drugs category i & ii i and ii.pdf · 8. 4.1 list of items tendered 10 9. 4.1.1 category i...

121
KERALA MEDICAL SERVICES CORPORATION LTD (A Government of Kerala Undertaking) Thycaud P.O, Thiruvananthapuram, Kerala 695 014 e-TENDER DOCUMENT FOR THE PROCUREMENT OF (for the year 2019-20) No: KMSCL/DRGED/I&II/RC/2018/014 DATED 21.11.2018 Date and time of commencement of the Tender : 21.11.2018 10.30 am Last date and time for the online uploading of Tender : 19.12.2018 5.00 pm Date and time of online opening of Technical Bid : 26.12.2018 11.00 am For details; www.kmscl.kerala.gov.in Email: [email protected] DRUGS CATEGORY I & II

Upload: others

Post on 26-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

93

KERALA MEDICAL SERVICES CORPORATION LTD (A Government of Kerala Undertaking)

Thycaud P.O, Thiruvananthapuram, Kerala 695 014

e-TENDER DOCUMENT

FOR THE PROCUREMENT OF

(for the year 2019-20)

No: KMSCL/DRGED/I&II/RC/2018/014 DATED 21.11.2018

Date and time of commencement of the Tender : 21.11.2018 10.30 am

Last date and time for the online uploading of Tender : 19.12.2018 5.00 pm

Date and time of online opening of Technical Bid : 26.12.2018 11.00 am

For details;

www.kmscl.kerala.gov.in Email: [email protected]

DRUGS CATEGORY I & II

KMSCL: e-Tender for the Procurement of drugs (Cat I&II) for the year 2019-20

KMSCL: e-Tender for the Procurement of drugs (Cat I&II) for the year 2019-20

TABLE OF CONTENTS

Sl. No. DESCRIPTION

PAGE No.

1. Section I Introduction 1 2. Section II General Definitions/Explanations 4 3. 2.29 Pre-tender meeting 8 4. Section III Tender Schedule 9 5. 3.1 Tender Details 9 6. 3.2 Schedule of dates 9 7. Section IV Details of Items Tendered 10 8. 4.1 List of items tendered 10 9. 4.1.1 Category I (Drugs) 10

10. 4.1.2 Category II (Drugs requiring cold storage facilities) 39

11. Section V Specific Conditions of Contract 42 12. 5.1 Time Limits Prescribed 42

13. 5.2 Eligibility criteria for participating in the tender 43

14. 5.2.1 Manufacturing license and product permit 43

15. 5.2.2 Average Annual Turnover 44 16. 5.2.3 Special cold storage facilities 44 17. 5.2.4 Market Standing 44 18. 5.2.5 WHO-GMP 45 19. 5.2.6 Non-conviction Certificate 45 20. 5.2.7 Minimum Required Shelf Life 45

21. 5.2.8 Blacklisted/Debarred/Rejected by Tender Inviting Authority or other agencies: 45

22. 5.2.9 Inspection of manufacturing premises 46

23. 5.3 Price Preference to PSUs and MSMEs within Kerala 46

24. Section VI General Conditions of Contract 48

25. 6.2 Responsibility of verification of contents of Tender Document

48

26. 6.3 Tender Document & Earnest Money Deposit

48

27. 6.4 Mode of Payment of Tender Document Cost and EMD

49

28. 6.5 Guidelines for preparation of Tender 51 29. 6.6 Period of Validity of Tender 53

KMSCL: e-Tender for the Procurement of drugs (Cat I&II) for the year 2019-20

Sl. No. DESCRIPTION

PAGE No.

30. 6.7 Amendment of Tender Documents 53 31. 6.8 Tendering System 54 32. 6.9 Contents of the Technical Bid 55 33. 6.10 Price Bid (BOQ) 57 34. 6.11 Submission of Tender 58 35. 6.12 Deadline for Submission of Tender 58 36. 6.13 Modification and Withdrawal of Bids 59 37. 6.14 Opening of Tender 59 38. 6.15 Evaluation of Tender 59 39. 6.16 Inspection of Manufacturing Facilities 61 40. 6.17 Acceptance / Rejection of Bids 63 41. 6.18 Other Terms and Conditions 64 42. 6.19 Notices 64 43. 6.20 Award of Contract 65 44. 6.21 Letter of Intent 65 45. 6.22 Signing of Contract 65 46. 6.23 Security Deposit 67 47. 6.24 Purchase Procedures 67 48. 6.25 Supply Conditions 69 49. 6.26 Logograms 74 50. 6.27 Packing and Labeling 74

51. 6.28 Quality Testing, Quality Control Deduction and Penalties 77

52. 6.29 Payment Provisions 79 53. 6.30 Penalties & Deduction in Payments 81 54. 6.31 Saving Clause 83 55. 6.32 Applicable Law & Jurisdiction of Courts 83 56. 6.33 Corrupt or Fraudulent Practices 84 57. 6.34 Code of Contract for Suppliers 85 58. 6.35 Force Majeure 86 59. 6.36 Resolution of Disputes 87 60. 6.37 General / Miscellaneous Clauses 88 61. 6.38 Procedure for Blacklisting 88 62. 6.39 Provisions for Appeal 88 63. 6.40 Termination of Contract 89 64. Annexure I Check List 91 65. Annexure II Bid offer Form 93

KMSCL: e-Tender for the Procurement of drugs (Cat I&II) for the year 2019-20

Sl. No. DESCRIPTION

PAGE No.

66. Annexure III Annual Turnover Statement 94 67. Annexure IV Performance Statement 95 68. Annexure V Declaration and Undertaking 96 69. Annexure VI Packing and Labeling Specification 99

70. Annexure VII Details of the Bidder and Manufacturing Unit

103

71. Annexure VIII Format of Bank Guarantee of EMD 105

72. Annexure IX Agreement 107

73. Annexure X Format of Bank Guarantee for Security Deposit

110

74. Appendix-I Addresses of the KMSCL Drug Warehouses

112

75. Appendix-II - A List of Drugs Which Required Mandatory testing at CDL

114

76. Appendix-II - B List of Drugs Which Required Mandatory testing at NIB

114

77. Appendix-II - C List of Drugs Which Required Import Permit from Excise Commissioner of the State for transit from other State

115

78. Appendix-II - D List of external liquid preparation requiring label in yellow back ground with red band on the top

115

KMSCL: e-Tender for the Procurement of drugs (Cat I&II) for the year 2019-20

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 1

SECTION I

INTRODUCTION

1.1. The Kerala Medical Services Corporation Limited - KMSCL is a fully owned company of Government of Kerala set up in 2007 and is operational with effect from 1st April 2008 for providing various services to the health care institutions under the Department of Health and Family Welfare, Government of Kerala. One of the key objectives of the KMSCL is to act as the central procurement agency for all essential drugs including Medical devices and other stores and equipments for the health care institutions (hereinafter referred to as user institutions) under the department. The Corporation has also been entrusted with the setting up and running of all kinds of Modern Medical and Paramedical or medical based ancillary facilities such as hospitals, pathological labs, diagnostic centres, x-ray/scanning facilities, ambulance services etc.

1.2. This tender is an e-tender and only on-line bid submission is possible. The e-tender portal (www.etenders.kerala.gov.in) is designed by National Informatics Centre (NIC) and supported by the IT Mission, Kerala.

1.3. Bidders are cautioned that bids devoid of proper documents or adequate information are liable to be rejected. Bids of firms who have furnished all the required documents for each of the product quoted alone will be considered. Utmost care should be taken to see that all the required/proper documents are uploaded.

1.4. All supplies shall be accompanied with the certificates of analysis from the in-house testing laboratory and NABL Accredited Laboratory/Central Drug Testing Laboratory (CDL)/National Institute of Biologicals (NIB) in respect of each batch supplied. Supplies devoid such reports will not be taken into stock and payments will not be made. Suppliers will be required to take back the supplies and will be deemed as defaulters in respect of the supply and shall be liable for penalties applicable for non-supplies. This test report or the QC approval will not be deemed as a proof of stability of the product during shelf life. The bidders are cautioned that supply of drugs of inferior quality would attract different penal provisions. It is the onus of the manufacturer and supplier under the Drugs and Cosmetics Act and Rules to produce and supply drugs of standard quality and various measures are prescribed in the law to achieve the object. The Corporation would be testing the drugs and

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 2

other materials at random at different stages, at discretion, and the supplier will have the obligation to pay the cost of the goods found to be defective and may also be liable for criminal procedures as may be initiated by the Drugs Control department. The bidder will also be liable for disqualification from the tenders of the Corporation.

1.5. Inspections of manufacturing units of bidders prior to acceptance of bid or at any stage before or after award of contract will be at the discretion of the Corporation.

1.6. A pre-tender meeting will be convened to clarify the doubts of the prospective bidders. The Corporation may amend the terms and conditions as well as technical specifications of the Tender Document after the pretender meeting on the basis of feedbacks obtained during such meeting with a view to obtain maximum number of competitive bids and as part of transparency. A pre-bid meeting will be held at Thiruvananthapuram as scheduled in the tender document to inform the requirements of the current year's tender.

1.7. Amendments in the terms and conditions of the Tender Documents may be necessitated before the last date of submission of bid on the basis of feedbacks obtained from pre-tender meeting and on expert advice on the feedbacks.

1.8. Since the drugs procured are meant for treatment of precious human life in Government hospitals, depended by the poor and downtrodden of the society, it is our endeavor to ensure that only quality drugs are procured and supplied.

If on testing in the laboratory or other verifications the drug is found to be of inferior quality or not complying with the parameters of quality including packaging or any of the provisions of the law the drug supplied will be refused and the supplier will be liable to repay the amount paid and make good the other losses as may be applicable.

1.9. Where any drug is found to be Not of standard quality or misbranded or adulterated or spurious or otherwise contravenes the provisions of the Drugs and Cosmetics Act or Rules, the payments for the entire supply of the batch(s) concerned will be withheld or recovered. However, if the Tender Inviting Authority finds the supplier to be an unreliable party by virtue of the violations of the law or of the contract as the case may be, the TIA may terminate the contract and also may blacklist the supplier.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 3

Apart from the tests mentioned in the official monographs, additional tests like friability and hardness of the tablets, leak test for primary packing of the products, freedom from pathogenic organisms etc will be conducted as drug safety depends upon total quality compliance. The suppliers shall be solely responsible for ensuring the quality of the item during transportation and shelf-life. The packaging drugs used for primary and secondary packaging shall be of such nature that the quality of the drug contained is preserved throughout its life period. The storage requirements stated on the labels shall be in accordance with the provisions of the Drugs and Cosmetics Rules only and prescribing cool or cold storage for drugs in respect of which no such stipulation is made in the law will not be acceptable. Quality Assurance goes together with Quality Control and it is the onus of the bidder to ensure not only proper quality control but also total quality assurance.

1.10. The money spent by the Corporation is public money and hence accountable. All decisions will be published from time to time on our website www.kmscl.kerala.gov.in.

21.11.2018

Dr. Navjot Khosa I.A.S Managing Director, KMSCL &

Tender Inviting Authority

Syam_2
Typewritten Text
Sd/-

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 4

SECTION II

2. General Definitions/Explanations

2.1 Government means - Government of Kerala, represented by the Secretary to Health & Family Welfare, Thiruvananthapuram.

2.2 Tender Inviting Authority (TIA) - is the Managing Director of the KMSCL, who on behalf of the User Institution/Government or the funding agencies invites and finalizes bids and ensures supply of the drugs procured under this Tender Document. The term shall include such other officials not below the rank of General Manager of the KMSCL to whom any of the powers of the Managing Director is delegated.

2.3 Tender Document - means the document published by the Tender Inviting Authority containing the data identifying the article to be purchased, the quantity and delivery, and which includes designs, specifications, quality requirements and general conditions which will govern the contract on acceptance of a bid.

2.4 Running Contract – means contract for the supply of an approximate quantity of items at a specified price during a certain period.

2.5 e-tender - The process of notifying/ floating tender and pursuing actions of tender opening online.

2.6 e-Way Bill - document attached to goods in transit specifying their nature, point of origin, and destination as well as the route to be taken and the rate to be charged.

2.7 Tendered quantity – means the approximate quantity of items intended for supply to the user institutions as mentioned in section IV of the Tender Document, in respect of which the rates has to be quoted. Tender Inviting Authority reserves the right to increase or decrease the tendered quantity on the basis of the actual needs or as per the directions of the government, fund availability etc or otherwise, the quantity of goods mentioned under Clause. 4.1, without any increase in the unit price and other terms & conditions quoted by the bidder.

2.8 User Institutions - are government departments, health care institutions, autonomous bodies, Local self-Government Institutions etc for which the drugs under this tender are procured.

2.9 Funding agencies - are usually departments like Directorate of Health Services, Directorate of Medical Education, Departments of Ayurveda,

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 5

Homoeopathy, Department of Social Welfare etc, and Missions/organizations like National Health Mission (NHM), Institute of Family Health & Welfare, registered societies etc funded by the Government of Kerala, Government of India, UN organizations, World Bank, Government assisted organizations etc who provide funds for the procurement of drugs on behalf of whom the tender is invited by the Tender Inviting Authority.

2.10 Blacklisting/ debarring – the event occurring by the operation of the conditions under which the bidders will be prevented from participating in the future bids of Tender Inviting Authority for a period up to 3 years, the period being decided on the basis of number/nature of violations in the tender conditions and the loss/hardship caused/likely to be caused to the Tender Inviting Authority on account of such violations, generally relating to supply of substandard, misbranded, adulterated or spurious or any drugs / products manufactured/ imported in contravention of any of the laws of the land and for indulging fraudulent practices or having indulged in fraudulent practices at the time of making the bid or at any time during the validity of the tender or the contract thereof. The term will include, among all other things, making false/ misleading declarations statements, presenting false/ misleading/ fabricated/ forged document(s), trying to influence/affect/ stall the tender/ procurement/ payment processes in any way, making false/ baseless complaints about other bidders or bids or products or any person/ organization/ related to the tender activities etc and such activities as specified in this Tender Document. Blacklisting/debarring etc by other State/Central Government departments/agencies shall also be ground for blacklisting by the TIA.

2.11 Drug - means and includes, substances defined as drug in the Drugs and Cosmetics act 1940.

2.12 Factory Inspection - The factory premises and related facilities and documents shall be open for inspection at the discretion of the TIA at any stage after presentation of bid or award of contract.

2.13 Infirmities - means non-compliance of any of the requirement specified in the Tender Document.

2.14 L1 rate - means the lowest rate declared by the Tender Inviting Authority for products mentioned in this Tender Document.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 6

2.15 Matched L1 rate - means the rate of the bidder or bidders who have consented, in writing, to match with the L1 rate for the particular product and agreed to abide by the terms and conditions of the Tender Document.

2.16 NPPA - The National Pharmaceutical Pricing Authority is a government regulatory agency that controls the prices of pharmaceutical drugs in India.

2.17 Liquidated Damages – means penal charges levied by the Tender Inviting Authority for the delay in supply of the products after the expiry of stipulated period mentioned in the supply conditions of the tender at the rate mentioned therein, subject to a maximum of 10% of defaulted value.

2.18 Risk & Cost Value – is the additional cost incurred by the TIA in making alternate purchases of the quantity defaulted by the supplier from other sources at a higher cost.

2.19 Unexecuted fine - is the fine imposed for the default committed by the supplier in the form of short-supply or non-supply of the quantity of the product ordered as per the Purchase Order.

2.20 Letter of Intent – is an intimation informing the successful bidder, the approximate quantity for which the Tender is awarded and requiring the bidder to execute agreement in the prescribed format within a specified time.

2.21 Purchase order - means the order issued by the Tender Inviting Authority to the supplier informing to supply the required quantity of the Drugs at the contract price and requiring the supplier to supply at the various designated destinations mentioned in the Supply Schedule accompanying the purchase order.

2.22 Supply Schedule – means the schedule for supply of product which shall be adhered to for supply as per Clause 5.1.2 unless altered with mutual consent on the basis of the movement /consumption of products, exigencies and other reasons suiting the requirements of TIA and not suiting to the requirements of the supplier.

2.23 Basic unit – means the smallest unit of the drugs to be made available and shall be of form tab/cap/vial etc. The rate to be given on the price bid shall be quoted for the basic unit mentioned in Section IV.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 7

2.24 Supplier - is a person/firm/company or other(s) to whom Purchase Order is placed on fulfilling the qualification criteria and terms and conditions laid down in the Tender Document.

2.25 ‘Domestic Micro, Small and Medium Enterprises’ - means industrial units as classified in Clause 7(1) of chapter III of the Micro, Small and Medium Enterprises Development Act, 2006 which manufactures the goods within the state and registered with the competent authority of the Industries and Commerce Department of Govt. of Kerala.

2.26 Empanelled laboratory - Drug testing laboratory approved under the Drugs and Cosmetics Act, selected by the Tender Inviting Authority either through open tender process or by expression of interest or otherwise for the purpose of conducting analytical testing of drugs listed in Section IV supplied by the suppliers.

2.27 Appellate Laboratory – The Drugs Testing Laboratory of the Drugs Control Department, Kerala will be the Appellate Laboratory of the Tender Inviting Authority for settling and deciding the disputes relating to the quality of drugs. The report of the appellate laboratory will be final and conclusive for the purpose of this tender.

The consideration of Drugs Testing Laboratory of the Drugs Control Department, Kerala as Appellate Laboratory as above is for the purpose of proceeding under this tender only and does not preclude actions under the Drugs & Cosmetics Act for appeal over the report of the Government analyst.

2.28 NABL Accredited LAB - The testing Laboratories duly recognized by the National Accreditation Board for Testing and Calibration Laboratories (a Constituent Board of Quality Council of India) for the technical competence for performing the specific tests with reference to international standards.

Such Laboratories should have NABL accreditation in relevant disciplines separately to perform quality tests for the tested category of items and shall be duly approved by the D&C Act, in case of drugs. The NABL accredited laboratory should furnish certificate of analysis as per Form 39 of D & C Rules.

The NABL accredited laboratory, for the purpose of this tender, means a third party independent testing laboratory satisfying the above requirements and which shall not be a part of the manufacturing unit or not owned by the manufacture/bidder.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 8

The NABL test report should be complete and covering all parameter specified in the official monographs or other standards.

2.29 Pre-Tender Meeting

2.29.1 Date and venue of pre-tender meeting is mentioned in Section III.

2.29.2 Pre-tender meeting is called by the Tender Inviting Authority to explain briefly about the requirements as well as the terms and conditions of the Tender Document and to get the views of the prospective bidders, as part of ensuring transparency in the tender process.

2.29.3 It is an opportunity for the prospective bidders to obtain all the details about the tendered items, conditions governing the bids and also to get the explanation of any ambiguous conditions, if any, in the Tender Document.

2.29.4 It is also an opportunity for the Tender Inviting Authority to assess the market and obtain feedback on the technical specifications/features etc requested by the User Institution/funding agency, so as to make amendments in the Tender Document on the basis of expert advice.

2.29.5 Failure to attend the pre-tender meeting will not be a disqualification, but is an opportunity missed by the prospective bidders to understand the Tender conditions.

2.29.6 The bidders are required to upload online bids only after the date of pre-tender meeting.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 9

SECTION III

3. TENDER SCHEDULE

3.1. Tender Details

1. Tender No. KMSCL/DRGED/I&II/RC/2018/014

2. Cost of Tender Document 29,500/- (Inclusive of GST@ 18%)

3. Earnest Money Deposit Shall be as specified in Clause 4.1 and 6.4. The minimum EMD of Rs.50,000/- shall be submitted online along with cost of tender document

4. Validity of EMD 8 months from the date of opening of Technical Bid.

5. Security Deposit 5% of the total value (including GST) of the LOI

6. Validity of Security Deposit 18 months from the date of LOI or 3 months after successful completion of supply whichever is later.

7. Factory re-inspection fee as per clause 6.16..2

Rs. 1,00,000 as Demand Draft

3.2. Schedule of Dates

Sl. No. Particulars Date and time

1. Date and time of commencement of downloading (by bidders) of Tender Document

21.11.2018 10.30 am

2. Date and time of pre-tender meeting

30.11.2018 (10.30 am to 1.00 pm) Venue: Mascot Hotel, Thiruvananthapuram

3. Last date and time of uploading (by bidders) of tender

19.12.2018 5.00 pm

4.

