REHMATUL.LIL.ALAMEEN INSTITUTE OF CARDIOLOGY ...

32
REHMATUL.LIL.ALAMEEN INSTITUTE OF CARDIOLOGY PESSI MULTAN ROAD LAHORE F Cost Rs.l000i- (non-refundable) 7: {a:. 't; ER Due Date: 13-08-2016 l. Name of'bidder 2. Address 3. Contact No. 4. Tender Purchase Receipt (F-6) No. & Date 5. Deposit at call No. & Date 6. Amount of deposit at call 7. Name of Bank and Branch 8. Sales Tax Registration No. 9. NTN No. 10. Professional Tax No. 11. Fax No. Certiflred that terms of the tender are noted shall comply with the terms and conditions. F RATE CONTRA THE S QE MEDICINE 2016.17 % carefully, in case of award of rate contract our firm Name of bidder CNIC No. Mobile No. Address Signature & Stamp

Transcript of REHMATUL.LIL.ALAMEEN INSTITUTE OF CARDIOLOGY ...

REHMATUL.LIL.ALAMEEN INSTITUTE OF CARDIOLOGY PESSIMULTAN ROAD LAHORE

F

Cost Rs.l000i-(non-refundable)

7:{a:.'t;

ER

Due Date: 13-08-2016

l. Name of'bidder

2. Address

3. Contact No.

4. Tender Purchase Receipt

(F-6) No. & Date

5. Deposit at call No. & Date

6. Amount of deposit at call

7. Name of Bank and Branch

8. Sales Tax Registration No.

9. NTN No.

10. Professional Tax No.

11. Fax No.

Certiflred that terms of the tender are noted

shall comply with the terms and conditions.

F RATE CONTRA THE SQE MEDICINE 2016.17%

carefully, in case of award of rate contract our firm

Name of bidder

CNIC No.

Mobile No.

Address

Signature & Stamp

.ri))!r

WRE,HMAT UL.LIL.ALAME, EN

INSTITUTE, OF CARDIOLOGYPESSI MULTAN ROA[), LAHORE.

PROCURE,ME,NT OF ME,DICINE,S

BIDDING DOCUMENT FOR THE,

FINANCIAL YE,AR 201 6-17

OFFICE OF THE MEDICAL SUPERINTENDENT

REHMATUL.LIL-AL;MEEN INSTITUTE OF CARDIOLOGY PBSSILAHORE.

MULTAN ROAD,

NO.RAICPESSIIEstt/2016l lbz

Tender Price Non refundable Rs. 1000/-Last date and time of receiving tender l3-08-2016 till I 0:00 AMDate and time of opening tender 13-08-2016 at l1:00 AMCall deposit 3o/o af the estimated price in the shape of CDRVenue Conference Room RAIC PESSI Multan Road,

Lahore.

DArE lq- o+- 2oh

INVITATION JO BID

TENDEIT FOIT THE I'UIT.CHASE OF MIDICINES

I N.IECTA BLES/TAB L[TS/CAPSUL ES/SY RTJ PS'I N H A LATI(}N/DISPOSAB LESYRINCES (DRUG CATIGORY) TOR T}TE FINANCIAL YEAR 20I6.I7.

Rehmatul-lil-Alameer.r Institute of Cardiology PESSI Multan Road, Lahore invites sealed bids / tendersfrom Manufacturers / lmporters / Sole Agents of Foreign Principals/Distributors for the supply ofMedicines: Injectables/Tablets/Capsules/Syrups/lnhalation/Disposable Syringes (Drug Categoryj withframework of contract on Free Delivery to Consignee,s end basis.

l. Interested eligible bidders may get the bidding document from the Account office of RAIC onsubmission of written application along with payment of non-refundable fee of Rs : - 1000/- (o1ethousand only). Bidding documents shall be issued up to l2-08-2016 only during working hours.

2. Single stage two envelopes bidding procedure sliall be applied. The 3Yo of the quoted value in theshape of Call Deposit in favor of Medical Superintendent Rehmatul-lil-Alameen Institute ofCardiology is required to be submiued with the quotation, without which the offer shall be ignored.

3. The last date of submission of sealed tenders is 13-08-2016 till 10:00AM positively in theConference Room RAIC and the bids will be opened at I l:00 AM on the same daie in the presenceof the representatives of the firms who choose to attend.

MEDICAL RINTENDBNT

RAIC PESSI MULTAN ROAD LAHORE

INSTRUCTIONS TO BIDDERS

1. Eligible bidders: - This invitation for Bids is open to all manufacturers / Importers / Sole

Agents of Foreigrl Principals/Distributors on Free Delivery to consignee's end basis' The

importer / sole agent/distributor must possess a valid authorization from the foreign principal

/ manufacturer.

THE BIDDING PROCEDURB

2.SingleStage_TwoEnvelopesBiddingProcedureshallbeapplied:

i. The bid shall comprise a single package containing two separate envelopes' Each envelope

shall contain sefarately the Financial proposala$ ltre 1*_chnical

Proposal.

ii. The envelopes shall ie marked as "FiNANCIAL PROPOSAL" and "TECHNICAL

PRoPosAL,,inboldandlegibleletterstoavoidconfusiotl.iii. Initially, onty i6"-*relope riarked "TECHNICAL PROPOSAL" shall be opened'

iv. The envelope marked u, "FTNANCIAL PROPOSAL" shall be retained in the custody of

the hospital without being opened'

v. The hospital shall evaluut" tt-,. Technical Proposal,_without reference to the price and reject

any proposal which does not conform to the specified requirernents'

vi. During the technical evaluatioll, no amendrnents in the technical proposal shall be

permitted.vii. After the evaluation and approval of the technical proposal the hospital shall at a time

within tr"," uiJ raiidity period, publicly open the frnancial proposals of the technically

accepted bids only; aia time, date and-venue to be announced and communicated to the

bidders in advance.

viii. The financiA f.oposat of bids found technically non-responsive shall be returned un-

opened to the respective bidders'

ix. Tie bid found to be the lowest evaluated bid shall be accepted'

THE BIDDING DOCUEMENIS

3. Content of Bidding Documents:i. The goods .equi.ed (list attached), bidding procedures, and Contract terms are prescribed

in the biddirg do"r*"rts. In addition to the Invitation for Bids, tlre bidding documents

shall include: -a) Instruction to bidders'

b) Schedule of Requirements

c) Technical SPecifications

d) Contract Form

e) Manufacturer's Authorization form

fi proprietary Certificate in case of Sole manufactured / imported items'

g) Bid formh) Price Scheduleii Drug Manufacturing License/Drug Sale License

j) Price Reasonability Certificate

k) Undertaking on Siamp Paper of worth Rs. 1001 that firm is not black listed in any

