Post on 24-Jun-2018
Page No.1
SUPERINTENDENT JAWAHARLAL NEHRU MEDICAL COLLEGE AND
HOSPITAL, BHAGALPUR-812001 Website-www.jlnmchbhagalpur.org
TENDER NOTICE
SUPPLY OF DRUGS / MEDICINES, MACHINE EQUIPMENT AND
MISCELLANEOUS ITEMS DURING THE YEAR 2018-20
Tender Reference no. : JLNMCH./DRUG/RC/2018 Dated:
Date of Commencement of Sale of Tender
Document
: 03.04.2018
Last Date for Sale of Tender Document
: 28.04.2018
Last Date and Time for Receipt of Tender
: 03.05.2018 Up to 5 PM.
Place of Submission of Tender
: SUPERINTENDENT, J L N M C H,
Mayaganj, Bhagalpur
Pre-bid meeting date/time & place : 09.04.2018. at 11:30 AM.
Time and Date of Opening of Technical
Tender
Display of Instruments & Machines
:
:
04.05.2018 at 12:30 PM in the Chamber of
Superintendent.
10.05.18 for successful Bidder at 11:00
AM in the Surgery Department.
Cost of the Tender Document : Rs. 1000/- (Rupees One Thousand only)
loZlk/kkj.k dks lwfpr fd;k tkrk gS fd tokgjyky usg: fpfdRlk egkfo|ky; ,oa vLirky]
Hkkxyiqj ds fy, nok] e”khu&midj.k@miLdj ,oa vU; fofo/k lkexzh vkiwfrZ gsrq bPNqd fuekZrk]
QeZ@vkiwfrZdÙkkZ ¼izkf/kdkj i= ds vk/kkj ij½ ,tsalh ls eqgjcan fyQkQk esa fucaf/kr Mkd ls fufonk vkeaf=r
dh tkrh gSA fufonk dh izfr izkIr djus gsrq :0 1000@& dk Mh0Mh0 v|ksgLrk{kjh ds uke ls tekdj]
fdlh Hkh dk;kZy; fnol esa izkIrdj ldrs gSA ;k csclkbZVwww.jlnmchbhagalpur.orgls MkmuyksM
dj ldrs gSa ftlds fy, :0 1000@& dk Mh0Mh0 fufonk ds lkFk layXu dj Hkstuk iM+sxkA
v/kh{kd
tokgjyky usg: fpfdRlk egkfo|ky;
vLirky] HkkxyiqjA
2 | P a g e
Contents of Tender Document
Sl.No.
Descriptions Page No.
I Notice Inviting Tenders (NIT) 3
II Instructions to Tenderers 4-5
1. Scope of Tender 5
2. Eligibility Criteria 5
3. Sale of Tender Document 6
4. Earnest Money Deposit (EMD) 6
5. Validity of Tender 6
6. Preparation and submission of Tender 6
7. Tender Prices 7
8. Opening of Tenders 7
9. Evaluation of Tenders 7
10. Performance Security Deposit and Award of Contract 8
11. Placement of Purchase Orders and Delivery Requirements 8
12. Quality Testing Requirements 9
13. Payment Terms 9
14. Penalty Conditions 9
15. Settlement of Disputes 9-10
16 Annexure-I (List of Drugs and Medicines) 11-38
17 Annexure-II (Technical Tender Form) 39
18 Annexure-III (Format of Price Schedule) 40
19 Annexure-IV (BG form for Performance Security) 41
20 Annexure-V (BG form for EMD) 42
21 Annexure-VI(Format of Contract Agreement) 43-44
22 Annexure-VII (Check List) 45
3 | P a g e
SUPERINTENDENT JAWAHARLAL NEHRU MEDICAL COLLEGE AND HOSPITAL,
BHAGALPUR-812001 Website-www.jlnmchbhagalpur.org
I. Notice Inviting Tenders (NIT)
for SUPPLY OF DRUGS / MEDICINES, MACHINE EQUIPMENT AND MISCELLANEOUS
ITEMS DURING THE YEAR 2018-20
Tender Reference no.: -----/JLNMCH./DRUG/RC/2018-20 Dated: _________
1. Superintendent, JLNMCH, Bhagalpur, __________ (hereinafter called “Tender Inviting
Authority”) hereby invites sealed Tenders(under two envelope system from eligible manufacturers
or their authorized distributors/stockiest/whole seller for supply of 1. WHO-GMP certified
Generic Drugs and Medicines, 2. Hospital machine & Equipment 3. Contingency item 4. Samagri
Purtiya during the year 2018-20.
2. A complete set of Tender Documents may be purchased by interested bidders on the submission
of a written application to the Tender Inviting Authority and upon payment of a nonrefundable fee
of Rs. 1000/-by Bank Draft in favor of Tender Inviting Authority payable at Bhagalpur. Tender
document may also be downloaded from website www.jlnmchbhagalpur.org, however tenderer
need to submit document fee of Rs. 1000/- in the form of DD along with its technical bid.
3. Tenders must be submitted / delivered to the address given below on or before 05 hrs. on 21st Day
after first publication. All bids must be accompanied by an Earnest Money Deposit (EMD) as
specified in Tender Document.
4. Tenders will be opened in the presence of the Tenderers’or their representatives if they desires
who may choose to attend the meeting at address given below and at the time and date given in
tender document.
[Name and Address of Tender Inviting Authority] -
Superintendent
J.L.N.M.C.H.
Bhagalpur
Pin-812001
Bihar
4 | P a g e
SUPERINTENDENT JAWAHARLAL NEHRU MEDICAL COLLEGE AND HOSPITAL, BHAGALPUR-812001
Website-.www.jlnmchbhagalpur.org
II. Instructions to Tenderers:
1. Definitions and Abbreviations:
1.1 The following definitions and abbreviations, which have been used in these documents, shall
have the meanings as indicated below:
1.2. Definitions:
(i) “Superintendent” means Superintendent of Jawaharlal Nehru Medical College and Hospital,
Bhagalpur, Government of Bihar situated at Bhagalpur.
(ii) “Contract” means the written agreement entered into between the Tender Inviting Authority and
the Contractor, together with all the documents mentioned therein and including all attachments,
annexure etc. therein.
(iii) “Contractor” means the successful tenderer selected for execution of contract for housekeeping
services.
(iv) “Superintendent” means Superintendent who is head and also Medical Superintendent of
Jawaharlal Nehru Medical College and Hospital, Bhagalpur, Government of Bihar situated at
Bhagalpur.
(v) “Day” means calendar day.
(vi) “Drugs & medicine” means drugs/Intra venous fluids/lotions/cream/ointment/tablets/capsules
etc. which are used for treatment of any disease. Machine and Equipment means tools for/used in
Surgical/Orthopaedic/Gynaecological/Eye & ENT and other operations.
(vii) “Earnest Money Deposit” (EMD) means Bid Security/ monetary or financial guarantee to be
furnished by a tenderer along with its tender.
(viii) “FDA” is Food and Drug Administration department of respective state government.
(ix) “Performance Security” means monetary or financial guarantee to be furnished by the successful
tenderer for due performance of the contract placed on it. Performance Security is also known as
Security Deposit.
(x) “Services” means the scope of work together with articles, material, drugs, consumables,
instruments, machinery, equipment etc. which the contractor is required to deliver at the Health
Facility (ies) under the contract.
(xi) “Tender Inviting Authority” OR “Client” or “Tender Acceptance Authority” or “Contracting
Authority” or “Purchaser” means the Superintendent who is inviting tender, under aegis of
Government of Bihar in their respective jurisdictions.
(xii) “Tender” means Bids / Quotation / Tender received from a Firm / Tenderer / Bidder.
(xiii) “Tenderer” means Proprietorship / Partnership / Pvt. Limited / Limited company, Societies/
Trust registered in India who is participating in the bid process.
5 | P a g e
1.3 Abbreviations:
(i) “BG” means Bank Guarantee
(ii) “BMW” means Bio-Medical Waste
(iii) “COPP” means Certificate of Pharmaceutical Product issued by FDA/Drug Licencing
Authority
(iv) “GST” means Good s & Service Tax
(v) “DDP” means Delivery Duty Paid named place of destination (consignee site)
(vi) “FDR” means fixed deposit receipt issued by any schedule bank in India
(vii) “GCC” means General Conditions of Contract
(viii) “GIT” means General Instructions to Tenderers
(ix) “NIT” means Notice Inviting Tenders.
(x) “TE Document” means Tender Enquiry Document
(xi) “TIA” means Tender Inviting Authority
(xii) “VAT” means Value Added Tax
(xiii) ‘‘M/E’’ means Medicine & Equipment.
(xiv) ‘’SP’’means samgri apurtiyan.
(xv) ‘’CNC’’ means Contigent articles use in Hospitals.
(xvi) ‘’M/I’’ means Miscellaneous Items.
2. Scope of Tender: The Superintendent, JLNMCH, Bhagalpur, Government of Bihar (GOB), (hereinafter referred as Tender Inviting Authority and/or Tender Acceptance
Authority and/or Ordering Authority unless the context otherwise requires) invites sealed Separate tenders (under two envelope system) for the supply of drugs and
medicines M/E,M/I given in Annexure-I.
(i) Interested Tenderers may obtain further information from the office of Tender
Inviting Authority and inspect the Tender Documents at the above address from the day of
publication of Tender in the News Paper to 3 Day prior to closing day during normal
office hours from 10 hrs. to 05hrs.
(ii) In the event of the date being declared as a closed holiday for purchaser’s office, the
due date for submission and opening of Tenders will be the following working day at the
appointed times.
3. Eligibility Criteria:
The Tenderers should fulfill the following eligibility criteria:
(a) The Tendererof medicine should be either Manufacturer or Distributor/stockiest/wholesaler having relevant Drug License as per Drugs and Cosmetics Act,
1940 and such a license should be valid as on the date of Tender submission.
(b) Tenderer should submit drug wise GMP certificate/COPP, valid at the time and date of bid submission, issued by competent authority of Food & Drugs
department (to the principal manufacturer) and should be enclosed with the bid. Bid without above certificate shall be rejected.
(c) The Tenderershould have achieved annual turnover of Rs.50 Lakh in the last financial year, backed by practicing chartered accountant.(for medicine & ME
only)and 5 Lacs for other M/I.
(d) The Tenderer (and tenderer’s principal manufacturer, if tenderer is authorized distributor/stockiest/whole seller) should not be blacklisted either by the
Tender Inviting Authority or by any State Government or by Government of India. An undertaking by the tenderer should be submitted in this regard
certifying that the tenderer or its principal manufacturer (if applicable) is eligible to participate in the bid process.
(e) Life saving drugs may be supplied /accepted without authority from manufacturers
6 | P a g e
4. Sale of Tender Document:
The complete set of tender documents may be purchased within the prescribed timeby interested Tenderers on the submission of a written application to the
Tender Inviting Authority and upon payment of a nonrefundable fee of Rs.1000 (Rupees One Thousand only) in the form of Demand Draft drawn in favor
of Tender Inviting Authority payable at Bhagalpur.Tender document may also be downloaded from website www.jlnmchbhagalpur.org, however tenderer
need to submit document fee of Rs. 1000/- in the form of DD along with its technical bid.
