You are on page 1of 90

DEPARTMENT OF HEALTH AND FAMILY WELFARE, H.P.

Office: BlockNo.6, SDA Commercial Complex, Kasumpti, Shimla-171009, India


Phone: Tel. : 0177-2621424, 2628252 Website: http://www.hphealth.nic.in,
Fax : 0177 – 2620661. https://www.hptenders.gov.in
Email: ddhsproc@gmail.com
__________________________________________________________________________

E-TENDER FOR SUPPLY OF


MEDICINES and DRUGS
TO H.P. GOVT. HEALTH INSTITUTIONS
(Period of Rate Contract: one year)
Last Date and Time for submission of online Bid: 07.03.2023 up to 5:00 PM.

1
DEPARTMENT OF HEALTH AND FAMILY WELFARE, H.P.
Office: BlockNo.6, SDA Commercial Complex, Kasumpti, Shimla-171009, India
Phone: Tel. : 0177-2621424, 2628252 Website: http://www.hphealth.nic.in,
Fax : 0177 – 2620661. https://www.hptenders.gov.in
Email: ddhsproc@gmail.com

Tender Ref. No. HFW-H(PROC)/2023 Date 00.00.2023

NOTICE INVITING TENDER

E-Tenders are invited from manufacturers (for indigenous products) and Direct Importers (for the
imported products), for rate contract of Medicines and Drugs for supply to H.P. Government Health
Institutions. The detailed tender document can be viewed and downloaded from website:
https://www.hptenders.gov.in, from 15.02.2023 to 07.03.2023 up to 5:00 PM. The Last date and
time for submission & uploading of filled in tender documents is 7.03.2023 up to 5:00 PM. The
Tender will be opened on 09.03.2023 at 11:00 AM. All subsequent corrigendum, modifications
and clarifications in respect of this tender will be published on aforesaid websites only. The
bidders are advised to visit the aforesaid website regularly. The undersigned reserves the right to
reject any or all the tender offers without assigning any reason.

Additional Director-cum-Chairman,
H.P. Health Procurement Cell,
Himachal Pradesh

2
DEPARTMENT OF HEALTH AND FAMILY WELFARE, H. P.
Office: BlockNo.6, SDA Commercial Complex, Kasumpti, Shimla-171009, India
Phone: Tel. : 0177-2621424, 2628252 Website: http://www.hphealth.nic.in,
Fax : 0177 – 2620661. https://www.hptenders.gov.in
Email: ddhsproc@gmail.com

E-TENDER FOR SUPPLY OF MEDICINES and DRUGS

Tender Ref. No. HFW-H(PROC)/2023 Date 00.00.2023

E-TENDERING SCHEDULE
Date & Time of on-line publication : 15.02.2023
Period for Downloading of e-tender 15.02.2023 to 07.03.2023 upto 5:00 PM.
document :
Date, Time and Venue of Pre-Bid 22.02.2023 at 11.30 AM.
Meeting Venue: Directorate of Health & Family
Welfare, Swasthya Sadan, Kasumpti,
Block No. 6, SDA Complex,
Shimla, H.P. 171009
Start Date and End Date and time for 28.02.2023 to 07.03.2023 up to 5:00 PM.
submission /uploading of e-tender
Date & Time for opening of Technical 09.03.2023 at 11:00 AM.
Bid: Financial bid for technically Venue: Directorate of Health & Family
qualified bidder will be opened for which Welfare, Swasthya Sadan, Kasumpti,
date will be notified after evaluation of Block No. 6, SDA Complex,
the technical bid. Shimla, H.P. 171009

Cost of the tender document : Rs. 500/- (Rs. Five hundred only), deposit
through online submission in ICICI Bank as
per facility available on website
https://www.hptenders.gov.in in favour of
Director Health Services Himachal Pradesh,
Shimla {Non Refundable}
Earnest Money Deposit (EMD) : Rs. 2,00,000./-(Rupees Two Lakh only) deposit
through online submission in ICICI Bank as
per facility available on website
https://www.hptenders.gov.in in favour of
Director, Health Services, Himachal Pradesh at
Shimla
* If the date fixed for the opening of tender is declared a holiday, the tender shall be opened
on the next working day at the same time as fixed for the original date for this purpose.

3
DEPARTMENT OF HEALTH AND FAMILY WELFARE, H.P.
E-TENDER FOR SUPPLY OF MEDICINES and DRUGS

ABBREVIATIONS
1 H & FW Health & Family Welfare Department of Himachal Pradesh
2 HP HPC Himachal Pradesh Health Procurement Cell, Shimla – 171 009
3 DHS Director Health Services, Himachal Pradesh & Purchaser
4 ADHS Additional Director Health Services, Himachal Pradesh &
Tender Inviting Authority
5 Bidder Company/Firm participating in the tender and having
uploaded/submitted the bids
6 L-1 Bidder Techno-commercially qualified bidder quoting lowest rates for the
tender item(s)
7 L1-Matched Techno-commercially qualified bidder who has consented to
Bidder match L-1 rates
8 Successful Bidder Approved L-1 bidder/L-1 matched bidder
9 Approved Supplier Successful bidder having executed the agreement and having
deposited the performance security and approved for placement of
purchase orders.
10 NIT Notice Inviting Tenders
11 BOQ Bill Of Quantity
12 CMO Chief Medical Officer
13 MS Medical Superintendent
14 EMD Earnest Money Deposit
15 IP Indian Pharmacopeia
16 BP British Pharmacopeia
17 USP United States Pharmacopeia
18 NFI National Formulary of India
19 NABL National Accreditation Board for Testing and Calibration of
Laboratories
20 WHO World Health Organization
21 GMP Good Manufacturing Practices
22 GLP Good Laboratory Practices Certificate
23 GST Goods and Services Tax
24 PAN Permanent Account Number
25 RKS Rogi Kalyan Smiti
26 PBG Performance Bank Guarantee
27 F.O.R. Free on Rail
28 H.P. Himachal Pradesh
29 Govt. means Government of Himachal Pradesh
30 MSME Micro Small and Medium Enterprises
31 DVDMS Drugs and Vaccines Distribution Management System
32 DCGI Drugs Controller General of India
33 GST Goods and Services Tax

4
DEPARTMENT OF HEALTH AND FAMILY WELFARE, H.P.
E-TENDER FOR SUPPLY OF MEDICINES and DRUGS
TABLE OF CONTENTS
INSTRUCTIONS FOR BIDDERS 6-7
GENERAL INSTRUCTIONS 7-10
ELIGIBILITY CRITERIA FOR PARTICIPATION IN THE TENDER 10-11
TENDER VALIDITY 11-12
TECHNICAL BID: UPLOADING OF DOCUMENTS 12-13
OPENING OF TENDERS 13-14
EARNEST MONEY DEPOSIT AND COST OF TENDER DOCUMENT 14
PERFORMANCE SECURITY DEPOSIT & AGREEMENT 14-16
PRICES & PERIOD OF PRICE AGREEMENT 16-17
PURCHASE ORDERS & SUPPLY CONDITIONS 17-19
DELAY IN SUPPLIES AND PERFORMANCE OF THE CONTRACT 19-20
LIQUIDATED DAMAGES 20-21
SHELF LIFE 21
WARRANTY, RECALLS , BAR CODING, QUALITY ASSURANCE 21-22
TERMINATION FOR DEFAULT 22-23
FALL CLAUSE 23-24
RAISING OF BILLS AND PAYMENT PROVISION 24-25
PACKING AND MARKING REQUIRED 24-27
INSPECTION, SAMPLING AND RESULTS 27-28
TRANSIT INSURANCE 29
TERMINATION FOR SOLVENCY 29
INDEMNITY 29
ARBITRATION, AREA OF JURISDICTION 29-30
FORCE MAJEURE 30
CORRUPT OR FRAUDULENT PRACTICES 30-31
PURCHASER‟S RIGHT TO VARY QUANTITY 31
OTHER CONDITIONS 31-33
FORMATS:
LETTER OF UNDERTAKING - Annexure- “A” 34
ANNUAL TURNOVER CERTIFICATE - Annexure- “B” 35
MANUFACTURING & MARKETING CERTIFICATE - Annexure- “C” 36
LIST OF ITEMS FOR WHICH RATES QUOTED APPEARING IN THE 37
FINANCIAL BID /BOQ - Annexure- “D”
AFFIDAVIT - Annexure- “E” 38
ACTION PLAN –GUIDELINES - Annexure- “F” 39-42
AGREEMENT - Annexure- “G” 43-44
LIST OF INDENTING OFFICERS - Annexure- “H” 45-46
FORM –B - Annexure- “I” 47-49
GS1 Bar Coding - Annexure-“J” 50-52
BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY - 53
Annexure- “K”
LIST OF MEDICINES / DRUGS AND ESTIMATED REQUIREMENT 54-85
Annexure-“L”
CHECKLIST Annexure-“M” 86-88
SUPPLY SCHEDULE Annexure-“N” 89
PRICE SCHEDULE Annexure-“O” 90

5
DEPARTMENT OF HEALTH AND FAMILY WELFARE, H.P.
Office: BlockNo.6, SDA Commercial Complex, Kasumpti, Shimla-171009, India
Phone: Tel. : 0177-2621424, 2628252 Website: http://www.hphealth.nic.in,
Fax : 0177 – 2620661. https://www.hptenders.gov.in
Email: ddhsproc@gmail.com

INSTRUCTIONS FOR BIDDERS

Additional Director-cum-Chairman, H.P Health Procurement Cell, Himachal Pradesh, Shimla-


171009 invites e-tenders on behalf of H.P. Govt. only from manufacturers (for indigenous
products) and Direct Importers (for the imported products), for the Rate Contract of
Medicines/Drugs mentioned in the Annexure-L(the actual requirement may vary) to the tender
documents uploaded herewith. The running rate contract will be governed by the conditions laid
down in the tender document. The tender document and other instructions can be downloaded or
viewed from the portal https://hptenders.gov.in, https://www.hphealth.nic.in . The last date and
time for submission of cost of tender document, Earnest Money Deposit and uploading of filled
in tender documents is 07.03.2023 up to 5.00 P.M. The E-tender will be opened on 09.03.2023 at
11.00 A.M. All subsequent corrigenda, modifications and clarifications in respect of this E-tender
will be published on aforesaid website only. The bidders are advised to visit the aforesaid website
regularly.

INSTRUCTIONS FOR E _BIDDING


1. The prospective bidders should register on website https://hptenders.gov.in & obtain
User-ID and Password before tendering. In case of any problem; you may contact office
of Deputy Director (Procurement), Health & Family Welfare, on Phone No. 0177-
2621424, 2628252 and on email-ID: ddhsproc@gmail.com.
2. Entire tender process will be carried out on line through above mentioned website.
Bidders are advised to procure E-Token / Digital Signing Certificate from suitable
vendors or from any authorized agency.
3. Before submission of online bids, bidders must ensure that scanned copies of all
necessary documents shall have been uploaded with the bid.
4. The process for e-tendering can be observed/practiced on demonstration site
https://demoeproc.nic.in.
5. Bidders are advised to check/visit website https://hptenders.gov.in regularly to check for
any amendment/corrigendum with respect to the tender document. All subsequent
notifications/amendments/notices shall be published on the aforesaid website only.

6
6. The bids shall be opened on the date and time mentioned in the Tender Notice in the
presence of bidders who opt to be present. If the date fixed for the opening of the tender is
declared a holiday, the tenders shall be opened on the next working day at the same time
as fixed for the original date for this purpose.
7. The Additional Director-cum-Chairman, H.P. Health Procurement Cell, H. P. Shimla-
171009 reserves the right to cancel the tender and accept or reject any or all tenders in
part or whole without assigning any reason, what so ever.

THE E-TENDER DOCUMENT TO BE UPLOADED IN TWO PARTS:


1. Technical Bid : It shall contain clearly legible scanned copies of Form “A” and Form
“B” and all requisite documents, certificates etc. as specified in Form “A” and Form “B”
duly filled in and digitally signed. All the documents must be scanned and uploaded in
PDF format with hundred dpi with black and white option.
2. Financial Bid: It shall contain financial bid / BOQ uploaded in .xls format which will be
available for bidders on website https://hptenders.gov.in .The financial bid / BOQ will not
be accepted in physical form.
3. At the time of opening of tenders only Technical Bid containing proof of deposit of Cost
of Tender documents, Earnest money deposit, certificates and documents, information
required as per Form “A” and Form “B” would be opened and Financial bid/BOQ will
be opened only of those bidder who fulfill techno-commercial eligibility criteria. The
date for opening of Financial bid will be notified after evaluation of the technical bid.

GENERAL INSTRUCTIONS
1. The bidder should be a Manufacturer (for indigenous products) and Direct importer (for
the imported products).
2. The bid should be complete with all document duly signed by authorized person.
3. The Bids without deposit of cost of tender document and earnest money deposit shall be
rejected out rightly.
4. Conditional Tenders, Alternative Tenders and Tender sent by fax/telex/email will not be
accepted.
5. In case there is any suggestion regarding Bid conditions/specifications/shelf life, strength,
packing/turn over etc. The suggestions should be submitted through E–Mail at email-ID:
ddhsproc@gmail.com. Provided the suggestion is received by the HP HPC (Himachal
Pradesh Health Procurement Cell) not later than twenty four hours prior to the starting

7
time of pre-bid meeting so that the representation of the bidders may be well processed
and decision could be taken well in time. After pre-bid meeting date no representation/
suggestions will be entertained.
6. A tenderer requiring any clarification on any issue of the tender documents may take up
the same with the ADHS (Tender Inviting Authority) in writing on email-ID:
ddhsproc@gmail.com. The HP HPC will respond in the pre-bid meeting only to such
request, which are received by the HP HPC not later than twenty four hours prior to the
starting time of pre-bid meeting. No requests for any clarification shall be entertained
after pre-bid meeting.
7. All corrigendum, modifications and clarifications in respect of this tender will be issued
only on website https://www.hptenders.gov.in.
8. At any time prior to the date of submission of the Bid, HP HPC may either on its own
initiative or in response to a clarification requested by a prospective bidder in pre-bid
meeting, may make any changes, modifications and amendments in the Tender
document by issuing a corrigendum in writing and will be published on website
https://hptenders.gov.in. Such amendments will be binding on the bidders.
9. The bidders should quote only for those products for which product permission meet the
bids specifications.
10. Firms intending to participate in the tender should first ensure that they fulfill all the
eligibility criteria as prescribed under the terms and conditions; otherwise the tenders will
be summarily rejected. Tenderer should quote only for the items which fulfill all the
eligibility criteria.
11. Online Drugs and Vaccines Distribution Management System (DVDMS) has been
implemented in the Department of Health & Family Welfare, H.P. In case there will be
any requirement on the part of approved supplier(s) for online registration or furnishing
of online information. The approved supplier(s) shall have to comply with the
requirement of the DVDMS online system.
12. The ADHS (Additional Director Health Services)-cum-Chairman, HP HPC reserve the
right to waive off minor infirmity in a Bid, provided it does not constitute any material
deviation and financial impact and, also, does not prejudice or affect the ranking order of
the tenderers. Wherever necessary, the HP HPC will convey its observation on such
„minor‟ issues to the tenderer by registered/speed post/email etc. asking the tenderer to
respond by a specified date. If the tenderer does not reply by the specified date or gives
evasive reply without clarifying the point at issue in clear terms, that tender will be liable

8
to be ignored. The decision of The ADHS-cum-Chairman, HP HPC in this regard shall
be final and binding on the bidders.
13. Bids will be accepted only from the Manufacturers/Direct Importer. Purchase orders will
be issued directly to the successful bidder(s) i.e. Manufacturer(s)/Direct Importer(s).
14. Manufacturer/Direct Importer shall be responsible for any delay in execution of supplies
by their authorized distributor, if any. The Authorized distributor, if any, shall also have
to abide by the terms and conditions of the tender document and Purchase order.
15. Department of H & FW (Health & Family Welfare), H.P will not be responsible for any
payment dispute between manufacturer and authorized distributor nominated by the
manufacturer/ Direct Importer.
16. In case of supply through Authorized distributor, the authorized distributor shall have to
sign the agreement jointly with the Manufacturer/ Direct Importer. It must be noted that
bidder cannot change/add their authorized distributor after signing the agreement.
17. The bidder shall upload proof of deposit of cost of tender document and EMD (Earnest
Money deposit).
18. Bidders are requested to complete the process of online bid submission well before the
closing date and time for bid uploading, in order to safe guard their own interest. It will
be the sole responsibility of the tenderer to scan and upload clearly legible documents for
assessment failing which the tender will be liable for rejection.
19. Samples against this Tender inquiry, if called for, shall be furnished by the date
stipulated. Failure to do so will entail the bid being ignored.
20. Quoting of rates in BOQ for the exact packing as stated:-
A. If the packing unit is given for 10x10 tablets/ capsule, the rate should be quoted
for 100 tablets/ capsules, and not for 1 tablets / capsule or 10 tablets / capsule.
B. If the packing unit is given for 10 x14 tablets/ capsule, the rate should be quoted
for 140 tablets/ capsule, and not for 1 tablets / capsule or 10 tablets/ capsule.
C. If the packing unit is given for 2 ml ampoule (1x25 ampoules), the rate should be
quoted for 25 ampoules and not for 1 ampoule or 10 ampoules etc.
D. If the packing unit is given for 2 ml ampoule (1x10 ampoules), the rate should be
for 10 ampoules and not for 1 ampoule etc.
E. The rates should be quoted strictly as per specifications and pack size mentioned in
the Financial bid/BOQ .
F. Medicines/Drugs should be covered by I.P, B.P, U.S.P, N.F.I, latest edition and
shall conform to presented standard of quality. If any product is mentioned in

9
Indian Pharmacopeia (IP) then IP only will be applicable and for that Indian
Pharmacopeia 2018 may also be referred. If product is not mentioned in IP then
other pharmacopeia like BP/USP etc. as applicable will be referred

FORM -A

TERMS AND CONDITIONS FOR PARTICIPATION IN THE TENDER

E-Tenders are invited on behalf of H.P. Govt. from the Manufacturers /Direct Importers of
Medicines/Drugs (in generic, proper name only) to enter into rate contract with Health
Department for a period of one year. The price agreement shall be operative from the date of
award of contract. However, the tender period can be further extended by the competent authority
for further period, as deemed fit, subject to necessity and satisfactory performance by the
successful bidder(L-1/L-1 Matched) and fulfillment of all the terms & conditions of the tender
by the successful bidder. In case of extension in the validity period of tender, the successful
bidder shall have to enter into fresh agreement with the Purchaser.

