GOVERNMENT OF RAJASTHAN DIRECTORATE OF ANIMAL …
Transcript of GOVERNMENT OF RAJASTHAN DIRECTORATE OF ANIMAL …
-1-
GOVERNMENT OF RAJASTHAN
DIRECTORATE OF ANIMAL HUSBANDRY
TERMS & CONDITIONS
OF
THE RATE CONTRACT
OF
DRUGS & MEDICINES
2015 - 2017
PASHUDHAN BHAWAN,
GANDHINAGAR MOD, TONK ROAD,
JAIPUR, RAJASTHAN-302015
PHONE NO: 0141-2743331
FAX: 0141-2743267
E-mail ID :- [email protected]
Note: - Please read the Terms & Conditions carefully.
Incomplete Bid are liable to be rejected.
-2-
PART - I
TERMS & CONDITIONS OF BID AND CONTRACT
N.B. - BIDDER SHOULD READ THESE CONDITIONS CAREFULLY AND COMPLY
WITH THEM STRICTILY WHILE SUBMITTING THEIR BID. ALL PAGES OF THE
BID DOCUMENT ARE TO BE SIGNED, NOTARIZED & ELECTRONICALLY
SUBMITTED ONLINE. IF A BIDDER HAS ANY DOUBT REGARDING THE
CONDITION OF SPECIFICATION, MENTIONED IN THE BID NOTICE/
CATALOGUE, HE SHOULD, BEFORE SUBMITTING THE BID, REFER THESE TO
THE DIRECTOR, ANIMAL HUSBANDRY DEPARTMENT, RAJASTHAN, JAIPUR AND
OBTAIN CLARIFICATION. THE DECISION OF THE DIRECTOR, ANIMAL
HUSBANDRY DEPARTMENT, RAJASTHAN, JAIPUR SHALL BE FINAL AND
BINDING ON THE BIDDER.
1. Online Bid in two parts i.e Technical Bid (Part-I) and Financial Bid (Part-II) are to be
submitted till 2.00 PM on...................... to the Director, Animal Husbandry Department,
Rajasthan, Jaipur for the purchase of Drugs & Medicines for the year 2015-17.
(As per NIT No. ..................... date ..........................).
2. Eligibility criteria
i. Bidder shall be an Original Manufacturer having valid manufacturing license / Re-packers or
direct importer holding valid import license.
a. Original Manufacturer means a person/firm having its own unit that performs all the
manufacturing and processing operations needed to produce drugs and other items (desired
in the Bid) in their appropriate dosage forms/specifications, including processing, blending,
formulating, filling, packing, labeling and Quality testing with a valid license issued under
Drugs and Cosmetics Act 1940 and rules there under.
b. Re-packers means having a valid manufacturing license and product permission under
Drugs and Cosmetics Act and Rules who shall be eligible for submitting Bid only for items
mentioned as Cat. No. MG-4, MH-3, MH-4, MH-5, MK-2, MK-5 and MK-7.
Distributors/ Suppliers/Agents are not eligible to participate in the Bid.
ii. Average annual turnover in the last three financial years shall not be less than ` 1.5 crore for
SSI units of Rajasthan. For others the average annual turnover in the last three financial years
should not be less than ` 5 crores.
iii. For manufacturers of Feed Supplements only, the average annual turnover in the last three
financial years should not be less than ` 1.00 crores for SSI units of Rajasthan and ` 2.5 crores
for others.
iv. Bidder should have atleast three years Performance / Market Standing as a manufacturer/
importer/ re-packer and is required to submit a certificate issued in support of market standing
for each product quoted in the Bid, by a Competant Authority exercising powers under Drugs
and Cosmetics Act and Rules.
3. Brand names shall not be accepted in the Bid submitted. The Bidder has to submit the product
permission in generic names at the time of signing of the agreement. Imported products will be
accepted in brand names.
4. Bid should not be submitted for the product/products for which the concern /company has been
blacklisted / banned either by Bid inviting authority or Govt. of Rajasthan or by any other
State/Central Govt. and its drugs procurement agencies or else it will be liable for rejection at
any stage.
Signature of Bidder
-3-
5. Submission of Online Bid Forms
a. Online Bid super scribed “Bid of Drugs & Medicines for the year 2013 -15” shall be
submitted in two parts i.e Technical Bid (Part-I) and Financial/Price Bid (Part-II) to the
Director, Animal Husbandry Department, Pashudhan Bhawan, Tonk Road, Jaipur,
Rajasthan.
b. Rates shall be mentioned both in words and figures. The rates should mention Rajasthan
State Sales tax or central Sales Tax separately.
c. The Bidder should sign on every page of the Bid document, terms and conditions as a token
of his acceptance of all the terms & conditions of the Bid in to-to, and submit the same
online. Non receipt of the so desired Bid document duly signed by the Bidder shall render
such proposals in the Bid to be rejected.
d. Bid will be opened online in the presence of such Bidders who choose to be present.
e. Financial Bids of those Bidders who qualify in Technical Bid will only be considered for
finalization of Firm and Rates.
f. All enclosures/disclosures in the Technical Bid shall be filled in meticulously with precision
and with documentary evidence wherever necessary.
g. All the required documents / enclosures in Annexures …… to ……. have to be uploaded &
attached along with Technical Bid (Part-I of the Bid) only. Eligibility for Financial Bid
(Part-II of the Bid) will depend on the outcome of documents uploaded / electronically
attached to Technical Bid.
h. Financial Bid (Part-II of the Bid) shall contain only the details of rates offered.
i. The dates scheduled for Receipt & Opening of Bid is fixed. However, the Director Animal
Husbandry Department Rajasthan reserves the right of postponing the date of opening the
Technical or Financial bids or both in the event of any unforeseen circumstance.
j. If the last date for submission of Bid and opening of Bid happens to be a public holiday, the
notified dates shall automatically get postponed to the next working date.
k. Failure to upload the properly filled and signed Bid (Part-I & II) shall render the Bid
invalid.
l. The Director Animal Husbandry Department Rajasthan shall not be held responsible for
non-receipt of the Bid due to failure in uploading thereof for any reason whatsoever.
6. In the event of quotation being submitted by a firm it must be signed separately by each or any
member thereof. In the event of a partnership firm it must be signed on his behalf by a person
holding a power of attorney authorizing him to do so and in the case of company the quotation
should be executed in the manner laid in the Articles of Association. A letter of resolution must
be attached in favour of the authorized signatory Any change in the Constitution of the
Firm/Company shall be notified forthwith by the Bidder to the Director, Animal Husbandry
Department, Rajasthan, Jaipur and such change shall not relieve any former member of the
Firm/ Company from the liability under the contract. No new partner/ partners shall be accepted
in the Firm/ Company by the Bidder/Biding firm in respect of the contract unless he/ they agree
to abide by all its terms and conditions and submit to the Director, Animal Husbandry
Department, Rajasthan, Jaipur a written agreement to this effect. Receipt or acknowledgement
of any partner subsequently accepted as above will bind all of them and will be sufficient to
discharge for any of the purposes of the contract.