5. Earnest Money Deposit (EMD):
(a) All tenders must be accompanied with EMD of Rs. 1,00,000/- along with its bid
(b) The EMD should be submitted in form Demand Draft/Bank Guarantee issued from Scheduled
Bank in favor of Tender Inviting Authority, payable at Bhagalpur. BG should be valid for 120
days beyond the date of tender submission date. Format of BG is given at Annexure-V.
(c) No exemption from payment of EMD is permitted. Bids without requisite EMD will be
summarily rejected.
(d) The EMD of all unsuccessful Tenderers shall be returned within 7 days of signing of contract
with successful Tenderer(s).
(e) The EMD of successful Tenderer shall be returned after submission of Performance security
deposit as per Para 11 below and signing of contract by successful Tenderer(s).
(f) The EMD will be forfeited, in case Tenderer withdraws its Tender during the validity of bids
OR the successful bidder who fails to sign the contract agreement and fails to deposit the
Performance Security Deposit within the stipulated time as per Para 11 below.
6. Validity of Tender:
(a) The Tender will be valid for a period of 90 days after the due date of submission of Tenders. A
Tender valid for a shorter period shall be rejected by the Tender Inviting Authority as non-
responsive
(b) In exceptional circumstances,prior to the expiration of the Tender validity, the Tender Inviting
Authority may request the Tenderers to extend the Tender validity for further period as
deemed fit. The request and the responses thereto shall be made in writing. A Tenderer may
refuse the request without forfeiting its EMD. A Tenderer, agreeing to the request will not be
required or permitted to modify its Tender.
7. Preparation and submission of Tender:
(a) The Tender should be typewritten and every correction and interlineations in the bid should be
attested with full signature by the tenderer, failing which the bid will be treated as ineligible.
Corrections done with correction fluid should also be duly attested.
(b) All documents/papers should be numbered, signed and sealed by the Tenderer on each page.
(c) The Tender is required to be prepared and submitted in two parts viz. ‘Part A - Technical
Tender’ and ‘Part B - Price Tender’.
(d) The sealed envelopes “A” and “B” should be further sealed in a common envelop addressed to
Tender Inviting authority and super-scribed with “Tender for Procurement of Drugs and
Medicines /ME /SP/CNC,M/I (which ever is applicable) for the Year 2018-20” and “Not to be
opened before 11 AM on _______”.
(e) The ‘Envelope A- Technical Tender’ shall contain all essential documents for Technical Tender.
Such documents to include the following: i. Duly filled Checklist as per format given in Annexure-VII
ii. Duly filled and signed Technical Tender Form as per format given in Annexure-II
iii. Self-attested copy of relevant drug License for manufacturing/stocking, selling and
distribution (whichever appropriate) of the product quoted duly approved by the
Licensing authority for each schedule of product quoted as per specification in the
tender.
iv. Earnest Money Deposit as per para 5 above
v. Self attested copy of firm’s registration certificate
vi. Self attested copy of GST registration
vii. Annual turnover statement of last financial year backed by practicing chartered accountant.
7 | P a g e
viii. Audited Balance sheet and Profit and Loss Statement of last financial year.
ix. Self-attested copy of drug wise GMP/COPP certificate. x. GE/ISI/ISO -9001 series certificate for ME.
(f) The ‘Envelope B- Financial Bid’ shall contain duly filled, stamped and signed Price Schedule in
the format provided in Annexure-III
(g) The sealed tenders as above should be submitted in the office of the Tender Inviting Authority up
to the scheduled date and time through Registered/Speed post only.
(h) Late tenders shall not be accepted.
8. Tender Prices:
(a) Tender has been called for in the generic names of drugs. The Tenderers should quote the
rates for the drugs mentioned in Annexure-I. The composition and strength of each product
should be as per details given in Annexure-I. Any variation, if found, will result into the
rejection of the tender.
(b) The Tenderer should mention the name of manufacturer of the product being quoted.
(c) Rates (inclusive of Excise Duty, Customs duty, transportation, insurance, and any
incidental charges, but exclusive of GST should be quoted for each of the required drugs
and medicines M/E/SP/CNC Articles, M/I and separately on door delivery basis (FOR
Destination, at Stores) as per format of Price Schedule given in Annexure-III.
(d) Tenderers may quote rates for one or more Article out of required drugs mentioned in
Annexure-I.&1A. The quoted rate should be for one unit (One Tablet, One Phial, one Vial
etc.)
(e) Quoted rates are valid up to Two year from the date of signing of contract agreement and
shall be firm during the currency of the contract.
9. Opening of Tenders:
a) The Tenders shall be opened at the scheduled date, time and venue by the committee
constituted by the Tender Inviting Authority. The Tenderers’ representative may attend the
Tender opening. Tender will even be opened in their absence also.
b) During the tender opening as above, the envelopes containing Technical Tender shall be
opened first. The envelopes containing Price Tender shall be signed by all committee
members and kept unopened for opening at later date.
c) The date and time of opening of Price Tenders shall be informed to all such Tenderers who
qualify in technical evaluation. The tenderer’s representative may choose to attend the
opening of Price Tender.
d) In the event, the date of opening as above is declared government holiday, the tenders shall be
opened at the same time on the next working day.
10. Evaluation of Tenders:
(a) The purchase committee, constituted by the Tender Inviting Authority, shall evaluate the
tender with reference to technical requirements and various other commercial criteria given in
the Tender Document.
(b) The evaluation of each drug and medicine and M/E, M/I shall be carried out separately. Rates
of only those machine should be quoted whose cost is under 5 Lacs including GST
(c) The rate per unit, exclusive of GST (landed price) shall be considered for evaluation of Price
and determining L-1 Tenderer.
(d) No complaint shall be entertained by the Tender Inviting Authority after the opening of
financial bid.
8 | P a g e
11. Performance Security Deposit and Award of Contract:
(a) The Tenderer who has quoted lowest unit rate for an item shall be considered for award of
contract. but as far as M/E is concern ,the award of contract will be decided on the basis of
the quality to be decided by the sub Committee headed by HOD of Surgery,& its member
HOD Anesthesia, Orthopedic, Gynecology ,Eye & ENTand it will be final. The sub
committee will decide the most suitable tenderer firms having technically good quality of
machines and will mark T1, T2, T3 and onwards.
(b) On being informed about the acceptance of the Tender and before signing the agreement, the
successful Tenderer shall pay the Performance Security Deposit equivalent to 10% of the
contracted value (which is inclusive of GST in the form of DD or unconditional irrevocable
Bank Guarantee pledged to Tender Inviting Authority valid for 24 months from the date of
signing of the agreement. Which must not less than twice of EMD
(c) The successful Tenderer shall execute an agreement (As per format given in Annexure VI ) on
a non- judicial stamp paper of value of Rs.1000/- (stamp duty to be paid by the tenderer)
within 15 days from the date of the intimation from Tender Inviting Authority informing that
his tender has been accepted.
(d) If the successful Tenderer fails to execute/sign the agreement and / or fails to deposit the
required security deposit within the specified time or withdraw his/her tender after the
intimation of acceptance of his/her tender or owing to any other reasons, his purchase order
shall be cancelled and the EMD deposited by him with the tender shall stand forfeited by the
Tender Inviting Authority besides debarring the tenderer for a period of one year.
12. Placement of Purchase Orders and Delivery Requirements:
(a) The Tender Inviting Authority shall place individual Purchase Orders for supply of drugs
and medicines and M/E,M/I during the period of 2 year from the date of signing of contract
with successful Tenderer (s). Tender Inviting Authority reserves the right to extend the
validity of purchase order further by 3 months on the same rates and terms & conditions of
the contract.
(b) The quantity of drugs and medicines given in Annexure-I are indicative only. The ordered
quantity during the period of 2 year may vary substantially subject to ceiling of 150% of the
contracted quantity.
(c) The supplier should complete the supply at the Superintendent Stores, Bhagalpur within15
days from the date of issue of purchase order. All drugs supplied should have at least a
minimum of 3/4th of the shelf life of the drug supplied at the time of receipt of supply at
consignee end and Expiry not less than 18 months.
(d) If at anytime the Tenderer has, in the opinion of the Tender inviting authority, delayed the
supply of drugs due to one or more reasons related to forceMajeure events such as riots,
mutinies, wars, fire, storm, tempest or other exceptional events, the time for supplying the
drugs may be extended by the Tenderinviting authority/ordering authority at its discretion
for such period as may be considered reasonable. However such extension shall be
considered only if a specific written request is made by the Tenderer within 7 days from the
occurrence of such event. The exceptional cause does not include scarcity of raw material,
power cut and labour disputes.
(e) The supplier shall not be liable to pay LD/penalty and forfeiture of the performance
security for the delay in executing the contract on account of the extension of the supply
period on the ground of force majeure events.
(f) The supplier has to submit form V duly issued from manufactures along with be.
(g) The quoted price should be under MRP and in accordance with DPCO
9 | P a g e
13. Quality Testing Requirements:
(a) The drugs and medicines including its packing (packaging), to be supplied, shall be of the
best quality& GMP certified and shall comply with the specifications given in the Tender
Document.
(b) All drugs & medicine should be supplied with its batch wise quality/ Test certificate,
complying all the applicable tests as per relevant pharmacopeia, issued from any third party
NABL accredited test laboratory. Any drugs found without NABL test certificate shall not
be accepted by TIA or its representative and 2% testing charge will be deducted from the
Bill.
(c) The Superintendent may sent sample of drug for its testing either to state empanelled lab or
may instruct local drug inspector to take the sample.
(d) If any of the drug, supplied by the tenderer, found to be ‘Not of Standard Quality’ after the
delivery but before the expiry of drugs, the tenderer should supply the whole batch quantity
again irrespective of consumption of that particular batch quantity. The balance stock, if
any, should be taken back within 7 days by the supplier at his/her own cost otherwise the
authority will destroy it and no claim in this regard shall be entertained.
14. Payment Terms:
(a) The 100% payment shall be released within 30 days from the date of receipt of accepted
drugs & medicines and upon submission of claim for payment supported by Invoice (in
triplicate). However, if supplied drugs are found ‘not of standard quality’, then whole
payment will be withheld and shall be released only after receipt of replacement of drugs
which were found not of standard quality.
(b) At the time of release of payment, any deduction towards delayed deliveries as per para 15
below shall be made from the claim amount
15. Penalty Conditions:
a) Pursuant to para 12 above and subject to para 12 d), in case the delivery period is extended
with liquidated damages, the Ordering Authority shall impose liquidated damages @0.5%
per day of the delivered price of the delayed items or part thereof until the actual delivery is
made up to a maximum deduction of 10% of the contract price.
b) Once the maximum is reached the purchaser may consider termination of the order in part
or full. In such case, the performance security submitted by the Tenderer shall be forfeited
to the extent of 10% of the order value or part thereof.
