128 Tender Drugs Medicines Nutrition Allied Items NIT 128 2021
128 Tender Drugs Medicines Nutrition Allied Items NIT 128 2021
TENDER NO: DUHS / DP/ 2021/ 128; dated: 17th March, 2021
TENDER SUBMISSION DATE AND TIME: 14th April, 2021 upto 11:00 Hrs
TENDER OPENING DATE AND TIME : 14th April, 2021 upto 11:30 Hrs
Dow University of Health Sciences (OJHA Campus) Procurement
TENDER SUBMISSION PLACE : Directorate at Library Block, SUPARCO Road, off Main University
Road, Gulzar-e-Hijri, Scheme No.33, Karachi
TENDER OPENING PLACE : Seminar Room, Digital Library Block, OJHA Campus, Karachi
NOTE:
1) No tender will be accepted after closing of the Tender box, what so ever reason may be.
2) All the participants must be signed each & every page of bid documents, else offer will be rejected.
Bid Validity : 90 days (As per SPP Rules – 2010) (Amended 2019)
2|Page
Bidders are required to comply with all the clauses mentioned in the Terms and Conditions of the Bid
Documents and any deviation will forbid them from competing in the tender.
Bid will be valid for 90 days from the date of opening for technical and financial evaluation. The bidders shall quote
their prices inclusive of all applicable duties and Taxes / Logistic Charges etc. and all other expenses on free delivery
to Consignee's end at Dow University of Health Sciences, Karachi basis. Final and Firm Price should be quoted in
Figures & Words both.
1.2. The tender shall be submitted with all documents in sealed envelopes. The envelope must contain
1.2.1 Tender inquiry Number on the top,
1.2.2. The name of the Bidder should be affixed on the face of the envelope.
1.3. The Bidder should prepare the Tender in form of Technical and Financial proposals separately. The
envelope should be marked Technical Proposal and Financial Proposal in BOLD and legible letters to
avoid confusion.
1.4. Envelopes should be sealed and addressed to Director Procurement, Dow University of Health Sciences,
Karachi and inserted in Tender box by hand or mail on the scheduled date and time, else tender will
not be entertained and would be returned unopened to the bidders.
1.5. Bidder shall provide a soft copy of technical Proposal in the form of CD/DVD/USB. All the required
documents will be uploaded in JPEG format and Annexure will be uploaded in excel format (.xls). On the
top of Each CD/DVD/USB the name of Item and Serial number will be mentioned with permenant Black
marker. In case of discrepancy in soft copy and hard copy documents, The Hard copy document will prevail
and will be considered.
1.6. Technical Proposal should have the following documents (Eligibility Criteria):
I. The Tender Purchase Receipt (original) must be attached along with Technical Proposal; else the
bids will be rejected. For alternate offer a separate Purchase Receipt (original) shall be
submitted, otherwise both Proposals will be rejected.
II. Photocopy of Pay Order / Demand Draft / Call Deposit / Bank Guarantee of Security Deposit must be
attached after hiding the amount in figure and words of the Pay Order / Demand Draft / Call Deposit /
Bank Guarantee; otherwise the bid will not be considered.
III. Copy of the Bid offer without showing the rates.
IV. Valid Manufacturing License, Valid Drug Sales License whichever is applicable.
V. Valid Income Tax (FBR) Registration with Active Tax Payer Status on FBR website.
VI. Valid Professional Tax Certificate.
VII. GST Registration Certificate (if applicable).
VIII. Photocopy of Drug Registration certificate
3|Page
IX. GMP (Good Manufacturing Practices) and CGMP Certificate issued by Drugs Regulatory
AuthorityPakistan (DRAP) during last 03 years is also mandatory For Manufacturers,
X. Bioequivalence Study and Biosmiliar Studies for biological by DRAP notified LABS or
WHO/JpMHLW/EMA/US FDA approved/accredited labs only.
XI. Federal Drug Inspector Report of the Manufacturer for last three year
XII. Orignal Distributor Authorization Letter which should be addressed to Director Procurement (where
applicable).
XIII. Tax Exemption Certificates if any
Marks
Max
S# Description For
Marks
Evaluation
1 Export of Quoted Product (Attach documentary support i.e. bill of lading 10
orletter of credit or any other document instead of just giving details on
company’s letter head only.)
A A total of 10 countries or above 10
B 1 Marks per country 1
2 BIOEQUIVALENCE STUDY REPORT/BIOSIMILARITY STUDIES FOR 20
BIOLOGICALS
A Bioequivalence study/Biosimilarity Studies from any of the below mentioned 20
labs:
1-WHO prequalified labs
2- Labs certified/audited by SRAs of ICH(International Conference on
Harmonization)member countries.The firm will attach bio-equivalence certificate
of the product).
3- Original manufacturer will be awarded full marks.
C 3. No Bioequivalence study 0
3 ACTIVE PHARMACEUTICAL INGREDIENT(API)SOURCE 20
A 1-Original source/Research molecule 20
B 2-Source licensed by original or accredited by FDA/WHO/EMA 15
C 3-Other source 1
4 FINANCIAL CAPACITY OF THE BIDDER 10
A ANNUAL TURNOVER OF LAST FINANCIAL YEAR 10
100 MILLION OR ABOVE
B BETWEEN 50 100 MILLION 5
C BETWEEN 25 50 MILLION 3
4|Page
D LESS THAN 25 MILLION 1
THE bidder shall provide requisite documents i.e. FBR documents showing the
Annual sale of the firm.
5 EXPERIENCE OF THE QUOTED PRODUCT SINCE JANUARY 2020 10
A Supply of the quoted product equivalent or higher than the advertised quantity in 10
last year
B Supply of the quoted product is less than advertised quantity in last year 5
A Valid ISO 17025 Certification for competence of Testing and Calibration of Labs. 2
(2)
B Valid ISO 14001 (Environment Management System (EMS) certificate) (2) 2
1.12. The tender must be free from erasing, cutting and over writing. In case of erasing, cutting and over writing,
authorized person should initial it duly stamped, else the offer will not be entertained.
1.13. The rates of each item should be written in figures as well as in words. Arithmetical errors will be rectified
on this basis. If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and the quantity, the unit price shall prevail and the total price shall be corrected.
In case of discrepancy the price in words will be authenticated and final.
1.14. Conditional Tenders against the Govt. Rules / policy will not be considered /entertained / accepted.
1.15. Tenders shall be accompanied by Bid Security @ 1% of total bid value in shape of Pay Order / Demand
Draft / Call Deposit / Bank Guarantee in favor of Dow University of Health Sciences, Karachi.
1.16. All Bidders should provide at least Two Samples free of cost of the each quoted product. The specifications
of the quoted product will be verified by the sample provided.
1.17. The tendered rate should be inclusive of all applicable taxes to Federal & Provincial Govt. or local bodies
and will be deducted from the bill of the contractors / suppliers.
5|Page
1.18. All the (applicable) Government taxes (Income Tax / Sindh Sales Tax (if applicable) / 0.35% Stamp Duty of
the value of the contract amount will be affixed on the bills or on the contract agreement of the full contract
value by the Contractors / Suppliers.
1.19. If the Contractors / Suppliers require Tax exemption facility regarding non deduction of Advance Income
Tax vide CR No. 1(10)WHT/2001, dated 11th April, 2002, the required documents shall be submitted. The
copy of the exemption certificate issued by the concerned authority must be attached and on a copy of Bill of
Entry duly attached in case bid price is on C&F basis & Tax paid Challan copy duly attested should be
attached with the bill along with an undertaking on Company Letter Head.
1.20. Schedule is prepared with the generic name; however the bidder must have to mention the brand name with
strenght Packaging form, Packaging Unit and Dosage form against the generic name.. for e.g. Tab
Paracetamol 500mg (Panadol Tablet 500mg (1 Strip = 10Tab)), similarly Injection Diclofenac Sodium 75mg
(Voren inj 75mg/ml Ampule (1box = 10Amp)).
1.21. The dosage form, strength and pack size offered for bidding in the tender shall be those which are registered
/ approved by the Drugs Regulatory Authority Pakistan (DRAP)
1.22. Registration number, make or origin of the country of the drug must be mentioned for each item, for which
quotation is given, otherwise it will not be considered. The bidder will also provide original warranty of
Manufacturer / Importer with Batch number and Quantity at the time of supply of medicines.
1.23. The quoted rates once offered by the firms will not be changed during the contract period.
1.24. The supplies should be in commercial pack as per drug act 1976 and delivered at the designated place of
Dow University of Health Sciences, Karachi by the authorized representative of the firm at the risk and cost
of the supplier. Any breakage or shortage of stock will be recovered from the supplier.
1.25. All documents should be submitted duly paginated / flagged and the detailed of the documents should also be
mentioned in front of the Index, else Procurement Committee reserves the right to accept or reject.
2. SPECIAL CONDITIONS:
2.1. The supplies shall be delivered in accordance with the Purchase orders as per following schedule of
requirements
-- Locally Manufactured item shall be delivered on priority (maximum within 21 days after PO receiving)
-- Imported Items shalll be delivered within 35days period.
