Tender Documents



TENDER DOCUMENT

GOVERNMENT OF MADHYA PRADESH

DEPARTMENT OF MEDICAL EDUCATION

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

FOR SUPPLY OF (Name of Item): DRUGS AND MEDICINES

(TABLETS, CAPSULES, IV FLUIDS, INJECTIONS, SYRUPS, SOLUTIONS, DROPS, CREAM, GEL & OINTMENT, LIFE SAVING DRUGS, CHEMOTHERAPY DRUGS AND PSYCHIATRY DRUGS)

TO GOVERNMENT / AUTONOMOUS MEDICAL COLLEGES, DENTAL COLLEGE & ASSOCIATED HOSPITALS UNDER MEDICAL EDUCATION DEPARTMENT, M.P. BHOPAL

CONTRACT DOCUMENT CONSISTING OF TENDER NOTICE, TENDER FORM, RATE SHEET, TENDER CONDITIONS, SPECIFICATIONS AND TECHNICAL PARTICULARS, FORM OF AGREEMENT ETC.

ISSUING AUTHORITY

CHAIRMAN, PURCHASE COMMITTEE &

DEAN, M.G.M MEDICAL COLLEGE,

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

INDEX

|Sr. |Particular |Page No. |

| |Important dates |3 |

| |Guideline to bidders for implementation of e-procurement system |4 |

| |Section- I (Invitation for bid) |8 |

| |Section –II (Instructions to bidder) |10 |

| |Section –III (General Conditions of Contract) |28 |

| |Section –IV(Special Conditions of Contract) |43 |

| |Section –V (Bid Form) |52 |

| |Table of Annexure |53 |

| |Requirement of Drug & Medicine |76 |

GOVERNMENT OF MADHYA PRADESH

DEPARTMENT OF MEDICAL EDUCATION

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF DRUGS AND MEDICINES (TABLETS, CAPSULES, IV FLUIDS, INJECTIONS, SYRUP, SOLUTIONS, DROPS, CREAM, GEL & OINTMENT, LIFE SAVING DRUGS, CHEMOTHERAPY DRUGS AND PSYCHIATRY DRUGS)

FOR GOVERNMENT / AUTONOMOUS MEDICAL COLLEGES, DENTAL COLLEGE & ASSOCIATED HOSPITALS UNDER MEDICAL EDUCATION DEPARTMENT, BHOPAL, M.P. UNDER RATE CONTRACT

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

PRE BID MEETING : 14.05.2013 at 11.30 a.m.

| Key Dates : Single Submission MultiOpening With Prequalification |

| |

|Seq No |DME Stage |Contractor Stage |Start Date & Time |Expiry Date & Time |

|2 |- |Tender Purchase - Online |09-05-2013 17:31 |10-06-2013 17:30 |

|3 |- |Tender Download |09-05-2013 17:31 |12-06-2013 17:00 |

|4 |- |Submit Bid - Hash Online |09-05-2013 17:31 |14-06-2013 17:00 |

|5 |Close for Bidding - Generation of Super Hash |- |14-06-2013 10:00 |14-06-2013 17:00 |

|6 |- |Submit Bids Online - Re-encryption |15-06-2013 17:31 |17-05-2013 17:00 |

|7 |Open EMD & Technical / PQ bid |- |19-06-2013 10:00 |19-06-2013 17:00 |

|8 |Open Financial / Price-Bid |- |01-07-2013 10:00 |19-07-2013 17:00 |

| |

|Last date for submission of original EMD and other relevant documents is 18.06.2013 upto 17:30 pm. All key dates are tentative and subject to be|

|changed as per procurer requirement all the information regarding this will be floated only on portal. |

PLACE OF OPENING OF BIDS : Tender will be open online as per key dates

at

ADDRESS FOR SUBMISSION OF : Chairman, Purchase Committee & Dean

PHYSICAL TENDER DOCUMENTS M.G.M. Medical College,

A.B. Road, Indore – 452 001 (M.P.)

Telephone: 0731-2526112, 2527383

Fax: 0731-2514628

Website: , Email: cpc2013mgmmc.indore@,

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

and

Cost of tender form in the form of DD of Rs.5,000/- in the name of “Dean, M.G.M. Medical College, Indore” payable at Indore (M.P.) should be submitted in a separate Envelope marked “Tender Fee” along with physical documents, failing which the tender will be rejected. Email: cpc2013mgmmc.indore@.

GUIDELINES TO BIDDERS FOR IMPLEMENTATION OF

e-PROCUREMENT SYSTEM IN DEPARTMENT OF MEDICAL EDUCATION, GOVERNMENT OF MADHYA PRADESH



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

1. Registration of Bidders on e-Procurement System:

All the Bidders (Contractors/Vendors) registered / intending to register with DEPARTMENT OF MEDICAL EDUCATION are required to register on the e-Procurement System on the website and get empanelled on in order to participate in restricted tenders processed by DEPARTMENT OF MEDICAL EDUCATION using the e-Procurement System.

The Bidders (Contractors) registered with other departments who are also eligible to participate in tenders processed by DEPARTMENT OF MEDICAL EDUCATION are also required to be registered on the e-Procurement System on .

Bidders who are already registered on can use their existing User Id to login and participate in online tenders floated by DEPARTMENT OF MEDICAL EDUCATION

Digital Certificates:

The Bids submitted online should be signed electronically with a Class III Digital Certificate to establish the identity of the Bidder submitting the Bid online. The Bidders may obtain Class III Digital Certificates issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities, Government of India.

A Class III Digital Certificate is issued upon receipt of mandatory identity proofs along with an Application Form. Only upon the receipt of the required documents, a Digital Certificate can be issued.

Note: It may take up to 4 working days for issuance of Class III Digital Certificate, hence the bidders are advised to obtain them at the earliest.

The Bidders may obtain more information on Digital Certificate from

NexTenders (India) Pvt. Ltd.

A - 6, Sahyog Parisar Opp. Makhanlal Chaturvedi University,

E - 8, Shahpura,Bhopal - 462 039 (M.P.) Ph. No.: 0755 - 407 50 10

Email: Bhopal@

Important Note:

Bid for a particular tender can be submitted during the ONLINE BID SUBMISSION stage only using the Digital Certificate that is used to encrypt the data and sign the hash during the ONLINE BID PREPARATION AND HASH SUBMISSION stage.

In case, during the process of a particular tender, the bidder looses his Digital Certificate because of any problem (such as misplacement, virus attack, hardware problem, operating system problem, etc.); he may not be able to submit his bid online.

Hence, the bidders are advised to keep their Digital Certificates in a safe place under proper security to be used whenever required.

The digital certificate issued to the Authorized User of a Partnership firm / Private Limited Company / Public Limited Company / Joint Venture and used for online bidding will be considered as equivalent to a no-objection certificate / power of attorney to that user.

In case of Partnership Firm, majority of the Partners have to authorize a specific individual through Authority Letter signed by majority of the Partners of the firm.

In case of Private Limited Company, Public Limited Company, the Managing Director / any other Person (having designated authority to authorize a specific individual) has to authorize a specific individual through Authority Letter.

Unless the certificate is revoked, it will be assumed to represent adequate authority of the specific individual to bid on behalf of the Organization for online tenders as per Information Technology Act 2000. This Authorized User will be required to obtain a Digital Certificate. The Digital Signature executed through the use of Digital Certificate of this Authorized User will be binding on the firm. It shall be the responsibility of Management / Partners of the concerned firm to inform the Certifying Authority, if the Authorized User changes, and apply for a fresh digital certificate for the new Authorized User.

2. Set Up of Bidders’ Computer System:

In order for a Bidder to operate on the e-Procurement System, the Computer System of the Bidder is required to be set up for Operating System, Internet Connectivity, Utilities, Fonts, etc. A help file on setting up of the Computer System can be obtained from e-Procurement Cell.

3. Publishing of N.I.T.: For the Tenders processed using the e-Procurement System, only a brief Advertisement related to the Tender shall be published in the newspapers and the Detailed Notice shall be published only on the e-Procurement System. The contractors can view the Detailed Notice and the time schedule for all the Tenders processed using the e-Procurement System on the website .

4. Key Dates: The Bidders are strictly advised to follow the time schedule (Key Dates) of the Tender for their side for tasks and responsibilities to participate in the Tender, as all the stages of each Tender are locked before the start time and date and after the end time and date for the relevant stage of the Tender as set by the concerned Department Official. However, it is advised to complete the required stage well in advance and not to wait for last date and time for processing.

5. Online Processing Fee:

The Tender documents can be downloaded ONLY online. The Tender shall be available for download to the concerned eligible bidders immediately after online release of the Tender and upto the scheduled date and time as set in the key dates.

The Bidders can submit the tender documents online by making online payment of online processing fee of Rs.610/- using the service of the secure electronic payments gateway (see point 6 below for further details), and should print out the system generated receipt for their reference which can be produced whenever required. Arrangements have been made for the Bidders to make payments online (Rs.610/-) via Debit Card / Internet Banking towards online processing fee.

6. Electronic Payment Account:

As the tender documents shall be available for download only online, Bidders are required to pay the online processing fee online using the Online Payments Gateway Service integrated into the e-Procurement System.

For the list of available modes of electronic payments that are presently accepted on the Online Payments Gateway Service, please check the link ‘List of e-Payments accepted Online’ on .

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

The Bidders have to prepare their Bids online, encrypt their Bid Data in the Bid Forms and submit Bid Seals (Hashes) of all the Envelopes and documents required to be uploaded related to the Tender as per the time schedule mentioned in the key dates of the Notice Inviting Tenders after signing of the same by the Digital Signature of their authorized representative.

8. Generation of Super - Hash:

After the time of submission of Bid Seal (Hash) by the Contractors has lapsed, the bid round will be closed and the concerned Department Official shall generate a Tender Super – Hash which shall be digitally signed by the Department Official.

9. Decryption and Re - Encryption Bids:

Bidders have to decrypt the Bid Data with their Digital Certificate and re-encrypt the Bid Data and also upload the relevant documents using Online Briefcase feature for which they had generated the Bid Seals (Hashes) during the Bid Preparation and Hash Submission stage within the specified time as stated in the time schedule (Key Dates).

The encrypted data of only those Bidders who have submitted their Bid Seals (Hashes) within the stipulated time, as per the tender time schedule (Key Dates), will be accepted by the system. A Bidder who has not submitted Bid Seals (Hashes) within the stipulated time will not be allowed to decrypt and re-encrypt his Bid Data or upload the relevant documents.

10. Submission of Earnest Money Deposit:

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

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

11. Opening of Tenders:

The concerned Department Official receiving the tenders or his duly authorized Officer shall first open the online Earnest Money Deposit Envelope of all the Bidders and verify the scanned copy of the Earnest Money Deposit uploaded by the Bidders. He/She shall check for the validity of Earnest Money Deposit as required. He/She shall also verify the scanned documents uploaded by the Bidders, if any, as required. In case, the requirements are incomplete, the commercial and other Envelopes of the concerned Bidders received online shall not be opened.

The concerned Official shall then open the other Envelopes submitted online by the Bidders in the presence of the Bidders or their authorized representatives who choose to be present in the order of opening.

He/She will match the Bid Seal (Hash) of each Envelope and the documents uploaded, during the respective opening, with the hash submitted by the Bidders during the Bid Preparation and Hash Submission stage. In the event of a mismatch, the Bid Data in question shall be liable for a due process of verification by the Nodal Officer of e-Procurement System of DEPARTMENT OF MEDICAL EDUCATION.

SECTION I :

INVITATION FOR BIDS (IFB)

SECTION I : INVITATION FOR BIDS (IFB)

Date: 15.04.2013 IFB No.: CPC/MED-DRUG/13-14/05

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

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

3.

a. Price of bidding document

(Non refundable DD) : Rs. 5,000/-

(D.D. in favour of Dean M.G.M. Medical College, Indore payable at Indore )

b. Pre Bid Meeting : ……………

c. Last date and time for submission of bids : As per online key dates

d. Date and time of opening of Bid (Envelope “D” & “A”) : As per online key dates

e. Place of opening of bids : at

f. Address of communication: Chairman, Purchase Committee & Dean,

M.G.M. Medical College,

A.B. Road, Indore (M.P.) – 452 001

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

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

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

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

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

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

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

CHAIRMAN, PURCHASE COMMITTEE &

DEAN, M.G.M MEDICAL COLLEGE,

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

SECTION II :

INSTRUCTIONS TO BIDDER (ITB)

SECTION II: INSTRUCTIONS TO BIDDER

TABLE OF CLAUSES

|Clause No. |Topic Number |Page No.|Clause No. |Topic Number |Page No. |

| |A. Introduction | | |E. Bid opening and evaluation of Bids | |

|1. |Scope of work |12 |21. |Opening of Bids by the Rate Contracting|23 |

| | | | |Authority | |

|2. |Eligible Bidders |12 |22. |Clarification of Bids |24 |

|3. |Eligible Goods and Services |13 |23. |Preliminary Examination |24 |

|4. |Cost of Bidding |13 |24. |Evaluation and Comparison of Bids |25 |

| | | |25. |Contacting the Rate Contracting |25 |

| | | | |Authority | |

| |B. Bidding Documents | | |F. Award of Contract | |

|5. |Contents of Bidding Documents |13 |26. |Post qualification |25 |

|6. |Clarification of Bidding Documents |14 |27. |Award Criteria |25 |

|7. |Amendment of Bidding Documents |14 |28. |Purchaser’s Right to vary Quantities |26 |

| |C. Preparation of Bids | |29. |Rate Contracting Authority’s Right to |26 |

| | | | |Accept any Bid and to Reject any or all| |

| | | | |bids | |

|8. |Language of Bid |14 |30. |Notification of Rate Contract |26 |

|9. |Documents Comprising the Bid |14 |31. |Signing of Rate Contract |26 |

|10. |Bid Form |15 |32. |Performance Security & Inspection |26 |

| | | | |Charges | |

|11. |Bid Prices |15 |33. |Placement of Supply Order |27 |

|12. |Bid Currencies |16 |34. |Corrupt or Fraudulent Practices |27 |

|13. |Documents establishing Bidder’s Eligibility and |16 | | | |

| |Qualifications | | | | |

|14. |Documents establishing Good eligibility and |18 | | | |

| |conformity to Bidding Documents | | | | |

|15. |Bid Security |18 | | | |

|16. |Period of Validity of Bids |19 | | | |

| |D. Submission of Bids | | | | |

|17. |Bid stages |19 | | | |

|18. |Deadline for Submission of Bids |22 | | | |

|19. |Late Bids |23 | | | |

|20. |Modification and withdrawal of bids |23 | | | |

A. Introduction

1. Scope of Work

1. Government of M.P., Medical Education Department requires Drugs and Medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs And Psychiatry Drugs) for various Govt. / Autonomous Medical Colleges, Dental College & Associated Hospitals of M.P. Bid is issued for procurement of Drugs And Medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs And Psychiatry Drugs) at competitive rates. After finalization of the bid, the contract will be awarded to successful bidders for the supply of items, during one year or till further order on rate contract basis on approved rates. The drugs & medicines are to be supplied at various designated places like Indore, Bhopal, Jabalpur, Gwalior, Rewa & Sagar in the State of Madhya Pradesh.

2. Tenderers shall visit the site: Intending tenderer shall visit the site and make himself thoroughly acquainted with the local site condition, nature and requirements of the works, facilities of transport conditions, effective labour and materials, access and storage for materials and removal of rubbish. The rate quoted by the contractor shall take care of all contingencies required for completion of the work to the entire satisfaction of the Purchaser. The tenderer shall provide in their tender for cost of carriage, freight and other charges as also for any special difficulties and including police restriction for transport etc., for proper execution of work as indicated in the drawings. The successful tenderer will not be entitled to any claim of compensation for difficulties faced or losses incurred on account of any site condition which existed before the commencement of the work or which in the opinion of the R.C.A. might be deemed to have reasonably been inferred to be so existing before commencement of work.

2. Eligible Bidders

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

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

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

3. Eligible Goods and Services

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

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

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

4. Cost of Bidding

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

B. The Bidding Documents

5. Contents of Bidding Documents

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

a. Instructions to Bidders (ITB);

b. General Conditions of Contract (GCC);

c. Special Conditions of Contact (SCC);

d. Bid Form;

e. Annexure-I (Sales Tax Clearance Certificate);

f. Annexure-II (Undertaking Form);

g. Annexure-III (Declaration Form);

h. Annexure-IV (Proforma for Performance Statement);

i. Annexure-V (Annual Turnover Statement);

j. Annexure-VI (Specifications of required Drugs and Medicines (Tablets, Capsules, Iv Fluids, Injections, Syrups, Solutions, Drops, Cream, Gel & Ointment, Life Saving Drugs, Chemotherapy Drugs And Psychiatry Drugs);

k. Annexure-VII (Packing Specifications);

l. Annexure-VIII (Contract Agreement Form);

m. Annexure-IX (Details of Manufacturing Unit);

n. Annexure-X (Proforma for Performance Security); and

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

p. Annexure-XII (Authorization letter from Manufacturer)

q. Annexure-XIII (Check List)

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

5.3 The biding document is not transferable.

6. Clarification of Bidding Documents

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

7. Amendment of Bidding Documents

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

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

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

C. Preparation of Bids

8. Language of Bid

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

9. Documents comprising the Bid

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

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

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

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

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

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

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

10. Bid Form

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

11. Bid Prices

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

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

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

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

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

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

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

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

12. Bid Currencies

12.1 Prices shall be quoted in Indian Rupees.

13. Documents establishing Bidder’s eligibility and qualifications

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

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

13.3 The documentary evidence of the Bidder’s qualifications to perform the Contract if its bid is accepted shall be established to the satisfaction of Rate Contracting Authority:

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

t. All documents should be self attested and stamped.

14. Documents establishing Goods Eligibility and Conformity to Bidding Documents

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

15. Bid Security

15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, the bid security which shall be Rs. Two Lakh. No concession / exemption shall be allowed. amount of it should be shown separately in Envelop “A”. Scan Copy of same instrument should be uploaded online too.

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

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

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

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

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

15.7 The bid security may be forfeited:

a. If a bidder

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

b. In case of a successful Bidder, if the Bidder fails:

(i) to sign the Contract in accordance with ITB Clause 31; or

(ii) to furnish performance security and Inspection Charges in accordance with ITB Clause 32.

16. Period of Validity of Bids

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

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

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

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

D. Submission of Bids

17. Bid Stages

1. Bid should be submitted in following system and should furnish the following documents

failing which their bid shall not be accepted:-

Envelope – A: Tender fee and E.M.D.

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

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

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

(2) The Bidders shall submit their Earnest Money Deposit as usual in a separate physically sealed Envelope and the same should reach the concerned office as stated in the Notice Inviting Tender by post. The Bidders have to upload scanned copy of Earnest Money Deposit instrument along with the reference details.

i) Fixed Deposit for 18 Months as bid security which shall be (maximum Rupees Two Lacs) tendered for as E.M.D. issued by nationalized bank in the name of Dean, M.G.M. Medical College Indore. Payable at Indore (refundable). (Any other instrument for example D.D./ cheque will not be accepted).

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

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

Envelop – B: (Technical Bid)

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

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

iii) Literature of original catalogue of the product attached for reference.

iv) Documentary evidence for the Registration of the company with details of the Name, Address, Telephone Number, Fax Number, e-mail address of the firm and of the Managing Director / Partners / Proprietor.

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

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

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

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

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

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

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

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

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

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

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

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

|Sr.No. |Item Code |Name of Drugs |

| | | |

| | | |

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

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

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

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

xxi) Authority letters from manufacturers / principal company (ANNEXURE-XII). In original

xxii) Affidavit on non judicial stamp of Rs. 100/- for being in business or more than 3 years

xxiii) Certificate for sole ownership / partnership and establishment relations.

xxiv) Quality assurance certificate like ISI/ ISO-9002, IP/BP/USP etc.

xxv) Statement of financial standing from bankers & performance guarantee as per (ANNEXURE-X), in original.

xxvi) Performance guarantee, if purchase order issued.

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

i. Reference No. of the tender ________________

ii. Tender regarding _________________________

iii. Due date of submission of tender form ________

iv. Due date for opening of the tender ___________

v. Name of the firm _________________________

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

Envelope – C: (Financial Bid)

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

Envelope – D: (Main Tender Envelope)

Envelope A & B

2. PRICE BID –

The Bidder should furnish the following:-

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

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

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

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

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

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

18. Deadline for Submission of Bids

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

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

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

19. Late Bids

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

20. Modification and withdrawal of Bids

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

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

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

Bid Opening and Evaluation of Bids

21. Opening of Bids by the Rate Contracting Authority

Opening of Bid process:

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

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

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

4. Opening of bid will be a sequential process.

5. Bids will be opened in the presence of Bidder’s representatives who choose to attend on the specified date and time fixed for opening the bid. Envelop D containing envelop A & B documents will be opened, out of which envelop A will be immediately opened online and physically. Documents together with contents of envelop A will be subject to scrutiny, those bidders whose documents and contents are as per tender conditions will only be deemed qualified for opening of technical bid. The date and time of opening of technical bid (envelop B) will be made available on website within a week of opening of bid and will be communicated simultaneously to those who qualify for opening of bid. Technical and Price bid will be submitted online and envelope B will be submitted in hard copy too. Technical Bid will be evaluated as per specification and NCB terms and conditions by the Technical Committee. Thereafter, Price Bid (envelop C) will be opened online only for those bidders whose bid will be found technically responsive. Opening of date of price bid will be communicated online only at those who qualify and will be displayed on the specified website.

