bidding documents
TRANSCRIPT
1/96
BIDDING DOCUMENTS PROCUREMENT OF VARIOUS ITEMS
UNDER FRAMEWORK CONTRACT FOR
FINANCIAL YEAR 2022-23
TEHSIL HEAD QUARTER THAL MIAN NAWAZ
SHAREEF HOSPITAL LAYYAH
Primary & Secondary HealthCare Department, Government of Punjab
Phone No: 0606-420520
SR NO. DETAIL ESTIMATED COST (PKR)
BID SECURITY 2% of the
estimated cost (for each Lot)
BID CLOSING DATE & TIME
1.
Frame work contract for Procurement of
Local Purchase of Medicine (Day to Day) & Surgical Disposable items & Sehat Sahulat Program/Universal Health
Insurance Medicine & Surgical Disposable items
3700,000
PKR=74,000/- 18-08-2022 11:00AM
2. Frame work contract for Procurement of
Medical Gases 1000,000
PKR=20,000/-
18-08-2022 11:00AM
3.
Frame work contract for purchase of
Pathology Laboratory and Blood Bank items
2000,000
PKR=40,000/-
18-08-2022 11:00AM
4. Frame work contract for purchase of
X-Ray films and radiology accessories 800,000
PKR=16000/-
18-08-2022 11:00AM
5. Frame work contract for purchase of
General Store & Miscellaneous Items 3000,000
PKR=60000/-
18-08-2022 11:00AM
6. Frame work contract for purchase of
Stationary and Printing & Pana-flexes 2000,000
PKR=40000/-
18-08-2022 11:00AM
7. Frame work contract for purchase of
IT Equipment 600,000
PKR= 12000/-
18-08-2022 11:00AM
2/96
TENDER NOTICE
Tehsil Head Quarters Thal (MNS) Hospital Layyah invites sealed bids for framework contract / Tender from eligible and experience Income tax / GST/PST filer Registered Partnerships / Proprietors / Firms and companies for the purchase of following items for the Financial Year 2022-23.
SR NO. DETAIL BID
SECURITY BID CLOSING DATE & TIME
BID OPENING DATE & TIME
TENDER FEE
1.
Frame work contract for Procurement of
Local Purchase of Medicine (Day to Day) & Surgical Disposable items & Sehat Sahulat Program/Universal
Health Insurance Medicine & Surgical Disposable items
2% of the estimated
cost
18-08-2022
11:00AM
18-08-2022
11:30AM Rs: 1,000/-
2. Frame work contract for Procurement of
Medical Gases
2% of the estimated
cost
18-08-2022 11:00AM
18-08-2022 11:30AM
Rs: 1,000/-
3.
Frame work contract for purchase of
Pathology Laboratory and Blood Bank items
2% of the estimated
cost
18-08-2022 11:00AM
18-08-2022 11:30AM
Rs: 1,000/-
4.
Frame work contract for purchase of
X-Ray films and radiology accessories
2% of the estimated
cost
18-08-2022 11:00AM
18-08-2022 11:30AM
Rs: 1,000/-
5. Frame work contract for purchase of
General Store & Miscellaneous Items
2% of the estimated
cost
18-08-2022 11:00AM
18-08-2022 11:30AM
Rs: 1,000/-
6.
Frame work contract for purchase of
Stationary and Printing & Pana-flexes
2% of the estimated
cost
18-08-2022 11:00AM
18-08-2022 11:30AM
Rs: 1,000/-
7. Frame work contract for purchase of
IT Equipment
2% of the estimated
cost
18-08-2022 11:00AM
18-08-2022 11:30AM
Rs: 1,000/-
For each Lot, Separate bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures specified in the Punjab Procurement Rules (PPRA) 2014(amended up to date), and is open to all eligible bidders as defined in the bidding documents.
Interested eligible bidders may obtain bidding documents and further information from office of the undersigned during working hours, on submission of written application along with payment of non-refundable fee of PKR/-1000/- (One Thousand Rupees Only) for each Lot. Bidding documents are available till 18-08-2022 up to 11:00 a.m.
Bidding documents are also available on Punjab Procurement Regulatory Authority website (www.ppra.punjab.gov.pk) until the closing date for the submission of bids.
Sealed Bids must be delivered to the office of the undersigned on or before 11:00 a.m. dated 18-08-2022 accompanied by a Bid Security in the form of CDR, Bank Guarantee in the favor of “MS THQ Thal (MNS) Hospital Layyah” from any Scheduled Bank of Pakistan.
Bids will be closed at 11:00 AM and opened in the presence of bidders’ representatives at 11:30 AM in the Office of The Medical Superintendent THQ Thal (MNS) Hospital Layyah on the closing date (18-08-2022).
The bidders are requested to give their best and final prices inclusive of all taxes, duties and levies as no negotiations are expected.
Taxes will be deducted as per applicable Government rules, NTN, Sales Tax registration certificate and other documents mentioned in the bidding documents must be provided. For obtaining any further information or clarification please contact at the following.
MEDICAL SUPERINTENDENT TEHSIL HEAD QUARTERS THAL (MNS) HOSPITAL LAYYAH
IPL-7547 0606-420520
3/96
Bid Data Sheet
Description Detail
Commencement of sale of Bidding Document Soon after publishing of
advertisement on PPRA website
Last date and time for the receipt of bidding 18-08-2022 11:00 Am Document
Date, time and venue of opening of technical 18-08-2022 11:30 Am
Bids at Office of M.S , THQ Thal MNS Hospital Layyah
Bid currency PKR
Language of bid English
Amount of bid security 2% of the estimated cost (for each Lot)
Bid validity period 90 Days
Bidding procedure Single stage – Two Envelop procedure
Address for communication:
Contact: Admin Block THQ Thal MNS Hospital Layyah Phone :0606-420520
INSTRUCTIONS TO BIDDERS
1. Source of Funds: The Government of Punjab, Health Department has allocated funds for the purchase of framework contract items to the individual institution under their relevant Head of Account which will be utilized by THQ Thal MNS Hospital Layyah for the purchase of framework contract items during the financial year 2022-23.
THQ Thal MNS Hospital Layyah intends to fix the price / conclude the contract for the supply of framework contract items on Free Delivery to consignee’s end basis directly to THQ Thal MNS Hospital Layyah.
2. Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents/ Govt. Contractors/General Order Suppliers/ experienced income tax filer Registered Partnerships / Proprietors/ firms having income tax/sale tax registered for supply of framework contract items on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.
3. Eligible Goods and Services: All goods and related services to be supplied under the contract shall have
their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.
4. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of its
bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the manner or outcome of the bidding process.
NOTE: List of required items with specifications is attached in last of the bidding documents.
4/96
THE BIDDING DOCUMENTS
5. Content of Bidding Documents
i. The goods required, bidding procedures, and contract terms are prescribed in the bidding documents. In addition to the invitation for bids, the bidding documents shall include:-
a) Instructions to bidders;
b) General Conditions of Contract; c) Special Conditions of Contract;
d) Schedule of Requirements;
e) Technical Specifications; f) Manufacturer’s Authorization Form;
g) Performance Guaranty Form; ii. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a reference
only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above, the said Bidding Documents shall take precedence.
iii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents.
iv. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the rejection of its bid.
6. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding
documents may notify the Procuring Agency, in writing at the Procuring Agency’s address, indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of
the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-datasheet.
7. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the
Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS
8. Language of Bid: The bid prepared by the bidder, as well as all correspondence and documents relating to
the bid exchanged by the bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.
9. Documents Comprising the Bid: The bid shall comprise the following components:
(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be
submitted along with financial proposal).
(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted.
(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents.
5/96
(d) Bid Security @ 2% of the estimated cost (for each Lot) in the form of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MS THQ Thal MNS Hospital Layyah to be submitted with Bids (Copy attached with Technical proposal and original must be attached with Financial Proposal.)
10. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
11. Bid Prices:
i. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods, It proposes to supply under the Contract.
ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration /correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked properly.
iii. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST), Income Tax and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency.
v. Prices offered should be for the entire quantity demanded, partial quantity offers shall straight away be rejected. Conditional offer shall also be considered as non-responsive bidder.
vi. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
12. Bid currencies: Prices shall be quoted in Pak Rupees.
13. Documents Establishing bidder’s Eligibility and Qualification
i. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
ii. The documentary evidence of the bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the bidder, at the time of submission of its bid, is eligible as defined under instruction
to the bidders
iii. The documentary evidence (to be submitted along with technical proposal) of the bidder’s
qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency’s satisfaction:
(a) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
(b) The bidder shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public
LOT NO. DETAIL ESTIMATED COST (PKR)
BID SECURITY 2% of the estimated cost
for each Lot)
1.
Frame work contract for Procurement of
Local Purchase of Medicine (Day to Day) & Surgical Disposable items & Sehat Sahulat Program/Universal Health
Insurance Medicine & Surgical Disposable items
370,0000
PKR=74,000/-
2. Frame work contract for Procurement of
Medical Gases 1000,000
PKR=20,000/-
3.
Frame work contract for purchase of
Pathology Laboratory and Blood Bank
items 2000,000
PKR=40,000/-
4. Frame work contract for purchase of
X-Ray films and radiology accessories 800,000
PKR=16000/-
5. Frame work contract for purchase of
General Store & Miscellaneous Items 3000,000
PKR=60000/-
6. Frame work contract for purchase of
Stationary and Printing & Pana-flexes 2000,000
PKR=40000/-
7. Frame work contract for purchase of
IT Equipment 600,000
PKR= 12000/-
6/96
Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
(c) It is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last one year.
(d) The bidder are required to provides the name of item(s) with the Technical Proposal for which they have quoted their rates in the Financial Proposals.
(e) The bidder must indicate the registration number, make of country of origin , capacity of production of the firm, its financial status, necessary assurance of quality production, GMP /cGMP, and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants.
14. Documents Establishing Good’s Eligibility and Conformity Bidding Documents:
i. The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
ii. The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm.
15. Bid Validity
i. Bids shall remain valid for the period of 90 Days after the date of opening of Technical Bid, prescribed
by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.
ii. The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. bidders who,- (a) Agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted
to change the substance of their bids.
(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid securities (earnest money).
16. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed
or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
17. Sealing and Marking of Bids
i. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL”
(single stage-two envelope) in bold and legible letters to avoid confusion. The inner and outer
envelopes shall be sealed.
ii. Be addressed to the Procuring Agency at the address given in the Invitation for Bids.
iii. Bear the name and number indicated in the Invitation for Bids.
iv. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “Technically non-responsive”.
v. If the outer as well as inner envelopes are not sealed and marked as required by instruction to bidders, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening and shall be rejected forthwith.
18. Single Stage: Two Envelope Procedure
i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall
7/96
contain separately the financial proposal and the technical proposal;
ii) The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in
bold and legible letters to avoid confusion;
iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;
iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring
Agency without being opened.
v) The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject
any proposal which do not conform to the Technical Evaluation Criteria.
vi) During the technical evaluation no amendments in the technical proposal shall be permitted. vii) The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and
communicated to the Bidders in advance.
viii) After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
The financial proposal of bids found technically non-responsive shall be returned unopened to the
respective Bidders. ix) The bid found to be the lowest evaluated bid shall be accepted.
19. Dead line of submission of bids.
Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under
instruction to bidders, not later than the time and date specified in the Invitation for Bids. The Procuring
Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding
documents in accordance with instruction to bidders, in which case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline
as extended.
20. Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed
by the Procuring Agency shall be rejected and returned unopened to the bidder
21. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline
prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified in instruction to bidders.
OPENING AND EVALUATION OF BIDS
22. Opening of Bids
i. The Procuring Agency shall initially open only the envelope marked “TECHNICAL PROPOSAL” in
the presence of bidders’ representatives who choose to attend, at the time, on the date, and at the place
specified in the Invitation for Bids. The bidders’ representatives who are present shall sign the
Attendance Sheet evidencing their attendance. However, the envelope marked as
“FINANCIALPROPOSAL” if it is sealed shall be retained in the custody of Procuring Agency
without being opened and till completion of the evaluation process.
ii. The bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring
Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical
proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and
venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of
requisite Bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced.
iii. The Procuring Agency shall prepare minutes of the bids opening (technical and financial separate).
23. Clarification of Bids: During evaluation of the bids, the Procuring Agency may, at its discretion, ask the
bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
24. Preliminary Examination
i. The Procuring Agency shall examine the bids to determine whether they are complete, whether any
8/96
computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.
ii. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not acceptthe correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
iii. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.
iv. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning
Applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.
v. If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not
subsequently be made responsive by the bidder by correction of the nonconformity.
25. Evaluation & Comparison of Bids
i. The Procuring Agency shall evaluate and compare the bids, which have been determined to be
substantially responsive. ii. The Procuring Agency’s evaluation of technical proposal / bid shall be on the basis of the criteria
mentioned in bidding documents. However, the evaluation of financial proposal shall be on the basis of
price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.
iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
26. Evaluation Criteria:
i. For the purposes of determining the lowest evaluated bid, facts other than price such as company
profile, NTN, GST, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for evaluation factors/ criteria can be applied for the TECHNICALPROPOSALS.
9/96
i) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULDBE
RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.
ii) After technical evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the evaluation criteria, were considered non responsive, that their financial proposals shall be returned unopened after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the qualifying evaluated criteria, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
iii) Financial proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened. These financial proposals shall be then opened and the quoted price read aloud and recorded. Financial Bid shall comprise the following:
Bid Submission Form. Annexure-A)
Bid Security amounting 2% of estimated cost for each Lot as per provisions of the clause Bid
Security of this document.
Price of Schedule/Items. Annexure-E
2. SCHEDULE OF REQUIREMENT:
MODE OF PENALTY 100% QUANTITY AS PER
TOTAL
DELIVERY PURCHASE ORDER
PERIOD
WITHOUT PENALTY
45 days
45 Days
15 days
60 days Grace Period
i. Forty five (45) Days as Delivery Period + Fifteen (15) Days as Grace Period from the date
of issuance of Purchase / Supply Order. ii. After Completion of due delivery period specified against each installment penalty 2% per
month (0.067% per day) shall be imposed. (In order to avail the grace period the firm shall request procuring agency in writing. If the delivery period of the supplier exceeds beyond 60 days the penalty shall be imposed from 45 days onwards.
27. Contacting the Procuring Agency: No bidder shall contact the Procuring Agency on any matter relating
to its bid, from the time of the bid opening to the time the Contract is awarded. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort
by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.
28. Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at
any time, that the information submitted by firm was false and materially inaccurate or incomplete.
29. Rejection of Bids:
(1) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal.
(2) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
(3) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (4) The bidders shall be promptly informed about the rejection of the bids, if any.
10/96
(5) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders.
30. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.
31. Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation
prior to the award of procurement contract.
AWARD OF CONTRACT
32. Acceptance of Bid and Award criteria
The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.
33. Procuring Agency’s right to vary quantities at time of award
The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.
34. Limitations on negotiations
Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. As guidance only, negotiations may normally relate to the following areas:
Minor alterations to technical details, such as the terms of reference, the scope of work, the specification or drawings;
Minor amendments to the Special Conditions of Contract;
Finalizing the payment arrangements;
Mobilization arrangements;
Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;
The proposed methodology or staffing;
Inputs required from the procuring agency;
Clarifying details that were not apparent or could not be finalized at the time of bidding;
The bidder’s tax liability in Pakistan, if the bidder is a foreign company.
Negotiations shall not be used to:
Substantially change the technical quality or details of the requirement, including the tasks or responsibilities of the bidder or the performance of the goods;
Substantially alter the terms and conditions of Contract;
Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted;
Reduce work inputs solely to meet the budget; or
Substantially alter anything which formed a crucial or deciding factor in the evaluation of the Tenders or proposals.
35. Notification of Award
i. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.
ii. The notification of award shall constitute the formation of the Contract.
36. Signing of Contract
i. At the same time as the Procuring Agency notifies the successful bidder that its bid has been accepted, the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties.
11/96
ii. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the stamp paper. Thereafter, the Procuring Agency shall issue Purchase /Supply Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be Blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.
37. Performance Guaranty/ Security
i. On the date of signing of Contract, the successful bidder shall furnish the Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.
ii. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.
38. Corrupt or Fraudulent Practices
(a) The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency defines, for the purposes of this provision, the terms set forth below as follows.
i. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution.
ii. Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the
execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive
the Procuring Agency of the benefits of free and open competition.
(b) Shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question;
(c) Shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a Contract; responsibility of proof will be on the firm.
GENERAL CONDITIONS OF CONTRACT
1) Definitions: In this Contract, the following terms shall be interpreted as indicated against each; i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded
in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference there in.
ii) “The Contract Price” means the price payable to the Supplier under the Contract for the full and
proper performance of its contractual obligations.
iii) “The Goods” means framework contract/tender items
iv) “The Services” means those services ancillary to the supply of goods, such as framework contract/tender items.
v) “The Procuring Agency” means MEDICAL SUPERINTENDENT , THQ THAL MNS HOSPITAL
LAYYAH
vi) “The Supplier” means the individual or firm supplying the goods under this Contract.
2) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded
by provisions of other parts of the Contract 3) Country of Origin: All goods and related services to be supplied under the contract shall have their origin
in eligible source countries and all expenditures made under the contract shall be limited to such goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.
4) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.
5) Use of Contract Documents and Information
i) The Supplier shall not disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection
12/96
Therewith, to any person other than a person employed by the Supplier in the performance of the Contract.
ii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document
or information enumerated in condition of contract except for purposes of performing the Contract.
iii) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.
iv) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to
the performance of the Supplier.
6) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.
7) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.
8) Inspections and Test /Analysis
i. The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency.
ii. For the purpose of inspections and tests of Items, the Supplier shall inform the THQ Thal MNS HOSPITAL Layyah at least 15 working days in advance when all or any specific consignment / installment of goods is manufactured and ready for inspection. The inspection team from THQ Thal MNS HOSPITAL Layyah shall inspect the quantity, specifications of goods. The Supplier shall furnish all reasonable facilities and assistance including access to drawings and production data to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer /Supplier.
iii. The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods
either at Supplier’s premises or upon arrival at Consignee’s destinations shall in no way be limited or
waived by reason of the goods having previously been inspected, tested, and passed by the Procuring
Agency or its representative prior to the goods shipment from the manufacturing point.
iv. Procuring Agency or its representative shall have the right to inspect and /or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency.
v. The inspection committee constituted by the Consignee shall inspect the quantity, specifications of
goods. The cost of the lab tests shall be borne by the Supplier.
vi. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
vii. The Procuring Agency’s right to inspect test and, where necessary, reject the goods after the arrival at
Procuring Agency’s destinations shall in no way be limited or waived by reason of the goods having
previously been inspected, tested, and passed by the Procuring Agency or its representative.
viii. Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract.
9) Physical examination of items:
i) The Inspection committee constituted by the consignee shall carry out the physical examination after receipt of supplies for checking quality / quantity of the goods supplied.
ii) If the Goods supplied are found during physical examination / inspection to be against the required specifications, approved samples, etc., even if it is of standard quality, the Procuring Agency may reject the goods, and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 20 days from the date of communication of decision to the Manufacturer / Supplier by the Concerned Authority. In case after replacement or alteration, the Inspection Committee again declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for two year. However, if the entire supplies / installments are declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years, onus of proof of innocence shall be on the supplier.
13/96
10) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.
11) Insurance: The goods supplied under the Contract shall be delivered duty paid.
12) Transportation: The Supplier shall arrange such transportation / cold chain maintenance of the goods as required to prevent their damage or deterioration during transit to their destination. The goods shall be delivered to THQ Thal MNS HOSPITAL Layyah on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.
13) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.
14) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak.Rupees.
15) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices
Quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.
16) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.
17) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
18) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance
with the time schedule prescribed by the Procuring Agency. If at any time during performance of the
Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier
shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency 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 Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
19) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.
20) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract
21) Force Majeure: Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is
The result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning , mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargos. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Health Department, constituted for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency
14/96
in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.
22) Termination for Insolvency the Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties.
23) Arbitration and Resolution of Disputes: The Procuring Agency and the Supplier shall make every effort
to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.
24) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.
25) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
26) Notices
i) Any Notice given by one party to the other pursuant to this contract shall be sent to the other party in writing and confirmed to other party’s address specified in Special Conditions of Contract.
ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later
SPECIAL CONDITION OF CONTRACT
1. Definitions In this Contract, the following terms shall be interpreted as indicated against each;
a. “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices
thereto and all documents incorporated by reference therein.
b. The Supplier: is the individual or firm supplying the goods under this contract.
2. Country of Origin: All goods and related services to be supplied under the contract must be from that origin / country as indicated under general conditions of the contract.
3. Bid Security. 2% of the estimated price (for each Lot) in the form of Call Deposit (CDR) / Bank Guarantee in the name of Medical Superintendent , THQ Thal MNS HOSPITAL Layyah to be submitted with financial bid.
4. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the Performance Guaranty/Security equivalent to 5% of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ Thal MNS Hospital Layyah from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.
5. Inspection and Tests: Inspection of items at final acceptance shall be in accordance with the conditions of contract. After delivery at THQ Thal MNS Hospital Layyah the goods shall be inspected /examined by the Inspection Committee. The Committee shall submit its inspection report to Procuring Agency along with invoice / bills / delivery Challan. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost.
6. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.
i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.
ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty , name of Procuring Agency /destination to which delivery is to be made, item’s description, Batch No, Registration No,
manufacturing and expiry date, quantity, per unit cost, and total amount.
15/96
7. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.
8. Incidental Services
The following incidental services shall be provided and the cost of which should include in the total bid price.
a. The bidder shall supply Items as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.
b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.
9. Payment
A. The Payment shall be in PakRupees.
B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.
C. The analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier.
10. Penalties/ Liquidated Damages
a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled
Followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier. b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.
11. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or application of this Contract shall be settled through arbitration. The Chief Executive Officer DHA Layyah or his nominee shall act as sole ARBITRATOR. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.
12. Governing Language: The language of this Contract shall be in English.
13. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
Notices
Supplier’s address for notice purpose Procuring Agency’s address for notice ------------------------------------------------ Purposes shall be the;
Medical Superintendent
THQ Thal MNS Hospital Layyah
Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
16/96
PERFORMANCE GUARANTY/ SECURITY FORM (CDR)
To: [MEDICAL SUPERINTENDENT, THQ THAL MNS HOSPITAL LAYYAH]
Whereas M/S (hereinafter called “the Supplier”) has undertaken, in
pursuance of Contract No. dated to (framework contract items) items (hereinafter called “the
Contract”). And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued by a scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance
with the Supplier’s performance obligations in accordance with the Contract.
Name of the bidder
Father, s Name ____
Address of bidder/Firm
NIC# _______________
Designation.
Signature
Stamp
17/96
CONTRACT FORM THIS CONTRACT is made at THQ Thal MNS Hospital Layyah on DATE---------, between the MEDICAL SUPERINTENDENT THQ Thal MNS Hospital Layyah (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s ................ ………………………………….a firm registered under the laws of Pakistan and having its registered office at…………………..i (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as (“Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s…… …………………………………..… being the Manufacturer/supplier of Stationary items in Pakistan and ancillary services offered to supply the required item (s) and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of …………………………… cost per unit.
NOW THIS CONTRACT WITNESSES AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:-
A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract;
F. Purchase / Supply Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.
5. M/S………………………………….. hereby declares that it has not obtained or induced the procurement of any contract right, Interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.
6. Without limiting the generality of the foregoing, the Seller/ Supplier represents and warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through
any neutral or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.
7. M/S .................. ….…… certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.
8. M/S…………... ... accepts full responsibility and strict liability for making any false declaration ,not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.
9. Not with standing any rights and remedies exercised by Procuring Agency in this regard, M/S……………
Agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt
business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time
the sum of any commission , gratification , bribe , finder’s fee or kickback given by M/S
…………………………………………………….as a foresaid for the purpose of obtaining or inducing the
procurement of any Contract ,right, interest, privilege or other obligation or benefit in whatsoever form from
Procuring Agency.
18/96
10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The Chief Executive Officer DHA Layyah or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.
11. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
12. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.
13. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration
14. Partial supply shall not be accepted.
15. Quality/quantity of Items supplied will be checked by the concerned hospital through inspection committee notified by the concerned Executive Directors.
16. The supply shall not be accepted if found substandard. The seller shall be bound to replace the substandard stores immediately.
17. Seller shall ensure timely, continuous / uninterrupted supply of Items to the end users as per demand throughout the contract period.
18. The seller shall have to supply such quantity as ordered. 19. The seller shall provide free delivery of Items to consignee at the hospital.
20. If the rates charged by the seller are found higher than the market rates the extra money charged shall have to be refunded by the seller.
21. Payment will be made by the end users as per rules after completion of all codal formalities. 22. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.
23. This contract agreement shall remain valid till 30th
June, 2023.
24. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in evaluating the offer.
IN WITNESS Where of the Parties here to have caused this Contract to be executed at THQ Thal MNS HOSPITAL Layyah and shall enter into force on the day, month and year first above mentioned.
Name & Signature: Signature of Owner of Firm----------------------------- Name ------------------------------------------------
MEDICALSUPERINTENDENT Father Name------------------------------------------- THQ THAL MNS HOSPITAL Designation------------------------------------------- Layyah CNIC#------------------------------------------
Witnesses ( Procuring Agency): Witnesses :
Signature
CNIC#
Name
Designation
Address
Signature
CNIC#
Name
Designation
Address
19/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT- 01
LOT DETAIL
ESTIMATED COST (PKR)
BID SECURITY 2% of the
estimated cost (for each Lot)
BID CLOSING DATE & TIME
LOT 01
Frame work contract for Procurement of
Local Purchase of Medicine (Day to Day) & Surgical Disposable items & Sehat Sahulat
Program/Universal Health Insurance Medicine & Surgical Disposable items
3700,000 PKR=74,000/- 18-08-2022
11:00AM
20/96
MANDATORY CRITERIA FOR TECHNICAL EVALUATION OF THE
TENDER FOR LOT-01
Financial Bid shall comprise the Following:
Bid Submission Form. Annexure -A
Bid Security amounting 2% of estimated cost as per provisions of the clause Bid Security of this
document, in the favor of “MS THQ Thal Hospital Layyah”
Price of Schedule/Items. Annexure-E
Sr. No Detail Yes/No
1 Original receipt for purchase of tender Token. (Compulsory)
2 Valid National ID Card (NADRA). (Compulsory)
3 Copy of CDR / Bank Guarantee as Bid Security amounting 2% of estimated cost, in the
favor of “MS THQ Thal Hospital Layyah” (Compulsory)
4 Acceptance of terms and condition of tender documents duly signed and stamped on
company letter head Annexure-B (Compulsory)
Bidder quoting for Lot-1 shall conform to policy and operational guidelines notified by the
health department and shall continue the same in future, duly signed and stamped. Stock
supplied shall be in accordance with Punjab Medicine Formulary notified by health deptt.
(Annexure-F)
5 Affidavit of Rs. 100/- stating that
i. The firm is not black listed as per tender enquiry and firm never faced any penalties,
Offences under section 27 or any violation of any rule in Drug act-1976 or DRAP Act-
2012. (Compulsory)
ii. An affidavit on stamp paper of Rs. 100/- submitting that all information provided by the
firm are correct. (Compulsory)
iii. An affidavit on stamp paper of Rs.100/- that the bidder shall provide these Items to
THQ Thal Mian Nawaz Sharif Hospital Layyah as per Demand / Orders and sample.
Annexure-C (Compulsory)
6 Valid National Tax Number & Last year Sale Tax/ Income Tax paid certificate.
(Compulsory)
7 Valid General Sale Tax certificate (if applicable).
8 Detail of staff / profile of company.(Name, Address, Telephone No.) (Compulsory)
9 Authority letter by bidders on stamp paper of Rs. 100/-. Annexure-D (If Applicable)
10 Valid Drug Sales License of Pharmacy on Form No. 09 . (Compulsory)
11 Bank statement of firm for last one year. (Compulsory)
12 Location of distribution channel/pharmacy must be at Layyah city. (Compulsory)
13 Copies of warranties (Attach copies of minimum 05 fresh invoices/cash memos bearing warranty U/S 23(1) (i) of Drug Act, 1976, addressed to/on same name of bidder/ firm/ company participating in the
tender).
21/96
MARKING CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER
S. No Criteria Total
Marks
Obtained
marks
1 Original receipt for purchase of tender Token. (Compulsory) 2
2 Valid National ID Card (NADRA). (Compulsory) 2
3 National Tax Number & Valid Income Tax certificate 5
4 Valid Retail Drug Sale License On Form No. 09.
15
5
Bid Security of 2% of Total estimated cost(refundable) in the shape of
CDR, Pay order, Bank Draft or cheque issued from any scheduled bank
of Pakistan in the Name of MS, THQ Thal MNS Hospital, Layyah.(copy must be attached with technical Bid & original with
Financial Bid)
10
6 Pharmacy/Chemist/Druggist profile including detail of managerial staff
(Name, Address, Tel No)
3
7 Acceptance of terms and condition of tender documents duly signed and
stamped on company letter head.
3
8
Minimum experience regarding supply of LP Medicines / Disposable
Items to Government / Autonomous institutions
01-02 Year Experience …………(Marks 05)
03-04 Year Experience …………(Marks 10)
05 and above Year Experience …..(Marks 15)
15
9
Affidavit of Rs. 100/- stating that the firm is not black listed as per
tender enquiry and firm never faced any penalties, Offences under
section 27 or any violation of any rule in Drug Act 1976 or DRAP Act
2012.
10
10
Bank statement / Balance sheet of last one year
Up to 01 Million/ Year……………(Marks 05) 02 to 04 Million/Year…………….(Marks 10)
05 million and above/Year…(Marks 15)
15
11 Storage Conditions
Proper Storage Area and Racking (Marks 03)
Refrigerator Availability (Marks 02)
UPS System/Generator (Marks 5)
10
12 Service Availability:
12 hours (8:00 am to 8:00 pm)…….(Marks 05)
14-16 Hours (8:00 am to 02:00 am) (Marks 07)
24 Hours per day………… ……...(Marks 10)
10
Total Marks 100
Note: Qualifying Marks are 65 and above.
22/96
A. TERMS & CONDITIONS OF THE TENDER FOR LOT-01
1. Tenderer must have valid Drug Sale License (Pharmacy Form No. 9), should be
financially sound and well reputed. Bad reputed will not be entertained.
2. The tenderer must have site within the reach of the Hospital for Day to Day purchase
of medicine. Facility of the supplies must be available round the clock without any
delay and is bound to keep the supply operational regardless of any strike, otherwise
the contract shall stand terminated and performance guarantee shall be forfeited along
with black listing. Supplies must be ensured in any ordered quantity.
3. Medicine, Surgical/Disposable Items for Hospital shall be purchased according to the
Punjab Medicine Formulary (PMF) updated time to time (attached with Documents)
So realistic discount rates should be quoted on National/Multinational products as
there shall be no compromise on the brands mentioned in the Punjab Medicine
formulary (PMF).
4. Contract will be awarded to the tenderer offering highest discount on MRP to the
Hospital.
5. The validity of the contract will be till 30-06-2023.
6. The offered discounts shall be from the maximum retail prices of
medicines/disposables/surgical items fixed by the Government of the Pakistan or
Manufacturers or sole importers (where government has permitted to do so). Offers Shall be
given on the basis of,
i. Medicine of National Pharmaceuticals
ii. Medicine of Multinational Pharmaceuticals
iii. Surgical/Disposable items.
7. For the calculation of maximum retail price of those items where price is not printed
on the product the retail price will be finalized after market survey.
8. The tenderer should have the comprehensive storage facilities for drugs/medicines.
9. The supplier/tenderer background should be financially sound, based on authentic
bank statement.
10. The tenderer shall provide the attested photocopies of Valid drug sale license
(Pharmacy Form No. 9), CNIC, National Income Tax Registration certificate, sales tax
registration certificate, latest return of income tax filed and non-blacklisting certificate.
11. The supplier/tenderer shall be solely responsible for provision and stocking of quality
medicines at all times strictly in accordance with the provision of the Drug Act 1976 and rules
framed thereunder and Punjab Drug Rules 2007, 2017, DRAP Act 2012 and any other
applicable govt. law/rules and will be responsible for the quality/quantity of drugs supplied
by him/her.
12. The supplier/tenderer shall ensure availability of wide range of medicines including
those contained in hospital Formulary. Alternate shall only be acceptable with prior
approval. In case of default, the Hospital administration may take appropriate action
including fine to be decided by hospital administration.
23/96
13. The Contractor will provide an authentic price list of medicines (if any) when
required for verification of bills.
14. The contractor shall provide warranty Invoice along with the supply with brand
names of the products supplied.
15. If contractor charges excess rates, then difference will be recovered from the
contractor either from bills or security deposit.
16. The contractor shall have to accept any further condition introduced by
Government/Hospital during the period of contract.
17. The tender committee reserves the right to reject/accept tenders/bids without
assigning any reason and its decision in case of any dispute will be final.
18. The Contractor will be bound to provide the invoice of his source of purchase/
warranty certificate regarding quality, if required.
19. The successful bidder will ensure the supply of demanded medicines/items in time.
20. If the successful bidder fails to supply the demanded medicines in time, risk
purchase will be made, and the difference of price will be deducted/ recovered from the
security deposit/ pending bills of the successful bidder.
21. All the procurement will be carried out according to THE POLICY AND
OPERATIONAL GUIDELINES OF LP MEDICINE issued by primary and secondary
healthcare department on 29th of June 2022.
22. Only the brands mentioned in PUNJAB MEDICINE FORMULARY (PMF) WILL
BE SUPPLIED under this contract on in case any brand not mentioned in PMF, or not
available in market, brand may be specified based on reputation/ cost and recommendation
may be sought from Pharmacy & Therapeutic Committee of the hospital.
24/96
REFERENCE TREND LIST
The items include, but not limited to, are following:
NAME OF
MEDICINE
QTY
purchased last
FY 2022-23
NAME OF MEDICINE
QTY
purchased
lFY 2022-23
Inj. Sodium Bicarbonate 21 Inj. Phloroglucinol 667
Inj. Neostigmine-0.5Mg/Ml
20
Inj. Cefotaxime 66
Povidone-Iodine- 7.5%W/V 65
Surgical Gauze 28 Packs
Inj. Aminophylline 25mg/ml 33
Inj. Streptokinase-1.5 Million Iu
05
Silver Sulfadiazine Cream 40
Inj. Amiodarone Hcl
10
Methylated Spirit 240ml 04
Inj. Dimenhydrinate-12.5Mg / 4Ml
100
Inj. Vit. K 25 Inj. Insulin Regular 08
Inj. Midazolam-1Mg/Ml 119 Inj. Dopamine-40Mg/Ml In 5Ml Vial 09
Inf. Plasma Substitute- Polygeline
35G/L
28 Inj. Phenylephrine 10
Anti-Rabies Vaccine 110 Norsaline –P Drops 03
Auto-disable Syringe 5cc 30,000 Sodium Biphosphate-7.2 G/120 Ml 676
Absorbent Cotton Wool 313 Airways Adults 10
Inj. Propofol-10Mg/Ml 15 Airways Paeds 10
Foley’S Catheter (Silicone
Coated/Silicone)-All Sizes
245
Endotracheal Tubes (Ett)-Set Of 12
(Different Sizes)
67
Surgical Sponge 11 Packs
Inj. Naloxone-400Mcg/Ml
10
Adhesive Surgical Tape “1 1920 Examination Gloves (Latex)-Box Of
100 (Small, Medium & Large Size) 533 Pack
Inj. Suxamethonium- 100Mg/2Ml
20 Inj. Atropine Sulphate-1Mg/1Ml 390
Inj. Atracurium (Besylate)- 10Mg/Ml
25
Inj. Epinephrine Hcl-1Mg/Ml 1100
Inj. Ketamine-10Mg/Ml
10 Liquid Parafin 22
Chromic Catgut Sterile- 1
228 Inj. Heparin 02
Disposable Aprons 1092 Silk Sutures 3/0 12
Surgical Blades (Carbon Steel)-
Different Sizes
1000 Inj. Isoflurane 02
Inj. Diazepam-5Mg/Ml
34
Inj. Oxytocin-5Iu
650
Nasogastric (Ng) Tube- Adult Size:
6, 8, 10, 14 Pediatric Size 16; 18; 20
395
Surgical Sponges
500
Inj. Hydralazine 05
Inj. Potassium Chloride-7.45%
250
Tab. Clopidogrel-75Mg
710
Tab. Glyceryl trinitrate
170
Inj. Labetalol 05 Inj. Dobutamine 11
Inj. Frusemide-20Mg/2ml
970 IV Burette 175
Sterile Surgical Gloves-7, 7.5,
07 Inj. Aminovel 11
Disposable Syringe 1cc 500 Inj. Ondansetron 45
25/96
Inj. Paracetamol Ampoule 2930
Inf. Paracetamol-1G In 100Ml
270
Inj. Pheniramine (Maleate)- 22.7mg
1940 Inj. Lignocaine 2% 1050
Tab. Acetyl Salicylic Acid- 300Mg
300 Salbutamol Solution For Inhalation 173
Urine Bags-2L
170
Syringe Disposable-10Cc
2340
Inj. Nalbuphine
740 Ipratropium Solution 20
Inj. Dextrose Water -25%
60 Inj. Verapamil 17
Cord Clamps Disposable-
1040 Povidone Scrub 04
Inj. Magnesium Sulphate 500mg/ml 18
Inj. Metoclopramide Hcl-10 Mg
4305
Inj. Isosorbide Dinitrate
55
Ivcannula-18G, 20G, 22G, 24G
775
Lignocaine/-2% Gel
112 Inj. Drotaverine-40Mg/2Ml
1575
Any Other item As Per Need/ Demand/ Emergency Etc. either included in PMF or as demanded and further
approved by hospital shall be purchased.
26/96
PRICE OF SCHEDULE
(FOR MEDICINE / SURGICAL DISPOSABLE ITEMS
IN PAK RUPEES)
Name of bidder No.
LOT No. 01.
LOT Title:
Frame work contract for Procurement of
Local Purchase of Medicine (Day to Day) & Surgical Disposable items &
Sehat Sahulat Program/Universal Health Insurance Medicine & Surgical
Disposable items
For the Year. 2022-23
Sr.
No.
Name of Items Discount on Retail Price
(MRP)
(%)
1 Medicines manufactured by National Manufacturing
units.
2 Medicines manufactured by Multi-National
Manufacturing units/Imported.
3
Surgical Disposable items
Sign and Stamp of bidder
Note: In case of discrepancy between MRP or MRP is not mentioned on product, the retail price will be finalized after market survey.
27/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT- 02 – 07
Note: 1. The bidder is to furnish quoted rates in financial proposal including all taxes (Income Tax,
GST, Etc.)& freight.
2. All the Items are subjected to the approval of samples by the End-user concerned/ Sample Evaluation Committee.
3. The Quantity may be increased or decreased according to Budget received/demand.
LOT NO. DETAIL ESTIMATED COST (PKR)
BID SECURITY 2% of the
estimated cost
BID CLOSING DATE & TIME
2. Frame work contract for Procurement of
Medical Gases 1000,000
(for each Lot) 18-08-2022 11:00AM
3.