16. Settlement of Disputes
(a) The purchaser and the supplier shall make every effort to resolve, amicably by direct
informal negotiation any disagreement or dispute arising between them under or in
connection with the contract,
(b) Any Tenderer aggrieved by the decision of the Tender Inviting Authority if prefer judicial
approach, its locality will be Bhagalpur only.
(c) No Appeal shall be preferred while the tender is in process and until tender is finalized and
Notification of award is issued by the purchaser.
(d) In the event of any dispute arising out of the tender or orders, the same shall be settled in
accordance with the Arbitration and Conciliation Act, 1996. The venue of arbitration shall
be the place of Tender Inviting Authority.
(e) In the event of any dispute arising out of the tender or orders such dispute would be
subject to the jurisdiction of Courts of Bhagalpur, Bihar nearest to the place of Tender
Inviting Authority.
(f) In no event will the DoHFW/ TIA be liable for any loss of profits, loss of savings, or
10 | P a g e
incidental, indirect , special or consequential damages ‘arising out of’ or ‘in relation to’ the
present tender.
(g) Neither the DoHFW/ TIA shall be liable for any claims, losses, costs, damages of any
nature whatsoever nor the tenderer shall claim expenses for any cause or causes, including
any legal liability arising ‘out of’ or ‘in relation to’ the present tender.
(h) The tenderer shall be solely responsible for any deficiency in services and supplies given
by him including the quality and specification of medicines and the tenderer shall be liable
to make good the losses suffered by the TIA due to the fault on the part of the tenderer.
(i) The maximum liability of TIA shall be limited to the extent of payment of goods
delivered as per terms of this tender document. TIA shall not bear any other financial
liability such as interest on delays etc.