1. ELIGIBILITY CRITERIA FOR PARTICIPATION IN THE TENDER


A. Bids shall be accepted only from the manufacturers (for indigenous products) and direct
importers (for the imported products).
B. The bidder should be having own valid manufacturing license /loan license of quoted
items hereby referred to as tendered items for which the rates have been invited or valid
import license for quoted items for which the rates have been invited, from competent
authority.
C. Distributors / Suppliers / Agents are not eligible to participate in the tender on behalf of
any company.
D. The bidder participating in the tender, should have minimum average annual turnover of
Rs. 20.00 Crore (Rs. Twenty Crore) for bidders located in other States and Rs. 10 Crore
(Ten Crore) for bidders located within the State of H.P in preceding three years i.e.
2019-2020, 2020-2021 and 2021-22.
E. The bidder quoting rates for the tender items, should have filed Income Tax Returns
during preceding three consecutive Assessment Years i.e. 2020-2021, 2021-22 and
2022-23.

10
F. For quoting rates the bidder should have Valid “WHO GMP” (Good Manufacturing
Practices) certificate and the bidder should have Product Approval/Product
Permission in respect of each quoted medicine/drugs.
G. The bidder should have valid „GLP‟ (GOOD LABORATORY PRACTICES)
certificate(s) as per schedule L1 of the Drugs & Cosmetic Rules, 1945 as amended from
time to time, duly issued during past six months prior to the last date for submission of
tender.
H. For the imported products condition of GLP Certificate is not mandatory, however
import license issued by Drugs Controller General of India (DCGI) should be uploaded
along-with analysis certificate, if any.
I. The bidder should have valid Drug Manufacturing License(s) against which products
have been quoted. If the license(s) has / have been applied for further renewal, a copy of
the license(s) validity certificate duly issued by the concerned drug authority must be
uploaded.
J. Tender should not be uploaded for the product / products for which the bidder has / have
been blacklisted / debarred by any other State / Central Government‟s organization for
reason of quality non compliances, major violations of the Drugs and Cosmetics Act
and Rules made thereunder or for the event of non- supply.
K. The tenderer who are blacklisted in Himachal Pradesh for last three years will not be
eligible to participate in this tender.
L. The manufacturer should have Manufacturing & Marketing Certificate as per
Annexure –“C” for the period of minimum three years, in respect of quoted products.
In case of importer same Performa shall be used for providing marketing certificate.
M. The bidder should have No-conviction certificate(s) duly issued by the concerned Drug
Licensing Authority during past six months prior to the last date for submission of
tender.

2. TENDER VALIDITY
A. Each Bid shall remain valid for a period of 180 days from the last date of bid submission
(excluding the last date of bid submission). A Bid valid for a shorter period shall be
rejected as being non-responsive.
B. In exceptional circumstances, the ADHS, may request the bidders to extend the Bid
validity period prior to the expiration of the Bid validity period. All such requests and
the responses shall be made in writing.

11
C. An extension of the Bid validity period will not entitle a bidder to modify its Bid.

3. TECHNICAL BID: UPLOADING OF DOCUMENTS


The bidder shall upload the following documents / certificates / information clearly legible
and duly signed on each page by the authorized officer of the bidder:-
A. Power of Attorney / Resolution of Board of Directors authorizing an officer of the bidder
to transact the business with Tender inviting Authority. The signature of the authorized
officer should be attested with photograph and such authorized officer of the bidder
should sign the tender documents.
B. Proof of deposit of Cost of e-tender Document
C. Proof of deposit of Earnest Money Deposit (EMD).
D. Form-B duly filled in and signed as per Annexure- “I”.
E. Valid Drug Manufacturing License(s)/Loan License(s) against which products have been
quoted. If the license(s) has / have been applied for further renewal, a copy of the
license(s) validity certificate duly issued by the concerned drug authority.
F. Valid Import license in respect of quoted imported product(s).
G. List of quoted products as per Annexure -“D”
H. Authority letter in favour of the Authorized Distributor in case of supplies to be executed
through Authorized Distributor.
I. Valid “WHO GMP” (Good Manufacturing Practices) certificate.
J. Product Approval/Product Permission in respect of each quoted Medicine/Drug in the
seriatim of quoted Medicines/Drugs appearing in the financial bid/BOQ.
K. Valid „GLP‟ (GOOD LABORATORY PRACTICES) certificate(s) as per schedule L1 of
the Drugs & Cosmetic Rules, 1945 as amended from time to time. GLP not mandatory
for Imported products.
L. Valid Manufacturing & Marketing Certificate(in case of domestic products) /
Marketing certificate(in case of imported products), as per format at Annexure-“C”.
M. GS1 Barcoding registration Certificate Annexure-“J”.
N. Valid No-conviction certificate(s) duly issued by the concerned Drug Licensing
authority.
O. Letter of Undertaking on Company/Firm letter head as per Annexure- “A”.
P. Affidavit of the bidder as per Annexure-“E”, notarized on Rs. 100 stamp paper.
Q. Copy of GST registration number of bidder.
R. Certificate of Incorporation/Registration.

12
S. Upload attested copy of PAN of bidder.
T. Attested copy of GST No. of Branch Office or Depot or Dump or C & F Agent or
Authorized Distributor from where Supplies are to be executed.
U. Annual Turnover Certificate based on Balance Sheet and P & L Account, for
preceding three years i.e. 2019-2020, 2020-2021 and 2021-22, duly certified, signed and
stamped by Chartered Accountant with UDIN mentioned on the face of the Certificate
Annexure -“B”. The copies of Balance Sheet & P & L Account or any other annexure
should not be uploaded.
V. Income Tax Returns for three consecutive Assessment Years i.e. 2020-2021, 2021-22
and 2022-23.
W. Self attested Check List duly filled-in, signed and stamped, as per Performa attached as
Annexure- “M”.
X. PRICE SCHEDULE Annexure-“O” ( price to be quoted only in online BoQ)
Y. Copy of complete Tender Document Duly signed and stamped (at the bottom of each
page). Nothing should be filled in or written in this copy, except stamp and signature of
the authorized officer.
4. OPENING OF TENDERS
A. The ADHS (Tender Inviting Authority) will open the tenders at the specified date and
time and at the specified place as indicated in the E-tendering schedule. In case the
specified date of tender opening falls on / is subsequently declared a holiday or closed
day for the purchaser, the tenders will be opened at the appointed time and place on the
next working day.
B. Authorized representatives of the tenderers, who have uploaded tenders in time, may
attend the tender opening provided they bring with them letters of authority from the
corresponding tenderers. The tender opening official(s) will prepare a list of the
representatives attending the tender opening. The list will contain the representatives‟
names & signatures and corresponding tenderers‟ names and addresses.
C. The Technical Bid will be opened first. These Tenders shall be scrutinized and evaluated
by the Competent Committee of Experts with reference to parameters, specifications and
terms & conditions prescribed in the Tender Document.
D. Any modification or clarification in tender document can be seen on website
https://hptenders.gov.in.
E. The recommendations made by the competent Committee and approved by the
appropriate authority will be final for proceeding further. In the second stage, the

13
Financial Bid of only the Techno-commercially recommended/acceptable offers (as
decided in the first stage) shall be opened for further evaluation on a date to be notified
after the evaluation of the Technical Bids.

5. EARNEST MONEY DEPOSIT AND COST OF TENDER DOCUMENT


A. Every bidder shall deposit an EMD of Rs. 2,00,000/- (Rupees Two Lakh only) on or
before last date and time for submission of the bid online, in ICICI Bank as per facility
available on website https://wwwhptenders.gov.in in favor of Director Health Services,
Himachal Pradesh.
B. Every bidder shall deposit a cost of tender document Rs. 500/- (Rs. Five hundred only)
on or before last date and time for submission of the bid online, in ICICI Bank as per
facility available on website https://wwwhptenders.gov.in in favor of Director Health
Services, Himachal Pradesh.
C. EMD will be returned to unsuccessful bidders after award of rate contract.
D. Earnest Money deposit of the successful bidder will be refunded after the signing of the
agreement and deposit of Performance Security by the successful bidder.
E. EMD deposited by the bidders will be forfeited, if it comes to notice of the Purchaser that
the information/documents furnished in its tender are incorrect, false, misleading or
forged without prejudice to other rights of the Purchaser.
F. In case if the successful bidder fails to sign the agreement and to deposit the Performance
Security as prescribed and scheduled or withdraws its bid within its validity after award of
contract, the EMD will be forfeited and the successful bidder will be debarred from
participation in the tender of the Department of Health & Family Welfare Govt. of H.P.,
for a period of three years.
G. No interest will be paid to the bidders on their EMD.

6. PERFORMANCE SECURITY DEPOSIT & AGREEMENT


A. Agreement:
The successful bidder shall execute an agreement (2 copies) on a non-judicial stamp paper of
value of Rs.100/-(Rs. One hundred), stamp duty to be paid by the successful bidder within
Ten days from the date of the intimation from the Purchaser, informing that their tender has
been accepted. The Specimen form of agreement is available in Annexure- “G”.

14
B. Performance Security:
i. Within Ten days after the issue of Letter of Award/information about acceptance of
the bid by the Purchaser, the successful bidder shall furnish to the Purchaser,
Performance Security, valid up to ninety days after the date of completion of all
contractual obligations by the successful bidder, including the warranty obligations.
ii. The amount of Performance Security shall be @ 5 % (five percent) of the estimated
contract value (based on requirement as given in Annexure-L) subject to a
minimum of Rs. 10,000.00), performance security may be furnished in the form of
irrevocable Bank Guarantee (including e-Bank Guarantee), in prescribed format
issued by a commercial bank in India .
iii. If the successful having been called upon by the Purchaser to furnish Performance
Security, fails to do so within the specified period, it shall be lawful for the
Purchaser at its discretion to annul the award, forfeit Bid Security, besides taking
any other punitive action, debarring from participation for a period of three years.
iv. If the successful bidder during the currency of the Contract fails to maintain the
requisite Performance Security, it shall be lawful for the Purchaser at its discretion:-
a. to terminate the Contract for Default besides availing any or all contractual
remedies provided for breaches/ default, or
b. without terminating the Contract:
1. recover from the Contractor the amount of such security deposit by
deducting the amount from the pending bills of the contractor under the
contract or any other contract with the Purchaser or
2. treat it as a breach of contract and avail any or all contractual remedies
provided for breaches/ default.
v. In the event of any amendment issued to the contract, the contractor shall furnish
suitably amended value and validity of the Performance Security in terms of the
amended contract within fourteen days of issue of the amendment.
vi. The Purchaser shall be entitled, and it shall be lawful on its part, to deduct from the
Performance Security or to forfeit the said security in whole or in part in the event
of:
a. any default, or failure or neglect on the part of the contractor in the
fulfillment or performance in all respect of the contract under reference or
any other contract with the purchaser or any part thereof.

15
b. for any loss or damage recoverable from the contractor which the Purchaser
may suffer or be put to for reasons of or due to above defaults/ failures/
neglect and in either of the events aforesaid to call upon the contractor to
maintain the said performance security at its original limit by making further
deposits, provided further that the Purchaser shall be entitled, and it shall be
lawful on his part, to recover any such claim from any sum then due or
which at any time after that may become due to the contractor for similar
reasons.
vii. Subject to the sub-clause above, the Purchaser shall release the performance
security without any interest to the contractor on completing all contractual
obligations.
viii. No claim shall lie against the Purchaser regarding interest or any other charges
concerned with procuring and deposit of the Bank Guarantee.

7. PRICES & PERIOD OF PRICE AGREEMENT


A. Prices:
i. The rates of tendered items etc. shall be quoted online in the BOQ provided in the e-
tender. The Format of BoQ given in Annexure-“O”.
ii. Rates should be quoted online on F.O.R. door delivery basis at all “District Stores”
located in the State of H.P. listed at Annexure -“H” or other indenting officers
mentioned in the Purchase order.
iii. The bidder shall have to quote Basic Rate without GST. The GST shall be paid as
applicable from time to time.
iv. The price quoted must be net per unit and inclusive of Freight, Loading, Unloading,
Insurance, Road permits, Handling, Packing, Clearing charges, if any. No other
charges & taxes will be paid extra.
v. The rates should be filled in carefully and correctly online. After approval of rates,
no representation will be entertained for amendment in rates, presentation / pack.
vi. The price quoted by the bidders shall not, in any case exceed the controlled price, if
any, fixed by the Central / State Govt. and the Maximum Retail Price (MRP).
vii. In the event of any decrease in the rates during the contractual period, the successful
bidder shall have to reduce the rates accordingly and the bidder shall submit
notarized undertaking to reduce rates correspondingly from the date, the rates have
been reduced.

16
viii. The purchaser also reserve the rights:
a. To enter into parallel Price Agreement(s) simultaneously or at any time during
the period of the Price Agreement with one or more L-1 Matched Bidder(s) as
purchaser think fit; and
b. To place adhoc contract or contracts simultaneously or at any time during the
period of this contract with one or more bidders for such quantity of such item
or items as the purchaser (whose decision shall be final) may determine.
ix. Item-wise rates quoted by the bidders will be compared digitally and Purchase
orders issued subject to approval by the State Government keeping in view, the
quality of medicine / drugs, clinical experience of the expert members of the
committee.
x. All the transit loss what so ever will be borne by the successful bidder (any
monetary limit is not acceptable).
xi. It will be the responsibility of successful bidder to deliver the medicines and drugs
in the District store or stores of other indenting officers mentioned in the Purchase
order and not at the gate of the institution or the building.
xii. Other departments of H.P Govt. may also procure medicine/drugs on approved
rates and sources for which separate Memorandum of understanding may be signed
with the concerned department(s). The ADHS-cum- Chairman, HP HPC/ DHS
shall not be responsible for any non-compliance of the terms and conditions of the
tender.
B. Price Agreement:
i. The price Agreement shall be operative up to one year from the date of its
finalization i.e. from the date of issue of award letter with a condition that in case if
there is a fall in the institutional price due to reduction in cost of raw material, GST,
custom duty exemption etc. the successful bidder will have to reduce the price
proportionately.
ii. The successful bidder shall note that Purchase orders may be placed up to the last
day of the currency of the price agreement.
8. PURCHASE ORDERS & SUPPLY CONDITIONS
A. Purchase Orders:
i. In order to ensure sustained supply without any interruption the HP HPC reserves
the right to select more than one bidder to supply the requirement from amongst the
techno-commercially qualified bidders.

17
ii. In order to select more than one bidder HP HPC will inform the L-1 rate to all the
techno-commercially qualified bidders through e-mail to give their consent in
writing to match the L-1 rate for Medicine(s) /Drug(s) quoted by them. The bidders
who agree to match L-1 rate, will be considered as Matched L-1 bidder.
iii. If two or more bidders are declared as lowest bidders for the same
Medicine(s)/Drug(s) such bidders shall execute necessary agreement as specified in
the Tender Document. On depositing the required amount as Performance Security
and on execution of the agreement, such bidders are eligible for the placement of
Purchase Orders in equal ratio e.g. if two bidders then 50 % each.
iv. While HP HPC has chosen to place purchase orders with Matched L-1 bidder and
there are more than one such matched L-1 bidders, then the purchase orders for the
requirement of Medicine(s) /Drug(s) will be placed with L-2 ( who has Matched L-
1) first on matched rates of L-1 and in case L-2 also fails to supply/intimate L-3 (
who has Matched L-1) would be considered on matched L-1 rates and the same
order would be followed in case of L-3, L-4 etc.
v. The matched L-1 bidder, on placement of purchase orders, will be deemed as
approved supplier for the purpose of the Bid and all provisions of the Bid
document i.e. signing of agreement, deposit of performance security etc. applicable
to L-1 rate bidder will apply mutatis mutandis to the matched L-1 bidder.
vi. If the L-1 bidder has failed to supply /intimate HP HPC about its inability/delay in
supply of the required Medicine(s) /Drug(s) as per the purchase order within the
stipulated time or as the case may be, HP HPC may place purchase orders with the
Matched L-1 bidder for purchase of the Medicine(s) /Drug(s).
vii. Purchase orders will be issued quarterly (for 3 months at a time) during rate contract
period based on the requirement, to the approved suppliers.
viii. Whenever any Purchase Order is placed during the validity of the contract it shall be
binding on approved supplier to send confirmation of receipt of Purchase order,
through email to the concerned Indenting officer within 3 days from the date of
issue of Purchase order else it will be presumed that approved supplier is not willing
to supply the ordered items and Purchase order shall be cancelled. In such cases
action as applicable for non-supply of medicines /drugs shall be initiated.
ix. The approved supplier should also send the details of supply schedule against the
purchase order as specified in Annexure-N, through e_mail within 7 days from the
date of issue of Purchase Order else it will be presumed that approved supplier is

18
not willing to supply in such cases action as applicable for non-supply of medicines
/drugs shall be initiated.
x. Given the condition that the approved supplier has confirmed the receipt of the
purchase order and has also sent the supply schedule as prescribed, Such approved
supplier, if at any time, during the performance of the contract, should encounter
extreme conditions concerning timely delivery of the medicines/drugs, the supplier
shall promptly and not later than 15th day from the date of issue of Purchase order,
notify the purchaser in writing of the facts of the delay and its likely duration and its
cause(s). As soon as practicable after receipt of the supplier‟s notice, the purchaser
shall evaluate the situation and may at its discretion extend the delivery time to the
extent it deems fit with or without liquidated damages as applicable for the delay. In
case the purchaser is not satisfied with the statement of approved supplier w.r.t. the
extreme conditions concerning timely delivery of the ordered medicines/drugs, in
such cases action as applicable for non-supply of medicines /drugs shall be initiated.
B. Supply Conditions
1. The date of delivery of Medicines/Drugs at district stores or other destinations as
mentioned in the purchase order shall be deemed to be essence of the contract and
delivery must be completed by the approved supplier within 45 days (upto 5 PM on 45th
day) from the date of issue of Purchase order.
2. The approved supplier shall supply the medicines/drugs only on the basis of the
purchase order issued by the purchaser. Any supply without a valid purchase order will
not be accepted by purchaser, for payment and the purchaser, shall not be responsible for
any loss on this account.
3. The approved supplier shall have to supply the Medicine(s) /Drug(s) in Generic name
only. The approved medicine(s) shall not be accepted in brand name.
4. Supplies will be F.O.R. destination i.e. door step delivery up-to the Store.

9. DELAY IN SUPPLIES AND PERFORMANCE OF THE CONTRACT


A. Delivery of the ordered items shall be made by the approved supplier in accordance with
the time schedule, as per Clause 8(B) above.
B. Any deviation in performance of its delivery obligations as prescribed in Clause 8(B)
shall render the supplier liable to any or all of the following actions:-
i. Forfeiture of its Performance Security Deposit.
ii. Deduction/Recovery of Liquidated Damages.