Frame work contract for purchase of
Pathology Laboratory and Blood Bank items
2000,000 (for each Lot)
18-08-2022 11:00AM
4. Frame work contract for purchase of
X-Ray films and radiology accessories 800,000
(for each Lot) 18-08-2022 11:00AM
5. Frame work contract for purchase of
General Store & Miscellaneous Items 3000,000
(for each Lot) 18-08-2022
11:00AM
6. Frame work contract for purchase of
Stationary and Printing & Pana-flexes 2000,000
(for each Lot) 18-08-2022 11:00AM
7. Frame work contract for purchase of
IT Equipment 600,000
(for each Lot) 18-08-2022 11:00AM
28/96
MANDATORY CRITERIA FOR TECHNICAL EVALUATION Sr. No Detail Yes/No
1 Original receipt for purchase of tender Token. (Compulsory)
2 Valid National ID Card (NADRA). (Compulsory)
3 Copy of CDR as Bid Security amounting 2% of estimated cost. (Compulsory)
4 Company profile (Name, Address, and Tel No). (Compulsory)
5 Acceptance of terms and condition of tender documents duly signed and Stamped on stamp paper of Rs.100/-. Annexure-B (Compulsory)
6 An affidavit on stamp paper of Rs.100/- submitting that (i) The firm is never blacklisted on any grounds whatsoever from
Government/ Autonomous institutions (ii) Bidder shall provide Items to THQ THAL MNS HOSPITAL
LAYYAH as per Demand / Orders and sample submitting. (iii) All information provided by the firm are correct. Annexure- C
(Compulsory)
7 Valid National Tax Number & Last year Sale Tax/ Income Tax paid
certificate. (Compulsory)
8 Valid General Sale Tax certificate. (If Applicable)
9 Authority letter submitted by contractor on stamp paper of Rs.100/- Annexure- D
10 Experience certificate of firm in any public hospital/ institution / organization. (Compulsory)
11 Firms must provide samples of items free of cost. (compulsory)
12 Sample for quoted items submitted by firm having good quality and approved. (compulsory)
Financial Bids:
13 Bid Submission Form. Annexure-A)
14 Bid Security amounting 2% of estimated cost for each Lot as per provisions of the clause Bid Security of this document.
15 Price of Schedule/Items. Annexure-E
Note: If firms fails to provide any compulsory documents or Samples for quoted items then the firm
will be declared as technically Non-Responsive.
29/96
MARKING CRITERIA
Sr
No
Detail Total Marks
Obtained Marks
1 Original receipt for purchase of tender Token. (Compulsory) 5
2 Valid National ID Card (NADRA). (Compulsory) 5
3 Copy of CDR as Bid Security amounting 2% of estimated cost. (Compulsory)
10
4 Company profile (Name, Address, and Tel No). (Compulsory) 5
5 Acceptance of terms and condition of tender documents duly signed and
Stamped on stamp paper of Rs.100/-. (Compulsory)
10
6 An affidavit on stamp paper of Rs.100/- submitting that (i) The firm is never blacklisted on any grounds whatsoever from
Government/ Autonomous institutions. (ii) Bidder shall provide Items to THQ THAL MNS HOSPITAL
LAYYAH as per Demand / Orders and sample submitting.
(iii) All information provided by the firm are correct. (Compulsory)
15(5+5+5)
7 Valid National Tax Number & Last year Sale Tax/ Income Tax paid
certificate. (Compulsory)
10(5+5)
8 Valid General Sale Tax certificate. (If Applicable) 5
9 Minimum experience regarding supply to Government / Autonomous
institutions
01-02 Year Experience …………(Marks 04)
03-04 Year Experience …………(Marks 06)
05 and above Year Experience …..(Marks 10)
10
10 Service Availability:
5 days per week…….(Marks 05)
6 days per week……. ( (Marks 07)
7 days per week……...(Marks 10)
10
11 Bank statement / Balance sheet of last one year
Up to 01 Million/ Year……………(Marks 05)
02 to 04 Million/Year…………….(Marks 10)
05 million and above/Year…(Marks 15)
15
Total Marks 100
Note: Qualifying Marks are 65 and above.
Note: If firms fails to provide any compulsory documents or Samples for quoted items then the firm will be
declared as technically Non-Responsive.
30/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT - 02
FRAME WORK CONTRACT FOR PROCUREMENT OF
MEDICAL GASES
Note: Pack size, Quantity, unit rate, total rate must be clearly mentioned,
otherwise bid will be rejected.
# Item
Description
Rate per cylinder in PKR
(Inclusive of
GST + Income Tax)
1 Medical Oxygen cylinder 240 cft (2000 psi) MM
2 Medical Oxygen cylinder 48 cft (2000 psi) MF
3 Medical Nitrous cylinder As per requirement
The Contract/rates for the supply of medical gases will be valid from the date of award till 30th June 2023
up to 03 months conditional to satisfactory performance.
The gases must be of biomedical quality.
The company is bound to the supply of gases whenever needed and irrespective of availability of free /
empty cylinders. Minimum 10 cylinders would be on rotation. No separate rent of empty cylinders would be claimed/ entertained.
The firm will provide cylinders according to international color coding.
The firm will bear the delivery charges.
Rates would be inclusive of all prevailed / applicable taxes.
The repair and maintenance of the cylinder will be the responsibility of the Firm.
The firm will be responsible of checking of leakage of cylinders regularly and
take appropriate measures. The firm will ensure the supply of gases 24/7 and 365 days in a year. No holiday and strike will affect the
supply of gases.
The Contract made by any higher authority may partially or fully take place of this contract at once.
31/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT-03
Frame work contract for purchase of
PATHOLOGY LABORATORY & BLOOD BANK ITEMS
The bidder is to furnish quoted unit rates or per ml rates in financial proposal including all
taxes (Income Tax, GST, Etc.)& freight
All the Items are subjected to the approval of samples by the End-user concerned/
Sample Evaluation Committee.
The Quantity may be increased or decreased according to Budget received/demand.
Clearly mention the brand name with origin in column of brand.
Use below table for quoting the rates in last column specified for this purpose.
If pack size of quoted product is different, quote on a lower unit scale like Per ml etc.
While quoting rates, don’t change the sequence/ Sr. No. of items. Simply write
NQ (Not Quoted) or NA (Not applicable) where bidder choose not to quote.
Sr.#
Name Of Items
Specification
QTY
Rate (In PKR
inclusive of all
taxes i.e.
Income Tax,
GST &
freights etc)
1. Blood Glucose kit 1000ml
Human or Equivalent
4000ml
2. Blood Urea Kit (end Point) 200ml Human or Equivalent
2000ml
3. Serum Creatinine 200ml
Human or Equivalent
3000ml
4. Serum Uric Acid (end Point) 4x100ml Human or Equivalent
1200ml
5. RA factor Kit 100 Test
Human or Equivalent
4 Kit
6. ALP Kit 8x40ml
8x10ml
Human or Equivalent
400ml
7. Serum Cholesterol Kit 500ml Tarsaco or Equivalent
500ml
8. HBs Ag (Screening) Device 25 Packet
Human or Equivalent
4000 Pieces
9. Anti Hcv (Screening) Device 25 Packet Human or Equivalent
4000 Pieces
10. HIV Screening (Device) 25 Packets
Human or Equivalent
800 Device
11. Widal Kit (TO+TH) (5ml+5ml) Bio Research or Equivalent
(3+3) Set
12. MP(Screening) Device 25 Packets
Human or Equivalent
800 Pieces
13. Sphillus Screening Device 25 Per Packet
Helgen or Equivalent 800 Pieces
14. Urine Strip (Combi 10) 100 Per packet
Urimed or Equivalent
10 Packets
32/96
15. Urine Pregnancy Strip 50 Per Packet
Acon Or Equivalent
1500 Pieces
16. Yellow Tips (200UL) 1000 Per Packet
Reputed Firm 20 Packet
17. Blue Tips (1000 UL) 500 Per Packet
Reputed Firm
10 Packet
18. Suni Plast 20 Per Packet
Uri Feroz Equivalent 800 Pieces
19. Alcohol Swab 200 Per Packet
Medicare or Equivalent
2000 Pieces
20. Serum Bilirubin Kit (Total) 200ML Human or Equivalent
1000ml
21. CBC VIALS (EDTA K3)
(Vacutainer)
100 Per Packet
Xinle Or Equivalent
20000 Pieces
22. Gel & Clot Vials (Activator) 100 Per Packet Xinle Or Equivalent
4000 Pieces
23. Test Tube Plastic (12x75) 500 Per Packet
Reputed Firm
30000 Pieces
24. Blood Grouping (ABO) Set (3x10ml) Dia GAST or Equivalent
20 Set
25. ALT KIT 1000ml
Human
2000ml
26. ASO Titre 100 Test Human or Equivalent
2 Set
27. Distilled water 5 liter per bottle
Reputed Firm
100 Bottle
28. Urine Container 60ML Reputed Firm
2000 Pieces
29. AST KIT 1000ML
Human
2000ml
30. Anti-Human Globulin 10ml Antec or Equivalent
5 Set
31. 3D Hematology Regent
(Cyto Diluent)
20liter
Mission HA 360 (Acon Laboratories USA)
20 Set
32. 3D Hematology Regent (Cyto Lyser)
500ml Mission (Acon Laboratories USA
25 Set
33. 3D Hematology Mipo Cleaner 50ml
Mission (Acon Laboratories USA
5 Bottle
34. ESR Fast Detector Tube (1.6ml)
100 Per Packet Atlas Lab o vac Italian or Equivalent
1000 Pieces
35. C Reactive Protein 100 Test Per Set
Human or Equivalent
2 Set
36. Typhidot (Screening) Device 25 Per Packet Helgen or Equivalent
300 Devices
37. Glass Slides 72 Pieces Per Packet
Superior Glass Brand or Equivalent
50 Packet
38. Dengue NSI (Device) 25 Per Packet Acro Biotech USA Equivalent
20 Devices
39. H Pylori (Screening) Device 25 Per Packet
Acro Biotech USA Equivalent
100 Devices
40. Normal Control Chemistry 6x5 ml Human Equivalent
1 Set
41. Pathological Control Chemistry 6x5ml
Human Equivalent
1 Set
42. Glucometer Strips 50 Strips Packet Life Check
100 Packet
43. Prickers 200 Pieces Per Packet
Care Med or Equivalent
35 Packet
33/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT-04
Frame work contract for purchase of
X-RAY FILMS & RADIOLOGY ACCESSORIES
The bidder is to furnish quoted unit rates or per ml rates in financial proposal including all taxes (Income Tax , GST , Etc)& freight.
All the Items are subjected to the approval of samples by the End-user concerned/
Sample Evaluation Committee.
The Quantity may be increased or decreased according to Budget received/demand.
Clearly mention the brand name with origin in column of brand.
Use below table for quoting the rates in last column specified for this purpose.
While quoting rates, don’t change the sequence/ Sr. No. of items. Simply write
NQ (Not Quoted) or NA (Not applicable) where bidder choose not to quote.
Sr.#
Name Of Items
Specification
QTY
Rate (In PKR inclusive of all
taxes i.e. Income Tax,
GST & freights etc)
1. X-RAY Cassettes
12*15 02
2. X-RAY Cassettes
08*10 02
3. X-RAY Films
14*17 (Pack of 100) 25 packs
4. X-RAY Films
12*15 (Pack of 100) 35 packs
5. X-RAY Films
10*12 (Pack of 100) 10 packs
6. X-RAY Films
8*10 (Pack of 100) 05 packs
7. FIXER
LIQUID 30 packets
8. DEVELOPER
LIQUID 30 packets
9. DENTAL X-RAY Films
Pack of 150 30 packets
10. Dosimeter
Standard Quality 02
11. Film Batch
Standard Quality 04
34/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT-05
FRAME WORK CONTRACT FOR PURCHASE OF
GENERAL STORE I& MISCELLANEOUS TEMS
The bidder is to furnish quoted unit rates or per ml rates in financial proposal including all taxes (Income Tax , GST , Etc)& freight.
All the Items are subjected to the approval of samples by the End-user concerned/
Sample Evaluation Committee.
The Quantity may be increased or decreased according to Budget received/demand.
Clearly mention the brand name with origin in column of brand.
Use below table for quoting the rates in last column specified for this purpose.
If pack size of quoted product is different, quote on a lower unit scale like Per Liter / per each/ per
ml etc.
While quoting rates, don’t change the sequence/ Sr. No. of items. Simply write NQ (Not Quoted) or NA (Not applicable) where bidder choose not to quote.
Sr.#
Name Of Items
Specification
QTY Rate (In PKR
inclusive of all
taxes i.e. Income
Tax, GST &
freights etc)
1. Dust/ Waste Bin Small size, fine plastic unbreakable, 10 Liter
Subject to approval of sample 60
2. Dust/ Waste Bin Large size, fine plastic unbreakable
Subject to approval of sample 60
3. Dust/ Waste Bin
with cover
(Set of 03)
45 liter (White, Yellow, Red) for Waste
Segregation (01 set consists of 03 pieces)
Subject to approval of sample 10 set
4. C Cord Clamp Standard Quality Plastic
Subject to approval of sample 5000
5. Bath soap/Equivalent 165 gram (Palmolive) 300
6. Air fresher Full Size 300 ml / Standard Quality
Subject to approval of sample 480
7. Tissue paper/Equivalent 100*2 ply Box (Rose Petal)
Subject to approval of sample 500
8. Steel Lock Medium Size, Standard Quality
Local Made Subject to approval of sample 48
9. Desi Lock
(Medium size) Durable / Strong / Standard Quality
Local Made Subject to approval of sample 20
10. Surf Excel 0.5 Kg packet 200
11. Phenyl Standard Quality, 3 Liter Bottle
Local Made Subject to approval of sample 2000
12. Viper Rubber Steel Handle , Standard Quality
Local Made Subject to approval of sample 100
13. Floor Mop Steel Handle, Standard Quality
Local Made Subject to approval of sample 100
14. Mosquito spray Full Size, 300 ml / Standard Quality
Subject to approval of sample 480
15. Shopper/Shopping Bag White, 30*30 size
Local Made Subject to approval of sample 500 Kg
16. Shopper/Shopping Bag Red, 30*30 size
Local Made Subject to approval of sample 500 Kg
17. Shopper/Shopping Bag Red, 39*45 size 150 Kg
35/96
Local Made Subject to approval of sample
18. Oxygen Regulator Standard Quality with Complete Accessories
Subject to approval of sample 24
19. Oxygen Mask (Packet) Paeds Size / Standard Quality
Subject to approval of sample 100
20. Oxygen Mask (Packet) Adults Size / Standard Quality Subject to approval of sample
100
21. Nasal Canola Paeds / Standard Quality
Subject to approval of sample 100
22. Nasal Canola Adults / Standard Quality
Subject to approval of sample 100
23. Nebulize Mask (Packet) Paeds / Standard Quality
Subject to approval of sample 100
24. Nebulize Mask (Packet) Adults / Standard Quality
Subject to approval of sample 100
25. Nebulize Kit Paeds / Standard Quality
Subject to approval of sample 100
26. Nebulize Kit Adults / Standard Quality
Subject to approval of sample 100
27. Remote Cell Standard Quality
Subject to approval of sample 60
28. Wall Clock Cell Standard Quality
Subject to approval of sample 60
29. Gluco Meter Cell Standard Quality / Toshiba
Subject to approval of sample 40
30. Humidity/ Temperature
Meter With Clock & AAA 1.5V battery
Subject to approval of sample 12
31. Harpic 500 ml packing 1000
32. Vim 400 gram (Dish Washing Powder) 250
33. Hand Sanitizer 500 ml Bottle
Local Made Subject to approval of sample 500
34. Hand Sanitizer 05 Liter Can
Local Made Subject to approval of sample 20
35. Hand Wash Liquid 20 Liter Can
Local Made Subject to approval of sample 20
36. Tissue Roll/Equivalent 02 ply / Rose Petal
Local Made Subject to approval of sample 1000 roll
37. Broom Bamboo sticks 100 kg
38. Toilet Brush Plastic / Standard Quality
Local Made Subject to approval of sample 50
39. Autoclave Indicator Tape Sterilization Tape (19mm * 50 m) 06
40. S Surface Cleaner Standard Quality
Local Made Subject to approval of sample 500
41. Chlorine 30 Liter Can
Local Made Subject to approval of sample 10
42. Acid for Washrooms
cleaning 30 Liter Can
Local Made Subject to approval of sample 02
43. Surgical Face Mask 2 ply with nose pin / Standard Quality / Pack of
50
Local Made Subject to approval of sample
500
44. Paper Gloves Standard Quality (Pack of 100 gloves)
Local Made Subject to approval of sample 1000
45. Thermometer Mercury
Local Made Subject to approval of sample 80
46. Pulse Oximeter Finger Tip (SPO2) / Medisign
Local Made Subject to approval of sample 20
47. Pulse Oximeter Wall Mounted
Local Made Subject to approval of sample 10
48. BP Apparatus (Mercury) With Stand & Mercury Tube
Local Made Subject to approval of sample 36
49. Nebulizer Machine Philips (Aerosol)
Local Made Subject to approval of sample 05
36/96
50. Stethoscope Medium Medicare
Local Made Subject to approval of sample 20
51. Ambo Bags Paeds / Standard Quality
Local Made Subject to approval of sample 10
52. Ambo Bags Adults / Standard Quality
Local Made Subject to approval of sample 10
53. B.P Cuff with Bladder Adults / Standard Quality
Subject to approval of sample 100
54. B.P Cuff with Bladder Paeds/ Standard Quality
Subject to approval of sample 12
55. B.P Cuff with bladder for
Monitor Standard Quality
Subject to approval of sample 60
56. ECG Gel / Ultra sound
Gel 05 Liter Can
Local Made Subject to approval of sample 30
57. Auto Ref. Roll ECG Recording Paper (50mm*30m) WELLMED
Subject to approval of sample 100
58. ECG Roll 80mm*20m (Red Grid)
Subject to approval of sample 400
59. Ultrasound Machine Roll 110mm*20m, Thermal Print Media consommable
pour imprimate thermique / Standard Quality
Subject to approval of sample
500
60. Liquid Soap Dispenser 1 Liter size, Steel Body
Local Made Subject to approval of sample 100
61. Paint All colors 1 Liter Pack (ICI,Delux, Brighto or
Equivalent) 20
62. Paint All colors 4Liter Pack (ICI,Delux, Brighto or
Equivalent) 20
63. Syringe Cutter
Steel Body with Sharp Blades (Maximum
Storage)
Local Made Subject to approval of sample 100
64. Sharp edge container
plastic 15 Liter Container for Clinical Waste
Local Made Subject to approval of sample 100
65. Strature Trolley
Complete SS Structure 16-SWG
02 Section patient shifting trolley
Oxygen Bottle Holder Wire basket Bumper at all corner to protect trolley
Patient safe working
Load Capacity : 150 kg or more
With Large Wheels
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year
05
66. Bed Sheets
Printed with Hospital name/ Standard Quality
Fabric / Size : 66 *108
Weight : 1000-1050 gram
Color : Plain White
Local Made Subject to approval of sample
400
67. Blankets Imported Blanket Double Ply / Standard Size
Weight : 4000 grams or more Subject to approval of sample
20
68. Towel Medium size /Standard Quality
Subject to approval of sample 200
69. Thermal Gun Standard Quality
Subject to approval of sample 20
70. Torch Light Small, Plastic Body/ Standard Quality
Subject to approval of sample 20
71. Torch Light Large, Metal Body / Standard Quality
Subject to approval of sample 05
72. Green Sheet for Tables Standard Quality
Subject to approval of sample 100 meter
73. Curtain Cloth Standard Quality
Local Made Subject to approval of sample 100 meter
74. Draw Sheets for
Operation Theater Standard Quality
Local Made Subject to approval of sample 100sheets
37/96
75. Cut Sheets for Operation
Theater
Standard Quality
Local Made Subject to approval of sample 300sheets
76. Rexene Sheet Standard Quality
Local Made Subject to approval of sample
100 meter
77. Steel Almirahs
Simple, All made of mild steel 20 SWG with 04
shelves / 02 Lockable Door / 3 ft.* 6 ft.* 1 ft. 6
inch / Silver Hammer Color18 Gauge (65 kg)
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year
5
78. Steel Almirahs
Local Made / Simple, All made of mild steel 20 SWG with 04 shelves / 02 Lockable Door / 3 ft.*
6 ft.* 1 ft. 6 inch / Silver Hammer Color18 Gauge
(40 kg)
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year
5
79. Patient Folding Screen 03
pieces
18-SWG pipe powder-coated iron / SS with
Standard quality curtains
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year
5
80. TRI Seater Steel Bench The size of unit seat shall be approx... 480mm (H)
* 570mm *each (W) 5
81. Led Bulb 12 Watt, Standard Quality
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year 48
82. Led Bulb 18 Watt, Standard Quality
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year 48
83. Led Bulb 50 Watt, Standard Quality
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year 48
84. LED Street Light 50 Watt, Day Light, Warm White
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year 30
85. LED Street Light 100 Watt, Day Light, Warm White
Local Made Subject to approval of sample
Warranty : Comprehensive 01 year 10
86. Light Plug 03 in One / Standard Quality
Local Made Subject to approval of sample 36
87. Light Plug Frame Plastic / Standard Quality
Local Made Subject to approval of sample 36
88. Power Plug Standard Quality
Local Made Subject to approval of sample 36
89. Power Plug Frame Plastic/ Standard Quality
Local Made Subject to approval of sample 36
90. Switch Button With Socket, 15 Ampere (Piano)/ Standard
Quality
Local Made Subject to approval of sample 72
91. Fiber Sheet Frame 7*4 / Standard Quality
Local Made Subject to approval of sample 12
92. Wire Tape Standard Quality / Nitto / Osaka
Subject to approval of sample 60
93. Extension Lead Universal, 05 way / Standard Quality
Local Made Subject to approval of sample 20
94. Electric Door Bell Standard Quality
Subject to approval of sample 10
95. Door Bell with Push
Button Wireless / Cell / Standard Quality
Subject to approval of sample 10
96. Push Button for Door Bell Electric / Standard Quality
Subject to approval of sample 10
97. Duct putty ¾ Standard Quality
Subject to approval of sample 36
38/96
98. Elbow T Standard Quality
Subject to approval of sample 24
99. Wire 7/52 Coil Sliver, Double / Standard Quality
Subject to approval of sample 5
100. Wire 7/36 Coil Copper, Single / Standard Quality
Subject to approval of sample 2
101. Wire 7/29 Coil Copper, Double / Standard Quality
Subject to approval of sample 5
102. Wire 7/64 Coil Silver, Double / Standard Quality
Subject to approval of sample 2
103. Wire 40/76 Round Coil Copper, Double / Standard Quality
Subject to approval of sample 2
104. Light Bulb Holder E 27 / Standard Quality
Subject to approval of sample
48
105. Wire One Pair Coil Copper / Standard Quality
Subject to approval of sample 2
106. Wire 16mm Four Core
Coil 7*64, Copper / Standard Quality
Subject to approval of sample 2
107. Insect killer Device Electric / Standard Quality
Subject to approval of sample 15
108. Exhaust Fan 10 Inch, Standard Quality
Subject to approval of sample 20
109. Bracket Fan Standard Quality
Subject to approval of sample 20
110. 02 Pin Shoe Standard Quality
Local Made Subject to approval of sample 24
111. Male / Female Shoe Standard Quality
Local Made Subject to approval of sample 24
112. Capacitor 3.5 uf Standard Quality
Local Made Subject to approval of sample 24
113. Multi Plug Shoe Standard Quality
Local Made Subject to approval of sample 12
114. Line interative solar
compatiable UPS 500VA-300Watts
Battery 7AH*1 10
115. Emergency Light Rechargeable Tube Light (OSAKA)
Subject to approval of sample 50
116. Wire Clip 7, 8,9 & 10 number / Standard Quality
Local Made Subject to approval of sample
01 packet each
39/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT-06
FRAME WORK CONTRACT FOR PURCHASE OF
STATIONARY & PRINTING & PANA-FLEXES
The bidder is to furnish quoted unit rates or per ml rates in financial proposal including all taxes (Income Tax , GST , Etc)& freight.
