Upload
ngodieu
View
223
Download
5
Embed Size (px)
Citation preview
Sl. No. Cat. No. Item Name with Specification , as provided in the Tender documents
Group - A
1 38.14/S 1/3 Normal Saline with 5% Dextrose I.P.
2 38.13/S 1/5 Normal Saline with 5% Dextrose I.P.
3 6.03(b)/s-s Abacavir 300mg Tab
4 51.15/CST Abacavir 60 mg + Lamivudine 30 mg Tab.
5 52.01(b)/S-S Actinomycin-D Inj 200mg/Vial
6 52.01©/S-S Actinomycin-D Inj 500mg/Vial
7 34.13/S-S Acyclovir Eye Oint. 3% w/w
8 6.03(c)/S-S Adefovir Dipivoxil Tab. 10 mg
9 7.02(c)/P-1 Albendazole syrup 200 mg/5ml
10 53.64/S-S All-Trans-Retinoic Acid (Atra) Cap 10mg
11 N-11.13/T Amikacin Inj. I.P. 500mg / 2ml.Vial
12 N-37.01(b)/P-1(a) Aminophylline Tab. I.P. 100mg
13 37.10/T Aminophylline Inj. I.P. 250 mg / 10 ml Amp.
14 11.17/P-1(a) Amoxycillin 250 mg + Cloxacillin 250mg Capsule.
15 8.03/T Amphotericin-B Powder for Inj. I.P. 100 mg / Vial.
16 53.65/S-S Aprepitant Caps – Combipack Containing 125mg 1 Cap. (Day 1) + 80mg 2
Caps. (one for Day 2 & another for Day 3)
17 53.05/S-S Arsenic Tgrioxide Inj 10mg/Vial
18 34.01(b)/S Atropin Sulphate Ointment 1% w/w
19 34.01/ Atropine Sulphate Eye Drop 1% w/v
20 32.10/S B.C.G.Vaccine Inj.B.P. (Dried)
21 32.10(a)/S-S BCG vaccine for intravesical instillation (RIVM strain)
22 11.01(c)/P-1 Benzathine Penicillin Injection I.P 6 lacs unit / Vial.
23 28.03(e)/P-1(a) Budesonide Tab 3mg
24 28.03(f)/P-1(a) Budesonide Tab 9mg
25 11.40(d)/ Caffeine citrate oral solution,20 mg/ml, 3 ml/vial (20 mg/mL caffeine citrate
equivalent to 10 mg/mL caffeine base )
26 16.04(a)/T Calcium Gluconate ing 100 mg/ml
27 18.11/S-S Captopril I.P. 25mg Tab.
28 34.18(a) Carboxymethylcellulose Sodium (CMC) 0.5% Eye Drops
29 11.25(d)/S-S Cefepime 500mg + Tazobactum 62.5 mg Inj/vial
30 11.20(h)/ Cephalexin pediatric drops 100mg/ml in 10 ml vial
31 3.05(b)/P-1(a) Cetrizine Oral Drop 10mg/ml in 10 ml bottle with dropper
Tender inviting Authority : The Deputy Director of Health Services (E&S)
Bidder's Name :
Tender NIT No. : HST/4T-03-2016/GDCR-RT/2015-17/042
Annexure VII
TECHNICAL DATA SHEET
32 36.04(b)/S Chlorpromazine HCl Injection I.P 50 mg/2ml amp.
33 11.30(a)/P-1(a) Clindamycin Inj. 600mg./ 4 ml Amp.
34 10.01(a)/P-1(a) Clofazimine Capsule 50mg
35 10.01/P-1(a) Clofazimine 100 mg Cap.
36 53.12/S-S Clotrimazole Lozenge 10 mg
37 46.02/ Colistimethate sodium Inj. 2 mllion iu /vial
38 39.01(c)/S-S Cyclophosphamide Inj 200 mg/vial
39 39.05(e)/S-S Cytosinearabinoside Inj. 500mg / Vial
40 46.03/ Daunorubicin Inj. 2mg/ml in 10ml Vial
41 28.01(e)/S Dexamethasone 5mg Tab.
42 28.01(f)/S Dexamethasone 8 mg Tab.
43 34.08(a)/S Dexamethasone Eye Drop 0.01% w/v
44 28.01(c)/S Dexamethasone Tab IP 2 mg
45 38.05(f)/P-1 Dextrose 50% Inj. 20 ml Amp.
46 38.05(e)/P-1 Dextrose Inj. IP eq to Dextrose anhydrous 10%w/v in 20ml amp
47 38.05(c)/T Dextrose Inj.I.P. 25% Amp. of 25 ml.
48 38.05(z)/P-1 Dextrose Solution Inj. I.P. 5% (Close seal Process)
49 2.12(e)/P-1 Diclofenac 100 mg Suppository
50 2.12(c)/P-1 Diclofenac 12.5 mg Suppository
51 26.07(d)/S Dicyclomine syrup 25mg/5ml
52 N-35.03/T Dinoprostone Gel ( 0.5mg Dinoprostone in 30 gm Gel)/1 syringe
53 32.11(a)/S-S Diphtheria Antitoxin Inj.I.P. 10,000 I.U./Vial in 10ml vial
54 32.08/S Diptheria & Tetanus Vaccine I.P. (adsorbed)- 10 ml. vial
55 18.22(d)/S-S Dobutamin 250 mg Tab
56 18.15(a)/T Domperidone drop 10mg/ml
57 16.07©/T Enoxaparin Inj 60mg/0.6ml Vial
58 35.01(b)/P-1 Ergometrine Maleate Tab.B.P. 0.2mg.
59 32.18(a) Erythropoietin Alpha Inj 3000 IU 0.3ml with 1 prefilled syringe
60 32.18(b) Erythropoietin Alpha Inj 5000 IU 0.5ml with 1 prefilled syringe
61 12.04/P-1 Ethambutol HCl Tabs. I.P. 400mg
62 12.04(b)/P-1 Ethambutol HCL Tabs. I.P. 200 mg.
63 29.01(b)/P-1(a) Ethinyl Oestradiol 50mcg + Levonorgestryl 250mcg Tab.
64 1.01(d)/s Etomidate 20mg inj. in 10ml
65 53.21(b)/S-S Everolimus Tab 10 mg
66 53.21(a)/S-S Everolimus Tab 5 mg
67 53.22/S-S Faropenem Sodium Tab. 200 mg
68 18.36(a) Fenofibrate 160mg Tab
69 52.07(a)/S-S Flupenthixol Inj. 20 mg/ml, 2 ml/ amp
70 52.07(b)/S-S Flupenthixol Inj. 20 mg/ml in 1 ml amp
71 36.31/S-S Fluphenazine Inj 25mg/ml in 1 ml amp
72 2.17(a) Flurbiprofen 0.03% w/v Eye drop
73 20.01/S Framycetin Sulphate Oint. (1%)
74 34.14(b) Gatifloxacin 0.3% w/v Eye drop
75 34.14(a) Gatifloxacin 0.3%, Dexamethasone 0.1% Eye drop w/v
76 53.70/S-S Goserelin depot Inj 10.8 mg
77 36.06(b)/S Haloperidol Injection I.P. 5mg /1 ml Amp.
78 16.01(d)/S-S Heparin Sodium Inj.I.P. 5000 I.U./ml. in 10 ml Vial
79 29.01(f)/P-1(a) Hepatitis B Vaccine (DNA) I.P. 20mcg/ml in 10ml vial (recombinant DNA
Hepatitis B vaccine which should meet the requirements of WHO when
tested by the methods outlined in WHO. 10 doses adult vial.
80 32.03(d)/S Hepatitis B Vaccine (DNA) I.P.20mcg./ml. (recombinant DNA Hepatitis B
Vaccine which should meet the requirements of WHO when tested by the
methods outlined in WHO. Single dose adult vial.(1ml.)
81 34.02/P-1(a) Homatropine Hydrobromide Eye Drop I.P. 2% w/v
82 38.18(c)/S-S Human Albumin 20% I.V. 100 ml Bag (Closed system)
83 N-38.18(a)/S-S Human Albumin Inj. 20% in 100ml Bottle
84 28.02(c) Hydrocortisone Acetate 10% w/w ENEMA
85 28.02/T Hydrocortisone Hemisuccinate Inj. 100mg./Vial
86 16.05(c)/T Hydroxy Propyle Methyle Cellulose (2% w/v) Eye drop
87 53.26/S-S Idarubicin Inj 5mg
88 11.34(d)/P-1(a) Imipenem 1g. with Cilastetatin 1g. Inj. /Vial
89 N-12.07/P-1 INH 300mg + Thiacetazone 150mg Tablet I.P.
90 31.09(a) Insulin Glargine 100 IU/ml in Prefilled Pen of 3ml
91 37.06(b)/T Ipratropium Nebuliser Soln 250 mcg/ ml in 15 ml Phial
92 53.29©/S-S Irinotecan Inj 50mg
93 53.29(a)/S-S Irinotecan Inj 5mg
94 12.03/P-1 Isoniazide Tab.I.P. 150mg
95 53.30/S-S Ivermectin Tab. 6 mg
96 53.31(b)/S-S Ixabepilone Inj 45mg
97 53.31(a)/S-S Ixabepilone Inj 5mg
98 18.30/S-S Labetalol HCl Inj. 20 mg/ 2 ml Amp.
99 40.15(a) Lacto Bacillus Spore - 1 Billion Spores in 2gm
100 51.13/CST Lamivudine 30 mg + Zidovudine 60 mg Tab.
101 47.01(a) Lanthanum bicarbonateTab 500mg
102 53.34/S-S Leuprolide depot Inj. 22.5 mg/vial
103 5.07(a) Levetiracetam Inj. 100 mg /ml in 5ml Amps
104 14.01/S-S Levodopa 100mg + Carbidopa 10mg Tab. I.P.
105 53.72/S-S Lidocaine and prilocaine Surface Anaesthetic Cream. Eutectic Mixture of
Lidocane 2.5% and Pilocaine 2.5%
106 1.06(j)/P-1 Lignocaine 0.02% w/w Eye drop
107 1.06(f)/S Lignocaine HCl Gel I.P 2% w/w
108 1.06(c)/T Lignocaine HCl Inj. 2% w/v (without preservative)
109 1.06(k)/P-1 Lignocaine-4% w/v Inj.
110 11.36(c) Linezolid Syrup 100mg / 5ml
111 39.09©/S-S Liposomal Doxorobicine Inj 10mg
112 11.38(a) Lomefloxacin 0.3% w/v Eye drop
113 51.18/CST Lopinavir + Ritonavir (LPV/ r syrup) 80/20 mg per ml
114 35.06(a)/T Magnesium Sulphate Inj. U.S.P. 10% in 2ml amp.
115 11.31(b)/P-1(a) Meropenem Inj. 125mg/Vial.
116 48.01(a) Mesalamine ENEMA 4 gm/60ml/Enema
117 39.15©/S-S Methotrexate Tab 5mg
118 53.37/S-S Methyalcobalamine Tab 750 mg
119 52.10/S-S Methyl Cellulose 2% Inj
120 28.04(e)/S Methyl PG Inj. F2α, 250mcg in 1ml amp
121 28.04(f)/S Methyl Prednisolone Inj 250mg/vial
122 36.13/S-S Methylphenidate HCl Tab. U.S.P. 5mg
123 6.01(e)/P-1 Metronidazole 200 mg + Ofloxacin 100 mg per 5 ml Suspension
124 33.08(c)/S Midazolam nasal spray (Containing Midazolam ampoules15mg/3ml in 1 amp,
to be used 5 ampl.in each spray bottle / 0.5 mg x 1 puff x 50md)
125 35.13(b)/T Mifepristone 200 mg [1 Tab] + Misoprostol 200 mcg[2 Tabs] in one Combi
pack
126 8.04(a)/T Miltefosine 10mg. Cap.
127 8.04/T Miltefosine 50mg. Tab.
128 53.38/S-S Mitomycin C Inj 10mg
129 11.28(b)/P-1(a) Moxifloxacin 0.5% & Dexamethasone 0.1% Eye drop w/v - 5 ml Vial
130 40.05(c)/P-1 Multivitamin Inj. Containing Vit B1-100mg, Niacinamide -50mg, Vit B6-50mg,
Methylcobalamin-1000mcg and D-pantethenol-50mg in 2ml/vial.
131 40.05(e)/P-1 Multivitamin Inj., each ml contains Vit B1- 100mg, Cyanocobalamin- 1000
mcg , Pyridoxine- 50mg.- 5ml Amps
132 18.31(d)/S-S Nefedipine soft gelatin cap 5 mg
133 34.08(b)/S Neomycin 0.5% w/v, Dexamethasone Phosphate 0.1% w/v , Phenyl Mercuric
Nitrate 0.002% w/v - Eye drop, 10 ml
134 51.16/CST Nevirapine 50 mg Tab.
135 51.19/CST Nevirapine Oral Suspension 50mg / 5ml
136 18.05/S Nitroglycerin Tablet I.P. 0.5mg
137 11.16(c)/S Ofloxacin Inj.I.P 200 mg.
138 36.27(c)/S-S Olanzepine Inj. I.P. 10 mg. / vial
139 39.28©/S-S Oxaliplatin Inj 220mg
140 36.29(a)/S Oxcarbamezapine Tab. 300mg
141 53.44/S-S Palonosetron Inj 0.5mg
142 2.02(m)/P-1 Paracetamol 170mg suppository in a pack of 5
143 2.02(h)/P-1 Paracetamol 80mg suppository in a pack of 5
144 2.02 (c) / P-1 Paracetamol Inj. 150 mg /ml, 2 ml Amp.
145 2.02(k)/P-1 Paracetamol Suppository 170 mg
146 2.02(l)/P-1 Paracetamol Suppository 250 mg
147 2.02(i)/P-1 Paracetamol Suppository 80 mg
148 39.10(i)/S-S Pegylated L-ASPARAGINASE Inj 750 IU per 5 ml vial
149 5.02(c)/P-1(a) Phenobarbitone Sodium Inj. I.P. 20 mg/5ml Amp.
150 5.16(a) Phenobarbitone Syrup 20mg / 5ml
151 34.12(b) Phenylephrine 5% w/v+ Tropicamide 0.8% w/v + Chlorbutol 0.5% w/v Eye
Drop
152 5.03(c)/S Phenytoin Oral Suspension B.P. 25 mg /ml
153 34.06(a) Pilocarpine Nitrate 0.5% Inj 1ml Ampule
154 34.15(a) Polyvinyl Povidone Eye drop 5%
155 38.19(a)/S-S Potassium Chloride Inj. I.P. 150 mg./10 ml. Amp.
156 34.16(a) Prednisolone Acetate 1% Eye Drop w/v
157 34.17(a) Proparacaine 0.5% Eye drop w/v in 5ml
158 18.03(b)/T Propranolol Inj. I.P. 1mg./ml. Ampoule.
159 9.03/P-1(a) Quinine Dihydrochloride Inj. 300 mg / ml. in 2 ml amp.
160 32.01(d)/P-1(a) Rabies Vaccines I.P. Human Use (CellCulture derived) with minimum
potencity of 2.5 I.U/Vial for both ID Route & IM Route (One IM dose of 1.0
ml & 10 ID Dose of 0.1 ml)+ diluents
161 53.51/S-S Rasburicase Inj 1.5mg
162 12.13(a)/s Rifabutin Cap. 150mg
163 12.13(b)/s Rifabutin Cap. 300mg
164 12.13/P-1(a) Rifabution 150 mg Tab.
165 31.15(a) Rifamixin Cap 200mg
166 31.15(b) Rifamixin Cap 550mg
167 12.02(b)/P-1 Rifampicin Capsule I.P.450mg
168 12.02/P-1 Rifampicin Capsule I.P. 75 mg.
169 39.46(a) Rifaximin Caps 400 mg
170 37.02(c)/S Salbutamol Inj.I.P. 0.5mg./ml.
171 37.11/T Salbutamol Nebuliser Solution 5mg/ml - Bot. of 15ml with dropper
172 37.02(e)/T Salbutamol Respules 2.5 mg / 2.5 ml Amp
173 31.13(a) Saxagliptin 5mg Tab
174 31.11(a) Sitagliptin 100 mg Tab
175 8.01/T Sodium Antimony Gluconate Inj.I.P.100 mg of Pentavalent antimony/ml in 30
ml Vial
176 N-38.06(a)/T Sodium Bicarbonate Inj.I.P. 7.5% w/v in 10ml. Amp
177 38.03(z)/P-1 Sodium Chloride & Dextrose Injection I.P.(Close seal Process)
178 38.15(d)/S Sodium Chloride inj IP 0.9% Normal or isotonic saline) Na +154 mmol/L,CL-
154 mmol/L ( Closed Seal System)
179 34.19(a) Sodium Chloride nasal drop (0.74% w/v)
180 4.05/S-S Sodium Thiosulphate Inj.I.P. 250 mg/ml in 50 ml Ampoule
181 5.04(c)/S Sodium Valproate Syrup 200mg/15ml
182 39.44(a) Somatostatin Inj. 3 mg per Amp
183 51.11/CST Stavudine 6 mg + Lamivudine 30 mg + Nevirapine 50 mg Tab.
184 51.10/CST Stavudine 6 mg + Lamivudine 30 mg Tab.
185 N-17.03/S Succinylated Polygelline 4% w/v
186 33.02/S Succinylcholine Chloride Inj. 50mg./ml. vial
187 39.11(f)/S-S Sunitinib Malate Capsules 12.5mg
188 39.11(d)/S-S Sunitinib Malate Capsules 25mg
189 39.11(e)/S-S Sunitinib Malate Capsules 50mg
190 39.11(g)/S-S Sunitinib Tab 37.5mg
191 46.04(c)/ Surfactant Inj. 5 ml
192 53.56/S-S Syndopa Tab IP 110 mg
193 53.57/S-S Temsirolimus Inj 25mg
194 18.40(a) Terlipressin Inj. 1mg in 10ml Vial/Amp
195 N-12.06/P-1 Thiacetazone Tabs 150 mg
196 40.02/ Thiamine 100 mg. Inj. Per 2ml ampule
197 36.05/S Thioridazine HCl tab.25 mg.
198 53.50/S-S Thymoglobulin formulation Lyophilized powder 25mg
199 53.60/S-S Topotecan Inj 2.5mg
200 2.08(f)/P-1 Tramadolol 37.5 mg + Paracetamol 325 mg Tab.
