AT BHOPAL MEMORIAL HOSPITAL & RESEARCH … · This unique hospital dedicated to the victims of...

49
TENDER FEES – Rs. 1000 (non refundable & non transferable) TENDER NO. - BMHRC/SMO/KITS/REG/GW/CON/13-14/R TENDER DOCUMENT FOR SUPPLY OF PATHOLOGY/BLOODBANK/MICROBIOLOGY KITS, REAGENTS,GLASSWARE & CONSUMABLES AT BHOPAL MEMORIAL HOSPITAL & RESEARCH CENTRE BHOPAL

Transcript of AT BHOPAL MEMORIAL HOSPITAL & RESEARCH … · This unique hospital dedicated to the victims of...

TENDER FEES – Rs. 1000 (non refundable & non transferable)

TENDER NO. - BMHRC/SMO/KITS/REG/GW/CON/13-14/R

TENDER DOCUMENT

FOR

SUPPLY OF

PATHOLOGY/BLOODBANK/MICROBIOLOGY

KITS, REAGENTS,GLASSWARE &

CONSUMABLES

AT

BHOPAL MEMORIAL HOSPITAL &

RESEARCH CENTRE

BHOPAL

Tender Notice

Bhopal Memorial Hospital & Research CentreUnder Department of Health Research, Ministry of Health & Family Welfare, Government of India

Raisen Bye Pass Road, BHOPAL – 462 038 (M. P.)Ph. No. 2742212-16

Website: www.bmhrc.org

The Director BMHRC (ICMR), Department of Health Research, Ministry of Health &

Family Welfare, Bhopal invites sealed tender in double bid from the original

Manufacturers (Principal firms) or authorized distributors for imported products if

there is no marketing office of Principal Companies in India, for supply of

Pathology/Blood Bank/Microbiology Kits, Reagents, Glassware & Consumables for

two years rate contract basis extendable on same terms & conditions as decided

by Director, BMHRC

A complete set of tender document may be obtained by interested Manufacturers

(Principal firms) or authorized distributors for imported products if there is no

marketing office of Principal Companies in India from Hospital Stores, BMHRC,

Bhopal w.e.f. 27.05.2014 from 10.00A.M. to 5.00 P.M. (From Monday to Friday) &

10.00A.M. to 12.00 noon (on Saturday) on letterhead of the manufacturing firm

(without which the representative of the firm will not be allowed to collect the

tender document) & upon payment (Tender cost) of a non refundable fee of Rs.

1000/- (Rupees One Thousand Only) in form of Cash or Demand Draft in favor of

Director BMHRC, Bhopal only or can be downloaded from the website at

www.bmhrc.org, www.icmr.nic.in, www.eprocure.gov.in. The last date of

submission of tender will be 30.06.2014 upto 1.00 PM.

( Director)

CONTENTS OF TENDER

S. No. DESCRIPTIONS PAGE No.

1. Forwarding Letter 1-22. Checklist 33. Introduction of BMHRC 44. General Introduction and Terms & Conditions 5-95. Important instructions for filling up of tender 106. Bid Opening 117. Eligibility/Technical Criteria 11-128. Supply timings and others miscellaneous conditions 13-179. Annexure -I 18-41

a. Group1 : Pathology Kits & Reagents 18-20b. Group2 : Microbiology Kits, Reagents 21-25c. Group3 : Pathology Biochemistry Items 26-27d. Group4 : Blood bank Kits, Reagents 28e. Group5 : Common Kits, Reagents 29-34f. Group6 : Consumable Items 35-37g. Group7 : Glassware/Plasticware 38-41

10. Annexure -II 4211. Annexure –III 4312. Annexure –IV 44

13 Annexure –V 45-46

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-1

Format of forwarding letter

FORWARDING LETTER(To be filled in by the tendering party in official letter head)

The Director,BMHRC, Bhopal- 462 038

Tender number- BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Dear Sir,With reference to the above Tender Enquiry I/We are submitting herewith our tenderdocuments. The tender document is duly paginated and contains page No 1 to... ... ... ...

A checklist chronologically indicating documents attached in original/copies duly attested by

Gazetted Officer or Notary Public General as per Clause 24(v) of tender document is also

enclosed.

1. I/We, the undersigned, hereby submit my/our tender for the Registration of

firm/company for the supply of Kits, Reagents, Glassware & Consumables Items on twoyears rate contract basis.

2. I/We are enclosing, herewith, Demand draft, D.D.No. _____________dated forRs.30,000 drawn in favour of the “DIRECTOR, BMHRC, BHOPAL” towards EMD/BIDSecurity and shall remain in the custody of the BMHRC till decision as to the acceptanceof the tender is known. Once the tender is decided, the performance security @ 5% ofthe contract value will be furnished by the undersigned (approved firm). Tenders notaccompanied with EMD/Bid security along with Techno-Commercial Bid (Part-I) shall be summarily rejected.

3. I/We, hereby, agree to all the terms and conditions (attached), stipulated by the BMHRC

in this connection including penalty etc.

4. I/We undertake to sign the contract/ agreement, if required, within 10 (Ten days) from

the issue of the letter of acceptance, failing which our/my Security deposit will be

forfeited and our/my name will be removed from the list of Company at BMHRC, Bhopal

5. I/We certify that I/We have gone through & agree to the terms & conditions of Tender

Ref No. mentioned above and undertake to comply with them for the contract period

(valid for two years from the date of signing of the agreement deed plus

extendable on same terms & conditions as decided by Director, BMHRC).

6. I/We, the undersigned, hereby bind myself to supply the Kits, Reagents, Glassware &Consumables Items to Director, BMHRC, Bhopal during the validity of this tender & rate-contract.

7. BMHRC is not bound to take all or any of the articles enumerated in the Annexure-I infull or given in part of the estimated quantity, as the same is “indicative” in nature.

9. I/We agree that in case of failure to supply the material for which a Purchase order willbe placed upon me/us within the stipulated date of delivery, the institution can go tomarket for local purchase of the same at my/our risk and cost.

10. I/We will shall submit the samples as and when required and in case I/We fail to do

so, the earnest money deposited by me/us can be forfeited by the Institute.

11. The conditions contained herein shall form part of and shall be taken as if they are

included in the agreement to be entered into or treated as agreement itself at the

discretion of the Director.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-2

12. I/We shall execute an agreement on Non-judicial Stamp paper of Rs. 100/- (Rupees

hundred only) in case my/our tender is accepted and if I/We asked to act so, an

agreement will be executed by me/us within 10 days of the intimation of acceptance of

rates for the tender. However, this is to be treated as agreement otherwise.

13. The Director reserves the right to change any article on its being found to be of inferior

quality. It shall be replaced by me/us free of cost within the given time to avoid any

inconvenience to the hospital.

14. The offer will be valid for 240 days from the date of opening of tender.

Yours truly,

Signature of Tenderer with full address

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-3

CHECKLISTS.No. DOCUMENTS ENCLOSED YES/NO. Page

No.

1 Forwarding letter duly signed of the firm on the company’s letter-head.

2 Earnest Money Deposit of Rs. 30,000/- in the form of a Demand Draft.

3 Attested photocopy of Receipt of purchase of tender document or DD (forRs.1000=00)

4 Sole manufacturer of the product (proprietary Items), the firm must submit acertificate of manufacturing & marketing license from the State/Central DrugController / Licensing Authority in support of its claim.

5 Public Sector Undertakings with at least 3 year’s market standing havingmanufacturing license issued by Centre/ State Drug Controller.

6 The bidder should have not less than 3 years of manufacturing and marketingexperience for the specified product duly supported by documentary evidence

7 The Manufacturing firms should have minimum annual turnover of as per clauseno. 26 (v).

8 The annual audited balance sheets of the manufacturing firm for the last threefinancial years (FY2012-13 ,FY2011-12& FY2010-11)

9 Copy of up to date returns/acknowledgement from the department of trade &taxes with TIN No.

10 Undertaking to replace the defective items if any at the cost of supplier(Annexure-III)

11 Participating firms must submit an affidavit on Rs. 100 non-judicial stamp paperstating that they or any of their products have neither been blacklisted nordebarred from participating in future tenders by any State Government / CentralGovernment organizations. (Annexure-II)

12 Copy of sales tax registration certificate (Now called as VAT).firm shall furnisha certificate on their Firm’s letter head stating that upto date returns havebeen filed and there are no dues with the concerned department. Firm willalso submit the copies of such returns submitted to the department of Trade &Taxes.

13 Non-conviction certificate from the Drug Controller of State/Centre issued notmore than one year ago from the date of opening of tender. (Annexure-II)

14 Signed copy of Terms & Conditions of tender document. (Pages-1 to 17)

S.No. DOCUMENTS ENCLOSED YES/NO.

14 Valid WHO-GMP certificate clearly indicating the products issued by Centre/ StateDrug Controller and should not have been issued more than five years ago. (ifapplicable)

15 Valid Schedule ‘M’ certificate issued to the firm (s) showing the list of itemsmanufactured by the firm and not more than 05 years old. (if applicable)

16 In case of imported items, import license and copy of the import registration ofthat particular items quoted in the tender indicating the list of products shouldbe submitted and ‘3 years’ Marketing experience certificate issued by the DrugController.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-4

About BMHRC

Situated at Bhopal in Madhya Pradesh, the Bhopal Memorial Hospital & Research Centre

(BMHRC) is a 350 bedded state-of-the art super speciality hospital dedicated to providing

free of cost quality medical treatment to the victims of the Bhopal Gas tragedy of 1984.

