Upload
buianh
View
215
Download
0
Embed Size (px)
Citation preview
Amended Dates regarding Submission/Opening of Tender
Tender
1. Steam Cleaning
2. Equipment/material/medicine/lab consumables/reagants tender
The above tenders have been published in leading newspapers. The
response to all the queries raised in Pre-bid meeting held on dated 11.01.12 for
Tender (Sr. No.1) and 12.01.2012 for (Sr. No.2) respectively have already been
placed on the website (pbnrhm.org).
The following dates have been extended for the tenders.
Steam Cleaning tender 1. Last date of submission 31.01.2012
upto 05.00PM
2. Time and date for opening of bids
06.02.2012 at 01.00PM
Equipment/material/medicine/lab
consumables/reagants tender
1. Last date of submission 31.01.2012
upto 05.00PM
2. Time and date for opening of bids
remains the same.
Other terms and conditions remain the same. Bidders are requested to
kindly check the website for any updations in future.
Sd/-
Director Health & Family Welfare
1
A Pre-Bid Meeting was held on 12.1.2012 In The Committee Room Of O/O Mission
Director (NRHM) Punjab, Sector 38-B, Chandigarh For The Tender Of Various Type Of
Equipments/Material /Medicine/Lab Consumables/Reagants etc in which following
clarifications had been made by the department :
1. The turn over of the company should be 1 crore for the last three years in case of
Material/Equipments/Lab Consumables/Reagants/Larvicieds and the minimum
turn over of the company should be 4 crore in each of the last three years, in case
of Medicines only.
2. The fees of the tender document would be Group-wise mentioned as follows :
• Medicines Group
• Lab Consumables/Regants Group
• Larvicides Group
• Equipments Group
• Material Group
3. The 90% payment of the successful bidders (in case of medicines) should be
released only after the receipt of satisfactory test reports from the Government
labs in the Northern Regioni.e in the States of Haryana, Punjab, Himachal
Pradesh, Rajasthan, Chandigarh (UT) etc and balance 10% payment will be
released only after the satisfactory reports from the concerned consignees.
4. FOR destination should be anywhere in the State of Punjab.
5. In case of the Larvicides (Temephos and Pyrethrum), the supply of the company
will be received along with the test report from Central Insecticide Laboratories
Faridabad along with the copy of the ISI license of the firm and the payment
should be released accordingly.
6. In case of Material, the bidders should attach the copy of Drug License (whereas
applicable).
7. In case of Material, the payment of the successful bidders should only be
released after the satisfactory test reports from the Government labs in the
Northern Region i.e in the States of Haryana, Punjab, Himachal Pradesh,
Rajasthan, Chandigarh (UT) etc and balance 10% payment should be released
only after the receipt of satisfactory reports from the concerned consignees.
8. Item no. 2, 6 and 22 in the Material Group i.e Bandage, it should be of schedule
F2.
9. Item No. 29 in the Material Group should be read as “Mersilk No. 2 on 45 mm,
needle 3/8 circle reverse cutting 76 cms”.
10. Item No. 30 in the Material Group should be read as “Mersilk No. 1-0 on 45 mm,
needle 3/8 circle reverse cutting 76 cms”.
2
11. Item No. 32 in the Material Group should be read as “Chromic Catgut No. 1-0 on
30 mm, ½ circle heavy round body needle 76 cms”.
12. Item No. 33 in the Material Group should be read as “Chromic Catgut No. 1 on 40
mm, ½ circle heavy round body needle 76 cms”.
13. Item No. 34 in the Material Group should be read as “Chromic Catgut No. 2-0 on
30 mm, ½ circle heavy round body needle 76 cms”.
14. Item No. 35 in the Material Group should be read as “Chromic Catgut No. 2 on ½
circle heavy round body needle 76 cms”.
15. Item No. 36 in the Material Group should be read as “Polyglactin 910 (violet)
braided coated, 140 cms ½ circle round bodied 40 mm heavy needle with
antibacterial coated triclosan (Vicryl No. 1)”.
16. Item No. 5 in the Equipment Group i.e. Glucose Packet should be read as
“Glucose Plain”.
17. Earnest Money Deposit should be in the form of Demand Draft only.
18. The Performance Security should be 5% (instead of 10%) of the total amount of
the supply order. Other conditions should remain the same.
19. One Pack of Sanitary Napkins should contain 8 pieces.
20. The Warranty Period of the Equipments should be as per specifications attached
with the tender document wherever the warranty period is not mentioned, the
list is attached.
21. The required turn over specified in the tender document should be of the bidder.
22. The clause no. i) of 1 of section ii : Procedure for submission of bids is applicable
for principal manufacturer only. It is further clarified that it should be the
personal responsibility of the bidder to submit the concerned certificate with the
technical tender after obtaining it from the Principal Manufacturer.
23. The amended specifications of Walking Sticks is uploaded on the website.
24. One Pack of Glucose Strips should contain 50 strips.
25. Item No. 8 in the Equipments Group (Zipper Bag) should be Transparent and of
Plastic Material.
26. If Government of India or State Government approves any source like DGS&D or
other rate contract, then the State Health Society Punjab is free to purchase any
item directly from that source and State Health Society Punjab reserves the right
to withdraw any item from tender at any stage.
--sd--
Director Health & Family Welfare Punjab
3
Specifications of Walking Sticks
Length 35” approximately
Thickness 3.2” approximately
With smooth handle and rubber cover at other end
--sd--
(Dr. Deepak Bhatia)
Program Officer (IDSP)
4
List of Equipments along with Warranty Period and CMC etc
S.No Name of the
Equipment to be
procured
Warranty Period
(in years)
Comprehensive
Maintenance Contract
(in years)
1 Water Bath 1 5
2 Electronic Weighing
Machine
1 5
3 ECG machine
ordinary
2 5
4 12 channel stress
ECG test equipments
trend Mill
2 5
5 Cardio Monitor 2 5
6 Walking Sticks 2 5
7 Calipers 2 5
8 Infrared Lamp 2 5
9 Pulley 2 5
10 Walker (ordinary) 2 5
11 Nebulizer 2 5
12 Exercise bicycle 2 5
13 Gait Training
Apparatus
2 5
14 Multi Channel
Monitor
2 5
15 Non invasive
ventilator
2 5
16 Ultrasound therapy 2 5
17 Pelvic traction
(intermittent)
2 5
18 Tran Electric Nerve
Stimiltors (TENS)
2 5
19 Adjustable Walker 2
5
5
20 P.H. Meter 2
5
21 Mixer 2
5
22 Normal Incubator 2
5
23 Table Top Centrifuge 2 5
--sd-- --sd--
(Dr. Balbir Singh) (Dr. Deepak Bhatia)
Program Officer (RNTCP) Program Officer (IDSP)
O/o DHS Pb O/o DHS Pb
1
State Health Society, Punjab
National Rural Health Mission
(PUNJAB GOVT. UNDERTAKING)
MISSION DIRECTOR , NRHM PUNJAB
PRAYAAS BHAWAN SEC-38B, CHANDIGARH
Tel.No. 0172-4012013
TENDER FOR SUPPLY OF VARIOUS TYPE OF
MEDICINES/LARVACIDES/ LAB REAGENTS UNDER NRHM
2
TENDER DOCUMENT SALE PARTICULARS
Issued to: _________________________________________________________on ________________
Against Cash/Receipt no./DD No. ____________ Dated: __________ Amounting to Rs. ___________
Issued by post / by hand. Request Particulars: Letter No.______________dated__________________
Procurement Branch Signature: ____________________________________
3
OFFICE OF MISSION DIRECTOR, NATIONAL RURAL HEALTH MISSION, PUNJAB
PRAYAAS BHAWAN, SEC. 38 B CHANDIGARH, Tel.No. 0172-4012013
Bid Ref. No. – NRHM-SPO(1)-Pb-2011/025211 dated 22.12.2011
: 23.12.2011 Date of commencement of Sale of
Bidding documents
Last date for Sale of Bidding Documents
Pre Bid Conference
:
:
24.1.2012
12.1.2012 at 11 AM
Committee Room, NRHM, 5th Floor,
Paryaas Bhawan, Sec-38 B, Chandigarh
Last date & time for receipt of Bids : 24.1.2012 upto 5 PM
Time & date of opening of Bids : 1.2.2012 at 10 AM Equipments and on
1.2.2012 at 2 PM Lab
reagants/larvicides, 2.2.2012 at 10 AM
Material, 3.2.2012 at 10 AM Medicines
Place for opening of bids
: Committee Room, NRHM, 5th Floor,
Paryaas Bhawan, Sec-38 B, Chandigarh
Address for Communication
:
Mission Director, State Health Society,
Punjab, NRHM,
5th Floor, Paryaas Bhawan, Sec-38B,
Chandigarh.
