BIDDING DOCUMENT - Punjab Procurement Regulatory ...

116
BIDDING DOCUMENT RATE CONTRACT FOR THE YEAR 2021-22 AT THQ HOSPITAL THQ KOT ADDU Packages Work name Closing date Bid Security Package 1 Local Purchase of Medicines 26/07/2021 5 % of the estimated amount Package 2 Pathological Laboratory Items 26/07/2021 5 % of the estimated amount Package 3 Bio Medical Gases 26/07/2021 5 % of the estimated amount Package 4 Dialysis Disposable Items 26/07/2021 5 % of the estimated amount

Transcript of BIDDING DOCUMENT - Punjab Procurement Regulatory ...

BIDDING DOCUMENT

RATE CONTRACT FOR THE YEAR 2021-22 AT

THQ HOSPITAL THQ KOT ADDU

Packages Work name Closing date Bid Security

Package 1 Local Purchase of Medicines 26/07/2021 5 % of the

estimated

amount

Package 2 Pathological Laboratory Items 26/07/2021 5 % of the

estimated

amount

Package 3 Bio Medical Gases 26/07/2021 5 % of the

estimated

amount

Package 4 Dialysis Disposable Items 26/07/2021 5 % of the

estimated

amount

Tender Notice

Date:10/07 /2021

The THQ hospital Kot Addu has received budget from Government of Punjab. It is intended that part of the proceeds of this budget will be applied to eligible payments

under the contract for following of following items:

Packages Work name Closing date Bid Security

Package 1 Local Purchase of Medicines 26/07/2021 5 % of the

estimated

amount

Package 2 Pathological Laboratory Items 26/07/2021 5 % of the

estimated

amount

Package 3 Bio Medical Gases 26/07/2021 5 % of the

estimated

amount

Package 4 Dialysis Disposable Items 26/07/2021 5 % of the

estimated

amount

The THQ hospital Kot Addu now invites sealed bids from eligible bidders, Manufacturers, authorized Sales & Service Dealers for the supply of above-mentioned

items.

• Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures specified in the Punjab Procurement Rules PPRA

2014 (amended Jan 2016), and is open to all eligible bidders as defined in the bidding document.

• Interested eligible bidders may obtain bidding documents and further information from the office of procurement officer THQ hospital, Kot Addu, on

submission of written application along with payment of non-refundable fee of RS. 1000/- (One Thousand Only). Bidding documents are available till

26/07/2021 up to 11:00 am from office of Procurement Officer, THQ Hospital, Kot Addu.

• Biding documents are also available on Punjab Procurement Regulatory Authority website (www.ppra.punjab.gov.pk)

• Sealed Bids must be delivered to the above office on or before 11:00 a.m. 26/07/2021 and must be accompanied by a Bid Security in the form of CDR, Pay

Order, Demand Draft, or Banker’s Cheque from a Scheduled Bank of Pakistan.

• Bids will be opened in the presence of bidders’ representatives who choose to attend at 11:30 am on the same date in the Office of The

Medical Superintendent THQ Hospital Kot Addu on the closing date.

• The bidders are requested to give their best and final prices as no negotiations are expected.

• Taxes will be deducted as per applicable government rules and NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Kot Addu .

Government of Punjab

Tel: 066-2243119

PART 1

INSTRUCTION TO BIDDERS

INTRODUCTION

1. Source of

Funds

1.1 The Procuring Agency named in the Bid Data Sheet has received budget

from the Government of Punjab. The Procuring Agency intends to

apply a portion of the proceeds of this budget to eligible payments

under the contract for which this Invitation for Bids is issued.

2. Eligible

Bidders

2.1 This Invitation for Bids is open to all suppliers, except as provided

hereinafter.

2.2 Bidders should not be associated, or have been associated in the

with a firm or any of its affiliates which have been engaged by the Procuring

Agency to provide consulting services for the preparation of the design,

specifications, and other documents to be used for the procurement of

the goods to be purchased under this Invitation for Bids.

2.3 Government-owned enterprises may participate only if they are legally

and financially autonomous, if they operate under commercial law, and

if they are not a dependent agency of the Government.

2.4 Bidders shall not be under a declaration of blacklisting by any

Government department or Punjab Procurement Regulatory Authority

(PPRA).

3. Eligible Goods

and Services

3.1 All goods and related services to be supplied under the contract shall

have their origin in eligible source countries, defined in the Bid Data

Sheet (BDS), and all expenditures made under the contract will be

limited to such goods and services.

3.2 For purposes of this clause, “origin” means the place where the goods

are mined, grown, or produced, or the place from which the related

services are supplied. Goods are produced when, through

manufacturing, processing, or substantial and major assembly of

components, a commercially-recognized product results that is

substantially different in basic characteristics or in purpose or utility

from its components.

3.3 The origin of goods and services is distinct from the nationality of the

Bidder.

4. Cost of

Bidding

4.1 The Bidder shall bear all costs associated with the preparation and

submission of its bid, and the Procuring Agency named in the Bid Data

Sheet, hereinafter referred to as “the Purchaser,” will in no case be

responsible or liable for those costs, regardless of the conduct or

outcome of the bidding process.

BIDDING DOCUMENTS

5. Content of

Bidding

Documents

5.1 The goods required, bidding procedures, and contract terms are

prescribed in the bidding documents. In addition to the Invitation for

Bids, the bidding documents include:

(a) Instructions to Bidders (ITB)

(b) Bid Data Sheet

(c) Schedule of Requirements

(d) Technical Specifications

(e) Bid Submission Form

(f) Manufacturer’s Authorization Form

(g) Price Schedules

(h) Contract Form

(i) Performance Security Form

(j) General Conditions of Contract (GCC)

(k) Special Conditions of Contract (SCC)

5.2 The Bidder is expected to examine all instructions, forms, terms, and

specifications in the bidding documents. Failure to furnish all

information required by the bidding documents or to submit a bid not

substantially responsive to the bidding documents in every respect will

be at the Bidder’s risk and may result in the rejection of its bid.

6. Clarification of

Bidding

Documents

6.1 A prospective Bidder requiring any clarification of the bidding

documents may notify the Purchaser in writing or by email at the

Purchaser’s address indicated in ITB Clause 19.1. The Purchaser will

respond in writing to any request for clarification of the bidding

documents which it receives no later than three (3) days prior to the

deadline for the submission of bids prescribed in the Bid Data Sheet.

Written copies of the Purchaser’s response (including an explanation

of the query but without identifying the source of inquiry) will be sent

to all prospective bidders that have received the bidding documents.

7. Amendment of

Bidding

Documents

7.1 At any time prior to the deadline for submission of bids, the Purchaser,

for any reason, whether at its own initiative or in response to a

clarification requested by a prospective Bidder, may modify the

bidding documents by amendment.

7.2 All prospective bidders that have received the bidding documents will

be notified of the amendment in writing or by email, and will be

bidding on them.

7.3 In order to allow prospective bidders reasonable time in which to take

the amendment into account in preparing their bids, the Purchaser, at

its discretion, may extend the deadline for the submission of bids.

PREPARATION OF BIDS

8. Language of

Bid

8.1 The bid prepared by the Bidder, as well as all correspondence and

documents relating to the bid exchanged by the Bidder and the

Purchaser shall be written in the language specified in the Bid Data

Sheet. Supporting documents and printed literature furnished by the

Bidder may be in same language.

9. Documents

Comprising

the Bid

9.1 The bid prepared by the Bidder shall comprise the following

components:

(a) a Bid Form and a Price Schedule completed in accordance with

ITB Clauses 10, 11, and 12;

(b) documentary evidence established in accordance with ITB

Clause 13 that the Bidder is eligible to bid and is qualified to

perform the contract if its bid is accepted;

(c) documentary evidence established in accordance with ITB

Clause 14 that the goods and ancillary services to be supplied by

the Bidder are eligible goods and services and conform to the

bidding documents; and

(d) bid security furnished in accordance with ITB Clause 15.

10. Bid Form 10.1 The Bidder shall complete the Bid Form and the appropriate Price

Schedule furnished in the bidding documents, indicating the goods to

be supplied, a brief description of the goods, and their country of

origin, quantity, and prices.

11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule the unit

prices (where applicable) and total bid price of the goods it proposes to

supply under the contract.

11.2 Prices indicated on the Price Schedule shall be delivered duty paid

(DDP) prices.

11.3 The Bidder’s separation of price components in accordance with ITB

Clause 11.2 above will be solely for the purpose of facilitating the

comparison of bids by the Purchaser and will not in any way limit the

Purchaser’s right to contract on any of the terms offered.

11.4 Prices quoted by the Bidder shall be fixed during the Bidder’s

performance of the contract and not subject to variation on any

account, unless otherwise specified in the Bid Data Sheet. A bid

submitted with an adjustable price quotation will be treated as

nonresponsive and will be rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in Pak Rupees unless otherwise specified in the

Bid Data Sheet.

13. Documents

Establishing

Bidder’s

Eligibility and

Qualification

13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid,

documents establishing the Bidder’s eligibility to bid and its

qualifications to perform the contract if its bid is accepted.

13.2 The documentary evidence of the Bidder’s eligibility to bid shall

establish to the Purchaser’s satisfaction that the Bidder, at the time of

submission of its bid, is eligible as defined under ITB Clause 2.

13.3 The documentary evidence of the Bidder’s qualifications to perform

the contract if its bid is accepted shall establish to the Purchaser’s

satisfaction:

(a) that, in the case of a Bidder offering to supply goods under the

contract which the Bidder did not manufacture or otherwise

produce, the Bidder has been duly authorized by the goods’

Manufacturer or producer to supply the goods in Pakistan;

(b) that the Bidder has the financial, technical, and production

capability necessary to perform the contract;

(c) that, in the case of a Bidder not doing business within Pakistan,

the Bidder is or will be (if awarded the contract) represented by

an Agent in that country equipped, and able to carry out the

Supplier’s maintenance, repair, and spare parts-stocking

obligations prescribed in the Conditions of Contract and/or

Technical Specifications; and

(d) That the Bidder meets the qualification criteria listed in the Bid

Data Sheet.

14. Documents

Establishing

Goods’

Eligibility and

Conformity to

Bidding

Documents

14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid,

documents establishing the eligibility and conformity to the bidding

documents of all goods and services which the Bidder proposes to

supply under the contract.

14.2 The documentary evidence of the eligibility of the goods and services

shall consist of a statement in the Price Schedule of the country of

origin of the goods and services offered which shall be confirmed by a

certificate of origin issued at the time of shipment.

14.3 The documentary evidence of conformity of the goods and services to

the bidding documents may be in the form of literature, drawings, and

data, and shall consist of:

(a) a detailed description of the essential technical and performance

characteristics of the goods;

(b) a list giving full particulars, including available sources and

current prices of spare parts, special tools, etc., necessary for the

proper and continuing functioning of the goods for a period to be

specified in the Bid Data Sheet, following commencement of the

use of the goods by the Purchaser; and

(c) an item-by-item commentary on the Purchaser’s Technical

Specifications demonstrating substantial responsiveness of the

goods and services to those specifications, or a statement of

deviations and exceptions to the provisions of the Technical

Specifications.

14.4 For purposes of the commentary to be furnished pursuant to ITB

Clause 14.3(c) above, the Bidder shall note that standards for

workmanship, material, and equipment, as well as references to brand

names or catalogue numbers designated by the Purchaser in its

Technical Specifications, are intended to be descriptive only and not

restrictive. The Bidder may substitute alternative standards, brand

names, and/or catalogue numbers in its bid, provided that it

demonstrates to the Purchaser’s satisfaction that the substitutions

ensure substantial equivalence to those designated in the Technical

Specifications.

15. Bid Security 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, a

bid security in the amount specified in the Bid Data Sheet.

15.2 The bid security is required to protect the Purchaser against the risk of

Bidder’s conduct which would warrant the security’s forfeiture,

pursuant to ITB Clause 15.7.

15.3 The bid security shall be in Pak. Rupees and shall be in one of the

following forms:

(b) Bank call-deposit (CDR), Demand Draft (DD), Pay Order (PO)

or Banker’s cheque valid for thirty (30) days beyond the validity

of bid.

15.4 Any bid not secured in accordance with ITB Clauses 15.1 and 15.3 will

be rejected by the Purchaser as nonresponsive, pursuant to ITB Clause

24.

15.5 Unsuccessful bidders’ bid security will be discharged or returned as

promptly as possible but not later than thirty (30) days after the

expiration of the period of bid validity prescribed by the Purchaser

pursuant to ITB Clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the

Bidder signing the contract, pursuant to ITB Clause 32, and furnishing

the performance security, pursuant to ITB Clause 33.

15.7 The bid security may be forfeited:

(a) if a Bidder withdraws its bid during the period of bid validity

specified by the Bidder on the Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the contract in accordance with ITB Clause 32;

or

(ii) to furnish performance security in accordance with ITB

Clause 33.

16. Period of

Validity of

Bids

16.1 Bids shall remain valid for the period specified in the Bid Data Sheet

after the date of bid opening prescribed by the Purchaser, pursuant to

ITB Clause 19. A bid valid for a shorter period shall be rejected by the

Purchaser as nonresponsive.

16.2 In exceptional circumstances, the Purchaser may solicit the Bidder’s

consent to an extension of the period of validity. The request and the

responses thereto shall be made in writing (or by email). The bid

security provided under ITB Clause 15 shall also be suitably extended.

A Bidder may refuse the request without forfeiting its bid security. A

Bidder granting the request will not be required nor permitted to

modify its bid, except as provided in ITB Clause 16.3.

16.3 In the case of fixed price contracts, if the award is delayed by a period

exceeding sixty (60) days beyond the expiry of the initial bid validity,

the contract price will be adjusted by a factor specified in the request

for extension.

17. Format and

Signing of Bid

17.1 The Bidder shall prepare an original and the number of copies of the

bid indicated in the Bid Data Sheet, clearly marking each “ORIGINAL

BID” and “COPY OF BID,” as appropriate. In the event of any

discrepancy between them, the original shall govern.

17.2 The original and the copy or copies of the bid shall be typed or written

in indelible ink and shall be signed by the Bidder or a person or

persons duly authorized to bind the Bidder to the contract. All pages

of the bid, except for unamended printed literature, shall be initialed by

the person or persons signing the bid.

17.3 Any interlineation, erasures, or overwriting shall be valid only if they

are initialed by the person or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Form of Bid

on commissions or gratuities, if any, paid or to be paid to agents

relating to this Bid, and to contract execution if the Bidder is awarded

the contract.

SUBMISSION OF BIDS

18. Sealing and

Marking of

Bids

18.1 The Bidder shall seal the original and each copy of the bid in separate

envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.”

The envelopes shall then be sealed in an outer envelope.

18.2 The inner and outer envelopes shall:

(a) be addressed to the Purchaser at the address given in the Bid

Data Sheet; and

(b) bear the title of procurement Activity indicated in the Bid Data

Sheet, the Invitation for Bids (IFB) title and number indicated in

the Bid Data Sheet, and a statement: “DO NOT OPEN

BEFORE,” to be completed with the time and the date specified

in the Bid Data Sheet, pursuant to ITB Clause 2.2.

18.3 The inner envelopes shall also indicate the name and address of the

Bidder to enable the bid to be returned unopened in case it is declared

“late”.

18.4 If the outer envelope is not sealed and marked as required by ITB

Clause 18.2, the Purchaser will assume no responsibility for the bid’s

misplacement or premature opening.

19. Deadline for

Submission of

Bids

19.1 Bids must be received by the Purchaser at the address specified under

ITB Clause 18.2 no later than the time and date specified in the Bid

Data Sheet.

19.2 The Purchaser may, at its discretion, extend this deadline for the

submission of bids by amending the bidding documents in accordance

with ITB Clause 7, in which case all rights and obligations of the

Purchaser and bidders previously subject to the deadline will thereafter

be subject to the deadline as extended.

20. Late Bids 20.1 Any bid received by the Purchaser after the deadline for submission of

bids prescribed by the Purchaser pursuant to ITB Clause 19 will be

rejected and returned unopened to the Bidder.

21. Modification

and

Withdrawal of

Bids

21.1 The Bidder may modify or withdraw its bid after the bid’s submission,

provided that written notice of the modification, including substitution

or withdrawal of the bids, is received by the Purchaser prior to the

deadline prescribed for submission of bids.

21.2 The Bidder’s modification or withdrawal notice shall be prepared,

sealed, marked, and dispatched in accordance with the provisions of

ITB Clause 18. A withdrawal notice may also be sent by email, but

followed by a signed confirmation copy, postmarked not later than the

deadline for submission of bids.

21.3 No bid may be modified after the deadline for submission of bids.

21.4 No bid may be withdrawn in the interval between the deadline for

submission of bids and the expiration of the period of bid validity

specified by the Bidder on the Bid Form. Withdrawal of a bid during

this interval may result in the Bidder’s forfeiture of its bid security,

pursuant to the ITB Clause 15.7.

OPENING AND EVALUATION OF BIDS

22. Opening of

Bids by the

Purchaser

22.1 The Purchaser will open all bids in the presence of bidders’

representatives who choose to attend, at the time, on the date, and at

the place specified in the Bid Data Sheet. The bidders’ representatives

who are present shall sign an attendance sheet evidencing their

presence.

22.2 The bidders’ names, bid modifications or withdrawals, bid prices,

discounts, and the presence or absence of requisite bid security and

such other details as the Purchaser, at its discretion, may consider

appropriate, will be announced at the opening. No bid shall be rejected

at bid opening, except for late bids, which shall be returned unopened

to the Bidder pursuant to ITB Clause 20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that are not

opened and read out at bid opening shall not be considered further for

evaluation, irrespective of the circumstances. Withdrawn bids will be

returned unopened to the bidders.

22.4 The Purchaser will prepare minutes of the bid opening.

23. Clarification of

Bids

23.1 During evaluation of the bids, the Purchaser may, at its discretion, ask

the Bidder for a clarification of its bid. The request for clarification

and the response shall be in writing, and no change in the prices or

substance of the bid shall be sought, offered, or permitted.