BMHRC focuses on specialization with perfection through a diligent team of professionals

and highly qualified doctors. This unique hospital dedicated to the victims of Bhopal gas

tragedy is an epitome of translation of science of medicine distinguishes BMHRC from the

rest of the hospitals in the country. The hospital has beautiful surroundings in the midst of

which is a tribute to the gas victims named Homage and Hope, adding a soothing and

healing touch of its own. The Hospital has the following specialties: Cardiology,

Cardiothoracic & Vascular Surgery, G.I. Surgery, G.I. Medicine, Neurosurgery, Neurology,

Urology, Nephrology, Ophthalmology, Psychiatry, Pulmonary Medicine, Anesthesiology,

Radiology, Pathology, Microbiology and Blood Transfusion.

BMHRC has eight Mini Units situated in different parts of the city to provide primary health

care services to the gas victims. Patients needing specialized care at super-speciality level

are referred to the main hospital, the BMHRC.

The Research Centre in addition to undertaking applied and basic research also provides

molecular medical diagnostic services.

BMHRC was placed under the ICMR in January 2012.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-5

OFFICE OF THE DIRECTOR

BHOPAL MEMORIAL HOSPITAL & RESEARCH CENTREINDIAN COUNCIL OF MEDICAL RESEARCH (DEPARTMENT OF HEALTH RESEARCH)

MINISTRY OF HEALTH & FAMILY WELFARE, GOVT. OF INDIA

RAISEN BYPASS ROAD, KAROND CHOWK, BHOPAL, PIN- 462 038

Director BMHRC, Bhopal invites tenders in sealed envelope for the procurement of Kits,

Reagents, Glassware & Consumables Items from reputed Manufacturers (Principal firms)

or authorized distributors for imported products if there is no marketing office of

Principal Companies in India for entering into two year rate contract (valid for two

years from the date of signing of the agreement deed plus extendable on same

terms & conditions as decided by Director, BMHRC) on the same terms and conditions

subject to satisfactory performance.

GENERAL INTRODUCTION AND TERMS & CONDITIONS

Tender Ref. No. : BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Subject : Tender for the purchase of Pathology/BloodBank/Microbiology Kits, Reagents, Glassware& Consumables Items on two years ratecontract basis

Place of Enquiry & Sale of Tender : Stores Department, BMHRC

Date of Tender Submission & Opening:

S.

No.Group Category

Last date of submission of

TenderDate of opening of Tender

1. Group-1 Pathology Kits & Reagents

2. Group-2 Microbiology Kits & Reagents

3. Group-3 Pathology Biochemistry Items

4. Group-4 Blood bank Kits & Reagents

5. Group-5 Common Kits & Reagents

6. Group-6 Consumable Items

7. Group-7 Glassware/Plasticware

30.06.2014 upto 01:00 PM 30.06.2014 at 03:00 PM

Venue for opening of Tender : Conference Hall of BMHRC, Bhopal

Validity of offer : 240 days from the date of opening of tender

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-6

General Instructions1. Tender should invariably be submitted in two bid system containing two parts as

detailed below:Part-I: - Techno commercial bid in sealed cover “Envelop T”Part-II: -Price bid/Financial bid in sealed cover “Envelop P”

Both the sealed envelopes should then be put in outer cover indicating there on:

a) Reference No. Of the Tender: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Tender regarding: Tender for the purchase of Pathology/Blood Bank/Microbiology Kits ,Reagents , Glassware & Consumables Items on two years ratecontract basis.

b) Due date for submission of the tender: 30.06.2014 upto 01:00 PM

c) Name of the company and address:

IMPORTANT NOTEA) Prices should not be indicated in the techno commercial bid. The pre

qualification documents including EMD/Bid security as required in tenderdocument should invariably be accompanied with the techno commercial bid.

B) Tenders submitted without two bid system procedure as mentioned abovewould be summarily rejected.

C) The documents should be dropped in the tender box kept at the Storesdepartment before the date and time of tender opening.

D) Bidders are requested to watch for any modifications/corrigendum on theBMHRC website(www.bmhrc.org)

A) Part I – Techno Commercial Bid

All the documents mentioned in the eligibility/Technical criteria as per clause 26 of

the terms and conditions and check list (enclosed). List of items, Brand name ,

Company, pack size etc. should be enclosed in the Techno-Commercial Bid. If price

is mentioned in the techno-commercial bid, the bid will be rejected. The bid should

be duly typed written, free from erasing/over-writing/cuttings.

Example for Techno Commercial Bid:

Mentioned Page Nos. for each quoted items

S.

No.

Item

S.

No.

Group Item Description UOM

Brand

Name/Cat

No/Lot

No

Compa

ny

Pack

Size

Drug

Licence

3 years

Manufacturi

ng &

Marketing

Certificate

WHO-

GMP

Certifi

cate

Sched

ule-M

Certifi

cate

Pro

prietary

Certific

ate

Impo

rt

Lice

nce

Public

Sector

Undert

aking

1 17Group-1

ANA AUTO TEST

KITNos

No

Brand

Lilac 1x192

T

NA 123 98 135 NA NA NA

2 179Group-2

SHEEP BLOOD 5%

AGAR PLATENos

No

Brand

Biomerie

ux

1X20PLA

TE145 140 56 122 NA NA 23

3 14Group-6

COTTON BANDAGE

2 INCHNos

HV

MEDICO

No Make1X5MTR NA 85 74 80 NA NA NA

4 40Group-7

COVER SLIPS 18X18Nos

No

Brand

Blue

Star

20X1X1

0gNA 127 107 111 NA NA NA

UOM=Unit Of Measurement , NA= Not Applicable

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm

B) Part II- Financial bid

List of items quoted of the item, pack size etc exactly as submitted in the Techno-

commercial bid along with the price of the items should be enclosed in the Price Bid.

It should be duly typed written, free from erasing/overwriting/cuttings. The rates

will be valid for a period of two years from the date of signing of the agreement

deed plus extendable on same terms & conditions as decided by Director, BMHRC.

Prices are to be quoted only in INR. All final rate/Price quoted should be

per unit as shown in example.

Example for Financial Bid:

S.

No

Item

S. No

Grou

p

Item

DescriptionUOM

App.

Annual

Requir

ement

Brand

Name/

Cat

No/Lot

No

Compa

ny

Pack

Size

Unit

MRP

(Rs.)

Unit

Price

(Rs.)

Tax

(in

%)

Net Rate

in Rs.

Net Rate in

Words

(Rs. ).

1 17 Group

-1

ANA AUTO

TEST KIT Nos 5No

BrandLilac

1X192

T

56.05

Per Test

45.75

Per

Test 5%

48.04

Per

Test

Rupees Forty

Eight and four

paise

2 179 Group

-2

SHEEP BLOOD

5% AGAR

PLATE Nos 5600

No

Brand

Biom

erieu

x

1X20

PLATE

05.00

Per Plte

02.50

Per

Plte

5% 02.62

Per

Plte

Rupees Two

and Sixty

Two Paise

3 14 Group

-6

COTTON

BANDAGE 2

INCH Nos 1200No

Brand

HV

MEDI

CO

1x5 MTR

No MRP 01.50

EACH5% 01.57

EACH

Rupees One

and Fifty

Seven Paise

4 40 Group

-7

COVER SLIPS

18X18

Nos 320No

Brand

Blue

Star 20X1X10

g

103.00

per pk of

10 g

42.50

per pk

of 10 g

5% 44.62

per pk

of 10 g

Rupees Forty

Four and

Sixty Two

Paise

If any erasing/overwriting/cuttings/corrections should be attested by the tenderer.

Note: 1. UOM= Unit Of Measurement

2. Example for quoting price in price bid

2 (a) MRP(for 192 Test)=Rs. 10761.60, Unit MRP=

2 (b) Price (for 192 Test)=Rs.8784.00, Unit Price=

2. It may be noted that when the main cover is openebid opening, only the technical bids will be opened

3. All the pages of tender documents shouldnumber of pages be indicated on the forwardin

4. Manufacturers (Principal firms) or authorized distriis no marketing office of Principal Companies in Indtender should first ensure that they fulfill all the echeck list of the check list and terms & conditionstender will be summarily rejected and no further cthis regard. Firm will enclose check list along withcompany’s letter-head in which check-list of tmentioned invariably.

dan

beg

buialigo

orf

he

Rs. 56.05

Page-7

on the date and time scheduled ford read out in public.

properly numbered and totalletter as per format attached.

tors for imported products if thereintending to participate in the saidibility-criteria as prescribed as perf tender document, otherwise, therespondence will be entertained inorwarding letter of the firm on the

attached documents should be

Rs. 45.75

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-8

5. The tenders are to be quoted/submitted only by the Manufacturers (Principal firms) orauthorized distributors for imported products if there is no marketing office of PrincipalCompanies in India . Tenders quoted by suppliers/vendors on behalf of manufacturerswill not be entertained even if they are authorized by the manufacturers. However,manufacturers (Principal firms) can give authority letter to the supplier / distributor /stockiest/ vendor for the purpose of making supplies, raising bills, collecting paymentetc. In any case, the manufacturer has to accept responsibility for any lapse on the partof the distributor/supplier.

6. Bidders are, therefore, advised to submit rates only if the terms & conditions asprescribed by the BMHRC are acceptable to them in total and they fulfill the eligibility-criteria.

7. Bidders are, therefore, advised to ensure fulfill technical specification for Group-3Pathology Biochemistry Items are as follows.

I. Reagents should be USFDA/CE approved.

II. Bottele size of all the reagents should fit directly into AU 480 (Beckman Coulter) andshould contain programme sheet for AU 480.

III. Calibrator and control should be in lyophilized from based on human serum.

IV. The company should have traceability certificate with respect to the calibrator.

V. The companies that fulfill the above mentioned technical specifications shouldprovide the sample kit of calibrator, controls and reagents for major parameters tocheck its accuracy and compare results with external quality control before finalapproval.

