87

Bid Reference No-09

Embed Size (px)

Citation preview

Page 1: Bid Reference No-09
Page 2: Bid Reference No-09
Page 3: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 1

TERMS & CONDITIONS FOR RATE CONTRACT OF DRUGS & MEDICAL CONSUMABLES

2009 DIRECTOR OF HEALTH SERVICES; ORISSA [HEALTH & F.W. DEPARTMENT, GOVT. OF ORISSA]

Tel / Fax No.: 0674 – 2380750 / 2380749

Bid Reference No. SDMU / 2009 – 2010 – DMC – II – 009

TENDER DOCUMENT FOR SUPPLY OF DRUGS AND MEDICAL CONSUMABLES ON RATE CONTRACT

FOR A PERIOD OF ONE YEAR FROM THE DATE OF APPROVAL OF TENDER

DATE OF COMMENCEMENT OF SALE OF THE TENDER DOCUMENT : 12.11.2009

(11 A.M to 4 P.M) PRE BID CONFERENCE : 01.12.2009 at 11:30AM

LAST DATE & TIME FOR SALE OF TENDER DOCUMENT : 14.12.2009 upto 4 PM

LAST DATE & TIME FOR RECEIPT OF TENDER : 15.12.2009 upto 11:30 AM

DATE & TIME OF OPENING OF TENDER (COVER A) : 15.12.2009 at 12 NOON DATE & TIME OF OPENING OF TENDER (COVER B) : will be intimated later on. PLACE OF OPENING OF TENDER : PRE BID CONFERENCE AND ADDRESS FOR COMMUNICATION : Deputy Director State Drug Management Unit AND In-front of Ram Mandir, Convent Square, RECEIPT OF TENDER DOCUMENTS Bhubaneswar, Orissa TEL / FAX – 0674 – 2380750 / 2380749 Email – [email protected] Website: www.orissa.gov.in/health

OFFICE OF THE DIRECTOR OF HEALTH SERVICES, ORISSA, BHUBANESWAR –751001

Page 4: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 2

SALE OF TENDER / BID DOCUMENT

A complete set of bidding documents may be purchased by prospective bidders on payment of a non-refundable fee as indicated below in the form of a Demand Draft in favour of Dy. Director, State Drug Management Unit, (O) payable at Bhubaneswar from any Nationalised /Scheduled Bank at the office of the Dy. Director, State Drug Management Unit, in front of Ram Mandir, Convent Square, Orissa, Bhubaneswar – 1 during office hours from 11 A.M. to 4 P.M. on all working days as mentioned in the tender document either in person or by post. The Bidders may download the Tender Documents directly from the WEBSITE available at www.orissa.gov.in (All Tenders). The Tender cost fee of Rs.2000/- Plus VAT @ 4% (Non-refundable) by way of separate Demand Draft drawn in favour Deputy Director, State Drug Management Unit, (O), Bhubaneswar should be enclosed alongwith the Technical Bid. The Bidders should specifically superscribe, “DOWNLOADED FROM THE WEBSITE” on the top left corner of the outer envelope containing Technical Bid and Price Bid separately. The Tender cost fee and the EMD amount should be submitted separately in separate demand drafts. In case of any bid amendment and clarification, responsibility lies with the bidders to collect the same from the website or the office notice board before last date of purchase of tender document and the DHS(O) shall have no responsibility for any delay / omission on part of the bidder.

a) Price of bidding document Rs.2000.00 plus VAT @ 4% (Non-refundable)

b) Postal charges, inland : Rs. 500.00 – (Extra)

The tender paper will be rejected if the bidder changes any clause or Annexure of the bid document downloaded from the website.

Page 5: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 3

TERMS AND CONDITIONS FOR ACCEPTANCE OF TENDER FOR SUPPLY OF DRUGS AND MEDICAL CONSUMABLES TO GOVERNMENT OF ORISSA ON RATE CONTRACT FOR A PERIOD OF ONE YEAR FROM THE DATE OF APPROVAL BY THE GOVERNMENT.

1.1 Sealed tenders will be received by Dated 15.12.2009 upto 11:30 AM by the

Director of Health Services, Orissa in the office of the Deputy Director, State

Drug Management Unit, In-front of Ram Mandir, Convent Square, BBSR-

751001, Orissa for the purchase of Drugs and Medical Consumables. Any

tender received after the due date & time will be rejected / returned unopened

to the sender. The Tenders will be received through Regd. Post / Courier

Service / Speed Post only.

1.2 The sealed tenders ‘Cover A’ (Technical Bid) submitted by the tenderer will

be opened by the Director of Health Services, Orissa at the Office of the Dy.

Director, State Drug Management Unit (O), in-front of Ram Mandir,

Bhubaneswar at 12 Noon on Dt. 15.12.2009. The tenderers or their duly

authorised representatives are allowed to be present during the opening of the

tenders if they so like.

1.3 The Bidders may download the Tender Documents directly from the

WEBSITE available at www.orissa.gov.in (view all tenders). The Tender cost

fee of Rs.2000/- Plus VAT @ 4% (Non-refundable) by way of separate

Demand Draft drawn in favour of Deputy Director, State Drug Management

Unit, (O), Bhubaneswar should be enclosed along-with the Technical Bid. The

Bidders should specifically superscribe, “DOWNLOADED FROM THE

WEBSITE” on the top left corner of the outer envelope containing Technical

Bid and Price Bid separately. The Tender cost fee and the EMD amount

should be submitted separately in two separate demand drafts. In case of any

bid amendment and clarification, responsibility lies with the bidders to collect

the same from the website or the office Notice Board before last date of

purchase of the tender document and the D.H.S (O) shall have no

responsibility for any delay / omission on part of the bidder.

Page 6: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 4

ELIGIBILITY CRITERIA:

2.1 Tenderers shall be a manufacturer having valid manufacturing license and or

loan license and GMP (by & large GMP certificate will not be accepted) as

per the revised Schedule M of Drugs & Cosmetics Act 1940 / WHO GMP or

direct importer having valid import license. Distributors / Suppliers / Agents /

C&F Agents / C&A Agents are not eligible to participate in the tender on

behalf of any company. The principal manufacturing units / the Tendering

firms whose annual turnover is Rs.10 crore or more for pharmaceutical

products in each of the year for last three financial years shall be eligible

to participate in the Tender. Responsibility of supply of stock shall be the

direct responsibility of the manufacturer who can raise the bills against such

supply. Payments will be made only in favour of the approved firm /

manufacturer of drugs & pharmaceutical products through e-payment

(online transfer / electronic money transfer) / Registered Post.

2.2. Tenderer / manufacturing unit which has been blacklisted for any item either

by the Tender inviting authority or by any state Govt. or central Govt.

organisation cannot participate in the Tender for that item during the period of

blacklisting.

2.3.1 The tenderer should have typically not less than 3 (three) years of

manufacturing and marketing experience in drugs / pharmaceutical products

supplying to the Government / Corporate / PSU Hospitals in India duly

supported by documentary evidence and attested by Notary Public / Gazetted

Officer (Annexure – III).

2.3.2 A certificate to this effect i.e. 2.3.1 should be submitted from the licensing

authority of the state that the quoted product is manufactured and marketed by

the tenderer since last 3 years.

2.4 Tenderer / firm / manufacturing unit is not eligible to participate in the present

tender who will have

(a) History of NIL supply during 2007-08 & 2008-09 (both financial year

added together) of four (4) or more items within the stipulated period.

Page 7: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 5

(b) History of supply of four (4) or more NSQ drugs / items during 2007-08 &

2008-09 (both financial year added together).

Note:

A. “A Manufacturer” is defined as a person / company having own

manufacturing unit or under loan license that performs all the manufacturing

and processing operations needed to produce drugs in their appropriate dosage

forms, including processing, blending, formulating, filling, packing, labeling

and quality testing with a valid license under Drugs & Cosmetics Act, 1940

and Rules.

B. Third party manufacturing units i.e. drugs manufactured by one unit and

marketed by another unit / firm will not be allowed to participate in the tender.

C. The term “Authorised Signatory”, means a Proprietor / Proprietress, or a

Managing Partner or an whole-time employee, in executive cadre, in a

Proprietorship Concern / Partnership Firm or a person who is working as

Managing Director / Director Finance / Director Marketing / General Manager

/ Assistant General Manager / Manager / Company Secretary in the Tenderer

Company, who has authority to take decision on the spot with regard to all the

aspects of the tender.

D. “Tenderer” means the Manufacturer / Importer participating in this tender.

E. Valid up-to-date means the certificate should be valid on the date or beyond

the opening of Tender (Cover-A) as per Tender conditions.

Sealed covers containing the tender in the prescribed form should be submitted in

two sealed covers, Cover “A” (Technical Bid) & Cover “B” (Price Bid) as

indicated below. Both the covers should be put into a third Cover, which should be

superscribed as “Tender for the supply of Drugs & Medical Consumables to the

Govt. of Orissa”. Reference No. SDMU / 200 – 200 – DMC – II – 009. The following certificates should be submitted in Cover “A” by the tenderer

(Technical Bid). All the photocopies are to be attested by a Gazetted Officer / Notary

Public.

Page 8: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 6

TECHNICAL BID (COVER – A) :

3.1 Earnest Money Deposit.

3.2.1 List of items quoted with strength / specification and packing.

3.2.2 Valid up-to-date Manufacturing License (including loan licenses if any) with

drug endorsement (i.e. the list of approved items issued at the time of grant

/ renewal of the license and it should be a single list) of the items quoted /

copy of import license if items quoted are imported / copy of BIS certificate

wherever applicable. In case of imported drugs / items valid registration

certificate issued by Drugs Controller General of India, New Delhi will have

to be submitted by the tenderer.

3.3.1 Detail name, address, telephone no., mobile No., fax, e-mail of the firm and of

the Director / Managing Partner / Proprietor of the firm. (As per Annexure

VI)

3.3.2 Address, Telephone No., mobile No., e-mail, Fax of the Branch Office /

Contact Person in Orissa. (As per Annexure VI)

3.4 Power of Attorney / Authorisation to a person for liaisioning and monitoring

the business on behalf of the manufacturer / tenderer but not entitled to raise

the bills.

3.5 Valid up-to-date Good Manufacturing Practice (GMP) certificate as per the

revised Schedule M of Drugs & Cosmetics Act 1940 / WHO GMP certificate

from the licensing authority.

3.6 Declaration for compliance of GMP as per Annexure – XII.

3.7 Sales tax / VAT clearance certificates till 31.03.2009 (wherever applicable).

3.8 An affidavit in the format as per Annexure - I for printing of logo / labeling &

abiding by the tender rules & conditions.

3.9 The original tender book duly signed & sealed in each page with original

receipt.

3.10 Checklist with detail of the documents enclosed in Cover ‘A’ (as per

Annexure – VII) with page number. The documents should be serially

arranged as per this Annexure VII and should be securely tied and bound.

Page 9: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 7

3.11 Certificate duly filled by the Auditor / Chartered Accountant (as per

Annexure – X) that the annual turnover of pharmaceutical products of the

tendering firm is Rs.10 crore or more in each financial year (as per clause No.

2.1) for last preceding 3 (three) financial years.

3.12 Market standing certificate by the licensing authority that the quoted

pharmaceutical product is manufactured and marketed by the tenderer since

last three years.

COVER – B (PRICE BID): 4. The tender form giving the rates for various drugs and medical consumables

should be submitted in a separate sealed cover hereafter called Cover ‘B’

(Price Bid).

4.1.1 The tender format (price schedule) in duplicate in the prescribed form (as

per Annexure – II) should be submitted inclusive of excise duty, insurance,

packing, forwarding and freight (i.e door delivery) but exclusive of Central

Sales Tax / VAT & Entry Tax only. The rate should be quoted for each tablet /

capsule / vial / ampoule / bottle / tube etc. i.e. only absolute rate (both in

figures and words). But supply will be made in unit pack as per Tender

specifications. The hard copy of price schedule must be signed & sealed in

each page by the tenderer.

4.1.2 In case of R.T.I. / S.T.I. KIT or combipack. The rate should be quoted for

the KIT / combipack only not for the individual item.

4.2 The Cover ‘B’ should contain the price schedule duly signed & stamped

(Annexure – II) by the tenderer along with the C.D. / Pen drive i.e. both soft

copy and hard copy (as per the format provided by SDMU) properly filled in

price column both in figures and words.

4.3 The Cover ‘B’ will be opened at the Office chamber of the Deputy Director,

State Drug Management Unit, in-front Ram Mandir, Bhubaneswar by the

Director of Health Services, Orissa, Bhubaneswar in the presence of the

tenderers or their authorised representatives. The date & time to this effect

will be intimated lateron.

Page 10: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 8

NON RESPONSIVE / REJECTION CRITERIA

4.4 The tender paper will be rejected if any of the following documents are wanting.

i) Earnest Money Deposit (EMD)

ii) Attested photocopies of up-to-date valid manufacturing license or loan

license with drug endorsement of the item quoted / Attested Photocopy

of up-to-date valid import license, if it is imported.

iii) Any pre-condition by the manufacturer / tenderer to supply / raise the

bills of the drugs & medical consumables through the distributor.

iv) Duly attested valid up-to-date Good Manufacturing Practices

Certificate (GMP) as per revised Schedule M (for manufacturers only)

or WHO GMP certificate.

v) Proof of annual turnover of Rs.10 crore or more in each year during the

preceding three (3) financial years (ref. Clause No. 2.1) only towards

pharmaceutical products being certified by Auditor / Chartered

Accountant (as per Annexure – X).

vi) Price Bid / quoted rates (hard copy) with out signature and seal of tenderer.

vii) Proof of Market Standing of 3 (three) years or more for pharmaceutical

products inside India by the tenderer. EARNEST MONEY DEPOSIT (BID SECURITY):

5.1 The earnest money deposit referred to at clause 3.1 will be Rs. 50,000.00

(Rupees fifty thousand) only will be submitted by the tenderer irrespective of

number of items quoted. The earnest money deposit must be paid in the shape

of demand draft in favour of the Dy. Director, State Drug Management Unit,

Orissa from any Nationalised / Scheduled Bank payable at Bhubaneswar

which will be deposited in the revolving fund of SDMU(O). This should be

submitted with the tender in Cover ‘A’. E.M.D. in shape of Cheque / Cash /

Postal Order will not be accepted.

Page 11: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 9

5.2 The E.M.D will be forfeited by the D.H.S. (O) if the tenderer

(a) Withdraws the tender in any respect within the validity of the bid or

does not accept the approved rates.

(b) Fails to furnish the required performance security within the specified

period.

5.3 The E.M.D of the unsuccessful bidders only will be returned back form the

revolving fund of SDMU (O) without interest after publication of the

approved list and E.M.D of the successful tenderers will be returned only after

the successful bidder deposits the performance security / security deposit

according to terms & conditions stipulated in the bid document.

SECURITY DEPOSIT (PERFORMANCE SECURITY):

6.1 The selected tenderer must deposit security money for the ordered items of

drugs/medical consumables in shape of Bank Draft from any Nationalised

Bank / Scheduled Bank in favour of the Dy. Director, State Drug Management

Unit, (O), Bhubaneswar only subject to a minimum of

Rs. 10,000/- (Rupees ten thousand) only and maximum of Rs.20,00,000/-

(Rupees twenty lakh) only, as per table 6.3 within 21 days from the date of

issue of purchase order which will be deposited in the revolving fund of

SDMU(O). In case the concerned firm fails to deposit the security money in

shape of Bank Draft in favour of Dy. Director, State Drug Management Unit,

Orissa no payment will be released to the firm / supplier / tenderer.

6.2 The security money (Bank Draft) will be returned back to the tenderer

without interest from the revolving fund of SDMU (O) after the expiry of the

approved list or completion of the supply & quality testing, which ever is

later.

6.3 The successful tenderer shall be required to pay security deposit as detailed

below.

Page 12: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 10

Sl. No Purchase order value details

Security deposit amount

(in Rs.) a. Total Value of contract (all orders in a

financial year) undertaken / purchase order upto 1 lakh

10,000/-

b. Total Value of contract (all orders in a financial year) undertaken / purchase order exceeding Rs.1 lakh and upto Rs.5 lakh

25,000/-

c. Total Value of contract (all orders in a financial year) undertaken / purchase order exceeding Rs.5 lakh and upto Rs.10 lakh

50,000/-

d. Total Value of contract (all orders in a financial year) undertaken / purchase order exceeding Rs.10 lakh and upto Rs.20 lakh

1,00,000/-

e. Total Value of contract (all orders in a financial year) undertaken / purchase order exceeding Rs.20 lakh and upto Rs.50 lakh

2,00,000/-

f. Total Value of contract (all orders in a financial year) undertaken / purchase order exceeding Rs.50 lakh to Rs.1Crore

5,00,000/-

g. Total Value of contract (all orders in a financial year) undertaken / purchase order exceeding Rs.1Crore to Rs.2 Crore

10,00,000/-

h. Total value of contracts ((all orders in a financial year) undertaken / purchase order exceeding Rs. 2 crore and above

20,00,000/-

TENDER CONDITIONS:

7.1 The quoted rate shall not vary with the quantum of order placed for

destination points.

7.2 A copy of the original tender conditions and the schedules should be signed

by the tenderer at the bottom of each page with the office seal duly affixed

and returned along with the tender in cover ‘A’. Tender schedule duly filled

in for Drugs and Medical Consumables should be returned with an index and

page number for the documents, enclosures & E.M.D. etc. The paging must

be done on all the documents submitted in “Cover A” & “Cover B”.

7.3 Tenders should be type-written or Computerised and every correction /over-

writing in the tender should invariably be attested with signature of the

Page 13: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 11

tenderer with date before submission of the tenders to the authorities

concerned. No revision of price (upward or downward) will be allowed once

the tender is opened (“Cover B”).