Signature of Bidder
-4-
7. Documents to be Electronically attached / Up-loaded in the Technical Bid
The Bidder should essentially upload the following attachments / certificates for the items
Bided along with the Bid document here after called "Part - I".
i. Proof of Bidding document Cost ` 400/- paid in favour of Director Animal Husbandry
Rajasthan, Jaipur.
ii. Proof of Processing Fees ` 1000 /- paid in favour of MD RISL Jaipur.
iii. Proof of Bid Security paid in favour of Director Animal Husbandry Rajasthan, Jaipur.
iv. Duly attested photocopy of manufacturing license for the products (Drugs & Medicines)
duly approved by the licensing authority for products quoted in the Bid. The license &
product list should be renewed and up to date.
v. In case of Manufacturing license applied for renewal, it is desired to upload the validity
certificate from the licensing authority in respect of their license that it continues to be valid
during the period of Bid process i.e after submission for renewal, till the time the license is
actually renewed.
vi. G. M. P. Certificate as per Revised Schedule M by Licensing Authority.
vii. a) Duly attested photocopy of import license for Drugs & Medicines in Form No. 10 If
applicable.
b) In case of imported Drugs & Medicines, license for sale issued by concerning licensing
authority duly attested.
viii. Competency Certificate issued under Price preference rules as well as Registration of SSI
units issued by the Director of Industries, Rajasthan in respect of stores for which they are
registered duly attested.
ix. Latest BIS license duly attested with Schedule 1 for ISI Marked items.
x. Certificate for clean record (Non Conviction Certificate) from the Drugs Controller of the
concerned state.
xi. In case any product manufactured by the firm is declared Sub Standard during last five
years, details of such products along with details of prosecution/ penalties must be given,
otherwise an undertaking by the Bidder on non-judicial stamp of ` 100 duly attested by
notary public be given to the effect that the Drugs & Medicines supplied during last five
years by them were not declared of spurious quality.
xii. Latest Sales Tax /VAT clearance certificate.
xiii. The Declaration form in Annexure "A" Signed by the Bidder and notarized.
xiv. Statement of annual manufacturing capacity and maximum capacity / quantity which can be
supplied in a quarter to AHD Rajasthan, within the provisions for supplies detailed in
Clause 24 of this Bidding document, for each item quoted in the Bid on a non-judicial
stamp of ` 100 which should be duly notarized.
xv. Bid Catalogue Ann. B duly signed on each page with seal.
xvi. Printed literature of the drugs and medicines quoted in the Bid.
xvii. Annual turnover statement for last three years.
xviii. Income tax return for last three years.
xix. Vat return for last three years.
Signature of Bidde
-5-
Note:
a. All documents duly attested by notary must be submitted online. Up-loading unattested
copies of the above documents will not be considered valid and shall render the proposal to
be rejected.
b. These documents should be under the name and address of premises where items quoted are
actually manufactured.
c. The Bid will be liable for outright rejection if any rates / discounts / special offers are
made in the Technical Bid.
8. Submission of Financial Bid
The Bid form duly filled as per BOQ (Financial bid) giving the rates for various items in
individual should be uploaded separately as Part - II here after called. "Financial Bid".
9. Bid cost, Processing Fees and Bid Security by way of DD must be submitted separately prior to
the date of opening of the Bid.
10. ISI/BIS marked items would be preferred and non ISI/BIS items will be considered only when
ISI/BIS category is not available in the participating Bid.
11. BID SECURITY
i. The Bid Security shall be @ Rs. 20,000/- for each item of drug quoted subject to minimum
of Rs. 1.00 Lacs and maximum of Rs. 5.00 Lacs. In liew of Bid Securing declaration shall
be taken from Undertakings and Corporations autonomous bodies, Registered societies, co-
operating societies which are owned or controlled or managed by of GoI & GoR. Bid
Security will be taken @ Rs. 5,000/- per item of drug quoted subject to minimum of Rs.
25,000/- and maximum of Rs. 1.25 Lacs, from SSI Units of Rajasthan. The Bid submitted
without sufficient Bid Security will be summarily rejected. The Bid Security will be
forfeited, if the Bidder withdraws its Bid during Bid validity period or in the case of a
successful Bidder, if the Bidder fails within specified time to sign the contract agreement or
fails to furnish the Performance security.
ii. The Bid Security must be submitted in favour of Director, Animal Husbandry, Rajasthan in
any of the following forms:-
Demand draft or Bankers cheque of a scheduled branch or Cash through treasury challan
under head 8443- Civil Deposits -103 - Performance securitys, (Kha) Deposits not bearing
interest.
iii. The Bid Security will be refunded to the unsuccessful Bidder in due course whereas in the
case of successful Bidder it will be treated as part of Performance security. However those
unsuccessful Bidders who opt to give their consent to supply at L1 price, will not be
refunded the Bid Security till the end of the rate contract period.
Signature of Bidder
-6-
12. It may also be noted that the department does not undertake to assist in the procurement of raw
material whether imported or controlled as well as restricted and as such the Bidder must offer
their rate to supply the specific items from own quota of stock by visualizing the prospect of
availability of raw material needed. Any of the above points if taken, as argument for non
supply/ late supply will not be entertained.
13. RATES
Rates and necessary particulars should incorporate net rates only. Separate free goods or cash
discounts should not be offered. Rate must be valid for the entire period of the Bid and must be
offered conforming to the following:-
i. Rates must be offered net only against the specified packing of the items. The net rate must
be inclusive of all charges by way of packing, forwarding, incidental or transit charges
including transit insurance and any other levies or duties etc. chargeable on the product. If
rates are quoted giving any free goods quantity or cash discounts the same shall not be
considered.
ii. Only Sales Tax/VAT charges and surcharge if applicable will be payable over net rate.
iii. Excise duty or surcharge prevailing on the date of submission of the rate must be included
in the net rate and should also be shown separately in the Financial Bid (BOQ). In the
event of any subsequent variation (increase or decrease) in these charges by the
government (state or central) the same will stand modified accordingly.
iv. Other statutory increase or decrease shall be agreed upon mutually between government
and Bidder and revised rates shall be applicable on order received by the contractor on or
subsequent to the date of such increase / decrease in government duty.
v. The rates should be confined as far as possible to the packing units mentioned in the
catalogue and different rate for different packing should be avoided. Further only total
price should be offered against specified item. In no case the rate should be split up
showing the cost of any on the component parts of the specified item. If split price are
found, the item may be treated as rejected.
vi. The rates must be written both in words and figures.
14. Comparison of rates of firms outside and those in Rajasthan:-
While tabulating the Bid of those firms which are not entitled to price preference, the element
of Rajasthan VAT shall be excluded from the rates quoted by the firms of Rajasthan and the
element of CST shall be included in the rates quoted by the firms of outside Rajasthan.
In such case if the price of any commodity being offered for sale by firms in Rajasthan is the
same or lower (excluding Rajasthan VAT) than the price of firm outside Rajasthan (including
element of CST), the commodity shall be purchased from the firm in Rajasthan.
15. GUARANTEE/ WARRANTY CLAUSE:-
The Bidder shall give guarantee that the goods/ stores/ articles would continue to conform to the
description and quality as specified ie up to the date of expiry or at least for next 1½ year from
the date of delivery, for items having no expiry date and that notwithstanding the fact that the
purchaser may have inspected and / or approved the said goods/ stores / articles.
Signature of Bidder
-7-
If during the specified period the said goods/ stores/ articles are discovered not to conform to
the description and quality as said for/ or have determined, and the decision of the purchase
officer in that behalf will be final and conclusive. The purchaser will be entitled to reject the
said goods/ stores / articles or such portion there of as may be discovered not to conform to the
said description and quality. On such rejection the said goods/ stores / articles will be at the
sellers risk and all the provisions relating to rejection of goods, etc., shall apply. The Bidder
shall, if so called upon to do so, replace the goods etc. or such portion there of as is rejected by
the Purchase Officer, otherwise, the Bidder shall pay such damage as may arise by reason of
such breach of the condition here in contained. Nothing here in contained shall prejudice any
other right of the Purchase Officer in that behalf under this contract or otherwise.