19
iii. Termination of the contract for default.
C. In case of Non-Supply or Part Supply by a approved supplier against a Purchase
Order, the purchaser shall be at liberty to proceed with any or all of the following
contractual remedies provided for breaches/ default:-
i. Cancellation of contract
ii. Debarment for a period of 3 years.
iii. Forfeiture of Performance Security.
iv. Procurement from other Source at the risk and cost of the approved supplier. The
excess expenditure over and above contracted prices incurred by the purchaser in
making such purchases and other losses sustained in the process shall be recovered
from the Performance Security or from any other money due and become due to the
approved supplier.
D. In case of non-supply or part-supply by the approved supplier the action as at 9(C)(ii)
shall be taken as follows :-
i. Three or less than three medicine(s)/drug(s) then the approved supplier shall be
debarred from participation in the tenders floated by the department of H&FW, HP
for the particular medicine(s)/drug(s) for a period of 3 years.
ii. More than three medicines/drugs then the approved supplier shall be debarred from
participation in the tenders floated by the department of H&FW, HP for a period 3
years for all Medicines/Drugs.
E. Representations against penal action in cases of (part-supplies) supplies >= 95 % but <
100 % against purchase order:-
In such cases the purchaser may refer the short supply matters to a duly constituted
committee with the mandate to consider the representations citing the issues/constraints
confronted by the suppliers and give its recommendations on such representations on case
to case basis. In case the committee is convinced with the representation may
recommend relaxation of the penal action to the extent it deems fit. The decision of the
DHS on such recommendations of the committee may be final and binding on all
concerned.
10. LIQUIDATED DAMAGES
In case of delayed supplies i.e. after the prescribed delivery time as per Clause- 8(B) above ,
after taking into consideration extension if any allowed, the purchaser shall without
prejudice to its other remedies under the contract, deduct as liquidated damages a sum
equivalent to :

20
A. 3 % of the value of the delayed supplies of medicines/drugs, in case the delay is not of
more than 7 days (supplies made after 5 PM of 45th Day upto 5 PM of 52nd Day).
B. 5 % of the value of the delayed supplies of medicines/drugs, in case the delay in not of
more than 14 days (supplies made after 5 PM of 45th Day upto 5 PM of 59th Day).
C. 10 % of the value of the delayed supplies of medicines/drugs, in case the delay is not of
more than 21 days (supplies made after 5 PM of 45th Day upto 5 PM of 66th Day).
D. In case there is a holiday on the date fixed for completion of supplies such supplies be
allowed to be made on next working day by the time as fixed for the original date for this
purpose, without imposition of penalties if any.
E. Liquidated damages shall be calculated on value of delayed supplies without GST.

11. SHELF LIFE


A. The shelf life of the medicines and drugs shall be strictly fixed for the period not less than
the period as prescribed in the Schedule “P” of the Drugs and Cosmetics Rules 1945 as
amended from time to time.
B. Minimum shelf life of the Medicines/Drugs offered should be as mentioned in months
against each item in the Annexure–“D” to be uploaded in Technical Bid.
C. The bidder should note that at the time when the items are offered for inspection/supply,
the life of the drugs shall not have passed more than one sixth (1/6th) of the effective /
useful life of the drug counted from the date of manufacture or 60 days whichever is
higher. Loss or premature deterioration due to biological and other activities during the
life potency of the drugs shall have to be made good by the approved supplier free of cost
or shall have to refund the cost of sub-standard drug lying with district stores.

12. WARRANTY
Supplies must fully comply in all respect with the Technical specifications and conditions
laid down in the contract and in accordance with the Pharmacopoeia standards and
manufactured under the strict compliance of the WHO GMP guidelines and compliance of
provisions as laid down under the revised Schedule M of the Drugs and Cosmetics Act. 1940
and rules made there under and as amended from time to time.
13. RECALLS
If product(s) are recalled because of problems with product quality or adverse reaction to the
pharmaceutical, the approved supplier will be obliged to notify the purchaser, providing full
details about the reason leading to the recall, and shall take steps to replace the product in

21
question at supplier(s) own cost at the ultimate destination with a fresh batch of acceptable
pharmaceuticals or withdraw and give a full refund if the product has been taken off the
market due to safety. The replacement of stocks shall be made within 30 days else the
Purchase order for such medicine shall be automatically stand cancelled and action for non-
supply of medicines/drugs (Clause-9(C)) shall be initiated besides the approved Supplier
shall be debarred for supply of such medicine for a period of three years.
14. BAR CODING
All suppliers of medicines/drugs are required to incorporate barcodes as per GS1 standards at
secondary and tertiary packaging level. At the time of supply, supplier may submit valid GS1
registration Certificate/Document. Detailed Technical specification for GSI Standard may
please be seen at Annexure “J”.
15. QUALITY ASSURANCE
A. The approved supplier shall have to provide Test Certificate / Analysis report in respect of
all batches of Medicines/Drugs along with supplies separately from any of the NABL
accredited Analytical Laboratories licensed under Drugs & Cosmetics Act, 1940 and
Rules there under as amended from time to time. The supplies will be deemed to be
completed only upon receipt of above said analytical test report.
B. Samples of supplies in each batch may be chosen at the point of supply or distribution /
storage points for testing. Such samples may be drawn and sent for testing by the
concerned drug authorities as per the relevant rules in force. In case, if samples are
reported as failed the approved supplier will have to take back such batches, as a whole
and the approved supplier shall be debarred for supply of such sub-
standard/Misbranded/spurious product to H.P. Govt. Health Institutions for a period of 3
years. The approved supplier shall not be entitled for any payment for Sub-standard/
Misbranded/ Spurious batch of the supplied Medicines/Drugs. In case the payment on
account of such supplies have been made then the amount shall be recovered from other
due payments and performance security.
C. The Drugs shall have the active pharmaceutical ingredients at the maximum permissible
level throughout the shelf life period of the drug.

16. TERMINATION FOR DEFAULT


A. The purchaser may without prejudice to any other remedy for breach of contract, by
written notice of default sent to the approved supplier, terminate the contract in whole or
in part if the approved supplier fails to deliver any or all of the goods within the time

22
periods specified in the contract or any extension thereof granted by the purchaser
pursuant OR
B. If the approved supplier fails to promptly replace any goods rejected submitted for testing
or subject to recall ordered by the applicable Regulatory Authority in the country of
manufacture due to unacceptable quality or reports of adverse drugs reaction after giving
prompt notice of their recall.
C. If the approved supplier fails to perform any other obligation(s) under the contract.
D. In the event, the purchaser terminates the contract in whole or in part, pursuant to above
and without prejudice to the purchaser‟s other remedies, the purchaser may procure upon
such terms and in such manner as it deems appropriate, goods or services, similar to those
undelivered goods. The approved supplier shall be liable to the purchaser for any excess
cost for such similar goods. However, the supplier shall continue performance of the
contract to the extent not terminated.

17. FALL CLAUSE


The bidder should confirm acceptance to the fall clause given herein under:-
A. The price charged for the item supplies under the contract by the bidder shall in no event
exceed the lowest price at which the bidder sells the items or offers to sell items of
identical description to any persons/organizations including the purchaser or any
Department of the Central Government or any Department of a State Government or any
statutory Undertaking of the Central or State Government, as the case may be during the
period till performance of all Purchase orders placed during the currency of the Price
Agreement is completed.
B. In any subsequent date after submission of the quotation or placing of a Purchase order,
the manufacturer reduces the sale price of such stores “In case there is a fall in the
institutional price due to reduction in price of raw material, customs duty exemption etc.
the manufacturer will have to reduce the price proportionately” or sells or offers to sell
such stores to any other party at a price lowest than the price charged/chargeable against
the Purchase order placed by the Indenting Officer, the manufacturer will forth-with
notify such reduction in sale price to the purchaser and the concerned Indenting officers
of the District Stores and the price payable for the items to be supplied against the
Purchase order after the date of such reduction in sale price coming into force shall stand
correspondingly reduced.
The above stipulation will, however, not apply to:

23
i. Export/ Deemed Exports by the successful bidder.
ii. Sale of drugs which have short left over expiry dates.
C. Approved supplier shall submit a certificate to the concerned Indenting Officer at the time
of claiming payment for supplies made against price agreement that items of description
identical to the items supplied to District Store(s) under the price agreement have not been
offered/sold by them to any persons / organizations up to the date of bill/ completion of
supply against all Purchase orders placed at a price lower than the price charged to the
purchaser(s) under the price agreement. It is further certified that there is no fall in the
institutional price due to reduction in price of raw material, customs duty exemption etc.
and in such case, the manufacturer will have to reduce the price proportionately.

18. RAISING OF BILLS AND PAYMENT PROVISION


A. All bill(s) / invoices of tendered items should be raised in triplicate in the name of the
concerned Indenting Officer placing the Purchase order or as per directions given in the
Purchase order and supplies shall be delivered at the concerned “DISTRICT STORES”,
or other destinations as per directions in the Purchase order at different locations as
mentioned in Annexure- “H”.
B. No advance payments towards costs of Drugs /Medicines, will be made to the approved
supplier.
C. Payments towards the supply of Medicines/Drugs will be made upon confirmation of
receipt of stock /items at the concerned “DISTRICT STORE”, other destinations after the
receipt of analysis report of the supplied items & declaration of the same as of standard
quality by the Govt. Drug Testing Laboratory by the concerned Indenting Officer(s), if
drawn for the purpose of same. The payment will be made either by means of Cheque or
through RTGS (Real Time Gross Settlement System) / Core Banking / NEFT by
concerned Indenting officer/ Director, Health & Family Welfare, Shimla-171009, (in case
Purchase order is placed by the Director, Health & Family Welfare,Shimla-171009 ) on
receipt of verified bill(s) from the District Stores. The bidder shall upload the relevant
details as per details asked in Part-I of Form B. The bank charges payable to the bank
shall be recovered from the approved suppliers.
D. Pro-rata deduction from claimed/due payment if the supply is received in damaged
conditions or rejected straightway.

24
E. Payment shall be made within one month on receipt of supplies in good condition and
after receipt of analytical report by the concerned Indenting Officer after observing all
codal formalities.

19. PACKING AND MARKING REQUIRED


A. PACKING FOR TABLETS AND CAPSULES
i. Primary Packing
a. Unless otherwise specified in Purchase order. The primary packing material
should be non-toxic and compatible with the product. The quality of the
packing material should be such in order to protect the product during its
shelf life as declared on the label, when stored in the condition as prescribed
on the label. Tablets, Capsules, Caplets etc. are required to be packed in
standard Aluminum / Aluminum strip or PVC Blister with aluminum back
material. The thickness of aluminum foil used should not be less than
0.03mm as to ensure protection of the product inside.
b. The unit carton pack used to pack the strips /blister should have appropriate
thickness and quality of the card board in order to ensure proper handling and
storage.
c. Approved supplier for more than one product shall pack Tablet and capsules
in different color strips or blister for easy identification, distinction of the
different medicines/drugs by the patients.
d. The details mentioned on the strip/ blister should be clearly visible.
ii. Shipper Packing:
Final packing shall be done in corrugated boxes conforming to IS:2771 (part-I) :
1990 suitably cushioned lined and strong enough to bear Rail /Road transit hazards
B. PACKING FOR BOTTLES
i. Primary Packing
Bottles should confirm the container /content compatibility test as prescribed in the
pharmacopoeia.
ii. Shipper Packing
a. Final packing shall be done in 7- ply corrugated Boxes weighing not more
than 20Kgs conforming to IS / 277l / Part –I : 1990 suitable Cushioned lined
and strong enough to bear the Rail /Road Transit Hazards.

25
b. All Syrup/Suspension bottles shall be provided with measuring caps.
c. All Eye and Ear drops shall be provided with dropper or any preparation
supplied as drops to be provided with dropper.

C. PACKING FOR INJECTION


Vial /Ampoules should confirm the container /content compatibility test.
All glass items should be of U.S.P. Type – I / Siliconized Glass.
i. Primary Packing
In neutral plain glass ampoule / vial conforming to IS: 1984 (Part-I) 1971 for
relevant capacity provided with rubber stopper and pilfer proof metallic seal (in
case of vials) and enclosed in strong card board carton and 25/50 vials / ampoules
enclosed in well cushioned nested card board carton.

ii. Shipper Packing


a. All Dry powder injection shall be provided with Diluents/water for injection.
b. Final packing shall be done in corrugated fiber board boxes conforming to IS:
2771(Part4):1990 suitable Cushing and liner and strong enough to bear the
Rail/ Road transit hazards.
c. All glass ampoules should be provided with single ended break neck.
D. PACKING INSTRUCTION FOR IV FLUIDS
i. Primary Packing
Initial packing material should confirm the container /content compatibility test for
the contents of the container and should be manufactured by Form Fill Seal (FFS)
/ Blow Fill Seal (BFS) / Collapsible bags. Technology of relevant capacity as
indicated in the List of quoted Drugs (Annexure-“D”).
ii. Shipper Packing
a. Final packing shall be done in corrugated fiber card board carton (7ply only)
conforming to IS: 2771(Part-I):1990 duly nested containing not more than 25
bottles.
b. All I.V fluid bottles should be provided with cap on the neck.
E. Packing of each drug item should be strictly according to the requirements specified in the
list of each category of Medicines/Drugs.

26
F. The package will indicate the name of the manufacturer, the date of manufacture, date of
expiry and the batch no. The labels both on Inner most packing and outer Containers
should be marked with the words "H.P.GOVT.SUPPLY NOT FOR SALE" in bold red
letters.
G. Labeling and packing shall be as per the provisions contained in the Drugs and Cosmetics
Rules 1945 as amended up-to-date, other particulars of labeling, if any, prescribed by the
Indenting Officer in his Purchase order should be complied with.
H. The approved 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 / Purchase order. The Packing shall be sufficient to withstand, without limitation,
rough handling during transit and exposure to extreme temperatures, sunlight and
humidity during transit and storage. Packing case size and weights shall take into
consideration, where applicable, the remoteness of the Goods „final destination. All
primary packaging containers, which come in contact with the pharmaceuticals or drug
content, shall strictly conform to the specifications in the relevant Pharmacopoeia to
protect the quality and integrity of the goods.
I. Offers with packing not in terms of the requirement of Tender enquiry shall be summarily
rejected.

20. INSPECTION, SAMPLING AND RESULTS


A. The purchaser who receives supply of any medicine/drug firstly shall draw samples of
received medicines/drugs within 48 hours and send the samples for testing. Such samples
may be drawn and sent for testing, analysis and reporting to drug testing laboratory by the
concerned drug authorities as per the relevant procedure and rules in force. The stocks of
Medicines/Drugs shall not be issued to field units until is/are declared of standard quality
by the Drug Testing Laboratory. It may be ensured that sample of same batch are not got
tested time and again by various purchaser(s).
B. The purchaser shall have also the rights to take random and representative sample for the
purpose of test and analysis to ensure their conformity to the contract technical
specifications/pharmacopoeia standard as prescribed. The sampling shall be conducted at
the goods final destination and sent for testing, analysis and reporting to the drug testing
laboratory by concerned drug authorities as per the relevant procedure and rules in force.
The report thereof shall have to be accepted by the approved supplier.

27
C. Unless otherwise provided for in the contract if the special tests or independent test
proves satisfactory and the stores or any installment thereof is accepted, the quantity
expended in test will be deemed to have been taken delivery or paid for as such by the
purchaser.
D. Should an inspected or tested goods fail to conform to the specifications, the purchaser
may reject them and the approved supplier will remove the rejected stores at their cost.
E. In case any item is found substandard either at the inspection stage or during the shelf life
of the item, the report of the Government approved laboratory shall be accepted by the
firm(s). If the same is disputed by the firms giving the reasons, the sample will be sent to
Central Drug Laboratory, Kolkata and the report of CDL will only be accepted as final.
F. The debarment action will be taken against the manufacturing unit and contract holding
Firms (both) will be taken according to the category-A and category-B defects as per
guidelines issued by the Ministry of Health & Family Welfare Annexure-“F”
G. In the event of sample failure of their products, in addition to the debarment action, the
performance security of the approved suppliers will be forfeited and the testing charges
involved will be recovered by the purchaser /Indenting Officer from the supplying firms
besides the recovery of cost of products declared substandard from the balance payments
of the approved supplier pertaining to earlier/current/subsequent years, even if payment
for that particular drug stands already released.
H. The purchasers right to inspect, test and where necessary reject the goods after the goods
arrival at the final destination shall in no way be limited or waived by reason of the goods
having previously been inspected, tested and passed by purchaser or its representatives
prior to the goods dispatch from the place of manufacture.
I. Nothing in Clause-(19 C) shall in any way release the approved supplier from any
warranty or other obligations under the contract.
J. The approved supplier will be responsible to take back the rejected items from the district
stores/consignee place within forty five days or as stipulated in the notice issued to the
supplier, at their own risk and cost.
K. In case of Pre-Dispatch Inspection, items will be delivered at consignee's site within the
validity of the inspection note.
L. Non-supply and/or rejection on inspection/test repeatedly will be considered as bad
performance, which would render the approved supplier(s) liable to be debarred from
participation for a period of three years.

28
21. TRANSIT INSURANCE
A. The Indenting Officer shall not be responsible for any breakage/leakage/shortage during
transit etc.
B. The purchaser will not pay separately for transit insurance and the approved supplier will
be responsible till the entire items contracted for arrive in good condition at destination.
C. No material assistance what so ever will be provided by the purchaser.

22. TERMINATION FOR SOLVENCY


The Tender Inviting Authority may at any time terminate the contract by giving written
notice to the supplier without compensation to supplier, if the supplier becomes a bankrupt
or otherwise insolvent provided that such termination will not prejudice to affect any right of
action or remedy which has accrued or will accrue thereafter to the purchaser.

23. INDEMNITY
Tender Inviting Authority/ Director, Health & Family Welfare, /Additional Director, Health
& Family Welfare, Shimla-171009 /Indenting Officers, as well as the entire State Apparatus
of the Himachal Pradesh Government shall remain at all times fully indemnified and the
approved supplier shall keep every concerned Department duly indemnified, free of cost,
against any chemical analysis or statutory inspections/check during the shelf life of the items
supplied or infringement of any intellectual property rights or any other right protected by
patent, registration of designs or trademarks. It is made clear that no suit, prosecutions or
any legal proceedings shall lie against the DHS/Additional Director, Health Services, or any
other officer/official for anything that is done in good faith or intended to be done in
pursuance of the tender.

24. ARBITRATION
In case of any dispute, the same will be referred to an Arbitrator to be appointed by the
Additional Chief Secretary/Principal Secretary (Health)/Secretary (Health) to the
Government of Himachal Pradesh, Shimla-171002, whose decision shall be final and binding
on both the parties. Subject as aforesaid, the provision of the Arbitration & Conciliation Act,
1996 shall apply to all proceedings of this Act.

29
25. AREA OF JURISDICTION
A. All disputes concerning this tender shall be subject to the Civil jurisdiction of Municipal
Limits of Shimla Town, Shimla (H.P.) where the office of the Additional Director, Health
Services, H.P. is located.
B. The Additional Director-cum-Chairman, HP Health Procurement Cell reserves the right to
reject any or all the offers without assigning any reason.

