government of india - Medical Stores Organisation

Transcription

government of india - Medical Stores Organisation
GOVERNMENT OF INDIA
DIRECTORATE GENERAL OF HEALTH SERVICES
(MEDICAL STORES ORGANISATION)
GOVT. MEDICAL STORE DEPOT
Behind ESI Hospital, S.R. Nagar, Hyderabad-500038.
Ph: 040-23700277, 23706430
Fax: 040-23702355
E mail: [email protected]
TENDER For Generic Drugs
TENDER REFERNCE No :GMSD/HYD/EQ/2015-16/A/274
Medical Store Organization, DGHS, (hereinafter referred as Tenders Inviting Authority unless the
context otherwise requires) invites Bids for Generic Drugs as enclosed in Annexure- K for a period of
two years from the date of conclusion of Rate contract.
The bidder may participate as per his eligibility and have to submit required documents and bids
for each of the drug separately. The bids are required to be submitted physically (not online) in the
tender box kept for this purpose at GMSD-HYDERABAD for which she/he wishes to quote/ apply.
1. Bidding Schedule
Date of Issue/Publishing of Tender
Date:11-01-2016
Website: https://eprocure.gov.in
http://msotransparent.nic.in
Start Date and time for downloading tender documents
Time:10.00AM
Date:11-01-2016
Last date and time for downloading tender documents and
submission of bids
Time:05.00PM
Date:28-03-2016
Last Date and Time for submission of Bid (Three sealed Time:05.30PM
Date:28-03-2016
Covers kept in outer single envelope) in office of The
DADG(MS), Govt. Medical Store Depot, Behind ESI
Hospital, S.R. Nagar, Hyderabad-500038.
Date and time of opening Technical Bids
Time:11.00AM
Date:29-03-2016
Amount of EMD Deposit:
As specified in Instructions to the bidders(ITB)
Fee For Tender Form
As specified in Instructions to the bidders(ITB)
Tender opening venue/
Address for Communication
Govt. Medical Store Depot,
Behind ESI Hospital, S.R. Nagar,
Hyderabad-500038.
Date and Venue of Pre bid meeting and Bidders awareness Time:02:00 PM
Date:22-01-2016
/orientation
Venue: Govt. Medical Store Depot,
C-4, Qutub Institutional Area,
New Delhi-110652.
1
Instructions for searching of Tender Document on CPP portal
As per the directives of Department of Expenditure, this tender document has been published on the Central Public
Procurement Portal (URL: https://eprocure.gov.in).
1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several
parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also
an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as
organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP
Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required documents /
tender schedules.
3) The bidders can also download the Tender Document form the MSO website “ http://msotransparent.nic.in ”
General Instructions to the Bidders
1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the bid
documents have to be submitted, the number of documents – including the names and content of each of
the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
3) Tenderers should submit the bid containing following three sealed covers /envelopes separately super
scribing in the following manner(1) Cover “A” - (Fee for Tender Form & Earnest Money Deposit)
(2) Cover “B” -(Technical Bid)
(3) Cover “C” – (Price Bid)
The above three sealed envelopes are to be again put in a single sealed envelope super
scribed with the “Tender Enquiry No.GMSD/HYD/EQ/2015-16/A/274, Due for opening on 2903-2016 and Name & address of the Bidder”.
(4) The completed bid in the prescribed manner must be received at the office of The DADG(MS), Govt.
Medical Store Depot, Behind ESI Hospital, S.R.Nagar, Hyderabad-500038 on or before the time
and date given for receipt of Bid. Tenders not submitted by the date/time prescribed shall not be opened
and returned unopened. It shall be the sole responsibility of the bidder to ensure that their bid is received at
the address above on or before specified date and time mentioned.
(5) Bidder should prepare the EMD as per the instructions specified Instructions to the Bidders (ITB) in the
tender document.
(6) A standard format has been provided with the tender document for submission of Price Bid, to be filled by all the
Bidders Annexure-L. Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to complete the white coloured cells with their
respective financial quotes and other details (such as name of the bidder). No other cells should be changed.
2
2.
Instruction to Bidders (ITB)
(2.1)
In the Technical Bids, the bidders are required to submit various documents in five sets /volumes.
(2.2)
The parties to the contract, which shall be deemed to be “Price Agreement “ and which is intended for the
supply of stores of the description set forth in the schedule to the Tender during the period specified shall be
contractor of the first part and purchaser(s) name in the schedule of the Tender of second part.
No guarantee can be given as to the number or quantity of the stores which will be ordered during the
period of price agreement which is in the nature of standing offer only from the contractor, but the
purchaser(s) undertake(s) to order from the contractor all stores as detailed in the schedule of stores and
prices which he / they require(s) to purchase except that he / they reserve(s) the right.
2.2.1
2.2.2
2.2.3
Of submitting to competition any supply of articles included in the contract, the total value of which
exceeds such amount as Secretary (whose decision shall be final) may determine upon
consideration of Tenders.
Of placing this price agreement simultaneously or at any time during its period with one or more
contracts as /they thinks fit, and
Of obtaining from sources any stores referred to in the contract to meet emergency, if the
Secretary (whose decision shall be final) is satisfied that the contractor is not in a position to supply
specific quantities or number of days within the period in which supply is required.
(2.3)
The Price Agreement in respect of quality procurement shall be governed by the provisions contained in the
Drugs and Cosmetics Act, 1940 as amended up to date and the Drugs and Cosmetics Rules, 1945 as
amended up to date.
(2.4)
GMSDs accept the drugs only from the manufacturing units registered with Medical Store Organisation.
However unregistered manufacturers can also submit their bids and simultaneously apply for registration of
their manufacturing units with Medical Store Organisation. In case manufacturer fails to get their
manufacturing unit registered with Medical Store Organisation, no supply will be accepted from them even if
they are successful bidders as L1 in the Price Bid.
(2.5)
Fee For Tender Form : Every Bidder will be required to submit Fee for Tender form of Rs. 1000/- in the
form of demand draft / bankers cheque drawn in favour of The Sr. Accounts Officer, GMSD-HYDERABAD
in Cover “A” (Fee for Tender Form and Earnest money Deposit).
However, MSEs (and not their dealers/distributors) registered with District Industry Centers or Khadi
and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National
Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified
by Ministry of MSME are exempted from payment of tender fee for the items they are registered with
District Industry Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and
Handloom or any other body specified by Ministry of MSME.
(2.6)
Earnest Money Deposit:
(i)In the Tender Document where estimated withdrawal is indicated in the Schedule of Requirements the amount of EMD shall be as indicated against each drug mentioned in Annexure-K in the tender
document. The total amount of EMD to be submitted by the bidder will depend on the number of items for
which the bidder is quoting the rates. The total EMD amount shall be cumulative value of EMD amount
indicated in Annexure-K for the drugs for which the bidder is quoting the rates.
(ii) In the Tender Document where estimated withdrawal in not indicated in the Schedule of Requirements
- the amount of EMD shall be a fixed amount of Rs 1,00,000 (Rupees One Lakh only ) for each Schedule of
Requirements that Tender
3
EMD should be submitted in the form of Account Payee Demand Draft, fixed Deposit Receipt, Banker’s
Cheque or Bank Guarantee from any of the commercial banks in an acceptable form. (The Bank Guarantee
should be in Favour of The DADG(MS), GMSD-HYDERABAD and Account Payee Demand Draft, fixed
Deposit Receipt, Banker’s Cheque in the favour of “The Sr. Accounts Officer, GMSD-HYDERABAD”)
(a) The validity of the Earnest money deposit should be 60 days beyond the final bid validity period.
(b) In case the Bidders withdraws his bid within its validity or fail to deposit performance security within
specified time after award of contract, the Earnest Money will be forfeited or the firm will be debarred
/de-registered for a period of five years.
(c) The bid security of the unsuccessful bidders will be returned to them after expiry of the final bid validity
and latest on or before one month after the award of the contract /Supply Order.
(2.7)
Firm registered with NSIC etc. will be exempted for earnest money as per Prevailing rules. SSI Units
registered with NSIC should furnish a photocopy of the Registration certificate indicating the items for which
they are registered.
MSMEs units (and not their dealers/distributors) which are themselves registered with District
Industry Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or
Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of MSME are also exempted from payment of Bid Security
irrespective of monetary limit mentioned in their registration certificate.
Bids not accompanied by Cover “A” containing Fee For Tender Form and Earnest Money or Copy of
valid Registration Certificate (in case firm is registered with NSIC or if bidder is a Micro or Small
Enterprises (MSE) registered with District Industry Centers or Khadi and Village Industries Commission
or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or
Directorate of Handicrafts and Handloom or any other body specified by Ministry of MSME) will be
rejected.
(2.8)
Performance Security Deposit
Successful Bidder/ Contractor will have to furnish a Performance Security Deposit with the purchaser
equivalent of 5% of the order received from the demanding officer/Purchaser in the form of bank guarantee
or in the form of demand draft. The Demand draft should be drawn in favour of “The Accounts Officer of
direct demanding officer /Purchaser and the bank guarantee should be in favour of direct demanding officer
/Purchaser valid for a period of 60 days beyond the date of completion of all contractual obligations of the
supplier, including warranty obligations
(2.9)
Demand Draft finally accepted as Earnest Money Deposit / Performance Security Deposit would be credited
to Govt. Account under proper Head of Account.
(2.10)
Govt. will not pay any interest on Earnest Money Deposit / Performance Security Deposit, which would
stand, credited to Govt. Accounts. Earnest Money would be returned, to unsuccessful Bidder without any
interest whatsoever, after conclusion of the contract with successful Bidders. The Earnest money Deposit
submitted by the successful Bidder will be returned after successful completion or expiry of the Contract.
(2.11)
Performance Security Deposit will be returned to the Bidder after a period of 60 days beyond the date of
completion of all contractual obligations of the supplier, including warranty obligations by the depots or
Medical Stores Organisation.
(2.12)
If the contractor fails or neglects to observe or perform any of his obligations under the contract, it shall be
lawful for the purchaser to forfeit the Earnest Money Deposit / Performance Security Deposit furnished by
4
the contractor.
(2.13)
The bids shall be valid for a Period of 120 days from the date of opening of Technical Bid and the Tender
Inviting Authority may request the Bidders to extend the bid validity. If the Bidder refuses the extension of
bid validity then his Bid will be rejected without forfeiting the Earnest Money deposit.
(2.14)
Bidder should note the period for which the offers should remain open for acceptance. The offers from those
firms, who have not kept the validity open till the period stipulated in the Tender enquiry, will be treated as
non-responsive and will be ignored without making any back reference. Where any firm keeps the offer valid
till the required date as stipulated in the Tender enquiry but at the same time gives a discount clause for
shorter validity such discount will be summarily ignored and such offers will be considered only in respect of
the price quoted by them for full validity. Bidders may further note that in the absence of any indication of the
date up to which the offer has, been kept valid it will be assumed that their offer will remain open for
acceptance for the period Specified in the schedule to Tender enquiry. It may further be noted that if the
date up to which the offer is to remain open being or is declared a closed holiday for the Government
offices, the offer shall remain open for acceptance till the next working day.
(2.15)
All procurement of medicines supplied should be Bar Coded. The details of Bar Coding to be done are given
at Clause 19 “Barcoding” of the Tender Document.
(2.16)
Attested copies of the following documents should necessarily be submitted with the quotation,
failing which the Tender will be summarily rejected: (2.16.1) Valid Drugs Manufacturing License for which they are licensed to manufacture, indicating each of
the items for which Tender is submitted. If the drug- manufacturing license is under renewal, the
date of submission of the application for renewal of License and the certificate & challan thereof by
the Licensing Authority is submitted.
(2.16.2) Good Manufacturing Practices (GMP/ WHO GMP/CoPP) Certificate from the Licensing Authority
under Drugs & Cosmetic Act for items quoted in proper form.
(2.16.3) Copy of PAN Card, Registration certificate with VAT and latest VAT return.
(2.16.4) Documentary evidence in Support of Assessed/Installed capacity/Import Quantum details
(2.16.5) Audited financial statement (balance sheet and profit & loss account statement) for the last three
years along with annual turnover statements for formulations for the above three years certified by
the Auditor.
(2.17)
Each page of the quotation must be signed and unsigned quotations will be summarily rejected.
(2.18)
The purchaser reserves the option to give purchase preference to the offers from the Central Public Sector
undertakings etc. over those offers from other large scale units in accordance with the policies of the
Government from time to time.
(2.19)
Samples against this Tender inquiry if called for shall be furnished by the date stipulated. Failure to do so
will entail the quotation being ignored.
(2.20)
Quotations qualified by vague and indefinite expression such as "Immediate Acceptance” "subject to prior
sale" etc. will not be considered. Request for advance payment whatsoever will not be considered.
Telegraphic / Letter Head/Fax Quotations without complete Tender Documents shall be summarily ignored.
(2.21)
Withdrawal of any rates after opening of the Tenders will render the, entire offer invalid and also may involve
administrative action against the Bidders.
5
(2.22)
No deviation in specifications and/or nomenclature of stores will be considered. Packing specifications
mentioned in the Tender Document must be strictly adhered to.
(2.23)
The firms / manufacturer who interested to participate in the Contract should ensure that they fulfill all the
eligibility criteria as prescribed in the Tender Documents; otherwise the tenders will be summarily rejected.
(2.24) The Price Agreement will be governed by the terms and conditions of the Tender Document and no
modifications / alterations etc. are allowed in any case.
(2.25)
The firms may submit their bids if the terms and conditions as prescribed are acceptable to the bidders and
they fulfill all the eligibility criteria. Therefore bidders are advised to read Terms and conditions and
Instructions of Bid Documents carefully before submitting their quotations.
(2.26)
100% Payment on finalization of contractor bills (on the prescribed form )duly supported by original
inspection note, original supply order, Supplier Commercial Invoice, ECS mandate form, Bank Details form
(duly attested by the banker of supplier) etc. Demand for advance payment will not be admissible.
(2.27)
If firm is deregistered / debarred for the supply of item after issue of Tender enquiry for any particular item
offers for such item will not be considered.
(2.28)
No material assistance whatsoever will be provided by the purchaser.
(2.29)
All Tender documents attached with the invitation to Tender are Sacrosanct for considering any offer as a
complete offer.
3.
Eligibility Criteria
(3.1)
Bidder shall be manufacturer having valid own manufacturing license/loan license and direct importer
holding valid import license are eligible to participate in the tender. However manufacturer having their own
manufacturing/ loan license can also submit bid for item manufactured on third party basis, where there is
marketing agency agreement as per the enclosed format (Annexure-J) & bidder undertake to abide & own
all responsibility including quality of drugs. A letter from original manufacturer should also be submitted that
he is not marketing the product directly in India.
Bidder should have valid WHO GMP Certificate or CoPP (Certificate of Pharmaceutical Product) from the
concerned licensing Authority in case of imported product.
Bidder should have valid GMP Certificate under Schedule ‘M’ of Drugs & Cosmetic Act on the date of bid
opening for the category of products manufactured in India.
Bidder should have at least 2 years (24 months) manufacturing & marketing experience of the particular item
as a manufacturer / importer/Loan license/third party manufacturing for each drug quoted in the tender. This
would not apply to drugs, which were introduced in India less than 2 years ago. A certificate from the Drug
Controller General (India) shall be required for all new drug formulations to this effect.
(3.2)
(3.3)
(3.4)
The drugs to be procured has been classified in two categories Group A and Group B.
The Group A includes essential drugs like drugs acting on Central Nervous System, Cardio Vascular
System, Endocrine System, Anti-cancer & Higher Antibiotics and Group B includes rest of the drugs not
covered under Group A.
3.4.1 Pharmaceutical firm having minimum annual turnover of Rs. 100/- Crore in each of the last three
years will be eligible to quote bid for drugs included in Group ‘A’. Pharmaceutical firm having minimum
annual turnover of Rs. 50/- Crore in each of the last three years will be eligible to quote bid for drugs
included in Group ‘B’.
6
3.4.2
Not less than 50% of Annual Turnover should be from trade i.e. outside institution/ Govt. supplies
3.4.3
The bidder should be marketing quoted drugs at least in all cities where CGHS/GMSD are located.
3.4.4
The bidders during last one year should have manufactured and marketed the quantity of the drug
more than the estimated withdrawal indicated in the tender document for the quoted drug.