All the Items are subjected to the approval of samples by the End-user concerned/
Sample Evaluation Committee.
The Quantity may be increased or decreased according to Budget received/demand.
Clearly mention the brand name with origin in column of brand.
Use below table for quoting the rates in last column specified for this purpose.
While quoting rates, don’t change the sequence/ Sr. No. of items. Simply write
NQ (Not Quoted) or NA (Not applicable) where bidder choose not to quote.
All binding of the registers/pads must be hard bindings (Gatta binding) and rates must be
inclusive of this.
Sr.#
Name Of Items
Specification
QTY
Rate (In PKR inclusive
of all taxes i.e.
Income Tax, GST
& freights etc)
1. File Cover
Standard size Standard Quality With Hospital Name Printing 1000
2. White Envelop
With Hospital Name Printing, A4 Size 1000
3. Leave Forms
A4 size (100 pages Leaves) 50 Pads
4. Expense Register 17x27/4 68 gram 300 leaves 36 Registers
5. Admission Register 17x27/4 68 gram 300 leaves 24 Registers
6.
Indent Book
As per sample givenA4 size Page of 100 pages
Perforated from center Numbered pages 70 Books
7. Out Door Ticket 18x24/8 carbonless 200leaves pad 5000 Pads
8. Admission chart/bed
head ticket 13x17 both side print 68gm 10000
9. All kind register
(17*27/4) 70gm 17x27/4 68 gram 200 leaves
250
Registers
10.
OPD register 17x27/4 68 gram 200 leaves
400Register
s
11. Stock register
(Pharmacy) 17x27/4 68 gram 200 leaves 20Registers
12. Dead stock register 17x27/4 68 gram 100 leaves 06 Registers
13. Pana Flex without
frame per square feet Without frame / Standard Quality
As per
demand
14. Pana Flex with frame
per square feet Standard Quality
As per
demand
15.
Standees for Pana Flex Vertical Pana Flex / Standard Quality
As per
demand
40/96
16. Hepatitis Vaccinate
Cards Size : 4x6 / Standard Quality 5000 Cards
17. Hepatitis B and C
Register Size :17x27/4 / Page : 68 gram / 100 leaves Register 10 Registers
18. Central Registration
Point Register Size :17x27/4 / Page : 68 gram / 100 leaves Register
200
Registers
19. Dental & General Radiograph register Size :17x27/4 / Page : 68 gram / 100 leaves Register 20Registers
20. Drug chart Size :17x27/4 / Page : 68 gram / 100 leaves Pad 196Pads
21. Citizen feedback
monitoring Register Size :17x27/4 / Page : 68 gram / 100 leaves Register 06Registers
22. Discharge slip Size :17x27/4 / Page : 68 gram / 100 leaves Pad 200 Pads
23. Chemistry Pad Size :17x27/4 / Page : 68 gram / 100 leaves Pad 200 Pads
24. CBC Pad Size :17x27/4 / Page : 68 gram / 100 leaves Pad 200 Pads
25. Lab Register Size :17x27/4 / Page : 68 gram / 100 leaves Register 10 Registers
26. Urine report pad Size :17x27/4 / Page : 68 gram / 100 leaves Pad 200 Pads
27. Ultra Sound Report
Chart pad Size :17x27/4 / Page : 68 gram / 100 leaves Pad 100 Pads
28. Gyane & Obs. Chart
Pad Size :17x27/4 / Page : 68 gram / 100 leaves Pad 100 Pads
29. Birth Certificate Size : A4/ Page: 68 gram / 100 leaves pad 100 Pads
30. Death Certificate Size : A4/ Page: 68 gram / 100 leaves pad 20 Pads
31. Eye Refraction Card Size : 4x6 / Standard Quality 6000
32. Lab. Request form Size : A4/ Page: 68 gram / 100 leaves pad 100 Pads
33. Zakat Form Size : A4/ Page: 68 gram / 100 leaves pad 100 Pads
34. X-Ray Request Form Size : A4/ Page: 68 gram / 100 leaves pad 100 Pads
35. ECG Request Form Size : A4/ Page: 68 gram / 100 leaves pad 100 Pads
36.
Receipts Books
(100 page book)
For Fees of
Pathology Lab, X-Ray, ECG, Ultrasound, Dental OPD, Dental Procedure, Indoor Admission)
Size 17x27/4 Page : 68 gram / 100 leaves per book 500 Books
37.
Ball Point Dollar clipper/Equavialent, Black / Standard Quality
(Pack of 10) Subject to approval of sample 50 pack
38.
Ball Point Dollar clipper/Equavialent, Blue / Standard Quality (Pack
of 10)Subject to approval of sample 500 pack
39.
Ball Point Dollar clipper/Equavialent,Red / Standard Quality (Pack
of 10)Subject to approval of sample 50 pack
40.
Gell Pen 0.7 mm, Dollar/Equavalent Black / Standard Quality
(Pack of 12)Subject to approval of sample 10 pack
41.
Gell Pen 0.7 mm, Dollar/Equavalent Blue / Standard Quality (Pack
of 12)Subject to approval of sample 10 pack
42.
Box File with Clip Large size (Plastic Hard Gatta/ Rexene) / Standard
Quality Subject to approval of sample 100
43.
Box File with Clip Small size (Plastic Hard Gatta/ Rexene) / Standard
Quality Subject to approval of sample 100
44.
File Boards Thread Fixing, Two Holes / Standard Quality
Subject to approval of sample 200
45.
Tag Large / Thread (Dhaga) for File Boards
Subject to approval of sample 250
46.
Attendance Register Pixel-1182, Daily Attendance No. 04 / Standard Quality
Subject to approval of sample 12 Register
47. Electronic Calculator 14 Digits, Large Display, 02 Power / Standard Quality 10
48.
High Lighter German Ink, 1-4.5mm / Standard Quality (Multi color)
Subject to approval of sample 100
49.
Marker Permanent Japanese Bullet tip, 15 ml /Blue / Standard Quality
Subject to approval of sample 100
50.
Marker Permanent Japanese Bullet tip, 15 ml /Black / Standard Quality
Subject to approval of sample 200
51. White Board Marker Bullet tip, 15 ml, Refillable /Black / Standard Quality 24
41/96
dry erase Subject to approval of sample
52. Ink for White Board
Marker Black / Standard Quality
Subject to approval of sample 12
53.
Correction pen 0.2mm (Ozone safe Formula) / Standard Quality
Subject to approval of sample 100
54.
Stamp Pad Standard size Blue / Refillable / Standard Quality
Subject to approval of sample 100
55.
Ink for Stamp Pads Blue / Standard Quality
Subject to approval of sample 20
56.
Stapler Machine 24/6 with Pin Remover/ Standard Quality
Subject to approval of sample 24
57. Staples 24/6 (1000 staples pack) Dollar 200
58.
Punch Machine
Punches two 6mm (15/64) dia holes/ Paper Capacity 20
half sheets / Standard Quality
Subject to approval of sample 10
59.
Common pin Standard Quality
Subject to approval of sample 50 packet
60. Thumb pin/ Drawing
Pin Standard Quality 50pcs per pack / Standard Quality
Subject to approval of sample 50 pack
61. Printing Paper White Plain, A4 size, 80 Grams, AA 400 Rims
62. Printing Paper White Plain, A4 size, 70 Grams, Copy Mate 100 Rims
63.
Printing Paper Legal Size, 80 Grams / Standard Quality
Subject to approval of sample 05Rims
64.
Packing Tape Yellow, 2 Inch, 30 Yards / Standard Quality
Subject to approval of sample 100
65. Packing Tape ½ Inch, Crystal / Standard Quality
Subject to approval of sample 50
66. Packing Tape 1 Inch, Crystal / Standard Quality
Subject to approval of sample 50
67. Packing Tape 2 Inch, Crystal / Standard Quality
Subject to approval of sample 50
68. Tape Dispenser Standard Quality
Subject to approval of sample 05
69. Gum for Paper, Cloth, Cards 04 Liter Bottle, Nafees / Standard Quality 2
70. Gum Stick 20 grams / Standard Quality
Subject to approval of sample 20
71. Envelop Khaki, Small Size for Letter / Standard Quality
Subject to approval of sample 200
72. Envelop Khaki, A4 Size / Standard Quality
Subject to approval of sample 200
73. Envelop Khaki, Legal Size / Standard Quality
Subject to approval of sample 100
74. Sua for Making holes
in Paper Biding
Steel Body / Standard Quality
Subject to approval of sample 06
75. LED Pencil Standard Quality (Pack of 12)
Subject to approval of sample 10 packs
76. Rubber for LED Pencil Standard Quality
Subject to approval of sample 50
77. LED Pencil Shopner Standard Quality
Subject to approval of sample 50
78. Steel Scales Standard Quality
Subject to approval of sample 24
42/96
Lot No. Wise Technical Conditions/ Specifications
Terms & Conditions for:
LOT-07
FRAME WORK CONTRACT FOR PURCHASE OF
IT EQUIPMENT
The bidder is to furnish quoted unit rates or per ml rates in financial proposal including all taxes
(Income Tax, GST, Etc) & freight.
All the Items are subjected to the approval of samples by the End-user concerned/
Sample Evaluation Committee.
The Quantity may be increased or decreased according to Budget received/demand.
Clearly mention the brand name with origin in column of brand.
Use below table for quoting the rates in last column specified for this purpose.
While quoting rates, don’t change the sequence/ Sr. No. of items. Simply write NQ (Not Quoted) or NA (Not applicable) where bidder choose not to quote.
Sr# Name of Items / Specifications QTY Rate (In PKR inclusive
of all taxes i.e.
Income Tax, GST
& freights etc)
1 CCTV Cable Black Copper RG-59 (300 Meter) 10 Coils
2 Camera BNC Cables 1 Meter 50 No.
3 Camera Adapter 12v (any) 30 No.
4 HP Elite 6200 Tower intel i5 2nd Gen 7 No.
5 HP ST2010f – LCD monitor -19 7 No.
6 VGA PC Cable 24 No.
7 Mouse Wired 12 No.
8 KeyBoard Wired (Soft Touch Button) 20 No.
9 LCD Extender 4 Port 1 No.
10 Exchange 24 Port 1 No.
11 PTCL Set Single 24 No.
12 Main PTCL set for Exchange Setting 1 No.
13 Steno PTCL (Panasonic) 1 No.
14 Lan Card PTCL 4m 70 No.
15 Fast Cables Single Pair Telephone Cables 300m 5 No.
16 Hard Drive 8tb Segate 2 No.
17 HP Laser Jet Pro 404DW 2 No.
18 Printer Cables 3 Meter 12 No.
19 HP Printer 1102 4 No.
43/96
20 Tablets Adaptors 5v (4 amp) 24 No.
21 Mobile Cables Type C 24 No.
22 LED Remote , TCL , Echostar 5 No.
23 Wireless Mouse 10 No.
24 Zong EVO Device 3 No.
25 VGA to HDMI Connector 2 No.
26 HDMI to VGA Connector 2 No.
27 Hikvision 1080P 2MP Full HD Bullet Camera (DS-2CE
16Dot-1RP)
30 No.
28 Power Cables 20 No.
44/96
Annexure-A
(Attached with Financial bid)
BID SUBMISSION FORM
Date:
No.
To:__________________________ [Name and address of Procuring Agency]
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding
Documents for the sum of [Total Bid Amount ], [Bid Amount in words ] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the form of call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT, THQ THAL MNS HOSPITAL LAYYAH We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.
We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency may receive.
Name and address --------------------------- Amount -----------------------
(If none, state “none”).”
Dated this day of 20.
Signature (in the capacity of) duly authorized to sign bid for and on behalf of.
Attachment
45/96
Annex. B
(Attached with Technical Bid)
SUPPLIER /VENDOR CERTIFICATE FOR ACCEPTANCE OF TERMS & CONDITIONS
I/we have read all the instructions in the bidding documents including special instructions and further
abide by rules as laid down in the bidding documents
Name of the tenderer:
Sign of tenderer:
Designation of tenderer:
Postal address:
Telephone Number:
CNIC number:
NTN number: _______
Sign & Stamp: _____________________________________________________
1. The bidder who gives accumulated lowest rate for all parameter will consider as the lowest
Bidder.
2. The bidder must comply with the advertised technical specification of the quoted items.
Incomplete offer will straight away rejected.
3. Rates must be comparable with other renowned companies, local market and other hospitals of
Punjab government. If rates found on higher side, hospital has right to cancel the contract.
4. Winning company or its authorized dealers will ensure timely supply of all items for smooth
running of hospital.
5. THQ THAL MNS HOSPITAL LAYYAH will be responsible for damages due to their
mishandling or deliberately created fault for not following the precautionary measures advised
by the company’s professionals/literature.
6. Unsatisfactory performance, poor delivery of supplies can be grounds for cancellation of
contract.
7. THQ THAL MNS HOSPITAL LAYYAH administration reserves the right to cancel the
contract/order at any stage, without assigning any reason.
46/96
Annexure-C
(Attached with technical bid)
AFFIDAVIT (on stamp paper of RS. 100/-) I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it.
The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding
documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of
Pakistan.
The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent
related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. It is certified that the information furnished here in and as per the document submitted is true and correct,
nothing has been concealed or tampered with. We have gone through all the conditions of tender and are liable
to any punitive action for furnishing false information/documents.
The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding
documents with rules and regulations of PPRA and prices quoted by me , is competitive to market price, in case
of high prices charge by me, we will be responsible for paying it back. We will provide the stock according to the
approved sample.
We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Name of the bidder. ___________________________________________________________
Father’s Name. ___________________________________________________________
Address of biders/Firm.__________________________________________________________
NIC# ________________________________________________________________________
Designation. __________________________________________________________________
Signature. ____________________________________________________________________
Stamp. _______________________________________________________________________
Annexure-D (Attached with Technical Bid.)
AFFIDAVIT
We ___________________________(Name of the bidder/contractor) being the first duly sworn on oath
submit, that Mr./Mrs.____________________________________ (If participating through agent /
representative) is the agent / representative duly authorized by ____________________________________ here
in after called the Contractor to submit the attached bid to the ____________________________(Name of the
Procuring agency) and his CNIC photo copy is also attached.
Sign and stamp by authorized
47/96
Annexure-E
PRICE OF SCHEDULE
(FOR MEDICINE / SURGICAL DISPOSABLE ITEMS IN PAK
RUPEES)
Name of bidder No.
LOT No. 01.
LOT Title:
Frame work contract for Procurement of
Local Purchase of Medicine (Day to Day) & Surgical Disposable items & Sehat Sahulat
Program/Universal Health Insurance Medicine & Surgical Disposable items
For the Year. 2022-23
Sr.
No.
Name of Items Discount on Retail Price
(MRP)
(%)
1 Medicines manufactured by National Manufacturing
units.
2 Medicines manufactured by Multi-National
Manufacturing units/Imported.
3
Surgical Disposable items
Sign and Stamp of bidder
Note: In case of discrepancy between MRP or MRP is not mentioned on product, the retail price will be finalized after market survey.
48/96
Annexure-F
DRUGS AND DEVICES (FORMULARY)
Analgesic and Anti-Pyretic Drugs Non-Steroidal Anti-inflammatory Drugs
Sr.
