amended dates regarding submission/opening of tender · amended dates regarding submission/opening...

54
Amended Dates regarding Submission/Opening of Tender Tender 1. Steam Cleaning 2. Equipment/material/medicine/lab consumables/reagants tender The above tenders have been published in leading newspapers. The response to all the queries raised in Pre-bid meeting held on dated 11.01.12 for Tender (Sr. No.1) and 12.01.2012 for (Sr. No.2) respectively have already been placed on the website (pbnrhm.org). The following dates have been extended for the tenders. Steam Cleaning tender 1. Last date of submission 31.01.2012 upto 05.00PM 2. Time and date for opening of bids 06.02.2012 at 01.00PM Equipment/material/medicine/lab consumables/reagants tender 1. Last date of submission 31.01.2012 upto 05.00PM 2. Time and date for opening of bids remains the same. Other terms and conditions remain the same. Bidders are requested to kindly check the website for any updations in future. Sd/- Director Health & Family Welfare

Upload: buianh

Post on 28-Jul-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

Amended Dates regarding Submission/Opening of Tender

Tender

1. Steam Cleaning

2. Equipment/material/medicine/lab consumables/reagants tender

The above tenders have been published in leading newspapers. The

response to all the queries raised in Pre-bid meeting held on dated 11.01.12 for

Tender (Sr. No.1) and 12.01.2012 for (Sr. No.2) respectively have already been

placed on the website (pbnrhm.org).

The following dates have been extended for the tenders.

Steam Cleaning tender 1. Last date of submission 31.01.2012

upto 05.00PM

2. Time and date for opening of bids

06.02.2012 at 01.00PM

Equipment/material/medicine/lab

consumables/reagants tender

1. Last date of submission 31.01.2012

upto 05.00PM

2. Time and date for opening of bids

remains the same.

Other terms and conditions remain the same. Bidders are requested to

kindly check the website for any updations in future.

Sd/-

Director Health & Family Welfare

1

A Pre-Bid Meeting was held on 12.1.2012 In The Committee Room Of O/O Mission

Director (NRHM) Punjab, Sector 38-B, Chandigarh For The Tender Of Various Type Of

Equipments/Material /Medicine/Lab Consumables/Reagants etc in which following

clarifications had been made by the department :

1. The turn over of the company should be 1 crore for the last three years in case of

Material/Equipments/Lab Consumables/Reagants/Larvicieds and the minimum

turn over of the company should be 4 crore in each of the last three years, in case

of Medicines only.

2. The fees of the tender document would be Group-wise mentioned as follows :

• Medicines Group

• Lab Consumables/Regants Group

• Larvicides Group

• Equipments Group

• Material Group

3. The 90% payment of the successful bidders (in case of medicines) should be

released only after the receipt of satisfactory test reports from the Government

labs in the Northern Regioni.e in the States of Haryana, Punjab, Himachal

Pradesh, Rajasthan, Chandigarh (UT) etc and balance 10% payment will be

released only after the satisfactory reports from the concerned consignees.

4. FOR destination should be anywhere in the State of Punjab.

5. In case of the Larvicides (Temephos and Pyrethrum), the supply of the company

will be received along with the test report from Central Insecticide Laboratories

Faridabad along with the copy of the ISI license of the firm and the payment

should be released accordingly.

6. In case of Material, the bidders should attach the copy of Drug License (whereas

applicable).

7. In case of Material, the payment of the successful bidders should only be

released after the satisfactory test reports from the Government labs in the

Northern Region i.e in the States of Haryana, Punjab, Himachal Pradesh,

Rajasthan, Chandigarh (UT) etc and balance 10% payment should be released

only after the receipt of satisfactory reports from the concerned consignees.

8. Item no. 2, 6 and 22 in the Material Group i.e Bandage, it should be of schedule

F2.

9. Item No. 29 in the Material Group should be read as “Mersilk No. 2 on 45 mm,

needle 3/8 circle reverse cutting 76 cms”.

10. Item No. 30 in the Material Group should be read as “Mersilk No. 1-0 on 45 mm,

needle 3/8 circle reverse cutting 76 cms”.

2

11. Item No. 32 in the Material Group should be read as “Chromic Catgut No. 1-0 on

30 mm, ½ circle heavy round body needle 76 cms”.

12. Item No. 33 in the Material Group should be read as “Chromic Catgut No. 1 on 40

mm, ½ circle heavy round body needle 76 cms”.

13. Item No. 34 in the Material Group should be read as “Chromic Catgut No. 2-0 on

30 mm, ½ circle heavy round body needle 76 cms”.

14. Item No. 35 in the Material Group should be read as “Chromic Catgut No. 2 on ½

circle heavy round body needle 76 cms”.

15. Item No. 36 in the Material Group should be read as “Polyglactin 910 (violet)

braided coated, 140 cms ½ circle round bodied 40 mm heavy needle with

antibacterial coated triclosan (Vicryl No. 1)”.

16. Item No. 5 in the Equipment Group i.e. Glucose Packet should be read as

“Glucose Plain”.

17. Earnest Money Deposit should be in the form of Demand Draft only.

18. The Performance Security should be 5% (instead of 10%) of the total amount of

the supply order. Other conditions should remain the same.

19. One Pack of Sanitary Napkins should contain 8 pieces.

20. The Warranty Period of the Equipments should be as per specifications attached

with the tender document wherever the warranty period is not mentioned, the

list is attached.

21. The required turn over specified in the tender document should be of the bidder.

22. The clause no. i) of 1 of section ii : Procedure for submission of bids is applicable

for principal manufacturer only. It is further clarified that it should be the

personal responsibility of the bidder to submit the concerned certificate with the

technical tender after obtaining it from the Principal Manufacturer.

23. The amended specifications of Walking Sticks is uploaded on the website.

24. One Pack of Glucose Strips should contain 50 strips.

25. Item No. 8 in the Equipments Group (Zipper Bag) should be Transparent and of

Plastic Material.

26. If Government of India or State Government approves any source like DGS&D or

other rate contract, then the State Health Society Punjab is free to purchase any

item directly from that source and State Health Society Punjab reserves the right

to withdraw any item from tender at any stage.

--sd--

Director Health & Family Welfare Punjab

3

Specifications of Walking Sticks

Length 35” approximately

Thickness 3.2” approximately

With smooth handle and rubber cover at other end

--sd--

(Dr. Deepak Bhatia)

Program Officer (IDSP)

4

List of Equipments along with Warranty Period and CMC etc

S.No Name of the

Equipment to be

procured

Warranty Period

(in years)

Comprehensive

Maintenance Contract

(in years)

1 Water Bath 1 5

2 Electronic Weighing

Machine

1 5

3 ECG machine

ordinary

2 5

4 12 channel stress

ECG test equipments

trend Mill

2 5

5 Cardio Monitor 2 5

6 Walking Sticks 2 5

7 Calipers 2 5

8 Infrared Lamp 2 5

9 Pulley 2 5

10 Walker (ordinary) 2 5

11 Nebulizer 2 5

12 Exercise bicycle 2 5

13 Gait Training

Apparatus

2 5

14 Multi Channel

Monitor

2 5

15 Non invasive

ventilator

2 5

16 Ultrasound therapy 2 5

17 Pelvic traction

(intermittent)

2 5

18 Tran Electric Nerve

Stimiltors (TENS)

