rehmatul.lil.alameen institute of cardiology pessi

Transcription

rehmatul.lil.alameen institute of cardiology pessi
F
REHMATUL.LIL.ALAMEEN INSTITUTE OF CARDIOLOGY PESSI
MULTAN ROAD LAHORE
Cost Rs.l000i-
(non-refundable)
ER
Due Date: 13-08-2016
l.
Name of'bidder
2.
Address
3.
Contact No.
4.
Tender Purchase Receipt
F RATE CONTRA
MEDICINE
2016.17
QE
%
THE
S
(F-6) No. & Date
5.
Deposit at call No. & Date
6. Amount of deposit at call
7.
Name of Bank and Branch
8.
Sales Tax Registration No.
9.
NTN No.
7:
{a:.
't;
10. Professional Tax No.
11. Fax No.
Certiflred that terms
of the tender are noted carefully, in case of award of rate contract our firm
shall comply with the terms and conditions.
Name of bidder
CNIC No.
Mobile No.
Address
Signature & Stamp
.ri))!r
W
RE,HMAT UL.LIL.ALAME, EN
INSTITUTE, OF CARDIOLOGY
PESSI MULTAN ROA[), LAHORE.
PROCURE,ME,NT OF ME,DICINE,S
BIDDING DOCUMENT FOR THE,
FINANCIAL YE,AR 201 6-17
OFFICE OF THE MEDICAL SUPERINTENDENT
REHMATUL.LIL-AL;MEEN INSTITUTE OF CARDIOLOGY PBSSI MULTAN ROAD,
LAHORE.
NO.RAICPESSIIEstt/2016l
lbz
DArE
lq-
o+- 2oh
INVITATION JO BID
Tender Price Non refundable
Last date and time of receiving tender
Date and time of opening tender
Call deposit
Venue
Rs. 1000/-
l3-08-2016 till I 0:00 AM
13-08-2016 at l1:00 AM
3o/o af the estimated price in the shape of CDR
Conference Room
RAIC PESSI Multan
Road,
Lahore.
TENDEIT FOIT THE I'UIT.CHASE OF MIDICINES
I
N.IECTA BLES/TAB L[TS/CAPSUL ES/SY
RTJ PS'I N H A LATI(}N/DISPOSAB LE
SYRINCES (DRUG CATIGORY) TOR T}TE FINANCIAL YEAR 20I6.I7.
of Cardiology PESSI Multan Road, Lahore invites sealed bids / tenders
lmporters / Sole Agents of Foreign Principals/Distributors for the supply of
Medicines: Injectables/Tablets/Capsules/Syrups/lnhalation/Disposable Syringes (Drug Categoryj with
framework of contract on Free Delivery to Consignee,s end basis.
Rehmatul-lil-Alameer.r Institute
from Manufacturers
l.
2.
3.
/
Interested eligible bidders may get the bidding document from the Account office of RAIC on
submission of written application along with payment of non-refundable fee of Rs : - 1000/- (o1e
thousand only). Bidding documents shall be issued up to l2-08-2016 only during working hours.
Single stage two envelopes bidding procedure sliall be applied. The 3Yo of the quoted value in the
shape of Call Deposit in favor of Medical Superintendent Rehmatul-lil-Alameen Institute of
Cardiology is required to be submiued with the quotation, without which the offer shall be ignored.
The last date of submission of sealed tenders is 13-08-2016 till 10:00AM positively in the
Conference Room RAIC and the bids will be opened at I l:00 AM on the same daie in the presence
of the representatives of the firms who choose to attend.
MEDICAL
RINTENDBNT
RAIC PESSI MULTAN ROAD LAHORE
INSTRUCTIONS TO BIDDERS
1.
/ Importers / Sole
Eligible bidders: - This invitation for Bids is open to all manufacturers
Delivery to consignee's end basis' The
Agents of Foreigrl Principals/Distributors on Free
from the foreign principal
importer / sole agent/distributor must possess a valid authorization
/ manufacturer.
THE BIDDING PROCEDURB
2.SingleStage_TwoEnvelopesBiddingProcedureshallbeapplied:
i.
ii.
iii.
iv.
v.
vi.
two separate envelopes' Each envelope
The bid shall comprise a single package containing
proposala$
Proposal.
shall contain sefarately the Financial
ltre 1*_chnical
and "TECHNICAL
The envelopes shall ie marked as "FiNANCIAL PROPOSAL"
PRoPosAL,,inboldandlegibleletterstoavoidconfusiotl.
shall
Initially, onty i6"-*relope riarked "TECHNICAL PROPOSAL"
be opened'
be retained in the custody of
The envelope marked u, "FTNANCIAL PROPOSAL" shall
the hospital without being opened'
reference to the price and reject
The hospital shall evaluut" tt-,. Technical Proposal,_without
requirernents'
any proposal which does not conform to the specified
the technical proposal shall be
in
amendrnents
no
During the technical evaluatioll,
permitted.
vii.
hospital shall at a time
After the evaluation and approval of the technical proposal the
of the technically
proposals
frnancial
within tr"," uiJ raiidity period, publicly open the
to the
communicated
and
accepted bids only; aia time, date and-venue to be announced
bidders in advance.
viii.
ix.
shall be returned unThe financiA f.oposat of bids found technically non-responsive
opened to the respective bidders'
Tie bid found to be the lowest evaluated bid shall be accepted'
THE BIDDING DOCUEMENIS
3. Content of Bidding Documents:
i. The goods .equi.ed (list attached),
bidding procedures, and Contract terms are prescribed
In addition to the Invitation for Bids, tlre bidding documents
in the biddirg do"r*"rts.