11 | P a g e
JAWAHARLAL NEHRU MEDICAL COLLEGE HOSPITAL, BHAGALPUR
DEPARTMENT WISE REQUIREMENT OF MEDICINE FOR THE YEAR - 2018-20
SL. No. Medicine Total
1 Abgel
2 Acyclovir 250 mg. Inj.
3 Adrenaline (1 mg.) Inj.
4 Adrenaline (1:1000 ) Inj.
5 Albendazole 200 mg. Syp.
6 Albendazole 400 mg. Tab
7 Alprazoalam 0.5 mg. Tab.
8 Amikacin (100 mg) Inj.
9 Amikacin (250 mg) Inj.
10 Amikacin (500 mg) Inj.
11 Aminophylline Inj.
12 Amitryptilline 25 mg. Tab
13 Amlodepine (2.5 mg) Tab
14 Amoxycillin 1 gm+Clavulanic acid 200 mg)
15 Amoxycillin 500 mg+Cloxacilline 500 mg Inj.
16 Amoxycilline +Clavulanic Syp.
17 Amoxycilline 250 Tab
18 Amoxycilline 500 Cap
19 Amoxycilline+Cloxacilline Dry Syp 30 ml.
20 Amoxycilline+Cloxacilline Dry Syp 60 ml.
21 Amoxyclave - 625 mg.
22 Ampicilline +Clavulanic Syp.
23 Ampicilline+ Cloxacilline (500 mg) Inj.
24 Ampilox (250 mg.) Inj.
25 Ampilox Neonatal Inj.
26 Anaesthetic Ether (Bottle)
27 Anawin Inj. (Heavy)
28 Antacid Tab
29 Anti - D Inj.
30 Anti Snack Venom (10 ml) Inj.
31 Antibiotic & Steroid EAR Drop.
32 Aspirin - 75/150 mg.
33 Astymin IV 200 ml.
34 Atracurium inj. (10 mg/ml, 2.5 ml. Vials)
35 Atropin (1 ml. ) Inj.
36 Atropin EYE Oint.
37 Azithromycin Tab (500 mg.)
38 B. Complex Syp
39 B. Complex Tab
40 B.T Set
41 Bandage Than SF II 18mx90 cm. (900 gm)
42 Benzathing Pencilin Inj.. 12 Lakh Unit/vial
43 Betadine Lotion 500 ml./1000 ml 5%
Annexure - I
12 | P a g e
44 Betadine Oint. (in tube) 15gm.
45 Betadine Oint. 10% (in tube) 15gm.
46 Betadine Scrub (7.5%) (jar)
47 Betamethasone Cream
48 Budacort inhaler
49 Budesonide (0.5mg) Resp.
50 Budesonide (1 mg) Resp.
51 Bupivacain 0.25% inj. (20 ml. Vial)
52 Bupivacain 0.5% inj. (20 ml. Vial)
53 Bupivacain Heavy inj. (4 ml. amp)
54 Calcium (500mg.) Tab
55 Calcium Gluconate Inj. (2 ml.)
56 Capnea Inj. (20 mg)
57 Carbamazepin Tab (200 mg.)
58 Catheter Plan (Rubber) No. 2-0
59 Catheter Plan (Rubber) No. 4, 6, 8, 9
60 Cefixime 100 mg. Tab
61 Cefixime 200 mg. Tab
62 Cefixime 500 mg. Tab
63 Cefixime Dry Syp
64 Cefixime DT Tab
65 Cefotaxim (1 gm) Inj.
66 Cefotaxim (125 mg) Inj.
67 Cefotaxim (250 mg) Inj.
68 Cefotaxim (500 mg) Inj.
69 Ceftazidime (1 gm) Inj.
70 Ceftazidime (250 mg) Inj.
71 Ceftazidime (500 mg) Inj.
72 Ceftriaxone (1gm) Inj.
73 Ceftriaxone (250 mg.) Inj.
74 Ceftriaxone (500mg) Inj.
75 Ceftriaxone 500+Sulbactum250 mg Inj.
76 Cetrizine (10 mg.) Tab
77 Chloramphenicol (1 gm.) Inj.
78 Chloroquin Inj. 5 ml.
79 Chlorpheniramine maleate inj.
80 Chromic Catgut No-0
81 Chromic Catgut No-1
82 Chromic Catgut No-1-0 with needle
83 Chromic Catgut No-10-0(Packet)
84 Chromic Catgut No-2-0 (Packet)
85 Cidex (Bottle) 5 Litre
86 Ciprofloxacin (500 mg.) Tab
87 Ciprofloxacin (100 ml.) IV . Inj.
88 Ciprofloxacin +Tinidazole Tab
89 Ciprofloxacin EYE /Ear Drop
90 Clindamycin 300 mg Inj.
91 Clonazapin Tab
92 Clonidine Inj. (Preservative free 150 mcg amp)
13 | P a g e
93 Clotrimazole Ear Drop
94 Clotrimazole Cream
95 Coragated Drain sheet
96 Cotton (500 gm. Net)
97 Cough Expectorant Syp.
98 Crape Bandage
99 Cresent Blade (2.8)
100 Crystalline Penicillin (10 Lakh Units) Inj.
101 Crystalline Penicillin (5 Lakh Units) Inj.
102 Deionised Distilled Water (1 Litre)
103 Dettol Lotion (500 ml.)
104 Dexameditomidine inj. (100 mcg/ml, 1 ml. amp.
105 Dexamethasone (10 ml.) Inj.
106 Dexamethasone (2ml.) Inj.
107 Dextrose 10% (500 ml.) Inj.
108 Dextrose 25% (25 ml.) Inj.
109 Dextrose 5% (500 ml.) Inj.
110 Dextrose 50% (25 ml.) Inj.
111 Dialysis fluid (jar)
112 Dialyzer (Nipro M-13)
113 Diazepam (2 ml.) Inj.
114 Diclofenac (3ml.) Inj.
115 Diclofenac (50mg) Tab
116 Dicyclomin Inj.
117 Digital Thermometer
118 Disposable Airway - 0
119 Disposable Airway - 1
120 Disposable Airway - 2
121 Disposable Airway - 3
122 Disposable LP Needle
123 Disposable Syringe (10 ml.)
124 Disposable Syringe (2 ml.)
125 Disposable Syringe (20 ml.)
126 Disposable Syringe (3 ml.)
127 Disposable Syringe (5 ml.)
128 Disposable Syringe (50 ml.)
129 Disposal Nebuliser Kit (Adult)
130 DNS 500 ml. Inj.
131 Dobutamine Inj. (250 mg)
132 Dopamine (5 ml. ) Inj. (200 mg. amp)
133 Doxycycline Cap 100 mg.
134 Dry Copper Sulphate (Crystal) (kg)
135 E.C Lotion (Bottle)
136 E.C.G Roll (B.P.L) 6108 T (in Packet)
137 E.C.G Roll (Philips) TC No. 20
138 ECG Chest electrode disposable
139 Elastic Adhesive 4"/6"
140 Endoprost Inj.
141 Endotrachial Tube disposable 2.5
14 | P a g e
142 Endotrachial Tube disposable 3.5
143 Endotrachial Tube disposable 4.5
144 Endotrachial Tube disposable 5.5
145 Endotrachial Tube disposable 6
146 Endotrachial Tube disposable 6.5
147 Endotrachial Tube disposable 7
148 Endotrachial Tube disposable 7.5
149 Endotrachial Tube disposable 8
150 Epidural Set with Catheter
151 Phenytoin Inj.
152 Etophylline +Theophylline (2 ml.) Inj.
153 Face Mask Disposable
154 Factor VIII 250 IU Per Vial
155 Factor VIII 500 IU Per Vial
156 Fentanyl, Inj. (Troyfentanyl)
157 Flatus Tube
158 Fluconazole Tab 150 mg.
159 Fluconazole Tab 50 mg.
160 Fluxetine (20 mg.) Cap.
161 Foley's Catheter No.- 10
162 Foley's Catheter No.- 8
163 Foly's Catheter No. 12
164 Foly's Catheter No. 14
165 Foly's Catheter No. 16
166 Foly's Catheter No. 18
167 Formalin Liquid (in LItre)
168 Formalin Tab (in Pack)
169 Frusemide (2ml.) Inj.
170 Frusemide (40 mg.) Tab.
171 Fungizone Inj. (50 mg.)
172 Gate- P Eye drop
173 Gause Needle (24")
174 Gause Needle (26")
175 Gauze than SF II 18mx90 cm. 900 gm.
176 Gelufusion Inj.
177 Gentamycin (20 mg.) Inj.
178 Gentamycin (40 mg.) Inj.
179 Gentamycin (80 mg.) Inj.
180 Glimepeide (1 mg) Tab
181 Glucometer Strip
182 Glyciphage SR (500 mg) Tab
183 Glycopyrolate Inj. Amp.
184 GTN Spray
185 Haloperidol 10 mg/2ml Inj. Amp
186 Haloperidol 5 mgTab
187 Hand Sanitizer (100 ml.)
188 Heparin Inj. 10000 Iu
189 Histeromat Gel
190 HIV Delivery Kit (Hbs)
15 | P a g e
191 HIV Protective Surgeon Kit (For Surgeon & Patient)
192 Homide EYE drop
193 Human Actrapid Insulin Inj.
194 Human Albumin (05%) Inj. 2x125
195 Human Albumin (20%) Inj. (2x500)
196 Human Mixtard Insulin inj. Vial
197 Human Normal Immunoglobulin - 1 gm. Enriched In 10 ml.
198 Hydrocortisone (100 mg.) Inj.
199 Hydrogen Peroxide (Big Bottle)
200 Hyluronidare Inj. Vial
201 Hynidase Inj.
202 Hyper Tonic Saline 3% (100 ml.)
203 I.F.A Large (Large)
204 I.F.A Syp
205 I.V Set (Pedia)
206 I.V Set with filter
207 Infusion Syringe
208 Insuline Syringe
209 Intra Cath No. 16
210 Intra Cath No. 18
211 Intra Cath No. 20
212 Intra Cath No. 22
213 Intra Cath No. 24
214 Intra Cath No. 26
215 Intralipid Infusion
216 Iron Sucrose Inj.
217 Isoflurane (30 ml Vials)
218 Isolyte - P
219 IVIG Inj.
220 Jelly (E.C.G)
221 Jelly (Ultrasound) (250 ml. each)
222 Kenadion Inj. 1mg/10mg.
223 Ketamin Inj. (10 ml. Vial) Multidose
224 Ketamin Inj. (Amp)
225 Lanoxin Inj.
226 Lencet
227 Leucopare (1") (Packet)
228 Leukoplast 2" Roll
229 Leukoplast 4" Roll
230 Leukoplast 6" Roll
231 Levocetrizine Syp.
232 Levofloxacin 100 mg.
233 Levofloxacin 250 mg.
234 Levosalbutamol (0.3mg.) RESP
235 Levosalbutamol (0.6mg.) RESP
236 Levosalbutamol (1.2mg.) RESP
237 Lignocaine gel
238 Lignocaine spray (10%)
239 Lignocaine 2% with Adrenaline (20 ml. Vials)
16 | P a g e
240 Linazolid Inj.
241 Lobetalol Inj (20 mg/4ml. Vials)
242 Lorazepam Inj.
243 Lysol Lotion (450 ml.)
244 Magnesium Sulphate Inj.
245 Mannitol 20% (100 ml.) Inj.
246 Mannitol 20% (300 ml.) Inj.
247 Mask N-95
248 MCT Oil
249 Medicate Chest Tube set
250 Melicot Catheter (18,24,26,28,30,32), (Each Size.)
251 Mephentermine Inj. (30 mg/ml, 10 ml Vial)
252 Meropenum (1 gm.) Inj.
253 Meropenum (125 mg.) Inj.
254 Meropenum (250 mg.) Inj.
255 Meropenum (500 mg.) Inj.
256 Mersilk No- 0 with cutting Needle
257 Mersilk No- 1
258 Mersilk No- 1 with Cutting Needle (Packet)
259 Mersilk No- 1 with Needle
260 Mersilk No- 1-0 with Cutting Needle (Packet)
261 Mersilk No- 1-0 with Round Needle (Packet)
262 Mersilk No- 2-0 Cutting needle
263 Mersilk No- 2-0 with Round needle
264 Methyl Ergometrin Inj.
265 Methyl Prednisolone inj. Vial
266 Metoclopramide (2 ml.) Inj.
267 Metronidazole (100 ml.) IV Inj.
268 Metronidazole 400 mg. Tab
269 Miconazole Cream 15 gm.
270 Micropores 2", 4"
271 Midazolam Inj.
272 Midazolam Preservative free (5 mg/ml, 1 ml. Amp. Inj.
273 Molar Lactate 1/6 (500 ml.) Inj.
274 Monocryl Tapercut 2-0
275 Moxifloxacin Eye Drop
276 Moxifloxacin EYE Oint.
277 Mucomix Amp. Inj
278 Mucomix Tab
279 Multistix for Urine analyser machine
280 Multivitamin Syp. 100 ml.
281 N S (0.9%) 500 ml. Inj.
282 N/S Nasal Drop.