201 39.34(b)/S-S Trastuzumab Emtansine Inj. 150mg/Vial
202 40.11(c)/P-1 Tribesic Calcium Phosphate 200,g + Vit D3 200IU/5ml syrup
203 34.12(a) Tropicamide 0.8% w/v+ Phenylephrine-5% w/v Eye drop
204 34.12/S Tropicamide Eye Drop I.P. 0.8% w/v
205 52.21/S-S Trypan Blue 0.6mg/ml Eye drop
206 32.15/S Varicella Zoster Immunoglobin Inj. - lyophilized powder 125 IU /vial single
use
207 39.04(a)/S-S Vincristine Inj.I.P. 1mg./ml Vial (without preservative)
208 40.01(c)/P-1(a) Vit. - A Inj. 100000 IU
209 40.11(a)/P-1 Vit. - D Inj. 300000 IU
210 40.12(a) Vitamin E Drop 50mg/ ml
211 40.12(b) Vitamin E Drop 50mg/ ml
212 53.62(a)/S-S Voriconazole Inj 50mg
213 52.12/S-S Zuclopenthixol Inj. 200mg /ml vial or Amp
Group - B
1 43.04/ Absolute Alcohol I.P.
2 K/19 Anti Nuclear Factor Elisa Kit
3 K/20 Anti Nuclear Factor Rapid Test Kit
4 K/44 External Quality Control for Immuno Assay
5 K/46 Extran Test Kit
6 K/58 H2S Strip Kit
7 L/22 Haemodialysis Fluid with Bi-Carb
8
K/59 HbsAg (Elisa) KitSpecification:a. The kit should be third generation Elisa kit with solid phase micro plate Elisa.b. The kit should be based on ‘Sandwich principle of Enzyme Linked Immuno sorbent Assay’
(Elisa) for the detection of Hepatitis B Surface Antigen (HBs Ag) in human serum or plasma.c. The test kit should detect all known sub-types.d. The Elisa plate should be coated with Anti-HBs Antibody ( mouse monoclone) e. The kit should have sensitivity of equal to or more than 99.8%.f. The kit should have specificity of equal to or more than 98%.g. The assay should have reactive and non-reactive control with each kit.h. Adequate literature detailing the component, methodology, validity criteria, performance characteristics, storage condition and expiry date should be provided with each kit.i. The shelf-life of the kit should have minimum of 12 (Twelve) months at the port of dispatch or the consignee’s end, whichever is applicable.
j. The manufacturer/authorized agent should ensure maintenance of cold-chain during storage and transport at 2°C – 8°C.
k. The kits should have approval of the statutory authority in its country of origin. In case of imported kits, it should have been registered and licensed in India by Drugs Controller General( India).l. The package size should be 96 wells per kit
9
K/62 HCV (Elisa) KitSpecification:a. Microplate ELISA with recombinant / synthetic peptide antigens for core, NS3, NS4 and NS5.b. Should provide sero conversion data of the kits from WHO accredited centres.c. Adequate literature detailing the components, methodologies, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.d. Should have a sensitivity of 99.8% and above and specificity of 98% and above. e. Shelf life should be minimum of 12 (twelve) months at the port of discharge or consignee’s end
whichever is applicable. f. The kit procured should have approval of the statutory authority in its country of origin. In case of imported kits it should have been registered and licensed in India by DCG (I).g. In case of indigenous manufacturers they shall have license issued by the competent authority defined under Drugs & Cosmetics Act, 1940, after appropriate evaluation by the centres approved by DCG (I).h. The supplier / local agent should have facility of storage of kits at 2° C – 8°C.
i. The Kit size should be 96 wells per kits
10 K/66 Hepatitis A Elisa test Kit
11 K/67 Hepatitis E Elisa test Kit
12
K/68 HIV (Elisa) KitSpecification:a. Should be solid phase microplate ELISA using HIV I & II recombinant and/or synthetic peptide antigens.b. The assay should detect HIV-I & HIV-II antibodies.c. The assay should detect antibodies to all sub-types of HIV-I.d. The assay should be able to detect antibodies of HIV-I & HIV –II during early sero-conversion
period. Evidence based sero-conversion data should be from WHO accredited centers. e. The assay should have reactive and non-reactive controls with each kit.f. The kit should have a shelf life of minimal 12 months at the port of discharge or consignees end, whichever is applicable.g. Adequate literature detailing the components, methodologies, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.h. The kit procured should have approval of the statutory authority in its country of origin. In case of imported kits it should have been registered and licensed in India by DCG(I).i. In case of indigenous manufacturers they shall have license issued by the competent authority defined under Drugs and Cosmetics Act, 1940, after appropriate evaluation by the centers approved by DCG(I). j. The assay should have sensitivity level at 99.8% and above and specificity level at 98% and above.k. The manufacturer/authorized agent should ensure maintenance of cold chain during storage and transport at 2° C – 8°C.
l. The kit size should be 96 tests per kit.
13
K/69 HIV (Rapid) KitSpecification:a. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act, 1940 after appropriate evaluation by centers approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin / manufacture and should satisfy the requirements of Drugs & Cosmetics Act in India.b. The assay should be able to detect antibodies of HIV1, HIV2 and all the subtypes by detection of antibodies by the Agglutination/Immunochromatography/Immunoconcentration/Any other method.c. The assay should have sensitivity of 99.5%or more and specificity of 98%or more as per data from an identified national reference laboratory.d. The assay should have solid phase / particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.e. Total procedure time should not be more than 30 minutes.f. The manufacturers should ensure that:i. The test kit should be packed such that there is a provision to conduct single test at a time;ii. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative and 10% positive controls); and iii. The pack size of HIV rapid test kits should not be more than 50 tests per kit.g. The HIV rapid test kit should have a shelf life of 12 months at the time of dispatch to the consignee. The kits should be sent by the shortest route in cold chain.h. The supplier should supply kits for at least 22 kits free of cost from each lot for random evaluation at the identified laboratories for Pre-dispatch lot verification. Protocols for each batch to be attached. i. The supplier / local agent should have the facility to store kits at 2° C to 8° C.j. Literature, detailing the components, methodologies, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.
14
K/70 HIV (Rapid) Test Kit I - [BY ANY OTHER PRINCIPLE EXCLUDING AGGLUTINATION AND ENZYME IMMUNO ASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act. 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by any other method excluding agglutination and enzyme immune assay.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence of Human Immunoglobulins and should not be just a procedural control or meant for merely checking the flow of reagents or integrity of the antigen except in lots using “Lateral flow through” technology.
7. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.8. The HIV rapid test kit should have a shelf life of 12 months at the time of dispatch to the consignee. The kits should be sent by the shortest route in cold chain.9. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C10. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.Literature detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit
15
K/71 HIV (Rapid) Test Kit I - [BY PRINCIPLE OF AGGLUTINATION]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act, 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by the agglutination method.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV25. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.7. The HIV rapid test kits should have a shelf be of 12 months at the time of dispatch to the consignee. The kits should be sent by the shortest route in cold chain.8. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C.9. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.10. Literature, detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.
16
K/72 HIV (Rapid) Test Kit I - [BY PRINCIPLE OF ENZYME IMMUNO ASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act, 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by the enzyme immune assay.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory to be attached.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence of Human Immunoglobulins and should not be just a procedural control or meant for merely checking the flow of reagents or integrity of the antigen7. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.8. The HIV rapid test kits should have a shelf life of 12 months at the time of dispatch to the consignee. The kits should be sent in cold chain.9. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C.10. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.11. Literature detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.
17
K/73 HIV (Rapid) Test Kit II - [BY ANY OTHER PRINCIPLE EXCLUDING AGGLUTINATION AND ENZYME IMMUNO ASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act. 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by any other method excluding agglutination and enzyme immune assay.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence of Human Immunoglobulins and should not be just a procedural control or meant for merely checking the flow of reagents or integrity of the antigen except in lots using “Lateral flow through” technology.
7. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.8. The HIV rapid test kit should have a shelf life of 12 months at the time of dispatch to the consignee. The kits should be sent by the shortest route in cold chain.9. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C10. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.Literature detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit
18
K/74 HIV (Rapid) Test Kit II - [BY PRINCIPLE OF AGGLUTINATION]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act, 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by the agglutination method.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV25. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.7. The HIV rapid test kits should have a shelf be of 12 months at the time of dispatch to the consignee. The kits should be sent by the shortest route in cold chain.8. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C.9. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.10. Literature, detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.
19
K/75 HIV (Rapid) Test Kit II - [BY PRINCIPLE OF ENZYME IMMUNO ASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act, 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by the enzyme immune assay.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory to be attached.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence of Human Immunoglobulins and should not be just a procedural control or meant for merely checking the flow of reagents or integrity of the antigen7. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.8. The HIV rapid test kits should have a shelf life of 12 months at the time of dispatch to the consignee. The kits should be sent in cold chain.9. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C.10. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.11. Literature detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.
20
K/76 HIV (Rapid) Test Kit III - [BY ANY OTHER PRINCIPLE EXCLUDING AGGLUTINATION AND ENZYME IMMUNO ASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act. 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by any other method excluding agglutination and enzyme immune assay.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence of Human Immunoglobulins and should not be just a procedural control or meant for merely checking the flow of reagents or integrity of the antigen except in lots using “Lateral flow through” technology.
7. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.8. The HIV rapid test kit should have a shelf life of 12 months at the time of dispatch to the consignee. The kits should be sent by the shortest route in cold chain.9. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C10. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.Literature detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit
21
K/77 HIV (Rapid) Test Kit III - [BY PRINCIPLE OF AGGLUTINATION]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act, 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by the agglutination method.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV25. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.7. The HIV rapid test kits should have a shelf be of 12 months at the time of dispatch to the consignee. The kits should be sent by the shortest route in cold chain.8. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C.9. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.10. Literature, detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.
22
K/78 HIV (Rapid) Test Kit III - [BY PRINCIPLE OF ENZYME IMMUNO ASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act, 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by the enzyme immune assay.3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory to be attached.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence of Human Immunoglobulins and should not be just a procedural control or meant for merely checking the flow of reagents or integrity of the antigen7. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time without compromising the quality of the remaining part of the kit;b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.8. The HIV rapid test kits should have a shelf life of 12 months at the time of dispatch to the consignee. The kits should be sent in cold chain.9. The supplier/local agent should have the facility to store kits at 2 degree to 8 degree C.10. The supplier should supply kits for at least 600 tests free of cost from each lot for random evaluation at the identified laboratories for pre-dispatch lot verification. Protocols for each batch to be attached.11. Literature detailing the components, methodologies,, validity criteria, performance characteristics, storage conditions, manufacturing and expiry dates should be provided with each kit.
23 K/80 Indole strip
24 43.21/ Magnesium Sulphate
25K/90 Multistrips- 8 Parameter (Alb,Glucose, pH, Ketone, Blood, Bilirubin, Urobilinogen & Nitrite)
26 K/91 pH paper range 1 to 14
27 K/115 Primary Antibody ER
28 K/116 Primary Antibody HER
29 K/117 Primary Antibody RR
30
K/113 Whole Blood Finger-prick TestTechnical Specifications1. The indigenous HIV antibody rapid test kits should have a valid license issued by the competent authority defined under Drugs & Cosmetics Act. 1940 after appropriate evaluation by the centres approved by DCG(I). The imported rapid test kits should have the approval of the statutory authority in the country of Origin/manufacture and should satisfy the requirements of Drugs and cosmetics act in India. The imported kits should also get evaluated in our country 2. The assay should be able to detect antibodies of HIV-I and HIV-2 and all the subtypes by detection of antibodies by the agglutination, Enzyme Immune Assay or any other principal. 3. The assay should have sensitivity of 99.5% or more and specificity of 98% or more as per data from an identified national reference laboratory.4. The assay should have solid phase/particles coated with synthetic and/or recombination or both types of antigens of HIV1 & HIV2.5. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision to conduct single test at a time.b. The assay components should include HIV positive and negative serum controls sufficient for conducting 20% of the tests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than 50 tests per kit.
31 ABD-01 Amikacin Antibiotic Disc
32 ABD-02 Amoxicillin - Clavulanic Acid Antibiotic Disc
33 ABD-03 Amoxicillin Antibiotic Disc
34 ABD-04 Ampicillin Antibiotic Disc
35 ABD-05 Ampicillin/Salbactam Antibiotic Disc
36 ABD-06 Azithromycin Antibiotic Disc
37 ABD-07 Aztreonam Antibiotic Disc
38 ABD-08 Bcitracin Antibiotic Disc
39 ABD-09 Bile Esculin Disc
40 L/08 Bile salt
41N-41.04(a)
Bleaching Powder - IS 1065 /1989 [Containing not less than 30% w/w of
available chlorine & Stability (max.) = 1 / 15 ]
42 L/10 Brain Heart Infusion Agar
43 L/11 Brain Heart Infusion Broth
44 ABD-10 Cefaclor Antibiotic Disc
45 ABD-11 Cefadroxyl Antibiotic Disc
46 ABD-12 Cefazolin Antibiotic Disc
47 ABD-13 Cefdinir Antibiotic Disc
48 ABD-14 Cefepime Antibiotic Disc
49 ABD-15 Cefixime Antibiotic Disc
50 ABD-16 Cefoperazone Antibiotic Disc
51 ABD-17 Cefoperazone/ Salbactam Antibiotic Disc
52 ABD-18 Cefotaxime Antibiotic Disc
53 ABD-19 Cefpirome Antibiotic Disc
54 ABD-20 Cefpodoxime Antibiotic Disc
55 ABD-21 Cefprozil Antibiotic Disc
56 ABD-22 Ceftazidime Antibiotic Disc
57 ABD-23 Ceftizoxime Antibiotic Disc
58 ABD-24 Ceftriaxone /Salbactum Antibiotic Disc
59 ABD-25 Ceftriaxone Antibiotic Disc
60 ABD-26 Cefuroxime Antibiotic Disc
61 ABD-27 Cefuroxime Sodium Antibiotic Disc
62 ABD-28 Cephalexin Antibiotic Disc
63 ABD-29 Cephaloridine Antibiotic Disc
64 ABD-30 Cephalothin Antibiotic Disc
65 41.16(b)/ Cetrosterile Disinfectant Chemical Lotion
66 ABD-31 Chloramphenicol Antibiotic Disc
67 ABD-32 Ciprofloxacin Antibiotic Disc
68 ABD-33 Clarithromycin Antibiotic Disc
69 ABD-34 Clindamycin Antibiotic Disc
70 ABD-35 Cloxacillin Antibiotic Disc
71 L/54 Collodian
72 K/35 Coombs Diluents (Gel System)
73 ABD-36 Co-trimoxazole Antibiotic Disc
74 L/53 Deltametrine flow
75 ABD-37 Doxycyclin Antibiotic Disc
76 L/15 Durham’s Tube
77 ABD-38 Erythromycin Antibiotic Disc
78 ABD-39 Furazolidone Antibiotic Disc
79 ABD-40 Gentamicin Antibiotic Disc
80 L/21 Glycin Irrigation Fluid
81 L/23 Hamatoxyllin Eosin Stain Powder
82 ABD-41 Imipenem/Cilastatin Antibiotic Disc
83 ABD-42 Kanamycin Antibiotic Disc
84 ABD-43 Levofloxacin Antibiotic Disc
85 ABD-44 Lincomycin Antibiotic Disc
86 ABD-45 Lineazolid Antibiotic Disc
87 N-41.16(e)/P-1 Liquid Soap as per IS Specification
88 ABD-46 Lomefloxacin Antibiotic Disc
89 L/25 Mac Conkey Agar
90 L/26 Malachite Green
91 ABD-47 Meropenem Antibiotic Disc
92 ABD-48 Minocyclin Antibiotic Disc
93 ABD-49 Moxifloxacin Antibiotic Disc
94 L/30 Mueller Hintone Agar
95 ABD-50 Nalidixic Antibiotic Disc
96 ABD-51 Netilmycin Antibiotic Disc
97 ABD-52 Nitrofurantoin Antibiotic Disc
98 ABD-53 Norfloxacin Antibiotic Disc
