hm06-2013s · 2014-01-13 · hm06-2013s: the supply and delivery of sterilization related items to...
TRANSCRIPT
HM06-2013S: THE SUPPLY AND DELIVERY OF STERILIZATION RELATED ITEMS TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 01 DECEMBER 2013 TO 30 NOVEMBER 2015
1. IMPORTANT GENERAL INFORMATION:
1.1 Please note that the delivered price is for the unit of measure (UOM) as offered. Units of Measure, National Stock Numbers and prices should be carefully matched when placing or executing orders.
1.2 All prices are inclusive of 14 % VAT.
1.3 All prices are on a delivered basis.
1.4 Should an order be placed by any institution other than the provincial medical depots, the validity of the order must first be confirmed with the relevant depot manager.
1.5 Contact persons and e-mail addresses indicated hereunder are to be used for contract enquiries and not for orders.
2. NAMES AND ADDRESSES OF CONTRACTORS AND CONTACT DETAIL
Supplier Name Supplier Code
Supplier Address Contact Detail ----------------------- Telephone Number Fax Number
Contact Person E-mail Address
Assegaai Healthcare CC V1N41 P O Box 76765 MARBLE RAY 4035
031(578-1903 031-578-1904
Chin Marie Jarene Rampaul [email protected]
Champion Health Care Pty Ltd
V1H36 P O Box 18693 DALRIDGE 4014
031-205-8393 031-205-8394
Ericka Chetty Vani Chetty [email protected] [email protected]
Isigidi Training 95 V1QU6 P O Box 11828 CENTURION 0046
012-661-5608 012-661-5609
Richard Yang Izabell Rishton [email protected]
Medhold Medical Pty Ltd VVD70 P O Box 320 ISANDO 1600
011-975-0633 011-975-3870
Angie de Beer [email protected]
Purple JC Trading (Pty) Ltd V31G4
P O Box 3670 WITBEECK 1729
011-762-3989 086-239-9745
Kenneth Abboy [email protected]
Palmed Medical & Surgical Supplies CC
VABX8 P O Box 15264 WESTMEAD 3608
031-700-3570 031-700-3576
Sathasivan Allan Perumal Sugan Soobramoney [email protected]
Qestmed Pty Ltd V1YE9
Postnet Suite 1040 Private Bag X153 BRYANSTON 2074
011-557-4400 011-467-8043
Ian Dunt/Sue David [email protected] [email protected]
Safmed (Pty) Ltd V7036 P O Box 1654 EDENVALE 1610
011-201-4300 011-507-5550
Manfred Kern/ Rhoda Gordan [email protected] [email protected]
HM06-2013S: STERILIZATION RELATED ITEMS CONTRACT CIRCULAR PERIOD: 1 DECEMBER 2013 TO 30 NOVEMBER 2015
Page 1 of 5
Item Nr Description Size Quantity Awarded
Bidder Name Supplier Code Product name Delivered(Comparative) Price in ZAR
Unit Pack Shipper Pack Lead Time (Max 21
days)
MOQ Total Score National Stock Number
Unit of Measure
2.1 600mm x 600mm 9,900 Assegai Healthcare V1N41 Stericrepe White R 62.00 1 Pkt = 100 Sheets
1 Bale 21 2 Bales 100.00 189706082 BX
2.2 900mm x 900mm 18,300 Assegai Healthcare V1N41 Stericrepe White R 135.00 1 Pkt = 100 Sheets
1 Bale 21 5 Bales 100.00 189706083 BX
2.3 1000mm x 1400mm
7,800 Assegai Healthcare V1N41 Stericrepe White R 232.00 1 Pkt = 100 Sheets
1 Bale 21 4 Bales 100.00 189706084 BX
3.1 600mm x 600mm 2,700 Assegai Healthcare V1N41 Stericrepe Green R 64.00 1 Pkt = 100 Sheets
1 Bale = 5 Pkts X 100 Sheets
21 2 Bale = 5 Pkts X 100
Sheets
100.00 189705232 BX
3.2 900mm x 900mm 11,700 Assegai Healthcare V1N41 Stericrepe Green R 138.00 1 Pkt = 100 Sheets
1 Bale = 2 Pkts X 100 Sheets
21 5 Bale = 2 Pkts X 100
Sheets
100.00 189706087 BX
3.3 1000mm x 1400mm
11,800 Assegai Healthcare V1N41 Stericrepe Green R 238.00 1 Pkt = 100 Sheets
1 Bale = 2 Pkts X 100 Sheets
21 4 Bale = 2 Pkts X 100
Sheets
100.00 180016860 BX
4.1 Size 1 90mm (w) x 100mm (l)
Gusset 50mm
200 Purple JC Trading (Pty) Ltd
V31G4 U-life R 120.04 Bale of 1000 Bale of 1000 21 1 X Bale 95.00 180158734 BE
4.2 Size 3 Size: 115mm x
220mm Gusset: 35mm
2,200 Safmed (Pty) Ltd V7036 Aseptor Bag R 182.61 1000 Bags per box
1000 Bags per box
21 1 Box 95.00 180158744 BE
4.3 Size 4 Size: 125mm x
260mm Gusset: 50mm
33,100 Purple JC Trading (Pty) Ltd
V31G4 U-life R 240.34 Bale of 1000 Bale of 1000 21 1 X Bale 95.00 180158748 BE
4.4 Size 5 Size: 125mm x
230mm Gusset: 85mm
1,000 Purple JC Trading (Pty) Ltd
V31G4 U-life R 255.17 Bale of 1000 Bale of 1000 21 1 X Bale 95.00 180158751 BE
Paper, sterilization, crêped white. Suitable for use as a wrapping material for sterilization of dressings, instruments, etc. Paper, minimum mass of 57g/m2, moisture repellent and resistant to air and fluid borne barrier. Must comply with the latest issue of SANS 50868, part 1 and 2 and DIN 59953-6 Box of 100
Paper, sterilization, crêped green. Suitable for use as a wrapping material for sterilization of dressing, instruments, etc. Paper, minimum mass of 57g/m2, moisture repellent and resistant to air and flued borne barrier. Must comply with the latest issue of SANS 50868, part 1 and 2 and DIN 59953-6 Box of 100