283 Nasal Canula
284 Nebuliser Machine
285 Nebuliser Solution (Salbutamol, Ipratopium bromide
286 Nebulizer Mask Pipe (Adult)
287 Nebulizer Mask Pipe (child)
288 Nel Catheter
17 | P a g e
289 Neonatal Mask
290 Neonovo - 26
291 Neostigmine inj.
292 Neovac inj.
293 Nepacin EYE drop
294 Netromycin (10 mg) Inj.
295 Netromycin (25 mg) Inj.
296 Nikethamide Inj.
297 Nor Adrenaline Inj.
298 Norethisterone 5 mg. Tab
299 Norfloxacin & Ofloxacin (400+600 mg. Tab
300 NS (3%)
301 O2 Catheter (Adult Size)
302 O2 Catheter (Paediatric Size)
303 O2 Mask Pipe (Adult)
304 O2 Mask Pipe (Child)
305 Ocupol Eye Oint.
306 Ocupol-D Eye Oint.
307 Ocupol-Eye Drop
308 Ofloxacin +Ornidazole Syp.
309 Ofloxacin +Ornidazole Tab
310 Ofloxacin EYE/Ear drop.
311 Olanazapine (10)mg.
312 Olanazapine (5)mg.
313 Ondensetron (2ml.) Inj.
314 Ondensetron Syp.
315 Ondensetron Tab
316 ORS 28.5 gm.
317 Oxytocin Inj. 5 mg.
318 Paedia Set (Saline)
319 PAM Inj.
320 Pampers (Neonate)
321 Pantoprazole (40mg.) Inj.
322 Pantoprazole 40 mg. Tab
323 Paracaine Gel
324 Paracetamol (125 mg.) Syp
325 Paracetamol (250 mg.) Syp
326 Paracetamol (500 mg ) Tab
327 Paracetamol Inj.
328 Parafin wax (kg)
329 PDS 0-1
330 PDS 2-0
331 Pentaglobin Inj.
332 Pentazocin Inj.
333 Peritoneal dialysis Catheter Solution (Box)
334 Permethrin 5% lotion
335 Phenytoin Sodium Inj.
336 Phenytoin Sodium Syp.
337 Picc Line (24, 26 No.) each
18 | P a g e
338 Pilocarpine EYE Drop
339 Pilocarpine Inj.
340 Piperacilline + Tazobactum (2.25/4.5 Inj.
341 Pipzo- 1.125 gm.
342 Plain Rubber Catheter All Size
343 Plane tubes
344 Plasma Volume Expenditure (500 ml.) Inj.
345 POP Bandage - 4"
346 POP Bandage - 6"
347 POP Powder (In Drum)
348 Prednisolone (10 mg.) Tab
349 Proctolysis Enema
350 Prolen - 1 (Packet)
351 Prolen - 2 (Packet)
352 Prolen - 2-0 (Packet)
353 Prolen - 6-0 (Packet)
354 Prolen Mesh 4"x6"
355 Prolen Mesh 7.5x15 cm.
356 Proline-6-0
357 Promethagin Inj.
358 Propofol Inj. (10ml. Vial)
359 Propofol Inj. (Amp)
360 Psoralen lotion 0.75%
361 Psoralen Tab 5/Tab mg.
362 Quinine Inj.
363 R L (500 ml.) Inj.
364 Ranitidine (150 mg.) Inj.
365 Ranitidine (150 mg.) Tab
366 Rebeprazole 20 mg. inj.
367 Rebeprazole Tab
368 Robinex Inj.
369 Romo Vac 14 No.
370 Romo Vac 16 No.
371 Ropivacain (0.5%, 20 ml. Vials)
372 Ropivacain (0.75%, 20 ml. Vials)
373 Ryle's Tube-10
374 Ryle's Tube-12
375 Ryle's Tube-16
376 Ryle's Tube-18
377 Ryle's Tube-6
378 S V Set
379 Salbair Amp.
380 Salbair Nebu. Solution
381 Salbutamol 2 mg. Tab
382 Salbutamol 4 mg. Tab
383 Salbutamol Solution for Nebulizer inj. (Vial)
384 Salbutamol+Theophyllin (1+50 mg) Syp.
385 Savlon Hand Wash (Bottle)
386 Savlon Lotion (Bottle) 1 Liter
19 | P a g e
387 Savoflurane (30 ml.) Vials
388 Sensercain Eye Drop
389 Silver Sulphadizine Ointment 15 gm.
390 Single bag 100 ml. (Blood bag)
391 Single bag 350 ml. (Blood bag)
392 Soda-Lime (1 kg can)
393 Sodium Hypo-Chloride Solution (Bottle)
394 Sodium bi- Carbonate 5% (10ml.)Inj.
395 Sodium bi- Carbonate 7.5% (25ml.)Inj.
396 Sodium Valporate 200mg
397 Spinal Needle No. 25, 26, 27
398 Spirit (Bottle) 400 ml. Rectified/Methylated
399 Spironolactone 1000 mg. tab
400 Spironolactone 500 mg. tab
401 Sterile Gloves 6 No. up to half forarm ISI Mark
402 Sterile Gloves 6.5 No. up to half forarm ISI Mark
403 Sterile Gloves 7 No. up to half forarm ISI Mark
404 Sterile Gloves No. - 6 (ISI mark, half fore arm)
405 Sterile Gloves No. - 6.5 (ISI mark, half fore arm)
406 Sterile Gloves No. - 7 (ISI mark, half fore arm)
407 Sterile Gloves No. - 7.5 (ISI mark, half fore arm)
408 Sterile Water (10 ml.)
409 Sterile Water (5 ml.)
410 Streptokinase Inj. 1,50,000 IU
411 Streptokinase Inj. 75000 IU
412 Succinyl Cholin Inj. (10 ml.M/D Vials)
413 Suction Catheter (Adult)
414 Suction Catheter (Paediatric)
415 Sulfadoxin+Pyrimethamine (500+25 mg.) Tab
416 Surfactant Inj.
417 Surgical Eye Drape
418 Surgical Long Gloves (ISI marks)
419 Suture Cutting Scissor
420 Suture material
421 Swab Cannula
422 T.Tube Plastic 12, 16
423 Tab Misoprost 200 mg.
424 Teictooplanim 200 mg. inj.
425 Telmisarton 50 mg.
426 Termin Inj.
427 Tetglobe (1gm. I.V) Inj.
428 Tetglobe (250 I.V) Inj.
429 Tetglobe (500 I.V) Inj.
430 Tetvac 5 ml. Vial
431 Thiopental Sodium Inj. 0.5/1gm.
432 Tourniquet
433 Tramadol (2ml.) Inj.
434 Transparent Cannula Fireater
435 Trenexamic Acid (5 ml.) Inj. (Amp)
20 | P a g e
436 Trenexamic Acid (500 mg.) Tab
437 Triamcenolone Inj.
438 Trifluperazine (5mg) with Trihexyphenidyl (2mg)
439 Trihexy Phenidyle Hcl (2mg)
440 Tripple Bag 350 ml. (Blood Bag)
441 Trop I Kit
442 Tropicacyl Plus Gel
443 Tropicamide Eye Drop
444 Trypanblue Inj. (Vial)
445 Uro Bag (2 Liter)
446 Vacuronium Bromid (2 ml. )Amp.
447 Vancomycin 500 mg. Inj.
448 Vasopressin Inj.
449 Vicryl No. 1 Needle
450 Vicryl No. 1-0 (Packet)
451 Vicryl No. 2-0 (Packet)
452 Vicryl No. 5-0 (Packet)
453 Visco Inj.
454 Viscomet Kit
455 Vit- A Solution (1 Lac Unit/ml.)
456 Vit- K3 Amp. Inj.
457 Voglibaser 0.2/0.3 mg. Tab
458 Water for Injection (5 ml/10ml.)
459 Xylocain Inj. 2%
460 Xylocan Jelly 2% (Tube)
461 Xylocan Viscus 2%
462 Xylocane +Adrenaline Inj. (2%)
463 Xylomethazoline (0.1/0.5%) Drop (Each)
464 Zinc Syp.
465 Zyfol Inj.
466 10-0 Monofilament
SL No. Machine & Equipment
1 ABG machine
2 A.C (Split) 1.5 Tone
3 A.C (Window) 1.5 Ton
4 Adult Dummy
5 Paediatric Dummy
6 Artificial Breathy
7 Accessories for Pediatric Ventilator
8 Adenoid currete with and without cage lengh - 22 cm. (Size 0 to 4 Each)
9 Allaman Radiofrequency (Cautery) Under water cutting
10 Ambubag (For Adult & Baby) (Each)
11 Antral trocar & Canula with Higginsons syringe
12 Artery Forceps 5 inch
21 | P a g e
13 AWL (Big)
14 AWL (Small)
15 B.P Blade -11 (in Box)
16 B.P Blade -22
17 B.P Blade -23
18 B.P Handle 4 No. 5½
19 B.P Instrument (Digital)
20 B.P Instrument Dial
21 B.P Instrument Mercury
22 B.P. Cuff (Neo+Pedia) (Each)
23 B.P. Instrument on Stand/Wall mounting
24 B.P. machine with pediatric cuff.
25 Babble C- Pap
26 Baby Cord Clamp
27 Baby Mucus extractor
28 Baby Tray (Steel) 24"x24"
29 Back Rest Section, manoeuvred by Screw Handle from Foot End
30 Basic Ear Set
31 Basic EYE Surgery Set
32 Basic Nasal Set
33 Basic Orthopedic Surgery Set
34 Basic Tissue Dissection Set
35 Belluci Micro ear scissors - straight, Right & Left Curved 4 mm. blade, 80 mm length. (each)
36 Bone Currete
37 Bone Holding Set
38 Bone Retractor (Small & Large)
39 Bone Rongeur
40 Bowl Stand
41 Boyle-Davis mouth gag
42 Bulls eye lamp & Head mirror for ENT Examination
43 Cateract Surgery Set
44 Central Venous Catheterization (2Channel Set)
45 Chalasion Set
46 Cheat U forcep
47 Chest Electrode for TMT
48 Chiesel 4 mm.
49 Clad Well - LUC Set
50 CO2 Cylinder with Regulator
51 Collection Monitor
52 Combined Spinal - Epidural set with catheter
53 Compatible dry pix printer along with computer system and other accessories with set of 1 pack
54 Component weighing machine
55 Cotton Drum.
56 Cotton Thread
22 | P a g e
57 CR X-Ray Film Agfa 8"x10" Size (Packet)
58 CR X-Ray Film fuji 8"x10" Size (Packet)
59 Cricoid Hook Blunt & Sharp (Each)
60 CT X-Ray Film 14"x17" Size (packet) Care Stream)
61 DR X-Ray Film 8"x10" Size Konica (Packet)
62 DCP Plate for Human 6, 7, 8, 9 Holes (Each)
63 DHS Plate 125®
64 DHS Plate 130®
65 DHS Plate 135®
66 Digital Thermometer
67 Digital Weighting Machine (Adult)
68 Digital Weighting Machine (Child)
69 Disc Punch Biopsy (2.5mm)
70 Dissecting Forceps, 5' (Toothed)
71 Dissecting Forceps, Big Size (Plain)
72 Draffin's Bipod Stand
73 Dressing Drum Seamless 10"x12"/12"x16"
74 Dressing Drum Seamless 12"x15"
75 Drug Trolley
76 Ear speculum clamp to hold ear speculum
77 Electric sunction machine
78 Elevator Ash Model
79 Elevator Hospital Straight
80 ENT Set
81 Fisch Micro Ear forcep- serrated 0.6x4 mm. 80 mm. length, shaft 1.5 mm.
82 Fisch perforator 160 mm. length, diameter 0.3 mm.
83 Fisch perforator 160 mm. length, diameter 0.5 mm.
84 Fish Crurotomy Scissor 80 mm, Curved to Right/Left (Each)
85 Forcets
86 Fore head mirror
87 Formalin Chamber
88 Formalin Chamber Large 48"x7x5 304 steel grade
89 Fumigator
90 Glass Cabinet for Instrument
91 Hammer
92 Harmone Analyzer (Reader)
93 Hartmann Aural forcep (Crocodile type) - 75 mm to shoulder (serrated Jaw/round Cutting Jaw) (Each-2 Piece)
94 Hexagonal Cortical/Screw (4.5) 24, 26, 28, 30 mm (Each)
95 High flow Nasal Cannula
96 Hight of Patient Indicator
97 Holter machine with Interprator
98
Hospital Semi Fowler Bed (SS Panels)