7.4.1 Each tender format (price schedule) must contain the rate of each Tab. / Cap. /

Inj. / Bottle which includes Excise Duty, Transportation (i.e. door delivery),

Insurance and all other charges etc. and excludes C.S.T / VAT & Entry Tax

only. The absolute rate should be quoted both in figures and words.

7.4.2 If there is a discrepancy between words and figures the amount mentioned in

words will prevail.

7.4.3 If there is discrepancy in absolute and unit rate (which is obtained by

multiplying the absolute rate with the total number in a unit pack) the

absolute price will prevail and the unit price will be corrected

accordingly.

7.5 The price quoted by the tenderers shall not in any case exceed the controlled

price, if any, fixed by the Central / State Govt. / N.P.P.A (National

Pharmaceutical Pricing Authority) and the Maximum Retail Price (MRP).

The Director of Health Services, Orissa at his discretion will exercise, the

right of revising the price at any stage so as to confirm to the controlled price

as the case may be.

7.6 To ensure sustained supply without any interruption the Director of Health

Services, Orissa reserves the right to split orders for supplying the

requirements among more than one tenderer provided that, the rates and other

conditions of supply are equal and with sufficient grounds. In case of non-

supply of any item by any approved lowest quoted firm, the D.H.S. (O) can

ask for willingness to of L2 / L3 / L4 / L5 firm to supply at L1 rate (lowest

approved rate) and procure the same item in L1 rate sequentially. The unit

packing should be uniform as prescribed for each item (Annexure – VIII).

7.7 The rates quoted and accepted will be binding on the tenderer for a

period of one year from the date of publication of the approved list or

that of publication of the next approved list whichever is earlier and on

Page 14: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 12

no account any increase in the price will be entertained till the

completion of this tender period.

7.8 No tenderer shall be allowed at any time on any ground whatsoever to claim

revision of or modification in the rates quoted by him. Clerical error,

typographical error etc. committed by the tenderers in the tender forms will

not be considered after opening of the tenders. Conditions such as

“SUBJECT TO AVAILABILITY, SUPPLY WILL BE MADE AS AND

WHEN SUPPLIES ARE RECEIVED” etc. will not be considered under

any circumstances and the tenders of those who have given such conditions

shall be treated as incomplete and for that reason, shall be summarily

rejected.

7.9 If at any time during the period of contract, the price of tendered items is

reduced or brought down by any law or act of the Central or State Govt. or by

the tenderer himself, the tenderer shall be morally and statutorily bound to

inform the Director of Health Services, Orissa immediately about such

reduction in the contracted prices. The Director of Health Services, Orissa is

empowered to unilaterally effect such reduction as is necessary in rates in

case the tenderer fails to notify or fails to agree for such reduction of rates. In

case of any enhancement in Excise Duty due to statutory Act of the Govt.

after the date of submission of the tenders and during the tender period, the

additional excise duty so levied will be allowed to be charged extra as

separate item without any change in price structure of the drugs approved

under the tender. For claiming the additional cost on account of the increase

in excise duty, the tenderer should produce letter from the concerned excise

authorities indicating his commitment for the supply made to the Director of

Health Services, Orissa on account of the increase in excise duty.

7.10 Preference will be given at the time of evaluation of the Tender to the

tenderers / firms having WHO GMP certificate for that item when the price

quoted by different firms are equal / same.

7.11 The Tax will be charged as per the guidelines given by the Finance Deptt.

from time to time. Only one Sales Tax either C.S.T / VAT will be paid to the

Page 15: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 13

supplier. In case of Entry Tax the supplier has to deposit the original receipt

to claim it, if finished goods are brought from outside the State. The Sales

Tax / VAT & E.T component should be shown separately in the cost price

(Price Schedule) (Annexure – II). 7.12 1.5% of the purchase order value will be deposited for all the supplies by the

firm in the shape of Bank Draft towards Quality Testing, Packing &

Forwarding charges before payment of his bill in favour of Deputy Director,

State Drug Management Unit, (O) to be deposited in the revolving fund. But

the supply of each drug / consumable must be in minimum batches. If more

than 1.5% of purchase order value is spent towards quality testing due to

more number of batches, the extra cost will be collected from the supplier.

The balance amount if any remaining due to less batch and bulk supply out of

1.5% will not be returned to the supplier & will be deposited in the revolving

fund. 7.13 2% of the purchase order value towards transportation cost will be deposited

by the supplier in favour of Deputy Director, State Drug Management Unit,

Bhubaneswar in shape of Bank Draft to be deposited in the revolving fund for

all supplies if the destination in purchase order is at Central Drug Store,

Bhubaneswar. The deposit should be made before the stock entry of bills

submitted to the S.D.M.U. If purchase order is placed for other destinations

except Central Drug Store, Bhubaneswar and the supplier / firm applies to

supply at Central Drug Store, Bhubaneswar this may only be allowed by the

Dy. Director, State Drug Management Unit, (O) depending on the situation

and space at Central Drug Store, Bhubaneswar with 2% transportation

charges if the purchase order value to one consignee for one item is less than

Rs. 10,000/- (Rupees ten thousand) only and the total order to that supplier

for all items is less than Rs. 20,000/- (Rupees twenty thousand) per consignee

only, as, ultimately the drugs will be transported to districts & medical

colleges. The D.H.S. (O) / Dy. Director, State Drug Management Unit, (O)

has the discretion to allow / refuse the consignment irrespective of the

amount to be delivered at Central Drug Store, Bhubaneswar depending upon

Page 16: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 14

the emergency situation, availability of space at Central Drug Store,

Bhubaneswar etc.

7.14 All the prices quoted should be in Indian Currency only, as the payments will

be made in Indian Currency only.

7.15 If the Govt. desires, it can extend the period of validity of approved list by

mutual consent.

7.16 In the event of the date being declared as a holiday for Govt. of Orissa, the

due date of submission of bids and opening of bids will be the following

working day at the appointed place & time.

7.17 All the documents submitted must be in English / Hindi / Oriya otherwise

its attested English version must be attached in the tender document.

7.18 A manufacturer / supplier will not be declared as part supplier / non-supplier

if he has completed 80% (eighty percent) of the ordered quantity within 70

days or within the extended period with liquidated damage charges.

7.19 The selected tenderer shall furnish the source of procurement of raw

materials utilised in the formulations and the costing as & when if required

by the purchasing authority. The Director of Health Services, Orissa / Dy.

Director, State Drug Management Unit, (O), Bhubaneswar reserves the right

to cancel the purchase order if the source of procurement of raw material and

costing are not furnished if asked for verification.

7.20 There will be a pre-bid conference prior to submission of Bids for a

discussion with the prospective bidders regarding their doubts.

7.21 The Director of Health Services, Orissa reserves the right to reject the tenders

or to accept the tenders for the supplies to all items or of any one or more of

the items tendered for without assigning any reason.

7.22 The Director of Health Services, Orissa will be at liberty to terminate by

assigning any reason there of the contract either wholly or in part. The

Page 17: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 15

tenderer will not be entitled for any compensation whatsoever in respect of

such termination.

7.23 If the tenderer fails to execute the supply within the stipulated time, the

Director of Health Services, Orissa is empowered to make emergency

purchases or purchase from L2, L3, L4 & L5 as the case may be and apply the

penal clauses on the defaulting firm.

7.24 The purchase order and the payments must be directly made to the

manufacturer and should never be handed over to the middleman / liaisioning

agent.

7.25 The quantity mentioned for each item in Annexure – IV are purely

approximate, the quantity of procurement may increase or decrease manifolds

depending on the budget provisions, new schemes, natural calamities and

epidemics etc.

7.26 The tender document is not transferable.

SUPPLY CONDITIONS:

8.1 The supplier / firm will supply as per the technical specification and print the

generic name in bold letters and brand name if approved by the licensing

authority may be printed in small font in strip / bottle / injection / packing /

foil / carton / box etc (Annexure – IV).

8.2 The tenderer should deliver the Drugs & Consumables to the different

warehouses (Door Delivery) of the state as per Annexure – V. The

insurance, storage & transport charges / courier charges if any will be borne

by the supplier. The short supply, damage if any at the time of delivery of

consignment shall be replaced by the supplier within seven days of the first

supply of indented items. 8.3 In all the cases the responsibility of the purchaser will start only after delivery

and due verification of goods.

8.4 The Composition & strength of each item tendered should be as per the

specification given in Annexure – IV (Technical Specification).

Page 18: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 16

8.5 All oral liquid preparations will be supplied in non-breakable plastic

containers as per standards laid down in I.P 96. The tenderer quoting for oral

liquid preparations will have to give an undertaking that the plastic containers

are made from materials confirming to Indian Pharmaceutical Specifications

standard and a copy of the test report of the plastic container used by them

are from an approved laboratory under the Drugs & Cosmetics Act and Rules

thereunder. If any of the item (Oral liquid preparation) in the Tender is not

permitted to be supplied in non breakable plastic containers as per I.P, the

same item can be packed in virgin glass bottle as per I.P.

8.6 Supply should be as per technical specification together with a detail label as

per rule 96 of D&C Rules 1945.

8.7 The D.H.S. (O) can place the purchase order for any item in a phased manner

to be supplied within a stipulated time limit depending on the requirements /

the scheme / situation.

8.8 The supply should be started immediately within 30 days & completed within

70 days from the date of issue of the purchase order. If no supply is received

upto 30 days or supply is not completed within 70 days from the date of issue

of purchase order, the Dy. Director, State Drug Management Unit, (O) may

cancel the order or allow extension of time as per liquidated damage clause

depending on the situation. The D.H.S. (O) has also the liberty to cancel

those orders and purchase the same item from L2, L3, L4 & L5 firm as the case

may be if the other firms agree to supply at L1 rate. The non-supplier will be

penalised as specified at clause 17. He shall also suffer forfeiture of the

E.M.D and security deposit.

8.9 The D.H.S. (O) has the liberty to instruct the tenderer / supplier to start the

supply immediately and complete within a specific period as per the situation

/ demand.

8.10 Each installment & batch of supply of drugs & medical consumables must be

accompanied with a test certificate that the supplied drug is of standard

Page 19: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 17

quality and as per the pharmacopoeial standard mentioned in technical

specification. The full name and qualification must be mentioned with the

signature of the certifying Chemist / Analyst.

8.11 The Drugs and Medical Consumables should arrive at the distribution point

(warehouse) with remaining shelf-life of at least 5/6th of the stipulated total

shelf-life from the date of manufacturing of that product.

8.12 The labels in all case of injectables should clearly indicate whether the

preparations are meant for INTRA VENOUS, INTRA- MUSCULAR or

SUB-CUTANEOUS or INTRADERMAL etc.

8.13 No item of Drugs and Consumables should bear the price of the item in its

Strip / Bottle / Carton / Packet / Box / Vial / Amp. / Than / Foil etc.

AGREEMENT:

9.1 The successful tenderer shall execute an agreement on a Rs.100/- Non Judicial

Stamp paper (stamp duty to be paid by the Tenderer) with the

Dy. Director, State Drug Management Unit, Orissa, Bhubaneswar within

30 days from the date of notification of approved list. The specimen format

of the agreement is as per Annexure – XI.

PACKAGING (As per Annexure – VIII) :

10.1 All the packaging should be primary (New). The supplier shall provide such

packaging of the goods as is required to prevent their damage or deterioration

during transit to their final destination. The packaging shall be sufficient to

withstand without limitation rough handling during transit and exposure to

extreme temperature, salt and precipitation during transit and upon storage.

All primary packaging containers, which come in contract with the drug

content, should strictly protect the quality and integrity of the drug and

medical consumables. (as per Annexure – VIII).

10.2 The packaging cartons must bear the name of the items (Generic names),

strength, total quantity, total weight, name of the manufacturer, month of

manufacturing and month of expiry (As per Annexure – VIII).

Page 20: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 18

The packaging should be as per specification given in Annexure – VIII.

10.3 Each Strip / Box / Carton / Bottle / Amp. / Vial / Than / Roll of Gauze and

Bandage shall bear the seal of the manufacturer and month of manufacturing,

month of expiry & Batch No. and labeling of “ORISSA GOVT. SUPPLY

NOT FOR SALE” “³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡”. (As per

Annexure – VIII & IX).

10.4 Labeling and packing of medicines and medical consumables should be as

per specification laid down under D&C Act, 1940 and Rules there under

made and modified.

10.5 The caps of bottles of preparations should not carry the name of the

Manufacturer / Supplier.

10.6 In case of Combipack / R.T.I. & S.T.I. KIT the items must be supplied in one

combipack only except Kit 3 where all the items will be packed in one box.

LOGOGRAMS AND LABELING:

11.1 The tenderer should give an undertaking (As per Annexure I) that he will

print a “ Orissa Govt. Supply Not For Sale” “³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R

É᧡ ÈäêÜ¡” in bold letters in contrast ink on each unit Strip / Box / carton /

Vial / Amp. / Bottle / Pkt. / Tubes / Cotton / Gauze / Bandage / Roller

Bandage & Foil etc. All the tablets and capsules have to be supplied in

standard packing as per technical / packaging specification enclosed in

Annexure – VIII. Affixing of stickers and rubber stamps shall not be

accepted except Gauze and Bandage. Failure to supply drugs & medical

consumables with the printing as specified above will be treated as breach of

the terms of agreement and render the tenderer liable to forfeiture of the

EMD and security deposit in addition to recovery of any attributable loss

incurred by the Director of Health Services, Orissa. It is applicable both for

SSI Units of state of Orissa as well as other firms uniformly.

QUALITY TESTING:

Page 21: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 19

12.1.1 The supplier / manufacturer must submit the test report of each batches being

supplied to the consignee from the testing laboratory (Annexure - XIII) at

the time of supply. Basing on the NABL standard quality test report the same

batch of drug can be distributed and used by the consignee / health

institutions.

12.1.2 But random samples of supplies in each batch will be chosen at the point of

supply or distribution / storage points for testing as a rechecking / in-house

procedure. The samples will be sent after coding (except hygroscopic drugs)

to different NABL laboratories for testing as decided by the Director of Health

Services, Orissa / Dy. Director State Drug Management Unit, (O). If the drugs

as per report is found to be not of standard quality in the first test, the supplier

will be required to replace the entire quantity (100%) of the batch declared

NSQ (Not of Standard Quality) or the cost of it in shape of Bank Draft in

favour of Deputy Director State Drug Management Unit, (O) / Director of

Health Services, Orissa to be deposited in the revolving fund for quality

testing / management of State Drug Management Unit and take back the

available stock (unused) in different Health Institutions of the State at his own

cost within a period of 30 days of the issue of the letter from the Director of

Health Services, Orissa / Dy. Director State Drug Management Unit, (O).

12.1.3 The supplier / manufacturer / firm must replace full (100%) of the supplied

quantity of drugs & medical consumables if the item fails before the expiry

date in respect of assay test / dissolution test / disintegration / pH / Sterility /

bacterial endotoxin / detection of any particulate matter / foreign particle etc.

irrespective of time duration of testing or intimation to the firms.

12.1.4 If the drugs / medical consumables fail or does not conform to other

parameters except the parameters mentioned above, the supplier will replace

50% of the stock already supplied or the unused balanced quantity available in

different stores / health institutions whichever is higher within 30 days of issue

of letter from the Directorate. The Technical Committee / Sub-Committee

will also decide the quantity to be replaced by the firm except the parameters

mentioned in 12.1.3 if there is any other defect in packaging, printing, strip

etc.

Page 22: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 20

12.1.5 If the supplier does not take back the NSQ stocks or does not challenge the 1st

test report within 30 days of issue of letter by the directorate, the concerned

health institution can destroy the NSQ stocks with intimation to the Deputy

Director, SDMU(O) & concerned Drug Inspector.

12.2 If the firm / supplier challenges the 1st NSQ test report within 15 days then

two separate samples of the same batch will be sent to 2 (two) other testing

laboratories. The majority opinion of the testing laboratories will be accepted.

The expenditure towards packing, forwarding and testing fees for two more

additional quality test (as decided by Dy. Director, S.D.M.U) will be deposited

by the supplier in advance within 15 days of issue of letter by the Directorate

for further 2 (two) tests which is in addition to 1.5% testing fees already

deposited by the supplier for Quality Testing. The quality testing will be done

in different NABL laboratories in rotation basis irrespective of variable quality

testing charges.

12.3 If it is found out that one batch of one item has come out to be NSQ two times

after challenge then the firm must replace the full supplied quantity of NSQ

batch or deposit the cost of it within one month and the firm will also be de-

recognised for 2 (two) years from the date of issue of the letter for that item

and no further supplies will be accepted from him for that item. The tenderer

will also not be eligible to participate in Director of Health Services, Orissa

Tenders for that item for supply of Drugs and Consumables for a period of 2

(two) years from the date of issue of letter, no further purchase order will be

placed to him & no further supplies will be accepted from him for 2 years.

Any amount (price) received by the firm for that product (Not of Standard

Quality) must be returned to Director of Health Services, Orissa within 15

days from the date of issue of the order or the amount so received will be

adjusted from any other dues payable to him or from the EMD and security

money deposited by the firm as the case may be. In case of SSI Units, if there

is no amount to be payable then the amount can be recovered from the

concerned firm under the OPDR Act, 1962. No further purchase order will be

placed to that firm for that product. Also in case of gross negligencies, where

Page 23: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 21

the tenderer is found to have supplied NSQ drugs & medical consumables and

fail to comply with the terms & conditions of supply mentioned in the Tender,

the security money will be forfeited and the firm will be blacklisted for a

period of two years from the date of issue of the letter.