Date & time for receipt of sealed cover containing

(a.) Balance EMD by way of DD/BG (b.) Factory re-inspection fee by way of

DD (if applicable) (c.) Factory inspection fee for additional

units by way of DD (if applicable)

20.12.2018 10.00 am to 24.12.2018 5.00 pm

5. Date and time of opening of the Technical Bid

26.12.2018 11.00 am

6. Date of opening of the price bid To be informed to the bidders qualifying in the Technical Evaluation

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 10

SECTION IV

4. DETAILS OF ITEMS TENDERED

Category Particulars No of items in each Category

Sl. No. in the list of items quoted

(Section 4.1)

Category I Drugs 386 1 - 386

Category II Drugs Requiring Cold Storage Facilities

16 387 - 402

4.1. List of items Tendered

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

1 D01019 ACECLOFENAC

TAB IP 100mg 1 No 3,42,82,178 24 84,500

2 D19006 ACETAZOLAMIDE TAB IP

250mg 1 No 5,60,240 36 5,600

3 D13036

ACETYL SALICYLIC ACID TAB IP(GASTRO-

RESISTANT)

150mg 1 No 1,81,05,534 24 85,500

4 D13024

ACETYLSALICYLIC ACID TAB IP(GASTRO-RESISTANT)

75mg 1 No 4,05,91,484 24 1,40,600

5 D06002/12

ACTIVATED CHARCOAL IP 10gm Packet 2,191 36 900

6 D15014 ACYCLOVIR EYE OINTMENT IP 3% 5gm

Tube 22,973 24 10,100

7 D09002/

12 ACYCLOVIR TAB

IP 400 mg 1 No 56,86,210 24 1,07,000

8 D13062 ADENOSINE INJ

IP 3mg/ml 2ml amp 6,021 36 5,400

9 D05005 ADRENALINE

BITARTRATE INJ IP

1mg/ml 1 ml Amp 3,62,916 12 22,800

10 D08015 ALBENDAZOLE

ORAL SUSPENSION IP

200 mg/5ml 10 ml Bottle 3,60,124 24 13,900

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 11

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

11 D08001 ALBENDAZOLE

TAB IP 400 mg 1 No 25,22,900 36 21,800

12 D01013 ALLOPURINOL TAB IP

100 MG 1 No 1,58,200 24 2,500

13 D17007/

12 ALPRAZOLAM

TAB IP 0.25mg 1 No 20,22,501 36 4,800

14 D02091 AMIKACIN SULPHATE INJ IP

250mg/2ml 2ml Vial 8,59,742 24 1,30,700

15 D03003 AMINOPHYLLIN

E INJ IP 25mg/ml 10ml Amp 37,713 24 7,000

16 D13040

AMIODARONE STERILE

CONCENTRATE IP

50mg/ml 3 ml 19,212 24 9,000

17 D13041 AMIODARONE TAB IP

100mg 1 No 90,890 24 2,700

18 D17005 AMITRIPTYLINE TAB IP

25mg 1 No 28,25,642 36 6,900

19 D13031/12

AMLODIPINE TAB IP(FILM

COATED) 5 mg 1 No 15,66,02,317 24 2,04,400

20 D02036/12

AMOXICILLIN AND POTASSIUM CLAVULANATE

TAB IP

500mg + 125mg

1 No 2,55,77,091 24 15,74,000

21 D02092

AMOXYCILLIN + POTASSIUM

CLAVULANATE ORAL

SUSPENSION IP

Each ml contains; 80mg + 11.4mg

10ml bottle 41,269 18 5,800

22 D02049

AMOXYCILLIN AND POTASSIUM CLAVULANATE

INJ IP

1.2gm Vial 5,86,845 24 1,90,600

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 12

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

23 D02048

AMOXYCILLIN AND POTASSIUM CLAVULANATE

ORAL SUSPENSION IP

Each 5ml contains; 400mg +

57mg

30 ml bottle

8,16,639 18 2,64,600

24 D02004 AMOXYCILLIN

CAP IP 250 mg 1 No 3,87,86,980 24 3,33,600

25 D02005 AMOXYCILLIN CAP IP

500 mg 1 No 8,54,72,670 24 13,93,200

26 D02033 AMOXYCILLIN

ORAL SUSPENSION IP

250mg/5ml 60 ml Bottle 21,17,643 18 3,90,300

27 D02007 AMPICILLIN CAP IP 250 mg 1 No 43,24,444 24 43,000

28 D02041 AMPICILLIN CAP IP 500mg 1 No 39,44,039 24 70,300

29 D02008 AMPICILLIN INJ

IP 500 mg Vial 11,84,579 24 75,700

* 30 D21012

ANTI SNAKE VENOM (FREEZE

DRIED) POLYVALENT

INJ

10ml Vial 10,572 36 46,500

31 D13013 ATORVASTATIN

TAB IP 10 mg 1 No 14,64,37,826 24 3,44,100

32 D04023 ATRACURIUM

BESYLATE INJ IP 10mg/ml 2.5ml amp 32,332 24 28,000

33 D15016 ATROPINE EYE DROPS BP/USP 1%

5 ml bottle 13,187 24 1,900

34 D15017 ATROPINE EYE OINTMENT IP 1%w/w 5gm 4,292 12 800

35 D04007 ATROPINE SULPHATE INJ IP 0.6mg/ml 1 ml

Amp 3,44,661 24 12,400

36 D06017 ATROPINE

SULPHATE INJ IP 1mg/ml 100ml 9,750 24 4,900

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 13

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

37 D02052 AZITHROMYCIN

INJ 500mg 10 ml Vial 25,895 24 10,200

38 D02093 AZITHROMYCIN

ORAL SUSPENSION IP

200mg/5 ml 30ml bottle 6,46,932 24 1,02,900

39 D02031 AZITHROMYCIN

TAB IP 500 mg 1 No 1,55,39,576 24 6,85,300

40 D01049 BACLOFEN TAB

IP 10 MG 1 no 3,24,000 24 9,000

41 D15018

BALANCED SALT SOLUTION FOR OPHTHALMIC

USE(GLASS BOTTLE/OT

PACK)

500 ml Bottle 14,340 24 18,800

$ 42 D14026/12

BENZYL BENZOATE

APPLICATION IP 25% w/w 100 ml

bottle 55,430 24 7,800

43 D02009 BENZYL PENCILLIN INJ IP

10 lakhs units

Vial 13,70,004 24 72,400

44 D05017 BETAHISTINE TAB IP

8mg 1 No 96,28,067 36 36,000

45 D14046

BETAMETHASONE

DIPROPIONATE CREAM IP

0.05% w/w 10 gm tube

12,38,459 24 76,300

46 D15007 BETAMETHASONE EYE DROPS

IP 0.1%w/v 5ml/Bot 18,710 24 4,700

47 D05004 BETAMETHASONE SODIUM INJ

IP 4mg/ml 1ml Amp 3,57,313 24 14,000

48 D15019 BIMATOPROST

EYE DROPS 0.03% 3 ml 27,814 24 27,500

49 D20023 BISACODYL SUPPOSITORY IP 10 mg 1 No 79,069 24 12,000

50 D20038 BISACODYL SUPPOSITORY IP

5 mg 1 No 45,530 24 2,700

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 14

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

51 D20012 BISACODYL TAB

IP 5mg 1 No 41,68,520 36 32,500

52 D15021 BRIMONIDINE EYE DROPS IP 0.20% 5 ml 32,918 24 10,000

53 D05038 BROMHEXINE

TAB IP 8 MG 1 NO 3,74,772 36 8,400

54 D11005 BROMOCRIPTINE TAB IP 1.25mg 1 No 2,870 24 300

55 D03022 BUDESONIDE

INHALER 100

mcg/puff 200 MD 56,157 24 43,600

56 D03025 BUDESONIDE NEBULISING SOLUTION

0.5mg/ml 2ml respules

5,33,124 24 47,800

57 D04017 BUPIVACAINE IN DEXTROSE INJ

USP 0.50% 4 ml

Amp 53,479 24 11,600

58 D04030 BUPIVACAINE INJ IP

0.25% 20 ml Vial

16,379 24 7,200

59 D04031 BUPIVACAINE INJ IP

0.50% 20 ml vial

22,665 24 6,300

$ 60 D14030/

12 CALAMINE LOTION IP 50 ml bottle 10,75,900 24 84,400

61 D22025

CALCIUM CARBONATE +VITAMIN D3 SUSPENSION

200mg + 200IU

100ml bottle

44,282 24 11,700

62 D12029 CALCIUM

DOBESILATE CAP

500mg 1 No 1,18,178 36 13,900

63 D22003 CALCIUM

GLUCONATE INJ IP

10%w/v 10ml 2,04,377 24 9,100

64 D22012/12

CALCIUM WITH VITAMIN D3

(CHOLECALCIFEROL) TAB IP

625 mg+200 IU

1 No 4,74,53,229 24 5,65,600

65 D07024

CARBAMAZEPINE ORAL

SUSPENSION BP/USP

100mg/5 ml 30 ml bottle

1,457 24 100

66 D07005 CARBAMAZEPIN

E TAB IP 200 mg 1 No 46,32,295 36 38,600

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 15

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

67 D11007 CARBIDOPA +

LEVODOPA TAB IP

25mg+ 100mg 1 No 2,82,659 36 5,000

68 D11002 CARBIDOPA +

LEVODOPA TAB IP

10mg+100mg 1 No 1,52,070 36 1,800

69 D15022

CARBOXY METHYLCELLULOSE EYE DROPS

IP

0.50% 10 ml 2,37,515 24 36,600

70 D13070 CARVEDILOL TAB IP 25 mg 1 No 38,880 24 2,400

71 D13045 CARVEDILOL TAB IP 6.25mg 1 No 8,84,590 36 7,800

72 D02055 CEFIXIME TAB IP 200mg 1 No 1,30,12,081 24 3,74,500

73 D02056 CEFOPERAZONE + SULBACTAM

INJ

1gm+ 0.5gm Vial 14,06,118 24 3,14,800

74 D02026 CEFOTAXIME SODIUM INJ IP

1gm Vial 30,29,500 24 4,05,700

75 D02057 CEFPODOXIME PROXETIL TAB

IP 200mg 1 No 13,99,060 24 52,200

76 D02034 CEFTRIAXONE

INJ IP 1gm Vial 17,05,531 24 2,38,300

77 D02095

CEFUROXIME AXETIL ORAL SUSPENSION

BP/USP

125mg/5ml 30ml bottle 11,535 18 8,600

78 D02020 CEFUROXIME INJ IP

750 mg Vial 6,70,340 24 1,03,200

79 D02101 CEPHALEXIN CAP IP

500 mg 1 No 52,010 24 4,100

80 D02112

CEPHALEXIN ORAL

SUSPENSION (DRY) IP

125 mg/5ml 60 ml Bottle 1,81,095 18 31,400

81 D05018 CETIRIZINE SYRUP IP

5mg/ 5ml 30 ml Bottle

15,48,203 24 87,900

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 16

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

82 D05010 CETIRIZINE TAB

IP 10 mg 1 No 7,64,83,150 36 1,08,500

83 D15010 CHLORAMPHENI

COL EYE APPLICAPS 1%

250 mg 1 No 40,528 24 400

84 D17047 CHLORDIAZEPOXIDE TAB IP 25 MG 1 No 1,10,845 36 2,800

$ 85 D14022 CHLORHEXIDINE MOUTH WASH

IP 60 ml bottle 2,18,968 24 17,700

86 D08009 CHLOROQUINE

PHOSPHATE TAB IP

250 mg 1 No 58,830 24 300

87 D05008 CHLORPHENIRAMINE MALEATE

INJ IP 10 mg/ml

1 ml Amp 3,94,596 24 19,500

88 D05019 CHLORPHENIRAMINE MALEATE

TAB IP 4mg 1 No 6,90,47,321 24 66,600

89 D17002 CHLORPROMAZI

NE TAB IP 50MG 1 No 17,71,147 24 6,600

90 D13071 CHLORTHALIDO

NE TAB IP 12.5 MG 1 NO 16,64,386 24 15,600

91 D17035 CINNARIZINE TAB IP 25 mg 1 No 35,74,203 24 9,200

92 D15024

CIPROFLOXACIN +

DEXAMETHASONE EAR DROPS

0.3 %+ 0.1 % 10 ml 86,837 24 10,400

93 D02063 CIPROFLOXACIN + TINIDAZOLE

TAB

500mg + 600mg 1 No 15,25,463 36 34,000

94 D15002 CIPROFLOXACIN EYE/EAR DROPS

IP 0.3%w/v 5mlBottle 7,10,492 24 35,000

95 D02012 CIPROFLOXACIN INJ IP 2 mg/ml 100ml

Bottle 2,94,684 24 35,500

96 D02011 CIPROFLOXACIN

TAB IP 500 mg 1 No 1,13,95,976 36 1,48,600

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 17

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

97 D02098

CLINDAMYCIN + CLOTRIMAZOLE

VAGINAL PESSARY

100mg+200mg

1 No 1,05,527 24 23,600

98 D07009 CLOBAZAM TAB

IP 5 mg 1 No 43,92,552 36 44,800

99 D14031 CLOBETASOLE PROPIONATE

CREAM IP 0.05% 15gm

Tube 3,71,701 24 25,800

100 D16009 CLOMIPHENE

CITRATE TAB IP 50mg 1 No 5,810 36 400

101 D17061 CLOMIPRAMINE

CAP IP 25mg 1 No 76,800 24 2,800

102 D17038 CLONAZEPAM

TAB IP 0.5 mg 1 No 44,05,697 24 9,400

103 D13046 CLONIDINE TAB

IP 100mcg 1 No 5,45,347 24 3,900

104 D13023 CLOPIDOGREL

TAB IP 75 MG 1 No 4,37,58,300 24 2,57,900

105 D08039 CLOTRIMAZOLE

CREAM IP 1% w/w 10gm Tube 31,82,682 24 1,31,100

106 D08021 CLOTRIMAZOLE MOUTH PAINT

1% 15 ml 59,946 24 5,500

107 D08008 CLOTRIMAZOLE

VAGINAL PESSARIES IP

200 mg 1 No 2,85,945 24 2,600

108 D02006 CLOXACILLIN CAP IP

250mg 1 No 72,67,789 24 64,000

109 D02029 CLOXACILLIN INJ IP 500MG IM/IV

VIAL 1,50,535 24 10,500

110 D17014 CLOZAPINE TAB IP 25MG 1 No 21,42,260 36 19,700

111 D17015 CLOZAPINE TAB IP 100mg 1 No 29,27,610 36 65,300

112 D02002

CO-TRIMOXAZOLE

ORAL SUSPENSION IP

40mg + 200mg

50 ml Bottle

37,362 24 4,100

113 D02001 CO-

TRIMOXAZOLE TAB IP

160mg+ 800mg 1 No 10,74,835 36 14,000

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 18

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

114 D03034 COUGH SYRUP

Each 5 ml contains: Ambroxol HCL- 15

mg, Guiphenesin

- 50 mg , Terbutaline Sulphate- 1.25 mg ,

Menthol- 2.5 mg,

Flavoured syrupy base

q.s

50 ml Bottle 27,42,118 24 3,01,000

115 D15025

CYCLOPENTOLATE 1 % AND

PHENYL EPHRINE 5 % OPHTHALMIC

SOLUTION

1 % + 5 % 5 ml 4,765 24 1,000

116 D05021 DEFLAZACORT TAB

6mg 1 No 20,01,806 24 21,900

117 D05001 DEXAMETHASO

NE INJ IP 4 mg/ml 2 ml Vial 17,06,133 24 92,000

118 D15069 DEXAMETHASONE EYE DROPS

BP 0.10% 5 ml 21,902 24 4,200

119 D05003 DEXAMETHASONE TAB IP 0.5 mg 1 No 17,63,848 24 2,300

120 D04024 DEXMEDITOMED

INE INJ 200

mcg/2ml 2 ml amp 7,776 24 34,400

121 D12007

DEXTRAN 40 IN SODIUM

CHLORIDE INJ USP

Low Molecular

Wt Dextran 10% in Sodium

Chloride Inj 0.9%

500ml Bottle 536 24 2,400

122 D18006 DEXTROSE INJ IP

25% 100 ml Bot

3,21,066 24 38,800

123 D18003 DEXTROSE INJ IP

5% 500ml Bot

5,11,856 36 96,900

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 19

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

124 D18004 DEXTROSE INJ

IP 10% 500ml

Bot 65,347 36 15,000

125 D07007 DIAZEPAM INJ IP 5 mg/ml 2ml Amp.

37,858 24 3,800

126 D07026 DIAZEPAM

SUPPOSITORY 5mg 1 No 13,450 36 800

127 D17001 DIAZEPAM TAB

IP 5mg 1 No 13,60,478 36 4,100

128 D01028 DICLOFENAC

SODIUM GEL IP 1% w/w 25gm Tube 61,87,446 24 3,26,100

129 D01005 DICLOFENAC SODIUM INJ IP 25 mg/ml 3 ml amp 6,21,085 24 21,600

130 D01004

DICLOFENAC SODIUM TAB IP(GASTRO-RESISTANT)

50 mg. 1 No 4,70,21,948 24 78,200

131 D01021 DICLOFENAC SUPPOSITORY 50mg 1 No 96,089 36 5,100

132 D20009 DICYCLOMINE

HCL INJ IP 10mg/ml 2ml Amp 5,84,793 24 28,500

133 D20008 DICYCLOMINE HCL TAB IP

10 mg 1 No 96,02,585 36 10,700

134 D08003 DIETHYL

CARBAMAZINE TAB IP

100 mg 1 No 21,78,551 24 9,400

135 D13015 DIGOXIN INJ IP 0.5mg/2 ml 2 ml 1,081 24 100

136 D13014 DIGOXIN TAB IP 0.25 mg 1 No 7,05,515 24 4,200

137 D13076 DILTIAZEM INJ IP 5mg/ml 5ml Vial 2,996 24 400

138 D13004 DILTIAZEM TAB IP

30 mg 1 No 6,15,431 36 12,500

139 D13017 DOBUTAMINE HCL INJ IP

50 mg/ml 5 ml Amp

14,446 24 4,500

140 D20007/12

DOMPERIDONE TAB IP (FILM

COATED) 10 mg 1 No 1,08,27,162 24 24,700

141 D13016 DOPAMINE HCL INJ IP/USP

40 mg/ml 5 ml 87,988 24 14,500

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 20

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

142 D15027 DORZOLAMIDE + TIMOLOL EYE

DROPS IP

2 % + 0.5 % 5 ml 33,255 24 30,200

143 D15028 DORZOLAMIDE EYE DROPS IP

2% 5 ml 30,290 24 24,400

144 D02014/

12 DOXYCYCLINE

TAB USP 100 mg 1 No 2,06,51,461 24 1,59,800

145 D20039 DOXYLAMINE

SUCCINATE TAB USP

5mg 1 No 1,27,349 18 3,900

146 D18007/12

ELECTROLYTE P(MULTI

ELECTROLYTE IN D 5%) INJ

500ml Bottle 60,942 24 14,300

147 D13032/12

ENALAPRIL MALEATE TAB

IP(FILM COATED)

5 mg 1 No 1,36,20,268 24 38,800

148 D17029 ESCITALOPRAM

TAB IP 10 mg 1 No 32,06,408 24 17,100

149 D03009

EXPECTORANT MIXTURE

CONCENTRATED

Each 5ml contains:

Camphorated Opium

Tincture IP 66- 1.62 ml,

Tincture Ipecacuanha

IP 66 – 0.875 ml, Tincture

Urgenia IP 66 - 0.75

ml, Aromatic Spirit of

Ammonia IP 66 -0.875

ml, Chloroform IP 0.025 ml, Water QS,

Alcohol Content 40-

45% v/v.

500 ml Bottle 5,43,762 24 11,75,400

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 21

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

150 D01023 FENTANYL

CITRATE INJ IP 50mcg/ml 2 ml Amp 1,30,584 24 16,700

151 D22006 FERROUS

SULPHATE TAB IP

200 mg 1 No 3,76,35,950 24 67,400

152 D08014 FLUCONAZOLE

TAB IP 150 MG 1 No 22,55,262 24 25,000

153 D05037 FLUNARIZINE TAB

10mg 1 No 19,52,274 36 8,700

154 D15029 FLUOROMETHO

LONE EYE DROPS IP

0.10% 5 ml 45,750 24 12,800

155 D17036 FLUOXETINE CAP IP

20 mg 1 No 11,62,120 24 7,100

156 D17013 FLUPHENAZINE DECANOATE INJ

IP 25MG 1ML

Amp 61,122 24 14,900

157 D15030 FLURBIPROFEN EYE DROPS IP

0.03% 5 ml 1,12,285 24 11,300

158 D12002 FOLIC ACID TAB IP

5 mg 1 No 1,78,39,598 36 27,700

159 D19002 FRUSEMIDE INJ IP

10mg/ml 2ml Amp 14,43,389 36 27,000

160 D19001 FRUSEMIDE TAB

IP 40mg 1 No 65,23,129 36 15,300

161 D14032 FUSIDIC ACID CREAM IP

2% 10gm tube

5,97,034 24 1,36,400

162 D07016 GABAPENTIN TAB IP 100mg 1 No 25,23,819 24 30,200

163 D15032 GENTAMICIN EYE DROPS IP 0.3% W/V 5 ml 25,165 24 2,100

164 D02013 GENTAMICIN INJ IP 80 mg/2ml IM/IV

VIAL 10,15,741 24 49,200

165 D21028 GLIMEPIRIDE TAB IP

1 mg 1 No 8,11,30,617 24 1,51,700

166 D21032/12

GLIMEPIRIDE TAB IP

2mg 1 No 11,34,30,100 24 2,69,500

167 D04019 GLYCOPYRROL

ATE INJ IP 0.2mg/ml 1ml Amp 1,42,965 24 7,400

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 22

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

168 D17012 HALOPERIDOL

INJ IP 5mg/ml 1ml Amp 74,504 24 3,500

169 D17010 HALOPERIDOL TAB IP 5 mg 1 No 20,31,810 24 5,000

170 D17052 HALOPERIDOL TAB IP

1.5mg 1 No 65,390 24 200

171 D12003 HEPARIN

SODIUM INJ IP 5000 IU/ml 5 ml Vial 4,67,857 36 4,19,200

172 D15034 HOMATROPINE EYE DROPS IP

2% 5 ml 29,825 24 7,400

173 D19005 HYDROCHLOROTHIAZIDE TAB IP 25 mg 1 No 54,61,665 24 12,500

174 D05002

HYDROCORTISONE SODIUM

SUCCINATE INJ IP

100 mg Vial 13,66,081 24 1,28,400

175 D08024 HYDROXY

CHLOROQUINE TAB IP

200mg 1 No 10,06,315 36 20,800

176 D12006 HYDROXY

ETHYL STARCH IV INFUSION 6%

130kDa/0.4 500 ml Bottle 11,579 36 20,600

177 D16024 HYDROXY

PROGESTERONE INJ IP

250mg/ml 2 ml Amp 11,230 24 11,200

178 D15035

HYDROXY PROPYL METHYL

CELLULOSE EYE DROPS

0.30% 10 ml 1,98,135 24 33,300

179 D24108C HYDROXY UREA

CAP IP 500mg 1 No 3,30,110 24 11,600

180 D15036

HYDROXYPROPYL METHYL CELLULOSE

OPHTHALMIC SOLUTION

2% 2

ml[PFS] 47,360 24 32,900

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 23

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

181 D20028 HYOSCINE

BUTYLBROMIDE INJ IP

20mg/ml 1 ml amp 31,655 36 1,900

182 D01031 INDOMETHACIN CAP IP 25mg 1 No 8,04,090 24 4,800

183 D23001 IOHEXOL INJ

USP 350mg/ml 50ml 39,490 36 1,42,200

184 D23007 IOHEXOL INJ USP 350mg/ml 100 ML

BOTTLE 26,720 36 1,92,200

185 D03013 IPRATROPIUM NEBULISING SOLUTION

250mcg/ml 15 ml 1,70,860 24 15,400

186 D22016 IRON SUCROSE

INJ USP

20mg elemental Iron/ml

5ml Amp 1,21,030 24 42,800

187 D04022 ISOFLURANE LIQUID 100ml Bottle 6,130 36 23,200

188 D13002 ISOSORBIDE

DINITRATE TAB IP

10 mg 1 No 1,65,51,401 36 46,700

189 D13049 ISOSORBIDE

MONONITRATE TAB IP

20mg 1 No 3,28,410 36 8,300

190 D08026 IVERMECTIN TAB USP

6mg 1 No 70,259 24 8,700

191 D04001 KETAMINE INJ IP 50 mg/ml 10 ml Vial 15,487 24 10,200

192 D08030 KETOCONAZOLE

CREAM BP 2% 5gm tube 73,835 24 6,700

193 D01051 KETOROLAC

TROMETHAMINE INJ IP

30 mg/ml 1 ml amp 97,482 24 15,100

194 D13063 LABETALOL INJ

IP 5mg/ml 4ml amp 28,359 24 10,100

195 D13051 LABETALOL TAB IP

100mg 1 No 2,85,689 24 14,500

196 D20015 LACTULOSE

SOLUTION USP 667mg/ ml 100 ml 3,89,343 24 1,41,000

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 24

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

197 D07018 LEVETIRACETAM TAB IP

500mg 1 No 24,97,890 24 1,22,500

198 D02075 LEVOFLOXACIN TAB IP

500mg 1 No 4,47,020 24 7,200

199 D04018

LIGNOCAINE 2% WITH

ADRENALINE INJ IP

1:200000 30 ml 1,03,430 24 20,900

200 D04003 LIGNOCAINE HCL GEL IP

2% 30 gm Tube.

