LAST DATE & TIME FOR RECEIPT OF TENDER : 15.12.2009 upto 11:30 AM
DATE & TIME OF OPENING OF TENDER (COVER B) : will be intimated later on.
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.
The tender paper will be rejected if the bidder changes any clause or
Annexure of the bid document downloaded from the website.
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.
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.
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.
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)
3.5 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.
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.
4.4 The tender paper will be rejected if any of the following documents are
wanting.
i) Earnest Money Deposit (EMD)
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.
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.
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 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”.
7.4.1 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
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
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
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.
7.19 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.
7.21 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.
7.23 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).
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
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.
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).
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).
10.5 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.
QUALITY TESTING:
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
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.
13.1 The rates of each item quoted by the tenderer will be evaluated after taking
the following points into consideration: -
d) In case of R.T.I./S.T.I. KIT, the rate quoted for the single KIT
(Combipack) will be taken into consideration.
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
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.
16.6 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
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.
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).
18.4 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.
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.
Date :
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
28
ANNEXURE - III
As per Clause – 2.3
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
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
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
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)
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
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)
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)
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
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)
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)
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
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
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
42
145 D17018 Inj. Glyceryl Trinitrate USP 5 mg/ml 5 ml/Amp
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
44
170 D18015 Cream Clotrimazole IP 1% w/v 15 gm/Tube
20 Tubes/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)
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
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)
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
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
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)
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
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
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
Telephone Nos.,
landline
Mobile
Fax
E – Mail
Date of Inception
Manufacturing
License Nos. & Date
License valid up to
Date :
Official Seal :
57
ANNEXURE – VII
Ref. Clause : 3.11
CHECK LIST
If provided
Sl. Provided
Details mention
No. or not
page No.
1. Earnest Money Deposit Yes / No
58
ANNEXURE – VIII
Ref. Clause No. 10.1 to 10.4
59
ANNEXURE – VIII
Ref. Clause No. 10.1 to 10.4
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.
(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
(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.
(3) Ply : 5 or 7
61
V. SPECIFICATIONS FOR LIQUID ORALS
(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.
(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 .
(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.
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.
(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
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
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
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.
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
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
Batch No. :
Total Quantity :
Manufactured By :
67
ANNEXURE – X
As per clause – 2.1
3.12
4.4 v
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
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
03. (a) The Drugs and Medicines supplied by the supplier shall have
shelf life as given below:
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.
(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.
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.
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.
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.
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.
(ii) The Supplier failing to effect supplies within the time period
stipulated in Paragraph 6 of this Agreement, or
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
Witness Witness
1. 1.
2. 2.
77
ANNEXURE – XII
As per clause – 3.7
(A) Source :
(B) Storage Condition : Satisfactory / Not Satisfactory
78
(C) Testing
(With reference to Pathogenic Organization) : Yes / No
For Manufacturing :
For Testing :
79
Instrumental : Yes / No
(Type of Instrument Provided as indicated
in Annexure)
Biological : Yes / No
20. Remarks
Date of
Batch No. Date of
Sl.No Manufacturer Name of the Drug Batch Size
Release
PRODUCTION CAPACITY:
Tablet Section
(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
81
Parenteral Section
(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
(5)
Mixing vessel
Filtration Unit.
Filling Machine
Autoclave for
terminal Sterilization
Labeling Machine
82
Ointment/ Cream
Liquid Section
(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
83
(F) Any Prosecution After : Yes / No
Submission of Tender Documents.
(If Not, Nil Statement)
84
Annexure – XIII
Refer Clause No. 12.1.1
85