99 ABD-54 Ofloxacin Antibiotic Disc
100 ABD-55 Penicillin Antibiotic Disc
101 L/31 Peptone
102 ABD-56 Piperacillin Antibiotic Disc
103 ABD-57 Pipercillin-Tazobactam Antibiotic Disc
104 L/34 PPA Media
105 L/35 PYR Reagent
106 L/36 PYR strip
107 L/58 Pyrethrum 2% Extract
108 L/57 Pyrethrum 2% Extract – Bot. of 1 liter
109 ABD-58 Rifampicin Antibiotic Disc
110 ABD-59 Roxithromycin Antibiotic Disc
111 L/37 Sabourd Dextrose Agar
112 L/38 SDA with CC
113 L/39 Simmons Citrate Agar
114 L/40 Sodalime
115 L/42 Sodium Para Amino Salicylate (NaPAS) 80% Bio-Availability
116 ABD-60 Sparfloxacin Antibiotic Disc
117 ABD-61 Streptomycin Antibiotic Disc
118 L/43 TCBS Agar
119 L/56 Technical Malathion (95%)
120 ABD-62 Teicoplanin Antibiotic Disc
121 ABD-63 Tetracyclin Antibiotic Disc
122 ABD-64 Ticarcillin/Clavulanic Acid Antibiotic Disc
123 ABD-65 Tobramycin Antibiotic Disc
124 L/44 Toludine Blue
125 ABD-66 Trimethoprim Antibiotic Disc
126 L/46 TSI Agar
127 L/50 Urea Agar Base
128 ABD-67 Vancomycin Antibiotic Disc
129 L/51 XLD Agar
Accounting Unit Drug Item Item
Specification,
offered by the
Bidder with
documents
Accounting Unit quoted
by the Bidder in the BOQ
Bottle of 500 ml Drug
Bottle of 500 ml Drug
Strip of 10 tabs Drug
Container of 60 Tabs Drug
Per Vial Drug
Per Vial Drug
Tube of 5 gm Drug
Strip of 10 Tabs Drug
Bottle of 10 ml Drug
Strip of 10 Caps Drug
Box of 10 Vials Drug
Strip of 10 Tabs Drug
Box of 10 Ampoules Drug
Strip of 10 Capsules Drug
Box of 10 Vials Drug
One Combi. Pack Drug
Per Vial Drug
Tube of 5gm Drug
Phial of 5 ml Drug
Vial of 20 doses Drug
Per Vial Drug
Vial Drug
Strip of 10 Tabs Drug
Strip of 10 Tabs Drug
Box of 10 Vials Drug
Vial of 10 ml Drug
Strip of 10 Tabs Drug
Vial of 10 ml Drug
Box of 10 vials Drug
Vial of 10 ml Drug
Bottle of 10 ml. Drug
Tender inviting Authority : The Deputy Director of Health Services (E&S)
Bidder's Name :
Tender NIT No. : HST/4T-03-2016/GDCR-RT/2015-17/042
Annexure VII
TECHNICAL DATA SHEET
Box of 10 Ampoules Drug
Box of 10 Ampoules Drug
Container of 100 Capsules Drug
Strip of 10 Caps Drug
Pack of 10 Pcs Drug
Box of 10 Vials Drug
Box of 10 vials Drug
Per Vial Drug
Box of 10 Vials Drug
Strip of 10 Tabs Drug
Strip of 10 Tabs Drug
Vial of 5 ml Drug
Strip of 10 Tabs Drug
Box of 10 Ampoules Drug
Ampoule Drug
Box of 25 Ampoules Drug
Poly ethylene Bottle/Bag of
500 ml (CS)
Drug
Box of 10 suppository Drug
Box of 10 suppository Drug
Bottle of 60 ml Drug
Per syringe Drug
Vial of 10000 I.U. In 10 ml Drug
Vial of 10 ml Drug
Strip of 10 Tabs Drug
Phial of 10 ml Drug
Per Vial Drug
Strip of 10 Tabs Drug
1 prefilled syringe Drug
1 prefilled syringe Drug
Strip of 10 Tabs Drug
Strip of 10 Tabs Drug
Strip of 21 Tabs Drug
Box of 10 Ampoules Drug
Strip of 28 tabs Drug
Strip of 28 tabs Drug
Strip of 10 Tabs Drug
Strip of 10 Tabs Drug
Box of 10 Ampules Drug
Box of 10 Ampules Drug
Box of 10 Amps. Drug
Vial of 5 ml Drug
Tube of 20 gm Drug
Vial of 10 ml Drug
Vial of 5 ml Drug
Per Vial Drug
Box of 10 Ampoules Drug
Vial of 10 ml Drug
Vial of 10 ml Drug
Box of 10 Vials Drug
Vial of 5 ml Drug
Per Bag Drug
Bottle of 100 ml Drug
Bottle of 100 ml Drug
Box of 10 Vials Drug
Phial of 5ml Drug
Per Vial Drug
Box of 10 Vials Drug
Strip of 10 Tabs Drug
Prefilled Pen of 3ml Drug
Box of 10 Phials Drug
Per Vial Drug
Per Vial Drug
Strip of 10 Tabs Drug
Strip of 10 Tabs Drug
Per Vial Drug
Per Vial Drug
Box of 10 Ampoules Drug
Sachet of 2 gm Drug
Container of 60 Tabs Drug
Strip of 10 Tabs Drug
Per Vial Drug
Box of 10 Ampoules Drug
Strip of 10 Tabs Drug
Tube of 30gm Drug
Phial of 10 ml Drug
Tube of 30 Gms Drug
Ampoule of 5 ml Drug
Vial of 30 ml Drug
Bottle of 30 ml Drug
Per Vial Drug
Vial of 5 ml Drug
Bottle of 160 ml Drug
Box of 10 Ampoules Drug
Box of 10 Vials Drug
Per ENEMA Drug
Strip of 10 Tabs Drug
Strip of 10 Tabs Drug
Per vial Drug
Box of 10 Ampules Drug
vial Drug
Strip of 10 Tabs Drug
Bottle of 60 ml Drug
Per Container Drug
Per Combi Pack Drug
Strip of 10 Caps Drug
Strip of 10 Tabs Drug
Per Vial Drug
Vial of 5 ml Drug
Box of 10 Vials Drug
Box of 10 Ampoules Drug
Strip of 10 Caps Drug
Phial of 10 ml Drug
Container of 30 Tabs Drug
Bottle of 100 ml Drug
Container of 30 Tabs Drug
Vial Drug
Box of 10 vials Drug
Per Vial Drug
Strip of 10 Tabs Drug
Per Vial Drug
Pack of 5 Drug
Pack of 5 Drug
Box of 10 Ampoules Drug
Box of 10 units Drug
Box of 10 units Drug
Box of 10 units Drug
Per Vial Drug
Box of 10 Ampoules Drug
Bottle of 60 ml Drug
Phial of 5 ml Drug
Bottle of 100 ml Drug
Box of 10 Ampoules Drug
Phial of 5 ml Drug
Box of 10 Ampoules Drug
Phial of 5 ml Drug
Phial of 5 ml Drug
Box of 10 Ampoules Drug
Box of 50 Ampoules Drug
Box of 20 Vials with 20
suitable diluents
Drug
Per Amp / Vial Drug
Strip of 10 Capsules Drug
Strip of 10 Caps Drug
Strip of 10 Tabs Drug
Strip of 10 Capsules Drug
Strip of 10 Capsules Drug
Strip of 10 Capsules Drug
Strip of 10 Capsules Drug
Strip of 10 Capsules Drug
Box of 10 Ampoules Drug
Box of 10 Bots Drug
Box of 10 Ampoules Drug
Strip of 14 Tabs Drug
Strip of 7 Tabs Drug
Box of 10 Vials Drug
Box of 10 Ampoules Drug
Polyethylene Bot. / Bag of
500 ml (CSS)
Drug
Polyethylene Bot. / Bag of
100 ml (CSS)
Drug
Phial of 10 ml Drug
Box of 10 Ampoules Drug
Bottle of 60 ml Drug
Box of 10 Ampules Drug
Container of 60 Tabs Drug
Container of 60 Tabs Drug
Bottle of 500 ml Drug
Vial of 50 mg Drug
Strip of 7 Caps. Drug
Strip of 7 Caps. Drug
Strip of 7 Caps. Drug
Strip of 28 tabs Drug
Vial Drug
Strip of 10 Tabs Drug
Per Vial Drug
Box of 10 Vials/Amps. Drug
Strip of 10 Tabs Drug
Box of 10 Ampoules Drug
Strip of 10 Tabs Drug
Per Vial Drug
Per Vial Drug
Strip of 10 Tabs Drug
Per Vial Drug
Bottle of 200 ml Drug
Phial of 5 ml Drug
Vial of 5 ml Drug
Per vial / Drug
Box of 10 Vials with sterile
diluents
Drug
Vial of 1 Mg. Drug
Box of 10 Vials Drug
Box of 10 Vials Drug
Phial of 10 ml Drug
Bottle of 60 ml Drug
Per Vial Drug
Per Vial / Amps Drug
Bottle of 500 ml Drug
96 Test Drug
Per Test Drug
1 ml Drug
Bottle of 500 ml Drug
Per Test Kit Drug
10 Lit Drug
Per Kit Drug
Per Kit Drug
96 Wells Drug
96 Wells Drug
Per Kit Drug
Per Test Drug
Per test Drug
Per test Drug
Per test Drug
Per test Drug
Per test Drug
Per test Drug
Per Test Drug
Per Test Drug
Per Test Drug
per 100 strip Drug
Packet of 500 gm. Drug
100 strips/ box Drug
50 strip Drug
1ml Drug
1ml Drug
1ml Drug
Per Test Drug
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Bot. of 250 gm
HDPE Drum of 25 kg
Bot. of 500 gm
Bot. of 500 gm
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Bottle of 500 ml
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Bottle of 500 ml
Bot. of 250 mlPer 50 Disc
Jar of 1 liter
Per 50 Disc
Pack of 100 Tube
Per 50 Disc
Per 50 Disc
Per 50 Disc
3 Lit.
Per 5 gm.
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Bottle of 200 ml
Per 50 Disc
Bottle of 500 gm
Bot. of 25 gm
Per 50 Disc
Per 50 Disc
Per 50 Disc
Bot. of 500gm.
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Bot. of 500gm.
Per 50 Disc
Per 50 Disc
Bot. of 100gm.
Bot. of 100 ml
per 100 strip
Jar of 5 liters
Bot. of 1 liter
Per 50 Disc
Per 50 Disc
Bot. of 500 gm
Bot. of 500 gm
Bot. of 100 gm
Per Kg
Jar of 100 Gms.
Per 50 Disc
Per 50 Disc
Bot. of 500 gm
Jar of 5 liters
Per 50 Disc
Per 50 Disc
Per 50 Disc
Per 50 Disc
Bot. of 25 gm
Per 50 Disc
Bot. of 100 gm
Bot. of 100 gm
Per 50 Disc
Bot. of 500 gm
Quoted as
Manufacturer/
Importer for the
item
License No under which the item
is endorsed.
(BIS No. In case of items having IS
Specification)
Name of the folder & Page
No. in which Drug
Endorsement/F-10,
submitted,
Tender inviting Authority : The Deputy Director of Health Services (E&S)
Bidder's Name :
Tender NIT No. : HST/4T-03-2016/GDCR-RT/2015-17/042
Annexure VII
TECHNICAL DATA SHEET
Name of the folder & Page No. in
which Market Std. Cert. (MSC),
submitted
Remarks (page no of
supportive Documents for non
submission of any documents )
Annexure VII
TECHNICAL DATA SHEET
Page 1 of 42
Government of West BengalOffice of the Deputy Director of Health Services (E&S), WB
Central Medical Stores141, A J C Bose Road, Kolkata – 700 014Phone No (033) 2265 4418/4417/4419
E mail : [email protected]
NOTICE INVITING RE e-TENDER FOR PROCUREMENT OF GENERAL DRUGS & KITS, CHEMICALS ,REAGENTS FOR THE YEAR 2016-2018 BY THE DEPUTY DIRECTOR OF HEALTH SERVICES (E&S),
CENTRAL MEDICAL STORES, KOLKATA -700 014(Through Pre-qualification)
(Submission of Bid through NIC e tender portal)
NIT No:- HST/4T-03-2016/GDCR-RT/2015-17/042 Dated:- 28/06/2016
The Deputy Director of Health Services (E&S) having its office at Central Medical Stores,141, Acharya Jagadish Chandra Bose Road, Kolkata 700 014 is going for Re e-tender in respect ofNIT No HST/1P-01-2015/GD/2015-17/024, Dtd 20.08.2015 & NIT No HST/4T-12-2015/CRD/2015-17/027, Dtd 06.10.2015 on behalf of the Health & Family Welfare Department, Government ofWest Bengal for preparing of Rate Schedule of General Drugs & Kits, Chemicals , Reagents for theyear 2016-18, and its extension, if required for a further period of 6 (Six) months from themanufacturers/direct importers, for supply to Central Medical Stores, decentralized DistrictReserve Stores, Medical Colleges & Hospitals, decentralized Hospitals and other Direct PurchasingHealth Units under the Health and Family Welfare Department all over the State of West Bengal.Necessary Earnest Money to be submitted is i) Rs. 2.00 lakh (Rupees two Lakh) only forparticipation in the Tender for Items under Group A per tenderer and ii) Rs. 50,000 ( Rupees Fiftythousand) only for Items under Group B per tenderer through Demand Draft in favour of AssistantDirector (Accounts) Central Medical Stores, Kolkata.
1. General Instructions:In the event of e-filing, intending bidder may download the tender documents free of costfrom the website : http://wbtenders.gov.in directly with the help of Digital SignatureCertificate or from the Health & Family Welfare Department’s websitewww.wbhealth.gov.in & necessary earnest money may be remitted to the office of theDDHS(E&S) through Demand Draft / Pay Order issued from any nationalizedbank/scheduled bank in India payable at Kolkata drawn in favour of Assistant Director(Accounts) Central Medical Stores, Kolkata and also to be documented through e-filing.
2. Submission of bids:Both Technical bid and Financial Bid are to be submitted concurrently duly digitally signedby the Company personnel who is in the pay roll of the Company (having Authorizationfrom the Company management as per Annexure II, given hereunder) in the website http://wbtenders.gov.in. All papers must be submitted in English language with Page Marking.
Page 2 of 42
3. Time Schedules for the e-tenderTHE TIME SCHEDULE FOR OBTAINING THE BID DOCUMENTS, PRE BID MEETINGS,REGISTRATION WITH THE TENDERING AUTHORITIES, THE SUBMISSION OF BIDS AND OTHERDOCUMENTS ETC. WILL BE AS PER THE LIST PROVIDED IN CLAUSE NO 31 GIVEN BELOW.
4. ELIGIBILITY FOR QUOTING:Only Manufacturers & Direct Importers of the item or items who are able to supply theassured quantities as per requirement of the State & have requisite Annual AverageTurnover, as per clause no. 5, are only eligible for quoting in addition to other companyspecific and product specific documents specified below. Manufacturers not having thecapability to supply the required quantity solely need not apply.Failure of submission of declaration of full supply to the Government of West Bengal willlead to cancellation of tender.Factory inspection may follow for determining actual manufacturing capacity, status ofproduction & confirmation of full supply for those vendors having L1 status for more thanone item to take final decision about determination of L1.In the event of being L1 for such cases for more than one item, commitment or declarationabout part supply will not be entertained and the offer will stand rejected.The existing vendors for whom rate schedule has been approved by the CMS for the year2016-18 should declare that they have supplied (GRN made) minimum 80% of the orderedvalue made to them through the dedicated software to the different health facilities. Thereference date for GRN would be the date of submission of technical bid against the ordervalue as on 31st March, 2016. This is in addition to their existing production capability/assured supply as well. The verification about 80% supply as on the reference date is asystem generated statement and binding upon the vendors.The technical bid will not be evaluated for those existing vendors if 80% supply has notbeen effected by the concerned vendor on the item or items to be quoted as on the date ofsubmission of bid as per annexure V.The following bids will also not be accepted for that item or items :
I. The vendors who were declared L1 in the tender, 14-15 floated by CMS but did notexecute agreement, or
II. The vendors who were selected in the tender, 14-15 floated by CMS but did notcomply itemwise 80% of GRN even after execution of agreement or
The vendors who were declared black listed by any Govt. Concern/health Institutions inthe Country for particular item or items are not eligible to participate in the currenttender for that item or items. This clause will be applied on the basis of thedeclaration by the bidder itself in the Affidavit submitted in Annexure V.
5. ANNUAL TURNOVER REQUIREMENTS:Principal Manufacturer(s)/Importer(s) (inside or outside of West Bengal), State Based PSUsand State Based Other manufacturing units/CPSU whose average ANNUAL TURN OVER forlast three financial years i.e for the year 2013-14, 2014-15 & 2015-16 is i) more than Rs. 10(Ten) crore totaling more than 30 (Thirty) crore for the above mentioned three years forparticipation in the Tender for Items under Group A and ii) more than Rs. 3 (Three) croretotaling more than Rs.9 (Nine) crore for the above mentioned three years for the itemsunder Group B . The S.S.Is, registered in West Bengal whose average ANNUAL TURN OVERfor last three financial years i.e. for the year 2013-14, 2014-15 & 2015-16 is more than i)Rs. 1 (One) crore totalling more than Rs.3 (Three) crore for the above mentioned threeyears for participation in the Tender for Items under Group A and ii) more than Rs. 50,000
Page 3 of 42
(Rupees Fifty thousand) totalling Rs 1.5 lakh for the above mentioned three years for theitems under Group B, are eligible to participate in the Tender.
6. SUBMISSION OF THE TENDERS:The tender is to be submitted in a 2(Two) Bid System.Technical Proposal:
I. “BID A” Part I : - Company Specific Technical Documents (PDF)(SINGLE FILE MULTIPLE PAGE SCANNED) The scanned document uploaded should belegible and readable and should not be repetitive. Uploading of illegible scanneddocument will not be accepted and will stand for rejection of bid.One folder for earnest money deposit with copy of the Demand draft/Pay order shouldbe uploaded. Local SSI(s) should upload certificate of registration/EM II for claimingEMD exemption. The folder should be named as ‘BID A1’
A
Copy of the Demand Draft of Rs. 2.00 lakh (Rupees two Lakh) only for participation in theTender for Items under Group A and Rs. 50,000 ( Rupees Fifty thousand) only for Itemsunder Group B in favour of Assistant Director (Accounts), Central Medical Stores, Kolkatasubmitted to office of the DDHS (E&S) as Earnest Money for the whole tender.
B Certificate of registration/EM II in respect of domestic SSI within the State of West BengalC CHECK LIST in the prescribed format.D Application in Annexure IE Authorization in favour of signatory (DSC Holder) from Company in Annexure II
F Certification from Chartered Firm about monthly production capacity and % sale in theopen market in Annexure III.
G Copy of agreement between the Manufacturer and the Distributor in Annexure IV
H Declaration from existing CMS approved drug vendors about supply of 80% over orderedvalue in Annexure V.
I Affidavit for Non-Conviction & non-blacklisting sworn before the JudicialMagistrate/Executive Magistrate/ Notary Public on or after 01.04.2016 (Annexure VI)
II. BID A Part II : Products Specific documents :This folder should be named as ‘Bid A2’
A Drug endorsement list for each item quoted ( The item should be marked with marker penmentioning therein the CMS Cat No for each particular item) – For Drug items
B
Market standing Certificate of the product or products for at least three years out of lastfive years i.e., from 2010-11 to 2014-15, issued from the concerned State Drug ControlAuthority (The item should be marked with marker pen mentioning therein the CMS CatNo for each item)- For Drug items. MSC is not required for Non drug/ imported drugs.
C Import Licence (Form 10)( for importers) ( The item should be marked with marker penmentioning therein the CMS Cat No for each particular item)
III. BID A Part III : Technical Data Sheet : Properly filled up Technical Data Sheet to besubmitted as per proforma given, otherwise bid may be treated as cancelled.This folder should be named as ‘Bid A3’
A List of items quoted in excel sheet as per proforma given as Annexure - VII
Page 4 of 42
III. NON-STATUTORY/ MY DOCUMENTS Containing the following documents:This folder will be named as ‘My Document’.
Sn Category Sub Category Sub Category DescriptionA Certificates Certificates PAN Card of the Bidder (who uploads the BID)/Bidder
company.VAT/ CST Registration certificate
B. COMPANYDETAILS
COMPANYDETAILS
Trade Licence/Enlistment.Registration with Registrar of CompaniesManufacturing License of the product or products ( fornon drug item or items)Import Licence with validity with IEC code (for importers)
C. CREDENTIAL CREDENTIAL1 Validity of Drug Manufacturing Licences under whichItems are quoted from the concerned Drug controlauthority- For Drug item or items.Revised Schedule M / MIII Compliance (GMP) Certificatefrom concerned State Drug Control Authority- For DrugitemsGLP Compliance (Schedule L1 ) Certificate from theconcerned State Drug Control Authority- For Drug items.No Conviction certificate from the concerned State DrugControl Authority issued on & after the date ofpublication of the Tender Notice- For the firm(s), quotedonly Drug items.
D.
FINANCIALINFORMATION
PAYMENTCERTIFICATE
Income Tax Returns submitted for the Assessment year2016-17VAT/CST Returns (of the last quarter) for the year 2015-16
P/L & BALANCESHEET
1. P/L & Balance Sheet 2013-143. P/L & Balance Sheet 2014-153. P/L & Balance Sheet 2015-16
N O T E : F o r n o n a p p l i c a b i l i t y f o r s o m e d o c u m e n t s ( i f a n y ) , p l e a s e m e n t i o n‘ N A ’ i n t h e c h e c k l i s t , w i t h s u p p o r t i v e d o c u m e n t s ( i f a n y ) .