No.
Gerenic
Name Dosage Form Strength Brands
1.
Paracetamol
Tablet
500mg
Disprol (Reckitt), Panadol (GSK), Calpol (GSK), Febrol
(Barrett), Relifal (Nabi Qasim),
2.
Paracetamol
Suspension/Syrup
120mg/5ml
Disprol (Reckitt), Panadol (GSK), Calpol (GSK), Febrol
(Barrett), Tempol (Woodwards),
3.
Paracetamol
Infusion
1g/100ml
Bofalgan (Bosch), Feveral (Surge), Provas (Sami),
Acetamol (Vision Pharma.)
4. Paracetamol Drops 0.8mg/0.8ml Panadol (GSK), Pedrol (Stanly Pharma.)
5. Paracetamol Suppositories 125 mg, 150mg,
250mg
NAPA (Bex Pharma), Parasup (Matrix Pharma),
6. buprofen Tablet 400mg Brufen (Abbott), Actifen (GSK), Isen (ICI),
7. Ibuprofen Syrup 100mg/5ml Brufen (Abbott), Ruberin (Woodwards), Xiben (Pacific),
8.
Diclofenac
Sodium
Tablet/Capsule
50mg
Sofac (Saffron), Dicloran (Sami), Voren (Asian),
Megafenac (Mega), Voltral (Novartis), Noltren
(Medipak), Phlogin (Brookes),
9.
Diclofenac
Sodium
Injection
25mg/ml
Dicloran (Sami), Sofac (Saffron), Artifen (Abbott),
Voltral (Novartis), Phlogin (Brookes), Voren (Asian),
Artecid (Biolabs), Diclozaf (Zafa), Dinofac (S.J. & G.
Fazul Ellahie.)
10. Diclofenac
Sodium Ointment/Gel 1% w/w Voltral (Novartis),
11. Diclofenac
Potassium Tablet/Capsule 50mg
Caflam (Novartis), Artimov-K (Barrett), Declam (Searle),
Diclorep (Sami),
12.
Ketorolac
Injection 10mg/ml, 30mg/ml
Toradol (MartinDow), Tromit (Standpharm),
Ketrolac (Searle), Torajcet (Surge), Toralac
(Global),
13.
Piroxicam
Tablet/Capsule
10mg, 20mg
Feldene (Pfizer), Osteocam (Mega), Exican
(Novamed), Brexin (Chiesi), Feldene (Pfizer), Nicep
(Medi Save), Pcam (Merck)
Analgesic and Anti-Pyretic Drugs
49/96
Opioids & Non-Opioid analogs
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Nalbuphine Injection 10mg/ml,
20mg/ml
Kinz (Sami), Sonotic (Brookes), Nalbin (Global),
Buphain (Macter), Naldol (Saffron), Aknal (Akhai),
Nubin (Searle), Nalbe (Wimits), Nalbin (Global), Nixa
(Schazoo)
2. Tramadol Injection 50mg/ml Tramal (Searle), Tonoflex (Sami), Tradol (Global),
Pantra (Getz), Ashdol (Healthcare), Ramol (Macter),
Tremendous (Biolabs),
3. Tramadol Tablet/Capsule 50mg Tramal (Searle), Tonoflex (Sami), Tradol (Global),
Pantra (Getz), Ashdol (Healthcare), Ramol (Macter),
Tremendous (Biolabs),
4. Morphine Injection 10mg/ml,
15mg/ml,
20mg/ml,
30mg/ml
Morphine (PDH), Morfscot (Scotman),
Morphine (LCPW),
5. Morphine Tablet/Capsule 10mg,
30mg
Magnus MR (AGP), Qonza (Wilshire),
Antihistamines
Sr. No. Generic Name Dosage
Form Strength Brands
1. Cetirizine Tab 10mg Zyrtec (GSK), Ronex (Hilton), Cetrin
(Saffron),
2. Lortadine Syrup/Drop s 5mg/5ml Antial(Sami), Senergy-OD (Highnoon), Softin
(Werrick)
3. Pheniramine
Maleate
Injection 22.7mg/ml Avil (Sanofi), Annvil (Venus), Plivil (Pliva), Ilwil
(Danas), Etivil (Elite), Allervil (Indus), Amevil
(Ameer), Alergifen (Neutro) Amrovil (Amros)
4. Chlorphenirami ne
Maleate
Tablet 4mg Piriton (GSK), Allervil (Indus), Histamol (Epla),
Allerphene (PDH),
5. Dexamethason e Injection 4mg/ml Fortecortin (Merck), D-Cort (Brookes),
Decadron (OBS), Dexonil (Global),
6. Dexamethason e Tablet 0.5mg Dexamethasone (Tabros), Dexamethasone
(Geofman), Methazone (Semos),
50/96
Corticosteroids
Sr. No. Generic Name Dosage
Form Strength Brands
1. Hydrocortisone Injection 100 mg,
250 mg
Solu Cortef (Pfizer), Hyzonate (Amson),
Hydrocort (Akhai), Hyzonate (Amson),
2. Prednisolone Tablet 5 mg Deltacotril (Pfizer), Prednisolone (LCPW), Rapicort
(Tabros), Presolone (Geofman),
3. Methyl Prednisolone Injection 125mg,
500mg, 1g
Solu-Medrol (Pfizer), Depo-Medrol (Pfizer),
Methypred (Haji Medicine),
Nil
Sr. No. Generic Name Dosage
Form Strength Brands
1. Activated
Charcoal
Capsule 260mg Eucarbon (Bio Pharm), Karbon (NeoMedix),
2. N-Acetyl
Cycteine
Sachet 200mg Mucolator Sachet
3. N-Acetyl
Cycteine
Infusion 0.4g/L
4. Naloxone Injection 0.4 mg/ml Naloxo-X (Bajwa),
5. Desferrioxamine Injection 500mg Desferal (Novartis)
6. Desferrioxamine Tablet 400mg Dasirox (CCL), Xefra (Global), Asunra (Novartis)
7. Dimercaprol Injection Any
available
Strength
8. Flumazenil Injection 100mcg/ml Anexate (Martin Dow),
9. Pralidoxime Injection 10mg/ml P-Doxime (Atco), Contrathion (Acti-Med),
10. Protamine Sulphate Injection Any
available
Strength
Protamine Sulphate (Zam Zam Corporation),
Protamine Sulphate (LCPW),
11. Methylene Blue Injection Any
available
Strength
12. Atropine Injection 1mg/ml Atropine (Venus), Atropine (Bajwa), Atropine
(AmeerAdnan), Atropine (Elite), Atropine (PDH),
51/96
Local Anaesthetics
Sr.
No. Generic Name Dosage Form Strength Brands
1. Lignocaine Injection 200
mg/10ml
Lidoject (Surge), Xylocaine (Barrett), Xylox
(Venus), Ligvwim (Wimits), Ruscain (Fynk),
Lignocain (Elko), Ligocane (Global),
2. Lignocaine Gel 2 % W/V Aerocaine (Hoover), Lignocaine
(LCPW/Howards), Xylocaine (Barrett), Lignocar
(Healthcare), Xyloaid (Barrett),
3. Lignocain +
Epinephrine (Dental
cartriage)
Injection 20/0.01 mg Xylocaine (Barrett), Medicain (Huons Co),
4. Bupivacaine Injection 5 mg/ml, 7.5
mg/ml
Glocain (Global), Abocain (Abbott), Sensocain
(Brookes),
5. Bupivacaine (Spinal) Injection 5 mg/ml, 7.5
mg/ml
Abocain spinal (Abbott), Bupicain (LCPW),
Sensocain (Brookes), Nervlok (Surge),
General Anaesthetics
Sr. No. Generic
Name Dosage Form Strength Brands
1. Propofol Injection 10 mg/ml Propofol Lipuro (Bbraun Germany), Pofol (Akhai),
Propofol (Abbott), Pofol (Dongkook Korea/Allied
Distributors), Fresofol (Medipak), Diprivan (ICI),
2. Isoflurane Inhalation 2 %w/v, Restane (Piramal Critical Care USA /Allied
Distributors), Forane (Aesica Queenborough
UK/Getz*), Sevorane (Aesica Queenborough
UK/Abbott*),
3. Sevoflurane Inhalation 0.99 Sevorane (Aesica Queenborough UK/Abbott*),
4. Ketamine Injection 50 mg/ml Ketwin (Wimits), Ketasol (Indus), Ketlar (Akhai),
Ketarol (Global),
52/96
Other Drugs used in Anaesthesia
Sr.
No. Generic Name
Dosage
Form Strength Brands
1. Neostigmine +
glycopyrolate
Injection 0.5/2.5mg Pyrolate-N (Brooke), Neo-pyrolate (Brookes),
2. Suxamethonium Injection 20 mg/ml,
50 mg/ml,
100 mg/ml,
100
mg/5ml
S-Choline (Akhai), Suxal (Global), Suxamethonium (Haji
Medicine), Pantolax (AGP), Neuronium (Surge),
3. Atracurium Injection 10 mg/ml,
50 mg/ml,
50 mg/5ml,
25
mg/2.5ml
Acuron (Brookes), Tracium (GSK), Atrelax (Abbott),
Efacuriun (Surge),
4. Midazolam Injection 1 mg/ml Hypozam (Brookes), Dormicum (MartinDow),
Midozam (Akhai), Idazol (Bosch), Sedazolam
(Schazoo)
Anti-Infectives
Anti-Bacterial Drugs
Sr. No. Generic Name Dosage Form Strength Brands
1. Ampicillin Injection 250mg, 500mg Ampicillin (China), Ampipan (PDH), Ampin
(Bosch), Zyncillin (English), Zampicllin (Zafa)
2. Amoxicillin Suspension 125 mg, 125
mg/5ml, 250
mg/5ml, 500
mg/5ml
Amoxil (GSK), Maxil (Macter), Supramox
(Bosch),
3. Amoxicillin Capsule 250 mg, 500
mg
Amoxil (GSK), Maxil (Macter), Supramox
(Bosch),
4. Co-Amoxiclav Injection Augmentin (GSK), Calamox (Bosch), Amclav
(Getz), Amoxi-Clav (Novartis), Stamentin
(Stanley)
5. Co-Amoxiclav Tablet Augmentin (GSK), Calamox (Bosch), Amclav
(Getz), Amoxi-Clav (Novartis), Co- amoxi
(Macter), Stamentin (Stanley)
6. Co-Amoxiclav Suspension Augmentin (GSK), Calamox (Bosch), Amclav
(Getz), Amoxi-Clav (Novartis), ), Co-amoxi
(Macter), Stamentin (Stanley)
7. Piperacillin +
Tazobactam
Injection Tanzo (Bosch), Tazopip (ICI), Tacip (Macter),
Talzon (Getz),
53/96
8. Ceftriaxone Injection 500 mg, 1 g,
2 g
Rocephin (Matin Dow), Norbac (Vision),
Oxidil (Sami), Aczon (Global), Dayline
(High-Q), Inocef (Barrett), Chronceph
(English), Cefocef (EG)
9. Cefixime Tablet/Capsule 200mg, 400mg Cefiget (Getz), Caricef (Sami), Cebosch (Bosch),
Cef-OD (CCL), Fixval (GSK),
10. Cefixime Suspension 100mg/5ml,
200mg/5ml
Cefiget (Getz), Caricef (Sami), Cebosch (Bosch),
Cef-OD (CCL), Fixval (GSK),
11. Cefipime Injection 500mg Axepime (EG Pharma), Cefstar (Barrett),
Daypime (High-Q), Maxipime (GSK),
12. Fosfomycin Injection 1g Foscin (Tabros), Fosomin (CCL),
13. Rifaximin Tablet 200mg, 550mg Nimixa (Getz), Rifaxa (Ferozsons), Helifax
(Helix), Nixal (Sami),
14. Meropenem Injection 500mg, 1g Meronem (Pfizer), Meroget (Getz), Penro
(Bosch), Merpen (ICI), Ropen (Macter),
54/96
Merem (Global),
15. Vancomycin Injection 500mg, 1g Vancomycin (Abbott), Vanbact (Nabiqasim),
Vinject (Bosch),
16. Linezolid Injection Ecasil (Sami), Nezkil (Continental), Volinza
(Wilshire), Sololid (Healthcare),
17. Linezolid Tablet 400mg, 600mg Ecasil (Sami), Nezkil (Continental), Volinza
(Wilshire), Sololid (Healthcare),
18. Azithromycin Tablet/Capsule 250mg, 500mg Azomax (Novartis), Azitma (Sami), Zetro
(Getz), Azotak (Saffron), Azotrax (Wimits),
Zitro (Glitz),
19. Azithromycin Suspension 200mg/5ml Azomax (Novartis), Azitma (Sami), Zetro
(Getz), Azotak (Saffron), Azotrax (Wimits),
Zitro (Glitz),
20. Amikacin Injection 250mg, 500mg Amkay (Bosch), Grasil (Sami), Amikacin
(Zafa), Oximit (Wimits),
21. Ciprofloxacin Injection 200mg/100ml Qilox (Bosch), Novidat (Sami), Cip-Val
(GSK), Cipesta (Getz), Gencipro (Brooks),
Stericipro (FDL), Ciplet (Indus), Cinoflox
(SJ&G)
22. Ciprofloxacin Tablet/Capsule 250mg, 500mg Novidat (Sami), Cip-Val (GSK), Cipesta (Getz),
Ayacin (Healthcare), Ciproxin (Bayer),
23. Moxifloxacin Tablet/Capsule 200mg, 400mg Moxiget (Getz), Avilox (Byer), Izilon (Bosch),
Mofest (Sami), Microcid (Saffron), Maxflox
(Searle), Xiefecta (Hilton),
24. Moxifloxacin Injection 400mg Moxiget (Getz), Avilox (Byer), Izilon (Bosch),
Mofest (Sami), Microcid (Saffron), Maxflox
(Searle), Xiefecta (Hilton), X-lox (High-Q)
25. Co-Trimoxazole Tablet/Capsule Septran (GSK), Wiltran (Wilshire), Bactrim
(Roche),
26. Co-Trimoxazole Suspension Septran (GSK), Wiltran (Wilshire), Bactrim
(Roche),
55/96
Anti-tubercular & Anti-Leprosy Agents
Sr.
No. Generic Name
Dosage
Form Strength Brands
1. Isoniazid Isozide (Nabi Qasim), INN (PDH), Isozide (Amson),
Isoniazid (LCPW), Isoniazid (Geofman),
2. Rifampicin Lederrif (Pfizer), Rifadin (Pacific), Rimactal (Novartis),
Rifac (Geofman), Abrifam (Abbott), Rifampicin
(LCPW),
3. Pyrazinamide PZA Ciba (Novartis), Pyrazid (Schazoo), Pyrazinamide
(Pfizer), Pyrazinamide (Geofman),
4. Ethambutol Abbutol (Abbott), Schazobutol (Schazoo), Butal (Novartis),
Ethambutol (LCPW), Myambutol (Pfizer),
5. Streptomycin Streptomycin (PDH),
6. Isoniazid + Rifampicin
+ Pyrazinamide
Rimcure (Novartis), Rifapin H Junior (Schazoo),
7. Isoniazid +
Rifampicin +
Pyrazinamide +
Ethambutol
Myrin-P Forte (Pfizer), Rimstar (Novartis), Rifa 4 Plus
(Schazoo), Rifin Forte (Pacific),
8. Isoniazid + Rifampicin
+ Ethambutol
Myrin (Pfizer), Rimthree FDC (Novartis), Rifatol
(Schazoo), Rifin E (Pacific),
56/96
Anti-Viral Agents
Sr. No. Generic
Name
Dosage
Form Strength Brands
1. Acyclovir Tablet 200mg,
400mg,
800mg
Zovirax (GSK), Aclova (Akhai), Cycloz (Highnoon),
Clovirex (Brookes), Supraviran (Searle), Cycloz
(Highnoon), Acylex (Ferozsons), Acyclovir (Abbott)
2. Acyclovir Suspension 200mg/5ml Cycloz (Highnoon), Acylex (Ferozsons), Acyclovir
(Abbott)
3. Acyclovir Injection 250mg,
500mg
Zovirax (GSK), Aclova (Akhai), Acyclovir (Abbott),
Cycloz (Highnoon), Supraviron (Searle), Acyclovir
(Abbott)
4. Acyclovir Cream 5% w/w ZoviraxTopical (GSK), Zoraxin Topical (Valor),
Acylex-Topical (Ferozsons), Supraviron (Searle),
Clovirex (Brookes), Cycloz (Highnoon),
5. Acyclovir Eye ointment 3% w/w Ophth-Cyclovir (Ophth), Cycloz (Highnoon), Santovir Eye
(Sante), Lovir (Remingtom),
6. Tenofovir Tablet 300mg Viread (Ferozsons), Vireof (Macter), Tenofo-B (Getz),
7. Entecavir Tablet 0.5mg,
1mg
Tacavir (CCL), Ecavir (Macter), Cavira (Brookes),
8. Ribavirin Syrup 50mg/5ml Ribazole (Getz), Xolox (Ferozsons),
9. Lamivudine Capsule 200mg,
400mg,
600mg
Viron (Macter), Ribazole (Getz), Rybio (Sami), Xolox
(Ferozsons),
10. Sofosbuvir
11. Daclatasvir Tablet 200mg/
400mg
Sofiget (Getz), Sofomac (Macter), Myhep (AGP), Sovladi
(Ferozsons),
12. Remdesivir
13. Oseltamvir
14. Interferon Alpha
2b
57/96
Anti-Fungal Agents
Sr. No. Generic Name Dosage Form Strength Brands
1. Fluconazole Capsule 50mg, 100mg,
150mg, 200mg
Diflucan (Pfizer), Zolanix (GSK), Fluderm
(Nabi Qasim), Beconazole (Schazoo),
Diflucan (Pfizer), Flu-Z (Z- Jeans),
2. Clotrimazole Skin cream 1%w/v Stiemazol (GSK), Canesten (Bayer),
Dermosporin (Nabi Qasim), Lotrigen
(Dermagen),
3. Clotrimazole Vaginal cream 10%w/v Gynosporin (Nabi Qasim), Canesten (Bayer),
Vaginex-I (Bloom),
4. Clotrimazole Vaginal tablet 100mg, 500mg Gynosporin (Nabi Qasim), Oligyn-1
(Platinum), Barresten (Barrett), Canesten
(Bayer),
5. Clotrimazole Lotion 0.01 Stiemazole (GSK), Cremazole (Valor), Canix
(Crystolite),
6. Nystatin Drops 100,000IU/ml Nilstat (Wyeth), Myconil (Amson), Nylosin
(Bryon),
7. Voriconazole
8. Amphoteracin- B Injection 50mg Anfotericina FADA (Medinet), Anfogen
(Bioscience/Ferozsons),
9. Amphoteracin- B
Liposomal
58/96
Anti-Protozoal Agents
Sr. No. Generic
Name
Dosage
Form Strength Brands
1. Albendazole Suspension 100mg/5ml Zentel (GSK), Alovac (Siza), Albagen (Genera), Benda
(Pharmedic), Albendix (Neo Medix),
2. Albendazole Tablet 200mg Zentel (GSK), Aliz (Glitz), Albendix (Neo Medix),
Bendazol (Stanley), Albendol (Global), Benda
(Pharmedic),
3. Mebendazole Tablet 100mg, 500mg Vermol (Woodwards), Vermin (Adamjee), Deworm
(Merck), Nemazole (GSK), Deworm (Merck), Erizole
(Efroze),
4. Sodium
Stibogluconate
Injection 333mg Stibotim (Star),
5. Chloroquine
Phosphate
Syrup 50mg/5ml Nivaquine-P (Aventis), Cloquin (Woodward), Resochin
(Bayer), Geoquin (Geofman),
6. Chloroquine
Phosphate
Tablet 250mg Resochin (Bayer), Nivaquine-P (Aventis), Efroquine
(Efroze), Chloroquine (Tabros),
7. Artemether +
Lumefantrine
Tablet 20mg+120mg Neo-Cotecxin (Amson), Malera (Barrett), Malgo
(CCL), Co-Falcim (Medi Save), Arceva (Sami),
Artem Plus (Hilton), Artecxin (Highnoon), A-
Fantrine (Atco)
8. Metronidazole Tablet 200mg, 400mg Klint (Sami), Flagyl (Aventis), Metrozine (Searle),
Abozole (Abbott), Diazole (BBRaun),
9. Metronidazole Infusion 500mg/100ml Sterimet (FDL), Medigyl (Medipak), Flagyl (Aventis),
Metronidazole (Bbraun Malaysia), Abozole (Abbott),
Diazole (BBRaun), Metrozine (Searle), Flazol (Bosch)
10. Metronidazole Suspension 200mg/5ml
(benzoate)
Metrozine (Searle), Klint (Sami), Flagyl (Aventis),
Diazole (BBraun),
59/96
Anti-Anemic Agents
Sr. No. Generic Name Dosage Form Strength Brands
1. Folic acid Tablet/Capsule Fefol (GSK), Fefan (Amson),
2. Iron + Folic Acid Syrup 50mg/5ml Bisleri (Sami), Ferfix (Getz), Ferrosoft
(Hilton), Femtol (Remington),
3. Iron (III) Polymaltose
Syrup
Tablet Revitale-B (GSK), Becefol (Abbott), Fefol-Vit
(GSK), Bevidox (Abbott), Neurobion
(MartinDow),
4. Vitamin B-complex Tablet 500 mcg Amcobal (Amson), Methycobal (Hilton),
Cobalmin (Macter), Neuromet (MartinDow),
5. Erythropoeitin Injection 20mg/ml,
100mg/ml
Epokine (RG Pharma), Espogen (Hoffman),
Eritrogen (Ferozsons), Epotin (MartinDown),
Ropo (Sami), Epocan (Macter
6. Iron sucrose Tablet Bisleri-S (Sami), Clefer (Roche), G- Fer
(Global),Ivefer (Barret), Venofer (RG), Ferosoft-
S (Hilton)
60/96
Vitamin Deficiency
Sr. No. Generic Name Dosage Form Strength Brands
1. Ascorbic acid Tablet/Capsule 250mg, 500mg Abbott (Vitamin C), Amros (Redoxon),
Bayer (Vitamin C), Geofman
2. Calcium carbonate +
Cholecalciferol
Tablet Cac-1000 (Novartis), Qaslan-D (Novartis)
3. Pyridoxine Injection 50mg/ml Neurobion (Merck) Vit B6 (Pliva)
4. Cholecalciferol Injection 5mg/ml DX3 (Macter) Doplet-3 (Saffron) D- Tres
(Sami) Trick-D (Surge) Miura-D (Getz),
Indrop-D (Neutro), Sunny –D (Scotman)
Hemostatic
Sr.