2.2. Supplier appraisal shall be performed based on the compliance to the above mentioned periods.
2.3. Partial deliveries for bulk supplies shall be requested from Pharmacy Stores via email to supplier.
2.4. Distributor once nominated by the manufacturer / importer will be for the whole contract period and
manufacturer / importer cannot change its distributor during the contract period. In exceptional cases
changes may be allowed by the competent authority of Dow University of Health Sciences.
2.5. No manufacturer / importer shall authorize their distributor / agent / any firm or person to quote the same
item, which the manufacturer is quoting itself in any tender. Failing those offers of both the manufacturer as
well as other bidder shall be ignored.
6|Page
2.6. Procurement committee / competent authority may formulate an inspection committee to inspect & conduct
GMP Audit of manufacturer if required.
2.7. The manufacturer / importer of sub-standard adulterated spurious, counterfeit, misbranded or contaminated
medicine(s) item(s) etc., may be black listed by the competent authority (as per Rule-35 and relevant rules /
regulations / polices / instructions of SPPRA).
2.8. If goods are declared sub-standard the Manufacturer and their Distributor are equally responsible and are
bound to supply additional quantity of whole batch free of cost. (in case of failure the contract will be
terminated as per relevant rules / conditions etc.)
2.9. The successful bidder shall pay the testing fees directly to the Provincial Drug Testing Lab. for the batches to
be supplied and should supply extra quantity of drug / drugs used for testing purpose.
2.10. The drugs shall be accompanied by the necessary warranty on Form 2-A (on non-judicial stamp paper) in
accordance with the provision of the Drugs Act 1976 and rules framed there under.
2.11. The sample of the drugs supplied by the vendors will be drawn for test and analysis purpose under Drugs Act
1976.
2.13. The vendors who quote dispensing items (Methylated spirit, paraffin etc.) must possess re-packing License
issued from Drugs Regulatory Authority Pakistan (DRAP) or their offer will be rejected.
2.14. The Technical evaluation shall also be carried out by the Techenical Evaluation Committee Dow
University of Health Sciences, Karachi, which shall be final, The Evaluators shalll assess on clinical
experience basis and Evaluation Creiteria prescribed in these bidding documents.
2.15. Only those item's Financial offer will be announced / considered which were technically qualify by the
Technical Evaluation Committee if any firm wants to give the separate item wise financial bid they
are advised to give separate item wise sealed envelope (s) of every item and should mention the name
of the item and tender serial number on the front in BOLD and legible letters to avoid confusion, else
the Financial Proposal Envelope will be opened on qualified item basis and it will not be challenged by
the Suppliers / Contractors to open the Financial Proposal of the disqualified items.
2.16. If a sample of a batch of drug or item is declared in contravention of section 3 / 23 of drugs act 1976 on the
basis of test analysis report on presence of any foreign particle seen by the competent authority, those will be
destroyed and payment will not be made to the supplier. The supplier will be responsible to provide the fresh
stock of standard quality within 45 days against the rejected batch. Otherwise amount equivalent to the
supplied quantity of defective goods will be deducted from their bill and action will be initiated against the
offending firm according to the Drugs Act. 1976 on terms and condition of the tender, whichever is
applicable.
2.17. Manufacturer / Importer of vaccines, Sera and recombinant DNA products should submit Lot Release
certificate issued by Federal Government Analyst National Control Laboratory for Biological (NCLB),
WHO approved vaccines, will be considered only.
2.18. Manufacturers / Importers / distributors will directly supply the goods as per supply order along with Bill of
Warranty and Quality Certificate of each batch.
7|Page
3. PURCHASER'S RIGHT TO VARY QUANTITIES
The DUHS Authority reserves right to decrease or delete the quantities of goods / services and also reserves
the right to enhance the quantity of goods / services originally specified in the schedule of requirement
without any change in unit price or other terms and conditions during the contract period.
4. PURCHASER'S RIGHT TO ACCEPT ANY BID AND REJECT ANY OR ALL BIDS:
The DUHS Authority reserves the right to purchase full or part of the store or ignore / scrap / cancel the
tender as per relevant rules of SPPRA-2010 (Amended 2019).
5. PERFORMANCE SECURITY:
The successful bidders will have to deposit requisite security in the shape of a Pay Order / Demand Draft /
Call Deposit / Bank Guarantee at 2% value of the contract amount in the favor of Dow Univeristy of
Health Sciences. The same will be released after successful completion of stores or till the finalization of
contract. After the acceptance of the Tender by the Vendor, a purchase order may be issued and if offer is not
accepted by the Vendor, the Bid Security shall be forfeited to the DUHS as per SPPRA Rules, 2010
(Amended 2019).
7. NOTIFICATION OF AWARD
Prior to expiration of the bid validity period or extended bid validity period, the Procuring agency will notify
the successful bidder in writing about the acceptance of the offer delivery by hand or by registered letter or
by Courier or by e-mail. The notification of award will constitute the formation of the contract.
8. PERIOD OF CONTRACT
Initially contract shall be signed for a period of one year (12 months), however, DUHS at its own discretion
can extend the contract for a further period of six (06) months or till the finalization of next tender. The
contractor shall be bound to provide the services for extended period without change in rate and terms &
conditions.
9. CANCELATION OF CONTRACT
If the successful bidder fails to provide the satisfactory services, the DUHS shall be entitled at his option to
cancel the contract and recover the damages besides forfeiture of Performance Guarantee. The DUHS shall
not be liable to any risks and costs whatsoever in consequence of such cancellation of the contract.
8|Page
For the purpose of this clause:
“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the procurement process or in contract execution.
“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process
or the execution of a contract to the detriment of the Borrower, and includes collusive practice among
Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the Borrower of the benefits of free and open competition.
The contractor shall not be liable for forfeiture of its performance security, liquidated damages, or
termination for default if and to the extent that its delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.
For purposes of this clause, “Force Majeure” means an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not
restricted to, acts of the DUHS in its sovereign capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.
If a Force Majeure situation arises, the contractor shall promptly notify the DUHS in writing of such
condition and the cause thereof. Unless otherwise directed by the DUHS in writing, the Supplier shall
continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure event.
12. TERMINATION FOR INSOLVENCY
DUHS may at any time terminate the Contract by giving written notice to the contractor if the contractor
becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the
Contractor, provided that such termination will not prejudice or affect any right of action or remedy which
has accrued or will accrue thereafter to the DUHS.
9|Page
CHECK LIST FOR TECHNICAL PROPOSAL DOCUMENTS
Annexure-A
CRITERIA YES NO
Tender Purchase Receipt (Orignal)
Photocopy of Pay Order / Demand Draft / Call Deposit / Bank Guarantee of Security
Deposit should
Copy of the Bid offer without showing the rates
Copy of Registration National Tax Number (NTN) (Mandatory)
Bidder should be active Tax Payer and Filer
Copy of undertaking regarding supply of required items with stipulated time with quality
certificate from the authorized laboratory
FBR document for the Annual Sale of Firm
Relevant experience (Documentary Evidence should be attached) for the last three years
with reputable Hospitals.
An undertaking regarding that the Firm shall not be black listed / involve in any litigation
with Government Institutions. (Federal / Provincial / Local)
Photocopy of Drug Registration
Certificate
GMP (Good Manufacturing Practices) and CGMP Certificate issued by Drugs Regulatory
AuthorityPakistan (DRAP)
Bioequivalence Study and Biosmiliar Studies
Affidavit for the declaration of Substandard drugs reported by any agency in past
NOTE: The offer will not be entertained if the required documentary evidence has not been found
attached in support of above evaluation criteria.
However any document missing as mentioned in Annexure A 1 the bidder shall submit the same
within 24-hours, otherwise their bid treated as rejected.
The final decision for qualification shall be on the basis of provision of all documents and
approval of samples by the committee.
10 | P a g e
18. UNDERTAKING on Non Judicial Stamp Paper
18.1. I / we read / understand the conditions specified in the tender inquiry and undertake:
18.2. That I / we will remain bound to supply any item as an additional quantity at the same rate on which said
item 1/ we have supplied during the contract period.
18.3. That I / we agreed whether our tender accepted for total, partial or enhanced quantity for all or any single
item.
18.4. I / we also agree to supply and accept the said item at the rates for the supply of contracted quantity within
the stipulated period shown in the contract.
18.5. I / we understand and ensure for the supply of quality medicines. 1/ we also agree to supply the 100%
additional quantity without any additional charges, if the supplies/part of the supplies declared sub-standard.
18.6. I / we undertake that, if any of the information submitted in accordance to this tender inquiry found incorrect,
our contract may be cancelled at any stage on our cost and risk.
18.7. I / we undertake to deposit the Drug Testing fees per batch to the Provincial/Central Drugs Testing
Laboratories, the said-fees will be paid directly to POL / CDL, if the assignment given to the said
laboratories.
18.8. I / we undertake that, 1/ we will replace the drugs three month before its expiry.
18.9. I/we undertake that I/we abide to deliver partial supplies against Purchase oreder if requested by Purchaser.
18.10. I / we undertake that, 1/ we have never been black listed.
E mail Address:
11 | P a g e
19. TERMS AND CONDITIONS ACCEPTANCE CERTIFICATE
Signature of Vendor
Designation
Witness
1) Name Signature
2) Name Signature
University of Health Sciences, Karachi for 12 months (extendable for further 6 months with mutual consent or till the
We give undertaking that if there is any sub-standard spurious, counterfeit, misbranded or contaminated and short
supply of item(s) by our Distributor, we will be responsible for the same. We also undertake that we have read and
understood the terms and conditions of the tender enquiry.