2 5

19 Adjustable Walker 2

5

5

20 P.H. Meter 2

5

21 Mixer 2

5

22 Normal Incubator 2

5

23 Table Top Centrifuge 2 5

--sd-- --sd--

(Dr. Balbir Singh) (Dr. Deepak Bhatia)

Program Officer (RNTCP) Program Officer (IDSP)

O/o DHS Pb O/o DHS Pb

1

State Health Society, Punjab

National Rural Health Mission

(PUNJAB GOVT. UNDERTAKING)

MISSION DIRECTOR , NRHM PUNJAB

PRAYAAS BHAWAN SEC-38B, CHANDIGARH

Tel.No. 0172-4012013

TENDER FOR SUPPLY OF VARIOUS TYPE OF

MEDICINES/LARVACIDES/ LAB REAGENTS UNDER NRHM

2

TENDER DOCUMENT SALE PARTICULARS

Issued to: _________________________________________________________on ________________

Against Cash/Receipt no./DD No. ____________ Dated: __________ Amounting to Rs. ___________

Issued by post / by hand. Request Particulars: Letter No.______________dated__________________

Procurement Branch Signature: ____________________________________

3

OFFICE OF MISSION DIRECTOR, NATIONAL RURAL HEALTH MISSION, PUNJAB

PRAYAAS BHAWAN, SEC. 38 B CHANDIGARH, Tel.No. 0172-4012013

Bid Ref. No. – NRHM-SPO(1)-Pb-2011/025211 dated 22.12.2011

: 23.12.2011 Date of commencement of Sale of

Bidding documents

Last date for Sale of Bidding Documents

Pre Bid Conference

:

:

24.1.2012

12.1.2012 at 11 AM

Committee Room, NRHM, 5th Floor,

Paryaas Bhawan, Sec-38 B, Chandigarh

Last date & time for receipt of Bids : 24.1.2012 upto 5 PM

Time & date of opening of Bids : 1.2.2012 at 10 AM Equipments and on

1.2.2012 at 2 PM Lab

reagants/larvicides, 2.2.2012 at 10 AM

Material, 3.2.2012 at 10 AM Medicines

Place for opening of bids

: Committee Room, NRHM, 5th Floor,

Paryaas Bhawan, Sec-38 B, Chandigarh

Address for Communication

:

Mission Director, State Health Society,

Punjab, NRHM,

5th Floor, Paryaas Bhawan, Sec-38B,

Chandigarh.

4

TENDERS FOR SUPPLY OF VARIOUS TYPE OF MEDICINES/LARVACIDES/LAB REAGENTS

FOR PROGRAMME OF NRHM IN THE STATE OF PUNJAB

Section-I: Eligibility Criteria

1. Sealed Bids in two separate covers (Technical bid and Price bid) in duplicate will be

received till 24.1.2012 by the Mission Director, NRHM, Punjab, Chandigarh for the various

type of medicines/larvacides/lab reagents (As per schedule of requirement and technical

Specifications attached). The firm will submit the item-wise tender which should be super-

scribed as “Tender for the procurement of _________” and further the firm should submit

the tender in two bid systems i.e. “Technical Tender” and “Financial Tender” separately

and both envelops should be put in one main envelop failing which the tender will be

rejected straightway. No bidder should submit one tender for more than one item, if any

firm found to quote more items in one tender than the tender should be rejected

straightway.

2. Qualification Criteria for Eligible Bidders: The bidder shall be Original Manufacturer

and having its own manufacturing unit with proof of three years existence or their

Authorized agents/distributors.

(a) Bids of bidders quoting as authorized representative of the original Manufacturer

can be considered, provided the bidder furnishes a legally enforceable authorization from

the Original Manufacturer in the prescribed form (Annexure- V).

3. Bidding documents may be obtained from the above office between 10:00 a.m. to 4:00 p.m.

on all working days.

4. Bidder should read all the terms and conditions of the bid document properly before

submitting the tender.

5. The firm should have the minimum turn over for the last three years mentioned on

5

Annexure- I and a turn over certificate as per Annexure-I duly attested by Chartered

Accountant must also be attached with the bid.

6. The amount of Earnest Money deposit (EMD) must be deposited by the bidder as earnest

money for various type of medicines/larvacides/lab reagents under NRHM in the shape of

Bank Draft in favour of State Health Society, Punjab payable at Chandigarh. The demand

draft of EMD must accompany the technical tender, without which the tender will not be

considered. The said amount will be forfeited if any successful tenderer fails to execute the

contract or fails to furnish performance security within the stipulated period.

7. Bids will be opened in the presence of bidders/their representatives who prefer to attend

on the specified date and time.

8. At any time prior to the date of submission of bid, NRHM may, for any reason, whether at

its own initiative or in response to a clarification requested by a prospective bidder,

modify the bidding documents by an amendment. All prospective bidders who have

received the bidding document will be notified of the amendment in writing/online

updation and that will be binding on them. In order to allow reasonable time, for taking the

amendment into account, NRHM may at its discretion, extend the date and time for

submission of bids.

9. The bid and all correspondence and documents shall be in English Language.

10. Interested eligible bidders may obtain further information from the office of the NRHM.

11. The bidder firm should not have been blacklisted/debarred by any State Govt.

Organization or Central Govt. organization. The bidder should also submit an affidavit that

the bidder has not been blacklisted/debarred by any state Govt. / Central Govt.

Organization (as per format provided at Annexure-IX).

12. The bidder should have at least three years Market Standing and proof of the supply of the

quoted item must also be attached with the tender.

6

13. Rates should be quoted at F.O.R destination which would be any where in the State of

Punjab.

14. Offers are to be submitted in two separate envelopes super scribed as “Financial Tender”

and “Technical Tender”.

15. Any tender which is not on the proper tender form, will not be considered.

16. Tender received after the time and date specified for receipt of tenders will not be

entertained.

17. Contract once concluded shall be valid for one year from date of issuance of Award.

18. In complete or conditional offer incorporating price maintained and force majeure etc. will

not be entertained.

19. The detailed specifications of medicines/larvacides/lab reagents are enclosed with this

document as Annexure-X.

20. The quantity mentioned in the schedule of requirement is tentative quantities and can be

increased / decreased by 25%.

21. The tenders should be put in the relevant boxes placed before Committee Room in the

office of NRHM Punjab, Sector 38-B, Chandigarh on due date. The bids should be put in the

relevant box placed for specific items i.e. Medicines/Material/Equipments/Lab

Consumables/Regants/Larvicides. The department is not responsible for the bidders fault.

If any bidder put the tender in the wrong box then the tender will not be considered.

Section-II: Procedure for Submission of bids

TECHNICAL BID (COVER A)

1. The bidder should furnish, along with bid, the following for the items tendered in a

separate cover hereafter called “Cover A”.

a) Bid Security (Earnest Money Deposit) should be deposited in the form of Bank/Demand

Draft drawn in favour of State Health Society, Punjab payable at Chandigarh.

