o
f 38
A systema
t
E
LIGIBILITY
R
ligibility for pri
he submissio
n
A
ssessment of
N
STRUCTIO
N
The price b
version. Th
e
A
ctive
Form
u
Pack
a
Logist
Gross
The sum o
The local
+
(e.g. Porti
o
componen
t
VAT must
Labour m
u
Breakdow
n
The Natio
n
componen
t
RICE ADJUS
O
nly the portio
n
r
ice breakdo
w
A
djustments ar
Sp
e
t
ic review of p
RELATING
T
ce adjustmen
t
n
of a complet
the rationalit
y
N
S FOR PRIC
E
reakdown mu
e
delivered pri
Pharmaceuti
c
u
lation;
a
ging;
ics (this inclu
d
margin (rem
a
f these categ
o
+
imported po
r
o
n of API att
r
t
).
be apportione
u
st be apporti
o
n
must be in p
nal Departm
e
t
s of the bid p
r
TMENTS RE
L
n
of the bid pr
i
w
n on the sign
e
e always calc
u
e
cial Conditi
o
rices for com
p
T
O RATE O
F
t
s relating to f
o
e price break
d
y
of this price
b
E
BREAKDO
W
st be comple
t
ce must be di
v
c
al Ingredient
s
d
es transporta
t
a
ining portion)
.
o
ries must be
e
r
tions of the fi
r
ibutable to lo
c
d equally acr
o
o
ned appropri
a
ercentage for
m
e
nt of Health
r
ice, which m
a
L
ATING TO F
i
ce facing for
e
e
d bid submis
s
u
lated using t
h
o
ns of Contr
a
p
arable produ
c
F
EXCHANG
o
reign excha
n
d
own per instr
u
b
reakdown by
W
N
t
ed on the sig
v
ided across
f
s
(API);
tion, warehou
s
.
e
qual to 100
%
rst three com
p
cal + Portion
o
ss all compo
n
a
tely across th
m
at to the clo
s
reserves th
e
a
y include au
d
OREIGN EX
C
e
ign exchange
s
ion.
h
e original aw
a
a
ct: HP06-2
0
c
ts available i
n
E
A
DJUST
M
n
ge risk depen
uctions below
the National
D
ned bid resp
o
f
ive compone
n
s
ing and distri
%
of the delive
r
p
onents must
of API attrib
u
n
ents and not
e relevant co
m
s
est whole pe
r
e
right to en
g
d
it of invoices
a
C
HANGE RIS
K
risk will be a
d
a
rded contrac
t
0
21SVP
n
the internati
o
M
ENTS
ds on:
for all releva
n
D
epartment of
o
nse docume
n
n
ts
bution);
r
ed price for t
h
add up to 10
0
u
table to imp
o
regarded as
a
m
ponents.
r
centage (e.g.
g
age with bid
a
nd related d
o
K
d
justed. This
p
t
ed price as t
h
o
nal market pl
n
t products; a
n
Health.
n
t as well as
t
h
e line item.
0
% within ea
c
o
rt = 100% o
f
a
separate co
m
20%).
d
ders to verif
y
o
cumentation.
p
ortion is dete
r
h
e base.
ace.
n
d
t
he electronic
c
h component
f
specific API
m
ponent.
y
any of the
r
mined by the
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 75
Page 27
o
P
b
a
R
E
c
o
B
S
s
u
R
23.3
A
S
H
W
a
d
F
L
o
o
f 38
rice adjustme
n
a
se average r
R
ates are sour
c
ligibility for fa
v
o
mpliance wit
h
B
ase average
R
R
R
hould the bid
d
u
bmit the calc
R
eserve Bank
p
A
PPLICATIO
N
canned copie
s
H
ealth prior to
t
W
here no appli
d
justment wo
u
oreign excha
n
o
gistics.
Sp
e
n
ts relating to
ate of exchan
g
c
ed from the
R
v
ourable Cont
r
h
contractual
o
RoE for this
t
Curren
Rand per U
S
Rand per B
r
Rand per
R
and per Yuan
R
and per Indi
a
R
and per Dan
d
er make use
ulated averag
p
ublished rat
e
N
FOR CONT
R
s
of signed a
p
t
he submissio
n
cation for an
a
u
ld be favoura
n
ge adjustme
n
e
cial Conditi
o
foreign exch
a
g
e (RoE) and
R
eserve Bank
r
actual Price
A
o
bligations.
t
ender will b
e
cy
S
Dollar
r
Pound
Euro
Renminbi
a
n Rupee
ish Krone
of any curren
c
e RoE for the
e
s for the spe
c
R
ACTUAL PR
p
plications for
n dates detail
e
a
djustment rel
a
ble to the De
p
n
ts may never
o
ns of Contr
a
a
nge will be b
a
an adjustmen
(www.resban
k
A
djustments
m
e
as follows,
p
c
y not mentio
n
period 1 Jan
u
c
ific currency.
ICE ADJUST
M
price adjustm
e
e
d in the tabl
e
ating to foreig
p
artment, this
w
result in a pri
c
a
ct: HP06-2
0
a
sed on the p
e
t average Ro
E
k.co.za).
m
ay be withdr
a
p
er currency
:
Base Avera
g
the period
n
ed above, th
e
u
ary 2020 to 3
0
M
ENTS
e
nts must be
r
e
s below.
n exchange h
a
w
ill be imple
m
c
e exceeding
t
0
21SVP
e
rcentage cha
n
E
.
a
wn in light of
e
:
g
e Rates of E
x
1 January 20
16.61
20.9
0
18.3
0
2.34
0.22
2.43
e
bidder must
s
0
June 2020
u
r
eceived by th
e
a
s been recei
v
m
ented autom
a
t
he current Si
n
n
ge between
t
e
vidence of p
o
x
change Ave
r
20 to 30 Jun
e
0
0
s
tipulate this
c
u
sing the Sout
e
National De
v
ed and such
a
tically.