4
TENDERS FOR SUPPLY OF VARIOUS TYPE OF MEDICINES/LARVACIDES/LAB REAGENTS
FOR PROGRAMME OF NRHM IN THE STATE OF PUNJAB
Section-I: Eligibility Criteria
1. Sealed Bids in two separate covers (Technical bid and Price bid) in duplicate will be
received till 24.1.2012 by the Mission Director, NRHM, Punjab, Chandigarh for the various
type of medicines/larvacides/lab reagents (As per schedule of requirement and technical
Specifications attached). The firm will submit the item-wise tender which should be super-
scribed as “Tender for the procurement of _________” and further the firm should submit
the tender in two bid systems i.e. “Technical Tender” and “Financial Tender” separately
and both envelops should be put in one main envelop failing which the tender will be
rejected straightway. No bidder should submit one tender for more than one item, if any
firm found to quote more items in one tender than the tender should be rejected
straightway.
2. Qualification Criteria for Eligible Bidders: The bidder shall be Original Manufacturer
and having its own manufacturing unit with proof of three years existence or their
Authorized agents/distributors.
(a) Bids of bidders quoting as authorized representative of the original Manufacturer
can be considered, provided the bidder furnishes a legally enforceable authorization from
the Original Manufacturer in the prescribed form (Annexure- V).
3. Bidding documents may be obtained from the above office between 10:00 a.m. to 4:00 p.m.
on all working days.
4. Bidder should read all the terms and conditions of the bid document properly before
submitting the tender.
5. The firm should have the minimum turn over for the last three years mentioned on
5
Annexure- I and a turn over certificate as per Annexure-I duly attested by Chartered
Accountant must also be attached with the bid.
6. The amount of Earnest Money deposit (EMD) must be deposited by the bidder as earnest
money for various type of medicines/larvacides/lab reagents under NRHM in the shape of
Bank Draft in favour of State Health Society, Punjab payable at Chandigarh. The demand
draft of EMD must accompany the technical tender, without which the tender will not be
considered. The said amount will be forfeited if any successful tenderer fails to execute the
contract or fails to furnish performance security within the stipulated period.
7. Bids will be opened in the presence of bidders/their representatives who prefer to attend
on the specified date and time.
8. At any time prior to the date of submission of bid, NRHM may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective bidder,
modify the bidding documents by an amendment. All prospective bidders who have
received the bidding document will be notified of the amendment in writing/online
updation and that will be binding on them. In order to allow reasonable time, for taking the
amendment into account, NRHM may at its discretion, extend the date and time for
submission of bids.
9. The bid and all correspondence and documents shall be in English Language.
10. Interested eligible bidders may obtain further information from the office of the NRHM.
11. The bidder firm should not have been blacklisted/debarred by any State Govt.
Organization or Central Govt. organization. The bidder should also submit an affidavit that
the bidder has not been blacklisted/debarred by any state Govt. / Central Govt.
Organization (as per format provided at Annexure-IX).
12. The bidder should have at least three years Market Standing and proof of the supply of the
quoted item must also be attached with the tender.
6
13. Rates should be quoted at F.O.R destination which would be any where in the State of
Punjab.
14. Offers are to be submitted in two separate envelopes super scribed as “Financial Tender”
and “Technical Tender”.
15. Any tender which is not on the proper tender form, will not be considered.
16. Tender received after the time and date specified for receipt of tenders will not be
entertained.
17. Contract once concluded shall be valid for one year from date of issuance of Award.
18. In complete or conditional offer incorporating price maintained and force majeure etc. will
not be entertained.
19. The detailed specifications of medicines/larvacides/lab reagents are enclosed with this
document as Annexure-X.
20. The quantity mentioned in the schedule of requirement is tentative quantities and can be
increased / decreased by 25%.
21. The tenders should be put in the relevant boxes placed before Committee Room in the
office of NRHM Punjab, Sector 38-B, Chandigarh on due date. The bids should be put in the
relevant box placed for specific items i.e. Medicines/Material/Equipments/Lab
Consumables/Regants/Larvicides. The department is not responsible for the bidders fault.
If any bidder put the tender in the wrong box then the tender will not be considered.
Section-II: Procedure for Submission of bids
TECHNICAL BID (COVER A)
1. The bidder should furnish, along with bid, the following for the items tendered in a
separate cover hereafter called “Cover A”.
a) Bid Security (Earnest Money Deposit) should be deposited in the form of Bank/Demand
Draft drawn in favour of State Health Society, Punjab payable at Chandigarh.
7
b) Documentary evidence for the constitution of the bidder organization/firm such as
Memorandum and Articles of Association, Partnership deed etc. with details of the Name,
Address, Telephone Number, Fax No., Email address of the firm and of the Mission
Director/Partners/ Proprietor.
c) Authorization like power of attorney, resolution of board, for the senior officer of the
company who has signed the tender documents and the bid. In case of partnership firm
authority like power of Attorney for the partner who has signed the bid and in case of sole
proprietorship the bid should be signed by the sole proprietor.
d) Detail of other institutional orders executed by the bidder during last three years.
e) Annual turnover statement for last 3 years in the format given in Annexure-I certified by
Chartered Accountant.
f) Copies of Income Tax returns/PAN No./Sales Tax Number for the last three years.
g) Declaration Form in Annexure-IV for acceptance of all Tender conditions.
h) In case where the bidder is Authorized Agent, the Authorization Form as per Annex-V
must be attached with the bid.
i) The bidder shall submit a Checklist (Annexure-XI) for the list of documents enclosed with
their page number. The documents shall be serially arranged as per this Check List and
shall be securely tied or bound.
j) In case, where the bidder is original manufacturer, the bidder must have manufactured
and supplied satisfactorily similar item to the extent at least 80% of the total quantity, in the last
three years as on the last date of the month preceeding the bid opening date. There should not be
any adverse report on the functioning of the item for at least two years on the date of bid
opening.
k) Compliance statement for the quoted item supported by original product
catalogue/brochure/product literature clearly highlighting the technical specifications asked in
the bid duly signed by the tenderers in the technical bid.
