<<

No. Two cover System

GOVERNMENT OF

TRAUMA CARE CENTRE MEDICAL COLLEGE & RESEARCH INSTITUTE K.R. ROAD,BANGALORE-560002 (An Autonomous Institute of Government of Karnataka) Fort, K.R.Road, BANGALORE–560 002. Phone: 080- 26802725 E-mail.: [email protected] Web site: www.teccbmcri.org

TENDER FOR THE SUPPLY OF DRUGS , CHEMICAlS AND Miscellaneous/consumables

Notification No: TCC/TENDER/12/2019-20; Dated: 29/10/2019 LAST DATE FOR SUBMISSION OF TENDER: 30/11/2019 Time: 4- 30 P.M Before

Page 1 of 78 CHECK LIST

For Procuremeent of Drugs,HNS & Chemicals DOCUMENTS TO BE SUBMITTED

1. EMD Amount as mentioned in the document. PAGE YES NO NO.

2. Sales tax clearance certificate upto 31st PAGE YES NO March - 2019 NO.

3. GST Registration Copy PAGE YES NO NO.

4. Annual Sales Turn Over statement for 3 years PAGE YES NO duly certified by the Chartered Accountants and NO. export performance statement if any for the past 3 years.

5. List of items supplied PAGE YES NO NO.

6. Drug Manufacturing Licence duly renewed up PAGE YES NO date/licence validity certificate along with NO. approved list/permission letter.

7. Product wise Certificate of Pharmaceutical product PAGE YES NO as contained in WHO Expert Committee on NO. specification of pharmaceuticals preparations.

8. Sample Submission with letter. PAGE YES NO NO.

9. WHO GMP/GMP Certificate for the product. PAGE YES NO NO.

Signature of the Tenderer. Authorised Signatory,

Name …………………………………………. Designation………………………………… Seal……………………………………………. Page 2 of 78 TERMS AND CONDITIONS OF THE TENDER FOR SUPPLY OF DRUGS CHEMICALS AND CONSUMABLES Ref: Tender notification No: TCC/DRUGS/HNS/LAB CHEMICALS/12/19-20; Dated : 29/10/2019

SECTION – 1 INVITATION FOR TENDER 1. The Special Officer , Trauma and Care Centre, Bangalore Medical College and Research Institute, Bangalore, hereby invite tenders from MANUFACTURERS OR AUTHORISED DEALER for supply of DRUGS, CHEMICALS AND CONSUMABLES ITEMS,as detailed in Annexure VI of this Tender, ON Staggered supply Basis for Two Years. Only Primary Manufacturers/Authorized Dealer whose Sales Turnover For 3 Years I.E. For 2016-2017 , 2017-2018 And 2018-19 Is More Than Rs.25 Crores For Last 3 Years.

2. Tender Processing Fee as per the e-procurement Portal.

3. Non refundable Fee of Rs.10,000/- towards tender form to be paid in the form of DD favoring “The Special Officer, Trauma Care Centre, Bangalore Payable at Bangalore. The original DD and hardcopy of the uploaded technical documents shall be submitted to The Special Officer, Trauma Care Centre, Bangalore on or before And scanned 30/11/2019 copy of DD to be uploaded in the e-portal

4. Other details can be seen in the tender document

The Special Officer Trauma Care Centre Victoria Hospital Campus Bangalore

Page 3 of 78 This Tender Document contains the following INDEX Sl.No Content Page No. 1. Section – I Invitation For Tenderers 2. Section – II Terms And Conditions A. Technical Bid A.1 Earnest Money Deposit / Bid Security A.2 Refund of EMD

B.CommercialBid B-1 (i) Price Schedule

General Conditions 1. Submission of Samples 2. Quotations 3. Earnest Money Deposit 4. Security Deposit and contracts 5. Fall Clauses 6. Standards and Specifications 7. Packing details 8. Labels & Literatures 9. Expiry Date 10. Logogram 11. Quality, Testing & Inspection 12. Pre shipment Inspection 13. Not of Standard Quality -Regarding 14. Inspection of Mfg Unit 15. Validity of Contract 16. Tender Evaluation 17. Orders and Delivery Schedules 18. Penalty Clause 19. Staggered Supply 20. Payment Clause

Page 4 of 78 21. Replacement of Items 22. Disqualification Criteria 23. Black- Listing of Defaulting contractors 24. Termination of Contract 25. Disputes and Jurisdiction 26. Savings Clause 27. Special Note 3 Section III: Technical Specification 4. Annexure I - Sales Tax Certificate 5. Annexure II – Annual Turnover Statement

5. Annexure III – Capacity Installation Certificate 6. Annexure IV – Details of Manufacturing Unit 7. Annexure IV -A List of Drugs / Items quoted. 8. Annexure V – Market Standing Certificate 9. Annexure VI – Description Of Drugs 10. Annexure VII – No Conviction Certificate 11. Annexure VIII - A – M-GMP Certificate Annexure VIII - B – COPP Certificate 12. Annexure IX – Performance Certificate 13. Annexure X – Undertaking to print logogram and its enclosures 14. Annexure XI – Format for submission of samples 15. Annexure XII –schedule for packing of drugs 16. Annexure XIII-Tender Offer Form part- I 17. Annexure XIII – Declaration Form part - II 18. Annexure XIV - Form of Authorization 19. Annexure XV – FFS Technology Certificate 20. Annexure XVI- Details of Tender Items (Drugs, HNS , Lab Chemicals, & Other Consumables)

Page 5 of 78 Note: a) The term ‘Authorized Signatory’, means a Proprietor / Proprieties, or a Managing partner or an whole-time employee, in executive cadre, in a Proprietorship Concern / Partnership Firm or a person who is working as Managing Director / Director Finance / Director Marketing / General Manager / Assistant General Manager / Manager / Company Secretary in the Tenderer Company, who has authority to take decision on the spot with regard to all the aspects of the tender. b) The term “PURCHASER” for the purpose of placing the order, accepting / rejecting the goods, payments and sending samples, for testing includes Special officer, Trauma Care centre, Bangalore Medical College and Research Institute, Bangalore and any other agency authorized by the His/Her, who are bound by the Contract in pursuance of this Tender, while purchasing Drugs. c) The term “TENDERER” means the Primary manufacturer / Importer participating/Authorized Dealer in this tender. d) The term “CONTRACTOR” refers to the successful Tenderer who has entered into an agreement with Special Officer, Trauma and Emergency Centre. Bangalore Medical College and Research Institute, Bangalore for the purpose of supplying DRUGS as mentioned in this tender. e) Loan License Manufacturers (Manufacturers engaged in manufacturing under ‘Loan License’ obtained under Drugs and Cosmetics Act and Rules) are not considered as Primary Manufacturers and hence are not eligible. f) SSI units of Karnataka State shall be given fifteen percent (15%) price preference in accordance with New Industrial Policy 2009-14 provided that they fulfill all the other prescribed criteria and become responsive and if the policy is in operation as on the date of Tender Notification and this certificate will be verified after inspection of the unit by the tenderer g) Domestic Small Scale Industrial Unit’ means an industrial unit in which the investment In fixed assets in plant and machinery, whether held on ownership or on lease or by hire purchase, does not exceed rupees one crore, and which manufactures the goods within the state and registered with the Director of Industries and Commerce,” Government of Karnataka and their registration is valid as on the last date of submission of tender. h) The Special Officer, Trauma Care Centre, Bangalore shall be the Tendering Authority for the purpose of this tender. 2. Tenderers are free to quote for any or all drugs listed in Annexure VI The evaluation of tender will be done on per Item Basis, denoted by the drug code. 3. Tenders of only those Tenderers who fulfill the Terms and Conditions of this tender will be considered for evaluation. -The tenders will undergo evaluation at every stage of processing and any tender found at any stage, not in Page 6 of 78 conformity with the stipulated tender conditions including specifications / found to have uploaded defective and incomplete or invalid documents / samples of the items found not in conformity with the specifications or found defective either physically or analytically, will be rejected.

4. Interested eligible Tenderers may obtain further information from the Office of The Special Officer, Trauma Care Centre, and Bangalore–560002.Ph.: 080 – 26802725

5. (a)Schedule of Events Commencement date for uploading of tenders 31/10/2019 4.30 pm Prebid meeting/ Queries on or before 11/11/2019 3.30 pm Last Date for Uploading of Tender in 30/11/2019 4.30 pm e-procurement platform on or before Last Date for Submission of Samples to the companies made Will be intimated later responsive in technical bid only Opening of Tenders Technical bid 03/12 /2019 11.00 am Opening of Tenders financial bid Will be intimated later

(b) Venue: Office of the Special Officer, Trauma Care Centre, Bangalore Bangalore–560 002.

Ph.: 080-26802725.

(c)Opening of Financial Bid/Commercial Bid:-

Commercial bids of only those are responsive Tenders of Technical bid will be opened on a date notified or on any further date to be notified/informed in the e-portal (flash news)

(d) Validity of Contract – will be not more than 24 months (02 Year) from the date of award of issue of Rate Contract

(e)Tenders shall remain valid for 180 days after the deadline for submission of tenders prescribed by the purchaser, a Tender valid for shorter period shall be rejected by the purchaser, as Non-Responsive.

6. Completed Tender document shall be uploaded through e-tendering system and to be addressed to The Special Officer, Trauma Care Centre, Bangalore Fort, K.R.Road, Bangalore–560 002, in the manner described under instructions in Section – II, on or before the last date and time stipulated. The items included in the tender are from the left over items of the previous tender which were not uploaded in the E- portal due to technical error number TCC/TENDER /12/2019-20 dated; 29/10/2019 and also those items of the same tender which were not bid.

Page 7 of 78 SECTION-II

TERMS AND CONDITIONS

1.1 The Tender shall be uploaded only if the Tenderer is agreeable to all the Terms and Conditions of this Tender, which includes the Description and Specifications of the Items mentioned therein. a. The Tenderer shall uploaded the tenders through e-tendering system using User’s ID and Digital Signature Certificate for Technical Bid and Commercial/ Financial Bids. b.Drugs required are listed with specific Code numbers and other details in Annexure VI. 1.2 Irrespective of the terms and conditions the Tenderer may have specified, only the terms and conditions specified in this tender shall be binding on the Tenderer and the tendering authority. 2. The Tenderer shall uploadthe tender in the manner described here under: -

A. TECHNICAL BID SHALL CONTAIN DOCUMENTS LISTED UNDER TECHNICAL QUALIFICATION CRITERIA.

A.1 Earnest Money Deposit/ Bid security

The contractor/bidder Earnest Money Deposit (EMD) for participating is Rs.1,00,000/- Rs. One lakh only EMD amount to be paid through e-procurement portal only. EMD shall be scanned and attached to the e- tender document and hard copy of original EMD shall be submitted to The Special Officer, Trauma Care Centre, and Bangalore before last date & time of tender submission. (The contractor to pay the Earnest Money Deposit (EMD)of Rs.100000/- Rs. One lakh) in the e- Procurement portal using any of the following payment modes:  Credit Card  Direct Debit  National Electronic Fund Transfer (NEFT)  Over the Counter (OTC)

OTC Designated Bank branches listed in Annexure - XVI can be obtained through website http://eproc.karnataka.gov.in in contractors section where a Contractor can make a payment.

The contractor’s bid will be evaluated only on confirmation of receipt of the payment (EMD) in the GOK’s central pooling a/c held at Axis Bank.

EMD amount will have to be submitted by the Contractor taking into account the following conditions.

A.2 Deleted

A.3 Latest Sales Tax Clearance Certificate as per Annexure-I or in the valid format up to 31/03/2019 and IT returns for past three years,2016-17,2017-18 2018-19,issued by the concerned authorities shall be uploaded otherwise will be considered as “Non-Responsive”. Page 8 of 78 A.4 Annual Sales Turnover statement for preceding three Financial years -i.e. for the years , 2016-17, 2017-18 2018-19, certified by Charted Accountant as per Annexure-II shall be uploaded otherwise will be considered as “Non-Responsive”.

A.5 Copies of Balance Sheet and Profit and Loss Account for preceding three financial years ,2016-17, 2017-18, 2018-2019 for the years duly certified by the Charted Accountant / Auditor, shall be produced when needed otherwise will be considered as “Non-Responsive”. A.6 List of Items supplied to government hospitals/Govt. Institutes in Karnataka a) The Tenderer should have secured a purchase order of not less than Rs. 100 Lakhs in a Karnataka government hospital/ Karnataka Government institution in each of the last 3 financial years. i.e, 2016-17, 2017-18, 2018-2019 .

A.7 Capacity Installation Certificate issued by a Chartered Accountant, on or after 01-04-2016 refer Annexure – III shall be uploaded otherwise will be considered as “Non-Responsive”. A.8 a) Details of manufacturing unit signed by the authorized signatory as per the format enclosed as ANNEXURE – IV. b. i. Notarized copy of the Manufacturing license issued under the Drugs & Cosmetics Act 1940 and Rules, duly renewed up to date along with list of products permitted. (Items to be quoted) should be uploaded Otherwise will be considered as “Non-Responsive”. ii. List of Drugs/items quoted by the tendered to be furnished separately as per Annex – IV A.7a) Notarized copy of the Manufacturing license issued under the Drugs & Cosmetics Act 1940 and rules, duly renewed up to date along with list of products permitted. (Items to be quoted) should be uploaded otherwise will be considered as “Non-Responsive”. b) In case of Manufacturing License applied for renewal, it is insisted to upload the validity certificate from the licensing authority in respect of their license that it continues to be valid during the period of tender process i.e after submission for the renewal, till the time the license is actually been renewed, shall be uploaded otherwise will be considered as “Non-Responsive”. c) One Analytical Report in respect of any one batch per year for 3 years, in respect of each product Quoted shall be uploaded otherwise will be considered as “Non-Responsive”. d) Details of manufacturing unit signed by the authorized signatory as per the format enclosed as ANNEXURE – IV otherwise will be considered as “Non-Responsive”. e) List of Drugs / items quoted by the tenderer to be furnished separately as per Annexure-IV A.

Page 9 of 78 A.8 Market Standing Certificate issued by a Chartered Accountant for preceding three years i.e. for the year 2016-17,2017-18 and 2018-2019 shall be uploaded as per Annexure -V certificate should have been issued on or after 01-04-2016 shall be uploaded otherwise will be considered as “Non-Responsive”.

A.9 Bidder shall submit Valid No Conviction Certificate issued not older than six months from the tender notification date for preceding 3 years issued by the concerned Drugs Control authorities refer Annexure- VII shall be uploaded otherwise will be considered as “Non-Responsive”.

A.10 a) Copy of valid Revised Schedule M-GMP Certificate (if applicable ), issued by the concerned licensing authority functioning under the provisions of D&C Act, 1940 and rules there under, covering the categories/products quoted and shall be attested or notarized shall be uploaded as per Annexure-VIII - Aotherwise will be considered as “Non-Responsive”. b) In case of imported drugs WHO-GMP certificate should be uploaded and the copies shall be attested by the licensing authority/ Notarized, refer Annexure-VIII - B, shall be uploaded otherwise will be considered as “Non-Responsive”.

A.11 Performance Certificate-deleted

A.12 Annexure-X along with its enclosures duly signed by the authorized signatory [Refer Section I, 1 (a)] for undertaking to print logograms as per the format shall be uploaded otherwise will be considered as “Non-Responsive”.

A.13 The Certificate of incorporation signed by the Registrar of Companies (ROC) notarized shall be uploaded otherwise will be considered as “Non-Responsive”.

A.14 Attested Copy by a notary of the valid updated import license - for imported items shall be uploaded otherwise will be considered as “Non-Responsive”.

A.15 The form of Authorization, referred in Annexure – XIV, in original, shall be uploaded otherwise the tender will considered as “Non – Responsive”.

A.16-a) Tender Offer Form with an undertaking to abide by the terms and conditions of the tender in the format as per Annexure XIII- part. I shall be uploaded otherwise will be considered as “Non- Responsive”.

A.16-b) Declaration from the Tenderer in the format as per Annexure XIII-part. II shall be uploaded otherwise will be considered as “Non-Responsive”.

A.17 Attested copy of valid SSI certificate issued by Director of Industries Commerce, Government of Page 10 of 78 Karnataka shall be uploaded, by SSI units of Karnataka otherwise they will not considered as SSI units of Karnataka.

A.18 The tender document shall have signature on all pages including the annexures by the authorized signatory [Vide Section I, 1 (a)]. A. 20 BIS / ISI / ISO / WHO / UNICER Certification, wherever applicable notary attested photocopy shall be uploaded.