n
gle Exit Pric
e
t
he relevant
o
or
r
age for
e
2020
c
learly and
h African
partment of
an
e
, ex
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 76
Page 28
o
23.4
R
S
t
a
Revie
w
1
2
3
4
5
23.5 E
S
b
e
i
n
Revie
w
0.1
1.1
2.1
3.1
4.1
5.1
o
f 38
R
OUTINE PRI
C
chedules for
r
a
ble below:
w
P
e
ad
ju
01 Ma
y
01 Nov
e
01 Ma
y
01 Nov
e
01 Ma
y
XCEPTIONA
L
uppliers may
r
e
activated if
t
n
dicated in the
w
Perio
d
01
01 Nov
e
01
01 Nov
e
01
01 Nov
e
Sp
e
C
E ADJUST
M
r
outine price r
e
e
riod for ca
l
u
stment av
e
y 2021 - 31
O
e
mber 2021
-
y 2022 - 31
O
e
mber 2022
-
y 2023 - 31
O
L
PRICE ADJ
r
equest exce
p
t
he absolute c
h
table below f
l
d
for calcula
t
avera
ge
May 2021 -
e
mber 2021
-
May 2022 -
e
mber 2022
-
May 2023 -
e
mber 2023
-
e
cial Conditi
o
M
ENTS
e
views, and p
e
l
culatin
g
e
ra
g
e RoE
O
ctober 202
1
-
30 April 20
2
O
ctober 202
2
-
30 April 20
2
O
ctober 202
3
USTMENTS
p
tional price a
d
hange betwe
e
l
uctuates by
m
tin
g
ad
j
ust
m
e
RoE
31 July 202
1
-
31 January
31 July 202
2
-
31 January
31 July 202
3
-
31 January
o
ns of Contr
a
e
riods for calc
Su
b
requ
e
revie
w
o
1
03 N
o
2
2 03
2
03 N
o
2
3 03
3
03 N
o
d
justments ac
c
e
n the base R
o
m
ore than 10
%
m
ent
S
r
e
re
v
1
0
2022 0
3
2
0
2023 0
3
3
0
2024 0
3
a
ct: HP06-2
0
ulating adjust
m
b
mission of
e
st for proc
e
w
to reach t
h
o
ffice b
y
o
vember 202
May 2022
o
vember 202
May 2023
o
vember 202
c
ording to the
o
E and the th
r
%
.
S
ubmission
e
quest for p
r
v
iew to reac
h
office by
0
3 August 2
0
3
February 2
0
3 August 2
0
3
February 2
0
3 August 2
0
3
February 2
0
21SVP
m
ent average
e
h
e
D
a
ad
ju
b
e
2
1 01
0
2
2 01
0
2
3 01
schedule in t
h
r
ee month retr
o
of
r
oce
h
the
D
a
d
b
0
21 0
1
2
022
0
22 0
1
2
023
0
23 0
1
2
024
RoE are deta
a
te from wh
i
u
sted price
s
e
come effec
t
December
2
0
1 June 202
2
December
2
0
1 June 202
December
2
h
e table belo
w
o
spective ave
D
ate from
w
dj
usted pric
e
b
ecome effe
1
Septembe
r
01 March 2
0
1
Septembe
r
01 March 2
0
1
Septembe
r
01 March 2
0
iled in the
ich
s
will
t
ive
2
021
2
2
022
3
2
023
w
. These will
rage RoE
w
hich
e
s will
ctive
r
2021
0
22
r
2022
0
23
r
2023
0
24
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 77
Page 29
o
S
m
a
d
Revie
w
1
2
3
4
5
23.6 P
R
Th
co
m
W
h
wil
W
h
rig
24. Q
U
Pr
o
S
u
o
f 38
uppliers who
r
m
onths, rather
d
justment av
e
w
P
e
ad
ju
01 Aug
u
01 Fe
b
01 Aug
u
01 Fe
b
01 Aug
u
R
ICE ADJUS
T
e National De
m
parable glo
b
h
ere this revie
l enter into pri
h
ere the outc
o
ht to terminat
e
U
ALITY
o
ducts must c
u
bstances Act,
Sp
e
r
eceived exce
than the usua
e
rage RoE in t
h
e
riod for ca
l
u
stment av
e
u
st 2021 - 31
b
ruary 2022 -
u
st 2022 - 31
b
ruary 2023 -
u
st 2023 - 31
T
MENTS BAS
e
partment of H
b
al prices.
e
w identifies a
n
ce negotiatio
n
o
me of this ne
g
e
the award f
o
onform to the
1965 (Act 10
e
cial Conditi
o
ptional adjust
m
a
l six month hi
s
h
ese instance
l
culatin
g
e
ra
g
e RoE
October 20
2
30 April 20
2
October 20
2
30 April 20
2
October 20
2
ED ON A SY
S
ealth reserve
s
n
y prices that
a
n
s with the co
n
g
otiation is de
e
o
r the item in q
conditions of
1 of 1965) for
o
ns of Contr
a
m
ents will rec
e
s
torical avera
g
s are detailed
Submi
s
for p
r
reac
h
2
1 03 N
2
2 0
3
2
2 03 N
2
3 0
3
2
3 03 N
S
TEMATIC R
E
s
the right to r
e
a
re lower tha
n
n
tracted suppl
e
med unfavo
u
uestion.
registration of
the full durati
o
a
ct: HP06-2
0
e
ive routine a
d
g
e exchange
r
in the table b
e
s
sion of req
r
oce review
h
the office
ovember 20
2
3
May 2022
ovember 20
2
3
May 2023
ovember 20
2
E
VIEW
e
view internat
n
contract pric
e
ier.
u
rable, the Na
t
the product i
n
o
n of this cont
0
21SVP
d
justments ba
s
r
ate. The peri
o
e
low:
uest
to
b
y
D
a
ad
ju
b
e
2
1 01
0
2
2 01
0
2
3 01
ional prices t
o
e
s the Nation
a
t
ional Depart
m
n
terms of the
ract.
s
ed on the pr
e
o
ds for calcula
t
a
te from wh
i
u
sted price
s
e
come effec
t
December
2
0
1 June 202
2
December
2
0
1 June 202
December
2
o
identify lowe
s
a
l Department
m
ent of Health
Medicines an
d
e
ceding three
t
ing
ich
s
will
t
ive
2
021
2
2
022
3
2
023
s
t
of Health
reserves the
d
Related
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 78
Page 30
o
25. D
E
25.1 D
E
Fi
r
Tr
a
Th
co
n
th
e
Le
by
ca
l
Fa
22
25.2
Q
U
Th
qu
Pr
o
N
a
re
g
S
u
ali
g
o
f 38
E
LIVERY A
N
E
LIVERY B
A
r
m lead times
f
a
nsit and stor
a
e initial lead ti
n
tract and N
O
e
date of awa
r
ad time within
the Departm
e
l
endar days.
ilure to compl
y
of the Gener
a
U
ANTITIES
e quantities r
e
antity which
w
o
posed minim
a
tional Depart
m
g
arding MOQ
s
u
ppliers are re
q
g
ned with the
Sp
e
N
D QUANTI
T
A
SIS
f
or delivery m
u
a
ge condition
s
me as propo
s
O
T the date of
r
d.
the contract
p
e
nt, as confir
m
y
with the con
a
l Conditions
o
e
flected in the
w
ill be procure
d
um order qua
n
m
ent of Healt
h
s
cannot be re
q
uired to mai
n
needs of Part
e
cial Conditi
o
T
IES
u
st be quoted
s
applicable to
s
ed in the bid
r
placement of
t
p
eriod is defin
e
m
ed by the Pr
o
tractual lead t
o
f Contract.
bid are estim
a
d
during the c
o
ntities (MOQs
h
reserves the
ached, the bi
d
n
tain sufficient
icipating Auth
o
o
ns of Contr
a
for the durati
o
the relevant
p
r
esponse doc
u
t
he first order.
e
d as the tim
e
o
of of Delivery
ime will result
a
ted quantitie
s
o
ntract period
.