8
l) Details of supplies done in the last three years with copies of purchase order and
performance certificates issued by the clients.
m) The tenderer should certify in an unequivocal terms that the item offered are strictly as
per N.I.T specifications laid down by this office.
n) Tenders/offers which do not conform to the NIT specifications/rules, terms and conditions
will be ignored in the offer.
o) Latest VAT clearance certificate or copies of VAT returns.
p) Duly attested photocopy of License for manufacturing
q) Valid GMP Certificate under revised schedule M of Drugs & cosmetic act, 1945 of Individual
Item
r) Performance Statement as per Annexure-III given in Tender document with copies of
Client Satisfactory Certificate and Purchase orders.
1. The above documents should be submitted in a separate cover super scribed as “Cover A”,
Tender for supply of _________ for Programme of NRHM in the State of Punjab due on
_________ at _____ PM addressed to the Mission Director, NRHM, 5th Floor, Prayaas Bhawan,
(Punjab)
2. The detailed specifications of _____________ are enclosed with this document as Annexure-X.
3. 90% payment would be released when the successful bidder would supply the ordered
items at the concerned consignees in the State of Punjab and submit the verified bills from the
concerned consignees along with the test reports from Government Analyst Punjab, Sector 11
Chandigarh. Balance 10% payment would be released after the satisfactory report received from
the concerned consignees.
4. A pre bid meeting would be done with the interested bidders on dated 12.1.2012 at 11 am
in the office of Mission Director (NRHM), Room No. 2, Committee Room, Prayas Building, Sector
38-B, Chandigarh. Every bidder who wish to quote this tender is requested to attend this
meeting.
5. Each item/equipment will be evaluated separately.
6. List of Service Centres of the manufacture in the State along with complete address and
details.
9
7. Certificates like BIS or as applicable.
8. The department can also issue part supply orders.
9. Shelf life certificate of the quoted item should be minimum two years at the time of offering
the stores.
10. Unsealed quotations shall be rejected straightway.
PRICE BID-COVER-“B”
11. Bid should be clearly typewritten and every correction in the bid should invariably be
attested with full signature by the bidder with date, failing which the bid will be ineligible for
further consideration. There should be no overwriting/Corrections with fluid.
12. The rate quotation of the quoted item should be submitted in a separate sealed cover
Super scribed as COVER-B”– Tender for supply of __________ for NRHM Programme in
the State of Punjab due on _______ at __________ PM.
13. a) The rate should be quoted as per Bid form, Annexure-VII
b) The rate quoted should be for the unit and specifications given. The bidder is strictly
prohibited to change/alter specifications.
c) Each page of the price bid should be duly signed by the bidder with office seal.
“Cover-B” should also be addressed to the Mission Director, NRHM, Prayaas Bhawan, 5th
Floor, Sector-38B, Chandigarh.
PROCEDURE FOR SEALING AND SUBMISSION OF BIDS
14. The Cover A & Cover B in duplicate should be separately sealed, and both these covers
shall be kept in a sealed cover. The bids should reach the Mission Director, NRHM,
Prayaas Bhawan, 5th Floor, Sector-38B, Chandigarh on or before the date and time
specified. The Covers should be sealed and submitted as per following procedure:
Technical Bids (cover “A” Original) Sealed envelop
10
Price Bids (Cover “B” Original) Sealed envelop
Both the above separately sealed covers should be put in one single Sealed Envelop and
Super scribed as Original Bid Cover A and Cover B of Tender for supply of various type of
medicines/larvacides/lab reagents for NRHM Programme in the State of Punjab due on
____________at ______ P.M.
Similarly technical bids (Cover “A”) duplicate Sealed envelope and Price Bids (Cover “B”)
duplicate sealed envelope should be put in one single envelop and super scribed as Duplicate
bids Cover A and Cover B of Tender for supply of various type of medicines/larvacides/lab
reagenets for NRHM Programme in the State of Punjab due on _______________ at _______ PM
Both the above envelops i.e. Original Bid and Duplicate bids should be put in one single
envelop super scribed as Tender for supply of various type of medicines/larvacides/lab
reagenets for NRHM Programme in the State of Punjab due on _________ at _____ PM. Original
and Duplicate.
F Bids will be opened at NRHM on the date and time specified in the presence of the
representatives of the bidders who prefer to attend bid opening.
F Cover “B” of the bidders meeting eligibility criteria, evaluated on the basis of the details
furnished by the bidders in Cover “A” will alone be opened and the date and time of opening of
Cover “B” will be intimated to only such eligible/short listed bidders.
F The cover A & B along with outer cover should be supplied in duplicate. It should be
subscribed on the each envelop original and duplicate. The original and duplicate bid should
carry both cover A & cover B as per the procedures specified above. Only original bids will be
opened. The duplicate bids will be kept in the sealed cover till the execution of the contract. In
case of any discrepancies arises the duplicate envelop will be opened in presence of a committee.
The notification for opening of duplicate bid will be made to the bidder inviting to join the
duplicate bid opening process. In case the bidder does not turn up on the bid opening day, the
committee will open the bid and its decision will be final
11
NOTE: - ANY BID WHICH IS NOT SUBMITTED IN DUPLICATE IN ACCORDANCE WITH
THE ABOVE PROCEDURE SHALL BE REJECTED
12
Section-III: Procedure for Evaluation of bids
1) Technical Bid Cover “A”: On the basis of the documents submitted by the bidder in cover “A”
for each item the committee will check whether the bidder meets the eligibility criteria and
whether the offer of the bidder meets the requirements of the tender. In other words each item
will be technically evaluated separately.
2) Price Bids Cover “B”: The price bids of the bidder meeting the eligibility criteria as per
documents submitted in cover “A” will be evaluated as under:
The bidder is required to quote only a single price for each specific item.
Section-IV: OTHER TERMS AND CONDITIONS
BID SECURITY (EARNEST MONEY DEPOSIT)
1. Each bid must be accompanied with a bid security (EMD) for the amount indicated against the
each item in schedule of Requirements as mentioned on the tender document and NIT in the
form of Demand Draft favouring “State Health Society Punjab”, payable at Chandigarh. Bid
Security submitted in any other form will not be accepted. Any bid submitted without Bid
Security in accordance with this clause will be rejected. The Bid Security amount of the
successful bidder will be retained by NRHM till the completion of the tender process/period.
The Bid Security of unsuccessful bidder would be returned after finalization of the tender.
The Bid Security amount will not carry any interest. If the successful bidder fails to execute
the agreement and or deposit the performance security (Security Deposit) within the
specified time, or withdraws his bid within the validity period of the bid, this bid security
amount will be forfeited. No exemption is available to any organization from submission of
bid security and bids not accompanied by the requisite bid security will be rejected outrightly.