shall include: a) Instruction to bidders'
b) Schedule of Requirements
c) Technical SPecifications
d) Contract Form
e) Manufacturer's Authorization form
fi proprietary Certificate in case of Sole manufactured / imported items'
g) Bid form
h) Price Schedule
ii Drug Manufacturing License/Drug Sale License
j) Price Reasonability Certificate
is not black listed in any
k) Undertaking on Siamp Paper of worth Rs. 1001 that firm reasonable
and eqrrivalent
Govt. / Aut]onomous body. Moreover, the rates qLroted are
/ firm to other
company
by
the
to the ,ut", ut which tlie products are being supplied
t
'Ja{JBur
/ por qll^a pa{JBur aq ,{utu sIIIo}! pelonb aq}
^aolle,t plq
Jo soBBd oql Jo raqunu IBIoI 'ulolloq
Jo raqunu IBUas puB pauopuou aq lsnul
'pol€Utul eq lsntu uol}coJJoc/uol}ero}l€
,{.rong
aql lB pedruuls puu pouflls aq ol s! eflud
fuy ped& ,{lqereSeid ',{11n3erec fre,r ut pollu aq o} sI elnpeqcs actrd Jo qroC
'll
'Jcerluoc eql Jopun ,(1ddns
o1sesodord
11
'secud
lun
eql elnpaqcs ecud aletrdordde eql uo elecrpul llsqs
repplq,lllrn
i,
'secr:d pue',fir,uunb'3ur1ced'q]3ue4s rteql'spoo3 .q1 3o uo'jducsep
aclrd
o1 spoo8 elll sulpnlcur 'slueuncop Sutpplq eql ut peqslurnJ elnpoqcs
p!fl '9
ulrod
aslrd
:alnpoqcs
ry
uB puB r.uroc prg aql atoldruoc ll€Lls lepplq eqJ
.sJepptq ol suorlcnJlsur qll^\ ecuepJocce ut peqsluJnJ,(ue3t ',(ltrnces pIB (p
pellddns eq o1
pue islueruncop Surpprq eql ot LuroJuoc pu€ spoo8 elqr8rle ore ropplq oLIl i(q
(c
spoo8 eqt leLll sJopplq ol uollcnJlsul qll,&\ ecu€pJoccu ul peqsllqelse ecuepllo 'ftu1ueurnco6
' .peldeccu sr prq eqtJllcertuo3 eqt ur.ro;jed ol pegrlenb sl pue prq ol elqr8rle sI repplq
suotlcnrlsul tlllM ecueploccu uI poqsllq€]se ecueplne '&elueuncoq (q
.perlddns eq
Jorrq e
-eler:do.rdde
oq] ]uql $epptq ol
'(lesodord IstcLIBug q1,r,r 3uo1e pe]]Iuqns
puB tuJoJ plg (e
eq ot) s:epptq o] suotlcnrlsur rllt^\ ocu€p.locc€ ur pelelduoc elnpellcs oclJd
:stuouoduoc
3ur,,ro11o3 eql
esuduoc lleqs plq eqJ :plg aql8ulsFduo3 sluatuncoo
ffi
.sprq rreql
o1 srepplq
Suuede,rd ut luourpueu€ OIeu o1 uentS oq plnoqs euu elq8uoseer 'sptq &lpotu
ul
ro
8ur1r'rm
pue
luetupuetuu
'euoqd,(q
'ueql
oq
uo Surpurq
tl€L{s
e,ritcedso.rd ,uollu o1replo ul
orll Jo peurtou eq lleLls .j.,r,rnrop Sutpplq aql pe^racer o^EtI 13r-l] srepplq anrlcadso;d
,(q ,1u.o,nrop S,rlpplq eql ,(;rpour ,(eut '.repprq e,rtlcedso:d e Fq pelsenber
f fV ir"*fl,iaure
eq}'sptq
uor]€curJulc e o1 esuodseJ rn Jo a^r1ell!ul u,\\o sll ]B Joqleq,{\'uos€oJ r(uu ro3 lelrdsoq
(ue
ol roud euttl
]V - :sluauncoq SulpplgJo luatupuetuv '9
Jo rrotssruqns roJ aLrtlpeep eql
'slueuncop SulPPtq oql Pe^Iocer
(,(lrnbul
eq
Jo ocrnos eqt 8u1'(;ltuepr ]noqllan
ll€qs
e^€q ]eq] sropplq enrlcadso.rd llE ol trres
esuodse; luIdsoq eqlJo setdoc ueulrl['spl8 roJ
1nq fuenb aqlJo uolleuuldxe ue Surpnlcur)
s'(ep (91) uel u€ql
uortsltAUr aqt ut peqlrcse;d sprq Jo Llolssluqns eql JoJ eullpeep eq] o] :ot:d
o1 3ut1u'u
Jolel lou sa^IecoJ tl qctq,\\ '.1ur*nrop Strrpprq oLIlJo uouecuUelc ro3 lsenber '(uu
eqt
Surpptq
ur puodser 11eqs lelgasoq eqJ 'Suqtril ut '1e1tdsoq oqt ,!llou',(Btu slueluncop
entlcedsord V - :slueuncoq 3u1pp1g Jo uoll*c*lrul) 'n
Jo uorl,c,rrelc',(ie iiuurnbor ropptq
pue
'plq eqlJo uotlceb; ut llnseJ
'(eru
(te,te
e^Isuodse'r
oq]
ol
ut slueuncop
'(11er1uepqns
?utpptq
Isrr s,repptq oql tB eq 11eqs lcedse.r
qslurnJ ol ernll€C 'lll
uolleuroJul
partnber
,(q
eql
Surpprq
ll3
sluauncop
ro
o]
plq
€
truqns
]ou
'sluotunJop
.srulal'surog'suoglcn;1sul llB eu.IurBxe o1 palcadxe s! ropplq eqJ,
Butpptq aql ul suollBculJads pue
'rI0z'selnu
qefun4 eql
ul
lueueJncoJd
puB l"reuaD 'II
ue,rr8 se lueue;ncord puu esBqsJnd'SurpreSer suolllpuoc lercedS
.ree( auo ts€l urqlr,r\ qel tueteduroc (uu4111r1,rqel!n4 eqlJo sTJCI,(q qcleq
'suo4rultrsul 'l^oD
pol?rollnpvTsnoundS Jo uou€Jelcep-uou EurpreSe.r Surlepapul
iii.
The bidder should quote the prices of goods according to the strength
/
technical
specifications as provided in the Form of Price Schedule and Technical Specification. Tl-re
specifications of goods, different form the demand of bid enquiry, shall straight away be
iv.
v.
rejected.
The bidder is required to offer competitive price. All prices must include the General Sales
Tax (GST) and othertaxes and duties, where applicable. If there is no mention of taxes,
the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The
benefit of exemption from or reduction in the GST or other taxes shall be passed on to the
Hospital.
Prices offered should be for the whole financial year. Conditional offer shall be considered
as non
vi.
-
responsive bidder.
While tendering your quotation, the present trend / inflation in the rate of goods and
services in the market should be kept in mind. No request for increase in price due to market
fluctuation in the cost of goods and services shatl be entertained.
8. Documents Establishing bidder's Eligibility and Qualification:
a) The bidder shall furnish, as part of its technicalbid, valid documents establishing
the bidder's
b)
eligibility to bid and its qualifications to perform the contract if its bid is accepted.
The documentary evidence of the bidder's eligibility to bid shall establish to the Hospital
satisfaction that the bidder, at the time of submission of its bid, is eligible as defined under
c)
instruction to the bidders.
The docurlentary evidence (to be submitted along with technical proposal) of the bidder's
qualification to perform the contract if its bid is accepted shall establish to tlie hospital
satisfaction.
d) The sole agent
I Importer/ distributor shall have to produce letter of authorization from
(Foreign
Principal) and in case of manufacturer, documentary proof including
Manufacturer
drug manufacturing license / registration certificate to the effect that they are the original
manufacturer of the required specifications of goods, shall be provided.
e) National Tax Number (NTN), lncome Tax and Professional Tax paid certificate, Balance Sheet
or Bank statement is mandatory with documentary proof. Bid submitted without them will
not be considered for Financial Bid opening.
