Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
1
ESIC
E-TENDER ENQUIRY FORM FOR SUPPLY OF LAB CHEMICALS & KITS
E-Tender Enquiry Form – Free of cost
CONTENTS
Tender Letter
Terms & Conditions with Annexure
Check List of the Documents
Item Schedule
EMPLOYEE’S STATE INSURANCE CORPORATION HOSPITAL
SHREE MAA ANANDMAYEE MARG, OKHLA PH-1,
NEW DELHI – 110 020
LAST DATE OF SUBMISSION OF ONLINE: 12/02/2021 till 11:00 AM.
For any further clarifications/queries for e-Procurement Portal, please contact at:
Email id for Support / Helpdesk - https://eprocure.gov.in/eprocure/app
Email ID: [email protected] Phone No-- 01126818902
EMPLOYEES' STATE INSURANCE CORPORATION
HOSPITAL OKHLA PH-1 ,NEW DELHI-110020
E-Tender Enquiry No.114-U-16/53/03/ Lab Chemicals & Kits /2020-ESI OKH Dated: 20/01/2021
Medical superintendent ESICH Okhla, New Delhi invites online e-Tender Enquiry No. 114-U-16/53/03/
Lab Chemicals & Kits /2020-ESI OKH for Delhi & Noida ESIC Hospitals, the Rate Contract for supply of
Lab Chemicals & Kits, through e-procurement portal of ESIC - https://eprocure.gov.in/eprocure/app
BRIEF OF ESIC RATE CONTRACT
1. It is proposed to enter into a Running Rate Contract with bidder(s)/ firm(s) which fulfill the eligibility criteria approved by Medical Superintendent ESIC Hospital Okhla, Delhi for supply of Lab Chemicals & Kits
/ items enumerated in the schedule annexure A. The eligibility criteria have been given in the terms and
conditions. Bidder(s)/ Firm(s) intending to participate in the rate contract should first ensure that they fulfill
all the eligibility criteria as prescribed under the terms and conditions, otherwise the tenders will be summarily
rejected.
www.esic.nic.in
https://eprocure.gov.in/eprocure/appmailto:[email protected]://www.esic.nic.in/
2
2. The Rate Contract will be governed by the terms and conditions enclosed with this Tender Enquiry and no modifications / alterations etc. are allowed in any case. If any modification / alteration is proposed or any
other condition advanced by the bidder, it shall be ignored and the bid will be disqualified.
3. Bidder is therefore advised to tender rate quotations only if the terms and conditions as prescribed by ESIC Hospital Okhla are acceptable to them in its entirety and they fulfill all the eligibility criteria.
4. To participate in e-tender, bidder should register - https://eprocure.gov.in/eprocure/app. The bidder(s) should complete all stages of online bid submission through e-procurement portal of ESIC i.e.
https://eprocure.gov.in/eprocure/app. Bidders should not wait for the last date. They are requested to complete
the process of online bid submission well before the closing, in order to safeguard their own interest.
5. Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid
Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on
the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on
the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app
5(a) REGISTRATION
i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrollment” on the CPP
Portal which is free of charge.
ii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a
password for their accounts.
iii) Bidders are advised to register their valid email address and mobile numbers as part of the registration
process. These would be used for any communication from the CPP Portal.
iv) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class
II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CSCA
India (e.g. Syfy / nCode / eMudhra etc.), with their profile.
v) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC’s to others which may lead to misuse.
vi) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.
5(b) SEARCHING FOR TENDER DOCUMENTS
There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several
parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There
is also an option of advanced search for tenders, wherein the bidders may combine a number of search
parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for
a tender published on the CPP Portal.
i) Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would
enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued
to the tender document.
ii) The bidder should make a note of the unique Tender ID assigned to each tender; in case they want to
obtain any clarification / help from the Helpdesk.
https://eprocure.gov.in/eprocure/app
3
5 (c) PREPARATION OF BIDS
i) Bidder should take into account any corrigendum published on the tender document before submitting
their bids.
ii) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the bid
documents have to be submitted, the number of documents - including the names and content of each of the
document that need to be submitted, any deviations from these may lead to rejection of the bid.
iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents
may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned
document.
iv) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g., PAN
card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My
Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents
may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again
and again. This will lead to a reduction in the time required for bid submission process.
5(d) SUBMISSION OF BIDS
i) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
ii) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
iii) Bidder has to upload the specified “Bid Security Declaration” in this Tender document under the
technical Specification.
iv) Bidders are requested to note that they should necessarily submit their financial bids in the format provided
and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender
document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to
download the BoQ file, open it and complete the white colored (unprotected) cells with their respective
financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the
details have been completed, the bidder should save it and submit it online, without changing the filename. If
the BoQ file is found to be modified by the bidder, the bid will be rejected.
v) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for
referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should
follow this time during bid submission.
vi) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of
bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128-bit encryption
technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the
server is subjected to symmetric encryption using a system generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender
documents become readable only after the tender opening by the authorized bid openers.
vii) The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
viii) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the
portal), the portal will give a successful bid submission message & a bid summary will be displayed with the
bid no. and the date & time of submission of the bid with all other relevant details.
ix) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.
5(e) ASSISTANCE TO BIDDERS
i) Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.
4
ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general
may be directed to the 24x7 CPP Portal Helpdesk.
Helpdesk Contact No.
1. 0120-4200462
2. 120-4001002
3. 0120-4001005
4. 0120-6277787
Email Address: - [email protected]
6. E-TENDER SCHEDULE
SNo. Details Dates & time
1. Period of availability of e-Tender
Enquiry document on ESIC website-
www.esic.nic.in and ESIC e-
Procurement portal-
https://eprocure.gov.in/eprocure/app
21/01/2021 to 11/02/2021 upto 11:00
AM
2. Pre-bid Meeting 28/01/2021 at 11:00 AM
At administrative block, 8th floor,
ESIC Hospital Okhla, New Delhi-
110020.
3. Opening of Online Technical Bid 12/02/21 at 11.00 AM
at administrative block, 8th floor, ESIC
Hospital Okhla, New Delhi-110020
4. Bid Submission start date 21/01/2021 after 04.00 PM
5. Last date of Online Technical Bid
11/02/2021 upto 11:00 AM
6. Opening of Price Bid Will be communicated over Email to
the bidders who are found
technically eligible
7. Validity of Bid 180 days from the date of opening of
e-Tender
If the date of opening of tenders is declared a public holiday, the tenders shall be opened on the next working
day at the same venue and time.
7 Pre-bid Meeting
The objective of the pre-bid meeting is to answer the doubts/queries related to the provision of this e-tendering.
It is requested to send Queries/doubts for Pre-bid meeting on e-mail address [email protected] three
days before the schedule date so that solutions & clarifications can be prepared timely.
8. Earnest Money
Should submit required Earnest Money declaration (Bid security undertaking) as per annexure ‘K’or relevant
valid Exemption Certificate.
9. Online Technical Bid Details:
a. The bidder should upload all the certificates / documents for the items tendered online in Technical Bid. The tender shall be liable to be rejected if complete documents/certificates/undertaking/annexure are not
uploaded in time.
b. Online Technical Bids will be opened on 12/02/2021 at 11:00 AM at the Administrative block, 8th floor, ESIC
5
Hospital Okhla, New Delhi-110020 in presence of representatives of the bidder(s)/ firms having an authority
letter(on letterhead of the firm) for representation from the firm along with their identity proof in support or
acknowledgement slip of bid submission .
10. If any representative of the bidder(s)/firm(s) fails to be present during the bid opening meeting, their presence will not be marked later in any circumstances. The presence /absence of any representative of the
bidder(s)/firm(s) shall be the sole responsibility of the firm.
11. The bid meeting will be conducted by the Medical Superintendent ESIC Hospital Okhla, Delhi, in the manner and procedure as prescribed and confirmation will be obtained from all the participant(s) / representative(s) of
the bidder(s)/firm(s) attending this bid meeting.
12. If the date of opening of tender is declared a public holiday, the tenders shall be opened on the next working day at the same venue and time.
13. Technical Evaluation: - Technical evaluation of bid will be evaluated in two stages. i) Technical evaluation on the basis of documents to examine the eligibility and other prescribed conditions.
ii) Only the Bidders who qualify the (i) above will be asked to submit one sample for each quoted item for Evaluation/Examination/Testing at the designated location (Delhi/Noida) decided by the competent
authority. Item(s) not found as per the tender technical specifications and are technically unfit in such
evaluation, will be declared rejected/non-responsive for that quoted item. The samples shall be the property
of ESIC and shall not be returned back and will not be adjusted against the supply.
14. Price Bid Online:
The Bidder has to fill Annexure 'P' online. Online Price Bid of only those bidder(s) who are found technically
eligible will be opened. The communication through email will be sent to the technically eligible bidder(s).
NOTE: -
1) It is sole responsibility of participating bidder to check further notification(s) / update(s)/ corrigendum(s), if any on ESIC website - www.esic.nic.in & ESIC e-Procurement portal - https://eprocure.gov.in/eprocure/app
2) After uploading all the documents/ certificates/ Annexure(s)/ Affidavits etc. online, the participating bidder should check by downloading themselves to see if documents are uploaded correctly and they are legible to
read.
