Professional Documents
Culture Documents
Health Department
Central Procurement Committee (CPC)
For
SELECTION & RATE CONTRACTING OF
DRUGS/MEDICINES,
This is Part one which is fixed and contains provisions which are to be used unchanged.
Each section is prepared with notes intended only as information for the Procuring agency
or the person drafting the bidding documents. They shall not be included in the final
documents.
Table of Contents - Part One
Table of Clauses
Instructions to Bidders
Table of Clauses
Instructions to Bidders
This section of the bidding documents provides the information necessary for bidders to
prepare responsive bids, in accordance with the requirements of the Procuring agency. It
also provides information on bid submission, opening, and evaluation, and on the award of
contract.
Part One Section I contain provisions that are to be used unchanged. Part Two Section II
(Bid Data Sheet) consists of provisions that supplement, amend, or specify in detail
information or requirements included in Part One Section I and which are specific to each
procurement.
Matters governing the performance of the Supplier, payments under the contract, or
matters affecting the risks, rights, and obligations of the parties under the contract are not
normally included in this section, but rather under Part one Section II, General Conditions
of Contract, and/or Part Two Section III, Special Conditions of Contract. If duplication of
a subject is inevitable in the other sections of the document prepared by the
Procuring agency, care must be exercised to avoid contradictions between clauses dealing
with thesame matter.
A. Introduction
1. Source of Funds
2. Eligible Bidders
3. Eligible Goods and Service
4. Cost of Bidding
B. The Bidding Document
5. Content of Bidding Documents
6. Clarification of Bidding Documents
7. Amendment of Bidding Documents
C. Preparation of Bids
8. Language of Bid
9. Documents Comprising the Bid
10. Bid Form
11. Bid Prices
12. Bid Currencies
13. Documents Establishing Bidder’s Eligibility and Qualification
14. Documents Establishing Goods’ Eligibility and Conformity to Bidding
Documents
15. Bid Security
16. Period of Validity of bids
17. Format and Signing of Bid
D. Submission of Bids
18. Sealing and Marking of bids
19. Deadline for Submission of bids
20. Late bids
21. Modification and Withdrawal of Bids
E. Opening and Evaluation of Bids
22. Opening of Bids by the Procuring Agency
23. Clarification of Bids
24. Preliminary Examination
25. Evaluation and Comparison of Bids
26. Contacting the Procuring Agency
F. Award of Contract
27. Post-Qualification
28. Award Criteria
29. Procuring Agency’s Right To Vary Quantities At Time Of Award
30. Procuring Agency’s Right To Accept Any Bid And To Reject Any Or All Bids
31. Notification of Award
32. Signing of Contract
33. Performance Security
34. Corrupt Or Fraudulent Practices
35. Integrity Pact
Instructions to Bidders
A. Introduction
11.4 11.4 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the contract and not subject to variation on any
account, unless otherwise specified in the Bid Data Sheet. A bid
submitted with an adjustable price quotation will be treated as
nonresponsive and will be rejected, pursuant to ITB Clause 24.
If, however, in accordance with the Bid Data Sheet, prices
quoted by the Bidder shall be subject to adjustment during the
performance of the contract, a bid submitted with a fixed price
quotation will not be rejected, but the price adjustment would be
treated as zero.
12. Bid Currencies 12.1 Prices shall be quoted in Pak Rupees unless otherwise
specified in the Bid Data Sheet.
13. Documents 13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its
Establishing Bidder’s bid, documents establishing the Bidder’s eligibility to bid and its
qualifications to perform the contract if its bid is accepted.
Eligibility and 13.2 The documentary evidence of the Bidder’s eligibility to bid shall
Qualification establish to the Procuring agency’s satisfaction that the Bidder,
at the time of submission of its bid, is from an eligible country as
defined under ITB Clause 3.
13.3 The documentary evidence of the Bidder’s qualifications to
perform the contract if its bid is accepted shall establish to the
Procuring agency’s satisfaction:
d) that the Bidder meets the qualification criteria listed in the Bid
Data Sheet.
14. Documents 14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its
Establishing Goods’ bid, documents establishing the eligibility and conformity to the
Eligibility and bidding documents of all goods and services which the Bidder
Conformity to Bidding proposes to supply under the contract.
Documents
.
14.3 The documentary evidence of conformity of the goods and
services to the bidding documents may be in the form of
literature, drawings, and data, and shall consist of:
a) a detailed description of the essential technical and
performance characteristics of the goods;
15.4 Any bid not secured in accordance with ITB Clauses 15.1 and
15.3 will be rejected by the Procuring agency as
non-responsive, pursuant to ITB Clause 24
.
15.5 15.5 Unsuccessful bidders’ bid security will be discharged or
returned as promptly as possible but not later than thirty (30)
days after the expiration of the period of bid validity prescribed
by the Procuring agency pursuant to ITB Clause 16.
15.6 15.6 The successful Bidder’s bid security will be discharged upon
the Bidder signing the contract, pursuant to ITB Clause 32, and
furnishing the performance security, pursuant to ITB Clause 33.
15.7 15.7 The bid security may be forfeited:
a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Bid Form;
or
b) in the case of a successful Bidder, if the Bidder fails:
i. to sign the contract in accordance with ITB Clause 32;
or
ii. to furnish performance security in accordance with ITB
Clause 33.
16. Period of 16.1 Bids shall remain valid for the period specified in the Bid Data
Validity of Sheet after the date of bid opening prescribed by the Procuring
Bids agency, pursuant to ITB Clause 19. A bid valid for a shorter
period shall be rejected by the Procuring agency as
non-responsive.
16.2 16.2 In exceptional circumstances, the Procuring agency 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.
The bid security provided under ITB Clause 15 shall also be
suitably extended. A Bidder may refuse the request without
forfeiting its bid security. A Bidder granting the request will not
be required nor permitted to modify its bid, except as provided
in the bidding document.
17. Format and 17.1 The Bidder shall prepare an original and the number of copies
Signing of Bid of the bid indicated in the Bid Data Sheet, clearly marking each
“ORIGINAL BID” and “COPY OF BID,” as appropriate. In the
event of any discrepancy between them, the original shall
govern.
17.2 17.2 The original and the copy or copies of the bid shall be typed or
written in indelible ink and shall be signed by the Bidder or a
person or persons duly authorized to bind the Bidder to the
contract. All pages of the bid, except for un-amended printed
literature, shall be initialed by the person or persons signing the
bid.
17.3 17.3 Any interlineations, erasures, or overwriting shall be valid only if
they are initialed by the person or persons signing the bid.
17.4 17.4 The Bidder shall furnish information as described in the Form of
Bid on commissions or gratuities, if any, paid or to be paid to
agents relating to this Bid, and to contract execution if the
Bidder is awarded the contract.
D. Submission of Bids
18. Sealing and 18.1 The Bidder shall seal the original and each copy of the bid in
Marking of separate envelopes, duly marking the envelopes as
Bids “ORIGINAL” and “COPY.” The envelopes shall then be sealed
in an outer envelope.
18.2 The inner and outer envelopes shall:
a. be addressed to the Procuring agency at the address given
in the Bid Data Sheet; and
b. bear the Project name indicated in the Bid Data Sheet, the
Invitation for Bids (IFB) title and number indicated in the Bid
Data Sheet, and a statement: “DO NOT OPEN BEFORE,” to be
completed with the time and the date specified in the Bid Data
Sheet, pursuant to ITB Clause 2.2.
18.3 The inner envelopes shall also indicate the name and address
of the Bidder to enable the bid to be returned unopened in case
it is declared “late”.
18.4 If the outer envelope is not sealed and marked as required by
ITB Clause 18.2, the Procuring agency will assume no
responsibility for the bid’s misplacement or premature opening.
19. Deadline for 19.1 Bids must be received by the Procuring agency at the address
Submission of specified under ITB Clause 18.2 no later than the time and date
Bids specified in the Bid Data Sheet.
19.2 The Procuring agency may, at its discretion, extend this
deadline for the submission of bids by amending the bidding
documents in accordance with ITB Clause 7, in which case all
rights and obligations of the Procuring agency and bidders
previously subject to the deadline will thereafter be subject to
the deadline as extended.
20. Late Bids 20.1 Any bid received by the Procuring agency after the deadline for
submission of bids prescribed by the Procuring agency
pursuant to ITB Clause 19 will be rejected and returned
unopened to the Bidder.
21. Modification 21.1 The Bidder may modify or withdraw its bid after the bid’s
And Withdrawal submission, provided that written notice of the modification,
of Bids including substitution or withdrawal of the bids, is received by
the Procuring agency prior to the deadline prescribed for
submission of bids.
21.2 The Bidder’s modification or withdrawal notice shall be
prepared, sealed, marked, and dispatched in accordance with
the provisions of ITB Clause 18. by a signed confirmation copy,
postmarked no later than the deadline for submission of bids.
21.3 No bid may be modified after the deadline for submission of
bids.
21.4 No bid may be withdrawn in the interval between the deadline
for submission of bids and the 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 Bidder’s forfeiture of
its bid security, pursuant to the ITB Clause 15.7.
E. Opening and Evaluation of Bids
22. Opening of 22.1 The Procuring agency will open all bids in the presence of
Bids by the bidders’ representatives who choose to attend, at the time, on
Procuring the date, and at the place specified in the Bid Data Sheet. The
Agency bidders’ representatives who are present shall sign a register
evidencing their attendance.
