Notice Inviting Tender Rate Contract and Agency 2021-24

72

Transcript of Notice Inviting Tender Rate Contract and Agency 2021-24

SOUTH DELHI MUNICIPAL CORPORATION

Tender Enquiry Form

For Rate Contract & Agency for 2021-24 of Medicines, Lab. Items, X-Ray Films,

Chemicals, surgical Consumables & General Items

Contents Tender Document with Annexure, Terms & Conditions, Agreement, and Inventory

Office of Addl. DHA (M&TB) Health Department SOUTH DELHI MUNICIPAL CORPORATION

Phone No. 2322-6824, 6859 MCD Website https://mcdonline.nic.in/sdmcportal/

SOUTH DELHI MUNICIPAL CORPORATION HEALTH DEPARTMENT

S. No. Rate Schedule

South DMC Tender No.-------

Tender document for fixing Rate Contract & Agency for 2021 –2024 of Drugs & Medical Supplies (Medicines, Lab Items, X-Ray films, Chemicals, Surgical dressings and General Items), for health institutions under SDMC.

The financial bid is to be uploaded in the concerned template on http://mcdetenders.com. A hard copy of all documents is also to be submitted in the office of Addl.DHA (Med. & TB), SDMC,

18th Floor, Dr. SPM, Civic Centre, Minto Road, New Delhi-110002.

SOUTH DELHI MUNICIPAL

CORPORATION HEALTH

DEPARTMENT

TENDER ENQUIRY AND TERMS & CONDITIONS

Under the approved policy by the erstwhile MCD (Vide Standing Committee

Resolution No. 142/Stg. Dated 13/8/97 and amended Resolution No 375 & 843 dated 27.8.2003

and dated 07.11.2008 respectively, and Corp. Resolution No. 71 dated 20/09/2017, tenders were

invited from those firms which are registered with NSSIC/DGS&D/ or DDG (Store)/

Ministry of Health &Family Welfare/ Railways/Defense/ESIC/GNCTD etc. for fixing the

rate contract and agency for supply of drugs and pharmaceuticals/surgical dressing, general

items etc. for the health institutions under SOUTH DELHI MUNICIPAL CORPORATION for

year 2018-2021. Similarly, Corporation vide its resolution no. 356 dated 24/03/21 accorded

administrative approval for Fixing of RCA for drugs & Medical Supplies for 2021-24 &

Expenditure sanction, restricted to 17 Crore per year, on the following terms and conditions:-

The process of tendering will be done through e-tendering. The prescribed tender forms along

with terms and conditions & Inventory can only be downloaded from tender

website i.e. http://mcdetenders.com. Firms, desirous of participating, shall have to deposit

Rs.2000/- in the form of Demand Draft drawn in favor of Commissioner, South DM, as Tender

Fee. Tenders will be opened in the office of A.O. (H&P),18th Floor, Dr. SPM Civic Centre, JLN

Marg, New Delhi 110002, as per schedule. The entire tender process will be as per

standard e-tendering norms of MCD. Any other information regarding tender can be obtained

from office of Addl. D.H.A. (Medical & T.B.), Tel. No. 011-23226824, 23226859.

Presently the requirement of medicines and other items for SDMC health department is

limited to the setup of its M&CW units, Maternity Homes, SHS, Allopathic Dispensaries,

Polyclinics and Colony hospitals & Tuberculosis units etc. There is no major hospital

functioning presently in SDMC, therefore existing inventory of 17 groups as in NDMC is not

essential for SDMC. It is to be limited for the items actually needed for existing Medical

institutions of SDMC. Accordingly, the medicines and other items are enlisted in four groups as

detailed below. Final inventory has been prepared by the duly constituted Committee on

assessing requirement.

Groups Particulars

A General Group General Medicines & Items, X-Ray Films & Chemicals

Lab. Chemicals, Dental items etc.

B Medicine Group Tablets & Capsule, Injections, Pediatrics , Medicines etc.

C Special Group ENT Medicines, Ophthalmic preparations , Medicine for Skin

&VD, Anti TB Drugs

D Surgical and

Disposables Group

Anaesthesia items and disposables, Surgical Dressing &

Instruments Linen Items

I. PURCHASE THROUGH OPEN E-TENDER

Tenders will be accepted under two bid system i.e. Techno-Commercial Bid (Env. A) &

Financial Bid (Env.B). Details of Tended are available on Website: www.mcdonline.nic.in

while Tenders can be downloaded from e-tendering site of SDMC:

https://etenders.gov.in

A. Techno-Commercial, Bid- (Envelope A).

As a part of initiative in e-governance, erstwhile MCD had introduced e-tendering in

Health Department. Firms, desirous of participating in e-tendering, should have a valid Digital

Certificate (D.C.) that is essential for participation. In case any firm, desirous of participating in the

tender, who does not have valid D.C., should obtain DC and apply for registration. The Techno-

Commercial Bid shall include copies of number of documents viz. Earnest Money, PAN / ITRs,

STC / VAT, GST Regn., Drug License, Test Analysis Reports and Registration with Govt.

Agencies etc. Therefore, in order to facilitate submission of tenders by bidders, firms participating

in tender shall submit manually the techno-commercial-bid along with copies of all

essential documents etc. in the office of A.O. (H&P), 18th Floor, Dr. SPM Civic Centre,

JLN Marg, New Delhi 110 002, on or before the scheduled date. Samples of drugs/items with

specifications and valid test report etc. as detailed in the tender document shall have to be

submitted at Central Medical Stores, Upper Basement, PSMS Hospital , Kalkaji, New Delhi 110019,

in prescribed Performa (As per annexure iv), on or before the scheduled date and time. They shall

obtain the receipt of submission of samples which is to be enclosed with techno-

commercial-bid. While they shall furnish the information in the template, that the techno-

commercial-bid submitted by them contains all necessary documents including online payment of

EMD, Tender Fee and sample receipts etc,. online. The details of documents to be submitted

along with terms and conditions are given in the subsequent pages.

The entire Techno-Commercial-Bid will be submitted in sealed envelope, super-scribed as: -

“ENVELOPE – A”

TECHNO-COMMERCIAL BID

TENDER FOR THE SUPPLY OF (Group No. )

TENDER NO Due on

B) Financial Bid (Envelope – B)

• The entire financial bid shall be uploaded as per template given in the tender.

• All prices should be quoted in Indian Rupees only.

• All prices (including delivery of services at Store/Hospital premises) shall be FOB destination.

• Prices shall remain firm and no increase will be allowed during the entire period of contract.

Conditional offers will not be accepted.

• Rates will be revised only if Govt. /State Govt. duty is imposed or changed subject to

submission of documentary evidence.

• The technical bid will be opened first and tenders will be short listed on the basis of the pre-

determined criteria listed hereinafter. The uploaded price bids of short listed tenders will only be

opened. The rates of item(s) rejected by the approval board shall not be opened while scrutiny

of online financial bids. Comparative statement will be prepared. The rate contract will be made

with the lowest bidder and if required negotiations can be made with eligible L-1. Copies of the

rate contract, so finalized will be sent to all DDOs of Medical institutions under South D.M.C.

who may place orders on the rate contract holders for supply of drugs as per their requirement.

II. (a) DOCUMENTS REQUIRED FOR TECHNO-COMMERCIAL-BID (ENVELOPE-A)

It must contain self attested copies of following documents in serial order:-

1. Tender Fee: Rs. 2000/- (payable online on E-tendering Portal of SDMC.)

2. Earnest Money Deposit (E.M.D). (Payable online on E-tendering Portal of SDMC.)

• For Group B and C: Rs. 50000/-

• For Group A and D: Rs. 20000/-

• Bidders registered as MSME will be exempted from Tender Fee & EMD as

per rules, subject to verification;

3. Forwarding letter as per prescribed Performa, supplied by South DMC (Annexure No.1).

4. Permanent Account Number and ITRs for current and last two years.

5. Sales Tax /VAT registration certificate of manufacturer for preceding 2 yrs. & Or

GST Registration.

6. Drugs Manufacturing License.

a) For Drug Items:

Certified copy of "Drug manufacturing License” from Food & Drugs Administration

along with the list of products licensed to manufacture duly renewed up to date. If quoted

items are being manufactured at different places, manufacturing license from respective

F.D.A./Drug Controller should be enclosed. Tenderer should highlight the item/s quoted in

the list of products licensed to manufacture and also mention the S.No. of the item, as per

inventory. The firm must have manufactured the product quoted for more than past three

years. In case of newly introduced drugs/molecules, the manufacturer can be eligible,

provided the firm submits a certificate from the DCGI, in this regard. If a firm is the sole

manufacturer of the product, the same can be treated as proprietary drug, provided the firm

submits a certificate to this effect from the competent authority in India.

Manufacturers having valid drugs licenses are allowed to quote product manufactured by third

Party after verification.

Manufacturers can also bid Drugs manufactured under loan licenses.

b) For Non-Drug Items.

▪ Enclose copy of valid manufacturing license.

▪ The product should be ISI /CE/ ISO certification.

▪ Enclose copy of ISO/EN/CC/CE certificate of the manufacturing facility.

c) For Imported medical devices

▪ Such items should have F.D.A. approval/CE certification/ ISI /ISO/EN certification of

the manufacturing facility.

▪ They should also enclose list of countries where the devices/Items are being on sale.

d) Medical devices manufactured in India.

▪ For medical devices that are manufactured in India, copy of valid manufacturing license, in

form 28, issued by Drug Controller General of India must be enclosed.

▪ The product should be ISI/CE certified.

▪ Enclose ISO/EN certificate of the manufacturing unit.

7. Performance certificate issued from concerned Food & Drugs Administration/State

Drugs Control Administration in enclosed Performa (Annexure No. II). If the

manufacturer is manufacturing the same items for which tender is filled in, at various places,

either in Delhi or outside Delhi, he should obtain performance certificate from the

respective Food & Drugs Administration authority/State Drugs Controlling Authority

where the manufacturing activities are carried out. Performance certificate should not be

more than two years old and should clearly mention that the item quoted is being

manufactured, at least for last three years.

8. Certificate from concerned Food & Drugs Administration/ State Drugs Control

Administration that the drugs licensed are being manufactured by using WHO

GMP/GMP, as per revised schedule M of Drugs & Cosmetic Act (latest copy of GMP or

WHO GMP to be enclosed) and firm should have supplied the items to either of these

institutions i.e. Defense, Railways, ESIC, or DGHS (GOI) etc. Imported drugs should have

WHO GMP or FDA Certificate.

9. Bona-fide Distributor Certificate-- Annexure No. III

I. Tenders will be accepted from manufacturers only for all items covered under Drugs &

Cosmetics Act, 1940 & Drugs & Cosmetics Rule, 1945. However, manufacturing firm

can appoint distributor for supply or can supply directly. A manufacturing firm, desirous

of appointing distributor, should mention name of the distributers. No replacement of

distributor within the tender period and period of contract including extension

period will be allowed. However, the firm can withdraw the distributor with disclosure

of distribution margin to reduce the cost if available. Copy of Drug License of such

distributor renewed up to date, should be submitted along with authority letter of

distributor, as per Performa (Annexure no. III). Copy of agreement between distributor

& manufacturer be enclosed, if executed.

II. Authorized Distributor/Agent/Dealer should also submit his Sales Tax / VAT

/GST Regn. Certificate for past year, GST registration and Drugs License in

Envelope No. A.

III. In case of drugs covered under Narcotic Drugs & Psychotropic Substances Act, the

distributor must be in possession of valid license to sell/store/exhibit Narcotic Drugs &

Psychotropic substances as required under N.D.P.S. Act 1985 and Drugs & Cosmetics

Act, 1940 and the rules framed there under.

10. Minimum Annual Turnover Criteria

Group No. A Rs. 1.00 Crore annual turnover for each year for last three years.

Group No. B Rs. 20.00 Crore annual turnover for each year for last three years.

Group No. C Rs. 5.00 Crore annual turnover for each year for last three years.

Group No. D Rs. 5.00 Crore annual turnover for each year for last three years.

(Turnover criteria have been recommended considering the expected volume of procurements in each group. The Group B has more voluminous items therefore higher turnover. Criteria are proposed to ensure quality and better supply chain of the products of the participating firms.)

A certificate from C.A., to this effect is to be attached. Enclose copy of

Audited balance sheet, Audited profit & loss account and Income Tax Return for

the last three financial years in support of the claim for justifying Annual Turnover.

11. Certified copy of registration made under Directorate General of Supplies & disposal

(D.G.S. & D.)/D.D.G. Store/ Ministry of Health & Family Welfare/ Small Scale Industries

(SSI)/ and National Small Scale Industries Corporation

(NSSIC)/ESIC/Defense/DGQA/Railways/GNCTD, wherever applicable. Firms can

enclose copy of supply order of the current year in support of their claim.

12. Information in respect of products for which Bio-availability data required as indicated in

the scheduled should be furnished in Performa and should be submitted as per Annexure

No. V.

13. Item-wise remarks, if any, worth mentioning regarding the product.

14. Any assumption, condition, deviation etc. different than those stated in the tender invited

and condition thereof have to be mentioned clearly.

15. Details of Tendered item as per Annexure no. VII will be submitted along with the tender.

16. Statement showing installed capacity of the product/s quoted b e enclosed as per (Annex.

No. VIII), which is to be submitted in envelope No. 1. This is to justify that the Firm will

be able to supply the items in quantity ordered in the event of selection.

17. Sample receipt.

18. Copy of test report, of each item quoted, from Govt. recognized Lab. in form 39 for all

drug items covered under Drugs & Cosmetic Act and rules there under; and for non-drug

items test report from any Govt. recognized lab.

19. Past Performance: If there is failure to supply/part supply of any item on 3 or more

occasions of a particular item during the existing period of contract, the firm may be

debarred to supply the said item. The firm should submit an undertaking to that effect.

20. Particulars of the authorized person in respective groups in Annexure IX.

21. Non conviction certificate from respective drugs controller.

II (b). Techno-Commercial-Bid (ENVELOPE -A)

For Group No. A (General Items)

Tenders are invited from manufacturers/distributors/suppliers for supply of General Items

enlisted in Group No. A.

For Groups No. B, C, D

Tenders are invited from Manufacturers only for supply of Drugs Items enlisted in Group No.

B, C, D. Drugs or manufactured by third party or under loan license can also be quoted.

i) Documents

It will contain following documents in serial order:-

1. Tender Fee: Rs. 2000/- (Two thousand only) payable online on E-tendering Portal of

SDMC. Website: https://etenders.gov.in

2. Earnest Money Deposit (E.M.D). Payable online on E-tendering Portal of SDMC, Website:

https://etenders.gov.in Every tenderer/bidder will have to deposit an amount of

Rs.50,000/- (Rs. Fifty thousand only) for Group B & C and Rs 20000.00 for Group A & D

( Twenty Thousand only) and previous year’s earnest money will also not be accepted.

Bidders registered as MSME will be exempted from Tender Fee & EMD as per rules,

subject to verification;

Payments towards Tender fee & EMD will be received on line if Payment portal of the Tender site is functional,

failing which it will be received as DD as stated above.

3. Permanent Account Number/ITRs, in case the firm appoints a distributor, copy of STC, VAT,

PAN of distributor and GST Registration must also be enclosed.

4. Sales Tax /VAT registration of manufacturer for preceding 2 yrs. In case the firm appoints a

distributor, similarly copy of STC, VAT, PAN and GST Regn. of distributor must also be

enclosed.

5. Certification. The items quoted should be ISI marked/CE/ISO certified wherever applicable. For

woolen blankets, the product must have wool mark.

6. Bona-fide Distributor Certificate (if applicable) -- Annexure No. III

▪ Tenders will be accepted from manufacturers/distributors/suppliers. However, manufacturing

firm can appoint distributor for supply or can supply directly. A manufacturing firm desirous of

appointing distributor should mention their name. No change of distributor within the tender

period and period of contract including extension period be allowed. Copy of STC/ VAT GST

Regn. and PAN of distributor must also be enclosed.

▪ Authorized Distributor/Agent/Dealer should also submit his Sales Tax/VAT / certificate &

GST registration and Drugs License in Envelope - A.

7. Annual Turnover as defined above, required for last three years. A certificate to this effect

should be attached, certified from CA. Enclose copy of Audited balance sheet, audited profit &

loss account and income Tax Return for the past three financial years in support of the claim.

8. Certified copy of registration made under Directorate General of Supplies & disposal

(D.G.S.& D.)/D.D.G. Store/ Ministry of Health & Family Welfare/ Small Scale Industries

(SSI)/ and National Small Scale Industries Corporation (NSSIC)/ESIC/Defense/DGQA

/Railways /GNCTD, wherever applicable. Firms can enclose copy of supply orders,

supplied to Govt. Agencies including MCD for the current year in support of their claim.

9. The firm/supplier is required to submit seven sets of samples of item(s) in case of Gen.

Items, which is/are finalized in the rate contract. However, the said sample will be adjusted

against the 1st supply of that item by the concerned D.D.O. This is essential for approval

subsequent supplies during the tender period.

10. Item-wise remarks if any worth mentioning regarding the product.

11. Any assumption condition, deviation etc. different than those stated in the tender invited and

condition thereof has to be mentioned clearly.

12. Sample receipt in Annexure-IV or in firms letter head. (strike out whichever is not applicable in

annexure)

13. Copy of test report from Govt. approved lab, for all Drug items covered under Drugs and

Cosmetic Act. in Form ‘39’ if applicable. Other Items /reagents/test kits and non- drug Items

should be accompanied with quality Certificates/Test report, if available.

14. Past Performance: If there is failure to supply/part supply of any item for 3 or more occasions

of a particular item during the existing period of Contract, the firm may be debarred to supply

the said item. The firm should submit an undertaking to that effect.

15. Particulars of the authorized person in Annexure IX.

ii) Samples (wherever applicable)

The tenderer is required to submit one set of samples of drugs/other items on or before specified

date. The tenderer should fill in Performa receipt in triplicate for each item. The office of the

Addl. Director Hospital Administration (Med. & TB), SDMC on receiving the sample will issue

receipt in duplicate to the tenderer. The tenderer should retain original with him. The duplicate

copy should be enclosed in Envelope no. 1. (Annexure - IV).

The tenderer should submit labeled samples (sealed) specifying Item numbers and Group

numbers along with the test reports and name of tenderer attached to each sample. The batch

number of the drug submitted as sample should tally with the batch number reflected in the test

report of the same drug. The label should comply with the Drugs & Cosmetic Act, 1940 and

rules made there under with latest amendments. The quantity should be sufficient for testing

purpose e.g. plastic or glass bottles; two bottles, two vials/ ampoules: 6 Amp. x 2, Bulk packing of

100 tablets, one strip packing in 10X10 box.