8. Before making the supply, approved rate contract holder should ensure that all labels ofKits/Reagents/Cartons etc. should be embossed, imprinted, stamped withletters,“BMHRC SUPPLY OR GOVERNMENT SUPPLY NOT FOR SALE” stamp withpermanent ink on each item.

9. It is ,hereby, informed that in case, any administrative action (imposing of liquidateddamages, warning letter, risk purchase, short supply etc.) is taken by the BMHRC duringthe rate contract period against any approved manufacturer/vendor, it would bereflected during finalization of next rate contract as “past performance” of thatmanufacturer/vendor.

10. Purchase Order will be placed from time to time during tenure of the contract, as peractual requirement, in which the exact quantities required on each occasion togetherwith the date of delivery shall be specified in the purchase order.

11. No guarantee can be given as to the minimum quantity which will be demanded againstthis contract, but the supplier will supply such quantity as may be ordered from time totime during the tenure of the contract.

12. The Director BMHRC, Bhopal reserves the right to reject any or all tenders including thelowest quotation which is not confirming to the specification and other terms andconditions. No correspondence in this regard will be entertained.

13. The Director BMHRC, Bhopal reserves the right to invite in his sole discretion, separatequotations to effect purchase outside this contract in the event of any urgent demandarising in hospital, where no stock are held or otherwise.

14. Financial bid shall be strictly according to the required specifications, and as

per format provided in the tender document.

15. BMHRC shall send all correspondences through email so you are requested to provide

your email address so that all communications may be done through email.

16. The goods are to be supplied F.O.R. destination (BMHRC stores) and all the transit loss /expenses whatsoever, will be borne by the supplier/firm.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-9

17. The Successful bidder shall furnish the performance security within 30 days of issue ofcontract for due performance of the contract. The performance security should be for anamount of 5% of the contract value payable in Indian rupees or Demand Draft/Bankguarantee from any Indian Nationalized Bank/Commercial Bank in favor of Director,BMHRC, and it shall be valid for 30 months from the date of issue of Rate contract. ThePerformance Security shall be released on satisfactory completion of all contractualobligations. No interest shall be payable on the performance security. Failure tofurnish performance security in time would entail forfeiture of earnest moneydeposited by the firm & the cancellation of the contract.

18. In case Manufacturer desires to supply the items through their authorizeddistributor/dealer, they may appoint distributor/dealer and enclose authority-letter intheir favor to supply the approved Kits/Reagents/Glassware/Consumables Items duringthe rate contract period. During the contract period, the authorized distributor/dealeronce appointed will not be allowed to change subject to satisfactory performance insupplies. In case of non compliance of satisfactory performance of supplies,manufacturer may authorize another vendor only after the written communication ofDirector BMHRC during the validity of contract. It is desirable that approvedmanufacturer supply the Kits/Reagents/Glassware/Consumables Items directly to theInstitute.

19. The bidders may download the tender documents directly from the website available atwww.bmhrc.org, www.icmr.nic.in, www.eprocure.gov.in. In such case, the bidder arerequired to submit the tender cost fee of Rs. 1000.00 (non-refundable and non-transferable) by way of separate demand draft drawn in favour of Director BMHRC,Bhopal and the same should essentially be enclosed along with the techno commercialbid. The bidders should specifically super scribe, “downloaded from the website” inred ink on the top left corner of the outer envelope containing techno-commercial bid &price bid separately. The tender cost fee should not be mixed with EMD amount. Thetenders of bidders for not following the above procedure will be summarily rejected.

20. Notwithstanding any omission or shortcoming in the purchase order, it is essential forthe supplier to supply the items as per specifications of the rate-contract.

21. Samples of the quoted items must be submitted by eligible tenderer as andwhen informed by Store within 10 days from the date of issue of letter in thesame serial order as quoted in tender for evaluation.

22. Any dues or payments that have arisen to the Institution from the bidder for which nospecific time-limit has been laid down in the terms & conditions, shall be payable by thebidder within such time limit as may be prescribed in the various letters/ordersaddressed to the bidders. On failure to do so:

a) The bidder shall be liable to be debarred for not supplyingKits/Reagents/Glassware/Consumables Items etc. to the hospital for a period asdecided by the Purchase Committee / Director.

b) The bidder is liable to be prosecuted in the court of law (Bhopal jurisdiction).

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-10

23. Important instructions for filling up of tender

a) Each & every paper/page of the tender document should be serially numbered andduly signed by the bidder. A proper catalogue/checklist should be enclosed in thechronological order.

b) Tender is also likely to be rejected, if instructions for filling up the tender document,submission of rate quotations and all annexure, are not fully & properly adhered to.

c) Tender may also be rejected, if it is not submitted by the prescribed date/time forthe opening and any of the listed documents is either not attached or attached butfound improper/not signed or not attested by the Competent Authority.

d) The price bid (Part-II) should be submitted as per the prescribed format shown inAnnexure-I.

e) The bidder should quote only one rate for each item as Price per unit+ Tax in %(if any) = Net Rate. Tax, if any, must be mentioned clearly. No correspondence inthis regard will be entertained at a later date and Net Rate quoted in the tender willbe treated as final for all purposes.

f) Prices are to be quoted only in Indian Rupees. All Final Rate or Price quoted shouldbe PER UNIT and applicable taxes extra and such final price should not equal orexceed MRP.

g) MRP of each item should be mentioned/ listed along with prices offered for BMHRC inthe Price Bid

h) In case of imported items where MRP is not indicated in exceptional cases,the Bidder will have to furnish rate list of the Principal firm/ Manufacturersalong with bill of entry to India.

i) The net price should be up to two (2) decimal points (i.e. .00).

j) In case any Tenderer, if charges higher rates for any item (items) more than theMRP, the action like forfeitures of earnest money/security money/ performance bankguarantee and removal of name from the list of the supplier shall be taken againstthe firm.

k) The date and time of Price Bid opening shall be intimated to all technically responsivebidders through email only.

l) In case of any attempt for cartelization /collusion /rigging by bidders with a view tohike up the prices, all bids will be rejected and such bidders will be blacklisted.

m) Telegraphic/ Telex/ Fax/email and letterhead quotations are not acceptableand if received will be ignored.

n) The Institute will not own the responsibility of :i. Issuance of road permit or any concessional forms;ii. Clearance of consignment by road, rail, air transport agencies etc.

o) Director-BMHRC, Bhopal has the full and exclusive right to withdraw the purchaseorder at any time without assigning any reasons.

p) There is no vigilance / CBI case or court case pending against the firm or any of thepartners/directors of the firm.

24. The tender shall be rejected if :i. A firm submits conditional tender;ii. All the papers are not completed and serial numbered.iii. Tender is not sealed properly.iv. If tender is not legible.v. Each page of photocopy of various documents/certificates attached should be

attested by the Notary Public General or a Gazetted Officer.vi. Copy of valid Sales Tax / VAT/ TIN registration certificate duly attested, should be

attached with the tender along with latest copies of returns / challans filed

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-11

25. Bid Opening

a) The Tender Opening Committee (TOC) of BMHRC will open bids in the presence of

bidder’s representative, who choose to attend, at the time and date as specified

b) The bidder’s representatives who choose to attend the bid opening, shall bring withthem a letter of authority from the bidder on the letter head for having beenauthorized to be present at the time of opening of the bid. In the absence of such aa letter of authority, the representative will not be allowed to present and/or toattend the bid opening. The bidder’s representatives who are present shall sign aregister evidencing their attendance. In the event of the specified date of bid ofopening being declared a holiday for the purchaser the bids shall be opened at theappointed time and location on the next working day.

c) The TOC will examine the bids to determine whether they are complete, whetherrequired bid security has been furnished, whether the documents have beenproperly signed, and whether the bids are generally in order.

d) The techno commercial bid shall be examined, on the basis ofinformation/documents/Samples submitted by the Bidder with the Technical bid andprofessional recommendations of the Technical Evaluation Committee (TEC).

e) No price negotiation shall be made, However BMHRC reserves the right to call forprice negotiation with L1 only if the price quoted by the bidders are not found to bereasonable.

26. ELIGIBILITY/TECHNICAL CRITERIA

Firms to be eligible should fulfill the following criteria

(i) EMD:Each tender should be accompanied with an EMD/bid security amounting toRs.30,000.00 only (rupees Thirty thousand only) by way of demand draft drawn infavour of “Director BMHRC, Bhopal”, failing which the tender shall not be considered foracceptance and will be out rightly rejected. Cash/cheque is not acceptable at all. TheEMD/bid security deposited against other tenders cannot be adjusted or considered forthis tender. No interest is payable on EMD/bid security. The Tender Number, due date,Name and complete address of the firm should also be written on the back of thedemand draft.

(ii) DRUG LICENSE :A Attested copy of valid drug license (if applicable) / importLicense from the State/Central drug controller for the manufacture /Import of theItems quoted. If revalidation of drug license has been applied , copy of application toState Drug / Licensing authority may be attached. The application for renewal wasmade within time frame as per Drug and Cosmetic Act, 1940 as amended up to dateand that has not been deleted by licensing authority.

(iii) QUALITY:

a) Valid Schedule ‘M’ certificate issued to the firm (s) showing the list of

drugs/molecules manufactured by the firm and not more than 05 years old. (If

Applicable)

b) Valid WHO-GMP certificate clearly indicating the products (Items) issued by

Centre/ State Drug Controller and should not have been issued more than five

years ago. (If Applicable)

c) In case of imported Items (i.e. not manufactured in India),import license and

copy of the import registration of that particular molecule quoted in the tender

indicating the list of products should be submitted and ‘3 years’ Marketing

experience certificate issued by the Drug Controller.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-12

d) Public Sector Undertakings with at least 3 year’s market standing havingmanufacturing license issued by Centre/ State Drug Controller.

