90
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

 · 2021. 1. 21. · 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

  • 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