Bag, paper, medical, for steam sterilization, Bottom closure according to 2.2.4(c) of CKS 595 Printing on bag: Front: Do not use if wrapper or seal is damaged. Indicator pattern/band and final colour of indicator ink Back: Manufacturer`s name or trade mark Size: Designation Batch number To comply with the latest issue of the relevant parts of SANS 50868Packed in a suitable rigid cardboard box/baleBox/Bale of 1 000 bags
HM06-2013S: STERILIZATION RELATED ITEMS CONTRACT CIRCULAR PERIOD: 1 DECEMBER 2013 TO 30 NOVEMBER 2015
Page 2 of 5
Item Nr Description Size Quantity Awarded
Bidder Name Supplier Code Product name Delivered(Comparative) Price in ZAR
Unit Pack Shipper Pack Lead Time (Max 21
days)
MOQ Total Score National Stock Number
Unit of Measure
4.5 Size 7 Size: 180mm x
395mm Gusset: 75mm
48,200 Safmed (Pty) Ltd V7036 Aseptor Bag R 493.54 1000 Bags per box
1000 Bags per box
21 1 Box 95.00 180158754 BE
4.6 Size 8 Size:65mm x
485mm Gusset: 30mm
Additional printing required
on back of bag
200 Safmed (Pty) Ltd V7036 Aseptor Bag R 327.85 1000 Bags per box
1000 Bags per box
21 1 Box 95.00 180158757 BE
4.7 Size 11 Size:290mm x
445mm Gusset: 125mm
34,000 Purple JC Trading (Pty) Ltd
V31G4 U-life R 445.36Bale of 500
R 891.72Bale of 1,000
Bale of 500 Bale of 500 21 1 X Bale 95.00 180158761 BE
4.8 Size 12 Size: 330mm x
560mm Gusset: 150mm
35,800 Safmed (Pty) Ltd V7036 Aseptor Bag R 606.59500 Bags per box
R 1,213.18Box of 1,000 bags
500 bags per box
500 bags per box 21 1 Box 95.00 180158769 BE
4.9 Size 1020 Size: 65mm x
200mm Gusset: 35mm
1,500 Safmed (Pty) Ltd V7036 Aseptor Bag R 151.32 1000 Bags per box
1000 Bags per box
21 1 Box 95.00 180158771 BE
5.1 Width 12mm 102,300 Qestmed (Pty) Ltd V1YE9 Newcare R 10.83 Roll 72 4 to 6 5 x Pack 95.00 180009240 RO
5.2 Width 24mm 71,000 Qestmed (Pty) Ltd V1YE9 Newcare R 20.65 Roll 36 4 to 6 5 x Pack 95.00 180012347 RO
6 Tape, indicator ethylene oxide gas. Length: 50m. Width: 12mm To comply with the latest issue of CKS 224. Roll
2,300 Qestmed (Pty) Ltd V1YE9 Newcare R 14.05 Roll 72 4 to 6 5 x Pack 95.00 180090331 RO
Tape, autoclave, indicator with adhesive. Length per roll: 50mTo comply with the latest issue of CKS 224. Roll
HM06-2013S: STERILIZATION RELATED ITEMS CONTRACT CIRCULAR PERIOD: 1 DECEMBER 2013 TO 30 NOVEMBER 2015
Page 3 of 5
Item Nr Description Size Quantity Awarded
Bidder Name Supplier Code Product name Delivered(Comparative) Price in ZAR
Unit Pack Shipper Pack Lead Time (Max 21
days)
MOQ Total Score National Stock Number
Unit of Measure
7.1 Width 12mm 2,200 Purple JC Trading (Pty) Ltd
V31G4 U-life R 6.00 Roll Box of 72 21 1 X Roll 95.00 184014570 RO
7.2 Width 24mm 87,100 Purple JC Trading (Pty) Ltd
V31G4 U-life R 11.67 Roll Box of 36 21 1 X Roll 95.00 180152110 RO
Tape, masking, for hospital use, crêped, type 1. Length: 50mTo comply with the latest issue of CKS 245. Roll
HM06-2013S: STERILIZATION RELATED ITEMS CONTRACT CIRCULAR PERIOD: 1 DECEMBER 2013 TO 30 NOVEMBER 2015
Page 4 of 5
Item Nr Description Size Quantity Awarded
Bidder Name Supplier Code Product name Delivered(Comparative) Price in ZAR
Unit Pack Shipper Pack Lead Time (Max 21
days)
MOQ Total Score National Stock Number
Unit of Measure
9.01 Size: 50mm x 200m
400 Champion Health Care
V1H36 Kang Ming Na R 71.93 1 Roll 5 10 5 Rolls 98.00 180953401 RO
9.02 Size: 75mm x 200mm
400 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 104.71 1ROLL 10ROLLS 21 1 Roll 100.00 180953402 RO
9.03 Size: 100mm x 200mm
1,000 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 139.45 1ROLL 10ROLLS 21 1 Roll 100.00 180103655 RO
9.04 Size: 150mm x 200mm
1,000 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 207.91 1ROLL 10ROLLS 21 1 Roll 100.00 180953403 RO
9.05 Size: 200mm x 200mm
1,000 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 278.65 1 Roll 10 Rolls 21 1 Roll 100.00 180953404 RO
9.06 Size: 250mm x 200mm
700 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 349.38 1 Roll 10 Rolls 21 1 Roll 100.00 180953405 RO
9.07 Size: 300mm x 200mm
300 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 418.35 1 Roll 10 Rolls 21 1 Roll 100.00 180953406 RO
9.08 Size: 150mm x 100mm
100 Isigidi Trading 95 cc V1UA3 Isigidi R 135.00 1 Roll 4 Rolls per carton 14 24 Rolls 98.00 181907503 RO
9.09 Size: 200mm x 100mm
100 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 85.00 1 Roll 10 Rolls 21 1 ROLL 100.00 181907505 RO
9.10 Size: 250mm x 100mm
100 Isigidi Trading 95 cc V1UA3 Isigidi R 230.00 roll 2 rolls/ctn 14 12 Rolls 98.00 181907506 RO
9.11 Size: 300mm x 100mm
100 Isigidi Trading 95 cc V1UA3 Isigidi R 280.00 1 Roll 2 Rolls per carton 14 10 Rolls 98.00 181907510 RO
9.12 Size: 350mm x 100mm
100 Isigidi Trading 95 cc V1UA3 Isigidi R 330.00 1 Roll 2 Rolls per carton 14 10 Rolls 98.00 181907511 RO
10.1 INCUBATOR, Biological, for ethylene oxide sterilisationSeries with item 10.2Each