A.21 NOTE: i) The documents / certificates should be under the name and address of the premises where items quoted are actually manufactured otherwise will be considered as “Non-Responsive”. a) The Documents uploaded should be clearly visible failing which such documents shall not be considered. b) The documents uploaded in general documents should be named individually. ii) The tenderer quoting for items under import license shall produce the following documents and formalized as per the prevailing international norms or bilateral agreements between India and the exporting country. iii) The originals of all the documents uploaded under Technical Bid shall be produced for verification within 10 (TEN) days after the opening of the Technical Bid. Failing which the Tenderer will be considered as NON-RESPONSIVE

a) Notarized copy of import license.

b) Notarized copy of Registration certificate issued by the Drugs Controller General of India, New Delhi. c) Market Standing Certificate issued by the Chartered Accountant for the financial years i.e, 31-03-2017, 31-03-2018 & 31-03-2019 i.e. for the years 2016-17, 2017-18, 2018-19 for the manufacturers. iv) However, In case of “New Drugs” as defined at Rule 122-E of the Drugs & Cosmetics Act, which may fall short of 3 years Market Standing, the bidder is allowed to claim it as New Drugs as defined, in which case:

a) The bidder should furnish the Market Standing Certificate for the period over which he has manufactured and sold. b) The bidder should furnish a synoptic statement of TEST REPORTS of all the batches FROM THE FIRST BATCH ONWARDS he has manufactured and sold, duly signed by the bidder himself.

B. FINANCIAL/COMMERCIAL BID SHALL CONTAIN THE DOCUMENTS LISTED HEREUNDER: Page 11 of 78 B.1 (i) PRICE SCHEDULE a) Price Schedule format shall be furnished in the e-procurement platform. The rate quoted per unit for landed/basic price shall be inclusive of Excise duty, packing forwarding charges, freight, Insurance, customs duty and local sales tax / GST etc,. b) The rate quoted in the e-procurement platform format should be for the unit. The Tenderers are strictly prohibited to change / alter specification or unit size given in the e-procurement platform format otherwise the rates offered will not be considered. c) The Tenderers are required to furnish the break up details of landed price as per the e-procurement platform format. The landed price which shall include all the above components shall be the criteria for evaluation of price bid / financial bid under e-Portal of this tender.

B.2 Both the Technical Bid & Commercial Bid for supply of DRUGS shall have to be uploaded under appropriate headings.

a) In the event of any discrepancy with respect to the rates quoted the Purchaser reserves the right to accept the lowest rate.

b) All pages of the Tender except for printed literature if any enclosed shall carry the full signature of the person signing the Tender. General Conditions

1. The language of the Tender shall be English. In case, the original documents are issued in vernacular, the translation certified by the authority signing the original / by a notary should be uploaded along with the original. 2. The Tender Inviting authority may, at his discretion, extend the deadline for submission of Tenders, in which case, all rights and obligations of the Tendering authority and the tenders subjected to the previous deadline, will thereafter be subject to such extended deadline. 3. The Special Officer, Trauma and Emergency Care Centre, Bangalore Medical College and Research Institute, Bangalore reserves the right to cancel the tender at any point of time without assigning any reasons. 4. Technical Bids will be opened by the Tender Scrutiny Committee constituted by the Special officer Trauma care centre on 03/12/2019 at 11-30 a.m. in the ‘Office of The Special Officer, Trauma Care Centre Bangalore Medical College and Research Institute, Bangalore–560 002’. Interested Tenderer or their authorized representative who may choose may be present. Commercial Bids of only those companies which satisfy the standard criteria laid down on the basis of the details furnished by the Tenderer in Technical Bids [under terms and conditions for Technical bid (Section II)] will be opened on a date notified or any further date to be notified/informed to the responsive bidders.

Page 12 of 78 5. Entry to participate in the Tender Opening Committee Meeting shall be restricted to only one person per tenderer who shall be the “Authorized signatory” [Refer Section I 1(a)]. 6. The Tenderer or his Authorized Representative who is present shall produce the authorization letter and sign in the Attendance Register evidencing his presence during the opening of tenders, authorized by tenderer / authorized signatory. 7. The Tenderer shall bear all costs associated with the preparation and submission of his tender and the Tender inviting authority / Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or out-come of the Tendering process. 8.List of Drugs / items quoted by the tenderer to be furnished separately 8. SUBMISSION OF SAMPLES

a) The technically qualified/ responsive tenderer shall submit the samples to Trauma Care Centre, Bangalore Medical College and Research Institute, Bangalore as per Quantity indicated in Enclosure toAnnexure-XI for item scheduled in Annexure VI, within the time schedule prescribed.

b) The sample shall be in original form in which supplies will be made, if the contract is awarded. Samples are exempted from the printing of the Logogram specifications stipulated in Annexure X and its Enclosures.

c) The cost of the sample shall not be payable by the Tender inviting authority.

d) The sample submitted will not be returned to the Tenderer either successful or unsuccessful, under any circumstances. e) Bidder shall upload the scanned copy of original acknowledgement of sample submission in the eportal. If the bidder fails to upload the scanned copy of acknowledgement of sample submission, his tender application is liable to be rejected.

9. QUOTATIONS Tenders have been invited in the ‘generic name for DRUGS, Chemicals and Miscellaneous Items’. The Tenderer should quote the rates for the same. The composition and strength and specification of the product, should be as per details given in Annexure VI. The rate quoted shall be for the Unit Pack shown against the item in Annexure VI. Also the pharmacopoeia specifications i.e., IP/BP/USP should be clearly mentioned against the drug quoted as per provision of Drugs & cosmetic act 1940.

1. The quotations shall be the rate Inclusive of Excise Duty, packing & forwarding, transportation, insurance and any incidental charges and Sales Tax payable, GST if any, should be quoted for the required drug, , as per the orders and according to the unit asked for in accordance with the Page 13 of 78 price bid format provided of this tender. This price shall be the criteria for evaluation of price bid / financial bid. Tender for the supply of drug, with conditions like “at CURRENT MARKET RATE” “SUBJECT TO AVAILABILITY” “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” ETC., will not be accepted. Handling, clearing, transport charges etc., will not be paid. The deliveries should be made as stipulated in the purchase order placed with successful Tenderers by this office.

2. Each tenderer must upload the Whole sale Market price of each item quoted for supply in a separate format/annexure along with price schedule of commercial bid.

3. The rates quoted should not be linked to the quantum of the order or destination.

a) The rates quoted should be to deliver the supplies to the addressee at the destination to all the four hospitals attached to this institute, at no extra cost.

b) 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 inthe tender forms shall not be considered after opening of the tenders.

10. Earnest Money Deposit/ Bid security

1. The contractor/bidder Earnest Money Deposit (EMD) for participating is Rs.1,00,000/- Rs. One lakh only 2. EMD amount of Rs.100000/- to be paid through e-portal only. 3. The EMD DD shall be scanned and attached to the e-tender document and hard copy of towards EMD shall be submitted to The Special Officer, Trauma Care Centre, and Bangalore before last date & time of tender submission.

11. SECURITY DEPOSIT AND CONTRACT. a) The Tenderer whose offer is accepted as L-I, L-II and L-III preferred tenders, on being informed, should execute a Contract Agreement on Karnataka Government Stamp Paper in duplicate of the value of Rs. 200.00 (Rupees Two Hundred Only – cost to be borne by the Tenderer) as provided by Article 5 of the schedule of Karnataka Stamp Act. A copy of the contract agreement will be given to the Tenderer. The Specimen form of agreement will be available in this office.

b) The Successful Tenderer whose offer is accepted as lowest shall be required to pay a Security Deposit as detailed below:

Page 14 of 78 Security Deposit

Total value of contract undertaken -10% of contract value for L1 The Security Deposit should be furnished in respect of each contract on or before the due date fixed, in the form of Demand Draft drawn in favor of the The Special Officer, Trauma Care Centre payable at Bangalore. However, the Earnest Money Deposit could be adjusted towards Security Deposit.

d) The agreement along with the specified “Security Deposit” should be submitted within TEN DAYS from the date of receipt of the intimation of the Acceptance of Offer. e) Agreement not accompanied by the Security Deposit or any partial agreement deleting certain clauses/items, will not be accepted, and will be deemed as non-submission of agreement and violation of the Tender Condition and the Earnest Money Deposit of such Tenderers will be forfeited to the Trauma Care Centre, Bangalore without notice. Further, such Tenderer ceases to have any rights whatever in this regard with respect to his tender or the Contract issued thereon. f)i) The Earnest Money Deposit of such successful Tenderer, who fails to execute the Agreement / who fails to furnish the Security Deposit within the stipulated period / who furnishes partial agreement deleting / altering the specified clauses will be forfeited to the Trauma Care Centre, Bangalore and his tender will be rejected and the company will be Black Listed and he will be liable for all damages caused including the liabilities to pay any difference between the prices accepted by him and those ultimately paid for the procurement of the drugs concerned by the The Special Officer, Trauma Care Centre, Bangalore. Such damages shall be assessed by The Special Officer, Trauma Care Centre, Bangalorewhose decision is final in the matter. ii. The original agreement shall be with the Tendering authority. The Tenderer shall collect the signed copy of the agreement on his own. The purchaser will not be responsible for the loss of the copy not collected by them. g) Violation of any of the Clause of the Agreement shall be deemed as violation of Terms and Conditions of this Tender. h) The Contractor is permitted to claim the Security Deposit on completion of the contract Period or after executing all the supplies satisfactorily, whichever is later. The refund of the Security Deposit shall be subject to satisfactory performance of the contract as per the terms and conditions of the contract. The Security Deposit not claimed within three years from the date of expiry of the contract shall be forfeited to the Trauma Care Centre without notice. 12. FALL CLAUSES

1) The price quoted shall not in any case exceed the maximum wholesale ceiling price (bulk), if any,

Page 15 of 78 fixed by the Govt. of India / NPPA / State Government or the Whole Sale price fixed by the tenderer for General Market. The Tenderer shall mention such fixed rates in the quotation sheet against each item quoted.

a) The rate quoted for the Drugs supplied under this Contract, in no event shall be more than the lowest price quoted at which the contractor sells his products of identical description to any other persons, State, Union territory, Corporation, Board, University, Trust, Local authority, Company or any others including his own dealer, distributor, stockist, agent during the period of the currency of Rate Contract.

b) If at any time during the period of contract, the contractor reduces the sale price of such products to any other persons, State, Union territory, Corporation, Board, University, Trust, Local authority, Company or any others including his own dealer, distributor, stockiest, agent during the period of the currency of rate contract at a price lower than the price quoted in this contract, he shall forthwith notify such reduction or sale to The Special Officer, Trauma Care Centre, Bangalore. The price payable under this contract shall correspondingly be reduced to the same extent as was sold to such others. Under no circumstances the rate quoted shall be higher than the price notified under Drugs Price Control Order issued from time to time.

2) Request for price revision due to increase in Excise Duty will be considered only for such batch or batches of products, which have suffered such increase in Excise Duty. Correspondingly, the Contractor shall pass on the benefit due to decrease in or exemption of excise duty, to the Trauma care centre and should produce the ‘Gate Pass’ issued by the Excise department.

The Contractor pleading for such price revision shall produce all the necessary comparative documents issued by the Competent Authority and shall also provide such additional information / documents which the Purchaser may desire for taking decisions. 3) Failure to notify the Purchaser to pass on such benefits due to decreased Excise duty or Customs Duty (Wherever applicable) Exemption accorded shall entail disqualification of the Contractor and forfeiture of the Security Deposit due if any and firm will be Black Listed.

13. STANDARDS AND SPECIFICATIONS.

1) The Drugs supplied shall conform to the Quality Standards including the standards specified for packing materials under Drugs and Cosmetics Act and Rules framed there under. 2) The Drugs shall be labelled as per provisions under Drugs and Cosmetics Act and the Rules made there under. The size of the label shall be proportionate to the size of the container. 3) The packing shall be in accordance with the General Specifications and Individual Specifications shown against the item in Annexure VI. Page 16 of 78 4) Each consignment of supply shall be accompanied by Report of Tests and Analysis of batch / batches of Drugs issued by authorized laboratories. Supplies, without Report / Reports of the Tests and Analysis as prescribed under Drugs and Cosmetics Act and the Rules made there under for each batch, will be rejected and will be deemed as “Not Supplied” even if the consignment is left in the premises of the Purchaser for whatsoever reason. 5) The successful Tenderer on being informed shall upload the details of protocols of the Tests and Analysis to be carried out for ascertaining the quality of the product duly approved by the Drugs Controller, if such protocols are not available in the Pharmacopoeia.

14. PACKING 1. Drug should specifically indicate storage requirements on labels and on each and every container and should be transported in appropriate containers to ensure stability in transit from the point of shipment to the destination. 2. In case of Drugs, the packing components which come in direct contact with the drug (containers and closures) shall conform to the specifications stated in Annexure XII of this Tender. All packing must be tamperproof.

3. The contractor shall provide such packing for the goods including the outer bulk packs, required to prevent their damage or deterioration during handling and transit to their final destination as indicated in the orders.

4. The packing shall be strong enough to withstand without limitation, rough handling during transit and exposure to weather conditions, prevailing in the Karnataka State during transit and storage.

5. The goods shall be packed using virgin packing materials in such a manner as to ensure delivery in good condition. The supplies packed in used / recycled containers will be rejected and such supply will be deemed as Below Standard supply and such company will be liable to be blacklisted.

6. Supplies with smudged, corrected, over-written or masked labels due to whatever reason will be rejected. The logos printed should be such that they do not mask the contents of the label.

7. It should be ensured that only first use packaging material of uniform size including bottle and vial is used for making supplies.

8. All primary packing containers should be strictly conforming to the specification included in the relevant pharmacopoeia and the Drugs & Cosmetics Act and rules.

15. Labels & Literature

Page 17 of 78 1. In case of products indicated with [#]??? mark, product literature must be provided with every unit pack. The product literature, in brief, shall state Chemical entity, Composition, Indications, Side effects, Toxicity, Safety assessed, doses, caution, warning, adverse reactions, special precautions, interaction with other drugs / food / habits.

2. The labels in case of injectables should indicate whether the preparation is for I.V/I.M/S.C / ID etc., 3. Packs containing Ampoules shall be supplied with Ampoule cutters with every unit pack @ 1 cutter file per 10 ampoules.

SPECIAL NOTE

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

a. AIDS Free b. Hepatitis B Free.

2. Strips of Aluminium foils refer to gauge 04.

3. Aluminium foils as back material for blisters refer to gauge 04.

4. The rigid PVC used in blister packing should be of not less than 250 micron.

5. All glass bottles should be of new neutral glass.

6. Specification of outer cartons are as given in the Schedule (Annexure VII)

7. In case of any conflict between Carton specifications and packets per carton specification (Last column of Annexure -VI), the specification of the packets / carton shall prevail. 8. All liquid orals should be provided with a measuring device.

9. All plastic containers should be made of virgin grade plastics.

10. Injection in vials should have a snap of seals.

11. The strips shall be aluminium AL STRIP/AL BLISTERs with aluminum foil back.

12. Sterility testing certificate of the product supplied must be produced during supply of the products

16. EXPIRY DATE:

1. All drugs must indicate the Date of Manufacture and Expiry. All drugs must arrive at the purchaser’s point with a remaining shelf life of at least 80% (eighty percent) of the total stipulated shelf life of the product. Incase, the product supplied is below 80% of shelf life it will be rejected. 2. The stocks of drugs having date of expiry should be replaced with fresh stocks from the latest batch if informed 3 months before the date of expiry to a maximum extent of 25% of the total stocks procured by such institutions. 3. Replacement should be made within 30 days from the date of intimation, failing which the equivalent

Page 18 of 78 amount will be recovered from their pending bills / Security Deposit.

17. LOGOGRAM

a) Tenders for the supply of drugs shall be considered only, if the Tenderer gives an undertaking that the supply will be prepared and packed with the Logogram and the words specified in enclosure to Annexure -X of this tender, printed on the drugs and their containers, packing and outer packing (format of undertaking is given in Annexure - X).The Logogram should be printed in RED colour, which should exclusively act as a highlighter. Consequently other matter whatsoever should not be printed in the same or similar colour as that of the Logogram. Stamped logogram and Sticker logogram will not be accepted.

b) Tenders without this undertaking will be rejected. c) Supplies without the said Logogram as mentioned above will be rejected and shall be deemed as violation of the contract.