IV. “BID B”: FINANCIAL COVERBOQ
The folder as “Financial Bid” shall contain:Base Rate per Accounting unit repeat per Accounting unit inclusive of Entry Tax, CustomsDuty (if applicable), Transportation Charges, Insurance, Delivery Charges, IncidentalCharges, Freight Charges, Testing Charges e.t.c. and exclusive of VAT / CST, Excise duty andCess (wherever applicable) etc. to be quoted. However, L1 will be determined on base priceonly without VAT/CST, Excise Duty.
LOAN LICENCE- No drug manufactured under a Loan License will be accepted. But, in caseof few life savings and essential items where the concerned manufacturers are notmarketing the products, Loan License may be allowed subject to the approval of TenderSelection Committee/H&FW Dept.
Page 5 of 42
7. The tenderers are not required to submit hard copies of Bid A or My documents. Only theEarnest Money (EMD) is to be deposited in the office of the Deputy Director of HealthServices (E&S), Central Medical Stores in sealed cover mentioning the tender no, name ofthe bidder & amount of EMD deposited. Submission of hard copy of Financial Bid is totallyprohibited and only be submitted through on line through NIC portal.
8. EVALUATION OF THE TENDERS:During the tender evaluation process, the “BID A” will be opened firstThose Bidders who have qualified in respect of the essential & other requirements in “BID Awill be identified and their financial bid will be opened. The financial bid of those Tendererfailing to meet the technical & other requirements laid down in the tender will not beopened and be rejected. The Tenderer offering the item found suitable and as per thetender specifications will only be selected. Final selection of the lowest bidder in respect ofFinancial Bid is subject to further verification.The manufacturing capacity of the Tenderer and supply capacity to the Health & FamilyWelfare department, Govt of West Bengal will be assessed by the DDHS (E&S) and themanufacturer capable to supply the quantity as per the requirement of the State to theitem or items for which he has quoted will also be identified and assessed before openingof financial bid.The Tenderer who have been so identified to have been technically suitable in the contextof above and are having the manufacturing capacity and confirmation about the supplyrequirements of the State during the tender period and have supplied 80% (as on the dateof submission of tender) of the ordered value made to them upto 31st July, 2015 (in respectof existing vendors) will be deemed to have passed the test of essential and otherrequirement of the quoted item or items.The Financial Bids of only these tenderers passing the essential and other requirement testwill be opened. If found suitable in the context of above pre qualification etc, the Tendererquoting the lowest rate will be considered as successful
For high volume, vital and life savings item or items, if the lowest quoting tenderer fails tosupply the total requirement of the state at any stage or the H&FW department considersselection or induction of more vendors for prompt supply for the interest of better patientcare services or in the exigency of the situation, counter offers shall be invited from thenext higher quoter i.e. L2, L3 and L4 etc to supply at the lowest rate, i.e. at L1 rate. Thisdivision of orders shall continue till quoters assuring of supplying up to 120% of theestimated requirements of the State in respect of the particular item or items areidentified.THE DECISION OF THE DDHS (E&S)/ TENDER SELECTION COMMITTEE WILL BE FINAL ANDBINDING IN THIS MATTER.
9. APPOINTMENT OF AUTHORISED DISTRIBUTOR:(THE TERMS DISTRIBUTOR IMPLIES AUTHORISED DISTRIBUTOR/ C&F AGENT WHO SHALLFACILITATE THE PROCESS OF TAKING ORDERS, ENSURING TIMELY SUPPLIES ANDCOLLECTING PAYMENT ON BEHALF OF THE MANUFACTURERS). Local SSI/localPSU/CPSU/local manufacturers are not allowed to engage Distributors for raising bill andreceiving payment in the latter’s favour.All out of the State manufacturers/ tenderers must have a distributor in this State.If out-of-state manufacturer/Direct Importers proposes that order and payment are to bemade in the name of the Distributor, such Distributor must be an authorized distributor ofthe Tenderer with average annual turnover of 1 (One) crore i.e. Rs 3 (Three) crore for thelast three years i.e. for the year 2013-14, 2014-15 & 2015-16 . The Tenderer shall submit
Page 6 of 42
relevant documents to this effect (copy of agreement signed between the tenderer and theDistributor).If out of State manufacturer proposes that the order & payment are to be made in favour ofthe manufacturer & the manufacturer will supply and effect distribution throughauthorised C&F agent or local sales depot, the same is allowed. No annual turnover andagreement is necessary for such engagement. The matter related to Way Bill is theresponsibility of the authorized distributor/ C&F agent and the procuring authorities willnot issue any way bill.In the event of being selected, the hard copies for under mentioned documents of theDistributor must be submitted by the tenderer to the DDHS (E&S) as ‘DISTRIBUTORSUMMARY’ as per Proforma given herein before execution of the agreement:
i. Letter of Authority from the Tenderer (manufacturer) in the letter head of themanufacturer duly signed by the Authorized Signatory of the manufacturer in favour ofDistributor stating clearly the status of the Distributor.
ii. Copy of agreement signed between the tenderer and the Distributor as proof of theDistributor as the authorized distributor of the manufacturer.
iii. PAN No. & Last year’s Income Tax Return submitted, VAT/ST Registration Certificate &Validity Documents of the Distributor.
iv. Drugs Licence & its current Renewal Certificate /Validity Certificate, Current Trade Licence.v. Current No-conviction certificate from the State Drug Control authority.vi. Affidavit of non conviction sworn before Notary public/ Judicial Magistrate/Executive
Magistrate on or after 01. 10.2015.vii. Average Annual Turnover amounting to Rs. 1 (One) crore for the year 2013-14, 2014-15 &
2015-16 totalling Rs. 3 (Three) crore for last three years in case the order and payment areto be made in the name of the Distributor. Copies of annual audited accounts statementsfor the last three financial years are required to be submitted as proof.
It is, however, made clear that agreement in pursuance of the accepted tenders will beexecuted only with the Tenderer who will be responsible for the supply. In case, the orderand payment are to be made in the name of the Distributor, separate agreement will beexecuted with such distributor also. No agreement will, however be executed with the C&Fand CSA agent.
10. COST OF EARNEST MONEY:a. Each tenderer, unless exempted under the existing orders of the West Bengal Govt.
must deposit Earnest Money in the form of Demand Draft from any NationalizedBank/Scheduled bank in India of Rs. 2.00 (two) lakh for participation in the Tender forItems under Group A and Rs. 50,000 for Items under Group B only irrespective of theitems quoted drawn in favour of Assistant Director(Accounts), Central Medical Stores,Kolkata.
b. The earnest money is to be deposited in the prescribed time during opening of Bid A.The onus of providing that a Tenderer is exempted from Earnest Money will lie on theTenderer and must be proved by the submission of valid documents.
c. The earnest money of the Tenderer will liable to be forfeited if the Tenderer withdrawshis tender as a whole or for any particular item at any stage after the opening of thetender, or fails / refuses to enter into written agreement for any of all of the items of hisaccepted tender within the time specified when requested to do so/fails to furnishPerformance Bank Guarantee within the stipulated time.
d. The Earnest Money will be refunded after finalization of the tender & execution ofagreement with the tenderer/distributor against the specific prayer of Tenderer
Page 7 of 42
e. The Earnest Money will be refunded to the non-qualified bidders in respect of technicalbid against the prayer of the bidder.
11. PREFERENCE & REGULATIONS FOR S.S.I., W.B. & OTHERS AS UNDER NOTED:
Preference will be given to the S.S.I., W.B., P.S.U., W.B. and State Based OtherManufacturers as per West Bengal Financial Rule incorporated under notification No.10500-F dated 19.11.04. Registration as a Small Scale Industries unit after the submission ofthe tender will not entitle the Tenderer to get exemption from payment of Earnest Money.
12. C.L.A.A. CERTIFICATE, Schedule M / MIII Compliance Certificate, GLP Certificate and MarketStanding Certificates:
Only manufacturers of Drug items under both Group A & B, having valid DrugLicenses, Revised Schedule M or MIII Compliance (GMP: Good Manufacturing Practice)Certificate and Schedule L-1 compliance (GLP : Good Laboratory Practice) Certificate ( Notrequired for Non- Drug items) with last 3(three) years Market Standing Certificate of theDrug item(s) to be quoted from the concerned State Drug Control authority duly markedwith marker pen mentioning therein the CMS Cat No for each particular item along withother pre qualification documents mentioned herein are eligible to take part in the tender.
NOTE: I) Market Standing Certificate for Non drug/ Imported Items, having F-10/ IEC Codeis not required.
II) For the SSI Units, West Bengal, the Market Standing Certificate for the Drug itemsin the category of small volume Parenterals/large volume Parenterals/Dry powderapproved on and after 2013 by the State Drug Control Authority is not essential, providedthey comply the other pre-qualifications.
III) For new drug under the definition of 122E of Drug & Cosmetics Rules, 1945, or.,new inclusion in IP, Market standing Certificate is not essential.
13. DRUGS IMPORT LICENCE:
Certified copy of Drug Import Licence in Form 10 with current validity certificate along withfull list of endorsement with items underlining of items quoted in the tender must besubmitted (for Drug items). The items should be Marked with marker pen mentioning there inthe CMS CAT No. for each particular items.
14. B.I.S. CERTIFICATE:
The item(s), having I.S.I. specification, must have certificate from Bureau of IndianStandard and valid endorsement copies.
15. SALES IN THE OPEN MARKET:
The Tenderer must have sales in the open market. At least 10% of the total production ofthe material during the last three financial period should have been sold to any otherorganisation/party/persons other than the Health & FW Dept., Govt of West Bengal.The Tenderer has to submit a declaration certified by a Chartered Accountant regardingtotal sales in the open market (i.e. sales other than sales in H&FW Department) during last
Page 8 of 42
three financial years (Annexure-III). The sales must have relevance to the product(s) he isquoting.This criterion will be used to exclude those Tenderer who do not have at least 10% of theproduction sold in the open market during the preceding three financial years.
16. RATE:
a. Rates are to be quoted for items as per the list of the Catalogue as provided in Tableabove.
b. Rate should be quoted in decimal coinage stating the particular item as per Catalogue ofthe Tender proposed to be supplied inclusive of all incidental charges including FREEDOOR DELIVERY to the Central Medical Stores, 141, Acharya J.C. Bose Road, Kolkata –14 or 243, Rabindra Sarani, Kolkata – 700003 and other purchasing health institutionsunder the Dept. of Health & Family Welfare, Govt. of West Bengal, situated anywhere inthe state. Rates quoted in respect of items shall not exceed the controlled price and/ orM.R.P. (maximum retail price) fixed by GOI wherever it is applicable.
c. Rates shall be valid throughout the period to be covered by the contract to be executedwith successful tenderers along with any extensions as may be made by the competentauthority from time to time.
d. THE BASIC RATE PER ACCOUNTING UNIT REPEAT PER ACCOUNTING UNIT should befurnished inclusive of Entry Tax, Customs Duty (if applicable), Transportation Cost,Insurance, Freight, testing charges, Incidental Charges etc. but excluding of VAT/CST,Excise Duty & Cess etc. which shall be quoted separately in the template for Bill ofQuantities (BOQ).
e. Percentage of Excise Duty, CESS etc, Percentage of VAT/CST to be mentioned in theappropriate Column of the template for Bill of Quantities. Manufacturing capacity permonth is to be mentioned in the appropriate column of the BOQ.
17. ORDER & SUPPLY:
I. The Genesis of the tender and subsequent action solely depend on the following :i. E tender,
ii. E procurement &iii. E payment.
II. Orders for the supply of the approved products will be placed with the successful tenderersafter the execution of the agreements in phases as and when required by the procuringauthorities across the State upto the Sub Divisional hospital depending upon their annualconsumption. The successful tenderer will have to supply within the specified timeschedule as prescribed.
III. All supplies will have to be completed by door delivery within maximum 45(forty five) daysfrom the date of order in the Store Management Information System (SMIS) from theprocuring units. For Vaccines and Sera, the stipulated period will be 60(sixty) days. NORELAXATION ON ANY ACCOUNT WILL BE ALLOWED FOR CONDONING DELAYED SUPPLIES.In addition to physical order, the selected vendors would have access to the Vendor Portalfrom which, the procurement order, Goods Received Notes (GRN) and Bill Status can beseen on line & downloaded. The order generated out of Vendor portal will have the samemeaning and strength that of physical order.
IV. The permissible time period between the date of manufacture and the date of supply of theitem should not be more than 1/6 the of the whole life period of the item or items. Nodelivery will be accepted if the date of manufacturing and the date of expiry are not written
Page 9 of 42
on each and every unit supplied and the consignment is under the mandatory provision ofpermissible time period.
18. Bar Coding :
Each secondary & tertiary pack should contain 2D Data-Matrix Bar Code as follows whichshould not exceed size of 18 mil & 50 character.a. Vendor Code.
b. Item Code ,i.e., CMS Cat No.
c. Batch Number of the product.
d. Manufacturing Date (YYMM).
e. Expiry Date (YYMM)
19. LABELING:Labeling of the drugs should be complied with all provisions as mentioned in Part IX of the Drug& Cosmetic Rules, 1945. All supplies of articles in drugs section should invariably contain thefollowing information on its label and the carton in addition to Bar coding.One information should not be overlapped by any other information needed to be furnished.a. Name of the item(Drug/Chemical/Reagent/Kit) .
f. Manufacturing date.g. Expiry Date.h. Name & address of Manufacturers / Importer.i. Manufacturing License Number / Import License No..j. Batch Numberk. The bottle label & carton should invariably marked with‘W B. GOVT SUPPLY. NOT FOR SALE’The above labeling must be printed in each Primary, Secondary & Tertiary Packing
All Drugs/ Chemicals quoted/ supplied by tenderer MUST CONFORM TO B.P, U.S.P, I.P and N.F.I–III specification as noted against the item(s) in catalogue as applicable.The MRP and Trade Name will not be allowed to be printed in any pack. This will lead tocancellation of candidature straightaway. However, for excisable products, insertion of writingof offered base price in the tender is allowed as per provision laid down in the order of theCentral Excise dept.Any information like Manufacturer’s Name & Address is strictly prohibited to be inscribed/printed in any part of the wall of the bottle and Cork.”
20. MANUFACTURING AND PACKAGING:
a) Packing of medicine should be done as per provision laid down in Drug & Cosmetic Act 1940,and Rules framed thereunder. However, an indication about the packing norms in respect oftablets, capsules, solid & liquid preparation and Lab Chemicals with standard packing materialsare given below :
i) The primary packing should strictly be made as per accounting unit prescribed.ii) The secondary packing should also be as per pack size prescribed. The idea of
prescribing the norms of secondary packing is to issue the item to the peripheryunits in a sealed condition. However, the appropriate secondary packing can bedetermined in consultation with the selected vendor.
Page 10 of 42
iii) The rigid PVC used in blister packing should be of not less than 250 microniv) Sterile items are to be transported in such packaging so that there is no damage to
the primary packaging during the transportation process.v) All glass bottles should be new neutral glass.vi) Ointments should be packed in liquidized Aluminium Tubes.vii) Small Tablets packed in blisters should be packed to facilitate easy removal of the
tablet without breaking / crushing.viii) Tablets should have a score line as per the relevant pharmacopeia norms.ix) All plastic containers should be made of virgin grade plastics.x) All plastic Jars above 450 Gms / ml should carry an inner plastic lid.xi) Injection in vials should have a snap off seal.xii) All tablets should be in aluminum strips or blisters with Aluminium foil back.xiii) Strips of Aluminium foils refer to gauge 04. Aluminium foils as back material for
blisters refer to gauge 025.xiv) Light sensitive drugs are to be in amber coloured bottlesxv) Oral Liquids, Drops should be packed with in-built plastic auto dispensers as per
single dose .xvi) Glass ampoules should be packed with cutters @ 1 cutter for each 5 ampoules in a
separate polybagxvii) Corrugated package box size should be limited to 12’’ H x 24”L x 24”W. No deviation
in this respect will be allowed.xviii) No corrugated box with contents should weigh more than 15 kgs (7 kgs in case of
ointments and fragile materials)xix) The inner lining shall be not less than 120 gsm and outer carton not less than 150
gsm.xx) The non glass bottle containing cartons shall be of at least 5 ply with bursting strength
not less than 9 kg/sq cm.xxi) Glass bottle containing cartons shall be of at least 7 ply with bursting strength not
less than 12 kg/sq cm.xxii) No box should contain mixed products or mixed batches of the same product.xxiii) The product label on the cartoon should be at least 15 cms x 10 cms dimension. It
should carry the appropriate labelling mentioned above with quantity packed andnet weight of the box.
21. DRUG TESTING:(a) Every batch of drugs, reagent, chemicals etc. to be supplied should contain In-house Test
report of the Company tested by own GLP Laboratory( Excepting the Diagnostics Kits,reagents). The full name and qualification and the attested signature of the certifyingchemist is to be submitted along with the test report.
(b) In addition, the Dy. Director of Health Services (E&S), West Bengal will be at liberty to getthe drugs tested at empanelled laboratory. Such testing will be in addition to tests thatmay be done by any authority exercising statutory powers of drug testing.
(c) The non-standard and defective batch, if found in the quality test will not be refunded tothe tenderer & will be destroyed in presence of the tenderer or his authorizedrepresentative after Statutory Test. The non-standard and defective batch will alsoinclude for wrong packaging or labeling.
(d) The cost of procurement of such non-standard drugs or defective batch(s) will not be paidor be deducted from the security deposit and/or from the pending bills of that supplierfor that item or other item or from the performance bank guarantee. Before processingthe bill, the Accounts section will be entrusted to look into the result of the quality test
Page 11 of 42
done from the end of CMS. Moreover, action under relevant Rules of the Drugs andCosmetic Act, 1945 and rules framed thereunder will also be taken.
(e) A sum @ 2% of bills exclusive of Govt. tax & duties will be deducted from the bills of thesupplies of medicine by the procuring authorities and deposited in the respective budgethead to meet cost of handling and testing charges. The testing charge, however will notbe deducted if the batch contain test report from Govt Laboratory at Kasuali, HimachalPradesh or. from NIV/NARI in respect of ARV, AVS and other Sera/Vaccines &immunological products.