Incubator, Each 400 Medhold Medical VVD70 Dry Block Incubator 37deg
R 1,407.43 Each Each 21 Each 95.00 189716037 EA
10.2 INDICATOR, biological, for ethylene oxide gas sterilizationSeries with item 10.1Box of 100 Indicators
Indicators, Box 100
4,000 Medhold Medical VVD70 Self Contained EO Gas BI
R 1,559.55 Box of 100 Box of 100 21 Each 95.00 180200014 BX
11.1 INCUBATOR, biological, for steam sterilizationSeries with item 11.1Each
Incubator, Each 2,000 Medhold Medical VVD70 Incubator 55-60 deg
R 1,470.43 Each Each 21 Each 95.00 189716036 EA
11.2 INDICATOR, biological, for steam sterilizationSeries with item 11.2Box of 100 Indicators
Indicators, Box 100
21,400 Medhold Medical VVD70 Self contained Steam BI
R 1,485.29 Box of 100 Box of 100 21 Each 95.00 180200014 BX
Tube, sterilization. Flat sterilizing reels: without gusset. Heat sealable reels of paper and plastic film. Quality of paper shall comply with SANS 50868 parts 1, 3, 4 and 5 and DIN 50953-6 to test for the bacterial barrier. Seams to peel open without linting and/or tearing film. Sterilization process indicators for steam and ethylene oxide shall be printed at equal distances throughout the roll. Suitable for packaging medical instruments, which have to be sterilised in steam or ethylene oxide. Roll
HM06-2013S: STERILIZATION RELATED ITEMS CONTRACT CIRCULAR PERIOD: 1 DECEMBER 2013 TO 30 NOVEMBER 2015
Page 5 of 5
Item Nr Description Size Quantity Awarded
Bidder Name Supplier Code Product name Delivered(Comparative) Price in ZAR
Unit Pack Shipper Pack Lead Time (Max 21
days)
MOQ Total Score National Stock Number
Unit of Measure
12 INDICATOR, chemical, steam sterilizationMust validate the sterilization process in porous load vacuum and pulsing steam autoclavesThe indicator must be manufactured from pure pulp boardMust comply with ISO 11140-1250 Indicators
Indicators, Box 250
1,700 Palmed Medical & Surgical Supplies cc
VABX8 BASTOS VIEGAS R 48.75 1 Box of 250 Indicators
40 Boxes 21 1 Box of 250
Indicators
100.00 181789619 BX
Special Requirements and Conditions of Contract HM06-2013S
THE SUPPLY AND DELIVERY OF STERILIZATION RELATED
ITEMS TO THE DEPARTMENT OF HEALTH FOR THE PERIOD 01 DECEMBER 2013 TO 30 NOVEMBER 2015
VALIDITY PERIOD 120 DAYS
National Department of Health
Special Requirements and Conditions of Contract – HM06-2013S
2
INDEX
1. SPECIAL CONDITIONS OF CONTRACT .................................................................................................................. 4
2. EVALUATION CRITERIA .......................................................................................................................................... 4
2.1 PREFERENCE POINTS SYSTEM.......................................................................................... 4
3. PRE AWARD SUPPLIER DUE DILIGENCE .............................................................................................................. 6
4. PARTICIPATING AUTHORITIES ............................................................................................................................... 6
4.1 POST AWARD PARTICIPATION............................................................................................ 6
5. CONTRACT PERIOD ................................................................................................................................................. 7
6. RESPONSE FIELDS .................................................................................................................................................. 7
7. VALUE ADDED TAX .................................................................................................................................................. 7
8. TAX CLEARANCE CERTIFICATE ............................................................................................................................ 7
9. AUTHORISATION DECLARATION ........................................................................................................................... 8
9.1 DECLARATION OF AUTHORISATION .................................................................................. 8
10. CONTRACT ADMINISTRATION ................................................................................................................................ 9
11. COUNTER CONDITIONS .......................................................................................................................................... 9
12. PROHIBITION OF RESTRICTIVE PRACTICES ........................................................................................................ 9
13. FRONTING ............................................................................................................................................................... 10