PERFORMANCE SECURITY (SECURITY DEPOSIT)
2. The Successful bidder shall within 14 days of the issuance of Notification of Award submit
Performance Security Deposit equivalent to 10% of the Gross value of Award (inclusive of all
13
taxes). The Performance Security shall be denominated in Indian Rupees and shall be in one of
the following forms a) An irrevocable Bank Guarantee issued by a nationalized/ scheduled bank
located in India in the format provided in the Bidding Documents (Annexure –VI) ; or b) Bank
Draft/Demand Draft drawn in favour of “State Health Society”, Punjab payable at Chandigarh.
The performance security amount will not carry any interest.
In addition to other penal action if the supplier fails to perform the services as per terms
and conditions of contract, it will lead to termination of the contract and the performance
security amount will be forfeited.
PERIOD OF VALIDITY OF BIDS
3. Price Quoted should be valid for 90 days from the opening of the Technical bids (Cover “A). A
bid valid for a shorter period will be rejected as non-responsive. NRHM will make every
endeavor to finalize the bids in the original validity period of the bids. However if for any
reason, NRHM is not able to finalize the tender within the original validity period of the bids,
NRHM may solicit the bidders consent for an extension in the period of bid validity. A bidder
may refuse the request without forfeiting their bid security.
4. The tentative details of the required are shown in Annexure - II. The quantity mentioned
is only the tentative requirement and may be increased or decreased by 25% as per the decision
of the Mission Director, NRHM. The rates quoted should not vary with the quantum of the order
or the destination.
5. The bidder should quote the rates for each item separately described as per the specifications.
6. Rates should be quoted on door delivery basis according to the unit asked for, No bid
conditions like “AT CURRENT MARKET RATES” shall be accepted. No handling, clearing,
transport charges etc., will be paid. The deliveries should be made as stipulated in the purchase
order placed with successful bidders.
(a) If at any time during the period of contract, the price of tendered items is reduced or
brought down by any law or Act of the Central or State Government or by the bidder
14
himself, the bidder shall be morally and statutorily bound to inform the Mission
Director, NRHM, Punjab, Chandigarh immediately about such reduction in the
contracted prices. The Mission Director, NRHM, Punjab, Chandigarh is empowered
to unilaterally effect such reduction as is necessary in rates in case the bidder fails to
notify or fails to agree for such reduction of rates.
(b) In case of any enhancement in Excise Duty or levying of Excise Duty afresh due to
statutory Act of the Government after the date of submission of tenders and during
the tender period, the additional or fresh excise duty so levied will be allowed to be
charged extra as separate item without any change in price structure approved
under the Tender. For claiming the enhancement of additional cost on account of the
increase in Excise Duty, the bidder should produce:
(i) A certificate from the Excise authority concerned certifying that the
items supplied falls under particular tariff and the rate of excise duty charged.
(ii) Invoices drawn as per Excise rules for the items supplied shall be
produced
(c) In case the successful bidder has been enjoying excise duty exemption on any
criteria of Turnover etc., such bidder will not be allowed to claim excise duty at later
point of time, during the currency of contract, when the excise duty is chargeable on
goods manufactured.
7. (a) The price quoted by the bidders shall not in any case, exceed the controlled price, if
any, fixed by the Central/State Government and the Maximum Retail Price (MRP). The
Mission Director, NRHM, Punjab, Chandigarh, at its discretion, will exercise the right to
revise the price at any stage so as to conform to the controlled price or MRP as the case
may be. The discretion will be exercised without prejudice to any other action that may be
taken against the bidder.
(b) The bidder should submit an affidavit with the bid that the rates quoted in the
tender are not higher than those quoted to any other Central/State Govt.
organization or rate contract for the same model/item (as per format provided at
15
Annexure-VIII).
8. The rates quoted and accepted will be binding on the bidder for the stipulated period and
on no account any increase in the price will be entertained till the completion of the tender
period.
No bidder will be allowed at any time on any ground whatsoever to claim revision of or
modification in the rates quoted by him. The representation of the bidder that clerical error,
Typographical error etc. has been committed in the bid and request for revision shall not be
considered after opening of the bid. Conditions such as “SUBJECT TO AVAILABILITY” “SUPPLIES
WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” etc., will not be considered under any
circumstances and the bids of those who have placed such conditions shall be treated as
incomplete and such bids, shall be summarily rejected.
NOTIFICATION OF AWARD
9. (a) The Purchaser will award the Contract to the successful Bidder whose bid has been
determined to be Responsive/Substantially Responsive and has been determined as the
lowest evaluated bid, provided further that the Bidder is determined to be qualified to
perform the Contract satisfactorily.
(b) The purchaser will issue notification of Award to the lowest evaluated bidder which
will tantamount to formation of Contract and will be governed by all the terms and conditions
stipulated in this Bid document.
PACKING
10. The ordered items shall be supplied in adequate packaging to prevent damage or
deterioration during transit to the final destination. The packing shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to extreme temperature and open
storage.
a) The packing of the medicines should be in Strip Pack/Blister Pack
16
b) The medicine should be film coated/sugar coated
INSPECTION
11. The Mission Director, NRHM and or his authorized representative(s) have the right to
inspect the factories of those companies who have quoted for this tender, before, accepting the
rate quoted by them or before releasing any order(s) or at any point of time during the
continuance of tender and has also the right to reject the tender or terminate/cancel the orders
issued or not to reorder based on facts brought out during such inspections.
12. The larvacides/lab reagents will be inspected by the inspection team/agency nominated
by the Mission Director, NRHM at Pre-Delivery stage. The supplier will offer 100% inspection of
the medicine/larvacide/lab regent before the dispatch of the material well in advance. The
suppliers are advised to offer inspection of the material within the stipulated period as
mentioned in supply order. The committee/Agency will inspect the material to confirm the
supply of the material as per the specifications, specified in the purchase order/bidding
documents. Such Committee/Agency will issue the Inspection Report (IR) which will form the
base for acceptance/rejection of the material.
13. The right of purchaser to inspect/test the medicines/larvacides/lab reagents if deemed
necessary and reject the medicines/larvacides/lab reagents if found not conforming to
specification at any point of time after the supply of medicines/larvacides/lab reagents shall in
no way be affected by the fact that the medicines/larvacides/lab reagents has already been
inspected/tested by the purchaser.
14. Medicines/larvacides/lab reagents, which do not meet quality requirements, shall render
the relevant supplies liable to be rejected. If the medicines/larvacides/lab reagents do not
conform to statutory standards/ specifications the supplier will be liable for relevant action
under the existing laws, and would be responsible for removing the entire stock back within a
period of 21 days of the issuance of the letter from the purchaser. The stock shall be taken back at
the expense of the supplier. The supplier for the product could be blacklisted and no further
supplies will be accepted from him till he is legally cleared. The supplier shall also not be eligible
17
to participate in NRHM, (Punjab) tenders for supply of such item for a period of five subsequent
years or for the period as deemed fit by Mission Director, NRHM.
15. The decision of the MD, NRHM-PB, Chandigarh, or any Officer or agency authorized by him,
as to the quality of the supplied items shall be final and binding.
ACCEPTANCE OF TENDER
17. The Mission Director, NRHM, Punjab reserves the right to reject the tenders or to accept
the tenders for the supply of all medicines/larvacides/lab reagents without assigning any reason.
18. The acceptance of the tenders shall be communicated to the bidder in writing.
DELIVERY CONDITIONS
19. Delivery will be at F.O.R. Destination which should be anywhere in the State of Punjab
within 45 days from the issuance of Award.