26. FORCE MAJEURE


The terms and conditions here of shall be subject to force majeure. Neither the purchaser nor
the successful bidder shall be considered in default in the performance of their respective
obligations herein above if such performance is prevented or delayed because of act of GOD,
War, Flood, Hostilities, Revoltion, Civil Commotion, Official Strike, Epidemic, Accident or
Fire, or because of Law & Order Proclamation, Regulation or Ordinance of any Govt. of any
Sub-division thereof or Local Authority. The successful bidder shall be entitled to the
benefit of this clause only if he informs in writing of the circumstances amounting to force
majeure to the purchaser for each consignment/dispatch separately within 48 hours of the
happening thereof by fax/e-mail immediately, followed by a confirmatory letter sent by
Registered Post with acknowledgement due. In the event of the successful bidder pleading
any ground as constituting force majeure, the decision of the purchaser on that behalf alone
shall prevail and, if the purchaser, decides that the ground pleaded by the successful bidder
do not amount to force majeure, then the successful bidder shall not be entitled to plead the
same and or claim any relief under this clause.

27. CORRUPT OR FRAUDULENT PRACTICES


It is required by all concerned namely the Consignee/Tenderers/Suppliers etc. to observe the
highest standard of ethics during the procurement and execution of such contracts. In
pursuance of this policy, the purchaser: -
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 of anything of
value to influence the action of a public official in the procurement process or in
contract execution; and
ii. "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 purchaser,
and includes collusive practice among Tenderers (prior to or after Tender

30
submission) designed to establish Tender prices at artificial noncompetitive levels
and to deprive the purchaser of the benefits of free and open competition;
B. Will reject a proposal for award if it determines that the Tenderer 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 contract by the purchaser if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing the
contract.

28. PURCHASER’S RIGHT TO VARY QUANTITY:


A. At the time of award of contract, the quantity of Medicines/Drugs originally
specified in the bidding documents may be increased or decreased. There will not
be any minimum quantity guaranteed against bid quantity. The bid quantity is only
indicative. Actual purchase can be more or less than the bid quantity based on actual
consumption in the hospitals during Rate Contract period.
B. If the procuring entity does not procure any subject matter of procurement or procures
less than the quantity specified in the bidding documents due to change in
circumstances, the approved supplier shall not be entitled for any claim or
compensation except otherwise provided in the conditions of contract.
C. However, a successful bidder is bound to supply up to quantity indicated in bid
document.

29. OTHER CONDITIONS


A. If the approved supplier, or any of its approved items gets debarred/banned/blacklisted in
any state after entering into agreement with purchaser, it shall be the responsibility of the
supplier to inform purchaser within 15 days of such action, failing which the contract will
be cancelled and the performance security will be forfeited.
B. The approved supplier shall not, at any time, assign, sub-let or make over the contract or
the benefit thereof or any part thereof to any person or persons what so ever.
C. C&F Agents/Distributors/Stockiest/Authorized Distributors are not eligible to participate
in the tender.
D. All the documents to be uploaded should be signed by the bidder at the bottom of each
page with the office seal/stamp duly affixed.

31
E. Form-B forming part of the tender document-set, should also be properly and
exhaustively filled up and requisite documents to be attached and uploaded.
F. All consignment shall be insured by the approved suppliers for any transit losses. The
approved supplier shall also be responsible for any short-delivery and breakage in transit.
G. Bidder shall quote firm offers. Incomplete or conditional offers incorporating price
variation will not be entertained.
H. The bidder should indicate their manufacturing license no.(s) and their validity period for
the quoted items. An attested photocopy of manufacturing license(s), import license(s)
must be uploaded (only attested copy of relevant page of the product license (approved
formulation is to be uploaded).
I. The stores offered by bidder should strictly conform to the provisions of the Drugs &
Cosmetics Act, 1940 and the Rules made there under as amended from time to time.
J. The State Govt./ Purchaser reserves the right to have the premises of the manufacturers
inspected for ensuring that “WHO GMP" (GOOD MANUFACTURING PRACTICES) as
per revised schedule 'M' and “GLP” (GOOD LABORATORY PRACTICES) as per
schedule L-1 of the Drugs & Cosmetics Rules, as amended from time to time are being
observed by the manufacturer(s).
K. After the expiry period of last lot of supplies and after expiry of contractual period of the
tender the approved supplier will furnish the following undertakings by way of self-
declaration:
i. That they have executed all the Purchase orders issued by the respective Indenting
Officer(s) from time to time against the tender of medicine opened on
…………………
ii. That, in case, the samples of any item is declared sub-standard or mis-branded or
spurious at any stage within the expiry period of items supplied, the total cost of the
item so supplied under that batch shall be refunded within 30 days of the intimation
by the respective Indenting Officer(s).
L. It is presumed that the bidder has the requisite installed production capacity for the quoted
products.
M. The Purchase orders will be placed online and would be visible to the approved suppliers.
N. Each page of the quotation must be signed and unsigned quotations will be summarily
rejected.
O. All Tender documents attached with the invitation to Tender are sacrosanct for
considering any offer as a complete offer.

32
P. Bidder must mark serial no. on each uploaded document. Proof of deposit of Cost of
Tender document, Earnest Money Deposit should be uploaded on top.
Q. The documents required to be uploaded should be in the seriatim mentioned in the check-
list. The checklist should also be filled and uploaded.
R. All Glass items should be supplied in USP type -1/Silicon zed Glass.
S. Medicines/Drugs should be covered by I.P, B.P, U.S.P, N.F.I, latest edition and shall
conform to presented standard of quality. If any product is mentioned in Indian
Pharmacopeia (IP) then IP only will be applicable and for that Indian Pharmacopeia 2018
may also be referred. If product is not mentioned in IP then other pharmacopeia like
BP/USP etc. as applicable will be referred.
T. If after the completion of the tender process the approved rates of CPSU‟s or other Govt.
approved agencies are found less than L-1 rates, then purchaser will be free to procure
those products from the CPSU‟s or other Govt. approved agencies.
***

33
Annexure-A
LETTER OF UNDERTAKING
(To be given on Company Letter Head)

To,
The Additional Director-cum- Chairman,
H.P. Health Procurement Cell,
Directorate of Health & Family Welfare,
BlockNo.6, SDA Commercial Complex, Kasumpti, Shimla-171009, India
Sub: Letter of Undertaking and Acceptance of Terms & Conditions of Tender.

Madam/Sir,

I/We hereby offer to supply the items detailed in the Tender Document, or such portion thereof as
you may specify in the order, at the price given in the Price Bid (BOQ).

I/We have read and understood the Tender Document and instruction to bidders mentioned
therein which form part of the contract/agreement and I/we shall abide hereby the
terms/conditions/clauses contained therein and examine the specifications quoted in the Tender
here to and am/are fully aware of the nature of the items required and my/our offer is to supply
items strictly in accordance with the requirement.

I/We further convey our unconditional acceptance to all your standard terms and conditions
specified in the Tender Document(s)/Corrigendum(s) and the instructions to bidders.

In case any provisions of this tender are found violated, then your department/organization shall
without prejudice to any other right or remedy be at liberty to reject this tender/bid including the
forfeiture of the full said earnest money deposit absolutely.

All the Tender documents are duly filled in and signed by me/us with stamp/seal.

I/We have authorized M/s……………………………………………….. (Complete name and


postal address as our authorized distributor for execution of supplies and raising of bills. The
aforesaid firm will abide by the terms and conditions of the tender.

Yours faithfully,

[ ]
Signature with stamp
Name & Designation ____________________
Aadhar No.__________
Date _________, Place__________

Signature of Witness.
Name and Address
Date ________, Place __________

34
Annexure-B
ANNUAL TURNOVER CERTIFICATE
(to be given on the letter head of Chartered Accountant)

This is to certify that the Annual turnover of


M/s_____________________________________________ for Pharmaceuticals products for
the 3 Financial Years i.e. 2019-20, 2020-21 and 2021-22 as per books of accounts, balance
sheet of the aforesaid company is as under:

Sno. Description 2019-20 2020-21 2021-22 Average Annual


(INR) (INR) (INR) Turnover for 3
Financial Years .
1. Annual
Turnover
Total

Place:

Date:

Signature with Seal/Stamp


of the Chartered Accountant

Name:__________________

Name of the Co. /Firm:____________________

Membership No. (MANDATORY):___________________


UDIN No. (Mandatory):_______________________________

Note: The bidders are advised not to upload Balance sheet, Profit & loss account etc.

35
Annexure-C

MANUFACTURING & MARKETING CERTIFICATE

This is to certify that M/s ________________________________________is holding


Manufacturing License No. ______________granted on dated _____________and valid up to
___________ to manufacture the quoted drugs/surgical items at the above address, granted under
the provision of Drug & Cosmetics Act 1940 and rules there under and that they have manufactured
and marketed the below mentioned products for the period of minimum three years.

The products are as follows:


Sr. Name of the products/permission letter No. Composition Pharmacopeia
No. specification

Signature of the Drug Licensing Authority with office Seal/Stamp

36
Annexure-D

LIST OF ITEMS FOR WHICH RATES QUOTED APPEARING IN THE FINANCIAL BID
/BOQ
Sno Generic name G.CODE WHO GMP Products Mfg. & Shelf life
of quoted item certificate Approval and Marketing of item
as per against which permissions certificate for offered
Financial products have in r/o quoted minimum three (in
/Bid/BOQ and been quoted Products years in respect of months)
specification quoted product
against each Drug
License

Valid Page Valid Page Yes/No Page Yes/No


up to No. upto No No. Page No
[1] [2] [3] [4] [5] [6] [7] [9] [10] [14]

1. Note-Specification of the drugs should be IP/NFI if the product is officially in IP/NFI. Where item is
not included in the IP/NFI. The Specification should be as per Drug manufacturing License/permitted by
the Drug Control Authorities.
2. Abbreviations for indicating Specification
IP = Indian Pharmacopeia; NFI = National Formulary of India; BP=British Pharmacopeia ; USP = US
Pharmacopeia
CPT Conforming to Performance test as per Specification of the Drug as per Drug manufacturing
license/permitted by the Drug Control Authorities
Signature of the Bidder with Stamp
Name:
Designation:
Aadhar No.
Note: This annexure be filled-in the same seriatim of items as appearing in Financial Bid/BOQ for
quoted products only.

37
Annexure-E

AFFIDAVIT
I, _______________________ S/o Sh.____________________________ R/o
_____________________ _____________________________________ in the capacity of principal
officer /Prop./ Partner/ Director, of M/S _______________________________
_______________________do hereby solemnly affirm and declare as under:-

1. That M/S _________________________________________________________are the holder of valid


Drug Manufacturing Licence(s) and valid “WHO GMP” (Good Manufacturing Practices) Certificate(s)
,valid „GLP‟ (GOOD LABORATORY PRACTICES) certificate(s) as per schedule L1 of the Drugs &
Cosmetic Rules, qualifying to quote rates for medicines/drugs and Surgical items/Medical
consumables in the financial bid/BOQ.

2. That M/S _____________________________________________________________has sufficient


production capacity to execute the supplies against the requirement as mentioned against the quoted
product(s) in the tender document.

3. That M/S _____________________________________________________________have not been


convicted, Black listed, prosecuted for producing/ Supplying any sub- standard or misbranded or
spurious tendered items by the Central Govt./ State Governments or any Government undertaking /
Institutions under their control during the last three years.

4. That the quoted products have neither been declared as not of standard quality/ Misbranded
/Spurious/Adulterated nor have the product license been suspended/cancelled during last three years.

5. That the Rates quoted and to be charged are the lowest and does not exceed the control price as per the
Drug Price Control Order (DPCO) and instructions issued by National Pharmaceutical Pricing Authority
(NPPA). The rates quoted are also in no way higher than those quoted/charged by us from any other
Central Govt., State Governments and their Medical Institutions/Semi Government Institutions in the
country during the corresponding period.

6. That in the event of any decrease in the quoted rates, we undertake to reduce rates correspondingly from
the date the rates have been reduced.

7. That I/We affirm that the Additional Director, Health Services/Indenting Officer(s) is at liberty to take
action against me/ the company represented by me, if any, information submitted by me required as per
tender document proves to be wrong at any point of time.

DEPONENT

Verification:

I the above named deponent verify, do hereby that the contents of the above affidavit are true and correct to
the best of my knowledge and belief, no part of it is false and nothing has been concealed there from.

Verified at .................................on this the ...............................day of.........................

DEPONENT

38
Annexure-F
ACTION PLAN- Guidelines for action to be taken against the Manufacturing unit and the contract
holding firms in the event of drug reported to be 'Not of Standard Quality' in the laboratory test or
on the basis of the intimation received from the State Drugs Authority.

ACTION IN CASE CATEGORY “B “ ACTION IN CASE CATEGORY “A“ DEFECTS


DEFECTS
The manufacturer will be debarred for The manufacturer will be debarred for supply
the supply of that product for 3 years of that Particular product declared not of
and for repeated failure of similar standard quality for a period of 3 years and
nature, the supplier shall be debarred others actions as per clause.
from supply of all products permanently
and others actions as per clause.

CATEGORY B defects CATEGORY A defects

TABLETS and CAPSULES

S. Particulars S. No. Particulars


No.
1. Assay 70% and above of the label 1. Assay-below 70% for thermo labile
claim products And below 5% of the permitted
For thermo labile products and limits for thermo stable products
5%within permitted limits for thermo
stable products
2. Picking, Chipping, Capping, Rough 2. Test for Disintegration (except for marginal
surfaces, Brittle Tablets etc. Variation to be viewed on case to case basis).

3. Presence of spot/discoloration 3. Dissolution Test (except for marginal


variation
To be viewed on case to case basis).
4. Lump formations/caking in few 4. Failing in uniformity of Content.
Containers due to moisture
5. Failing in uniformity of weight. 5. Most of the tablets observed in powder form
Inside the strip pouches
6. Non uniformity in diameter/Uneven 6. Addition of permitted colour when not
Coating Recommended in Pharmacopoeia

7. Non declaration of colour used on the 7. Contamination with foreign matters


Label
8. Failing in limit test (e.g. free salicylic .
acid)/Failing in particle size
(Griseofulvin tablets).

39
9. Net contents

ORAL LIQUIDS (syrups/elixirs/solutions/suspensions/emulsions/ mixtures etc.)

1. Assay-70% and above of the label 1. Assay-below70% for thermo labile products
claim And below 5% of the permitted limits for
For thermo labile products and 5% thermo stable products.
within permitted limits for thermo
stable products

2. Presence of foreign matter 2. Presence of foreign matter such as fly/insect.

3. Change of colour 3. Fungus growth

4. Presence of suspended matter 4. Non dispersible cake/lump formation

5. Cracking of emulsion/Sedimentation/ 5. Addition of non-permissible colors.


Caking cake/lump formation

6. Non declaration of colour on label.

7. Minor variation in pH

8. Net content

EXTERNALPREPARATION(ointment/cream/lotions/emulsionsliniment/dustingpowders/
solutions etc.

1. Assay-70% and above of the label 1. Assay-below70% for thermo labile products
claim And below 5% of the permitted limits for
For thermo labile products and 5% thermo stable products.
within permitted limits for thermo
stable products

2. Presence of foreign matter 2. Fungal growth

3. Presence of foreign matter

4. Non declaration of colour on label/


Change of colour Consistency/
6. Homogeneity
Separation of phases

7. Limit test (e.g. kinetic viscosity),


Weight/ml, Minor variation in pH

8 Extradition of content from tube


(outside)
The nozzle/cap).
9
10 Net content

40
INJECTABLES, PARENTRALS, INCLUDING TRANSFUSION FLUIDS, OPTHALMIC
PREPARATIONS
(including eye ointment) SERA, VACCINES &STERILE DISPOSABLE PERFUSION SETS and
STERILEHYPODERMIC NEEDLES.
1. Assay-70% and above of the label 1. Assay-below 70% for thermo labile products
claim and below 5% of the permitted limits for
for thermo labile products and 5% thermo stable products
within permitted limits for thermo
stable products
2. Extractable volume. 2. Fails inPyrogentest, Toxicity and sterility.

3. Uniformity of weight (for dry 3. Fails in any other biological test.


powders),
Particle size.
4. Presence of particulate/glass particles/ 4. Presence of foreign matter amounting of
precipitation/foreign matter Serious nature (to be viewed on case to case
basis).
5. Isolated case of fungus growth. 5. Fungal growth (in different samples from
different sources of same batches)
6. Odour, Clarity, Change of colour,
Consistency, homogeneity etc.

7. Formation of mass/lump/cake) due to


moisture/minor variation in pH

8. Extradition of content from tube


(outside
The nozzle/cap).
9. Net content

POWDERS(for oral use)

1. Assay-70% and above of the label claim 1. Assay-below 70% for thermo labile
for thermo labile products and 5% products
within permitted limits for thermo stable and below 5% of the permitted limits for
products thermo stable products
2. Formation of mass/lump/cake) due to 2. Fungal growth
moisture.
3. Change of colour/description

4. Presence of particulate/glass particles/


precipitation/foreign matter
5. Net content

AEROSOLS/INHALATIONS

1. Assay-70%andaboveofthelabel claim 1. Assay-below70%for thermo labile products


For thermo labileproductsand5%within And below 5% of the permitted limits for
permitted limits for thermo stable thermo stable products.
products

41
2. Number of deliveries per 2. Leak test.
container/Water content/deposition of
omitted dose(limit).
3. Particulate matter

4. Pressure testing and Delivery rate

5. Tests such as total acids.

6. Net content

Disinfectants

1. Phenol coefficient(RWC) less than label 1. Phenol coefficient(RWC) less than label
claim claim
GradeI:between16and 18 GradeI:lessthan16
GradeII:between8and9 GradeII:lessthan8
GradeIII:between4and4.5 Grade III: less than4
2. For other soluble disinfectants 80% or 2. For other soluble disinfectants below
Above of the label claim/required limit. 80%of
The label claim/required limit.

42
Annexure-G
AGREEMENT

THIS AGREEMENT made the...........Day of.........................,20............Between the Government of Himachal Pradesh


through the ……………………………………………………………(Name of purchaser)
of.................................(Country of Purchaser) (Herein after "the Purchaser") on the one part and........................(Name of
Supplier) of..........................(City and Country of Supplier) (Hereinafter called "the Supplier") and
………………………………..(Name of Authorized Distributor, if any) of ………………….(City and country of
Authorized Distributor, if any ) on the other part:
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz. Supply of Medicines/Drugs in the
tender reference no. -------------------------------------------------------------------------- (Brief Description of Goods and
Services) and has accepted a bid by the Supplier for the supply of those goods and services approved by the purchaser.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract referred to, and they shall be deemed to form and be read and
construed as part of this agreement.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement,
viz.:

(a)The Letter of Approval of quoted products issued by the Additional Director-cum-Chairman, HP HPC.
(b)The Notice Inviting Tender.
(c) The supplier‟s bid including enclosures, annexure, etc.
(d)The Terms and Conditions of the Contract.
(e)The Schedule of Requirement
(f) The Technical Specification.
(g)Any other document listed in the supplier‟s bid and replies to queries, clarifications issued by the
Additional Director-cum-Chairman, HP HPC, such confirmations given by the bidder which are
acceptable to the Additional Director-cum-Chairman, HP HPC and the entire Addendum issued as
forming part of the contract.
3. In consideration of the payments to be made by the Director Health Services/concerned Indenting
Officer‟s of the Health & Family Welfare Department of H.P to the Supplier as herein after mentioned,
the Supplier hereby covenants with the Purchaser to provide, the goods and services and to remedy
defects therein inconformity in all respects with the provisions of the Contract.
The Director/Indenting Officer‟s of the Health & Family Welfare, H.P. hereby covenants to pay the Supplier in
consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the
Contract.
SUPPLY SCHEDULE:
Supply shall commence within 20 days and shall complete within 45 days from the date of issue of purchase order.