) should facili
t
right to negot
d
may not be
a
buffer stock t
o
o
rities.
a
ct: HP06-2
0
o
n of the cont
r
p
roducts must
u
ment will be
c
This period
m
e
from submis
s
document. T
h
in penalties b
s
and no guar
a
.
Fluctuations
t
ate delivery d
iate MOQs w
h
a
warded.
o
meet at lea
s
0
21SVP
r
act pe
r
iod.
be adhered t
o
c
alculated fro
m
m
ay not excee
d
s
ion of order t
o
h
is lead time
m
eing enforced
a
ntee is given
in monthly de
irectly to heal
t
h
ere necessa
r
s
t two-months
o
.
m
date of awa
r
d
75 calendar
o
supplier to t
i
m
ay not excee
d
as per parag
r
or implied as
mand may oc
c
t
h establishm
e
r
y. Where con
s
demand for a
l
r
d of the
days from
i
me of receipt
d
14
r
aph 21 and
to the actual
c
ur.
e
nts. The
s
ensus
l
l items,
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 79
Page 31
o
SECT
I
26.
S
U
26.1 S
u
th
e
co
n
N
a
Th
pe
o
f 38
I
ON C
U
PPLIER PE
u
pplier perfor
e
National De
p
n
tractor and t
h
a
tional Depart
m
e National De
rformance of
c
Complianc
e
A
s a minim
u
mechanism
A
ll tran
s
A
mont
Produc
t
Numbe
Numbe
Numbe
Status
o
Attendance
The N
a
not be
Suppli
e
efficien
The Partici
p
22 of the G
e
Non-compli
a
participatio
n
Sp
e
RFORMAN
C
r
mance mana
p
artment of H
e
h
e Participatin
m
ent of Healt
h
e
partment of H
c
ontracted su
p
e
with reportin
g
u
m, suppliers
defined by th
e
s
actional data
hly age analy
s
t
ion pipeline
d
r of units of th
r of units of th
r of units of th
o
f outstandin
g
of compulso
r
a
tional Depart
m
limited to, a
e
rs may be
cies in the su
p
p
ating Authori
t
e
neral Conditi
o
a
nce of cont
r
n
in future con
t
e
cial Conditi
o
C
E MANAG
E
gement will b
e
alth and, wh
e
g Authority, N
h
must be info
r
ealth, in colla
b
p
pliers in te
r
m
g
requirement
s
will be requir
e
e
National De
p
relating to or
d
s
is;
d
ata and forec
a
e item availa
b
e item in Qua
l
e item in the
c
g
orders.
r
y quarterly
m
m
ent of Healt
review of s
u
required to
p
p
ply chain to
b
t
ies shall imp
o
o
ns of Contra
c
r
acted suppli
e
t
racts.
o
ns of Contr
a
E
MENT
e the respons
e
re supplier p
e
ational Treas
u
r
med for corr
e
b
oration with t
s of this contr
a
s
according to
e
d to submit t
h
p
artment of H
e
d
ers;
a
st including:
b
le (stock on h
lity Assuranc
e
c
urrent month’
m
eetings
h will hold qu
u
pplier perfor
m
p
resent conti
b
enefit both s
u
o
se penalties,
c
t.
e
rs to the t
e
a
ct: HP06-2
0
ibility of Parti
c
e
rformance di
s
u
ry: Transver
s
e
ctive action.
he Participati
n
a
ct, including
o
reporting sch
h
e following in
e
alth:
and);
e
, awaiting rel
e
s production
p
arterly meeti
n
m
ance and f
o
nuous impro
v
u
ppliers and th
where deem
e
e
rms and co
n
0
21SVP
c
ipating Auth
o
s
putes cannot
s
al Contractin
g
n
g Authorities,
but not limite
d
edule and re
p
formation in
a
e
ase;
p
lan.
n
gs with suppl
o
recasted de
m
v
ement initia
t
e Departmen
t
e
d necessary
,
n
ditions of th
i
o
rities with ov
e
be resolved
b
g
Chief Direct
o
will monitor t
h
d
to the followi
n
p
orting mecha
n
a
specified for
m
iers which wil
m
and for the
t
ives aimed
t
of Health.
,
as per Para
g
is contract
m
e
rsight from
b
etween the
o
rate and
h
e
n
g:
n
ism.
m
at and via a
l include, but
next quarter.
at improving
g
raph 21 and
m
ay influence
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 80
Page 32
o
26.2
D
o
f 38
Contractors
order(s) as
w
Contractors
and deliver
y
The instruc
t
invoices m
u
orders issu
e
The Depart
m
quantity.
In order to
f
orders for t
h
Only orders
Suppliers
a
A
uthorities,
Changes to
The Partici
p
lead time s
p
to the sam
e
paragraph
2
In cases w
contracted
s
D
ELIVERY AD
Products
a
delivery in
s
The infor
m
requireme
n
Invoices
m
particular
m
Related S
u
Sp
e
should note
w
ell as for the
should note
t
y
points will b
e
t
ions appeari
n
u
st be strictly
e
d by the purc
m
ent of Healt
h
f
acilitate effici
e
h
e health esta
b
made using
a
a
re required
in a manner
s
any quantitie
s
p
ating Authori
t
p
ecified in the
e
quantity in
2
1.6 of the Ge
n
here an orde
s
upplier must
l
HERENCE
a
nd related d
o
s
tructions stip
u
m
ation on inv
o
n
ts as defined
m
ust reflect b
m
edicine, an
d
u
bstances Ac
t
e
cial Conditi
o
that each i
n
payment(s) t
h
t
hat the orde
r
e
specified by
t
n
g on the off
i
adhered to a
n
hasing institu
t
h
is under no
e
nt implemen
t
b
lishment as
p
a
n official, aut
h
to acknowle
d
s
tipulated by t
h
s
ordered ma
y
t
ies reserve t
h
contract and
m
substitution
o
neral Conditi
o
r is received
l
iaise with the
o
cumentation
u
lated on the
p
o
ices and do
c
by the Natio
n
oth the "pro
p
d
which is th
e
t
, 1965 (Act 1
o
ns of Contr
a
n
dividual pur
c
h
ereof.
r
(s) will be pl
a
t
he relevant p
i
cial order for
n
d under no
c
t
ions.
obligation to
t
ation of the d
p
er the purch
a
h
orised purch
a
d
ge receipt
o
h
e relevant P
a
y
only be mad
e
h
e right to ca
n
m
ay, at their d
o
f the goods
o
ns of Contrac
t
which appe
a
relevant Parti
must be del
i
p
urchase ord
e
c
uments relat
n
al Departmen
p
rietary name
e
name appr
o
01 of 1965),
a
a
ct: HP06-2
0
c
hasing instit
u
a
ced as and
w
urchasing ins
t
m regarding
t
c
ircumstance
s
accept any q
u
irect delivery
s
a
se order.
a
se order for
m
o
f all purcha
a
rticipating Au
t
e
upon receip
t
n
cel orders w
iscretion, pur
c
not supplied
t
).
a
rs to be irrat
cipating Auth
o
i
vered in acc
o
e
r.
ing to delive
r
t of Health.
