bidding documents

96
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

Upload: khangminh22

Post on 05-May-2023

2 views

Category:

Documents


0 download

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)