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

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

22. Clarification of Bids

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

23. Preliminary Examination

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

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

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

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

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

24. Evaluation and Comparison of Bids

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

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

25. Contacting the Rate Contracting Authority

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

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

Award of Contract

26. Post Qualification

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

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

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

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

27. Award Criteria

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

28. Purchaser’s Right to vary Quantities

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

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

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

30. Notification of Rate Contract

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

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

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

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

31. Signing of Rate Contract

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

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

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

32. Performance Security & Inspection Charges

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

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

33. Placement of Supply Order

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

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

34. Corrupt or Fraudulent Practices

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

i) “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution, and

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

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

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

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

SECTION III:

GENERAL CONDITIONS OF CONTRACT (GCC)

SECTION III: GENERAL CONDITIONS OF CONTRACT(GCC)

TABLE OF CLAUSES

|Clause Number |Topic |Page Number |

|1. |Definitions |31 |

|2. |Applications |31 |

|3. |County of Origin |32 |

|4. |Standards |32 |

|5. |Use of Contract documents and information |32 |

|6. |Patent Rights |33 |

|7. |Performance Security |33 |

|8. |Inspection and Tests |33 |

|9. |Packing |34 |

|10. |Delivery and Documents |34 |

|11. |Insurance |35 |

|12. |Transportation |35 |

|13. |Warranty |35 |

|14. |Payment |36 |

|15. |Prices |37 |

|16. |Change orders |37 |

|17. |Contract Amendments |37 |

|18. |Assignment |37 |

|19. |Delays in the Supplier’s Performance |37 |

|20. |Liquidated Damages |38 |

|21. |Termination for Default |38 |

|22. |Force Majeure |39 |

|23. |Termination for insolvency |39 |

|24. |Termination for Convenience |39 |

|25. |Resolution of Disputes |40 |

|26. |Limitation of Liability |40 |

|27. |Governing Language |41 |

|28. |Applicable Law |41 |

|29. |Notices |41 |

|30. |Taxes and Duties |41 |

|31. |Fall Clause |41 |

|32. |Jurisdiction |42 |

General Conditions of Contract (GCC)

1. Definitions

1. In this Contract, the following terms shall be interpreted as indicated:

a) “Rate Contract” means the agreement entered into between the Rate Contracting Authority and the Supplier, as recorded in the Contract Forms signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein for supply of material in agreed time period.

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

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

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

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

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

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

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

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

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

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

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

m) “Day” means calendar day.

2. Applications

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

3. Country of Origin

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

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

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

4. Standards

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

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

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

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

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

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

5. Use of Contract documents and information

1. The supplier shall not, without the Rate Contracting Authority’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Rate Contracting Authority in connection therewith, to any person other than a person employed by the supplier in performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extent only so far as may be necessary, for purposes of such performance.

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

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

6. Patent Rights

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

7. Performance Security

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

2. The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

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

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

8. Inspection and Tests

If purchaser wishes:

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

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

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

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

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

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

9. Packing

1. The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate the remoteness of the Goods final destination and the absence of heavy handling facilities at all points in transit.

2. The packing marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be provided for in the contract including additional requirements, if any, specified in SCC, Technical specification and in any subsequent instruction ordered by the Purchaser.

10. Delivery and Documents

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

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

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

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

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

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

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

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

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

11. Insurance

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

12. Transportation

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

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

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

13. Warranty

1. For Drug Items

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

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

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

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

4. If the Supplier, having been notified, fails to remedy the defect(s) within seven days, the Purchaser may proceed to take such remedial actions as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

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

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

14. Payment

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

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

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

4. Payment shall be made in Indian Rupees.

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

15. Prices

1. Prices charged by the Supplier for Goods delivered and Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid.

16. Change orders

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

a) the method of shipping or packing;

b) Any other terms & conditions in public interest.

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

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

17. Contract Amendments.

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

18. Assignment

1. The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser’s prior written consent.

19. Delays in the Supplier’s Performance

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

2. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the Goods and performance of the Service, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice the Purchaser shall evaluate the situation and may at its discretion extend the supplier’s time for performance.

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

20. Liquidated Damages

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

21. Termination for Default

Contract may be terminated by the Rate Contract Authority if:

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

a. First penalty 31st day thereof from the date of issue of supply order – 3% of supplied ordered item.

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

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

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

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

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

For the purpose of this Clause.

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

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

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

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

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

22. Force Majeure

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

2. For purpose of this Clause, “Force Majeure” means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Rate Contracting Authority either in its sovereign or contractual capacity, wars or revolution, fires, floods, epidemics, quarantine restrictions and freight embargoes.

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

23. Termination for insolvency

1. The Rate Contracting Authority may, at any time, terminate the contract by giving written notice to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Rate Contracting Authority.

24. Termination for Convenience

1. The Rate Contracting Authority, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Rate Contracting Authority’s convenience, the extent to which performance of the Supplier under the contract is terminated, and the date upon which such termination become effective.

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

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

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

25. Resolution of Disputes

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

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

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

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

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

26. Limitation of Liability

1. Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to Clause 6.

a) the supplier shall not be liable to the Rate Contracting Authority, whether in contract, tort, or otherwise, for any indirect or consequential clause or damage, loss of use, loss of production or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the suppliers to pay liquidated damages to the Rate Contracting Authority, and

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

27. Governing Language

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

28. Applicable Law

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

29. Notices

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

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

30. Taxes and Duties

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

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

31. Fall Clause

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

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

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

(a) Export by the supplier

(b) For all contracts entered into prior to the date of the tender or for any backlog of pending orders.

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

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

32. Jurisdiction

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

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

CHAIRMAN, PURCHASE COMMITTEE &

DEAN, M.G.M MEDICAL COLLEGE,

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

SECTION IV:

SPECIAL CONDITIONS OF CONTRACT (SCC)

SECTION IV : SPECIAL CONDITIONS OF CONTRACT(SCC)

TABLE OF CLAUSES

Item No. Topic Page No.

1. Definitions (GCC Clause 1) 45

2. Performance security (GCC Clause 7) 45

3. Inspection and tests (GCC Clause 8) 45

4. Logograms 47

5. Packing (GCC Clause 9) 47

6. Delivery and documents (GCC Clause 10) 48

7. Insurance (GCC Clause 11) 48

8. Payments (GCC Clause 14) 48

9. Prices (GCC Clause 15) 49

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

11. Resolution of disputes (GCC Clause 25) 50

12. Notices (GCC Clause 29) 50

13. Supplier Integrity 51

14. Supplier’s obligations 51

15. Patent right (GCC Clause 6) 51

16. Progress of Supply 51

17. Bid Form 52

Special Conditions of Contract

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

1. Definitions (GCC Clause 1)

GCC 1.1 (g) (a) The Purchaser is concerned Deans / Principal / Superintendents of various Govt. / Autonomous Medical Colleges, Dental College and Associated Hospitals of Madhya Pradesh which is also Good’s Receiving Authority.

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

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

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

2. Performance security (GCC Clause 7)

2.1 The supplier shall be required to pay 10% performance security of the order value or maximum Rs. 15 lac which ever is less. The performance security should be paid upfront in respect of each supply order or before the due date fixed by the Purchaser, valid up to end of 18 months for performance obligations including warranty obligations.

2. Substitute clause 7.4 of the GCC by the following:-

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

3. Add as clause 7.5 to the GCC the following:-

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

3. Inspection and tests (GCC Clause 8)

If purchaser wishes:

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

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

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

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

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

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

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

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

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

J. If any items of drugs / medicines supplied by the supplier have been partially or wholly used or consumed after supply and are subsequently found to be in bad order, unsound, inferior in quality or description or otherwise faulty or unfit for consumption and if payment had already been made to him then the contract price or prices of such articles or things will be recovered from the supplier. The supplier will not be entitled to any payment, whatsoever, for items of drugs found to be NOT OF STANDARD QUALITY whether consumed or not and the purchaser is entitled to deduct the cost of such batch of drugs from any amount payable to the supplier. On the basis of nature of failure, the product / supplier will be moved for black listing.

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

4. Logograms

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

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

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

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

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

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

5. Packing (GCC Clause 9)

Add the following clause 9.3 of the GCC :-

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

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

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

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

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

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

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

6. Delivery and documents (GCC Clause 10)

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

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

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

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

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

v) Certificate of origin.

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

7. Insurance (GCC Clause 11)

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

Should any loss or damage occurs, the supplier shall:

a) Initiate and pursue claim till settlement, and

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

8. Payments (GCC Clause 14)

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

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

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

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

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

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

9. Prices (GCC Clause 15)

Substitute clause 15.1 of the GCC with the following:

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

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

1. For delay :

Substitute GCC clause 20.1 by the following:

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

a. First penalty: 31st day from the date of issue of supply order – 3% of supply ordered item.

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

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

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

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

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

11. Resolution of disputes (GCC Clause 25)

Add as GCC clauses 25.4 and 25.5 the following:

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

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

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

12. Notices (GCC Clause 29)

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

Rate Contracting Authority: The Chairman,

Purchase Committee & Dean

M.G.M. Medical College, Indore (M.P.)

Purchaser :

1. Dean, M.G.M. Medical College, A.B. Road, Indore

2. Dean, Gandhi Medical College, Bhopal

3. Dean, Gajra Raja Medical College, Gwalior

4. Dean, Shyam Shah Medical College, Rewa

5. Dean, N.S.C.B. Medical College, Jabalpur

6. Dean, Bundelkhand Medical College, Sagar

7. Principal, Dental College, A.B. Road, Indore

8. Jt. Director cum Superintendent, M.Y. Hospital, MYH Road, Indore

9. Superintendent, Govt. Cancer Hospital, Near MY Hospital, Indore

10. Superintendent, Chacha Nehru Bal Chikitsalaya Avum Anusandhan Kendra, Behind MY Hospital, Indore

11. Superintendent, Mental Hospital, Banganga, Indore

12. Superintendent, Hamidia Hospital, Bhopal

13. Superintendent, Sultania Zanana Hospital, Bhopal

14. Superintendent, Jayarogya Hospital, Gwalior

15. Superintendent, Mental Hospital, Gwalior

16. Superintendent, S.G.M. Hospital, Rewa

17. Superintendent, N.S.C.B. Medical College Hospital, Jabalpur

18. Superintendent, Govt. Medical College Hospital, Sagar

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

---------------------------------------------------------

13. Supplier Integrity

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

14. Supplier’s obligations

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

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

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

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

15. Patent right (GCC Clause 6)

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

16. Progress of Supply

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

---------------------------------------------------------

---------------------------------------------------------

Supplier regularly at every 7 day interval shall intimate item wise progress of supply in writing, to the Purchaser as under:

• Quantity offered for inspection and date :

• Quantity accepted / rejected by inspecting agency and date:

• Quantity dispatched / delivered to consignee and date :

• Quantity where incidental services have been satisfactorily completed with date :

• Quantity where rectification / replacement effected / completed on receipt of any communication from consignee / Purchaser with date :

(In case of state-wise inspection, details required may also be specified).

CHAIRMAN, PURCHASE COMMITTEE &

DEAN, M.G.M MEDICAL COLLEGE,

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

SECTION V

Ref. Clause No. 17.1(p) of ITB

BID FORM

Date : …………..2013

Tender No. ……...

To,

Chairman, Purchase Committee &

Dean, M.G.M. Medical College

A.B.Road, Indore (M.P.)

I/We, the undersigned, declare that:

1. I/We have examined the bidding documents including Addenda Nos. ……. (insert numbers), the receipt which is hereby acknowledged.

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

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

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

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

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

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

8. I/We understand that you are not bound to accept the lowest or any bid that you may receive.

9. I/We hereby submit our tender for the ______________________________.

10. I am/We are enclosing herewith the E.M.D. No.___________ dated _________.

11. I/We have noted that overwritten entries shall be deleted unless duly cut & re-written and initialed.

12. Tenders are duly signed (No thumb impression should be affixed).

13. I/We undertake to sign the contract / agreement, if required, within 7 (Seven) days from the date of issue of the letter of acceptance, failing which our/my security money deposited may be forfeited and our/my name may be removed from the list of suppliers.

Dated this ………………….. day of ……………….. ……..2013

(Signature) ……………..

(in the capacity of :……………….)

Duly authorized to sign for and on behalf of ………………..

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

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

TABLE OF ANNEXURES

Item No. Topic Page No.

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

2. Annexure – II (Undertaking Form) 56

3. Annexure – III (Declaration Form) 60

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

5. Annexure – V (Annual Turnover Statement) 62

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

7. Annexure – VII (Packing Specification) 64

8. Annexure – VIII (Contract Agreement) 66

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

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

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

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

13. Annexure- XIII Detail of existing distributor and Godown network in M.P 73

14. Check list 74

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

ANNEXURE – I

Ref. Clause No. 17.1 (k) of ITB

FORM OF CERTIFICATE OF SALES TAX / VAT VERIFICATION TO BE PRODUCED BY AN APPLICANT FROM THE CONTRACT OR OTHER PATRONAGE AT THE DISPOSAL OF THE GOVERNMENT OF MADHYA PRADESH

(To be filled up by the applicant)

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

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

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

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

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

2009-10

2010-11

2011-12

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

|Year |Total T.O. (Turnover)|Total Tax assessed |Total Tax Paid |Balance (Rs) |Reasons for Balance |

| |be assessed (Rs) |(Rs) |(Rs) | |(Rs) |

|2009-10 | | | | | |

|2010-11 | | | | | |

|2011-12 | | | | | |

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

d. Whether any penal action or proceeding for the recovery of Sales tax / VAT is pending?

e. The name and address of Branches, if any:

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

Signature of Applicant:

Address:

Date:

(To be filled up by the Assessing Authority)

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

Date Seal : Deputy / Asstt. Commercial Tax – Officer

Deputy Asstt.

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

ANNEXURE – II

Ref. Clause No. 4.1 of SCC

UNDERTAKING

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

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

Signature of the Bidder

Name & Address in capital letters with Designation

(This Document must be duly notarized)

ENCLOSURE – I TO ANNEXURE–II

Ref. Clause No. 17.1(1) of ITB

DESIGN FOR

DESIGN FOR STRIP ALONG WITH THE MATTER TO BE PRINTED

Description of the Tablet as per pharmacopoeia

| |

| |

| |

| |

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

| |

| |

| |

| |

ENCLOSURE – II TO ANNEXURE – II

Ref. Clause No. 17.1(1) of ITB & Clause No. 4 of SCC

DESIGN FOR LOGORAMS

LIQUIDS

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

[pic]

The label to be affixed on the containers shall be of green and they should be overprinted in distinct colour with the words “ M.P. Govt., Med. Edu. Supply. Not For Sale” and the logograms as above and as described previously.

OINTMENTS

Ointments should be supplied in tubes bearing the following logograms and the words “M.P. Govt., Med. Edu. Supply. Not For Sale” overprinted in distinct colour and as described previously.

[pic]

ENCLOSURE – III TO ANNEXURE – II

SPECIMEN LABEL FOR OUTER CARTON SHALL BE OF GREEN COLOUR

Annexure-III

Ref. clause No 17-1(i) of ITB

DECLARATION

I/we M/s………………represented by its Proprietor / Managing Partner / Managing Director having it’s Registered office at…………………………..and it’s Factory Premises at………… am / are desirous of participating in the tender No. ……. for the supply of Drugs and Medicines floated by the Chairman, Purchase Committee & Dean, M.G.M. Medical College, Indore - 452001 and accept all conditions of Tender document.

I/We declare that we posses the valid license and WHOGMP (For life saving drugs )/GMP (for Other drugs) Certificate as per revised Schedule-“M” issued by the Competent Authority and comply and continue to comply with the conditions laid in Schedule M of drugs & Cosmetics Act. 1940 and the Rules made there under.

I/We agree that the Rate Contracting Authority may forfeit our Bid security and / or Performance Security Deposit and blacklist me/us for a period of 5 years if, any information furnished by us is proved to be false at the time of inspection and not complying with the conditions as per Schedule M of the said Act.

Signature:

Seal

Name & Address:

(This Document must be duly notarized)

ANNEXURE-IV

Ref. Clause No. 17.1 (g) of ITB

PROFORMA FOR PERFORMANCE STATEMENT

(FOR A PERIOD OF LAST 3 YEARS)

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

|Sr. No |Name of the Item (for all category ) |Year |Quantity Manufactured |

| |1 |2 |3 |

|1 | | | |

|2 | | | |

|3 | | | |

|4 | | | |

Signature & Seal of the Bidder

(This Document must have duly notarized)

ANNEXURE-V

Ref. Clause No. 17.1 (j) of ITB

ANNUAL TURNOVER STATEMENT

The Annual Turnover of M/s ……………………………………………………. for the past three years are given below and certified that the statement is true and correct:

|Sr No. |Year |Turnover in Lakhs (Rs.) |

|1. |2009-10 | |

|2. |2010-11 | |

|3. |2011-12 | |

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

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

Signature of Auditor

Chartered Accountant

(Name in Capital)

Date :

Seal :

ANNEXURE-VI

Ref. Clause No. 28.1 of ITB

SPECIFICATIONS OF DRUGS & MEDICINES

|Sr No |Item Code |Name of the Drugs with Specifications |Name of manufacture |Unit |Approx. Tender Qty in |

| | | | | |Unit |

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

|1. | | | | | |

| | | | | | |

|2. | | | | | |

Note: The quantity may increase or decrease as per clause No. 28.1 of ITB

1. Strips of aluminium foils refer to gauge 04.

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

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

4. All glass bottles should be new neutral glass.

5. Ointments should be packed in liquidized Aluminium tubes.

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

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

8. In case of any conflict between carton specifications and packets per carton specification (Last column of this table), the specification of the packet / carton shall prevail.

9. All tablets should have a score line.

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

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

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

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

(1) Tab Digoxin (2) Tab Lithium Carbonate

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

ANNEXURE-VII

Ref. Clause No. 5.1& 5.2 of SCC

I. SCHEDULE FOR PACKING OF DRUGS AND MEDICINES GENERAL SPECIFICATIONS

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

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

FLUTE:

3. The corrugated boxes should be of narrow flute.

JOINTS:

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

FLAPS:

5. The flaps should uniformly meet but should not over lap each other. The flap when turned by 45-600 should not crack.

TAPE:

6. Every box should be sealed with gum tape / PVC tape running through the box along the top and bottom.

CARRY STRAP:

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

LABEL:

8. Every corrugate box should carry a large label in green colour clearly indicating that the product is for “M.P. Govt Med. Edu.. Supply – Not for Sale”. The lower one third of the large label should indicate in bold , as depicted in enclosure III of Annexure II of this document.

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

OTHERS:

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

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

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

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

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

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

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

3. Ply : 7 Ply

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

IV. SPECIFICATIONS FOR LIQUID ORALS

50ml 120ml bottles.

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

50 bottles of 100ml – 120ml may be packed in a similar manner in a single corrugated box.

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

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

4. Ply : 7 Ply

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

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

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

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

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

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

VI. LYSOL

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

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

3. Ply : 7 Ply

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

ANNEXURE-VIII

Ref. Clause No.31 of ITB

CONTRACT AGREEMENT FORM

THIS CONTRACT AGREEMENT made the ………………………day of …….. ------------- between Rate Contracting Authority (Chairman, Purchase Committee and Dean, M.G.M. Medical College, Indore M.P.) (Name of Rate Contracting Authority) of India (country of Rate Contracting Authority) (hereinafter called “the Rate Contracting Authority” ) of one part and M/s ………………………………. (name of supplier) of …………………………………. (registered address, city and country of supplier) (hereinafter called “the supplier”) of the other part :

WHEREAS the Rate Contracting Authority had invited bids for certain goods and ancillary services viz. drugs and medicines (Brief description of goods” and services) and has accepted a bid submitted by us as being a supplier for the supply of those goods and services.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this agreement words and expression shall have the same meaning as are respectively assigned to them in the conditions of contract referred to:

2. The following documents shall constitute the contract between the Rate Contracting Authority and the supplier, and each shall be read and construed as an integral part of the contract:

a. This contract agreement:

b. Instructions of contract:

c. General conditions of contract:

d. Special conditions of contract:

e. Technical Specifications:

f. The supplier’s bid and original price schedules

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

3. This contract shall prevail over all other contract documents. In the event of any discrepancy or inconsistency with the contract documents, then documents shall prevail in the order listed above.

4. In consideration of the payments to be made by the Purchaser to the supplier as hereinafter mentioned, the supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the contract.

5. The Purchaser hereby covenants to pay the supplier in consideration of the provision of the goods and services and the remedying of defects therein, the contract price or such other payments as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

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

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

| | | | | |

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

6. The prices shall be valid for a period of one year from the date of agreement, unless revoked, and thereafter for a further period as agreed upon mutually.

7. The supplier shall agree to deposit inspection and testing charges and service tax as per tender conditions, in advance by cash / demand draft, against the value of supply order.

8. The supplier shall agree to deposit 10% performance security, along with as mentioned at point no. 7 (above), in advance by FDR / Bank Guarantee, against the value of particular supply order for a period of 18 months.

9. The supplier is not authorized to supply material directly to any state Govt. / Semi Govt. / any other organization on the rate lower than this rate contract.

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

11. The supplier shall raise bills directly in the name of indenting officer / purchaser against the supplies made directly by them to the indentor’s satisfaction in compliance with the conditions contained in the supply order.

12. The supplier shall receive payment against it’s bill directly from the indenting department / purchasing department. In case of Non-payment for the supplies made by supplier, they will demand payment directly from the department / indentor concerned and in no case the Purchase Committee shall be responsible for the consequence for delayed payment or non-payment.

13. The supplier shall carefully read all the conditions of the tender floated by the Purchase Committee for supply of drugs & medicines and accept all such terms and conditions as mentioned in the tender document. Signing this contract means that the supplier has read all the terms and conditions and binds himself to abide by those terms and conditions.