Interlocking Nail Tibia 9mm. 28, 30 Each
Finish: Epoxy Powder Coated
23 | P a g e
Four Location for I.V Rod
2 Section Top Made of Perforated M.S. Sheet
Frame work made of Rectangular M.S Tube
99 Infusion Pump with PMO Line
100 Instrument Trolly SS 304 Grade Steel
101 Jobson Horne probe
102 Journey Retractor forceps Large
103 Journey Retractor forceps Medium
104 Keratone- 3.2 Blade
105 Kidney Tray
106 Laryngeal Mirror (Different Size)
107 Laryngoscope (Neo+Pedia) Each
108 LED Head light with chargeable battery operated
109 Lifter
110 Locking DCP Plate for Human 6, 7, 8, 9 Holes (Each)
111 Long teller Scissor
112 Lower Molar Forceps
113 Lower Premolar Forceps
114 Lower Roots Narrow Forceps
115 Lower third Molar Forceps
116 Major Basic Surgery Set
117 Malate
118 Mastoid Cell Seeker with curette at one end
119 Medicine Tray
120 Medium Curved Scissor
121 Mercury Thermometer
122 Metallic suction tube
123 Micro Cuvettes
124 Micro ear forcep oval cupped jaw straight 80 mm. Shaft 1.5 mm thick
125 Micro pick 90 degree angled 165 mm, length 0.2/0.4/0.8/1.5 mm. (Each)
126 Micro Respiratory - 160 mm length
127 Microdebrider (System)
128 Micromotor and Hand Piece - Straight
129 Microspore 2" 4"
130 Microsuction Tips All sizes with adaptors (Set)
131 Minor Basic Surgery Set
132 Monitor SPO2 Probe
133 Monitor Trolley
134 Mosquito Forceps Curved
135 Mosquito Forceps Straight
136 Mouth Gag- Fergusan
137 Mouth Gag- Heistor
138 Mouth Gag- Molt
139 Multiparamonitor (Schiller) / BPL
140 Myringotomy Set
141 Needle distroyer
24 | P a g e
142 Needle Holder (Big Size)
143 Neonatal Rustication Kit
144 Neonate Eye pad
145 Non Rebreathing Mask (Pedia+Neo) (Each)
146 O.T Table Hydrolic O.T Table
147 O2 Cylinder with Regulator (B Type 1 Cubic Meter)
148 Oesophagoscope Rigid of different size with light source (Set)
149 Operating Microscope for EYE Dept.
150 OPG X-Ray machine/Dental X-Ray machine
151 Oxygen flow meter with humidifier
152 Patient Streture Trolly ss
153 Pediatric Ventilator Model - Neovent
154 Per Continuous Nerve & Plexus Block needle set with catheter (5cm) STIMUPLEX
155 Per Cutanious Discetomy Probe (DEKMPRESSOR from Stryker)
156 Percutanious Stryker Multi - Gen Radiofrequency Generator for Radiofrequency nerve ablation
157 Periosteal Elevator Howarth (Flat & long)
158 Phototherapy Double Surface
159 PMO Line
160 Proctoscope
161 Psychological Test Equipment
1. Project Test
2. Intelligence Test
3.Persmality Test
4. Neuro Psychological Test
162 Punch Biopsy (2.5 mm)
163 Radiant Warmer
164 Removac Suction Drain
165 Ribbon Right Angled Retractors
166 Room thermometer
167 Rubber ball
168 Saline Stand
169 Saving Blade
170 Schuhknecht Post aural retractor- 3x3 sharp prongs curved 130 mm length
171 Schwaber adjustable self retaining Surgical Ear Speculum - 30 mm blade length, 165 mm.
172 Schwaber adjustable self retaining Surgical Ear Speculum - 50 mm blade length, 165 mm.
173 Scissor Large Curved
174 Scissor large Straight
175 Scissor Small Straight
176 Scissor Stitch Cutting
177 Scolin
178 Shadow Less Lamp Ceiling LED 179 Side port Blade
180 Skin Stapler
181 Spinal Needle No- 27
182 Spinal Needle No-22
183 Spinal Needle No-24
25 | P a g e
184 Spinal Needle No-25
185 Spinal Needle No-26
186 Sponge Holder
187 SS Head & Foot Bows with laminated panels.
188 Steel Bowel (Medium Size)
189 Steel Tray (Medium Size)
190 Steel Tray Kidney
191 Stethoscope Doctor/Litman
192 Straight Scissor (medium)
193 Suction machine (Neonatal) Manual
194 Suction machine (Soundless)
195 Suction Tube - 12
196 Suction Tube - 14
197 Suction Tube - 8
198 Supra cendylar Nail (Interlocking) for femer 9mm. 20, 25,
199 Suture cutting Scissor
200 Suturing needle pack of 6 - Curved Cutting Round body
201 Suturing needle pack of 6 - Straight
202 Tongue Blades (Plane & Slotted with groove for ET tube) (Different Size)
203 Tongue Depressor
204 Tonsil dissector and retractor
205 Tonsil holding forcep
206 Tonsillar snares
207 Tonsillectomy, Adenoidectomy and Tracheostomy Sets
208 Tourniquet
209 Towel Clip
210 Tracheal Dilator Small & Large (Each)
211 TRACHEOSTOMY SET
212 Trial Set for Refraction
213 Ultrasound machine with Colour Doppler Two Probe
214 Ultrasound Thermal Printer Normal type (Roll)
215 Umbilical Artery Catheter
216 Upper Anteriors Forceps
217 Upper Molar Left Forceps
218 Upper Molar Right Forceps
219 Upper Premolars Forceps
220 Upper Roots Narrow Forceps
221 Upper third Molars Forceps
222 UV Chamber
223 Ventilator inlet & Outlet pipe
224 Ventilator Tubing Set
225 Vital Multi Para Monitor
226 Water Bath (Electric)
227 Weighing machine Neonatal+Pedia (Each)
228 Wilson's artery forceps small & large (Each)
229 Wire cutter
26 | P a g e
230 Wood Lamp
231 Yankuer suction tube
SL No. CNC Total
1 65 KVA for Computer
2 A3 Size Paper (Legal)
3 A4 Size Paper (Packet)
4 Anti virus Quick Heal (3 in One)
5 Apron Green Cotton Full Size
6 Apron (Rubber)
7 Apron Cloth Gown
8 Apron Disposable
9 Apron Plastic
10 Aquittance Roll
11 Attendence Book (Printed)
12 Battery (PBx650)
13 Battery (Torch 935)
14 Battery (Torch 950)
15 Battery +Inverter(Set)
16 Battery 100 Ah Vehicle Battery
17 Battery 150 Ah Tubular Battery for Inverter
18 Battery 150 Ah Vehicle Battery
19 Battery 65 Ah Vehicle Battery
20 Battery 80 Ah Vehicle Battery
21 Battery Pencil
22 Blood Investigation Slip
23 Blood Requisition form
24 Book Self
25 Brass Scrue
26 Calculator 12 Digit
27 Call Bell
28 Camera Cover
29 Carbon Paper
30 Cartridge - Prodot -2612 A (for HP -1020 printer)
31 Cartridge -388
32 Cartridge Brother's
33 Cartridge for H.P Laser jet PLH-388 A for TMT
34 Cartridge HP 20 No.
35 Case Sheet
36 Ceiling Fan 48" (Branded 5 year warranty)
37 Chair (Revolving)
38 Chair Cushion
39 Chair Excutive
40 Chair Plastic
41 Chalk /Pencil (In Packet)
42 Chemical Investigation form (100 form x one Book
43 Combined Chair (Set of 3 Chair)
44 Combined Switch Socket 16 Amp
45 Common Pin (Packet)
27 | P a g e
46 Computer Set (Desk top) with UPS & key board N-10
47 Computer Table
48 D.T Slip
49 Disposable Cap
50 Door bell
51 E.O.P.D Slip (Unprinted)
52 Elisa Printer Paper (Roll)
53 Envelop Large (Printed JLNMCH, Bhagalpur)
54 Envelop Small (Printed JLNMCH, Bhagalpur)
55 Extension Board
56 Face Mask Disposable
57 Face Mask Green Cloth
58 Fast nut - 10mm.
59 Fly Leaf (Plastic Coated) (Printed JLNMCH, Bhagalpur)
60 Fly Leaf (Printed JLNMCH, Bhagalpur)
61 Folder file (Printed JLNMCH, Bhagalpur)
62 Form - F - Size ¼ Demay 2 Page Printing Purfrating Original Copy - 2 Page Printing Carbon Copy Book Banding 200 Page & Number Choplikat
63 Geaser Branded
64 Gen pen (Black, Blue, Red) Each
65 Hand Towel
66 Hand Wash (1 Litre)
67 Harpic Lotion
68 Hot Blower 1000/2000 Watt.
69 Inverter/Home UPS 1 KVA (12 Volt DC)
70 Iron Bucket 16"
71 Key Board (for Computer)
72 L.B Soap
73 Ladder (Metal folding Type)
74 Laging (Linen)
75 Laptop (Quade core processor/2 GB ram)
76 Laser Printer
77 LED Vapour 100 Watt.
78 Legal Size paper
79 Lock Godrej (6 Liver)
80 Lock Godrej (7 Liver)
81 Medicological Report form with Office Copy Printed JLNMCH, Bhagalpur
82 Mosser Bear - CD
83 Mouse
84 Mucus Extractor
85 Multimedia Projector
86 Multimedia Screen Wall hanging type 6'x5'/12"x5"
87 Multimedia sound system fitting with wireless mic
88 Notice Board
89 Office Chair S Type
90 Office file with Printed JLNMCH, Bhagalpur
91 Office Table
92 Patient Examination Table
93 Pen drive (64 GB)
28 | P a g e
94 Photocopier machine
95 Plan Investigation form (100 form x one Book
96 Portable Light
97 Printer Colour
98 Refrigerator (Freeze) 280 Litre Froast Free
99 Refrigerator (Freeze) Froast Free 190 Litre
100 Register No. 20
101 Register No. 22
102 Register No.10
103 Register No.12
104 Register No.14
105 Register No.16
106 Register No.18
107 Register No.4
108 Register No.6
109 Register No.8
110 Regulator
111 Room Freshner
112 Sakir Tap
113 Scanner (Canon) Image Runner
114 Shoes Cover
115 Sleeper (Pair)
116 Small Rack 10"x36"x18" 18/20
117 Stabilizer 5 KVA/110 Volt onward
118 Stair Tubular Battery
119 Stapler (Big & Small) Each
120 Stapler Pin (10 No.) (In Packet)
121 Stapler pin (For Big & Small Stapler) each pkt.
122 Steel Chair
123 Steel Rack 72"x36"x20" 18/20 Gu
124 Stock Register
125 Stool revolving
126 Stop watch
127 Table Godrej Type
128 Table (Full Secretreate)
129 Table (Half Secretreate)
130 Table (Wooden)
131 Table 4x6
132 Table 5'x3'
133 Table Cloth
134 Table Glass 6 mm.
135 Tag (Bunch)
136 Tea Cup Plate
137 Tray
138 Treat Chart Slip
139 Tube Light Set LED (Branded)
140 Tube Light Set Normal (Branded)
141 Tube Rack (Big)
142 Tubing for attachment 02 Supply
29 | P a g e
143 UPS 2 KVA for Medical Equipment
144 UPS 3 KVA for Medical Equipment
145 UPS 5 KVA for Medical Equipment
146 UPS Battery 42 Ah Seald Battery
147 UPS Battery 65 Ah Seald Battery
148 UPS Battery 7.2 Ah Seald Battery
149 View box Small/Big Size
150 Water Cooler with RO
151 Water Purifier machine 20 Litre
152 Wheel Chair
153 White Paper
154 Writing Board
155 X-Ray Slip
156 Pipe U.P.V.C & G.I - 1", ¾", ½", (Each)
157 Elbow U.P.V.C & G.I - 1", ¾", ½", (Each)
158 Tee U.P.V.C & G.I- 1", ¾", ½", (Each)
159 Shocked U.P.V.C & G.I- 1", ¾", ½", (Each)
160 Union U.P.V.C & G.I- 1", ¾", ½", (Each)
161 MTA U.P.V.C - 1", ¾", ½", (Each)
162 FTA U.P.V.C - 1", ¾", ½", (Each)
163
Nepul 1"x2", ¾"x2", ½"x2" (Each)
Nepul 1"x4", ¾"x4", ½"x4" (Each)
Nepul 1"x6", ¾"x6", ½"x6" (Each)
164 Reduiser Shocket U.P.V.C & G.I- 1"x ¾", ¾"x ½", 1x ½" (Each)
165 Reduiser Tee U.P.V.C & G.I- 1"x ¾", ¾"x ½", 1x ½" (Each)
166 Bib Cock (C.P)
167 Angi Cock (C.P)
168 Pilar Cock (C.P)
169 ½" Stop Cock (C.P)