No. Generic Name Dosage Form Strength Brands
1. Tranexamic acid Injection 250mg, 500mg Hilton (Maxna), AGP (Traxacid), Asian ,
Transamine (Hilton), Btrol (Bosch)
2. Tranexamic acid Tablet/Capsule AGP (Traxacid), Asian (Transamin), Hilton
(Haematrix), Macter
3. Vitamin K Injection K-Lot (GT Pharma), Vita-K (English)
Hematopoetic agent
Sr. No. Generic
Name Dosage Form Strength Brands
1. Filgrastim Injection Auspogen (Global), Filgen (Ferozsons),
Grastin (CCL), Neulastim (Roche),
Amgofil (Amgomed), Neutrofil (Atco),
Neupogen (Roche),
61/96
Blood Products
Sr. No. Generic
Name Dosage Form Strength Brands
1. Human Albumin Injection Albumin (Nabi Qasim), Albumin (Hakimsons),
Plasbumin- 20 (Bayer/Popular), Albumin Human
(Genesis), Albutein (S Ejazuddin), Albumeon (IBL),
Plasbumin 25 (Bayer/Popular), Human Albumin
(Hakimsons)
2. Anti-D Injection 300mcg Rhophylac 300 Human Anti-D (CSL Behringag
Switzerland), HyperRHO (Talecris USA/Popular),
ImmunoRHO (Kedrion/Italy/Popular), WinRHO SDF
(Nabi Qasim), RHO GAM UF PLUS
(Amson),
Electrolytes, IV infusions and plasma substitutes
Sr. No. Generic Name Dosage
Form Strength Brands
1. Dextrose 5% Infusion 500 ml Unisol (Unisa), Zeesol (Shahzeb),
2. Dextrose 10% Infusion 25 ml Unisol (Unisa), Zeesol (Shahzeb), Pladex 25%
(Otsuka),
3. Dextrose 25% Infusion 500 ml Unisol (Unisa), Zeesol (Shahzeb), Pladex 25%
(Otsuka),
4. Dextran 40 / Plasma
Substitute
Infusion 1000 ml,
500ml
Unisol (Unisa), Zeesol (Shahzeb),
5. Dextrose Saline (5%
W/V)
Infusion 5 ml, 10 ml Unisol (Unisa), Zeesol (Shahzeb),
6. Water for
Injection
Infusion 500 ml, 1000
ml
Unisol (Unisa), Zeesol (Shahzeb),
7. Ringer Lactate Infusion 500ml Unisol (Unisa), Zeesol (Shahzeb),
8. Mannitol Infusion 500ml Unisol (Unisa), Zeesol (Shahzeb),
9. Modified Fluid
Gelatin
Infusion 500ml
10. Polygeline Infusion 500ml Unisol (Unisa), Zeesol (Shahzeb),
11. Paeds Solution Infusion 25 ml,100 ml,
500 ml, 1000
ml
Unisol (Unisa), Zeesol (Shahzeb),
62/96
12. Normal saline 0.9% Sachet Unisol (Unisa), Zeesol (Shahzeb),
13. Oral Rehydration
Solution
Injection 7.45 %w/v Gastrolyte (Aventis), Hilyte-R (Hillton),
Woodwards ORS (Woodwards), Paedi Care
(Woodwards), Pedialyte (Abbott),
14. Potassium Chloride Injection 7.5% w/v, Potassium Chloride (Shahzeb),
15. Sodium Bicarbonate Injection 8.4% w/v Sodiumbicarbonate (Zafa), Zeelon (Shahzeb) , Sodium
Bicarbonate (S.J.G Fazul Ellahie)
16. Calcium Gluconate Injection Calcium Gluconate (China),
17. Magnesium Sulphate Injection 500mg/ml Magnesium Sulphate (Zafa), MAG-S (Mass),
Zinc Supplement
Sr. No. Generic Name Dosage
Form Strength Brands
1. Zinc Sulphate Tablet 50mg,
100mg
Zincat (Atco)
2. Zinc Sulphate Syrup 20mg/5ml Zincat-OD (Atco) Zincday (BarretHodgson)
Anti-Hypertensive & Anti-Anginal Agents
Sr. No. Generic Name Dosage
Form Strength Brands
1. Losartan Tablet 50mg
100mg
Sartan (Barrett), Xavor (Ferozsons), Eziday
(Werrick), Cozaar (OBS), Coryton (Brookes),
3. Valsartan +
Hydrochlorothiazide
Tablet 25mg,
100mg
4. Atenolol Tablet 100mg Normitab (Nabi Qasim), Tenormin (ICI), Cardaxen
(Platinum), Blokium (Highnoon), Atenorm
(Ferozsons), Controbeat (Pfizer),
5. Metoprolol Tablet 100mg, 200mg Mepressor (Novartis), Merol (Atco), Metocard
(CCL),
6. Metoprolol Injection 1mg/ml Lopressor (Novartis), Mepressor (Novartis), Merol
(Atco)
7. Labetalol Injection 10mg/ml
8. Furosemide Tablet Lasix (Sanofi), Elusen (Elite), Aquasina (Zafa),
Furosemide (Bajwa), Furosemide (LCPW),
63/96
9. Spironolactone +
Furosemide
Tablet 2.5mg, 5mg,
20mg
Spiromide (Searle), Spiromide 40 (Searle), Spirofer
(Glitz), Spidar (Medera),
10. Amlodipine Injection 2.5mg,
10mg,
50mg
Ampress (Barrett), Norvasc (Pfizer), Lodopin
(Merck), Onato (Sami), Cabok (Platinum), Quvasc
5 (Novartis),
11. Verapamil Tablet 40mg,
80mg
Calan (Searle), Zavera (Zafa), Isoptin (Abbott),
12. Verapamil Injection 2.5mg,
10mg,
50mg
13. Captopril Injection 10mg,
10mg/10ml,
1mg/ml
Capace (Atco), Capoten (GSK), Captil (Werrick), Qutril
(Novartis), Valopril (Valor), Acetopril (Zafa)
14. Isosorbide Dinitrate Tablet 5mg, 10mg Isordil (Pfizer), Isonit (Benson), Isoket (Atco), Di- Card
(Valor), Isdin (Maple),
15. Isosorbide Dinitrate Injection 10mg /10ml Sorbid (Hoffman), Isoket (Atco), Straight
(Werrick),
16. Isosorbide Mononitrate Tablet 20mg
40mg
Ismo (Roche), Monis (Maple), Isotab (Efroze),
Monotrate (Pfizer)
17. Glyceryl Trinitrate Tablet 2.6mg,
6.4mg,
0.5mg
Sustac (Searle), Cardnit (Atco), Glyrate-SR (Getz),
Angised (GSK), Angilingual (Zafa),
18. Glyceryl Trinitrate Buccal 2mg, 5mg Suscard buccal (Searle),
19. Methyl Dopa Tablet 20mg Aldomet (OBS/MSD), Hypodopa (Wilsons),
Methyldopa (Macter), Liskomet (Lisko),
20. Trimetazidine Injection 20mg Dinemic/Maple, Trimez (Atco), Vastarel (Servier),
Vastarel-MR (Servier), Creato (Tabros),
21. Hydralazine Injection 1mg/ml Hydralazine (Zafa),
64/96
Positive Inotropic Agents
Sr.
No. Generic Name Dosage Form Strength Brands
1. Epinephrine Injection 1mg/ml Adrenaline (AmeerAdnan), Adrenaline
(PDH), Adrenaline (Elite), Adrenaline
(Venus),
2. Nor-Epinephrine Injection 40mg/ml Norepine (Ontec),
3. Dopamine Injection 250mg/5ml Dopamine (LCPW), Dopamine (Abbott),
4. Dobutamine Injection 250mg/5ml Dobutamine (Myongmoon), Cordion (Siza),
Dobutrex (Abbott),
65/96
Anti-Hyperlipidemic Agents
Sr. No. Generic
Name Dosage Form Strength Brands
1. Atorvastatin Tablet 10mg
20mg
40mg
Atorva (Pharmatec), Lipiget (Getz), Lipirex (Highnoon),
Lipilow (Novamed), Lastolip (Wilshire), Lipitor (Pfizer)
Anti-Platelet Agents
Sr. No. Generic Name Dosage
Form Strength Brands
1. Aspirin Tablet 75mg Ascard (Atco), Loprin (Highnoon), Disprin- CV
(Reckitt),
Anti-coagulants & Anti Platelet
Sr. No. Generic
Name Dosage Form Strength Brands
1. Clopidogrel Tablet 75mg
150mg
Clotnil (Barrett), Extrac (Asian), Seaclop
(Searle), Plavix (Aventis), Noclot (CCL),
Clopid (Ferozsons)
2. Heparin Injection 5000 I.U. Pine (Hospital Supply Corporation), Heparin
(Leo), Heparotex (Haji Medicine),
3. Enoxaparin Injection 40 mg
60mg
80mg
Clexane (Sanofi), Clotless (Himont), Prolongin
(Kurative), Sedacoron (BioPharma)
4. Warfarin Tablet
5. Rivaroxaban Tablet
Anti-Arrythmic Agents
Sr. No. Generic
Name Dosage Form Strength Brands
1. Amiodarone Tablet 250mcg Cordarone (Sanofi), Amiodarane/Baj- Darone
(Bajwa), Miodarone (Unimark),
2. Amiodarone Injection 150mg/ml Cordarone (Sanofi), Sedacoron
(Biopharma)
3. Digoxin Injection 0.05mg/ml Digox (Platinum), Lanoxin (GSK),
4. Adenosine Injection 3mg/ml Medicore (MediPak),
66/96
Thrombolytic Agents
Sr.
No. Generic Name
Dosage
Form Strength Brands
1. Streptokinase Injection 1500 I.U. Streptase (Sanofi), Diclair-ST (Gene-Tech), Streptofactor
(Hakimsons),
2. r-tPA (Alteplase) Injection 50mg Actilyse (Boehringer Ingelheim)
Anti-Asthmatic Agents
Sr. No. Generic Name Dosage
Form Strength Brands
1. Salbutamol Inhaler 100 mcg Salbo (Getz), Inspirol (Macter), Butovent
(Chiesi), AsthaventHFA (Highnoon),
Aerolin Evohaler (GSK), Ventolin Evohaler
(GSK),
2. Salbutamol Tablet 2mg, 4mg, 8mg Ventolin (GSK), Bronkal (Atco), Inhalerin
(Werrick),
3. Salbutamol Syrup 2mg/5ml Ventolin (GSK), Bronkal (Atco), Inhalerin
(Werrick),
4. Salbutamol Injection 50mcg in 5ml Ventolin (GSK), Ventrol (Akson), Broncolin
(Geofman),
5. Salbutamol Solution 5mg/5ml Vetolin Solution (GSK), Bronkal Respirator
(Atco), Ventolin-Respirator (GSK),
6. Montelukast Sachet 4mg Myteka (Hilton), Montiget (Getz),
7. Montelukast Tablet 4mg, 5mg, 10mg Montika (Sami), Aerokast (Barrett), Montair
(CCL), Lungair (Nabi Qasim), Mntk (Macter),
Montiget (Getz), Ventek (Searle), Myteka
(Hilton)
8. Beclomethasone Rota
Capsule
100mcg,
200mcg,
400mcg
Betatec (Highnoon),
9. Beclomethasone Inhaler 50mcg/actu,
100mcg/actu,
200mcg/actu,
250mcg/actu,
800mcg/actu
Clenil Pulvinal (Chiesi), Bekson HFA
(Getz), Becloforte (GSK),
10. Ipratropium Solution 0.250mg/ml Ipneb (Atco), Atem (Chiesi), Optra (Getz),
Ipratec (Highnoon), Trupium (Macter),
11. Aminophylline Injection Aminophylline (China),
67/96
Anti-Cough Preparations
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Ammonium Syrup Piriton Expect (GSK), Bronex Chloride + (Woodward), Chlorohist (LCPW), menthol + Bronochol (Ferozsons), Benadryl diphenhydramine (Johnson & Johnson),
+ sodium citrate
68/96
Topical & Local Preparations Dermatologic Agents
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Benzoyl benzoate Lotion 0.25 Benzyl benzoate (Ferozsons),
Ascabion (Lisko), Scabicure (LCPW),
S.P.Lotion (Remington), Benzyl
benzoate (Sapient),
2. Betamethasone Cream/Ointment 0.05%,
0.10%
Betnovate (GSK), Betaderm (Atco),
Bevate (Hoover), Provate (Saffron),
Betacin (Geofman),
3. Calamine Lotion 0.15 Calamine Lotion (Sharex), Blisscal
(Bliss), Calamine Lotion (Prime),
4. Coal tar + Salicylic
acid
Topical 1% to 5% Soraderm (Wilsons), Cocois (Mass),
Dithrosil (Wilsons), Cosacort (Sulk),
Carasham (Caraway),
5. Hydrocortisone Cream/ Ointment 0.01 Cortival (Valor), Hydrocort (Akhai),
Cortiderm (Valor), Clozole-
H
(Pearl), Cutis-HC (Derma Techno),
Hydrosone (Ferozsons),
6. Miconazole nitrate Cream/Ointment 0.02 Mycon (Valor), Myconit (Epla),
Daktarin topical (Janssen), Dermicon
(Friends),
7. Polymyxin B
sulphate+Bacitracin Zn
Ointment 10000IU/g
+500 IU/g
Polyfax (GSK), Biofax (Geofman),
Polyrel (Global),
8. Permethrin Cream 0.05 Lotrix (GSK),
9. Permethrin Lotion 0.05 Lotrix (GSK), Mitex (Hoover),
Scabfree (Atco), Mitonil (Saffron),
Scabrid (Tabros), Nedax Plus (GSK),
Elemite (Derma Techno),
10. Silver Sulphadiazine Cream 0.01 Sentobe (Hoover), Silvin (PDH),
Dermazin (Novartis), Quench
(Ferozsons), Mazine (Global),
11. Adapalene Cream 1%w/w Acne-Lene (Valor), Adapco (Atco),
Clear (Saffron), Capitis (Tabroz),
12. Adapalene Gel 1%w/w Acnil (Platinum), Pimpal (Brookes),
Adapco (Atco),
69/96
13. Azelaic acid Cream 20%w/w Skinoren (Bayer), Eziderm (Medera),
Azecil (Valor), Azelexin (Dermagen),
Haskoderm (Wilsons), Acnicam
(Mendoza),
14. Fusidic acid Cream 2%w/v Fusidin (Leo), Fuci-Cort (Wilsons),
Sidik (Dermagen), Udic (Valor),
Zudic (Nabi Qasim), Curoderm
(Epla), Fu-Skin (Mass), Fusac (Sante)
15. Fusidic acid Ointment 2%w/v Dermy (Woodward), Fusac (Sante),
16. Terbinafine Cream 1% w/v Cutis (Tabros), Exinofin (Brookes),
Lamisil (Novartis), Terbiderm (Atco),
Terbin (Martin Dow), Terbisan (Sante),
Tersil (Sami), Antifun (Mendoza)
17. Isotretinoin Cream 0.0005 Cosmin (Saffron), Iso-A (Brooks),
Trio (Reko),
18. Isotretinoin Gel 0.0005 Isotrex (GSK), Isotin (Schigan),
19. Ketoconazole Cream 2%w/v Ketocon (Valor), Nizoral (Janssen), Spike
(Highnoon), Tezole (Brookes),
20. Ketoconazole Lotion 2%w/v Conaz (Atco), Ketonaz (Sante),
Nizoderm (Werrick),
21. Ketoconazole Solution 2%w/v Ketopike (Highnoon), Kitcon (Derma
Techno), Spike (Highnoon),
70/96
Anti-Septic Agents
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Methylated spirit Solution 450ml
2. Pyodine sloution
10%
solution 450ml Pyodine Solution (Brookes), Povidide Soln
(Mendoza), Govid (Glitz), Septinil (Valor),
3. Pyodine scrub
7.5%
Pyodine Surgical Scrub (Brookes), Povex
(Indus), Septinil (Valor),
4. Hydrogen Peroxide Surgical (Micko), (Pharmawise), (Polyfine), (Perfect),
5. Instrumental
Disinfectant
Solution Triacid-N (Intra Health), Reprodis (Medinostic
Health)
6. Surface Disinfectant Solution Biguacid (intra Health), Descocid-N (Intra
Health), Gemigene (Medinostic)
71/96
Ear Nose & Throat Local Preparations
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Soda glycerine Ear drops
2. Ciprofloxacin Ear drop 0.003 Cipotic (Barrett), Zeprocaine
(Sante), Ciprodex (Ethical),
Anticip (Jaens), Lignocip
(Remington),
3. Ciprofloxacin Suspension 125mg/5ml,
250mg/5ml
Adacip (Adamjee), Cipesta (Getz),
Ciprin (Werrick), Gavel (Tabros),
Mytil (Wilsons), Nafcin (Global),
Novidat (Sami), Orpic (Getz)
4. Lignocain Gel 0.02 Aerocaine (Hoover), Lignocaine
(LCPW), Xylocaine (Barrett),
5. Lignocain Solution 0.04 Xylocaine (Barrett),
6. Saline nasal drops Saline drops 0.0065 Norsaline-P (Atco), Nazolin
(Epla), Norsal (Nabi Qasim),
Nasaline (Polyfine),
7. Xylometazoline Nasal spray 0.0005 Xolisan (Sante), Xynosine (Zafa),
Rhezole (Epla), Xylonas
(Geofman),
8. Polymyxin B
sulphate+Lignocaine
Ear drops Polymyxin B
(sulphate): 10,000
IU /ml,
Lidosporin (GSK), Otocaine
(Remington),
lignocaine: 50mg/ml:
in
5ml
72/96
Disposables & Surgical Supplies Nil
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. Plaster of paris Medical
Device
10", 15" Gypsona (Essity), Plaster of Paris (Kareem
Industries), Plaster of Paris (Cotton Craft), Plaster
of Paris (Kohinoor), Plaster of Paris (Sugitex),
Plaster of Paris (Cresent),
2. Black Silk,Size1,
30mm, 1/2Circle
round body needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
3. Black
Silk,Size1,40mm 3/8
Circle curve cutting
(CC) needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
4. Black
Silk,2/0,30mm 1/2
circle roud body
needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
5. Black Silk ,Size
2/0,60mm
straight cutting
needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
6. Catgut
Chromic,Size
1,30mm,½ Circle RB
Needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
7. Catgut 1 40mm round
body
Medical
Device
(China), (Ophth Pharma), (Ethicon),
8. Catgut
Chromic,Size2/0
,30mm, 1/2 Circle
Round Body
needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
9. Catgut 2 40mm round
body
Medical
Device
(China), (Ophth Pharma), (Ethicon),
10. Cotton bandages
6.5 cm x 6 meter
Medical
Device
(Kareem Industries), Cotton Craft
(Kohinoor), Sugitex (Cresent),
73/96
11. Cotton crepe
bandage 7.5cm x 6
meter
Medical
Device
(Kareem Industries), Cotton Craft
(Kohinoor), Sugitex (Cresent),
12. Poly propylene
Size 1, 40mm 1/2
circle RB Needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
13. Poly
propylene,Size 2/0,
30mm 1/2 circle RB
Needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
14. Poly
propylene,Size
2/0,60mm Straight
Cutting needle
(SCN)
Medical
Device
(China), (Ophth Pharma), (Ethicon),
15. Polyglactin/
Polyglycolic acid,
Size 1,40mm.1/2
Circle Round Body
needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
16. Polyglactin/
Polyglycolic
acid,size
2/0,30mm, 1/2
Circle Round Body
needle
Medical
Device
(China), (Ophth Pharma), (Ethicon),
17. AV Fistula Needles
(Arterial+venous)
with fixed wings.