IN WITNESS whereof the parties hereto have caused this agreement to be executed in accordance with their respective laws on the day and year first above written.

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

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

In the presence of: …………………………………..

Signed, Seal and Delivered by the

Said ……………………………… (For the supplier)

In the presence of: …………………………………..

ANNEXURE-IX

Ref. Clause No. 17.1 (m) of ITB

DETAILS OF MANUFACTURING UNIT / AUTHORIZED DISTRIBUTORS

Name of the Tenderer & Full Address :

(Whether manufacturer / authorized distributor)

PAN number :

Phone Nos. :

Fax No. :

E-mail Address :

Date of Inception :

Drugs Manufacturing / Distribution License No & Date :

Issued by :

Valid upto :

CST / VAT Registration No. :

Details of Name & Address of premises :

where items are actually manufactured.

Name & Designation of Authorized Signatory

Signature of the Authorized Signatory

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

ANNEXURE-X

Ref. Clause No. 7.3 of GCC

PERFORMANCE SECURITY FORM

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

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

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

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

We have been informed that ………………………………… [insert complete name and address of supplier] (hereinafter called “the supplier”) has entered into contract with Rate Contracting Authority, for the supply of …………………………………………………… [brief description of goods and related services] (hereinafter called “the contract”).

Furthermore, we understand that, according to the conditions of the contract, a performance guarantee is required.

At the request of the supplier, we hereby irrevocably undertake to pay you any sum(s) not exceeding ………………….. [ insert amount(s) in figures and words] upon receipt by us of your first demand in writing declaring the supplier to be in default under the contract, without cavil or argument, or your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

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

Signature and Seal of Guarantors

---------------------------------------

---------------------------------------

---------------------------------------

Date ……………..………2013

Full Address of the Bank:

---------------------------------------

---------------------------------------

Telephone no………………..

Fax no………………………..

E-mail Address………………

ANNEXURE-XI

Ref. Clause No. 17.2 of ITB

SUGGESTED SAMPLE PROFORMA OF PRICE SCHEDULE FOR THE SUPPLY OF DRUGS AND MEDICIENS (TABLETS, CAPSULES, IV FLUIDS, INJECTIONS, SYRUPS, SOLUTIONS, DROPS, CREAM, GEL & OINTMENT, LIFE SAVING DRUGS, CHEMOTHERAPY DRUGS AND PSYCHIATRY DRUGS)

This form should be filled online only and if submitted manually or in CD than bid will be rejected. Pattern attached herewith is for reference only.

|Sr No |Item Code |Name of the ITEM and |Name of |Unit / details |Manufacturing |

| | |Specifications |Manufacturer | |Capacity in 45|

| | | | | |days |

| | | | | |(for each |

| | | | | |quoted |

| | | | | |medicine) |

| | | | | | |

|(1) |(2) |(3) | |(5) | |

| | | |(4) | |(6) |

| | | | |Address |Mob. /Tel. no.|Floor area | |

|1 |Indore | | | | | | |

|2 |Bhopal | | | | | | |

|3 |Gwalior | | | | | | |

|4 |Jabalpur | | | | | | |

|5 |Rewa | | | | | | |

|6 |Sagar | | | | | | |

Name & designation of the authorized Signatory

Signature of the authorized signatory

CHECK LIST FOR TERMS AND CONDITIONS FOR DRUGS & MEDICINES

Check list for Terms and Conditions (To be filled by the bidder and submitted along with the bid) Page No. must be mentioned against each serial.

All non notarized documents except EMD must be self attested together with official seal . All the upload document must be submitted physically also.

|Sequence for online |Particulars |Page no |

|upload of document | | |

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

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

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

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

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

|Upload 6 |6. Annexure-VI (Specifications of Drugs & Medicines) with one additional self certified copies duly signed | |

| |and stamped on each page | |

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

|To be filled online only |8. Annexure-XI (The Landed Price Sample Price Schedule Proforma]) | |

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

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

|Upload 10 |11. Bid Security amount enclosed deposited | |

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

|Upload 12 |13. List of name and address of organizations where supply of the quoted drugs & medicines has been made. | |

|To be filled online only |14. Literature of original catalogue of the product attached for reference | |

|Upload 13 |15 A certified copy of Market Standing Certificate issued by the Licensing Authority as a Manufacturer / | |

| |Distributor for each drug quoted for the last 3 years must be enclosed. In case of direct importer, evidence | |

| |for importing the said items for the last three years must be enclosed. | |

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

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

|Upload 16 |18 WHO Good manufacturing practices Certificate (GMP) as per revised Schedule – “M” (form manufacturers only) | |

| |issued by the Licensing Authority. | |

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

|Upload 18 |20.Concern / company has not been debarred / blacklisted either by RCA or any state Govt. or central Govt. | |

| |organization in India. Affidavit to this shall be submitted by the concern / company .The Company / firm has | |

| |no vigilance / CBI cases or any other inquiry pending in any state agency / central agency in India pending | |

| |against him a document should be duly notarized, that the firm has not supplied the same items at the lower | |

| |rate than quoted in the tender to any Govt. / Semi Govt. or any other organization. (duly notarized on | |

| |Rs.100/- Non judicial stamp paper) | |

|Upload 19 |21.Affidavit that in the event of grant of contract the firm shall also establish an effective distribution | |

| |and godown network in uncovered areas of Govt. Medical Colleges in the state of M.P. | |

|Upload 20 |22.Firm registration | |

|Upload 21 | 23. Sales tax registration certificate. | |

|Upload 22 |24. Original bid form duly signed by authorized signatory as per section V under official seal on each page | |

| |for acceptance of our terms and conditions. | |

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

|Upload 24 |26. Certificate for sole ownership/partnership | |

|Upload 25 |27. Statement of financial standing from bankers | |

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

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

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

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

| | | |

| |Item Code |Item With Specification |Unit / details |TOTAL |

|S no coding | | | | |

|1 |TAB1 |Aceclofenac 100 mg |1 |738600 |

|2 |TAB2 |Acenocoumarol 4 mg |1 |36000 |

|3 |TAB3 |Acetazolamide 250 mg |1 |254100 |

|4 |TAB4 |Aciclovir 200 mg |1 |464400 |

|5 |TAB5 |Aciclovir 800 mg |1 |752350 |

|6 |TAB6 |Albendazole 400 mg |1 |168200 |

|7 |TAB7 |Alendronic Acid 10 mg |1 |116500 |

|8 |TAB8 |Alfacalcidol 0.125 mcg |1 |74500 |

|9 |TAB9 |Alfacalcidol 0.25 mcg |1 |68000 |

|10 |TAB10 |Alfacalcidol 0.5 mcg |1 |22000 |

|11 |TAB11 |Alfuzosin 10 mg |1 |140000 |

|12 |TAB12 |Allopurinol 100 mg |1 |80600 |

|13 |TAB13 |Alprazolam 1 mg |1 |299800 |

|14 |TAB14 |Amiodarone 200 mg |1 |222950 |

|15 |TAB15 |Amlodipine 10 mg |1 |709350 |

|16 |TAB16 |Amlodipine 5 mg |1 |674100 |

|17 |TAB17 |Amlodipine 5 mg + Atenolol 50 mg |1 |517400 |

|18 |TAB18 |Amoxicillin 500 mg |1 |168000 |

|19 |TAB19 |Amoxicillin 500 mg + Clavulanic Acid 125 mg |1 |1038200 |

|20 |TAB20 |Amoxicillin 200 mg + Clavulanic Acid 28.5 mg Dispersible |1 |147500 |

|21 |TAB21 |Amoxicillin 250 mg + Clavulanic Acid 125 mg |1 |167300 |

|22 |TAB22 |Amoxicillin Dispersible 125 mg |1 |93000 |

|23 |TAB23 |Ampicillin 125 mg + Cloxacillin 125 mg |1 |365900 |

|24 |TAB24 |Ampicillin 250 mg + Cloxacillin 250 mg |1 |121400 |

|25 |TAB25 |Artesunate 50 mg |1 |645300 |

|26 |TAB26 |Aspirin 75 mg |1 |111500 |

|27 |TAB27 |Aspirin 100 mg |1 |391500 |

|28 |TAB28 |Aspirin 150 mg |1 |252950 |

|29 |TAB29 |Aspirin 325 mg |1 |243400 |

|30 |TAB30 |Atenolol 100 mg. |1 |150500 |

|31 |TAB31 |Atenolol 50 mg. |1 |309230 |

|32 |TAB32 |Atorvastatin 20 mg |1 |151150 |

|33 |TAB33 |Atorvastatin 40 mg |1 |328550 |

|34 |TAB34 |Atorvastatin10 mg |1 |10700 |

|35 |TAB35 |Atropine Sulphate 0.025 mg + Diphenoxylate HCl 2.5 mg |1 |1386050 |

|36 |TAB36 |Azithromycin 500 mg |1 |809600 |

|37 |TAB37 |Azithromycin 250 mg |1 |121200 |

|38 |TAB38 |B Complex (NFI formula) Vit.B1 2mg, Vit.B2 2mg, Vit.B6 0.5mg, Niacinamide 25mg, Calcium|1 |183100 |

| | |Pantothenate 1mg | | |

|39 |TAB39 |Baclofen 10 mg |1 |183100 |

|40 |TAB40 |Betamethasone 0.5 mg |1 |1010 |

|41 |TAB41 |Betamethasone 1 mg |1 |115000 |

|42 |TAB42 |Bicalutamide 50 mg |1 |38000 |

|43 |TAB43 |Bisacodyl 5 mg |1 |10000 |

|44 |TAB44 |Bromocriptine 2.5 mg |1 |5000 |

|45 |TAB45 |Bupropion 150 mg |1 |8000 |

|46 |TAB46 |Busulfan 2 mg |1 |21500 |

|47 |TAB47 |Cabergoline 0.5 mg |1 |36200 |

|48 |TAB48 |Calcium 500mg + Vit D3 250 IU |1 |47000 |

|49 |TAB49 |Captopril 12.5 mg |1 |26405 |

|50 |TAB50 |Captopril 25 mg |1 |96950 |

|51 |TAB51 |Carbimazole 5 mg |1 |1255950 |

|52 |TAB52 |Carvedilol 6.25 mg. |1 |194650 |

|53 |TAB53 |Cefalexin 250 mg DT |1 |1824850 |

|54 |TAB54 |Cefixime 200 mg |1 |475700 |

|55 |TAB55 |Cefuroxime 500 mg |1 |7000 |

|56 |TAB56 |Cetrizine 10 mg |1 |94200 |

|57 |TAB57 |Cetrizine 5 mg + Ambroxol 60 mg |1 |151700 |

|58 |TAB58 |Chlorambucil 5 mg |1 |397500 |

|59 |TAB59 |Chloroquine 250 mg |1 |142000 |

|60 |TAB60 |Chlorpheniramine 25 mg |1 |92000 |

|61 |TAB61 |Chlorpromazine 10 mg |1 |75750 |

|62 |TAB62 |Chlorpromazine 100 mg |1 |85000 |

|63 |TAB63 |Chlorpromazine 25 mg |1 |270000 |

|64 |TAB64 |Chlorpromazine 4 mg |1 |711200 |

|65 |TAB65 |Chlorpromazine 50 mg |1 |578800 |

|66 |TAB66 |Chymotrypsin & Trypsin 100000 IU |1 |1592900 |

|67 |TAB67 |Chymotrypsin & Trypsin 200000 IU |1 |38200 |

|68 |TAB68 |Chymotrypsin & Trypsin 50000 IU |1 |53500 |

|69 |TAB69 |Cinnarizine 75 mg |1 |830500 |

|70 |TAB70 |Cinnarizine 25 mg |1 |155200 |

|71 |TAB71 |Ciprofloxacin 250 mg + Tinidazole 300 mg |1 |660000 |

|72 |TAB72 |Ciprofloxacin 500 mg + Tinidazole 600 mg |1 |136000 |

|73 |TAB73 |Ciprofloxacin 250 mg |1 |23000 |

|74 |TAB74 |Ciprofloxacin 500 mg |1 |6100 |

|75 |TAB75 |Clarithromycin 250 mg |1 |6100 |

|76 |TAB76 |Clarithromycin 500 mg |1 |466600 |

|77 |TAB77 |Clindamycin 300 mg |1 |110500 |

|78 |TAB78 |Clopidogrel 75 mg + Aspirin 150 mg |1 |58000 |

|79 |TAB79 |Clopidogrel 75 mg + Aspirin 75 mg |1 |1010850 |

|80 |TAB80 |Clopidogrel 75mg |1 |1419150 |

|81 |TAB81 |Clotrimazole Vaginal Pessary 100 mg |1 |1032650 |

|82 |TAB82 |Cyproheptadine 4 mg |1 |159250 |

|83 |TAB83 |Deferasirox 100 mg |1 |55100 |

|84 |TAB84 |Deferasirox 400 mg |1 |118810 |

|85 |TAB85 |Dexamethasone 0.5 mg |1 |61150 |

|86 |TAB86 |Dextropropoxyphene 65 mg. |1 |37000 |

|87 |TAB87 |Diacerin 50 mg. |1 |191025 |

|88 |TAB88 |Diclofenac 50 mg + Serrtiopeptidase 15 mg |1 |68675 |

|89 |TAB89 |Diclofenac 50 mg + Paracetamol 500 mg |1 |68500 |

|90 |TAB90 |Diclofenac Sodium 50 mg |1 |562800 |

|91 |TAB91 |Dicyclomine 10 mg |1 |95100 |

|92 |TAB92 |Diethylcarbamazine 100 mg |1 |51000 |

|93 |TAB93 |Digoxin 0.25 mg |1 |118025 |

|94 |TAB94 |Dihydroergotamine Sulphonate 1 mg |1 |162525 |

|95 |TAB95 |Diltiazem 30 mg |1 |111650 |

|96 |TAB96 |Dinoprostone 0.5 mg |1 |60300 |

|97 |TAB97 |Diphenhydramine 25 mg |1 |35700 |

|98 |TAB98 |Domperidone 10 mg |1 |28200 |

|99 |TAB99 |Domperidone 5 mg |1 |745600 |

|100 |TAB100 |Doxofylline 400 mg |1 |9000 |

|101 |TAB101 |Doxycycline 100 mg |1 |366100 |

|102 |TAB102 |Doxylamine Succinate 10 mg + Pyridoxine 10 mg |1 |359400 |

|103 |TAB103 |Ebastin 10 mg |1 |242600 |

|104 |TAB104 |Enalapril Maleate 2.5 mg |1 |64200 |

|105 |TAB105 |Enalapril Maleate 5 mg |1 |16100 |

|106 |TAB106 |Erythromycin 250 mg |1 |1525500 |

|107 |TAB107 |Erythromycin 500 mg |1 |55000 |

|108 |TAB108 |Ethamsylate 250 mg |1 |326950 |

|109 |TAB109 |Ethamsylate 500 mg |1 |566700 |

|110 |TAB110 |Etophylline 77 mg + Theophylline 23 mg |1 |148000 |

|111 |TAB111 |Everolimus 10 mg |1 |140300 |

|112 |TAB112 |Ferous Sulphate Dessicated 333-335mg Equivalent To 100mg Of Elemental Iron + Folic Acid|1 |287950 |

| | |0.5mg | | |

|113 |TAB113 |Ferrous Sulphate 200 mg (Equivalent To 65 mg Elemental Iron) |1 |105400 |

|114 |TAB114 |Fexofenadine 120 mg |1 |85000 |

|115 |TAB115 |Fexofenadine 180 mg |1 |285000 |

|116 |TAB116 |Fluconazole 150 mg |1 |59000 |

|117 |TAB117 |Fluconazole 50 mg |1 |60000 |

|118 |TAB118 |Fluoxetine 10 mg |1 |230700 |

|119 |TAB119 |Folic Acid 5 mg |1 |80200 |

|120 |TAB120 |Furazolidone 100 mg |1 |25000 |

|121 |TAB121 |Furosemide 40 mg |1 |15000 |

|122 |TAB122 |Gabapentin 300 mg |1 |45500 |

|123 |TAB123 |Glibenclamide 5 mg |1 |97600 |

|124 |TAB124 |Gliclazide 80 mg |1 |551600 |

|125 |TAB125 |Glimepride 1 mg |1 |98000 |

|126 |TAB126 |Glipizide 2.5 mg + Metformin 400 mg |1 |37000 |

|127 |TAB127 |Glipizide 2.5mg + Metformin 250 mg |1 |31100 |

|128 |TAB128 |Glipizide 5 mg + Metformin 500 mg |1 |1282050 |

|129 |TAB129 |Glucosamine 500 mg |1 |3104500 |

|130 |TAB130 |Glyceryl Trinitrate 0.5 mg (Sublingual) |1 |151600 |

|131 |TAB131 |Griseofulvin 250 mg |1 |146650 |

|132 |TAB132 |Griseofulvin 1250 mg |1 |448150 |

|133 |TAB133 |Griseofulvin 375 mg |1 |32550 |

|134 |TAB134 |Griseofulvin 500 mg |1 |10600 |

|135 |TAB135 |Hydrochlorthiazide 12.5 mg |1 |10500 |

|136 |TAB136 |Hydrochlorthiazide 25 mg |1 |10600 |

|137 |TAB137 |Hydroxizine Hydrochloride 10 mg |1 |28500 |

|138 |TAB138 |Hydroxy Chloroquine 200 mg |1 |31700 |

|139 |TAB139 |Hydroxy Urea 500mg |1 |110600 |

|140 |TAB140 |Hyoscine Butylbromide 10 mg |1 |471500 |

|141 |TAB141 |Ibuprofen 400 mg |1 |262000 |

|142 |TAB142 |Ibuprofen 400 mg + Paracetamol 325 mg |1 |95100 |

|143 |TAB143 |Iso Sorbitrate Dinitrate Sublingual 5 mg |1 |2600 |

|144 |TAB144 |Isosorbide Dinitrate 5 mg |1 |1500 |

|145 |TAB145 |Isosorbide Mononitrate 20 mg |1 |422000 |

|146 |TAB146 |Isoxsuprine 10 mg |1 |270500 |

|147 |TAB147 |Ivermectin 3 mg Dispersible |1 |138550 |

|148 |TAB148 |Ivermectin 6 mg |1 |61100 |

|149 |TAB149 |Ivermectin 12 mg |1 |31000 |

|150 |TAB150 |Ketoconazole 200 mg |1 |425450 |

|151 |TAB151 |Ketorolac 10 mg |1 |1085300 |

|152 |TAB152 |Labetalol 50 mg |1 |34500 |

|153 |TAB153 |Lactobacillus 60 Million Spores |1 |4500 |

|154 |TAB154 |Lactobacillus 120 Million Spores |1 |56500 |

|155 |TAB155 |Lamivudine 100 mg |1 |56500 |

|156 |TAB156 |Letrozole 2.5 mg |1 |851000 |

|157 |TAB157 |Letrozole 5 mg |1 |383500 |

|158 |TAB158 |Levocetrizine 10 mg |1 |14750 |

|159 |TAB159 |Levocetrizine 5 mg |1 |23510 |

|160 |TAB160 |Levocetrizine 5 mg + Ambroxol 60 mg |1 |2010 |

|161 |TAB161 |Levodopa 100 mg + Carbidopa 10 mg |1 |1010 |

|162 |TAB162 |Levodopa 250 mg + Carbidopa 25 mg |1 |10010 |

|163 |TAB163 |Levofloxacin 250 mg |1 |80010 |

|164 |TAB164 |Levofloxacin 500 mg |1 |577500 |

|165 |TAB165 |Levonorgestrel 1.5 mg |1 |386000 |

|166 |TAB166 |Levonorgestrel 0.75 mg (Emergency Contraceptive Tab. 2) |1 |40050 |

|167 |TAB167 |Levothyroxine Sodium 100 mcg |1 |136700 |

|168 |TAB168 |Levothyroxine Sodium 25 mcg |1 |15000 |

|169 |TAB169 |Losartan 50 mg |1 |188200 |

|170 |TAB170 |Magnesium Hydroxide + Aluminium Hydroxide (500 mg + 250mg) |1 |201400 |

|171 |TAB171 |Medroxy Progesterone 10 mg |1 |16500 |

|172 |TAB172 |Mefloquine 250 mg |1 |113000 |

|173 |TAB173 |Melphalan 5 mg |1 |10000 |

|174 |TAB174 |Memantine 10 mg |1 |141650 |

|175 |TAB175 |Mesalazine 400 mg. |1 |184500 |

|176 |TAB176 |Metadoxine 500 mg. |1 |690250 |

|177 |TAB177 |Metformin 500 mg |1 |65700 |

|178 |TAB178 |Metformine 500 mg + Glibenclamide 5 mg |1 |9000 |

|179 |TAB179 |Methocarbamol 500 mg. |1 |9000 |

|180 |TAB180 |Methotrexate 2.5 mg |1 |4000 |

|181 |TAB181 |Methoxsalin 10 mg |1 |66000 |

|182 |TAB182 |Methyl Prednisolone 16 mg |1 |3500 |

|183 |TAB183 |Methyl Prednisolone 8 mg |1 |69100 |

|184 |TAB184 |Methyl Ergometrine 0.125 mg |1 |56150 |

|185 |TAB185 |Methyl Prednisolone 4 mg |1 |8300 |

|186 |TAB186 |Methyldopa 250 mg |1 |21850 |

|187 |TAB187 |Metoclopramide 10 mg |1 |123450 |

|188 |TAB188 |Metoprolol 50 mg |1 |6000 |

|189 |TAB189 |Metronidazol 400 mg |1 |6000 |

|190 |TAB190 |Mifepristone 200 mg |1 |66700 |

|191 |TAB191 |Milnacipran 25 mg |1 |1000 |

|192 |TAB192 |Milnacipran 50 mg |1 |324750 |

|193 |TAB193 |Misoprostol 100 mcg |1 |148700 |

|194 |TAB194 |Misoprostol 200 mcg |1 |523700 |

|195 |TAB195 |Misoprostol 25 mcg |1 |442700 |

|196 |TAB196 |Montelukast 5 mg |1 |222000 |

|197 |TAB197 |Multivitamin Tab. (NFI Formula) Sugar Coated Vit A 2500 IU, Vit B1 2mg , Vit B 6 |1 |80450 |