22.2 The bidders’ names, bid modifications or withdrawals, bid
prices, discounts, and the presence or absence of requisite bid
security and such other details as the Procuring agency, at its
discretion, may consider appropriate, will be announced at the
opening. No bid shall be rejected a bid opening, except for late
bids, which shall be returned unopened to the Bidder pursuant
to ITB Clause 20.
22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that
are not opened and read out at bid opening shall not be
considered further for evaluation, irrespective of the
circumstances. Withdrawn bids will be returned unopened to
the bidders.
22.4 The Procuring agency will prepare minutes of the bid opening.
23. Clarification of Bids 23.1 During evaluation of the bids, the Procuring agency may, at its
discretion, ask the Bidder for a clarification of its bid. The Bids
request for clarification and the response shall be in writing, and
no change in the prices or substance of the bid shall be sought,
offered, or permitted.
24. Preliminary 24.1 The Procuring agency will examine the bids to determine
Examination whether they are complete, whether any computational errors
have been made, whether required sureties have been
furnished, whether the documents have been properly signed,
and whether the bids are generally in order.
.. 24.2 Arithmetical errors will be rectified on the following basis. If
there is a discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and quantity, the
unit price shall prevail, and the total price shall be corrected. If
the Supplier does not accept the correction of the errors, its bid
will be rejected, and its bid security may be forfeited. If there is a
discrepancy between words and figures, the amount in words
will prevail.
24.3 The Procuring agency may waive any minor informality,
nonconformity, or irregularity in a bid which does not constitute
a material deviation, provided such waiver does not prejudice
or affect the relative ranking of any Bidder.
24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the
Procuring agency will determine the substantial responsive of
each bid to the bidding documents. For purposes of these
Clauses, a substantially responsive bid is one which
conforms to all the terms and conditions of the bidding
documents without material deviations. Deviations from, or
objections or reservations to critical provisions, such as
those concerning Bid Security (ITB Clause 15),
Applicable Law (GCC Clause 30), and Taxes and Duties
(GCC Clause 32), will be deemed to be a material deviation.
The Procuring agency’s .determination of A bid’s
responsiveness is to be based on the contents of the bid
itself without recourse to extrinsic evidence.
25.4 For factors retained in the Bid Data Sheet pursuant to ITB
25.3, one or more of the following quantification methods will
be applied, as detailed in the Bid Data Sheet:
a. Incidental costs provided by the bidder will be added by
Procuring agency to the delivered duty paid (DDP) price at
the final destination.
b. Delivery schedule.
i. The Procuring agency requires that the goods under the
Invitation for Bids shall be delivered at the time
specified in the Schedule of Requirements which will be
treated as the base, a delivery “adjustment” will be
calculated for bids by applying a percentage,
specified in the Bid Data Sheet, of the DDP price for
each week of delay beyond the base, and this will be
added to the bid price for evaluation. No credit shall
be given to early delivery.
or
ii. The goods covered under this invitation are
required
To be delivered (shipped) within an acceptable range
of weeks specified in the Schedule of Requirement.
No credit will be given to earlier deliveries, and bids
offering delivery beyond this range will be treated as
non-responsive. Within this acceptable range, an
adjustment per week, as specified in the Bid Data
Sheet, will be added for evaluation to the bid price of
bids offering deliveries later than the earliest delivery
period specified in the Schedule of Requirements.
26. Contacting the 26.1 Subject to ITB Clause 23, no Bidder shall contact the
Procuring Procuring agency on any matter relating to its bid, from the
Agency time of the bid opening to the time the contract is awarded. If
the Bidder wishes to bring additional information to the notice
of the Procuring agency, it should do so in writing.
26.2 Any effort by a Bidder to influence the Procuring agency in its
decisions on bid evaluation, bid comparison, or contract
award may result in the rejection of the Bidder’s bid.
F. Award of Contract
27. Post- 27.1 In the absence of prequalification, the Procuring agency will
qualification determine to its satisfaction whether the Bidder that is
selected as having submitted the most advantageous
responsive bid is qualified to perform the contract
satisfactorily, in accordance with the criteria listed in ITB
Clause 13.3.
27.2 The determination will take into account the Bidder’s
financial, technical, and production 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 13.3, as well as such other information as the
Procuring agency deems necessary and appropriate
27.3 An affirmative determination will be a prerequisite for award
of the contract to the Bidder. A negative determination will
result in rejection of the Bidder’s bid, in which event the
Procuring agency will proceed to the next most
advantageous bid to make a similar determination of that
Bidder’s capabilities to perform
28. Award 28.1 Subject to ITB Clause 30, the Procuring agency will award
Criteria the contract to the successful Bidder whose bid has been
determined to be substantially responsive and has been
determined to be the most advantageous bid, provided
further that the Bidder is determined to be qualified to perform
the contract satisfactorily.
29. Procuring 29.1 The Procuring agency reserves the right at the time of
agency’s Right contract award to increase or decrease, by the percentage
to Vary indicated in the Bid Data Sheet, the quantity of goods and
Quantities at services originally specified in the Schedule of Requirements
Time of Award without any change in unit price or other terms and conditions
30. Procuring agency’s 30.1 The Procuring agency reserves the right to accept or reject
Right to Accept any any bid, and to annul the bidding process and reject all bids at
Bid and to Reject any or any time prior to contract award, under the relevant provision
All Bids of SPP Rules
31. Notification of 31.1 Prior to the expiration of the period of bid validity, the
Award Procuring agency will notify the successful Bidder in writing
by registered letter or by cable, to be confirmed in writing by
registered letter, that its bid has been accepted.
31.2 The notification of award will constitute the formation of the
Contract.
31.3 Upon the successful Bidder’s furnishing of the performance
security pursuant to ITB Clause 33, the Procuring agency will
promptly notify each unsuccessful Bidder and will discharge
its bid security, pursuant to ITB Clause 15
32. Signing of 32.1 At the same time as the Procuring agency notifies the
Contract successful Bidder that its bid has been accepted, the
Procuring agency will send the Bidder the Contract Form
provided in the bidding documents, incorporating all
agreements between the parties.
32.2 Within thirty (30) days of receipt of the Contract Form, the
successful Bidder shall sign and date the contract and return
it to the Procuring agency.
33 Performance 33.1 Within twenty (20) days of the receipt of notification of award
Security from the Procuring agency, the successful Bidder shall
furnish the performance security in accordance with the
Conditions of Contract, against each supply order @ 5% of
the value.
33.2 Failure of the successful Bidder to comply with the
requirement of ITB Clause 32 or ITB Clause 33.1 shall
constitute sufficient grounds for the annulment of the award
and forfeiture of the bid security, in which event the Procuring
agency may make the award to the next most advantageous
Bidder or call for new bids.
.
34. Corrupt or 34.1 The Government of Sindh requires that Procuring agency’s
Fraudulent (including beneficiaries of donor agencies’ loans), as well as
Practices Bidders/Suppliers/Contractors under Government-financed
contracts, observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance of
this policy, the SPPRA, in accordance with the SPP Act, 2009
and Rules made thereunder:
a. defines, for the purposes of this provision, the terms set forth
below as follows:
i. “corrupt practice” means the offering, giving, receiving
or soliciting, directly or indirectly, of anything of
value to influence the acts of another party for
wrongful gain;
and
ii. “fraudulent practice” means any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an
obligation;
b. will reject a proposal for award if it determines that the
Bidder recommended for award has engaged in
corrupt or fraudulent practices in competing for the
contract in question;
c. will declare a firm ineligible, either indefinitely or for a
stated period of time, to be awarded a
Government-financed contract if it at any time
determines that the firm has engaged in corrupt or
fraudulent practices in competing for, or in executing, a
Government-financed contract.
34.2 Furthermore, Bidders shall be aware of the provision stated in
sub-clause 5.4 and sub-clause 24.1 of the General Conditions
of Contract.
35.1 The Bidder shall sign and stamp the Integrity Pact provided at
36. Integrity Pact Form - 7 to Bid in the Bidding Document for all Provincial
Government procurement contracts. Failure to such Integrity
Pact shall make the bidder non-responsive.
Part One - Section II.
The General Conditions of Contract in Part One Section II, read in conjunction with the
Special Conditions of Contract in Part Two Section III and other documents listed therein,
should be a
complete document expressing all the rights and obligations of the parties.
The General Conditions of Contract herein shall not be altered. Any changes and
complementary information, which may be needed, shall be introduced only through the
Special Conditions of Contract in Part Two Section III.
Table of Clauses
1. Definitions
2. Application
3. Country of Origin
4. Standards
5. Use of Contract Documents and Information; Inspection and Audit by the Bank
6. Patent Rights
7. Performance Security
8. Inspections and Tests
9. Packing
10. Delivery and Documents
11. Insurance
12. Transportation
13. Incidental Services
14. Spare Parts
15. Warranty
16. Payment
17. Prices
18. Change Orders
19. Contract Amendments
20. Assignment
21. Subcontracts
22. Delays in the Supplier’s Performance
23. Liquidated Damages
24. Termination for Default
25. Force Majeure
26. Termination for Insolvency
27. Termination for Convenience
28. Resolution of Disputes
29. Governing Language
30. Applicable Law
31. Notices
32. Taxes and Duties
- General Conditions of Contract
20. Delays in the 20.1 Delivery of the Goods and performance of Services shall be
Supplier’s made
Performance by the Supplier in accordance with the time schedule prescribed
By the Procuring agency in the Schedule of Requirements.
20.2 If at any time during performance of the Contract, the Supplier or
Its subcontractor(s) should encounter conditions impeding timely
delivery of the Goods and performance of Services, the Supplier
shall promptly notify the Procuring agency 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 Procuring
agency shall evaluate the situation and may at its discretion
extend the Supplier’s time for performance, with or
without liquidated damages, in which case the extension shall be
ratified
by the parties by amendment of Contract.