# Documentary evidence for USP type I/II

The glass used for intravenous fluid, ampoules and Vials should be as per USP Type-

I/Type II specifications. The documentary evidence should be furnished with a sample receipt in

Envelope no. 1 and also at time of every supply in case of successful tenderer.

# Documentary evidence for Biological test for plastic

Intravenous fluids in plastic bottle should pass the test for plastic containers as mentioned

in USP edition XXI "Biological Test Plastic". Documentary evidence to that effect should be

produced and should be enclosed with sample receipt in Envelope No. 1 and should be supplied

at the time of every supply in case of successful tender.

# Lab report

In case of all Drugs, Injections, medical devices and surgical items, test reports from the Govt.

approved lab in form 39 must be attached along with sample receipt in Envelop No. 1.

# Sterility test report

In case of surgical disposables, ophthalmic preparation, injectable or wherever applicable, sterility

test, pyrogenecity, toxicity report be attached along with the samples in envelope no A.

The unsuccessful tenderers are at liberty to obtain back their samples on surrendering the original

copy of receipt within 45 days of finalization of the product. Thereafter such samples will be

disposed of and no claim thereof will be entertained.

The successful tenderer will have to retain the samples with the office of Addl. Director Hospital

Administration (Med. & TB), till the expiry of the period of contract.

# Samples (For Group No. A, B, C & D for drug and pharmaceutical products)

The tenderer is required to submit one set of sample of drugs/other items on or before specified

date. The tenderer should fill in Performa receipt/firms letter head in triplicate for each item. The

office of the Addl. Director Hospital Administration (Med. & TB), SDMC on receiving the sample

will issue receipt in duplicate to the tenderer. The tenderer should retain original with him. The

duplicate copy should be enclosed in Envelope no. A. (Annexure- IV).

The firm/supplier is required to submit seven sets of samples of Gen. Item (s) that is/are finalized

in the rate contract. However they said sample will be adjusted against the 1st supply of that

item by the concerned D.D.O. This is essential for approval subsequent supplies during the tender

period.

ii). (a) Criteria for Evaluation of Techno-Commercial Bids For all groups.

Envelope no. A should contain the following documents as applicable for the group, in the order

mentioned below:

1. Tender form fee as specified above.

2. Earnest Money deposit

3. Downloaded tender form.

4. Sales Tax /VAT Registration / Clearance Certificate and GST registration.

5. P.A.N. and ITRs (Compulsory).

6. Valid drug license of each item quoted. (Highlight each item quoted and each page should be

signed & stamped by Drug Controller). In case of imported drug items (medical devices), import

license issued by D.C.G.I. must be enclosed.

7. Performance certificate as per Performa & should clearly mention tenderer is successfully

manufacturing the drug quoted for past 3 years.

8. WHO GMP/ GMP as per revised schedule M of Drugs & Cosmetic Act (latest copy of GMP

or WHO GMP to be enclosed).

9. Distributor Certificate (Annexure-III).

10. Certificate of Annual turnover supported by audited balance sheet, audited profit and loss

account, and income tax return for preceding three years (F.Y.), details as given above (II.a.9).

11. Registration with NSSIC/DGS&D/ or DDG (Store), Ministry of Health & Family Welfare/ Defense

/Railways/ESIC/GNCTD etc.

12. Non-Conviction by the State Licensing Authority.

13. Affidavit of non black listing /debarring.

14. Sample receipt as per Annex IV

15. Items wise remarks if any.

16. Any assumption, deviations, conditioners, etc. has to be mentioned clearly.

17. Certificate of Quality Control Annex V

18. Details of Tenderer as per Annex VII.

19. Installed Capacity as per Annex VIII.

20. Test report/Sterility report or both as applicable to the product from Govt. approved laboratory

declaring the quoted items as of Standard Quality in form no 39.

In case of non-drug items like ‘Other items /reagents/Test kits and non drug Items should be

accompanied with quality Certificate/test report, if available.

21. In case of reputed firms, who choose to submit test report from their in-house laboratory, the

firm should enclose a certificate declaring Govt./Drug Controller of the State, where the drug

has been manufactured, approves the Laboratory from which accompanying test report has

been obtained.

22. Particulars of the authorized person in Annex IX.

Approval of sample by the duly constituted technical board.

i. Any other condition preset by the Purchase board to objectively assess the Technical

Competence of the Tenderer.

ii. Financial bid will be opened for scrutiny, only when techno commercial bid is found in

order, and the samples submitted have been approved by the Technical Board.

iii. The rates of the items/drugs will only be considered, if the Technical Board approves

the same. Mere approval of techno commercial bid does not indicate all items quoted

have been approved by the Technical Board.

iv. If any of the documents to be enclosed in Envelope A is not attached or is incomplete

no further opening of Financial Bid will be done and tender will be liable for rejection

without any correspondence in this regard.

Note: 1.Technically successful bid does not necessarily mean all item quoted are

technically approved for price consideration. 2. All pages of Tech. Bid shall be

numbered and signed by the tenderer. 3. The Bidders are requested to submit the

Technical Bid in spirally bound form.

b) Criteria for Evaluation of Financial Bids

The entire financial bid is to be submitted online. It should include: -

1. Rate schedule as per Template.

2. Product-wise costing as per annexure VI, if applicable to be uploaded. (Not applicable for Gen. Items)

3. Negotiation will be made with L-I only if the rates are higher than the prevailing market rates

or last year’s rates.

Product wise costing certificate as per last cost audit report as submitted to Bureau of

Industrial Cost & Production (BICP)/National Pharmaceutical Pricing Authority, certified by

Registered Chartered Accountant wherever applicable. Product wise costing statement, as per last

cost audit report and Drug Price Control Order (DPCO), wherever applicable. In case if BICP or

DPCO is not applicable, the information regarding product-wise costing should be submitted in

enclosed Performa as Annexure-VI.

c) General.

• For general items all other conditions mentioned in the document as applicable to this group

shall hold good.

• Any false statement made by the tenderer will make the tender invalid and contract awarded

will stand terminated. Such tenderer shall also be liable for penal action, including black

listing.

• In case of submission of incomplete/false documents, the technical bid shall be summarily

rejected without any communication to the tenderer, among other punitive measures.

• If the rate quoted is unreasonably low as compared to production cost, the tender for that

item is liable to be rejected. The decision of Technical Board/Expert Committee/TEC &

PEC will be binding for deciding rate, contract & agency. Items recommended essential for

inclusion in rate, contract on recommendations of the committee be considered for

mandatory approval by the competent authority.

- The decision of the Director Hosp. Administration is final and binding. Director

Hospital Administration, SDMC does not pledge herself/himself to accept the lowest or

any tender and reserves right to split the quantity amongst the eligible tenderers and to

relax any of the conditions of this tender. Director Hospital Administration reserves right

to reject any or all tenders without assigning any reason/reasons.

III. DIRECT DEMANDING / INDENTING OFFICER:

The following officers have been declared as Direct Demanding Officers. Their demand has to be

delivered at the approved rates without any extra charges for conveyance, packing and delivery etc.

in the premises of the institutions concerned:-

1. Addl. D.H.A. (Med. & TB), SDMC.

2. Addl. D.H.A. (M&CW), SDMC.

3. Dy.DHA (HQ), SDMC.

4. CMO (Stores), SDMC.

5. Addl. MHO (PH)/SDMC

6. MS/Purnima Sethi Multispecialty Hospital.

7. R.M.S. Chest Clinic & Hospital, Nehru Nagar.

8. Director, Ayush.

IV. Tender Fee.

Tender Fee of Rs.2000/- for each group ). Payable online on E-tendering Portal of SDMC

https://etenders.gov.in payable by D.D. drawn in favor of Commissioner, SDMC payable to

Delhi must be enclosed with techno-commercial-bid failing which the bid shall be rejected.

V. Earnest Money.

Earnest money of Rs. 50000/ for Group B & C and Rs. 20000 for group A & D, Payable online

on E-tendering Portal of SDMC p https://etenders.gov.in It must be enclosed with techno-

commercial-bid failing which the bid shall be rejected. Earnest Money Deposit of unsuccessful

tenderer shall be refunded without interest. While EMD of successful tenderer will be retained till

the expiry of the contract and will be refunded thereafter without interest.

Bidders registered as MSME will be exempted from Tender Fee & EMD as per rules, subject to

verification;

VI. Agreement. (Annexure - X)

• In the event of acceptance of contract the agreement must be signed by the authorized

signatory of the firm and Director Hospital Administration, within 15 days of award of

offer of rate contract. No supply order will be issued by any DDO before signing of

contract agreement. In case any supply is made without entering into agreement,

SDMC is not liable to make payments of such supplies received.

• If the firm fails or neglects to observe or perform any of its obligations under the contract,

it shall be lawful for the SDMC to forfeit the EMD furnished by the firm.

• Non performance of contract agreement provisions will further disqualify him to

participate in the tender and is likely to be debarred for next consecutive tenders of SDMC.

VII. Supply Order

a. After the rate contract is finalized and an agreement has been executed /entered and

accepted by the DHA, the direct demanding officers of SDMC can place the supply orders

as per their demand within their allocated budget.

b. Supply orders will be placed during the contract period and will have to be accepted till the

expiry of contract period.

c. The successful bidder will be required to supply the items at the rate quoted and agreed,

during the extension of contract period, which will not be ordinarily more than three

months.

VIII. No guarantee for quantity

No guarantee can be given regarding the minimum quantity of which will be drawn against this

contract and the contractor will supply quantity as may be ordered by the D.D.O.

IX. Security deposit

• In the event of tender being accepted, tenderer will have to furnish Performance Security

deposit of amount equivalent to 5% of the actual value of supply order in the form of

NSC/FDR/ Bank Guarantee This should be pledged in the name of Commissioner,

SDMC.

• When the contract ceases the pledge will be cancelled and security will be returned to the

contractor. The security shall stand forfeited in the event of breach of any of the terms of

contract by the contractor

X. Supplies

Marking and Packing

➢ Each unit of the supply should be strictly labeled as per the requirement of The Drugs and

Cosmetics Act 1940 and the amendments/rules made thereafter. M.R.P. should not be printed

on the product supplied.

➢ All labels of cartons, ampoules, vials, bottles, jars, strips of Tablets & Capsules, etc should be

emboldened /imprinted/ stamped with the letters “SDMC Supply, not for sale”.

➢ Ampoules for the same drug should be of similar size, shape with similar marking (etching) for

cutting that should be equal in all ampoules.

➢ Droppers, Applicators, Dispensers, etc. must be supplied along with the drug, wherever applicable.

➢ Loose supplies, damaged packing, damaged/improper labels will not be accepted.

➢ The packing should be able to prevent damage during transportation.

➢ If no pack is specified, tenderer may quote for standard packs available in the market. It should

be ensured that only first class packing material, of uniform size for every packing is used.

➢ The store supply should comply with the provision of the Drug and Cosmetic act,

1940 and Amendments made thereafter.

(For General Items conditions will be as applicable).

➢ All supplies of demanded items shall incorporate barcodes, using GSI standards at various

packing levels (Primary, Secondary, Tertiary), as per instructions laid down on website

i.e.www.gslindia.org

a) At Primary Packing Level Unique Product Identification Code (GTIN) Global Trade

Identification Number.

b) At Secondary Level GTIN, Expiry date, Batch No., Mfg. Date.

c) At Tertiary Level Two barcodes:

• 1st encode GTIN.

• 2nd SSCC Serial Supply Container Code.

Contractor is bound to supply any minimum/maximum quantity demanded by the direct

demanding officer and part supply will be treated as non-supply.

XI. Special condition

Director Hospital Administration reserves the right to reject any or all offers including the

lowest quotations without assigning any reason what so ever. Director Hospital Administration

reserves the right to split the quantity amongst the eligible tenderers and to relax any of the

conditions of this Tender. Director Hospital Administration reserves the right to invite separate

quotations to affect the purchases outside this contract in cases of any urgent demand.

XII. Fall Clause

a. The rate quoted by the Tenderer should not be higher than the rate quoted by him to other

Govt. Institutions/agencies within Govt. of NCT of Delhi during this contract period.

b. If any time during the contract period, the contractor reduces the sale price, sells or offers to

sell such stores, as are covered under the contract to any person/organization, including any

Department of Central Govt. /GNCT at a price lower than the price chargeable under the

contract, he shall forthwith notify such reduction or sale or offer to sale, to SDMC and the

price payable under the contract for the supplies after this period will be reduced

correspondingly.

c. Any aberration in the clause by the firm, will invite severe punitive action against the firm,

including, de-registration and suspending business with the firm.

d. The successful bidder will be required to supply the items at the rate quoted and agreed during

the extension of contract period, which will not be ordinarily more than three months.

XIII. Delivery Period

Delivery period will be 45 days from the actual date of dispatch of supply order. In case of

delay in supply, a penalty @ 2% per week, beyond 45 days, will be imposed. The maximum

penalty should not exceed 6% of total value of order. If the contractor is not in a position to

supply within the stipulated time he will inform D.D.O. and an extension of maximum of three

weeks can be granted by Director Hospital Administration and penalty shall be imposed

during this period. Under exceptional circumstances the firm can request to condone

supply/remaining supply, subject to payment of penalty as above that shall be recovered, if

required, from security deposit/earnest money deposit/any other dues payable to the firm.

Director Hospital Administrative shall be at liberty to condone such supplies, if the reasons offered

by the firm are valid, subject to payment of penalty.

XIV. Penalty for the non-supply

• In case of failure to supply within 45 days, extension can be granted for another period of

three weeks on request. However, if no supply is made within 66 days from date of supply

order, the supply order shall be cancelled, subject to 6% penalty on whole amount. Part

supply will be treated as non supply. 6% penalty on whole amount will be deducted from

other unpaid dues/security money of the firm.

• If there is failure to supply of an item for 2 or more occasions of a particular item during

the period of contract, the firm may be debarred to supply the said item for current tender

period as well as for next tender period.

• To condone the supply, whenever necessitated by the situation, will be at the

discretion of D.H.A. and subject to penalty @ 6%, on whole amount and will be

deducted from other unpaid dues or Security Money/ deposit.

XV. Terms of payment

The efforts will be made for making payment within 120 days after the receipt of bills following

supply. No interest will be paid for these.

XVI. Inspections

• The successful rate contract holders, having their factory within or outside Delhi state must

give an undertaking that when asked, before entering into the agreement, whenever necessary

the representative of SDMC will be allowed to visit their factory.

• The tenderer should provide all facilities and co-operation to the visiting team constituted by

Director Hospital Administration for inspection of the production site/manufacturing

premises.

XVII. Inspection Fees

Tenderer will deposit a sum of Rs. 10,000/- if the factory is located in Delhi and Rs.20, 000/- if

located outside Delhi where ever directed by Director Hospital Administration as inspection fee.

This will be non refundable and will be deposited in the form Demand draft in favour of

Commissioner, SDMC or cash deposit vide G-8 receipt.

XVIII. Change in constitution of firm.

Any change in pattern of ownership of the contracting firm will not nullify the provisions of

contract. The contract will devolve on successor owner.

XIX. Notices

All the notices/letters/supply orders, etc. intended to be served to tenderer will be deemed to have

been served if sent by UPC/registered post or through E-mail to address, mentioned in the tender.

XX. Quality control-

a) All supply of drug and items covered under The Drugs and Cosmetics Act, 1940 & Drugs

& Cosmetics Rules, 1945 and amendments made thereafter, should be accompanied by the

test report of the batch supplied, declaring it as of Standard Quality in form no.39 from a

Govt. approved drug laboratory.

b) Regular and random testing of the drug will be undertaken from time to time or at any

time during the shelf life period from Govt. approved drug laboratory, at the cost of

tenderer. If the tenderer fails to pay the said expenses when called upon to do so, direct

demanding Officers of MCD have the right to recover the same from the tenderers’

deposits or any outstanding dues of the tenderer in MCD.

c) The test report from the Govt. approved lab from where samples are tested by MCD shall

be final and binding. For all intent and purposes Shri Ram Institute for Industrial Research,

19, University Road, Delhi 110 007 shall be the apex laboratory for SDMC.

d) In case the testing is done in more than one laboratory, the result of any one of them

claiming it as substandard will be considered for appropriate action even if in other

laboratory it is claimed as of standard quality.

e) Items included in Group No. A (Gen. Items) can also be subjected to test analysis at Shri

Ram Institute of Industrial Research at the cost of the supplier randomly solely at the

discretion of the approval board of the DDO/the DDO himself.

XXI. Drugs declared, sub standard/ not of standard quality.

(For all groups except General Items in group A)

As per The Drugs and Cosmetics Act, 1940 & Drugs & Cosmetics Rules, 1945 and the

guidelines of Drug controller General, India, the sub standard/not of standard quality drugs

are:-

a) Drugs declared misbranded, adulterated, and spurious as per the Drugs and Cosmetics Act,

1940.

Action to be taken:-

• Stop usage and distribution of the drug.

• In all above cases the contract for the particular item with the firm shall be

cancelled & purchase cost of full order irrespective of the amount consumed

shall be recovered from the contractor from his deposit or from his any pending

bill in SDMC.

• No payment of the supply including consumed stock and such amount may be

deducted from bills /other pending dues/ deposits in SDMC.

• The unconsumed quantity of the supply will be destroyed in presence of Drug

Controller and any expenditure incurred on this will be recovered from

contractor.

• Deduction of Lab Test charges from unpaid dues.

• The firm shall be black listed for the current and next two contract period.

• Drug Controller to be informed for taking necessary action as per rules.

b) Drug declared not of standard quality is further classified, as per criteria given in the

guidelines issued by Drug Controller General of India: -

(i) Major defect (Category-A).

(ii) Minor defect (Category-B).

Actions against firms for Major Defect (Category A)

▪ Stop usage and distribution of the drug.

▪ The supplier should lift the existing stock.

▪ No payment of the supply including consumed stock and such amount may be deducted

from bills /other pending dues/ deposits in SDMC.

▪ The firm will be debarred for that item for the remaining period of the contract and for the

next two contract period.

▪ Forfeiture of security.

▪ Deduction of Lab Test charges from unpaid dues.

▪ Inform Drug Controller Delhi & the State Drug Controller where manufacturer is located.