2,79,588 24 29,400

201 D04038 LIGNOCAINE

HCL INJ IP (for IM use)

2% w/v 10 ml Vial 3,07,904 24 30,700

202 D04029 LIGNOCAINE

HCL INJ IP (FOR IV USE)

2% w/v 30 ml Vial 98,157 24 26,500

203 D02076 LINEZOLID INJ 200mg/100 ml

300 ml bottle

71,375 24 54,200

204 D02078 LINEZOLID TAB IP

600mg 1 No 3,91,450 24 30,900

$ 205 D14024 LIQUID PARAFFIN IP

100 ml BOTTLE 4,65,798 36 78,300

206 D17026

LITHIUM CARBONATE PROLONGED

RELEASE TAB IP

400mg 1 No 5,20,698 36 17,500

207 D17025 LITHIUM

CARBONATE TAB IP

300 mg 1 No 33,69,450 24 38,500

208 D17034 LORAZEPAM INJ IP 2 mg/ml 2 ml

Amp 73,097 24 6,100

209 D17033 LORAZEPAM

TAB IP 2 mg 1 No 33,42,627 36 7,800

210 D13011 LOSARTAN

POTASSIUM TAB IP

25 mg 1 No 4,42,88,613 24 1,04,700

211 D13053 LOSARTAN

POTASSIUM TAB IP

50mg 1 No 8,53,30,245 24 2,93,400

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 25

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

212 D12019

LOW MOLECULAR

WEIGHT HEPARIN INJ IP

40mg/0.4 ml Vial/PFS 2,28,547 24 2,32,800

213 D16007 MAGNESIUM

SULPHATE INJ IP 500mg/ml 2ml Amp 1,61,411 24 11,600

214 D14042 MAGNESIUM SULPHATE PASTE BP

100gm Bottle 1,38,841 36 38,900

215 D18010 MANNITOL INJ IP 20%w/v 100 ml

Bot 3,56,448 24 89,800

216 D16016 MEDROXY

PROGESTERONE ACETATE TAB IP

10mg 1 No 1,33,260 36 4,600

217 D01014 MEFENAMIC ACID TAB BP 500 mg 1 No 1,98,05,148 24 1,24,600

218 D21003 METFORMIN

TAB IP 500mg 1 No 30,66,95,392 24 7,86,100

219 D13039 METHYL DOPA

TAB IP 250mg 1 No 1,22,810 36 2,500

220 D05028

METHYL PREDNISOLONE

SODIUM SUCCINATE INJ

USP

1gm Vial 58,939 24 1,06,900

221 D13033 METOPROLOL TAB IP

50 MG 1 No 2,39,26,433 24 1,23,500

222 D02097

METRONIDAZOLE BENZOATE

ORAL SUSPENSION IP

200mg/5ml 30ml bottle 10,444 24 1,000

223 D02086 METRONIDAZOL

E GEL IP 1% 25gm tube 1,02,359 24 16,500

224 D02025 METRONIDAZOL

E INJ IP 5 mg/ml 100ml bottle 21,39,597 36 2,15,700

225 D02024 METRONIDAZOL

E TAB IP 400 mg 1 No 72,77,395 36 51,300

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 26

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

226 D14041 MICONAZOLE CREAM IP

2% w/w 10gm Tube

73,034 36 4,400

227 D07011 MIDAZOLAM INJ IP

1 mg/ml 5 ml Vial 1,59,874 24 22,700

228 D16017 MIFEPRISTONE

TAB IP 200mg 1 No 19,470 24 9,400

229 D16026 MISOPROSTOL TAB IP

200mcg 1 No 3,99,450 24 10,100

230 D20013

MIXTURE CARMINATIVE

CONCENTRATE(EACH

10ML,CONTAINS:WEAK GINGER

TINCTURE BP/IP-0.625ML,AROMA

TIC SPIRIT OF AMMONIA IP-

0.625ML,PEPPERMINT SPIRIT BP-0.25ML,CHLORO

FORM IP-0.019ML,SODIUM BICARBONATE

IP-0.275 GM, COMPOUND CARDAMOM

TINCTURE IP-3.0 ML, AQUA Q.S-

10 ML, ALCOHOL

CONTENT-20-26% V/V)

500ml Bottle. 1,28,396 24 51,800

231 D05029 MONTELUKAST TAB IP

10mg 1 No 16,49,240 24 11,600

232 D01010 MORPHINE SULPHATE INJ IP

15 mg/ml 1 ml Amp

18,526 24 2,400

233 D15041 MOXIFLOXACIN EYE DROPS IP 0.50% 5 ml 4,09,364 24 27,800

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 27

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

234 D15070 MOXIFLOXACIN EYE OINTMENT 5%w/w

5 gm tube 36,755 24 13,700

235 D14035 MUPIROCIN OINTMENT IP 2%w/w 5gm tube 3,62,944 18 88,500

236 D06014 N-ACETYL CYSTEINE INJ 1g 5 ml amp 55,210 24 16,500

237 D06015 N-ACETYL CYSTEINE TAB

600mg 1 No 3,40,710 24 20,800

238 D06003 NALOXONE INJ

IP 400 mcg/ml 1 ml Amp 817 24 700

239 D01033 NAPROXEN TAB

IP 500mg 1 No 52,600 36 1,300

240 D15042 NATAMYCIN OPTHALMIC

SUSPENSION IP 5%w/v 5ml 12,562 12 11,200

241 D16025

NATURAL MICRONISED

PROGESTERONE SOFT GELATIN

SR CAP

200mg 1 no 3,03,375 24 53,800

242 D13064 NEBIVOLOL TAB

IP 5mg 1 No 11,76,930 24 22,700

243 D04008 NEOSTIGMINE

METHYL SULPHATE INJ IP

0.5 mg/ml 1 ml Amp 1,35,715 24 5,400

244 D15044 NEPAFENAC

OPHTHALMIC SUSPENSION

0.1%w/v 5ml 32,275 12 27,900

245 D13065 NIFEDIPINE

PROLONGED-RELEASE TAB IP

10 mg 1 No 63,04,583 36 27,200

246 D17006 NITRAZEPAM

TAB IP 5mg 1 No 8,65,607 36 4,500

247 D02080 NITROFURANTOI

N TAB IP 100mg 1 No 3,40,050 24 19,900

248 D13028 NITROGLYCERIN INJ IP

25mg/5ml Amp 42,432 24 10,600

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 28

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

249 D13086 NITROGLYCERINE TAB 2.6 mg 1 NO 9,93,053 24 50,900

250 D29005

NORADRENALINE STERILE

CONCENTRATE IP

0.20% 2 ml amp 1,69,685 24 15,700

251 D16020 NORETHISTERO

NE TAB IP 5mg 1 No 2,80,600 30 5,400

252 D02016 NORFLOXACIN TAB IP 400 mg 1 No 55,34,251 24 66,100

253 D15046 OFLOXACIN

EAR/EYE DROPS 0.30% 10 ml 64,885 24 5,500

254 D02018 OFLOXACIN INFUSION IP 2 mg/ml 100ml

bot 37,735 24 5,900

255 D02017 OFLOXACIN TAB IP 200 mg 1 No 32,85,920 36 20,900

256 D17020 OLANZAPINE TAB IP

5 mg 1 No 26,19,070 24 7,900

257 D17016 OLANZAPINE

TAB IP 10 mg 1 No 33,59,940 24 11,900

258 D20004/

12

OMEPRAZOLE (GASTRO

RESISTANT) CAP IP

20mg 1 No 4,48,84,138 24 2,04,000

259 D20014 ONDANSETRON INJ IP

2mg/ml 2 ml Amp

23,54,993 24 75,800

260 D20041 ONDANSETRON ORAL SOLUTION

IP 2mg/5ml

30ml bottle 1,74,216 24 15,400

261 D20032 ONDANSETRON TAB IP 4mg 1 No 58,65,095 24 13,200

262 D20011/12

ORS POWDER IP Single dose sachet

20.5 gm Packet

39,15,122 24 95,100

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 29

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

263 D09007 OSELTAMIVIR CAP IP

75mg 1 No 13,25,545 36 2,55,000

264 D07019 OXCARBAZEPINE TAB IP 150mg 1 No 16,71,107 36 27,400

265 D15071

OXYMETAZOLINE

HYDROCHLORIDE NASAL

SOLUTION (PAEDIATRIC ) IP

0.025% w/v 10 ML 2,82,620 24 23,700

266 D20033

PANTOPRAZOLE (GASTRO

RESISTANT) TAB IP

40mg 1 No 6,05,27,280 24 3,41,600

267 D20018 PANTOPRAZOLE

INJ BP 40mg 10 ml Vial 41,03,366 24 2,79,800

268 D01003

PARACETAMOL PAEDIATRIC

SYRUP/SUSPENSION IP

125mg/5ml 60ml Bottle 42,98,790 24 3,61,100

269 D01035 PARACETAMOL INFUSION IP 1gm/100ml 100 ml

bottle 7,43,127 24 2,12,200

270 D01009 PARACETAMOL INJ

150mg/2ml 2ml Amp.

15,47,017 24 76,300

271 D01037 PARACETAMOL SUPPOSITORY

BP 170mg 1 No 1,36,374 36 8,300

272 D01036 PARACETAMOL SUPPOSITORY

BP 80mg 1 No 1,59,285 36 7,800

273 D01002 PARACETAMOL TAB IP 500 mg 1 No 28,04,10,977 36 9,00,100

274 D02108 PENICILIN G

POTASSIUM TAB USP

4,00,000 UNITS 1No 1,05,675 18 2,000

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 30

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

275 D01008 PENTAZOCINE LACTATE INJ IP 30 mg/ml 1ml

Amp. 93,260 24 17,100

276 D29011 PERITONEAL

DIALYSIS FLUID IP

1L Bottle 20,080 24 7,400

277 D14036 PERMETHRIN CREAM 5% 30gm 1,53,667 24 22,700

# 278 D01007 PETHIDINE

HYDROCHLORIDE INJ IP

50 mg/ml 2 ml Amp

16,297 24 4,700

279 D05007 PHENIRAMINE

MALEATE TAB IP 25 mg 1 No 21,30,758 36 4,000

280 D07001 PHENOBARBITONE TAB IP

30 mg 1 No 24,75,600 36 5,000

281 D07002 PHENOBARBITONE TAB IP

60 mg 1 No 35,96,740 36 13,200

282 D07008 PHENYTOIN SODIUM INJ IP/BP/USP

50mg/ml 2ml Amp 5,09,720 24 26,000

283 D07004 PHENYTOIN SODIUM TAB IP

100 mg 1 No 57,53,750 24 22,000

284 D12005 PHYTOMENADIONE (VITAMIN K1)

INJ IP 10 mg/ml 1 ml

Amp 1,37,080 24 19,500

285 D15049 PILOCARPINE NITRATE EYE

DROPS IP 2% 5 ml 5,788 24 2,800

286 D02039

PIPERACILLIN 4GM +

TAZOBACTAM 500 MG INJ IP

4.5gm Vial 8,68,958 24 6,56,900

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 31

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

287 D02083 PIPERACILLIN+ TAZOBACTAM

INJ IP

2gm + 250mg Vial 67,085 24 28,600

288 D01046 PIROXICAM TAB IP 20mg 1 No 2,30,091 36 1,000

289 D18014 POTASSIUM

CHLORIDE INJ IP 15% w/v 10ml Amp 1,47,832 24 6,300

290 D18018 POTASSIUM

CHLORIDE ORAL SOLUTION USP

10% 100 ml 32,578 36 6,800

291 D18015 POTASSIUM

CITRATE SOLUTION

Potassium Citrate-1100 mg + Citric Acid-334

mg

200 ml 73,268 24 20,400

292 D14043 POVIDONE

IODINE OINTMENT USP

5%w/w 10gm Tube 17,41,177 24 93,600

293 D14011 POVIDONE

IODINE SOLUTION IP

5% w/v 500 ml Bottle 3,10,722 24 1,21,100

294 D25004 POVIDONE

IODINE SOLUTION IP

7.50% 500ml Bottle 46,624 24 33,300

295 D16006 POVIDONE

IODINE VAGINAL PESSARIES

200 mg 1 No 18,096 24 500

296 D06004 PRALIDOXIME

INJ IP 1 gm Vial 1,476 24 2,200

297 D13056 PRAZOSIN

TAB(EXTENDED RELEASE)

5mg 1 No 4,21,570 24 34,900

298 D15052 PREDNISOLONE

ACETATE EYE/EAR DROPS

1% 5 ml 83,130 24 13,800

299 D05034 PREDNISOLONE TAB IP

5mg 1 No 31,64,215 24 8,500

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 32

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

300 D05011 PREDNISOLONE

TAB IP 10mg 1 No 61,97,633 24 30,400

301 D01053 PREGABALIN

TAB 75 mg 1no 3,00,940 24 16,400

302 D08041 PRIMAQUINE

TAB IP 7.5 mg 1 NO 24,045 36 400

303 D17041 PROCHLORPERAZINE INJ IP

12.5mg/ml 1 ml amp 2,43,066 24 17,500

304 D17040 PROCHLORPERA

ZINE TAB IP 5 mg 1 No 28,33,878 24 6,600

305 D05009 PROMETHAZINE INJ IP

25 mg/ml 2ml Amp 4,53,346 24 29,500

306 D05015 PROMETHAZINE

TAB IP 10 mg 1 No 1,71,556 24 1,400

307 D15053

PROPARACAINE HCL

OPHTHALMIC SOLUTION

0.50% 5 ml 37,933 12 11,600

308 D04010 PROPOFOL INJ IP

1% w/v 20ml Amp

23,621 24 17,200

309 D04011 PROPOFOL INJ IP

1% w/v 50ml Vial 15,823 24 18,400

310 D13029/12

PROPRANOLOL TAB IP 20 MG 1 No 11,65,757 24 6,000

311 D12012 PROTAMINE SULPHATE INJ IP 10 mg/ml 5 ml

Amp 4,738 24 1,000

312 D17022 QUETIAPINE TAB IP

50 mg 1 No 38,55,402 24 50,100

313 D17056 QUETIAPINE TAB IP

100mg 1 No 23,74,805 24 51,800

314 D20021

RABEPRAZOLE GASTRO

RESISTANT TAB IP

20 mg 1 No 26,70,360 24 14,700

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 33

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

315 D13059 RAMIPRIL TAB IP 5mg 1 No 11,90,930 24 10,500

316 D20001 RANITIDINE HCL INJ IP 50mg /2ml 2ml Amp 2,54,041 24 7,400

317 D20002 RANITIDINE HCL TAB IP

150mg 1 No 19,16,20,475 24 9,08,900

318 D18009 RINGERS LACTATE INJ IP

500ml Bottle 23,58,446 36 4,35,800

319 D17037 RISPERIDONE TAB USP

1 mg 1 No 20,03,650 24 4,600

320 D17017 RISPERIDONE TAB USP 2 mg 1 No 95,30,074 24 23,300

321 D03017 SALBUTAMOL INHALATION IP

100 mcg/puff 200 MD 2,08,903 36 1,05,900

322 D03006 SALBUTAMOL

NEBULISER SOLUTION BP

5MG/ML 10ML 8,53,962 24 51,200

323 D03004 SALBUTAMOL

SULPHATE TAB IP

4 mg 1 No 2,20,53,967 36 29,900

324 D03024 SALBUTAMOL SYRUP IP

2mg / 5ml 60ml Bottle

37,63,774 24 2,57,100

325 D14025 SALICYLIC ACID OINTMENT IP

10 % w/w, 20gm tube

93,542 24 30,300

326 D18016 SALINE INJ 3% 100ml 1,07,174 24 25,300

327 D15011 SALINE NASAL DROPS 0.65 %w/v 15ml Bot 34,58,081 24 1,51,500

328 D01041 SERRATIOPEPTI

DASE TAB IP 10mg 1 No 1,31,09,355 24 71,800

329 D17019 SERTRALINE TAB IP 50 mg 1 No 17,15,986 36 12,300

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 34

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

330 D14001 SILVER

SULPHADIAZINE CREAM IP

1% w/w 100gm 88,692 24 26,800

331 D14001/12

SILVER SULPHADIAZINE

CREAM IP 1% w/w 500gm 8,795 24 13,300

332 D15008 SODIUM

BICARBONATE EAR DROPS BP

10ML Bottle 84,353 24 9,900

333 D04012 SODIUM

BICARBONATE INJ IP

7.5% w/v 10ml Amp 1,14,010 24 5,700

334 D18002

SODIUM CHLORIDE &

DEXTROSE INJ IP

0.9%+5%w/v

500ml Bottle

14,55,036 36 2,73,500

335 D15056 SODIUM

CHLORIDE EYE DROPS BP

5% 5ml 5,559 24 2,700

336 D18017 SODIUM CHLORIDE INJ IP 0.90% 100 ml 8,93,947 36 95,100

337 D18001 SODIUM

CHLORIDE INJ IP 0.9%w/v 500ml

Bot 64,31,886 36 10,44,500

338 D20040 SODIUM

PHOSPHATE ENEMA BP

Sodium Dihydrogen Phosphate

Dihydrate IP 10%w/v + Disodium Hydrogen Phosphate

Dodecahydrate IP 8%w/v

100ml 1,02,703 18 22,300

339 D07006

SODIUM VALPROATE

GASTRO RESISTANT TAB

IP

200 mg 1 No 98,69,125 36 78,500

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 35

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

340 D07010

SODIUM VALPROATE

GASTRO RESISTANT TAB

IP

500 mg 1 No 1,10,03,459 36 2,13,700

341 D07021 SODIUM

VALPROATE INJ IP

100mg/ml 5 ml vial 6,443 24 1,700

342 D07023

SODIUM VALPROATE

ORAL SOLUTION IP

200mg/5ml 100 ml Bottle 35,347 24 15,800

343 D19003 SPIRONOLACTONE TAB IP

25mg 1 No 18,27,760 24 15,200

344 D20036 SUCRALFATE SUSPENSION 1g/5ml

100 ml bottle 1,31,408 24 43,900

345 D01015/12

SULFASALAZINE TAB BP/USP 500mg 1 No 1,14,340 36 4,400

346 D25002 SURGICAL SPIRIT IP

500ml Bottle 3,19,335 36 1,84,200

347 D13061 TELMISARTAN TAB IP 40mg 1 No 3,88,26,956 24 2,01,600

348 D03007 TERBUTALINE INJ IP 0.5 mg/ml 1ml Amp 7,096 24 700

349 D03001

THEOPHYLLINE AND

ETOPHYLLINE INJ

50.6 mg+ 169.4 mg

2 ml Amp. 23,73,877 24 79,800

350 D03002

THEOPHYLLINE AND

ETOPHYLLINE TAB

23 mg+ 77 mg 1 No 7,74,19,117 36 1,79,500

351 D22032 THIAMINE INJ IP 100 mg/ml 2ml 1,11,805 18 44,200

352 D22033 THIAMINE TAB IP

100 mg 1 NO 5,44,867 18 4,700

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 36

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

353 D04014 THIOPENTONE SODIUM INJ IP 0.5 Gram Vial 23,010 24 8,200

354 D21036 THYROXINE SODIUM TAB IP 50 mcg 1 No 63,85,025 24 25,200

355 D21019 THYROXINE SODIUM TAB IP 100 mcg 1 No 63,93,854 24 32,600

356 D15005 TIMOLOL

MALEATE EYE DROPS IP

0.5%w/v 5ml/Bot 85,011 24 8,600

357 D15059 TOBRAMYCIN

EYE OINTMENT USP

0.30% 5gm 48,022 24 15,500

358 D15066 TOBRAMYCIN EYE/EAR DROPS

0.3% v/v 5 ml bottle

2,77,325 24 21,700

359 D01011 TRAMADOL INJ 50MG/ML 1 ml Amp

10,55,477 24 37,600

360 D01048 TRAMADOL

PROLONGED RELEASE TAB IP

50MG 1 No 19,75,984 24 7,400

361 D12015 TRANEXAMIC

ACID INJ IP 500mg/5ml 5ml amp 1,55,394 24 45,700

362 D12014 TRANEXAMIC ACID TAB IP

500 mg 1 No 10,06,958 36 44,200

363 D17069 TRIFLUOPERAZINE TAB IP 5 mg 1 no 7,06,220 36 2,600

364 D11001 TRIHEXYPHENID

YL TAB IP 2mg 1 No 94,81,225 24 20,200

365 D15060

TROPICAMIDE + PHENYLEPHRINE OPHTHALMIC

SOLUTION

0.8% + 5% 5 ml 51,150 24 13,200

366 D15006 TROPICAMIDE EYE DROPS IP 1%w/v 5ml 20,375 24 6,100

$ 367 D14027 TURPENTINE LINIMENT IP

100ml bottle 14,33,394 24 2,80,800

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 37

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

368 D20037 URSODEOXYCHOLIC ACID TAB

IP 300mg 1 No 8,70,925 24 1,03,600

369 D02027 VANCOMYCIN IV INFUSION IP 500mg Vial 84,648 24 34,700

370 D04020 VECURONIUM BROMIDE INJ IP

4mg Vial 28,108 24 6,300

371 D04021 VECURONIUM BROMIDE INJ IP 10mg Vial 40,039 24 23,300

372 D13007/12

VERAPAMIL TAB IP

40mg 1 No 1,35,507 24 900

373 D22002/12

VITAMIN B COMPLEX

(STRONG) TAB

Each Tablet Containing

Nictonamide IP 20mg,

Pyridoxine HCL IP 2

mg, Riboflavin IP

2 mg, Thiamine HCL IP 5

mg

1 No 7,77,34,244 24 4,55,800

374 D12001/12

VITAMIN B12/ CYANOCOBALA

MIN INJ IP 100MCG/ml 2ml amp 38,619 24 9,200

375 D22020 VITAMIN C TAB IP

500mg 1 No 27,69,035 24 22,400

376 D22026 VITAMIN D3 DROPS BP

400IU/ml 15ml 90,595 12 16,100

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 38

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

377 D22004/

12

VITAMIN MULTI TAB(FILM COATED)

Each Tablet Containing Vitamin A-

2500 iuVitamin-D

200 iuVitamin-

B1 2mgVitamin

-B2 2mg Vitamin B6

0.5 mgCalciumPantothenate-1mgNiacina

mide-25mgVitami

n-C 50mgFolic Acid-0.2mg

1 No 6,49,92,063 24 2,47,000

378 D21038 VOGLIBOSE TAB IP

0.2mg 1 No 24,85,380 24 15,800

379 D12021 WARFARIN SODIUM TAB IP 5mg 1 No 4,69,950 36 5,800

380 D12020 WARFARIN SODIUM TAB IP

1mg 1 No 6,09,069 36 11,900

381 D18011 WATER FOR

INJECTION IP 10 ml Amp 1,12,96,117 36 2,08,800

382 D14040 WHITE SOFT PARAFFIN IP 50gm Bottle 3,08,120 36 40,700

383 D14005 WHITFIELDS OINTMENT IP 15 gm Tube 2,74,870 24 14,800

384 D15009 XYLOMETAZOLI

NE NASAL DROPS IP

0.1% w/v 10 ml Bottle 12,43,605 24 64,700

385 D22024 ZINC SULPHATE

DISPERSIBLE TAB IP

20mg elemental

Zinc 1 No 15,83,417 24 3,500

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 39

4.1.1 CATEGORY - I (DRUGS)

SL No Drug Code Drug Name Strength Unit Tender Quantity

Minimum Shelf life required

(in months)

Required EMD

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

386 D17059 ZOLPIDEM TAB IP 10mg 1 No 1,60,580 24 4,800

4.1.2 CATEGORY – II (DRUGS REQUIRING COLD STORAGE FACILITIES)

SL No Drug Code Drug Name Strength Unit Tendered

quantity

Minimum Shelf life required (in months)

Required EM

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

387 D16002/12

CARBOPROST TROMETHAMINE INJ IP

250mcg/ml 1ml Vial/Amp 7,713 24 5,300

* 388 D21015

EQUINE ANTI RABIES IMMUNOGLOBULIN INJ

300 IU/ml 5 ml Vial 69,917 24 1,31,400

** 389 D12022

ERYTHROPOETIN RECOMBINANT INJ

4000 IU Vial/PFS 2,00,564 24 2,08,600

** 390 D21011 HUMAN ANTI D IMMUNOGLOBULIN INJ IP

300mcg Vial 6,618 24 1,20,600

391 D21031

INSULIN INJECTION BIPHASIC ISOPHANE IP 30:70 (30% soluble insulin and 70% isophane insulin)

40 IU /ml 10ml Vial 22,91,897 24 12,28,000

392 D21006 INSULIN INJECTION ISOPHANE IP

40 IU/ml 10ml Vial 2,10,618 24 1,16,600

393 D21005 INSULIN INJECTION SOLUBLE IP

40 IU /ml 10ml Vial 1,62,402 24 90,200

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 40

4.1.2 CATEGORY – II (DRUGS REQUIRING COLD STORAGE FACILITIES)

SL No Drug Code Drug Name Strength Unit Tendered

quantity

Minimum Shelf life required (in months)

Required EM

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

394 D16004

METHYLERGOMETRIN MALEATE INJ IP

200mcg/ ml 1ml Amp 54,036 24 6,600

395 D16001 OXYTOCIN INJ IP 5 IU/ml 1ml Amp 6,90,552 24 40,700

396 D16021 OXYTOCIN INJ IP 10 IU Amp 2,59,550 24 24,000

397 D16022 PROSTAGLANDIN E2 GEL 0.5mg

3.0 gm tube 32,309 24 64,000

* 398 D21021/12

RABIES VACCINE HUMAN IP (CELL CULTURE- CHICK EMBRYO/VERO) WITH 1 ML DILUENT,2ML SYRINGE WITH NEEDLE 24G AND FILE FOR OPENING.(FOR INTRA DERMAL ROUTE OF ADMINISTRATION)

2.5 IU 1ml 3,76,878 24 6,33,200

399 D13066 STREPTOKINASE INJ IP 750000 IU Vial 12,739 24 1,17,700

400 D04013

SUCCINYL CHOLINE CHLORIDE INJ IP

50 mg/ml 10ml Vial 15,663 24 6,800

** 401 D21010 TETANUS IMMUNOGLOBULIN INJ IP

250 IU Vial/Amp 25,601 30 2,17,700

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 41

4.1.2 CATEGORY – II (DRUGS REQUIRING COLD STORAGE FACILITIES)

SL No Drug Code Drug Name Strength Unit Tendered

quantity

Minimum Shelf life required (in months)

Required EM

(in Rs)

(1) (2) (3) (4) (5) (6) (7) (8)

* 402 D21009 TETANUS TOXOID INJ IP 10 dose 5 ml Vial 3,07,723 36 50,000

Note: For drug specified in the IP, only that standard shall apply. For drugs not specified in the current edition of the IP but included in its immediate previous edition, the standards specified in that immediately previous edition shall apply. If a drug specified does not figure in the IP current edition or its immediate previous edition, other standards apply as per law. If the drug is official in Indian Pharmacopoeia (IP), the license to manufacture the product shall be for IP specification. The product permits submitted for any other official monographs will not be accepted for the item.