24. Preliminary

Examination

24.1 The Purchaser will examine the bids to determine whether they are

complete, whether any computational errors have been made, whether

required sureties have been furnished, whether the documents have

been properly signed, and whether the bids are generally in order.

24.2 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained

by multiplying the unit price and quantity, the unit price shall prevail,

and the total price shall be corrected. If the Supplier does not accept

the correction of the errors, its bid will be rejected, and its bid security

may be forfeited. If there is a discrepancy between words and figures,

the amount in words will prevail.

24.3 The Purchaser may waive any minor informality, nonconformity, or

irregularity in a bid which does not constitute a material deviation,

provided such waiver does not prejudice or affect the relative ranking

of any Bidder.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the

Purchaser will determine the substantial responsiveness of each bid to

the bidding documents. For purposes of these Clauses, a substantially

responsive bid is one which conforms to all the terms and conditions of

the bidding documents without material deviations. Deviations from,

or objections or reservations to critical provisions, such as those

concerning Bid Security (ITB Clause 15), Applicable Law (GCC

Clause 30), and Taxes and Duties (GCC Clause 32), will be deemed

to be a material deviation. The Purchaser’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself without

recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the

Purchaser and may not subsequently be made responsive by the Bidder

by correction of the nonconformity.

25. Qualification

& Evaluation

of Bids

25.1 In the absence of prequalification, the Purchaser will determine to its

satisfaction whether the Bidder is qualified to perform the contract

satisfactorily, in accordance with the criteria listed in ITB Clause 13.3.

25.2 The determination will take into account the Bidder’s financial,

technical, and production capabilities. It will be based upon an

examination of the documentary evidence of the Bidder’s

qualifications submitted by the Bidder, pursuant to ITB Clause 13.3, as

well as such other information as the Purchaser deems necessary and

appropriate.

25.3 The Purchaser will technically evaluate and compare the bids which

have been determined to be substantially responsive, pursuant to ITB

Clause 24, as per Technical Specifications required.

25.4 The Purchaser’s financial evaluation of a bid will be on delivered duty

paid (DDP) price inclusive of prevailing taxes and duties.

26. Contacting the

Purchaser

26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser on any

matter relating to its bid, from the time of the bid opening to the time

evaluation report is made public i.e. 10 days before the contract is

awarded. If the Bidder wishes to bring additional information or has

grievance to the notice of the Purchaser, it should do so in writing.

26.2 Any effort by a Bidder to influence the Purchaser during bid

evaluation, or bid comparison may result in the rejection of the

Bidder’s bid.

AWARD OF CONTRACT

27. Award

Criteria

27.1 Subject to ITB Clause 30, the Purchaser will award the contract to the

successful Bidder whose bid has been determined to be substantially

responsive and has been determined to be the lowest evaluated bid,

provided further that the Bidder is determined to be qualified to

perform the contract satisfactorily.

28. Purchaser’s

Right to Vary

Quantities at

Time of Award

28.1 The Purchaser reserves the right at the time of contract award to

increase or decrease, by the percentage indicated in the Bid Data Sheet,

the quantity of goods and services originally specified in the Schedule

of Requirements without any change in unit price or other terms and

conditions.

29. Purchaser’s

Right to

Accept or

Reject All Bids

29.1 The Purchaser reserves the right to accept or reject all bids, and to

annul the bidding process at any time prior to contract award, without

thereby incurring any liability to the Bidder or bidders or any

obligation to inform the Bidder or bidders of the grounds for the

Purchaser’s action.

30. Notification of

Award

30.1 Prior to the expiration of the period of bid validity, the Purchaser will

notify the successful Bidder in writing by registered letter or by email,

to be confirmed in writing by registered letter, that its bid has been

accepted.

30.2 The notification of award will constitute the formation of the Contract.

30.3 Upon the successful Bidder’s furnishing of the performance security

pursuant to ITB Clause 33, the Purchaser will promptly notify each

unsuccessful Bidder and will discharge its bid security, pursuant to

ITB Clause 15.

31. Signing of

Contract

31.1 At the same time as the Purchaser notifies the successful Bidder that its

bid has been accepted, the Purchaser will send the Bidder the Contract

Form provided in the bidding documents, incorporating all agreements

between the parties.

31.2 Within seven (07) days of receipt of the Contract Form, the successful

Bidder shall sign and date the contract and return it to the Purchaser.

32 Performance

Security

32.1 Within fourteen (14) days of the receipt of notification of award from

the Purchaser, the successful Bidder shall furnish the performance

security in accordance with the Conditions of Contract, in the

Performance Security Form provided in the bidding documents, or in

another form acceptable to the Purchaser.

32.2 Failure of the successful Bidder to comply with the requirement of ITB

Clause 32 or ITB Clause 33.1 shall constitute sufficient grounds for the

annulment of the award and forfeiture of the bid security, in which

event the Purchaser may make the award to the next lowest evaluated

Bidder or call for new bids.

33. Corrupt or

Fraudulent

Practices

33.1 The Procuring Agency requires that Bidders, Suppliers, and

Contractors observe the highest standard of ethics during the

procurement and execution of contracts. For the purposes of this

provision, the terms set forth below are defined as follows:

(i) “corrupt practice”

means the offering, giving, receiving or soliciting anything of

value to influence the action of a public official in the

procurement process or in contract execution; and

(ii) “fraudulent practice”

means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to the

detriment of the Procuring Agency,

(iii) “collusive practice”

is an arrangement among bidders (prior to or after bid

submission) designed to establish bid prices at artificial, non-

competitive levels for any wrongful gains, and to deprive the

Procuring Agency of the benefits of free and open competition;

(b) The Procuring Agency will reject a proposal for

award if it determines that the Bidder recommended for

award has engaged in corrupt or fraudulent practices in

competing for the contract in question;

(c) The Procuring Agency will sanction a firm, in

accordance with prevailing Blacklisting procedures under

Punjab Procurement Rules 2014, if it at any time determines

that the firm has engaged in corrupt or fraudulent practices

in competing for, or in executing, a Bank-financed contract.

33.2 Furthermore, Bidders shall be aware of the provision stated in sub-

clause 5.4 and sub-clause 24.1 of the General Conditions of Contract.

TERMS AND CONDITIONS:

1. Any offer not received as per terms and condition of tender inquiry is liable to be ignored.

No offer shall be considered if:

a) The tender is unsigned

b) It is received after the time and date fixed for the receipt.

c) The offer is ambiguous.

d) The offer is conditional

e) The offer is from a firm black listed/suspended by the government

f) The offer received is of shorter validity than required in the tender inquiry.

g) The offer is received through Telegram/Fax

h) The offer is for stores not conforming to specifications indicated in the tender inquiry.

2. The offer will remain valid up till 30th June, 2021 from the date of opening of Tender and

extendable up to three months on base of good performance.

3. All the tenders must be submitted in double cover. The outer cover should indicate the

name of addressee, tender name & date of opening. But not the name of firm which must

appear on the inner envelope clearly mentioning Tender Name & name of firm. Both envelops

must be properly sealed. There should be two separate sealed offers inside envelope

“Financial offer” and the other “Technical offer” clearly specifying.

4. The department reserves the right to purchase in bulk or in parts or to ignore/scrap the

tender/quotation without assigning any reason to the parties concerned.

5. If the successful bidders fail to supply the goods as per orders/ terms and conditions within

the stipulated period or time of the contract or they try to withdraw/amend/revise their offers

within the validity period, the offer shall stand cancelled, performance guarantee deposited

will be forfeited and the relevant goods will be purchased at the risk and cost of thebidder.

6. The department reserves the right to claim compensation for the losses caused by delay in

the delivery of stores as per rules.

7. Delivery of the goods at the consignee end will be the responsibility of the supplier and the

department will pay no extra charges in this regard.

8. Cash receipt (in original) or photocopy having purchased the tender form must accompany

with the offer.

9. Tender should be addressed to Medical Superintendent THQ Hospital KOT ADU .

10. Tenderers should quote their firm’s final rates both in words and figures.

12. IN CASE THE COUNTERFEIT PRODUCTS ARE SUPPLIED IN THE NAME OF ORIGINAL

BRANDS, IT SHALL BE CONSIDERED AS “FRAUD”, CONTRACT SHALL BE CANCELLED, GOODS

AND CDR SHALL BE FORFEITED AND SUPPLIER SHALL BE “BLACKLISTED” FROM THQ HOSPITAL

KOT ADU AND RECOMMENDATION SHALL BE GIVEN TO HEALTH DEPARTMENT,

GOVERNMENT OF THE PUNJAB TO BLACK LIST THE FIRM FROM ALL OF ITS HEALTH

FACILITIES.

13. The store should be according to the specifications /Terms and

conditions/developed/decided by the technical committee of the Hospital.

14. The tenderer should specifically indicate their circle of the Income tax.

15. The income tax will be deducted at source as per Government rules.

16. The person signing the tender must properly sign any cutting/crossing etc appearing in the

offer. Moreover, all pages to the tender must also be properly signed. Offer with any over

writing/cutting shall in no circumstances be accepted and all the bidding documents must be

attached with the bids. No documents will be accepted after opening of bids.

17. The supplier/manufacturer will repair or replace such faulty material, free of charge

according to the contractual obligation.

18. The successful bidders shall abide all the terms and conditions of the contract.

19. The tender should be submitted on the basis of accounting unit specified in the

quotation/tender.

20. The supply will be accepted subject to prior approval of purchase committee.

21. The quoted price should be inclusive of sales tax as prescribed by the government.

22. Specification, size and make should be clearly mentioned in the tender along with book let

etc.

23. The important documents shall be produced at the time of inspection to ensure that the

store for the inspection is brand new/imported and is in original packing ofmanufacturer.

24. If any bidder violates or deviates from any clause of tender documents before the award of

contract or during tender proceedings, or tries to influence any member of committee, his bid

will be rejected, bid security may be forfeited and he will be struck off from the tendering

process.

25. If the successful bidder violates or deviates from any clause of tender documents afterthe

award of contract, his contract will be cancelled, bid security may be forfeited and contract

may be awarded to 2nd bidder consequently if agreed by the respective bidder.

26. The procuring agency has the due right to disqualify a contractor/ bidder/ firm , if it finds

at any stage that information submitted by him was false/in complete/in accurate . In such

case, 2nd bidder shall have the first right of acceptance of award of contract.

NOTE:

1) All the supply will be on F.O.R basis (consignee end).

2) The affidavit on judicial paper of Rs 100/- duly attested shall be attached with the

offer document certifying that.

a) We hereby confirm to have read carefully the description of stores and all the

termsand conditions of your tender inquiry.

b) We also categorically confirm that the stores offered by us are exactly according

tothe particulars as per specifications laid down in the tender inquiry in all respect.

c) We hereby confirm that prices quoted to the department are not more than the

prices charges from any other procuring agency in the country and in case of any

discrepancy;the tenderer hereby takes to refund the price charges in excess.

d) We here by confirm that our firm is not blacklisted.

3) All Surgical disposables must be registered.

4) “GOVT OF PUNJAB PROPERTY NOT FOR SALE” should be mentioned on wrappers

written by indelible ink.

Part-I

Section II. Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in

the Instructions to Bidders (ITB) Part One. Whenever there is a conflict, the provisions herein shall prevail over those

in ITB.

Introduction

ITB 1.1 Name of Procuring Agency: THQ hospital, Kot Addu. Government of the

Punjab

ITB 1.1 Name of Project:

Packages Work name Closing date

Package 1 Local Purchase of

Medicines

26/07/2021

Package 2 Pathological

Laboratory Items

26/07/2021

Pa Package 3 Bio Medical

Gases

26/07/2021

Pa Package 4 Dialysis

Disposable

Items

26/07/2021

ITB 4.1 Name of Purchaser:

Procuring Agency

THQ hospital, Kot Addu.

ITB 6.1 For clarification purposes, the Employer’s address is:

, THQ hospital Kot Addu.

Requests for clarification shall be received by the Employer no Later than

26/07/2021

ITB 8.1 Language of the bid – English

Bid Price and Currency

ITB 11.2 The price quoted shall be Delivered Duty Paid at the following locations in

accordance with the Schedule of Requirements including the delivery

charges: Kot Addu city, District Muzaffargarh (Punjab)

ITB 12.1 The price shall be in Pak Rupees and shall be fixed.

Preparation and Submission of Bids

ITB 13.2 a. Certificate of Incorporation of bidder’s firm showing its location

and the date of registration etc.

b. NTN and GST Registration Certificate

ITB 13.3 (b) Audited Balance Sheet or Bank Statement for the last 2 financial years (up

to December 2016).

ITB 13.3 (d) Qualification requirements. In addition to ITB 13.1, ITB 13.2, and ITB

13.3 (b), the potential bidder must also fulfill the following:-

a) The Bidder must be a Manufacturer or an Authorized Dealer or

service provider for sales & service continuously from last one-

year.

b) Technical Brochures of Equipment quoted, mentioning its

specifications, manufacture’s model, product number, and country

of origin.

c) An average annual sale of Rs. 5 million.

d) One year business history with government/autonomous

institutions.

e) Authority Letter from the Bidder Company authorizing the

relevant person to represent the company.

f) If an Agent submits bids on behalf of more than one Manufacturer,

unless each such bid is accompanied by a separate Bid Form for

each bid, and a bid security, when required, for each bid, and a

valid authorized dealership certificate from the respective

Manufacturer, all such bids will be rejected as nonresponsive.

ITB 14.3 (b) A certificate from the dealer that all spare parts of the equipment to be

supplied are easily available in Pakistan in the local market or from

company owned outlets.

ITB 15.1 Amount of Bid Security:

Package Item Bid Security

Package 1 Local Purchase of Medicines 5 % of the

estimated Amount

Package 2 Pathological Laboratory Items 5 % of the

estimated Amount

Package 3 Bio Medical Gases 5 % of the

estimated Amount

Package 4 Dialysis Disposable Items 5 % of the

estimated Amount

Bids shall be in the prescribed format, sealed and accompanied by the Bid

Security in the form of Call Deposit, Bank Draft, or Pay Order in favor of

medical superintendent THQ hospital, Kot Addu, Primary & Secondary

Healthcare Department having its validity 90 days from the date of

opening of bid.

ITB 16.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bids must

be accompanied by unit price and total price.

ITB 18.2 (a) Address for Bid Submission:

Tehsil headquarter hospital, Kot Addu.

ITB 19.1 Deadline for Bid Submission: 26/07/2021 11:00 a.m

ITB 22.1 Time, Date, and Place for Bid Opening:

On 26/07/2021 at 11:30 a.m. at conference Hall THQ Hospital Kot

Addu.

Bid Evaluation

ITB 25.3 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) Total Price

offered by the qualified responsive bidder.

Contract Award

ITB 29.1 Percentage for quantity increase or decrease:

15 % of total contract value

Section III. Schedule of Requirements

Total marks: 100 Total marks Obtained:

Qualifying marks 65%

2. SCHEDULE OF REQUIREMENT:

MODE OF PENALTY

100% QUANTITY AS PER

TOTAL

PURCHASE ORDER

DELIVERY

PERIOD

WITHOUT PENALTY 15 days 15 Days

WITH PENALTY

30 days

30 days 0.067% per day after 15 days of Purchase

Order

Part-I

Section IV. Technical Specifications

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER (For Sample specific items except

package 01 i.e. medicine )

The quotation /bid who secure 65% marks will qualify for the competition.

Sr. No. Parameter Weight age

1 Business Volume 30%

2 Age of Company/Firm 20%

3 Financial strength of the vender 10%

4 H.R. Strength 5%

5 Relevant experience 5%

6 Sample 30 %

TOTAL 100%

Sample must be provided by the vender for prior approval. Venders failing to provide

sample will not be considered (except for machinery items).

Note: Package 1 includes medicines of social welfare department too. Budget of the said

department is separate.

Part-I

Section V. Bidding Forms

1. Bid Submission Form

Date:

No:

To

Medical Superintendent

THQ Hospital Kot Addu

Primary & Secondary Health Department

Government of the Punjab

Having examined the bidding documents including Addenda Nos. [insert numbers], the receipt of which is

hereby duly acknowledged, we, the undersigned, offer to supply and deliver [description of goods and services] in

conformity with the said bidding documents for the sum of [total bid amount in words and figures] or such other sums

as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in

the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 5% percent of the

Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser.

We agree to abide by this Bid for a period of 90 days from the date fixed for Bid opening and it shall remain

binding upon us and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your

notification of award, shall constitute a binding Contract between us.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution

if we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or

gratuity

(if none, state “none”)

We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this day of 20 .

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of

PRICE SCHEDULES

Package 1: Local Purchase of Medicines

1. Separate Bids will be given for following Medicines on basis of Maximum Discount from retail price.

• Multinational companies

• National Companies Medicines

• surgical items.

Dialysis Medicines:

Sr.

NO

Items Brands Qty

01 Inj. Erythropoietin National/Multinational, As per formulary

Provided

2940

02 Inj. Heparin National/Multinational, As per formulary

Provided

720

03 Iron sucrose National/Multinational, As per formulary

Provided

3600

Part-I Section IV. Technical Evaluation

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER

KNOCK DOWN CRITERIA:

S. No Criteria Total

Marks

Attached

Yes/No

Obtained

marks

1 National Tax Number. 2

2

Valid Retail Drug Sale License

Pharmacist License ....................... (Marks 20)

20

3 Valid Income Tax certificate 2

4 Valid National ID Card (NADRA) 2

5 Original receipt for purchase of tender. 2

6

Bid Security of 5% of Total estimated

cost(refundable) in the shape of CDR, Pay order,

Bank Draft or cheque issued from any scheduled

bank of Pakistan in the Name of MS, –––––––––

–––––

2

7

Pharmacy/Chemist/Druggist profile including

license No. and detail of managerial staff (Name,

Address, Tel No)

10

8

Acceptance of terms and condition of tender

documents duly signed and stamped on letter

head.