16. In case, any item supplied by the approved firm does not conform to the required standard the
payment there of, if received by the supplier shall have to be refunded to the indenting officer/
Director, Animal Husbandry Department, Rajasthan, Jaipur. Apart from this such supplier shall
be liable to be dealt with under provisions of Drugs & Cosmetics Act. The supplier will not
have any rightful claim to the payment of cost for substandard supplies which are consumed
either in part or whole. It may be noted that supply of goods less in weight and volume than
those mentioned on the label of the container is an offence and the same will be dealt in
accordance with the existing law and in such case even the contract is liable to be cancelled.
17. The names & specifications of articles which are offered should be mentioned against each item
of the catalogue. Mere indication of English/ USA/ Indian will not serve the purpose.
18. The approved supplier shall furnish a copy of laboratory test report, of the batch number of the
Drug & Medicines which has been supplied along with the bill.
19. In the case of supply of imported item the suppliers shall furnish a certificate along with the bill
to effect that the firm has completed all the formalities in connection with the import.
20. Drugs & Medicines shall be supplied of such batches which provide not less than 75% period
between the date of manufacturing to the date of expiry. Any supplies providing less than the
above mentioned period shall be made only on the permission of the purchase officer.
21. MARKING
MRP or rates should not be printed on the original label of Drug & Medicines. i'kq/ku fu%”kqYd
vkjksX; ;kstuk] jktLFkku ljdkj should be affixed/ printed/ stamped with indelible red ink on
the labels of all containers, vials, tubes, ampoules, strip and other packings etc.
22. DELIVERY OF GOODS
Delivery of goods shall be given F.O.R at the District Drug Stores in the Districts &
Kuchaman City or any other station added during the Bid period at the discretion of the
Director Animal Husbandry at the cost of supplier. The department will pay no cartage or
transportation or loading/unloading charge for the purpose.
23. PERFORMANCE SECURITY
All firms whose offers are accepted will have to deposit a Performance security equal to 5%
(five percent) of the total value of approximate quantity as per Bid catalogue. The Bid Security
of successful Bidder will be adjusted toward Performance security and balance will be given in
one of the following forms only.
Signature of Bidder
-8-
a. Cash through E-GRASS deposited under head "8443- Civil Deposits -103 - Performance
securitys, (Kha) Deposits not bearing interest.
b. Bank Draft or Banker Cheque of a scheduled bank in favour of Director, Animal Husbandry,
Rajasthan .
c. National Saving Certificates and any other script/ instrument under National Saving
Schemes for promotion of small savings issued by a Post Office in Rajasthan, if the same
can be pledged under the relevant rules. They shall be accepted at their surrender value at the
time of Bid and formally transferred in the name of purchase Officer at the time of
submission of Agreement.
d. Bank guarantee/s of a scheduled bank.
e. FDR of scheduled bank which should be in the name of procuring entity on account of
bidder and discharged by the bidder in advance.
Successful Bidders will have to execute an agreement on a Non Judicial Stamp Paper of
Requisite Stamp. in the prescribed form with the Director, Animal Husbandry Department,
Rajasthan, Jaipur and deposit security for the performance of the contract within 15 days from
the date on which the acceptance of the Bid under registered cover, is communicated to him.
The security will be refunded after a period of six months from the date of complication of all
contractual obligations including guarantee/warranty, whichever is later. No interest will be
paid by the department on the Performance security.
In case of breach of any terms and conditions of the contract or on unsatisfactory performance,
the amount of Performance security shall be liable for forfeiture in full or part by DIRECTOR
ANIMAL HUSBANDRY DEPARTMENT and decision of DIRECTOR ANIMAL
HUSBANDRY DEPARTMENT shall be final. If a Bidder fails to deposit the security or to
execute the agreement within the period specified, it will be treated as a breach of the terms and
conditions of Bid and will result in forfeiture of Bid Security besides any other action for this
default.
The expenses of completing and stamping the agreement shall be paid by the Bidder who shall
furnish to the Director, AHD, one executed stamped counter part of the agreement free of
charge.
NOTE:- Undertakings Corporations, autonomous bodies, registered societies, co-operative
societies which are owned, controlled or Managed by GOI/GOR, need not to furnish
amount of Performance security.
Firms registered with the Director of Industries, Rajasthan, Jaipur shall furnish the amount of
Performance security @1% of the estimated cost of the items quoted in the Bid.
It is to be noted that earlier years Bid Security/Performance security, even if lying in this
department, shall not be considered towards this contract and therefore Bid Security
/Performance security should be furnished afresh.
24. Inspection of Premises
The Director Animal Husbandry Rajasthan or his authorized representative (s) has the right to
inspect the factories / premises of those companies who have quoted for the Bid, before
accepting the rate quoted by them or before releasing any order (s) or at any point of time
during the continuance of the Bid. Director Animal Husbandry Rajasthan has the right to reject
the Bid or terminate / cancel the orders issued or not to re-order, based on the facts brought out
during such inspections.
Signature of Bidder
-9-
25. SUPPLY ORDERS
i. All the supply orders will be placed on the approved manufacturers / re-packers only (and
not to their Agents / Suppliers / Distributor etc.) by DIRECTOR ANIMAL HUSBANDRY
DEPARTMENT through registered post and /or email and the date of email /or registration
at the post office Whichever is earlier will be treated as the date of order for calculating the
period of execution. The supplying firms will execute all orders within the stipulated period
as mentioned below.
ii. The suppliers should execute supplies placed for items in the form of Tablets, Bolus,
Powders and liquids within 34 days and for injectable items within 45 days from the
date of Registered post /or E-mailing of the supply order. Liquidated damages will be
recovered for the days in excess of period prescribed for supply. Material delivered FOR
Store should be accompanied with laboratory test report for the same batch.
iii. If the supplier, on receipt of the purchase orders deems that the purchase orders exceed his
supplying capacity declared in the Bid documents and the delay would occur in executing
the order, he shall have to bring this to the notice of the DIRECTOR ANIMAL
HUSBANDRY DEPARTMENT immediately without loss of time and the purchase orders
shall have to be returned within 7 days from the date of the order, failing which the
supplier shall not be entitled for disputing the imposition of liquidated damages for the
delayed supply.
iv. The Bidder / approved supplier shall not assign or sublet his contract or any part thereof to
any other agency.
v. Every product supplied should be of good quality conforming to the specifications
approved. Supplies of goods less in weight and volume than those mentioned on the label of
the container / packing is an offence and shall be dealt with under the provisions of the
Drugs and Cosmetic Act & existing law.
vi. The supplies of the drugs & medicines will be considered to be complete only upon
receipt of the batch-wise laboratory test reports of the products supplied. The supplier
will not have any rightful claim to the payment of cost for supplies pending receipt of
laboratory tests. Products that do not meet quality requirements shall render the relevant
batches liable to be rejected. Any complaint communicated to the supplier regarding the
quality of the product supplied shall have to be attended by the supplying firm within a
period of 15 days from the receipt of the letter. Any communication done by the In-charge
District Drug Store / Office of the Director Animal Husbandry, Rajasthan will also have to
be attended in a similar manner.
vii. If the products do not conform to statutory standards, the entire stock will have to be taken
back by the Bidder within a period of 15 days from the receipt of the letter/ relevant
communication, at the expense of the Bidder / approved supplier and shall be liable for
relevant action under the existing laws. In such cases the defaulting supplier is liable to
indemnify DIRECTOR ANIMAL HUSBANDRY, without any protest or demur, for any
losses borne by him.
viii. In the event of non-supply or short supply for valid reason / hindrances beyond the control,
the Bidder (supplier to whom order has been placed) shall have to apprise the Director
Animal Husbandry, Rajasthan about the same in writing, at-least 15 days prior to the expiry
of the stipulated supply period and seek permission for extension of supply period. Director
Animal Husbandry, Rajasthan shall have the discretion to permit extension in the
stipulated period of supplies with or without Liquidated Damages.
