You are on page 1of 77

THE PUNJAB EMPLOYEES' SOCIAL SECURITY INSTITUTION

(HEAD OFFICE)
3/A, Gulberg-V, Lahore.
Tender NO.SSP(510)/2015/Vol-VI/
TENDER FEE:

Rs. 1000/- (Non-refundable)

LAST DATE OF RECEIPT:

30.03.2015 ( 10.30 A.M.)

DATE OF OPENING:

30.03.2015 ( 11.00 A.M.)

SUBJECT:-

PURCHASE OF MEDICINES, INJECTION INTERFERON AND DISPOSABLE


SYRINGES FOR THE YEAR 2015-16

Technical specifications for the purchase of medicines for the year 2015-16 are
enclosed herewith.
Instructions to the bidders, General Conditions of contract, special
conditions of Contract & schedule of requirements are detailed in the bidding
document available at PPRA Web Site www.ppra.punjab.gov.pk and PESSI website
www.pessi.gop.pk.

NO.SSP (510)/2015/Vol-VI/

Dated

Lahore, the

2015

M/s. ____________________
________________________
________________________

DIRECTOR (PURCHASE)

This is certified that the item quoted against PESSI No. _________________with
brand name of _____________________________is readily available at the head offices of
following leading chain pharmacies of Lahore city.

S.#.

NAME OF PHARMACY

1.

Fazal Din Pharma Plus.

2.

Green Plus

3.

Clinix

4.

Servaid.

VERIFIED BY THE AUTHORIZED


OFFICER/OFFICIAL OF HEAD OFFICE OF
RESPECTIVE PHARMACY WITH NAME,
DESIGNATION & STAMP.

Last one year bill warranties duly verified from the Head Offices of the
Pharmacies of the quoted items should be attached (Mandatory).
I Mr/Miss________________________________________________________________________
Designation __________________________________________on the behalf of my firm hereby
undertake that if above said information is left unattended or proved to be wrong on checking,
the department reserves the right to reject the offer which is not challengeable in any court of
law.
Signature of Authorized Person.

_______________________________________

Name of Authorized Person:

_______________________________________

Designation of Authorized Person:

_______________________________________

Participating Firm Name:

_______________________________________

Phone No.

_______________________________________

Stamp:

_______________________________________

PRICE SCHEDULE.
Must be attached (duly signed and stamped) with Financial Bid.
Tender No._______________Due on ___________
Manufactured by __________________
Address.________________
Manufacturing license No. __________Validity _________

ITE
M #.

PES
SI #

NAM
E AS
IN
PESS
I LIST

BRAND
NAME
OF THE
OFFER
ED
ITEM

QTY.
REQ
UIRE
D

DRUG
REGD
. NO.

PACKIN
G
OFFER
ED

MRP
FIXED
BY
F.G.

T.P.
OF
THE
DRU
G

MARKE
T
AVERA
GE T.P.

PRICE
OFFERED
In
figure
s

In
words.

VALUE

Signature of Authorized Person. ____________________________________________


Name of Authorized Person:

_______________________________________

Designation of Authorized Person:

_______________________________________

Participating Firm Name:

_______________________________________

Phone No.

_______________________________________

Stamp:

_______________________________________

EVALUATION CRITERIA FOR GENERAL MEDICINES 2015-16


1

ii.

Physical report
Complies with Official Books (BP/USP etc)/Complies
manufacturers Spec
Quality of Printing, Packing / Packaging & Labeling Material

iii.

Submission of complete Drug Specification proforma

02

Length of registration of relevant product from Ministry of


Health.

10

i.

1 10 years (1 mark for each year)

Past Performance of bidder with PESSI. (Last 2 years)


Execution of Supply Order 100%
Execution of Supply Order 50%
Execution of Supply Order more than 50% and less than 100%

20
10

Execution of Supply Order 100%

10

Compliance to Supply Order from PESSI outlets

10

Execution of Supply Order 50%

Execution of Supply Order more than 50% and less than 100%

Execution of Supply Order 100%


Financial Position/status.
Income Tax return/any other proof of Income Tax paid for last two
years.
Financial Bank soundness certificate up to 10 million.
Financial Bank soundness certificate up to 20 million.

10
10
05

Market availability of the quoted item at Head Offices of Leading


Chain Pharmacies for last one year (Fazal Din, Servaid, Clinix
and Green Plus).
Availability of quoted item at two Pharmacies

25

ii.

Availability of quoted item at three Pharmacies

20

iii.

Availability of quoted item at Four Pharmacies

25

Percentage of dosage forms approved by prequalification team.

10

i.

Less than 50%

03

ii.

More than 50% / Less than 100%

05

Iii
7

100%
Quality Certificates.
ISO certification of SOPs

10
10
02

GMP Certification issued by Ministry of Health.

08

i.

i.

ii.

i.
ii.
5

i.

i.
ii.

with

15
03
10

1-10

5
8

Total:-

02
05

15

100

Anticancer Medicines shall be evaluated under Clause-5 as per following


details:CLAUSE-5 FOR ANTICANCER MEDICINES.
5.

(i)
(ii)
(iii)

Market availability at pharmacies of Shaukat 25


Khanum, Inmol, Mayo Hospital and Jinnah Hospital
for last one year.
Availability of medicines at 02 pharmacies
15
Availability of medicines at 03 pharmacies
20
Availability of medicines at 04 pharmacies
25

Following Clause-5 shall also be applicable for Hospital Items (Anaesthesia


medicines, Dressing, POP, Cotton Wool, Cotton Gauze, Cotton and Crepe
Bandage):CLAUSE-5 FOR HOSPITAL ITEMS
Anesthesia items, Dressing, Gauze, Cotton Wool, Bandages, Dressing and POP.
5.
(i)
(ii)
(iii)

Supply order from Government Institutions (last one


year)
02 Government Institutions
03 Government Institutions
04 Government Institutions

25
15
20
25

The firms having no past experience with PESSI Head Office shall be
evaluated under clause-3 as per following detail:CLAUSE-3 FOR THE FIRMS HAVING NO PAST EXPERIENCE WITH PESSI
HEAD OFFICE
3.
Past Performance of bidder with Government 20
Institutions and PESSI local tender. (Last 2 years)
(i)
Supply
order
of
Government
Hospitals 05
(1-5 Institutions)
Supply
order
of
Government
Hospitals 10
(More than 5 Institutions)
(ii)
Supply orders of Private Hospital / Organization (1-5 05
Supply Orders)
Supply orders of Private Hospital / Organization (More 10
than 5 Supply Orders)
Note:
1. Any medicine having adverse reaction / poor efficacy reported by the
consultants shall be straightway disqualified and shall not be further evaluated
under the Evaluation Criteria.
2. Minimum qualifying marks 70/100.
3. Medicines qualifying 70% marks shall be presented before the Technical
Committee comprising of Specialists of PESSI Hospitals for their reservation
regarding the efficacy of any medicines keeping in view their past experience
and decision of the committee regarding qualification / disqualification shall
prevail.
Instructions
1. Requisite documents to be enclosed with the technical offer should have proper
page marking.
2. Invoices / Bill Warranties of respective pharmacies should have page marking
and same should be mentioned in Drug Specification Proforma in the relevant
column.

EVALUATION CRITERIA FOR INTERFERON 2015-16

i.
ii.

Physical report.
Complies with Official Books (BP/USP etc)/Complies
manufacturers Spec
Submission of complete Drug Specification proforma

with

Length of registration of relevant product from Ministry of Health.

i.

1 10 years (1 mark for each year)

Past Performance of bidder with PESSI. (Last 2 years)


Execution of Supply Order 100%
Execution of Supply Order 50%

i.

ii.

i.

ii.
5

i.
ii.
iii.
6

i.
ii.
7
i.
ii.
8
i.
ii.

10
05
05
10
1-10
20
10
5

Execution of Supply Order more than 50% and less than 100%

Execution of Supply Order 100%


Compliance to Supply Order from PESSI outlets

10
10

Execution of Supply Order 50%

Execution of Supply Order more than 50% and less than 100%

Execution of Supply Order 100%

10

Detail of supply in public/private organizations (last one year)


Public organizations.
15
More than Five.

15
05

Private organizations.
15
More than Five.
Market availability of the quoted item at Head Office of Leading
Chain Pharmacies for last one year (Fazal Din, Servaid, Clinix
and Green Plus)
Availability of quoted item at two Pharmacies
Availability of quoted item at three Pharmacies

05

Availability of quoted item at Four Pharmacies

25
10
05
10
10
05
05
10
02
08
100

08

07
25

15
20

Packing of the quoted item.


Ampoule/Vial
Pre-filled Syringe.
Product Certification.
WHO/FDA approved.
Dose and efficacy certificate from NIH Islamabad.
Quality Certificates.
ISO certification of SOPs
GMP Certification issued by Ministry of Health.
Total:Note:
1. Medicines having adverse reaction / poor efficacy reported by the consultants
shall be straightway disqualified and shall not be further evaluated under the
Evaluation Criteria.
2. Minimum qualifying marks 70/100.
3. Medicines qualifying 70% marks shall be presented before the Technical
Committee comprising of Specialists of PESSI Hospitals for their reservation
regarding the efficacy of any medicines keeping in view their past experience and
decision of the committee regarding qualification / disqualification shall prevail.
Instructions
1. Requisite documents to be enclosed with the technical offer should have proper
page marking.

2. Invoices / Bill Warranties of respective pharmacies should have page marking


and same should be mentioned in Drug Specification Proforma in the relevant
column.
EVALUATION CRITERIA FOR DISPOSABLE SYRINGES 2015-16
Mandatory Clauses:Product should be registered with M.O.H / DRAP.
In case of imported syringes, the product must be available in the country of
origin and provide Sole Agency Agreement with foreign manufacturer duly
attested by the concerned Pakistan Embassy / High Commission.
Firms should have following certificates
(i)
ISO 13485, ISO 9001
(ii)
CE Mark
(iii)
GMP Certificate (last one year).

1.
2.

3.

General Clauses
1

Physical report

i. Quality of Printing, Packing / Packaging & Labeling Material


ii. Raw Material used is of Medical Grade attach proof/under taking.
iii. Submission of complete Drug Specification proforma.
2

Physical Examination of Syringe by Technical Committee.

i.
ii.
3

i.
ii.
4

i.

ii.
5

i.
ii.
iii.

Sharpness of needle.
Plunger positive/negative pressure.
Financial position/status.
Income Tax Return/any other Proof of Income Tax paid for last one
year.
Financial Bank soundness certificate upto 10 million.
Financial Bank soundness certificate upto 20 million.
Detail of supply in public/private organizations (last one year)
Public organizations.
15
More than Five.

25
10
10
05
25
13
12
10
05
03
05
15
05
08

Private organizations.
05
15
More than Five.
07
Market Availability of the quoted items at Head Office of Leading
25
Chain Pharmacies for last one year (Fazal Din, Servaid, Clinix
and Green Plus)
Availability of quoted item at two Pharmacies
15
Availability of quoted item at three Pharmacies
20
Availability of quoted item at Four Pharmacies
25
Total:100
Note:
i.
Minimum qualifying marks 70/100.
ii.
Medicines qualifying 70% marks shall be presented before the

Technical Committee comprising of Specialists of PESSI Hospitals


for their reservation regarding the efficacy of any medicines
keeping in view their past experience and decision of the
committee regarding qualification / disqualification shall prevail.
Instructions
1. Requisite documents to be enclosed with the technical offer should have proper
page marking.
2. Invoices / Bill Warranties of respective pharmacies should have page marking
and same should be mentioned in Drug Specification Proforma in the relevant
column.

Bid Reference No:

Check List (Mandatory) for Documentary Evidence


S. #

1.
2.
3.

4.

5.

6.

7.
8.
9.

10.

11.
12.
13.

14.
15.
16.
17.
18.
19.

Required
Documentation

Original Tender
Purchase Receipt (F-6)
Drug Specification
proforma duly completed
Copy of valid Drug
Registration Certificates
Copies of Bill Warranty
for the last one year duly
verified by head offices
of leading chain
pharmacies as mentioned
in Bidding Documents.
Copies of supply order of
hospital items
Requisite supply order
for firms having no past
experience with PESSI
Head Office under
Clause-3
Copy of Valid
Manufacturing License
Copy of Valid Drugs
Sale License
Letter of Authorization
from manufacturers /
Sole Agency Agreement
Proof of availability of
the disposable syringes
in the country of origin
Proof of raw material
used is of medical grade
(in case of disposable
syringes)
Copy of NTN Certificate
Copy of Income Tax
Return for the last two
years
Copy of Financial
Banks Soundness
Certificate
Copy of General Sales
Tax Registration
Copy of valid ISO and
other certification
Copy of valid GMP and
other Certificate
Copy of valid prequalification with PESSI
Affidavit on Stamp
Paper worth Rs. 100/-

20.

Latest price list

21.

Samples in Commercial
Packs

Checklist
(To be initialed
by the Bidder
against each
document)

Relevant
Page
Number in
the Bid

Supporting Documents
(To be filled by the Bidder with name of
the documents that are submitted to meet
the requirement)

The Commissioner,
Punjab Employees Social Security Institution,
3-A, Gulberg-V,
Lahore.

Dated:
(Ref. Tender No

AFFIDAVIT
1.

I/We, the undersigned solemnly state that:


a. We have read the contents of the Bidding Documents and have fully
understood and the same are acceptable.
b. The Bid being submitted by the undersigned complies with the requirements
enunciated in the bidding documents.

2.

We hereby undertake that our firm is not blacklisted on any ground by PESSI,
any Government (Federal/Provincial/District), a local body or Public Sector
Organization under ITB Clause No:14 (iii) (c)

3.

We hereby undertake that the prices quoted to PESSI are not more than the
prices quoted to Health Department Government of the Punjab or any other
Organization during the reference financial year mentioned in the tender and
are not more than the trade prices under GCC Clause No.1(C).

4.

We hereby undertake that we will be responsible for the free provision of new
stores if the same are found to be substandard or at variance with the
specifications given in the tender enquiry under SCC Clause No.6.

Name
Designation
Name of Firm
Stamp

THE PUNJAB EMPLOYEES' SOCIAL SECURITY INSTITUTION


(HEAD OFFICE)
3/A, Gulberg-V, Lahore.
SPECIFICATIONS OF MEDICINES YEAR 2015-16
S.#

NEW
ITEMS
PESSI #
(A)

P-0001

Pack Size

ANTACIDS:

Susp. Alu Hydroxide 215mg, Mag. Hydroxide


80mg, Simethicone 25mg/5ml

P-0002

Tab Ranitidine. 150mg.

P-0003

Inj. Ranitidine 50mg/2ml.

P-0004

Susp.Sucralfate 1gm/5ml

P-0005

Cap.Omeprazole 20mg Pellets

P-0006

Tab. Mag. Trisilicate 500mg + Dried Alu


Hydroxide250mg.
Infusion Omeprazole Sodium 42.6mg equivalent
to Omeprazole 40mg.

7
8

P-0007
P-0008

Tab. Famotidine

Tab. Famotidine

P-0009

Qty

120ml

190900

20

65284

39622

60ml

800

14

195692

100

11300

100ml

40300

20

37200

10

21200

20mg

40mg

Tab.Sodamint (Sodium Bicarbonate).

1000
(B)

40

ANTISPASMODIC/ANTICHOLINERGIC:

0
10
11
12
13
14
15
16

P-0010

Inj. Atropine Sulphate 1mg/ml (1ml Amp).

P-0011

Tab. / Cap. Mebevirine 135mg.

P-0012

Tab. Mesalazine 400mg.

P-0013

Inj.Neostigmine 2.5mg/5ml

P-0014

Tab.Pyridostigmine Bromide 60mg

P-0015

Tab. Chlordiazepoxide 5mg + Clidinium Bromide 2.5mg.

P-0016

Tab.Hydrated Phloroglucinol 80mg eqivalent to anhydrous


Phloroglucinol 62.233mg, trimethylphloroglucinol 80mg

100

755

30

2124

30

904

Amp

270

20

30

30

3800

17
18
19

20

P-0017

Tab.Hyoscine-N-butylbromide10mg,Paracetamol500mg.

P-0018

Inj.Hydrated Phloroglucinol 40mg,trimethylphloroglucinol


0.04mg

P-0019

P-0020

100

9214

2950

30

712

10

Inj.Hyoscine-N-butyl bromide 20mg/1ml

Inj.Glycopyrrolate 0.2mg/ml
( C )

ANTI-DIARRHOEALS:

0
P-0021

Tab. Attapulgite 500mg

P-0022

Susp. Furazolidone 25mg / 5ml, Kaolin Pectin

23

P-0023

O.R.S. Sachet contains:NaCl 3.5gm, Sod.Citrate 2.9gm,


KCL1.5gm, Dextrose Anhydrous 20gm.

24

P-0024

Dioctahedral Smectite 3gm Powder.

P-0025

Saccharomyces Boulardil 250mg Powder

P-0026

Tab. Diphenoxylate HCL 2.5mg + Atropine Sulphate 25mcg.

21
22

25
26

27
28

P-0027

Susp. Activated Attapulgite 1000mg/10ml.

P-0028

Susp.Zinc Sulphate Monohydrate 10mg equivalent to 3.64mg


Elemental Zinc
(D)

100

2811

120ml

13625

30gm

42100

30

3795

10

110

500

50

60ml

4000

60ml

7300

ANTI-AMOEBICS:

200
29

P-0029

Tab.Metronidazole 200mg

200

1600

100

18030

Vial

136600

90ml

41000

60ml

26150

Tab.Metronidazole 400mg
30

P-0030

Inj. Metronidazole 500mg/100ml.

31

P-0031

Susp. Metronidazole 200mg/5ml.