2

9

Minimum experience regarding supply of LP

Medicines / Disposable Items to Government /

Autonomous institutions

01-02 Year Experience .................... (Marks 04)

03-04 Year Experience .................... (Marks 06)

05 and above Year Experience (Marks 10)

10

10

An affidavit on stamp paper of Rs.100/-

submitting following clauses: i) that the firm /

bidder is never blacklisted on any grounds

3

whatsoever from Government / Autonomous

institutions.

11

Bank statement / Balance sheet of last one year

Up to 03 Million/ Year… ............... (Marks 05)

04 to 06Milllion/Year… ................ (Marks 07)

07 and above/Year… ..................... (Marks 10)

10

12

An affidavit on stamp paper of Rs.20/- that the

firm shall provide Medicines / Disposable items

according to the Drug Act 1976 & Government

Rules /DRAP ACT 2012, Policy throughout the

contract period.

5

13

Storage Conditions-10

Proper Storage Area and Racking (Marks 05)

Refrigerator Availabilty (Marks 05)

UPS System/Generator (Marks 10)

20

14

Service Availabilty:

12 hours (8:00 am to 8:00 pm)……(Marks 05)

14-16 Hours (8:00 am to 02:00 am) (Marks 07) 24 Hours per day…………………...(Marks 10)

10

Total Marks 100

Note: Qualifying Marks are 65 and above.

1. Price Schedules

Sr.No.

Location

Item

Maximum Discount

Offered

(In Percentage)

1.

National Brands of

Medicines

2.

Multinational Brands of

Medicines/ Imported

Items

3.

Surgical and Disposable

Items

details can be obtained from the office of the medical superintendent thq hospital

kot adu.

TERMS AND CONDITIONS

Sealed offers are invited from interested firms/agencies of repute with financially sound background

involved in running institutional Pharmacy business/Chain of Pharmacies/Distributors having a valid

Retail drug sale license for supply of drugs/medicines/surgical Disposables. Tender should be sent in the

name of the Medical Superintendent, THQ Hospital Kot Addu along with the following documents.

Source of budget:

Sr. MANADATORY CRITERIA

Yes/No Page #

No

1 Original receipt for purchase of tender

2

Bid Security in the

favor of Medical Superintendent THQ Hospital KOT ADDU , should

attached with financial bid & photocopy of the same attached with

Technical bid as demanded in bidding document.

3 Valid Retail Drug Sale License (Category A Will be preferred)

4 Minimum one year business history

5

Bidder shall submit an affidavit worth Rs. 100/- that he accepted all

terms and conditions of tender documents and PPRA rules 2014

(Amended 2016) and shall continue the same in future, duly signed

and stamped

6 List of Government/Autonomous Institution where already Supplying

Pharmacy items.

7 The bidder shall have its registered pharmacy within 2 km radius of hospital.

8 National Tax Number and General Sale Tax number certificate.

9 Non-Black listing certificate.

1. All the procurement procedures will be done strictly in accordance with the PPRA Rules,

2014 (Amended 2016). Single stage/two envelops bidding procedure shall be applied. The Envelops

shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and in legible letters.

Envelops shall then be sealed in an outer envelope. The Financial proposal of bids found technically

non-responsive shall be returned un-opened to the respective bidders.

The inner envelops shall also indicate the name and address of the of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.

2. The envelope must also clearly show the Bid title and bidder’s name and address.

Failure to comply with this requirement may result in rejection of the bid and the committee decision in this regard shall be final. Bids submitted after the prescribed time shall not be entertained.

3. Only technical proposal will be opened by the tender opening committee. The financial

proposal will be opened by tender opening committee of responsive/ technically successful bidders

later on the declared time, place & date. Financial proposal of the non-responsive/ technically

unsuccessful bidders will be returned as such to them on that date without opening their financial

offers as per PPRA Rules 2014.

4. All the pages of technical & financial bids should be marked as page. No.

5. Substandard, broken seal & substituted bids will not be acceptable.

6. Tenderer must have valid Drug Sale License, should be financially sound and well reputed. Bad reputed will not be entertained.

7. Bids shall remain valid for a period of three months after opening of Technical bid. A bid valid

for shorter period shall be rejected as non-responsive. Extendable equal to the period of the original

bid validity.

8. Facility of the supplies must be available round the clock.

9. Contract will be awarded to the tenderer offering highest discount to the Hospital.

10. The validity of the contract will be till 30-06-2018, extendable for three (03) months.

11. The offered discounts shall be from the maximum retail prices of medicines fixed by the

Government of the Pakistan or Manufacturers (where government has permitted to do so) or sole

importers. Offers can be given on the basis of,

i. Products of National Pharmaceuticals

ii. Products of Multinational Pharmaceuticals

iii. Separate quotations for Surgical items/ Disposables etc.

12. For the calculation of maximum retail price of those items where price is not printed on the

product the retail price will be finalized after survey.

13. The tenderer must have the drug sale license and should have the comprehensive storage

facilities for drugs/medicines.

14. The supplier/tenderer background should be financially sound, based on authentic bank

statement.

15. The supplier/tenderer shall be solely responsible for provision and stocking of quality medicines

at all times strictly in accordance with the provision of the drug act 1976 and drug sales rules

2007/DRAP Act 2012 and will be responsible for the quality/quantity of drugs supplied by him/her.

17. The supplier/tenderer shall ensure availability of wide range of medicines including those

contained in hospital Formulary. No alternate shall be acceptable. In case of default, the Hospital

administration may take appropriate action including fine to be decided by hospital administration.

18. The price of medicines/surgical disposable item shall in no way be more than the market prices

(retail price) and the discount offered by the bidders to the hospital will be based on its maximum retail

price.

19. Amount of bid security Submit a bid security of 3 lacs in the form of CDR or bank guaranty

20. Clarification of Bids:

No bidder shall be allowed to alter or modify his bid after the bid has been opened. However, the

procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

20. Limitation on Negotiation’s:

There shall be no negotiations with the bidder.

21. Rejection of Bids:

The authority may reject all bids or proposals at any time prior to the award of contract without assigning

any reason.

22. Any consignment of medicine/disposables items not acceptable in term of quality to the end

user, doctor may refuse partial/full quantity and contractor shall replace the same immediately.

23. Acceptance of Bids:

The bidder with the highest discount, if not conflict in any other law, rules, regulations or policy of the

Government of Punjab, shall be awarded the procurement award.

24. Performance Guarantee:

The successful bidder shall furnish performance security 05% of total estimated L.P budget in addition to

bid security already deposited by the firm. The performance security shall be deposited in the shape of

cash deposit receipt.

25. Qualification of Suppliers and Contractors:

A procuring agency, at any stage of the procurement proceedings, may require the suppliers or contractors

to provide information concerning their professional, technical, financial, legal or managerial competence

whether already prequalified or not.

26. No Offer Will Be Considered If It:

i. Is submitted without call deposit by registered firm in the name of

Medical Superintendent THQ Hospital KOT ADDU.

ii. Is received after the date and time fixed for its receipt.

iii. Is unsigned.

iv. Is ambiguous

v. Is over written

v. Is conditional

vi. Is given by the firm black listed, suspended or removed from the approval list of the

Health Department Government of Punjab, Autonomous Health institutions or by the

Federal Government.

vii. Is received with a validity period shorter than that required in the tender inquiry.

viii. Does not conform to the general conditions of the tender inquiry.

ix. Is received without earnest money as specified in the tender.

27. All the pages of tender must be signed properly at the bottom.

28. Successful bidder is bound to supply the full ordered quantities of all the desired brands except

those, which are actually not available in the market.

29. Inspections and Test/Analysis:

The supplier will be responsible for free replacement of stocks if found not of the same specifications as

required on the demand from day to day basis. In case of non-supply the same will be purchased from the local

market and the amount will be deducted from the bills of contractor pending in the purchase department.

Unregistered/substandard/spurious/misbranded expired drug will be forfeited by the hospital authorities and

legal action will be taken against the Contractor. The contractor shall be responsible for providing standard

quality medicines/ disposable/items.

30. In case of any dispute the decision of the Medical superintendent/ Grievance Committee of THQ Hospital

KOT ADDU, will be final.

SURGICAL ITEMS/ DISPOSABLE ITEMS

31. Multinational companies are preferred on local and china companies

32. The vendor who is offering highest discount in surgical items shall be considered.

33. The Bidders must provide evidence regarding complete inventory of medicines.

(Comprehensive storage facility).

34. Source of purchase warranty certificate must be provided by the successful vendor with all the

supplies.

35. Complete bills of the stock must be sent to the hospital with supply along with delivery

challan.

36. All the Supplies i.e. Medicine/Disposable/ Surgical items Must be registered with drap.

37. Incase the supplier fails to supply the required items on the same day of the hospital shall purchase

the same ordered medicine for the market on the risk and cost of the contractor.

TABLE 1 DELIVERY SCHEDULE

Sr.No.

Location

Item

Delivery Period from the date of

Notification of Award

1.

National Medicines

Bidder shall have to supply such quantity of

Local Purchase day to day of

Medicines/Surgical Disposable Items to ––

––––––––––––within 24 hours on receipt of

orders/demand from concerned Medical

Superintendent on free delivery basis to the

LP Store of ––––––––––––––––.

2.

Multinational

Medicines

3.

Surgical and

Disposable items

Reference Trend List

harmacologi c class

Sub- class

No Generic name

Dosag e form

Strengt h

Brands

Anesthetics and

Gener al

1 Isoflura ne

Inhala tion

100 ml Restane/Piramal

Critical Care

USA/Allied

Medicinal Gases

Anesth

etics

bottle Distributors*,

Forane/Aesica

Queenborough

UK/Getz*

2

Sevoflur ane

Inhala tion 200 ml

Sevorane/Aesica Queenborough

bottle UK/Abbott*

3 Ketami ne

Injecti on

50

mg/ml

in

Ketasol/Indus, Ketlar/Akhai, Ketarol/

10 ml Global,

Calypsol/Medimpex

4 Propofo l Injecti

on

10mg/

ml in

Propofol Lipuro/Bbraun

Germany*,

20 ml Pofol/Akhai,

Propofol/Abbott,

Pofol/Dongkook, Korea/Allied Distributors*,

Fresofol/Medipak,

Diprivan/ICI

Local

1 Bupivac aine

Vial 0.25%,

0.5%

Bucan/Bosch, Glocain/Global, Abocain/

Anesth

etics

HCl

Abbott,

Sensocain/Brookes

Injecti on/

7.5mg/ 2ml

Abocain

spinal/Abbott*,

Bupicain/LCPW,

Spinal Sensocain/Brookes

2 Lignoca

ine/

Vial/In

jec 2% Lidoject/Surge*,

Xylocaine/Barrett,

Lidocai

ne tion

Lignocaine/Elko

Gel 2%

Aerocaine/Hoover*, Lignocaine/LCPW,

Xylocaine/Barrett

Soluti

on 4% Xylocaine/Barrett

3 Lignoca

ine+

Injecti

on

2% +

1:200

Xylocaine With Adrenaline/Barrett,

epinep

hrine

0 Lignocaine with

Adrenaline/Elko

Denta l 2% +

1:80

Xylocaine With Adrenaline/Barrett

cartri

dge 0

Pharmac ologic class

Sub-class

No

Generic name

Dosage form

Strength

Brands

4 Proparac

aine Eye drops 0.50% Alcaine/

Novartis

HCl

5

Phenylep hrine Injection 10mg/ml Synephrin

e/Atco

Medicinal 5 Nitrous

oxide Gas (As 99% Linde

Gases

(General

NO2

Anestheti

c)

Cylinder)

Medicinal 1 Oxygen Gas (As

O2

Linde

Gases Cylinder)

Muscle Relaxants

1

Atracuriu m

Injection

10mg/ml

Atrelax/A bbott*, Tracium/ GSK*, Acuron/

(besylate) Brookes*

Suxameth onium

Injection

100mg/2 ml

S- Choline/A khai, Zuselax/Z afa, Suxal/

Global, Suxameth onium/Ha ji Medicine

Cholinest erase

1

Neostigmi ne

Injection

2.5mg/5 ml

Neo- Choline/B rookes, Instigmin e/Indus,

Inhibitors

Stig/Glob al, Prostigmi ne/Roche

, Stigma/

Akhai

Neostigmi ne+

Injection

2.5mg.ml

+

Pyrolate- N/Brooke, Neo- pyrolate/ Brookes

Glycopyrr

olate

0.5mg/ml

Tizanidine

Tablet

2, 4, 6 mg

Analar/A GP, Movax/S ami, Musidin/ Martin

Dow, Soneta/At co, Ternelin/N ovartis

Analgesic s & Anti-

Opioid

Nalbuphi ne

Injection

10mg/ml

Bunail/Bo sch*, Kinz/Sami

*,

Nalbin/Gl

obal,

inflammat ory Agents

Analgesic s

Sonotic/Br ookes, Buphaine /Macter,

Nixa/

Schazoo

2

Pethidine

Injection

50mg/ml

PethiScott /Scottma n, Pethidine/ LCPW

Pharmacologic class

Sub-class No Generic name

Dosage form

Strength Brands

3 Morphine Injection 10mg,

Morphine/PDH, Morfscot/Scotman,

20mg/ml Morphine/LCPW

Tablet/C 10mg,

Magnus/AGP, Qonza/Wilshire

apsule 30mg

4 Tramadol HCl

Injection

100mg/2ml Mictra/Bosch*,

Tonoflex/Sami*,

Ramol/ Macter*,

Campex/Akhai, Tramal/Searle,

Lamadol/Brookes

Tablet/ca

50 mg Tonoflex/Sami,

Campex/Akhai,

Tramal/

psule Searle,

Lamadol/Brookes

Non- Steroidal 1 Ketorolac Injection 30mg/ml

Toradol/Roche, Toralac/Global

Anti- trometamol

Inflammatory

Agents 2 Acetyl Tablet 300mg Disprin/Reckitt,

Aspro/Reckitt

Salicylic Acid

3

Diclofenac

Tablets

50mg

Sofac/Saffron*, Dicloran/Sami, Voren/

sodium Asian*,

Megafenac/Mega*,

Diclzaf/Zafa*,

Voltral/Novartis*,

Artifen/Abbott,

Noltren/

Medisave*,

Phlogin/Brookes

Suppository 100mg Voltral/Novartis

Injection

75mg/3ml

Dicloran/Sami*,

Sofac/Saffron*,

Artifen/

Abbott, Voltral/Novartis, Phlogin/Brookes,

Voren/Asian

Diclofenac Tablet

Caflam/Novartis, Artimov-K/Barrett,

potassium

Declam/Searle, Diclorep/Sami, Dolo- K/

Bosch

4

Ibuprofen

Tablet

200mg,

Brufen/Abbott*, Actifen/GSK, Isen/ICI,

400mg

Xiben/Pacific, Neobutinal/Schazoo,

Motrin/Pfizer

Pharma cologic class

Sub- class

No

Generic name

Dosage form

Strength

Brands

Suspension 100mg/5ml Brufen/Abbott,

Ruberin/Woodwards, Exifen/Genix, Xiben/Pacific

5 Mefenamic Tablet 250 mg, Ponston/Pfizer,

Boschtan/Bosch, Gardan acid 500mg /Aventis, Mefnac/Efroze,

Gardan Forte/

Aventis, Madopar/Roche,

Ponsac Forte/ Brookes

6 Meloxicam Tablet 7.5mg, Melfax/AGP, Melor/Sami,

Mobix/Global, 15mg Xobix/Hilton

7

Naproxen

Tablet

250mg, Synflex/ICI, Flexin/Abbott*, Genoxen/

500mg Genix*, Dolonap/Platinum*, Neoprox/

Merck

8 Paracetamol Tablet 500mg Disprol/Reckitt*,

Panadol,Calpol/GSK*,

Febrol/Barrett, Relifal/Nabi

Qasim

Suspension 120mg/5ml Disprol/Reckitt *, Calpol, Panadol/GSK*,

Febrol/Barrett,

Tempol/Woodwards

Drops 12mg/ml Panadol/GSK

Infusion 500mg in Bofalgan/Bosch,

Feveral/Surge, Provas/ 100ml Sami

Suppository 125mg, NAPA/Bex Pharma,

Parasup/MatrixPharma 250mg

9 Piroxicam Tablet 20mg Feldene/Pfizer, Pcam/Merck,

Osteocam

/Mega*, Exican/Novamed*, Sandan/

Bloom*, Brexin/Chiesi

Capsule 20mg Feldene/Pfizer*,Nicep/Medi

Save*, Pcam/ Merck

Pharmaco logic class

Sub-class N o

Generic name Dosage form

Strength Brands

Autacoids

Anti- Histamines 1 Chlorpheniramine

(hydrogenmaleate) Tablet 4mg

Piriton/GSK*, Allervil/Indus,

Histamol/Epla,

Allerphene/PDH

Syrup

2mg/5ml

Piriton/GSK*, Cepian/Ardin,

Histamol/Epla, Allergex/Nabi

Qasim, Allerphene/PDH

2 Loratidine Tablet 10mg

Exigentin/Merck, Antial/Sami, Histadine /Epla, Lorefect/Bosch

Syrup 1mg/ml Exigentin/Merck, Tavelor/Helix,

Histadine/Epla

3

Pheniramine(maleate)

Injectio n

25mg/2ml

Avil/Aventis, Avilon/Harmann, Plivil/Pliva,Zafvil/Zafa, Allervil/Indus

Syrup 15mg/5ml Avil/Aventis, Allervil/Indus

Prostaglandi n Analogs

1

Misoprostol

Tablet

200mcg

Mite/Genix*, Cytotol/Saffron*,Breeky/ Sami*, S.T. Mom/Zafa*, Miso/Global, Prosotec/Atco, Tecmiso/Nabi Qasim

2 Dinoprostone/prostaglan din E2 Tablet 3mg Prostin E2/Pfizer, Preglan- E2/Platinum, Gladin E-

2/Nabi Qasim

Anti-

Hyperuric emia Agents

1

Allupurinol

Tablets

100mg, 300mg

Zyloric/GSK*, Agout/Mega*, Zynol/Pharmedic, Zyrin/Helicon

2 Febuxostat Tablets 40mg,80m g Zurig/Getz, Degouric/Atco,

Ulora/Helix,Feboric/Efroze

Anticonvul sants

1

Carbamazepine

Tablet

200mg

Tegral/Novartis, Mezine/Bloom*,

Seizunil/Platinum, Teril/Merck, Epicar/Adamjee

Pharmacologic class Sub-class No

Generic name

Dosage form Strength Brands

1

Suspension 100mg/5ml Seizunil/Platinum, Tegral/Novartis,

Epicar /Adamjee

2 Divalproex sodium Tablet 250mg

Epival/Abbott*,

Dapakan/Platinum,Epilim/Aventis,

Valep/Geofman

3

Phenytoin, sodium 100mg Tablet/C 100mg

Dilantin/Pfizer, Dihydan/French Pharma,

apsule Epitoin/Adamjee

Injection

Epigran/Atco, Dilantin/Pfizer,

Fentin/ Geofman

Antimicrobial Agents

β-Lactams 1 Benzyl Injection 600mg (1 Benzyl Penicillin/Drug's Inn,

(Penicillins) penicillin million IU), Benzyl Penicillin/PDH

(potassium)

2 Amoxicillin Capsule 250mg, Amoxil/GSK*, Maxil/Macter*,

Supramox/

(trihydrate)

500mg Bosch, Wymox/Pfizer,

Ospamox/Novartis

Drops 125mg/1.25 Zeemox/Searle, Maxil/Macter,

Amoxil/ ml GSK

Powder 125mg, Amoxil Forte/GSK*,

Supramox/Bosch,

for 250mg/5ml Ospamox/Novartis,

Wymox/Pfizer, Maxil/

suspension Macter, Zeemox/Searle,

Amoxil/GSK

Injection 250mg, Supramox/Bosch*, Ospamox/Novartis,

500mg

Wymox/Pfizer, Zeemox/Searle,Amoxil/GSK

3 Amoxicillin

+ Tablet 375mg, Augmentin/GSK*, Co-

Amoxi/Macter*, clavulanic acid 625mg, 1gm Amoxi-Clav/Novartis, Calamox/Bosch*,

Amclav/Getz*

Powder 125mg+31. Augmentin/GSK*, Amclav/Getz*, Fortecin/

for suspension

25mg/5ml, Searle, Co-Amoxi/Macter*,

Calamox/Bosch, Amoxi-

Clav/Novartis

Pharmacologic class

Sub- class

No Generic name

Dosage form

Strength Brands

250mg+62.