"(brand na
m
o
ved in terms
a
nd the item
d
0
21SVP
u
tion is resp
o
w
hen required
t
itution(s).
t
he supply, d
i
s
should the
c
u
antity which
i
s
trategy, cont
r
m
at are valid.
se orders r
e
t
hority.
t
of an amend
e
here the lead
c
hase supplie
s
in conformity
ional or misa
o
rity prior to p
r
o
rdance with
r
y must com
p
m
e"/"trade na
m
of section 1
5
description a
s
o
nsible for g
e
during the c
o
i
spatch and
s
c
ontractor de
v
i
s in excess
o
r
acted suppli
e
e
ceived from
e
d purchase
o
time exceed
s
s
of a similar
q
with the co
n
a
ligned with e
r
ocessing the
o
the terms, c
o
p
ly with the
m
m
e") which is
5
(4) of the M
s
it appears i
n
e
nerating the
o
ntract period
s
ubmission of
v
iate from the
o
f the ordered
e
rs must pack
Participating
o
rder.
s
the delivery
q
uality and up
n
tract (as per
stimates, the
o
rder.
o
nditions and
m
inimum data
unique to a
M
edicines and
n
the contract
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 81
Page 33
o
26.3
C
o
f 38
circular a
n
replace th
e
Original in
delivery p
o
may not b
e
know whe
r
The suppli
storage, a
s
receipt by
t
Discrepan
c
supplier w
i
for the qu
a
Contracte
d
condition
a
may recou
C
ONTINUITY
O
Contracte
d
Contractor
Contractor
result in in
t
regul
a
any a
n
indust
challe
n
any o
t
Contractor
as well as
Contractor
as well as
Sp
e
n
d Master Pr
o
e
MPC.
voices and
p
o
int. These do
e
the same a
s
r
e documents
i
er must ens
u
s
per product
t
he delegated
c
ies between
i
thin a reason
a
a
ntities receiv
e
d
suppliers wil
a
s formally ar
r
p any expens
e
O
F SUPPLY
d
suppliers m
u
s must maint
a
s must inform
t
errupted sup
p
a
tory action w
h
n
ticipated pro
b
rial action
n
ges with ma
n
t
her supply ch
a
s must direct
o
Participating
A
s must direct
Participating
A
e
cial Conditi
o
o
curement Ca
p
roof of deliv
e
cuments mus
t
s
the delivery
a
must be deliv
e
u
re that produ
t
's conditions
official.
invoice and p
a
ble time or
a
e
d to be chec
k
l be responsi
b
r
anged in con
s
e
s associated
u
st have at lea
a
in sufficient b
u
National De
p
p
ly, including
b
h
ich may impa
b
lems associa
t
n
ufacturing pi
p
a
llenges.
o
fficial comm
u
A
uthorities.
official comm
u
A
uthorities.
o
ns of Contr
a
talogue (MP
C
e
ry must be
a
t
be delivered
a
ddress stipu
l
e
red.
cts are deliv
e
of registratio
n
hysical stock,
a
s arranged w
k
ed upon recei
b
le for collecti
s
ultation with
t
with failure t
o
st two month
s
uffer stock thr
o
p
artment of H
e
b
ut not limited
ct on their G
M
t
ed with the a
v
p
eline;
u
nication relat
i
u
nication rela
t
a
ct: HP06-2
0
C
), or Master
a
uthorised by
to the author
l
ated on the
p
e
red in accor
d
n
. Delivery is
or damaged
ith the suppli
e
pt of delivery.
on of goods
d
t
he purchasin
o
collect such
g
s
' supply of th
e
o
ughout the d
e
alth at first k
n
to:
M
P status or t
h
v
ailability of a
c
i
ng to continui
t
t
ing to payme
n
0
21SVP
Health Prod
u
a delegated
ity responsibl
e
p
urchase orde
r
d
ance with th
e
deemed to t
e
stock, will be
e
r. This time
p
d
elivered erro
n
g authority. T
h
g
oods in acco
r
e
estimate at t
h
uration of the
n
owledge of a
h
at of entities
o
c
tive pharmac
ty of supply t
o
n
t challenges
u
ct List (MHP
L
official at th
e
e
for payment
r
. Suppliers a
r
e
appropriate
e
rminate upon
reported to t
h
p
eriod must m
a
n
eously, or in
h
e Participati
n
r
dance with th
h
e start of the
contract.
ny circumsta
n
o
n which they
eutical ingred
i
o
stockalert@
h
to medacc@
h
L
), which will
e
designated
. This may or
r
e required to
conditions of
signature of
h
e contracted
a
ke provision
the incorrect
n
g Authorities
h
e agreement
contract.
n
ces that may
are reliant;
i
ent (API);
h
ealth.gov.za,
h
ealth.gov.za,
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 82
Page 34
o
26.4
R
N
a
T
r
w
o
f 38
A
ll official
ensure co
n
It is the re
s
items. In t
h
source alt
e
not more
t
sourced fr
o
In the eve
n
Health res
e
duration o
f
Prior to t
h
submit th
e
4.The co
n
informatio
n
Name of t
h
The quanti
The perio
d
The altern
a
This provi
s
supply of t
h
Suppliers
m
the Gener
a
In terms o
f
Participati
n
urgently re
R
EPORTING
N
ational Dep
a
a
ssisted with
c
T
he National
r
equirements.
w
riting by the
Sp
e
communicati
o
n
tinuity of sup
p
s
ponsibility of
h
e event that
t
e
rnative prod
u
t
han three m
o
m another c
o
n
t that a cont
r
e
rves the righ
f
the contracte
h
e supply of
a
e
samples of
t
n
tracted supp
l
n
:
h
e product to
b
ties to be sup
p
d
for which th
e
a
tive product
m
s
ion is only a
p
h
e product.
m
ay be requir
e
a
l Conditions
o
f
the General
C
n
g Authorities
quired and is
a
rtment of H
e
c
omplying wit
h
Department
Any change
s
Directorate:
A
e
cial Conditi
o
o
n must inclu
d
p
ly.
the contracte
d
t
he contracte
d
u
ct of accepta
onths. In the
o
ntracted sup
p
r
acted suppli
e
t to proportio
n
d supplier’s i
n
a
n alternative
t
he product t
o
l
ier is also r
e
b
e supplied;
p
lied;and
e
product will
b
m
ust be suppl
p
plicable for
e
e
d to pay pen
a
o
f Contract P
a
C
onditions of
may purchas
e
not immediat
e
e
alth will pro
v
h
these requir
e
of Health m
s
to reporting
A
ffordable Me
d
o
ns of Contr
a
d
e detail of c
d
supplier to
e
d
supplier is u
ble quality an
case of a
m
p
lier for the sa
m
er
is unable t
o
n
ally reallocat
e
n
ability to sup
p
product can
b
o
be supplied
e
quired to f
u
b
e supplied.
ied at the cur
r
e
mergency s
u
alties for sup
p
a
ragraph 22.