12.4 If the same batch of one drug has been tested by the D.C (O) & Deputy

Director State Drug Management Unit, the NSQ report of either of the

authority will be accepted & actions will be taken accordingly. If the supplier

challenges the test report in the above circumstances then it will go for testing

to Central Drugs Testing Laboratory, whose report will be final.

12.5 If 2 (two) or more than 2 (two) batches of one item or two (2) times of one

batch of drug comes out to be Not of Standard Quality, then the supplier of

that item / drug will not be given any purchase order for that item / drug for a

period of 2 (two) years and the firm will be blacklisted for a period of 2 (two)

years and have to replace the full quantity of batch supplied within 30 days of

issue of letter.

12.6 The supplier shall be responsible for the full replacement in his own cost for

any product, if the same is found on visual inspection to have deteriorated /

not of standard quality before the expiry date.

12.7 The tenderer should clearly understand that the decision of the Director of

Health Services, Orissa or any Officer authorised by him / her relating to the

quality of the supplied Drugs, Medical Consumables etc. shall be final and

binding.

12.8 Random sample collection and testing of each batch medicines, medical

consumables and testing of plastic containers / glass bottles / packaging by

competent authority will be ensured by the Dy. Director, State Drug

Management Unit, (O). The expenses towards testing and handling charges

will be borne by the tenderer.

Page 24: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 22

EVALUATION PROCEDURE:

13.1 The rates of each item quoted by the tenderer will be evaluated after taking

the following points into consideration: -

a) Rates will be evaluated / compared after inclusion of the excise duty,

transportation, insurance, packing & forwarding.

b) Excluding Sales Tax, Entry Tax & VAT / CST.

c) After giving price preferences to eligible local S.S.I. Units of Orissa.

(Ref. Clause 18.6)

d) In case of R.T.I./S.T.I. KIT, the rate quoted for the single KIT

(Combipack) will be taken into consideration.

ISSUE OF PURCHASE ORDER:

14. The purchase orders will only be sent to the concerned manufacturing

firm by email and registered post / speed post / courier / fax.

LIQUIDATED DAMAGE:

15.1 The Dy. Director, State Drug Management Unit, (O) may allow extension for

a maximum period of 28 days, after the stipulated date of supply with the

penalty 0.5% of purchase order value as “Liquidated Damage”, for each week

upto a maximum of 2% on the value of the goods. So, the firm has to supply

medicines and other consumables without penalty upto 70 days and with

penalty of 0.5% each week for the delayed supplies upto a maximum of 2%.

15.2 The D.H.S. (O) may allow further 4 (four) weeks (28 days) beyond 98 days

only on justified grounds with a liquidated damage of 1% per week (7 days)

upto a maximum of 6% (2% for first 4 weeks + 4% for additional 4 weeks) of

purchase order value as liquidated damage i.e. from 71 days to 126 days from

the date of issue of purchase order i.e. 2% from 71 to 98 days, 4% from 99 to

126 days). No firm can claim extension of times for supply beyond 70 days

Page 25: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 23

from issue of purchase order. The D.H.S. (O) can apply all the penal clauses

for non-supply / part supply beyond 70 days from issue of purchase order.

The details of the liquidated damages to be charged on the purchase order

value are as per the followings:

(71st to 77th – 0.5%, 78th to 84th – 1%, 85th to 91st – 1.5%, 92nd to 98th – 2%,

99th to 105th – 3%, 106th to 112th – 4%, 113th to 119th – 5% & 120th to

126th – 6%).

15.3 If the supplier fails to complete the supply within the extended period, (70

days as per order or 98/126 days if allowed by Dy. Director, State Drug

Management Unit, (O) / D.H.S. (O)) i.e., within the period of liquidated

damage, no further purchase order will be placed to the firm for the said item

and the concerned firm will be blacklisted for that item for two (2) years from

the date of issue of letter.

TERMS OF PAYMENT:

16.1 No advance payments towards cost of Drugs, Consumables etc. will be made

to the supplier. The supplier has to submit 4 (four) copies of the bills or

invoices with a photocopy of the purchase order and the test certificate at the

place of supply for stock entry.

16.2 100% (full payment) of the value of the Drugs and Medical Consumables

supplied shall be made on receipt of the stock entry certificate on the body of

the bill / invoice from the warehouses along with the test report. Such

payment shall be made usually within two months from the delivery of the

goods. 16.3 Payments will only be released after keeping the security deposit, the quality

testing charges, replacement / cost of NSQ items and transportation charges if

any from the supplier, if they have not deposited same before.

16.4 A. All payments will only be made online (e-payment / e-transfer) or

registered post to the concerned manufacturer / supplier after clearance

of all pending dues.

Page 26: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 24

B. To receive the payment online (e-payment / e-transfer) the selected

firm has to open an account in the selected bank as per the guideline of

the Dy. Director, State Drug Management Unit, (O), Bhubaneswar and

submit details of the Bank Account No., MICR No. etc with a sample

of cancelled cheque.

16.5 No payment will be made to the supplier

(a) if the firm have not replaced the Not of Standard Quality (NSQ) (final

report) drugs or cost of it.

(b) if the firm have not cleared the quality testing or transportation charges

and security deposit as per the Tender terms & conditions.

But the D.H.S (O) / Deputy Director, State Drug Management Unit,

Bhubaneswar may keep an amount equal or more than the pending dues to be

paid by the firm from their payments and may forfeit the same after 30 days

notice. The forfeited amount may be kept in the revolving fund towards

quality testing / NSQ / transportation charges.

16.6 No claims shall be made against the Director of Health Services, Orissa in

respect of interest on earnest money deposit or security deposit or delayed

payment or any other deposit.

PENALTIES:

17.1 If the successful tenderer fails to execute the work order and /or deposit the

required security deposit and / or quality testing fees or / replacement of NSQ

stock and transportation charges within the time specified or withdraws his

tender / unable to undertake the contract or supply as per purchase order, his

purchase order will be cancelled and the earnest money deposited and / or

security deposit by him shall stand forfeited. He will also be liable for the

damages sustained by the Director of Health Services, Orissa. Such damages

shall be assessed by the Director of Health Services, Orissa, whose decision

will be final in the matter. The defaulting firm will be de-recognised for 2

(two) years from the date of issue of letter. The D.H.S. (O) can forfeit the

EMD or security deposit of the defaulting firms and de-recognise / black list

Page 27: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 25

the said firms for 2 (two) years from the date of issue of letter. All the

forfeited amount (EMD and or Security Deposit) may be deposited in the

revolving fund of SDMU (O) and can be utilized for procurement of essential

medicines.

17.2 If any Drugs and Medical Consumables supplied by the tenderer being

partially or wholly used or consumed after supply and are subsequently found

to be in bad order, unsound, inferior in quality or description or otherwise

faulty or unfit for consumption, then the firm has to replace the quantity as

per quality testing Rules (12.1 to 12.8) or the contract price or prices of such

items will be recovered from the tenderer and the firm will be de-recognised

for 2 (two) years for that item from the date of issue of letter as per the

quality testing rules.

17.3 Non – performance of contract provisions, part supply & non supply of

purchase order will disqualify a firm to participate in the tender for a period

of 2 (two) years from the date of issue of order and his E.M.D & or security

deposit submitted for that item will be forfeited and no further purchase order

will be placed to that firm for that item.

17.3.1 Tenderer / firm / manufacturing unit who

(a) fails to supply four (4) or more items within the stipulated supply

period (i.e. 70 days from the date of issue of order)

(b) supply 4 (four) or more Not of Standard Quality (NSQ) drugs / items to

the Health & F.W. Department from the orders issued out of the

approved list of this tender can not participate in the next tenders for a

period of 2 (two) years from the date of issue of order by the

appropriate authority.

17.4 In all the conditions except Govt. decisions the decision of the Director of

Health Services, Orissa shall be final and binding. The Director of Health

Services can de-recognise the defaulting firms for period of two years from

the date of issue of letter to the concerned firm for non-supply / part-supply

or if two or more than 2 (two) batches of one item or two (2) times of one

batch of drug comes out to be Not of Standard Quality.

Page 28: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 26

17.5 In the event of any litigation arising out of the tender such matters would be

subject to the jurisdiction of High Court, Orissa or Civil Courts,

Bhubaneswar.

CONDITIONS APPLICABLE TO SSI UNITS OF THE STATE:

18. The SSI Units of the State of Orissa will be eligible to participate in the

tenders and get the price preference provided & they have to produce the

following attested photocopy of the following documents:

18.1 Copy of valid manufacturing license of the quoted products.

18.2 Proof of annual turnover for the last three years as per clause 2.1, 3.12 &

4.4(V).

18.3 Valid up-to-date Good Manufacturing Practice (GMP) certificate as per

revised Schedule M or WHO GMP certificate.

18.4 Non-conviction certificate for last three years from the licensing authority.

18.5 P.M.T Certificate from the Director of Industries, Orissa or General Manager

District Industries Centre that it is a SSI Units of the State of Orissa, provided

that SSI units has not been derecognised by the Govt. for that specified

period.

18.6 A. Local SSI Units and Khadi & Village industrial units including

handloom and handicrafts will enjoy a price preference of 5% over

local Medium and Large Industries and Industries outside the State

(Orissa).

B. Any local SSI Unit having valid ISO / ISI certification for it’s product

will get an additional price preference of 3%.

C. The price preference ( A & B) will not be applicable if evaluation is

made amongst / between local SSI Units of the State (Orissa.)

18.7 The supplies will be delivered by the approved SSI Units at the destination

points as mentioned in Annexure – V.

18.8 Clause number 1 to 17 are also applicable to the Small Scale Industry Units

of the state of Orissa.

Page 29: Bid Reference No-09

TENDER DRUGS - 2009-2010 – I - 27

ANNEXURE – I As per Clause 3.9

11.1

DECLARATION I/We M/s._________________________________________________ represented

by its Proprietor / Managing Partner / Managing Director having its Registered Office at

________________________________________________and its Factory Premises at

____________________________________________________ do hereby declare that

I/We have carefully read all the conditions of tender in Ref. No.

for supply of drugs & medical consumables for a period of one year on rate contract

basis from the date of publication of approved list and will abide by with all the terms

conditions of the Tender.

I/We declare that we posses the valid license and GMP Certificate (GMP) as per revised Schedule-‘M’ / WHO GMP issued by the Competent Authority and complies and continue to comply with the conditions laid in revised Schedule M of Drugs & Cosmetics Act, 1940 and the Rules made there under. I/We furnish the particulars in this regard in enclosure to this declaration. I/We do hereby declare that I/We have not been derecognised / blacklisted by any State Govt. / Govt. of India / Union Territory / Govt. organization / Govt. Health Institutions for supply of Not of Standard Quality drugs or medical consumables or for part-supply / non-supply. I/We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or Security Deposit and blacklist me/us for a period of 5 years if, any information furnished by us proved to be false at the time of inspection / verification and not complying with the conditions as per the revised Schedule M of the said Act / not abiding by the tender terms & conditions.

I/We do hereby declare that I will supply the drugs & medical consumables as per the terms & conditions of the tender document, print in bold letters “ Orissa Govt. Supply Not For Sale” “³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡” in contrast ink on the Carton / Strip / Packets / Foils / Amp. / Vial / Bottle as the case may be. Signature of the bidder : Date : Name & Address of the Firm: Affidavit before Notary Public

Page 30: Bid Reference No-09

28

ANNEXURE - II

As per Clause - 4.1

7.4 / 7.11 MODEL TENDER FORMAT (PRICE SCHEDULE)

Whether S. S. I. Unit of Orissa : Yes / No

Rates will be quoted for absolute only which includes excise duty , packing , forwarding / transportation & (Door Delivery) excludes Sales

Tax / VAT & Entry Tax but supply will be made in unit pack Sl. No. Drug Code Generic Name of the Drug

Strength & Composition / Specification

Rate for each Tab. / Cap / Amp / Vial / Bottle / Roll etc. (Absolute rate) in Rs. both in words and figures.

Remarks

1 2 3 4 5 6 Signature of the Bidder : Name : Place : Address : Date : Note : 1. The drug code of each item must be mentioned. 2. Only generic names should be quoted. ( see clause 8.1 of tender condition ) 3. The Page No. of the item endorsement which has been quoted should be indicated in the remark column & should be underlined in the endorsement page. 4. This model tender format which is in the floppy / CD should also be filled up & submitted in Cover - 'B' only.

5. Quoted Price: a. If there is difference in figures & words, the words will be taken into consideration b. The rates should be quoted for absolute only both in figures and words but all supplies will be made in unit pack only. c. If there is discrepancies in absolute & unit rate the absolute price will prevail and the unit price will be corrected accordingly.

Page 31: Bid Reference No-09

29

ANNEXURE - III As per Clause – 2.3

MARKET EXPERIENCE CERTIFICATE (PROFORMA FOR PERFORMANCE STATEMENT)

(For a period of last three years) (ITEM WISE)

Name of the Firm / Supplier :

Date of completion of delivery Order Placed By

(Full address of the Purchaser) Order No. & Date

Description & quantity of ordered Drugs, Medical Consumables and / or

Vaccines

Value of order

As per contract Actual

Remarks indicating reasons for late delivery,

if any

Was the supply of Drugs, Medical Consumables and / or Vaccines

satisfactory ? (Attach a certificate from the Purchaser / Consignee)

Signature and seal of the Bidder

Page 32: Bid Reference No-09

30

ANNEXURE - IV As per Clause - 8.1, 8.4, 8.5, 8.6

SCHEDULE OF REQUIREMENTS WITH TECHNICAL SPECIFICATIONS FOR

SPECIFIC DRUGS, MEDICAL CONSUMABLES AND / OR VACCINES

Sl No

Drug Code Drug Name Pharmacopoeial

Standard. Specification / Strength Unit Pack Remarks

1. Category: General Anaesthetics 1 D01001 Inj. Ketamine HCl IP 57.7 mg of Ketamine HCl

Equivalent to 50 mg of Ketamine 10 ml/Vial

20 Vials/Box

2 D01002 Inj. Thiopentone Sodium IP 500 mg/Vial 500 mg/Vial 20 Vials/Box

1.1 Sub Category: Local Anaesthetics 3 D02001 Inj. Lignocaine HCl IP 2% w/v 30 ml/Vial

20 Vials/Box

4 D02003 Inj. Lignocaine HCl and Adrenaline Bitartrate

IP Lignocaine HCl - 21.3 mg / ml + Adrenaline 0.5 mg / ml

30 ml/Vial 20 Vials/Box

5 D02006 Inj. Bupivacaine IP 5mg/ml 20 ml/Vial 20 Vials/Box

6 D02007 Lidocaine Hydrochloride gel 2% 30gm/Tube 30gm/Tube 20Tubes/Box

1.2 Sub Category: Pre-Operative Medication 7 D01007 Inj. Midazolam BP 1 mg/ml 10 ml/Vial

20 Vials/Box

8 D03002 Inj. Glycopyrrolate USP 0.2 mg/ml 1 ml/Amp 20 Amps/Box

Page 33: Bid Reference No-09

31

1.3 Sub Category: Muscle Relaxants and Cholinesterase Inhibitors

9 D01008 Inj. Atracurium Besylate EP 10 mg/ml 2.5 ml/Amp 20 Amps/Box

10 D24001 Inj. Neostigmine Methylsulphate IP 0.5 mg/ml 2ml/Amp 20 Amps/Box

11 D24003 Inj. Succinyl Choline Chloride IP 50 mg/ml 2 ml/Vial 20 Vials/Box

12 D24005 Inj. Vecuronium Bromide BP 4mg/2ml 2 ml/Vial 20 Vials/Box

2. Category: Analgesics, Anti- Pyretics & Anti-inflammatory Drugs

2.1 Sub Category: Non-Opioid Analgesics 13 D04022 Tab. Paracetamol Kid (Disp. Tab.)

(Aluminium foil/Blister pack) IP 125 mg/Tab 10 Tabs/Strip

10 Strips/Box

14 D04003 Syp. Paracetamol (with measuring cap and palatable, plastic container as per I.P)

IP 125 mg/5 ml 60 ml/Bottle 20 Bottles/Box

15 D04004 Inj. Paracetamol IP 150 mg/ml 2 ml/Amp 20 Amps/Box

16 D04026 Paracetamol Drop (with dropper and palatable, container as per I.P)

IP 100 mg/ 5 ml 15ml / Bottle 20 Bottles/Box

17 D04027 Susp. Paracetamol and Ibuprofen (with measuring cap and palatable, plastic container as per I.P)

Paracetamol 125mg and Ibuprofen 100mg / 5ml

60 ml/Bottle 20 Bottles/Box

18 D04009 Tab. Diclofenac Sodium (Coated) (Aluminium foil/Blister pack)

IP 50 mg/Tab 10 Tabs/Strip 10 Strips/Box

19 D04010 Inj. Diclofenac Sodium IP 25 mg/ml 3 ml/Amp 20 Amps/Box

Page 34: Bid Reference No-09

32

20 D04015 Tab. Nimesulide (Coated)

(Aluminium foil/Blister pack) BP 100 mg/Tab 10 Tabs/Strip

10 Strips/Box

21 D04023 Tab. Etoricoxib (Coated) (Aluminium foil/Blister pack)

90mg/Tab 10 Tabs/Strip 10 Strips/Box

2.2 Sub Category: Opioid Analgesics 22 D04028 Tab. Codeine Phosphate

(Aluminium foil/Blister pack) BP 15mg/Tab 10 Tabs/Strip

10 Strips/Box

23 D04029 Inj. Pethidine Hydrochloride IP 100mg / 2ml 2 ml/Amp 20 Amps/Box

24 D04008 Inj. Pentazocine Lactate IP 30 mg/ml (equivalent of 30 mg of

pentazocine) /ml

1ml/Amp 20 Amps/Box

25 D04021 Inj. Tramadol HCl BP 50 mg/ml 2 ml/Amp 20 Amps/Box

26 D04030 Tab. Tramadol Hydrochloride (Coated) (Aluminium foil/Blister pack)

Each tablet contains Tramadol HCl BP 100 mg

10 Tabs/Strip 10 Strips/Box

3. Category: Anti- Allergic Drugs 27 D05001 Inj. Dexamethasone Sodium

Phosphate IP 4 mg/ml (4.4 mg of

Dexamethasone sodium phospate is equivalent to 4 mg. of

Dexamethasone Phosphate)