The bidder shall subrnit an affidavit on legal stamp paper of Rs. 100/- that their firm is not
black listed at any ground by any Government (Federal/Provincial/District), a local body or a
public sector organization. The bidder shall be debarred from bid on account of submission of
h)
i)
9.
false statement.
The bidder should have minimum one-year experience irr the market. Similarly, it is malrdatory
that the item to be quoted by the bidder / manufacturer should have availability in the rnarket
minimum for the last one year. Documentary proof shall have to be provided in this regard.
The bidder is required to provide with the Technical Proposal, the name of item(s) along with
serial number for which they have quoted their rates in the Firrancial Proposals.
The bidder must indicate the registration number, make of country of origin / manufacturer.
Documents Establishing Goods' Eligibility and C.onformity to Bidding Document:
The bidder shall furnish along with Teclrnical Proposal, as part of its bid, documents
establishing the eligibilify and conformity to the bidding documents of all goods, which
the bidder proposes to supply under the contract.
10. Submission of Sample: Tlie bidder must produce along with technical proposal TWO (02)
Samples (commercial packs) of quoted product(s) according to the strength and packing of
demand of enquiry at the time of opening of tender. No technical proposal /bid shall be
considered in the absence of samples and the offer will be rejected,
11. Bid Securi$:
ll.
lll.
Tlre bidder shall provid e 3o/o of the estimated price in the shape of CDR along with their
quotation in the name of Medical Superintendent RAIC Multan Road, Lahoie. The bid
security of the successful bidder's shall be retained by the hospital and will be returned
after successful completion of the contract.
The bid security is required to protect the hospital against the risk of bidder's conduct,
which would warrant the security's forfeiture, pursuant of instruction to bidders.
The bid security may be forfeited:
a) If a bidder withdraws its bid durirlg the period of bid validiry or
b) In the case ofa successful bidder, ifthe bidder fails:
To sign the contract in accordance with instruction to bidders.
OR To complete the supplies in the accordance with the General Condition of
Contract.
12. Bid Validity:
i.
Bids shall remain valid for the period of three (03) months after the date of openirig of
Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected
11.
as non-responsive.
The Hospital shall ordinarily be under an obligation to process and evaluate the bid within
the stipulated bid validity period. However, under exceptional circumstances and for reason
to be recorded in writing, if an extension is considered necessary, all those who have
submitted their bids shall be asked to extend their respective bid validity period. Such
extension shall be for not rnore tharr the period equal to the period of tire'original bid
validity.
1ll.
Bidders who:
a)
Agree to the hospital's request flor extension of bid validity period shall not be
permitted to change the substance of their bids; and
b) Do not agree to an extension ofthe bid validity period shall be allowed to withdraw
their bids without forfeiture of their bid securities (eamest money).
13. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt.
The bid shall be typed and shall be signed by the bidder or a person or persons duly
authorized to bind the bidder to the contract. The person or persons signing the
bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any alterations, erasers, or over writings shallbe valid only if they are initialed by
the person or persons signing the bid.
SUBMISSION OF BIDS
14. Sealing and marking of Bids:
The envelopes shall be marked as "FINANCIAL PROPOSAL,,
and
"TECHNIAL PRoPosAL" in bold and legible letters to avoid confusion. The
inner and outer envelopes shall:
a) Be addressed to the Medical Superintendent RAIC PESSI Multan Road,
Lahore.
Bear the name and number indicated in the invitation for Bids.
The inner envelopes shall also indicate the name and address of the bidder to
enable the bid to be returned unopened in case it is declared as ,,non-
b)
lt.
responsive" or "late".
iii.
If the outer
as wellas inner envelope is not sealed and marked as required by
instruction to bidder, the hospital shall assume no responsibility for the bid's
misplacement or premature opening.
15. Deadline
16.
for Sutrmission of Bids: Bids must be submitted by the bidder and received by the
Hospital not later than the time and date specified in the invitation of bids.
Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be
rejected and returned unopened to the bidder.
17. Withdrawal of Bids: The bidder may withdraw its bid after the bid's submission and prior to
the deadline prescribed for submission of bids. No bid may be withdrawn in the interval
between the deadline for submission of bids and the expiration of the period of bid validity
specified in instruction to bidders. Withdrawal of a bid during this interval may result in the
bidder's forfeiture of its Bid Security (Earnest Money) pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
18. Opening of Bids:
I.
Initially only the envelope marked "TECHNICAL PROPOSAL" shall be opened
in the presence of bidder's representatives who choose to attend, at I 1:00 am on
13-08-2016 in the Conference Room RAIC PESSI Multan Road, Lahore. The
bidder's representatives who are present shall sign the Attendance Sheet
evidencing their presence. However the envelope marked as "FINANCIAL
PROPOSAL" SHALL BE RETAINED IN THE CUSTODY OF Hospitalwitlrout
being opened till completion of the evaluation process.
The bidder's names, item (s) for which they quoted their rate, serial number of the
item and such other details if considered appropriate shall be announced at the
opening of technical proposal. No bid shall be rejected at technical proposal / bid
opening, except for late bids, which shall be returned unopened to the bidder.
However, at the openirrg of the Financial Proposal (the date time and venue would
be announced later on), the bid prices discounts (if any) and the presence or
absence of requisite bid security and such other details, if considered appropriate
shall be announced.
III. The minutes of the bids opening (technical and financial) shall be recorded.
19. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask
the bidder for a clarification of its bid. The request for clarification and the response shall be
in writing, and no change in the price or substance of the bid shall be sought, offered, or
permitted.
il.
20. Preliminary Examination:
All the bids shall
be exarnined to detennine whether they are complete, wliether any computational
emors have been made, wliether required sureties have been fumished, wlrether the documents have
been properly signed, and whether the bids are generally in order.
In the financial bids the arithmetical errors shall be rectified on the following basis. If there
is a discrepancy between the unit price and the tgtal price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail, and the total price shall be corrected.
11.
If the bidder does not accept the correction of errors, its bid shall be rejected and its bid
security may be forfeited. If there is a discrepancy between words and figures, the amount
in words shall prevail.
Any minor inforrnality, nonconformity, or irregularity in a bid which does not constitute a
material deviation, rnay be waived provided such waiver does not prejudice or affect the
relative ranking of any bidder.
;l!l@-=r-=::i:'
i='i:.li:
be
a bid is not substantially responsive, it shall be rejected and may not subsequently
made responsive by the bidder by correction of the non-conformity.
21. Evaluation & ComParison of Bids:
Substarrtially responsive bids shall be evaluated and compared,
i.
previous
The evaluaiion bf technical proposal / bid shall be on the basis of
ii.
and
soundness
financial
experience,
previous
performances, previous test reports,
be
to
appropriate
consider
may
such other a.ialtu as the authoiity, at its discretion,
of
basis
on
the
be
shall
considered. However tlie evaluaiion of financial proposal
bidders
to
price igclusive of all prevailing taxes and duties pursuant to instruction
111.