(Individually Sterile
Packed) size 16/17G.
Medical
Device
(Nipro), (Fresenius), (Bayen),
18. AV Set Blood
Tubing Lining (6.3-
6.6mm) with one
transducer protector
(Fluid Barrier) &
Pre-
Pump Arterial
Pressure
Medical
Device
(Nipro), (Fresenius), (Bayen),
74/96
Monitoring Line
(Individually
Sterile Packed).
19. Cord clamps Medical
Device
(China),
20. Spinal Needle
Sterile Packs All
Sizes
Medical
Device
(BD), (Bbraun),
21. Dental needle 27G
0.4 x 25
mm
Medical
Device
22. Dental needle 27G
0.4 x 42
mm
Medical
Device
23. Foley’s catheter (all
sizes) Sterile Packs
All sizes
Medical
Device
(China), (Al-Hamd), (Hashir Surgical), (Classic),
(Golden Plus), Pigeon
24. I.V. Sets Sterile
blister Pack
Medical
Device
(Medipak), (Unisa), (China), JMS, AMD
25. Volumetric
Chamber (I.V
Burette) Sterile
Packs 100ml size
Medical
Device
(JMS), (China), (AMD),
26. Nasogastric tube (all
sizes) Sterile Packs
Medical
Device
(Classic), (China), (Pigeon),
27. Sterilized Surgical
Blades Sterile
Packs All Sizes
Medical
Device
(Feather), (China),
28. Nelton Catheter 4-
18
Medical
Device
(Classic), (China),
29. Endotracheal tube
(all sizes) Sterile
Packs
Medical
Device
(China), (Murphy),
30. Urine Bags Sterile
(2000ml) Packs
Medical
Device
(Shifa), (Master), (China), JMS, AMD
75/96
31. Scalp Vein Set
Sterile Packs
Medical
Device
(China),
32. Blood lancets Medical
Device
(China),
33. Blood Bags
Sterile Packs
250ml single
Medical
Device
(JMS), (China), (Master),
34. Blood Bags
Sterile Packs
500ml single
Medical
Device
(JMS), (China), (Master),
35. Blood
Transfusion Set
Sterile Packs
Medical
Device
(JMS), (China), (Master),
36. Suction Catheter
(All Sizes)
Medical
Device
(Classic), (China),
37. Resuscitator bag
with mask
Medical
Device
(China),
38. Nylon 10/0 Medical
Device
(China), (Branded),
39. Ambu bags Medical
Device
(China),
40. Airways Medical
Device
(China),
41. Auto Disable
(AD)/re-use
prevention
(RUP) Syringe
0.5ml with
needle (Blister
Pack)
Medical
Device
(China), (Shifa), (Nisa), (Unisa), (Master),
(Inject), (Amson), (BD)
42. Auto Disable
(AD)/re-use
prevention
(RUP) Syringe
2/3ml with
needle (Blister
Pack)
Medical
Device
(China), (Shifa), (Nisa), (Unisa), (Master),
(Inject), (Amson), (BD)
43. Auto Disable
(AD)/re-use
prevention
Medical
Device
(China), (Shifa), (Nisa), (Unisa), (Master),
(Inject), (Amson), (BD)
76/96
(RUP) Syringe 5ml
with needle (Blister
Pack)
44. CVP Line (Double
Lumen) (All Sizes)
Medical
Device
(Arrow), (China),
45. CVP Line (Double
Lumen) (For
Dialysis)
Medical
Device
(Arrow), (China),
46. Disposable
syringe 10ml with
needle. (Blister
pack)
Medical
Device
(Star), (Shifa), (Nisa), (Amson), (Master),
(China),
47. Disposable
Syringe 20ml
with needle.
(Blister pack)
Medical
Device
(Shifa), (Nisa), (Amson), (Master),
(China),
48. Disposable
Syringe 60ml with
Central Nozzle or
Catheter Tip
(Blister Pack)
Medical
Device
(Shifa), (Nisa), (Amson), (Master),
(China),
49. Hollow Fiber
Dialyzer (All
Sizes)
Individually
Sterile Packed
(with BTL and
A.V Fistula Needle
Pair)
Medical
Device
(Fresenius), (Nipro), (Bayen),
50. I.V Cannula with
Injection Port and
Integrated Closing
Cone Sterile Pack
16G
Medical
Device
(BD), (Bbraun), (Medico), (China), (Al-
Hamd),
51. I.V Cannula with
Injection Port and
Integrated Closing
Cone Sterile Pack
18G
Medical
Device
(BD), (Bbraun), (Medico), (China), (Al-
Hamd),
77/96
52. I.V Cannula with
Injection Port and
Integrated Closing
Cone Sterile Pack
20G
Medical
Device
(BD), (Bbraun), (Medico), (China), (Al-
Hamd),
53. I.V Cannula with
Injection Port and
Integrated Closing
Cone Sterile Pack
22G
Medical
Device
(BD), (Bbraun), (Medico), (China), (Al-
Hamd),
54. I.V Cannula
with/without
Injection Port with
Integrated Closing
Cone Sterile Pack
24G
Medical
Device
(BD), (Bbraun), (Medico), (China), (Al-
Hamd),
55. Three way stopper
with Tubing
Medical
Device
(China),
56. Absorbant cotton
wool
Medical
Device
500gm (Kareem Industries), Cotton Craft
(Kohinoor), Sugitex (Cresent),
57. Adhesive plaster Medical
Device
1, 2 inch (BSN), (China),
58. Surgical Caps Medical
Device
59. Examination
Gloves Latex
(S.M.L)
Medical
Device
(Malaysia),
60. Nitto Tape Medical
Device
1", 2" (Japan), (Al-Hamd), (China),
61. Fixomal roll Medical
Device
(BSN), (China),
62. Polythene gloves Medical
Device
63. Surgical gloves Medical
Device
6.5, 7,
7.5
(Maxitex), (Ansel), (Master), (China),
64. Surgical gauze Medical
Device
30 x 1
meter
(Kareem Industries), Cotton Craft
(Kohinoor), Sugitex (Cresent),
78/96
65. Face Mask Surgical Medical
Device
66. Sterilized gauze
dressing / rayband
gauze
Medical
Device
(Kareem Industries), Cotton Craft
(Kohinoor), Sugitex (Cresent),
67. Eye pads Medical
Device
(Kareem Industries), Cotton Craft
(Kohinoor), Sugitex (Cresent),
68. Alcohol swabs Medical
Device
69. Gown disposables Medical
Device
70. Delivery kits Medical
Device
71. Insulin Disposable
Syringe
Medical
Device
1 ml Nisa, BBraun, Sya Impex, Shifa
79/96
Nil
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Sodium Amidotrizoate Injection
2. Barium Sulphate Aquous
suspension
3. Iohexol Injection
4. Sodium Diatriazoate
meglumine
Injection
5. Sodium
Amidotriazoate
Meglumine
Injection
6. Gadopentetic Acid
Dimeglumine
Injection
80/96
Anti-Diabetic Drugs
Sr. No. Gerenic
Name Dosage Form Strength Brands
1. Insulin R Injection 100 IU/ml [Human
Regular
Insulin:100IU/ml]
2. Insulin NPH Injection 100 IU/ml
[Human
Insulin:100IU/ml,
Isophane
insulin:0
3. Insulin 70/30 Injection 100 IU/ml
[Human Regular
Insulin:30%,
Isophane
insulin:70%]
4. Metformin Tablet 500 mg, 750
mg, 850 mg,
1000mg
Glucophage (Merck), Neophage (Abbott),
Meteor (Asian), Neodipar (Aventis),
Xormet (Highnoon)
5. Glimepiride Tablet 1 mg, 2 mg, 3
mg, 4 mg
Diabold (Barrett), Diatrol (martin),
Econid (Abbott), Getryl (Getz), Glioptin
(Merck), Glio (Macter), Gliride (Pfizer)
Amaryl (Sanofi)
6. Glibenclamide
5mg
Tablet 2.5 mg, 5 mg, 50
mg,
Daonil (Aventis), Glucoban (Mega),
Euglucin (Martindow), Glicon (Efroze)
7. Sitagliptin Tablet 25 mg, 50 mg,
100 mg
S-Gliptin (Barret), Sita (CCL), Gliptin
(Himont), Trivia (Getz), Silo (Macter),
Tagip (highnoon)
8. Empagliflozin Tablet 10mg Empa (CCL)
81/96
Anti-emetic Agents
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. Metoclopramide Injection 5 mg/ml Metaclon (Indus), Clopan (Siza), Metomide
(CCL), Maxolon (GSK), Clopramid (Bajwa),
Clotide (Surge), Mediclop (Global), Metoclop
(Munawar)
2. Metoclopramide Tablet 10 mg Metaclon (Indus), Clopan (Siza), Metomide
(CCL), Maxolon (GSK), Clopramid (Bajwa),
Clotide (Surge), Mediclop (Global), Metoclop
(Munawar)
3. Metoclopramide Syrup 5 mg/5ml Metaclon (Indus), Clopan (Siza), Metomide
(CCL), Maxolon (GSK), Clopramid (Bajwa),
Clotide (Surge), Mediclop (Global), Metoclop
(Munawar)
4. Dimenhydrinate Injection 50 mg/ml Dinate (Ameer), Dvom (Siza), Menhydrin
(Bajwa), Ravinate (Murfy), Diomine (Venus),
Mavinate (Wimits), Gravinate (Searle),
5. Dimenhydrinate Tablet 50 mg Dinate (Ameer), Dvom (Siza), Menhydrin
(Bajwa), Ravinate (Murfy), Diomine (Venus),
Mavinate (Wimits), Gravinate (Searle),
6. Dimenhydrinate Syrup 12.5
mg/4ml,
12.5 mg/5ml
Dinate (Ameer), Dvom (Siza), Menhydrin
(Bajwa), Ravinate (Murfy), Diomine (Venus),
Mavinate (Wimits), Gravinate (Searle),
7. Ondansetrone Injection 2mg/ml Onset (Pharmedic), Dysit (Wimits), Densoaid
(Medisure), Danset (CCL),
8. Ondansetrone Tablet 4 mg, 8 mg Onset (Pharmedic), Dysit (Wimits), Densoaid
(Medisure), Danset (CCL),
9. Pyridoxine +
Doxylamine
succinate
Tablet 10mg / 10 mg Envepe (RG Pharmaceuticals)
82/96
Ant-Acids
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Aluminium
hydroxide,
magnesium
hyroxide,
simethicone
Syrup Mucaine (Wyeth), Gaviscon (Reckitt), Dijex
MP (Abbott), Filmacid (Searle), Mylanta
(Johnson & Johnson), Dimeco (Macter),
2. Omeprazole Injection 40 mg Risek (Getz), Omega (Ferozsons), Teph
(Sami), Loprot (Nabi Qasim), Vify (SJ&G
Fazul Elahi), Losec (Barrett) Delka
(Woodwards)
3. Omeprazole Capsule 40 mg Risek (Getz), Omega (Ferozsons), Teph
(Sami), Omesec (Brookes), Etipro (ICI),
Anzo (Searle), Efome (Efroze), Sante
(Macter) Omesec (Brookes) Losec (Barrett)
Loprot (Nabiqasim) Delka (Woodwards)
4. Famotidine Tablet/Capsule 20mg Amotide (Genix), Famot (Shaigan), Famron
(PDH),
5. Misoprostol Tablet 25 mcg, 50
mcg, 100
mcg, 200 mcg
Cytotol (Saffron), Miso (Global), Cytopan
(Getz), Breeky (Sami),
Anti-Spasmodic Agents
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. Drotaverine Injection 40 mg, 40
mg/2ml,
Nospa (Sanofi), Relispa (Searle), Drotamit
(Wimits), Drospa (Fynk), Dytra (Tabros),
2. Drotaverine Tablet 40 mg, 80
mg
Nospa (Sanofi), Relispa (Searle), Drotamit
(Wimits), Drospa (Fynk), Dytra (Tabros),
3. Hyoscine
Butylbromide
Tablet 10 mg Buscopan (Merck), Spasler-P (AGP), Hyoscine
(Semos),
4. Phloroglucinol
+ trimethyl
phloroglucinol
Tablet 40 mg, 80
mg
Anafortan Plus (AGP), Spadix (Tabros), Spasrid
(Barrett),
83/96
Laxatives
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. lactulose Syrup 3.35 g/5ml Duphalac (Abbott), Lilac (Getz), Laevolac
(Hilton), BLact (Brookes), Tavalose
(High-Q),
2. Sennosides Tablet 7.5mg Senokot (Reckitt),
3. Sodium Phosphate Enema
(Adult /
Peads)
Kleen Enema (NabiQasim), Radi Enema
(LISKO), Prime Enema (Prime labs),
Instant Enema (KRKA-PAK), Rapid
Enema (PolyfineChempharma),
4. Glycerine Suppositories Adult /
Peads
Glycerine Suppository (Micko), Pedia lax
(Fleet),
Anti-Diarrheal Agents
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Loperamide Tablet/Capsule 2mg Imodium (JANSSEN-CILAG), Lopamide
(Medicaids), Diastop (Searle), Emod (Eferoze
Chemicals), Folramex (Zafa Pharmaceuticals),
Lopemid (FYNK), Direrid (Evergreen
Pharmaceuticals),
2. Bismith Sub-
Salicylate
Suspension 88mg/5ml Bismol (Macter), Akso D (Akson), Diamac (Mac
and Rans),
Drugs for Esophageal Variceal Bleeding
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Octreotide Injection 0.1 mg/ml,
0.05 mg/ml
Asterotide (Hoffman Health), Sandostatin
(Novartis), Hatide (Hygeia), Jintrotide
(Accurate medical suppliers),
2. Terlipressin Injection 1mg Novapressin (Fereozesons), Europress
(Rotex), Glypressin (Atco), Teli (Wilson),
Terlip (Getz),
84/96
Drugs for Ulcerative Colitis
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Sulfasalazine Tablet 500mg Salazine (Wilson), Salazodine (Ferozsons),
Salazopyrine (Pfizer), Sulfasal (Shaigan),
Sulfine (Goodmann),
2. Beclomethasone Tablet 5mg Clipper (Chiesi)
3. Mebeverine Tablet/Capsule 135mg, 200mg Colofac (Highnoon), Colonil (Genome),
Mebever MR (Getz), Mebra (Xenon),
Spasmoz (Cirin), Despas (S.J and G Fazul
Elahi), Colorest (Wislon),
Drugs for Choliolithiasis
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Ursodeoxycholic acid Tablet/Capsule 250mg,
500mg
Triptor (Consolidated chemicals), Urso
(AGP), Ursogal (Sharooq), Ursox
(Genome),
Immunological Products Vaccines & Seras
Sr.
No. Gerenic Name
Dosage
Form Strength Brands
1. BCG vaccine Injection BCG Vaccine (Hakismsons), BCG Vaccine (Sind
medical Stores), BCG Vaccine (IBL Health care),
Oncotice (Obs Pharma),
2. DTP Vaccine Injection Boostrix (GSK),
3. Polio Vaccine
(OPV trivalent)
Oral Polio vaccine (Novartis), Infanrix (GSK),
Pentaxim (Sind medical stores), Opvero
(Sanofi-Aventis), Tetracoq (Sind Medical
Store),
4. Hepatitis Vaccine Injection Havrix (GSK), Mevac-A (Hilton), Hepuman
(Hakismsons), Hepatect (Nabiqasim), Hepatitis B
Vaccine (Hoffmann), Heprovac B (Highnoon),
Epaxal (Hakismsons),
5. Measles Vaccine Injection MMR (Amson), Morbilvax (Amson), Morupar
(Amson), Priorix (GSK), Rouvax (Sind Medical
Store),
6. Tetanus toxoid Injection Tetanus toxoid vaccine (HSS), Tetatox
(Hakimsons), Quinvaxem (Novartis),
85/96
7. Pentavalent Vaccine Injection Quinvaxem (Novartis), Easyfive (Panacea Biotec),
8. Pneumococcal
Vaccine
Injection Pneumo-23 (Sind medical), Prevenar (Pfizer),
Synflorix (GSK),
9. Meningeococcal
Vaccine
Injection Mencevax (GSK), Meningococcal (Sindh Medical
Stre), Menpovax (Amson),
10. Anti-rabies Vaccine
(PVRV)
Injection Abhayrab (Cirin), Indir-AB (HSS), Rabiling (Hi-
Warble),
11. Anti-D
immunoglobulins
(Human)
Injection Rhogam (Hakismsons), Rhophylac (Hakismsons),
Winrho-SDF (Eastern trade and distribution),
12. Dephtheria Antitoxin Injection Dephtheria Antitoxin (Hakismsons), Diphuman
(Hakismsons),
13. Tetanus
immunoglobulins
Injection A.T.S (Hakimsons), Hypertet (Popular
international), Tetanea (Sanofi-Aventis), Tetuman
(Hakimsons), Pentant-HIB (Sind medical store),
14. Rabies
Immunoglobulins
Injection Berirab-P (IBL Health care), Favirab (Sind medical
Stores), Rbies vaccine (National agencies),
Rabuman (Hakimsons),
15. Covid 19 Vaccine Injection Sinopharm (China National Pharmaceutical group),
Sinovac (China National Pharmaceutical group),
BioN Tech,Pfizer vaccine (Pfizer), Oxford-
Astrazeneca (US company Medimmune), Moderna
(American company Moderna), Pak-Vac (NIH),
CanSino (China National Pharmaceutical group),
Toxoids
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. Anti-Snake Venom Injection Anti-Snake venom serum (Amson), Anti- Snake
venom serum (NIH),
2. Tetanus toxoid Injection ATS (Pliva), Anatetal (Amson), Imatet (Amson),
Infanrix (GSK), Vax-TET (Gene), Tetavax (Sind),
Hiberix (GSK),
86/96
Drugs for Rheumatic Disorders
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. Methotrexate Tablet 2.5mg Cytotrexate (Lahoe chemical), Dmard
(Wilshire), Methotrexate (Atco), MTX
(Highnoon), Unitrexate (Al-Habib),
Emthexate (Turner Grahams),
2. Leflunomide Tablet 10mg Cara (SJ &G Fazul Elahi), Ariva (Bosch),
Adirs (Wilshire), Dimara (Barrettt), Flonid
(Genome), Lefanor (Macter), Ravaget
(Getz), Zefora (Global)
3. Hydroxychloroquine Tablet 200mg, 400mg HCQ-200 (Getz), Hyquine (English),
Kymyk (Wilshire), Plaquin (Macter),
Qinmax (Shrooq),
Drugs for Osteoarthritis
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Glucosamine
Chondritin
Sulphate
Tablet/Capsule Flexeza (Biogenics), Artilage (SJ &Gf Fazul
Elahi), GC-Plus (Wilshire), Gencart
(Barrettt), Orthomin (Global), Randrin
(Amson),
Anti-Gout Agents
Sr.