Address:
Note:
i) All the above said instructions must be read carefully for compliance; else the offer will be
ignored / rejected.
ii) Department reserves the right to ask and verify any document from the participants related
with Manufacturer / Importer of item, to assess the quality.
12 | P a g e
CONTRACT FORM
THIS AGREEMENT made the day of 2021 between [name of Procuring Agency] of
[country of Procuring agency] (here in after called “the Procuring agency”) of the one part and [name of Supplier] of
[city and country of Supplier] (here in after called “the Supplier”) of the other part:
WHEREAS the Procuring agency invited bids for certain goods and ancillary services, viz. [brief description of
goods and services] and has accepted a bid by the Supplier for the supply of those goods and services in the sum of
[contract price in words and figures] (here in after called “the Contract Price”).
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in
the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz:
(a) The Bid Form and the Price Schedule submitted by the Bidder;
(b) The Schedule of Requirements;
(c) The Technical Specifications;
(d) The General Conditions of Contract;
(e) The Special Conditions of Contract; and
(f) The Procuring agency’s Notification of Award.
3. In consideration of the payments to be made by the Procuring agency to the Supplier as hereinafter mentioned,
the Supplier hereby covenants with the Procuring agency to provide the goods and services and to remedy
defects therein in conformity in all respects with the provisions of the Contract.
4. The Procuring agency hereby covenants to pay the Supplier in consideration of the provision of the goods and
services and the remedying of defects therein, the Contract Price or such other sum as may become payable
under the provisions of the contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their
respective laws the day and year first above written.
13 | P a g e
INTEGRITY PACT
[Name of Supplier/Contractor/Consultant] hereby declares that it has not obtained or induced the procurement of
any contract, right, interest, privilege or other obligation or benefit from Government of Sindh (GoS) or any
administrative subdivision or agency thereof or any other entity owned or controlled by it (GoS) through any
corrupt business practice.
Without limiting the generality of the foregoing, [Name of Supplier/ Contractor/ Consultant] represents and
warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or
agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly
through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director,
promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback,
whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a
contract, right, interest, privilege or other obligation or benefit, in whatsoever form, from Procuring Agency (PA),
except that which has been expressly declared pursuant hereto.
[Name of Supplier/Contractor/Consultant] certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the transaction with PA and has not taken
any action or will not take any action to circumvent the above declaration, representation or warranty.
[Name of Supplier/Contractor/Consultant] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of
this declaration, representation and warranty. It agrees that any contract, right, interest , privilege or other obligation
or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to PA
under any law, contract or other instrument, be voidable at the option of PA.
___________________ _____________________________
[Procuring Agency] [Supplier /Contractor/Consultant]
14 | P a g e
DOW UNIVERSITY OF HEALTH SCIENCES, KARACHI
PHARMACEUTICAL COMPANIES
PROFILE
Note.
a. Please fill in the correct information carefully submission of wrong/ vague information may lead to
disqualification of the firm.
b. Each page of the Performa must be duly signed & stamped.
GENERAL INFORMATION
15 | P a g e
3. Total area of the unit (in sq ft)
3.a Total Covered Area
(in sq ft) Annex copy of approved lay out plan by
Ministry of Health, Islamabad)
3.b Total covered Area of production (in sq ft)
3.c Total covered area of quality control
department(Sq ft)
3.d Total covered area of administration block
(in Sq ft)
3.e Plant layout, design & finishes
Enable avoidance of cross contamination
Enable proper cleaning, drainage, sanitization
as per written sanitation program
Enable proper ventilation, air conditioning and
maintenance.
4. Income Tax no (NTN)
Attach copy of certificates,
Attach details of tax paid during past 3 years
Attach copy of last annual income tax return
5. Sales Tax Registration No. (if any. Applicable )
Attach copy of certificate, and details of sales tax
Paid during past 3 years
6. G M P compliance certificate
& GMP audit report (attach report/ certificate)
7. Assay procedure of all product
Reference Standard
Bio-availability/ Bio-equivalence report of
all product
8.. Technical personnel involved in
Manufacture of pharmaceutical products
(Attach section wise list with qualification &
experience)
8.a Production
Pharmacist
Chemist
Other technical persons
8.b Quality Control
Pharmacist
Chemists/ biochemist/ microbiologist
Other Technical Persons
8.c Product/ formulation Development Section
Pharmacist/chemist/other
9 Total Employees (including Technical staff)
Management
Production
Quality control
Research & Development Sales and Marketing
Administration
Others
Total Head Count
16 | P a g e
10 Training of personnel
On job training schedule
Schedule/program for training of technical
staff
Schedule/program for training of worker
(Including GMP and hygiene)
11 Medical checkup of worker:-
Prior to induction
Annual
Periodic (worker doing optical checking)
12 Manufacturing information
12. No of registered drugs
a
12.b No of drugs being manufactured (active)
12.c No of PV listed items (Attach list)
13. Raw materials (Active ingredients)
(Name of the source companies along with country of
origin)
14. Dosage form and production capacity
Dosage Forms Production capacity (per 8 hours)
1. Solid 1
2. Liquid 2
3. Inject able (liquid) 3
4. Inject able (Dry powder) 4
5. Ointments/ Creams/ Gels 5
6. Capsules 6
7. I V infusions 7
8. Dialysis solutions 8
9. Repacking / External preparations etc. 9
15 Cleanliness & maintenance of :
Equipment – List
16 Emergency power supply arrangements
(For at least critical areas of the unit)
17 Drug recalls system
(volunteer) & SOPs for recall
(Annex details)
18 Inspection record of the company
Years Inspecting Authority Brief remarks of the inspecting authority
1
2
3
19 Market Availability and Since when (mention year)
Products routinely manufactured
Only occasionally / on request
(Annex six batches certificates)
20 Number of distributors/ authorized Agents
(Attach list indicating name, address / approx sales
range of each)
21 Source of Raw Material
17 | P a g e
MANUFACTURING INFORMATION
STORES / WARE HOUSES
Available as
Not
S. # Criteria per SOPs, Partial Remarks
available
GMP or cGMP
Separate stores for:
Raw material
i.
Labels & packaging material and
Finished products
Separate quarantine facilities for :-
ii. Incoming raw material
Packaging materials
Cold rooms facility for:
Vaccines, biological and other controlled
Iii
temperature products
Cold chain facility
Iv Temperature & humidity control facility in the stores.
Identification slips for raw material:
Approved
v.
Rejected
Quarantine
Source of raw materials
Active and
Vi Inactive
(Annex list of the source companies with countries of
their origin, as at SR No 16)
Vii Separate dispensing area & equipment
Proper storage of materials as per storage instructions
Viii
on the label
Adequate space for the orderly storage of all
Ix materials
18 | P a g e
SYRUPS / LIQUID SECTION
(Please give make, model, type, no & value of the equipment along with availability status, attach complete list)
Total covered area of the section Batch capacity
Available as
per SOPs, Not
S. # Criteria Partial Remarks
GMP or available
Cgmp
Water source
I .
City water supply/ deep-well other
Water treatment plant
ii. Multi effect, fabricated with GMP standard lines, de-
ionized water
iii. Treated water storage capacity
iv. Equipment washing/ cleaning facility
V Mixing equipment
Heat source
Vi
(Electricity, gas o r oil )
Storage capacity
Vii
(No of containers with capacity)
Viii In-process production & quality control records
Ix Filtration equipment
Water outlets system
X
(concealed or open drain system)
Xi Bottles De-Carton ing Room
Facility for Bottles;
Washing
Xii
Drying
Blowing
Automatic Filling Line & Machines
xiii.
(No, Type & Capacity
Caps Sealing Machines
xiv.
(No, Type & Capacity)
Mode of Labeling
xv.
(Manual / Automatic)
xvi. In Process Filling and QC Record
Transfer & Filling Lines Pipes
xvii.