Govt. / Aut]onomous body. Moreover, the rates qLroted are reasonable and eqrrivalent

to the ,ut", ut which tlie products are being supplied by the company / firm to other

t'Ja{JBur

^aolle,t / por qll^a pa{JBur aq ,{utu sIIIo}! pelonb aq}

Jo raqunu IBUas puB pauopuou aq lsnul plq Jo soBBd oql Jo raqunu IBIoI 'ulolloq

aql lB pedruuls puu pouflls aq ol s! eflud ,{.rong 'pol€Utul eq lsntu uol}coJJoc/uol}ero}l€

fuy ped& ,{lqereSeid ',{11n3erec fre,r ut pollu aq o} sI elnpeqcs actrd Jo qroC 'll'Jcerluoc eql Jopun ,(1ddns

o1sesodord 11 'secud lun eql elnpaqcs ecud aletrdordde eql uo elecrpul llsqs repplq,lllrn i,'secr:d pue',fir,uunb'3ur1ced'q]3ue4s rteql'spoo3 .q1 3o uo'jducsep

Jorrq e .perlddns eq o1 spoo8 elll sulpnlcur 'slueuncop Sutpplq eql ut peqslurnJ elnpoqcs aclrd-eler:do.rdde

uB puB r.uroc prg aql atoldruoc ll€Lls lepplq eqJ - :alnpoqcs aslrd ry ulrod p!fl '9.sJepptq ol suorlcnJlsur qll^\ ecuepJocce ut peqsluJnJ,(ue3t ',(ltrnces pIB (p

pue islueruncop Surpprq eql ot LuroJuoc pu€ spoo8 elqr8rle ore ropplq oLIl i(q pellddns eq o1

spoo8 eqt leLll sJopplq ol uollcnJlsul qll,&\ ecu€pJoccu ul peqsllqelse ecuepllo 'ftu1ueurnco6 (c

' .peldeccu sr prq eqtJllcertuo3 eqt ur.ro;jed ol pegrlenb sl pue prq ol elqr8rle sI repplq

oq] ]uql $epptq ol suotlcnrlsul tlllM ecueploccu uI poqsllq€]se ecueplne '&elueuncoq (q

'(lesodord IstcLIBug q1,r,r 3uo1e pe]]Iuqns

eq ot) s:epptq o] suotlcnrlsur rllt^\ ocu€p.locc€ ur pelelduoc elnpellcs oclJd puB tuJoJ plg (e

:stuouoduoc 3ur,,ro11o3 eql esuduoc lleqs plq eqJ :plg aql8ulsFduo3 sluatuncoo

ffi.sprq rreql

Suuede,rd ut luourpueu€ OIeu o1 uentS oq plnoqs euu elq8uoseer 'sptq &lpotu o1 srepplq

e,ritcedso.rd ,uollu o1replo ul 'ueql uo Surpurq oq tl€L{s pue 'euoqd,(q ro 8ur1r'rm ul luetupuetuu

orll Jo peurtou eq lleLls .j.,r,rnrop Sutpplq aql pe^racer o^EtI 13r-l] srepplq anrlcadso;d

f fV ir"*fl,iaure ,(q ,1u.o,nrop S,rlpplq eql ,(;rpour ,(eut '.repprq e,rtlcedso:d e Fq pelsenber

uor]€curJulc e o1 esuodseJ rn Jo a^r1ell!ul u,\\o sll ]B Joqleq,{\'uos€oJ r(uu ro3 lelrdsoq eq}'sptq

Jo rrotssruqns roJ aLrtlpeep eql ol roud euttl (ue ]V - :sluauncoq SulpplgJo luatupuetuv '9'slueuncop SulPPtq oql Pe^Iocer

e^€q ]eq] sropplq enrlcadso.rd llE ol trres eq ll€qs (,(lrnbul Jo ocrnos eqt 8u1'(;ltuepr ]noqllan

1nq fuenb aqlJo uolleuuldxe ue Surpnlcur) esuodse; luIdsoq eqlJo setdoc ueulrl['spl8 roJ

uortsltAUr aqt ut peqlrcse;d sprq Jo Llolssluqns eql JoJ eullpeep eq] o] :ot:d s'(ep (91) uel u€ql

Jolel lou sa^IecoJ tl qctq,\\ '.1ur*nrop Strrpprq oLIlJo uouecuUelc ro3 lsenber '(uu o1 3ut1u'u

ur puodser 11eqs lelgasoq eqJ 'Suqtril ut '1e1tdsoq oqt ,!llou',(Btu slueluncop Surpptq eqt

Jo uorl,c,rrelc',(ie iiuurnbor ropptq entlcedsord V - :slueuncoq 3u1pp1g Jo uoll*c*lrul) 'n'plq eqlJo uotlceb; ut llnseJ '(eru

pue

Isrr s,repptq oql tB eq 11eqs lcedse.r (te,te ut slueuncop ?utpptq oq] ol e^Isuodse'r '(11er1uepqns

]ou plq € truqns o] ro sluauncop Surpprq eql ,(q partnber uolleuroJul ll3 qslurnJ ol ernll€C 'lll

'sluotunJop

Butpptq aql ul suollBculJads pue .srulal'surog'suoglcn;1sul llB eu.IurBxe o1 palcadxe s! ropplq eqJ,

'rI0z'selnu lueueJncoJd

qefun4 eql ul ue,rr8 se lueue;ncord puu esBqsJnd'SurpreSer suolllpuoc lercedS puB l"reuaD 'II

.ree( auo ts€l urqlr,r\ qel tueteduroc (uu4111r1,rqel!n4 eqlJo sTJCI,(q qcleq

pol?rollnpvTsnoundS Jo uou€Jelcep-uou EurpreSe.r Surlepapul 'suo4rultrsul 'l^oD

iii. The bidder should quote the prices of goods according to the strength / technical

specifications as provided in the Form of Price Schedule and Technical Specification. Tl-re

specifications of goods, different form the demand of bid enquiry, shall straight away be

rejected.iv. The bidder is required to offer competitive price. All prices must include the General Sales

Tax (GST) and othertaxes and duties, where applicable. If there is no mention of taxes,

the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The

benefit of exemption from or reduction in the GST or other taxes shall be passed on to the

Hospital.v. Prices offered should be for the whole financial year. Conditional offer shall be considered

as non - responsive bidder.vi. While tendering your quotation, the present trend / inflation in the rate of goods and

services in the market should be kept in mind. No request for increase in price due to market

fluctuation in the cost of goods and services shatl be entertained.