Bidder has to give undertaking for 3.4.2, 3.4.3. & 3.4.4
(3.5)
In case of group A drugs - The manufacturing firm should have their own R&D facilities where they are
conducting at least routine testing, stability profile, quality assurance etc. of drug being manufactured. A
certificate to this effect signed by Head of their quality Assurance department to be furnished with bid
4.
Preparation of Bids
(4.1)
The Item(s) as per Tender enquiry should be clearly marked and highlighted in the GMP / Drug
Manufacturing or Import License / manufacturing and marketing certificate documents submitted. BIDs will
be evaluated separately for each item.
(4.2)
The bidders are required to submit Fee For Tender Form and Earnest Money Deposit or Copy of
Valid Registration Certificate (in case firm is registered with NSIC or Small Enterprises (MSE)
registered with District Industry Centers or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of MSME) in a separate sealed
Cover “A”
(4.3)
The bidders are required to submit various documents in Technical bids, as listed in Clause 5 Technical Bid
Cover-B” (from 5.1 to 5.26) . The bidders are advised to arrange all the documents in Volume-I,Volume -II,
Volume-III, Volume-IV and Volume-V in the same order as they are listed in Clause 5. of the Tender
Document .All these pages of Volume-I, Volume-II, Volume-III , Volume-IV and Volume-V may be serially
numbered and signed with stamp before they are submitted in the Technical Bid.
(4.4)
The documents listed from clause no 5.1 to 5.18 are to be submitted as Volume-I documents of the
Technical Bids under this Tender
(4.5)
The documents listed from clause no 5.19 to 5.23 are to be submitted as Volume-II documents of the
Technical Bids which are specific to the drugs under this Tender
(4.6)
The documents listed from clause no 5.24 and 5.26 are to be submitted as Volume-III documents of the
Technical Bids which are specific to the drugs under this Tender
(4.7)
The documents listed from clause no 5.27 and 5.28 are to be submitted as Volume-IV documents of the
Technical Bids which are specific to the drugs under this Tender
(4.8)
In volume-V only one document is to be submitted i.e. duly filled Annexure B after filling the column no 6 to
16 of the Annexure with the relevant information/page number of the respective volume (example
Volume……..(page no…))
(4.9)
All documents(Volume-I ,Volume-II ,Volume-III and Volume-IV documents) required in the tender should be
serially numbered and duly signed by the bidder with the rubber stamp of the firm on each page in
chronological order of the checklist enclosed at Annexure-G1, G2,G3 and G4, before submitting.
(4.10)
The purchaser may demand to see the original document or submission of attested /certified copy of any
document which has been submitted or other document(s) requiring clarification.
7
(4.11)
(4.12)
(4.13)
5.
.
All the information called for in all the BID documents should be answered, failing which, the bid shall not be
considered and is liable to be rejected without any further reference.
The purchaser reserves the option to give a purchase/ price preference to the offers from public sector units
etc., in accordance with the policies of the Govt. of India from time to time.
The Bidders should not reveal their rate quotation in Technical Bid (Cover “B” ) in any manner otherwise the
bid will summarily rejected.
Technical Bid -Cover-“B”.
All documents required in the tender to be submitted as volume-I , volume-II, volume-III and volume-IV
documents should be serially numbered and duly signed by the bidder with the rubber stamp of the firm on
each page in chronological order of the checklist enclosed at Annexure-G1,G2,G3 and G4, before
submitting. This should interalia include the following certificates / documents for the items to be submitted.
The Tender shall be liable to be rejected if following documents are not submitted with the Technical BID
Volume -I ( Documents as per check list - Annexure G1) to be submitted
(5.1)
Duly filled, signed & stamped of Check list of documents submitted in volume-I of documents - Annexure
G1.
(5.2)
Forwarding Letter of the Firm.
(5.3)
Self attested copy of notarised power of attorney. The bidder shall sign the bid or a person duly
authorised to bind the bidder to the contract. The authorised signatory should have power of attorney from
the Proprietor / Partners of the firm/ MD / Chairman / President duly attested and signed by Notary Public.
(5.4)
Letter of Undertaking as per Annexure-A.
(5.5)
Audited financial statement (balance sheet and profit & loss account statement only) for the last three Years
along with annual turnover statements for formulations for the last three years duly certified by the Auditor /
chartered accountant.
(5.6)
Declaration duly certified by the Chartered Accountant (CA) that the manufacturer/bidder has
not less than 50% of Annual Turnover from outside the institution/Govt.
(5.7)
Name and address of banker/bankers
(5.8)
Copy of PAN Card, Registration certificate with VAT and latest VAT.
(5.9)
Additional Questionnaire for Price Agreement / Rate Contract Enquiries as per Annexure- H
(5.10) Non-conviction certificate for three continuous years from the Licensing Authority/Drug
Controller of the concerned States
(5.11) The General & Financial information and declaration duly filled as per Annexure-E
(5.12)
Certificate regarding de-registration/ debarred / blacklisted / banning / suspended for business etc. as per
Annexure-F
(5.13)
Copy of Manufacture Agency Agreement as per Annexure-J in case of third party manufacturing in India, if
applicable.
(5.14)
Undertaking that the bidder is marketing quoted drugs at least in all cities where CGHS/GMSD are located.
8
(5.15)
Certificate signed by Head of their quality Assurance department (for Group ‘A’ drugs only ) that
manufacturing firm have their own R&D facilities where they are conducting at least routine testing, stability
profile, quality assurance etc. of drug being manufactured
(5.16)
Certificate that bidder have manufactured and marketed/Imported and marketed not less than the quantity
indicated in the bid for the quoted drug during last one year in case estimated drawal is indicated in
Annexure K
Volume -II ( Documents as per check list - Annexure G2) to be submitted
(5.17)
Duly filled, signed & stamped of Check list of documents submitted in volume- II of documents - Annexure
G2
(5.18)
Valid Drug Manufacturing /Import License with its validity. If revalidation of drug license has been applied for
the copy of application to State Drug / Licensing authority may be attached with a certificate that application
for renewal was made within time frame as per Drug and Cosmetic Act as amended up to date and that has
not been deleted by licensing authority and Certificate of approval of Drug Controller General of India for
new drugs if any.
(5.19) Valid GMP or WHO GMP or CoPP (Certificate of Pharmaceutical Product) Certificate from the concerned
licensing Authority for the category of product for which rate is being quoted.
(5.20)
Copy of Certificate of original manufacturer of product from the State Drug Controller if any.
(5.21)
Copy of Certificate of sole manufacturer of product from State Drugs Controller if any.
Volume -III ( Documents as per check list - Annexure G3) to be submitted
(5.22)
Duly filled, signed & stamped of Check list of documents submitted in volume-III of documents - Annexure
G3
(5.23)
Certificate in the prescribed proforma as per Annexure- C from the Manufacturers/bidder or Chartered
Accountant regarding two years (24 months) manufacturing/importing and marketing experience of the
particular item and for all strengths. The Certificate must have been issued within past six month from the
date of opening of Tender and not more than one year old on the date of opening of Tender. In the case of
direct importer, evidence for importing the quoted item for last two years (24 months) will be produced.
(5.24)
Data to establish his production/import capacity as per certificate Annexure-D
Volume -IV ( Documents as per check list - Annexure G4) to be submitted
(5.25) Duly filled , signed & stamped of Check list of documents submitted in volume-IV of documents Annexure G4
(5.26) Copies of the Labels of primary and secondary packing of the products for which the offer is being
made should also be submitted.
Volume -V Duly filled Annexure B to be submitted
In Volume-V only one document is to be submitted after filling the column no 6 to 16 of the Annexure with
the relevant information/page number
9
6.
Price BID- Cover-“C”
The price bid will also be known as financial document and every bidder will be required to submit its price
in format attached to the tender document Annexure-L.
7.
Opening of Technical and Financial Bid of Tender
The Technical Bids of the respective tender will be opened as per the bidding schedule under clause 1 of
the tender document. The Technical bids will be scrutinized by the respective Technical Evaluation
Committee.
Those Bidders whose bids found responsive on satisfying the criteria for technical evaluation will only be
eligible to be present at the date and time for opening of Price Bid. The Date and time of opening of the
Price Bid will be announced on the MSO website “ http://msotransparent.nic .in after the completion
of evaluation of Technical Bids by the Technical Evaluation Committee.
8.
Other Terms and Conditions
8.1.
PRICES:
The price bid will also be known as financial document and every bidder will be required to submit its price
in format attached to the tender document. The prices quoted must be net per unit and inclusive of all
Taxes, Duties, Levies, Cess, Octroi/Entry Tax, surcharge, freight, loading, unloading, insurance, road
permits, packing, etc.
8.1.1
Rates should be quoted on 'FOR Destination' basis or Free Delivery on Door Delivery Basis to all Govt
Medical Store Depots located at Kolkata, Chennai, Guwahati, Hyderabad, Karnal, Mumbai and New Delhi
and all units of CGHS. All the transit loss whatsoever will be borne by the supplier firm (any monetary limit is
not acceptable). Uniform rates for all the depots and CGHS units must be quoted. Quotations at different
rates for different depots/CGHS units will not be considered. The goods are to be supplied F.O.R.
destination or free delivery on door delivery basis to all depots and CGHS Units.
8.1.2
Rate quoted for packing other than required specified packing will not be considered and shall be summarily
ignored.
8.1.3
No conditional offer / discounts for early delivery / payment etc will be accepted. Any conditional price /rate
quote (except where quotes are called on variable price basis) shall render the financial BID disqualified on
ground of conditionality.
8.1.4
The prices quoted by the Bidders should be on firm and fixed basis during the currency of the rate approval.
However in respect of such drugs where prices are governed by Essential Commodities Act 1955 and Drugs
Price Control Order 2013, the prices quoted should not exceed the ceiling price of DPCO/NPPA
8.1.5
The price quoted by the Bidder should be less than the price obtained by them from the trade and actual.
8.1.6
the purchaser also reserve the rights (1) to enter into parallel Price Agreement(s) simultaneously or at any
time during the period of the Price Agreement with one or more Bidder(s) as purchaser think fit and (2) to
place adhoc contract or contracts simultaneously or at any time during the period of this contract with one or
more supplier(s) / Tenders(s) for such quantity of such item or items as the purchaser (whose decision shall
be final) may determine
8.1.7
Purchase Preference To Micro And Small Enterprises Registered With District Industry Centers Or
Khadi And Village Industries Commission Or Khadi And Village Industries Board Or Coir Board Or
National Small Industries Corporation Or Directorate Of Handicrafts And Handloom Or Any Other
Body Specified By Ministry Of MSME.
10
(i)
(ii)
In case participating MSEs quote price within price band of L1+15%, such MSE shall be allowed to
supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price is
from someone other than a MSE and such MSE shall be allowed to supply up to 20% of total tendered
value.
A sub –target of Min. 20% (i.e. 4% out of 20%) has been earmarked for procurement from MSEs owned
by the SC or ST entrepreneurs. Provided that, in event of failure of such MSEs to participate in tender
process or meet tender requirement and L-1 price, 4% sub-target for procurement earmarked for MSEs
owned by SC or ST entrepreneurs shall be met from other MSEs
8.1.8
The purchaser’s reserves the right to accept in part or in full any Tender or reject any Tender without
assigning any reason or to cancel the E-Tendering process and reject all Tenders at any time prior to award
of contract, without incurring any liability whatsoever to the affected Tendered or Bidders.
8.1.9
If the above instructions and other Tender Terms & Conditions are not adhered to by the Bidder, the
quotation may summarily be rejected and the Medical Stores Organisation will not be liable to answer for the
same.
9)
Tolerance Clause (applicable in case fixed quantity is specified in Tender
Document)
(a) At the time of awarding the contract, the purchaser reserves the right to increase or decrease by up to
twenty five (25) per cent, the quantity of goods and services if mentioned in the schedule(s) in the “List
of Requirements” (rounded off to next whole number) without any change in the unit price and other
terms & conditions quoted by the Bidder.
(b) If the quantity has not been increased at the time of the awarding the contract, the purchaser reserves
the right to increase by up to twenty five (25) per cent, the quantity of goods and services mentioned in
the contract (rounded off to next whole number) without any change in the unit price and other terms
and conditions mentioned in the contract, during the currency of the contract frame.
10.
10.1
Delivery Period and Delivery of stores:
The date of delivery of stores stipulated in the supply order shall be deemed to be the essence of the
contract and delivery must be completed within stipulated Date of Delivery which is normally 60 days for
item manufactured in India
10.2
If the supplier feels he cannot supply the items during the validity period of supply order, he should apply
for extension of period giving valid justification before the last date of delivery. Extension can be granted by
procurement agency if they are satisfied that supplier would come forward during the extended period with
a penalty @1% of the delivered price of the delayed goods for each week of delay or part thereof, until
actual delivery up to a maximum deduction of 5 percent of the delayed goods contract price. Once the
maximum is reached, the purchaser may consider termination of the contract.
10.3
If firm is under the process of deregistration / debarment for supply of any drug due any event of failure of
the drug in laboratory test and show cause notice has been issued as per the Inspection and Tests Clause,
then all orders already placed by demanding officer up to the date of order coming in to force shall be
executed by the firm during delivery period specified in such contract. No extension of delivery period in
such contract shall be considered.
10.4
If firm is deregistered / debarred for the supply of the item /blacklisted banned during the currency of
agreement all orders already placed by demanding officer up to the date of order coming in to force shall
be executed by the firm during delivery period specified in such contract. No extension of delivery period in
such contract shall be considered
11
11.
The terms & conditions for supply orders placed by CMO In-Charges of CGHS
wellness centre on monthly requirement basis.
a)
The delivery period shall be 20 days from the date of issue of order.
b)
Before actual delivery of the drugs you should inform the CMO I/C of wellness Centre, the date of
delivery of material. The Wellness Centre working hours is 8.00 AM to 3.00 PM from Monday to
Saturday.
c)
The supply should be tendered for minimum number of batches for each lot.
d)
Certificate of Analysis (COA) should be submitted to paying authority along with the bill & a
certificate to this effect should be written on the body of voucher submitted to dispensary.
e)
At time of supply, shelf life of Drug should not have passed more than 1/4th of the effective shelf life
of drugs.
“ In case of imported drugs at the time of supply the remaining shelf life should not be less than 75%
of the effective shelf life of drugs. However on case to case basis the lower shelf life if permissible
under the Drugs & Cosmetics Act and rules made there under subject to the furnishing their
undertaking that if any quantity remains unconsumed, the same shall be replaced or the cost of the
same shall be refunded”.
12.
13.
f)
If there is delay in the supply, the quantity should not be carry forward to the next month
requirement unless demanded in the next month indent.
g)
All supplies should be duly bar coded & marked as “CGHS SUPPLY NOT FOR SALE”.
h)
Payment shall be made on the basis of receipt of all bill submitted in favor of CGHS (MSD), along
with original copies of receipt voucher duly signed & stamped by CMO In-Charges of the Wellness
Centre, copies of certificate of analysis.
Period of Price Agreement.
(i)
The price Agreement shall be operative for a period of Two year from the date of Conclusion of
Rate contract with the condition that in case if there is a fall in the institutional price due to
reduction in cost of raw material, custom duty exemption etc. the manufacturer will have to reduce
the price proportionately. The successful Bidder shall note that supply orders may be placed up to
the last day of the currency of the Price Agreement.
(ii)
Whenever any Purchase Order is placed during the validity of the contract it shall be binding on the
firm to supply it as per Schedule given by the purchaser.
Packing and Marking Required
13.1. PACKING FOR TABLETS AND CAPSULES.
(a) INITIAL PACKING
(i) Unless otherwise specified in Supply Order. Tablets/ Capsules are required to be packed in standard
Aluminum /Aluminum Blister. The aluminum strip should be of thickness not less than 0.03mm. The
packing material should have compatibility with the tablet, capsules. The manufacturer will submit a self
12
certificate with each consignment specifying thickness of Aluminum Foil.
(ii)
Blister /Aluminum strip pack of not more than 140 tabs /caps should be packed in thick cardboard
box so that container should provide adequate protection to the drugs. However, manufacturers of
items having market packs more than 140 tablets per carton may submit their specifications and
proper justification in support of their bigger packing for consideration before supply is made to the
consignee Depots.
(b) FINAL PACKING.