22. WITHDRAWAL /CANCELLATION & PURCHASE POLICY OF TENDERING AUTHORITY:
The tendering authority reserves the right to withdraw any item from the tender at any stage.The selection of such item, if already made in favour of any Tenderer, shall be treated ascancelled.
i) The tendering authority reserves the right to reject or accept any tender or partthereof at any stage or to split any tender without assigning any reason. Withdrawalof tender or any revision after submission of tender by the Tenderer will not beallowed.
ii) The tendering authority reserves the right to accept or reject any tender, in part orin full, without assigning any reason.
iii) Purchase will, however be made following the existing purchase policy of the Govtof West Bengal and its amendment(s) made from time to time. The purchase policyof the State Government as provided in the West Bengal Financial Rules, the policyof price preference in particular incorporated under Notification No. 10500-F dated19.11.04 should be observed in considering the tenders.
iv) The tendering authority reserves the right to purchase any item of the Catalogue atthe approved rate from any outsider (Non- Tenderer) during the tender period incase of emergency, if the tenderer fails to supply such items on short notice,
v) The tendering authority reserves the right to procure any item, of the tenderdirectly from a state/ Central Govt. undertaking even if a tender for the same hasbeen offered/ accepted.
22A. NO- CONVICTION CERTIFICATE:No conviction certificate issued after 01.04.2016 is to be submitted from the DrugControlling Authority of the State where the manufacturer is registered. He will also submitan affidavit in the prescribed Pro-forma attached herewith from Notary public/ JudicialMagistrate/Executive Magistrate.
23. PENALTY CLAUSE -IT SHOULD BE REALISED BY ALL THE TENDERERS THAT GENERAL AND OTHER DRUGSCONSTITUTE AN IMPORTANT PART OF THE VITAL & ESSENTIAL MEDICINES REQUIRED FORTHE TREATMENT OF PATIENTS. THIS IS MORE SO IN CASE OF SERIOUS AND EMERGENCYPATIENTS. THERE CAN BE NO RELAXATION IN THE QUALITY AND TIMELY SUPPLY OF THESEITEMS UNDER ANY CIRCUMSTANCES, AS THIS WOULD SERIOUSLY & ADVERSELY AFFECTPATIENT CARE SERVICES. TENDERERS ARE THEREFORE ADVISED TO CAREFULLY ASSESSTHEIR MANUFACTURING ABILITY AND CAPABILITY FOR ENSURING TIMELY SUPPLY OF THEASSURED QUANTITIES AS PROVIDED IN TABLE 1 ABOVE, PRIOR TO PARTICIPATING IN THISTENDER.
Page 12 of 42
A) In case of supply of the sub-standard items found in the quality test as per qualityassurance norms, the detective batch /batches determined by the appropriateauthority will not to be replaced to the vendor. The batch will be destroyed in thepresence of the representative of the vendor after Statutory test. The payment ofthe defective batches will not be made to the supplier or if paid in the meantime, isto be deducted from the pending bills of the tenderer or from performance bankguarantee.
B) In addition to rejection of the supply, the Dy Director of Health Services (E&S) W.Band the heads of direct demanding units will have the right to cancel the supplyorder wholly or in part, to forfeit security deposit and to recover the loss, if any, ofthe Govt. by making deductions from any pending claim of the supplier/ SecurityDeposit or Performance Bank Guarantee, as may be deemed fit. Such Penalty forsupply of a drug falling within the meaning of adulterated/ spurious/ misbrandedunder Section 17 (A), 17 (B) and 17 (C) of the Drugs and Cosmetic Act,1945 and therules framed thereunder will be in addition to action which may be taken by police,the Drug Control Authority or by tendering authority of the State Govt or the Govtof India or by any individual under the law of the land.
C) Debarment from participation in next tender processes of the Health & FamilyWelfare Department: The tender selection committee reserves the right to declare afirm/ Company blacklisted for 3(three) years due to the following reasons:If the supplier :i) Withdraws from agreement after achieving the “Lowest Quoted Tenderer”ii) Failure in supply within stipulated period for 5(five) occasions during the
tenure of the tender period or its extensions. There will be blockage for theentire State for failure in supply for five occasions for a particular item.
iii) In case of supply of Spurious drugs, Adulterated dugs, misbranded drugs andNot of Standard Quality of drugs (as applicable) along with proceedingsunder the provisions Drugs and Cosmetic Act, 1945 and Rules framedthereunder.
iv) For supply of non-standard item or items as per quality test within tenderperiod as determined by the testing of the item by CMS/Tender SelectionCommittee in respect of particulars item only.
v) In consequence of submission of false or fabricated documents by any firm/company for participating in the tender, if proved later on.
vi) Quoting absurdly high or low rate in the opinion of Central MedicalStores/Tender Selection Committee, with the intention to vitiate the tenderprocess. The assessment of too low or too high will be made by a team ofHealth officials in the context of NPPA norms or any other norms underGovt.
vii) Supply of items with short expiry dates for less than two years.viii) Unwilling to accept the tender conditionality in respect of selection of item
or items at any stage of the tender period.ix) Submission of tender for the product /products for which the concerned
company / its Principals/ or sister concern (where its Principals or Promotershave more than 10% shares) has been blacklisted either by the stateGovernment/ other State / Central Government /Govt Organization.
x) Submission of tender during the period of blacklisting of Concern / Company/ its Principals/ or sister concern (where its Principals or Promoters havemore than 10% shares) either by Tender Inviting Authority or by any StateGovernment or by other State/Central Government
Page 13 of 42
The H&FW Department will have the right to inspect the manufacturing unit of thetenderer before accepting the rates quoted by them or at any point of time duringcontinuance of the tender and the Department will also have the right to reject tender orterminate/ cancel the purchase order(s).
D) Financial Penalties for deficiencies in services/supplies during the period of thetender and its subsequent extensions :
i) The vendor should supply full quantity of the any material of any order in oneconsignment. Part supply will not be considered. After supplying one consignmentthe order for the material will be closed in SMIS automatically.
ii) In respect of all consignment (excepting Vaccines & Sera), stipulated period will be45 (forty five) days from the date of order generated in SMIS.
iii) For Vaccines & Sera like Anti Rabies Vaccines, Snake Anti Venom and Immunologicalproduct which requires Quality Test report from Govt Laboratory, Kasauli, HimachalPradesh, the stipulated period will be 60 (sixty) days from the date of ordergenerated in SMIS.
iv) The order generated out of SMIS will carry the same status that of signed order.v) At least 50 % of the total order quantity of any material may be supplied in one
consignment with penalty. After supplying one consignment the order will be closedin SMIS automatically. The penalty provision are as follows:
a) If the vendor supply full quantity of any material of any order in oneconsignment within stipulated period i.e., 45 days or, 60 days ( as the casemay be), then there will be no penalty.
b) If the vendor supply partial quantity of any material of any order in oneconsignment within stipulated period, then 2% of the basic cost of thematerial non-supplied will be deducted from the existing/ pending bill ofthe supplier.
vi) In case of supply is made after 45 days to 60 days for category (ii) & 60 days to 90days for category (iii), as mentioned above,a) If the vendor supply full quantity of any material of any order in one
consignment after stipulated period of placing order i.e. 45 days or, 60 days( as the case may be) then 0.5 % of the basic cost of the materials will bededucted from the existing /pending bills of the supplier per day’s delay upto 60 days or, 90 days ( as the case may be).
b) If supply partial quantity of any material of any order in one consignmentafter stipulated period of placing order i.e.45 days or 60 days (as the casemay be) then 0.5 % of basic cost of the materials per day’s delay upto 60days or 90 Days (as the case may be) and 2% of the total basic cost of thematerial non-supplied will be deducted from the pending bills.
vii) However, if the stipulated period ends on Saturday, Sunday or Govt holidays, supplyshould be made on the next working day and in that case, no penalty would bechargeable.
viii) The provision of penalty is system-generated and cannot be waived in any case.ix) There will be system-generated-blockage for failure in supply beyond 60/90 days for
five occasions for a particular item & the firm quoting L2 will be selected afterissuance of show cause notice to the concerned defaulting vendor.
x) The defaulting Firm will be blacklisted after issuance of a show- cause-letter for suchdelay beyond 60 days or 90 days (as the case may be) in five occasions.
xi) However, CMS or the H&FW Dept reserves the right to accept late supply/late GRNbeyond 45 days or 60 days(as the case may be) in case to case basis on proper merit
Page 14 of 42
or ground with or without penalty charges after satisfying that the delay is beyondthe control of the vendor.
xii) For firms who fail to supply the full order on five occasions for any item(s) within thestipulated time within the tender period and its extensions- the Performance BankGuarantee, deposited for the item(s) will be forfeited and the concerned Bidder willbe debarred from participation in the CMS, DoHFW or WBMSC tenders for the nextthree years.
xiii) Supply of items with short expiry dates in violation of Clause 17 (iv) on more thantwo occasions- 5% of the cost of the items or Rs 50,000, whichever is higher will bededucted from the bills.
xiv) The names of the defaulting suppliers will be put up in the Departmental website.xv) Enhancement of rates of raw materials etc for the fact that the tender period has
been extended will not be acceptable as a plea for not supplying the materialswithin the stipulated period as provided in the work order
24) APPEAL:Appeal against the decision of Central Medical Stores/Procuring authorities or the systemgenerated decision to impose such a penalty will lie with Tender SelectionCommittee/H&FW Dept. The Special Secretary/Secretary/Principal Secretary will be theappellate authority within the Department of Health & Family Welfare, Government ofWest Bengal. The concerned supplier may appeal to the authority citing the proper reasonsfor non- imposing penalty.
25. PENALTY FOR FORMATION OF CARTEL OR FURNISHING OF FRADULENT/ MISLEADINGDOCUMENTS:If during the tender process or at any state during the validity of the tender period, it isfound that a Tenderer(s) has formed a cartel in what so ever form or name to fix up therates or suppliers to the detriment of the fairness of the tender process, penal measuresshall be initiated. Similar penal measures shall also be initiated against those tenderers whohave submitted false/ misleading/ fraudulent documents or made incorrect declarations.The penal measure will bei. Forfeiture of Earnest Money.ii. Forfeiture of Performance Bank Guarantee, if enlisted as a supplier.iii. Cancellation from the approved list of suppliers and debarment from further supply
orders.iv. Black listing from all Departmental tenders (called by the CMS or others) of the
Tenderer, the Principals of the firm(s) and the concerned distributor(s) for a periodof 3(three) years.
26. AGREEMENT:On a tender being accepted, intimation of acceptance will be forwarded through
departmental website by the Dy. Director of Health Services (E&S) W.B. After communication ofthe same, the Tenderer and the selected distributor (in the event of distributor to receive orderand payment in his name) will have to execute agreement in the prescribed form along withsubmission of requisite amount of performance Bank Guarantee with the Dy. Director of HealthServices (E&S) W.B., within 15 days from the date of issue of invitation. In case any directpurchasing unit wishes to go for a separate agreement the head of the purchasing unit must getwritten permission to that effect from his controlling authority. This present document and thetender forms filled in by the Tenderer or copies thereof in so far as they are not inconsistent withthese terms & Conditions will be incorporated as part of the agreement. Such agreement will bebinding on the Tenderer and distributor.
Page 15 of 42
27. VALIDITY PERIOD OF AGREEMENT:The contract period will be up to 31st March 2018 which may be extended up to six months withprior approval of the Department of Health & Family Welfare, Government of West Bengal, ifnecessary.
28. PERFORMANCE BANK GUARANTEE :
i) The submission of Performance Bank Guarantee will be mandatory for all approvedtenderer/authorized distributor and will not be waived in any case.
ii) The successful tenderers shall be required to furnish the Performance Bank Guarantee for2(two) years @ 2% of assessed base rate of requirement for the item with minimum of Rs5,000 and maximum of Rs. 1,00,000 per item under Group-B and minimum of Rs 10,000and maximum of Rs. 5,00,000 per item under Group-A, for which the Tenderer has beenselected as supplier.
iii) The Performance Bank Guarantee from any Nationalized/ Scheduled Bank in Indiaacceptable to the Government of West Bengal should be submitted to the office of the Dy.Director of Health Services (E&S), West Bengal, within 15 (fifteen) days from the date ofacceptance of tender. The successful tenderer will be provided the model format of theperformance bank guarantee alongwith the agreement format.
iv) If Agreement has not been executed along with submission of performance bank Guaranteewithin 15 days from the date of acceptance of tender, the candidature will be cancelled andthe next Bidder will be accepted.
v) In case the authorized distributor is entrusted to receive order and payment is also liable todeposit Performance Bank guarantee @ 1% of the assessed base rate of requirement forthe item subject to a minimum of Rs 1,000/- and maximum of Rs 25,000/- per item Group-Band minimum of 5,000/- and maximum of Rs 1,00,000/- per item under Group-A .
vi) The Performance Bank Guarantee of Bidder as well as distributor will be liable to forfeitureas enumerated in Clauses 23 above.
29. INSPECTION:The competent authority may visit any factory at any day at any time for inspectiontowards taking any necessary steps by the tendering authority.
30. PAYMENT TERMS:Payment will be made through E payment system through ECS/RECS/RTGS after executionof due supply as ordered subject to :
i. Submission of Performance Bank Guarantee in terms of Clause 27 and subject to penaltyclause in terms of Clauses 23 & 24.
ii. Supply of the materials as per specification as provided in the tender documents and thecatalogue
iii. Supply of the materials within the supplied period as specified in the work ordersiv. The status of orders, Goods received note and payments will be available on-line for the
vendors in the vendors portal in the Departmental website www.wbhealth.gov.in : VendorPortal.
v. On being selected, the successful vendors will have to upload the information stating thename of the payee/ recipient, Bank account no with MICR No, IFSC Code of thepayee/recipient to Vendors’ Portal for making e payment. An application also to besubmitted to the Central Medical Stores and the respective DDO of the procuringauthorities stating the above information. No manual payment will be made, as far aspracticable.
vi. Provision of VAT to be deducted at source : For registered dealer under Commercial Taxdept, GoWB, 3% of the ordered value and for non registered deader, 5% of the ordered
Page 16 of 42
value will be deducted at billing stage as per order of the Finance dept vide no.......................... dated ................. The deducted amount will be uploaded in the website ofthe Commercial Tax dept, GoWB for taking further action by the supplier.
31. Dates & Information:Sn Items Publishing date(s)1. Date of uploading of N.I.T. Documents in the e tender portal
of NIC : www.wbtender.gov.in04.07.2016
2. Date of hoisting of documents I the tender menu of H&FWDepartmental website(www.wbhealth.gov.in)
04.07.2016
3. Documents download (online) 04.07.20164. Pre BID Meeting in the Room No 307, 3rd Floor at SHTO: 142,
A.J.C. Bose Road, Kol-1408.07.2016 at 2.00 p.m.
5. Bid Submission Start Date(on line) 12.07.2016 at 4.00p.m.6. Bid Submission Closing Date (Online) :
Group A - General Drug items 11.08.2016 by 4.00p.m.Group B - Items under Kits, Chemicals & Reagents 12.08.2016 by 4.00 p.m.
7. Last date of submission of original copy of Earnest Moneydeposit (off line) to the CMS
12.08.2016 by 4.00 p.m.
8. Bid Opening Date (Online) – Technical Bid(A) 16.08.2016 onwards9. Date of uploading list for technically qualified bidder (online) 28.08.2016 onwards
10. Date of opening of financial Bid To be notified
32. DDHS (E&S) RESERVES THE RIGHT TO CHANGE THE ABOVE SCHEDULE IN CASE OF ANYEXIGENCIES AFTER PUTTING UP A NOTICE IN THE DEPARTMENTAL WEBSITE AND CMS NOTICEBOARD.
33. Opening the financial bid as per schedule will BE NOTIFIED LATER ON.
Financial bid can be seen & accessed by the bidder through the NIC Portal on line after openingof financial bid on line. No objections in this respect will be entertained raised by any Bidder.No informal tender will be entertained in the Bid further.34. During the scrutiny, if it comes to the notice to tender inviting authority that the credentialor any other paper found incorrect/ manufactured/ fabricated, that bidder would not allowedto participate in the tender and that application will be rejected outright without any prejudice.
35. A HELP DESK is set up in the office of the Deputy Director of Health Services (E&S), CentralMedical stores, 141, A J C Bose Road, Kolkata – 700 014 to help and guide the prospectivebidders about their registration, holding of Digital Signature Card and allied matter.Prospective bidders may contact personally or over phone vide phone no (033) 2265 4419or mail their querries in the following e mail addresses :
a. [email protected]. [email protected]
36. The Tender Selection Committee reserves to right to cancel the N.I.T. due to unavoidablecircumstances and no claim in this respect will be entertained.