7

b) Documentary evidence for the constitution of the bidder organization/firm such as

Memorandum and Articles of Association, Partnership deed etc. with details of the Name,

Address, Telephone Number, Fax No., Email address of the firm and of the Mission

Director/Partners/ Proprietor.

c) Authorization like power of attorney, resolution of board, for the senior officer of the

company who has signed the tender documents and the bid. In case of partnership firm

authority like power of Attorney for the partner who has signed the bid and in case of sole

proprietorship the bid should be signed by the sole proprietor.

d) Detail of other institutional orders executed by the bidder during last three years.

e) Annual turnover statement for last 3 years in the format given in Annexure-I certified by

Chartered Accountant.

f) Copies of Income Tax returns/PAN No./Sales Tax Number for the last three years.

g) Declaration Form in Annexure-IV for acceptance of all Tender conditions.

h) In case where the bidder is Authorized Agent, the Authorization Form as per Annex-V

must be attached with the bid.

i) The bidder shall submit a Checklist (Annexure-XI) for the list of documents enclosed with

their page number. The documents shall be serially arranged as per this Check List and

shall be securely tied or bound.

j) In case, where the bidder is original manufacturer, the bidder must have manufactured

and supplied satisfactorily similar item to the extent at least 80% of the total quantity, in the last

three years as on the last date of the month preceeding the bid opening date. There should not be

any adverse report on the functioning of the item for at least two years on the date of bid

opening.

k) Compliance statement for the quoted item supported by original product

catalogue/brochure/product literature clearly highlighting the technical specifications asked in

the bid duly signed by the tenderers in the technical bid.

8

l) Details of supplies done in the last three years with copies of purchase order and

performance certificates issued by the clients.

m) The tenderer should certify in an unequivocal terms that the item offered are strictly as

per N.I.T specifications laid down by this office.

n) Tenders/offers which do not conform to the NIT specifications/rules, terms and conditions

will be ignored in the offer.

o) Latest VAT clearance certificate or copies of VAT returns.

p) Duly attested photocopy of License for manufacturing

q) Valid GMP Certificate under revised schedule M of Drugs & cosmetic act, 1945 of Individual

Item

r) Performance Statement as per Annexure-III given in Tender document with copies of

Client Satisfactory Certificate and Purchase orders.

1. The above documents should be submitted in a separate cover super scribed as “Cover A”,

Tender for supply of _________ for Programme of NRHM in the State of Punjab due on

_________ at _____ PM addressed to the Mission Director, NRHM, 5th Floor, Prayaas Bhawan,

(Punjab)

2. The detailed specifications of _____________ are enclosed with this document as Annexure-X.

3. 90% payment would be released when the successful bidder would supply the ordered

items at the concerned consignees in the State of Punjab and submit the verified bills from the

concerned consignees along with the test reports from Government Analyst Punjab, Sector 11

Chandigarh. Balance 10% payment would be released after the satisfactory report received from

the concerned consignees.

4. A pre bid meeting would be done with the interested bidders on dated 12.1.2012 at 11 am

in the office of Mission Director (NRHM), Room No. 2, Committee Room, Prayas Building, Sector

38-B, Chandigarh. Every bidder who wish to quote this tender is requested to attend this

meeting.

5. Each item/equipment will be evaluated separately.

6. List of Service Centres of the manufacture in the State along with complete address and

details.

9

7. Certificates like BIS or as applicable.

8. The department can also issue part supply orders.

9. Shelf life certificate of the quoted item should be minimum two years at the time of offering

the stores.

10. Unsealed quotations shall be rejected straightway.

PRICE BID-COVER-“B”

11. Bid should be clearly typewritten and every correction in the bid should invariably be

attested with full signature by the bidder with date, failing which the bid will be ineligible for

further consideration. There should be no overwriting/Corrections with fluid.

12. The rate quotation of the quoted item should be submitted in a separate sealed cover

Super scribed as COVER-B”– Tender for supply of __________ for NRHM Programme in

the State of Punjab due on _______ at __________ PM.

13. a) The rate should be quoted as per Bid form, Annexure-VII

b) The rate quoted should be for the unit and specifications given. The bidder is strictly

prohibited to change/alter specifications.

c) Each page of the price bid should be duly signed by the bidder with office seal.

“Cover-B” should also be addressed to the Mission Director, NRHM, Prayaas Bhawan, 5th

Floor, Sector-38B, Chandigarh.

PROCEDURE FOR SEALING AND SUBMISSION OF BIDS

14. The Cover A & Cover B in duplicate should be separately sealed, and both these covers

shall be kept in a sealed cover. The bids should reach the Mission Director, NRHM,

Prayaas Bhawan, 5th Floor, Sector-38B, Chandigarh on or before the date and time

specified. The Covers should be sealed and submitted as per following procedure:

Technical Bids (cover “A” Original) Sealed envelop

10

Price Bids (Cover “B” Original) Sealed envelop

Both the above separately sealed covers should be put in one single Sealed Envelop and

Super scribed as Original Bid Cover A and Cover B of Tender for supply of various type of

medicines/larvacides/lab reagents for NRHM Programme in the State of Punjab due on

____________at ______ P.M.

Similarly technical bids (Cover “A”) duplicate Sealed envelope and Price Bids (Cover “B”)

duplicate sealed envelope should be put in one single envelop and super scribed as Duplicate

bids Cover A and Cover B of Tender for supply of various type of medicines/larvacides/lab

reagenets for NRHM Programme in the State of Punjab due on _______________ at _______ PM

Both the above envelops i.e. Original Bid and Duplicate bids should be put in one single

envelop super scribed as Tender for supply of various type of medicines/larvacides/lab

reagenets for NRHM Programme in the State of Punjab due on _________ at _____ PM. Original

and Duplicate.

F Bids will be opened at NRHM on the date and time specified in the presence of the

representatives of the bidders who prefer to attend bid opening.

F Cover “B” of the bidders meeting eligibility criteria, evaluated on the basis of the details

furnished by the bidders in Cover “A” will alone be opened and the date and time of opening of

Cover “B” will be intimated to only such eligible/short listed bidders.

F The cover A & B along with outer cover should be supplied in duplicate. It should be

subscribed on the each envelop original and duplicate. The original and duplicate bid should

carry both cover A & cover B as per the procedures specified above. Only original bids will be

opened. The duplicate bids will be kept in the sealed cover till the execution of the contract. In

case of any discrepancies arises the duplicate envelop will be opened in presence of a committee.

The notification for opening of duplicate bid will be made to the bidder inviting to join the

duplicate bid opening process. In case the bidder does not turn up on the bid opening day, the

committee will open the bid and its decision will be final

11

NOTE: - ANY BID WHICH IS NOT SUBMITTED IN DUPLICATE IN ACCORDANCE WITH

THE ABOVE PROCEDURE SHALL BE REJECTED

12

Section-III: Procedure for Evaluation of bids

1) Technical Bid Cover “A”: On the basis of the documents submitted by the bidder in cover “A”

for each item the committee will check whether the bidder meets the eligibility criteria and

whether the offer of the bidder meets the requirements of the tender. In other words each item

will be technically evaluated separately.

2) Price Bids Cover “B”: The price bids of the bidder meeting the eligibility criteria as per

documents submitted in cover “A” will be evaluated as under:

The bidder is required to quote only a single price for each specific item.

Section-IV: OTHER TERMS AND CONDITIONS

BID SECURITY (EARNEST MONEY DEPOSIT)

1. Each bid must be accompanied with a bid security (EMD) for the amount indicated against the

each item in schedule of Requirements as mentioned on the tender document and NIT in the

form of Demand Draft favouring “State Health Society Punjab”, payable at Chandigarh. Bid

Security submitted in any other form will not be accepted. Any bid submitted without Bid

Security in accordance with this clause will be rejected. The Bid Security amount of the

successful bidder will be retained by NRHM till the completion of the tender process/period.

The Bid Security of unsuccessful bidder would be returned after finalization of the tender.