(SS or Other)
Xviii Q C Release Certificate
19 | P a g e
TABLETS SECTION
(Please give make, model, type, No and value of the equipment along with availability status, attach complete list)
Available as
per Not Remarks
S# Criteria Partial
SOPs GMP or Available
cGMP
Mixer (wet and Dry)
I
(type / Capacity)
Granulator (wet and Dry)
Ii
(No, Type / Capacity )
Dryers (FB / Tray)
Iii
(No, Type / Capacity)
Quarantine:
Facility and Procedures for storing of
Iv granules prior to QC release for compression
Facility and procedures for storing of tables
prior to QC release for packing
Compression machines
V
(No, Type & Number)
In process QC and compression record
Vi
[Weight variation / Hardness]
Mode of Coating being done
Vii
(Film / Sugar/ Automatic/ manual
Film Coating Machine, if available
Viii
(Number / capacity)
Coating pans (Film & sugar)
iX
(Number / capacity)
Ventilation & Exhaust system for film coating
X
section [for coating section]
Batch Coating Capacity
Xi
(In consistent with batch capacity
Strip Packing Machines
Xii
(Number / Capacity)
Blister Packing Machines
Xiii
(Number / Capacity)
Printing Machines
Xiv
(Inject / Laser/ Other)
QC Batch Release Certificate
Xv
(prior to packing)
20 | P a g e
CAPSULES SECTION
(Please give make, model, type, no & value of the equipment along with availability status, attach complete list)
Total covered area Batch Capacity
Available as
per Not Remarks
S. # Criteria Partial
GMP, cGMP available
&SOPs
Powder Mixer
I
No, Type & Capacity
Capsule filling Machine
II
(Auto / semi Auto No, Type, Capacity)
Temperature and humidity
III
Control (HV AC System)
Dehumidifiers for capsules filling
IV
(if being used, type)
V In processing filling & QC record
Blister packing Machines
VI
Number / capacity, Make
Blister Batch & Expiry Date Printing Facility
VII
(inject, Laser / Other)
Quarantine Facility
For storing of material prior to QC release
VIII for filling
For storing of Capsules prior to QC release
for packing
(Please give make, model, type, no & value of the equipment along with availability status, attach complete list)
Covered area Batch Capacity
Available as
per Not
S. # Criteria Partial Remarks
SOPs GMP or available
cGMP
Powder Mixer
i
No, Type & Capacity
Temperature and Humidity
ii
Control (HV AC System)
Filling Machine
iii
Manual / Automatic/ Semi
Bottles:
De Cartooning
iv Washing Facility
Drying Facility
Blowing Facility
v In process Filling and QC Record
Labeling & Packing
vi
Manual/ Automatic
Quarantine Facilities
vii
In process / Finished
viii Maintenance and Cleanliness
21 | P a g e
OINEMENTS / CREAMS / GELS/
(Please give make, model, type, no & value of the equipment along with availability status, attach complete list)
Total covered area Batch Capacity
Available as
per SOPs Not
S. # Criteria Partial Remarks
GMP or available
cGMP
Homogenizer / Mixing equipment
i. (Type / capacity)
Temperatures / Humidity
iv.
Control
22 | P a g e
STERILE AREA
(DRY POWDERS VIALS)
(Please give make, model, type, no & value of the equipment along with availability status, attach complete list)
Total covered area Batch Capacity
Available as
per SOPs Not
S. # Criteria Partial Remarks
GMP or available
cGMP
Dedicated Air Handling Unit ( HV AC System) as per
i. requirement of the area
Positive Pressure
ii. (positive Pressure maintained in each filling room
<0.05 inch of water column, Manometer
Area.
Sterilization record
iii.
Fumigation record
Mopping Record
Vials Washing Drying Blowing & Sterilization
Facilities
iv. (washing with filtered water under HEPA filter, if
being washed)
23 | P a g e
GENERAL / ANTIBIOTIC
(LIQUID INJECTABLE)
(Please give make, model, type, no & value of the equipment along with availability status, attach complete list)
Total covered area Batch Capacity
Available as
per SOPs Not
S. # Criteria Partial Remarks
GMP or available
cGMP
Dedicated Air Handling Unit HVAC System (As
i.
per requirement of the area)
Positive pressure
ii. Positive Pressure maintained in each filling room
<0.05 inch of water col. Manometer installed
Water Treatment Plant
iii. Multi effect Multi col, Fabricated with GMP standard
SS lines & pyrogen free water
Water Storage Facility & Capacity, If stored
(SS storage tank, with sufficient capacity, kept at 80c
iv.
with 24 hours circulation through loop under UV
light)
Filtration of solution
v.
(aseptically, through recommended filter
vi. Laminar Flow Hood for filling Machine
Change Rooms & Buffers
vii. (Change Room, air lock and buffer room prior to
filling room)
Sterilization and de-hydrogenation of filling
viii. equipment & their parts
(In autoclave prior to use)
Bulk Solution held under positive pressure during
ix.
filling
Ampoules Filling Machines
x.
(Number, Type, Capacity & Make)
xi. Equipment cleaning with treated water
Aseptic batching area sterilization Facilities /
xii.
Mechanism
Environmental monitoring program for the aseptic
xiii.
batching area, sterile filling room and filling line
Integrity monitoring System for laminar flow hood
xiv.
and HVAC, serving sterile area
Ampoules Batch Printing Facility
xv.
(Laser / Inject / Other)
Labeling & Packing
xvi.
(Automatic / Manual)
xvii. Equipment cleaning Facility/ Scheme
xviii Biological indicators used in sterilization process
Record of sterilization cycle
xix
(Temp / time)
xx Optical Checking Room Facility
xxi Eye Examination Record of Optical Inspectors
24 | P a g e
xxii Rejection Record
Ampoule Printing Facility
xxiii
(overprinting)
Area and Environment Monitoring Record &
SOPs
installation, Operational &
Performance of all equipment being
conducted & maintained
Aseptic filling process monitoring
through media fill and broth fill trial
xxiv
performed (biannually minimum)
sterilizers integrity checked and
maintained
Calibrations of all measuring and
monitoring devices being conducted /
maintained regularly
Available as
per SOPs Not
S. # Criteria Partial Remarks
GMP or Available
cGMP
1 UV , Spectrophotometer
2 HPLC
3 Moisture Analyzer
4 PH Meter
5 Disintegration Apparatus
6 Dissolution Apparatus
7 Friability Testing Apparatus
8 Hardness tester
9 Melting point apparatus
10 Electric Ovens
11 Digital balance
12 Gas Chromatography
13 Floury Meter
14 Refract meter
15 Polari meter
16 I R Spectrophotometer
17 Micro Lab
18 Pyrogen Testing Apparatus / Facility
19 Laminar Flow Hood & Sterility Testing Facility
20 Particle Counter
21 Colony Counter
22 Incubators Hot & cool
25 | P a g e
23 Electric Ovens
24 Quality Control Procedures and Analytical Methods
Analytical Record Of:
Active Raw Material
Inactive Material
25
In process products
packing & Packaging Materials
Finished Products
26 Shelf Life / Stability Studies
27 Complete Batch History and Record
28 Batch Release Certificates Record
29 In process Q C Inspector [Appointed or Not]
No of Technical personal working in the Lab with
qualification (attach list)
Chemist
30 pharmacists
Biochemist
Microbiologist
Others
Quality Standards being followed
United State Pharmacopoeia
British Pharmacopoeia
31 Japanese Pharmacopoeia
Pakistan Pharmacopoeia
Chinese Pharmacopoeia
Any other / Own specifications
Retention samples of each batch in its original
32
container
Quality Control tests invariably conducted for:
Active
Non Active and
33 Packaging Materials
In process / Intermediate
Bulk and
Finished products
SOPs / Prescribed procedure for approval of vendor /
34
source of starting materials
Testing from each container of active starting
35
material or other random sampling
36 Procedures for releasing finished products SOP’s
Person responsible for release of batch (qualification
37
& experience)
Time period for retention of control samples (till
38
expiry or one year after expiry)
Other details of quality assurance/ QC procedures, if
39
any (Annex Details)
Stability tests and shelf life studies (for each
40
products)
Testing from each container of active starting
41
material or other random sampling
Signature
(With name and Designation)
Stamp of Company
26 | P a g e
DOW UNIVERSITY OF HEALTH SCIENCES, KARACHI
IMPORTER / SOLE AGENT
Note.
a. Please fill in the correct information carefully submission of wrong/ vague information may lead to black
listing of the firm.
b. Each page of the Performa must be duly signed & stamped.
c. Company/firm agreement with principle duly signed by embassy is mandatory.
GENERAL INFORMATION
1. Name of the company
2. Year of establishment
3. Address of the firm
Registered office,
Telephone no.
Fax No. E mail address etc.
4. Location of the Company
Industrial
Commercial
Residential
5. Form of the company Annex copy of MOA/
registration
Individual
Private limited
Public limited
Partnership
Corporation
Other (specify)
6.
7. Blacklisting / Complaint / Litigation against the firm
(By any govt. or other org. if any)
8. Drugs sale license number, if applicable
(Annex copy License)
9. Type of activity being carried out by the company:-
Manufacturing
Assembly /Repacking
Import
Other (specify)
10. Name & Address of the Principal(s) companies
11. Capital value of the firm/sole agent;
Authorized Capital
Paid up capital
12 Annual sales turnover of the firm in the previous 3 Year Market Sale Govt. Sector
years (In millions)
1.
2.
3.