(iv) EXPERIENCE: The bidder should have not less than 3 years of manufacturing andmarketing experience for the specified product duly supported by documentaryevidence.

(v) ANNUAL TURNOVER: The Manufacturing firms should have minimum annualturnover for the last three financial years (FY2012-13 ,FY2011-12 & FY2010-11)as:

S. No. Group Categories AnnualTurnover

(Rs.)

1. Group-1 Pathology Kits & Reagents

2. Group-2 Microbiology Kits, Reagents

3. Group-3 Pathology Biochemistry Items

4. Group-4 Blood bank Kits, Reagents

5. Group-5 Common Kits, Reagents

6. Group-6 Consumable Items

10 Crore

7. Group-7 Glassware/Plasticware 10 Lacs

The annual audited balance sheet (audited by Chartered Accountant) of themanufacturing firm for the three financial years (FY2012-13 ,FY2011-12 &FY2010-11) should be enclosed in all cases.

(vi) The manufacturing firm should have to submit the documents of annual turnover ofthe company of the pharmaceutical products for the last three financial year (FY2012-13 ,FY2011-12 & FY2010-11) audited by a Chartered Accountant. The firm willsubmit documentary proof to support this claim. In case, any firm submits any forgeddocument in support of the tender requirement and if proved at any stage, the firmwould be debarred for minimum 05 years and EMD/performance Security submitted bythe firm shall be forfeited. No correspondence whatsoever will not be entertained, inthis regard.

(vii) If a firm is the sole manufacturer of the product, the same can be treated as a

Proprietary item or newly introduced (Patent) item, the manufacturer can be

eligible provided the firm submits a certificate from the Centre/State Drug Controller /

Licensing Authority in this regard. Proof of duration of ‘Patent’ for the items should

also be enclosed.

(viii) All the bidders are directed to mention the page number of the tender document where

WHO GMP/ Revised Schedule ‘M’ & page number of manufacturing license for

indigenous Items / import license for imported Items. Merely mentioning the word

‘Enclosed’ may lead to rejection of tender / bid.

(ix) Tender shall be rejected if the copy of sales tax registration certificate (now called as

VAT) is not furnished. Firm shall furnish a certificate on their firm’s letter head stating

that up to date returns have been filed and there are no dues with the concerned

department. Firm will also submit the copies of such returns (latest) submitted to the

department of trade & taxes. Sales tax/VAT and other statutory levies should be

shown separately and should not be included in the basic price, otherwise it will not

be considered.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-13

(x) Non-conviction certificate issued by the State/Centre Drug Controller to the effect that

the manufacturer has not been convicted under the Drugs and Cosmetics Act, 1940

and rules there under during the last one year in respect of any of the Items for which

prices have been quoted by the firm.

27. Supply timings

S.no Days Time

1. Monday to Friday 10a.m. to 1p.m. and 3p.m. to 4 p.m.

2. Saturday 10a.m. to 12 noon

28.MARKING: Each packing of Kits/Reagents/Cartons etc. should be embossed, imprinted,stamped with letters,“BMHRC SUPPLY OR GOVERNMENT SUPPLY NOT FOR SALE” stampwith permanent ink on each item.

29. LIFE PERIOD: The Bidder should not supply less than six months life from the date ofreceipts of goods in BMHRC. In exceptional cases where the material with less than sixmonths shelf life is accepted by the BMHRC, a flat 20% amount will be deducted fromthe invoice value. Material manufactured with less than six months shelf life will beaccepted only after due certification by the bidder and at the discretion of BMHRC. Lossor premature deterioration due to biological and/ or other factors during life span ofstores shall be replaced by the Bidder free of cost.

30. Supply will not be accepted if:

a. In case of Supplied material is not as per purchase order specifications such as non-matching of name of manufacturer, brand name, desired strength/ volume of itemetc.

b. Physician Sample, Control Samples etc. – If item stamped as Physician Sample orControl Sample or any kind of sample.

c. If supply which was rejected in past due to quality reasons & returned to vendor byGate Pass and if the vendor again sends the same supply to stores, the items will beconfiscated & a warning letter will be issued to company.

d. If incomplete information is recorded on label of supplied item such as manufacturingdate, expiry date, MRP etc. or there is mismatch of information between label ofouter pack & inner pack.

e. If cold chain has not been maintained for such items which required storagecondition to maintain between 2 to 8 degree centigrade or below 25 degreecentigrade at the time of supply.

f. If items are supplied with tempered label in order to hide actual information orfurnishing wrong information.

g. (i) In case, Maximum Retail Price of supplied item is less than the rate mentioned inpurchase order and(ii) In case MRP is hidden by using marker pen in order to hide necessary informationof supplied product.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-14

h. In case, photocopy of labels are pasted instead of original labels, on the supplieditem either after removing of original label or pasted photocopy label over theoriginal one in order to hide original label which might have previously stamped ofBMHRC supply or otherwise.

i. In case supply of sterile products, tempering of any kind have been observed.

j. In case of breakage/ damaged/ leakage/ fungal growth/ precipitated solution/incomplete dissolution of ingredients in solvent/ evaporated solutions/ discolorationof solution/ any unwanted suspended particles in solution/ turbid solution has beenobserved in supplied items at the time of receiving.

k. In case of items are supplied in unhygienic packing (outer/ inner packing), loosepacking (not as per standard pack size) etc.

31. The firms will be legally bound to supply the Items, for which they have quoted the ratesin the tender during validity of the contract. In case, they fail to execute any Purchaseorder placed to them within 37 days from the date of placement of purchase order, theywill be liable for action against them, as detailed below.

32. The delivery period should not exceed 37 (thirty seven) days for all supplies but inemergency the delivery period may be reduced up to 10 days and firm is bound tosupply the items within DOD (Date of delivery) period. Such Purchase Orders shall bestamped “Emergency” to distinguish them from routine orders.

33. If the delivery is not effected on due date, the Director, BMHRC, Bhopal will have theright to impose penalty as under:

I. 2% LD (late delivery) will be imposed, if delivery is between 38 to 50 days.II. 1% additional LD will be imposed for every additional delay of 15 days.

III. The maximum LD amount will not be more than 5% in any cases.IV. In case of staggered deliveries, the second supply will come under LD preview

immediately after schedule date

34. The approved rate contract holders should supply their all ordered items within DODperiod as per Purchase order terms and these terms should be strictly adhered to. Incase they failed to supply the item within DOD period, the reminder letterwould not be issued in any circumstances and penalty will be imposed asdetailed at Clause no. 33. The item would be arranged either through local purchaseor from open market under Risk Purchase Clause without any information in this regard.The difference amount shall be recovered from the pending dues of the firm/supplier. Onthe second occasion again, if the firm does not supply, the Security Deposit will standforfeited and on third instance, they shall not be allowed to participate in next opentender. Punitive proceedings, as deemed fit, are also liable to be initiated against thatfirm.

35. Force Majeure:- Any failure of omission or commission to carry out the provisions ofthis contract by the successful Bidder shall not give rise to any claim by any party, oneagainst the other if such failure of omission or commission arises from an act of Godwhich shall include an acts of natural calamities such as fire, flood, earthquake,hurricane or any pestilence or from civil strikes, compliance with any statute and/orregulations of the Government, lockout and strikes, riots, embargoes or from anypolitical or other reasons beyond the successful Bidder control including war(whetherdeclared or not), civil war or state of insurrection, provided that notice of the occurrenceof any event by either party to the other shall be given within two weeks from the dateof occurrence of such an event which could be attributed to Force Majeure conditions.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-15

36. The delivery of stores must be completed within stipulated delivery period. In case offailure to provide replacement of rejected supply within the stipulated delivery period forthe supply in respect of that purchase order will be considered as incomplete. Thesuccessful Bidder shall maintain stocks and shall make deliveries against purchaseorders for such stock completely or in staggered manner as and when required.

37. A successful Bidder can extend the delivery period with the written approval of theDirector, if the bidder is not in a position to execute the order in time. Such extension ispermissible for a maximum period of 4 weeks with due justification if request has beenmade 15 days prior to the date of schedule supply.

38. The supply, if it is rejected, has to be removed and replaced within a period of fifteenDays from the date of receipt of intimation from BMHRC .In case of failure to do so, therejected supply can be disposed off by the Director-BMHRC Bhopal, in his own way anddiscretion and he shall not be responsible, in any way, for doing so. BMHRC shall not beheld responsible for replacing/sending the material to the place of the supplier.

39. (i) For all those items, which are required to be stored under controlled temperature/ cold chain, bidder must ensure to supply these items under controlledtemperature/cold chain.(ii) If the product is found to be not of standard quality, the cost of testing done by theInstitute will be recovered from the supplier.

40. The purchaser will not pay separately for transit insurance and the bidder will beresponsible for delivery of items covered by the purchase order in good condition at thespecified destination and for this purpose, freight, insurance, octroi etc., if any will haveto be borne by the successful bidder. The consignee will, as soon as possible, but notlater than 07 working days of the date of arrival of stores at destination, notify thesupplier/ bidder, of any loss or damage to the stores that may have occurred in thetransit.

41. Bidders are, hereby, directed to quote the rates of only those products for which theycan ensure supply within 37 days from issue of Purchase order along with

42. The supplier shall arrange to effect free replacement of any quantity which maydeteriorate in potency, strength etc. before the date of expiry marked on the labels.