14. PRODUCT COMPLIANCE ....................................................................................................................................... 11
14.1 PRE AWARD PRODUCT COMPLIANCE PROCEDURES ................................................... 11
14.2 SAMPLES ............................................................................................................................. 11
15. SAMPLE EVALUATION PROCESS ........................................................................................................................ 13
16. AWARD CONDITIONS ............................................................................................................................................ 14
17. PRICE QUALIFICATION .......................................................................................................................................... 14
17.1 PRICING STRUCTURE ........................................................................................................ 14
18. QUANTITIES, ORDERS AND DELIVERY ............................................................................................................... 15
18.1 DELIVERY COMPLIANCE ................................................................................................... 15
18.2 QUANTITIES AND ORDERS ................................................................................................ 16
19. PACKAGING ............................................................................................................................................................ 16
20. BARCODES ............................................................................................................................................................. 18
21. QUALITY .................................................................................................................................................................. 18
22. POST AWARD ......................................................................................................................................................... 18
22.1 MERGERS, TAKE OVERS AND CHANGES IN SUPPLIER DETAIL .................................... 18
22.2 THIRD PARTIES .................................................................................................................. 19
22.3 MONITORING ...................................................................................................................... 19
22.4 REPORTING ........................................................................................................................ 19
Special Requirements and Conditions of Contract – HM06-2013S
3
23. CONTACT DETAILS ................................................................................................................................................ 19
24. ABBREVIATIONS .................................................................................................................................................... 20
Special Requirements and Conditions of Contract – HM06-2013S
4
SPECIAL CONDITIONS OF CONTRACT
1. BACKGROUND
This bid and all contracts emanating there from will be subject to the General
Conditions of Contract issued in accordance with Treasury Regulation 16A
published in terms of the Public Finance Management Act, 1999 (Act 1 of 1999).
The Special Conditions of Contract are supplementary to that of the General
Conditions of Contract. Where, however, the Special Conditions of Contract are in
conflict with the General Conditions of Contract, the Special Conditions of Contract
will prevail.
2. EVALUATION CRITERIA
2.1 PREFERENCE POINTS SYSTEM
a. In terms of regulation 6 of the Preferential Procurement Regulations pertaining to
the Preferential Procurement Policy Framework Act, 2000 (Act 5 of 2000),
responsive bids will be adjudicated by the Department of Health on the 90/10-
preference point system in terms of which points are awarded to bidders on the
basis of:
- The bid price (maximum 90 points)
- B-BBEE status level of contributor (maximum 10 points)
b. The following formula will be used to calculate the points for price:
Ps = 90
−−min
min1
P
PPt
Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Special Requirements and Conditions of Contract – HM06-2013S
5
Pmin = Comparative price of lowest acceptable bid
A maximum of 10 points may be allocated to a bidder for attaining their
B-BBEE status level of contributor in accordance with the table below:
B-BBEE Status
Level of Contributor Number of Points
1 10
2 9
3 8
4 5
5 4
6 3
7 2
8 1
Non-compliant contributor 0
c. Bidders are required to complete the preference claim form (SBD 6.1) in order to
claim the B-BBEE status level points.