8. Documents Establishing bidder's Eligibility and Qualification:a) The bidder shall furnish, as part of its technicalbid, valid documents establishing the bidder's

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder's eligibility to bid shall establish to the Hospitalsatisfaction that the bidder, at the time of submission of its bid, is eligible as defined under

instruction to the bidders.c) The docurlentary evidence (to be submitted along with technical proposal) of the bidder's

qualification to perform the contract if its bid is accepted shall establish to tlie hospitalsatisfaction.The sole agent I Importer/ distributor shall have to produce letter of authorization fromManufacturer (Foreign Principal) and in case of manufacturer, documentary proof includingdrug manufacturing license / registration certificate to the effect that they are the originalmanufacturer of the required specifications of goods, shall be provided.National Tax Number (NTN), lncome Tax and Professional Tax paid certificate, Balance Sheet

or Bank statement is mandatory with documentary proof. Bid submitted without them willnot be considered for Financial Bid opening.The bidder shall subrnit an affidavit on legal stamp paper of Rs. 100/- that their firm is not

black listed at any ground by any Government (Federal/Provincial/District), a local body or apublic sector organization. The bidder shall be debarred from bid on account of submission offalse statement.The bidder should have minimum one-year experience irr the market. Similarly, it is malrdatory

that the item to be quoted by the bidder / manufacturer should have availability in the rnarket

minimum for the last one year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along withserial number for which they have quoted their rates in the Firrancial Proposals.

i) The bidder must indicate the registration number, make of country of origin / manufacturer.

9. Documents Establishing Goods' Eligibility and C.onformity to Bidding Document:The bidder shall furnish along with Teclrnical Proposal, as part of its bid, documentsestablishing the eligibilify and conformity to the bidding documents of all goods, whichthe bidder proposes to supply under the contract.

10. Submission of Sample: Tlie bidder must produce along with technical proposal TWO (02)

Samples (commercial packs) of quoted product(s) according to the strength and packing ofdemand of enquiry at the time of opening of tender. No technical proposal /bid shall be

considered in the absence of samples and the offer will be rejected,11. Bid Securi$:

d)

e)

ll.

lll.

12.i.

Tlre bidder shall provid e 3o/o of the estimated price in the shape of CDR along with theirquotation in the name of Medical Superintendent RAIC Multan Road, Lahoie. The bidsecurity of the successful bidder's shall be retained by the hospital and will be returnedafter successful completion of the contract.The bid security is required to protect the hospital against the risk of bidder's conduct,which would warrant the security's forfeiture, pursuant of instruction to bidders.The bid security may be forfeited:

a) If a bidder withdraws its bid durirlg the period of bid validiry orb) In the case ofa successful bidder, ifthe bidder fails:

To sign the contract in accordance with instruction to bidders.OR To complete the supplies in the accordance with the General Condition ofContract.

Bid Validity:Bids shall remain valid for the period of three (03)Technical Bid, prescribed by the hospital. A bid validas non-responsive.

months after the date of openirig offor a shorter period shall be rejected

11. The Hospital shall ordinarily be under an obligation to process and evaluate the bid withinthe stipulated bid validity period. However, under exceptional circumstances and for reasonto be recorded in writing, if an extension is considered necessary, all those who havesubmitted their bids shall be asked to extend their respective bid validity period. Suchextension shall be for not rnore tharr the period equal to the period of tire'original bidvalidity.Bidders who:

a) Agree to the hospital's request flor extension of bid validity period shall not bepermitted to change the substance of their bids; and

b) Do not agree to an extension ofthe bid validity period shall be allowed to withdrawtheir bids without forfeiture of their bid securities (eamest money).

13. Format and Signing of Bid:i. The bidder shall prepare and submit its bid along with original purchase receipt.

The bid shall be typed and shall be signed by the bidder or a person or persons dulyauthorized to bind the bidder to the contract. The person or persons signing thebid shall initial all pages of the bid, except for un-amended printed literature.

ii. Any alterations, erasers, or over writings shallbe valid only if they are initialed bythe person or persons signing the bid.

SUBMISSION OF BIDS14. Sealing and marking of Bids:

The envelopes shall be marked as "FINANCIAL PROPOSAL,, and"TECHNIAL PRoPosAL" in bold and legible letters to avoid confusion. Theinner and outer envelopes shall:a) Be addressed to the Medical Superintendent RAIC PESSI Multan Road,

Lahore.b) Bear the name and number indicated in the invitation for Bids.The inner envelopes shall also indicate the name and address of the bidder toenable the bid to be returned unopened in case it is declared as ,,non-

responsive" or "late".

1ll.

lt.

15.

16.

17.

iii. If the outer as wellas inner envelope is not sealed and marked as required byinstruction to bidder, the hospital shall assume no responsibility for the bid'smisplacement or premature opening.

Deadline for Sutrmission of Bids: Bids must be submitted by the bidder and received by theHospital not later than the time and date specified in the invitation of bids.Late Bid: Any bid received after the deadline for submission of bids prescribed, shall berejected and returned unopened to the bidder.Withdrawal of Bids: The bidder may withdraw its bid after the bid's submission and prior tothe deadline prescribed for submission of bids. No bid may be withdrawn in the intervalbetween the deadline for submission of bids and the expiration of the period of bid validityspecified in instruction to bidders. Withdrawal of a bid during this interval may result in thebidder's forfeiture of its Bid Security (Earnest Money) pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS18. Opening of Bids:

I. Initially only the envelope marked "TECHNICAL PROPOSAL" shall be openedin the presence of bidder's representatives who choose to attend, at I 1:00 am on13-08-2016 in the Conference Room RAIC PESSI Multan Road, Lahore. Thebidder's representatives who are present shall sign the Attendance Sheetevidencing their presence. However the envelope marked as "FINANCIALPROPOSAL" SHALL BE RETAINED IN THE CUSTODY OF Hospitalwitlroutbeing opened till completion of the evaluation process.

il. The bidder's names, item (s) for which they quoted their rate, serial number of theitem and such other details if considered appropriate shall be announced at theopening of technical proposal. No bid shall be rejected at technical proposal / bidopening, except for late bids, which shall be returned unopened to the bidder.However, at the openirrg of the Financial Proposal (the date time and venue wouldbe announced later on), the bid prices discounts (if any) and the presence orabsence of requisite bid security and such other details, if considered appropriateshall be announced.

III. The minutes of the bids opening (technical and financial) shall be recorded.19. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask

the bidder for a clarification of its bid. The request for clarification and the response shall bein writing, and no change in the price or substance of the bid shall be sought, offered, orpermitted.

20. Preliminary Examination:All the bids shall be exarnined to detennine whether they are complete, wliether any computationalemors have been made, wliether required sureties have been fumished, wlrether the documents havebeen properly signed, and whether the bids are generally in order.

In the financial bids the arithmetical errors shall be rectified on the following basis. If thereis a discrepancy between the unit price and the tgtal price that is obtained by multiplyingthe unit price and quantity, the unit price shall prevail, and the total price shall be corrected.If the bidder does not accept the correction of errors, its bid shall be rejected and its bidsecurity may be forfeited. If there is a discrepancy between words and figures, the amountin words shall prevail.Any minor inforrnality, nonconformity, or irregularity in a bid which does not constitute amaterial deviation, rnay be waived provided such waiver does not prejudice or affect therelative ranking of any bidder.

