You are on page 1of 109

Government of Sindh

Health Department
Central Procurement Committee (CPC)

Standard Bidding Documents


For National Competitive Bidding
Pakistan

For
SELECTION & RATE CONTRACTING OF
DRUGS/MEDICINES,

FOR THE YEAR 2021-22

PART ONE (UNCHANGEABLE)

Instructions to Bidders (ITB)


General Conditions of Contract (GCC)
Special Conditions of Contract (SCC)
Preface
These Bidding Documents have been prepared for use by procuring agencies and their
implementing agencies in the procurement of goods through National Competitive Bidding
(NCBs) as well International Competitive Bidding (ICBs) vides SPP Rules 2010
amended in 2021.
In order to simplify the preparation of bidding documents for each procurement, the Bidding
Documents are grouped in two parts based on provisions which would remain the same for
every procurement and that which are specific for each procurement. Provisions which are
intended to be used unchanged are in Part one, which includes Section I, Instructions to
Bidders [ITB], and Section II, General Conditions of Contract [GCC]. Data and provisions
specific to each procurement and contract are included in Part two which is further
organized into six sections. Sections I, II, III, IV ,and V, respectively contain Invitation for
Bids; Bid Data Sheet; Special Conditions of Contract [SCC]; Schedule of Requirements;
Technical Specifications; and the forms to be used, while Section VI is about Sample
Forms.

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

PART ONE - SECTION I. INSTRUCTIONS TO BIDDERS

Notes on the Instruction to Bidders

Table of Clauses

Instructions to Bidders

PART ONE – SECTION II. GENERAL CONDITIONS OF


CONTRACT

Notes on the General Conditions of Contracts

Table of Clauses

General Conditions Of Contracts

Standard Bidding Documents


Table of Contents Part Two
Part One - Section I.

Instructions to Bidders

Special Instruction (Non Adherence will lead to disqualify)


Please submit technical and financial proposal as follows
Technical Proposal
Please submit technical proposal online as well as in hard copy as per following
a. 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.
b. Separate Envelope containing technical proposals of the quoted products along with product
information required.
Financial Proposal
Note:
Bidders must submit financial proposal in separate envelope of the quoted product’s duly Marked.
Notes on the 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.

These Instructions to Bidders will not be part of the contract.


Table of Clauses

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

1. Source of Funds 1.1 The Procuring agency has received/applied for


loan/grant/federal/provincial government funds from the
source(s) indicated in the bidding data in various currencies
towards the cost of the project /schemes specified in the bidding
data and it is intended that part of the proceeds of this
loan/grant/funds/ will be applied to eligible payments under the
contract for which these bidding documents are issued.
1.2 The funds referred to above in addition shall be “Public Fund”
which means (i) Provincial Consolidated Fund; (ii) foreign
assistance; (iii) all moneys standing in the Public Account; and
(iv) Funds of enterprises wholly or partly owned or managed or
controlled by Government.
1.3 Payment by the Fund will be made only at the request of the
Procuring agency and upon approval by the Government of
Sindh., and in case of a project will be subject in all respect to the
terms and conditions of the agreement. The Project Agreement
prohibits a withdrawal from the allocated fund account for the
purpose of any payment to persons or entities, or for any import
of goods, if such payment or import, to the knowledge of the
Federal Government/ Sindh Government, is prohibited by a
decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations. No party other
than the Procuring agency shall derive any rights from the
Project Agreement or have any claim to the allocated fund
proceeds.
2. Eligible Bidders 2.1 This Invitation for Bids is open to all suppliers from eligible
source as defined in rule 29 of SPP Rules, 2010 amended
up-to-date and its Bidding Documents except as provided
hereinafter.
2.2 Bidders should not be associated, or have been associated in
the past, directly or indirectly, with a firm or any of its affiliates
which have been engaged by the Procuring agency to provide
consulting services for the preparation of the design,
specifications, and other documents to be used for the
procurement of the goods to be purchased under this Invitation
for Bids.
2.3 Government-owned enterprises in the Province of Sindh may
participate only if they are legally and financially autonomous, if
they operate under commercial law, and if they are not a
dependent agency of the Government of Sindh.
2.4 Bidders shall not be eligible to bid if they are under a declaration
of ineligibility for corrupt and fraudulent practices issued by any
government organization in accordance with the rule 35 of SPP
Rules 2010 amended uptodate
3. Eligible Goods 3.1 All goods and related services to be supplied under the
and Services contract shall have their origin in eligible source countries of
the world with whom the Islamic Republic of Pakistan has
commercial relations and its Bidding Documents and all
expenditures made under the contract will be limited to such
goods and services.
3.2 For purposes of this clause, “origin” means the place where
the goods are mined, grown, or produced, or the place from
which the related services are supplied. Goods are
produced when, through manufacturing, processing, or
substantial and major assembly 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 is distinct from the
nationality of the Bidder.
4. Cost of 4.1 The Bidder shall bear all costs associated with the
Bidding preparation and submission of its bid, and the Procuring
agency named in the Bid Data Sheet, hereinafter referred to
as “the Procuring agency,” will in no case be responsible or
liable for those costs, regardless of the conduct or outcome
of the bidding process.
B. The Bidding Documents
5. Content of 5.1 The bidding documents include:
Bidding a) Instructions to Bidders (ITB)
Documents b) Bid Data Sheet
c) General Conditions of Contract (GCC)
d) Special Conditions of Contract (SCC)
e) Schedule of Requirements
f) Technical Specifications
g) Bid Form and Price Schedules
h) Bid Security Form
i) Contract Form
j) Performance Security Form
k) Manufacturer’s Authorization Form

5.2 The Bidder is expected to examine all instructions, forms,


terms, and specifications in the bidding documents. Failure
to furnish all information required by the bidding documents
or to submit a bid not substantially responsive to the bidding
documents in every respect will be at the Bidder’s risk and
may result in the rejection of its bid.
6. Clarification of 6.1 An interested Bidder requiring any clarification of the bidding
Bidding Documents documents may notify the Procuring agency in writing. The
Bidding Procuring agency will respond in writing to any request
for Documents clarification of the bidding documents which it
receives no later than three working days prior to the deadline for
the submission of bids prescribed in the Bid Data Sheet. Written
copies of the Procuring agency’s response (including an
explanation of the query but without identifying the source of
inquiry) will be sent to all interested bidders that have received
the bidding documents.
7. Amendment of 7.1 At any time prior to the deadline for submission of bids, the
Bidding Procuring agency, for any reason, whether at its own
Documents initiative or in response to a clarification requested by an
interested Bidder, may modify the bidding documents by
amendment.
7.2 All interested bidders that have received the bidding
documents will be notified of the amendment in writing, and
will be binding on them.
7.3 In order to allow interested bidders reasonable time in which
to take the amendment into account in preparing their bids,
the Procuring agency, at its discretion, may extend the
deadline for the submission of bids.
C. Preparation of Bids
8. Language of 8.1 All communications and documentation related to
Bid procurements of Government shall be in English:
The bid prepared by the Bidder, as well as all
correspondence and documents relating to the bid
exchanged by the Bidder and the Procuring agency shall be
written in the language specified in rule 6 (1) of SPPRA rules
2010amended uptodate. Supporting documents and printed
literature furnished by the Bidder may be in another
language provided they are accompanied by an accurate
translation of the relevant passages in the language
specified above, in which case, for purposes of interpretation
of the Bid, the translation shall govern.
9. Documents 9.1 The bid prepared by the Bidder shall comprise the following
Comprising components:
the Bid a) a Bid Form and a Price Schedule completed in
accordance with ITB Clauses 10, 11, and 12
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 ancillary 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.
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, a brief description of the
goods, and their country of origin, quantity, and prices.
11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule
the unit prices (where applicable) and total bid price of the
goods it proposes to supply under the contract.
11.2 Prices indicated on the Price Schedule shall be delivered
duty paid (DDP) prices. The price of other (incidental)
services, if any, listed in the Bid Data Sheet will be entered
separately.
11.3 The Bidder’s separation of price components in accordance
with ITB Clause 11.2 above will be solely for the purpose of
facilitating the comparison of bids by the Procuring agency
and will not in any way limit the Procuring agency’s right to
contract on any of the terms offered.

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:

a) that, in the case of a Bidder offering to supply goods under


the contract which the Bidder did not manufacture or otherwise
produce, the Bidder has been duly authorized by the goods’
Manufacturer or producer to supply the goods in the Procuring
agency’s country;

b) that the Bidder has the financial, technical, and production


capability necessary to perform the contract;

c) that, in the case of a Bidder not doing business within the


Procuring agency’s country, the Bidder is or will be (if awarded
the contract) represented by an Agent in that country equipped,
and able to carry out the Supplier’s maintenance, repair, and
spare parts-stocking obligations prescribed in the Conditions of
Contract and/or Technical Specifications; and

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

14.2 The documentary evidence of the eligibility of the goods and


services shall consist of a statement in the Price Schedule of
the country of origin of the goods and services offered which
shall be confirmed by a certificate of origin issued at the time
of shipment

.
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;

b) a list giving full particulars, including available sources and


current prices of spare parts, special tools, etc., necessary for
the proper and continuing functioning of the goods for a period
to be specified in the Bid Data Sheet, following commencement
of the use of the goods by the Procuring agency; and

c) an item-by-item commentary on the Procuring agency’s


Technical Specifications demonstrating substantial
responsiveness of the goods and services to those
specifications, or a statement of deviations and exceptions to
the provisions of the Technical Specifications.

14.4 For purposes of the commentary to be furnished pursuant to


ITB Clause 14.3(c) above, the Bidder shall note that standards
for workmanship, material, and equipment, as well as
references to brand names or catalogue numbers designated
by the Procuring agency in its Technical Specifications, are
intended to be descriptive only and not restrictive. The Bidder
may substitute alternative standards, brand names, and/or
catalogue numbers in its bid, provided that it demonstrates to
the Procuring agency’s satisfaction that the substitutions
ensure substantial equivalence to those designated in the
Technical Specifications.
15. Bid Security 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its
bid, a bid security in the amount specified in the Bid Data Sheet.
15.2 The bid security is required to protect the Procuring agency
against the risk of Bidder’s conduct which would warrant the
security’s forfeiture, pursuant to ITB Clause 15.7.
15.3 The bid security shall be in Pak. Rupees and shall be in one of
the following forms:
a) a bank guarantee or an irrevocable letter of credit issued by a
reputable bank located in the Procuring agency’s country, in the
form provided in the bidding documents or another form
acceptable to the Procuring agency and valid for thirty (30)
days beyond the validity of the bid; or

b) irrevocable en-cashable on-demand Bank call-deposit / pay


order.

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.

24.5 If a bid is not substantially responsive, it will be rejected by


the Procuring agency and may not subsequently be made
responsive by the Bidder by correction of the nonconformity.
25. Evaluation and 25.1 The Procuring agency will evaluate and compare the bids
Comparison of Bids which have been determined to be substantially responsive,
pursuant to ITB Clause 24.
25.2 The Procuring agency’s evaluation of a bid will be on
delivered duty paid (DDP) price inclusive of prevailing duties
and will exclude any allowance for price adjustment during
the period of execution of the contract, if provided in the bid.
25.3 The Procuring agency’s evaluation of a bid will take into
account, in addition to the bid price quoted in accordance with
ITB Clause 11.2, one or more of the following factors as
specified in the Bid Data Sheet, and quantified in ITB Clause
25.4:
a. incidental costs
b. delivery schedule offered in the bid;
c. deviations in payment schedule from that specified in
the
d. Special Conditions of Contract;
e. Other specific criteria indicated in the Bid Data Sheet
and/or
f. In the Technical Specifications.

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.

c. Deviation in payment schedule:


i. Bidders shall state their bid price for the payment
schedule outlined in the SCC. Bids will be evaluated
on the basis of this base price. Bidders are, however,
permitted to state an alternative payment schedule
and indicate the reduction in bid price they wish to
offer for such alternative payment schedule. The
Procuring agency may consider the alternative
payment schedule offered by the selected Bidder.
or
ii. The SCC stipulates the payment schedule offered
by the Procuring agency. If a bid deviates from the
schedule and if such deviation is considered
acceptable to the Procuring agency, the bid will be
evaluated by calculating interest earned for any
earlier payments involved in the terms outlined in the
bid as compared with those stipulated in this
invitation, at the rate per annum specified in the Bid
Data Sheet.

d. Specific additional criteria indicated in the Bid Data


Sheet and/or in the Technical Specifications.
The relevant evaluation method shall be detailed in
the Bid Data Sheet and/or in the Technical
Specifications

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.

General Conditions of Contract


Notes on the General Conditions of Contract (GCC)

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

1. Definitions 1.1 1. In this Contract, the following terms shall be


interpreted as indicated:
a. “The Contract” means the agreement entered into
between the Procuring agency and the Supplier, as
recorded in the Contract Form signed by the
parties, including all attachments and appendices
thereto and all documents incorporated by
reference therein.
b. “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper
performance of its contractual obligations.

c. “The Goods” means all of the equipment, machinery,


and/or other materials which the Supplier is
required to supply to the Procuring agency under
the Contract.

d. “The Services” means those services ancillary to the


supply of the Goods, such as transportation and
insurance, and any other incidental services, such
as installation, commissioning, provision of technical
assistance, training, and other such obligations of
the Supplier covered under the Contract.

e. “GCC” means the General Conditions of


Contractcontained in this section.

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

g. “The Procuring agency” means the organization


purchasing the Goods, as named in SCC.

h. “The Procuring agency’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. “The Project Site,” where applicable, means the place


or places named in SCC.

k. “Day” means calendar day.