d. The points scored by a bidder in respect of the level of B-BBEE contribution will be
added to the points scored for price.
e. Only bidders who have completed and signed the declaration parts of the bid
documentation may be considered.
f. The Department of Health may, before a bid is adjudicated or at any time, require
a bidder to substantiate claims it has made with regard to preference.
g. The points scored will be rounded off to the nearest 2 decimals.
h. In the event that two or more bids have scored equal total points, the contract will
be awarded to the bidder scoring the highest number of points for B-BBEE. Should
Special Requirements and Conditions of Contract – HM06-2013S
6
two or more bids be equal in all respects, the award shall be decided by the
drawing of lots.
i. A contract may, on reasonable and justifiable grounds, be awarded to a bid that did
not score the highest number of points.
j. The Department of Health reserves the right to negotiate prices.
k. The Department of Health reserves the right not to award a line item.
3. PRE AWARD SUPPLIER DUE DILIGENCE
The Department of Health reserves the right to conduct supplier due diligence
prior to final award. This may include site visits.
4. PARTICIPATING AUTHORITIES
The National Department of Health and the following Provincial Departments will
participate in this contract:
Provincial Departments of Health: Eastern Cape, Free State, Limpopo,
Mpumalanga, Northern Cape and North West.
4.1 POST AWARD PARTICIPATION Treasury Regulation in terms of the Public Finance Management Act, 1999,
Section 16A6.6 states that the Accounting Officer/Accounting Authority may, on
behalf of the department, constitutional institution or public entity, participate in
any contract arranged by means of a competitive bidding process by any organ of
state, subject to the written approval of such organ of state and the relevant
contractors.
The NDOH favours the participation of other departments, constitutional institution
or public entity in this contract and intents to readily agree to requests to
participate. The NDOH expects successful bidders to also respond favourably to
such requests.
Special Requirements and Conditions of Contract – HM06-2013S
7
5. CONTRACT PERIOD
The contract period shall be for a period of 24 months commencing 1 December 2013 to
30 November 2015.
6. RESPONSE FIELDS
It is imperative that bidders submit responsive bids by completing all the
mandatory response fields for the individual items. In this regard bidder’s attention
is drawn to the response field and price structure explanations and examples
supplied in the bid document.
It is mandatory that a completed signed hard copy of the document be submitted,
which will be regarded as the valid bid. Bidders are also required to submit their
bid response in the prescribed electronic format.
NOTE: Failure to provide both the electronic (Excel format) and hard copies may
result in the bid not being considered.
7. VALUE ADDED TAX
All bid prices must be inclusive of 14% Value-Added Tax.
Failure to comply with this condition may invalidate the bid
8. TAX CLEARANCE CERTIFICATE
An original and valid Tax Clearance Certificate issued by the South African
Revenue Services certifying that the tax affairs of the bidder are in order must be
submitted at the closing date and time of bid. Copies or certified copies of the Tax
Clearance Certificate will not be acceptable. It is obligatory that the validity of the
Tax Clearance Certificate should be maintained throughout the duration of the
contract.
Failure to comply with this condition may invalidate the bid.
Special Requirements and Conditions of Contract – HM06-2013S
8
9. AUTHORISATION DECLARATION
9.1 DECLARATION OF AUTHORISATION a. In the event of the bidder not being the actual manufacturer and will be sourcing
the product(s) from another company (third party), a signed letter from the source company to the bidder committing to firm supply arrangement(s) for each item, including lead times in this regard, must accompany your bid at closing date and time of the bid. The Bid Authorization Form (Form PBD1) must be completed and signed giving full details of the declaration of authorisation and be submitted with bid documents at the closing date and time of the bid.
b. The said company/manufacturer/supplier issuing such a letter must confirm that it has familiarised itself with the item description/specification, lead times and bid conditions and if the bid consists of more than one item, it should be clearly indicated in respect of which item(s) the supportive letter has been issued.
c. The Department reserves the right to verify any information supplied by the bidder in the Authorisation Declaration and should the information be found to be false or incorrect, the Department of Health will exercise any of the remedies available to it.
d. The bidder must ensure that all financial and supply arrangements for goods, including lead times, have been mutually agreed upon between the bidder and the third party. No agreement between the bidder and the third party will be binding on the Department of Health.
e. It must be indicated in the letter that all the terms and conditions are mutually agreed upon.
f. Failure to submit a duly completed and signed Authorisation Declaration, with the required annexure(s), in accordance with the above provisions may invalidate the bid for such goods offered.
g. Notwithstanding sections a to f above all accountability with regard to meeting the conditions of this contract rests with the bidder
Special Requirements and Conditions of Contract – HM06-2013S
9
10. CONTRACT ADMINISTRATION
a. Contracted suppliers must advise the Director: Affordable Medicines within 7 days
of receiving an order when unforeseeable circumstances occur that may adversely
affect supply against the contract. Full particulars of such circumstances must be
provided.
b. The administration and facilitation of the contract will be the responsibility of
National Department of Health and all correspondence in this regard must be
directed to the contact persons listed in Section 23.
c. The Department of Health may communicate with bidders where clarity is sought
after the closing date of the bid and prior to the award of the contract, or to extend
the validity period of the bid, if necessary.
d. All communication between the bidder and the Department of Health must be in
writing.
e. Any communication to any government official or a person acting in an advisory
capacity for the Department in respect of this bid between the closing date and the
award of the bid by the bidder is discouraged.
f. Non-performance of contracted suppliers in terms of this contract may influence
participation in future Department of Health contracts.