▪ All future supplies made by the firm shall be subjected to test analysis at the cost of the supplier.

▪ If any item can’t be used on patient, it will come under major defect.

Actions against firms for Minor defect (Category B)

▪ Stop usage and distribution of the drug.

▪ Replacement of existing stock (balance) by a fresh stock with test analysis report from Shri

Ram Institute of Industrial Research, declaring it as of standard quality.

▪ In case the supplier fails to replace the existing stock no payment shall be made.

▪ Forfeiture the security deposit as deposited by the firm with SDMC.

▪ In case no security deposit exists the amount is to be recovered from EMD/other pending

dues/deposits in SDMC.

▪ Deduction of Lab Testing Charges.

▪ Inform Drug Controller Delhi & the State Drug Controller where manufacturer is located.

▪ All future supplies made by the firm shall be subjected to test analysis at the cost of the supplier.

c). Items declared, sub standard/not of standard quality (For group No. A General Items)

▪ Stop usage of the substandard item supplied.

▪ The supply shall be rejected.

▪ Contractor shall replace the entire existing stock at his own cost.

▪ In case contractor fails to replace, no payment for the supply including consume.

▪ Forfeiture of security.

▪ Repeated failures can invite other punitive action like debarring/blacklisting.

XXII. Shelf life

▪ The maximum time period permitted between the date of manufacturing and the date of

supply of drug, shall not be more than ¼ of the whole life period of such drug.

▪ In case of vaccines and sera, this time period should not be more than 1/6 of the whole life

period.

▪ This should apply to the items under Group No. A (General Items), wherever applicable.

XXIII. Final Packing

Final Packing shall be done in corrugated fibre boxes conforming to IS1503 &

supplementary schedule number CIGS 121. These shall be suitable and strong enough to

bear transit hazards. Goods should be dispatched at carrier’s risk failing which they

should properly be covered by transit insurance or Government insurance. However, the

supplier will be responsible until the entire store contracted is in good condition at

destination points. The actual quantity of different items which may be required to be

supplied for purchase under this tender shall be informed by the respective Direct

Demanding Officer (DDO), situated in Delhi, SDMC, limits, from time to time as per

their requirements during the tenure of the tender.

XXIV. Certificate on Bill/Challan

Every Challan should bear the following certificate:

• The product supplied under this bill / Challan is manufactured as per standards mentioned

in Pharmacopoeia/ ISI standard and the product is of standard quality. We are solely

responsible for the defect/deviation from these standards, if found any time in future.

• Certified that the firm supplying the item has not been debarred or blacklisted.

XXV. Procedure of supplies and risk purchase

➢ The DDOs mentioned in the schedule will send the order for Drug/Surgical items/Gen.

Items by registered post or by self to the tenderer. In case the firm chooses to collect the

supply order in person from the office of D.D.O., the same shall be issued only to

authorized representative of the firm/Bona-fide distributor.

➢ The rate contract holder should acknowledge the receipt of the order to the DDO by letter

sent by registered post A/D within 15 days, stating the exact delivery period required and

quantities he will be supplying to the DDO if the rate contract holder is not in a position to

supply the entire quantity intended, he will inform the DDO and also communicate the

same to the DHA / Addl. D.H.A. (Med. & TB) by letter under registered post.

➢ If the rate contract holder fails to supply the stores within the stipulated delivery period,

penalty at the rate of 2% of the cost of ordered quantity per week, beyond the stipulated

period, or part thereof, subject to maximum penalty up to 6% of the total value of supply

order, supplied late by him will be charged by concerned DDO, by deducting from the Bills

or security deposits, after confirmation from Director Hospital administration. An extension

of maximum of three weeks can be granted, if demand still exists, by competent authority

and penalty shall be imposed upon during that period. In the event, the firm fails to supply

within 66 days, the supply order shall automatically stand cancelled, and penalty of 6% on

the whole amount of supply order shall be deducted from other unpaid dues/security

money/E.M.D.

➢ In the event the firm fails to supply a drug/item within stipulated period without valid

reasons, the DDO shall be at liberty to purchase the said drug/item from open market at

the risk and cost of the erring firm. This will be in addition to the penalty imposed upon the

firm as stated above.

➢ Decision of the Director Hospital Administration is final.

XXVI. Legal jurisdiction of court and dispute Resolution.

1. Except where otherwise provided in the Agreement, all questions and disputes, in any way

arising out of or relating to the Agreement shall be dealt with as mentioned below.

2. In the event the Tenderer considers any work demanded of it as being outside the requirement

of the Agreement, or disputes any record or decision, given by the Director Hospital

Administration in writing, in any matter in connection with or arising out of the agreement, to

be unacceptable, itself promptly within [15] days request the Director Hospital Administration

to give his/her instructions or decision in respect of the same. Thereupon, the Director

Hospital Administration shall give his/her written instructions or decision within period of [30]

days from the receipt of the Tenderer’s letter.

3. If the Director Hospital Administration fails to give his instructions or decision in writing

within the aforesaid period or if the Tenderer is dissatisfied with the instructions or decision of

the Director Hospital Administration, the Tenderer may, within [15] days of receipt of the

Director Hospital Administration’s instructions or decision, appeal to the Commissioner,

SDMC who shall afford an opportunity to the Tenderer to be heard, if the latter so desires, and

to offer evidence in support of its appeal. The Commissioner, SDMC shall give his decision in

writing within [30] days of receipt of Tenderer’s appeal which shall be acceptable to the

Tenderer.

4. All disputes arising out of this agreement shall be subject to the sole and exclusive jurisdiction

of Courts of Delhi only.

XXVII. Jurisdiction.

Only the Courts in Delhi shall have jurisdiction to try all disputes and matters arising out of and

under this Agreement.

XXVIII. Saving Clause

No suit, prosecution or any legal proceedings shall lie against SDMC or any person for anything

that is done in good faith or intended to be done in pursuance of tender.

XXIX. Other Conditions

i. No assistance in obtaining import license or any license/permit etc. in respect of raw material

on finished goods of accepted items will be provided by SDMC.

ii. In case of items or drugs, not manufactured in India, the tenderer will have to import directly

& if any repacking is required, repacking works will have to be got done at their own cost.

iii. If the tenderer has to get the repacking done from Haffkines Bio pharmaceuticals corporations

Ltd; Mumbai, the charges for repacking will be borne by the tenderer. The tenderer will have to

give a repacking certificate from the Haffkines Bio Pharmaceuticals Corporation Ltd.

iv. Preference for the purchase of surgical dressings will be given to different institutions like

Leprosy institute, Jail authorities and other such institutions declared by Government for

manufacturing surgical dressings.

v. The quantity mentioned in the tender, stated under heading approximate annual requirement,

are only approximate estimated quantity and the Director Hospital Administration is not bound

to purchase the same quantities. The Director Hosp. Admn. also reserves the right to increase

or decrease these quantities as per requirement during the tenure of tender.

vi. Tenderer must distinctly understand that they will not be allowed any increase over the rates

quoted by them during the contract period. The rate revision may be considered only in case of

imposition of duty or increase in tax by Govt., either Central or State and only after necessary

legal documentary evidence is produced by the firm in support there off. However, no supply

of drugs/Surgical items shall be stopped because of this reason during the contract period and

if supply is stopped, the tenderer will be liable for risk purchase and penalty there under.

vii. The successful tenderer will be required to supply the items at the rate quoted and agreed

during the extension of contract period, which will not be ordinarily more than three months

beyond the contract period.

viii. The supplier shall arrange free replacement of any quantity, which may deteriorate in potency,

strength etc before date of expiry marked on labels.

ix. In case of controlled goods by the Govt., the quotation must be sent subject to the controlled

rates and other conditions and contractor will be paid at the controlled price or rates offered by

the contractor whichever is less.

x. Any dues or payments, arising out of the contract, from contractor toward SDMC, where no

specific time is laid down in terms and conditions will be paid by the contractor with in a limit

communicated to him.

xi. The past performance of the contractor will be taken into consideration for award of rate contract.

xii. The tenderer should submit an affidavit on stamp paper stating that the drugs, which are being

quoted, are not banned under section 26(A) of Drug and cosmetic Act, 1940 and have been

manufactured in accordance with the rules framed there under.

xiii. No additional document will be accepted later, once the techno-commercial-bid is opened.

xiv. The tenderer must certify that each and every page of the tender document have been serially

numbered, signed and stamped by the tenderer.

xv. For General Group items conditions as applicable. xvi. Any conditional offer is liable to be rejected.

xvii. All conditions laid down in the tender document, bid advertisement, schedules, etc. will be

part of the tender.

Director Hospital Administration/SDMC

Contractor

Witness (1).....................

Witness (2).....................

Forwarding letter of the firm ANNEXURE-I

From

To

Director Hospital Administration, South

Delhi Municipal Corporation,

18th Floor, SPM Civic Centre,

JLN Marg, New Delhi.

Subject:- Supply of Drugs at the rate to South Delhi Municipal Corporation

Health Department for the Tender period of 2021-24, (3 years) including extension period

Sir,

I/We/am/are authorized signatories of

M/s

I/we hereby undertake as follows: -

1. I/we hereby undertake to supply drugs/items in areas specified by the Director Hospital

Administration, SOUTH DELHI MUNICIPAL CORPORATION for the period of two years at

the rates quoted by me/us and in the packing specified in the prescribed tender form, which is

submitted herewith according to the instructions and the terms and conditions. The duration of

the said contract may be extended for a period of three months if the Director Hospital

Administration so desires.

2. The rates quoted against each item of drug by me/us in the tender are inclusive of all taxes,

packing, freight charges and duties payable during the contract period. Insurance of the goods,

whenever required will be done with the Government insurance agency.

3. Necessary documents as required are enclosed herewith in the order in which they are mentioned.

4. Samples of the drugs/items quoted are submitted on or before due date in suitable sealed packing.

5. I/we understand that security deposit submitted on entering in to contract, is likely to be

forfeited in the event of lapse on my/our part to comply with the terms and conditions of the

tender and also on the supplying drugs/ items of sub standard quality or if proven to have

followed unscrupulous practices apart from the liability of penal action for violating the law of

the land.

6. I/We have carefully read and understood the terms and condition to avoid any error, omission,

I / we shall abide by these conditions, I / we will follow them very scrupulously.

7. I/we also take cognizance of the fact that failure to furnish the information called for by the

Director Hospital administration, SDMC or to comply with any requirement laid down under

the conditions will be considered as disqualification and the tender be rejected on that account.

8. I /we undertake to abide by the instructions issued by the Director Hospital Administration,

SDMC from time to time.

9. I/we undertake to bear the cost of bio availability testing / testing for the quality of the

product supplied whenever the Director Hospital Administration, SDMC/ any other authority,

acting on their behalf decides to do this testing during the contract period.

10. In case of my supply declared substandard by any approved agency, I/we am/are liable for

appropriate action including debarring/blacklisting.

11. The rate quoted by me/us will not be higher than the rate quoted by me/us to any Govt.

institution/agency within Govt. of NCT of Delhi during the contract period.

12. If at any time during the execution of the contract I/we reduce the sale price or sells or offers to

sell such stores, as are covered under the contract to any person/organization, including any

Dept. of the Central Govt., GNCTD, at a price lower than the price, chargeable under the

contract, I/we shall forthwith notify such reduction or sale or offer of sale to SDMC, and the

price payable under the contract for the store supplied after the date of coming into force of

such deduction or sale or offer shall stand correspondingly reduced.

I/we hereby undertake to abide by the terms and conditions of the contract modified from time to

time and I/we have signed all the papers of terms and conditions and filled up prescribed Performa

is given along with the tender.

Yours faithfully,

(Signature of tenderer with stamp)

(Authorized Signatory)

ANNEXURE-II (Not applicable for Non Drug Items)

State Drugs Control Administration or Food and Drug Administration

No. Office of the State Drugs Controller or Joint Commissioner

Division

Dated

PERFORMANCE CERTIFICATE

This is to certify that Messrs___________________________________________having manufacturing

premises at __________is holding license(s) No. ______valid up to under the

Drugs and Cosmetics Act, 1940, and rules there under, on the said address and that the performance of the

aforesaid manufacturer for the preceding three (3) years is satisfactory, and that

1. The drugs in respect of which this certificate is issued is/ are manufactured on the own license or

loan license of the manufacturer or by third party.

2. The manufacturer has its own quality control section.

3. During the preceding three (3) years there is no instance of suspension or cancellation of a part of

license issued to the manufacturer, in respect of any of the drugs which are offered by the

manufacturer in the tender mentioned in I (2) below, on account of the drug under tender being

not of standard quality.

4. During the preceding three (3) years there is no instance of suspension or cancellation of the

factory license (full license) on any account.

5. There is no instance wherein any of the drugs manufactured by the manufacturer is reported to be

spurious or adulterated.

6. No administrative action or prosecution is contemplated or launched against the manufacturer

under the Drugs and Cosmetics Act, 1940 and rules there under in respect of any of the Drugs

offered by him in the tender mentioned in paragraph (2) below.

7. During the period of three (3) preceding years the manufacturer has not been convicted under the

Drugs and Cosmetics Act, 1940 and rules there under, to undergo imprisonment for more than

one day.

8. The manufacturer has submitted year wise (April to March) 3 years statement of production and

sale of the concerned drugs duly certified by Chartered accountant.

This certificate is issued for the purpose of Tender for the contract

in respect of the drugs mentioned below:-

Name of the drugs manufactured under

(1)

(2 )

State Drugs Licensing/Controlling authority Or

Jt. Commissioner Division Food & Drugs Administration (as applicable)

ANNEXURE-III AUTHORITY LETTER

(Authority letter to be issued by the manufacturer for appointing Distributor/Dealer/Agent etc)

I/we the undersigned who is/are authorized signatory/signatories of the manufacturing firm

M/s

Address

do hereby Authorize M/s

Address

to supply items/drugs/collect the orders/raise the bills for the items manufactured by me/us

under the

tender published in the Government Gazette No. dated

I/we have not authorized any other distributor/agents/Dealer etc for this purpose.

I/we have gone through all the terms and conditions of the tender and will be binding on me/us

and also on the Distributor/Dealers/Agent

M/s

appointed by me/us during the

whole contract period including extension period of the said contract.

I/We hereby undertake that I/we shall not change our authorized distributor/agent/dealer as

mentioned during the period of contract including extension period.

Authorized Signatory of the firm

(Official stamp)

ANNEXURE IV (This is to be issued on firms approved letter head)

SAMPLE RECEIPT

DRUGS/SURGICAL ITEM/Gen. Item (To be submitted in triplicate)

TENDER NO: .........

Please receive following samples of Drugs/ Surgical item/Gen. Items from M/s Address for the tender No. dated .

1. Schedule/GroupNo. 2. Item No. 3. Name of Drug/surgical item/Gen. Items #. 4. Complete composition/specification of item

5. Batch No. 6. Total No. of units submitted 7. Manufacturing Date 8. Manufacturing License No. 9. Expiry Date 10. Specific storage condition 11.Type of container used. 12. Certified that the above mentioned item is a drug / non drug item. 13. Rate of GST etc. (in percentage) 14. Remarks

(Strike out whichever is not applicable or write N.A.)

Place

:

Date:

Seal:

Receive above samples Tenderer’s Signature and stamp

Receiver’s signature with date and Stamp

(This is to be issued on firms approved letter head)

ANNEXURE V (As applicable)

PROFORMA FOR QUALITY CONTROL

Name and address of Tenderer

(i) Company s standing and experience of formulation :

(a) Year of establishment of the firm (b)Year of introduction of the product

(ii) Information of the product: (a)Description of the product (b)Tests:

1. Dissolution and disintegration. 2. Chemical composition.

(iii) Quality control facilities within the manufacturing unit :

(iv) Raw material:

Basic Manufacturer: Yes/

No. If no, source of the raw

material:

(v) I/we undertake to bear the cost of Bio-availability testing/testing for the quality of the product whenever the Director Hospital Administration, SDMC, or any other authority acting on their behalf decides to this testing.

Signature and stamp of Tenderer.

ANNEXURE VI

PROFORMA TO BE UPLOADED WITH FINANCIAL BID (As Applicable)

Product Wise Costing in respect of Drugs Not Covered under BICP/National Pharmaceutical Pricing Authority or DPCO

Name of tenderer Name of Drug Schedule No. Item No. Strength of product Weight Batch No. Pack size Name of the raw material Quantity Rate Unit Amount Cost of raw material/per batch Rs. Add losses %Rs. Total cost of raw material per batch Rs. Raw material cost per pack Rs Name of raw material Quantity Rate Unit amount Cost of raw material per batch Rs Add losses % :Rs. Total cost of packing material per batch Rs.

SUMMARY

Raw material Price Conversion cost Price rounded to Packing material Packing charges Actual cost Mark up GST Or other Taxes, if any

Signature and stamp of tenderer

ANNEXURE VII

PROFORMA TO BE SUBMITTED ALONGWITH TENDER (In Envelope A)

(To be submitted in duplicate for award of contract of drugs and medicine for Health Institutions

under SOUTH DELHI MUNICIPAL CORPORATION). Statement of particulars of Drug Manufacturer/Distributor etc. (Put a tick mark where applicable, write N.A where not applicable). 1. Name and address of the firm:

(a) Places of manufacture (In case of firms having more than one place, mention the nearest)

(b) Registered Head Office, Postal address and (c) Delhi Office address with Phone No. (if any) (d) Total Annual Sales Turnover in the last financial years.

2. (a) Is the firm registered under the Indian Companies act, 1913, Companies Act I of 1956 or any

other act in force, if so, furnish certified Photostat copies of certificate of registration. (b) i. In case of limited companies, furnish a copy of the Memorandum of Articles of Association.

ii. In case of proprietorship/partnership firms name of Proprietor/Partners/Directors with addresses (Two in order of % of share)

3. (a) Ownership status of the firm (Delhi Govt./other State Govt./Central Govt. / Joint sector/ Co-operative/SSI) (b) Whether tendering as a Manufacturer/Repacked/Authorised Distributor etc.(State your category)

4. Name/Post of the Officer, address & Phone No. Who should be contacted by this office in case of any urgent problem.

5. Location of other drug manufacturing works/factory/factories owned by the firm (if any) 6. (a) Details of arrangements for quality control.

(b) Whole time analytical chemists with names, qualifications and residential address of two of them. (c) Equipment for quality control (Give names of the important equipment)

(i) Chemical analysis (ii) Pharmacological analysis (including Pyrogen testing) (iii) Microbiological analysis (including sterility testing) (iv) Biological testing for plastic. (v) Toxicological testing.