Signature of Bidder
-10-
ix. In the event of failure of supplies or short supplies within the permissible supply period, and
due approval of extension in the supply period has not been sought, the relevant supply
order shall automatically stand cancelled up to the extent of non-supply or short
supply. The Director, Animal Husbandry Department, Rajasthan shall have the right and
discretion to transfer the supply order to Matched suppliers or resort to risk purchase from
other quoting firms available in the list of participating Bidders, in quantities up to the
extent of non-supply or short supply or from any other sources or open market on the rates
offered by them / prevalent market rates. Any extra expenses or difference in cost on this
account shall be recovered from the due payments or Performance security of the
defaulting Bidder and the defaulting supplier is liable to indemnify DIRECTOR ANIMAL
HUSBANDRY, without any protest or demur, for any losses borne by him.
x. Conditions such as “Non-availability of raw material” or “Escalation in the prices of
raw material” etc. put forth to justify the non-supplies or short supplies of the products
approved, during or at any point of time of the contractual period, will not be considered
and failure of supplying the indented product will be taken as willful refusal to supply. The
Director Animal Husbandry Department shall have all powers to recover any losses on
this account from any payments due to be made to the firm and /or forfeit the
Performance security and terminate the contract along with black listing the firm.
xi. If any products or items supplied by the Bidder has been partially or wholly used or
consumed after supply and are subsequently found to be “Not of Standard Quality
(NSQ)” or spurious or adulterated or misbranded with tampering of labels, in bad order,
unsound, inferior in quality or description or are otherwise faulty or unfit for usage then the
contract price or prices of such products will be recovered from the Bidder, if payment had
been made to him. In the event when payment has not been made, the Bidder will not be
entitled to any payment whatsoever for such product (s).
26. LIQUIDATED DAMAGES.
i. The time specified for delivery in the Bid form shall be deemed to be the essence of the
contract and the successful Bidder shall arrange supplies within the stipulated period on
receipt of the supply order from the Purchase Officer.
ii. In case of extension in the delivery period with liquidated damages, the recovery shall be
made on the basis of following percentage of value of Stores pending to be supplied –
Delay up to ¼ period of the prescribed Delivery period – 2.5%
Delay exceeding ¼ but not exceeding ½ of the prescribed delivery period - 5%
Delay exceeding ½ but not exceeding ¾ of the prescribed delivery period - 7.5%
Delay exceeding ¾ but is not exceeding the period equal to the prescribed delivery
period – 10%
Note :- Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is
less than half a day.
iii. The maximum amount of liquidated damages shall be 10%. Delay in supplies exceeding
the period equal to the prescribed delivery period shall render the supply order
cancelled and any supplies made beyond this period shall be the sole risk of the
approved supplier. Director, Animal Husbandry Department, Rajasthan shall not be liable
for any payments whatsoever on this account.
Signature of Bidder
-11-
27. QUALITY ASSURANCE
i. All supplies of Drugs & Medicinesdelivered to the District Drug Stores in the districts shall
essentially be accompanied with a batch-wise laboratory test report.
ii. In addition, the Director Animal Husbandry, Rajasthan or officer authorized by him will be
free to exercise the option of sending any number of samples, at any point of time during
the contractual period, collected randomly or on any complaint, to one or more than one
approved laboratories accredited by NABL and / or approved by the Drug Controller. The
handling and testing cost, charged by the testing laboratory shall be borne by the Bidder
(approved supplier). The Director Animal Husbandry shall have the liberty to deduct such
costs from the payments to be made against the supplies.
iii. The decision of Director Animal Husbandry, Rajasthan as regards ascertaining the quality
of the stores shall be final and binding upon the Bidder.
iv. The Bidder shall be responsible for proper packing and delivery of the material to the
consignee. Any loss, damage or breakage, leakage or shortage observed on receipt of
supplies and reported by the in-charge of the District Drug Store will be the responsibility of
the supplier who shall be required to make good the loss within 15 days from the date of
information sent by the In-charge of the District Drug Store. No extra cost on such account
shall be admissible. Failure to make good the above losses shall be liable for deduction
of the corresponding amount from bills which shall be final and binding.
v. Bidders shall be required to provide printed descriptive literature of the approved drugs and
medicines supplied to the districts, in sufficient number for distribution to the veterinary
institutions for their reference.
28. GENERAL CONDITIONS
i. Remittance charges on payment made to the firms will be borne by the firms.
ii. All correspondence /queries in this connection should be addressed to the Director,
Animal Husbandry Department, Rajasthan, Jaipur.
iii. Direct or indirect canvassing on the part of Bidders or their representative shall disqualify
their Bids.
iv. The quantity indicated in the catalogues are mere estimates and are intended to give an
idea to the Bidders, so as to enable them in deciding to under-take the responsibilities of
making supplies on most competitive rates to the Department keeping in view their
manufacturing and supplying capacities. The figures indicated in the catalogue do not
constitute any commitment on the part of department to purchase any of the articles in the
quantities shown therein against each or in any quantity whatsoever.
v. Purchase preference admissible to the PSUs of India and to the SSIs of the State of
Rajasthan together, shall not exceed 25% (10% for PSUs and 15% for SSI units). However
these units will be required to participate in Biding process and give their consent to
supply at L-1 Price.
vi. In the event when any SSI unit is not available to avail the benefit, the quota of 15% for
SSI units can be transferred to the PSUs i.e 25% of purchase preference can be made
admissible to the PSUs who have participated in the Bid and have consented to supply at
L-1 price.
Signature of Bidder
-12-
vii. Any provision not included in this document shall be governed by the relevant rules
mentioned in the latest GF&AR and Rajasthan Transparency in Public Procurement
Rules 2013 followed in Rajasthan.
viii. Any objection against the quantity of the approved item indented i.e. being more or less
compared to the proportion of quantity mentioned in the Bid document, will not be
entertained and shall not be acceptable as a ground for non-supply.
ix. The Departmental Standing Purchase Committee will have the right of rejection of all or
any of the quotations without giving any reason for the same. The right to conclude
parallel rate contracts with another firm for the stores detailed in this catalogue is also
reserved by the Director, Animal Husbandry Department, Rajasthan, Jaipur.
x. The Director, Animal Husbandry Department, Rajasthan, Jaipur can extend the original
rate contract, subject to original Terms and Conditions for a period deemed fit by him, but
not exceeding three months, for which the Bidder will have to abide.
xi. The contract for the supply can be repudiated at any time by the Director, Animal
Husbandry Department, Rajasthan, if the supplies are not made to his satisfaction after
giving an opportunity to the Bidder of being heard and after reasons for repudiation being
recorded by him in writing.
xii. Extra stipulation or any other condition contrary to the above Bid conditions are not
acceptable and may render the Bid liable to rejection.
xiii. Labeling & Packaging should be as per Drug & Cosmetic Act 1940 and rules thereof.
xiv. Specific narration of quality, specifications & classification etc. should be written in
covering letter Part-1 except RATES if the Bidder so desires.
xv. Bidders must make their own arrangements to obtain import license, if necessary.
xvi. If a Bidder imposes conditions which are in addition to or in conflict with the conditions
mentioned herein, his Bid is liable for rejection summarily. In any case none of such
conditions will be deemed to have been accepted unless specifically mentioned in the
letter of acceptance of Bid issued by the Director Animal Husbandry, Rajasthan.
xvii. The Director Animal Husbandry, Rajasthan reserves the right to accept any Bid not
necessarily the lowest, reject any Bid without assigning any reasons, accept Bid for all or
anyone or more of the articles for which Bidder has submitted quotation or distribute order
for items of stores to more than one firm/supplier.
xviii. The Bidder shall furnish the following documents at the time of execution of agreement
Attested copy of Partnership Deed in case of Partnership Firms
Registration number and year of registration in case partnership firm is registered
with registrar of firms.