18. QUALITY, TESTING AND INSPECTION a) Purchaser reserves the right to test each batch or batches selected at random of the consignment received either at the time of receiving the goods or at any time during the shelf life of the product for test and analysis at any laboratory approved under the Drugs and Cosmetic Act and Rules notwithstanding the routine sampling that may be carried out by the Drugs Control and Regulatory authorities. The actual cost of testing will be deducted by TECC for the above purpose from the respective manufacturers. b) If the sample or samples is / are declared to be “NOT OF STANDARD QUALITY” OR SPURIOUS OR ADULTERATED OR MISBRANDED, such batch / batches will be deemed to have been rejected. If the samples do not conform to the statutory standards, the contractor will be liable for relevant action under the existing laws including prosecution. i) In case, a batch tested declared as “Not of Standard Quality”, the Contractor shall supply a fresh stock of “Standard Quality” equivalent to the entire quantity of the batch supplied earlier, irrespective of the quantity available in stock, within 30 days from the date of receipt of such communication. ii) The stock declared as “Not of Standard Quality” shall be destroyed by the purchaser after receipt of the fresh stock / 30 days and shall not be returned to the Contractor under any circumstances.

iii) An amount equivalent to actual cost or as prescribed by the Pollution Control Board of the Page 19 of 78 said batch supplied will be recovered from the Contractor towards the expenses for destruction and disposal of above class of drugs.

c) The Drugs shall have the active ingredients as per the specifications throughout the shelf life period of the drug. The samples will be drawn periodically throughout the shelf life period for analysis.

d) In the event of the Contractor failing to make good the rejected stocks, the security deposit furnished by the Contractor shall be forfeited and in respect of the remaining damages, action under the existing laws will be initiated to recover such loss and also will be blacklisted.

e) In case fresh supplies are not delivered within 30 days as per clause b(1) above, the purchaser shall be free to purchase the identical item from any other alternative source under Rate Contract, if any or from the open market in the order of preference and recover the difference of cost from the Contractor.

f) If any drug supplied by the contractor is partially or wholly used or consumed after supply and is subsequently found to be not as per specifications, inferior in quality or description or otherwise faulty or unfit for consumption, then the Drugs will be replaced by the contractor in addition to destruction of the remaining drugs as mentioned in clause b(i) & b(ii) above . If the payment for the supply has already been made for the particular batch / batches, then deduction will be made in the subsequent bills or by any other source.

g) The Tenderer should clearly understand that the decision The Special Officer, Trauma Care Centre, Bangalore, or any Officer authorized by him as to the quality of the supplied drugs, shall be final and binding.

19. PRE-SHIPMENT INSPECTION a) If required the purchaser or his representative shall have the right to inspect the manufacturing and storage premises of the Contractor to ascertain the standards maintained and take samples for test and analysis at approved laboratories prior to shipment.

b) The person authorized to carry out such inspection shall produce the authorization letter issued by the The Special Officer, Trauma Care Centre, Bangalore for the purpose.

c) The Contractor shall notify the purchaser at least 10 days prior to the time, when the processing of

Page 20 of 78 items are available for inspection.

d) The purchaser, if desires, shall complete such inspection and sampling within 7 days thereafter with respect to product inspection.

e) The goods shall not be shipped unless the purchaser communicates the clearance, whenever such inspections are conducted.

f) Notwithstanding such inspection and clearance issued by the purchaser or the persons authorized by him, the goods shall be accepted by the purchaser subject to verification at the destination.

20.a. In the event of communication from Drug Control Authorities / Government authorized testing labs, that a batch of the consignment supplied is not of standard quality / spurious / adulterated / misbranded, the conditions stated in para 18(b) above shall be applicable, irrespective of the test reports received earlier and shall be binding on the contractor.

b. In the event of contractor failing to make good the loss due to such rejection incurred by the purchaser, security deposit will be forfeited and action under existing laws to recover the loss will be initiated. The Contractor will be liable to be blacklisted besides recovering the loss.

21. The Purchaser or his Authorized Representative reserves the right to visit and inspect the manufacturing unit of the Tenderer/ Contractor, where the items quoted are reported to be manufactured before accepting the rate quoted by them or at any point of time during the Contract period and also has the right to reject the Tender or cancel the orders issued / terminate the contract, if the facts brought out during such inspections reveal violation of the Tender Conditions or Contract Conditions agreed upon or undertakings furnished.

22. VALIDITY OF CONTRACT The rates quoted per unit including all taxes shall be valid for the period not more than 24 months (2 years ) from the date of award of tender. If required the tender validity may be extended for 6 months with permissions and approval of higher authority by the discretary powers of special officer TECC only. The items will be considered on rate contract basis only and orders will be places on staggered manner as per our requirement.

Page 21 of 78 23. TENDER EVALUATION a. The evaluation of the tender in Technical and commercial/ Financial bid (cover – A & B) will be done as per the Karnataka Transparency in Public Procurement Act 2000 in the order of preference as under.

First Preference - L-I Second Preference - L-II Third Preference - L-III

b. The competent authority of The Special Officer, Trauma Care Centre, Bangalore will take a decision in consideration of the prevailing policy of the Government and the tender conditions, to award the status for each Tenderer with respect to each item as under: - First Preference Second Preference Third Preference L-I L-II L-III

c. The Special Officer, Trauma Care Centre on receipt of the Approval from tender acceptance Authority will call upon the successful bidder, informing the acceptance of his tender for the item to execute the agreement and to furnish the Security deposit.

d. The Special Officer, Trauma Care Centre, Bangalore will issue the list of successful tenderers after getting the agreements and the Security Deposit from the successful tenderers

e. If the L-I contractor fails to execute the purchase order, the purchaser shall opt for L-II and L-III and in the open market in the order of priority and the difference of cost (if any) will be recovered from the defaulting contractors as per clause (25).

24. ORDERS AND DELIVERY SCHEDULES i) The Purchaser does not guarantee the quantity, which will be ordered. The quantity mentioned is only the tentative requirement and may increase or decrease as per the actual requirement. No claims shall lie against the Trauma Care Centre, Bangalore, in this regard. The rates quoted should not vary with the quantum of the order or the destination.

ii) The Purchaser reserves the right to order for only such quantity as may be necessary for every quarter or whenever the requirement arises and the Contractor is bound to supply the ordered quantity only. Quantities supplied in excess will not be paid.

iii) a. Orders will be placed every quarter or whenever necessary by The Special Officer, Trauma Care Centre, Bangalore in the staggered orders. iv). If the supply of the full ordered quantity is not completed as required, the supplier will pay penalty as Page 22 of 78 mentioned below. 60 – 75 days : 3% penalty on the belated supply of the order. 76 – 90 days : 5% penalty on the belated supply of the order. Above 90 days : Liable for cancellation, blacklisting & forfeiture of EMD/SD without notice. v). The order will stand cancelled at the end of 90th day after levying penalty on the value of unexecuted order. Penalties shall also thereafter apply to the contractor as specified in clause 30. Apart from risk purchase action, the Tenderer shall also suffer forfeiture of the Security Deposit and shall invite other penal action like debarring from participating in both present and future tenders of BMC & RI without notice. 25. PENALTY CLAUSE: a) In case the supply is not completed fully as mentioned in Clause 23(e), the Purchaser reserves the right to cancel the order for non supplied quantity and proceed with the purchase of the same generically identical item from L-II or L-III or from the open market in the order of preference as specified under clause 23(e).

b) The difference of cost due to purchase from the next alternate source like L-II, L-III or open market in the same order of preference shall be recoverable from the Contractor as under: Difference of cost between L-I and L-II from L-I Difference of cost between L-II and L-III from L-II Difference of cost between L-III and open market from L-III. c) Incase L-II and / or L-III are not specified, the difference of cost shall be recoverable from L-I or L-II with reference to the purchase price as the case may be.

d) i) However, the contractor for the items to be imported is permitted to supply the entire quantity ordered within 90 days from the date of receipt of order without penalty. ii) For delay in supply of imported items beyond 90 days a penalty @ 5% on the belated supply of the quantity shall be recovered and the total time taken for supplies with penalty shall not exceed 120 days from the date of receipt of the supply order. If the supply exceeds 120 days the contractor is liable for cancellation, blacklisting & forfeiture of S.D without notice. iii) Non-supply within the stipulated period will entail the purchaser to purchase the same generically identical item from any other source as per clause “a” above and the difference of cost, if any, shall be recovered from the defaulting contractor as per clause “b” above.

26. STAGGERED SUPPLY: Page 23 of 78 a) The Contractor should accept the supply orders for any item for staggered supply, with stipulated time schedules for supplies and submit separate Bills for payment for each supply.

b) The purchaser reserves the right to proceed with the risk purchase from the alternate source in case the supplies are not delivered on time and the difference of cost including the incidental charges if any will be recovered from the Contractor.

27. PAYMENT CLAUSE a) No advance payment will be made towards the supply. Payment will be made only after the supplies are effected as per the supply order. b) Payments towards the supply of drug will be made strictly as per rules. c) No claims shall lie against the Trauma Care Centre, Bangalore Medical College and Research Institute, Bangalore in respect of interest on Earnest Money Deposit or on Security Deposit.

28. REPLACEMENT OF ITEMS

a) Items supplied in damaged or soiled condition or found “Not in conformity” with the accepted specification, will not be accepted and should be replaced at no extra cost to the Bangalore Medical College and Research Institute, Bangalore WITHIN 30 DAYS FROM THE DATE OF RECEIPT OF INTIMATION, failing which, 5% penalty will be levied for the belated supplies made within another 30 days.

b) If the replacements are not effected even within the above penal period, the purchaser will be free to proceed with the purchase from alternate sources as per Clause 25 above.

c) Items declared as “Not of Standard Quality” by the competent authorities like Bureau of Indian Standards, Drugs Controller or the like, should also be replaced at no extra cost to the Karnataka State Drugs Logistics & Warehousing Society(Regd.) WITHIN 30 DAYS FROM THE DATE OF RECEIPT OF INTIMATION failing 5% penalty will be levied for the belated supplies made within another 30 days, failing which the purchaser shall be free to proceed with the purchase from alternate sources as per Clause 25 above.

d) In case of dispute, regarding the non-conformity with the specifications, the decision of the Special officer, Trauma care centre, Bangalore Medical College and Research Institute, Bangalore will be final. 29. Failure to comply with the Contract provisions will entail disqualification of the Contractor and his firm from participating in any of the tenders of this Dept. for the next five years, besides immediate termination of the existing contract.

Page 24 of 78 a) In the event of supplies failing in quality test, the purchaser reserves the right to purchase from alternate source.

b) Further, The Special Officer, Trauma Care Centre, Bangalore reserves the right to cancel the contract and forfeit all the dues and deposits of the contractor if the quality failure occurs recurrently and if the quality failure happens to be of grave nature affecting the life or quality of life. This shall be, however, notwithstanding any other action that might be proceeded with, under the law.

c) Such firms maybe liable to be blacklisted for 5 years beginning from the year, in which defective supply was detected notwithstanding any action under the Drugs & Cosmetics Act, and the matter will be notified to the Drugs Controller for necessary action.

30. BLACK-LISTING OF DEFAULTING CONTRACTORS:

a) The Tenderers who have been declared as de-registered/debarred/Black listed, either by central or any State Government/DGS&D, even after the award of Rate Contract shall be treated as non- responsive Tenderers. b) The Purchaser reserves the right to BLACK LIST any Contractor either in whole or in part limiting to specified product / products, for breach of any of the Terms and Conditions of the tender.

c) Such BLACKLISTED CONTRACTOR AND HIS ESTABLISHMENT will not be eligible to participate in any of the Departmental Tenders for subsequent 5 years.

d) In the event of tendered supplies (i) If two / more than two products of a firm fails in the quality tests then that firm will be blacklisted. (ii) If two / more than two batches of a product fails in the quality tests then that product of that firm will be blacklisted.

e) If a firm is awarded only one product and two / more than two batches of that product fails in the quality tests then such firm will be blacklisted.

f) Such firms / products will be blacklisted for five years beginning from the year following the one in which defective supplies were detected and contract with the such contractor will be suspended and purchases will be made from alternative source. The contractor shall also be liable for action under criminal law and the matter shall be notified to the Drug Controller of the concerned state, also all the deposits and dues of such Tenderers/ Contractors shall be forfeited to the Trauma Care Centre, Page 25 of 78 Bangalore.

The Purchaser reserves the right to BLACK LIST any tenderer for the following reasons: i. Abnormal under-quoting to sabotage the process. ii. Non-executing of agreement and the Security deposit when his offer/s is/are accepted. iii. Submission of false documents to get declared as responsive. iv. Canvassing through whatever means to get his tender approved. v. Indulging in corrupt practices like offering incentives / inducements / coercion etc. to seek favour of approval. vi. Interfering in the process of evaluation through submission of false documents on other tenderer/s. vii. Bringing extraneous pressure on the officers or officials to get his tender declared responsive. viii. Any other activity which would affect / interfere with the evaluation process. ix. Supply of spurious drugs. x. Supply of items of substitute make other than that mentioned in the tender and uploaded as sample with the tender. xi. Recurrent supply of Not of standard items. xii. Supply of DRUGS packed in used / recycled containers. xiii. Recurrent delay in supplies. xiv. Indulging corrupt practices either to get supply order/s or to get the payment for supplies. xv. Bringing extraneous pressure on officers / officials to place supply orders. xvi. Recurrent supply of items in packing materials of poor quality. xvii. Supply of quantity less than that claimed on the label. xviii.Canvassing to generate indents. The Firms / Manufacturers who have been notified as BLACKLISTED by the Central / any State Government are not eligible for participation in this tender. Such tenders will be rejected even if received.

g. If the Tendering authority comes to know of such Blacklisted status of the Firm subsequent to the opening of the Tender / Acceptance of the Tender / Awarding of the Contract, all the deposits and dues of such Tenderers/ Contractors shall be forfeited to the Trauma Care Centre, Bangalore and such firms will be liable for Blacklisting.

h. The Special Officer, Trauma Care Centre, Bangalore reserves the right to reject the tender of blacklisted companies and those companies whose past performance with Trauma Care Centre any similar agencies/ Health Institutions was poor due to delayed and erratic supplies, frequent quality failures etc.

31. TERMINATION OF CONTRACT UNDER SPECIAL CIRCUMSTANCES

Page 26 of 78 The Purchaser may without prejudice to any other remedy for breach of Terms and Conditions of Tender, by written notice of one month, terminate the contract either in whole or part, stating reasons thereof.

32. DISPUTES AND JURISDICTION In the event of any dispute arising out of the Terms and Conditions of the tender, such disputes would be subject to the jurisdictional courts in Bangalore, Karnataka. 33. SAVING CLAUSE PROTECTION OF ACTION TAKEN IN GOOD FAITH No suit, prosecution or any legal proceedings shall lie against the purchaser or Dept. of Health and Family Welfare, or any person for anything which is done in good faith or intended to be done in pursuance of this Tender including the tendered quantity of the items notified. 34.SPECIAL NOTE 1. ALL SUPPLIES SHOULD ACCOMPANY ORIGINAL DELIVERY NOTE OR INVOICES AND THE TEST REPORTS. 2. PHOTOCOPIES / FAX COPIES OF THE DELIVERY NOTE OR THE INVOICE OR THE TEST REPORTS WILL NOT BE ACCEPTED. 3. NO COMMERCIAL INVOICES WILL BE ACCEPTED FOR THE EXCISABLE PRODUCTS. 4. GOOD NON ABSORBABLE PAPER SHOULD BE USED FOR THE DELIVERY NOTE AND THE INVOICES. 5. THE MATTER PERTAINING TO THE SUPPLIES SHOULD BE EITHER PRINTED OR TYPEWRITTEN OR LEGIBLY HAND WRITTEN ON THE DELIVERY CHALLAN OR THE INVOICE. 6. THE DELIVERY CHALLAN OR THE INVOICE SHOULD NOT CONTAIN ANY MATTER ON ITS REVERSE SIDE. 7. THE LABEL OF THE ITEM SUPPLIED UNDER THE CONTRACT SHALL NOT CARRY THE M.R.P. 8. THE GENERIC NAME OF THE ITEM SHOULD BE AS BOLD AS THE TRADE NAME, IF ANY. 9. THE LOGOGRAM SHALL NOT MASK OR SMUDGE ANY DETAILS OF THE LABEL. 10. THERMO SENSITIVE DRUGS WHICH ARE TO BE STORED IN REFRIGERATORS SHOULD BE SUPPLIED UNDER SUITABLE COLD CHAIN SYSTEM ONLY. 11. ONLY PERMITTED COLOUR OF THE AMPOULE / VIAL SHOULD BE USED. 12. ALL DOCUMENTS OF DRUGS MOVEMENT LIKE DELIVERY NOTE / CHALLAN, BILL / INVOICES SHOULD CARRY THE GENERIC NAME WITH TRADE NAME IF ANY, MAKE, BATCH NUMBER, EXPIRY DATE. 13. THE PURCHASER SHALL RESERVE THE RIGHT TO PURCHASE THE DRUGS TENDERERED AS PER THE SAGGERED REQUIREMENTS DURING Page 27 of 78 THE CONTRACT PERIOD. 14. IN ALL THE ABOVE CONDITIONS, THE DECISION OF THE SPECIAL OFFICER, TRAUMA CARE CENTRE, BANGALORE, SHALL BE FINAL AND BINDING. 15. THE UPLOADEDTENDER DOCUMENT SHALL CONTAIN ALL THE PAGES SIGNED BY THE AUTHORISED SIGNATORY, ALONG WITH THE RESPECTIVE ANNEXURES AS MENTIONED UNDER VARIOUS CLAUSES AND SUB CLAUSES OF THE TENDER DOCUMENTS.