Contract and
e
outside the
c
e
ly available.
v
ide the requi
r
e
ments.
ay, from tim
e
requirements
d
icines.
a
ct: HP06-2
0
orrective acti
o
e
nsure contin
u
nable to sup
p
d up to the s
a
m
ultiple award
m
e product.
o
supply in th
e
e
volumes to
a
p
ly.
b
e undertake
n
to the two h
e
u
rnish the D
e
r
ent price of th
u
pply and ca
n
p
ly exceeding
Special Requ
c
ontract in or
d
r
ements for r
e
e
to time an
or the reporti
0
21SVP
o
ns taken by
u
ous availabili
t
p
ly, the contra
c
a
me quantity
, the alternat
i
e
short term, t
a
n alternative
n
, the contra
c
e
alth establis
h
e
partment of
e contracted i
t
n
not be used
f
the contractu
a
irements and
d
er to meet its
e
porting and
d within rea
s
ng mechanis
m
the contract
e
t
y and supply
c
ted supplier
i
as required f
o
i
ve product s
h
he National
D
contracted s
u
c
ted supplier i
h
ments as list
Health with
t
t
em.
f
or routine an
a
l lead time a
s
Conditions of
s
requirement
s
successful bi
d
s
on, add to
t
m
will be co
m
e
d supplier to
of contracted
i
d required to
o
r a period of
hould not be
D
epartment of
u
pplier for the
s required to
ed in section
t
he following
d continuous
s
stipulated in
Contract, the
s
if the item is
d
ders will be
t
he reporting
m
municated in
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 83
Page 35
o
27.
P
27.1
P
o
f 38
P
ACKAGIN
G
P
ACKAGING
Suppliers
Packagin
g
Practice
a
Packagin
g
adversel
y
The pack
a
acceptab
l
The num
Docume
n
Where a
clearly ill
u
Where th
must be
a
Oute
tamp
The
c
whe
n
Whe
r
be a
d
Oute
tamp
The
s
not a
The
o
Sp
e
G
, LABELLI
N
must ensur
e
g
must be su
a
nd Good Dis
t
g
must be s
u
y
affect the sta
a
ging must b
e
l
e containers,
ber of units
n
t.
particular sta
c
u
strated on th
e
e contents of
a
dhered to:
r packaging
f
ering;.
c
ontents mus
t
n
opened.
r
e the conten
t
d
hered to:
r packaging
f
ering;.
s
hipper pack
llowed;.
o
uter packagi
n
e
cial Conditi
o
N
G AND BA
R
e
that produc
t
itable for furt
h
t
ribution Pract
i
u
itable for tra
n
bility and inte
g
e
uniform for t
h
specifically d
e
per shipper
p
c
king and sto
r
e
outer packa
g
the shipper
p
f
langes must
t
be packed i
n
t
s of a shippe
r
f
langes must
must contain
n
g must be cl
e
o
ns of Contr
a
R
CODES
t
s delivered
a
h
er dispatch,
s
i
ce.
n
sportation a
n
g
rity of the pr
o
h
e duration of
e
veloped for t
h
p
ack or origi
n
r
age configur
a
g
ing.
p
ack represen
be sealed wi
n
neat, unifor
m
r
pack repres
e
be sealed wi
only one pro
d
e
arly marked
a
a
ct: HP06-2
0
a
re received
s
torage and
s
n
d should pr
e
o
duct.
the contract
p
h
e product.
n
al carton m
u
a
tion is reco
m
t a standard
s
th suitable t
a
m
rows and
c
e
nt a non-sta
n
th suitable t
a
d
uct, mixing o
f
a
s a "Part Box
"
0
21SVP
in good orde
s
tacking acco
r
e
vent exposu
r
p
eriod. All pro
d
u
st be compl
e
m
mended by t
h
s
upply quanti
t
a
pe that will
c
c
olumns that
w
n
dard supply
q
a
pe that will
c
f
multiple pro
d
"
.
r at the poin
t
r
ding to Good
r
e to conditio
n
d
ucts must b
e
e
ted in the
B
h
e supplier, t
h
t
y of an item,
c
learly displa
y
w
ill facilitate
e
q
uantity, the f
o
c
learly displa
y
d
ucts in a sin
g
t of delivery.
Wholesaling
n
s that could
e
packaged in
B
id Response
h
is should be
the following
y
evidence of
e
asy counting
o
llowing must
y
evidence of
g
le shipper is
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 84
Page 36
o
27.
2
27
o
f 38
2
LABELLI
A
ll c
o
not l
e
The
f
part
b
I
o
R
N
B
E
S
B
Whe
r
e.g.
t
indic
a
Unit
p
in te
r
inclu
d
.3 BAR
C
A
ll
Th
Su
th
e
Sp
e
NG
o
ntainers, pac
k
e
ss than font
s
f
ollowing info
r
b
oxes:
tem name as
o
r Master He
a
R
egistered pr
o
N
umber of uni
B
atch number
E
xpiry date;
S
torage condi
t
B
arcode.
r
e the content
s
t
hermolabile,
h
a
ted on the o
u
p
acks must b
e
r
ms of the M
e
d
e a barcode
s
C
ODES
unit and ship
p
e European
A
ppliers are e
n
e
following inf
o
Item name
(MPC), or
M
The "propri
e
approved b
y
Dosag
e
Pack si
z
e
cial Conditi
o
k
aging and c
a
s
ize 48.
r
mation must
contained in
t
a
lth Products
L
o
duct name (i
f
ts in pack
;
t
ions;
s
of the shipp
e
h
igh-schedule
d
u
ter packagin
g
e
labelled in a
e
dicines and
s
uitable for th
e
p
er packs mu
s
A
rticle Number
i
n
couraged to
i
o
rmation:
as containe
d
M
aster Health
P
e
tary name
(
y
MCC or SA
H
e
form and str
e
z
e;
o
ns of Contr
a
a
rtons must b
e
be clearly an
d
t
he contract c
i
L
ist (MHPL),
w
f
applicable);
e
r pack requir
e
d
or cytotoxic
g
on a brightly
ccordance wi
t
Related Sub
s
e
identificatio
n
s
t be marked
w
i
ng Code 13 (
E
i
nclude a 2D
b
d
in the contr
P
roducts List
(
(
brand name
"
H
PRA;
e
ngth;
a
ct: HP06-2
0
e
clearly labell
e
d
indelibly pri
n
i
rcular and th
e
w
hich will repla
e
special atte
n
products, suc
coloured bac
k
t
h Regulation
s
tances Act, 1
n
and tracking
w
ith the appro
E
AN 13) has
b
b
arcode or si
m
act circular
a
(
MHPL) which
"
/"trade name
0
21SVP
e
d. Bulk pack
s
n
ted on all s
h
e
Master Proc
u
ce the MPC.
n
tion in terms
c
h instructions
k
ground.