Medical Superintendent
ESIC Hospital Okhla
TERMS AND CONDITIONS FOR GOVERNING THE RATE CONTRACT
A. GENERAL CONDITION
1. This rate enquiry is for the purpose of executing Rate Contract for supply of Lab Chemicals & Kits in ESIC
Hospitals of Delhi & Noida. The rates quoted and accepted by the Medical Superintendent, ESICH Okhla
Delhi, shall be valid for the quantities that may be purchased from time to time during the course of the
contract.
2. The quotations shall remain open for acceptance for 180 days (One hundred Eighty days) from the date of
opening of tender.
3. The Medical Superintendent, ESICH Okhla Delhi, reserves the right to reject any or all offers including the
lowest quotation without assigning any reasons whatsoever. The Medical Superintendent, ESICH Okhla
Delhi, will also have the authority to accept bidder's offer in respect of any one or more of the items for which
bidders may have quoted and his/her decision in this respect shall be final.
6
4. The Medical Superintendent, ESICH Okhla, Delhi, reserves the right to invite separate quotations in his/her
sole discretion, to effect purchases outside this contract in the event of any urgent demand arising in a locality
where no stocks are held or otherwise.
5. ESIC will be entitled to proceed against the participating bidder/ firm before the court of law or otherwise to
protect its rights and remedies available under law.
6. Bidder will have to furnish documents in support of the information given in the tender. Original documents
shall be submitted for verification as and when required.
7. The bid submitted by bidder(s)/firm(s) who are debarred/blacklisted in last three years by the ESI
Corporation/any other Govt. Institution for participation in ESI Rate Contract/any other Govt. Institution will
not be considered for award of Rate Contract till the period of debarring (as on the last date of bid submission)
so they need not to apply.
8. In case of any attempt for cartelization by bidder with a view to hike up the prices, all bids will be rejected
and the bidders will be debarred for two years.
9. The bidder, if selected, will have to supply Lab Chemicals & Kits directly to the ESIC hospitals of Delhi &
Noida, through their registered office/Clearing & Forwarding Agent /Authorized Dealer of OEM.
10. Validity of the Rate Contract is one year from the date of finalization of the contract, but in case of
exigencies, period can be extended at same terms & conditions with mutual consent of both parties for next one
year.
11. Rates for only such items, which can be supplied immediately on demand or latest within six weeks of the
placing of supply order throughout the period of contract as indicated above, may be quoted.
12.NOC for facility regarding import license for raw materials etc., will not be given by the ESIC.
13.The selected Firm(s) shall not be allowed to transfer, assign, pledge or sub-contract its rights and liabilities
under this contract to any other agency/agencies without prior written consent of Medical Superintendent ESIC
Hospital Okhla, New Delhi. If it is found that the firm has given sub-contract for Supply of Lab Chemicals &
Kits Items on the basis of procurement/supply order, the contract shall stand cancelled, the performance security
shall stand forfeited and any other suitable action deemed fit can be taken up by ESIC.
14. Any effort by the tenderer to influence the ESIC in the Corporation’s bid evaluation, bid comparison, or
contract award decision may result in the rejection of the Tenders bid.
15. Company / Authorized signatory to submit Employer code no. percentage copy of the last three
contributions towards ESI in case factory is covered under ESI Act (If applicable).
16. The preference will be given to purchase through GeM in case of availability of any item of this Rate
contract by the purchasing unit.
B. ELIGIBILITY CRITERIA
1. BIDDER CAN BE A: -
(i) Manufacturer (holding valid manufacturing & marketing license)
or
(ii) Direct Importer (holding valid import and sale license)
or
(iii) Authorized Distributors with valid marketing license. The authorized distributor has to upload the
Manufacturing License and authorization letter of the respective manufacturer.
7
Note:- The above (i)/(ii) /(iii) bidders should be in marketing/manufacturing of Lab Chemicals & Kits. since
last three years as on 31st March 2020 and is continuing with the same business consistently. (An Affidavit for
the same as per Annexure-J).
2. EARNEST MONEY : -
Bidder has to submit required Earnest Money declaration (Bid security undertaking) as per annexure ‘K’or
relevant valid Exemption Certificate.
3. The bidder has to give the information and documents about the firm as per Annexure B. (copy to be
enclosed)
4. The tender will not be considered if the participating bidder /firm is blacklisted /debarred by any
Government Institution/Organization. The Bidder should submit an undertaking in this regard as per
Performa in Annexure-J.
(i) Participating bidder/ firm is blacklisted/debarred and have been blacklisted/debarred by any Govt.
institution/ Organization during the last three years for manufacturing/Importing/supplying sub- standard
Lab Chemicals & Kits /Other items or on any other grounds. An affidavit duly notarized on stamp paper
in clear and unambiguous language must be submitted (as per Annexure-J).
(ii) Participating bidder/ firm is convicted in an offence under the Prevention of Corruption Act 1988,or as
amended from time to time. Participating bidder/ firm is convicted in an offence under the Indian Penal
Code or any other law for the time being in force, for any cause of life or property or causing a threat to
public health as part of execution of a public procurement contract. An affidavit duly notarized on stamp
paper in clear and unambiguous language must be submitted. (As per Annexure-J)
(iii) Participating bidder/ firm is convicted by any court of law in any matter related to
manufacturing/importing/supplying sub- standard Lab Chemicals & Kits Material/Other items or on any
other grounds. Participating bidder/ firm should submit a non-conviction notarized affidavit (as per
Annexure -J.)
(iv) The firm/company/corporation and any of its Director/Proprietors/Partners/Authorized signatories should
not be convicted / or a criminal case filed against or pending in any court of India by any department of
Government under Prevention of Corruption Act or for cheating/defrauding Government/Embezzlement
of Government fund or any criminal conspiracy in the said matter. (as per Annexure -J.)
5. The Participating bidder/firm shall submit an unconditional undertaking to supply Lab Chemicals & Kits
of standard quality as prescribed under the provisions of Drug and Cosmetic Act, 1940 or as amended
from time to time. The bidder shall also undertake not to supply items “Not of standard”, “Grossly
sub-standard” and “Spurious and adulterated” as per the guidelines issued by the Drug Controller of
India from time to time (as per annexure J).
6. The bidder must quote items which are either marked BIS/European CE/US FDA as per item specifications
mentioned in Annexure-A. For such items, the bidder will be eligible if it possesses and submits valid
BIS/European CE/US FDA certificate/license issued by Bureau of Indian Standards/ European CE/US
FDA for each quoted item as per Annexure-A.
7. For the item(s) quoted in the tender enquiry, participating bidder/ firm will have to submit Original Label
of all quoted items.
8. Participating bidder / firm will have to submit the samples on demand with brochure/catalogue. Every
sample must be super scribed with the name of the bidder/firm, Tender No, Item No. in a separate envelope
8
duly sealed and stamped by the bidder. If bidder fails to submit the samples within the period specified,
the bid of the firm for that item(s) will be summarily rejected.
9. Participating bidder/ firm should submit an undertaking on a notarized affidavit stating that they will comply
with all the statutes & legislation regarding manufacturing, import, sale and supply of items in India as
per the applicable Act/Enactments issued by the Government of India/State Governments. (as per
annexure-J)
10. The participating bidder/ firm should submit a guarantee bond on an affidavit duly signed by the Notary
(as per annexure-J)
11. The list of items for which the offer is being made should be given as per the format given in Annexure-A.
All the columns of Annexure-A should be properly filled up and no column should be left blank.
12. Bidder has to submit Annexure “F”.
13. The Bidder should submit an affidavit, stating that the item(s), which are being quoted, are not banned
under The Drug and Cosmetic Act 1940 as amended from time to time / any other provision of law as
prevailing in India. (as per annexure -J)
14. One OEM cannot authorize more than one distributor for same items, and no authorized distributors can
quote same item of more than one OEM. (As per annexure J)
15. All the Annexure’s (A, P and Detail of manufacturing Licenses) are to be properly filled and Annexure’s
(B, C, F, G, I, J, and K) to be uploaded, otherwise tender will liable to be rejected.
16. The Bidder must provide minimum three evidences of Satisfactory Performance Certificates on Official
Letter-head supported with copy of corresponding supply/work order, for preceding three consecutive
years issued by the Government Hospitals/ PSU/Govt. Health Institution against the supply/work order of
Lab Chemicals & Kits. (In view of COVID-19 Pandemic situation, to accommodate the bidders, preceding
three years will be understood as Financial year (1st April 2017 to 31st March 2020) or Calendar Year (1st
Jan 2018 to 31st Dec-2020).
17. The Bidder should submit Certificate of Make in India as issued by the concerned ministry of Government
of India notified by Ministry of Health and Family Welfare, Government of India (as applicable) and
issued before/on 31st March 2020, accordingly bidder / firm qualifying the above criteria will be given
purchase preference (as applicable) as per extant Guidelines of Govt of India.
C. TURNOVER CRITERIA
Turnover for Bidder: -
(i) Participating bidder should have minimum annual turnover of Rs. 6.0 Crore (Six Crores Only)
each of the last three preceding financial years (2017-18, 2018-19, 2019-20) duly counter signed by
registered Chartered Accountant.
9
(ii) Participating Bidder will have to submit audited financial statement by registered Chartered
Accountant for last three preceding financial years (i.e. 2017-18, 2018-19, 2019-20) in support of the
annual turnover.