11. COUNTER CONDITIONS
Any amendments to any of the Bid Conditions or setting of counter conditions by the bidders may result in the invalidation of such bids.
12. PROHIBITION OF RESTRICTIVE PRACTICES
a. In terms of section 4 (1) of the Competition Act No. 89 of 1998, as amended, an
agreement between, or concerted practice by, firms, or a decision by an
association of firms, is prohibited if it is between parties in a horizontal relationship
Special Requirements and Conditions of Contract – HM06-2013S
10
and if a bidder(s) is / are or a contractor(s) was / were involved in:
i. directly or indirectly fixing a purchase or selling price or any other trading
condition;
ii. dividing markets by allocating customers, suppliers, territories or specific
types of goods or services; or
iii. collusive bidding.
b. Section 4 (2) of Act No.89 of 1998 as amended states that an agreement to
engage in a restrictive horizontal practice referred to in subsection (1)(b) of the Act
is presumed to exist between two or more firms if:
i) any one of those firms owns a significant interest in the other, or they have
at least one director or substantial shareholder in common; and
ii) any combination of those firms engages in that restrictive horizontal
practice.
c. If a bidder(s) or contractor(s), in the judgment of the purchaser, has / have
engaged in any of the restrictive practices referred to above, the purchaser may
refer the matter to the Competition Commission for investigation and possible
imposition of administrative penalties as contemplated in the Competition Act No.
89 of 1998.
d. If a bidder(s) or contractor(s) has / have been found guilty by the Competition
Commission of any of the restrictive practices referred to above, the purchaser
may, in addition and without prejudice to any other remedy provided for, invalidate
the bid(s) for such item(s) offered, and / or terminate the contract in whole or part,
and / or 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.
13. FRONTING
a. The National Department of Health supports the spirit of broad based black
economic empowerment and recognizes that real empowerment can only be
achieved through individuals and businesses conducting themselves in
accordance with the Constitution and in an honest, fair, equitable, transparent and
Special Requirements and Conditions of Contract – HM06-2013S
11
legally compliant manner. Against this background the National Department of
Health condemns any form of fronting.
b. The National Department of Health, in ensuring that bidders conduct themselves in
an honest manner will, as part of the bid evaluation processes, conduct or initiate
the necessary enquiries/investigations to determine the accuracy of the
representation made in bid documents. Should any of the fronting indicators as
contained in the Guidelines on Complex Structures and Transactions and Fronting,
issued by the Department of Trade and Industry, be established during such
enquiry / investigation, the onus will be on the bidder / contractor to prove that
fronting does not exist. Failure to do so within a period of 14 days from date of
notification may invalidate the bid / contract and may also result in the restriction of
the bidder / contractor to conduct business with the public sector for a period not
exceeding ten years, in addition to any other remedies the National Department of
Health may have against the bidder / contractor concerned.
14. PRODUCT COMPLIANCE
14.1 PRE AWARD PRODUCT COMPLIANCE PROCEDURES
The following pre-award product compliance procedures will apply:
a. Compliance to specifications as stated in the bid document.
b. Submission of samples of the products offered on this bid on or before the closing
date and time of the bid at the addresses as provided in 14.2.
14.2 SAMPLES
a. No samples must be sent to the Directorate Affordable Medicines.
b. Samples must be submitted to each of the addresses indicated below, to be
received before or at closing date and time of bid:
Eastern Cape Pharmaceutical Depot
Struanway
Struandale,
Special Requirements and Conditions of Contract – HM06-2013S
12
PORT ELIZABETH
6001
Contact person: Mr Deon Martin
Telephone: (041) 406 9826 / 9834
AND
Free State Pharmaceutical Supply Depot
23 Blignaut Street
Hilton
BLOEMFONTEIN
9302
Contact person: Ms K Mosikare
Telephone: (051) 411 0562
c. Only bids supported by samples will be considered and bidders must ensure
receipt of samples at the venues listed in section (b) above.
d. Samples of each line item offered must be marked with the bid number, the item
number as well as the bidder’s name and address.
e. All samples must be a true representation of the product which will be supplied.
f. Samples of all products accepted against this bid will be retained for the duration of
the contract period. These samples will be compared with product supplied during
the contract.
g. Should samples not comply with specifications such bids will be rejected.
Reasonable deviations regarding pack size may however be considered for award.
h. A sample size of at least 10 units per item should be provided to each of the
testing facilities (14.2).