16. THE TENDERER SHALL QUOTE FOR EACH TAB/CAPSULE/VIAL/AMP/TUBE/ BOTTLE AND CALCULATE AS PER THE QTY SPECIFIED IN THE EPORTAL. 17. THE PURCHASER MAY EXTEND THE VALIDITY OF THE CONTRACT ON THE MUTUAL CONSENT AND PERMISSION OF THE DEAN CUM DIRECTOR , BMCRI

Page 28 of 78 SECTION III

Technical Specification

Tabs/caps:Packing specification: AL Strip/AL Blister, Pharmacopoeial specification : IP/BP/USP

Injections: Pharmacopoeial specification : IP/BP/USP Amps/Vials

Syrup: Packing specification: Pharmacopoeial specification : IP/BP/USP

Respirator solution & respules: Pharmacopoeial specification : IP/BP/USP

Ointment: Pharmacopoeial specification : IP/BP/USP AL Tubes

Intravenous: Pharmacopoeial specification : IP/BP/USP.

Intravenous Polypropylene Bottle(sterilization cycle 121deg for 20 minutes)

Lotion: Pharmacopoeial specification : IP/BP/USP

Powder : Pharmacopoeial specification : IP/BP/USP

Page 29 of 78 ANNEXURE – I

Ref. Section II Clause No.2.A- 3

SALES TAX CLEARANCE CERTIFICATE

This is to certify that M/s ………………………………………………………who is a registered dealer under GST Act with regarding …………………………… having GST

NO.…………………………& GST/ TIN NO. ………………………………has fixed Sales Tax return and tax cleared upto 31/03/2019 and no dues are outstanding for the said period.

Signature & Seal of the Commercial Tax Authority.

Page 30 of 78 ANNEXURE -II

Ref.Section II - Clause 2.A-4

Annual Turn over Statement

The Annual Turnover of M/s. ______for the past three years are given below and certified that the statement is true and correct. ______Sl.No. Financial years Turnoverin Lakhs (Rs) ______2016 – 2017 (31-03-2017) -

2017-2018 (31-03-2018) -

2018 – 2019 (31-03-2019) ______

Total - Rs. ______Lakhs. ______

Date:

Signature of Commercial Tax Officer/ Chartered Accountant Seal: (Name in Capital)

Page 31 of 78 [TO BE UPLOADEDTED IN ORIGINAL ONLY] ANNEXURE – III

Ref. Section II -Clause No.2.A-6

CAPACITY INSTALLATION STATEMENT

Ref. No. Name & Address of the Manufacturer : (Factory address to be indicated) : Particulars of license numbers : Installed capacity particulars :

Sl. Category of preparation No. of units per No. of Total capacity per day in No. [Form] shift Shifts per number of units day ,

Place: Date:

Signature & Official Seal of the Chartered Accountant

Page 32 of 78 ANNEXURE - IV Ref.Section II- Clause No.2.A –7 (d)

DETAILS OF MANUFACTURING UNIT

Name of the Tenderer & Full Address :

Phone Nos. :

Fax :

E-Mail :

Date of Inception :

License No. & Date :

Issued by :

Valid up to :

Capacity Installation Certificate :

Details of Installed Production Capacity for 60 days / 1 year (In Terms of Unit Packs)

Tablets :

Capsules :

General Beta-Lactum :

Injections :

Page 33 of 78 Ampoules :

Vials :

I V Fluids :

Sterile Powders :

Liquids :

Suspensions :

Syrups :

Drops :

Dry syrups :

Ointments :

Powders :

Antiseptics/ Disinfectants :

Name and signature of the authorized Signatory :

* Details of manufacturing unit shall be for the premises where items quoted are actually manufactured.

Page 34 of 78 ANNEXURE – IV-A

Ref.Section II- Clause No.2.A – 7 (e)

List of Drugs / Items quoted under this Tender

Sl Name of the Drug/Item Name of Company Pharmacopeal Item Code No quoted Specification

Seal & Signature of the Primary Manufacturer.

Page 35 of 78 ANNEXURE – V

Ref. Section II -Clause No.2.A-8

Name & Address of the Manufacturer: Sl Year Name of the Code Whether a No. of Batch Name & Address No. Product No. New Drug as Batches Nos. of the Purchaser Produced per Drugs Produced Act 1 2016-17

2 2017-18

3 2018-19

Date:

Place: Signature of the manufacturer

Signature of the Chartered Accountant & Official Seal

Page 36 of 78 ANNEXURE –VI

Ref-Section - II Clause No. 1.1(b)

TRAUMA CARE CENTRE, BMCRI 560 002.

TENDER FOR SUPPLY OF DRUGS TO TRAUMA CARE CENTER BMCRI FOR THE PERIOD OF 2019-20

Page 37 of 78 ANNEXURE - VII

Ref. Section II -Clause No.2. A-9

N0 CONVICTION CERTIFICATE

This is to certify that M/s…………………………………………………………………… located at…………………………………………………………………………………..have been granted license in

Form No. …………………………………….. bearing No. ……………………………………….. UNDER

THE PROVISIONS OF Drugs & Cosmetics Act 1940 & Rules there under and that the said manufacturer has not been convicted for violation of provisions of Drugs & Cosmetics Act 1940 & Rules there under, during the preceding three years i.e. from 01.04.2016 to 31.03.2019.

This certificate is issued for the purpose of participation in the tender for the supply of drugs, chemicals and miscellaneous items to The Special Officer, Trauma Care Centre, Bangalore

Signature

Seal of the certifying authority. Place:

Date:

Page 38 of 78 ANNEXURE- VIII-A

Ref. Section II -Clause No.2.A-10 (a)

Government of ______(Name of the State) Office of the Drugs Controller for the State of ______

G.M.P. CERTIFICATE

This is to certify that M/s. ……………………………………. Are holding valid drug license in Form ………………………………. Bearing No. ……………………………. Dated. ……………………….. respectively having validity upto ……………………….issued under the provision of Drugs and Cosmetics Act and Rules hereunder.

It is further certified that

a) The manufacturing plant in which the manufacturing activity is carried out is subject to inspection at suitable intervals, And b) Having regard to the nature and extent of the manufacturing operation, the manufacturer conforms to most of the requirements for good practices as per guidelines given in Revised Schedule M to the Drugs and Cosmetics Rules 1945 in respect of the following categories/products. 1. ………………………………………….. 2. ………………………………………….. 3. …………………………………………… 4. ………………………………………….. 5...... etc., However, the quality of the products will have to be constantly monitored by sampling procedures for the purpose of test or analysis.

Signature & Seal of issuing licensing authority

Page 39 of 78 ANNEXURE- VIII - B To be furnished in case of WHO GMP.

Ref. Section II -Clause No.2.A-10 (b)

Government of ______(Name of the State) Office of the Drugs Controller for the State of ______Certificate of a Pharmaceutical Product

No. of Certificate Exporting (Certifying Country) : Proprietary Name (if applicable) and dosage form Importing (Requesting Country) : 1. Is this product licensed to be placed on the market for the use in the exporting Country? If yes complete box A. if no complete box B. A. B. Product license holder: Applicant for certificate: Status of Applicant: 5 a b c Status of license holder5 : a b c d d Manufactured under loan license No. of product License 6& date of issue: Read with permission letter no. Why is authorisation lacking? Is an approved Technical Summary Not required appended? Yes No Is the attached product information complete and Not requested consonant with the license? Yes No Not provided Under Construction Applicant for certificate if different from the License Refused holder 8 Remarks 9 2. Does the certifying authority arrange for the periodic inspection of manufacturing plant in which the dosage form is produced? Yes If no, proceed periodicity of routine inspections (years) : No to question 3 Has the manufacturer of this type of dosage form been inspected? Yes No Do the facilities and operation confirm to GMP as recommended by the World Health Organization?

Yes No

3. Does the information uploaded by the applicant satisfy the certifying authority on all aspects of the manufacturing of the product undertaken by another party? 11 Yes No if No, explain.

Address of the certifying authority Name of the Authorised person: Page 40 of 78 Telephone / Fax Numbers: Signature: Date of issue: Validity: Stamp & Date:

This certificate confirms to the format recommended by the World Health Organization.

Please refer to the guidelines for further information on how to complete this form and on the implementation of the scheme.

Forms should be completed using a typewriter to ensure legibility.

A cross should be placed in boxes as appropriate to indicate which options apply.

Additional sheets should be appended, as necessary to accommodate remarks and explanations.

Explanatory notes 1. This certificate, which is in the format recommended by WHO, establishes the status of the pharmaceutical product and of the applicant for the certificate I the exporting country. It is for a single product only since manufacturing arrangements and approved information for different dosage forms and different strengths can vary. 2. Use, whenever possible, international Non proprietary Names (INNS) or national non proprietary names. 3. A qualitative listing of other ingredients contained in the dosage form should be appended. 4. When applicable, append details of any restriction applied to the sale, distribution, or administration of the product that is entered on the product licence. 5. Specify whether the person responsible for placing the product on the market: a) manufactures the active ingredients and the finished dosage form: b) manufactures the finished dosage form: c) packages and/or labels a finished dosage form manufactured by an independent company; or d) is involved in none of the above. 6. Indicate, when applicable, if the licence is provisional; pending technical review. 7. This refers to the documents, prepared by certain national regulatory 8. In this circumstance, permission for issuance of the certificate is required from the product license. 9. Please indicate the reason the applicant has provided for not requesting registration: e) the product has been developed exclusively for treatment of conditions-particularly tropical diseases not endemic in the country of export. f) The product has been reformulated with a view to improving stability under tropical conditions. Page 41 of 78 g) The product has been reformulated to exclude Excipients not approved for use in pharmaceutical products in the country of import. h) The product has been reformulated to meet a different maximum dosage limit for an active ingredient. i) Any other reason, please specify. 10. The requirements for good practices in the manufacture and quality control of drugs referred to in the certificate are those adopted by the Twenty-eight world Health Assembly in its resolution WHA 28.65 (see WHO official Records No. 226, 1975 Annex 12, part 1) Proposals for the amendments for these requirements are included in the Thirty-second Report series, No. 822, 1992, Annex 1) Recommendations specifically applicable to biological products have been formulated by the WHO Expert Committee on Biological products have been formulated by the WHO Expert Committee on Biological Standardization (WHO Technical Report Series, No. 822, 1992, Annex 1). The section is to be completed when the produce-licence holder or applicant conforms to status (c) or (d) as described in note 5 above, it is of particular importance when foreign contractors are involved in the manufacture of the product. In these circumstances the applicant should supply the certifying authority with information to identify the contracting parties responsible for each stage of manufacture of the finished dosage form, and to indicate the extent and nature of any controls exercised over each of these parties.

Page 42 of 78 [TO BE UPLOADED IN ORIGINAL ONLY] ANNEXURE – IX Ref. Section II -Clause No.2.A-11 PERFORMANCE CERTIFICATE

Deleted

Page 43 of 78 ANNEXURE X

Ref. Section II-Clause No.2.A-12& General Condition Clause No: 17

A. TENDER 2019-2020 FOR SUPPLY OF DRUGS. B. FORMAT OF UNDERTAKING TO BE FURNISHED BY THE TENDERER FOR HAVING ACCEPTED TO INDICATE LOGOGRAMS AND SPECIFIED WORDINGS.

To The Trauma Care centre, BMCRI, Fort, K.R.Road Bangalore-560002. Sir,

In accordance with clause A-12 of the terms and conditions and General Conditions Clause 17 of tender for supply of DRUGS for the year 2019-20. . I / We hereby agree to indicate logogram and wordings as specified in Enclosure (1 to 4) to ANNEXURE X on the DRUGS on every part of the product ordered.

I / We understand that supplies without the logogram / wordings will be rejected and shall be deemed as violation of the contract.

Date Signature

Place [ ] Name in capital Seal of the Firm/Company.

Note: All the enclosures have to be duly signed and enclosed along with this Annexure.

Page 44 of 78 ENCLOSURE-I

ENCLOSURE TO ANNEXURE - X Ref. Section II-Clause No.2.A-12&General Conditions Clause No: 17

DESIGNS FOR LOGOGRAMS GENERAL

THE LOGOGRAM and the WORDINGS should be printed on very part of each UNIT PACK of items (except in case of Capsules).

The size of the logogram and that of the wordings should be bold enough and proportionate to the size of the label of each packing and the label in turn should also be proportionate to the size and material.

Logogram should be distinctly printed or embossed in RED COLOUR and should exclusively act as a 'High-lighter'. Consequently any other matter should not be printed in the same or similar colour as that of the Logogram or the Wordings.

RUBBER STAMP SEAL OR STICKER LOGOGRAM IS NOT ACCEPTABLE

FOR INJECTIONS / TABLETS AND CAPSULE STRIPS

Injection in ampoule form should be supplied in Single constricted neck ampoules with the label bearing the words "TCC. Supplies - Not for sale" overprinted and the following logogram which will distinguish from the normal trade packing.

Signature & Seal

Page 45 of 78 ENCLOSURE –II ANNEXURE -X Ref. Section II-Clause No.2.A-12& General Conditions Clause No: 17

LIQUIDS

Liquid preparations should be in glass bottles as per Pharmacopoeial standards with pilfer proof caps bearing the following logogram in . PÀ£ÁðlPÀ ¸ÀPÁðgÀ – ªÀiÁgÁlPÀÌ®è.

If the space is available in the following text should also be added. – TRAUMA CARE CENTRE– Free

The label with the following logogram to be affixed on the containers should bear a district colour different from the colour of the label of the trade packs and they should be overprinted in red colour with the words“ TCC Supplies – Not for Sale.

The bottles / PUC which have polythene outer cover packing should also contain the above logogram.

Page 46 of 78 ENCLOSURE –III

ANNEXURE-X Ref. Section II-Clause No.2.A-12&General Conditions Clause No: 17

FOR INJECTIONS

Injections in vial form should be supplied with the label bearing the words “Karnataka Government supplies – Not for Sale” overprinted and the following logogram which will distinguish from the normal trade packing.

The vials for injections should be supplied with aluminum seals containing the following text in red KGHS – Free.

