tender documents - mgmmcindore.in€¦  · web viewtender document. government of madhya pradesh....

156
TENDER DOCUMENT GOVERNMENT OF MADHYA PRADESH DEPARTMENT OF MEDICAL EDUCATION TENDER NO. : CPC/MED-DRUG/13-14/05 FOR SUPPLY OF (Name of Item): DRUGS AND MEDICINES (TABLETS, CAPSULES, IV FLUIDS, INJECTIONS, SYRUPS, SOLUTIONS, DROPS, CREAM, GEL & OINTMENT, LIFE SAVING DRUGS, CHEMOTHERAPY DRUGS AND PSYCHIATRY DRUGS) TO GOVERNMENT / AUTONOMOUS MEDICAL COLLEGES, DENTAL COLLEGE & ASSOCIATED HOSPITALS UNDER MEDICAL EDUCATION DEPARTMENT, M.P. BHOPAL CONTRACT DOCUMENT CONSISTING OF TENDER NOTICE, TENDER FORM, RATE SHEET, TENDER CONDITIONS, SPECIFICATIONS AND TECHNICAL PARTICULARS, FORM OF AGREEMENT ETC. - 1 -

Upload: nguyenthien

Post on 01-Sep-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

TENDER DOCUMENT

GOVERNMENT OF MADHYA PRADESHDEPARTMENT OF MEDICAL EDUCATION

TENDER NO. : CPC/MED-DRUG/13-14/05

FOR SUPPLY OF (Name of Item): DRUGS AND MEDICINES (TABLETS, CAPSULES, IV FLUIDS, INJECTIONS, SYRUPS, SOLUTIONS, DROPS, CREAM, GEL & OINTMENT, LIFE SAVING DRUGS, CHEMOTHERAPY DRUGS AND PSYCHIATRY DRUGS) TO GOVERNMENT / AUTONOMOUS MEDICAL COLLEGES, DENTAL COLLEGE & ASSOCIATED HOSPITALS UNDER MEDICAL EDUCATION DEPARTMENT, M.P. BHOPAL

CONTRACT DOCUMENT CONSISTING OF TENDER NOTICE, TENDER FORM, RATE SHEET, TENDER CONDITIONS, SPECIFICATIONS AND TECHNICAL

PARTICULARS, FORM OF AGREEMENT ETC.

ISSUING AUTHORITY CHAIRMAN, PURCHASE COMMITTEE &

DEAN, M.G.M MEDICAL COLLEGE,A.B. ROAD INDORE (M.P.)

- 1 -

INDEX

Sr. Particular Page No.

1. Important dates 3

2. Guideline to bidders for implementation of e-procurement system 4

3. Section- I (Invitation for bid) 8

4. Section –II (Instructions to bidder) 10

5. Section –III (General Conditions of Contract) 28

6. Section –IV(Special Conditions of Contract) 43

7. Section –V (Bid Form) 52

8. Table of Annexure 53

9. Requirement of Drug & Medicine 76

- 2 -

GOVERNMENT OF MADHYA PRADESHDEPARTMENT OF MEDICAL EDUCATION

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF DRUGS AND MEDICINES (TABLETS, CAPSULES, IV FLUIDS, INJECTIONS, SYRUP,

SOLUTIONS, DROPS, CREAM, GEL & OINTMENT, LIFE SAVING DRUGS, CHEMOTHERAPY DRUGS AND PSYCHIATRY DRUGS)

FOR GOVERNMENT / AUTONOMOUS MEDICAL COLLEGES, DENTAL COLLEGE & ASSOCIATED HOSPITALS UNDER MEDICAL EDUCATION DEPARTMENT,

BHOPAL, M.P. UNDER RATE CONTRACT

BID REFERENCE : CPC/MED-DRUG/13-14/05

PRE BID MEETING : 14.05.2013 at 11.30 a.m. Key Dates : Single Submission MultiOpening With Prequalification

Seq No DME Stage Contractor Stage Start Date &

TimeExpiry Date &

Time1 Tender Preparation And Release of NIT - 16-04-2013

10:0009-05-2013 17:30

2 - Tender Purchase - Online 09-05-2013 17:31

10-06-2013 17:30

3 - Tender Download 09-05-2013 17:31

12-06-2013 17:00

4 - Submit Bid - Hash Online 09-05-2013 17:31

14-06-2013 17:00

5 Close for Bidding - Generation of Super Hash - 14-06-2013 10:00

14-06-2013 17:00

6 - Submit Bids Online - Re-encryption

15-06-2013 17:31

17-05-2013 17:00

7 Open EMD & Technical / PQ bid - 19-06-2013 10:00

19-06-2013 17:00

8 Open Financial / Price-Bid - 01-07-2013 10:00

19-07-2013 17:00

Last date for submission of original EMD and other relevant documents is 18.06.2013 upto 17:30 pm. All key dates are tentative and subject to be changed as per procurer requirement all the information regarding this will be floated only on http://dme.mpeprocurement.gov.in portal. PLACE OF OPENING OF BIDS : Tender will be open online as per key dates at http://dme.mpeprocurement.gov.in ADDRESS FOR SUBMISSION OF : Chairman, Purchase Committee & Dean PHYSICAL TENDER DOCUMENTS M.G.M. Medical College,

A.B. Road, Indore – 452 001 (M.P.) Telephone: 0731-2526112, 2527383 Fax: 0731-2514628

Website: http://dme.mpeprocurement.gov.in , Email: [email protected],

Note: Tender can be downloaded from the website “http://dme.mpeprocurement.gov.in by making on line payment of Rs. 610/- (Rs. Six Hundred Ten only)

and

- 3 -

Cost of tender form in the form of DD of Rs.5,000/- in the name of “Dean, M.G.M. Medical College, Indore” payable at Indore (M.P.) should be submitted in a separate Envelope marked “Tender Fee” along with physical documents, failing which the tender will be rejected. Email: [email protected].

- 4 -

GUIDELINES TO BIDDERS FOR IMPLEMENTATION OFe-PROCUREMENT SYSTEM IN DEPARTMENT OF MEDICAL EDUCATION,

GOVERNMENT OF MADHYA PRADESH

http://dme.mpeprocurement.gov.in

Note: These conditions will over-rule the conditions stated in the tender documents, wherever relevant

and applicable.

1. Registration of Bidders on e-Procurement System:

All the Bidders (Contractors/Vendors) registered / intending to register with DEPARTMENT OF

MEDICAL EDUCATION are required to register on the e-Procurement System on the website

http://mpeprocurement.gov.in and get empanelled on http://dme.mpeprocurement.gov.in in order

to participate in restricted tenders processed by DEPARTMENT OF MEDICAL EDUCATION

using the e-Procurement System.

The Bidders (Contractors) registered with other departments who are also eligible to participate

in tenders processed by DEPARTMENT OF MEDICAL EDUCATION are also required to be

registered on the e-Procurement System on http://mpeprocurement.gov.in.

Bidders who are already registered on http://mpeprocurement.gov.in can use their existing User

Id to login and participate in online tenders floated by DEPARTMENT OF MEDICAL

EDUCATION

Digital Certificates:

The Bids submitted online should be signed electronically with a Class III Digital Certificate to

establish the identity of the Bidder submitting the Bid online. The Bidders may obtain Class III

Digital Certificates issued by an approved Certifying Authority authorized by the Controller of

Certifying Authorities, Government of India.

A Class III Digital Certificate is issued upon receipt of mandatory identity proofs along with an

Application Form. Only upon the receipt of the required documents, a Digital Certificate can be

issued.

Note: It may take up to 4 working days for issuance of Class III Digital Certificate, hence the

bidders are advised to obtain them at the earliest.

The Bidders may obtain more information on Digital Certificate from

NexTenders (India) Pvt. Ltd. A - 6, Sahyog Parisar Opp. Makhanlal Chaturvedi University,E - 8, Shahpura,Bhopal - 462 039 (M.P.) Ph. No.: 0755 - 407 50 10 Email: [email protected]

- 5 -

Important Note:

Bid for a particular tender can be submitted during the ONLINE BID SUBMISSION stage only

using the Digital Certificate that is used to encrypt the data and sign the hash during the ONLINE BID

PREPARATION AND HASH SUBMISSION stage.

In case, during the process of a particular tender, the bidder looses his Digital Certificate because

of any problem (such as misplacement, virus attack, hardware problem, operating system problem, etc.);

he may not be able to submit his bid online.

Hence, the bidders are advised to keep their Digital Certificates in a safe place under proper

security to be used whenever required.

The digital certificate issued to the Authorized User of a Partnership firm / Private Limited

Company / Public Limited Company / Joint Venture and used for online bidding will be considered as

equivalent to a no-objection certificate / power of attorney to that user.

In case of Partnership Firm, majority of the Partners have to authorize a specific individual

through Authority Letter signed by majority of the Partners of the firm.

In case of Private Limited Company, Public Limited Company, the Managing Director / any

other Person (having designated authority to authorize a specific individual) has to authorize a specific

individual through Authority Letter.

Unless the certificate is revoked, it will be assumed to represent adequate authority of the

specific individual to bid on behalf of the Organization for online tenders as per Information

Technology Act 2000. This Authorized User will be required to obtain a Digital Certificate. The Digital

Signature executed through the use of Digital Certificate of this Authorized User will be binding on the

firm. It shall be the responsibility of Management / Partners of the concerned firm to inform the

Certifying Authority, if the Authorized User changes, and apply for a fresh digital certificate for the new

Authorized User.

2. Set Up of Bidders’ Computer System:

In order for a Bidder to operate on the e-Procurement System, the Computer System of the

Bidder is required to be set up for Operating System, Internet Connectivity, Utilities, Fonts, etc.

A help file on setting up of the Computer System can be obtained from e-Procurement Cell.

3. Publishing of N.I.T.: For the Tenders processed using the e-Procurement System, only a brief

Advertisement related to the Tender shall be published in the newspapers and the Detailed

Notice shall be published only on the e-Procurement System. The contractors can view the

Detailed Notice and the time schedule for all the Tenders processed using the e-Procurement

System on the website http://dme.mpeprocurement.gov.in.

- 6 -

4. Key Dates: The Bidders are strictly advised to follow the time schedule (Key Dates) of the

Tender for their side for tasks and responsibilities to participate in the Tender, as all the stages of

each Tender are locked before the start time and date and after the end time and date for the

relevant stage of the Tender as set by the concerned Department Official. However, it is advised

to complete the required stage well in advance and not to wait for last date and time for

processing.

5. Online Processing Fee:

The Tender documents can be downloaded ONLY online. The Tender shall be available for

download to the concerned eligible bidders immediately after online release of the Tender and

upto the scheduled date and time as set in the key dates.

The Bidders can submit the tender documents online by making online payment of online

processing fee of Rs.610/- using the service of the secure electronic payments gateway (see point

6 below for further details), and should print out the system generated receipt for their reference

which can be produced whenever required. Arrangements have been made for the Bidders to

make payments online (Rs.610/-) via Debit Card / Internet Banking towards online processing

fee.

6. Electronic Payment Account:

As the tender documents shall be available for download only online, Bidders are required to pay

the online processing fee online using the Online Payments Gateway Service integrated into the

e-Procurement System.

For the list of available modes of electronic payments that are presently accepted on the Online

Payments Gateway Service, please check the link ‘List of e-Payments accepted Online’ on

http://mpeprocurement.gov.in.

7. Preparation of Bids and Submission of Bid Seals (Hashes) of Online Bids by the Bidders:

The Bidders have to prepare their Bids online, encrypt their Bid Data in the Bid Forms and

submit Bid Seals (Hashes) of all the Envelopes and documents required to be uploaded related to

the Tender as per the time schedule mentioned in the key dates of the Notice Inviting Tenders

after signing of the same by the Digital Signature of their authorized representative.

8. Generation of Super - Hash:

After the time of submission of Bid Seal (Hash) by the Contractors has lapsed, the bid round will

be closed and the concerned Department Official shall generate a Tender Super – Hash which

shall be digitally signed by the Department Official.

9. Decryption and Re - Encryption Bids:

- 7 -

Bidders have to decrypt the Bid Data with their Digital Certificate and re-encrypt the Bid Data

and also upload the relevant documents using Online Briefcase feature for which they had

generated the Bid Seals (Hashes) during the Bid Preparation and Hash Submission stage within

the specified time as stated in the time schedule (Key Dates).

The encrypted data of only those Bidders who have submitted their Bid Seals (Hashes) within

the stipulated time, as per the tender time schedule (Key Dates), will be accepted by the system.

A Bidder who has not submitted Bid Seals (Hashes) within the stipulated time will not be

allowed to decrypt and re-encrypt his Bid Data or upload the relevant documents.

10. Submission of Earnest Money Deposit:

The Bidders shall submit their Earnest Money Deposit as usual in a physically sealed Earnest

Money Deposit Envelope and the same should reach the concerned Office as stated in the Notice

Inviting Tender by post.

The Bidders have to upload scanned copy of Earnest Money Deposit instrument along with the

reference details.

11. Opening of Tenders:

The concerned Department Official receiving the tenders or his duly authorized Officer shall

first open the online Earnest Money Deposit Envelope of all the Bidders and verify the scanned

copy of the Earnest Money Deposit uploaded by the Bidders. He/She shall check for the validity

of Earnest Money Deposit as required. He/She shall also verify the scanned documents uploaded

by the Bidders, if any, as required. In case, the requirements are incomplete, the commercial and

other Envelopes of the concerned Bidders received online shall not be opened.

The concerned Official shall then open the other Envelopes submitted online by the Bidders in

the presence of the Bidders or their authorized representatives who choose to be present in the

order of opening.

He/She will match the Bid Seal (Hash) of each Envelope and the documents uploaded, during

the respective opening, with the hash submitted by the Bidders during the Bid Preparation and

Hash Submission stage. In the event of a mismatch, the Bid Data in question shall be liable for a

due process of verification by the Nodal Officer of e-Procurement System of DEPARTMENT

OF MEDICAL EDUCATION.

- 8 -

SECTION I : INVITATION FOR BIDS (IFB)

- 9 -

SECTION I : INVITATION FOR BIDS (IFB)Date: 15.04.2013 IFB No.: CPC/MED-DRUG/13-14/05

1. For the requirement of Indore, Bhopal, Jabalpur, Gwalior, Rewa & Sagar Medical Colleges, Dental College & Associated Hospitals under Medical Education Department, Government of Madhya Pradesh, Bhopal Chairman, Purchase Committee & Dean, M.G.M. Medical College Indore (M.P.) now invite online bids from eligible bidders for supply of Drugs & Medicines under Rate Contract.

2. Bids may be submitted by the primary manufacturer or their authorized distributor or importer for and on behalf of the primary manufacturer provided the bid is accompanied by a duly notarized letter of authority from the primary manufacturer.

3. a. Price of bidding document

(Non refundable DD) : Rs. 5,000/-(D.D. in favour of Dean M.G.M. Medical College, Indore payable at Indore )

b. Pre Bid Meeting : ……………c. Last date and time for submission of bids : As per online key datesd. Date and time of opening of Bid (Envelope “D” & “A”) : As per online key dates

e. Place of opening of bids : at http://dme.mpeprocurement.gov.in

f. Address of communication: Chairman, Purchase Committee & Dean, M.G.M. Medical College, A.B. Road, Indore (M.P.) – 452 001

4. Bidders may offer their bid online for any one or more Drugs & Medicines. Bids will be evaluated for each Drug & Medicine separately.

5. Bid and bid security as specified in the bid document must be delivered as per prescribed format for online and physical submission specified in notice and tender document.

6. Bids will be opened online in the presence of Bidder’s representatives who choose to attend on the specified date and time fixed for opening the bid. Envelop D containing envelop A & B documents will be opened online as well as physically, out of which envelop A will be immediately opened. Documents together with contents of envelop A will be subject to scrutiny, those bidders whose documents and contents are as per tender conditions will only be deemed qualified for opening of technical bid. The date and time of opening of technical bid (envelop B) will be made available on website within a week of opening of bid and will be communicated online only at http://dme.mpeprocurement.gov.in

7. Price bid should be submitted online only. In case price bid is submitted manually bid will be out through rejected. Cost of tender form Rs.5,000/- (in the form of DD) should be submitted in separate Envelope marked “Tender Fee”. EMD & Technical Bid will be submitted separately in separate sealed Envelopes. Technical Bid will be evaluated as per specification and National Competitive Bidding terms and conditions by the Technical Committee. Those bidders who qualify for the technical bid will be invited for demonstration whereable applicable of equipment on the day, date & place specified by R.C.A. The bidders will have to demonstrate the equipments on the date, day and place specified. Thereafter, Price Bid (Envelope C) will be opened online only for those bidders whose bid will be found technically responsive after demonstration. Opening of date of price bid will be communicated online at http://dme.mpeprocurement.gov.in hence bidder are advised to visit web portal on day to day basis.

8. In the event of the date specified for bid receipt/opening being declared as closed / holiday, due date for receipt/opening of bid will be postponed online.

9. Supporting documents along with original EMD and cost of tender form has to be submitted by tenderer at Chairman, Purchase Committee & Dean office, M.G.M. Medical College, Indore (M.P.) on or before the time & date of submission as mentioned above.

10. Time of Completion of work within 8 weeks from the date of allotment letter.

CHAIRMAN, PURCHASE COMMITTEE & DEAN, M.G.M MEDICAL COLLEGE,

A.B. ROAD INDORE (M.P.)

- 10 -

SECTION II : INSTRUCTIONS TO BIDDER (ITB)

- 11 -

SECTION II: INSTRUCTIONS TO BIDDER TABLE OF CLAUSES

Clause No. Topic Number Page No.

Clause No.

Topic Number Page No.

A. Introduction E. Bid opening and evaluation of Bids

1. Scope of work 12 21. Opening of Bids by the Rate Contracting Authority

23

2. Eligible Bidders 12 22. Clarification of Bids 243. Eligible Goods and Services 13 23. Preliminary Examination 244. Cost of Bidding 13 24. Evaluation and

Comparison of Bids25

25. Contacting the Rate Contracting Authority

25

B. Bidding Documents F. Award of Contract5. Contents of Bidding Documents 13 26. Post qualification 256. Clarification of Bidding

Documents14 27. Award Criteria 25

7. Amendment of Bidding Documents

14 28. Purchaser’s Right to vary Quantities

26

C. Preparation of Bids 29. Rate Contracting Authority’s Right to Accept any Bid and to Reject any or all bids

26

8. Language of Bid 14 30. Notification of Rate Contract

26

9. Documents Comprising the Bid 14 31. Signing of Rate Contract 2610. Bid Form 15 32. Performance Security &

Inspection Charges26

11. Bid Prices 15 33. Placement of Supply Order

27

12. Bid Currencies 16 34. Corrupt or Fraudulent Practices

27

13. Documents establishing Bidder’s Eligibility and Qualifications

16

14. Documents establishing Good eligibility and conformity to Bidding Documents

18

15. Bid Security 1816. Period of Validity of Bids 19

D. Submission of Bids17. Bid stages 1918. Deadline for Submission of Bids 2219. Late Bids 2320. Modification and withdrawal of

bids23

- 12 -

A. Introduction

1. Scope of Work

1.1 Government of M.P., Medical Education Department requires Drugs and Medicines (Tablets,

Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life

Saving Drugs, Chemotherapy Drugs And Psychiatry Drugs) for various Govt. /

Autonomous Medical Colleges, Dental College & Associated Hospitals of M.P. Bid is issued for

procurement of Drugs And Medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups,

Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs And

Psychiatry Drugs) at competitive rates. After finalization of the bid, the contract will be

awarded to successful bidders for the supply of items, during one year or till further order on rate

contract basis on approved rates. The drugs & medicines are to be supplied at various designated

places like Indore, Bhopal, Jabalpur, Gwalior, Rewa & Sagar in the State of Madhya Pradesh.

1.2 Tenderers shall visit the site: Intending tenderer shall visit the site and make himself

thoroughly acquainted with the local site condition, nature and requirements of the works,

facilities of transport conditions, effective labour and materials, access and storage for materials

and removal of rubbish. The rate quoted by the contractor shall take care of all contingencies

required for completion of the work to the entire satisfaction of the Purchaser. The tenderer shall

provide in their tender for cost of carriage, freight and other charges as also for any special

difficulties and including police restriction for transport etc., for proper execution of work as

indicated in the drawings. The successful tenderer will not be entitled to any claim of

compensation for difficulties faced or losses incurred on account of any site condition which

existed before the commencement of the work or which in the opinion of the R.C.A. might be

deemed to have reasonably been inferred to be so existing before commencement of work.

2. Eligible Bidders

2.1 This invitation for Bids is open to all eligible bidders. (Please refer guideline to bidders for online eligibility mention above.)

2.2 Bidders should not be an associate / associates, or have been associated in the past, directly or indirectly with a firm or any of its affiliates which have been engaged by the Rate Contracting Authority to provide consulting services for the preparation of the design, specifications and other documents to be used for the procurement of the goods to the Rate Contracting Authority under this Invitation of Bids.

- 13 -

2.3 Government owned enterprises in the Rate Contracting Authority’s country may participate only if they are legally and financially autonomous, and only if they operate under commercial law and are not a dependent agency of the Rate Contracting Authority.

3. Eligible Goods and Services

3.1 All goods and ancillary services to be supplied under the Contract shall specify their country of origin.

3.2 For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced or from which the ancillary services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of goods and services may be distinct from the nationality of the Bidder.

4. Cost of Bidding

4.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and Chairman, Purchase Committee & Dean, M.G.M. Medical College, Indore hereinafter referred to as “The Rate Contracting Authority” will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

B. The Bidding Documents

5. Contents of Bidding Documents

5.1 The goods required, bidding procedures and contract terms are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding Documents include:

a. Instructions to Bidders (ITB);b. General Conditions of Contract (GCC);c. Special Conditions of Contact (SCC);d. Bid Form;e. Annexure-I (Sales Tax Clearance Certificate);f. Annexure-II (Undertaking Form);g. Annexure-III (Declaration Form);h. Annexure-IV (Proforma for Performance Statement);i. Annexure-V (Annual Turnover Statement);j. Annexure-VI (Specifications of required Drugs and Medicines (Tablets, Capsules, Iv

Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs And Psychiatry Drugs);

k. Annexure-VII (Packing Specifications);l. Annexure-VIII (Contract Agreement Form);m. Annexure-IX (Details of Manufacturing Unit);n. Annexure-X (Proforma for Performance Security); and

- 14 -

o. Annexure-XI (The Landed Price [Sample Price Schedule Proforma ]) (should be quoted online only)

p. Annexure-XII (Authorization letter from Manufacturer)q. Annexure-XIII (Check List)

5.2 The Bidder must examine all instructions, forms, terms, specifications and annexure provided in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder’s risk and may result in rejection of its bid.

5.3 The biding document is not transferable.

6. Clarification of Bidding Documents

6.1 A prospective Bidder requiring any clarification in regard to the Bidding Documents shall contact the Rate Contracting Authority in writing at the mailing address of Rate Contracting Authority’s indicated in the invitation for Bids. The Rate Contracting Authority will respond in writing to any such request for clarification of the Bidding Documents, the request for clarification must be received in the office of the Rate Contracting Authority not later than 15 days prior to the deadline fixed for submission of Bids and prescribed by the Rate Contracting Authority. Any correspondence with RCA seeking any clarification regarding any matter contained herein shall not compel the RCA to suspend the implementation of provisions given hereunder or shall not mean a promise to change any provision in this tender document.

7. Amendment of Bidding Documents

7.1 At any time prior to the deadline fixed for submission of bids, the Rate Contracting Authority may, for any justifiable reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment.

7.2 Any addendum issued shall be part of Bidding Documents and all the prospective bidders will be notified of the amendment by post or publication, and will be binding on them. The same shall be uploaded on the designated website.

7.3 In order to allow reasonable time to prospective bidders in which to take the amendment into account in preparing their bids or for any other reason, the Rate Contracting Authority at its discretion, may extend the deadline for the submission of bids.

C. Preparation of Bids

8. Language of Bid

8.1 The Bid prepared by the Bidder, as well as all correspondence and documents, printed literature and leaflets relating to the bid exchanged by the Bidder and the Rate Contracting Authority shall be written in English / Hindi language.

9. Documents comprising the Bid

9.1 The bid prepared by the Bidder shall comprise the following components:

- 15 -

a. A Bid Form and Price Schedule completed in accordance with ITB Clause 10, 11 and 12; Price bid form should be filled online only. Technical Bid Envelope, EMD and cost of tender form instruments should be uploaded online as well as submitting hardcopies thereof.

b. Documentary evidence established in accordance with ITB Clause 13 that the Bidder is eligible to bid and is qualified to perform the contract if its bid is accepted;

c. Documentary evidence established in accordance with ITB Clause 14 that the goods and services to be supplied by the Bidder are eligible goods and services and conform to the Bidding Documents; and

d. Bid Security furnished in accordance with ITB Clause 15.

The Bidders shall submit their Earnest Money Deposit as usual in a physically sealed Earnest Money Deposit Envelope and the same should reach the concerned office as stated in the Notice Inviting Tender by post.

The Bidders have to upload scanned copy of Earnest Money Deposit instrument along

with the reference details.

10. Bid Form

10.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bidding Documents indicating the goods to be supplied in 30 days after supply order, a brief description of the goods, actual production capacity / stock capacity and offered quantity for each quoted medicines and value.

11. Bid Prices

11.1 Bid has been called for the items given in the specification in Technical Annexure VI. The bidder should quote the price online only for the generic products. The composition and strength of each product should be as per details given in Annexure-VI. Any variation found will result in the rejection of the tender. In any case if price bid submitted manually or in CD than tender will be rejected.

11.2 Prices (inclusive of Excise Duty / Custom Duty, transportation, packing, insurance, and any incidental charges, but exclusive of VAT) should be quoted for each of the required drugs & medicines etc., separately F.O.R., the godown of ordering agency basis according to the unit ordered. Tender for the supply of drugs, medicines etc. with cross conditions like “AT CURRENT MARKET RATES” shall not be accepted. Extra handling, clearing, transport charges etc. will not be paid. The delivery should be made as stipulated in the supply order placed with the successful bidders. Conditional tenders will be rejected. (Please note that Price Bid/ Financial Proposal is mandate to be online only if submitted in hard copy or in CD bid will be rejected.)

- 16 -

11.3 Each bid must contain the unit price of each drug & medicine in digits as well as alphabets. Any discrepancy between the figures and words, the amount written in words will prevail. The tenders should be digitally signed online. The tenderers should take care that the rates and amounts are written in such a way that interpolation is not possible, no blanks should be left which would otherwise, make the tender redundant.

11.4 The price quoted by the bidders shall not, in any case exceed the controlled price, if any, fixed by the Central/State Government and the Maximum Retail Price (MRP). Rate Contracting Authority at its discretion, will exercise, the right to revise the price at any stage, on lower side so as to confirm to the controlled price or MRP as the case may be. This discretion will be exercised without prejudice to any other action that may be taken against the bidder.

11.5 The prices quoted and accepted will be binding on the bidder for the stipulated period (as per para I of introduction) and any increase in the price will not be entertained till the completion of this tender period or till further orders. Cross Conditions such as “SUBJECT TO AVAILABILITY” “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” etc., will not be considered under any circumstances and such conditional tenders shall be treated as incomplete and will be summarily rejected.