Special Requirements and Conditions of Contract – HM06-2013S
13
15. SAMPLE EVALUATION PROCESS The process will comprise the following:
a. All samples submitted to the designated institutions will be independently assessed
by end users for compliance to specification.
b. Bids will be arranged according to total points scored as per paragraph 2.1 (b).
c. The three top-scoring bids deemed to meet specification will be requested to
provide an SABS testing report. In the event that the top three bids do not comply
with the SABS test standards, SABS test reports for the following top-three will be
requested. This process can be repeated until compliance is met.
d. Bidders will be notified to submit a valid SABS test report for the specific item.
e. Valid test reports will be deemed to be SABS test reports not older than 12
months for products requiring compliance to SANS/CKS standards.
f. In the absence of a valid report as per section (15d) above, the bidder must submit
samples for testing to the SABS within 7 days of notification.
g. South African Bureau of Standards (SABS):
SANS, SABS and CKS specifications are available from South African Bureau of Standards Offices countrywide. Obtaining of such specifications will be the responsibility of and for the account of the prospective bidder. To purchase standards, obtain quotes or enquire about the availability of e-Standards, please contact Standards Sales at:
Postal Address: Private Bag X191, Pretoria, 0001
Physical Address: 1 Dr Lategan Road, Groenkloof, Pretoria
Tel:(012) 428 6883, Fax: (012) 428 6928, E-mail: [email protected]
Website: www.sabs.co.za and follow the “Search/Buy Standards” link
The contact details of SANAS are as follows:
Postal Address: Private Bag x 23, Sunnyside, Pretoria, 0132
Physical Address: The DTI Campus, 77 Meintjies Street, Sunnyside, Pretoria, 0002,
Special Requirements and Conditions of Contract – HM06-2013S
14
Tel: 012-394 3760, Fax: 012-3940526
A list of institutions is available on the SANAS website http://www.sanas.co.za/ or http://www.sanas.co.za/contact.php
h. It is the responsibility of the bidder to confirm and meet all SABS requirements for
testing including sample size, correct labelling and payment arrangement for
testing.
i. Sample testing will be for the account of the Bidder. The SABS will send copies of
all test reports to both the bidder and the Department of Health. By submitting
samples for testing the bidder consents that the SABS releases the test results to
National Department of Health. It is the bidder’s responsibility to ensure receipt of
the test report by the Department of Health. Should the requested test reports not
be available to the National Department of Health 5 (five) working days prior to the
bid evaluation committee meeting the bidder will be notified.
j. Only bids with valid SABS test reports at the time of bid evaluation will be
considered.
16. AWARD CONDITIONS
The Department of Health reserves the right not to award a line item where the
tender does not achieve the most economically advantageous price.
17. PRICE QUALIFICATION
17.1 PRICING STRUCTURE
a. Prices submitted for this bid will be regarded as firm for the full duration of the contract.
b. Bidders must quote a final delivered price inclusive of Value Added Tax,
c. For planning purposes, bidders should provide a structured percentage breakdown
of the following costs:
Special Requirements and Conditions of Contract – HM06-2013S
15
• Manufacturing cost, labour costs, landed transport and freight cost as well
as the profit margin, indicating the imported and local proportions of each
component as per bid response document
18. QUANTITIES, ORDERS AND DELIVERY
18.1 DELIVERY COMPLIANCE
a. For each product, bidders must explicitly indicate the minimum and maximum
volumes that they can supply on a monthly, quarterly (3-monthly) and annual basis
on the response fields.
b. Bidders must comply with the delivery lead time (time from placement of order to
delivery) as quoted in bid documents. This may not be longer than 3 weeks (21 calendar days).
c. The minimum order quantities offered will be reviewed by the National Department
of Health prior to award of a contract for an item. Minimum order quantities that will
not allow for direct deliveries to select institutions will not be awarded.
d. The initial lead time as proposed in the bid response document will be calculated
from date of award and NOT the first order. This may not exceed 60 calendar days
from the date of award.
e. Bidders must make delivery of products in accordance with the instructions
appearing on the official order forms emanating from Participating Authorities and
institutions placing the orders.
f. All deliveries or dispatches must be accompanied by a delivery note stating the
official order number against which the delivery has been effected.
• Part delivery of orders can only be executed in consultation with the
participating authority.
g. The instructions appearing on the official order form regarding the supply, dispatch
and submission of invoices must be strictly adhered to.
h. All invoices should be delivered / posted to reach the institution that placed the
order timeously. The invoices should be original and accompanied by proof of
delivery.
Special Requirements and Conditions of Contract – HM06-2013S
16
i. Deliveries must be in accordance with official orders and any deviation will be
returned to the contractor at the contractor’s expense.