| | |0.5mg, Vit C 50mg, Vit D3 200 IU, Vit B2 2mg Niacinamide 25mg, Folic Acid 0.2mg | | |

|198 |TAB198 |Mycophenolic Acid 250 mg |1 |10500 |

|199 |TAB199 |Naltrexone 50 mg |1 |45900 |

|200 |TAB200 |Nifedipine 5 mg |1 |1290925 |

|201 |TAB201 |Nifedipine ER 20 mg |1 |1094500 |

|202 |TAB202 |Nilotinib 150 mg |1 |84500 |

|203 |TAB203 |Nilotinib 200 mg |1 |77600 |

|204 |TAB204 |Nimesulide 100 mg |1 |570600 |

|205 |TAB205 |Norethisterone 5 mg |1 |542000 |

|206 |TAB206 |Norfloxacin 400 mg |1 |22850 |

|207 |TAB207 |Norfloxacin 400 mg + Tinidazole 600 mg |1 |5500 |

|208 |TAB208 |Ofloxacin 200 mg |1 |14100 |

|209 |TAB209 |Ofloxacin 400 mg |1 |561600 |

|210 |TAB210 |Ondansetron 4 mg |1 |28200 |

|211 |TAB211 |Ondansetron 8 mg |1 |23100 |

|212 |TAB212 |Orciprenaline 10 mg |1 |92000 |

|213 |TAB213 |Ornidazole 500 mg |1 |10030 |

|214 |TAB214 |Pantoprazole 40 mg |1 |99750 |

|215 |TAB215 |Paracetamol 500 mg |1 |57500 |

|216 |TAB216 |Paroxetine 12.5 mg |1 |44100 |

|217 |TAB217 |Pentoxifylline 400 mg |1 |88300 |

|218 |TAB218 |Perindopril 4 mg |1 |879450 |

|219 |TAB219 |Phenytoin 100 mg |1 |50500 |

|220 |TAB220 |Phenytoin Sodium 100 mg |1 |128600 |

|221 |TAB221 |Phenytoin Sodium 50 mg |1 |278000 |

|222 |TAB222 |Pioglitazone 30mg |1 |2814050 |

|223 |TAB223 |Piracetam 800 mg |1 |18200 |

|224 |TAB224 |Povidone Iodine Vaginal Pessary 200 mg |1 |18650 |

|225 |TAB225 |Prazosin 5 mg |1 |17000 |

|226 |TAB226 |Prednisolone 5 mg |1 |46500 |

|227 |TAB227 |Primaquine 15 mg |1 |7800 |

|228 |TAB228 |Primaquine 7.5 mg |1 |80700 |

|229 |TAB229 |Pseudoephiderine 60 mg + Chlorphenarime Maleate 4 mg |1 |110100 |

|230 |TAB230 |Pseudoephiderine 60 mg + Chlorphenarime Maleate 4 mg + Paracetamol 500 mg |1 |67100 |

|231 |TAB231 |Pyridoxine 100 mg |1 |151000 |

|232 |TAB232 |Quinine Sulphate 150 mg |1 |45000 |

|233 |TAB233 |Quinine Sulphate 300 mg |1 |100000 |

|234 |TAB234 |Rabeprazole 20 mg |1 |16500 |

|235 |TAB235 |Ramipril 1.25 mg |1 |111000 |

|236 |TAB236 |Ramipril 2.5 mg |1 |163800 |

|237 |TAB237 |Ramipril 5 mg |1 |143900 |

|238 |TAB238 |Ranitidine 150 mg |1 |56500 |

|239 |TAB239 |Rosuvastatin 10 mg |1 |45500 |

|240 |TAB240 |Rosuvastatin 20 mg |1 |36000 |

|241 |TAB241 |Rosuvastatin 5 mg |1 |28000 |

|242 |TAB242 |Roxithromycin 150 mg |1 |82050 |

|243 |TAB243 |Rupatidine 10 mg |1 |119550 |

|244 |TAB244 |Salbutamol 2 mg |1 |20700 |

|245 |TAB245 |Salbutamol 4 mg |1 |20600 |

|246 |TAB246 |Salbutamol 8 mg |1 |70825 |

|247 |TAB247 |Serrapeptase 10 mg |1 |48650 |

|248 |TAB248 |Serrapeptase 5 mg |1 |16500 |

|249 |TAB249 |Sertraline 25 mg |1 |8500 |

|250 |TAB250 |Sitagliptin 50 mg |1 |63500 |

|251 |TAB251 |Spironolactone 100 mg |1 |7500 |

|252 |TAB252 |Spironolactone 25 mg |1 |22000 |

|253 |TAB253 |Spironolactone 50 mg |1 |108000 |

|254 |TAB254 |Sulfadoxine 500 mg + Pyrimethamine 25 mg |1 |150000 |

|255 |TAB255 |Sulfamethoxazole 100 mg + Trimethoprim 20mg |1 |201000 |

|256 |TAB256 |Sulfamethoxazole 800 mg + Trimethoprim 160 mg |1 |114500 |

|257 |TAB257 |Sulfamethoxazole 400mg + Trimethoprim 80 mg |1 |16000 |

|258 |TAB258 |Telmisartan 20 mg |1 |6000 |

|259 |TAB259 |Telmisartan 40 mg |1 |6000 |

|260 |TAB260 |Telmisartan 80 mg |1 |18000 |

|261 |TAB261 |Terbutaline Sulphate 2.5 mg |1 |18000 |

|262 |TAB262 |Thiamine 1 mg , Riboflavine Phophate Sodium 2mg , D-Panthenol 5mg |1 |17000 |

|263 |TAB263 |Tinidazole 500 mg |1 |6000 |

|264 |TAB264 |Tranexemic Acid 500 mg |1 |6000 |

|265 |TAB265 |Trioxsalen 25 mg |1 |17000 |

|266 |TAB266 |Trioxsalen 5 mg |1 |218000 |

|267 |TAB267 |Ursodeoxy Cholic Acid 150 mg |1 |288625 |

|268 |TAB268 |Ursodeoxy Cholic Acid 250 mg |1 |112600 |

|269 |TAB269 |Ursodeoxy Cholic Acid 300 mg |1 |26000 |

|270 |TAB270 |Ursodeoxy Cholic Acid 500 mg |1 |26000 |

|271 |TAB271 |Verapamil 40 mg |1 |77000 |

|272 |TAB272 |Vildagliptin 50 mg |1 |26000 |

|273 |TAB273 |Vitamin C 100 mg |1 |106100 |

|274 |TAB274 |Vitamin C 500 mg |1 |11000 |

|275 |TAB275 |Warfarin 5 mg |1 |3000 |

|276 |TAB276 |Warfarin sodium 1 mg |1 |1500000 |

|277 |TAB277 |Warfarin sodium 2 mg |1 |650000 |

|278 |TAB278 |Warfarin sodium 3 mg |1 |1400000 |

|279 |TAB279 |Warfarin sodium 5 mg |1 |10 |

|280 |TAB280 |Ziprasidone 20 mg |1 |600000 |

|281 |TAB281 |Ziprasidone 40 mg |1 |10 |

|282 |TAB282 |Ziprasidone 60 mg |1 |175000 |

|283 |TAB283 |Ziprasidone 80 mg |1 |200 |

|284 |CAP284 |Alfacalcidol 0.25 mcg |1 |60500 |

|285 |CAP285 |Amoxicillin 250 mg |1 |808500 |

|286 |CAP286 |Amoxicillin 500 mg |1 |2157200 |

|287 |CAP287 |Amoxicillin 250 mg + Clavulanic Acid 125 mg |1 |361450 |

|288 |CAP288 |Amoxicillin 500 mg + Clavulanic Acid 125 mg |1 |1033000 |

|289 |CAP289 |Ampicillin 125 mg + Cloxacillin 125 mg |1 |321000 |

|290 |CAP290 |Ampicillin 250 mg |1 |356000 |

|291 |CAP291 |Ampicillin 250 mg + Cloxacillin 250 mg |1 |432000 |

|292 |CAP292 |Ampicillin 500 mg |1 |495000 |

|293 |CAP293 |Azathioprine 50 mg |1 |15842365 |

|294 |CAP294 |Cefdinir 300 mg |1 |98500 |

|295 |CAP295 |Cephalexin 500 mg |1 |115700 |

|296 |CAP296 |Chloramphenicol 250 mg |1 |92500 |

|297 |CAP297 |Clindamycin 150 mg |1 |186500 |

|298 |CAP298 |Clindamycin 300 mg |1 |595700 |

|299 |CAP299 |Clindamycin 600 mg |1 |152000 |

|300 |CAP300 |Cloxacillin 500 mg |1 |57000 |

|301 |CAP301 |Cyclosporine 100mg |1 |18000 |

|302 |CAP302 |Cyclosporine 25mg |1 |18000 |

|303 |CAP303 |Cyclosporine 50mg |1 |18000 |

|304 |CAP304 |Danazol 50 mg |1 |10000 |

|305 |CAP305 |Doxycycline 100 mg |1 |513900 |

|306 |CAP306 |Indomethacin 25 mg |1 |96800 |

|307 |CAP307 |Iron 100 mg + Folic Acid 1.5 mg |1 |845325 |

|308 |CAP308 |Itraconazole 100 mg |1 |225500 |

|309 |CAP309 |Nifedipine 10 mg |1 |1014100 |

|310 |CAP310 |Nifedipine 5 mg |1 |1016300 |

|311 |CAP311 |Omeprazole 20 mg |1 |1419700 |

|312 |CAP312 |Omeprazole 20 mg + Domperidone 10 mg |1 |674350 |

|313 |CAP313 |Rivastigmine 1.5 mg |1 |6000 |

|314 |CAP314 |Rivastigmine 3 mg |1 |6000 |

|315 |CAP315 |Rivastigmine 4.5 mg |1 |6000 |

|316 |CAP316 |Rivastigmine 6 mg |1 |5500 |

|317 |CAP317 |Tamsulosin 0.4 mg + dutasteride 0.5 mg |1 |56000 |

|318 |CAP318 |Thalidomide 100 mg |1 |16000 |

|319 |CAP319 |Vit A (Soft Gelatin Capsule) 50000 I.U. |1 |149000 |

|320 |CAP320 |Vit. B1 10mg, Vit. B2 10mg, Vit. B6 3mg, Vit. B12 15mcg, Niacinamide 100mg, Calcium |1 |1365600 |

| | |Panthenol 50mg, Folic acid 1.5mg, Vit. C 150mg, Biotin 100mcg. | | |

|321 |CAP321 |Vit. E 400 mg |1 |289000 |

|S NO coding |Item Code |Item With Specification |Unit / details |TOTAL |

|322 |IVF 322 |Albumin 20% 100 ml |1 |42250 |

|323 |IVF 323 |Aminoacid 10% 200 ml |1 |93350 |

|324 |IVF 324 |Aminoacid 10% with Taurine 500 ml |1 |6000 |

|325 |IVF 325 |Aminoacid 5% 250 ml |1 |6000 |

|326 |IVF 326 |Ciprofloxacin 200 mg in 100 ml |1 |90600 |

|327 |IVF 327 |Dextran 10 % Dextrose 5 % NaCl 0.9 % 500 ml |1 |133700 |

|328 |IVF 328 |Dextran 40 500 ml |1 |82000 |

|329 |IVF 329 |Dextrose 10 % FFS / BFS 500 ml |1 |286600 |

|330 |IVF 330 |Dextrose 5 % FFS / BFS 500 ml |1 |570150 |

|331 |IVF 331 |Dextrose 50% FFS / BFS 500 ml |1 |110925 |

|332 |IVF 332 |Electrolyte - P 500 ml |1 |182700 |

|333 |IVF 333 |Fat Emulsion 30% 250 ml |1 |17610 |

|334 |IVF 334 |Fat Emulsion 30% 333 ml |1 |3000 |

|335 |IVF 335 |Fluconazole 200 mg in 100 ml |1 |20700 |

|336 |IVF 336 |Fructose 10% 100 ml |1 |4500 |

|337 |IVF 337 |Hydroxy Ethyl Starch 3 % 500 ml |1 |15000 |

|338 |IVF 338 |Hydroxy Ethyl Starch 6% 500 ml |1 |26500 |

|339 |IVF 339 |Levofloxacin 500 mg 100 ml |1 |67550 |

|340 |IVF 340 |Metronidazole FFS/BFS 500 mg / 100 ml |1 |549600 |

|341 |IVF 341 |Normal Saline 0.9 % Glass Bottle 500 ml |1 |280102 |

|342 |IVF 342 |Normal Saline 0.9% FFS/BFS 500 ml |1 |642600 |

|343 |IVF 343 |Ofloxacin 200 mg 100 ml |1 |105700 |

|344 |IVF 344 |Omega 3 Fatty Acid 50 ml |1 |28000 |

|345 |IVF 345 |Polymer from degraded Gelatin + Nitrogen + Elecrolytes 500 ml |1 |72000 |

|346 |IVF 346 |Propofol 1% 20 ml |1 |31500 |

|347 |IVF 347 |Propofol 1% 10 ml |1 |6000 |

|348 |IVF 348 |Ringer's Lactate 45 ml |1 |108200 |

|349 |IVF 349 |Tetrastarch 500 ml |1 |40550 |

|S NO coding |Item Code |Item With Specification |Unit / |TOTAL |

| | | |details | |

|350 |INJ 350 |Acetylcysteine 200 mg/ml 2 ml Amp |1 |58250 |

|351 |INJ 351 |Acetylcysteine 200 mg/ml 5 ml Amp |1 |34000 |

|352 |INJ 352 |Acetylcysteine 200 mg/ml 1 ml Amp |1 |73000 |

|353 |INJ 353 |Acyclovir 250 mg/ml vial |1 |23700 |

|354 |INJ 354 |Acyclovir 500 mg/ml vial |1 |19700 |

|355 |INJ 355 |Adrenochrome Monosemicarbazone 1 mg/ml 2 ml Amp |1 |15300 |

|356 |INJ 356 |Amikacin 100 mg / 2 ml vial |1 |82845 |

|357 |INJ 357 |Amikacin 250 mg / 2 ml vial |1 |153100 |

|358 |INJ 358 |Amikacin 500 mg / 2 ml vial |1 |310450 |

|359 |INJ 359 |Amino Acid Glass Bottle contain Amino Acid 6 gm, Nitrogen 0.929, Essential Amino|1 |54050 |

| | |Acid 51%, Non Essential Amino Acid 49%, BCCA 22.6%, Carbohydrate 5%. 200 ml | | |

|360 |INJ 360 |Amoxicillin 0.5 gm + Clavulanic Acid 0.1 gm / vial |1 |182650 |

|361 |INJ 361 |Amoxicillin 1 gm + Clavulanic Acid 0.2 gm / vial |1 |249050 |

|362 |INJ 362 |Amoxicillin 250 mg / vial |1 |19140 |

|363 |INJ 363 |Amoxicilline 125 mg + Clavulanic Acid 25 mg Vial |1 |26000 |

|364 |INJ 364 |Amoxicilline 250 mg + Clavulanic Acid 50 mg Vial |1 |18500 |

|365 |INJ 365 |Amphotericin B 100 mg / vial |1 |6450 |

|366 |INJ 366 |Amphotericin B 50 mg / vial |1 |4200 |

|367 |INJ 367 |Ampicillin 1 gm / vial |1 |143550 |

|368 |INJ 368 |Ampicillin 250 mg + Cloxacillin 250 mg 2 ml Amp |1 |37000 |

|369 |INJ 369 |Ampicillin 250 mg + Cloxacillin 250 mg / vial |1 |71150 |

|370 |INJ 370 |Ampicillin 250 mg/ vial |1 |64550 |

|371 |INJ 371 |Ampicillin 500 mg /vial |1 |216050 |

|372 |INJ 372 |Ampicillin 500 mg + Cloxacillin 500 mg /vial |1 |56900 |

|373 |INJ 373 |Anti Hemophilic Factor VIII 500 I.U. / vial |1 |16250 |

|374 |INJ 374 |Anti Hemophilic Factor VIII 1000 IU / vial |  |16150 |

|375 |INJ 375 |Anti Rabies Vaccine 1000 IU / ml 1 ml vial |1 |28200 |

|376 |INJ 376 |Anti Rabies Vaccine 2.5 IU /ml 1ml vial |1 |59000 |

|377 |INJ 377 |Anti Rabies Vaccine 300 IU /ml 5ml vial |1 |7000 |

|378 |INJ 378 |Anti Rabies Vaccine 750 IU / 5 ml vial |1 |12000 |

|379 |INJ 379 |Anti Scorpion Venom 10 ml (lyophilized) vial |1 |450 |

|380 |INJ 380 |Anti-D 50 mcg/ml 2ml vial |1 |2830 |

|381 |INJ 381 |Arteether 150 mg 2 ml vial |1 |49000 |

|382 |INJ 382 |Arteether 75 mg 2 ml vial |1 |28550 |

|383 |INJ 383 |Artemether 80 mg / ml 2ml vial |1 |27050 |

|384 |INJ 384 |Atracurium 10 mg / ml 2.5 ml vial |1 |70600 |

|385 |INJ 385 |Azithromycin 500 mg/10ml vial |1 |30550 |

|386 |INJ 386 |Azithromycin 500 mg/5ml vial |1 |45050 |

|387 |INJ 387 |Aztreonam 1 gm / vial |1 |19100 |

|388 |INJ 388 |Aztreonam 500 mg / vial |1 |12000 |

|389 |INJ 389 |Benzathine Penicillin 1.2 million units / vial |1 |43490 |

|390 |INJ 390 |Benzathine Penicillin 6 Lac units / vial |1 |28250 |

|391 |INJ 391 |Benzyl Penicillin 10 Lac units/ vial |1 |21220 |

|392 |INJ 392 |Bevacizumab 25 mg / ml 4 ml vial |1 |705 |

|393 |INJ 393 |Hydroxy Propylmethyl Cellulose 2% Prefilled Syringe 3ml |1 |5500 |

|394 |INJ 394 |Hydroxy Propylmethyl Cellulose 2% Prefilled Syringe 5ml |1 |6500 |