If
and bid securitY.
iii.
All bids shall te
evaluated in accordance with tlie evaluation criteria and other
terms&conditiorrssetforthinthesebiddingdocuments.
be su.bject to
iv. A bid once opened in accordance with the prescribed procedure shall
of issue of
time
the
at
only those rules, regulations and policies that are in force
notice for invitation of bids'
bid, facts
EVALUATION CRITERIA: For the purposes of determining the lowest evaluated
Laboratories' Test /
other than price such as previous performances, previous Drugs Testing
details as the
other
such
and
analysis reports, prerious experilnce, financial soundness
The
consideration'
into
authtrity, ut itu di."."tion many consider appropriate shatl be taken
for
the
applied
following merit poilt system for weighing evaluation factors/ criteria shall be
TECHNICAL PROPOSALS of Medicines, Injectables/Tablets/Capsules/Syrups/Inhalation
of points allocated
Isoflorane & Sevorane/Disposable Syringes (Drug Category)' The number
Report'
to each factor slrall be specified in the Evaluation
ROAD LAHORE
REHMATUL-LIL-ALMEEN INSTITUTE OF CARDIOLOGY PESSI MULTAN
OTMEDICINES FINANCIAL YEAR 2OI6-17
EVALUATION CRITENA OF TECHNICAL PROPOSAL FORTHE TENDER
ASSESSMENT PARAMETERS
NTN N". & Pt"f"*ional Tax Certificate and copy there of
Professional Tax paid certrfi eq!9:05
Financial Soundness of the firm
Income tax paid certificate= 07
Balance Sheet:03 or
Bank Statement = 03
If balarlce sheet and bank statemsnls both
are deposited then only marks of one would be counted'
m-:'
05
Establishment of company/firm with reference to the Product.
More than 05-years =05
4.
03-05 years
=03
01-03 vears
=02
05
Overall reputation in reference to the product
Shall be envisaged by the following criteria:-
No. of references/certificates provided regarding performance of tlie product from head of the concerned
institute /hospital. References CIertificates of the product shall be verified by the department independently.
Private Sector + Public Sector =05
Public Sector:03
Private Sector:02
5.
10
Prodrct{*ttfrc.ttm
Bioequivatence study report of Labs. notified by DRAPAilHO audited labs. =05
Good manufacturing certificate (GMP) issued by Drug Regulatory Authority of Pakistan (DRl,p; =95
6.
7.
20
ryofNationalHealthServices,Regulations&CoordinationDrug
Re[ulatory Authority of Pakistan OR Registration with Punjab Govt. Health Department =10
Drug manufacturing /sale license issued by DRAP(formerly MOH) for manufacturers AND valid drug
sale license for importers =10
Brand and Make of the Product
a) Local Product
with
l. lnternational market =10
ll. Only local
b) Foreign Product
r0
market=O8
l. In two or more continents =10
II. In single continent =08
8.
9.
l0
@eement/authorityletter/distributerletterfromprincipalmanufacturer
l0
firmisnotb1acklistedinanyGovt'/Autonomousbody.
Moreover, the rates quoted are reasonable and equivalent to the rates at wliich the products are being supplied
by the company / firm to other Govt. Institutions
9
f
spurious/Adulterated batch by DTLs of the
PuniabA{IH/anv competent lab within last one
Submission of two samples of quoted items
Name of the bidder
CNIC No.
Address
Signature & StamP
COMPULSORY PARAMETERS:
Parameters
Drug Manufacturin g/Sale License
Documents required
Valid Drug manufacturing License issued by
DRAP (Formerly known as MOH) for
manufacturers
Drug Registration Certifi cate (DRC)
Bio-Equivalence StudY RePort
Valid Drug sale License for importers.
Valid Drug Registration Certificate issued by
DRAP (Formerly known as MOH
Report of Labs notified bY DRAP / WHO
Audited labs shall be accePtable.
Declaration of Undertaking
Urrd"rt ktrg regarding Non
Spurious/Adulterated batch by DTLs of the
Punjab / any Competent Lab of quoted item
within last one year; not being black listed and
quoted medicines' rates are equivalent to those
at other institutions
Sfitf,*tt"ri quoted in the technical offer will
be verified from samples provided with the bid,
product that comply 100% with the advertised
specifications and fulfil the requirements as per
labelting and packing Rules 1986 shall be
considered for evaluation.
Good Manufacturing Practices (GMP)
on
judicial
PaPer.
Sarnples of Quoted ltems.
Vatid Good Manufacturing Practices (GMP)
Cefiificate issued by the Drug Regulatory
Authority Pakistan (DRAP
1.0
Bio-Equivalence Study Report
for medicines only from WHO audited and following DRAP notified
indigenous Labs: I.
[.
m.
IV.
FIU Research Institute, Karachi University, Karachi.
University of Veterinary & Animals Sciences, Lahore.
Dow University of Medical &Health Sciences, Karachi.
Faculty of Pharmacy, Islamia University, Bahawalpur.
Repoi from any other lab notified by DRAP for the said purpose in future will also be considered.
22. ORDINARY PARAMETERS:
Apleted,thebidderswlrolravesubmittedproposalsshallbe
informed about the technical scores obtained by their technical proposal, and sliall notif' those
bidders whose proposal did not meet the minimum qualifuing marks which are 60oh or were
considered nor-."ipo,rrive, that their financial proposals shall be returned unopened after
completing the selection process. It shall be simultaneously notified in writing to the bidders
who have secured the minimum qualifying marks the date, time and location for opening the
financial proposals. All bidders in attendance at the time of opening of bids shall sign an
attendance sheet.
Filancial proposals shatl be opened publicly in the presence of the bidders' representatives who
chooseto attend. ih" nu*" of the bidders and the technical score of the bidder shall be read aloud. The
financial proposal of the bidders who meet the minimum qualifuing marks shall then be opened and the
quoted price read aloud and recorded ifappropriate'
iv.
23.
would
eualification & disqualification of bidder; - A bidder shall be disqualified if it
be found,
at any tim-e, that the information submitted by him concerning his qualification was false and materially
inaccurate or incomPlete.
Rejection of bids: The Medical Superintendent shall upon request communicate to any bidder who
justify those grounds.
submitted u bid, tlr" grounds for its rejection of any or all bids, but is not required to
of the rejection of
bids.
Notice
submitted
who
have
The hospital incurs no liability, solely towards bidders
bids.
submitted
that
any or At Uiar shall be given promptly to the concerned bidders
24.
Announcement of Evaluation Report: - The results of bid evaluation shall be declared prior to
of
the award of procurement contract in the form of report giving justification for acceptance or rejection
bids at least ten days prior to tlre award of procurement contraat.
25.