IN WITNESS where of the parties here to have caused this Agreement to be executed in accordance with their
respective laws the day and year first above written.

Signed, Sealed and Delivered by the said..............................(For the Purchaser)

43
in the presence of..........................................Signature

Name

Address

Signed, Sealed and Delivered by the Said Bidder, authorized Distributor..............................(For the Supplier in
case of Authorized distributor, if any )

in the presence of..........................................Signature

Name
Address

Name Name
Address Address

(For and on behalf of Bidder) (For and on behalf of Authorized Distributor, if applicable)

44
Annexure-H

LIST OF INDENTING OFFICERS


Sr. Phone
No. Name & Complete address with Pin CodeNo. STD Code Number

0177 2657225
1 CMO Cum Chairman of E.C RKS Distt. Hospital,Shimla,(H.P.)
2 CMO Cum Chairman of E. C RKS Distt. Hospital,Solan,(H.P.) 01792 224181
3 CMO Cum Chairman of E. C RKS Distt. Hospital, Sirmour,(H.P.) 01702 222543
4 CMO Cum Chairman of E. C RKS Distt. Hospital, Bilaspur,(H.P.) 01978 222586
5 CMO Cum Chairman of E. C RKS Distt. Hospital, Kinnaur,(H.P.) 01786 222922
6 CMO Cum Chairman of E. C RKS Distt. Hospital, Mandi, (H.P.)
7 CMO Cum Chairman of E. C RKS Distt. Hospital, Kullu,(H.P.) 01902 223077
8 CMO Cum Chairman of E. C RKSDistt. Hospital, Hamirpur,(H.P.) 01972 222223
9 CMO Cum Chairman of E. C RKS Distt. Hospital, Una,(H.P.) 01975 223068
10 CMO Cum Chairman of E. C RKS Distt. Hospital, Dharamsala,Kangra(HP)
11 CMO Cum Chairman of E. C RKS Distt. Hospital, Chamba,(H.P.). 01899 222223

12 CMO Cum Chairman of E. C RKS Distt. Hospital, Lauhal &Spiti, at Keylong (HP).
01900 222243
13 MS-cum-MemberSecretary,RKS Zonal Hospital, Mandi, .Mandi(H.P.) 01905 222928
14 MS-cum-Member Secretary, RKS Zonal Hospital,Dharamshala,Distt.Kangra 01892 222189
15 MS-cum-Member Secretary, RKS DDU Zonal Hospital, Shimla (H.P.) 00177 2658941
16 MS, Indira Gandhi Medical College Hospital, Shimla–171001 0177 2804251

17 MS,Kamla Nehru Hospital, Shimla–171001 0177 2623004


18 MS, DR.RGMC & Hospital,Tanda, Distt.Kangra–176215 01892 267115
19 MS, Dr. Yashwant singh Parmar Govt. Medical College, Nahan District Sirmour, H.P 01702 222209

20 MS, Shri Lal Bahadur Shastri Govt. Medical College & Hospital, Mandi, District 01905 243950
Mandi, H.P
21 MS, Pt. Jawahar Lal Nehru Govt. Medical College & Hospital, Chamba, District 01899 223955
Chamba, H.P
22 MS, Dr. Radhakrishnan Govt. Medical College, Hamirpur, District Hamirpur, H.P 01972 222222

23. MS ,TBS , Dharampur, District Solan, H.P 01792 264022

24. MS, Mental Hospital and Rehabilitation Centre, Shimla 0177 2633601

25 MS RH Bilaspur 01978 221242

26 MS Solan 01792 223638

27 MS UNA 01975 223068

45
28 MS Kullu 01972 222350

29 MS CH Rohroo

30 MS MGMSC Khaneri Rampur 01782 234969

31 MS Palampur

32 BMO Kaza

33 BMO Pangi

34 Additional Director, Health and Family Welfare, Kasumpti, Shima-171009. 0177 2628252

46
Annexure-I
FORM- B
FORMAT FOR FURNISHING INFORMATION BY THE BIDDER FOR THE SUPPLY OF TENDERED
ITEMS ETC. TENDER TO BE OPENED ON 00. 00. 2021 AT 00.00 AM/PM
PART-1
GENERAL
1 Name of the Bidder
Postal address
Country
State
City
Pin Code

a Telephone No. with STD Code

b Mobile No.
c E-mail Id(Primary)
d Alternative Email Id
e Fax No. with STD Code
f Website
g GST NO.
h PAN
i TIN No.
j License No.
k Supplier Status
l Average Annual Turnover, for
preceding three Financial Years i.e.
2019-2020, 2020-2021 and 2021-22
(Minimum average turnover of Rs. 20.00 Crore
(Rs.Twenty Crore) for bidders located in other States
and Rs. 10.00 Crore (Ten Crore) for bidders located
within the State of H.P )
m Type of Supplier
(i) Manufacturer
(ii) Direct Importer
n Account No. for e-banking
o Name of the bank in which on-line
Bank Account is operating
p Bank Address
q IFSC Code No
r MICR No.
2 Particulars of the Branch Office or Depot or Dump or C & F Agent or Authorized

47
distributor of the tenderer who will raise the bill(s) and where Purchase orders are to
be sent and Correspondence to be undertaken with regard to supplies (Please tick ()
mark the agency and give name & full postal address hereunder:-
1 Name of the Agency(Branch
office/Depot/Dump/C&F Agent/Authorized
Distributor
Postal address
Country
State
City
Pin Code
a Telephone No. with STD Code
b Mobile No.
c E-mail Id(Primary)
d Alternative Email Id
e Fax No. with STD Code
f Website
g GST NO.
h PAN
i TIN No.
j License No.
k Account No. for e-banking
l Name of the bank in which on-line
Bank Account is operating
m Bank Address
n IFSC Code No
o MICR No.
3 Name of persons who are responsible for conduct of business as explained under
section 34 of the Drugs & Cosmetics Act, 1940.
Sr. No. Name Father's/Husband's Name Age Residential Address

Total Number of Medicines/drugs for which rates have been quoted


4
5. Total Number of Surgical items/Medical consumables for which rates have been
quoted
PART-II
Declaration

48
I/We _____________________________________________ Prop./Partner/Director etc. (Please specify) of M/S
_______________________________hereby declare that the information given in this Form is true to
the best of my knowledge & belief.

Signature of the Principal Officer of the


Company/firm with seal/stamp
Name:
Designation:
Aadhar No.

49
Annexure-J
Technical Specification for GS1 Standards
Tertiary Level Pack: Data attributes to be captured -
a) Unique product identification code (GTIN - Global Trade Identification Number)
b) Expiry date
c) Batch no.
d) Quantity
e) Serial Shipping Container Code (SSCC)
e.g. 1st Barcode : (02) 1 8901117 56789 1 (17) 150101 (37) 30 (10) BCFD2568974
2ndBarcode:(00) 0 8901117 000124589 0
Attribute Description Length Nature Data Type
Application Identifier
to indicate GTIN-14
(02) 2 Fixed Numeric
Brackets not encoded
in the barcode
Unique Product
1 8901117 56789 1 14 Fixed Numeric
Number-GTIN-14
Application Identifier
to indicate Expiry
(17) date Brackets not 2 Fixed Numeric
encoded in the
barcode
Expiry Date
150101 6 Fixed Date
YY/MM/DD
Application Identifier
to indicate Quantity
(37) 2 Fixed Numeric
Brackets not encoded
in the barcode
30 Quantity 8 Fixed Numeric
Application identifier
to indicate Lot/batch
(10) number 2 Fixed Numeric
Brackets not encoded
in the barcode
BCFD2568974 Batch No / Lot No 20 Variable Alphanumeric
Application identifier
to indicate the SSCC
(00) 2 Fixed Numeric
Brackets not encoded
in the barcode
Unique number of
0 8901117 000124589 0 18 Fixed Numeric
the tertiary pack
Recommended bar code type-
GS1-128

50
Secondary Level Pack (if applicable or as prescribed): Data Attributes Captured
a. Unique product identification code (GTIN)
b. Expiry date
c. Batch No.
d. Serial number (optional)
e.g. (01) 1 8901117 56789 1 (17) 150101 (10) BCFD2568974 (21) 0000001
Attribute Description Length Nature Data Type
Application Identifier
to indicate GTIN-14.
(01) 2 Fixed Numeric
Brackets not encoded
in the barcode
GTIN-14- Unique
14 Fixed Numeric
1 8901117 56789 1 product code
Application Identifier
to indicate Expiry
(17) date 2 Fixed Numeric
Brackets not encoded
in the barcode
Expiry Date
150101 6 Fixed Date
YY/MM/DD
Application identifier
to indicate Lot/batch
(10) 2 Fixed Numeric
Brackets not encoded
in the barcode

BCFD2568974 Batch No / Lot No 20 Variable Alphanumeric/Numeric


Application identifier
to indicate Serial
Number 20 Variable Numeric
(21)
Brackets not encoded
in the barcode
Serial Number 20 Variable Alphanumeric/Numeric
0000001

Recommended barcode
type – GS1 Data matrix or
GS1-128
or

Please note -

51
 The above bar-coding requirements shall be in addition to existing statutory labeling &
marking requirements.
 The parentheses (brackets) are not encoded in the bar code and they are represented in
human readable form only for highlighting the application identifier number with in the
brackets.
 Fixed length data fields will always precede variable length fields.
 It is mandatory to print data encoded in barcodes as human readable information.
Please contact GS1 India office for any further assistance –
GS1 India
(Under Min. of Commerce, Govt. of India)
330, 2nd Floor, „C‟ Wing, August Kranti Bhawan,
Bhikaji Cama Place, New Delhi - 110066
T +91-11-42890890, D +91-11-42890846 F +91-11-26168730
E mail: info@gs1india.org
Whttp://www.gs1india.org

52
Annexure –K

BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY


To
The Additional Director-cum- Chairman,
H.P. Health Procurement Cell ,
Directorate of Health & Family Welfare,
BlockNo.6, SDA Commercial Complex, Kasumpti, Shimla-171009, India

Whereas…………………………………………………… (name and address of the contractor) (hereinafter


called “the contractor”) has undertaken, in pursuance of contract no ……….. date……………. to supply
……………… (description of goods and Works/ Services) (hereinafter called “the contract”).
And Whereas you have stipulated it in the said contract that the contractor shall furnish you with a bank
guarantee by a Commercial bank for the sum specified therein as security for compliance with its obligations as
per the contract;
And Whereas we have agreed to give the contractor such a bank guarantee.
Now Therefore we hereby affirm that we are guarantors and responsible to you, on behalf of the contractor, up
to a total of …………………………………………………….(amount of the guarantee in words and figures),
and we undertake to pay you, upon your first written demand declaring the contractor to be in default under the
contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the sail debt from the contractor before presenting us with
demand.
We further agree that no change or addition to or other modification of the terms of the contract to be performed
thereunder or of any of the contract documents which may be made between you and the contractor shall in any
way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition,
or modification.

This guarantee shall be valid until the ………….day of …….20……

Our………………………………….branch at………………*(Name & Address of the


………….…………..*(branch) is liable to pay the guaranteed amount depending on the filing of a claim and
any part thereof under this Bank Guarantee only and only if you serve upon us at our ………………* branch a
written claim or demand and received by us at our …………………..* branch on or before Dt…………..
otherwise, the bank shall be discharged of all liabilities under this guarantee after that.

(Signature of the authorized officer of the Bank)


………………………………………….
………………………………………….
Name and designation of the officer
…………………………………………
Seal, name & address of the Bank and address of Branch
*Preferably at the headquarters of the authority competent to sanction the expenditure for the procurement of
goods or at the concerned district headquarters or the state headquarters.

53
Annexure - L

LIST OF MEDICINES / DRUGS AND ESTIMATED REQUIREMENT

Requirement
Sno. Medicine/Drug Packing Item Code
(Quantity)
5 Florouracil Injection
1 Strength : 250 mg 1 Vial INJ101 22020
Packing : 1vial

5 Florouracil Injection
2 Strength : 500 mg 1 Vial INJ102 21200
Packing : 1vial

Alteplase Injection
3 Strength : 20 mg 1 Vial INJ106 2779
Packing : 1vial
Alteplase Injection
4 Strength : 50mg 1 Vial INJ107 2919
Packing : 1vial

Amiodarone Injection
5 Strength : 50mg/ml 1 Amp 3ml INJ110 38040
Packing : 1 Amp 3ml

Anti-D Injection
6 Strength : 300 mcg/ vial 1 Vial INJ115 12331
Packing : 1 vial
Anti-Diptheria Toxin Injection
1 Prefilled
Strength : 10000 IU
7 Syringe(PF INJ116 600
Packing : 1 Prefilled
S)
Syringe(PFS)
Atropine Injection
8 Strength : 0.6 mg/ ml 1 Amp 1ml INJ122 215402
Packing : 1 Amp 1ml

Atropine Injection
9 Strength : 50ml/100ml 1 Amp 1ml INJ123 163342
Packing : 1 Amp 1ml

Bendamustine Injection
10 Strength : 100mg vial 1 Vial INJ125 5100
Packing : 1 Vial

Benzathine Benzyl Penicillin


Powder for Injection
11 1 Vial INJ126 12088
Strength : 12 lac units
Packing : 1vial

54
Bupivacaine Injection
Strength : 0.5% with 7.5 %
12 1 Amp INJ129 140840
glucose
Packing : 1Amp
Buprenorphine Injection
13 Strength : 0.03 ml/ 1 ml/ amp 1 Amp INJ131 1100
Packing : 1Amp
Calcium gluconate Injection
1 Amp
14 Strength : 100 mg/ml INJ132 60262
10ml
Packing : 1Amp 10ml

Carboprost Injection
15 Strength : 250 mcg/ ml, 1 Amp 1ml INJ134 64715
Packing : 1Amp 1ml

Cefoperazone Injection
16 Strength : 500mg/vial 1 Vial INJ139 51770
Packing : 1 vial
Cisplatin Injection
17 Strength : 50mg/50ml 1 Vial 50ml INJ148 31830
Packing : 1 vial 50ml
Cloxacillin Powder for Injection
18 Strength : 250 mg 1 Vial INJ149 135600
Packing : 1 Vial

Cyanocobalamine Injection
19 Strength : 1000 mcg/ml 1 Amp 1ml INJ151 377010
Packing : 1 Amp 1ml

Desferrioxamine Powder for


injection
20 1 Vial INJ154 1825
Strength : 500 mg
Packing : 1 Vial

Diazepam Injection
21 Strength : 5 mg/ml 1 Amp 2ml INJ156 86654
Packing : 1Amp 2ml

Dicyclomine Injection
22 Strength : 10 mg/ ml 1 Amp 2ml INJ158 396527
Packing : 1Amp 2ml
Dobutamine Injection IP
23 Strength : 250mg/20ml 1 Amp 5ml INJ159 4060
Packing : 1 Amp 5ml
Dobutamine Injection
1 Vial 20
24 Strength : 50 mg/ ml INJ160 15540
ml
Packing : 1vial 20 ml

55
Doxycycline Injection USP
25 Strength : 100mg 1 Vial 5ml INJ164 266950
Packing : 1 vial 5ml
Drotavarine Injection
1 Bottle
26 Strength : 40mg INJ165 385767
100ml
Packing : 1 Bottle 100ml
Esmolol Injection IP
27 Strength : 10mg/ml 10 ml Vial INJ171 6191
Packing : 10 ml Vial
Ethamsylate Injection
28 Strength : 250 mg/Amp 1Amp 1ml INJ173 22862
Packing : 1Amp 1ml
Etoposide Injection
29 Strength : 100 mg / 5ml 1 Vial INJ174 4050
Packing : 1vial

Factor IX Powder for


Recombinant injection
30 1 Vial INJ175 1000
Strength : 1000 IU
Packing : 1 Vial

Factor IX Powder for


Recombinant injection
31 1 Vial INJ176 -N 20
Strength : 500 IU
Packing : 1 Vial

Factor VIII concentrated


Powder for Injection
32 1 Vial INJ177 742
Strength : 1000 IU
Packing : 1 Vial

Fluorouracil Injection
33 Strength : 50 mg / 5ml 1 Amp 1ml INJ182 1500
Packing : 1 Amp 1ml
Fluphenazine Injection
34 Strength : 25mg 1 Vial 5ml INJ183 600
Packing : 1 Vial 5ml
Glycopyrrolate OSP Injection
35 Strength : 0.2 mg/ml 1 Amp 1ml INJ189 97950
Packing : 1Amp 1ml

Haloperidol Decanoide (HPL &


LA) Injection IP
36 1 Amp 1ml INJ190 6980
Strength : 50mg/ml
Packing : 1 Amp 1ml

56
Haloperidol Injection
37 Strength : 5 mg/ml 1 Amp 1ml INJ191 6020
Packing : 1Amp 1ml
Human Insulin (Soluble)
Injection
38 1 Vial 10ml INJ194 65148
Strength : 40 IU/ml
Packing : 1vial 10ml
Intermediate Acting (NPH)
Insulin Lente Injection
39 1 Vial 10ml INJ198 32090
Strength : 40 IU/ ml
Packing : 1 vial 10ml

Iohexol Injection
1 Vial
40 Strength : 300 mg iodine/ ml INJ202 6000
100ml
Packing : 1 Vial 100ml
Iohexol Injection
1 Vial
41 Strength : 350 mg iodine/ ml INJ203 36500
100ml
Packing : 1 Vial 100ml
Iopromide Injection
42 Strength : 300mg/ml 1 Vial 50ml INJ204 100
Packing : 1 Vial 50ml
Irinotecan Injection
43 Strength : 20 mg / ml 1 Vial INJ205 3700
Packing : 1 vial
Labetalol Injection
44 Strength : 5 mg/ ml 1 Amp 2ml INJ208 171586
Packing : 1Amp 2ml
Leucovorin Calcium Injection
45 Strength : 15 mg /ml 1 Vial 5ml INJ209 2500
Packing : 1 vial 5ml
Levetiracetam Injection USP
46 Strength : 500mg/ml 1 Amp 5ml INJ210 13845
Packing : 1 Amp 5ml
Lignocaine
Hydrochloride+Adrenaline
Injection 1 Dental
47 INJ214 66850
Strength : 2% (A)+ Cartridge
1:200000(5mcg/ml) (B)
Packing : 1 Dental Cartridge
Lignocaine
Hydrochloride+Adrenaline
Injection 1 Dental
48 INJ215 29615
Strength : 2%(A)+ 80000/Dental Cartridge
Cartridge
Packing : 1 Dental Cartridge