Deputy Director of Health Services (E&S), W.B.Central Medical Stores, Kol-14
Page 17 of 42
Table - 1(List of items)
Sl.No. Drug Cat. No. Drug Name Accounting Unit
TentativeRequirement
for thetenderperiod
(Quantitybased on
AccountingUnit)
DrugItem
Group A - General Drug items1 38.14/S 1/3 Normal Saline with 5% Dextrose I.P. Bottle of 500 ml 10002 38.13/S 1/5 Normal Saline with 5% Dextrose I.P. Bottle of 500 ml 10003 6.03(b)/s-s Abacavir 300mg Tab Strip of 10 tabs 200004 51.15/CST Abacavir 60 mg + Lamivudine 30 mg Tab. Container of 60 Tabs 50005 52.01(b)/S-S Actinomycin-D Inj 200mg/Vial Per Vial 10006 52.01©/S-S Actinomycin-D Inj 500mg/Vial Per Vial 10007 34.13/S-S Acyclovir Eye Oint. 3% w/w Tube of 5 gm 20008 6.03(c)/S-S Adefovir Dipivoxil Tab. 10 mg Strip of 10 Tabs 20009 7.02(c)/P-1 Albendazole syrup 200 mg/5ml Bottle of 10 ml 1000010 53.64/S-S All-Trans-Retinoic Acid (Atra) Cap 10mg Strip of 10 Caps 600011 N-11.13/T Amikacin Inj. I.P. 500mg / 2ml.Vial Box of 10 Vials 10000012 N-37.01(b)/P-
1(a)Aminophylline Tab. I.P. 100mg Strip of 10 Tabs 40000
13 37.10/T Aminophylline Inj. I.P. 250 mg / 10 ml Amp. Box of 10 Ampoules 250014 11.17/P-1(a) Amoxycillin 250 mg + Cloxacillin 250mg Capsule. Strip of 10 Capsules 200000015 8.03/T Amphotericin-B Powder for Inj. I.P. 100 mg / Vial. Box of 10 Vials 100016 53.65/S-S Aprepitant Caps – Combipack Containing 125mg 1
Cap. (Day 1) + 80mg 2 Caps. (one for Day 2 &another for Day 3)
One Combi. Pack 200
17 53.05/S-S Arsenic Tgrioxide Inj 10mg/Vial Per Vial 250018 34.01(b)/S Atropin Sulphate Ointment 1% w/w Tube of 5gm 300019 34.01/ Atropine Sulphate Eye Drop 1% w/v Phial of 5 ml 100020 32.10/S B.C.G.Vaccine Inj.B.P. (Dried) Vial of 20 doses 200021 32.10(a)/S-S BCG vaccine for intravesical instillation (RIVM
strain)Per Vial 1000
22 11.01(c)/P-1 Benzathine Penicillin Injection I.P 6 lacs unit / Vial. Vial 500023 28.03(e)/P-
1(a)Budesonide Tab 3mg Strip of 10 Tabs 1000
24 28.03(f)/P-1(a) Budesonide Tab 9mg Strip of 10 Tabs 100025 11.40(d)/ Caffeine citrate oral solution,20 mg/ml, 3 ml/vial
(20 mg/mL caffeine citrate equivalent to 10mg/mL caffeine base )
Box of 10 Vials 5000
26 16.04(a)/T Calcium Gluconate ing 100 mg/ml Vial of 10 ml 500027 18.11/S-S Captopril I.P. 25mg Tab. Strip of 10 Tabs 100028 34.18(a) Carboxymethylcellulose Sodium (CMC) 0.5% Eye
DropsVial of 10 ml 2000
29 11.25(d)/S-S Cefepime 500mg + Tazobactum 62.5 mg Inj/vial Box of 10 vials 2000030 11.20(h)/ Cephalexin pediatric drops 100mg/ml in 10 ml vial Vial of 10 ml 5000031 3.05(b)/P-1(a) Cetrizine Oral Drop 10mg/ml in 10 ml bottle with
dropperBottle of 10 ml. 1000
32 36.04(b)/S Chlorpromazine HCl Injection I.P 50 mg/2ml amp. Box of 10 Ampoules 1000
Page 18 of 42
33 11.30(a)/P-1(a) Clindamycin Inj. 600mg./ 4 ml Amp. Box of 10 Ampoules 100034 10.01(a)/P-1(a) Clofazimine Capsule 50mg Container of 100
Capsules100
35 10.01/P-1(a) Clofazimine 100 mg Cap. Strip of 10 Caps 100036 53.12/S-S Clotrimazole Lozenge 10 mg Pack of 10 Pcs 200037 46.02/ Colistimethate sodium Inj. 2 mllion iu /vial Box of 10 Vials 2000038 39.01(c)/S-S Cyclophosphamide Inj 200 mg/vial Box of 10 vials 50039 39.05(e)/S-S Cytosinearabinoside Inj. 500mg / Vial Per Vial 25040 46.03/ Daunorubicin Inj. 2mg/ml in 10ml Vial Box of 10 Vials 2000041 28.01(e)/S Dexamethasone 5mg Tab. Strip of 10 Tabs 200042 28.01(f)/S Dexamethasone 8 mg Tab. Strip of 10 Tabs 2000043 34.08(a)/S Dexamethasone Eye Drop 0.01% w/v Vial of 5 ml 2000044 28.01(c)/S Dexamethasone Tab IP 2 mg Strip of 10 Tabs 2500045 38.05(f)/P-1 Dextrose 50% Inj. 20 ml Amp. Box of 10 Ampoules 150046 38.05(e)/P-1 Dextrose Inj. IP eq to Dextrose anhydrous 10%w/v
in 20ml ampAmpoule 3000
47 38.05(c)/T Dextrose Inj.I.P. 25% Amp. of 25 ml. Box of 25 Ampoules 400048 38.05(z)/P-1 Dextrose Solution Inj. I.P. 5% (Close seal Process) Poly ethylene
Bottle/Bag of 500 ml(CS)
20000
49 2.12(e)/P-1 Diclofenac 100 mg Suppository Box of 10suppository
2000
50 2.12(c)/P-1 Diclofenac 12.5 mg Suppository Box of 10suppository
3000
51 26.07(d)/S Dicyclomine syrup 25mg/5ml Bottle of 60 ml 300052 N-35.03/T Dinoprostone Gel ( 0.5mg Dinoprostone in 30 gm
Gel)/1 syringePer syringe 50000
53 32.11(a)/S-S Diphtheria Antitoxin Inj.I.P. 10,000 I.U./Vial in 10mlvial
Vial of 10000 I.U. In10 ml
3000
54 32.08/S Diptheria & Tetanus Vaccine I.P. (adsorbed)- 10 ml.vial
Vial of 10 ml 1500
55 18.22(d)/S-S Dobutamin 250 mg Tab Strip of 10 Tabs 500156 18.15(a)/T Domperidone drop 10mg/ml Phial of 10 ml 500057 16.07©/T Enoxaparin Inj 60mg/0.6ml Vial Per Vial 100058 35.01(b)/P-1 Ergometrine Maleate Tab.B.P. 0.2mg. Strip of 10 Tabs 400059 32.18(a) Erythropoietin Alpha Inj 3000 IU 0.3ml with 1
prefilled syringe1 prefilled syringe 500
60 32.18(b) Erythropoietin Alpha Inj 5000 IU 0.5ml with 1prefilled syringe
1 prefilled syringe 500
61 12.04/P-1 Ethambutol HCl Tabs. I.P. 400mg Strip of 10 Tabs 200062 12.04(b)/P-1 Ethambutol HCL Tabs. I.P. 200 mg. Strip of 10 Tabs 100063 29.01(b)/P-
1(a)Ethinyl Oestradiol 50mcg + Levonorgestryl 250mcgTab.
Strip of 21 Tabs 500
64 1.01(d)/s Etomidate 20mg inj. in 10ml Box of 10 Ampoules 600065 53.21(b)/S-S Everolimus Tab 10 mg Strip of 28 tabs 50066 53.21(a)/S-S Everolimus Tab 5 mg Strip of 28 tabs 50067 53.22/S-S Faropenem Sodium Tab. 200 mg Strip of 10 Tabs 50068 18.36(a) Fenofibrate 160mg Tab Strip of 10 Tabs 100069 52.07(a)/S-S Flupenthixol Inj. 20 mg/ml, 2 ml/ amp Box of 10 Ampules 200070 52.07(b)/S-S Flupenthixol Inj. 20 mg/ml in 1 ml amp Box of 10 Ampules 200071 36.31/S-S Fluphenazine Inj 25mg/ml in 1 ml amp Box of 10 Amps. 100072 2.17(a) Flurbiprofen 0.03% w/v Eye drop Vial of 5 ml 100073 20.01/S Framycetin Sulphate Oint. (1%) Tube of 20 gm 45000074 34.14(b) Gatifloxacin 0.3% w/v Eye drop Vial of 10 ml 2000
Page 19 of 42
75 34.14(a) Gatifloxacin 0.3%, Dexamethasone 0.1% Eye dropw/v
Vial of 5 ml 2000
76 53.70/S-S Goserelin depot Inj 10.8 mg Per Vial 100077 36.06(b)/S Haloperidol Injection I.P. 5mg /1 ml Amp. Box of 10 Ampoules 400078 16.01(d)/S-S Heparin Sodium Inj.I.P. 5000 I.U./ml. in 10 ml Vial Vial of 10 ml 1500079 29.01(f)/P-1(a) Hepatitis B Vaccine (DNA) I.P. 20mcg/ml in 10ml
vial (recombinant DNA Hepatitis B vaccine whichshould meet the requirements of WHO whentested by the methods outlined in WHO. 10 dosesadult vial.
Vial of 10 ml 1000
80 32.03(d)/S Hepatitis B Vaccine (DNA) I.P.20mcg./ml.(recombinant DNA Hepatitis B Vaccine whichshould meet the requirements of WHO whentested by the methods outlined in WHO. Singledose adult vial.(1ml.)
Box of 10 Vials 1000
81 34.02/P-1(a) Homatropine Hydrobromide Eye Drop I.P. 2% w/v Vial of 5 ml 50082 38.18(c)/S-S Human Albumin 20% I.V. 100 ml Bag (Closed
system)Per Bag 3000
83 N-38.18(a)/S-S Human Albumin Inj. 20% in 100ml Bottle Bottle of 100 ml 800084 28.02(c) Hydrocortisone Acetate 10% w/w ENEMA Bottle of 100 ml 150085 28.02/T Hydrocortisone Hemisuccinate Inj. 100mg./Vial Box of 10 Vials 600086 16.05(c)/T Hydroxy Propyle Methyle Cellulose (2% w/v) Eye
dropPhial of 5ml 5000
87 53.26/S-S Idarubicin Inj 5mg Per Vial 3088 11.34(d)/P-
1(a)Imipenem 1g. with Cilastetatin 1g. Inj. /Vial Box of 10 Vials 1000
89 N-12.07/P-1 INH 300mg + Thiacetazone 150mg Tablet I.P. Strip of 10 Tabs 100090 31.09(a) Insulin Glargine 100 IU/ml in Prefilled Pen of 3ml Prefilled Pen of 3ml 100091 37.06(b)/T Ipratropium Nebuliser Soln 250 mcg/ ml in 15 ml
PhialBox of 10 Phials 500
92 53.29©/S-S Irinotecan Inj 50mg Per Vial 10093 53.29(a)/S-S Irinotecan Inj 5mg Per Vial 10094 12.03/P-1 Isoniazide Tab.I.P. 150mg Strip of 10 Tabs 100095 53.30/S-S Ivermectin Tab. 6 mg Strip of 10 Tabs 50096 53.31(b)/S-S Ixabepilone Inj 45mg Per Vial 100097 53.31(a)/S-S Ixabepilone Inj 5mg Per Vial 100098 18.30/S-S Labetalol HCl Inj. 20 mg/ 2 ml Amp. Box of 10 Ampoules 10000099 40.15(a) Lacto Bacillus Spore - 1 Billion Spores in 2gm Sachet of 2 gm 1000100 51.13/CST Lamivudine 30 mg + Zidovudine 60 mg Tab. Container of 60 Tabs 2000101 47.01(a) Lanthanum bicarbonateTab 500mg Strip of 10 Tabs 20000102 53.34/S-S Leuprolide depot Inj. 22.5 mg/vial Per Vial 1000103 5.07(a) Levetiracetam Inj. 100 mg /ml in 5ml Amps Box of 10 Ampoules 1000104 14.01/S-S Levodopa 100mg + Carbidopa 10mg Tab. I.P. Strip of 10 Tabs 8000105 53.72/S-S Lidocaine and prilocaine Surface Anaesthetic
Cream. Eutectic Mixture of Lidocane 2.5% andPilocaine 2.5%
Tube of 30gm 200
106 1.06(j)/P-1 Lignocaine 0.02% w/w Eye drop Phial of 10 ml 3000107 1.06(f)/S Lignocaine HCl Gel I.P 2% w/w Tube of 30 Gms 1000108 1.06(c)/T Lignocaine HCl Inj. 2% w/v (without preservative) Ampoule of 5 ml 2000109 1.06(k)/P-1 Lignocaine-4% w/v Inj. Vial of 30 ml 2000110 11.36(c) Linezolid Syrup 100mg / 5ml Bottle of 30 ml 3000111 39.09©/S-S Liposomal Doxorobicine Inj 10mg Per Vial 1000112 11.38(a) Lomefloxacin 0.3% w/v Eye drop Vial of 5 ml 2000113 51.18/CST Lopinavir + Ritonavir (LPV/ r syrup) 80/20 mg per Bottle of 160 ml 100
Page 20 of 42
ml114 35.06(a)/T Magnesium Sulphate Inj. U.S.P. 10% in 2ml amp. Box of 10 Ampoules 30000115 11.31(b)/P-
1(a)Meropenem Inj. 125mg/Vial. Box of 10 Vials 3500
116 48.01(a) Mesalamine ENEMA 4 gm/60ml/Enema Per ENEMA 1000117 39.15©/S-S Methotrexate Tab 5mg Strip of 10 Tabs 2000118 53.37/S-S Methyalcobalamine Tab 750 mg Strip of 10 Tabs 2000119 52.10/S-S Methyl Cellulose 2% Inj Per vial 2000120 28.04(e)/S Methyl PG Inj. F2α, 250mcg in 1ml amp Box of 10 Ampules 50000121 28.04(f)/S Methyl Prednisolone Inj 250mg/vial vial 5000122 36.13/S-S Methylphenidate HCl Tab. U.S.P. 5mg Strip of 10 Tabs 1000123 6.01(e)/P-1 Metronidazole 200 mg + Ofloxacin 100 mg per 5 ml
SuspensionBottle of 60 ml 5000
124 33.08(c)/S Midazolam nasal spray (Containing Midazolamampoules15mg/3ml in 1 amp, to be used 5 ampl.ineach spray bottle / 0.5 mg x 1 puff x 50md)
Per Container 50000
125 35.13(b)/T Mifepristone 200 mg [1 Tab] + Misoprostol 200mcg[2 Tabs] in one Combi pack
Per Combi Pack 2000
126 8.04(a)/T Miltefosine 10mg. Cap. Strip of 10 Caps 2000127 8.04/T Miltefosine 50mg. Tab. Strip of 10 Tabs 1000128 53.38/S-S Mitomycin C Inj 10mg Per Vial 1000129 11.28(b)/P-
1(a)Moxifloxacin 0.5% & Dexamethasone 0.1% Eyedrop w/v - 5 ml Vial
Vial of 5 ml 3000
130 40.05(c)/P-1 Multivitamin Inj. Containing Vit B1-100mg,Niacinamide -50mg, Vit B6-50mg,Methylcobalamin-1000mcg and D-pantethenol-50mg in 2ml/vial.