|395 |INJ 395 |Bupivacaine 0.5% 20 ml vial |1 |59600 |

|396 |INJ 396 |Bupivacaine 0.5% 4ml amp |1 |38165 |

|397 |INJ 397 |Bupivacaine Hydrochloride 0.25 % 20ml vial |1 |5550 |

|398 |INJ 398 |Buprenorphine 0.3 mg/ml 2 ml amp |1 |8900 |

|399 |INJ 399 |Buprenorphine 0.3 mg/ml 1 ml amp |1 |9000 |

|400 |INJ 400 |Butorphanol 1mg / ml 1ml amp |1 |1700 |

|401 |INJ 401 |Butorphanol 2mg /ml 1 ml amp |1 |2700 |

|402 |INJ 402 |Calcium folinate 15 mg /ml 1 ml amp |1 |3000 |

|403 |INJ 403 |Calcium folinate 15 mg/ml 2 ml amp |1 |8000 |

|404 |INJ 404 |Calcium Gluconate 10% 10ml amp |1 |92700 |

|405 |INJ 405 |Carboprost 125 mcg / ml 1 ml amp |1 |13000 |

|406 |INJ 406 |Caspofungin -B Acetate 50 mg/10 ml vial |1 |1200 |

|407 |INJ 407 |Caspofungin -B Acetate 70 mg/10 ml vial |1 |1200 |

|408 |INJ 408 |Cefazoline 1 gm / vial |1 |23000 |

|409 |INJ 409 |Cefazoline 125 mg / vial |1 |9200 |

|410 |INJ 410 |Cefazoline 500 mg / vial |1 |56500 |

|411 |INJ 411 |Cefdinir 1 gm/vial |1 |25000 |

|412 |INJ 412 |Cefdinir 500 mg/vial |1 |8000 |

|413 |INJ 413 |Cefepime 1 gm /vial |1 |79200 |

|414 |INJ 414 |Cefepime 1 gm + Tazobactam 125 mg/vial |1 |89750 |

|415 |INJ 415 |Cefepime 1000mg + Amikacin 250mg vial |  |6000 |

|416 |INJ 416 |Cefepime 1000mg + Sulbactam 500mg vial |  |6000 |

|417 |INJ 417 |Cefepime 2000mg + Amikacin 500mg vial |  |6000 |

|418 |INJ 418 |Cefepime 2000mg + Sulbactam 1000mg vial |  |6000 |

|419 |INJ 419 |Cefepime 250 mg / vial |1 |17100 |

|420 |INJ 420 |Cefepime 500 gm + Tazobactam 62.5 mg / vial |1 |15100 |

|421 |INJ 421 |Cefepime 500 mg/vial |1 |11500 |

|422 |INJ 422 |Cefepime 500mg + Amikacin 125mg vial |  |6000 |

|423 |INJ 423 |Cefepime 500mg + Sulbactam 250mg vial |  |6000 |

|424 |INJ 424 |Cefoperazone 1 gm/vial |1 |136100 |

|425 |INJ 425 |Cefoperazone 1000mg + Sulbactam 1000mg vial |1 |237000 |

|426 |INJ 426 |Cefoperazone 500mg + Sulbactam 500mg vial |1 |161100 |

|427 |INJ 427 |Cefotaxime 1 gm/vial |1 |472400 |

|428 |INJ 428 |Cefotaxime 250 mg + Sulbactam 125 mg/vial |1 |36000 |

|429 |INJ 429 |Cefotaxime 250 mg/ vial |1 |76000 |

|430 |INJ 430 |Cefotaxime 500 mg + Sulbactam 250 mg/vial |1 |142700 |

|431 |INJ 431 |Cefpirome 1 gm /vial |1 |80000 |

|432 |INJ 432 |Cefpirome 250 mg /vial |1 |12000 |

|433 |INJ 433 |Cefpirome 500 mg /vial |1 |13000 |

|434 |INJ 434 |Cefpirome 1000mg + Sulbactam 500mg vial |  |6000 |

|435 |INJ 435 |Ceftazidime 1000 mg + Tobramycin 125 mg vial |  |6000 |

|436 |INJ 436 |Ceftazidime 1000mg + Sulbactam 500 mg vial |  |6000 |

|437 |INJ 437 |Ceftazidime 1gm / vial |1 |393200 |

|438 |INJ 438 |Ceftazidime 250 mg / vial |1 |33950 |

|439 |INJ 439 |Ceftazidime 500 mg + Tobramycin 60 mg vial |  |6000 |

|440 |INJ 440 |Ceftazidime 500 mg vial |1 |29000 |

|441 |INJ 441 |Ceftazidime 500mg + Sulbactam 250 mg vial |  |6000 |

|442 |INJ 442 |Ceftriaxone 250mg/ vial |1 |103000 |

|443 |INJ 443 |Ceftriaxone 500 mg / vial |1 |74000 |

|444 |INJ 444 |Ceftriaxone 1 gm / vial |1 |523900 |

|445 |INJ 445 |Ceftriaxone 1 gm + Sulbactam 500 mg / vial |1 |390900 |

|446 |INJ 446 |Ceftriaxone 1 gm + Tazobactam 125mg / vial |1 |183800 |

|447 |INJ 447 |Ceftriaxone 1000mg + Vancomycin 500mg vial |  |6000 |

|448 |INJ 448 |Ceftriaxone 2000mg + Vancomycin 1000mg vial |  |6000 |

|449 |INJ 449 |Ceftriaxone 250 mg + Sulbactam 125 mg /vial |1 |16500 |

|450 |INJ 450 |Ceftriaxone 250 mg + Tazobactam 31.25 mg/ vial |1 |13100 |

|451 |INJ 451 |Ceftriaxone 500 mg + Tazobactam 62.5 mg/ vial |1 |99500 |

|452 |INJ 452 |Ciprofloxacin 2mg/ml 100ml Plastic Bottle |1 |206350 |

|453 |INJ 453 |Ciprofloxacin 2mg/ml 100ml Glass Bottle |1 |55500 |

|454 |INJ 454 |Clindamycin 150 mg/ml 4ml amp |1 |216000 |

|455 |INJ 455 |Clindamycin 150mg/ml 2ml amp |1 |33500 |

|456 |INJ 456 |Cloxacillin 250mg / vial |1 |12550 |

|457 |INJ 457 |Cloxacillin 500 mg / vial |1 |1050 |

|458 |INJ 458 |Colistimethate Sodium Powder 1 million IU vial |  |10 |

|459 |INJ 459 |Crystalline Insulin 40 IU 10 ml vial |1 |9450 |

|460 |INJ 460 |Cyanocobalamin 100mcg/ml 5ml amp |1 |800 |

|461 |INJ 461 |Cyclosporine 100mg/ml 50ml vial |1 |1200 |

|462 |INJ 462 |Cyclosporine 50 mg/ml 50ml vial |1 |100 |

|463 |INJ 463 |Medroxyprogesterone acetate 150mg / ml 1ml vial |1 |2200 |

|464 |INJ 464 |Desferoxamine 500 mg / vial |1 |1300 |

|465 |INJ 465 |Dextrose 25% 50ml amp |1 |112115 |

|466 |INJ 466 |Diclofenac Sodium 25mg/ml 3ml amp |1 |609540 |

|467 |INJ 467 |Dobutamine 250 mg / 5ml 20ml vial |1 |47500 |

|468 |INJ 468 |Drotaverine 40ml/2ml vial |1 |36000 |

|469 |INJ 469 |Equine Rabies Immunoglobulin 1000 IU 5ml vial |1 |17500 |

|470 |INJ 470 |Ertapenem Sodium 1gm vial |1 |1200 |

|471 |INJ 471 |Esmolol 10 mg/ml 10ml vial |1 |11600 |

|472 |INJ 472 |Ethamsylate 125mg/ml 2ml amp |1 |46700 |

|473 |INJ 473 |Etophylline 169.4 mg + Theophylline 50.6 mg/ 2ml amp |1 |235850 |

|474 |INJ 474 |Fentanyl 50mcg/ml 2ml amp |1 |75000 |

|475 |INJ 475 |Fluorescein Sodium 20% 3ml amp |1 |1000 |

|476 |INJ 476 |Furosemide 10mg/2ml 2ml amp |1 |6000 |

|477 |INJ 477 |Gas Gangrene Antitoxin 10,000 IU/ml 5ml amp |1 |110 |

|478 |INJ 478 |Gentamicin 40mg/ 2ml vial |1 |103100 |

|479 |INJ 479 |Gentamicin 80mg/ 2ml vial |1 |236100 |

|480 |INJ 480 |Glucagon 1 mg/ml 1ml vial |1 |8200 |

|481 |INJ 481 |Glyceryl Trinitrate 5mg/ml 5ml amp |1 |4200 |

|482 |INJ 482 |Glycopyrrolate 0.1 mg + Neostigmine 0.5 mg/ml 5ml vial |1 |25200 |

|483 |INJ 483 |Glycopyrrolate 0.2 mg/ml 1ml amp |1 |45400 |

|484 |INJ 484 |Granisetron 1 mg/ml 1ml amp |1 |14600 |

|485 |INJ 485 |Granisetron 1 mg /ml 3ml amp |1 |44500 |

|486 |INJ 486 |HCG (Human Chorionic Gonadotrophin) 5000 IU vial |1 |1800 |

|487 |INJ 487 |HCG (Human Chorionic Gonadotrophin) 10000 IU vial |1 |1600 |

|488 |INJ 488 |HCG (Human Chorionic Gonadotrophin) 2000 IU vial |1 |1400 |

|489 |INJ 489 |Haemocoagulase 1 unit/ml vial |1 |10000 |

|490 |INJ 490 |Heparin 1000 IU/ml 5ml vial |1 |2550 |

|491 |INJ 491 |Hepatitis A Vaccine 1440 ELISA u 1ml vial |1 |1800 |

|492 |INJ 492 |Hepatitis A Vaccine 160 u 0.5 ml vial |1 |1800 |

|493 |INJ 493 |Hepatitis A Vaccine 720 ELISA u 0.5 ml vial |1 |2000 |

|494 |INJ 494 |Hepatitis A Vaccine 80 unit 0.5 ml vial |1 |1800 |

|495 |INJ 495 |Hepatitis B Vaccine 100mcg 10ml vial |1 |1800 |

|496 |INJ 496 |Hepatitis B Vaccine 10mcg 0.5ml vial |1 |800 |

|497 |INJ 497 |Hepatitis B Vaccine 10mcg 2ml vial |1 |800 |

|498 |INJ 498 |Hepatitis B Vaccine 20mcg 1ml vial |1 |3300 |

|499 |INJ 499 |Hepatitis B Vaccine 200mcg 20ml vial |1 |800 |

|500 |INJ 500 |Human Albumin 20% 100ml Bottel |1 |12350 |

|501 |INJ 501 |Human Anti D Immunoglobuli 150mcg/ml vial |1 |9680 |

|502 |INJ 502 |Human Anti D Immunoglobuli 300mcg/1.5ml vial |1 |10800 |

|503 |INJ 503 |Hyaluronidase 1500 IU 1ml vial |1 |12800 |

|504 |INJ 504 |Hydroxyprogesterone Caproate 250mg/ml amp |1 |38500 |

|505 |INJ 505 |Hyoscine Butyl Bromide 20 ml/ml 2ml amp |1 |24500 |

|506 |INJ 506 |Imipenem 500 mg + Cilastatin Sodium 500 mg/vial |1 |48000 |

|507 |INJ 507 |Intracameral Adrenaline Tartarate 1:1000 1ml amp |1 |53525 |

|508 |INJ 508 |Intracameral Pilocarpine 0.5% 1ml amp |1 |5025 |

|509 |INJ 509 |Intracameral Trypan Blue 0.06 % 1ml vial |1 |2050 |

|510 |INJ 510 |Iron Polymaltose 50 mg Elemental Iron /ml 2ml amp |1 |1500 |

|511 |INJ 511 |Iron Sucrose 20mg/ml 2.5ml amp |1 |55300 |

|512 |INJ 512 |Iron Sucrose 20mg/ml 5ml amp |1 |11700 |

|513 |INJ 513 |Iron Sucrose 20mg/ml 10ml amp |1 |49500 |

|514 |INJ 514 |Human Albumin 20% 50ml Bottel |1 |20500 |

|515 |INJ 515 |Isoprenaline 2mg/ml 1ml amp |1 |800 |

|516 |INJ 516 |Isoprenaline 2mg/ml 3ml amp |1 |1700 |

|517 |INJ 517 |Isoprenaline 2mg/ml 2ml amp |1 |1950 |

|518 |INJ 518 |Isoxsuprine HCl 5mg/ml 2ml amp |1 |5000 |

|519 |INJ 519 |Ketamine 50 mg/ml 2ml amp |1 |28300 |

|520 |INJ 520 |Ketamine 10 mg/ml 10ml amp |1 |7600 |

|521 |INJ 521 |Ketamine 100 mg/2ml 2ml amp |1 |9000 |

|522 |INJ 522 |Ketamine 500 mg/10ml 10ml amp |1 |4100 |

|523 |INJ 523 |Labetalol 20 mg/ml 4ml amp |1 |48210 |

|524 |INJ 524 |Labetalol 20 mg/4ml amp |1 |19100 |

|525 |INJ 525 |Lignocain HCl 21.3 mg/ml 50ml vial |1 |5000 |

|526 |INJ 526 |Lignocaine (Preservative Free) 2% 30ml vial |1 |78912 |

|527 |INJ 527 |Lignocaine 4% 20mg/ml 5ml vial |1 |17800 |

|528 |INJ 528 |Lignocaine 4% 20mg/ml 50ml vial |1 |8362 |

|529 |INJ 529 |Lignocaine 2% + Adrenaline 2% 30ml vial |1 |58950 |

|530 |INJ 530 |Linezolid 200mg/100ml 100ml |1 |14700 |

|531 |INJ 531 |Linezolid 600mg/300ml 300ml |1 |46980 |

|532 |INJ 532 |Enoxaparin Sodium 20mg 0.2ml Prefilled Syringe |1 |2550 |

|533 |INJ 533 |L-Ornithine + L-Aspartate 5gm/10ml amp |1 |29400 |

|534 |INJ 534 |Magnesium Sulphate 50% 10ml vial |1 |29100 |

|535 |INJ 535 |Magnesium Sulphate 50% 2ml amp |1 |46200 |

|536 |INJ 536 |Mephentermine 30mg/ml 10ml amp |1 |23010 |

|537 |INJ 537 |Methocarbamol 100mg/10ml 10ml amp |1 |64700 |

|538 |INJ 538 |Methylergometrine 0.2mg/ml 1ml amp |1 |32500 |

|539 |INJ 539 |Methylprednisolone Sodium 500 mg vial |1 |45375 |

|540 |INJ 540 |Methylprednisolone Sodium 1 gm vial |1 |47600 |

|541 |INJ 541 |Metoprolol 1 mg/ml 3 ml amp |1 |14700 |

|542 |INJ 542 |Metoprolol 1 mg/ml 5ml amp |1 |15200 |

|543 |INJ 543 |Micronised Progesterone 50mg/ml 2ml amp |1 |2200 |

|544 |INJ 544 |Micronized Progesterone 200 mg 4ml amp |1 |200 |

|545 |INJ 545 |Midazolam 1mg/ml, 5ml vial |1 |51850 |

|546 |INJ 546 |Midazolam 1mg/ml, 10ml vial |1 |79125 |

|547 |INJ 547 |Milrinone 1mg/ml, 10ml vial |1 |8800 |

|548 |INJ 548 |MMR Vaccine (Vial) |1 |2400 |

|549 |INJ 549 |Neostigmine 0.5mg/ml 1ml amp |1 |9500 |

|550 |INJ 550 |Nitroglycerine 25 mg 5 ml vial |1 |49310 |

|551 |INJ 551 |Noraderanaline 4mg/2ml 2ml amp |1 |78850 |

|552 |INJ 552 |Octreotide 50 Microgram /ml 1ml amp |1 |46750 |

|553 |INJ 553 |Ranibizumab 2.3mg/0.23ml (0.23ml vial) |1 |91700 |

|554 |INJ 554 |Omeprazole 40mg 10ml vial |1 |115200 |

|555 |INJ 555 |Ondansetron 4 mg 2ml amp |1 |315250 |

|556 |INJ 556 |Ondansetron 8 mg 4ml amp |1 |212650 |

|557 |INJ 557 |Pancuronium 2mg/ml 2ml amp |1 |8500 |

|558 |INJ 558 |Paracetamol 150 mg / ml 2 ml amp |1 |283600 |

|559 |INJ 559 |Pentazocin Lactate 30mg / ml 1ml amp |1 |144130 |

|560 |INJ 560 |Pentoxifylline 20 mg / ml 15ml amp |1 |13000 |

|561 |INJ 561 |Pethidine HCL 50mg/ml 1ml amp |1 |2900 |

|562 |INJ 562 |Pheniramine Maleate 22.75 mg/ml 10ml Vial |1 |34050 |

|563 |INJ 563 |Pheniramine Maleate 22.75 mg/ml 2ml Amp |1 |103000 |

|564 |INJ 564 |Pilocarpine 0.5 % / 1ml Amp |1 |7250 |

|565 |INJ 565 |Piperacillin 4gm- Tazobactam 0.5g vial |1 |295300 |

|566 |INJ 566 |Pneumococcal Vaccine 25 mcg / 0.5 ml vial |1 |17890 |

|567 |INJ 567 |Procaine 2% 5 ml amp |1 |4700 |

|568 |INJ 568 |Procaine Penicillin Powder For 0.4 MU/vial |1 |7600 |

|569 |INJ 569 |Promethazine 2.5% 2 ml amp |1 |23500 |

|570 |INJ 570 |Propofol 1% (10 mg/ml)10 ml amp |1 |40600 |

|571 |INJ 571 |Protamine sulphate 50mg 5ml vial |1 |13700 |

|572 |INJ 572 |Quadrivalent Human Papillomavirus Type 6,11,16,18 Vaccine vial |1 |100 |

|573 |INJ 573 |Quinine Dihydrochloride 300mg/ml 2ml amp |1 |57800 |

|574 |INJ 574 |Quinine Sulphate 300 mg/ ml 1ml amp |1 |41000 |

|575 |INJ 575 |Quinine Sulphate 300 mg/ ml 2ml amp |1 |32700 |

|576 |INJ 576 |Rabeprazole 20 mg /ml vial |1 |72900 |

|577 |INJ 577 |Rabies Human Immunoglobulin 300 IU 2ml vial |1 |8050 |

|578 |INJ 578 |Ranitidine 25 mg/ ml, 2ml amp |1 |972000 |

|579 |INJ 579 |Sodium Chloride 0.45% 500ml Glass Bottel |1 |37500 |

|580 |INJ 580 |Sodium Nitroprusside 50 mg /ml 5ml vial |1 |17310 |

|581 |INJ 581 |Soluble insulin 30% Isophane insulin 70% 100 IU 10 ml vial |1 |27200 |

|582 |INJ 582 |Soluble insulin 30% Isophane insulin 70% 40 IU 10 ml vial |1 |42100 |

|583 |INJ 583 |Streptomycin 0.75 g vial |1 |42100 |

|584 |INJ 584 |Surfactant suspension(for intratracheal), natural surfactant Inj 25 mg/ml 4ml |1 |5600 |

| | |Amp | | |

|585 |INJ 585 |Teicoplanin 200 mg/ vial |1 |48000 |

|586 |INJ 586 |Teicoplanin 400 mg / vial |1 |73050 |

|587 |INJ 587 |Terbutaline 0.5 mg/ml 1ml Amp |1 |18800 |

|588 |INJ 588 |Terlipressin 1 mg /10 ml 10 ml amp |1 |14500 |

|589 |INJ 589 |Theophyline 25.3 mg + Etofylline 84.7mg 2ml Amp |1 |132500 |

|590 |INJ 590 |Thiopentone Sodium 0.5 gm 20 ml Vial |1 |19500 |

|591 |INJ 591 |Tirofiban 5 mg / 100 ml Infusion |1 |60400 |

|592 |INJ 592 |Tobramycine 60 mg /1.5ml vial |1 |12500 |

|593 |INJ 593 |Tobramycine 80 mg/2ml vial |1 |10500 |

|594 |INJ 594 |Tramadol 100 mg / ml 2ml amp |1 |158400 |

|595 |INJ 595 |Tramadol 50 mg / ml 2ml amp |1 |178050 |

|596 |INJ 596 |Triamcinolone Acetate 10 mg/ml 1ml vial |1 |24000 |

|597 |INJ 597 |Triamcinolone Acetate 40 mg/ml 1ml vial |1 |66500 |

|598 |INJ 598 |Typhoid Vaccine (Purified Vi capsular polysaccharide of salmonella typhi) 0.5 ml|1 |300 |

| | |vial | | |

|599 |INJ 599 |Urograffin 76% 100ml Bottel |1 |1300 |

|600 |INJ 600 |Urograffin 76% 20ml vial |1 |4300 |

|601 |INJ 601 |Urograffin 76% 50ml Bottel |1 |1800 |

|602 |INJ 602 |Urokinase 5 Lac IU/vial |1 |13400 |

|603 |INJ 603 |Valethamate Bromide 8 mg/ml 1ml amp |1 |4000 |

|604 |INJ 604 |Vancomycin 250 mg/vial |1 |41180 |

|605 |INJ 605 |Vancomycin 500 mg vial |  |1000 |

|606 |INJ 606 |Vancomycin 1 gm/vial |1 |6700 |

|607 |INJ 607 |L alanine L glutamine dipeptide 100 ml |1 |69900 |

|608 |INJ 608 |Vancomycin 0.5 g + cefriaxone 1 g vial |1 |5500 |

|609 |INJ 609 |Vancomycin 1 g + cefriaxone 2 g vial |1 |21600 |

|610 |INJ 610 |Varicella zoster immunoglobulin 1000 PFU /Dose vial |1 |810 |

|611 |INJ 611 |Vasopressine 40 IU / ml vial |1 |24450 |

|612 |INJ 612 |Vasopressine 20 IU / ml vial |1 |22350 |

|613 |INJ 613 |Vecuronium Bromide 4 mg amp |1 |20000 |

|614 |INJ 614 |Vecuronium Bromide 4 mg/2 ml vial |1 |7000 |

|615 |INJ 615 |Verapamil 5 mg / 2 ml 2ml amp |1 |9700 |

|616 |INJ 616 |Vit B12 500 mcg /ml 1ml amp |1 |57100 |

|617 |INJ 617 |Vit B12 500 mcg /ml 30 ml vial |1 |48100 |

|618 |INJ 618 |Vitamin A 50000 IU / ml amp |1 |7650 |

|619 |INJ 619 |Vitamin B1 10mg + Vit.B6 3mg + Vit.B12 15 mcg 2 ml amp |1 |275050 |

|620 |INJ 620 |Vitamin B12 1500 mcg 1 ml amp |1 |61400 |

|621 |INJ 621 |Vitamin C 100 mg / ml 5ml amp |1 |98500 |

|622 |INJ 622 |Vitamin K 1mg /0.5ml amp |1 |97575 |

|623 |INJ 623 |Water For Inj FFS/BSF 10 ml amp |1 |1072000 |

|S No |Item Code |Item With Specification |Unit / |TOTAL |

|coding | | |details | |

|624 |SYP624 |Aluminium Hydroxide 200 mg / 5 ml 200 ml |1 |72500 |

|625 |SYP625 |Amoxicillin Susp. 125mg/5ml 30 ml |1 |52600 |

|626 |SYP626 |Amoxicillin Susp. 125mg/5ml 60 ml |1 |46600 |

|627 |SYP627 |Amoxycillin 250 mg + Cloxacillin 250 mg / 5 ml 30 ml |1 |114700 |

|628 |SYP628 |Azithromycin Suspension 200 mg / 5 ml 15ml |1 |38500 |

|629 |SYP629 |B -Complex (NFI formula) Vit.B1 2mg, Vit.B2 2mg,Vit. B6 0.5mg, Niacinamide 25mg, |1 |90800 |

| | |Calcium pantothenate 1mg 100 ml | | |

|630 |SYP630 |Barium Sulphate Powder Susp, 95% W/V Powder (Hd) 95%W/V , 250% W/V 400 ml |1 |12800 |

|631 |SYP631 |Bromhexine Hcl 4mg, Guaiphenesin 50mg, terbutaline Sulphate 1.2mg/5ml 100ml |1 |18800 |