The Bid Security amount will not carry any interest. If the successful bidder fails to execute

the agreement and or deposit the performance security (Security Deposit) within the

specified time, or withdraws his bid within the validity period of the bid, this bid security

amount will be forfeited. No exemption is available to any organization from submission of

bid security and bids not accompanied by the requisite bid security will be rejected outrightly.

PERFORMANCE SECURITY (SECURITY DEPOSIT)

2. The Successful bidder shall within 14 days of the issuance of Notification of Award submit

Performance Security Deposit equivalent to 10% of the Gross value of Award (inclusive of all

13

taxes). The Performance Security shall be denominated in Indian Rupees and shall be in one of

the following forms a) An irrevocable Bank Guarantee issued by a nationalized/ scheduled bank

located in India in the format provided in the Bidding Documents (Annexure –VI) ; or b) Bank

Draft/Demand Draft drawn in favour of “State Health Society”, Punjab payable at Chandigarh.

The performance security amount will not carry any interest.

In addition to other penal action if the supplier fails to perform the services as per terms

and conditions of contract, it will lead to termination of the contract and the performance

security amount will be forfeited.

PERIOD OF VALIDITY OF BIDS

3. Price Quoted should be valid for 90 days from the opening of the Technical bids (Cover “A). A

bid valid for a shorter period will be rejected as non-responsive. NRHM will make every

endeavor to finalize the bids in the original validity period of the bids. However if for any

reason, NRHM is not able to finalize the tender within the original validity period of the bids,

NRHM may solicit the bidders consent for an extension in the period of bid validity. A bidder

may refuse the request without forfeiting their bid security.

4. The tentative details of the required are shown in Annexure - II. The quantity mentioned

is only the tentative requirement and may be increased or decreased by 25% as per the decision

of the Mission Director, NRHM. The rates quoted should not vary with the quantum of the order

or the destination.

5. The bidder should quote the rates for each item separately described as per the specifications.

6. Rates should be quoted on door delivery basis according to the unit asked for, No bid

conditions like “AT CURRENT MARKET RATES” shall be accepted. No handling, clearing,

transport charges etc., will be paid. The deliveries should be made as stipulated in the purchase

order placed with successful bidders.

(a) If at any time during the period of contract, the price of tendered items is reduced or

brought down by any law or Act of the Central or State Government or by the bidder

14

himself, the bidder shall be morally and statutorily bound to inform the Mission

Director, NRHM, Punjab, Chandigarh immediately about such reduction in the

contracted prices. The Mission Director, NRHM, Punjab, Chandigarh is empowered

to unilaterally effect such reduction as is necessary in rates in case the bidder fails to

notify or fails to agree for such reduction of rates.

(b) In case of any enhancement in Excise Duty or levying of Excise Duty afresh due to

statutory Act of the Government after the date of submission of tenders and during

the tender period, the additional or fresh excise duty so levied will be allowed to be

charged extra as separate item without any change in price structure approved

under the Tender. For claiming the enhancement of additional cost on account of the

increase in Excise Duty, the bidder should produce:

(i) A certificate from the Excise authority concerned certifying that the

items supplied falls under particular tariff and the rate of excise duty charged.

(ii) Invoices drawn as per Excise rules for the items supplied shall be

produced

(c) In case the successful bidder has been enjoying excise duty exemption on any

criteria of Turnover etc., such bidder will not be allowed to claim excise duty at later

point of time, during the currency of contract, when the excise duty is chargeable on

goods manufactured.

7. (a) The price quoted by the bidders shall not in any case, exceed the controlled price, if

any, fixed by the Central/State Government and the Maximum Retail Price (MRP). The

Mission Director, NRHM, Punjab, Chandigarh, at its discretion, will exercise the right to

revise the price at any stage so as to conform to the controlled price or MRP as the case

may be. The discretion will be exercised without prejudice to any other action that may be

taken against the bidder.

(b) The bidder should submit an affidavit with the bid that the rates quoted in the

tender are not higher than those quoted to any other Central/State Govt.

organization or rate contract for the same model/item (as per format provided at

15

Annexure-VIII).

8. The rates quoted and accepted will be binding on the bidder for the stipulated period and

on no account any increase in the price will be entertained till the completion of the tender

period.

No bidder will be allowed at any time on any ground whatsoever to claim revision of or

modification in the rates quoted by him. The representation of the bidder that clerical error,

Typographical error etc. has been committed in the bid and request for revision shall not be

considered after opening of the bid. Conditions such as “SUBJECT TO AVAILABILITY” “SUPPLIES

WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” etc., will not be considered under any

circumstances and the bids of those who have placed such conditions shall be treated as

incomplete and such bids, shall be summarily rejected.

NOTIFICATION OF AWARD

9. (a) The Purchaser will award the Contract to the successful Bidder whose bid has been

determined to be Responsive/Substantially Responsive and has been determined as the

lowest evaluated bid, provided further that the Bidder is determined to be qualified to

perform the Contract satisfactorily.

(b) The purchaser will issue notification of Award to the lowest evaluated bidder which

will tantamount to formation of Contract and will be governed by all the terms and conditions

stipulated in this Bid document.

PACKING

10. The ordered items shall be supplied in adequate packaging to prevent damage or

deterioration during transit to the final destination. The packing shall be sufficient to withstand,

without limitation, rough handling during transit and exposure to extreme temperature and open

storage.

a) The packing of the medicines should be in Strip Pack/Blister Pack

16

b) The medicine should be film coated/sugar coated

INSPECTION

11. The Mission Director, NRHM and or his authorized representative(s) have the right to

inspect the factories of those companies who have quoted for this tender, before, accepting the

rate quoted by them or before releasing any order(s) or at any point of time during the

continuance of tender and has also the right to reject the tender or terminate/cancel the orders

issued or not to reorder based on facts brought out during such inspections.

12. The larvacides/lab reagents will be inspected by the inspection team/agency nominated

by the Mission Director, NRHM at Pre-Delivery stage. The supplier will offer 100% inspection of

the medicine/larvacide/lab regent before the dispatch of the material well in advance. The

suppliers are advised to offer inspection of the material within the stipulated period as

mentioned in supply order. The committee/Agency will inspect the material to confirm the

supply of the material as per the specifications, specified in the purchase order/bidding

documents. Such Committee/Agency will issue the Inspection Report (IR) which will form the

base for acceptance/rejection of the material.

13. The right of purchaser to inspect/test the medicines/larvacides/lab reagents if deemed

necessary and reject the medicines/larvacides/lab reagents if found not conforming to

specification at any point of time after the supply of medicines/larvacides/lab reagents shall in

no way be affected by the fact that the medicines/larvacides/lab reagents has already been

inspected/tested by the purchaser.

14. Medicines/larvacides/lab reagents, which do not meet quality requirements, shall render

the relevant supplies liable to be rejected. If the medicines/larvacides/lab reagents do not

conform to statutory standards/ specifications the supplier will be liable for relevant action

under the existing laws, and would be responsible for removing the entire stock back within a

period of 21 days of the issuance of the letter from the purchaser. The stock shall be taken back at

the expense of the supplier. The supplier for the product could be blacklisted and no further

supplies will be accepted from him till he is legally cleared. The supplier shall also not be eligible

17

to participate in NRHM, (Punjab) tenders for supply of such item for a period of five subsequent

years or for the period as deemed fit by Mission Director, NRHM.

15. The decision of the MD, NRHM-PB, Chandigarh, or any Officer or agency authorized by him,

as to the quality of the supplied items shall be final and binding.