Signature & Seal

Page 47 of 78 ENCLOSURE-IV

ENCLOSURE TO ANNEXURE –X

Ref. Section II-Clause No.2.A-12&General Conditions Clause No: 17

SPECIMEN LABEL FOR OUTER CARTON

Quantity Packed: Net Weight:

TRAUMA CARE CENTRE Govt. of Karnataka . SUPPLY NOT FOR SALE

~~~~~~~~~~~~~~~~~ NAME OF THE DRUG ~~~~~~~~~~~~~~~~~ EXP. DATE: ……….

Mfg Lic No : Batch. : Mfg Date: Manufactured by:

Signature & Seal

Page 48 of 78 ANNEXURE- XI General conditions Clause 8

FORMAT FOR SUBMISSION OF SAMPLES.

NAME OF THE Name of Company QUANTITY OF SAMPLE S.l. No. CODE ITEM SUBMITTED

Total No. of Samples submitted: Place:

Total No. of Attachments used: Date:

Signature with seal

Acknowledgement of the person

Receiving the sample /s with date and seal.

Note: If the space provided is inadequate, use additional sheet/s and ensure that the format is the same. If

more than one sheet is used, each page shall be serially numbered and signed in full and at the end the

number of sheets used shall be indicated in figures and words and total number of items quoted shall

also be mentioned in words and figures.

Page 49 of 78 ENCLOSURE TO ANNEXURE - XI

QUANTITY OF SAMPLES TO BE SUBMITTED:

S.l. Form / Category Quantity of samples No. 1 Vials 3 Vials 2 Tabs/Caps 1X10X10 3 Packets like powders etc 1x5 units 4 Cotton Rolls / Bandage Cloth 1x3 units IV Infusions including Antibacterial and 5 Antibiotic infusions 1x5 unit packs

6 Ointment Tubes 1x 5 tubes 7 Ampoules 1x10x10 or 3 unit packs whichever is less 8 Liquids in bottles with PP caps 1x5 unit packs 9 Miscellaneous items 1x5 unit packs 10 Any form / category not covered above 3 unit packs

Page 50 of 78 ANNEXURE - XII

Ref. General conditions Clause No. 14

I. SCHEDULE FOR PACKAGING OF DRUGS AND MEDICINES

GENERAL SPECIFICATIONS

1. No corrugate package should weigh more than 15 kgs (i.e., product + inner carton + corrugated box).

2. All Corrugated boxes should be of `A' grade paper ie., Virgin.

3. All items should be packed only in first hand boxes only.

FLUTE:

4. The corrugated boxes should be of narrow flute.

JOINT:

5. Every box shall 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. For boxes containing plastic containers use nylon stitching.

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 synthetic adhesive tape running along the top and lower opening. CARRY STRAP:

9. Every box should be strapped with two parallel nylon carry straps (they shouldn’t intersect).

Page 51 of 78 LABEL:

10. Every corrugated box should be printed clearly indicating that the product is for "Karnataka Govt. Supply - Not For Sale".

11. The product label on the cartoon should be large atleast 15 cms x 10 cms 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.

OTHERS:

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

II. SPECIFICATION FOR CORRUGATED BOXES HOLDING TABLETS/ CAPSULES/ PESSARIES

1) The box should not weigh more than 7-8 kgs. The grammage of outer box should be 150 gsm and inside partition/lining should be 120 gsm. 2) The box should be of 5 ply with Bursting strength of 9 kg/Cms

III. SPECIFICATION FOR LARGE VOLUME BOTTLE i.e., ABOVE 120 AND BELOW 1 LIT. 1) All these bottles should be packed only in single row with partition between each and also with top and bottom pad of 3 ply. 2) Grammage : Outer box should be 150 gsm inside partition lining should be 120 gsm. 3) Ply : 7 Ply. 4) Bursting Strength : Not less than 12 Kg/Cm2.

IV. SPECIFICATION FOR IV FLUIDS

1. Each corrugated box may carry a maximum of only 24 bottles of 500 ml in a single row or 50 bottles of 100 ml in 2 rows with individual sealed polythene cover and centre partition pad, top and bottom pads of 3 ply. Grammage : Outer box should be 150gsm inside partition/lining should be 120gsm 2. Ply : 50 or 7 3. Bursting Strength : Not less tan 12 Kg/Cm2

V. SPECIFICATIONS FOR LIQUID ORALS

50ml to 120ml bottles.

1) 100 bottles of 50ml or 60ml may be packed in a single corrugated in 2 rows with top, bottom and centre pad of 3 ply

50 bottles of 100ml – 120ml may be packed in a similar manner in a single corrugated box. Page 52 of 78 2) Grammage : Outer box should be 150 gsm inside partion / lining should be 120 gsm

3) Ply : 7 ply

4) Bursting Strength : Not less than 12 kg/Cm2

5) 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 120gsm) 5 ply and bursting strength should not be less than 9 Kg / Cm2

VI. SPECIFICATION FOR OINTMENT / CREAM / BELS PACKED IN TUBES

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

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

3) Grammage : Outer box should be 150 gsm

Inside partition / lining should be 120 gsm

VII. SPECIFICATIONS FOR INJECTABLE ( IN VIALS AND AMPOULES)

1) Vials may be packed in corrugated boxes weighing upto 15 kgs. Ampoules should be packed in C.B. weighing not more than 8 kgs. Only permitted colour of the Ampoule / Vial should be used.

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

3) Bursting strength for CB boxes for a) Vials : Not less than 13 Kg/CM2 b) Amp : Not less than 9 Kg/CM2

4) In the case of 10ml Ampoules 100 or 50 ampoules may be packed in a grey board box. Multiples of grey board boxes packed in CB.In case of ampoules larger than 10ml only 25 ampoules may be packed in a grey board box with partition.

5) If the vial is packed in individual cartoon, there is no necessity for grey board box packing. The individual cartoon may be packed as such in the CB with centre pad.

6) Every 1 x 10 ampoules tray should carry 1 ampoule cutter placed in a polythene bab.

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.

Authorised signatory Page 53 of 78 ANNEXURE- XIII Part-I TENDER OFFER FORM Ref. Section II-Clause No. 2A-16 (a)

Affix the photograph of the To, personAaa signing the The Special Officer, document attested Trauma Care Centre, Victoria Hospital campus by a Gazeted Fort, K.R.Road Officer/Notary Bangalore- 560 002.

Sir, Having examined the tender documents in connection with the Supply drugs , HNS & Lab Chemicals to your institute under Bulk Purchase for the year 2019-20 called by you, I / We, the undersigned offer to supply and deliver the above said items in conformity with the terms and conditions of the tender at the rates quoted in the Annexure if the contract is awarded in my / our favour.

I / We understand that the quotation offered shall be valid for not more than 24 months (2 Years) from the date of award of tender.

I / We undertake if our quotation is accepted, I / We will enter into contract to deliver the goods in accordance with the delivery schedule.

I / We agree to abide by this tender for the specified period.

I / We undertake to deposit Security Deposit amount in accordance with the terms and conditions of the tender if our offer is accepted.

I / We understand that you are not bound to accept the lowest or any quotations you may receive.

Date: Signature: Name in Capital Place: Capacity *: Phone No: Fax No: Seal of the firm: Name and Address & Official: Residential: Phone No. of the person signing the tender form: Ph: Ph:

Page 54 of 78 Tender Declaration form

ANNEXURE - XIII part-II

Ref. Section II-Clause No.2.A-16 (b)

TENDER FOR SUPPLY OF DRUGS, CHEMICALS AND MISCELLANEOUS ITEMS FOR THE YEAR 2019-2020.

FORMAT OF UNDERTAKING TO BE FURNISHED BY THE TENDERER FOR HAVING ACCEPTED THE TERMS & CONDITIONS OF THE TENDER DOCUMENT.

To The Special Officer, Trauma Care Centre, Victoria Hospital Campus, Fort, K.,R.Road Bangalore-560 002.

Sir,

In accordance with the terms and conditions of tender document for supply of drugs,hns

&lab chemicals/consumbles for the year 2019-20, I / We have gone through all the terms & conditions

and hereby agree to accept and undertake to abide the same.

Date Signature

Place [ ] Name in capital Seal of the Firm/Company.

Page 55 of 78 ANNEXURE – XIV

Ref. Section II- Clause 2.A - 15 FORM OF AUTHORIZATION (To be uploaded in the Company Letterhead)

No…………… Date:

To

The Special Officer, Trauma Care Centre, Victoria Hospital Campus Bangalore – 560 002.

Sir,

Sub: Issue of Authorization Letter. Ref: Tender Notification No...... * * *

(In case a Proprietor / Proprietrix wish to participate in tender process use Sl. No. (I), in case Proprietor / Proprietrix wish to authorize a person to participate in tender process use Sl, No. (II), in case, a Partner of Partnership Firm wish to participate in tender process use Sl. No. (III), in case the Partnership Firm wish to authorize a person to participate in tender process, use Sl. No. (IV) and in case of Company use Sl. No. (V) mentioned below. Strike out whichever is not applicable.)

I) I, ……………………… (Proprietor / Proprietrix) of the above concern, wish to obtain digital signature from the designated service provider to sing the tender, attend the opening of the tender, represent the concern in all or any of the meetings convened by the Department in respect of the tender referred above. II) I, ………………………, Managing Partner, of the above Firm, who have ben duly authorized by the other partners, wish to obtain digital signature from the designated service provider to sign the tender, attend the opening of the tender, represent the Firm in all or any of the meetings convened by the Department and to take decision on revision of prices quoted in respect of the tender referred above. III) We hereby authorize Mr…………………. who is working as …………… in our Firm to obtain digital signature from the designated service provider to sign the tender, attend the opening of the tender, represent the Firm in all or any of the meetings convened by the Department and to take decision on revision of prices quoted in respect of the tender referred above.

Page 56 of 78 My/Authorized Signatory’s photograph is affixed below and attested.

Yours faithfully,

(Signature and Name of the Primary Manufacturer) Specimen Signature of the Authorized Person

1.

2.

3.

Photograph to be affixed.

Attested (Signature and Name of the Primary Manufacturer)

Page 57 of 78 ANNEXURE – XV

Ref. Section II- Clause A. (20)

FORMAT

F F S TECHNOLOGY CERTIFICATE

Page 58 of 78 Annexure XVI- Details of Tender Items (Drugs, HNS & Lab Chemicals)

Drugs Items for tender-Quote for Price per Unit (Inclusive of all GST)