2. Application 2.1 These General Conditions shall apply to the extent that
they are not superseded by provisions of other parts of the
Contract
3. Country of Origin 3.1 All Goods and Services supplied under the Contract shall
have their origin in the countries and territories eligible under
the rules and `further elaborated in the SCC.
3.2 For purposes of this Clause, “origin” means the place where
the Goods were mined, grown, or produced, or
from which the Services are supplied. Goods are
produced when, through manufacturing, processing, or
substantial and
major assembly of components, a commercially recognized
new product results that is substantially different in basic
characteristics or in purpose or utility from its components
3.3 The origin of Goods and Services is distinct from the
nationality of the Supplier.
4. Standards 4.1 The Goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications, and,
when no applicable standard is mentioned, to the
authoritative standards appropriate to the Goods’
country of origin. Such standards shall be the latest
issued by the concerned institution.
5. Use of Contract 5.1 The Supplier shall not, without the Procuring agency’s prior
Documents written consent, disclose the Contract, or any provision
and thereof, written consent, or any specification, plan, drawing,
Information; pattern, sample, or information furnished by or on behalf of the
Inspection and Procuring agency in connection therewith, to any person other
Audit by the than a person employed by the Supplier in the performance of
G Government the Contract. Disclosure to any such employed person shall be
made in confidence and shall extend only as far as may be
necessary for purposes of such Performance.
5.2 The Supplier shall not, without the Procuring
agency’s prior written consent, make use of any
document or information enumerated in GCC Clause 5.1
except for 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 Procuring
agency and shall be returned (all copies) to the
Procuring agency on completion of the Supplier’s
performance under the Contract if so required by the
Procuring agency.
5.4 The Supplier shall permit the Procuring agency to inspect the
Supplier’s accounts and records relating to the performance
of the Supplier and to have them audited by auditors
appointed by the procuring agency, if so required
6. Patent Rights 6.1 The Supplier shall indemnify the Procuring agency 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 the Procuring agency’s country
7. Performance 7.1 Within twenty (20) days of receipt of the notification of
Security Contract award, the successful Bidder shall furnish to the
Procuring agency the performance security in the amount
specified in SCC.
7.2 The proceeds of the performance security shall be payable to
the Procuring agency 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 the
currency of the Contract acceptable to the Procuring agency
and shall bein one of the following forms:
a, in the form provided in the bidding documents or another
form acceptable to the Procuring agency; or
b. a cashier’s or certified check.

7.4 The performance security will be discharged by the


Procuring agency and returned to the Supplier not later than
thirty (30) days following the date of completion of the
Supplier’s performance obligations under the Contract,
including any warranty obligations, unless specified
otherwise in SCC.
8. Inspections and 8.1 The Procuring agency or its representative shall have the
Tests right to inspect and/or to test the Goods to confirm their
conformity to the Contract specifications at no extra cost to
the Procuring agency. SCC and the Technical Specifications
shall specify what inspections and tests the Procuring
agency requires and where they are to be conducted. The
Procuring agency shall notify the Supplier in writing, in a
timely manner, of the identity of any representatives retained
for these purposes.
8.2 The inspections and tests may be conducted on the
premises of the Supplier or its subcontractor(s), at point of
delivery, and/or at the Goods’ final destination. If conducted
on the premises of the Supplier or its subcontractor(s), all
reasonable facilities and. assistance, including access to
drawings and production data, shall be furnished to the
inspectors at no charge to the Procuring agency.
8.3 Should any inspected or tested Goods fail to conform to the
Specifications, the Procuring agency may reject the Goods,
and the Supplier shall either replace the rejected Goods or
make alterations necessary to meet specification
requirements free of cost to the Procuring agency.
8.4 The Procuring agency’s right to inspect, test and,
where necessary, reject the Goods after the Goods’
arrival in the Procuring agency’s country shall in no way
be limited or waived by reason of the Goods having
previously been inspected, tested, and passed by the
Procuring agency or its representative prior to the Goods’
shipment from the country of origin.
8.4 Nothing in GCC 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 expressly provided for in the
Contract, including additional requirements, if any, specified
in SCC, and in any subsequent instructions ordered by the
Procuring agency.
10. Delivery and 10.1 Delivery of the Goods shall be made by the
Documents Supplier in
accordance with the terms specified in the Schedule
of
Requirements. The details of shipping and/or other
documents to be furnished by the Supplier are specified in
SCC.
10.2 Documents to be submitted by the Supplier are specified in
SCC.
11. Insurance 11.1 The Goods supplied under the Contract shall be delivered
duty paid (DDP) under which risk is transferred to the buyer
after having been delivered; hence insurance coverage is
seller’s responsibility.
12. Transportation 12.1 The Supplier is required under the Contact to transport the
Goods to a specified place of destination within the Procuring
agency’s country, transport to such place of destination in the
Procuring agency’s country, including insurance and storage,
as shall be specified in the Contract, shall be arranged by the
Supplier, and related costs shall be included in the Contract
Price.
13. Incidental 13.1 The Supplier may be required to provide any or all of the
Services following services, including additional services, if any,
specified in SCC:

a. performance or supervision of on-site assembly and/or


start-up of the supplied Goods;

b. furnishing of tools required for assembly and / or


maintenance of the supplied Goods;

c. furnishing of a detailed operations and maintenance


manual for each appropriate unit of the supplied Goods;

d. performance or supervision or maintenance and/or


repair of the supplied Goods, for a period of time agreed
by the parties, provided that this service shall not relieve
the Supplier of any warranty obligations under this
Contract; and

e. training of the Procuring agency’s personnel, at


the Supplier’s plant and/or on-site, in assembly,
start-up, operation, maintenance, and/or repair of
the supplied Goods.
13.2 Prices charged by the Supplier for incidental services, if not
included in the Contract Price for the Goods, shall be agreed
upon in advance by the parties and shall not exceed the
prevailing rates charged for other parties by the Supplier for
similar services.
14. Payment . 14.1 The method and conditions of payment to be made to the Supplier
under this Contract shall be specified in SCC.

14.2 The Supplier’s request(s) for payment shall be made to


the Procuring agency in writing, accompanied by an
invoice describing, as appropriate, the Goods delivered and
Services performed, and by documents submitted pursuant to
GCC Clause and upon fulfillment of other obligations stipulated
in the Contract.
14.3 Payments shall be made promptly by the Procuring agency, but in
no case later than sixty (60) days after submission of an invoice or
claim by the Supplier
14.4 The currency of payment is Pak. Rupees
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, with the exception of any price
adjustments authorized in SCC or in the Procuring agency’s
request for bid validity extension, as the case may be.
16. Change Orders 16.1 The Procuring agency may at any time, by a written order given to
the Supplier pursuant to GCC Clause 31, make changes within the
general scope of the Contract in any one or more of the following:
drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Procuring agency;
a. the method of shipment or packing
b. the place of delivery; and/or
c. the Services to be provided by the Supplier.
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 provisions under the Contract, an 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 thirty (30) days from the date of the Supplier’s receipt of the
Procuring agency’s change order.
17. Contract 17.1 Subject to GCC Clause 18, no variation in or modification of the
Amendments terms of the Contract shall be made except by written amendment
signed by the parties
18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations to
perform under this Contract, except with the Procuring agency’s
prior written consent
19. Subcontracts 19.1 The Supplier shall notify the Procuring agency in writing of all
subcontracts awarded under this Contract if not already specified
in the bid. Such notification, in the original bid or later, shall not
relieve the Supplier from any liability or obligation under the
Contract
Subcontracts must comply with the provisions of GCC Clause 3.

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:

a. if the Supplier fails to deliver any or all of the


Goods within the period(s) specified in the Contract,
or within any extension thereof granted by the
Procuring agency pursuant to GCC Clause 22; or
b. if the Supplier fails to perform any other
obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring
agency has engaged in corrupt or fraudulent
practices in competing for or
In executing the Contract.

For the purpose of this clause:


“corrupt practice” means the 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.

“Fraudulent practice” means a misrepresentation of facts in


order to influence a procurement process or the execution
of a contract to the detriment of the Borrower, and includes
collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial
non- competitive levels and to deprive the Borrower of the
benefits of free and open competition.

22.2 In the event the Procuring agency terminates the Contract


in whole or in part, pursuant to GCC Clause 24.1, the
Procuring agency may procure, upon such terms and in
such manner as it deems appropriate, Goods or Services
similar to those undelivered, and the Supplier shall be
liable to the Procuring agency for any excess costs for
such similar Goods or Services. However, the Supplier
shall continue performance of the Contract to the extent
not terminated.
23. Force Majeure 23.1 Notwithstanding the provisions of GCC Clauses 22, 23, and 24,
the Supplier shall not be liable for forfeiture of its performance
security, liquidated damages, 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.
23.2 For purposes 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 restricted to, acts of the Procuring agency in
its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.
23.3 If a Force Majeure situation arises, the Supplier shall promptly
notify the Procuring agency in writing of such condition and the
cause thereof. Unless otherwise directed by the Procuring
agency in writing, the Supplier shall continue to perform its
obligations under the Contract as far as is reasonably practical,
and shall seek all reasonable alternative means for performance
not prevented by the Force Majeure event.
24. Termination for 24.1 The Procuring agency may at any time terminate the Contract by
Insolvency 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 Procuring agency.
25. Termination for 25.1 The Procuring agency, by written notice sent to the Supplier, may
Convenience terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify
that termination is for the Procuring agency’s convenience, the
extent to which performance of the Supplier under the
Contract isterminated, and the date upon which such termination
becomes effective
25.2 The Goods that are complete and ready for shipment within thirty
(30) days after the Supplier’s receipt of notice of termination shall
be accepted by the Procuring agency at the Contract terms and
prices. For the remaining Goods, the Procuring agency 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
Services and for materials and parts previously procured
by the Supplier

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)

Standard Bidding Documents


For National Competitive Bidding
Pakistan

For
SELECTION & RATE CONTRACTING OF DRUGS/MEDICINES,
FOR THE YEAR 2021-22

PART TWO (PROCUREMENT SPECIFIC PROVISIONS)

1. Invitation for Bids (IFB)


2. Bid Data Sheet (BDS)
3. Special Conditions of Contract (SCC)
4. Schedule of Requirements
5. Technical Specifications
6. Sample Forms
7. Eligibility
NOTE
The forms provided in Section VI should be completed by the Bidder or the
Supplier; the footnotes in these forms should remain, since they contain instructions
which the Bidder or the Supplier should follow.
Table of Contents - Part Two

Contents

Section I. Invitation for Bids

Section II. Bid Data Sheet

Table of clauses

Section III. Special Conditions of Contract

Technical Criteria

Qualification Criteria

Financial Evaluation

Section V. Sample Forms

1. Bid Cover sheet Form-1

2. Letter of Intention Bid Form 2

3. Affidavit Form -3

4. Price Schedule Format Form -4

5. Integrity Pact

6 Rate Contract Agreement

Section VI. Schedule of Requirements


Part Two
Section I. Invitation for Bids
Notes on the Invitation for Bids
The Invitation for Bids (IFB) has been issued as an advertisement in leading newspapers of
general circulation in the Province of Sindh as well as on the web site of the Health
Department (www.sindhhealth.gov.pk) by allowing at least fifteen days for NCB for bid
preparation and submission.
The Invitation for Bids provides information that enables interested bidders to decide
whether to participate. Apart from the essential items listed in the Standard Bidding
Documents (SBD), the Invitation for Bids also indicates the important bid evaluation criteria
or qualification requirement (for example, a requirement for a minimum level of experience
in manufacturing a similar type of goods for which the Invitation for Bids is issued) so that
the bidders should give their best and final prices as no negotiations are allowed.
The Invitation for Bids is incorporated into these Standard Bidding Documents (SBDs). The
information contained in the Invitation for Bids (IFB) conforms to the bidding documents
and in
Particular to the relevant information in the Bid Data Sheet.
Invitation for Bids
Procurement Monitoring & Inspection Cell
Health Department
Government of Sindh Karachi

SELECTION AND RATE CONTRACTING OF DRUGS/MEDICINES,

FOR THE YEAR 2021-22.