ACCEPTANCE OF TENDER

17. The Mission Director, NRHM, Punjab reserves the right to reject the tenders or to accept

the tenders for the supply of all medicines/larvacides/lab reagents without assigning any reason.

18. The acceptance of the tenders shall be communicated to the bidder in writing.

DELIVERY CONDITIONS

19. Delivery will be at F.O.R. Destination which should be anywhere in the State of Punjab

within 45 days from the issuance of Award.

20. If the supplier fails to execute the purchase order within the stipulated time, the NRHM,

Punjab, Chandigarh is empowered to make emergency purchases and claim the difference in total

cost from the supplier in addition to other penal remedies.

21. The deliveries shall be made strictly as per the purchase order.

VALIDITY OF RATES AFTER ACCEPTANCE OF TENDER

22. The rates quoted for medicines/larvacides/lab reagents in respect of Successful bidder

should be valid for one year from the date of issuance of Notification of Award”.

PAYMENT PROVISIONS

25. (A) Payment of medicines/larvacides/lab reagents:

On delivery: 90% payment would be released when the successful bidder would supply the

ordered items at the concerned consignees in the State of Punjab and submit the verified bills

18

from the concerned consignees along with the test reports from Government Analyst Punjab,

Sector 11 Chandigarh along with the documents mentioned below :

i. The invoice in triplicate duly verified by the consignee.

ii. Test Reports from Government Analyst Punjab, Sector 11 Chandigarh

iii. Inspection Certificate in case of material/larvicide/lab material.

iv. Acknowledgement of receipt of medicines/larvacides/lab consumables/reagents

Balance 10% payment would be released after the satisfactory report received from the

concerned consignees.

26. LIQUIDATED DAMAGES

Subject to force majeure conditions, if the Supplier fails to deliver the

medicines/larvacides/lab reagents and perform the services within the scheduled delivery period,

Liquidated damages at 0.5 percent of the purchase order price per week or part thereof will be

levied for the delayed period, subject to maximum of 10 percent of the Purchase order price. Once

the maximum levy is reached the purchaser may consider termination of the Contract.

PENALTIES

27. Furnishing of any wrong information, declaration, forged documents or false affidavit by

the bidder to win the tender may lead to forfeiture of EMD submitted by such bidder and the

bidder may also be Blacklisted for participating in any tender floated by the NRHM either

permanently or for a specified period of time as deemed fit by the Mission Director, NRHM,

Punjab, Chandigarh.

28. If the successful bidder fails to execute the Award and /or deposit the required

performance security deposit within the time specified or withdraws his tender after the

intimation of the acceptance of his tender has been sent to him owing to any other reasons, he is

unable to undertake the contract, his contract will be cancelled and the Earnest Money Deposited

by him along with his tender shall stand forfeited to the NRHM-Pb., Chandigarh. and he will also

liable for all damages sustained by the NRHM by reasons of breach such as failure to provide

services not conforming to the tender specifications, including the liabilities to pay any

differences between the prices accepted by him and those ultimately paid for the procurement of

the services concerned. Such damages shall be assessed by the Mission Director, NRHM, Punjab,

19

Chandigarh whose decision is final in the matter. The Earnest Money Deposit/ Performance

Security of the bidder may also be forfeited in case the bidder submitted any wrong

information/Affidavit in the bid.

29. If the supplier fails to deliver the material the services within the stipulated delivery period

or within any extension period granted by the Purchaser, the purchaser will be at liberty to

terminate the Contract without prejudice to any other Rights that the purchaser may have

against the supplier as per provisions of the Contract.

30. The Mission Director, NRHM-Punjab, Chandigarh will be at liberty to terminate without

assigning any reasons thereof, the contract either wholly or in a part on 30 days notice. The

bidder will not be entitled for any compensation whatsoever in respect of such termination.

31. Non performance of contract provisions may disqualify the successful bidder to participate

in the tender for the next five years

FORCE MAJEURE

32. Force Majeure means an event beyond the control of the supplier and not involving the

supplier’s fault or negligence and not foreseeable. Such event may includes but are not limited to,

acts of the purchaser either in its sovereign of contractual capacity, wars or revolutions, fires,

floods, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation

arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause

thereof. The Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s

time for performance, with or without liquidated damages, in which case the extension shall be

ratified by the parties by amendment of Contract. Unless otherwise directed by the Purchaser in

writing, the Supplier shall continue to perform its obligations under the Contract as far as is

reasonably practical and shall seek all reasonable alternative means for performance not

prevented by the Force Majeure event.

SAVING CLAUSE

33. No suit, prosecution or any legal proceedings shall lie against NRHM, or any person for

anything that is done in good faith or intended to be done in pursuance of tender.

20

34. In the event of any dispute arising out the tender such dispute would be subject to the

jurisdiction of the Civil Court within the Chandigarh.

35. If Government of India or State Government approves any source like DGS&D or other rate

contract, then the State Health Society Punjab is free to purchase any item directly from that

source and State Health Society Punjab reserves the right to withdraw any item from tender at

any stage.

--sd--

Mission Director (NRHM) Pb

21

ANNEXURE -I

ANNUAL TURN OVER STATEMENT

The Annual Turnover of M/s ___________________________________________ for the past three

years are given below and certified that the statement is true and correct.

Sr. No. Year Turnover ( Rs. in Lakh)

1. 2008-2009

2. 2009-2010

3. 2010-2011

Total =

Average Annual Turnover -Rs. ______________ Lakh.

Date: Signature of Auditor/Chartered Accountant Seal: (Name in Capital)

22

ANNEXURE-II

SCHEDULE OF REQUIREMENTS

Sr. No. Description of Medicine/Material/Lab

Regants/Larvicides

Qty.

required

Delivery Schedule

1.

23

ANNEXURE – III

PROFORMA FOR PERFORMANCE STATEMENT

(FOR A PERIOD OF LAST 3 YEARS) Name of bidder ___________________________________

Order

Placed by

(Full

Address of

Order

Number

and

Date

Description

and

quantity of

ordered

Value

of

Order

(Rs.)

Date of completion

of Contract

Remarks

indicating

reasons

for delay

if any

Purchaser/

consignee)

As per

contract

Compltd.

date

Have the

medicines/larvicides/material

been found Satisfactory

attach documentary proof)

**

1 2 3 4 5 6 7 8

Signature and Seal of the Tenderer: __________________________________

** The documentary proof will be certificate from the consignee/end user with cross reference of order

No. and date in the certificate along with a notarized certificate authenticating the correctness of the

information furnished. If at any time, information furnished is proved to be false or incorrect, the earnest

money furnished will be forfeited and the bidder may be blacklisted / debarred either indefinitely or for

period as deemed fit by Mission Director, NRHM

24

ANNEXURE – IV

DECLARATION FORM

I/We ________________ have our ____________________________________ office at

______________________________________ do declare that I/We have carefully read all the conditions

of bid documents and hereby agree to all the conditions and to supply the ________________ as per

scheduled delivery period of the purchase orders and abide by all the conditions set form therein, for the

supply to Govt. Institutions.

Signature: Date: Name of the Organization and Address:

Attested By Notary Public:

25

ANNEXURE-V

MANUFACTURER’S AUTHORIZATION FORM

No. _______________ Dated ________________

To

Dear Sir, Bid Ref. No. _________________________________________________

We ______________________________________________ who are established and reputable manufacturers

of ______________________ having factories at ______________________ Registered office at

_________________________ possessing Manufacturing Licence No. _____________________________,

dated _____________, valid upto __________________________ (copy enclosed) do hereby authorize M/s

_________________________________________________ (Name and Address of Representative) to submit a

bid, and subsequently negotiate and sign the contract with you against the above mentioned tender.