Box of 10 Vials 20000
131 40.05(e)/P-1 Multivitamin Inj., each ml contains Vit B1- 100mg,Cyanocobalamin- 1000 mcg , Pyridoxine- 50mg.-5ml Amps
Box of 10 Ampoules 10000
132 18.31(d)/S-S Nefedipine soft gelatin cap 5 mg Strip of 10 Caps 2000133 34.08(b)/S Neomycin 0.5% w/v, Dexamethasone Phosphate
0.1% w/v , Phenyl Mercuric Nitrate 0.002% w/v -Eye drop, 10 ml
Phial of 10 ml 2000
134 51.16/CST Nevirapine 50 mg Tab. Container of 30 Tabs 5000135 51.19/CST Nevirapine Oral Suspension 50mg / 5ml Bottle of 100 ml 2000136 18.05/S Nitroglycerin Tablet I.P. 0.5mg Container of 30 Tabs 1000137 11.16(c)/S Ofloxacin Inj.I.P 200 mg. Vial 35000138 36.27(c)/S-S Olanzepine Inj. I.P. 10 mg. / vial Box of 10 vials 1000139 39.28©/S-S Oxaliplatin Inj 220mg Per Vial 1000140 36.29(a)/S Oxcarbamezapine Tab. 300mg Strip of 10 Tabs 5000141 53.44/S-S Palonosetron Inj 0.5mg Per Vial 1000142 2.02(m)/P-1 Paracetamol 170mg suppository in a pack of 5 Pack of 5 25000143 2.02(h)/P-1 Paracetamol 80mg suppository in a pack of 5 Pack of 5 25000144 2.02 (c) / P-1 Paracetamol Inj. 150 mg /ml, 2 ml Amp. Box of 10 Ampoules 10000145 2.02(k)/P-1 Paracetamol Suppository 170 mg Box of 10 units 2000146 2.02(l)/P-1 Paracetamol Suppository 250 mg Box of 10 units 2000147 2.02(i)/P-1 Paracetamol Suppository 80 mg Box of 10 units 2000148 39.10(i)/S-S Pegylated L-ASPARAGINASE Inj 750 IU per 5 ml vial Per Vial 200149 5.02(c)/P-1(a) Phenobarbitone Sodium Inj. I.P. 20 mg/5ml Amp. Box of 10 Ampoules 20000150 5.16(a) Phenobarbitone Syrup 20mg / 5ml Bottle of 60 ml 2000151 34.12(b) Phenylephrine 5% w/v+ Tropicamide 0.8% w/v +
Chlorbutol 0.5% w/v Eye DropPhial of 5 ml 2000
152 5.03(c)/S Phenytoin Oral Suspension B.P. 25 mg /ml Bottle of 100 ml 1000
Page 21 of 42
153 34.06(a) Pilocarpine Nitrate 0.5% Inj 1ml Ampule Box of 10 Ampoules 2000154 34.15(a) Polyvinyl Povidone Eye drop 5% Phial of 5 ml 2000155 38.19(a)/S-S Potassium Chloride Inj. I.P. 150 mg./10 ml. Amp. Box of 10 Ampoules 5000156 34.16(a) Prednisolone Acetate 1% Eye Drop w/v Phial of 5 ml 5000157 34.17(a) Proparacaine 0.5% Eye drop w/v in 5ml Phial of 5 ml 2000158 18.03(b)/T Propranolol Inj. I.P. 1mg./ml. Ampoule. Box of 10 Ampoules 50000159 9.03/P-1(a) Quinine Dihydrochloride Inj. 300 mg / ml. in 2 ml
amp.Box of 50 Ampoules 500
160 32.01(d)/P-1(a)
Rabies Vaccines I.P. Human Use (CellCulturederived) with minimum potencity of 2.5 I.U/Vial forboth ID Route & IM Route (One IM dose of 1.0 ml& 10 ID Dose of 0.1 ml)+ diluents
Box of 20 Vials with20 suitable diluents
20000
161 53.51/S-S Rasburicase Inj 1.5mg Per Amp / Vial 200162 12.13(a)/s Rifabutin Cap. 150mg Strip of 10 Capsules 2000163 12.13(b)/s Rifabutin Cap. 300mg Strip of 10 Caps 3000164 12.13/P-1(a) Rifabution 150 mg Tab. Strip of 10 Tabs 3000165 31.15(a) Rifamixin Cap 200mg Strip of 10 Capsules 5000166 31.15(b) Rifamixin Cap 550mg Strip of 10 Capsules 5000167 12.02(b)/P-1 Rifampicin Capsule I.P.450mg Strip of 10 Capsules 2000168 12.02/P-1 Rifampicin Capsule I.P. 75 mg. Strip of 10 Capsules 2000169 39.46(a) Rifaximin Caps 400 mg Strip of 10 Capsules 500170 37.02(c)/S Salbutamol Inj.I.P. 0.5mg./ml. Box of 10 Ampoules 3000171 37.11/T Salbutamol Nebuliser Solution 5mg/ml - Bot. of
15ml with dropperBox of 10 Bots 3000
172 37.02(e)/T Salbutamol Respules 2.5 mg / 2.5 ml Amp Box of 10 Ampoules 50000173 31.13(a) Saxagliptin 5mg Tab Strip of 14 Tabs 3000174 31.11(a) Sitagliptin 100 mg Tab Strip of 7 Tabs 5000175 8.01/T Sodium Antimony Gluconate Inj.I.P.100 mg of
Pentavalent antimony/ml in 30 ml VialBox of 10 Vials 1000
176 N-38.06(a)/T Sodium Bicarbonate Inj.I.P. 7.5% w/v in 10ml. Amp Box of 10 Ampoules 4000177 38.03(z)/P-1 Sodium Chloride & Dextrose Injection I.P.(Close
seal Process)Polyethylene Bot. /Bag of 500 ml (CSS)
10000
178 38.15(d)/S Sodium Chloride inj IP 0.9% Normal or isotonicsaline) Na +154 mmol/L,CL-154 mmol/L ( ClosedSeal System)
Polyethylene Bot. /Bag of 100 ml (CSS)
1000
179 34.19(a) Sodium Chloride nasal drop (0.74% w/v) Phial of 10 ml 10000180 4.05/S-S Sodium Thiosulphate Inj.I.P. 250 mg/ml in 50 ml
AmpouleBox of 10 Ampoules 1000
181 5.04(c)/S Sodium Valproate Syrup 200mg/15ml Bottle of 60 ml 1000182 39.44(a) Somatostatin Inj. 3 mg per Amp Box of 10 Ampules 100183 51.11/CST Stavudine 6 mg + Lamivudine 30 mg + Nevirapine
50 mg Tab.Container of 60 Tabs 6000
184 51.10/CST Stavudine 6 mg + Lamivudine 30 mg Tab. Container of 60 Tabs 1500185 N-17.03/S Succinylated Polygelline 4% w/v Bottle of 500 ml 25000186 33.02/S Succinylcholine Chloride Inj. 50mg./ml. vial Vial of 50 mg 2000187 39.11(f)/S-S Sunitinib Malate Capsules 12.5mg Strip of 7 Caps. 1000188 39.11(d)/S-S Sunitinib Malate Capsules 25mg Strip of 7 Caps. 1000189 39.11(e)/S-S Sunitinib Malate Capsules 50mg Strip of 7 Caps. 1000190 39.11(g)/S-S Sunitinib Tab 37.5mg Strip of 28 tabs 1000191 46.04(c)/ Surfactant Inj. 5 ml Vial 4000192 53.56/S-S Syndopa Tab IP 110 mg Strip of 10 Tabs 2000193 53.57/S-S Temsirolimus Inj 25mg Per Vial 1000194 18.40(a) Terlipressin Inj. 1mg in 10ml Vial/Amp Box of 10
Vials/Amps.5000
Page 22 of 42
195 N-12.06/P-1 Thiacetazone Tabs 150 mg Strip of 10 Tabs 1000196 40.02/ Thiamine 100 mg. Inj. Per 2ml ampule Box of 10 Ampoules 1000197 36.05/S Thioridazine HCl tab.25 mg. Strip of 10 Tabs 1000198 53.50/S-S Thymoglobulin formulation Lyophilized powder
25mgPer Vial 100
199 53.60/S-S Topotecan Inj 2.5mg Per Vial 1000200 2.08(f)/P-1 Tramadolol 37.5 mg + Paracetamol 325 mg Tab. Strip of 10 Tabs 2000201 39.34(b)/S-S Trastuzumab Emtansine Inj. 150mg/Vial Per Vial 1000202 40.11(c)/P-1 Tribesic Calcium Phosphate 200,g + Vit D3
200IU/5ml syrupBottle of 200 ml 2000
203 34.12(a) Tropicamide 0.8% w/v+ Phenylephrine-5% w/v Eyedrop
Phial of 5 ml 2000
204 34.12/S Tropicamide Eye Drop I.P. 0.8% w/v Vial of 5 ml 1,000205 52.21/S-S Trypan Blue 0.6mg/ml Eye drop Per vial / 2000206 32.15/S Varicella Zoster Immunoglobin Inj. - lyophilized
powder 125 IU /vial single useBox of 10 Vials withsterile diluents
200
207 39.04(a)/S-S Vincristine Inj.I.P. 1mg./ml Vial (withoutpreservative)
Vial of 1 Mg. 5000
208 40.01(c)/P-1(a) Vit. - A Inj. 100000 IU Box of 10 Vials 20000209 40.11(a)/P-1 Vit. - D Inj. 300000 IU Box of 10 Vials 20000210 40.12(a) Vitamin E Drop 50mg/ ml Phial of 10 ml 2000211 40.12(b) Vitamin E Drop 50mg/ ml Bottle of 60 ml 4000212 53.62(a)/S-S Voriconazole Inj 50mg Per Vial 2500213 52.12/S-S Zuclopenthixol Inj. 200mg /ml vial or Amp Per Vial / Amps 2000
Group B - Items under Kits, Chemicals & Reagents – (some of these are drug items)1 43.04/ Absolute Alcohol I.P. Bottle of 500 ml 1500.00 Drug
2 K/19 Anti Nuclear Factor Elisa Kit 96 Test 100.00 Drug
3 K/20 Anti Nuclear Factor Rapid Test Kit Per Test 100.00 Drug
4 K/44 External Quality Control for Immuno Assay 1 ml 10000.00 Drug
5 K/46 Extran Test Kit Bottle of 500 ml 500.00 Drug
6 K/58 H2S Strip Kit Per Test Kit 3000.00 Drug
7 L/22 Haemodialysis Fluid with Bi-Carb 10 Lit 5000.00 Drug
8
K/59 HbsAg (Elisa) KitSpecification:a. The kit should be third generation Elisa kit with solid phasemicro plate Elisa.b. The kit should be based on ‘Sandwich principle of EnzymeLinked Immuno sorbent Assay’ (Elisa) for the detection ofHepatitis B Surface Antigen (HBs Ag) in human serum orplasma.c. The test kit should detect all known sub-types.d. The Elisa plate should be coated with Anti-HBs Antibody (mouse monoclone)e. The kit should have sensitivity of equal to or more than 99.8%.f. The kit should have specificity of equal to or more than 98%.g. The assay should have reactive and non-reactive control witheach kit.h. Adequate literature detailing the component, methodology,validity criteria, performance characteristics, storage conditionand expiry date should be provided with each kit.i. The shelf-life of the kit should have minimum of 12 (Twelve)months at the port of dispatch or the consignee’s end, whicheveris applicable.j. The manufacturer/authorized agent should ensuremaintenance of cold-chain during storage and transport at 2°C –8°C.k. The kits should have approval of the statutory authority in itscountry of origin. In case of imported kits, it should have beenregistered and licensed in India by Drugs Controller General(India).l. The package size should be 96 wells per kit
Per Kit 6250.00 Drug
9
K/62 HCV (Elisa) KitSpecification:a. Microplate ELISA with recombinant / synthetic peptideantigens for core, NS3, NS4 and NS5.
Per Kit 6250.00 Drug
Page 23 of 42
b. Should provide sero conversion data of the kits from WHOaccredited centres.c. Adequate literature detailing the components, methodologies,validity criteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.d. Should have a sensitivity of 99.8% and above and specificityof 98% and above.e. Shelf life should be minimum of 12 (twelve) months at the portof discharge or consignee’s end whichever is applicable.f. The kit procured should have approval of the statutoryauthority in its country of origin. In case of imported kits it shouldhave been registered and licensed in India by DCG (I).g. In case of indigenous manufacturers they shall have licenseissued by the competent authority defined under Drugs &Cosmetics Act, 1940, after appropriate evaluation by the centresapproved by DCG (I).h. The supplier / local agent should have facility of storage of kitsat 2° C – 8°C.i. The Kit size should be 96 wells per kits
10 K/66 Hepatitis A Elisa test Kit 96 Wells 500.00 Drug
11 K/67 Hepatitis E Elisa test Kit 96 Wells 500.00 Drug
12
K/68 HIV (Elisa) KitSpecification:a. Should be solid phase microplate ELISA using HIV I & IIrecombinant and/or synthetic peptide antigens.b. The assay should detect HIV-I & HIV-II antibodies.c. The assay should detect antibodies to all sub-types of HIV-I.d. The assay should be able to detect antibodies of HIV-I & HIV–II during early sero-conversion period. Evidence based sero-conversion data should be from WHO accredited centers.e. The assay should have reactive and non-reactive controls witheach kit.f. The kit should have a shelf life of minimal 12 months at theport of discharge or consignees end, whichever is applicable.g. Adequate literature detailing the components, methodologies,validity criteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.h. The kit procured should have approval of the statutoryauthority in its country of origin. In case of imported kits it shouldhave been registered and licensed in India by DCG(I).i. In case of indigenous manufacturers they shall have licenseissued by the competent authority defined under Drugs andCosmetics Act, 1940, after appropriate evaluation by the centersapproved by DCG(I).j. The assay should have sensitivity level at 99.8% and aboveand specificity level at 98% and above.k. The manufacturer/authorized agent should ensuremaintenance of cold chain during storage and transport at 2° C –8°C.l. The kit size should be 96 tests per kit.
Per Kit 6250.00 Drug
13
K/69 HIV (Rapid) KitSpecification:a. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act, 1940 after appropriate evaluation bycenters approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin / manufacture and should satisfy the requirements ofDrugs & Cosmetics Act in India.b. The assay should be able to detect antibodies of HIV1, HIV2and all the subtypes by detection of antibodies by theAgglutination/Immunochromatography/Immunoconcentration/Anyother method.c. The assay should have sensitivity of 99.5%or more andspecificity of 98%or more as per data from an identified nationalreference laboratory.d. The assay should have solid phase / particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.e. Total procedure time should not be more than 30 minutes.f. The manufacturers should ensure that:i. The test kit should be packed such that there is a provision toconduct single test at a time;ii. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative and 10% positive controls); andiii. The pack size of HIV rapid test kits should not be more than50 tests per kit.g. The HIV rapid test kit should have a shelf life of 12 months atthe time of dispatch to the consignee. The kits should be sent bythe shortest route in cold chain.
Per Test 250000.00 Drug
Page 24 of 42
h. The supplier should supply kits for at least 22 kits free of costfrom each lot for random evaluation at the identified laboratoriesfor Pre-dispatch lot verification. Protocols for each batch to beattached.i. The supplier / local agent should have the facility to store kitsat 2° C to 8° C.j. Literature, detailing the components, methodologies, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.
14
K/70 HIV (Rapid) Test Kit I - [BY ANY OTHER PRINCIPLEEXCLUDING AGGLUTINATION AND ENZYME IMMUNOASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act. 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by anyother method excluding agglutination and enzyme immuneassay.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence ofHuman Immunoglobulins and should not be just a proceduralcontrol or meant for merely checking the flow of reagents orintegrity of the antigen except in lots using “Lateral flow through”technology.7. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.8. The HIV rapid test kit should have a shelf life of 12 months atthe time of dispatch to the consignee. The kits should be sent bythe shortest route in cold chain.9. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C10. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.Literature detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit
Per test 600000.00 Drug
15
K/71 HIV (Rapid) Test Kit I - [BY PRINCIPLE OF AGGLUTINATION]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act, 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by theagglutination method.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV25. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of the
Per test 600000.00 Drug
Page 25 of 42
tests (10% negative positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.7. The HIV rapid test kits should have a shelf be of 12 months atthe time of dispatch to the consignee. The kits should be sent bythe shortest route in cold chain.8. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C.9. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.10. Literature, detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.
16
K/72 HIV (Rapid) Test Kit I - [BY PRINCIPLE OF ENZYME IMMUNOASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act, 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by theenzyme immune assay.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory to be attached.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence ofHuman Immunoglobulins and should not be just a proceduralcontrol or meant for merely checking the flow of reagents orintegrity of the antigen7. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.8. The HIV rapid test kits should have a shelf life of 12 months atthe time of dispatch to the consignee. The kits should be sent incold chain.9. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C.10. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.11. Literature detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.
Per test 600000.00 Drug
17
K/73 HIV (Rapid) Test Kit II - [BY ANY OTHER PRINCIPLEEXCLUDING AGGLUTINATION AND ENZYME IMMUNOASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act. 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by anyother method excluding agglutination and enzyme immuneassay.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.5. Total procedure time should not be more than 30 minutes.
Per test 60000.00 Drug
Page 26 of 42
6. The control dot/band should be able to detect the presence ofHuman Immunoglobulins and should not be just a proceduralcontrol or meant for merely checking the flow of reagents orintegrity of the antigen except in lots using “Lateral flow through”technology.7. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.8. The HIV rapid test kit should have a shelf life of 12 months atthe time of dispatch to the consignee. The kits should be sent bythe shortest route in cold chain.9. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C10. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.Literature detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit
18
K/74 HIV (Rapid) Test Kit II - [BY PRINCIPLE OF AGGLUTINATION]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act, 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by theagglutination method.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV25. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.7. The HIV rapid test kits should have a shelf be of 12 months atthe time of dispatch to the consignee. The kits should be sent bythe shortest route in cold chain.8. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C.9. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.10. Literature, detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.
Per test 60000.00 Drug
19
K/75 HIV (Rapid) Test Kit II - [BY PRINCIPLE OF ENZYME IMMUNOASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act, 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by theenzyme immune assay.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory to be attached.
Per test 60000.00 Drug
Page 27 of 42
4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence ofHuman Immunoglobulins and should not be just a proceduralcontrol or meant for merely checking the flow of reagents orintegrity of the antigen7. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.8. The HIV rapid test kits should have a shelf life of 12 months atthe time of dispatch to the consignee. The kits should be sent incold chain.9. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C.10. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.11. Literature detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.
20
K/76 HIV (Rapid) Test Kit III - [BY ANY OTHER PRINCIPLEEXCLUDING AGGLUTINATION AND ENZYME IMMUNOASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act. 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by anyother method excluding agglutination and enzyme immuneassay.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence ofHuman Immunoglobulins and should not be just a proceduralcontrol or meant for merely checking the flow of reagents orintegrity of the antigen except in lots using “Lateral flow through”technology.7. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.8. The HIV rapid test kit should have a shelf life of 12 months atthe time of dispatch to the consignee. The kits should be sent bythe shortest route in cold chain.9. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C10. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.Literature detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit
Per Test 60000.00 Drug
21
K/77 HIV (Rapid) Test Kit III - [BY PRINCIPLE OF AGGLUTINATION]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act, 1940 after appropriate evaluation by the
Per Test 60000.00 Drug
Page 28 of 42
centres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by theagglutination method.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV25. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.7. The HIV rapid test kits should have a shelf be of 12 months atthe time of dispatch to the consignee. The kits should be sent bythe shortest route in cold chain.8. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C.9. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.10. Literature, detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.
22
K/78 HIV (Rapid) Test Kit III - [BY PRINCIPLE OF ENZYME IMMUNOASSAY]Specifications:-1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act, 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand Cosmetics Act in India.2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by theenzyme immune assay.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory to be attached.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.5. Total procedure time should not be more than 30 minutes.6. The control dot/band should be able to detect the presence ofHuman Immunoglobulins and should not be just a proceduralcontrol or meant for merely checking the flow of reagents orintegrity of the antigen7. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time without compromising the quality ofthe remaining part of the kit;b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.8. The HIV rapid test kits should have a shelf life of 12 months atthe time of dispatch to the consignee. The kits should be sent incold chain.9. The supplier/local agent should have the facility to store kits at2 degree to 8 degree C.10. The supplier should supply kits for at least 600 tests free ofcost from each lot for random evaluation at the identifiedlaboratories for pre-dispatch lot verification. Protocols for eachbatch to be attached.11. Literature detailing the components, methodologies,, validitycriteria, performance characteristics, storage conditions,manufacturing and expiry dates should be provided with each kit.
Per Test 60000.00 Drug
23 K/80 Indole strip per 100 strip 500.00 Drug
Page 29 of 42
24 43.21/ Magnesium Sulphate Packet of 500 gm. 500.00 Drug
25K/90 Multistrips- 8 Parameter (Alb,Glucose, pH, Ketone, Blood,
Bilirubin, Urobilinogen & Nitrite)100 strips/ box 10000.00 Drug
26 K/91 pH paper range 1 to 14 50 strip 10000.00 Drug
27 K/115 Primary Antibody ER 1ml 10.00 Drug
28 K/116 Primary Antibody HER 1ml 10.00 Drug
29 K/117 Primary Antibody RR 1ml 10.00 Drug
30
K/113 Whole Blood Finger-prick TestTechnical Specifications1. The indigenous HIV antibody rapid test kits should have avalid license issued by the competent authority defined underDrugs & Cosmetics Act. 1940 after appropriate evaluation by thecentres approved by DCG(I). The imported rapid test kits shouldhave the approval of the statutory authority in the country ofOrigin/manufacture and should satisfy the requirements of Drugsand cosmetics act in India. The imported kits should also getevaluated in our country2. The assay should be able to detect antibodies of HIV-I andHIV-2 and all the subtypes by detection of antibodies by theagglutination, Enzyme Immune Assay or any other principal.3. The assay should have sensitivity of 99.5% or more andspecificity of 98% or more as per data from an identified nationalreference laboratory.4. The assay should have solid phase/particles coated withsynthetic and/or recombination or both types of antigens of HIV1& HIV2.5. Total procedure time should not be more than 30 minutes.6. The manufactures should ensure thata. The test kit should be packed such that there is a provision toconduct single test at a time.b. The assay components should include HIV positive andnegative serum controls sufficient for conducting 20% of thetests (10% negative & 10% positive controls); andc. The pack size of HIV rapid test kits should not be more than50 tests per kit.