1. In compliance with the Sindh Public Procurement Act, 2009 and Sindh
Public Procurement Rules (SPP) Rules, 2010, amended in up-to-date, Central
Procurement Committee, Health Department Government of Sindh, Karachi
invites sealed bids from the Manufacturers & Importers of Drugs/Medicines,
Surgical Disposables and medical devices, registered with Drug Regulatory
Authority of Pakistan (DRAP) as well as other Non-drug items to Select & Rate
Contract the same for procurement by the relevant Purchasing Entities of Health
Department, Government of Sindh during the financial year 21-22
2. Manufacturers and Importers of various items interested to enter this
bidding competition must obtain Application Form from PM&I Cell at the Sindh
Secretariat Building #2 during office hours on any working day , against the cash
payment of Pak Rupees two Thousand (Rs.2000/-) per application form
(Non-refundable). Original receipt of the paid amount must be attached with the
Technical Bid inside its sealed envelope. Application form shall be issued till one day
before the bid opening.
3. Bidding competition under this advertisement shall be conducted
through Single Stage–Two Envelope Bidding Procedure as per SPPRA Rules-2010
amended up-to-date. Under this procedure, the bidders should submit technical and
financial proposal as follows (Non-Adherence will lead to disqualify):
Technical Proposal
Please submit technical proposal online as well as in hard copy as per following
a. One file (Envelope) containing Bidder’s information company profile of
Manufacturer/Importer and Factory information.
b. 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
products duly Marked.
4.The Standard Bidding Documents, other than the application form mentioned above,
for this bidding documents may be downloaded from
www.sindhhealth.gov.pk/rctender
5. Bidders must submit sealed bids to the Central Procurement Committee, Health
Department Government of Sindh, Karachi on scheduled date and time mentioned in
Bid Data Sheet. Any bids received later shall be rejected.
6. Mandatory Bid Security / Earnest Money amounting to a flat rate of 2% from each
bidder in the shape of Pay Order (PO) / Demand Draft (DD) / Call Deposit Receipt
(CDR) / Bank Guarantee in the name of the Secretary, Health Department Govt. of
Sindh is required to be submitted along with the Financial Bid within its sealed
envelope. A separate photocopy of same instrument without showing the amount
should also be placed inside the sealed envelope of Technical Proposal. Ordinary
Cheques will not be acceptable as Bids security.
7. Quotation must be computer typed & printed; and the offered rate must be
written both in words & figures (hand written rates not accepted). An authorized
person of the bidding entity shall sign, stamp & proper numbering of all pages of the
bid.
8. The bidders are required to submit the unit price of quoted items on the format
as prescribed in the Standard Bidding Documents.
9. Quotations with cutting and over-writing shall not be accepted to the extent of
that particular quoted item having cutting / over-writing / erasing etc.
10. All bidders are also required to submit the quoted product list as per prescribed
proforma in soft form in MS Excel format (and not in other software formats or
images) on computer CD/DVD, duly labeled by a permanent marker with the name of
bidder firm along with the words 'UNDER CENTRAL PROCUREMENT SYSTEM,
GOVERNMENT OF SINDH FOR YEAR 20-21. The bidders must ensure that
computer CD/DVD is open able and readable.
11. All bidders are also required to submit the scanned soft copy of all documents
in as are submitted in hard copy in binding [no open documents in files accepted].
12. The bidders are also required to submit a table of contents in the start of bid with
proper page numbering on each page of the bid duly signed by the senior executive of
firm.
12. Bidders are required to offer most competitive lowest price of their quoted
item/s as no negotiations on quoted price are allowed under the rules.
13. Bids will be opened by the Central Procurement Committee, Government of Sindh
ont 16th September 2021 at 11:30 am in the Conference Room of DOW
UNIVERSITY OF HEALTH SCIENCE, KARACHI in the presence of those bidders
or their authorized representatives, who choose to attend the bids opening process.
14. Technical evaluation carried out by the scrutiny committee in presence of the
bidders or their authorized representative and authorized to call any document (s) for
clarification and conformity when required from bidder or any agency.
15. The Central Procurement Committee,[CPC] Government of Sindh reserves the
right to reject any or all the bids under clause 47 of SPPRA Procurement Rules 2010
amended in up-to-date.
Additional Secretary (PM&I Cell)
Health Department,
rd
3 floor, Tughlaq House, Karachi
Tel No: 091-99
091-99
Fax No: 091- 99
Email: @gmail.com
Section II. Bid Data Sheet
ITB Ref. Introduction/Description Detail
ITB 1.1 Name of Procuring Agency of Government Secretary, Health Department Government of
of Sindh Sindh, Karachi
ITB 1.1 Loan or credit or Project allocation number. Not Applicable
Loan or credit or Project allocation amount
ITB 1.1 Name of Project Not Applicable
ITB 1.1 Name of Contract Not Applicable
ITB 4.1 Name of Procuring agency Secretary, Health Department Government of
Sindh, Karachi
ITB 6.1 Procuring agency’s address, telephone PM&I Cell,3rd floor Tughlaq House Sindh
telex, and facsimile, numbers Secretariat # 2, Karachi
ITB 8.1 Language of the bid. English
Bid Price and Currency
ITB 11.2 Price quoted shall be: Pakistan Rupees (Rs.)
ITB 11.5 The price shall be fixed The price shall be fixed and valid till 30th
June 2022
Preparation and Submission of Bids

ITB 15.1 Amount of bid security. 2%

BID DATA SHEET


ITB 16.1 Bid validity period 90 days from the date of opening of bids
ITB 17.1 Number of copies One (original bid)
ITB 18.2 (a) Address for bid submission and opening DUHS, Ojha Campus, Karachi
ITB 22.1 Time and Date for bid submission and 16th September 2021 till 11:00 am at DUHS
opening. Ojha Campus, Karachi. The bids will be
opened on same day i.e 16th September 2021
at_12:00 noon
Bid Evaluation
ITB 25.3 Criteria for bid evaluation. Merit Point Evaluation (Highest ranking
Bid) The items ranked highest in merit
points (obtained through and based on
technical and financial evaluation) will get
unit rate central contract shall be
considered as most advantageous bid
ITB 25.4 Liquidity Damages 0.05% of amount of purchase order per day but
alternative not more than 10%
Special Instruction(Non Adherence will lead to disqualify)
Please Submit technical and financial proposal as follows

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. DEFINITIONS (GCC CLAUSE 1)

2. COUNTRY OF ORIGIN (GCC CLAUSE 3)

3. PERFORMANCE SECURITY (GCC CLAUSE 7)

4. INSPECTIONS AND TESTS (GCC CLAUSE 8)

5. PACKING (GCC CLAUSE 9)

6. DELIVERY AND DOCUMENTS (GCC CLAUSE 10) 4

7. WARRANTY (GCC CLAUSE 15)

8. PAYMENT (GCC CLAUSE 16)

9. PRICES (GCC CLAUSE 17)

10. LIQUIDATED DAMAGES (GCC CLAUSE 23)

11. RESOLUTION OF DISPUTES (GCC CLAUSE 28)

12. GOVERNING LANGUAGE (GCC CLAUSE 29)

13. APPLICABLE LAW (GCC CLAUSE 30)

14. NOTICES (GCC CLAUSE 31)

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

2. Sample Provision: PM&I Cell Health Department, Government


of Sindh, Karachi
GCC 1.1 (j)—The Project Site is:
When required, the Focal Person of the bidder will be informed on phone or through email
to provide samples of the items in sufficient / required quantity for examination / analysis
/expert opinion to the office of Central Procurement Committee,[CPC] Government of
Sindh at bidder's own risk and cost at the time and date communicated. The samples will be
non-returnable and no payment what so ever shall be payable to bidder / Focal Person on
this account in the name of price/transportation charges etc.
3. Country of Origin (GCC Clause 3)
All countries and territories as indicated in Part Two Section VI of the bidding documents,
“Eligibility for the Provisions of Goods, Works, and Services in
Government-Financed Procurement”.
4. Performance Security (GCC Clause 7)
GCC 7.1— The successful Bidder shall finish the performance security against each supply order
@ 5% of the value and shall be retained by the Procuring Agency till the end of contract period and
will be released back to successful bidders after successful completion of all the contract obligations.

5. Standards (GCC Clause 4): As mentioned in GCC clause 4.1.


6. Inspections and Tests (GCC Clause 8 and in accordance with the clauses of contract
with the Procuring Agency)
i. The Technical Evaluation shall be conducted by the members of Central Procurement
Committee [CPC] or expert/s of relevant field constituted by the Central Procurement
Committee [CPC] of the Government of Sindh to undertake verification of documents
submitted by the bidder/s along with the technical bids as well as to conduct the physical
inspection of the various relevant premises (if and when required before or after the
evaluation) to conduct verification of selected Parameters as laid down in the Technical
Evaluation Proformas (Section-V - Technical Specification of the Part II of these SBDs).
The bidder shall be disqualified for competition if Inspection Team/s declares that the
bidder does not meet the mandatory requirements for qualification as the time of inspection
mentioned in the Technical Evaluation Proforma in these SBDs for various categories of
Suppliers.
ii. The Drugs/medicine, shall be examined and tested, wherever deemed appropriate by
Central Procurement Committee [CPC] of the Government of Sindh, through the Drug
Testing Laboratory for submission of technical report/s to relevant forum/quarters for the
needful.
At the time of signing the contract agreement with the Procuring Agency, all the
successful bidders for Drugs/Medicine, falling under the Drugs Act 1976 shall provide the
Testing Method/s and Lab. protocols to test their successful items in the Drugs Testing
Laboratory.
iv. Any other appropriate method/arrangements may be adopted by the Central Procurement
Committee [CPC] of the Government of Sindh to assess and/or assure the quality of goods
being purchased.
7. Packing (GCC Clause 9)
In accordance with the GCC Clause 9 as well as provided in the relevant clauses of contract
agreement of Central Procurement Committee,[CPC] Government of Sindh with the
Supplier/s (Section-VI of these SBDs – Rate Contract Agreement).
8. Delivery and Documents (GCC Clause 10)
Applicable Delivery Mode : Delivered Duty Paid (DDP) as per contract agreement of the
successful bidder with the Procuring Agency.
9. Warranty (GCC Clause 15)
For Drugs/Medicines falling under the Drugs Act 1976, the Supplier shall, in addition to the
terms and conditions of the Rate Contract Agreement with Procuring Agency, provide warranty
under Section 23 of the Drugs Act 1976 and the Rules framed there under AND quality assurance
certificate of each supply/ batch to purchasing agency at the time of delivery.
10. Payment (GCC Clause 16):
GCC Clause 16 as well as under the terms and condition in Rate Contract Agreement with the
Procuring Agency.
Payment shall be made in Pak. Rupees in accordance with the relevant government rules,
regulations and procedures.
11. Prices (GCC Clause 17)
i) The bidder shall not quote price/s of any item/s which is/are higher than the prices
quoted by the bidder across the country to any entity procuring the quoted item/s through
public funding.
ii) In case of Drugs/Medicines the bidder shall not quote the price more than the trade
price of individual quoted item/s.

12. Liquidated Damages (GCC Clause 23)


0.05% of order amount per day but not more than 10%

13. Disputes Resolution (GCC Clause 28)


The dispute resolution mechanism to be applied will be pursuant to relevant clauses of Rate
Contract Agreement signed by Supplier with the Procuring Agency.
If at all required, the jurisdiction of Court shall be of Sindh.
14. Governing Language (GCC Clause 29)
The Governing Language shall be: English

15. Applicable Law (GCC Clause 30)


The Contract shall be interpreted in accordance with all the relevant laws of Islamic
Republic of Pakistan which include, but not limited to, the following legislations:
i. The SPPRA Act 2009
ii.The SPPRA Rules 2010 amended up-to-date.
iii.The Drugs Act 1976 and Rules framed there under
iv.The DRAP Act 2012 and Rules framed there under
v. The General Financial Rules of the Govt. of Sindh and all the relevant laws, rules
and regulations pertaining to budgeting and financial management of public funds.
vi.The Employment of Children (ECA) Act 1991
vii.The Bonded Labor System (Abolition) Act of 1992
viii. The Factories Act 1934
ix. The Narcotic Substance Act,

16. Notices (GCC Clause 31)


GCC 31.1—Procuring Agency address for notice purposes:
Additional Secretary (PM & I Cell)
Health Department, Government of Sindh,
Road, Karachi.

Supplier’s address for notice purposes: As mentioned in their bidding documents


17. Duties & Taxes (GCC clause 32)
The Unit price quoted by the bidder shall be: inclusive of all applicable duties and taxes.
Technical Evaluation Criteria for Drugs / Medicines,
(Maximum Allocable Marks Score 80 to qualify)

Technical criteria for Distributor (mandatory)


If any distributor failed to submit any of the following documents, the distributor shall be disqualified
and products of manufacture quoted by the disqualified shall be ignored.

1. Tender Purchase Receipt in original


2. Bid Security (without showing amount)
3. Professional Tax certificate
4. Sale Tax Certificate
5. NTN certificate (should be Active with FBR)
6. FBR Tax Returns Paid not less than 200 million average yearly for last 3 years.
7. Valid Drug Sale license
8. Valid Authority letter from manufacturer in reference to this particular tender.
9. Undertaking on Rs.100/- bidder is not blacklisted/debarred by any procuring agency of Pakistan
duly attested from oath commissioner .
10. Technical bid without showing rates
11. If distributor quote the alternate offer of same generic, the distributor shall be disqualified.
12. The bidder shall have 1 registered Pharmacist (RPh) from Pharmacy Council Sindh as
their bonafide employee.
13. Bidder must submit two packs of samples for evaluation by the Technical Committee.

14. All powdered injectable should be accompanied with solvent for injection / water for injection
(WFI) within the DRAP registered packing of the same manufacturer.

Technical criteria for Manufacturer (mandatory)


1. Tender Purchase Receipt in original
2. Bid Security (without showing amount)
3. Professional Tax certificate
4. Sale Tax Certificate …
5. NTN No certificate (should be Active with FBR)
6. Valid Drug Sale license (DSL)
7. Valid drug Manufacturing License (In case applied for renewal than Bank Name Challan No. &
date, and letter from DRAP regarding status of License)
8. Valid Registration from DRAP of quoted drugs.
9. Valid drug import license (DIL) for active raw material(s) of the quoted drugs
(Provided Valid Certificates of registrations for each quoted items: ((In case applied for renewal than
Bank Name challan No. & date, and letter from DRAP regarding status of Registration)
10. Licensed Warehouse as per their approved layout For Storing The Goods And Logistics Support
The Manufacturer should have proper valid / licensed Warehouse for storing the goods and logistics
support the firm must have dedicated reefer or refrigerator container for delivery of Goods to procuring
agency for temperature controlled drugs, the firm shall undertake notarized stamp paper Rs.100 that
they have reefer container (maintaining controlled temperature as per item specifications with the
temperature data logger) and they shall supply stock in the same container.
11. Valid Current Good Manufacturing Practices (cGMP) Certificate.(60 days relaxation shall be
accorded if certificate is expired on the day of opening the bid).
12. Undertaking on Rs.100/= regarding Non-declaration of any spurious / adulterated batch
manufactured by firm by DTL of the same or any competent lab established under the Drug
Act 1976, DRAP Act 2012 and rules framed thereunder.
13. Bidder must submit two packs of samples for evaluation by the Technical Committee.

14. All powdered injectable should be accompanied with solvent for injection / water for injection
(WFI) within the DRAP registered packing of the same manufacturer.