Symbols Particulars Appendix

* Drugs which require mandatory testing at CDL II-A

** Drugs which require mandatory testing at NIB II-B

# Drugs which required import permit from Excise

Commissioner of the state for transit from other state II-C

$ External Liquid Preparation requiring label in yellow

background with red band on the top II-D

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 42

SECTION V

5. SPECIFIC CONDITIONS OF CONTRACT

5.1. Time Limits prescribed

Sl. No Activity : Time Limit

1

Schedule of dispatch details 0th day : Letter of Intent (LOI)/Purchase Order or both

Within 21 days of LOI :

The supplier shall submit agreement, copy of LOI duly signed and sealed on all pages in token of acceptance, required Security Deposit and other documents specified in clause 6.22.2 & 6.22.3 as applicable.

Within 10 days of Purchase order :

The supplier shall furnish confirmed dispatch schedule. If the confirmed dispatch schedule is not received on or before the specified period, the purchase order is liable to be cancelled and arrangement for alternate purchases will be done at the risk and cost of the supplier.

2 Schedule of purchase order and Supply

:

The first set of purchase orders will be up to 50% of the LOI quantity. Subsequent purchase orders will be issued for 25% of the LOI quantity.

The schedule of supply drugs will be as follows;

No of days from purchase order

% of the ordered quantity to be supplied in each warehouse

1 Within 60 days 50%

Within 70 days 100%

2 In case of drugs which require mandatory testing at CDL/NIB/Import Permit from Excise Authorities, 100% of the ordered quantity shall be supplied within 90 days.

3 Payments against supplies :

The Payments against invoices will be initiated on receipt and acceptance of 50% of the ordered quantity as per clause detailed in 6.29.

4

Cancellation schedule of purchase orders/unexecuted portion of LOI/PO

: Cancellation of purchase orders/unexecuted portion of LOI/PO in the event of failure to supply the ordered quantity shall be as under:

If the supplied quantity is less than 50% of the ordered quantity on the stipulated day, the remaining unexecuted portion of the order and the remaining part of the LOI are liable to be cancelled without notice and the contract with respect to the product(s) is liable to be terminated. Alternate purchase will be made at the risk and cost of the supplier.

5

Penal provisions for supply inefficiency

1 Delayed supply

A penalty of 0.5% per day of the delayed supply up to a maximum of 10%.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 43

Sl. No Activity : Time Limit

2 Unexecuted Supply

Procedure for alternate supply as mentioned in Clause 6.25.22. A penalty of 10% of the value of unexecuted quantity or the extra expenditure incurred for the alternate purchase of the item, whichever is higher will be levied from the defaulted supplier.

6 Release of EMD

1 Unsuccessful bidders

EMD submitted online will be discharged/ refunded automatically to the bidders account after finalizing the tender. In the case of EMD remitted in excess of Rs.50000/- paid by way of DD/BG, the amount will be refunded within 30 days on finalization of the bid.

2

Successful bidders

EMD submitted online/DD/BG will be released on signing the contract and after furnishing of required Security Deposit. EMD submitted online/DD may also be adjusted towards Security Deposit on request of the bidder.

7

Release of security deposit / Performance Guarantee

18 months from the date of LOI or 3 months after successful completion of supply whichever is later.

5.2. Eligibility criteria for participating in the tender

5.2.1. Manufacturing licence and product permit:

5.2.1.1. The Bidder shall be the manufacturer/loan licensee having valid manufacturing license for the item(s) quoted /direct importer holding valid import license. Importers shall possess the valid sale license also, as applicable.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 44

5.2.1.2. The bidder should hold product permit duly approved by the Licensing Authority for all the products quoted. Bids/offer should not be submitted for the product for which the product permit differs with regards to any of the tendered specification.

5.2.1.3. In case of Narcotic/Schedule X drugs, the firm should have to submit the license to manufacture and sale of Narcotic/Schedule X drugs as the case may be, issued by the licensing authority.

5.2.1.4. If a bidder offers one product from more than one manufacturing units which has not been inspected by the Tender Inviting Authority for the last 3 years, an inspection fee of Rs.50,000/- for each additional unit should be remitted to KMSCL as Demand Draft in the dates specified in Clause 3.2.

Distributors/agents/contract manufacturers are not eligible to participate in the tender

5.2.2. Average annual turnover:

5.2.2.1 Average Annual turnover in the last three years (2015-16, 2016-17 and 2017-18) shall not be less than Rs. 50 Crores.

5.2.2.2 In case of Micro, Small and Medium Enterprises (here in after referred as MSME) located in Kerala State, the average annual turnover for the last three year shall not be less than Rs.50 Lakhs. The bidder shall submit proof of the same (notary attested copy of audited accounts, balance sheet, annual report etc).

5.2.3. Special cold storage facilities:

5.2.3.1. Those bidders offering the items requiring special cold storage condition should either have their own cold chain transporting system or should have proper contract with a transporting agent having facilities to transport the drugs under cold chain norms from the manufacturing unit to the respective warehouses of the Corporation by complying cold chain norms.

5.2.3.2. The containers of these items should be provided with temperature variation indicators like vaccine vial monitors or the consignment should be provided with data loggers for recording the temperature conditions during transit, the software of which also should be provided to all the warehouses.

5.2.4. Market Standing:

5.2.4.1. The Bidder should have at least 3 (three) years Market Standing as a manufacturer / importer/ for each drug quoted in the tender.

5.2.4.2. The bidder should also have manufactured/imported and supplied at least 5 commercial batches of the offered drug in the last 3 consecutive years

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 45

(total 5 batches in 3 years) in respect of which the bidder shall furnish the statements of all batches manufactured year wise in the format given as Annexure-IV.

5.2.4.3. For drugs which became official in Indian Pharmacopoeia (IP) 2018, the 3 year Marketing Standing Certificate with any other official monograph will be considered. The bidder should have a valid product permit for the same in Indian Pharmacopoeia 2018.

5.2.5. WHO-GMP:

5.2.5.1. The bidder should hold valid WHO-GMP Certificate (WHO-Good Manufacturing Practices) in respect of the production units and the products quoted. If the offered products are manufactured from more than one unit, all the units shall be WHO-GMP certified.

5.2.5.2. The MSMEs registered within the state of Kerala shall hold valid cGMP certificate issued by the licensing authority for the products manufactured within the State Kerala.

5.2.6. Non-conviction Certificate:

The bidder shall not be convicted under the Drugs and Cosmetics Act and other laws administrated by the department and no prosecution actions shall be in progress or pending against the licensee and the license of the firm shall not be cancelled or suspended for non compliance of provisions of Drugs and Cosmetics Act 1940 and the rules 1945.

5.2.7. Minimum Required Shelf Life:

Tender should not be submitted for a product with shelf life lesser than that specified in section IV (List of items Tendered) of the tender document.

5.2.8. Blacklisted/Debarred/Rejected by Tender Inviting Authority or other agencies:

5.2.8.1. Tender should not be submitted for the Firms /Concern/Company or for any product(s) which stand(s) blacklisted by KMSCL for any reason.

5.2.8.2. Tender should not be submitted for the Firms/Concern/Company which has/have been blacklisted/debarred by any State/Central Government organization for reason of Quality Non-compliances, GMP Non-compliance, Major violation of D&C Act and Rules and furnishing forged/fabricated/false documents, during the period of blacklisting/debarring.

5.2.8.3. Tender should not be submitted for the product(s) for which the Firms/Concern/Company stands blacklisted/debarred by the State/Central Government organization for reason of Quality Non-compliances, GMP Non-compliance, Major violation of D & C Act and Rules and furnishing forged/fabricated/false documents, during the period of blacklisting/debarring.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 46

5.2.8.4. If Product(s)/Bidder/Supplier is blacklisted/debarred by another state/Central Government agency for the reason of Quality non-compliances, GMP Non-compliance, major violation of D&C Act and Rules and furnishing forged/fabricated/false documents, after bid submission/award of contract/execution of agreement, the product(s)/bidder/supplier will be liable for Blacklisting/Termination of contract/cancellation of purchase order/Letter of Intent etc. The product(s)/bidder/supplier will be liable for such action in the event of any conviction/initiation of prosecution under the D & C Act any stage after submission of bid.

5.2.8.5. A bidder who had withdrawn after participating in any of the previous bids of KMSCL for the year 2016-17, 2017-18 and 2018-19 is not eligible to participate in this tender in respect of the product(s).

5.2.8.6. Tender should not be submitted for the product(s), the purchase order(s) for which has/have been fully/partially cancelled during 2018-19.

5.2.8.7. Tender should not be submitted for a product, if any two batches of that product manufactured and supplied by the company to KMSCL in the tender 2016-17, 2017-18 and 2018-19 had failed in quality.

5.2.9. Inspection of manufacturing premises:

Those firms which were disqualified in factory inspection conducted by KMSCL as part of tenders for the years 2016-17 and 2017-18 are permitted to participate in this tender only on remittance of Rs. 1,00,000, extra towards re-inspection fee as detailed in clause 6.16. Participation of such firms without remittance of re-inspection fee will lead to summarily rejection of their bids.

The firms/manufacturing units rejected in factory inspection as part of the tenders for the year 2018-19 will not be eligible for participation in this tender.

5.3. Price Preferences to PSUs and MSMEs within Kerala.

5.3.1. Price preference not exceeding 10% for Domestic MSME and 15% for State Public Sector Undertakings shall be available only for products manufactured by them within the State of Kerala.

5.3.2. For MSMEs functioning within the State of Kerala quoting price within the price band of L1+10% for a product manufactured within the State for the quantity as may be decided by the TIA, if the L1 price is of someone other than a Domestic MSME.

5.3.3. For the purpose of granting price preference to those firms as noted in Clause 5.3.1 above, those rates (Landed price exclusive of GST)

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 47

less than or equal to 10% above the L1 rate alone will be considered. Price bids of MSMEs located in Kerala quoting more than 10% above L1 rate will not be considered the price preference under any circumstances.

10% price preference will be calculated as follows:-

10% of Landed price (exclusive of tax) of Non-MSME = X.

X+ Landed price (exclusive of tax) of Non MSME should be less than or equal to the Landed price (exclusive of tax) of MSME.

eg :- If the Landed price (exclusive of GST) of Non MSME is Rs.100/-, the Landed price (exclusive of GST) of MSME should be less than or equal to Rs 110.00.

5.3.4. State PSUs & MSMEs manufacturing products within the State of Kerala are exempted from remitting the Tender Document fee and EMD.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 48

SECTION VI

6. GENERAL CONDITIONS OF CONTRACT

6.1. This section deals with the general conditions of contract and contains the following terms & conditions.

6.2. Responsibility of verification of contents of Tender Document:

6.2.1. Bidders shall examine all instructions, forms, terms and specifications in the Tender Document and confirm that the required documents as in clause 6.9 are duly uploaded in the e-bid.

6.2.2. Failure to furnish any information required by the Tender Document and submission of an offer not substantially responsive to it in every respect shall result in the summary rejection of bids, without any notice.

6.3. Tender Document and Earnest Money Deposit

6.3.1. The specifications and terms and conditions governing the supply of drugs are contained in this “Tender Document”

6.3.2. The Tender Document is to be downloaded from the e-Procurement portal www.etenders.kerala.gov.in. The Tender Document is also available in the official website of the Corporation.

6.3.3. The Tender Document fee and the EMD required for this tender are as specified in Section III and the payment shall be as specified in Clause 6.4 below. The EMD payable for each item is as specified in Section IV. Where the total of the EMD payable is more than Rs.50,000/-, Rs.79,500/- (Minimum EMD Rs.50,000+Tender document cost Rs.29,500)shall be paid online and the balance amount shall be submitted by DD/BG within the dates specified in Section III.

6.3.4. State Public Sector Undertakings and MSMEs registered within the State are exempted from remittance of EMD and Tender Cost subject to submission of valid documents, provided all the offered products shall be manufactured within the State of Kerala.

6.3.5. None of the bidders other than those specified in Clause 6.3.4 above, are exempted from the remittance of EMD, in any case.

6.3.6. Non-payment of Tender cost and EMD (except in cases where payment of Tender Cost and EMD are specifically exempted) will result in summary rejection of the bid.

6.3.7. No interest will be paid for the EMD furnished.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 49

6.3.8. The EMD will be forfeited, if a bidder/ successful bidder;

6.3.8.1. Misrepresents facts or submit false/fake documents during the tender process.

6.3.8.2. Violates any terms and conditions of the Tender Document.

6.3.8.3. Withdraws its bid after the opening of Technical Bid;

6.3.8.4. Fails to produce hard copies of the documents as specified or to sign the contract after issuance of letter of intent.

6.3.8.5. Fails to furnish security deposit after issuance of letter of intent.

6.4. Mode of payment of Tender Document Cost & EMD

6.4.1. For submitting the bid online, bidders are required to make online payment using electronic payment gateway service provided in Govt. of Kerala's e-Procurement website (www.etenders.kerala.gov.in)

6.4.2. The bidders while participating online tenders published in Government of Kerala's e-Procurement website (www.etenders.kerala.gov.in) should ensure the following:

6.4.2.1. Single transaction for remitting Tender Document fee and EMD: Bidder should ensure that Tender Document fees and EMD are remitted as single transaction and not separate. Separate or split remittance for Tender Document fee and EMD shall be treated as invalid transactions.

Where the EMD to be paid is more than Rs.50,000/- the excess amount shall be paid by way of DD/BG.

6.4.2.2. Account number as per Remittance form only : Bidder should ensure that account number entered during NEFT/RTGS remittance at any bank counter or during adding beneficiary account in internet banking site is the same as it appears in the remittance form generated for that particular bid by the e-Procurement system. Bidder should ensure that Tender Document fee and EMD are remitted only to the account number given in the Remittance form provided by e-Procurement system for that particular tender.

6.4.2.3. Bidder should ensure the correctness of details furnished while remittance through NEFT/RTGS. Bidder should also ensure that the banker uses the Account Number (which is

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 50

case sensitive) as displayed or appears in the Remittance form.

6.4.2.4. Bidder should not truncate or add any other detail to the above account number. No additional information like bidder name, company name, etc should be entered in the account number column along with account number for NEFT/ RTGS remittance.

6.4.2.5. NEFT/RTGS remittance only allowed: Account to Account transfers, cash payments etc are not allowed and are invalid modes of payments.

6.4.2.6. UTR number: Bidders should ensure that the remittance confirmation (UTR number) received after NEFT/RTGS transfer is used as it is, without any truncation or addition, in the e-Procurement system for tracking the payment.

6.4.2.7. One Remittance form per bidder and per bid: The remittance form provided by e-Procurement system shall be valid for that particular bidder and bid and should not be re-used for any other tender or bid or by any other bidder.

6.4.2.8. The bids will not be considered for further processing if bidders fail to comply on Clauses 6.4.2.1 to 6.4.2.7 above and tender fees and EMD will be remitted back to the account from which it was received.

6.4.2.9. The Earnest Money Deposit required for each item tendered is specified in Clause 4.1 in Section IV. The amount of EMD to be submitted by the bidder shall be the total of EMD required for each of the item quoted by the bidder, subject to minimum of Rs.50,000/-. If the total EMD required for a bidder is above Rs.50,000/-, Rs.50,000/- shall be paid online along with the cost of tender document fee and the balance of EMD shall be submitted at the Head Office of the Corporation by way of DD/BG drawn in favour of Managing Director, KMSCL. for eg: for a bidder quoting 4 items, the EMD to be submitted is calculated by adding the value of EMD mentioned against each item in Clause 4.1. If the value thus arrived is 50,000/- or less, the minimum required amount of EMD of Rs.50,000/- shall be paid together with Tender Document cost of Rs.29,500/- as single online transaction of Rs.79,500/- in the manner

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 51

specified in Clause 6.4 If the total EMD required is more than Rs.50,000/-, the amount of Rs.50,000/- shall be paid together with the tender document fee as single transaction of Rs.79,500/- [Rs.50,000/- + Rs.29,500/- = Rs.79,500/-] as specified in Clause 6.4.

6.4.3. The balance amount of EMD shall be submitted at the Head Office of the Corporation as DD drawn in favour of Managing Director, KMSCL payable at Thiruvananthapuram or as BG as per the format in Annexure-VIII, valid for a minimum period of 8 months from the date of opening Technical Bid.

The balance EMD in the form DD/BG shall be submitted in a sealed cover super scribing, “Earnest Money Deposit for Tender No. KMSCL/DRGED/I&II/RC/2018/014 dated 21.11.2018 for the procurement of Drugs for the year 2019-20”. The sealed cover shall be addressed to:-

The Managing Director Kerala Medical Services Corporation Ltd Thycaud P.O, Thiruvannathapuram-695014 Kerala.

6.4.4. In case of EMD submitted by the bidder is not sufficient to meet the EMD requirement of all the items quoted, the available EMD will be adjusted for the items first in the ascending order of category and then in the Sl. Nos. as per the list given by the bidder in Annexure-II along with the technical bid, till the EMD is exhausted. Further, the tender of such bidder for the remaining items, out of the quoted items, will be treated as non-responsive for want of the EMD. Any part value of EMD remaining unadjusted will be treated as an excess value furnished. There will not be any provision to re-submit the balance EMD amount after the date and time specified in clause 3.2 of tender document.

6.4.5. All the prospective bidders on their own interest are requested to avoid last minute rush in making payment and online Bid submission. Non receipt of payment before online opening of the Technical Bid will lead to automatic rejection of the bid.

6.5. Guidelines for preparation of Tender

6.5.1. The bidder shall bear all costs associated with the preparation and submission of its bid and Tender Inviting Authority will in no case be

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 52

responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

6.5.2. It is compulsory on the part of bidders to provide a check list as per Annexure-I at the time of uploading the documents so as to enable the Tender Inviting Authority to prima facie verify the compliance of all tender conditions.

6.5.3. Language of Bid: - All the documents submitted by the bidder shall be in English or in Malayalam. Supporting documents furnished in other languages shall be accompanied by an authenticated (by the authority concerned) accurate translation of the relevant passages in English or Malayalam. Failure to submit authentic translation of documents would be deemed as “Not Submitted” and will result in rejection of offer.

6.5.4. The documentary evidences submitted shall be those duly attested by the bidder on every page and serially numbered. Notary attestation wherever specified will be in addition to the attestation of the bidder as above.

6.5.5. The person signing the documents shall have due Power of Attorney/resolution of Board made by the Board of Directors/Partnership/Proprietor etc in cases where person other than the Managing Director/Managing Partner or sole Proprietor signs the document. The photo of the person authorized to sign the document shall be affixed to the Power of Attorney with due authentication. Where the Managing Director/Managing Partner or sole Proprietor signs the tender and accompanying documents a notarized document attesting the signature of the person shall be furnished. The Power of Attorney shall be in non-judicial stamp paper duly attested by notary public.

6.5.6. If the drug is official in Indian Pharmacopoeia (IP), the license to manufacture the product shall be for IP specification. The product permits submitted for any other official monographs will not be accepted for the item and such offers will be rejected summarily.

6.5.7. The bidder shall carefully read and understand all the terms and conditions in the tender document including the amendments, if any. The bidder shall furnish an undertaking/declaration as in Annexure-V of having read and accepted the contents of the Tender Document in full. The plea of ignorance or failure to understand the terms and condition of the tender will not be acceptable.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 53

6.5.8. All clauses of the Tender Document shall be duly filled up before submission. Any clause left unfilled or improperly filled will lead to rejection of the bid.

6.5.9. An offer submitted in vague/ambiguous terms and the like, shall be termed as non-responsive and will be summarily rejected.

6.5.10. All the bid documents submitted shall be legible and be clearly readable. Illegible documents uploaded, along with the bid if any, will not be considered and the bid will be subject to rejection.

6.5.11. A prospective bidder requiring any clarification of the Tender Documents may notify the Tender Inviting Authority in writing by email or fax at the Tender Inviting Authority’s mailing address/fax number indicated in this Tender Document. Clarifications to specific requests shall be responded through e-mail and general clarifications, affecting all the bidders will be published in the official website of the Tender Inviting Authority. However it shall be the duty of the prospective bidder to ensure that the clarifications sought for has been properly received in time by the Tender Inviting Authority.

6.6. Period of Validity of Tender

6.6.1 The tender must remain valid for minimum 180 days from the date of opening of Price Bid. A bid valid for a shorter period shall be rejected by the Tender Inviting Authority as non-responsive.

6.6.2 Prior to the expiration of the bid validity the Tender Inviting Authority may with the consent of the bidder, extend the bid validity for another period of 30 days.

6.6.3 The bidder who has extended the bid validity is not required or permitted to modify its bid.

6.6.4 The bidder cannot withdraw the bid within the minimum price firmness period of 180 days from the date of opening of price bid.

6.6.5 Withdrawal or non-compliance of agreed terms and conditions after the execution of agreement will lead to invoking of penal provisions and may also lead to blacklisting of the successful bidder as per the procedure detailed in Clause 6.38.

6.7 Amendment of Tender Documents:

6.7.1 Also at any time prior to the last date of submission of Tender, Tender Inviting Authority may, for any reason, or as per directions of the Government, modify the condition in Tender Documents by an

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 54

amendment. All amendments will be notified through the Corporation’s website. The Tender Inviting Authority may, at his discretion, extend the date and time for submission of bids.