No. Gerenic Name
Dosage
Form Strength Brands
1. Allopurinol Tablet 100 mg, 300
mg
Zyloric (GSK), Zynol (Pharmedic), Allopure
(Zeb Labs), Agout (Mega),
2. Febuxostat Tablet 40mg, 80mg Gouric (Pharmevo), Zurig (Getz), Ulora
(Helix), Feboric (Efroze Chemicals),
Adenuric (SJ&G Fazul Elahi), Degouric
(Atco),
Drugs for Muscle Spasm
Sr. No. Gerenic
Name
Dosage
Form Strength Brands
1. Tizanidine Tablet 1mg, 2mg Movax (Sami), Agile (Wilshire), Colril (Searle),
Kadin (FYNK), Lintiz (Bosch), MR-X (Jawa),
Muslex (Danas), Relaxit (Glitz)
87/96
Drugs for Osteoporosis
Sr. No. Gerenic
Name Dosage Form Strength Brands
1. Alfacalcidol Tablet/Capsule 0.25mcg, 1mcg A-Bone (Evergreen), Adela (Getz), Alcal
(Highnoon), Alfa-D (Platinum), Bio D3 (Bio
Labs), Bon-One (Martin Dow), X-Bone
(Wilshire), Recalbon (Sami)
2. Alendronate
Sodium
Tablet 10mg Bonfit (Searle), Osto (Nabi Qaim), Reventa
(Getz), Osteopor (Werrick), Fosamax (Merck),
Drate (SJ&G Fazul Elahi), Bonpart (Barrett),
Alonate-D (Neo Medix)
Anxiolytic Agents
Sr.
No.
Gerenic
Name
Dosage
Form Strength Brands
1. Diazepam Injection 5mg/ml Valium (MartinDow), Diazepam (SJ&G),
Somnite (PDH), Diazilive (Liven), Neopam
(Ferozsons), Dalium (Pliva), Relax (Wislhire),
Benzopine (Danas)
2. Alprazolam Tablet 0.25 mg,0.5
mg, 1 mg, 2
mg
Alp (Hilton), Aloram (Global), Azolam (Merck),
Prolam (Glitz), Xanax (Pfizer), Zenith
(Ferzoesons), Valozam (Valor), Praz (Getz)
3. Buspirone Tablet 5mg, 10mg Buspar (GSK), Anziron (Star), Busron (SJ&G
Fazul Elahi), Novatil (Xenon), Nanzo (Wislhire),
88/96
Anti-Epileptic Drugs
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Carbamazepine Tablet 200 mg, 400
mg
Tegral (Novartis), Teril (Merck), Xepil
(Shaigan), Carbanil (Dosaco), Barbasan
(Searle), Episol (Star), Leptic
(Biolab),
2. Carbamazepine Syrup/Suspension 100 mg/5ml Tegral (Novartis), Seizunil (Platinum),
Mazetol (Cibex), Epilepsin (Macter),
Epicar (Adamjee), Carzep (Glitz),
3. Phenytoin Injection 250 mg, 30
mg/ml
Epigran (Atco), Fentin (Geofmann),
4. Phenytoin Tablet/Capsule 100 mg Dilantin (Pfizer), Epinat (Siza
International), Di-Hydin (French),
Phenton-S (Swiss), Shalentin (Shifa),
Epiton (Adamjee), Epilantin
(Pharmedic),
5. Phenytoin Syrup/Suspension 30 mg/5ml Dilantin (Pfizer), Epilantin
(Pharmedic), Epinat (Siz International),
Epitoin (Adamjee),
6. Phenobarbitone Injection 100mg/ml,
200mg/ml
Phenobarb (Atco), Phenobarbitone
(Euro), Phenomed (Medicraft),
Phenola (Star),
7. Phenobarbitone Tablet/Capsule 30 mg Asthyline (Euros), Phenobarbitone
(Amson), Phenodan (Danas),
Phenomed (Medicraft), Phenotab
(Wislhire), Debritone (Xenon),
Bellabitone (Lisko),
8. Phenobarbitone Elixir 20mg/5ml Phenomed (Medicraft), Phenotone
(Rasco), Phenosun (Husin), Fenton
(Harmann), Debritone (Xenon),
Butone (Shaheen),
9. Sodium Valproate Injection 100mg/ml Epival (Abbott),
10. Sodium Valproate Tablet 250 mg, 500mg Epimed (Mediate), Dapakan
(Platinum), Divarex (Medera), Epilim
(Sanofi), Epirate (Wilsons), Vazipro
(Glitz), Epival (Abbott),
11. Sodium Syrup 250 mg/5ml Dapakan (Platinum), Dipodium
89/96
Valproate (Amarant), Eplium (Sanofi), Epirate
(Wilsons), Epival (Abott), Vazipro
(Glitz),
12. Lamotrigine Tablet 25mg, 50mg Lamictal (GSK), Lamnet (Searle), Lojin
(Hilton), Lamonil (Platinum), Zitrigine
(Mass), Lamogine (Maark), Lagintal
(Adamjee),
90/96
Drugs for treatment of Mood Disorders
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Amitriptyline (HCl) Tablet 25 mg Amitin (Glitz), Amotrip (Pharmedic),
Amyline (Siza), Triptyline (Caraway),
Tryptanol (Merck Sharp and Dhome of
Pak), Ready (Xenon),
2. Chlorpromazine Tablet 10 mg, 25
mg, 50
mg, 100
mg, 150
mg, 500 mg
Chlorpremazine (Star), Sartan (Platinum),
Procalm (Siza), Pregesic (Cirin), Largactil
(Sanofi), Secdel (Delts),
3. Olanzapine Tablet/Capsule 5 mg, 10
mg, 7.5 mg
O-Zip (Glitz), Olanzia (Werrick), Olanzin
(Rasco), Zapin (Glitz), Supzine (Maple), Ozip
(Global), Pinaz (BioLab), Olanzicott
(Scottmann)
4. Fluoxetine Tablet 10 mg, 20
mg, 40 mg
Advance Scottmann (Besquil Rotex),
Cyconil (Global), Depex (Merck), Depricap
(Nabiqasim), Fexatin (Rasco), Fextim
(Geofmann), Floxetin (Wilsons), Hapilux
(Novartis)
5. Haloperidol Tablet 5 mg, 10
mg, 1.5
mg, 0.25
mg
Sera (Glitz), Seredol (Reko), Medinac
(Mediceena), Haldol (Tagma), Dosik
(Adamjee), Phrenia (Pharmedic), Serenace
(Searle)
6. Haloperidol Injection 5mg/ml Caradol (Caraway), Gendol (Genetics),
Halodol (Pharmedic), Seredol (Reko),
Serenace (Searle), Phrenia (Pharmedic),
7. Risperidone Tablet 1mg, 2mg Persch (Barrett), Pysper (Merck), Buzon
(Nabiqasim), Benzisox (Highnoon), Mozart
(Scottmann), Peridal (Global), Raze (Glitz),
Regard (Xenon)
8. Risperidone Soln/Suspension 1mg/ml Persch (Barrett), Buzon (Nabiqasim),
Regard (Xenon), Rasp (Adamjee),
9. Escitalopram Tablet 10mg, 5 mg Atcopram (Atco), Questa (Bosch), Citanew
(Hilton), Danopram (Danas), E- Cital (Bio
Labs), E-Dynapram (Indus), Elcit (Macter),
Esglit (Glitz)
91/96
Drugs for treatment of Parkinson Disease
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Procyclidine Tablet 5mg Cyclidine (Pharmedic), Kemadrin (GSK), Kempro
(Adamjee), Procyte (Glitz), Prosyclidine
(Werrick),
2. Levodopa + carbidopa Tablet Sinemet (OBS), Aptidopa (Aptcure), Neudopa
(Platinum),
Drugs for Dementia
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. Memantine HCl Tablet 5mg, 10mg Stir-Up (Nabiqasim), Dmantin (Genome),
Cara-Tine (Caraway), Afdol (AGP), Alzirid
(Global), Zexa (Mass),
Drugs for Neuropathic Pains
Sr.
No.
Gerenic
Name Dosage Form Strength Brands
1. Gabapentin Tablet/Capsule 100mg, 300mg Abapen (Bosch), Biogaba (Biolabs), Duogab
(Searle), Xegaba (Xenon), Winurina (Wislhire),
Neurontin (Pfizer), Neupentin (Highnoon),
Neogab (Hilton)
Drugs for Migraine
Sr.
No.
Gerenic
Name
Dosage
Form Strength Brands
1. Sumatriptan Injection Imigran (GSK),
2. Sumatriptan Tablet 25mg,
50mg
Sumapan (Wilshire), Sumatec (Platinum), Sumig
(Hilton), Sumtan (Shrooq), Suminap (SJ&G Fazul
Elahi), nNimigran (Platinum), Sumoxen (Atco),
Local Anti-Allergic agents
Sr.
No. Gerenic Name
Dosage
Form Strength Brands
1. Dexamethasone Eye drops 0.1 %w/v Binadex (Barrett), Dexamex (Bosch),
Dexoptic (Sante), Methasone (Shifa),
Ocudex (Ethical),
2. Betamethasone Eye Drops 0.1% w/w Betenesol (GSK), Betatec (Innvotek), Orbitan
(Zafa)`
3. Sodium
Chromoglycate
Eye drops 2 %w/v, 4
%w/v
Cromozil (Sante), Eyecrom (Atco), Cromil
(Kobec), Segate (Helix), Vegacrom (Vega),
Histalyn (Remington),
92/96
Local Anti-Infective Agents
Sr. No. Gerenic Name Dosage
Form Strength Brands
1. Gentamycin Eye drops 0.3 %w/v G-Mycin (Mass), Genteal (Novartis),
Genicol (Reko), Vegenta (Vega),
Gentabact (Nabiqasim), Gentamicin
(Lahore Chemical), Medigentacin
(Medipak), Otogen (Remington)
2. Ciprofloxacin Eye drops 0.3 %w/v Ciloxan (Novartis), Ciprobact
(Mediceena), Ciprofena (Medipak),
Hipro (Helix), Quiniflox (Bosch), Zecip
(Valor), Prolox (Atco), Pirocap
(Nimrall)
3. Sulphacetamide Eye drops 10 %w/v, 20 %w/v,
30 %w/v
Cemid (Vega), Cenamide (Harmann),
Eycid (Orient), Keracid (Jaens), Optacid
(Remington),
4. Chloramphenicol Eye drops 1 %w/v, 0.5 %w/v Vegachlor (Vega), Spersanicol
(Novartis), Manophenicol (Macquins),
Chloramphenicol (Shifa), Chloroptic
(Barrett), Econochlor (AGP), Fenoptic
(Helix), Mediclor plus (Medipak)
5. Polymyxin B
(Sulphate) +
bacitracin
Eye Ointment Bacitracin:500IU/g,
Polymyxin B
(Sulphate):10000IU/g
Polyfax (GSK), Polymyx (Valor),
Polyvee (Venus), Polyzaf (Zafa),
Xyloaid (Barrett), Polyaid (Trigon),
Biofax (Geofmann),
6. Tobramycin +
Dexamethasone
Eye drops Tobramycin: 0.3%w/v,
Dexamethasone: 0.1%w/v
Eyebradex (Barrett), Cindex (Ethical),
Mebradex (Medipak), Mydex
(Shaigan), Obradex (Vega), Tobcydex
(Valor),
7. Moxifloxacin Eye drops Eyemox (Vega), Fotiflox (Helix),
Megamox (Sante), Mionex
(Shaigan), Moxbay (Jaens),
Moxigan (Barrett), Oxcin (Atco),
Local Anti-viral Agents
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Acyclovir Eye Ointment 3% w/w Cycloz (Highnoon), Zovirax (GSK),
Virolite (Pearl and Pearl), Viracyl (Vega),
Acylex (Ferozesons), Acywel (Zeb), Lovir
(Remington),
93/96
Local Anti-fungal Agents
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Miconazole nitrate Eye Ointment 2% , 3gm Monitin (Remington)
Lubricants
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Hydroxypropyl
Methyl Cellulose
Eye drops Celoftal (Novartis), Ocugel (Farmigea),
Visogel (Sante), Softeal (Sante), Hicel
(Remington), Lacrisfi (Neo Medix),
Mydriatics
Sr. No. Gerenic
Name Dosage Form Strength Brands
1. Tropicamide Eye drops 1 %w/v Mydolate (Ethical), Mydriacil (Novartis),
Mydromide (Remington), Tropic (Sante),
Tropicafin (Medipak), Mydropic (Innvotek),
Miotics
Sr. No. Gerenic
Name Dosage Form Strength Brands
1. Pilocarpine Eye drops 2 %w/v, 4
%w/v
Medicarpine (Medipak), Optacarpine
(Remington), Orbacarpine (Zafa), Pilocar
(Ethical), Spersacarpine (Novartis),
Drugs for Glaucoma
Sr. No. Gerenic
Name Dosage Form Strength Brands
1. Timolol Eye drops 0.5 %w/v,
0.25 %w/v
Betalol (Sante), Nyolol (Novartis), Optipress
(Ethical), Timorex (Vega), Timoptol (OBS),
Ocotimol (Ocu Care), Blotim (Remington),
2. Acetazolamide Tablet 250mg Acemox (Vega), AZM (Ethical), Evamox (Don
Valley), Setacar (Remington),
Medical Devices in Ophthalmology
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Intra Ocular Lense Medical Device Air Optix (Novartis), Acuvue (Johnsons and
Johnsons), Air Optix (Alcon),
94/96
Contraceptives
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Condoms Medical Device Durex (Reckitt), Dzire (CRS), Black
Cobra (Plywood),
2. Ethynylestradiol +
norethisterone
Pill Amnoril (Medicraft), Geogynon
(Geofmann), Gyneric (Zephyr), Gynorit
(Lahore Chemicals), Hydrate- N
(Hygeia),
3. Levonorgastril Pill Mirena (Bayer), Emkist-DS (Zafa), Medkit
(Mediate), ECP (Social Marketing),
Emergency pills (Hansel), Postinor
(Medimpex),
4. Copper T / Multiload IUCD Mirena (Bayer),
5. DMPA
(Medroxyprogesterone
acetate)
Injection Medrosterona (Seignior), Familia
(Zafa), Megesterone (Social
Marketing), Depo Provera Saheli
(Pfizer), Medroxy Depo (Global),
6. Norethisterone enantate Injection Norigest (Bayer), Norifam (Zafa),
7. Estradiol cypionate +
medroxyprogesterone acetate
Injection
8. Levonorgastrel
realeasing implant
Subdermal
implant
Jadelle (Bayer), Sino Implant (Shanghai),
Implanon (Merck/MSD),
9. Combined Oral
Contraceptive Pill (21 Tabs
norgestril and ethinyl
estradiol
estradiol and 7 Tabs
ferrous fummerate
tablets)
PO pills Lo-Ovral (Pfizer), Ovral G (Pfizer),
Progyluton (Bayer),
10. DMPA
(medroxyprogesterone
acetate) 150mg/ml
Injection Depo Provera Saheli (Pfizer), Familia
(Zafa), Medroxydepo (Global),
Megestrone (Social marketing),
95/96
Drugs of Gynaecology
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Oxytocin Injection 5 IU/ml, 10
IU/ml
Syntocinon (Novartis), Syntomax (Indus),
Tocinox (Geofman), Oxytocin (SJ&G),
Oxytocin (Amros),
2. Dinoprostone Vaginal Tablet 3mg Glandin E2 (Nabiqasim), Vprestone 2
(Hansel), Gynaid (Wilsons), Preglan E2
(Platinum), Prostin E2 (Pfizer), Dinoprose
E2 (Himont),
3. Progestrone Pessaries 200mg
400mg
Cyclogest (Excel)
4. Bromocriptine Tablet 2.5mg,
10mg
Brolib (Libra), Bromicon (Helicon),
Bromocriptine (Medimpex), Bromotin
(Caraway), Brotin (Shaigan), Parlodel
(Novartis),
Urinary Retention Disorders
Sr.
No. Gerenic Name Dosage Form Strength Brands
1. Oxybutynin Tablet 3mg, 5mg Cystrin (A.J and Company), Oxitrin (Dr.Raza
pharma), Oxityn (Rakaposhi), Oxynin (Venus),
Taivor (Raazee therapeutics), Butyn (Figs
pharma),
2. Doxazocin Tablet 2mg, 4mg Dozax (Wilshire), Oxiz (Noa Hemis),
Uripas (Searle), Cardura (Pfizer), Doxagit
(Glitz), Caydor (Caylex),
Urinary Alklanizers
Sr. No. Gerenic Name Dosage Form Strength Brands
1. Sodium Acid
Citrate
Solution Citralka (Pfizer), Acitra (Rock), Hedralka
(Heal), Pexocitral (Karachi),
96/96
Drugs for Nephrologic Disorders Dialysis Items/Drugs
Drugs for Nephrologic Disorders Anti-Hypocalcemic Agents
Sr. No. Gerenic Name
Dosage Form Strength Brands
1
.
Calcitriol Capsule/Softgel 0.25mcg,
0.5mcg
Rocaltrol (Roche), Rocaltrol (Martin Dow),
Calibin (RG Pharma), Caltriol (21st Century),
Calciol (Neutro), Oslia (High-Q),
Sr. No. Gerenic
Name Dosage Form Strength Brands
1. Hollow fiber
dializer
Medical Device Polyethersulfone hollow fiber dialyzer (Renacon),
Hollow fiber Dialyzer (Fresinus), Synthetic Hollow
fiber Dialyzer (Eliso 13-m) (Nipro),
2. Dialysis solution Solution 5.56g|L CAPD (RG Pharma), Peritoneal Dialysis Soln
(Medipak), Renacarb (Renacon Pharma)