20.3 Except as provided under GCC Clause 25, a delay by the
Supplier in the performance of its delivery obligations shall render
the Supplier liable to the imposition of liquidated damages
pursuant to GCC Clause 23, unless an extension of time is
agreed upon pursuant to GCC Clause 22.2 without the
application of liquidated damages.
21. Liquidated 21.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all
Damages of the Goods or to perform the Services within the period(s)
specified in the Contract, the Procuring agency 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 the percentage specified in SCC. Once
the maximum is reached, the Procuring agency may consider
termination of the Contract pursuant to GCC Clause 24.
22. Termination for 22.1 The Procuring agency, without prejudice to any other remedy for
Default breach of Contract, by written notice of default sent
to the Supplier, may terminate this Contract in whole or in part:
26.Resolution 26.1 The Procuring agency and the Supplier shall make every effort
ofDisputes to resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
26.2 If, after thirty (30) days from the commencement of such
informal negotiations, the Procuring agency and the Supplier
have been unable to resolve amicably a Contract dispute,
either party may require that the dispute be referred for
resolution to the formal mechanisms specified in SCC. These
mechanisms may include, but are not restricted to, conciliation
mediated by a third party, adjudication in an agreed manner
and/or arbitration
27. Governing 27.1 The Contract shall be written in the language specified in SCC.
Language Subject to GCC Clause 30, the version of the Contract written in
the specified language 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 Procuring agency’s country, unless otherwise specified in
SCC.
29. Notices 29.1 Any notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing or by cable,
telex, or facsimile and 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 Supplier shall be entirely responsible for all taxes, duties, license
fees, etc., incurred until delivery of the contracted Goods to the
Procuring agency.
Government of Sindh
Health Department
Procurement Monitoring & Inspection Cell (PM&I Cell)
For
SELECTION & RATE CONTRACTING OF DRUGS/MEDICINES,
FOR THE YEAR 2021-22
Contents
Table of clauses
Technical Criteria
Qualification Criteria
Financial Evaluation
3. Affidavit Form -3
5. Integrity Pact
Technical Proposal
Please submit technical proposal online as well as in hard copy as per following
1. One File (Envelope) containing Bidder’s information company profile of Manufacturer/Importer and
Factory information plant wise i.e, if any manufacturer/company have more than one manufacturing
facility than they must submit separate online as well hard copy.
2. Separate Envelope containing technical proposals of the quoted products along with product information
required.
Financial Proposal
Bidders must submit financial proposal in separate envelope of the quoted product’s duly Marked.
Section III. Special Conditions of Contract
Table of Clauses
S.No. Contents
1.
Special Conditions of Contract
The following Special Conditions of Contract shall supplement the General Conditions of Contract
(GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the General
Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
1. Definitions (GCC Clause 1)
GCC 1.1 (c) The Goods are: Drugs / Medicines
GCC 1.1 (g) The Procuring Agency is: Secretary, Health Department, Procurement,
Monitoring & Inspection Cell (PM&I C), G. of Sindh;
and
The Purchasing Agency/ies is/are: District Health Officers, Medical
Superintendents,
Hospital Directors, and other Heads of the
Primary, Secondary and / or Tertiary Level
Health Care Institutions of the Health
Department, Government of Sindh and all
Program Managers.
GCC 1.1 (i) The Supplier is:
I. Manufacturer and/or Importer registered as
such with Drug Regulatory Authority of
Pakistan for the quoted goods falling under The
Drug Act 1976 & Rules framed there under; and
14. All powdered injectable should be accompanied with solvent for injection / water for injection
(WFI) within the DRAP registered packing of the same manufacturer.
14. All powdered injectable should be accompanied with solvent for injection / water for injection
(WFI) within the DRAP registered packing of the same manufacturer.
2) Last Three years experience of 2 Private sector of tertiary care hospital (04 marks for each) _____08
4) Financial worth each year average for continuous last three years
c) In case of product contains more than one molecule than source of APIs
from RRA Countries & from others. ________07
(The firm shall submit import/shipping document and certificate of analysis (COA) )
under drug act 1976 are 1-2% since January, 2020 to August 31, 2021 _______05
c) If sample of quoted drug declare sub-standard by any DTL/CDL/NIH established under drug act 1976 are
more than 2-3% since January, 2020 to August 31, 2021 _______03
OR
Common dissolution profile (CDP) for oral dosage form and pharmaceutical equivalence for parenteral /
injectable and other dosage from instead of oral.
QUALIFICATION CRITERIA FOR IMPORTER
Max marks
(financial soundness) 10
c) In case of product contains more than one molecule than source of APIs
from RRA Countries & from others. ________07
b) If sample of quoted drug declare sub-standard by any DTL/CDL/NIH established under drug act
1976 are 1-2% since January, 2020 to August 31, 2021 _______05
c) If sample of quoted drug declare sub-standard by any DTL/CDL/NIH established under drug act
1976 are more than 2-3% since January, 2020 to August 31, 2021 _______03
Total Combined Allocable Score for individual bids = Marks obtained in Technical
Evaluation + Marks obtained in Financial Evaluation = 120
Scoring Methodology:
Contract will be awarded to the most advantageous responsive firm whose product ranks highest
in the Combined Evaluation scoring calculated through the Marks awarded to Technical Proposal and
Financial Proposal as stated in the Bid Data Sheet of these Standard Bidding Documents.
The Evaluation Methodology is a combination of non-price factors (in Technical Criteria) and
price factor (in Financial Criteria); and each having points as elaborated in the evaluation proformas
provided in these SBDs.
As evident from allocable score above and because of the importance and
complexities/sensitivities in the field of procurement and use of Drugs and other products related to
human lives and health, this Methodology puts greater emphasis on non-price factors like high quality
of the product derived from excellent-grade raw material, stringent product certifications, international
best pharmaceutical quality control practices in laboratories, pharmaco-vigilance systems for Drug
safety reporting and monitoring; and
the most efficient industrial processes in the manufacturing premises.
Procedure for the Marks Scoring: Marks will be awarded or otherwise for various
technical parameters
to each quoted product based on the prescribed Technical and Financial criteria. The total
combined marks will determine the highest ranking product in each product category for contract award.
The formula to calculate the marks for the price by the bidders:
Financial Evaluation Score of individual quoted Product:
= [Lowest quoted Price of the item ÷ Next higher proposed Price of the
competing item] x Total
allocable financial score
Solved Example of Financial Scoring (Medicine):
- If the lowest quoted price of an item is Rs. 86/-, the same lowest bidder will
obtain score as below:
= [86 ÷ 86] x 20
= 20 marks, being the lowest bidder for the quoted item.
- If the next higher quoted price of the same item is Rs. 105/-, the marks obtained will be:
= [86 ÷ 105] x 20 = 16.3809 Marks
- If the next higher quoted price of the same item is Rs. 130/-, the marks obtained will be:
= [86 ÷ 130] x 20 = 13.2307 Marks
…. And so on.
Section V. Sample Forms
NOTE: Complete filling of this form along with the provision of all requisite information is mandatory.
Missing or not providing any of the requisite information may lead to disqualification of the
bidder/s from the bidding competition without any correspondence. Any appeal from bidder/s, for
whatsoever reasons,
shall not be entertained in such a case.
11. I certify and affirm that I have attached /provided all the requisite mandatory documents / information
including Bids Security with this Bid and that I fully understand that any document if not provided /
missing shall result in the disqualification and declaring my bid as ineligible and thus non-responsive.
Signatures: _____________________________
Name: _________________________________
Designation: ____________________________
Address: _______________________________
______________________________________
Bid Form 2
Letter of Intention
Bid Ref No.
Date of the Opening of Bids
Name of the Contract :{ Add name, e.g, Supply of Dugs and Medicines, etc.}
Dear Sir/Madam,
Having examined the bidding documents, including Addenda Nos. [Insert numbers & Date of
Individual Addendum] , the receipt of which is hereby acknowledged, we, the undersigned, offer to
supply and deliver the Goods under the above-named Contract in full conformity with the said
bidding documents and at the rates/unit prices described in the financial bid are not more than a trade
price.
We undertake, if our bid is accepted, to deliver the Goods in accordance with terms and condition of
contract agreement.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall
remain binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written
acceptance of the bid and your notification of award, shall constitute a binding Contract between
us. We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in Pakistan.
Note: Price must be filled as per given format and filled form is to be submitted in
separate sealed envelope along with C.D as financial bid which is mandatory.