Technical Criteria for Importer (mandatory)


1. Tender Purchase Receipt in original (non-availability leads to disqualify)
In case bid submitted through sole agent / or Distributor their Tender Purchase Receipt will be consider
2. Bid Security (without showing rates)
3. Professional Tax certificate
4. Sale Tax Certificate
5. NTN certificate (should be Active with FBR)
6. Valid Drug Sale license (DSL)
7. The Importer shall have Licensed Warehouse for Storing the Goods and Logistics Support. The
firm must have dedicated reefer or refrigerator container for delivery of Goods to procuring agency for
tempreture controlled drugs, the firm shall undertake notarized stamp paper Rs.100 that they have
reefer container (maintaining controlled temperature as per item specifications with the temperature
data logger) and they shall supply stock in the same container.
8. Undertaking on Rs.100/- regarding “Non-Deceleration of any Spurious/ Adulterated Batch
manufactured by firm by DTL of the Sindh / any competent Lab”.
9. Valid letter of authorization of the manufacture of abroad (duly attested from embassy of
Pakistan in country of origin or embassy of country of origin in Pakistan not older than one year) Original
/ true copy attached. Non provision shall lead to disqualification of firm or item
11. Free sale certificate / Certificate of Pharmaceutical Product (CoPP) for imported items (duly
attested from embassy of Pakistan in country of origin or embassy of country of origin in Pakistan
Original / true copy attached. Non Provision shall lead to disqualification of firm or item
12. Valid cGMP Certificate of the manufacturer abroad for their quoted drugs item (duly attested
by the embassy of the country of origin in Pakistan or the embassy of Pakistan in the country of origin of
the quoted item/s).
Original / true copy attached. Non provision shall lead to disqualification of firm or item
13. Valid Registration of quoted drugs. Provided Valid Certificates of registrations for each quoted
items: ((In case applied for renewal than Bank Name challan No. & date, and letter from DRAP regarding
status of Registrations)
14. Availability of minimum 25% inventory of the total import of the quoted item/s during last one
year (certificate to the effect duly signed by the senior executive of the firm & can be verified /
evaluated by the CPC expert/s). Non availability of the 25% stock at the time of inspection shall lead to
disqualification of the quoted item/(s).
15. Valid drug manufacturing license of the manufacture abroad for the quoted drug
16. Bidder must submit two packs of samples for evaluation by the Technical Committee.
17. The bidder shall have 1 registered Pharmacist (RPh) from Pharmacy Council Sindh as their
bonafide employee.
QUALIFICATION CRITERIA FOR MANUFACTURER
Max marks

1) Last Three years experience of 2 public sector of tertiary care hospital

(04 marks for each) ____08

2) Last Three years experience of 2 Private sector of tertiary care hospital (04 marks for each) _____08

3) Turnover each year average for continuous last three years

(financial soundness) _____10

a) More than 3 billion ______10

b) More than 2billion to 3billion _______08

c) More than 1billoin to 2 billion _______06

d) More than 500 million to 1 billion _______04

4) Financial worth each year average for continuous last three years

(Assets – liabilities in FBR returns). 10

a) More than 2 Billion _______10

b) More than 1 to 2 billion _______06

c) More than 500 million to 1 Billion) _______04

5) List of technical staff 10

a) 10 pharmacists minimum 4 having PhD degree _______10

b) 10 pharmacists minimum 4 having Master degree _______08

c) 10 pharmacists minimum _______04

6) Valid ISO-9001:2015 ________05

7) Valid ISO-17025 ________03

8) Registration of firm with IQVIA (formerly IMS) ________03

9) PICS/US FDA/ other SRA countries audit and approvals 02


For Individual Product
1) Source of active pharmaceutical ingredient (API) with certificate of analysis 10

a) Source license original or accredited by US FDA / WHO / RRA countries ____10

(Firm should provide import documents i.e. airways bills/bill of lading/

GD from 1-7-2019 till 31-08-2021)

b) Other source of API _______05

c) In case of product contains more than one molecule than source of APIs
from RRA Countries & from others. ________07

2) Annual Product Quality Review (APQR) 10

a) APQR for quoted drugs of 25 batches _______10

b) APQR for quoted drugs of 15 batches _______07

c) APQR for quoted drugs of 10 batches _______04

3) Primary reference standards with shelf life use for QC testing 02

(The firm shall submit import/shipping document and certificate of analysis (COA) )

4) Stability study of quoted drugs according to Zone IVa 05


(Real time stability study data of quoted drug from Jan 2019 to onwards)
(The stability data shall not be less than one year)

5) Report of drug testing laboratory (DTLs) / central drug laboratory (CDL) 10

a) If sample of quoted drug declare sub-standard by any DTL/CDL/NIH established


under drug act 1976 are less than 1% since January, 2020 to August 31, 2021 _______10

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

6) Bidder submit bio similar studies for biological or biotech products 04

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

1) Last Three years experience of 2 public sector of tertiary care hospital

(04 marks for each) 08

2) Last Three years experience of 2 Private sector of tertiary care hospital

(04 marks for each) 08

3) Turnover each year for continuous last three years

(financial soundness) 10

b) More than 2 billion(Average) ______ 10

c) More than 1billion to 2billion(Average) _______08

d) More than 500 million to 1 billion(Average) _______06

e) More than 300 million to 500 million(Average) _______04

4) Financial worth each year for continues last three years

(Assets – liabilities in FBR returns). 10

a) More than 1 Billion(Average) (Average) _______10

b) More than 500 million to 1 billion(Average) _______06

c) More than 200 million to 500 million _______04

5) Valid ISO-9001:2015 certified 05

6) Valid ISO-17025 certified 03

7) Registration of firm with IQVIA (formerly IMS) 03

8) PICS/US FDA/ other SRA countries audit and approvals 05


For Individual Product
1) Source of active pharmaceutical ingredient (API) with certificate of analysis 10

a) Source license original or accredited by US FDA / WHO / RRA countries ____10

(Firm should provide import documents i.e. airways bills/bill of lading/

GD from 1-7-2019 till 31-08-2021)

b) Other source of API _______05

c) In case of product contains more than one molecule than source of APIs
from RRA Countries & from others. ________07

2) Annual Product Quality Review (APQR) 10

a) APQR for quoted drugs of 25 batches _______10

b) APQR for quoted drugs of 15 batches _______07

c) APQR for quoted drugs of 10 batches _______04

3) Report of drug testing laboratory (DTLs) / central drug laboratory (CDL) 10

a) If sample of quoted drug declare sub-standard by any DTL/CDL/NIH established


under drug act 1976 are less than 1% since January, 2020 to August 31, 2021 _______10

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

4) Bidder submit bio similar studies for biological or biotech products 04


OR
Common dissolution profile (CDP) for oral dosage form and pharmaceutical equivalence for parenteral /
injectable and other dosage from instead of oral.

5) Importer and manufacturer relationship(import experience). 05


a. Above five years 05
b. 2 to 5 years 03
c. less than 2 years 01
6) Compliance of quality standards of the product having registration in SRA/RRA 04
Countries or prequalified by WHO
7) Availability of quoted drug since last two years in RRA countries 05
(LIKE USA/EUROPE/JAPAN or other RRA countries, one mark for each country)
Financial Evaluation and Scoring System for Bids
(Maximum Allocable Marks Score 20 marks)
The financial bids of technically qualified bidders will be opened publicly at the time to be
announced by the Procuring Agency and the financial bids found technically non-responsive shall
be returned un-opened to the respective Bidders.

Total Allocable marks for Technical Proposal = 100

Total Allocable marks in Financial Proposal = 20

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

MANDATORY STANDARD FORMS (1 to 5)

BID FORM 1: BID COVER SHEET


BID FORM 2: LETTER OF INTENTION
BID FORM 3: AFFIDAVIT
BID FORM 4: PRICE SCHEDULE FORMAT FOR FINANCIAL BID
(To be submitted in separate sealed envelope)
BID FORM 5:

INTEGRALITY PACTS CONTRACT AGREEMENT


(For information only,
shall be signed by the successful Bidders only)
BID FORM-1
BID COVER SHEET

Mandatory General Information of Applicant Firm

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.

No. Name of the Bidding Firm:


Please indicate whether the firm is:
1. i. Manufacturer, or
ii. Importer, or
iii. Both;
For various CPC formulary items offered for this bidding competition.
Please indicate the category/ies under which the Firm is
2.
applying for bidding.
Tender No:01
a. Antibactrial/Anitibiotics
b. General Medicines
c. Biological drugs and Vaccines
d. Hepatitis Drugs
e. Anticancer
f. Antiviral (HIV )

Please Submit technical and financial proposal as follows


3. Technical Proposal
Please submit technical proposal online as well as in
hard copy as per following
c. 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.
d. Separate Envelope containing technical proposals
of the quoted products along with product
information required.
Financial Proposal
Bidder’s must submit financial proposal in separate
envelope of the quoted product’s duly Marked.
Please provide names, attested copies of CNICs,
4. two recent attested photographs, valid street addresses
in Pakistan, all landline and mobile phone numbers of:
i. Owner/Proprietor of the Firm; and
ii.Managing Director / CEO of the Firm; and
iii. Focal person officially made responsible and
authorized by the Firm for day to day official
correspondence/communication with the procuring
agency related in relation to this bidding
competition.
Please provide clear, legible and visible attested
photocopies of all the requisite items mentioned items)
Please provide the following valid information
5. regarding applicant Firm:
i. Complete street address of the:
a. Head Office
b. Main warehouse; and
c. Valid & working official Landline Phone and
Fax
d, Numbers; and Valid Mobile phone number/s of the
Focal Person registered which should be registered
his/her CNIC No. and name; and
Valid and functional Email address; and Official Website
address/es.
i. Please provide in original the bids security instrument amounting to 2% along with the Financial Proposal in
6. the sealed envelope in the form of valid Call Deposit Receipt / Bank Draft / Pay Order / Bank guarantee from
a scheduled Bank of Pakistan in the name of Secretary, Health Department, Government of Sindh, Karachi
ii. Please also provide an attested photocopy of the same bids security document in the sealed envelope of
Technical Proposal without showing amount.
7. Please provide attested copies of the following Tax related documents:
i. National Tax Number (NTN) of the Firm for Income Tax, and
ii. Last 3 years Income Tax Return of the Firm; and
iii. Sale Tax Registration Certificate of the Firm; and
iv. Certificate of Professional Tax
8. In case of being manufacturer, the Firm should provide duly attested copies by F.I.D of the following documents
also:
i. Valid Drugs Manufacturing License issued by the Drugs Regulatory Authority of Pakistan (DRAP); and
ii. Valid Product Registration Certificate issued by the DRAP for the item/s quoted by the Firm for this bidding
competition
iii. Valid cGMP certificate issued by DRAP
iv. Valid Price List of the quoted item/s
v.Company Profile duly signed by senior executive
9. In case of being importers, the Firm should provide duly attested copies of i, ii & vi by F.I.D of the following
documents also:
i. Valid Drugs Sales License & Importer License for the importer; and
ii. Valid Product Registration Certificate issued by the DRAP for the imported item/s quoted by the Firm for
this bidding competition; and
iii. Valid Agency Agreement with the Foreign Principal manufacturer entity/ies duly attested by the Embassy
/ High Commission concerned; and
iv. Valid cGMP Certificate of Foreign Principal, duly attested by the Embassy / High Commission concerned
as explained in these bidding documents; and
v. Valid Free Sale Certificate issued by relevant authority of the country of origin of the quoted imported
goods duly attested by the Embassy / High Commission / Consulate concerned; and
vi. Valid Price List of the quoted items
10. The bidding Firm should also provide an Affidavit to undertake on Judicial Stamp Paper duly attested by the
1st class Magistrate or Oath Commissioner of the value of at least Rs. 100/- (Rupees One Hundred Only) as
under:
i. I/we have carefully read the whole set of Standard Bidding Documents for this bidding competition and
that
I/we have fully understood and agree to the terms and conditions, evaluation criteria, mechanism of
evaluation & selection of items for which the Firm has applied for competition; and
ii. I/we fully understand and agree that the bidding competition for which I/we have applied to enter in, shall
be based on merit based scoring system for the evaluation of technical bids which has inverse relationship
with the rates quoted by the bidders in their financial bids submitted; and that in this situation, the lowest
financial bid/s may or may not win the bidding competition; and
iii. I/we guarantee that the quoted items are, and will be, freely available in the market of Pakistan; and
particularly the market of Sindh Province; and
iv. I/we shall provide to the inspection team/s of expert/s authorized for the purpose by the Directorate
General
Health Services Sindh; an uninterrupted and free access to all relevant documents, sections of
the manufacturing facilities / unit, storage and warehousing facilities as well as any other area relevant,
as deemed appropriate by such team for their purpose of visit/s.
v. In case any documents submitted in relation to this bidding competition or any undertaking given by the
Firm, if found incorrect or false or misleading or diverting the decision making for the competition, shall
be liable to be proceeded for blacklisting for any business with / by the Government of Sindh, Health
Department, confiscation of bids security and / or any other lawful action as deemed appropriate by the
Government of Sindh, including that to be taken in concert with the DRAP or any other body / entity of the
Federal Government.

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: _________________________________

CNIC No. ______________________________

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.}

To: [Name and address of Procuring Agency]

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.

Dated this [insert: number]day of [insert: month], [insert: year].


Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Bid Form 3
AFFIDAVIT (on Judicial Stamp Paper)
I/We, the undersigned [Name of the Supplier] hereby solemnly declare and undertake that:
1. We have read the contents of the Bidding Document and have fully understood it.
2. The Bid being submitted by the undersigned complies with the requirements enunciated in the
bidding documents.
3. The Goods that we propose to supply under this contract are eligible goods within the meaning
ofthis SBD.
4. The undersigned are also eligible Bidders within the meaning of the Standard Bidding
Documents.
5. The undersigned are solvent and competent to undertake the subject contract under the Laws
of Pakistan.
6. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any
official or agent related to this bid or award or contract.
7. The undersigned are not blacklisted or facing debarment from any Government, or
its
organization or project.
8. That undersigned has not employed any child labor in the orginzation/unit.
9. We understand that the Selection and Rate Contracting Committee of the Procuring Agency is
not bound to accept the lowest or any other bid they may receive.
We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signatures with stamp


Name:_________________
Designation:____________
CNIC No.______________
For Messrs. [Name of Supplier ]
Bid Form-4
Note: This form is to be submitted in separate sealed envelope Price
Schedule format for Financial Bid of Govt: CPC for the year 20-21-

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)

Declaration of Fees, Commission and Brokerage Etc. Payable by Suppliers of


Drugs/Medicines for Government: CPC 2021-22

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]

Witness No. 1 Witness No. 2


(Signatures, name, father's name, CNIC & address of each Witness)
GOVERNMENT OF SINDH CPC RATE CONTRACT AGREEMENT (for successful
bidders)

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.