Final packing shall be done in corrugated fiber Board boxes confirming to IS: 2771 (part-I):1990 suitably
cushioned lined and strong enough to bear Rail/Road transit hazards. The supplier should furnish a self
certificate with each consignment to the effect that packing material is confirming to IS: 2771 (partI):1990.
13.2.
PACKING FOR BOTTLES.
Bottles should confirm the container/content compatibility test.
(a) INITIAL PACKING.
Initial packing shall be done in single well corrugated fibre board boxes weighing not more than 10 KG
confirming to lS2771 (Part-I) 1990 suitably nested and strong enough to bear the Rail/Road Transit
Hazards.
(b) FINAL PACKING.
Final packing shall be done in 7-ply corrugated fiber Board Boxes weighing not more than 20 Kgs
conforming to lS/277l/Part-I: 1990 suitable Cushioned lined and strong enough to bear the Rail/Road
Transit Hazards. The supplier should furnish a self certificate with each consignment to the effect that
packing material is confirming to IS: 2771 (part-I):1990
13.3.
PACKING FOR INJECTION
Vial/Ampoules should confirm the container/content compatibility test.
(a) INITIAL PACKING
In neutral plain glass ampoule/ vial confirming to IS:1984 (Part-I) 1971 for relevant capacity provided
with rubber stopper and pilfer proof metallic seal(in case of vials) and enclosed in strong card board
carton and 25/50 vials/ampoules enclosed in well cushioned nested card board carton.
(b) FINAL PACKING
Final packing shall be done in corrugated fiber board boxes confirming to IS: 2771(Part4):1990 suitable
Cushing and liner and strong enough to bear the Rail/Road transit hazards. The supplier should furnish
a self certificate with each consignment to the effect that packing material is confirming to IS: 2771
(part-I):1990.
13.4.
PACKING INSTRUCTION FOR IV FLUIDS
(a) INITIAL PACKING
PVC bottles should confirm the container/content compatibility test for the contents of the container and
should be manufactured by Form Fill Seal (FFS) Technology of relevant capacity as indicated in the List
of Drugs (Annexure-B).
(b) FINAL PACKING
Final packing shall be done in corrugated fiber cardboard carton (7ply only) confirming to lS: 2771
(Part-I):1990 duly nested containing not more than 25 bottles. The supplier should furnish a self
certificate with each consignment to the effect that packing material is confirming to IS: 2771 (part-
13
I):1990
13.5.
13.6.
Packing of each drug item should be strictly according to the requirements specified in the list of
each category of drugs and or as indicated in the Tender enquiry in detail.
The package will indicate the name of the manufacturer, the date of manufacture, date of expiry and the
batch no. The labels both on Innermost packing and outer Containers should be marked with the words "CG
SUPPLY NOT FOR SALE" in bold red letters
13.7
Labelling and packing shall be as per the provisions contained in the Drugs and Cosmetics Rules 1945 as
amended up-to-date, other particulars of labelling, if any, prescribed by the Direct Demanding Officer in his
supply order should be complied with.
13.8.
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, sunlight
and humidity during transit and storage. Packing case size and weights shall take into consideration, where
applicable, the remoteness of the Goods' final destination. All primary packaging containers, which come in
contact with the pharmaceuticals or drug content, shall strictly conform to the specifications in the relevant
pharmacopoeia to protect the quality and integrity of the goods.
13.9.
Offers with packing not in terms of the requirement of Tender enquiry shall be summarily ignored.
14.
Shelf Life
14.1
Minimum shelf life of the drugs offered should be as mentioned in months against each item in the
Annexure –B to be submitted in Technical Bid. .
14.2
The Bidder should note that at the time when the stores are offered for inspection, the life of the drugs shall
not have passed more than one sixth (1/6th) of the effective/useful life of the drug counted from the date of
manufacture. Loss or premature deterioration due to biological and other activities during the life potency of
the drugs shall have to be made good by the contractor free of cost or shall have to refund the cost of
substandard drug lying with depot or at the indentors end.
In case of imported drugs at the time of supply the remaining shelf life should not be less than 75% of the
effective shelf life of drugs. However on case to case basis the lower shelf life if permissible under the Drugs
& Cosmetics Act and rules made their under subject to the furnishing their undertaking that if any quantity
remains unconsumed, the same shall be replaced or the cost of the same shall be refunded.
15.
Warranty
15.1.
Supplies must fully comply in all respect with the Technical specifications and conditions laid down in the
contract and in accordance with the Pharmacopoeial standards.
15.2.
Each supply should be accompanied with a "Warranty Certificate" duly signed by the Bidder as under:
"The Contractor/Seller hereby declares that the stores as detailed below sold to the purchaser under this
contract shall be of the best quality and workmanship and shall be strictly in accordance with the
specifications and particulars mentioned in the description clause here of and the contractor/seller hereby
guarantees that the stores would continue to conform to the description of and quality aforesaid for a period
of useful life of minimum of five sixth (5/6th) of the specified shelf life from the date of delivery of the said
stores to the purchaser ,, have overages within the ranges set forth in the technical specification and are not
subject to recall by the applicable Regulatory Authority due to unacceptable quality or adverse
Pharmaceuticals reaction. Not withstanding the above, the fact that the said stores fail to conform to the
description and quality aforesaid or have deteriorated and the decision of the purchaser, in that behalf is
final and conclusive, the purchaser will be entitled to reject the said stores or such part thereof as may be
14
discovered not to conform to the said description and quality. Losses due to premature deterioration due to
biological and other activities during life potency will be made good and supplied by the firm at its own cost
at consignee’s site.
On such rejection, the stores will be at the seller's risk and all provisions herein contained relating to the
rejection of stores shall apply. The Contractor/Seller shall if so called upon to do so by the purchaser in
writing, replace the stores free of cost at the ultimate destination within a period of forty five days or such
further period as may be extended from time to time by the purchaser at his discretion, on application made
there under by the contractor/Seller after the stores or such portion of the stores thereof as is rejected by the
purchaser and in such an event the above mentioned warranty period shall apply to the stores replaced
from the date of the replacement thereof otherwise the contractor/seller shall pay to the purchaser such
damage as may arise by reason of the breach of the conditions. Nothing herein contained shall prejudice
any other rights of the purchaser in that behalf under this contract or otherwise".
SO No. &
Date
Nomenclature &
Specification
Batch No.
DOM & DOE
Qty. of
each batch
Remarks
Signature name & designation and date with rubber stamp.
15.3.
If the supplier, having been notified, fails to replace within the period specified above, the purchaser may
proceed to take such remedial action as may be necessary at the suppliers' risk and expense and without
prejudice to other rights which the purchaser may have against the supplier under the contract.
16.
Recalls
If products must be recalled because of problems with product quality or adverse reaction to the
pharmaceutical, the supplier will be obliged to notify the purchaser, providing full details about the reason
leading to the recall, and shall take steps to replace the product in question at suppliers own cost at the
ultimate destination with a fresh batch of acceptable pharmaceuticals or withdraw and give a full refund if
the product has been taken off the market due to safety problems.
17.
Annual Estimated Drawals
The annual value of drugs to be ordered by the Department will be dependent on individual requirements of
the various drugs including the items in the subject enquiry
18.
Name of authorized officers/offices
A)
B)
C)
Purchaser
Inspection Authority
Inspecting Officer
:
:
:
D)
E)
Place of Inspection
Paying Authority
:
:
F)
Price Agreement
operating officers
:
The President of India
DGHS New Delhi & CGHS
Head of the Depots or their authorised
Representative(s) for the respective requirement.
At Consignee Premises / firms premises.
Pay & Accounts Officer, Ministry of Health and
Family Welfare, of concerned Depots
Dte. General of Health Services (Medical Store
Organisation), New Delhi and its GMS Depots
located at Kolkata, Chennai, Guwahati,Hyderabad
Karnal, Mumbai & New Delhi and all units of CGHS
19. Bar Coding
15
All medicines supplied should be bar-coded as under:
All medicines supplied should incorporate GS1 barcodes at various packaging levels (primary, secondary
and tertiary level packaging) and should encode the information within the barcodes as mentioned below
The GS1 barcode requirements for medicines/drugs at various packaging levels can also be downloaded
from the website of Ministry of Health & Family Welfare, Govt. of India at below link:
http://mohfw.nic.in/gs1_barcode_&_ User_Manuals.htm
GS1 barcode requirements
On
Medicines/Drugs procured by MSO
These requirements cover medicines/drugs procured by Medical Stores Organization (MSO) for both branded &
generic pharmaceuticals/drugs. For medical devices & other medical supplies separate GS1 barcode requirements
apply which are available at
http://mohfw.nic.in/gs1_barcode_&_User_Manuals.htm
Barcode requirements using GS1 identification standards are provided below at various levels of product packaging
which include at primary, secondary and shipper/carton levels and need to be complied with while supplying
medicines/drugs to MSO.
Section A) Primary Level Packaging
Primary Level Packaging: Is defined as the first level of packaging in direct contact with the product and marked with
an AIDC (Automatic Identification and Data Capture) data carrier either on the packaging or on a label affixed to the
packaging. It may consist of a single item or group of items for a single therapy such as a Kit. For packaging
configurations that include a retail consumer trade item, primary packaging is a packaging level below the retail
consumer trade item.
Barcodes using GS1 standards are required to be marked onto the primary level of packaging encoding GS1 product
identification code (called GTIN–Global Trade Item Number). Where product is packed in a mono carton (e.g.
ointments, eye/ear drops etc), barcode encoding GTIN should be marked on the mono carton itself.
GTINs (Global Trade Item Numbers): It is the GS1 identification key used to uniquely identify each product
type/variant. It is created using a GS1 or U.P.C. Company Prefix number. GTIN can be of 14 digits (i.e. GTIN -14) or
13 digits (i.e. GTIN -13) or 12 digits (i.e. GTIN -12) or 8 digits (i.e. GTIN -8) depending on barcode symbology used.
Note: Barcodes using GS1 standards are required to be marked on product packaging in addition to existing
statutory labeling & marking requirements.
Barcode Symbology: GS1 Data Matrix (two dimensional) symbology is the preferred option.
GS1 Data Matrix symbology can encode product data in much smaller space than what is possible with one
dimensional barcode symbology. This is an important consideration in healthcare sector due to very limited
availability of printing space on product packaging, after complying with other statutory labeling & marking
requirements. GS1 Data Matrix is thus the preferred option for marking in the healthcare sector.
Schematic example of GS1 Data Matrix symbology encoding GTIN-14 using Application Identifier (01) at Primary
level packaging is as below:
(01)08901107000011
For specs related to GS1 Data Matrix barcode, refer to GS1 general specifications available
on http://www.gs1india.org.in/gs1barcodes/pc_index.htm.
16
Other barcode symbologies (EAN/UPC, GS1–128 and GS1 Databar) on primary level packaging shall also be
acceptable.
Details on other GS1 barcode symbologies (EAN/UPC, GS1 – 128, ITF-14, GS1 Databar), are available at
http://www.gs1india.org.in/gs1barcodes/pc_index.htm
Section B) Secondary Level Packaging
Secondary Level Packaging: Is defined as a level of packaging that may contain one or more primary packages or a
group of primary packages containing a single item.
NOTE: There may be additional intermediate packaging levels above the secondary level packaging, but below the
Shipper / Carton level packaging. These intermediate packaging levels are not required to be barcoded at this time.
Examples of these exclusions include:
 Inner packs (bundles) 
 Intermediate packs (inner case)
At Secondary level packaging, the barcode should encode the following information:

1) Product identification code (Unique GTIN-14 of secondary pack)* using application identifier (01)
2) Expiry Date in YYMMDD format using application identifier (17)
3) Batch/Lot Number using application identifier (10) or Serial No using application identifier (21).
*Note: GTIN-14 of secondary level packaging should be different from GTIN-14 of primary and shipper pack. For
details on generation of same, refer to GS1 General Specifications.
The above barcoding requirements shall be in addition to existing statutory labeling & marking requirements.
Barcode Symbology: Any of the following GS1 barcode symbologies can be used to encode above stated data in
barcodes at Secondary level packaging:GS1-128, GS1 Data Matrix, GS1 DataBar.
Examples
a) GS1-128 symbology, encoding GTIN + Expiry Date + Batch/Lot No is represented schematically as below:-
( 01) 08901107000028( 17) 090400( 10) a b12345
b) GS1-128 symbology, encoding GTIN + Expiry Date + Serial No is represented schematically as below:-
( 01) 08901107000028( 17) 090400( 21) 122347842306
Details on other GS1 barcode symbologies at secondary packaging level (GS1 Datamatrix and GS1 Databar) are
available at
Section C) Shipper/Carton Level Packaging
Shipper/Carton Level Packaging: Is defined as a level of packaging that may contain one or more primary/secondary
levels of packaging.
Shippers/cartons can be considered orderable trade items (requires homogeneous pack) AND may also be
17
considered logistics units (heterogeneous packs). The following rules apply to each variation:
i)
The requirements for the orderable trade item (homogeneous pack):
The first barcode:
1) Product Identification (Unique GTIN-14 of Shipper pack) using application identifier (01)
2) Expiry Date in YYMMDD format using application identifier (17)
3) Batch/Lot Number using application identifier (10)
The second barcode:
a. SSCC (Serial Shipping Container Code) to identify individual carton uniquely using application
identifier (00)
Product name
Expiry date
Batch no.
:
:
:
ABCDXYZ
04/09 (April/09)
ab12345
(Single Label for each carton)
*Note: GTIN-14 of shipper level packaging should be different from GTIN-14 of primary and secondary pack.
For details on generation of same, refer to GS1 General Specifications.
Barcode Symbology : GS1-128 and GS1 DataMatrix symbologies can be used to generate the first barcode.
The second barcode (SSCC) requires GS1-128.
Human readable information on the label will be as per existing statutory labeling & marking requirements.
ii)
The requirements for logistics unit (heterogeneous pack):
If multiple items are packed in a carton / shipper (heterogeneous pack), and / or the shipper / carton level
packaging is not an orderable unit, only second barcode should be present (i.e. SSCC).
Human readable information on the label will be as per existing statutory labeling & marking requirements.
Schematic example of GS1-128 symbology for the logistics unit (heterogeneous pack) encoding above
stated data at Shipper/ Carton Level Packaging is as below:
18
SSCC (Serial Shipping Container Code) to identify individual carton uniquely using application
identifier (00)
(Single Label for each carton)
General Notes:
1. While barcoding has been chosen as the automatic identification data capture (AIDC) technology currently,
future requirements may demand use of any other data capture technology.
2. Data requirements as stipulated above, take into account minimum level of AIDC marking. MSO however
reserves the right to modify the same and direct implementation of higher level of AIDC marking (additional data
requirements) in future, in the event of higher perceived risks in line with GS1 General Specifications.
3. Complete details on GS1 standards along with technical guidelines can be downloaded from www.gs1india.org
or www.gs1.org
4. For any assistance, you can contact Shri. Swaminathan at 011-26168720/721/725 ,09810441987
19
20.
Firm Delivery Period Clause
20.1
The Bidders should indicate the guaranteed delivery period for completion of supply from date of
placement of individual supply orders, against the Price Agreement with monthly rate of supply against
individual items quoted by the Bidder with lead time, if any required by them for commencement of
supplies. The contract shall be maintained / at the station / stations indicated by them in the Tender.
20.2
Upon receipt of an order from any officer authorized to place orders, the successful Bidder shall, within
seven days intimate, to such officer the quantity which can be supplied within the period stipulated
therein and the time required to supply the balance. If the successful Bidders shall fail to give such
intimation within the time aforesaid he shall be deemed to have agreed to supply the stores within the
delivery date stipulated in the supply order. If the successful Bidders is unable to supply stores or any
part thereof within the time specified in the supply order and intimates the time within which the supply
order will be made by him the
officer placing the supply order will notify his acceptance of the delivery time offered by the contractor or
negotiate until an agreement is reached, in all cases, the delivery time as deemed to be accepted by the
successful Bidder or agreed upon as aforesaid between him and the officer placing the supply order
shall be deemed to be of the essence of the contract and delivery must be completed not later than such
date. If in any case no agreement with respect to the delivery time is reached between the contractor
and the officer who has issued the supply order, It shall be lawful for such officer to withdraw the supply
order, and the contractor shall have no claim in respect of such withdrawals.
21.
Delays in the Supplies Performance of the Contract
21.1
Delivery of the stores shall be made by the supplier in accordance with the time scheduled, as per
clause 10 “Delivery Period and Delivery of stores” above. Any deviation performance of its
delivery obligations shall render the supplier liable to any or all of the following action.