D. Performance Security: - All Successful bidders for L-1 (1st Preference) or L-2/L-3 (2nd Preference/3rd
Preference) will have to deposit the performance Security in the form of Performance Bank Guarantee of
Scheduled Commercial Bank.
a) Performance security for a bidder having selected item at L-1 (1st Preference) will be Rs.4,50,000/- (Rupees Four Lakh fifty thousand Only) for Category” A”, Rs.3,60,000/- (Rupees Three lakh sixty
thousand Only) for Category “B”, Rs. 6,30,000/- (Rupees six Lakh thirty thousand Only) For Category
“C” and Rs.3,60,000/- (Rupees Three Lakh sixty thousand Only) for Category “D”. (Category as per
Annexure- “A”)
b) Performance security for a bidder having selected item at L-2/L-3 (2nd Preference/3rd Preference) in any Category will be 50% of L-1 of each category, in case any item of the bidder is not selected for L-1 (1st
Preference) in any Category. (Category as per Annexure- “A”)
c) However, the bidder having selected item(s) at L-1 (1st Preference) need not to submit any separate performance security for item at L-2/L-3 (2nd Preference/3rd Preference).
d) Medical Superintendent ESIC Hospital Okhla Delhi will be at liberty to apportion any amount due and payable by the bidder to ESIC in respect of Non-Supply / Non-Performance/ Risk Purchase by the ESIC/
against item(s) of “Not of Standard Quality” or any other amount which becomes payable by the bidder
in favour of ESIC by virtue of the terms and conditions agreed herein and recover the same from the
Performance Security. No appeal shall lie with any authority against the decision taken by him in
pursuance of this clause.
e) The Performance Security deposit can be forfeited any time during the currency of rate contract by the order of Medical superintendent ESIC Hospital Okhla Delhi, in the event of any breach or negligence
or non- observance of any condition of contract or unsatisfactory performance or submitting any false/
forged documents.
E. MARKING/LABELLING:
Each packing shall be printed with nomenclature of the item and shall be labelled in accordance with the
requirement of the Drugs and Cosmetics Act, 1940 (as amended) and the rules made there under. Packing
& packaging of each Item must comply with the procedure as per the rules made there under.
F. PACKING:
I. Responsibility for proper packing:
The contractor will be held responsible for the stores being sufficiently and properly packed for
transportation so as to ensure their being free from loss or injury on arrival at their destination.
The packaging of the stores will be done by and at the expense of the contractor.
II. Free supply of Packing material:
All packing cases containers, packing and other similar materials shall be supplied free by the
contractor and same will not be returned unless otherwise stated in the Schedule thereto.
III. Packing Note:
Each bale or package shall contain a packaging note quoting specifically the name of the
contractor the acceptance of tender or supply or repeat order number and date, the name of the
purchase organization who placed the contract, the designation of the stores and quality
contained in the bale or package.
G. SHELF LIFE AS ON DATE
a. For item(s) having shelf life of Two years or less: As on the date of delivery, item should not be older
than one fourth (1/4) of its shelf life from the date of manufacture.
b. For item(s) having shelf life more than Two years: As on the date of delivery, item should not be
older than one sixth (1/6) of its shelf life from the date of manufacture.
c. For Imported Items: As on the date of delivery, item should have a minimum 50% of its shelf life
from the date of manufacture.
10
H. TESTING OF ITEMS
I. Regular and random testing of item(s) will also be undertaken by ESI from Govt./Govt. approved
laboratories as applicable, at any time during the shelf life or whenever any defect is noticed.
II. The report of the Govt./Govt. approved laboratory shall be accepted by the RC holder firm. In case
the same is disputed by the RC holder firm, the report of the Appellate Laboratory only will be accepted
as final. However, the same should be submitted within three months, from the date of communication
of the disputed test report to the RC holder firm. For this, the RC holder firm should approach the
concerned Drug Control Authorities for getting the items tested, as per procedure, from the Appellate
Laboratory.
I. Quality Control
I. The stores offered should comply with the provisions of the Drugs and Cosmetics Act, 1940 and the
Rules made there under.
II. While quoting against items with BIS/European CE/US FDA Mark, it should be ensured by the
bidder/firm that BIS/European CE/US FDA code number is/are indicated on quotation and at the time
of making of the supplies, it should be ensure by the RC holder that the items supplied has BIS/
European CE/US FDA Mark as well as Code Number, as is the statutory requirement of the Bureau of
Indian Standards /European/American Standards. The attested copy of the valid BIS Marking/ European
Marking/American Marking license, issued by concerned statutory body should be enclosed along with
the quotation.
III. If any item supplied against this Rate Contract are found to be not of standard quality on inspection
by Competent Authority, the RC holder firm will be liable to replace the entire quantity and the cost of
replacement will be born by the supplier.
IV. If at any stage, the quality of articles is found of poor quality/different technical specification, the
supplied item shall be rejected and no payment shall be made for this rejected item supplied. The rejected
items must be removed by the firm within Two weeks of date of intimation of rejection at their own
cost. In case rejected items are not removed; it will be destroyed at the risk, responsibility & cost of the
Firm.
V. If single item/ Batch of item is declared NSQ (Not of Standard Quality) under this ESIC Rate
Contract/s.
• Recall of the NSQ item immediately from all ESIC Hospital, User Units. Replacement of the
qty of NSQ item to ESIC Hospitals User Units by RC holder. Recovery to be initiated by the
DDO’s wherever payment had been made already.
• Rate Contract Holder/firm will be liable to pay damages / compensation (if any) to individual/
individuals arising due to consumption of item declared NSQ.
VI. If more than one item / Batch of item belonging to any individual Bidder/firm is declared NSQ
within a year in this ESIC Rate Contract.
• Recall of the NSQ item immediately from all ESIC/ ESIS User Units. Replacement of the qty
of NSQ item to ESIC hospitals User Units by RC holder. Recoveries to be initiated by the
DDO’s wherever payment had been made already.
• Rate Contract Holder/ firm will be debarred for further supply of the said NSQ item in the
currency of the Rate contract.
• Debarring of Rate Contract Holder/firm immediately from current and all future ESIC Rate
Contracts for a period of two years.
• Rate Contract Holder/ firm will be liable to pay damages/ compensation (if any) to individual/
individuals arising due to consumption of item declared NSQ.
• Forfeiture of performance security of the Rate Contract holder in the respective ESIC Rate
Contract.
•
11
J. Purchase Order
a). After the quotations have been accepted by the Medical Superintendent ESIC Hospital Okhla, purchase
orders will be placed by the Medical Superintendent of ESIC Hospitals of Delhi/ Noida as per
Schedule attached, who for the purpose of this Rate Contract, shall be designated as Chief Direct
Demanding Officer and will exercise the powers of Medical Superintendent ESIC Hospital Okhla
Delhi in all matters connected with the execution of supplies and/or wherever specifically provided in
the terms and conditions of the Rate Contract. The Chief Direct Demanding Officer can also designate
any of his subordinate Officer as Direct Demanding Officer (DDO) to operate this contract.
b). Purchase order(s) will be placed from time to time during the currency of the contract in which the
exact quantities required on each occasion together with the date of delivery shall be specified by the
Direct Demanding Officer(s).
c). No guarantee can be given as to the minimum quantity which will be drawn against this contract but
the RC holder firm will supply quantity as may be ordered by the Direct Demanding Officer(s) during
the currency of the contract.
d). Purchase order(s) against the contract will be accepted as long as these reach the RC Holder/ firm on
or before last date of the currency of the contract. Purchase order(s) received during the closing days
should be complied within due course, in accordance with the contract, even though in some cases
owing to contract having expired, supplies are to be executed after the expiry of the last date of
contract.
e). The ESI Corporation has the right to purchase the contracted items from other
tenderer/manufacturer/supplier/market if needed and the firm shall not object or claim to make the
purchase from him/her only.
f). A valid Email ID to be provided for placing the purchase order as per annexure B. Any change in email
ID should be communicated in time to all concerned Hospitals.
K. Delivery Period of the Purchase Order
a) DDOs will send scanned copy of the Purchase order(s) through the email provided, followed by
Registered AD post.
b) Delivery Period will be of six weeks from the date of receiving of the purchase order by RC holder and
the RC holder/ firm shall, execute the purchase order within stipulated time.
c) During transit RC Holder/ firm should maintain the recommended temperature of the item(s) (wherever
indicated), otherwise if on checking it is found that temperature has not been maintained, supply
against the said order is liable to be rejected and cancelled. It will be counted as a non-supply.
d) In case of failure to supply, the Corporation reserves the right to purchase the stocks from other sources
as risk purchase, i.e. purchase from any other RC Holder/firm or firms, in the rate contract or from
outside the contract at the discretion of the Direct Demanding Officer concerned at a competitive rate.
e) In all contracts, for the items which are labelled with 'ESI SUPPLY' mark, including rejected items, it
is a condition of the contract that such items will not be sold by the RC Holder to the public / open
market. The M.R.P. of the supplied item/items should not be printed/visible on the label.
f) In case the ESIC Hospital Okhla Delhi decides to cancel the contract, the mode of repurchase will be
at the discretion of the Medical Superintendent ESIC Hospital Okhla Delhi only.
12
L. Penalty for non-supply/late supply
a) If the RC Holder/firm fails to execute the supply order within the stipulated period of six weeks, a penalty
of two (2) per cent of the value of the order calculated at the contract rate per week or a part of a week will
be levied. The maximum penalty for late supply shall not exceed 10% of the total value of the order/orders.