6.7.2 Bidders/ Prospective bidders are advised to browse the website of the Tender Inviting Authority for information/ general notices/ amendments to Tender Document etc on a day to day basis till the tender is concluded.

6.8 Tendering System

6.8.1 The Bids are to be submitted in two Parts i.e. Technical Bid & Price Bid.

6.8.2 The TECHNICAL BID shall contain the complete technical details of the firm and the documents to prove the eligibility and competency of the bidder and shall be submitted in the manner prescribed in Clause 6.9.

6.8.3 The Tender has been called for in the generic names of drugs. The bidders should quote the rates for the drugs in generic names. The products offered shall comply with the tender specifications given in Section IV. Any variation found will result in the rejection of the tender.

6.8.4 Bids with cross conditions like “offering different strength/specification/unit and lower shelf life other than tendered” shall not be made by the bidder. Such attempts to mislead the TIA will be treated as violation of tender condition and the offer will be rejected. If such violation is noticed even after the award of contract, agreement for the product will be terminated and the alternate purchase will be made at risk and cost of the supplier.

6.8.5 Bid offer for the supply of drugs with cross conditions like “AT CURRENT MARKET RATES”, “SUBJECT TO AVAILABILITY OF RAW MATERIALS” “SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED” etc., will not be accepted.

6.8.6 The Price Bid (BOQ) in the prescribed proforma shall be submitted online only. Submission of price bid (BOQ) in any other form will lead to rejection of bids.

6.8.7 The price shall be quoted on basic units mentioned in price bid format and not in respect of any other supply units.

6.8.8 The price quoted by the bidders shall not, in any case, exceed the controlled price, if any, fixed by the Central/State Government/NPPA

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 55

and/or the Maximum Retail Price (MRP). Tender Inviting Authority at its discretion, will exercise, the right to revise the price at any stage so as to conform to the controlled price or MRP as the case may be. This discretion will be exercised without prejudice to any other action that may be taken against the bidder.

6.8.9 The rates quoted and accepted will be binding on the bidder during validity of the bid and any increase in the price will not be entertained till the completion of the contract period except statutory levies as may be applicable.

6.8.10 Supplies should be made directly by the bidder and not through any other agency and the invoice should be in the name of the bidder.

6.8.11 The bidder shall allow inspection of the factory at any time by an expert or team of Experts/Officials of the Tender Inviting Authority. The bidder shall extend all assistance and co-operation to the team to enable to inspect the manufacturing unit, quality control measures adopted etc., in the manufacture of the drugs. Photographs of the key manufacturing areas shall be permitted to be taken.

6.8.12 Complaints, if any, should be submitted to the Managing Director in writing. Complaints with ulterior motives will be deemed as fraudulent practice and will be dealt with accordingly.

6.9 Contents of the Technical Bid:

6.9.1 The following documents shall be uploaded online in PDF format along with the Technical Bid. The bid offer form as per Annexure II shall be submitted in PDF as well as in Excel Format.

Sl. No.

Document to be uploaded

1. Check list in Annexure-I.

2.

Documentary proof that the firm is registered with the Industries department/Directorate of Industries and Commerce of the State of Kerala, if the firm has claimed for exemption from submitting EMD & Tender document cost.

3. The details of offline EMD submitted as DD, if applicable

4. The details of Re-inspection fee submitted as DD, if applicable

5. The details of factory inspection fee for additional as DD (if applicable)

6. Bid offer form in the format prescribed in Annexure II (PDF)

7. Bid offer form in the format prescribed in Annexure II (Excel)

8. Annual turnover statement for last 3 years in the format given in Annexure III certified by the Auditor.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 56

Sl. No.

Document to be uploaded

9.

Notary attested photocopies of; i. Manufacturing Licenses ii. Certificate of renewal/current validity certificate iii. Product permit duly approved by the Licensing authority for all

product(s) offered. Items offered with specifications shall be clearly highlighted in the product permit and respective drug code of the item shall be noted in the product permit.

10.

Notary attested photocopies of; i. valid import license in Form 10 ii. previous import licenses issued 3 years prior to the date of notification

of the tender, if the product(s) are imported.

11.

Notary attested copies of;

i. product wise Market Standing Certificate issued by the Licensing Authority to prove 3 years Market Standing for all the items offered.

ii. in case of imported drugs, bill of lading/sales invoices/market standing certificate issued by licensing authority to prove that the product is being imported/marketed by the bidder in last 3 years.

12. Notary attested copy of valid license for the sale of Drugs imported by the firms issued by the licensing authority, in the case of imported products.

13.

Notarized copy of valid WHO-GMP Certificate in respect of the production units and the products offered.

If the offered products are manufactured from more than one unit, valid WHO-GMP certificate for all the units shall be produced.

The MSMEs registered within the state of Kerala shall submit valid cGMP certificate issued by the Licensing Authority for the products manufactured within the State Kerala.

14. Notary attested copy of current Non-conviction Certificate issued by the licensing authority of the concerned state.

15. Notary attested statement of manufacture and sale of the offered drugs in the last 3 years shall be furnished in the Performance Statement given in the Annexure IV.

16. Notary attested copy of Power of Attorney/Resolution of Board

17. Undertaking/declaration in the format prescribed in Annexure V.

18. Notarized copy of Audited Balance Sheets and Profit and Loss statement for three years from 2015-16 to 2017-18.

19. Notary attested details of technical personnel employed in the manufacture and testing of items (Employees’ Name(s), Qualification(s), and Experience.

20. Notary attested details of the bidder and manufacturing unit in the format

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 57

Sl. No.

Document to be uploaded

prescribed in Annexure VII.

6.10 Price Bid(BOQ)

6.10.1 The Price Bids of those firms qualified in the technical evaluation will be opened for evaluation.

6.10.2 The PRICE BID will contain only the "Price Bid Form" (BOQ) and every bidder shall submit their rates in the prescribed proforma attached to the Bid document. The price bid submitted in any other format will be treated as non-response and not considered for tabulation and comparison.

6.10.3 The price bid (BOQ) file shall be downloaded from the e-tender portal and quote the prices on respective fields before uploading it. The bidders shall not rename the BOQ files downloaded.

6.10.4 The bidder shall quote prices in all necessary fields in the available format. All white areas of BOQ file shall be filled by the bidder. The grey areas of BOQ shall not be modified/ edited by the bidder. Bidders are allowed to enter the bidder name & values only.

6.10.5 The Price Bid shall be submitted online in the format given in this document as Price Bid Form. The Price Bids submitted in any other format or as hard copy will be treated as non-responsive and not considered for tabulation and comparison.

6.10.6 The rate quoted shall be per unit and shall be landed price inclusive of all taxes, packing, freight, Insurance, loading & unloading, handling charges at various heads etc.,

6.10.7 The total of rates quoted in column No. 11 of BOQ (Landed price) will be considered for bid ranking.

6.10.8 The bidder shall necessarily quote the total GST% and its values (IGST/CGST/SGST as applicable) for all the items offered in the price bid.

6.10.9 The price bid (BOQ) once quoted is not permitted to change the rate/amount unless such change is supported by the notification issued

Note: - The certificates of WHO-GMP, non-conviction, market standing etc produced shall be either for production before KMSCL or in general terms and shall be currently valid or issued within one year prior to the date of notification of the tender.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 58

by the Government of India or by the order of the court, after submission of Tender.

6.10.10 If there is an error in the total amount obtained by the addition of sub totals, the sub-totals shall prevail and the total will be corrected. If the bidder does not accept the correction of errors, the bid will be disqualified and the EMD will be forfeited.

6.11 Submission of Tender

6.11.1 The Tender shall be submitted online only. Bidders shall upload all necessary Technical bid documents mentioned in Clause 6.9.1 in the e-tender portal.

6.11.2 In the event of any document submitted along with the bid or thereafter by the bidder or his representative, found fabricated / forged / tampered / altered / manipulated during verification, the bid will stand rejected and the EMD of the bidder shall be forfeited and the bidder is liable to be blacklisted as per clause 6.38.

6.11.3 Both Technical Bid and Price Bid are to be submitted concurrently duly digitally signed in the website at "etenders.kerala.gov.in".

6.11.4 If a particular document/certificate to be uploaded as specified in Clause 6.9.1, is not applicable for a bidder, to avail such claim the bidder shall attach a scanned copy of declaration in the official letter head stating as to why the specific document is not applicable/exempted/not available for the bidder in connection to this tender. Failure to attach any of the documents specified in the Technical Bid requirement of the e-procurement portal will lead to rejection of the bid automatically.

6.11.5 Tender by any other means is void.

6.12 Deadline for submission of Tender.

6.12.1 The electronic bids of the bidders who have submitted their digitally signed bids within the stipulated time, as per the tender schedule (Section III) alone will be accepted by the system. Online bids/balance EMD not submitted within the stipulated time scheduled in Section III will not be accepted.

6.12.2 In the event of the date specified in Section III for submission of EMD for the amount in excess of Rs.50,000/-, is declared as a holiday under Negotiable Instruments Act, it will be received up to the appointed time on the next working day.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 59

6.12.3 If the date set for submission of online tender is declared as a holiday under Negotiable Instruments Act, the tender can be uploaded till 5.00 PM on the next working day. Consequently the date and time of opening of the Technical Bid will also be extended.

6.13 Modification and Withdrawal of Bids

6.13.1 The bidder may modify or withdraw its bid after the bid submission before last date and time of submission of online Tender.

6.13.2 No bid will allowed to be withdrawn in the interval after the last date & time of submission of online Technical Bids and the expiration of the period of bid validity specified in the Tender Document. Withdrawal of a bid during this interval will result in the forfeiture of its EMD and may lead to blacklisting of the bidder for a period up to 3 years from the date of issue of such order and the bidder shall be ineligible to participate in any of the bids of the Tender Inviting Authority for that period.

6.14 Opening of Tender

6.14.1 The opening of the Technical Bid and the Price Bid will be done

online as notified. The date of opening of price bid will be announced only after the opening and evaluation of Technical bid. The date and time of price bid opening will be published on the website of the Corporation along with the list of qualified bidders in technical evaluation.

6.14.2 In the event of the specified date for opening of Tender being declared holiday, the Tender shall be opened at the appointed time on the next working day.

6.14.3 The bidder shall be solely responsible for properly super scribing and sealing the envelope submitting DD/BG for EMD in excess of the amount paid online. The Tender Inviting Authority shall not be held liable for accidental opening of the envelopes before the time appointed for opening of the technical bid.

6.15 Evaluation of Tender

6.15.1 The findings as to whether the bids are responsive or non-responsive will be published in the website of the Corporation.

6.15.2 Bids of firms who have furnished all the required documents for each of the product quoted alone will be considered. A firm quoting for

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 60

more than one product and if the required/proper document is not furnished for any of the product then offer of that product will be rejected. Utmost care should be taken to see that all the required/proper documents are uploaded.

6.15.3 Bid offer form (Annexure-II) in PDF format submitted online alone will be considered for bid evaluation. If any discrepancy found with excel format, details submitted in the PDF format will prevail.

6.15.4 The status of bidders/products after technical bid evaluation will be published in the website of the Tender Inviting Authority, inviting complaints / suggestions from the bidders / public.

6.15.5 The complaints/ suggestions/ comments received will be scrutinized and their findings along with the list of bidders qualified for Price Bid opening along with the date of opening of the Price Bids will be published in the Corporation’s website.

6.15.6 The Price Bids will be scrutinized and the provisional drug wise rate list of all the accepted products of the eligible bidders will be published in the website of the Tender Inviting Authority inviting complaints / suggestions/comments from the bidders / public.

6.15.7 The status of the bidders after the opening of the price bid available in the e-tender web-site of the NIC will be a provisional one. The final product wise status will be published in the official web-site of the Corporation.

6.15.8 The complaints / suggestions/ comments received will be scrutinized and the findings along with the rank list (L1, L2, L3 etc) will be published in the website of the Corporation.

6.15.9 Final rate list of L1 bidders will be published in the website of the Corporation.

6.15.10 All the other bidders in the bid status will be permitted to match their offered rate with the final L1 rate published.

6.15.11 Where the production facilities of the bidder or the level of compliance of WHO-GMP requirements are found to be not satisfactory after acceptance of the Bid or the Award of Contract, the TIA shall have the right to terminate the Contract and to make

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 61

alternate purchase of the tendered quantity at the risk and cost of the supplier.

6.15.12 A bidder, at any stage of tender process or thereafter, in the event of being found after verification by the Tender Inviting Authority/award of contract, to indulge in fraudulent practices or concealment or misrepresentation of facts, in respect of the claims of the offer, shall be rejected, the agreement will be terminated and the bidder is liable to be blacklisted. The alternate purchase of the contract quantity will be made at the risk and cost of the supplier.

6.15.13 The Tender Inviting Authority’s decisions on the tender submitted may be based on the recommendations made by the various technical committees or otherwise as per the clauses as mentioned above.

6.16 Inspection of Manufacturing Facilities.

6.16.1 Inspections of the production and related facilities of bidders/ suppliers will be at the discretion of the Tender Inviting Authority. Such inspection may be at any stage before or after acceptance of the Bid or Award of Contract.

6.16.2 Re-inspection of manufacturing units of bidders disqualified in factory inspection as part of the tenders for the year 2016-17 and 2017-18 will be conducted on remittance of re-inspection fee of Rs 1,00,000/- extra, which is not refundable.

The re-inspection fee shall be submitted as separate Demand draft drawn in favour of The Managing Director, KMSCL payable at Thiruvananthapuram as specified in Section III of tender document.

6.16.3 Where inspections are conducted as above, all parts of the manufacturing units including the quality control section will be subjected to rigorous inspection/auditing, irrespective of the items quoted. The bidder/ supplier will have to provide necessary arrangements for the conduct of inspection of all the sections and failure to co-operate with the inspection of the different facilities or in providing information as per the details in the standard inspection report format, will lead to disqualification. However, undue demands, beyond the scope of the standard inspection report format etc made by the members of the inspector(s) shall be immediately notified to

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 62

the Tender Inviting Authority by the manufacturer by fax/e-mail, so that the disputes could be resolved before the Inspector(s) leave(s) the manufacturing facilities. The decisions of the Inspector(s) will not be communicated to the bidder at their site and shall only be published on the website later.

6.16.4 Entry to all the areas of production including sterile products manufacturing/filling areas shall be facilitated.

6.16.5 The availability of plant & machinery, technical experts, analytical facilities of quality control lab etc as claimed in the documents submitted along with the compliance of standard operating procedures adapted for the production of quality assured products, and in case of drugs, all other parameters mentioned in the Schedule M of the Drugs and Cosmetics Rules shall be evaluated by the team for considering the eligibility of the firm. Claim of holding the valid GMP certification/valid license will be of no avail for eligibility, if the procedures as stipulated in the schedule M of the Drugs and Cosmetics Rules are not duly complied with, or if the available plant/ machinery are not in working condition at the time of inspection. Tender offer will be rejected/ contract will be terminated with due notice in such cases.

6.16.6 Control samples and batch manufacturing records for the products offered/ supplied will be checked during inspections. Failure to produce even one batch of the control samples will result in the rejection of that product from the Tender offer as the situation shows lack of proper controls over the quality of the products.

6.16.7 Copy of one full set of the documents submitted for the bid should be made available at the time of inspection.

6.16.8 Originals of all the documents uploaded/submitted in the Technical Bids should be produced for verification during inspection. Failure to produce any of the original documents will result in the rejection of the tender offer deeming that the supplier had made false statement at the time of the bid, as the case may be.

6.16.9 Key manufacturing areas will be photographed by the inspection team, as part of transparency and cross verification. Denial of permission for photographing may result in the rejection of tender

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 63

offer deeming that the supplier had made false statement at the time of the bid, as the case may be.

6.16.10 Failure to observe any of the conditions of the licenses issued under the Drugs and Cosmetics Act, by the manufacturer, if reported by the inspection team will result in the rejection of the Tender offer deeming that the supplier had made false statement at the time of the bid, as the case may be.

6.16.11 Any firms during the inspection/re-inspection, found non complying with the requirements, will be rejected. In such case an amount of Rs.50,000/- will be deducted from the EMD/SD/any money due to the supplier. Further, alternate arrangements will be made for the procurement of the item from any other bidder willing to supply the product with in the minimum delivery period, irrespective of the Bid status, or from the open market and the additional expenditure incurred will also be recovered from any money due to the supplier.

6.17 Acceptance/Rejection of bids:

6.17.1 The Tender Inviting Authority reserves the right to accept/reject/cancel or defers the Tender submitted for any or all items. Price, which is a relevant factor, is not the only criteria in accepting/rejecting/cancelling/deferring Tender for any or all items without assigning any reason. The other criteria to be considered will be quality, capacity to deliver the quantity required etc. Decision taken will be at the best interest of the Tender Inviting Authority, user institution, State Government and above all, in public interest.

6.17.2 The Tender Inviting Authority attaches prime importance to the quality of the product supplied and the competency of the bidder to supply the products in the quantity and quality specified and as per the supply schedule in addition to looking at the prices of the products offered.

6.17.3 Proper packing, transport and other factors that could affect the quality and shelf life of the items would also be considered. Usually the lowest offers of bidders qualified for the Price Bid opening shall be accepted, unless one sided conditions unacceptable to the Tender Inviting Authority are made in the Price Bid.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 64

6.17.4 At any point of time, the Tender Inviting Authority reserves the right to cancel or modify the supply order for the supply of all items or for any one or more of the items in a tender even after it is awarded to the successful bidder for breach of terms and conditions of the tender document and agreement. Contraventions of the Drugs and Cosmetics Act and Rules as noticed by the TIA will also amount to breach of the terms and conditions of the Tender Document and the Contract.

6.17.5 The Tender Inviting Authority, or his authorized representative(s) has/have the right to inspect the factories of bidders, before releasing any purchase order(s) or at any point of time during the continuance of the tender and also has the right to reject the tender or terminate / cancel the purchase orders issued and or not to re-order, based on adverse reports brought out during such inspections.

6.18 Other terms and Conditions

6.18.1 The bidder will be responsible for making all statutory payments such as Income Tax and other statutory levies. If it is found that some statutory deduction is to be made at the source, the Tender Inviting Authority will have the authority to do so from the value payable for the goods supplied or from any amount due or becoming due to the supplier.

6.19 Notices

6.19.1 The Tender Inviting Authority will publish the following information on its website at the appropriate time as part of ensuring transparency in the tender process;

6.19.2 The tender notices, documents, amendments, corrigendum, addendum etc, if any, at any stage of the tender process.

6.19.3 Results of the responsiveness of the Technical Bids.

6.19.4 List of bidders qualified for Price Bid opening and reasons for rejection of unqualified bidders.

6.19.5 Product wise rate list with the bid ranking status.

6.19.6 L1 rate list/ bid ranking status.

6.19.7 Final rate list.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 65

6.19.8 Such other information which the Tender Inviting Authority desires to notify the stakeholders.

6.19.9 All notices or communications relating to or arising out of this tender or any of the terms there of shall be considered duly served on or given to the bidder/supplier if published in the website of the Corporation/e-mail/fax/post/courier or left at the premises, places of business or abode/communicated in any other manner.

6.19.10 The effective date of a notice shall be the date on which the notice is published in the website or when delivered to the recipient by e-mail/fax or the effective date specifically mentioned in the notice whichever is earlier.

6.20 Award of Contract

6.20.1 Criteria: - The subject tender is a running contract. The contract will be awarded to the lowest evaluated responsive bidder qualifying to the final round after Technical and Price Bid evaluation subject to the reservations and preferences to the state MSMEs/PSUs.

6.20.2 Variation of quantities during currency of Contract: - The quantity of the requirement stated in this Tender Document is an estimated one for the purpose of the contract. The variations as noted above will be ±25% without any change in the agreed rate and other terms & conditions.

6.21 Letter of Intent

6.21.1 The Tender Inviting Authority shall issue Letter of intent/ Purchase Order in respect of the drugs selected. Communication by email will be deemed as valid communication.

6.22 Signing of Contract

6.22.1 The successful bidder, upon receipt of the Letter of intent / Purchase Order, shall communicate the acceptance of the Letter of Intent/Purchase order in the copy of the Letter of Intent/Purchase order, furnish the required Security Deposit, furnish the documents required to be furnished and also submit an agreement in the prescribed format as given in Annexure-IX within 21 days, in a non-judicial Kerala stamp paper of value of Rs.200/- (stamp duty to be paid by the bidder).

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 66

6.22.2 The successful bidder at the time of submission of the agreement shall furnish copy of notary attested Documentary evidence for the constitution of the company /concern such as Memorandum and Articles of Association, along with notary attested copies of Form 32 whenever there is a change of Directors, Latest Partnership deed (Notary attested copy) etc. with details of the Name, Address, Telephone Number, Fax Number, e-mail address of the firm and of the Managing Director / Partners / Proprietor. The list of present MD & Directors of the firm shall also be furnished separately.

6.22.3 The bidders to whom LOI has been placed for the supply of drugs requiring special cold storage conditions shall, at the time of submission of agreement, submit notary attested Documents to prove that they are having own cold chain transporting system or copy of the contract agreement made with a transporting agent having facilities to transport the drugs under cold chain norms within 48 hours from the manufacturing unit the warehouses of the corporation.

6.22.4 The purchase order will be placed after the issuance of Letter of Intent, pending execution of agreement and the supplier shall execute the supply as per the terms & conditions in the tender.

6.22.5 If the successful bidder fails to furnish the documents sought and/or, execute the agreement and/ or to deposit the required security deposit within the time specified or withdraws the tender, the award will stand cancelled and the Earnest Money Deposit deposited along with the tender shall stand forfeited without any notice and the bidder shall also be liable to be blacklisted as specified in Clause 6.38.

6.22.6 If the withdrawal is in respect of particular product/products under the circumstances or the situations as above, the EMD will stand forfeited in respect of that/those product(s) and the product(s) will also be liable to be blacklisted as per Clause 6.38.

6.22.7 Withdrawal after award of contract will necessitate alternate purchase at the risk and cost of the bidder and the additional cost over and above the accepted price will be recovered from payments due/deposits/BG/by the way of revenue recovery.

6.22.8 Non-compliances in any of the contract provisions will lead to the termination of contract and will be liable for blacklisting as per Clause 6.38.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 67

6.22.9 The bidder shall not, at any time, assign, sub-let or make over the contract or the benefit thereof or any part thereof to any person or persons what so ever. Such practices will be deemed as fraudulent practices and also as breach of terms of contract. All penal provisions such as blacklisting, termination of contract etc will apply. LOI/PO is liable to be cancelled at the risk and cost of the supplier. Product(s), if any, supplied in such manner will be disqualified and rejected summarily.

6.23 Security Deposit

6.23.1 There will be a Security Deposit amounting to 5 % of the total value of the awarded items as per Letter of Intent including taxes, which shall be furnished by the successful bidder to the Tender Inviting Authority within 21 days from the date of communication of LOI.

6.23.2 The Security Deposit should be paid upfront along with each contract on or before the due date fixed in the LOI/PO by Tender Inviting Authority in the form of Demand Draft drawn in favour of the Managing Director, Kerala Medical Services Corporation Limited payable at Thiruvananthapuram / Bank Guarantee in the format as given in Annexure - X for a period of 18 months from the date of Letter of Intent.

6.23.3 The Security Deposit shall be denominated in Indian Rupees and shall be in any one of the forms namely Account Payee Demand Draft or Bank Guarantee issued by a Scheduled / Nationalized bank in India and endorsed in favour of the Tender Inviting Authority.