20. If the supplier fails to execute the purchase order within the stipulated time, the NRHM,
Punjab, Chandigarh is empowered to make emergency purchases and claim the difference in total
cost from the supplier in addition to other penal remedies.
21. The deliveries shall be made strictly as per the purchase order.
VALIDITY OF RATES AFTER ACCEPTANCE OF TENDER
22. The rates quoted for medicines/larvacides/lab reagents in respect of Successful bidder
should be valid for one year from the date of issuance of Notification of Award”.
PAYMENT PROVISIONS
25. (A) Payment of medicines/larvacides/lab reagents:
On delivery: 90% payment would be released when the successful bidder would supply the
ordered items at the concerned consignees in the State of Punjab and submit the verified bills
18
from the concerned consignees along with the test reports from Government Analyst Punjab,
Sector 11 Chandigarh along with the documents mentioned below :
i. The invoice in triplicate duly verified by the consignee.
ii. Test Reports from Government Analyst Punjab, Sector 11 Chandigarh
iii. Inspection Certificate in case of material/larvicide/lab material.
iv. Acknowledgement of receipt of medicines/larvacides/lab consumables/reagents
Balance 10% payment would be released after the satisfactory report received from the
concerned consignees.
26. LIQUIDATED DAMAGES
Subject to force majeure conditions, if the Supplier fails to deliver the
medicines/larvacides/lab reagents and perform the services within the scheduled delivery period,
Liquidated damages at 0.5 percent of the purchase order price per week or part thereof will be
levied for the delayed period, subject to maximum of 10 percent of the Purchase order price. Once
the maximum levy is reached the purchaser may consider termination of the Contract.
PENALTIES
27. Furnishing of any wrong information, declaration, forged documents or false affidavit by
the bidder to win the tender may lead to forfeiture of EMD submitted by such bidder and the
bidder may also be Blacklisted for participating in any tender floated by the NRHM either
permanently or for a specified period of time as deemed fit by the Mission Director, NRHM,
Punjab, Chandigarh.
28. If the successful bidder fails to execute the Award and /or deposit the required
performance security deposit within the time specified or withdraws his tender after the
intimation of the acceptance of his tender has been sent to him owing to any other reasons, he is
unable to undertake the contract, his contract will be cancelled and the Earnest Money Deposited
by him along with his tender shall stand forfeited to the NRHM-Pb., Chandigarh. and he will also
liable for all damages sustained by the NRHM by reasons of breach such as failure to provide
services not conforming to the tender specifications, including the liabilities to pay any
differences between the prices accepted by him and those ultimately paid for the procurement of
the services concerned. Such damages shall be assessed by the Mission Director, NRHM, Punjab,
19
Chandigarh whose decision is final in the matter. The Earnest Money Deposit/ Performance
Security of the bidder may also be forfeited in case the bidder submitted any wrong
information/Affidavit in the bid.
29. If the supplier fails to deliver the material the services within the stipulated delivery period
or within any extension period granted by the Purchaser, the purchaser will be at liberty to
terminate the Contract without prejudice to any other Rights that the purchaser may have
against the supplier as per provisions of the Contract.
30. The Mission Director, NRHM-Punjab, Chandigarh will be at liberty to terminate without
assigning any reasons thereof, the contract either wholly or in a part on 30 days notice. The
bidder will not be entitled for any compensation whatsoever in respect of such termination.
31. Non performance of contract provisions may disqualify the successful bidder to participate
in the tender for the next five years
FORCE MAJEURE
32. Force Majeure means an event beyond the control of the supplier and not involving the
supplier’s fault or negligence and not foreseeable. Such event may includes but are not limited to,
acts of the purchaser either in its sovereign of contractual capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation
arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause
thereof. The Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s
time for performance, with or without liquidated damages, in which case the extension shall be
ratified by the parties by amendment of Contract. Unless otherwise directed by the Purchaser in
writing, the Supplier shall continue to perform its obligations under the Contract as far as is
reasonably practical and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
SAVING CLAUSE
33. No suit, prosecution or any legal proceedings shall lie against NRHM, or any person for
anything that is done in good faith or intended to be done in pursuance of tender.
20
34. In the event of any dispute arising out the tender such dispute would be subject to the
jurisdiction of the Civil Court within the Chandigarh.
35. If Government of India or State Government approves any source like DGS&D or other rate
contract, then the State Health Society Punjab is free to purchase any item directly from that
source and State Health Society Punjab reserves the right to withdraw any item from tender at
any stage.
--sd--
Mission Director (NRHM) Pb
21
ANNEXURE -I
ANNUAL TURN OVER STATEMENT
The Annual Turnover of M/s ___________________________________________ for the past three
years are given below and certified that the statement is true and correct.
Sr. No. Year Turnover ( Rs. in Lakh)
1. 2008-2009
2. 2009-2010
3. 2010-2011
Total =
Average Annual Turnover -Rs. ______________ Lakh.
Date: Signature of Auditor/Chartered Accountant Seal: (Name in Capital)
22
ANNEXURE-II
SCHEDULE OF REQUIREMENTS
Sr. No. Description of Medicine/Material/Lab
Regants/Larvicides
Qty.
required
Delivery Schedule
1.
23
ANNEXURE – III
PROFORMA FOR PERFORMANCE STATEMENT
(FOR A PERIOD OF LAST 3 YEARS) Name of bidder ___________________________________
Order
Placed by
(Full
Address of
Order
Number
and
Date
Description
and
quantity of
ordered
Value
of
Order
(Rs.)
Date of completion
of Contract
Remarks
indicating
reasons
for delay
if any
Purchaser/
consignee)
As per
contract
Compltd.
date
Have the
medicines/larvicides/material
been found Satisfactory
attach documentary proof)
**
1 2 3 4 5 6 7 8
Signature and Seal of the Tenderer: __________________________________
** The documentary proof will be certificate from the consignee/end user with cross reference of order
No. and date in the certificate along with a notarized certificate authenticating the correctness of the
information furnished. If at any time, information furnished is proved to be false or incorrect, the earnest
money furnished will be forfeited and the bidder may be blacklisted / debarred either indefinitely or for
period as deemed fit by Mission Director, NRHM
24
ANNEXURE – IV
DECLARATION FORM
I/We ________________ have our ____________________________________ office at
______________________________________ do declare that I/We have carefully read all the conditions
of bid documents and hereby agree to all the conditions and to supply the ________________ as per
scheduled delivery period of the purchase orders and abide by all the conditions set form therein, for the
supply to Govt. Institutions.
Signature: Date: Name of the Organization and Address:
Attested By Notary Public:
25
ANNEXURE-V
MANUFACTURER’S AUTHORIZATION FORM
No. _______________ Dated ________________
To
Dear Sir, Bid Ref. No. _________________________________________________
We ______________________________________________ who are established and reputable manufacturers
of ______________________ having factories at ______________________ Registered office at
_________________________ possessing Manufacturing Licence No. _____________________________,
dated _____________, valid upto __________________________ (copy enclosed) do hereby authorize M/s
_________________________________________________ (Name and Address of Representative) to submit a
bid, and subsequently negotiate and sign the contract with you against the above mentioned tender.
No company or Firm or individual other than M/s ______________________________ are authorized to bid,
negotiate and conclude the contract in regard to this business against this specific tender.