2 ml/Vial 20 Vials/Box

28 D05002 Inj. Hydrocortisone Sodium Succinate (with diluents in plastic container)

IP 100 mg of hydrocortisone/Vial 2 ml/Vial 20 Vials/Box

29 D05004 Tab. Prednisolone (Aluminium foil/Blister pack)

IP 5 mg/Tab 10 Tabs/Strip 10 Strips/Box

Page 35: Bid Reference No-09

33

30 D05015 Tab. Prednisolone (Aluminium foil/Blister pack)

IP 10 mg/Tab 10 Tabs/Strip 10 Strips/Box

31 D05005 Inj. Adrenaline Bitartrate IP 1mg/ml (1:1000) 1ml/Amp 20 Amps/Box

32 D05006 Tab. Chlorpheniramine Maleate (Aluminium foil/Blister pack)

IP 4 mg/Tab 10 Tabs/Strip 10 Strips/Box

33 D05007 Inj. Pheniramine Maleate IP 22.75 mg/ml 2 ml/Amp 20 Amps/Box

34 D05011 Syp. Cetrizine Dihydrochloride (with measuring cap and palatable, plastic container as per I.P)

BP 5 mg/ 5 ml 30 ml/Bottle 20 Bottles/Box

4. Category: Antidotes Used in Poisoning 35 D03003 Inj. Naloxone HCl USP 0.4 mg/ml 1 ml/Amp

20 Amps/Box

36 D03004 Potassium Permanganate IP 100 gm crystals / pack 100 gm/Pack 20 Packs/Box

37 D06001 Inj. Dimercaprol IP 100 mg/2ml (In Arachis Oil + Benzyl Benzoate Mixture)

2 ml/Vial 20 Vials/Box

38 D06002 Inj. Pralidoxime Chloride / Iodide IP 500 mg/20 ml 20 ml/Vial 20 Vials/Box

5. Category: Anti-Epileptics Drugs 39 D07001 Tab. Phenobarbitone

(Aluminium foil/Blister pack) IP 30 mg/Tab 10 Tabs/Strip

10 Strips/Box

40 D07011 Phenobarbitone Oral Solution (with measuring cap and palatable, plastic container as per I.P)

USP 20mg/5ml 60 ml/Bottle 20 Bottles/Box

41 D07003 Tab. Carbamazepine (Controlled Release) (Aluminium foil/Blister pack)

IP 200 mg/Tab. 10 Tabs/Strip 10 Strips/Box

Page 36: Bid Reference No-09

34

42 D07005 Tab. Sodium Valproate (Enteric Coated) (Aluminium foil/Blister pack)

IP 200 mg/Tab (Controlled Release)

10 Tabs/Strip 10 Strips/Box

43 D07012 Elixir Sodium Valproate (with measuring cap and palatable plastic container as per I.P)

IP 200 mg / 5ml 100 ml/Bottle 20 Bottles/Box

44 D07013 Inj. Fosphenytoin Sodium 75mg/ml 2 ml/Amp 20 Amps/Box

45 D07010 Inj. Lorazepam IP 1 mg/ml 2 ml/Amp 20 Amps/Box

6. Category: Anti-Infective / Anthelmintic Drugs

6.1 Sub Category: Anthelmintic Drugs 46 D08001 Tab. Mebendazole

(Aluminium foil/Blister pack) IP 100 mg/Tab 6 Tabs/Strip

10 Strips/Box

47 D08003 Susp. Albendazole (with measuring cap and palatable plastic container as per I.P)

USP 200 mg/5ml 10 ml/Bottle 20 Bottles/Box

6.2 Sub Category: Anti - Bacterial Drugs 48 D09003 Susp. Cotrimoxazole

(with measuring cap and palatable, plastic container as per I.P)

IP (Trimethoprim 40mg + Sulphamethoxazole 200mg) / 5ml

50 ml/Bottle 20 Bottles/Box

49 D09065 Tab. Cotrimoxazole Kid (Disp. Tab.) (Aluminium foil/Blister pack)

IP TMP 20mg + SMZ 100mg / Tab 10 Tabs/Strip 10 Strips/Box

50 D09056 Inj. Ampicillin Sodium (with diluents in plastic container)

IP Equivalent to 250 mg of anhydrous Ampicillin/Vial

250mg / Vial 20 Vials / Box

Page 37: Bid Reference No-09

35

51 D09012 Tab. Amoxycillin Trihydrate

(Dispersible) (Aluminium foil/Blister pack)

IP Equivalent to 250 mg/Tab of Amoxicillin (Dispersible Tablet)

10 Tabs/Strip 10 Strips/Box

52 D09050 Cap. Amoxycillin Trihydrate (Aluminium foil/Blister pack)

IP 500 mg/Cap 10 Caps/Strip 10 Strips/Box

53 D09060 Susp. Amoxycillin Powder (with measuring cap and palatableplastic container as per I.P)

125 mg / 5ml 60ml/Bottle 20 Bottles/Box

54 D09064 Inj. Cloxacillin Sodium (with diluents in plastic container)

IP Equivalent to Inj. 250 mg of Cloxacillin/Vial

250mg/Vial 20Vials / Box

55 D09070 Cap. Tetracycline (Aluminium foil/Blister pack)

IP 500 mg/Cap 10 Caps/Strip 10 Strips/Box

56 D09006 Inj. Benzathine Penicillin (with diluents in plastic container)

IP 12 LU / Vial 12 Lacs / Vial 20 Vial/Box

57 D090063 Inj. Benzathine Penicillin (with diluents in plastic container)

IP 6 LU / Vial 6 Lacs / Vial 20 Vial/Box

58 D09007 Inj. Ciprofloxacin I.V. IP 200mg/100ml (FFS / BFS Plastic Container)

100 ml/Bottle 20 Bottles/Box

59 D09020 Tab. Ciprofloxacin HCl (Aluminium foil/Blister pack)

IP 500 mg/Tab 10 Tabs/Strip 10 Strips/Box

60 D09049 Tab. Ciprofloxacin HCl (Aluminium foil/Blister pack)

IP 250 mg/Tab 10 Tabs/Strip 10 Strips/Box

61 D09017 Tab. Norfloxacin (Aluminium foil/Blister pack)

IP 400 mg/Tab 10 Tabs/Strip 10 Strips/Box

62 D09066 Tab. Norfloxacin (Disp. Tab.) (Aluminium foil/Blister pack)

IP 100 mg/Tab 10 Tabs/Strip 10 Strips/Box

63 D09084 Tab. Ofloxacin (Aluminium foil/Blister pack)

400 mg/Tab 10 Tabs/Strip 10 Strips/Box

Page 38: Bid Reference No-09

36

64 D09072 Tab. Ofloxacin DT

(Aluminium foil/Blister pack) IP 100 mg/Tab 10 Tabs/Strip

10 Strips/Box

65 D09073 Inj. Ofloxacin I.V IP 2mg/ml (FFS/ BFS, Plastic Container)

100 ml/Bottle 20 Bottles/Box

66 D09085 Susp. Ofloxacin (with measuring cap and palatable, plastic container as per I.P)

100mg / 5ml 60 ml/Bottle 20 Bottles/Box

67 D09035 Tab. Roxithromycin (Aluminium foil/Blister pack)

150 mg/Tab 10 Tabs/Strip 10 Strips/Box

68 D09059 Tab. Roxithromycin (Disp. Tab.) (Aluminium foil/Blister pack)

50 mg/Tab 10 Tabs/Strip 10 Strips/Box

69 D09036 Susp. Roxithromycin (with measuring cap and palatable, plastic container as per I.P)

50 mg/5ml 60 ml/Bottle 20 Bottles/Box

70 D09009 Inj. Gentamycin Sulphate IP 40 mg/ml 2 ml/Vial 20 Vials/Box

71 D09019 Inj. Amikacin Sulphate IP 500 mg/2ml equivalent of Amikacin 2 ml/Vial 20 Vials/Box

72 D09046 Inj. Amikacin Sulphate IP 100 mg/2ml equivalent of Amikacin 2 ml/Vial 20 Vials/Box

73 D09026 Tab. Cefadroxil (Aluminium foil/Blister pack)

IP 500 mg/Tab 10 Tabs/Strip 10 Strips/Box

74 D09051 Tab. Cefadroxil (Dispersible) (Aluminium foil/Blister pack)

IP 250 mg/Tab. (DT) 10 Tabs/Strip 10 Strips/Box

75 D09053 Inj. Cefotaxime Sodium (with diluents in plastic container)

IP 250 mg/Vial 250 mg/Vial 20 Vials/Box

76 D09054 Inj. Cefotaxime Sodium (with diluents in plastic container)

IP 1gm/Vial 1gm/Vial 20 Vials/Box

Page 39: Bid Reference No-09

37

77 D09077 Tab. Azithromycin

(Aluminium Foil/Blister pack) IP 500 mg/Tab 3 Tabs/Strip

10 Strips/Box

78 D09078 Inj. Cefoperazone & Sulbactam (with diluents in plastic container)

500mg Cefoperazone + 500mg Sulbactam

1gm/Vial 20 Vials/Box

79 D09086 Inj. Cefoperazone & Sulbactam (with diluents in plastic container)

250mg Cefoperazone + 250mg Sulbactam

500mg/Vial 20 Vials/Box

80 D09087 Inj. Piperacillin + Tazobactam (with diluents in plastic container)

Piperacillin 4gm + Tazobactam 500mg

4.5 gm/Vial 20 Vials/Box

81 D09088 Inj. Piperacillin + Tazobactam (with diluents in plastic container)

Piperacillin 2gm + Tazobactam 250mg

2.25 gm/Vial 20 Vials/Box

82 D09089 Susp. Azithromycin (with measuring cap and palatable, plastic container as per I.P)

USP 100mg / 5ml 15 ml/Bottle 20 Bottles/Box

83 D09090 Tab. Cefixime (Dispersible) (Aluminium Foil/Blister pack)

50mg/Tab 10 Tabs/Strip 10 Strips/Box

84 D09091 Tab. Cefixime (Aluminium Foil/Blister pack)

IP 200mg/Tab 10 Tabs/Strip 10 Strips/Box

6.3 Sub-Category: Anti Leprosy Drugs 85 D10001 Tab. Dapsone

(Aluminium foil/Blister pack) IP 100 mg/Tab 10 Tabs/Strip

10 Strips/Box

86 D10002 Cap. Clofazimine (Aluminium foil/Blister pack)

IP 100 mg/Cap 10 Caps/Strip 10 Strips/Box

6.4 Sub Category: Anti- Tubercular Drugs 87 D11001 Inj. Streptomycin Sulphate IP 0.75 gm/Vial 0.75 gm/Vial

20 Vials/Box

88 D11002 Cap. Rifampicin (Aluminium foil/Blister pack)

IP 150 mg/Cap 10 Caps/Strip 10 Strips/Box

Page 40: Bid Reference No-09

38

89 D11003 Cap. Rifampicin (Aluminium foil/Blister pack)

IP 450 mg/Cap 10 Caps/Strip 10 Strips/Box

90 D11009 Susp. Rifampicin (with measuring cap and palatable, plastic container as per I.P)

BP 100 mg/5ml 200 ml/Bottle 20 Bottles/Box

91 D11004 Tab. INH (Coated) (Aluminium foil/Blister pack)

IP 100 mg/Tab 10 Tabs/Strip 10 Strips/Box

92 D11005 Tab. INH (Coated) (Aluminium foil/Blister pack)

IP 300 mg/Tab 10 Tabs/Strip 10 Strips/Box

93 D11007 Tab. Ethambutol (coated) (Aluminium foil/Blister pack)

IP 400 mg/Tab 10 Tabs/Strip 10 Strips/Box

94 D11010 Tab. Pyrazinamide (Coated) (Aluminium foil/Blister pack)

IP 750 mg/Tab 10 Tabs/Strip 10 Strips/Box

6.5 Sub Category: Anti- Fungal Drugs 95 D12008 Tab. Fluconazole

(Aluminium foil/Blister pack) USP 150 mg/Tab 10 Tabs/Strip

10 Strips/Box

96 D12007 Tab Fluconazole (Aluminium foil/Blister pack)

IP 50 mg/Tab 10 Tabs/Strip 10 Strips/Box

97 D12009 Clotrimazole Vaginal Pessaries with applicator

IP 100 mg / Pessary 6 Peassary/Strip10 Strips/Box

98 D12011 Clotrimazole Vaginal Gel with applicator

IP Clotrimazole 2% w/w 30gm/Tube 20Tubes/Box

99 D12012 Clotrimazole Lotion (Plastic container)

IP Clotrimazole 1% w/w 10ml/Vial 20 Vials/Box

100 D12015 Tab. Terbinafine (Aluminium foil/Blister pack)

250mg/Tab. 10 Tabs/Strip 10 Strips/Box

Page 41: Bid Reference No-09

39

6.6 Sub Category: Anti- Protozoal(Anti-Amoebic) Drugs

101 D13001 Tab. Tinidazole (Coated) (Aluminium foil/Blister pack)

IP 300 mg/Tab 10 Tabs/Strip 10 Strips/Box

102 D13003 Inj. Metronidazole I.V IP 500 mg/100 ml Bottle (FFS / BFS Plastic Container)

100 ml/Bottle 20 Bottles/Box

103 D13007 Susp. Metronidazole(Oral Susp.) (with measuring cap and palatable, plastic container as per I.P)

IP 200 mg/5 ml (100mg of Metronidazole Benzoate is

equivalent of 62.5 mg of Metronidazole)

60 ml/Bottle 20 Bottles/Box

104 D13008 Tab. Ornidazole (Coated) (Aluminium foil/Blister pack)

500 mg/Tab 10 Tabs/Strip 10 Strips/Box

6.7 Sub Category: Anti- Malarial Drugs 105 D14002 Syp. Chloroquin Phosphate

(with measuring cap and palatable, plastic container as per I.P)

IP 80 mg of Chloroquin phosphate/5ml(with measuring cap & palatable)

60 ml/Bottle 20 Bottles/Box

106 D14003 Inj. Chloroquin Phosphate IP 54.5 mg of chloroquin sulphate equivalent to 40 mg/ml of chloroquin

or, 64.5 mg chloroquin phosphate equivalent to 40 mg of chloroquine /

ml

5 ml/Amp 20 Amps/Box

107 D14004 Tab. Quinine Sulphate (coated) (Aluminium foil/Blister pack)

IP 300 mg/Tab 10 Tabs/Strip 10 Strips/Box

108 D14005 Inj. Quinine Di-Hydrochloride IP 300 mg/ml 2 ml/Amp 20 Amps/Box

109 D14006 Tab. Primaquin Phosphate (coated) (Aluminium foil/Blister pack)

IP 7.5 mg/Tab,13 mg of primaquin phosphate equivalent to 7.5 mg of

primaquin

10 Tabs/Strip 10 Strips/Box

Page 42: Bid Reference No-09

40

110 D14017 Tab. Primaquin Phosphate (coated) (Aluminium foil/Blister pack)

IP 4.35 mg of primaquin phosphate equivalent to 2.5 mg primaquin

10 Tabs/Strip 10 Strips/Box

111 D14018 Inj. Artesunate 60 mg/Vial (with sodium Bi-carbonate 1ml+5ml NaCl)

7 Vials/Box

112 D14007 Tab. Artesunate (Aluminium foil/Blister pack)

EP 50 mg/Tab 4 Tabs/Strip 10 Strips/Box

113 D14008 Inj. Arteether (a:ß) EP 150 mg/2 ml 2 ml/Amp 20 Amps/Box

114 D14019 Tab. Sulphadoxine + Pyrimethamine(Aluminium foil/Blister pack)

IP Sulphadoxine 500mg + Pyrimethamine 25mg / Tab.