No company or Firm or individual other than M/s ______________________________ are authorized to bid,

negotiate and conclude the contract in regard to this business against this specific tender.

We hereby extend our full guarantee and warranty as per the tender conditions for the _______________

offered for supply against this invitation for bid by the above firm.

Your faithfully,

26

ANNEXURE -VI

PERFORMANCE SECURITY FORM

To: (Name of Purchaser)

WHEREAS ................................................................... (Name of Supplier) hereinafter called "the Supplier" has

undertaken , in pursuance of Contract No............ dated,........... 20... to supply......................

.................................................(Description of Goods and Services) hereinafter called "the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a

Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the

Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give

the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on

behalf of the Supplier, up to a total of .......................................................................... (Amount of the Guarantee

in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be

in default under the Contract and without cavil or argument, any sum or sums within the limit of

................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or

reasons for your demand or the sum specified therein.

This guarantee is valid until the ........day of...................20......

Signature and Seal of

Guarantors ................................

................................

...............................

Date......................20……..

Address:........................

................................

................................

27

ANNEXURE -VII

PRICE SCHEDULE (TO BE SUBMITTED WITH PRICE BID ONLY)

Total Cost= Total Qty x Col.(9) = Rs…………./-

Note:

(a) In case of discrepancy between unit price and total price, the unit price shall prevail.

Total Bid Price in Rs.___________________________ In

Words ______________________________________

Signature of Bidder ____________________________

Name _________________________________________

Business Address _____________________________

Place: ____________________

Date: _____________________

• Octroi Exemption Certificate will be made available by the Purchaser.

• The Requisite certificates for tax exemption regarding Govt. supplies will also be made available.

• Rate should be quoted only in Indian Rupees.

• In case of imported equipment bidder will bear exchange risks/gains on either way.

• The evaluation of the Imported goods will be made after adding any additional custom duty (if

applicable) and transportation charges and any other incidental charges up to destination

Sr.

No

Item

Description

Ex-

factory

cost

Excise

Duty

Sale Tax /VAT

as applicable

for Govt.

Supplies/ any

Additional

Import or

Customs duty

Other

incidental

charges

(Pl.

specify)

Total

Landed

Cost (FOR

Desti-

nation)

Quantity in

Unit as per

packing

specification

Total

Value

(x)

1 2 3 4 5 6 7 8 9

1

28

ANNEXURE-VIII

PROFORMA OF AFFIDAVIT REGARDING QUOTED RATES

I_____________________________S/O,W/O_______________________________________________,

(Designation of Deponent) of (name and complete address of the bidder firm) is authorized signatory of

the firm (Name of the bidder firm) , do hereby solemnly affirm and declare as under:¬

That the rates quoted to National Rural Health Mission, Punjab against Bid Reference No.

________________________ are not higher than those quoted to any other Govt. Undertaking/DGS&D or

approved in any prevailing Rate Contract for the same drug.

DEPONENT

VERIFICATION

Verified that the contents of the above affidavit are true to my knowledge and belief and nothing has

been concealed therein.

DEPONENT

29

ANNEXURE-IX

PROFORMA OF AFFIDAVIT REGARDING BIDDER NOT BLACKLISTED/DEBARRED

I_____________________________S/O, W/O_______________________________________________,

(Designation of Deponent) of (name and complete address of the bidder firm) is authorized signatory of

the firm (Name of the bidder firm) , do hereby solemnly affirm and declare as under:-

That the firm (Name of the firm) or its Directors/Partners/Owners have not been blacklisted or debarred

by any Govt. undertaking.

DEPONENT

VERIFICATION

Verified that the contents of the above affidavit are true to my knowledge and belief and nothing has

been concealed therein.

DEPONENT

30

31

ANNEXURE – X

SPECIFICATIONS FOR

32

ANNEXURE – XI CHECK LIST FOR TECHNICAL BID IN “COVER-A”

Sr.

No.

Particulars 1

Yes/ No/ NA Page No. Remarks

1. Duly signed & Stamped copy of Tender Document

2. EMD in the form of DD shall be kept in an separate

envelope which should be valid for six months

3. List of items quoted

4. Duly attested photocopy of License for manufacturing

5. Annual turnover statement Annexure-I

6. Valid GMP Certificate under revised schedule M of

Drugs & cosmetic act, 1945 of Individual Item

7. Manufacturers Authorization Form Annexure V

8. Performance Security Form Annexure - VI

9. Performance Statement as per Annexure-III given in

Tender document with copies of Client Satisfactory

Certificate and Purchase orders.

10. Authorization to a responsible officer of the

organization for signing bid documents.

11. Documentary evidence for the Constitution of the firm

12. Annual turnover statement for the last 3 years

13. Copies of Income Tax Returns for the last three years

14. VAT Clearance Certificate/ Latest VAT Returns

15. Declaration form In Annexure-IV for acceptance of all

tender conditions.

16. Affidavit that Bidder is not blacklisted/debarred by any

Govt. undertaking-Annexure-IX

17. Affidavit that the rates quoted in tender are not higher

than those quoted to any other Govt. undertaking or

approved in any prevailing rate contract -Annexure-

VIII

18. ISI/CIB Certificate of Individual Item must also be

attached along with the technical tender, whereas

applicable

19. Shelf life certificate which should be minimum two

years at the time of offering the store

20. Manufacturing capacity/production of the quoted

item

33

21. Copy of Manufacturing proof of quoted larvicide

must also be attached

22. Copy of valid drug license

23. Proof of 3 years market standing

24. List of analytical equipment for testing, quality testing

lab with the factory.

25. Detail of Machinery & Equipment installed

26. Satisfactory performance certificate during the last

three years by State Drugs Controller

27. Certificate that the rates quoted are lowest and there are

no way higher than those quoted to DGS&D/ESI

Corporations or any other State Government institution.

28. An attested photo copy of latest renewed and valid

Drugs manufacturing license, If the license is with the

licensing authority for renewal, a written conformation

to this effect from him along with an attested photocopy

of old license requesting renewal be not acceptable.

Notarized photocopy of above said documents should be attached along with the Technical Tender failing

which technical tender will be rejected straightway.

Note :- If the tender has been quoted by the authorized dealer then he will attach all the documents required in

the tender of principal manufacturer and also submit the following documents as an authorized dealer of his

own, Sales Tax/VAT/Drug License Registration, PAN Card and original authority letter from manufacturer.