57
Lorazepam Injection
49 Strength : 2mg / ml 1 Amp INJ216 75097
Packing : 1 Amp
Magnesium sulphate (50%)
Injection
50 1 Amp 1ml INJ217 242631
Strength : 500 mg/ml
Packing : 1Amp 1ml
Mannitol Injection
1 Bottle
51 Strength : 10% INJ218 60738
350ml
Packing : 1Bottle 350ml
Mannitol Injection
1 Bottle
52 Strength : 20% INJ219 92879
350ml
Packing : 1Bottle 350ml

Medroxyprogesterone ( Antara)
Injection
53 1 Amp 2ml INJ220 37340
Strength : 150mg/ml
Packing : 1 Amp 2ml

Mesna Injection
54 Strength : 200 mg 1 Amp INJ224 2610
Packing : 1 Amp
Neostigmine Injection
55 Strength : 0.5 mg/ ml 1Amp 5ml INJ233 49910
Packing : 1Amp 5ml

Olanzapine Depot(Long Acting)


Injection
56 1 Amp INJ236 1295
Strength : 210mg
Packing : 1 Amp

Olanzapine Depot(Long Acting)


Injection
57 1 Amp INJ237 1295
Strength : 300mg
Packing : 1 Amp

Oxytocin Injection
58 Strength : 10 IU/ml 1 Amp 1ml INJ242 225397
Packing : 1Amp 1ml

Oxytocin Injection
59 Strength : 5 IU/ ml 1 Amp 1ml INJ243 386353
Packing : 1Amp 1ml
Pentamidine Isothionate
Injection 1 Vial 30
60 INJ246 100
Strength : 200 mg/ vial ml
Packing : 1 vial 30 ml

58
Pheniramine Injection
61 Strength : 22.75 mg/ml 1 Vial 10ml INJ248 397137
Packing : 1 vial 10ml

Phenobarbitone Injection
62 Strength : 100 mg/ ml 1 Amp 2ml INJ249 22437
Packing : 1 Amp 2ml

Phenylepherine Injection
63 Strength : 1mg/ml 1 Vial 10ml INJ250 30120
Packing : 1 Vial 10ml

Phenytoin Injection
64 Strength : 25mg/ ml 1 Amp 2ml INJ252 149670
Packing : 1Amp 2ml
Piperacilin+ Tazobactum
Injection
65 1 Vial INJ254 129770
Strength : 1.2gm+ 500 mg/ vial
Packing : 1 Vial
Potassium Chloride Injection.IP
66 Strength :- 10 ml 1 AMP INJ256 120656
Packing : 1 AMP

Pralidoxime chloride (2-PAM)


Injection 1 Amp
67 INJ257 26627
Strength : 25 mg/ml 20ml
Packing : 1Amp 20ml

Premix Insulin 30:70 Injection


(Regular: NPH)
68 1 Vial 10ml INJ258 38295
Strength : 40 IU/ ml
Packing : 1 Vial 10ml

Prochlorperazine Injection
69 Strength : 12.5mg/ml 1 Amp 1ml INJ259 51860
Packing : 1 Amp 1ml

Promethazine Injection
70 Strength : 25mg/ml 1 Amp 2ml INJ260 257783
Packing : 1Amp 2ml

Quinine Injection
71 Strength : 300 mg/ ml 1 Amp INJ262 1010
Packing : 1 Amp

Risperidone Injection
72 Strength : 2mg/ml 1 Amp INJ266 5070
Packing : 1 Amp

59
Ritodrine Injection
73 Strength : 10 mg/ml 1 Amp 5ml INJ267 530
Packing : 1Amp 5ml
Sodium bicarbonate Injection
1 Amp
74 Strength : 7.5% INJ268 12710
25ml
Packing : 1Amp 25ml

Sodium chloride Injection


75 Strength : 3% 1 Amp 4ml INJ269 136625
Packing : 1 Amp 4ml

Streptokinase powder for


Injection
76 1 Vial INJ270 2040
Strength : 1500000 IU/Vial
Packing : 1vial

Streptomycin Injection
77 Strength : 0.75 mg / vial 1 Vial INJ271 1430
Packing : 1 Vial

Streptomycin Injection
78 Strength : 1 gm / vial 1 Vial INJ272 730
Packing : 1vial

Succinyl Choline Injection


79 Strength : 50 mg /ml 1 Vial 10ml INJ273 23920
Packing : 1vial 10ml
Sumatriptan Injection
80 Strength : 6 mg/ 0.5 ml 1 Amp INJ274 665
Packing : 1Amp
Tenecteplase Injection
81 Strength : 20mg 1 Vial INJ276 4252
Packing : 1vial

Tetanus vaccine Injection


82 Strength : 0.5 ml 1 Amp INJ277 1343700
Packing : 1 Amp

Thiamine Injection
83 Strength : 100 mg/ml 1 Amp 2ml INJ279 59250
Packing : 1Amp 2ml
Thiopentone Powder for
Injection
84 1 Vial 20ml INJ280 8189
Strength : 1 g
Packing : 1vial 20ml

60
Torasemide+ Spironolactone
Injection
85 1 Vial INJ282 64020
Strength : 10 mg / ml
Packing : 1 Vial
Triamcinolone Injection
86 Strength : 40mg/ml 1 Vial INJ286 17360
Packing : 1 Vial
Valethemate Injection
87 Strength : 8 mg/ ml 1 Amp 1ml INJ287 101250
Packing : 1 Amp 1ml

Vecuronium Injection IP
88 Strength : 10mg/vial 1 vial 10ml INJ288 26350
Packing : 1 vial 10ml

Verapamil Injection
89 Strength : 2.5 mg/ ml 1 Vial INJ290 790
Packing : 1 Vial
Vinblastin Injection
90 Strength : 10 mg/ml 1 Vial 10ml INJ291 2020
Packing : 1 Vial 10ml
Vincristine Injection IP
91 Strength : 1 mg /ml 1 Amp 1ml INJ292 2010
Packing : 1 Amp 1ml
Vitamin D Injection
92 Strength : 6 lac iu 1 Amp 2ml INJ293 1142145
Packing : 1 Amp 2ml
Vitamin K1 Injection
93 Strength : 1 mg / ml 1 Amp 1ml INJ294 177840
Packing : 1 Amp 1ml
Water for Injection
94 Strength :- 1 Amp 5ml INJ297 1121480
Packing :-1 Amp 5ml
Glucose Injection
1 Bottle
Strength : 10%
95 500ml INJ299 237400
Packing : 1 Bottle 500ml
FFS/BFS
FFS/BFS
Glucose Injection
1 Bottle
Strength : 25%
96 500ml INJ300 189237
Packing : 1 Bottle 500ml
FFS/BFS
FFS/BFS
Glucose Injection
1 Bottle
Strength : 5%
97 500ml INJ301 525460
Packing : 1 Bottle 500ml
FFS/BFS
FFS/BFS

61
Glucose(A)+Sodium chloride (B)
Injection 1 Bottle
98 Strength : 5%(A)+0.45% (B)L 500ml INJ302 174600
Packing : 1 Bottle 500ml FFS/BFS
FFS/BFS
Hydroxyl ethyl starch
isotonic+sodium chloride
Injection 1 Bottle
99 INJ305 3300
Strength : 6gm+0.9gm IV 500ml
solution
Packing : 1 Bottle 500ml
Isolyte -P
1 Bottle
100 Strength: INJ306 39340
500ml
Packing: 1 Bottle 500ml

linezolid IV Injection
1 Bottle
101 Strength : 600mg/300ml INT307 104600
300ml
Packing : 1 Bottle 300ml

Linezolid Injection
1 Pack
102 Strength : 200 mg/ 100 ml INJ309 161645
300ml
Packing : 1 Pack 300ml

Sodium Bicarbonate Injectable


IV solution 1 Amp
103 INJ311 31085
Strength : 7.5% 10ml
Packing : 1 Amp 10ml
Sodium chloride Injection
1 Bottle
Strength : 0.45%
104 500ml INJ312 117375
Packing : 1 Bottle 500ml
FFS/BFS
FFS/BFS
Sodium Stibogluconate Injection
Strength : Sodium Antimony
Gluconate 0.33g equivalent to 1 Bottle
105 INJ314 230
total antimony 100 mg , cresol 100ml
0.3%,
Packing : 1 Bottle 100ml
Iohexol Injection
1 vial
106 Strength : 350 mg Iodine/ml INJ315 36500
100ml
Packing : 1 vial 100ml
Iohexol Injection
1 vial
107 Strength : 300 mg Iodine/ml INJ316 6000
100ml
Packing : 1 vial 100ml
Lignocaine Hydrochloride
Injection
108 1 Vial 30ml INJ317 7488
Strength : 2% Topical forms
Packing : 1 Vial 30ml

62
Lignocaine Hydrochloride
Injection
109 2 Vial 30ml INJ318 2965
Strength : 3% Topical forms
Packing : 1 Vial 30ml
Lignocaine Hydrochloride
Injection
110 3 Vial 30ml INJ319 5720
Strength : 4% Topical forms
Packing : 1 Vial 30ml
Lignocaine Hydrochloride
Injection
111 4 Vial 30ml INJ320 3690
Strength : 5% Topical forms
Packing : 1 Vial 30ml
Abacavir +lamivudine Tablet
1 Bottle 30
112 Strength : 600mg+ 300 mg TAB316 460
Tab
Packing : 1 Bottle 30 Tab

Abacavir +lamivudine Tablet


1 Bottle 60
113 Strength : 60mg+ 30 mg TAB317 260
Tab
Packing : 1 Bottle 60 Tab

Lopinavir+ritonavir Tablet
1 Bottle 30
114 Strength : 100mg+25mg TAB318 210
Tab
Packing : 1 Bottle 30 Tab

Lopinavir+ritonavir Tablet
1 Bottle 60
115 Strength : 200mg+50mg TAB319 210
Tab
Packing : 1 Bottle 60 Tab

Acetazolamide Tablet
10x10 Tab
116 Strength : 250 mg TAB321 177280
Strip
Packing : 10x10 Tab Strip

Acyclovir (Anti herpes) Tablet


10x10 tab
117 Strength : 800 mg TAB325 812810
Strip
Packing : 10x10 tab Strip

Allopurinol Tablet
10x10 tab
118 Strength : 100 mg TAB327 2197500
Strip
Packing : 10x10 tab Strip

Amisulpride Tablet IP
10x10 TAB
119 Strength : 200mg TAB331
strip
Packing : 10x10 TAB strip
Aripiprazole Tablet
10x10 TAB
120 Strength : 100mg TAB344
Strip
Packing : 10x10 TAB strip
Aripiprazole Tablet
10x10 TAB
121 Strength : 200mg TAB345
strip
Packing : 10x10 TAB strip

63
Atazanavir +ritonavir Tablet
1 Bottle 30
122 Strength : 300mg+ 100 mg TAB347
Tab
Packing : 1 Bottle 30 Tab
Azathioprine Tablet
10x10 Tab
123 Strength : 50 mg TAB352 14920
Strip
Packing : 10x10 Tab Strip

Bisacodyl Tablet
1x8 Tab
124 Strength : 10 mg Suppository TAB358 150310
Pack
Packing : 1x8 Tab Pack

Bisacodyl Tablet
10x10 Tab
125 Strength : 10 mg TAB359 551200
Strip
Packing : 10x10 Tab Strip

Bupropion Tablet
10x10 Tab
126 Strength : 150 mg TAB361 48500
Strip
Packing : 10x10 Tab Strip

Bupropion Tablet
10x10 Tab
127 Strength : 300 mg TAB362 16100
Strip
Packing : 10x10 Tab Strip
Carbamazepine Tablet
10x10 Tab
128 Strength : 100 mg TAB367 132700
Strip
Packing : 10x10 Tab Strip
Carbamazepine Tablet
10x10 Tab
129 Strength : 200 mg TAB368 1474850
Strip
Packing : 10x10 Tab Strip

Carbimazole Tablet
10x10 Tab
130 Strength : 10 mg TAB369 120130
Strip
Packing : 10x10 Tab Strip
Carbimazole Tablet
10x10 Tab
131 Strength : 5 mg TAB370 88700
Strip
Packing : 10x10 Tab Strip
Carvediolol Tablet
10x10 tab
132 Strength : 3.125 mg TAB371 791210
Strip
Packing : 10x10 tab Strip

Carvediolol Tablet
10x10 tab
134 Strength : 6.25 mg TAB372 634500
Strip
Packing : 10x10 tab Strip

Centchroman (Chhaya) Tablet


135 Strength : 30 mg 1 x30 Tab TAB375 38161
Packing :

64
Chlorambucil Tablet
1x25 Tab
136 Strength : 2 mg TAB377 15000
Pack
Packing : 1x25 Tab Pack

Chlorambucil Tablet
1x25 Tab
137 Strength : 5 mg TAB378 15000
Strip
Packing : 1x25 Tab Strip

Chloridiazepoxide Tablet
10x10 Tab
138 Strength : 10 mg TAB379 96610
Strip
Packing : 10x10 Tab Strip

Chlorodizepoxide Tablet
10x10 Tab
139 Strength : 25mg TAB380 101535
Strip
Packing : 10x10 Tab Strip

Chloroquine Tablet
10x10 Tab
140 Strength : 150 mg TAB381 11400
Strip
Packing : 10x10 Tab Strip
Clomiphene Tablet
10x10 Tab
141 Strength : 100 mg TAB385 10350
Strip
Packing : 10x10 Tab Strip

Clonazepam Tablet
10x10 Tab
142 Strength : 0.25 mg TAB386 537050
Strip
Packing : 10x10 Tab Strip
Clonazepam Tablet
10x10 Tab
143 Strength : 0.5 mg TAB387 1053350
Strip
Packing : 10x10 Tab Strip
Clonidine Tablet
10x10 Tab
144 Strength : 100 mcg TAB388 144200
Strip
Packing : 10x10 Tab Strip
Clonidine Tablet
10x10 Tab
145 Strength : 50 mcg TAB389 131800
Strip
Packing : 10x10 Tab Strip

Clotrimazole Tablet
10x10
146 Strength : 200 mg Pessary TAB391 1223890
strip/blister
Packing : 10x10 strip/blister

Dapsone Tablet
10x10 Tab
147 Strength : 100 mg TAB394 7100
Strip
Packing : 10x10 Tab Strip
Dapsone Tablet
10x10 Tab
148 Strength : 50 mg TAB395 100
Strip
Packing : 10x10 Tab Strip

65
Darunavir Tablet
1 Bottle 60
149 Strength : 600mg TAB396 210
Tab
Packing : 1 Bottle 60 Tab

Deflazacort Tablet
10x10 tab
150 Strength : 18 mg TAB397 387080
Strip
Packing : 10x10 tab Strip
Diazepam Tablet
10x10 Tab
151 Strength : 2mg TAB399
Strip
Packing : 10x10 Tab Strip

Digoxin Tablet
10x10 TAB
152 Strength : 0.25 mg TAB402 50570
strip
Packing : 10x10 TAB strip

Diltiazem Tablet
10x10 tab
153 Strength : 30 mg TAB403 82590
Strip
Packing : 10x10 tab Strip

Diltiazem Tablet
10x10 tab
154 Strength : 60 mg TAB404 71410
Strip
Packing : 10x10 tab Strip
Diphenylhydantio Tablet
10x10 Tab
155 Strength : 100mg TAB405
Strip
Packing : 10x10 Tab Strip
Disulfiram Tablet
10x10 Tab
156 Strength : 250mg TAB407 54900
Strip
Packing : 10x10 Tab Strip

Donepezil Tablet
10x10 Tab
157 Strength : 10mg TAB409 5000
Strip
Packing : 10x10 Tab Strip

Donepezil Tablet
10x10 Tab
158 Strength : 5mg TAB410 20000
Strip
Packing : 10x10 Tab Strip

Doxophylline Tablet
10x10 Tab
159 Strength :- 400 mg TAB411 1387150
Strip
Packing : 10x10 Tab Strip

Drotavarine Tablet
10x10 Tab
160 Strength : 500 mg TAB412 1483450
Strip
Packing : 10x10 Tab Strip

Dydrogesterone Tablet
10x10 Tab
161 Strength : 10mg TAB413 20300
Strip
Packing : 10x10 Tab Strip

66
Efavirenz Tablet
1x30 Tab
162 Strength : 200 mg TAB414 110
Pack
Packing : 1x30 Tab Pack

Enalapril Tablet
10x10 TAB
163 Strength : 2.5 mg TAB416 512810
strip
Packing : 10x10 TAB strip

Ethambutol IP Tablet
10x10 Tab
164 Strength : 600 mg TAB420 5900
Strip
Packing : 10x10 Tab Strip

Ethamsylate Tablet
10x10 tab
165 Strength : 250 mg TAB422 22862
Strip
Packing : 10x10 tab Strip

Ethinylestradiol (A) +
Levonorgestrel Tablet
10x10 Tab
166 Strength : 0.03 mg (A)+ 0.15 mg TAB423 247385
Strip
(B)
Packing : 10x10 Tab Strip

Ethinylestradiol (A)+
Norethisterone Tablet
10x10 Tab
167 Strength : 0.035 mg (A)+ 1 mg TAB424 103217
Strip
(B)
Packing : 10x10 Tab Strip

Ethinylestradiol Tablet
10x10 Tab
168 Strength : 0.01 mg TAB425 7550
Strip
Packing : 10x10 Tab Strip

Ethinylestradiol Tablet
10x10 Tab
169 Strength : 0.05 mg TAB426 6150
Strip
Packing : 10x10 Tab Strip

Ethinylestradiol Tablet
10x10 Tab
170 Strength : 0.75 mg TAB427 6450
Strip
Packing : 10x10 Tab Strip

Ethionamide Tablet
10x10 Tab
171 Strength : 250 mg TAB428 3800
Strip
Packing : 10x10 Tab Strip

Famciclovir Tablet
10x10 tab
172 Strength : 500 mg TAB432 43360
Strip
Packing : 10x10 tab Strip

67
Ferrous salt (A)+ Folic acid (B)
Tablet
Strength : large 100mg 10x10 tab
173 TAB436 21142364
elemental iron& 500mcg folic Strip
acid[blue coloured]
Packing : 10x10 tab Strip
Ferrous salt (A)+ Folic acid (B)
Tablet
Strength : small 45 mg
10x10 tab
174 elemental iron (A) + 400 mcg TAB437 10774000
Strip
(B)(WIFS Junior)Pink coloured,
sugar coated.
Packing : 10x10 tab Strip
Flunarizine Tablet
10x10 tab
175 Strength : 5 mg TAB444 97000
Strip
Packing : 10x10 tab Strip

Furosemide Tablet
10x10 TAB
176 Strength :40 mg TAB446 400835
strip
Packing : 10x10 TAB strip
Gliclazide Tablet
10x10 Tab
177 Strength : 30 mg TAB449 335800
Strip
Packing : 10x10 Tab Strip
Gliclazide Tablet
10x10 Tab
178 Strength : 60 mg TAB450 415300
Strip
Packing : 10x10 Tab Strip