6.23.4 In the event of any failure /default/deviations from the tender agreement of the successful bidder with or without any quantifiable loss to the Tender Inviting Authority, the amount of the Security Deposit is liable to be forfeited.

6.23.5 The Bank Guarantee submitted in place of EMD/Security Deposit shall be in the prescribed format as in the Annexures to this document. Bank Guarantee in no other form will be accepted and will be liable for rejection of the same.

6.24 Purchase Procedures

6.24.1 After the conclusion of Price Bid opening, the lowest offer (after giving preferences to MSMEs and State PSUs) is declared as L1 rate

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 68

and the bidder offering the L1 rate for the item for which the tender has been invited shall be called as the L1 bidder.

6.24.2 The Tender Inviting Authority will publish the bid status and L1 rate in the website of the Corporation permitting the other eligible bidders to match with the lowest rate for the item quoted by them and the bidder, who has given consent, in writing, will be considered as Matched L1 bidder. The bidders agreeing for matching with lowest rate shall furnish the revised rate breakup details of their final rate in the price bid format. The matched L1 bidder, on placement of LOI will be deemed as L1 rate supplier for the purpose of the tender and all provisions of the tender documents applicable to the L1 bidder will apply to the matched L1 supplier.

6.24.3 The L1 bidder is eligible for placement of Purchase Orders for the item and if there is more than one L1 supplier, the purchase orders for the requirement of items will be placed among them in equal/appropriate proportions.

6.24.4 The Corporation reserves the right to split the order with two or more suppliers willing to match with L1 rate as per the tendered quantity, criticality of the item and the past performance of the suppliers and preferences applicable to state PSUs/MSMEs. The division will be according to the bid ranking status. Where other eligible bidder match with the L1 rate, the award will be as follows:

i. If L2 bidder matches with the lowest rate then the quantity will be ordered in the ratio 70:30 between L1 & L2 bidders.

ii. In case of bulk quantity, if L2 & L3 bidder’s match with the lowest rate then the ratio will be 60:20:20.

iii. In case L2 / L3 bidder has not matched with the lowest rate then the share of the order will be given to the next matched bidder according to the bid ranking status.

6.24.5 The division of quantity to State MSMEs is as follows;

6.24.5.1 If the MSME has quoted the lowest rate, the quantity will be ordered as per Clause 6.24.3 and Clause 6.24.4 above. The offer of other MSMEs coming within the price preference of 10% will not be considered.

6.24.5.2 If the rate quoted by one MSME is not L1 but comes within the price band of L1+10%, then orders will be placed for 30% or the quantity offered by the MSME whichever is

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 69

lesser. The orders for the remaining quantity will be placed with the L1/other matched bidders as specified in Clause 6.24.4.

6.24.5.3 If two or more MSMEs comes within the price band of L1 + 10%, then the 30% quantity eligible to State MSMEs will be divided in the ratio specified in Clause 6.24.3 & 6.24.4 provided the second MSME matches with the lowest quoted MSME.

6.24.5.4 If State MSMEs matches with the lowest rate then the quantity will be ordered in the ratio 50:50 between L1& MSMEs, irrespective of the bid ranking status of MSMEs.

6.24.6 If the L1 supplier has failed to supply the required items in full/in part within the stipulated time, the Tender Inviting Authority will cancel the unexecuted quantity of purchase orders. On such cancellation, the Tender Inviting Authority will place purchase orders with the Matched L1 bidder or to the next bidder(s) according to the bid ranking status at the risk and cost of defaulted supplier.

6.25 Supply Conditions

6.25.1 Purchase orders will be placed with the successful bidder based on the existing stock, availability of funds, directions of the Government and/or at the discretion of the Tender Inviting Authority. The bidder shall furnish the delivery schedule as stipulated in Section V.

6.25.2 The drugs supplied by the successful bidder shall be of the best quality and shall comply with the specifications, stipulations and conditions specified in Section IV. Drugs supplied in contravention to the specification, condition in section IV will be summarily rejected.

6.25.3 The items supplied in violation of above condition will not be accepted. In such cases the bidder shall take back the items from the warehouse premises at his own expenses within twenty (20) days from the date of intimation from the TIA. If the bidder fails to take back the items; TIA at its discretion shall collect demurrage charges of the value of such drugs from any money due/becoming due to the supplier.

6.25.4 The supplier shall supply the drugs required by the Tender Inviting Authority at the destination(s) within the period stipulated in the purchase order.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 70

6.25.5 The bidders offering drugs requiring special cold storage conditions should have their own cold chain transporting system or contract agreement had been made with a transporting agent having facilities to transport the drugs under cold chain norms within 48 hours from the manufacturing unit to the depot at any one point in the state and such facilities to distribute it to the warehouses of the corporation complying cold chain norms.

6.25.6 Maintenance of cold chain conditions shall apply to all drugs requiring such conditions irrespective of the fact whether they are included in the specific group of drugs requiring cold storage or not. Proof of availability and adherence to such conditions shall be furnished as stipulated by the TIA. Non-adherence to the conditions shall result in summary rejection of the goods supplied. It would be deemed as non-supply and the supplier will be solely responsible for his own losses and the penalties that would be attracted.

6.25.7 More than one product shall not be included in one invoice. Supplies relating to more than one purchase order shall not be included in one invoice. Where more than one batch is supplied under an invoice, the quantity supplied under each batch shall be stated in the Invoice.

6.25.8 The supplier shall intimate the ambiguity, if any w.r.t the pack size/production capacity etc. in the purchase orders issued to them within 10 days from the date of purchase order. Beyond 10 days, it would be deemed that the supplier has accepted the purchase order and supplies shall be executed as per the terms & conditions in the order.

6.25.9 The quantity supplied in excess of the total ordered quantity will not be accepted. The Tender Inviting Authority will not be responsible for the loss to the supplier and will not entertain any demand/claim.

6.25.10 The labeled shelf life of drugs supplied should be not less than the period mentioned against each item in list of Drugs Tendered (Section IV). Only those bidders who can manufacture and supply the product with the required shelf life shall only quote the product. The product of labeled shelf life lesser than required shelf life will not be accepted.

6.25.11 The bidder/supplier shall not have two different shelf life for the same product, either supplied to the KMSCL and open market or other agencies. Where it is found that the bidder has a longer shelf-life for a product supplied to the open market or to other agencies and has

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 71

adopted a reduced shelf-life for supplies to the KMSCL, it will be deemed as a fraudulent practice and non-compliance of GMP norms and appropriate penal actions will be taken.

6.25.12 All items supplied should retain prescribed Quality & maximum potency throughout the shelf life and should have minimum 75% shelf life from the date of manufacture when supplied to the Corporation. It is imperative that the drugs supplied are in proper packaging capable of protecting the drug throughout their shelf life. Any drug supplied without following the above conditions will be rejected.

6.25.13 The bidder shall submit the certificate of analysis from NABL Accredited Laboratory/CDL/NIB with necessary protocols for every batch of items supplied along with the consignment. The bidder shall furnish a notary attested declaration in this regards as specified in Annexure-V along with the technical bid.

6.25.14 Before the shipment of the items against the purchase orders, the supplier shall furnish the copy of the invoices, test reports from NABL Accredited Laboratory/CDL/NIB and In-house test reports of all the batches in the invoice to the Quality Control Division of the Corporation through e-mail ([email protected]). The Quality Control Division will verify the test reports and confirm that the test report is complete and covering all the parameters as prescribed in the official monograph or other standards for the item and will update the status as “Accepted” or “Rejected” in DDMS software against each batch.

6.25.15 The drugs/items supplied at the warehouses will be accepted and taken into stock based on the approval status available in DDMS software. In case, if the test report is found “Rejected”, the entire quantity of the batch will not be accepted.

6.25.16 Bidder shall supply the product at the Drugs Warehouses of the Kerala Medical Service Corporation Limited located at various places in Kerala and/ or the places/ points specified in purchase orders, by door delivery. Locations of present warehouses are mentioned on Appendix -I. Wrong delivery at a different place will not form ground for claim of ‘on time delivery.’ The consignment should be delivered at the destination on the scheduled date and mere dispatch on or before the scheduled date of delivery will not be deemed as compliance of the delivery schedule.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 72

6.25.17 The suppliers have to furnish the details of consignment in advance, while the goods are loaded in the vehicle for obtaining the e-token. The condition of submitting e-token for all goods moving into/out from the State is as follows;

6.25.17.1 Those consignments requires e-token through Roadways/Airport/Railways shall forward the request to [email protected] with the copy of invoice, Expected Check post and date of arrival, Vehicle No. and copy of relevant documents having details of quantity and weight. KMSCL will prepare the e-token and forward to the consignee. The Corporation will not be responsible, if any delay in the preparation of e-token occurred due to errors in invoice, change in arrival Check post/date, incomplete details of vehicle etc.

6.25.17.2 E-way bill are governed by the commercial taxes department of Kerala. Time to time changes published by the Government shall be applicable in the process of e-token. Issue of e-tokens shall be in adherence to the directions of Government of Kerala.

6.25.18 The supplier shall, after supply of drugs at the specified destinations, submit Invoice (original) certificate of analysis of each batch tested in in-house testing laboratory in addition to the third party independent NABL Accredited Laboratory/ CDL/NIB, as the case may be, at the Head Office, KMSCL claiming payment for the supply made.

6.25.19 The supplier shall supply the drugs at the specified destination(s) and submit the copy of invoice, copy of the Purchase order, Test Reports from the third party independent NABL Accredited Laboratory/ CDL/NIB, as the case may be, Delivery Chelan and other relevant documents at the destinations. The invoice shall specify the generic name of the drugs as tendered together with brand name if any. Where more than one batch of the drug is supplied under one invoice, the quantities of each batch supplied shall be clearly specified. The date of manufacture, the date of expiry of each batch shall be specified in the invoices and the test report. The quantity supplied shall be in terms of the units mentioned in the tender document. The suppliers are cautioned that the variation in the description of product/batch no. in the invoice/analysis report and actual supplies will be considered as improper invoicing and such supplies will not be accepted.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 73

6.25.20 The supplier shall take utmost care in supplying quality drugs and ensure that the batch number(s) mentioned in the packages of the items tally with the batch number(s) mentioned in the Invoice produced to the Tender Inviting Authority for payment. Also the supplier shall ensure the quantity relevant to the Batch Number(s) of the drugs mentioned in the invoice. Where variations are noticed the supplier shall furnish proper document detailing each batch supplied together with quantities there off in each batch. The supplier will not be eligible for payments without furnishing proper document.

6.25.21 It is the onus of the supplier to supply drugs to the destinations mentioned in the purchase order and supply shall conform to the condition mentioned in the Tender Document, packing and labeling requirements as per Annexure-VI. Delivery of goods shall be made as stipulated in the purchase order and deviations will be deemed as non-deliveries and liable for penalties as provided.

6.25.22 In the case of failure to supply by a bidder, the Tender Inviting Authority can procure the defaulted quantity from other bidder whom so ever agrees to supply within the prescribed time schedule at the risk and cost of the default bidder. If no other bidders are available or no other bidders are offering the defaulted quantity within the prescribed time schedule, Tender Inviting Authority at its discretion may procure the defaulted quantity of drugs from any other sources or from open market at the risk & cost of the defaulted supplier. A penalty of 10% of the value of unexecuted quantity or the extra expenditure incurred for the alternate purchase of the item, whichever is higher will be levied from the defaulted supplier.

6.25.23 The bidder will be responsible for any shortages/damage at the time of receipt in Warehouse. Tender Inviting Authority is also not responsible for the excess quantity of drug received, for which no order is placed. In such cases, the bidder shall take back the excess quantity supplied at his own expenses within 15 days from the date of such intimation from the Tender Inviting Authority. If the supplier has not taken back the item even after the intimation, the excess quantity supplied will be disposed at the discretion of the TIA, without consideration for any payment to the supplier in lieu of that quantity.

6.25.24 In respect of the firm supplying more than one item during the contract period, if purchase orders for three or more than 50% of the items, whichever is less are cancelled due to default, then the firm is liable to be blacklisted for a period of 24 months from the date of

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 74

such order and the firm will be ineligible to participate in any of the tenders floated by the TIA during the period of blacklisting. If in any case such practice of default supply is repeated, the firm will be blacklisted for further three years.

6.26 Logograms

6.26.1 Logogram means, wherever the context occurs, the design as specified in Annexure-VI. The name of the drug stated in logogram shall be mentioned in English. Logogram and “KERALA GOVERNMENT SUPPLY – NOT FOR SALE” shall appear in primary, secondary and tertiary packing of all products.

6.26.2 Bidders for the supply of drugs shall be considered only if the bidder gives undertaking as in Annexure-V in this tender that the supplies will be prepared and packed with the logogram either printed or embossed as per the design specified in Annexure-VI.

6.26.3 The items quoted are to be supplied in standard packing with logogram and “KERALA GOVERNMENT SUPPLY – NOT FOR SALE” shall also conform to Schedule P1 of the Drugs & Cosmetics Rules, 1945 and other statutory requirements wherever apply. Affixing of stickers printed with indelible ink will be permitted on request only in case of imported products on merits.

6.26.4 Supply of items without the logogram and/or “KERALA GOVERNMENT SUPPLY – NOT FOR SALE” will be treated as breach of the terms of agreement and penalties will be levied as per Clause 6.30.6. Repeated breach of contract on the above condition will result in termination of contract and other penal provisions are applicable.

6.26.5 The items supplied shall not be printed with Maximum Retail Price (MRP) on their primary/secondary/ tertiary packing.

6.27 Packing and Labeling

6.27.1 The items shall be supplied in the packages with logograms and printings as specified here under and in Annexure-VI. The drugs shall also be supplied with bar coding conditions. (For details visit website www.gs1india.org)

6.27.2 2D/1D bar coding as per GS1 standard should be done on primary, secondary and tertiary packing of the supplies as per the specifications given in Annexure-VI. Supply of items without specified bar coding as per GS1 standards will not be accepted.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 75

6.27.3 The packing in each carton shall be strictly as per the specification mentioned in Annexure-VI. Supplier shall follow the general requirement that the size of the labels indicating the name and other details of the drugs supplied shall not be less than 30% of the area of the side of the carton. Affixing of labels of primary containers on the outer cartons will also result in the rejection of the consignment. This may result in the termination of the contract and blacklisting of the firm. Failure to comply with these provisions shall lead to non-acceptance of the goods besides imposition of penalties at the rate of 5% of the total value of items supplied in this manner.

6.27.4 The labels of two or more drugs/materials supplied by the same supplier shall not be identical or resemble in any form especially in colour and markings leading to confusion in identifying the items. Similarly if the Tender Inviting Authority informs that the labels of a relatively new supplier resemble same or another item of another supplier, the new supplier shall change their labels immediately. For non-compliance of this provision even after the notice, the penalty of 15% of the total value of drug(s) in question will be levied and such drug(s) are liable to be rejected.

6.27.5 The cap of vials/bottles should not carry any logo/marks of the supplier. Failure to comply with this provision would attract penalty @ 5% of value of such supply.

6.27.6 Damaged/Mutilated labels due to spillage, breakage or poor quality of containers, closures, packing materials etc would attract penalty @ 5% of value of such supply.

6.27.7 The labels in the case of injectables should clearly indicate that the preparation is meant for IM, IV, ID, SC etc.

6.27.8 The label of the primary packing of the external liquid preparations affixed in the bottle shall be in yellow background and shall carry horizontal red color band of minimum 5 mm width extending from top left to right corners of the label, as identification mark. Failure to comply with this provision will attract penalty @ 5% of value of such supply.

6.27.9 It should be ensured that only first hand fresh packaging materials of uniform size are used for Packing. Packing of recycled paper or packages of different products/companies are prohibited. The penal charges for usage of packets of other products shall be 5% of the total value of item (s) in question after notice.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 76

6.27.10 All primary packing containers should be strictly conforming to the specification included in the relevant pharmacopoeia or other official monograph or other requirements relevant to the drugs concerned.

6.27.11 The secondary/tertiary packaging in master carton shall be in 5 ply carton cardboard box made of virgin craft paper (120gsm) and minimum bursting strength of 7kg/cm2 and not more than 15kg. Where heavier packaging is required 7-ply cardboard (minimum 120gsm) and minimum bursting strength of 7kg/cm2 shall be used. Failure to comply with the packaging requirement would attract penalty @ 5% on the value.

6.27.12 Strip packs shall be packed in plastic covers and sealed air tight first before packing in unit cartons.

6.27.13 The primary, secondary units, bottles and packing materials should be of sufficient strength to withstand the weight of other boxes stacked on it, (as per stacking norms) while on transit and on storage and also should be able to prevent damage or deterioration during transit and storage in the climatic conditions of the Kerala throughout shelf life of items. The tertiary carton of every dispatch should be minimum 5 ply cardboard made of virgin craft paper (120gsm) and minimum bursting strength of 7kg/cm2 in order to prevent damage during transit. The Tender Inviting Authority shall arrange for the repacking of drugs, if it is found that the packing materials are damaged or deteriorated during storage in the warehouses or user institutions, and such additional cost shall be deducted from the amount payable to the default supplier.

6.27.14 In the event of items supplied is found to be not as per specifications in respect of their packing/labeling, the Tender Inviting Authority is at liberty to make alternative purchase of the items for which the Purchase orders have been placed from any other sources or from the open market or from any other bidder who might have quoted higher rates at the risk and the cost of the supplier and in such cases the Tender Inviting Authority has every right to recover the cost and impose penalty as mentioned in Clause 6.30.7.

6.27.15 The packing’s/labels of two different products of a same supplier should be clearly distinct from each other. Supply of products with packing’s/labels of same design, color etc by which the products cannot be easily distinguishable, penalty at the rate of 15% will levied for all the items in question/ the items are liable to be rejected.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 77

6.28 Quality Testing, Quality Control Deduction and Penalties

6.28.1 All the batches of the drugs supplied shall be supported by test/ analysis reports furnished by independent NABL Accredited Laboratory/CDL/NIB. The TIA has the right to get the drugs tested at the laboratories of his choice for further verifications, though this is not a pre-condition for acceptance of goods.

6.28.2 The decisions of the TIA based on the reports of the Drugs Control Department of the State on the quality of the drugs will be conclusive. If any of the item cannot be tested in the Government Drugs Testing Laboratory, due to any reasons, the test results of the Drug Testing Laboratories empanelled by the Corporation will be final and conclusive.

6.28.3 Drugs failing in descriptions such as change of colour, chipping, breaking, being/becoming fragile or soft, appearance of spots, being/becoming sticky, presence/appearance of particulate matters/flakes etc make the drug unfit for use and hence will be deemed as Not of Standard Quality summarily for the purposes of the tender and all clauses applicable to Not of Standard Quality Drugs shall apply to such drugs even if the drug has not been tested in the laboratory. Use of primary and secondary packaging material not suitable or appropriate or adequate enough to preserve the properties of the drug during its entire shelf life period will also cause the drug to be deemed as Not of Standard Quality for the purpose of the tender.

6.28.4 The drugs shall be of standard quality throughout the shelf life period of the item. Samples will be drawn for quality testing periodically throughout the shelf life period either on complaint or suo motto.

6.28.5 In case of any complaint received from the institutions, public, Doctors, Medias etc, the available stock will be frozen, payment will be with held and samples of the batch drawn from the point of complaint will be tested for quality.

6.28.6 If a sample is found as not of standard quality by the Tender Inviting Authority, the available stock of the batch will be frozen pending decision on mode of disposal. The bidder will be liable for appropriate action as per the tender conditions and also for other legal actions under the Drugs & Cosmetics Act & Rules as may be initiated by the regulatory department in the case of drugs. The Tender Inviting Authority, at his discretion may terminate the Contract and in case of such termination, the Supplier shall be liable for all losses sustained by

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 78

the Tender Inviting Authority in consequence of such termination, which may be recovered from the Security Deposit made by the Supplier and / or any other money due or becoming due to him. In the event of such amounts being insufficient, the balance may be recovered from the Supplier or from his properties as per the provisions of Law.

6.28.7 In the event the drugs supplied is rejected based on report of analysis, the Tender Inviting Authority is at liberty to make alternative purchase of the items for which the Purchase orders will be placed with any other sources or from the open market or from any other bidder who might have quoted higher rates at the risk and the cost of the supplier, and in such cases the Tender Inviting Authority has every right to recover the cost and to impose penalty.

6.28.8 Where a drug/ material is declared as not of standard quality by the Government Analyst or approved laboratory the supplier will not be eligible for any payment of the cost of the entire batch of the material/ drug irrespective of the fact whether the same has been partially or fully consumed.

6.28.9 Where a second batch of the same drug/ material supplied is also declared as NSQ for reasons as above, the supplier will be liable for a penalty equivalent to 50 percent of the value of the batch supplied in addition to the value of respective batch.

6.28.10 Where a third batch of the same drug/ material supplied is also declared as NSQ for reasons as above, the supplier will be liable for a penalty equivalent to 100 percent of the value of the batch supplied in addition to the value of the respective batch.

6.28.11 If any three batches of the particular item supplied by the firm during

the contract period, fail in any of the quality tests conducted by the

Tender Inviting Authority and/or by the Drugs Control Department,

then that particular product of that firm will be blacklisted for a period

up to 3 years.

6.28.12 In the case of the bidder supplying more than one item during the

contract period, and if two or more items supplied by the supplier are

blacklisted based on the above process, then the firm itself will be

blacklisted as per the procedure detailed in Clause 6.38.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 79

6.28.13 The unused portion of a batch of item declared as Not of Standard Quality shall not be returned to the supplier while such batches will be destroyed and the cost incurred for this purpose will be recovered from the supplier from any money due/becoming due to the supplier.

6.28.14 Drugs supplied in contravention to any of the provisions of the Drugs & Cosmetics Act and Rules made there under will be rejected.

6.28.15 In the case of any drug being spurious or adulterated or misbranded or otherwise contravening the provisions of the law, the company will be blacklisted as detailed in Clause 6.38.

6.28.16 The supplier shall furnish Bioavailability/Bioequivalence data or evidence of basis of fixing expiry date and other stability data of items, if so required by the Tender Inviting Authority.

6.28.17 The bidder shall furnish the source of procurement of raw materials utilized in the formulations if required by Tender Inviting Authority. Tender Inviting Authority reserves the right to cancel the purchase orders, if the source of supply is not furnished.

6.28.18 The decision of the Tender Inviting Authority or any officer authorized by him as to the quality of the supplied items shall be final and binding.

6.29 Payment Provisions

6.29.1 No advance payments towards costs of drugs will be made to the supplier.

6.29.2 Payments for supply will be considered only after supply of 50% of the quantity ordered is completed, provided reports of Standard Quality of the batch tested at third party independent NABL accredited laboratory/CDL/NIB together with in-house test report are furnished along with the invoice in respect of each batch supplied. The NABL test report must be complete and covering all parameters specified in the official monographs. Where it is observed that for any batch of the supplies the report as above is not furnished, payment of the entire consignment would be withheld pending verifications and the entire consignment would be liable to be rejected.

6.29.3 95% Payments towards the supply of items will be made as per terms and conditions laid down in the Tender Document and 5% would be retained as Performance Guarantee. Payment of the balance 5% will be made only after 18 months from the date of LOI or 3 months after satisfactory completion of supply, whichever is later. All payments will

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 80

be made only by way of electronic fund transfer in favour of the supplier for which the bank details shall be furnished to the Tender Inviting Authority along with technical bid.