(a) Forfeiture of its Earnest Money Deposit /Performance Security Deposit and / or
(b) Imposition of penalty and/or
(c) Termination of the contract for default.
21.2
If at any time during the performance of the contract, the supplier should encounter conditions
impending timely delivery of the goods, the supplier shall promptly notify the purchaser in writing of the
facts of the delay its likely duration and its clause(s). As soon as practicable after receipt of the suppliers
notice, the purchaser shall evaluate the, situation and may at Its discretion extend the suppliers time for
performance in which case the extension shall be ratified by the parties by amendment of the contract.
The extension of the delivery period will be subject to the following conditions.
a. The Purchaser shall deduct from the contractor penalty / liquidated damages on the stores under
the provision of clause 22 “Penalty Clause for late / non supply”, which the contractor has failed
to deliver within the delivery period fixed for delivery.
22.
Penalty Clause for late / non supply
If the supplier feels he cannot supply the items during the validity period of supply order, he should apply for
extension of period giving valid justification before the last date of delivery. Extension can be granted by
procurement agency if they are satisfied that supplier would come forward during the extended period with a
penalty @1% of the delivered price of the delayed goods for each week of delay or part thereof, until actual
delivery up to a maximum deduction of 5 per cent of the delayed goods contract price. Once the maximum
is reached, the purchaser may consider termination of the contract.
20
23.
23.1
Termination for Default
The purchaser may without prejudice to any other remedy for breach of contract, by written notice of default
sent to the supplier, terminate the contract in whole or in part
a. If the supplier fails to deliver any or all of the goods within the time periods specified in the contract or
any extension thereof granted by the purchaser pursuant to clause 21 “Delays in the Supplies
Performance of the Contract”.
Or
b. If the supplier fails to promptly replace any goods rejected submitted for testing or subject to recall
ordered by the applicable Regulatory Authority in the country of manufacture due to unacceptable
quality or reports of adverse drugs reaction after giving prompt notice of the recall.
c.
If the supplier fails to perform any other obligation(s) under the contract.
23.2.
In the event, the purchaser terminate the contract in whole or in part, pursuant to above clause 23.1 and
without prejudice to the purchaser’s other remedies, the purchasers may procure upon such terms and in
such manner as it deems appropriate, goods or services, similar to those undelivered or unformed, the
supplier shall be liable to the purchasers for any excess cost for such similar goods. However, the supplier
shall continue performance of the contract to the extent not terminated.
24.
Force Majeure
24.1
Notwithstanding provisions of clauses 21, 22 and 23 -“Delays in the Supplies Performance of the
Contract”, “Penalty Clause for late / non supply” and Termination for Default” the supplier shall not be
liable for forfeiture of its performance security, penalty or termination for default if and to the extent that, its
delay in performance or other failure to perform its obligations under the contracts is the result of an event of
force majeure
24.2
For the purpose of this clause, force majeure means an event beyond the control of the supplier and not
involving the suppliers fault or negligence and not foreseeable and unanticipated by and not brought about
at the instance of the supplier and which has caused the non-performance or delay in performance. Such
events may include, but are not restricted to, acts of the purchaser either in its Sovereign or contractual
capacity, wars or revolutions, fires, floods, epidemics, quarantine restriction and freight embargoes.
24.3
If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such
conditions and the cause thereof. Unless otherwise directed by the purchaser in writing the supplier shall
continue to perform its obligations under the contract as far as reasonably practical and seek all reasonable
alternative means for performance not prevented by the force majeure event.
25.
Fall Clause
25.1.
The Bidder should confirm acceptance to the fall clause given herein under
25.2
The price charged for the store supplied under the contract by the contractor shall in no event exceed the
lowest price at which the contractor sells the stores or offers to sell stores of identical description to any
persons / organisations including the purchaser or any Department of the Central Government or any
Department of a State Government or any statutory Undertaking of the Central or State Government, as the
case may be during the period till performance of all supply orders placed during the currency of the Price
Agreement is completed.
In any subsequent date after submission of the quotation or placing of a supply order, the manufacturer (the
term manufacturer will also include his authorised distributor/agent) reduces the sale price of such stores “
In case there is a fall in the institutional price due to reduction in price of raw material, customs duty
exemption etc. the manufacturer will have to reduce the price proportionately ” or sells or offers to sell such
stores to any other party at a price lowest than the price charged/chargeable against the supply order
placed by the Medical Stores Depot, the manufacturer (including his authorised distributor/agent as
21
aforesaid in case the quotation is submitted by them and the supply is also effected by them) Will forth-with
notify such reduction in sale price to the officer-in-charge of the Govt. Medical Store Depot and the price
payable for the stores to be supplied against the supply order after the date of such reduction in sale price
coming into force, shall stand correspondingly reduced.
The above stipulation will, however, not apply to:
(a)
Export / Deemed Exports by the Contractor
(b)
Sale of drugs which have short leftover expiry dates, and
(c)
Tender submitted in response to fixed quantity contract enquiries issued by MSO.
25.3.
Contractor shall submit a certificate to the concerned Pay and Accounts Officer at the time of claiming
payment for supplies made against price agreement that stores of description identical to the stores
supplied to GMSD(s) under the price agreement have not been offered / sold by them to any persons /
organizations up to the date of bill / completion of supply against all supply orders placed at a price lower
than the price charged to the purchaser(s) under the price agreement. It is further certified that there is no
fall in the institutional price due to reduction in price of raw material, customs duty exemption etc. and in
such case, the manufacturer will have to reduce the price proportionately.
26
Inspection and Tests
26.1
The purchaser or its representative shall have the rights to inspect and/or to test the goods to confirm their
conformity to the contract technical specifications. The inspection and tests shall be conducted at the
manufacturer works and/or at the goods final destination and inspection note will be released on receipt of
satisfactory test report.
Unless otherwise provided for in the contract if the special tests or independent test proves satisfactory and
the stores or any instalment thereof is accepted, the quantity expended in test will be deemed to have been
taken delivery of/by the purchaser and, be paid for as such.
26.2
26.3
Rejection and Penalty Clause
(A) Rejection -Should any inspected or tested goods fail to conform to the specifications, the purchaser
may reject them and the supplier will remove the rejected stores at their cost.
Penalty in the event of failure in laboratory test
(B) In case any item is found substandard either at the inspection stage or during the shelf life of the item,
the report of the Government approved laboratory shall be accepted by the firms. If the same is
disputed by the firms giving the reasons, the sample will be sent to Central Drug Laboratory, Kolkata
and the report of CDL will only be accepted as final.
In the event of drugs supplied found substandard in laboratory test, the following deregistration /
debarment action will be taken against the manufacturing unit and contract holding firms
(i) For Category 'B' defects, the manufacturer and contractor will be debarred for supply to MSO of
that particular product declared not of standard quality for a period of three (3) years from the date
of failure.
(ii) In regard to category 'A' defects, the supplier should be debarred for the supply of that product for
three years from the date of failure and for repeated failure of category ‘A’ defect within one year
from previous date of failure, the supplier shall be debarred from supply of all the products for five
(5)years.
(C) Category of Defects-The detail of the category-A and category-B defects are given in Annexure-I
22
(D) In the event of failure of their products, in addition to the debarment /de-registration action, the 5%
performance security of the suppliers will be forfeited and the testing charges involved will be recovered by
MSO/GMSDs from the supplying firms.
26.4
26.5
26.6
The purchasers right to inspect, test and, where necessary reject the goods after the goods arrival at the
final destination shall in no way be limited or waived by reason of the goods having previously been
inspected, tested and passed by purchaser or its representatives prior to the goods dispatch from the place
of manufacture.
Nothing in clause 26.3 “Rejection and Penalty Clause” shall in any way release the supplier from any
warranty or other Obligations under the contract.
The supplier will be responsible to take back the rejected stores from the depots/consignee place and
replace with fresh stock duly inspected within forty five days or as stipulated in the notice issued to the
supplier, at their own cost up to the consignees or depots.
26.7
In case of Pre Despatch Inspection, stores will be delivered at consignee’s side within the validity of the
inspection note.
26.8.
Non-supply and/or rejection on inspection/test repeatedly will be considered as bad Performance, which
would render the Bidders liable to be debarred from participation of the Bidders In future.
27.
Transit Insurance
27.1
The depot shall not be responsible for any breakage/leakage/shortage during transit etc.
27.2
The purchaser will not pay separately for transit insurance and the supplier will be responsible till the entire
stores contracted for arrive in good condition at destination.
28.
Termination for Solvency
The purchaser may at any time terminate the contract by giving written notice to the supplier without
compensation to supplier if the supplier becomes a bankrupt or otherwise insolvent provided that such
termination will not prejudice to affect any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.
29.
Laws Governing the Contract
29.1
This contract shall be governed by the laws of India for the time being in force
29.2
Irrespective of the place of delivery, the place of performance or place of payment under the contract, the
contract shall be deemed to have been made at the place from which the contract has been issued.
29.3
The court of the station of the depot placing the orders shall alone have the jurisdiction to decide any
dispute arising out of or in respect of the contract.
30.
Resolution of Disputes
30.1
The purchaser and the supplier, shall make every effort to resolve amicably by direct informal
negotiation any disagreement or dispute arising between them under or In connection with the contract
If, after thirty (30) days from the commencement of such informal negotiations, the purchaser and the
supplier have been unable, to resolve amicably a contract dispute, either party may require, that the dispute
be referred for resolution, to the formal mechanism specified in clause 30.3.below.
The dispute resolution mechanism to be applied pursuant to clause 30.2 shall be as follows:
30.2
30.3
23
a)
In event of any dispute or difference between the parties hereto, such disputes or differences shall be
resolved amicably by mutual consultation. If such resolution is not possible, then the unresolved dispute or
difference shall be referred to arbitration of the sole arbitrator to be appointed by Ministry of Health on the
recommendation of the Secretary, Department of Legal Affairs (“Law Secretary”), Government of India. The
provisions of Arbitration and Conciliation Act, 1996 (No. 26 of 1996) shall be applicable to the arbitration
under this clause. The venue of such arbitration shall be at Delhi or any other place, as may be decided by
the arbitrator. The language of arbitration proceedings shall be English. The arbitrator shall make a
reasoned award (the “Award”), which shall be final and binding on the parties”. The expenses of the
arbitration proceedings shall be shared equally by the parties to the agreement. However, Expenses
incurred by each party in connection with the preparation, presentation shall be borne by the party itself.
b)
Pending the submission of and / or decision on a dispute, difference or claim or until the arbitral award is
published, the Parties shall continue to perform all of their obligations under this Agreement without
prejudice to a final adjustment in accordance with such award.
30.4
The venue of arbitration shall-be New Delhi or the stations of respective depots placing orders
24
ANNEXURE-A
LETTER OF UNDERTAKING
(To be given on Company Letter Head)
To
The Dy. Asst. Director General (MS),
Govt. Medical Store Depot,
Behind E.S.I. Hospital, S.R.Nagar,
Hyderabad-500038.
Sub:
Letter of Undertaking and Acceptance of Terms & Conditions of Tender.
Tender Reference No: GMSD/HYD/EQ/2015-16/A/274
Madam/Sir,
(1) I/We hereby offer to supply the stores detailed in the Tender Document, or such portion thereof as you may
specify in the order, at the price given in the Price Bid (Annexure-L) and agree to hold this offer open till 120
days from the date of the Tender opened or extended date of opening.
(2) I/We have read and understood the Tender Document and instruction to Bidders mentioned in therein
which form part of the contract /agreement and I / we shall abide hereby by the terms / conditions / clauses
contained therein and examine the specifications quoted in the Tender hereto and am/are fully aware of the
nature of the stores required and my/our offer is to supply stores strictly in accordance with the requirement.
(3) I/We further convey our unconditional acceptance to all your standard terms and conditions specified in the
Tender Document (s)/ Corrigendum(s) and the instructions to Bidders, in to to.
(4) In case any provisions of this tender are found violated , then your department/ organization shall without
prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the
full said earnest money deposit absolutely.
(5) All the Tender documents are duly filled in and signed by me/us with stamp / seal.
Yours faithfully,
(Signature of Bidder)
Name in Block Letters
Capacity in which Tender has been signed with rubber seal
Address in Full
________________________
_______________________
________________________
Date
Place
Signature of Witness.
Address
Date
____________
Place
Authorized signatory should attach in original letter of authority on the letter head of the firm duly signed by
a Proprietor / partners / companies through memorandum of association / board meeting
25
Annexure-B
Tender Inviting Authority:
Name of Work:
Contract No.
Bidder Name:
TECHNICAL BID
Sl.
No
1
Item
Descripti
on (
Nomencl
ature +
Strength
+ Dosage
Form +
Specifica
tion +
Pack
Size ,if
relevant )
VMS
No.
2
3
Item
Grou
p
4
Quan
tity
Spe
cific
atio
n
offe
red
Shel
f
Life
of
item
offer
ed
(in
Mon
ths)
Packi
ng
Man
ufact
ured
by
Self
Mfg.
/
loan
Lice
nce /
3rd
party
Mark
eted
by
Page
No at
whic
h
Manu
factur
ing
Licen
se
subm
itted
Page
No at
which
GMP
or
WHO
GMP
or
CoPP
Certifi
cate
submit
ted
Page
No at
which
Manuf
acturi
ng &
Market
ing
experi
ence
certific
ate
submit
ted
Page
No at
whic
h
Prod
uctio
n
Certi
ficat
e
And
Actu
al
Prod
uctio
n
Detai
ls
sub
mitte
d
Page
No at
whic
h
Label
s of
prima
ry
and
seco
ndary
packi
ng of
the
prod
ucts
subm
itted
5
6
7
8
9
10
11
12
13
14
15
16
1
2
3
4
5
6
7
8
1. Note-Specification of the drugs should be IP/ NFI if the product is officially in IP / NFI. Where Item is not in
included in the IP/ NFI , The Specification Should be as per Drug Manufacturing Licence / permitted by the Drug
Control Authorities
2. Abbreviations for indicating Specification
IP
NFI
BP
USP
CPT
Indian Pharmacopeia
National Formulary Of India
British Pharmacopeia
US Pharmacopeia
Confirming to Performance Test as per Specification of the Drug as per Drug Manufacturing Licence / permitted
by the Drug Control Authorities
26
ANNEXURE-C
MANUFACTURING / IMPORTING & MARKETING CERTIFICATE
This is to certify that M/s
_are
holding
valid
manufacturing/import Licence No. . _date_
of the State and they are manufacturing/importing the
following products since the last two years (24 months).
It is further certified that the following products are also being marketed for the last two years (24 months).
S. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Name of the product
Pharmacopoeia Specification
Strength
Signature and seal of
Manufacturer/bidder or
Chartered Accountant
Dated:
Note: 1.
Firm should have two years (24 months) experience of marketing and manufacturing /import as on date of
opening of the Tender. Bidders holding loan licenses are also acceptable.
27
ANNEXURE-D
PRODUCTION / IMPORT CERTIFICATE
Indicate details of production/import of the items quoted, for the last two years (24 months) duly certified by the
concerned Manufacturer/Bidder or Chartered Accountant.
Sl. No. of the items as
in Tender enquiry
1.
Name & specification of
the item
2.
Date of issue of Mfg. Licence for the
product
3.
Date of marketing the
1st batch
4
ACTUAL PRODUCTION / IMPORT DETAILS
1ST year
Batch No.
Batch size
1.
2.
2nd year
Batch No.
3.
Remarks
Batch size
4.
5.
Signature of the Manufacturer/Bidder or Chartered Accountant
Signature along with address & seal of
Manufacturer/Bidder or Chartered
Accountant
Note: Firm will have to produce documentary evidence including excise duty paid document in respect of production
as and when asked for.
28
ANNEXURE-E
Bid Form
(Proforma To Be Filled In By The Bidder.)
(I)
GENERAL INFORMATION
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(II)
Name of the firm.
Address & Telephone No.
Whether the firm is Indian / Multi-national.
Whether small / medium / large-scale company.
Person responsible for conduct of business.
Particulars of Licenses held under Drugs & Cosmetics Act & the details. (If the license is under
renewal. Certificate from the Drug Controller that the License is under renewal and deemed to be
in force should be enclosed.
Procurement agency with which registered and the agencies to whom drugs quoted
supplied during last one year.