27 | P a g e
13. Income Tax no (NTN)
Attach copy of certificates,
Attach details of tax paid during past 3 years
Attach copy of last annual income tax return
14. Sales Tax Registration No. (if any. Applicable )
Attach copy of certificate, and details of sales tax
Paid during past 3 years
15. G M P compliance certificate
& GMP audit report of the Principal(s)
(Attach report/ certificate) (if applicable)
16. Free Sale Certificate of the items in the country of
origin
17. Registration with MOH, Islamabad where applicable
Drugs/Surgical Disposable, attach separate sheet
18. List of Technical personnel with qualification
(Attach List)
19. Total Employees (Including Technical staff)
Administration
Technical
Management
Sales / Marketing
20. Market Availability
Products routinely manufactured/imported
Only occasionally / on request
21. No of registered / items of the principals
(In case of drugs only)
22. No of Thermo labile drugs
(if any)
23. Storage Facilities
[For thermo labile drugs]
24. Storage Facilities
[For the drugs to be stored at room temperature]
25. Cold Chain Facility including cold room / storage
and during transport
26. GMP Certificate of the Principals, from the country of
origin
27. Export of the products to the countries other than
Pakistan
28. Drug registration Certificate in the country of origin
(In case of drugs only)
29. Emergency power supply arrangements
(For at least critical area)
Signature
(With name and Designation)
Stamp of Company
28 | P a g e
Annexure “B”
DOW UNIVERSITY OF HEALTH SCIENCES, KARACHI
PROCUREMENT OF DRUGS / MEDICINES / NUTRITIONS / CONTRAST MEDIA AND
ALLIED ITEMS
29 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
22 INJ. DEXTROSE WATER 4.3% + SODIUM CHLORIDE 0.18% 500 ML 25,000 Rs.________ Rs.________
DEXTROSE WATER 4.3% + SODIUM CHLORIDE 0.18% 500 ML
23 INJ. 20,000 Rs.________ Rs.________
(EUROCAP)
24 INJ. DEXTROSE WATER 5%+SODIUM CHLORIDE 0.45% 500 ML 60,000 Rs.________ Rs.________
DEXTROSE WATER 5%+SODIUM CHLORIDE 0.45% 500 ML
25 INJ. 50,000 Rs.________ Rs.________
(EUROCAP)
26 INJ. DEXTROSE WATER 5%+SODIUM CHLORIDE 0.45% 1000 ML 30,000 Rs.________ Rs.________
DEXTROSE WATER 5%+SODIUM CHLORIDE 0.45% 1000 ML
27 INJ. 20,000 Rs.________ Rs.________
(EUROCAP)
28 INJ. DEXTROSE WATER 3.3%+SODIUM CHLORIDE 0.3% 500ML 10,000 Rs.________ Rs.________
30 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
59 INJ. AMINO ACID 5% VITAMIN 10% SORBITOL 500ML 5,000 Rs.________ Rs.________
31 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
100 INJ. DIPHTHERIA, TETANUS, ACELLULAR PERTUSSIS (DPT) 0.5ML 250 Rs.________ Rs.________
DIPHTHERIA, TETANUS, ACELLULAR PERTUSSIS (DPT),
HEPATITIS B RECOMBINANT, INACTIVATED POLIOMYELITIS,
102 INJ. 250 Rs.________ Rs.________
CONJUCATED HAEMOPHILUS INFLUENZA TYPE B VACCINE
0.5ML
COMBINED DIPHTHERIA, TETANUS, WHOLE-CELL PERTUSSIS
103 INJ. 100 Rs.________ Rs.________
AND HEPATITIS B VACCINE 0.5ML
104 INJ. HAEMOPHILUS INFLUENZAE TYPE B VACCINE, 0.5ML 300 Rs.________ Rs.________
107 INJ. HEPATITIS B VACCINE ADULT 20MCG PFS 200 Rs.________ Rs.________
32 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
108 INJ. HEPATITIS B VACCINE PAEDS 10MCG PFS 200 Rs.________ Rs.________
109 INJ. RECOMBINANT HEPATITIS B VACCINE (PAEDS) 10MCG 400 Rs.________ Rs.________
110 INJ. RECOMBINANT HEPATITIS B VACCINE (ADULT) 20 MCG 700 Rs.________ Rs.________
115 INJ. HUMAN IMMUNE GLOBULIN 5% (PH4) 1G/20ML 300 Rs.________ Rs.________
116 INJ. HUMAN IMMUNE GLOBULIN 5% (PH4) 2.5G/50ML 300 Rs.________ Rs.________
117 INJ. HUMAN IMMUNE GLOBULIN 5% (PH4) 5G/100ML 300 Rs.________ Rs.________
121 INJ. HUMAN IMMUNE GLOBULIN 10% 100ML 205 Rs.________ Rs.________
122 INJ. HUMAN IMMUNE GLOBULIN 10% 10ML 250 Rs.________ Rs.________
123 INJ. HUMAN IMMUNE GLOBULIN 10% 50ML 250 Rs.________ Rs.________
33 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
INSULIN PREPARATIONS
147 INJ. GLARGINE INSULIN 300 IU/ PEN 200 Rs.________ Rs.________
148 INJ. GLARGINE INSULIN 1000 IU/10ML VIAL 550 Rs.________ Rs.________
REGULAR HUMAN INSULIN 30 %+NPH HUMAN INSULIN
149 INJ. 2,000 Rs.________ Rs.________
70 % PENFILL 100 IU/CARTRIDGE
REGULAR HUMAN INSULIN 30 %+NPH HUMAN INSULIN
150 INJ. 3,000 Rs.________ Rs.________
70 % 100IU/VIAL
INSULIN LISPRO 25%/INSULIN LISPRO PROTAMIN 75%
151 INJ. 200 Rs.________ Rs.________
100 IU/ML CATRIDGE 3ML
INSULIN LISPRO 50%/INSULIN LISPRO PROTAMIN 50%
152 INJ. 200 Rs.________ Rs.________
100 IU/ML CATRIDGE 3ML
INSULIN LISPRO 25%/INSULIN LISPRO PROTAMIN 75%
153 INJ. 200 Rs.________ Rs.________
100 IU/ML PREFILLED PEN 3ML
INSULIN LISPRO 50%/INSULIN LISPRO PROTAMIN 50%
154 INJ. 200 Rs.________ Rs.________
100 IU/ML PREFILLED PEN 3ML
155 INJ. REGULAR HUMAN INSULIN 100IU CARTRIDRGE 200 Rs.________ Rs.________
157 INJ. REGULAR HUMAN INSULIN INJECTION 100IU VIAL 100 Rs.________ Rs.________
34 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
INSULIN ASPART 30%, INSULIN ASPART PROTAMINE 70%
166 INJ. 2,200 Rs.________ Rs.________
100IU PFP
REGULAR HUMAN INSULIN 30 %+NPH HUMAN INSULIN
167 INJ. 200 Rs.________ Rs.________
70 % PENFILL 100 IU/PEN
168 INJ. ISOPHANE HUMAN INSULIN 100IU/CARTRIDGE 200 Rs.________ Rs.________
CYTOTOXIC INJECTABLES
174 INJ. ALEMTUZUMAB 12MG 30 Rs.________ Rs.________
35 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
36 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
37 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
254 INJ. ROMIPLOSTIM 250 MCG 250 MCG 100 Rs.________ Rs.________
255 INJ. ROMIPLOSTIM 500 MCG 500 MCG 100 Rs.________ Rs.________
ANTIBIOTIC INJECTABLES
273 INJ. ACYCLOVIR 250MG 2,500 Rs.________ Rs.________
38 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
39 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
40 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
41 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
OTHER INJECTABLES
42 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
43 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
44 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
45 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
518 INJ. METHOXY POLYETHYLENE GLYCOL-EPOETIN BETA 50MCG 300 Rs.________ Rs.________
519 INJ. METHOXY POLYETHYLENE GLYCOL-EPOETIN BETA 75MCG 300 Rs.________ Rs.________
520 INJ. METHOXY POLYETHYLENE GLYCOL-EPOETIN BETA 150MCG 300 Rs.________ Rs.________
46 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
521 INJ. METHOXY POLYETHYLENE GLYCOL-EPOETIN BETA 200MCG 300 Rs.________ Rs.________
522 INJ. METHOXY POLYETHYLENE GLYCOL-EPOETIN BETA 100MCG 300 Rs.________ Rs.________
47 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
562 INJ. PEG INTERFERON ALPHA 2A 180 MCG 250 Rs.________ Rs.________