The RC Holder/firm can seek extension of the delivery period with the prior consent of the concerned
Director Demanding Officer(s), if it is not in a position to execute the order in time. Such extension is
permissible for a maximum period of 5 weeks only, but penalty will be levied. The extension of delivery
period cannot be claimed as a matter of right but will be at the discretion of concerned Direct Demanding
Officer.
b) If the items are not supplied by the schedule date (as indicated above or by the extended date) full or in
part, the order in respect of the quantity not supplied is liable to be cancelled at the risk and expense of RC
Holder/firm. The extra expenditure involved in procuring supplies from elsewhere will, in that case, be
recoverable from the RC Holder/firm, in full at discretion of Direct Demanding Officer(s). The recoveries
thus due will be deducted from any sum payable by the Direct Demanding Officer or which at any time
thereafter may become payable under this contract or any other contract placed with bidder by the Direct
Demanding Officers. He will be deemed to be exercising the powers of Medical Superintendent ESIC
Hospital Okhla Delhi in case any such exigency arises. Apart from risk purchase action, the bidder's the
Performance security deposit may be forfeited and shall invite other penal action like debarring from
participating in ESI Corporation Rate Contract present and future for a period of not less than two years.
c) If the RC Holder/firm fails to execute the supply order three times at any location of ESIC Hospital
Delhi/ Noida, during the period of rate contract, it shall be debarred for the next two years with effect from
the last failure and forfeiting of Performance Security.
M. Quoting of Price
a.The price charged for the stores supplied under the agreement or the rate quoted by bidder for supply of
item(s) to the Medical Superintendent ESIC Hospital Okhla Delhi, whichever is lower, shall in no event
exceed the lowest price at which the bidder sells the stores of identical description to any other person(s)
during the said period of agreement. If at any time during the said period, the bidder reduces the sales
price of such stores or sells such stores to any other person at a price lower than the price chargeable under
the agreement, he shall forthwith notify such reduction in sale price to the Medical Superintendent ESIC
Hospital Okhla Delhi, and Direct Demanding Officers and the price payable under the agreement for the
stores supplied after the date of its coming in to force will be the reduced price. The approved price in
Rate Contract shall stand correspondingly reduced. The preference in the Rate contract will not be changed
till any further fresh instructions.
b. The price must be quoted F.O.R Destination per unit as shown in the schedule annexed and should be
exclusive of GST but inclusive of all charges for packing and forwarding.
c.GST, if extra, where legally leviable and intended to be claimed, should be distinctly shown separately
along with the price quoted, where this is not done, no claim of GST will be admitted at any later stage
and on any ground whatsoever.
d. The purchaser will not pay separately for transit insurance and the bidder will be responsible for
delivery of items covered by the supply order in good condition at the specified destination and for this
purpose freight, insurance, octroi etc., if any, will have to be borne by the bidder.
13
e.The consignee will, as soon as possible, but not later than 30 days of the date of arrival of stores at
destination, notify the RC Holder/firm, of any loss damage to the stores, that may have occurred during
the transit.
N. Payment:-
a. Payment for the supply will normally be made within 4 to 6 weeks (after receipt and acceptance of the
items) directly by the Direct Demanding Officer(s) or through nominees to whom bills are submitted.
Notwithstanding any omission or shortcoming in the supply order it is incumbent upon the RC Holder/
firm to supply the items as per the specifications of the relevant rate contract.
b. Any dues or payments that have arisen to the Corporation from the RC Holder /firm for which no
specific time limit has been laid down in the terms and conditions shall be payable by the bidder/firm
within such time limit as may be prescribed in the letters/orders addressed to the RC Holder /firm.
c. Any payments that have been demanded as per the provisions of above clause b or under any other
clause shall be payable within the time laid down. On failure to do so: -
i) The RC Holder /firm shall be liable to be debarred for supplying items etc. to the Corporation for a
period not exceeding two years.
ii) The RC Holder /firm is liable to be prosecuted in court of law.
O. ARBITRATION
a. In the event of any dispute or difference arising under these conditions or any special conditions or
contract or in connection with this contract, except as to any matters the decision on which is specially
provided for by these or special conditions the same shall be referred to a sole arbitrator duly appointed
by ESIC. The Arbitration & Conciliation Act, 1996 (As amended in the year 2016) and the Rules made
thereunder and for the time being in-force shall apply to the arbitration proceeding under this clause. The
venue of the Arbitration will be Delhi only. The Arbitration will be conducted in English Language. The
award of the Arbitral Tribunal shall be final, conclusive and binding on the parties to the agreement.
b. Work under the contract shall, if reasonably possible, continue during the arbitration proceedings and
no payment due to or payable by the purchaser shall be with-held, on account of such proceedings.
c. Notwithstanding any omission or shortcoming in the supply order it is incumbent upon the RC Holder
/firm to supply the items as per the specifications of the relevant rate contract.
P. JURISDICTION
All the disputes relating to this tender enquiry and Rate Contract arising out of the arbitration proceedings
shall be subject to the territorial jurisdiction of Courts at Delhi only.
Q. GOVERNING LAWS
The contract shall be governed in accordance with the law prevailing in India, Act, Rules, Amendments
and orders made thereon from time to time.
R. INDEMNIFICATION
The RC holder/Tenderer shall indemnify the purchaser against all actions, suit, claims and demand or in
respect of anything done or omitted by RC holder/Tenderer in connection with the contract and against
any losses or damages to the purchaser/ESIC in consequence of any action or suit being brought against
the RC holder/Tenderer.
14
S. SAVING CLAUSE
In case this contract or any portion thereof shall be invalidated on any ground by any court of
competent jurisdiction, no suits, no prosecution or any legal proceedings shall lie against the
officials of ESIC and or any person associated with the ESIC for anything that is done in
good faith or intended to be done in pursuance of tender.
T. RATE REVISION
1) Successful bidders shall not be entitled to any rate revision for any reason except that allowed by
Government of India.
2) Any increase in price will not be entertained during the contract period.
3) In case, revision of rate is not accepted by the ESI Corporation, such decision should be treated as final.
U. INSPECTION
The Medical Superintendent ESIC Hospital Okhla Delhi, reserves the right for Inspection of the Bidder(s)/
firm(s) participating in the tender, by the officer(s) appointed. They can carry out inspection for assessing
the quality /capacity/capability/eligibility of the Bidder/ firm to make supplies on the basis of ESI Rate
Contract and to ensure that the provisions of the Drugs and Cosmetic Act, 1940 (or as amended) are being
followed by firm. The decision of the Medical Superintendent ESIC Hospital Okhla Delhi, shall be final
in this regard.
V. PHARMACOPOEIA SPECIFICATION
IP/BP/USP etc. (if applicable) should be clearly mentioned against each item/constituent of the
formulation quoted as per the provisions of Drug and Cosmetics Act 1940 (or as amended).
W. SIGNING OF THE TENDER:
1. The tender is liable to be rejected if complete information is not given therein or if the particulars and date
(if any) asked for in the schedule to the tender are not filled in. Individual signing the tenders or other
documents connected with the contract must specify whether he signs as: -
i) A sole proprietor of the firm or constituted attorney of such sole proprietor.
ii) A partner of the firm, if it be a partnership firm in which case, he must have authority to refer to
arbitration disputes concerning the business of the partnership/agreement or a power of attorney under
relevant laws.
iii) Authorized Attorney of the firm if it is a company.
2. Any concealment, misrepresentation on the part of the firm shall warrant strict action which may extend to
cancellation of the tender or subsequent award. Such cancellation shall be at the sole risk of the firm /
individual signing the tender or submitting any other document.
3. In case of W(1) (ii) a copy of partnership agreement attested by a Notary Public should be furnished or an
affidavit on stamped paper by all the partners admitting execution of the partnership of the general power
of attorney should be furnished.
4. In the case of partnership firms, where no authority to refer disputes concerning the business of the
partnership has been conferred on any partner, the tender and all other related documents must be signed by
each partner of the firm.
15
5. A person signing the tender form or any documents forming part of the contract on behalf of another shall
be deemed to warrant that he has authority to sign the same and, if on enquiry it appears that the person so
signing had no authority to do so, the purchaser may without prejudice to other civil and criminal remedy
cancel the contract and hold the signatory liable for all costs and damages.
6. The tender will be rejected if: -
i. The bidder/ firm submits conditional tender.
ii. "No tax" quotations are not supported by a proof.
iii. All the papers are not complete.
iv. More than one type of rates is quoted for one product.
v. If it is not legible and cuttings/over writings are not attested by the authorized signatory along with
seal.
vi. The rates quoted are not found both in figures and words. The unit for which rate is quoted should be
clearly specified.
vii. If a firm quotes NIL charges/consideration, the bid shall be treated as unresponsive and will not be
considered.
7. Each page of photocopy of various papers/certificates attached/uploaded should be self-attested by
authorized signatory.
8. It is mandatory for all bidders to submit the tender online through e-procurement portal of
https://eprocure.gov.in/eprocure/app. The terms & conditions of the present e-Tender Enquiry Form for
Rate Contract are binding upon the firms / Bidders. The submissions of the online tender shall construe a
concluded agreement for the purpose of invocation and enforcement of the terms & conditions of the online
tender.
9. No claim for the payment from RC Holder/Firm shall be entertained after the lapse of three years of arising
of the claim.
10. Once a tender is submitted, it will be responsibility of the tenderer not to escape half way directly or
indirectly by way of raising any problem. Withdrawal of tender will be allowed before the date of opening of
tender.