10 of the Ge
n
965 (Act 101
of medication
priate barcod
e
b
een accepte
d
m
ilar on their
a
nd the Mast
e
will replace t
h
”) unique to
s
must be lab
e
h
ipper packs,
i
u
rement Cata
of storage an
d
must be clea
r
n
eral Regulati
o
of 1965). T
h
.
e
number and
d
as standard.
packaging th
a
e
r Procureme
h
e MPC.
a particular
e
lled in letters
i
ncluding any
logue (MPC),
d
/or handling,
r
ly and visibly
o
ns published
h
e label must
symbology.
a
t will include
nt Catalogue
medicine, as
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 85
Page 37
o
28
29.
C
E
W
h
a
c
su
c
W
h
su
b
o
f 38
SHELF LIF
E
Unless MCC
months upo
n
Contracted s
life provided
t
A
pplicat
i
replace
d
A
pplicat
i
Upon n
o
cost; an
d
Failure
t
disposal
If short-dat
e
will be appli
o A =
am
o
dis
c
Unless oth
e
with a shelf
-
E
DING, ME
R
h
ere a contra
c
c
ontract the c
o
c
h an event.
h
ere a contra
c
b
mit an officia
Sp
e
Batch
n
Expiry
d
E
or SAHPRA,
n
delivery.
uppliers may
a
that:
i
ons are acco
m
d
or credited b
e
i
ons are appr
o
o
tification of r
e
d
t
o collect the
of the produ
c
e
d products ar
e
ed for invoici
n
(12 – month
o
unt to be inv
o
c
ount formula.
e
rwise agreed
-
life of less th
a
R
GERS, TAK
c
ted supplier
p
o
ntracted sup
p
c
ted supplier
p
a
l request in w
r
e
cial Conditi
o
n
umber;
d
ate.
has approve
d
a
pply in writin
m
panied by a
n
e
fore or after
e
o
ved by the P
a
e
maining expi
r
products with
i
c
t by the Parti
c
e
delivered wi
n
g of short-dat
e
s to date of
e
o
iced is: Con
s
to, any Parti
c
a
n 12 months.
E OVERS A
N
p
lans to merg
e
p
lier must info
r
p
lans to cede
a
r
iting to the N
D
o
ns of Contr
a
d
a shorter s
h
g to Participa
t
n
undertaking
e
xpiry; and
a
rticipating Au
r
ed stock suc
h
i
n 30 days af
t
c
ipating Autho
r
thout the afor
e
e
d products:
e
xpiry) x 2%
x
s
ignment valu
e
c
ipating Auth
o
N
D CHANG
E
e
with, or is go
r
m the Nation
a
a
contrated ite
D
OH, three m
o
a
ct: HP06-2
0
h
elf life, prod
u
t
ing Authoritie
s
that such sh
o
thorities befo
r
h
products will
t
er written no
t
r
ity for the ac
c
e
mentioned u
n
x
consignme
n
e
minus A, w
h
o
rity may, wit
h
E
S IN SUPP
L
ing to be acq
u
a
l Department
m to another
s
o
nths prior to
t
0
21SVP
u
cts must hav
e
s
to supply a
p
o
rt-dated prod
r
e execution o
f
be collected
b
t
ification to th
e
c
ount of the s
u
n
dertaking th
e
n
t value short
h
ere A is the
v
h
out prejudice
,
L
IER DETAI
L
u
ired by, anot
h
of Health in
w
s
upplier, the
c
t
he proposed
e
a shelf-life
o
p
roduct with
a
ucts will be u
n
f
orders; and
b
y the supplie
e
supplier wil
l
u
pplier.
e
following dis
c
dated produ
c
v
alue of the o
u
,
decline to a
c
L
S
h
er entity or pl
a
w
riting at first
k
c
ontracted sup
effective date
.
o
f at least 12
a
shorter shelf
n
conditionally
r at their own
l
result in the
c
ount formula
c
t. Therefore,
u
tcome of the
c
cept product
a
ns to cede
k
nowledge of
plier must
.
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 86
Page 38
o
T
h
s
u
Th
un
t
Th
ad
30. CA
N
C
a
su
b
Th
un
t
31. THI
R
P
N
o
f 38
h
e NDOH res
e
u
pplier under t
e contracted
s
t
il such time t
h
e contracted
s
dress, name,
N
CELLATIO
N
a
ncellation of
b
mitted to the
e contracted
s
t
il such time t
h
RD PARTIES
articipating A
u
N
o third party i
s
Sp
e
e
rves the right
he prevailing
c
s
upplier is obli
h
at the NDOH
s
upplier must
i
or contact det
N
OF THE CO
N
a contract will
satisfaction o
s
upplier is obli
h
at the NDOH
u
thorities will
n
s
entitled to p
u
e
cial Conditi
o
to accept or
d
c
onditions of
c
ged to supply
has approve
d
inform the Na
t
ails and effec
t
N
TRACT
only be consi
f the Departm
ged to supply
has approve
d
n
ot make a pa
u
t an account
o
o
ns of Contr
a
d
ecline the re
q
c
ontract or to
c
the contracte
d
d
the request
t
t
ional Depart
m
t
these chang
e
i
dered after c
o
ent of Health.
the contracte
d
d
the request
t
yment to or c
o
o
f a Participat
END
a
ct: HP06-2
0
q
uest to cede
t
c
ancel the co
n
d
item under t
t
o cede the ite
m
ent of Health
e
s on the Cen
t
o
mpelling evid
e
d
item under t
t
o cancel the i
t
o
nsult with a t
h
ing Authority
o
0
21SVP
t
he contractu
a
n
tract.
he prevailain
g
m to another
s
at first knowl
e
t
ral Supplier
D
e
nce to supp
o
he prevailain
g
t
em.
h
ird party.
o
n hold.
a
l obligations t
o
g
conditions o
f
s
upplier.
e
dge of any c
h
D
atabase.