Address of residence and office telephone numbers in case of Sole Proprietorship
Registration issued by Registrar of Companies in case of company.
29. APPROVAL OF FIRMS & SUPPLIES THEREOF
i. To ensure continued supply without any interruption, the Bid inviting authority reserves the
right to fix more than one supplier to supply the requirement among the qualified Bidders.
Orders will be placed periodically based on the stock positions of stores and supplying
capacity of firms.
Signature of Bidder
-13-
ii. After the conclusion of opening of Financial/Price Bid (Part-II), the Bidder with the lowest
price offer for each item quoted in the Bid shall be considered for negotiations. The lowest
rates arrived after negotiations will be declared as L-1 rates and the corresponding
successful bidders as L-1 Suppliers.
iii. The Bidders, who are declared as L-1 Suppliers for any number of items quoted in the Bid,
shall be required to execute necessary agreements and Performance security as specified in
the Bid terms, for the supply of the drugs / medicines for which their offered / negotiated
rates have been declared as L-1. Execution of the agreement and deposition of the required
Performance security shall entitle the approved L-1 supplier the priority for receiving and
executing the purchase orders placed by Director, Animal Husbandry Department.
iv. DIRECTOR ANIMAL HUSBANDRY DEPARTMENT will inform the L-1 rates of the
specific Drug/Medicines to all the next in line Bidders who had submitted the proposals for
such specific items and had qualified for Financial/Price Bid (Part-II) opening. He shall
invite their consent, to supply the specific Drug/Medicines (for which they had quoted the
rates) at a price matching the corresponding L-1 rate.
v. The Bidders, who agree to give their consent to match their rates with the corresponding L-
1 rates, will be considered as Matched L-2, L-3 supplier and so on, in the order of the rates
initially quoted by them, starting from the lowest. The Matched suppliers shall be required
to furnish the breakup detail (rate, CST, VAT etc.) of price (corresponding to the L-1 rate)
in his Undertaking submitted to the Director Animal Husbandry and execute necessary
agreements and deposit the requisite security amount as specified in the Bid document.
vi. Orders will be placed on priority to the L-1 Suppliers, up-to their capacity of supplies
admitted by them in the Bid proposals. However, if the demand / order to be placed
exceeds the supply capacity of the L-1 supplier for any specific item(s) then the order(s) can
also be placed with the other corresponding firms depending upon their respective
supplying capacity, in the ascending order starting from Matched L-2, L-3 and so on
who have given their consent to supply at L-1 rates.
vii. If the L-1 Supplier(s) fail to supply/ intimate DIRECTOR ANIMAL HUSBANDRY
DEPARTMENT about his or their inability/delay in supply within the stipulated time, or as
the case may be, then DIRECTOR ANIMAL HUSBANDRY DEPARTMENT may also
place purchase orders with the Matched Suppliers in the order approved as mentioned in
para (v) above for purchase of Drugs/Medicines provided such suppliers execute necessary
agreements and deposit the requisite security amount as specified in the Bid document.
viii. The Matched Suppliers (L-2, L-3 and so on so forth), on placement of purchase orders
to them, will be deemed as L-1 rate supplier (s) for the purpose of the Bid and all
provisions of the Bid document applicable to L-1 Suppliers, will also apply mutatis
mutandis to the Matched Supplier (s).
ix. In the event of default / unsatisfactory supplies / complaint in quality of the supplies on the
part of L-1 Supplier (s) it shall be the discretion of the Bid inviting authority to withhold or
cancel the orders placed / to be placed to such supplier(s) and divert them to the
corresponding Matched supplier (s) depending upon their respective supplying capacity in
the ascending order i.e. Matched L-2, L-3 and so on who have consented to supply at L-1
rates. In such cases the defaulting supplier is liable to indemnify DIRECTOR ANIMAL
HUSBANDRY, without any protest or demur, for any losses to him on this account.
Signature of Bidder
-14-
x. In the event of any emergency / exigency demanding immediate attention and extra supplies
of drugs / medicines arising from unwarranted reasons or reasons beyond control, it shall be
the sole discretion of the Director Animal Husbandry Department, Rajasthan to place /
designate any officer in the districts on his behalf to place purchase orders for the specific
medicine (s) from the approved list of drugs / medicines with any or more than one suppliers
from among the L-1 or Matched suppliers.
30. FALL CLAUSE
i. The price charged for the Store supplies under the contract by successful Bidder shall in no
event exceed the lowest price at which the successful Bidder sells the stores of identical
description to any other persons during the period of the contract.
ii. If any time, during the period of the contract, the Bidder reduces the sales price chargeable
under the contract, he shall forth with notify such reduction of sale price to the Director,
Animal Husbandry Department, Rajasthan, Jaipur and the price payable under the contract
of the stores supplied after the date of coming into force of such reduction or sale shall stand
correspondingly reduced.
iii. Articles rejected by the purchasing officer will have to be replaced by the Bidder at his own
cost within the time limit fixed by the purchasing officer. If however, due to exigencies of
government work such replacement either in whole or in part is not considered feasible, the
Director, Animal Husbandry Department, Rajasthan, Jaipur after giving opportunity to the
Bidder of being heard, shall for recorded reasons, be free to recover / deduct a suitable
amount corresponding to the cost of rejected supplies including any other losses from the
payments or any other dues to be made to the supplier. His decision in this matter will be
final. The defaulting supplier is liable to indemnify DIRECTOR ANIMAL HUSBANDRY,
without any protest or demur, for any losses to him on this account.
iv. Legal proceeding if any arising out of the Bid shall have to be lodged in courts situated in
Jaipur City only.
v. The Departmental Standing purchase Committee can relax any of the terms and conditions
of the Bid. In case of urgency the Terms & Conditions will be relaxed by the Director,
Animal Husbandry Department, Rajasthan, subject to subsequent confirmation by the Store
Purchase Committee.
31. INSURANCE
The goods will be delivered FOR at District Drug stores in perfect condition. The supplier, if
he so desires, may insure the valuable goods against loss by theft, destruction or damage by fire,
flood, exposure to weather or otherwise viz ( war rebellion, riot etc). The insurance charges
will be borne by the supplier and the state department will not be liable to pay any such charges
incurred by the supplier.
32. PAYMENTS
i. Advance payment will not be made.
ii. Unless otherwise agreed between the parties, payment for the delivery of the stores will be
made on submission of bill in proper form by the Bidder to the Purchase Officer in
accordance with GF & AR.
iii. All remittance charges will be borne by the Bidder.
iv. Payment of those goods which need testing shall be made only when such tests have been
carried out and test results received conforming to the prescribed specification.
Signature of Bidder
-15-
33. RECOVERIES
Recoveries of liquidated damages, short supply, breakage, rejected articles shall ordinarily be
made from bills. Amount may also be withheld to the extent of short supply, breakage, rejected
articles and in case of failure in satisfactory replacement by the supplier along with amount of
liquidated damages shall be recovered from his dues and Performance security available with
the department. In case recovery is not possible recourse will be taken under Rajasthan PDR
Act or any other law in force.
34. ARBITRATION
If any dispute arises out of the contract with regard to the interpretation, meaning and breach of
the terms of the contract, the matter shall be referred by the Parties to Additional Chief
Secretary/Principal Secretary, Animal Husbandry Department, Govt. Of Rajasthan who shall be
the Sole Arbitrator of the dispute and his decision shall be final and binding.