SL.NO ITEM CODE NAME OF THE ITEMS AND SPECIFICATIONS Qty Per Unit 1 TCC2019DRUGS01 INJ: ADRENALINE -1mg/1ml 01 2 TCC2019DRUGS02 INJ: ATRACURIUM -25mg/2.5ml 01 3 TCC2019DRUGS03 INJ: ATROPINE 0.6mg/1ml amp 01 4 TCC2019DRUGS04 INJ: ATROPINE -100mg/ 100ml 01 5 TCC2019DRUGS05 INJ: BUPIVACAINE 0.25% 20ml 01 6 TCC2019DRUGS06 INJ: BUPIVACAINE 0.5% 20ml 01 7 TCC2019DRUGS07 INJ CEFTRIOXONE 1gm with Distil water 01 TCC2019DRUGS08 INJ: CEFTRIAXONE 1 gm WITH SALBACTUM- 01 8 500mg with Distil water TCC2019DRUGS09 INJ: CEFTRIAXONE 1gm with TAZOBACTUM 01 9 with Distil water 10 TCC2019DRUGS10 INJ: DICLOFENAC SODIUM-25mg/ml 3ml amp 01 TCC2019DRUGS11 INJ: ETOPHYLLINE WITH THEOPHYLINE- 01 11 2ml/Amp 12 TCC2019DRUGS12 INJ: DEXAMETHASONE-4mg/2ml 01 13 TCC2019DRUGS13 INJ: DEXAMEDETOMIDINE 100mcg/ml 01 14 TCC2019DRUGS14 INJ: DOBUTAMINE 250mg/5ml 01 15 TCC2019DRUGS15 INJ: DOPAMINE 200mg/5ml 01 16 TCC2019DRUGS16 INJ: ENOXIPIRINE-60mg/0.6ml 01 17 TCC2019DRUGS17 INJ:ETOMIDATE 01 18 TCC2019DRUGS18 INJ: ESMOLOL-100mg/10ml 01 19 TCC2019DRUGS19 IV POLYGELINE COLLOIDAL SOLUTION -3.5% 01 20 TCC2019DRUGS20 INJ: HEPARIN 25000 IU /5ml 01 21 TCC2019DRUGS21 INJ: HEPARIN 5000 IU /5ml 01 22 TCC2019DRUGS22 INJ: HYDROCORTISONE -100mg 01 23 TCC2019DRUGS23 INJ: KETAMINE 01 24 TCC2019DRUGS24 INJ: LEVO BUPIVACAINE 0.75% 01 25 TCC2019DRUGS25 INJ: LIGNOCAINE 2% 30ml (Plain) 01 26 TCC2019DRUGS26 INJ: MAGNESIUM SULPHATE-2ml 50% 01 TCC2019DRUGS27 INJ: MEPHENETERMINE SULPHATE-30mg/ml 01 27 10ml Vial 28 TCC2019DRUGS28 INJ MEROPENAM -1gm 01 29 TCC2019DRUGS29 INJ: METHYLPREDNISOLONE 40 mg 01 30 TCC2019DRUGS30 INJ: METHYLPREDNISLONE 120 mg 01 31 TCC2019DRUGS31 INJ: MIDAZOLAM 1mg /1ml 5ml Vial 01 32 TCC2019DRUGS32 INJ: MVI 10ml 01 33 TCC2019DRUGS33 INJ: N ACETYLCYSTINE -2ml 01 34 TCC2019DRUGS34 INJ:NEOSTIGMINE -1ml 01 35 TCC2019DRUGS35 INJ NEOSTIGMINE -5ml 01 36 TCC2019DRUGS36 INJ: NITROGLYCERINE-25mg/5ml 01 37 TCC2019DRUGS37 INJ: NORADRENALINE-2mg/2ml 01 Page 59 of 78 38 TCC2019DRUGS38 INJ: ONDANSETRON -2ml 01 39 TCC2019DRUGS39 INJ: PALANOSETRON – 2ml 01 40 TCC2019DRUGS40 INJ: PANTAPRAZOLE 40mg with distil water 01 41 TCC2019DRUGS41 INJ: PARACETAMOL 100ml infusion 01 42 TCC2019DRUGS42 INJ: PAZUFLOXACINE 01 43 TCC2019DRUGS43 INJ: Metaclopramide -2ml 01 44 TCC2019DRUGS44 INJ: PHENYLEPHRINE – 2ml 01 TCC2019DRUGS45 INJ: POTASSIUM CHLORIDE-2mg/ml 10ml 01 45 Amp 46 TCC2019DRUGS46 INJ: PROPOFOL 10ml 01 47 TCC2019DRUGS47 INJ: RAMOSETRON -2ml 01 48 TCC2019DRUGS48 INJ: ROCURONIUM -5ml 01 49 TCC2019DRUGS49 INJ: ROPIVACAINE 0.75% 01 50 TCC2019DRUGS50 INJ: HALOPERIDOL(Serenace) 01 51 TCC2019DRUGS51 INJ: SODIUM BI CARBONATE -75mg/25ml 01 52 TCC2019DRUGS52 INJ: SUCCINYLCHOLINE CHLORIDE 50mg/ml 01 10ml 53 TCC2019DRUGS53 INJ: VITAMIN K (Phytomenadione) -10mg/ml 01 54 TCC2019DRUGS54 INJ: VASOPRESSINE-20 Units/ml 01 55 TCC2019DRUGS55 INJ: VECURONIUM BROMIDE-4mg 01 56 TCC2019DRUGS56 INJ: XYLOCARDE 2% PRESERVATIVE 50ml 01 57 TCC2019DRUGS57 INJ: BUPIVACAINE HEAVY 0.5% 4ml 01 58 TCC2019DRUGS58 INJ: EPHEDRINE HCL 30mg/ml 01 59 TCC2019DRUGS59 INJ: LEVOFLOXACIN IV 100ml 01 60 TCC2019DRUGS60 INJ: BOTROPHASE 01 61 TCC2019DRUGS61 INJ: LIGNOCAINE + ADRENALINE 2% 30ml 01 TCC2019DRUGS62 DEXTROSE 5% W/V WITH SODIUM CHLORIDE 01 62 0.45% W/V FFS 500ML TCC2019DRUGS63 IV 1/2 NORMAL SALINE FFS 0.45% W/V FFS 01 63 500ML 64 TCC2019DRUGS64 IV 25% DEXTROSE FFS-100ml 01 65 TCC2019DRUGS65 IV 3% SALINE FFS -100ml 01 66 TCC2019DRUGS66 IV METROGYL 100ml FFS 01 67 TCC2019DRUGS67 IV MULTIPLE ELECTROLYTE INJ FFS -500ML 01 68 TCC2019DRUGS68 DESFLURANE INHALATION 01 69 TCC2019DRUGS69 CHLORHEXIDINE 2% mouthwash 01 70 TCC2019DRUGS70 NEOSPORIN LIKE EYE OINTMENT 01 71 TCC2019DRUGS71 BUDECORT RESPULES 01 TCC2019DRUGS72 IPRATROPIUM BROMIDE+LEVOSALBUTAMO 01 72 SULPHATE IP RESPULES 73 TCC2019DRUGS73 INJ: CLONIDINE 01 74 TCC2019DRUGS74 INJ: HESTARCH 3% IV -500ML 01 75 TCC2019DRUGS75 INJ: HESTARCH 6% IV –500ML 01 76 TCC2019DRUGS76 INJ: GELOFUSIN 01 77 TCC2019DRUGS77 INJ: CALCIUM GLUCONATE-10ml 01 78 TCC2019DRUGS78 INJ: PHENYTOIN SODIUM-2ml 01 79 TCC2019DRUGS79 INJ: PHENOBARBITONE-1ml 01

Page 60 of 78 80 TCC2019DRUGS80 INJ: LEVITIRACETAM-100mg/5ml 01 81 TCC2019DRUGS81 INJ: HYLASE 01 82 TCC2019DRUGS82 INJ PENTAZOCINE -1ML 01 83 TCC2019DRUGS83 INJ: LINEZOLID IV-600mg/300ml 01 TCC2019DRUGS84 INJ AMOXYCILLIN WITH CLAVULANATE 01 84 POTASSIUM 1200 mg 85 TCC2019DRUGS85 INJ: FRUSEMIDE-2ml 01 86 TCC2019DRUGS86 INJ: ONDANSTERONE-4ml /8mg 01 87 TCC2019DRUGS87 INJ: DIAZEPAM-2ml 01 88 TCC2019DRUGS88 INJ: GENTAMYCIN 80 MG VIAL-2ml 01 89 TCC2019DRUGS89 INJ: ANTI SNAKE VENOM SERUM 10ml IP 01 90 TCC2019DRUGS90 INJ: AMIKACIN SULPHATE 500mg 01 91 TCC2019DRUGS91 INJ: ARTESUNATE 60mg 01 92 TCC2019DRUGS92 INJ: ARTESUNATE 120mg 01 93 TCC2019DRUGS93 INJ: CEFOTAXIME 1G WITH WATER 01 94 TCC2019DRUGS94 INJ: CEFTAZIDIME 1G 01 95 TCC2019DRUGS95 INJ: CEFOPERAZONE & SULBACTUM 1G 01 96 TCC2019DRUGS96 INJ: DIPEPTIVEN 20% 100ml 01 97 TCC2019DRUGS97 INJ: DILITIAZEM 5mg/5ml 01 98 TCC2019DRUGS98 INJ: GLYCOPYROLATE 0.2mg/ml 01 99 TCC2019DRUGS99 INJ: IMIPENEM 500mg& CILASTATIN 500mg 01 100 TCC2019DRUGS100 INJ: INSULIN 30/70 01 101 TCC2019DRUGS101 INJ: INSULIN R 01 102 TCC2019DRUGS102 INJ: LORAZEPAM 2ml 01 103 TCC2019DRUGS103 INJ: LORNOXICAM 8mg 01 104 TCC2019DRUGS104 INJ: OFLOXACIN WITH ORNIDAZOLE 01 105 TCC2019DRUGS105 INJ: OCTREOTIDE 100mcg 01 INJ: PRALIDOXIME CHLORIDE 1GM VIALS 01 106 TCC2019DRUGS106 (P2AM) TCC2019DRUGS107 INJ: PIPERACILLIN 4gm + TAZOBACTUM 01 107 500mg 108 TCC2019DRUGS108 INJ: PROMETHAZINE HCL IP 01 109 TCC2019DRUGS109 INJ: RANITIDINE 2ml 01 110 TCC2019DRUGS110 SALBUTAMOL +BUDESONIDE RESPULES 01 111 TCC2019DRUGS111 INJ: TRAMADOL HCL 2ml 01 112 TCC2019DRUGS112 INJ: GLUTARALDEHYDE SOLUTION 1000ml 01 113 TCC2019DRUGS113 INJ: TETANUS TOXOID VACCINE 5ml vial 01 114 TCC2019DRUGS114 INJ: TETGLOB 250 IU vial 01 115 TCC2019DRUGS115 INJ: THIOPENTONE SODIUM 500mg 01 116 TCC2019DRUGS116 INJ: UTRYP 100000 IU 01 117 TCC2019DRUGS117 INJ: CITICHOLIN 500mg 01 118 TCC2019DRUGS118 INJ: PIRACETAM 3g 01 TCC2019DRUGS119 LIQUID PARAFFIN-3.75ml, Mg(OH)2, 01 119 11.25ml/15ml) 120 TCC2019DRUGS120 I.V. DEXTROSE 5% 500ml FFS technology 01 121 TCC2019DRUGS121 I.V. D.N.S 500ml FFS technology 01 122 TCC2019DRUGS122 I.V. DEXTROSE 25% 100ml FFS technology 01 Page 61 of 78 123 TCC2019DRUGS123 I.V. RINGER LACTATE 500ml FFS technology 01 124 TCC2019DRUGS124 I.V. OFLOXACIN 2% 100ml FFS technology 01 125 TCC2019DRUGS125 STERILE WATER FOR INJECTION-10ml 01 TCC2019DRUGS126 I.V. NORMAL SALINE 0.9% 500ml FFS 01 126 technology 127 TCC2019DRUGS127 I.V. MANNITOL 20% 100ml FFS technology 01 128 TCC2019DRUGS128 I.V. CIPROFLOXACIN 100ml FFS technology 01 129 TCC2019DRUGS129 TAB: CEFIXIME 200mg 01 130 TCC2019DRUGS130 TAB: ECOSPIRIN 75mg 01 131 TCC2019DRUGS131 TAB: ECOSPIRIN 150mg 01 132 TCC2019DRUGS132 TAB: PARACETAMOL 500mg 01 133 TCC2019DRUGS133 TAB: DICLOFENAC SODIUM 5mg 01 134 TCC2019DRUGS134 TAB: ENALAPRIL MALEATE 5mg 01 135 TCC2019DRUGS135 TAB: RANITIDINE HCL 150mg 01 136 TCC2019DRUGS136 TAB:PANTOPRAZOLE 40mg 01 137 TCC2019DRUGS137 TAB:PANTOPRAZOLE WITH DOMPERIDONE 01 138 TCC2019DRUGS138 CAP: OMEPRAZOLE 01 139 TCC2019DRUGS139 TAB: AMITRIPTYLINE 25mg 01 140 TCC2019DRUGS140 TAB: AMLODIPINE 5mg 01 141 TCC2019DRUGS141 TAB:ACECLOFENAC WITH PARACETAMOL 01 142 TCC2019DRUGS142 TAB: METFORMIN 500 mg 01 143 TCC2019DRUGS143 TAB: IMIPRAMINE 25mg 01 144 TCC2019DRUGS144 CAP: FLUEXETINE 20mg 01 145 TCC2019DRUGS145 TAB: TELMISARTAN 40mg 01 146 TCC2019DRUGS146 TAB: GLIBENCLAMIDE 5mg 01 147 TCC2019DRUGS147 TAB: SUBLINGUAL SORBITRATE 5mg 01 148 TCC2019DRUGS148 TAB: ISOSORBIDE DINITRATE 10mg 01 149 TCC2019DRUGS149 TAB: ATORVASTATIN 10mg/20mg 01 150 TCC2019DRUGS150 TAB: N ACETYLCYSTINE 01 151 TCC2019DRUGS151 TAB: OFLOXACIN 400mg 01 152 TCC2019DRUGS152 TAB: AMOXCYLLINE + CLAVULANIC ACID 01 153 TCC2019DRUGS153 TAB: LINAZOLID 500mg 01 154 TCC2019DRUGS154 TAB: LITHIUM CARBONATE 300mg 01 155 TCC2019DRUGS155 TAB: NORFLOXACIN 400mg 01 156 TCC2019DRUGS156 TAB: PREDNISOLINE 10mg 01 157 TCC2019DRUGS157 TAB: PHENYTOIN SODIUM 01 158 TCC2019DRUGS158 TAB: LEVITIRACETAM 01 159 TCC2019DRUGS159 TAB: PHENOBARBITONE 60mg 01 160 TCC2019DRUGS160 TAB: CARBAMAZAPINE 200mg 01 161 TCC2019DRUGS161 BETAMETHASONE VALEPPRATE CREAM 15gm 01 TCC2019DRUGS162 BENZOIC ACID 6.0% & SALICYLIC ACID30% 01 162 OINTMENT 163 TCC2019DRUGS163 CLOTRIMAZOLE CREAM 30G 01 164 TCC2019DRUGS164 DICLO GEL 30G 01 165 TCC2019DRUGS165 LIGNOCAINE 2% JELLY 30GMS 01 166 TCC2019DRUGS166 POVIDONE IODINE OINTMENT 125G 01

Page 62 of 78 167 TCC2019DRUGS167 SILVER SULPHADIAZINE CREAM 500G 01 168 TCC2019DRUGS168 Vitamin B Complextab 01 169 TCC2019DRUGS169 Albendanzole tab 400mg 01 170 TCC2019DRUGS170 ACTIVATED CHARCOAL 50GMS 01 TCC2019DRUGS171 INJ:DALTEPARIN SODIUM 1,00,000 IU (Multi 01 171 Dose) 172 TCC2019DRUGS172 INJ: SODIUM BICORBONATE 8.4%-25ML 01 173 TCC2019DRUGS173 TAB: AZITHROMYCIN 500MG 01 174 TCC2019DRUGS174 BUSCOPAN HYSOLIN 01 175 TCC2019DRUGS175 COLOSTINE 4.5GM 01 176 TCC2019DRUGS176 TAB: DILTIAZAM 01 177 TCC2019DRUGS177 DISTILLED WATER -10LTRS 01 178 TCC2019DRUGS178 CAPS DOXICYCLINE 01 179 TCC2019DRUGS179 HUMAN ALBUMIN 20% 100ML 01 180 TCC2019DRUGS180 I.V.AMINOACID 10% 500ML 01 181 TCC2019DRUGS181 I.V.AMINOACID 5% 500ML 01 182 TCC2019DRUGS182 I.V.GLUTAMINE 100ML 01 183 TCC2019DRUGS183 INJ: ADENOSINE 6MG/2ML 01 184 TCC2019DRUGS184 INJ:ACYCLOVIR 500MG 01 185 TCC2019DRUGS185 INJ: CHLORPHENIRAMINE MALEATE 01 186 TCC2019DRUGS186 INJ:AMIDRONE 150MG/3ML 1.25MG 01 187 TCC2019DRUGS187 INJ:CITICOLINE 250MG/PER ML 2ML 01 188 TCC2019DRUGS188 INJ:DIGOXIN 2ML 01 189 TCC2019DRUGS189 INJ:TERLIPRESSIN 1MG 01 190 TCC2019DRUGS190 INJ:THIAMINE 5ML 01 191 TCC2019DRUGS191 INJ:TIGECYCLINE 50MG/VIALS 01 192 TCC2019DRUGS192 INJ:LABETALOL 20MG 01 193 TCC2019DRUGS193 INJ: METHYL PREDNISOLONE 60mg 01 194 TCC2019DRUGS194 INJ :METHYL PREDNISOLONE 500MG 01 195 TCC2019DRUGS195 INJ:OPTINEURON VITAMIN B12+FOLATE 01 196 TCC2019DRUGS196 INJ:METHYLPREDNISOLONE 1GM 01 197 TCC2019DRUGS197 STOATOSTATINS 01 198 TCC2019DRUGS198 SYP:LACTULOSE 200ML 01 199 TCC2019DRUGS199 SYP:POTTASSIUM CHLORIDE ORAL SOULTION 1.5MG 01 200 TCC2019DRUGS200 TAB:ATORVASTATIN-20MG 01 201 TCC2019DRUGS201 TAB:CILINDIPINE 10MG/20MG 01 202 TCC2019DRUGS202 TAB:CLOPILET 75MG 01 203 TCC2019DRUGS203 TAB:ECOSPRINE 325MG 01 204 TCC2019DRUGS204 TAB:FLUCONAZOLE 200MG 01 205 TCC2019DRUGS205 TAB:SPORLAC 01 206 TCC2019DRUGS206 TETRASTARCH (130/04) 6% BAG 01 207 TCC2019DRUGS207 TPN 1000ML PERIPHERAL 01 208 TCC2019DRUGS208 TPN 2000ML PERIPHERAL 01 209 TCC2019DRUGS209 Inj: CISATRACURIM BESYLATE – 5ML/10mg 01 210 TCC2019DRUGS210 Inj: CISATRACURIM BESYLATE – 10ML/20mg 01 211 TCC2019DRUGS211 LACTULOSE ENEMA 01 212 TCC2019DRUGS212 INJ: CLINDAMYCIN 01

Page 63 of 78 213 TCC2019DRUGS213 INJ:TEICOPLANIN 01 214 TCC2019DRUGS214 INJ:CEFIPIME + TAZOBACTUM 01 215 TCC2019DRUGS215 INJ: ALBUMIN – 5 % 01 216 TCC2019DRUGS216 INJ:ALBUMIN- 20% 01 217 TCC2019DRUGS217 INJ: AMIODARONE 01 218 TCC2019DRUGS218 TAB:RIFAXIMIN -200MG 01 219 TCC2019DRUGS219 TAB:RIFAXIMIN -400MG 01 220 TCC2019DRUGS220 TAB:RIFAXIMIN - 550MG 01 221 TCC2019DRUGS221 SYP: Potassium Chloride+Potassium Citrate (POTLOR) 01 222 TCC2019DRUGS222 Inj:Dipeptiven 20%100ml 01 223 TCC2019DRUGS223 Inj:Levo Bupivocaine 0.75% 01 224 TCC2019DRUGS224 inj:Pazufloxacine 01 225 TCC2019DRUGS225 Inj:Ramosetron-2ml 01 226 TCC2019DRUGS226 Inj: Liposomal Amphotericin - 50mg/50ml 01 227 TCC2019DRUGS227 Methylene Blue 01 228 TCC2019DRUGS228 Neosporin Like Eye Ointment 01 229 TCC2019DRUGS229 Statostatins 01 230 TCC2019DRUGS230 Inj: Vitamin-C 01 231 TCC2019DRUGS231 Inj: Methylene Blue 01 232 TCC2019DRUGS232 Tab: Cotrimazole +Sulpha Methaxazole 01 233 TCC2019DRUGS233 Inj: Avivactine (AV Bactam) – 2gm 01 234 TCC2019DRUGS234 Inj: Milvinone 01 235 TCC2019DRUGS235 Tab:Amanatidine-100mg 01 236 TCC2019DRUGS236 Tab: Trihexypaendil-0.5mg 01 237 TCC2019DRUGS237 Tab: Pneumatic 01 238 TCC2019DRUGS238 Inj: Desferoxamine 01 239 TCC2019DRUGS239 Inj: Salbutamol 01 240 TCC2019DRUGS240 Diclofenac Patch -75gm 01 241 TCC2019DRUGS241 Inj:Glucogen -10mg 01 242 TCC2019DRUGS242 Tab: Chlormphenicol -2gm 01 243 TCC2019DRUGS243 Tab: Fosfomycin- 2gm 01 244 TCC2019DRUGS244 Inj: Diclofenac 75mg/ml 1ml Amp I.V. Bolus 01 245 TCC2019DRUGS245 Inj: Haemocoagulase aqueous (1 NIH Unit) 01 TCC2019DRUGS246 Diclofenac Diethylamine -4.64% w/vTopical 01 246 Solution Spray 247 TCC2019DRUGS247 Heparin Sodium topical Solution 1000 IU/ml 01

Page 64 of 78 HNS ITEMS for tender-Quote for Price per Unit (Inclusive of all GST) SL Name of the Items and Specifications Quantity Remarks NO 1X2 1 ABSORBABLE GELATIN SPONGE (ABGEL) PACKET 2 ABDOMINAL DRAIN KIT ADULT SIZE 32 01 1x3 3 ADHESIVE PLASTER (10cm X 10mt) ROLLS 4 ANAESTHETIC ETHER 500ml 500ML 5 B.P APPARATUS WITH MERCURY/DIGITAL SINGLE 6 B.P. BLADES size: 11 01 7 B.P. BLADES size: 15 01 8 B.P. BLADES size: 20 01 9 B.P. BLADES size: 21 01 10 B.P. BLADES size: 22 01 11 B.P. BLADES size: 23 01 12 B.P. BLADES size: 24 01 13 Bacilol Spray 250ML 01 14 Bacillocid 500ml 01 15 Barbour Silk Thread No: 60 01 16 Bleaching Powder In Kg Less Than 30% W/W PER KG 17 Blood Lancet 01 18 Blood Transfusion Set 01 19 Burette Set (M V Drip Set) 110ml 01 20 C.V.P Double lumen catheter 7F 01 21 C.V.P Single Lumen 16 G /14G 01 22 C.V.P Set Double Lumen -3F 01 23 C.V.P Triple Lumen -7F 01 24 Insulin Syringe -1ml 30G/40 U 01 25 Chest Drain Catheter NO:28,32 01 Chlorhexidine Gluconate + Cetrimide Solution + Isopropyle 26 01 Alcohol -7.5% w/v+15%w/v+6 to 8%v/v -500ml 27 Cotton Crape Bandage 4 "B.P. 01 28 Cotton Crape Bandage 6 "B.P. 01 29 Cotton Roll Net Weight 500G 01 30 Dichlorometaxylenol Lotion -1LTR 01 31 Digital Thermometer 01 32 Disposable HIV KIT 01 33 Disposable Cap Elastic 01 34 Disposable Face Mask 01 35 Disposable Syringe With Needle 10ml 01 36 Disposable Syringe Without Needle 50ml 01 37 Disposable Syringe With Needle 5ml 01 38 Disposable syringe With Needle 2ml 01 39 Disposable syringe With Needle 20ml 01