572 INJ. PORACTANT ALFA (SURFACTANT EXTRACT) 1.5 ML 100 Rs.________ Rs.________
48 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
49 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
614 Sachet SODIUM PLOYSTRENE SULFONATE (PACK OF 20) 250 PACK Rs.________ Rs.________
DIABETIC NUTRITION SUPPLIMENT 250ML
615 Liquid 200 Rs.________ Rs.________
(Glucerna or equivalent)
NUTRITIONAL SUPPLEMENT (LACTOSE AND GLUTEN
616 Powder FREE; PROTEIN DIET FOR PATIENT AND HEALTH 1,000 Rs.________ Rs.________
INDIVIDUAL ) 264 G (Boost Beneprotien or equivalent)
617 Powder LACTOSE FREE FORMULA MILK 350GM 200 Rs.________ Rs.________
DIABETIC NUTRITION SUPPLIMENT 400 G
618 Powder 2,000 Rs.________ Rs.________
(Glucerna or equivalent)
NUTRITIONAL SUPPLEMENT FOR CHILDREN 400 G
619 Powder 400 Rs.________ Rs.________
(Pediasure or equivalent)
NUTRITIONAL SUPPLEMENT FOR CHRONIC LIVER
620 Powder 400 Rs.________ Rs.________
IMPAIRMENT 400 G (Aminoleban or equivalent)
NUTRITIONAL SUPPLEMENT FOR RENAL IMPAIR PATIENT
HAVING HIGH ENERGY, LOW ELECTROLYTE AND LOW
621 Powder 400 Rs.________ Rs.________
VOLUME ENTERAL FEED 400 G
(Nipro HP / LP or equivalent)
NUTRITIONAL SUPPLEMENT (Ensure or Equivalent)
622 Powder 2,500 Rs.________ Rs.________
(COMPLETE BALANCED NUTRITION) 400G
NUTRITIONAL SUPPLEMENT (All Flavours)
623 Liquid (ENSURE PLUS OR EQUIVALENT) 500 Rs.________ Rs.________
COMPLETE BALANCED NUTRITION 250ml
NUTRITIONALLY COMPLETE MILK BASED IRON FORTIFIED
624 Powder 200 Rs.________ Rs.________
INFANT FORMULA 400G (Nido or equivalent)
NUTRITIONAL SUPPLEMENT (COMPLETE PEPTIDE DIET
625 Powder 200 Rs.________ Rs.________
FOR CHILD) 400GM
NUTRITIONAL SUPPLEMENT
626 Powder (COMPLETE RENAL NUTRITION FOR PEOPLE WITH 200 Rs.________ Rs.________
KIDNEY DISEASE (NON-DIALYZED) 400GM
NUTRITIONAL SUPPLEMENT FOR PREGNANT WOMEN
627 Powder 200 Rs.________ Rs.________
400GM
NUTRITIONAL SUPPLEMENT FOR MALNUTRITION AND
628 Powder 1,000 Rs.________ Rs.________
OTHER MEDICAL CONDITION 425G (Isocal or equivalent)
NUTRITIONAL SUPPLEMENT FOR CHILDREN 850G
629 Powder 200 Rs.________ Rs.________
(Pediasure or equivalent)
50 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
DIABETIC NUTRITION SUPPLIMENT 850G
630 Powder 200 Rs.________ Rs.________
(Glucerna or equivalent)
NUTRITIONAL SUPPLEMENT
631 Powder (COMPLETE BALANCED NUTRITION) 850G 200 Rs.________ Rs.________
(Ensure or equivalent)
NUTRITIONAL SUPPLEMENT (COMPLETE PEPTIDE DIET
632 Powder 200 Rs.________ Rs.________
FOR ADULT) 400GM
NUTRITIONAL SUPPLEMENT FOR MALNUTRITION AND
633 Powder 500 Rs.________ Rs.________
OTHER MEDICAL CONDITION 850G (Isocal or equivalent)
POWDERED MILK FOR PREGNANT AND BREAST FEEDING
634 Powder 200 Rs.________ Rs.________
WOMEN
635 Powder RESOURCE DIABETES POWDER 400GM OR EQUIVALENT 500 Rs.________ Rs.________
637 Sachet IMPACT POWDER 74GM OR EQUIVALENT (PACK OF 10) 200 PACK Rs.________ Rs.________
638 OIL NUTRICIA MCT OIL 500ML OR EQUIVALENT 500 Rs.________ Rs.________
TABLETS / CAPSULES
639 TAB / CAP ABACAVIR 300MG 500 Rs.________ Rs.________
640 TAB / CAP ABACAVIR AND LAMIVUDINE 600MG/300MG 500 Rs.________ Rs.________
ABACAVIR, DOLUTEGRAVIR, AND LAMIVUDINE
641 TAB / CAP 500 Rs.________ Rs.________
600MG/50MG/300MG
ABACAVIR, LAMIVUDINE, AND ZIDOVUDINE
642 TAB / CAP 500 Rs.________ Rs.________
300MG/150MG/300MG
643 TAB / CAP ACELOFENAC 100MG 2,000 Rs.________ Rs.________
646 TAB / CAP ACETYLSALICYLIC ACID 300MG (DISPERSABLE) 85,000 Rs.________ Rs.________
647 TAB / CAP ACETYLSALICYLIC ACID (COATED) 75MG 90,000 Rs.________ Rs.________
648 TAB / CAP ACETYLSALICYLIC ACID (COATED) 300MG 15,000 Rs.________ Rs.________
51 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
669 TAB / CAP ALL TRANS RETNOIC ACID 10 MG 2,000 Rs.________ Rs.________
52 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
703 TAB / CAP APREPITANT 80 TAB (1) 125MG TAB (2) COMBO PACK 500 Rs.________ Rs.________
712 TAB / CAP ATAZANAVIR AND COBICISTAT 300MG/150MG 500 Rs.________ Rs.________
53 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
746 TAB / CAP CALCIUM , VITAMIN C , VITAMIN D3, VITAMIN B6 205,000 Rs.________ Rs.________
748 TAB / CAP CALCIUM AND VITAMIN C CHEWABLE 4,000 Rs.________ Rs.________
749 TAB / CAP CALCIUM CARBONATE 1250MG, VITAMIN D3 125IU 280,000 Rs.________ Rs.________
750 TAB / CAP CALCIUM CARBONATE 600MG, VITAMIN D3 200IU 3,000 Rs.________ Rs.________
751 TAB / CAP CALCIUM CARBONATE 750MG, VITAMIN D3 200IU 3,000 Rs.________ Rs.________
752 TAB / CAP CALCIUM CARBONATE 800MG, VITAMIN D3 2,000 Rs.________ Rs.________
CALCIUM VITAMIN K2, VITAMIN D3
753 TAB / CAP 3,000 Rs.________ Rs.________
500MG/90MCG/800IU
CALCIUM LACTATE GLUCONATE, CALCIUM
754 TAB / CAP 300,000 Rs.________ Rs.________
CARBONATE, VITAMIN C , VITAMIN D3, VITAMIN B8
CALCIUM VITAMIND VITAMIN C EFFERVESANT
755 TAB / CAP 300,000 Rs.________ Rs.________
TABLET
756 TAB / CAP CANDESARTAN CILEXETIL 16MG 1,000 Rs.________ Rs.________
54 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
759 TAB / CAP CANDESARTAN CILEXETIL + HCT 16/12.5MG 3,000 Rs.________ Rs.________
760 TAB / CAP CANDESARTAN CILEXETIL + HCT 8/12.5MG 1,000 Rs.________ Rs.________
55 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
56 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
821 TAB / CAP COD LIVER OIL SOFT GELATIN CAPSULE 1,000 Rs.________ Rs.________
836 TAB / CAP DAPAGILFLOZIN 2.5MG/ 1000MG METFORMIN 2,500 Rs.________ Rs.________
837 TAB / CAP DAPAGILFLOZIN 5MG/ 1000MG METFORMIN 2,500 Rs.________ Rs.________
DAPAGILFLOZIN 10MG/ 1000MG METFORMIN
838 TAB / CAP 2,500 Rs.________ Rs.________
EXTENDED RELEASE
DAPAGILFLOZIN 5MG/ 500MG METFORMIN
839 TAB / CAP 2,500 Rs.________ Rs.________
EXTENDED RELEASE
DAPAGILFLOZIN 10MG/ 500MG METFORMIN
840 TAB / CAP 2,500 Rs.________ Rs.________
EXTENDED RELEASE
841 TAB / CAP DAPSONE 100 MG 600 Rs.________ Rs.________
57 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
869 TAB / CAP DILOXANIDE 250MG, METRONIDAZOLE 200MG 8,000 Rs.________ Rs.________
DILOXANIDE FUROATE 500MG, METRONIDAZOLE
870 TAB / CAP 13,000 Rs.________ Rs.________
400MG
871 TAB / CAP DILTIAZEM HCL 30MG 6,000 Rs.________ Rs.________
58 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
902 TAB / CAP ELTROMBOPAG OLAMINE 25MG 25MG 2,000 Rs.________ Rs.________
903 TAB / CAP ELTROMBOPAG OLAMINE 50MG 50MG 2,000 Rs.________ Rs.________
59 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
907 TAB / CAP EMPAGLIFLOZIN 12.5MG+ METFORMIN 1000MG 2,200 Rs.________ Rs.________
908 TAB / CAP EMPAGLIFLOZIN 12.5MG+ METFORMIN 500MG 2,200 Rs.________ Rs.________
909 TAB / CAP EMPAGLIFLOZIN 12.5MG+ METFORMIN 850MG 2,200 Rs.________ Rs.________
931 TAB / CAP ETHINYLESTRADIOL 0.02MG ,GESTODENE 0.075MG 2,100 Rs.________ Rs.________