11.

;l!l@-=r-=::i:' i='i:.li:

If a bid is not substantially responsive, it shall be rejected and may not subsequently be

made responsive by the bidder by correction of the non-conformity.

Evaluation & ComParison of Bids:i. Substarrtially responsive bids shall be evaluated and compared,

ii. The evaluaiion bf technical proposal / bid shall be on the basis of previous

performances, previous test reports, previous experience, financial soundness and

such other a.ialtu as the authoiity, at its discretion, may consider appropriate to be

considered. However tlie evaluaiion of financial proposal shall be on the basis of

price igclusive of all prevailing taxes and duties pursuant to instruction to bidders

and bid securitY.

iii. All bids shall te evaluated in accordance with tlie evaluation criteria and other

terms&conditiorrssetforthinthesebiddingdocuments.iv. A bid once opened in accordance with the prescribed procedure shall be su.bject to

only those rules, regulations and policies that are in force at the time of issue of

notice for invitation of bids'

EVALUATION CRITERIA: For the purposes of determining the lowest evaluated bid, facts

other than price such as previous performances, previous Drugs Testing Laboratories' Test /

analysis reports, prerious experilnce, financial soundness and such other details as the

authtrity, ut itu di."."tion many consider appropriate shatl be taken into consideration' The

following merit poilt system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS of Medicines, Injectables/Tablets/Capsules/Syrups/Inhalation

Isoflorane & Sevorane/Disposable Syringes (Drug Category)' The number of points allocated

to each factor slrall be specified in the Evaluation Report'

111.

21.

REHMATUL-LIL-ALMEEN INSTITUTE OF CARDIOLOGY PESSI MULTAN ROAD LAHORE

EVALUATION CRITENA OF TECHNICAL PROPOSAL FORTHE TENDER OTMEDICINES FINANCIAL YEAR 2OI6-17

ASSESSMENT PARAMETERS

NTN N". & Pt"f"*ional Tax Certificate and copy there of

Professional Tax paid certrfi eq!9:05

Financial Soundness of the firm

Income tax paid certificate= 07

Balance Sheet:03 or

Bank Statement = 03

If balarlce sheet and bank statemsnls both are deposited then only marks of one would be counted'

m-:'

4.

Establishment of company/firm with reference to the Product.

More than 05-years =05

03-05 years

01-03 vears

=03

=02

05

Overall reputation in reference to the product

Shall be envisaged by the following criteria:-

No. of references/certificates provided regarding performance of tlie product from head of the concerned

institute /hospital. References CIertificates of the product shall be verified by the department independently.

Private Sector + Public Sector =05

Public Sector:03

Private Sector:02

05

5. Prodrct{*ttfrc.ttm

Bioequivatence study report of Labs. notified by DRAPAilHO audited labs. =05

Good manufacturing certificate (GMP) issued by Drug Regulatory Authority of Pakistan (DRl,p; =95

10

6. ryofNationalHealthServices,Regulations&CoordinationDrugRe[ulatory Authority of Pakistan OR Registration with Punjab Govt. Health Department =10

Drug manufacturing /sale license issued by DRAP(formerly MOH) for manufacturers AND valid drug

sale license for importers =10

20

7. Brand and Make of the Product

a) Local Product with l. lnternational market =10

ll. Only local market=O8

l. In two or more continents =10

II. In single continent =08

b) Foreign Product

r0

8. @eement/authorityletter/distributerletterfromprincipalmanufacturer l0

9. firmisnotb1acklistedinanyGovt'/Autonomousbody.

Moreover, the rates quoted are reasonable and equivalent to the rates at wliich the products are being supplied

by the company / firm to other Govt. Institutions

l0

9

f spurious/Adulterated batch by DTLs of the

PuniabA{IH/anv competent lab within last one

Submission of two samples of quoted items

Name of the bidder

CNIC No.

Address

Signature & StamP

COMPULSORY PARAMETERS:

Documents requiredParametersValid Drug manufacturing License issued by

DRAP (Formerly known as MOH) formanufacturers

Valid Drug sale License for importers.

Drug Manufacturin g/Sale License

Valid Drug Registration Certificate issued by

DRAP (Formerly known as MOHDrug Registration Certifi cate (DRC)

Report of Labs notified bY DRAP / WHO

Audited labs shall be accePtable.Bio-Equivalence StudY RePort

Undertaking on judicial PaPer.

at other institutions

Urrd"rt ktrg regarding Non Declaration ofSpurious/Adulterated batch by DTLs of the

Punjab / any Competent Lab of quoted item

within last one year; not being black listed and

quoted medicines' rates are equivalent to those

Sarnples of Quoted ltems.Sfitf,*tt"ri quoted in the technical offer willbe verified from samples provided with the bid,

product that comply 100% with the advertised

specifications and fulfil the requirements as per

labelting and packing Rules 1986 shall be

considered for evaluation.Vatid Good Manufacturing Practices (GMP)

Cefiificate issued by the Drug Regulatory

Authority Pakistan (DRAP

Good Manufacturing Practices (GMP)

1.0

Bio-Equivalence Study Report for medicines only from WHO audited and following DRAP notified

indigenous Labs: -

I.[.

m.IV.

FIU Research Institute, Karachi University, Karachi.

University of Veterinary & Animals Sciences, Lahore.

Dow University of Medical &Health Sciences, Karachi.

Faculty of Pharmacy, Islamia University, Bahawalpur.

Repoi from any other lab notified by DRAP for the said purpose in future will also be considered.

22. ORDINARY PARAMETERS:Apleted,thebidderswlrolravesubmittedproposalsshallbeinformed about the technical scores obtained by their technical proposal, and sliall notif' those

bidders whose proposal did not meet the minimum qualifuing marks which are 60oh or were

considered nor-."ipo,rrive, that their financial proposals shall be returned unopened after

completing the selection process. It shall be simultaneously notified in writing to the bidders

who have secured the minimum qualifying marks the date, time and location for opening the

financial proposals. All bidders in attendance at the time of opening of bids shall sign an

attendance sheet.

iv. Filancial proposals shatl be opened publicly in the presence of the bidders' representatives who

chooseto attend. ih" nu*" of the bidders and the technical score of the bidder shall be read aloud. The

financial proposal of the bidders who meet the minimum qualifuing marks shall then be opened and the

quoted price read aloud and recorded ifappropriate'

23. eualification & disqualification of bidder; - A bidder shall be disqualified if it would be found,

at any tim-e, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomPlete.

24. Rejection of bids: The Medical Superintendent shall upon request communicate to any bidder who

submitted u bid, tlr" grounds for its rejection of any or all bids, but is not required to justify those grounds.

The hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of

any or At Uiar shall be given promptly to the concerned bidders that submitted bids.