(i) Has the firm even been convicted, if yes give details.
(ii) Any case pending in Court with details.
Have the firm ever been black listed / debarred by any procurement agency. If yes, details thereof.
Has the firm ever been debarred / black listed for supply of drug / drugs by M.S.O. If yes, give
details.
FINANCIAL
(a)
(b)
(c)
Annual turnover for formulations during the last three years.
(Year wise).
Name and address of the bankers to the firm and the facilities available for the bank.
Income tax No. / Central sales tax No. / State sales tax No./
DECLARATION
I______________________________
proprietor
/
partner
/
director
of
M/s
_____________________________________ hereby declare that the information given in this form is true
and correct to the best of my knowledge and belief.
(Signature of the Bidder)
Name in block letters
_________________________________
Capacity in which the
Tender has been signed with stamp/seal _____________________
Address in full
_________________________________
E-mail Address
_________________________________
Fax No.
__________________________________
Telephone No.
_________________________________
Date
___________________________
29
Annexure-F
CERTIFICATE
(To be submitted by the Bidder in Company’s letterhead)
(For Drugs & Pharmaceuticals)
To,
(Name of purchaser)
Sub:
Certificate regarding de-registration/ debarred / blacklisted / banning / suspended for
business etc.
Ref
Tender Reference No ……………………… due on…………………………
We certify that we have not been de-registered or debarred or blacklisted or banned / suspended for business for any
product or constituent of the product we have quoted, by Medical Stores Organisation (MSO) / GMSD, Director
General of Health Services, Ministry of Health & Family Welfare, GOI, New Delhi / Drugs Controller, till the due date
of submission of BID as specified in the subject BID. If we, at a later date, are found guilty of suppressing facts in this
regard, such act on our part shall be considered a fraudulent practice in accordance with the Instructions to Bidders
and the Purchaser shall be entitled to reject our BID and forfeit the BID Security for the product quoted, submitted by
us against this Tender.
We have also noted that after submission of BID and before award contract, if we are deregistered or debarred or
blacklisted by Medical Stores Organisation (MSO) of Directorate General of Health Services, Ministry of Health &
Family Welfare, GOI / Drug Controller, our BID will be considered as Non-responsive.
Date
Place
________
________
Signature
Print Name
____________
____________
Designation
____________
Common Seal ____________
30
Annexure-G1
Check list of Documents to be submitted in Volume -I of Technical Bid
SlNO
Documents to be submitted in Cover “A”
At Page No
1 Fees for Tender Form and EMD or Copy of valid Valid Registration Certificate in case
firm is registered with NSIC o r if bidder is a Micro or Small Enterprises (MSE)
registered with District Industry Centers or Khadi and Village Industries Commission
or Khadi and Village Industries Board or Coir Board or National Small Industries
Corporation or Directorate of Handicrafts and Handloom or any other body specified
by Ministry of MSME
In case bidding MSE is owned by Schedule Caste or Schedule Tribe entrepreneur,
valid documentary evidence issued by the agency who hasregistered the bidder as
MSE owned by SC/ST entrepreneur should also be enclosed.
Check list of Documents to be submitted in Volume -I of Technical Bid
SlNO
Documents to be submitted in Cover “B”
1 Forwarding letter of the firm.
2 Self-attested copy of notarized power of attorney.
At Page No
3 Letter of Undertaking as per Annexure- “ A ”
4 Audited financial statement (Balance- Sheet and profit & Loss Account Statement) in respect
of annual turnover for formulations.
5 Declaration duly certified by the Chartered Accountant (CA) that the manufacturer
has not less than 50% of Annual Turnover from trade i.e. outside institution/ Govt. supplies.
6 Name and Address of the Banker/ Bankers
7 Copies of PAN Card, Registration Certificate with VAT and latest VAT Return.
8 Duly filled Questionnaire as per Annexure-H
9 Non-conviction certificate for three continuous years from the Licensing Authority/ Drug
Controller of the State
10 General & Financial information and declaration duly filled as per Annexure-E
11 Certificate regarding de-registration/ debarred / blacklisted / banning / suspended for business
etc. as per Annexure-F
12 Copy of Manufacture Agency Agreement as per Annexure-J if applicable
13 Undertaking that the bidder is marketing quoted drugs at least in all cities where
CGHS/GMSD are located in case of group A drugs.
14 Certificate signed by Head of their quality Assurance department that
manufacturing firm have their own R&D facilities where they are conducting at
least routine testing, stability profile, quality assurance etc. of drug being
manufactured in case of Group A drugs.
15 Certificate that bidder have manufactured and marketed not less than the quantity indicated
in the bid for the quoted drug during last one year in case estimated withdrawal of drug is
indicated in Annexure-K
(Signature of the Bidder)
Name in block letters
Capacity in which the
Tender has been signed with stamp/seal
31
Annexure-G2
Check list of Documents to be submitted in Volume -II of Technical Bid
Sl
No
At Page
No
Documents to be submitted
1 Copy of Valid Drug Manufacturing License /Import License with the list of products approved.
2 Copy of valid GMP or WHO GMP or CoPP (Certificate of Pharmaceutical Product)
Certificate in respect of the formulations/drugs quoted in the Tender whichever is
applicable.
3 Copy of Certificate of original manufacturer of product from the State Drug Controller) if any.
4 Copy of Certificate of sole manufacturer of product from State Drugs Controller if any.
(Signature of the Bidder)
Name in block letters
Capacity in which the
Tender has been signed with stamp/seal
32
Annexure-G3
Check list of Documents to be submitted in Volume -III of Technical Bid
Sl
No
At Page
No
Documents to be submitted
1 Two years (24 months) manufacturing & marketing experience certificate duly signed by the
Manufacturer/Bidder or Chartered Accountant in prescribed format i.e. Annexure-“ C ” (not
more than one year old on the date of opening of the Tender) and Certificate of approval of
Drug Controller General of India for new drugs if any.
2 Production/ Import certificate for the last two years (24 months) in respect of drugs quoted as per
Annexure “ D ”.
(Signature of the Bidder)
Name in block letters
Capacity in which the
Tender has been signed with stamp/seal
33
Annexure-G4
Check list of Documents to be submitted in Volume -IV of Technical Bid
Sl
No
At Page
No
Documents to be submitted
1 Copies of the Labels of primary and secondary packing of the products for which the
offer is being made should also be submitted.
(Signature of the Bidder)
Name in block letters
Capacity in which the
Tender has been signed with stamp/seal
34
Annexure -H
DIRECTORATE GENERAL OF HEALTH SERVICES
(MEDICAL STORES ORGANISATION)
QUESTIONNAIRE
Additional Questionnaire for Price Agreement Enquiries
SlNO
1
3
4
5
6
7
Questions
What is your Assessed/Installed capacity? Have you enclosed
documentary evidence in support thereof
Reply
(i) Are you registered as small Scale unit OR MSME. If so, indicate your
current Registration number and date and period up to which the
registration is valid.
(ii) In case you are registered with NSIC or with District Industry Centers or
Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or
Directorate of Handicrafts and Handloom or any other body specified by
Ministry of MSME for the item quoted, confirm whether you have
attached a photocopy of the registration certificate Indicating the items
for which you are registered.
Have you furnished attested copy of your latest and valid Drug
Manufacturing License issued by State Drug Controller indicating
each of the item for which Tender is submitted.
Have you furnished attested copy of your latest and valid G.M.P.
or WHO GMP or COPP Certificate for the Items quoted in the
Tender submitted.
Have you furnished attested copy of PAN Card, Registration
Certificate with VAT and latest VAT Return
Have you furnished attested copy of last three years statement of
accounts duly audited and certified by CA / Auditor in support of
your annual turnover of Rs. 50 Crore or Rs 100 Crore and above
Have you furnished a notarised copy of the power of attorney in
favour of the persona(s) signing the BID to bind the manufacturer
/ Bidder to the contract.
8
Does the product fall under the previews of Essential
Commodities Act 1955 and Drugs Price Control Order 2013 and
the price quoted do not exceed notified price.
9
Have you furnished your performance statement of the orders
for Tendered drugs
10.
Have you furnished a declaration duly certified by the Chartered
Accountant (CA) that the manufacturer has not less than 50% of
Annual Turnover from trade i.e. outside institution/ Govt. supplies.
(Signature of the Bidder)
Name in Block Letters …………………..
Seal
Date
35
Annexure-I
Guidelines for action to be taken against the Manufacturing unit and the contract holding
firms in the event of failure of drug in laboratory test.
In the event of drugs supplied found substandard in laboratory test, the following deregistration / debarment
action will be taken against the manufacturing unit and contract holding firms
(i)
For Category 'B' defects, the manufacturer and contractor will be debarred for supply to MSO of
that particular product declared not of standard quality for a period of three (3) years from the date
of failure.
(ii)
In regard to category 'A' defects, the supplier should be debarred for the supply of that product for
three years from the date of failure and for repeated failure of category ‘A’ defect within one year
from previous date of failure, the supplier shall be debarred from supply of all the products for five
(5)years.
List of Category 'A' defects and Category 'B' Defects are as follows
CATEGORY 'B' DEFECTS
TABLETS
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
Presence of spot/discoloration
Lump formations in few containers due to moisture.
Failing in uniformity of weight.
Picking.
Chipping.
Capping.
Rough surfaces.
Brittle Tablets.
Non uniformity in diameter.
Uneven coating.
Non declaration of colour used on the label.
Failing in limit test (e.g. free salicylic acid).
Assay 70% and above of the label claim for thermo labile products and 5% within
permitted limits for thermo stable products.
Failing in particle size (Griseofulvin tablets).
Net content.
CAPSULES
i)
ii)
iii)
iv)
v)
vi)
vii)
Presence of spots/discoloration.
Lump formation in container due to moisture.
Failing in uniformity of weight.
Cake/lump formation of content of capsule.
Failing in limit tests (e.g. Analgin and Nifedipine capsules).
Assay-70% and above of the label claim for thermo labile products and 5%
within permitted limits for thermo stable products.
Net content.
LIQUID ORALS (syrups /elixirs /solutions/suspensions/ emulsions / mixtures etc.)
i)
ii)
Presence of foreign matter.
Change of colour.
36
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
Presence of suspended matter.
Cracking of emulsion.
Sedimentation.
Dispersible cake/lump formation.
Net content.
Non declaration of colour on label.
Assay-70% and above of the label claim for thermo labile products and 5%
within permitted limits for thermo stable products.
Minor variation in pH.
EXTERNAL PREPERATIONS (ointment/solutions/cream/liniment/lotions/emulsions/like
preparations).
i)
ii)
iii)
iv)
v)
vi)
vii)
Separation of phases.
Foreign matter.
Consistency/ homogeneity.
Extradition of content from tube (outside the nozzle/cap).
Limit test (e.g. kinetic viscosity).
Weight/ml.
Assay-70% and above of the label claim for thermo labile products and 5%
within permitted limits for thermo stable products.
OPTHALMIC PREPARATIONS (eye ointment/drops/solutions etc.)
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
Presence of particulate matter.
Odour.
Clarity.
Extradition of content from tube/container
Consistency.
Particles.
Assay-70% and above of the label claim for thermo labile products and 5%
within permitted limits for thermo stable products.
Minor variation in pH.
POWDERS (oral use)
i)
ii)
Assay-70% & above of the label claim for thermo labile products and 5% within permitted
limits for thermo stable products.
Formation of mass/lump/cake) due to moisture.
INJECTABLES, INCLUDING TRANSFUSION FLUIDS.
i)
ii)
iii)
iv)
v)
vi)
vii)
Presence of particulate matter/glass pieces/precipitation.
Change of colour/description.
Extractable volume.
Uniformity of weight (for dry powders).
Particle size.
Assay-70% and above of the label claim for thermo labile products and 5%
within permitted limits for thermo stable products.
Isolated case of fungus growth.
COSMETICS
i)
ii)
Net content.
Not conforming to any other standard as mentioned in IS except for heavy metal test.
BULK DRUGS
i)
ii)
Description.
Solubility.
37
i)
Any other test specified in monograph not mentioned in Category A.
AEROSOLS / INHALATIONS.
i)
ii)
iii)
iv)
v)
vi)
Assay-70% and above of the label claim for thermo labile products and 5%
within permitted limits for thermo stable products.
Number of deliveries per container /water content/deposition of omitted dose (limit).
Particulate matter.
Pressure testing.
Delivery rate.
Tests such as total acids.
MECHANICAL CONTRACEPTIVES (Condoms).
i)
ii)
iii)
iv)
Description.
Air inflation test.
Dimensions
Colour fastness.
INTRAUTERIAL CONTRACEPTIVES DEVICES.
i)
ii)
iii)
Description.
Full test.
Flexibility
CATEGORY ‘A’ DEFECTS.
TABLETS.
i)
ii)
iii)
iv)
v)
vi)
vii)
Assay- below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Disintegration (except for marginal variation to be viewed on case to case basis).
Dissolution (except for marginal variation to be viewed on case to case basis).
Contamination with foreign matters.
Most of the tablets observed in powder form inside the strip pouches.
Content uniformity.
Addition of permitted colour when not recommended in Pharmacopoeia.
CAPSULES.
i)
ii)
iii)
iv)
Assay- below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Disintegration (except for marginal variation to be viewed on case to case basis).
Dissolution (except for marginal variation to be viewed on case to case basis).
Content uniformity.
LIQUID ORALS
i)
ii)
iii)
iv)
v)
Assay- below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Presence of foreign matter such as fly/insect.
Fungus growth.
Non dispersible cake/lump formation.
Addition of non-permissible colors.
EXTERNAL PREPARATIONS.
i)
ii)
Assay- below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Phenol coefficient (RWC) less than label claim
38
iii)
Grade I : less than 16
Grade II : less than 8
Grade III: less than 4
For other soluble disinfectants below 80% of the required limit.
Fungal growth.
OPTHALMIC PREPARATION
i)
ii)
iii)
iv)
v)
Assay- below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products
Foreign matter.
Metal particles.
Fungal growth.
Fails in sterility.
POWDERS (Oral use).
i)
ii)
Assay- below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Fungal growth.
POWDERS (External use)
i)
ii)
Assay-below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Fungal growth.
INJECTIONS INCLUDING TRANSFUSION FLUIDS.
i)
ii)
iii)
iv)
v)
vi)
Sterility.
Pyrogen test.
Toxicity.
Assay- below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Fails in any other biological test.
Fungal growth in different samples from different sources of same batches.
STERILE DISPOSABLE PERFUSION SETS.
i)
ii)
iii)
Sterility.
Pyrogen test.
Toxicity.
STERILE DISPOSABLE HYPODERMIC SYRINGES.
i)
ii)
iii)
Sterility.
Pyrogen test.
Toxicity.
STERILE DISPOSABLE HYPODERMIC NEEDLES.
i)
ii)
iii)
Sterility.
Pyrogen test.
Toxicity.
BULK DRUGS
i)
ii)
iii)
Assay-less than permitted limits.
Heavy metal test/arsenic test.
Sterility.
39
iv)
v)
Toxicity.
Microbial limit test.
AEROSOLS/INHALATIONS
i)
ii)
Assay-below 70% for thermo labile products and below 5% of the permitted limits for
thermo stable products.
Leak test.
SERA/VACCINE
i)
ii)
iii)
Toxicity.
Sterility.
Potency.
SUTURES/CATGUTS
i)
ii)
Sterility.
Tensile strength.
MECHANICAL CONTRACEPTIVES
i)
Water leakage test.
ii)
Tensile properties
.
INTRAUTERINE CONTRACEPTIVE DEVICES
i)
ii)
iii)
iv)
Memory test.
Ash content.
Sterility.
Implantation test.
COSMETICS
i)
ii)
Use of non-permitted colours/dyes
Presence of heavy metal.
40
Annexure-J
MANUFACTURERES AGENCY AGREEMENT
To
…………………………….
…………………………….
Dear Sir,
Tender No:----------------------------------------------------------------
1.
We------------------------------------------- who are established and reputable manufacturer of
-------------having factories at------------------- and---------------------hereby authorize M/s---------------------------------------(Name & Address) to bid, negotiate and conclude the contract with
you against Tender no.-------------------------------for the above goods manufactured by us.
2.
No company of firm or individual other
than M/s---------------------------------------authorized to bid negotiate and conclude the contract in regard to this business against this
specific tender as also for a business in the entire territory of India.
3.