43. Loose supplies/ Damaged packing /Tempered or Damaged labeled supplies shall not beaccepted under any circumstances.

44. Supplies to be made in proper boxes.

45. The bidder shall be required to have continuous feedback from the Institute about theslow moving/non moving products and status of expiry and arrange for replacing suchitems (stocks).

46. In case any discrepancy arises in the Invoice due to miscalculation etc., the Bidder shallbe liable to pay back the excess amount on this account, even after completion of thecontract period.

47. It will be a condition on the approval of the offer that the price charged for the storessupplied to the hospital shall in no event exceed the lowest at which the tenderer sellsthe stores of identical description to any other individual / Govt or private institution.Violation of this clause will entail debarring the erring firm from participating in the nexttender.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-16

48. If at any stage during the tenure of the tender, the tenderer reduces the unit price lowerthan the price charged under the agreement, the tenderer will forthwith notify suchreductions of the unit price to the Director BMHRC, Bhopal

49. The Items supplied are also liable to be tested at random by chemical analysis fromGovt. approved lab / Govt. testing lab without any intimation to the supplier. If the newtest report is contradictory with the test report submitted, the cost incurred on thewhole process of testing shall be deducted from their previous due bills and this will beintimated to the supplier later on by the hospital and / or process of recovery shall bestarted. Also, if at any stage of use the supplies are found substandard, NO PAYMENTwill be made for the entire rejected / substandard batch of that particular item, even ifthe supplies have been consumed in good faith and the facts will be notified to the DrugController of India / State Drug Controller for taking necessary action.

50. All participating firms must submit an affidavit on Rs. 100 non-judicial stamp paperstating that they or any of their products have neither been blacklisted nor debarredfrom participating in future tenders by any State Government / Central Governmentorganizations. If at any stage their claim turns out to be false, the said firm will renderitself liable for punitive action, as deemed fit. The present tender in which they havequoted would be summarily rejected besides being debarred from participation in nextfuture open tender (Annexure-II).

51. All certificates/ License as specified in the tender document should be in Englishlanguage. Alternatively, a translated copy in English (by an authorised translator), alongwith the original copy will be accepted. The translated copy should be duly certified /attested by the competent authority

52. Canvassing of any sort or influencing the members of any committee involvedin the purchase process at any stage shall be considered for disqualification ofbid.

53. Inspection:The Director reserves the right for inspection of the Firm participating in the tenders, byofficers appointed by the Director. They can carry out inspection for assessing thecapacity/capability/eligibility of the firm to make supplies on the basis of rate-contractand to ensure that good manufacturing practices are being followed by themanufacturer. The decision of the Director shall be final in this regard.

54. Payment TermsPayment to the supplier Company/agency shall be made after 45 days from thesubmission of the bill and receipt of stores in good & satisfactory condition.

55. Firm debarred by any Govt./ Govt. undertaking for participating in Rate- Contract willnot be considered for award of Rate-Contract during the period of debarment.

56. Furnishing of false information will make the bidder ineligible and the firm will standblacklisted.

57. Arbitration:If at any time, any question, dispute or difference whatever shall arise between the twoparties (BMHRC on the one hand and manufacturer on the other hand) in relation to thepurchase, either of the parties may give to the other notice in writing the existence ofsuch a question, dispute or difference and the same shall be referred to two arbitrators,one to be nominated by the firm. Either party shall serve such a notice of the existenceof any question, dispute or difference in connection with this purchase within 30 days ofthe beginning of such dispute failing which all right or claims shall be deemed to havebeen forfeited and absolutely barred.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-17

Before proceeding with the reference the arbitrators shall appoint/nominate an umpire.In the event of the arbitrators not agreeing in their award the umpire appointed by themshall enter upon the reference and his award shall be binding on the parties. The venueof the arbitration shall be at BMHRC, Bhopal.

The provision of the Indian Arbitration and Reconciliation Act 1996 and of rules framedthere under and any statutory modifications thereof shall be deemed to apply and beincorporated for the supply, installation, installation and commissioning etc.

Upon every or any such reference, the cost of any incidents to the reference and awardsrespectively shall be at the discretion of the arbitrators or in the event of their notagreeing, of the Umpire appointed by them who may determine the amount thereof, ordirect the same to be fixed as between solicitors and client or as between parties andshall direct by whom and in what manners the same shall be borne and paid.