25. Announcement of Evaluation Report: - The results of bid evaluation shall be declared prior to

the award of procurement contract in the form of report giving justification for acceptance or rejection of

bids at least ten days prior to tlre award of procurement contraat.

Award of contract

26-Acceptance of Bid and Award Criteria:-The bidder with the lowest evaluated bid, if not in conflict

with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the

procurement contract within the original or extended bid validity period. The approved rates will remain

valid up to 30.06.2017. The successful bidder is required to furnish a performance guarantee which

shall not exceed ten percent ofthe contract amount.

tt

27- Submission of Samples: -A- Labeling a'd packing of the product would be exami,ed in accordance

with labeling and packing Rules r9g6 of the'Drug. a.t t"qzo. rhe supplier shall provide Two (02) Samples

i""*."t.i"ipacks, free-of cost) of quoted products to the hospital'

B -Advertised Quantity: The quantities advertised against each item is tentative based on previotts

year,s consumption how-erer, supply oider will be issued in favor of the graded firrns as per need basis with

i."ir.a quantiiy of medicines in view of availability of the budget.

28. Inspections and AnalYsis:-

i. The inspection committee shall inspect tlie quantity, quality and specifications of medicirres after

receiPt of stock'

ii.TheSupplierwillberesponsibleforfreereplacement^ofstocksifthesameisnotfoundtobeofthe same specifications as required in the invitation of Bids / substandard / spurious / misbranded/

expired. , Moreover, it will replace the unconsumed expired stores without any further charges'

iii. tf the firm provides substandard item or fails to provide tlie itern tlie risk purchase will be done

and the price difference shall be paid by the firm'

iv. In case of supfl of substandard product the destruction cost will be borne by the firm i'e'

burning, dumping, and incineration'

29. Chemical and Physical Examination of Medicines: -

L All tir;;ilgs/mediciles shall be acceptable subject to chemical and physical

examination. undertaking on judicial paper regarding non-declaration of

spurious/Adulterated batcfrby brlr orirre Punjab/TrllHiany c.ompetent lab within last

o"" V"", i, ,eq.,ir"d. If the goods suppliedare forrnd d,ring physical examination /

inspection to be against thJrequired specifications of approved samples, etc' even if it is

of standard quality, the goods may Ue rejected, and the supplier shall either replace the

rejected goods or arrange alterations necessary for rectification of obserryation, to meet

trr. r"qui].o specificatilns free of cost. Replatement in lieu of the rejected supplies must

u" "","pi"t"d

within 10 days from the date of communication of decision to the

manufacturer /supplier Uy it-,e hospital. In case after replacement or alteration' the

irispection committee again declaies the item against the required specifications, the

,rJpl;;;rld completeily be rejected and the.pioportionate amount.of security of the

concerned installment would bf forfeited and the firm shall be blacklisted for minimum

"f ;;; flu.. uo*"rer, ifihe entire supplies / installments are declared as against the

required specifications, the earnest money / entire performance security shall be forfeited

uni the fiim shall be blacklisted for minimum of two years.

30.Transportation:-Trarrsportationincludingloading/urrloadingofgoodsshallbearrangedandpaid for bY the suPPlier'

31. Warranty: The Drugs / Medicines shall be accompanied by the nQcessary warranty on Form 2-A

in accordance with tSe provision of the Drugs Act, 1916 and rules framed there under' The hospital

shall prompirv noiirv the supplier in writing of ariy claims arising under this warranty.

32. subcontracts: - The Supplier shall not be allowed to sublet the job and award subcontracts under

this contract.

33. Delays in the Supplier's Performance: - Delivery of the

accordlnce with the prescribed time schedule' If at any timegoods shall be.made by.the supplier.in

Juring performance of tlie Contract, the

t2

34

supplier encounters conditions impeding tirnely delivery of the goods, the supplier shall promptly noti$rthe hospital in writing of the fact of delay, its likely duration and its cause(s). The MedicalSuperintendent may at its discretion extend the supplier's time for performance, with or withoutliquidated damages, in wltich case the extension shall be granted by the Medical Superintendent. Adelay by the supplier in the performance of its delivery obligations shall render the supplier liable tothe imposition of liquidated damages, unless an extension of time is agreed upon without the applicationof liquidated damages.

Penalties / liquidated Damages: - In case of late delivery beyond the presented period, penalty as

specified in Special Conditions of Cor-rtract shall be imposed upon the supplier. The above LateDelivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyondcontrol. Once the maximum is reached, the Authority may consider termination of the Contract. lncase of supply of substarrdard product the destruction cost will be borne by the firm i.e. burning,dumping, and incineration. If the firm provides substandard item or fails to provide the item, the riskpurchase will be made from the market (which will be purchased by the Consignee) and the pricediffererice sliall be paid by the firm.

The supplies sliall be delivered within I 0 days after the next date of issr"re of purchase order (withoutpenalty), and with prescribed penalty, as per following schedule of requirements:-

Deliverv neriod Grace neriod Total Deliverv Period10 Davs 05 Davs 15 Davs

35. Termination for Default:- The Medical Superintendent, without prejudice to any other remedyfor breach of Contract, by written notice of default sent to supplier , may terminate the Contract inwhole or in paft, if the supplier fails to deliver any or all installments of the goods within the period(s)specified in the Contract, or within any extension thereof granted or if the sLrpplier fails to perform anyother obligation(s)under the Contract and if the supplier , in the judgment of Procuring Agency has

engaged in corupt or fraudulent practices in competing for or in executing the Contract. In case thefirm fails to execute the contract / supply order satisfactorily with the hospital, the institution reservesthe right to purchase the itenr from the market at the risk and cost of defaulting firrn. The hospital alsoreserves the right for the suspension / cancellation of contract / blacklisting of the defaulting firm.

a) Ifthe firm fails to execute the contract / supply order satisfactorily then the hospital reservesthe right to forfeit the security of tlre contractor and may award the contract to the secondlowest bidder.

b) The bidder shall provide 3% of the estimated price in the shape of CDR along with theirquotation in the shape of Bank Draft, Pay Order or Call Deposit in the name of MedicalSuperinter,dent RAIC Multan road Lahore. Tlre bid found deficient of the bid security shallnot be considered and the offer will be rejected. No personal cheque shall be acceptable. Theprevious bid security (if any), if available, shall not be considered or carried forward.

36. Inspection: Inspection of drugs / rnedicine at final acceptance shall be in accordance with theconditions of contract. After deliver the goods shall be inspected / exarnined by the inspection committeeto physically check the goods in accordance with the approved sarnple and terms / conditions of thecontract. In case of any deficiency, pointed out by the inspection committee in the delivered goods, thesupplier slrall be bound to rectify it free of cost.