Financial bids not submitted in given format along with C.D will not be considered
In case of Drugs/Medicines, the unit price of each item shall be quoted in Generic Names and submitted in the
following format:
S.No System Serial No of Generic Name Trade Name Trade price of Rate Offered
Generated Quoted item in with Strength Drug/Medicine quoted per unit in Pak
Number the CPC and Dosage Drug/Medicine Rupees (Rs)
Formulary Form of quoted (Unit Price)
2021-22 Drug/Medicine
Bid Form-5
INTEGRITY PACT (on Judicial Stamp Paper)
In response to advertisement related to the bidding process / competition regarding purchase and supply of drugs, for
2021-22 for the health facilities / institutions through Medicine
Coordination Cell (CPC), I, Mr. _________________________ s/o __________________________ bearing
CNIC No. ____________________, and having the Designation of ____________________________ in Messrs
(M/S) [Name of Supplier] do hereby solemnly affirm, declare and certify on behalf of M/S [ Name of Supplier ]
that:
1. [Name of Supplier ] has not obtained or induced the procurement of any contract, right, interest,
privilege or other obligation or benefit from Government of Sindh (GoSindh) or any administrative
subdivision or agency thereof or any other entity owned or controlled by GoSindh through any corrupt
business practice; and
2. That without limiting the generality of the foregoing, [ Name of Supplier ] represents
and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or
agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or
indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant,
director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s
fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or inducing
the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from
GoSindh, except that which has been expressly declared pursuant hereto; and
3. That [Name of Supplier ] has made and will make full disclosure of all agreements
and
arrangements with all persons in respect of or related to the transaction with GoSindh and has not taken any
action or will not take any action to circumvent the above declaration, representation or warranty; and
4. That [Name of Supplier] accepts full responsibility and strict liability for making
any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat
the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege
or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and
remedies available to GoSindh under any law, contract or other instrument, be voidable at the option of
GoSindh; and
5. That notwithstanding any rights and remedies exercised by GoSindh in this regard, [ Name of
Supplier] agrees to indemnify GoSindh for any loss or damage incurred by it on account of its corrupt
business practices and further pay compensation to GoSindh in an amount equivalent to ten time the sum of
any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the
purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation
or benefit in whatsoever form from GoSindh.
Signatures with stamp
Name: _________________
Designation: ____________
CNIC No. ______________
For Messrs. [Name of Supplier]
THIS RATE CONTRACT AGREEMENT is made and agreed today on _______ day of
[Month],
2020 between the Government of Sindh Health Department through Incharge
Government Medicine Coordination Cell (hereinafter referred to as the Procuring Agency or
the
first party, which expression shall, where the context admits, be deemed to include the assignee/s
of the provincial Government of Sindh); and Messrs. [Name of Supplier] through
Mr. ______________________________________________ Designation
_________________________________________________ CNIC
No.___________________,
(hereinafter referred to as the Supplier or the second party or he/his, which expression,
unless repugnant to the context, means and includes their legal heir/s,
successors-in-interest, assignee/s
and legal representative/s) that:
WHEREAS the Procuring Agency has made a bidding competition for selection
and rate
contracting for drugs/medicine, (hereinafter referred to as goods) for actual purchases of the
selected and rate contracted goods to be made by the offices / officers of the Health Department,
Government of Sindh(hereinafter called the Purchasing Agency or Purchasing Agencies where
the context so admits); and
WHEREAS the Supplier declares that he is a distributor or authorized
dealer or himself a Manufacturer or Importer of goods for which he has won the
bidding competition for supply of goods to the Procuring Agency throughout the province of
Sindh (hereinafter referred to as the Province) to the Purchasing Agencies; and
WHEREAS both the parties have agreed that the Purchasing Agencies in the Province shall
purchase all or some or none of the goods, as of details given in the Schedule-1 of this
Contract Agreement, from the Supplier at the sole discretion of the individual Purchasing
Agencies; and WHEREAS the Supplier shall supply all the goods ordered by the
Purchasing Agency to the latter in the quantity as mentioned in the supply order to be issued
by the Purchasing Agency within the timeframe as mentioned in clause 17 of this contract
agreement; Now, therefore, both the parties mutually agree to enter into this contract
agreement as under:
1. The Supplier agrees to take full responsibility of the validity and implications, that
may arise in future, of declaration submitted by him in the form of affidavit on judicial
stamp paper along with the financial bids; and also that in case of any kind of breach of the
said declaration, the Supplier shall be liable to be proceeded against by the Procuring
Agency in accordance with the clauses of this rate contract agreement as well as relevant
laws, rules and regulations of the Government of Sindh, as amended from time to time, to
govern the situation/s.
2. The Supplier shall supply the ordered goods to the Purchasing Agency exactly at the
address of the official premises situated within the district of the official jurisdiction of the
latter as given in the supply order issued to the former.
3. The Supplier shall be solely responsible for transportation, loading and / or
unloading and staking of the supplied items till and at the time of delivery to the destination
indicated by the Purchasing Agency including any damage or untoward incidence,
maintenance of required temperature and protection from light and other environmental
conditions as well as other hazards that may possibly or potentially affect the safety, quality
and efficacy of the supplied items.
4. The Supplier shall NOT claim or charge transportation, loading / unloading, labour
or any other charges related to or in the name of logistics, accidents, insurance, freight, etc.
5. All the goods supplied shall conform to the specifications approved by the Drug Regulatory
Authority of Pakistan (hereinafter referred to as the DRAP).
6. The Purchasing Agency shall arrange to obtain sample/s from each batch of the
supplied drugs / medicine through notified Drug Inspector/s concerned and send to the
concerned Drug Testing Laboratory for Test / Analysis as provided in the Drugs Act 1976;
and
a. the supplied drugs / medicines declared in contravention to any provision of the
Drugs Act, 1976 shall be re-supplied by the supplier within 07 days from the date of
intimation to the supplier, free of cost, to the Purchasing Agency at such place as the latter
may direct in accordance with clause-2 of this contract agreement. The Purchasing Agency
shall obtain sample from the re-supplied stock for the purpose of Test / Analysis to the
concerned Drugs Testing Laboratory as per Drugs Act
1976. and
b. in case of non-supply or delayed supply of replacement items as in clause 6 (a), the
Supplier shall be proceeded against under the Drugs Act 1976 as well as the penalties clause
No. 17 of this contract agreement; and
c. all the contravened stock of drug / medicine, as in clause 5(a) above, shall be the
case property under the Drugs Act, 1976, and in case its destruction is required to be
undertaken by the Purchasing Agency or any other Agency authorized or specified for the
purpose by the Purchasing Agency, all the costs involved in the execution of decision and
destruction shall be borne by the supplier; and
d. the test / analysis report initially declared a drug item to be in contravention with the
provision/s of Drugs Act 1976 and later on declared as of standard quality by the competent
Appellate Laboratory, the same item shall be returned to the supplier after seeking advice
from the Procuring Agency, if its replacement has already been made by the Supplier to the
Purchasing Agency.
7. Supplier shall supply the freshly manufactured goods having maximum possible
long expiry dates to the Purchasing Agency. All the goods supplied shall conform to
specifications mentioned in schedule I, and to supply freshly manufactured goods to the
Purchasing Agency with the minimum remaining shelf life of 70% in case of imported
goods and 90% in case of locally manufactured goods within Pakistan
8. In case of taking any action contravening to any provision/s of the Drugs Act 1976,
the Supplier shall render himself liable to such action/s as deemed appropriate and taken
against him by the Procuring Agency under this contract agreement and / or under the Drugs
Act, 1976.
9. The items supplied shall be placed by the Supplier on their official websites
indicating name of items, name of manufacturer / importer, Invoice No., Warranty & Date,
Registration No, Batch No., Quantity, Price, manufacturing date, Expiry date and shelf life
in percentage of the supplied goods and name of the Purchasing Agency on prescribed form
2A.
10. The Purchasing Agency shall recommend to the Procuring Agency for taking legal /
lawful action against the Supplier regarding non-supply, short supply, substituted supply,
delayed supply or any other unlawful action / shortcoming, on the part of Supplier,
pertaining to the Drugs Act 1976 and / or the execution of this contract agreement. The
Procuring Agency shall take lawful / legal action against the Supplier in accordance with the
clauses of this contract agreement as well as relevant laws, rules and regulations of the
Government of Sindh, as amended from time to time, to govern suchlike
situation/s, which may include, but not limited to, blacklisting, forfeiture of
earnest money and performance guarantee, etc.
11. The Supplier agrees to the following conditions related to packing, packaging and
labelling of the goods to be supplied to Purchasing Agencies under this contract agreement:
a. Each item shall be supplied to Purchasing Agency in the packing and packaging unit as
approved and registered by the DRAP. The supplier shall supply all the unit items bearing the
words "GOVT OF SINDH under CPC SUPPLY” and “NOT FOR SALE” in block letters
and clearly visible manner with indelible ink, along with the name of the Purchasing
Agency concerned on the label and outer packing of each individual unit item as well as its
outer carton/s.
b. The labels shall comply with all the requirements as laid down under the Drugs
Labeling and Packing Rules 1986. The strip / blister shall clearly indicate expiry date of the
same medicine in a clearly legible.
c. The goods shall be packed in strong wooden or board boxes with sufficient packing
material inside to avoid breakage / damage during transportation.
12. The Procuring Agency or its representative shall have the right to inspect the
manufacturing facility, premises, warehouse, godowns, laboratories etc. at any time during
the financial year 2021-22 and/or till the execution of supply orders given under this
contract agreement by Purchasing Agencies Sindh. If anything found in contravention of
cGMP, clauses of Drug Act 1976 and/or this Contract Agreement the Procuring Agency
shall have the sole liberty to take any lawful action as deem appropriate, against the supplier
which may include but not limited to cancellation of supply order/ orders given to the
suppliers by the Purchasing Agencies as well as imposition of penalties, forfeiture of
supplied stock, forfeiture of performance guarantee and /or earnest money as the case may
be, stoppage and/or recovery of payment made to the supplier.
13. RATE VALIDITY:
The Supplier agrees that the approved price of all individual items quoted in the financial bids shall
remain valid till and up to 30th June 2022.
14. PERFORMANCE GUARANTEE:
Upon receipt of supply order from the Purchasing Agency, the Supplier shall submit
Performance Guarantee to the former, amounting to five per cent (05%) of the total value of
the each individual supply order, which shall be returned to the Supplier upon request after
the successful finalization of the process of procurement by the Purchasing Agencies.