11.6 For multivitamin and B-Complex preparations, namely oral drugs and tablets, prices should be quoted only for the composition stated in the tender.

11.7 The price quoted should be inclusive of service tax (as per Govt. rules) on inspection and testing charges, which will be realized in advance from the bidders.

11.8 To ensure sustained supply, without any interruption, the Rate Contracting Authority, reserves the right to split orders for supplying the requirements among more than one bidder, provided the prices and other conditions of supply are equal.

12. Bid Currencies

12.1 Prices shall be quoted in Indian Rupees.

13. Documents establishing Bidder’s eligibility and qualifications

13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract, if its bid is accepted.

13.2 The documentary evidence of the Bidder’s eligibility to bid shall be established to the satisfaction of Rate Contracting Authority.

13.3 The documentary evidence of the Bidder’s qualifications to perform the Contract if its bid is accepted shall be established to the satisfaction of Rate Contracting Authority:a. Bids may be submitted by the primary manufacturer / direct importer, who holds valid

import license or by an authorized distributors. The bidder shall clarify/state whether they are the manufacturer, accredited agent or authorized sole representative and also indicating principal’s name & address. Authorization letter from primary manufacturer is must for authorized distributor.

- 17 -

b. Attested copy of documentary evidence of the Registration of the company with details of Name, Address, Telephone Number, Fax Number, e-mail address of the firm and of the Managing Director / Partners / Proprietor.

c. Attested copy of Drugs manufacturing License / drugs license (sale) for each and every product quoted, along with revised “Schedule M” or concerned schedule duly approved by the Licensing Authority with WHO GMP (for life saving drugs) / GMP (for other drugs) revised schedule M certificate. The license must have been duly renewed and upto date and the items quoted shall be clearly highlighted in the license. If the drug manufacturing license of a bidder is due to expire during the pendency of this tendering process and such a bid is slated to be declared as successful L1, then the rate contract of such bidder shall be signed only after presenting an effective manufacturing license for the entire period of proposed rate contract.

d. If the product is imported then the attested copy of import license of the bidder shall be submitted. The license must have been renewed and up to date. A copy of a valid license for the sale of Drugs imported by the firms issued by the licensing authority shall be submitted along with valid Drug manufacturing License and WHO GMP certificate (for life saving drugs) / GMP (for other drugs) revised schedule M certificate of manufacturer.

e. The instruments such as power of attorney, resolution of board etc., authorizing an officer/person of the bidder to sign the bid document should be submitted with the tender in original and such Authorized officer/person of the bidder should sign the tender documents.

f. Authorization letter nominating a responsible person of the bidder to transact the business with the Rate Contracting Authority must also be enclosed in original.

g. A certified copy of Market Standing Certificate issued by the Licensing Authority as a Manufacturer / Distributor for each drug quoted for the last 3 years must be enclosed. In case of direct importer, evidence for importing the said items for the last three years must be enclosed.

h. Detailed record of manufacturer / import / distributor to establish 3 years market standing as in Annexure-IV.

i. Non-conviction Certificate issued by the Drugs Controller of the state of bidder’s registration certifying that the drugs quoted have not been cancelled for last three years.

j. WHO Good manufacturing practices Certificate (GMP) (for life saving drugs) / G.M.P. (for other drugs) as per revised Schedule – “M” (from manufacturers only) issued by the Licensing Authority. The Bidder shall also furnish a notarized affidavit in the format given in Annexure-III declaring that the bidder complies the requirements of GMP (as per revised schedule-‘M’)

k. Annual turnover (i.e. turnover for each year separately) in the last three financial years shall not be less than Rs. One Crore for Manufacturer and Rs. Fifty Lacs for the

- 18 -

authorized distributor. Annual turnover statement for 3 years submitted in the format given in Annexure-V certified by the Auditor/CA.

l. Sales Tax/VAT Clearance certificate, as on 31.03.2010 / 31.03.2011 / 31.03.2012 (as per form attached in Annexure-I).

m. Undertaking (in the proforma given in Annexure-II) for embossment of logo on tablets, bottles, tubes etc. as the case may be and for supply of tablets/capsules in strips as per conditions specified at Clause 4 of SCC herein, notarized by the Notary Public.

n. Details of Manufacturing Unit / Distributor in Annexure-IX. The details containing the name and address of the premises where the items quoted are actually manufactured / stored.

o. Documents, if any, to show that the manufacturing unit/importer has been recognized, by WHO, UNICEF, ISO certificates etc.

p. Details of technical personnel employed in the manufacture and testing of drugs (Employee Name, Qualification, and Experience) as endorsed in license.

q. Tender should not be submitted for the product / products for which the concern / company has been debarred / blacklisted either by the Rate Contracting Authority or by any other State / Central Government’s organization.

r. Concern / Company have not been debarred / blacklisted either by Rate Contracting Authority or by any State Government or Central Government Organization. Affidavit to this effect shall be submitted by the concern / company.

s. Leaflets, literatures, should invariably be attached for ready reference clearly marking the item no.

t. All documents should be self attested and stamped.

14. Documents establishing Goods Eligibility and Conformity to Bidding Documents

14.1 Pursuant to Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the eligibility and conformity to the Bidding Documents of all goods and services, which the Bidder proposes to supply under the Contract.

15. Bid Security15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, the bid security which shall

be Rs. Two Lakh. No concession / exemption shall be allowed. amount of it should be shown separately in Envelop “A”. Scan Copy of same instrument should be uploaded online too.

15.2 The bid security is required to protect the Rate Contracting Authority against risk of Bidder’s business conduct which would warrant the security’s forfeiture, pursuant to ITB clause 15.7.

15.3 The bid security shall be in Indian Rupees and shall be in form of Fixed Deposit for 18 months in favour of Dean, M.G.M. Medical College, Indore.

- 19 -

15.4 Any bid not secured in accordance with ITB Clause 15.1 and 15.3 above will be rejected by the Rate Contracting Authority as non-responsive, pursuant to ITB Clause 23.

15.5 Unsuccessful Bidder’s bid security will be discharged / returned as promptly as possible upon the successful Bidders signing the Contract, pursuant to ITB Clause 31 and ITB 15.6 or after the expiration of the period of bid validity prescribed by the Rate Contracting Authority pursuant to ITB clause 16. No interest is payable on bid security.

15.6 The successful Bidder’s bid security will be discharged upon the Bidders signing the Contract, pursuant to ITB Clause 31 after furnishing the performance security, pursuant to ITB Clause 32. No interest is payable on bid security.

15.7 The bid security may be forfeited:a. If a bidder

(i) withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form;

b. In case of a successful Bidder, if the Bidder fails:(i) to sign the Contract in accordance with ITB Clause 31; or(ii) to furnish performance security and Inspection Charges in accordance with ITB Clause 32.

16. Period of Validity of Bids

16.1 Quoted prices of bids shall be valid for 180 (One hundred eighty) days after the date of bid opening prescribed by the Rate Contracting Authority. A bid valid for a shorter period shall be rejected by the Rate Contracting Authority as non-responsive. This price or negotiated price,on acceptance, shall remain fixed till contract period or till further order.

16.2 In exceptional circumstances, the Rate Contracting Authority may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. A Bidder may refuse the request without forfeiting its bid security. A bidder who gives consent for the request will not be required nor permitted to modify its bid.

16.3 No bid may be modified subsequent to the deadline fixed for submission of Bids.

16.4 No Bid may be withdrawn in the interval between the deadline for the submission of Bids and expiration of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval may result in the Bidders forfeiture of its bid security pursuant to ITB Sub-clause 15.7.

D. Submission of Bids17. Bid Stages

17.1 Bid should be submitted in following system and should furnish the following documents failing which their bid shall not be accepted:-

Envelope – A: Tender fee and E.M.D.

(Tender fee in the form of D.D. only)

- 20 -

(1) The Bidders shall submit their Tender fee Rs.5,000/- in form of a Demand Draft in the name of “Dean, M.G.M. Medical College, Indore” payable at Indore in a separate physically sealed Envelope clearly marked “Tender Fee” and the same should reach the concerned office as stated in the Notice Inviting Tender by post. The Bidders have to upload scanned copy of the Tender fee in form of Demand Draft instrument along with the reference details.

(E.M.D. in the form of F.D.R. only)

(2) The Bidders shall submit their Earnest Money Deposit as usual in a separate physically sealed Envelope and the same should reach the concerned office as stated in the Notice Inviting Tender by post. The Bidders have to upload scanned copy of Earnest Money Deposit instrument along with the reference details.(i) Fixed Deposit for 18 Months as bid security which shall be (maximum Rupees Two Lacs) tendered for as E.M.D. issued by nationalized bank in the name of Dean, M.G.M. Medical College Indore. Payable at Indore (refundable). (Any other instrument for example D.D./ cheque will not be accepted).

Without submission of E.M.D. and Tender Fee, the tender will be summarily rejected as per rules.

In no case the tender cost fee should be mixed with E.M.D. amount. Fee cost is not refundable.

Envelop – B: (Technical Bid)(i) Technical bid should be submitted online as well as with two additional self certified

copies (total 3 copies) for the quoted drugs & medicines etc. should be signed and stamped on each page. (ANNEXURE-VI). The bidder shall submit the specification’s compliance / deviation report duly filled and signed which clearly bring out the deviation from the specification if any, given in Annexure-VI. Format of technical bid is available in tender document and bidder should provide technical bid in MS office version 97 in C.D. and has to be submitted along with the hard copy by the bidder in Envelope B.

(ii) List of name and address where supply of the quoted drugs & medicines has been made in last three year.

(iii) Literature of original catalogue of the product attached for reference.(iv) Documentary evidence for the Registration of the company with details of the Name,

Address, Telephone Number, Fax Number, e-mail address of the firm and of the Managing Director / Partners / Proprietor.

(v) Attested copy of Drugs manufacturing License / drugs license (sale) for each and every product quoted, along with revised WHO Good manufacturing practices Certificate (GMP) (for life saving drugs) / G.M.P. (for other drugs) as per revised Schedule – “M” (from manufacturers only) issued by the Licensing Authority. The Bidder shall also furnish a notarized affidavit in the format given in Annexure-III declaring that the bidder complies the requirements of GMP (as per revised schedule-‘M’) The license must have been duly renewed upto date and the items quoted shall be clearly highlighted in the license.

(vi) If the product is imported attested copy of import license of the bidder shall be submitted. The license must have been renewed up to date. A copy of a valid license for the sale of drugs imported by the firms issued by the licensing authority shall be submitted along with valid drug manufacturing License and WHO GMP certificate of manufacturer.

- 21 -

(vii) The instruments such as power of attorney, resolution of board etc., authorizing an officer/person of the bidder should be submitted with the tender and such Authorized officer/person of the bidder should sign the tender documents.

(viii) Market Standing Certificate issued by the Licensing Authority as a Manufacturer / distributor for each drug quoted for the last 3 years. In case of direct importer, evidence for importing the said items for the last three years.

(ix) Detail of record of manufacturer / import / distributor to establish 3 years market standing as in Annexure-IV.

(x) Non-conviction Certificate issued by the Drugs Controller of the state certifying that the drugs quoted have not been cancelled for last three years.

(xi) WHO Good manufacturing practices Certificate (GMP) as per revised Schedule – “M” (from manufacturers only) issued by the Licensing Authority. The Bidder shall also furnish a notarized affidavit in the format given in Annexure-III declaring that the bidder complies the requirements of GMP (as per revised schedule-‘M’).

(xii) Annual turnover in the last three financial years shall not be less than Rs. One Crore for Manufacturer and Rs. Fifty Lacs for the authorized distributor and turnover for the last financial year should also not be less than Rs. One Crore or Rs. Fifty Lacs accordingly. Annual turnover statement for 3 years submitted in the format given in Annexure-V certified by the Auditor/CA.

(xiii) Sales Tax / VAT Clearance certificate, as on 31.03.2010, 31.03.2011 and 31.03.2012 (as per form attached in Annexure-I).

(xiv) Undertaking (as in the proforma given in Annexure-II) for embossment of logo on tablets, bottles, tubes etc. as the case may be and for supply of tablets / capsules in strips as per conditions specified at Clause 4 of SCC herein, notarized by the Notary Public.

(xv) Details of Manufacturing Unit in Annexure-IX. The details containing the name and address of the premises where the items quoted are actually manufactured.

(xvi) The bidders have to submit name of the items, its code no. for which they are quoting in the price bid. Such names and items code of the items should be submitted along with the technical bid, failing which the tenderer’s price bid will not be opened. The Bidder has to submit Name of Item and its code number in the format given below:

Sr.No. Item Code Name of Drugs

(xvii) Concern / Company have not been debarred / blacklisted either by Rate Contracting Authority or by any State Government or Central Government Organization. Affidavit to this effect shall be submitted by the concern / company.

(xviii) Original Bid Form duly signed by authorized signatory as per Section V, duly stamped and signed by the bidder on each page for acceptance of Terms and Conditions.

(xix) Bidders should have the registration under Commercial Tax Authority. Copy of Registration certificate should be attached.

(xx) Affidavit that the firm has no vigilance case / CBI case pending against him / supplier, that the firm has not been black listed in the past by Govt. / Semi Govt. or any other organization. that the firm has not supplied the same item at a lower rate than quoted in the tender to any Govt. / Semi Govt. or any other organization.(duly notarized on 100/- stamp).In original.

(xxi) Authority letters from manufacturers / principal company (ANNEXURE-XII). In original(xxii) Affidavit on non judicial stamp of Rs. 100/- for being in business or more than 3 years(xxiii) Certificate for sole ownership / partnership and establishment relations.

- 22 -

(xxiv) Quality assurance certificate like ISI/ ISO-9002, IP/BP/USP etc.(xxv) Statement of financial standing from bankers & performance guarantee as per

(ANNEXURE-X), in original. (xxvi) Performance guarantee, if purchase order issued.

All the three envelops sealed in main envelop and marked ENVELOP–D “TENDER FOR DRUGS & MEDICINE ETC. FOR P.C.” All the envelopes A, B, C, D must be Wax sealed using sealing Wax and official seal, sealed cello taped, moisture free and strong. All the enclosures and photocopies should be self certified and stamped . On the cover of envelop D following should be mentioned:

i. Reference No. of the tender ________________ ii. Tender regarding _________________________

iii. Due date of submission of tender form ________ iv. Due date for opening of the tender ___________ v. Name of the firm _________________________

NOTE : TENDER SUBMITTED WITHOUT FOLLOWING THE ABOVE PROCEDURES WILL BE SUMMARILY REJECTED.

Envelope – C: (Financial Bid) Financial Bid / Price Proposal should be submitted online only, in case if the price bid is sent physically or in CD as a soft copy the bid will be out through rejected.

Envelope – D: (Main Tender Envelope)Envelope A & B

17.2 PRICE BID –

The Bidder should furnish the following:-

i) The rate quoted online only as per unit (landed price) in Annexure-XI (Suggested sample proforma of price schedule in this tender document is for inspection and not for physical submission or in CD) shall be inclusive of Excise Duty / Custom Duty, freight, packing, insurance etc. exclusive of VAT and should be F.O.R. the godown of each ordering agency.

ii) The rate quoted in column 8 of Annexure-XI should be filled online (Suggested sample proforma of price schedule is for inspection and not for physical submission or in CD) should be for a unit and given specification. The Bidder is not permitted to change / alter specification or unit size given in the Annexure-XI.

iii) Bidder has to quote rates online only strictly for the items, which are mentioned in the tender.

iv) Rates quoted for items other than mentioned in the tender form then that particular item will not be entertained.

v) The rates of each item should be quoted in figures as well in words, also, otherwise the tender will be rejected.

vi) The price bid should be submitted online as prescribed in online form only. In case price bid / financial bid is submitted manually or in CD than bid will be rejected.

18. Deadline for Submission of Bids

18.1 Bids will not be accepted after the time and date specified in the invitation for Bids (Section I).

- 23 -

18.2 The Rate Contracting Authority may, at its discretion, extend the deadline for submission of bids even by amending the Bid Documents in accordance with ITB Clause 7, in such case all right and obligations of the Rate Contracting Authority and Bidders be subject to the extended deadline.

18.3 The Rate Contracting Authority will not be responsible for any delay or non-receipt of tender documents.

19. Late Bids

19.1 No Bid can be submitted after the last date and time of submission of bid or extended deadline.

20. Modification and withdrawal of Bids

20.1 The Bidder may modify or withdraw their bid before Last Date and time of submitting bid hash online, before completing Submit Bid Hash Online stage. Once the said stage shows to be completed, no modifications can be made by bidder.

20.2 No bid may be modified subsequent to the deadline fixed for submission of bid hash online.

20.3 Bid may not be withdrawn in the interval between the deadline for submission of bids and the expiry of the period of bid validity as specified by the Bidder on the Bid Form or any extension thereof. Withdrawal of a bid during this interval will result in the forfeiture of bidder’s E.M.D., pursuant to ITB Clause 15.7.

Bid Opening and Evaluation of Bids

21. Opening of Bids by the Rate Contracting Authority

Opening of Bid process:

21.1 Bid will be opened online as per key schedule on the day, date & place specified by the Rate Contracting Authority.

21.2 All bidders are entitled to be present at the date, time & place fix for opening of Bids.

21.3 Only one representative of each Bidder is entitled to remain present at the time of bid opening. Bidder’s representative who is present shall sign a register in proof of his/her attendance. In the event of the specified date of Bid opening being declared a holiday for the Rate Contracting Authority, the Bids shall be opened at the appointed time and location on the next working day. Such representative must be present with original authority letter issued by the bidder with ID proof in support thereof.

21.4 Opening of bid will be a sequential process.

21.5 Bids will be opened in the presence of Bidder’s representatives who choose to attend on the specified date and time fixed for opening the bid. Envelop D containing envelop A & B documents will be opened, out of which envelop A will be immediately opened online and physically. Documents together with contents of envelop A will be subject to scrutiny, those

- 24 -

bidders whose documents and contents are as per tender conditions will only be deemed qualified for opening of technical bid. The date and time of opening of technical bid (envelop B) will be made available on website within a week of opening of bid and will be communicated simultaneously to those who qualify for opening of bid. Technical and Price bid will be submitted online and envelope B will be submitted in hard copy too. Technical Bid will be evaluated as per specification and NCB terms and conditions by the Technical Committee. Thereafter, Price Bid (envelop C) will be opened online only for those bidders whose bid will be found technically responsive. Opening of date of price bid will be communicated online only at http://dme.mpeprocurement.gov.in those who qualify and will be displayed on the specified website.

21.6 The Bidders’ names, presence or absence of the requisite bid security will be announced at the opening of Technical Bid.

21.7 Bidders who were found eligible on satisfying the criteria for technical evaluation and inspection by the technical committee, only their price bid will be opened and only they will be invited to be present at the date and time for opening of Price Bid of the tender.

22. Clarification of Bids

22.1 During evaluation of bids, the Rate Contracting Authority may, at its discretion, ask the Bidder for clarification of its Bid. Any clarification submitted by a bidder in respect to its bid and that is not in response to a request by the Rate Contracting Authority shall not be considered. The request for clarification and the response shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted except to confirm the correction of arithmetic errors discovered by the Rate Contracting Authority in the evaluation of the bids.

23. Preliminary Examination

23.1 The Rate Contracting Authority will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished whether all documents are there, whether the documents have been properly signed, and whether the bids are generally in order.

23.2 The Rate Contracting Authority may waive any minor informality or non-conformity or irregularity or omissions in a bid which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder.

23.3 Prior to the detailed evaluation, pursuant to ITB Clause 24, the Rate Contracting Authority will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one which conforms to all the documents, terms, conditions and specifications of the bidding documents without material deviations. The Rate Contracting Authority’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidences.

23.4 If a bid is substantially responsive, the Rate Contracting Authority may request that the bidder submit the necessary information or documentation, within a reasonable period of time to rectify nonmaterial nonconformities or omissions in the bid related to the fulfillment of documentation requirements. Such omissions shall not be related to any aspect of the price of the bid. Failure of

- 25 -

the bidder to comply with the request within the stipulated time may result in the rejection of its bid.

23.5 If a Bid determined as not substantially responsive, will be rejected by the Rate Contracting Authority and subsequently cannot be made responsive by the bidder by correction of the non-conformity.

24. Evaluation and Comparison of Bids

24.1 The Rate Contracting Authority will evaluate and compare the bids determined to be substantially responsive, pursuant to Clause 23. Bids will be evaluated with reference to various criteria as specified in bid document and one of such criteria is that the rate per unit of (landed price) i.e. rate per item for determining the L1 rate (Lowest rate).

24.2 Purchase will also be made from SC / ST firms as per State Government rules.

25. Contacting the Rate Contracting Authority

25.1 Subject to ITB Clause 22, no Bidder shall contact the Rate Contracting Authority on any matter relating to its bid, from the time of the bid opening to the time Rate Contract is awarded.

25.2 Any effort by a Bidder to influence the Rate Contracting Authority in its decisions on bid evaluation, bid comparison or award of contract may result in rejection of the Bidder’s bid. If the bidder wishes to bring additional information to the notice of the Rate Contracting Authority, it should do so in writing.

Award of Contract

26. Post Qualification

26.1 Based on the qualification criteria listed in ITB Clause 13, the Rate Contracting Authority will determine, to its satisfaction, whether the Bidder selected as having submitted the lowest evaluated responsive bid is qualified to satisfactorily perform the Contract.

26.2 The determination of this qualification will take into account the Bidder’s financial, technical, production and other capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications, submitted by the Bidder, pursuant to ITB Clause 13, as well as such other information as the Rate Contracting Authority deems necessary and appropriate.

26.3 An affirmative determination will be prerequisite for award of the Rate Contract to the Bidder. A negative determination will result in rejection of the Bidder’s bid in which event the Rate Contracting Authority will proceed to the next bid to make a similar determination of that Bidder’s capabilities to perform the contract satisfactorily.

26.4 On or before awarding the contract, the bidder may be asked to produce the samples and such asked sample will have to be produced before the rate contracting authority on the basis of which award of the contract may be finalized.

27. Award Criteria

- 26 -

27.1 Subject to ITB Clause 29 – The Rate Contracting Authority will award rate contract to the successful bidders on lowest evaluated prices or the price approved by the Purchase Committee.

28. Purchaser’s Right to vary Quantities

28.1 The details of the required drugs, medicines etc. are shown in Annexure-VI. The quantity mentioned is only the tentative requirement and may increase or decrease as per the decision of the Purchaser. The rates quoted should not vary with the quantum of the order or the destination.

29. Purchaser’s Right to Accept any Bid and to Reject any or all bids

29.1 The Rate Contracting Authority reserves the right to accept or reject the tender for the supply of all items of drugs or for any one or more of the items of drugs tendered for in a tender without assigning any reason, there to and without incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Rate Contracting Authority’s action.

30. Notification of Rate Contract

30.1 Prior to the expiration of the period of bid validity, the Rate Contracting Authority will notify the successful Bidder in writing by registered letter or fax or e-mail, that its bid has been accepted.

30.2 The notification of Rate Contract will constitute the formation of the Contract.

30.3 Upon the successful Bidder’s Rate Contract singing the pursuant to ITB Clause 31, the Rate Contracting Authority will promptly notify each unsuccessful Bidder and will discharges its bid security, pursuant to ITB Clause 15.

30.4 If, after notification of rate contract, a Bidder wishes to ascertain the grounds on which its bid was not selected, it should address it’s request to the Rate Contracting Authority. The Rate Contracting Authority will promptly respond in writing to the unsuccessful Bidder.

31. Signing of Rate Contract

31.1 At the same time the Rate Contracting Authority will inform to the successful Bidder that its bid has been accepted. The R.C.A. will send the Bidder the Rate Contract Form provided in the bidding document incorporating all agreements between the parties.

31.2 Within 10 days of receipt of the Notification of Rate Contract, the successful Bidder shall sign and date the Contract on a non-judicial stamp paper of value of Rs.100/- (stamp duty to be paid by the Bidder) and return it to the Rate Contracting Authority, positively.

31.3 The validity of Rate Contract will be one year and may be extended for further period as agreed mutually unless revoked.

32. Performance Security & Inspection Charges

- 27 -

32.1 Within 10 days of the receipt of firm order from the Rate Contracting Authority, the successful Bidder shall furnish the performance security, as specified by the purchaser, to the purchaser and inspection charges in accordance with the Clause 7 of General Conditions of Contract.

32.2 Failure of successful bidder to comply with the requirement of ITB Clause 31 or ITB Clause 32.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security/previously deposited performance security and disqualify the firm to participate in the tender for the next five years.

33. Placement of Supply Order

33.1 After finalization of the contract, the successful bidders may be asked to submit the delivery schedule as per requirement of the Purchaser. While placement of orders, the schedule given to the bidders, along with the other conditions stated in clause 27.1 will be considered.

33.2 To ensure sustained supply, without any interruption, the Purchaser reserves the right to split orders for supplying the requirements among more than one L1 bidder.

34. Corrupt or Fraudulent Practices

34.1 For the purpose of this provision, the terms set forth as follows:

(i) “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, and

(ii) “Fraudulent practice” means a mis-presentation / hiding of facts in order to influence a procurement process or the execution of a contract to the detriment of the other bidders, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the other bidders of the benefits of free and open competition;

(iii) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practice in competing for the contract in question.

(iv)Will declare a firm ineligible, either indefinitely or for a stated period of time, to be allowed to participate, awarded a contract if at any time determines that the firm has engaged in corrupt or fraudulent practice in competing for, or in executing, a contract.

34.2 Furthermore, Bidders shall be aware of the provision stated in such clause 21.4 of the General Conditions of contract.

- 28 -

SECTION III: GENERAL CONDITIONS OF CONTRACT (GCC)

- 29 -

SECTION III: GENERAL CONDITIONS OF CONTRACT(GCC)

TABLE OF CLAUSES

Clause Number Topic Page Number

1. Definitions 31

2. Applications 31

3. County of Origin 32

4. Standards 32

5. Use of Contract documents and information 32

6. Patent Rights 33

7. Performance Security 33

8. Inspection and Tests 33

9. Packing 34

10. Delivery and Documents 34

11. Insurance 35

12. Transportation 35

13. Warranty 35

14. Payment 36

15. Prices 37

16. Change orders 37

17. Contract Amendments 37

18. Assignment 37

19. Delays in the Supplier’s Performance 37

20. Liquidated Damages 38

21. Termination for Default 38

22. Force Majeure 39

23. Termination for insolvency 39

24. Termination for Convenience 39

25. Resolution of Disputes 40

26. Limitation of Liability 40

27. Governing Language 41

28. Applicable Law 41

- 30 -

29. Notices 41

30. Taxes and Duties 41

31. Fall Clause 41

32. Jurisdiction 42

- 31 -

General Conditions of Contract (GCC)

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:(a) “Rate Contract” means the agreement entered into between the Rate Contracting Authority

and the Supplier, as recorded in the Contract Forms signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein for supply of material in agreed time period.

(b) “Price” means the price payable to the Supplier for the full and proper performance of its contractual obligations.

(c) “Goods” means all the drugs & medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs and Psychiatry Drugs), pharmaceuticals, contraceptives items etc., which the supplier is required to supply to the purchaser under the Contract.