P-0032

Susp. Metronidazole 75mg+ Furazolidine 25mg.

P-0033

Tab. Diloxanide Furoate 500mg + Metronidazole 400mg.

P-0034

Syp. Diloxanide Furoate 250mg+Metronidazole Benzoate


320mg equivalent to metranidazole 200mg/10ml

32
33
34

15

(E)

90ml

760
11850

ANTHELMENTICS.

0
35
36

P-0035

Tab.Albendazole 200mg.

P-0036

Tab.Mebendazole 100mg

12020

60

2027

Tab.Mebendazole 500mg

37
38
39

P-0037

Susp. Albendazole 100mg/5ml.

P-0038

Susp. Mebendazole 100mg/5ml.

P-0039

Tab. Niclosamide 500mg

10ml

12410

30ml

2000

4
(F)

LAXATIVES/PURGATIVES/LUBRICANTS:

0
40
41
42
43
44
45

P-0040

Tab. Bisacodyl 5mg.

P-0041

Bisacodyl Suppository 0.01gm/Glycerine Suppository.

P-0042

Sodium Biphosphate 19.2gm, sodium phosphate 7.2gm,


sodium contents in 120ml 4.5gm (Enema Liquid)

P-0043

Sod. Picosulphate 7.5mg/ml Drops.

P-0044

Liq.Lactulose 3.35gm/5ml

P-0045

Syp. Magnesium Hydroxide 75% V/V + Liq. Paraffin 25%


V/\V.

100

2685

50

191

120ml

6970

15ml

18950

120ml

45948

120ml

24000

(G) DRUGS ACTING ON LIVER:

1000
46
47
48
49

50
51

P-0046

Inj. Interferone Alpha 3miu alongwith Tab. Ribavirin 400mg

P-0047

Infusion Ornithine Aspartate 5g/10ml.

P-0048
P-0049

Syp. Ornithine Aspartate 60mg, Nicotinamide 4.8mg,


Riboflavin-5mg, Phosphate Sod. 0.153mg/ml
Tab. Pancreatin 210 P.U. + Bromelain 35,000 PU,
Dimethypolysiloxan 50mg+ Sodium Dehydrocholate 20mg +
Metoclopramide 6mg.

P-0050

Tab. Silymarin 200mg

P-0051

Syp. Silymarin 105mg / 5ml.

(H)

Vial

95980

10ml

1800

120ml

15700

30

275

20

6800

120ml

4100

ANTI-EMETIC/ANTI-NAUSEANTS:

0
52
53

54

P-0052

Tab. Metoclopramide 10mg.

P-0053

Inj. Metoclopramide 10mg/2ml

P-0054

100

8296

10

7305

100

1705

300

60

25

7720

20

75

(a) Tab. Dimenhydrinate 50mg


(b) Tab.Cyclizine 50mg

55

P-0055

(a) Inj.Dimenhydrinate50mg/ml
(b) Inj.Cyclizine 50mg/ml.

56

P-0056

(a) Syp. Dimenhydrinate 12.5mg/5ml

60ml

6100

60ml

24560

10

2014

300

566

10

20

1140

50

21596

120ml

11050

(b) Syp. Cyclizine 12.5mg/5ml


57
58
59
60
61
62

P-0057

Inj. Prochlorperazine 12.5mg/ml.

P-0058

Tab. Prochlorperazine 5mg.

P-0059

Tab. Meclizine 2 HCL 25mg + Vit B6 50mg.

P-0060

Tab. Levosulpride 25mg.

P-0061

Tab.Domperidone 10mg

P-0062
Susp. Domperidone 5mg / 5ml

63
64
65
66
67

P-0063

Tab. Doxylamine Succinate 10mg + Pyridoxine HCL 10mg

P-0064

Inj.Promethazine 25mg/ml

P-0065

Inj. Ondansetron 8mg/4ml

P-0066

Tab. Ondansetron 8mg.

P-0067

30

Amp

4ml

2440

10

70

120ml

920

Syp. Promethazine HCL 25mg/5ml.


(I)

DRUGS ACTING ON CARDIOVASCULAR SYSTEM:

0
68
69
70
71

P-0068

Tab. Captopril 25mg.

P-0069

Tab. Atenolol 50mg.

P-0070

Inj. Dobutamine 250mg/ml

P-0071

20

24380

20

74300

Vial

2590

100

100

380

20

39264

20

400

25

2880

26

30

2060

30

7790

Vial

2550

Tab. Isosorbide Dinitrate 5mg.


Tab. Isosorbide Dinitrate 10mg.

72

P-0072

Tab. Isosorbide Mononitrate 20mg.


Tab. Isosorbide Mononitrate 60mg LA

73
74
75

P-0073
P-0074
P-0075

Tab. Digoxin 250mcg.


Inj. Digoxin 500mcg/2ml
Tab. Diltiazem 30mg.
Tab. Diltiazem 60mg.

76

P-0076

Inj. Dopamine 40mg/ml,(Vial of 5ml).

77
78

P-0077
P-0078

Tab. Methyldopa 250mg.

100

2401

30

2060

30

250

100

6260

100

1400

14

500

50

946

10

350

20

3150

20

44300

10

100

20

950

30

1467

30

27850

20

6350

Amp

180

30

160

110

30

2250

30

200

30

10900

30

73760

1500

20

47264

10ml

1010

Cap. / Tab.Nifedipine 10mg


Tab.Nifedipine 20mg

79

P-0079

Tab. Propranolol 10mg.


Tab. Propranolol 40mg

80
81

P-0080
P-0081

Tab. Nebivolol 5mg


Tab. Verapamil 80mg.
Tab. Verapamil 240mg SR

82

P-0082

Tab. Amlodipine Besylate 5mg.


Tab. Amlodipine Besylate 10mg.

83
84
85

P-0083
P-0084
P-0085

Inj. Propranolol 1mg/ml


Tab. Prazocin HCL 1mg.
Tab. Lisinopril 5mg.
Tab. Lisinopril 10mg.

86
87
88
89
90

P-0086
P-0087
P-0088
P-0089
P-0090

Tab. Trimetazidin Dihydrochloride 35mg.


Inj. Magnesium Sulphate 500mg/ml (10ml Amp).
Tab. Amiderone HCL 200mg.
Inj. Amiderone HCL 150mg/3ml.
Tab.Metoprolol 25mg.
Tab.Metoprolol 50mg.
Tab.Metoprolol 100mg.

91

P-0091

Tab. Aspirin 75mg (Enteric coated).


Aspirin Suppository

92
93
94

P-0092
P-0093
P-0094

Tab. Losartan Potassium 50mg.


Inj. Milrinone 1mg/ml
Inj. Metoprolol Tartrate 5mg.

5
95

P-0095

29

Inj. Isosorbide Dinitrate 10mg/10ml.

Vial

2924

96
97

P-0096
P-0097

Tab. Indapamide Hemihydrate 1.5mg SR

30

1857

10

141690

10

8250

10

3128

10

650

30

3767

10

4150

10

71600

28

1490

28

1160

2ml

180

20

19770

30

4007

30

20200

30

9074

10

5250

10

3000

20

102

10

150

30

750

20

250

10ml

500

1900

Amp

100

Tab. Atorvastatin 20mg


Tab. Atorvastatin 40mg

98
99

P-0098
P-0099

Tab. Perindopril

4mg

Tab. Carvedilol 3.125mg


Tab. Carvedilol 6.25mg
Tab. Carvedilol 25mg

100

101

P-0100

P-0101

Tab. Clopidogrel 75mg

Tab. Ramipril

Tab. Ramipril

102

103

104

P-0102

P-0103

P-0104

2.5mg

5mg

Inj. Verapamil 2.5mg/ml

Tab. Bisoprolol

5mg.

Tab. Glyceryl Trinitrate


Tab. Glyceryl Trinitrate
Tab. Glyceryl Trinitrate

105

P-0105

0.5mg
2.6mg
6.4mg

Tab. Clopidogeral 75mg+ Aspirin 75mg.


Tab. Clopidogeral 75mg + Aspirin 150mg

106

P-0106

Tab. Gemfibrozil 600mg.

107

P-0107

Tab. Hydrochlorthiazide 12.5mg + Irbesartan 300mg.

108

P-0108

Tab. Nifedipine (extended relesae) 30mg.


Tab. Nifedipine (extended relesae) 60mg.

109

P-0109

Inj.Glyceryl Trinitrate 1mg/1ml


Glyceryl Trinitrate 10mg Transdermal Deponit Patch

110

P-0110

Inj. Calcium Chloride 10% (100mg/ml ) Elemental Calcium


27.2mg/ml

111

P-0111

Cap.Fenofibrate 67mg

30

70

10

70

2ml

105

Amp

10

2ml

130

Amp

200

20

1480

10

2420

Amp

5110

100

100

20

455

20

155

10

10

300

10

50

30

60

30

14

20

28

480

14

50

14

370

10

50

10

Cap.Fenofibrate 200mg
112
113

P-0112
P-0113

Inj.Sod.Nitroprusside 25mg/ml
Inj.Isosorbide Mononitrate2mg/5ml

114

P-0114

Inj.Adenosine 3mg/ml

115

P-0115

Inj.Hydralazine 20mg/ml

116
117
118
119

P-0116
P-0117
P-0118
P-0119

Tab. Amlodipine 5mg + Hydrochlorthiazide 12.5mg


Tab. Rosuvastatin 10mg
Inj. Morphine 10mg /ml
Tab. Metolazone 2.5mg
Tab. Metolazone 5mg

120

P-0120

Tab. Losartan Potassium 50mg + Hydrochlorthiazide 12.5mg

121

P-0121

Tab. Lisinopril 10mg + Hydrochlorthiozide 12.5mg

122

P-0122

Tab. Nicorandil 10mg


Tab. Nicorandil 20mg

123
124

P-0123
P-0124

Tab. Ranolazine XR 500mg


Tab. Cilostazol 50mg
Tab. Cilostazol 100mg

125
126

P-0125
P-0126

Tab. Bosentan Monophydrate 62.5mg


Tab. Valsartan 80mg + Hydrochlorthiazide 12.5mg
Tab. Valsartan 160mg + Hydrochlorthiazide 25mg

127
128

P-0127
P-0128

Tab. Valsartan 5mg + Amlodipine 160mg


Tab. Ivabradine 5mg
Tab. Ivabradine 7.5mg
(J)

DRUGS USED FOR MIGRAINE:

0
129
130

P-0129
P-0130

Cap. Flunarizine 5mg


Tab. Betahistine Di-Hydrochloride

12

180

30

1005

8mg

Tab. Betahistine Di-Hydrochloride


131
132

P-0131
P-0132

16mg

30

2580

30

170

Tab. Pizotifen 0.5mg.


Tab.Zolmitriptan 2.5mg
(K)

ANTI-COAGULANTS:

0
133
134
135
136

P-0133
P-0134
P-0135
P-0136

Inj.Streptokinase 1.50miu.

138
139
140
141

P-0138
P-0139
P-0140
P-0141

Vial

8010

100

629

611

405

50

10

222

10

5ml

24

5ml

10

Tab.Warfarin Sod. 5mg


Inj. Enoxaprin (Low mol Wt. Heparin)

Inj. Enoxaprin (Low mol Wt. Heparin)


P-0137

180

Inj.Heparin 5000 IU.

Inj. Enoxaprin (Low mol Wt. Heparin)

137

Vial

40mg
60mg
80mg

Inj.Fondaparinux 2.5mg
Inj.Abciximab 2mg/ml
Inj.Tirofiban 0.25mg/ml
Inj.Eptifibatide 2mg/ml
Tab. Beraprost Sodium 20mcg
(L)

CLOTTING AGENTS:

0
142

P-0142

Tab. Eltrombopag 25mg

28

50

28

10

5290

100

2250

20

5050

Vial

Vial

Tab. Eltrombopag 50mg


143
144

P-0143
P-0144

Inj.Tranexamic Acid 250mg/5ml.


Caps Tranexamic Acid 250mg.
Caps Tranexamic Acid 500mg.

145

P-0145

Inj.Factor VIII 250Units


Inj.Factor VIII 500Units
(M) ANALGESICS/ANTIPYRETICS/ ANTIINFLAMMATORY/MUSCLE RELAXANTS/ ANTI
RHEUMATICS:

146

P-0146

Tab. Mefenamic Acid 250mg

600

4380

Tab. Mefenamic Acid 500mg


147
148

P-0147
P-0148

200

2851

200

46280

Amp

910

Vial

3850

60ml

264480

60ml

8730

20ml

3140

500

3548

30

15927

90ml

98930

20

212550

79060

40

1000

30

19700

20gm

40300

35gm

18500

30gm

Tab. Paracetamol 500mg.


Inj. Paracetamol 300mg/2ml
Inf. Paracetamol 1000mg /100ml

149
150
151
152

P-0149
P-0150
P-0151
P-0152

Susp. Paracetamol 120mg/5ml


Susp. Paracetamol BP 250mg/5ml.
Paracetamol 60mg/5ml Drops.
Tab. Ibuprofen 200mg.
Tab. Ibuprofen 400mg

153
154
155

156

P-0153
P-0154
P-0155

P-0156

Susp. Ibuprofen 100mg/5ml.


Tab. Diclofenac Sodium 50mg.
Inj. Diclofenac Sodium 75mg/3ml.

Tab. Piroxicam 10mg.


Cap/Tab. Piroxicam 20mg.

157

158

159
160
161

P-0157

P-0158

P-0159
P-0160
P-0161

Diclofenac Sod. Gel.

Oint Oleorescin of Capsicum 0.30% + Eucalyptol 0.11% +


Thymol 0.1% + Methyl Salicylate 12-17% + Menthol +
Glycerine.
Diethylamine Salicylate Gel
Inj. Nalbuphin HCL 10mg/ml.

10

2620

100

101

100

10

15

41450

10

39450

20

2200

20

Tab. Paracetamol 500mg + Codeine 15mg


Tab. Paracetamol 500mg + Codeine 30mg

162
163
164

P-0162
P-0163
P-0164

Tab. Orphenadine50mg + Paracetamol 650mg.


Tab. Tizanidine 2mg.
Cap. Celecoxib 100mg
Cap. Celecoxib

200mg.

165
166

P-0165
P-0166

Tab. Rofecoxib 12.5mg.


Tab. Meloxicam
Tab. Meloxicam

167
168
169
170

171
172
173
174
175
176
177

P-0167
P-0168
P-0169
P-0170

P-0171
P-0172
P-0173
P-0174
P-0175
P-0176
P-0177

179

P-0179

20

150

50

680

10

8260

4480

20

2050

20

8605

20

19700

100

1410

90ml

5520

100

762

20

22860

20

320

30

30

202

30

10

3700

20

4490

20

20

500

Cap. Tramadol HCL 50mg.


Inj. Tramadol HCL 100mg.
Tab. Naproxen Sodium
250mg

275mg equivalent Naproxen

Tab. Naproxen Sodium


500mg

550mg equivalent Naproxen

Tab. Nimesulide 100mg.


Tab. Ibuprofen 200mg + Pseudoephedrine 30mg.
Syp. Ibuprofen 100mg + Pseudoephedrine 30mg/5ml.
Tab. Sulphasalazine 500mg.
Tab. Diclofenac Potassium 50mg.
Cap.Thiocolchicoside 4mg
Tab. Leflunomide

10mg
20mg
100mg

Tab.Acelofenac 100mg
Tab.Diclofenac Sodium 50mg,Misoprostol 200mcg

P-0180

Inj. Papaverin HCL 15.4mg/ml

181

P-0181

Tab.Piroxicam-beta-Cyclodextrin 191.3 equal to 20mg


Piroxicam.

P-0182

Tab. Trypsin & Chymotrypsin 6:1 ratio

180

182

20
15mg

Tab. Leflunomide
P-0178

7.5mg

Tab. Leflunomide

178

10

Diclofenac Sodium Suppository 25mg


Diclofenac Sodium Suppository 50mg
Diclofenac Sodium Suppository 100mg
(N) ANTI-CONVULSANTS:

0
183

P-0183

Tab. Carbamazepine 200mg.

50

11530

184

P-0184

Tab. Divalprex Sodium 250mg

100

2470

100

1410

120ml

4350

30

550

30

575

10ml

150

100

335

10

2400

20

1455

120ml

800

20

4260

30

2460

50

171

30

1190

30

1530

10

14

30

Tab. Divalprex Sodium 500mg


185
186

P-0185
P-0186

Syp. Sodium Valproate equivalent to valproic Acid 250mg /


5ml
Tab. Clonazepam 0.5mg.
Tab. Clonazepam 2mg.

187
188
189

P-0187
P-0188
P-0189

Drops Clonazepam 0.25%.


Tab. Clobazam 10mg.
Tab. Topiramate

25mg

Tab. Topiramate 50mg


190
191

P-0190
P-0191

Susp. Carbamazepine 100mg/5ml


Tab. Gabapentin 300mg.
Tab. Gabapentin 100mg

192
193

P-0192
P-0193

Tab. Oxcarbazepine 300mg


Tab. Lamotrigine

25mg

Tab. Lamotrigine
194

P-0194

Tab. Zeprixodone

195

P-0195

Tab. Duloxetine 30mg.

50mg

Tab. Duloxetine 60mg.


184

P-0196

Tab. Levetiracetam 250mg

20
30

150

30

1060

100

90

100

115

5ml

200

14

1600

14

220

Tab. Levetiracetam 500mg


197

P-0197

Tab. Clomipramine 10mg


Tab. Clomipramine 25mg

198
199

P-0198
P-0199

Inj. Sodium Valproate 200mg


Cap. Pregablin 75mg
Cap. Pregablin 150mg
(0)

HYPNOTICS/SEDATIVES/ANXIOLYTICS:

0
200

P-0200

Tab. Phenobarbitone 30mg.

100

2370

201
202
203
204
205
206
207
208
209
210

P-0201
P-0202
P-0203
P-0204
P-0205
P-0206
P-0207
P-0208
P-0209
P-0210

Tab. Diazepam 5mg.

100

10135

25

649

300

20

Inj. Diazepam 10mg/2ml


Tab. Chlorpromazine 25mg
Inj. Pentazocine 30mg/ml.

2100

100

100

30

4087

30

17585

30

130

10

1580

18

310

12

4450

30

10

10

700

100

4320

Amp

270

60ml

120

Amp

3ml

1320

5ml

100

Tab. Pentazocine 25mg.


Tab. Bromazepam 3mg.
Tab. Alprazolam 0.5mg.
Tab. Buspirone HCL 5mg.
Tab. / Cap.Fluoxetine HCL 20mg.
Tab. Risperidone 1mg.
Tab. Risperidone 2mg.
Tab. Risperidone 3mg.

211
212

P-0211
P-0212

213

P-0213

214

P-0214

215
216
217

P-0215
P-0216
P-0217

Tab. / Cap. Atomoxetine 18mg


Cap.Temazepam 30mg
Tab. Haloperidol 5mg.
Inj. Haloperidol 5mg/ml.
Syp. Memantine 10mg/g
Inj.Flumazenil 100mcg/ml
Inj. Midazolam 1mg/1ml (3ml)
Inj. Midazolam 1mg/1ml (5ml)
(P) ANTI-DEPRESSANTS/PSYCHOSTIMULANTS.

0
218

P-0218

Tab. Mirtazapine 15mg

20

10

20

80

20

10

104

10

950

Tab. Mirtazapine 30mg


Tab. Mirtazapine 45mg
219

P-0219

Cap. / Tab. Olanzapine 5mg.


Cap. / Tab. Olanzapine 10mg.

220
221

P-0220
P-0221

Tab. Clozapine 100mg.

50

200

60

60

55

30

10

1650

14

5120

14

3240

14

520

30

250

30

1200

30

75

20

190

10

400

20

1570

10

650

30

520

30

80

650

14

14

20

1000

12

10

Cap Rivastigmine 3mg.


Cap Rivastigmine 6mg.
Rivastigmine patch 4. 6mg.

222
223

P-0222
P-0223

Tab. Fluvoxamine Maleate 50mg.


Tab. Escitalopram 10mg.
Tab. Escitalopram 20mg.

224
225

P-0224
P-0225

Cap. Venlafaxine XR 75mg.


Tab. Paroxetine HCL 12.5mg CR
Tab. Paroxetine HCL 25mg CR

226
227
228

P-0226
P-0227
P-0228

Tab. Trazodone 50mg.


Tab. Sertraline HCL 100mg.
Tab. Quetiapine 25mg CR
Tab. Quetiapine 100mg
Tab. Quetiapine 300mg SR

229
230
231
232

P-0229
P-0230
P-0231
P-0232

Tab. Memantine 10mg.


Tab. Bupropion 150mg XL
Tab. Olanzapine 6mg + Fluoxetine 6mg
Tab. Desvenlafaxine 50mg
Tab. Desvenlafaxine 100mg

233
234

P-0233
P-0234

Tab. Nortriptyline 25mg


Tab. Flunarizine 5mg
(Q)

ANTI-PARKINSONISM:

0
235

P-0235

Tab. Ropinirole 0.25mg

21

305

21

250

60

Tab. Ropinirole 1mg


236
237

P-0236
P-0237

Inj. Procyclidine HCl 10mg/2ml.


Tabs.Procyclidine 5mg.

100

1355

238
239
240

P-0238
P-0239
P-0240

Tab. Levodopa 250mg+Carbidopa 25mg.

100

290

20

650

30

30

Tab. Amantadine Sulphate 100mg


Tab. Selegiline 5mg
(R )

ANTI-HISTAMINES:

0
241
242
243
244
245
246
247

P-0241
P-0242
P-0243
P-0244
P-0245
P-0246
P-0247

Tab. Clemastine 1mg.

30

300

250

14966

50

2161

60ml

33700

60ml

34100

10

84212

50

600

50

50

30

10

450

120ml

150

10

2525

20

380

20

230

10

1030

Tab. Pheniramine Maleate 25mg


Inj. Pheniramine Maleate 22.7mg equivalent to 25mg
Pheniramine Salicylate per ml in 2ml ampoule
Syp. Pheniramine Maleate 15mg/5ml.
Syp. Cetrizine 1mg/1ml
Tab.Cetrizine 10mg
Tab. Hydroxyzine HCL

10mg

Tab. Hydroxyzine HCL 25mg


248
249
250
251
252

P-0248
P-0249
P-0250
P-0251
P-0252

Tab. Cinnarizine 25mg.


Tab. Ebastine 10mg.
Syp. Clemastine 0.25mg/5ml
Tab. Levocetrizine 5mg.
Tab. Fexofenadine 60mg
Tab. Fexofenadine 120mg

253

P-0253

Tab. Fexofenadine 60mg + Pseudoephedrine 120mg


(S)

NEUROTONICS:

0
254
255

256

257
258

P-0254
P-0255

P-0256

P-0257
P-0258

Tab. Co-Dergocrine Mesylate 1.5mg

30

3568

15ml

950

30

105

14

200

Co-Dergocine Mesylate Oral Solution

Tab. Nimodipine 30mg.

Inj. Piracetam 1gm/5ml


Tab. Galantamine (as hydrobromide) 4mg

(T)

DRUGS ACTING ON EAR:

0
259
260
261
262
263

P-0259
P-0260
P-0261
P-0262
P-0263

Gentamycine Ear Drops 0.3%.

265
266
267
268

P-0264
P-0265
P-0266
P-0267
P-0268

3600

10ml

2800

5ml

17805

10ml

1560

5ml

1300

5ml

300

5ml

200

5ml

750

5ml

1300

5ml

480

7.5ml

4700

Soda Glycerine Ear Drops.


Drops Polymyxin-B Sulphate 10,000 Units Lignocaine HCl
50mg. Propylene Glycol to make 1ml
Triamcinolone Acetonide 1mg, Neomycine 2.5mg, Gramicidin
0.25mg, Nystatin 100,000 Units Ear Drops.
Drops Ofloxacin
Drops Ofloxacin

264

7.5ml

0.3%
0.6%

Drops. Tobramycin 0.3%


Drops. Tobramycin 0.3% + Dexamethasone 0.1%
Ciprofloxacin + Dexamethasone Ear Drops.
Ciprofloxacin + Lignocaine Ear Drops.
Betamethasone 0.1% + Neomycine 0.5%Ear Drops.

(U)

DRUGS ACTING ON NASOPHARYNX:

0
269

P-0269

Xylometazoline 0.1% Nasal Drops

20ml

4560

10ml

1250

100

15ml

1450

15ml

250

15ml

60

80

50ml

60

15ml

250

Oxymetazoline 5mg / 10ml Nasal Drops


270
271
272
273
274
275
276

P-0270
P-0271
P-0272
P-0273
P-0274
P-0275
P-0276

Beclomethasone 50mcg Nasal Spray.


Flunisolide 0.025% Nasal Spray.
Azelastin HCL 0.1% Nasal Spray.
Cromoglycate Sodium 4% Nasal Spray.
Cromoglycate Sodium + Xylometazoline Nasal Spray.
Dequilinium Chloride 0.015g + Benzalkonium 0.035gm,
Alcohol 6% per 100g Oral Spray.
Normal Saline Nasal Drops
(V) THYROID AND ANTITHYROID DRUGS

0
277
278

P-0277
P-0278

Tab. Thyroxine 50mcg.

100

2433

4736

Tab. Carbimazole 5mg.

279

P-0279

Tab. Propylthiouracil 50mg

100

402

100

10

Tab. Propylthiouracil 100mg


(W) DRUGS ACTING ON ENDOCRINE/FEMALE
SYSTEM.
280
281
282
283
284
285
286
287
288
289
290
291
292
293
294
295
296
297

P-0280
P-0281
P-0282
P-0283
P-0284
P-0285
P-0286
P-0287
P-0288
P-0289
P-0290
P-0291
P-0292
P-0293
P-0294
P-0295
P-0296
P-0297

Inj.Medroxy Progesterone Acetate 150mg

425

50

2890

50

386

20

10

84

10

1156

4255

40

1ml

Inj. Oxytocin 5miu.


Inj.Methylergometrine 0.2mg/ml
Tab.Estrogen Conjugated 0.3mg.
Tab.Levonorgestril 1.5mg +Ethinyloestradiol 0.03mg + Tab.
Ferous Fumerate
Tab. Clomiphene Citrate 50mg.
Inj. Hydroxyprogesterone Caproate 250mg/ml.
Tab. Methyl Estrenolone 5mg+Methyl Oestradiol 0.3mg.
Inj. Dinoprost 5mg/ml
Tab. Dinoprost 3mg.

1280

30

4100

30

180

20

100

5ml

20

4626

21

915

21

300

30

170

30

50

30

150

10

1806

Vial

160

Tab. Norethistrone 5mg.


Tab. Bromocriptine Mesylate 2.5mg
Tab. Ritodrine HCL 10mg.
Inj.Ritodrine HCL 10mg/ml
Tab. Dydrogesterone 10mg
Tab.Estradiol Valerate 2mg + Norgesterol 0.5mg
Tab.Cyproterone Acetate 2mg + Ethinylestradiol 35mcg.
Cap.Danazole 200mg.
Cap.Danazole 400mg.

298
299
300

P-0298
P-0299
P-0300

Tab.Tibolone 2.5mg
Tab. Misoprostol 200mcg
Inj. Terlipressin acetate 1mg (With Diluent 5ml )
(X)

CORTICOSTEROIDS:

301
302
303

P-0301
P-0302
P-0303

Inj.Dexamethasone Sod. Phosphate 4mg/ml (1ml Vial).

25

9572

25525

1000

2594

1000

35

Inj. Hydrocortisone Sod. Succinate 250mg.


Tab. Prednisolone 5mg.
Tab. Prednisolone 5mg (Enteric Coated)

304
305
306

P-0304
P-0305
P-0306

Inj. Triamcinolone Acetonide 40mg.

3450

1ml

105

1000

154

Inj.Methylprednisolone Acetate 40mg/ml


Tab. Dexamethasone 0.5mg
(Y) ANABOLICS/DRUGS AFFECTING BONE
METABOLISM.

307

P-0307

Inj. Nandrolone Decanoate 50mg/ml.

10

20

70

30

14

2770

110

90

14

Vial

Vial

12

100

30

3ml

2gm

Inj.Nandrolone Decanoate 100mg/ml.


308

P-0308

Tab. Alendronate Sodium 10mg


Tab. Alendronate Sodium 70mg

309

P-0309

Inj. Sodium Clodronate 60mg/ml (5ml)

310

P-0310

Cap.Sodium Clodronate 400mg

311
312

P-0311
P-0312

Tab.Raloxifene HCL 60mg.


Inj. Epoetin alpha 2000 iu (PFS)
Inj. Epoetin alpha 4000 iu (PFS)
Inj. Epoetin alpha 10000 iu

313
314

P-0313
P-0314

Tab.Alendronate Sodium equivalent alendronic


acid+,Cholecalciferol 70mcg
Inj.Zoledronic acid 4mg
Inj.Zoledronic acid 5mg

315
316
317
318
319

P-0315
P-0316
P-0317
P-0318
P-0319

Tab. Azthioprine 50mg


Inj.Teriparatide 250mcg/ml
Strontium Ranelate Powder 2gm
Inj. Calcitonin 100 units / ml
Tab. Ibandronic Acid 150mg
(Z) DRUGS ACTING ON GENITO URINARY

SYSTEM/DIURETICS & BLOOD

ALKALIZERS.

0
320
321
322

P-0320
P-0321
P-0322

Tab. Norfloxacin 400mg.

10

1400

100

512

20

2144

50

140

25

15230

120ml

30020

Cap/Tab Pipemedic Acid 400mg.


Tab. Allopurinol 300mg
Tab. Allopurinol 100mg

323
324
325

P-0323
P-0324
P-0325

Tab. Potassium Chloride 500mg.


Syp. Di-Sodium Hydrogen Citrate 26.3gm / 100ml
Tab. Frusemide 20mg.

100

812

100

5317

50

1406

50

60

10

16600

30

19705

30

2480

30

180

30

220

28

204

28

310

20

140

14

30

30

30

30

20

3000ml

50

Tab. Frusemide 40mg.


326

P-0326

Inj. Frusemide 20mg


Inj. Frusemide 40mg

327
328
329

P-0327
P-0328
P-0329

Tab. Spironolectone 100mg.


Tab. Frusemide 40mg + Amiloride HCL 5mg.
Tab.Terazocin 2mg
Tab.Terazocin 5mg

330
331
332
333
334
335

P-0330
P-0331
P-0332
P-0333
P-0334
P-0335

Tab.Flavoxate HCL 200mg.


Tab.Tolterodine 2mg
Tab.Alfuzosin SR 5mg.
Tab. Doxazine Mesylate 2mg
Tab. Finasteride 5mg.
Tab. Desmopressin 0.1mg
Tab. Desmopressin 0.2mg

336

P-0336

Tab.Oxybutynin HCL 3mg


Tab.Oxybutynin HCL

337
338

P-0337
P-0338

5mg

Tab. Ethamsylate 250mg.


Glycin 1.5% solution.

339
340
341
342

343
344
345

P-0339
P-0340
P-0341
P-0342

P-0343
P-0344
P-0345

Tab. Tamsulosin 0.4mg.

20

480

30

30

250

100

52

30

300

20

20

30

120

30

9104

20

300

Tab. Potassium Citrate 10 miliequivalent


Cap. Dutasteride 0.5mg.
Sachet Sodium Bicarbonate 1.716g,Sodium
citrate0.613g,citric acid 0.702g,tartaric acid 0.858g/4gm
Tab. Dutasteride 0.5mg + Tamsulosin 0.4mg
Powder Sodium Polystyrene Sulphonate (Sachet)
Tab. Febuxostat 40mg
Tab. Febuxostat 80mg

346
347

P-0346
P-0347

Tab. Potasium Chloride 573mg + Tab. Bumetanide 0.5mg


Tab.Frusemide 40mg,Spironolactone50mg
Tab.Frusemide 20mg,Spironolactone50mg

348

P-0348

Desmopressin Nasal Spray 10mcg

2.5ml

(AA) VAGINAL PREPARATIONS/ANTI-FUNGALS.

0
349

P-0349

Vaginal Cream (a) Clotrimazole 2%

35gm

9600

5gm

600

40gm

100

40gm

1580

9180

30ml

17810

(b)Clotrimazole 10%
(c)Isoconazole 1%
(d) Fenticonazole Nitrate 2%
350
351
352

P-0350
P-0351
P-0352

Clotrimazole Vaginal pessery 500mg.


Nystatin Drops 100,000 Units/ml.
Cap. Fluconazole 50mg

10

320

13900

Cap. Fluconazole 150mg.


353

P-0353

(a) Clotrimazole lotion 1%.

60ml

700

20ml

5250

20gm

17300

(b) Clotrimazole solution 1%.


354
355
356

P-0354
P-0355
P-0356

Clotrimazole 1% Cream.
Cap.Itraconazol 100mg.

200

40gm

900

Cream Clindamycin Phosphate 2%.

357

P-0357

Cream Clotrimazole 1%+Hydrocortisone 1%

10gm
(AB)

3800

ANTIBIOTICS.

0
358

P-0358

Cap. Ampicillin 250mg.

100

10120

100

3480

10

640

10

125

Cap. Ampicillin 500mg.


359

P-0359

Inj.Ampicillin 500mg.
Inj.Ampicillin 250mg

360
361

P-0360
P-0361

Syp. Amoxycillin 125mg/5ml.

90ml

97900

100

7600

100

13240

100

5910

10

2800

Vial

50

Vial

1100

2650

12
10

4650
49750
5100

100ml

14600

100ml

600

Cap. Amoxycillin 250mg.


Cap. Amoxycillin 500mg.

362
363
364

P-0362
P-0363
P-0364

Cap. Ampicillin 250mg + Cloxacillin 250mg.


Inj. Ampicillin 250mg + Cloxacillin 250mg.
Inj. Benzyl Penicilline 0.5 MIU
Inj. Benzyl Penicilline 1 MIU

365
366
367

P-0365
P-0366
P-0367

Inj. Lincomycin 600mg(Activity )2ml.


Cap. Lincomycin 500mg.
Tab. Ofloxacin 200mg.
Tab. Ofloxacin 400mg.

368

P-0368

10

Injection/Infusion (a)Ciprofloxacin 200mg


(b) Inf. Ofloxacin 200mg

369

P-0369

Inj. Cefotaxime 500mg.

Vial

13400

Vial

54000

Vial

18800

22700

69700

Vial

5110

2640

60ml

74400

Inj. Cefotaxime 1000mg


370
371
372
373
374
375

P-0370
P-0371
P-0372
P-0373
P-0374
P-0375

Inj. Cefuroxime 750mg.


Tab. Amoxycillin 250mg+Clavulanic Acid 125mg
Tab. Amoxycillin 500mg + Clavulanic Acid 125mg.
Inj. Amoxycillin 500mg + Clavulanic Acid 100mg.
Inj. Amoxycillin 1000mg, Clavulanic Acid 200mg.
Syp. Amoxycillin 125mg, + Clavulanic Acid 31mg/5ml

Syp. Amoxycillin 400mg, + Clavulanic Acid 57mg/5ml

35ml

13000

70ml

500

12

200

12

12

2050

12

9680

60ml

5950

60ml

9150

100

250

Vial

500

Vial

500

Vial

22800

100

8804

50ml

125000

10

24200

10

84800

60

13195

Vial

48900

Vial

173800

Vial

5000

Vial

2000

Vial

Vial

930

550

8000

10

4750

10

5520

Syp. Amoxycillin 400mg, + Clavulanic Acid 57mg/5ml


376

P-0376

(a) Tab/Cap Cephalexin

250mg

(b) Tab/Cap Cephalexin 500mg


377

P-0377

(a) Tab/Cap Cephradine 250mg.


(b) Tab/Cap Cephradine 500mg.

378

P-0378

(a) Syp. Cephalexin 125mg/5ml.


(b) Syp.Cephradine 125mg/5ml.

379
380

P-0379
P-0380

Cap. Ampicillin 125mg + Cloxacillin 125mg.


Inj. Cephazoline 500mg.
Inj. Cephalexin 500mg.
Inj. Cephradine 500mg.

381
382
383

P-0381
P-0382
P-0383

Tab. Trimethoprim 160mg,Sulphamethoxazole 800mg.


Susp. Trimethoprim 40mg, Sulphamethoxazole 200mg/5ml.
Tab. Ciprofloxacin 250mg.
Tab. Ciprofloxacin 500mg.

384
385

P-0384
P-0385

Cap. Doxycycline 100mg.


Inj. Ceftriaxone 500mg
Inj. Ceftriaxone 1000mg

386

P-0386

Inj. Ceftizoxime 500mg


Inj. Ceftizoxime 1000mg

387

P-0387

Inj. Benzathine Penicilline 0.6 miu.


Inj. Benzathine Penicilline 1.2 miu.

388

P-0388

Inj. Gentamycin 40mg.


Inj. Gentamycin 80mg.

389

P-0389

Tab. Clarithromycin 250mg.


Tab. Clarithromycin 500mg.

390
391

P-0390
P-0391

Inj. Clarithromycin 500mg.

Vial

2160

Vial

1000

Vial

2800

60ml

1700

8950

30ml

9214

30ml

31800

13700

3800

Vial

7050

10

25900

10

29100

Inj. Ceftazidime 500mg.


Inj. Ceftazidime 1gm.

392
393
394

P-0392
P-0393
P-0394

Susp. Nalidixic Acid 250mg/5ml.


Cap. Cefixime 400mg.
Susp.Cefixime 200mg/5ml
Susp.Cefixime 100mg/5ml

395

P-0395

Inj.Cefoperazone + Salbactum
Inj.Cefoperazone + Salbactum

396
397

P-0396
P-0397

1gm
2gm

Inj. Piperacillin 4gm + Tazabactam 500mg.


Tab.Levofloxacin 250mg
Tab.Levofloxacin 500mg

398

P-0398

Inj.Levofloxacin 250mg

100ml

800

100ml

4050

Inj.Levofloxacin 500mg
399
400

P-0399
P-0400

Inj.Clindamycin 600mg/4ml

4ml

16

110

16

100

60ml

7514

700

2920

Amp

500

Amp

1000

Amp

7000

10

210

50ml

110

10ml

2000

20ml

2080

Cap.Clindamycin HCL 150mg


Cap.Clindamycin HCL 300mg

401
402

P-0401
P-0402

Syp.Clarithromycin 125mg/5ml
Cap. / Tab.Azithromycin 250mg
Cap. / Tab.Azithromycin 500mg

403

P-0403

Inj.Amikacin

100mg.

Inj.Amikacin 250mg
Inj.Amikacin 500mg
404
405
406

P-0404
P-0405
P-0406

Tab.Cefuroxime Axetil 250mg.


Susp. Cefuroxime Axetil 125mg/5ml.
Inj.Vancomycin HCL
Inj.Vancomycin HCL

500mg
1000mg

407

P-0407

Inj.Cefepime HCL

500mg

0
Inj.Cefepime HCL
408

P-0408

1000mg

Vial

Vial

Vial

3200

60ml

4400

Vial

2950

30ml

110

4910

Vial

4750

Vial

10

100

12

304

100ml

1240

Vial

1700

Vial

450

10

15

Vial

90ml

Tab. Rifaximin 200mg

Tab. Rifaximin 550mg

10

670

Cap. Fosfomycin 500mg

10

Inj.Cefpirome Sulphate 500mg


Inj.Cefpirome Sulphate 1000mg

409
410
411
412
413
414
415
416
417
418
419

P-0409
P-0410
P-0411
P-0412
P-0413
P-0414
P-0415
P-0416
P-0417
P-0418
P-0419

Inj. Cephradine 1gm.


Syp. Cephradine 250mg/5ml.
Inj. Imipenam + Cilastatin (500mg)
Clarithromycin 125mg/5ml Oral drops.
Tab. Moxifloxacin 400mg.
Inj. Moxifloxacin 400mg.
Inj. Tecopenam Sodium.
Tab. Sparfloxacin 100mg.
Tab.Linezolide 600mg
Inf. Linezolide 20mg/100ml
Inj. Meropanam 500mg
Inj. Meropanam 1g

420
421
422
423

424

P-0420
P-0421
P-0422

Tab. Sodium Fusidate 250mg


Inj. Fusidic Acid (as Diethanalamine Fusidate) 580mg
Susp. Sodium Fusidate 250mg / 5ml

P-0423

P-0424
(AC) ANTI TUBERCULOSIS

0
425
426
427

P-0425
P-0426
P-0427

Tab. Ethambutol 400mg.

100

25

100

30

30

30

Tab. Pyrazinamide 500mg.


Tab/Cap. Rifampicin 600mg.
Tab/Cap. Rifampicin 150mg

Tab/Cap. Rifampicin

300mg.

Tab/Cap. Rifampicin
428
429
430
431
432
433
434
435

P-0428
P-0429
P-0430
P-0431
P-0432
P-0433
P-0434
P-0435

40

10

30

450mg.

Syp. Rifampicin 100mg/5ml

120ml

1100

60

800

120ml

600

Vial

500

80

2260

80

1054

Vial

200

100

100

30

50

10

20

Syp. Rifampicin 100mg+Isoniazid 50mg/5ml


Syp. Isoniazid 50mg/5ml
Inj. Streptomycin 1gm.
Tab. Ethmbutol HCl 300mg,+INH 75mg +Rifampicin 150mg.
Tab. Rifampicin 150mg+Isoniazid 75mg+Pyrazinamide 400mg
+ Ethambutol 275mg.
Inj.Kanamycin Suphate 1gm.
Tab.Thiacetazone 50mg + INH 100mg
Tab.Thiacetazone 150mg + INH 300mg

436
437

P-0436
P-0437

Tab.Ethionamide 250mg
Tab. Cycloserin 250mg.
(AD )

ANTIMALARIALS.

0
438
439
440
441
442
443
444
445
446

P-0438
P-0439
P-0440
P-0441
P-0442
P-0443
P-0444
P-0445
P-0446

Inj. Chloroquine Phosphate eq to 200mg/5ml

100

15ml

3250

500

392

10

2550

10

Susp. Sulphadoxin 500mg+Pyrimethamine 25mg/5ml.


Tab. Chloroquine Sulphate/Phosphate 250mg.
Tab. Sulfadoxine 500mg+Pyrimethamine 25mg.
Tab.Halofantrine HCL 250mg.
Cap. Artemether 40mg.
Syp. Artemether 15mg/5ml

80ml

100

1000

1126

16

640

60ml

600

Inj. Artemether 80mg/ml.


Tab. Artimether 80mg + Lumefantrine 480mg.
Tab. Artimether 20mg + Lumefantrine 120mg.

447

P-0447

Syp. Arthmether 15mg/5ml + Lumefantrine 9omg/5ml.


(AE) ANTI-DIABETICS.

100

448
449
450
451

P-0448
P-0449
P-0450
P-0451

Tab. Glibenclamide 5mg.

60

31681

10ml

4862

10ml

40530

50

63200

30

5000

20

6250

20

5714

10ml

6900

30

1300

30

65

20

24994

14

250

14

1200

14

100

14

2400

14

3000

Vial

375

14

509

20

300

20

300

30

30

100

30

1210

Inj. Insulin NPH (Isophane Insuline) 100 Units/ml.


Inj. Humen Insulin 70/30 (Recombinent DNA origin).
Tab. Metformin 500mg.
Tab. Metformin 850mg

452

P-0452

Tab. Gliclazide 30mg. MR


Tab. Gliclazide 60mg. MR

453

454

P-0453

P-0454

Inj. Insulin Plain 100 Units/ml (Regular)

Tab. Acarbose 50mg.

Tab. Acarbose 100mg.


455
456

P-0455
P-0456

Tab.Glimepiride 2mg
Tab. Pioglitazone

15mg

Tab. Pioglitazone 30mg


Tab. Pioglitazone
457

P-0457

45mg

Tab. Pioglitazone 15mg + Metformin 500mg.

Tab. Pioglitazone 15mg + Metformin 850mg.


458
459
460

P-0458
P-0459
P-0460

Salt Free Albumin 20%(100ml)


Tab. Sitagliptin 50mg
Tab. Gliclazide 80mg + Metformin 500mg
Tab. Gliclazide 160mg + Metformin 1000mg

461

P-0461

Tab. Repaglinide 1mg

Tab. Repaglinide 2mg


462

P-0462

Tab. Glibenclamide 5mg + Metformin 500mg

(AF) VITAMINS/MINERALS/HAEMATINICS:

0
463

P-0463

Syp. Calcium.

120ml
464

P-0464

21300

(a) Tab. Calcium Gluconate.

200

110

50

30

100

100

24600

(b) Tab. Calcium Lactate.


Tab. Calcium Phosphate
(d) Tab. Calcium Carbonate.
(e) Tab. Calcium Acetate
465

466

P-0465

P-0466

25

8710

120ml

27650

120ml

500

56

4530

30

35600

100

10700

30

9550

120ml

47200

20

7010

10ml

1450

40

1950

10

350

50

1874

30

7817

Inj. Thiamine 100mg, Pyridoxine 100mg, Cyanocobalamine


1000mcg/3ml.

Syp. Ferrous Sulphate


Syp. Ferrous Gluconate.

467

P-0467

(a)Tab. Ferrous Sulphate with Folic Acid.


(b)Tab. Ferrous Fumerate with Folic Acid.

468

P-0468

Tab. Folic Acid 5mg.

469

P-0469

Tab. Vit-B-Complex Sugar coated.

470

P-0470

Syp. Vit. B.Complex each 15ml contains:Vitamin B1 3mg,Vitamin B2 3mg,Pyridoxine


2mg,Nicotinamide 23mg

471
472

473

P-0471
P-0472

P-0473

Tab. Pyridoxine 50mg.


Drops Multivitamin each 0.6ml contains:Vitamin A 1.5mg, Vitamin D 10mcg Vitamin B1 1.5mg,Vitamin
B2 1.2mg + Vitamin B6 0.5mg
Tab. Vitamin C 500mg.

474

P-0474

Inj. Calcitriol (Vitamin D analogue) 1mcg/ml.

475

P-0475

Inj. Calcium Gluconate 10ml.

476

P-0476

Tab. Multivitamin with Minerals.

477

478

479

P-0477

P-0478

P-0479

Tab. Alfacalcidol 0.50mcg.

Inj. Cholecalciferol (Vit-D3) 250,000 IU equal to 5mg/ml


(Amp).

481

P-0481

Inj. Phytomenadione 10mg (2mg/0.2ml).

482

P-0482

Cap. Ferrous Sulphate 150mg (eq to 47mg Fe) + Folic Acid


0.5mg + Thiamine mononitrate 2mg + Riboflavine 2mg +
Pyridoxine HCL 1mg+ Nicotinamide 10mg + Ascorbic Acid
50mg.

483

P-0483

Tab. Calcium + Vit-D

485
486
487

P-0485
P-0486
P-0487

20ml

210

10

640

10600

500

56

15230

30

40294

3040

10

600

20

24060

10

5010

Inj. Iron Sorbitol Citric Acid Complex BP equivalent to


75mg Iron+Hydroxocobalamine Acetate 75mcg as vit-B12 +
Folic Acid 750mg.

P-0480

P-0484

8280

Drops Alfacalcidol 0.2mcg/ml

480

484

20

Inj.Iron Sucrose 20mg/ml


Tab. Iron Polymaltose Complex equal to Iron 100mg, Folic
Acid 0.35mg.
Tab .Mecobalamine 500mcg
Inj. Mecobalamine 500mcg/ml
(AG) EXPECTORANTS/COUGH SUPPRESSANTS/

100
ANTI- TUSSIVE/BRONCHOSPASM RELAXANTS.

0
488
489
490

P-0488
P-0489
P-0490

Syp.Dextromethorphen 10mg, Pseudoephedrine 20mg +


Chlorpheniramine Meleate 2mg

60ml

49400

Syp. Triprolidine HCI 1.25mg, Pseudoephedrine HCI


30mg/5ml.

90ml

2050

120ml

254800

120ml

8600

120ml

178600

120ml

1100

100

4660

(a)Syp.Aminophylline 32mg, Diphenhydramine


8mg,Ammonium Chloride 30mg, Menthol 0.98mg, Alcohol 5%
per 5ml.(NORMAL)
(b)Syp.Aminophylline 32mg, Diphenhydramine
8mg,Ammonium Chloride 30mg, Menthol 0.98mg, Alcohol 5%
per 5ml.(SUGAR FREE)

491

492
493

P-0491

P-0492
P-0493

Syp Ammonium Chloride 100mg,Sodium Citrate 60mg,


Chlorpheniramine Maleate 2mg, Ephedrine HCI 7mg,
Menthol 1mg/5ml.
Syp Theophylline Sodium Glycinate 150mg / 5ml
Tab.Theophylline 300mg.

494

P-0494

Inj. Aminophylline 250mg/10ml.

495

P-0495

Inj. Salbutamol 0.5mg/ml.

496

P-0496

Tab. Salbutamol 2mg.

118

60

100
497
498
499
500
501

502
503
504

P-0497
P-0498
P-0499
P-0500
P-0501

P-0502
P-0503
P-0504

11760

Syp. Pholcodine 5mg / 5ml

120ml

700

9850

9580

60ml

25000

100

2070

1020

2450

200 Doses

150

200 Doses

50

840

10

1520

10

1250

14

200

14

1800

14

21800

2650

50

Salbutamol 100mcg per Inhalation, 200 Puff


Salbutamol 100mcg, Beclomethasone Dipropionate 50mcg,
200 Inhalation.
Syp. Terbutaline 1.5mg/5ml.
Tab. Terbutaline Sulphate 2.5mg.

Budesonide 200mcg + Formeterol 6 mcg Inhaler


Solution Ipratropium Bromide 250mcg/ml for nebuliser.
Spray Ipratropium Bromide 40mcg/Dose.
Spray Ipratropium Bromide 20mcg/Dose.

505

P-0505

Inhaler Salmetrol + Fluticasone 25mcg/250mcg.


(CFC Free)

506

P-0506

Tab.Bambuterol HCL 10mg.


Tab.Bambuterol HCL 20mg.

507

P-0507

Tab. Montelukast 4mg


Tab. Montelukast
Tab. Montelukast

508

P-0508

5mg
10mg.

Inhaler Beclomethasone Dipropionate 50 mcg


Inhaler Beclomethasone Dipropionate 100 mcg
Inhaler Beclomethasone Dipropionate 250 mcg
Inhaler Beclomethasone Dipropionate 800 mcg

509
510
511
512

P-0509
P-0510
P-0511
P-0512

Syp. Acefylline 125mg/5ml.

120ml

5850

30

300

20ml

3250

270

Sachets Acetylcysteine 200mg / 3gm


Salbutamol Solution 5mg/ml.
Formeterol Fumerate 6mcg + Beclomethasone Diapropionate
100mcg / Dose

513
514

P-0513
P-0514

Monteleukast 4mg Powder

14

450

Vial

2000

Beclomethasone Diproprionate Solution for Nebulisation


(AH) OPHTHALMIC PREPARATIONS:

0
515
516

517
518
519
520
521
522
523
524
525

P-0515
P-0516

P-0517
P-0518
P-0519
P-0520
P-0521
P-0522
P-0523
P-0524
P-0525

Nepafenac 0.1% Eye Drops

5ml

3660

10ml

47200

5gm

1840

10ml

5830

3.5gm

250

3.5gm

3230

5ml

6060

15ml

110

7.5ml

3900

30

940

5ml

700

5ml

1830

5ml

215

15ml

240

10ml

3670

5ml

255

15ml

306

5ml

1260

5ml

100

5ml

4820

5ml

4700

5ml

7040

Chloramphenicol Drops 0.5%.

Oint. Chloramphenicol 1%.


Sulphacetamide drops 20%.
Oint. Chloramphenicol 1%, Hydrocortisone Acetate 0.5%.
Polymyxin-B Sulphate 10,000 units Neomycin Sulphate
3,400 units Oint.
Prednisolone Acetate 1% Drops.
Homatropine Drops 2%.
Betamethasone 0.1% drops.
Tab.Acetazolamide 250mg.
(a) Drops Betoxalol 0.5%
(b)Timolol 0.5%
Levobunolol 0.5%.

526
527
528
529
530

531
532
533
534

P-0526
P-0527
P-0528
P-0529
P-0530

P-0531
P-0532
P-0533
P-0534

Drops Pilocarpine 2%.


Sodium Cromoglycate drops 4%.
Phenylephrine 10% Drops.
Tropicamide1% Drops.
Drops Dexemethasone 01% Neomycine Sulphate 0.35%,
Hyperomellose 0.5%, Polymyxin B-Sulphate 6000 units/ml.
Drops Pyrilamine maleate 0.1%, Phenylepherine HCL 0.12%.
Diclofenac Sod. Eye Drops.
Ciprofloxacin Eye Drops.
Tobramycine Eye Drops.

535
536
537
538
539
540
541
542
543
544
545
546
547
548
549
550

551
552
553
554
555
556
557
558
559

P-0535
P-0536
P-0537
P-0538
P-0539
P-0540
P-0541
P-0542
P-0543
P-0544
P-0545
P-0546
P-0547
P-0548
P-0549
P-0550

P-0551
P-0552
P-0553
P-0554
P-0555
P-0556
P-0557
P-0558
P-0559

Acyclovir Ointment.
Drops .Proparacaine HCL 0.5% + Benzalkonium Chloride
0.01%

4.5gm

740

15ml

196

15ml

232

15ml

1846

5ml

5160

15ml

105

2.5ml

580

6gm

14924

5ml

150

5ml

1550

2.5ml

680

5ml

270

5ml

440

5ml

710

5ml

560

5ml

4100

5ml

410

5ml

2400

15ml

820

5ml

2150

5ml

1830

10ml

5560

3gm

420

10gm

500

5ml

5350

Drops. Cyclopentolate HCL 1%.


Drops Naphazoline HCL 0.025% + Phenarmine Maleate 0.3%.
Drops Fluoromethalone 0.1% + Tetrahyrozoline HCL 0.25%
Drops Atropine Sulphate 1%.
Drops Travoprost 40mcg/ml.
Oint. Polymixin B Sulphate 10000 u + Zinc Bacitracin 500
Units/gm.
Drops Dorzolamide HCL 2%.
Drops Dorzolamide HCL 2% + Timolol Maleate 0.5%.
Drops Latanoprost 50mcg/ml
Drops Brinzolamide 1%
Drops Brimonidine Tartrate 0.2%
Drops Ofloxacin 0.3%.
Drops Fusidic Acid 1%
Drops Tobramycin 0.3% + Dexamethasone 0.1%

Drops Natamycin 5%
Drops Dexamethasone 0.1%.
Drops Sod. Cromoglycate 40mg + Tetrahydrozoline HCL
0.5mg/ml.
Drops Lodoxamide Tromethamine 0.1%.
Drops Chloramphenicol 0 .5% + Dexamethasone 0.1%.
Drops Polyvinyl Alcohol 1.4%.
Oint. Miconazol Nitrate 2%
Polyacrylic Acid gel
Drops Moxifloxacin 0.5%
(AI) DERMATOLOGICAL PREPARATIONS.

250

560
561
562
563
564
565
566
567

P-0560
P-0561
P-0562
P-0563
P-0564
P-0565
P-0566
P-0568

Oint (Skin) Polymyxin B.Sulphate 10,000 Units, Zinc


Bacitracin 500 units.

20gm

71630

10gm

59800

30gm

20100

10gm

42100

10gm

20100

20gm

100

60ml

140

20

100

10

1565

10gm

3840

10gm

2510

10gm

4540

15gm

9560

5gm

8020

40gm

500

20gm

1910

30

385

10

4330

10gm

1050

15gm

610

60ml

300

20

210

20

100

10gm

350

10gm

1150

10gm

110

Betamethasone Skin Oint. 0.1%.


Permethrine 5% Cream.
Cream Betamethasone 0.1%.
Cream Clobetasol Propionate 0.05%.
Ext. Cepae 10gm + Hepasim Sod.5000 IU + Allantoin 1gm +
water Soluble fat free hydrogel base gel.
Susp. Acyclovir 200mg/5ml.
Tab. Acyclovir 400mg
Tab. Acyclovir 800mg

568

P-0568

Cream Hydroquinone 2%.


Cream Hydroquinone 4%.

569
570
571
572
573
574
575
576
577

P-0569
P-0570
P-0571
P-0572
P-0573
P-0574
P-0575
P-0576
P-0577

Cream Tretinoin 0.05%.


Oint.Betamethasone Dipropionate 0.05% + Salicylic Acid 3%
Cream Hydrocortisone 1%.
Cream Benzoyl Peroxide 4%.
Oint. Bacitracin Zinc B.P 500u + Polymixin B Sulphate
10,000u, Lignocain B.P 40mg/gm.
Cap. Isotretinoin 20mg.
Tab. Terbinafine 250mg.
Clindamycine Gel.
Mupirocine Ointment 2%

578

P-0578

Betamethasone Lotion.

579

P-0579

Tab.Ivermectin 3mg
Tab.Ivermectin 6mg

580
581
582

P-0580
P-0581
P-0582

Cream Acyclovir 5%
Isotretinion Gel 0.05%
Isotretinion + Clindamycine Gel

583
584

P-0583
P-0584

Benzyl Peroxide 5% + Clindamycin 1% Gel / Cream

10gm

180

15gm

6920

15gm

150

10gm

600

10gm

750

Cream Fucidic acid 2%


Fucidic Acid 2% Ointment

585

P-0585

Fluticasone Cream 0.05%


Fluticasone Ointment 0.05%
(AJ)

LOCAL/ GENERAL ANAESTHETICS:

0
586
587

P-0586
P-0587

Inj.Glycopyrrolate 0.5mg + Neostigmine methylsulphate


2.5mg/1ml Amp

10

322

10ml

390

2ml

730

10ml

870

4ml

300

2ml

5180

15gm

17196

20gm

900

50

72

50

764

50

31

50ml

30

100ml

319

250ml

65

20ml

4060

1ml

350

1ml

3820

1ml

320

5ml

400

10ml

100

Inj.Ketamine HCL 50mg/ml.


Inj.Ketamine HCL 50mg/ml.

588

P-0588

Inj. Bupivacaine 0.5%.(Plain) (10ml )


Inj.Bupivacaine Spinal 0.5% (4ml)
Inj.Bupivacaine Spinal 0.75% (2ml)

589

P-0589

Lignocaine Gel. 2%.


Lignocaine Gel.5%

590

P-0590

Inj. Lignocaine 2% (2ml)


Inj. Lignocaine 2%

591
592
593
594
595
596
597
598
599

(10ml)

P-0591

Inj. Lignocaine 2% with Adrenaline 0.001%.

P-0592

Lignocaine Solution 4%.

P-0593
P-0594
P-0595
P-0596
P-0597
P-0598
P-0599

Inhaler Isoflorane.
Inhaler Sevoflorane
Inj .Propofol 10mg/ml
Inj.Ephedrine HCL 30mg/ml
Inj. Adrenaline 1mg/ml
Inj.Ketorolac 30mg/ml
Inj.Fentanyl 0.5mg/ml
Inj.Fentanyl 0.5mg/ml

600
601
602

P-0600
P-0601

Inj. Etomidate 20mg/10ml

10ml

100

2ml

2460

1ml

1140

Inj. Nor-Adrenaline 1mg/ml

P-0602

Inj. Phenyl Epherine 10mg/ml


(AK) ANAESTHETICS ADJUVANTS
(NEUROMUSCULAR BLOCKER).
603

P-0603

Inj. Atracurium Besylate 10mg/ml (2.5ml)

560

1310

370

2ml

506

2ml

2430

30

100

Inj. Atracurium Besylate 10mg/ml (3ml)

Inj. Atracurium Besylate 10mg/ml


604
605
606

P-0604
P-0605
P-0606

(5ml)

Inj. Pancuronium Bromide 4mg/2ml


Inj. Suxamethonium Chloride 100mg.
Tab. Baclofen 10mg
(AL) ANTISEPTIC/DISINFECTANTS

0
607
608

P-0607
P-0608

Chloroxylenol Solution B.P.

4.5 Litre

100

500ml

25

500ml

1000ml

450ml

8934

60ml

2340

450ml

1890

60ml

50ml

250

200ml

200

450ml

Chlorhexidine Gluconate 1.5% Solution.


Chlorhexidine Gluconate 4% GEL

609
610

P-0609
P-0610

Chlorhexidine Gluconate Solution 1.5% + Cetrimide 15%.


Skin Lotion Povidone Iodine 10gm/100ml.
Skin Lotion Povidone Iodine 10gm/100ml.

611

P-0611

Surgical Scrub Povidone Iodine 7.5mg/100ml


Surgical Scrub Povidone Iodine 7.5mg/100ml

612
613
614

P-0612
P-0613
P-0614

Tetrachlorodecaoxide Solution.
Chlorhexidine Gluconate w/v 0.2% Mouth Wash.
Alcohal base Antiseptic Lotion/gel.
(AM)

DRESSINGS.

0
615
616

P-0615
P-0616

Cotton Bandages Guaze BPC specification Loose Woven


width 1 mlength 30.m.

30mtr

4058

12

4244

Cotton Bandages BPC 5cm x 6m.

617
618
619
620
621
622
623
624

P-0617
P-0618
P-0619
P-0620
P-0621
P-0622
P-0623
P-0624

Cotton Bandages BPC 6.5cm x 6m.

12

3100

7800

7650

500gm

13310

7840

5600

5600

10

550

100

Cotton Crape Bandages 7.5cm x 4.5m.


Cotton Crape Bandages 10cmx 4.5m.
Cotton Wool BPC 500gm.
Plaster of paris Bandages BPC Cal. Sulphate Hydrated 90%
Kubab Gauze Cloth 10% 10cmx 2.7m.
Adhesive Plaster of paris, spool of 7.5cmx10m.
Bandages Plaster of paris 15cmx2.7meter.
(a) Lano Paraffin Gauze Sterilized dressing impregnated
with Framycetin 10cmx 10cm:
(b)Antibiotic Tulle Dressing
(c)Fucidin Intertulle.
(d)Chlorinated Lime and boric acid dressing
(e) Anticeptic Tulle Dressing

625

P-0625

Cream silver Sulphadiazine 1%

50gm

3640

250gm

150

Cream silver Sulphadiazine 1%


626

P-0626

Calcium Sodium Alignate Dressing

1
(AN)
627
628

P-0627
P-0628

I.V. SOLUTIONS:

Inf. Sodium Chloride 4g/litre, Sod, Lactate 5.9gm/litre,


potassium chloride 2.6gm per litre with infusion set.

0
0

500ml

50

500ml

50

500ml

Inj. Dextran 6% with Infusion set.


Inj. Dextran 4% with Infusion set.

629

P-0629

Inj. Dextrose 25% Amp with Infusion Set

4650
Inj. Dextrose 25% Amp with Infusion Set

100
630
631

632
633
634

P-0630
P-0631

P-0632
P-0633
P-0634

Inj. Dextrose in water 10% with Infusion set.

1000ml

7400

5ml

30600

Inj. Distilled water 5ml.

Inj. Dextrose 25% with Infusion Set.

1000ml

620

1000ml

30500

1000ml

5650

Inj. Dextrose 5% with Infusion set.


Inj. Dextrose 5% with Normal Saline with Infusion set

635
636

P-0635
P-0636

Inj. Hartmans Solution with Infusion Set.

1000ml

92600

500ml

3000

500ml

820

10ml

5310

1000ml

49220

500ml

3540

500ml

935

Inj. Polygelline 35gm with Electrolyte per 1000ml with


Infusion set.

500ml

2420

Infusion contains Dextrose 5%+Sodium Chloride 0.45% (1/2


Normal Saline)

500ml

100

Infusion contains Dextrose 5%+Sodium Chloride 0.45% (1/2


Normal Saline)

1000ml

500ml

7140

500ml

1725

500ml

20

250ml

500ml

500ml

10

1000ml

500

2000ml

500ml

500ml

Inj. Mannitol with Infusion set 10%.


Inj. Mannitol with Infusion set 20%.

637
638
639
640
641
642

643
644

P-0637
P-0638
P-0639
P-0640
P-0641
P-0642

P-0643
P-0644

Inj. Potassium Chloride 15%.


Inj. Normal Saline 0.9% with Infusion set.
Inj. Normal Saline 0.45% with Infusion set
Inj. Sodium Bicarbonate 8.4%.

Infusion contains Dextrose 4.3% + Sodium Chloride 0.18%.


Amino acid Solution I/V with drip set.
Amino acid with electrolytes + Carbohydrate + Vitamins
alongwith drip set.

645

P-0645

Lipid Solution I/V with drip set.


Lipid Solution I/V with drip set.

646

647

P-0646

P-0647

Infusion Containing Ca. Chloride 2H2O, Potassium Chloride


1.5gm, Sodium Acetate 3H2O 2.16gm, Dextrose Anhydrous
50gm, water for Inj.)
Peritonial Dialysis Solution.
Peritonial Dialysis Solution.

648
649

P-0648
P-0649

Inf. Hydroxyethyl Starch (HES2000/0.5) 6% + Sodium


Chloride 9gm/litre
Inf. Succinylated Gelatin 20gm
(AO)

ONCOLOGY:

0
650

P-0650

Inj. Cyclophosphamide 200mg

Vial

Vial

Vial

50

Vial

20

Vial

Inj. Cyclophosphamide 500mg


Inj. Cyclophosphamide 1000mg
651
652

P-0651
P-0652

Inj. Vincristine 1mg.


Inj.Doxorubicin (Adriamycin)

10mg

Inj.Doxorubicin (Adriamycin)
Inj.Doxorubicin (Adriamycin)
653
654
655

P-0653
P-0654
P-0655

20mg

Vial

10

Vial

50

Vial

20

30

740

10ml

50

20ml

500

Vial

30

Vial

105

Vial

110

100

254

10

Vial

Vial

30

Vial
Vial

0
20

Vial

Vial

Vial

Vial

20

Vial

20

100

15

100

30

50

Vial

Vial

100

50

285

50mg

Inj. Daunomycin 20mg.


Tab. Tamoxifen 10mg.
Inj. Fluorouracil 250mg
Inj. Fluorouracil 500mg

656
657

P-0656
P-0657

Inj. Vinblastine Sulphate 10mg.


Inj. Methotrexate 15mg
Inj. Methotrexate 50mg

658

P-0658

Tab. Methotrexate 2.5mg


Tab. Methotrexate 10mg.

659

P-0659

Inj. Cisplatinum 10mg


Inj. Cisplatinum 25mg
Inj. Cisplatinum 50mg

660

P-0660

Inj. Bleomycine HCL 15gm.

661

P-0661

Inj. Dactinomycin 0.5mg.

662

P-0662

Inj. Cytarabine

100mg,

Inj. Cytarabine 500mg.


663
664
665
666
667
668
669
670
671

P-0663
P-0664
P-0665
P-0666
P-0667
P-0668
P-0669
P-0670
P-0671

Inj. Dacarbazine 200mg.


Inj. Etoposide 100mg.
Cap. Hydroxyurea 500mg.
Tab. Megestrol Acetate 40mg.
Tab. Mercaptopurine 50mg.
Cap. Procarbazine 50mg.
Inj. Vinorelbine 50mg.
Inj. Paclitaxil 30mg.
Tab. Cyclosporin-A

25mg

Tab. Cyclosporin-A
Tab. Cyclosporin-A
672
673

P-0672
P-0673

50mg

50

50

50

50

30

Vial

10

Vial

10

Vial

Vial

10

Vial

60

Vial

20

Vial

50

Vial

Vial

100

100

Vial

Vial

Vial

20

50

28

20

30

Vial

210

2250

120

100mg.

Tab Cyproterone Acetate 50mg


Inj. Epirubicin HCL 10mg.
Inj. Epirubicin HCL 50mg.

674

P-0674

Inj. Carboplatin

50mg

Inj. Carboplatin 200mg.


675
676

P-0675
P-0676

Inj. Mesna 400mg, 100mg/ml (4ml Amp).


Inj. Ifosfamide 500mg.
Inj. Ifosfamide 1000mg

677

P-0677

Inj. Gemcitabine 200mg.


Inj. Gemcitabine 1gm.

678
679
680
681
682
683
684
685

P-0678
P-0679
P-0680
P-0681
P-0682
P-0683
P-0684
P-0685

Tab. Flutamide 250mg.


Inj. Goserelin Acetate 3.6mg.
Inj.Topotecan 4mg
Inj. Docetaxel 20mg (With Solvent).
Inj. Ca.Leucovorin /Ca. Folinate/ Folinic Acid (As Calcium
Salt)50mg.
Tab.Cyclophosphamide 50mg
Tab. Anastrazol 1mg
(a) Inj. Pamidronate Disodium

15mg

(b) Inj. Pamidronate Disodium 30mg


686
687
688

P-0686
P-0687
P-0688

Cap. Pamidronate Disodium 100mg


Inj. Filgrastim 300mcg/ml
Inj.Octreotide Acetate

0.05mg

Inj.Octreotide Acetate 0.1mg


Inj.Octreotide Acetate 20mg
689

P-0689

Tab. Capecitabine 500mg

690

P-0690

Tab. Mycophenolate Mofetil 500mg.

50

510

120

Vial

30

31

20ml

25

10

10

10

100

60

30

30

28

Tab. Mycophenolate Mofetil 180mg.


Tab. Mycophenolate Mofetil 360mg.
691
692
693
694
695

P-0691
P-0692
P-0693
P-0694
P-0695

Inj.Leuprorelin Acetate 3.75mg


Tab.Letrozole 2.5mg
Inj. Trastuzumab 440mg
Tab. Chlorambucil 2mg
Cap. Thalidomide 50mg
Cap. Thalidomide 100mg

696

P-0696

Tab. Imitinab 100mg


Tab. Imitinab 400mg

697
698

P-0697
P-0698

Tab. Everolimus 5mg


Tab. Nilotinib 200mg
(AP) IMMUNOGLOBULIN:

0
699
700

P-0699
P-0700

Inj. Rho. (D) Immune Globulin (Human) 300mcg

Amp

685

Vial

85

Inj. Hepatitis-B Immune Globulin 200iu/ml


(AQ) ANTIVIRALS.

0
701
702
703
704
705

P-0701
P-0702
P-0703
P-0704
P-0705

Tab. Telbivudine 600mg

28

20

10ml

600

Inj. Acyclovir 500mg.


Tab. Adefovir Dipivoxil 10mg.

30

30

770

30

Tab. Entecavir 0.5mg


Tab. Tenofovir Disoproxil 300mg
(AR) ANTIDOTES.

0
706
707
708

P-0706
P-0707
P-0708

Inj. Desferrioxamine Mesylate 500mg.

10

4550

10

50

30

220

30

90

Tab.Penicillamine 250mg
Tab.Deferasirox 400mg
Tab.Deferasirox 100mg

709

P-0709

Inj. Protamine Sulphate 10mg/ml

5ml

(AS) ANDROGENS

0
710

P-0710

Inj.Testosterone Oenanthate 250mg

1ml

100
0

20

4500

(AT) VASOTHERAPEUTICS
711

P-0711

Tab. Diosmin 450mg + Hesperidine 50mg

P-0712

Inj. Sodium Tetradecyl Sulphate 20%

Amp

Amp

55
0

30

360
0

Disposable Syringes 1CC

49500

Disposable Syringes 1CC Insuline

206050

Disposable Syringes 2.5CC

Disposable Syringes 3CC

211000

Disposable Syringes 5CC

911000

Disposable Syringes 10CC

173300

Disposable Syringes 20CC

1
40
40

13700
490
1615

712
P-0713

Inj. 5% Phenol with almond oil

713
(AU)AMINOQUINOLONES
P-0714

714

Tab.Hydroxychloroquinine sulphate 200mg


(AV)DISPOSABLE SYRINGES
P-0715

715
716

P-0716
P-0717

717
P-0718

718
P-0719

719
P-0720

720
P-0721

721
722
723

P-0722
P-0723

Disposable Syringes 50CC


Disposable Syringes 60CC

Note:
1. For biological products, the firm will produce batch wise cold chain data from the source of
origin & thermo log data from factory to ware house.
2. Syrups Bottles shall be supplied alongwith spoon and leaflets where applicable.
3. Injectables and Tablets packed in cartons shall be supplied with leaflets

BIDDING DOCUMENT FOR


PURCHASE OF MEDICINES,
INJECTION INTERFERON AND
DISPOSABLE SYRINGES
YEAR 2015-2016

PUNJAB EMPLOYEES SOCIAL SECURITY INSTITUTION


(HEAD OFFICE)
3/A, GULBERG-V, LAHORE.
Ph. No.042-99263122

INSTRUCTIONS TO BIDDERS
1.

Source of Funds:

THE PUNJAB EMPLOYEES SOCIAL SECURITY INSTITUTION

(PESSI), has allocated the budget for purchase of medicines for PESSI Hospitals/Directorates under the
relevant head of Account.
2.

Eligible bidders:

This Invitation for Bids is open to all Manufacturers and in case of

imported goods, their Sole Agents / Importer in Pakistan, Pre-qualified with the PESSI for supply of
Drugs / Medicines, on Free Delivery to CMSD, Defence Road, Lahore. The importer /sole agent must
possess a valid authorization from the Foreign Principal / Manufacturer and drugs sale license issued by
the competent authority in Pakistan and in case of manufacturer they should have a documentary proof
of valid drugs manufacturing license. The bidder shall also have to submit a copy of registration
certificate from Ministry of Health, Islamabad / Drug Regulatory Authority Pakistan and letter for Pre
qualification from PESSI. The bidders shall not be under a declaration of ineligibility for corrupt and
fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a
Public Sector Organization.
3.

Eligible Goods and Services: All goods and related services to be supplied under the contract

shall have their origin in eligible source countries and all expenditures made under the contract shall be
limited to such goods and services. For these purposes, the term Goods includes any Goods that are
the subject of this Invitation for Bids and the term Services shall includes related services such as
transportation, insurance etc. The origin means the place where the goods are mined, grown, or
produced, or the place from which the related services are supplied. Goods are produced through
manufacturing or processing, or substantial and major assembly of ingredients / components, a
commercially recognized product results that is substantially different in basic characteristics or in
purpose or utility from its components.
4.

Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission

of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless
of the manner or outcome of the bidding process.
THE BIDDING PROCEDURE
Single Stage Two Envelopes Bidding Procedure shall be applied:

5.

i.

The bid shall comprise a single package containing two separate envelopes. Each envelope
shall contain separately the Financial Proposal and the Technical Proposal;

ii.

The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL


PROPOSAL in bold and legible letters to avoid confusion;

iii.

Initially, only the envelope marked TECHNICAL PROPOSAL shall be opened;

iv.

The envelope marked as FINANCIAL PROPOSAL shall be retained in the custody of


Procuring Agency without being opened;

v.

The Procuring Agency shall evaluate the Technical Proposal, without reference to the price
and reject any proposal which do not conform to the specified requirements;

vi.

During the technical evaluation, no amendments in the technical proposal shall be


permitted;

vii.

The Financial Proposals of bids shall be opened publicly at a time, date and venue to be
announced and communicated to the bidders in advance;

viii.

After the evaluation and approval of the technical proposal, the Procuring Agency shall at a
time within the bid validity period, publicly open the financial proposals of the technically
accepted bids only.

ix.

The financial proposal of bids found technically non-responsive shall be returned unopened to the respective bidders.

x.

The bid found to be the lowest evaluated bid shall be accepted.


THE BIDDING DOCUMENTS

6.

Content of Bidding Documents


i.

The goods required, bidding procedures, and Contract terms are prescribed in the

bidding documents. In addition to the Invitation for Bids, the bidding documents shall include:a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.

ii.

Invitation to Bids.
Instructions to bidders;
General Conditions of Contract;
Special Conditions of Contract;
Schedule of Requirements.
Delivery time, completion schedule and price schedule.
Contract Form;
Manufacturers Authorization Form;
Bid Form;
Bid Evaluation Criteria
Technical specification comprising list of medicines and Drug Specification
Proforma.

The bidder is expected to examine all instructions, forms, terms, and specifications in

the bidding documents.


iii

Failure to furnish all information required by the bidding documents or to submit a bid

not substantially responsive to the bidding documents in every respect shall be at the bidders risk and
may result in the rejection of its bid.
7.

Clarification of Bidding Documents: A prospective bidder requiring any clarification of the

bidding documents may notify the Procuring Agency, in writing at the Procuring Agencys address,
indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline
for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring
Agencys response (including an explanation of the query but without identifying the source of inquiry)
shall be sent to all prospective bidders that have received the bidding documents.
PREPARATION OF BIDS
8.

Language of Bid:

The bid prepared by the bidder, as well as all correspondence and

documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in
English. Supporting documents and printed literature furnished by the bidder may be in another
language provided they are accompanied by an accurate translation in English, in which case, for
purposes of interpretation of the Bid, the translation shall govern.
9.

Documents Comprising the Bid:

The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be
submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to bidders that the bidder is
eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to bidders that the goods to be
supplied by the bidder are eligible goods and conform to the bidding documents; and

(d) Bid Security, if any furnished in accordance with instruction to bidders.


10.

Bid Form & Price Schedule:

The bidder shall complete the Bid Form and an appropriate

Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief
description of the goods, their strength, packing, quantity, and prices.

11.

Bid Prices:
i.

The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid
price of the goods, it proposes to supply under the Contract.

ii.

Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration /
correction must be initialed. Every page is to be signed and stamped at the bottom. Serial
number of the quoted item may be marked with red / yellow marker.

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 Specifications. The
specifications of goods, different from the demand of bid enquiry, shall straightway be
rejected.

iv.

The bidder is required to offer competitive price. All prices must include the General Sales
Tax (GST) and other taxes 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
Procuring Agency.

v.

Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also 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 shall be entertained.

12.

Bid currencies:Prices shall be quoted in Pak Rupees.

13.

Documents Establishing bidders Eligibility and Qualification


i.

The bidder shall furnish, as part of its technical bid, documents establishing the bidders
eligibility to bid and its qualifications to perform the Contract if its bid is accepted.

ii.

The documentary evidence of the bidders eligibility to bid shall establish to the Procuring
Agencys satisfaction that the bidder, at the time of submission of its bid, is an eligible as
defined under instruction to the bidders

iii.

The documentary evidence (to be submitted along with technical proposal) of the bidders
qualifications to perform the Contract if its bid is accepted shall establish to the Procuring
Agencys satisfaction:

(b) The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer
(Foreign Principal) and in case of Manufacturer, documentary proof including drug
manufacturing license / registration certificate, to the effect that they are the original
manufacturer of the required specifications of goods, shall be provided.
(c) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with
documentary proof shall have to be provided by each bidder in the tender.

(d) The bidder shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm is not
blacklisted on any ground by any Government (Federal/Provincial/District), a local body or
a Public Sector Organization. The bidder shall be debarred from bid on account of
submission of false statement.
(e) The bidder should have minimum one-year experience in the market. Similarly, it is
mandatory that the item to be quoted by the bidder / Manufacturer should have availability
in the market minimum for the last one year. Documentary proof shall have to be provided
in this regard.
(f) The bidder is required to provide with the Technical Proposal, the name of item(s) for
which they have quoted their rates in the Financial Proposals.
(g) The bidder must indicate the registration number, make of country of origin / Manufacturer
of the drugs, capacity of production of the firm, its financial status, batch capacity,
necessary assurance of quality production, GMP / cGMP, and list of qualified technical and
supervisory staff working in the production and quality control departments in the
manufacturing plants.
(h) The bidder shall provide a list of plant, major machinery and equipment installed in the
factory. In case of imported Drugs / Medicines, the profile / credentials of the foreign
Manufacturer in the respective foreign country, shall be provided along with bid.
14.

Documents Establishing Goods Eligibility and Conformity to Bidding Documents:


i.

The bidder shall furnish along with Technical Proposal, as part of its bid, documents
establishing the eligibility and conformity to the bidding documents of all goods, which the
bidder proposes to supply under the Contract.

ii.

The documentary evidence of the eligibility of the goods shall consist of a statement in the
Price Schedule of the country of origin of the goods offered which a certificate of origin
issued by the Manufacturer shall confirm.

iii.

Submission of sample:
a) The bidder must produce along with technical proposal, Two (02) samples of quoted
product(s) (Commercial pack) according to the strength and packing of demand of
enquiry. No technical proposal / bid shall be considered in absence of samples.
b) The representative sample(s) must be from the most recent stocks, supported by valid
warranty as per Drugs Act 1976.

15.

Bid security. The procuring agency may require the bidders to furnish a bid security equal to

2% of total bid value.


16.

Bid validity. (1) A procuring agency, keeping in view the nature of the procurement, shall

subject the bid to a bid validity period.


(2)

The bids shall be valid for the period of 90-days.

(3)

Subject to sub-rule (5), a procuring agency shall ordinarily be under an obligation to process

and evaluate the bids within the stipulated bid validity period but, under exceptional circumstances and
for reasons to be recorded in writing, if an extension is considered necessary, all the bidders shall be
requested to extend their respective bid validity period but such extension shall not be for more than the
original period of bid validity.
(4)

A bidder who:

(a)

agrees to the extension of the bid validity period shall also extend the validity of the bid
bond or security for the extended period of the bid validity;
agrees to the procuring agencys request for extension of bid validity period shall not be

(b)

permitted to change the substance of the bid; and


(c)

does not agree to an extension of the bid validity period shall be allowed to withdraw
the bid without forfeiture of the bid bond or security.

17. Extension of time for submission of bids. If a procuring agency considers that it is necessary in
public interest to extend the last date for the submission of the bids, it may, after recording reasons, do
so in the manner similar to the original advertisement.

18.

Format and Signing of Bid:


i.

The bidder shall prepare and submit its bid along with original purchase receipt. The bid
shall be typed or written in indelible ink and shall be signed by the bidder or a person or
persons duly authorized to bind the bidder to the Contract. The person or persons signing
the bid shall initial all pages of the bid, except for un-amended printed literature.

ii.

Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the
person or persons signing the bid.
SUBMISSION OF BIDS

19.
i.

Sealing and Marking of Bids


The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL
PROPOSAL in bold and legible letters to avoid confusion. The inner and outer envelopes
shall:
a. be addressed to the Procuring Agency at the address given in the Invitation for Bids and;
b. bear the name and number indicated in the Invitation for Bids.

ii.

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

iii.

If the outer as well as inner envelope is not sealed and marked as required by instruction to
bidders, the Procuring Agency shall assume no responsibility for the bids misplacement or
premature opening.

20.

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by

the Procuring Agency at the address specified under instruction to bidders, no later than the time and
date specified in the Invitation for Bids.
21.

Late Bid:

Any bid received by the Procuring Agency after the deadline for submission of

bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder
22.

Withdrawal of Bids:

The bidder may withdraw its bid after the bids submission and prior to

the deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the
deadline for submission of bids and the expiration of the period of bid validity specified in instruction to
bidders. Withdrawal of a bid during this interval may result in the Bidders forfeiture of its Bid Security
(Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS


23.

Opening of Bids
i.

The Procuring Agency shall initially open only the envelopes marked TECHNICAL
PROPOSAL in the presence of bidders representatives who choose to attend, at the time,
on the date, and at the place specified in the Invitation for Bids. The bidders representatives
who are present shall sign the Attendance Sheet evidencing their attendance. However, the
envelope marked as FINANCIAL PROPOSAL shall be retained in the custody of
Procuring Agency without being opened and till completion of the evaluation process.

ii.

The bidders names, item(s) for which they quoted their rate and such other details as the
Procuring Agency, at its discretion, may consider appropriate, shall be announced at the
opening of technical proposal. No bid shall be rejected at technical proposal / bid opening,
except for late bids, which shall be returned unopened to the bidder. However, at the
opening of Financial Proposals (the date, time and venue would be announced later on), the
bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such
other details as the Procuring Agency, at its discretion, may consider appropriate, shall be
announced.

iii.

The financial bids found having without Bid Security (Earnest Money) shall also be
returned unannounced to the bidders; even they qualified in the evaluation of technical
proposal. However, prior to return to the bidder, the Chairman of the Purchase Committee
shall record statement / reason on such bids.

iv.
24.

The Procuring Agency shall prepare minutes of the bids opening (technical and financial).

Clarification of Bids: During evaluation of the bids, the Procuring Agency may, at its

discretion, ask the bidder for a clarification of its bid. The request for clarification and the response shall
be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted

25.

Preliminary Examination
i.

The Procuring Agency shall examine the bids to determine whether they are complete,
whether any computational errors have been made, whether required sureties have been
furnished, whether the documents have been properly signed, and whether the bids are
generally in order.

ii.

In the financial bids the arithmetical errors shall be rectified on the following basis. If there
is a discrepancy between the unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If
the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid
Security may be forfeited. If there is a discrepancy between words and figures, the amount
in words shall prevail.

iii.

The Procuring Agency may waive any minor informality, nonconformity, or irregularity in
a bid which does not constitute a material deviation, provided such waiver does not
prejudice or affect the relative ranking of any bidder.

iv.

Prior to the detailed evaluation, the Procuring Agency shall determine the substantial
responsiveness of each bid to the bidding documents. For purposes of these Clauses, a
substantially responsive bid is one, which conforms to all the terms and conditions of the
bidding documents without material deviations. Deviations from, or objections or

reservations to critical provisions, such as those concerning Applicable Law, Drugs Act,
Taxes & Duties and GMP practices shall be deemed to be a material deviation for technical
proposals and Bid Security for financial proposals. The Procuring Agencys determination
of a bids responsiveness is to be based on the contents of the bid itself without recourse to
extrinsic evidence.
v.

If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may
not subsequently be made responsive by the bidder by correction of the nonconformity.

26.

Evaluation & Comparison of Bids


i.

The Procuring Agency shall evaluate and compare the bids, which have been determined to
be substantially responsive.

ii.

The Procuring Agencys evaluation of technical proposal / bid shall be on the basis of
previous performances, previous test reports, inspection of plant/ factory / premises (if not
previously conducted), previous experience, financial soundness and such other details as
the Procuring Agency, at its discretion, may consider appropriate, shall be considered.
However, the evaluation of financial proposal shall be on the basis of price inclusive of
prevailing taxes and duties in pursuant to instruction to bidders and bid Security.

iii.

All bids shall be evaluated in accordance with the evaluation criteria and other terms &
conditions set forth in these bidding documents.

iv.

A bid once opened in accordance with the prescribed procedure shall be subject to only
those rules, regulations and policies that are in force at the time of issue of notice for
invitation of bids.

27.

Evaluation Criteria:
For the purposes of determining the lowest evaluated bid, facts other than price such as previous
performances, previous Drugs Testing Laboratory, test / analysis reports, inspection of plant /
factory / premises, previous experience, financial soundness and such other details as the
Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration.
The following merit point system for weighing evaluation factors/ criteria can be applied for the
TECHNICAL PROPOSALS. The number of points allocated to each factor shall be specified
in the Evaluation Report.
EVALUATION CRITERIA FOR GENERAL MEDICINES 2015-16
1

iv.
v.

Physical report
Complies with Official Books (BP/USP etc)/Complies
manufacturers Spec
Quality of Printing, Packing / Packaging & Labeling Material

with

15
03
10

vi.

Submission of complete Drug Specification proforma

02

Length of registration of relevant product from Ministry of


Health.

10

ii.

1 10 years (1 mark for each year)

Past Performance of bidder with PESSI. (Last 2 years)


Execution of Supply Order 100%
Execution of Supply Order 50%
Execution of Supply Order more than 50% and less than 100%

20
10

Execution of Supply Order 100%

10

Compliance to Supply Order from PESSI outlets

10

iii.

iv.

1-10

5
8

Execution of Supply Order 50%

Execution of Supply Order more than 50% and less than 100%

Execution of Supply Order 100%


Financial Position/status.
Income Tax return/any other proof of Income Tax paid for last two
years.
Financial Bank soundness certificate up to 10 million.
Financial Bank soundness certificate up to 20 million.

10
10
05

Market availability of the quoted item at Head Offices of Leading


Chain Pharmacies for last one year (Fazal Din, Servaid, Clinix
and Green Plus).
Availability of quoted item at two Pharmacies

25

v.

Availability of quoted item at three Pharmacies

20

vi.

Availability of quoted item at Four Pharmacies

25

Percentage of dosage forms approved by prequalification team.

10

iii.

Less than 50%

03

iv.

More than 50% / Less than 100%

05

Iii
7

iii.

100%
Quality Certificates.
ISO certification of SOPs

10
10
02

iv.

GMP Certification issued by Ministry of Health.

08

iii.
iv.
5

iv.

Total:-

02
05

15

100

Anticancer Medicines shall be evaluated under Clause-5 as per following


details:CLAUSE-5 FOR ANTICANCER MEDICINES.
5.

(i)
(ii)
(iii)

Market availability at pharmacies of Shaukat 25


Khanum, Inmol, Mayo Hospital and Jinnah Hospital
for last one year.
Availability of medicines at 02 pharmacies
15
Availability of medicines at 03 pharmacies
20
Availability of medicines at 04 pharmacies
25

Following Clause-5 shall also be applicable for Hospital Items (Anaesthesia


medicines, Dressing, POP, Cotton Wool, Cotton Gauze, Cotton and Crepe
Bandage):CLAUSE-5 FOR HOSPITAL ITEMS
Anesthesia items, Dressing, Gauze, Cotton Wool, Bandages, Dressing and POP.
5.
(i)
(ii)
(iii)

Supply order from Government Institutions (last one


year)
02 Government Institutions
03 Government Institutions
04 Government Institutions

25
15
20
25

The firms having no past experience with PESSI Head Office shall be
evaluated under clause-3 as per following detail:CLAUSE-3 FOR THE FIRMS HAVING NO PAST EXPERIENCE WITH PESSI
HEAD OFFICE
3.
Past Performance of bidder with Government 20

(i)

(ii)

Institutions and PESSI local tender. (Last 2 years)


Supply
order
of
Government
Hospitals
(1-5 Institutions)
Supply
order
of
Government
Hospitals
(More than 5 Institutions)
Supply orders of Private Hospital / Organization (1-5
Supply Orders)
Supply orders of Private Hospital / Organization (More
than 5 Supply Orders)

05
10
05
10

Note:
4. Any medicine having adverse reaction / poor efficacy reported by the
consultants shall be straightway disqualified and shall not be further evaluated
under the Evaluation Criteria.
5. Minimum qualifying marks 70/100.
6. Medicines qualifying 70% marks shall be presented before the Technical
Committee comprising of Specialists of PESSI Hospitals for their reservation
regarding the efficacy of any medicines keeping in view their past experience
and decision of the committee regarding qualification / disqualification shall
prevail.
Instructions
3. Requisite documents to be enclosed with the technical offer should have proper
page marking.
4. Invoices / Bill Warranties of respective pharmacies should have page marking
and same should be mentioned in Drug Specification Proforma in the relevant
column.

EVALUATION CRITERIA FOR INTERFERON 2015-16

iii.
iv.
2

ii.
3

iii.

iv.

iii.

Physical report.
Complies with Official Books (BP/USP etc)/Complies with
manufacturers Spec
Submission of complete Drug Specification proforma
Length of registration of relevant product from Ministry of Health.
1 10 years (1 mark for each year)
Past Performance of bidder with PESSI. (Last 2 years)
Execution of Supply Order 100%
Execution of Supply Order 50%

10
05
05
10
1-10
20
10
5

Execution of Supply Order more than 50% and less than 100%

Execution of Supply Order 100%


Compliance to Supply Order from PESSI outlets

10
10

Execution of Supply Order 50%

Execution of Supply Order more than 50% and less than 100%

Execution of Supply Order 100%

10

Detail of supply in public/private organizations (last one year)


Public organizations.
15
More than Five.

15
05
08

iv.
5

iv.
v.
vi.
6

ii.
ii.
7
i.
ii.
8
iii.
iv.

Private organizations.
15
More than Five.
Market availability of the quoted item at Head Office of Leading
Chain Pharmacies for last one year (Fazal Din, Servaid, Clinix
and Green Plus)
Availability of quoted item at two Pharmacies
Availability of quoted item at three Pharmacies

05
07
25

15
20

Availability of quoted item at Four Pharmacies


25
Packing of the quoted item.
10
Ampoule/Vial
05
Pre-filled Syringe.
10
Product Certification.
10
WHO/FDA approved.
05
Dose and efficacy certificate from NIH Islamabad.
05
Quality Certificates.
10
ISO certification of SOPs
02
GMP Certification issued by Ministry of Health.
08
Total:100
Note:
4. Medicines having adverse reaction / poor efficacy reported by the consultants
shall be straightway disqualified and shall not be further evaluated under the
Evaluation Criteria.
5. Minimum qualifying marks 70/100.
6. Medicines qualifying 70% marks shall be presented before the Technical
Committee comprising of Specialists of PESSI Hospitals for their reservation
regarding the efficacy of any medicines keeping in view their past experience and
decision of the committee regarding qualification / disqualification shall prevail.
Instructions
3. Requisite documents to be enclosed with the technical offer should have proper
page marking.
4. Invoices / Bill Warranties of respective pharmacies should have page marking
and same should be mentioned in Drug Specification Proforma in the relevant
column.

EVALUATION CRITERIA FOR DISPOSABLE SYRINGES 2015-16


Mandatory Clauses:Product should be registered with M.O.H / DRAP.
In case of imported syringes, the product must be available in the country of
origin and provide Sole Agency Agreement with foreign manufacturer duly
attested by the concerned Pakistan Embassy / High Commission.
Firms should have following certificates
(iv)
ISO 13485, ISO 9001
(v)
CE Mark
(vi)
GMP Certificate (last one year).

1.
2.

3.

General Clauses
1

Physical report

iv. Quality of Printing, Packing / Packaging & Labeling Material


v. Raw Material used is of Medical Grade attach proof/under taking.
vi. Submission of complete Drug Specification proforma.

25

Physical Examination of Syringe by Technical Committee.

10
10
05
25

iii.
iv.

Sharpness of needle.
Plunger positive/negative pressure.
Financial position/status.

13
12
10

iii.
iv.
4

iii.

iv.
5

iv.
v.
vi.

Income Tax Return/any other Proof of Income Tax paid for last one
year.
Financial Bank soundness certificate upto 10 million.
Financial Bank soundness certificate upto 20 million.
Detail of supply in public/private organizations (last one year)
Public organizations.
15
More than Five.

05
03
05
15
05
08

Private organizations.
05
15
More than Five.
07
Market Availability of the quoted items at Head Office of Leading
25
Chain Pharmacies for last one year (Fazal Din, Servaid, Clinix
and Green Plus)
Availability of quoted item at two Pharmacies
15
Availability of quoted item at three Pharmacies
20
Availability of quoted item at Four Pharmacies
25
Total:100
Note:
i.
Minimum qualifying marks 70/100.
ii.
Medicines qualifying 70% marks shall be presented before

the Technical Committee comprising of Specialists of PESSI


Hospitals for their reservation regarding the efficacy of any
medicines keeping in view their past experience and decision of the
committee regarding qualification / disqualification shall prevail.
Instructions
3. Requisite documents to be enclosed with the technical offer should have proper
page marking.
4. Invoices / Bill Warranties of respective pharmacies should have page marking
and same should be mentioned in Drug Specification Proforma in the relevant
column.
ANOUNCEMENT
i)
After completion of technical evaluation, the technical status shall be announced
amongst the successful as well as unsuccessful bidders by the Procuring Agency.
The financial proposals shall be returned unopened to unsuccessful bidders after
completing the selection process. The Procuring Agency shall simultaneously
notify in writing bidders that have secured the minimum qualifying marks, the date,
time and location for opening the financial proposals. bidders attendance at the
opening of financial proposals is optional.
ii)

Financial proposals shall be opened publicly in the presence of the bidders


representatives who choose to attend. The name of the bidders and the technical
score of the bidder shall be read aloud. The financial proposal of the bidders who
met the minimum qualifying marks shall then be inspected to confirm that they
have remained sealed and unopened. These financial proposals shall be then opened
and the quoted price read aloud and recorded.

28

Contacting the Procuring Agency:

No bidder shall contact the Procuring Agency on any

matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. If the
bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in
writing. Any effort by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid
comparison, or Contract award may result in the rejection of the bidders bid. Canvassing by any bidder
at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to
disqualification.

29.

Qualification & disqualification of bidders:

In

the

absence

of

prequalification,

the

Procuring Agency shall reject the bid. The Procuring Agency shall disqualify a bidder if it finds, at any
time, that the information submitted by him concerning his qualification was false and materially
inaccurate or incomplete.
30. Rejection of bids. (1) The procuring agency may reject all bids or proposals at any time prior to
the acceptance of a bid or proposal.
(2) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of
all bids or proposals, but shall not be required to justify those grounds.
(3) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the
bidders.
(4) The bidders shall be promptly informed about the rejection of the bids, if any.
31. Re-bidding. If the procuring agency rejects all the bids under rule 35, it may proceed with the
process of fresh bidding but before doing that it shall assess the reasons for rejection and may, if
necessary, revise specifications, evaluation criteria or any other condition for bidders.
32. Announcement of evaluation reports. A procuring agency shall announce the results of bid
valuation in the form of a report giving justification for acceptance or rejection of bids at least ten days
prior to the award of procurement contract.
AWARD OF CONTRACT
33.

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 Contract, within the original or extended
period of bid validity.
34

Procuring Agencys right to vary quantities at time of award


The Procuring Agency reserves the right to increase or decrease, the quantity of goods

originally specified in the Price schedule and Schedule of Requirements without any change in unit
price or other terms and conditions.
35

Negotiations
PPRA Rules 2014 shall be followed.

36.

Notification of Award
i.

Prior to the expiration of the period of bid validity, the Procuring Agency shall notify
the successful bidder in writing by registered letter, that its bid has been accepted.

ii.

37

The notification of award shall constitute the formation of the Contract.

Signing of Contract
i.

At the same time as the Procuring Agency notifies the successful bidder that its bid has
been accepted, the Procuring Agency shall send the bidder the Contract Form provided
in the bidding documents, incorporating all agreements between the Parties.

ii.

Both the successful bidder and the Procuring Agency shall sign with date the Contract
on the legal stamp paper worth Rs100/. Thereafter, the Procuring Agency shall issue
Purchase Order. If the successful bidder, after completion of all Codal Formalities
shows inability to sign the Contract then their Bid Security shall be forfeited and the

firm shall be blacklisted minimum for two years. In such situation, the Procuring
Agency may make the award to the next lowest evaluated bidder.
38.

Performance Security.
i.

On the date of signing of Contract, the successful bidder shall furnish the Performance
Security (7% of total order value) in accordance with the Conditions of Contract,
provided in the bidding documents. The 2% bid Security would be returned to the
bidder upon submission of Performance Security.

ii.

Failure of the successful bidder to comply with the requirement of instructions to the
bidders shall constitute sufficient grounds for the annulment/termination of the award
and forfeiture of the bid Security, in which event the Procuring Agency may make the
award to the next lowest evaluated bidder.

39.

Blacklisting
PPRA Rules 2014 shall be followed

GENERAL CONDITIONS OF CONTRACT


1.

Definitions:

In this Contract, the following terms shall be interpreted as indicated against

each.
a.

The Contract means the agreement between the Procuring Agency and the Supplier, as
recorded in the Contract Form signed by the Parties, including all attachments and
appendices thereto and all documents incorporated by reference therein.

b. The Contract Price means the price payable to the Supplier under the Contract for the
full and proper performance of its contractual obligations. Price reasonability certificate that
the prices quoted are not more than the prices quoted in Health Department Govt. of the
Punjab/ any other organization.
The rates quoted should not be more than the trade price of the respective item.
c. The Goods means drug/ medicines which the Supplier is required to supply to the
Procuring Agency under the Contract.
d. The Specifications means the specifications of medicines, the offered items should be
consistent with the specifications.
e. The Services means those services ancillary to the supply of goods, such as printing of
special instructions on the label and packing, design, logo, transportation upto CMSD,
Defence Road, Lahore and at consignee end in case of supply of Inj. Interferon and other
such obligations of the Supplier covered under the Contract.
f.

The Procuring Agency: is the Punjab Employees Social Security Institution and other
PESSI Hospitals / PESSI Directorates under the administrative control of PESSI.

g. The Consignee

means Director Medical, In charge, Central Medical Store Depot,

Defence Road, Lahore, for the supply order issued for medicines by the Head Office and
Medical Superintendents for the supply of Inj. Interferon.
h. The Supplier means the individual or firm supplying the goods under this Contract.
Eligible Bidder

2.

The tenders are to be quoted by the firm pre-qualified with PESSI only for

the approved dosage form. Copy of the valid pre-qualification letter is to be attached with the tender,
failing which the offers will be rejected.
3.

Application:

These General Conditions shall apply to the extent that they are not inconsistent

/ superseded by provisions of other parts of the Contract


4.

Standards:

The goods supplied under this Contract shall conform to the standards

mentioned in the Technical Specifications.


5.

Pack adjustment Pack adjustment of the medicines if required will be made by PESSI.

6.

Submission of Samples:

Labeling and Packing of the product would be examined in

accordance with Labeling and Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide
TWO (02) samples (commercial packs); free of cost along with the tender failing which the offers will
not be accepted.
7.

Ensuring intimation of storage arrangements: To ensure storage arrangements for the

intended supplies, the Supplier shall inform the Consignee one week in advance.
8.

Inspections and Test / Analysis


i)

The Procuring Agency or its representative shall have the right to inspect and /or to test the
goods to confirm their conformity to the specifications of the contract at no extra cost to the
Procuring Agency.

ii)

The inspection committee constituted by PESSI, Head Office shall inspect the quantity and
specifications of medicines who will submit a report on Inspection Certificate.

iii)

The supplier will be responsible for free replacement of stocks if the same is not found to
be of the 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.
The Procuring Agencys right to inspect, test and, where necessary, reject the goods after

iv)

the arrival at Procuring Agencys destinations shall in no way be limited or waived by


reason of the goods having previously been inspected, tested, and passed by the Procuring
Agency or its representative.
v)

Nothing in General Conditions of Contract shall in any way release the Supplier from any
warranty or other obligations under this Contract.

9.

Chemical and physical examination of medicines


I

All the Drugs / Medicines shall be acceptable subject to chemical and physical

examination. The chemical examination shall be carried out through the Drugs Testing Laboratory
Government of Punjab. If the facility for test / analysis is not available with DTL, Government of
Punjab then the sample will be sent to NIH, Islamabad. If the test facilities are not available with the
DTL, Government of Punjab as well as NIH Islamabad then the batch release certificate and test
analysis report of quality control / quality assurance department of the manufacturer shall be relied
upon.
II

The Inspection Committee constituted by PESSI, Head Office shall carry out the

physical examination after receipt of supplies. If the medicines supplied are found during physical
examination / inspection to be against the required specifications, approved samples, etc, even if it is of
standard quality, the Procuring Agency may reject the goods, and the Supplier shall either replace the
rejected goods or arrange alterations necessary for rectification of observation, to meet the required
specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 15
days from the date of communication of decision to the Manufacturer / Supplier by the Concerned
Authority. In case after replacement or alteration, the Inspection Committee again declare the item as of
against the required specifications, the supply would completely be rejected and the proportionate
amount of performance security of the concerned installment would be forfeited to the PESSI account
and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are
declared as of against the required specifications, the entire performance security shall be forfeited and
the firm shall be blacklisted minimum for two years.
10.

Delivery and Documents:

Any erasing/cutting/crossing etc. appearing in the offer must be

properly signed by the person signing the tender. Moreover all pages of the tender must be signed. Offer
with any over writing in no circumstances shall be accepted. The Supplier in accordance with the terms
specified in the Bidding Documents shall make delivery of the goods. The details of documents to be
furnished by the Supplier are specified in Special Conditions of the Contract.
11.

Insurance/Income Tax etc. Octroi/Income Tax and all other Government charges will be paid

by the supplier.
12.

Transportation:

The Supplier shall arrange such transportation / cold chain maintenance of

the goods as is required to prevent their damage or deterioration. The medicines shall be delivered at
CMSD Defence Road, Lahore. In case of any subsequent/supplementary order from S.S.

Hospitals/Directorates, the supplier shall be responsible for the delivery at consignee end. All taxes shall
be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and
paid for by the Supplier
13.

Storage: The cold chain maintenance of heat sensitive products i. Inj. Interferon shall be the

responsibility of the bidder.


14.

Incidental Services:

The Supplier shall be required to provide the incidental services as

specified in Special Conditions of the Contract and the cost of which should include in the total bid
price.
15.

Warranty Certificate: The Drugs / Medicines shall be accompanied by the necessary warranty

(on judicial paper) in accordance with the provision of the Drugs Act, 1976 and rules framed there
under. The Procuring Agency shall promptly notify the Supplier in writing of any claims arising under
this warranty.
16.

Payment:

The method and conditions of payment to be made to the Supplier under this

Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak.
Rupees.
Payment will be made by the Commissioner against bill to be submitted by the contracting firms duly
supported with the inspection certificate and test reports. For imported items Bill Of Entry is also to be
provided to the inspection team otherwise inspection will not be conducted to proceed further
accordingly.
17.

Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary

from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid
validity period provided the Procuring Agencys request for bid validity extension.
18.

Contract Amendments:

No variation in or modification of the terms of the Contract

shall be made except by written amendment signed by the Parties.


19.

Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts

under this Contract.


20.

Delays in the Suppliers Performance: Delivery of the goods shall be made by the Supplier in

accordance with the time schedule prescribed by the Procuring Agency. If at any time during
performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the
goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its
likely duration and its cause(s). The Procuring Agency may at its discretion extend the Suppliers time
for performance, with liquidated damages, in which case the extension shall be ratified by the Procuring
Agency. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier
liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the
application of liquidated damages.
21.

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

specified in Special Conditions of Contract shall be imposed upon the Supplier. The above Late
Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond
control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract.
In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,
Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of
risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
Broken and damaged material will be replaced by the supplier free of cost.

22.

Termination for Default:

The Procuring Agency, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in
whole or in part, 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 by the Procuring Agency; or if the
Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment
of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing
the Contract

23.

Force Majeure
Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable

for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to
the extent that its delay in performance or other failure to perform its obligations under the Contract is
the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of
God or an event beyond the control of the Supplier and not involving the Suppliers fault or negligence
directly or indirectly purporting to mis planning, mismanagement and/or lack of foresight to handle the
situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign
capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and
freight embargos. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring
Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The
Committee constituted by PESSI, Head Office for Redressal of grievances, shall examine the pros and
cons of the case and all reasonable alternative means for completion of purchase order under the
Contract and shall submit its recommendations to the competent authority. However, unless otherwise
directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under
the Contract as far as is reasonably practical and shall seek reasonable alternative means for
performance not prevented by the Force Majeure event.
24.

Termination for Insolvency


The Procuring Agency may at any time terminate the Contract by giving written notice of one

month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier, provided that such termination shall not
prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the
Parties.
25.

Arbitration and Resolution of Disputes:

The Procuring Agency and the Supplier shall

make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising
between them under or in connection with the Contract. If, after thirty (30) days from the
commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable
to resolve amicably a Contract dispute, either party may require that the dispute be referred to the
Arbitrator for resolution through arbitration. In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration. The Commissioner, PESSI or his
nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall
be final and binding on the Parties

26.

Governing Language: The Contract shall be written in English language. All correspondence

and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in
English.
27.

Applicable Law
This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.
28. Notices
1

Any Notice given by one party to the other pursuant to this contract shall be sent to the
other party in writing and confirmed to other partys address specified in Special
Conditions of Contract.

A notice shall be effective when delivered or on the notices effective date, whichever is
later

SPECIAL CONDITION OF CONTRACT


1.

Definitions;
i. The Procuring Agency: is the Punjab Employees Social Security Institution and other
Institutions under administrative control of PESSI, Head Office i.e. PESSI, Hospitals/PESSI,
Directorates. PESSI reserves the right to purchase full or part of the stores or
ignore/scrape/cancel the tender without assigning reasons.
ii. The Supplier; is the individual or firm supplying the goods under this contract.

2.

Availability: All medicines supplied to PESSI should be freely available at Head Offices of
leading chain Pharmacies of Lahore, if not so the offer of the firm would be cancelled (Bill
warranties for last one year should be attached).

3.

Bid Security;
The bidder shall furnish, as part of its financial proposal / bid, the Bid Securities / Earnest

Money (refundable) in Pak Rupees @ 2% of the total bid value in the shape of Bank Draft, Pay Order or
Call Deposit in the name COMMISSIONER PESSI. The financial bid found deficient of the bid
Security shall not be considered. No personal cheque shall be acceptable. The previous bid Security (if
any), if available, shall not be considered or carried forward. However, the bid security of any
successful bidder shall be returned upon submission of Performance Security and in case of
unsuccessful bidder, the bid security of the bidder shall be returned.
4.

Performance Security
After signing of contract, the successful bidders shall have to deposit bank draft of the amount

equal to 7% of order value as performance security in shape of deposit at call, for each phase. The bid
Security will be returned to the bidder upon submission of Performance Guaranty/Security.
5.

Inspection.
Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the

conditions of contract. After delivery at CMSD Defence Road, Lahore, the goods shall be
inspected/examined by the Inspection Committee, to physically check the goods in accordance with the
approved sample and terms / conditions of the Contract. The Committee shall submit its inspection
report to PESSI, Head Office, Lahore. In case of any deficiency, pointed out by the Inspection
Committee in the delivered medicines the Supplier shall be bound to rectify it free of cost. For imported
items Bill Of Entry is also to be provided to the inspection team otherwise inspection will not be
conducted to proceed further accordingly.
6.

Testing.
The samples shall be collected for analysis and send to DTL, Punjab. The samples drawn for

Drug Testing are to be replaced by the firm at the time of supply as per rules failing which PESSI will
not be responsible for delay in payment. Testing charges of samples against the supplies will be borne
by the supplying firms irrespective of the result of sample.
A certificate should be furnished by the tenderers that they will be responsible for the free
provision of new stores if the same are found to be substandard or at variance with the specifications
give in the tender inquiry. Stores of a specifications superior to the one specified in the tender inquiry
shall, however, be considered.
If the stores are declared sub-standard by DTL Punjab / NIH Islamabad, distribution shall not be
carried out and the entire stock will be confiscated and destroyed and the firm shall replace the whole

stock with the fresh stock free of cost. The procuring agency may take any other punitive action
including forfeiture of performance security and blacklisting.

7.

Delivery and Documents.


The supply order will be placed for the period from July, 2015 to 30th June, 2016. The supply

period will be 30 days from the date of issue of supply order with a grace period of 10-days which will
start immediately after expiry of 30-days time. Any subsequent/supplementary order placed by the Head
Office/Directorates/S.S. Hospitals, shall also be complied with by the firm promptly, on the same rates
as quoted/& approved by the Head Office PESSI. The Supplier shall provide the following documents at
the time of delivery of goods to Consignee end for verification and onward submission to quarter
concerned, duly completed in all respect for payment.
(i)

Original copies of Delivery Note / Challan (in duplicate)in the name of In charge
Director Medical CMSD, Defence Road, Lahore and Medical Superintendent PESSI
Hospitals where delivery is to be made, items description, batch No(s), Registration
No, manufacturing and expiry date and quantity.
Original copies of the Suppliers invoices (in duplicate) showing warranty, in the name

(ii)

of Commissioner PESSI, Head Office, items description, Batch No, Registration No,
manufacturing and expiry date, quantity, per unit cost, and total amount.
(iii)

Attested copies of valid drug manufacturing & sale license, Pre-qualification letter with
PESSI & drugs registration certificates shall be attached. The firm will have to provide
the valid professional tax exemption certificate.

(iv)

NTN Certificate.

(v)

Undertaking on judicial paper.

(vi)

Receipt of (F-6), 7% of order value.

(vii)

Three copies of the latest printed Original Price List should be attached.

(viii)

The firms providing false documents or giving misleading statements will be debarred
from the current & next tenders.

(ix)

Valid letter of authorization from the Foreign Principal in case of Sole Agent /
Importer.

8.

Incidental Services
The following incidental services shall be provided and the cost of which should include in the

total bid price.


a.

The bidder shall supply drugs/medicines as far as possible as per tender requirement in
commercial packing with Logo of PESSI.

b. The following wording/insignia shall be printed in bold letters (English) on each carton,
pack, bottle, strip / blister, tubes, vial / ampoule etc.
PESSI PROPERTY NOT FOR SALE
c. The rules for labeling and packing shall be followed as per The Drugs (Labeling and
Packing) Rules, 1986, framed under the Drugs Act, 1976. However, the name of Drug /
Medicine (Generic & Brand), equally prominent, should be printed/ written in indelible ink
in English on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides
the name and principal place of business of the Manufacturer, the drug manufacturing license

No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu
version namely, name of drug, dosage and instructions, should also be written on the outer
carton and on the most inner container in bold letters. All tablets shall be supplied in
aluminium strip / blister pack. Expiry date must be printed on each aluminium strip /
blister. The syrup should be supplied in glass / pet bottle with sealed caps as per sample
provided at the time of opening of tender. 2ml and less than 2ml ampoules, heat sensitive
ampoules and water for injection / distilled water supplied alongwith antibiotic & powder
vials shall be exempted from over printing however outer cartons and master cartons shall be
printed as PESSI Property not for Sale. In case of non fulfillment of these requirements the
supply shall not be accepted.
d. Glass ampoules having no paper label shall be exempted from printing from PESSI
PROPERTY NOT FOR SALE, however, outer carton or master carton shall be printed as
PESSI PROPERTY NOT FOR SALE.
e. In case of ampoules which are packed in tray, PESSI PROPERTY NOT FOR SALE shall
be printed on the label of the tray and ampoules may be exempted from printing PESSI
PROPERTY NOT FOR SALE, however, outer carton or master carton shall be printed as
PESSI PROPERTY NOT FOR SALE.
f.

Kleen Enema bottle shall be exempted from printing PESSI PROPERTY NOT FOR
SALE, however, the plastic cover and outer carton should be printed as PESSI
PROPERTY NOT FOR SALE.

g. Medicines with minimum of 80% shelf life for the locally manufactured shall be accepted
at the time of delivery.
h. Medicines with minimum of 80% shelf life for imported medicines shall be accepted,
however shelf life upto 75% shall be accepted with penalty equal to 1% of total value of the
medicine per percentage point of the short fall in the prescribed shelf life.
i.

If the Supplier / bidder charged the prices of incidental services separately in the financial
bid and not included in the Contract price of goods, the same shall be included prior to
comparison of rates with the other bidders.

9.

Warranty: The drugs/medicines shall be accompanied by the necessary warranty on judicial

under taking in accordance with the provision of the Drugs Act, 1976 / rules framed there under.
10.

Payment
a) The Payment shall be in Pak Rupees.
b) The payment will be made in two parts for Phase I & Phase-II respectively on
submission of documents along with DTL reports and Physical Inspection report
carried out by the committee.
c) The laboratory test / analysis charges of sample either from DTL, Punjab or from NIH,
Islamabad. shall be borne by the Supplier.

11.

Penalties/ Liquidated Damages.


a.

In case where the deliveries as per contract are not completed within the time frame

specified in the schedule of requirement, the Contract to the extent of non-delivered portion of
supply may be cancelled followed by a Show Cause Notice and amount of Performance
Guaranty to the extent of nondelivered portion of supplies of relevant item shall be forfeited
and firm may be blacklisted minimum for a period of one year. If the firm fails to supply the

whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to
the PESSI account and the firm may be blacklisted minimum for a period of two year.
Institution reserves the right to purchase the item from the IInd-lowest firm at the risk and cost
of the defaulting firm.
b.

Any order placed erroneously shall have to be lifted back by the firm at its own cost.

c.

The delivery period given by PESSI shall be acceptable to the firms. In case of late

delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 1%
per week of the cost of late delivered supply shall be imposed upon the Supplier.
12.

Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or application of this Contract shall be

settled through arbitration. The Commissioner, PESSI or his nominee shall act as sole ARBITRATOR.
The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.
13.

Governing Language: The language of this Contract shall be in English.

14.

Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of

Pakistan shall have exclusive jurisdiction.

15.

Notices
Suppliers address for notice purpose
------------------------------------------------

Procuring Agencys address


for notice purposes shall be the;

-------------------------------------------------The Director (Purchase),


PESSI, Head Office,
3/A, Gulberg-V, Lahore.

Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be
governed by the Punjab Procurement Rules 2014.

MANUFACTURERS AUTHORIZATION FORM

To:
The Commissioner,
PESSI.
WHEREAS M/s.________________________________________ who are established and
reputable Manufacturers of medicines having factory located at ________________________do hereby
authorize _________________________________ to submit a bid, and subsequently negotiate and sign
the Contract with you against No.__________________ for the goods manufactured by the firm. We
hereby extend our full guarantee and warranty as per Clause _____ of the General Conditions of
Contract for the goods offered for supply by the above firm against this Invitation for Bids.

{Signature on behalf of manufacturer___________________________}

Note: This letter of authority should be on the letterhead of the Manufacturer and should be
signed by a person competent and having the power of attorney to bind the Manufacturer. It
should be included by the bidder in its bid.

CONTRACT FORM
THIS CONTRACT is made at ---------------------------------on--------------------------day of--------------- 200--, between PESSI (hereinafter referred to as the Procuring Agency) of the First Part; and
M/s------------------------------------- a firm registered under the laws of Pakistan and having its registered
office at ------------------------------------------------------------------------------------------------ (hereinafter
called the Supplier) of the Second Part (hereinafter referred to individually as Party and collectively
as the Parties).
WHEREAS the Procuring Agency invited bids for procurement of medicines in pursuance
where of M/s ---------------------------------------------------------------- being the Manufacturer/ Sole Agent
of items (list enclosed) in Pakistan and ancillary services offered to supply the required item (s); and
Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of item, along with
cost per unit list enclosed.
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1.

In this Contract words and expressions shall have the same meanings as are respectively

assigned to them in the General/ Special Conditions of this Contract hereinafter referred to as
Contract:
2.

The following documents shall be deemed to form and be read and construed as integral part of

this Contract, viz:a.


b.
c.
d.
e.
f.
3.

Price Schedule submitted by the bidder,


Technical Specifications;
General Conditions of Contract;
Special Conditions of Contract; and
Procuring Agencys Award of contract; and
Purchase Order

In consideration of the payments to be made by the Procuring Agency to the Supplier as

hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods
and Services and to remedy defects therein in conformity in all respects with the provisions of this
Contract.
4.

The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of

the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as
may become payable under the provisions of this Contract at the time and in the manner prescribed by
this Contract.
5.

M/s. ______________________ hereby declares that it has not obtained or induced the

procurement of any Contract, right, interest, privilege or other obligation or benefit from PESSI or any
administrative subdivision or agency thereof or any other entity owned or controlled by it PESSI
through any corrupt business practice.
6.

Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants

that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or
agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or
indirectly through any natural or juridical person, including its affiliate, agent, associate, broker,
consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe,
finders fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining
or including the procurement of a Contract, right interest, privilege or other obligation or benefit in
whatsoever form from PESSI, except that which has been expressly declared pursuant hereto.

7.

M/s. ________________ certifies that has made and shall make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with PESSI and has not
taken any action or shall not take any action to circumvent the above declaration, representation or
warranty.
8.

M/s. _______________________________ accepts full responsibility and strict liability for

making any false declaration, not making full disclosure, misrepresenting facts or taking any action
likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without
prejudice to any other right and remedies available to Procuring Agency under any law, Contract or
other instrument, be void able at the option of Procuring Agency.
9.

Notwithstanding any rights and remedies exercised by Procuring Agency in this regard,

M/s.

____________________________ agrees to indemnify Procuring Agency for any loss or damage


incurred by it on account of its corrupt business practices and further pay compensation to Procuring
Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finders fee
or kickback given by M/s. ________________ as aforesaid for the purpose of obtaining or inducing the
procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form
from Procuring Agency.
10

In case of any dispute concerning the interpretation and/or application of this Contract shall be

settled through arbitration. Commissioner, PESSI or his nominee shall act as sole arbitrator. The
decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.
11.

This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.
12.

If the firms provide substandard item and fail to provide the item the payment of risk purchase,

the price difference shall be paid by the Firm


13.

Incase of supply of substandard product the destruction cost will be borne by the firm i.e

burning, Dumping, Incineration


14.

If the price quoted by the firm to the PESSI or more than the prices charged from any other

private/government institution/hospital in the country for the same financial year and in case of any
discrepancy then the firm shall be bound to refund the prices charged in excess. Affidavit to this effect
is also enclosed with the contract by the firm.
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at PESSI,
Head Office and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the Manufacturer/ Signed/ Sealed by Procuring Agency


authorized Person

1 ________________________________

_________________________________
DIRECTOR (PURCHASE)
PESSI, HEAD OFFICE

2 __________________________________

BID FORM
Date: ___________
No. ____________
To:
The Commissioner,
PESSI, Head Office,
3/A, Gulberg-V,
Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said
Bidding

Documents

for

the

sum

of

[Total

Bid

Amount

________________________], [Bid Amount in words_____________________________________] or


such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and
made part of this bid.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we shall submit 7% as
performance security (in shape of bank draft) of the contract price.
We agree to abide by this bid for a period of 90 days from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding Contract
between us.
We understand that the Procuring Agency is not bound to accept the lowest or any bid,
Procuring Agency may receive.

Name and address of bidder ---------------------------

Dated this ________________day of _____________________________20_____.


Signature (in the capacity of)
Duly authorized to sign bid for and on behalf of.

=====================================================================

DRUG SPECIFICATION PROFORMA


To,

Tender No:
Name of Bidder:
Address:
Phone No.

The Commissioner
Punjab Employees Social Seucrity Institution
(Head Office) 3-A, GulbergV,
Lahore
.

Sr #

PESS
I#

Name of
item as
in PESSI
List

Brand
Name
of the
offered
item

Name of
Manufactur
er

Drug
Registratio
n No

Validit
y of
Drug
Regn

Validity of Licence

Product
confirms to
USP or BP or
manufacturer'
s
specifications

Batch
Capacit
y

Packing
Designe
(Govt/
Commerci
al

Shelf Life

Signature of Authorized Person:


Name of Authorized Person:

iii)

Fax No.

Drug Mfg/Drug Sales Licence No:

1
2
3
4
5
6
7
8
9
10
NOTE

i)

Due on:

Quoted item should be highlighted with yellow highlighter on drug registration


certificate
and invoices / bill
warranty.
The firm should provide Two (02) commercial packs as representative of the
supplies.

Page No. /
Location of
Drug
Registratio
n letter

Page No. / Location of Bill


Warranty
Fazal
Din
Phara
m Plus

Gree
n
Plus

Clini
x

Servai
d

Designation of Authorized
Person:
Stamp:

You might also like