15. WARRANTY:
The supplier shall provide warranty on prescribed form (2A), in accordance with the Drugs Act,
1976. to the Purchasing Agency for each item supplied in response to supply orders.
16. PAYMENT SCHEDULE:
Bill for payment in triplicate along with all other relevant and required documents shall be
submitted by the Supplier to the Procuring Agency immediately after complete supply of
stock. The Supplier shall be bound to pay all sorts of government taxes, duties and stamp
duties, imposed earlier or during the financial year by the Government of Pakistan or by the
Provincial Government of Sindh on any supplied / purchased item.
17. FORCE MAJEURE:
a. In case of the situation related to Force Majeure, the Supplier may inform the
Procuring Agency and the Purchasing Agency in writing about the situation immediately
without delay along with solid proof through the fastest, lawful and available means of
communication, but not through the electronic mail, and request the Procuring Agency for
the grant of extension in the supply period.
b. The Procuring Agency, in case of being fully satisfied with the genuineness of
situation arising from Force Majeure for the Supplier, may extend the period of supply of
goods up to a maximum of not more than thirty days. However, the Procuring Agency and /
or Purchasing Agency shall, in no case, be responsible or held responsible for any
complications in making payments to Supplier by the Purchasing Agency that may arise
from the closure of financial year and lapse / surrender of public funds vis-à-vis the normal
financial management procedures in public sector.
18. PENALTIES:
a. The supply of the ordered goods under this agreement shall be completed by the
Supplier within thirty (30) days after the receipt of supply orders from the Purchasing
Agency, except in situation/s covered under clause 17 above. In case of delay in supplies
reaching to the Purchasing Agency, the following penalties shall be imposed by the
Purchasing Agency upon the Supplier:
i. Upon delay in supply 0.05% per day but not more than 10% of the total amount of
the supply order for total number of items ordered in the same supply order issued to the
Supplier, shall be levied through deducting the total amount of penalty from the total pre-tax
payable billed amount by the Purchasing Agency, irrespective of the number of items
supplied late.
iii. After the expiry of the extended periods, the order shall stand cancelled to the extent of
non-supplied items, and Procuring Agency shall have the right, duty and authority to
impose any or all of the below mentioned penalties; that is
1. Immediately debarring the Supplier from future participation and business for at
least next three (03) calendar years with the Government of Sindh through CPC or any other
health institution, project and / or Program directly or indirectly run or implemented by or
through the provincial Health Department or autonomous Medical Teaching
Institutions or district governments in Sindh; and / or
2. Forfeiting the performance guarantee of the Supplier related to this contract
agreement; and / or
3. Initiating the process for and recommending for blacklisting of the Supplier with
the Agencies as above; and
4. Proceeding for de-registration of item and / or the winning bidder by the DRAP as
well as further judicial proceedings, if the situation so warrants in the opinion of Procuring
Agency.
b. The Supplier agrees to the effect that notwithstanding the provisions in this contract
elsewhere and / or in the clause-1 of this contract agreement and in addition to the
provisions contained in and the implications arising thereof from any action taken under
clause-1, he shall be liable to be proceeded against under clause-17(a)(iii) also.
19. INDEMNITY:
a. Notwithstanding any rights, duties and / or remedial measures and / or managerial
actions taken and / or to be taken and / or any powers exercised and / or to be exercised by
the Procuring Agency and / or Purchasing Agency and / or Purchasing Officer/s with regard
to the execution of this contract agreement, the Supplier agrees to indemnify them for any
loss or damage incurred or inflicted upon by them in individual or official capacity upon the
Supplier whether through any of their actions and / or practices and / or otherwise.
b. The Supplier further agrees to pay compensation to the Government of Sindh of an
amount equivalent to ten times the sum of any commission, gratification, bribe or kickback
and
/ or finder’s fee given by the Supplier for the purpose of obtaining and / or inducing
the procurement of any contract, right, interest, privilege or other obligation/s or benefit in
whatsoever form, from the Procuring Agency or any of the Purchasing Agencies.
_______________________ _________________________
Signature Signature:
Name:
Additional Secretary PM&I Cell
Sindh Health Department
For and on behalf of Government of CNIC No.
Sindh, Stamp:
For and on behalf of Manufacturers /
Importer
Tender # 01
S.# Item Code Dosage Item Name Quantity
ANTIBACTERIAL/ANTIBIOTICS
Penicillins
1
MDP0016 Cap. Ampicillin + Cloxacillin 250 mg 500000
2
MDP0018 Cap. Ampicillin + Cloxacillin 500 mg 550000
3
MDP0023 Cap. Ampicillin 250 mg 1300000
4
MDP0026 Cap. Ampicillin 500 mg 2300000
5
MDP0006 Cap./Tab. Amoxicillin 250 mg 120000
6
MDP0010 Cap./Tab. Amoxicillin 500 mg 120000
7
MDP0090 Tab Clavulanic Acid + Amoxicillin 1 gr 500000
8
MDP0092 Tab Clavulanic Acid + Amoxicillin 375 mg 300000
9
MDP0094 Tab Clavulanic Acid + Amoxicillin 625 mg 1200000
10
MDP0013 Tab Amoxicillin Dispersible 250 mg 250000
11
MDP0014 Tab Amoxicillin Dispersible 500 mg 150000
12
MDP0093 Syp Clavulanic Acid + Amoxicillin 156.25 mg/5ml (90 ml) 50000
13
MDP0095 Syp Clavulanic Acid + Amoxicillin DS 312.5mg/5ml (90 ml) 144,260
14
MDP0005 Syp. Amoxicillin 125 mg/5ml (90 ml) 425,840
15
MDP0007 Syp. Amoxicillin 250 mg/5ml (90 ml) 385,440
17
MDP0017 Syp. Ampicillin + Cloxacillin 250 mg/5ml (90 ml) 201,000
20
MDP0088 Drops Clavulanic Acid + Amoxicillin 62.5mg/5ml (Infant Drops) 10000
21
MDP0004 Inj Amoxicillin 1 grm 12,500
23
MDP0012 Inj Amoxicillin 500 mg. 3,106,500
24
MDP0019 Inj Ampicillin + Cloxacillin 500 mg. 120,000
26
MDP0160 Inj Piperacillin + Tazobactum 2.25 gm (Lyophilized Powder) 150000
27
MDP0161 Inj Piperacillin + Tazobactum 4.5 gm (Lyophilized Powder) 250000
28
MDP0020 Inj. Ampicillin 1 g 31,200
29
MDP0025 Inj. Ampicillin 500 mg 2,274,500
30
MDP0032 Inj. Benzathine Pencillin 1.2 million iu 10,000