Page 65 of 78 40 Disposable syringe With Needle 3ml 01 41 Disposable Plastic Aprons fully Length 01 42 Disposable Shoe Cover Pair Dressing Materials (Five layered highly absorbent foam dressing with self adherent borders, with extra spreading & retention layer 43 polyurethane backing film acting as waterproof & providing viral 01 & bacterials barrier with soft silicone adhesive technology) - 17.5cm x 17.5cm Dressing Materials (triple layered anti microbial foam dressing having activated carbon & silver sulphate with sustained silver 44 release for 7 days with polyurethane backing film as water, 01 bacterial and viral barrier with soft silicone adhesive technology) - 20x50 cm Dressing Materials (triple layered anti microbial foam dressing having activated carbon & silver sulphate with sustained silver 45 release for 7 days with polyurethane backing film as water, 01 bacterial and viral barrier with soft silicone adhesive technology)- 20x20 cm Dressing Materials (Five layered highly absorbent sacrum shaped dressing with activated carbon and silver sulphate having silver content 1.2mg/cm 2, active release for 168 hrs (7 days) with extra 46 spreading & retention layer polyurethane backing film acting as 01 waterproof & providing viral & bacterial barrier with soft silicone adhesive technology. for sacral pressure ulcer. usage up to 7days - 23 x 23 cm Transparent polyamide net wound contact layer with pores with 47 01 soft silicone adhesive technology - 20 x 30cm 48 I.V Extention Set With I.V Flow Regulator 01 49 Dripset I.V. - As Per I.P 01 50 ELASTIC ADHESIVE PLASTER-10cmx4.6metres 01 51 ECG Jelly 250ml 01 52 E.C.G Disposable Electrodes 01 53 ECG Page Writer -210mmx300x200 01 E.C.G. Paper Roll Cardiart 8108/ BPL-44mm*50mm 20mtrs 54 01 215/210mm*20mtrs 55 Endotracheal Tubes With Cuff [Pvc] –Size:6.0 01 56 Endotracheal Tubes With Cuff [Pvc] –Size:6.5 01 57 Endotracheal Tubes With Cuff [Pvc] –Size:7.0 01 58 Endotracheal Tubes With Cuff [Pvc] –Size:7.5 01 59 Endotracheal Tubes With Cuff [Pvc] –Size:8.0 01 60 Endotracheal Tubes With Cuff [Pvc] –Size:2.5 01 61 Endotracheal Tubes With Cuff [Pvc] –Size:4.0 01 62 Endotracheal Tubes With Cuff [Pvc] –Size:4.5 01 63 Endotracheal Tubes With Cuff [Pvc] –Size:5.0 01 64 Endotracheal Tubes With Cuff [Pvc] –Size:5.5 01 65 Endotracheal Tubes With Cuff [Pvc] –Size:8.5 01 66 Three Way Stop Cock 01 Page 66 of 78 67 Endotracheal Tubes Without Cuff [Pvc] –Size:3.0 01 68 Endotracheal Tubes Without Cuff [Pvc] –Size:3.5 01 69 Epidural KIT 01 70 Extension Line With Three Way Stop Cock 10 Cms 01 71 Extension Line With Three Way Stop Cock 25cm 01 72 Extension Line With Three Way Stop Cock 50 Cm 01 73 Extension Line With Three Way Stop Cock 100 Cm 01 74 Folleys catheter 14f,12f 01 75 Folleys Catheter 16f 01 76 Formalin Tab 1 x100 77 Glycerin 400gms 01 78 Glutaraldehyde 2% W/V – 5ltr Can 01 79 Hand Rub 500ml 01 80 HME Filter 01 81 Hydrogen Peroxide Solution 500ml 01 82 I.V. Cannula 18g 01 83 I.V. Cannula 20g 01 84 I.V. Cannula 22g 01 85 I.V. Cannula 24g 01 86 Icd Bags (Romodrain) 01 87 Infant Feeding Tube 10 01 88 Infant Feeding Tube 5 01 89 Infant Feeding Tube 6 01 90 Infant Feeding Tube 7 01 91 Infant Feeding Tube 8 01 92 Info Vac Canister 500ml WITH GEL 01 93 Isoflurane- 250ml 01 94 Laryngoscope Bulb – As Per Size 01 95 Liqiud Paraffin 100ml 01 96 Linen White Thread 01 97 Macantosh Rubber Sheet-Roll 01 98 Medisol Solution 5ltrs 01 99 Mersilk Reverse Cutting No:1 In Boxes (12 Pieces) 1x12 100 Mersilk Reverse Cutting NO: 2 IN BOXES (12 PIECES) 1x12 101 Micropore Tissue Hypo Allergic 1'' 1 x 12 102 Micropore Tissue Hypo Allergic 2'' 1 x 6 103 Multi Purpose Soap Solution -5ltrs 01 104 Nebulizer 01 105 Nebulizer Mask 01 106 Oxygen Flow Meter With Humidifier 01 107 Oxygen Mask 01 108 Pop Rolls 4” 01 109 Pop Rolls 6” 01 110 Potassium Permanganate Crystals 400gm 01 111 Povidone Iodine Solution IP 500ml 5 % 01 112 Povidone Iodine Solution IP 500ml 7.5 % Scrub 01 Page 67 of 78 113 Povidone Iodine Solution IP 500ml 10 % 01 114 Ryles Tube Size: 10 01 115 Ryles Tube Size: 12 01 116 Ryles Tube Size: 14 01 117 Ryles Tube Size: 16 01 118 Ryles Tube Size: 8 01 119 Sevoflurane 250ml Closed Fill System With Intigration Adapter 01 Silk Protein Derive Surgical Dressing 10x10cm 120 01 1 X10 Sheets Silk Protein Derive Surgical Dressing 10x25cm 121 01 1 X10 Sheets 122 Silk Protein Derive Surgical Dressing 20cmx25cm1 X10 Sheets 01 123 Sodalime Granules (5KGS) Compatible With Drager Machine. 01 124 Sodium Hypochloride 5 Litr Can -5% 01 125 Soft Rolls 4 “ 01 126 Soft Rolls 6” 01 127 Spinal Needle For Anaesthesia 23g 01 128 Spinal Needle For Anaesthesia 24g 01 129 Spinal Needle For Anaesthesia 25g 01 130 Spinal Needle For Anaesthesia 26g 01 131 Stillet Medium 01 132 Stillet Large 01 133 Suction Catheter 14 01 134 Suction Catheter 12 01 135 Sugar Check Strips Box Of 100 Strips 01 136 Surface & Instrument Disinfectant- As Per I.P 01 137 Thermometer Clinical- Standard 01 138 Tissue Roll 01 139 Ultra Sound Gel 5kg Jar 01 140 Urobag -2ltrs Capacity 01 141 Vac Granufoam Bridge Dressing -As Per Standard 01 142 Bandage Cloth 20mtrs Than SCH F-II As Per Drug Act 01 143 VAC Granufoam, Large Dressing - 01 144 STERILE GLOVES SIZE - 6.0 ISI Mark 01 145 STERILE GLOVES SIZE - 6.5 ISI Mark 01 146 STERILE GLOVES SIZE - 7.0 ISI Mark 01 147 STERILE GLOVES SIZE - 7.5 ISI Mark 01 148 STERILE GLOVES SIZE - 8.0 ISI Mark 01 149 UNSTERILE GLOVES MEDIUM Size ISI Mark 01 150 VAC Granufoam, Medium Dressing 01 151 VAC Granufoam, Small Dressing 01 152 Vac Trac Tubing 01 153 Vac White Foam Large Dressing W/Sensa Trac 10.*15 Cm 01 154 Vac White Foam Small Dressing W/Sensa Trac 10*7.5cm 01 155 Vac Y Connector 01 156 Vaccum Suction Set With Standard Tip 01 Page 68 of 78 157 Ventilator Circuit (Adult) Plain 01 158 Ventilator Circuit (Adult) With Water Tap 01 Polyglycolic Acid Suture Reverse Cutting Needle 0 IN BOXES 159 01 (12 PIECES) 160 POP POWDER BAGS 25KG 01 161 OXYGEN FLOWMETER WALL MOUNTED 01 162 SUCTION JARS 01 Polyglycolic Acid Suture Reverse Cutting Needle 1-0 IN BOXES 163 01 (12 PIECES) Polyglycolic Acid Suture Reverse Cutting Needle 2-0 IN 164 01 BOXES (12 PIECES) White Disinfectant Phenyle (Deodorant Herbal Cleaner) 165 01 -5ltrs Can Synthetic Absorbable Surgical Suture U. S. P Monofilament 166 Polyglecaprone 25 Sutures Sterile 3/8 Circle Reverse Cutting 01 16mm 70 Cm 4.0 (Box Of 12 Foils) Synthetic Absorbable Surgical Suture U. S. P Monofilament 167 Polyglecaprone 25 Sutures Sterile 3/8 Circle Cutting 25 Mm 01 70cm 3.0 (Box Of 12 Foils) Synthetic Absorbable Surgical Suture U. S. P Monofilament 168 Polyglecaprone 25 Sutures Sterile ½ Circle Round Body 40 Mm 01 90cm Size: 1 (Box Of 12 Foils) Synthetic Absorbable Surgical Suture U. S. P 169 Polyglycolicacid Suture Sterile (Pga) ½ Circle Reverse Cutting 01 40 Mm 90cm 1 (Box Of 12 Foils) Synthetic Absorbable Surgical Suture U. S. P 170 Polyglycolicacid Suture Sterile (Pga) ½ Circle Round Body 40 01 Mm Heavy 90cm Size: (Box Of 12 Foils) Synthetic Absorbable Surgical Suture U. S. P 171 Polyglycolicacid Suture Sterile (PGA) ½ circle round body 30 01 mm 90cm 1.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P Black Braided Silk Sutures Sterile 3/8 circle cutting 60 mm 7 172 01 Black Braided Silk Sutures Sterile 3/8 circle reverse cutting 46cm size: 1 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 173 01 5 mm 76cm 1.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 174 Black Braided Silk Sutures Sterile ½ circle cutting 30 mm 76cm 01 size: 2.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 175 Black Braided Silk Sutures Sterile ½ circle round body 30 mm 01 76cm size: 2.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 176 Black Braided Silk Sutures Sterile ½ circle round body 20 mm 01 76cm size: 3.0 (Box of 12 Foils)

Page 69 of 78 Non Absorable Surgical Suture U. S. P Silk Reels (Non Sterile) 177 without needle reel 25 mtrs 1.0 (Box of 6 Foils) Non Absorable Surgical Suture U. S. P Silk Reels (Non Sterile) 178 without needle reel 25 mtrs 2.0 (Box of 6 Foils)

Non Absorable Surgical Suture U. S. P Silk Reels (Non Sterile) 179 without needle reel 25 mtrs 3.0 (Box of 6 Foils) Non Absorable Surgical Suture U. S. P 180 Monofilament Polypropylene Blue Suture Sterile ½ circle reverse 01 cutting 45mm heavy 100cm Size 1 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 181 Monofilament Polypropylene Blue Sturue Sterile ½ circle round 01 body 30 mm heavy 70cm 1.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 182 Monofilament Polypropylene Blue Sturue Sterile ½ circle round 01 body 30 mm 70cm 2.0(Box of 12 Foils) Non Absorable Surgical Suture U. S. P 183 Monofilament Polypropylene Blue Sturue Sterile 3/8 circle 01 cutting 22 mm 70cm 3.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 184 Monofilament Polypropylene Blue Sturue Sterile 3/8 reverse 01 cutting 45 mm 70cm 1.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 185 Monofilament Polypropylene Blue Sturue Sterile 3/8 reverse 01 cutting 30 mm 70cm 2.0 (Box of 12 Foils) Non Absorable Surgical Suture U. S. P 186 Monofilament Polypropylene Blue Sturue Sterile 3/8 circle 01 reverse cutting 26 mm 70cm 3.0(Box of 12 Foils) NON ABSORBABLE SURGICAL SUTURE USP 187 MONOFILAMENT POLYAMIDE BLACK.45mm 3/8 CIRCLE 01 REVERSE CUTTING. 70 CM 2-0(NW 3336) NON ABSORBABLE SURGICAL SUTURE U.S.P. 188 MONOFILAMENT POLYAMIDE BLACK 26mm 3/8 CIRCLE 01 REVERSE CUTTING.70CM 3-0 (NW 3328) 189 STERILE BONEWAX SUTURE 01 190 BARBOUR SILK THREAD NO 60 01 191 FX 8 DIALYSER 01 192 AV FISTULA NEEDLE SIZE 16,17 01 193 MICRO DRIP SET 01 194 Surgical Mesh U.S.P Polypropelene Mesh Sterile 10x15 cm 01 195 Surgical Mesh U.S.P Polypropelene Mesh Sterile 15x15 cm 01 196 Surgical Mesh U.S.P Polypropelene Mesh Sterile 6x11 cm 01 197 Surgical Mesh U.S.P Polypropelene Mesh Sterile 6x11 cm pro 01 Surgical Mesh U.S.P Polypropelene Mesh Sterile 7.5 x 15cm 198 01 ultra Page 70 of 78 199 Surgical Mesh U.S.P Polypropelene Mesh Sterile 30x30 cm 01 200 Skin Stapler 35 CLIPS 01 201 Skin Stapler Remover 01 202 Scalp Vein Set 01 203 Isopropyl Alcohol Lab Grade 01 204 Chloroform Lab Grade 01 205 Fomalin Solution Lab Grade 01 206 Harrington Cutter – Big Size 01 207 Poly electrolyte complex dressing Sizes: 5 x 5cms 01 208 Poly electrolyte complex dressing Sizes: 7 x 7cms 01 209 Poly electrolyte complex dressing Sizes: 10 x 10cms 01 210 Boogee/Stylet 01 211 Airway -Size 2,3,4 01 212 Disposable Needle 18g X 1.5 01 213 Disposable Needle 26G X 0.5 01 214 Digital Theromometer 01 215 Dry Laser CR Films (Per Film) -10 x8 “ Size 01 216 Dry Laser CT Films (Per Film) - 14 x17 “ Size 01 217 X-Ray Film Covers - 10 x8 “ Size 01 218 CT Scan Film Covers - 14 x17 “ Size 01 219 Larynogoscope Bulb 01 220 Rescuition Ambu Bag With Mask 01 221 Laryngoscope With Blade 01 222 Cuff Bag Cloth 01 223 Rubber Bulb With Walve 01 224 Rubber Bag 01 225 Ventury Mask 01 226 T – Connector 01 227 Bed Pan(Plastic) 01 228 Urine Can (Plastic) 01 229 Urometer With Urine Bag 01 230 Portable Bp Apparatus (Standing) 01 231 Vaccutainor -Plain Tube Red 01 232 Etda Tube Purple 01 233 Closed Suction Set No.16 01 234 Arterial Cannula 20g 01 235 Catheter Double Lumen Straight 01 236 Catheter Mount 01 237 Tracheostomy Tubes 7.0, Cuffed With Suction Aid 01 238 Tracheostomy Tubes 7.5, Cuffed With Suction Aid 01 239 Tracheostomy Tubes 