13

37. Delivery and Documents: - The Supplier shall provide the following documents at the time ofdelivery of goods to Consignee' end for verification and onward submission to quafter concemed, dulycompleted in all respect for paymen

Original copies of Delivery Note / Challan (in triplicate) showing item's description, batch No(s),Registration No, manufacturing and expiry date and quantity.Original copies of the Suppliers' invoices (in triplicate) showing warranty, name of item'sdescription, Batch No, Registration No, manufacturing and expiry date, quantity, per unit cost,

and total amount.

38. Incidental Services: - The following incidental services shall be provided and the cost of which shouldbe included in the total bid price:

The bidder shall supply drugs/medicines as far as possible as per tender requirement in specialpacking with Logo of the PESSI Government of the Punjab.The following wording / insignia shall be printed in bold letters in Urdu / English in indeliblered color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc.

REHMATUL-LIL-ALAMEEN INSTITUTE OF CARDIOLOGY PESST PROPERTY

O'NOT FOR SALE''

The rules for labeling and packing shall be followed as per "The Drugs Labeling and PackingRules 1986, framed under the Drugs Act,1916. However the name of Drug / Medicine (generic& brand), equally prominent, should be printed / written in indelible ink in English / Urdu on theouter cartons and on each Pack, Bottles, Strip/ Blister, Tubes etc. All tablets/capsules shall be

supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip /blister. The syrup should be supplied in glass / pet bottle with sealed caps as per sample providedat the time of opening of tender. In case of non-fulfillment of these requirements the supply shallnot be accepted. According to PESSI Competent Autliority Instructions regarding Local Purchaseof medicines Ref. letter No. SSP (510)l2014lYol-Y1647 dated l3-08-2014, the expiry period ofmedicines sl-rould preferably of one year irrespective of its shelf life. However, the firm shallfurnish undertaking that in case the stock is not consumed within its expiry period, the firm shallbe liable to replace the stock with fresli stock at risk and cost of the firm. No drug shall be acceptedlraving expiry date less than one year al the tirne of receiving stock.Warranty: The drugs/medicines shall be accompanied by the necessary warranty on Form 2-Ain accordance with the provision of the Drugs Act, 197 6 / ru les framed there under, [n case of latedelivery of goods beyond the period specified, penalty @2% per month, A.067% per day of thecost of late delivered supply shall be imposed upon tlie.supplier.

39. Redressal of grievances: (1) A committee comprising of odd number of persons shall be constituted,with proper powers and authorizations, to address the complaints of bidders that may occur prior to theentry into force of the procurement contract.

l.

lt.

a)

b)

c)

d)

t4

'1i"'i:i:ar:i.=-f:rni.!_:=.Yj=,i,:::i::

(2) Any bidder feeling aggrieved by an act ofthe'procuring

i;ag. ; written "o*ptuiniioncerning

his grievances not lateragency after the submission of his bid may

tf,an fifteen days after the'announcement of

ithe bid evaluation rePort.

(3) The commiitee shall investigate and decide upon the complaint within fifteen days of the receipt of the

complaint.

(4) Mere fact of lodging of a complaint shall not warrant suspension of the procurement process'

40. Arbitration and Resolution of"Disputes: (1) After coming into force of the procurement oontract'

iirp*" U.,*een the parties to the contract shall be settled through mediation or arbitration'

(2) The procuring agency shall provide for a method of mediation or arbitration or both in the procurement

contract.

In case of any dispute, decision of the Medical Superintendent Rehmatul-lil-Alameen Institute of

Curaiotogy pESSt Multan Road according to PPRA Rules 2014 would be final'

Note: All assessments and procuring procedures i.e' receiving, opening and awarding etc'' shall be

[o-med by the Punjab Procurement Rules, 2014' \

MEDICAL fl]PE NDENT

RAIC PESSI MULT ROAD LAHORE

15

CERTIFICATE ON STAMP PAPER WORTH Rs'1001

1. We here by confinn that we have read carefully the {es:1i9tion of the stores and all the terms and

conditions of your tender enquiri due for op"ning o, t:-os-2016 for the supply of Medicines / Injectable /

Tablets/ Capsules/Syrups/Inhalation Isoflorane &ieuorane/Disposable Syringes (Drug Category) for RAIC

PESSI as advertisea in tne tender notice as well as those contairied in the bid Performa and the Punjab

procurement Rules, 2014 (PPRA -2014). we agree to abide by all instructions/ conditions'

2. We here by confirm to adhere to the delivery period reqlT:g in the tender enquiry which would be the

essence of the contract and will be binding on or. In case of failure, we agree unconditionally to accept the

recovery of liquidateJJu,nug", on belated.uppti"t a,d shall have no objection on risk purchase made by

hospital to cop up the delayed supply'

3. certified that the prices quoted against tender are not more than the trade price or the price charged

from any other GovernmentTAutonomous institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so'

4. Certified that the firm will replace the medicines/drugs free of cost in case of expiry at hospital premises

due to non-consumPtion.

5. certified that there is no Spurious/Adulterated batch of medicines by DTLs of the PunjabA"llH/any

competent lab and firm is not blacklisted within last one year'

6. Certificate that finn will supply fresh stock of medicines drugs, free of cost if found

substandard/counterfeit/spurious/misbranded/adulterated/expired/ at variance with the specifications'

Moreover the firrn wiil not claim for the return of substandard/counterfeit/spurious/misbranded

adulterated/expired stock. substandard/counterfeiuspurious/misbranded/adulterated/expired/stock will not

be returned to the supplier/manufacturer and will be confiscated &destroyed at supplier's cost'

7. certified that the supplies will be made in accordance with section 23 of drug act 1976 and fit for human

consumption'

Name of bidder

Designation

Signature

Company stamp

16

rrBM BJOpATA

NAME OF THE FIRM

NAME OF THE AUTHORIZED PERSON

(Authority letter must be attached)

SIGNATURE OF THE TENDERER

POSTAL ADDRESS

TELEPHONE NO. OFFICE MOBILE NO

SALES TAX/PROFESSIONAL TAX REGISTRATION NO.

N.I.C NO.

NTN.

STAMP OF TI{E FIRM

1.-

L7

ry,r.iati:,:tr: :,lil:a:i::. :'!

DATE:

BID FORM

The Medical SuPerintendent

Rehmatul-lil-Almeen Institute of Cardiology Multan Road' Lahore'

NO

TO

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged' we' the

undersigned, offer the supply and deriver it. goodr specified in conformity with the said Bidding

Documents.

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

in the schedule of n"qriir"*"tir. if o* bid is ac-cepted, we agree that call deposit of the firm shall be

;;;ifu by the hospitai as a security for the successful completion of the contract'

We agree to abide by this bid for a period of three months from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted.ul uny time before the

expiration of that period. until a formal contract iJprepared and executed, this bid, together with your

written acceptance thereof and your notification of award shall constitute a binding contract between us'

we understand that the procuring Agency is not bound to accept the lowest or any bid'

Name:

Signature:

Stamp of the Firm:

18

i,s

CONTRACT FORM

THIS CONTRACT is made at _on day ol_ 2016_, between the RAIC PESSI(hereinafter referred to as the" Procuring Agency") of the first part; and M/s (firm name) a firm registeredunder the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the"supplier") of the second part (hereinafter referred to individually as 'oparty" and collectively as the"parties").