This agreement is valid from------------------ to------------------(This period will be the date of
opening of tender contract till valid one year after the shelf life of drugs/consumables or the
period of Rate-Contract whichever is more).
4.
The ex-factory cost of the equipment or stores being quoted will be provided by us
whenever called for. We also undertake that we will not quote a a price higher than
supplied to any institute in last 6 months. In case our submission is found wrong, we
undertake to be liable for punitive action in the form of recovery of excess amount/
withholding of payment/ any other action as deemed appropriate by department.
5.
An Agency commission of------------% is included in the gross ex-works price is applicable of
M/s--------------------------------------------------.
6.
We hereby extend our full guarantee and warrantee as per relevant conditions of contract
for the goods offered for supply against this invitation for bid by the above firm. In the event
of failure by authorized agent or distributor in honoring the contract, we undertake to
provide remedial action at the earliest without any additional charges.
7.
Our other responsibilities include.
i.
Provision of requisite inspection and testing facilities at our works in respect of supply
order placed on our agent.
ii. ------------------------------{Here specify in detail manufacturers responsibilities]
The services to be rendered by the agent, M/s-------------------------------------are as under:i. -----------------------------------ii. -----------------------------------{Here specify the services to be rendered by the agent}
41
-----
are
8.
9.
We certify that neither we, nor our agent is blacklisted/ debarred by any Govt. agency.
We jointly agree to abide by the following clauses in the contract:
a)
b)
Penalty for use of undue influence.
Access to books of accounts.
10. We undertake that CST/ VAT registration number, Permanent Account Number (PAN), last
three years Bank Statement of Accounts, Banker details of our authorized agent/ distributor
will be provided as and when demanded by the department.
Yours faithfully,
(Name, Signature & Stamp)
(Name, Signature & Stamp)
(Name of Authorized Agent/ Distributor)
Date:
(Name of Manufacturer)
Date:
NOTE:
THIS LETTER OF AUTHORIZATION SHOULD BE ON THE ORIGINAL LETTER HEAD
OF THE MANUFACTURING CONCERN AND SHOULD BE INK SIGNED BY BOTH THE
ORIGINAL MANUFACTURERE & THE AUTHORIZED DISTR / AGENT, BY A PERSON
WHO IS COMPETENT AND HAVING THE POWER OF ATTORNEY TO BID THE
MANUFCTURERE, A COPY OF NOTARIZED POWER OF ATTORNEY SHOULD ALSO
BE FURNISHED, NAME, SIGNATURE AND OFFICAL STAMP OF MANUFACTURER
AND AGENT TO BE APPENDED.
42
Annexure-K
Schedules of Requirements
List of drugs for which bids are invited, along with specification and EMD Requirement:
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Etoricoxib tab 90 mg
Carbamazepine Tab 100 mg
Carbamazepine Tab 200mg
Phenobarbitone Tab 30 mg
Phenobarbitone Tab 60mg
Phenytoin Tab 100 mg
Sodium Valproate Tab 200 mg
Sodium Valproate Tab 500mg
Carbamazepine Tab 400 mg
Gabapentin Tablet Tab 300 mg
Levetiracetam Tab 500mg
Oxcarbazepine Tab 150 mg
Oxcarbazepine Tab 300mg
Topiramate Tab 25 mg
Gabapentin And
Methylcobalamin Tab 300+
500mcg
G02026
G05001
G05002
G05005
G05006
G05009
G05012
G05013
G05015
G05016
G05018
G05019
G05020
G05023
G05025
16
Methylcobalamin And
Pregabalin Cap 750mcg+ 75mg
Gabapentin + Nortriptyline HCL
Tab 400mg+10mg
Cefuroxime Axetil Tab 250mg
Cefuroxime Axetil Tab 500 mg
Cefixime Tab 200mg
Cefpodoxime Tab 200mg
Amoxycillin and Potassium
Clavulanate Tab 250mg +
125mg
Sl.
No.
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
5,373,403
78,792
1,640,240
54,151
226,355
3,302,601
534,100
867,458
186,341
821,002
948,002
52,663
804,243
114,012
6,138,902
382,629
489
22,694
149
912
40,828
7,476
38,473
3,936
65,122
56,880
1,138
47,048
2,098
559,500
G05027
1
A
9,923,014
812,695
G05035
1
A
125,880
1,672
G06168
G06169
G06170
G06173
G06193
1
1
1
1
1
A
A
A
A
A
16,989
284,536
234,933
18,510
3,459,124
1,798
58,970
6,189
2,199
521,774
Amoxycillin and Potassium
Clavulanate Tab
500mg+125mg
Amoxycillin and Potassium
Clavulanate Tab 875MG+
125MG
G06196
1
A
5,769,865
925,302
G06244
1
A
905,220
192,269
Ciprofloxacin and Tinidazole Tab
250mg+ 300mg
Ofloxacin and Tinidazole Tab
200MG+ 600MG
Flunarizine Tab 10mg
Methotrexate Tab 2.5 mg
Tamoxifen Tab 20mg
Bicalutamide Tab 50 mg
G06254
1
A
240,180
11,788
G06261
1
A
1,329,558
88,453
G07008
G08036
G08047
G08066
1
1
1
1
A
A
A
A
268,899
44,168
77,872
134,063
5,378
974
1,682
37,538
43
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
G08074
G08075
G08076
G09003
37
38
39
40
41
42
43
44
45
Methotrexate Tab 5mg
Methotrexate Tab 7.5mg
Methotrexate Tab 10mg
Levodopa and Carbidopa Tab
100 mg +10 mg
Levodopa and Carbidopa Tab
250mg+25mg
Levodopa and Carbidopa Tab
100mg+25mg
Pramipexole Tab 0.25 mg
Rasagiline Tab 0.5 mg
Ropinirole Tab 2mg
Ropinirole Tab 0.5mg
Amantadine Cap 100 mg
Acenocoumarol Tab 2 mg
Isosorbide Dinitrate Tab 10mg
Metoprolol Tab 25MG
Metoprolol Tab 50MG
46
47
48
49
50
51
52
53
Sl.
No.
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
1
1
1
A
A
A
A
29,956
50,930
56,650
584,278
1,821
4,645
6,635
7,712
G09004
1
A
186,858
5,772
G09005
1
A
1,564,228
32,342
G09009
G09010
G09011
G09012
G09013
G10009
G12004
G12006
G12007
1
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
A
110,766
95,953
143,786
119,937
329,730
763,022
20,787
3,708,116
14,982,762
4,431
4,030
15,926
2,255
13,189
111,523
105
17,910
662,538
Propranolol Tab 10 mg
Amiodarone Tab 100 mg
Amiodarone Tab 200mg
Diltiazem Tab 30mg
Diltiazem Tab 60 mg
Verapamil Tab 40 mg
Amlodipine Tab 2.5mg
Amlodipine Tab 5mg
G12009
G12013
G12014
G12019
G12020
G12031
G12034
G12035
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
391,084
440,836
292,994
1,513,012
71,378
527,036
4,988,415
20,915,912
1,068
11,462
14,240
30,266
420
6,324
78,813
506,500
54
55
56
57
58
59
60
61
62
63
64
65
Atenolol Tab 50 mg
Clonidine Tab 100mg
Enalapril Maleate Tab 2.5mg
Enalapril Maleate Tab 5mg
Losartan Tab 25 mg
Losartan Tab 50mg
Methyldopa Tab 250mg
Nifedipine Tab 10mg
Nifedipine Tab 20mg
Terazosin Tab 1 mg
Digoxin Tab 250mcg
Aspirin Tab 75mg
G12037
G12041
G12043
G12044
G12047
G12048
G12049
G12052
G12053
G12057
G12060
G12065
1
1
1
1
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
A
A
A
A
2,868,027
1,611,418
1,088,283
2,060,373
3,487,614
7,178,117
42,092
265,770
741,672
236,091
468,852
16,118,156
50,812
15,102
16,071
50,651
75,918
268,663
1,078
1,967
5,043
22,965
731
41,159
66
Amlodipine and Atenolol Tab
5mg + 50mg
Losartan and
Hydrochlorothiazide Tab 50mg
+ 12.5mg
G12071
1
A
10,305,902
328,593
G12074
1
A
4,410,442
184,445
31
32
33
34
35
36
67
44
Sl.
No.
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
Amlodipine and Losartan Tab
5MG + 50MG
Lisinopril and Amlodipine Tab
5mg + 5mg
Bisoprolol Tab 5 mg
Ramipril Tab 2.5mg
Ramipril Tab 5mg
Atorvastatin Tab 5 mg
Atorvastatin Tab 10 mg
G12075
Carvedilol Tab 3.125mg
Carvedilol Tab 6.25mg
Carvedilol Tab 12.5mg
Fenofibrate Tab 145mg
Fenofibrate Tab 160mg
Isosorbide Dinitrate Tab 5mg
Isosorbide 5 Mononitrate Tab
10mg
Isosorbide 5 Mononitrate Tab 20
mg
Lercanidipine Tab 10mg
Lisinopril Tab 5MG
Lisinopril Tab 10mg
Nebivolol Tab 5mg
Nicorandil Tab 5mg
Nicorandil Tab 10mg
Nitroglycerin Cap 2.5mg
Nitroglycerin Tab 2.6mg
Nitroglycerin Cap 6.5mg
Olmesartan Medoxomil Tab
20mg
Olmesartan Medoxomil Tab
40mg
Perindopril Tab 2mg
Perindopril Tab 4mg
Perindopril Tab 8mg
Prazosin Tab 2.5mg
Prazosin Tab 5mg
Ramipril Tab 10mg
Ranolazine Tab 500mg
Rosuvastatin Tab 5mg
Rosuvastatin Tab 10mg
Rosuvastatin Tab 20mg
Simvastatin Tab 10mg
Simvastatin Tab 20mg
Telmisartan Tab 20mg
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
A
324,570
24,537
G12076
1
A
318,662
17,139
G12079
G12080
G12081
G12086
G12087
1
1
1
1
1
A
A
A
A
A
752,470
3,642,860
6,728,185
2,178,017
22,211,296
14,748
181,458
519,954
72,397
1,158,364
G12088
G12089
G12090
G12094
G12095
G12096
G12097
1
1
1
1
1
1
1
A
A
A
A
A
A
A
1,756,852
1,095,556
675,094
2,431,423
36,086
1,575,985
1,125,997
49,332
44,436
35,280
201,030
2,021
7,928
19,106
G12098
1
A
2,934,239
84,105
G12102
G12103
G12104
G12105
G12106
G12107
G12109
G12110
G12111
G12112
1
1
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
A
A
355,969
704,480
143,578
3,256,993
3,705,593
1,200,687
1,097,450
5,071,323
678,539
3,584,474
17,356
33,291
13,812
201,439
331,969
91,697
36,637
146,012
32,814
229,263
G12113
1
A
3,860,368
484,785
G12114
G12115
G12116
G12118
G12119
G12120
G12121
G12122
G12123
G12124
G12125
G12126
G12127
1
1
1
1
1
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
A
A
A
A
A
295,951
757,661
91,414
1,372,037
2,634,296
504,608
2,278,113
3,077,931
8,181,313
3,343,171
314,657
145,353
5,448,779
22,005
73,717
10,052
75,289
201,182
60,553
156,370
263,274
1,292,287
702,708
33,519
25,169
191,252
45
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
107
Telmisartan Tab 40mg
G12128
108
109
110
Trimetazidine Tab 35MG
Valsartan Tab 80mg
Amlodipine and Atenolol Tab
5MG+ 25MG
Atenolol and Nifedipine Cap
50MG+ 20MG
Amiloride and
Hydrochlorothiazide Tab
2.5mg+25mg
Sl.
No.
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
A
12,820,121
750,592
G12129
G12130
G12133
1
1
1
A
A
A
4,029,542
720,169
284,984
296,413
53,667
8,258
G12135
1
A
119,974
3,798
G12136
1
A
29,925
509
Aspirin And Clopidogrel Cap
75MG+ 75MG
Hydrochlorothiazide and
Lisinopril Tab 12.5MG+ 5MG
Losartan and Ramipril Tab
50mg+2.5mg
Amlodipine and Losartan Tab
5MG+ 25MG
Levodopa and Carbidopa Tab
200MG+50MG
ATENOLOL +
CHLORTHALIDONE Tab
25MG+ 12.5MG
G12138
1
A
4,192,294
123,103
G12139
1
A
90,760
5,267
G12141
1
A
14,930
1,091
G12145
1
A
240,823
10,895
G12147
1
A
213,298
10,044
G12148
1
A
72,825
1,678
119
ATENOLOL +
CHLORTHALIDONE Tab
50MG+ 12.5MG
G12149
1
A
274,319
9,551
120
121
Amlodipine Tab 10MG
Amlodipine and
Hydrochlorothiazide Tab
5mg+12.5mg
G12151
G12152
1
1
A
A
987,823
1,330,339
60,692
78,064
122
Amlodipine and Metprolol Tab
5MG+ 50MG
Hydrochlorothiazide and
Telmisartan Tab 12.5MG+
40MG
G12153
1
A
3,992,712
275,837
G12154
1
A
9,479,607
730,991
Aspirin Tab 50MG
Atenolol Tab 25MG
Atorvastatin and Ezetimide Tab
10MG+ 10MG
Atorvastatin Tab 20MG
G12155
G12159
G12160
1
1
1
A
A
A
228,060
1,663,543
667,201
430
27,462
68,727
G12161
1
A
11,630,637
1,452,480
Aspirin and Atorvastatin Cap
75MG+ 10MG
Propranolol Cap 40MG
Verapamil Tab 120MG
Amlodipine And Perindopril Tab
5MG+ 4MG
G12162
1
A
12,589,436
236,883
G12163
G12164
G12169
1
1
1
A
A
A
1,430,186
233,865
831,962
49,839
4,538
86,787
111
112
113
114
115
116
117
118
123
124
125
126
127
128
129
130
131
46
Sl.
No.
132
133
134
135
136
137
138
139
140
141
142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
Aspirin And Clopidogrel Tab
150MG+ 75MG
Diltiazem Cap 120MG
Diltiazem Tab 90MG
Aspirin Tab 150MG
Enalapril Maleate And
Hydrochlorothiazide Tab
10MG+ 25MG
G12170
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
A
4,375,696
115,203
G12171
G12172
G12173
G12175
1
1
1
1
A
A
A
A
567,865
1,516,419
4,515,264
119,168
48,123
114,095
25,195
7,388
Enalapril Maleate Tab 10MG
Atorvastatin And Fenofibrate
Tab 10MG+ 160MG
Atorvastatin And Fenofibrate
Tab 10MG+ 200MG
Isosorbide 5 Mononitrate Tab
30MG
Isosorbide 5 Mononitrate Tab
60MG
Nebivolol And S-Amlodipine Tab
5MG+2.5MG
Amlodipine And Nebivolol Tab
5MG+ 5MG
Hydrochlorothiazide And
Nebivolol Tab 12.5MG+ 5MG
Hydrochlorothiazide And
Olmesartan Medoxomil Tablet
Tab 12.5MG+ 20MG
G12176
G12177
1
1
A
A
239,697
36,295
11,910
4,388
G12178
1
A
1,028,234
118,453
G12179
1
A
2,356,114
99,240
G12180
1
A
41,285
1,159
G12182
1
A
1,235,524
100,418
G12183
1
A
353,008
24,781
G12184
1
A
319,320
22,416
G12185
1
A
3,430,843
258,137
Hydrochlorothiazide And
Ramipril Cap 12.5MG+ 2.5MG
Hydrochlorothiazide And
Ramipril Tab 12.5MG+ 5MG
Atorvastatin And Fenofibrate
Tab 10MG+ 145MG
Amlodipine and Metprolol Tab
2.5mg+25mg
Aspirin+Atorvastatin+Clopidogrel
Tab 75mg+10mg+75mg
Aspirin+Atorvastatin+Clopidogrel
Tab 75mg+20mg+75mg
Aspirin +Rosuvastatin Tab
75mg+10mg
Atorvastatin+Cholecalciferol Tab
10mg+1000IU
Chlorthalidon + Olmesartan Tab
12.5mg+40mg
Chlorthalidon + Telmesartan
Tab 12.5mg+40mg
Chlorthalidon + Telmesartan
Tab 12.5mg+80mg
G12187
1
A
240,220
14,292
G12188
1
A
1,711,376
151,128
G12190
1
A
2,985,835
360,987
G12194
1
A
52,838
2,219
G12204
1
A
85,521
2,518
G12205
1
A
93,108
4,115
G12207
1
A
44,312
166
G12209
1
A
68,294
4,098
G12233
1
A
53,014
5,895
G12234
1
A
129,401
3,882
G12235
1
A
33,155
3,926
47
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
157
Hydrochlorothiazide and
Telmisartan Tab 12.5MG+
80MG
G12255
158
159
Metolazone Tab 2.5mg
Metoprolol + Telmisartan Tab
50mg+40mg
Indapamide And Perindopril
Tab 1.25MG+ 4MG
Spironolactone Tab 25mg
Frusemide and Spironolactone
Tab 20mg + 50mg
Torasemide Tab 10mg
Hydrochlorothiazide Tab
12.5mg
Torasemide Tab 5mg
Torasemide Tab 20mg
Indapamide Tab 2.5mg
Indapamide Tab 1.5mg
Amiloride and Frusemide Tab
5MG+ 40MG
Spironolactone+ Torasemide
Tab 25mg+10mg
Spironolactone+ Torasemide
Tab 25mg+20mg
Vinlafaxine Tab 75mg
Glibenclamide Tab 5mg
Metformin Tab 500MG
Sl.