(d) “Services” means services ancillary to the supply of the Goods, such as transportation and insurance and any other incidental services, and other obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Purchaser” means the Organization purchasing the goods, as named in SCC.

(h) “The Purchaser’s Country” is the country named in SCC.

(i) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract.

(j) “Chairman, PC” means Chairman, Purchase Committee which is Dean, M.G.M. Medical College, Indore

(k) “Rate Contracting Authority” means the Chairman, Purchase Committee.

(l) “The Project Site” where applicable, means the place or places named in SCC.

(m)“Day” means calendar day.

2. Applications

2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract.

- 32 -

3. Country of Origin

3.1 All goods and services supplied under the Contract shall be specified with their country of origin.

3.2 For the purpose of this Clause “origin” means the place where the Goods are mined, grown or produced or from which the Services are supplied. Goods are produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new product results which is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of Goods and Services may be distinct from the nationality of the Supplier.

4. Standards

4.1 The Goods supplied under this Contract shall confirm to the standards mentioned in the Technical Specifications and when no applicable standard is mentioned, to the authoritative standard appropriate to the Good’s country of origin and such standards shall be the latest issued by the concerned institution.

4.2 Genuine drugs and medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs and Psychiatry Drugs) must be supplied. Tenderers should indicate the source of supply i.e. name & address of the manufacturers from whom the items are to be imported.

4.3 While quoting the rates of drugs & medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs and Psychiatry Drugs) as enclosed list, the name of the manufacturer, must be mentioned otherwise the tender is liable to be rejected.

4.4 The rates of every item should be quoted from standard and well reputed firms / companies and they should be minimum possible.

4.5 For drugs & medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs and Psychiatry Drugs) means should bear quality assurance certification like ISO 9002 or CE Mark or ISI standardization as well as WHO GMP (for life saving drugs) / GMP certification.

4.6 Drugs test report for every batch of drug is a must, and will be preferred as per ISI specifications. Drug test report for every batch of drug is a must and is to be sent along with the goods with each supply.

5. Use of Contract documents and information

5.1 The supplier shall not, without the Rate Contracting Authority’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 Rate Contracting Authority in connection therewith, to any person other than a person employed by the supplier in performance of the contract.

- 33 -

Disclosure to any such employed person shall be made in confidence and shall extent only so far as may be necessary, for purposes of such performance.

5.2 The Supplier shall not, without the Rate Contracting Authority’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for the purposes of performing the Contract.

5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Rate Contracting Authority and shall be returned (in all copies) to the Rate Contracting Authority on completion of the Supplier’s performance under the contract if so required by the Rate Contracting Authority.

6. Patent Rights

6.1 The Supplier shall indemnify the Rate Contracting Authority against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof in India.

7. Performance Security

7.1 The supplier shall furnish performance security in the amount specified in SCC 2.1 to the purchaser as specified in GCC 1.1 (g).

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 its obligations under the Contract.

7.3 The Performance Security shall be denominated in Indian Rupees and shall be in the form of FDR/Bank Guarantee of Nationalized Bank located in India in the prescribed form provided in bidding document or another acceptable to the purchaser in favour of Purchaser for 18 months.

7.4 The performance security will be discharged by the purchaser and returned to the Supplier not later than 60 days following the date of completion of the Supplier’s satisfactory performance obligations, including any warranty obligations, unless specified otherwise in SCC.

8. Inspection and Tests

If purchaser wishes:

8.1 The purchaser or its representative shall have the right to inspect and/or test the Goods to confirm their conformity to the contract. The Special Conditions of Contract and/or the Technical Specification shall specify what inspections and tests the purchaser requires and where they are to be conducted. The purchaser shall notify the Supplier in writing of the identity of any representatives retained for these purposes.

(i) The Supplier shall notify the purchaser or its representative at least 10 days prior to the date when Goods are available for inspection.

(ii) The Supplier will provide to the purchaser or its representative all reasonable facilities for the conduct of such inspections and tests at no additional cost to the purchaser. The Purchaser may seek an independent quality test report for batch ready for shipment. The cost of such tests will be borne by the Supplier.

- 34 -

(iii) Where the Supplier contests the validity of the rejection by the purchaser or his representative, whether based on product or packing grounds, a sample drawn by the Inspection Authority will be forwarded for analysis to an independent technical inspection. The Findings will be promptly obtained and shall be final and biding on both the parties. The cost of umpire analysis will be borne by the losing party.

(iv) The Purchaser’s right to inspect, test and where necessary, reject the Goods after the Goods arrival at the Site shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the purchaser or its representative prior to the Goods shipment from the country of origin.

(v) Nothing in Clause 8 shall in any way release the supplier from any warranty or other obligations under this Contract.

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 provided for in the contract including additional requirements, if any, specified in SCC, Technical specification and in any subsequent instruction ordered by the Purchaser.

10. Delivery and Documents

10.1 The supply should be completed within 30 days from the date of supply order unless otherwise specified in the supply order. Purchaser will place order by fax &/ or e-mail &/or speed post.

10.2 It shall be the responsibility of the Supplier to make good for any shortage/damage at the time of receipt in hospital. Goods receiving Authority is not responsible for the stock of drug received, for which no order is placed & drugs supplied which were not asked for such stock should be taken back by the supplier at its own cost.

10.3 The supplied medicines and drugs (covered in SCHEDULE P of Drugs and Cosmetics Act) should have a maximum potency throughout the shelf life period as prescribed in the Drugs and Cosmetics Act 1940 and rules there under. All items of drugs and medicines should have longer expiry of maximum shelf-life. Maximum shelf life will be the period between the date of the manufacture and its expiry date.

10.4 The Supplier shall take back Drugs, which are not utilized by the consignee within the shelf life period based on mutual agreement.

- 35 -

10.5 The details of shipping and/or other documents to be furnished by the Supplier are specified in SCC.

10.6 Supply must be in toto i.e. not in fraction.

10.7 The delivery of drugs and medicines should be made at the point / place specified by the Purchaser in the purchase order.

10.8 The drugs & medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs and Psychiatry Drugs) which have short life (short expiry) the period of potency should be of the maximum expected period prescribed. Short expiry drugs & medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs and Psychiatry Drugs) will not be accepted and for the consequences the supplier will be responsible. Expired drugs will have to be replaced by the bidder. Supplier will submit an undertaking that Drugs expired will be replaced by them if not used in stipulated time.

10.9 Every successful bidder must have an effective distributor and a godown in the city of every Government Medical / Dental College and will maintain sufficient stock at every such place. Bidder must submit a list of its existing distributor and godowns network in proforma XIII and will submit an affidavit to the effect that in case his bid is finalized he will appoint a distributor with a godown in every uncovered areas before signing the contract.

11. Insurance

11.1 The Goods supplied under the contract shall be fully insured in Indian Rupees against the loss or damage incidental to manufacture, acquisition, transportation, storage and delivery in the manner specified in SCC.

12. Transportation

12.1 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination within Madhya Pradesh defined as Project site, transport to such place of destination in Madhya Pradesh including insurance as shall be specified in the Contract shall be arranged by the Supplier, and the related cost shall be included in the Contract Price.

12.2 The loss or damage of material whatsoever, whether insured or not, during transit shall be made good by bidder, free of charge failing which the losses will be deducted from their bill / performance security.

12.3 Wharf age, demurrages etc. on account of incorrect or delayed dispatch of material or documents shall be the responsibility of the supplier and shall be recovered from his bill / performance security.

13. Warranty

13.1 For Drug Items

- 36 -

(a) The Supplier warrants that the Goods supplied under this Contract will have remaining a minimum of five sixths of the specified shelf life 5/6 = 80% upon delivery, have ‘overages’ within the ranges set forth in the Technical Specifications, and are not subject to recall by the applicable regulatory authority / due to unacceptable quality or on adverse drug reaction, and in every other respect with the Technical Specifications and with the conditions laid down in the Contract. In the event any of the Goods are recalled, the Supplier shall notify the purchaser within 14 days and promptly replace the items covered, by recall at its own cost.

(b) Supplier upon request, shall provide evidence of the basis for fixing the specified shelf life and other stability data concerning the finished product to be supplied; and

13.2 The Purchaser shall promptly notify the Supplier in writing of any claims arising under the warranty.

13.3 Upon receipt of such notice, the Supplier shall, with all reasonable speed, replace the sub standard drugs, without cost to the Purchaser.

13.4 If the Supplier, having been notified, fails to remedy the defect(s) within seven days, the Purchaser may proceed to take such remedial actions 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.

13.5 The stores supplies shall be strictly in accordance with the Specifications / Standards and shall be of the best quality. The stores are demanded to carry the Supplier’s own guarantee of the items by the consignee. In case of any adverse effect due to substandard quality the supplier will be fully responsible for all the consequences arising out of such substandard quality.

13.6 If at any time during/after the supply if goods are not found as per specification, sub standard or refurbished the bidder shall replace defective goods at his own cost, immediately, failing which the total amount is recoverable from him and he will be black listed.

14. Payment

14.1 The method and conditions of payment to be made to the Supplier under the contract shall be specified in the SCC.

14.2 The Supplier’s request(s) for payment shall be made to the Purchaser in writing accompanied by an invoice describing, as appropriate, the Goods delivered and the service performed, and by documents, submitted pursuant to GCC Clause 10, and upon fulfillment of other obligations stipulated in the contract.

14.3 Payments shall be made by the Purchaser after submission of the claim by the Supplier. All sincere efforts will be made for payment of due amount which has been submitted to the purchaser within 30 days unless the situation being out of control of the purchaser. Proforma invoice should also be submitted.

14.4 Payment shall be made in Indian Rupees.

- 37 -

14.5 The payment of the claim / bill will be made after deduction of VAT as per rules of M.P. Commercial Tax Act Section 34 and other taxes from the bill

15. Prices

15.1 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 its bid.

16. Change orders

16.1 The Rate Contracting Authority may at any time, by written order given to the Supplier pursuant to GCC Clause 29 make changes within the general scope of the Contract in any one or more of the following:

(a) the method of shipping or packing;

(b) Any other terms & conditions in public interest.

16.2 If any such change causes an increase or decrease in the cost of, or the time required, for the Supplier’s performance of any provision under the Contract, and equitable adjustment shall be made in the Contract Price or delivery schedule or both and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within fifteen (15) days from the date of the Supplier’s receipt of the Purchaser’s change order.

16.3 The Purchase Orders on approved rates will be placed by the Purchaser.

17. Contract Amendments.

17.1 Subject to GCC Clause 16, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the parties.

18. Assignment

18.1 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.

19. Delays in the Supplier’s Performance

19.1 Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser in the Supply order.

19.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the Goods and performance of the Service, 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 its discretion extend the supplier’s time for performance.

- 38 -

19.3 Except as provided under GCC Clause 22, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 20, unless an extension of time is agreed upon pursuant to GCC Clause 19.2 without the application of liquidated damages.

20. Liquidated Damages

20.1 Subject to GCC Clause 22, if the Supplier fails to deliver any or all the Goods or to perform the services within the period(s) specified in the supply order, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed goods or unperformed services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 21.

21. Termination for Default

Contract may be terminated by the Rate Contract Authority if:

21.1 If the supplier fails to execute the supply within the stipulated time, the Purchaser is at liberty to make alternative purchase, in the event of making ALTERNATIVE PURCHASE, the supplier will be imposed penalty apart from the forfeiture of Performance Guarantee. The excess expenditure over and above contracted prices incurred by the Purchaser in making such purchases from any other sources or in the open market or from any other supplier who has quoted higher rates and other losses sustained in the process, shall be recovered from the Performance Security or from any other money due and become due to the Supplier and in the event of such amount being insufficient, the balance will be recovered personally from the Supplier. The penalty would be as under:a. First penalty 31st day thereof from the date of issue of supply order – 3% of supplied ordered

item. b. Second & maximum penalty after 45 days from the date of issue of supply order – 5% of

supplied ordered item. c. The order will be deemed cancelled after expiry of 60 days from the issue date.

21.2 The order may be cancelled after expiry of delivery period as mentioned in the supply order and the supplier shall also suffer forfeiture of the Performance Security and shall invite other penal action like blacklisting / disqualification from participating in present and future tenders also.

21.3 Rate Contracting Authority will be at liberty to terminate by assigning justifiable reason thereof the contract either wholly or in part on one month notice. The Supplier will not be entitled for any compensation whatsoever in respect of such termination.

21.4 If the Supplier, in the judgment of the Rate Contracting Authority has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

For the purpose of this Clause.

“Corrupt practice” means offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution.

- 39 -

“Fraudulent practice” means a mis-presentation / hiding of facts in order to influence a procurement process or the execution of a contract to the detriment of the other bidders, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the other bidders of the benefits of free and open competition.

21.5 For infringement of the stipulations of the contract or for other justifiable reasons, the contract may be terminated by the Rate Contracting Authority, and the supplier shall be liable for all losses incurred by the Rate Contracting Authority, in consequence of the termination which may be recovered personally from the supplier or from his properties, as per rules.

21.6 Non performance of any of the contract provisions will disqualify a firm to participate in the tender for the next five years.

21.7 In all the above conditions, the decision of the Rate Contracting Authority shall be final and binding.

22. Force Majeure

22.1 Notwithstanding the provision of GCC Clause 19, 20 and 21, the Supplier shall not be liable for forfeiture of its performance security, liquidated damages, penalty or termination for default, if and to the extent that, it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

22.2 For purpose of this Clause, “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 are not limited to, acts of the Rate Contracting Authority either in its sovereign or contractual capacity, wars or revolution, fires, floods, epidemics, quarantine restrictions and freight embargoes.

22.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Rate Contracting Authority in writing with adequate proof of such conditions and the cause thereof. Unless otherwise directed by the Rate Contracting Authority in writing the Supplier must continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance which are not prevented by Force Majeure event.

23. Termination for insolvency

23.1 The Rate Contracting Authority 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 Rate Contracting Authority.

24. Termination for Convenience

24.1 The Rate Contracting Authority, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall

- 40 -

specify that termination is for the Rate Contracting Authority’s convenience, the extent to which performance of the Supplier under the contract is terminated, and the date upon which such termination become effective.

24.2 The Goods that are complete and ready for shipment within 15 days after the Supplier’s receipt of notice of termination shall be accepted by the Rate Contracting Authority at the Contract terms and prices. For the remaining Goods, the Rate Contracting Authority may elect:

(a) to have any portion completed and delivered at the Contract terms and prices; and / or

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials and parts previously procured by the Supplier.

25. Resolution of Disputes

25.1 The Rate Contracting Authority and the Supplier for the rate contracts & purchaser and supplier for supply order, supply, delivery and payment and other issues shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the Contract.

25.2 If, after thirty (30) days from the commencement of such informal negotiations, the Rate Contracting Authority and the Supplier & purchaser and the supplier are unable to resolve amicably, a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC. These mechanisms may include, but are not limited to, conciliation mediated by a third party, adjudication in an agreed national or international forum, and/or international arbitration.

(a) Any dispute or difference, in respect of which a notice of intention to commence arbitration has been given in accordance with this clause, shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the goods under the contract.

(b) Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in SCC.

25.3 Notwithstanding any reference to arbitration herein the parties shall continue to perform their respective obligations under the contract unless they otherwise agree.

26. Limitation of Liability

26.1 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 Rate Contracting Authority, whether in contract, tort, or otherwise, for any indirect or consequential clause 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 suppliers to pay liquidated damages to the Rate Contracting Authority, and

- 41 -

(b) the aggregate liability of the supplier to the Rate Contracting Authority, whether under the contract, in tort or otherwise, shall not exceed the total ordered price, provided that this limitations shall not apply to the cost of replacing sub-standard/defective goods.

27. Governing Language

27.1 The contract shall be written in English language. Subject to GCC Clause 28, English language version of the Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in the same language.

28. Applicable Law

28.1 The Contract shall be interpreted in accordance with the laws of the Union of India.

29. Notices

29.1 Any notices given by one party to the other, pursuant to this Contract, shall be sent to the other party in writing, confirmed in writing to the other Party’s address specified in SCC.

29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

30. Taxes and Duties

30.1 In case of any enhancement in Excise Duty due to notification of the Government after the date of submission of tenders and during the tender period, the quantum of additional excise duty so levied will be paid extra, if the rates of excise duty prevailing at the time of tender, has been shown extra and actually paid by the supplier. For claiming the additional cost on account of the increase in Excise Duty, the supplier should produce a letter from the concerned Excise authorities for having paid additional Excise Duty on the goods supplied to Purchaser and also must claim the same in the invoice separately.

30.2 Suppliers shall be entirely responsible for all taxes, duties license fees, octroi, road permits, etc. incurred until delivery of the contracted Goods to the Purchaser. However, Sales tax/VAT (not surcharge in lieu of Sales Tax/VAT) in respect of the transaction between the Purchaser and the Supplier shall be payable extra, if so stipulated in the supply order.

31. Fall Clause

31.1 Prices charged for supplies under Rate Contract by the supplier should in no event exceed the lowest prices at which he offers to sell or sells the stores of identical description to any other State Government / DGS & D/ Public Undertaking during the period of the contract.

31.2 If at any time during the period of contract, the price of tendered items is reduced or brought down by any law or Act of the Central or State government, the supplier shall be bound to inform the Rate Contracting Authority immediately , as is necessary, its effect on price rates. In case the supplier fails to notify or fails to agree for such reduction of rates, the Rate Contracting Authority will revise the rates on lower side. If there is a price increase for any product after quoting the rates, the bidder will have to supply the item as per quoted rates. This office will not accept any higher rates after wards.

- 42 -

31.3 If at any time during the period of contract, the supplier quotes the sale price of such Drugs & Medicines or sells such Drugs & Medicine to any other State Govt. / DGS&D and Public Undertakings at a price lower than the price chargeable under the rate contract he shall forthwith notify such reduction to Rate Contracting Authority and the prices payable under the rate contract for the Drugs & Medicines supplied from the date of coming into force of such price stands correspondingly reduced as per above stipulation however reduction shall not apply to:-

(a) Export by the supplier(b) For all contracts entered into prior to the date of the tender or for any backlog of pending

orders.

31.4 Within six months of the commencement of the rate contract and at the rate contract period a certificate in the following forms will have to be submitted by the supplier :-

I/We certify that the stores of description identical to the store supplied to the Govt. of M.P. under the contract herein have not been sold by me/us to any other State Govt. / Central Govt. / DGS & D / Public Undertaking during the period of the rate contract of Madhya Pradesh under the contract / except for the quantity falling under sub-clause (a) & (b) of the clause 31.3.

32. Jurisdiction

32.1 In respect of all disputes or claims related with Rate Contracts out of or under this contract, Indore Court alone shall have jurisdiction to entertain the same.

32.2 In respect of all disputes or claims related with Supply, Payments and any other out of or under this contract, the concerned Court of Purchaser’s place shall have jurisdiction to entertain the same.

CHAIRMAN, PURCHASE COMMITTEE &DEAN, M.G.M MEDICAL COLLEGE,

A.B. ROAD INDORE (M.P.)

- 43 -

SECTION IV: SPECIAL CONDITIONS OF CONTRACT (SCC)

- 44 -

SECTION IV : SPECIAL CONDITIONS OF CONTRACT(SCC)

TABLE OF CLAUSES

Item No. Topic Page No.

1. Definitions (GCC Clause 1) 45

2. Performance security (GCC Clause 7) 45

3. Inspection and tests (GCC Clause 8) 45

4. Logograms 47

5. Packing (GCC Clause 9) 47

6. Delivery and documents (GCC Clause 10) 48

7. Insurance (GCC Clause 11) 48

8. Payments (GCC Clause 14) 48

9. Prices (GCC Clause 15) 49

10. Liquidated damages & deduction in payment (GCC Clause 20) 49

11. Resolution of disputes (GCC Clause 25) 50

12. Notices (GCC Clause 29) 50

13. Supplier Integrity 51

14. Supplier’s obligations 51

15. Patent right (GCC Clause 6) 51

16. Progress of Supply 51

17. Bid Form 52

- 45 -

Special Conditions of ContractThe following special conditions of contract shall supplements the general conditions of contract

whenever there is a conflict, the provisions herein shall prevail, over those in the general conditions of contract the corresponding clause numbers of the general conditions is indicated in parentheses.

1. Definitions (GCC Clause 1)GCC 1.1 (g) (a) The Purchaser is concerned Deans / Principal / Superintendents of

various Govt. / Autonomous Medical Colleges, Dental College and Associated Hospitals of Madhya Pradesh which is also Good’s Receiving Authority.

GCC 1.1 (i) (b) The Supplier is the individual or firm supplying the Goods and Services under this Contract.

GCC 1.1 (h) (c) The Purchaser Country is India.

GCC 1.1 (l) (d) The project site is as per supply order.

2. Performance security (GCC Clause 7)2.1 The supplier shall be required to pay 10% performance security of the order value or maximum

Rs. 15 lac which ever is less. The performance security should be paid upfront in respect of each supply order or before the due date fixed by the Purchaser, valid up to end of 18 months for performance obligations including warranty obligations.

2.2 Substitute clause 7.4 of the GCC by the following:-

The performance security will be discharged by the Purchaser and returned to the supplier not later than 60 days following the date of completion of the supplier’s satisfactory performance obligations including the warranty obligations under the contract.

2.3 Add as clause 7.5 to the GCC the following:-

In the event of any contract amendment, the supplier shall, within 07 days of receipt of such amendment furnish the amendment to the performance security, rendering the same valid for the duration of the contract as amended for further period of 60 days thereafter.

3. Inspection and tests (GCC Clause 8)

If purchaser wishes:

A. The inspections shall be conducted on the premises of the suppliers / godown or stores of the supplier / at point of delivery and / or at the good’s final destination. Three sets of samples of required quality will be drawn at random from each batch by the inspector and sealed. These sealed samples will be signed by the inspector together with the supplier. Two set of sealed sample will be sent to an approved laboratory for conducting the required test to confirm whether the sample confirm to the prescribed specification. One set of sealed sample will be retained with the manufacturer as counter sample.

- 46 -

Inspection and testing charges for the above purpose and cost of the sample for testing purpose shall be borne by the supplier.

B. Every box of drug should be sealed with gum tape / PVC tape running throughout the box along the top and bottom. This will ensure that box could not be opened without damaging the seal.

C. In case the sample is found to be not in conformity with the prescribed specifications, one set of counter sample retained with the manufacturer may be sent for re-testing, if so desired by the manufacturer.

D. Inspection note will be issued by the inspection committee on the basis of test report, with a final note for accepting or rejecting the batch, as the case may be.

E. The consignee may also draw the sample, at random, from the consignment within 45 days of their receipts, and get them re-tested to satisfy whether the lot conforms to the laid down specification. In the event of the sample failing to conform to specification, the consignee shall reject the batch of supply and inform the supplier for arranging replacement of the rejected batches at supplier’s own cost.

F. Sample of supplies may also be chosen at the point of distribution / storage points for testing. The samples will be sent to different Govt. approved laboratories for testing, as decided by the Purchaser. Handling and testing charges for the above purpose, as specified in clause 11.7 of ITB.

G. When the inspection is conducted on the premises of the supplier, all reasonable facilities and assistance including access to drawing and production data shall be furnished to the inspectors at no charge to the Purchaser.

H. In the event of the sample of drugs and medicines failing quality test and found to be not as per specification the Purchaser is at liberty to make alternative purchase of the items, of drugs and medicines for which the supply orders have been placed, from any other sources or in the open market or from any other suppliers who might have quoted higher rate at Bid at the cost of the supplier and in such cases the Purchaser has every right to recover the excess cost from supplier’s performance security.

I. If the sample, do not conform to statutory standard, the supplier will be liable for relevant action under the existing laws and the entire stock in such batch should be taken back by the supplier within a period of 15 days of the receipt of the letter from Purchaser. The stock shall be taken back at the expense of the supplier. Purchase has the right to destroy such NOT OF STANDARD DRUGS if the supplier does not take back the goods within the stipulate time. Purchaser will arrange to destroy the NOT OF STANDARD drugs after the expiry of 30 days mentioned above, without further notice, and shall also collect demurrage charges.

J. If any items of drugs / medicines supplied by the supplier have been partially or wholly

used or consumed after supply and are subsequently found to be in bad order, unsound, inferior in quality or description or otherwise faulty or unfit for consumption and if payment had already been made to him then the contract price or prices of such articles or things will be recovered from the supplier. The supplier will not be entitled to any

- 47 -

payment, whatsoever, for items of drugs found to be NOT OF STANDARD QUALITY whether consumed or not and the purchaser is entitled to deduct the cost of such batch of drugs from any amount payable to the supplier. On the basis of nature of failure, the product / supplier will be moved for black listing.

K. For drugs labeled as NOT OF STANDARD QUALITY, the food and drugs administration (FDA) will be informed for initiating necessary action against the supplier and that product shall be banned / black listed and no further supplies will be accepted from him till he is legally discharged. The supplier shall also not be eligible to participate in tenders for supply of such drugs for a period of five subsequent years.

4. Logograms

Logogram means, wherever the context occurs, the design as specified in Annexure – II.

4.1 Tender for the supply of drugs and medicines etc, shall be considered only if the bidder gives undertaking in his tender that the supply will be prepared and packed with the hologram either printed or embossed or affixed on tablets and bottles etc. as per the design enclosed as per Annexure – II.

4.2 All tablet and capsules have to be supplied in standard packing in strips or blister packing with printed hologram and shall also conform to schedule P1 of the drugs and cosmetic Act & rules wherever it applies. Affixing of stickers and rubber stamps shall not be accepted.

4.3 Bottles, injections, vials, ampule and all other items should also carry the hologram. Label where-ever used must be firmly adhered.

4.4 Failure to supply drugs etc., with logogram will be treated as breach of the agreement.

Tenderes of the tenderes which are not willing to agree to the above conditions will be summarily rejected.

5. Packing (GCC Clause 9)

Add the following clause 9.3 of the GCC :-

5.1 The drugs and medicines shall be supplied in the packing specified in Annexure – VII and the packing shall carry the logogram specified in Annexure-II. Each strip / bottle shall be printed / marked by distinct colours on the label “M.P. Govt. Med. Edu. Supply. Not for Sale”.

5.2 The packing in each carton shall be strictly as per the specification mentioned in Annexure – VII. Failure to comply with this shall lead to non-acceptance of the goods besides imposition of penalties.

5.3 The cap of bottled preparations should not carry the name of the supplier.

5.4 It should be ensured that only first hand fresh packaging material of uniform size is used for packing.

- 48 -

5.5 All primary packing containers should be strictly conforming to the specification included in the relevant pharmacopoeia.

5.6 Packing should be able to prevent damage or deterioration during transit.

5.7 In the event of items of drugs supplied found to be not as per specifications in respect of their packing, the Purchaser is at liberty to make alternative purchase, of the items of drugs and medicines for which the supply orders have been placed, from any other sources or from the open market or from any other bidder who might have quoted higher rates. Such purchase shall be at the risk and the cost of the defaulting supplier and for which the Purchaser has every right to recover the cost and imposes penalty as mentioned in GCC clause 21.1.

6. Delivery and documents (GCC Clause 10)

Upon delivery of the goods, the supplier shall submit the following documents to the Purchase:-

(i) Three copies of the supplier invoice showing good’s description, batch No., expiry, quantity, unit price, and total amount.