7. In case of manufacturing units: (i) Total number of whole time chemists (Manufacturing /production/analysis/Quality control) (ii) Whether covered by ESI, if so state number of registration. (iii) Are you registered under Factory Act?

8. In case of repacking, have you furnished details along with Certified Photostat copy of drug license showing names of items authorized by drug licensing authority?

9. Specify storage facilities: (i) Location & address (ii) Floor space available. (iii) Cold storage/ refrigeration facilities.

10. Specify how much quantity of products were supplied to the SOUTH DELHI MUNICIPAL

CORPORATION in the last four tender years as shown below (use separate sheet, if necessary, 2010 to 2014 including extension period) :-

Tender Year

Name of the drug CSPOESIS of Cat No. allocation received

Percentage / share

Quantity order of supply received.

Amount Name of stores/ institute to whom supply is made

11. Please check and state whether you have submitted the following: -

a. Forwarding letter Annexure No. I Enclosed/not enclosed b. Earnest Money Deposit, DD No. & Date. Enclosed/not enclosed c. Income Tax Clearance Certificate & PAN Enclosed/not enclosed d. Sales Tax Clearance Certificate/VAT clearance. Enclosed/not enclosed e. GST Registration Certificate Enclosed/not enclosed f. Drug License with order of endorsement of each drug. Enclosed/not enclosed g. Performance Certificate Annexure No. II Enclosed/not enclosed h. GMP Certificate Enclosed/not enclosed i. Bonafide Distributor Certificate Annexure No. III (if applicable) Enclosed/not enclosed j. Certificate of Annual Turn over Enclosed/not enclosed k. Sample Receipt (Duplicate) --- Annexure No IV Enclosed/not enclosed l. Certificate of USO Type (Req./Not req.) Enclosed/not enclosed m. Certificate of Biological Test (Req. /Not req.) Enclosed/not enclosed n. Lab report for Inj. And surgical items (Req./Not req.) Enclosed/not enclosed o. Sterility test report (Req./Not req.) Enclosed/not enclosed p. Registration Certificate D.G.S & D, NSSIC, Rlys., Defence, DDG etc. Enclosed/not enclosed q. Performa for Bio availability Date Annexure No. V Enclosed/not enclosed r. Product wise costing BICP, DPCO, National Pharmaceutical Pricing

Authority Enclosed/not enclosed

s. Product-wise costing Annexure No. VI Enclosed/not enclosed t. Performa as per Annexure No. VII Enclosed/not enclosed u. Installed capacity Annexure No. VIII Enclosed/not enclosed v. Do you manufacture any product on Loan License basis Give details

from where you are getting it manufactured Detailed list and addresses of firms

Enclosed/not enclosed

w. Are you manufacturing products for other firms on Loan License basis; if so details of name of the firms, number, Names of products manufactured and % utilization of plan and capacity to be given.

Enclosed/not enclosed

x. Is the firm in technical collaboration with any foreign Manufacturer, if so details thereof.

Enclosed/not enclosed

I/we hereby declare that particulars furnished above are true to the best of my/our knowledge and belief that if any of the particulars is found to be materially and factually incorrect/misleading, my/our tender shall be liable to be rejected and I/we are liable for penal action as per term specified in the terms and conditions of tender.

Date:

Full signature of the tenderer With official seal and address

(This is to be submitted on firms approved letter head)

ANNEXURE VIII (As Applicable)

Name of tenderer

Address (Registered)

and Manufacturing address ___.

A statement showing installed capacity of each quoted item per year with existing plant and

machinery and quantity, which we will be able to supply.

Sr. No. Particular Items Installed capacity Quantity offered for supply

I. I.V. FLUIDS

II. CAPSULES

III. INJECTION/ VIALS

IV. INJECTIONS

V. AMPOULES

VI. OINTMENT

VII. TABLETS

VIII. SYRUP BOTTLES

IX. OTHER

Signature of tenderer and stamp.

(With full name designations and stamp

ANNEXURE IX

Particulars of Authorized person

The firm must submit the details of the person, (Bona-fide Officer/official of the firm) who has been duly Authorized by the firm to correspond/enter into agreement/sign documents related to tender or any other transaction with SDMC during the period of contract.

1. Name. :

2. Designation :

3. Name of the Firm :

4. Correspondence Address :

5. Telephone Number :

6. Fax Number :

7. Mobile Number :

8. E-mail Address. :

9. Signature of authorized : person

Signature of the Authorized Signatory

Note:- In case the firm decides to authorize any other person, the firm should submit fresh details of the newly authorized person.

(It is to be submitted with techno commercial bid)

Attested Photograph of the

person Authorized

ANNEXURE X

AGREEMENT (In non-judicial stamp paper of Rs.100)

This agreement is made on day of between SOUTH DELHI MUNICIPAL CORPORATION through Director Hospital Administration hereafter called the Corporation as first party and agency here after called the contractor as second party.

Contractor here by agrees to the following terms and conditions:-

1. After the acceptance of rate and agency by Director Hospital Administration, Direct Demanding officers will place the orders and contractor will supply them at any place mentioned in the supply order with in municipal limits of Delhi.

2. Security deposit-In the event of tender being accepted, tenderer will have to furnish Security

deposit@ 5% of the estimated value of supply orders in the form of NSC/ FDR. This should be pledged in the name of Commissioner, SOUTH DELHI MUNICIPAL CORPORATION.

3. When the contract ceases the pledge will be cancelled and security will be returned to the

contractor. The security shall stand forfeited in the event of breach of any of the terms of contract by the contractor.

4. No guarantee can be given regarding the minimum quantity, which will be drawn against this

contract but the contractor will supply quantity as may be ordered by the D.D.O.

5. The supply of drugs etc. will be accepted only if it is accompanied by Test report from Govt. approved drug laboratory, in form 39, claiming it as of standard quality.

6. The supply is subject to the approval by person /board as authorized by Director Hospital

Administration, who will have right to reject if it is not in accordance with the sample and other specifications.

7. Delivery Period-The order has to be executed within 45 days of dispatch of supply order

dispatched by registered post. In case contractor fails to execute it with in stipulated time penalty @ of 2% per week will be imposed up to a maximum of 6%. Delivery period may be extended with prior approval of Director Hospital Administration up to a maximum period of three weeks, which will be permissible for extension. Penalty shall be imposed during this period.

8. The contractor shall ensure that the store ordered complies with the provision of The Drugs &

Cosmetics Act, 1940 and rules made thereafter and are as per the specification given in the tender.

9. Non supply:-

i. If the articles are not supplied by the scheduled date, as above, full or in part, the order in respect of the quantity not supplied is liable to be cancelled at the contractor’s risk and expense. The extra expenditure thus incurred in procuring the supplies from elsewhere will

be recoverable from contractor at the discretion of D.D.O. The recovery will be made from any of his bill pending in SDMC or earnest money and/or security deposits.

ii. After 66 days the supply order shall automatically cancelled and penalty of 6% on whole amount shall be deducted from unpaid dues.

iii. Two or more instance of non-supply for a particular item by a firm will render the firm liable to be debarred to supply the item for current & next two tender period.

iv. Part supply will be treated as non supply. 6% penalty on whole amount will be deducted from other unpaid dues/security money of the firm.

v. Condonation of supply will be at discretion of D.H.A. subject to penalty @ 6% on whole amount to be deducted from other unpaid dues or Security (Money) deposit.

10. Disputes- All disputes arising out of this agreement shall be subject to the sole and exclusive

jurisdiction of Courts of Delhi only. Only the Courts in Delhi shall have jurisdiction to try all disputes and matters arising out of and under this Agreement.

11. Quality Control-The D.D.O reserves the right for getting sample tested regularly and randomly from any approved drug laboratory at the cost of contractor. The report has to be accepted by the firm. The report of the lab shall be final and binding. DDO reserves the right to take action against the defaulting firms in case of supply of drugs found not of standard quality.

12. Furnishing of wrong information and false documents will make contractor liable to be

debarred / blacklisted from participating in Municipal rate contract, even detected at a later date.

13. If any supply supplied against the rate contract is declared Not of Standard quality, on test

analysis from any Govt. approved Laboratory the contractor will be liable to replace the entire quantity or make full payment irrespective of the fact that a part or whole of the supply is consumed. Depending on the severity firm is liable to be de-barred for the current & next two years for that item. In case of major defect, firm is liable to be debarred for current & next two along with the necessary action as proposed by the drug controller.

14. Fall Clause-The rate quoted by the Tenderer should not be higher than the rate quoted by him

to other Govt. Institutions/agencies within Govt. of NCT of Delhi during this contract period.

15. If any time during the contract period, the contractor reduces the sale price, sells or offers to

sell such stores, as are covered under the contract to any person/organization, including any Department of Central Govt./GNCTD at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction or sale or offer to sale , to SDMC and the price payable under the contract for the supplies after this period will be reduced correspondingly.

16. Shelf life:

i. The maximum time period permitted between the date of manufacturing and date of supply of drug, shall not be more then 1/4 of the whole life period of such drug.

ii. In cases of vaccines and sera, the date of supply of these drugs should not be more than 1/6 of the whole life period.

17. If the contractor commits, default of any of the terms and conditions of the agreement the

corporation may in spite of previous waiver and in spite of any penalty imposed on the contractor, forfeit the whole or a part of security, deposited by the contractor, for the unsatisfactory performance of the terms and conditions of the agreement. The decision of the Director Hospital Administration shall be final and binding upon the contractor.

18. The drug for which rate has been quoted is not banned under section 26 (A) of Drugs and Cosmetic

Act.

Contractor Director Hospital Administration/SDMC

Witness

Witness

Schedule of Tender Activity

Tender ID 2021_SDMC_83977 2021_SDMC_83979 2021_SDMC_83980 2021_SDMC_83981

Tender No. Deptt.

04 05 06 07

Group Group A Group B Group C Group D

Subject General Medicine items etc

Tab. & Cap. Specialist Medicine ENT Eye Skin etc

Surgical and Disposable Group

Date of Tender becoming live

06/08/2021 10 AM

06/08/2021 10 AM

06/08/2021 10 AM

06/08/2021 10 AM

Date of closer of tender

27/08/2021 03.00 PM

27/08/2021 03.00 PM

27/08/2021 03.00 PM

27/08/2021 03.00 PM

Manual Opening of Technical bid

31/08/2021 31/08/2021 01/09/2021 01/09/2021

*Sample will be accepted in sealed box at CMS, PSMS Hospital, Kalkaji from date of tender being live till 04 PM of 26/08/21.( i.e. one day before closure date 27/08/21) * Pre-Bid Meeting will be held with interested Bidders on 11/08/2021 at 11.30 AM in the Meeting

Hall at 23rd Floor, E-Block, Dr. S.P.M. Civic Center, JLN Marg, New Delhi 110002.

1. Tenders will not be received after the Date & Time as per above. 2. In case, date of submission/opening of Tender is declared a Holiday, the Tender/s will

be received/opened on next working day at the same time and place. 3. Bidders can obtain further information from Office of Addl. DHA (Med. & TB)/SDMC on

any working Day. 4. The documents enclosed must be serially arranged as stated under ‘techno-commercial

Bid (envelope A) 5. All documents must be indexed with pagination duly signed and should be spirally bound.

The Schedule of events is subject to change depending on completion of procedure and approval

Group A: List of Medicine/Consumable/Other items for SDMC for RCA for the year 2021-24

S.N ITEM CODE

TITLE NAME OF THE ITEMS PACKING

1 A-1 Gel Alcoholic Hand sanitizer gel with dispenser 500 ml bottle

2 A-2 Item Alkaline Phosphatase End point 120 ml Each

3 A-3 Kit Anti A, Anti B, Anti D each 10 ml packing 10ml. 4 A-4 Cardboard

Box As per new BMW DPCC guidelines Blue Cardboard box size 12x9.5x6.5 Inches spec: 4 Ply cardboard paper (Corrugated sheet, 100% Virgin Pulp, Lamination lining on the inside to prevent soaking , single tuck in bottom, final sealing- to be sealed with tape, blue ink free from Heavy metals.

Each

5 A-5 Item Auto pipette 100-1000 ul

6 A-6 Item Auto pipettes- 10 to 100 micro litre Unit 7 A-7 Item Auto pipettes- variable volume Unit 8 A-8 Poly Bag Bio waste Poly Disposable Bags size 18" having holding

capacity 10 kg, 15 kg, 20 kg should be thick , the minimum thickness of catty bags made of virgin plastics or recycled plastics shall be more than 160 GSM/ 50 microns, black colour for general waste, purse string type (Degradable)

Each

9 A-9 Polybag Bio waste Poly Disposable Bags size 24" having holding capacity 10 kg, 15 kg, 20 kg should be thick , the minimum thickness of catty bags made of virgin plastics or recycled plastics shall be more than 160 GSM/ 50 microns, black color for general waste, purse string type (Degradable)

Each

10 A-10 Poly Bag Biowaste Poly Disposable Bags size 24" having holding capacity 10 kg, 15 kg, 20 kg, yellow colour, tie knot type (Degradable), ), non chlorinated in nature i.e. Free of pvc, to be used for incineration above 800 deg Celsius, made from 100% virgin plastic granule, made of low density poly ethylene (LDPL)-SPI resin id code 4, thickness- 50 micron and above, tamper proof sealing system, conform to astm standard d1922 and d 1709- test certificate , 50% transparency level, yellow master batch color shade, black printing ink free from heavy metals, bottom of the bag needs to have a double seal to prevent bottom leakage, bar coded as per new BMW DPCC guidelines.

Each

11 A-11 Powder Bleaching Powder I.P 5 Kg 12 A-12 Liquid Boro-glycerin/ Borax Glycerin I.P 100 gm 13 A-13 Item Broaches Pack of 6 14 A-14 Broom Broom (Hard) Tilli with stick, Weight Approx. 2 kg and

length of stick should be 5 feet Each

15 A-15 Item Broom (tilli) Hard weight : 600 gm. (approx) Each 16 A-16 Item Broom Soft (phool) weight : 500 gm Each 17 A-17 Item Bucket Plastic with handle Capacity 16 Lit. 16

lit./Each 18 A-18 Item Calcium Hydroxide paste; ( paste 2gm, Base: 12 gm,

Catalyst 12gm) Each pack

19 A-19 Items Centrifuge tube Each 20 A-20 Gel Chlorhexedine Gluconate Gel 1% w/w Tube of 15

Gm 21 A-21 Mouth

Wash Chlorhexedine Mouth Wash (0.2%) 100 ml

22 A-22 Solution Chlorhexidine Gluconate 1.5% + Cetrimide 3% w/v 5 Ltr 23 A-23 Solution Chlorhexidine Gluconate 1.5% + Cetrimide 3% w/v 1 Ltr 24 A-24 Powder Cleaning Powder 1 kg (Reputed /Established Brand) Each 25 A-25 Item Composite Polishing Kit Each 26 A-26 Item Cotton wool (Dental) sterilized Pack of

200 27 A-27 Item Curtain Cloth , Polyester Cotton with SDMC weaved on

selvedge, washable Per Meter

28 A-28 Item Dental Autoclave Pouches 190mm x 360mm Pack 29 A-29 Item Dental disposable cartridge needles Pack of

100 30 A-30 Item Dental Radiograph Films; req. pack size of 150 films. Pack of

150 31 A-31 Item Dental X-Ray Clips pack of 10 32 A-32 Dry Pow Developer: 22.5 litre (After preparation) 5.47 kg. 33 A-33 Item Diamond cutting burs : Flat (2 to 5 nos) Pack of 5 34 A-34 Item Diamond cutting burs : Inverted (2 to 5 nos) Pack of 5 35 A-35 Item Diamond cutting burs : Round (2 to 5 nos) Pack of 5 36 A-36 Item Diamond cutting burs : Taper (2 to 5 nos) Pack of 5 37 A-37 Apparatus Digital B.P. Instrument with rechargeable Alkaline Battery

& charger Each Set

38 A-38 Item Distilled Water 5 litres 39 A-39 Item Door Mat( rubber Coir) 24’’x12’’ 40 A-40 Bucket Double jacket Bucket for Sodium Hypochlorite Solution-

Disinfection of used syringes etc. (Reputed brand)-size 10 liter.