Award of contract
26-Acceptance of Bid and Award Criteria:-The bidder with the lowest evaluated bid, if not in conflict
with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the
procurement contract within the original or extended bid validity period. The approved rates will remain
valid up to 30.06.2017. The successful bidder is required to furnish a performance guarantee which
shall not exceed ten percent ofthe contract amount.
tt
of the product would be exami,ed in accordance
Submission of Samples: -A- Labeling a'd packing
a.t t"qzo. rhe supplier shall provide Two (02) Samples
with labeling and packing Rules r9g6 of the'Drug.
free-of cost) of quoted products to the hospital'
27-
i""*."t.i"ipacks,
based on previotts
against each item is tentative
B -Advertised Quantity: The quantities advertised
with
issued in favor of the graded firrns as per need basis
year,s consumption how-erer, supply oider will be
i."ir.a quantiiy of medicines in view of availability of the budget.
Inspections and AnalYsis:-
28.
quality and specifications of medicirres after
The inspection committee shall inspect tlie quantity,
receiPt of stock'
i.
ii.TheSupplierwillberesponsibleforfreereplacement^ofstocksifthesameisnotfoundtobeof
/ spurious / misbranded/
of Bids / substandard
the same specifications as required in the invitation
expired stores without any further charges'
expired. , Moreover, it will replace the unconsumed
tlie itern tlie risk purchase will be done
provide
tf the firm provides substandard item or fails to
firm'
and the price difference shall be paid by the
destruction cost will be borne by the firm i'e'
the
product
In case of supfl of substandard
iii.
iv.
burning, dumping, and incineration'
29. Chemical and Physical Examination of Medicines: to chemical and physical
L All tir;;ilgs/mediciles shall be acceptable subject
non-declaration of
examination. undertaking on judicial paper regarding
orirre Punjab/TrllHiany c.ompetent lab within last
physical examination /
o"" V"", i, ,eq.,ir"d. If the goods suppliedare forrnd d,ring
of approved samples, etc' even if it is
inspection to be against thJrequired specifications
supplier shall either replace the
of standard quality, the goods may Ue rejected, and the
rectification of obserryation, to meet
rejected goods or arrange alterations necessary for
of the rejected supplies must
trr. r"qui].o specificatilns free of cost. Replatement in lieu
to the
within 10 days from the date of communication of decision
u"
"","pi"t"d /supplier Uy it-,e hospital. In case after replacement or alteration' the
manufacturer
the required specifications, the
irispection committee again declaies the item against
amount.of security of the
,rJpl;;;rld completeily be rejected and the.pioportionate
be blacklisted for minimum
shall
firm
concerned installment would bf forfeited and the
declared as against the
are
;;; flu.. uo*"rer, ifihe entire supplies / installments
security shall be forfeited
"f
specifications, the earnest money / entire performance
required
uni the fiim shall be blacklisted for minimum of two years.
spurious/Adulterated batcfrby
brlr
30.Transportation:-Trarrsportationincludingloading/urrloadingofgoodsshallbearrangedand
paid for bY the suPPlier'
2-A
accompanied by the nQcessary warranty on Form
31. Warranty: The Drugs / Medicines shall be
hospital
The
1916 and rules framed there under'
in accordance with tSe provision of the Drugs Act,
ariy claims arising under this warranty.
shall prompirv noiirv the supplier in writing of
to sublet the job and award subcontracts under
subcontracts: - The Supplier shall not be allowed
this contract.
32.
of the goods shall be.made by.the supplier.in
Delays in the Supplier's Performance: - Delivery
If at any time Juring performance of tlie Contract, the
accordlnce with the prescribed time schedule'
t2
33.
supplier encounters conditions impeding tirnely delivery of the goods, the supplier shall promptly noti$r
the hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical
Superintendent may at its discretion extend the supplier's time for performance, with or without
liquidated damages, in wltich case the extension shall be granted by the Medical Superintendent. A
delay by the supplier in the performance of its delivery obligations shall render the supplier liable to
the imposition of liquidated damages, unless an extension of time is agreed upon without the application
of liquidated damages.
34
Penalties / liquidated Damages: - In case of late delivery beyond the presented period, penalty as
specified in Special Conditions of Cor-rtract shall be imposed upon the supplier. The above Late
Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond
control. Once the maximum is reached, the Authority may consider termination of the Contract. ln
case of supply of substarrdard product the destruction cost will be borne by the firm i.e. burning,
dumping, and incineration. If the firm provides substandard item or fails to provide the item, the risk
purchase will be made from the market (which will be purchased by the Consignee) and the price
differerice sliall be paid by the firm.
The supplies sliall be delivered within I 0 days after the next date of issr"re of purchase order (without
penalty), and with prescribed penalty, as per following schedule of requirements:-
Deliverv neriod
Grace neriod
Total Deliverv Period
10 Davs
05 Davs
15 Davs
35.
Termination for Default:- The Medical Superintendent, without prejudice to any other remedy
for breach of Contract, by written notice of default sent to supplier , may terminate the Contract in
whole or in paft, if the supplier fails to deliver any or all installments of the goods within the period(s)
specified in the Contract, or within any extension thereof granted or if the sLrpplier fails to perform any
other obligation(s)under the Contract and if the supplier , in the judgment of Procuring Agency has
engaged in corupt or fraudulent practices in competing for or in executing the Contract. In case the
firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves
the right to purchase the itenr from the market at the risk and cost of defaulting firrn. The hospital also
reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting firm.
a) Ifthe firm fails to execute the contract / supply order satisfactorily then the hospital
reserves
the right to forfeit the security of tlre contractor and may award the contract to the second
lowest bidder.
b) The bidder shall provide 3% of the estimated price in the shape of CDR along with their
quotation in the shape of Bank Draft, Pay Order or Call Deposit in the name of Medical
Superinter,dent RAIC Multan road Lahore. Tlre bid found deficient of the bid security shall
not be considered and the offer will be rejected. No personal cheque shall be acceptable. The
previous bid security (if any), if available, shall not be considered or carried forward.
Inspection:
Inspection of drugs / rnedicine at final acceptance shall be in accordance with the
36.
conditions of contract. After deliver the goods shall be inspected / exarnined by the inspection committee
to physically check the goods in accordance with the approved sarnple and terms / conditions of the
contract. In case of any deficiency, pointed out by the inspection committee in the delivered goods, the
supplier slrall be bound to rectify it free of cost.
13
37.
Delivery and Documents: - The Supplier shall provide the following documents at the time of
delivery of goods to Consignee' end for verification and onward submission to quafter concemed, duly
completed in all respect for paymen
Original copies of Delivery Note / Challan (in triplicate) showing item's description, batch No(s),
Registration No, manufacturing and expiry date and quantity.
Original copies of the Suppliers' invoices (in triplicate) showing warranty, name of item's
description, Batch No, Registration No, manufacturing and expiry date, quantity, per unit cost,
and total amount.
l.
lt.