31
MDP0033 Inj. Benzyl Pencillin 10 Lac iu 238,120
32
MDP0034 Inj. Benzyl Pencillin 5 Lac iu 238,120
33
MDP0089 Inj. Clavulanic Acid + Amoxicillin 0.6gm. 166,600
34
MDP0091 Inj. Clavulanic Acid + Amoxicillin 1.2gm. 348,600
35
MDP0100 Inj. Cloxacillin 250 mg 38,744
Cephalosporins
36
MDP0037 Cap Cefaclor 500 mg 37,000
37
MDP0070 Cap Cephalexin 500mg 130,000
38
MDP0048 Cap/Tab Cefixime 200 mg 100,000
39
MDP0050 Cap/Tab Cefixime 400 mg 200,000
40
MGM0145 Cap Cephradine 250 mg 500,000
41
MGM0146 Cap Cephradine 500 mg 500,000
42
MDP0062 Tab Cefuroxime 250 mg. 92,000
43
MGM0142 Tab/ Cap Cefadroxil 500mg 5,000
44
MDP0069 Susp Cephalexin 250 mg/5ml (90ml) 25,500
45
MDP0071 Susp Cephradine 125 mg/5ml (90ml) 485,910
46
MDP0074 Susp Cephradine 250 mg/5ml (90ml) 425,918
47
MDP0043 Susp Cefaclor 125 mg Powder 93,000
48
MDP0044 Susp Cefaclor 250 mg Powder 93,000
49
MDP0047 Susp Cefixime 100 mg/5ml (30ml) 350,000
50
MDP0049 Susp Cefixime 200 mg/5ml (30ml) 93,000
51
MDP0067 Susp Cephalexin 125 mg/5ml (90ml) 35,000
52
MDP0079 Susp Ciprofloxacin 125 mg/5ml (60ml) 70000
53
MDP0082 Susp Ciprofloxacin 250 mg/5ml (60ml) 80000
54
MDP0040 Inj. Cefazolin 1 gm 36,000
55
MDP0042 Inj. Cefazoline 500 mg. 30,000
56
MDP0045 Inj. Cefepime 1g 60,960
57
MDP0046 Inj. Cefepime 500 mg 86,920
58
MDP0051 Inj. Cefoperazone Na 1000 mg + Sulbactam 1000 mg (2 gm) 107,900
59
MDP0052 Inj. Cefoperazone Sodium 500 mg + Sulbactam 500mg (1 gm) 107,900
60
MDP0053 Inj. Cefotaxime Sodium 1 gr. 731,300
61
MDP0054 Inj. Cefotaxime Sodium 250 mg. 109,860
62
MDP0055 Inj. Cefotaxime Sodium 500 mg. 196,980
63
MDP0056 Inj. Ceftazidime USP 1 gr 211,600
64
MDP0058 Inj. Ceftazidime USP 500mg 40,480
65
MDP0181 Inj Ceftriaxone Sodium 2 gm 100000
66
MDP0059 Inj. Ceftriaxone Sodium 1 gm. 548,200
67
MDP0060 Inj. Ceftriaxone Sodium 250 mg. 92,980
68
MDP0061 Inj. Ceftriaxone Sodium 500 mg. 135,100
69
MDP0124 Inj Cefuroxime 1.5g 18,000
70
MDP0066 Inj. Cefuroxime sodium 750 mg. 132,616
71
MDP0123 Inj. Inj-Cefotaxime 2gm 22,000
72
MDP0072 inj. Cephradine 1g 45,000
73
MDP0077 Inj. Cephradine 500 mg 120,000
Quinolones
74
MDP0081 Tab Ciprofloxacin 250 mg 250,000
75
MDP0083 Tab Ciprofloxacin 500 mg 1000000
76
MDP0128 Tab Levofloxacin 250 mg 500000
77
MDP0130 Tab Levofloxacin 500 mg 1000000
78
MDP0131 Tab Levofloxacin 750 mg 150000
79
MDP0147 Tab Moxifloxacin 400 mg 50,000
80
MDP0080 Inj Ciprofloxacin 200 mg/100ml 45,000
81
MDP0132 Inj Levofloxacin I.V Infusion 500mg/100ml 100,000
82
MDP0148 Inj Moxifloxacin 400 mg/ 250ml 20,000
83
MDP0150 Inj Ofloxacin 200 mg/100ml 20000
84
Tab Ofloxacin 200mg 10,000
Macrolides
85
MDP0029 Inj Azithromycin 500 mg 100000
86
MDP0087 Inj Clarithromycin 500mg 20000
87
MDP0028 Tab/ Cap Azithromycin 250mg 350000
88
MDP0030 Tab Azithromycin 500mg 500000
89
MDP0085 Tab Clarithromycin 250 mg 380,000
90
MDP0086 Tab Clarithromycin 500 mg 500,000
91
MDP0027 Susp Azithromycin 200 mg / 5 ml, 15ml 80000
92
MDP0084 Susp Clarithromycin 125 mg/5ml, 60 ml 31,200
Aminoglycosides
93
MDP0001 Inj Amikacin 100 mg/2ml 240,000
94
MDP0002 Inj Amikacin 250 mg/2ml 102,340
95
MDP0003 Inj Amikacin 500 mg/2ml 128,000
96
MDP0118 Inj Gentamycin 40 mg/ml 17,980
97
MDP0119 Inj Gentamycin 80 mg/ml 828,750
98
MDP0180 Inj. Tobramycin 80 mg/2ml 7,500
99
MDP0164 Inj. Streptomycin 1 gm 35,990
Tetracyclines
400,000
100 MDP0108 Cap./Tab. Doxycycline 100 mg
Carbapenems
101 MDP0120 Inj Imipenem 250 mg + Cilastatin 250 mg 200000
102 MDP0121 Inj Imipenem 500 mg + Cilastatin 500 mg 200000
103 MDP0141 Inj Meropenem 1 g 500000
104 MDP0142 Inj Meropenem 500 mg 250000
105 Inj Ertapenem 1G 500
Lincosamides
106 MDP0098 Cap/Tab Clindamycin 150 mg. 5000
107 MDP0099 Cap/Tab Clindamycin 300 mg. 20,000
108 MDP0096 Inj Clindamycin 300 mg / 2 ml 1,000
109 MDP0097 Inj Clindamycin 600 mg / 4 ml 2,000
110 MDP0133 Inj Lincomycin 300 mg/ml 60,500
111 MDP0136 Inj Lincomycin 600 mg/2ml 200000
112 MGM0176 Cream Clindamycin 2% Vaginal Cream 40gm 1,000
113 MGM0177 Pessary Clindamycin Vaginal Pessary 2,000
Glycopeptide
114 MDP0166 Inj Teicoplanin 200mg 1000
115 MDP0167 Inj Teicoplanin 400mg 1000
116 MDP0174 Inj Vancomycin 1gm (Lyophilized Powder) 400000
117 MDP0175 Inj Vancomycin 500mg (Lyophilized powder) 200000
Oxazolidinones
118 MDP0139 Inj Linezolid I.V Infusion 200mg/100ml 5,500
119 MDP0140 Inj Linezolid I.V Infusion 600mg/300ml 25000
120 MDP0138 Tab. Linezolid 600 mg 50000
121 MDP0137 Susp Linezolid 100 mg/5ml 60 ml 6,000
Phosphonic acid derivatives
121 MDP0114 Cap. Fosfomycin 500 mg. 50000
122 MDP0113 Inj. Fosfomycin 1 gm 6,240
123 MPD0135 Sach Fosfomycin 3 g 5,000
124 MDP0176 Susp Fosfomycin 250 mg/5ml 60ml. 65,560
ANTITUBERCULAR DRUGS
125 MGM0470 Syp Isoniazid 50 mg / 5 ml 60/120 ml 16,000
126 MGM0736 Syp Rifampicin 2% 60 ml 68,740
127 MGM0740 Syp Rifampicin and INH 100/50 mg 60 ml 68,740
128 MGM0704 Syp. Pyrazinamide 250 mg / 5 ml 60 ml 3,500
129 MGM0469 Tab Isoniazid 300 mg 500,000
130 MGM0739 Inj Rifampicin 600 mg 30,000
131 MGM0303 Tab Ethambutol 400 mg 17,000
131 MGM0705 Tab Pyrazinamide 500 mg 55,744
132 MGM0725 Tab RH (150+75) 80,000
133 MGM0726 Tab RH (300+150) 80,000
134 MGM0727 Tab RH (450+300) 80,000
135 MGM0728 Tab RHE (150+75+275) 80,000
136 MGM0729 Tab RHE (150+75+300) 80,000
137 MGM0730 Tab RHZ (150+75+400) 80,000
138 MGM0731 Tab RHZ (60+30+150) 80,000
139 MGM0732 Tab RHZE (120+60+300+225) 50,000
140 MGM0733 Tab RHZE (150+75+400+275) 50,000
141 MGM0737 Tab Rifampicin 300 mg 17,000
142 MGM0738 Tab Rifampicin 450 mg 120,000
143 MGM0468 Tab. Isoniazid 100 mg 1,000,000
144 Sac Rifampicin 75mg + INH 50mg 10,000
145 Sac Rifampicin 75mg + INH 50mg + Pyrazinamide 150mg 10,000
146 Tab Rifampicin 75mg + INH 50mg + Pyrazinamide 150mg 10,000
147 MGM0202 Tab Cycloserine 250 mg 10,000
148 MGM0304 Tab Ethionamide 250 mg 10,000
ANTIPROTOZOAL
148 MGM0561 Susp Metronidazole 200mg/5ml, 60ml 647,960
149 MGM0238 Tab. Diloxanide Furoate 250 mg + Metronidazole 200 mg 6,000
150 MGM0560 Inj Metronidazole 500mg/100 ml (Glass Container). 1,336,500
Diloxanide Furote 250 mg/10ml + Metronidazole 200
151 MGM0239 Susp. mg/10ml 7,000
152 MGM0558 Tab Metronidazole 200 mg 2,969,930
153 MGM0559 Tab Metronidazole 400 mg 4,242,928
154 MGM0848 Tab Tinidazole 500 mg 10,000
5,000
155 MGM0240 Tab. Diloxanide Furote 500 mg + Metronidazole 400 mg DS
Anti Malarial
156 MGM0062 Susp Artemether 15mg/5ml + Lumefantrine 90 mg/ 5 ml 100000
157 MGM0063 Susp Artemether 30mg/5ml + Lumefantrine 180 mg/5 ml 100000
158 MGM0157 Susp. Chloroquine Phosphate 50mg/5ml 60ml 132,000