2 Tabs/Strip 10 Strips/Box

6.9 Sub Category: Anti HIV Drugs 115 D32001 Tab. Zidovudine

(Aluminium foil/Blister pack) EP 300 mg/Tab 10 Tabs/Strip

10 Strips/Box

116 D32002 Tab. Lamivudine (Aluminium foil/Blister pack)

150 mg/Tab 10 Tabs/Strip 10 Strips/Box

117 D32003 Tab. Nevirapine (Aluminium foil/Blister pack)

EP 200 mg/Tab 10 Tabs/Strip 10 Strips/Box

118 D32005 Cap. Stavudine (Aluminium foil/Blister pack)

EP 30 mg/Cap 10 Caps/Strip 10 Strips/Box

119 D32006 Cap. Indinavir (Aluminium foil/Blister pack)

400 mg/Cap 10 Caps/Strip 10 Strips/Box

7. Category: Anti- Neoplastic Drugs 120 D33004 Inj. Cyclophosphamide IP 1gm/vial 1gm/Vial

20 Vials/Box

121 D33002 Inj. Cyclophosphamide 200mg/vial 200mg/Vial 20 Vials/Box

Page 43: Bid Reference No-09

41

122 D33009 Tab. Methotrexate(coated) (Aluminium foil/Blister pack)

IP 2.5 mg/Tab 10 Tabs/Strip 10 Strips/Box

123 D33011 Inj. Methotrexate IP 25 mg/ml LRC 2 ml/ Amp 20 Amps/Box

124 D33012 Inj. Fluorouracil IP 25 mg / ml 5 ml / Amp 20 Amps/Box

125 D33017 Inj. Vincristine Sulphate IP 1mg / ml 1ml / Amp 20 Amps/Box

126 D33024 Inj. Cisplatin IP 50 mg/Vial 50 mg / Vial 20 Vials/Box

127 D33046 Inj. Doxorubicin HCl IP 2 mg/ml 5 ml/Vial 20 Vials/Box

128 D33048 Tab. Allopurinol (Aluminium foil/Blister pack)

IP 100 mg/Tab 10 Tab/Strip 10 Strips/Box

8. Category: Drugs Acting on Blood 129 D16002 Tab. Folic Acid

(Aluminium foil/Blister pack) IP 5 mg/Tab 10 Tabs/Strip

10 Strips/Box

130 D16004 Inj. Heparin Sodium IP 5000 IU/ml 1ml/Amp 20 Amps/Box

131 D16005 Inj. Menadione (Vit-K3) IP 10 mg/ml 1ml/Amp 20 Amps/Box

132 D16009 Tab. Ferrous Sulphate + Folic Acid (Sugar Coated)(Aluminium foil/Blister pack)

IP Equivalent to 100 mg of Elemental Iron + Folic Acid 0.5mg

10 Tabs/Strip 10 Strips/Box

133 D16010 Tab. Ferrous Sulphate + Folic Acid (Sugar Coated) (Paediatric) (Aluminium foil/Blister pack)

IP Each Tab. contains 20mg Elemental Iron with 100 mcg Folic Acid.

10 Tabs/Strip 10 Strips/Box

Page 44: Bid Reference No-09

42

134 D16011 Syp. Ferrous Sulphate + Folic Acid (with measuring cap and palatable,plastic container as per I.P)

IP Each 5ml contains 100mg of Ferrous Sulphate and 0.5 mg of

Folic Acid

100ml/Bottle 20 Bottles/Box

135 D16012 Inj. Tranexamic Acid BP 500mg/5ml 5ml/Amp 20 Amps/Box

136 D16013 Tab. Tranexamic Acid (Aluminium foil/Blister pack)

BP 500mg/Tab. 10 Tabs/Strip 10 Strips/Box

137 D16014 Inj. Hydroxocobalamine IP 1mg / ml 1ml/Amp 20 Amps/Box

138 D16015 Cap. Hydroxyurea (Aluminium foil/Blister pack)

USP 500mg/Cap. 10 Caps/Strip 10 Strips/Box

139 D16007 Inj. Ethamsylate BP 125 mg/ml 2 ml/Amp 20 Amps/Box

9. Category: Cardio Vascular Drugs

9.1 Sub Category: Diuretics 140 D17026 Tab. Hydrochlorothiazide

(Aluminium foil/Blister pack) IP 12.5 mg/Tab 10 Tabs/Strip

10 Strips/Box

141 D20002 Inj. Frusemide IP 10 mg/1 ml 2 ml/Amp 20 Amps/Box

142 D20004 I.V Mannitol IP 20% w/v (FFS / BFS Plastic Container)

100 ml/Bottle 20 Bottles/Box

143 D20005 Tab. Spironolactone (Aluminium foil/Blister pack)

IP 25 mg/Tab 10 Tabs/Strip 10 Strips/Box

9.2 Sub Category: Anti- Anginal Drugs 144 D17001 Tab. Isosorbide Dinitrate

(Aluminium foil/Blister pack) IP 5 mg/Tab 10 Tabs/Strip

10 Strips/Box

Page 45: Bid Reference No-09

43

145 D17018 Inj. Glyceryl Trinitrate USP 5 mg/ml 5 ml/Amp

20 Amps/Box

9.3 Sub Category: Anti-Hypertensive Drugs 146 D17006 Tab. Atenolol

(Aluminium foil/Blister pack) IP 50 mg/Tab 10 Tabs/Strip

10 Strips/Box

147 D17007 Tab. Metoprolol Tartarate (Aluminium foil/Blister pack)

IP 50 mg/Tab 10 Tabs/Strip 10 Strips/Box

148 D17014 Tab. Lisinopril (Aluminium foil/Blister pack)

IP 5 mg/Tab 10 Tabs/Strip 10 Strips/Box

149 D17015 Tab. Amlodipine Besylate (Aluminium foil/Blister pack)

EP 5 mg/Tab 10 Tabs/Strip 10 Strips/Box

150 D17020 Tab. Methyl Dopa (coated) (Aluminium foil/Blister pack)

IP 250 mg of anhydrous Methyldopa/Tab

10 Tabs/Strip 10 Strips/Box

151 D17030 Inj. Hydralazine IP 20 mg/ml 1ml/Amp 20Amp/Box

152 D17029 Inj. Mephenteramine Sulphate IP 15 mg/ml 1ml/Amp 20Amp/Box

153 D17032 Tab. Telmisartan (Aluminium foil/Blister pack)

40mg/Tab. 10 Tabs/Strip 10 Strips/Box

154 D17033 Tab. Hydralazine (Aluminium foil/Blister pack)

BP 50mg/Tab 10 Tabs/Strip 10 Strips/Box

9.4 Sub Category: Anti-Heart Failure Drugs 155 D17027 Tab. Digoxin

(Aluminium foil/Blister pack) IP 0.25 mg/Tab 10 Tabs/Strip

10 Strips/Box

156 D17028 Inj. Digoxin IP 250mcg/ml 2 ml/Amp 20 Amps/Box

157 D17013 Inj. Dopamine HCl (Intravenous Infusion)

BP 40 mg/ml 5 ml/Amp 20 Amps/Box

Page 46: Bid Reference No-09

44

9.5 Sub Category: Anti- Thrombotic Drugs

158 D17024 Tab. Acetyl Salicylic Acid (coated) (Aluminium foil/Blister pack)

IP 75 mg/Tab. 10 Tabs/Strip 10 Strips/Box

159 D17025 Inj. Streptokinase IP 1.5 million U/10 ml Vial 5 Vials/Box

10. Category: Dermatological Drugs 160 D12016 Whitfield's Ointment IP 2:1 ratio, 6% w/w Benzoic Acid

3% w/w Salicylic Acid 50 gm/Tube

20 Tubes/Box

161 D18002 Gamma Benzene Hexa Chloride + Cetrimide (Plastic Container as per IP)

IP GBH 1% w/v + Cetrimide 0.1% w/v

100 ml/Bottle 20 Bottles/Box

162 D18018 Cream Fluocinolone Acetonide BP Fluocinolone Acetonide 1% w/w (Anhydrous) in cream base

15 gm/Tube 20 Tubes/Box

163 D18019 Lotion Fluocinolone Acetonide (Plastic Container as per IP)

USP Fluocinolone Acetonide 1% w/v

15 ml/Bottle 20 Bottles/Box

164 D18003 Cream Silver Sulphadiazine USP 1% w/v 15 gm/Tube 20 Tubes/Box

165 D18007 Povidone Iodine Lotion (Plastic container as per I.P)

IP 5% w/v 500 ml/Bottle 20 Bottles/Box

166 D18016 Tab. Acyclovir (Aluminium foil/Blister pack)

USP 400mg/Tab(Scored) 10 Tab/Strip 10 Strips/Box

167 D18009 Oint Betamethasone Valeate IP 0.1% w/v 10 gm/Tube 20 Tubes/Box

168 D18011 Lotion Permethrin (Plastic Container as per IP)

5% w/v 60 ml/Bottle 20Bottles / Box

169 D18012 Cream Permethrin 5% w/v 30 gm / Tubes 20Tubes / Box

Page 47: Bid Reference No-09

45

170 D18015 Cream Clotrimazole IP 1% w/v 15 gm/Tube

20 Tubes/Box

11. Category: Disinfectants & Antiseptics 171 D18006 Povidone Iodine Oint. USP 5% w/v 50 gm/Tube

20 Tubes/Box

172 D19004 Soln. Cetrimide (Plastic container as per I.P)

BP 1% w/v 100 ml/Bottle 20 Bottles/Box

173 D19006 Surgical Spirit (Plastic Container as per IP)

BP 500 ml/Bottle 20 Bottles/Box

174 D19009 Soln. Chlorohexidine Gluconate (Plastic Container as per IP)

IP Chlorohexidine Gluconate 19% to 21% w/v, Cetrimide 15%w/v,

Isopropyl Alcohol 7%v/v

500 ml/Bottle 20 Bottles/Box

12. Category: Gastrointestinal Drugs 175 D21001 Inj. Ranitidine HCl IP 50 mg / 2 ml 2 ml/Amp

20 Amps/Box

176 D21002 Tab. Ranitidine (coated) (Aluminium foil/Blister pack)

IP 150 mg/Tab 10 Tabs/Strip 10 Strips/Box

177 D21027 Susp. / Gel Antacid (with measuring cap and palatable, plastic container as per I.P)

USP Alu. Hydroxide 250mg + Mag. Hydroxide 250mg+ Methyl Polysiloxane 50mg) / 5ml

(Mint Flavour)

100ml/Bottle 20 Bottles/Box

178 D21004 Inj. Metoclopramide BP 10 mg/2 ml 2 ml/Amp 20 Amps/Box

179 D21005 Inj. Promethazine HCl IP 25 mg/ml 2 ml/Amp 20 Amps/Box

180 D21008 Tab. Famotidine (Aluminium foil/Blister pack)

USP 40 mg/Tab 10 Tabs/Strip 10 Strips/Box

Page 48: Bid Reference No-09

46

181 D21009 Cap. Omeprazole (Aluminium foil/Blister pack)

IP 20 mg/Cap 10 Caps/Strip 10 Strips/Box

182 D21010 Tab. Domperidone (Aluminium foil/Blister pack)

BP 10 mg/Tab 10 Tabs/Strip 10 Strips/Box

183 D21020 Susp. Domperidone (With Measuring Cap & Dropper, Palatable) (plastic container as per I.P)

BP 1 mg/ml 30 ml/Bottle 20 Bottles/Box

184 D21011 Tab. Dicyclomine HCl (Aluminium foil/Blister pack)

IP 20 mg/Tab 10 Tabs/Strip 10 Strips/Box

185 D21013 Inj. Dicyclomine HCl USP 10 mg/ml 2 ml/Amp 20 Amps/Box

186 D21014 Syp. Dicyclomine (with measuring cap and palatable, plastic container as per I.P)

IP 10 mg/5 ml 30 ml/Bottle 20 Bottles/Box

187 D21028 Dicyclomine Drop (with dropper and palatable, plastic container as per I.P)

IP Dicyclomine HCl 10mg + Activated Dimethicone 40mg / ml

10 ml/Bottle 20 Bottles/Box

188 D21023 Inj. Ondansetran USP 2 mg/ml 1 ml/Amp 20 Amps/Box

189 D21024 Tab. Ondansetran (DT) Dispersible Tablet (Aluminium foil/Blister pack)

IP 4mg/Tab 10 Tabs/Strip 10 Strips/Box

190 D21025 Inj. Rabeprazole (I.V) I.P 20mg / vial 20 mg/Vial 20 Vials/Box

191 D21026 Tab. Rabeprazole (Aluminium foil/Blister pack)

I.P 20mg/Tab 10 Tabs/Strip 10 Strips/Box

Page 49: Bid Reference No-09

47

13. Category: Hormones & Other Endocrine Drugs 192 D22001 Tab. Glibenclamide

(Aluminium foil/Blister pack) IP 5 mg/Tab 10 Tabs/Strip

10 Strips/Box

193 D22003 Tab. Metformin HCl (coated) (Aluminium foil/Blister pack)

IP 500 mg/Tab 10 Tabs/Strip 10 Strips/Box

194 D22004 Tab. Glipizide (Aluminium foil/Blister pack)

BP 5 mg/Tab 10 Tabs/Strip 10 Strips/Box

195 D22002 Inj. Insulin Zinc (Human) (30/70)

IP 40 I.U/ml 10 ml/Vial 20 Vials/Box

14. Category: Immunologicals 196 D23001 Inj. Antitetanus Human

Immunoglobulin IP 1000 IU/Vial 20 Vials /Box

197 D23005 Inj. Tetanus Toxoid (adsorbed) IP 0.5 ml/Amp 0.5 ml/Amp 20 Amps/Box

198 D23002 Inj. Snake Venom Antiserum (Polyvalent)

IP 10 ml/Vial (Lyophilised Powder Form)

10 ml/Vial 20 Vials/Box

199 D23008 Inj. Snake Venom Antiserum (Polyvalent)

IP 10 ml/Vial (Liquid Form) 10 ml/Vial 20 Vials/Box

Page 50: Bid Reference No-09

48

200 D23009 Inj. Anti Rabies Vaccine for Human Use (TCV) for ID use only

IP 2.5 IU/Vial (TCV of PVRV & PCEC only)

Primary Cell Culture vaccines, 0.5/1ml vials with diluent as required and two 1ml short

hypodermic insulin syringe and two 24G needle for diluent and

four 26G hypodermic needles for ID Vaccination.

0.5 - 1ml/Vial 20 Vials/Box

(1) Potency for each vial should not be less than 2.5IU/M dose so that 1/5th of min. potency for each ID dose should not be less than 0.5 IU/ID dose for PVRV and 0.7 IU/ID dose for PCEC. (2) Vaccine should not be formulated with adjuants for ID use. (3) Vaccine package leaflet should include a statement indicating that potency as well as immunogenecity and safety allow safe use of vaccine for intradermal post exposure prophylaxis in addition to tother relevant information like dosage. (4) Vaccine to be tranported in recommended cold chain temperature.

201 D23010 Equine Rabies Immunoglobulin 1500 IU / 5 ml(Rabies immunoserum)

5ml / vial 20 Vials/Box

202 D23011 Inj. Human Anti-D Immunoglobuline 300mcg/1.5ml 1.5 ml/Amp 20 Amps/Box

15. Category: Opthalmological/Aural Preparation

203 D25001 Gentamicin Sulphate Eye /Ear Drop IP 0.3% w/v of Gentamicin, (FFS Automatic Continuous Single

Unit)

5 ml/Vial 20 Vials/Box

204 D25012 Ciprofloxacin Eye /Ear Drop (Preservative Benzalkonium Cl. Soln. 0.01%w/v)

USP 0.3% w/v (FFS Plastic Vials, Automatic Continuous Single

Unit)

5 ml/Vial 20 Vials /Box

205 D25023 Ofloxacin Eye / Ear Drop IP 0.3% w/v (FFS Plastic Vials, Automatic Continuous Single

Unit)

5 ml/Vial 20 Vials /Box

Page 51: Bid Reference No-09

49

206 D25024 Tropicamide + Phenylephrine Eye Drop

Tropicamide 0.8% + Phenylephrine 5% (FFS Automatic Continuous

Single Unit)

5 ml/Vial 20 Vial/Box

207 D25022 Clotrimazole & Lignocaine Ear Drop IP (Clotrimazole 1% w/v + Lignocaine HCl 2% w/v) (20mg/ml) (FFS

Automatic Continuous Single Unit)

5 ml/Vial 20 Vials/Box

16. Category: Oxytocics & Tocolytics 208 D26001 Inj. Methylergometrine Maleate IP 0.2 mg/ml 1 ml/Amp

20 Amps/Box

209 D26002 Inj. Oxytocin IP 5 IU/1ml 1ml/Amp 20 Amps/Box

210 D26003 Tab. Methylergometrine Maleate (Aluminium foil/Blister pack)

IP 0.125 mg/Tab 10 Tabs/Strip 10 Strips/Box

211 D26004 Tab. Isoxsuprine (Aluminium foil/Blister pack)

IP 10 mg/Tab 10 Tabs/Strip 10 Strip/Box

212 D26005 Inj. Carboprost Tromethamine IP 250 mcg/ml 1 ml/Amp 20 Amp/Box

213 D26006 Inj. Magnesium Sulphate 500 mg/ml 2 ml/Amp 20 Amps/Box

214 D26007 Tab. Misoprostol (Aluminium Foil/Blister pack)

200mcg/Tab 10 Tab/Strip 10 Strip/Box

215 D26008 Tab. Norethisterone Acetate (Aluminium Foil/Blister pack)

BP 5mg/Tab 10 Tab/Strip 10 Strip/Box

216 D26009 Inj. Hydroxy Progestrone 250 mg/ml 1 ml/Amp 20 Amp/Box

Page 52: Bid Reference No-09

50

17. Category: Psycho Therapeutic Drugs 217 D07006 Inj. Diazepam IP 5mg/ml 2ml/Amp

20 Amps/Box

218 D27006 Tab. Haloperidol (Aluminium foil/Blister pack)

IP 5 mg/Tab 10 Tabs/Strip 10 Strips/Box

219 D27008 Tab. Trifluoperazine HCl (Aluminium foil/Blister pack)

IP 5 mg/Tab 10 Tabs/Strip 10 Strips/Box

220 D27010 Tab. Thioridazine (Aluminium foil/Blister pack)

BP 50 mg/Tab 10 Tabs/Strip 10 Strips/Box

221 D27012 Inj. Haloperidol IP 5 mg/ml 1 ml/Amp 20 Amps/Box

222 D27013 Tab. Lorazepam (Aluminium foil/Blister pack)

BP 2 mg/Tab 10 Tabs/Strip 10 Strips/Box

223 D27014 Tab. Clonazepam (Aluminium foil/Blister pack)

USP 2 mg/Tab 10 Tabs/Strip 10 Strips/Box

224 D27015 Tab. Risperidone (Aluminium foil/Blister pack)

2 mg/Tab 10 Tabs/Strip 10 Strips/Box

225 D27017 Tab. Fluoxetine (Aluminium Foil/Blister pack)

20 mg/Tab 10 Tabs/Strip 10 Strips/Box

226 D27004 Tab. Amitriptyline HCl (Aluminium Foil/Blister pack)

IP 25 mg / Tab 10 Tabs/Strip 10 Strips/Box

18. Category: Drugs Acting on Respiratory Tract 227 D28001 Inj. Theophylline & Etophylline IP Theophylline 50.6 mg + Etophylline