|632 |SYP632 |Bromhexine Hydrochloride 4 mg / 5ml 100 ml |1 |48100 |

|633 |SYP633 |Calcium Carbonate 1.25 mg/ 5 ml 100ml |1 |37100 |

|634 |SYP634 |Calcium Carbonate 2.5 mg/ 5 ml 150ml |1 |20100 |

|635 |SYP635 |Cefuroxime 125 mg/5 ml 30 ml |1 |22700 |

|636 |SYP636 |Cephalexine 125mg/5ml 40 ml |1 |21200 |

|637 |SYP637 |Chloroquine 50mg/5 ml 60 ml |1 |20500 |

|638 |SYP638 |Cyclosporine 100mg/ml 50 ml |1 |14500 |

|639 |SYP639 |Dextromethorphan 10mg/5ml 50 ml |1 |4600 |

|640 |SYP640 |Dextromethorphan 10mg/5ml 100ml |1 |11100 |

|641 |SYP641 |Dextromethorphen 10mg/5ml 60ml |1 |26650 |

|642 |SYP642 |Disodium Hydrogen Citrate 1.4gm /5ml 100ml |1 |18700 |

|643 |SYP643 |Digoxin 0.05mg/ml 30 ml |1 |27500 |

|644 |SYP644 |Domperidone 1ml / ml 30ml |1 |40800 |

|645 |SYP645 |Etopylline 46.5mg + Theophylline 14mg/5ml 100ml |1 |27500 |

|646 |SYP646 |Iron Ferrous Fumarate equivalent to Elemental Iron 30mg/5ml 200ml |1 |24050 |

|647 |SYP647 |Iron Ferrous Ascorbate equivalent to Elemental Iron 30mg, Folic Acid 500mg/5ml 200 |1 |20700 |

| | |ml | | |

|648 |SYP648 |Lactulose 3.35gm/5ml 100ml |1 |20800 |

|649 |SYP649 |Metronidazole 200mg/5ml 30ml |1 |2200 |

|650 |SYP650 |Milk of Magnesia 11.25ml + Liquid Paraffin 1.25ml/5ml 170 ml |1 |52120 |

|651 |SYP651 |Norfloxacin Suspension 100mg/5ml 30 ml |1 |91750 |

|652 |SYP652 |Ofloxacin Suspension 50mg/5ml 30ml |1 |14700 |

|653 |SYP653 |Ondansetrone 2mg /5 ml 15ml |1 |24750 |

|654 |SYP654 |Oxethazine 10 mg, Aluminium hydroxide 291 mg, Magnesium hydroxide 298 mg/ 5 ml 200|1 |33500 |

| | |ml | | |

|655 |SYP655 |Paracetamol 125 mg/5ml 60 ml |1 |16170 |

|656 |SYP656 |Paracetamol 250 mg /5 ml 60 ml |1 |13350 |

|657 |SYP657 |Paraffin Liquid (Liquid Paraffin 1.25ml + Milk of Magnesia 3.75ml + Sodium |1 |3800 |

| | |Picosulphate 3.33ml ) 110 ml | | |

|658 |SYP658 |Phenobarbital 20mg/5ml 60 ml |1 |10100 |

|659 |SYP659 |Phenytoin Sodium 25mg/ml 100 ml |1 |7600 |

|660 |SYP660 |Potassium Chloride 100 ml/ml 15 ml |1 |24550 |

|661 |SYP661 |Povidone Iodine Gargle 1 % 50ml |1 |37400 |

|662 |SYP662 |Povidone Iodine solution 5% W/V 100ml |1 |16200 |

|663 |SYP663 |Povidone Iodine (Surgical Scrub) 7.5% W/V 500 ml |1 |4250 |

|664 |SYP664 |Promethazine 5mg /5ml 60 ml |1 |2000 |

|665 |SYP665 |Quinine Sulphate 150mg/5ml 60 ml |1 |15350 |

|666 |SYP666 |Quinine Sulphate 100mg/5ml 60 ml |1 |1100 |

|667 |SYP667 |Salbutamol 2mg/5ml 100 ml |1 |63000 |

|668 |SYP668 |Sucralfate 1gm/5ml Susp. 100 ml |1 |5000 |

|669 |SYP669 |Sulfamethoxazole 200mg + Trimethoprim 40mg /5ml 50ml |1 |245700 |

|670 |SYP670 |Tinidazole Powder for Susp. 150mg/5ml 60 ml |1 |42000 |

|671 |SYP671 |Tricholine Citrate 0.55 gm , Sorbitol 7.15 gm/10 ml 200 ml |1 |13220 |

|672 |SYP672 |Vit.A 100000 Unit /ml 100 ml |1 |30400 |

|673 |SOL673 |Alkaline Detergent Cleaning Base With Amphotiric Surfactant Anionic Surfactant And |1 |725 |

| | |Phosphates- 1 Ltr. | | |

|674 |SOL674 | A Low foaming solution clear Blue enzymatic detergant with Sodium tetraborate |  |25 |

| | |decahydrate as cleanser and with rust inhibitors used for manual as well as | | |

| | |automated system containing Protease, lipase, amylase and cellulase.- 3. 8 litres | | |

|675 |SOL675 |Acetone 10% 400 ml |1 |220 |

|676 |SOL676 |Aldehyde free disinfectant containing potassium mono per sulphate powder form 500gm |  |200 |

|677 |SOL677 |Aldehyde free surface & Environment Disinfectant Contact time : 10-15 Min. Qctyl |  |100 |

| | |Decyl Dimethyl Ammounium Chloride : 6%-7% Dioctyl dimethyl ammonium chloride - 2% - | | |

| | |4% Didecyl dimethyl ammounium chloride - 3% -5% Alkyl Dimethyl benzyl ammounium | | |

| | |chloride -8.68% 1 Ltr. | | |

|678 |SOL678 |Alkyl dimethyl Benzyl Ammonium Chloride 2.37% Alkyl dimethyl Ethyl Benzyl Ammonium |1 |2700 |

| | |Chloride 2.37% With Intent Ingradient Approved From Internation Authority Like | | |

| | |U.S.F.D.A. U.S.EPA -1 Ltr. | | |

|679 |SOL679 |Ammoidin 1% 25 ml |1 |2300 |

|680 |SOL680 |Anti-rust Solution With > 30% Phosphoric Acid- 1 Ltr. |1 |400 |

|681 |SOL681 |Antiseptic Hospital Concentrate 20%, Chlorohexidine Soln. 7.5% V/V, Cetrimide IP |1 |21800 |

| | |15%W/V- 500ml | | |

|682 |SOL682 |Antiseptic Hospital Concentrate Containing 20% Chlorohexidine Soln IP 7.5% V/V |1 |13900 |

| | |Cetrimide IP 15%W/V Iso-Propyl Alchohol 6-8%- 1000ml | | |

|683 |SOL683 |Barium Sulphate Power Susp 95% W/V, Powder (Hd) 95% W/V 250% W/V - 400 Gram |1 |2500 |

|684 |SOL684 |Cetrimide + Choline Salicylate Gel For Oral Ulcer (0.01%+8% All /W/V) 15 Ml |1 |3400 |

|685 |SOL685 |Chloramphenicol 125mg/5ml 60 ml |1 |1600 |

|686 |SOL686 |Chlorhexidine gluconate 20 % V/V 500ml (surgical hand wash) |1 |4450 |

|687 |SOL687 |Chlorhexidine 2% mouth gargle 100ml |1 |38500 |

|688 |SOL688 |Chloroxylenol 4.8 w/v, Terpineol v/v 9%, Alcohol Absolute 13.1 % v/v 500ml |1 |700 |

|689 |SOL689 |Coal Tar 1% 90 ml |1 |350 |

|690 |SOL690 |Deionized Water 5 ltr. |1 |700 |

|691 |SOL691 |Diclofenac Sodium 0.074% Mouth Gargle 100 ml |1 |8500 |

|692 |SOL692 |Electrolyte Concentrate for Disinfectant Generation System. 20 ltr. |1 |2800 |

|693 |SOL693 |Feracrylum 1% 100 ml |1 |6000 |

|694 |SOL694 |Formaldehyde (Formalin) 37% Acp.450 ml Bottle |1 |6800 |

|695 |SOL695 |Gamma Benzene Hexachloride Lotion 1% 50ml Bottel |1 |10200 |

|696 |SOL696 |Gamma Benzene Hexachloride Lotion 1% 100ml Bottle |1 |4000 |

|697 |SOL697 |Glutaraldehyde Lotion 2% W/V Stabilized 5 Ltr. Cans |1 |1105 |

|698 |SOL698 |Glycerine 30ml Plastic Bottle I.P. |1 |4000 |

|699 |SOL699 |Glycerine 500ml I.P. |1 |11506 |

|700 |SOL700 |Glycerine Enema 100 ml I.P. |1 |11000 |

|701 |SOL701 |Glycine 3 Ltr. Irrigation Solution I.P. |1 |6200 |

|702 |SOL702 |Halogenated Tertiary Amine With Didecyl dimethyl Ammonium chloride And Dodecylamine|1 |1100 |

| | |Sulphamate Instrument Sterilization Liquid 500ml | | |

|703 |SOL703 |Halothane 200ml I.P. |1 |750 |

|704 |SOL704 |Halothane 250ml I.P. |1 |1000 |

|705 |SOL705 |Halothane 50ml I.P. |1 |700 |

|706 |SOL706 |Hydrogen Peroxide Mouth Gargle 3% 100 ml |1 |10500 |

|707 |SOL707 |Hydrogen Peroxide Sol. 20% W/V 1ltr. Bottle |1 |23600 |

|708 |SOL708 |Hydrogen Peroxide Sol. 20% 500 ml |1 |16150 |

|709 |SOL709 |Isoflurane 100 ml |1 |2760 |

|710 |SOL710 |Isoflurane 250 ml |1 |2400 |

|711 |SOL711 |Lignocaine Spray 10% 50 ml |1 |5828 |

|712 |SOL712 |Lignocaine Topical 10% 50 ml |1 |6850 |

|713 |SOL713 |Lignocaine Topical 2% 100 ml |1 |4700 |

|714 |SOL714 |Lignocaine Topical 4% 10 ml |1 |12450 |

|715 |SOL715 |Liquid (1,2,benzenedicarboxaldehyde) cross linking with proteins and denatures it |  |50 |

| | |with pH 7.2 -7.8 and water soluble with US FDA AND EPA approved and listed under | | |

| | |TSCA , 5 Litrs. | | |

|716 |SOL716 |Liquid Enviornment disinfectant with stabilizer by 0.01% w/v AgNO3& H2PO4 < 1ppb |  |50 |

| | |and 11% w/v H2O2 solution formulated with a patented swiss technology having pH 1.5 | | |

| | |to 3.0 and 100% volatile, decomposing at temperature > 100"C (if not purified) 1 | | |

| | |Ltr. | | |

|717 |SOL717 |Liquid Paraffin 450 ml Bottle |1 |49555 |

|718 |SOL718 |Liquid Soap 1 Ltr. |1 |23020 |

|719 |SOL719 |Lubrication Spray Best With Aliphatic Hydrocarbons And Propellant Gas- 400ml |1 |800 |

|720 |SOL720 |Phenyl black ISI 5 Ltrs. |1 |11240 |

|721 |SOL721 |Plasma Expander Infusion 500ml FFS/ BFS Bottle |1 |7700 |

|722 |SOL722 |Povidone Iodine 10% 100ml |1 |20100 |

|723 |SOL723 |Povidone Iodine 5% 100ml |1 |17000 |

|724 |SOL724 |Povidone Iodine Hand Scrub 7.5% 500ml |1 |29500 |

|725 |SOL725 |Povidone Iodine Sol 5% 500ml |1 |67850 |

|726 |SOL726 |Povidone Iodine Sol 7.5% 500 ml |1 |52500 |

|727 |SOL727 |Rectified Spirit (90%) 5 ltrs. |1 |36900 |

|728 |SOL728 |Salbutamol Nebulization Solution 5mg/ml 15 ml |1 |30000 |

|729 |SOL729 |Sevoflurane 250ml |1 |1650 |

|730 |SOL730 |Sodium Hypochlorite 5% 5 ltr. |1 |6220 |

|731 |SOL731 |Sodium Hypochlorite 2 % 5 ltr. |1 |14160 |

|732 |SOL732 |Sporicidal sterilant aldehyde free containing sodium perborate 500 gm |  |200 |

|733 |SOL733 |Sterisol-C Electrolyte Concentrate for Sterigen 20 Litres |1 |10236 |

|734 |SOL734 |Surgical hand wash didecyl dimethyl ammonium chloride 1 gm propanol 40gm 500ml |  |500 |

|735 |SOL735 |Surgical Sprit (Isopropyl alcohol 70% with 2% chlorhexidine gluconate) 500ml Bottle|1 |46150 |

|736 |SOL736 |Tannic Acid (With Glycerine) Gum Paint 20% 15ml Vial |1 |2600 |

|737 |SOL737 |Tincture Benzoin Co. 500ml Bottle |1 |4160 |

|738 |SOL738 |TPN (Total Parenteral Nutrition) Including Carbohydrates + Proteins + Fats. 2000 ml|1 |12800 |

|739 |SOL739 |Trichloroacetic Acid Crystals (1 Kg) |1 |611 |

|740 |SOL740 |Upper extremity pre surgical antisepsis with 4% C22H30CL2N10 as active antiseptic |  |100 |

| | |with residual action, & pH 5-6. Also containing ethoxylated alkylphenol and fatty | | |

| | |acid diethanolamide as surfactant against gram positive, gram negative bacteria, | | |

| | |yeast and lipophilic viruses 500 ml. | | |

|S NO coding |Item Code |Item With Specification |Unit / |TOTAL |

| | | |details | |

|741 |DRP741 |Atropine Eye Drops 1% 5ml |1 |10350 |

|742 |DRP742 |Balanced Salt Sol. for Irrigation 500ml Designed for Ophthalmic use |1 |7800 |

|743 |DRP743 |Carboxymethylcelluose Eye Drops 0.5% 10ml |  |7700 |

|744 |DRP744 |Chloramphenicol 5% Ear Drops 5ml |1 |7000 |

|745 |DRP745 |Chloramphenicol Eye Applicaps 1% (250 Applicaps) |1 |7100 |

|746 |DRP746 |Chloramphenicol 1% Eye Drops 5ml |1 |7250 |

|747 |DRP747 |Ciprofloxacin 0.3 % + Dexamethasone 0.1% Eye/Ear Drops 10ml |1 |50900 |

|748 |DRP748 |Ciprofloxacin 0.3% Ear/Eye Drops 5ml |1 |45450 |

|749 |DRP749 |Clotrimazole 1% + Beclomethasone 0.025%+ Chloramphenicol 5% and + |1 |2800 |

| | |lignocaine 2% Ear Drops 10ml | | |

|750 |DRP750 |Clotrimazole 1% + Lignocaine 2% Ear Drops 10ml |1 |22700 |

|751 |DRP751 |Clotrimazole 1% Ear Drops 15ml |1 |17500 |

|752 |DRP752 |Cyclopentolate 1% Eye Drops 5ml |1 |6300 |

|753 |DRP753 |Cyclosporine 1% Eye Drops 10ml |  |3900 |

|754 |DRP754 |Dexamethasone 0.1 % + Neomycin 0.5% Eye Drops 3ml |1 |3000 |

|755 |DRP755 |Dexamethasone 0.1 % + Neomycin 0.5% Eye Drops 5ml |1 |3000 |

|756 |DRP756 |Diclofenac sodium 0.1% W/V Eye Drops 10ml |  |2700 |

|757 |DRP757 |Diclofenac sodium 0.1% W/V Eye Drops 5ml |1 |6300 |

|758 |DRP758 |Dorzolamide 2% Eye Drops 5ml |1 |4800 |

|759 |DRP759 |Fluconazole 0.3% Eye/ Ear Drops 10ml |1 |12900 |

|760 |DRP760 |Fluorometholone 0.1% Eye Drops 5ml |1 |10200 |

|761 |DRP761 |Flurbiprofen 0.03% W/V Eye Drops 5ml |1 |12250 |

|762 |DRP762 |Framycetin Drops 5mg/ml Eye Drops 5ml |1 |1800 |

|763 |DRP763 |Gatifloxacin 0.3% Eye Drops 10ml |1 |11400 |

|764 |DRP764 |Gatifloxacin 0.3% Eye Drops 5ml |1 |8600 |

|765 |DRP765 |Gentamycin 0.3% + Betamethasone 0.1% Eye/Ear Drops 5ml |1 |7600 |

|766 |DRP766 |Gentamycin 0.3% + Dexamethasone 0.01% Eye Drops 10ml |1 |4300 |

|767 |DRP767 |Gentamycin 0.3% + Hydrocortisone 1% Ear Drops 10ml |1 |4900 |

|768 |DRP768 |Gentamycin 0.3% + Hydrocortisone 1% Ear Drops 5ml |1 |5100 |

|769 |DRP769 |Gentamycin 0.3% + Hydrocortisone 1% Eye Drops 5ml |1 |4600 |

|770 |DRP770 |Gentamycin 0.3% Eye/Ear Drops 5ml |1 |7200 |

|771 |DRP771 |Homatropine 2% Eye Drops 5ml |1 |4950 |

|772 |DRP772 |Amikacine 1 % Eye Drops 5ml |1 |9600 |

|773 |DRP773 |Hydroxypropyl Methyl Cellulose 0.3% w/v Eye Drops 10ml |1 |15500 |

|774 |DRP774 |Hydroxypropyl Methyl Cellulose 0.3% w/v Eye Drops 5ml |1 |16500 |

|775 |DRP775 |Ketotifen 0.5mg/5ml Eye Drops |  |4200 |

|776 |DRP776 |Ketotifen 1mg/ 5ml Eye Drops |1 |5200 |

|777 |DRP777 |Latanoprost 0.005% Eye Drops 5ml |  |5900 |

|778 |DRP778 |Lignocaine Hydrochloride 4% (Eye) 30ml Vial |1 |2900 |

|779 |DRP779 |Lubricating (HPMC) 0.2% Eye Drops 10ml |1 |23500 |

|780 |DRP780 |Carboxy Methyl Cellulose Drops 1% Eye Drops 10ml |1 |17650 |

|781 |DRP781 |Moxifloxacin 0.5% Eye Drops 5ml |1 |31000 |

|782 |DRP782 |Natamycin 5% Eye Drops 3ml |1 |9100 |

|783 |DRP783 |Neomycin Sulphate 3400 units + Polymyxin B sulphate 10000 units + |1 |7100 |

| | |Hydrocortisone 10mg/ml Ear Drops 5ml | | |

|784 |DRP784 |Neomycin 0.5% Ear/Eye Drops 5ml |1 |8500 |

|785 |DRP785 |Ofloxacin 0.3% Eye/Ear Drops 5ml |1 |13700 |

|786 |DRP786 |Proparacaine 0.5% Eye Drops 5ml |1 |11200 |

|787 |DRP787 |Olopatadine Eye Drops 0.2% 5ml |  |4700 |

|788 |DRP788 |Oxymetazoline 0.05% Nasal Drops 10ml |1 |16000 |

|789 |DRP789 |Oxymetazoline 0.25mg/ml Nasal Drops 10ml |1 |14500 |

|790 |DRP790 |Oxymetazoline 0.1mg/ml Nasal Drops 10ml |1 |19050 |

|791 |DRP791 |Paracetamol 100mg/ml Oral Drops 15ml |1 |12100 |

|792 |DRP792 |Phenylephrine HCl 5% + Tropicamide 0.8% Eye Drops 5ml |1 |9000 |

|793 |DRP793 |Phenylephrine 10% Eye Drops 5ml |1 |2900 |

|794 |DRP794 |Pilocarpine 2% Eye Drops 5ml |1 |5100 |

|795 |DRP795 |Povidone Iodine 1% Eye Drops 10ml |1 |4950 |

|796 |DRP796 |Prednisolone Acetate 1% w/v 10mg/ml Eye Drops 10ml |1 |10000 |

|797 |DRP797 |Prednisolone Acetate 1% w/v 10mg/ml Eye Drops 5ml |1 |10200 |

|798 |DRP798 |Sulfacetamide 20% Eye Drops 10ml |1 |3600 |

|799 |DRP799 |Timolol Maleate 0.5% Eye Drops 5ml |  |5900 |

|800 |DRP800 |Tobramycin 0.3 % Eye Drops 5ml |1 |15700 |

|801 |DRP801 |Tobramycin 0.3% + Dexomathasone 0.1% Eye Drops 5ml |1 |12500 |

|802 |DRP802 |Tropicamide 1% Eye Drops 5 ml |1 |13200 |

|803 |DRP803 |Xylometazoline 0.05% Nasal Drops 10ml |1 |16600 |

|804 |DRP804 |Xylometazoline 0.1% Nasal Drop 10ml |1 |16050 |

|805 |DRP805 |Xylometazoline 0.1% Nasal drops 15ml |1 |6250 |

|806 |DRP806 |Xylometazoline 0.5% Nasal drops 10ml |  |5200 |

|807 |DRP807 |Xylometazoline 0.65% Nasal drops 10ml |1 |12850 |

|808 |INH808 |Budesonide 100 mcg / puff 200 md |1 |8900 |

|809 |INH809 |Budesonide 100 mcg / puff 400 md |1 |4800 |

|810 |INH810 |Budesonide 200 mcg /puff 100 md |1 |6400 |

|811 |INH811 |Budesonide 200 mcg /puff 200 md |1 |4400 |

|812 |INH812 |Budesonide 400 mcg / puff 100 md |1 |3700 |

|813 |INH813 |Budesonide Respules 0.25 mg / 2 ml |1 |11700 |

|814 |INH814 |Budesonide Respules 0.5 mg / 2 ml |1 |14000 |

|815 |INH815 |Budesonide Respules 1 mg / 2 ml |1 |13000 |

|816 |INH816 |Formeterol 6 mcg + Budesonide 100 mcg / puff 120 md |1 |9150 |

|817 |INH817 |Formeterol 6 mcg + Budesonide 100 mcg / puff 30 md |1 |5400 |

|818 |INH818 |Formeterol 6 mcg + Budesonide 200 mcg / puff 120 md |1 |10550 |

|819 |INH819 |Formeterol 6 mcg + Budesonide 200 mcg / puff 30 md |1 |4200 |

|820 |INH820 |Formeterol 6 mcg + Budesonide 400 mcg /puff 120 md |1 |7000 |

|821 |INH821 |Formeterol 6 mcg + Budesonide 400 mcg /puff 30md |1 |3600 |

|822 |INH822 |Ipratropium Bromide 20 mcg / puff 200 md |1 |20800 |

|823 |INH823 |Ipratropium Bromide 40 Mcg + Salbutamol 200 mcg / puff 200 md |1 |26700 |