DIRECTOR
ANIMAL HUSBANDRY DEPARTMENT,
RAJASTHAN, JAIPUR
I / We have read the above terms and conditions and I / we agree to abide by the same
SIGNATURE OF BIDDER
-16-
Technical Bid ANNEXURE A
DECLARATION FORM
I/We -------------------------------------------------having our ------------------------------------------------------------
--------------------------------- Office at --------------------------------------------------------------------------------------
do declare that I/We have read all the conditions of the Bid floated by the Director, Animal Husbandry
Department, Rajasthan, Jaipur for supply of Drugs & Medicines for the period 2015-17 and agree to abide by
all the conditions set forth there in.
I/We declare that we are participating in this in the capacity of a ……………I/We enclose valid Drug/
Manufacturing License/ Import license along with authorization by foreign Principal bearing No. ……..
Valid up to …………… in support therefore. (PAGE…….)
I/We further declare that the rates offered by us shall remain valid for the entire period to the Bid. I/We have
enclosed the following documents as per details given against each:-
S.No ITEM
PARTICULARS
Mention Status of
submission
YES / NO
Page No.
1. Bidding Document cost
2. Processing Fees
3. Bid Security
4. Attested Photocopy of Manufacturing License / Validity
Certificate & Product permission of quoted items.
5. Attested Photocopy of Import License & License for
sale
6. G.M.P.Certificate as per Revised Schedule M by
License Authority
7. (i) Non Conviction Certificate
8. (ii) Details of any product declared Substandard
9. (iii) Affidavit of no product declared Spurious
10. BIS License for ISI Marked Products Quoted
11. Declaration form in Ann "A" Duly Signed & notarized
(As on this page)
12.
Competency Certificate issued under price preference
rules & Registration Certificate for SSI Units of
Rajasthan from Industries Dept.
13. Duly Signed Bid Catalogue in Annexure-B
14. Statement of annual Manufacturing Capacity &
Capacity to supply in a quarter to AHD Rajasthan
15. Latest S.T.C.C. /VAT C.C.
16. Turnover certificate for last three years in Annex - D
17. VAT return copy for last three years
18. Printed literature of the items quoted.
19.
Name & Specimen Signature of Officer of the Company
who is Authorised to make Correspondence with the
Department
Name ..............................................
Spec. Sign..............................................
Signature
Date: Name of firm & Address
Note: Please Number each page & mention the same in blanks as above before Submitting the Bid
-17-
Technical Bid ANNEXURE – D
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.
SI. No.
Years
Turnover in Lakhs (Rs.)
1.
2.
3.
Total
Rs.__________Lakhs
Average turnover per annum Rs._________________Lakhs
Date: Signature of Auditor/
Chartered Accountant
(Name in Capital)
Seal:
-18-
ANNEXURE-'E'
UNDERTAKING (Notarised on non-judicial stamp paper of Rs 100/-)
I/We_________________________________________having our office at___________________________________hereby give an undertaking -
(i) that in the Bid invited for Surgical Consumables by the Deptt. of Animal Husbandry, Rajasthan for RC period__________ my rates for the item/items __________________________figure at ___________ (L2, L3, L4, etc.) respectively.
(ii) that I/We agree to reduce our rates to the lowest (L1)
rates____________ for the item/items as approved by the Deptt. for _________ RC period in order to qualify as Match with L1 supplier.
(iii) that for this purpose I/We agree to continue to keep our Earnest Money of Rs._________ deposited with the Deptt. of Animal Husbandry till the end of rate contract period ________. (iv) that I/We agree to furnish my/our Rate Contract Agreement and Performance security amount as Match with L1 supplier to the Deptt. within stipulated time as soon as it is so demanded by the Deptt.. (v) that in case I/We fail to make RC agreement for supply of the item/items during RC period as Match with L1 supplier when demanded, then I/We give my/our consent for forfieture of this EMD as per Bid rules. (vi) that I/We agree to abide by the rules for making the supply of specified Surgical Consumables within stipulated time after receiving the Purchase Order from the Deptt. (vii) that I/We also agree to abide with any and all other rules specified in the Bid Document of the Deptt. Date : Place: Signature of Bidder
(with seal)
-19-
Directorate of Animal Husbandry Rajasthan, Jaipur
Catalogue of Medicine for The Year 2015-17 (Tenicial Bid) S.No.
1 Cat No.
2 Name of Articles with full specification
3 Packing
Unit 4
Approx Qty.
5
Rate Quoted or Non Quoted
Yes 6
No 7
{MA} Anaesthetics; Sedatives; Muscle Relaxants; Tranquilizers; Hypnotics; Etc
1 MA -1 Xylazine HCL 23.32 mg/ ml eq. to 20 mg of Xylazine 2 ml vial
2 MA -2 Atropine Sulphate 0.1% or 0.6 mg/ ml IP 30 ml vial
3 MA -4 Ketamine Hydrochloride 50 mg. per ml. 10 ml vial
4 MA -5 Lignocaine HCL 2% 30 ml vial
{MB} Analgesics; Antipyretics; Antiinflammatory; Antispasmodics
5 MB -1 Dexamethasone Sod Phosphate 4.4 mg/ ml eq. to Dexamethasone Phosphate 4 mg/ ml
10 ml vial
6 MB -2 Analgin IP 0.5 gm/ ml 30 ml vial
7 MB -3 Prednisolone I.P. 10 mg. per ml. 10 ml vial
8 MB -5 Meloxicam 5 mg/ ml BP 15 ml vial
9 MB -6 Meloxicam B.P.100 mg + Paracetamol l.P. 1500 mg Strip of 4 bolus
10 MB -7 Dicylomine Hydrochloride USP 10 30 ml vial
11 MB -8 Each ml. containing Phenyl butazone 200 mg & Sodium salicylate 20 mg
30 ml vial
12 MB -12 Nimesulide B.P 400 mg + Paracetamol I.P 1500 mg + Serratoiopeptidase 75 mg
Strip of 4 bolus
13 MB -13 Each ml contains Flunixin Meglumine USP 83 mg Equivalent to Flunixin 50 mg, Phenol IP 5 mg (as preservative),Excipient q s.