20. RESOLUTION OF DISPUTES:


a. The Purchasing Agency and the Supplier shall make every effort to resolve
amicably by direct negotiation any disagreement or dispute arising between them under or
in connection with the contract / supplies.
b. Despite such negotiation if the Purchasing Agency & Supplier have been unable to resolve
amicably a contract dispute, either party may refer the case to Secretary Health Sindh for decision
through a Dispute Resolution Committee under the chairmanship of Secretary Health Sindh with
Director General Health Services, Sindh and Additional Secretary Health (Development) Sindh as
members. The decision of the Dispute Resolution Committee shall be final and binding upon both
the parties.

_______________________ _________________________
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

WITNESS NO. 1 WITNESS NO. 2


Signature: Signature:
Name: Name:
Father’s Name: Father’s Name:
Address: Address:
CNIC No. CNIC No.
Section IV. Schedule of Requirements
PROCUREMENT MONITORING & INSPECTION CELL SINDH
PROPOSED CPC FORMULARY FOR THE YEAR 21-22

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

195 Inj Voriconazole 200mg (Lyophilized) 10,000

Tender # 01

S.# Item Code Dosage Item Name Quantity

5 ALFA reductase inhibitor + alpha blocker


196 MGM0270 Cap Dutasteride 0.5 mg + Tamsulosin 0.4 mg 8,000
197 MGM0829 Cap Tamsulosin 0.4 mg 8,000
ELECTROLYTE
198 MGM0447 Inj. Magnesium sulphate 500mg/ml,10ml 50,000
199
MGM0125 Inj. Calcium Gluconate 1.375g/10ml 64,500
200
MGM0526 Inj. Magnesium sulphate 1g/2ml 50,000
Sodium Chloride 2.6g + Potassium Chloride 1.5g + Trisodium
Citrate 2.9g + Glucose anhydrous 13.5g ORS (1litre) (WHO)
201 MGM0626 Salt Recommended (Low Osmoler) 3,000,000
202 MGM0671 Tab Potassium Citrate 10 meq 3,500
203 MGM0669 Tab. Potassium Chloride 500 mg 52,500
204 MGM0670 Syp. Potassium Chloride 60 ml 36,000
205 MIV0031 Inj. Potassium Chloride 7.4% I.V 20 ml. 66,000
206 MIV0037 Inj. Sodium Bicarbonate 7.5% 50ml 100,000
Anesthetics
General Anesthetic
207 MGM0305 Inj Etomidate Lipuro 10 ml. 8,000
208 MGM0483 Inj Ketamine 500mg/ 10ml 200,000
209 MGM0484 Inj Ketamine 100mg / 2ml 10,000
Propofol 1% (10mg/ml) 20ml. with Long Chain Triglyceride
210 MGM0695 Inj and Medium Chain Triglyceride. 300,000
Local Anesthetic/Topical
211
MGM0116 Inj Bupivacain 0.5% 10ml ampule 500,000
212
MGM0117 Inj Bupivacain HCL (Heavy ) 0.75% for Spinal 300,000
213
MGM0510 Inj Lignocaine 2% 10ml 624,150
214
MGM0511 Inj. Lignocaine HCl 2% with Adrenalin 10 ml (1:200000) 18,000
215
MGM0512 Sol Lignocaine HCl 4% Topical Solution 50 ml. 80,000
216
MGM0908 Gel Lignocaine HCl 2% Jelly 15gm 21,050
217
MGM0911 Gel Lignocaine HCl 5% Jelly 15gm 20,000

General Inhaled Anesthetic


Isoflorane 100 ml Note:- Undertaking for supply of 100
Isoflorane Vaporizer free of cost with life time free services
218 MGM0467 Inh. and replacement warranty 75,000
Sevoflorane 250 ml Note:- Undertaking for supply of 100
Sevoflorane Vaporizer free of cost with life time free
219 MGM0777 Inh. services and replacement warranty 25,000
OPIOIDS
Mixed Agonist / Antagonist
220
MGM0584 Inj Nalbuphine 10 mg 300,000
221
MGM0585 Inj Nalbuphine 20 mg 50,000
222
MGM0321 Inj. Fentanyl 250 mcg / 5 ml 20,000
223
MGM0576 Inj. Morphine Sulphate 15 mg / ml 20,000
Antagonist
224 MGM0586 Inj Naloxon 0.4 mg / ml 25,000
Non Opioid
225 MGM0861 Cap/Tab Tramadol 50 mg 101,600
226 MGM0862 Cap/Tab Tramadol HCL 37.5 + Paracetamol 325 mg 150,000
227 MGM0860 Inj Tramadol 100 mg / 2ml 123,400
Anticholinergic / Antimuscurinic
228
MGM0394 Inj Glycopyrolate 1 ml. 28,988
229 Glycopyrrolate (0.5 mg) + Neostigmine Methylsulphate
MGM0395 Inj (0.25 mg) per 1 ml 29,200
230
MGM0805 Tab Solifenacin 10 mg 6,000
231
MGM0806 Tab Solifenacin 5 mg 6,000
232
MGM0431 Inj Atropine sulphate 1mg/1ml 2,000
Neuromuscular Blocking Agent
233
MGM0071 Inj Atracurium Besylate 10 mg / ml (3ml) 500,000
234
MGM0072 Inj Atracurium Besylate 10 mg / ml (5ml) 1,149,000
235
MGM0751 Inj Rocuronium Bromide 50mg 159,800
236
MGM0753 Inj Ropivacaine 0.5% x 10 ml (50 mg / 10 ml) 100,000
237
MGM0172 Inj. Cisatracurium 10 mg / 5ml 50,000
238
MGM0821 Inj. Suxamethonium 100 mg / 2ml 225,040
CHOLINERGIC AGONIST
239 MGM0596 Inj Neostigmine 0.5 mg / ml amp of 1 ml 20,500
240 MGM0673 Inj Pralidoxime Chloride 20mg/ml.10ml. 350,000
ADRENERGIC AGONIST
241 MGM0290 Inj Ephedrine 30 mg / ml 10,000
242 MGM0656 Inj Phenylephrine 10 mg / ml 10,000
243 MGM0223 Inj Dexmedetomidine 100 mcg / ml 1,000
Drugs For Endocrine System
Hormones of Pituitary,Thyroid,Estrogens & Androgens
244
MDP0115 Inj FSH / LH (1:1) 75 IU Menotropin or similar 200
245
MGM0569 Pessary Misoprostol 200 mg 50,000
246
MGM0568 Tab Misoprostol 200 mg 50,000
247
MGM0690 Tab Progyluton (estradiol) 500
248
MGM0610 Tab. Norethisterone 5 mg 50,000
249
MGM0689 Device Progetstrone releasing intra uterine device 100
250
MGM0508 Tab Levonorgesterol 1.5 mg 2,001
251
MGM0180 Tab Clomiphene Citrate 50 mg 1,000
252
MGM0296 Inj Ergometrin maleate 0.2mg / ml 500
253
MGM0700 Inj Prostavasin 20 mcg 5,000
254
MGM0246 Tab Dinoprostone 3mg Vaginal Tab 200
255
MGM0271 Tab Dydrogesterone 10mg 100
256
MGM0295 Tab Ergometine maleate 0.12 5mg 100
257
MGM0502 Inj Leuprorelin Acetate 11.25 mg 100
258
MGM0503 Inj Leuprorelin Acetate 3.75 mg 50
259
MGM0632 Inj Oxytocic Prostaglandin 5 mg / ml (Dinoprost of Similar) 500
260
MGM0633 Inj Oxytocin 5 i.u/5 ml Amp 5,000
261
MGM0113 Tab Bromocriptine 2.5 mg 8,000
262
MGM0927 Inj GNRH Antagonist 2,000
263
MGM0613 Inj Octreotide acetate 0.05 mg 24,700
264
MGM0614 Inj Octreotide acetate 0.1 mg 16,200
265
MGM0615 Inj. Octreotide IM 20 mg 200
266
MGM0616 Inj. Octreotide IM 30 mg 500
267
MGM0135 Tab Carbimazole 5mg 7,000
268
MGM0844 Tab Thyroxin Sodium 50 mcg 10,000
269 MGM0951 Tab Thyroxin Sodium 100 mcg 10,000
270 Tab Levothyroxin Sodium 100mcg 10,000
271 Tab Levothyroxin Sodium 50mcg 10,000
272
MGM0698 Tab/Cap Propyl Thiouracil 50 mg 8,000
273
MGM0307 Tab Estradiol Valerate 2mg 5,000
274
MGM0308 Tab Estradiol Valerate 2mg + Norgestrel 0.5mg 5,000
275
MGM0435 Inj Desmopressin acetate 4mcg/1ml 5000
276
MBV0029 Inj HCG 1,000 IU 1,000
277
MBV0030 Inj HCG 5,000 IU 1,000
Anti Diabetic Agents
Insulin
278
MGM0450 Inj Insulin Aspart 15,000
279
MGM0451 Inj Insulin Glargin 15,000
280 MGM0452 Inj Insulin NPH 21,750
281 MGM0453 Inj Insulin Plain ( R ) 150,000
282
MGM0454 Inj Insulin Premixed 70/30 100 i.u 250000
Glucometer Strips
283
MGM0355 FOC Glucometers with above Package 5,000
284 Glucometers strips in single packing (FDA Approved with)
MGM0784 Strip Free Lancet 2,000,000
Oral Hypoglycemic
285
MGM0961 Tab Empagliflozin 10mg 30000
286
MGM0962 Tab Empagliflozin 25mg 20000
287
MGM0963 Tab Empagliflozin 12.5mg + Metformin 500mg 50000
288
MGM0380 Cap Glibenclamide 5mg 872,900
289
MGM0377 Tab Glibenclamide 1.25 mg + Metformin 500 mg 25,000
290
MGM0378 Tab Glibenclamide 2.50 mg + Metformin 500 mg 25,000
291
MGM0381 Tab Gliclazide 80 mg 65,000
292
MGM0382 Tab Glimepiride 1 mg 351,500
293
MGM0384 Tab Glimepiride 2 mg 396,700
294
MGM0386 Tab Glimepiride 3 mg 166,000
295
MGM0387 Tab Glimepiride 4 mg 252,650
296
MGM0543 Tab Metformin 1 gm 2,500
297
MGM0544 Tab Metformin 250 mg 12,500
298
MGM0545 Tab Metformin 500 mg 1,852,100
299
MGM0547 Tab Metformin 850 mg 9,400
300
MGM0785 Tab Sitagliptin + Metformin 50/1000 mg 50,000
301
MGM0786 Tab Sitagliptin + Metformin 50/500 mg 50,000
302
MGM0787 Tab Sitagliptin + Metformin 50/850 mg 5,000
303
MGM0788 Tab Sitagliptin 50 mg 2,500
304
MGM0889 Tab Vildagliptin + Metformin 50/500 mg 2,500
305
MGM0890 Tab Vildagliptin 50 mg 2,500
306
MGM0003 Tab. Acarbose 100 mg 50,000
307
MGM0379 Tab. Glibenclamide 5 mg + Metformine 500 mg 50,000
308
MGM0546 Tab Metformin 750 mg XR 50,000
RESPIRATORY SYSTEM
Short Acting Anticholinergic
309
MGM0088 Inh Beclomethasone Deproponate/Formoterol 100/6mg 500
310
MGM0771 Inh. Salmeterol/Fluticasone Propionate CFC Free 25/50mcg 25
311
MGM0087 Neb. Beclomethasone + Salbutamol 20,000
312
MGM0456 Neb. Ipratopium Bromide Nebule 0.50mg/2ml 7,488
313
MGM0593 Neb. Nebulizer Solution Beclomethasone 0.8 mg 400,000
Short acting B2 agonist
314
MGM0762 Inj Salbutamol 0.5 mg/ml 18,440
315
MGM0767 Sol. Salbutamol Respiratory Sol. 20 ml 44,560
316
MGM0085 Tab Bamifylline 600 mg 300,000
317
MGM0763 Tab Salbutamol 2 mg 878,412
318
MGM0764 Tab Salbutamol 4 mg 928,914
319
MGM0835 Tab Terbutaline 2.5 mg 5,250
320 MGM0952 Inj Terbutaline 1mg/ml 300000
321
MGM0761 Syp Salbutamol + Guaifenesin, 120 ml 327,146
322
MGM0765 Syp Salbutamol 120ml 327,146
323
MGM0836 Syp Terbutaline 60 ml 29,000
Long Acting B2 Agonist
324
MGM0757 Device Rota Capsul Device 5,000
325
MGM0455 Inh. Ipratioum Bromide 250mcg 10,000
326
MGM0766 Inh. Salbutamol Inhaler CFC Free 100mcg 42,450
327
MGM0769 Inh. Salmeterol/Fluticasone Propionate CFC Free 25/125mcg 1,100
328
MGM0770 Inh. Salmeterol/Fluticasone Propionate CFC Free 25/250mcg 600
329
MGM0114 Rota cap Budesonide + Formetrol 200 mcg 10,000
330
MGM0115 Rota cap Budesonide + Formetrol 400 mcg 10,000
331
MGM0849 Rota cap Tiotropium 18 mcg 10,000
Inhaled Cortcosteroid
332
MGM0089 Inh Beclomethasone Forte CFC Free Inhaler 250 mcg 4,620
333
MGM0090 Inh Beclomethasone Forte CFC Free Inhaler 50 mcg 9,294
334
MGM0925 Inh Betamethazone Deproponate/Formoterol 100/6mg 100
335
MGM0352 Inh. Fluticasone Propionate CFC Free Inhaler 125 mcg 300
336
MGM0353 Inh. Fluticasone Propionate CFC Free Inhaler 250 mcg 650
337
MGM0354 Inh. Fluticasone Propionate CFC Free Inhaler 50 mcg 650
Corticosteroid (Inj. And Oral)
338
MGM0221 Inj Dexamethasone 4 mg/ ml 1,206,200
339
MGM0412 Inj Hydrocortisone Sodium Succinate 100 mg 194,920
340
MGM0413 Inj Hydrocortisone Sodium Succinate 250 mg 212,800
341
MGM0871 Inj. Trimacinolone 40mg 3,050
342
MGM0872 Inj. Trimacinolone 80mg 2,000
343
MGM0676 Tab Prednisolone 5 mg (Enteric Coated) 131,200
344
MGM0220 Tab. Dexamethasone 0.5 mg 2,933,000
345
MDP0145 Inj Methylprednisolone Sodium Succinate 1g 55,000
346
MDP0146 Inj Methylprednisolone Sodium Succinate 500 mg 55,000
347
MDP0143 Inj. Methylprednisolone Depot Steroid 40 mg 1,000
Leukotriene Modifiers
348 MGM0573 Tab Montelukast Sodium 10 mg 281,480
349 MGM0574 Sachet Montelukast Sodium 4 mg 481,800
Cough Supressants
350 MGM0660 Syp. Pholcodine 60 ml 96,018
Xanthine Derivatives
351 MGM0045 Inj. Aminophylline 250 mg / 10 ml 47,604
Aminophylline 32mg + Ammonium Chloride 30mg +
Syp
352 MGM0046 Menthol 0.98mg/120ml + Diphenhydramin 8mg (120ml) 405,000
ANTIHISTAMINE H1 RECEPTOR BLOCKER
353
MGM0243 Inj Dimenhydrinate 50mg/ml 141,780
354
MGM0692 Inj. Promethazine 25 mg 3,120
355
MGM0148 Tab Cetrizine 10 mg 415,460
356
MGM0245 Tab Diminhydrinate 50 mg 298,488
357
MGM0648 Tab Pheneramine 25 mg. 204,992
358
MGM0693 Tab Promethazine 25 mg 6,240
359
MGM0154 Tab. Chloropheneramine Maleate 2 mg 6,347,000
360
MGM0434 Inj Chlorpheniramine maleate 10mg/ml 100,000
361
MGM0147 Syp Cetrizine 1 mg/ 5ml (60 ml) 56,480
362
MGM0489 Syp Ketotifen 1mg/ 5ml (60 ml) 16,000
363
MGM0649 Syp Phenermine 15mg/ 5ml (60 ml) 4,944
364
MGM0691 Syp Promethazine 25mg/5ml (120 ml) 6,996
365
MGM0158 Syp. Chlorpheneramine Maleate 2mg/5ml (60ml) 162,440
366
MGM0199 Syp. Cyclizine 12.5 mg/5ml (60 ml) 3,120
367
MGM0244 Syp. Dimenhydrinate 12.5mg/5ml (60 ml) 96,056
368
MGM0506 Syp. Levocetrazine HCL 2.5 mg/ 5 ml (120 ml) 5,000
369
MGM0330 Tab Fexofenadine 120 mg 61,988
370
MGM0331 Tab Fexofenadine 60 mg 28,616
371
MGM0488 Tab Ketotifen 1mg 16,224
372
MGM0520 Tab Loratadine 10 mg. 423,700
373
MGM0272 Tab. Ebastine 10 mg 7,000
H2 Blocker
374 MGM0317 Tab Famotidine 40 mg. 459,906
375 MGM0318 Syp Famotodine 10 mg/ 5ml (60 ml) 165,000
Antacids
376 Sodium Bicarbonate + Sodium Citrate + Citric Acid + Tartaric
MGM0794 Sach. Acid (Fruit Salts) 30,000
377 Sodium Alginate 1000 mg/10ml + Potassium bicarbonate
MGM0792 Susp 200mg/10ml, 120 ml 1,000
378
MGM0630 Syp Oxethazine with Al. Hydroxide & Mg. Hydroxide 120ml 1,000,000
379
MGM0528 Syp. Magnesium Tricilicate with Compound (Antacid) 120 ml 366,000
380
MGM0791 Syp. Sodium Acid Citrate 120 ml 120,216
381
MGM0527 Tab. Magnesium Tricilicate with Compound (Antacid) 1,180,000
PPIs
382
MGM0300 Cap Esomeperzole 20 mg. 236,600
383
MGM0301 Cap Esomeperzole 40 mg. 169,600
384
MGM0637 Tab Pantoprazole Sodium 40 mg 40,000
385
MGM0622 Tab./Cap. Omeprazole 20 mg 3,700,000
386
MGM0623 Tab./Cap. Omeprazole 40 mg 2,071,000
387
MDP0153 Inj. Omeprazole 40 mg (Lyophilized powder) 263,000
388
MDP0157 Inj. Pantoprazole Sodium 40 mg 5,000
Antidiarrheal
389
MGM0519 Cap Loperamide Hydrochloride 2 mg 50,000
390
MGM0481 Susp. Kaolin + Pectin 100 ml 688,700
391
MGM0074 Tab Atropine 25 mcg + Diphenyoxylate 2.5mg 50,000
Antispasmodic
392
MGM0264 Inj Drotaverin 40mg/2ml 375,900
393
MGM0659 Inj Phlorglucinol / Trimethylphorogycinol 4ml 150,000
394
MGM0265 Tab Drotaverin 40 mg 1,740,000
5HT3 Receptor Antagonist
395
MGM0624 Inj. Ondansetron 8 mg 20,000
396
MGM0625 Tab Ondansetron 8 mg 1,500
Prokinetic Agent
397
MGM0554 Inj Metoclopramide 10mg/2ml 541,900
398
MGM0253 Tab Domperidone 10 mg 242,680
399
MGM0509 Tab Levosulpride 25 mg 20,000
400 MGM0556 Tab Metoclopromide 10 mg 206,800
401 MGM0254 Syp Domperidone 5mg/5ml (60 ml) 33,496
402
MGM0555 Syp Metoclopramide 5mg/5ml (50ml) 31,200
Laxative
403
MGM0795 Enema Sodium biphosphate + Sodium phosphate (120 ml) 10,000
404
MGM0105 Supp. Bisacodyl 5,000
405
MGM0390 Supp. Glycerine Suppository (Adult) 10,000
406
MGM0196 Syp Cream of Magnesia with Liquid Paraffin Emulsion (120ml) 21,000
407
MGM0494 Syp Lactulose 3.35g / 5ml (120 ml) 100,000
408
MGM0106 Tab. Bisacodyl 5mg 91,400