Augmentin DS/GSK*, Amclav DS/Getz*,

50mg/5ml

Calamox/Bosch, Co- Amoxi DS/Macter

Injection 0.6g ,1.2g Calamox/Bosch*, Co-

Amoxi/Macter*,

Calamox/Bosch,

Fortecin/Searle,

Amoxi-Clav/Novartis,

Augmentin/GSK

Ampicillin Capsule 250mg,

Penbritin/GSK, Ampicllin/Pliva, Zampicillin

500mg /Zafa,

Stanadacillin/Novartis

Powder 125mg, Penbritin/GSK,

Stanadacillin/Novartis,

for 250mg/5ml Zampicillin/Zafa

suspension

Injection

250mg, Penbritin/GSK,

Ampin/Bosch,

Amplipin/

500mg PDH, Zampicillin/Zafa

5

Ampicillin

Capsule

125mg+125 Ampiclox/GSK,

Apoclox/PDH,

Maxiclox/

+cloxacillin

mg, 250mg

Macter,

Cloxapen/Epla,

Zampilox/Zafa

+250mg

Powder for

125mg+125

Ampiclox/GSK, Maxiclox/Macter, Bioclox

suspension mg, 250+250

/Geofman,

Cloxapen/Epla,

Zampilox/Zafa

mg/5ml

6 Phenoxymet Tablet 250mg Penicillin V Tab/Lisko

hyl penicillin

(potassium)

Syrup 125mg/5ml Penvee/Polyfine,

Penisol VK/Lisko

7

Vancomycin

Injection

500mg

Vancocin/Eli Lilly,Vinjec/Bosch*, Vanbact/

HCl

Nabi Qasim*,

Maparix/S J & G Fazul

Elahi*, Vancomycin/Abbott*

8 Meropenem Injection 500mg, Meronem/ICI,

Penro/Bosch, Merem/

1gm Global,

Ropen/Macter

Pharmacologic class Sub-class No

Generic name Dosage form Strength Brands

9 Tezobactam Injection 250mg+2g,

Tazocin/Pfizer, Talzone/Getz, Tanzo/Bosch,

+piperacillin 500mg+4g Tacip/Macter

Non-β Lactam 1 Polymyxin B Ear drop Polymyxin B Lidosporin/GSK,

Otocaine/Remington

Cell wall sulphate+ (sulphate):

10,000 IU /ml,

synthesis lignocaine

lignocaine:

inhibitors

50mg/ml: in

5ml

2 Polymyxin B Eye 10,000 IU /

g

Polyfax Eye/GSK, Polyzaf/Zafa, Polyrel/

(sulphate)+ Ointment + 500 IU /g Global

bacitracin

Cephalosporins 1 Cephradine Capsule 500mg

Velosef/GSK,

Cefrinex/Bosch, Otid/Sami,

Lenwin/Getz, Infexin/Merck, Valodin/

Hilton

Suspension 250mg/5ml Velosef/GSK,

Vricef/Indus, Cefrinex/

Bosch, Otid/Sami,

Lenwin/Getz, Infexin/

Merck, Valodin/Hilton

2 Cefuroxime Injection 750mg

Zecef/Bosch, Zinacef/GSK, Zafurox/Zafa,

Dowcef/Martin Dow

Injection 500mg Velosef/GSK,

Vricef/Indus, Cefrinex/ Bosch, Lenwin/Getz,

Infexin/Merck,

Valodin/Hilton

3 Cefixime Capsule 400mg Cefspan/Barrott,

Caricef/Sami, Cefim/

(trihydrate)

Hilton, Cebosch/Bosch, Cefiget/Getz,

Maxpan/Indus

Suspension 100mg/5ml Cefspan/Barrett,

Caricef/Sami,Cebosch /Bosch, Cefiget/Getz,

Maxpan/Indus,

Cefim/Hilton

4 Ceftriaxone Powder 250mg, Cefast/S J & G Fazul

Elahi*, Inocef/

(sodium) for 500mg, Barrett*, Oxidil/Sami,

Sergifex/Surge*,

injection 1gm Cefcin/Cirin*,

Traxon/GSK*,

Titan/Macter*, Rocephin/Martin Dow,

Cefxone/Bosch,

Aczon/Global, Ryxon/Brookes, Maxef/

Indus

Pharmacologic class Sub-class No Generic name

Dosage form

Strength Brands

Floroquinolones 1 Ciprofloxacin Tablet 250mg, Cipval/GSK*, Bacip/Nabi

Qasim*, Nafcin/

HCL

500mg Global*, Novidat/Sami*,

Axcin/Novartis*, Ciproxin/Bayer, Cipesta/Getz,

Ciprofiena/ Medipak*, Gen-

Cipro/Brookes*, Novidat/ Sami, Cyrocin/Highnoon,

Savoxacin/

Pfizer*

Infusion 200mg/100 Stericipro/FDL*,

Cipesta/Getz, Novidat/

ml Sami, Ciproxin/Bayer, Coplet/Indus

Ear drop 0.30% Cipotic/Barrett, Zeprocaine/Sante,

Ciprodex/Ethical

Eye drop 0.3 % w/v Ciloxan/Novartis,

Ethiflox/Ethical, Hipro/ Helix, Ciprofena/Medipak*,

Quinoflox Eye /Bosch, Rocip

Eye/Remington

2 Moxifloxacin Tablet 400mg Barimox/Barrett*,

Moksi/Abbott*, Mofest/ Sami*, Microcid/Saffrom*,

Santomox/ Sante*, Moxiget/Getz,

Izilon/Bosch*, Molox/CCL*, X-Meflox/Nabi

Qasim*,

Moxifo/Tabroz*,

Avelox/Bayer, Xefecta/

Hilton

Injection 400mg/250 Infumox/Elko*, X

Gen/Genix*, Avelox/

ml Bayer, Moxiget/Getz,

Mofest/Sami,

Xefecta/Hilton

Eye drop 0.5% w/v Moxigan/Barrett*,

Mofest/Sami, Medimox/ Medipak*,

Ocumox/Remington, Fotiflox

Eye/Helix, Vigamox/Novartis

3 Levofloxacin Tablet 250mg, Qumic/Bosch,

Leflox/Getz,Gen Levo/

500mg Brookes, Effilox/Sami,

Cravit/Hilton,

Voxiquin/Highnoon

Macrolides 1 Clarithromycin Tablet 500mg Megaklar/Barrett*,

Rithmo/Sami*, Claritek

/Getz, Maclacin/Bosch*,

Carithro/Nabi

Qasim*, E-Clar DS/Tabroz*,Ultima/Macter*,

No Generic name

Dosage form

Strength Brands

Klaricid/Abbott

Suspension 125mg/5ml Maclacin/Bosch*, Claritek /Getz, Klaricid/

Abbott, Ultima/Macter*, Clarithro/Nabi

Qasim*, Rithmo/Sami*, E Clar/Tabroz*

Megaclar/Barrett, Klaribact/Merck

2 Azithromycin Tablet/ca 250mg, Plazo/Platinum*, Zezot/Bosch*, Macrobac psule 500mg /Asian*, Zetro/Getz, Azomax/Novartis*,

Azitma/Sami

Suspension 125mg/5ml Azomax/Novartis*, Zetro/Getz, Azitma/

Sami, Plazo/Platinum*, Zezot/Bosch

1 Amikacin Injection 100mg, Amkay/Bosch*, Grasil/Sami, Amikin/GSK,

sulphate 250mg Amikacin/Zafa, Mikacin/Global

2 Gentamycin Injection 40mg, Refobacin/Merck, Gentamycin/Tabroz,

(sulphate) 80mg Gentic/Bosch

Eye drop 0.30% Genteal/Novartis, Optagen/Remington,

Gentamycin/Amros, Gentamycin/LCPW,

Medigentacin/Medipak

3 Clindamycin Capsule 150mg, Dalacin C/Pfizer, Clinda/Valor

300mg

Vaginal 2% w/w Vagibact/Nabi Qasim, Gynacin-V/Valor,

cream Clinda-V/Highnoon, Dalacin C/Pfizer

Injection 300mg/ml Dalacin C/Pfizer

4 Tobramycin+ Eye drop 0.3%+0.1% Mebradex/Medipak*, Bracin-D/Atco, dexamethas w/v Tobracin-D/Helix, Tobra-D/Schazoo, one Tobradex/Novartis, Eyebradex/Barrett

Pharmacologic class

Sub-class No Generic name

Dosage form

Strength Brands

Sulfonamides 1 Cotrimoxazole Tablet 400mg+80 Septran/GSK*, Bactrim/Roche, Bactrim

(sulfamethox

mg Forte/Roche, Boschtrim/Bosch, Cotrim/

azole+

(trimethoprim)

Tabros, Bactipront/Pfizer

Suspension

200mg+40 Septran/GSK*, Bactrim/Roche, Mactran/

mg/5ml Macter, Bactipront/Pfizer, Bactrim Forte/

Roche, Septran DS/GSK*

Tetracyclines 1 Doxycycline Capsule/ 100mg Wellcodox/GSK*, Vibramycin/Pfizer*,

tablet

Contimycin/Asian*, Supramycin100/Merck

Nitroimidazoles

1

Metronidazole

Tablet

200mg, Klint/Sami, Flagyl/Aventis, Zonid/Bloom*,

400mg

Metrozine/Searle, Abozole/Abbott,

Diazol /Atco

Infusion

500mg/100 Sterimet/FDL*, Medigyl/Medipak*, Flagyl/

ml Aventis, Metronidazole/BBraun Malaysia*,

Flazol/Bosch*, Abozole/Abbott, Diazol/

Atco, Metrozine/Searle

Suspension 200mg/5ml Metrozine/Searle, Klint/Sami, Flagyl/

(benzoate) Aventis, Diazol/Atco

Nitrobenzene

1

Chloramphe

Eye

Chloroptic/Barrett*, Santochlor/Sante*,

derivative

nicol

Drop/Oin

0.50%

Medichlor Plus/Medipak*, Optachlor/

tment

Remingtin, Comycetin/Nabi Qasim

Antivirals Nucleoside 1 Acyclovir Tablet 200mg, Zovirax/GSK, Aclova/Akhai, Cycloz/

analogues

400mg,

Highnoon, Clovirex/Brookes, Supraviron/

800mg Searle

Suspension 200mg/5ml Cycloz/Highnoon, Acylex/Ferozsons

Injection

250mg,

Zovirax/GSK, Aclova/Akhai, Acyclovir/

500mg

Abbott, Cycloz/Highnoon, Supraviron/

Searle

Cream

5% w/w ZoviraxTopical/GSK, Zoraxin Topical/Valor,

Acylex-Topical/Ferozsons, Supraviron/

Searle

Clovirex/Brookes,Cycloz/Highnoon

Pharmacologic class

Sub-class No Generic name Dosage form

Strength Brands

Eye 3% w/w Ophth- Cyclovir/Ophth, Cycloz/Highnoon,

ointment

Santovir Eye/Sante, Lovir/Remingtom

2 Ganciclovir Injection 250mg Ganvir/Mission,

Gantovir/Graton

3 Ribavirin Capsule 200mg,

Viron/Macter, Ribazole/Getz, Rybio/Sami,

400mg, Xolox/Ferozsons

600mg

4 Entecavir Tablet 0.5mg

Tacavir/CCL, Ecavir/Macter,

Cavira/

Brookes

5

Sofosbuvir (for

Tablet

200mg/ Sofiget/Getz,

Sofomac/Macter, Myhep/

Hepatitis c) 400mg AGP,

Sovladi/Ferozsons

Nucleoside 1 Tenofovir Tablet 300 mg Viread/Ferozsons,

Vireof/Macter,

Tenofo-

reverse disoproxil B/Getz

transcriptase

inhibitor

Anti- hypertensives Calcium 1 Amlodipine Tablet 5 mg

Ampress/Barrett*, Norvasc/Pfizer*, Zodip/

channel

Zafa, Lodopin/Merck,

Caloc/Bosch*,

blockers

Onato/Sami* Cabok/Platinum*,

Quvasc 5/

Novartis*

2 Verapamil Tablet 40mg, Calan/Searle, Zavera/Zafa,

Isoptin/Abott

(hydrochloride) 80mg

3 Nifedipine Tablet/ 10mg Adalat/Bayer, Nifedil/Zafa

capsule

Beta-blockers 1 Atenolol Tablet 50 mg

Normitab/Nabi Qasim*, Tenormin/ICI,

Cardaxen/Platinum*, Blokium/Highnoon,

Atenorm/ Ferozsons, Controbeat/Pfizer

2 Propranolol Tablet 10mg, Inderal/ICI,

Oprinol/Abbott,

Propranolol/

40mg, Siza,

Cardinol/Spencer

80mg

Pharmacologic class Sub-class No Generic name

Dosage form

Strength Brands

3 Bisoprolol Tablet 1.25 mg, Concor/Merck, Actim/Sami,

Barilol/ 5 mg Barrett, Corbis/Efroze

Non-selective 1 Timolol Eye drop 0.25%,

0.5%

Meditim/Medipak*, Nyolol/ Novartis,

Beta

(hydrogen

Betalol/Sante*, Timoptol/Merck, Blotim/

blocker/Eye maleate) Remington

preparatio

ACE inhibitors 1 Enalapril Tablet 2.5mg, Zepres/Asian*, Cardace/Zafa, Redropril/

(maleate)

5mg

Novartis, Enace/Atco, Cortec/Nabi Qasim

ARB’s Blockers 1 Losartan Tablet 50 mg

Sartan/Barrett, Xavor/Ferozsons, Eziday/

potassium

Werrick, Cozaar/Merck Coryton/Brookes

Central alpha 1 Methyl dopa Tablet 250mg,

Aldomet/OBS/MSD, Hypodopa/Wilsons,

agonist

(for severe

500mg Methyldopa/Macter,

Liskomet/Lisko

PIH only)

Anti-arrhythmic Cardiac 1 Digoxin Tablet 62.5 mg, Lanoxin/GSK, Digox/Platinum, Digoxin/

Drugs glycoside 250 mcg Global

Injection 250 Lanoxin/GSK

mcg/ml in

2ml

ClassIII 1 Amiodarone Tablet 200mg

Cordarone/Aventis*, Miodarone/Unimark,

(K+ channel

Blockers)

HCl

Sedacorone/Bio Pharm

Injection 150 mg

Cordarone/Aventis, Sedacorone/Bio Pharm

Ionotropic and Adrenergic 1 Dopamine injection 40mg/ml in Dopamine/Abbott,

Inopan/Hoffman*

Chronotropic Agents agonist

5ml vial /Aster, Dopamine/LCPW

2 Dobutamine Injection 50 mg/ml in Dobutamine/Abbott, Dobutrex/Eli

Lilly,

(hydrochloride) 5ml Dobutamine/Hoffman*,

Dotrex/Akhai

Pharmacologic class

Sub-class No Generic name Dosage

form Strength Brands

Antianginal Drugs Organic nitrates 1 Glyceryl

Tablet/ ca 6.4mg,

Sustac/Searle, Cardnit/Atco, Glyrate-SR/

trinitrate psule 2.6mg Getz

Tablet 500mcg Angised/GSK, Angilingual/Zafa

Buccal 2mg, 5mg Suscard buccal/Searle

2 Isosorbide Tablet 5mg Isordil/Pfizer, Isonit/Benson

dinitrate

Tablet 10mg

Isordil/Pfizer, Isoket/Atco, Di- Card/Valor,

Isdin/Maple

injectio

n 10mg Sorbid/Hoffman, Isoket/Atco,

/10ml Straight/Werrick

Direct 1 Hydralazine Tablet 20mg Hydralazine/Zafa

vasodilators

(hydrochloride)