No.
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
A
200,971
20,097
G12267
G12270
1
1
A
A
73,084
52,481
2,923
4,618
G13067
1
A
1,031,055
125,434
G16007
G16010
1
1
A
A
1,020,015
898,304
19,038
23,855
G16013
G16014
1
1
A
A
3,126,978
2,534,791
82,927
22,509
G16015
G16016
G16019
G16020
G16021
1
1
1
1
1
A
A
A
A
A
1,300,748
1,094,109
129,618
3,428,536
298,907
14,744
52,438
9,161
244,057
1,636
G16025
1
A
291,920
4,323
G16026
1
A
54,033
1,058
G17125
G18017
G18020
1
1
1
A
A
A
76,525
347,050
40,071,172
2,326
583
659,251
G18028
G18030
G18032
1
1
1
A
A
A
348,052
8,005,220
11,697,945
4,427
47,609
421,547
G18033
1
A
9,796,360
217,832
G18034
1
A
1,939,120
85,282
G18036
1
A
1,718,710
15,551
G18037
1
A
6,419,871
249,219
G18039
G18040
1
1
A
A
295,115
145,746
409,029
510,519
184
Carbimazole Tab 5mg
Thyroxine Tab 100mcg
Glimepiride and Metformin Tab
1MG+ 500MG
Glibenclamide and Metformin
Tab 5 mg + 500mg
Metformin and Pioglitazone Tab
500mg+ 15mg
Glipizide and Metformin Tab
5mg + 500mg
Gliclazide and Metformin Tab
80mg + 500mg
Human Insulin 30/70 inj 40IU/ml
Human Insulin 30/70 inj
100IU/ml
Glimepiride Tab 1mg
G18041
1
A
10,132,160
321,801
185
Glimepiride Tab 2mg
G18042
1
A
12,410,532
642,766
186
Pioglitazone Tab 15mg
G18043
1
A
2,253,571
88,268
160
161
162
163
164
165
166
167
168
169
170
171
172
173
174
175
176
177
178
179
180
181
182
183
48
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
187
188
189
190
191
192
193
194
195
196
197
198
199
Gliclazide Tab 80mg
Glipizide Tab 5 mg
Acarbose Tab 50 mg
Acarbose Tab 25mg
Gliclazide Tab 30MG
Gliclazide Tab 60MG
Glimepiride Tab 3mg
Levothyroxine Tab 50mcg
Pioglitazone Tab 30mg
Thyroxine Tab 25mcg
Thyroxine Tab 50mcg
Voglibose Tab 0.2mg
Voglibose Tab 0.3mg
G18044
G18045
G18047
G18057
G18061
G18062
G18063
G18064
G18066
G18068
G18069
G18070
G18071
200
201
202
Miglitol Tab 50mg
Miglitol Tab 25mg
Glimepiride and Metformin Tab
2MG+ 500MG
Human Insulin 30/70 pfs
100IU/ml
Metformin and Pioglitazone Tab
500mg+ 30mg
Metformin and Pioglitazone Tab
500mg+ 7.5mg
Glimepiride, Metformin And
Pioglitazone Tab 1MG+
500MG+ 15MG
207
Sl.
No.
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
1
1
1
1
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
A
A
A
A
A
2,191,176
1,605,115
2,922,088
2,328,018
1,276,814
5,497,425
1,534,578
5,174,267
587,891
5,789,498
7,468,198
6,487,310
13,424,681
95,316
7,724
251,837
115,125
64,106
347,657
123,380
25,358
44,938
52,647
34,234
385,346
1,052,602
G18072
G18073
G18077
1
1
1
A
A
A
987,114
594,629
10,968,696
109,925
38,889
557,824
G18080
1
A
128,716
256,248
G18084
1
A
456,261
25,591
G18085
1
A
443,890
13,311
G18089
1
A
1,073,475
66,985
Glimepiride, Metformin And
Pioglitazone Tab 2MG+
500MG+ 15MG
G18090
1
A
3,693,147
276,410
208
Metformin Tab 1G
G18091
1
A
12,410,394
319,786
209
210
Metformin Tab 850MG
ACARBOSE And METFORMIN
Tab 50MG + 500MG
Carbimazole Tab 20mg
Glimepiride and Metformin Tab
1mg+850mg
Glimepiride and Metformin Tab
2mg+850mg
Glimepiride and Metformin Tab
3mg+1000mg
Glimepiride and Metformin Tab
4mg+1000mg
Glimepiride+ Metformin
+Voglibose Tab
2mg+500mg+.2mg
G18092
G18094
1
1
A
A
2,887,293
23,810
352,608
1,429
G18114
G18124
1
1
A
A
19,518
20,469
720
884
G18125
1
A
37,270
1,938
G18126
1
A
51,005
2,856
G18129
1
A
28,873
2,439
G18130
1
A
96,172
9,848
203
204
205
206
211
212
213
214
215
216
49
Sl.
No.
217
218
219
220
221
222
223
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
244
245
246
247
248
249
250
251
252
253
254
255
256
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
Insulin Detemer Flexpen
100iu/ml
Insulin Glargin Flexpen 100IU/ml
Isophane Insulin, rDNA,
monocomponent Human Insulin,
bisynthetic inj 40IU/ml
G18135
Lamotrigine Tab 100mg
Metformin + Saxagliptin Tab
1000mg+5mg
Metformin + Linagliptin Tab
500MG + 2.5mg
Vildagliptin Tab 50mg
pyridostigmine Tab 60mg
Haloperidol Tab 5mg
Amitriptyline Tab 25 mg
Fluoxetine Cap 20mg
Imipramine Tab 25 mg
Alprazolam Tab 0.25 mg
Alprazolam Tab 0.5 mg
Diazepam Tab 5 mg
Betahistine Tab 16mg
Betahistine Tab 24mg
Clobazam Cap 5 mg
Clobazam Cap 10 mg
Clonazepam Tab 0.5mg
CLOZAPINE Tab 100mg
Dothiepin Cap 25mg
Escitalopram Tab 10mg
Etizolam Tab 0.5mg
Lamotrigine Tab 50mg
Lamotrigine Tab 25mg
Lithium Carbonate Tab 300mg
Lorazepam Tab 1 mg
Olanzapine Tab 5mg
Dothiepin Cap 75mg
Resperidone Tab 1mg
Resperidone Tab 2mg
Sertraline Tab 50mg
Tianeptine Tab 12.5mg
Zolpidem Tab 5mg
Zolpidem Tab 10mg
Mirtazapine Tab 15mg
Alprazolam and Melatonin Tab
0.5MG+ 3MG
Alprazolam and Sertraline Tab
0.5MG+ 25MG
Amitriptyline Tab 10MG
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
A
16,484
125,633
G18138
G18141
1
1
A
A
36,340
32,936
138,092
33,726
G18145
G18156
1
1
A
A
182,543
396,474
11,391
155,418
G18171
1
A
108,831
19,154
G18206
G20005
G24007
G24012
G24013
G24014
G24017
G24018
G24020
G24027
G24028
G24029
G24030
G24031
G24033
G24034
G24035
G24036
G24039
G24040
G24042
G24043
G24046
G24049
G24052
G24053
G24054
G24056
G24060
G24061
G24062
G24064
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
A
700000
146,254
79,079
907,281
423,095
83,333
5,280,273
2,654,784
49,012
2,282,187
292,891
277,473
478,154
4,862,425
160,530
140,773
2,390,299
516,755
180,969
84,312
150,251
941,574
224,266
105,555
112,963
211,254
696,912
465,069
589,842
1,804,404
215,265
366,711
216000
4,353
601
17,216
2,031
493
44,056
47,108
69
169,576
31,249
4,884
15,683
112,030
6,447
1,768
141,697
13,436
7,456
1,929
1,322
23,768
4,485
2,956
813
2,704
34,539
35,315
27,145
133,252
10,333
9,532
G24065
1
A
193,280
7,306
G24066
1
A
1,673,721
35,122
50
Sl.
No.
257
258
259
260
261
262
263
264
265
266
267
268
269
270
271
272
273
Item Description (
Nomenclature + Strength +
Dosage Form +
Specification + Pack Size )
VMS No
Unit
Quantity
for
which
rate to
be
quoted
Amitriptyline Tab 50MG
Alprazolam + Propranolol Tab
.25mg+20mg
Amytriptiline +Chlordiazepoxide
Tab 12.5mg+5mg
Amytriptiline +Chlordiazepoxide
Tab 25mg + 10mg
Citacolin +Piracetum Tab
500mg+800mg
Escitalopram+ Etozolam Tab
10mg+1mg
Escitalopram+ Etozolam Tab
5mg+.5mg
Prochiloroerazine+ Pyridoxine
Tab 5mg+25mg
Resperidone+trihexiphenidyl
Tab 2mg+2mg
Resperidone+trihexiphenidyl
Tab 3mg+2mg
Zolpidem Tab 12.5mg
MECOBALAMIN Tab 500mcg
G24067
G24070
Memantine Tab 10mg
Nicergoline Tab 30mg
Citicoline Tab 500mg
Tamsulosin Cap 0.4MG
Desmopressin acetate Tab
0.1mg
Item
Group
Estimated
EMD
Annual
Required
with
in Rs
drawal
1
1
A
A
62,705
39,128
3,804
438
G24073
1
A
101,650
1,220
G24074
1
A
27,829
390
G24080
1
A
113,376
43,536
G24102
1
A
96,497
7,720
G24103
1
A
134,670
7,170
G24140
1
A
128,727
1,849
G24141
1
A
57,040
1,004
G24142
1
A
113,116
3,439
G24151
G27020
1
1
A
A
38,868
20,574,451
3,198
1,187,557
G28004
G28008
G28023
G28031
G28046
1
1
1
1
1
A
A
A
A
A
119,712
673,421
1,234,811
4,292,733
15,452
8,428
168,490
399,708
277,994
3,078
Note: Earnest Money Deposit
(i)In the Tender Document where estimated withdrawal is indicated in the Schedule of
Requirements - the amount of EMD shall be as indicated against each drug mentioned in
Annexure-K in the tender document. The total amount of EMD to be submitted by the bidder will
depend on the number of items for which the bidder is quoting the rates. The total EMD amount
shall be cumulative value of EMD amount indicated in Annexure-K for the drugs for which the
bidder is quoting the rates.
(ii) In the Tender Document where estimated withdrawal in not indicated in the Schedule of
Requirements - the amount of EMD shall be a fixed amount of Rs 1,00,000 (Rupees One Lakh
only ) for each Schedule of Requirements that Tender
Firm registered with NSIC etc. will be exempted for earnest money as per Prevailing rules. SSI Units
registered with NSIC should furnish a photocopy of the Registration certificate indicating the items for
which they are registered.
51
MSMEs units (and not their dealers/distributors) which are themselves registered with District Industry Centers or
Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small
Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of
MSME are also exempted from payment of Bid Security irrespective of monetary limit mentioned in their
registration certificate.
52
Annexure-L
PRICE SCHEDULE
(This template must not be modified / replaced by the bidder and the same should be submitted after
filling the relevant columns shown in white, else the bidder is liable to be rejected for this tender. Bidders
are allowed to enter the Bidder Name and Values only)
Tender Inviting Authority: Medical Store Organization, DGHS
………………………………………………….