409
MGM0391 Supp. Glycerine Suppository (Peads) 10,000
410
MGM0493 Drop Sodium Picosulfate 7.5mg/ml (15ml) 100,000
Mucosal Protective Agent

411 MGM0817 Syp Sucralfate 1g/ 5ml (60ml) 44,120

412 MGM0820 Tab Surcrafate 1g 7,488


Digestive Enzymes + Miscellaneous
413
MGM0531 Tab Mebeverine 135 mg 8,000
414
MGM0773 Tab Serratiopeptidase DS 10 mg 200,000
415
MGM0818 Tab Sulphasalazine 500 mg 5,000
ANTIANEMIC
416
MGM0198 Inj Cyanocobalmin 500 mcg. 128,250
417
MGM0460 Inj Iron Isomaltoside 1000 (100mg/ml) 16,500
418
MGM0464 Inj Iron Sucrose 100mg/5ml 34,000
419
MGM0128 Tab Calcium Leucovoril / Folinic Acid 15 mg 10,000
420
MGM0325 Tab Ferrous Furmarate 150mg + Folic Acid 0.5mg 6,000
421 Ferrous Sulphate 150mg +Folic Acid 0.5mg + Vitamin C
MGM0329 Cap/Tab 50mg + Aneurine 2mg + Riboflavine 2mg + Pyridoxine 1mg 3,192,000
422
MGM0461 Tab Iron Polymaltoxe Complex 100mg + Folic Acid 0.35mg 531,400
423
MGM0327 Tab. Ferrous Sulphate 200mg 1,818,000
424
MGM0356 Tab. Folic Acid 5 mg 3,771,600
425 Iron (III) Polymaltose Complex 10mg/1ml of Elemental Iron
MGM0323 Syp. 120 ml 25,000
426
MBV0019 Inj Erythropoitin 10000 Units 1,000
427
MGM0969 Inj Erythropoitin 5000 Units 1,000
428
MBV0021 Inj Erythropoitin 4000 Units 1,000
ANALGESICS
429
MGM0418 Cream Ibuprofen 10% w/w, 30g 1,000
430
MGM0486 Cream Ketoprofen 2.5% w/w, 25g 1,000
431
MGM0006 Inj Acetaminophen 1g/100ml 200,000
432
MGM0013 Supp. Acetaminophen Suppositories 125 mg 500,000
433
MGM0014 Supp. Acetaminophen Suppositories 250 mg 900,000
434
MGM0009 Tab Acetaminophen 500 mg 12,839,000
435
MGM0012 Tab Acetaminophen 500mg + Caffeine 65mg 300,000
436
MGM0008 Tab. Acetaminophen 450 mg + Orphenadrine 35 mg 100000
437 Acetaminophen 500 mg + Pseudoephedrine 60mg+
MGM0010 Tab. CPM4mg 60,000
438
MGM0011 Tab. Acetaminophen 650 mg + Orphenadrine 50 mg 6,000
439
MGM0043 Drops Acetaminophen 80 mg/ 0.8ml (30ml) 31,200
440
MGM0039 Syp Acetaminophen 120 mg / 5 ml (120 ml) 993,100
441
MGM0042 Syp Acetaminophen 250 mg / 5 ml (120ml) 330,000
NSAIDs
442
MGM0334 Gel Flubiprofen 5% w/w, 30 g 5,000
443 MGM0952 Tab Diclofenac 50mg free acid dispersible tablets 100000
444
MGM0232 Inj Diclofenac Sodium 75 mg 900,000
445
MGM0234 Supposit Diclofenac Suppositories 100 mg 19,100
446
MGM0351 Tab Flurbiprofen SR 100mg 100,000
447
MGM0422 Tab Ibuprofen 400 mg 7,201,250
448
MGM0535 Tab Mefenamic Acid 250 mg 4,667,100
449
MGM0537 Tab Mefenamic Acid 500 mg 1,248,000
450
MGM0540 Tab Meloxicam 7.5 mg 12,480
451
MGM0589 Tab Naproxen 250 mg. 337,490
452
MGM0590 Tab Naproxen 500 mg. 428,330
453
MGM0017 Tab. Acetylsalicylic Acid 300 mg. 300,000
454
MGM0226 Tab. Diclofenac Potassium 50 mg 1,435,470
455
MGM0228 Tab. Diclofenac Sodium + Misoprostol 50 mg/0.2 mcg 200,000
456
MGM0230 Tab. Diclofenac Sodium 50 mg 5,367,050
457
MGM0487 Tab. Ketoprofen 200 mg 203,744
458
MGM0005 Tab./Cap. Aceclofenac Acid 100 mg 300,000
459
MGM0662 Tab/Cap Piroxicam 20 mg. 1,217,000
460
MGM0536 Syp Mefenamic Acid 50 mg / 5ml (60 ml) 85,000
461
MGM0419 Syp. Ibuprofen 100 mg / 5ml (90ml) 688,700
462
MGM0421 Syp. Ibuprofen 200 mg / 5 ml (90ml) 688,700
463
MGM0439 Inj Ketorolac 30mg/1ml 5,000
Muscle Relaxant
464
MGM0084 Tab Baclofen 10 mg 1,000
465
MGM0852 Tab Tizanidine 2 mg. 315,650
466
MGM0853 Tab Tizanidine 4 mg. 65,400
Antigout
467
MGM0036 Tab Alopurinol 100 mg 62,400
468
MGM0037 Tab Alopurinol 300 mg 37,440
469
MGM0960 Tab Febuxostat 40mg 25000
BISPHOSPHONATE
470
MGM0635 Inj Pamidronate Disodium 15 mg 100
471
MGM0033 Tab Alendronate Sodium 70 mg 6,200
472
MGM0968 Tab Ibandronate Sodium 150 mg 5000
473
Inj Zoledronic Acid 5mg 2000
NUTRITIONAL/ SUPPLEMENTS/VITAMINS
474
MGM0902 Cap Vitamin E 400 mg 4,000
475
MGM0081 Inj B-1 + B - 6 + B - 12 in 3 ml (B Complex) 200,000
476
MGM0899 Inj Vitamin D 3 200000IU (Cholecalciferol) 20,000
477
MGM0900 Inj Vitamin D 3 600000IU (Cholecalciferol) 10,000
478
MGM0035 Tab Alfacalcidol 0.5 mg 318,000
479
MGM0068 Tab Ascorbic Acid 500 mg 447,100
480 Thiamine (B-1) 100mg + Pyridoxine 200mg (Vit B 6) + Vit
MGM0080 Tab B12 200mcg 75,000
481
MGM0121 Tab Calcium Carbonate 1250 mg + Cholecalciferole 125 IU 6,000
Calcium Carbonate 327 mg + Ascorbic Acid 500 mg +
482 Calcium Lactate 422 mg + Calcium Gluconate 578 mg + Vit
MGM0122 Tab D-3 400IU + Vit B-6 10mg 6,000
483
MGM0120 Tab. Ossein Mineral Complex 830mg + Vitamin D 400IU 4,000
484
MGM0388 Tab. Glucosamin Sulphate 500 mg + Chondrotin Sulphate 400 mg 7,000
485
MGM0915 Tab. Zinc Dispersible (WHO prequalified) 5,000
486
MGM0897 Cap Vitamin A (25000 IU) 200,000
487
MGM0898 Cap Vitamin A (50000 IU) 200,000
488
MGM0901 Drops Vitamin D Drops 10ml 15,000
489
MGM0922 Syp B-Complex + Lycine 120ml 7,000