58. Civil suit/Legal remedies: Any dispute if arises, shall be subject to jurisdiction ofBhopal court.

*************

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-18

Annexure-I

Group-1 : Pathology Kits & Reagents

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

1 ABRASIVE COARSE SOLUTION NOS As & When Required

2 ABRASIVE FINE SOLUTION NOS As & When Required

3 ACETIC ACID GLACIAL NOS As & When Required

4 ACETONE DETECTION KIT NOS 1

5 ACID FAST BACILLIE RAPID STAIN KIT NOS As & When Required

6 ACID FUSCHIN POWDER NOS As & When Required

7 ADENOSINE DEAMINASE ACTIVITY KIT NOS 24

8 ADHESIVE TISSUE REAGENT NOS 1

9 AFP AUTO TEST KIT NOS 4

10 ALCIAN BLUE REAGENT NOS As & When Required

11 ALIQUOTS SCREW CAPPED (PLASTIC) 10ML NOS As & When Required

12 ALIZARINE RED S REAGENT NOS As & When Required

13 ALUMINIUM AMONIUM SULPHTE REAGENT NOS As & When Required

14 ALUMINIUM POTASSIUM SULPHATE REAGENT NOS As & When Required

15 AMMONIUM OXALATE NOS As & When Required

16 AMMONIUM SULPHATE POWDER NOS As & When Required

17 ANA AUTO TEST KIT NOS 5

18 ANTIBODY HUMAN CD 20 NOS As & When Required

19 ANTIBODY HUMAN CYTOKERATIN 20 NOS 1

20 ANTIBODY HUMAN CYTOKERATIN 34 BETA E12 NOS 1

21 ANTIBODY HUMAN PLACENTAL ALKALINE PHOSPHATE NOS As & When Required

22 ANTIBODY HUMAN PROGESTERON RECEPTOR NOS As & When Required

23 ANTIBODY HUMAN PSA NOS As & When Required

24 ANTIBODY MONOCLONAL P53 NOS As & When Required

25 ASPIRATION NEEDLE NOS As & When Required

26 BARIUM CHLORIDE 10% SOLUTION NOS As & When Required

27 BENEDICTS QUALITATIVE 5Ltr NOS 1

28 BETA HCG AUTO TEST KIT NOS As & When Required

29 BLOOD COLLECTION TUBE WITH VACCUM PLAIN 05 ML NOS As & When Required

30 BLOOD COLLECTION TUBE WITH VACCUM PLAIN 06 ML NOS As & When Required

31 BUTANOL NOS As & When Required

32 CAPSULE PLASTIC WITH MESH LARGE NOS As & When Required

33 CAPSULE PLASTIC WITH MESH MEDIUM NOS As & When Required

34 CAPSULE SS WITH MESH LARGE NOS As & When Required

35 CAPSULE SS WITH MESH SMALL NOS As & When Required

36 CAPSULE SS WITHOUT MESH LARGE NOS As & When Required

37 CAPSULE SS WITHOUT MESH MEDIUM NOS As & When Required

38 CAPSULE SS WITHOUT MESH SMALL NOS As & When Required

39 CARMINE REAGENT NOS As & When Required

40 CEA AUTO TEST KIT NOS 3

41 CELESTINE BLUE REAGENT NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-19

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

42 CHLORAL HYDRATE REAGENT NOS As & When Required

43 CHLOROFORM NOS As & When Required

44 CREATININE PRECIPITATION METHOD KIT NOS As & When Required

45 CSF PROTEIN TEST KIT NOS 10

46 DRABKINS REAGENT 5Ltr NOS 20

47 EDTA POWDER NOS As & When Required

48 EHRLICH ALDEHYDE SOLUTION NOS 2

49 EMBEDDING MOULD 75X30X19 MM NOS As & When Required

50 EMBEDDING MOULD 37X25X15 MM NOS As & When Required

51 EMBEDDING MOULD 50X25X15 MM NOS As & When Required

52 EOSINOPHILS COUNTING FLUID NOS As & When Required

53 ERHLICHS ALDEHYDE REAGENT NOS As & When Required

54 EXTRAN REAGENT (PHOSPHATE FREE) NOS As & When Required

55 FDP MANUAL TEST KIT NOS 8

56 FIELD STAIN A NOS 12

57 FIELD STAIN B NOS 12

58 FOUCHET'S REAGENT NOS As & When Required

59 GIEMSA STAIN NOS 12

60 GOLD CHLORIDE NOS As & When Required

61 HEXAMINE PURE 500GM NOS As & When Required

62 HYDROCHLORIC ACID CONCENTRATE NOS As & When Required

63 HYDROCHLORIC ACID N/10 NOS As & When Required

64 HYDROCUINONE REAGENT NOS As & When Required

65 LEATHERS STROPS NOS As & When Required

66 LEISHMAN POWDER NOS As & When Required

67 LEISHMAN STAIN REAGENT NOS 324

68 LH AUTO TEST KIT NOS As & When Required

69 LIGHT GREEN REAGENT NOS As & When Required

70 LITHIUM CARBONATE NOS As & When Required

71 LITMUS PAPER BLUE NOS 12

72 LUGOLS IODINE NOS As & When Required

73 MAXM COULTER HEMATOANALYZER NOS As & When Required

74 MERCURIC CHLORIDE NOS As & When Required

75 MERCURIC OXIDE RED NOS As & When Required

76 MULTISTIX KIT NOS 1200

77 NOVOBOND SLIDE TISSUE ADHESIVE NCL BOND NOS As & When Required

78 OCCULT BLOOD TEST KIT NOS 6

79 OIL RED O REAGENT NOS As & When Required

80 ORANGE G STAINING POWDER NOS As & When Required

81 PAPNICOLAOUS SOLN NOS 38

82 PAPNICOLAOUS SOLN EA 36 NOS As & When Required

83 PAPNICOLAOUS SOLN EA 50 NOS As & When Required

84 PAPNICOLAOUS SOLN OG 6 NOS As & When Required

85 PARA NITROBENZOIC ACID NOS As & When Required

86 PARAFFIN WAX 56 C-60 C NOS 96

87 PERIODIC ACID NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-20

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

88 PETROLIUM LIQUID NOS As & When Required

89 PH INDICATOR 6.0 - 7.7 NOS As & When Required

90 PH INDICATOR7.9 -9.8 NOS As & When Required

91 PH PAPER 2-14 NOS As & When Required

92 PHENOL RED NOS As & When Required

93 PHOSPHO MOLYDIC ACID NOS As & When Required

94 PHOSPHO TUNGSTIC ACID NOS As & When Required

95 POLYMER DETECTION SYSTEM NOS As & When Required

96 POTASSIUM OXALATE+FLUORIDE SOLUTION NOS 32

97 PREGNANCY TEST KIT NOS 1

98 PROLACTIN AUTO TEST KIT NOS 4

99 PSA TEST KIT NOS 10

100 RBC DILUTING FLUID 500ML NOS 3

101 REFILL RESIN FOR BIO AUTO ANALYZER NOS As & When Required

102 RETICULOCYTE FLUID NOS As & When Required

103 SELIWANOFFS REAGENT NOS As & When Required

104 SEMEN DILUTING FLUID NOS 2

105 SLIDE BOXE 100 SLIDES PLASTIC NOS As & When Required

106 SODIUM BISULPHATE NOS As & When Required

107 SODIUM DITHIONATE NOS As & When Required

108 SODIUM HYDROGEN CARBONATE NOS As & When Required

109 SODIUM IODATE NOS As & When Required

110 SODIUM NITROPROSIDE REAGENT NOS As & When Required

111 SODIUM TUNGSTATE NOS As & When Required

112 SUDAN BLACK B NOS As & When Required

113 THROMBIN POWDER NOS As & When Required

114 TINCTURE IODINE NOS As & When Required

115 URISTICS KIT NOS 13800

116 WBC DILUTING FLUID 500ML NOS As & When Required

117 WINTROBE ESR STAND NOS As & When Required

Total No of Items 117

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-21

Group-2 : Microbiology Kits & Reagents

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

1 ANAEROBIC GAS PACK NOS As & When Required

2 ANAEROBIC GAS PACK WITH INDICATOR NOS As & When Required

3 ANAEROBIC INDICATOR TABLET NOS 60

4 ANDRADES INDICATOR NOS As & When Required

5 ANTIBODIES TO CHIKUNGUNYA VIRUS IGM NOS 3

6 ANTIBODIES TO H. PYLORI IgA NOS As & When Required

7 ANTIBODIES TO H. PYLORI IgG NOS As & When Required

8 ANTIBODIES TO H. PYLORI IgM NOS As & When Required

9 ANTIBODIES TO HEPATITIS E ANTIGEN NOS 6

10 ANTIBODIES TO LEPTOSPIRA IGG NOS As & When Required

11 ANTIBODIES TO MYCOPLASMA PNEUMONIAE IgA NOS As & When Required

12 ANTIBODIES TO MYCOPLASMA PNEUMONIAE IgG NOS As & When Required

13 ANTIBODIES TO MYCOPLASMA PNEUMONIAE IgM NOS As & When Required

14 ANTIBODIES TO TAENIA SOLIUM IgG CYSTICERCOSIS NOS As & When Required

15 ASCULIN REAGENT NOS As & When Required

16 AURAMINE O NOS As & When Required

17 BACTERIAL ANTIGE KIT NOS As & When Required

18 BRAIN HEART INFUSION AGAR NOS As & When Required

19 CALCOFLUOR WHITE NOS As & When Required

20 CAMPYLOBACTER GROWTH SUPPLEMENT NOS As & When Required

21 CAMPYLOBACTER SELECTIVE SUPPLEMENT NOS As & When Required

22 CAMPYLOBACTER SUPPLEMENT NOS As & When Required

23 CLAMP WITH FLOW CONTROL NOS 1

24 CLED AGAR NOS 7

25 COLUMBIA BLOOD AGAR BASE NOS As & When Required

26 CORN MEAL AGAR NOS As & When Required

27 COTTON BLUE NOS As & When Required

28 CRP CALIBRATOR KIT NOS As & When Required

29CRYPTOCOCCUS NEOFORMANS SOLUBLE ANTIGEN

DETECTION KITNOS As & When Required

30 DENGUE VIRUS IgM KIT NOS 12

31 DIHYDROSTREPTOMYCIN 5G NOS As & When Required

32 DISC AMIKACIN NOS 5

33 DISC AMOXYCILLIN + CLAVULANIC ACID NOS 10

34 DISC AMPICILLIN NOS 5

35 DISC AZITHROMYCINE NOS As & When Required

36 DISC AZTREONAM NOS 5

37 DISC BACITRACIN NOS 5

38 DISC CARBENICILLIN NOS 5

39 DISC CEFADROXIL NOS 5

40 DISC CEFDINIR NOS 5

41 DISC CEFINASE FOR BETA LACTAMASE DETECTION NOS As & When Required

42 DISC CEFIXIM NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-22

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

43 DISC CEFOPARAZONE NOS As & When Required

44 DISC CEFOPARAZONE + SALBACTAM NOS 5

45 DISC CEFOPIME NOS As & When Required

46 DISC CEFOTAXIME NOS 5

47 DISC CEFOTAXIME + CLAVULANIC ACID NOS As & When Required

48 DISC CEFOTAXIME + SULBACTAM NOS As & When Required

49 DISC CEFPIROME NOS 5

50 DISC CEFTAZIDIME NOS 5

51 DISC CEFTAZIDIME + CLAVULANIC ACID NOS 5

52 DISC CEFTRIAXONE NOS 5

53 DISC CEFUROXIME NOS 5