60 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
942 TAB / CAP FERROUS FUMARATE 150MG, FOLIC ACID 0.5MG 2,500 Rs.________ Rs.________
61 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
985 TAB / CAP GLECAPREVIR 100MG +PIBRENTASVIR 40MG 700 Rs.________ Rs.________
989 TAB / CAP GLICLAZIDE MODIFIED RELEASE 30MG 11,000 Rs.________ Rs.________
62 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
1020 TAB / CAP IBUPROFEN 200MG, CODEINE PHOSPHATE 20MG 2,500 Rs.________ Rs.________
1021 TAB / CAP IBUPROFEN 200MG, PSEUDOEPHEDRINE 30MG 5,500 Rs.________ Rs.________
1022 TAB / CAP IBUPROFEN 400MG, PSEUDOEPHEDRINE 60MG 15,500 Rs.________ Rs.________
63 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
64 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
1056 TAB / CAP IVY LEAF EXTRACT LOZENGES 3,000 Rs.________ Rs.________
1068 TAB / CAP LAMIVUDINE AND ZIDOVUDINE 150MG/300MG 1,000 Rs.________ Rs.________
LAMIVUDINE AND TENOFOVIR DISOPROXIL
1069 TAB / CAP 1,000 Rs.________ Rs.________
FUMARATE 300MG/300MG
1070 TAB / CAP LANSOPRAZOLE 30MG 30MG 4,000 Rs.________ Rs.________
65 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
1098 TAB / CAP LISINOPRIL 20MG , HYDROCHLOROTHIAZIDE 12.5MG 1,000 Rs.________ Rs.________
1102 TAB / CAP LOPINAVIR AND RITONAVIR 200MG/50MG 500 Rs.________ Rs.________
1103 TAB / CAP LOPINAVIR AND RITONAVIR 100MG/25MG 500 Rs.________ Rs.________
66 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
1132 TAB / CAP METFORMIN HCL (XTENDED RELEASE) 1000MG 6,000 Rs.________ Rs.________
1137 TAB / CAP METFORMIN HCL (XTENDED RELEASE) 750MG 7,000 Rs.________ Rs.________
1141 TAB / CAP METHYLTETRAHYDROFOLIC ACID 600 MCG 2,200 Rs.________ Rs.________
67 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
METOCLOPROPAMIDE+SIMETHICONE+BROMELAIN+
1143 TAB / CAP 2,500 Rs.________ Rs.________
PANCREATIN
METOPINE 2.75MG, L-LYSINE 250MG, DL-CARNITINE
1144 TAB / CAP 375MG, VITAMIN B1 30MG, VITAMIN B6 30MG, 2,500 Rs.________ Rs.________
VITAMIN B12 1000MCG
1145 TAB / CAP METOPROLOL TARTARATE SR 200MG 1,500 Rs.________ Rs.________
68 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
69 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
1202 TAB / CAP OMEGA 3 FISH OIL 1200MG 1,500 Rs.________ Rs.________
1209 TAB / CAP OSSEIN MINERAL COMPLEX 800MG 100,500 Rs.________ Rs.________
OSSEIN MINERAL COMPLEX+VITAMIN D
1210 TAB / CAP 10,500 Rs.________ Rs.________
830MG/400IU
1211 TAB / CAP OXCARBAZEPINE 600 MG 10,500 Rs.________ Rs.________
70 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
1227 TAB / CAP PAROXETINE CONTROL RELEASE 12.5MG 2,500 Rs.________ Rs.________
1253 TAB / CAP PIROXICAM BETA CYCLODEXTRIN 20MG 30,500 Rs.________ Rs.________
71 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
72 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
73 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
74 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
1348 TAB / CAP SOFOSBUVIR 400MG +VELPATASVIR 100MG 2,500 Rs.________ Rs.________
SOFOSBUVIR 400MG +VELPATASVIR
1349 TAB / CAP 25,00 Rs.________ Rs.________
100MG+VOXILAPREVIR 100MG
1350 TAB / CAP SOFOSBUVIR 400MG +LEDIPASVIR 90MG 2,500 Rs.________ Rs.________
1351 TAB / CAP SOFOSBUVIR 200MG +LEDIPASVIR 45MG 2,500 Rs.________ Rs.________
SULFAMETHOXAZOLE+TRIMETHOPRIM
1363 TAB / CAP 15,000 Rs.________ Rs.________
800MG/160MG
75 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
1372 TAB / CAP TACROLIMUS EXTENDED RELEASE 1MG 2,500 Rs.________ Rs.________
1385 TAB / CAP TENOFOVIR DISOPROXIL FUMERATE 300MG 1,500 Rs.________ Rs.________
1392 TAB / CAP THEOPHYLLINE PROLONGED RELEASE TABLETS 3,000 Rs.________ Rs.________
76 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
77 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
1426 TAB / CAP VALGANCYCLOVIR 450MG 15,200 Rs.________ Rs.________
1439 TAB / CAP VILDAGLIPTIN 50MG AND METFORMIN 1000MG 7,000 Rs.________ Rs.________
1440 TAB / CAP VILDAGLIPTIN 50MG AND METFORMIN 850MG 4,000 Rs.________ Rs.________
1441 TAB / CAP VILDAGLIPTIN 50MG AND METFORMIN 500MG 4,000 Rs.________ Rs.________
78 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
VITAMIN C 750MG, NICOTINAMIDE 100MG,
VITAMIN E 30IU, CALCIUM PANTOTHENATE 20MG,
1448 TAB / CAP 3,000 Rs.________ Rs.________
VITAMIN B1 15MG, VITAMIN B2 10MG, VITAMIN B6
5MG, VITAMIN B12 4MCG, FOLIC ACID 150MCG
1449 TAB / CAP VITAMIN D3 400IU 3,000 Rs.________ Rs.________
1457 TAB / CAP VITMAIN E,C AND ZINC 1 TAB 3,000 Rs.________ Rs.________
ORAL POWDERS
ORAL
BACILLUS CLAUSII
1472 POWDER/ 2,000 Rs.________ Rs.________
2BILLION/5ML Oral Susp Amp
GRANUES
79 | P a g e
Drug REG Tentative Unit Total
Name of Item
Type # Quantity Rate Amount
ORAL
1473 POWDER/ MYO INOSITOL, FOLIC ACID 1,500 Rs.________ Rs.________
GRANUES
LACTOBACILLUS RHAMNOSUS ROSELL/ 1 BILLION
ORAL
CFU LYOPHILIZED SACCHAOMYCES BOULARD 125MG
1474 POWDER/ 1,200 Rs.________ Rs.________
ZINC ENRICHED YEAST EQUIVALNT TO ELEMENTAL
GRANUES
ZINC 4MG
ORAL
1475 POWDER/ LACTOBACILLUS RHAMNOSUS SACHET 1,500 Rs.________ Rs.________
GRANUES
ORAL
ORAL REHYDRATION SALT LOW OSMOLAR FOR 1
1476 POWDER/ 22,000 Rs.________ Rs.________
LITER OF WATER SACHET
GRANUES
ORAL
1477 POWDER/ POLYETHYLENE GLYCOL SACHET 3,200 Rs.________ Rs.________
GRANUES
ORAL PARACETAMOL 500MG, PSEUDOEPHEDRINE 30MG,
1478 POWDER/ MEPYRAMINE MALEATE 13MG, PHENIRAMINE 1,200 Rs.________ Rs.________
GRANUES MALEATE 13MG SACHET
ORAL
1479 POWDER/ PSYLLIUM HUSK CONTAINER 1,500 Rs.________ Rs.________
GRANUES
ORAL
WHEAT DEXTRIN AND GREEN TEA
1480 POWDER/ 1,200 Rs.________ Rs.________
EXTRACT CONTAINER
GRANUES
ORAL
1481 POWDER/ CRANBERRY EXTRACT SACHET 60,000 Rs.________ Rs.________
GRANUES
ORAL
1482 POWDER/ CRANBERRY EXTRACT, URSOLIA SACHET 1,100 Rs.________ Rs.________
GRANUES
ORAL
1483 POWDER/ DIOCTAHEDRAL SMECTITE SACHET 55,000 Rs.________ Rs.________
GRANUES
ORAL
1484 POWDER/ OMEPRAZOLE+ SODIUM BICARBONATE SACHET 15,000 Rs.________ Rs.________
GRANUES
ORAL
1485 POWDER/ ACETYLCYSTEINE 200 MG 22,000 Rs.________ Rs.________
GRANUES
ORAL
1486 POWDER/ PROBIOTIC SACHET 2G 700 Rs.________ Rs.________
GRANUES
ORAL
1487 POWDER/ STRONTIUM RANELATE 2G 1,000 Rs.________ Rs.________
GRANUES
ORAL
1488 POWDER/ FOSFOMYCIN 3000 MG 3,000 Rs.________ Rs.________
GRANUES
ORAL
1489 POWDER/ L-ORNITHINE L-ASPARTATE 3G 4,000 Rs.________ Rs.________
GRANUES
ORAL
1490 POWDER/ MONTELUKAST SODIUM 4 MG 11,000 Rs.________ Rs.________
GRANUES
80 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
ORAL
1491 POWDER/ SODIUM POLYSTYRENE SULFONATE 450 G 51,000 Rs.________ Rs.________
GRANUES
ORAL
1492 POWDER/ PSYLLIUM HUSK SACHET 12,000 Rs.________ Rs.________
GRANUES
ORAL
1493 POWDER/ SACCHAROMYCES BOULARDII SACHET 15,000 Rs.________ Rs.________
GRANUES