490 Multivitamins (Nicotinamide, Riboflavin, Thiamine,Vit-C,


MGM0579 Syp B12, Pyridoxine HCl) 135,000
491
MGM0918 Syp. Elemental Zinc 20mg/5ml 60ml 55,510
492
MGM0443 Inj. Multivitamin 10ml 10,000
Plant Extract, Anti-Oxidant for Liver
493 MGM0780 Tab Silymarin 200mg 66,240
494 Syp Silymarin 100mg/ 5ml (120ml) 5000
Strontium(II) Salt Used in Osteoarthritis
495 MGM0816 Sachet Strontium Ranelate 2 g 4,000
Thrombopoietic Agent
Iron Chelating Agent
496
MGM0216 Inj Desferoxamine 500 mg 50,000
497
MGM0210 Tab Deferasirox 100 mg 26,000
500
MGM0212 Tab Deferasirox 400 mg 55,000
501
MGM0211 Tab. Deferasirox 250 mg 26,000
502
MGM0213 Tab. Deferasirox 500 mg 55,000
503
MGM0214 Tab. Deferiprone 500 mg 366,000
TNF Inhibitor
504 MGM0287 Inj Enternacept 50 mg / ml 30
Monoclonal Antibodies
505
MGM0028 Inj Adilimumab 10 mg /0.2ml 50
506
MGM0858 Inj Tocilizumab 200 mg/20ml 5000
507
MGM0956 Inj Tocilizumab 400 mg/20ml 5000
508
MGM0966 Inj Tocilizumab 162 mg/0.9ml 2000
509
MGM0957 Inj Tocilizumab 80 mg/4ml 5000
510
MDP0154 Inj. Omzalizumab 150mg 5,000
Interleukin Inhibitor
511
MGM0111 Inj Brodalumas 210 mg / 1.5 ml 30
512
MGM0772 Inj Secukinumab 150mg 30
Lymphocytes Stimulator
513
MGM0002 Inj Abemaciclib 100 mg 30
514
MGM0091 Inj Belimumas 120 mg 30
515
MGM0101 Inj Bevacizumab 25 mg / ml 30
516
MGM0621 Inj Omalizumab 150 mg / 1.2 ml 30
517
MGM0722 Inj Reslizumab 100 mg /10 ml 30
CARDIOVASCULAR
Vasopressors/ Adrenergic Agonist
518
MGM0141 Cap Carvediolol 6.25 mg 300,000
519
MGM0248 Inj Dobutamine 250 mg 100,000
520
MGM0256 Inj Dopamine 200mg / 5ml 100,000
521
MGM0362 Inj Furosemide 20mg/2ml 1,200,000
522
MGM0406 Inj Hydralazine HCl 20mg/ml 20,000
523
MGM0442 Inj Metoprolol 5mg/5ml 10,000
524
MGM0609 Inj Norepinephrine Acid Tartrate 2mg/ml (Nor Adrenaline) 150,000
525
MGM0838 Inj Terlipressin 1 mg 8,000
526
MGM0029 Inj. Adrenaline 1 mg/ml (Epinephrine) 148,740
527
MGM0075 Inj. Atropine Sulphate 1mg/ml 1,346,000
528
MGM0491 Inj. Labetolol 50 mg/10ml 20,000
529
MGM0887 Inj. Verapamil 5 mg/2 ml 80,000
530
MGM0051 Tab Amlodipine + Valsartan + HCT 10/160/12.5mg 102,100
531
MGM0053 Tab Amlodipine Desylate + Valsartan+HCT 5/160/12.5mg 200,000
532
MGM0054 Tab Amlodopine 10 mg 300,000
533
MGM0055 Tab Amlodopine 10 mg + Valsartan 160 mg 80,000
534
MGM0056 Tab Amlodopine 5 mg 463,120
535
MGM0057 Tab Amlodopine 5 mg + Valsartan 160 mg 100,000
536
MGM0058 Tab Amlodopine 5 mg + Valsartan 80 mg 100,000
537
MGM0069 Tab Atenolol 100 mg 100,000
538
MGM0070 Tab Atenolol 50 mg 80,000
539
MGM0093 Tab Beneprost Sodium 20 mg 20,000
540
MGM0131 Tab Captopril 25 mg 581,116
541
MGM0139 Tab Carvediolol 12.5mg 200,000
542
MGM0241 Tab Diltiazem 30 mg. 200,000
543

MGM0242 Tab Diltiazem 60 mg. 92,400


544
MGM0279 Tab Enalapril Maleate 10 mg 100,000
545
MGM0280 Tab Enalapril Maleate 5 mg 200,000
546
MGM0361 Tab Furosemide 20mg 200,000
547
MGM0363 Tab Furosemide 40mg 300,000
548
MGM0516 Tab Lisnopril 10 mg. 20,000
549
MGM0517 Tab Lisnopril 5 mg. 40,000
550
MGM0524 Tab Losartan Potassium 25 mg. 153,000
551
MGM0525 Tab Losartan Potassium 50 mg. 153,000
552
MGM0541 Tab Metaprolol 100 mg 150,000
553
MGM0542 Tab Metaprolol 25 mg 200,000
554
MGM0551 Tab Methyl dopa 250 mg 100,000
555
MGM0600 Tab Nifedipine 20 mg 20,000
556
MGM0601 Tab Nifedipine 30 mg 20,000
557
MGM0684 Tab Prindopril 4 mg 20,000
558
MGM0685 Tab Prindopril 8 mg 20,000
559
MGM0696 Tab Propranolol 10 mg 217,000
560
MGM0697 Tab Propranolol 40 mg 50,000
561
MGM0712 Tab Ramipril 2.5mg. 200,000
562
MGM0713 Tab Ramipril 5 mg 200,000
563
MGM0808 Tab Spironolactone 100 mg 100,000
564
MGM0809 Tab Spironolactone 25 mg 100,000
565
MGM0810 Tab Spironolactone 50 mg & Fursemide 20 mg 100,000
566
MGM0811 Tab Spironolactone 50 mg & Fursemide 40 mg 100,000
567
MGM0886 Tab Verapamil 40 mg 200,000
568
MGM0888 Tab Verapamil SR 240 mg 100,000
569
MGM0015 Tab. Acetazolamide 250 mg 8,000
570
MGM0107 Tab. Bisoprolol 10 mg 200,000
571
MGM0108 Tab. Bisoprolol 2.5 mg 300,000
572
MGM0109 Tab. Bisoprolol 5 mg 600,000
573
MGM0129 Tab. Candesartan 8 mg 30,000
574
MGM0405 Tab. Hydralazine 25 mg 200,000
575
MGM0478 Tab. Ivabradine 5 mg 4,000
576
MGM0479 Tab. Ivabradine 7.5 mg 2,000
577
MGM0592 Tab. Nebivolol 5 mg 100,000
578
MGM0602 Tab. Nimodipine 30 mg 20,000
579
MGM0826 Tab. Talmirsartan 20 mg 30,000
580
MGM0827 Tab. Talmirsartan 40 mg 80,000
581
MGM0881 Tab. Valsartan 160 mg 40,000
582
MGM0882 Tab. Valsartan 40 mg 2,000
583
MGM0883 Tab. Valsartan 80 mg 30,000
584
MIV0042 Inj Sodium Nitropruside 50 mg 8,000
585 MGM0955 Inj Ulinastatin 100000 IU 5000

586 MGM0958 Tab Losartan Potassium 50mg+HCT 12.5mg 10000

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

620 MGM0815 Inj Streptokinase 1.5 MIU 28,000


Heparin antidote
621 MGM0701 Inj. Protamine Sulphate 10 mg/ml 4,000
Warfarin Antidote
622
MGM0932 Tab Vitamin - K 10 mg 23,525
623
MGM0895 Tab Vitamin - K 5 mg 20,000
624
MGM0448 Inj. Phytomenadione (Vit K1) 2mg/1ml Ampule (Oral/IM/IV) 25,000
Antifibrinolytic Agents
625
MDP0169 Inj Tranexamic Acid 500 mg / 5ml 200,000
626
MDP0171 Cap Tranexamic Acid 250 mg 15,000
627
MDP0173 Cap Tranexamic Acid 500 mg 25,000
628
MDP0170 Inj Tranexamic Acid 250 mg/ 5ml 15,000
Antianginal
629
MGM0475 Inj Isosorbide Dinitrate 5mg/10ml 100,000
630
MGM0874 Inj. Trinitrate Glyceryl 10 mg / 10 ml 145,150
631
MGM0392 Patch. Glyceryl Tinitrate 10 mg 3,000
632
MGM0393 Patch. Glyceryl Tinitrate 5 mg 1,250
633
MGM0471 Patch. Isosorbid Dinitrate 10 mg. 50,000
634
MGM0608 Spray Nitroglycerine 0.4 mg 3,600
635
MGM0472 Tab Isosorbid Mononitrate 20 mg. 100,000
636
MGM0473 Tab Isosorbid Mononitrate 40 mg. 68,500
637
MGM0474 Tab Isosorbid Mononitrate 60 mg XR 50,000
638
MGM0599 Tab Nicorandil 10 mg 12,000
639
MGM0605 Tab Nitro glycerin 2.6 mg 100,000
640
MGM0606 Tab Nitro glycerin 6.4 mg 50,000
641
MGM0721 Tab Ranolazine 500 mg 18,000
642
MGM0873 Tab Trimetadazine MR 35mg 15,000
643
MGM0604 Tab. Nitro glycerin 0.5 mg 100,000
644
MGM0937 Spray GTN Spray 1000
645
MGM0438 Inj Glyceryl trinitrate 50mg/5ml 5,000
Inotropic Agents
646
MGM0237 Inj. Digoxin 0.5 mg /2 ml 17,500
647
MGM0236 Tab Digoxin 0.25 mg 20,000
CNS MEDICATION
Anti Parkinson Drug
648
MGM0687 Inj. Procycldine 10 mg/2ml 3,744
649
MGM0507 Tab Levodopa + Carbidopa Monohyrate 275 mg 3,120
650
MGM0688 Tab Procyclidine 5 mg 432,488
651
MGM0752 Tab Ropirinol 0.25 mg 150,000
Anti Alzheimer Drug
652
MGM0723 Patch Revastigmine 4.6 mg patch 4,000
653
MGM0724 Patch Revastigmine 9.5 mg patch 3,000
Anti Epileptic
654
MGM0658 Cap/Tab Phenytoin Sodium 300 mg 5,000
655
MGM0368 Cap/Tab Gabapentin 100 mg 46,750
656
MGM0369 Cap/Tab Gabapentin 300 mg 27,000
657
MGM0678 Cap/Tab Pregabalin 50 mg 10,000
658
MGM0679 Cap/Tab Pregabalin 75 mg 10,000
659
MGM0505 Inj Levetiracetam 500 mg / 5ml 10,000
660
MGM0657 Inj Phenytoin Sodium 250mg/5ml 14,750
661
MGM0803 Inj Valproate Sdium 500mg/5ml 41,988
662
MGM0654 Inj. Phenobarbitone 200 mg / ml 3,870
663 Oral
MGM0184 Drop. Clonazepam 2.5mg/ml (10ml) 3,744
664
MGM0132 Susp. Carbamazepine 100mg/5ml 100 ml 6,000
665
MGM0652 Syp Phenobarbitone 20 mg / 5 ml 5,000
666
MGM0800 Syp Valproate Sodium 250mg/5ml (120ml) 50,000
667
MGM0653 Syp. Phenobarbitone 20 mg/5ml (60 ml) 3,120
668
MGM0967 Tab Oxcarbazepine 300mg 50000
669
MGM0134 Tab Carbamezipine 200 mg. 325,220
670
MGM0185 Tab Clonazepam 0.5 mg 9,984
671
MGM0186 Tab Clonazepam 2 mg 9,360
672
MGM0492 Tab Lacosamide 50 mg 5,000
673
MGM0496 Tab Lamotrigine 100 mg 8,112
673
MGM0497 Tab Lamotrigine 25 mg 8,112
674
MGM0801 Tab Valproate Sodium 250 mg 190,100
675
MGM0802 Tab Valproate Sodium 500 mg 55,500
676
MGM0224 Tab. Diazepam 5 mg 1,094,200
677
MGM0504 Tab. Levetiracetam 250 mg 10,000
678
MGM0651 Tab. Phenobarbitone 300mg 329,610
679
MGM0444 Inj. Phenobarbital sodium 130mg/ml 20,000
680
MGM0445 Inj. Phenobarbital sodium 65mg/ml 1,000
681
MGM0436 Inj. Diazepam 10mg/2ml 50,000
Anxiolytic/ Hypnotic
Benzodiazpenes
682
MGM0038 Tab Alprazolam 0.5 mg 159,620
683
MGM0112 Tab Bromezapine 3 mg 525,740
684
MGM0522 Tab Lorazepam 1 mg 2,000
685
MGM0565 Inj Midazolam 3 mg / 3ml 400,000
686
MGM0566 Inj Midazolam 5 mg / 5ml 600,000
687
MGM0567 Tab Midazolam 7.5 mg 7,000
Benzodiazpenes antagonist
688
MGM0341 Inj Flumazenil 0.1 mg/ml vial 1,000
689
MGM0347 Inj Flupenthixole 100 mg/ml 300
690
MGM0348 Inj Flupenthixole 40 mg/ml 200
691
MGM0920 Inj Zuclopenthixol 100 mg/ml 200
Antidepressant
692.