X. After opening of tender: -
Withdrawal of the Tender will not be allowed under any circumstances.
The finally successful bidders will be offered a letter of award of contract, and it is the
responsibility of bidder to submit the letter of acceptance within a specified period of 21
days.
Y. FORCE MAJEURE: i) . For purposes of this contract, force majeure means at any time during subsistence of contract an event
beyond the control of the supplier and not involving the suppliers fault or negligence and not foreseeable.
Such event may include, but are not limited to, acts of the purchaser either in its sovereign or contractual
capacity, war or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
16
ii). If a force majeure situation arises the supplier shall promptly but not later than 30 days notify the
purchaser in writing of such condition and the cause thereof. 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. Force Majeure will be accepted on adequate proof thereof.
iii. if contingency continues beyond 30 days, both parties will discuss and decide the course of action to be
adopted. Even otherwise, if the contingency continues beyond 60 days then the purchaser may consider for
termination of the contract on equitable terms.
Medical Superintrndent
ESIC Hospital Okhla N. Delhi
17
Annexure-“A”
Item code
Finalized scheduled Items with specifications Finalized
Unit Packing
Offered/ Unit
Valid License
No. as
applicable
Brand
Name, if any
Manufactured
by Distributed by
Remarks (Put NA if
Not
Applicable)
(Category -A) Pathology
1 A.P.T.T. with calcium chloride (liquid stable), in a
pack size of 1 x 3ml/1x4 ml
Per ml.
2 Acetic acid Glacial (AR), in a pack size of 2.5 liters Per Pack
3 Acetic Acid Glacial (AR), in a pack size of 500ml Per Pack
4 Acetone, in a pack size of 2.5 liters Per Pack
5 Acetone, in a pack size of 500ml Per Pack
6 Acid Fuschin, in a pack size of 25gm Per Pack
7 Activated Charcoal, in a pack size of 500 gm Per Pack
8 Alcian Blue, in a pack size of 5gm Per Pack
9 Aluminium Chloride anhydrous, in a pack size of 500gm
Per Pack
10 Aluminium Hydroxide, in a pack size of 500gm Per Pack
11 Aluminium Sulphate, in a pack size of 500gm Per Pack
12 Ammonium Ferrous Sulphate, in a pack size of
500gm
Per Pack
13 Ammonium Oxalate, in a pack size of 500gm Per Pack
14 APTT Control, in a pack size of 12 x 1 ml Per Pack
15 Ammonium Sulphate Crystals, in a pack size of 500gm
Per Pack
16 Barium Chloride (AR), in a pack size of 500gm Per Pack
17 Basic Fuschin, in a pack size of 25gm Per Pack
18 Benedict's reagent (qualitative), in a pack size of 5
liters
Per Pack
19 Benzidine, in a pack size of 50gm Per Pack
20 Biebrich Scarlet, in a pack size of 25gm Per Pack
21 Brilliant Cresyl Blue (powder), in a pack size of 25gm
Per Pack
22 Brilliant Cresyl Blue (soln.), in a pack size of 100 ml Per Pack
23 Carbol Fuschin, in a pack size of 125ml Per Pack
24 Carbol Fuschin basic (strong) powder AR, in a pack
size of 25gm/100gms
Per gm
25 Carbolic Acid (Phenol), in a pack size of 500gm Per Pack
26 Chloroform, in a pack size of 2.5 liters Per Pack
27 Chloroform, in a pack size of 500ml Per Pack
28 Chromic Acid, in a pack size of 500gm Per Pack
29 Copper Sulphate, in a pack size of 500gm Per Pack
18
30 Crystal Violet powder AR/GR, in a pack size of 25gm
Per Pack
31 Cytofix Spray, in a pack size of 100 ml /125 ml each Per ml
32 D.P.X Mount, in a pack size of 500 ml Per Pack
33 D–Dimer, in a standard pack size Per Test
34 Dextrin, in a pack size of 2.5 liter Per Pack
35 Diacetyl Monoxide, in a pack size of 100gm Per Pack
36 Disodium Hydrogen Phosphate AR, in a pack size of 500gm
Per Pack
37 Disodium Tetra Borate, in a pack size of 250gm Per Pack
38 Disposable Embedding Rings (Plastic) for block
making (Assorted sizes), in a pack size of 1000 pieces
Per Pack
39 Disposable Microtome Blade (High Profile), in a
pack size of 50/ 100 pcs
Per blade
40 Disposable Microtome Blade (Low Profile), in a pack
size of 50/100 pcs
Per blade
41 DTT (Di–Thiothreitol), in a pack size of 5gm /10gm per gram
42 E.D.T.A. powder (Dipotassium), in a pack size of 500gm
Per Pack
43 E.D.T.A. powder (Disodium), in a pack size of 500gm
Per Pack
44 Ehrlich's reagent, in a pack size of 100ml Per Pack
45 Eosin, in a pack size of 25gm Per Pack
46 Esbach reagent, in a pack size of 500ml Per Pack
47 Ether (DIETHYL) (AR), in a pack size of 500ml Per Pack
48 Fast Green Stain, in a pack size of 25gm Per Pack
49 FDP kit (Immunoturbidimetric method) standard pack size
Per Test
50 Ferric Ammonium Sulphate (AR), in a pack size of
500gm
Per Pack
51 Ferric Chloride, in a pack size of 500gm Per Pack
52 Ficin 25gm /100 gms Per gm
53 Formalin, in a pack size of 5 liters Per Pack
54 Formalin, in a pack size of 500ml Per Pack
55 Formic acid, in a pack size of 500ml Per Pack
56 Fouchet reagent, in a pack size of 100 ml Per Pack
57 G6 PD kit (non kinetic), standard size Per Test
58 Gelatin, in a pack size of 500gm Per Pack
59 Giemsa powder, in a pack size of 25gm Per Pack
60 Glycerin (AR), in a pack size of 2.5 liters Per Pack
61 Glycerin (AR), in a pack size of 500ml Per Pack
62 Gram's Iodine (soln.), in a pack size of 125ml Per Pack
63 Gram's Safranine (soln.), in a pack size of 125ml Per Pack
64 Haemoglobin fluid (Drabkin soln.) ready to use with
haemoglobin standard, in a pack size of 1 litre
Per Pack
19
65 Hematoxylin, in a pack size of 25gm Per Pack
66 Hexamethylene Hetramine (Methenamine), in a pack size of 250gm
Per Pack
67 Hexamine, in a pack size of 500gm Per Pack
68 Hydrochloric Acid (Conc.), in a pack size of 2.5 liters Per Pack
69 Hydrochloric acid (Conc.), in a pack size of 500ml Per Pack
70 Immersion Oil, in a pack size of 125ml Per Pack
71 Improved Neubaeur Chamber (Silver coated), single unit
Per Piece
72 Iodine Powder, in a pack size of 100gm Per Pack
73 Iron Heamatoxylin, in a pack size of 25gm Per Pack
74 Isopropyl Alcohol, in a pack size of 2.5 liters Per Pack
75 Isopropyl Alcohol, in a pack size of 500ml Per Pack
76 Leishman Stain (Powder), in a pack size of 25gm Per Pack
77 Leishman Stain (soln.), in a pack size of 100ml/500ml
Per ml
78 Light Green, in a pack size of 25gm Per Pack
79 Liquid Ammonia, in a pack size of 500ml Per Pack
80 Liquid Based Cytology System with vials for
collection, transport and solution for preservation, cleaning & lysis of cells to be quoted with stain.
per pack
81 Liquid Based Cytology System with vials for
collection, transport and solution for preservation,
cleaning & lysis of cells to be quoted without stain.