169.4 mg/2ml 2 ml/Amp

20 Amps/Box

228 D28003 Tab. Theophylline & Etophylline (Aluminium foil/Blister pack)

EP Theophylline 23 mg & Etophylline 77 mg per Tab

10 Tabs/strip 10 Strips/Box

229 D28002 Inj. Aminophylline IP 25 mg/ ml 10 ml/Amp 20 Amps/Box

Page 53: Bid Reference No-09

51

230 D28017 Tab. Doxofylline

(Aluminium foil/Blister pack) 400mg/Tab. 10 Tabs/strip

10 Strips/Box

231 D28011 Syp. Salbutamol Sulphate (with measuring cap and palatable, plastic container as per I.P)

IP 2.41mg Salbutamol Sulphate equivalent to 2mg of Salbutamol /

5ml

100 ml/Bottle 20 Bottles/Box

232 D28018 Soln. Salbutamol Sulphate BP Nebulized Soln. for Nebulizers 5mg/ml

20 Amps/Box

233 D28013 Salbutamol Inhaler 200 metered doses

IP 100mcg / puff One number

234 D28014 Respules Beclomethasone 200 metered doses

200mcg / dose One number

19. Category: Radio- Diagnostic Agents 235 D31008 X-Ray Photo Films 8" x 10" 8" x 10" 50 Films/Pkt

1 Pkt

236 D31025 Dental intra oral X-Ray films 4.1cm x 3.1cm 150 Films/Pkt 1 Pkt

237 D31009 X-Ray Photo Films 10" x 12" 10" x 12" 50 Films/Pkt 1 Pkt

238 D31010 X-Ray Photo Films 12" x 12" 12" x 12" 50 Films/Pkt 1 Pkt

239 D31011 X-Ray Photo Films 12" x 15" 12" x 15" 50 Films/Pkt 1 Pkt

20. Category: Correcting Water, Electrolyte & Acid Base Disturbances 240 D29001 I.V Sodium Chloride (Normal

Saline) IP 0.9% w/v

(FFS / BFS Plastic Container) 500 ml/Bottle

20 Bottles/Box

Page 54: Bid Reference No-09

52

241 D29002 I.V Dextrose and Sodium Chloride (DNS)

IP 5% w/v Dextrose, 0.9% w/v Sodium Chloride

(FFS / BFS Plastic Container)

500 ml/Bottle 20 Bottles/Box

242 D29003 I.V Compound Sodium Lactate (Ringer's Lactate) RL

IP Lactic Acid-0.24w/v equivalent to 0.32% w/v of sodium lactate sodium chloride-

0.6% w/v, potassium chloride-0.04% w/v, calcium chloride-0.027% w/v (FFS / BFS Plastic Container)

500 ml/Bottle 20 Bottles/Box

243 D29004 I.V Dextrose 5% (5D) IP 5% w/v (FFS / BFS Plastic Container)

500 ml/Bottle 20 Bottles/Box

244 D29005 I.V Dextrose 10%(10D) IP 10% w/v (FFS / BFS Plastic Container)

500 ml/Bottle 20 Bottles/Box

245 D29011 Inj. Pottasium Chloride NFI IP Each ml contains Pottasium Chloride 150mg

10 ml/Amp 20 Amps/Box

246 D29010 Plasmaexpander Infusion Polygeline IP Polymer from degraded gelatin 3.5gm colloidal (polygeline) (Na 145, K 5.1, Cal 12.5, Cl 145, mmol) in 100ml (FFS / BFS

Plastic Container)

500 ml/Bottle 20 Bottles/Box

247 D29009 Paediatric Maintenance Fluid IP Each 100ml contains Dextrose Anhydrous 5gm, Potassium Chloride 0.130 gm, Sodium Acetate 0.320gm, Diabasic

Potassium Phosphate 0.026gm, Magnesium Chloride 0.031gm. (FFS / BFS Plastic

Container)

500 ml/Bottle 20 Bottles/Box

248 D29008 Inj. Sodium Bi-Carbonate IP 7.5% w/v 10 ml/Amp 20 Amps/Box

Page 55: Bid Reference No-09

53

21. Category: Vitamins & Minerals 249 D30001 Tab. Calcium (Film coated)

(Aluminium foil/Blister pack) IP 500mg Elemental Calcium per Tab 10 Tabs/Strip

10 Strips/Box

250 D30002 Cap. Vit A (Aluminium foil/Blister pack)

IP 50,000 IU/Cap (Soft Gelatin Capsules)

10 Caps/Strip 10 Strips/Box

251 D30004 Inj. Vitamin B Complex (Therapeutic)

NFI Each ml contains B1=10 mg,B2=2mg, B6=2mg Nicotinamide=100mg,

D-Panthenol-5mg

10 ml/Vial 20 Vials/Box

252 D30012 Concentrated Vitamin A Solution(with measuring cap and palatableplastic container as per I.P)Orange Flavour

IP 1,00,000 I.U / 1ml 50 ml/Bottle 20 Bottles/Box

253 D30017 Concentrated Vitamin A Solution(with measuring cap and palatableplastic container as per I.P)Orange Flavour

IP 1,00,000 I.U / 1ml 100 ml/Bottle 20 Bottles/Box

254 D30016 Tab. Vitamin C (Chewable) (Aluminium foil/Blister pack)

IP 500 mg/Tab 10 Tabs/Strip 10 Strips/Box

23. Category: Miscellaneous Agents 255 D31001 Sterile Water For Injection

(Plastic Container as per IP) IP 5ml/Amp,(FFS Plastic Container

Automatic Continuous Single Unit) 5 ml/Amp

20 Amps/Box

256 D31026 Borax Glycerin IP 66 12% w/v of Borax 50 ml/Bottle 20 Bottles/Box

257 D31014 Bleaching Powder ISI / IP GRADE I STABLE

Not Less than 30% w/v Available Chlorine

25kg / Packet

258 D31015 Tab. Halazone for Solution USP 4 mg/Tab 1000 Tabs/Jar 1 jar

259 D31027 Gentian Violet IP 66 Liquid with preservative

10ml / Bottle 20 Bottle / Box

Page 56: Bid Reference No-09

54

24. Category: Combipack Kits

1 D38001 Combipack 1 Tab. Azithromycin (1 gm) IP - 1 Tab. Tab. Cefixime (400 mg) IP - 1 Tab.

10 strips/box Grey colour

2 D38002 Combipack 2 Tab. Ornidazole (750mg) IP - 2 Tabs. Tab. Fluconazole 150 mg - 1 Tab.

10 strips/box Green colour

3 D38003 Combipack 3 Inj. Benzathine penicillin 2.4 MU IP -1 Vial and Tab. Azithromycin 1gm IP - 1 Tab. and Disposable syringe with 21G needle (1.5inches) 10 ml - 1 No. and Sterile water 10 ml - 1 No. (in plastic container)

All four (4) items / box

White colour

4 D38004 Combipack 4 Cap / Tab. Doxycycline (100 mg) IP - 1 Tab./Cap. Tab. Azithromycin (1 gm) IP - 1 Tab.

10 strips/box Blue colour

5 D38005 Combipack 5 Tab. Cefixme (400 mg) IP - 1 Tab. and Tab. Metronidazole (400 mg) IP - 1 Tab. and Tab. / Cap. Doxycycline (100 mg) IP- 1 Cap./Tab.

10 strips/box Yellow colour

6 D38006 Combipack 6 Tab. Cefixme (400 mg) IP - 1 Tab. and Tab. / Cap. Doxycycline (100 mg) IP - 1 Cap./Tab.

10 strips/box Violet colour

7 D38007 Combipack 7 {Tab. Pyrimethamine (25mg) + Sulphadoxine (500mg) IP 3 Nos.} - 3 Tabs. and Tab. Artesunate (50mg) - 12 Tabs. per combipack

10 strips/box Alternate yellow colour & white colour for 1st day, 2nd day and 3rd day. Different colour for different days

Page 57: Bid Reference No-09

55

8 D38008 Combipack 8 Tab. Artesunate (50mg) - 12 Tabs. andTab. Mefloquine - 750mg -1 Tab. and Tab. Mefloquine - 500mg -1 Tab. per combipack

10 strips/box Alternate colour for 1st day, 2nd day and 3rd day. Different

colour for different days 9 D38009 Combipack 9 Tab. Zidovudine (300mg) IP - 1 Tab.

and Tab. Lamivudine (150mg) IP - 1 Tab. and Tab. Nevirapine (200mg) IP - 1 Tab.per combipack

10 strips/box

10 D38010 Combipack 10 INH, IP - 50 mg RMP, IP - 100 mg PZN, IP - 250 mg

10 strips/box

Page 58: Bid Reference No-09

56

ANNEXURE – V, Ref. Clause No. 8.2

LIST OF WARE - HOUSES (Door Delivery) Sl. No Name of the I.O. Sl.

No Name of the I.O. Sl. No Name of the I.O. Sl. No Name of the I.O.

1 C.D.M.O, Angul Dist. Angul , Orissa Tel/Fax : 06764 - 232507

10 C.D.M.O, Ganjam At / P.O - Berhampur Dist. Ganjam, Orissa Tel/Fax : 0680 - 2225383

19 C.D.M.O, Koraput Dist. Koraput , Orissa Tel/Fax : 06852 - 250242

28 C.D.M.O, Sambalpur Dist. Sambalpur , Orissa Tel/Fax : 0663 - 2401843

2 C.D.M.O, Boudh Dist. Boudh , Orissa Tel/Fax : 06841 - 222478

11 C.D.M.O, Gajapati At / P.O - Paralakhenmundi Dist. Gajapati, Orissa Tel/Fax : 068015 - 222205

20 C.D.M.O, Kendrapada Dist. Kendrapada , Orissa Tel/Fax : 06727 - 232171

29 C.D.M.O, Sundergarh Dist. Sundergarh , Orissa Tel/Fax : 06622 - 272201

3 C.D.M.O, Balasore Dist. Balasore, Orissa Tel/Fax : 06782 - 232011

12 C.D.M.O, Jajpur Dist. Jajpur , Orissa Tel/Fax : 06728 - 222597

21 C.D.M.O, Malkangiri Dist. Malkangiri , Orissa Tel/Fax : 06861 - 230277

30 C.D.M.O, Sonepur Dist. Sonepur , Orissa Tel/Fax : 06654 - 220209

4 C.D.M.O, Baragarh Dist. Baragarh, Orissa Tel/Fax : 06646 - 232804

13 C.D.M.O, Jagatsinghpur Dist. Jagatsinghpur, Orissa Tel/Fax : 06724 - 220064

22 C.D.M.O, Mayurbhanj At / P.O - Baripada Dist. Mayurbhanj, Orissa Tel/Fax : 06792 - 252671

31 Supdt. S.C.B Medical college Hospital, Cuttack Dist - Cuttack Tel/Fax : 0671 - 2614080

5 C.D.M.O, Bhadrak Dist. Bhadrak, Orissa Tel/Fax : 06784 - 251866

14 C.D.M.O, Jharsuguda Dist. Jharsuguda, Orissa Tel/Fax : 06645 - 273104

23 C.D.M.O, Nuapada Dist. Nuapada, Orissa Tel/Fax : 06678 - 223346

32 Supdt. M.K.C.G Medical College Berhampur Dist - Ganjam Tel/Fax : 0680 - 2292624

6 C.D.M.O, Bolangir Dist. Bolangir, Orissa Tel/Fax : 06652 - 232243

15 C.D.M.O, Kalahandi At./ P.O-Bhawanipatna Dist. Kalahandi , Orissa Tel/Fax : 06670 - 230492

24 C.D.M.O, Nayagarh Dist. Nayagarh, Orissa Tel/Fax : 06753 - 252189

33 Supdt.V.S.S Medical college At. / P.O -Burla Dist - Sambalpur Tel/Fax : 0663 - 2430435

7 C.D.M.O, Cuttack Dist. Cuttack, Orissa Tel/Fax : 0671 - 2301007

16 C.D.M.O, Kandhamal, (Phulbani) Dist. Kandhamal, Orissa Tel/Fax : 06842 - 253249

25 C.D.M.O, Nabarangpur Dist. Nabarangpur, Orissa Tel/Fax : 06858 - 222057

34 S.M.O., Central Drug Store In front of Ram Mandir Convent Square, Bhubaneswar Tel/Fax : 0674 – 2380749/2380750

8 C.D.M.O, Deogarh Dist. Deogarh , Orissa Tel/Fax : 06641 - 226428

17 C.D.M.O, Keonjhar Dist. Keonjhar , Orissa Tel/Fax : 06766 - 255525

26 C.D.M.O, Puri Dist. Puri , Orissa Tel/Fax : 06752 - 222124

35 Chief Medical Officer, Rourkela Govt. Hospital, Rourkela Tel/Fax : - 0661 - 2510739

9 C.D.M.O, Dhenkanal Dist. Dhenkanal, Orissa Tel/Fax : 06762 - 226423

18 C.D.M.O, Khurda Dist. Khurda , Orissa Tel/Fax : 06755 - 221419

27 C.D.M.O, Rayagada Dist. Rayagada , Orissa Tel/Fax : 06856 - 235603

36 Chief Medical Officer, Capital Hospital, Bhubaneswar Tel/Fax : 0674 – 2391983, 2394602

Page 59: Bid Reference No-09

57

ANNEXURE – VI Ref. Clause No. 3.3.1

3.3.2

DETAILS OF THE TENDERER & LOCAL CONTACT PERSON

Corporate Office (The address in which the purchase orders and payment details will be

communicated)

Local Contact Person / Branch Office / Zonal Office /

Liaisoning Agent / if any.

Name & Full Address

Telephone Nos., landline

Mobile

Fax

E – Mail

Date of Inception

Manufacturing License Nos. & Date

Name of the issuing authority

License valid up to

Signature of the Tenderer : with seal Date : Official Seal :

Page 60: Bid Reference No-09

58

ANNEXURE – VII Ref. Clause : 3.11

CHECK LIST

Please put in the respective box

DOCUMENTS : SUBMITTED OR NOT

Sl. No. Details Provided

or not

If provided mention page No.

1. Earnest Money Deposit

Yes / No

2. List of items being quoted with specification and strength

Yes / No

3. Valid Drug Endorsement for each quoted product

Yes / No

4. Duly attested photo copy of manufacturing license for each and every product quoted / Import license (if any) / BIS certificate

Yes / No

5. Details of Manufacturing Unit / contract person Liaisioning agent / local office in Orissa

Yes / No

6. Valid up-to-date WHO GMP certificate

Yes / No

7. Valid up-to-date Good manufacturing practice certificate as per revised schedule-M, (GMP)

Yes / No

8. Annual turn over statement for preceding 3 years signed by Auditor / CA

Yes / No

9. Attested Photocopy of Sales Tax / VAT clearance Certificate / TIN No. (whenever applicable)

Yes / No

10. Market Standing Certificate from licensing authority

Yes / No

11. Declaration form (Annexure - I) signed by the Tenderer & affidavit before Notary Public

Yes / No

12. Copy of original Tender and schedules, duly signed by the Tenderer with Original receipt

Yes / No

13. Cover ‘B’ with price schedule (both hard copy & soft copy) Drug endorsement

Yes / No

14. Performa of Good Manufacturing Practices properly filled (Annex – XII)

Yes / No

Page 61: Bid Reference No-09

59

ANNEXURE – VIII Ref. Clause No. 10.1 to 10.4

INSTRUCTION FOR PACKAGING OF DRUGS & MEDICAL CONSUMABLES

1. Every Consignment of Blood and related products should be certified to be

(a) AIDS Free (b) Hepatitis B Free

2. Strips of Aluminium foils refer to gauge 04. 3. Aluminium foils as back material for blisters refer to gauge 025. 4. The rigid PVC used in blister packing should be of not less than 250 micron 5. All plastic / glass bottles should be new / virgin neutral glass as per I.P. 6. Ointments should be packed in liquidized Aluminium Tubes. 7. LVP Fluid bottles should be FFS / BFS Plastic Bottle as per revised Schedule –

M and Eye / Ear Drops should be of FFS plastic bottles.

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

9. Specification of outer cartons are as given in the Schedule (Annexure-IX) 10. In case of any conflict between Carton specifications and packets per carton

specification (Last column of this table), the specification of the packets / carton shall prevail.

11. All tablets should have a score line. 12. All liquid orals should be provided with a measuring device. 13. All plastic containers should be made of virgin grade plastics as per I.P. 14. All plastic jars above 450Gms / ml should carry an inner plastic lid. 15 Injection in vials should have a snap of seals. 16. Bioavailability report should be submitted in the case of the following drugs (1) Tab Digoxin (2) Tab Lithium Carbonate 17. The strips shall be aluminium strip / blisters with aluminium foil back. 18. All injectables (Ampoules) should have are lutter in each unit box. 19. All hygroscopic drugs and sugar coated tablets should be stripped in

Aluminium foil / Blister pack. 20. Bandage, Gauze, Plaster Bandage, Roller Bandage & Cotton should be packed

in plastic bags.