MGM0050 Tab Amitryptiline 25 mg 12,100


693.
MGM0181 Tab Clomipramine SCL 10mg 13,000
694.
MGM0182 Tab Clomipramine SCL 25mg 13,000
695.
MGM0258 Tab Dothiepin HCL 25 mg 2,000
696.
MGM0259 Tab Dothiepin HCL 75 mg 1,000
697.
MGM0425 Tab Imipramine 20 mg 2,000
698.
MGM0702 Tab Prothiadine 25 mg 1,500
699.
MGM0703 Tab Prothiadine 75 mg 500
700.
MGM0867 Tab Trazadone 100 mg 1,000
701.
MGM0868 Tab Trazadone 50 mg 1,000
702.
MGM0268 Tab Duloxetine 20 mg 1,000
703.
MGM0269 Tab Duloxetine 30 mg 2,000
704.
MGM0346 Cap Fluoxetine 20 mg 20,180
705.
MGM0174 Tab Citalopram 10 mg. 2,000
706.
MGM0175 Tab Citalopram 20 mg. 6,240
707.
MGM0298 Tab Escitalopram 10 mg 6,240
708.
MGM0299 Tab Escitalopram 20 mg 6,240
709.
MGM0639 Tab Paroxetine 20 mg 7,488
710.
MGM0640 Tab Paroxetine CR 12.5 mg 8,000
711.
MGM0774 Tab Sertraline 100 mg 6,240
712.
MGM0775 Tab Sertraline 50 mg 8,112
AntiPsychotic
713.
MGM0349 Inj Fluphenazine 25 mg/ml 1,000
714.
MGM0401 Inj Haloperidol 5 mg/ml 1,000
715. Oral
MGM0399 Drop. Haloperidol 2mg/ml (15ml) 6,240
716.
MGM0742 Syp Risperidone 1mg/ml (30ml) 50
717.
MGM0194 Tab Clozapine 100 mg 1,000
718.
MGM0195 Tab Clozapine 25 mg 2,000
719.
MGM0620 Tab Olanzapine 5 mg 8,112
720.
MGM0686 Tab Prochlorperazine 5mg 3,432
721.
MGM0706 Tab Quetiapine XR 150 mg 16,224
722.
MGM0707 Tab Quetiapine XR 25 mg 16,224
723.
MGM0741 Tab Risperidone 1 mg 330,608
724.
MGM0743 Tab Risperidone 2 mg 240,360
725.
MGM0744 Tab Risperidone 3 mg 20,000
726.
MGM0745 Tab Risperidone 4 mg 22,740
727.
MGM0869 Tab Trifluperazine 1 mg 200,050
728.
MGM0870 Tab Trifluperazine 5 mg 200,050
729.
MGM0159 Tab. Chlorpromazine 100 mg 7,500
730.
MGM0398 Tab. Haloperidol 1.5 mg. 4,300
731.
MGM0402 Tab. Haloperidol 5 mg 500
732.
MGM0619 Tab. Olanzapine 10 mg 8,112
TOPICAL PREPARATION
EYE & EAR DROPS/OINTMENT
733.
MGM0150 Drops Chloramphenicol Eye 0.5% 139,500
734.
MGM0222 Drops Dexamethasone Eye. 0.1 % 10,300
735.
MGM0332 Drops Fluorometholone Eye 0.1 % 8,000
736.
MGM0577 Drops Moxifloxacin Eye 0.5% 12,100
737.
MGM0591 Drops Natamycine Eye Drop 5 % 1,000
738.
MGM0618 Drops Ofloxacin Eye 0.3 % 18,120
739.
MGM0677 Drops Prednisolone Acetate Eye 1 % 32,500
740.
MGM0857 Drops Tobramycin Eye Drop 0.3% 21,700
741.
MGM0151 Oint Chloramphenicol Eye Ointment 1% w/w 88,500
742. Chloramphenicol with Hydrocortisone eye ointment 5mg /
MGM0152 Oint gm + 2 mg / gm 46,000
743.
MGM0171 Drop Ciprofloxacin Eye 0.3 % 16,200
744.
MGM0666 Oint Polymyxin-B Sulphate + Bacitracin Eye Oint., 3.5 gm 111,800
745.
MGM0023 Oint. Acyclovir Eye Ointment 3 % w/w, 5 gm 5,000
746.
MGM0631 Oint. Oxytetracycline Eye Ointment 1% w/w, 3.5 gm 11,000
747.
MGM0856 Oint. Tobramycin Dexamethasone Eye 0.3 / 0.1 % w/w 21,000
748.
MGM0694 Drop Proparacine Eye Drop 0.5% 4,000
749.
Drop Proparacine 0.5% + Benzalkonium 0.01% Eye Drops 4,000
750.
MGM0796 Drop. Sodium Cromoglycate eye 2 % 5,300
751.
MGM0073 Drops Atropine 1% Eye 3,950
752.
MGM0201 Drops Cyclopentolate 1 % 500
753.
MGM0203 Drops Cyclosporin 0.5 % Eye Drops 2,000
754.
MGM0229 Drops Diclofenac Sodium 0.1 % Eye 37,000
755.
MGM0257 Drops Dorzolomider + Beta Blocker Eye 2 % / 0.5 % 3,000
756.
MGM0417 Drops Hypertonic Saline 5% Eye 200
757.
MGM0587 Drops Naphazline 0.025 + Pheniramine 0.3% 4,680
758.
MGM0597 Drops Nepafenac Eye Drops 0.1 % w/v 1,000
759.
MGM0655 Drops Phenylephrine Eye Drops 10 % 500
760.
MGM0668 Drops Polyvinyl Alcohol 1.4% Povidione 0.6% eye 1,500
761.
MGM0847 Drops Timolol 0.25 % Eye drop 5,000
762.
MGM0876 Drops Tropicamide 1% Eye 7,300
763.
MGM0699 Drops. Prostaglandin Analogue 0.0005 % 500
764.
MGM0789 Drop. Soda Glycerin Ear 120,000
765. Betamethasone 0.1% + Neomycin 0.5% (for eye, ear and
MGM0096 Drops nose) Drops 150,000
766.
MGM0169 Drops Ciprofloxacin + Lignocaine ear 5 ml 50,000
767.
MGM0170 Drops Ciprofloxacin Ear 5 ml 50,000
768.
MGM0192 Drops Clotrimazole Ear sol. 20 ml. 20,000
769.
MGM0375 Drops Gentamycin + Hydrocartisone Ear Drops 100,000
770.
Drops Gentamycin 0.3% Eye/ Ear Drops 100,000
771.
MGM0617 Drops Ofloxacin Ear 5 ml. 10,000
772.
MGM0665 Drops Polymyxin -B Sulphate + Lignocaine ear drop 5 ml 10,000
773.
MGM0854 Drops Tobramycin 0.3%+Dexamethasone 0.1% Eye 5 ml 10,000
774.
MGM0086 Spray Beclamethasone Nasal Spray 20,000
775.
MGM0342 Spray Flunisolide Nasal Spray 0.25% , 15ml 50,000
776.
MGM0571 Spray Momatsonefurate 50mcg 20,000
777.
MGM0912 Spray Xylometazoline HCL 0.1% Nasal Spray 20 ml. 25,000
Diagnostic Agent/Opthalmologicals
778.
MGM0661 Drop Pilocarpine 2% 400
779.
MGM0333 Inj. Flouroseine 10 % 1,250
780.
MGM0570 Inj. Mitomycine 2 mg 10
781.
MGM0715 Inj. Ranibizumab 0.1 % 100
TOPICAL PREPARATION (Skin)
782.
MGM0026 Cream Adapalene 0.1% (Retinoid) 1,000
783.
MGM0965 Cream Acyclovir 5% 1000
784.
MGM0094 Cream Benzyl Peroxide 4 % 40 gm 10,000
785. Betamethasone as Diproponate 0.05% + Gentamycin
MGM0098 Cream Suplhate 0.1% 15 gm 5,000
786.
MGM0104 Cream Bifonazol 01 % 100,000
787.
MGM0179 Cream Clobetasol propionate 0.05 % 10 gm 200,000
788. Clotrimazole 1 % + Betathasone as diproponate 0.05%
MGM0190 Cream Gentamycin 5 gm 20,000
789.
MGM0191 Cream Clotrimazole 1% 200,000
790.
MGM0225 Gel Diclofenac 1% 50 gm 8,000
791.
MGM0926 Cream Fluocinolone 0.025 % 1,000
792.
MGM0344 Cream Fluocinolone 0.025 % + Neomycine 30 gm 1,000
793.
MGM0345 Cream Fluocinolone Acetonide 0.025% 30gm 10,000
794.
MGM0364 Cream Fusidic Acid 2 % 15 gm 30,000
795.
MGM0366 Cream Fusidic Acid 2 % 20 mg + Hydrocortisone Acetate 1% 15 gm 20,000
796.
MGM0376 Cream Gentamycin Skin 10 gm 200,000
797.
MGM0410 Cream Hydrocortisone 1 % Skin Cream 10gm 200,000
798.
MGM0411 Cream Hydrocortisone 1% + Clotrimazole 10gr. 100,000
799.
MGM0513 Cream Lindane 1% 50 mg 6,250
800.
MGM0563 Cream Miconazole, Hydrocortisone 10 gm 1,000
801.
MGM0580 Cream Mupirocim USP 2% 15gm 16,200
802.
MGM0595 Cream Neomycin cream 15 gm 50,000
803.
MGM0680 Cream Premethrine 5% 30 gm 200,000
804.
MGM0819 Cream Sulphur 100 mg + Permethrin 50 mg 100,000
805.
MGM0797 Gauz. Sodium Fusidate 2% 1,000
806.
MGM0675 Gel Prednicorbate 0.25% 7,500
807.
MGM0100 Lotion Betamethasone-17 + Velerate 0.1% 60 ml. 200,000
808.
MGM0119 Lotion Calamine 120 ml 100,000
809.
MGM0178 Lotion Clobetasol 20ml 20,000
810.
MGM0189 Lotion Clotrimazole 1% 10ml 300,000
811.
MGM0197 Lotion Crotamiton 10 % 60 ml 4,000
812.
MGM0514 Lotion Lindane 1% 60 ml 6,250
813.
MGM0681 Lotion Premethrine 1% w/w Lotion 60 ml 250,000
814.
MGM0095 Oint. Betamethasone 0.1% 15 gr 100,000
815.
MGM0365 Oint. Soduim Fusidate 2 % 15 gm 20,000
816.
MGM0409 Oint. Hydrocortisone 1 % 10,000
817.
MGM0667 Oint. Polymyxin-B Sulphate+Bacitracin Skin Oint.Tube of 20 gms 200,000
818.
MGM0781 Oint. Silver Sulphadiazine 1% 250 gr. Jar 29,900
819.
MGM0594 Powder Neomycin + Bacitracin Zinc Topical Powder 50,000
820.
MGM0097 Oint. Betamethasone 0.1%+ Salicylic acid 3% 20,000
821.
MGM0153 Gel Chlorhexidine Gluconate 0.2% Topical Gel 10 gm 500
822.
MGM0288 Gel Enzyme Alginogel Forte Gel 2,000
823.
MGM0289 Gel Enzyme Alginogel Hydro Gel 2,000
824.
Sol Tetrachlorodecaoxide Solution 50ml 3,000
Antipsoriatic

825. MGM0019 Cap. Acitretin 10 mg 7,000

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

894. MBV0007 Inj Albumin, Human 25% / 50 ml 5,000


VACCINES/ IMMUNOGLOBULIN
895. MBV0001 Inj A.T.G. 1500 iu (Tetnus) 232,500
896. MBV0003 Inj Aggrastat-Inactivated Influenza Vaccine (Surface antigen) 1,000
897. MBV0010 Inj Anti Rabies Serum 5ml. 50,000
Anti Rabies Vaccine. Inactivated Rabies virus/vaccine 2.5 i.u
898. MBV0011 Inj with Solvent 1 ml / 0.5 ml 130,000
899. MBV0013 Inj Anti Sera - A 10 ml. 1,151
900. MBV0014 Inj Anti Sera - B 10 ml 1,026
901. MBV0015 Inj Anti Snake Venom 5 ml / 10 ml (Polyvalent) 50,000
902. MBV0025 Inj Haemophillus Influenza Vaccine 10,000
903. MBV0027 Inj HBS Vaccine (rDNA) Adult dose 1 ml 20 mcg 2,000,000
904. MBV0028 Inj HBS Vaccine (rDNA) Child dose 0.5 ml 10 mcg 2,000,000
905. MBV0036 Inj Meningeococcal Vaccine 3,000
906. MBV0039 Inj MMR 10,000
907. MBV0044 Inj Pneumococcal Vaccine (13 Valent) 13,600
908. MBV0045 Inj Pneumococcal Vaccine (23 Valent) 13,600
909. MBV0046 Inj Rabies Immunoglobulin 2ml 10,000
910. MBV0047 Inj Tetanus Immunoglublin (WHO Recommended) Human 5,000
911. MBV0008 Inj Anti Diptheric Serum 5,000
912. MBV0026 Inj HBS Immune Globulin 10,000
913. MBV0031 Inj Immune Globulin (Human) 5% 50ml/2.5gr 3,000
914. MBV0048 Inj Tetanus Toxoid 0.5 ml (WHO Recommended) 50,000
Factors
915. MBV0009 Inj Anti heamophilic Factor VIII (Human) 1,500
916. MBV0012 Inj Anti Rho(D) immune globulin 5,000
917. MBV0022 Inj Factor VII a (Recombinant) 1.2 mg 1,000
918. MBV0023 Inj Factor VIII a (Recombinant) 1,000

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

MBV0017 Cap Diadanosine 250 mg (Delayed Release / Slow Release) 500


1048
MBV0054 Syp Lamivudine Oral solution 10mg/ml 0
1049
MBV0058 Syp Nevirpine 50mg/5ml 0
1050
MBV0052 Syp Zidovudine 50 mg/5ml (Oral) 3,120
1051
MBV0060 Tab Abacavir 300 mg 0
1052
MBV0018 Tab Didanosine 200 mg 7,488
1053
MBV0049 Tab Dolutegravir 500
1054 Efavirenz ,Lamivudine and Tenofovir Disoproxil Fumarate
MBV0059 Tab 0
400mg/300/300mg
1055
MBV0050 Tab Lamivudine 150 mg. 6,240
1056 MBV0053 Tab Lamivudine and Tenofovir Disoproxil Fumarate 300mg/300mg 0
1057
MBV0051 Tab Lamivudine and Zidovudine 150mg/300mg + Efavirenz 200mg 7,488
1058
MBV0062 Tab Raltegralvir 400mg 0
1059
MBV0057 Tab. Nevirpine 200 mg 6,864
1060
MBV0061 Tab. Zidovudine 300 mg 3,120
1061
MGM0959 Inj Remdesivir 100mg (Lyophilized Powder) 1500
1062
MGM1016 Tab Calcium Carbonate 100mg + Alfacalcidol 0.5mg 20,000

You might also like