Each

41 A-41 Bin Dust Bin Pedal bin (10 Lit.) holding capacity Each 42 A-42 Item Dust Control Mops size 30”x30’’ Each 43 A-43 Item Duster Cotton 60cm X 60cm Each 44 A-44 Item Duster Flannel (chief Yellow) 60 cm x 60 cm Each 45 A-45 Item EDTA - Gel (canal- plus) Pack of 4 46 A-46 Item Enamel Bowl 4’’ Diam. 47 A-47 Items Enamel Tray (12” X 10” X 1.5”) (Assorted Size) Each 48 A-48 Soln. Ethanol (Ethyl alcohol) 1 litre

49 A-49 Item Eugenol liquid (14 ml) and Zinc Oxide powder(38gm) 110 ml 50 A-50 Item Files 15-60, K & H.(No. 15-40 and 45-80) Pack of 6 51 A-51 Dry Pow. Fixer: 22.5 litre (After preparation) 5.47 kg. 52 A-52 Soln. Formaldehyde Solution 40% 500 ml 53 A-53 Item Formo cresol 20 ml 54 A-54 Crystal Gentian Violet (Crystal Violet only) I.P 25 gm 55 A-55 Items Glass Beakers, 100 ml. Each 56 A-56 Items Glass Beakers, 250 ml. Each 57 A-57 Items Glass Ionomer Cement for posterior teeth (powder: 15gm;

Liquid 7 gm; (5.6 ml) unit

58 A-58 Item Glass Ionomer Cement type II (powder 10 gm; Liq:07gm- 5.6 ml)

Unit

59 A-59 Item Glass Slide (75mm x 25mm) 50 slides pack

60 A-60 Item Glass Tube (Borosil) 12 mm x 75 mm each 61 A-61 Item Glass Tube (Borosil) 12mm x 100 33 each 62 A-62 Item Glass Tumbler; min.cap. 200 ml. each 63 A-63 Reagent Kit Glucose 500 ml 64 A-64 Item Gluco-strips (with compatible Glucometer to be supplied

by company) 50 strips

65 A-65 Solution Glutaraldehyde 2.4 % 5 Ltr 66 A-66 Solution Glutaraldehyde 2.4 % 1 Ltr 67 A-67 Item Glycerine L.R. 500 ml 68 A-68 Liquid Glycerine Pure I.P 500 gm 69 A-69 Item Green Kurta Petticoat (small, medium & large size) Each pair 70 A-70 Item Gum paint - Tannic acid + Potassium iodide + Iodine +

Thymol + Menthol + Glycerin 15 ml

71 A-71 Item Gutta percha points size 15-40 no. Box of 120 72 A-72 Item Gutta percha points size 45-80 no. Box of 120 73 A-73 Item H Files (size , no. 15-40) Box of 6 74 A-74 Item H Files (size , no. 45-80) Box of 6 75 A-75 Item Hand Towels 24’’ x 12’ Each 76 A-76 Soap Hand wash Soap 125 gm (Reputed /Established Brand) Each 77 A-77 Reagent Kit Hb A1C test Kits 24 Tests 78 A-78 Item Hb Meter Unit 79 A-79 Reagent Kit HDL 120 ml 80 A-80 Kit HIV Rapid Test (HIV Tridot) 96 tests 81 A-81 Item Hydrogen Peroxide 3% 500 ml 82 A-82 Kit Internal Quality control for K x 21 Syonex analyser 1 pack of 3

vials 83 A-83 Soln. Iodine 50 gm 84 A-84 Soln. Isopropanol 500 ml 85 A-85 Item K Files (size , no. 15-40) Box of 6 86 A-86 Item K Files (size , no. 45-80) Box of 6 87 A-87 Reagent Kit LDL 120 ml

88 A-88 Item Light cure cosmetic restoration kit ( syringe of shades: A1, A2, A3, B2, self etch bond, Etchant Gel syringe)

Kit

89 A-89 Item Lignocaine 2% Vials of 30 ml. each 90 A-90 Spray Lignocaine Spray 10% 50 ml pack 91 A-91 Liquid Liquid Chemicals (Developer) 2 Litre 92 A-92 Liquid Liquid Chemicals (Developer) 25 Litre 93 A-93 Liquid Liquid Chemicals (Fixer) 25 Litre 94 A-94 Item Liquid Floor Cleaner (Reputed / Established brand) 10 kg. /Ltr 95 A-95 Soap Liquid Hand wash Soap 250 ml (Reputed / Established

Brand) Each

96 A-96 X – Ray Films

Medical X- Ray Films (polyester Base) size: 10” X 12’ (25.4 X 30.5 cm)

Packets of 50 sheet

97 A-97 X – Ray Films

Medical X- Ray Films (polyester Base) size: 12” X 15” (30.5 X 38.1 cm)

Packets of 50 sheet

98 A-98 X – Ray Films

Medical X- Ray Films (polyester Base) size: 14” X 14” (35.6 X 35.6 cm)

Packets of 50 sheet

99 A-99 X – Ray Films

Medical X- Ray Films (polyester Base) size: 6-1/2”X 8- 1/2” (16.5 X 21.6 cm)

Packets of 50 sheet

100 A-100 X – Ray Films

Medical X- Ray Films (polyester Base) size: 8” X 10” (20.3 X 25.4 cm)

Packets of 50 sheet

101 A-101 Item Micro Cover Slip (like Blue Star or equivalent) 18 mm X 18 mm

Pack of 10 gm

102 A-102 Item Mop (Poncha) cotton Each 103 A-103 Item Mouth mirror handles Each 104 A-104 Item Mouth mirror top Each 105 A-105 Item Mug Plastic I Capacity lit. Each 106 A-106 Item Mylar Strip (Color coded) Each Pack 107 A-107 Solution N/10 HCL 500 ml 108 A-108 Item Needle Destroyer with syringe cutter Each 109 A-109 Reagent Kit Nestroft Reagent 500 ml 110 A-110 Liquid Non Phenolic Anti Septic liquid : complete formula with

RWC not < 5 500 ml

111 A-111 Liquid Non Phenolic Anti Septic Liquid Chlorhexidine Gluconate 1.5%w/v +Cetrimide 15%w/v in liquid base with p- chloroxylenol<100ppm, p-chlorophenyl urea<120ppm

500 ml

112 A-112 Liquid Non Phenolic Anti Septic Liquid Chloroxylenol 4.8% + Terpene oil 9% (Complete formula with RWC not less than 5) I.P

5000 ml

113 A-113 Liquid Non phenolic Anti Septic Liquid: Benzylkonium Chloride Sol. 40% +Disodium e delate 1.5%

1000ml

114 A-114 Kit NS1 Dengue rapid Test Each test Card

115 A-115 Item Oil for microscopy cedar wood 500 ml 116 A-116 Item Paper points for Root canal assorted size (15-40) Pack of

200

117 A-117 Item Paper points for Root canal assorted size(45-80) Pack of 200

118 A-118 Item Paper roll for semi auto-analyzer Each 119 A-119 Liquid Phenyl ISI mark, RWC not <5 5 litre 120 A-120 Item Polishing Brushes for Contra angle hand piece pack of 6 121 A-121 Item Polishing Cups for Contra angle hand piece pack of 6 122 A-122 Item Polishing Paste Unit 123 A-123 Lotion Povidone Iodine lotion 5% W/V 500ml 124 A-124 Lotion Povidone Iodine Mouthwash 50ml 125 A-125 Kit Pregnancy Test kit with positive & negative controls cards Each 126 A-126 Item Printing paper roll for Biochemistry Semi Auto Analyser

(ERBACHEM) 5 plus

127 A-127 Item Protaper - Gutta percha point Size X1(60 points in each box next)

Pack of 60 points

128 A-128 Item Protaper - Gutta percha point Size X2(60 points in each box next)

Pack of 60 points

129 A-129 Item Protaper - Gutta percha point Size X3(60 points in each box next)

Pack of 60 points

130 A-130 Item Protaper next X1 Box of 3 131 A-131 Item Protaper next X2 Box of 3 132 A-132 Item Protaper next X3 Box of 3 133 A-133 Item Protaper Rotary files size F1 Box of

6files. 134 A-134 Item Protaper Rotary files size F2 Box of

6files. 135 A-135 Item Protaper Rotary files size F3 Box of 6

files. 136 A-136 Item Protaper Rotary files size S1 Box of

6files. 137 A-137 Item Protaper Rotary files size S2 Box of 6

files. 138 A-138 Item Prothrombin Time Each vial 139 A-139 Items Puncture Proof sharp waste collector-size 1 liter. Each 140 A-140 Kit Rapid Antigent Test Kit for Covid 19 Each 141 A-141 Kit Rapid Test Card for Malaria Each test

card 142 A-142 Kit Rapid test kit for HBs Ag (Hepa card) Each test

Card 143 A-143 Item Ready-mix Zinc oxide paste 40 gm 144 A-144 Poly Bag Red Color Bags, tie knot type, Bio waste poly disposable

Bags Size 18 inch having holding capacity of 10 kg, 15kg, 20kg : as per new BMW DPCC guidelines Non-Chlorinated in Natural ie. Free of PVC, made from 100% virgin plastic granules, made of poly propylene (PP)- SPI Resin ID Code 5 or High density 50 Micron and above, tamper proof

Each

sealing system conform to ASTN Standard, D1922 and D1709- test certificate to be attached, 50% transparency level, red master batch color shade, use of black printing ink colour without heavy metals, double seal prevent bottom leakage e, able to withstand a temperature tolerance of 135 Deg. Celsius and pressure tolerance of 31 psi with a resistance time of not less than 30 minutes, Bar Coded: as per new BMW DPCC guidelines.

145 A-145 Poly Bag Red Color Bags, tie knot type, Bio waste poly disposable Bags Size 24 inch having holding capacity of 10 kg, 15kg, 20kg : as per new BMW DPCC guidelines , Non- Chlorinated in Natural ie. Free of PVC, made from 100% virgin plastic granules, made of poly propylene (PP)- SPI Resin ID Code 5 or High density 50 Micron and above, tamper proof sealing system conform to ASTN Standard, D1922 and D1709- test certificate to be attached, 50% transparency level, red master batch color shade, use of black printing ink colour without heavy metals, double seal prevent bottom leakage, able to withstand a temperature tolerance of 135 Deg. Celsius and pressure tolerance of 31 psi with a resistance time of not less than 30 minutes, Bar Coded: as per new BMW DPCC guidelines.

Each

146 A-146 Liquid Replenisher 22.5 Litre 147 A-147 Mattress Rubberized Coir Mattress having size 72”X36”X4”, ISI

Mark with Rexine cover of good quality Each

148 A-148 Kit S. Bilirubin (End Point) (for Semi Auto-analyzer) 250 ml. 149 A-149 Kit S. Calcium (End Point) (for Semi Auto-analyzer) 250 ml. 150 A-150 Kit S. Cholesterol (Enzymatic) (for Semi Auto-analyzer) 500 ml. 151 A-151 Kit S. Creatinine (Kinetic) (for Semi Auto-analyzer) 250ml 152 A-152 Kit SGOT (End Point) for semi auto analyzer 500 ml 153 A-153 Kit SGPT (End Point) for semi auto analyzer 500 ml 154 A-154 Solution Sodium Hypochlorite Solutions 2 % L.R. 5 Ltr 155 A-155 Solution Sodium Hypochlorite Solutions 4 % L.R. 5 Ltr 156 A-156 Items Spreader Unit 157 A-157 Items Suction Catheter Each 158 A-158 Item Suction Tip Disposable 100 pcs. 159 A-159 Item Temporary filling Material (like cavit G-28) Pack 160 A-160 Item Torch Cell (Battery) Large size (Reputed brand) Per Pair 161 A-161 Item Torch Cell (Battery) Medium size (Reputed brand) Per Pair 162 A-162 Item Torch Cell (Battery) Pencil size (AA) (Reputed brand) Per Pair 163 A-163 Item Torch Cell (Battery) Pencil size (AAA) (Reputed brand) Per Pair 164 A-164 Item Torch LED (Plastic) double switch with three AA

batteries. Each

165 A-165 Towel Towel 27” X 54” Each 166 A-166 Gel Triamcinolone 0.1% in flavored gel. Base for oral use 5 gm. tube

167 A-167 Reagent Kit Triglyceride Serum 250 ml 168 A-168 Solution Turk Solution 500 ml 169 A-169 Kit Typhi Dot kit Each kit 170 A-170 Kit Urea (End Point) for semi auto analyser 500 ml 171 A-171 Reag Kit Uri sticks (10 Parameters) Bottle

172 A-172 Item Uri sticks (Albumin & Sugar) Bottle of 100

173 A-173 Reagent Kit Uric Acid 50 ml 174 A-174 Item Vacutainer EDTA 3ml Tube 175 A-175 Item Vacutainer Plain 4 ml tube 176 A-176 Reagent Kit VDRL RPR Test Kit- Card 25 Tests 177 A-177 Bed sheet White Cotton Bed Sheet having size 255 cm X 155 cm

made of cotton with selvage margin of 6mm with South DMC weaved in the middle all along with red color thread

Each

178 A-178 Cover White Cotton Pillow covers 30” X 18” Each 179 A-179 White

Apron White Terry cot non dying cloth apron (Assorted size) Each

180 A-180 Item Wiper (floor cleaner) standard size Each 181 A-181 Item Wooden Spatula (disposable)(tongue Depressor) Pack of

100 182 A-182 Cloth Woollen Blanket (weight 2 kg, having size 90’’X 60’’) with

South Delhi Municipal Corporation weaved on selvages (Colors Blue/Green/Red)

Each

183 A-183 X – Ray Cassettes

X – Ray recharge with Rare earth intensifying screen (ku) 10" X 12"

Each

184 A-184 X – Ray Cassettes

X – Ray recharge with Rare earth intensifying screen (ku) 12" X 15"

Each

185 A-185 X – Ray Cassettes

X – Ray recharge with Rare earth intensifying screen (ku) 14" X 14"

Each

186 A-186 Poly Bag Yellow Color Bags, tie knot type, Bio waste poly disposable Bags Size 18 inch having holding capacity of 10 kg, 15kg, 20kg : as per new BMW DPCC guidelines (Degradable), non chlorinated in nature i.e. Free of pvc, to be used for incineration above 800 deg celsius, made from 100% virgin plastic granule, made of low density poly ethylene (ldpe)-spi resin id code 4, thickness- 50 micron and above, tamper proof sealing system, conform to astn standard d1922 and d 1709- test certificate , 50% transparency level, yellow master batch color shade, black printing ink free from heavy metals, bottom of the bag needs to have a double seal to prvent bottom leakage, Bar Coded: as per new BMW DPCC guidelines.

Each

187 A-187 Ointment Yellow soft paraffin I.P. 5kg

Group B: List of Medicine/Consumable/Other items for SDMC for RCA for the year 2021-24 SNO ITEM

CODE TITLE NAME OF THE ITEMS PACKIN

G Remarks

1 B-1 Tab. Aceclofanac IP 100 mg, Paracetamol IP 325 mg and Chlorzoxazone 500 mg in film coated tablet

10x10

2 B-2 Tablet Aceclofenac 100 mg 10X10 3 B-3 Tablet Aceclofenac 100 mg + Paracetamol 325 mg. 10X10 4 B-4 Tablet Aceclofenac 100 mg + Paracetamol 325 mg. +

Serratiopeptidase 15 mg 10X10 #

5 B-5 Tablet Aceclofenac SR/CR 200 mg 10X10 6 B-6 Tablet Acyclovir 400 mg 10 X 10 7 B-7 Tablet Acyclovir 800 mg 10 X 10 8 B-8 Tablet Albendazole 400 mg 10X10 9 B-9 Suspensi

on Albendazole Suspension 200 mg/ 5 ml (Each 5 ml contain Albendazole 200 mg.)

10 ml

10 B-10 Tablet Alprazolam IP 0.25 mg 10X10 11 B-11 Injection Amikacin Sulphate 500 mg Vial 12 B-12 Injection Aminophylline 25 mg/ ml 10

ml.amp

13 B-13 Tablet Amoxycillin Dispersible kid Tab 125 mg (Each tablet contains Amoxycillin 125 mg.)

10 X 10

14 B-14 Capsule Amoxycillin Trihydrate 250 mg 10 X 10 15 B-15 Capsule Amoxycillin Trihydrate 500 mg 10 X 10 16 B-16 Injection Ampicillin (as Sod.) 500 mg Vial 17 B-17 Injection Ampicillin 1 gm + Sulbactum 0.5 gm Vial 18 B-18 Capsule Ampicillin Trihydrate 250 mg 10 X 10 19 B-19 Capsule Ampicillin Trihydrate 250 mg + Cloxacillin sodium

250 mg 10 X 10

20 B-20 Capsule Ampicillin Trihydrate 500 mg 10X 10 21 B-21 Oint. Analgesic Rubefacient ointment, containing

Methylsalicylate + Mephenesin etc. 20 gm Tube

22 B-22 Syrup Antacid containing Sod. Alginate + Mag. Hydroxide + Aluminum Hydroxide+ Simethicone

200 ml

23 B-23 Injection Anti D (human) Immunoglobulin 300 ugm Amp 24 B-24 Injection Anti Rabies - human monoclonal antibody 100 IU/ml

2.5 ml vial each vial

25 B-25 Syrup Azithromycin 200 mg/5ml 15 ml 26 B-26 Tablet Azithromycin as Dihydrate 250 mg 1 X 6 27 B-27 Tablet Azithromycin as Dihydrate 500 mg 1 X 5 28 B-28 Tab/Cap. B complex (Theraputic) Containing Zinc Supphate,

Ascorbic Acid, Nicotinamide, Thiamine, Riboflavin, Calcium Pantothenate, Pyridoxine Hydrochloride, Folic Acid, Cyanocobalamin

1x10

29 B-29 Tablet Bisacodyl 5 mg 10X10 30 B-30 Tab. Calcium 1000 mg from Organic source +

Cholecalciferol IP 200 IU and Ipriflavone 300 mg 1x15 #

31 B-31 Syrup Calcium Carbonate (250mg elemental Calcium) + Vitamin D3 125 IU/5ml)

60mL #

32 B-32 Injection Calcium Pantothenate 25 mg / ml 2 ml Amp

#

33 B-33 Tablet Cefadroxil as monohydrate 500 mg 10 X 10 34 B-34 Tablet Cefixime 100 mg DT 10 X 10 35 B-35 Tablet Cefixime 50 mg DT 10 X 10 36 B-36 Tablet Cefixime Trihydrate 200 mg 10 X 10 37 B-37 Tablet Cefixime Trihydrate 200 mg + Clavulanic Acid 125 mg 10 X 10 38 B-38 Injection Ceftriaxone 1 gm vial 39 B-39 Injection Ceftriaxone 500 mg vial 40 B-40 Tablet Cefuroxime 250 mg + Clavulanic acid 62.5 mg 10 X 10 41 B-41 Tablet Cefuroxime 500 mg + Clavulanic acid 125 mg 10 X 10 42 B-42 Tablet Cefuroxime Sodium/Axetil 250 mg 10 X 10 43 B-43 Tablet Cefuroxime Sodium/Axetil 500 mg 10 X 10 44 B-44 Syrup Cetrizine 5 mg ( Each 5 ml. contain Cetrizine mg) 60 ml. 45 B-45 Mouth

wash Chlorhexedine 0.2% mouth wash 100 ml

packing

46 B-46 Syrup Chloroquine Syrup 50 mg/ 5ml (Each 5 ml contain chloroquine phosphate 50 mg

60 ml.