10ml vial
14 MB -14 Each ml contains Meloxicam BP 5mg, Pitofenone Hcl 2mg, Fenpiverinium Bromide 0.02 mg
30 ml vial
15 MB -15 Each ml contains Paracetamol 150 mg, Benzyl alcohol 2% w/v
30 ml vial
{MC} Anthelmentics
16 MC -1 Piperazine Adipate IP not less than 44.4 % w/w 450 gm
17 MC -4 Albendazole 2.5% w/v 1 litre pack
18 Albendazole 2.5% w/v 5 litre pack.
19 MC -5 Albendazole 1.5 gm Strip of 4 bolus
20 MC -6 Fenbendazole 25 % w/w 120 gm pack
21 MC -7 Fenbendazole 1.5 gm Strip of 4 bolus
22 MC -8 Fenbendazole 150 mg Strip of 10 tab.
23 MC -9 Oxyclozanide 3% w/v & Levamisole Hydrochloride 1.5% w/v.
1 litre pack
24 MC -12 Fenbendazole 2.5 gm IP +Ivermectin 85 mg IP Single bolus
25 MC -15 Oxyclozanide 4 gm, Levamisole Hydrochloride 2 gm & Silymarine 300 mg
Single bolus
26 MC -16 Albendazole 25 mg /ml 30ml
27 MC -17 Each bolus contains Closantel 1000 mg, Albendazole IP 1500 mg, Excipients qs.
Strip of 4 bolus
-20-
28 MC -18 Each bolus contains Morental Citrate 594 mg Strip of 4 bolus
29 MC -19 Each tab contains Morental Citrate 118.8 mg Strip of 4 tab
{MD} Antiallergics/Antihistaminics
30 MD -1 Chlorpheniramine Maleate I.P. 10 mg/ ml 30 ml vial
31 MD -2 Isoflupredone AcetateU.S.P. 2mg/ml 5 ml
{ME} Antiprotozoan Drugs
32 ME -2 Quinapyrimine Chloride B.Vet.C. 1gm & quinapyrimine sulphate B.Vet.C. 1.5 gm
2.5 gm
33 ME -5 Buparvaquone 50 mg/ml 20 ml
34 ME -6 Each ml contain Diminazene aceturate 70 mg/ml, phenazone BP 375 mg
20 ml
35 ME -7 Isometamidium Chloride with FFS water for injection 5 ml
250 mg
{MF} Antibiotics & Sulphonamides
36 MF -2 Sulphadimidine IP 33.33 % solu. 100 ml bottle
37 MF -3 Oxytetracycline HCL IP 50 mg/ ml 30 ml vial
38 100 ml vial 39 MF -4 Gentamicin Sulphate IP 40 mg / ml 30 ml vial
40 MF -5 Procaine Benzyl Penicillin IP 15 lac units, Benzyl penicillin Sodium 5 lac units with FFS water for injection
20 lac IU vial
41 MF -6 Procaine Benzyl Penicillin IP 30 lac units, Benzyl penicillin Sodium 10 lac units with FFS water for injection
40 lac IU vial
42 MF-7 Each ml. containing Trimethoprim BP (vet.) 40 Mg. & Sulphamethoxazole IP 200 Mg.
30 ml vial
43 MF -9 Trimethoprim BP Vet. 400 mg. & Sulphamethoxazole IP 2 gm.
Strip of 4 bolus
44 MF-10 Sulphadimidine IP/BP 5 gm Strip of 4 bolus
45 MF-11 Oxytetracycline Hydrochloride 500 Mg. Strip of 4 bolus
46 MF -13 Enrofloxacin 100 mg/ ml 50 ml vial
47 MF-15 Enrofloxacin 200 mg/ ml (Long Acting) 50 ml vial
48 MF-16 Each ml contains Povidine Iodine IP 5% W/V Available Iodine 0.5% W/V Metronidazole IP 1% W/V Exipient Q.S.
60 ml
49 MF-17 Intramammary tube containing Cephalexin 100mg + Neomycin 100 mg & Prednisolone 10 mg
5 gm
50 MF -18 Tylosin BP Vet 50 mg per ml 30 ml vial
51 MF -20 Ciprofloxacin IP 1500 mg & Tinidazole IP 1800 mg Strip of 4 bolus
52 MF-21 Each 10 ml containing Ciprofloxacin Hcl eq to Ciprofloxacin 125 mg and Tinidazole IP 150 mg
60 ml
53 MF -24 Inj. Ceftriaxazone USP with FFS water for injection 500 mg
54 3 gm vial
55 MF -27 Amoxycillin I.P. 1 gm + Cloxacillin I.P. 1 gm with FFS water for injection
2 gm
56 MF -28 Benzathine Penicillin G I.P. with FFS water for injection 12 lac IU
57 MF -29 Cephalexin IP 7.5% W/W 20 gm pouch
58 MF -31 Enrofloxacin I.P.1.5 gm Strip of 2 bolus
59 MF -32 Metronidazole I.P.500 mg / 100 ml 100 ml
60 MF -33 Nitrofurazone IP 60 mg & Urea IP 6 gm Strip of 4
-21-
bolus
61 MF -34 Tetracycline HCL I.P. 1gm Strip of 4 bolus
62 MF -35 Oxytetracycline I.P. 200mg/ml (Long Acting) 30 ml vial
63 MF -36 Benzathine Penicillin G I.P. with FFS water for injection 48 lacs IU
64 MF -37 Inj. Ceftriaxazone 3 gm + Sulbactum 1.5 gm with FFS water for injection
4.5 gm vial
65 MF -38 Amoxycillin I.P. 500 mg + Cloxacillin I.P. 500 mg I.P.with FFS water for injection
1 gm
66 MF -41 Each bolus containing Tinidazole IP 300mg+Povidone Iodine IP 1500mg+ Clotrimazole IP 200mg
Strip of 4 bolus
67 MF -42 Amoxycillin I.P. 1.5 gm + Cloxacillin I.P. 1.5 gm with FFS water for injection
3gm
68 MF -42 Enrofloxacin 50 mg/tab Excipient q.s. Strip of 10 tab
69 MF -43 Enrofloxacin 150 mg/tab Excipient q.s.
70 MF -44 Each vial contains Streptomycin Sulphate I.P. equivalent to 2.5 gm of base , Procaine Benzyl Penicillin I.P. 1500000 units, Benzyl Penicillin Sodium I.P. 500000 units
2.5 gm
71 MF -45 Each ml contains Levofloxacin hemihydrate IP 20 mg, Ornidazole I.P. 25 mg, Alpha Tocopherol Acetate IP 5mg Aqueous base q.s.
60 ml
72 MF -46 Each 10ml disposable Prefilled syringe contains Cefoperazone Sodium IP equivalent to Cefoperazone 250mg, Excipient q s.
10ml
73 MF -47 Each vial contains Cefoperazone Sodium IP eq to anhydrous Cefoperazone 3 gm, Tazobactum Sodium eq to Anhydrous Tazobactum 375 mg
3.375 gm
74 MF -48 Oxytetracycline 50mg / ml 60 ml
{MG} Antiseptics; Disinfectants
75 MG -1 Povidine iodine IP 5% w/v 500 ml
76 MG -2 Disinfectant fluid black(grade III confirming Sch. "O" of drug Act BIS Standerds)
5 lit
77 MG -3 Chlorohexadine gluconate BP 7.5% w/v & Cetrimide 15% w/v, Hospital's conc.(Vet)
1 lit
78 MG -4 Potassium Permanganate IP 500 gm amber
coloured glass bottle.
{MH} Dermatological/Topical Preparations
79 MH -2 Gama Benzene Hexachloride I.P. 0.1% w/w and Proflavin Sulphate 0.1% w/w
100 gm tube
80 MH -3 Oil turpentine IP 500 ml
81 MH -4 Iodine crystals IP 500 gm
82 MH -5 Potassium iodide IP 500 gm
83 MH -7 Gentamycin Sulphate IP 0.1% w/v 50 gm
84 120 gm
85 MH -8 Clobetasol propionate 0.025%, Ofloxacin 0.1%, Miconazole 2%
20 gm
86 MH -9 Boric acid 1.6% w/w, Zinc oxide 1.6% w/w, Cetrimide 0.8% w/w, Proflavin Hemisulphate 0.2% w/w and Iodoform 1.08% w/w
50 gm tube
87 MH -10 Coumaphos 3%, Propoxur 2% & Sulphanilamide 5% 30 gm pack
-22-
88 MH -11 Iodine IP 10% w/w, Potassium Iodide IP 7.5 % w/w, Wool fat IP 55% w/w, Yellow soft paraffin IP 17.5% w/w & Purified water IP 10 % w/w
100 gm pack
89 MH -12 Each gm contains Propoxur 20 mg, Sulphanilamide 50 mg, Cetrimide IP 5 mg, Excipients qs
40 gm
90 100 gm
{MJ} Ecto-parasiticidal Drugs
91 MJ -2 Canth Cypermethrin 10% E.C. 100 ml
92 MJ -3 Ivermectin 1% w / v 10 ml
93 50 ml
94 MJ -4 Flumethrin 1% ( Pour on) 30 ml
95 MJ -5 Amitraz IP 50 mg /ml 15 ml
96 50 ml
{MK} G.I.Tract effective Drugs
97 MK -1 Antimony Potassium Tartarate USP 2 gm & Ferrous Sulphate IP 2 gm
Strip of 4 bolus
98 MK -2 Magnesium Sulphate IP 400 gm
99 MK -3 Each ml contain Silica in dimethione 1% w/v 100 ml
100 MK -5 Liquid paraffin 500 ml
101 MK -6 Each ml contain Sodium Bi Carbonate IP 7.5% W/V 25 ml
102 MK -7 Sodium Bi Carbonate IP 400gm
103 MK -8 Containing Activated Charcoal 200 mg/ml & Sorbitol 200 mg/ml
500 ml
104 MK -9 Each bolous containing Sodium Phosphate IP 100mg+Sodium Bi-Carbonate IP 660mg+Magnessium Trisilicate IP 1000mg Vitamin-B1 IP 145mg+Copper Sulphate IP 0.44mg+ Nicotinamide IP 165mg Methionine IP 40mg+ Ginger Powder BP vet 44mg+Gentian Powder 220mg+Dried Yeast IP 800mg Dextrose IP 600mg+Cobalt Sulphate IP 0.88mg