|824 |INH824 |Levo Salbutamol Tartrate 50 mcg. 200 md |  |500 |

|825 |INH825 |Salbutamol 100 mcg + Beclomethasone 50 mcg/puff (200 MDI) |1 |11800 |

|826 |INH826 |Salbutamol Rotacap 100 mcg |1 |22250 |

|827 |INH827 |Salbutamol Rotacap 200 mcg |1 |32250 |

|828 |INH828 |Salmeterol 25 mcg + Fluticasone 50 mcg Inhaler 120 MDI |1 |8000 |

|829 |INH829 |Salmeterol 50 mcg + Fluticasone 100 mcg Inhaler 120 MDI |1 |8100 |

|830 |POW830 |Povidone Iodine Powder 5% 10 gm |1 |8020 |

|831 |POW831 |Protein Isolate 20% 200 gms. |1 |35500 |

|832 |POW832 |Protein Isolate 20% 500 gms. |1 |51500 |

|833 |POW833 |O.R.S.(W.H.O) 5.7 gm pouch |1 |133200 |

|834 |POW834 |O.R.S. (W.H.O.) 28.5 GM pouch |1 |179050 |

|835 |SUPP835 |Diclofenac Suppository 80 mg |1 |4500 |

|836 |SUPP836 |Paracetamol Suppository 160 mg |1 |30500 |

|837 |SPR837 |Budesonide Nasal Spray 64 mcg / Inhalation 200 md |1 |2500 |

|838 |SPR838 |Fluticasone 100 mcg / dose 120 md Nasal Spray |1 |2400 |

|s no coding |Item Code |Item With Specification |Unit / details|TOTAL |

|839 |CO839 |Atropine Eye Oint 1% 3 gm |1 |33600 |

|840 |CO840 |Betamethasone Valerate 0.025% + Gentamicin Sulphate Tolnaftate 0.1% + |1 |11000 |

| | |Iodochlorhydroxyquinoline 1% oint. 5 gm | | |

|841 |CO841 |Betamethasone Valerate cream 0.05% 15 gm |1 |18000 |

|842 |CO842 |Betamethasone Valerate Cream 0.05% 10 gm |1 |13000 |

|843 |CO843 |Betamethasone Valerate Cream 0.05% 20 gm |1 |13000 |

|844 |CO844 |Betamethasone Valerate Cream 0.1% 10 gm |1 |13000 |

|845 |CO845 |Betamethasone Valerate Cream 0.1% 20 gm |1 |15400 |

|846 |CO846 |Chloramphenicol 1%+hydrocortisone 0.5%3 gm |1 |1600 |

|847 |CO847 |Chlorhexidine Gluconate 0.25% + Metronidazole 1% 10 gm gel |1 |10700 |

|848 |CO848 |Chlorhexidine Gluconate 0.25% + Metronidazole 1% 20 gm gel |1 |8000 |

|849 |CO849 |Clobetasol 0.05% + Gentamicin 0.1% 10 gm cream |1 |53500 |

|850 |CO850 |Clobetasol Butyrate 0.05% 10 gm cream |1 |19100 |

|851 |CO851 |Clotrimazole Cream 1% 15 gm |1 |72220 |

|852 |CO852 |Dexamethasone Acetate 0.01 % 15 gm |1 |10500 |

|853 |CO853 |Dexamethasone Acetate 0.01 % 5 gm |1 |8500 |

|854 |CO854 |Fluticasone 0.05% 20gm Ointment |1 |1000 |

|855 |CO855 |Fluticasone 0.05% 10gm Ointment |1 |1000 |

|856 |CO856 |Framycetin 1% 20 Gm cream |1 |51100 |

|857 |CO857 |Framycetin 1% 30 gm cream |1 |50100 |

|858 |CO858 |Gentamicin Cream 0.1% 15 gm |1 |19200 |

|859 |CO859 |Hydroquinone 2% + Oxybenzone 2.5% + Octinoxate 9% 30 gm cream |1 |15000 |

|860 |CO860 |Ketoconazole 2% 15 gm ointment |1 |17000 |

|861 |CO861 |Ketoconazole 2% 20 gm cream |1 |10500 |

|862 |CO862 |Euphorbia prostrata extract 80% 30gm cream |  |10 |

|863 |CO863 |methoxsalen 1% 15 gm cream |1 |10200 |

|864 |CO864 |Metronidazole 1% 20 gm gel |1 |12350 |

|865 |CO865 |Metronidazole 1% 30 gm gel |1 |10650 |

|866 |CO866 |Miconazole 1% + Betamethasone Dipropionate 0.05% 10 gm |1 |19300 |

|867 |CO867 |Miconazole 1% + Betamethasone Dipropionate 0.05% 5 gm |1 |13300 |

|868 |CO868 |Miconazole 2% 15 gm cream |1 |12400 |

|869 |CO869 |Miconazole 2% 20 gm cream |1 |19100 |

|870 |CO870 |Mometasone Furoate 0.1% 10 gm cream |1 |12000 |

|871 |CO871 |Mometasone Furoate 0.1% 15 gm cream |1 |7000 |

|872 |CO872 |Mometasone Furoate 0.1% 20 gm cream |1 |6500 |

|873 |CO873 |Mometasone Furoate 0.1% 5 gm cream |1 |7000 |

|874 |CO874 |Nadifloxacin 1% 10 Gm |1 |21700 |

|875 |CO875 |Nitroglycerine 5mg/Patch |1 |3000 |

|876 |CO876 |Oestrogen vaginal cream 0.625 mcg / gm 14 gm |1 |6500 |

|877 |CO877 |Ofloxacin Eye Oint. 0.3% 10 gm |1 |4520 |

|878 |CO878 |Permethrine 5% 30 gm cream |1 |82400 |

|879 |CO879 |Povidone Iodine Ointment 5% 15 gm |1 |48500 |

|880 |CO880 |Povidone Iodine Ointment 5% 250 gm |1 |18334 |

|881 |CO881 |Povidone Iodine Ointment 5% 500 gm |1 |12800 |

|882 |CO882 |Silver Sulphadiazine Cream 1% 25 gm |1 |21900 |

|883 |CO883 |Silver Sulphadiazine Crèam 1% 250 gm |1 |20000 |

|884 |CO884 |Sodium Fusidate 1% cream 5gm |1 |3950 |

|885 |CO885 |Sodium Fusidate 2% 10 gm |1 |16600 |

|886 |CO886 |Sodium Fusidate 2% 5 gm |1 |6500 |

|887 |CO887 |Tacrolimus 0.03% 10 gm ointment |1 |5000 |

|888 |CO888 |Tacrolimus 0.1% 10 gm ointment |1 |5000 |

|889 |CO889 |Terbinafine Hydrochloride 1% 10 gm cream |1 |17000 |

|890 |CO890 |Trichloroacetic Acid 88% crystal 100 gm |1 |1500 |

|891 |GL891 |Adapalene 0.1% 15 gm gel |1 |3500 |

|892 |GL892 |Benzoyl Peroxide 2.5% gel 20 gm |1 |6950 |

|893 |GL893 |Benzoyl Peroxide 5% gel 20 gm |1 |4000 |

|894 |GL894 |Benzyl Benzoate Emulsion 25% 50 ml |1 |13024 |

|895 |GL895 |Betamethasone 0.05% 10 gm gel |1 |11010 |

|896 |GL896 |Diclofenac Sodium Gel 1% 30 gm |1 |50200 |

|897 |GL897 |Diclofenac Sodium Gel 1.16% 30 gm |1 |55000 |

|898 |GL898 |Erythromycin 4% 10 gm gel |1 |3000 |

|899 |GL899 |Erythromycin 4% 5 gm gel |1 |3000 |

|900 |GL900 |Gamma benzene hexachloride lotion 1% 100 ml |1 |16400 |

|901 |GL901 |Heparin 200 IU 20 gm gel |1 |4100 |

|902 |GL902 |Lignocaine Jelly 2% 10 gm |1 |63020 |

|903 |GL903 |Lignocaine Viscous solution 2% 30 gm |1 |2000 |

|904 |GL904 |Povidone Iodine Vaginal Pessary 200 mg |1 |2500 |

|905 |GL905 |Ultra Sonogram Gel 250ml Bottle |1 |30000 |

|906 |GL906 |ECG Gel 250 ml Bottle |1 |65500 |

|907 |GL907 |White Petroleum Jelly 100 % 1 kg |1 |5500 |

|s no coding |Item Code |Item With Specification |Unit / |TOTAL |

| | | |details | |

|908 |LSD908 |Adenosine 3 mg / ml 2ml vial Inj |1 |7065 |

|909 |LSD909 |Adrenaline 1 mg/ml 1 ml Amp Inj |1 |165600 |

|910 |LSD910 |Aminophylline 250 mg /2ml 10 ml Amp Inj |1 |74830 |

|911 |LSD911 |Amiodarone 50 mg / ml 3 ml Amp Inj |1 |19700 |

|912 |LSD912 |Anti Rabies Vaccine 1000 IU / 5 ml Vial Inj |1 |12000 |

|913 |LSD913 |Anti Rabies Vaccine 150 IU / ml 2 ml Vial Inj |1 |10400 |

|914 |LSD914 |Artesunate 60 mg / Vial Inj |1 |92050 |

|915 |LSD915 |Atropine 0.6 mg/ml 1 ml Amp Inj |1 |108000 |

|916 |LSD916 |Calcium Chloride 100 mg / ml 10ml vial Inj |1 |1000 |

|917 |LSD917 |Carboprost (PGF2α) 250 mcg/ml 1ml Amp Inj |1 |3700 |

|918 |LSD918 |Chloroquine Phosphate 64.5 mg/ml 30 ml Vial Inj |1 |9400 |

|919 |LSD919 |Clonidine 150 mcg / ml Amp Inj |1 |6000 |

|920 |LSD920 |Desmopressin 4mcg/ml 1ml amp inj |1 |2700 |

|921 |LSD921 |Dexamethasone 8 mg/2ml 2 ml Vial Inj |1 |275450 |

|922 |LSD922 |Dextrose 50 % 100 ml Bottle inj |1 |1000 |

|923 |LSD923 |Diazepam 10 mg /2ml 2ml Amp Inj |1 |153850 |

|924 |LSD924 |Dicyclomine 10 mg/ml 2 ml Vial Inj |1 |93700 |

|925 |LSD925 |Digoxin 0.5mg / 2ml 2 ml Amp Inj |1 |31250 |

|926 |LSD926 |Diltiazem 25 mg / 5 ml vial Inj |1 |8970 |

|927 |LSD927 |Diphenhydramine 50mg/ml 1 ml vial Inj |1 |3800 |

|928 |LSD928 |Diphtheria Antitoxin 1000 IU Vial Inj |1 |1800 |

|929 |LSD929 |Dobutamine 250 mg /5ml 5 ml amp Inj |1 |107910 |

|930 |LSD930 |Dopamine Hydrochloride 40mg /ml 5ml amp Inj |1 |196185 |

|931 |LSD931 |Enalapril 1.25mg/ml 1ml vial Inj |1 |7200 |

|932 |LSD932 |Flumazenil 0.1 mg/ml 5ml amp Inj |1 |1000 |

|933 |LSD933 |Furosemide 10 mg / ml 2 ml amp Inj |1 |311755 |

|934 |LSD934 |Glyceryl Trinitrate 5 mg /ml 10 ml vial Inj |1 |12900 |

|935 |LSD935 |Heparin Inj 5000 IU/ml 5ml Vial Inj |1 |86150 |

|936 |LSD936 |Hydrocortisone 100 mg / ml Vial Inj |1 |200750 |

|937 |LSD937 |Insulin Soluble 40 IU/ml, 10ml/Vial Inj |1 |18000 |

|938 |LSD938 |Lidocaine 2% 5 ml vial Inj |1 |1000 |

|939 |LSD939 |Lignocane 2% (21.3mg/ml ) 50 ml Vial Inj |1 |33320 |

|940 |LSD940 |Enoxaperin sodium 40mg Inj in prefilled syringe |1 |61100 |

|941 |LSD941 |Enoxaperin sodium 60mg Inj in prefilled syringe |1 |50100 |

|942 |LSD942 |Magnesium Sulphate 25% 10ml vial Inj |1 |15000 |

|943 |LSD943 |Magnesium Sulphate 25% 2ml amp Inj |1 |22000 |

|944 |LSD944 |Mannitol 10 % 100 ml inj |1 |500 |

|945 |LSD945 |Methylerergometrine 0.2mg/ml 1 ml amp Inj |1 |1000 |

|946 |LSD946 |Metoclopromide 5mg/ml 2ml Amp Inj |1 |157120 |

|947 |LSD947 |Metoprolol 1 mg/ml 5 ml amp Inj |1 |1000 |

|948 |LSD948 |Morphine Sulphate 10mg /ml 1ml amp Inj |1 |1000 |

|949 |LSD949 |Naloxone 0.4 mg /ml 1ml Amp.Inj |1 |8750 |

|950 |LSD950 |Neostigmine 0.5mg /ml 5ml Amp Inj |1 |40605 |

|951 |LSD951 |Oxytocin 5 IU / ml 1ml Amp Inj |1 |81000 |

|952 |LSD952 |Pancuronium 2 mg/ml 2ml amp Inj |1 |10350 |

|953 |LSD953 |Pantoprazole 40 mg inj/Vial Inj |1 |431100 |

|954 |LSD954 |Phenobarbitone 200 mg /ml 1 ml amp Inj |1 |1000 |

|955 |LSD955 |Phenytoin 50 mg/ml 2 ml amp Inj |1 |1000 |

|956 |LSD956 |Potassium Chloride 150 mg/10ml Amp Inj |1 |57250 |

|957 |LSD957 |Pralidoxime 1gm / 20 ml Amp Inj |1 |24600 |

|958 |LSD958 |Protamine Sulphate 1% (10mg/ml) 5ml Amp Inj |1 |7800 |

|959 |LSD959 |Snake Venom Polyvalent Anti Serum (Liquid Form ) 10ml vial Inj |1 |26500 |

|960 |LSD960 |Sodium Bicarbonate 7.5% 10ml Amp Inj |1 |89370 |

|961 |LSD961 |Sodium Chloride 0.45% 100ml FFS/BFS Bottle Inj |1 |39200 |

|962 |LSD962 |Streptokinase 1.5 MIU /vial Inj |1 |6250 |

|963 |LSD963 |Succinyl Choline 50 mg / ml 1ml Amp Inj |1 |18500 |

|964 |LSD964 |Succinyl Choline 50 mg / ml 2ml Amp Inj |1 |7500 |

|965 |LSD965 |Tetanus Immunoglobulin 250 IU/Vial Inj |1 |24650 |

|966 |LSD966 |Tetanus Immunoglobulin 500 IU/Vial Inj |1 |20305 |

|967 |LSD967 |Tetanus Toxoid 5 Lf 5ml Vial Inj |1 |63200 |

|968 |LSD968 |Tetanus Toxoid 0.5 ml Ampoule Inj |1 |200750 |

|969 |LSD969 |Torasemide 10 mg/ml 2ml Amp Inj |1 |302500 |

|970 |LSD970 |Tranexamic Acid 100 mg /ml 5ml amp. Inj |1 |52200 |

|971 |LSD971 |Vitamin K 10 mg/ml 1 ml amp Inj |1 |1000 |

|972 |LSD972 |Electrolyte - G 500 ml Bottle IVF |1 |48600 |

|973 |LSD973 |Electrolyte - M 500 ml Bottle IVF |1 |82100 |

|974 |LSD974 |Electrolyte 'E" Inj. Dextrose 5g.,Sodium Aetate 0.64 G.Sodium |1 |8500 |

| | |Chloride 5g. Potassium Chloride 75 mg. Sodium Citrate 75 mg, | | |

| | |Calcium Chloride 5 mg Magnesium Chloride 31 mg Sodium Meta Bi | | |

| | |Sulphate 20 mg 500 ml IVF | | |

|975 |LSD975 |Mannitol 20% 100 ml IVF |1 |207651 |

|976 |LSD976 |Mannitol 20% 300 ml IVF |1 |221750 |

|977 |LSD977 |Ringer's Lactate 500 ml IVF |1 |552200 |

|978 |LSD978 |Dextrose 5% With Saline 0.9% FFS / BFS 500 ml IVF |1 |631200 |

|979 |LSD979 |Dextran - 70 500 ml IVF |1 |55600 |

|980 |LSD980 |Salbutamol 100 Mcg/ puff 200 md Inhaler |1 |24250 |

|S no coding |Item Code |Item With Specification |Unit / details|Total |

|981 |CTD981 |Carboplatin 150mg/15ml vial Inj |1 |3100 |

|982 |CTD982 |5 - Fluro-Uracil 250 mg/5ml vial Inj |1 |19650 |

|983 |CTD983 |5 - Fluro-Uracil 500 mg/10ml vial Inj |1 |14550 |

|984 |CTD984 |Actinomycin-D 0.5 mg/ ml vial Lyophilised each 1ml vial Inj |1 |1250 |

|985 |CTD985 |Bendamustine (Lyophilized Powder) 100 mg Each Vial Inj |1 |350 |

|986 |CTD986 |Bendamustine (Lyophilized Powder) 100 mg/ Vial Inj |1 |1680 |

|987 |CTD987 |Bleomycin 15 Unit / ml Each Vial inj |1 |5800 |

|988 |CTD988 |Bortezomib 2 mg Each Vial Inj |1 |3400 |

|989 |CTD989 |Cabazitaxel 60 mg / 1.5 ml vial Inj |1 |1000 |

|990 |CTD990 |Calcium Leucovorin 50 mg / Each vial Inj |1 |6550 |

|991 |CTD991 |Carboplatin 10mg/ml 45ml vial Inj |1 |600 |

|992 |CTD992 |Carboplatin 10mg/ml 60ml vial Inj |1 |600 |

|993 |CTD993 |Carboplatin 10mg/ml 20ml Each Vial Inj |1 |3800 |

|994 |CTD994 |Carboplatin 50mg/vial Inj |1 |5000 |

|995 |CTD995 |Carmustine 100 mg/ 15 ml vial Inj |1 |1500 |

|996 |CTD996 |Cetuximab (Lyophilized Powder) 100 mg vial Inj |1 |1100 |

|997 |CTD997 |Cetuximab 200 mg vial Inj |1 |1660 |

|998 |CTD998 |Cisplatin 10 mg Each Vial Inj |1 |8450 |

|999 |CTD999 |Cisplatin 50 mg Each Vial Inj |1 |8550 |

|1000 |CTD1000 |Cyclophosphamide 200 mg Each Vial Inj |1 |7550 |

|1001 |CTD1001 |Cyclophosphamide 500 mg Each Vial Inj |1 |5000 |

|1002 |CTD1002 |Cytarabine 100 mg Each Vial Inj |1 |2100 |

|1003 |CTD1003 |Cytarabine 1000 mg Each Vial Inj |1 |950 |

|1004 |CTD1004 |Dacarbazine ( Dtic) 200 mg Each Vial Inj |1 |1550 |

|1005 |CTD1005 |Dacarbazine ( Dtic) 500 mg Each Vial Inj |1 |1500 |

|1006 |CTD1006 |Daunorubicin 20 mg Each Vial Inj |1 |1850 |

|1007 |CTD1007 |Decitabine 50 mg Each Vial Inj |1 |1250 |

|1008 |CTD1008 |Docetaxel 120 mg / 3 ml Each Vial Inj |1 |18750 |

|1009 |CTD1009 |Docetaxel 20 mg / 0.5 ml Each Vial Inj |1 |4250 |

|1010 |CTD1010 |Docetaxel 80 mg / 2 ml Each Vial Inj |1 |2050 |

|1011 |CTD1011 |Doxorubicin (Lyophilized Powder) 10 mg vial Inj |1 |3850 |

|1012 |CTD1012 |Doxorubicin (Lyophilized Powder) 50 mg each vial Inj |1 |1650 |

|1013 |CTD1013 |Doxorubicin 10 mg (ready to use) vial Inj |1 |7350 |

|1014 |CTD1014 |Doxorubicin 50 mg (ready to use) vial Inj |1 |3600 |

|1015 |CTD1015 |Epirubicin (Lyophilized Powder) 10 mg vial Inj |1 |1650 |

|1016 |CTD1016 |Epirubicin (Lyophilized Powder) 50 mg vial Inj |1 |1850 |

|1017 |CTD1017 |Erythropoietin 4000 IU Each Vial Inj |1 |1350 |

|1018 |CTD1018 |Erythropoietin 6000 IU Each Vial Inj |1 |550 |

|1019 |CTD1019 |Erythropoietin10000 IU Each Vial Inj |1 |670 |

|1020 |CTD1020 |Etoposide 100 mg / 5 ml Each Vial Inj |1 |5050 |

|1021 |CTD1021 |Fludarabine Phosphate 50 mg Each Vial Inj |1 |750 |

|1022 |CTD1022 |G C S F 300 unit Each Vial Inj |1 |5350 |

|1023 |CTD1023 |Gemcitabine (Lyophilized Powder) 1gm vial Inj |1 |1750 |

|1024 |CTD1024 |Gemcitabine (Lyophilized Powder) 200 mg Each Vial Inj |1 |2250 |

|1025 |CTD1025 |Granulocyte- Colony Stimulating Factor (Pegylated) 6 Microgram/ Each Vial Inj |1 |650 |