6.29.4 All the suppliers can access the updates of their supply and invoice wise payments status by logging in to the online DDMS software linked with the official website of the Corporation (www.kmscl.kerala.gov.in) with their respective user name and password allotted to each supplier. If any discrepancies found with the submitted documents, the Corporation will update the details in online DDMS software. The Suppliers have to verify DDMS software and to re-submit the short fall documents, if any, recommended by the Corporation.

6.29.5 The supplier shall desist from deputing their representatives to the head office of the Tender Inviting Authority for follow up for payments. All communications in this regard shall be in writing and the Tender Inviting Authority discourages the visits, phone calls etc as part of transparency policy.

6.29.6 All bills/invoices should be raised in duplicate and should be drawn as per the rules and regulations in force and provisions in this tender in the name of Managing Director, Kerala Medical Services Corporation Ltd., Thiruvananthapuram. The original invoice along with the certificates of analysis from the in-house testing laboratory and NABL accredited laboratory/Central Drug Testing Laboratory/NIB in respect of every batch supplied shall be submitted to the Headquarters. The duplicate invoices along with test reports from NABL accredited laboratory/Central Drug Testing Laboratory/NIB shall be submitted at the District Drug Warehouses/scheduled delivery points along with the supply. No payment will be effected if the above provisions are not complied with.

6.29.7 Subject to the conditions mentioned in the purchase order, Tender Document, Agreement executed by the supplier and this Policy, the Supplier is entitled for the payment against supply. In case of any discrepancy in levy of LD, Penalty, Unexecuted Fine, Short Passing of Bills, such discrepancy shall be intimated within 15 days from the date of receipt of payment, failing which the Tender Inviting Authority will not entertain any claim thereafter.

6.29.8 If at any time during the period of contract, the price of tendered items is reduced or brought down by any law or Act or Notification of the

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 81

Central or State Government or NPPA or by the bidder himself, below the contracted rate, their contracted rate will stand reduced automatically to reduce the level. Failure to supply at the reduced rate will be deemed as withdrawal from the contract and alternate purchase of the item will be made at risk and cost of the supplier. If supplies are made at higher rates after the rate of reduction, payments will be eligible at the reduced rates only.

6.29.9 In case of any enhancement in GST by notification of the Government after the date of submission of bids and during the tender period, the quantum of additional GST so levied will be allowed to be charged without any change in price structure of the items approved under the tender provided the supply is made on time. If the supplier has failed to supply the items as scheduled in the purchase order and any delay has occurred in the part of the supplier in supplying the item and if such the enhancement in statutory levies occurred in this delayed period then such enhancement will not be given by the TIA and the supplier has to bear the cost of such extra levies. For claiming the additional cost on account of the increase in GST, the bidder should produce proof of payment of additional GST on the goods supplied to Tender Inviting Authority. If the documentary evidence for increase in GST is produced, then the invoice amount with the enhanced rates of GST will be admitted, after due verification.

6.30 Penalties & Deduction in Payments

6.30.1 All supply should be made within the stipulated time and as per the scheduled quantity as mentioned in section V/purchase order.

6.30.2 If the supply reaches the District Drug Warehouses beyond the stipulated time as mentioned in Section V, liquidated damages will be levied at the rates mentioned therein for the delayed supplies, irrespective of the Tender Inviting Authority having actually suffered any damage/loss or not, on account of delay in effecting supply.

6.30.3 Purchase orders will be cancelled under the conditions mentioned in Section V after levying penalties at the rates mentioned therein and such penalty is recoverable from any amount payable to the supplier.

6.30.4 However, the Tender Inviting Authority may receive supply even after expiry of the scheduled date from the date of purchase order, at its discretion, considering the urgency of the essential item for the user Institutions and in such case, liquidated damages will be levied at

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 82

0.5% per day of the value of the delayed supply subject to a maximum of 10% percent.

6.30.5 If the supply is received in damaged condition it shall not be accepted. In case of damage in the tertiary packing only, the supply will be accepted only after levying penalty @ 5% on the total value of supply to that destination. Continuance of supply in damaged packages will lead to termination of contract. The supplier shall have to replace the goods with damage in primary or secondary packing and the penalty equal to the penalty for unexecuted supplies will be levied for the damaged goods and payments will be withheld till proper replacement.

6.30.6 All the bidders are required to supply the product with logogram and with prescribed packing specifications. The label of the primary packing of the external liquid preparations affixed in the bottle shall be in yellow background and shall carry horizontal red color band of minimum 5 mm width extending from top left to right corners of the label, as identification mark.

6.30.7 The supplies shall not be printed with MRP on their primary/secondary/ tertiary packing. If there is any deviation in these Tender conditions a penalty will be levied @ 5% irrespective of the Tender Inviting Authority having actually suffered any damage/loss or not, without prejudice to the rights for alternative purchase specified in Clause 6.30.8.

6.30.8 In the event of making alternate purchase, the excess expenditure over and above contracted prices incurred by the Tender Inviting Authority in making such purchases from any other sources or in the open market or from any other bidder who has quoted higher rates and other losses sustained in the process, shall be recovered from the Security Deposit or Performance Guarantee or from any other money due and become due to the supplier and in the event of such amount being insufficient, the balance will be recovered personally from the supplier.

6.30.9 If LOI/purchase order is cancelled or agreement is terminated/blacklisted, the Corporation is at liberty to purchase the entire tendered quantity of the item from any other sources at the risk and cost of the defaulted bidder.

6.30.10 In all the above conditions, the decision of the Tender Inviting Authority shall be final and binding.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 83

6.31 Saving Clause

6.31.1 No suit, prosecution or any legal proceedings shall lie against Tender Inviting Authority or any person under him for anything that is done in good faith or intended to be done in pursuance of this tender.

6.32 Applicable Law & Jurisdiction of Courts

6.32.1 The contract shall be governed by and interpreted in accordance with the laws of India for the time being in force.

6.32.2 Any bidder who had accepted the Tender Terms and Conditions of previous bids floated by the Corporation and had given a declaration of acceptance but had subsequently violated any of the said Terms and Conditions and for which no other penalty is specified in the Tender Terms and Conditions will be deemed to have indulged in unacceptable/unfair tender practices and the breach of tender/contract terms and will be liable for termination of contract and blacklisting.

6.32.3 Any and all disputes arising out of this tender will be subject only to the jurisdiction of courts of law / tribunals situated in Thiruvananthapuram City or normally having territorial jurisdiction over Thiruvananthapuram City only, or the High Court of Kerala as applicable. It is possible that jurisdiction to file disputes may be available before courts of law, including High Courts, or tribunals situated elsewhere. However, considering the limited resources of the Corporation, the bidders should specifically agree and covenant not to file any legal proceedings before any such courts of law/tribunals and should undertake and bind themselves to initiate and carry on legal proceedings in respect of this Tender exclusively before the courts of law/tribunals situated in or normally having territorial jurisdiction over Thiruvananthapuram City, or the High Court of Kerala as applicable. Any bidder who violates these conditions will be held to have indulged in an unacceptable/unfair tendering practice and will be deemed ineligible to participate in any of the bids of the Corporation for a period of three years from the date of the breach/violation of the aforesaid conditions.

6.32.4 The suppliers are also required to abstain from printing the words “subject to jurisdiction of Delhi Courts only” etc on the invoices submitted, which may force the Tender Inviting Authority to entertain the payment only after the supplier undertakes in writing his/her agreeing to the conditions above in respect of the jurisdiction of the courts of Kerala.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 84

6.33 Corrupt or Fraudulent Practices

6.33.1 It is required that all concerned namely the bidders/ Successful bidders etc to observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Tender Inviting Authority defines, for the purposes of this provision, the terms set forth below as follows:

6.33.1.1 “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of any person in the procurement process or in contract execution and related activities of the Corporation.

6.33.1.2 Without prejudice to the provision of Clause 2.10 of this Tender Document “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Tender Inviting Authority, and includes collusive practice among bidders (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the Tender Inviting Authority of the benefits of free and open competition. Suppression of facts such as blacklisting of the product/bidder elsewhere for reason of failure in quality / conviction under Drugs and Cosmetics Act/submission of fake document will be deemed as fraudulent practices. Making false/incorrect statement will also be treated as fraudulent practice.

6.33.1.3 In case Product(s)/Bidder/Supplier is blacklisted/debarred by another state/Central Government agency for the reason of Quality non-compliances, GMP Non-compliance, major violation of D&C Act and Rules and furnishing forged/fabricated/false documents, after bid submission/award of contract/execution of agreement, the bidder shall intimate the TIA in writing within 14 days from the date of such order. If fails to, it will be treated as fraudulent practice and concealment of facts.

6.33.2 Government/ Tender Inviting Authority will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; will declare a firm ineligible, either indefinitely or

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 85

for a stated period of time, to be awarded a contract by the Tender Inviting Authority, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing the contract.

6.33.3 No bidder shall contact the Tender Inviting Authority or any of its officers or any officers of the Government on any matter relating to its bid, other than communications for clarifications and requirements under this tender in writing, with an intention to influence the members of various committees or officials of Tender Inviting Authority or any person associated with KMSCL. Any such effort by a bidder to influence the Tender Inviting Authority/ factory inspection team/ sample evaluation committee/ bid comparison or contract award decisions may result in rejection of the bid.

6.33.4 The supplier shall not be in any way interested in or concerned directly or indirectly with, any of the officers, subordinates or servants of the Tender Inviting Authority in any trade or business or transactions nor shall the supplier give or pay promise to give or pay any such officers, subordinates or servants directly or indirectly any money or fee or other considerations under designation of “Custom” or otherwise, nor shall the supplier permit any person or persons whom so ever to interfere in the management or performance hereof under the power of attorney or otherwise without the prior consent in writing of the Tender Inviting Authority. Any such effort by the supplier to influence the Tender Inviting Authority or its officers may result in rejection of the bid.

6.34 Code of Conduct for Suppliers.

6.34.1 The following principles are expected to be adopted by the manufacturers as part of quality assurance norms and also as commitment towards the welfare of the workers.

A. Labour:

i. Workers shall be sufficiently literate to know and understand the nature and precise requirements of the works entrusted to them and the risks involved therein.

ii. Workers shall also be literate enough to read and understand the instructions relating to a work and perform the work exactly as per the needs without any deviation. They should also be literate enough to maintain the records of the works performed.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 86

iii. Workers shall be well informed, and in needed trained, in safety measures and procedures in the work area.

iv. The work places, machineries and equipments, chemicals, reagents and materials, the environment in general and the in the workplaces in particular, shall be safe without any risk to the general health or life of the workers.

v. Monitoring the health of the personnel handling cytotoxic substances and other drugs of hazardous nature is very important. Norms, if any, prevailing in such matters shall be properly adhered to. If no norms prescribed by statutory agencies are available, own norms shall be developed and implemented.

vi. Personnel attending to works that cause strain to the eyes shall be given sufficient rest in between.

vii. The hours of working shall not be unreasonable as extended work hours could affect the quality of work.

viii. Waste of human hours shall also be avoided. ix. Wastage of all types including water, energy are to be reduced.

B. Unethical practices: Unethical practice of any form will be least

tolerated. These include:

Contacting KMSCL officials or persons associated with its activities for no specific reason,

giving gifts, providing hospitality, invitations for cultural/ scientific/ social events, offer of holidays, free goods or services etc;

trying to influence officials or the associates of the Corporation under the cover of region, religion, political consideration, language, relationship etc;

offer of employment to any of the employee' relative or associate of the employee of the Corporation etc. KMSCL will not tolerate any such activity on the part of the suppliers and such norms apply to the employees of the Corporation also.

6.35 Force Majeure

6.35.1 For purposes of this clause, Force Majeure means an event beyond the control of the successful bidder and not involving the successful bidder’s fault or negligence and which is not foreseeable and not brought about at the instance of , the party claiming to be affected by such event and which has caused the non – performance or delay in

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 87

performance. Such events may include, but are not restricted to, acts of the Tender Inviting Authority either in its sovereign or contractual capacity, wars or revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes excluding by its employees, lockouts excluding by its management, and freight embargoes. Scarcity of raw materials and power cut are not considered as force majeure.

6.35.2 If a Force Majeure situation arises, the successful bidder shall promptly notify the Tender Inviting Authority in writing of such conditions and the cause thereof with satisfactory documentary proof, within twenty one days of occurrence of such event. The time for making supply may be extended by the Tender Inviting Authority at its discretion for such period as may be considered reasonable.

6.35.3 In case due to a Force Majeure event the Tender Inviting Authority is unable to fulfill its contractual commitment and responsibility, the Tender Inviting Authority will notify the successful bidder accordingly and subsequent actions taken on similar lines described in above sub-paragraphs.

6.36 Resolution of disputes

6.36.1 If dispute or difference of any kind shall arise between the Tender Inviting Authority and the successful bidder in connection with or relating to the contract, the parties shall make every effort to resolve the same amicably by mutual consultations.

6.36.2 If the parties fail to resolve their dispute or difference by such mutual consultation within twenty-one days of its occurrence, then, unless otherwise provided in the Tender Document, either the Tender Inviting Authority or the successful bidder may give notice to the other party of its intention to commence arbitration, as provided the applicable arbitration procedure will be as per the Arbitration and Conciliation Act, 1996 of India.

6.36.3 In the case of a dispute or difference arising between the Tender Inviting Authority and a bidder relating to any matter arising out of or connected with the contract, such dispute or difference shall be referred to the sole arbitration of Dr. Rajan N Khobragade IAS, Commissioner of Commercial Taxes, Govt. of Kerala whose decision shall be final.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 88

6.36.4 Venue of Arbitration: The venue of arbitration shall be the place from where the contract has been issued, i.e., Thiruvananthapuram, India.

6.37 General/ Miscellaneous Clauses

6.37.1 Any failure on the part of any Party to exercise right or power under this Contract shall not operate as waiver thereof.

6.37.2 The Successful bidder shall, at all times, indemnify and keep indemnified the Tender Inviting Authority any claims in respect of any damages or compensation payable in consequences of any accident or injury sustained or suffered by its employees or agents or by any other third party resulting from or by any action, omission or operation conducted by or on behalf of the successful bidder.

6.37.3 All claims regarding indemnity shall survive the termination or expiry of the contract.

6.38 Procedure for Blacklisting

6.38.1 The Tender Inviting Authority may blacklist any drug, bidder/supplier for reason specified in tender document. Blacklisting shall be done after giving an opportunity to the bidder/supplier to show cause in writing. Blacklisting shall be for a maximum period of three years from the date of such order. The product(s)/bidder/ supplier will not be eligible to be considered in any of the tender/quotations floated by the Tender Inviting Authority during the period of blacklisting.

6.38.2 For blacklisting a product(s)/firm as noted in the tender, a registered notice shall be issued to the firm/supplier calling for explanation in writing within 15 days from the date of receipt of notice. The TIA will examine the reply furnished by the firm, if any, and will pass appropriate orders on blacklisting of the product(s)/firm, based on merits of the case. If no reply is received from the firm within the stipulated period, it will be presumed that the firm has no valid reason to adduce as to why the product(s)/firm should not be blacklisted as per the tender conditions.

6.38.3 Blacklisting of a particular firm or product is without prejudice to other penalties stipulated in the terms & conditions of the tender document.

6.39 Provisions for Appeal

6.39.1 A bidder/supplier who whose product has been blacklisted or whose contract has terminated or against whom any other penalty has been imposed by the Tender Inviting Authority may, within 15 days from the

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 89

date of receipt of such order, appeal to the State Government. The State Government after such enquiry into the matter, as is considered necessary and after giving the said supplier an opportunity for representing his views, may pass such order in relation thereto as it thinks fit.

6.40 Termination of Contract

6.40.1 The contract will be liable for termination for any breach of contract at the discretion of Tender Inviting Authority.

6.40.2 Termination for default:- The Tender Inviting Authority without prejudice to any other contractual rights and remedies available to it (the Tender Inviting Authority), may, by written notice of default sent to the successful bidder, terminate the contract in whole or in part, if the successful bidder fails to deliver any or all of the goods or fails to perform any other contractual obligation(s) within the time period specified in the contract, or within any extension thereof granted by the Tender Inviting Authority/User Institution.

6.40.3 In the event of the TIA terminates the contract of a supplier in whole or in part, the Corporation is at liberty to purchase the entire tendered quantity of the item(s) from any other sources and the extra expenditure incurred by the TIA will be realized from the supplier.

6.40.4 Unless otherwise instructed by the Tender Inviting Authority, the successful bidder shall continue to perform the contract to the extent not terminated.

6.40.5 Termination for insolvency: If the successful bidder becomes bankrupt or otherwise insolvent, the Tender Inviting Authority reserves the right to terminate the contract at any time, by serving written notice to the successful bidder without any compensation, whatsoever, to the successful bidder, subject to further condition that such termination will not prejudice or affect the rights and remedies which have accrued and / or will accrue thereafter to the Tender Inviting Authority.

6.40.6 Termination for convenience: - The Tender Inviting Authority reserves the right to terminate the contract, in whole or in part for its (Tender Inviting Authority’s) convenience, by serving written notice on the successful bidder at any time during the currency of the contract. The notice shall specify that the termination is for the convenience of the Tender Inviting Authority. The notice shall also indicate inter alia, the extent to which the successful bidder’s performance under the contract

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 90

is terminated, and the date with effect from which such termination will become effective.

6.40.7 In case, any item(s) supplied by the bidder are reported to be inferior in performance/description/safe usage, the TIA at liberty to reject such items and terminates the contract of the product/supplier.

6.40.8 Tender Inviting Authority will be at liberty to terminate the contract either wholly or in part on 15 days notice. The bidder will not be entitled for any compensation whatsoever in respect of such termination.

6.40.9 Termination of contract of a contract with a supplier in whole or in part is without prejudice to any other penalties stipulated in the tender condition.

6.40.10 For infringement of the stipulations of the contract or for other justifiable reasons, the contract may be terminated by the Tender Inviting Authority, and the bidder shall be liable for all losses sustained by the Tender Inviting Authority, in consequence of the termination which may be recovered personally from the bidder or from his properties, as per rules.

6.40.11 No compensation is payable to the supplier in the event of any termination of contract.

Dr. Navjot Khosa I.A.S Managing Director, KMSCL &

Tender Inviting Authority

Syam_2
Typewritten Text
Sd/-

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 91

ANNEXURE – I CHECK LIST

TENDER NO. KMSCL/DRGED/I&II/RC/2018/014 DATED 21.11.2018

NAME OF THE BIDDER:…………………………………………………………………………… Sl. No. Document to be uploaded

Page No.

1. Check list in Annexure-I.

2.

Documentary proof that the firm is registered with the Industries department/Directorate of Industries and Commerce of the State of Kerala, if the firm has claimed for exemption from submitting EMD & Tender document cost.

3. The details of offline EMD submitted as DD, if applicable

4. The details of Re-inspection fee submitted as DD, if applicable

5. The details of factory inspection fee for additional as DD (if applicable)

6. Bid offer form in the format prescribed in Annexure II (PDF)

7. Bid offer form in the format prescribed in Annexure II (Excel)

8. Annual turnover statement for last 3 years in the format given in Annexure III certified by the Auditor.

9.

Notary attested photocopies of; i. Manufacturing License ii. Certificate of renewal/current validity certificate iii. Product permit duly approved by the Licensing authority for all

product(s) offered. Items offered with specifications shall be clearly highlighted in the product permit and respective drug code of the item shall be noted in the product permit.

10.

Notary attested photocopies of; i. Valid import license in Form 10 ii. Previous import licenses issued 3 years prior to the date of

notification of the tender, if the product(s) are imported.

11.

Notary attested copy of;

i. product wise Market Standing Certificate issued by the Licensing Authority to prove 3 years Market Standing for all the items quoted.

ii. In case of imported drugs, bill of lading/sales invoices/market standing certificate issued by licensing authority to prove that the product is being imported/marketed by the bidder in last 3 years.

12. Notary attested copy of valid license for the sale of Drugs imported by the firms issued by the licensing authority, in the case of imported products.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 92

Sl. No. Document to be uploaded

Page No.

13.

Notarized copy of valid WHO-GMP Certificate in respect of the production units and the products quoted.

If the offered products are manufactured from more than one unit, valid WHO-GMP certificate for all the units shall be produced.

The MSMEs registered within the state of Kerala shall submit valid cGMP certificate issued by the Licensing Authority for the products manufactured within the State Kerala.

14. Notary attested copy of current Non-conviction Certificate issued by the licensing authority of the concerned state.

15. Notary attested statement of manufacture and sale of the quoted drugs in the last 3 years shall be furnished in the Performance Statement given in the Annexure IV.

16. Notary attested copy of Power of Attorney/Resolution of Board

17. Undertaking/declaration in the format prescribed in Annexure V.

18. Notarized copy of Audited Balance Sheets and Profit and Loss statement for three years from 2015-16 to 2017-18.

19.

Notary attested details of technical personnel employed in the manufacture and testing of items (Employees’ Name(s), Qualification(s), and Experience.

20. Notary attested details of the bidder and manufacturing unit in the format prescribed in Annexure VII.

Place: Signature:

Date: Name in Capital Letters:

Seal: Designation:

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 93

ANNEXURE – II

BID OFFER FORM

I/We M/s …………………………………………………………….…… have

examined and accepted the conditions of the tender document No.

KMSCL/DRGED/I&II/RC/2018/014 dated 21.11.2018, hereby submit this offer

for the supply of the following items conforming to the specification, shelf life

and all other parameters mentioned in section IV of the tender document.

Sl NoDrug Code

Drug Name Strength Unit Name & Location of

the Mfg unit

* Whether own Mfg/Loan Licencee

/Imported.

Mfg/loan/Import License no: and

Date

Date of issue of product approval

Required EMD as

per clause 4.1 (in Rs)

1

2

3

4

5

Total Amount:

*Loan licensee shall specify the name & address of manufacturing unit of the item. Place : Signature :

Date : Name in Capital Letters :

Designation :

Seal :

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 94

ANNEXURE-III

ANNUAL TURN OVER STATEMENT I hereby certify that M/s _________________________ (Name & address

_____________________) who is a prospective bidder for the Tender No.

KMSCL/DRGED/I&II/RC/2018/014 DATED 21.11.2018 of KMSCL is having the following

annual turnover and the statement is true and correct.

Sl. No. Year Turnover in Crores(Rs.)

1. 2015 – 2016

2. 2016 – 2017

3. 2017 – 2018

Total (Rs.)

Average turnover per annum (Rs.) Date:

Signature of Auditor/ Chartered Accountant (Name in Capital) : Name of firm : Reg. No. :

Seal:

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 95

ANNEXURE-IV

PERFORMANCE STATEMENT

(ATTACH SEPARATE SHEET FOR EACH PRODUCT QUOTED)

Name of firm …………………………………………………………………………………

Name of the product …………………………………….Drug code ……………………………..

Tendered Quantity (in units)……………………… Offered Quantity (in units)………...............

Production Capacity No. of days Quantity in tendered units30 days 70 days 90 days 365 days

Production details for three years: Year: 2015-16/ 2016-17/ 2017–18

Furnish statement of all batches produced including rejected batches, if any

Sl.No

Total No. of

Batches Mfd.

Individual Batch

Numbers mfd during

the year

Date of

mfg Qty mfd

Max capacity per single

batch production

Qty sold

Date / Month of

sales

Quantity returned/ rejected

Reason for return /rejection

2015-16

2016-17

2017-18

Certified true statement of productions

Signature and seal of the Tenderer Attested by notary public

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 96

ANNEXURE-V

DECLARATION AND UNDERTAKING (Non-judicial stamp paper of Rs.200)

I/We, Sole Proprietor/Managing Partner/Managing Director/Power of Attorney holder of

M/s.______________________________________________having its Registered Office/

Place of business at ________________________________________________ and having

Factory Premise(s) at _________________________ & ________________ do hereby

declare on oath as follows;

1. that I/we have carefully read all the conditions of tender

KMSCL/DRGED/I&II/RC/2018/014 DATED 21.11.2018 for the procurement of

Drugs/supplies for the period of 2019-20 floated by the Kerala Medical Services

Corporation Ltd., Thiruvananthapuram and I/we do accept(s) all the terms and

conditions of the Tender document including amendments of the tender

published by the Corporation.