We hereby extend our full guarantee and warranty as per the tender conditions for the _______________
offered for supply against this invitation for bid by the above firm.
Your faithfully,
26
ANNEXURE -VI
PERFORMANCE SECURITY FORM
To: (Name of Purchaser)
WHEREAS ................................................................... (Name of Supplier) hereinafter called "the Supplier" has
undertaken , in pursuance of Contract No............ dated,........... 20... to supply......................
.................................................(Description of Goods and Services) hereinafter called "the Contract".
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the
Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give
the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on
behalf of the Supplier, up to a total of .......................................................................... (Amount of the Guarantee
in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be
in default under the Contract and without cavil or argument, any sum or sums within the limit of
................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or
reasons for your demand or the sum specified therein.
This guarantee is valid until the ........day of...................20......
Signature and Seal of
Guarantors ................................
................................
...............................
Date......................20……..
Address:........................
................................
................................
27
ANNEXURE -VII
PRICE SCHEDULE (TO BE SUBMITTED WITH PRICE BID ONLY)
Total Cost= Total Qty x Col.(9) = Rs…………./-
Note:
(a) In case of discrepancy between unit price and total price, the unit price shall prevail.
Total Bid Price in Rs.___________________________ In
Words ______________________________________
Signature of Bidder ____________________________
Name _________________________________________
Business Address _____________________________
Place: ____________________
Date: _____________________
• Octroi Exemption Certificate will be made available by the Purchaser.
• The Requisite certificates for tax exemption regarding Govt. supplies will also be made available.
• Rate should be quoted only in Indian Rupees.
• In case of imported equipment bidder will bear exchange risks/gains on either way.
• The evaluation of the Imported goods will be made after adding any additional custom duty (if
applicable) and transportation charges and any other incidental charges up to destination
Sr.
No
Item
Description
Ex-
factory
cost
Excise
Duty
Sale Tax /VAT
as applicable
for Govt.
Supplies/ any
Additional
Import or
Customs duty
Other
incidental
charges
(Pl.
specify)
Total
Landed
Cost (FOR
Desti-
nation)
Quantity in
Unit as per
packing
specification
Total
Value
(x)
1 2 3 4 5 6 7 8 9
1
28
ANNEXURE-VIII
PROFORMA OF AFFIDAVIT REGARDING QUOTED RATES
I_____________________________S/O,W/O_______________________________________________,
(Designation of Deponent) of (name and complete address of the bidder firm) is authorized signatory of
the firm (Name of the bidder firm) , do hereby solemnly affirm and declare as under:¬
That the rates quoted to National Rural Health Mission, Punjab against Bid Reference No.
________________________ are not higher than those quoted to any other Govt. Undertaking/DGS&D or
approved in any prevailing Rate Contract for the same drug.
DEPONENT
VERIFICATION
Verified that the contents of the above affidavit are true to my knowledge and belief and nothing has
been concealed therein.
DEPONENT
29
ANNEXURE-IX
PROFORMA OF AFFIDAVIT REGARDING BIDDER NOT BLACKLISTED/DEBARRED
I_____________________________S/O, W/O_______________________________________________,
(Designation of Deponent) of (name and complete address of the bidder firm) is authorized signatory of
the firm (Name of the bidder firm) , do hereby solemnly affirm and declare as under:-
That the firm (Name of the firm) or its Directors/Partners/Owners have not been blacklisted or debarred
by any Govt. undertaking.
DEPONENT
VERIFICATION
Verified that the contents of the above affidavit are true to my knowledge and belief and nothing has
been concealed therein.
DEPONENT
32
ANNEXURE – XI CHECK LIST FOR TECHNICAL BID IN “COVER-A”
Sr.
No.
Particulars 1
Yes/ No/ NA Page No. Remarks
1. Duly signed & Stamped copy of Tender Document
2. EMD in the form of DD shall be kept in an separate
envelope which should be valid for six months
3. List of items quoted
4. Duly attested photocopy of License for manufacturing
5. Annual turnover statement Annexure-I
6. Valid GMP Certificate under revised schedule M of
Drugs & cosmetic act, 1945 of Individual Item
7. Manufacturers Authorization Form Annexure V
8. Performance Security Form Annexure - VI
9. Performance Statement as per Annexure-III given in
Tender document with copies of Client Satisfactory
Certificate and Purchase orders.
10. Authorization to a responsible officer of the
organization for signing bid documents.
11. Documentary evidence for the Constitution of the firm
12. Annual turnover statement for the last 3 years
13. Copies of Income Tax Returns for the last three years
14. VAT Clearance Certificate/ Latest VAT Returns
15. Declaration form In Annexure-IV for acceptance of all
tender conditions.
16. Affidavit that Bidder is not blacklisted/debarred by any
Govt. undertaking-Annexure-IX
17. Affidavit that the rates quoted in tender are not higher
than those quoted to any other Govt. undertaking or
approved in any prevailing rate contract -Annexure-
VIII
18. ISI/CIB Certificate of Individual Item must also be
attached along with the technical tender, whereas
applicable
19. Shelf life certificate which should be minimum two
years at the time of offering the store
20. Manufacturing capacity/production of the quoted
item
33
21. Copy of Manufacturing proof of quoted larvicide
must also be attached
22. Copy of valid drug license
23. Proof of 3 years market standing
24. List of analytical equipment for testing, quality testing
lab with the factory.
25. Detail of Machinery & Equipment installed
26. Satisfactory performance certificate during the last
three years by State Drugs Controller
27. Certificate that the rates quoted are lowest and there are
no way higher than those quoted to DGS&D/ESI
Corporations or any other State Government institution.
28. An attested photo copy of latest renewed and valid
Drugs manufacturing license, If the license is with the
licensing authority for renewal, a written conformation
to this effect from him along with an attested photocopy
of old license requesting renewal be not acceptable.
Notarized photocopy of above said documents should be attached along with the Technical Tender failing
which technical tender will be rejected straightway.
Note :- If the tender has been quoted by the authorized dealer then he will attach all the documents required in
the tender of principal manufacturer and also submit the following documents as an authorized dealer of his
own, Sales Tax/VAT/Drug License Registration, PAN Card and original authority letter from manufacturer.