per pack
82 Liquid Paraffin, in a pack size of 500ml Per Pack
83 Lugol's Iodine, in a pack size of 125ml Per Pack
84 May Grunwald Soln., in a pack size of 125ml Per Pack
85 Mercuric Chloride (Analytical Reagent–(AR), in a
pack size of 100gm/ 500gm
Per Gram
86 Mercuric Oxide (AR), in a pack size of 100gm Per Pack
87 Metanil Yellow (AR), in a pack size of 25gm Per Pack
88 Methanamine, standard pack per pack
89 Methanol, in a pack size of 2.5 liters Per Pack
90 Methyl Green, in a pack size of 5gm,25gm Per gm
91 Methylene Blue, in a pack size of 25gm Per Pack
92 Methylene Blue Solution, in a pack size of 125ml Per Pack
93 Urine Test Strips (Minimum 03 Parameters), in a
pack size of 100 strips
Per Pack
94 Myelo Peroxidase Stain, in a pack size of 25 gm. Per Pack
95 New Methylene Blue, in a pack size of 5gm/10gm Per gm
96 Nitric Acid Conc. (AR), in a pack size of 2.5 liter Per Pack
20
97 Oil Red – O, in a pack size of 25gm Per Pack
98 Orange – G, in a pack size of 100gm Per Pack
99 Oxalic Acid (AR), in a pack size of 500gm Per Pack
100 Pap Staining soln. set of three (1a,2b,3b), in a pack
size of 125ml
Per Pack
101 Papain Liquid, in a pack size of 100tu/mg per pack
102 Paraffin Wax (60–62 degree centigrade), in a pack
size of 1kg/2kg
Per KG
103 Per–Iodic Acid for PAS, in a pack size of 100gm Per Pack
104 Phosphomolybdic Acid, in a pack size of 500gm Per Pack
105 Phosphotungstic Acid, in a pack size of 100gm Per Pack
106 Ponceau 2 R, in a pack size of 25gm Per Pack
107 Potassium Dichromate powder, in a pack size of
500gm
Per Pack
108 Potassium Dihydrogen Phosphate, in a pack size of
500gm
Per Pack
109 Potassium Hydroxide (AR), in a pack size of 500gm Per Pack
110 Potassium Permanganate powder, in a pack size of 500gm
Per Pack
111 Potash Alum AR, in a pack size of 500gm Per Pack
112 Potassium Carbonate, in a pack size of 500gm Per Pack
113 Potassium Dihydrogen Orthophosphate 500gm Per Pack
114 Potassium Ferricyanide, in a pack size of 500gm Per Pack
115 Potassium Iodide, in a pack size of 500gm Per Pack
116 Potassium Metabisulphite (AR), in a pack size of 500gm
Per Pack
117 Potassium Oxalate, in a pack size of 500gm Per Pack
118 Pregnancy rapid test kit(single step,
immunochromatographic method) 25/50/100 tests/ pack
Per test
119 Prothrombin Time (Reagent ~ ISI 1.2–1.3) detection
kit in plasma, in a pack size of 4 ml/5 ml/6ml/10 ml
Per ml
120 Pyridine, in a pack size of 100ml Per Pack
121 Reticulocyte fluid, in a pack size of 100ml Per Pack
122 Schiff's Reagent for PAS, in a pack size of 100ml. Per Pack
123 Semen Diluting Fluid, in a pack size of 125 ml Per Pack
124 Silver Nitrate (AR), in a pack size of 25gm Per Pack
125 Sod. Dihydrogen Phosphate, in a pack size of 500 gm Per Pack
126 Sodium Acetate Trihydrate, in a pack size of 500gm Per Pack
127 Sodium Benzoate, in a pack size of 500gm Per Pack
128 Sodium Fluoride, in a pack size of 500gm Per Pack
129 Sodium Hydroxide Pellets, in a pack size of 500gm Per Pack
21
130 Sodium Hypochlorite Solution 5%, in a pack size of 5 liters
Per Pack
131 Sodium Meta Bisulphate 500gm Per Pack
132 Ziehl Neelsen Stain kit–1 set Per Set
133 Sodium Nitroprusside crystals 100gm /500gm Per gm
134 Sodium Suphate Anhydrous (AR), in a pack size of
500gm
Per Pack
135 Sodium Tetraborate, in a pack size of 500 gm Per Pack
136 Sudan Black, in a pack size of 25gm Per Pack
137 Sulphosalicylic Acid, in a pack size of 500gm Per Pack
138 Sulphur Powder, in a pack size of 500gm Per Pack
139 Sulphuric Acid (Conc.) (AR), in a pack size of 2.5
litres
Per Pack
140 Sulphuric Acid (Conc.) (AR), in a pack size of 500ml Per Pack
141 Tetramethyl Para Phenylene di Amino dihydro
Chloride, in a pack size of 5gm
Per Pack
142 Thromboplastin (Lyophilised), in a pack size of 1 x 4 ml/1x3 ml
Per ML
143 Thymol Chloride, in a pack size of 100gm Per Pack
144 Trichloroacetic Acid (T.C.A.), in a pack size of
500gm
Per Pack
145 Tris (Hydroxymethyl–Aminomethane) (Buffer Salt),
in a pack size of 100gm
Per Pack
146 Trisodium Citrate, in a pack size of 500gm Per Pack
147 Wright's Stain, in a pack size of 250 ml Per Pack
148 Xylene, in a pack size of 2.5 liters Per Pack
149 Xylene, in a pack size of 500ml Per Pack
150 Zinc Chloride Solution, in a pack size of 100ml Per Pack
151 Zinc Chloride, in a pack size of 500gm Per Pack
152 Urine test for Hematuria standard pack Per TEST
153 Monoclonal Antibodies – ER, in a pack size of 3 ml Per Pack
154 Monoclonal Antibodies – ER, in a pack size of 6 ml Per Pack
155 Monoclonal Antibodies – ER, in a pack size of 7 ml Per Pack
156 Monoclonal Antibodies – ER, in a pack size of 10 ml Per Pack
157 Monoclonal Antibodies – ER, in a pack size of 12 ml Per Pack
158 Monoclonal Antibodies – PR, in a pack size of 3 ml Per Pack
159 Monoclonal Antibodies – PR, in a pack size of 6 ml Per Pack
160 Monoclonal Antibodies – PR, in a pack size of 7 ml Per Pack
161 Monoclonal Antibodies – PR, in a pack size of 10 ml Per Pack
162 Monoclonal Antibodies – PR, in a pack size of 12 ml Per Pack
22
163 Monoclonal Antibodies – HER2/neu, in a pack size of 3 ml
Per Pack
164 Monoclonal Antibodies – HER2/neu, in a pack size of
6 ml
Per Pack
165 Monoclonal Antibodies – HER2/neu, in a pack size of
7 ml
Per Pack
166 Monoclonal Antibodies – HER2/neu, in a pack size of
10 ml
Per Pack
167 Monoclonal Antibodies – HER2/neu, in a pack size of
12 ml
Per Pack
168 Monoclonal Antibodies – E–Cadherin, in a pack size
of 3 ml
Per Pack
169 Monoclonal Antibodies – E–Cadherin, in a pack size of 6 ml
Per Pack
170 Monoclonal Antibodies – E–Cadherin, in a pack size of 7 ml
Per Pack
171 Monoclonal Antibodies – E–Cadherin, in a pack size
of 10 ml
Per Pack
172 Monoclonal Antibodies – E–Cadherin, in a pack size
of 12 ml
Per Pack
173 Monoclonal Antibodies – Ki 67, in a pack size of 3
ml
Per Pack
174 Monoclonal Antibodies – Ki 67, in a pack size of 6
ml
Per Pack
175 Monoclonal Antibodies – Ki 67, in a pack size of 7 ml
Per Pack
176 Monoclonal Antibodies – Ki 67, in a pack size of 10 ml
Per Pack
177 Monoclonal Antibodies – Ki 67, in a pack size of 12
ml
Per Pack
178 Monoclonal Antibodies – CD 2, in a pack size of 3 ml Per Pack
179 Monoclonal Antibodies – CD 2, in a pack size of 6 ml Per Pack
180 Monoclonal Antibodies – CD2, in a pack size of 7 ml Per Pack
181 Monoclonal Antibodies – CD 2, in a pack size of 10 ml
Per Pack
182 Monoclonal Antibodies – CD 2, in a pack size of 12 ml
Per Pack
183 Monoclonal Antibodies – CD 3, in a pack size of 3 ml Per Pack
184 Monoclonal Antibodies – CD 3, in a pack size of 6 ml Per Pack
185 Monoclonal Antibodies – CD3, in a pack size of 7 ml Per Pack
186 Monoclonal Antibodies – CD 3, in a pack size of 10
ml
Per Pack
187 Monoclonal Antibodies – CD 3, in a pack size of 12 ml
Per Pack
188 Monoclonal Antibodies – CD 5, in a pack size of 3 ml Per Pack
189 Monoclonal Antibodies – CD 5, in a pack size of 6 ml Per Pack
190 Monoclonal Antibodies – CD5, in a pack size of 7 ml Per Pack
191 Monoclonal Antibodies – CD 5, in a pack size of 10
ml
Per Pack
23
192 Monoclonal Antibodies – CD 5, in a pack size of 12 ml
Per Pack
193 Monoclonal Antibodies – CD 10, in a pack size of 3
ml
Per Pack
194 Monoclonal Antibodies – CD 10, in a pack size of 6
ml
Per Pack
195 Monoclonal Antibodies – CD10, in a pack size of 7
ml
Per Pack
196 Monoclonal Antibodies – CD 10, in a pack size of 10
ml
Per Pack
197 Monoclonal Antibodies– CD 10, in a pack size of 12
ml
Per Pack
198 Monoclonal Antibodies – CD 15, in a pack size of 3 ml
Per Pack