159 MDP0165 Tab Sulphadoxine 500 mg + Pyrimethamine 25 mg. 90,000
160 MGM0066 Inj Artesunate 120 mg 50000
161 MGM0708 Inj Quinine 300 mg 21,000
162 MGM0064 Tab Artemether 40mg + Lumefantrine 240 mg. 550000
163 MGM0065 Tab Artemether 80mg + Lumefantrine 480 mg. 550000
164 MGM0155 Tab. Chloroquine Phosphate 250 mg. 20000
165 MGM0407 Tab. Hydroxy Chloroquinine Sulphate 200 mg 20000
166 MGM0683 Tab. Primaquine 7.5 mg 2,000
167 MGM0156 Tab Chloroquine Phosphate 400 mg 500,000
ANTIHELMENTIC
168 MGM0030 Susp Albendazole 100 mg/5ml, 10 ml 85000
169 MGM0530 Susp Mebendazole 100 mg / 5 ml 30ml 25000
170 MGM0031 Tab Albendazole 200mg 51,200
171 MGM0032 Tab. Albendazole 400mg 50000
172 MGM0529 Tab Mebendazole 100 mg 33,000
173 Tab Mebendazole 500 mg 30,000
174 Tab Ivermectin 6mg 200,000
Miscellaneous Antibiotics
175 MDP0101 Inj Colistemethate Sodium 1 Million Unit (Lyophilized) 150,000
176 MDP0178 Tab Fusidic Acid 250 mg 4,000
Sulfonamides
177 MDP0103 Syp. Co-trimoxazole 40 + 200mg /5ml (30 ml) 645,000
178 MDP0105 Syp. Co-trimoxazole DS 80 + 400mg / 5ml (50 ml) 385,000
179 MDP0102 Tab. Co-trimoxazole 80 + 400mg 1,000,000
180 MDP0104 Tab. Co-trimoxazole DS 160 + 800mg 714,000
ANTIFUNGAL
181 MGM0336 Cap Fluconazole 150 mg 100,000
182 MGM0060 Inj Amphotericin B 50 mg (Lyophilized) 2,496
183 MGM0335 Inj Fluconazole 100MG/ 50 ml 11,000
184 MGM0099 Cream Betamethasone dipropionate 0.05% + Clotrimazole 1% 50,000
185 MGM0193 Cream Clotrimazole Vaginal Cream 2 % 20,000
186 MGM0465 Cream Isoconazole 1% + Difluocortolone 0.1% 10 g 31,000
187 MGM0466 Cream Isoconazole Vaginal 1% 40gm 17,000
188 MGM0612 Pessary Clotrimazole 500mg Vaginal Tablet 12,500
189 MGM0562 Gel Miconazole 20 gm 5,000
190 MGM0477 Cap Itraconazole 100 mg 200,000
191 MGM0611 Drops. Nystatin Oral Drops 1Lac units 130,000
192 MGM0833 Tab Terbinafine 125mg 50,000
193 MGM0834 Tab Terbinafine 250mg 100,000
194 Tab Voriconazole 200mg 10,000
Tender # 01
409
MGM0391 Supp. Glycerine Suppository (Peads) 10,000
410
MGM0493 Drop Sodium Picosulfate 7.5mg/ml (15ml) 100,000
Mucosal Protective Agent
Antihyperlipidaemic
587
MGM0076 Tab Atrovastatin 10 mg 614,300
588
MGM0374 Tab Gemfibrozil 600 mg 100,000
589
MGM0782 Tab Simvastatin 10 mg 164,000
590
MGM0783 Tab Simvastatin 20 mg 166,100
591
MGM0077 Tab Atrovastatin 20 mg 600,000
592
MGM0319 Tab Fenofibrate 200 mg 300,000
593
MGM0320 Tab Fenofibrate 67 mg 100,000
594
MGM0754 Tab Rosuvastatin 10mg 200,000
595
MGM0755 Tab Rosuvastatin 20mg 200,000
596
MGM0756 Tab Rosuvastatin 5mg 100,000
Antiarrythmic
597
MGM0047 Inj Amiodarone 150 mg 110,000
598
MGM0048 Tab Amiodarone 200 mg. 400,000
599
MGM0049 Tab. Amiodarone 400 mg. 50,000
600
MGM0027 Inj Adenosine 3mg/ml 3,000
601
Tab Sacubitril 49mg + Valsartan 51mg 10,000
602
Tab Sacubitril 97mg + Valsartan 103mg 10,000
AniCoagulant & Antiplatelet Agent
Platelet Inhibitor
603
MGM0294 Inj Eptifibatide 20 mg 1,000
604
MGM0247 Inj. Dipyridamole 5 mg / ml 100,000
605
MGM0850 Inj. Tirofiban Hydrochloride (12.5 mg / 50 ml) 14,600
606
MGM0016 Tab. Acetylsalicylic Acid 150 mg (Enteric Coated) 400,000
607
MGM0018 Tab. Acetylsalicylic Acid 75 mg (Enteric Coated) 900,000
607
MGM0187 Tab. Clopidogrel 75 mg 800,000
608
MGM0188 Tab. Clopidogrel 75 mg + Acetylsalicylic Acid 75 mg 300,000
Anticoagulant
609
MGM0283 Inj Enoxaparine 40 mg/ 0.4ml 23,500
610
MGM0284 Inj Enoxaparine 60 mg/0.6ml 300,000
611
MGM0285 Inj Enoxaparine 80 mg/0.8ml 21,000
612
MGM0357 Inj Fondaparinux Sodium 2.5mg/0.5ml 26,270
613
MGM0404 Inj Heparin 25000IU/5ml 100,000
614
MGM0845 Tab Ticagrelor 60 mg 2,000
615
MGM0748 Tab. Rivaroxaban 10 mg 5,000
616
Tab. Rivaroxaban 15 mg 5,000
617
MGM0903 Tab. Warfarin 1 mg 10,000
618
MGM0904 Tab. Warfarin 2.5 mg 2,000
619
MGM0905 Tab. Warfarin 5 mg 15,000
Thrombolytic
Dispensing Items
826.
MGM0907 Jelly White Soft Paraffin (Petroleum Jelly) 80 Kg
827.
MGM0672 Powder Potassium Permanganate Crystals 30
828.
MGM0768 Powder Salicyclic Acid 200
829.
MGM0798 Powder Sodium Thio Sulphate 100
830.
MGM0638 Liqd. Paraffin 4.5 Ltrs. Packing 5,312
IMMUNOSUPPRESSANT
Cytokinin Inhibitor
831.
MGM0206 Inj Cyclosporin 250 mg 6,000
832.
MGM0204 Cap Cyclosporin 100 mg. 100,000
833.
MGM0205 Cap Cyclosporin 25 mg. 6,000
834.
MGM0207 Cap Cyclosporin 50 mg. 3,000
835.
MGM0309 Cap Everolimus 0.25 mg 200
836.
MGM0310 Cap Everolimus 0.75 mg 200
837.
MGM0311 Cap Everolimus 10 mg 1,060
838.
MGM0312 Cap Everolimus 10 mg 1,060
839.
MGM0824 Cap Tacrolimus 0.5 mg 5,000
840.
MGM0825 Cap Tacrolimus 1 mg 5,000
841.
MDP0122 Inj Inflixmab 100 mg 200
842.
MGM0313 Cap Everolimus 5 mg 100
Antimetabolite
843.
MGM0929 Tab Methotrexate 2.5 mg 50,000
844.
MGM0001 Tab 6 Mercaptopurine 50 mg 5,000
845.
MGM0079 Tab Azaphioprine 50 mg 5,000
846.
MGM0499 Tab Leflunomide 10 mg 5,000
847.
MGM0500 Tab Leflunomide 20 mg 5,000
848.
MGM0581 Tab Mycophenolate Sodium Coated Tablet 180mg 3,000
849.
MGM0582 Tab Mycophenolate Sodium Coated Tablet 360mg 3,000
850.
MGM0583 Tab Mycophenolatemofetin 500 mg 50
General & Misc.
851.
MGM0110 Drops Brimonidine Tostate + Trimolol Maleate (0.2% + 0.5%) ml 10,000
852.
MGM0138 Drops Carboxy methyl cellulose sodium 0.5% (15 ml) 1,000
853.
MGM0166 Tab Cinnarizine 25mg 2,000
854.
MGM0167 Tab Cinnarizine 75mg 2,000
855.
MGM0252 Tab Dolutegravir 50mg 500
856.
MGM0281 Tab Enoxacin 400mg 5,000
857.
MGM0339 Tab Flucytosine 250mg 20,000
858.
MGM0343 Drops Fluocinolone 0.025 % + Cliquinol 3% 15 gm 50,000
859.
MGM0416 Tab Hyosyamine sulphate 250mg 5,000
860.
MGM0426 Inh. Indacaterol Inhalation Powder 150/300 mcg 500
861.
MGM0427 Tab Indapamide 1.5+Amlodipine 10mg 500
862.
MGM0428 Tab Indapamide 1.5+Amlodipine 5mg 500
863.
MGM0433 Inj Cardioplegia 200mg/10ml 1,000
864.
MGM0518 Tab Lithium 400 mg 2,000
865.
MGM0523 Tab Lornoxicam 8 mg 5,000
866.
MGM0603 Tab Nitro Furantoin 100 mg. 500
867.
MGM0822 Tab Bromelain 50mg + Crystal trypsin 1mg 10,000
868.
MGM0823 Tab Duxylamine succinate 10mg + Pyridoxine 10mg 5,000
869.
MGM0851 Inj Tirofiban(aggrustut) 0.25mg/ml 2,000
870.
MGM0267 Inj Dulaglutide 1.5mg / 0.5 ml 10,000
871.
MGM0714 Inj Ramucirumab 100mg/10ml 500
872.
MGM0837 Inj Teripratide 2.4ml 10,000
873.
MGM0878 Cap Ursodeoxycholic acid 250mg 5,000
874.
MGM0879 Cap Ursodeoxycholic acid 500mg 5,000
875.
MGM0877 Syp Ursodeoxycholic acid 250mg/5ml 3,000
876.
MGM0160 Tab Chymotrypsin 6mg 15,000
877.
MGM0161 Tab Chymotrypsin + Trypsin Forte 15,000
878.
MGM0776 Tab Sevelamer Carbonate 800 mg 500
879.
MGM0790 Tab Sodabicarb 20,000
880.
MGM0480 Powder K-Oxylate Powder 250,000
881.
MGM0162 Tab Cilastazole 100 mg 3,000
882.