Name of Work: Supply of Generic Drugs
Contract No. ………………………………
Tender Id:
Bidder Name:
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
1
Etoricoxib tab 90 mg
G02026
1
A
2
Carbamazepine Tab 100 mg
G05001
1
A
3
Carbamazepine Tab 200mg
G05002
1
A
4
Phenobarbitone Tab 30 mg
G05005
1
A
5
Phenobarbitone Tab 60mg
G05006
1
A
6
Phenytoin Tab 100 mg
G05009
1
A
7
Sodium Valproate Tab 200 mg
G05012
1
A
8
Sodium Valproate Tab 500mg
G05013
1
A
9
Carbamazepine Tab 400 mg
G05015
1
A
10
Gabapentin Tablet Tab 300 mg
G05016
1
A
11
Levetiracetam Tab 500mg
G05018
1
A
12
Oxcarbazepine Tab 150 mg
G05019
1
A
13
Oxcarbazepine Tab 300mg
G05020
1
A
14
Topiramate Tab 25 mg
G05023
1
A
53
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
15
Gabapentin And Methylcobalamin Tab
300+ 500mcg
G05025
1
A
16
Methylcobalamin And Pregabalin Cap
750mcg+ 75mg
G05027
1
A
17
Gabapentin + Nortriptyline HCL Tab
400mg+10mg
G05035
1
A
18
Cefuroxime Axetil Tab 250mg
G06168
1
A
19
Cefuroxime Axetil Tab 500 mg
G06169
1
A
20
Cefixime Tab 200mg
G06170
1
A
21
Cefpodoxime Tab 200mg
G06173
1
A
22
Amoxycillin and Potassium Clavulanate
Tab 250mg + 125mg
G06193
1
A
23
Amoxycillin and Potassium Clavulanate
Tab 500mg+125mg
G06196
1
A
24
Amoxycillin and Potassium Clavulanate
Tab 875MG+ 125MG
G06244
1
A
25
Ciprofloxacin and Tinidazole Tab 250mg+
300mg
G06254
1
A
26
Ofloxacin and Tinidazole Tab 200MG+
600MG
G06261
1
A
27
Flunarizine Tab 10mg
G07008
1
A
28
Methotrexate Tab 2.5 mg
G08036
1
A
29
Tamoxifen Tab 20mg
G08047
1
A
30
Bicalutamide Tab 50 mg
G08066
1
A
31
Methotrexate Tab 5mg
G08074
1
A
32
Methotrexate Tab 7.5mg
G08075
1
A
33
Methotrexate Tab 10mg
G08076
1
A
34
Levodopa and Carbidopa Tab 100 mg
+10 mg
G09003
1
A
35
Levodopa and Carbidopa Tab
250mg+25mg
G09004
1
A
54
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
36
Levodopa and Carbidopa Tab
100mg+25mg
G09005
1
A
37
Pramipexole Tab 0.25 mg
G09009
1
A
38
Rasagiline Tab 0.5 mg
G09010
1
A
39
Ropinirole Tab 2mg
G09011
1
A
40
Ropinirole Tab 0.5mg
G09012
1
A
41
Amantadine Cap 100 mg
G09013
1
A
42
Acenocoumarol Tab 2 mg
G10009
1
A
43
Isosorbide Dinitrate Tab 10mg
G12004
1
A
44
Metoprolol Tab 25MG
G12006
1
A
45
Metoprolol Tab 50MG
G12007
1
A
46
Propranolol Tab 10 mg
G12009
1
A
47
Amiodarone Tab 100 mg
G12013
1
A
48
Amiodarone Tab 200mg
G12014
1
A
49
Diltiazem Tab 30mg
G12019
1
A
50
Diltiazem Tab 60 mg
G12020
1
A
51
Verapamil Tab 40 mg
G12031
1
A
52
Amlodipine Tab 2.5mg
G12034
1
A
53
Amlodipine Tab 5mg
G12035
1
A
54
Atenolol Tab 50 mg
G12037
1
A
55
Clonidine Tab 100mg
G12041
1
A
56
Enalapril Maleate Tab 2.5mg
G12043
1
A
55
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
57
Enalapril Maleate Tab 5mg
G12044
1
A
58
Losartan Tab 25 mg
G12047
1
A
59
Losartan Tab 50mg
G12048
1
A
60
Methyldopa Tab 250mg
G12049
1
A
61
Nifedipine Tab 10mg
G12052
1
A
62
Nifedipine Tab 20mg
G12053
1
A
63
Terazosin Tab 1 mg
G12057
1
A
64
Digoxin Tab 250mcg
G12060
1
A
65
Aspirin Tab 75mg
G12065
1
A
66
Amlodipine and Atenolol Tab 5mg + 50mg
G12071
1
A
67
Losartan and Hydrochlorothiazide Tab
50mg + 12.5mg
G12074
1
A
68
Amlodipine and Losartan Tab 5MG +
50MG
G12075
1
A
69
Lisinopril and Amlodipine Tab 5mg + 5mg
G12076
1
A
70
Bisoprolol Tab 5 mg
G12079
1
A
71
Ramipril Tab 2.5mg
G12080
1
A
72
Ramipril Tab 5mg
G12081
1
A
73
Atorvastatin Tab 5 mg
G12086
1
A
74
Atorvastatin Tab 10 mg
G12087
1
A
75
Carvedilol Tab 3.125mg
G12088
1
A
76
Carvedilol Tab 6.25mg
G12089
1
A
77
Carvedilol Tab 12.5mg
G12090
1
A
56
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
78
Fenofibrate Tab 145mg
G12094
1
A
79
Fenofibrate Tab 160mg
G12095
1
A
80
Isosorbide Dinitrate Tab 5mg
G12096
1
A
81
Isosorbide 5 Mononitrate Tab 10mg
G12097
1
A
82
Isosorbide 5 Mononitrate Tab 20 mg
G12098
1
A
83
Lercanidipine Tab 10mg
G12102
1
A
84
Lisinopril Tab 5MG
G12103
1
A
85
Lisinopril Tab 10mg
G12104
1
A
86
Nebivolol Tab 5mg
G12105
1
A
87
Nicorandil Tab 5mg
G12106
1
A
88
Nicorandil Tab 10mg
G12107
1
A
89
Nitroglycerin Cap 2.5mg
G12109
1
A
90
Nitroglycerin Tab 2.6mg
G12110
1
A
91
Nitroglycerin Cap 6.5mg
G12111
1
A
92
Olmesartan Medoxomil Tab 20mg
G12112
1
A
93
Olmesartan Medoxomil Tab 40mg
G12113
1
A
94
Perindopril Tab 2mg
G12114
1
A
95
Perindopril Tab 4mg
G12115
1
A
96
Perindopril Tab 8mg
G12116
1
A
97
Prazosin Tab 2.5mg
G12118
1
A
98
Prazosin Tab 5mg
G12119
1
A
57
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
99
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
Ramipril Tab 10mg
G12120
1
A
100
Ranolazine Tab 500mg
G12121
1
A
101
Rosuvastatin Tab 5mg
G12122
1
A
102
Rosuvastatin Tab 10mg
G12123
1
A
103
Rosuvastatin Tab 20mg
G12124
1
A
104
Simvastatin Tab 10mg
G12125
1
A
105
Simvastatin Tab 20mg
G12126
1
A
106
Telmisartan Tab 20mg
G12127
1
A
107
Telmisartan Tab 40mg
G12128
1
A
108
Trimetazidine Tab 35MG
G12129
1
A
109
Valsartan Tab 80mg
G12130
1
A
110
Amlodipine and Atenolol Tab 5MG+
25MG
G12133
1
A
111
Atenolol and Nifedipine Cap 50MG+
20MG
G12135
1
A
112
Amiloride and Hydrochlorothiazide Tab
2.5mg+25mg
G12136
1
A
113
Aspirin And Clopidogrel Cap 75MG+
75MG
G12138
1
A
114
Hydrochlorothiazide and Lisinopril Tab
12.5MG+ 5MG
G12139
1
A
115
Losartan and Ramipril Tab 50mg+2.5mg
G12141
1
A
116
Amlodipine and Losartan Tab 5MG+
25MG
G12145
1
A
117
Levodopa and Carbidopa Tab
200MG+50MG
G12147
1
A
118
ATENOLOL + CHLORTHALIDONE Tab
25MG+ 12.5MG
G12148
1
A
119
ATENOLOL + CHLORTHALIDONE Tab
50MG+ 12.5MG
G12149
1
A
58
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
120
Amlodipine Tab 10MG
G12151
1
A
121
Amlodipine and Hydrochlorothiazide Tab
5mg+12.5mg
G12152
1
A
122
Amlodipine and Metprolol
50MG
G12153
1
A
123
Hydrochlorothiazide and Telmisartan Tab
12.5MG+ 40MG
G12154
1
A
124
Aspirin Tab 50MG
G12155
1
A
125
Atenolol Tab 25MG
G12159
1
A
126
Atorvastatin and Ezetimide Tab 10MG+
10MG
G12160
1
A
127
Atorvastatin Tab 20MG
G12161
1
A
128
Aspirin and Atorvastatin Cap 75MG+
10MG
G12162
1
A
129
Propranolol Cap 40MG
G12163
1
A
130
Verapamil Tab 120MG
G12164
1
A
131
Amlodipine And Perindopril Tab 5MG+
4MG
G12169
1
A
132
Aspirin And Clopidogrel Tab 150MG+
75MG
G12170
1
A
133
Diltiazem Cap 120MG
G12171
1
A
134
Diltiazem Tab 90MG
G12172
1
A
135
Aspirin Tab 150MG
G12173
1
A
136
Enalapril Maleate And Hydrochlorothiazide
Tab 10MG+ 25MG
G12175
1
A
137
Enalapril Maleate Tab 10MG
G12176
1
A
138
Atorvastatin And Fenofibrate Tab 10MG+
160MG
G12177
1
A
139
Atorvastatin And Fenofibrate Tab 10MG+
200MG
G12178
1
A
140
Isosorbide 5 Mononitrate Tab 30MG
G12179
1
A
Tab 5MG+
59
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
141
Isosorbide 5 Mononitrate Tab 60MG
G12180
1
A
142
Nebivolol And S-Amlodipine Tab
5MG+2.5MG
G12182
1
A
143
Amlodipine And Nebivolol Tab 5MG+
5MG
G12183
1
A
144
Hydrochlorothiazide And Nebivolol Tab
12.5MG+ 5MG
G12184
1
A
145
Hydrochlorothiazide And Olmesartan
Medoxomil Tablet Tab 12.5MG+ 20MG
G12185
1
A
146
Hydrochlorothiazide And Ramipril Cap
12.5MG+ 2.5MG
G12187
1
A
147
Hydrochlorothiazide And Ramipril Tab
12.5MG+ 5MG
G12188
1
A
148
Atorvastatin And Fenofibrate Tab 10MG+
145MG
G12190
1
A
149
Amlodipine and Metprolol
2.5mg+25mg
G12194
1
A
150
Aspirin+Atorvastatin+Clopidogrel Tab
75mg+10mg+75mg
G12204
1
A
151
Aspirin+Atorvastatin+Clopidogrel Tab
75mg+20mg+75mg
G12205
1
A
152
Aspirin +Rosuvastatin Tab 75mg+10mg
G12207
1
A
153
Atorvastatin+Cholecalciferol Tab
10mg+1000IU
G12209
1
A
154
Chlorthalidon + Olmesartan Tab
12.5mg+40mg
G12233
1
A
155
Chlorthalidon + Telmesartan Tab
12.5mg+40mg
G12234
1
A
156
Chlorthalidon + Telmesartan Tab
12.5mg+80mg
G12235
1
A
157
Hydrochlorothiazide and Telmisartan Tab
12.5MG+ 80MG
G12255
1
A
158
Metolazone Tab 2.5mg
G12267
1
A
159
Metoprolol + Telmisartan Tab 50mg+40mg
G12270
1
A
160
Indapamide And Perindopril Tab
1.25MG+ 4MG
G13067
1
A
161
Spironolactone Tab 25mg
G16007
1
A
Tab
60
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
162
Frusemide and Spironolactone Tab 20mg
+ 50mg
G16010
1
A
163
Torasemide Tab 10mg
G16013
1
A
164
Hydrochlorothiazide Tab 12.5mg
G16014
1
A
165
Torasemide Tab 5mg
G16015
1
A
166
Torasemide Tab 20mg
G16016
1
A
167
Indapamide Tab 2.5mg
G16019
1
A
168
Indapamide Tab 1.5mg
G16020
1
A
169
Amiloride and Frusemide Tab 5MG+
40MG
G16021
1
A
170
Spironolactone+ Torasemide Tab
25mg+10mg
G16025
1
A
171
Spironolactone+ Torasemide Tab
25mg+20mg
G16026
1
A
172
Vinlafaxine Tab 75mg
G17125
1
A
173
Glibenclamide Tab 5mg
G18017
1
A
174
Metformin Tab 500MG
G18020
1
A
175
Carbimazole Tab 5mg
G18028
1
A
176
Thyroxine Tab 100mcg
G18030
1
A
177
Glimepiride and Metformin Tab 1MG+
500MG
G18032
1
A
178
Glibenclamide and Metformin Tab 5 mg
+ 500mg
G18033
1
A
179
Metformin and Pioglitazone Tab 500mg+
15mg
G18034
1
A
180
Glipizide and Metformin Tab 5mg +
500mg
G18036
1
A
181
Gliclazide and Metformin Tab 80mg +
500mg
G18037
1
A
182
Human Insulin 30/70 inj 40IU/ml
G18039
1
A
61
Unit
Quantity
for which
rate to be
quoted
Item
Group
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
183
Human Insulin 30/70 inj 100IU/ml
G18040
1
A
184
Glimepiride Tab 1mg
G18041
1
A
185
Glimepiride Tab 2mg
G18042
1
A
186
Pioglitazone Tab 15mg
G18043
1
A
187
Gliclazide Tab 80mg
G18044
1
A
188
Glipizide Tab 5 mg
G18045
1
A
189
Acarbose Tab 50 mg
G18047
1
A
190
Acarbose Tab 25mg
G18057
1
A
191
Gliclazide Tab 30MG
G18061
1
A
192
Gliclazide Tab 60MG
G18062
1
A
193
Glimepiride Tab 3mg
G18063
1
A
194
Levothyroxine Tab 50mcg
G18064
1
A
195
Pioglitazone Tab 30mg
G18066
1
A
196
Thyroxine Tab 25mcg
G18068
1
A
197
Thyroxine Tab 50mcg
G18069
1
A
198
Voglibose Tab 0.2mg
G18070
1
A
199
Voglibose Tab 0.3mg
G18071
1
A
200
Miglitol Tab 50mg
G18072
1
A
201
Miglitol Tab 25mg
G18073
1
A
202
Glimepiride and Metformin Tab 2MG+
500MG
G18077
1
A
203
Human Insulin 30/70 pfs 100IU/ml
G18080
1
A
62
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
204
Metformin and Pioglitazone Tab 500mg+
30mg
G18084
1
A
205
Metformin and Pioglitazone Tab 500mg+
7.5mg
G18085
1
A
206
Glimepiride, Metformin And Pioglitazone
Tab 1MG+ 500MG+ 15MG
G18089
1
A
207
Glimepiride, Metformin And Pioglitazone
Tab 2MG+ 500MG+ 15MG
G18090
1
A
208
Metformin Tab 1G
G18091
1
A
209
Metformin Tab 850MG
G18092
1
A
210
ACARBOSE And METFORMIN Tab
50MG + 500MG
G18094
1
A
211
Carbimazole Tab 20mg
G18114
1
A
212
Glimepiride and Metformin Tab
1mg+850mg
G18124
1
A
213
Glimepiride and Metformin Tab
2mg+850mg
G18125
1
A
214
Glimepiride and Metformin Tab
3mg+1000mg
G18126
1
A
215
Glimepiride and Metformin Tab
4mg+1000mg
G18129
1
A
216
Glimepiride+ Metformin +Voglibose Tab
2mg+500mg+.2mg
G18130
1
A
217
Insulin Detemer Flexpen 100iu/ml
G18135
1
A
218
Insulin Glargin Flexpen 100IU/ml
G18138
1
A
219
Isophane Insulin, rDNA, monocomponent
Human Insulin, bisynthetic inj 40IU/ml
G18141
1
A
220
Lamotrigine Tab 100mg
G18145
1
A
221
Metformin + Saxagliptin Tab 1000mg+5mg
G18156
1
A
222
Metformin + Linagliptin Tab 500MG +
2.5mg
G18171
1
A
223
Vildagliptin Tab 50mg
G18206
1
A
224
pyridostigmine Tab 60mg
G20005
1
A
63
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
225
Haloperidol Tab 5mg
G24007
1
A
226
Amitriptyline Tab 25 mg
G24012
1
A
227
Fluoxetine Cap 20mg
G24013
1
A
228
Imipramine Tab 25 mg
G24014
1
A
229
Alprazolam Tab 0.25 mg
G24017
1
A
230
Alprazolam Tab 0.5 mg
G24018
1
A
231
Diazepam Tab 5 mg
G24020
1
A
232
Betahistine Tab 16mg
G24027
1
A
233
Betahistine Tab 24mg
G24028
1
A
234
Clobazam Cap 5 mg
G24029
1
A
235
Clobazam Cap 10 mg
G24030
1
A
236
Clonazepam Tab 0.5mg
G24031
1
A
237
CLOZAPINE Tab 100mg
G24033
1
A
238
Dothiepin Cap 25mg
G24034
1
A
239
Escitalopram Tab 10mg
G24035
1
A
240
Etizolam Tab 0.5mg
G24036
1
A
241
Lamotrigine Tab 50mg
G24039
1
A
242
Lamotrigine Tab 25mg
G24040
1
A
243
Lithium Carbonate Tab 300mg
G24042
1
A
244
Lorazepam Tab 1 mg
G24043
1
A
245
Olanzapine Tab 5mg
G24046
1
A
64
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
246
Dothiepin Cap 75mg
G24049
1
A
247
Resperidone Tab 1mg
G24052
1
A
248
Resperidone Tab 2mg
G24053
1
A
249
Sertraline Tab 50mg
G24054
1
A
250
Tianeptine Tab 12.5mg
G24056
1
A
251
Zolpidem Tab 5mg
G24060
1
A
252
Zolpidem Tab 10mg
G24061
1
A
253
Mirtazapine Tab 15mg
G24062
1
A
254
Alprazolam and Melatonin Tab 0.5MG+
3MG
G24064
1
A
255
Alprazolam and Sertraline Tab 0.5MG+
25MG
G24065
1
A
256
Amitriptyline Tab 10MG
G24066
1
A
257
Amitriptyline Tab 50MG
G24067
1
A
258
Alprazolam + Propranolol Tab
.25mg+20mg
G24070
1
A
259
Amytriptiline +Chlordiazepoxide Tab
12.5mg+5mg
G24073
1
A
260
Amytriptiline +Chlordiazepoxide Tab
25mg + 10mg
G24074
1
A
261
Citacolin +Piracetum Tab 500mg+800mg
G24080
1
A
262
Escitalopram+ Etozolam Tab 10mg+1mg
G24102
1
A
263
Escitalopram+ Etozolam Tab 5mg+.5mg
G24103
1
A
264
Prochiloroerazine+ Pyridoxine Tab
5mg+25mg
G24140
1
A
265
Resperidone+trihexiphenidyl Tab
2mg+2mg
G24141
1
A
266
Resperidone+trihexiphenidyl Tab
3mg+2mg
G24142
1
A
65
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)
Sl.
No.
Item Description
( Nomenclature + Strength +
Dosage Form + Specification +
Pack Size )
VMS
No.
Unit
Quantity
for which
rate to be
quoted
Item
Group
267
Zolpidem Tab 12.5mg
G24151
1
A
268
MECOBALAMIN Tab 500mcg
G27020
1
A
269
Memantine Tab 10mg
G28004
1
A
270
Nicergoline Tab 30mg
G28008
1
A
271
Citicoline Tab 500mg
G28023
1
A
272
Tamsulosin Cap 0.4MG
G28031
1
A
273
Desmopressin acetate Tab 0.1mg
G28046
1
A
66
Net Price Per Unit
Offered to MSO
(Inclusive of all
Taxes)
(in. Rs.)