o
rt the reques
t
g
conditions o
f
o
the new
f
contract,
h
anges to
t
has been
f
contract,
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 87
ITEM LIST HP06-2021SVP
Item No Description
Therapeutic Class
Numbers
Unit Estimate
1 Acetylcysteine 200mg/ml, injection, 10ml Each 213,295
2 Adenosine 3mg/ml, injection, 2ml Each 74,740
3 Adrenaline (Epinephrine) 0.15mg/0.3ml, auto-injection, 0.3ml Each 5,570
4 Adrenaline (Epinephrine) 0.3mg/0.3ml, auto-injection, 0.3ml Each 2,336
5 Adrenaline (Epinephrine) 1mg/ml, injection, 1ml Each 7,520,710
6 Alfentanil 0.5mg/ml, injection, 2ml Each 119,310
7 Alprostadil 0.5mg/ml, injection, 1ml Each 6,250
8 Alteplase 50mg, 1 Vial Each 7,960
9 Aminophylline 25mg/ml, injection, 10ml Each 354,560
10 Amiodarone 50mg/ml, injection, 3ml Each 223,660
11 Atracurium 10mg/ml, injection, 2.5ml Each 81,270
12 Atracurium 10mg/ml, injection, 5ml Each 58,400
13 Atropine 0.5mg/ml, injection, 1ml Each 1,278,840
14 Atropine 1mg injection, 1ml Each 2,353,110
15 Betamethasone 4mg/ml, injection, 1ml Each 1,199,860
16 Biperiden 5mg, injection, 1ml Each 63,180
17 Bupivacaine 5mg, Adrenaline 5mcg/ml, injection, 20ml Each 292,780
18 Bupivacaine 5mg, Dextrose Anhydrous 72.7mg/ml, injection, 4ml Each 974,370
19 Bupivacaine 5mg/ml injection, spinal, 4ml Each 206,140
20 Bupivacaine 5mg/ml, injection, 10ml Each 971,660
21 Caffeine 20mg/ml, injection, 1ml Each 185,250
22 Calcium gluconate 10% m/v, injection, 10ml Each 754,340
23 Cisatracurium 2mg/ml, injection, 2.5 ml Each 266,650
24 Cisatracurium 2mg/ml, injection, 5ml Each 237,390
25 Clonazepam 1mg/ml, injection, 1ml Each 514,285
26 Clotiapine 10mg/ml, injection, 4ml Each 78,395
27 Dantrolene 20mg, injection, 70 ml Each 2,280
28 Desferrioxamine 500mg, injection Each 49,970
29 Desmopressin 4mcg, injection, 1ml Each 9,660
30 Dexamethasone 4mg, injection, 1ml Each 5,270,300
31 Dexmedetomidine, 100 mcg/ml, Injection for infusion, 2ml Each 58,320
32 Dextrose 50% m/v, injection, 20ml Each 1,293,980
33 Dextrose 50% m/v, injection, 50ml Each 1,140,740
34 Diazepam 5mg/ml, injection, 2ml Each 771,330
35 Diclofenac 25mg/ml, injection, 3ml Each 8,327,390
36 Digoxin 0,25mg/ml, injection, 2ml Each 39,280
37 Dinoprost 5mg, injection, 1ml Each 900
38 Dobutamine 12.5mg/ml, injection, 20ml Each 206,440
39 Dopamine 40mg/ml, injection, 5ml Each 106,755
40 Enoxaparin 40mg, injection, 0.4ml Each 8,663,680
41 Enoxaparin 60mg, injection, 0.6ml Each 901,800
42 Enoxaparin 80mg, injection, 0.8ml Each 2,019,230
43 Ephedrine 50mg, injection, 1ml Each 325,270
44 Ergometrine 0.5mg, injection, 1ml Each 24,700
45 Erythropoietin 10 000 iu, injection, 0.6ml Each 88,800
46 Erythropoietin 2 000 iu, injection, 0.3ml Each 320,510
47 Erythropoietin 30 000 iu, injection, 0.6ml Each 6,520
48 Erythropoietin 4 000 iu, injection, 0.3ml Each 683,630
Page 1 of 4
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 49
ITEM LIST HP06-2021SVP
Item No Description
Therapeutic Class
Numbers
Unit Estimate
49 Erythropoietin 6 000 iu, injection, 0.3ml Each 13,624
50 Etomidate 2mg/ml, injection, 10ml Each 145,080
51 Fentanyl 0.05mg/ml, injection, 2ml Each 1,581,570
52 Fentanyl 0.05mg/ml, injection, 10ml Each 370,850
53 Fluorescein 100mg/ml, injection, 5ml Each 1,536
54 Flupenthixol decanoate 20mg/ml, injection, 1ml Each 1,507,530
55 Furosemide 10mg/ml, injection, 25ml Each 245,280
56 Furosemide 10mg/ml, injection, 2ml Each 7,085,900
57 Furosemide 10mg/ml, injection, 5ml Each 342,230
58 Glucagon 1mg, injection, 1ml Each 30,050
59 Glyceryl trinitrate 1mg/ml, injection, 10ml Each 146,900
60 Glycopyrronium bromide 0.2mg/ml, injection, 2ml Each 622,200
61 Haloperidol 10mg/ml, injection, 2ml Each 24,220
62 Haloperidol 5mg/ml, injection, 1ml Each 447,790
63 Heparin 1000 iu/ml, injection, 5ml Each 693,310
64 Heparin 5000 iu/ml, injection, 5ml Each 946,240
65 Hydrocortisone 100mg/2ml, injection, 2ml Each 4,166,740
66 Hyoscine Butylbromide 20mg, injection, 1ml Each 2,338,110
67 Insulin analogue, Human, Long-acting, 100 u/ml, disposable pen, 3ml Each 33,860
68 Insulin analogue, Human, Ultrafast-acting 100 u/ml, disposable pen, 3ml Each 229,559
69 Insulin analogue, Human, Ultrafast-acting 100 u/ml, vial, 10ml Each 1,540
70 Insulin, Biosynthetic, Human, Isophane, 100 u/ml, disposable pen, 3ml Each 2,832,200
71 Insulin, Biosynthetic, Human, Isophane, 100 u/ml, vial, 10ml Each 903,640
72 Insulin, Biosynthetic, Human, Biphasic, 100 u/ml, soluble 30% and Isophane 70%, disposable pen, 3ml Each 11,488,740
73 Insulin, Biosynthetic, Human, Biphasic, 100 u/ml, soluble 30% and Isophane 70%, penfilll cartridge for use in
pens, 3ml
(PENS TO BE PROVIDED FREE OF CHARGE TO PATIENTS)
Each 2,188,000
74 Insulin, Biosynthetic, Human, Biphasic, 100 u/ml, soluble 30% and Isophane 70%, vial, 10ml Each 4,520,360
75 Insulin, Biosynthetic, Human, Soluble, 100 u/ml, disposable pen, 3ml Each 1,886,440
76 Insulin, Biosynthetic, Human, Soluble, 100 u/ml, vial, 10ml Each 387,840
77 Iron dextran containing elemental iron 50mg/ml, injection, 10ml Each 16,500
78 Iron dextran containing elemental iron 50mg/ml, injection, 2ml Each 211,350
79 Iron sucrose containing elemental iron 20mg/ml, injection, 5ml Each 271,550
80 Isulin analogue, Human, Ultrafast-acting 100 u/ml, penfill cartridge for use in pens, 3ml
(PENS TO BE PROVIDED FREE OF CHARGE TO PATIENTS)
Each 7,725
81 Ketamine 10mg/ml, injection, 20ml Each 96,930
82 Ketamine 100mg/ml, injection, 10ml Each 61,060