(PIH) only)

Injectio

n 20mg Hydralazine/Zafa

Anticoagulants & Thrombolytic 1 Streptokinase Injectio

n 1.5 million

Diclair-ST/Gene Tech*,

Streptase/Aventis,

Thrombolytics agents

IU Kabikinase/Pfizer, Unitinase/Highnoon,

Akinase/Akhai

Platelet 1 Clopidogrel Tablet 75mg,

Clotnil/Barrett*, Extrac/Asian* Seaclop/

inhibitors

150mg

Searle*, Plavix/Aventis, Noclot/CCL, Ogrel /Bosch

2 Aspirin Tablet 75mg,

Ascard/Atco,Loprin/Highnoon,

Disprin-CV

100,150mg /Reckitt

Pharmacologic class

Sub-class

No

Generic name

Dosage form

Strength

Brands

Anti- coagulants

1

Enoxaprin (low

Injection

20mg,

Clexane/Aventis, Clotles- SS/Himont,

molecular

40mg, Prolongin/Kurative

weight 60mg

heparin)

Warfarin

Tablet

5mg

Coagurin/Atco, Warfin/Shaigan, Werifirin/

(sodium)

Werrick,

Fericard/Global

Anti- fibrinolytics

2

Tranexamic

Injection

100mg/ml

Btrol/Bosch*, Flexitran/Zafa, Maxna/AGP,

acid

in 5ml

Traxacid/Asian*, Transamin/Hilton,

Haematrix/Macter

Capsule

250mg,

Transamin/Hilton, Maxna/AGP, Traxacid/

500mg

Asian*, Hamic/Genix*

Diuretics

Loop Diuretics

1

Frusemide

Tablet

20mg,

Lasix/Aventis, Frusinox/Abbott,Aquasin/

40mg

Siza, Frusemide/LCPW

Injection

10mg

Lasix/Aventis, Frusemide/LCPW, Aquasin

/Siza,

Losamide/Pharmedic

Thiazide 1 Hydrochlorot Tablet 25mg, Diuza/Zafa

Diuretics

hiazide

50mg

2

Frusemide +spironolactone

Tablet

50 mg/ 20mg, 50 mg/40mg

Spiromide/Searle, Spiromide 40/Searle, Spirofer/Glitz, Spidar/Medera

Potassium

1

Spironolactone

Tablet

100 mg

Aldactone/Searle, Spirone/Wilsons,

Sparing Diuretics

Cara-spirolone/Caraway

Anti- hyperlipidemic

HMG Co-A

1

Atorvastatin

Tablet

10mg,

Sensicon/Barrett*, Lipiget/Getz, Lipitor/

Drugs

reductase

20mg

Pfizer*, Tavist/Macter*, Vastor/Atco,

inhibitors

Descol/Nabi Qasim*,

Lipirex/Highnoon,

Winstor/Aventis, Renom/Global

Bronchodilators and

Beta2

1

Salbutamol/

Tablet

2mg, 4mg

Ventolin/GSK*, Zaftolin/Zafa, Bronkal/

Anti- Asthamatics

adrenergic

Albuterol

Atco, Inhalerin/Werricks

Pharmacologic class

Sub-class No Generic name

Dosage form

Strength Brands

agonist Syrup 2mg/5ml Ventolin/GSK*,

Zaftolin/Zafa*, Bronkal/

Atco, Inhalerin/Werricks

Inhaler

100 mcg

Salbo/Getz, Inspirol/Macter, Butovent/

Chiesi,

AsthaventHFA/Highnoon,

Aerolin Evohaler/GSK, Ventolin

Evohaler/GSK

Injection 50 mcg in Ventolin/GSK,

Ventrol/Akson, Broncolin/

5ml Geofman

Solution 5mg/5ml Vetolin Solution/GSK*,

Zaftolin Solution/

Zafa*, Bronkal Respirator/Atco,

Ventolin- Respirator/GSK

2 Terbulatine Tablet 2.5 mg Bricanyl/Barrett,

Tesmic/Zafa, Brethin/

Platinum,

Ventair/Schazoo

Anti 1 Ipratropium Solution 0.250mg Ipneb/Atco,

Cholinergic Atem/Chiesi,Optra/Getz,

bromide

/ml Ipratec/Highnoon,

Trupium/Macter

Theophylli

ne 1 Aminophylline Injection 25mg/ml Amphyll/GSK,

Aminophylline/LCPW,

in10 ml Amonophylline/Lisko, Amphiline/Elite

Leukotrien

e 1 Montelukast Tablet 4mg, 5mg, Montika/Sami*,

Beasy/Bosch, Aerokast/ receptor 10 mg Barrett*, Montair/CCL*,

Lungair/Nabi

antagonis

t

Qasim*, Mntk/Macter*,

Montiget/Getz,

Ventek/Searle,

Myteka/Hilton, Bronsecur /Pfizer, Inspra/Martin,

Aerotel/Highnoon,

Amisped/Aventis

Expectorants and

Expectora

nt 1 Ammonium Syrup 100mg+, Piriton Expect/GSK,

Bronex/Woodward,

Anti-tussives chloride 125mg+,

Chlorohist/LCPW, Bronochol/Ferozsons,

combinations

131.5 mg+, Benadryl/Johnson &

Johnson

Anti-

Tussives 1 Dextrometho Syrup 12.5mg/5m Cosome/Merck, Hydryllin

DM/Searle,

rphan+diphe l+12.5mg/5 Rondec/Abbott,

Combinol-D/Atco,

nhydramine

ml Corex-D/Pfizer, Adicos

M/Zafa, Epinol DM/CCL,

Babynol/Woodwards

Pharmacologic class Sub-class No Generic name

Dosag e form

Strength Brands

Sedative & Barbiturates 1 Phenobarbit Tablet 30mg Phenobarbitone/Ferozsons, Lenton/Valor,

Hypnotics

al sodium Phenobarbitone/Helix,

Aleptal/Bloom,

Phenobarbitone/Amros

Injectio

n 200mg/2ml

Phenobarbitone/Geofman, Phenobarb/

Atco, Phenola/Star, Phenomed/Medicraft

Benzo- 1 Midazolam

Injectio

n 1mg/ml

Idazol/Bosch*, Milam/Indus, Midozam/

diazepines

Akhai, Dormicum/Martin Dow, Hypozam

/Brookes

for eclampsia Magnesium

Injectio

n 500mg/ml,

Magnesium Sulphate/Zafa, MAG-S/Mass

only sulphate 1000mg/ml

Anti-allergics and Corticosteroi ds 1 Dexamethaso

Injectio

n 4mg/ml

Dexamex/Bosch* Fortecortin/Merck,

medicines used in

ne (disodium D-Cort/Brookes,

Decadron/MSD, Dexonil

phosphate)

anaphylaxis /Global

Tablet 0.5mg

Dexamethasone/Tabros,

Dexamethasone

/Geofman,

Methazone/Semos

2 Hydrocortiso

Injectio

n 100mg,

Solu Cortef/Pfizer, Hyzonate/Amson,

ne (sodium

250mg, Hydrocort/Akhai, Hyzonate/Amson*,

succinate) 500mg Hydro Sod Suc/Zafa*

Prednisolone Tablet 5mg

Deltacortil/Pfizer, Prednisolone/LCPW,

Rapicort/Tabros, Presolone/Geofman

Beta agonists 1 Epinephrine HCl Injectio

n 1mg/ml Adrenaline/PDH, Adrenaline/Elite

norepinephrine Injectio

n 2mg

Noradrin/Atco, Norepine/Ontech/Allmed,

acid tartarate Norepinephrine/MTI

Antidots and other

Anticholinerg

ic 1 Atropine

Ampou

le 1mg/1ml

Atropine/PDH, Atrosol/Indus, Atrovent/

substances used in

sulphate

Siza, Elitopine/Elite

poisoning

Pharmacologic class

Sub-class No Generic name

Dosage form

Strength Brands

Adsorbent 1 Charcoal Powder/t 250mg, Eucarbon/Bio Pharm,

Karbon/NeoMedix

activated ablet/Ca

psule 260mg

Narcotic 1 Naloxone Ampoule 400mcg/ml Athiol/Siza, Nalox/Haji

Medicine, Ozone

antagonist /Combat,

Naloxone/Rehman Medicine

Choline 1 Pralidoxime Injection 200mg/10ml P-Doxime/Atco,

Contrathion/Acti-Med

esterase

reactivator

Benzodiazepine 1 Flumazenil Injection 1oomcg/m Anexate/Martin Dow

receptor l

antagonist

Somatostatin 1 Octreotide Injection 0.05mg, Sandostatin/Novartis,

Hatide/Hygeia,

analogue

0.1mg, Jintrotide/Gen

Sci/China/ Accurate,

20mg Asterotide/Beijing

Shuang/China/Aster, Somatostatin

LAR/Novartis

Anthelmintics Benzimidazole 1 Albendazole Tablet 200mg Zentel/GSK*,

Aliz/Glitz,Albendix/Neo

Medicine

Medix,

Bendazol/Stanley,

Albendol/

Global,

Benda/Pharmedic

Suspension 100mg/5ml Zentel/GSK, Alovac/Siza,

Albagen/

Genera,

Benda/Pharmedic,

Albendix/

Neo Medix

2 Mebendazole Tablet 100mg, Vermol/Woodwards,

Vermin/Adamjee,

500mg

Deworm/Merck,

Nemazole/GSK,

Deworm

/Merck, Erizole/Efroze,

Vermin/Adamjee

Tetrahydropyrim 1 Pyrantel Tablet 250mg Combantrin/Pfizer,

Womac/Harmann,

idine (pamoate) Anthelmin/Siza

Suspensio 250mg/5ml Combantrin/Pfizer,

Pirental/Polyfine,

n Womac/Harmann

Anti- leishmaniasis

Polyene

1 Amphotericin B

Injection

50mg Anfotericina

FADA/Medinet,

Anfogen/

Medicines macrolide Bioscience/Ferozsons

Pharmacologic class

Sub-class No Generic name Dosage form

Strength Brands

Pentavalent 1 Sodium Injection 333mg Stibotim/Star

antimonials stibogluconate

Anti-fungal

Imidazole

Clotrimazole

Skin

1%w/v

Stiemazol/GSK*, Canesten/Bayer, Clotrim/

Medicines

cream Zafa,

Dermosporin/Nabi

Qasim, Lotrigen /Dermagen

Vaginal 10%w/v

Gynosporin/Nabi Qasim*, Canesten/

cream

Bayer, Vaginex- I/Bloom

Vaginal 100mg, Gynosporin/Nabi Qasim*, Macrolex/

tablet 500mg

Bloom*, Oligyn- 1/Platinum, Barresten/

Barrett,

Canesten/Bayer

Triazole 1 Fluconazole Capsule 150mg

Diflucan/Pfizer, Zolanix/GSK, Fluderm/

Nabi Qasim,

Beconazole/Schazoo,

Polyene

Nystatin

Drops

100,000IU/ Nilstat/Wyeth*,

Myconil/Amson*,

Nylosin/

ml Bryon

Anti Tuberculosis

First line 1 Ethambutol Tablets 100mg, Abbutol/Abbott, Schazobutol/Schazoo,

Medicines (as per TB

medicines

400mg Butal/Novartis, Ethambutol/LCPW,

Control Program

Myambutol/Pfizer

Guidelines)

Isoniazid Tablets 100mg

Isozide/Nabi Qasim,

INN/PDH, Isozide/

Amson,

Isoniazid/LCPW,

Isoniazid/

Geofman

3 Pyrazinamide Tablets 400mg

PZA Ciba/Novartis, Pyrazid/ Schazoo,

Pyrazinamide/Pfizer, Pyrazinamide/

Geofman

Rifampicin

Capsule/

300mg

Lederrif/Pfizer, Rifadin/Pacific, Rimactal/

Tablet Novartis,

Rifac/Geofman,

Abrifam/

Abbott,

Rifampicin/LCPW

5 Streptomycin Injection 1gm Streptomycin/PDH

Pharmacologic class Sub- class

No Generic name Dosage form

Strength Brands

6 Rifampicin+is Tablet 150+75mg, Rimactal INH/Novartis, Rin/Pfizer,

Rifinah/

oniazid (RH)

300+150mg Pacific, Lederiff INH/Pfizer, Rifazol

Junior/ ,75+50mg Schazoo

7 Rifampicin+iso Tablet 75mg+50m Rimcure/Novartis, Rifapin H Junior/

niazid+pyrazin g+150mg Schazoo

amide (RHZ)

8 Rifampicin+iso Tablet 150mg+75 Myrin-P Forte/Pfizer, Pire+4/Genix,

Rimstar

niazid+pyrazin

mg+400mg /Novartis, Rifa 4 Plus/ Schazoo, Rifin Forte

amide+etham +275mg /Pacific, Tibex-P/Helix

butol (RHZE)

9 Rifampicin+is Tablet 150mg+75 Myrin/Pfizer, Rimthree FDC/Novartis,

Rifatol

oniazid+etha

mg+275mg /Schazoo, Pire 3/Genix, Rifin E/Pacific

mbutol (RHE)

Second line

second line drugs for the

medicines

treatment of multidrug- resistant tuberculosis

(MDR-TB)

Should be used in specialized

centers adhering to WHO standards for TB

1 Amikacin Injection 100mg, Amkay/Bosch*, Grasil/Sami,

Aika/Bosch,

250mg, Mikan/AGP, Amikin/GSK,

Amikacin/Zafa,

500mg, 1g

5 Cycloserine Capsule 250mg Cyclosen/Schazoo, Closerin/Century,

Closip/Shrooq

7 Ethionamide Tablet 125mg, Ethomid/Schazoo, Usemid/Genix,

Enamid/

250mg Century

8 Kanamycin Injection 500mg, 1 Bnarex/Bosch, Kanabid/Helix,

Kanamycin/

(sulphate) gm Zafa, Nekacyn/Amroz,

Kanan/Polyfine,

9 Levofloxacin Tablet 250mg, Qumic/Bosch, Leflox/Getz, Gen Levo/

500mg Brookes, Effilox/Sami,

Effiquin/Woodwards,

Cravit/Hilton, Voxiquin/Highnoon,

Effiflox

/Sami, Atcoflox/Atco

Pharmacologic class

Sub-class No Generic name Dosage form

Strength Brands

10

Linezolid

Tablet

400mg, Ecasil/Sami,

Nezocin/Brookes,

Zolrest/

600mg Bosch,

Nezolid/Searle,

Lyzon/Getz

11 Moxifloxacin Tablet 400mg Barimox/Barrett*,

Izilon/Bosch*, Moksi/ Abbott*,

Mofest/Sami*,

Microcid/Saffrom*, Molox/CCL*,

Maxflox/Searle,

Santomox/ Sante*,

Moxiget/Getz, X- Meflox/Nabi

Qasim*,

Moxifo/Tabroz*,

Avelox/Bayer, Xefecta/Hilton

Anti-diabetic Sulfonylurea 1 Glibenclamide Tablet 5mg Daonil/Aventis*,

Euglucon/Martin

Dow,

Medicines Glucoban/Mega*,

Glicon/Efrosze

2 Gliclazide Tablet 80mg Diamicron/Servier,

Diabetron/Ferozsons,

Nidonil/Merck,

Macazid/Macter,

Prozide/

Novartis,

Protect/Platinum,

Zaclazide/Zafa

Insulins

1

Insulin NPH

Injection

100IU/ml Insuget-N/Getz*,

Insulatard HM/Novo*,

Humulin-N/Eli Lilly,

Insuman Basal/Aventis,

Dongsulin- N/Highnoon, Insulin NPH/Zafa

2

Insulin

Injection

100 IU /ml Insuget Regular/Getz*,

Humulin-R/Eli Lilly,

Regular Actrapid HM/Novo*,

InsumanRapid/

Aventis, Dongsulin- R/Highnoon

3 Insulin comp Injection 70%+30%

Insuget 70/30/Getz*, Humulin70/30/Eli Lilly,

(regular+NPH)

w/v in 100 Mixtard 30 Hm/Novo*,

Dongsulin70/30/

IU /ml Highnoon

Biguanide 1 Metformin Tablet 500mg Neophage/Abbott*,

Neodipar/Aventis,

(HCl) Meteor/Asian*,

Glucophage/Merck,

Xormet/Highnoon

Dipeptidyl

Sitagliptin

Tablet

50mg

S-Gliptin/Barrett*, Sita/CCL*,

Gvia/Genix*,

peptidase-4 Gliptin/Himont*,

Inosita/Pharmevo*,

inhibitor

Itaglip/Sami,

Sitaglu/Hilton,

Trevia/Getz, Tagip/Highnoon,

Silo/Macter

2 Sitagliptin+ Tablet 25mg+500

Treviamet/Getz, Jentin Met/ Searle, Sitaglu

metformin

mg Met/Hilton, Silo-

M/Macter,

NeoGlip/Atco, Tagipmet/Highnoon,

Duvel Plus/Martin

Pharmacologic class Sub-class No Generic name

Dosage form

Strength Brands

Dow, Itaglip Plus/Sami

Anti-malarials

Atemisinin

1

Artesunate*

Injection

60mg/ml

Misonate/Tabros, Medisonate/Mediate,

derivative

(management of

Gen-M/Genix

severe malaria)