Gliclazide Tablet
10x10 Tab
179 Strength : 80 mg TAB451 1004700
Strip
Packing : 10x10 Tab Strip

Glimepiride Tablet
10x10 Tab
180 Strength : 3 mg TAB454 476200
Strip
Packing : 10x10 Tab Strip

Glimepiride Tablet
10x10 Tab
181 Strength : 4 mg TAB455 432200
Strip
Packing : 10x10 Tab Strip

Glyceryl trinitrate Tablet


10x10 Tab
182 Strength : 0.5 mg Sublingual TAB456 294756
Strip
Packing : 10x10 Tab Strip

Glycopyrolate Tablet
10x10 TAB
183 Strength : 2mg TAB457 6000
strip
Packing : 10x10 TAB strip

68
Haloperidol Tablet
10x10 Tab
184 Strength : 5 mg TAB458 121060
Strip
Packing : 10x10 Tab Strip

Hydrochlorothiazide Tablet
10x10 Tab
185 Strength : 12.5 mg TAB461 627330
Strip
Packing : 10x10 Tab Strip

Hydrochlorothiazide Tablet
10x10 Tab
186 Strength : 6.25 mg TAB462 250100
Strip
Packing : 10x10 Tab Strip

Hydroxyzine Tablet
10x10 tab
187 Strength : 25mg TAB464 203250
Strip
Packing : 10x10 tab Strip

Imipramine Tablet
10x10 Tab
188 Strength : 25 mg TAB469 139510
Strip
Packing : 10x10 Tab Strip

Isoniazid Tablet
10x10 Tab
189 Strength : 75mg TAB472 6650
Strip
Packing : 10x10 Tab Strip

Isosorbide dinitrate Tablet


10x10 tab
190 Strength : 5 mg TAB473 184360
Strip
Packing : 10x10 tab Strip

Isosorbide-5-mononitrate Tablet
10x10 tab
191 Strength : 10 mg TAB474 199650
Strip
Packing : 10x10 tab Strip

Ivermectin Tablet
10x10 tab
192 Strength : 12mg TAB476 531870
Strip
Packing : 10x10 tab Strip

Ivermectin Tablet
10x10 tab
193 Strength : 6mg TAB477 317350
Strip
Packing : 10x10 tab Strip

69
Lamivudine+Nevirapine +
Zidovudine Tablet
194 Strength : 150 mg + 200 mg + 1 Kit TAB479 360
300 mg
Packing : 1 Kit

Lamivudine+Zindovudine Tablet
10x10 Tab
195 Strength : 150 mg + 300 mg TAB480 580
strip
Packing : 10x10 Tab strip

Levo- Salbutamol Tablet


10x10 Tab
196 Strength : 1 mg TAB483 187050
Strip
Packing : 10x10 Tab Strip

Levodopa +carbidopa Tablet


10x10 tab
197 Strength : 100mg+10mg TAB485 45760
Strip
Packing : 10x10 tab Strip

Levodopa +carbidopa Tablet


10x10 tab
198 Strength : 100mg+25mg TAB486 222310
Strip
Packing : 10x10 tab Strip

Levonorgestrel Tablet
10x10 Tab
199 Strength : 0.75mg TAB487 40770
Strip
Packing : 10x10 Tab Strip

Lithium carbonate Tablet


10x10 Tab
200 Strength : 300mg TAB489 43500
Strip
Packing : 10x10 Tab Strip

Methadone Tablet
10x10 Tab
201 Strength : 5 mg TAB493 10000
Pack
Packing : 10x10 Tab Pack

Mementine Hcl Tablet IP Tablet


10x10 Tab
202 Strength : 10mg TAB494 10,000
Strip
Packing : 10x10 Tab Strip

Mementine Hcl Tablet IP Tablet


10x10 Tab
203 Strength : 5mg TAB495 10,000
Strip
Packing : 10x10 Tab Strip

Metformin Tablet
10x10 Tab
204 Strength : 750 mg TAB498 651300
Strip
Packing : 10x10 Tab Strip

Metformin+Glimepiride+Voglib
ose Tablet 10x10 Tab
205 TAB502 3017100
Strength : 1000mg+2mg+0.3mg Strip
Packing : 10x10 Tab Strip

70
Methadone Tablet
1x100 Tab
206 Strength : 2.5 mg TAB504 10000
Pack
Packing : 1x100 Tab Pack

Methotrexate Tablet
10x10 tab
207 Strength : 15mg TAB506 125600
Strip
Packing : 10x10 tab Strip

Methotrexate Tablet
10x10 tab
208 Strength : 2.5mg TAB507 63000
Strip
Packing : 10x10 tab Strip

Methotrexate Tablet
10x10 tab
209 Strength : 7.5 mg TAB508 144400
Strip
Packing : 10x10 tab Strip

Methylcobalamine+Gabapentine
Tablet 10x10 Tab
210 TAB509 4406900
Strength : 500+300 mg Strip
Packing : 10x10 Tab Strip

Methyldopa Tablet
10x10 Tab
211 Strength : 250 mg TAB510 33710
Strip
Packing : 10x10 Tab Strip

Metoclopramide Tablet
10x10 Tab
212 Strength : 10 mg TAB511 1686550
Strip
Packing : 10x10 Tab Strip

Misoprostol Tablet
213 Strength : 600 mcg 1 Tab pack TAB519 34530
Packing : 1 Tab pack
Multi-Vitamin Tablet/Capsule
Strength : Vit B1-15 mg, B2-
10x10
5mg, B6-2mg, B12-1mcg,
214 Tab/Cap TAB522 21963000
Niacinamide 50 mg, Cal.
Strip
Pentothianate 5 mg
Packing : 10x10 Tab/Cap Strip
Neostigmine Tablet
10x10 Tab
215 Strength : 15 mg TAB524 1520
Strip
Packing : 10x10 Tab Strip
Nevirapine Tablet
216 Strength : 200 mg 1x60 Tab TAB525
Packing : 1x60 Tab
Nevirapine Tablet
217 Strength : 50mg 1x60 Tab TAB526 1000
Packing : 1x60 Tab

71
Nifedipine Tablet
10x10 Cap
218 Strength : 10 mg TAB527 71970
Strip
Packing : 10x10 Cap Strip

Phenytoin Tablet E.R


10x10 tab
219 Strength : 300 mg TAB543 224100
Strip
Packing : 10x10 tab Strip
Prednisolone Tablet
10x10 tab
220 Strength : 40 mg TAB547 536800
Strip
Packing : 10x10 tab Strip
Primaquine Tablet
10x10 Tab
221 Strength : 2.5 mg TAB549 5120
Strip
Packing : 10x10 Tab Strip
Primaquine Tablet
10x10 Tab
222 Strength : 7.5 mg TAB550 6370
Strip
Packing : 10x10 Tab Strip

Primaquine Tablet
10x10 Tab
223 Strength : 15 mg TAB551 6300
Strip
Packing : 10x10 Tab Strip

Prochlorperazine Tablet
10x10 Tab
224 Strength : 5mg TAB552 273030
Strip
Packing : 10x10 Tab Strip

Promethazine Tablet
10x10 tab
225 Strength : 25 mg TAB553 301570
Strip
Packing : 10x10 tab Strip
Propranolol Tablet
10x10 tab
226 Strength : 10 mg TAB554 424570
Strip
Packing : 10x10 tab Strip

Propranolol Tablet
10x10 tab
227 Strength : 40 mg TAB555 548520
Strip
Packing : 10x10 tab Strip

Pyrazinamide Tablet
10x10 Tab
228 Strength : 400mg TAB556 3700
Strip
Packing : 10x10 Tab Strip

Pyrazinamide Tablet
10x10 Tab
229 Strength : 500 mg TAB557 26000
Strip
Packing : 10x10 Tab Strip
Pyridoxine Tablet
10x10 Tab
230 Strength : 10 mg TAB559 96310
Strip
Packing : 10x10 Tab Strip

72
Pyridoxine Tablet
10x10 Tab
231 Strength : 40 mg TAB560 91210
Strip
Packing : 10x10 Tab Strip

Pyridoxine Tablet
10x10 Tab
232 Strength : 50 mg TAB561 140510
Strip
Packing : 10x10 Tab Strip

Pyridoxine Tablet
10x10 Tab
233 Strength : 100 mg TAB562 156510
Strip
Packing : 10x10 Tab Strip

Quetiapine Tablet
10x10 Tab
234 Strength :- 50mg TAB565 83000
Pack
Packing : 10x10 Tab Pack
Quinine Tablet
10x10 Tab
235 Strength : 300 mg TAB567 3160
Pack
Packing : 10x10 Tab Pack

Raltegravir Tablet
1 Bottle 60
236 Strength : 400mg TAB569
Tab
Packing : 1 Bottle 60 Tab

Riboflavin Tablet
10x10 Tab
237 Strength : 5 mg TAB573 43710
Strip
Packing : 10x10 Tab Strip

Rifabutine Tablet
10x10 Tab
238 Strength : 150 mg TAB574 500
Strip
Packing : 10x10 Tab Strip

Ritodrine Tablet
10x10 Tab
239 Strength : 10 mg TAB578 9200
Strip
Packing : 10x10 Tab Strip
Rosuvastatin Tablet
10x10 TAB
240 Strength : 40 mg TAB580 1817750
strip
Packing : 10x10 TAB strip
Salbutamol Tablet
10x10 Tab
241 Strength : 2 mg TAB581 926300
Strip
Packing : 10x10 Tab Strip

Sildenafil Tablet
10x10 Tab
242 Strength : 25mg TAB584 49330
Strip
Packing : 10x10 Tab Strip
Sorafenib Tablet
1 Pack 120
243 Strength : 200mg TAB587 12000
Tablets
Packing : 1 Pack 120 Tablets

73
Spironolactone Tablet
10x10 Tab
244 Strength : 50 mg TAB589 653400
Strip
Packing : 10x10 Tab Strip

Sulphasalazine Tablet
10x10 Tab
245 Strength : 500mg TAB590 178700
Strip
Packing : 10x10 Tab Strip

Sumatriptan Tablet
10x10 tab
246 Strength : 25 mg TAB591 35420
Strip
Packing : 10x10 tab Strip

Sumatriptan Tablet
10x10 tab
247 Strength : 50 mg TAB592 38305
Strip
Packing : 10x10 tab Strip
Telmisartan+ Chlorthalidone
Tablet 10x10 Tab
248 TAB596 2563610
Strength : 40 mg + 12.5 mg Strip
Packing : 10x10 Tab Strip
Tenofivir+lamivudine Tablet
1 Bottle 30
249 Strength : 300mg+300mg TAB597 100
Tab
Packing : 1 Bottle 30 Tab
Tenofivir+Lamivudine+
Efavirenz Tablet
1x30 Tab
250 Strength : TAB598 120
Pack
300mg+300mg+600mg
Packing : 1x30 Tab Pack
Theophylline+Etophylline Tablet
10x10 Tab
251 Strength : 35mg+115mg TAB600 960520
Strip
Packing : 10x10 Tab Strip
Thiamine Tablet
10x10 Tab
252 Strength : 100mg TAB601 404140
Strip
Packing : 10x10 Tab Strip
Thyroxine sodium Tablet
1 x100 Tab
253 Strength : 12.5 mcg TAB604 1338200
Bottle
Packing : 1 x100 Tab Bottle
Torasemide+ Spironolactone
Tablet 10x10 Tab
254 TAB609 520700
Strength : 20 mg+50 mg Strip
Packing : 10x10 Tab Strip
Trihexphenidyl hydrochloride
Tablet 10x10 tab
255 TAB611 581050
Strength : 2mg Strip
Packing : 10x10 tab Strip

74
Verapamil Tablet
10x10 Tab
256 Strength : 40 mg TAB614 25760
Strip
Packing : 10x10 Tab Strip

Voglibose Tablet
10x10 Tab
257 Strength : 0.6 mg TAB617 100300
Strip
Packing : 10x10 Tab Strip

Warfarin Tablet
10x10 tab
258 Strength : 1 mg TAB618 30100
Strip
Packing : 10x10 tab Strip

Warfarin Tablet
10x10 tab
259 Strength : 2 mg TAB619 40650
Strip
Packing : 10x10 tab Strip

Warfarin Tablet
10x10 tab
260 Strength : 3 mg TAB620 19200
Strip
Packing : 10x10 tab Strip

Warfarin Tablet
10x10 tab
261 Strength : 5 mg TAB621 30200
Strip
Packing : 10x10 tab Strip

Zidovudine+ Lamivudine +
Nevirapine Tablet 1 Bottle 30
262 TAB622 520
Strength : 60mg+30mg+50mg Tab
Packing : 1 Bottle 30 Tab
Zidovudine+ Lamivudine Tablet
1 Bottle 30
263 Strength : 60mg+30mg TAB623 20
Tab
Packing : 1 Bottle 30 Tab
Zolpidem Tablet
1x15 Tab
264 Strength : 10 mg TAB625 171920
Strip
Packing : 1x15 Tab Strip
Amisulpride Tablet IP
10x10 TAB
265 Strength : 100mg TAB626 4700
strip
Packing : 10x10 TAB strip

Fexofenadine Tablet
10x10 tab
266 Strength : 120 mg TAB627 1066820
Strip
Packing :-10x10 tab Strip

Fexofenadine Tablet
10x10 tab
267 Strength : 180 mg TAB628 456950
Strip
Packing : 10x10 tab Strip
Clofazimine Capsule
10x10 Tab
268 Strength : 100 mg CAP627 19100
Strip
Packing : 10x10 Tab Strip

75
Clofazimine Capsule
10x10 Tab
269 Strength : 50 mg CAP628 12700
Strip
Packing : 10x10 Tab Strip
Cloxacillin Capsule
10x10 Cap
270 Strength : 250 mg CAP629 135600
Strip
Packing : 10x10 Cap Strip
Dutasteride Capsule
10x10 Cap
271 Strength : 0.5 mg CAP632 378710
Strip
Packing : 10x10 Cap Strip

Leucovorin Calcium Capsule


10x10 Cap
272 Strength : 15 mg CAP635 20500
Strip
Packing : 10x10 Cap Strip

NifedipineSoft gelatine Capsule


10x10 Cap
273 Strength : 5 mg CAP636 64700
Strip
Packing : 10x10 Cap Strip
Omeprazole Capsule
10x10 Cap
274 Strength : 40mg CAP637 8741120
Strip
Packing : 10x10 Cap Strip

Pantoprazole+ Levosulpiride
Capsule SR 10x10 Tab
275 CAP638 2916000
Strength : 40 mg + 75 mg Strip
Packing: 10x10 Tab Strip

Procarbazine Capsule
10x10 Cap
276 Strength : 50mg CAP639
Strip
Packing : 10x10 Cap Strip
Rifampicin Capsule
4x10 Tab
277 Strength : 150 mg CAP640 24120
Strip
Packing : 4x10 Tab Strip
Rifampicin Capsule
10x10 Tab
278 Strength : 450 mg CAP641 18600
Strip
Packing : 10x10 Tab Strip

Lopinavir+Ritonavir Syrup
1 Bottle
279 Strength : 80mg +20mg /ml SYP645
60ml
Packing : 1 Bottle 60ml

Antacid Suspension (sugar free)


Aluminium hydroxide 250 mg +
1 Bottle
280 Magnesium hydroxide 250 mg + SYP650 2646630
170ml
simethicon 50 mg / 5 ml
Packing : 1 Bottle 170ml

76
Anti cold
[Cetrizine+PCM+Phenylepherin
1 Bottle
281 e] Syrup SYP651 1770280
100ml
Strength : 2.5mg+125mg+2.5mg
Packing : 1 Bottle 100ml

Carbamazepine Syrup
1 Bottle
282 Strength : 100 mg/5 ml SYP653 9625
100m
Packing : 1 Bottle 100ml

Cloxacillin Oral Liquid Syrup


1 Bottle
283 Strength : 125 mg/ 5 ml SYP655 5560
100ml
Packing : 1 Bottle 100ml

Dextromethorphan
Hydrobromide Syrup 1 Bottle
284 SYP658 1367800
Strength : 10 mg/ 5 ml 100ml
Packing : 1Bottle 100ml

Dicyclomine Oral Solution Syrup


1 Bottle
285 Strength : 10 mg/ 5 ml SYP660 177830
50ml
Packing : 1 Bottle 50ml
Furosemide Syrup
1 Bottle
286 Strength : 10mg/ml SYP663 1486
30ml
Packing : 1 Bottle 30ml
Hydroxyzine Syrup
1 Bottle
287 Strength : 10mg/5ml SYP664 23685
100ml
Packing : 1Bottle 100ml
Levitiracetam Syrup
1 Bottle
288 Strength : 100mg/ml SYP667 4685
100ml
Packing : 1Bottle 100ml
Levo- Salbutamol Syrup
1 Bottle
289 Strength : 1 mg/ 5 ml SYP668 180640
100ml
Packing : 1Bottle 100ml
Mefenamic acid Syrup
1 Bottle
290 Strength : 50 mg/ 5 ml SYP669 166715
60ml
Packing : 1 Bottle 60ml
Nevirapine Oral suspension
Syrup 1 Bottle
291 SYP671 20
Strength : 100mg 100ml
Packing : 1 Bottle 100ml
Pheniramine Syrup
1 Bottle
292 Strength : 15 mg/ ml SYP675 245780
60ml
Packing : 1Bottle 60ml

77
Phenobarbitone Syrup
1 Bottle
293 Strength : 20 mg/ 5 ml SYP676 5150
60ml
Packing : 1Bottle 60ml

Phenytoin Syrup
1 Bottle
294 Strength : 125mg/ml SYP677 5294
237ml
Packing : 1 Bottle 237ml

Phenytoin Syrup
1 Bottle
295 Strength : 30mg/ml SYP678 3095
120ml
Packing : 1 Bottle 120ml

Rifampicin Syrup
1 Bottle
296 Strength : 100 mg / 5ml SYP680 30
200ml
Packing : 1Bottle 200ml

Salbutamol+bromehexine Syrup
1 Bottle
297 Strength : 2mg+ 8mg/ 5ml SYP682 226680
100ml
Packing : 1Bottle 100ml
Sodium valproate Oral liquid
Syrup 1 Bottle
298 SYP683 16202
Strength : 200 mg / 5 ml 100ml
Packing : 1Bottle 100ml
Surfactant Suspension for
intratracheal Installation (As
299 licensed) Phospholipids Syrup 1vial 5ml SYP684
Strength : 27mg / ml, 5ml pack
Packing : 1vial 5ml