47 B-47 Injection Cholecalciferol 3 Lakh IU Ampl # 48 B-48 Sachet Cholecalciferol 60000 IU 1gm

sachet

49 B-49 Oral Paint

Choline Salicylate soln+ Benzalkonium chloride soln + Lignocaine HCL IP (8.7 to 9% w/b) + (0.01 to Gel 0.02%) + 2% w/w in flavoured jelly base oral gel

10g or 10 ml

50 B-50 Injection Ciprofloxacin 100 mg/ 100 ml 100 ml. poly vac

51 B-51 Tablet Ciprofloxacin HCL Monohydrate IP 500 mg 10 X 10 52 B-52 Tablet Clarithromycin 250 mg 1 X 10 53 B-53 Tablet Clarithromycin 500 mg 1 X 10 54 B-54 Tablet Clavulanic Acid 125 mg + Amoxycillin Trihydrate 250

mg 1 X 10

55 B-55 Tablet Clavulanic Acid 125 mg + Amoxycillin Trihydrate 500 mg

1 X 10

56 B-56 Tablet Clavulanic Acid 125 mg + Amoxycillin Trihydrate 875 mg

1 X 10

57 B-57 Syrup/Dr y syrup

Clavulanic acid 28.5 mg + Amoxycillin 200 mg per 5 ml

30 ml

58 B-58 Syrup Clavulanic acid 57 mgm + Amoxycillin 400 mgm / 5ml 30 ml 59 B-59 Injection Clavulanic acid as Potassium 200 mg + Amoxycillin Vial

1.0 gm as 1.2 gm/vial 60 B-60 Cream Clotrimazole 2% 30 gm 61 B-61 Lotion Clotrimazole oral Lotion 1% w/w 15 ml 62 B-62 Tablet Clotrimazole USP 100 mg Vaginal 10X10 63 B-63 Syrup Colistin each 5ml of reconstituted suspension

contains colistin sulphate equivalent to Colistin 25 mg 30 ml

64 B-64 Tablet Dehydrogesterone 10 mg 10 X 10 65 B-65 Injection Dexamethasone Sod. Phosphate 4 mg/ml 2 ml

Vial

66 B-66 Tab. Dexketoprofen trometal euivalent to Dexketoprofen 25 mg + Paracetamol 325 mg

1x10

67 B-67 Injection Dextrose 25% 500 ml each vac

68 B-68 Injection Dextrose 5% 500 ml each vac

69 B-69 Injection Dextrose 5% in fractional Saline 0.30% ( FFS Technology) - Each 100 ml. contains - Dextrose anhydrous IP 5.0 gm + Sodium Chloride IP .30 gm.+Water for injection IP qs.

500 ml Vac

70 B-70 Injection Dextrose 5% in fractional Saline 0.45% ( FFS Technology) - Each 100 ml. contains - Dextrose anhydrous IP 5.0 gm + Sodium Chloride IP .45 gm.+ Water for injection IP qs.

500 ml poly/ Glass Bottle

71 B-71 Injection Diazepam 5mg per ml 2 ml amp

72 B-72 Tablet Diclofenac 75 Mg SR 10x10 73 B-73 Tablet Diclofenac Potassium 50 mg film (Enteric Coated) 10X10 74 B-74 Injection Diclofenac Sod. 25 mg/ ml 3

ml/amp

75 B-75 Gel Diclophenac Sodium gel + Methyl salicylate + Menthol + Mephenesin

15 gm

76 B-76 Tablet Dicyclomine 10 mg 10x10 77 B-77 Injection Dicyclomine 10 mg/ml amp 78 B-78 Drops Dicyclomine Hcl 10 mg + Activated Dimethicone 40

mg/ml ( Each 1 ml contain dicyclomine Hcl 10 mg + Activated Dimethicone 40 mg)

10 ml

79 B-79 Tablet Dicyclomine Hcl.-20 mg+ Mefenamic Acid 250 mg + Paracetamol 325 mg.

10X10

80 B-80 Gel Dinoprostone 0.5 mg Gel Tube 81 B-81 Syrup

(Cough) Diphenhydramine HCl IP 14.08 mg Ammonium Chloride 138 mg. Sodium Citrate IP 57.03 mg syrup base qs. (app) with menthol

100 ml bottle

82 B-82 Tablet Domperidone 10 mg 10X10 83 B-83 Syrup Domperidone Syrup 1 mg/ 1ml (Each 5 ml contain

Domperidone 5 mg) 30 ml

84 B-84 Tablet Doxycycline DT 100 mg 10 X 10 85 B-85 Capsule Doxycycline HCI 100 mg 10 X 10 86 B-86 Tablet Doxylamine sodium 10 mgm 10x10 # 87 B-87 Tablet Dried Aluminium Hydroxide gel + Mag. Hydroxide +

Activated Polymethylsiloxane 10X10 #

88 B-88 Tablet Drotaverine 40 mg 10 X 10 89 B-89 Tablet Drotaverine 80 mg 10x10 90 B-90 Injection Drotaverine Hcl 40mgm Amp. # 91 B-91 Drops Each ml containing Phenylephrine 2.5 mg, and

Chlorpheneramine maleate 1 mg in 15 ml bottle 15 ml

92 B-92 Drops Each ml containing Phenylephrine 2.5 mg, Paracetamol 125 and Chlorpheneramine maleate 1 mg

15 ml bottle

#

93 B-93 Syrup Elemental Iron 80 mg ,Folic Acid 200mcg, Vit B12 -2mcg

200ml #

94 B-94 Injection Erythropoietin 2000 units (Recombinant Human) Prefilled syringe.

95 B-95 Injection Erythropoietin 4000 units (Recombinant Human) Prefilled syringe

96 B-96 Injection Ethamsylate 250 mgm/ amp Amp. 97 B-97 Tablet Ethamsylate 500 mg 10X10 98 B-98 Tablet Etophyline 115 mg+ Theophyline 35 mg 10X10 99 B-99 Tablet Etophyline 231 mg+ Theophyline 69 mg 10X10 # 100 B-100 Tablet Etorocoxib 90 mg. 10X10 101 B-101 Tablet Ferrous Fumerate IP equivalent to elemental iron not

less then 50 mg + Folic acid 0.75 mg + Docusate Sodium not less than 50mg etc

1x15

102 B-102 Tablet Ferrous Sulphate 200 mg (Sugar Coated) 10X10 103 B-103 Tablet Fexofenadine 120 mg 10X10 104 B-104 Tablet Fexofenadine 180 mg 10X10 105 B-105 Tablet Fluconazole 150 mg 10X10 106 B-106 Tab. Fluconazole 50 mg dispersible 10x10 107 B-107 Injection Gentamicin sulphate 80 mg 2 ml

Vial

108 B-108 Tablet Glimepiride 1 mg 10X10 109 B-109 Tablet Glimepiride 2 mg 10X10 110 B-110 Tablet Glimepiride 4 mg 10X10 111 B-111 Injection Haemocoagulase 1 Christensen unit/amp Amp. # 112 B-112 Injection Human Diploid Cell Rabies Vaccine IM/ID Pack Vial

1ml

113 B-113 Tablet Hydroxy Chloroquine Sulphate 200 mg 10X10 114 B-114 Tablet Ibuprofen IP 400 mg (Film Coated) 10X10 115 B-115 Injection Inactivated rabies Vaccine prepared on Vero cell Vial 1

IM/ID Pack ml 116 B-116 Capsule Indomethacin 75 mg 10X10

117 B-117 Injection Inj. Hyoscine Butyl bromide 20 mg+D95 Amp. # 118 B-118 Injection Insulin Premixed (Human) 30% +70% 40IU/ML Vial 119 B-119 Injection Insulin Soluble (Human) 40IU/ML Vial 120 B-120 Tab. Iron (Elemental 45mg) and Folic Acid 400 mcg 10x10 # 121 B-121 Drops Iron Drops each containing Iron + folic acid + L-Lysine

+ Vit B12 15 ml #

122 B-122 Drops Iron drops each ml containing Ferrous Ascorbate equivalent to (Elemental 10mg) and Folic Acid 100 mcg/ml

15 ml #

123 B-123 Injection Iron sucrose equivalent to 50 mg Elemental Iron I/M, I/V

2.5 ml vial/amp.

124 B-124 Syrup Iron Syrup each 5 ml containing Ferrous Ascorbate equivalent to (Elemental 30mg) and Folic Acid IP 0.5 mg and Methylcobalamine 500 mcg in 150ml bottle

150 ml #

125 B-125 Tablet Isoxsuprine 10 mgm 10x10 126 B-126 Injection Isoxsuprine 5 mg/ml 2

ml/amp

127 B-127 Tablet Levocetrizine Dihydrochloride 5 mg 10X10 128 B-128 Syrup Levodropropizine and Chlorpheniramine Maleate

(each 5 ml contains Levodropropizine IP 30 mg and Chlorpheniramine Maleate IP 2 mg)

120 ml

129 B-129 Tablet Levofloxacin 250 mg 1 X 5 130 B-130 Tablet Levofloxacin 500 mg 1 X 5 131 B-131 Tablet Levofloxacin 750 mg 10 X 10 132 B-132 Injection Lignocaine Hcl 2% 30 ml

vial

133 B-133 Injection Lignocaine Hcl 2% with Adrenaline 30 ml vial

134 B-134 Tablet Linezolid 600 mg 10 X 10 135 B-135 Susp.(an

tcid) Magnesium Hydroxide + Sodium Carboxymethycellulose + Simethicone + Dried aluminium hydroxide

Minimum 100ml pack

136 B-136 Tablet Metformin HCl 1000 mg SR 10X10 137 B-137 Tablet Metformin HCl 500 mg SR 10X10 138 B-138 Tablet Methyl Ergometrine Maleate 0.125 mg 10X10 # 139 B-139 Tablet Methylcobalamin 1500 mcg 10X10 140 B-140 Injection Methylergometrine 0.2mg/ml amp 141 B-141 Tablet Methylergometrine Maleate 0.125mg 10 X 10 142 B-142 Tablet Methylprednisolone 4 mg. 10X10 143 B-143 Gel metronidazole (1% W/w) + Chlorhexidine Gel (0.25

w/w 10 gm tube) 10 gm

144 B-144 Tablet Metronidazole 400 mg 10X10 145 B-145 Injection Midazolam 1 mg/ml 5

ml/vial

146 B-146 Syrup Monteleukast 4 mg+ Levocetrizine 2.5 mg/ 5 ml 60 ml 147 B-147 Tablet Moxifloxacin 400 mg 1 x 5 148 B-148 Cream/

Oint Mupirocin 2% w/w 5 gm.

Tube

149 B-149 Capsule Nifedepine 5 mg 1x10 150 B-150 Gel Nimuselide (10mgm/1 Gm) 30 g 151 B-151 Tablet Nitrofurantoin 100 mg 10 X 10 152 B-152 Tablet Norfloxacin IP 400 mg 10 X 10 153 B-153 Drops Normal Saline Nasal drop 10 ml 154 B-154 Syrup Ofloxacin (Each 5 ml, contains 50 mg) 30 ml 155 B-155 Tablet Ofloxacin 100 mg DT 10 X 10 156 B-156 Tablet Ofloxacin USP 200 mg 10 X 10 157 B-157 Capsule Omeprazole 20 mg 10X10 158 B-158 Injection Ondansetron (2 mg/ml) 2 ml amp Amp 159 B-159 Injection Ondansetron 2 mg Amp 160 B-160 Tablet Ondansetron 4 mg 10X10 161 B-161 Tablet Ornidazole 500 mg 10 X 10 162 B-162 Tablet Ornidazole 500 mg + Ofloxacin 200 mg 10 X 10 163 B-163 Injection Oxytocin IV: 10 IU 1 ml

amp

164 B-164 Injection Oxytocin IV: 20 IU 1 ml amp

#

165 B-165 Tablet Pantoprazole 40 mg 10X10 166 B-166 Injection Pantoprazole 40 mg vial 167 B-167 Syrup Paracetamol 125 mg + Phenylephrine 5 mg + CPM

1mg + Sodium Citrate Q.s. 60 ml. #

168 B-168 Injection Paracetamol 150 mg/ml 2 ml Amp

#

169 B-169 Drops Paracetamol drop 100 mg/ml. 15 ml # 170 B-170 Tablet Paracetamol IP 325 mg + CPM 2 mg + Phenylephrine

Hcl. 10 mg 10X10 #

171 B-171 Tablet Paracetamol IP 500 mg 10X10 172 B-172 Tablet Paracetamol IP 650 mg 1X15

173 B-173 Syrup Paracetamol Syrup120 mg/5 ml (Each 5 ml contain paracetamol 120 mg)

60 ml.

174 B-174 Syrup Phenobarbitone 20 mg/5 ml 10 x 10 # 175 B-175 Tablet Poly Vitamin TherapeuticVitamin A (oily form) as

palmiate 2000IU + Vitamin B1 1mg + Vitamin B2 1mg + Vitamin B6 1.34mg + Vitamin B12 1mcg + Ascorbic acid 33.3mg + Vitamin D3 200IU + Folic acid 0.3mg + Calcium pantothenate 1mg + Niacinamide 15mg + Dibasic calcium phosphate 100mg

10X10

176 B-176 Solution Povidone Iodine (cleaning) Solution 5% (Surgical scrub sol)

500 ml

177 B-177 Tablet Povidone lodine 200 mg Vaginal 10X10 # 178 B-178 Capsule Prebiotic/Probiotic Capsule contain four or more

types of bacillus: Each capsule containing; saccharomyces boulardii-5 billion, L. sporogenous-60 million, L. acidophilus-60 million, bifido bacterium-10 million, bacillus mesentricus-10 million

10X10

179 B-179 Sachet Prebiotic/Probiotic sachet contain four or more types of bacillus and one or more fungal spores

1 gm sachet

180 B-180 Tablet Prednisolone 10 mg 10X10 181 B-181 Tablet Prednisolone 5 mg 10X10 182 B-182 Syrup/S

u spension

Prednisolone 5mg/5ml 60ml #

183 B-183 Injection Promethazine 25mg/2ml amp 184 B-184 Syrup Promethazine Syrup 5 mg/5ml (Each 5 ml. Contain

Promethazine 5 mgm I.P. 60 ml.

185 B-185 Tablet Rabeprazole Sodium 20 mg 10X10 186 B-186 Injection Ranitidine HCI 50 mg/ 2 ml amp 187 B-187 Tablet Ranitidine Hcl IP 150 mg 10X10 188 B-188 Tablet Salbutamol Sulphate IP 4 mg 10X10 189 B-189 Cream Silver Sulphadiazine 1% w/w cream 10 gm 190 B-190 Tablet Sitagliptin 50 mg. 1X7 191 B-191 Tablet Sitagliptin 50 mg. + Metformin 500 mg 1X15 192 B-192 Enema Sodium Phosphate Enema (for Proctoclysis) 100 ml Each

bottle of 100 ml

193 B-193 Tablet Sodium Picosulphate BP 10 mg 10x10

194 B-194 Tablet Sodium Valproate 200 mg 10 x 10 195 B-195 Tablet Sulfamethoxazole 800 mg + Trimethoprim 160 mg 10 X 10 196 B-196 Tablet Sulphamethoxazole + Trimethoprim Dispersible kid

Tab (100 mg + 20 mg) (Each tablet contain sulphamethoxazole 100 mg + Trimethoprim 20 mg)

10 X 10

197 B-197 Tablet Tamsulosin Hcl 0.4 mg 10X10 198 B-198 Syrup

(cough) Terbutaline +Ambroxol Hcl + Guaiphenesin + Menthol 100 ml.

199 B-199 Injection Tetanus Toxoid 0.5 ml amp # 200 B-200 Injection Tetanus Toxoid 5 ml Vial # 201 B-201 Tablet Thyroxine Sodium 0.1 mg Bottle

of 100 Tab.

202 B-202 Tablet Thyroxine Sodium 25 mcg Bottle of 100

Tab.

203 B-203 Tablet Thyroxine Sodium 50 mcg Bottle of 100 Tab.

204 B-204 Tablet Tinidazole 500 mg + Clotrimazole 200 mg + Lactic Acid Bacillus 150 million

1 kit (4 tab. Pack.)

#

205 B-205 Tablet Tinidazole 600 mg + Ciprofloxacin 500 mg 10 X 10 206 B-206 Tablet Tinidazole 600 mg + Norfloxacin 400 mg 10 X 10

207 B-207 Tablet Tramadol 37.5mg. + Paracetamol 325 mg. 10X10 208 B-208 Tablet Tranexamic acid 500 mcg + Mefanemic Acid 250 mg 10X10 209 B-209 Tablet Tranexamic acid 500 mg 10X10 210 B-210 Paste Triamcinalone Acetonide (0.1% W/w) Dental Paste 5 Gm 211 B-211 Syrup Trimethoprim 40 mg + Sulphamethoxazole 200

mg.(Each 5 ml contain Trimethoprim 40 mg + Sulphamethoxazole 200 mg)

50 ml

212 B-212 Tablet Trimethoprim 80 mg + Sulphamethoxazole 400 mg. 10X10 213 B-213 Tablet Ursodeoxy Cholic Acid 300 mg 10X10 214 B-214 Injection Valethamate Bromide 8mg/ml amp 215 B-215 Tablet Vidagliptin 50 mg + Metformin 500 mg 10X10 216 B-216 Tablet Vildagliptin 50 mg 1X14 217 B-217 Injection Vit A 2 lac IU vial # 218 B-218 Drops Vit D 400 IU per ml 15 ml # 219 B-219 Injection Vit K (Fat Soluble) 0.5mg Amp # 220 B-220 Injection Vit K 10 mg/ ml 1 ml

Amp. #

221 B-221 Injection Vit. A 50,000 IU 2 ml Amp.

#

222 B-222 Capsule Vitamin A 25000 IU Soft Gelatin Capsule Bottle of 30 Cap.

#

223 B-223 Capsule Vitamin B Complex Therapeutic 10X10 224 B-224 Capsule Vitamin E 400 mg soft Gelatin (Aquous base) 10X10 225 B-225 Injection Water for Injection Sterile 5 ml

amp

226 B-226 Syrup Zinc Syrup 20mg. / 5 ml. 100 ml 227 B-227 Tab. Zinc tablet 50mg 10x10 # The firm desirous of quoting these items shall have to submit approval from DCGI or import license if

applicable.

Group C: List of Medicine/Consumable/Other items for SDMC for RCA for the year 2021-24 S.N ITEM

CODE TITLE NAME OF THE ITEMS PACKING Remark

s 1) C-1 Capsule Acebrophylline 100mg 10x10

2) C-2 Tab. Acenocoumarol 2 mg 10X10

3) C-3 Respule Acetyl Cystine 20% w/v ( 200 mg./ ml) each

4) C-4 Respule Acetylcysteine Respule

5) C-5 Tab. Acetylcysteine 600 mg 10X10

6) C-6 Gel Adapalene 0.1% + Benzoyl Peroxide 2.5% 15 gm

7) C-7 Oint Adapalene 0.1% w/w gel 15 gm

8) C-8 Injection Adrenaline (1/1000) 1 mg /1ml amp

9) C-9 Injection Adrenochrome 1.5mg/ml 2 ml Amp.