199 Monoclonal Antibodies – CD 15, in a pack size of 6 ml
Per Pack
200 Monoclonal Antibodies – CD15, in a pack size of 7
ml
Per Pack
201 Monoclonal Antibodies – CD 15, in a pack size of 10
ml
Per Pack
202 Monoclonal Antibodies – CD 15, in a pack size of 12
ml
Per Pack
203 Monoclonal Antibodies – CD 20, in a pack size of 3
ml
Per Pack
204 Monoclonal Antibodies – CD 20, in a pack size of 6 ml
Per Pack
205 Monoclonal Antibodies – CD 20, in a pack size of 7 ml
Per Pack
206 Monoclonal Antibodies – CD 20, in a pack size of 10
ml
Per Pack
207 Monoclonal Antibodies – CD 20, in a pack size of 12
ml
Per Pack
208 Monoclonal Antibodies – CD 23, in a pack size of 3
ml
Per Pack
209 Monoclonal Antibodies – CD 23, in a pack size of 6
ml
Per Pack
210 Monoclonal Antibodies – CD 23, in a pack size of 7 ml
Per Pack
211 Monoclonal Antibodies – CD 23, in a pack size of 10 ml
Per Pack
212 Monoclonal Antibodies – CD 23, in a pack size of 12
ml
Per Pack
213 Monoclonal Antibodies – CD 30 in pack size of 3 ml Per Pack
214 Monoclonal Antibodies – CD 30, in a pack size of 6
ml
Per Pack
215 Monoclonal Antibodies – CD 30, in a pack size of 7
ml
Per Pack
216 Monoclonal Antibodies – CD 30, in a pack size of 10 ml
Per Pack
217 Monoclonal Antibodies – CD 30, in a pack size of 12 ml
Per Pack
218 Monoclonal Antibodies – CD 43, in a pack size of 3
ml
Per Pack
219 Monoclonal Antibodies – CD 43, in a pack size of 6
ml
Per Pack
220 Monoclonal Antibodies – CD 43, in a pack size of 7
ml
Per Pack
24
221 Monoclonal Antibodies – CD 43, in a pack size of 10 ml
Per Pack
222 Monoclonal Antibodies – CD 43, in a pack size of 12
ml
Per Pack
223 Monoclonal Antibodies – CD 45, in a pack size of 3
ml
Per Pack
224 Monoclonal Antibodies – CD 45, in a pack size of 6
ml
Per Pack
225 Monoclonal Antibodies – CD 45, in a pack size of 7
ml
Per Pack
226 Monoclonal Antibodies – CD 45, in a pack size of 10
ml
Per Pack
227 Monoclonal Antibodies – CD 45, in a pack size of 12 ml
Per Pack
228 Monoclonal Antibodies – CD 79a, in a pack size of 3 ml
Per Pack
229 Monoclonal Antibodies – CD 79a, in a pack size of 6
ml
Per Pack
230 Monoclonal Antibodies – CD 79a, in a pack size of 7
ml
Per Pack
231 Monoclonal Antibodies – CD 79a, in a pack size of
10 ml
Per Pack
232 Monoclonal Antibodies – CD 79a, in a pack size of
12 ml
Per Pack
233 Monoclonal Antibodies – BCL–2, in a pack size of 3 ml
Per Pack
234 Monoclonal Antibodies – BCL – 2, in a pack size of 6 ml
Per Pack
235 Monoclonal Antibodies – BCL – 2, in a pack size of 7
ml
Per Pack
236 Monoclonal Antibodies – BCL – 2, in a pack size of
10 ml
Per Pack
237 Monoclonal Antibodies – BCL – 2, in a pack size of
12 ml
Per Pack
238 Monoclonal Antibodies – BCL – 6, in a pack size of 3
ml
Per Pack
239 Monoclonal Antibodies – BCL – 6, in a pack size of 6 ml
Per Pack
240 Monoclonal Antibodies – BCL – 6, in a pack size of 7 ml
Per Pack
241 Monoclonal Antibodies – BCL – 6, in a pack size of
10 ml
Per Pack
242 Monoclonal Antibodies – BCL – 6, in a pack size of
12 ml
Per Pack
243 Monoclonal Antibodies – CD 68, in a pack size of 3
ml
Per Pack
244 Monoclonal Antibodies – CD 68, in a pack size of 6
ml
Per Pack
245 Monoclonal Antibodies – CD 68, in a pack size of 7 ml
Per Pack
246 Monoclonal Antibodies – CD 68, in a pack size of 10 ml
Per Pack
247 Monoclonal Antibodies – CD 68, in a pack size of 12
ml
Per Pack
248 Monoclonal Antibodies – CD 56, in a pack size of 3
ml
Per Pack
249 Monoclonal Antibodies – CD 56, in a pack size of 6
ml
Per Pack
25
250 Monoclonal Antibodies – CD 56, in a pack size of 7 ml
Per Pack
251 Monoclonal Antibodies – CD 56, in a pack size of 10
ml
Per Pack
252 Monoclonal Antibodies – CD 56, in a pack size of 12
ml
Per Pack
253 Monoclonal Antibodies – Cyclin D1, in a pack size of
3 ml
Per Pack
254 Monoclonal Antibodies – Cyclin D1, in a pack size of
6 ml
Per Pack
255 Monoclonal Antibodies – Cyclin D1, in a pack size of
7 ml
Per Pack
256 Monoclonal Antibodies – Cyclin D1, in a pack size of 10 ml
Per Pack
257 Monoclonal Antibodies – Cyclin D1, in a pack size of 12 ml
Per Pack
258 Monoclonal Antibodies – ALK–1, in a pack size of 3
ml
Per Pack
259 Monoclonal Antibodies – ALK–1, in a pack size of 6
ml
Per Pack
260 Monoclonal Antibodies – ALK–1, in a pack size of 7
ml
Per Pack
261 Monoclonal Antibodies – ALK–1, in a pack size of
10 ml
Per Pack
262 Monoclonal Antibodies – ALK–1, in a pack size of 12 ml
Per Pack
263 Monoclonal Antibodies – CD 138, in a pack size of 3 ml
Per Pack
264 Monoclonal Antibodies – CD 138, in a pack size of 6
ml
Per Pack
265 Monoclonal Antibodies – CD 138, in a pack size of 7
ml
Per Pack
266 Monoclonal Antibodies – CD 138, in a pack size of
10 ml
Per Pack
267 Monoclonal Antibodies – CD 138, in a pack size of
12 ml
Per Pack
268 Monoclonal Antibodies – PAX 5, in a pack size of 3 ml
Per Pack
269 Monoclonal Antibodies – PAX 5, in a pack size of 6 ml
Per Pack
270 Monoclonal Antibodies – PAX 5, in a pack size of 7
ml
Per Pack
271 Monoclonal Antibodies – PAX 5, in a pack size of 10
ml
Per Pack
272 Monoclonal Antibodies – PAX 5, in a pack size of 12
ml
Per Pack
273 Monoclonal Antibodies – MUM 1, in a pack size of 3
ml
Per Pack
274 Monoclonal Antibodies – MUM 1, in a pack size of 6 ml
Per Pack
275 Monoclonal Antibodies – MUM 1, in a pack size of 7 ml
Per Pack
276 Monoclonal Antibodies – MUM 1, in a pack size of
10 ml
Per Pack
277 Monoclonal Antibodies – MUM1, in a pack size of
12 ml
Per Pack
278 Monoclonal Antibodies – Kappa, in a pack size of 3
ml
Per Pack
26
279 Monoclonal Antibodies – Kappa, in a pack size of 6 ml
Per Pack
280 Monoclonal Antibodies – Kappa, in a pack size of 7
ml
Per Pack
281 Monoclonal Antibodies – Kappa, in a pack size of 10
ml
Per Pack
282 Monoclonal Antibodies – Kappa, in a pack size of 12
ml
Per Pack
283 Monoclonal Antibodies – Lambda, in a pack size of 3
ml
Per Pack
284 Monoclonal Antibodies – Lambda, in a pack size of 6
ml
Per Pack
285 Monoclonal Antibodies – Lambda, in a pack size of 7 ml
Per Pack
286 Monoclonal Antibodies – Lambda, in a pack size of 10 ml
Per Pack
287 Monoclonal Antibodies – Lambda, in a pack size of
12 ml
Per Pack
288 Monoclonal Antibodies – Pan CK, in a pack size of 3
ml
Per Pack
289 Monoclonal Antibodies – Pan CK, in a pack size of 6
ml
Per Pack
290 Monoclonal Antibodies – Pan CK, in a pack size of 7
ml
Per Pack
291 Monoclonal Antibodies – Pan CK, in a pack size of 10 ml
Per Pack
292 Monoclonal Antibodies – Pan CK, in a pack size of 12 ml
Per Pack
293 Monoclonal Antibodies – CK 7, in a pack size of 3 ml Per Pack
294 Monoclonal Antibodies – CK 7, in a pack size of 6 ml Per Pack
295 Monoclonal Antibodies – CK 7, in a pack size of 7 ml Per Pack
296 Monoclonal Antibodies – CK 7, in a pack size of 10
ml
Per Pack
297 Monoclonal Antibodies – CK 7, in a pack size of 12 ml
Per Pack
298 Monoclonal Antibodies – AE 1/AE 3, in a pack size of 3 ml
Per Pack
299 Monoclonal Antibodies – AE 1/AE 3, in a pack size
of 6 ml
Per Pack
300 Monoclonal Antibodies – AE 1/AE 3, in a pack size
of 7 ml
Per Pack
301 Monoclonal antibodies – AE 1/AE 3, in a pack size of
10 ml
Per Pack
302 Monoclonal antibodies – AE1/AE 3, in a pack size of
12 ml
Per Pack
303 Monoclonal antibodies – CK 5/6, in a pack size of 3 ml
Per Pack
304 Monoclonal antibodies – CK 5/6, in a pack size of 6 ml
Per Pack
305 Monoclonal antibodies – CK 5/6, in a pack size of 7
ml
Per Pack
306 Monoclonal antibodies – CK 5/6, in a pack size of 10
ml
Per Pack
307 Monoclonal antibodies – CK 5/6, in a pack size of 12
ml
Per Pack
27
308 Monoclonal antibodies – CK 8, in a pack size of 3 ml Per Pack