18.2 QUANTITIES AND ORDERS
a. The quantities reflected in the bid documents are estimated volumes for the basis
of determining a bid price and as such cannot be guaranteed.
b. The Department of Health is under no obligation to purchase any stock, which is in
excess of the indicated quantities for any item
c. Bidders should note that order(s) will be spread out throughout the contract period
and that delivery points will be to individual Provincial Depots or institutions.
d. Suppliers must under no circumstances deviate from orders issued by the
departments.
e. Bids must be for supply ex duty paid stocks held in the Republic of South Africa
during the contract period.
f. The Department of Health reserves the right to purchase its requirements outside
of the contract :
• If the contractor fails to perform
• If the item(s) are urgently required and not immediately available
• If minimum order quantity specified by the contractor exceeds an
institution’s requirements
• If an emergency arises
g. The Department of Health reserves the right to cancel orders where the lead time
exceeds the delivery lead time as in the final contract.
19. PACKAGING
a. Suppliers must ensure that supplies delivered are received in good order at the
point of delivery. Packaging must be suitable for further dispatch as well as
bulk storage according to Good Wholesaling Practice and Good Distribution
Practice.
b. The number of “PACK” items in the commercial packing must appear on the bid
Special Requirements and Conditions of Contract – HM06-2013S
17
documents. The packing must be uniform for the duration of the contract
period, i.e.:
• The number of “PACK” items per commercial packing.
• The number of commercial packing per carton.
• The number of cartons per bulk packing.
• The name and quantity of the contents must appear clearly on the packing
• All containers, packing and cartons must be clearly labelled.
• All products must be packed in acceptable containers, where applicable, specifically developed for the product.
c. The following information must be clearly and indelibly printed on all inner and
outer bulk packing in letters not less than 10mm in height:
• The proprietary name and quantity of the contents and expiry
date if applicable must appear clearly on the packing.
• Date of manufacture.
• The number of commercial packing per carton.
• The number of cartons per bulk packing.
• The conditions under which the product must be stored.
• The name and quantity of the contents must appear clearly on the packing
• All containers, packing and cartons must be clearly labelled.
• All products must be packed in acceptable containers, where applicable, specifically developed for the product.
d. The following information must be clearly and indelibly printed on all inner and
outer bulk packing in letters not less than 10mm in height:
• Product detail e.g. name, size, quantity
• Date of manufacture.
• Batch Number
Special Requirements and Conditions of Contract – HM06-2013S
18
20. BARCODES
a. It is a specific requirement that all products supplied to the Department of
Health must include a barcode (number plus symbology). Both the outer case
and the specification pack must be marked with the appropriate number and
symbology. The European Article Numbering Code 13 (EAN 13) has been
accepted as standard. The batch number and the expiry date should be
included in the barcode, if possible.
b. Bidders who are already in possession of the necessary block of numbers are
requested to submit the EAN 13 numeric code(s) for each of the products
offered as well as the outer case coding applicable to the distribution pack(s)
(ITF 14) together with the quantity of items contained in such packs.
21. QUALITY
a. Where specific specifications and/ or standards, e.g. SANS, ISO, EN or CKS,
are applicable on materials and supplies, the quality of products shall not be
less than the requirements of the latest edition of such specifications and/or
standards.
22. POST AWARD
22.1 MERGERS, TAKE OVERS AND CHANGES IN SUPPLIER DETAIL
a. Where a contracted supplier merges with or is taken over by another, the
contracted supplier must inform the Department of Health in writing 30 days
prior to such event of relevant details.
b. The Department of Health reserves the right to agree to the transfer of
contractual obligations to the new supplier under the prevailing conditions of
contract or to cancel the contract.
c. A contracted supplier must inform the National Department of Health within 14
days of any changes of address, name or banking details.
Special Requirements and Conditions of Contract – HM06-2013S
19
22.2 THIRD PARTIES
a. Participating authorities will not make a payment to a third party.
b. No third party is entitled to put an account on hold.
22.3 MONITORING
a. The Department of Health will monitor the performance of contracted suppliers
for compliance to the terms of this contract including delivery lead times,
percentage of part orders, compliance with reporting schedule and quality of
performance.
22.4 REPORTING
a. Suppliers must report monthly by the 7th day of the following month to the
National Department of Health providing detail of orders received and products
supplied in terms of this contract. The Department will provide contracted
suppliers with the required format and content requirements of such reports.
Reports should be submitted to the following e-mail address:
23. CONTACT DETAILS
Directorate: Affordable Medicines, Private Bag X828, Pretoria, 0001 or
Physical address: 242 Struben Street Cnr Thabo Sehume Street, Civitas
Building, Pretoria, 0001. Please use the following e-mail address to
communicate with the Department: [email protected]
Mr R Kettledas:
Tel: (012) 395 9529
Fax: (012) 395 8823
Ms M Rasengane:
Tel: (012) 395 9452
Fax: (012) 395 8823
Ms Phuti Moloko:
Tel: (012) 395 8439
Fax: (012) 395 8823
Special Requirements and Conditions of Contract – HM06-2013S
20
24. ABBREVIATIONS The abbreviations used in this bid signify the following:
RoE = Rate of Exchange BAC = Bid Adjudication Committee B-BBEE = Broad Based Black Economic Empowerment SABS = South African Bureau of Standards SANAS = South African National Accreditation System SBD = Standard Bidding Document VAT = Value- Added Tax