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where ofM/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary servicesoffered to supply the required item(s); and whereas the Procuring Agency has accepted the bid by thesupplier for the supply of (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

In this contract words and expressions shall have the same meanings as are respectively assigned tothem in the General /special contraction of this contract liereinafter referred to as "Contract":

The following documents shall be deerned to form and be read and construed as integral part of thiscontract, viz.:-

Price schedule submitted by the bidder,

Techn ical specifi cation:

General conditions of contract;

Special conditions of contract; and

Procuring Agency's Award of contract; and

Purchase order

In consideration of the payments to be made by the Procuring Agency to the supplier as hereinaftermentioned, the supplier hereby covenants with the Procuring Agency to provide the goods andservices and to remedy defects therein in conformity in all respects with the provision of thiscontract.

The Procuring Agency hereby covenant to pay the supplier ii consideration of the provision of thegoods and services and the remedying ofdefects therein, the contract price or such other sum as

may become payable under tlre provisions of this aontract at time and in the manner prescribed bythis contract.

The Supplier accepts full responsibility and strict liability for making any false declaration, notmaking full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of thisdeclaration, representation and warranty. it agrees that any contract, right, interest, privilege or otherobligation or benefit obtained or procured as aforesaid shall, without prejudice to any other riglit and

19

l.

2.

A.

B.

C.

D.

E.

F.

J.

4.

5.

6.

remedies available to Procuring Agency und.. any law, contract or other instrumgnt, be void able atthe option of Procuring Agency.

In case ofany dispute concerning the interpretation and /or application ofthis contract shall besettled through arbitration. The Medical Superintendent RAIC or his nominee shall act as solearbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding onthe parties.

This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall haveexclusive jurisdiction.

If the firms provide substandard item/ fail to provide the item the payment of risk purchase frommarket, the price difference shall be by the firm.

In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,dumping, and incineration.

'1.

8.

9.

IN WITNESS whereof the parties hereto have caused this contract to be executed atplace) and shall enter into force on the day, month and year above mentioned.

Signed/ Sealed by the Supplier/ authorized person Signed/ Sealed by Procuring Agency

(the

20

CHEC.K LIST

o Receipt

. Copy of National IdentitY Card

Call Deposit

Suppliers Authorization Letter

Price Reasonabi lity Certifi cate

Price List (Duly Attested)

Sole Proprietary Certificate in case of items of

Propriety Nature

Letter of authorization form the manufacture / Foreign

Principal in case of Sole agent / Impotter'

Undertaking on stamp paper of worth Rs. 100 that the

Firm is not black listtd and no bateh of the quoted item

has been declared spurious/adulterated by DTL Punjab

i Any corhpetent Lab wlthin last within last 0l year'

Certificate on starnp paper of worth Rs. 100 duly filled(Attached along with tender documents)

S.No. / Page No. of the

Tender Submitted

Yes or NO

Yes or NO

Yes or NO

f'es or NO

Yes or NO

Yes or NO

Yes or NO

Yes or NO

Yes or NO

Yes or NO

Yes or NO

2,L

o Certificate of National Tax Number

. Drug Mariufacfuring License

. Drug Sales License

r Good Manufacturing Practices (GMP) Certificate

r Samples of quoted item

Technical bid(separate envelope)

\

o Financial bid (separate envelope)

,,

Signature of the bidder:

.*'.

Stamp of the Firm:

Note:'All documentSmust be duly attested by the firm.

Yes or NO

Yes or NO

Yes or NO

Yes or NO

Yes or NO

Yes or NO

Yes or NO

22

BID FORM 4

Firm's Past Performance

Name of Firm:

Bid Reference No:

Date of Opening of Bid:

Assessment period: (One year as per Evaluation Criteria)

Bidders may use additional sheets if required

All certificates are to be attached'with this form

Name of thePurchase /Institution

PurchaseOrder NO.

Description ofOrder

Value ofOrder

Date ofCompletion

PurchaseCerlificate

c

23

1r,,,,

W

$E:

H&

E.

ii

TECHNICAL BID

TENDER MEDICINP PURC}IASE INJnCTABLPS/TABLETS/CAPSULES/SYRUPS/INHALATION3

ISOFLURANE & SEVOFLURANE /DISPOSABLE SYRINGES (DRUG CATEGQRY) FOR THE

YEAR 2016-17.

Samples of all items must be provided otherwise offer shall not be considered.

Name of Bidder

Sign and Stamp of Bidder

TENDERENQUIRY

s.No.

NAME OFTHE ITEM

SPECIFICATION REGISTRATIONNUMBER

BRANDNAME

PACKSIZE

I

2

aJ

4

5

24

FINANCIAL BID

, UNDER MEDICINE PURCHASE

ar

iENQUIRYs.No

REGISTRATION NUMBER

NAME OF BIDDER

SIGN AND STAMP OF BIDDER

25

rtolii,arart within I i dr of issue of Purchase Order (withoutThe supplies shall be deliiered within 15 days after the next date

penalty), and with presoribed grace period, as per following schedule of requirements: -

TNJECTABLES/TABLETSICAPSI.TTESISYRUPS/INHALATION ISOFLURANET'

iworuunaNE/DrsposABlE syRINcES (DRUG cATEGoRY) FoR THE YEAR 2016-17.

I

Mode of penalty Deliverv Period Grace Period Total deliven period

Without penaltv 10 days 05 davs 15 days

26

HE'W.W

Fql

ii

h.b.

E.rI

t::g-

E

Ew

$F!1::

;.,,1ii:.3a

EV.FE.

FE-ltii;

PERFORMANCE GUARANTEE/SECURITY TORM (CDR)

To: The Medical Superintendent,

Rehmatul-lil;Alameen Institute of Cardiology

PESSI Multan Road Lahore

Whereas M/S (hereinafter called "the Supplier") has undertaken, in pursuanee of ContractNo. dated to supply Medicines (hereinafter called "the Contract"). Andwhereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you freshCDR/Bank Guarantee, issued by a scheduled bank for the sum of lYa of the total Contract amount as aPerformance Guarantee for compliance with the Supplier's performance obligations in accordance withthe Contract.

Name of the bidder

Father's Name

Address of bidder/ Firm

CNIC #

Designation

Signature

Stamp

b,ffi,H.

c,'

!1-

t:*i,.li

:i

dl

ki'i;

:

ri

F:1.

i;ii.,?,.