Per Test 660000.00 Drug
31 ABD-01 Amikacin Antibiotic Disc Per 50 Disc 350.00
32 ABD-02 Amoxicillin - Clavulanic Acid Antibiotic Disc Per 50 Disc 350.00
33 ABD-03 Amoxicillin Antibiotic Disc Per 50 Disc 350.00
34 ABD-04 Ampicillin Antibiotic Disc Per 50 Disc 350.00
35 ABD-05 Ampicillin/Salbactam Antibiotic Disc Per 50 Disc 350.00
36 ABD-06 Azithromycin Antibiotic Disc Per 50 Disc 350.00
37 ABD-07 Aztreonam Antibiotic Disc Per 50 Disc 350.00
38 ABD-08 Bcitracin Antibiotic Disc Per 50 Disc 350.00
39 ABD-09 Bile Esculin Disc Per 50 Disc 350.00
40 L/08 Bile salt Bot. of 250 gm 500.00
41N-41.04(a)
Bleaching Powder - IS 1065 /1989 [Containing notless than 30% w/w of available chlorine & Stability(max.) = 1 / 15 ]
HDPE Drum of 25 kg 15000.00
42 L/10 Brain Heart Infusion Agar Bot. of 500 gm 500.00
43 L/11 Brain Heart Infusion Broth Bot. of 500 gm 500.00
44 ABD-10 Cefaclor Antibiotic Disc Per 50 Disc 350.00
45 ABD-11 Cefadroxyl Antibiotic Disc Per 50 Disc 350.00
46 ABD-12 Cefazolin Antibiotic Disc Per 50 Disc 350.00
47 ABD-13 Cefdinir Antibiotic Disc Per 50 Disc 350.00
48 ABD-14 Cefepime Antibiotic Disc Per 50 Disc 350.00
49 ABD-15 Cefixime Antibiotic Disc Per 50 Disc 350.00
50 ABD-16 Cefoperazone Antibiotic Disc Per 50 Disc 350.00
51 ABD-17 Cefoperazone/ Salbactam Antibiotic Disc Per 50 Disc 350.00
52 ABD-18 Cefotaxime Antibiotic Disc Per 50 Disc 350.00
53 ABD-19 Cefpirome Antibiotic Disc Per 50 Disc 350.00
54 ABD-20 Cefpodoxime Antibiotic Disc Per 50 Disc 350.00
55 ABD-21 Cefprozil Antibiotic Disc Per 50 Disc 350.00
56 ABD-22 Ceftazidime Antibiotic Disc Per 50 Disc 350.00
57 ABD-23 Ceftizoxime Antibiotic Disc Per 50 Disc 350.00
Page 30 of 42
58 ABD-24 Ceftriaxone /Salbactum Antibiotic Disc Per 50 Disc 350.00
59 ABD-25 Ceftriaxone Antibiotic Disc Per 50 Disc 350.00
60 ABD-26 Cefuroxime Antibiotic Disc Per 50 Disc 350.00
61 ABD-27 Cefuroxime Sodium Antibiotic Disc Per 50 Disc 350.00
62 ABD-28 Cephalexin Antibiotic Disc Per 50 Disc 350.00
63 ABD-29 Cephaloridine Antibiotic Disc Per 50 Disc 350.00
64 ABD-30 Cephalothin Antibiotic Disc Per 50 Disc 350.00
65 41.16(b)/ Cetrosterile Disinfectant Chemical Lotion Bottle of 500 ml 100.00
66 ABD-31 Chloramphenicol Antibiotic Disc Per 50 Disc 350.00
67 ABD-32 Ciprofloxacin Antibiotic Disc Per 50 Disc 350.00
68 ABD-33 Clarithromycin Antibiotic Disc Per 50 Disc 350.00
69 ABD-34 Clindamycin Antibiotic Disc Per 50 Disc 350.00
70 ABD-35 Cloxacillin Antibiotic Disc Per 50 Disc 350.00
71 L/54 Collodian Bottle of 500 ml 1000.00
72 K/35 Coombs Diluents (Gel System) Bot. of 250 ml 100073 ABD-36 Co-trimoxazole Antibiotic Disc Per 50 Disc 350.00
74 L/53 Deltametrine flow Jar of 1 liter 5000.00
75 ABD-37 Doxycyclin Antibiotic Disc Per 50 Disc 350.00
76 L/15 Durham’s Tube Pack of 100 Tube 1000.00
77 ABD-38 Erythromycin Antibiotic Disc Per 50 Disc 350.00
78 ABD-39 Furazolidone Antibiotic Disc Per 50 Disc 350.00
79 ABD-40 Gentamicin Antibiotic Disc Per 50 Disc 350.00
80 L/21 Glycin Irrigation Fluid 3 Lit. 100.00
81 L/23 Hamatoxyllin Eosin Stain Powder Per 5 gm. 500.00
82 ABD-41 Imipenem/Cilastatin Antibiotic Disc Per 50 Disc 350.00
83 ABD-42 Kanamycin Antibiotic Disc Per 50 Disc 350.00
84 ABD-43 Levofloxacin Antibiotic Disc Per 50 Disc 350.00
85 ABD-44 Lincomycin Antibiotic Disc Per 50 Disc 350.00
86 ABD-45 Lineazolid Antibiotic Disc Per 50 Disc 350.00
87 N-41.16(e)/P-1 Liquid Soap as per IS Specification Bottle of 200 ml 1000.00
88 ABD-46 Lomefloxacin Antibiotic Disc Per 50 Disc 350.00
89 L/25 Mac Conkey Agar Bottle of 500 gm 100.00
90 L/26 Malachite Green Bot. of 25 gm 500.00
91 ABD-47 Meropenem Antibiotic Disc Per 50 Disc 350.00
92 ABD-48 Minocyclin Antibiotic Disc Per 50 Disc 350.00
93 ABD-49 Moxifloxacin Antibiotic Disc Per 50 Disc 350.00
94 L/30 Mueller Hintone Agar Bot. of 500gm. 100.00
95 ABD-50 Nalidixic Antibiotic Disc Per 50 Disc 350.00
96 ABD-51 Netilmycin Antibiotic Disc Per 50 Disc 350.00
97 ABD-52 Nitrofurantoin Antibiotic Disc Per 50 Disc 350.00
98 ABD-53 Norfloxacin Antibiotic Disc Per 50 Disc 350.00
99 ABD-54 Ofloxacin Antibiotic Disc Per 50 Disc 350.00
100 ABD-55 Penicillin Antibiotic Disc Per 50 Disc 350.00
101 L/31 Peptone Bot. of 500gm. 100.00
102 ABD-56 Piperacillin Antibiotic Disc Per 50 Disc 350.00
103 ABD-57 Pipercillin-Tazobactam Antibiotic Disc Per 50 Disc 350.00
104 L/34 PPA Media Bot. of 100gm. 500.00
105 L/35 PYR Reagent Bot. of 100 ml 100.00
106 L/36 PYR strip per 100 strip 100.00
107 L/58 Pyrethrum 2% Extract Jar of 5 liters 1000.00
108 L/57 Pyrethrum 2% Extract – Bot. of 1 liter Bot. of 1 liter 1000.00
109 ABD-58 Rifampicin Antibiotic Disc Per 50 Disc 350.00
110 ABD-59 Roxithromycin Antibiotic Disc Per 50 Disc 350.00
111 L/37 Sabourd Dextrose Agar Bot. of 500 gm 100.00
Page 31 of 42
112 L/38 SDA with CC Bot. of 500 gm 100.00
113 L/39 Simmons Citrate Agar Bot. of 100 gm 100.00
114 L/40 Sodalime Per Kg 1000.00
115 L/42 Sodium Para Amino Salicylate (NaPAS) 80% Bio-Availability Jar of 100 Gms. 500.00
116 ABD-60 Sparfloxacin Antibiotic Disc Per 50 Disc 350.00
117 ABD-61 Streptomycin Antibiotic Disc Per 50 Disc 350.00
118 L/43 TCBS Agar Bot. of 500 gm 500.00
119 L/56 Technical Malathion (95%) Jar of 5 liters 15000.00
120 ABD-62 Teicoplanin Antibiotic Disc Per 50 Disc 350.00
121 ABD-63 Tetracyclin Antibiotic Disc Per 50 Disc 350.00
122 ABD-64 Ticarcillin/Clavulanic Acid Antibiotic Disc Per 50 Disc 350.00
123 ABD-65 Tobramycin Antibiotic Disc Per 50 Disc 350.00
124 L/44 Toludine Blue Bot. of 25 gm 500.00
125 ABD-66 Trimethoprim Antibiotic Disc Per 50 Disc 350.00
126 L/46 TSI Agar Bot. of 100 gm 500.00
127 L/50 Urea Agar Base Bot. of 100 gm 100.00
128 ABD-67 Vancomycin Antibiotic Disc Per 50 Disc 350.00
129 L/51 XLD Agar Bot. of 500 gm 100.00
Page 32 of 42
FORMAT FOR CHECK LIST in respect of“RE e-TENDER FOR PROCUREMENT OF GENERAL DRUGS & KITS, CHEMICALS , REAGENTS
FOR THE YEAR 2016-2018”
NIT No. ………………................................................. Date …………………………
Name of the Tenderer: - _______________________________________________________
Full Address of the Tenderer: ___________________________________________________
___________________________________________________________________________
___________________________________________________________________________
E-Mail : - ___________________________________________________________________
Contact person relating to vendor & Mob. No. :- ____________________________________
Tendering as: Manufacturer / Direct Importer (Strike out which is not applicable)
Status of Manufacture: State based S.S.I/ State based PSU/ State based Others/Others Outside WB (Strike out which is not applicable)
Average Annual Turn Over: Rs………………………………
Name of the proposed Distributor :with Address & Contact No.(For Outside Vendors only)
Sn Items Pl mark Pageno.
1 List of items quoted in Excel sheet, as enclosed Yes No2 Copy of Required amount of Demand Draft in favour of
Deputy Director (Accounts), Central Medical Stores,Kolkata as Earnest Money
Yes No
3 Application submitted in Annexure I4 Annexure II ( Authorization letter of signatory from the
Company)Yes No
5 Annexure III ( Certification from Chartered Firm aboutthe monthly production capacity and % of sale in theopen market)
Yes No
6 Annexure IV ( Copy of agreement between themanufacturer and the Distributor as prescribed)
Yes No
7 Annexure V (Declaration from existing CMS approveddrug vendors about supply of 80 % over ordered valuemade through STORE MANAGEMENT INFORMATIONSYSTEM Software as on the date of submission oftender.
Yes No
8 Annexure VI (Affidavit of non conviction & non Yes No
Page 33 of 42
blacklisting, affirmed before a JudicialMagistrate/Executive Magistrate/Notary public swornon and after the date of publication of the TenderNotice)
9 Technical Data Sheet as Annexure VII in Excel Yes No10 Copy of PAN Card of the Bidder Yes No11 VAT/CST Registration Certificate Yes No12 Certificate of registration/ EM II in respect of domestic
SSI within the State of West BengalYes No
13 Trade Licence/ Certificate of incorporation Yes No14 Valid GMP certification with Revised Schedule M & MIII
compliance certificateYes No
15 Valid Drug license / Import License Yes No16 Up-to-date Drug endorsement copy for each item
quoted (marked with CMS Cat. No.)Yes No
17 Valid GLP certificate Yes No18 CLAA Licence with validity, if any Yes No19 Certificate of Market Standing Certificate of the
products from the State Drug Control authority for atleast three years out of last five years i.e., from 2010-11to 2014-15.
Yes No
20 No-conviction certificate from the Director, Drugcontrol of the concerned State, isssued on and after 01-04-2016
Yes No
21 Income Tax Return submitted for Assessment Year2014-15
Yes No
22 Last quarters VAT/CST Returns for the 2014-15 Yes No23 P/L & Balance Sheet for 2013-14, 14-15 & 15-16 Yes No24 BIS Certificate for the item/items , where applicable Yes No25 Export-Import License with validity and IEC Code Yes No
Page 34 of 42
Annexure IAPPLICATION FORMAT
( To be furnished in the Company’s official letter pad with full address and contact no, E mailaddress etc)
ToThe Deputy Director of Health Services (E&S),Central Medical Stores,141, Acharya Jagadish Chandra Bose Road,Kolkata – 700 014
Sub: NIT for PROCUREMENT RE e-TENDER FOR PROCUREMENT OF GENERAL DRUGS & KITS,CHEMICALS , REAGENTS FOR THE YEAR 2016-2018
Ref: - DDHS (E&S) N.I.T. No ………… ………………………………………………..dated ……………………..
Sir,Having examined the pre-qualification & other documents published in the N.I.T, I /wehereby submit all the necessary information and relevant documents for evaluation:
1. That the application is made by me / us on behalf of…………………………………………………………in the capacity……………………………………………..…duly authorized to submit the offer. Theauthorization letter from the Company is attached in Annexure II.
2. We accept the terms and conditions as laid down in the tender document and declare thatwe shall abide by it for throughout the tender period including its extensions, if any.
3. We are offering rate for the item /items as mentioned in the Technical Data Sheet asAnnexure VII in BID A3 :
4. We declare that we have achieved / have not achieved (strike out whichever is notapplicable) minimum 10% of sale of the production in the open market other than sale inthe Health & Family Welfare Dept, Government of West Bengal. The certification fromChartered Firm is attached as per Annexure III.
5. We declare that we have not been convicted under any provision of Drug and CosmeticsAct, 1945 and any other law in force from any competent authority or by any Court of law.
6. a. We propose that the order and bill should be raised in our name. Wehave appointed M/S ……………………………………………………………………………….. having itsoffice at …………………………………………………………………………………….………………., MobileNo ………………………………….. e mail address ……………………………………….. (address,contact no and e mail address) as C&F agent /C&S (strike out whichever is notapplicable) as per clause 9 of the NIT( This clause is applicable for out of statemanufacturers) OR
b. We propose that order and bill should be raised in favour of our authorizeddistributor. For that purpose, we have appointed M/S ……………………………………………having its office at………………………………………………………………………………………………………………………………..Mobile no ……………………………………E mail address ……………………………………………….(address with contact no and e mail address) as authorized Distributor who willreceive order and payment in his name on our behalf.
Page 35 of 42
c. The agreement between ourselves and the distributor/C&F/Liaisoner & otherdocuments as prescribed is attached in annexure IV( This clause is applicable for outof state manufacturers).
7. We are the existing vendors in the CMS / we are not the existing vendor in the CMS (strikeout whichever is not applicable).
8. Being an existing CMS approved drug vendor for the year 2014-15, necessary declaration ofitems wise Good Received Note (GRN) over ordered value through Store ManagementInformation System (SMIS) is given in Annexure V (applicable for existing vendors only,others should strike out the clause)
9. In the event of being selected, I will make the supply within the stipulated period exceptingthe condition which is beyond our control.
10. We understand that:(a) Tender Selection Committee/ H&FW Dept can amend the scope & value of the contractbid under this project.(b) Tender Selection Committee/ H&FW Dept reserves the right to reject any applicationwithout assigning any reason.
Date :-Signature of applicant including title
and capacity in which application is made.Contact no :Mobile :E mail address :
Page 36 of 42
Annexure II
Authorization letter in favour of the applicant (other than Managing Director/ Proprietor) – fromthe competent authority.
FORMAT
( To be furnished in the Company’s official letter pad with full address and contact no, E mailaddress etc)
(TO WHOM IT MAY CONCERN)
This is to certify that Mr. ........................................................................................(Name),employee of this Organisation as ............................................................ (Official Designation) ishereby authorised to submit tender online , Vide NIT No..............................................................,Dated......................... on behalf of the Organisation.
Signature of the competent authoritywith Name, Official Designation & Seal
.....................................................(Signature of the Authorised Person)
Signature of Mr.................................................................................................is hereby attested.
Signature of thecompetent authority with Seal
Page 37 of 42
Annexure III(Certificate from Chartered Firm)
This is to certify that having been examined the audited balance sheet/P/L accounts and otherrecords that M/S …………………………………………………………………………………….……………. having its office
at …………………………………………………………. do have a monthly production capacity of the materials asgiven hereunder :
Sn Name of the drug for which appliedfor
Monthly production capacity
It is certified that M/S …………………………………………………………………. have achieved averageminimum 10% sale of the production in the open market other than Health & FamilyWelfare Dept, Government of West Bengal for the drug or drugs for the year 2012-13,2013-14 & 2014-15.
It is also certified that Annual Turnover of the firm for the Financial years 2012-13, 2013-14& 2014-15 are Rs...............Cr., Rs..............Cr. & Rs...............Cr. respectively (as per P & L &Balance Sheet of the firm submitted)
Signature of the Chartered Firm with Registration No
Countersigned
Signature of the authorised signatory (tenderer)
Page 38 of 42
Annexure IVAll out of the state manufacturers/ tenderers must have a distributor in this State. Copy of
agreement signed between the tenderer and the authorized Distributor as proof besubmitted here.
Page 39 of 42
Annexure VDeclaration from existing CMS approved drug vendors about supply of 80 % over ordered valuemade through STORE MANAGEMENT INFORMATION SYSTEM as on the date of submission oftender
Sn Catalogue No Name of thedrug
Ordered value asper vendor portal(including closeorder) as stoodon 31st March,2016
GRN made as perportal as stood on…………(date ofsubmission of bid)
% of GRN overorder value as onsubmission oftender
123etc
Signature of the authorized signatory
Page 40 of 42
ANNEXURE VI
Draft Affidavit Proforma
I, Sri/Smt. ………………………………………………………………………The Managing Director/Proprietor (etc.) of the Firm. ,………………………………………………………………(Name of the firm)At (address)…………………………………………………………………….…P.O… …………………………………………………P.S………………………………Dist……………………………………………do hereby solemnly affirm and declare as follows:
1. That I have not ever been convicted of any offence making myself liable to bedisqualified to supply of Drugs, chemicals, reagents etc. to any Govt. or Govt.undertaking Organization /Institution in the State of West Bengal or other State orStates.
2. That no case is pending against me or against my firm in any criminal court of law tosupply of Drugs & Chemicals, Lab. Chemicals, Reagents & Laboratory Equipments to theGovt. or Govt. undertaking Organization / Institution in the State of West Bengal orother State or States ( If any case is pending, state the details ).
3. That, I do hereby affirm that at present my firm / Company / its Principals/ or Sisterconcern (where its Principals or Promoters have more than 10% shares) is notblacklisted for any item/items or as a whole , by any Govt./ semi Govt. Organisation inIndia.
4. That, I also declare that if any information subsequently found incorrect or false will itautomatically render the tender submitted by me cancelled and make me liable forpenal/legal action as per law of the country.
5. That I do further affirm that the statements made by me in this tender are true to thebest of my knowledge and belief and all the documents attached are genuine & correct.
Deponent(s).(Signature with Seal)
Page 41 of 42
Annexure VII
TECHNICAL DATA SHEET
[Separate Excel Sheet has been given as Technical Data Sheet, Annexure-VII in BID A3, which hasbeen filled up completely and properly.]
I, declare that all item/items mentioned above which have been quoted in the BOQ are as perspecification provided in tender documents.
Signature of the Bidder
Page 42 of 42
IMPORTANT INFORMATION ABOUT ONLINE TENDERING
1. SEARCHING THE TENDER
After Login on wbtenders.gov.in with DSC Click on Search Active Tenders In keyword write WBHF or Tender memo. no. as reference no. on NIC website.
2. DOWNLOADING THE TENDERDOCUMENTS
After searching the particular tender you will find NIT & BOQ click on those to downloadand save the documents. Then fill the login Id and password which is written on top or your own login id and
password; the same page will appear again click on NIT & BOQ to download. While downloading the BOQ please do not change the name of the BOQ and quote
as per the exact Accounting Unit, as mentioned in the Drugs list under Table-I.
3. REGARDING MY DOCUMENTS
First upload all the My Documents before starting the Bid Submission process.
While starting the Bid submission process after the EMD payment you will find anoption Do you want to submit other Important documents.
Here click on YES to submit the MY DOCUMENTS and then tick mark the check boxesto tag those documents in that particular tender.
This process will be carried out in each and every GROUP that you areparticipating.
4. BOQ
While first opening the BOQ there is an option at top of the rows.“Security warning Macros have been disabled” Click on options
Select “Enable the content” then OK.This will provide you the Total in Words