Atemisinin

2

Artemether+

Tablet

20mg+120

Neo-Cotecxin/Amson*, Malera/Barrett*,

derivative

lumefantrine

mg

Malgo/CCL*, Qmetem/Bosch*, Gen-M/

+Racemic

Genix*, Co-Falcim/Medi Save*, Arlufa/

fluorene

Zafa*, Arceva/Sami*, Artem Plus/Hilton,

CoMether/Helix, Artecxin/Highnoon, A-

Fantrine/Atco, Antmal/Pfizer

Pharmacologic class

Sub-class No Generic name Dosage form

Strength Brands

Injection

25mg/ ml in

Zantac/GSK, Anzol/Indus, Nulcer/Bosch,

2ml

Ranulcid/Merck, H2 REC/Zafa, Pepticure/

Nabi Qasim

Antispasmodics

1

Phloroglucinol

Tablet

Phloroglucinol

Anafortan Plus/AGP, Spadix/Tabros,

80mg+trimethyl

Spasrid/Barrett, Helispa Plus/Helix

phloroglucinol

80mg,

40mg+40mg

Injection

10mg/ml

Anafortan Plus/AGP, Spasrid/Barrett,

Spadix/Tabros

1

Drotaverine

Injection

40mg/2ml

Relispa/Searle, Dytra/Tabros, No-Spa/

Aventis, DRT/Macter

Tablet

40mg

Relispa/Searle, Dytra/Tabros, No-Spa/

Aventis, DRT/Macter

1

Hyoscine

Tablet

10 mg

Buscopan/Merck, Spasler- P/AGP,

(butylbromide) Hyoscine/Semos

Anti-emetics

Pyridoxine +

Tablet 10

mg+10

Xyquil DR/Sami, Pregnova/ICI,

Femiroz

doxylamine mg /Efrosze, Envepe/RG Pharma

succinate

2

Pyridoxine +

Tablet

50 + 25 mg

Navidoxine/GSK, Sevidoxine/Bloom

meclizine

Domperidone

Tablet

10 mg

Vomilux/Atco, Peridone/Sami, Perilium/

Adamjee,

Domel/Barrett,Visdom/Macter,

Motilium/Janssen, Perilium/Adamjee,

Metocolon/Indus

1

Metoclopro

Tablet

10 mg

Maxolon/GSK*, Mediclop/Global,

mide HCl

Metoclon/Indus, Metomide/CCL,

Gastrolon/Efroze

Syrup

5mg/5ml

Maxolon/GSK*, Plasil/Pacific Metomide/

CCL, Metoclon/Indus

Pharmacologic class Sub-class No Generic name

Dosage form

Strength Brands

Injection 5mg/ml Maxolon/GSK,

Clotide/Surge*, Mediclop/

Global, Metoclon/Indus ,

Maxolon/GSK,

Metomide/CCL

1 Dimenhydrinate Tablet 50 mg

Gravinate/Searle, Emetox/Star*, Devom/

Siza, Dramamine/Pfizer

Syrup 12.5mg / Gravinate/Searle,

Dramamine/Pfizer,

4ml Hydrinate/Lisko

Laxatives 1 Lactulose Syrup

Duphalc/Abbott, Lilac/Getz,

BLact/Brookes,

Tavalose/High-Q

1 Sodium Enema 7.2

g/120 Kleen Enema/Nabi Qasim

biphosphate ml

2 Bisacodyl Tablet 5 mg Dulcolax/Merck,

Bisacodyl/Efrozsons, Bisacodyl/PDH,

Bisacodyl/Geofman

3 Glycerin

Suppository

Glycerin Suppository/Sapient, Glycerin

Suppository Adult/Micko,

Glycerin Suppository Paed/Micko

4 Magnesium Suspension 7.9 %

w/v

Philips Milk of Magnesia/GSK

oxide and

hydroxides

antibacterial

Medipak*,

Vigamox/Novartis,

Ocumox/ Remington, Fotiflox

Eye/Helix

Polymyxin 1 Polymyxin B Ointment 10,000 IU

/ g + Polyzaf/Zafa, Polyfax eye/GSK, Trimin/

500 IU /g

antibiotic

(sulphate)+

Remington, Germinil Eye/Valor

bacitracin

Local 1 Proparacaine( Eye drops 0.50% Alcaine/Novartis/Alcon,

Ocucaine/

anesthetic hydrochloride) Farmigea

ENT Medicines Irrigant solution 1 Saline nasal Saline 0.65% Norsaline-P/Atco,

Nazolin/Epla, Norsal/

drops drops Nabi Qasim,

Nasaline/Polyfine

Pharmacologic class Sub-class No

Generic name Dosage form

Strength Brands

3 Dextrose+ Infusion 5%+0.9% B-Braun-DS/FDL/B-Braun*,

Sterifluid-DS/

saline

w/v; 5 % + FDL*, Medisol/Medipak*,

Macsol-DS/

0.45%;

4.3% Searle*, B-Braun Paeds/

B.Braun, Macsol

0.18% DS1/2/Searle,

Pladexsal1/2/Otsuka,

(i/5th) Pladexsal 1/5/Otsuka,

Sterifluid Paed/FDL,

Sterifluid DS1/2/FDL,

Medisol1/2 STR/ Medipak, BBraun DS1/2/B-

Braun, Medisol

Paed/Medipak

Osmotic

Diuretic 1 Mannitol Infusion 20%w/v B Braun Mannitol/FDL*,

Medisol Mannitol/ Otsuka, Steriflutol/FDL,

Mactol/Searle,

Osmotol/Otsuka, Mannitozaf/Zafa

Electrolyte 1 Normal saline Infusion 0.90% Sterifluid NS/FDL*,

Medisol/Medipak*,

solution

1000ml, B Braun NS/B Braun, Macsol NS/Searle*,

100ml Plasaline/Otsuka, SterifluidNS/FDL

Electrolyte 1 Potassium Injection 7.45%, 15% Mini KCl/FDL,

Electrosol/Geofman,

chloride

Potassium Chloride/Otsuka,

Potassium Chloride/B Braun

1 Plasma Infusion Polygeline Haemaccel/Aventis, Gelofusine/B

Braun,

substitute

3.5/4% Plexel-S/Searle/Mac & Rains, Sterimaize/

+dextrane FDL

6% w/v

Electrolyte 1 Ringerʹs Infusion calcium

B. Braun-RL/FDL/BBraun*,

Sterifluid RL/FDL*,

chloride

lactate

Medisol Hartmann's

/Medipak*, Ringolact 0.2gm,

(sodium

/Otsuka, Macsolate-RL/Mac & Rains/

potassium

lactate

Searle, Lacsol Lactated R/Geofman

chloride 0.3

compound gm, sodium

chloride, 6.0

solution)

gm, sodium

lactate 3.1

gmUSP, WFI

1000ml (q.s.)

Alkalinizing 2 Sodium Injection 8.4%,84mg/ Meylon/Otsuka,

Sobicarb/Zafa, Sobonate

agent bicarbonate ml,10mEq/ Bicarbonate/Geofman

10ml

Pharmacologic class Sub-class No Generic name

Dosage form Strength Brands

Calcium Tablet 500mg, Calcium Lactate/Ideal,

Calcium Lactate lactate 1gm /Ardin

Mineral

Ferrous salt Tablet 100mg, Fersul/Nabi Qasim,

Ferfix/Getz, Ferosoft/

200mg Hilton,Ferrous sulphate/PDH, Ferrous

sulphate/Geofman,

Ferozak/Schazoo,

Femorate/Valor

Ampoule

20mg/ml Bisleri/Sami,

Venofer/RG

Pharma/OBS, Ive Fer/Barrett, Ferosoft-

S/Hilton, Ferotein-S/

Getz

Syrup 20, 25

mg/

Bisleri/Sami, Ferfix/Getz,

Ferosoft/Hilton,

ml iron Femtol/Remington

Ferrous salt + Tablet/C

Iberte Folic/Abbott*,

Feban/Amson*, Fefol

folic acid apsule /GSK*, Foliron/Benson*,

Ferfix-FA/Getz,

(supplement for

Blomic/Bloom*,

Feroxil/Geofman, Neo use during

pregnancy) Folic/Zafa

Topical Medicines

Anti-scabies 1 Benzyl Lotion 25% Benzyl benzoate/Ferozsons,

Ascabion/

benzoate

Lisko, Scabicure/LCPW,

S.P.Lotion/ Remington, Benzyl

benzoate/Sapient

Corticosteroid 1 Betamethasone Cream/ 0.05,

0.10% Betnovate/GSK*,

Betadip/Zafa, Betaderm

Ointment /Atco, Bevate/Hoover*,

Provate/Saffron*,

Betacin/Geofman

Astringent 1 Calamine Lotion 15% Calamine Lotion/Sharex,

Blisscal/Bliss,

Calamine Lotion/Prime

Coal tar+ Topical 1% to 5% Soraderm/Wilsons,

Cocois/Mass, Dithrosil

Salicylic acid /Wilsons, Cosacort/Sulk,

Carasham/

Caraway

Corticosteroid 1 Hydrocortisone Cream/ 1% Hydrocortisone/Zafa*,

Hydro Sod Suc/

Ointment Zafa, Cortival/Valor,

Hydrocort/Akhai, Cortiderm/Valor, Clozole-

H/Pearl, Cutis- HC/Derma Techno,

Hydrosone/Ferozsons

Pharmacologic class Sub-class No Generic name

Dosage form

Strength Brands

Imidazole 1 Miconazole Cream/ 2% Mycon/Valor, Myconit/Epla,

Daktarin

antifungal

(nitrate) Ointment topical/Janssen, Dermicon/Friends

Polymyxin 1 Polymyxin Ointment 10000IU/g Polyfax/GSK, Biofax/Geofman,

Polyrel/ B(sulphate) +

antibiotic +500 IU/g Global, Polyzaf/Zafa

bacitracin zinc

Synnthetic 1 Permethrin Lotion 5% Lotrix/GSK*, Mitex/Hoover*,

Scabfree/

pyrethroid/Antis Atco, Mitonil/Saffron*,

Scabrid/Tabros*,

cabies Nedax Plus/GSK,

Elemite/Derma Techno

Sulfonamide 1 Silver Cream 1% Sentobe/Hoover*, Silvin/PDH,

Dermazin/

sulfadiazine Novartis*, Quench/Ferozsons, Mazine/

Global

Medicines for Mental

Benzodiazepine 1 Alprazolam Tablet 0.5mg Axal/Amson*, Xanax/Pfizer,

ALP/Hilton,

& Behavioral Anxoten/Bloom*,Neram/Genix*,

Hilaxin/

Disorders Himont*, Azolam/Merck ,

Enzo/Macter, Z- Nest/Indus, Alpram/Akhai,

Pinix/Adamjee

TCA 1 Amitriptyline Tablet 25mg Amyline/Siza, Tryptanol/OBS,

Amitin/Glitz,

(hydrochloride)

Triptylin/Caraway, Amotrip/Pharmedic

TCA 2 Clomipramine Tablet 10mg, Clomfranil/Novartis,

Anafril/Glitz, Clomipril 25mg /Libra, Clopra/Medera

Iminostilbene 1 Carbamazepine Tabet 100mg, Mezine/Bloom*, Tegral/Novartis,

Seizunil/

200mg Platinum, Teril/Merck,

Epicar/Adamjee, Epilepsin/Macter, Lexopine/Highnoon,

Epitab-XR/Werrick

Phenothiazine 1 Chlorpromazine Tablet 100mg Largactil/Aventis, Procalm/Siza,

Sedectil/ HCl Usawa

Injection 25mg/2ml Largactil/Aventis

Thienobenzodia 1 Olanzapine Tablet/C 5mg, 10mg Zyprexa/Eli Lilly, Zydis/EliLilly,

Olepra/

zepine

apsule Genetics, Furmium/Indus,

Olanzia/

Werrick,O-zip/Glitz

Pharmacologic class Sub-class No Generic name Dosage

form Strength Brands

Benzodiazepines 1 Diazepam Tablet 2mg, 5mg Valium/Martin Dow,

Cerelium/Helix,

Relaxipam/Epla,

Diazepam/SJ&G Fazul, Diazepam/Efroze,

Neopam/Ferozsons

Injection 10mg Valium/Martin Dow,

Diazepam/SJ&G

Fazul, Cerelium/Helix,

Somnite/PDH,

Relaxipam/Epla

SSRI 1 Escitalopram Tablet 10mg Seradep/Barrott*,

Zavesca/Getz, Questa/ Bosch*, Exapro/CCL*,

Depsit/Genix*,

Estiram/Hoover*,

Cipralex/Lundbeck*, Prodep/Saffron*,

Hapicite-E/Adamjee,

Atcopram/Atco,

Morcet/Searle, Citanew /Hilton, E- Dynapram/Indus,

Precipra/Pfizer,

Escadep/Platinum,

Safepram/Martin Dow,

SSRI 2 Fluoxetine Tablet/C 20mg Reset/Medera,

Zauxit/Zafa, Prozac/Eli

Lilly

apsule Vonder/Standpharm,

Depex/Merck, Depricap/Nabi Qasim,

Flux/Hilton, Prozyn /Platinum, Zauxit/Zafa,

Hapilux/Novartis,

Phloxetin/Woodwards,

Rize/Werrick

Neuroleptic 1 Fluphenazine Injection 25mg Modecate/GSK,

Flucate/Akhai, Psycate/

Surge, Sycate/Surge,

Fluphan/Pharmedic

1 Haloperidol Injection 5mg/ml Serenace/Searle,

Phrenia/Pharmedic, Gendol/Genetics,

Seredol/Genetics

Tablet 5mg Serenace/Searle,

Sera/Glitz, Phrenia/ Pharmedic,

Dosik/Adamjee

Antimuscarinic 1 Procyclidine Tablet 5mg Kempro/Adamjee,

Kemadrin/GSK, Prosyclidine/Werrick,

Procholidin/Zafa,

Epsent/Genetics,

Cyclidine/Pharmedic

Oxytocic, Anti Labour inducer 1 Oxytocin Injection 5IU, 10IU Tocinox/Geofman,

Oxytocin/SJ&G Fazul,

Oxytocic,Contracep Oxytocin/Amros,

Syntocinon/Novartis

tives & Others

Pharmacologic class Sub-class No Generic name

Dosage form

Strength Brands

Hormonal 1 Norethisterone Tablet 5mg, 10mg Primolut N/Bayer,

Penorit/Sami, Noregyn

contraceptive/P /Zafa, Cycolunct-

N/Global, Geogynon/

rogesterone Geofman

2 Medroxyprogest Injection 150mg/ml Famila/Zafa, Depo

Provera Saheli/Pfizer

erone acetate

/Green Star/Social Marketing, Medroxy

(DMPA)

Depo/Global, Megestron/Green Star/

Social Marketing,

Medrosterona/Seignior

Ethinyloestradiol Co pills 0.02mg Gynorit/LCPW,

Gyneric/Zephyr, Penorit/

+norethisterone

+10mg

Sami,

Geogynon/Geofman

4 Estradiol Injection 5mg+50mg Femi Ject/Green Star/Social Marketing

valerate+

norethisterone

Levonorgestrel EC pills 750mcg Emkit/Zafa, Emergency

Pills/Hansel,

(pack of 2) ECP/Green Star,

Postinor/Medimpex

Vaccines and Seras 1 Anti-D Injection 300mcg Rhophylac 300 Human Anti-D/CSL

(WHO Approved /as

immunoglob

Behringag Switzerland*,

HyperRHO/

per National EPI

ulin (human) Talecris USA/Popular,

ImmunoRHO/

Program) Kedrion/Italy/Popular,

WinRHO SDF/Nabi

Qasim, RHO GAM UF PLUS/Amson

1 Anti-rabies Injection >2.5 IU Verorab/Aventis,

Rabipur/Novartis, Rabi-

vaccine Gene/India/Gene- Tech,

Lyssavac-N/ Cadila/ India/Hakimsons,

Indirab/India/

HSS

1 Anti-snake Injection 10ml Polyvalent Anti Snake

Venom Serum venom serum (ASVS)/Amson*

1

BCG vaccine

Injection

SII-ONCO-

BCG/India/HSS, Onco Tice/

China/OBS, BCG Vaccine/Hi-Warble

1 Diphtheria Vial 10,000IU; Diphtheria

antitoxin/Hakimson

antitoxin 20,000 IU

Pharmacologic class Sub- class

No Generic name Dosage form

Strength Brands

1 Diphtheria,

Infanrix/GSK, Genetech- DPT/Genetech,

Pertussis, Trivac/Hi-warble

Tetanus (DPT)

1 Hepatitis B Injection

Engerix-B/GSK, Euvax-B/Aventis, Hi- VaxB

vaccine

/Himont, Heprovac-B/Highnoon,

Amvax-B Amson, Shanvac- B/Shantha/India/Sanofi,

Heberbiovac/Macter

1 Measles Injection

Morbilvax/Amson, Moruman/Hakimsons,

vaccine Rouvax/Aventis

1 Meningococ Injection

Meningococcal AC/Aventis,

Menveo/

cal vaccine Novartis, Mencevax ACWY/GSK,

Menpovax A+C/Amson,

Menpovax/

Amson, Quadrimeningo/Amson

1 Polio vaccine Oral/Susp

Opvero/Aventis, Polio Oral/Amson, Polio

ension Oral Vaccine/Sindh Medical Store

Injection

Imovax Polio/Aventis, IPV/Sindh

Medical

Store, Poliomyelitis Vaccine/HSS

1 Pneumococ Injection

Synflorix/GSK, Prevenar 13/Pfizer,

Pneumo- cal vaccine 23/Aventis

1 Rabies Vial 150- Favirab/Aventis, Rabuman/Hakimson,

immunoglob

300IU/ml Berirab P/Hakimsons,

Hyperrab/Talecris/

ulin (human) Bayer/Popular

1 Rotavirus Oral/susp Rotarix Vaccine/GSK

vaccine ension

1 Tetanus Injection

Tetanus Toxoid Vaccine/Serum

Institue of

toxoid India*, Imatet/Amson,

Anatetal/Amson,

(vaccine) Wartet Vaccine/Hi-Warble, Vax

Tet/Gene-

Tech

Pharmacologic class Sub- No Generic name Dosage form Strength Brands

class

2 Chlorhexidine+ Solution 1.5% w/v+ Sep Gard/Zafa, Bio-Sept/Ardin,

Geniseptic

cetrimide 15%w/v /Genera, Seplon/Star

1 Povidone- Solution 10%w/v Pyodine Solution Brookes*, Povidide Soln

iodine

/Mendoza, Govid/Glitz,

Septinil/Valor

2

Scrub 7.5%w/v Pyodine Surgical Scrub/Brookes*, Povex/

Indus, Septinil/Valor

Surgical and

1 Absorbent Pack 500gm Cotton Craft, Kohinor

Disposable Items cotton wool

1 Adhesive Roll 1, 2 inch Nito/Japan, Advantive/China

tape (hypo

allergenic)