List of Medicines to be procured under NRHM during the year 2011-12

S.No Name of the Equipment to be

procured

Quantity to

be procured

(approx)

Earnest

Money

Deposit (in

Rs)

Turn over

required

1 Antiseptic Solution (Antiseptic

Solution of 100 ml bottle containing

Chlorhexidine Solution IP – 1.5% v/v,

Strong cetrimide solu BP equv to

cetrimide IP 3.0% W/v)

20,000 (100

ml each)

Rs 10,000/- 4 crores

2 Tab Calcium Carbonate with

Vitamin D 500 mg

2,05,43,000 Rs 1,00,000/- 4 crores

3 Tab Albendazole 400 mg 63,90,000 Rs 1,50,000/- 4 crores

4 Scabies Lotion (Benzyl Benzoate

Application IP, Pack Size 500 ml) 56,000 Rs 70,000/- 4 crores

5 Tab Cetrizine Hydrochloride IP

10mg (Strip Pack) 10 mg

20,00,000 Rs 10,000/- 4 crores

6 Tab Antispasmodic (Dicyclomine

HCL IP 20 mg Paracetamol IP 500

mg) (Strip Pack)

10,00,000 Rs 10,000/- 4 crores

7 Anti Bacterial Ointment (Povidone

Iodine Ointment 5% tube of 15 gm) 1,88,684 Rs 10,000/- 4 crores

8 IFA Large : Each sugar coated tablet

contains : Dried ferrous sulphate IP

333 mg Eq. to 100 mg. of elemental

iron, Folic Acid IP 0.5 mg

Packaging : 10 X 10 X10 tabs (in a

box)

20,23,05,750 Rs 4,00,000/- 4 crores

9 IFA Small : Each Sugar coated

tablet contains : Dried Ferrous

sulphate IP 67 mg. Eq. to 20 mg. of

elemental iron, Folic Acid IP 0.1 mg

Packaging 10 X 10 X10 tabs (in a

box)

20,37,43,750 Rs 2,00,000/- 4 crores

10 Tab Zinc Sulphate Dispersible 20

mg

Tab Zinc Sulphate Dispersible 10

mg

60,64,800

10,00,000

Rs 20,000/-

Rs 10,000/-

4 crores

11 ORS Packets as per WHO formula 25,23,700 Rs 2,00,000/- 4 crores

12 100 ml of Vitamin A concentrated

solution with plastic measuring

spoon with demarcation of 1 ml

and 2 ml

95,362 Rs 1,00,000/- 4 crores

13 Tab Punarvadumandur (ISM 1,68,42,000 Rs 50,000/- 4 crores

preparation of IRON)

14 Tab Paracetamol (500 mg) 63,84,200 Rs 50,000/- 4 crores

15 Tab Dicyclomine (10 mg) 8,42,100 Rs 5,000/- 4 crores

16 Tab Premaquine (2.5 mg) 1,50,000 Rs 3,000/- 4 crores

17 Tab Premaquine (7.5 mg) 2,00,000 Rs 3,000/- 4 crores

18 Tab Methyldopa IP eq. to

Methyldopa anhydrous 250 mg

30 lacs Rs 1,50,000/- 4 crores

19 Cap Nifedipine - Nifedipine IP, 10

mg

6 lacs Rs 5,000/- 4 crores

20 Inj Labetalol, 20 mg in 4 ml ampoule 10000

ampoules

Rs 6,000/- 4 crores

21 Tab Folic Acid 5 mg 2 crores Rs 75,000/- 4 crores

22 Capsule Amoxycillin Trihydrate IP

eq. to Amoxycillin anhydrous 500

mg

11 lacs Rs 50,000/- 4 crores

23 Inj Gentamycin - Gentamycin

sulphate IP eq. to gentamycin 40

mg/ml; 2 ml in each vial

7.5 lac vials Rs 50,000/- 4 crores

24 Ampicillin Injection - Ampicillin

Sodium IP eq. to Ampicillin

anhydrous 500 mg / vial

3 lac vials Rs 50,000/- 4 crores

25 Cap Amoxycillin Trihydrate +

Dicloxacillin IP eq. to amoxycillin

trihydrate 250 mg + dicloxacillin 250

mg

16 lac

capsules

Rs 1,00,000/- 4 crores

26 Tab. Metronidazole - Metronidazole

IP 400 mg Film/Enteric Coated

2 lac tablets Rs 5,000/- 4 crores

27 Inj Methylergometrine -

Methylergometrine maleate IP, 0.2

mg / ml; 01 ml in each ampoule

1.85 lac

ampoules

Rs 10,000/- 4 crores

28 Tab Misoprostol - IP 200 mcg oral 3.5 lac tablets Rs 20,000/- 4 crores

29 Tab Dicyclomine, 20 + PCM 500 mg

oral tab

1 lac tablets Rs 5,000/- 4 crores

30 Inj Magnesium Sulphate -

Magnesium Sulphate IP 50% w/v;

10 ml ampoules, containing 5.0 gm

in total volume

20,000 Rs 2,000/- 4 crores

31 Inj Oxytocin - IP 5.0 I.U./ml; 2 ml in

each ampoule

8.25 lac

ampoules

Rs 50,000/- 4 crores

32 Inj Hyoscine Butyl Bromide 20 mg in

1 ml ampoule

2.25 lac

ampoules

Rs 20,000/- 4 crores

33 Tab Hyoscine Butyl Bromide 10 mg 1 lac tablets Rs 2,000/- 4 crores

34 Menadione Injection (Vitamin K3) -

Menadione USP 10 mg/ml;1 ml

ampoule

1,90,000 lac

ampoules

Rs 30,000/- 4 crores

35 Compound Sodium Lactate IV

Injection IP (Ringers lactate) - 0.24%

w/v of Lactic Acid (eq. to 0.32% w/v

of Sodium Lactate), 0.6% w/v

Sdoium Chloride, 0.04% w/v

Potassium Chloride and 0.027% w/v

Calcium Chloride; 500 ml in

Polypropylene or Polyethlene bottle

2,75,000 Rs 75,000/- 4 crores

36 Sodium Chloride IV Injection -

Sodium Chloride IP 0.9% w/v; 500

ml in Polypropylene or Polyethlene

bottle

2,45,000 Rs 75,000/- 4 crores

37 Dextrose IV Injection, I.P - Dextrose

eq. to Dextrose anhydrous 5% of

w/v, 500 ml in Polypropylene or

Polyethlene bottle

4.00 lac

plastic bottles

Rs 1,00,000/- 4 crores

38 Sodium bicarbonate, IV injection -

Sodium bicarbonate IP 7.5% w/v; 10

ml ampoules

1,80,000 Rs 20,000/- 4 crores

39 Sterile Water for injection, I.P - 5 ml

ampoule

9.50 lac

ampoules

Rs 10,000/- 4 crores

40 Inj Calcium Gluconate, 1 gm, I.V. -

10 ml amp containing 10% Calcium

Gluconate

30,000

ampoules

Rs 2,000/- 4 crores

41 Tab Drotavarine 80 mg 1 lac tablets Rs 2,000/- 4 crores

42 Inj Lignocaine Hydrochloride IP 2%

w/v; 30 ml vial for local anaesthesia

35,000 vials Rs 7,000/- 4 crores

43 Inj Prostodin 250 mcg, Carboprost

(astromethamine) 250 mcg/ml 1 ml

injection

85,000

ampoules

Rs 1,00,000/- 4 crores

44 Procto Clysis Enema (Sodium

Phosphate enema BP 100 ml)

1,90,000 lac

packings

Rs 60,000/- 4 crores

45 Povidone Iodine Solution (1 litre

packing) 7.5%

55,000 litres Rs 1,00,000/- 4 crores

46 Surgical Spirit, BP 500 ml in each

bottle

25,000

bottles

Rs 25,000/- 4 crores

47 Tab Ibuprofen 400 mg (Enteric

coated/Film Coated)

27.00 lac tabs Rs 50,000/- 4 crores

48 Tab Multivitamin (Neurobin 19 lac tabs Rs 10,000/- 4 crores

Formula)

49 Tab Domperidone 10 mg(Enteric

coated/Film Coated)