(ii) Acknowledgement of receipt of goods from the consignee(s).

(iii) Manufacturer’s / supplier’s warranty certificate.

(iv) Inspection certificate issued by the designated inspection agency , and

(v) Certificate of origin.

(vi) Photocopy of all test reports of all drugs and medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs and Psychiatry Drugs) should be submitted with every delivery challan.

7. Insurance (GCC Clause 11)

For delivery of goods at site, the insurance shall be obtained by the supplier in an amount equal to 110% of the value of the goods to the final destinations as specified in the purchase order of “All Risks” basis including war Risks and strike.

Should any loss or damage occurs, the supplier shall:

(a) Initiate and pursue claim till settlement, and

(b) Promptly make arrangement for replacement of any damage item/s irrespective of settlement of claim by the underwriters.

8. Payments (GCC Clause 14)

Payment for goods and services shall be made in Indian Rupees as follows:-

- 49 -

8.1 No advance payments towards cost of drugs, medicines etc. will be made to the supplier.

8.2 All payments shall be made by way of crossed cheques drawn in favour of the supplier.

8.3 All bills / invoices should be raised in triplicate in the name of Concerning Purchaser.

8.4 Payment will be made after completion of supply of goods as per supply order, commissioning, due verification and subsequent satisfactory report of the user department. Payments shall be made by the Purchaser after submission of the claim by the Supplier. All sincere efforts will be made for payment of due amount which has been submitted to the purchaser within 30 days unless the situation being out of control of / unforeseen for the purchaser.

8.5 FALL CLAUSE: if, at any time, during the said period, the supplier reduce the said prices of such Stores/Drugs & Medicines or sales such stores to any other person/organization at a price lower than the chargeable, he shall forthwith notify such reduction or sale to the PURCHASER and the price payable for the Stores supplied after the date of coming into force of such reduction or sale shall stand correspondingly reduced.

9. Prices (GCC Clause 15)

Substitute clause 15.1 of the GCC with the following:

Prices payable to the supplier as stated in the contract shall not be subject to adjustment during performance of the contract.

10. Liquidated damages & deduction in payment (GCC Clause 20)

10.1 For delay :

Substitute GCC clause 20.1 by the following:Subject to GCC clause 20, if the supplier fails to deliver any or all the goods or perform the services within the time period(s) as specified in the contract, the Purchaser shall, without prejudice to its other remedies under the contract, deduct liquidated damages from the contract price, as shown below from the price of the delivered delayed goods or unperformed services for each week of delay or part thereof until actual delivery or performance up to maximum deduction of 5% of the delayed goods or services contract price. Once the maximum is reached, the purchaser may consider termination of the contract.

a. First penalty: 31st day from the date of issue of supply order – 3% of supply ordered item. b. Second penalty: after 45 days from the date of issue of supply order – 5% of supply ordered

item. c. The order will be deemed cancelled after expiry of 60 days from the issue date

10.2 Purchaser has every right to receive supply even after expiry of delivery period as mentioned in the supply order and in such case, liquidated damages will be levied @ 3% of the delivery price of the delayed goods or unperformed services for each week of delay or part thereof until actual delivery or performance.

- 50 -

10.3 The supply in damaged condition shall not be accepted. In case of damage in the packing , the supply will be accepted only after levying penalty or replacement of damaged supply on the total value of supply to that particular designated place.

10.4 Supply must be in toto i.e. not in fraction

11. Resolution of disputes (GCC Clause 25)

Add as GCC clauses 25.4 and 25.5 the following:

25.4 The dispute resolution mechanism to be applied pursuant to GCC clause 25 shall be as follows:

(a) In case of dispute or difference arising between the Rate Contracting Authority / Purchaser and supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The Next Higher Authority shall be the Arbitrator.

25.5 The Venue of Arbitration shall be at concerned place of next higher authority of R.C.A. / Purchaser.

12. Notices (GCC Clause 29)

For the purpose of all notices, the following shall be the address of the Rate Contracting Authority & Purchaser and supplier:

Rate Contracting Authority: The Chairman, Purchase Committee & DeanM.G.M. Medical College, Indore (M.P.)

Purchaser :1. Dean, M.G.M. Medical College, A.B. Road, Indore 2. Dean, Gandhi Medical College, Bhopal 3. Dean, Gajra Raja Medical College, Gwalior4. Dean, Shyam Shah Medical College, Rewa5. Dean, N.S.C.B. Medical College, Jabalpur6. Dean, Bundelkhand Medical College, Sagar7. Principal, Dental College, A.B. Road, Indore8. Jt. Director cum Superintendent, M.Y. Hospital, MYH Road,

Indore9. Superintendent, Govt. Cancer Hospital, Near MY Hospital, Indore10. Superintendent, Chacha Nehru Bal Chikitsalaya Avum

Anusandhan Kendra, Behind MY Hospital, Indore11. Superintendent, Mental Hospital, Banganga, Indore12. Superintendent, Hamidia Hospital, Bhopal13. Superintendent, Sultania Zanana Hospital, Bhopal14. Superintendent, Jayarogya Hospital, Gwalior15. Superintendent, Mental Hospital, Gwalior16. Superintendent, S.G.M. Hospital, Rewa17. Superintendent, N.S.C.B. Medical College Hospital, Jabalpur18. Superintendent, Govt. Medical College Hospital, Sagar

- 51 -

Supplier : (To be filled at the time of Contract Signature)---------------------------------------------------------

- 52 -

13. Supplier Integrity

The supplier is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-art methods and economic principles and exercise all means available to achieve the performance as specified in the contract.

14. Supplier’s obligations

The supplier is obliged to work closely with the R.C.A. and Purchaser’s staff, act within its own authority and abide by directives issued by the Purchaser and implementation activities.

The supplier will abide by the job safety measures prevalent in India and will free the purchase from all demands or responsibilities arising from accidents or loss of life the cause of which is the supplier’s negligence. The supplier will pay all indemnities arising from such incidents and will not hold the Purchaser responsible or obligated.

The supplier is responsible for managing the activities of its personnel or sub contracted personnel and will hold itself responsible for any misdemeanors.

The Supplier will treat as confidential all data and information about the Rate Contracting Authority / Purchaser, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Rate Contracting Authority / Purchaser.

15. Patent right (GCC Clause 6)In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of goods or any part thereof in the Purchaser’s country, the supplier shall act expeditiously to extinguish such claim. If the supplier fails to comply and the Purchaser is required to pay compensation to a third party resulting from such infringement, the supplier shall be responsible for the compensation including all expenses court cost and lawyers fees. The Purchaser will give notice to the supplier of such claim, if it is made, without delay.

16. Progress of Supply

Supplier : (To be filled at the time of Contract Signature )--------------------------------------------------------- ---------------------------------------------------------

Supplier regularly at every 7 day interval shall intimate item wise progress of supply in writing, to the Purchaser as under: Quantity offered for inspection and date : Quantity accepted / rejected by inspecting agency and date: Quantity dispatched / delivered to consignee and date : Quantity where incidental services have been satisfactorily completed with date : Quantity where rectification / replacement effected / completed on receipt of any

communication from consignee / Purchaser with date :(In case of state-wise inspection, details required may also be specified).

CHAIRMAN, PURCHASE COMMITTEE &DEAN, M.G.M MEDICAL COLLEGE,

A.B. ROAD INDORE (M.P.)

- 53 -

SECTION V Ref. Clause No. 17.1(p) of ITB

BID FORM Date : …………..2013

Tender No. ……...To,

Chairman, Purchase Committee &Dean, M.G.M. Medical CollegeA.B.Road, Indore (M.P.)

I/We, the undersigned, declare that:1. I/We have examined the bidding documents including Addenda Nos. ……. (insert numbers), the

receipt which is hereby acknowledged.2. I/We have gone through all terms and conditions of the tender document before submitting the

same. I/We hereby agree to all terms and conditions as stipulated in the tender document and offer to supply and deliver ………………….. (Brief description of drugs & medicines) in conformity with the bidding documents in accordance with the schedule of prices attached herewith and made part of this bid.

3. I/We undertake, if our bid is accepted, to deliver the goods in accordance with delivery period specified in the supply order.

4. I/We agree to abide by this bid for a period of 180 (numbers) days after the date fixed for bid opening and shall remain binding upon us and may be accepted at any time before the expiration of that date.

5. If our bid is accepted, we commit to deposit a performance security in accordance with GCC clause 7 & SCC clause 2 for the due performance of the contract.

6. Until a formal contract is prepared and executed, this bid together with your written acceptance thereof and your notification of rate contract shall constitute a binding contract between us.

7. I/We undertake if at any time, it is found that any information furnished by us to the Rate Contracting Authority, either in our bid or otherwise, is false, the Rate Contracting Authority reserves the right to terminate the contract without assigning any reasons, forfeit the bid security or performance security and blacklist us for a period of 5 years.

8. I/We understand that you are not bound to accept the lowest or any bid that you may receive.9. I/We hereby submit our tender for the ______________________________.10. I am/We are enclosing herewith the E.M.D. No.___________ dated _________.11. I/We have noted that overwritten entries shall be deleted unless duly cut & re-written and initialed. 12. Tenders are duly signed (No thumb impression should be affixed).13. I/We undertake to sign the contract / agreement, if required, within 7 (Seven) days from the date

of issue of the letter of acceptance, failing which our/my security money deposited may be forfeited and our/my name may be removed from the list of suppliers.

Dated this ………………….. day of ……………….. ……..2013(Signature) ……………..

(in the capacity of :……………….)Duly authorized to sign for and on behalf of ………………..

Witness: 1. Signature……….. Witness: 2. . Signature………..

Name & Address………………… Name & Address…………………

- 54 -

TABLE OF ANNEXURES

Item No. Topic Page No.

1. Annexure – I (Sale Tax Clearance Certificate) 54

2. Annexure – II (Undertaking Form) 56

3. Annexure – III (Declaration Form) 60

4. Annexure – IV (Proforma for Performance Statement) 61

5. Annexure – V (Annual Turnover Statement) 62

6. Annexure – VI (Specification of require Drugs & Medicines) 63

7. Annexure – VII (Packing Specification) 64

8. Annexure – VIII (Contract Agreement) 66

9. Annexure – IX (Details of Manufacturing Unit) 69

10. Annexure – X (Proforma for Performance Security) 70

11. Annexure – XI (The Landed Price [sample price schedule proforma] 71

12. Annexure – XII (Manufacturer’s Authorization Letter) 72

13. Annexure- XIII Detail of existing distributor and Godown network in M.P 7314. Check list 74

14. Requirement List of Drugs, Medicines & Other Items 76

- 55 -

ANNEXURE – I Ref. Clause No. 17.1 (k) of ITB

FORM OF CERTIFICATE OF SALES TAX / VAT VERIFICATION TO BE PRODUCED BY AN APPLICANT FROM THE CONTRACT OR OTHER

PATRONAGE AT THE DISPOSAL OF THE GOVERNMENT OF MADHYA PRADESH

(To be filled up by the applicant)

01. Name of style in which the applicant is addressed or assessable to sales tax / VAT addresses or assessment.

02. a. Name and address of all companies, firms or associations or persons in which the applicant is interested in his individual or fiduciary capacity

b. Places of business of the applicant (all places of business should be mentioned)

03. The Districts, blocks and division in which the applicant is assessed to sales tax / VAT (all places of business should be furnished)

04. a. Total contract amount or value of patronage received in the preceding three years

2009-102010-112011-12

b. Particular of sales – Tax / VAT for the preceding three years

Year Total T.O. (Turnover) be assessed

(Rs)

Total Tax assessed

(Rs)

Total Tax Paid(Rs)

Balance (Rs)

Reasons for Balance

(Rs)

2009-102010-112011-12

c. If there has been no assessment in any year, whether any returns were submitted? if yes, the division in which the returns were sent?

d. Whether any penal action or proceeding for the recovery of Sales tax / VAT is pending?e. The name and address of Branches, if any:

I declare that that the above information is correct and complete to the best of my knowledge and belief.

Signature of Applicant:Address:Date:

- 56 -

(To be filled up by the Assessing Authority)

In my opinion, the applicant mentioned above has been / has not been / doing everything possible to pay the tax demands promptly and regularly and to facilitate the completion of pending proceeding.

Date Seal : Deputy / Asstt. Commercial Tax – Officer Deputy Asstt.

Note: A separate certificate should be obtained in respect of each of the place of business of the applicant from the deputy commercial tax officer or Assistant commercial tax officer having jurisdiction over that place.

- 57 -

ANNEXURE – II Ref. Clause No. 4.1 of SCC

UNDERTAKING

I/We/ M/s.___________________________ represented by its Proprietor / Managing Partner / Managing Director having its Registered Office at _______________________ and its Factory Premises at ____________ do declare that I/We have carefully read all the conditions of tender in Ref. No._____________ for supply of drugs and medicines, floated by the Purchase Committee, and accept all conditions of Tender.

I/We agree that the RCA and/or Purchaser has rights to forfeit the Bid Security and/or Performance Security Deposit and blacklist me/us for a period of 5 years if any information furnished by us proved to be false at the time of inspection and not complying to the tender conditions.

Signature of the Bidder

Name & Address in capital letters with Designation

(This Document must be duly notarized)

- 58 -

ENCLOSURE – I TO ANNEXURE–II Ref. Clause No. 17.1(1) of ITB

DESIGN FOR

DESIGN FOR STRIP ALONG WITH THE MATTER TO BE PRINTED

Description of the Tablet as per pharmacopoeia

“M.P. Govt., Med. Edu. Supply. Not For Sale”

- 59 -

ENCLOSURE – II TO ANNEXURE – II Ref. Clause No. 17.1(1) of ITB & Clause No. 4 of SCC

DESIGN FOR LOGORAMS

LIQUIDS

Liquid reparation should be in bottles with pilfer – proof caps top bearing the following

logograms

The label to be affixed on the containers shall be of green and they should be overprinted in

distinct colour with the words “ M.P. Govt., Med. Edu. Supply. Not For Sale” and the logograms as

above and as described previously.

OINTMENTS

Ointments should be supplied in tubes bearing the following logograms and the words “M.P.

Govt., Med. Edu. Supply. Not For Sale” overprinted in distinct colour and as described previously.

- 60 -

MP

Gov

t

MP

Gov

t

ENCLOSURE – III TO ANNEXURE – II

SPECIMEN LABEL FOR OUTER CARTON SHALL BE OF GREEN COLOUR

- 61 -

M.P. Government

Medical Education Department Supply

Not For Sale

Batch: -----------------------------Mfg date: --------------------------Exp. Date: ---------------------------

Quantity packed: 100x10x10 Net Weight: 6.5 Kg

Manufactured by:

PARACETAMOL TAB. I.P.

Annexure-IIIRef. clause No 17-1(i) of ITB

DECLARATION

I/we M/s………………represented by its Proprietor / Managing Partner / Managing

Director having it’s Registered office at…………………………..and it’s Factory Premises at…………

am / are desirous of participating in the tender No. ……. for the supply of Drugs and Medicines floated

by the Chairman, Purchase Committee & Dean, M.G.M. Medical College, Indore - 452001 and accept

all conditions of Tender document.

I/We declare that we posses the valid license and WHOGMP (For life saving drugs )/GMP

(for Other drugs) Certificate as per revised Schedule-“M” issued by the Competent Authority and

comply and continue to comply with the conditions laid in Schedule M of drugs & Cosmetics Act. 1940

and the Rules made there under.

I/We agree that the Rate Contracting Authority may forfeit our Bid security and / or

Performance Security Deposit and blacklist me/us for a period of 5 years if, any information furnished

by us is proved to be false at the time of inspection and not complying with the conditions as per

Schedule M of the said Act.

Signature:

Seal

Name & Address:(This Document must be duly notarized)

- 62 -

ANNEXURE-IVRef. Clause No. 17.1 (g) of ITB

PROFORMA FOR PERFORMANCE STATEMENT(FOR A PERIOD OF LAST 3 YEARS)

Name of firm…………………………………………………………………………

Sr. No

Name of the Item (for all category ) Year Quantity Manufactured

1 2 3

1

2

3

4

Signature & Seal of the Bidder(This Document must have duly notarized)

- 63 -

ANNEXURE-VRef. Clause No. 17.1 (j) of ITB

ANNUAL TURNOVER STATEMENT

The Annual Turnover of M/s ……………………………………………………. for the past

three years are given below and certified that the statement is true and correct:

Sr No. Year Turnover in Lakhs (Rs.)

1. 2009-10

2. 2010-11

3. 2011-12

Total Rs. (Lakhs) ………………………………………………………

Average turnover per annum Rs. …………………………. (Lakhs)

Signature of AuditorChartered Accountant

(Name in Capital)

Date :Seal :

- 64 -

ANNEXURE-VIRef. Clause No. 28.1 of ITB

SPECIFICATIONS OF DRUGS & MEDICINES

Sr No

Item Code

Name of the Drugs with Specifications Name of manufacture

Unit Approx. Tender Qty in Unit

1.As per the list from page no.-----------------

2.

Note: The quantity may increase or decrease as per clause No. 28.1 of ITB1. Strips of aluminium foils refer to gauge 04.

2. Aluminium foils as back material for blisters refer to gauge 025.

3. The rigid PVC used in blister packing should be of not less than 250 micron.

4. All glass bottles should be new neutral glass.

5. Ointments should be packed in liquidized Aluminium tubes.

6. Small tablets packed in blisters should be packed to facilitate easy removal of the tablet without

breaking / crushing.

7. Specifications of outer cartons are as given in the Schedule (Annexure-VII).

8. In case of any conflict between carton specifications and packets per carton specification (Last

column of this table), the specification of the packet / carton shall prevail.

9. All tablets should have a score line.

10. All liquid orals should be provided with a measuring device.

11. All plastic containers should be made of virgin grade plastics.

12. All plastics jars above 450gms/ml should carry an inner plastic lid.

13. Bio availability report should be submitted in the case of the following drugs :

(1) Tab Digoxin (2) Tab Lithium Carbonate

14. The strips shall be aluminium strip / blister with aluminium foil back.

- 65 -

ANNEXURE-VIIRef. Clause No. 5.1& 5.2 of SCC

I. SCHEDULE FOR PACKING OF DRUGS AND MEDICINES GENERAL SPECIFICATIONS

1. No Corrugate package should weight more than 15kgs (i.e. product + inner carton + corrugated box).

2. All items should be packed only in first hand boxes.

FLUTE:3. The corrugated boxes should be of narrow flute.

JOINTS:4. Every box should be preferably of single joint and not more than two joints.

FLAPS:5. The flaps should uniformly meet but should not over lap each other. The flap when

turned by 45-600 should not crack.

TAPE:6. Every box should be sealed with gum tape / PVC tape running through the box along the

top and bottom.

CARRY STRAP:7. Every box should be strapped with two parallel nylon carry straps (they should intersect).

LABEL:8. Every corrugate box should carry a large label in green colour clearly indicating that the

product is for “M.P. Govt Med. Edu.. Supply – Not for Sale”. The lower one third of the large label should indicate in bold , as depicted in enclosure III of Annexure II of this document.

9. The product label on the carton should be large atleast 25cms x 15cms dimension. It should carry the correct technical name , strength of the product , date of manufacturing , date of expiry , quantity packed and net weight of the box.

OTHERS:10. No box should contain mixed products or mixed batches of the same products.

II. SPECIFICATION FOR CORRUGATED BOXES HOLDING TABLETS / CAPSULES / PESSARIES

1. The box should not weight more than 7-8kgs. The grammage of outer box should be 150gsm and inside partition / lining should be 120gsm.

2. The box should be of 5 ply with bursting strength of 6 Kg/cm2

III. SPECIFICATION FOR LARGE VOLUME BOTTLE, ABOVE 120^ BELOW 1 LITER

1. All these bottles should be packed only in single row with partition between each and also with top and bottom pad of 3 ply.

- 66 -

2. Grammage: Outer box should be 150gsm inside partition / lining should be 120gsm.

3. Ply : 7 Ply

4. Bursting Strength : Not less than 12 kg / cm2

IV. SPECIFICATIONS FOR LIQUID ORALS

50ml 120ml bottles.

1. 100 bottles of 50ml or 60ml may be packed in a single corrugated in 2 rows with top, bottom and centre pad of 3 ply.50 bottles of 100ml – 120ml may be packed in a similar manner in a single corrugated box.

2. If the bottles are not packed in individual carton, 3 ply partitions should be provided between each bottle. The measuring device should be packed individually.

3. Grammage : Outer box should be 150gsm inside partition / lining should be 120gsm.

4. Ply : 7 Ply

5. Bursting Strength : Not less than 12 kg / cm2

6. In case box is heavier than 7Kg but less than 40 kg , the grammage may be 150gsm (outer 150gsm and others 120gsm) 5 ply and bursting strength should not less than 9 kg / cm2.

V. SPECIFICATIONS FOR OINTMENT / CREAM / GELS PACKED IN TUBES

1. No corrugate box should weigh more than 7-8 kgs.

2. Every ointments tube should be individually packed in green colours cartoon and then packed in 20’s in a board box, which may be packed in a corrugated box.

3. Grammage: Outer box should be 150gsm inside partition / lining should be 120gsm.

VI. LYSOL

1. Not more than 5 liters cans may be packed in a single CB.

2. Grammage: Outer box should be 150gsm inside partition / lining should be 120gsm.

3. Ply : 7 Ply

4. Bursting Strength : Not less than 12 kg / cm2

- 67 -

ANNEXURE-VIIIRef. Clause No.31 of ITB

CONTRACT AGREEMENT FORM

THIS CONTRACT AGREEMENT made the ………………………day of …….. ------------- between

Rate Contracting Authority (Chairman, Purchase Committee and Dean, M.G.M. Medical College,

Indore M.P.) (Name of Rate Contracting Authority) of India (country of Rate Contracting Authority)

(hereinafter called “the Rate Contracting Authority” ) of one part and

M/s ………………………………. (name of supplier) of …………………………………. (registered

address, city and country of supplier) (hereinafter called “the supplier”) of the other part :

WHEREAS the Rate Contracting Authority had invited bids for certain goods and ancillary services

viz. drugs and medicines (Brief description of goods” and services) and has accepted a bid submitted by

us as being a supplier for the supply of those goods and services.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this agreement words and expression shall have the same meaning as are respectively

assigned to them in the conditions of contract referred to:

2. The following documents shall constitute the contract between the Rate Contracting Authority

and the supplier, and each shall be read and construed as an integral part of the contract:

a. This contract agreement:

b. Instructions of contract:

c. General conditions of contract:

d. Special conditions of contract:

e. Technical Specifications:

f. The supplier’s bid and original price schedules

g. The Rate Contracting Authority’s notification of rate contract.

3. This contract shall prevail over all other contract documents. In the event of any discrepancy or

inconsistency with the contract documents, then documents shall prevail in the order listed

above.

4. In consideration of the payments to be made by the Purchaser to the supplier as hereinafter

mentioned, the supplier hereby covenants with the Purchaser to provide the goods and services

and to remedy defects therein in conformity in all respects with the provisions of the contract.

- 68 -

5. The Purchaser hereby covenants to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other

payments as may become payable under the provisions of the contract at the times and in the

manner prescribed by the contract.

Brief particulars of the goods and services which shall be supplied / provided by the supplier are

as under:-

Sr No. Item Code Item Description Unit F.O.R. Rate per unit (Rs.)*

* The above rates are inclusive of excise duty, transportation, insurance, inspection & testing charges and all incidental charges, but exclusive of VAT.

6. The prices shall be valid for a period of one year from the date of agreement, unless revoked,

and thereafter for a further period as agreed upon mutually.

7. The supplier shall agree to deposit inspection and testing charges and service tax as per tender

conditions, in advance by cash / demand draft, against the value of supply order.

8. The supplier shall agree to deposit 10% performance security, along with as mentioned at point

no. 7 (above), in advance by FDR / Bank Guarantee, against the value of particular supply order

for a period of 18 months.

9. The supplier is not authorized to supply material directly to any state Govt. / Semi Govt. / any

other organization on the rate lower than this rate contract.

10. The supplier shall supply the goods directly to the indentor / purchaser at the address given in the

supply order.

11. The supplier shall raise bills directly in the name of indenting officer / purchaser against the

supplies made directly by them to the indentor’s satisfaction in compliance with the conditions

contained in the supply order.

12. The supplier shall receive payment against it’s bill directly from the indenting department /

purchasing department. In case of Non-payment for the supplies made by supplier, they will

demand payment directly from the department / indentor concerned and in no case the Purchase

Committee shall be responsible for the consequence for delayed payment or non-payment.

13. The supplier shall carefully read all the conditions of the tender floated by the Purchase

Committee for supply of drugs & medicines and accept all such terms and conditions as

mentioned in the tender document. Signing this contract means that the supplier has read all the

terms and conditions and binds himself to abide by those terms and conditions.

- 69 -

IN WITNESS whereof the parties hereto have caused this agreement to be executed in

accordance with their respective laws on the day and year first above written.

That, in token of this agreement, both parties have today affixed their signature at Indore.

Said ……………………………… (For the RATE CONTRACTING AUTHORITY)

In the presence of: …………………………………..

Signed, Seal and Delivered by the

Said ……………………………… (For the supplier)

In the presence of: …………………………………..

- 70 -

ANNEXURE-IXRef. Clause No. 17.1 (m) of ITB

DETAILS OF MANUFACTURING UNIT / AUTHORIZED DISTRIBUTORS

Name of the Tenderer & Full Address :(Whether manufacturer / authorized distributor)

PAN number :

Phone Nos. :

Fax No. :

E-mail Address :

Date of Inception :

Drugs Manufacturing / Distribution License No & Date :

Issued by :

Valid upto :

CST / VAT Registration No. :

Details of Name & Address of premises :where items are actually manufactured.

Name & Designation of Authorized Signatory

Signature of the Authorized Signatory

The details of manufacturing unit / authorized distributor shall be for the premises where items quoted are actually manufactured / stocked.

- 71 -

ANNEXURE-XRef. Clause No. 7.3 of GCC

PERFORMANCE SECURITY FORM

[The Bank, as requested by the successful bidder, shall fill in this form in accordance with the instructions indicated]

[Bank’s Name, and Address of Issuing Branch or Office]

PERFORMANCE GUARANTEE No. …………………………. Date …………………

To: ……………………………………………… (Name of Purchase)

We have been informed that ………………………………… [insert complete name and address

of supplier] (hereinafter called “the supplier”) has entered into contract with Rate Contracting Authority,

for the supply of …………………………………………………… [brief description of goods and

related services] (hereinafter called “the contract”).

Furthermore, we understand that, according to the conditions of the contract, a performance

guarantee is required.