|1026 |CTD1026 |Ibandronic Acid 6 mg Each Vial Inj |1 |1300 |

|1027 |CTD1027 |Ifosphamide 1gm Lyophilised each vial + 3 Amp of Mesna 100mg/2ml Inj |1 |2375 |

|1028 |CTD1028 |Ifosphamide 2gm Lyophilised each vial + 3 Amp of Mesna 200mg/2ml Inj |1 |1900 |

|1029 |CTD1029 |Ifosphamide 500mg Lyophilised each vial + 3 Amp of Mesna 50mg/2ml Inj |1 |1775 |

|1030 |CTD1030 |Irinotecan 100 mg/5ml vial Inj |1 |800 |

|1031 |CTD1031 |Irinotecan 40 mg/2ml vial Inj |1 |1000 |

|1032 |CTD1032 |L - Asparginase 10000 IU Lyophilised each vial Inj |1 |1730 |

|1033 |CTD1033 |L - Asparginase 5000 IU Lyophilised each vial Inj |1 |6530 |

|1034 |CTD1034 |Methotrexate 10 mg/ml 5ml vial Inj |1 |800 |

|1035 |CTD1035 |Methotrexate 5 mg/ml 3 ml vial Inj |1 |2200 |

|1036 |CTD1036 |Methotrexate 50 mg/ml 2ml vial Inj |1 |2050 |

|1037 |CTD1037 |Methotrexate 7.5 mg/ml amp Inj |1 |400 |

|1038 |CTD1038 |Methotrexate 15mg /ml(Preservitive Free) amp Inj |1 |2050 |

|1039 |CTD1039 |Mitomycin –C 10 mg vial Inj |1 |950 |

|1040 |CTD1040 |Mitoxantrone 20 mg Each Vial Inj |1 |600 |

|1041 |CTD1041 |Nimotuzumab 200 mg Each Vial Inj |1 |760 |

|1042 |CTD1042 |Oxaliplatin 100 mg Each Vial Inj |1 |850 |

|1043 |CTD1043 |Oxaliplatin 50 mg Each Vial Inj |1 |1125 |

|1044 |CTD1044 |Paclitaxel 260mg/43.5 ml Vial Inj |1 |3350 |

|1045 |CTD1045 |Paclitaxel 30 mg 5 ml Vial Inj |1 |2650 |

|1046 |CTD1046 |Paclitaxel 300 mg Each Vial Inj |1 |2800 |

|1047 |CTD1047 |Paclitaxel nano particle 300 mg / 15ml vial Inj |1 |1700 |

|1048 |CTD1048 |Paclitaxel 100 mg / 16.7 ml vial Inj |1 |2950 |

|1049 |CTD1049 |Pegylated liposomal doxorubicin 10 mg vial Inj |1 |850 |

|1050 |CTD1050 |Pegylated liposomal doxorubicin 20 mg vial Inj |1 |850 |

|1051 |CTD1051 |Pemetrexed 100 mg vial Inj |1 |1000 |

|1052 |CTD1052 |Pemetrexed 500 mg vial Inj |1 |400 |

|1053 |CTD1053 |Rituximab 100 mg / 10 ml Vial Inj |1 |770 |

|1054 |CTD1054 |Rituximab 500 mg/50 ml vial Inj |1 |220 |

|1055 |CTD1055 |Sargramostin 500 mg Each Vial Inj |1 |1250 |

|1056 |CTD1056 |Thiotepa 5 mg Each Vial Inj |1 |550 |

|1057 |CTD1057 |Toptecan 2 mg vial Inj |1 |650 |

|1058 |CTD1058 |Toptecan 4 mg Each Vial Inj |1 |450 |

|1059 |CTD1059 |Trastuzumab 440 mg vial Inj |1 |180 |

|1060 |CTD1060 |Vinblastine 10 mg vial Inj |1 |800 |

|1061 |CTD1061 |Vincristin Sulphate 1mg Each Vial Inj |1 |1100 |

|1062 |CTD1062 |Vinorelbine 50 mg Each Vial Inj |1 |1200 |

|1063 |CTD1063 |Zolendronic Acid 4 mg / 5 ml Each Vial Inj |1 |1500 |

|1064 |CTD1064 |Allopurinol 100 mg Tab |1 |7000 |

|1065 |CTD1065 |Megestrol acetate 40 mg Tab |1 |2000 |

|1066 |CTD1066 |Mercaptopurine-6 50 mg Tab |1 |3000 |

|1067 |CTD1067 |Methotrexate 5 mg Tab |1 |7500 |

|1068 |CTD1068 |Sorafinib 200 mg Tab |1 |4000 |

|1069 |CTD1069 |Tamoxifen 10 mg Tab |1 |31000 |

|1070 |CTD1070 |Tamoxifen 100 mg Tab |1 |1500 |

|1071 |CTD1071 |Tamoxifen 20 mg Tab |1 |31000 |

|1072 |CTD1072 |Tamoxifen 25 mg Tab |1 |700 |

|1073 |CTD1073 |Tamoxifen 40 mg Tab |1 |1000 |

|1074 |CTD1074 |Temozolamide 100 mg Tab |1 |5800 |

|1075 |CTD1075 |Anastrozole 1 mg Tab |1 |22500 |

|1076 |CTD1076 |Temozolamide 250 mg Tab |1 |4100 |

|1077 |CTD1077 |Thalidomide 100 mg cap |1 |14800 |

|1078 |CTD1078 |Thalidomide 50 mg cap |1 |4500 |

|1079 |CTD1079 |Cyclophosphamide 50 mg Tab |1 |20000 |

|1080 |CTD1080 |Doxifluridine 200 mg Tab |1 |2500 |

|1081 |CTD1081 |Erlotinib 100 mg Tab |1 |4500 |

|1082 |CTD1082 |Erlotinib 150 mg Tab |1 |4500 |

|1083 |CTD1083 |Etoposide 100 mg Tab |1 |4100 |

|1084 |CTD1084 |Etoposide 50 mg Tab |1 |4000 |

|1085 |CTD1085 |Gefitinib 250 mg Tab |1 |7500 |

|1086 |CTD1086 |Morphine sulphate 10 mg Tab |1 |50000 |

|1087 |CTD1087 |Morphine sulphate 30 mg Tab |1 |20000 |

|1088 |CTD1088 |Hydroxy Urea 500 mg Cap |1 |17500 |

|1089 |CTD1089 |Imatinib Mesylate 100 mg Cap |1 |26100 |

|1090 |CTD1090 |Imatinib Mesylate 400 mg Cap |1 |29100 |

|1091 |CTD1091 |Lomustine 40 mg Cap |1 |1200 |

|1092 |CTD1092 |Temozolomide 140 mg Cap |1 |3200 |

|1093 |CTD1093 |Temozolomide 180 mg Cap |1 |3700 |

|1094 |CTD1094 |Temozolomide 20 mg Cap |1 |3700 |

|1095 |CTD1095 |Procarbazine Hydrochloride 50 mg Cap |1 |5000 |

|S No coding |Item Code |Item With Specification |Unit / |TOTAL |

| | | |details | |

|1096 |PSY1096 |Agomelantine 25 mg Tab |1 |94000 |

|1097 |PSY1097 |Alprazolam 0.25 mg Tab |1 |272000 |

|1098 |PSY1098 |Alprazolam 0.5 mg Tab |1 |222450 |

|1099 |PSY1099 |Amisulpiride 100 mg. Tab |1 |170000 |

|1100 |PSY1100 |Amisulpiride 50 mg. Tab |1 |72000 |

|1101 |PSY1101 |Amitriptyline 25 mg Tab |1 |208000 |

|1102 |PSY1102 |Amitriptyline 75 mg Tab |1 |71000 |

|1103 |PSY1103 |Aripiprazole 10 mg. Tab |1 |137000 |

|1104 |PSY1104 |Aripiprazole 15 mg Tab |1 |53200 |

|1105 |PSY1105 |Aripiprazole 30 mg. Tab |1 |68000 |

|1106 |PSY1106 |Asenapine 10 mg Tab |1 |33000 |

|1107 |PSY1107 |Asenapine 5 mg Tab |1 |33000 |

|1108 |PSY1108 |Baclofen 20 mg Tab |1 |131200 |

|1109 |PSY1109 |Baclofen 30 mg Tab |1 |20000 |

|1110 |PSY1110 |Baclofen 40 mg Tab |1 |20000 |

|1111 |PSY1111 |Blonanserine 2 mg Tab |1 |32000 |

|1112 |PSY1112 |Blonanserine 4 mg Tab |1 |32000 |

|1113 |PSY1113 |Buspirone 10 mg Tab |1 |32000 |

|1114 |PSY1114 |Buspirone 5 mg Tab |1 |29000 |

|1115 |PSY1115 |Carbamazepin 200 mg Tab |1 |840000 |

|1116 |PSY1116 |Carbamazepin 400 mg Tab |1 |195000 |

|1117 |PSY1117 |Carbamazepine 100 mg Tab |1 |143000 |

|1118 |PSY1118 |Carbamazepine CR 200 mg Tab |1 |175300 |

|1119 |PSY1119 |Carbamazepine CR 400 mg Tab |  |155000 |

|1120 |PSY1120 |Carbamazepine SR 200 mg.Tab |1 |202000 |

|1121 |PSY1121 |Carbamazepine SR 400 mg. Tab |  |105000 |

|1122 |PSY1122 |Chlordiazepoxide 10 mg. Tab |1 |97100 |

|1123 |PSY1123 |Chlordiazepoxide 25 mg Tab |1 |68000 |

|1124 |PSY1124 |Chlorpromazine 100 mg Tab |1 |60500 |

|1125 |PSY1125 |Chlorpromazine 50 mg Tab |1 |294500 |

|1126 |PSY1126 |Clobazam 10 mg Tab |1 |215500 |

|1127 |PSY1127 |Clobazam 5 mg Tab |1 |209500 |

|1128 |PSY1128 |Clomipramine 25 mg Tab |1 |46550 |

|1129 |PSY1129 |Clonazepam 0.5 mg. Tab |1 |186150 |

|1130 |PSY1130 |Clonazepam 2 mg. Tab |1 |112050 |

|1131 |PSY1131 |Clonidine 0.1 mg Tab |1 |34000 |

|1132 |PSY1132 |Clozapine 100 mg Tab |1 |152200 |

|1133 |PSY1133 |Clozapine 50 mg Tab |1 |32000 |

|1134 |PSY1134 |Diazepam 10 mg. Tab |1 |72400 |

|1135 |PSY1135 |Diazepam 5 mg. Tab |1 |100800 |

|1136 |PSY1136 |Disulfiram 250 mg Tab |1 |53000 |

|1137 |PSY1137 |Disulfiram 500 mg Tab |1 |53000 |

|1138 |PSY1138 |Donepezil 10 mg Tab |1 |93000 |

|1139 |PSY1139 |Donepezil 5 mg Tab |1 |68000 |

|1140 |PSY1140 |Duloxetine 20 mg Tab |1 |74000 |

|1141 |PSY1141 |Duloxetine 30 mg Tab |1 |57500 |

|1142 |PSY1142 |Escitalopram 10 mg Tab |1 |692500 |

|1143 |PSY1143 |Escitalopram 20 mg Tab |1 |345000 |

|1144 |PSY1144 |Escitalopram 5 mg Tab |1 |100000 |

|1145 |PSY1145 |Fluoxetine 20 mg Tab |1 |99500 |

|1146 |PSY1146 |Fluvoxamine 50 mg Tab |1 |3000 |

|1147 |PSY1147 |Haloperidol 10 mg Tab |1 |311000 |

|1148 |PSY1148 |Haloperidol 15 mg Tab |1 |15000 |

|1149 |PSY1149 |Haloperidol 5 mg Tab |1 |641100 |

|1150 |PSY1150 |Iloperidone 1 mg Tab |1 |32000 |

|1151 |PSY1151 |Iloperidone 2 mg Tab |1 |32500 |

|1152 |PSY1152 |Iloperidone 3 mg Tab |1 |32500 |

|1153 |PSY1153 |Iloperidone 4 mg Tab |1 |32500 |

|1154 |PSY1154 |Imipramine Hcl 25 mg Tab |1 |237000 |

|1155 |PSY1155 |Imipramine Hcl 75 mg Tab |1 |37000 |

|1156 |PSY1156 |Lamotrigine 100 mg Tab |1 |71600 |

|1157 |PSY1157 |Lamotrigine 200 mg Tab |1 |71500 |

|1158 |PSY1158 |Levetiracetam 250 gm Tab |1 |92000 |

|1159 |PSY1159 |Levetiracetam 500 gm Tab |1 |92000 |

|1160 |PSY1160 |Linezolid 600 mg Tab |1 |64000 |

|1161 |PSY1161 |Lithium Carbonate 300 mg. Tab |1 |621100 |

|1162 |PSY1162 |Lithium Carbonate SR 450 mg. Tab |1 |97100 |

|1163 |PSY1163 |Loperamide 2 mg Tab |1 |28100 |

|1164 |PSY1164 |Lorazepam 1 mg Tab |1 |152100 |

|1165 |PSY1165 |Lorazepam 2 mg Tab |1 |147150 |

|1166 |PSY1166 |Memantine 10 mg Tab |1 |26000 |

|1167 |PSY1167 |Methyl phenidate 10 mg Tab |1 |24000 |

|1168 |PSY1168 |Methyl phenidate 20 mg Tab |1 |24000 |

|1169 |PSY1169 |Methyl phenidate 5 mg Tab |  |34000 |

|1170 |PSY1170 |Mirtazapine 15 mg Tab |1 |56000 |

|1171 |PSY1171 |Mirtazapine 30 mg Tab |1 |31000 |

|1172 |PSY1172 |Mirtazapine 45 mg Tab |1 |1000 |

|1173 |PSY1173 |Modafinil 100 mg Tab |1 |22000 |

|1174 |PSY1174 |Naltrexone 50 mg Tab |1 |18000 |

|1175 |PSY1175 |Nitrazepam 10 mg Tab |1 |21500 |

|1176 |PSY1176 |Nitrazepam 5 mg Tab |1 |21500 |

|1177 |PSY1177 |Olanzapine 10 mg Tab |1 |1150000 |

|1178 |PSY1178 |Olanzapine 20 mg Tab |1 |375000 |

|1179 |PSY1179 |Olanzapine 5 mg Tab |1 |305000 |

|1180 |PSY1180 |Oxcarbazepine 150 mg Tab |1 |93500 |

|1181 |PSY1181 |Oxcarbazepine 300 mg Tab |1 |165500 |

|1182 |PSY1182 |Oxcarbazepine 450 mg Tab |1 |103500 |

|1183 |PSY1183 |Oxcarbazepine 600 mg Tab |1 |93000 |

|1184 |PSY1184 |Paliperidone 1.5 mg Tab |1 |12000 |

|1185 |PSY1185 |Paliperidone 3 mg Tab |1 |11000 |

|1186 |PSY1186 |Paroxetine CR 12.5 mg Tab |1 |21000 |

|1187 |PSY1187 |Phenobarbitone 30 mg Tab |1 |55000 |

|1188 |PSY1188 |Phenobarbitone 60 mg Tab |1 |56500 |

|1189 |PSY1189 |Piracetam 400 mg Tab |1 |45000 |

|1190 |PSY1190 |Procyclidine 5 mg Tab |1 |61000 |

|1191 |PSY1191 |Promethazine 25 mg Tab |1 |102000 |

|1192 |PSY1192 |Propranolol 10 mg Tab |1 |105600 |

|1193 |PSY1193 |Propranolol 20 mg Tab |1 |110000 |

|1194 |PSY1194 |Propranolol 40 mg Tab |1 |165000 |

|1195 |PSY1195 |Quetiapine 100 mg Tab |1 |101500 |

|1196 |PSY1196 |Quetiapine 200 mg Tab |1 |106000 |

|1197 |PSY1197 |Quetiapine 25 mg Tab |1 |71000 |

|1198 |PSY1198 |Quetiapine 50 mg Tab |1 |31000 |

|1199 |PSY1199 |Risperidone 1 mg Tab |1 |40000 |

|1200 |PSY1200 |Risperidone 2 mg Tab |1 |432000 |

|1201 |PSY1201 |Risperidone 4 mg Tab |1 |505000 |

|1202 |PSY1202 |Sertraline 100 mg Tab |1 |124000 |

|1203 |PSY1203 |Sertraline 50 mg Tab |1 |178000 |

|1204 |PSY1204 |Sildenafil 50 mg Tab |1 |31500 |

|1205 |PSY1205 |Sodium Valproate 200 mg CR Tab |1 |159000 |

|1206 |PSY1206 |Sodium Valproate 200 mg ER Tab |1 |38500 |

|1207 |PSY1207 |Sodium Valproate 300 mg CR Tab |1 |149000 |

|1208 |PSY1208 |Sodium Valproate 300 mg ER Tab |1 |20500 |

|1209 |PSY1209 |Sodium Valproate 500 mg CR Tab |1 |587000 |

|1210 |PSY1210 |Sodium Valproate 200 mg Tab |1 |197000 |

|1211 |PSY1211 |Sodium Valproate 300 mg Tab |1 |387000 |

|1212 |PSY1212 |Sodium Valproate 500 mg Tab |1 |822500 |

|1213 |PSY1213 |Tianeptine12.5 mg Tab |1 |12000 |

|1214 |PSY1214 |Topiramate 100 mg Tab |1 |53000 |

|1215 |PSY1215 |Topiramate 25 mg Tab |1 |56500 |

|1216 |PSY1216 |Topiramate 50 mg Tab |1 |63500 |

|1217 |PSY1217 |Tramadol 50 mg Tab |1 |379250 |

|1218 |PSY1218 |Tramadol 100 mg Tab |1 |324550 |

|1219 |PSY1219 |Trifluoperazine 5 mg Tab |1 |30500 |

|1220 |PSY1220 |Trihexyphenidyl 2 mg Tab |1 |1228000 |

|1221 |PSY1221 |Venlafaxine SR 75 mg Tab |1 |203000 |

|1222 |PSY1222 |Venlafaxine 150 mg Tab |1 |21000 |

|1223 |PSY1223 |Venlafaxine 37.5 mg Tab |1 |51000 |

|1224 |PSY1224 |Venlafaxine 75 mg Tab |1 |1000 |

|1225 |PSY1225 |Venlafaxine CR 75 mg Tab |1 |100000 |

|1226 |PSY1226 |Venlafaxine ER 37.5 mg Tab |1 |1000 |

|1227 |PSY1227 |Venlafaxine ER 75 mg Tab |1 |1000 |

|1228 |PSY1228 |Venlafaxine SR 150 mg Tab |1 |22000 |

|1229 |PSY1229 |Venlafaxine SR 37.5 mg Tab |1 |52000 |

|1230 |PSY1230 |Zolpidem 10 mg Tab |1 |24000 |

|1231 |PSY1231 |Chlorpromazine 25mg/ml 2 ml amp Inj |1 |20200 |

|1232 |PSY1232 |Clonazepam 1 mg/ ml amp Inj |1 |7150 |

|1233 |PSY1233 |Flupenthixol 20 mg/ ml 1 ml amp Inj |1 |6000 |

|1234 |PSY1234 |Flupenthixol Depot 25 mg/ml 1 ml amp Inj |1 |4200 |

|1235 |PSY1235 |Fluphenazine Deconate 25 mg / ml 1 ml amp Inj |1 |4500 |

|1236 |PSY1236 |Haloperidol 5 mg / ml 5 ml amp Inj |1 |33250 |

|1237 |PSY1237 |Haloperidol 50 mg/ml 1 ml amp Inj |1 |60500 |

|1238 |PSY1238 |Lorazepam 1 mg/ml 2 ml amp Inj |1 |106725 |

|1239 |PSY1239 |Olanzapine 10 mg / 5 ml amp Inj |1 |6500 |

|1240 |PSY1240 |Phenobarbitone 100 mg/ml 1ml Amp. Inj |1 |61000 |

|1241 |PSY1241 |Phenobarbitone 200 mg/ml 1ml Amp. Inj |1 |21100 |

|1242 |PSY1242 |Phenytoin Sodium 50 mg /ml 2ml Amp Inj |1 |140800 |

|1243 |PSY1243 |Procyclidine 5 mg/ ml 1 ml amp Inj |1 |7100 |

|1244 |PSY1244 |Promethazine 25 mg / ml amp 2ml Inj |1 |78500 |

|1245 |PSY1245 |Sodium Valproate 500 mg / 5 ml amp Inj |1 |7600 |

|1246 |PSY1246 |Zuclopenthixol 50 gm/ ml 1 ml amp Inj |1 |5500 |

|1247 |PSY1247 |Zuclopenthixol Depot 200 gm/ml 1 ml amp Inj |1 |5500 |

-----------------------

MP

Govt

MP

Govt

M.P. Government

Medical Education Department Supply

Not For Sale

Batch: -----------------------------

Mfg date: --------------------------

Exp. Date: ---------------------------

Quantity packed: 100x10x10

Net Weight: 6.5 Kg

Manufactured by:

PARACETAMOL TAB. I.P.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download