MGM0163 Tab Cilastazole 50 mg 3,000
883. MGM0947 Tab Deferaxirox 180mg (Film coated Tablets) 5,000
884. MGM0948 Tab Deferaxirox 360mg (Film coated Tablets) 5,000
885. MGM0946 Tab Deferaxirox 90mg (Film coated Tablets) 10,000
886. Syp L- Ornitine L-Aspartate (120ml) 5,000
887. 5,000
Cap Isotretinoin 20mg
888. Crossed Link Hyaluronic Acid 28mg + Pilocarpine HCl 6mg Prefilled
3,000
Inj Syringes
Misc.Parenteral
889. MGM0813 Inj. Sterile (Distil) Water for injection 10ml 5,000,000
890. MGM0814 Inj. Sterile (Distil) Water for injection 5ml 5,000,000
Tender # 01
S.# Item Code Dosage Item Name Quantity
Plasma Expanders
891. MBV0004 Inj Albumin, Human 20 % / 100 ml 10,350
892. MBV0005 Inj Albumin, Human 20 % / 50 ml 6,100
893. MBV0006 Inj Albumin, Human 25% / 100 ml 5,000
Tender # 01
Item
S.# Dosage Item Name Quantity
Code
Hepatitis Drug
50000
919 HCV0006 Cap Entecavir 0.5mg
50000
920 HCV0001 Cap Sofosbuvir 400mg
Sofosbuvir 400mg and Daclatasvir 60mg 900000
921 HCV0004 Cap
Pegylated Interferon 2a 180mcg with Cap: Ribavirin 400 mg 52,000
922 HCV0007 Inj (07 Cap with each Inj.)
52,000
Pegylated Interferon 2b 180mcg with Cap: Ribavirin 400 mg
923 HCV0008 Inj (07 Cap with each Inj.)
924
100000
HCV0009 Tab Tenofovir df 300mg
925
500,000
MGM0208 Tab. Daclatsavir 60mg
926
3,744
MGM0734 Tab/Cap Ribavirin 400 mg
Tender # 01
Item
S.# Code Dosage Item Name Quantity
ANTICANCER
927 MBV0016 Inj Asparaginase 10,000 IU 1,000
928 MBV0024 Inj Filgrastim 300 mcg 3,000
929 MBV0032 Inj Interleukin 11 1.5 mg 500
930 Interleukin 11 3 mg 200
931 MBV0033 Tab Lapantinib 250 mg 400
932 MGM0130 Tab Capcitabine 500mg 10,000
933 MDP0035 Inj Bleomycin 15 mg 10,000
934 MDP0116 Inj Gemcitabine 1 gr. Lypholized 500
935 MDP0117 Inj Gemcitabine 200 mg Lypholized 1,000
936 MDP0106 Inj. Cyclophasphomide 1 gr 2,000
937 MDP0107 Inj. Cyclophosphomide 500 mg 1,000
938 MGM0415 Cap Hydroxyurea 500 mg 4,000
939 MGM0830 Cap Tegafur 100 mg +Uracil 224 mg 40,000
940 MGM0092 Inj Bendamustine 100 mg 500
941 MGM0102 Inj Bevacizumab 400 mg 300
942 MGM0123 Inj Calcium Folinate 100 mg. 2,000
943 MGM0124 Inj Calcium Folinate 50 mg. 3,000
944 MGM0136 Inj Carboplatinum 150 mg / 15 ml 500
945 MGM0137 Inj Carboplatinum 450 mg / 45 ml 1,000
946 MGM0173 Inj Cisplatinum 50mg 1,500
947 MGM0215 Inj Denusumab 60 mg 200
948 MGM0249 Inj Docetaxel 120 mg 300
949 MGM0251 Inj Docetaxel 80 mg 700
950 MGM0255 Inj Donorubacin 20 mg 1,000
951 MGM0262 Inj Doxorubicin 10 mg / 5 ml 700
952 MGM0263 Inj Doxorubicin 50 mg / 25 ml 2,000
953 MGM0291 Inj Epirubcin 50 mg 500
954 MGM0292 Inj Epirubicin 10 mg 1,000
955 MGM0297 Inj Erlotinib 150 mg 250
956 MGM0306 Inj Etoposside 100 mg 500
957 MGM0340 Inj Fludarabine Phosphate 50 mg 25
958 MGM0457 Inj Irinotecan 100 mg 500
959 MGM0458 Inj Irinotecan 40 mg 500
960 MGM0628 Inj Oxaliplatin 150 mg 1,000
961 MGM0629 Inj Oxaliplatin 50 mg 1,000
962 MGM0644 Inj Pemetrexed Lypholized 100 mg / 10ml 1,000
963 MGM0716 Inj Ranibizumab 10 mg / ml 2,800
964 MGM0746 Inj Rituximab 100 mg /10 ml 500
965 MGM0747 Inj Rituximab 500 mg /50 ml 200
966 MGM0859 Inj Topotecan HCL 4mg 100
967 MGM0875 Inj Triptorelin Acetate 3.75 mg 100
968 MGM0891 Inj Vinblastin 10 mg 100
969 MGM0919 Inj Zolidronic Acid 4 mg 5,000
970 MGM0209 Inj. Decarbazine 200 mg 300
971 MGM0250 Inj. Docetaxel 20 mg 100
972 MGM0314 Inj. Exemestane 25 mg 2,000
973 MGM0373 Inj. Gefitinib 250 mg 500
974 MGM0396 Inj. Granisteron 3 mg / 3 ml 2,000
975 MGM0424 Inj. Ifosfamide 1 gm 300
976 MGM0548 Inj. Methotrexate 1 gr 200
977 MGM0550 Inj. Methotrexate 50 mg 200
978 MGM0634 Inj. Paclitaxel 30 mg 1,200
979 MGM0636 Inj. Pamidronate Disodium 90 mg 200
980 MGM0645 Inj. Pemetrexed Lypholized 500 mg / 50ml 100
981 MGM0807 Inj. Sorafenib 200 mg 2,000
982 MGM0865 Inj. Trastuzumab 440 mg 125
983 MGM0866 Inj. Trastuzumab 600 mg 125
984 MGM0892 Inj. Vincristine 2 mg 500
985 MGM0893 Inj. Vinorelbine 50 mg 100
986 MGM0061 Tab Anastrozole 1 mg 300
987 MGM0103 Tab Bicalutamide 50 mg 300
988 MGM0277 Tab Eltrombopag Olamine 25 mg 200
989 MGM0278 Tab Eltrombopag Olamine 50 mg 200
990 MGM0315 Tab Exemestane 25 mg 1,000
991 MGM0501 Tab Letrozole 2.5 mg. 8,000
992 MGM0549 Tab Methotrexate 2.5 mg 10,000
993 MGM0641 Tab Pazopanib Hcl 200 mg 1,000
994 MGM0642 Tab Pazopanib Hcl 400 mg 1,000
995 Tab Palbociclib 75mg 2000
996 Tab Palbociclib 100mg 1000
997 Tab Palbociclib 125mgf 1000
998 MGM0758 Tab Ruxolitinib 15 mg 1,000
999 MGM0759 Tab Ruxolitinib 20 mg 2,000
1000 MGM0760 Tab Ruxolitinib 5 mg 1,000
1001 MGM0828 Tab Tamoxifen 10 mg 20,000
1002 MGM0831 Tab Temozolamide 100 mg 100
1003 MIV0002 Inj 5- flurouracil 250 mg 15,000
1004 Cap Lenvatinib 4 mg 20000
1005 Cap Lenvatinib 10 mg 20000
1006 MIV0003 Inj 5- flurouracil 500 mg 5,000
1007 MGM0939 Inj Bortezomib 3.5 mg 100
1008 MGM0941 Inj Paclitaxel 100 mg/ml 500
1009 MGM0942 Inj Paclitaxel 300 mg/ml 500
1010 Tab Imatinib 100mg 1000
1011 Tab Imatinib 400mg 1000
1012 Inj Nab Paclitaxel 100mg/ml 1000
1013 Tab Lenalidomide 25mg 1000
1014 Tab Lenalidomide 10mg 1000
1015 Tab Abiraterone Acetate 250mg 1000
1016 Tab Crizotinib 250mg 1000
1017 Tab Dasatinib 50mg 1000
1018 Tab Dasatinib 100mg 1000
1019 Inj Irontiticon 400mg 1000
1020 Inj Fludarabine 50mg 1000
1021 Inj Denosumab 120mg 1000
1022 IMP Leuprolide acetate implant
1023 Inj Ramucirumab 100mg
1023 Inj Leucovorin
1024 Inj Pemetrexed 500 mg/ml
1025 Tab Erlotinib HCl 100 mg
1026 Inj Goserelin acetate 3.6 mg
Tender # 01
Item
S.# Dosage Item Name Quantity
Code
ANTIVIRAL (HIV)
1027
MGM0370 Cap Gancyclovir 250 mg 400
1028
MGM0371 Cap Gancyclovir 500 mg 400
1029
MGM0627 Cap Oseltamivir 75 mg 6,864
1030
MGM0021 Inj Acyclovir 250mg (Lyophilized Powder) 56,700
1031
MGM0022 Inj Acyclovir 500mg (Lyophilized Powder) 50,000
1032
MGM0372 Inj Gancyclovir 500 mg 200
1033
MGM0020 Susp. Acyclovir 200 mg 5ml 7,000
1034
MGM0914 Syp Zidovudine 50 mg (Oral) 3,120
1035
MGM0024 Tab Acyolovir 200 mg. 35,200
1036
MGM0025 Tab Acyolovir 400 mg. 18,720
1037
MGM0273 Tab Efavirenz 200 mg 6,864
1038
MGM0274 Tab Efavirenz 600 mg 500
1039
MGM0286 Tab Entecavir 0.5 mg 100,000
1040
MGM0316 Tab Famciclovir 250 mg 5,000
1041
MGM0495 Tab Lamivudine 100 mg. 6,240
1042
MGM0812 Tab Stavudine 30 mg 5,000
1043
MGM0832 Tab Tenofovir 300 mg 100,000
1043
MGM0880 Tab Valganciclovir 450 mg 7,488
1044
MGM0913 Tab. Zidovudine 100 mg 3,120
1045
MBV0002 Tab Adefovir Dipivoxil 10 mg 5,000
1046
MBV0018 Tab Didanosine 200 mg 7,488
1047 MBV0035 Tab Lopinavir 200 mg + Ritonavir 50 mg 7,488
1048
MBV0034 Tab. Lopinavir 200 mg 7,488