At the request of the supplier, we hereby irrevocably undertake to pay you any sum(s) not

exceeding ………………….. [ insert amount(s) in figures and words] upon receipt by us of your first

demand in writing declaring the supplier to be in default under the contract, without cavil or argument,

or your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ………………….. day of …………….. 2013

Signature and Seal of Guarantors--------------------------------------- ------------------------------------------------------------------------------ Date ……………..………2013Full Address of the Bank:--------------------------------------- --------------------------------------- Telephone no………………..Fax no………………………..E-mail Address………………

- 72 -

- 73 -

ANNEXURE-XIRef. Clause No. 17.2 of ITB

SUGGESTED SAMPLE PROFORMA OF PRICE SCHEDULE FOR THE SUPPLY OF DRUGS AND MEDICIENS (TABLETS, CAPSULES, IV FLUIDS, INJECTIONS, SYRUPS, SOLUTIONS, DROPS, CREAM,

GEL & OINTMENT, LIFE SAVING DRUGS, CHEMOTHERAPY DRUGS AND PSYCHIATRY DRUGS)

This form should be filled online only and if submitted manually or in CD than bid will be rejected. Pattern attached herewith is for reference only.Sr No

(1)

Item Code

(2)

Name of the ITEM and

Specifications

(3)

Name of Manufacturer

(4)

Unit / details

(5)

Manufacturing Capacity in 45

days(for each quoted

medicine)

(6)

Quantity offered

by bidder in

1 year(No. of Units)

(7)

Rate per Unit (Landing price)

(Inclusive of excise / custom duty,

transportation, packing, insurance, inspection charges and any incidental

charges etc.(8)

Amount of Transportation,

Insurance, Service charges,

Inspection charges

(included in quoted rate per

unit)(9)

Rate of Excise / Custom

Duty (included in quoted rate per

unit)(10)

Rate of CST/

VAT as applicable

(11)

In Figure In WordsRs. P.

- 74 -

Note: This format of price schedule is a sample for the Bidders. Price schedule should be submitted online only in the prescribed format and price schedule should not be submitted in physically or in form of CD, otherwise bid shall be rejected.

- 75 -

ANNEXURE – XII Ref. Clause No. 17.1 (u) of ITB

MANUFACTURER’S AUTHORIZATION LETTER

No………………………………… Dated………………

To,

Dear Sir,

Tender No.:

We ___________________ an established and reputable Manufacturer of

___________________ having factories at ___________ and ________ do hereby agree to

supply ________________ confirming to the required specification and required quantity to

M/s ____________________ (Bidder) as offered by them to supply against the above stated

Tender. This is also certified that M/s _____________________________ is our authorized

distributor / importer since ____________ (month & year should filled), and his performance

is satisfactory.

We hereby extend our full guarantee and warranty as per Clause 15 of the General

Conditions of Contract (GCC) for the supply against this invitation for Bid by the afore

mention firm for our products.

Yours faithfully,

(name)

for and on behalf of M/s ____________________________ (Name of manufacturers)

Note: This letter should be signed by a person competent and having authority to sign on behalf of manufacturer. (This Document must be duly notarized)

- 76 -

ANNEXURE-XIIIRef. Clause No. 10.9 of ITB

DETAIL OF EXISTING DISTRIBUTOR AND GODOWN NETWORK IN M.P.

S.No.

Name of city in M.P.

Name & Address of existing distributor

Telephone, Fax & email

Details of Godown Remark

Address Mob. /Tel. no.

Floor area

1 Indore2 Bhopal3 Gwalior4 Jabalpur5 Rewa6 Sagar

Name & designation of the authorized Signatory

Signature of the authorized signatory

- 77 -

CHECK LIST FOR TERMS AND CONDITIONS FOR DRUGS & MEDICINES

Check list for Terms and Conditions (To be filled by the bidder and submitted along with the bid) Page No. must be mentioned against each serial. All non notarized documents except EMD must be self attested together with official seal . All the upload document must be submitted physically also.

Sequence for

online upload

of document

Particulars Page

no

Upload 1 1. Annexure-1 (Sales Tax Clearance Certificate)

Upload 2 2. Annexure-II (Undertaking Form) duly notarized

Upload 3 3. Annexure-III (Declaration Form) duly notarized

Upload 4 4. Annexure-IV (Proforma for Performance Statement) duly notarized

Upload 5 5. Annexure-V (Annual Turnover Statement)

Upload 6 6. Annexure-VI (Specifications of Drugs & Medicines) with one

additional self certified copies duly signed and stamped on each page

Upload 7 7. Annexure-IX (Details of Manufacturing Unit)

To be filled

online only

8. Annexure-XI (The Landed Price Sample Price Schedule Proforma])

Upload 8 9. Annexure-XII (Authority Letter from Manufacturer) duly notarized

Upload 9 10. Annexure-XIII (Details of existing distributor and godown in M.P.)

Upload 10 11. Bid Security amount enclosed deposited

Upload 11 12. C.D. of technical bid along with the hard copy.

Upload 12 13. List of name and address of organizations where supply of the quoted

drugs & medicines has been made.

To be filled

online only

14. Literature of original catalogue of the product attached for reference

Upload 13 15 A certified copy of Market Standing Certificate issued by the Licensing Authority as a Manufacturer / Distributor for each drug quoted for the last 3 years must be enclosed. In case of direct importer, evidence for importing the said items for the last three years must be enclosed.

Upload 14 16. Drug license No. (self attested copies)

Upload 15 17. Non-Conviction Certificate issued by the Drugs Controller of the state.

Upload 16 18 WHO Good manufacturing practices Certificate (GMP) as per revised

Schedule – “M” (form manufacturers only) issued by the Licensing

- 78 -

Authority.

Upload 17 19. List of item code & name of drug

Upload 18 20.Concern / company has not been debarred / blacklisted either by RCA or any state Govt. or central Govt. organization in India. Affidavit to this shall be submitted by the concern / company .The Company / firm has no vigilance / CBI cases or any other inquiry pending in any state agency / central agency in India pending against him a document should be duly notarized, that the firm has not supplied the same items at the lower rate than quoted in the tender to any Govt. / Semi Govt. or any other organization. (duly notarized on Rs.100/- Non judicial stamp paper)

Upload 19 21.Affidavit that in the event of grant of contract the firm shall also establish an effective distribution and godown network in uncovered areas of Govt. Medical Colleges in the state of M.P.

Upload 20 22.Firm registration

Upload 21 23. Sales tax registration certificate.

Upload 22 24. Original bid form duly signed by authorized signatory as per section V

under official seal on each page for acceptance of our terms and

conditions.

Upload 23 25. Certificate for being in business for more than 3 years issued by

licensing authority

Upload 24 26. Certificate for sole ownership/partnership

Upload 25 27. Statement of financial standing from bankers

Upload 26 28. Certificate that Rates quoted are as per tender’s specifications

Upload 27 29. Quotation being submitted directly by the manufacturer or authorized

distributor

Upload 28 30. Quality assurance certificate like ISI, ISO-9002, IP/BP or any other,

please specify

Upload 29 31. Any other document required as per tender document.

- 79 -

S no coding

Item Code

Item With Specification Unit / details

TOTAL

1 TAB1 Aceclofenac 100 mg 1 7386002 TAB2 Acenocoumarol 4 mg 1 360003 TAB3 Acetazolamide 250 mg 1 2541004 TAB4 Aciclovir 200 mg 1 4644005 TAB5 Aciclovir 800 mg 1 7523506 TAB6 Albendazole 400 mg 1 1682007 TAB7 Alendronic Acid 10 mg 1 1165008 TAB8 Alfacalcidol 0.125 mcg 1 745009 TAB9 Alfacalcidol 0.25 mcg 1 68000

10 TAB10 Alfacalcidol 0.5 mcg 1 2200011 TAB11 Alfuzosin 10 mg 1 14000012 TAB12 Allopurinol 100 mg 1 8060013 TAB13 Alprazolam 1 mg 1 29980014 TAB14 Amiodarone 200 mg 1 22295015 TAB15 Amlodipine 10 mg 1 70935016 TAB16 Amlodipine 5 mg 1 67410017 TAB17 Amlodipine 5 mg + Atenolol 50 mg 1 51740018 TAB18 Amoxicillin 500 mg 1 16800019 TAB19 Amoxicillin 500 mg + Clavulanic Acid 125 mg 1 1038200

20TAB20 Amoxicillin 200 mg + Clavulanic Acid 28.5 mg

Dispersible1

14750021 TAB21 Amoxicillin 250 mg + Clavulanic Acid 125 mg 1 16730022 TAB22 Amoxicillin Dispersible 125 mg 1 9300023 TAB23 Ampicillin 125 mg + Cloxacillin 125 mg 1 36590024 TAB24 Ampicillin 250 mg + Cloxacillin 250 mg 1 12140025 TAB25 Artesunate 50 mg 1 64530026 TAB26 Aspirin 75 mg 1 11150027 TAB27 Aspirin 100 mg 1 39150028 TAB28 Aspirin 150 mg 1 25295029 TAB29 Aspirin 325 mg 1 24340030 TAB30 Atenolol 100 mg. 1 15050031 TAB31 Atenolol 50 mg. 1 30923032 TAB32 Atorvastatin 20 mg 1 15115033 TAB33 Atorvastatin 40 mg 1 32855034 TAB34 Atorvastatin10 mg 1 10700

35TAB35 Atropine Sulphate 0.025 mg + Diphenoxylate HCl 2.5

mg 1

138605036 TAB36 Azithromycin 500 mg 1 80960037 TAB37 Azithromycin 250 mg 1 121200

38TAB38 B Complex (NFI formula) Vit.B1 2mg, Vit.B2 2mg, Vit.B6

0.5mg, Niacinamide 25mg, Calcium Pantothenate 1mg1

183100

- 80 -

39 TAB39 Baclofen 10 mg 1 18310040 TAB40 Betamethasone 0.5 mg 1 101041 TAB41 Betamethasone 1 mg 1 11500042 TAB42 Bicalutamide 50 mg 1 3800043 TAB43 Bisacodyl 5 mg 1 1000044 TAB44 Bromocriptine 2.5 mg 1 500045 TAB45 Bupropion 150 mg 1 800046 TAB46 Busulfan 2 mg 1 2150047 TAB47 Cabergoline 0.5 mg 1 3620048 TAB48 Calcium 500mg + Vit D3 250 IU 1 4700049 TAB49 Captopril 12.5 mg 1 2640550 TAB50 Captopril 25 mg 1 9695051 TAB51 Carbimazole 5 mg 1 125595052 TAB52 Carvedilol 6.25 mg. 1 19465053 TAB53 Cefalexin 250 mg DT 1 182485054 TAB54 Cefixime 200 mg 1 47570055 TAB55 Cefuroxime 500 mg 1 700056 TAB56 Cetrizine 10 mg 1 9420057 TAB57 Cetrizine 5 mg + Ambroxol 60 mg 1 15170058 TAB58 Chlorambucil 5 mg 1 39750059 TAB59 Chloroquine 250 mg 1 14200060 TAB60 Chlorpheniramine 25 mg 1 9200061 TAB61 Chlorpromazine 10 mg 1 7575062 TAB62 Chlorpromazine 100 mg 1 8500063 TAB63 Chlorpromazine 25 mg 1 27000064 TAB64 Chlorpromazine 4 mg 1 71120065 TAB65 Chlorpromazine 50 mg 1 57880066 TAB66 Chymotrypsin & Trypsin 100000 IU 1 159290067 TAB67 Chymotrypsin & Trypsin 200000 IU 1 3820068 TAB68 Chymotrypsin & Trypsin 50000 IU 1 5350069 TAB69 Cinnarizine 75 mg 1 83050070 TAB70 Cinnarizine 25 mg 1 15520071 TAB71 Ciprofloxacin 250 mg + Tinidazole 300 mg 1 66000072 TAB72 Ciprofloxacin 500 mg + Tinidazole 600 mg 1 13600073 TAB73 Ciprofloxacin 250 mg 1 2300074 TAB74 Ciprofloxacin 500 mg 1 610075 TAB75 Clarithromycin 250 mg 1 610076 TAB76 Clarithromycin 500 mg 1 46660077 TAB77 Clindamycin 300 mg 1 11050078 TAB78 Clopidogrel 75 mg + Aspirin 150 mg 1 5800079 TAB79 Clopidogrel 75 mg + Aspirin 75 mg 1 101085080 TAB80 Clopidogrel 75mg 1 141915081 TAB81 Clotrimazole Vaginal Pessary 100 mg 1 103265082 TAB82 Cyproheptadine 4 mg 1 159250

- 81 -

83 TAB83 Deferasirox 100 mg 1 5510084 TAB84 Deferasirox 400 mg 1 11881085 TAB85 Dexamethasone 0.5 mg 1 6115086 TAB86 Dextropropoxyphene 65 mg. 1 3700087 TAB87 Diacerin 50 mg. 1 19102588 TAB88 Diclofenac 50 mg + Serrtiopeptidase 15 mg 1 6867589 TAB89 Diclofenac 50 mg + Paracetamol 500 mg 1 6850090 TAB90 Diclofenac Sodium 50 mg 1 56280091 TAB91 Dicyclomine 10 mg 1 9510092 TAB92 Diethylcarbamazine 100 mg 1 5100093 TAB93 Digoxin 0.25 mg 1 11802594 TAB94 Dihydroergotamine Sulphonate 1 mg 1 16252595 TAB95 Diltiazem 30 mg 1 11165096 TAB96 Dinoprostone 0.5 mg 1 6030097 TAB97 Diphenhydramine 25 mg 1 3570098 TAB98 Domperidone 10 mg 1 2820099 TAB99 Domperidone 5 mg 1 745600

100 TAB100 Doxofylline 400 mg 1 9000101 TAB101 Doxycycline 100 mg 1 366100102 TAB102 Doxylamine Succinate 10 mg + Pyridoxine 10 mg 1 359400103 TAB103 Ebastin 10 mg 1 242600104 TAB104 Enalapril Maleate 2.5 mg 1 64200105 TAB105 Enalapril Maleate 5 mg 1 16100106 TAB106 Erythromycin 250 mg 1 1525500107 TAB107 Erythromycin 500 mg 1 55000108 TAB108 Ethamsylate 250 mg 1 326950109 TAB109 Ethamsylate 500 mg 1 566700110 TAB110 Etophylline 77 mg + Theophylline 23 mg 1 148000111 TAB111 Everolimus 10 mg 1 140300

112TAB112 Ferous Sulphate Dessicated 333-335mg Equivalent To

100mg Of Elemental Iron + Folic Acid 0.5mg 1

287950

113TAB113 Ferrous Sulphate 200 mg (Equivalent To 65 mg

Elemental Iron)1

105400114 TAB114 Fexofenadine 120 mg 1 85000115 TAB115 Fexofenadine 180 mg 1 285000116 TAB116 Fluconazole 150 mg 1 59000117 TAB117 Fluconazole 50 mg 1 60000118 TAB118 Fluoxetine 10 mg 1 230700119 TAB119 Folic Acid 5 mg 1 80200120 TAB120 Furazolidone 100 mg 1 25000121 TAB121 Furosemide 40 mg 1 15000122 TAB122 Gabapentin 300 mg 1 45500123 TAB123 Glibenclamide 5 mg 1 97600124 TAB124 Gliclazide 80 mg 1 551600125 TAB125 Glimepride 1 mg 1 98000

- 82 -

126 TAB126 Glipizide 2.5 mg + Metformin 400 mg 1 37000127 TAB127 Glipizide 2.5mg + Metformin 250 mg 1 31100128 TAB128 Glipizide 5 mg + Metformin 500 mg 1 1282050129 TAB129 Glucosamine 500 mg 1 3104500130 TAB130 Glyceryl Trinitrate 0.5 mg (Sublingual) 1 151600131 TAB131 Griseofulvin 250 mg 1 146650132 TAB132 Griseofulvin 1250 mg 1 448150133 TAB133 Griseofulvin 375 mg 1 32550134 TAB134 Griseofulvin 500 mg 1 10600135 TAB135 Hydrochlorthiazide 12.5 mg 1 10500136 TAB136 Hydrochlorthiazide 25 mg 1 10600137 TAB137 Hydroxizine Hydrochloride 10 mg 1 28500138 TAB138 Hydroxy Chloroquine 200 mg 1 31700139 TAB139 Hydroxy Urea 500mg 1 110600140 TAB140 Hyoscine Butylbromide 10 mg 1 471500141 TAB141 Ibuprofen 400 mg 1 262000142 TAB142 Ibuprofen 400 mg + Paracetamol 325 mg 1 95100143 TAB143 Iso Sorbitrate Dinitrate Sublingual 5 mg 1 2600144 TAB144 Isosorbide Dinitrate 5 mg 1 1500145 TAB145 Isosorbide Mononitrate 20 mg 1 422000146 TAB146 Isoxsuprine 10 mg 1 270500147 TAB147 Ivermectin 3 mg Dispersible 1 138550148 TAB148 Ivermectin 6 mg 1 61100149 TAB149 Ivermectin 12 mg 1 31000150 TAB150 Ketoconazole 200 mg 1 425450151 TAB151 Ketorolac 10 mg 1 1085300152 TAB152 Labetalol 50 mg 1 34500153 TAB153 Lactobacillus 60 Million Spores 1 4500154 TAB154 Lactobacillus 120 Million Spores 1 56500155 TAB155 Lamivudine 100 mg 1 56500156 TAB156 Letrozole 2.5 mg 1 851000157 TAB157 Letrozole 5 mg 1 383500158 TAB158 Levocetrizine 10 mg 1 14750159 TAB159 Levocetrizine 5 mg 1 23510160 TAB160 Levocetrizine 5 mg + Ambroxol 60 mg 1 2010161 TAB161 Levodopa 100 mg + Carbidopa 10 mg 1 1010162 TAB162 Levodopa 250 mg + Carbidopa 25 mg 1 10010163 TAB163 Levofloxacin 250 mg 1 80010164 TAB164 Levofloxacin 500 mg 1 577500165 TAB165 Levonorgestrel 1.5 mg 1 386000

166TAB166 Levonorgestrel 0.75 mg (Emergency Contraceptive Tab.

2)1

40050167 TAB167 Levothyroxine Sodium 100 mcg 1 136700168 TAB168 Levothyroxine Sodium 25 mcg 1 15000

- 83 -

169 TAB169 Losartan 50 mg 1 188200

170TAB170 Magnesium Hydroxide + Aluminium Hydroxide (500 mg

+ 250mg)1

201400171 TAB171 Medroxy Progesterone 10 mg 1 16500172 TAB172 Mefloquine 250 mg 1 113000173 TAB173 Melphalan 5 mg 1 10000174 TAB174 Memantine 10 mg 1 141650175 TAB175 Mesalazine 400 mg. 1 184500176 TAB176 Metadoxine 500 mg. 1 690250177 TAB177 Metformin 500 mg 1 65700178 TAB178 Metformine 500 mg + Glibenclamide 5 mg 1 9000179 TAB179 Methocarbamol 500 mg. 1 9000180 TAB180 Methotrexate 2.5 mg 1 4000181 TAB181 Methoxsalin 10 mg 1 66000182 TAB182 Methyl Prednisolone 16 mg 1 3500183 TAB183 Methyl Prednisolone 8 mg 1 69100184 TAB184 Methyl Ergometrine 0.125 mg 1 56150185 TAB185 Methyl Prednisolone 4 mg 1 8300186 TAB186 Methyldopa 250 mg 1 21850187 TAB187 Metoclopramide 10 mg 1 123450188 TAB188 Metoprolol 50 mg 1 6000189 TAB189 Metronidazol 400 mg 1 6000190 TAB190 Mifepristone 200 mg 1 66700191 TAB191 Milnacipran 25 mg 1 1000192 TAB192 Milnacipran 50 mg 1 324750

193TAB193 Misoprostol 100 mcg 1

148700194 TAB194 Misoprostol 200 mcg 1 523700195 TAB195 Misoprostol 25 mcg 1 442700196 TAB196 Montelukast 5 mg 1 222000

197

TAB197 Multivitamin Tab. (NFI Formula) Sugar Coated Vit A 2500 IU, Vit B1 2mg , Vit B 6 0.5mg, Vit C 50mg, Vit D3 200 IU, Vit B2 2mg Niacinamide 25mg, Folic Acid 0.2mg

1

80450198 TAB198 Mycophenolic Acid 250 mg 1 10500199 TAB199 Naltrexone 50 mg 1 45900200 TAB200 Nifedipine 5 mg 1 1290925201 TAB201 Nifedipine ER 20 mg 1 1094500202 TAB202 Nilotinib 150 mg 1 84500203 TAB203 Nilotinib 200 mg 1 77600204 TAB204 Nimesulide 100 mg 1 570600205 TAB205 Norethisterone 5 mg 1 542000206 TAB206 Norfloxacin 400 mg 1 22850207 TAB207 Norfloxacin 400 mg + Tinidazole 600 mg 1 5500208 TAB208 Ofloxacin 200 mg 1 14100209 TAB209 Ofloxacin 400 mg 1 561600

- 84 -

210 TAB210 Ondansetron 4 mg 1 28200211 TAB211 Ondansetron 8 mg 1 23100212 TAB212 Orciprenaline 10 mg 1 92000213 TAB213 Ornidazole 500 mg 1 10030214 TAB214 Pantoprazole 40 mg 1 99750215 TAB215 Paracetamol 500 mg 1 57500216 TAB216 Paroxetine 12.5 mg 1 44100217 TAB217 Pentoxifylline 400 mg 1 88300218 TAB218 Perindopril 4 mg 1 879450219 TAB219 Phenytoin 100 mg 1 50500220 TAB220 Phenytoin Sodium 100 mg 1 128600221 TAB221 Phenytoin Sodium 50 mg 1 278000222 TAB222 Pioglitazone 30mg 1 2814050223 TAB223 Piracetam 800 mg 1 18200224 TAB224 Povidone Iodine Vaginal Pessary 200 mg 1 18650225 TAB225 Prazosin 5 mg 1 17000226 TAB226 Prednisolone 5 mg 1 46500227 TAB227 Primaquine 15 mg 1 7800228 TAB228 Primaquine 7.5 mg 1 80700

229TAB229 Pseudoephiderine 60 mg + Chlorphenarime Maleate 4

mg 1

110100

230TAB230 Pseudoephiderine 60 mg + Chlorphenarime Maleate 4

mg + Paracetamol 500 mg 1

67100231 TAB231 Pyridoxine 100 mg 1 151000232 TAB232 Quinine Sulphate 150 mg 1 45000233 TAB233 Quinine Sulphate 300 mg 1 100000234 TAB234 Rabeprazole 20 mg 1 16500235 TAB235 Ramipril 1.25 mg 1 111000236 TAB236 Ramipril 2.5 mg 1 163800237 TAB237 Ramipril 5 mg 1 143900238 TAB238 Ranitidine 150 mg 1 56500239 TAB239 Rosuvastatin 10 mg 1 45500240 TAB240 Rosuvastatin 20 mg 1 36000241 TAB241 Rosuvastatin 5 mg 1 28000242 TAB242 Roxithromycin 150 mg 1 82050243 TAB243 Rupatidine 10 mg 1 119550244 TAB244 Salbutamol 2 mg 1 20700245 TAB245 Salbutamol 4 mg 1 20600246 TAB246 Salbutamol 8 mg 1 70825247 TAB247 Serrapeptase 10 mg 1 48650248 TAB248 Serrapeptase 5 mg 1 16500249 TAB249 Sertraline 25 mg 1 8500250 TAB250 Sitagliptin 50 mg 1 63500251 TAB251 Spironolactone 100 mg 1 7500252 TAB252 Spironolactone 25 mg 1 22000

- 85 -

253 TAB253 Spironolactone 50 mg 1 108000254 TAB254 Sulfadoxine 500 mg + Pyrimethamine 25 mg 1 150000255 TAB255 Sulfamethoxazole 100 mg + Trimethoprim 20mg 1 201000256 TAB256 Sulfamethoxazole 800 mg + Trimethoprim 160 mg 1 114500257 TAB257 Sulfamethoxazole 400mg + Trimethoprim 80 mg 1 16000258 TAB258 Telmisartan 20 mg 1 6000259 TAB259 Telmisartan 40 mg 1 6000260 TAB260 Telmisartan 80 mg 1 18000261 TAB261 Terbutaline Sulphate 2.5 mg 1 18000262 TAB262 Thiamine 1 mg , Riboflavine Phophate Sodium 2mg , D-

Panthenol 5mg1

17000263 TAB263 Tinidazole 500 mg 1 6000264 TAB264 Tranexemic Acid 500 mg 1 6000265 TAB265 Trioxsalen 25 mg 1 17000266 TAB266 Trioxsalen 5 mg 1 218000267 TAB267 Ursodeoxy Cholic Acid 150 mg 1 288625268 TAB268 Ursodeoxy Cholic Acid 250 mg 1 112600269 TAB269 Ursodeoxy Cholic Acid 300 mg 1 26000270 TAB270 Ursodeoxy Cholic Acid 500 mg 1 26000271 TAB271 Verapamil 40 mg 1 77000272 TAB272 Vildagliptin 50 mg 1 26000273 TAB273 Vitamin C 100 mg 1 106100274 TAB274 Vitamin C 500 mg 1 11000275 TAB275 Warfarin 5 mg 1 3000276 TAB276 Warfarin sodium 1 mg 1 1500000277 TAB277 Warfarin sodium 2 mg 1 650000278 TAB278 Warfarin sodium 3 mg 1 1400000279 TAB279 Warfarin sodium 5 mg 1 10280 TAB280 Ziprasidone 20 mg 1 600000281 TAB281 Ziprasidone 40 mg 1 10282 TAB282 Ziprasidone 60 mg 1 175000283 TAB283 Ziprasidone 80 mg 1 200284 CAP284 Alfacalcidol 0.25 mcg 1 60500285 CAP285 Amoxicillin 250 mg 1 808500286 CAP286 Amoxicillin 500 mg 1 2157200287 CAP287 Amoxicillin 250 mg + Clavulanic Acid 125 mg 1 361450288 CAP288 Amoxicillin 500 mg + Clavulanic Acid 125 mg 1 1033000289 CAP289 Ampicillin 125 mg + Cloxacillin 125 mg 1 321000290 CAP290 Ampicillin 250 mg 1 356000291 CAP291 Ampicillin 250 mg + Cloxacillin 250 mg 1 432000292 CAP292 Ampicillin 500 mg 1 495000293 CAP293 Azathioprine 50 mg 1 15842365294 CAP294 Cefdinir 300 mg 1 98500295 CAP295 Cephalexin 500 mg 1 115700

- 86 -

296 CAP296 Chloramphenicol 250 mg 1 92500297 CAP297 Clindamycin 150 mg 1 186500298 CAP298 Clindamycin 300 mg 1 595700299 CAP299 Clindamycin 600 mg 1 152000300 CAP300 Cloxacillin 500 mg 1 57000301 CAP301 Cyclosporine 100mg 1 18000302 CAP302 Cyclosporine 25mg 1 18000303 CAP303 Cyclosporine 50mg 1 18000304 CAP304 Danazol 50 mg 1 10000305 CAP305 Doxycycline 100 mg 1 513900306 CAP306 Indomethacin 25 mg 1 96800307 CAP307 Iron 100 mg + Folic Acid 1.5 mg 1 845325308 CAP308 Itraconazole 100 mg 1 225500309 CAP309 Nifedipine 10 mg 1 1014100310 CAP310 Nifedipine 5 mg 1 1016300311 CAP311 Omeprazole 20 mg 1 1419700312 CAP312 Omeprazole 20 mg + Domperidone 10 mg 1 674350313 CAP313 Rivastigmine 1.5 mg 1 6000314 CAP314 Rivastigmine 3 mg 1 6000315 CAP315 Rivastigmine 4.5 mg 1 6000316 CAP316 Rivastigmine 6 mg 1 5500317 CAP317 Tamsulosin 0.4 mg + dutasteride 0.5 mg 1 56000318 CAP318 Thalidomide 100 mg 1 16000319 CAP319 Vit A (Soft Gelatin Capsule) 50000 I.U. 1 149000

320

CAP320 Vit. B1 10mg, Vit. B2 10mg, Vit. B6 3mg, Vit. B12 15mcg, Niacinamide 100mg, Calcium Panthenol 50mg, Folic acid 1.5mg, Vit. C 150mg, Biotin 100mcg.