Page 62: Bid Reference No-09

60

ANNEXURE – VIII Ref. Clause No. 10.1 to 10.4

I. SCHEDULE FOR PACKAGING OF DRUGS AND MEDICAL

CONSUMABLES GENERAL SPECIFICATIONS 1. No corrugate package should weigh more than 15 Kgs (ie., product +

inner carton + corrugated box). 2. All Corrugated boxes should be of `A' grade paper i.e., Virgin. 3. All items should be packed only in first hand boxes only. FLUTE: 4. The corrugated boxes should be of narrow flute. JOINT: 5. Every box should be preferably single joint and not more than two joints. STITCHING: 6. Every box should be stitched using pairs of metal pins with an interval

of two inches between each pair. The boxes should be stitched and not joined using calico at the corners.

FLAP: 7. The flaps should uniformly meet but should not over lap each other.

The flap when turned by 45 - 60° should not crack. TAPE:

8. Every box should be sealed with gum tape running along the top and lower opening.

CARRY STRAP: 9. Every box should be strapped with two parallel nylon carry straps

(they should intersect). LABEL:

10. Every corrugated box should carry a large outer label clearly indicating that the product is for "Orissa Govt. supply Not for sale".

11. The product label on the cartoon should be large atleast 15cms x 10cms

dimension. It should carry the correct technical name, strength or the product, date of manufacturing, date of expiry, quantity packed and net weight of the box.

Page 63: Bid Reference No-09

61

OTHERS: 12. No box should contain mixed products or mixed batches of the same

product.

II. SPECIFICATION FOR CORRUGATED BOXES HOLDING TABLETS /

CAPSULES / PESSARIES (1) The box should not weigh more than 7-8 kgs. The grammage of

outer box should be 150 gsm and inside partition / lining should be 120 gsm.

(2) The box should be of 5 ply with Bursting strength of 9 Kg/ Cm2 III. SPECIFICATION FOR LARGE VOLUME BOTTLE i.e., ABOVE 120

AND BELOW 1 LIT. (1) All these bottles should be packed only in single row with partition

between each and also with top and bottom pad of 3 ply. (2) Grammage : Outer box should be 150 gsm

inside partition / lining should be 120 gsm

(3) Ply : 7 Ply. (4) Bursting Strength : Not less than 12 Kg/Cm2 IV. SPECIFICATION FOR IV FLUIDS (1) Each corrugated box may carry a maximum of only 20 bottles of

500 ml in a single row or 50 bottles of 100 ml in 2 rows with individual sealed polythene cover and centre partition pad, top and bottom pads of 3 ply.

(2) Grammage : Outer box should be 150 gsm

inside partition / lining should be 120 gsm (3) Ply : 5 or 7 (4) Bursting Strength : Not less than 12 Kg/Cm2

Page 64: Bid Reference No-09

62

V. SPECIFICATIONS FOR LIQUID ORALS 50ml to 120 ml bottles.

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

50 bottles of 100 ml - 120 ml may be packed in a similar manner in a

single corrugated box.

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

(3) Grammage : Outer box should be 150 gsm

inside partition / lining should be 120 gsm (4) Ply : 7 ply (5) Bursting Strength : Not less than 12 Kg/Cm2

(6) In case the box is heavier than 7 Kg but less than 10 kg, the grammage may be 150 gsm (outer 150 gsm and others 120 gsm) 5 ply and bursting strength should not be less than 9 Kg/Cm2.

VI. SPECIFICATIONS FOR OINTMENT / CREAM / GELS PACKED IN

TUBES: (1) No corrugate box should weigh more than 7-8 Kgs.

(2) Every Ointment tube should be individually packed in cartoon and then packed in 20's in a grey board box, which may be packed in a corrugated box.

(3) Grammage : Outer box should be 150 gsm inside

partition / lining should be 120 gsm VII. SPECIFICATIONS FOR INJECTABLE (IN VIALS AND AMPOULES) (1) Vials may be packed in corrugated boxes weighing upto 15 Kgs.

Ampoules should be packed in C.B weighing not more than 8 kgs.

Page 65: Bid Reference No-09

63

(2) C.B. for vials should be of 150 Gsm (outer box should be 150 gsm and inside partition / lining should be 120 gsm) and 7 ply, while C.B. for ampoules should be of 150 Gsm (outer box should be 150 gsm and inside partition / lining should be 120 gsm) and 5 ply.

(3) Bursting strength for CB boxes for a. Vials : Note less than 13 Kg/Cm2 b. Amp : Note less than 9 Kg/Cm2

(4) In the case of 10 ml Ampoules 100 or 50 ampoules may be packed in a grey board box. Multiples of grey board boxes packed in CB. In case of ampoules larger than 10 ml only 25 ampoules may be packed in a grey board box with partition.

(5) If the vial is packed in individual cartoon, there is no necessity for

grey board box packing. The individual cartoon may be packed as such in the CB with centre pad.

(6) In case of ampoules every grey board box should carry 5 amps. Cutters

placed in a polythene bag. (7) Vials of eye and ear drops should be packed in an individual cartoon with

a dispensing device. If the vial is of FFS technology, they should be packed in 50's in a grey board box.

Page 66: Bid Reference No-09

64

ANNEXURE – VIII As per clause 10.1 to 10.4

DESIGN FOR STRIP

FRONT SIDE REAR SIDE Batch No. : Date of Mfg. : Date of Exp. : N.B. : M.R.P OF THE DRUG SHOULD NOT BE PRINTED ANY WHERE THE GENERIC NAME SHOULD BE PRINTED IN BOLD LETTER.

Paracetamol 500mg ORISSA GOVERNMENT SUPPLIES NOT FOR SALE Manufactured by : Manufacturing License No. Paracetamol 500mg

ORISSA GOVERNMENT

SUPPLIES NOT FOR SALE

“³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡”

Page 67: Bid Reference No-09

65

ANNEXURE – VIII EXAMPLE OF DESIGN FOR R.T.I. / S.T.I. KIT

FRONT SIDE

REAR SIDE R.T.I. / S.T.I. DRUG KIT - 6 – Colour – Yellow.

Each blister strip contains

C = Cefixine I.P. 400 mg 1 Tab. M = Metronidazole I.P. 400 mg 1 Tab. D = Doxycycline I.P. 100 mg 1 Cap.

Orissa Govt. Supplies.

Not for SALE. Batch No. Mfg. Date. Exp. Date

C - 123 / 08 / 10 M - 456 / 08 / 10 D - 789 / 08 / 10

Orissa Govt. Supply. Not for sale

C

M

D

Page 68: Bid Reference No-09

66

ANNEXURE – VIII EXAMPLE OF DESIGN FOR ANTI-MALARIAL KIT

REAR SIDE

FRONT SIDE

Batch No. Mgg. Date Exp. Date

Batch No. Mgg. Date Exp. Date

ORISSA GOVERNMENT SUPPLY, NOT FOR SALE

Pyrimethamine 25mg & Sulphadoxine 500mg Tablets IP Each uncoated tablet contains

Pyrimethamine 25mg Sulphadoxine 500mg

DAY 1 Artesunate 50mg Tablets Int. Ph.

Each uncoated tablet contains Artesunate Int. Ph. 50mg

Artesunate 50mg Tablets Int. Ph. Each uncoated tablet contains

Artesunate Int. Ph. 50mg DAY 3

Artesunate 50mg Tablets Int. Ph. Each uncoated tablet contains

Artesunate Int. Ph. 50mg DAY 2

Different Colour

Different Colour

Different Colour

Page 69: Bid Reference No-09

67

ANNEXURE – IX As per clause – 10.1 to 10.4

SPECIMEN LABEL FOR OUTER CARTON

Name of the Consignee :

ORISSA GOVERNMENT SUPPLY NOT FOR SALE

“³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡”

PARACETAMOL I.P - 500mg Mfg. Date : Exp. Date : Batch No. : Total Quantity : Net Weight of the Carton : Supply Head : “CENTRAL PURCHASE” Purchase Order No. : Date : Manufactured By :

Page 70: Bid Reference No-09

68

ANNEXURE – X As per clause – 2.1

3.12 4.4 v

ANNUAL TURN OVER STATEMENT

The Annual Turnover for pharmaceutical products of M/.s___________

___________________________________________________________________

who is a manufacturing unit for the last three years are given below and certified that

the statement is true and correct.

______________________________________________________________________ Sl.No. Year Turnover in Lakhs / Crores (Rs) ______________________________________________________________________ 1. 2006 - 2007 -

2. 2007 - 2008 -

3. 2008 – 2009 - ______________________________________________________________________ Date:

Signature of Auditor/ Place: Chartered Accountant (Name in Capital) Registration No.

Seal N.B:

1. Only turnover of the pharmaceutical products of the original manufacturing unit and

the units under loan license will be taken into account.

2. The third party manufacturing products (i.e. manufactured by one unit and marketed

by another unit) will not be taken into account in annual turnover.

Page 71: Bid Reference No-09

69

ANNEXURE – XI As per clause – 9.1

AGREEMENT

This Deed of Agreement is made on this ___________ day of

____________________200__ by M/s._____________________ represented by its Proprietor/Managing partner/ Managing Director having its Registered Office at ________________________________________________ and its Factory Premises at ______________________________________________________________ (here inafter referred to as "Supplier" which term shall include its successors, representatives, heirs, executors and administrators unless excluded by the Contract) on one part and Director of Health Services, Orissa, Bhubaneswar, represented by its Dy. Director, State Drug Management Unit, in-front of Ram Mandir, Convent Square, Unit – III, Bhubaneswar –1 (here in after referred to as "The Purchaser" which term shall include its successors, representatives, executors assigns and administrators unless excluded by the Contract) on the other part.

Where as the Supplier has agreed to supply to the Purchaser, the Drugs and Medicines with specifications mentioned in the Schedule attached here to at the prices noted there in and in the manner and under the terms and conditions here in after mentioned and where as the Supplier has deposited with the Purchaser a sum of Rs___________________________________ (Rupees ____________________________________________________________________ only) as Security Deposit for the due and faithful performance of this Agreement, to be forfeited in the event of the Supplier failing duly and faithfully to perform it. Now these presents witness that for carrying out the said Agreement in this behalf into execution the Supplier and the Purchaser do hereby mutually covenant, declare, contract and agree each of them with the other of them in the manner following, that is to say, 01. The term "Agreement", wherever used in this connection, shall mean and

include the terms and conditions contained in the invitation to tender floated by the Purchaser for the supply of Drugs and Medicines to it for the period of one year from the date of publication of approved list, the instructions to tenderers, the conditions of tender, acceptance of tender, particulars hereinafter defined and those general and special conditions that may be added from time to time.

02. (a) The Agreement is for the supply by the Supplier to the Purchaser of the

Drugs and Medicines specified in the Schedule attached hereto at the prices noted against each therein on the terms and conditions set forth in the Agreement.

(b) This Agreement shall be deemed to have come into force with effect

from the ____________ and it shall remain in force for a period of upto _____________ that date with effect from.

Page 72: Bid Reference No-09

70

(c) The Tender quantity noted against each item in the Schedule attached

hereto indicates only the probable total requirements of the Purchaser in respect of each item for the Agreement Period of 12 months indicated in Clause (b) above. This quantity may increase or decrease at the discretion of the Purchaser. The Supplier shall make supplies of the Drugs and Medicines on the basis of the Purchase Orders placed on him from time to time by the Purchaser specifying the quantities required to be supplied at the specific District Drugs Warehouse

QUALITY OF THE DRUGS AND MEDICINES TO BE SUPPLIED:

SHELF LIFE OF DRUGS AND MEDICINES TO BE SUPPLIED:

03. (a) The Drugs and Medicines supplied by the supplier shall have

shelf life as given below: (i) In respect of each of the items covered in Schedule 'P' of the

Drugs and Cosmetics Act 1940, the maximum permissible life period specified in the said Schedule of the said Act.

(ii) In respect of all other items, a period of minimum 2 years from

the date of manufacture. 04. (a) The Drugs and Medicines supplied by the Supplier shall be of the best

quality and shall comply with the specifications, stipulations specified in the Schedule attached hereto and read with the Conditions of Tender.

(b) In respect of any case, where a sample of the product to be supplied

by the Supplier has been examined and approved by the Purchaser, the supplies must be equal in all respects to the sample approved by the Purchaser.

(c) If the shelf life of the drug supplied is less than the period that

prescribed in the tender condition, then the supplier shall take back the stock so supplied at his cost.

PACKAGING SPECIFICATIONS:

05. (a) The stipulations pertaining to Packaging as detailed for each item in

Annexure VIII read with Clause 10.1, 10.2, 10.3, 10.4, 10.5 & 10.6 of the "Conditions of Tender" shall be strictly adhered to by the Supplier.

(b) Final packing shall be done in corrugated Fibre Board Boxes

conforming to the specifications laid down in Annexure of the

Page 73: Bid Reference No-09

71

"Conditions of Tender" with suitable cushioning and lining, strong enough to bear the rail, road and air transit hazards.

(c) Case wood packing, if used for final packing, shall be of ISI Standard

with suitable preservatives, if these are made of non-coniferous timber. (d) The packing shall be subject to the approval of the Purchaser. (e) Goods supplied without conforming to the packaging specifications

noted herein and in the Conditions of Tender, shall be liable to be rejected by the Purchaser. The Purchaser shall also have the right to reject any goods whose packaging is in a damaged condition at the time of delivery.

PLACE AND TIME OF SUPPLY:

06. (a) The supply should be started within 30 days and completed within 70

days from the date of the Purchase Order. The supplies should be made at the District Drug Warehouses of the Health & F.W. Department located at various places in Orissa and / or the places / points specified in the Purchase Order, by door delivery within the stipulated time If, even after 70 days, no supply is received, emergency order will be made at the risk and cost of the Supplier. (Penalties shall also be charged on the Supplier as specified in Clause 8.8 & 15 of the "Conditions of Tender".

(b) If supplies are not fully completed in 70 days from the date of the

Purchase Order, the provision of clause 8.8 and 15 of Tender conditions will come into force. The Supplier shall suffer forfeiture of the Earnest Money Deposit / Security Deposit too. The Supplier should supply the drugs at the Warehouse specified in the Purchase Order and if the drugs supplied at a Warehouse other than those specified in the Purchase Order, transport charges will be recovered form the supplier.

QUALITY TESTING:

07. (a) All the Drugs and Medicines supplied by the Supplier shall

be subjected to rigorous Analytical Testing for their quality. Samples of each batch of each product supplied will be drawn at the points of supply or distribution / storage and send by the Purchaser to different Analytical Laboratories selected by him at his discretion for testing. The samples will be drawn periodically through out the shelf life period. The expenditure towards the Handling and Testing of such samples will be borne by the Supplier at the rates fixed by the Purchaser.

Page 74: Bid Reference No-09

72

(b) If any articles or things supplied by the Supplier have been partially or wholly used or consumed after supply and are subsequently found to be in bad odour, unsound, inferior in quality or description or are otherwise faulty or unfit for consumption, then the contract price or prices of such articles or things will be recovered from the Supplier, if payment had already been made to him. Otherwise the Supplier will not be entitled to any payment whatsoever for such article. For infringement of the stipulations of the contract or for other justifiable reasons, the contract may be terminated by the Director of Health Services, Orissa and the Supplier shall be liable for all losses sustained by the Purchaser in consequence of the termination which may be recovered personally from the tender or from his properties, as per rules.

(c) The Supplier shall furnish the source of procurement of raw materials

utilized in the formulations as required by Purchaser. Purchaser reserves the right to cancel the Purchase Orders, if the source of supply is not furnished.

(d) (i) During the contract period if two NSQ reports of one batch or

two batches of the particular item supplied by the firm comes out to be NSQ then the product of that particular firm will be blacklisted. (ii) In respect of the firm supplying more than one item during the contract period if more that 50% of the items are blacklisted based on the above process, then the Firm will be blacklisted. (iii) In case of any sample in even one batch declared as spurious or adulterated or misbranded by the Government Analyst, the company will be blacklisted.

REJECTION OF STOCK WHICH FAILS IN QUALITY TESTING: 08. The supplies will be deemed to be completed only upon receipt of reports of

quality testing of the samples from the testing laboratories. If the samples do not conform to statutory standards, the entire supplies will be rejected and the Supplier asked to take back the stocks at his cost from all the District Drug Warehouses of the Purchaser and / or other supply points within 30 days of receipt of intimation to that effect. Purchaser has the right to destroy such substandard goods if the tenderer does not take back the goods within the stipulated time. The Supplier shall also be liable for action under Criminal Law and the appropriate authorities will be informed for initiating necessary action. The Supplier shall be blacklisted for the product and no further supplies accepted from him. The Supplier shall also be declared to be ineligible to participate in any Tender floated by the Purchaser for a period of next 2 years for the product in question. The Purchaser at his discretion may also terminate the Contract and in case of such termination, the Supplier shall be liable for all losses sustained by the Purchaser in consequence of such

Page 75: Bid Reference No-09

73

termination, which may be recovered from the Security Deposit made by the Supplier and / or any other money due or becoming due to him. In the event of such amounts being insufficient, the balance may be recovered personally from the Supplier or from his properties as per the provisions of Law. In case of such termination of Contract, the Supplier shall be blacklisted for all supplies to the Purchaser for a period of 2 years.

INSPECTION OF THE SUPPLIER'S FACTORY: 09. In respect of the items mentioned in the Schedule, the Supplier shall allow

inspection of his factory at any time during the continuance of the Tender period by a team of Experts / Officials whom the Purchaser may depute for the purpose. The Supplier shall extend all facilities to the team to enable them to inspect the manufacturing processes, quality control measures adopted, etc., in the manufacture of the Contracted items. The Purchaser is free to terminate the Contract and / or take penal action against the Supplier as per the provisions of the "Conditions of Tender" on the basis of the results of such inspections.