170 Connection Pipe 1.5, 2 Foot (Each)
171 West Capling
172 1" Section Pipe
173 1¼" Tell Nepul
174 Nepul ½x12"
175 Safeda
176 UPVC Bound
177 Teflong Tap
178 Steel Pluge GI 1", ¾", ½", (Each)
179 Cap U.P.V.C & G.I- 1", ¾", ½", (Each)
180 Ball Cock Brash 1", ¾", ½",
181 Ball Valve Brash & UPVC 1", ¾", ½", (Each)
SL No. lkexzh
1 16 Amp Top 3 pin
2 A.C Box (Havells)
3 Abdominal Sheet
30 | P a g e
4 B.T Form
5 Baby Towel
6 Ball Pen
7 Basaber 100 Amp. Make Reputed Company
8 Basaber 200 Amp. Make Reputed Company
9 Basamber 500 Amp. (Havells) Make Reputed Company
10 Beat Clip. 6 mm.
11 Bed Side Locker SS
12 BHT Paper
13 Bleeching Powder (in Kg.)
14 Blood Storage Fridge Graph paper
15 Bloting Paper
16 Board (4'x4') Electric PVC
17 Board (7'x4') Electric PVC
18 Board (8'x10') Electric PVC
19 Board (8'x12') Electric PVC
20 Board (8'x6') Electric PVC
21 Board PVC Prepared (4x4) (1 switch & 1 Socket)
22 Board PVC Prepared (7x4) (3 switch & 1 Socket)
23 Board PVC Prepared (8x10) (8 switch & 1 Socket)
24 Board PVC Prepared (8x6)
25 Botal Thamble or Ring Themble- 120mm
26 Botal Thamble or Ring Themble- 150mm
27 Botal Thamble or Ring Themble- 185mm
28 Botal Thamble or Ring Themble- 240mm
29 Botal Thamble or Ring Themble- 300mm
30 Botal Thamble or Ring Themble- 35mm
31 Botal Thamble or Ring Themble- 400mm
32 Botal Thamble or Ring Themble- 500mm
33 Botal Thamble or Ring Themble- 50mm
34 Botal Thamble or Ring Themble- 70mm
35 Botal Thamble or Ring Themble- 95mm
36 Botton Holder
37 Bulb 400 Watt)
38 Bulb LED 30,60,100 Watt)
39 Cable Tie 6"/12"/15"
40 Carpet met
41 CFL 14 Watt Branded
42 CFL 18 Watt Branded
43 CFL 20 Watt Branded
44 CFL 40 Watt Branded
45 CFL 85 Watt Branded
46 Chaina Kanti 1" (Nail Kanti)
47 Chaina Kanti 1½" (Nail Kanti)
48 Chaina Kanti 2" (Nail Kanti)
49 Chaina Sidal 11/4"
50 Chaina Sidal 3/4"
51 Chaina Sidal 1"
52 Chair (Godrej)
31 | P a g e
53 Change Over 100 Amp. Havells ISI Branded Company
54 Change Over 1100 Amp. ISI Branded Company
55 Change Over 200 Amp. Havells ISI Branded Company
56 Change Over Switch 500 Amp. ISI Branded Company
57 Clear paper carrying bag cover
58 Condunser 2.5 /3.5 MFD
59 Condunser 8 MFD
60 Copper Earth wire 16 No.
61 Cover file Printed JLNMCH, Bhagalpur
62 Cup- Cloth
63 Curtain Door (in meter)
64 Dettol hand Wash
65 Diary Register (Printed)
66 Diet Coupan
67 Discharge Slip
68 Door Closer (1 Switch fitting)
69 Dustbin (Big Size)
70 Dustbin (Small Size)
71 Earthing (Electrical)
72 ECG Thermal Paper A4 Size for philips ECG Machine (in packet)
73 ECG Thermal Paper for 6108T BPL machine
74 Elbow Pipe 1"
75 Elbow Pipe 3/4"
76 Electric Chowk 400 Watt.
77 Element 2 Kw
78 Exhaust fan 18" Branded
79 Flate File
80 Flexible Pipe 1.5" (Bandle)
81 Flexible Pipe 25mm
82 Flexible Pipe 32 mm
83 Foot Step 2/3 Step
84 French chowk
85 Glucometer
86 Guard file
87 Gum (1000 ml.)
88 Hand Sanitizer
89 Hawai Chappal
90 Holder
91 IFT Cable Wire with Electrode
92 IFT Machine
93 Ignator 250 watt.
94 Indent Book
95 Ink pad
96 Investigation Form
97 Iron Bed 6'x3' Perforated Bearing Load of 200 kg.
98 Iron Rack
99 Iron table
100 Issue Register (Printed)
101 J-Box PVC 1" (Four way)
32 | P a g e
102 J-Box PVC 1" (Two way)
103 J-Box PVC 1" (Three way)
104 J-Box PVC 3/4 (One way)
105 J-Box PVC 3/4 (Two way)
106 J-Box PVC 3/4 (Three way)
107 Kachha Tape
108 Leggings
109 MCB 10 Amp. Reputed Brand
110 MCB 16 Amp.
111 MCB 32 Amp.
112 MCB 63 Amp.
113 Mosquito Net
114 Name plate for all the doctors & Room
115 O.T Surgeon Chair
116 Panel main swtich - 500 Amp (Havells)
117 Paper Pin (Unique T Shape)
118 Paper Roll
119 Paper weight
120 Pedastal Fan (Usha)
121 Permanent Marker Pen
122 Permanent Marker Pen (Blue)
123 Permanent Marker Pen (Red)
124 Pillow
125 Pillow Cover (White)
126 Plain paper (Jista)
127 Plastic Bucket (20 Litre)
128 Plastic Bucket (50 Litre)
129 Plastic Chair
130 Plastic Drum (50 Litre)
131 Plastic Wire 23x76
132 Plug 15 Amp.
133 Plug 5 Amp.
134 Punching machine (Single & Double) Each
135 PVC Gulli 1.5"/2"
136 PVC Pipe- ¾"
137 PVC Pipe 1"
138 Ring Thamble- 50mm+70mm+95mm+72mm+120mm +150mm+185mm+240mm+300mm+500mm (Each)
139 Rubber Sheet
140 Rubber Sheet 8"x12"
141 Rubber Tap
142 Scale
143 Screen (parda) 3 Step
144 Screw metal bolt 35 mm.
145 Self Locker
146 Shaving Blade
147 Shoe Cover
148 Sketch pen
149 Socket 15 Amp.
33 | P a g e
150 Socket 5 Amp.
151 Sofa Set
152 Stamp pad
153 Stamp Pad Ink (100 ml.)
154 Steel Nut bolt. - 2"x1.5"x2.5"x2.5"x2"3"x2.5"
155 Steel Scrue ½"
156 Steel Scrue 1"
157 Steel Scrue 3/4"
158 Surf (kg)
159 Surgeon Gown Cotton
160 Surgeon Kurta paizama
161 Surgeon's Dress for OT
162 SWD Cable wire-
163 Switch 100 amp (Main switch) (Reputed Brand)
164 Switch 15 Amp (Reputed Brand)
165 Switch 200 amp (Main switch) (Reputed Brand)
166 Switch 32 amp (Main switch) (Reputed Brand)
167 Switch 5 Amp (Reputed Brand)
168 Switch 500 amp (Main switch) (Reputed Brand)
169 Switch 63 amp (Main switch) (Reputed Brand)
170 Switch Lamp
171 T.P.N.D.V Box
172 Table Top Writing Desk
173 Themble (Lox) 120 mm.
174 Themble (Lox) 150 mm.
175 Themble (Lox) 185 mm.
176 Themble (Lox) 240 mm.
177 Themble (Lox) 300 mm.
178 Themble (Lox) 35 mm.
179 Themble (Lox) 400 mm.
180 Themble (Lox) 50 mm.
181 Themble (Lox) 500 mm.
182 Themble (Lox) 70 mm.
183 Themble (Lox) 95 mm.
184 Thermal Paper (CBC Test Roll)
185 Thermal Printer Paper A4 Size for TMT
186 Thermometer
187 Thermometer for New born
188 Tissue Paper with Holder
189 Torch (4 Cell)
190 Towel (Big)
191 Towel (Medium)
192 Towel (Small)
193 Towel Operation 1.5 m x1m
194 Treatment Chart A4 Size
195 Wall Fan 12" Branded
196 Wash Solution - 4x450 ml.
197 Whitener
198 Wiper
34 | P a g e
199 Wire (1 mm coil) (Reputed Brand)
200 Wire (1.5 mm coil) (Reputed Brand)
201 Wire (10 mm coil) (Reputed Brand)
202 Wire (2.5 mm coil) (Reputed Brand)
203 Wire (4.0mm coil) (Reputed Brand)
204 Wire (6.0 mm coil) (Reputed Brand)
205 Wire (PBC) 320 (Reputed Brand)
206 Wire (PBC) 720 (Reputed Brand)
207 Wire 23/76 (Reputed Brand)
208 Wire 7/14 (Reputed Brand)
209 Wire 7/6 (Reputed Brand)
210 Wire Clip 6 mm.
211 Wire Flexable Coil (Reputed Brand)
SL. No. Pathology
1 A.S.O Kit with Calibrator Set 1x50
2 ABG Kit (Simens)
3 Abo group
4 Alanine amino transference (ALT) (5x12)
5 Alkaline Phosphate (4x62.5)
6 Amikacin (1x12)
7 Amoxycillin (1x12)
8 Amylase (6x50)
9 Australia Antigen Test (HBSag) Kit
10 Auto clave (Electric) 1x20
11 Auto Pipatte fixed. (10 ul.)
12 Auto Pipatte fixed. (20 ul.)
13 Auto Pipette Tips (1000ul)
14 Auto Pipette tips 100 (ul.)
15 Azythromycin (1x12)
16 Benedict sd Solution 500 ml.
17 Biker 1 Litre (Borosil)
18 Biker 500 ml (Borosil)
19 Biker Holder
20 Biliary Stant
21 Bilirubin. Meter
22 Blood Glucose Strip
23 Blood Lancet (1x100)
24 Blood Sample Calibrator(1x15)ml
25 Calcium (2x125) ml.
26 Capillary tube (1x100)
27 Carbon Fuchsin (Dilute)
28 Cartilage 300 LX
29 Cartilage for Printer
30 CBC Vial
31 Cefixime (1x12)
32 Cefodaxime (1x12)
33 Cefodoxime (1x12)
34 Cefotaxime (1x12)
35 Ceftriaxone (1x12)
35 | P a g e
36 Cefuroxime (1x12)
37 Cetrifuge machine
38 Chickengunia Test Kit
39 Chloramphenicol (1x12)
40 Cholesterol (4x250 ml. (ERBA)
41 Christmas Tree Stain
42 Ciprofloxacin (1x12)
43 CK-MB Control Low/High (4x3) ml
44 Clenac (Green) 5 Litre.
45 Clenac 3 (White) 5 Litre
46 Clot Vial
47 Colin
48 Coomb's Reagent
49 Counting Chamber (Full Set)
50 Cover Slip (1x50)
51 C-R.P Kit with Calibrator Set 1x50
52 Creatnine Kit (4x250) ml.
53 CS Acidic Detergent (1x500)
54 Cs Alkaline Detergent (1x2000)
55 CS Anti-bacterial Phosphorus free detergent (1x500)
56 CT Detergent/Cleaner
57 CT Diluent
58 CT Scan Film
59 Deionised Water -05 Litre
60 Dengue test Kit- NSI
61 Dengue test Kit-DUOS (AG+IGG/1Gm. Card)
62 Deoonised Distilled Water (Jar)
63 Dilu Cell (20 Litre)
64 Direct Bilirubin (2x125)
65 Dispenser
66 Distilled Water 5 litre
67 EDTA Vial
68 Elical - 2 (4x3)
69 Elittol - 1 (10x5)
70 Erba Glucose Kit. Code no. - 120200 (2x200 ml.)
71 ESR Stand
72 ESR tube
73 EZ Cleaner (100 ml.)
74 Filter Paper
75 Fluoride vial
76 FSH Kit
77 Gas Lamp
78 Gentamycin (1x12)
79 Giemsan stain
80 Glass tube
81 Glucose (4x250)
82 Glycosylatad (Hb%)
83 Haemoglobinometer (Hb% Meter Set)
84 HBA1C Calibrate Set
36 | P a g e
85 HBA1C Control Set (4x0.5)
86 HBSag Blood test Kit
87 HBsAg Kit
88 HCV Kit
89 HCV Rapid test kit
90 HDL Cholesterol Calibrate Set
91 HDL Cholesterol Control Set
92 HDL Cholesterol(1x60) ml.
93 HDL Cholesterol(4x80) ml.
94 Hematocytometer
95 Hemolynac (500 ml.)
96 HIV Blood test Kit
97 HIV test Kit
98 ISE Blood Quality Control High (1x50) ml.
99 ISE Blood Quality Control Low (1x50) ml.
100 ISE detergent (1x100)
101 ISE Diluents detergent (1x2000)
102 ISE Reference detergent (1x500)
103 ISE Standard high (1x50) ml.
104 ISE Standard Low (1x50) ml.
105 ISE Standard Solution(1x2000)
106 Isotonac (18 Litre)
107 Jel Card (For Cross match)
108 Jel card (For group test)
109 K3 Vaccutainer Vail.
110 Kalazar test Kit
111 Khan Tube Disposable (1x100)
112 Kinase-MB (CKMB) Calibrator Set
113 LDL Cholesterol ( 1x60) ml.
114 LDL Cholesterol Calibrate Set
115 LDL Cholesterol Control Set
116 Levofloxacin (1x12)
117 LHS Kit
118 Lipase with Calibrator Set
119 Lipid Profile Kit
120 Lyse (500 ml.)
121 Mac Conkey Broth 500 gm.
122 Malaria parasite Test Kit
123 Malaria Parasite Test Kit
124 Micro Faleria (Rapid) Test kit
125 Mono clonal (Anti AB)
126 Mono clonal (Anti ABD)
127 Multi - Q.C
128 Multi Strip (for urine Sugar & albumin estimation)
129 Multi-Calibrator Set (4x3)
130 Multichannel Auto pipette (05-50ul)
131 Multichannel Auto pipette (100-1000ul)
132 Multichannel Auto pipette (10-100ul)
133 N/10 HCL 500 ml. (Pathozyme)
37 | P a g e
134 Nitrofurantoin (1x12)
135 Occult Blood test kit
136 Ofloxacin (1x12)
137 Pasteur Pipette
138 Patch Testing Kits
139 Petri Dish (Single Use)
140 Plain Vial
141 Plastic tube
142 Platelets Fluids (1x500)
143 Platinium wire Loope
144 Pregnancy Test Kid (Pack)
145 Pregnancy Test Kit
146 PRL Kit
147 Probe Cleaner
148 R.A Test (50) ml.
149 R.A. Kit with Calibrator Set
150 RBC Fluid (1x500)
151 RBC Pipette (1x500) ml.
152 Reagent Cell Counter (For ten thousand testing) Kohden
153 Reagent for Auto Cell Counter (Cellenium Junior)
154 Rine Cell (20 Litre)
155 RPR Kit's
156 Sealing wax (Lah)
157 Semi Auto analyser (Erba) Transesia
158 SGOT 5x100 ml.
159 SGPT (5x125)
160 Single pipette - 0-100 u
161 Single pipette - 0-50 u
162 SLIDE (1x100)
163 Sodium Citrate 500 ml.
164 Spirit. Lamp
165 Staining Pot
166 Stone Extraction Ballon Tripple lumen
167 Strip for Urine Chemistry Analyser Mission U 120 (Pack of 100)
168 T3 Kit
169 T4 Kit
170 Teepal Solution (Dettol)
171 Test tube Disposable
172 Test tube rack
173 Thermal Paper (Urine test roll)
174 Throat swab stick with plastic tube (1x100)
175 Tissue Paper
176 Total Bilirubin (2x125)
177 Total Protein (2x125)
178 Tri Chloracetic Acid
179 Triglyceride 4x250
180 Trop Kit
181 TSh Kit
182 Typhoid Test Kit Strip
38 | P a g e
183 Urea 5x125 ml.
184 Urea Kit.
185 Uric Acid (6x100)
186 Urine Micro-Albumin with Calibrator Set (50 ml.)
187 Urine Pot
188 Urine Reasent test Strip
189 urine sample Container
190 VDRL test Kit
191 WBC Fluid (1x500)
192 WBC Pipette
193 Widal Kit
194 Zeihl-Neelfen Stain -
39 | P a g e
Annexure-II TECHNICAL TENDER FORM