54 DISC CEPHALAXIN NOS As & When Required

55 DISC CHLORAMPHENICOL NOS 5

56 DISC CIPROFLOXACIN NOS 5

57 DISC CLARITHROMYCIN NOS As & When Required

58 DISC CLINDAMYCIN NOS As & When Required

59 DISC CLOTRIMOXAZOLE NOS As & When Required

60 DISC CLOXACILLIN NOS 5

61 DISC COLISTIN NOS 5

62 DISC COTRIMOXAZOLE NOS 5

63 DISC DOXYCYCLINE HYDROCHLORIDE NOS 5

64 DISC ERYTHROMYCIN NOS 5

65 DISC GENTAMYCIN NOS 5

66 DISC IMIPENEM NOS 4

67 DISC LEVOFLOXACIN NOS As & When Required

68 DISC LINAZOLID NOS 5

69 DISC LINOSPAN NOS As & When Required

70 DISC MEROPENEM NOS 5

71 DISC METHICILLIN NOS As & When Required

72 DISC NALIDXIC ACID NOS As & When Required

73 DISC NETILMYCIN NOS 5

74 DISC NITROFUROTOIN NOS 5

75 DISC NORFLOXACIN NOS As & When Required

76 DISC NOVOBIOCIN NOS As & When Required

77 DISC OFLOXACIN NOS 5

78 DISC ONPG NOS As & When Required

79 DISC OPTOCHIN NOS 20

80 DISC OXACILLIN NOS 5

81 DISC OXIDASE NOS 15

82 DISC PENICILLIN NOS 5

83 DISC PIPERACILLIN + TAZOBACTUM NOS 5

84 DISC POLYMYXIN B NOS As & When Required

85 DISC RIFAMPICIN NOS As & When Required

86 DISC ROXITHROMYCIN NOS 5

87 DISC SISOMYCIN NOS As & When Required

88 DISC SPARFLOXACIN NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-23

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

89 DISC TEICOPLANIN NOS As & When Required

90 DISC TETRACYCLINE NOS As & When Required

91 DISC TICARCILLIN + CLAVULANIC ACID NOS 5

92 DISC TIGECYCLIN NOS As & When Required

93 DISC TOBRAMYCIN NOS As & When Required

94 DISC TRIMETHOPRIM NOS As & When Required

95 DISC V FACTOR NOS As & When Required

96 DISC VANCOMYCIN NOS 5

97 DISC X FACTOR NOS As & When Required

98 DISC XV FACTOR NOS As & When Required

99 DNA EXTRACTION KIT NOS As & When Required

100 ETEST APPLICATOR KIT NOS As & When Required

101 ETHIONAMIDE CRYSTALLINE NOS As & When Required

102 FAST BLUE REAGENT NOS As & When Required

103 H PYLORI IgG KIT NOS As & When Required

104 H PYLORI IgM KIT NOS As & When Required

105 H. INFLUENZAE TYPE B AGGLUTINATING SERUM NOS As & When Required

106 HEMOGLOBIN POWDER NOS As & When Required

107 HYDROCHLORIC ACID 35% GR NOS 15

108 HYDROGEN PEROXIDE 1% NOS As & When Required

109KIT FOR ORAL FLUID BASED RAPID TEST AGAINST

ANTIBODIES TO HIVNOS As & When Required

110 LACTOPHENOL COTTON BLUE CRYSTALLINE NOS As & When Required

111 LATEX AGGLUTINATION TEST KIT NOS As & When Required

112 LATEX TEST FOR GROUP A STREPTOCOCCUS NOS As & When Required

113 LATEX TEST FOR GROUP B STREPTOCOCCUS NOS As & When Required

114 LATEX TEST FOR GROUP C STREPTOCOCCUS NOS As & When Required

115 LATEX TEST FOR GROUP D STREPTOCOCCUS NOS As & When Required

116 LATEX TEST FOR GROUP F STREPTOCOCCUS NOS As & When Required

117 LATEX TEST FOR GROUP G STREPTOCOCCUS NOS As & When Required

118 LATEX TEST TO DETECT H INFLUENZAE B TYPE 6 ANTIGEN NOS As & When Required

119 LATEX TEST TO DETECT N. MENINGITIDIS W135 ANTIGEN NOS As & When Required

120 LATEX TEST TO DETECT S. PNEUMONIAE ANTIGEN NOS As & When Required

121 LATEX TEST TO DETECT STREPTOCACCAL GROUP B

ANTIGEN

NOS As & When Required

122 LEGIONELLA SUPPLEMENT NOS As & When Required

123 LEGIONELLA AGAR BASE NOS As & When Required

124 LEGIONELLA GROWTH SUPPLEMENT NOS As & When Required

125 LEGIONELLA SELECTIVE SUPPLEMENT NOS As & When Required

126 LEPTOSPIRA IgM KIT NOS 1

127 MACCARTNEY BOTTLES NOS As & When Required

128 MACCONKEY AGAR PLATE NOS As & When Required

129 MACFARLAND STANDARD 0.5 NOS As & When Required

130 MACFARLAND STANDARD 1 NOS As & When Required

131 MACFARLAND STANDARD 2 NOS As & When Required

132 MACFARLAND STANDARD 3 NOS As & When Required

133 MACFARLAND STANDARD 4 NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-24

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

134 MACFARLAND STANDARD 5 NOS As & When Required

135 MAGNESIUM CHLORIDE HEXAHYDRATE CRYSTALS NOS As & When Required

136 MCFARLAND STANDARDS KIT NOS As & When Required

137 MIC TEST STRIP FOR CEFOPERAZONE SULBACTAM NOS As & When Required

138 MIC TEST STRIP FOR CEFTAZIDIME NOS 1

139 MIC TEST STRIP FOR IMIPENEM NOS 1

140 MIC TEST STRIP FOR MEROPENEM NOS 1

141 MIC TEST STRIP FOR PIPERACILLIN TAZOBACTAM NOS As & When Required

142 MIC TEST STRIP FOR TICARCILLIN CLAVULANIC ACID NOS 1

143 MIDDLEBROOK 7H9 BROTH BASE NOS As & When Required

144 MIDDLEBROOK ADC GROWTH SUPPLEMENT NOS As & When Required

145 MUELLER HINTON AGAR PLATE NOS As & When Required

146 NACL 0.45% MEDIUM 1500 ML NOS As & When Required

147 NACL 0.85% MEDIUM 2ML NOS As & When Required

148 NICHROME WIRE LOOP D1 MM NOS As & When Required

149 NICHROME WIRE LOOP D3 MM NOS As & When Required

150 NICHROME WIRE LOOP D4 MM NOS As & When Required

151 NUTRENT AGAR NOS As & When Required

152 OXIDASE REAGENT NOS As & When Required

153 PSEUDOMONAS AGAR- F NOS As & When Required

154 PSEUDOMONAS AGAR- P NOS As & When Required

155 RAPID INOCULATION FLUID 1ML NOS As & When Required

156 RAPID SPOT INDOLE REAGENT NOS As & When Required

157 RESTORING FLUID NOS As & When Required

158 RIFAMPICIN CRYSTALLINE NOS As & When Required

159 ROBERTSONS COOKED MEAT MEDIUM NOS 5

160 ROTAVIRUS LATEX TEST FOR FAECAL SPECIMEN NOS As & When Required

161 SALMONELLA AGGLUTINATING SERUM 2-O NOS As & When Required

162 SALMONELLA AGGLUTINATING SERUM 4-O NOS As & When Required

163 SALMONELLA AGGLUTINATING SERUM 9-O NOS 1

164 SALMONELLA AGGLUTINATING SERUM B-H NOS As & When Required

165 SALMONELLA AGGLUTINATING SERUM D-H NOS 1

166 SALMONELLA AGGLUTINATING SERUM POLYVALENT GROUP A-

G

NOS As & When Required

167 SALMONELLA AGGLUTINATING SERUM 6,7-O NOS 1

168SALMONELLA STAINED SUSPENSION PARATYPHI – A-H

FLAFELLAR ANTIGEN ANOS As & When Required

169SALMONELLA STAINED SUSPENSION PARATYPHI BH PHASE

1 FLAGELLAR ANTIGEN BNOS As & When Required

170SALMONELLA STAINED SUSPENSION PARATYPHI B-O GROUP

B SOMATIC ANTIGENNOS As & When Required

171SALMONELLA STAINED SUSPENSION PARATYPHI C-H PHASE

1 FLAGELLAR ANTIGEN CNOS As & When Required

172SALMONELLA STAINED SUSPENSION PARATYPHI C-O

GROUP C SOMATIC ANTIGENNOS As & When Required

173 SALMONELLA STAINED SUSPENSION TYPHI – VI NOS As & When Required

174SALMONELLA STAINED SUSPENSION TYPHI H FLAGELLAR

ANTIGEN DNOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-25

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

175SALMONELLA STAINED SUSPENSION TYPHI -O GROUP D

SOMATIC ANTIGENNOS As & When Required

176SALMONELLA STAINED SUSPENSION TYPHIMURIUM H

PHASE 1 FLAGELLAR ANTIGEN INOS As & When Required

177SALMONELLA STAINED SUSPENTION PARATYPHI A-O GROUP

A SOMATIC ANTIGENNOS As & When Required

178 SALMONELLA-SHGELLA AGAR NOS As & When Required

179 SHEEP BLOOD 5% AGAR PLATE NOS 5600

180 SHIGELLA AGGLUTINATING SERUM BOYDII POLYVALENT – 1 1-6 NOS 1

181 SHIGELLA AGGLUTINATING SERUM BOYDII POLYVALENT-2 7-11 NOS 1

182 SHIGELLA AGGLUTINATING SERUM BOYDII POLYVALENT-3 12-15 NOS 1

183SHIGELLA AGGLUTINATING SERUM DYSENTERIAE

POLYVALENT 1-10NOS 1

184SHIGELLA AGGLUTINATING SERUM FLEXNERI POLYVALENT

1-6 X & YNOS 1

185 SHIGELLA AGGLUTINATING SERUM SONNEI PHASE 1 & 2 NOS 1

186 SIRE KIT NOS As & When Required

187 SOYBEAN CASEIN DIGEST MEDIUM (TRYPTONE SOYA

BROTH)

NOS As & When Required

188 STREPTOMYCIN SULPHATE CRYSTALLINE NOS As & When Required

189 SULFANILAMIDE POWDER NOS As & When Required

190SUSPENSION MEDIUM FOR USE WITH AUTOMATED

MICROBIAL IDENTIFICATION & SUSCEPTIBILITY SYSTEMNOS 3

191 SWAB COTTON STERILE NOS As & When Required

192 SWAB VISCOSE STERILE NOS As & When Required

193 SWAB WITH AMIES MEDIUM WITH CHARCOAL NOS 480

194 TB NIACIN TEST CONTROL KIT NOS 1

195 TB NIACIN TEST KIT NOS As & When Required

196 TEEPOL BROTH MODIFIED TWIN PACK PART A NOS As & When Required

197 TEEPOL BROTH MODIFIED TWIN PACK PART B NOS As & When Required

198 TIPS FILTER 200 UL NOS As & When Required

199 TIPS FILTER 1250 UL NOS As & When Required

200 TOXOPLASMA IgG KIT NOS 2

201 TOXOPLASMA IgM KIT NOS 5

202 TPHA TEST KIT NOS 1

203 UREA PURE NOS As & When Required

204 VEAL INFUSION BROTH 500 GM NOS As & When Required

205 VIBRIO CHOLERA AGGLUTINATING SERUM 01 POLYVALENT NOS As & When Required

206 VIBRIO CHOLERA AGGLUTINATING SERUM INABA NOS 1

207 VIBRIO CHOLERA AGGLUTINATING SERUM OGAWA NOS As & When Required

208 XYLENE EXCEL AR NOS As & When Required

Total No of Items 208

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-26

Group-3 : Pathology Biochemistry Items

S.NO. Group ITEM DESCRIPTION UOM APPROX ANN.