1 Air ways Sterile All sizes Well Lead/China

disposable packs

1

Blood

bags(acdpi)

Sterile

JMS

with transfusion packs

sets

Transfusion JMS

set

1 Chromic Sterile 0, 1,2, 2/0, Dynek/Australia, Demegut/USA

catgut sterile packs 3/0, 4/0

1 Cord clamps Sterile Hospital & Homecare/China

disposable packs

1 Cotton Roll 6.5cm x2 Cotton Craft, Kohinor

bandage

meters; 0.5

in -

6 inches

Pharmacologic class

Sub- class

No Generic name Dosage form

Strength Brands

1 Crepe Roll 7.5cm, 10 Plastocraft/Cotton

Craft, Kohinor

bandage cm x 2.7

m

1 CVP lines Sterile Tripple Arrow International,

Vygon Frnace,

packs lumen B.Braun Germany

1

Endotracheal

Sterile

Set of 12

Vygon Frnace, Well Lead Medical/China,

tubes (ett)

packs (different Chilecom Medical

Devices/China

sizes)

LMA (laryngeal Sterile

Well Lead Medical

Devices/China

mask air way) packs

1

Examination

Pairs

Box of 100

Top

gloves/Malaysia,

Maxitex/Malaysia,

(small, medium

gloves (latex) Safe Hand/Malaysia

& large size)

1 Foley’s catheter Sterile All sizes Ribbel Int Ltd/India

(silicone packs

coated/silicone)

1 IV set Sterile

Medipak, Genome,

Nipro

packs

Blister

1 IVcannula Sterile 18g, 20g, Vasofix/B Braun,

Farcocath/Egypt, B- packs 22g, 24g Cat2/Turkey

1 Nasogastric Sterile Adult size

6; Well Lead Medical

Sevices/China,

8;10; 12;

(ng) tube packs Classic/China

pediatric

size

16; 18; 20

1 Plaster of paris Roll 10cm, 20 Gypsona/BSN

Medical

bandage cmx6m

1 Polypropylene Sterile 0. 1/0,

2/0,

Prolene/Ethicon,

Demelene/USA

sterile sutures packs 3/0, 4/0

7.5cmx7.5cm 1 Sterile guaze Sterile

(10 ply) dressing packs

1 Syringe Sterile

disposable packs

5cc,10cc,

20cc,50cc,60

cc-(catheter tip)

1 Polyglactin Sterile 1, 2, 2/0,

sterile sutures packs 3/0, 4/0, 6/0 (8mm)

1 Scalp vein Sterile Drap

set packs approved

1 Silk sutures 12/pack

sterile

0,1, 2/0, 3/0, 4/0, 8/0, 10/0

1 Silk sutures 12/pack 0

sterile (on straight needle)

1 Spinal Sterile 25g, 27g

needle packs

1 Sterile Pairs 61/2, 7,

surgical 71/2, 8

gloves

1 Surgical Sterile Different

blades packs sizes (carbon steel)

1 Syringe (auto- Sterile 1cc, 3cc,

disable) packs 5cc 1 Urine bags Sterile 2L &

packs paediatrics

Pharmacologic class Sub-class N

o

Generic

name

Dosage

form

Strength

List Of Disposable Items :

Sr. No Surgical/Disposable Avg

Cons/

Yearl

y

Specs Unit rate

with

Price

Sr.

No Surgical/Disposable Avg

Cons/Yea

rly

Specs Unit rate with Price

1 Iv Line 18 12000 National/Multin

ational, As per

formulary

Provided

12 Catgut No. 1 4800 National/Multinational, As

per formulary Provided

2 Iv line 20 18000 National/Multin

ational, As per

formulary

Provided

13 Catgut No. 2 3600 National/Multinational, As

per formulary Provided

3 Iv line 22 30000 National/Multinational, As per

formulary

Provided

14 Prolene # 1 600 National/Multinational, As

per formulary Provided

4 Iv line 24 30000 National/Multinational, As per

formulary

Provided

15 Surgical Guaze Roll 600 National/Multinational, As

per formulary Provided

5 Cotton Bandage 6.5cm

x 6m

8400 National/Multin

ational, As per formulary

Provided

16 Bandage Plaster of

Paris4”

2400 National/Multinational, As

per formulary Provided

6 Cotton Crepe Bandage

7.5cm X 4.5m

8400 National/Multin

ational, As per formulary

Provided

17 Urine Bags 6000 National/Multinational, As

per formulary Provided

7 Cotton Roll 2880 National/Multin

ational, As per formulary

Provided

18 Surgical Blade No.

24

3600 National/Multinational, As

per formulary Provided

8 IV Set 96000 National/Multin

ational, As per

formulary

Provided

19 Volumetric Chamber

100ml 6000 National/Multinational, As

per formulary Provided

9 Foleys Catheter 6000 National/Multin

ational, As per

formulary

Provided

20 Bandage Plaster of

Paris 6”

1200 National/Multinational, As

per formulary Provided

10 Vicryl No. 1 4800 National/Multinational, As per

formulary

Provided

21 Spinal needle 25G 2880 National/Multinational, As

per formulary Provided

11 Spinal needle 27G 240 National/Multinational, As per

formulary

Provided

Package 02: Pathological Laboratory Items

Serial

No.

Name of Item Specifications PACKING Estimated

Quantity to

be procured

Rate

01 ALT KIT Must be FDA or WHO

Approved

500ml or 600 ml

500ml (Merck,Diausis, Roche, Randox, Labway,

Biomeaurix or equivalent)

12 No

02 BILIRUBIN KIT Must be FDA or WHO

Approved

500ml or 600 ml

Merck, Roche, Randox, Labway, Biomeaurix or

equivalent

06 No

03 URIC ACID KIT Must be FDA or WHO

Approved

250 ml kit

Merck,Diaysis, Roch, Randox, Labway,

Biomeaurix or equivalent

12 No

04 Sugar kit Must be FDA or WHO

Approved

1000 ml

(1000 ml) Merck, Roch, Randox,

Labway,Biomeaurix, labkit, creasent or equivalent

18 No

05 Urea kit Must be FDA or WHO

Approved

500 ml

(UV 500 ml) Merck, Roch, Randox, Labway,Biomeaurix or

equivalent

10 No

06 Creatinine kit Must be FDA or WHO

Approved

500 ml

500ml (Merck, Roch, Randox, Labway,

Biomeaurix) or equivalent

10 No

07 ALP KIT Must be FDA or WHO

Approved Must be long expiry

(S.Bio, Global, CTM, Biomeaurix)

6 No

08 Blood grouping antisera

Must be FDA or WHO

Approved

S.Bio, Global, CTM, Biomeaurix or equivalent

100 No

09 WBC Soln Must be FDA or WHO

Approved

500 ml or 1000 ml 10 Bottles

10 RA Factor Kit Must be FDA or WHO

Approved

5 ml CTM, S.Bio, Antec or equivalent

05 kits

11 Distilled water Must be FDA or WHO

Approved 05 liters

Local 5 liter bottle 20 Bottles

12 Widal TO TH TB BH AO AH

Must be FDA or WHO

Approved

(5 ml, TO, TH, BH, BO, AO, AH control per vial) (CTM, S.Bio, Antec Diagnostic) or

equivalent

20 Kits

13 CP diluent hematology convergx x3 (Diatron Abbacus 380)

Must be FDA or WHO

Approved

20 liter 80 No

14 CP lyse convergx x3 (Diatron Abbacus 380)

Must be FDA or WHO

Approved

01 liter 40 No

15 CP cleanser (Diatron Abbacus 380)

Must be FDA or WHO

Approved

01 liter 40 No

16 Chemistry control Must be FDA or WHO

Approved randox

Randox or equivalent Level 1, 2, 3

02 No

17 Hematology control

Must be FDA or WHO

Approved

Low and normal 02 NO

18 Field Stain A + B Set Must be FDA or WHO

Approved

Diachem, Medilines or equivalent

10 No

19 ESR Solution Must be FDA or WHO

Approved

500 ml or 1000 ml 20 Bottles

20 Serum Calcium Kit Must be FDA or WHO

Approved

S.Bio, Global, CTM, Biomeaurix or equivalent

02 kits

21 ASOT Kit Must be FDA or WHO

Approved

5 ml CTM, S.Bio, Antec or equivalent

06 Kits

22 Oil Emersion Must be FDA or WHO Approved

500 ml or 1000 ml 02 Bottles

23 PT/APTT Kit Must be FDA or WHO

Approved

Wienner, Randox, Dirox or equivalent

24 Kits Each

24 Methanol Must be FDA or WHO

Approved

500 ml or 1000 ml 10 Bottles

28 Steriguage Strips Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

1000 No

29 CBC Vials

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

40000 No

30 Serum Jel Vials

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

20000 No

31 Plain Glass Tube (5 ml)

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

30000 No

32 Sugar Vials

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

10000 No

33 PT/APTT Vials

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital

10000 No

34 Yellow Tips

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital

50 Packs

35 Tourniquet Must be FDA or WHO

Approved-colorless

Imported, standard , Take sample from the hospital 10 No

imported

36 Anti HCV Device

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital

20000 No

37 Hbs Ag Devices

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital

20000 No

38 Typhi Dot Device

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

5000 No

39 MP Devices

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

8000 No

40 HIV Devices

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

10000 No

42 Glass Slides

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital,

box of 10000 No

15 Packs

43 ESR Sucker

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital

4 No

44 Tube Rack Plastic (50 Holes)

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital

10 No

46 Methylated Spirit

Must be FDA or WHO

Approved-colorless imported

Imported, standard , Take sample from the hospital

10 liter

48 Combi-10

Must be FDA or WHO

Approved-colorless

imported

Imported, standard , Take sample from the hospital

50 No

49 Dengue Kits Must be FDA or WHO Imported, standard , Take sample from the hospital

1500 No

50 Corona test kits Approved-colorless

imported

Imported, standard , Take sample from the hospital

150 No

details can be obtained from the office of the medical superintendent thq hospital kot

adu.

Package 03: Biomedical gases.

Sr. No

Item Specs Estimated Qty Rate

01 Oxygen Cylinders Large Size 6.35 M3 Cft

1500 No

Package 04: Dialysis Disposable Items.

S.NO NAME OF ITEM ESTIMATED QUANTITY

RATE PER UNIT (PKR)

1 Hollow fiber dialyzer 1.9 m2/ 1.8m2 4320 No

2 BT Lining 4320 No

3 Bicarbonate Solution (A+B) 4320 No

4 AV Fistula Needles (16G/17G)

8640 No

Part-II

Section I. Contract Forms

1. Contract Form

THIS AGREEMENT made the day of 20 between [name of Purchaser]

(hereinafter called “the Purchaser”) of the one part and [name of Supplier] of (hereinafter called “the

Supplier”) of the other part:

WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [brief description of

goods and services] and has accepted a bid by the Supplier for the supply of those goods and services in

the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Purchaser’s Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter

mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to

remedy defects therein in conformity in all respects with the provisions of the Contract

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods

and services and the remedying of defects therein, the Contract Price or such other sum as may become

payable under the provisions of the contract at the times and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with

their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)

Signed, sealed, delivered by the (for the Supplier

2. Performance Security Form

To:

Medical Suprintendent

THQ Hospital Kot Addu.

Primary And Secondary Healthcare Department

Government Of Punjab.

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of

Contract No. [reference number of the contract] dated 20 to supply [description of

goods and services] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you

with a bank guarantee by a reputable bank for the sum specified therein as security for compliance with

the Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the

Supplier, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you,

upon your first written demand declaring the Supplier to be in default under the Contract and without

cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your

needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the day of 20 .

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

BID SECURITY (Bank Guarantee)

Security Executed on (Date)

Name of Surety (Bank) with Address:

(Scheduled Bank in Pakistan)

Name of Principal (Bidder) with Address

Penal Sum of Security Rupees. (Rs. ) Bid Reference

No. KNOW ALL MEN BY THESE

PRESENTS, that in pursuance of the terms of the Bid and at the request of the said Principal (Bidder) we,

the Surety above named, are held and firmly bound unto

(hereinafter called the 'Employer') in

the sum stated above for the payment of which sum well and truly to be made, we bind ourselves, our

heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Bidder has submitted the

accompanying Bid dated for Bid No. for (Particulars of Bid) to the said

Employer; and

WHEREAS, the Employer has required as a condition for considering said Bid that the Bidder furnishes a

Bid Security in the above said sum from a Scheduled Bank in Pakistan or from a foreign bank duly

counter-guaranteed by a Scheduled Bank in Pakistan, to the Employer, conditioned as under:

1. that the Bid Security shall remain in force up to and including the date ---------- days after the

deadline for validity of bids as stated in the Instructions to Bidders or as it may be extended by

the Employer, notice of which extension(s) to the Surety is hereby waived;

2. that the Bid Security of unsuccessful Bidders will be returned by the Employer after expiry of its

validity or upon signing of the Contract Agreement; and

3. That in the event of failure of the successful Bidder to execute the proposed Contract

Agreement for such work and furnish the required Performance Security.

NOW THEREFORE, if the successful Bidder shall, within the period specified therefor, on the prescribed

form presented to him for signature enter into a formal Contract with the said Employer in accordance

with his Bid as accepted and furnish within --------- days of his being requested to do so, a Performance

Security with good and sufficient surety, as may be required, upon the form prescribed by the said

Employer for the faithful performance and proper fulfillment of the said Contract or in the event of non-

withdrawal of the said Bid within the time specified for its validity then this obligation shall be void and

of no effect, but otherwise to remain in full force and effect.

PROVIDED THAT the Surety shall forthwith pay the Employer (Procuring Agency) the said sum upon

first written demand of the Employer (without cavil or argument) and without requiring the Employer to

prove or to show grounds or reasons for such demand, notice of which shall be sent by the Employer by

registered post duly addressed to the Surety at its address given above.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the

Principal (Bidder) has duly performed his obligations to sign the Contract Agreement and to furnish the

requisite Performance Security within the time stated above, or has defaulted in fulfilling said

requirements and the Surety shall pay without objection the said sum upon demand from the Employer

forthwith and without any reference to the Principal (Bidder) or any other person.

IN WITNESS WHEREOF, the above bounden Surety has executed the instrument under its seal on the

date indicated above, the name and seal of the Surety being hereto affixed and these presents duly signed

by its undersigned representative pursuant to authority of its governing body.

SURETY (Bank)

WITNESS: Signature

1. Name

Title

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2.

Name, Title & Address

Part-II

Section II. General Conditions of Contract

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the

Purchaser and the Supplier, as recorded in the Contract Form

signed by the parties, including all attachments and appendices

thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier

under the Contract for the full and proper performance of its

contractual obligations.

(c) “The Goods” means all of the equipment, machinery, and/or

other materials which the Supplier is required to supply to the

Purchaser under the Contract.

(d) “The Services” means those services ancillary to the supply of

the Goods, such as transportation and insurance, and any other

incidental services, such as installation, commissioning,

provision of technical assistance, training, and other such

obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in

this section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Purchaser” means the organization purchasing the Goods,

as named in SCC.

(h) “The Purchaser’s country” is Islamic Republic of Pakistan.

(i) “The Supplier” means the individual or firm supplying the

Goods and Services under this Contract.

(j) “The Project Site,” where applicable, means the place or places

named in SCC.

(k) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not

superseded by provisions of other parts of the Contract.

3. Country of

Origin

3.2 For purposes of this Clause, “origin” means the place where the Goods

were mined, grown, or produced, or from which the Services are

supplied. Goods are produced when, through manufacturing,

processing, or substantial and major assembly of components, a

commercially recognized new product results that is substantially

different in basic characteristics or in purpose or utility from its

components.

3.3 The origin of Goods and Services is distinct from the nationality of the

Supplier.

4. Standards

4.1 The Goods supplied under this Contract shall conform to the standards

mentioned in the Technical Specifications, and, when no applicable

standard is mentioned, to the authoritative standards appropriate to the

Goods’ country of origin. Such standards shall be the latest issued by

the concerned institution.

5. Use of

Contract

Documents

and

Information;

Inspection and

Audit by the

Bank

5.1 The Supplier shall not, without the Purchaser’s prior written consent,

disclose the Contract, or any provision thereof, or any specification,

plan, drawing, pattern, sample, or information furnished by or on

behalf of the Purchaser in connection therewith, to any person other

than a person employed by the Supplier in the performance of the

Contract. Disclosure to any such employed person shall be made in

confidence and shall extend only so far as may be necessary for

purposes of such performance.

5.2 The Supplier shall not, without the Purchaser’s prior written consent,

make use of any document or information enumerated in GCC Clause

5.1 except for purposes of performing the Contract.

5.3 Any document, other than the Contract itself, enumerated in GCC

Clause 5.1 shall remain the property of the Purchaser and shall be

returned (all copies) to the Purchaser on completion of the Supplier’s

performance under the Contract if so required by the Purchaser.

5.4 The Supplier shall permit the Procuring Agency to inspect the

Supplier’s accounts and records relating to the performance of the

Supplier and to have them audited by auditors appointed by the

Procuring Agency, if so required by the Procuring Agency.

6. Patent Rights

6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design rights

arising from use of the Goods or any part thereof.

7. Performance

Security

7.1 Within ten (10) days of receipt of the notification of Contract award,

the successful Bidder shall furnish to the Purchaser the performance

security in the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the

Purchaser as compensation for any loss resulting from the Supplier’s

failure to complete its obligations under the Contract.

7.3 The performance security shall be denominated in the currency of the

Contract acceptable to the Purchaser and shall be in one of the

following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a

reputable bank located in Pakistan, in the form provided in the

bidding documents or another form acceptable to the Purchaser;

or

(b) a cashier’s or certified check.