List of Medicines to be procured under NRHM during the year 2011-12
S.No Name of the Equipment to be
procured
Quantity to
be procured
(approx)
Earnest
Money
Deposit (in
Rs)
Turn over
required
1 Antiseptic Solution (Antiseptic
Solution of 100 ml bottle containing
Chlorhexidine Solution IP – 1.5% v/v,
Strong cetrimide solu BP equv to
cetrimide IP 3.0% W/v)
20,000 (100
ml each)
Rs 10,000/- 4 crores
2 Tab Calcium Carbonate with
Vitamin D 500 mg
2,05,43,000 Rs 1,00,000/- 4 crores
3 Tab Albendazole 400 mg 63,90,000 Rs 1,50,000/- 4 crores
4 Scabies Lotion (Benzyl Benzoate
Application IP, Pack Size 500 ml) 56,000 Rs 70,000/- 4 crores
5 Tab Cetrizine Hydrochloride IP
10mg (Strip Pack) 10 mg
20,00,000 Rs 10,000/- 4 crores
6 Tab Antispasmodic (Dicyclomine
HCL IP 20 mg Paracetamol IP 500
mg) (Strip Pack)
10,00,000 Rs 10,000/- 4 crores
7 Anti Bacterial Ointment (Povidone
Iodine Ointment 5% tube of 15 gm) 1,88,684 Rs 10,000/- 4 crores
8 IFA Large : Each sugar coated tablet
contains : Dried ferrous sulphate IP
333 mg Eq. to 100 mg. of elemental
iron, Folic Acid IP 0.5 mg
Packaging : 10 X 10 X10 tabs (in a
box)
20,23,05,750 Rs 4,00,000/- 4 crores
9 IFA Small : Each Sugar coated
tablet contains : Dried Ferrous
sulphate IP 67 mg. Eq. to 20 mg. of
elemental iron, Folic Acid IP 0.1 mg
Packaging 10 X 10 X10 tabs (in a
box)
20,37,43,750 Rs 2,00,000/- 4 crores
10 Tab Zinc Sulphate Dispersible 20
mg
Tab Zinc Sulphate Dispersible 10
mg
60,64,800
10,00,000
Rs 20,000/-
Rs 10,000/-
4 crores
11 ORS Packets as per WHO formula 25,23,700 Rs 2,00,000/- 4 crores
12 100 ml of Vitamin A concentrated
solution with plastic measuring
spoon with demarcation of 1 ml
and 2 ml
95,362 Rs 1,00,000/- 4 crores
13 Tab Punarvadumandur (ISM 1,68,42,000 Rs 50,000/- 4 crores
preparation of IRON)
14 Tab Paracetamol (500 mg) 63,84,200 Rs 50,000/- 4 crores
15 Tab Dicyclomine (10 mg) 8,42,100 Rs 5,000/- 4 crores
16 Tab Premaquine (2.5 mg) 1,50,000 Rs 3,000/- 4 crores
17 Tab Premaquine (7.5 mg) 2,00,000 Rs 3,000/- 4 crores
18 Tab Methyldopa IP eq. to
Methyldopa anhydrous 250 mg
30 lacs Rs 1,50,000/- 4 crores
19 Cap Nifedipine - Nifedipine IP, 10
mg
6 lacs Rs 5,000/- 4 crores
20 Inj Labetalol, 20 mg in 4 ml ampoule 10000
ampoules
Rs 6,000/- 4 crores
21 Tab Folic Acid 5 mg 2 crores Rs 75,000/- 4 crores
22 Capsule Amoxycillin Trihydrate IP
eq. to Amoxycillin anhydrous 500
mg
11 lacs Rs 50,000/- 4 crores
23 Inj Gentamycin - Gentamycin
sulphate IP eq. to gentamycin 40
mg/ml; 2 ml in each vial
7.5 lac vials Rs 50,000/- 4 crores
24 Ampicillin Injection - Ampicillin
Sodium IP eq. to Ampicillin
anhydrous 500 mg / vial
3 lac vials Rs 50,000/- 4 crores
25 Cap Amoxycillin Trihydrate +
Dicloxacillin IP eq. to amoxycillin
trihydrate 250 mg + dicloxacillin 250
mg
16 lac
capsules
Rs 1,00,000/- 4 crores
26 Tab. Metronidazole - Metronidazole
IP 400 mg Film/Enteric Coated
2 lac tablets Rs 5,000/- 4 crores
27 Inj Methylergometrine -
Methylergometrine maleate IP, 0.2
mg / ml; 01 ml in each ampoule
1.85 lac
ampoules
Rs 10,000/- 4 crores
28 Tab Misoprostol - IP 200 mcg oral 3.5 lac tablets Rs 20,000/- 4 crores
29 Tab Dicyclomine, 20 + PCM 500 mg
oral tab
1 lac tablets Rs 5,000/- 4 crores
30 Inj Magnesium Sulphate -
Magnesium Sulphate IP 50% w/v;
10 ml ampoules, containing 5.0 gm
in total volume
20,000 Rs 2,000/- 4 crores
31 Inj Oxytocin - IP 5.0 I.U./ml; 2 ml in
each ampoule
8.25 lac
ampoules
Rs 50,000/- 4 crores
32 Inj Hyoscine Butyl Bromide 20 mg in
1 ml ampoule
2.25 lac
ampoules
Rs 20,000/- 4 crores
33 Tab Hyoscine Butyl Bromide 10 mg 1 lac tablets Rs 2,000/- 4 crores
34 Menadione Injection (Vitamin K3) -
Menadione USP 10 mg/ml;1 ml
ampoule
1,90,000 lac
ampoules
Rs 30,000/- 4 crores
35 Compound Sodium Lactate IV
Injection IP (Ringers lactate) - 0.24%
w/v of Lactic Acid (eq. to 0.32% w/v
of Sodium Lactate), 0.6% w/v
Sdoium Chloride, 0.04% w/v
Potassium Chloride and 0.027% w/v
Calcium Chloride; 500 ml in
Polypropylene or Polyethlene bottle
2,75,000 Rs 75,000/- 4 crores
36 Sodium Chloride IV Injection -
Sodium Chloride IP 0.9% w/v; 500
ml in Polypropylene or Polyethlene
bottle
2,45,000 Rs 75,000/- 4 crores
37 Dextrose IV Injection, I.P - Dextrose
eq. to Dextrose anhydrous 5% of
w/v, 500 ml in Polypropylene or
Polyethlene bottle
4.00 lac
plastic bottles
Rs 1,00,000/- 4 crores
38 Sodium bicarbonate, IV injection -
Sodium bicarbonate IP 7.5% w/v; 10
ml ampoules
1,80,000 Rs 20,000/- 4 crores
39 Sterile Water for injection, I.P - 5 ml
ampoule
9.50 lac
ampoules
Rs 10,000/- 4 crores
40 Inj Calcium Gluconate, 1 gm, I.V. -
10 ml amp containing 10% Calcium
Gluconate
30,000
ampoules
Rs 2,000/- 4 crores
41 Tab Drotavarine 80 mg 1 lac tablets Rs 2,000/- 4 crores
42 Inj Lignocaine Hydrochloride IP 2%
w/v; 30 ml vial for local anaesthesia
35,000 vials Rs 7,000/- 4 crores
43 Inj Prostodin 250 mcg, Carboprost
(astromethamine) 250 mcg/ml 1 ml
injection
85,000
ampoules
Rs 1,00,000/- 4 crores
44 Procto Clysis Enema (Sodium
Phosphate enema BP 100 ml)
1,90,000 lac
packings
Rs 60,000/- 4 crores
45 Povidone Iodine Solution (1 litre
packing) 7.5%
55,000 litres Rs 1,00,000/- 4 crores
46 Surgical Spirit, BP 500 ml in each
bottle