10) C-10 Tab. Alendronic acid 70 mg 1X4

11) C-11 Tablet Alfuzosin 10mg 1X30

12) C-12 Tab. Allopurinol 100 mg 10X10

13) C-13 Tablet Alpha Methyl Dopa 500 mgm 10 x10 #

14) C-14 Tablet Alprazolam 0.25mg 1X10

15) C-15 Nebulizing Solution

Ambroxol 15 mg /2ml 2 ml respule

16) C-16 Tab. Ambroxol 30 mgm 10x10

17) C-17 Syrup Ambroxol HCL IP 15 mg + Salbutamol Sulphate equivalent to Salbutamol 1 mg/5ml

100 ml. Pack #

18) C-18 Tab. Amiodarone 100 mg 10X10

19) C-19 Tablet Amitryptyline 25mg 10X10

20) C-20 Tablet Amlodipine 10 mg 10 X 10

21) C-21 Tablet Amlodipine 5 mg 10 X 10

22) C-22 Tablet Amlodipine 5 mg + Metoprolol succinate 50 mg Extended Release

10 X 10

23) C-23 Tablet Amlodipine 5mg + Atenolol 50mg 10X10

24) C-24 Tablet Amlodipine 5mg + Telmisartan 40mg 10X10

25) C-25 Tablet Apixaban 2.5 mg 1X10

26) C-26 D-Syr Artemether 40 mg+ Lumefantine 240 mg 15 ml

27) C-27 Tablet Artemether 80 mg+ Lumefantine 480 mg 1x6

28) C-28 Eye Drops Artificial tear Eye drops (PVA 1.4% + Povidone 0.6%)

10 ml

29) C-29 Tablet Ascorbic Acid 500 mgm(chewable) 10x10

30) C-30 Tablet Aspirin 150 mg Enteric coated 1 X 14

31) C-31 Tablet Aspirin 75 mg Enteric Coated 1 X 14

32) C-32 Tablet Atenolol 50 mg 1 X 14

33) C-33 Tablet Atorvastatin 10 mg 10 X 10

34) C-34 Tablet Atorvastatin 10mg + Fenofibrate 160mg 10X10

35) C-35 Tablet Atorvastatin 20 mg 10 X 10

36) C-36 Nasal Spray

Azelastine 140 mcg + Fluticasone propionate50 mcg per dose

70 metered doses

#

37) C-37 Tablet AzilsartanMedoxomil 40 mg 1X10

38) C-38 Lotion Beclomethasone 0.025% wv and Clotrimazole 1%

50 ml

39) C-39 Cream/Oint

Beclomethasone and Clotrimazole Cream 0.025%W/W+ 1%W/W

15 gm

40) C-40 Capsule Benzonatate 100 mg 10x10 #

41) C-41 Tablet Betahistine 16 mgm 10x10

42) C-42 Tab. Betahistine 8 mg 10X10

43) C-43 Lotion Betamethasone 0.05% + Clotrimazole 1% 15 ml #

44) C-44 Cream Betamethasone Dipropionate 0.05% 15 gm

45) C-45 Lotion Betamethasone Dipropionate 0.05% 15ml

46) C-46 Cream Betamethasone dipropionate 0.05% + Gentamycin 0.1%

10g #

47) C-47 Tablet Bisoprolol 2.5mg 10X10

48) C-48 Tablet Bisoprolol 5mg 1X10

49) C-49 Syrup Bromhexine 4mg + Guaiphensin 50mg + Terbutaline 1.25mg

100mL

50) C-50 Eye Drop Bromofenac Sodium Eye drop 5 ml

51) C-51 Nebulizing Solution

Budesonide 0.5 mg 2 ml respule #

52) C-52 Nebulizing Solution

Budesonide 1 mg 2 ml respule #

53) C-53 Nasal Spray

Budesonide 50 mcg / dose 200 metered dose

#

54) C-54 DPI Budesonide Rotacap(200mcg/rotacap) Pack of 30 dose

55) C-55 Lotion Calamine 10% 50ml

56) C-56 Injection Calcium Gluconate amp

57) C-57 Syrup Calcium phosphate + Cyanocobalamin + Cholecalciferol

200 ml bottle #

58) C-58 Powder Calcium Polystyrene Sulphonate 15 gm sachet

59) C-59 Tab. Carbamazepine 100 mg 10X10 #

60) C-60 Tab. Carbamazepine 200 mg 10X10

61) C-61 Eye Drops Carboxy Methyl Cellulose 0.5 % 10 ml

62) C-62 Eye Drops Carboxy Methyl Cellulose 1.0 % 10 ml #

63) C-63 Tablet Carvedilol 3.125mg 10×10

64) C-64 Tablet Carvedilol 6.25 mg 10 X 10

65) C-65 Applicaps Chloramphenicol Eye ointment W/W 100 applicaps

#

66) C-66 Tab. Chlorthalidone 6.25 mg 10X10

67) C-67 Tab. Cilnidipine 10 mg 10X10

68) C-68 Eye Drops Ciprofloxacin eye drops 0.3% 5 ml

69) C-69 Eye Oint. Ciprofloxacin eye ointment 0.3% 5 gm

70) C-70 Gel Clindamycin gel 1% w/w 10 gm

71) C-71 Oint. Clobetasol Propionate 0.05% + Salicylic Acid 6% Oint.

20 gm

72) C-72 Cream Clobetasol Propionate Cream 0.05% w/w 10 gm

73) C-73 Tab Clomiphene Citrate 100 mg 10x10 #

74) C-74 Tab Clomiphene Citrate 50 mg 10x10

75) C-75 Tab. Clonazepam 0.25 mg 10X10

76) C-76 Tab. Clonidine 0.1 mg 10X10

77) C-77 Tablet Clopidogrel 75 mg 10 X 10

78) C-78 Cream/Oint

Clotrimazole 1% 10 gm

79) C-79 Syrup Codeine Lintus 15 mg / 5 ml 60 ml #

80) C-80 Cream Containing Urea I.P. + Lactic Acid + Propylene Glycol I.P. + Liquid Paraffin Cream

75 gm

81) C-81 Capsule Cycloserine 250mg 10x10

82) C-82 Tablet Dapagliflozin 10 mg 1X14

83) C-83 Tablet Deflazacort 30 mg 1 X 6

84) C-84 Tablet Deflazacort 6 mg 1X 4 X 10

85) C-85 Tab. Dexamethason 4 mg 1x10

86) C-86 Injection Dextrose Normal Saline Poly/vac of 500ml. Vac

87) C-87 Tab. Diacerein 50 mg 10X10

88) C-88 Tab. Dialantin Sodium 100 mg 10X10 #

89) C-89 Susp. Dicyclomine + Dried Aluminium Hydroxide +Light Magnesium Oxide+Simethicone

200 ml bottle

90) C-90 Tab. Diethylcarbamazine 100 mg 10X10

91) C-91 Tablet Digoxin 0.25 mg 10 X 10

92) C-92 Tablet Diltiazem 60 mg 10 X 10

93) C-93 Liquid Disodium Hydrogen Citrate 100 ml #

94) C-94 Tablet Donepezil 5mg 10X10

95) C-95 Eye Drops Dorzolamide Eye Drops 5 ml

96) C-96 Syrup Doxofylline 100 mg /5 ml 100 ml pack

97) C-97 Tablet Doxofylline 400 mg 10 X 10

98) C-98 Injection Drotaverine HCL 20mg/ml Amp #

99) C-99 Tablet Elemental calcium 500mg + Vit. D3 250 IU 10X10

100) C-100 Tablet Empagliflozin 12.5mg + Metformim 500 mg 1X10

101) C-101 Tablet Empagliflozin 25 mg 1X10

102) C-102 Tablet Enalapril Maleate 5mg 1X15

103) C-103 Sachets Enteral Nutrition powder form Small single Use Sachet

#

104) C-104 Tab. Escitalopram 5 mg 10X10

105) C-105 Tab Estradiol Valereate 2 mg 10x10

106) C-106 Tablet Ethambutol 1000 mg 10 X 10 #

107) C-107 Tablet Ethambutol 800 mg 10 X 10 #

108) C-108 Tablet Ethionamide 250 mg 10 X 10

109) C-109 Tab. Febuxostat 40 mg 10X10

110) C-110 Tab. Fenofibrate 145 mg 10X10 #

111) C-111 Tab. Flavipiravir 400 mg 1x10

112) C-112 Tab. Flavipiravir 800 mg 1x10

113) C-113 Cream Fluocinolone Acetonide 0.1% 20 gm

114) C-114 Lotion Fluoncinolone Acetonide 0.01% + Miconazole maleate 2 %

10 ml

115) C-115 Eye Drop Flurbiprofen Sodium 0.03% 5ml

116) C-116 Eye Drop Fluromethalone 0.1% Eye Drop 5 ml

117) C-117 Respule Fluticasone 0.5 mg/2ml ( 0.5 mg Respule each

118) C-118 Nasal Spray

Fluticasone propionate 50 mcg/1 dose 120 metered dose

119) C-119 Cream Fluticasone Propionate Cream 0.05% 5 gm

120) C-120 Tab. Folic Acid 0.5 mg + Ferrous Sulphate 150 mg 10X10

121) C-121 Tab. Folic Acid 5mg Tab. 10X10

122) C-122 DPI Formoterol 12 mcg+ Tiotropium 18mcg Rotacap

Pack of 15 dose

#

123) C-123 Respule Formoterol 20 mcg + Budesonide 0.5mg 2 ml respule

124) C-124 Cartridge for MDPI

Formoterol 6 mcg + Budesonide 200 mg per dose

100 MDPI in each

device cartridge

125) C-125 DPI Formoterol 6 mcg + Budesonide 200mcg Rotacap

Pack of 30 dose

126) C-126 MDI Formoterol 6 mcg + Budesonide 200mcg/1 puff

120 MDI Pack

127) C-127 DPI Formoterol 6 mcg + Fluticasone 250 mcg Rotacap

Pack of 30 dose

128) C-128 MDI Formoterol 6 mcg +Fluticasone 250 mcg puff 120 doses

129) C-129 MDI Formoterol 6 mcg+ Budesonide 400 mcg/puff 120 MDI Pack

130) C-130 DPI Formoterol 6 mcg+Budesonide 400mcg Rotacap

Pack of 30 dose

131) C-131 MDI Formoterol 6mcg + Mometasone 200 mcg Each

132) C-132 Rotocap Formoterol 6mcg + Mometasone 200 mcg Bottle of 30

133) C-133 MDI Formoterol 6mcg + Mometasone 400 mcg Each

134) C-134 Rotocap Formoterol 6mcg + Mometasone 400 mcg Bottle of 30

135) C-135 Tablet Furosemide 20 mg + Spironolactone 50 mg 10 X 10

136) C-136 Tablet Furosemide 40 mg 10 X 10

137) C-137 Oint/Cream

Fusidic Acid 2%/ Sodium Fusidate 15 gm

138) C-138 Tablet Gabapentin 100mg + Nortriptyline 10mg 1X15

139) C-139 Cap. Gabapentin 300 mg 10X10

140) C-140 Tablet Gabapentin 400mg + Nortriptyline 10mg 1x15

141) C-141 Lotion Gammabenzene Hexachloride 1% w/w 100 ml #

142) C-142 Ear Drop Gentamycin 0.3 % Ear/ eye Drops 5 ml #

143) C-143 Tablet Gliclazide 40mg 10X10 #

144) C-144 Tab. Gliclazide 60 mg MR 10X10

145) C-145 Tablet Glimepiride 1mg and Metformin 500 mg Sustained Release

10X10

146) C-146 Tablet Glimepiride 2mg and Metformin 500 mg Sustained Release

10X10

147) C-147 Tab Glipizide 10 mg 10X10

148) C-148 Tab. Glipizide 5 mg 10X10

149) C-149 Cap/Tab Glyceryl Trinitrate 2.6 mg Bottle of 30

150) C-150 Cap./Tab. Glyceryl Trinitrate 6.4 mg. Bottle of 30 #

151) C-151 Tablet Griseofulvin (unmicronized) 250 mg 10 X 10

152) C-152 Injection Haemecel 500 ml bottle/VAC vac

153) C-153 Injection HCG 5000 IU Vial #

154) C-154 Inj. Hydrocortisone 100 mg amp 2 ml Amp.

155) C-155 Injection Hydroxy- Progesterome caproate 250 mg/1ml Amp

amp

156) C-156 Injection Hydroxy- Progesterome caproate 500 mg/2 ml Amp

amp

157) C-157 Tab Hyoscine butyl bromide+Mefenamic acid 10X10 #

158) C-158 Capsule Iatraconazole 100mg 1X10

159) C-159 Tablet Ibandronic Acid 150 mg 1Tablet/strip

160) C-160 Syrup Ibuprofen 100 mgm +Paracetamol 125 mg/5ml

60ml

161) C-161 Tablet Indapamide sustained release 1.5mg 10X10

162) C-162 Capsule Indinavir 400mg 10x10

163) C-163 Injection Insulin Aspart 100 IU/ml 3ml cartridge

164) C-164 Injection Insulin Aspart 30% + Insulin Aspart Protamine 70% 100IU/ml

3ml Cartridge

165) C-165 Injection Insulin Glargine 100IU/ML 10ml Vial

166) C-166 Injection Insulin Isophane/NPH 50% + Human Insulin/Soluble 50% 100 IU/ml

3ml Cartridge

167) C-167 Injection Insulin Isophane/NPH 70% + Human Insulin/Soluble 30% 100 IU/ml

3ml Cartridge

168) C-168 Injection Insulin Lispro 100 IU/ml 3ml Cartridge

169) C-169 Injection Insuline Glargine 100 IU/ml 3 ml Cartridge

170) C-170 Tablet Isosorbide 5 mononitrate 20 mg 10 X 10

171) C-171 Tablet Itraconazole 100 mg 1x10

172) C-172 Tablet Ivabradine 5 mg 1x10

173) C-173 Tab. Ivermactin 12 mg 1x10

174) C-174 Tab. Ivermactin 6 mg 1x10

175) C-175 Powder Ketoanalogue Sachet #

176) C-176 Lotion Ketoconazole 2% 50 ml

177) C-177 Eye Drop Ketorolac tromethamine 0.05% 5 ml

178) C-178 Item Ketostix, Urine Glucose Strips Pack of 100

179) C-179 Tablet Labetolol 100 mgm 10x 10

180) C-180 Injection Labetolol 5 m g/ml 20 ml vial

181) C-181 Syrup Lactulose 10g/15ml 200 ml

182) C-182 Eye Drops Latanoprost Eye Drops 0.05% 5 ml

183) C-183 Tab. Letrozole 2.5 mg 10x10

184) C-184 Tablet Levetiracetam 250mg 10X10

185) C-185 Syrup Levocloperastine Fendizoate 35.4 mg / 5 ml 100 ml

186) C-186 Respule Levosalbutamol 0.63 mg + Ipratopium 500 mcg per 2.5 ml

each

187) C-187 Respule Levosalbutamol 1.25 mg + Ipratopium 500 mcg per 2.5 ml

each

188) C-188 Respule Levosalbutamol 1.25 mg + Ipratropium 500 mcg

2.5 ml respule

189) C-189 MDI Levosalbutamol 50 mcg per dose 250 doses

190) C-190 Eye Drops Lignocaine Hcl 4 % Eye Drops 20 ml #

191) C-191 Tab. Linagliptin 5 mg 10X10

192) C-192 Syrup Liquid paraffin+ Milk of Magnesia+ Sodium Picosulphate

200 ml

193) C-193 Tablet Lisinopril 5mg 10X10

194) C-194 Tablet Losartan 50 mg + Hydrochlorothiazide12.5 mg

10 X 10

195) C-195 Tablet Losartan Potassium 50 mg 10 X 10

196) C-196 Cream Luliconazole 1% 10 gm

197) C-197 Injection Magnesium Sulphate 1 gm/100 ml infusion vac

198) C-198 Injection Magnesium Sulphate 40 mg/ml amp

199) C-199 Injection Manitol 20% w/v IP 100 ml vac

200) C-200 Tablet Mebeverine 135mg 1X15

201) C-201 Tab. Medroxy Progesterone acetate 10 mg 10x10

202) C-202 Injection Meropenam 500 mg Vial

203) C-203 Tablet Methotrexate 5mg 1X10

204) C-204 Tab. Methyl prednisolone 16 mg 1x10

205) C-205 Tab. Methyl prednisolone 8 mg 1x10

206) C-206 Oint. Methyl Salicylate + Menthol + camphor 20 gm

207) C-207 Tablet Metolazolone 5 mg 1x10

208) C-208 Tablet Metoprolol extended release 25 mg 10 X 10

209) C-209 Injection Metronidazole 500 mg/100ml 100 ml vac

210) C-210 Cream Miconazole 2% 10 gm

211) C-211 Tab. Micronized Progesterone SR 300 mg 10x10

212) C-212 Tablet Mifepristone 200 mg 10x10

213) C-213 Lotion Minoxidil 5% 60 ml

214) C-214 Tab. Misoprostol 200 mcg 1x4

215) C-215 Tab. Misoprostol 25 mcg 1x4

216) C-216 Nasal Spray

Mometasone 50 mcg / Dose 120 met. dose

217) C-217 Cream Mometasone Furoate 0.1% cream 5 gm

218) C-218 Tablet Montelukast 10 mg 10 X 10

219) C-219 Tablet Montelukast 10 mg + Levocetrizine 5 mg 10 X 10

220) C-220 Tablet Montelukast 4 mg 10 X 10

221) C-221 Tablet Montelukast 5 mg 10 X 10

222) C-222 Eye Drops Moxifloxacin Eye Drop 0.5% 5ml

223) C-223 Eye Oint. Moxifloxacin Eye ointment 0.5% 5 gm

224) C-224 Tablet Moxinidine 0.2mg 10X10

225) C-225 Tablet Moxinidine 0.3mg 10X10

226) C-226 Device Multi dose Dry Powder Device for inhalation (MDPI) (Refillable/Reusable

1 Unit #

227) C-227 Tablet Nebivolol 5 mg 10x10

228) C-228 Eye drop Nepafenac 0.1% 5ml

229) C-229 Tablet Nicorandil 5 mg 1 X 20 (bottle)

230) C-230 Tablet Nitrazepam 5mg 1X10

231) C-231 Tab. Norethisterone Acetate 5 mg 10x10

232) C-232 Injection Normal Saline 500 ml Vac #

233) C-233 Eye Drops Ofloxacin 0.3 % + Dexamethasone 0.1 % Eye drops

5 ml

234) C-234 Eye Drops Ofloxacin 0.3 % Eye drops 5 ml

235) C-235 Ear Drop Ofloxacin 0.3% + Dexamethasone 0.1% 5 ml #

236) C-236 Ear Drop Ofloxacin 0.3% Ear Drops 5 ml

237) C-237 Eye Drop Olapatadine HCL 0.1% 5ml

238) C-238 Tablet Olmesartan medoxomil 20 mg 10 X 10

239) C-239 Tablet Olmesartan medoxomil 20 mg + Amlodipine 5 mg

10 X 10

240) C-240 Powder ORS as per WHO formula 21 g Sachets

241) C-241 Nasal Drop

Oxymetazoline 0.1% Nasal Drop 15 ml

242) C-242 Tablet Pancreatin 25000 1X10

243) C-243 Ear Drop Paradichlorobenzene + Benzocaine + Chlorbutol+ Turpentin Oil Ear Drop

15 ml #

244) C-244 Injection Pentazon as Hcl. 30 mg/ml 1 ml Amp.