7.4 The performance security will be discharged by the Purchaser and

returned to the Supplier not later than thirty (30) days following the

date of completion of the Supplier’s performance obligations under the

Contract, including any warranty obligations, unless specified

otherwise in SCC.

8. Inspections

and Tests

8.1 The Purchaser or its representative shall have the right to inspect

and/or to test the Goods to confirm their conformity to the Contract

specifications at no extra cost to the Purchaser. SCC and the Technical

Specifications shall specify what inspections and tests the Purchaser

requires and where they are to be conducted. The Purchaser shall

notify the Supplier in writing, in a timely manner, of the identity of any

representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the

Supplier or its subcontractor(s), at point of delivery, and/or at the

Goods’ final destination. If conducted on the premises of the Supplier

or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to

the inspectors at no charge to the Purchaser.

8.3 Should any inspected or tested Goods fail to conform to the

Specifications, the Purchaser may reject the Goods, and the Supplier

shall either replace the rejected Goods or make alterations necessary to

meet specification requirements free of cost to the Purchaser.

8.4 The Purchaser’s right to inspect, test and, where necessary, reject the

Goods after the Goods’ arrival in Pakistan shall in no way be limited or

waived by reason of the Goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to the

Goods’ shipment from the country of origin.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from

any warranty or other obligations under this Contract.

9. Packing

9.1 The Supplier shall provide such packing of the Goods as is required to

prevent their damage or deterioration during transit to their final

destination, as indicated in the Contract. The packing shall be

sufficient to withstand, without limitation, rough handling during

transit and exposure to extreme temperatures, salt and precipitation

during transit, and open storage. Packing case size and weights shall

take into consideration, where appropriate, the remoteness of the

Goods’ final destination and the absence of heavy handling facilities at

all points in transit.

9.2 The packing, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as shall

be expressly provided for in the Contract, including additional

requirements, if any, specified in SCC, and in any subsequent

instructions ordered by the Purchaser.

10. Delivery and

Documents

10.1 Delivery of the Goods shall be made by the Supplier in accordance

with the terms specified in the Schedule of Requirements. The details

of shipping and/or other documents to be furnished by the Supplier are

specified in SCC.

10.2 Documents to be submitted by the Supplier are specified in SCC.

11. Insurance

11.1 The Goods supplied under the Contract shall be delivered duty paid

(DDP) under which risk is transferred to the buyer after having been

delivered; hence insurance coverage is seller’s responsibility.

12. Transportation

12.1 The Supplier is required under the Contact to transport the Goods to a

specified place of destination within the Purchaser’s country, transport

to such place of destination in the Purchaser’s country, including

insurance and storage, as shall be specified in the Contract, shall be

arranged by the Supplier, and related costs shall be included in the

Contract Price.

13. Incidental

Services

13.1 The Supplier may be required to provide any or all of the following

services, including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/or start-up

of the supplied Goods;

(b) furnishing of tools required for assembly and/or maintenance of

the supplied Goods;

(c) furnishing of a detailed operations and maintenance manual for

each appropriate unit of the supplied Goods;

(d) performance or supervision or maintenance and/or repair of the

supplied Goods, for a period of time agreed by the parties,

provided that this service shall not relieve the Supplier of any

warranty obligations under this Contract; and

(e) Training of the Purchaser’s personnel, at the Supplier’s plant

and/or on-site, in assembly, start-up, operation, maintenance,

and/or repair of the supplied Goods.

13.2 Prices charged by the Supplier for incidental services, if not included

in the Contract Price for the Goods, shall be agreed upon in advance by

the parties and shall not exceed the prevailing rates charged for other

parties by the Supplier for similar services.

14. Spare Parts

14.1 As specified in SCC, the Supplier may be required to provide any or all

of the following materials, notifications, and information pertaining to

spare parts manufactured or distributed by the Supplier:

(a) such spare parts as the Purchaser may elect to purchase from the

Supplier, provided that this election shall not relieve the Supplier

of any warranty obligations under the Contract; and

(b) in the event of termination of production of the spare parts:

(i) advance notification to the Purchaser of the pending

termination, in sufficient time to permit the Purchaser to

procure needed requirements; and

(ii) Following such termination, furnishing at no cost to the

Purchaser, the blueprints, drawings, and specifications of

the spare parts, if requested.

16. Payment

16.1 The method and conditions of payment to be made to the Supplier

under this Contract shall be specified in SCC.

16.2 The Supplier’s request(s) for payment shall be made to the Purchaser

in writing, accompanied by an invoice describing, as appropriate, the

Goods delivered and Services performed, and by documents submitted

pursuant to GCC Clause 10, and upon fulfillment of other obligations

stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in no case later

than thirty (30) days after submission of an invoice or claim by the

Supplier.

16.4 The currency of payment is Pak. Rupees.

17. Prices

17.1 Prices charged by the Supplier for Goods delivered and Services

performed under the Contract shall not vary from the prices quoted by

the Supplier in its bid, with the exception of any price adjustments

authorized in SCC or in the Purchaser’s request for bid validity

extension, as the case may be.

18. Change Orders

18.1 The Purchaser may at any time, by a written order given to the

Supplier pursuant to GCC Clause 31, make changes within the general

scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be

furnished under the Contract are to be specifically manufactured

for the Purchaser;

(b) the method of shipment or packing;

(c) the place of delivery; and/or

(d) the Services to be provided by the Supplier.

18.2 If any such change causes an increase or decrease in the cost of, or the

time required for, the Supplier’s performance of any provisions under

the Contract, an equitable adjustment shall be made in the Contract

Price or delivery schedule, or both, and the Contract shall accordingly

be amended. Any claims by the Supplier for adjustment under this

clause must be asserted within thirty (30) days from the date of the

Supplier’s receipt of the Purchaser’s change order.

19. Contract

Amendments

19.1 Subject to GCC Clause 18, no variation in or modification of the terms

of the Contract shall be made except by written amendment signed by

the parties.

20. Assignment

20.1 The Supplier shall not assign, in whole or in part, its obligations to

perform under this Contract, except with the Purchaser’s prior written

consent.

21. Subcontracts

21.1 The Supplier shall notify the Purchaser in writing of all subcontracts

awarded under this Contract if not already specified in the bid. Such

notification, in the original bid or later, shall not relieve the Supplier

from any liability or obligation under the Contract.

21.2 Subcontracts must comply with the provisions of GCC Clause 3.

22. Delays in the

Supplier’s

Performance

22.1 Delivery of the Goods and performance of Services shall be made by

the Supplier in accordance with the time schedule prescribed by the

Purchaser in the Schedule of Requirements.

22.2 If at any time during performance of the Contract, the Supplier or its

subcontractor(s) should encounter conditions impeding timely delivery

of the Goods and performance of Services, the Supplier shall promptly

notify the Purchaser in writing of the fact of the delay, its likely

duration and its cause(s). As soon as practicable after receipt of the

Supplier’s notice, the Purchaser shall evaluate the situation and may at

its discretion extend the Supplier’s time for performance, with or

without liquidated damages, in which case the extension shall be

ratified by the parties by amendment of Contract.

22.3 Except as provided under GCC Clause 25, a delay by the Supplier in

the performance of its delivery obligations shall render the Supplier

liable to the imposition of liquidated damages pursuant to GCC Clause

23, unless an extension of time is agreed upon pursuant to GCC Clause

22.2 without the application of liquidated damages.

23. Liquidated

Damages

23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of

the Goods or to perform the Services within the period(s) specified in

the Contract, the Purchaser shall, without prejudice to its other

remedies under the Contract, deduct from the Contract Price, as

liquidated damages, a sum equivalent to the percentage specified in

SCC of the delivered price of the delayed Goods or unperformed

Services for each week or part thereof of delay until actual delivery or

performance, up to a maximum deduction of the percentage specified

in SCC. Once the maximum is reached, the Purchaser may consider

termination of the Contract pursuant to GCC Clause 24.

24. Termination

for Default

24.1 The Purchaser, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all of the Goods within the

period(s) specified in the Contract, or within any extension

thereof granted by the Purchaser pursuant to GCC Clause 22; or

(b) if the Supplier fails to perform any other obligation(s) under the

Contract.

(c) if the Supplier, in the judgment of the Purchaser has engaged in

corrupt or fraudulent practices in competing for or in executing

the Contract.

For the purpose of this clause:

“corrupt practice” means the offering, giving, receiving or

soliciting of anything of value to influence the action of a public

official in the procurement process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order

to influence a procurement process or the execution of a contract

to the detriment of the Procuring Agency, and includes collusive

practice among Bidders (prior to or after bid submission)

designed to establish bid prices at artificial non-competitive

levels and to deprive the Procuring Agency of the benefits of

free and open competition.

24.2 In the event the Purchaser terminates the Contract in whole or in part,

pursuant to GCC Clause 24.1, the Purchaser may procure, upon such

terms and in such manner as it deems appropriate, Goods or Services

similar to those undelivered, and the Supplier shall be liable to the

Purchaser for any excess costs for such similar Goods or Services.

However, the Supplier shall continue performance of the Contract to

the extent not terminated.

25. Force Majeure

25.1 Notwithstanding the provisions of GCC Clauses 22, 23, and 24, the

Supplier shall not be liable for forfeiture of its performance security,

liquidated damages, or termination for default if and to the extent that

it’s delay in performance or other failure to perform its obligations

under the Contract is the result of an event of Force Majeure.

25.2 For purposes of this clause, “Force Majeure” means an event beyond

the control of the Supplier and not involving the Supplier’s fault or

negligence and not foreseeable. Such events may include, but are not

restricted to, acts of the Purchaser in its sovereign capacity, wars or

revolutions, fires, floods, epidemics, quarantine restrictions, and freight

embargoes.

25.3 If a Force Majeure situation arises, the Supplier shall promptly notify

the Purchaser in writing of such condition and the cause thereof.

Unless otherwise directed by the Purchaser in writing, the Supplier

shall continue to perform its obligations under the Contract as far as is

reasonably practical, and shall seek all reasonable alternative means for

performance not prevented by the Force Majeure event.

26. Termination

for Insolvency

26.1 The Purchaser may at any time terminate the Contract by giving

written notice to the Supplier if the Supplier becomes bankrupt or

otherwise insolvent. In this event, termination will be without

compensation to the Supplier, provided that such termination will not

prejudice or affect any right of action or remedy which has accrued or

will accrue thereafter to the Purchaser.

27. Termination

for

Convenience

27.1 The Purchaser, by written notice sent to the Supplier, may terminate

the Contract, in whole or in part, at any time for its convenience. The

notice of termination shall specify that termination is for the

Purchaser’s convenience, the extent to which performance of the

Supplier under the Contract is terminated, and the date upon which

such termination becomes effective.

27.2 The Goods that are complete and ready for shipment within thirty (30)

days after the Supplier’s receipt of notice of termination shall be

accepted by the Purchaser at the Contract terms and prices. For the

remaining Goods, the Purchaser may elect:

(a) to have any portion completed and delivered at the Contract

terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed

amount for partially completed Goods and Services and for

materials and parts previously procured by the Supplier.

28. Resolution of

Disputes

28.1 The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or dispute

arising between them under or in connection with the Contract.

28.2 If, after thirty (30) days from the commencement of such informal

negotiations, the Purchaser and the Supplier have been unable to

resolve amicably a Contract dispute, either party may require that the

dispute be referred for resolution to the formal mechanisms specified

in SCC. These mechanisms may include, but are not restricted to,

conciliation mediated by a third party, adjudication in an agreed and/or

arbitration.

29. Governing

Language

29.1 The Contract shall be written in the language specified in SCC.

Subject to GCC Clause 30, the version of the Contract written in the

specified language shall govern its interpretation. All correspondence

and other documents pertaining to the Contract which are exchanged

by the parties shall be written in the same language.

30. Applicable

Law

30.1 The Contract shall be interpreted in accordance with the laws of

Islamic Republic of Pakistan.

31. Notices

31.1 Any notice given by one party to the other pursuant to this Contract

shall be sent to the other party in writing or by fax and confirmed in

writing to the other party’s address specified in SCC.

31.2 A notice shall be effective when delivered or on the notice’s effective

date, whichever is later.

32. Taxes and

Duties

32.1 Supplier shall be entirely responsible for all taxes, duties, license fees,

etc., incurred until delivery of the contracted Goods to the Purchaser.

Part-II

Section III. Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of Contract.

Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of

Contract. The corresponding clause number of the GCC is indicated in parentheses.

1. Definitions (GCC Clause 1)

GCC 1.1 (g)—The Purchaser is: MEDICAL SUPRINTENDENT THQ HOSPITAL Kot Addu,

Primary & Secondary Health Department, Government of the Punjab.

GCC 1.1 (h)—The Purchaser’s country is: Islamic Republic of Pakistan

GCC 1.1 (i)—The Supplier is:

GCC 1.1 (j)—The Project Site is: THQ Kot Addu City (Punjab).

2. Country of Origin (GCC Clause 3)

3. Performance Security (GCC Clause 7)

GCC 7.1—The amount of performance security, as a percentage of the Contract Price, shall be 5%

(Five per cent of the contract price) in the shape of non recourse, irrevocable and unconditional

bank guarantee from scheduled bank of Pakistan on the prescribed format attached with the bidding

document.

4. Inspections and Tests (GCC Clause 8)

GCC 8.6—

Inspection and tests prior to delivery of goods and at final acceptance are:-

i) For being Brand New, bearing relevant reference numbers of the equipment

(Certificate from supplier) ii) For Physical Fitness having No Damages (Certificate from supplier)

iii) For the Country of Origin as quoted by the Supplier (Certificate from

manufacturer)

iv) For conformance to specifications and performance parameters, through Prior to

delivery inspection (Inspection Report by PMU)

v) For successful operation at site after complete installation, testing and

commissioning of the equipment (Installation, Testing and Commissioning

Report by THQ Hospital Kot Addu.)

5. Delivery and Documents (GCC Clause 10)

GCC 10.3— upon shipment, the Supplier shall notify the Purchaser the full details of the shipment,

including Contract number, description of Goods, quantity and usual transport document. The

Supplier shall mail the following documents to the Purchaser:

(i) Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total

amount;

(ii) Original and two copies of the usual transport document (for example, a negotiable bill of

lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway

consignment note, a road consignment note, or a multimodal transport document) which the

buyer may require to take the goods;

(iii) Copies of the packing list identifying contents of each package;

(iv) Insurance Certificate;

(v) Manufacturer’s or Supplier’s Valid Warranty Certificate;

(vi) Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s

Factory Inspection Report; and

(vii) Certificate of Origin.

(viii) The above documents would be required even if the equipment has already been imported and

is available with the supplier ex-stock

6. Insurance (GCC Clause 11)

GCC 11.1— The Goods supplied under the Contract shall be Delivered Duty Paid (DDP) under

which risk is transferred to the Buyer after having been delivered. Hence insurance coverage is

seller’s responsibility. Since the Insurance is seller’s responsibility they may arrange appropriate

coverage.

7. Incidental Services (GCC Clause 13)

GCC 13.1—Incidental services to be provided are:

A) At site complete training of Purchaser’s nominated staff regarding maintenance

and operation of Goods.

B) At site preventive maintenance on quarterly basis by the bidder’s qualified staff

for one year, starting from final acceptance of goods.

The rate must include cost for all kinds of labor, inputs and material required for

above, and all applicable government taxes and levies. In case a separate rate is

not provided by the bidder for the above items, it shall be deemed to have been

covered in the overall quoted cost.

8. Warranty (GCC Clause 15)

GCC 15.2—In accordance with the provisions, the warranty period shall be 2000 hours of operation

or 12 months (parts and labor warranty) from date of Handing Over (Final Acceptance) of the

Goods whichever occurs earlier. The Supplier shall, in addition, comply with the performance

and/or consumption guarantees specified under the Contract. If, for reasons attributable to the

Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion,

either:

(a) Make such changes, modifications, and/or additions to the Goods or any part thereof as may

be necessary in order to attain the contractual guarantees specified in the Contract at its own

cost and expense and to carry out further performance tests in accordance with SCC 4,

or

(b) Pay liquidated damages to the Purchaser with respect to the failure to meet the contractual

guarantees. The rate of these liquidated damages shall be 0.1 % of the contract price per day.

The maximum amount of liquidated damages for the whole of the goods or part thereof shall

be 5% of the contract price.

or

(c) Replacement of the whole unit at site including transportation, installation, testing &

commissioning etc in case of major defect at his own cost.

GCC 15.4 & 15.5—the period for correction of defects in the warranty period is 72 hours.

9. Payment (GCC Clause 16)

GCC 16.1—The method and conditions of payment to be made to the Supplier under this Contract

shall be as follows:

Payment for Goods supplied:

Payment shall be made in Pak. Rupees in the following manner:

(i) Payment against Delivered Goods: Upon submission of claim, the supplier shall be paid

within thirty (30) days of receipt of the Goods at site after performing the requisite

inspection and tests as mentioned in SCC 4.

12. Prices (GCC Clause 17)

GCC 17.1—Prices shall be: Fixed.

13. Liquidated Damages (GCC Clause 23) GCC 23.1—Applicable rate: 0.1 % of contract price per day

Maximum deduction: 5 % of contract price

14. Resolution of Disputes (GCC Clause 28)

GCC 28.3—the dispute resolution mechanism to be applied pursuant to GCC Clause 28.2 shall be

as follows:

In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to

adjudication or arbitration in accordance with the Pakistan Arbitration Act, 1940.

15. Governing Language (GCC Clause 29)

GCC 29.1—The Governing Language shall be: English.

16. Applicable Law (GCC Clause 30)

GCC 30.1-The Contract shall be interpreted in accordance with the laws of Islamic Republic of

Pakistan which includes the following legislation:

The Employment of Children (ECA) Act 1991

The Bonded Labour System (Abolition) Act of 1992

The Factories Act 1934

17. Notices (GCC Clause 31)

GCC 31.1—Purchaser’s address for notice purposes – Office of MEDICAL SUPRINTENDENT

THQ Hospital Kot Addu, Primary & Secondary Health Department, Government of Punjab.

—Supplier’s address for notice purposes: