Anda di halaman 1dari 87

TERMS & CONDITIONS FOR RATE CONTRACT OF

DRUGS & MEDICAL CONSUMABLES


2009
DIRECTOR OF HEALTH SERVICES; ORISSA
[HEALTH & F.W. DEPARTMENT, GOVT. OF ORISSA]

Tel / Fax No.: 0674 – 2380750 / 2380749

Bid Reference No. SDMU / 2009 – 2010 – DMC – II – 009

TENDER DOCUMENT FOR SUPPLY OF


DRUGS AND MEDICAL CONSUMABLES ON RATE CONTRACT
FOR A PERIOD OF ONE YEAR FROM THE DATE OF APPROVAL
OF TENDER
DATE OF COMMENCEMENT OF SALE OF THE TENDER DOCUMENT : 12.11.2009
(11 A.M to 4 P.M)
PRE BID CONFERENCE : 01.12.2009 at 11:30AM
LAST DATE & TIME FOR SALE OF TENDER DOCUMENT : 14.12.2009 upto 4 PM

LAST DATE & TIME FOR RECEIPT OF TENDER : 15.12.2009 upto 11:30 AM

DATE & TIME OF OPENING OF TENDER (COVER A) : 15.12.2009 at 12 NOON

DATE & TIME OF OPENING OF TENDER (COVER B) : will be intimated later on.

PLACE OF OPENING OF TENDER :


PRE BID CONFERENCE
AND
ADDRESS FOR COMMUNICATION : Deputy Director State Drug Management Unit
AND In-front of Ram Mandir, Convent Square,
RECEIPT OF TENDER DOCUMENTS Bhubaneswar, Orissa
TEL / FAX – 0674 – 2380750 / 2380749
Email – sdmuorissa@yahoo.co.in
Website: www.orissa.gov.in/health

OFFICE OF THE DIRECTOR OF HEALTH SERVICES, ORISSA,


BHUBANESWAR –751001

TENDER DRUGS - 2009-2010 – I - 1


SALE OF TENDER / BID DOCUMENT

A complete set of bidding documents may be purchased by prospective


bidders on payment of a non-refundable fee as indicated below in the form of a
Demand Draft in favour of Dy. Director, State Drug Management Unit, (O) payable
at Bhubaneswar from any Nationalised /Scheduled Bank at the office of the Dy.
Director, State Drug Management Unit, in front of Ram Mandir, Convent Square,
Orissa, Bhubaneswar – 1 during office hours from 11 A.M. to 4 P.M. on all working
days as mentioned in the tender document either in person or by post.

The Bidders may download the Tender Documents directly from the
WEBSITE available at www.orissa.gov.in (All Tenders). The Tender cost fee of
Rs.2000/- Plus VAT @ 4% (Non-refundable) by way of separate Demand Draft
drawn in favour Deputy Director, State Drug Management Unit, (O), Bhubaneswar
should be enclosed alongwith the Technical Bid. The Bidders should specifically
superscribe, “DOWNLOADED FROM THE WEBSITE” on the top left corner of
the outer envelope containing Technical Bid and Price Bid separately. The Tender
cost fee and the EMD amount should be submitted separately in separate demand
drafts. In case of any bid amendment and clarification, responsibility lies with the
bidders to collect the same from the website or the office notice board before last
date of purchase of tender document and the DHS(O) shall have no responsibility for
any delay / omission on part of the bidder.

a) Price of bidding document Rs.2000.00 plus VAT @ 4%


(Non-refundable)
b) Postal charges, inland : Rs. 500.00 – (Extra)

The tender paper will be rejected if the bidder changes any clause or
Annexure of the bid document downloaded from the website.

TENDER DRUGS - 2009-2010 – I - 2


TERMS AND CONDITIONS FOR ACCEPTANCE OF TENDER FOR SUPPLY OF
DRUGS AND MEDICAL CONSUMABLES TO GOVERNMENT OF ORISSA ON
RATE CONTRACT FOR A PERIOD OF ONE YEAR FROM THE DATE OF
APPROVAL BY THE GOVERNMENT.

1.1 Sealed tenders will be received by Dated 15.12.2009 upto 11:30 AM by the

Director of Health Services, Orissa in the office of the Deputy Director, State
Drug Management Unit, In-front of Ram Mandir, Convent Square, BBSR-
751001, Orissa for the purchase of Drugs and Medical Consumables. Any
tender received after the due date & time will be rejected / returned unopened
to the sender. The Tenders will be received through Regd. Post / Courier
Service / Speed Post only.

1.2 The sealed tenders ‘Cover A’ (Technical Bid) submitted by the tenderer will
be opened by the Director of Health Services, Orissa at the Office of the Dy.
Director, State Drug Management Unit (O), in-front of Ram Mandir,
Bhubaneswar at 12 Noon on Dt. 15.12.2009. The tenderers or their duly
authorised representatives are allowed to be present during the opening of the
tenders if they so like.
1.3 The Bidders may download the Tender Documents directly from the
WEBSITE available at www.orissa.gov.in (view all tenders). The Tender cost
fee of Rs.2000/- Plus VAT @ 4% (Non-refundable) by way of separate
Demand Draft drawn in favour of Deputy Director, State Drug Management
Unit, (O), Bhubaneswar should be enclosed along-with the Technical Bid. The
Bidders should specifically superscribe, “DOWNLOADED FROM THE
WEBSITE” on the top left corner of the outer envelope containing Technical
Bid and Price Bid separately. The Tender cost fee and the EMD amount
should be submitted separately in two separate demand drafts. In case of any
bid amendment and clarification, responsibility lies with the bidders to collect
the same from the website or the office Notice Board before last date of
purchase of the tender document and the D.H.S (O) shall have no
responsibility for any delay / omission on part of the bidder.

TENDER DRUGS - 2009-2010 – I - 3


ELIGIBILITY CRITERIA:

2.1 Tenderers shall be a manufacturer having valid manufacturing license and or


loan license and GMP (by & large GMP certificate will not be accepted) as
per the revised Schedule M of Drugs & Cosmetics Act 1940 / WHO GMP or
direct importer having valid import license. Distributors / Suppliers / Agents /
C&F Agents / C&A Agents are not eligible to participate in the tender on
behalf of any company. The principal manufacturing units / the Tendering
firms whose annual turnover is Rs.10 crore or more for pharmaceutical
products in each of the year for last three financial years shall be eligible
to participate in the Tender. Responsibility of supply of stock shall be the
direct responsibility of the manufacturer who can raise the bills against such
supply. Payments will be made only in favour of the approved firm /
manufacturer of drugs & pharmaceutical products through e-payment
(online transfer / electronic money transfer) / Registered Post.

2.2. Tenderer / manufacturing unit which has been blacklisted for any item either
by the Tender inviting authority or by any state Govt. or central Govt.
organisation cannot participate in the Tender for that item during the period of
blacklisting.
2.3.1 The tenderer should have typically not less than 3 (three) years of
manufacturing and marketing experience in drugs / pharmaceutical products
supplying to the Government / Corporate / PSU Hospitals in India duly
supported by documentary evidence and attested by Notary Public / Gazetted
Officer (Annexure – III).
2.3.2 A certificate to this effect i.e. 2.3.1 should be submitted from the licensing
authority of the state that the quoted product is manufactured and marketed by
the tenderer since last 3 years.
2.4 Tenderer / firm / manufacturing unit is not eligible to participate in the present
tender who will have

(a) History of NIL supply during 2007-08 & 2008-09 (both financial year
added together) of four (4) or more items within the stipulated period.

TENDER DRUGS - 2009-2010 – I - 4


(b) History of supply of four (4) or more NSQ drugs / items during 2007-08 &
2008-09 (both financial year added together).
Note:
A. “A Manufacturer” is defined as a person / company having own
manufacturing unit or under loan license that performs all the manufacturing
and processing operations needed to produce drugs in their appropriate dosage
forms, including processing, blending, formulating, filling, packing, labeling
and quality testing with a valid license under Drugs & Cosmetics Act, 1940
and Rules.
B. Third party manufacturing units i.e. drugs manufactured by one unit and
marketed by another unit / firm will not be allowed to participate in the tender.
C. The term “Authorised Signatory”, means a Proprietor / Proprietress, or a
Managing Partner or an whole-time employee, in executive cadre, in a
Proprietorship Concern / Partnership Firm or a person who is working as
Managing Director / Director Finance / Director Marketing / General Manager
/ Assistant General Manager / Manager / Company Secretary in the Tenderer
Company, who has authority to take decision on the spot with regard to all the
aspects of the tender.
D. “Tenderer” means the Manufacturer / Importer participating in this tender.
E. Valid up-to-date means the certificate should be valid on the date or beyond
the opening of Tender (Cover-A) as per Tender conditions.

Sealed covers containing the tender in the prescribed form should be submitted in
two sealed covers, Cover “A” (Technical Bid) & Cover “B” (Price Bid) as
indicated below. Both the covers should be put into a third Cover, which should be
superscribed as “Tender for the supply of Drugs & Medical Consumables to the
Govt. of Orissa”. Reference No. SDMU / 200 – 200 – DMC – II – 009.

The following certificates should be submitted in Cover “A” by the tenderer


(Technical Bid). All the photocopies are to be attested by a Gazetted Officer / Notary
Public.

TENDER DRUGS - 2009-2010 – I - 5


TECHNICAL BID (COVER – A) :
3.1 Earnest Money Deposit.
3.2.1 List of items quoted with strength / specification and packing.
3.2.2 Valid up-to-date Manufacturing License (including loan licenses if any) with
drug endorsement (i.e. the list of approved items issued at the time of grant
/ renewal of the license and it should be a single list) of the items quoted /
copy of import license if items quoted are imported / copy of BIS certificate
wherever applicable. In case of imported drugs / items valid registration
certificate issued by Drugs Controller General of India, New Delhi will have
to be submitted by the tenderer.

3.3.1 Detail name, address, telephone no., mobile No., fax, e-mail of the firm and of
the Director / Managing Partner / Proprietor of the firm. (As per Annexure
VI)

3.3.2 Address, Telephone No., mobile No., e-mail, Fax of the Branch Office /
Contact Person in Orissa. (As per Annexure VI)

3.4 Power of Attorney / Authorisation to a person for liaisioning and monitoring


the business on behalf of the manufacturer / tenderer but not entitled to raise
the bills.

3.5 Valid up-to-date Good Manufacturing Practice (GMP) certificate as per the
revised Schedule M of Drugs & Cosmetics Act 1940 / WHO GMP certificate
from the licensing authority.
3.6 Declaration for compliance of GMP as per Annexure – XII.
3.7 Sales tax / VAT clearance certificates till 31.03.2009 (wherever applicable).
3.8 An affidavit in the format as per Annexure - I for printing of logo / labeling &
abiding by the tender rules & conditions.

3.9 The original tender book duly signed & sealed in each page with original
receipt.

3.10 Checklist with detail of the documents enclosed in Cover ‘A’ (as per
Annexure – VII) with page number. The documents should be serially
arranged as per this Annexure VII and should be securely tied and bound.

TENDER DRUGS - 2009-2010 – I - 6


3.11 Certificate duly filled by the Auditor / Chartered Accountant (as per
Annexure – X) that the annual turnover of pharmaceutical products of the
tendering firm is Rs.10 crore or more in each financial year (as per clause No.
2.1) for last preceding 3 (three) financial years.
3.12 Market standing certificate by the licensing authority that the quoted
pharmaceutical product is manufactured and marketed by the tenderer since
last three years.

COVER – B (PRICE BID):


4. The tender form giving the rates for various drugs and medical consumables
should be submitted in a separate sealed cover hereafter called Cover ‘B’
(Price Bid).
4.1.1 The tender format (price schedule) in duplicate in the prescribed form (as
per Annexure – II) should be submitted inclusive of excise duty, insurance,
packing, forwarding and freight (i.e door delivery) but exclusive of Central
Sales Tax / VAT & Entry Tax only. The rate should be quoted for each tablet /
capsule / vial / ampoule / bottle / tube etc. i.e. only absolute rate (both in
figures and words). But supply will be made in unit pack as per Tender
specifications. The hard copy of price schedule must be signed & sealed in
each page by the tenderer.

4.1.2 In case of R.T.I. / S.T.I. KIT or combipack. The rate should be quoted for
the KIT / combipack only not for the individual item.

4.2 The Cover ‘B’ should contain the price schedule duly signed & stamped
(Annexure – II) by the tenderer along with the C.D. / Pen drive i.e. both soft
copy and hard copy (as per the format provided by SDMU) properly filled in
price column both in figures and words.

4.3 The Cover ‘B’ will be opened at the Office chamber of the Deputy Director,
State Drug Management Unit, in-front Ram Mandir, Bhubaneswar by the
Director of Health Services, Orissa, Bhubaneswar in the presence of the
tenderers or their authorised representatives. The date & time to this effect
will be intimated lateron.

TENDER DRUGS - 2009-2010 – I - 7


NON RESPONSIVE / REJECTION CRITERIA

4.4 The tender paper will be rejected if any of the following documents are
wanting.
i) Earnest Money Deposit (EMD)

ii) Attested photocopies of up-to-date valid manufacturing license or loan


license with drug endorsement of the item quoted / Attested Photocopy
of up-to-date valid import license, if it is imported.

iii) Any pre-condition by the manufacturer / tenderer to supply / raise the


bills of the drugs & medical consumables through the distributor.

iv) Duly attested valid up-to-date Good Manufacturing Practices


Certificate (GMP) as per revised Schedule M (for manufacturers only)
or WHO GMP certificate.

v) Proof of annual turnover of Rs.10 crore or more in each year during the
preceding three (3) financial years (ref. Clause No. 2.1) only towards
pharmaceutical products being certified by Auditor / Chartered
Accountant (as per Annexure – X).

vi) Price Bid / quoted rates (hard copy) with out signature and seal of
tenderer.

vii) Proof of Market Standing of 3 (three) years or more for pharmaceutical


products inside India by the tenderer.

EARNEST MONEY DEPOSIT (BID SECURITY):


5.1 The earnest money deposit referred to at clause 3.1 will be Rs. 50,000.00
(Rupees fifty thousand) only will be submitted by the tenderer irrespective of
number of items quoted. The earnest money deposit must be paid in the shape
of demand draft in favour of the Dy. Director, State Drug Management Unit,
Orissa from any Nationalised / Scheduled Bank payable at Bhubaneswar
which will be deposited in the revolving fund of SDMU(O). This should be
submitted with the tender in Cover ‘A’. E.M.D. in shape of Cheque / Cash /
Postal Order will not be accepted.
TENDER DRUGS - 2009-2010 – I - 8
5.2 The E.M.D will be forfeited by the D.H.S. (O) if the tenderer
(a) Withdraws the tender in any respect within the validity of the bid or
does not accept the approved rates.
(b) Fails to furnish the required performance security within the specified
period.

5.3 The E.M.D of the unsuccessful bidders only will be returned back form the
revolving fund of SDMU (O) without interest after publication of the
approved list and E.M.D of the successful tenderers will be returned only after
the successful bidder deposits the performance security / security deposit
according to terms & conditions stipulated in the bid document.

SECURITY DEPOSIT (PERFORMANCE SECURITY):


6.1 The selected tenderer must deposit security money for the ordered items of
drugs/medical consumables in shape of Bank Draft from any Nationalised
Bank / Scheduled Bank in favour of the Dy. Director, State Drug Management
Unit, (O), Bhubaneswar only subject to a minimum of
Rs. 10,000/- (Rupees ten thousand) only and maximum of Rs.20,00,000/-
(Rupees twenty lakh) only, as per table 6.3 within 21 days from the date of
issue of purchase order which will be deposited in the revolving fund of
SDMU(O). In case the concerned firm fails to deposit the security money in
shape of Bank Draft in favour of Dy. Director, State Drug Management Unit,
Orissa no payment will be released to the firm / supplier / tenderer.

6.2 The security money (Bank Draft) will be returned back to the tenderer
without interest from the revolving fund of SDMU (O) after the expiry of the
approved list or completion of the supply & quality testing, which ever is
later.

6.3 The successful tenderer shall be required to pay security deposit as detailed
below.

TENDER DRUGS - 2009-2010 – I - 9


Security
Sl.
Purchase order value details deposit amount
No
(in Rs.)
a. Total Value of contract (all orders in a 10,000/-
financial year) undertaken / purchase order
upto 1 lakh
b. Total Value of contract (all orders in a 25,000/-
financial year) undertaken / purchase order
exceeding Rs.1 lakh and upto Rs.5 lakh
c. Total Value of contract (all orders in a 50,000/-
financial year) undertaken / purchase order
exceeding Rs.5 lakh and upto Rs.10 lakh
d. Total Value of contract (all orders in a 1,00,000/-
financial year) undertaken / purchase order
exceeding Rs.10 lakh and upto Rs.20 lakh
e. Total Value of contract (all orders in a 2,00,000/-
financial year) undertaken / purchase order
exceeding Rs.20 lakh and upto Rs.50 lakh
f. Total Value of contract (all orders in a 5,00,000/-
financial year) undertaken / purchase order
exceeding Rs.50 lakh to Rs.1Crore
g. Total Value of contract (all orders in a 10,00,000/-
financial year) undertaken / purchase order
exceeding Rs.1Crore to Rs.2 Crore
h. Total value of contracts ((all orders in a 20,00,000/-
financial year) undertaken / purchase order
exceeding Rs. 2 crore and above

TENDER CONDITIONS:
7.1 The quoted rate shall not vary with the quantum of order placed for
destination points.

7.2 A copy of the original tender conditions and the schedules should be signed
by the tenderer at the bottom of each page with the office seal duly affixed
and returned along with the tender in cover ‘A’. Tender schedule duly filled
in for Drugs and Medical Consumables should be returned with an index and
page number for the documents, enclosures & E.M.D. etc. The paging must
be done on all the documents submitted in “Cover A” & “Cover B”.

7.3 Tenders should be type-written or Computerised and every correction /over-


writing in the tender should invariably be attested with signature of the

TENDER DRUGS - 2009-2010 – I - 10


tenderer with date before submission of the tenders to the authorities
concerned. No revision of price (upward or downward) will be allowed once
the tender is opened (“Cover B”).

7.4.1 Each tender format (price schedule) must contain the rate of each Tab. / Cap. /
Inj. / Bottle which includes Excise Duty, Transportation (i.e. door delivery),
Insurance and all other charges etc. and excludes C.S.T / VAT & Entry Tax
only. The absolute rate should be quoted both in figures and words.
7.4.2 If there is a discrepancy between words and figures the amount mentioned in
words will prevail.
7.4.3 If there is discrepancy in absolute and unit rate (which is obtained by
multiplying the absolute rate with the total number in a unit pack) the
absolute price will prevail and the unit price will be corrected
accordingly.

7.5 The price quoted by the tenderers shall not in any case exceed the controlled
price, if any, fixed by the Central / State Govt. / N.P.P.A (National
Pharmaceutical Pricing Authority) and the Maximum Retail Price (MRP).
The Director of Health Services, Orissa at his discretion will exercise, the
right of revising the price at any stage so as to confirm to the controlled price
as the case may be.

7.6 To ensure sustained supply without any interruption the Director of Health
Services, Orissa reserves the right to split orders for supplying the
requirements among more than one tenderer provided that, the rates and other
conditions of supply are equal and with sufficient grounds. In case of non-
supply of any item by any approved lowest quoted firm, the D.H.S. (O) can
ask for willingness to of L2 / L3 / L4 / L5 firm to supply at L1 rate (lowest
approved rate) and procure the same item in L1 rate sequentially. The unit
packing should be uniform as prescribed for each item (Annexure – VIII).

7.7 The rates quoted and accepted will be binding on the tenderer for a
period of one year from the date of publication of the approved list or
that of publication of the next approved list whichever is earlier and on

TENDER DRUGS - 2009-2010 – I - 11


no account any increase in the price will be entertained till the
completion of this tender period.

7.8 No tenderer shall be allowed at any time on any ground whatsoever to claim
revision of or modification in the rates quoted by him. Clerical error,
typographical error etc. committed by the tenderers in the tender forms will
not be considered after opening of the tenders. Conditions such as
“SUBJECT TO AVAILABILITY, SUPPLY WILL BE MADE AS AND
WHEN SUPPLIES ARE RECEIVED” etc. will not be considered under
any circumstances and the tenders of those who have given such conditions
shall be treated as incomplete and for that reason, shall be summarily
rejected.

7.9 If at any time during the period of contract, the price of tendered items is
reduced or brought down by any law or act of the Central or State Govt. or by
the tenderer himself, the tenderer shall be morally and statutorily bound to
inform the Director of Health Services, Orissa immediately about such
reduction in the contracted prices. The Director of Health Services, Orissa is
empowered to unilaterally effect such reduction as is necessary in rates in
case the tenderer fails to notify or fails to agree for such reduction of rates. In
case of any enhancement in Excise Duty due to statutory Act of the Govt.
after the date of submission of the tenders and during the tender period, the
additional excise duty so levied will be allowed to be charged extra as
separate item without any change in price structure of the drugs approved
under the tender. For claiming the additional cost on account of the increase
in excise duty, the tenderer should produce letter from the concerned excise
authorities indicating his commitment for the supply made to the Director of
Health Services, Orissa on account of the increase in excise duty.

7.10 Preference will be given at the time of evaluation of the Tender to the
tenderers / firms having WHO GMP certificate for that item when the price
quoted by different firms are equal / same.

7.11 The Tax will be charged as per the guidelines given by the Finance Deptt.
from time to time. Only one Sales Tax either C.S.T / VAT will be paid to the

TENDER DRUGS - 2009-2010 – I - 12


supplier. In case of Entry Tax the supplier has to deposit the original receipt
to claim it, if finished goods are brought from outside the State. The Sales
Tax / VAT & E.T component should be shown separately in the cost price
(Price Schedule) (Annexure – II).

7.12 1.5% of the purchase order value will be deposited for all the supplies by the
firm in the shape of Bank Draft towards Quality Testing, Packing &
Forwarding charges before payment of his bill in favour of Deputy Director,
State Drug Management Unit, (O) to be deposited in the revolving fund. But
the supply of each drug / consumable must be in minimum batches. If more
than 1.5% of purchase order value is spent towards quality testing due to
more number of batches, the extra cost will be collected from the supplier.
The balance amount if any remaining due to less batch and bulk supply out of
1.5% will not be returned to the supplier & will be deposited in the revolving
fund.

7.13 2% of the purchase order value towards transportation cost will be deposited
by the supplier in favour of Deputy Director, State Drug Management Unit,
Bhubaneswar in shape of Bank Draft to be deposited in the revolving fund for
all supplies if the destination in purchase order is at Central Drug Store,
Bhubaneswar. The deposit should be made before the stock entry of bills
submitted to the S.D.M.U. If purchase order is placed for other destinations
except Central Drug Store, Bhubaneswar and the supplier / firm applies to
supply at Central Drug Store, Bhubaneswar this may only be allowed by the
Dy. Director, State Drug Management Unit, (O) depending on the situation
and space at Central Drug Store, Bhubaneswar with 2% transportation
charges if the purchase order value to one consignee for one item is less than
Rs. 10,000/- (Rupees ten thousand) only and the total order to that supplier
for all items is less than Rs. 20,000/- (Rupees twenty thousand) per consignee
only, as, ultimately the drugs will be transported to districts & medical
colleges. The D.H.S. (O) / Dy. Director, State Drug Management Unit, (O)
has the discretion to allow / refuse the consignment irrespective of the
amount to be delivered at Central Drug Store, Bhubaneswar depending upon

TENDER DRUGS - 2009-2010 – I - 13


the emergency situation, availability of space at Central Drug Store,
Bhubaneswar etc.

7.14 All the prices quoted should be in Indian Currency only, as the payments will
be made in Indian Currency only.

7.15 If the Govt. desires, it can extend the period of validity of approved list by
mutual consent.

7.16 In the event of the date being declared as a holiday for Govt. of Orissa, the
due date of submission of bids and opening of bids will be the following
working day at the appointed place & time.

7.17 All the documents submitted must be in English / Hindi / Oriya otherwise
its attested English version must be attached in the tender document.

7.18 A manufacturer / supplier will not be declared as part supplier / non-supplier


if he has completed 80% (eighty percent) of the ordered quantity within 70
days or within the extended period with liquidated damage charges.

7.19 The selected tenderer shall furnish the source of procurement of raw
materials utilised in the formulations and the costing as & when if required
by the purchasing authority. The Director of Health Services, Orissa / Dy.
Director, State Drug Management Unit, (O), Bhubaneswar reserves the right
to cancel the purchase order if the source of procurement of raw material and
costing are not furnished if asked for verification.

7.20 There will be a pre-bid conference prior to submission of Bids for a


discussion with the prospective bidders regarding their doubts.

7.21 The Director of Health Services, Orissa reserves the right to reject the tenders
or to accept the tenders for the supplies to all items or of any one or more of
the items tendered for without assigning any reason.

7.22 The Director of Health Services, Orissa will be at liberty to terminate by


assigning any reason there of the contract either wholly or in part. The

TENDER DRUGS - 2009-2010 – I - 14


tenderer will not be entitled for any compensation whatsoever in respect of
such termination.

7.23 If the tenderer fails to execute the supply within the stipulated time, the
Director of Health Services, Orissa is empowered to make emergency
purchases or purchase from L2, L3, L4 & L5 as the case may be and apply the
penal clauses on the defaulting firm.
7.24 The purchase order and the payments must be directly made to the
manufacturer and should never be handed over to the middleman / liaisioning
agent.
7.25 The quantity mentioned for each item in Annexure – IV are purely
approximate, the quantity of procurement may increase or decrease manifolds
depending on the budget provisions, new schemes, natural calamities and
epidemics etc.
7.26 The tender document is not transferable.

SUPPLY CONDITIONS:
8.1 The supplier / firm will supply as per the technical specification and print the
generic name in bold letters and brand name if approved by the licensing
authority may be printed in small font in strip / bottle / injection / packing /
foil / carton / box etc (Annexure – IV).

8.2 The tenderer should deliver the Drugs & Consumables to the different
warehouses (Door Delivery) of the state as per Annexure – V. The
insurance, storage & transport charges / courier charges if any will be borne
by the supplier. The short supply, damage if any at the time of delivery of
consignment shall be replaced by the supplier within seven days of the first
supply of indented items.

8.3 In all the cases the responsibility of the purchaser will start only after delivery
and due verification of goods.

8.4 The Composition & strength of each item tendered should be as per the
specification given in Annexure – IV (Technical Specification).

TENDER DRUGS - 2009-2010 – I - 15


8.5 All oral liquid preparations will be supplied in non-breakable plastic
containers as per standards laid down in I.P 96. The tenderer quoting for oral
liquid preparations will have to give an undertaking that the plastic containers
are made from materials confirming to Indian Pharmaceutical Specifications
standard and a copy of the test report of the plastic container used by them
are from an approved laboratory under the Drugs & Cosmetics Act and Rules
thereunder. If any of the item (Oral liquid preparation) in the Tender is not
permitted to be supplied in non breakable plastic containers as per I.P, the
same item can be packed in virgin glass bottle as per I.P.

8.6 Supply should be as per technical specification together with a detail label as
per rule 96 of D&C Rules 1945.

8.7 The D.H.S. (O) can place the purchase order for any item in a phased manner
to be supplied within a stipulated time limit depending on the requirements /
the scheme / situation.

8.8 The supply should be started immediately within 30 days & completed within
70 days from the date of issue of the purchase order. If no supply is received
upto 30 days or supply is not completed within 70 days from the date of issue
of purchase order, the Dy. Director, State Drug Management Unit, (O) may
cancel the order or allow extension of time as per liquidated damage clause
depending on the situation. The D.H.S. (O) has also the liberty to cancel
those orders and purchase the same item from L2, L3, L4 & L5 firm as the case
may be if the other firms agree to supply at L1 rate. The non-supplier will be
penalised as specified at clause 17. He shall also suffer forfeiture of the
E.M.D and security deposit.

8.9 The D.H.S. (O) has the liberty to instruct the tenderer / supplier to start the
supply immediately and complete within a specific period as per the situation
/ demand.

8.10 Each installment & batch of supply of drugs & medical consumables must be
accompanied with a test certificate that the supplied drug is of standard

TENDER DRUGS - 2009-2010 – I - 16


quality and as per the pharmacopoeial standard mentioned in technical
specification. The full name and qualification must be mentioned with the
signature of the certifying Chemist / Analyst.

8.11 The Drugs and Medical Consumables should arrive at the distribution point
(warehouse) with remaining shelf-life of at least 5/6th of the stipulated total
shelf-life from the date of manufacturing of that product.
8.12 The labels in all case of injectables should clearly indicate whether the
preparations are meant for INTRA VENOUS, INTRA- MUSCULAR or
SUB-CUTANEOUS or INTRADERMAL etc.

8.13 No item of Drugs and Consumables should bear the price of the item in its
Strip / Bottle / Carton / Packet / Box / Vial / Amp. / Than / Foil etc.
AGREEMENT:
9.1 The successful tenderer shall execute an agreement on a Rs.100/- Non Judicial
Stamp paper (stamp duty to be paid by the Tenderer) with the
Dy. Director, State Drug Management Unit, Orissa, Bhubaneswar within
30 days from the date of notification of approved list. The specimen format
of the agreement is as per Annexure – XI.

PACKAGING (As per Annexure – VIII) :


10.1 All the packaging should be primary (New). The supplier shall provide such
packaging of the goods as is required to prevent their damage or deterioration
during transit to their final destination. The packaging shall be sufficient to
withstand without limitation rough handling during transit and exposure to
extreme temperature, salt and precipitation during transit and upon storage.
All primary packaging containers, which come in contract with the drug
content, should strictly protect the quality and integrity of the drug and
medical consumables. (as per Annexure – VIII).

10.2 The packaging cartons must bear the name of the items (Generic names),
strength, total quantity, total weight, name of the manufacturer, month of
manufacturing and month of expiry (As per Annexure – VIII).

TENDER DRUGS - 2009-2010 – I - 17


The packaging should be as per specification given in Annexure – VIII.

10.3 Each Strip / Box / Carton / Bottle / Amp. / Vial / Than / Roll of Gauze and
Bandage shall bear the seal of the manufacturer and month of manufacturing,
month of expiry & Batch No. and labeling of “ORISSA GOVT. SUPPLY
NOT FOR SALE” “³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡”. (As per
Annexure – VIII & IX).

10.4 Labeling and packing of medicines and medical consumables should be as


per specification laid down under D&C Act, 1940 and Rules there under
made and modified.

10.5 The caps of bottles of preparations should not carry the name of the
Manufacturer / Supplier.

10.6 In case of Combipack / R.T.I. & S.T.I. KIT the items must be supplied in one
combipack only except Kit 3 where all the items will be packed in one box.

LOGOGRAMS AND LABELING:


11.1 The tenderer should give an undertaking (As per Annexure I) that he will
print a “ Orissa Govt. Supply Not For Sale” “³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R
É᧡ ÈäêÜ¡” in bold letters in contrast ink on each unit Strip / Box / carton /
Vial / Amp. / Bottle / Pkt. / Tubes / Cotton / Gauze / Bandage / Roller
Bandage & Foil etc. All the tablets and capsules have to be supplied in
standard packing as per technical / packaging specification enclosed in
Annexure – VIII. Affixing of stickers and rubber stamps shall not be
accepted except Gauze and Bandage. Failure to supply drugs & medical
consumables with the printing as specified above will be treated as breach of
the terms of agreement and render the tenderer liable to forfeiture of the
EMD and security deposit in addition to recovery of any attributable loss
incurred by the Director of Health Services, Orissa. It is applicable both for
SSI Units of state of Orissa as well as other firms uniformly.

QUALITY TESTING:

TENDER DRUGS - 2009-2010 – I - 18


12.1.1 The supplier / manufacturer must submit the test report of each batches being
supplied to the consignee from the testing laboratory (Annexure - XIII) at
the time of supply. Basing on the NABL standard quality test report the same
batch of drug can be distributed and used by the consignee / health
institutions.
12.1.2 But random samples of supplies in each batch will be chosen at the point of
supply or distribution / storage points for testing as a rechecking / in-house
procedure. The samples will be sent after coding (except hygroscopic drugs)
to different NABL laboratories for testing as decided by the Director of Health
Services, Orissa / Dy. Director State Drug Management Unit, (O). If the drugs
as per report is found to be not of standard quality in the first test, the supplier
will be required to replace the entire quantity (100%) of the batch declared
NSQ (Not of Standard Quality) or the cost of it in shape of Bank Draft in
favour of Deputy Director State Drug Management Unit, (O) / Director of
Health Services, Orissa to be deposited in the revolving fund for quality
testing / management of State Drug Management Unit and take back the
available stock (unused) in different Health Institutions of the State at his own
cost within a period of 30 days of the issue of the letter from the Director of
Health Services, Orissa / Dy. Director State Drug Management Unit, (O).
12.1.3 The supplier / manufacturer / firm must replace full (100%) of the supplied
quantity of drugs & medical consumables if the item fails before the expiry
date in respect of assay test / dissolution test / disintegration / pH / Sterility /
bacterial endotoxin / detection of any particulate matter / foreign particle etc.
irrespective of time duration of testing or intimation to the firms.
12.1.4 If the drugs / medical consumables fail or does not conform to other
parameters except the parameters mentioned above, the supplier will replace
50% of the stock already supplied or the unused balanced quantity available in
different stores / health institutions whichever is higher within 30 days of issue
of letter from the Directorate. The Technical Committee / Sub-Committee
will also decide the quantity to be replaced by the firm except the parameters
mentioned in 12.1.3 if there is any other defect in packaging, printing, strip
etc.

TENDER DRUGS - 2009-2010 – I - 19


12.1.5 If the supplier does not take back the NSQ stocks or does not challenge the 1st
test report within 30 days of issue of letter by the directorate, the concerned
health institution can destroy the NSQ stocks with intimation to the Deputy
Director, SDMU(O) & concerned Drug Inspector.

12.2 If the firm / supplier challenges the 1st NSQ test report within 15 days then
two separate samples of the same batch will be sent to 2 (two) other testing
laboratories. The majority opinion of the testing laboratories will be accepted.
The expenditure towards packing, forwarding and testing fees for two more
additional quality test (as decided by Dy. Director, S.D.M.U) will be deposited
by the supplier in advance within 15 days of issue of letter by the Directorate
for further 2 (two) tests which is in addition to 1.5% testing fees already
deposited by the supplier for Quality Testing. The quality testing will be done
in different NABL laboratories in rotation basis irrespective of variable quality
testing charges.

12.3 If it is found out that one batch of one item has come out to be NSQ two times
after challenge then the firm must replace the full supplied quantity of NSQ
batch or deposit the cost of it within one month and the firm will also be de-
recognised for 2 (two) years from the date of issue of the letter for that item
and no further supplies will be accepted from him for that item. The tenderer
will also not be eligible to participate in Director of Health Services, Orissa
Tenders for that item for supply of Drugs and Consumables for a period of 2
(two) years from the date of issue of letter, no further purchase order will be
placed to him & no further supplies will be accepted from him for 2 years.
Any amount (price) received by the firm for that product (Not of Standard
Quality) must be returned to Director of Health Services, Orissa within 15
days from the date of issue of the order or the amount so received will be
adjusted from any other dues payable to him or from the EMD and security
money deposited by the firm as the case may be. In case of SSI Units, if there
is no amount to be payable then the amount can be recovered from the
concerned firm under the OPDR Act, 1962. No further purchase order will be
placed to that firm for that product. Also in case of gross negligencies, where

TENDER DRUGS - 2009-2010 – I - 20


the tenderer is found to have supplied NSQ drugs & medical consumables and
fail to comply with the terms & conditions of supply mentioned in the Tender,
the security money will be forfeited and the firm will be blacklisted for a
period of two years from the date of issue of the letter.

12.4 If the same batch of one drug has been tested by the D.C (O) & Deputy
Director State Drug Management Unit, the NSQ report of either of the
authority will be accepted & actions will be taken accordingly. If the supplier
challenges the test report in the above circumstances then it will go for testing
to Central Drugs Testing Laboratory, whose report will be final.

12.5 If 2 (two) or more than 2 (two) batches of one item or two (2) times of one
batch of drug comes out to be Not of Standard Quality, then the supplier of
that item / drug will not be given any purchase order for that item / drug for a
period of 2 (two) years and the firm will be blacklisted for a period of 2 (two)
years and have to replace the full quantity of batch supplied within 30 days of
issue of letter.
12.6 The supplier shall be responsible for the full replacement in his own cost for
any product, if the same is found on visual inspection to have deteriorated /
not of standard quality before the expiry date.

12.7 The tenderer should clearly understand that the decision of the Director of
Health Services, Orissa or any Officer authorised by him / her relating to the
quality of the supplied Drugs, Medical Consumables etc. shall be final and
binding.

12.8 Random sample collection and testing of each batch medicines, medical
consumables and testing of plastic containers / glass bottles / packaging by
competent authority will be ensured by the Dy. Director, State Drug
Management Unit, (O). The expenses towards testing and handling charges
will be borne by the tenderer.

TENDER DRUGS - 2009-2010 – I - 21


EVALUATION PROCEDURE:

13.1 The rates of each item quoted by the tenderer will be evaluated after taking
the following points into consideration: -

a) Rates will be evaluated / compared after inclusion of the excise duty,


transportation, insurance, packing & forwarding.

b) Excluding Sales Tax, Entry Tax & VAT / CST.

c) After giving price preferences to eligible local S.S.I. Units of Orissa.


(Ref. Clause 18.6)

d) In case of R.T.I./S.T.I. KIT, the rate quoted for the single KIT
(Combipack) will be taken into consideration.

ISSUE OF PURCHASE ORDER:

14. The purchase orders will only be sent to the concerned manufacturing
firm by email and registered post / speed post / courier / fax.

LIQUIDATED DAMAGE:
15.1 The Dy. Director, State Drug Management Unit, (O) may allow extension for
a maximum period of 28 days, after the stipulated date of supply with the
penalty 0.5% of purchase order value as “Liquidated Damage”, for each week
upto a maximum of 2% on the value of the goods. So, the firm has to supply
medicines and other consumables without penalty upto 70 days and with
penalty of 0.5% each week for the delayed supplies upto a maximum of 2%.

15.2 The D.H.S. (O) may allow further 4 (four) weeks (28 days) beyond 98 days
only on justified grounds with a liquidated damage of 1% per week (7 days)
upto a maximum of 6% (2% for first 4 weeks + 4% for additional 4 weeks) of
purchase order value as liquidated damage i.e. from 71 days to 126 days from
the date of issue of purchase order i.e. 2% from 71 to 98 days, 4% from 99 to
126 days). No firm can claim extension of times for supply beyond 70 days

TENDER DRUGS - 2009-2010 – I - 22


from issue of purchase order. The D.H.S. (O) can apply all the penal clauses
for non-supply / part supply beyond 70 days from issue of purchase order.
The details of the liquidated damages to be charged on the purchase order
value are as per the followings:
(71st to 77th – 0.5%, 78th to 84th – 1%, 85th to 91st – 1.5%, 92nd to 98th – 2%,
99th to 105th – 3%, 106th to 112th – 4%, 113th to 119th – 5% & 120th to
126th – 6%).

15.3 If the supplier fails to complete the supply within the extended period, (70
days as per order or 98/126 days if allowed by Dy. Director, State Drug
Management Unit, (O) / D.H.S. (O)) i.e., within the period of liquidated
damage, no further purchase order will be placed to the firm for the said item
and the concerned firm will be blacklisted for that item for two (2) years from
the date of issue of letter.
TERMS OF PAYMENT:

16.1 No advance payments towards cost of Drugs, Consumables etc. will be made
to the supplier. The supplier has to submit 4 (four) copies of the bills or
invoices with a photocopy of the purchase order and the test certificate at the
place of supply for stock entry.

16.2 100% (full payment) of the value of the Drugs and Medical Consumables
supplied shall be made on receipt of the stock entry certificate on the body of
the bill / invoice from the warehouses along with the test report. Such
payment shall be made usually within two months from the delivery of the
goods.

16.3 Payments will only be released after keeping the security deposit, the quality
testing charges, replacement / cost of NSQ items and transportation charges if
any from the supplier, if they have not deposited same before.

16.4 A. All payments will only be made online (e-payment / e-transfer) or


registered post to the concerned manufacturer / supplier after clearance
of all pending dues.

TENDER DRUGS - 2009-2010 – I - 23


B. To receive the payment online (e-payment / e-transfer) the selected
firm has to open an account in the selected bank as per the guideline of
the Dy. Director, State Drug Management Unit, (O), Bhubaneswar and
submit details of the Bank Account No., MICR No. etc with a sample
of cancelled cheque.

16.5 No payment will be made to the supplier


(a) if the firm have not replaced the Not of Standard Quality (NSQ) (final
report) drugs or cost of it.
(b) if the firm have not cleared the quality testing or transportation charges
and security deposit as per the Tender terms & conditions.
But the D.H.S (O) / Deputy Director, State Drug Management Unit,
Bhubaneswar may keep an amount equal or more than the pending dues to be
paid by the firm from their payments and may forfeit the same after 30 days
notice. The forfeited amount may be kept in the revolving fund towards
quality testing / NSQ / transportation charges.

16.6 No claims shall be made against the Director of Health Services, Orissa in
respect of interest on earnest money deposit or security deposit or delayed
payment or any other deposit.

PENALTIES:
17.1 If the successful tenderer fails to execute the work order and /or deposit the
required security deposit and / or quality testing fees or / replacement of NSQ
stock and transportation charges within the time specified or withdraws his
tender / unable to undertake the contract or supply as per purchase order, his
purchase order will be cancelled and the earnest money deposited and / or
security deposit by him shall stand forfeited. He will also be liable for the
damages sustained by the Director of Health Services, Orissa. Such damages
shall be assessed by the Director of Health Services, Orissa, whose decision
will be final in the matter. The defaulting firm will be de-recognised for 2
(two) years from the date of issue of letter. The D.H.S. (O) can forfeit the
EMD or security deposit of the defaulting firms and de-recognise / black list

TENDER DRUGS - 2009-2010 – I - 24


the said firms for 2 (two) years from the date of issue of letter. All the
forfeited amount (EMD and or Security Deposit) may be deposited in the
revolving fund of SDMU (O) and can be utilized for procurement of essential
medicines.

17.2 If any Drugs and Medical Consumables supplied by the tenderer being
partially or wholly used or consumed after supply and are subsequently found
to be in bad order, unsound, inferior in quality or description or otherwise
faulty or unfit for consumption, then the firm has to replace the quantity as
per quality testing Rules (12.1 to 12.8) or the contract price or prices of such
items will be recovered from the tenderer and the firm will be de-recognised
for 2 (two) years for that item from the date of issue of letter as per the
quality testing rules.

17.3 Non – performance of contract provisions, part supply & non supply of
purchase order will disqualify a firm to participate in the tender for a period
of 2 (two) years from the date of issue of order and his E.M.D & or security
deposit submitted for that item will be forfeited and no further purchase order
will be placed to that firm for that item.
17.3.1 Tenderer / firm / manufacturing unit who
(a) fails to supply four (4) or more items within the stipulated supply
period (i.e. 70 days from the date of issue of order)
(b) supply 4 (four) or more Not of Standard Quality (NSQ) drugs / items to
the Health & F.W. Department from the orders issued out of the
approved list of this tender can not participate in the next tenders for a
period of 2 (two) years from the date of issue of order by the
appropriate authority.
17.4 In all the conditions except Govt. decisions the decision of the Director of
Health Services, Orissa shall be final and binding. The Director of Health
Services can de-recognise the defaulting firms for period of two years from
the date of issue of letter to the concerned firm for non-supply / part-supply
or if two or more than 2 (two) batches of one item or two (2) times of one
batch of drug comes out to be Not of Standard Quality.

TENDER DRUGS - 2009-2010 – I - 25


17.5 In the event of any litigation arising out of the tender such matters would be
subject to the jurisdiction of High Court, Orissa or Civil Courts,
Bhubaneswar.
CONDITIONS APPLICABLE TO SSI UNITS OF THE STATE:

18. The SSI Units of the State of Orissa will be eligible to participate in the
tenders and get the price preference provided & they have to produce the
following attested photocopy of the following documents:
18.1 Copy of valid manufacturing license of the quoted products.
18.2 Proof of annual turnover for the last three years as per clause 2.1, 3.12 &
4.4(V).

18.3 Valid up-to-date Good Manufacturing Practice (GMP) certificate as per


revised Schedule M or WHO GMP certificate.

18.4 Non-conviction certificate for last three years from the licensing authority.

18.5 P.M.T Certificate from the Director of Industries, Orissa or General Manager
District Industries Centre that it is a SSI Units of the State of Orissa, provided
that SSI units has not been derecognised by the Govt. for that specified
period.

18.6 A. Local SSI Units and Khadi & Village industrial units including
handloom and handicrafts will enjoy a price preference of 5% over
local Medium and Large Industries and Industries outside the State
(Orissa).
B. Any local SSI Unit having valid ISO / ISI certification for it’s product
will get an additional price preference of 3%.
C. The price preference ( A & B) will not be applicable if evaluation is
made amongst / between local SSI Units of the State (Orissa.)

18.7 The supplies will be delivered by the approved SSI Units at the destination
points as mentioned in Annexure – V.
18.8 Clause number 1 to 17 are also applicable to the Small Scale Industry Units
of the state of Orissa.

TENDER DRUGS - 2009-2010 – I - 26


ANNEXURE – I
As per Clause 3.9
11.1

DECLARATION
I/We M/s._________________________________________________ represented
by its Proprietor / Managing Partner / Managing Director having its Registered Office at
________________________________________________and its Factory Premises at
____________________________________________________ do hereby declare that
I/We have carefully read all the conditions of tender in Ref. No.
for supply of drugs & medical consumables for a period of one year on rate contract
basis from the date of publication of approved list and will abide by with all the terms
conditions of the Tender.
I/We declare that we posses the valid license and GMP Certificate (GMP) as per
revised Schedule-‘M’ / WHO GMP issued by the Competent Authority and complies and
continue to comply with the conditions laid in revised Schedule M of Drugs & Cosmetics
Act, 1940 and the Rules made there under. I/We furnish the particulars in this regard in
enclosure to this declaration.

I/We do hereby declare that I/We have not been derecognised / blacklisted by any
State Govt. / Govt. of India / Union Territory / Govt. organization / Govt. Health Institutions
for supply of Not of Standard Quality drugs or medical consumables or for part-supply /
non-supply.

I/We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit
and or Security Deposit and blacklist me/us for a period of 5 years if, any information
furnished by us proved to be false at the time of inspection / verification and not complying
with the conditions as per the revised Schedule M of the said Act / not abiding by the tender
terms & conditions.

I/We do hereby declare that I will supply the drugs & medical consumables as per
the terms & conditions of the tender document, print in bold letters “ Orissa Govt. Supply
Not For Sale” “³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡” in contrast ink on the Carton /
Strip / Packets / Foils / Amp. / Vial / Bottle as the case may be.

Signature of the bidder :

Date :

Name & Address of the Firm:

Affidavit before Notary Public

TENDER DRUGS - 2009-2010 – I - 27


ANNEXURE - II
As per Clause - 4.1
7.4 / 7.11
MODEL TENDER FORMAT (PRICE SCHEDULE)

Whether S. S. I. Unit of Orissa : Yes / No

Rates will be quoted for absolute only which includes excise duty ,
packing , forwarding / transportation & (Door Delivery) excludes Sales
Strength & Tax / VAT & Entry Tax but supply will be made in unit pack
Sl. No. Drug Code Generic Name of the Drug Composition / Remarks
Specification
Rate for each Tab. / Cap / Amp / Vial / Bottle / Roll etc.
(Absolute rate) in Rs. both in words and figures.
1 2 3 4 5 6

Signature of the Bidder :


Name :
Place : Address :
Date :
Note : 1. The drug code of each item must be mentioned.
2. Only generic names should be quoted. ( see clause 8.1 of tender condition )
3. The Page No. of the item endorsement which has been quoted should be indicated in the remark column
& should be underlined in the endorsement page.
4. This model tender format which is in the floppy / CD should also be filled up & submitted in Cover - 'B' only.
5. Quoted Price:
a. If there is difference in figures & words, the words will be taken into consideration
b. The rates should be quoted for absolute only both in figures and words but all supplies will be made in unit pack only.
c. If there is discrepancies in absolute & unit rate the absolute price will prevail and the unit price will be corrected
accordingly.

28
ANNEXURE - III
As per Clause – 2.3

MARKET EXPERIENCE CERTIFICATE


(PROFORMA FOR PERFORMANCE STATEMENT)
(For a period of last three years)
(ITEM WISE)

Name of the Firm / Supplier :

Date of completion of delivery


Description & quantity of Remarks Was the supply of Drugs, Medical
Order Placed By ordered Drugs, Medical indicating reasons Consumables and / or Vaccines
Order No. & Date Value of order
(Full address of the Purchaser) Consumables and / or for late delivery, satisfactory ? (Attach a certificate
Vaccines As per contract Actual if any from the Purchaser / Consignee)

Signature and seal of the Bidder

29
ANNEXURE - IV
As per Clause - 8.1, 8.4, 8.5, 8.6
SCHEDULE OF REQUIREMENTS WITH
TECHNICAL SPECIFICATIONS FOR
SPECIFIC DRUGS, MEDICAL CONSUMABLES AND / OR VACCINES

Sl Drug Pharmacopoeial
Drug Name Standard. Specification / Strength Unit Pack Remarks
No Code
1. Category: General Anaesthetics
1 D01001 Inj. Ketamine HCl IP 57.7 mg of Ketamine HCl 10 ml/Vial
Equivalent to 50 mg of Ketamine 20 Vials/Box
2 D01002 Inj. Thiopentone Sodium IP 500 mg/Vial 500 mg/Vial
20 Vials/Box

1.1 Sub Category: Local Anaesthetics


3 D02001 Inj. Lignocaine HCl IP 2% w/v 30 ml/Vial
20 Vials/Box
4 D02003 Inj. Lignocaine HCl and Adrenaline IP Lignocaine HCl - 21.3 mg / ml + 30 ml/Vial
Bitartrate Adrenaline 0.5 mg / ml 20 Vials/Box
5 D02006 Inj. Bupivacaine IP 5mg/ml 20 ml/Vial
20 Vials/Box
6 D02007 Lidocaine Hydrochloride gel 2% 30gm/Tube 30gm/Tube
20Tubes/Box

1.2 Sub Category: Pre-Operative Medication


7 D01007 Inj. Midazolam BP 1 mg/ml 10 ml/Vial
20 Vials/Box
8 D03002 Inj. Glycopyrrolate USP 0.2 mg/ml 1 ml/Amp
20 Amps/Box

30
1.3 Sub Category: Muscle Relaxants and Cholinesterase Inhibitors
9 D01008 Inj. Atracurium Besylate EP 10 mg/ml 2.5 ml/Amp
20 Amps/Box
10 D24001 Inj. Neostigmine Methylsulphate IP 0.5 mg/ml 2ml/Amp
20 Amps/Box
11 D24003 Inj. Succinyl Choline Chloride IP 50 mg/ml 2 ml/Vial
20 Vials/Box
12 D24005 Inj. Vecuronium Bromide BP 4mg/2ml 2 ml/Vial
20 Vials/Box

2. Category: Analgesics, Anti- Pyretics & Anti-inflammatory Drugs


2.1 Sub Category: Non-Opioid Analgesics
13 D04022 Tab. Paracetamol Kid (Disp. Tab.) IP 125 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
14 D04003 Syp. Paracetamol IP 125 mg/5 ml 60 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)
15 D04004 Inj. Paracetamol IP 150 mg/ml 2 ml/Amp
20 Amps/Box
16 D04026 Paracetamol Drop IP 100 mg/ 5 ml 15ml / Bottle
(with dropper and palatable, 20 Bottles/Box
container as per I.P)
17 D04027 Susp. Paracetamol and Ibuprofen Paracetamol 125mg and Ibuprofen 60 ml/Bottle
(with measuring cap and palatable, 100mg / 5ml 20 Bottles/Box
plastic container as per I.P)
18 D04009 Tab. Diclofenac Sodium (Coated) IP 50 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
19 D04010 Inj. Diclofenac Sodium IP 25 mg/ml 3 ml/Amp
20 Amps/Box

31
20 D04015 Tab. Nimesulide (Coated) BP 100 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
21 D04023 Tab. Etoricoxib (Coated) 90mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

2.2 Sub Category: Opioid Analgesics


22 D04028 Tab. Codeine Phosphate BP 15mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
23 D04029 Inj. Pethidine Hydrochloride IP 100mg / 2ml 2 ml/Amp
20 Amps/Box
24 D04008 Inj. Pentazocine Lactate IP 30 mg/ml 1ml/Amp
(equivalent of 30 mg of 20 Amps/Box
pentazocine) /ml
25 D04021 Inj. Tramadol HCl BP 50 mg/ml 2 ml/Amp
20 Amps/Box
26 D04030 Tab. Tramadol Hydrochloride Each tablet contains Tramadol HCl 10 Tabs/Strip
(Coated) BP 100 mg 10 Strips/Box
(Aluminium foil/Blister pack)

3. Category: Anti- Allergic Drugs


27 D05001 Inj. Dexamethasone Sodium IP 4 mg/ml (4.4 mg of 2 ml/Vial
Phosphate Dexamethasone sodium phospate is 20 Vials/Box
equivalent to 4 mg. of
Dexamethasone Phosphate)

28 D05002 Inj. Hydrocortisone Sodium IP 100 mg of hydrocortisone/Vial 2 ml/Vial


Succinate 20 Vials/Box
(with diluents in plastic container)

29 D05004 Tab. Prednisolone IP 5 mg/Tab 10 Tabs/Strip


(Aluminium foil/Blister pack) 10 Strips/Box

32
30 D05015 Tab. Prednisolone IP 10 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
31 D05005 Inj. Adrenaline Bitartrate IP 1mg/ml (1:1000) 1ml/Amp
20 Amps/Box
32 D05006 Tab. Chlorpheniramine Maleate IP 4 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
33 D05007 Inj. Pheniramine Maleate IP 22.75 mg/ml 2 ml/Amp
20 Amps/Box
34 D05011 Syp. Cetrizine Dihydrochloride BP 5 mg/ 5 ml 30 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)

4. Category: Antidotes Used in Poisoning


35 D03003 Inj. Naloxone HCl USP 0.4 mg/ml 1 ml/Amp
20 Amps/Box
36 D03004 Potassium Permanganate IP 100 gm crystals / pack 100 gm/Pack
20 Packs/Box
37 D06001 Inj. Dimercaprol IP 100 mg/2ml (In Arachis Oil + 2 ml/Vial
Benzyl Benzoate Mixture) 20 Vials/Box
38 D06002 Inj. Pralidoxime Chloride / Iodide IP 500 mg/20 ml 20 ml/Vial
20 Vials/Box

5. Category: Anti-Epileptics Drugs


39 D07001 Tab. Phenobarbitone IP 30 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
40 D07011 Phenobarbitone Oral Solution USP 20mg/5ml 60 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)
41 D07003 Tab. Carbamazepine IP 200 mg/Tab. 10 Tabs/Strip
(Controlled Release) 10 Strips/Box
(Aluminium foil/Blister pack)

33
42 D07005 Tab. Sodium Valproate IP 200 mg/Tab 10 Tabs/Strip
(Enteric Coated) (Aluminium (Controlled Release) 10 Strips/Box
foil/Blister pack)
43 D07012 Elixir Sodium Valproate IP 200 mg / 5ml 100 ml/Bottle
(with measuring cap and palatable 20 Bottles/Box
plastic container as per I.P)
44 D07013 Inj. Fosphenytoin Sodium 75mg/ml 2 ml/Amp
20 Amps/Box
45 D07010 Inj. Lorazepam IP 1 mg/ml 2 ml/Amp
20 Amps/Box

6. Category: Anti-Infective / Anthelmintic Drugs


6.1 Sub Category: Anthelmintic Drugs
46 D08001 Tab. Mebendazole IP 100 mg/Tab 6 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
47 D08003 Susp. Albendazole USP 200 mg/5ml 10 ml/Bottle
(with measuring cap and palatable 20 Bottles/Box
plastic container as per I.P)

6.2 Sub Category: Anti - Bacterial Drugs


48 D09003 Susp. Cotrimoxazole IP (Trimethoprim 40mg + 50 ml/Bottle
(with measuring cap and palatable, Sulphamethoxazole 200mg) / 5ml 20 Bottles/Box
plastic container as per I.P)
49 D09065 Tab. Cotrimoxazole Kid (Disp. Tab.) IP TMP 20mg + SMZ 100mg / Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

50 D09056 Inj. Ampicillin Sodium IP Equivalent to 250 mg of anhydrous 250mg / Vial


(with diluents in plastic container) Ampicillin/Vial 20 Vials / Box

34
51 D09012 Tab. Amoxycillin Trihydrate IP Equivalent to 250 mg/Tab of 10 Tabs/Strip
(Dispersible) (Aluminium foil/Blister Amoxicillin (Dispersible Tablet) 10 Strips/Box
pack)
52 D09050 Cap. Amoxycillin Trihydrate IP 500 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
53 D09060 Susp. Amoxycillin Powder 125 mg / 5ml 60ml/Bottle
(with measuring cap and 20 Bottles/Box
palatableplastic container as per I.P)

54 D09064 Inj. Cloxacillin Sodium IP Equivalent to Inj. 250 mg of 250mg/Vial


(with diluents in plastic container) Cloxacillin/Vial 20Vials / Box
55 D09070 Cap. Tetracycline IP 500 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
56 D09006 Inj. Benzathine Penicillin IP 12 LU / Vial 12 Lacs / Vial
(with diluents in plastic container) 20 Vial/Box
57 D090063 Inj. Benzathine Penicillin IP 6 LU / Vial 6 Lacs / Vial
(with diluents in plastic container) 20 Vial/Box
58 D09007 Inj. Ciprofloxacin I.V. IP 200mg/100ml 100 ml/Bottle
(FFS / BFS Plastic Container) 20 Bottles/Box
59 D09020 Tab. Ciprofloxacin HCl IP 500 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
60 D09049 Tab. Ciprofloxacin HCl IP 250 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
61 D09017 Tab. Norfloxacin IP 400 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
62 D09066 Tab. Norfloxacin (Disp. Tab.) IP 100 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
63 D09084 Tab. Ofloxacin 400 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

35
64 D09072 Tab. Ofloxacin DT IP 100 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
65 D09073 Inj. Ofloxacin I.V IP 2mg/ml 100 ml/Bottle
(FFS/ BFS, Plastic Container) 20 Bottles/Box
66 D09085 Susp. Ofloxacin 100mg / 5ml 60 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)
67 D09035 Tab. Roxithromycin 150 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
68 D09059 Tab. Roxithromycin (Disp. Tab.) 50 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
69 D09036 Susp. Roxithromycin 50 mg/5ml 60 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)

70 D09009 Inj. Gentamycin Sulphate IP 40 mg/ml 2 ml/Vial


20 Vials/Box
71 D09019 Inj. Amikacin Sulphate IP 500 mg/2ml equivalent of Amikacin 2 ml/Vial
20 Vials/Box
72 D09046 Inj. Amikacin Sulphate IP 100 mg/2ml equivalent of Amikacin 2 ml/Vial
20 Vials/Box
73 D09026 Tab. Cefadroxil IP 500 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
74 D09051 Tab. Cefadroxil (Dispersible) IP 250 mg/Tab. (DT) 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
75 D09053 Inj. Cefotaxime Sodium IP 250 mg/Vial 250 mg/Vial
(with diluents in plastic container) 20 Vials/Box
76 D09054 Inj. Cefotaxime Sodium IP 1gm/Vial 1gm/Vial
(with diluents in plastic container) 20 Vials/Box

36
77 D09077 Tab. Azithromycin IP 500 mg/Tab 3 Tabs/Strip
(Aluminium Foil/Blister pack) 10 Strips/Box
78 D09078 Inj. Cefoperazone & Sulbactam (with 500mg Cefoperazone + 500mg 1gm/Vial
diluents in plastic container) Sulbactam 20 Vials/Box
79 D09086 Inj. Cefoperazone & Sulbactam (with 250mg Cefoperazone + 250mg 500mg/Vial
diluents in plastic container) Sulbactam 20 Vials/Box
80 D09087 Inj. Piperacillin + Tazobactam Piperacillin 4gm + 4.5 gm/Vial
(with diluents in plastic container) Tazobactam 500mg 20 Vials/Box
81 D09088 Inj. Piperacillin + Tazobactam Piperacillin 2gm + 2.25 gm/Vial
(with diluents in plastic container) Tazobactam 250mg 20 Vials/Box
82 D09089 Susp. Azithromycin USP 100mg / 5ml 15 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)
83 D09090 Tab. Cefixime (Dispersible) 50mg/Tab 10 Tabs/Strip
(Aluminium Foil/Blister pack) 10 Strips/Box

84 D09091 Tab. Cefixime IP 200mg/Tab 10 Tabs/Strip


(Aluminium Foil/Blister pack) 10 Strips/Box

6.3 Sub-Category: Anti Leprosy Drugs


85 D10001 Tab. Dapsone IP 100 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
86 D10002 Cap. Clofazimine IP 100 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

6.4 Sub Category: Anti- Tubercular Drugs


87 D11001 Inj. Streptomycin Sulphate IP 0.75 gm/Vial 0.75 gm/Vial
20 Vials/Box
88 D11002 Cap. Rifampicin IP 150 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

37
89 D11003 Cap. Rifampicin IP 450 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
90 D11009 Susp. Rifampicin BP 100 mg/5ml 200 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)

91 D11004 Tab. INH (Coated) IP 100 mg/Tab 10 Tabs/Strip


(Aluminium foil/Blister pack) 10 Strips/Box
92 D11005 Tab. INH (Coated) IP 300 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
93 D11007 Tab. Ethambutol (coated) IP 400 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
94 D11010 Tab. Pyrazinamide (Coated) IP 750 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

6.5 Sub Category: Anti- Fungal Drugs


95 D12008 Tab. Fluconazole USP 150 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
96 D12007 Tab Fluconazole IP 50 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
97 D12009 Clotrimazole Vaginal Pessaries with IP 100 mg / Pessary 6 Peassary/Strip
applicator 10 Strips/Box
98 D12011 Clotrimazole Vaginal Gel with IP Clotrimazole 2% w/w 30gm/Tube
applicator 20Tubes/Box
99 D12012 Clotrimazole Lotion IP Clotrimazole 1% w/w 10ml/Vial
(Plastic container) 20 Vials/Box
100 D12015 Tab. Terbinafine 250mg/Tab. 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

38
6.6 Sub Category: Anti- Protozoal(Anti-Amoebic) Drugs
101 D13001 Tab. Tinidazole (Coated) IP 300 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
102 D13003 Inj. Metronidazole I.V IP 500 mg/100 ml Bottle 100 ml/Bottle
(FFS / BFS Plastic Container) 20 Bottles/Box
103 D13007 Susp. Metronidazole(Oral Susp.) IP 200 mg/5 ml 60 ml/Bottle
(with measuring cap and palatable, (100mg of Metronidazole Benzoate is 20 Bottles/Box
plastic container as per I.P) equivalent of 62.5 mg of
Metronidazole)

104 D13008 Tab. Ornidazole (Coated) 500 mg/Tab 10 Tabs/Strip


(Aluminium foil/Blister pack) 10 Strips/Box

6.7 Sub Category: Anti- Malarial Drugs


105 D14002 Syp. Chloroquin Phosphate IP 80 mg of Chloroquin phosphate/5ml 60 ml/Bottle
(with measuring cap and palatable, (with measuring cap & palatable) 20 Bottles/Box
plastic container as per I.P)

106 D14003 Inj. Chloroquin Phosphate IP 54.5 mg of chloroquin sulphate 5 ml/Amp


equivalent to 40 mg/ml of chloroquin 20 Amps/Box
or, 64.5 mg chloroquin phosphate
equivalent to 40 mg of chloroquine /
ml

107 D14004 Tab. Quinine Sulphate (coated) IP 300 mg/Tab 10 Tabs/Strip


(Aluminium foil/Blister pack) 10 Strips/Box
108 D14005 Inj. Quinine Di-Hydrochloride IP 300 mg/ml 2 ml/Amp
20 Amps/Box
109 D14006 Tab. Primaquin Phosphate (coated) IP 7.5 mg/Tab,13 mg of primaquin 10 Tabs/Strip
(Aluminium foil/Blister pack) phosphate equivalent to 7.5 mg of 10 Strips/Box
primaquin

39
110 D14017 Tab. Primaquin Phosphate (coated) IP 4.35 mg of primaquin phosphate 10 Tabs/Strip
(Aluminium foil/Blister pack) equivalent to 2.5 mg primaquin 10 Strips/Box

111 D14018 Inj. Artesunate 60 mg/Vial (with sodium Bi- 7 Vials/Box


carbonate 1ml+5ml NaCl)
112 D14007 Tab. Artesunate EP 50 mg/Tab 4 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
113 D14008 Inj. Arteether (a:ß) EP 150 mg/2 ml 2 ml/Amp
20 Amps/Box
114 D14019 Tab. Sulphadoxine + Pyrimethamine IP Sulphadoxine 500mg + 2 Tabs/Strip
(Aluminium foil/Blister pack) Pyrimethamine 25mg / Tab. 10 Strips/Box

6.9 Sub Category: Anti HIV Drugs


115 D32001 Tab. Zidovudine EP 300 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
116 D32002 Tab. Lamivudine 150 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
117 D32003 Tab. Nevirapine EP 200 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
118 D32005 Cap. Stavudine EP 30 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
119 D32006 Cap. Indinavir 400 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

7. Category: Anti- Neoplastic Drugs


120 D33004 Inj. Cyclophosphamide IP 1gm/vial 1gm/Vial
20 Vials/Box
121 D33002 Inj. Cyclophosphamide 200mg/vial 200mg/Vial
20 Vials/Box

40
122 D33009 Tab. Methotrexate(coated) IP 2.5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
123 D33011 Inj. Methotrexate IP 25 mg/ml LRC 2 ml/ Amp
20 Amps/Box
124 D33012 Inj. Fluorouracil IP 25 mg / ml 5 ml / Amp
20 Amps/Box
125 D33017 Inj. Vincristine Sulphate IP 1mg / ml 1ml / Amp
20 Amps/Box
126 D33024 Inj. Cisplatin IP 50 mg/Vial 50 mg / Vial
20 Vials/Box
127 D33046 Inj. Doxorubicin HCl IP 2 mg/ml 5 ml/Vial
20 Vials/Box
128 D33048 Tab. Allopurinol IP 100 mg/Tab 10 Tab/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

8. Category: Drugs Acting on Blood


129 D16002 Tab. Folic Acid IP 5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
130 D16004 Inj. Heparin Sodium IP 5000 IU/ml 1ml/Amp
20 Amps/Box
131 D16005 Inj. Menadione (Vit-K3) IP 10 mg/ml 1ml/Amp
20 Amps/Box
132 D16009 Tab. Ferrous Sulphate + Folic Acid IP Equivalent to 100 mg of Elemental 10 Tabs/Strip
(Sugar Coated)(Aluminium Iron + Folic Acid 0.5mg 10 Strips/Box
foil/Blister pack)

133 D16010 Tab. Ferrous Sulphate + Folic Acid IP Each Tab. contains 20mg Elemental 10 Tabs/Strip
(Sugar Coated) (Paediatric) Iron with 100 mcg Folic Acid. 10 Strips/Box
(Aluminium foil/Blister pack)

41
134 D16011 Syp. Ferrous Sulphate + Folic Acid IP Each 5ml contains 100mg of 100ml/Bottle
(with measuring cap and Ferrous Sulphate and 0.5 mg of 20 Bottles/Box
palatable,plastic container as per I.P) Folic Acid

135 D16012 Inj. Tranexamic Acid BP 500mg/5ml 5ml/Amp


20 Amps/Box
136 D16013 Tab. Tranexamic Acid BP 500mg/Tab. 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
137 D16014 Inj. Hydroxocobalamine IP 1mg / ml 1ml/Amp
20 Amps/Box
138 D16015 Cap. Hydroxyurea USP 500mg/Cap. 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
139 D16007 Inj. Ethamsylate BP 125 mg/ml 2 ml/Amp
20 Amps/Box

9. Category: Cardio Vascular Drugs


9.1 Sub Category: Diuretics
140 D17026 Tab. Hydrochlorothiazide IP 12.5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
141 D20002 Inj. Frusemide IP 10 mg/1 ml 2 ml/Amp
20 Amps/Box
142 D20004 I.V Mannitol IP 20% w/v 100 ml/Bottle
(FFS / BFS Plastic Container) 20 Bottles/Box
143 D20005 Tab. Spironolactone IP 25 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

9.2 Sub Category: Anti- Anginal Drugs


144 D17001 Tab. Isosorbide Dinitrate IP 5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

42
145 D17018 Inj. Glyceryl Trinitrate USP 5 mg/ml 5 ml/Amp
20 Amps/Box

9.3 Sub Category: Anti-Hypertensive Drugs


146 D17006 Tab. Atenolol IP 50 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
147 D17007 Tab. Metoprolol Tartarate IP 50 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
148 D17014 Tab. Lisinopril IP 5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
149 D17015 Tab. Amlodipine Besylate EP 5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
150 D17020 Tab. Methyl Dopa (coated) IP 250 mg of anhydrous 10 Tabs/Strip
(Aluminium foil/Blister pack) Methyldopa/Tab 10 Strips/Box
151 D17030 Inj. Hydralazine IP 20 mg/ml 1ml/Amp
20Amp/Box
152 D17029 Inj. Mephenteramine Sulphate IP 15 mg/ml 1ml/Amp
20Amp/Box
153 D17032 Tab. Telmisartan 40mg/Tab. 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
154 D17033 Tab. Hydralazine BP 50mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

9.4 Sub Category: Anti-Heart Failure Drugs


155 D17027 Tab. Digoxin IP 0.25 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
156 D17028 Inj. Digoxin IP 250mcg/ml 2 ml/Amp
20 Amps/Box
157 D17013 Inj. Dopamine HCl BP 40 mg/ml 5 ml/Amp
(Intravenous Infusion) 20 Amps/Box

43
9.5 Sub Category: Anti- Thrombotic Drugs
158 D17024 Tab. Acetyl Salicylic Acid IP 75 mg/Tab. 10 Tabs/Strip
(coated) (Aluminium foil/Blister pack) 10 Strips/Box

159 D17025 Inj. Streptokinase IP 1.5 million U/10 ml Vial 5 Vials/Box

10. Category: Dermatological Drugs


160 D12016 Whitfield's Ointment IP 2:1 ratio, 6% w/w Benzoic Acid 50 gm/Tube
3% w/w Salicylic Acid 20 Tubes/Box
161 D18002 Gamma Benzene Hexa Chloride + IP GBH 1% w/v + 100 ml/Bottle
Cetrimide Cetrimide 0.1% w/v 20 Bottles/Box
(Plastic Container as per IP)
162 D18018 Cream Fluocinolone Acetonide BP Fluocinolone Acetonide 1% w/w 15 gm/Tube
(Anhydrous) in cream base 20 Tubes/Box
163 D18019 Lotion Fluocinolone Acetonide USP Fluocinolone Acetonide 1% w/v 15 ml/Bottle
(Plastic Container as per IP) 20 Bottles/Box
164 D18003 Cream Silver Sulphadiazine USP 1% w/v 15 gm/Tube
20 Tubes/Box
165 D18007 Povidone Iodine Lotion IP 5% w/v 500 ml/Bottle
(Plastic container as per I.P) 20 Bottles/Box
166 D18016 Tab. Acyclovir USP 400mg/Tab(Scored) 10 Tab/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
167 D18009 Oint Betamethasone Valeate IP 0.1% w/v 10 gm/Tube
20 Tubes/Box
168 D18011 Lotion Permethrin 5% w/v 60 ml/Bottle
(Plastic Container as per IP) 20Bottles / Box
169 D18012 Cream Permethrin 5% w/v 30 gm / Tubes
20Tubes / Box

44
170 D18015 Cream Clotrimazole IP 1% w/v 15 gm/Tube
20 Tubes/Box

11. Category: Disinfectants & Antiseptics


171 D18006 Povidone Iodine Oint. USP 5% w/v 50 gm/Tube
20 Tubes/Box
172 D19004 Soln. Cetrimide BP 1% w/v 100 ml/Bottle
(Plastic container as per I.P) 20 Bottles/Box
173 D19006 Surgical Spirit BP 500 ml/Bottle
(Plastic Container as per IP) 20 Bottles/Box
174 D19009 Soln. Chlorohexidine Gluconate IP Chlorohexidine Gluconate 19% to 500 ml/Bottle
(Plastic Container as per IP) 21% w/v, Cetrimide 15%w/v, 20 Bottles/Box
Isopropyl Alcohol 7%v/v

12. Category: Gastrointestinal Drugs


175 D21001 Inj. Ranitidine HCl IP 50 mg / 2 ml 2 ml/Amp
20 Amps/Box
176 D21002 Tab. Ranitidine (coated) IP 150 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
177 D21027 Susp. / Gel Antacid USP Alu. Hydroxide 250mg + Mag. 100ml/Bottle
(with measuring cap and palatable, Hydroxide 250mg+ Methyl 20 Bottles/Box
plastic container as per I.P) Polysiloxane 50mg) / 5ml
(Mint Flavour)

178 D21004 Inj. Metoclopramide BP 10 mg/2 ml 2 ml/Amp


20 Amps/Box
179 D21005 Inj. Promethazine HCl IP 25 mg/ml 2 ml/Amp
20 Amps/Box
180 D21008 Tab. Famotidine USP 40 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

45
181 D21009 Cap. Omeprazole IP 20 mg/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
182 D21010 Tab. Domperidone BP 10 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
183 D21020 Susp. Domperidone BP 1 mg/ml 30 ml/Bottle
(With Measuring Cap & Dropper, 20 Bottles/Box
Palatable) (plastic container as per
I.P)

184 D21011 Tab. Dicyclomine HCl IP 20 mg/Tab 10 Tabs/Strip


(Aluminium foil/Blister pack) 10 Strips/Box
185 D21013 Inj. Dicyclomine HCl USP 10 mg/ml 2 ml/Amp
20 Amps/Box
186 D21014 Syp. Dicyclomine IP 10 mg/5 ml 30 ml/Bottle
(with measuring cap and palatable, 20 Bottles/Box
plastic container as per I.P)
187 D21028 Dicyclomine Drop IP Dicyclomine HCl 10mg + 10 ml/Bottle
(with dropper and palatable, Activated Dimethicone 40mg / ml 20 Bottles/Box
plastic container as per I.P)
188 D21023 Inj. Ondansetran USP 2 mg/ml 1 ml/Amp
20 Amps/Box
189 D21024 Tab. Ondansetran (DT) Dispersible IP 4mg/Tab 10 Tabs/Strip
Tablet (Aluminium foil/Blister pack) 10 Strips/Box
190 D21025 Inj. Rabeprazole (I.V) I.P 20mg / vial 20 mg/Vial
20 Vials/Box
191 D21026 Tab. Rabeprazole I.P 20mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

46
13. Category: Hormones & Other Endocrine Drugs
192 D22001 Tab. Glibenclamide IP 5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
193 D22003 Tab. Metformin HCl (coated) IP 500 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
194 D22004 Tab. Glipizide BP 5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
195 D22002 Inj. Insulin Zinc (Human) IP 40 I.U/ml 10 ml/Vial
(30/70) 20 Vials/Box

14. Category: Immunologicals


196 D23001 Inj. Antitetanus Human IP 1000 IU/Vial 20 Vials /Box
Immunoglobulin
197 D23005 Inj. Tetanus Toxoid (adsorbed) IP 0.5 ml/Amp 0.5 ml/Amp
20 Amps/Box
198 D23002 Inj. Snake Venom Antiserum IP 10 ml/Vial 10 ml/Vial
(Polyvalent) (Lyophilised Powder Form) 20 Vials/Box
199 D23008 Inj. Snake Venom Antiserum IP 10 ml/Vial (Liquid Form) 10 ml/Vial
(Polyvalent) 20 Vials/Box

47
200 D23009 Inj. Anti Rabies Vaccine for Human IP 2.5 IU/Vial (TCV of PVRV & 0.5 - 1ml/Vial (1) Potency for each vial should not
Use (TCV) for ID use only PCEC only) 20 Vials/Box be less than 2.5IU/M dose so that
Primary Cell Culture vaccines, 1/5th of min. potency for each ID
0.5/1ml vials with diluent as dose should not be less than 0.5
IU/ID dose for PVRV and 0.7 IU/ID
required and two 1ml short
dose for PCEC.
hypodermic insulin syringe and (2) Vaccine should not be formulated
two 24G needle for diluent and with adjuants for ID use.
four 26G hypodermic needles for (3) Vaccine package leaflet should
ID Vaccination. include a statement indicating that
potency as well as immunogenecity
and safety allow safe use of vaccine
for intradermal post exposure
prophylaxis in addition to tother
relevant information like dosage.
(4) Vaccine to be tranported in
recommended cold chain
temperature.
201 D23010 Equine Rabies Immunoglobulin 1500 IU / 5 ml(Rabies 5ml / vial
immunoserum) 20 Vials/Box
202 D23011 Inj. Human Anti-D Immunoglobuline 300mcg/1.5ml 1.5 ml/Amp
20 Amps/Box
15. Category: Opthalmological/Aural Preparation

203 D25001 Gentamicin Sulphate Eye /Ear Drop IP 0.3% w/v of Gentamicin, (FFS 5 ml/Vial
Automatic Continuous Single 20 Vials/Box
Unit)
204 D25012 Ciprofloxacin Eye /Ear Drop USP 0.3% w/v (FFS Plastic Vials, 5 ml/Vial
(Preservative Benzalkonium Automatic Continuous Single 20 Vials /Box
Cl. Soln. 0.01%w/v) Unit)
205 D25023 Ofloxacin Eye / Ear Drop IP 0.3% w/v (FFS Plastic Vials, 5 ml/Vial
Automatic Continuous Single 20 Vials /Box
Unit)

48
206 D25024 Tropicamide + Phenylephrine Eye Tropicamide 0.8% + Phenylephrine 5 ml/Vial
Drop 5% (FFS Automatic Continuous 20 Vial/Box
Single Unit)
207 D25022 Clotrimazole & Lignocaine Ear Drop IP (Clotrimazole 1% w/v + Lignocaine 5 ml/Vial
HCl 2% w/v) (20mg/ml) (FFS 20 Vials/Box
Automatic Continuous Single Unit)

16. Category: Oxytocics & Tocolytics


208 D26001 Inj. Methylergometrine Maleate IP 0.2 mg/ml 1 ml/Amp
20 Amps/Box
209 D26002 Inj. Oxytocin IP 5 IU/1ml 1ml/Amp
20 Amps/Box
210 D26003 Tab. Methylergometrine Maleate IP 0.125 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
211 D26004 Tab. Isoxsuprine IP 10 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strip/Box
212 D26005 Inj. Carboprost Tromethamine IP 250 mcg/ml 1 ml/Amp
20 Amp/Box
213 D26006 Inj. Magnesium Sulphate 500 mg/ml 2 ml/Amp
20 Amps/Box
214 D26007 Tab. Misoprostol 200mcg/Tab 10 Tab/Strip
(Aluminium Foil/Blister pack) 10 Strip/Box
215 D26008 Tab. Norethisterone Acetate BP 5mg/Tab 10 Tab/Strip
(Aluminium Foil/Blister pack) 10 Strip/Box
216 D26009 Inj. Hydroxy Progestrone 250 mg/ml 1 ml/Amp
20 Amp/Box

49
17. Category: Psycho Therapeutic Drugs
217 D07006 Inj. Diazepam IP 5mg/ml 2ml/Amp
20 Amps/Box
218 D27006 Tab. Haloperidol IP 5 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
219 D27008 Tab. Trifluoperazine HCl (Aluminium IP 5 mg/Tab 10 Tabs/Strip
foil/Blister pack) 10 Strips/Box
220 D27010 Tab. Thioridazine BP 50 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
221 D27012 Inj. Haloperidol IP 5 mg/ml 1 ml/Amp
20 Amps/Box
222 D27013 Tab. Lorazepam BP 2 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
223 D27014 Tab. Clonazepam USP 2 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
224 D27015 Tab. Risperidone 2 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
225 D27017 Tab. Fluoxetine 20 mg/Tab 10 Tabs/Strip
(Aluminium Foil/Blister pack) 10 Strips/Box
226 D27004 Tab. Amitriptyline HCl IP 25 mg / Tab 10 Tabs/Strip
(Aluminium Foil/Blister pack) 10 Strips/Box

18. Category: Drugs Acting on Respiratory Tract


227 D28001 Inj. Theophylline & Etophylline IP Theophylline 50.6 mg + Etophylline 2 ml/Amp
169.4 mg/2ml 20 Amps/Box
228 D28003 Tab. Theophylline & Etophylline EP Theophylline 23 mg & Etophylline 10 Tabs/strip
(Aluminium foil/Blister pack) 77 mg per Tab 10 Strips/Box
229 D28002 Inj. Aminophylline IP 25 mg/ ml 10 ml/Amp
20 Amps/Box

50
230 D28017 Tab. Doxofylline 400mg/Tab. 10 Tabs/strip
(Aluminium foil/Blister pack) 10 Strips/Box
231 D28011 Syp. Salbutamol Sulphate IP 2.41mg Salbutamol Sulphate 100 ml/Bottle
(with measuring cap and palatable, equivalent to 2mg of Salbutamol / 20 Bottles/Box
plastic container as per I.P) 5ml

232 D28018 Soln. Salbutamol Sulphate BP Nebulized Soln. for Nebulizers 20 Amps/Box
5mg/ml
233 D28013 Salbutamol Inhaler IP 100mcg / puff One number
200 metered doses
234 D28014 Respules Beclomethasone 200mcg / dose One number
200 metered doses

19. Category: Radio- Diagnostic Agents


235 D31008 X-Ray Photo Films 8" x 10" 8" x 10" 50 Films/Pkt
1 Pkt
236 D31025 Dental intra oral X-Ray films 4.1cm x 3.1cm 150 Films/Pkt
1 Pkt
237 D31009 X-Ray Photo Films 10" x 12" 10" x 12" 50 Films/Pkt
1 Pkt
238 D31010 X-Ray Photo Films 12" x 12" 12" x 12" 50 Films/Pkt
1 Pkt
239 D31011 X-Ray Photo Films 12" x 15" 12" x 15" 50 Films/Pkt
1 Pkt

20. Category: Correcting Water, Electrolyte & Acid Base Disturbances


240 D29001 I.V Sodium Chloride (Normal IP 0.9% w/v 500 ml/Bottle
Saline) (FFS / BFS Plastic Container) 20 Bottles/Box

51
241 D29002 I.V Dextrose and Sodium Chloride IP 5% w/v Dextrose, 0.9% w/v Sodium 500 ml/Bottle
(DNS) Chloride 20 Bottles/Box
(FFS / BFS Plastic Container)
242 D29003 I.V Compound Sodium Lactate IP Lactic Acid-0.24w/v equivalent to 0.32% 500 ml/Bottle
(Ringer's Lactate) RL w/v of sodium lactate sodium chloride- 20 Bottles/Box
0.6% w/v, potassium chloride-0.04% w/v,
calcium chloride-0.027% w/v
(FFS / BFS Plastic Container)

243 D29004 I.V Dextrose 5% (5D) IP 5% w/v 500 ml/Bottle


(FFS / BFS Plastic Container) 20 Bottles/Box

244 D29005 I.V Dextrose 10%(10D) IP 10% w/v 500 ml/Bottle


(FFS / BFS Plastic Container) 20 Bottles/Box
245 D29011 Inj. Pottasium Chloride NFI IP Each ml contains Pottasium Chloride 10 ml/Amp
150mg 20 Amps/Box

246 D29010 Plasmaexpander Infusion Polygeline IP Polymer from degraded gelatin 3.5gm 500 ml/Bottle
colloidal (polygeline) (Na 145, K 5.1, Cal 20 Bottles/Box
12.5, Cl 145, mmol) in 100ml (FFS / BFS
Plastic Container)
247 D29009 Paediatric Maintenance Fluid IP Each 100ml contains Dextrose Anhydrous 500 ml/Bottle
5gm, Potassium Chloride 0.130 gm, 20 Bottles/Box
Sodium Acetate 0.320gm, Diabasic
Potassium Phosphate 0.026gm, Magnesium
Chloride 0.031gm. (FFS / BFS Plastic
Container)
248 D29008 Inj. Sodium Bi-Carbonate IP 7.5% w/v 10 ml/Amp
20 Amps/Box

52
21. Category: Vitamins & Minerals
249 D30001 Tab. Calcium (Film coated) IP 500mg Elemental Calcium per Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box
250 D30002 Cap. Vit A IP 50,000 IU/Cap 10 Caps/Strip
(Aluminium foil/Blister pack) (Soft Gelatin Capsules) 10 Strips/Box
251 D30004 Inj. Vitamin B Complex NFI Each ml contains B1=10 mg,B2=2mg, 10 ml/Vial
(Therapeutic) B6=2mg Nicotinamide=100mg, 20 Vials/Box
D-Panthenol-5mg
252 D30012 Concentrated Vitamin A IP 1,00,000 I.U / 1ml 50 ml/Bottle
Solution(with measuring cap and 20 Bottles/Box
palatableplastic container as per
I.P)Orange Flavour
253 D30017 Concentrated Vitamin A IP 1,00,000 I.U / 1ml 100 ml/Bottle
Solution(with measuring cap and 20 Bottles/Box
palatableplastic container as per
I.P)Orange Flavour
254 D30016 Tab. Vitamin C (Chewable) IP 500 mg/Tab 10 Tabs/Strip
(Aluminium foil/Blister pack) 10 Strips/Box

23. Category: Miscellaneous Agents


255 D31001 Sterile Water For Injection IP 5ml/Amp,(FFS Plastic Container 5 ml/Amp
(Plastic Container as per IP) Automatic Continuous Single Unit) 20 Amps/Box
256 D31026 Borax Glycerin IP 66 12% w/v of Borax 50 ml/Bottle
20 Bottles/Box
257 D31014 Bleaching Powder ISI / IP GRADE Not Less than 30% w/v Available 25kg / Packet
I STABLE Chlorine
258 D31015 Tab. Halazone for Solution USP 4 mg/Tab 1000 Tabs/Jar
1 jar
259 D31027 Gentian Violet IP 66 Liquid 10ml / Bottle
with preservative 20 Bottle / Box

53
24. Category: Combipack Kits
1 D38001 Combipack 1 Tab. Azithromycin (1 gm) IP - 1 Tab. 10 strips/box Grey colour
Tab. Cefixime (400 mg) IP - 1 Tab.
2 D38002 Combipack 2 Tab. Ornidazole (750mg) IP - 2 Tabs. 10 strips/box Green colour
Tab. Fluconazole 150 mg - 1 Tab.

3 D38003 Combipack 3 Inj. Benzathine penicillin 2.4 MU IP -1 Vial All four (4) items / White colour
and box
Tab. Azithromycin 1gm IP - 1 Tab. and
Disposable syringe with 21G needle
(1.5inches) 10 ml - 1 No. and Sterile water 10
ml - 1 No. (in plastic container)

4 D38004 Combipack 4 Cap / Tab. Doxycycline (100 mg) IP - 1 10 strips/box Blue colour
Tab./Cap.
Tab. Azithromycin (1 gm) IP - 1 Tab.
5 D38005 Combipack 5 Tab. Cefixme (400 mg) IP - 1 Tab. and 10 strips/box Yellow colour
Tab. Metronidazole (400 mg) IP - 1 Tab. and
Tab. / Cap. Doxycycline (100 mg) IP- 1
Cap./Tab.

6 D38006 Combipack 6 Tab. Cefixme (400 mg) IP - 1 Tab. and 10 strips/box Violet colour
Tab. / Cap. Doxycycline (100 mg) IP - 1
Cap./Tab.

7 D38007 Combipack 7 {Tab. Pyrimethamine (25mg) + Sulphadoxine 10 strips/box Alternate yellow colour &
(500mg) IP 3 Nos.} - 3 Tabs. and Tab.
Artesunate (50mg) - 12 Tabs. per combipack
white colour for 1st day, 2nd
day and 3rd day. Different
colour for different days

54
8 D38008 Combipack 8 Tab. Artesunate (50mg) - 12 Tabs. and 10 strips/box Alternate colour for 1st day,
Tab. Mefloquine - 750mg -1 Tab. and
Tab. Mefloquine - 500mg -1 Tab. per
2nd day and 3rd day. Different
combipack colour for different days
9 D38009 Combipack 9 Tab. Zidovudine (300mg) IP - 1 Tab. 10 strips/box
and
Tab. Lamivudine (150mg) IP - 1 Tab.
and
Tab. Nevirapine (200mg) IP - 1 Tab.per
combipack

10 D38010 Combipack 10 INH, IP - 50 mg 10 strips/box


RMP, IP - 100 mg
PZN, IP - 250 mg

55
ANNEXURE – V, Ref. Clause No. 8.2
LIST OF WARE - HOUSES (Door Delivery)
Sl. Sl.
Sl. No Name of the I.O. Name of the I.O. Name of the I.O. Sl. No Name of the I.O.
No No
1 C.D.M.O, Angul 10 C.D.M.O, Ganjam 19 C.D.M.O, Koraput 28 C.D.M.O, Sambalpur
Dist. Angul , Orissa At / P.O - Berhampur Dist. Koraput , Orissa Dist. Sambalpur , Orissa
Tel/Fax : 06764 - 232507 Dist. Ganjam, Orissa Tel/Fax : 06852 - 250242 Tel/Fax : 0663 - 2401843
Tel/Fax : 0680 - 2225383
2 C.D.M.O, Boudh 11 C.D.M.O, Gajapati 20 C.D.M.O, Kendrapada 29 C.D.M.O, Sundergarh
Dist. Boudh , Orissa At / P.O - Paralakhenmundi Dist. Kendrapada , Orissa Dist. Sundergarh , Orissa
Tel/Fax : 06841 - 222478 Dist. Gajapati, Orissa Tel/Fax : 06727 - 232171 Tel/Fax : 06622 - 272201
Tel/Fax : 068015 - 222205
3 C.D.M.O, Balasore 12 C.D.M.O, Jajpur 21 C.D.M.O, Malkangiri 30 C.D.M.O, Sonepur
Dist. Balasore, Orissa Dist. Jajpur , Orissa Dist. Malkangiri , Orissa Dist. Sonepur , Orissa
Tel/Fax : 06782 - 232011 Tel/Fax : 06728 - 222597 Tel/Fax : 06861 - 230277 Tel/Fax : 06654 - 220209
4 C.D.M.O, Baragarh 13 C.D.M.O, Jagatsinghpur 22 C.D.M.O, Mayurbhanj 31 Supdt. S.C.B Medical college Hospital,
Dist. Baragarh, Orissa Dist. Jagatsinghpur, Orissa At / P.O - Baripada Cuttack Dist - Cuttack
Tel/Fax : 06646 - 232804 Tel/Fax : 06724 - 220064 Dist. Mayurbhanj, Orissa Tel/Fax : 0671 - 2614080
Tel/Fax : 06792 - 252671
5 C.D.M.O, Bhadrak 14 C.D.M.O, Jharsuguda 23 C.D.M.O, Nuapada 32 Supdt. M.K.C.G Medical College
Dist. Bhadrak, Orissa Dist. Jharsuguda, Orissa Dist. Nuapada, Orissa Berhampur Dist - Ganjam
Tel/Fax : 06784 - 251866 Tel/Fax : 06645 - 273104 Tel/Fax : 06678 - 223346 Tel/Fax : 0680 - 2292624
6 C.D.M.O, Bolangir 15 C.D.M.O, Kalahandi 24 C.D.M.O, Nayagarh 33 Supdt.V.S.S Medical college
Dist. Bolangir, Orissa At./ P.O-Bhawanipatna Dist. Nayagarh, Orissa At. / P.O -Burla Dist - Sambalpur
Tel/Fax : 06652 - 232243 Dist. Kalahandi , Orissa Tel/Fax : 06753 - 252189 Tel/Fax : 0663 - 2430435
Tel/Fax : 06670 - 230492
7 C.D.M.O, Cuttack 16 C.D.M.O, Kandhamal, (Phulbani) 25 C.D.M.O, Nabarangpur 34 S.M.O., Central Drug Store
Dist. Cuttack, Orissa Dist. Kandhamal, Orissa Dist. Nabarangpur, Orissa In front of Ram Mandir
Tel/Fax : 0671 - 2301007 Tel/Fax : 06842 - 253249 Tel/Fax : 06858 - 222057 Convent Square, Bhubaneswar
Tel/Fax : 0674 – 2380749/2380750
8 C.D.M.O, Deogarh 17 C.D.M.O, Keonjhar 26 C.D.M.O, Puri 35 Chief Medical Officer,
Dist. Deogarh , Orissa Dist. Keonjhar , Orissa Dist. Puri , Orissa Rourkela Govt. Hospital, Rourkela
Tel/Fax : 06641 - 226428 Tel/Fax : 06766 - 255525 Tel/Fax : 06752 - 222124 Tel/Fax : - 0661 - 2510739
9 C.D.M.O, Dhenkanal 18 C.D.M.O, Khurda 27 C.D.M.O, Rayagada 36 Chief Medical Officer,
Dist. Dhenkanal, Orissa Dist. Khurda , Orissa Dist. Rayagada , Orissa Capital Hospital, Bhubaneswar
Tel/Fax : 06762 - 226423 Tel/Fax : 06755 - 221419 Tel/Fax : 06856 - 235603 Tel/Fax : 0674 – 2391983, 2394602

56
ANNEXURE – VI
Ref. Clause No. 3.3.1
3.3.2

DETAILS OF THE TENDERER & LOCAL CONTACT PERSON


Corporate Office Local Contact Person / Branch
(The address in which the purchase Office / Zonal Office /
orders and payment details will be Liaisoning Agent /
communicated) if any.
Name & Full
Address

Telephone Nos.,
landline

Mobile

Fax

E – Mail

Date of Inception

Manufacturing
License Nos. & Date

Name of the issuing


authority

License valid up to

Signature of the Tenderer :


with seal

Date :

Official Seal :

57
ANNEXURE – VII
Ref. Clause : 3.11
CHECK LIST

Please put in the respective box

DOCUMENTS : SUBMITTED OR NOT

If provided
Sl. Provided
Details mention
No. or not
page No.
1. Earnest Money Deposit Yes / No

2. List of items being quoted with specification and Yes / No


strength
3. Valid Drug Endorsement for each quoted product Yes / No

4. Duly attested photo copy of manufacturing Yes / No


license for each and every product quoted /
Import license (if any) / BIS certificate
5. Details of Manufacturing Unit / contract person Yes / No
Liaisioning agent / local office in Orissa
6. Valid up-to-date WHO GMP certificate Yes / No

7. Valid up-to-date Good manufacturing practice Yes / No


certificate as per revised schedule-M, (GMP)

8. Annual turn over statement for preceding 3 years Yes / No


signed by Auditor / CA

9. Attested Photocopy of Sales Tax / VAT Yes / No


clearance Certificate / TIN No. (whenever
applicable)
10. Market Standing Certificate from licensing Yes / No
authority
11. Declaration form (Annexure - I) signed by the Yes / No
Tenderer & affidavit before Notary Public
12. Copy of original Tender and schedules, duly Yes / No
signed by the Tenderer with Original receipt
13. Cover ‘B’ with price schedule (both hard copy & Yes / No
soft copy) Drug endorsement
14. Performa of Good Manufacturing Practices Yes / No
properly filled (Annex – XII)

58
ANNEXURE – VIII
Ref. Clause No. 10.1 to 10.4

INSTRUCTION FOR PACKAGING OF DRUGS & MEDICAL CONSUMABLES

1. Every Consignment of Blood and related products should be certified to be


(a) AIDS Free (b) Hepatitis B Free
2. Strips of Aluminium foils refer to gauge 04.
3. Aluminium foils as back material for blisters refer to gauge 025.
4. The rigid PVC used in blister packing should be of not less than 250 micron
5. All plastic / glass bottles should be new / virgin neutral glass as per I.P.
6. Ointments should be packed in liquidized Aluminium Tubes.
7. LVP Fluid bottles should be FFS / BFS Plastic Bottle as per revised Schedule –
M and Eye / Ear Drops should be of FFS plastic bottles.
8. Small Tablets packed in blisters should be packed to facilitate easy removal of
the tablet without breaking / crushing.
9. Specification of outer cartons are as given in the Schedule (Annexure-IX)
10. In case of any conflict between Carton specifications and packets per carton
specification (Last column of this table), the specification of the packets /
carton shall prevail.

11. All tablets should have a score line.


12. All liquid orals should be provided with a measuring device.
13. All plastic containers should be made of virgin grade plastics as per I.P.
14. All plastic jars above 450Gms / ml should carry an inner plastic lid.
15 Injection in vials should have a snap of seals.
16. Bioavailability report should be submitted in the case of the following drugs
(1) Tab Digoxin (2) Tab Lithium Carbonate
17. The strips shall be aluminium strip / blisters with aluminium foil back.
18. All injectables (Ampoules) should have are lutter in each unit box.
19. All hygroscopic drugs and sugar coated tablets should be stripped in
Aluminium foil / Blister pack.
20. Bandage, Gauze, Plaster Bandage, Roller Bandage & Cotton should be packed
in plastic bags.

59
ANNEXURE – VIII
Ref. Clause No. 10.1 to 10.4

I. SCHEDULE FOR PACKAGING OF DRUGS AND MEDICAL


CONSUMABLES
GENERAL SPECIFICATIONS
1. No corrugate package should weigh more than 15 Kgs (ie., product +
inner carton + corrugated box).
2. All Corrugated boxes should be of `A' grade paper i.e., Virgin.
3. All items should be packed only in first hand boxes only.

FLUTE:

4. The corrugated boxes should be of narrow flute.

JOINT:
5. Every box should be preferably single joint and not more than two joints.

STITCHING:
6. Every box should be stitched using pairs of metal pins with an interval
of two inches between each pair. The boxes should be stitched and not
joined using calico at the corners.
FLAP:
7. The flaps should uniformly meet but should not over lap each other.
The flap when turned by 45 - 60° should not crack.
TAPE:
8. Every box should be sealed with gum tape running along the top
and lower opening.

CARRY STRAP:
9. Every box should be strapped with two parallel nylon carry straps
(they should intersect).
LABEL:
10. Every corrugated box should carry a large outer label clearly indicating
that the product is for "Orissa Govt. supply Not for sale".

11. The product label on the cartoon should be large atleast 15cms x 10cms
dimension. It should carry the correct technical name, strength or the
product, date of manufacturing, date of expiry, quantity packed and net
weight of the box.

60
OTHERS:
12. No box should contain mixed products or mixed batches of the same
product.

II. SPECIFICATION FOR CORRUGATED BOXES HOLDING TABLETS /


CAPSULES / PESSARIES

(1) The box should not weigh more than 7-8 kgs. The grammage of
outer box should be 150 gsm and inside partition / lining should be 120
gsm.

(2) The box should be of 5 ply with Bursting strength of 9 Kg/ Cm2

III. SPECIFICATION FOR LARGE VOLUME BOTTLE i.e., ABOVE 120


AND BELOW 1 LIT.

(1) All these bottles should be packed only in single row with partition
between each and also with top and bottom pad of 3 ply.

(2) Grammage : Outer box should be 150 gsm


inside partition / lining should be
120 gsm
(3) Ply : 7 Ply.

(4) Bursting Strength : Not less than 12 Kg/Cm2

IV. SPECIFICATION FOR IV FLUIDS

(1) Each corrugated box may carry a maximum of only 20 bottles of


500 ml in a single row or 50 bottles of 100 ml in 2 rows with
individual sealed polythene cover and centre partition pad, top and
bottom pads of 3 ply.

(2) Grammage : Outer box should be 150 gsm


inside partition / lining should be
120 gsm

(3) Ply : 5 or 7

(4) Bursting Strength : Not less than 12 Kg/Cm2

61
V. SPECIFICATIONS FOR LIQUID ORALS

50ml to 120 ml bottles.

(1) 100 bottles of 50ml or 60ml may be packed in a single corrugated in


2 rows with top, bottom and centre pad of 3 ply.

50 bottles of 100 ml - 120 ml may be packed in a similar manner in a


single corrugated box.

(2) If the bottles are not packed in individual carton, 3 ply partition
should be provided between each bottle. The measuring device
should be packed individually.

(3) Grammage : Outer box should be 150 gsm


inside partition / lining should be
120 gsm
(4) Ply : 7 ply

(5) Bursting Strength : Not less than 12 Kg/Cm2

(6) In case the box is heavier than 7 Kg but less than 10 kg, the grammage
may be 150 gsm (outer 150 gsm and others 120 gsm) 5 ply and
2
bursting strength should not be less than 9 Kg/Cm .

VI. SPECIFICATIONS FOR OINTMENT / CREAM / GELS PACKED IN


TUBES:

(1) No corrugate box should weigh more than 7-8 Kgs.

(2) Every Ointment tube should be individually packed in cartoon and then
packed in 20's in a grey board box, which may be packed in a corrugated
box.

(3) Grammage : Outer box should be 150 gsm inside


partition / lining should be 120 gsm

VII. SPECIFICATIONS FOR INJECTABLE (IN VIALS AND AMPOULES)

(1) Vials may be packed in corrugated boxes weighing upto 15 Kgs.


Ampoules should be packed in C.B weighing not more than 8 kgs.

62
(2) C.B. for vials should be of 150 Gsm (outer box should be 150 gsm and
inside partition / lining should be 120 gsm) and 7 ply, while C.B. for
ampoules should be of 150 Gsm (outer box should be 150 gsm and inside
partition / lining should be 120 gsm) and 5 ply.

(3) Bursting strength for CB boxes for


a. Vials : Note less than 13 Kg/Cm2
b. Amp : Note less than 9 Kg/Cm2

(4) In the case of 10 ml Ampoules 100 or 50 ampoules may be packed in


a grey board box. Multiples of grey board boxes packed in CB. In case of
ampoules larger than 10 ml only 25 ampoules may be packed in a
grey board box with partition.

(5) If the vial is packed in individual cartoon, there is no necessity for


grey board box packing. The individual cartoon may be packed as such in
the CB with centre pad.

(6) In case of ampoules every grey board box should carry 5 amps. Cutters
placed in a polythene bag.

(7) Vials of eye and ear drops should be packed in an individual cartoon with
a dispensing device. If the vial is of FFS technology, they should be
packed in 50's in a grey board box.

63
ANNEXURE – VIII
As per clause 10.1 to 10.4

DESIGN FOR STRIP

FRONT SIDE REAR SIDE

Paracetamol 500mg
Batch No. :
Date of Mfg. :
Date of Exp. :
ORISSA GOVERNMENT
SUPPLIES
NOT FOR SALE

Manufactured by :
Manufacturing License No.

Paracetamol 500mg

ORISSA GOVERNMENT
SUPPLIES
NOT FOR SALE

“³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡”

N.B. : M.R.P OF THE DRUG SHOULD NOT BE PRINTED ANY WHERE THE GENERIC
NAME SHOULD BE PRINTED IN BOLD LETTER.

64
ANNEXURE – VIII
EXAMPLE OF DESIGN FOR R.T.I. / S.T.I. KIT

FRONT SIDE

Orissa Govt. Supply. Not for sale

REAR SIDE
R.T.I. / S.T.I. DRUG KIT - 6 – Colour – Yellow.
Each blister strip contains
C = Cefixine I.P. 400 mg 1 Tab.
M = Metronidazole I.P. 400 mg 1 Tab.
D = Doxycycline I.P. 100 mg 1 Cap.

Orissa Govt. Supplies.


Not for SALE.
C
Batch No. Mfg. Date. Exp. Date

C - 123 / 08 / 10
M M - 456 / 08 / 10
D - 789 / 08 / 10

D
65
ANNEXURE – VIII
EXAMPLE OF DESIGN FOR ANTI-MALARIAL KIT

REAR SIDE

Batch No.
Mgg. Date
Exp. Date

Pyrimethamine 25mg & Sulphadoxine 500mg Tablets IP


Each uncoated tablet contains
Pyrimethamine 25mg
Sulphadoxine 500mg
DAY 1 Different Colour
Artesunate 50mg Tablets Int. Ph.
Each uncoated tablet contains
Artesunate Int. Ph. 50mg

Artesunate 50mg Tablets Int. Ph.


Each uncoated tablet contains Different Colour
Artesunate Int. Ph. 50mg
DAY 2
Artesunate 50mg Tablets Int. Ph.
Each uncoated tablet contains
Different Colour
Artesunate Int. Ph. 50mg
DAY 3

Batch No.
Mgg. Date
Exp. Date
ORISSA GOVERNMENT SUPPLY, NOT FOR SALE

FRONT SIDE

66
ANNEXURE – IX
As per clause – 10.1 to 10.4

SPECIMEN LABEL FOR OUTER CARTON

Name of the Consignee :

ORISSA GOVERNMENT SUPPLY


NOT FOR SALE
“³ÁâÙá ÛÔµáÔA êÏá·áà Ìâ{R É᧡ ÈäêÜ¡”

PARACETAMOL I.P - 500mg


Mfg. Date : Exp. Date :

Batch No. :

Total Quantity :

Net Weight of the Carton :

Supply Head : “CENTRAL PURCHASE”

Purchase Order No. : Date :

Manufactured By :

67
ANNEXURE – X
As per clause – 2.1
3.12
4.4 v

ANNUAL TURN OVER STATEMENT

The Annual Turnover for pharmaceutical products of M/.s___________


___________________________________________________________________
who is a manufacturing unit for the last three years are given below and certified that
the statement is true and correct.
______________________________________________________________________
Sl.No. Year Turnover in Lakhs / Crores (Rs)
______________________________________________________________________

1. 2006 - 2007 -

2. 2007 - 2008 -

3. 2008 – 2009 -
______________________________________________________________________

Date:
Signature of Auditor/
Place: Chartered Accountant
(Name in Capital)
Registration No.
Seal

N.B:
1. Only turnover of the pharmaceutical products of the original manufacturing unit and
the units under loan license will be taken into account.
2. The third party manufacturing products (i.e. manufactured by one unit and marketed
by another unit) will not be taken into account in annual turnover.

68
ANNEXURE – XI
As per clause – 9.1

AGREEMENT

This Deed of Agreement is made on this ___________ day of


____________________200__ by M/s._____________________ represented by its
Proprietor/Managing partner/ Managing Director having its Registered Office at
________________________________________________ and its Factory Premises
at ______________________________________________________________ (here
inafter referred to as "Supplier" which term shall include its successors,
representatives, heirs, executors and administrators unless excluded by the Contract)
on one part and Director of Health Services, Orissa, Bhubaneswar, represented by
its Dy. Director, State Drug Management Unit, in-front of Ram Mandir, Convent
Square, Unit – III, Bhubaneswar –1 (here in after referred to as "The Purchaser"
which term shall include its successors, representatives, executors assigns and
administrators unless excluded by the Contract) on the other part.

Where as the Supplier has agreed to supply to the Purchaser, the Drugs and
Medicines with specifications mentioned in the Schedule attached here to at the
prices noted there in and in the manner and under the terms and conditions here
in after mentioned and where as the Supplier has deposited with the
Purchaser a sum of Rs___________________________________ (Rupees
____________________________________________________________________
only) as Security Deposit for the due and faithful performance of this
Agreement, to be forfeited in the event of the Supplier failing duly and faithfully
to perform it. Now these presents witness that for carrying out the said Agreement
in this behalf into execution the Supplier and the Purchaser do hereby mutually
covenant, declare, contract and agree each of them with the other of them in the
manner following, that is to say,

01. The term "Agreement", wherever used in this connection, shall mean and
include the terms and conditions contained in the invitation to tender floated
by the Purchaser for the supply of Drugs and Medicines to it for the period of
one year from the date of publication of approved list, the instructions to
tenderers, the conditions of tender, acceptance of tender, particulars
hereinafter defined and those general and special conditions that may be
added from time to time.

02. (a) The Agreement is for the supply by the Supplier to the Purchaser of the
Drugs and Medicines specified in the Schedule attached hereto at the
prices noted against each therein on the terms and conditions set forth
in the Agreement.

(b) This Agreement shall be deemed to have come into force with effect
from the ____________ and it shall remain in force for a period of upto
_____________ that date with effect from.

69
(c) The Tender quantity noted against each item in the Schedule attached
hereto indicates only the probable total requirements of the Purchaser
in respect of each item for the Agreement Period of 12 months
indicated in Clause (b) above. This quantity may increase or
decrease at the discretion of the Purchaser. The Supplier shall make
supplies of the Drugs and Medicines on the basis of the Purchase
Orders placed on him from time to time by the Purchaser specifying the
quantities required to be supplied at the specific District Drugs
Warehouse

QUALITY OF THE DRUGS AND MEDICINES TO BE SUPPLIED:

SHELF LIFE OF DRUGS AND MEDICINES TO BE SUPPLIED:

03. (a) The Drugs and Medicines supplied by the supplier shall have
shelf life as given below:

(i) In respect of each of the items covered in Schedule 'P' of the


Drugs and Cosmetics Act 1940, the maximum permissible life
period specified in the said Schedule of the said Act.

(ii) In respect of all other items, a period of minimum 2 years from


the date of manufacture.

04. (a) The Drugs and Medicines supplied by the Supplier shall be of the best
quality and shall comply with the specifications, stipulations specified
in the Schedule attached hereto and read with the Conditions of
Tender.

(b) In respect of any case, where a sample of the product to be supplied


by the Supplier has been examined and approved by the Purchaser,
the supplies must be equal in all respects to the sample approved by the
Purchaser.

(c) If the shelf life of the drug supplied is less than the period that
prescribed in the tender condition, then the supplier shall take back the
stock so supplied at his cost.

PACKAGING SPECIFICATIONS:

05. (a) The stipulations pertaining to Packaging as detailed for each item in
Annexure VIII read with Clause 10.1, 10.2, 10.3, 10.4, 10.5 & 10.6 of
the "Conditions of Tender" shall be strictly adhered to by the Supplier.

(b) Final packing shall be done in corrugated Fibre Board Boxes


conforming to the specifications laid down in Annexure of the

70
"Conditions of Tender" with suitable cushioning and lining, strong
enough to bear the rail, road and air transit hazards.

(c) Case wood packing, if used for final packing, shall be of ISI Standard
with suitable preservatives, if these are made of non-coniferous timber.

(d) The packing shall be subject to the approval of the Purchaser.

(e) Goods supplied without conforming to the packaging specifications


noted herein and in the Conditions of Tender, shall be liable to be
rejected by the Purchaser. The Purchaser shall also have the right to
reject any goods whose packaging is in a damaged condition at the time
of delivery.

PLACE AND TIME OF SUPPLY:

06. (a) The supply should be started within 30 days and completed within 70
days from the date of the Purchase Order. The supplies should be
made at the District Drug Warehouses of the Health & F.W.
Department located at various places in Orissa and / or the places /
points specified in the Purchase Order, by door delivery within the
stipulated time If, even after 70 days, no supply is received, emergency
order will be made at the risk and cost of the Supplier. (Penalties shall
also be charged on the Supplier as specified in Clause 8.8 & 15 of the
"Conditions of Tender".

(b) If supplies are not fully completed in 70 days from the date of the
Purchase Order, the provision of clause 8.8 and 15 of Tender
conditions will come into force. The Supplier shall suffer forfeiture of
the Earnest Money Deposit / Security Deposit too. The Supplier should
supply the drugs at the Warehouse specified in the Purchase Order and
if the drugs supplied at a Warehouse other than those specified in the
Purchase Order, transport charges will be recovered form the supplier.

QUALITY TESTING:

07. (a) All the Drugs and Medicines supplied by the Supplier shall
be subjected to rigorous Analytical Testing for their quality. Samples
of each batch of each product supplied will be drawn at the points of
supply or distribution / storage and send by the Purchaser to different
Analytical Laboratories selected by him at his discretion for testing.
The samples will be drawn periodically through out the shelf life
period. The expenditure towards the Handling and Testing of such
samples will be borne by the Supplier at the rates fixed by the
Purchaser.

71
(b) If any articles or things supplied by the Supplier have been partially or
wholly used or consumed after supply and are subsequently found to be
in bad odour, unsound, inferior in quality or description or are
otherwise faulty or unfit for consumption, then the contract price or
prices of such articles or things will be recovered from the Supplier, if
payment had already been made to him. Otherwise the Supplier will not
be entitled to any payment whatsoever for such article. For
infringement of the stipulations of the contract or for other justifiable
reasons, the contract may be terminated by the Director of Health
Services, Orissa and the Supplier shall be liable for all losses sustained
by the Purchaser in consequence of the termination which may be
recovered personally from the tender or from his properties, as per
rules.

(c) The Supplier shall furnish the source of procurement of raw materials
utilized in the formulations as required by Purchaser. Purchaser
reserves the right to cancel the Purchase Orders, if the source of supply
is not furnished.

(d) (i) During the contract period if two NSQ reports of one batch or
two batches of the particular item supplied by the firm comes out to be
NSQ then the product of that particular firm will be blacklisted.

(ii) In respect of the firm supplying more than one item during the
contract period if more that 50% of the items are blacklisted based on
the above process, then the Firm will be blacklisted.

(iii) In case of any sample in even one batch declared as spurious or


adulterated or misbranded by the Government Analyst, the company
will be blacklisted.

REJECTION OF STOCK WHICH FAILS IN QUALITY TESTING:

08. The supplies will be deemed to be completed only upon receipt of reports of
quality testing of the samples from the testing laboratories. If the samples do
not conform to statutory standards, the entire supplies will be rejected and the
Supplier asked to take back the stocks at his cost from all the District Drug
Warehouses of the Purchaser and / or other supply points within 30 days of
receipt of intimation to that effect. Purchaser has the right to destroy such
substandard goods if the tenderer does not take back the goods within the
stipulated time. The Supplier shall also be liable for action under Criminal
Law and the appropriate authorities will be informed for initiating necessary
action. The Supplier shall be blacklisted for the product and no further
supplies accepted from him. The Supplier shall also be declared to be
ineligible to participate in any Tender floated by the Purchaser for a period of
next 2 years for the product in question. The Purchaser at his discretion may
also terminate the Contract and in case of such termination, the Supplier shall
be liable for all losses sustained by the Purchaser in consequence of such
72
termination, which may be recovered from the Security Deposit made by the
Supplier and / or any other money due or becoming due to him. In the event of
such amounts being insufficient, the balance may be recovered personally
from the Supplier or from his properties as per the provisions of Law. In case
of such termination of Contract, the Supplier shall be blacklisted for all
supplies to the Purchaser for a period of 2 years.

INSPECTION OF THE SUPPLIER'S FACTORY:

09. In respect of the items mentioned in the Schedule, the Supplier shall allow
inspection of his factory at any time during the continuance of the Tender
period by a team of Experts / Officials whom the Purchaser may depute for the
purpose. The Supplier shall extend all facilities to the team to enable them to
inspect the manufacturing processes, quality control measures adopted, etc., in
the manufacture of the Contracted items. The Purchaser is free to terminate
the Contract and / or take penal action against the Supplier as per the
provisions of the "Conditions of Tender" on the basis of the results of such
inspections.

DIFFERENCES IN COST TO BE RECOVERED FROM SECURITY


DEPOSIT OR AMOUNTS DUE

10. In the event of

(i) The samples of Drugs and Medicines supplied, failing quality


tests, or

(ii) The Supplier failing to effect supplies within the time period
stipulated in Paragraph 6 of this Agreement, or

(iii) The stocks supplied being found to be not as per specifications


stipulated in the Schedule attached hereto or in the Tender, in
respect of either the products themselves or their packaging.

The purchaser will be free to make alternative purchases of the Drugs


and Medicines in question from any other source or in the open market or
from any other Tenderer who might have quoted higher rates at the risk and
cost of the Supplier, in addition to levying other penalties specified in
"Conditions of Tender" and forfeiting the Security Deposit made by the
Supplier. The excess expenditure over and above the contracted prices
incurred by the Purchaser in making such purchases from any other source or
in the open market or from any other Tenderer who has quoted higher rates,
and other losses, if any, sustained in the process by the Purchaser shall be
recovered from the Security Deposit of the Supplier or from any money due or
becoming due to him and in the event of such amounts being insufficient, the
balance will be recovered personally from the Supplier as per law.

73
ACCEPTANCE OF DELAYED SUPPLIES AND LEVY OF LIQUIDATED
DAMAGES THEREFOR

11. In all cases where the Supplier fails to complete the supplies of any of the
Drugs and Medicines ordered by the Purchaser within the time specified in
Paragraph 6 herein, the Supplier shall be liable to pay to the Purchaser, as and
by way of Liquidated Damages, 0.5% (half percent) or 1% (one percent) of
the value of the delayed supplies for each week of delay in effecting the
supply as per condition of Tender. The levy of such liquidated damages by the
Purchaser shall be made irrespective of the Purchaser having actually
suffered any damages / losses or not, on account of the delay in effecting
supplies by the Supplier.

DELAYS IN EFFECTING SUPPLIES DUE TO CIRCUMSTANCES BEYOND


THE CONTROL OF THE SUPPLIER

12. If, at any time during the continuance of this Agreement, the Supplier has,
in the opinion of the Purchaser, delayed in making any supply ordered, by the
reasons of any riots, mutinies, wars, fire, storm, tempest or other exceptional
cause, on a specific request made by the Supplier, the time for effecting
delivery may be extended by the Purchaser surely at his discretion for such
period as may be considered reasonable by the Purchaser. No further
representation from the Supplier will be entertained on this account.

RECOVERY OF MONEY DUE TO THE PURCHASER FROM THE


SUPPLIER

13. All expenses, damages and other moneys payable to the Purchaser by the
Supplier under any provisions of this Agreement may be recovered from the
amounts due or subsequently becoming due from the Purchaser to the Supplier
under this or any other Agreement. In case such amounts are insufficient to
fully cover such expenses, damages or other moneys payable, it shall be
lawful for the Purchaser to recover the balance amount from the Security
Deposit of the Supplier and in case such Security Deposit is insufficient, then
it shall also be lawful for the Purchaser to recover the residue of the said
expenses, damages and moneys, if necessary, by resorting to legal
proceedings against the Supplier.

AMOUNT OF SECURITY DEPOSIT TO BE MADE BY THE SUPPLIER

14. The Supplier shall deposit with the Purchaser an amount of


Rs______________ (as in Tender condition) as Security Deposit as specified
in Clause 6.3 of the Conditions of Tender for due and faithful performance
of the provisions of this Agreement. Such Security Deposit made by the
Supplier is liable to be forfeited by the Purchaser in the event of the Supplier
failing duly and faithfully to perform any one or more or any part of any one
of the said provisions. The amount of Security Deposit shall be remitted by

74
the Supplier to the Purchaser by way of a Demand Draft favouring the Dy.
Director, State Drug Management Unit, (O), Bhubaneswar. The payment for
the supplies made by the Supplier will be paid to him only after he has
remitted the required amount of Security Deposit.

SUBMISSION OF BILLS FOR SUPPLIES MADE

15. (a) No advance payment towards the cost of Drugs and Medicines
will be made to the Supplier. Payment of cost of the supplies will be
made by the Purchaser based on the reports of Quality Testing and
"Materials Received Certificates" from the designated authorities at the
points of supply as mentioned in the Purchase Order.

(b) All bills / invoices should be raised in quadruplicate in the name of


the Director of Health Services, Orissa, Bhubaneswar. All payments
shall be made by way of cheques / drafts drawn in favour of the
Supplier and Crossed Account Payee only.

ASSIGNMENT OF CONTRACT PROHIBITED

16. The Supplier shall not, at any time, assign, sub-let or make over the present
Contract or the benefits thereof or any part thereof, to any person or persons
whomsoever.

TERMINATION OF CONTRACT ON BREACH OF CONDITION

17. (a) In case the Supplier fails or neglects or refuses to faithfully perform
any of the Covenants on his part herein contained, it shall be
lawful for the Purchaser to forfeit the amount deposited by the
Supplier as Security Deposit and cancel the Contract.

(b) In case the Supplier fails, neglects, or refuses to observe, perform,


fulfill and keep, all or any one or more or any part of any one of the
Covenants, stipulations and provisions herein contained, it shall be
lawful for the Purchaser on any such failure, neglect or refusal, to
put an end to this Agreement and thereupon every article, cause and
thing herein contained on the part of the Purchaser shall cease and be
void, and in case of any damage, loss, expense, differences in cost or
other moneys than or at any time during the continuance of this
Agreement becoming due or owing by the Supplier to the Purchaser, it
will be opened for the Purchaser to recover from the Supplier, all
such damages, losses, expenses, differences in cost or other
moneys from out of any moneys for the time being payable to the
Supplier under this and / or any other Contract and in case such
last mentioned moneys are insufficient to cover all such damages,
losses, expenses, differences in cost and other moneys as aforesaid, it

75
shall be lawful for the Purchaser to appropriate the Security
Deposit made by the Supplier as hereinbefore mentioned to
reimburse all such damages, losses, expenses, differences in
cost and other moneys as the Purchaser shall have sustained, incurred
or been put to by reason of the Supplier having been guilty of
any such failure, negligence or refusal as aforesaid or other breach
in the performance of this Contract.

(c) If at any time during the course of the Contract, it is found that any
information furnished by the Supplier to the Purchaser, either in his
Tender or otherwise, is false, the Purchaser may put an end to the
Contract / Agreement wholly or in part and thereupon the provisions of
Clause (a) above shall apply.

18. The Purchaser reserves the right to terminate without assigning any reasons
therefore the Contract / Agreement either wholly or in part without any notice
to the Supplier. The Supplier will not be entitled for any compensation
whatsoever in respect of such termination of the Contract / Agreement by
the Purchaser.

NOTICES ETC. IN WRITING


19. All Certificates or Notices or orders for time or for extra, varied or altered
supplies which are to be the subject of extra or varied charges whether so
described in the Agreement or not, shall be in writing, and unless in writing,
shall not be valid, binding or be of any effect whatsoever.

SUPPLIERS NOT TO HAVE ANY INTEREST IN THE OFFICERS


CONCERNED AND SUBORDINATES

20. The Supplier shall not be in any way interested in or concerned directly or
indirectly with, any of the Officers, Subordinates or Servants of the Purchaser.
In any trade, business or transactions nor shall the Supplier give or pay or
promise to give or pay any such Officer, Subordinate or Servant directly or
indirectly any money or fee or other consideration under designation of
"Custom" or otherwise; nor shall the Supplier permit any person or persons
whomsoever to interfere in the management or performance hereof under
power of attorney or otherwise without the consent in writing of the Purchaser
obtained in first hand.

BANKRUPTCY OF THE SUPPLIER

21. In case the Supplier at any time during the continuance of the Contract
becomes bankrupt or insolvent or commits any act of bankruptcy or
insolvency under the provisions of any law in that behalf for the time being in
force, or should compound with his creditors, it shall be lawful for the
Purchaser to put an end to the Agreement, and thereupon every article, clause
and thing herein contained to be operative on the part of the Purchaser, shall
76
cease and be void and the Purchaser shall have all the rights and remedies
given to him under the preceding clauses.

SERVING OF NOTICES ON SUPPLIER

22. All notices or communications relating to or arising out of this Agreement or


any of the terms thereof shall be considered duly served on or given to the
Supplier if delivered to him or left at his premises, place of business or
abode.

23. And it is hereby agreed and declared between the parties hereto that in case
any question of dispute arises touching the construction or wording of any
clause herein contained on the rights, duties, liabilities of the parties hereto or
any other way, touching or arising out of the presents, the decision of the
Director of Health Services, Orissa, Bhubaneswar, in the matter shall be final
and binding.

24. In the event of any disputes between the parties, the disputes would be subject
to the jurisdiction of the Civil Courts within the City of Bhubaneswar only. In
witness whereof the Supplier and the Dy. Director, State Drug Management
Unit, (O), Bhubaneswar, acting for and on behalf of the Health & F.W.
Department, Govt. of Orissa the Purchaser, have set their hands the day,
month and year first above written.

SUPPLIER DEPUTY DIRECTOR


STATE DRUG MANAGEMENT UNIT, ORISSA
BHUBANESWAR

Witness Witness

1. 1.

2. 2.

77
ANNEXURE – XII
As per clause – 3.7

DECLARATION FOR COMPLIANCE OF G.M.P

01. Name and Address of The Firm

02. Name of Proprietor / Partner / Director :

03. Name and Designation of Person Present :

04. GMP Certificate As per Revised Schedule “M”

05. Details of Licenses Held With Validity :

06. Number of Workers Employed :Ladies :


Gents :

07. Whether Workers Provided with Uniform : Yes / No

08. Whether Medical Examination done


for the Workers : Yes / No

09. Hygienic Condition


(I) Surrounding : Satisfactory / Not Satisfactory

(II) Production Areas : Satisfactory / Not Satisfactory

(III) Other Areas : Satisfactory / Not Satisfactory

10. Provision For Disposal of Waste : Yes / No

11. Heating System : Yes / No

12. Whether Benches Provided in all : Yes / No


Working Area
13. Water Supply

(A) Source :
(B) Storage Condition : Satisfactory / Not Satisfactory

78
(C) Testing
(With reference to Pathogenic Organization) : Yes / No

(D) Cleaning Schedule In Water Supply


System With Proper Records : Yes / No

(E) Type of Machinery installed as to


Semiautomatic or Fully Automatic plant for
water purification system along with cost and
whether this is working, and if so he flow rate
of Pharmaceutical water to must the
requires preparation :

14. Air handling system along with list of machine


and cost of the unit. Separately for sterile and
non sterile preparation :

15. Whether the pollution control clearance is valid for


Air and Water and if so the period upto which valid
(copy of the certificate to be enclosed) :

16. Raw Material Storage Area


(Storage Facilities / Hygienic Condition) :

(I) Quarantine : Provided / Not Provided

(II) Passed Materials : Provided / Not Provided

(III) Rejected Materials : Provided / Not Provided

17. Finished Product Storage Area


(Hygienic / Storage) :

(I ) Quarantine : Provided / Not Provided

(II) Released Material : Provided / Not Provided

18. Details of Technical Staff

Name Qualification Experience

For Manufacturing :

For Testing :

19. Testing Facilities (List of Equipments to be furnished Separately in the


format to meet the bench mark vide Annexure)

Chemical Method : Yes / No

79
Instrumental : Yes / No
(Type of Instrument Provided as indicated
in Annexure)

Biological : Yes / No

Micro Biological : Yes / No

Animal Testing : Yes / No

20. Remarks

(A) Whether Products Quoted to Health & F.W. Department, Orissa


are Endorsed in the Licence : Yes / No

(B) Whether the drugs Quoted to


Health & F.W. Department, Orissa have been Manufactured
Earlier (Last 3 Years) : Yes / No

If Yes, Details Like

Date of
Batch No. Date of
Sl.No Manufacturer Name of the Drug Batch Size
Release

(C) Production Capacity (Section Wise)

PRODUCTION CAPACITY:

Tablet Section

Type of Equipments No. of Production No of shift If selected


Equipments Capacity of all the Production
Equipments in Capacity
column 2 allotted for
per shift H&FW
(1) (2) (3) (4) Deptt.,
Orissa

(5)
Planatery mixer
Fluidized bed drier
Tray drier
Mechanical shifter

80
Type of Equipments No. of Production No of shift If selected
Equipments Capacity of all the Production
Equipments in Capacity
column 2 allotted for
per shift H&FW
(1) (2) (3) (4) Deptt.,
Orissa

(5)
Multi mill
Tablet compression
machine
1) With ________
number of station
2) With _________
number of station
3) With _________
number of station
4) With _________
number of station
Coating pan.
Blister Packing
machine
Strip packing
machine

Capsule Section

Type of Equipments No. of Production No of shift If selected


Equipments Capacity of all Production
the Equipments Capacity
in column 2 allotted for
H&FW
per shift
Deptt.,
(1) (2) (3) (4) Orissa
(5)
Double cone blender
Automatic capsule
filling machine
Semi automatic
Capsule filling
machine
Hand filling machine
Blister packing
machine
strip packing
machine

81
Parenteral Section

Type of Equipments No. of Production No of shift If selected


Equipments Capacity of all Production
the Equipments Capacity
in column 2 allotted for
H&FW
per shift
Deptt.,
(1) (2) (3) (4) Orissa

(5)
Small volume
Parenteral
Mixing Vessel
Laminar Flow unit
Filtration unit
Ampoule filling
machine
(with No of head)
Vial filling
Machine
(with No of head)
Vial sealing machine
Powder filling
machine
Autoclave for
terminal Sterilization
Ampoule labeling
machine
Vials labeling
machine

Large Volume Parenterals

Type of Equipments No. of Production No of shift If selected


Equipments Capacity of all Production
the Equipments Capacity
in column 2 allotted for
H&FW
per shift
Deptt.,
(1) (2) (3) (4) Orissa

(5)
Mixing vessel
Filtration Unit.
Filling Machine
Autoclave for
terminal Sterilization
Labeling Machine

82
Ointment/ Cream

Type of Equipments No. of Production No of shift If selected


Equipments Capacity of all Production
the Equipments Capacity
in column 2 allotted for
H&FW
per shift
Deptt.,
(1) (2) (3) (4) Orissa
(5)
Stream jacket vessel
for mixing
Ointment/cream
filling machine

Liquid Section

Type of Equipments No. of Production No of shift If selected


Equipments Capacity of all Production
the Equipments Capacity
in column 2 allotted for
H&FW
per shift
Deptt.,
(1) (2) (3) (4) Orissa

(5)
Bottle washing
machine
SS tank with capacity
Filter press
Colloidal mill
Bottle Filling Machine
Labeling Machine

External Preparation

If selected
Type of Equipments Production
No. of Production No of shift
Capacity
Equipments Capacity of all
allotted for
the Equipments H&FW
in column 2 Deptt.,
per shift Orissa
(1)
(2) (3) (4)
(5)
Mixing Vessel
Filling machine
Labeling machine

(E) Any, Not Of Standard Quality : Yes / No


Reports Of Product Quoted/
Approved By DHS
(If Not, Nil Statement)

83
(F) Any Prosecution After : Yes / No
Submission of Tender Documents.
(If Not, Nil Statement)

(G) Chances of cross contamination : Yes / No


at Raw Materials / In Process /
Finished Product Stages and Steps /
Facilities

(H) Validation of Equipments done : Yes / No

(I) Cleaning Schedule

(I) For Premises :

(II) For Equipments :

(J) Adverse Reaction, If Any and :


Reported
Sl.No. Description Remarks

1 Whether any drug(s) manufactured by


the tenderer has / have been recalled
during last five years? If yes given
details
2 What are the results of investigations
on the recalled drug(s)?
3 What action have been taken to
prevent recurrence of recall of drug(s)
on that particular account?

(K) Complaints Received If Any :


and Steps taken.

Sl. No. Description Remarks

1 Whether any drug(s) manufactured by


the tenderer has / have been recalled
during last five years? If yes given
details
2 What are the results of investigations
on the recalled drug(s)?
3 What action have been taken to
prevent recurrence of recall of drug(s)
on that particular account?

Signature and Seal of


Proprietor / Partner / Director
To be attested by the Notary. / Gazetted Officer / Licensing Authority

84
Annexure – XIII
Refer Clause No. 12.1.1

Sl. No. Name of the NABL Laboratories Remarks


1. P R K PHARMANLYSTS PVT LTD
D.NO-3-6-III,FLAT NOS.201TO204
BLUECHIP ARCADE, HIMAYAT NAGAR
HYDERABAD – 500029 (Tel/Fax: 040-3224595,3225771)
ANALYSIS@HD2.DOT.NET.IN
2. BANGALORE TEST HOUSE
65, 20TH MAIN, MARENAHALLI VIJAYANAGAR-560040
Tel:080- 2338 8895 / 23385979 (F)
Bangaloretesthouse@satyam.net.in
3. S G S INDIA PRIVATE LTD.
II FLOOR, TICEL BIO PARK LIMITED
TARAMANI ROAD, TARAMANI ,
CHENNAI - 600113
Tel/Fax: 044- 22542601 / 22542600(F)
4. SHRIRAM INSTITUTE FOR INDUSTRIAL RESEARCH
SADARMANGALA INUSTRIAL AREA,
PLOTNO-14&15, WHITEFIELD ROAD,
BANGALORE - 560048
Tel/Fax: 080- 28412842, 28410172,
SRIBGIR@BGL.VSNL.NET.IN / SRISRB@VSNL.NET
5. ASHCO ANALYTICAL SERVICES
D – 70, Sec – 2, Noida (U.P) – 201301
Tel/Fax: 0120-2534025/2533784
aasnoida@rediffmail.com
6. SOPHISTICATED INDUSTRIAL MATERIALS ANALYTICAL
LABS PVT. LTD.
C-95, Okhla Industrial Area
Phase-1, New Delhi – 20
Tel/Fax: 011-26810444/26810555
cmecc@vsnl.com
7. ARBRO PHARMACEUTICALS LTD.
4/9, Kirti Nagar Industrial Area
New Delhi - 110015
Tel/Fax: 011-5467228/5457922
arbro@vsnl.in
8. INTERNATIONAL TESTING CENTRE
86,Idustrial Area
Phase-1,Panchakul, Haryana - 134109
Tel/Fax: 0172-2561543/5825
kesho@mantraonline.com
9. STANDARD ANALYTICAL LABORATORY PVT. LTD.
69, FUNCTIONAL INDUSTRIAL ESTATE
PATPARGANJ, NEW DELHI - 110092
ATULANAND1@HOTMAIL.COM, Tel/Fax: 011-221663617
10. AVON FOOD LAB
C-35/23,Lawrence Road Industrial Area
Delhi, New Delhi, India - 110035
Tel/Fax: 011-27391116
info@avonagro.com
11. CALI-LABS PVT LTD
HX-21,E-7, Extension Area Colony
Madhya Pradesh, Bhopal – 462016
Tel/Fax: 0755-2468583/2461836
calilabs@sancharnet.in

85

Anda mungkin juga menyukai