Date__________
Ref. Your Tender Document No. _________dated ___________
To,
Superintendent
Jawaharlal Nehru Medical College & Hospital,
Mayaganj, Bhagalpur
1. We, the undersigned have examined the above mentioned Tender document
2. . We now offer to supply and deliver drugs and medicines in conformity with your above
referred document and as per table below:
3.
Sr. No. as
mentioned
in
Annexure
I & IA
Generic Name of drugs and
medicines and its specifications or
ME/CNC/SP
Unit Name of
Manufacturer
(Mandatory
to fill up)
3. If our tender is accepted, we undertake to supply the drugs and medicines ME & MIin
accordance with the delivery requirements given in the Tender document.
4. We further confirm that, if our tender is accepted, we shall provide you with a performance
security of required amount in an acceptable form in terms of para 10 of the Tender Document
for due performance of the contract.
5. We agree to keep our tender valid for acceptance as required in the Para 5 of the Tender
Document, or for subsequently extended period, if any, agreed to by us. We also accordingly
confirm to abide by this tender up to the aforesaid period and this tender may be accepted any
time before the expiry of the aforesaid period. We further confirm that, until a formal contract
is executed, this tender read with your written acceptance thereof within the aforesaid period
shall constitute a binding contract between us.
6. We further understand that you are not bound to accept the lowest or any tender you may
receive against your above referred tender enquiry.
7. We confirm that we do not stand deregistered/banned/blacklisted/debarred by any Govt.
Authorities.
8. We confirm that we fully agree to the terms and conditions specified in above mentioned
Tender Document, including amendment/ corrigendum if any.
(Signature with date)
(Name and designation) Duly authorised to sign tender for and on behalf of
________________________________________ (Name of Tenderer)
40 | P a g e
(To be Typed on the letter head of the Tenderer/firm)
Annexure-III
Format of Price Schedule
Sl. No.
As
mentio
ned in
the
annex
ure-1
GenericNa
me of the
Drug and
Strength/
Name
M/E/Misc.
Item
Stren
gth
Name
of
manu
factur
er
Unit
(One
tablet/I
njectio
n/Phil/
vial/am
poule)
Unit Price
(Inclusive of all Incidental
Charges excluding GST
GST
1 2 3 4 5 6 7
In figure In words
Rs. P.
41 | P a g e
Annexure-IV
BANK GUARANTEE FORM FOR PERFORMANCE SECURITY
To
Superintendent, Jawaharlal Nehru Medical College & Hospital, Bhagalpur, Department of Health,
Government of Bihar.
WHEREAS _____________________________ (Name and address of the supplier) (Hereinafter
called “the supplier”) has undertaken, in pursuance of contract no________________________ dated
_____________ to supply (description of goods and services) (herein after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you
with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified
therein as security for compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total of. ________________________ (Amount of the guarantee in words and
figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in
default under the contract and without cavil or argument, any sum or sums within the limits of (amount
of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before presenting us
with the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and the
supplier shall in any way release us from any liability under this guarantee and we hereby waive notice
of any such change, addition or modification.
This guarantee shall be valid up to 24 (Twenty four) months from the date of Notification of Award
i.e. up to ----------- (indicate date)
…………………………….
(Signature with date of the authorized officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
………………………………………………………….
Seal, name & address of the Bank and address of the Branch
42 | P a g e
Annexure-V
BANK GUARANTEE FORM FOR EMD
In consideration of the Superintendent, Jawaharlal Nehru Medical College & Hospital, Bhagalpur
(hereinafter called the “Tender Inviting Authority” or “Client”) has floated tender no. ---------------------------
(hereinafter called “said tender”), for purchase and supply of drugs as per terms and conditions mentioned in the
above tender, M/s --------------------(hereinafter called “Tenderer”) has decided to participate in above tender
process and agreed to production of an irrevocable bank guarantee for Rs.________ (Rupees
___________________ only) as an Earnest Money Deposit (EMD) towards compliance of its obligations in
accordance with the terms and conditions in the said tender.
We ______________________________ (hereafter referred to as the “Bank”) hereby undertake following:
1. We undertake to pay to the Client any money so demanded not withstanding any dispute or disputes raised by the
contractor(s) in any suit or proceeding pending before any Court or Tribunal relating thereto, our liability under this
present being absolute and unequivocal. The payment so made by us under bond shall be a valid discharge of our
liability for payment thereunder, and the contractor(s) shall have no claim against us for making such payment.
2. We further agree that the Guarantee herein contained shall (indicate the name of the Bank) remain in full force and
effect during the period that would be taken for the performance of the said tender, and it shall continue to be
enforceable till all the dues of the Client under or by virtue of the said tender have been fully paid, and its claims
satisfied or discharged, or till the Client certifies that the terms & conditions of the said tender have been fully and
properly carried out by the said contractor(s), and accordingly discharges this guarantee
3. We further agree with the Client that the Client shall have the fullest liberty without our consent , and without
effecting in any manner our obligations hereunder, to vary any of the terms & conditions of the said tender or to
extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Client against the said tenderer(s) and to forbear or enforce any of the terms
and conditions relating to the said agreement, and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the said tenderer(s) or for any forbearance, act of omission on the part of the
Client or any indulgence by the Client to the said tenderer(s) or by any such matter or thing whatsoever which under
the law relating to sureties would, but for this provision, have effect of so relieving us.
4. This Guarantee will not be discharged due to the change in the constitution of the Bank or the tenderer(s).
5. We lastly undertake not to revoke this Guarantee except with the prior consent of the Client in writing.
6. This guarantee shall be valid up to …............... unless extended on demand by the Client Notwithstanding anything
mentioned above, our liability against this Guarantee is restricted to Rs.________ (Rupees
_______________________ only) and unless a claim in writing is lodged with us under this Guarantee shall stand
discharged.
(Signature of the authorised officer of the Bank)
Name and designation of the officer
Seal, name & address of the Bank and address of the Branch
43 | P a g e
Annexure-VI
Format of Contract Agreement
THIS AGREEMENT made the........... day of ........................., 20___ Between ___________________
_____________________________ (hereinafter "the Purchaser") of the one part and M/s ______
______________________________ (hereinafter called "the Supplier") of the other part :
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz. Supply of Drugs and
Medicines/M/E in the tender reference No. ----/JLNMCH./DRUG/RC/20-- Dated _____ and has accepted a bid by
the Supplier for the supply of those goods and services for the sum of Rs.________/- (Rupees
__________________________________ only) (hereinafter called "the Contract Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned
to them in the Conditions of Contract referred to, and they shall be deemed to form and be read and construed as
part of this agreement.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:
a) The Letter of Acceptance issued by the purchaser.
b) The Notice Inviting Tender
c) The supplier’s bid including enclosures, annexures, etc.
d) The Terms and Conditions of the Contract
e) The Schedule of Requirement
f) The Technical Specification
g) Any other document listed in the supplier’s bid and replies to queries, clarifications issued by the
purchaser, such confirmations given by the bidder which are acceptable to the purchaser and the entire
Addendum issued as forming part of the contract.
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Purchaser to provide, the goods and services and to remedy
defects therein in conformity in all respects with the provisions of the Contract.
4. The purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods
and services and the remedying of defects therein, the Contract Price or such other sum as may become payable
under the provisions of the Contract at the times and in the manner prescribed by the Contract.
Brief particulars of the goods and services which shall be supplied / provided by the Supplier are as
under.
Sl.
No
Brief Description of
Drugs /M/E/
Name of
manufactu
rer
Tender
Qty. in
Nos.
Unit Price
(Rs.)
GST in % Total value
inclusive of
GST
44 | P a g e
DELIVERY SCHEDULE:
Supply shall complete within 15 days from the date of purchase order and as per Para 12 of the Tender
Document.
IN WITNESS where of the parties here to have caused this Agreement to be executed in accordance with their
respective laws the day and year first above written.
Signed, Sealed and Delivered by the
Said _____________________________________________ (For the Purchaser)
in the presence of ..........................................
Signature
Name
Address
Witness 1. 2.
Signed, Sealed and Delivered by the
Said _____________________________________________ (For the Supplier)
in the presence of ..........................................
Signature
Name
Address
Witness 1. 2.
45 | P a g e
ANNEXURE - VII
CHECK LIST
COVER - A. Page No.
1. Checklist – Annexure-VII 1 Yes No
2. EMD in the form of Demand Draft Yes No
3. Documentary evidence for the constitutions
of the company / concern firm registration
Certificate
Yes No
4. Self-attested copy of relevant drug License for
Manufacturing/stocking, selling and distribution
of the product quoted duly approved by the
Licensing authority for each schedule of product
quoted as per specification in the tender.
Yes No
6. Self attested copy of registration in GST
department.
Yes No
7. Letter of authority of manufacturer in favour of
Tenderer
Yes No
8. Income Tax clearance certificate of last Fin. Year Yes No
9. Declaration for not having been
debarred/blacklisted either by the Tender Inviting
Authority or by any State Government or by
Government of India
Yes No
10 Copies of balance sheet & profit loss
account for last year
Yes No
11 Turnover Certificate issued by practicing CA Yes No
12 Drug wise WHO-GMP/COPP certificate Yes No
13 Technical Tender Form as per Annexure-II Yes No
14 Tender document number signed and see of
office Yes No
15 Quality Certificates ISI/ISO/GE
Yes No