DIFFERENCES IN COST TO BE RECOVERED FROM SECURITY DEPOSIT OR AMOUNTS DUE 10. In the event of

(i) The samples of Drugs and Medicines supplied, failing quality

tests, or (ii) The Supplier failing to effect supplies within the time period

stipulated in Paragraph 6 of this Agreement, or (iii) The stocks supplied being found to be not as per specifications

stipulated in the Schedule attached hereto or in the Tender, in respect of either the products themselves or their packaging.

The purchaser will be free to make alternative purchases of the Drugs

and Medicines in question from any other source or in the open market or from any other Tenderer who might have quoted higher rates at the risk and cost of the Supplier, in addition to levying other penalties specified in "Conditions of Tender" and forfeiting the Security Deposit made by the Supplier. The excess expenditure over and above the contracted prices incurred by the Purchaser in making such purchases from any other source or in the open market or from any other Tenderer who has quoted higher rates, and other losses, if any, sustained in the process by the Purchaser shall be recovered from the Security Deposit of the Supplier or from any money due or becoming due to him and in the event of such amounts being insufficient, the balance will be recovered personally from the Supplier as per law.

Page 76: Bid Reference No-09

74

ACCEPTANCE OF DELAYED SUPPLIES AND LEVY OF LIQUIDATED DAMAGES THEREFOR 11. In all cases where the Supplier fails to complete the supplies of any of the

Drugs and Medicines ordered by the Purchaser within the time specified in Paragraph 6 herein, the Supplier shall be liable to pay to the Purchaser, as and by way of Liquidated Damages, 0.5% (half percent) or 1% (one percent) of the value of the delayed supplies for each week of delay in effecting the supply as per condition of Tender. The levy of such liquidated damages by the Purchaser shall be made irrespective of the Purchaser having actually suffered any damages / losses or not, on account of the delay in effecting supplies by the Supplier.

DELAYS IN EFFECTING SUPPLIES DUE TO CIRCUMSTANCES BEYOND THE CONTROL OF THE SUPPLIER 12. If, at any time during the continuance of this Agreement, the Supplier has,

in the opinion of the Purchaser, delayed in making any supply ordered, by the reasons of any riots, mutinies, wars, fire, storm, tempest or other exceptional cause, on a specific request made by the Supplier, the time for effecting delivery may be extended by the Purchaser surely at his discretion for such period as may be considered reasonable by the Purchaser. No further representation from the Supplier will be entertained on this account.

RECOVERY OF MONEY DUE TO THE PURCHASER FROM THE SUPPLIER 13. All expenses, damages and other moneys payable to the Purchaser by the

Supplier under any provisions of this Agreement may be recovered from the amounts due or subsequently becoming due from the Purchaser to the Supplier under this or any other Agreement. In case such amounts are insufficient to fully cover such expenses, damages or other moneys payable, it shall be lawful for the Purchaser to recover the balance amount from the Security Deposit of the Supplier and in case such Security Deposit is insufficient, then it shall also be lawful for the Purchaser to recover the residue of the said expenses, damages and moneys, if necessary, by resorting to legal proceedings against the Supplier.

AMOUNT OF SECURITY DEPOSIT TO BE MADE BY THE SUPPLIER

14. The Supplier shall deposit with the Purchaser an amount of

Rs______________ (as in Tender condition) as Security Deposit as specified in Clause 6.3 of the Conditions of Tender for due and faithful performance of the provisions of this Agreement. Such Security Deposit made by the Supplier is liable to be forfeited by the Purchaser in the event of the Supplier failing duly and faithfully to perform any one or more or any part of any one of the said provisions. The amount of Security Deposit shall be remitted by

Page 77: Bid Reference No-09

75

the Supplier to the Purchaser by way of a Demand Draft favouring the Dy. Director, State Drug Management Unit, (O), Bhubaneswar. The payment for the supplies made by the Supplier will be paid to him only after he has remitted the required amount of Security Deposit.

SUBMISSION OF BILLS FOR SUPPLIES MADE

15. (a) No advance payment towards the cost of Drugs and Medicines

will be made to the Supplier. Payment of cost of the supplies will be made by the Purchaser based on the reports of Quality Testing and "Materials Received Certificates" from the designated authorities at the points of supply as mentioned in the Purchase Order.

(b) All bills / invoices should be raised in quadruplicate in the name of

the Director of Health Services, Orissa, Bhubaneswar. All payments shall be made by way of cheques / drafts drawn in favour of the Supplier and Crossed Account Payee only.

ASSIGNMENT OF CONTRACT PROHIBITED

16. The Supplier shall not, at any time, assign, sub-let or make over the present

Contract or the benefits thereof or any part thereof, to any person or persons whomsoever.

TERMINATION OF CONTRACT ON BREACH OF CONDITION 17. (a) In case the Supplier fails or neglects or refuses to faithfully perform

any of the Covenants on his part herein contained, it shall be lawful for the Purchaser to forfeit the amount deposited by the Supplier as Security Deposit and cancel the Contract.

(b) In case the Supplier fails, neglects, or refuses to observe, perform,

fulfill and keep, all or any one or more or any part of any one of the Covenants, stipulations and provisions herein contained, it shall be lawful for the Purchaser on any such failure, neglect or refusal, to put an end to this Agreement and thereupon every article, cause and thing herein contained on the part of the Purchaser shall cease and be void, and in case of any damage, loss, expense, differences in cost or other moneys than or at any time during the continuance of this Agreement becoming due or owing by the Supplier to the Purchaser, it will be opened for the Purchaser to recover from the Supplier, all such damages, losses, expenses, differences in cost or other moneys from out of any moneys for the time being payable to the Supplier under this and / or any other Contract and in case such last mentioned moneys are insufficient to cover all such damages, losses, expenses, differences in cost and other moneys as aforesaid, it

Page 78: Bid Reference No-09

76

shall be lawful for the Purchaser to appropriate the Security Deposit made by the Supplier as hereinbefore mentioned to reimburse all such damages, losses, expenses, differences in cost and other moneys as the Purchaser shall have sustained, incurred or been put to by reason of the Supplier having been guilty of any such failure, negligence or refusal as aforesaid or other breach in the performance of this Contract.

(c) If at any time during the course of the Contract, it is found that any

information furnished by the Supplier to the Purchaser, either in his Tender or otherwise, is false, the Purchaser may put an end to the Contract / Agreement wholly or in part and thereupon the provisions of Clause (a) above shall apply.

18. The Purchaser reserves the right to terminate without assigning any reasons

therefore the Contract / Agreement either wholly or in part without any notice to the Supplier. The Supplier will not be entitled for any compensation whatsoever in respect of such termination of the Contract / Agreement by the Purchaser.

NOTICES ETC. IN WRITING

19. All Certificates or Notices or orders for time or for extra, varied or altered supplies which are to be the subject of extra or varied charges whether so described in the Agreement or not, shall be in writing, and unless in writing, shall not be valid, binding or be of any effect whatsoever.

SUPPLIERS NOT TO HAVE ANY INTEREST IN THE OFFICERS CONCERNED AND SUBORDINATES 20. The Supplier shall not be in any way interested in or concerned directly or

indirectly with, any of the Officers, Subordinates or Servants of the Purchaser. In any trade, business or transactions nor shall the Supplier give or pay or promise to give or pay any such Officer, Subordinate or Servant directly or indirectly any money or fee or other consideration under designation of "Custom" or otherwise; nor shall the Supplier permit any person or persons whomsoever to interfere in the management or performance hereof under power of attorney or otherwise without the consent in writing of the Purchaser obtained in first hand.

BANKRUPTCY OF THE SUPPLIER

21. In case the Supplier at any time during the continuance of the Contract

becomes bankrupt or insolvent or commits any act of bankruptcy or insolvency under the provisions of any law in that behalf for the time being in force, or should compound with his creditors, it shall be lawful for the Purchaser to put an end to the Agreement, and thereupon every article, clause and thing herein contained to be operative on the part of the Purchaser, shall

Page 79: Bid Reference No-09

77

cease and be void and the Purchaser shall have all the rights and remedies given to him under the preceding clauses.

SERVING OF NOTICES ON SUPPLIER

22. All notices or communications relating to or arising out of this Agreement or

any of the terms thereof shall be considered duly served on or given to the Supplier if delivered to him or left at his premises, place of business or abode.

23. And it is hereby agreed and declared between the parties hereto that in case

any question of dispute arises touching the construction or wording of any clause herein contained on the rights, duties, liabilities of the parties hereto or any other way, touching or arising out of the presents, the decision of the Director of Health Services, Orissa, Bhubaneswar, in the matter shall be final and binding.

24. In the event of any disputes between the parties, the disputes would be subject

to the jurisdiction of the Civil Courts within the City of Bhubaneswar only. In witness whereof the Supplier and the Dy. Director, State Drug Management Unit, (O), Bhubaneswar, acting for and on behalf of the Health & F.W. Department, Govt. of Orissa the Purchaser, have set their hands the day, month and year first above written. SUPPLIER DEPUTY DIRECTOR

STATE DRUG MANAGEMENT UNIT, ORISSA BHUBANESWAR

Witness Witness

1. 1.

2. 2.

Page 80: Bid Reference No-09

78

ANNEXURE – XII As per clause – 3.7

DECLARATION FOR COMPLIANCE OF G.M.P 01. Name and Address of The Firm 02. Name of Proprietor / Partner / Director : 03. Name and Designation of Person Present : 04. GMP Certificate As per Revised Schedule “M” 05. Details of Licenses Held With Validity : 06. Number of Workers Employed :Ladies : Gents : 07. Whether Workers Provided with Uniform : Yes / No 08. Whether Medical Examination done

for the Workers : Yes / No 09. Hygienic Condition

(I) Surrounding : Satisfactory / Not Satisfactory (II) Production Areas : Satisfactory / Not Satisfactory (III) Other Areas : Satisfactory / Not Satisfactory

10. Provision For Disposal of Waste : Yes / No 11. Heating System : Yes / No 12. Whether Benches Provided in all : Yes / No

Working Area 13. Water Supply

(A) Source :

(B) Storage Condition : Satisfactory / Not Satisfactory

Page 81: Bid Reference No-09

79

(C) Testing (With reference to Pathogenic Organization) : Yes / No

(D) Cleaning Schedule In Water Supply System With Proper Records : Yes / No (E) Type of Machinery installed as to

Semiautomatic or Fully Automatic plant for water purification system along with cost and whether this is working, and if so he flow rate of Pharmaceutical water to must the requires preparation :

14. Air handling system along with list of machine

and cost of the unit. Separately for sterile and non sterile preparation :

15. Whether the pollution control clearance is valid for

Air and Water and if so the period upto which valid (copy of the certificate to be enclosed) :

16. Raw Material Storage Area (Storage Facilities / Hygienic Condition) : (I) Quarantine : Provided / Not Provided (II) Passed Materials : Provided / Not Provided (III) Rejected Materials : Provided / Not Provided 17. Finished Product Storage Area

(Hygienic / Storage) : (I ) Quarantine : Provided / Not Provided

(II) Released Material : Provided / Not Provided 18. Details of Technical Staff

Name Qualification Experience

For Manufacturing : For Testing : 19. Testing Facilities (List of Equipments to be furnished Separately in the

format to meet the bench mark vide Annexure) Chemical Method : Yes / No

Page 82: Bid Reference No-09

80

Instrumental : Yes / No (Type of Instrument Provided as indicated

in Annexure) Biological : Yes / No Micro Biological : Yes / No Animal Testing : Yes / No 20. Remarks (A) Whether Products Quoted to Health & F.W. Department, Orissa

are Endorsed in the Licence : Yes / No (B) Whether the drugs Quoted to

Health & F.W. Department, Orissa have been Manufactured Earlier (Last 3 Years) : Yes / No

If Yes, Details Like

Sl.No Date of

Manufacturer

Name of the Drug Batch No. Batch Size Date of

Release

(C) Production Capacity (Section Wise)

PRODUCTION CAPACITY: Tablet Section

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all the

Equipments in column 2 per shift

(3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5)

Planatery mixer Fluidized bed drier Tray drier Mechanical shifter

Page 83: Bid Reference No-09

81

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all the

Equipments in column 2 per shift

(3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5)

Multi mill Tablet compression machine

1) With ________ number of station

2) With _________ number of station

3) With _________ number of station

4) With _________ number of station

Coating pan. Blister Packing machine

Strip packing machine

Capsule Section

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all

the Equipments in column 2

per shift (3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5) Double cone blender Automatic capsule filling machine

Semi automatic Capsule filling machine

Hand filling machine Blister packing machine

strip packing machine

Page 84: Bid Reference No-09

82

Parenteral Section

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all

the Equipments in column 2

per shift (3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5)

Small volume Parenteral

Mixing Vessel Laminar Flow unit Filtration unit Ampoule filling machine (with No of head)

Vial filling Machine (with No of head)

Vial sealing machine Powder filling machine

Autoclave for terminal Sterilization

Ampoule labeling machine

Vials labeling machine

Large Volume Parenterals

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all

the Equipments in column 2

per shift (3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5)

Mixing vessel Filtration Unit. Filling Machine Autoclave for terminal Sterilization

Labeling Machine

Page 85: Bid Reference No-09

83

Ointment/ Cream

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all

the Equipments in column 2

per shift (3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5) Stream jacket vessel for mixing

Ointment/cream filling machine

Liquid Section

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all

the Equipments in column 2

per shift (3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5)

Bottle washing machine

SS tank with capacity Filter press Colloidal mill Bottle Filling Machine Labeling Machine

External Preparation

Type of Equipments

(1)

No. of Equipments

(2)

Production Capacity of all

the Equipments in column 2

per shift (3)

No of shift

(4)

If selected Production

Capacity allotted for

H&FW Deptt., Orissa

(5)

Mixing Vessel Filling machine Labeling machine

(E) Any, Not Of Standard Quality : Yes / No Reports Of Product Quoted/ Approved By DHS (If Not, Nil Statement)

Page 86: Bid Reference No-09

84

(F) Any Prosecution After : Yes / No Submission of Tender Documents. (If Not, Nil Statement)

(G) Chances of cross contamination : Yes / No at Raw Materials / In Process / Finished Product Stages and Steps /

Facilities (H) Validation of Equipments done : Yes / No (I) Cleaning Schedule

(I) For Premises :

(II) For Equipments :

(J) Adverse Reaction, If Any and : Reported

Sl.No.

Description Remarks

1 Whether any drug(s) manufactured by the tenderer has / have been recalled during last five years? If yes given details

2 What are the results of investigations on the recalled drug(s)?

3 What action have been taken to prevent recurrence of recall of drug(s) on that particular account?

(K) Complaints Received If Any :

and Steps taken.

Sl. No.

Description Remarks

1 Whether any drug(s) manufactured by the tenderer has / have been recalled during last five years? If yes given details

2 What are the results of investigations on the recalled drug(s)?

3 What action have been taken to prevent recurrence of recall of drug(s) on that particular account?

Signature and Seal of Proprietor / Partner / Director

To be attested by the Notary. / Gazetted Officer / Licensing Authority

Page 87: Bid Reference No-09

85

Annexure – XIII Refer Clause No. 12.1.1

Sl. No. Name of the NABL Laboratories Remarks 1. P R K PHARMANLYSTS PVT LTD

D.NO-3-6-III,FLAT NOS.201TO204 BLUECHIP ARCADE, HIMAYAT NAGAR HYDERABAD – 500029 (Tel/Fax: 040-3224595,3225771) [email protected]

2. BANGALORE TEST HOUSE 65, 20TH MAIN, MARENAHALLI VIJAYANAGAR-560040 Tel:080- 2338 8895 / 23385979 (F) [email protected]

3. S G S INDIA PRIVATE LTD. II FLOOR, TICEL BIO PARK LIMITED TARAMANI ROAD, TARAMANI , CHENNAI - 600113 Tel/Fax: 044- 22542601 / 22542600(F)

4. SHRIRAM INSTITUTE FOR INDUSTRIAL RESEARCH SADARMANGALA INUSTRIAL AREA, PLOTNO-14&15, WHITEFIELD ROAD, BANGALORE - 560048 Tel/Fax: 080- 28412842, 28410172, [email protected] / [email protected]

5. ASHCO ANALYTICAL SERVICES D – 70, Sec – 2, Noida (U.P) – 201301 Tel/Fax: 0120-2534025/2533784 [email protected]

6. SOPHISTICATED INDUSTRIAL MATERIALS ANALYTICAL LABS PVT. LTD. C-95, Okhla Industrial Area Phase-1, New Delhi – 20 Tel/Fax: 011-26810444/26810555 [email protected]

7. ARBRO PHARMACEUTICALS LTD. 4/9, Kirti Nagar Industrial Area New Delhi - 110015 Tel/Fax: 011-5467228/5457922 [email protected]

8. INTERNATIONAL TESTING CENTRE 86,Idustrial Area Phase-1,Panchakul, Haryana - 134109 Tel/Fax: 0172-2561543/5825 [email protected]

9. STANDARD ANALYTICAL LABORATORY PVT. LTD. 69, FUNCTIONAL INDUSTRIAL ESTATE PATPARGANJ, NEW DELHI - 110092 [email protected], Tel/Fax: 011-221663617

10. AVON FOOD LAB C-35/23,Lawrence Road Industrial Area Delhi, New Delhi, India - 110035 Tel/Fax: 011-27391116 [email protected]

11. CALI-LABS PVT LTD HX-21,E-7, Extension Area Colony Madhya Pradesh, Bhopal – 462016 Tel/Fax: 0755-2468583/2461836 [email protected]