Strip of 4 bolus
{ML} Hormonal preparations & Ecbolics
105 ML -2 Hydroxyprogesterone caproate I.P. 250 mg/ml 1ml
106 2ml
107 ML -3 Human chorionic gonadotropine L.H. (Gonadotrophin Hormone)
1500 IU vial with diluent.
108 ML -4 Containing Cloprostenol sodium 263 mcg per ml 10 ml vial.
109 ML -5 Buserelin acetate 0.0042 mg equivalent to 0.004 Buserelin, 1% Benzyl alcohol IP as preservative
2.5 ml
110 10 ml
111 ML -6 Dinoprost Tromethamine equivalent to Dinoprost 5 mg/ml
10 ml vial.
112 ML -7 Each ml contains Methylergometrine Maleate IP 1mg Water for injection IP qs.
5ml
{MM} Immunostimulants/Immuno-modulators
113 MM -1 Levamisole HCl B.Vet.C 75 mg/ ml 30 ml vial
{MN} Vitamins & Minerals
114 MN -1 Each ml containing not less than thiamine HCL I.P. 10mg, Riboflavin phosphate sodium I.P. 3mg, Niacinamide 100mg, cynocobalamine 10mcg, liver injectin crude having vit. B12 activity equal to not less than 2mcg, 0.66ml, pyridoxine HCL 5mg, CholineCl 25mg,
30ml
115 MN -2 Each tablet containing Cobalt Chloride or Cobalt Sulphate 20 mg and Copper Sulphate I.P. 200 mg.
pack of 50 tab
116 MN -3 Mineral mixture : Type-I BIS Standards 1 kg pack
117 MN-4 Mineral mixture : Type-II BIS Standards 1 kg pack
118 MN -6 Each ml contains Sodium Acid Phosphate BP Vet 400 mg. or 40% w/v eq. to 79.4 mg. of Elemental Phosphorus
10 ml vial
119 30 ml vial
-23-
120 MN -7 Vitamin A I.P.6 Lac IU / 2 ml 6 x 2 ml amp.
121 MN -8 Each ml contains Vitamin A 2.5 lac IU, Vit. D-3 25000 IU & Vit. E 100 IU
10 ml
122 MN -9 Each ml contains Vit A1000 IU, Vit E mg, Vit D3 500 IU, Vit B1 10 mg, Vit B2 5 mg, Vit B 12 10 mcg, Biotin 10 mcg, Choline Chloride 5 mg, Sodium acid phosphate 10 mg
30 ml
123 MN -10 Each ml contains Calcium Levulinate 76.4mg IP, Cholecalciferol IP 500 IU, Cynocobalamin IP 500mcg, Benzyl Alcohol IP 1.5%V/V
30 ml vial
124 MN -11 Each bolus contains Ferrous Fumarate 1500mg, Vitamin B12 75mcg, Folic Acid 7500mcg
Strip of 4 bolus
125 MN -12 Each ml contains Iron Sorbitol Citric Acid complex eq. to elemental Iron 50mg, Folic Acid 500mcg, Hydroxy Cobalamin acetate eq. to Hydroxy cobalamin 50mcg.
10 ml
126 MN -14 Containing Butaphosphan 100 mcg & Cyanocobalamine IP 50 mcg per ml
30 ml vial
127 MN -15 Each ml contains Methylcobalamin 500 mcg, Pyridoxime Hydrochloride IP 50 mg , Nicotinamide IP 50 mg , Benzyl Alcohal IP 2%w/v (As Preservative), Water for injection qs.
10ml
{MO} Intravenous Fluids
128 MO -1 Dextrose with Normal Saline 5% IP 500 ml bottle
129 MO -2 Each 450 ml contains Calcium Gluconate I.P. 1.86% w/v, proportion of Boric Acid to Calcium is 2.26 to 1, Chlorocresol I.P. 0.1% W/V
450 ml bottle
130 MO-3 Dextrose 5% IP 500 ml bottle
131 MO -4 Each 450 ml. cont. Calcium Gluconate I.P. 20.75% w/v (eq. to calcium 1.86% w/v), Boric Acid I.P. 4.21% w/v, Magnesium Hypophosphite 5% w/v, Dextrose (Anhydrous) I.P. 20% w/v, Chlorocresol I.P. 0.1% w/v, Proportion of Boric Acid to Calcium is 2.26 to 1
450 ml bottle
132 MO -5 Each 100 Ml.contain Sodium Lactate IP 0.312 gm., Sodium Chloride I.P. 0.60 gm., Pot. Chloride I.P. 0.040 gm., Dextrose (Anhydrous) I.P. 20 gm., Calcium Chloride Dihydrate I.P. 0.027 gm.
500 ml bottle
133 MO -6 Sodium Chloride 0.9 % IP w/v 500 ml
134 MO -7 Each 100 Ml.contain Lactic acid 0.240 ml., Sodium hydroxide 0.115 gm, Sodium Chloride 0.600 gm., Pot. Chloride. 0.040 gm., Calcium Chloride 0.027 gm.
500 ml
135 MO -8 Dextrose 10% IP 500 ml bottle
{MP} Vaccines
136 MP -1 Tissue Culture AntiRabies vaccine 10 dose vial
137 MP -2 FMD Oil adjuvant trivalent vaccine incorporated with the O (IND R2/75), A (IND 17/82) and Asia - 1(IND 63/72) strains
50 dose vial
138 MP -7 PPR Vaccine with diluent 100 doses
139 MP -8 Brucella Abortus Strain 19 Vaccine Live IP VET 5 dose vial
{MQ} Miscellaneous Preparations
140 MQ -1 Plaster of Paris IP (5 Minutes setting) 500 gm
141 MQ -2 Adrenochrome Monosemi Carbazone I.P.5 mg / ml 10 ml vial
142 MQ -6 Each strip to contain 1 tablet of Clomifen citrate IP 325 mg and 1 tablet of Copper Sulphate IP 750 mg each
5 Strip pack .
143 MQ-8 Ethamsylate 125mg per ml 2 ml
144 20 ml
145 MQ -9 Frussemide I.P.50 mg / ml 10 ml
146 MQ -10 Valethamate Bromide IP 10 mg /ml 10 ml
147 MQ -11 Containing Antimony Sodium Tartarate USP 60 mg / ml with suitable preservatives
100 ml
148 MQ -12 Metochlopramide Hcl 5 mg/ml 10 ml
149 MQ -13 Plaster Bandage 6" Single