8.0, Cuffed With Suction Aid 01 240 Tracheostomy Tubes 8.5 Cuffed With Suction Aid 01 241 Tracheostomy Tubes 7.0, Cuffed 01 242 Tracheostomy Tubes 7.5 Cuffed 01 243 Tracheostomy Tubes 8.0 Cuffed 01 Page 71 of 78 244 Tracheostomy Tubes 8.5 Cuffed 01 245 CVP Manometer 01 246 PMO LINE 200CM 01 247 Nasal Prongs 01 248 Arterial Line Set Tansducer Tubing (Pressure Line) 01 249 Bed Sore Dressing 01 250 Pressure Bag 01 251 Percuteneous Trachestomy Set 01 252 Bain's Circuit Adult/Child 01 253 Instant Mini-Bio- Plus Self Contained Biological Indicator 01 254 3 line label (Steam) for documentation 01 255 Crepe Paper for Packaging:60 GSM Crepe cellulose based, 01 sterilization wraps for steam in color blue/green- 50cm x 50cm 256 Crepe Paper for Packaging:60 GSM Crepe cellulose based, 01 sterilization wraps for steam in color blue/green -75cm x 75cm 257 Crepe Paper for Packaging:60 GSM Crepe cellulose based, 01 sterilization wraps for steam in color blue/green-90cm x 90 cm 258 Crepe Paper for Packaging:60 GSM Crepe cellulose based, 01 sterilization wraps for steam in color blue/green -100cm x 100cm 259 Crepe Paper for Packaging:60 GSM Crepe cellulose based, 01 sterilization wraps for steam in color blue/green - 120c x 120cm 260 Bone Wax 01 261 Oxidized Cellulose 01 262 Disposable cautery Pencil 01 263 Disposable cautery Plates 01 264 Suction Drain 10 01 265 Suction Drain 12 01 266 Suction Drain 14 01 267 Suction Drain 16 01 268 Suction Drain 18 01 269 Disposable Sterile Plain Sheet 01 270 Disposable Sterile Trolley Covers (Bed Covers) 01 271 Blader Wash Syringe With Gum Elastic Bulb 01 272 Urine Trypsinogen-2 Test Kit 20*1 01 273 Linen White Thread 01 274 With Intigration Adapter 01 275 Silk Protein Derive Surgical Dressing 10*10 1*10 Sheets 01 276 Silk Protein Derive Surgical Dressing 10*25 1*10 Sheets 01 277 Silk Protein Derive Surgical Dressing 20cm*25cm 1*10 Sheets 01 278 VAC Granufoam Bridge Dressing-As Per Standard 01 279 Harrington cutter -big size 01 280 Crepe paper for packaging 01 281 Electrolyzed non toxic ready to use disinfectant solution with 01 neutral pH containing: Sodium hypochloride 0.00357% Hypochlorous Acid 0.00252%

Page 72 of 78 other ingredients 99.99391% 282 Saturation Probes 01 283 Copper Wire 4.0 Sq.mm 01 284 Copper Wire 6.0 sq.mm 01 285 Flexible wire 28/32 01 286 Holder 250 Wt. Procelean 01 287 Ignator 01 288 VPIT choke 20 wt copper 01 289 Lables - ½ ” 01 290 Lables - 1” 01 291 Cone Hub 01 292 Craniotomy Head Pack 01 293 Lamino Spinal Kit –Per Pack 01 294 NIBP CUFF (PHILIPS) 01 295 Natural & Organic Antimicrobial Suitable for Fogging in 01 OT/ICU without shifting the Patient. Composition: Extract(Bio-flavonoid complex) of Citrus reticulate, Citrus sinensis, Vegetable Glycerin, Ascorbic Acid, Lactic acid & Purified Water – 01 Ltrs 296 Non-Alcohal, Natural & organic Hand Sanitizer Containing 01 Citrus Bioflavonoid Complex as active Ingredient – 500ml 297 Non-Alcohal , Natural & Organic Instrument disinfectant 01 containing extract ((Bio-flavonoid complex) of Citrus reticulate, Citrus sinensis as active ingredient – 500ML

Page 73 of 78 Chemicals & Laboratory Items for Tender Quote for Price per Unit (Inclusive of all GST)

Sl.No Item Code Items Name and Specifiaction Qty per Unit 01 TCC2019LAB01 Glucose 02 TCC2019LAB02 Urea 03 TCC2019LAB03 Creatinine 04 TCC2019LAB04 T. Bilirubin 05 TCC2019LAB05 D.Bilirubin Reagents/ Kits/Catridges 06 TCC2019LAB06 Total protein 07 TCC2019LAB07 Albumin (For fully 08 TCC2019LAB08 Alkaline Phosphatase automated 09 TCC2019LAB09 AST / SGOT and semi- automate 10 TCC2019LAB10 ALT / SGPT separately) 11 TCC2019LAB11 Urinary /CSF protein 12 TCC2019LAB12 Total Cholesterol 13 TCC2019LAB13 HDL cholesterol 14 TCC2019LAB14 Triglycerides 15 TCC2019LAB15 Phosphorous 16 TCC2019LAB16 Calcium 17 TCC2019LAB17 Uric Acid Reagents/ 18 TCC2019LAB18 Cholinesterase Kits/Catridges 19 TCC2019LAB19 Amylase (For fully 20 TCC2019LAB20 LDH automated and 21 TCC2019LAB21 HbA1c kit semi- automate 22 TCC2019LAB22 HbA1c control separately 23 TCC2019LAB23 Control level-1 24 TCC2019LAB24 Control level-2 25 TCC2019LAB25 TSH 01 26 TCC2019LAB26 Electrolytes – Sodium 01 – Potassium – Chloride 27 TCC2019LAB27 Electrolyte Daily Cleaner 01 28 TCC2019LAB28 Liquid cholesterol 01 29 TCC2019LAB29 Liquid Glucose 01 30 TCC2019LAB30 Actin activated Cephaloplastin -10*2ml(APTT) 01 31 TCC2019LAB31 Thromborel-S Prothrombin Time (PT) 01 32 TCC2019LAB32 Calcium Chloride Dade Siemens-15ml 01 33 TCC2019LAB33 CUL-400A Cuvette FL Complete 01 34 TCC2019LAB34 Dengue CUO 10T –Kit 01 35 TCC2019LAB35 Chikungunya-1gm Kit 01 36 TCC2019LAB36 HBSAG Kit 01 37 TCC2019LAB37 RPR (Rapid Plasma Reagin) 01 38 TCC2019LAB38 Widal Kit 01 39 TCC2019LAB39 ASO (Anti streptolysin “o”) kit 01 40 TCC2019LAB40 HCV kit 01 41 TCC2019LAB41 HIV I & II TRIDOT kit 01 Page 74 of 78 42 TCC2019LAB42 RA (rheumatied factor ) kit 01 43 TCC2019LAB43 CRP (C-reactive protein)kit 01 44 TCC2019LAB44 Malaria pf/pv kit 01 45 TCC2019LAB45 Macconkey agar 01 46 TCC2019LAB46 BHI agar 01 47 TCC2019LAB47 Erythromycin 15 mcg disk -1 vial pack of 100 01 48 TCC2019LAB48 Amoxyclav 30mcg disk –pack of 100 discs 01 49 TCC2019LAB49 Cotrimoxazole 25mcg disk –pack of 100 discs 01 50 TCC2019LAB50 Furazolidone disk –pack of 100 discs 01 51 TCC2019LAB51 Amoxicillin10 mcg disk –pack of 100 discs 01 52 TCC2019LAB52 Cephalothin 30mcg disk –pack of 100 discs 01 53 TCC2019LAB53 Norfloxacin 30mcg disk –pack of 100 discs 01 54 TCC2019LAB54 Clindamycin 2mcgdisk –pack of 100 discs 01 55 TCC2019LAB55 Gentamicin 10 mcg disk –pack of 100 discs 01 56 TCC2019LAB56 Netilmicin 30mcg disk –pack of 100 discs 01 57 TCC2019LAB57 Oxacillin 1mcg disk –pack of 100 discs 01 58 TCC2019LAB58 Norfloxacin 10 mcg disk –pack of 100 discs 01 59 TCC2019LAB59 Vancomycin 30 mcg disk –pack of 100 discs 01 60 TCC2019LAB60 Cefoxitin 30 mcg disk –pack of 100 discs 01 61 TCC2019LAB61 Rifampicin 5 mcg disk –pack of 100 discs 01 62 TCC2019LAB62 Nitrofuratoin 300mcg disk –pack of 100 discs 01 63 TCC2019LAB63 Ampicillin 10 mcg disk –pack of 100 discs 01 64 TCC2019LAB64 Bacitracin 10 units disk –pack of 100 discs 01 65 TCC2019LAB65 Chloramphenicol 30mcg disk –pack of 100 01 discs 66 TCC2019LAB66 Cefepime 30mcg disk –pack of 100 discs 01 67 TCC2019LAB67 Gentamicin 120 mcg disk –pack of 100 discs 01 68 TCC2019LAB68 Pipercillin tazobactum 30/10mcg disk –pack of 01 100 discs 69 TCC2019LAB69 Ceftazidime 30mcg disk –pack of 100 discs 01 70 TCC2019LAB70 Amikacin 30mcg disk –pack of 100 discs 01 71 TCC2019LAB71 Linezolid 30mcg disk –pack of 100 discs 01 72 TCC2019LAB72 Carbenicillin 100 mcg disk –pack of 100 discs 01 73 TCC2019LAB73 Imipenem 10mcg disk –pack of 100 discs 01 74 TCC2019LAB74 Ceftazidime clavulanic acid 30/10mcgdisk – 01 pack of 100 discs 75 TCC2019LAB75 Penicillin G disk –pack of 100 discs 01 76 TCC2019LAB76 Azithromycin 15mcg disk –pack of 100 discs 01 77 TCC2019LAB77 Tigecycline 75mcg disk –pack of 100 discs 01 78 TCC2019LAB78 Aztreonam 30mcg disk –pack of 100 discs 01 79 TCC2019LAB79 Colistin disk –pack of 100 discs 01 80 TCC2019LAB80 Ticarcillin 75mcg disk –pack of 100 discs 01 81 TCC2019LAB81 Ofloxacin 5mcg disk –pack of 100 discs 01 82 TCC2019LAB82 Polymyxin 300units disk –pack of 100 discs 01 83 TCC2019LAB83 SDA agar 01 84 TCC2019LAB84 Gram stain kit 01

Page 75 of 78 85 TCC2019LAB85 Z-N Stain kit 01 86 TCC2019LAB86 Mueller hinton agar 01 87 TCC2019LAB87 Agar powder 01 88 TCC2019LAB88 Oxidase disk-50in pack 01 89 TCC2019LAB89 BHI Broth powder 01 90 TCC2019LAB90 URICHROME Agar 01 91 TCC2019LAB91 No vaccume tube Sodium Citrate 3.8%-2ml 01 92 TCC2019LAB92 Whattman Filter paper-no 1-pack of 100 circles- 01 9cms 93 TCC2019LAB93 Blue Tips –Micro Pipette-pack of 1000 01 94 TCC2019LAB94 Cover Slips 22mm-1 box 01 95 TCC2019LAB95 Slides Golder Star 50’s 01 96 TCC2019LAB96 Yellow tips pack of 1000 01 97 TCC2019LAB97 Non vaccum tubes Vaccunate K3 Edta -2ml 01 98 TCC2019LAB98 Vaccutainer easy clot Act-4ml (Plan Tube) 01 99 TCC2019LAB99 Vaccunate Easy Sodium Citrate 3.2%-2ml 01 100 TCC2019LAB100 NI Cedar Wool Oil L.R 25ml 01 101 TCC2019LAB101 Surgical Spirit B.P 400ml 01 102 TCC2019LAB102 SP Leishman’s Stain (500ml) 01 103 TCC2019LAB103 MCT 1.5ml Bullets 01 104 TCC2019LAB104 Test Tube (Plastic)-pack of 100..12x75mm 01 105 TCC2019LAB105 Non vaccum tubes -4ml 01 106 TCC2019LAB106 Blood Group Anti ABO Kit 01 107 TCC2019LAB107 Petri Dish PP 100mm –sterile 01 108 TCC2019LAB108 Urine Container Sterile-50ml 01 109 TCC2019LAB109 Giemsa’s Stain Solution-125ml 01 110 TCC2019LAB110 SP PPD 5TU/0.1ml Tuberculin 01 111 TCC2019LAB111 Sterile Swabs500 pack 01 112 TCC2019LAB112 Paper Roll (Machine) 01 113 TCC2019LAB113 CHROM agar CANDIDA 01 114 TCC2019LAB114 Glass Test Tubes- 12x75mm borosil 01 115 TCC2019LAB115 Glass Test Tubes -18x75mm borosil 01 116 TCC2019LAB116 BHI Broth adult and paediatric 01 117 TCC2019LAB117 Beaker -100ml –plastic 01 118 TCC2019LAB118 Bekaer-250ml-plastic 01 119 TCC2019LAB119 Beaker-500ml-plastic 01 120 TCC2019LAB120 Wash Bottle-250ml-plastic 01 121 TCC2019LAB121 Funnels(small)—100mm 01 122 TCC2019LAB122 Measuring Cylinders-100ml,200ml-plastics 01 123 TCC2019LAB123 Conical Flasks-100ml, 250ml, 500ml 01 124 TCC2019LAB124 Erba Wash 01 125 TCC2019LAB125 Erba Norm 01 126 TCC2019LAB126 Erba Path 01 127 TCC2019LAB127 Lieshmen’s Stain-500ML 01 128 TCC2019LAB128 Urine Container (with cap non sterile) 01 129 TCC2019LAB129 Micro pipette 50 to 200ml 01

Page 76 of 78 130 TCC2019LAB130 Wash Bottle -250ml 01 131 TCC2019LAB131 Beckman Coulter DXH 500 Series Diluent -10ltrs 01 132 TCC2019LAB132 Beckman Coulter DXH 500 Cleaner 0.5 ltrs 01 133 TCC2019LAB133 Beckman coulter DXH 500 series Lyse 0.5ltrs 01 134 TCC2019LAB134 Beckman coulter DXH500 Series Control- L/N/H 01 Control (2x2.3ml each) 135 TCC2019LAB135 Abnormal control –Citrol-02 (1ml) 01 136 TCC2019LAB136 Normal Control –Citrol-01 (1ml) 01 137 TCC2019LAB137 Siemens PT Reagent –Kit 01 138 TCC2019LAB138 Siemens APTT Reagent – Kit 01 139 TCC2019LAB139 MCT VIALS,,PACK OF 500 01 140 TCC2019LAB140 Doxycycline (DO) 01 141 TCC2019LAB141 Reaction tubes (Cuvettes ) for sysmex for CA101 01 142 TCC2019LAB142 Double filtered Distilled water -5ltr 01 143 TCC2019LAB143 ESR Pipettes -100 no’s X 1 box 01 144 TCC2019LAB144 Filter Paper (whatman) 01 size:45cm x 57cm -100 sheets (each box) 145 TCC2019LAB145 Micro Slides – 50 no’s x 100 Packs x 1 box 01 146 TCC2019LAB146 Reticulocyte Diluting Fluid -125ml 01 147 TCC2019LAB147 Urine RSH 13 reagent Strips – 01 One Box (100 strips) 148 TCC2019LAB148 Levofloxacin (LE) 01 149 TCC2019LAB149 Pasture Pippete (Graduated Disposable Plastic) – 01 3ml x 100no x 1 Pkt 150 TCC2019LAB150 Ciprofloxacin (CIP) 01 151 TCC2019LAB151 Tetracycline(T) 01 152 TCC2019LAB152 Water Analysis Kit –for microbiological analysis 01 153 TCC2019LAB153 Urine Strips 10 Parameter 01 154 TCC2019LAB154 Urine Strips 2 Parameter (Glucose+Ketone bodies) 01 155 TCC2019LAB155 Nigrosin dye-10 ml 01 156 TCC2019LAB156 Potassium hydroxide -10%-100ml 01 157 TCC2019LAB157 Potassium hydroxide-40%-100ml 01 158 TCC2019LAB158 Albert stain 01 159 TCC2019LAB159 Test Tubes (Glass)-18 x 150mm 01 160 TCC2019LAB160 India Ink – 10ml 01 161 TCC2019LAB161 Lectophenol Cotton Blue Mount 01 162 TCC2019LAB162 Cholinesterase 01 163 TCC2019LAB163 Ceftriazone (CTR) 01 164 TCC2019LAB164 Cefotaxime(CTX) 01 165 TCC2019LAB165 Ceflaxidime(CAC) 01 166 TCC2019LAB166 Ceftriazone Discs – 30 mcg 01 167 TCC2019LAB167 Tetracycline Discs 01 168 TCC2019LAB168 Imipenem discs -10 mcg 01 169 TCC2019LAB169 Procalcitionin Kit 01 170 TCC2019LAB170 Tuberculin Kit 01 171 TCC2019LAB171 Micropipette (5ml – 50ml) 01 172 TCC2019LAB172 Electrolyte Snap Pack 01 Page 77 of 78 173 TCC2019LAB173 Stop Clock 01 174 TCC2019LAB174 Torniquet 01 175 TCC2019LAB175 Swab Tubes Sterile 01 176 TCC2019LAB176 Electrolyte Control 01

Page 78 of 78