2. that I/we declare that we possess all the legal license(s)/permits for manufacture

and supply of the material(s) bided and that we possess the necessary facilities for

the production, have adopted proper procedures for control of all activities to

ensure proper quality of the product(s) during its/their shelf-life and we shall

maintain all documents including raw data records and will produce to the TIA,

on demand. I/we understand and agree that in the event of I/we failing to provide

such facilities, we will be liable for the penal actions such as rejection of bid,

termination of contract and blacklisting.

3. that I/we possess the valid manufacturing licenses and WHO-GMP Certificate

issued by the Competent Authority for all the quoted products and complies and

shall continue to comply with the conditions of WHO-GMP criteria together with

the standards laid in Schedule M of Drugs & Cosmetics Act 1940 and the Rules

made there under. I/we will manufacture/supply items from the WHO-GMP

certified plants as mentioned in our bid. I/we do hereby understand and agrees

that in the event of I/we failing to adhere to the WHO-GMP norms and or any of

the standards laid in Schedule M of Drugs & Cosmetics Act 1940 and the Rules

made there under at any stage when the contract is in operation, the bid will be

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 97

rejected/contract will be liable to be terminated and I/we will be liable to pay for

the additional cost incurred for the alternate purchase of the contract quantity.

Where the failure is observed after the conclusion of the contract, we will be liable

for blacklisting according to the provision of this tender.

4. that I/we or any of the product(s) offered in this tender, at present, have not been

blacklisted/debarred by the Tender Inviting Authority for any reason or by any

State/Central Government organization for reason of Quality Non-compliances,

GMP-non compliance, Major violation of D & C Act and Rules and furnishing

forged/fabricated/false documents.

5. that I/we or any of the offered product is blacklisted/debarred by another

state/Central Government agency for the reason of Quality Non-

compliances, GMP Non-compliance, major violation of D&C Act and

Rules and furnishing forged/fabricated/false documents, after bid

submission/award of contract/execution of agreement, I/we will intimate

the TIA in writing within 14 days from the date of such order.

6. that the quoted rate of any item is not more than the price fixed by the National

Pharmaceutical Pricing Authority or by State/central Government, in any means,

and, further undertakes that if in future prices of the items offered is reduced by

the authorities the same benefit will be transferred to the TIA.

7. that I/We will furnish the Certificate of Analysis of each batch of item tested,

covering all parameters specified in the official monograph or in other standards,

in NABL accredited lab/CDL/NIB approved for the purpose along with the

consignment. I/we also undertake that in the event of failing to produce the above

Certificate of Analysis or the submitted Certificate found not genuine/forged at

any stage, the contract/ such product(s) will be rejected and the contract is liable

to be terminated and I/we/such product may be blacklisted according to the

provisions in this tender.

8. that I/we will supply the Drugs/supplies as per the packing and labeling

specifications and with the logograms as per the designs and barcode as specified

in the Annexure (packing and labeling specifications) in the Tender Document

and as per the instructions given in this regard.

9. a. that I/we will supply drugs/supplies strictly as instructed in the label of the

product and the products requiring special cold storage conditions (2-80C) will

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 98

be supplied in conditions so that the items have reached KMSCL warehouses

adhering the cold chain norms. The Cold chain products will be provided with

temperature variation indicators like vaccine vial monitors or each container of

a consignment will be provided with data loggers for recording the temperature

conditions during transit, the software of which will be provided to all the

warehouses. I/we agree that the Tender Inviting Authority rejecting the

consignment, forfeiting the Security Deposit and terminate the

contract/blacklisting me/us, if the condition of cold chain transportation is not

complied with.

b. that I/we also declare that drugs other than those requiring cold storage will be

transported from our manufacturing point to the destination of KMSCL by

complying the storage requirement of drugs transported and will state the

mode of transportation in the supply documents.

Verification

I(name)____________________(address)___________________________(designa

tion) ____________________________affirm on oath that the contents/information as

mentioned above, are true & correct to the best of my knowledge and nothing is hidden.

I also declare on oath, that if any information furnished as above is found wrong, false,

forged or fabricated; the Corporation will be at liberty to reject the product(s)/terminate

the contract/alternate purchase of the contract quantity at our risk & cost and the firm

may be blacklisted/prosecuted for the same.

(Signature, Name & Designation)

Witness :-

1. (Name, Address & Signature)

2. (Name, Address & Signature)

Seal

Attested by Notary Public

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 99

ANNEXURE – VI

PACKING AND LABELING SPECIFICATIONS

I. SCHEDULE FOR PACKAGING- GENERAL SPECIFICATIONS

1. No corrugated package should weigh more than 15 kgs (ie, product + inner

carton + corrugated box).

2. The Manufacturer should ensure Stability of the formulations and its

ingredients in the packings supplied.

3. The blister packing of tablets/capsules should have Aluminium foil back.

4. Strip packing should be of Aluminium/Alu-Alu foils.

5. Aluminium foil strips refer to thickness not less than 40 microns.

6. Primary package of Ranitidine HCL Tab IP (D20002) and Omeprazole Cap

IP 20mg (D20004/12) shall of Aluminium Strip. Thickness of Aluminium foil

– 40micron, with LDPE 25 micron coating/heat seal lacquer.

7. The rigid PVC used in blister packing should be of not less than 250 microns

and shall be not less than 60 GSM PVDC coated.

8. The minimum size (length x breadth) of a blister strip shall be 6.5 cm x 3 cm.

9. The bottles containing Dry powder oral suspension shall be hermetically

protected with a foil inner seal (induction sealing) in addition to normal screw

caps.

10. Liquid orals to be supplied only in glass bottles/plastic bottles conforming to

IP/Drug & Cosmetics Act.

11. Unit carton should be used for liquid preparations requiring protection from

light.

Packing specification of Tablet/ Capsule Basic unit Single Tab/ Cap Primary packing unit Strip of tab/ cap having not more than 15

basic units Secondary packing unit Box of strips having not more than 15

primary packing units Tertiary packing unit Box having not more than 15 kg weight

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 100

12. Large volume parenterals to be quoted and supplied only in plastic

bottles/poly packs conforming to I.P.

13. Containers and closures used shall preserve the properties of the drug contain

and protect the contents from contamination.

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

paper(minimum 120GSM) and minimum bursting strength of 7Kg/cm2.

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

16. FLUTE: The corrugated boxes should be of narrow flute.

17. JOINT: Every box should be preferably single joint and not more than two

joints.

18. STITCHING: Every box should be stitched using pairs of metal pins with an

interval of two inches between each pair. The boxes should be stitched and

not joined using calico at the corners.

19. FLAP: The flaps should uniformly meet but should not overlap each other.

The flap when turned by 45 - 60 should not crack.

20. TAPE: Every box should be sealed with gum tape running along the top and

lower opening.

21. CARRY STRAP: Every box should be strapped with two parallel nylon carry

straps (they should intersect).

22. LABEL: Every corrugated box should carry a large outer label at least 15 cms

x 10 cms dimension clearly indicating that the product is for "KERALA GOVT.

SUPPLY - NOT FOR SALE" and it should carry the correct technical name,

strength or the product, date of manufacturing, date of expiry, quantity packed

and net weight of the box in bold letters as depicted below.

Note: - The name of the drug shall be written on the label in Bold capital letters of at least font size 20 in Times New Roman The scheme name shall also be displayed in bold capital letter of at least font size 36 in Times New Roman either on the label showing the drug name or separately as another label.

23. OTHERS: No box should contain mixed products or mixed batches of the

same product.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 101

24. SPECIFICATION FOR THERMOCOL BOXES HOLDING

TABLETS / CAPSULES/INJECTABLE (IN VIALS AND AMPOULES)

a) The thermocol box should be of standard thickness capable of withstanding all types of shock during transportation and to preserve the cold temperature throughout the period of transit.

b) The thermocol box should be packed with sufficient number of cold packs to maintain the desired temperature for the entire contents throughout the period of transit.

Only first hand thermocol boxes should be used

II. LABELING SPECIFICATIONS

1. DESIGN FOR LOGOGRAM

DRUGS/SUPPLIES The primary, secondary packing and outer cartons of Drugs shall bear the above logograms and the words “Kerala Government Supplies – Not for Sale” overprinted in red colour. IMPORTED PRODUCTS In case of imported products, affixing rubber stamp of the above logograms and the is allowed with indelible ink either on the label borne by the container of the product or on the label affixed to any package in which the product is issued.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 102

SPECIMEN LABEL FOR OUTER CARTON

15 cms

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Product name :

EXP. DATE :

Batch. : …………… Quantity Packed: ………….. Mfg Date: …………… Net Weight: ……………….

Manufactured by: ……….

KERALA GOVT SUPPLY – NOT FOR SALE

2. BAR CODING DETAILS

BOX NO :

PO NUMBER :

SUPPLIER CODE :

SUPPLIER NAME :

DRUG CODE :

DRUG NAME :

BATCH NO :

MFG DATE :

EXPIRY DATE :

BATCH QUANTITY :

10 cms

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 103

ANNEXURE – VII

DETAILS OF THE BIDDER AND MANUFACTURING UNITS I. Bidder Details A a. Name of the Bidder :

b Address for Communication :

c PIN code :

d Land Phone No :

f Mobile No :

g Fax :

h Email ID :

B a. Name of the Managing Director/Director/Partner/Proprietor

:

b Land Phone No :

c Mobile No. :

d Email ID :

C a Name of the Authorized contact person

:

b Designation :

c Land Phone No :

d Mobile No :

e Email ID :

D a. Address for return of the supplied item, if such circumstances arise,

:

b. PIN code :

c. Landphone No. :

d. Mobile :

e. Fax :

f. Email Id :

E GST Registration No. of the bidder :

F PAN of the bidder :

II Details of Manufacturing Units *

A a. Name of the Manufacturer - I :

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 104

b. Address of the manufacturing unit -I

:

c. GST Registration No. of the manufacturing unit -I

:

d. Drugs manufacturing license No. & Date

:

e. Name of Contact person, Contact No, Email ID

:

B a. Name of the Manufacturer - II :

b. Address of the manufacturing unit - II

:

c. GST Registration No. of the manufacturing unit - II

:

d. Drug manufacturing license No. & Date

:

e. Name of Contact person, Contact No, Email ID

:

* If the items offered are manufactured in two or more manufacturing units/loan licensee, the above details of all the units shall be furnished.

III. Bank Details

A Name of the Bank :

B Branch Name & Address :

C Branch Code No. :

D Branch Telephone No. :

E Branch email ID :

F IFS code of the Branch :

G Type of Account (current/savings) :

H Bank Account Number

(as appear in the cheque book)

:

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 105

ANNEXURE - VIII

FORMAT OF BANK GUARANTEE OF EARNEST MONEY DEPOSIT To

The Kerala Medical Services Corporation Limited (Address)

WHEREAS _____________________________ (Name and address of the Company) (Hereinafter called “the bidder”) has undertaken, in pursuance of tender no________________________ dated _____________ (herein after called “the tender”) to participate in the tender of The Kerala Medical Services Corporation Limited, (address) with ……………………………. (description of goods and supplies).

AND WHEREAS it has been stipulated by you in the said tender that the bidder shall furnish you with a bank guarantee by a scheduled commercial bank recognised by you for the sum specified therein as Earnest Money Deposit for compliance with its obligations in accordance with the tender;

AND WHEREAS we have agreed to give the bidder ----------------- (name and address) such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the bidder, up to a total amount of ________________________ (Amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the bidder to be in default under the tender conditions 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 bidder before presenting us with the demand.

We undertake to pay you any money so demanded notwithstanding any dispute or disputes raised by the bidder(s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under these presents being absolute and unequivocal.

We agree that no change or addition to or other modification of the terms of the tender to be performed there under or of any of the Tender 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.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 106

No action, event, or condition that by any applicable law should operate to discharge us from liability, hereunder shall have any effect and we hereby waive any right we may have to apply such law, so that in all respects our liability hereunder shall be irrevocable and except as stated herein, unconditional in all respects.

This guarantee will not be discharged due to the change in the constitution of the Bank or the bidder(s).

We, ________________________________________ (indicate the name of bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent, in writing, of The Kerala Medical Services Corporation Limited.

This Guarantee will remain in force up to ______ (Date). Unless a claim or a demand in writing is made against the bank in terms of this guarantee on or before the expiry of ------(Date) all your rights in the said guarantee shall be forfeited and we shall be relieved and discharged from all the liability there under irrespective of whether the original guarantee is received by us or not.

(Signature with date of the authorised officer of the Bank) …………………………………………………………. Name and designation of the officer …………………………………………………………. …………………………………………………………. Seal, name & address of the Bank and address of the Branch

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 107

ANNEXURE - IX

AGREEMENT

THIS AGREEMENT made on this.............. day of ................, 2018

between................... Kerala Medical Services Corporation Ltd represented by its

Managing Director having its registered office at Thiruvananthapuram (hereinafter

“the Purchaser”) of one part and M/s. ………..................... (Name and Address of

Supplier).................................... (herein after “the Supplier”) represented by

……………………… (Name of the Authorized Signatory and Designation), Aged

…..... years, residing at ……………………………… (Full Residential Address of

the Signatory) of the other part:

WHEREAS the Purchaser has invited tenders for the procurement of

drugs/supplies vide TENDER NO. KMSCL/DRGED/I&II/RC/2018/014 DATED

21.11.2018. The supplier has submitted technical and Price Bids as contained in the

Tender Document. The Purchaser has finalized the tender in favour of the Supplier

for the procurement of drugs/supplies specified in the schedule attached hereto at

the prices noted against each item therein for a total cost of Rs. …………………

(Contract Price in Words and Figures) (herein after “the Contract Price”) on the

terms and conditions set forth in the agreement.

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 Tender Document referred to.

2. The following documents shall be deemed to form and be read and construed

as part of this Agreement, viz.:

(a) All the documents submitted by the tenderer as part of Technical Bid and Price Bid;

(b) The Schedule of Requirements;

(c) The Specifications and other quality parameters;

(d) The clarifications and amendments issued / received as part of the Tender Document

(e) The General Conditions of Contract;

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 108

(f) The Specific Conditions of Contract; and

(g) The Purchaser’s offer Letter

(h) All correspondence as part of tender during or after the date of agreement accepted by Tender Inviting Authority

3. This agreement shall deem to extend to such LOIs as may be issued in

pursuance and in accordance with the tender.

4. Any supply made on the purchase orders placed against this tender before the

execution of this agreement shall deemed to be covered by this agreement and

all terms and conditions of the tender applied to such supplies

5. 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

supply drugs/supplies conforming 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 tender, 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.

5. The Supplier has deposited with the Purchaser an amount of

Rs…………………………..(as in Tender condition) as Security Deposit as

specified in the Conditions of Tender for due and faithful performance of

the provisions of this Agreement. Such Security Deposit made by the

Supplier is liable to be forfeited by the Purchaser in the event of the Supplier

failing duly and faithfully to perform any one or more or any part of any one of

the said provisions. The payment for the supplies made by the Supplier will be

paid to him only after he has remitted the required amount of Security

Deposit.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 109

SCHEDULE (Selected L1 items)

Sl.No Drug Code

Name of the Drug Strength Unit

Rate (Rs.)

LOI Quantity Value (Rs)

Total Value (Rs.)

IN WITNESS whereof the parties hereto have caused this Agreement

to be executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

said ......................................... (For the Purchaser)

in the presence of ...................................................

Signed, Sealed and Delivered by the

said ...........................................(For the Supplier) (Signature, Name,

Designation and Address with Office seal)

in the presence of ....................................................

1) (Signature, Name and Address of witness)

2) (Signature, Name and Address of witness)

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 110

ANNEXURE - X

FORMAT OF BANK GUARANTEE FOR SECURITY DEPOSIT

To

The Kerala Medical Services Corporation Limited (Address)

WHEREAS _____________________________ (Name and address of the

supplier) (Hereinafter called “the supplier”) has undertaken, in pursuance of

contract no________________________ dated ___________ (herein after called

“the contract”) to supply The Kerala Medical Services Corporation Limited,

(address) with ……………………………. (description of drugs and supplies).

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

recognised 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 amount 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 undertake to pay you any money so demanded notwithstanding any dispute

or disputes raised by the supplier(s) in any suit or proceeding pending before any

Court or Tribunal relating thereto our liability under these presents being absolute

and unequivocal.

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 111

We 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.

No action, event, or condition that by any applicable law should operate to

discharge us from liability, hereunder shall have any effect and we hereby waive

any right we may have to apply such law, so that in all respects our liability

hereunder shall be irrevocable and except as stated herein, unconditional in all

respects.

This guarantee will not be discharged due to the change in the constitution of the

Bank or the Supplier(s).

We,________________________________________ (indicate the name of bank)

lastly undertake not to revoke this guarantee during its currency except with the

previous consent, in writing, of The Kerala Medical Services Corporation Limited.

This Guarantee will remain in force up to (Date). Unless a claim or a demand in

writing is made against the bank in terms of this guarantee on or before the

expiry of (Date) all your rights in the said guarantee shall be forfeited and we

shall be relieved and discharged from all the liability there under irrespective of

whether the original guarantee is received by us or not.

(Signature with date of the authorised officer of the Bank) …………………………………………………………. Name and designation of the officer …………………………………………………………. …………………………………………………………. Seal, name & address of the Bank and address of the Branch

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 112

APPENDIX - I

Address of KMSCL Drug Warehouses

SL NO

District Name Address E-mail ID Land line No Mob No

1

Thiruvavanthapuram

District Drug Warehouse, DMO Compound,General Hospital, Palayam, Trivandrum-695035

[email protected]

om

0471-2470222 0471- 4015638 9496003900

Thiruvavanthapuram kinfra

District Drug Warehouse, Kinfra Apparel Park, Thumba,

Trivandrum-695586

[email protected]

0471-2167022 9496230323

2 Kollam

District Drug Warehouse, Uliyakovil Nagar, Near

Uliyakovil Temple, Kollam -691019

[email protected]

0474-2731238 9496004500

3 Pathanamthit

ta Adoor

XV/ 556 (6), 556 (7) & 556(8) K.P Road, Near Malabar Gold,

Kannamkode, Adoor ( Pathanamthitta )

Pin: 691523

[email protected]

04734-223442 9496004600

4 Idukki painav

District Drug Ware House, Near Idukki Govt. Medical College, Idukki Colony P O,

Cheruthoni., Idukki. PIN- 685602

[email protected] 0486-2232228 9496004900

5

Kottayam

District Drug Ware House, Behind District Hospital, Chelliyozhukkam Road,

Kottayam-686001

[email protected]

m

0481-2562401 9496004800

Kottayam thellakam

District Ware House II, MC Road, Thellakam P.O,

Kottayam-686630

[email protected]

m [email protected]

0481-2790618 9496004800

6 Alappuzha DDWH

District Drug Ware House, Near General Hospital, Iron Bridge

PO, Alappuzha- 688011

[email protected]

0477-2252302 9496004700

7 Ernakulam

District Drug Ware House, Udyogamandal, Near St. Joseph

Hospital, Manjummel,Ernakulam-683501

[email protected]

0484-2555009 9496005400

8 Thrissur District Drug Ware House, High

Road, OPP. Police Officer's Quarters, Thrissur-680001

[email protected] 0487-2423369 9496005600

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 113

APPENDIX - I Address of KMSCL Drug Warehouses

SL NO District Name Address E-mail ID Land line No Mob No

Thrissur, CWC

Central Warehousing Corporation,

Kuriachira. P.O, Thrissur-680006

[email protected] 0487-2423369 9496005600

9 Palakkad District Drug Ware House,

District Hospital Compound, Court Road, Palakkad-678001

[email protected] 0491-2533336 9496006200

10

Malappuram Tirur

District Drug Ware House, Near Fire Force Station-Tirur,

Tirur(PO), Malapuram-676101

[email protected]

0494-2426759 9496003914 9995953165

Malappuram Manjeri

District Drug Ware House, State WareHousing Corporation Compound, Karuvambram P.O., Cheranni, Manjeri,

Malapuram District.-676123

[email protected]

0483-2760744 9496005800, 9496003914

11 Kozhikkode

District Drug Warehouse, Karuvannur Post

Naduvannur (Via) Kozhikode, PIN- 673614

Kozhikode Kuttiady Highway Kerala.

[email protected]

0496-2653930 9496006400

12 Kannur

District Drug Warehouse, Harichandra Weaving Mill's compound (HWM), Near

lakshmanan kada bus stop Thana Kakkad Road , Kannur-

670002

[email protected] 0497-2705046 9496006700

13 Wayanad kalpetta

State Ware House Building, Near Fathima Hospital,

Pinangode Road, Kalpetta, Wayanad -673121

[email protected] 0493-6202898 9496006500

14 Kasargod District Drug Ware House, Near

Old District Hospital, Kanhangad, Kasaragod-671315

[email protected]

0467-2206464 9496006900

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 114

APPENDIX –II

A List of Drugs which require Mandatory testing at CDL

SL No Category Drug

Code Drug Name Strength Unit

1 CAT-I D21012 ANTI SNAKE VENOM (FREEZE DRIED) POLYVALENT INJ

10ml Vial

2 CAT-II D21015 EQUINE ANTI RABIES IMMUNOGLOBULIN INJ

300 IU/ml 5 ml Vial

3 CAT-II D21021/12

RABIES VACCINE HUMAN IP (CELL CULTURE- CHICK EMBRYO/VERO) WITH 1 ML DILUENT,2ML SYRINGE WITH NEEDLE 24G AND FILE FOR OPENING.(FOR INTRA DERMAL ROUTE OF ADMINISTRATION)

2.5 IU 1ml

4 CAT-II D21009 TETANUS TOXOID INJ IP 10 dose 5 ml Vial

B List of Drugs which require Mandatory testing at NIB

SL No Category

Drug Code Drug Name Strength Unit

1 CAT-II D12022 ERYTHROPOETIN RECOMBINANT INJ 4000 IU Vial/PFS

2 CAT-II D21011 HUMAN ANTI D IMMUNOGLOBULIN INJ IP

300mcg Vial

3 CAT-II D21010 TETANUS IMMUNOGLOBULIN INJ IP 250 IU Vial/Amp

KMSCL: e-Tender for the procurement of drugs (Cat I & II) for the year 2019-20 P a g e | 115

C List of Drugs which required import permit from Excise Commissioner of the State for transit from other State

SL No Category

Drug Code Drug Name Strength Unit

1 CAT-I D01007 PETHIDINE HYDROCHLORIDE INJ IP 50 mg/ml 2 ml Amp

D List of External Liquid Preparation requiring label in yellow background with red band on the top

SL No

Category Drug Code

Drug Name Strength Unit

1 CAT-I D14026/12 BENZYL BENZOATE APPLICATION IP 25% w/w 100 ml

bottle

2 CAT-I D14030/

12 CALAMINE LOTION IP 50 ml bottle

3 CAT-I D14022 CHLORHEXIDINE MOUTH WASH IP 60 ml bottle

4 CAT-I D14024 LIQUID PARAFFIN IP 100 ml bottle

5 CAT-I D14027 TURPENTINE LINIMENT IP 100ml bottle

***&***