&:

1.

i,ItFr:

Itt*i,t,,

27

REHMATUL.LIL-ALAMEBN $TsTnuTE oF CARDIoLoGY PBSSI

, MULTAN ROAD LAHORE

List of Items for Local Tender 2Q16-17

Sr.No.

PESSINo.

Generic Name Approx.DemandIn Units

Make/Countryand DrugRegistrationNo.(to be

given by thebidder)

EstimatedPrice(Rs.)

1 P-0010 Inj. Atropine Sulphate lmg/ml (lml Amp) 600 1 500

2. P-0055 Inj. Dimenhydrinate 50mg/ml 600 4692

J. P-0071 Tab. Isosorbide Dinitrate 5 mg 2s000 6375

4. P-0077 Tab. Methyldopa 250mg 100 542

5. P-0079 Tab. Propranolol 1Omg 1 5000 16575

6. P-0081 Tab. Verapamil 80 mg 90 223

7. P-008 I Tab. Verapamil240mg SR s0 348

8. P-0084 Tab. Prazocin HCI lmg 100 99

9. P-0087 lnj. Magnesium Sulphate 500mg/ml (2ml) t20 378

10. P-009 r Tab. Aspirin 300mg (Non Enteric coated) 43200 45533

l1 P-0093 Inj. Milirinon lmg/ml (l0ml) r0 r 0200

12. P-0104 Tab. Glyceryl Trinitrate 0.5mg 26000 22100

13. P-0109 Inj. Glyceryl Trinitrate lmg/ml 500 s8225

14. P-0109 Glyceryl Trinitrate Spray 02 680

15. P-0110 Inj. Calcium Chloride l0% (l00mg/ml)Elemental Calcium 27 .2mgl ml

100 2772

16. P-0115 Inj .Hydral a zine 20 mgl ml 50 1062

17. P-0 l2 I Tab. Lisinopril 1 0mg+Hydrochlorthiazide12.5mg

200 1639

r8. P-0123 Tab. Ranolazine XR 500mg r00 I 190

hs AtJ.9{*1ll^,*

19. P-0124 Tab. Cilostazol5Omg 100 1275

20. P-0128 Tab. Ivabradine 5mg 100 212s

2l P-0134 Inj. Streptokinase 1.50 miu s0 I 44000

22. P-0135 Inj. Heparin 5000iu 3000 r 1 97000

23. P-0136 Tab. Warfarin Sod. 5mg s0000 I 95000

24. P-0140 Inj. Tirofiban 0.25mglml 20 27986

25. P-0142 Tab. Beraprost Sodium 20mcg 3000 71400

26. P-0143 Tab. Rivaroxaban l0 mg t00 25920

27. P-021l Inj Diazepam 10mg/2ml 25 510

28. P-02 r 5 Tab. Bromazepam3mg 3000 4500

29. P-0224 Inj. Haloperidol 5mg/ml l0 45

30. P-0253 Inj. Pheniramine Maleate 22.7mg equivalent to25mg Phenarmine Salicylate per ml in 2ml amp.

r00 100

31 P-0287 Tab. Carbirnazole 5mg 100 38

32. P-0332 Tab. Potassium Chloride 500mg l 0000 5504

JJ. P-0335 Inj. Frusemide 20mg I 0000 22000

34. P-03s6 Tab. Frusemide 20mg, Spironolactone 5Omg I 000 2600

35. P-0377 Inj. Benzyl Penicillin I MIU 500 r r000

36. P-0398 lnj. Benzathine Penicilline 1.2 MIU 260 4862

37. P-0415 Tab. Cefuroxime Axetil 250mg 500 8955

38. P-0430 Tab. Sodium Fusidate 25Omg 200 I 0200

39. P-0431 Inj. Fusidic Acid (as Diethanalamine Fusidate).580mg

200 66600

40. P-0435 Tab. Ethambutol400mg 100 122

4t P-0436 T ab. Py razinamide 5 00m g r00 68

42. P-A$7 Tab. /Cap. Rifampicin 300rng 30 93

43. P-0441 Inj. Streptomycin 1 gm. l0 167

.rt'\/ILJ.LMIL*,

44. P-0482 Tab. Pyridoxine 5Omg 300 382

45. P-0486 Inj. Calcium Gluconate lOml 600 3960

46. P-0492 Inj. Phytomenadione I Omg r0 22

47. P-0505 Inj. Aminophylline 250mg/l 0ml 30 432

48. P-0514 Solution Ipratroprium Bromide 250mcg/ml fornebulizer

5000 212500

49. P-0602 Inj. Ketarnine HCI 50mg/ml (2ml) 200 4600

50. P-0603 Inj. Bupivac aineD.5%o (Plain) ( 1 Oml) l0 r84

51 P-0608 lnhaler Isoflorane 24 40800

52. P-0609 Inhaler Sevoflorane l0 77400

53. P-0610 Inj. PropofollOmg/ml 600 1 56000

54. P-0611 Inj. Ephedrine HCI 30mg/ml 50 I 0830

55. P-06t2 lnj. Adrenaline 1mg/ml r 000 1446

56. P-0613 Inj. Ketorolac 30mg/ml 30 t374

57. P-0614 Inj. Fentanyl0.5mg/ml 50 3450

58. P-061s Inj. Etomidate 20mgl1 0ml 100 29400

59. P-0616 Inj. Nor-Adrenaline 1mg/ml r80 34200

60. P-0617 Inj. Phenyl Epherine l0mg/ml 100 3400

61. P-0629 Cotton Bandages Gauze BPC specificationLoose Woven width lm length 30m.

270 131760

62. P-0630 Cotton Bandages BPC 5cm. x 6m. 288 4680

63. P-0640 Inj. Dextrose25oh Ampoule 20 ml 850 7947

64. P-0642 Inj. Distilled water 5ml r 600 3040

65. P-0648 Inj. Potassium Chloride l5% 2000 13600

66. P-0650 Inj. Sodium Bicarbonate 8.4% 600 7020

67. P-0717 Inj. Protamine Sulphate 10mg/ml 900 I 50840

(

Utr5 fruil^jlLl*-*-'

Fji.:it,, r-

i':

AIJ%LIL--*Total Items =75 Seventy Five

Total Estimated Price: Rs. 3800573/-

.,s,ry

:rt::.iir.:i.::::.r,TT::,. ::=?.i1.:::

I

68. P-0729 Disposable Syringes 5OCC Ledur LockIndividual Blister Pack

2700 94500

59. P-0730 Disposable Syringes 60CC 20 388

70. Inj. Iopromide 300/370 l00ml 500 774500

7l Inj. Iodixanol 320 mg /ml (50m1) 04 6l 85

1) Methylated Spirit 200

Liters29556

73. Lidocaine Cetrimide Spray 02 6400

74. Inj. Rocuronium Bromide lOmg/ml 25 6066

75. lnj. Vecuronium Bromide 4mglml r00 7510

TOTAL 3800573