ORAL SODIUM BICARBONATE 1.716GM, SODIUM CITRATE
1494 POWDER/ 0.613GM, CITRIC ACID 0.702GM, TARTARIC ACID 11,000 Rs.________ Rs.________
GRANUES 0.858GM SACHET
ORAL
1495 POWDER/ WHEAT DEXTRIN AND GREEN TEA EXTRACT SACHET 2,500 Rs.________ Rs.________
GRANUES
ORAL
CRANBERRY EXTRACT + ELDERBERRY EXTRACT
1496 POWDER/ 30,500 Rs.________ Rs.________
SACHET
GRANUES
ORAL
ORAL REHYDRATION SALT FOR 500ML OF WATER
1497 POWDER/ 3,000 Rs.________ Rs.________
SACHET
GRANUES
ORAL
1498 POWDER/ RICE BASED ORS SACHET 3,000 Rs.________ Rs.________
GRANUES
ORAL
1499 POWDER/ COLESTYRAMINE 4G SACHET 1,500 Rs.________ Rs.________
GRANUES
ORAL LIQUIDS
81 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
82 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
ORAL
1540 CLONAZEPAM 2.5 MG/ML 1,000 Rs.________ Rs.________
LIQUID
1541 CRANBERRY EXTRACT, URSOLIA,VIT C 120ML 1,000 Rs.________ Rs.________
MAGNESIUM HYDROXIDE MIXTURE+LIQUID PARAFFIN
1542 SUSPENSION 1,500 Rs.________ Rs.________
120ML
1543 SYRUP CYCLOSPORIN 100 MG/ML 1,000 Rs.________ Rs.________
THIAMINE HCL 10MG, CYANOCOBALAMIN 0.1MCG,
1544 SYRUP CYPROHEPTADINE 1.5MG, PYRIDOXINE 10MG, LYSINE 1,000 Rs.________ Rs.________
150MG, CARNITINE 150MG SEHAT 120ML
DEXTROMETHORPHAN HBR+DIPHENHYDRAMINE HCL
1545 SYRUP 1,500 Rs.________ Rs.________
120ML
DEXTROMETHORPHAN HYDROBROMIDE 10MG,
1546 SYRUP PSEUDOEPHEDRINE HYDROCHLORIDE 30MG, 1,000 Rs.________ Rs.________
CHLORPHENIRAMINE MALEATE 2MG 120ML
ORAL
1547 DIMENHYDRINATE 12.5 MG/4ML 1,500 Rs.________ Rs.________
LIQUID
ORAL
1548 B-COMPLEX 120 ML 1,000 Rs.________ Rs.________
LIQUID
ORAL
1549 DISODIUM HYDROGEN CITRATE 1.32G/5ML 1,000 Rs.________ Rs.________
LIQUID
1550 SUSPENSION DOMPERIDONE 5MG/5ML 1,000 Rs.________ Rs.________
1557 SYRUP IBUPROFEN 100MG, PSEUDOEPHEDRINE 15MG 120ML 1,000 Rs.________ Rs.________
1558 SYRUP IBUPROFEN 100MG, PSEUDOEPHEDRINE 15MG 60ML 1,000 Rs.________ Rs.________
83 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
1575 DROP IVY LEAF EXTRACT+PRIMULA+THYME 20ML DROP 1,000 Rs.________ Rs.________
84 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
PARACETAMOL 80MG, CHLORPHENIRAMINE MALEATE
1588 SYRUP 1,000 Rs.________ Rs.________
1MG, PSEUDOEPHEDRINE 15MG 120ML
1589 SYRUP PARACETAMOL 120MG/5ML 2,500 Rs.________ Rs.________
85 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
ORAL
1617 VITAMIN ACD & E DROPS 700 Rs.________ Rs.________
DROPS
ORAL
1618 IRON BISGLYCINATE AND FOLIC ACID +ZINC 120ML 700 Rs.________ Rs.________
LIQUID
1619 SYRUP LEVOCITRIZINE 2.5MG/5ML 60ML 1,000 Rs.________ Rs.________
MISCELLANOUS
86 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
TOOTH TEETH WHITENING TOOTH PASTE (POTASSIUM
1646 220 Rs.________ Rs.________
PASTE NITRATE, SODIUM FLUORIDE) 50GM
MOUTH
1647 POVIDONE-IODINE 60 ML 110 Rs.________ Rs.________
WASH
TOOTH
1648 STANNOUS FLUORIDE 70G 220 Rs.________ Rs.________
PASTE
TOOTH TOOTHPASTE FOR SENSITIVITY WITH EUCALYPTUS &
1649 600 Rs.________ Rs.________
PASTE FENNEL EXTRACT 70GM
TOOTH
1650 TOOTH BRUSH HARD 1,000 Rs.________ Rs.________
BRUSH
TOOTH
1651 TOOTH BRUSH SOFT 1,000 Rs.________ Rs.________
BRUSH
ORAL Oral Hygiene Kit: It should contain 1 Tooth Brush
1652 HYGIENE (SOFT), 1 Small Tooth Paste (60G), 1 Soap, 1 Comb, 1 2,000 Rs.________ Rs.________
KIT Tissue Paper Box 1 Packet
87 | P a g e
Drug Tentative Unit Total
Sr.# Name of Item REG #
Type Quantity Rate Amount
1692 EYE OINT ACYCLOVIR EYE 4.5 G/TUBE 400 Rs.________ Rs.________
EYE,EAR,
1693 NOSE BETAMETHASONE+NEOMYCIN 7.5 ML/BOTTLE 400 Rs.________ Rs.________
DROPS
EYE,EAR,
BETAMETHASONE SODIUM PHOSPHATE
1694 NOSE 400 Rs.________ Rs.________
7.5ML/BOTTLE
DROPS
1695 CREAM BETAMETHASONE+NEOMYCIN 15G/TUBE 200 Rs.________ Rs.________
1716 EYE DROPS NEPAFENAC SODIUM 0.1% 5ML/BOTTLE 400 Rs.________ Rs.________
EAR
1717 OFLOXACIN 5ML/BOTTLE 400 Rs.________ Rs.________
DROPS
1718 EYE DROPS OFLOXACIN 0.3% 5ML/BOTTLE 200 Rs.________ Rs.________
1720 EYE DROPS PHENYLEPHRINE HYDROCHLORIDE 10% 5ML/BOTTLE 400 Rs.________ Rs.________
89 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
TOPICAL PREPARATIONS
90 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
91 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
1798 CREAM MOMETASONE FUROATE CREAM 0.1% 5GM 200 Rs.________ Rs.________
1799 LOTION MOMETASONE FUROATE LOTION 0.1% 20ML 200 Rs.________ Rs.________
1805 GEL SUN SCNREEN SPF 40 GEL 45ML 200 Rs.________ Rs.________
92 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
93 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
94 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
95 | P a g e
Drug REG Tentative Unit Total
Sr.# Name of Item
Type # Quantity Rate Amount
1906 TAB/CAP MEXILETINE HYDROCHLORIDE 250MG 2,000 Rs.________ Rs.________
1907 TAB/CAP METOPROLOL SUCCINATE 25MG 2,000 Rs.________ Rs.________
1908 TAB/CAP METOPROLOL SUCCINATE 50MG 2,000 Rs.________ Rs.________
1909 TAB/CAP METOPROLOL SUCCINATE 100MG 2,000 Rs.________ Rs.________
1910 TAB/CAP METOPROLOL SUCCINATE 200MG 2,000 Rs.________ Rs.________
1911 LOTION BENZYL BENZOATE 25% W/V 450ML 2,000 Rs.________ Rs.________
1912 INJ JETEPAR OR EQUIVALENT 10ML 2,000 Rs.________ Rs.________
Lidocaine HCL (USP) Epinephrine Bitartrate (USP)
1913 INJ 1,000 Rs.________ Rs.________
(1:100,000) 1.8ml x 50catridges (Dental Cartridges)
NUTRITIONAL SUPPLIMENT IMMUNE MODULATING
1914 POWDER 2,000 Rs.________ Rs.________
FORMULA 74GM/SACHET 74GM/SACHET
CONTRAST MEDIA FOR RADIOLOGY DEPARTMENT
Gadopentate Dimeglumine Contrast for MRI
1915 Inj. system 15 ml must be approved / registered by 3,300 Rs.________ Rs.________
FDA (USA) & MHRA (UK)
Gadodiamide Contrast for MRI system 7.5 ml
1916 Inj. must be approved / registered by FDA (USA) & 7,700 Rs.________ Rs.________
MHRA (UK)
Non-Ionic contrast for CT scanner 350/370
1917 Inj. 1-ml/100 ml, must be approved / registered by 22,500 Rs.________ Rs.________
FDA (USA) & MHRA (UK)
Non-Ionic contrast for CT scanner 350/370
1918 Inj. 1-ml/50 ml, must be approved / registered by 5,500 Rs.________ Rs.________
FDA (USA) & MHRA (UK)
Sodium Amindotrizoate+Meglumine
1919 Inj. Amidotrizate (Ionic) 76% 0.1g + 0.66g, 370mg/ml 550 Rs.________ Rs.________
100ml
Sodium Amindotrizoate+Meglumine
1920 Inj. Amidotrizate (Ionic) 76% 0.1g + 0.66g, 370mg/ml 11,000 Rs.________ Rs.________
20ml
Diatrizoate Maglumine + Diatriozate Sodium
1921 Liquid Solution 4.8mg+0.21 mg sodium & 367mg iodine 110 Rs.________ Rs.________
100ml liquid
Barium Sulfate 98% w/w 340gm
1922 Pow 1,100 Rs.________ Rs.________
(E-Z-HD / Vizumax - HD) or equivalent
1923 Gel Ultrasound Gel 260 gm 3,300 Rs.________ Rs.________
1924 Gel Ultrasound Gel 5kg Can 500 Can Rs.________ Rs.________
1925 Roll Ultrasound Roll 110mm x 20m 6,250 Rs.________ Rs.________
96 | P a g e