1

1365600321 CAP321 Vit. E 400 mg 1 289000

- 87 -

S NO coding

Item Code

Item With Specification Unit / details

TOTAL

322 IVF 322 Albumin 20% 100 ml 1 42250323 IVF 323 Aminoacid 10% 200 ml 1 93350324 IVF 324 Aminoacid 10% with Taurine 500 ml 1 6000325 IVF 325 Aminoacid 5% 250 ml 1 6000326 IVF 326 Ciprofloxacin 200 mg in 100 ml 1 90600

327IVF 327 Dextran 10 % Dextrose 5 % NaCl 0.9 %

500 ml1

133700328 IVF 328 Dextran 40 500 ml 1 82000329 IVF 329 Dextrose 10 % FFS / BFS 500 ml 1 286600330 IVF 330 Dextrose 5 % FFS / BFS 500 ml 1 570150331 IVF 331 Dextrose 50% FFS / BFS 500 ml 1 110925332 IVF 332 Electrolyte - P 500 ml 1 182700333 IVF 333 Fat Emulsion 30% 250 ml 1 17610334 IVF 334 Fat Emulsion 30% 333 ml 1 3000335 IVF 335 Fluconazole 200 mg in 100 ml 1 20700336 IVF 336 Fructose 10% 100 ml 1 4500337 IVF 337 Hydroxy Ethyl Starch 3 % 500 ml 1 15000338 IVF 338 Hydroxy Ethyl Starch 6% 500 ml 1 26500339 IVF 339 Levofloxacin 500 mg 100 ml 1 67550340 IVF 340 Metronidazole FFS/BFS 500 mg / 100 ml 1 549600341 IVF 341 Normal Saline 0.9 % Glass Bottle 500 ml 1 280102342 IVF 342 Normal Saline 0.9% FFS/BFS 500 ml 1 642600343 IVF 343 Ofloxacin 200 mg 100 ml 1 105700344 IVF 344 Omega 3 Fatty Acid 50 ml 1 28000

345IVF 345 Polymer from degraded Gelatin +

Nitrogen + Elecrolytes 500 ml1

72000346 IVF 346 Propofol 1% 20 ml 1 31500347 IVF 347 Propofol 1% 10 ml 1 6000348 IVF 348 Ringer's Lactate 45 ml 1 108200349 IVF 349 Tetrastarch 500 ml 1 40550

- 88 -

S NO coding

Item Cod

e

Item With Specification Unit / detail

s

TOTAL

350 INJ 350

Acetylcysteine 200 mg/ml 2 ml Amp 1 58250

351 INJ 351

Acetylcysteine 200 mg/ml 5 ml Amp 1 34000

352 INJ 352

Acetylcysteine 200 mg/ml 1 ml Amp 1 73000

353 INJ 353

Acyclovir 250 mg/ml vial 1 23700

354 INJ 354

Acyclovir 500 mg/ml vial 1 19700

355 INJ 355

Adrenochrome Monosemicarbazone 1 mg/ml 2 ml Amp

1 15300

356 INJ 356

Amikacin 100 mg / 2 ml vial 1 82845

357 INJ 357

Amikacin 250 mg / 2 ml vial 1 153100

358 INJ 358

Amikacin 500 mg / 2 ml vial 1 310450

359 INJ 359

Amino Acid Glass Bottle contain Amino Acid 6 gm, Nitrogen 0.929, Essential Amino Acid 51%, Non Essential Amino Acid 49%, BCCA 22.6%, Carbohydrate 5%. 200 ml

1 54050

360 INJ 360

Amoxicillin 0.5 gm + Clavulanic Acid 0.1 gm / vial 1 182650

361 INJ 361

Amoxicillin 1 gm + Clavulanic Acid 0.2 gm / vial 1 249050

362 INJ 362

Amoxicillin 250 mg / vial 1 19140

363 INJ 363

Amoxicilline 125 mg + Clavulanic Acid 25 mg Vial 1 26000

364 INJ 364

Amoxicilline 250 mg + Clavulanic Acid 50 mg Vial 1 18500

365 INJ 365

Amphotericin B 100 mg / vial 1 6450

366 INJ 366

Amphotericin B 50 mg / vial 1 4200

367 INJ 367

Ampicillin 1 gm / vial 1 143550

368 INJ 368

Ampicillin 250 mg + Cloxacillin 250 mg 2 ml Amp 1 37000

369 INJ 369

Ampicillin 250 mg + Cloxacillin 250 mg / vial 1 71150

370 INJ 370

Ampicillin 250 mg/ vial 1 64550

371 INJ 371

Ampicillin 500 mg /vial 1 216050

372 INJ 372

Ampicillin 500 mg + Cloxacillin 500 mg /vial 1 56900

373 INJ 373

Anti Hemophilic Factor VIII 500 I.U. / vial 1 16250

374 INJ 374

Anti Hemophilic Factor VIII 1000 IU / vial   16150

375 INJ 375

Anti Rabies Vaccine 1000 IU / ml 1 ml vial 1 28200

- 89 -

376 INJ 376

Anti Rabies Vaccine 2.5 IU /ml 1ml vial 1 59000

377 INJ 377

Anti Rabies Vaccine 300 IU /ml 5ml vial 1 7000

378 INJ 378

Anti Rabies Vaccine 750 IU / 5 ml vial 1 12000

379 INJ 379

Anti Scorpion Venom 10 ml (lyophilized) vial 1 450

380 INJ 380

Anti-D 50 mcg/ml 2ml vial 1 2830

381 INJ 381

Arteether 150 mg 2 ml vial 1 49000

382 INJ 382

Arteether 75 mg 2 ml vial 1 28550

383 INJ 383

Artemether 80 mg / ml 2ml vial 1 27050

384 INJ 384

Atracurium 10 mg / ml 2.5 ml vial 1 70600

385 INJ 385

Azithromycin 500 mg/10ml vial 1 30550

386 INJ 386

Azithromycin 500 mg/5ml vial 1 45050

387 INJ 387

Aztreonam 1 gm / vial 1 19100

388 INJ 388

Aztreonam 500 mg / vial 1 12000

389 INJ 389

Benzathine Penicillin 1.2 million units / vial 1 43490

390 INJ 390

Benzathine Penicillin 6 Lac units / vial 1 28250

391 INJ 391

Benzyl Penicillin 10 Lac units/ vial 1 21220

392 INJ 392

Bevacizumab 25 mg / ml 4 ml vial 1 705

393 INJ 393

Hydroxy Propylmethyl Cellulose 2% Prefilled Syringe 3ml

1 5500

394 INJ 394

Hydroxy Propylmethyl Cellulose 2% Prefilled Syringe 5ml

1 6500

395 INJ 395

Bupivacaine 0.5% 20 ml vial 1 59600

396 INJ 396

Bupivacaine 0.5% 4ml amp 1 38165

397 INJ 397

Bupivacaine Hydrochloride 0.25 % 20ml vial 1 5550

398 INJ 398

Buprenorphine 0.3 mg/ml 2 ml amp 1 8900

399 INJ 399

Buprenorphine 0.3 mg/ml 1 ml amp 1 9000

400 INJ 400

Butorphanol 1mg / ml 1ml amp 1 1700

401 INJ 401

Butorphanol 2mg /ml 1 ml amp 1 2700

402 INJ 402

Calcium folinate 15 mg /ml 1 ml amp 1 3000

403 INJ 403

Calcium folinate 15 mg/ml 2 ml amp 1 8000

404 INJ 404

Calcium Gluconate 10% 10ml amp 1 92700

- 90 -

405 INJ 405

Carboprost 125 mcg / ml 1 ml amp 1 13000

406 INJ 406

Caspofungin -B Acetate 50 mg/10 ml vial 1 1200

407 INJ 407

Caspofungin -B Acetate 70 mg/10 ml vial 1 1200

408 INJ 408

Cefazoline 1 gm / vial 1 23000

409 INJ 409

Cefazoline 125 mg / vial 1 9200

410 INJ 410

Cefazoline 500 mg / vial 1 56500

411 INJ 411

Cefdinir 1 gm/vial 1 25000

412 INJ 412

Cefdinir 500 mg/vial 1 8000

413 INJ 413

Cefepime 1 gm /vial 1 79200

414 INJ 414

Cefepime 1 gm + Tazobactam 125 mg/vial 1 89750

415 INJ 415

Cefepime 1000mg + Amikacin 250mg vial   6000

416 INJ 416

Cefepime 1000mg + Sulbactam 500mg vial   6000

417 INJ 417

Cefepime 2000mg + Amikacin 500mg vial   6000

418 INJ 418

Cefepime 2000mg + Sulbactam 1000mg vial   6000

419 INJ 419

Cefepime 250 mg / vial 1 17100

420 INJ 420

Cefepime 500 gm + Tazobactam 62.5 mg / vial 1 15100

421 INJ 421

Cefepime 500 mg/vial 1 11500

422 INJ 422

Cefepime 500mg + Amikacin 125mg vial   6000

423 INJ 423

Cefepime 500mg + Sulbactam 250mg vial   6000

424 INJ 424

Cefoperazone 1 gm/vial 1 136100

425 INJ 425

Cefoperazone 1000mg + Sulbactam 1000mg vial 1 237000

426 INJ 426

Cefoperazone 500mg + Sulbactam 500mg vial 1 161100

427 INJ 427

Cefotaxime 1 gm/vial 1 472400

428 INJ 428

Cefotaxime 250 mg + Sulbactam 125 mg/vial 1 36000

429 INJ 429

Cefotaxime 250 mg/ vial 1 76000

430 INJ 430

Cefotaxime 500 mg + Sulbactam 250 mg/vial 1 142700

431 INJ 431

Cefpirome 1 gm /vial 1 80000

432 INJ 432

Cefpirome 250 mg /vial 1 12000

433 INJ 433

Cefpirome 500 mg /vial 1 13000

- 91 -

434 INJ 434

Cefpirome 1000mg + Sulbactam 500mg vial   6000

435 INJ 435

Ceftazidime 1000 mg + Tobramycin 125 mg vial   6000

436 INJ 436

Ceftazidime 1000mg + Sulbactam 500 mg vial   6000

437 INJ 437

Ceftazidime 1gm / vial 1 393200

438 INJ 438

Ceftazidime 250 mg / vial 1 33950

439 INJ 439

Ceftazidime 500 mg + Tobramycin 60 mg vial   6000

440 INJ 440

Ceftazidime 500 mg vial 1 29000

441 INJ 441

Ceftazidime 500mg + Sulbactam 250 mg vial   6000

442 INJ 442

Ceftriaxone 250mg/ vial 1 103000

443 INJ 443

Ceftriaxone 500 mg / vial 1 74000

444 INJ 444

Ceftriaxone 1 gm / vial 1 523900

445 INJ 445

Ceftriaxone 1 gm + Sulbactam 500 mg / vial 1 390900

446 INJ 446

Ceftriaxone 1 gm + Tazobactam 125mg / vial 1 183800

447 INJ 447

Ceftriaxone 1000mg + Vancomycin 500mg vial   6000

448 INJ 448

Ceftriaxone 2000mg + Vancomycin 1000mg vial   6000

449 INJ 449

Ceftriaxone 250 mg + Sulbactam 125 mg /vial 1 16500

450 INJ 450

Ceftriaxone 250 mg + Tazobactam 31.25 mg/ vial 1 13100

451 INJ 451

Ceftriaxone 500 mg + Tazobactam 62.5 mg/ vial 1 99500

452 INJ 452

Ciprofloxacin 2mg/ml 100ml Plastic Bottle 1 206350

453 INJ 453

Ciprofloxacin 2mg/ml 100ml Glass Bottle 1 55500

454 INJ 454

Clindamycin 150 mg/ml 4ml amp 1 216000

455 INJ 455

Clindamycin 150mg/ml 2ml amp 1 33500

456 INJ 456

Cloxacillin 250mg / vial 1 12550

457 INJ 457

Cloxacillin 500 mg / vial 1 1050

458 INJ 458

Colistimethate Sodium Powder 1 million IU vial   10

459 INJ 459

Crystalline Insulin 40 IU 10 ml vial 1 9450

460 INJ 460

Cyanocobalamin 100mcg/ml 5ml amp 1 800

461 INJ 461

Cyclosporine 100mg/ml 50ml vial 1 1200

462 INJ 462

Cyclosporine 50 mg/ml 50ml vial 1 100

- 92 -

463 INJ 463

Medroxyprogesterone acetate 150mg / ml 1ml vial 1 2200

464 INJ 464

Desferoxamine 500 mg / vial 1 1300

465 INJ 465

Dextrose 25% 50ml amp 1 112115

466 INJ 466

Diclofenac Sodium 25mg/ml 3ml amp 1 609540

467 INJ 467

Dobutamine 250 mg / 5ml 20ml vial 1 47500

468 INJ 468

Drotaverine 40ml/2ml vial 1 36000

469 INJ 469

Equine Rabies Immunoglobulin 1000 IU 5ml vial 1 17500

470 INJ 470

Ertapenem Sodium 1gm vial 1 1200

471 INJ 471

Esmolol 10 mg/ml 10ml vial 1 11600

472 INJ 472

Ethamsylate 125mg/ml 2ml amp 1 46700

473 INJ 473

Etophylline 169.4 mg + Theophylline 50.6 mg/ 2ml amp

1 235850

474 INJ 474

Fentanyl 50mcg/ml 2ml amp 1 75000

475 INJ 475

Fluorescein Sodium 20% 3ml amp 1 1000

476 INJ 476

Furosemide 10mg/2ml 2ml amp 1 6000

477 INJ 477

Gas Gangrene Antitoxin 10,000 IU/ml 5ml amp 1 110

478 INJ 478

Gentamicin 40mg/ 2ml vial 1 103100

479 INJ 479

Gentamicin 80mg/ 2ml vial 1 236100

480 INJ 480

Glucagon 1 mg/ml 1ml vial 1 8200

481 INJ 481

Glyceryl Trinitrate 5mg/ml 5ml amp 1 4200

482 INJ 482

Glycopyrrolate 0.1 mg + Neostigmine 0.5 mg/ml 5ml vial

1 25200

483 INJ 483

Glycopyrrolate 0.2 mg/ml 1ml amp 1 45400

484 INJ 484

Granisetron 1 mg/ml 1ml amp 1 14600

485 INJ 485

Granisetron 1 mg /ml 3ml amp 1 44500

486 INJ 486

HCG (Human Chorionic Gonadotrophin) 5000 IU vial

1 1800

487 INJ 487

HCG (Human Chorionic Gonadotrophin) 10000 IU vial

1 1600

488 INJ 488

HCG (Human Chorionic Gonadotrophin) 2000 IU vial

1 1400

489 INJ 489

Haemocoagulase 1 unit/ml vial 1 10000

490 INJ 490

Heparin 1000 IU/ml 5ml vial 1 2550

491 INJ 491

Hepatitis A Vaccine 1440 ELISA u 1ml vial 1 1800

- 93 -

492 INJ 492

Hepatitis A Vaccine 160 u 0.5 ml vial 1 1800

493 INJ 493

Hepatitis A Vaccine 720 ELISA u 0.5 ml vial 1 2000

494 INJ 494

Hepatitis A Vaccine 80 unit 0.5 ml vial 1 1800

495 INJ 495

Hepatitis B Vaccine 100mcg 10ml vial 1 1800

496 INJ 496

Hepatitis B Vaccine 10mcg 0.5ml vial 1 800

497 INJ 497

Hepatitis B Vaccine 10mcg 2ml vial 1 800

498 INJ 498

Hepatitis B Vaccine 20mcg 1ml vial 1 3300

499 INJ 499

Hepatitis B Vaccine 200mcg 20ml vial 1 800

500 INJ 500

Human Albumin 20% 100ml Bottel 1 12350

501 INJ 501

Human Anti D Immunoglobuli 150mcg/ml vial 1 9680

502 INJ 502

Human Anti D Immunoglobuli 300mcg/1.5ml vial 1 10800

503 INJ 503

Hyaluronidase 1500 IU 1ml vial 1 12800

504 INJ 504

Hydroxyprogesterone Caproate 250mg/ml amp 1 38500

505 INJ 505

Hyoscine Butyl Bromide 20 ml/ml 2ml amp 1 24500

506 INJ 506

Imipenem 500 mg + Cilastatin Sodium 500 mg/vial 1 48000

507 INJ 507

Intracameral Adrenaline Tartarate 1:1000 1ml amp 1 53525

508 INJ 508

Intracameral Pilocarpine 0.5% 1ml amp 1 5025

509 INJ 509

Intracameral Trypan Blue 0.06 % 1ml vial 1 2050

510 INJ 510

Iron Polymaltose 50 mg Elemental Iron /ml 2ml amp

1 1500

511 INJ 511

Iron Sucrose 20mg/ml 2.5ml amp 1 55300

512 INJ 512

Iron Sucrose 20mg/ml 5ml amp 1 11700

513 INJ 513

Iron Sucrose 20mg/ml 10ml amp 1 49500

514 INJ 514

Human Albumin 20% 50ml Bottel 1 20500

515 INJ 515

Isoprenaline 2mg/ml 1ml amp 1 800

516 INJ 516

Isoprenaline 2mg/ml 3ml amp 1 1700

517 INJ 517

Isoprenaline 2mg/ml 2ml amp 1 1950

518 INJ 518

Isoxsuprine HCl 5mg/ml 2ml amp 1 5000

519 INJ 519

Ketamine 50 mg/ml 2ml amp 1 28300

520 INJ 520

Ketamine 10 mg/ml 10ml amp 1 7600

- 94 -

521 INJ 521

Ketamine 100 mg/2ml 2ml amp 1 9000

522 INJ 522

Ketamine 500 mg/10ml 10ml amp 1 4100

523 INJ 523

Labetalol 20 mg/ml 4ml amp 1 48210

524 INJ 524

Labetalol 20 mg/4ml amp 1 19100

525 INJ 525

Lignocain HCl 21.3 mg/ml 50ml vial 1 5000

526 INJ 526

Lignocaine (Preservative Free) 2% 30ml vial 1 78912

527 INJ 527

Lignocaine 4% 20mg/ml 5ml vial 1 17800

528 INJ 528

Lignocaine 4% 20mg/ml 50ml vial 1 8362

529 INJ 529

Lignocaine 2% + Adrenaline 2% 30ml vial 1 58950

530 INJ 530

Linezolid 200mg/100ml 100ml 1 14700

531 INJ 531

Linezolid 600mg/300ml 300ml 1 46980

532 INJ 532

Enoxaparin Sodium 20mg 0.2ml Prefilled Syringe 1 2550

533 INJ 533

L-Ornithine + L-Aspartate 5gm/10ml amp 1 29400

534 INJ 534

Magnesium Sulphate 50% 10ml vial 1 29100

535 INJ 535

Magnesium Sulphate 50% 2ml amp 1 46200

536 INJ 536

Mephentermine 30mg/ml 10ml amp 1 23010

537 INJ 537

Methocarbamol 100mg/10ml 10ml amp 1 64700

538 INJ 538

Methylergometrine 0.2mg/ml 1ml amp 1 32500

539 INJ 539

Methylprednisolone Sodium 500 mg vial 1 45375

540 INJ 540

Methylprednisolone Sodium 1 gm vial 1 47600

541 INJ 541

Metoprolol 1 mg/ml 3 ml amp 1 14700

542 INJ 542

Metoprolol 1 mg/ml 5ml amp 1 15200

543 INJ 543

Micronised Progesterone 50mg/ml 2ml amp 1 2200

544 INJ 544

Micronized Progesterone 200 mg 4ml amp 1 200

545 INJ 545

Midazolam 1mg/ml, 5ml vial 1 51850

546 INJ 546

Midazolam 1mg/ml, 10ml vial 1 79125

547 INJ 547

Milrinone 1mg/ml, 10ml vial 1 8800

548 INJ 548

MMR Vaccine (Vial) 1 2400

549 INJ 549

Neostigmine 0.5mg/ml 1ml amp 1 9500

- 95 -

550 INJ 550

Nitroglycerine 25 mg 5 ml vial 1 49310

551 INJ 551

Noraderanaline 4mg/2ml 2ml amp 1 78850

552 INJ 552

Octreotide 50 Microgram /ml 1ml amp 1 46750

553 INJ 553

Ranibizumab 2.3mg/0.23ml (0.23ml vial) 1 91700

554 INJ 554

Omeprazole 40mg 10ml vial 1 115200

555 INJ 555

Ondansetron 4 mg 2ml amp 1 315250

556 INJ 556

Ondansetron 8 mg 4ml amp 1 212650

557 INJ 557

Pancuronium 2mg/ml 2ml amp 1 8500

558 INJ 558

Paracetamol 150 mg / ml 2 ml amp 1 283600

559 INJ 559

Pentazocin Lactate 30mg / ml 1ml amp 1 144130

560 INJ 560

Pentoxifylline 20 mg / ml 15ml amp 1 13000

561 INJ 561

Pethidine HCL 50mg/ml 1ml amp 1 2900

562 INJ 562

Pheniramine Maleate 22.75 mg/ml 10ml Vial 1 34050

563 INJ 563

Pheniramine Maleate 22.75 mg/ml 2ml Amp 1 103000

564 INJ 564

Pilocarpine 0.5 % / 1ml Amp 1 7250

565 INJ 565

Piperacillin 4gm- Tazobactam 0.5g vial 1 295300

566 INJ 566

Pneumococcal Vaccine 25 mcg / 0.5 ml vial 1 17890

567 INJ 567

Procaine 2% 5 ml amp 1 4700

568 INJ 568

Procaine Penicillin Powder For 0.4 MU/vial 1 7600

569 INJ 569

Promethazine 2.5% 2 ml amp 1 23500

570 INJ 570

Propofol 1% (10 mg/ml)10 ml amp 1 40600

571 INJ 571

Protamine sulphate 50mg 5ml vial 1 13700

572 INJ 572

Quadrivalent Human Papillomavirus Type 6,11,16,18 Vaccine vial

1 100

573 INJ 573

Quinine Dihydrochloride 300mg/ml 2ml amp 1 57800

574 INJ 574

Quinine Sulphate 300 mg/ ml 1ml amp 1 41000

575 INJ 575

Quinine Sulphate 300 mg/ ml 2ml amp 1 32700

576 INJ 576

Rabeprazole 20 mg /ml vial 1 72900

577 INJ 577

Rabies Human Immunoglobulin 300 IU 2ml vial 1 8050

578 INJ 578

Ranitidine 25 mg/ ml, 2ml amp 1 972000

- 96 -

579 INJ 579

Sodium Chloride 0.45% 500ml Glass Bottel 1 37500

580 INJ 580

Sodium Nitroprusside 50 mg /ml 5ml vial 1 17310

581 INJ 581

Soluble insulin 30% Isophane insulin 70% 100 IU 10 ml vial

1 27200

582 INJ 582

Soluble insulin 30% Isophane insulin 70% 40 IU 10 ml vial

1 42100

583 INJ 583

Streptomycin 0.75 g vial 1 42100

584 INJ 584

Surfactant suspension(for intratracheal), natural surfactant Inj 25 mg/ml 4ml Amp

1 5600

585 INJ 585

Teicoplanin 200 mg/ vial 1 48000

586 INJ 586

Teicoplanin 400 mg / vial 1 73050

587 INJ 587

Terbutaline 0.5 mg/ml 1ml Amp 1 18800

588 INJ 588

Terlipressin 1 mg /10 ml 10 ml amp 1 14500

589 INJ 589

Theophyline 25.3 mg + Etofylline 84.7mg 2ml Amp

1 132500

590 INJ 590

Thiopentone Sodium 0.5 gm 20 ml Vial 1 19500

591 INJ 591

Tirofiban 5 mg / 100 ml Infusion 1 60400

592 INJ 592

Tobramycine 60 mg /1.5ml vial 1 12500

593 INJ 593

Tobramycine 80 mg/2ml vial 1 10500

594 INJ 594

Tramadol 100 mg / ml 2ml amp 1 158400

595 INJ 595

Tramadol 50 mg / ml 2ml amp 1 178050

596 INJ 596

Triamcinolone Acetate 10 mg/ml 1ml vial 1 24000

597 INJ 597

Triamcinolone Acetate 40 mg/ml 1ml vial 1 66500

598 INJ 598

Typhoid Vaccine (Purified Vi capsular polysaccharide of salmonella typhi) 0.5 ml vial

1 300

599 INJ 599

Urograffin 76% 100ml Bottel 1 1300

600 INJ 600

Urograffin 76% 20ml vial 1 4300

601 INJ 601

Urograffin 76% 50ml Bottel 1 1800

602 INJ 602

Urokinase 5 Lac IU/vial 1 13400

603 INJ 603

Valethamate Bromide 8 mg/ml 1ml amp 1 4000

604 INJ 604

Vancomycin 250 mg/vial 1 41180

605 INJ 605

Vancomycin 500 mg vial   1000

606 INJ 606

Vancomycin 1 gm/vial 1 6700

607 INJ 607

L alanine L glutamine dipeptide 100 ml 1 69900

- 97 -

608 INJ 608

Vancomycin 0.5 g + cefriaxone 1 g vial 1 5500

609 INJ 609

Vancomycin 1 g + cefriaxone 2 g vial 1 21600

610 INJ 610

Varicella zoster immunoglobulin 1000 PFU /Dose vial

1 810

611 INJ 611

Vasopressine 40 IU / ml vial 1 24450

612 INJ 612

Vasopressine 20 IU / ml vial 1 22350

613 INJ 613

Vecuronium Bromide 4 mg amp 1 20000

614 INJ 614

Vecuronium Bromide 4 mg/2 ml vial 1 7000

615 INJ 615

Verapamil 5 mg / 2 ml 2ml amp 1 9700

616 INJ 616

Vit B12 500 mcg /ml 1ml amp 1 57100

617 INJ 617

Vit B12 500 mcg /ml 30 ml vial 1 48100

618 INJ 618

Vitamin A 50000 IU / ml amp 1 7650

619 INJ 619

Vitamin B1 10mg + Vit.B6 3mg + Vit.B12 15 mcg 2 ml amp

1 275050

620 INJ 620

Vitamin B12 1500 mcg 1 ml amp 1 61400

621 INJ 621

Vitamin C 100 mg / ml 5ml amp 1 98500

622 INJ 622

Vitamin K 1mg /0.5ml amp 1 97575

623 INJ 623

Water For Inj FFS/BSF 10 ml amp 1 1072000

- 98 -

S No coding

Item Code

Item With Specification Unit / details

TOTAL

624 SYP624 Aluminium Hydroxide 200 mg / 5 ml 200 ml 1 72500625 SYP625 Amoxicillin Susp. 125mg/5ml 30 ml 1 52600626 SYP626 Amoxicillin Susp. 125mg/5ml 60 ml 1 46600627 SYP627 Amoxycillin 250 mg + Cloxacillin 250 mg / 5 ml 30 ml 1 114700628 SYP628 Azithromycin Suspension 200 mg / 5 ml 15ml 1 38500629 SYP629 B -Complex (NFI formula) Vit.B1 2mg, Vit.B2 2mg,Vit.