245) C-245 Tablet Perindopril 4 mg 10 X 10

246) C-246 Tablet Perindopril 4mg + Amlodipine 5mg 10X10

247) C-247 Lotion Permethrin 1% 60ml #

248) C-248 Cream Permethrin 5% 30ml

249) C-249 Lotion Permethrin lotion 5% 60 ml

250) C-250 Injection Phenargan 25 mg/ml 2 ml Amp.

251) C-251 Tablet Pioglitazone 15mg 1X10

252) C-252 Tablet Pioglitazone 30 mg 1X10

253) C-253 Injection Piperacillin + Tazobactum (2 gm + 250 mg) Vial

254) C-254 Tablet Pirfenidone 200 mg 1x10

255) C-255 Mouth Wash

Povidone Iodine 0.5 % mouth wash 50 ml

256) C-256 Cream Povidone Iodine 5% ointment 15 gm

257) C-257 Oint. Povidone Iodine IP 5% w/w + Metronidazole IP 1% w/w & Aloe Powder 1.5% w/w Ointment

15 GM

258) C-258 Tab. Prasugrel 10 mg 10X10

259) C-259 Tablet Prazosin Hydrochloride 5 mg 1X30

260) C-260 Tablet Prazosin hydrochloride extended release 2.5mg

10X10

261) C-261 Eye Drop Prednisolone Acetate Ophthalmic Suspension1%

10 ml #

262) C-262 Tab. Pregabalin 75 mg 10X10

263) C-263 Eye Drop Proparcaine Hydrochloride 0.5% 5 ml #

264) C-264 Injection Propofol 10 mg/ml 10 ml vial

265) C-265 Tablet Propranolol 40 mg 1X15

266) C-266 Injection Prostidin 250 mcg/1ml amp

267) C-267 Tablet Prothionamide 250 mg 10 X 10

268) C-268 Tablet Pyrazinamide 500 mg 10 X 10

269) C-269 Tablet Pyrazinamide 750 mg 10 X 10

270) C-270 Tablet Ramipril 2.5 mg 10 X 10

271) C-271 Tablet Ramipril 5 mg 10 X 10

272) C-272 Tablet Ramipril 5 mg + Hydrochlorothiazide12.5 mg 10 X 10

273) C-273 Tablet Ranolazine 500mg 10X10

274) C-274 Inj. Remdesevir 100 mg each

275) C-275 Injection Ringer Lactate Vac

276) C-276 Tablet Risedronate 150 mg 1 Tablet/strip

277) C-277 Tab. Rivaroxaban 10 mg 1x10

278) C-278 Tablet Rivoroxaban 20mg 1X14

279) C-279 Tablet Rosuvastalin 5 mg 10 x 10

280) C-280 Tablet Rosuvastatin 10 mg 10 X 10

281) C-281 Tablet Rosuvastatin 10mg + Fenofibrate 145 mg 10X10

282) C-282 Tablet Rosuvastatin 20 mg 10X 10

283) C-283 Tablet Sacubitril 24 mg + Valsartan 26mg 1X14

284) C-284 MDI Salbutamol 100 mcg /1puff 200 MDI Pack

#

285) C-285 Breath Accurated MDI

Salbutamol 100 mcg per puff 120 doses #

286) C-286 Syrup Salbutamol 2 mg / 5 ml 100 ml

287) C-287 respule Salbutamol 2.5 mg 2.5 ml respule

#

288) C-288 Nebulizing Solution

Salbutamol 2.5 mg + Ipratropium bromide 500 mg

2.5 ml respule

289) C-289 MDI Salbutamol MDI 200mcg/dose 120 doses #

290) C-290 Solution Salbutamol Nebulizing Solution 15 ml

291) C-291 Respule Salbutamol Sulphate 2.5 mg 2.5 ml respule

#

292) C-292 MDI Salmeterol 25 mcg+Fluticasone 125 mcg per 1 puff

120 MDI Pack

293) C-293 Cartridge Salmeterol 50 mcg + Fluticasone 250 mcg per dose

100 MDPI in each cartridge

294) C-294 Diskhaler/ Accuhaler

Salmeterol 50 mcg + Fluticasone 250 mcg per dose

Pack of 60 dose

295) C-295 Tablet S-amlodipine 5mg 10X10

296) C-296 Tab. Silodosin 8 mg 10X10

297) C-297 Cream Silver Sulphadiazine 1% 10 gm

298) C-298 Tablet Sodium Bicarbonate 500mg 1X15

299) C-299 Injection Sulbactum (Sod.) 1 gm Vial

300) C-300 Tablet Tamsulosin 0.4mg + Dutasteride 0.5mg 1X15

301) C-301 Tablet Taurine 500 mg + Acetylcysteine 150 mg 1x10

302) C-302 Tablet Telmisartan 40 mg 10X 10

303) C-303 Tablet Telmisartan 40 mg +Hydrochlorothiazide 12.5 mg

10X 10

304) C-304 Tablet Telmisartan 40 mg + Chlorthalidone 6.25 mg 1X15

305) C-305 Tablet Teneligiptin 20 mg + Metformin 500 mg 1X10

306) C-306 Tablet Teneligliptin 20 mg 1X10

307) C-307 Oint. Terbinafine hydrochloride 1% 10 gm

308) C-308 Syrup Theophylline 100 mg / 5 ml 100 ml #

309) C-309 Tablet Ticagrelor90 mg 1X14

310) C-310 Eye Drops Timolol maleate 0.5 % Eye Drops 5 ml

311) C-311 MDI Tiotropium 9mcg /per dose 180 doses

312) C-312 DPI Tiotropium Rotacap (18 mcg) Pack of 15

313) C-313 Eye Drops Tobramycin 0.3% + Dexamethasone 0.1% Eye drops

5 ml

314) C-314 Eye Drops Tobramycin Eye drops 0.3% 5ml #

315) C-315 Tablet Torsemide 10 mg 10X 10

316) C-316 Tablet Torsemide 40 mg 10X10

317) C-317 Tablet Tramadol 37.5mg + Paracetamol 325 mg 1X15

318) C-318 Injection Tramadol 50 mg/1ml ampoule amp

319) C-319 Injection Tranexamic acid 125 mg/ml 2 ml Amp.

320) C-320 Tablet Tranexamic acid 250 mg 10 X 10

321) C-321 Eye drop Travoprost 0.004% 3ml

322) C-322 Tablet Triamterene 50 mg + Benzthiazide 25 mg 10X 10

323) C-323 Tablet Trihexyphenidyl hydrochloride 2mg 10X10

324) C-324 Tablet Trimetazidine hydrochloride modified release 35mg

10X10

325) C-325 Eye Drops Tropicamide 1 %Eye Drops 5 ml

326) C-326 Injection Valethamate Propionate 8 mg/ml 1 ml Amp.

327) C-327 Injection Vit. K1 0.5 ml Amp #

328) C-328 Tablet Voglibose 0.2mg 10X10

329) C-329 Tablet Voglibose 0.3 mg 10X10

330) C-330 Nasal Drop

Xylometazoline 0.1% Nasal Drop 15 ml #

331) C-331 Tablet Zolpidem 5mg 1x10

# The firm desirous of quoting these items shall have to submit approval from DCGI or import license if applicable.

Group D: List of Medicine/Consumable/Other items for SDMC for RCA for the year 2021-24 S.No Item

Code TITLE NAME OF THE ITEMS PACKING

1 D-1 I.V. set Advance fluid administrative system with protective cap with prime stop, air stop, bacterial retention air vent 2 micron, 15 micron fluid filter in the chamber, Medical Grade non toxic transparent PCV tubing with kink free parking space in roller clamp with laurel lock.

Each

2 D-2 Items Alcohol Swab (Disposable) 70% Isopropyl Alcohol Each

3 D-3 Items Aneroid dial BP apparatus of ISI mark with case. Single pack

4 D-4 Items Anklets small/medium/large Each pair

5 D-5 Instrument Artery Forceps Mosquito Each

6 D-6 Item Baby Sheet (disposable) Each

7 D-7 Item Baby Tag Each

8 D-8 Suture Black braided silk 3/8 circle cutting 60 mm, size 1 Box of 12 foils

9 D-9 Suture Catgut 1-0 with cutting Needle Each

10 D-10 Suture Catgut 2-0 with round body Needle Each

11 D-11 Suture Catgut Chromic: 3/8 circle cutting 22 mm, 76 cm., 100cm Box of 12 foils

12 D-12 Catheter Catheter 100% silicone Foleys Balloon catheter 2 way size 8, 14, 16 & 18

Each

13 D-13 Instrument Cheatle’s Forcep S.S. Each

14 D-14 Items Chromic catgut in 1-0,2-0,3-0,4-0 with round body needles Each

15 D-15 Suture Chromic Catgut No. 1 Each

16 D-16 Items Clinical Thermometer ISI/CE/FDA as acceptable Digital Each

17 D-17 Items Cotton wool Absorbent I.P. 400 gm net

18 D-18 Items Cotton wool Absorbent I.P. 300 gm net

19 D-19 Bandage Crepe bandage (porous, decron polyester material with longitudinal elastic threads ( 10 per inch), 4" sized and length 4 meters.

Each

20 D-20 Bandage Crepe bandage (porous, decron polyester material with longitudinal elastic threads (10 per inch), 6" sized and length 4 meters.

Each

21 D-21 Items Digital BP Apparatus, self inflatable with 30 reading memory Adult & paed. With cuff etc. with Charger

Each

22 D-22 Items Disposable Apron Each

23 D-23 Needle Disposable Aspiration Needle 6" long 16 & 18 gauze Each

24 D-24 Items Disposable Bed sheet Each

25 D-25 Disposable Disposable blood donor set : Gamma Rays Sterilized / ETO Each

Sterilization as per Drugs and Cosmetic Act 1940 & rules 1945

26 D-26 Clip Disposable clips LT- 300 50 caps

27 D-27 Gloves Disposable examination gloves, latex rubber, free sizes, wearable in each hand

Pack of 100

28 D-28 Items Disposable Lancets Length 43 mm, pricking tip 3 mm long stainless steel.

Pack of 05

29 D-29 Scalp Vein set

Disposable Scalp Vein set Specifications : Needle size 18 to 25 with colour code butterfly, Short beveled, Siliconized needle tube non toxic, non irritant & siliconized which does not kink in coiled, sterile & in peel off pouch, as per Drugs & Cosmetic Act

Each

30 D-30 Syringe Disposable syringe with hypodermic needle (sterilized) in I.S. specification, size 5 cc as per Drug & Cosmetic Act 1940

Each

31 D-31 Syringe Disposable syringe with hypodermic needle(sterilized) in I.S. specification size 2 cc as per Drug & cosmetic act 1940

Each

32 D-32 Bandage Elastoplasts Bandage 4 inch width Each

33 D-33 Items Endotracheal Catheter (Assorted Size) Each

34 D-34 Cream Estradiol cream 1mg/gm 15 gm Tube

35 D-35 Items Face masks N – 95 (disposable ) Each

36 D-36 Items Face masks standard (Triple lair with nose pin with loop) Pack of 50

37 D-37 Items Face masks standard (Triple lair with nose pin with tie) Pack of 50

38 D-38 Item Feedy Tube all Sizes Each

39 D-39 Item Flow meter for Oxygen with Humidifier Each

40 D-40 Instrument Forceps Plain S.S. Each

41 D-41 Instrument Forceps toothed S.S. Each

42 D-42 Gauge Gauge surgical 90 cm X18 mtrs. selvedge on both side, schedule F-II and rule 124-C of Drugs and Cosmetics Act, 1940 and rule,1945 for surgical dressings vide Govt. of India Notification No. GSR-318E) dt 1.05.1984

Each

43 D-43 Items Infant weighing machine (0-10 kg), Digital Each

44 D-44 Syringe Insulin Syringe 100IU/ml Each

45 D-45 Syringe Insulin Syringe 40IU/ml Each

46 D-46 Item Intra Cath 16 Gauze Each

47 D-47 Item Intra Cath 18 Gauze Each

48 D-48 Intracath Intra Cath 20 Gauze Each

49 D-49 Intracath Intra Cath 22 Gauze Each

50 D-50 Intracath Intra Cath 24 Gauze Each

51 D-51 Intracath Intra Cath 26 Gauze Each

52 D-52 Items Knee cap, small/medium/large Each Pair

53 D-53 Item Lancet for Insulin Pen Each

54 D-54 Scrub Medical Scrub pair assorted size and color Each

55 D-55 Tape Micro pore Surgical Tape: 5cm X 9metres Each

56 D-56 Tape Micro pore Surgical Tape: 7.5cmX9metres Each

57 D-57 tape Micropore 2.5 cm x 9 meter Each

58 D-58 Cannula MTP suction cannula with cm markings and colour coded adaptors, size 4 to 12

Each

59 D-59 Items Mucous Extractor- Baby Each

60 D-60 Instrument Needle Holder S.S. Each

61 D-61 Gloves Nitrile Gloves (Size 6.5/7/7.5 assorted non strile power free) outer gloves preferably reach mid forarm (minimum 280 mm total length) quality compliant

Pack of 100

62 D-62 Item Non static dry powder capsule delivery device Each

63 D-63 Item Non static spacer with unidirectional valve 150 ml capacity Each

64 D-64 Item Non static spacer with unidirectional valve 250 ml capacity Each

65 D-65 Suture Nylon black monofilament cutting 3/8 circle, 4.0 Box of 12 foils

66 D-66 Item Oxygen Cylinder ‘B’ Type Each

67 D-67 Item Oxygen Cylinder Stand Each

68 D-68 Items Pediatric (Infant) Weighing Machine, in Lbs and Kg Each

69 D-69 Items Polyamide monofilament suture (protein) in 1- 0,2-0,3-0,4-0 with cutting needle

Each

70 D-70 Kit PPE Kit (personal protective cover all with tape over seen along with shoe cover meats or exeed ISO 16603 Class III exposure pressure or equivalence /the fabric and seen should pass synthetic blood penetration test at SITRA with face shield/goggles, N-95 Mask and Nitrrile gloves

Each

71 D-71 Suture Prolene no. 1 Each

72 D-72 Item Pulse Oxymeter each

73 D-73 Bandage Rolled Bandage 10 cm X 4 mtrs, schedule FII and rule 124-C of Drugs and cosmetics Act, 1940 and rule, 1945 for surgical dressings vide Govt. of India Notification No. GSR-318E) dt 1.05.1984

12 bandage per packet

74 D-74 Bandage Rolled Bandage 15cm X 4 mtrs, schedule FII and rule 124-C of Drugs and cosmetics Act, 1940 and rule, 1945 for surgical dressings vide Govt. of India Notification No. GSR-318E) dt 1.05.1985

12 bandage per packet

75 D-75 Bandage Rolled Bandage plaster quality 6cm X 4 mtrs., schedule FII and rule 124-C of Drugs and cosmetics Act, 1940 and rule, 1945 for surgical dressings vide Govt. of India Notification No. GSR-318E) dt 1.05.1986

12 bandage per packet

76 D-76 B D Set Scalpel Blade (ISI)/CE/FDA are acceptable; All sizes Each

77 D-77 Instrument Scissors one side blunt one sharp 5’’ S.S. Each

78 D-78 Instrument Scissors Sharp 5’’ S.S. Each

79 D-79 Items Silicon Ambu Bag Paediatric with face mask Each

80 D-80 Items Silicon Ambu Bag Adult with face mask Each

81 D-81 Suture Silk suture (black) in 1-0,2-0,3-0,4-0 with cutting curved needles

Each

82 D-82 Gauge Sterilized, absorbable surgical gauze pad, 8 layered, 8" X 8" with radio opaque marking and thread handle

Each

83 D-83 Items Stethoscope ISI Mark Each

84 D-84 Equipmenet Stethoscope Paediatric ISI Mark Each

85 D-85 Items Suction Catheter Each

86 D-86 Gown Surgeons gown, air porous, water repellent on one side, absorbent on other side with stretchable cotton cuffs on sleeves and disposable and pre-sterile, added absorbent on front side of gown to be dispensed in double packing (temper proof) - Blue (large size)

Each

87 D-87 Cap Surgical Caps Disposable air fills barrier 50 caps pack

88 D-88 Gloves Surgical Latex Rubber Gloves ISI marked with one side rough size 6-1/2 Sterilized

Each pair

89 D-89 Gloves Surgical Latex Rubber Gloves ISI marked with one side rough size 7-1/2 Sterilized

Each Pair

90 D-90 Disposable Surgical moisture resistant double protection face mask three layer Disposable with minimum 90% anti bact. Filter

50 face mask pack

91 D-91 Suture Surgical silk black braided 6 reels X 25 meters, 2.0 Box of 6 reels

92 D-92 Syringe syringe 1 ml Each

93 D-93 Syringe syringe 10 ml Each

94 D-94 Syringe syringe 2 ml Each

95 D-95 Syringe syringe 20 ml Each

96 D-96 Syringe syringe 5 ml each

97 D-97 Syringe syringe 50 ml Each

98 D-98 Surgical Dressing

Transparent post op. surgical dressing with absorbent Pads size 5cm X 7 cm

Each

99 D-99 Items Ultrasound jelly Bottle of 200 ml

100 D-100 Cord Clamp Umbilical Cord Clamp with double looking and anti slip barrier to prevent accidental reopening and slipping of Cord in 'O' ring. Sterile packed in peel open blister pack.

Each

101 D-101 Consumable Urobag Each

102 D-102 Suture Vicryl (Absorbable) suture in 1-0,2-0,3-0,4-0 with round body needles

Each

103 D-103 Suture Vicryl Rapid Each

104 D-104 Dressing Wash proof adhesive medicated dressings. All sizes Each

105 D-105 Item Weighing Machine for adult (Mechanical) Each

106 D-106 Item Wheel Chair (mechanical) Each