38. Incidental Services: - The following incidental services shall be provided and the cost of which should
be included in the total bid price:
The bidder shall supply drugs/medicines as far as possible as per tender requirement in special
packing with Logo of the PESSI Government of the Punjab.
b) The following wording / insignia shall be printed in bold letters in Urdu / English in indelible
red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc.
a)
REHMATUL-LIL-ALAMEEN INSTITUTE OF CARDIOLOGY PESST PROPERTY
O'NOT FOR SALE''
The rules for labeling and packing shall be followed as per "The Drugs Labeling and Packing
Rules 1986, framed under the Drugs Act,1916. However the name of Drug / Medicine (generic
& brand), equally prominent, should be printed / written in indelible ink in English / Urdu on the
outer cartons and on each Pack, Bottles, Strip/ Blister, Tubes etc. All tablets/capsules shall be
supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip /
blister. The syrup should be supplied in glass / pet bottle with sealed caps as per sample provided
at the time of opening of tender. In case of non-fulfillment of these requirements the supply shall
not be accepted. According to PESSI Competent Autliority Instructions regarding Local Purchase
of medicines Ref. letter No. SSP (510)l2014lYol-Y1647 dated l3-08-2014, the expiry period of
medicines sl-rould preferably of one year irrespective of its shelf life. However, the firm shall
furnish undertaking that in case the stock is not consumed within its expiry period, the firm shall
be liable to replace the stock with fresli stock at risk and cost of the firm. No drug shall be accepted
lraving expiry date less than one year al the tirne of receiving stock.
d) Warranty: The drugs/medicines shall be accompanied by the necessary warranty on Form 2-A
in accordance with the provision of the Drugs Act, 197 6 / ru les framed there under, [n case of late
delivery of goods beyond the period specified, penalty @2% per month, A.067% per day of the
cost of late delivered supply shall be imposed upon tlie.supplier.
c)
39. Redressal of grievances: (1) A committee comprising of odd number of persons shall be constituted,
with proper powers and authorizations, to address the complaints of bidders that may occur prior to the
entry into force of the procurement contract.
t4
:i:ar:i.=-f:rni.!_:=.Yj=,i,:::i::
'1i"'i
after the submission of his bid may
(2) Any bidder feeling aggrieved by an act ofthe'procuring agency
of
his grievances not later tf,an fifteen days after the'announcement
i;ag. ; written
"o*ptuiniioncerning
the bid evaluation rePort.
i
within fifteen days of the receipt of the
(3) The commiitee shall investigate and decide upon the complaint
complaint.
suspension of the procurement process'
(4) Mere fact of lodging of a complaint shall not warrant
40.
into force of the procurement oontract'
Arbitration and Resolution of"Disputes: (1) After coming
or arbitration'
the parties to the contract shall be settled through mediation
iirp*"
U.,*een
or arbitration or both in the procurement
(2) The procuring agency shall provide for a method of mediation
contract.
Superintendent Rehmatul-lil-Alameen Institute of
Rules 2014 would be final'
Curaiotogy pESSt Multan Road according to PPRA
In
case
of any dispute, decision of the Medical
opening and awarding etc'' shall
Note: All assessments and procuring procedures i.e' receiving,
[o-med
by the Punjab Procurement Rules,
2014'
be
\
MEDICAL fl]PE
RAIC PESSI MULT
NDENT
ROAD LAHORE
15
CERTIFICATE ON STAMP PAPER WORTH Rs'1001
of the stores and all the terms and
1. We here by confinn that we have read carefully the {es:1i9tion
o, t:-os-2016 for the supply of Medicines / Injectable /
conditions of your tender enquiri due for op"ning
Syringes (Drug Category) for RAIC
Tablets/ Capsules/Syrups/Inhalation Isoflorane &ieuorane/Disposable
Punjab
as those contairied in the bid Performa and the
PESSI as advertisea in tne tender notice as well
procurement Rules, 2014 (PPRA -2014). we agree to abide by all instructions/ conditions'
period reqlT:g in the tender enquiry which would be the
2. We here by confirm to adhere to the delivery
the
or. In case of failure, we agree unconditionally to accept
essence of the contract and will be binding on
by
made
purchase
risk
a,d shall have no objection on
recovery of liquidateJJu,nug", on belated.uppti"t
hospital to cop up the delayed supply'
not more than the trade price or the price charged
3. certified that the prices quoted against tender are
the financial year 2016-2017 and in case of any
from any other GovernmentTAutonomous institution in
the price charged in excess when asked to do so'
discrepancy, the supplier hereby undertakes to refund
4. Certified that the firm
due to non-consumPtion.
will replace the medicines/drugs free of cost in case of expiry
at hospital premises
of medicines by DTLs of the PunjabA"llH/any
5. certified that there is no Spurious/Adulterated batch
one year'
competent lab and firm is not blacklisted within last
6.
Certificate that
finn will supply fresh stock of
medicines drugs, free of cost if found
at variance with the specifications'
substandard/counterfeit/spurious/misbranded/adulterated/expired/
wiil not claim for the return of
substandard/counterfeit/spurious/misbranded
will not
adulterated/expired stock. substandard/counterfeiuspurious/misbranded/adulterated/expired/stock
be confiscated &destroyed at supplier's cost'
be returned to the supplier/manufacturer and will
Moreover the firrn
7. certified that the supplies
will
1976 and
be made in accordance with section 23 of drug act
fit for human
consumption'
Name of bidder
Designation
Signature
Company stamp
16
rrBM BJOpATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
MOBILE NO
TELEPHONE NO. OFFICE
NO.
SALES TAX/PROFESSIONAL TAX REGISTRATION
N.I.C NO.
NTN.
STAMP OF TI{E FIRM
1.-
L7
ati:,:tr: :,lil:a:i::.
ry,r.i
:'!
BID FORM
DATE:
NO
TO
The Medical SuPerintendent
Lahore'
Rehmatul-lil-Almeen Institute of Cardiology Multan Road'
of which is hereby duly acknowledged' we' the
Having examined the Bidding Documents, the receipt
goodr specified in conformity with the said Bidding
undersigned, offer the supply and deriver it.
Documents.
goods in accordance with the delivery schedule specified
we undertake, if our bid is accepted, to deliver the
we agree that call deposit of the firm shall be
in the schedule of n"qriir"*"tir. if o* bid is ac-cepted,
;;;ifu by the hospitai as a security for the successful completion of the contract'
months from the date fixed for bid opening under
We agree to abide by this bid for a period of three
upon us and may be accepted.ul uny time before the
instruction to the bidders, and it shall remain binding
iJprepared and executed, this bid, together with your
expiration of that period. until a formal contract
shall constitute a binding contract between us'
written acceptance thereof and your notification of award
accept the lowest or any bid'
we understand that the procuring Agency is not bound to
Name:
Signature:
Stamp of the Firm:
18
i,s
CONTRACT FORM
day ol_
2016_, between the RAIC PESSI
(hereinafter referred to as the" Procuring Agency") of the first part; and M/s (firm name) a firm registered
under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the
THIS CONTRACT is made at _on
"supplier") of the second part (hereinafter referred to individually as 'oparty" and collectively as the
"parties").
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of
M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services
offered to supply the required item(s); and whereas the Procuring Agency has accepted the bid by the
supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
l. In this contract words and
expressions shall have the same meanings as are respectively assigned to
them in the General /special contraction of this contract liereinafter referred to as "Contract":
2.
The following documents shall be deerned to form and be read and construed as integral part of this
contract, viz.:-
A. Price schedule submitted by the bidder,
B. Techn ical specifi cation:
C. General conditions of contract;
D. Special conditions of contract; and
E.
Procuring Agency's Award of contract; and
F.
Purchase order
J.
In consideration of the payments to be made by the Procuring Agency to the supplier as hereinafter
mentioned, the supplier hereby covenants with the Procuring Agency to provide the goods and
services and to remedy defects therein in conformity in all respects with the provision of this
contract.
4.
The Procuring Agency hereby covenant to pay the supplier ii consideration of the provision of the
goods and services and the remedying ofdefects therein, the contract price or such other sum as
may become payable under tlre provisions of this aontract at time and in the manner prescribed by
this contract.
5.
The Supplier accepts full responsibility and strict liability for making any false declaration, not
making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this
declaration, representation and warranty. it agrees that any contract, right, interest, privilege or other
obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other riglit and
19
remedies available to Procuring Agency und.. any law, contract or other instrumgnt, be void able at
the option of Procuring Agency.
6.
In case ofany dispute concerning the interpretation and /or application ofthis contract shall be
settled through arbitration. The Medical Superintendent RAIC or his nominee shall act as sole
arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on
the parties.
'1.
This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
8.
If the firms provide substandard item/ fail to provide the item the payment of risk purchase from
market, the price difference shall be by the firm.
9.
In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,
dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at
place) and shall enter into force on the day, month and year above mentioned.
Signed/ Sealed by the Supplier/ authorized person
(the
Signed/ Sealed by Procuring Agency
20
CHEC.K LIST
S.No. / Page No. of the
Yes
or
NO
Tender Submitted
or
Yes
NO
o
Receipt
.
Copy of National IdentitY Card
Yes
or
NO
Call Deposit
f'es
or
NO
Suppliers Authorization Letter
Yes
or
NO
Yes
or
NO
Yes
or
NO
Propriety Nature
Yes
or
NO
Letter of authorization form the manufacture / Foreign
Principal in case of Sole agent / Impotter'
Yes
or
NO
Yes
or
NO
Yes
or
NO
Price Reasonabi
lity Certifi
cate
Price List (Duly Attested)
Sole Proprietary Certificate in case of items
of
Undertaking on stamp paper of worth Rs. 100 that the
Firm is not black listtd and no bateh of the quoted item
has been declared spurious/adulterated by DTL Punjab
i Any corhpetent Lab wlthin last within last 0l year'
Certificate on starnp paper of worth Rs. 100 duly filled
(Attached along with tender documents)
2,L
o
Certificate of National Tax Number
Yes
or
NO
.
Drug Mariufacfuring License
Yes
or
NO
.
Drug Sales License
Yes
or
NO
r
Good Manufacturing Practices (GMP) Certificate
Yes
or
NO
r
Samples of quoted item
Yes
or
NO
Technical bid(separate envelope)
Yes
or
NO
Yes
or
NO
\
o
Financial bid (separate envelope)
,,
Signature of the bidder:
.*'.
Stamp of the Firm:
Note:'All documentSmust be duly attested by the firm.
22
BID FORM 4
Firm's Past Performance
Name of Firm:
Bid Reference No:
Date of Opening of Bid:
Assessment period: (One year as per Evaluation Criteria)
Name of the
Purchase
/
Purchase
Order NO.
Description of
Order
Value of
Order
Date
of
Completion
Purchase
Cerlificate
Institution
c
Bidders may use additional sheets if required
All certificates are to be attached'with this form
23
TECHNICAL BID
TENDER MEDICINP PURC}IASE INJnCTABLPS/TABLETS/CAPSULES/SYRUPS/INHALATION
3
ISOFLURANE & SEVOFLURANE /DISPOSABLE SYRINGES (DRUG CATEGQRY) FOR THE
YEAR 2016-17.
TENDER
ENQUIRY
s.No.
NAME OF
THE ITEM
SPECIFICATION
REGISTRATION
NUMBER
BRAND
NAME
PACK
SIZE
I
2
1r,,,,
W
$
E:
a
J
H
&
E.
ii
4
5
Samples of all items must be provided otherwise offer shall not be considered.
Name of Bidder
Sign and Stamp of Bidder
24
FINANCIAL BID
,
UNDER MEDICINE PURCHASE
REGISTRATI
ON NUMBER
ar
iENQUIRY
s.No
NAME OF BIDDER
SIGN AND STAMP OF BIDDER
25
rtolii,arart within I15i days
dr after the next date of issue of Purchase Order (without
The supplies shall be deliiered
penalty), and with presoribed grace period, as per following schedule of requirements:
Mode of penalty
Deliverv Period
Grace Period
Total deliven period
Without penaltv
10 days
05 davs
15 days
TNJECTABLES/TABLETSICAPSI.TTESISYRUPS/INHALATION ISOFLURANET'
iworuunaNE/DrsposABlE syRINcES (DRUG cATEGoRY) FoR THE YEAR 2016-17.
I
26
PERFORMANCE GUARANTEE/SECURITY TORM (CDR)
H
E'
W.
W
To: The Medical Superintendent,
F
ql
ii
Rehmatul-lil;Alameen Institute of Cardiology
h.
b.
E.
PESSI Multan Road Lahore
r
I
t::
g-
E
E
w
$
F
!1
::
(hereinafter called "the Supplier") has undertaken, in pursuanee of Contract
dated
to supply Medicines (hereinafter called "the Contract"). And
whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you fresh
CDR/Bank Guarantee, issued by a scheduled bank for the sum of lYa of the total Contract amount as a
Performance Guarantee for compliance with the Supplier's performance obligations in accordance with
Whereas M/S
No.
the Contract.
;.,,1
ii:.
3a
E
V.
F
E.
F
E-l
Name of the bidder
ti
i;
b,
ffi,
Father's Name
Address of bidder/ Firm
H.
c
,'
!1-
CNIC #
t:
*i
,.li
Designation
:i
dl
Signature
ki'
i;
Stamp
:
ri
F
:1.
27
i;
ii.,
?,.
&:
1.
i,
I
t
Fr:
I
t
t
*
i,
REHMATUL.LIL-ALAMEBN $TsTnuTE oF CARDIoLoGY PBSSI
,
MULTAN ROAD LAHORE
List of Items for Local Tender 2Q16-17
PESSI
No.
Generic Name
Approx.
Demand
In Units
1
P-0010
Inj. Atropine Sulphate lmg/ml (lml Amp)
600
1
2.
P-0055
Inj. Dimenhydrinate 50mg/ml
600
4692
J.
P-0071
Tab. Isosorbide Dinitrate 5 mg
2s000
6375
4.
P-0077
Tab. Methyldopa 250mg
100
542
5.
P-0079
Tab. Propranolol 1Omg
1
6.
P-0081
Tab. Verapamil 80 mg
90
223
7.
P-008 I
Tab. Verapamil240mg SR
s0
348
8.
P-0084
Tab. Prazocin HCI lmg
100
99
9.
P-0087
lnj. Magnesium Sulphate 500mg/ml (2ml)
t20
378
10.
P-009
Tab. Aspirin 300mg (Non Enteric coated)
43200
45533
l1
P-0093
Inj. Milirinon lmg/ml (l0ml)
r0
r
12.
P-0104
Tab. Glyceryl Trinitrate 0.5mg
26000
22100
13.
P-0109
Inj. Glyceryl Trinitrate lmg/ml
500
s8225
14.
P-0109
Glyceryl Trinitrate Spray
02
680
15.
P-0110
Inj. Calcium Chloride l0% (l00mg/ml)
Elemental Calcium 27 .2mgl ml
100
2772
16. P-0115
Inj .Hydral
50
1062
17.
P-0 l2 I
Tab. Lisinopril 1 0mg+Hydrochlorthiazide
12.5mg
200
1639
r8.
P-0123
Tab. Ranolazine XR 500mg
r00
I 190
Sr.
No.
r
a
zine 20 mgl ml
sh
Make/Country
and Drug
Registration
No.(to be
given by the
bidder)
5000
AtJ.9{*1ll^,*
Estimated
Price
(Rs.)
500
16575
0200
P-0124
Tab. Cilostazol5Omg
100
1275
20. P-0128
Tab. Ivabradine 5mg
100
212s
2l
P-0134
Inj. Streptokinase
s0
I
44000
22.
P-0135
Inj. Heparin 5000iu
3000
r
1
23.
P-0136
Tab. Warfarin Sod. 5mg
s0000
I
95000
24.
P-0140
Inj. Tirofiban 0.25mglml
20
27986
Tab. Beraprost Sodium 20mcg
3000
71400
t00
25920
19.
25. P-0142
1.50 miu
l0 mg
97000
26.
P-0143
Tab. Rivaroxaban
27.
P-021l
Inj Diazepam 10mg/2ml
25
510
Tab. Bromazepam3mg
3000
4500
Inj. Haloperidol 5mg/ml
l0
45
28. P-02
r5
29. P-0224
30.
P-0253
Inj. Pheniramine Maleate 22.7mg equivalent to
25mg Phenarmine Salicylate per ml in 2ml amp.
r00
100
31
P-0287
Tab. Carbirnazole 5mg
100
38
32.
P-0332
Tab. Potassium Chloride 500mg
l 0000
5504
JJ.
P-0335
Inj. Frusemide 20mg
I
0000
22000
34.
P-03s6
Tab. Frusemide 20mg, Spironolactone 5Omg
I
000
2600
35.
P-0377
Inj. Benzyl Penicillin I MIU
500
r
36.
P-0398
lnj. Benzathine Penicilline 1.2 MIU
260
4862
37.
P-0415
Tab. Cefuroxime Axetil 250mg
500
8955
38.
P-0430
Tab. Sodium Fusidate 25Omg
200
I
39.
P-0431
Inj. Fusidic Acid (as Diethanalamine Fusidate).
200
66600
r000
0200
580mg
40.
P-0435
Tab. Ethambutol400mg
100
122
4t
P-0436
T ab. Py razinamide
r00
68
42.
P-A$7
Tab. /Cap. Rifampicin 300rng
30
93
Inj. Streptomycin 1 gm.
l0
167
43. P-0441
5
00m g
.rt'\
/ILJ.LMIL*,
44. P-0482
Tab. Pyridoxine 5Omg
300
382
45. P-0486
Inj. Calcium Gluconate lOml
600
3960
46.
P-0492
Inj. Phytomenadione I Omg
r0
22
47.
P-0505
Inj. Aminophylline 250mg/l 0ml
30
432
48.
P-0514
Solution Ipratroprium Bromide 250mcg/ml for
nebulizer
5000
212500
Inj. Ketarnine HCI 50mg/ml (2ml)
200
4600
l0
r84
49. P-0602
50.
P-0603
Inj. Bupivac aineD.5%o (Plain)
51
P-0608
lnhaler Isoflorane
24
40800
52.
P-0609
Inhaler Sevoflorane
l0
77400
53.
P-0610
Inj. PropofollOmg/ml
600
1
56000
Inj. Ephedrine HCI 30mg/ml
50
I
0830
P-06t2
lnj. Adrenaline 1mg/ml
r
56. P-0613
Inj. Ketorolac 30mg/ml
30
t374
57. P-0614
Inj. Fentanyl0.5mg/ml
50
3450
54. P-0611
55.
(
1
Oml)
000
1446
58.
P-061s
Inj. Etomidate 20mgl1 0ml
100
29400
59.
P-0616
Inj. Nor-Adrenaline 1mg/ml
r80
34200
60.
P-0617
Inj. Phenyl Epherine l0mg/ml
100
3400
61.
P-0629
Cotton Bandages Gauze BPC specification
Loose Woven width lm length 30m.
270
131760
62.
P-0630
Cotton Bandages BPC 5cm. x 6m.
288
4680
63.
P-0640
Inj. Dextrose25oh Ampoule 20 ml
850
7947
64. P-0642
Inj. Distilled water 5ml
r
65.
P-0648
Inj. Potassium Chloride l5%
2000
13600
66.
P-0650
Inj. Sodium Bicarbonate 8.4%
600
7020
67.
P-0717
Inj. Protamine Sulphate 10mg/ml
900
I
600
3040
(
Utr5
fruil^jlLl*-*-'
50840
:rt::.iir.:i.::::.r,TT::,. ::=?.i1.:::
Fji.:i
rt,,
I
i':
68.
P-0729
Disposable Syringes 5OCC Ledur Lock
2700
94500
Individual Blister Pack
59. P-0730
Disposable Syringes 60CC
20
388
70.
Inj. Iopromide 300/370 l00ml
500
774500
7l
Inj. Iodixanol 320 mg /ml (50m1)
04
6l 85
1)
Methylated Spirit
200
29556
Liters
73.
Lidocaine Cetrimide Spray
02
6400
74.
Inj. Rocuronium Bromide lOmg/ml
25
6066
75.
lnj. Vecuronium Bromide 4mglml
r00
7510
TOTAL
3800573
AIJ%LIL--*
Total Items =75 Seventy Five
Total Estimated Price: Rs. 3800573/-
.,s,ry