309 Monoclonal antibodies – CK 8, in a pack size of 6 ml Per Pack
310 Monoclonal antibodies – CK 8, in a pack size of 7 ml Per Pack
311 Monoclonal antibodies – CK 8, in a pack size of 10
ml
Per Pack
312 Monoclonal antibodies – CK 8, in a pack size of 12
ml
Per Pack
313 Monoclonal antibodies – CK 14, in a pack size of 3
ml
Per Pack
314 Monoclonal antibodies – CK 14, in a pack size of 6 ml
Per Pack
315 Monoclonal antibodies – CK 14, in a pack size of 7 ml
Per Pack
316 Monoclonal antibodies – CK 14, in a pack size of 10
ml
Per Pack
317 Monoclonal antibodies – CK 14, in a pack size of 12
ml
Per Pack
318 Monoclonal antibodies – CK 18, in a pack size of 3
ml
Per Pack
319 Monoclonal antibodies – CK 18, in a pack size of 6
ml
Per Pack
320 Monoclonal antibodies – CK 18, in a pack size of 7 ml
Per Pack
321 Monoclonal antibodies – CK 18, in a pack size of 10 ml
Per Pack
322 Monoclonal antibodies – CK 18, in a pack size of 12
ml
Per Pack
323 Monoclonal antibodies – CK 20, in a pack size of 3
ml
Per Pack
324 Monoclonal antibodies – CK 20, in a pack size of 6
ml
Per Pack
325 Monoclonal antibodies – CK 20, in a pack size of 7
ml
Per Pack
326 Monoclonal antibodies – CK 20, in a pack size of 10 ml
Per Pack
327 Monoclonal antibodies – CK 20, in a pack size of 12 ml
Per Pack
328 Monoclonal antibodies – BER–EP4, in a pack size of
3 ml
Per Pack
329 Monoclonal antibodies – BER – EP4, in a pack size
of 6 ml
Per Pack
330 Monoclonal antibodies – BER – EP4, in a pack size
of 7 ml
Per Pack
331 Monoclonal antibodies – BER – EP4, in a pack size
of 10 ml
Per Pack
332 Monoclonal antibodies – BER – EP4, in a pack size of 12 ml
Per Pack
333 Monoclonal antibodies – EMA, in a pack size of 3 ml Per Pack
334 Monoclonal antibodies – EMA, in a pack size of 6 ml Per Pack
335 Monoclonal antibodies – EMA, in a pack size of 7 ml Per Pack
336 Monoclonal antibodies – EMA, in a pack size of 10
ml
Per Pack
28
337 Monoclonal antibodies – EMA, in a pack size of 12 ml
Per Pack
338 Monoclonal antibodies – TTF – 1, in a pack size of 3
ml
Per Pack
339 Monoclonal antibodies – TTF – 1, in a pack size of 6
ml
Per Pack
340 Monoclonal antibodies – TTF – 1, in a pack size of 7
ml
Per Pack
341 Monoclonal antibodies – TTF – 1, in a pack size of
10 ml
Per Pack
342 Monoclonal antibodies – TTF – 1, in a pack size of
12 ml
Per Pack
343 Monoclonal antibodies – p 63, in a pack size of 3 ml Per Pack
344 Monoclonal antibodies – p 63, in a pack size of 6 ml Per Pack
345 Monoclonal antibodies – p 63, in a pack size of 7 ml Per Pack
346 Monoclonal antibodies – p 63, in a pack size of 10 ml Per Pack
347 Monoclonal antibodies – p 63, in a pack size of 12 ml Per Pack
348 Monoclonal antibodies – Napsin A, in a pack size of
3 ml
Per Pack
349 Monoclonal antibodies – Napsin A, in a pack size of 6 ml
Per Pack
350 Monoclonal antibodies – Napsin A, in a pack size of 7 ml
Per Pack
351 Monoclonal antibodies – Napsin A, in a pack size of
10 ml
Per Pack
352 Monoclonal antibodies – Napsin A, in a pack size of
12 ml
Per Pack
353 Monoclonal antibodies – 34 BetaE12, in a pack size
of 3 ml
Per Pack
354 Monoclonal antibodies – 34 BetaE12, in a pack size
of 6 ml
Per Pack
355 Monoclonal antibodies – 34 BetaE12, in a pack size of 7 ml
Per Pack
356 Monoclonal antibodies – 34 BetaE12, in a pack size of 10 ml
Per Pack
357 Monoclonal antibodies – 34 BetaE12, in a pack size
of 12 ml
Per Pack
358 Monoclonal antibodies – CD 31, in a pack size of 3
ml
Per Pack
359 Monoclonal antibodies – CD 31, in a pack size of 6
ml
Per Pack
360 Monoclonal antibodies – CD 31, in a pack size of 7
ml
Per Pack
361 Monoclonal antibodies – CD 31, in a pack size of 10 ml
Per Pack
362 Monoclonal antibodies – CD 31, in a pack size of 12 ml
Per Pack
363 Monoclonal antibodies – CD 34, in a pack size of 3
ml
Per Pack
364 Monoclonal antibodies – CD 34, in a pack size of 6
ml
Per Pack
365 Monoclonal antibodies – CD 34, in a pack size of 7
ml
Per Pack
29
366 Monoclonal antibodies – CD 34, in a pack size of 10 ml
Per Pack
367 Monoclonal antibodies – CD 34, in a pack size of 12
ml
Per Pack
368 Monoclonal antibodies – VEGF, in a pack size of 3
ml
Per Pack
369 Monoclonal antibodies – VEGF, in a pack size of 6
ml
Per Pack
370 Monoclonal antibodies – VEGF, in a pack size of 7
ml
Per Pack
371 Monoclonal antibodies – VEGF, in a pack size of 10
ml
Per Pack
372 Monoclonal antibodies – VEGF, in a pack size of 12 ml
Per Pack
373 Monoclonal antibodies – Factor VIII, in a pack size of 3 ml
Per Pack
374 Monoclonal antibodies – Factor VIII, in a pack size
of 6 ml
Per Pack
375 Monoclonal antibodies – Factor VIII, in a pack size
of 7 ml
Per Pack
376 Monoclonal antibodies – Factor VIII, in a pack size
of 10 ml
Per Pack
377 Monoclonal antibodies – Factor VIII, in a pack size
of 12 ml
Per Pack
378 Monoclonal antibodies – D2–40 (Podoplanin), in a pack size of 3 ml
Per Pack
379 Monoclonal antibodies – D2–40 (Podoplanin)in a pack size of 6 ml
Per Pack
380 Monoclonal antibodies – D2–40 (Podoplanin), in a
pack size of 7 ml
Per Pack
381 Monoclonal antibodies – D2–40 (Podoplanin), in a
pack size of 10 ml
Per Pack
382 Monoclonal antibodies – D2–40 (Podoplanin), in a
pack size of 12 ml
Per Pack
383 Monoclonal antibodies – Chromogranin, in a pack
size of 3 ml
Per Pack
384 Monoclonal antibodies – Chromogranin, in a pack size of 6 ml
Per Pack
385 Monoclonal antibodies – Chromogranin, in a pack size of 7 ml
Per Pack
386 Monoclonal antibodies – Chromogranin, in a pack
size of 10 ml
Per Pack
387 Monoclonal antibodies – Chromogranin, in a pack
size of 12 ml
Per Pack
388 Monoclonal antibodies – Synaptophysin, in a pack
size of 3 ml
Per Pack
389 Monoclonal antibodies – Synaptophysin, in a pack
size of 6 ml
Per Pack
390 Monoclonal antibodies – Synaptophysin, in a pack size of 7 ml
Per Pack
391 Monoclonal antibodies – Synaptophysin, in a pack size of 10 ml
Per Pack
392 Monoclonal antibodies – Synaptophysin, in a pack
size of 12 ml
Per Pack
393 Monoclonal antibodies – NSE, in a pack size of 3 ml Per Pack
394 Monoclonal antibodies – NSE, in a pack size of 6 ml Per Pack
30
395 Monoclonal antibodies – NSE, in a pack size of 7 ml Per Pack
396 Monoclonal antibodies – NSE, in a pack size of 10 ml Per Pack
397 Monoclonal antibodies – NSE, in a pack size of 12 ml Per Pack
398 Monoclonal antibodies – Vimentin, in a pack size of
3 ml
Per Pack
399 Monoclonal antibodies – Vimentin, in a pack size of
6 ml
Per Pack
400 Monoclonal antibodies – Vimentin, in a pack size of
7 ml
Per Pack
401 Monoclonal antibodies – Vimentin, in a pack size of 10 ml
Per Pack
402 Monoclonal antibodies – Vimentin, in a pack size of 12 ml
Per Pack
403 Monoclonal antibodies – Desmin, in a pack size of 3
ml
Per Pack
404 Monoclonal antibodies – Desmin, in a pack size of 6
ml
Per Pack
405 Monoclonal antibodies – Desmin, in a pack size of 7
ml
Per Pack
406 Monoclonal antibodies – Desmin, in a pack size of 10
ml
Per Pack
407 Monoclonal antibodies – Desmin, in a pack size of 12 ml
Per Pack
408 Monoclonal antibodies – SMA, in a pack size of 3 ml Per Pack
409 Monoclonal antibodies – SMA, in a pack size of 6 ml Per Pack
410 Monoclonal antibodies – SMA, in a pack size of 7 ml Per Pack
411 Monoclonal antibodies – SMA, in a pack size of 10
ml
Per Pack
412 Monoclonal antibodies – SMA, in a pack size of 12
ml
Per Pack
413 Monoclonal antibodies – GFAP, in a pack size of 3 ml
Per Pack
414 Monoclonal antibodies – GFAP, in a pack size of 6 ml
Per Pack
415 Monoclonal antibodies – GFAP, in a pack size of 7
ml
Per Pack
416 Monoclonal