Atropine Eye Drops


300 Strength : 1% 1 Vial 10ml DRP687 11628
Packing : 1Vial 10ml

Carboxy Methyl Cellulose Eye


Drops
301 1 Vial 5ml DRP688 713520
Strength : 0.5%
Packing : 1vial 5ml

Chloramphenicol Eye Applicaps 1x 50


302 Strength : 1% Applicap DRP689 435861
Packing : 1x 50 Applicap Bottle Bottle

Cyclopentolate Eye Drops


303 Strength : 1% 1 Vial 5ml DRP691 15530
Packing : 1vial 5ml

Dorzolamide Eye Drops


304 Strength : 2% 1 Vial 5ml DRP693 10220
Packing : 1vial 5ml

78
Fluticasone Nasal Drops
1 Vial
305 Strength : 100 mcg/dose DRP694 72665
10ml
Packing : 1vial 10ml

Gentamycin Eye Drops


306 Strength : 0.3% 1 Vial 5ml DRP695 276330
Packing : 1vial 5ml

Homatropine Eye Drops


307 Strength : 2% 1 Vial 5ml DRP696 5170
Packing : 1vial 5ml

Hydroxypropyl methylcellulose
Eye Drops
308 1 Vial DRP697 60370
Strength : 2%
Packing : 1vial
Ketorolac Eye Drops
309 Strength : 0.5% W/V Pack 5ml DRP698 59090
Packing : Pack 5ml
Lignocaine Hydrochloride Eye
Drops
310 1 Vial 10ml DRP699 58592
Strength : 4%
Packing : 1vial 10ml

Moxifloxacin+ Prednisolone Eye


Drops
311 1 Vial 5ml DRP701 76310
Strength : 0.5%+ 0.1%
Packing : 1vial 5ml

Moxifloxacin+Dexamethasone
Eye Drops
312 1 Vial 5ml DRP702 269850
Strength : 0.5%+ 0.1%
Packing : 1vial 5ml
Natamycin Eye Drops
313 Strength : 5% W/V 1 Vial 3ml DRP703 9310
Packing : 1vial 3ml
Ofloxacin+ Dexamethasone Ear
Drops
314 1 Vial 10ml DRP704 162090
Strength : 0.3% w/v+ 0.1% w/v
Packing : 1vial 10ml
Paracetamol Drops
1 Pack
315 Strength : 100 mg/ ml DRP705 545235
15ml
Packing : 1Pack 15ml

79
Paradichlorbenzene+Benzocain+
Chlorbutol+ Turpentine Oil Ear
Drops
316 1 Vial 10ml DRP706 355130
Strength : 2%+2.7%+
5%+15%
Packing : 1vial 10ml
Phenylephrine Eye Drops
317 Strength : 10% 1 Vial 5ml DRP707 6500
Packing : 1vial 5ml
Phenylephrine Eye Drops
318 Strength : 5% 1 Vial 5ml DRP708 7230
Packing : 1vial 5ml
Sulphacetamide Eye Drops
319 Strength : 20% W/V 1 Vial 5ml DRP710 59870
Packing : 1 vial 5ml
Timolol Eye Drops
320 Strength : 0.5% 1 Vial 5ml DRP711 39310
Packing : 1vial 5ml
Tobramycin Eye Drops
321 Strength : 0.3% W/V 1 Vial 5ml DRP712 74155
Packing : 1vial 5ml
Travoprost Eye Drops
1 Vial 2.5
322 Strength : 0.004% DRP713 4135
ml
Packing : 1vial 2.5 ml
Tropicamide Eye Drops
323 Strength : 1% 1 Vial 5ml DRP714 39510
Packing : 1 vial 5ml

Artesunate (A) + Sulphadoxine –


Pyrimethamine (B). Combi pack
(A+B) Kit
324 1 Kit KIT716 2280
Strength : 1 Tablet 100 mg (A) +
1 Tablet (750 mg + 37.5 mg)(B)
Packing : 1 Kit

Artesunate (A) + Sulphadoxine –


Pyrimethamine (B). Combi pack
(A+B) Kit
325 1 Kit KIT717 1650
Strength : 1 Tablet 150 mg (A) +
2 Tablet (500 mg + 25 mg)(B)
Packing : 1 KIt

80
Artesunate (A) + Sulphadoxine –
Pyrimethamine (B). Combi pack
(A+B) Kit
326 1 Kit KIT718 1450
Strength : 1 Tablet 200 mg (A) +
2 Tablet (750 mg + 37.5 mg)(B)
Packing : 1 Kit

Artesunate (A) + Sulphadoxine –


Pyrimethamine (B). Combi pack
(A+B) Kit
327 1 Kit KIT719 1250
Strength : 1 Tablet 25 mg (A) +
1 Tablet (250 mg + 12.5 mg)(B)
Packing : 1 Kit

Artesunate (A) + Sulphadoxine –


Pyrimethamine (B). Combi pack
(A+B) Kit
328 1 Kit KIT720 1300
Strength : 1 Tablet 50 mg (A) +
1 Tablet (500 mg + 25 mg)(B)
Packing : 1 Kit

Benzoyl peroxide Gel


1 Pack 10
329 Strength : 2.5% GEL721 41415
Gms
Packing : 1 Pack 10 Gms

Dinoprostone Gel
1 PFS
330 Strength : 0.5 mg GEL723 9870
30Gms
Packing : 1 PFS 30Gms
Feracrylum Gel
1 Tube
331 Strength : 1% w/v GEL724 225172
15Gm
Packing : 1Tube 15Gm
Lignocaine Hydrochloride Jelly
1 Tube
332 Strength : 2% w/w GEL725 418229
30Gms
Packing : 1 Tube 30Gms

Acyclovir Eye Ointment


1 Tube
333 Strength : 3.0%w/w ONT726 43027
5Gm
Packing : 1Tube 5Gm

Atropine Ointment
1 Tube 5
334 Strength : 1% ONT727 12895
Gms
Packing : 1 Tube 5 Gms

Chloramphenicol Ointment
1 Tube 3
335 Strength : 1% ONT728 101735
Gms
Packing : 1 Tube 3 Gms

81
Moxifloxacin Ointment
1 Tube 5
336 Strength : 0.5% ONT729 61170
Gms
Packing : 1 Tube 5 Gms

Neomycin sulphate + Polymyxin-


B+ Hydrocortisone + Zn
Bacitracin Ointment 1Pack
337 ONT730 204390
Strength : 3400 IU+5000IU+10 5Gms
mg+400 units/gm
Packing : 1Pack 5Gms
Polymyxin B Sulphate +
Neomycin Sulphate + Zn
Bacitracin Ointment 1 Tube
338 ONT731 407360
Strength : 5000 IU + 3400 IU + 20Gms
400 IU/ml
Packing : 1 Tube 20Gms
Salicylic Acid Ointment
1 Tube
339 Strength : 6% ONT733 51845
15Gms
Packing : 1Tube 15Gms

Terbinafine Ointment
1 Tube 30
340 Strength : 1% w/w ONT734 371220
Gms
Packing : 1 Tube 30 Gms

Silver sulphadiazine Cream


1 Jar
341 Strength : 1 % CRM735 171910
500Gms
Packing : 1 Jar 500Gms
Betamethasone Cream
1 Tube
342 Strength : 0.05% CRM736 270320
20Gms
Packing : 1Tube 20Gms
Betamethasone Cream
1 Tube
345 Strength : 0.1% CRM737 254380
20Gm
Packing : 1Tube 20Gms
Desonide Cream
1 Pack 20
343 Strength : 0.05 % w/w CRM738 12635
Gms
Packing : 1 Pack 20 Gms
Fluticasone Cream
1 Tube 30
344 Strength : 0.05% CRM739 37675
Gms
Packing : 1 Tube 30 Gms
Magnesium sulphate+
Urea+sulphacet amide (Magsulf
Cream) Cream 1 Tube
345 CRM741 26640
Strength : 58% W/W+1% 30Gms
W/W+2.5% W/W
Packing : 1 Tube 30Gms

82
Acyclovir (Anti herpes) Cream
1 Tube
346 Strength : 5% CRM742 202065
5Gms
Packing : 1 Tube 5Gms

Crotamiton Cream
1 Tube
347 Strength : 10% CRM744 22195
10Gms
Packing : 1 Tube 10Gms

Chlorhexidine Solution
Strength : 5%[concentrate for 1 Bottle
348 MIS746 34733
dilution] 500ml
Packing : 1 Bottle 500ml
Ethyl alcohol (Denatured)
Solution 1 Bottle
349 MIS747 513947
Strength : 70 % 100ml
Packing : 1 Bottle 100ml
Feracrylum Cotton Dressing
1 Roll
350 Strength : 3%w/v MIS748 275035
10x10cms
Packing : 1Roll 10x10cms
Formaldehyde Solution
1 Bottle
351 Strength : 34.0% W/V MIS749 42758
500ml
Packing : 1Bottle 500ml
Hydrogen peroxide Solution
1 Bottle 1
352 Strength : 6% MIS751 91681
ltr
Packing : 1Bottle 1 ltr
Povidone iodine Solution
1 Bottle
353 Strength : 4% MIS753 60084
500ml
Packing : 1 Bottle 500ml
Barium sulphate Oral liquid
1 Pack
354 Strength : 100% w/v MIS755 10
10ml
Packing : 1 Pack 10ml
Barium sulphate Oral liquid
1 Pack
355 Strength : 250% w/v MIS756 10
10ml
Packing : 1 Pack 10ml

Budesonide Respirator solution


for use in nebulizer
356 1 Vial 2ml MIS759 233500
Strength : 1 mg/ ml
Packing : 1 Vial 2ml

Calamine Lotion (As per IP)


1 Pack
357 Strength : MIS763 556390
100ml
Packing :-1 Pack 100ml

83
Clobetasone Propionate I.P+
Salicylic acid lotion
1 Bottle
358 Strength : 0.05% w/w+6.0%w/v MIS766 75,410
60ml
in as aqueous base q.s
Packing : 1 Bottle 60ml

Coal tar + Salicylic acid Lotion


1 Pack
359 Strength : 1%W/W and 3%W/V MIS767 38021
60ml
Packing : 1 Pack 60ml

Condom (As per the standards


prescribed in Schedule R of
1 Pack 100
360 Drugs & Cosmetics rules, 1945) MIS768 2734900
Units
Strength :-
Packing : 1 Pack 100 Units

Glycerin Solution
1 Bottle
361 Strength : 500 Gm Bottle MIS771 105139
500Gms
Packing : 1Bottle 500Gms

Halothane Inhalation
1 Bottle
362 Strength : MIS772 11420
250ml
Packing : 1 Bottle 250ml

Ipratropium Respirator solution


for use in nebulizer 1 Bottle
363 MIS773 123615
Strength : 250 mcg/ ml 15ml
Packing : 1 Bottle 15ml

Ipratropium Respules
364 Strength : 500 mcg/ 2ml 1 Vial 15ml MIS774 696870
Packing : 1vial 15ml

Isoflurane Inhalation
1 Bottle
365 Strength : MIS775 17612
100ml
Packing : 1 Bottle 100ml

Levo- Salbutamol Inhaler 200


366 Strength : 50 mcg Metered MIS777 41804
Packing : 200 Metered doses doses

Lignocaine Hydrochloride Spray 100ml


367 Strength : 10% Pump MIS778 31005
Packing : 100ml Pump Spray Spray
Liquid paraffin
1 Bottle
368 Strength : MIS779 94558
500ml
Packing : 1 Bottle 500ml

84
Nicotine Chewgum gum 1x25
369 Strength : 2 mg Pellets/Gu MIS780 254450
Packing : 1x25 Pellets/Gums ms

Nicotine Chewgum gum 1x25


370 Strength :- 1 mg Pellets/Gu MIS781 109900
Packing : 1x25 Pellets/Gums ms

Nitrous oxide Inhalation


1x30
371 Strength :- MIS782
Tablets
Packing : 1x30 Tablets
Oxygen Inhalation (Medicinal
1 Can
gas)
372 capacity 6 MIS783
Strength :-
Ltr.
Packing : 1 Can capacity 6 Ltr.
PAS Granules
1 Jar
373 Strength : 1000mg MIS784 700
100gms
Packing : 1 Jar 100gms

Permethrin Lotion
1 Bottle
374 Strength : 1% MIS785 265580
100ml
Packing : 1 Bottle 100ml

Salbutamol Respirator solution


for use in nebulizer 1 Bottle 15
375 MIS788 276400
Strength : 5 mg/ml ml
Packing : 1 Bottle 15 ml

Sevoflurane Inhalation
1 Bottle
376 Strength :- MIS789 10685
100 ml
Packing :-1 Bottle 100 ml

Silver Nitrate Crystals


1 Pack 10
377 Strength : MIS790 25900
Gms
Packing : 1 Pack 10 Gms

Sodium Hypochlorite
1 Bottle 1
378 Strength : 10% MIS791 101376
ltr
Packing : 1 Bottle 1 ltr

Sodium Hypochlorite
1 Bottle 1
379 Strength : 5% MIS792 159140
ltr
Packing : 1 Bottle 1 ltr

Trichloracetic Acid Lotion


1 Pack
380 Strength : 20% MIS794 1815
30ml
Packing : 1 Pack 30ml

85
Annexure-M
CHECKLIST
Directorate of Health & Family Welfare, Block No. 6, Commercial Complex .Kasumpti, Shimla-
171009.
Check list of uploaded E- tender documents in respect of tender invited for supply of
Medicines/drugs, Surgical items/Medical consumables to be filled in by the bidder.
Tender scheduled to be opened on ……….
Name of the
Bidder_____________________________________________________________________

Sr. Packet Page


Particulars Yes/No Remarks
No. No. No.

A. COMMERCIAL DOCUMENTS
1 Power of Attorney / Resolution of
Board of Directors authorizing an
officer of the bidder to transact the
business with Tender inviting
Authority. The signature of the
authorized officer should be attested
with photograph and such
authorized officer of the bidder
should sign the tender documents.

2. Proof of deposit of Cost of e-tender


Document

3 Proof of deposit of Earnest Money


Deposit (EMD).

4 Form-B duly filled in and signed as


per Annexure “I”.

5 Authority letter in favor of the


Authorized Distributor in case of
supplies to be executed through
Authorized Distributor.

6 GS1 Barcoding registration


Certificate Annexure-“J”.

7 Letter of Undertaking on
Company/Firm letter head as per
Annexure- “A”.

8 Affidavit of the bidder as per


Annexure“E”, notarized on Rs.
100 stamp paper

86
9 Copy of GST registration number
of bidder.

10 Certificate of Incorporation/
Registration.

11 Attested copy of PAN of bidder.

12 Attested copy of GST No. of


Branch Office or Depot or Dump or
C & F Agent or Authorized
Distributor from where Supplies are
to be executed.

13 Annual Turnover Certificate based


on Balance Sheet and P & L
Account, for preceding three
consecutive years i.e. 2019-2020,
2020-2021 and 2021-22, duly
certified, signed and stamped by
Chartered Accountant with UDIN
mentioned on the face of the
Certificate Annexure “B”. The
copies of Balance Sheet & P & L
Account or any other annexure
should not be uploaded.
(Minimum average annual turnover
of Rs. 20.00 Crore (Rs.Twenty
Crore) for bidders located in other
States and Rs. 10.00 Crore (Ten
Crore) for bidders located within
the State of H.P )
14 Income Tax Returns for three
consecutive Assessment Years i.e.
2020-2021, 2021-22 and 2022-23.
15 Self attested Check List duly filled-
in, signed and stamped, as per
Performa attached as Annexure
“M”.
16 Copy of complete Tender
Document. Duly signed and
stamped (at the bottom of each
page)
Nothing should be filled in or
written in this copy.

87
B. TECHNICAL DOCUMENTS

1 List of quoted products as per


Annexure “D”
2 Valid Drug Manufacturing
License(s)/Loan License(s) against
which products have been quoted. If
the license(s) has / have been
applied for further renewal, a copy
of the license(s) validity certificate
duly issued by the concerned drug
authority.
3 Valid Import license in respect of
quoted imported product(s).
4 Valid “WHO GMP” (Good
Manufacturing Practices)
certificate.
5 Product approval/Product
permission in respect of each
quoted Medicine/Drug in the
seriatim of quoted Medicines/Drugs
appearing in the financial bid/BOQ.
6 Valid „GLP‟ (GOOD
LABORATORY PRACTICES)
certificate(s) as per schedule L1 of
the Drugs & Cosmetic Rules, duly
issued during past six months prior
to the last date for submission of
tender.
7 Valid Manufacturing &
Marketing Certificate as per
Annexure –“C” for the period of
minimum three years, in respect of
quoted products.
In case of importer same Performa
shall be used for providing
marketing certificate.
8 Valid No-conviction certificate(s)
duly issued by the concerned Drug
Licensing Authority during past six
months prior to the last date for
submission of tender.

Signature of the Authorised officer (Bidder) with stamp

88
Annexure-N
SUPPLY SCHEDULE OF MEDICINE(S)/DRUG(S)

Purchase Order No. and Date: _____________________________________________

Name of Supplier: __________________________________________________________

Sno. Medicine/Drug Ordered Qty. Purchaser/IO Date of Qty.


as per Dispatch
Purchase
Order

Signature of the Authorised officer ( Supplier) with stamp

89
Annexure-O
PRICE SCHEDULE
(Domestic Tender: Rates are to be given in Rupees(INR) only)

Name of the Bidder: _________________________________________________________

Address of Bidder: _________________________________________________________

Srno Item Description Item- Quantity Unit Rate Total Total


Code without Amount Amount in
GST (in without words
figures to be GST
entered by
Bidder)
Rs. P.
1 0.00 0.00 INR Zero
To be Only
(To be filled computed (To be filled
in online in online in online
BoQ) BoQ BoQ)
2 0.00 0.00 INR Zero
Only
(To be filled (To be
in online computed (To be filled
BoQ) in online in online
BoQ) BoQ)

(The data filled in the form is sample data for reference of the prospective bidders)

Note :-
1. GST will be paid extra on all the items as applicable.
2. Quote rates in BOQ for the packing exactly given in Annexure e.g.
3. If the packing unit is given for 10x10 tablets/ capsule, the rate should be quoted for 10x10 tablets/
capsules, and not for 1 tablets / capsule or 10 tablets / capsule.
4. If the packing unit is given for 10 x14 tablets/ capsule, the rate should be quoted for 10x14 tablets/
capsule, and not for 1 tablets / capsule or 10 tablets/ capsule.
5. If the packing unit is given for 2 ml ampoule (1x25 ampoules), the rate should be quoted for 25 ampoules
and not for 1 ampoule or 10 ampoules etc.
6. If the packing unit is given for 2 ml ampoule (1x10 ampoules), the rate should be for 10 ampoules and not
for 1 ampoule etc.
7. The rates should be quoted strictly as per specifications and pack size mentioned in the Financial bid/BOQ.
8. Medicines/Drugs should be covered by I.P, B.P, U.S.P, N.F.I, latest edition and shall conform to presented
standard of quality. If any product is mentioned in Indian Pharmacopeia (IP) then IP only will be applicable
and for that Indian Pharmacopeia 2018 may also be referred. If product is not mentioned in IP then other
pharmacopeia like BP/USP etc. as applicable will be referred

Signature of the Authorised officer (Bidder) with stamp

90

You might also like