2 lac tabs Rs 5,000/- 4 crores

50 Inj Metronidazole - Metronidazole

IP 5 mg/ml:100 ml in each bottle

1.75 lac

bottles

Rs 30,000/- 4 crores

51 Inj Cefotaxime - Cefotaxime Sodium

IP 1 gm per vial with distilled water

2 lac vials Rs 75,000/- 4 crores

52 Inj Cloxacillin - Cloxacillin Sodium IP

eq. to Cloxacillin 500 mg/vial

1 lac vials Rs 20,000/- 4 crores

53 Inj Sensorcain, containing

Sensorcain I.P. 0.5 mg

40,000

ampoules

Rs 20,000/- 4 crores

54 Inj Lignocaine Hydrochloride IP 5%

w/v; lignocaine hydrochloride 50

mg/ml with 7.5% dextrose

hyperbaric (heavy), 02 ml in each

ampoule Hyperbaric for spinal

anaesthesia

10,000

ampoules

Rs 2,000/- 4 crores

55 Inj Promethazine, I.P Promethazine

Hydrochloride 25 mg/ml; 2 ml in

each ampoule

1 lac vials Rs 10,000/- 4 crores

56 Inj Diclofenac, 25 mg in 3 ml 2 lac amps Rs 15,000/- 4 crores

57 Inj Pentazocine Lactate I.P,

Pentazocine Lactate, IP eq. to

Pentazocine 30 mg per ml; 1 ml in

each amp

1 lac Rs 20,000/- 4 crores

58 Chlorhexadine (7.5%) + cetrimide

(15%) + Isopropyl (7%) solution 1

litre (concentrate)

10,000 litres Rs 25,000/- 4 crores

59 Inj Ranitidine IP 50 mg/2 ml 1.50 lacs Rs 6,000/- 4 crores

60 Inj Ondensetron USP 2 mg/ml – 20

ml

1 lac Rs 10,000/- 4 crores

61 Tab Cefpodoxime 200 mg 3.5 lac Rs 5,000/- 4 crores

62 Tab Serratio Peptidase 10 mg 5 lac tabs Rs 5,000/- 4 crores

63 Inj Adrenaline - 0.18% w/v of

Adrenaline Tartrate or Adrenaline

Tartrate IP eq. to adrenaline 1

mg/ml; 01 ml in each ampoule

30,000

ampoules

Rs 2,000/- 4 crores

64 Inj Atropine, I.P - Atropine Sulphate

IP 600 ug/ml; 01 ml in each

ampoule

50,000 amps Rs 2,000/- 4 crores

65 Inj Dopamine - Hydrochloride USP

40 mg / ml; 05 ml ampoule

15,000 vials Rs 10,000/- 4 crores

66 Inj Neostigmine 2 ml ampoule 25,000 Rs 2,000/- 4 crores

67 Inj Betamethasone Sod. Phosphate,

I.P - betamethasone 4 mg per 1 ml

in 1 ml ampoule

30,000 vials Rs 2,000/- 4 crores

68 Halothane IP, containing 0.01% w/w

thymol IP; 200 ml in each bottles

500 bottles Rs 15,000/- 4 crores

69 Inj Thiopentone, Thiopentone 500

mg and Sodium Carbonate

(anhydrous) in vial

10,000 Rs 10,000/- 4 crores

70 Inj Ketamine, - Ketamine

Hydrochloride inj. Eq. to Ketamine

Hydrochloride base 10 mg/ml; 10

ml in each vial

5,000 vials Rs 10,000/- 4 crores

71 Tab Salbutamol - Salbutamol

Sulphate IP eq. to Salbutamol 4 mg

5,000 tabs Rs 2,000/- 4 crores

72 Tab Diazepam - Diazepam IP 5 mg 20,000 tabs Rs 2,000/- 4 crores

73 Inj Diazepam, IP-10 mg in 2 ml

ampoule

50,000 Rs 2,000/- 4 crores

74 Dexmethsone Injection IP,

Dexamethasone Sodium Phosphate

IP eq. to Dexamethasone

Phosphate, 4 mg/ml; 02 ml in each

ampoule

50,000 amps Rs 3,000/- 4 crores

75 Etofyllin B Plus, Anhydrous

Theophylline IP Combination

Injection, Etofylline BP 84.7 mg/ml

& Theophylline IP eq. to

Theophylline anhydrous, 25.3

mg/ml; 02 ml in each

10,000 Rs 2,000/- 4 crores

76 Inj Amikacin Amikacin Sulphate IP

eq to Amikacin 100 mg per 2 ml in

vials

2 lac Rs 20,000/- 4 crores

77 Inj Aminophylline IP Aminophylline

IP 25 mg/ml in 10 ampoule

20,000 Rs 2,000/- 4 crores

78 Inj Ampicillin IP Ampicillin Sodium

IP eq. to ampicillin anhydrous 250

mg/vial

4 lac Rs 50,000/- 4 crores

79 Inj Phenobarbitone IP

Phenobarbitone Sodium IP 100

mg/ml; 02 ml in each ampoule

50,000 Rs 10,000/- 4 crores

80 Inj Phenytoin BP Phenytoin Sodium 50,000 Rs 7,000/- 4 crores

IP 50 mg per ml; 02 ml in each

ampoule

81 Inj Potassium Chloride 150 mg/ml;

10 ml in each ampoule

20,000 Rs 2,000/- 4 crores

82 Arsenic Copper, Cynaide,

Chromium, Chemicals Testing Kits

10 Rs 5,000/- 4 crores

Mission Director (NRHM)

Punjab Chandigarh

List of Lab Consumables/Reagants/Larvicides

S.No Name of the

Equipment to be

procured

Quantity to be

procured

(approx)

Earnest

Money

Deposit (in

Rs)

Turn over

required

1 Sputum Container

(Pack of 1000 cups)

708 Rs 50,000/- 1 crores

2 Adhesive Labels (leaf

of 50 labels)

14154 Rs 5,000/- 1 crores

3 Slides (Pack of 5000

slides)

140 Rs 60,000/- 1 crores

4 Basic Fuchsin (25 gms

bottle)

1643 Rs 6,000/- 1 crores

5 Methylene Blue (25

gms bottle)

103 Rs 2,000/- 1 crores

6 Phenol Crystal (500

gms bottle for

preaping reagent)

352 Rs 2,000/- 1 crores

7 Phenol for disinfection

(5 ltr. Can 36%)

4043 Rs 20,000/- 1 crores

8 Immersion Oil (10 ml

bottle)

3540 Rs 2,000/- 1 crores

9 Sulphuric Acid (5 ltr

bottle)

203 Rs 6,000/- 1 crores

10 Filter paper

whatmann No. 1 (pack

of 100)

523 Rs 25,000/- 1 crores

11 Lense Paper (booklet

of 50 leaves)

10489 Rs 2,000/- 1 crores

12 Diamond Marker 2098 Rs 2,000/- 1 crores

13 Grease Pencils 2098 Rs 2500/- 1 crores

14 Falcon Tube (Conical

centrifuge tubes for

culture and drug

sensitivity)

4000 Rs 2,000/- 1 crores

15 Gel Packs 500 Rs 2,000/- 1 crores

16 Thermacol Box 500 Rs 2,000/- 1 crores

17 Temiphos (ltrs) 50%

EC

1750 ltrs Rs 22,000/- 1 crores

18 Pyrethrum Extract 2%

(lts)

1500 ltrs Rs 36,000/- 1 crores

19 Broom Sticks (Bundle

of 100 sticks)

7077 Rs 4,000/- 1 crores

Mission Director (NRHM) Pb