25,000
bottles
Rs 25,000/- 4 crores
47 Tab Ibuprofen 400 mg (Enteric
coated/Film Coated)
27.00 lac tabs Rs 50,000/- 4 crores
48 Tab Multivitamin (Neurobin 19 lac tabs Rs 10,000/- 4 crores
Formula)
49 Tab Domperidone 10 mg(Enteric
coated/Film Coated)
2 lac tabs Rs 5,000/- 4 crores
50 Inj Metronidazole - Metronidazole
IP 5 mg/ml:100 ml in each bottle
1.75 lac
bottles
Rs 30,000/- 4 crores
51 Inj Cefotaxime - Cefotaxime Sodium
IP 1 gm per vial with distilled water
2 lac vials Rs 75,000/- 4 crores
52 Inj Cloxacillin - Cloxacillin Sodium IP
eq. to Cloxacillin 500 mg/vial
1 lac vials Rs 20,000/- 4 crores
53 Inj Sensorcain, containing
Sensorcain I.P. 0.5 mg
40,000
ampoules
Rs 20,000/- 4 crores
54 Inj Lignocaine Hydrochloride IP 5%
w/v; lignocaine hydrochloride 50
mg/ml with 7.5% dextrose
hyperbaric (heavy), 02 ml in each
ampoule Hyperbaric for spinal
anaesthesia
10,000
ampoules
Rs 2,000/- 4 crores
55 Inj Promethazine, I.P Promethazine
Hydrochloride 25 mg/ml; 2 ml in
each ampoule
1 lac vials Rs 10,000/- 4 crores
56 Inj Diclofenac, 25 mg in 3 ml 2 lac amps Rs 15,000/- 4 crores
57 Inj Pentazocine Lactate I.P,
Pentazocine Lactate, IP eq. to
Pentazocine 30 mg per ml; 1 ml in
each amp
1 lac Rs 20,000/- 4 crores
58 Chlorhexadine (7.5%) + cetrimide
(15%) + Isopropyl (7%) solution 1
litre (concentrate)
10,000 litres Rs 25,000/- 4 crores
59 Inj Ranitidine IP 50 mg/2 ml 1.50 lacs Rs 6,000/- 4 crores
60 Inj Ondensetron USP 2 mg/ml – 20
ml
1 lac Rs 10,000/- 4 crores
61 Tab Cefpodoxime 200 mg 3.5 lac Rs 5,000/- 4 crores
62 Tab Serratio Peptidase 10 mg 5 lac tabs Rs 5,000/- 4 crores
63 Inj Adrenaline - 0.18% w/v of
Adrenaline Tartrate or Adrenaline
Tartrate IP eq. to adrenaline 1
mg/ml; 01 ml in each ampoule
30,000
ampoules
Rs 2,000/- 4 crores
64 Inj Atropine, I.P - Atropine Sulphate
IP 600 ug/ml; 01 ml in each
ampoule
50,000 amps Rs 2,000/- 4 crores
65 Inj Dopamine - Hydrochloride USP
40 mg / ml; 05 ml ampoule
15,000 vials Rs 10,000/- 4 crores
66 Inj Neostigmine 2 ml ampoule 25,000 Rs 2,000/- 4 crores
67 Inj Betamethasone Sod. Phosphate,
I.P - betamethasone 4 mg per 1 ml
in 1 ml ampoule
30,000 vials Rs 2,000/- 4 crores
68 Halothane IP, containing 0.01% w/w
thymol IP; 200 ml in each bottles
500 bottles Rs 15,000/- 4 crores
69 Inj Thiopentone, Thiopentone 500
mg and Sodium Carbonate
(anhydrous) in vial
10,000 Rs 10,000/- 4 crores
70 Inj Ketamine, - Ketamine
Hydrochloride inj. Eq. to Ketamine
Hydrochloride base 10 mg/ml; 10
ml in each vial
5,000 vials Rs 10,000/- 4 crores
71 Tab Salbutamol - Salbutamol
Sulphate IP eq. to Salbutamol 4 mg
5,000 tabs Rs 2,000/- 4 crores
72 Tab Diazepam - Diazepam IP 5 mg 20,000 tabs Rs 2,000/- 4 crores
73 Inj Diazepam, IP-10 mg in 2 ml
ampoule
50,000 Rs 2,000/- 4 crores
74 Dexmethsone Injection IP,
Dexamethasone Sodium Phosphate
IP eq. to Dexamethasone
Phosphate, 4 mg/ml; 02 ml in each
ampoule
50,000 amps Rs 3,000/- 4 crores
75 Etofyllin B Plus, Anhydrous
Theophylline IP Combination
Injection, Etofylline BP 84.7 mg/ml
& Theophylline IP eq. to
Theophylline anhydrous, 25.3
mg/ml; 02 ml in each
10,000 Rs 2,000/- 4 crores
76 Inj Amikacin Amikacin Sulphate IP
eq to Amikacin 100 mg per 2 ml in
vials
2 lac Rs 20,000/- 4 crores
77 Inj Aminophylline IP Aminophylline
IP 25 mg/ml in 10 ampoule
20,000 Rs 2,000/- 4 crores
78 Inj Ampicillin IP Ampicillin Sodium
IP eq. to ampicillin anhydrous 250
mg/vial
4 lac Rs 50,000/- 4 crores
79 Inj Phenobarbitone IP
Phenobarbitone Sodium IP 100
mg/ml; 02 ml in each ampoule
50,000 Rs 10,000/- 4 crores
80 Inj Phenytoin BP Phenytoin Sodium 50,000 Rs 7,000/- 4 crores
IP 50 mg per ml; 02 ml in each
ampoule
81 Inj Potassium Chloride 150 mg/ml;
10 ml in each ampoule
20,000 Rs 2,000/- 4 crores
82 Arsenic Copper, Cynaide,
Chromium, Chemicals Testing Kits
10 Rs 5,000/- 4 crores
Mission Director (NRHM)
Punjab Chandigarh
List of Lab Consumables/Reagants/Larvicides
S.No Name of the
Equipment to be
procured
Quantity to be
procured
(approx)
Earnest
Money
Deposit (in
Rs)
Turn over
required
1 Sputum Container
(Pack of 1000 cups)
708 Rs 50,000/- 1 crores
2 Adhesive Labels (leaf
of 50 labels)
14154 Rs 5,000/- 1 crores
3 Slides (Pack of 5000
slides)
140 Rs 60,000/- 1 crores
4 Basic Fuchsin (25 gms
bottle)
1643 Rs 6,000/- 1 crores
5 Methylene Blue (25
gms bottle)
103 Rs 2,000/- 1 crores
6 Phenol Crystal (500
gms bottle for
preaping reagent)
352 Rs 2,000/- 1 crores
7 Phenol for disinfection
(5 ltr. Can 36%)
4043 Rs 20,000/- 1 crores
8 Immersion Oil (10 ml
bottle)
3540 Rs 2,000/- 1 crores
9 Sulphuric Acid (5 ltr
bottle)
203 Rs 6,000/- 1 crores
10 Filter paper
whatmann No. 1 (pack
of 100)
523 Rs 25,000/- 1 crores
11 Lense Paper (booklet
of 50 leaves)
10489 Rs 2,000/- 1 crores
12 Diamond Marker 2098 Rs 2,000/- 1 crores
13 Grease Pencils 2098 Rs 2500/- 1 crores
14 Falcon Tube (Conical
centrifuge tubes for
culture and drug
sensitivity)
4000 Rs 2,000/- 1 crores
15 Gel Packs 500 Rs 2,000/- 1 crores
16 Thermacol Box 500 Rs 2,000/- 1 crores
17 Temiphos (ltrs) 50%
EC
1750 ltrs Rs 22,000/- 1 crores
18 Pyrethrum Extract 2%
(lts)
1500 ltrs Rs 36,000/- 1 crores
19 Broom Sticks (Bundle
of 100 sticks)
7077 Rs 4,000/- 1 crores