B6 0.5mg, Niacinamide 25mg, Calcium pantothenate 1mg 100 ml

1 90800

630 SYP630 Barium Sulphate Powder Susp, 95% W/V Powder (Hd) 95%W/V , 250% W/V 400 ml

1 12800

631 SYP631 Bromhexine Hcl 4mg, Guaiphenesin 50mg, terbutaline Sulphate 1.2mg/5ml 100ml

1 18800

632 SYP632 Bromhexine Hydrochloride 4 mg / 5ml 100 ml 1 48100633 SYP633 Calcium Carbonate 1.25 mg/ 5 ml 100ml 1 37100634 SYP634 Calcium Carbonate 2.5 mg/ 5 ml 150ml 1 20100635 SYP635 Cefuroxime 125 mg/5 ml 30 ml 1 22700636 SYP636 Cephalexine 125mg/5ml 40 ml 1 21200637 SYP637 Chloroquine 50mg/5 ml 60 ml 1 20500638 SYP638 Cyclosporine 100mg/ml 50 ml 1 14500639 SYP639 Dextromethorphan 10mg/5ml 50 ml 1 4600640 SYP640 Dextromethorphan 10mg/5ml 100ml 1 11100641 SYP641 Dextromethorphen 10mg/5ml 60ml 1 26650642 SYP642 Disodium Hydrogen Citrate 1.4gm /5ml 100ml 1 18700643 SYP643 Digoxin 0.05mg/ml 30 ml 1 27500644 SYP644 Domperidone 1ml / ml 30ml 1 40800645 SYP645 Etopylline 46.5mg + Theophylline 14mg/5ml 100ml 1 27500646 SYP646 Iron Ferrous Fumarate equivalent to Elemental Iron

30mg/5ml 200ml1 24050

647 SYP647 Iron Ferrous Ascorbate equivalent to Elemental Iron 30mg, Folic Acid 500mg/5ml 200 ml

1 20700

648 SYP648 Lactulose 3.35gm/5ml 100ml 1 20800649 SYP649 Metronidazole 200mg/5ml 30ml 1 2200650 SYP650 Milk of Magnesia 11.25ml + Liquid Paraffin 1.25ml/5ml

170 ml1 52120

651 SYP651 Norfloxacin Suspension 100mg/5ml 30 ml 1 91750652 SYP652 Ofloxacin Suspension 50mg/5ml 30ml 1 14700653 SYP653 Ondansetrone 2mg /5 ml 15ml 1 24750654 SYP654 Oxethazine 10 mg, Aluminium hydroxide 291 mg,

Magnesium hydroxide 298 mg/ 5 ml 200 ml1 33500

655 SYP655 Paracetamol 125 mg/5ml 60 ml 1 16170656 SYP656 Paracetamol 250 mg /5 ml 60 ml 1 13350657 SYP657 Paraffin Liquid (Liquid Paraffin 1.25ml + Milk of

Magnesia 3.75ml + Sodium Picosulphate 3.33ml ) 110 ml

1 3800

- 99 -

658 SYP658 Phenobarbital 20mg/5ml 60 ml 1 10100659 SYP659 Phenytoin Sodium 25mg/ml 100 ml 1 7600660 SYP660 Potassium Chloride 100 ml/ml 15 ml 1 24550661 SYP661 Povidone Iodine Gargle 1 % 50ml 1 37400662 SYP662 Povidone Iodine solution 5% W/V 100ml 1 16200663 SYP663 Povidone Iodine (Surgical Scrub) 7.5% W/V 500 ml 1 4250664 SYP664 Promethazine 5mg /5ml 60 ml 1 2000665 SYP665 Quinine Sulphate 150mg/5ml 60 ml 1 15350666 SYP666 Quinine Sulphate 100mg/5ml 60 ml 1 1100667 SYP667 Salbutamol 2mg/5ml 100 ml 1 63000668 SYP668 Sucralfate 1gm/5ml Susp. 100 ml 1 5000669 SYP669 Sulfamethoxazole 200mg + Trimethoprim 40mg /5ml

50ml 1 245700

670 SYP670 Tinidazole Powder for Susp. 150mg/5ml 60 ml 1 42000671 SYP671 Tricholine Citrate 0.55 gm , Sorbitol 7.15 gm/10 ml

200 ml1 13220

672 SYP672 Vit.A 100000 Unit /ml 100 ml 1 30400673 SOL673 Alkaline Detergent Cleaning Base With Amphotiric

Surfactant Anionic Surfactant And Phosphates- 1 Ltr. 1 725

674 SOL674 A Low foaming solution clear Blue enzymatic detergant with Sodium tetraborate decahydrate as cleanser and with rust inhibitors used for manual as well as automated system containing Protease, lipase, amylase and cellulase.- 3. 8 litres

  25

675 SOL675 Acetone 10% 400 ml 1 220676 SOL676 Aldehyde free disinfectant containing potassium mono

per sulphate powder form 500gm  200

677 SOL677 Aldehyde free surface & Environment Disinfectant Contact time : 10-15 Min. Qctyl Decyl Dimethyl Ammounium Chloride : 6%-7% Dioctyl dimethyl ammonium chloride - 2% - 4% Didecyl dimethyl ammounium chloride - 3% -5% Alkyl Dimethyl benzyl ammounium chloride -8.68% 1 Ltr.

  100

678 SOL678 Alkyl dimethyl Benzyl Ammonium Chloride 2.37% Alkyl dimethyl Ethyl Benzyl Ammonium Chloride 2.37% With Intent Ingradient Approved From Internation Authority Like U.S.F.D.A. U.S.EPA -1 Ltr.

1 2700

679 SOL679 Ammoidin 1% 25 ml 1 2300680 SOL680 Anti-rust Solution With > 30% Phosphoric Acid- 1 Ltr. 1 400681 SOL681 Antiseptic Hospital Concentrate 20%, Chlorohexidine

Soln. 7.5% V/V, Cetrimide IP 15%W/V- 500ml1 21800

682 SOL682 Antiseptic Hospital Concentrate Containing 20% Chlorohexidine Soln IP 7.5% V/V Cetrimide IP 15%W/V Iso-Propyl Alchohol 6-8%- 1000ml

1 13900

683 SOL683 Barium Sulphate Power Susp 95% W/V, Powder (Hd) 95% W/V 250% W/V - 400 Gram

1 2500

684 SOL684 Cetrimide + Choline Salicylate Gel For Oral Ulcer (0.01%+8% All /W/V) 15 Ml

1 3400

685 SOL685 Chloramphenicol 125mg/5ml 60 ml 1 1600686 SOL686 Chlorhexidine gluconate 20 % V/V 500ml (surgical

hand wash)1 4450

687 SOL687 Chlorhexidine 2% mouth gargle 100ml 1 38500

- 100 -

688 SOL688 Chloroxylenol 4.8 w/v, Terpineol v/v 9%, Alcohol Absolute 13.1 % v/v 500ml

1 700

689 SOL689 Coal Tar 1% 90 ml 1 350690 SOL690 Deionized Water 5 ltr. 1 700691 SOL691 Diclofenac Sodium 0.074% Mouth Gargle 100 ml 1 8500692 SOL692 Electrolyte Concentrate for Disinfectant Generation

System. 20 ltr.1 2800

693 SOL693 Feracrylum 1% 100 ml 1 6000694 SOL694 Formaldehyde (Formalin) 37% Acp.450 ml Bottle 1 6800695 SOL695 Gamma Benzene Hexachloride Lotion 1% 50ml Bottel 1 10200696 SOL696 Gamma Benzene Hexachloride Lotion 1% 100ml

Bottle 1 4000

697 SOL697 Glutaraldehyde Lotion 2% W/V Stabilized 5 Ltr. Cans 1 1105698 SOL698 Glycerine 30ml Plastic Bottle I.P. 1 4000699 SOL699 Glycerine 500ml I.P. 1 11506700 SOL700 Glycerine Enema 100 ml I.P. 1 11000701 SOL701 Glycine 3 Ltr. Irrigation Solution I.P. 1 6200702 SOL702 Halogenated Tertiary Amine With Didecyl dimethyl

Ammonium chloride And Dodecylamine Sulphamate Instrument Sterilization Liquid 500ml

1 1100

703 SOL703 Halothane 200ml I.P. 1 750704 SOL704 Halothane 250ml I.P. 1 1000705 SOL705 Halothane 50ml I.P. 1 700706 SOL706 Hydrogen Peroxide Mouth Gargle 3% 100 ml 1 10500707 SOL707 Hydrogen Peroxide Sol. 20% W/V 1ltr. Bottle 1 23600708 SOL708 Hydrogen Peroxide Sol. 20% 500 ml 1 16150709 SOL709 Isoflurane 100 ml 1 2760710 SOL710 Isoflurane 250 ml 1 2400711 SOL711 Lignocaine Spray 10% 50 ml 1 5828712 SOL712 Lignocaine Topical 10% 50 ml 1 6850713 SOL713 Lignocaine Topical 2% 100 ml 1 4700714 SOL714 Lignocaine Topical 4% 10 ml 1 12450715 SOL715 Liquid (1,2,benzenedicarboxaldehyde) cross linking

with proteins and denatures it with pH 7.2 -7.8 and water soluble with US FDA AND EPA approved and listed under TSCA , 5 Litrs.

  50

716 SOL716 Liquid Enviornment disinfectant with stabilizer by 0.01% w/v AgNO3& H2PO4 < 1ppb and 11% w/v H2O2 solution formulated with a patented swiss technology having pH 1.5 to 3.0 and 100% volatile, decomposing at temperature > 100"C (if not purified) 1 Ltr.

  50

717 SOL717 Liquid Paraffin 450 ml Bottle 1 49555718 SOL718 Liquid Soap 1 Ltr. 1 23020719 SOL719 Lubrication Spray Best With Aliphatic Hydrocarbons

And Propellant Gas- 400ml1 800

720 SOL720 Phenyl black ISI 5 Ltrs. 1 11240721 SOL721 Plasma Expander Infusion 500ml FFS/ BFS Bottle 1 7700722 SOL722 Povidone Iodine 10% 100ml 1 20100723 SOL723 Povidone Iodine 5% 100ml 1 17000

- 101 -

724 SOL724 Povidone Iodine Hand Scrub 7.5% 500ml 1 29500725 SOL725 Povidone Iodine Sol 5% 500ml 1 67850726 SOL726 Povidone Iodine Sol 7.5% 500 ml 1 52500727 SOL727 Rectified Spirit (90%) 5 ltrs. 1 36900728 SOL728 Salbutamol Nebulization Solution 5mg/ml 15 ml 1 30000729 SOL729 Sevoflurane 250ml 1 1650730 SOL730 Sodium Hypochlorite 5% 5 ltr. 1 6220731 SOL731 Sodium Hypochlorite 2 % 5 ltr. 1 14160732 SOL732 Sporicidal sterilant aldehyde free containing sodium

perborate 500 gm  200

733 SOL733 Sterisol-C Electrolyte Concentrate for Sterigen 20 Litres

1 10236

734 SOL734 Surgical hand wash didecyl dimethyl ammonium chloride 1 gm propanol 40gm 500ml

  500

735 SOL735 Surgical Sprit (Isopropyl alcohol 70% with 2% chlorhexidine gluconate) 500ml Bottle

1 46150

736 SOL736 Tannic Acid (With Glycerine) Gum Paint 20% 15ml Vial 1 2600737 SOL737 Tincture Benzoin Co. 500ml Bottle 1 4160738 SOL738 TPN (Total Parenteral Nutrition) Including

Carbohydrates + Proteins + Fats. 2000 ml1 12800

739 SOL739 Trichloroacetic Acid Crystals (1 Kg) 1 611740 SOL740 Upper extremity pre surgical antisepsis with 4%

C22H30CL2N10 as active antiseptic with residual action, & pH 5-6. Also containing ethoxylated alkylphenol and fatty acid diethanolamide as surfactant against gram positive, gram negative bacteria, yeast and lipophilic viruses 500 ml.

  100

- 102 -

S NO coding

Item Code

Item With Specification Unit / detail

s

TOTAL

741 DRP741 Atropine Eye Drops 1% 5ml 1 10350

742DRP742 Balanced Salt Sol. for Irrigation 500ml

Designed for Ophthalmic use1

7800743 DRP743 Carboxymethylcelluose Eye Drops 0.5% 10ml   7700744 DRP744 Chloramphenicol 5% Ear Drops 5ml 1 7000

745DRP745 Chloramphenicol Eye Applicaps 1% (250

Applicaps)1

7100746 DRP746 Chloramphenicol 1% Eye Drops 5ml 1 7250

747DRP747 Ciprofloxacin 0.3 % + Dexamethasone 0.1%

Eye/Ear Drops 10ml1

50900748 DRP748 Ciprofloxacin 0.3% Ear/Eye Drops 5ml 1 45450

749

DRP749 Clotrimazole 1% + Beclomethasone 0.025%+ Chloramphenicol 5% and + lignocaine 2% Ear Drops 10ml

1

2800

750DRP750 Clotrimazole 1% + Lignocaine 2% Ear Drops

10ml1

22700751 DRP751 Clotrimazole 1% Ear Drops 15ml 1 17500752 DRP752 Cyclopentolate 1% Eye Drops 5ml 1 6300753 DRP753 Cyclosporine 1% Eye Drops 10ml   3900

754DRP754 Dexamethasone 0.1 % + Neomycin 0.5% Eye

Drops 3ml1

3000

755DRP755 Dexamethasone 0.1 % + Neomycin 0.5% Eye

Drops 5ml1

3000756 DRP756 Diclofenac sodium 0.1% W/V Eye Drops 10ml   2700757 DRP757 Diclofenac sodium 0.1% W/V Eye Drops 5ml 1 6300758 DRP758 Dorzolamide 2% Eye Drops 5ml 1 4800759 DRP759 Fluconazole 0.3% Eye/ Ear Drops 10ml 1 12900760 DRP760 Fluorometholone 0.1% Eye Drops 5ml 1 10200761 DRP761 Flurbiprofen 0.03% W/V Eye Drops 5ml 1 12250762 DRP762 Framycetin Drops 5mg/ml Eye Drops 5ml 1 1800763 DRP763 Gatifloxacin 0.3% Eye Drops 10ml 1 11400764 DRP764 Gatifloxacin 0.3% Eye Drops 5ml 1 8600

765DRP765 Gentamycin 0.3% + Betamethasone 0.1%

Eye/Ear Drops 5ml1

7600

766DRP766 Gentamycin 0.3% + Dexamethasone 0.01%

Eye Drops 10ml1

4300

767DRP767 Gentamycin 0.3% + Hydrocortisone 1% Ear

Drops 10ml1

4900

768DRP768 Gentamycin 0.3% + Hydrocortisone 1% Ear

Drops 5ml1

5100

769DRP769 Gentamycin 0.3% + Hydrocortisone 1% Eye

Drops 5ml 1

4600770 DRP770 Gentamycin 0.3% Eye/Ear Drops 5ml 1 7200771 DRP771 Homatropine 2% Eye Drops 5ml 1 4950772 DRP772 Amikacine 1 % Eye Drops 5ml 1 9600

773DRP773 Hydroxypropyl Methyl Cellulose 0.3% w/v

Eye Drops 10ml1

15500

774DRP774 Hydroxypropyl Methyl Cellulose 0.3% w/v

Eye Drops 5ml1

16500

- 103 -

775 DRP775 Ketotifen 0.5mg/5ml Eye Drops   4200776 DRP776 Ketotifen 1mg/ 5ml Eye Drops 1 5200777 DRP777 Latanoprost 0.005% Eye Drops 5ml   5900778 DRP778 Lignocaine Hydrochloride 4% (Eye) 30ml Vial 1 2900779 DRP779 Lubricating (HPMC) 0.2% Eye Drops 10ml 1 23500

780DRP780 Carboxy Methyl Cellulose Drops 1% Eye

Drops 10ml1

17650781 DRP781 Moxifloxacin 0.5% Eye Drops 5ml 1 31000782 DRP782 Natamycin 5% Eye Drops 3ml 1 9100

783

DRP783 Neomycin Sulphate 3400 units + Polymyxin B sulphate 10000 units + Hydrocortisone 10mg/ml Ear Drops 5ml

1

7100784 DRP784 Neomycin 0.5% Ear/Eye Drops 5ml 1 8500785 DRP785 Ofloxacin 0.3% Eye/Ear Drops 5ml 1 13700786 DRP786 Proparacaine 0.5% Eye Drops 5ml 1 11200787 DRP787 Olopatadine Eye Drops 0.2% 5ml   4700788 DRP788 Oxymetazoline 0.05% Nasal Drops 10ml 1 16000

789DRP789 Oxymetazoline 0.25mg/ml Nasal Drops

10ml1

14500

790DRP790 Oxymetazoline 0.1mg/ml Nasal Drops

10ml1

19050791 DRP791 Paracetamol 100mg/ml Oral Drops 15ml 1 12100

792DRP792 Phenylephrine HCl 5% + Tropicamide 0.8%

Eye Drops 5ml1

9000793 DRP793 Phenylephrine 10% Eye Drops 5ml 1 2900794 DRP794 Pilocarpine 2% Eye Drops 5ml 1 5100795 DRP795 Povidone Iodine 1% Eye Drops 10ml 1 4950

796DRP796 Prednisolone Acetate 1% w/v 10mg/ml Eye

Drops 10ml 1

10000

797DRP797 Prednisolone Acetate 1% w/v 10mg/ml Eye

Drops 5ml1

10200798 DRP798 Sulfacetamide 20% Eye Drops 10ml 1 3600799 DRP799 Timolol Maleate 0.5% Eye Drops 5ml   5900800 DRP800 Tobramycin 0.3 % Eye Drops 5ml 1 15700

801DRP801 Tobramycin 0.3% + Dexomathasone 0.1%

Eye Drops 5ml1

12500802 DRP802 Tropicamide 1% Eye Drops 5 ml 1 13200803 DRP803 Xylometazoline 0.05% Nasal Drops 10ml 1 16600804 DRP804 Xylometazoline 0.1% Nasal Drop 10ml 1 16050805 DRP805 Xylometazoline 0.1% Nasal drops 15ml 1 6250806 DRP806 Xylometazoline 0.5% Nasal drops 10ml   5200807 DRP807 Xylometazoline 0.65% Nasal drops 10ml 1 12850808 INH808 Budesonide 100 mcg / puff 200 md 1 8900809 INH809 Budesonide 100 mcg / puff 400 md 1 4800810 INH810 Budesonide 200 mcg /puff 100 md 1 6400811 INH811 Budesonide 200 mcg /puff 200 md 1 4400812 INH812 Budesonide 400 mcg / puff 100 md 1 3700813 INH813 Budesonide Respules 0.25 mg / 2 ml 1 11700814 INH814 Budesonide Respules 0.5 mg / 2 ml 1 14000815 INH815 Budesonide Respules 1 mg / 2 ml 1 13000

- 104 -

816INH816 Formeterol 6 mcg + Budesonide 100 mcg /

puff 120 md1

9150

817INH817 Formeterol 6 mcg + Budesonide 100 mcg /

puff 30 md1

5400

818INH818 Formeterol 6 mcg + Budesonide 200 mcg /

puff 120 md1

10550

819INH819 Formeterol 6 mcg + Budesonide 200 mcg /

puff 30 md1

4200

820INH820 Formeterol 6 mcg + Budesonide 400 mcg

/puff 120 md1

7000

821INH821 Formeterol 6 mcg + Budesonide 400 mcg

/puff 30md1

3600822 INH822 Ipratropium Bromide 20 mcg / puff 200 md 1 20800

823INH823 Ipratropium Bromide 40 Mcg + Salbutamol

200 mcg / puff 200 md1

26700824 INH824 Levo Salbutamol Tartrate 50 mcg. 200 md   500

825INH825 Salbutamol 100 mcg + Beclomethasone 50

mcg/puff (200 MDI)1

11800826 INH826 Salbutamol Rotacap 100 mcg 1 22250827 INH827 Salbutamol Rotacap 200 mcg 1 32250

828INH828 Salmeterol 25 mcg + Fluticasone 50 mcg

Inhaler 120 MDI1

8000

829INH829 Salmeterol 50 mcg + Fluticasone 100 mcg

Inhaler 120 MDI1

8100830 POW830 Povidone Iodine Powder 5% 10 gm 1 8020831 POW831 Protein Isolate 20% 200 gms. 1 35500832 POW832 Protein Isolate 20% 500 gms. 1 51500833 POW833 O.R.S.(W.H.O) 5.7 gm pouch 1 133200834 POW834 O.R.S. (W.H.O.) 28.5 GM pouch 1 179050835 SUPP835 Diclofenac Suppository 80 mg 1 4500836 SUPP836 Paracetamol Suppository 160 mg 1 30500

837SPR837 Budesonide Nasal Spray 64 mcg / Inhalation

200 md1

2500

838SPR838 Fluticasone 100 mcg / dose 120 md Nasal

Spray1

2400

- 105 -

s no coding

Item Code

Item With Specification Unit / details

TOTAL

839 CO839 Atropine Eye Oint 1% 3 gm 1 33600840 CO840 Betamethasone Valerate 0.025% + Gentamicin

Sulphate Tolnaftate 0.1% + Iodochlorhydroxyquinoline 1% oint. 5 gm

1

11000841 CO841 Betamethasone Valerate cream 0.05% 15 gm 1 18000842 CO842 Betamethasone Valerate Cream 0.05% 10 gm 1 13000843 CO843 Betamethasone Valerate Cream 0.05% 20 gm 1 13000844 CO844 Betamethasone Valerate Cream 0.1% 10 gm 1 13000845 CO845 Betamethasone Valerate Cream 0.1% 20 gm 1 15400846 CO846 Chloramphenicol 1%+hydrocortisone 0.5%3 gm 1 1600847 CO847 Chlorhexidine Gluconate 0.25% + Metronidazole

1% 10 gm gel 1

10700848 CO848 Chlorhexidine Gluconate 0.25% + Metronidazole

1% 20 gm gel1

8000849 CO849 Clobetasol 0.05% + Gentamicin 0.1% 10 gm

cream1

53500850 CO850 Clobetasol Butyrate 0.05% 10 gm cream 1 19100851 CO851 Clotrimazole Cream 1% 15 gm 1 72220852 CO852 Dexamethasone Acetate 0.01 % 15 gm 1 10500853 CO853 Dexamethasone Acetate 0.01 % 5 gm 1 8500854 CO854 Fluticasone 0.05% 20gm Ointment 1 1000855 CO855 Fluticasone 0.05% 10gm Ointment 1 1000856 CO856 Framycetin 1% 20 Gm cream 1 51100857 CO857 Framycetin 1% 30 gm cream 1 50100858 CO858 Gentamicin Cream 0.1% 15 gm 1 19200859 CO859 Hydroquinone 2% + Oxybenzone 2.5% +

Octinoxate 9% 30 gm cream1

15000860 CO860 Ketoconazole 2% 15 gm ointment 1 17000861 CO861 Ketoconazole 2% 20 gm cream 1 10500862 CO862 Euphorbia prostrata extract 80% 30gm cream   10863 CO863 methoxsalen 1% 15 gm cream 1 10200864 CO864 Metronidazole 1% 20 gm gel 1 12350865 CO865 Metronidazole 1% 30 gm gel 1 10650866 CO866 Miconazole 1% + Betamethasone Dipropionate

0.05% 10 gm1

19300867 CO867 Miconazole 1% + Betamethasone Dipropionate

0.05% 5 gm1

13300868 CO868 Miconazole 2% 15 gm cream 1 12400869 CO869 Miconazole 2% 20 gm cream 1 19100870 CO870 Mometasone Furoate 0.1% 10 gm cream 1 12000871 CO871 Mometasone Furoate 0.1% 15 gm cream 1 7000872 CO872 Mometasone Furoate 0.1% 20 gm cream 1 6500873 CO873 Mometasone Furoate 0.1% 5 gm cream 1 7000874 CO874 Nadifloxacin 1% 10 Gm 1 21700875 CO875 Nitroglycerine 5mg/Patch 1 3000876 CO876 Oestrogen vaginal cream 0.625 mcg / gm 14 gm 1 6500

- 106 -

877 CO877 Ofloxacin Eye Oint. 0.3% 10 gm 1 4520878 CO878 Permethrine 5% 30 gm cream 1 82400879 CO879 Povidone Iodine Ointment 5% 15 gm 1 48500880 CO880 Povidone Iodine Ointment 5% 250 gm 1 18334881 CO881 Povidone Iodine Ointment 5% 500 gm 1 12800882 CO882 Silver Sulphadiazine Cream 1% 25 gm 1 21900883 CO883 Silver Sulphadiazine Crèam 1% 250 gm 1 20000884 CO884 Sodium Fusidate 1% cream 5gm 1 3950885 CO885 Sodium Fusidate 2% 10 gm 1 16600886 CO886 Sodium Fusidate 2% 5 gm 1 6500887 CO887 Tacrolimus 0.03% 10 gm ointment 1 5000888 CO888 Tacrolimus 0.1% 10 gm ointment 1 5000889 CO889 Terbinafine Hydrochloride 1% 10 gm cream 1 17000890 CO890 Trichloroacetic Acid 88% crystal 100 gm 1 1500891 GL891 Adapalene 0.1% 15 gm gel 1 3500892 GL892 Benzoyl Peroxide 2.5% gel 20 gm 1 6950893 GL893 Benzoyl Peroxide 5% gel 20 gm 1 4000894 GL894 Benzyl Benzoate Emulsion 25% 50 ml 1 13024895 GL895 Betamethasone 0.05% 10 gm gel 1 11010896 GL896 Diclofenac Sodium Gel 1% 30 gm 1 50200897 GL897 Diclofenac Sodium Gel 1.16% 30 gm 1 55000898 GL898 Erythromycin 4% 10 gm gel 1 3000899 GL899 Erythromycin 4% 5 gm gel 1 3000900 GL900 Gamma benzene hexachloride lotion 1% 100 ml 1 16400901 GL901 Heparin 200 IU 20 gm gel 1 4100902 GL902 Lignocaine Jelly 2% 10 gm 1 63020903 GL903 Lignocaine Viscous solution 2% 30 gm 1 2000904 GL904 Povidone Iodine Vaginal Pessary 200 mg 1 2500905 GL905 Ultra Sonogram Gel 250ml Bottle 1 30000906 GL906 ECG Gel 250 ml Bottle 1 65500907 GL907 White Petroleum Jelly 100 % 1 kg 1 5500