83 Ketamine 50mg/ml, injection, 10ml Each 87,050
84 Labetalol 5mg/ml, injection, 20ml Each 193,390
85 Lidocaine 1% m/v, injection, not for iv use, 20ml Each 1,821,100
86 Lidocaine 10% m/v, iv injection, 5ml Each 39,220
87 Lidocaine 2% m/v injection, not for iv use, 20ml Each 1,191,930
88 Lidocaine 2% m/v, Adrenaline 12.5mcg (1:80 000), dental cartridge, 1.8ml Each 18,119,370
89 Lidocaine 2% m/v, dental cartridge, 1.8ml Each 2,814,860
90 Lidocaine 2% m/v, iv injection, 5ml Each 1,964,420
91 Lorazepam 4mg, injection, 1ml Each 977,050
92 Magnesium sulfate 50%, injection, 2ml Each 5,111,040
93 Mannitol 25% m/v, injection, 50ml Each 19,320
94 Methylprednisolone 125mg, (as sodium succinate) injection, 2ml Each 33,765
Page 2 of 4
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 88
ITEM LIST HP06-2021SVP
Item No Description
Therapeutic Class
Numbers
Unit Estimate
95 Methylprednisolone 40mg, (as sodium succinate) injection, 1ml Each 5,160
96 Methylprednisolone 500mg, (as sodium succinate) injection, 8ml Each 100,830
97 Methylprednisolone acetate 40mg/ml, injection, 2ml Each 257,150
98 Methylprednisolone acetate 40mg/ml, injection, 5ml Each 18,412
99 Metoclopramide 5mg/ml, injection, 2ml Each 7,601,990
100 Midazolam 1mg/ml, injection, 5ml Each 595,200
101 Midazolam 5mg/ml, injection, 10ml Each 127,300
102 Midazolam 5mg/ml, injection, 3ml Each 948,930
103 Morphine 10mg/ml, injection, 1ml Each 3,307,110
104 Morphine 15mg/ml, injection, 1ml Each 1,772,750
105 Naloxone 0.02mg/ml, injection, 2ml Each 96,540
106 Naloxone 0.4mg/ml, injection, 1ml Each 504,980
107 Natural Phospholipids (Poractant alpha), intra-tracheal solution, 120mg in 1.5ml, 1.5ml Class 1 Each 35,215
108 Natural Phospholipids (Poractant alpha), intra-tracheal solution, 240mg in 3ml, 3ml Class 2 Each 17,274
109 Needle, Insulin, 31G x 5mm, sterile, suitable for use with all prefilled insulin injection devices, 100 Each 82,770
110 Needle, Insulin, 31G x 8mm, sterile, suitable for use with all prefilled insulin injection devices, 100 Each 377,460
111 Neostigmine 0.5mg, injection, 1ml Each 107,590
112 Neostigmine 2.5mg, injection, 1ml Each 481,450
113 Octreotide 0.05mg, injection, 1ml Each 14,020
114 Octreotide 0.1mg, injection, 1ml Each 119,395
115 Octreotide 0.2mg/ml, injection, 5ml Each 8,380
116 Oxytocin 10 iu, injection, 1ml Each 6,406,260
117 Oxytocin 5 iu, injection, 1ml Each 2,063,960
118 Oxytocin 5iu, Ergometrine 0.5mg, injection, 1ml Each 538,290
119 Pantoprazole 40mg, injection, 10ml Each 1,042,800
120 Paracetamol 10mg/ml, injection for IV infusion, 100ml Each 1,585,240
121 Paracetamol 10mg/ml, injection for IV infusion, 50ml Each 6,910
122 Pethidine 25mg/ml, injection, 1ml Each 354,260
123 Pethidine 50mg/ml, injection, 1ml Each 1,815,320
124 Pethidine 50mg/ml, injection, 2ml Each 2,769,710
125 Phenylephrine 10mg, injection, 1ml Each 637,460
126 Phenytoin 50mg/ml, injection, 5ml Each 1,278,200
127 Phospholipids, Total (Beractant), 100mg/4ml, 1 Vial Class 1 Each 35,215
128 Phospholipids, Total (Beractant), 200mg/8ml, 1 Vial Class 2 Each 17,274
129 Potassium Chloride 15%, m/v injection, 10ml Each 2,470,180
130 Potassium Phosphate Monobasic, Anhydrous, Potassium Phosphate Dibasic Anhydrous, 1.09g/1.05g,
injection, 10ml
Each 131,090
131 Promethazine 25mg/ml, injection, 1ml Each 691,430
132 Promethazine 25mg/ml, injection, 2ml Each 319,811
133 Propofol 10mg/ml, injection, 20ml Each 1,446,630
134 Propofol 10mg/ml, injection, 50ml Each 195,590
135 Protamine 10mg/ml, injection, 5ml Each 52,140
136 Quinine 300mg, injection, 1ml Each 46,610
137 Ranitidine 25mg/ml, injection, 2ml Each 822,410
138 Remifentanil 2mg, injection, 5ml Each 47,070
139 Rocuronium 50mg, injection, 5ml Each 777,100
140 Salbutamol 0.5mg, injection, 1ml Each 301,240
141 Sodium bicarbonate 4% m/v, injection, 50ml Each 109,550
Page 3 of 4
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 89
ITEM LIST HP06-2021SVP
Item No Description
Therapeutic Class
Numbers
Unit Estimate
142 Sodium bicarbonate 8.5% m/v, injection, 50ml Each 578,010
143 Sodium chloride 0.9% m/v, injection, 10ml Each 12,400,540
144 Somatropin 15iu, powder for injection, cartridge + diluent Each 23,720
145 Somatropin 30iu, powder for injection, cartridge + diluent Each 24,895
146 Somatropin 36iu, powder for injection, cartridge + diluent Each 426
147 Streptokinase 1.5MU injection Each 10,155
148 Suxamethonium 50mg/ml, injection, 2ml Each 635,010
149 Testosterone 1g injection, 1 injection Each 16,415
150 Thiopentone 0.5g, injection, 20ml Each 23,540
151 Tramadol 50mg/ml, injection, 2ml Each 3,207,480
152 Tranexamic Acid 100mg/ml, injection, 5ml Each 1,734,980
153 Vecuronium 4mg, injection, 2ml Each 53,840
154 Verapamil HCl 2.5mg/ml, injection, 2ml Each 17,910
155 Vitamin B Complex, injection, 10ml Each 429,600
156 Vitamin B1 (Thiamine) 100mg/ml, injection, 10ml Each 412,200
157 Vitamin B12 (Cyanocobalamin) 1000mcg, injection, 1ml Each 487,350
158 Vitamin K1 (Phytomenadione) 10mg/1ml, injection Each 773,990
159 Vitamin K1 (Phytomenadione) 2mg/0.2ml, injection Each 3,500,390
160 Water for injection BP, injection, 10ml Each 37,241,680
161 Water for injection BP, injection, 20ml Each 4,112,500
162 Zuclopenthixol acetate 50mg, injection, 1ml Each 228,680
163 Zuclopenthixol decanoate 200mg/ml, injection, 1ml Each 2,142,750
Page 4 of 4
2020/07/24
Bidder Signature:____________________________
HP06-2021SVP Page 90