- 107 -

s no coding

Item Code

Item With Specification Unit / detail

s

TOTAL

908 LSD908 Adenosine 3 mg / ml 2ml vial Inj 1 7065909 LSD909 Adrenaline 1 mg/ml 1 ml Amp Inj 1 165600

910LSD910 Aminophylline 250 mg /2ml 10 ml Amp

Inj 1

74830911 LSD911 Amiodarone 50 mg / ml 3 ml Amp Inj 1 19700

912LSD912 Anti Rabies Vaccine 1000 IU / 5 ml Vial

Inj 1

12000

913LSD913 Anti Rabies Vaccine 150 IU / ml 2 ml Vial

Inj 1

10400914 LSD914 Artesunate 60 mg / Vial Inj 1 92050915 LSD915 Atropine 0.6 mg/ml 1 ml Amp Inj 1 108000

916LSD916 Calcium Chloride 100 mg / ml 10ml vial

Inj 1

1000

917LSD917 Carboprost (PGF2α) 250 mcg/ml 1ml

Amp Inj 1

3700918 LSD918 Chloroquine Phosphate 64.5 mg/ml 30

ml Vial Inj 1 9400

919 LSD919 Clonidine 150 mcg / ml Amp Inj 1 6000920 LSD920 Desmopressin 4mcg/ml 1ml amp inj 1 2700921 LSD921 Dexamethasone 8 mg/2ml 2 ml Vial Inj 1 275450922 LSD922 Dextrose 50 % 100 ml Bottle inj 1 1000923 LSD923 Diazepam 10 mg /2ml 2ml Amp Inj 1 153850924 LSD924 Dicyclomine 10 mg/ml 2 ml Vial Inj 1 93700925 LSD925 Digoxin 0.5mg / 2ml 2 ml Amp Inj 1 31250926 LSD926 Diltiazem 25 mg / 5 ml vial Inj 1 8970927 LSD927 Diphenhydramine 50mg/ml 1 ml vial Inj 1 3800928 LSD928 Diphtheria Antitoxin 1000 IU Vial Inj 1 1800929 LSD929 Dobutamine 250 mg /5ml 5 ml amp Inj 1 107910

930LSD930 Dopamine Hydrochloride 40mg /ml 5ml

amp Inj 1

196185931 LSD931 Enalapril 1.25mg/ml 1ml vial Inj 1 7200932 LSD932 Flumazenil 0.1 mg/ml 5ml amp Inj 1 1000933 LSD933 Furosemide 10 mg / ml 2 ml amp Inj 1 311755

934LSD934 Glyceryl Trinitrate 5 mg /ml 10 ml vial

Inj 1

12900935 LSD935 Heparin Inj 5000 IU/ml 5ml Vial Inj 1 86150936 LSD936 Hydrocortisone 100 mg / ml Vial Inj 1 200750937 LSD937 Insulin Soluble 40 IU/ml, 10ml/Vial Inj 1 18000938 LSD938 Lidocaine 2% 5 ml vial Inj 1 1000

939LSD939 Lignocane 2% (21.3mg/ml ) 50 ml Vial

Inj1

33320

940LSD940 Enoxaperin sodium 40mg Inj in prefilled

syringe1

61100

941LSD941 Enoxaperin sodium 60mg Inj in prefilled

syringe1

50100942 LSD942 Magnesium Sulphate 25% 10ml vial Inj 1 15000943 LSD943 Magnesium Sulphate 25% 2ml amp Inj 1 22000

- 108 -

944 LSD944 Mannitol 10 % 100 ml inj 1 500

945LSD945 Methylerergometrine 0.2mg/ml 1 ml

amp Inj1

1000946 LSD946 Metoclopromide 5mg/ml 2ml Amp Inj 1 157120947 LSD947 Metoprolol 1 mg/ml 5 ml amp Inj 1 1000

948LSD948 Morphine Sulphate 10mg /ml 1ml amp

Inj1

1000949 LSD949 Naloxone 0.4 mg /ml 1ml Amp.Inj 1 8750950 LSD950 Neostigmine 0.5mg /ml 5ml Amp Inj 1 40605951 LSD951 Oxytocin 5 IU / ml 1ml Amp Inj 1 81000952 LSD952 Pancuronium 2 mg/ml 2ml amp Inj 1 10350953 LSD953 Pantoprazole 40 mg inj/Vial Inj 1 431100

954LSD954 Phenobarbitone 200 mg /ml 1 ml amp

Inj1

1000955 LSD955 Phenytoin 50 mg/ml 2 ml amp Inj 1 1000

956LSD956 Potassium Chloride 150 mg/10ml Amp

Inj1

57250957 LSD957 Pralidoxime 1gm / 20 ml Amp Inj 1 24600

958LSD958 Protamine Sulphate 1% (10mg/ml) 5ml

Amp Inj1

7800

959LSD959 Snake Venom Polyvalent Anti Serum

(Liquid Form ) 10ml vial Inj1

26500960 LSD960 Sodium Bicarbonate 7.5% 10ml Amp Inj 1 89370

961LSD961 Sodium Chloride 0.45% 100ml FFS/BFS

Bottle Inj1

39200962 LSD962 Streptokinase 1.5 MIU /vial Inj 1 6250

963LSD963 Succinyl Choline 50 mg / ml 1ml Amp

Inj1

18500

964LSD964 Succinyl Choline 50 mg / ml 2ml Amp

Inj1

7500965 LSD965 Tetanus Immunoglobulin 250 IU/Vial Inj 1 24650966 LSD966 Tetanus Immunoglobulin 500 IU/Vial Inj 1 20305967 LSD967 Tetanus Toxoid 5 Lf 5ml Vial Inj 1 63200968 LSD968 Tetanus Toxoid 0.5 ml Ampoule Inj 1 200750

969LSD969 Torasemide 10 mg/ml 2ml Amp Inj 1

302500

970LSD970 Tranexamic Acid 100 mg /ml 5ml amp.

Inj1

52200971 LSD971 Vitamin K 10 mg/ml 1 ml amp Inj 1 1000972 LSD972 Electrolyte - G 500 ml Bottle IVF 1 48600973 LSD973 Electrolyte - M 500 ml Bottle IVF 1 82100

974

LSD974 Electrolyte 'E" Inj. Dextrose 5g.,Sodium Aetate 0.64 G.Sodium Chloride 5g. Potassium Chloride 75 mg. Sodium Citrate 75 mg, Calcium Chloride 5 mg Magnesium Chloride 31 mg Sodium Meta Bi Sulphate 20 mg 500 ml IVF

1

8500975 LSD975 Mannitol 20% 100 ml IVF 1 207651976 LSD976 Mannitol 20% 300 ml IVF 1 221750977 LSD977 Ringer's Lactate 500 ml IVF 1 552200

978LSD978 Dextrose 5% With Saline 0.9% FFS / BFS

500 ml IVF1

631200

- 109 -

979 LSD979 Dextran - 70 500 ml IVF 1 55600

980LSD980 Salbutamol 100 Mcg/ puff 200 md

Inhaler1

24250

- 110 -

S no coding

Item Code

Item With Specification Unit / details

Total

981 CTD981 Carboplatin 150mg/15ml vial Inj 1 3100982 CTD982 5 - Fluro-Uracil 250 mg/5ml vial Inj 1 19650983 CTD983 5 - Fluro-Uracil 500 mg/10ml vial Inj 1 14550984 CTD984 Actinomycin-D 0.5 mg/ ml vial Lyophilised each

1ml vial Inj1 1250

985 CTD985 Bendamustine (Lyophilized Powder) 100 mg Each Vial Inj

1 350

986 CTD986 Bendamustine (Lyophilized Powder) 100 mg/ Vial Inj

1 1680

987 CTD987 Bleomycin 15 Unit / ml Each Vial inj 1 5800988 CTD988 Bortezomib 2 mg Each Vial Inj 1 3400989 CTD989 Cabazitaxel 60 mg / 1.5 ml vial Inj 1 1000990 CTD990 Calcium Leucovorin 50 mg / Each vial Inj 1 6550991 CTD991 Carboplatin 10mg/ml 45ml vial Inj 1 600992 CTD992 Carboplatin 10mg/ml 60ml vial Inj 1 600993 CTD993 Carboplatin 10mg/ml 20ml Each Vial Inj 1 3800994 CTD994 Carboplatin 50mg/vial Inj 1 5000995 CTD995 Carmustine 100 mg/ 15 ml vial Inj 1 1500996 CTD996 Cetuximab (Lyophilized Powder) 100 mg vial Inj 1 1100997 CTD997 Cetuximab 200 mg vial Inj 1 1660998 CTD998 Cisplatin 10 mg Each Vial Inj 1 8450999 CTD999 Cisplatin 50 mg Each Vial Inj 1 85501000 CTD1000 Cyclophosphamide 200 mg Each Vial Inj 1 75501001 CTD1001 Cyclophosphamide 500 mg Each Vial Inj 1 50001002 CTD1002 Cytarabine 100 mg Each Vial Inj 1 21001003 CTD1003 Cytarabine 1000 mg Each Vial Inj 1 9501004 CTD1004 Dacarbazine ( Dtic) 200 mg Each Vial Inj 1 15501005 CTD1005 Dacarbazine ( Dtic) 500 mg Each Vial Inj 1 15001006 CTD1006 Daunorubicin 20 mg Each Vial Inj 1 18501007 CTD1007 Decitabine 50 mg Each Vial Inj 1 12501008 CTD1008 Docetaxel 120 mg / 3 ml Each Vial Inj 1 187501009 CTD1009 Docetaxel 20 mg / 0.5 ml Each Vial Inj 1 42501010 CTD1010 Docetaxel 80 mg / 2 ml Each Vial Inj 1 20501011 CTD1011 Doxorubicin (Lyophilized Powder) 10 mg vial Inj 1 38501012 CTD1012 Doxorubicin (Lyophilized Powder) 50 mg each vial

Inj1 1650

1013 CTD1013 Doxorubicin 10 mg (ready to use) vial Inj 1 73501014 CTD1014 Doxorubicin 50 mg (ready to use) vial Inj 1 36001015 CTD1015 Epirubicin (Lyophilized Powder) 10 mg vial Inj 1 16501016 CTD1016 Epirubicin (Lyophilized Powder) 50 mg vial Inj 1 18501017 CTD1017 Erythropoietin 4000 IU Each Vial Inj 1 13501018 CTD1018 Erythropoietin 6000 IU Each Vial Inj 1 5501019 CTD1019 Erythropoietin10000 IU Each Vial Inj 1 6701020 CTD1020 Etoposide 100 mg / 5 ml Each Vial Inj 1 50501021 CTD1021 Fludarabine Phosphate 50 mg Each Vial Inj 1 7501022 CTD1022 G C S F 300 unit Each Vial Inj 1 53501023 CTD1023 Gemcitabine (Lyophilized Powder) 1gm vial Inj 1 17501024 CTD1024 Gemcitabine (Lyophilized Powder) 200 mg Each

Vial Inj1 2250

1025 CTD1025 Granulocyte- Colony Stimulating Factor (Pegylated) 6 Microgram/ Each Vial Inj

1 650

- 111 -

1026 CTD1026 Ibandronic Acid 6 mg Each Vial Inj 1 13001027 CTD1027 Ifosphamide 1gm Lyophilised each vial + 3 Amp

of Mesna 100mg/2ml Inj1 2375

1028 CTD1028 Ifosphamide 2gm Lyophilised each vial + 3 Amp of Mesna 200mg/2ml Inj

1 1900

1029 CTD1029 Ifosphamide 500mg Lyophilised each vial + 3 Amp of Mesna 50mg/2ml Inj

1 1775

1030 CTD1030 Irinotecan 100 mg/5ml vial Inj 1 8001031 CTD1031 Irinotecan 40 mg/2ml vial Inj 1 10001032 CTD1032 L - Asparginase 10000 IU Lyophilised each vial Inj 1 17301033 CTD1033 L - Asparginase 5000 IU Lyophilised each vial Inj 1 65301034 CTD1034 Methotrexate 10 mg/ml 5ml vial Inj 1 8001035 CTD1035 Methotrexate 5 mg/ml 3 ml vial Inj 1 22001036 CTD1036 Methotrexate 50 mg/ml 2ml vial Inj 1 20501037 CTD1037 Methotrexate 7.5 mg/ml amp Inj 1 4001038 CTD1038 Methotrexate 15mg /ml(Preservitive Free) amp Inj 1 20501039 CTD1039 Mitomycin –C 10 mg vial Inj 1 9501040 CTD1040 Mitoxantrone 20 mg Each Vial Inj 1 6001041 CTD1041 Nimotuzumab 200 mg Each Vial Inj 1 7601042 CTD1042 Oxaliplatin 100 mg Each Vial Inj 1 8501043 CTD1043 Oxaliplatin 50 mg Each Vial Inj 1 11251044 CTD1044 Paclitaxel 260mg/43.5 ml Vial Inj 1 33501045 CTD1045 Paclitaxel 30 mg 5 ml Vial Inj 1 26501046 CTD1046 Paclitaxel 300 mg Each Vial Inj 1 28001047 CTD1047 Paclitaxel nano particle 300 mg / 15ml vial Inj 1 17001048 CTD1048 Paclitaxel 100 mg / 16.7 ml vial Inj 1 29501049 CTD1049 Pegylated liposomal doxorubicin 10 mg vial Inj 1 8501050 CTD1050 Pegylated liposomal doxorubicin 20 mg vial Inj 1 8501051 CTD1051 Pemetrexed 100 mg vial Inj 1 10001052 CTD1052 Pemetrexed 500 mg vial Inj 1 4001053 CTD1053 Rituximab 100 mg / 10 ml Vial Inj 1 7701054 CTD1054 Rituximab 500 mg/50 ml vial Inj 1 2201055 CTD1055 Sargramostin 500 mg Each Vial Inj 1 12501056 CTD1056 Thiotepa 5 mg Each Vial Inj 1 5501057 CTD1057 Toptecan 2 mg vial Inj 1 6501058 CTD1058 Toptecan 4 mg Each Vial Inj 1 4501059 CTD1059 Trastuzumab 440 mg vial Inj 1 1801060 CTD1060 Vinblastine 10 mg vial Inj 1 8001061 CTD1061 Vincristin Sulphate 1mg Each Vial Inj 1 11001062 CTD1062 Vinorelbine 50 mg Each Vial Inj 1 12001063 CTD1063 Zolendronic Acid 4 mg / 5 ml Each Vial Inj 1 15001064 CTD1064 Allopurinol 100 mg Tab 1 70001065 CTD1065 Megestrol acetate 40 mg Tab 1 20001066 CTD1066 Mercaptopurine-6 50 mg Tab 1 30001067 CTD1067 Methotrexate 5 mg Tab 1 75001068 CTD1068 Sorafinib 200 mg Tab 1 40001069 CTD1069 Tamoxifen 10 mg Tab 1 310001070 CTD1070 Tamoxifen 100 mg Tab 1 15001071 CTD1071 Tamoxifen 20 mg Tab 1 310001072 CTD1072 Tamoxifen 25 mg Tab 1 7001073 CTD1073 Tamoxifen 40 mg Tab 1 10001074 CTD1074 Temozolamide 100 mg Tab 1 58001075 CTD1075 Anastrozole 1 mg Tab 1 225001076 CTD1076 Temozolamide 250 mg Tab 1 4100

- 112 -

1077 CTD1077 Thalidomide 100 mg cap 1 148001078 CTD1078 Thalidomide 50 mg cap 1 45001079 CTD1079 Cyclophosphamide 50 mg Tab 1 200001080 CTD1080 Doxifluridine 200 mg Tab 1 25001081 CTD1081 Erlotinib 100 mg Tab 1 45001082 CTD1082 Erlotinib 150 mg Tab 1 45001083 CTD1083 Etoposide 100 mg Tab 1 41001084 CTD1084 Etoposide 50 mg Tab 1 40001085 CTD1085 Gefitinib 250 mg Tab 1 75001086 CTD1086 Morphine sulphate 10 mg Tab 1 500001087 CTD1087 Morphine sulphate 30 mg Tab 1 200001088 CTD1088 Hydroxy Urea 500 mg Cap 1 175001089 CTD1089 Imatinib Mesylate 100 mg Cap 1 261001090 CTD1090 Imatinib Mesylate 400 mg Cap 1 291001091 CTD1091 Lomustine 40 mg Cap 1 12001092 CTD1092 Temozolomide 140 mg Cap 1 32001093 CTD1093 Temozolomide 180 mg Cap 1 37001094 CTD1094 Temozolomide 20 mg Cap 1 37001095 CTD1095 Procarbazine Hydrochloride 50 mg Cap 1 5000

- 113 -

S No coding

Item Code

Item With Specification Unit / details

TOTAL

1096 PSY1096 Agomelantine 25 mg Tab 1 940001097 PSY1097 Alprazolam 0.25 mg Tab 1 2720001098 PSY1098 Alprazolam 0.5 mg Tab 1 2224501099 PSY1099 Amisulpiride 100 mg. Tab 1 1700001100 PSY1100 Amisulpiride 50 mg. Tab 1 720001101 PSY1101 Amitriptyline 25 mg Tab 1 2080001102 PSY1102 Amitriptyline 75 mg Tab 1 710001103 PSY1103 Aripiprazole 10 mg. Tab 1 1370001104 PSY1104 Aripiprazole 15 mg Tab 1 532001105 PSY1105 Aripiprazole 30 mg. Tab 1 680001106 PSY1106 Asenapine 10 mg Tab 1 330001107 PSY1107 Asenapine 5 mg Tab 1 330001108 PSY1108 Baclofen 20 mg Tab 1 1312001109 PSY1109 Baclofen 30 mg Tab 1 200001110 PSY1110 Baclofen 40 mg Tab 1 200001111 PSY1111 Blonanserine 2 mg Tab 1 320001112 PSY1112 Blonanserine 4 mg Tab 1 320001113 PSY1113 Buspirone 10 mg Tab 1 320001114 PSY1114 Buspirone 5 mg Tab 1 290001115 PSY1115 Carbamazepin 200 mg Tab 1 8400001116 PSY1116 Carbamazepin 400 mg Tab 1 1950001117 PSY1117 Carbamazepine 100 mg Tab 1 1430001118 PSY1118 Carbamazepine CR 200 mg Tab 1 1753001119 PSY1119 Carbamazepine CR 400 mg Tab   1550001120 PSY1120 Carbamazepine SR 200 mg.Tab 1 2020001121 PSY1121 Carbamazepine SR 400 mg. Tab   1050001122 PSY1122 Chlordiazepoxide 10 mg. Tab 1 971001123 PSY1123 Chlordiazepoxide 25 mg Tab 1 680001124 PSY1124 Chlorpromazine 100 mg Tab 1 605001125 PSY1125 Chlorpromazine 50 mg Tab 1 2945001126 PSY1126 Clobazam 10 mg Tab 1 2155001127 PSY1127 Clobazam 5 mg Tab 1 2095001128 PSY1128 Clomipramine 25 mg Tab 1 465501129 PSY1129 Clonazepam 0.5 mg. Tab 1 1861501130 PSY1130 Clonazepam 2 mg. Tab 1 1120501131 PSY1131 Clonidine 0.1 mg Tab 1 340001132 PSY1132 Clozapine 100 mg Tab 1 1522001133 PSY1133 Clozapine 50 mg Tab 1 320001134 PSY1134 Diazepam 10 mg. Tab 1 724001135 PSY1135 Diazepam 5 mg. Tab 1 1008001136 PSY1136 Disulfiram 250 mg Tab 1 530001137 PSY1137 Disulfiram 500 mg Tab 1 530001138 PSY1138 Donepezil 10 mg Tab 1 930001139 PSY1139 Donepezil 5 mg Tab 1 680001140 PSY1140 Duloxetine 20 mg Tab 1 740001141 PSY1141 Duloxetine 30 mg Tab 1 575001142 PSY1142 Escitalopram 10 mg Tab 1 6925001143 PSY1143 Escitalopram 20 mg Tab 1 3450001144 PSY1144 Escitalopram 5 mg Tab 1 100000

- 114 -

1145 PSY1145 Fluoxetine 20 mg Tab 1 995001146 PSY1146 Fluvoxamine 50 mg Tab 1 30001147 PSY1147 Haloperidol 10 mg Tab 1 3110001148 PSY1148 Haloperidol 15 mg Tab 1 150001149 PSY1149 Haloperidol 5 mg Tab 1 6411001150 PSY1150 Iloperidone 1 mg Tab 1 320001151 PSY1151 Iloperidone 2 mg Tab 1 325001152 PSY1152 Iloperidone 3 mg Tab 1 325001153 PSY1153 Iloperidone 4 mg Tab 1 325001154 PSY1154 Imipramine Hcl 25 mg Tab 1 2370001155 PSY1155 Imipramine Hcl 75 mg Tab 1 370001156 PSY1156 Lamotrigine 100 mg Tab 1 716001157 PSY1157 Lamotrigine 200 mg Tab 1 715001158 PSY1158 Levetiracetam 250 gm Tab 1 920001159 PSY1159 Levetiracetam 500 gm Tab 1 920001160 PSY1160 Linezolid 600 mg Tab 1 640001161 PSY1161 Lithium Carbonate 300 mg. Tab 1 6211001162 PSY1162 Lithium Carbonate SR 450 mg. Tab 1 971001163 PSY1163 Loperamide 2 mg Tab 1 281001164 PSY1164 Lorazepam 1 mg Tab 1 1521001165 PSY1165 Lorazepam 2 mg Tab 1 1471501166 PSY1166 Memantine 10 mg Tab 1 260001167 PSY1167 Methyl phenidate 10 mg Tab 1 240001168 PSY1168 Methyl phenidate 20 mg Tab 1 240001169 PSY1169 Methyl phenidate 5 mg Tab   340001170 PSY1170 Mirtazapine 15 mg Tab 1 560001171 PSY1171 Mirtazapine 30 mg Tab 1 310001172 PSY1172 Mirtazapine 45 mg Tab 1 10001173 PSY1173 Modafinil 100 mg Tab 1 220001174 PSY1174 Naltrexone 50 mg Tab 1 180001175 PSY1175 Nitrazepam 10 mg Tab 1 215001176 PSY1176 Nitrazepam 5 mg Tab 1 215001177 PSY1177 Olanzapine 10 mg Tab 1 11500001178 PSY1178 Olanzapine 20 mg Tab 1 3750001179 PSY1179 Olanzapine 5 mg Tab 1 3050001180 PSY1180 Oxcarbazepine 150 mg Tab 1 935001181 PSY1181 Oxcarbazepine 300 mg Tab 1 1655001182 PSY1182 Oxcarbazepine 450 mg Tab 1 1035001183 PSY1183 Oxcarbazepine 600 mg Tab 1 930001184 PSY1184 Paliperidone 1.5 mg Tab 1 120001185 PSY1185 Paliperidone 3 mg Tab 1 110001186 PSY1186 Paroxetine CR 12.5 mg Tab 1 210001187 PSY1187 Phenobarbitone 30 mg Tab 1 550001188 PSY1188 Phenobarbitone 60 mg Tab 1 565001189 PSY1189 Piracetam 400 mg Tab 1 450001190 PSY1190 Procyclidine 5 mg Tab 1 610001191 PSY1191 Promethazine 25 mg Tab 1 1020001192 PSY1192 Propranolol 10 mg Tab 1 1056001193 PSY1193 Propranolol 20 mg Tab 1 1100001194 PSY1194 Propranolol 40 mg Tab 1 1650001195 PSY1195 Quetiapine 100 mg Tab 1 1015001196 PSY1196 Quetiapine 200 mg Tab 1 1060001197 PSY1197 Quetiapine 25 mg Tab 1 71000

- 115 -

1198 PSY1198 Quetiapine 50 mg Tab 1 310001199 PSY1199 Risperidone 1 mg Tab 1 400001200 PSY1200 Risperidone 2 mg Tab 1 4320001201 PSY1201 Risperidone 4 mg Tab 1 5050001202 PSY1202 Sertraline 100 mg Tab 1 1240001203 PSY1203 Sertraline 50 mg Tab 1 1780001204 PSY1204 Sildenafil 50 mg Tab 1 315001205 PSY1205 Sodium Valproate 200 mg CR Tab 1 1590001206 PSY1206 Sodium Valproate 200 mg ER Tab 1 385001207 PSY1207 Sodium Valproate 300 mg CR Tab 1 1490001208 PSY1208 Sodium Valproate 300 mg ER Tab 1 205001209 PSY1209 Sodium Valproate 500 mg CR Tab 1 5870001210 PSY1210 Sodium Valproate 200 mg Tab 1 1970001211 PSY1211 Sodium Valproate 300 mg Tab 1 3870001212 PSY1212 Sodium Valproate 500 mg Tab 1 8225001213 PSY1213 Tianeptine12.5 mg Tab 1 120001214 PSY1214 Topiramate 100 mg Tab 1 530001215 PSY1215 Topiramate 25 mg Tab 1 565001216 PSY1216 Topiramate 50 mg Tab 1 635001217 PSY1217 Tramadol 50 mg Tab 1 3792501218 PSY1218 Tramadol 100 mg Tab 1 3245501219 PSY1219 Trifluoperazine 5 mg Tab 1 305001220 PSY1220 Trihexyphenidyl 2 mg Tab 1 12280001221 PSY1221 Venlafaxine SR 75 mg Tab 1 2030001222 PSY1222 Venlafaxine 150 mg Tab 1 210001223 PSY1223 Venlafaxine 37.5 mg Tab 1 510001224 PSY1224 Venlafaxine 75 mg Tab 1 10001225 PSY1225 Venlafaxine CR 75 mg Tab 1 1000001226 PSY1226 Venlafaxine ER 37.5 mg Tab 1 10001227 PSY1227 Venlafaxine ER 75 mg Tab 1 10001228 PSY1228 Venlafaxine SR 150 mg Tab 1 220001229 PSY1229 Venlafaxine SR 37.5 mg Tab 1 520001230 PSY1230 Zolpidem 10 mg Tab 1 240001231 PSY1231 Chlorpromazine 25mg/ml 2 ml amp Inj 1 202001232 PSY1232 Clonazepam 1 mg/ ml amp Inj 1 71501233 PSY1233 Flupenthixol 20 mg/ ml 1 ml amp Inj 1 60001234 PSY1234 Flupenthixol Depot 25 mg/ml 1 ml amp Inj 1 4200

1235PSY1235 Fluphenazine Deconate 25 mg / ml 1 ml amp

Inj1

45001236 PSY1236 Haloperidol 5 mg / ml 5 ml amp Inj 1 332501237 PSY1237 Haloperidol 50 mg/ml 1 ml amp Inj 1 605001238 PSY1238 Lorazepam 1 mg/ml 2 ml amp Inj 1 1067251239 PSY1239 Olanzapine 10 mg / 5 ml amp Inj 1 65001240 PSY1240 Phenobarbitone 100 mg/ml 1ml Amp. Inj 1 610001241 PSY1241 Phenobarbitone 200 mg/ml 1ml Amp. Inj 1 211001242 PSY1242 Phenytoin Sodium 50 mg /ml 2ml Amp Inj 1 1408001243 PSY1243 Procyclidine 5 mg/ ml 1 ml amp Inj 1 71001244 PSY1244 Promethazine 25 mg / ml amp 2ml Inj 1 785001245 PSY1245 Sodium Valproate 500 mg / 5 ml amp Inj 1 76001246 PSY1246 Zuclopenthixol 50 gm/ ml 1 ml amp Inj 1 5500

- 116 -

1247PSY1247 Zuclopenthixol Depot 200 gm/ml 1 ml amp Inj 1

5500

- 117 -