REQUIREMENT

1 Group I A CALIBRATOR FOR BIOCHEMISTRY NOS 1

2 Group I B HIGH CONTROL TEST KIT FOR BIOCHEMISTRY NOS 1

3 Group I B LOW CONTROL TEST KIT FOR BIOCHEMISTRY NOS 1

4 Group I C ALBUMIN AUTO TEST KIT NOS 12

5 Group I C ALKALINE PHOSPHATASE AUTO TEST KIT NOS 8

6 Group I C AMYLASE AUTO TEST KIT NOS 3

7 Group I C BILIRUBIN DIRECT AUTO TEST KIT NOS 4

8 Group I C BILIRUBIN TOTAL AUTO TEST KIT NOS 20

9 Group I C CALCIUM AUTO TEST KIT NOS 1

10 Group I C CHOLESTEROL AUTO TEST KIT NOS 1

11 Group I C CK NAC AUTO TEST KIT NOS 5

12 Group I C CREATININE AUTO TEST KIT NOS 18

13 Group I C GGT AUTO TEST KIT NOS As & When Required

14 Group I C GLUCOSE AUTO TEST KIT NOS 5

15 Group I C IRON AUTO TEST KIT NOS As & When Required

16 Group I C LDH AUTO TEST KIT NOS 3

17 Group I C MAGNESIUM AUTO TEST KIT NOS As & When Required

18 Group I C PHOSPHORUS AUTO TEST KIT NOS 1

19 Group I C SGOT AUTO TEST KIT NOS 16

20 Group I C SGPT AUTO TEST KIT NOS 16

21 Group I C TOTAL PROTEIN AUTO TEST KIT NOS 4

22 Group I C TRIGLYCERIDES AUTO TEST KIT NOS 1

23 Group I C UREA AUTO TEST KIT NOS 38

24 Group I C URIC ACID AUTO TEST KIT NOS 1

25 Group I C COPPER AUTO TEST KIT NOS As & When Required

26 Group I C LIPASE AUTO TEST KIT NOS 10

27 Group I C PANCREATIC AMYLASE AUTO TEST KIT NOS As & When Required

28 Group I C SALINE SOLUTION FOR BIOCHEMISTRY ANALYSER NOS As & When Required

29 Group II A CALIBRATOR FOR LIPID NOS As & When Required

30 Group II B CONTROL FOR LIPIDS NOS 1

31 Group II C HDL CHOLESTEROL AUTO TEST KIT NOS 10

32 Group II C LDL AUTO TEST KIT NOS As & When Required

33 Group III A CALIBRATOR FOR HbA1C NOS As & When Required

34 Group III B CONTROL FOR HBA1C NOS As & When Required

35 Group III C HBA1C AUTO TEST KIT NOS 6

36 Group III D HEMOLYSING REAGENT FOR HBA1C NOS 1

37 Group IV A CALIBRATOR FOR MICROALBUMINE NOS As & When Required

38 Group IV B CONTROL FOR MAU NOS As & When Required

39 Group IV C MICRO ALBUMIN AUTO TEST KIT NOS As & When Required

40 Group V A IRON STANDARD FOR UIBC NOS As & When Required

41 Group V C UIBC AUTO TEST KIT NOS As & When Required

42 Group VI C TIBC AUTO TEST KIT NOS 6

43 Group VII A CALIBRATOR FOR CK-MB NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-27

S.NO. Group ITEM DESCRIPTION UOM APPROX ANN.

REQUIREMENT

44 Group VII B CONTROL FOR CK-MB NOS As & When Required

45 Group VII C CK MB AUTO TEST KIT NOS 5

46 Group VIII A CALIBRATOR FOR FRUCTOSAMINE NOS As & When Required

47 Group VIII B CONTROL FOR FRUCTOSAMINE NOS As & When Required

48 Group VIII C FRUCTOSAMINE AUTO TEST KIT NOS As & When Required

Total No of Items 48

The technical specification of items for this group are as follows:

1. Reagents should be USFDA/CE approved.

2. Bottele size of all the reagents should fit directly into AU 480 (Beckman Coulter) and should

contain programme sheet for AU 480.

3. Calibrator and control should be in lyophilized from based on human serum.

4. The company should have traceability certificate with respect to the calibrator.

5. The companies that fulfill the above mentioned technical specifications should provide the

sample kit of calibrator, controls and reagents for major parameters to check its accuracy

and compare results with external quality control before final approval.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-28

Group-4 : Blood Bank Kits & Reagents

S. No. ITEM DESCRIPTION UOMAPPROX ANN.

REQUIREMENT

1 ANTI COAGULANT CITRATE DEXTROSE SOLN 500ML NOS 250

2 ANTI SERA B MONOCLONAL NOS 180

3 ANTI SERA D MONOCLONAL IGM NOS 215

4 ANTI SERA H NOS 6

5 ANTISERA C CAPITAL NOS As & When Required

6 ANTISERA C SMALL NOS As & When Required

7 ANTISERA E CAPITAL NOS As & When Required

8 ANTISERA E SMALL NOS As & When Required

9 ID DILUENT NOS 8

10 NACL CARD TEST KIT NOS As & When Required

Total No of Items 10

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-29

Group-5 : Common Kits & Reagents

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

1 ACETONE NOS 2

2 ACID FUSCHIN REAGENT NOS As & When Required

3 ACTIVATED CHARCOAL NOS As & When Required

4 AGAR-AGAR MEDIA NOS As & When Required

5 Albert Stain A NOS As & When Required

6 Albert Stain B NOS As & When Required

7 ALIQUETS SCREW CAPPED SMALL (PLASTIC) 2ML NOS As & When Required

8 ALIQUETS SCREW CAPPED SMALL (PLASTIC) 5ML NOS As & When Required

9 ALUMINIUM CHLORIDE REAGENT NOS As & When Required

10 ALUMINIUM HYDROXIDE REAGENT NOS As & When Required

11 AMMONIUM ACETATE NOS As & When Required

12 AMMONIUM CHLORIDE POWDER NOS As & When Required

13 AMMONIUM HYDROXIDE NOS As & When Required

14 AMMONIUM MOLYBDATE NOS As & When Required

15 AMONIUM SULPHATE REAGENT NOS As & When Required

16 AMONIUMD OXALATE REAGENT NOS As & When Required

17 ANTI HBS KIT 96 TEST NOS 5

18 ANTIBODIES TO HBS NOS 11

19 ANTIBODIES TO HDV IgM KIT NOS 2

20 ANTIBODIES TO HEPA B Core ANTIGEN KIT NOS 4

21 ANTIBODIES TO HEPA B Core ANTIGEN IgM KIT NOS 2

22 ANTIBODY HUMAN BerEP4 NOS As & When Required

23 ANTIBODY HUMAN TTF -1 NOS As & When Required

24 ANTIBODY HUMAN AE-1 / AE3 NOS As & When Required

25 ANTIBODY HUMAN ALPHA -1-ANTICHYMOTRYPCIN NOS 1

26 ANTIBODY HUMAN AMACR NOS As & When Required

27 ANTIBODY HUMAN B72.3 NOS As & When Required

28 ANTIBODY HUMAN CA-15-3 NOS As & When Required

29 ANTIBODY HUMAN CALRITININ NOS As & When Required

30 ANTIBODY HUMAN CD117 NOS As & When Required

31 ANTIBODY HUMAN CD41 NOS As & When Required

32 ANTIBODY HUMAN CEA NOS As & When Required

33 ANTIBODY HUMAN HEP PAR -1 NOS As & When Required

34 ANTIBODY HUMAN HMB45 NOS As & When Required

35 ANTIBODY HUMAN MART -1 NOS As & When Required

36 ANTIBODY HUMAN MUC NOS As & When Required

37 ANTIBODY HUMAN PAP NOS As & When Required

38 ANTIBODY HUMAN PGP9.5 NOS As & When Required

39 ANTIBODY HUMAN SUPER ABC KIT (UNIVERSAL) NOS 4

40 ANTIBODY HUMAN SURFACTANT PROTEIN A NOS As & When Required

41 ANTIBODY POLYCLONAL P53 NOS As & When Required

42 ASPARAGINE MONOHYDRATE NOS 1

43 ATCC BACTEROIDS FRAGILIS NOS As & When Required

44 ATCC ESCHERICHIA COLI NOS 1

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-30

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

45 ATCC HAEMOPHILUS INFLUENZAE NOS As & When Required

46 ATCC HAEMOPHILUS PARAINFLUENZAE NOS As & When Required

47 ATCC LEGIONELLA PNEUMOPHILA NOS As & When Required

48 ATCC MYCOBACTERIUM TUBERCULOSIS 27294 NOS As & When Required

49 ATCC MYCOBACTERIUM TUBERCULOSIS 35820 NOS As & When Required

50 ATCC MYCOBACTERIUM TUBERCULOSIS 35822 NOS As & When Required

51 ATCC MYCOBACTERIUM TUBERCULOSIS 35837 NOS As & When Required

52 ATCC MYCOBACTERIUM TUBERCULOSIS 35838 NOS As & When Required

53 ATCC PSEUDOMONAS AERUGINOSA NOS 1

54 ATCC STAPHYLOCOCCUS AUREUS NOS 1

55 ATCC STREPTOCOCCUS PNEUMONIAE NOS 1

56 ATCC STREPTOCOCCUS PYOGENES NOS 1

57 BARIUM CHLORIDE POWDER NOS As & When Required

58 BASIC FUSCHIN REAGENT NOS As & When Required

59 BILE BROTH BASE AGAR NOS As & When Required

60 BILE ESCULIN AGAR NOS 2

61 BILE SALT AGAR NOS As & When Required

62 BILE SALTS NOS As & When Required

63 BORAX POWDER NOS As & When Required

64 BORIC ACID NOS As & When Required

65 BRAIN HEART INFUSION BROTH NOS As & When Required

66 BRILIANT CRYSTLE BLUE NOS As & When Required

67 BROMO THYMOL BLUE INDICATOR NOS As & When Required

68 BROMOCRESOL PURPLE INDICATOR NOS As & When Required

69 BROMOPHENOL BLUE NOS As & When Required

70 BUFFER TABLET 4.0 NOS As & When Required

71 BUFFER TABLET 7.0 NOS As & When Required

72 BUFFER TABLET 9.2 NOS As & When Required

73 BUTANOL REAGENT NOS As & When Required

74 CARBOL FUCHSIN CRYSTALINE NOS As & When Required

75 CARBOL FUSCHIN STRONG 125ML NOS 20

76 CHLOROFORM SOLUTION 500ML NOS As & When Required

77 CHORMIC ACID REAGENT NOS As & When Required

78 CITRIC ACID NOS 6

79 CITRIC ACID REAGENT NOS As & When Required

80 CONGO RED REAGENT NOS As & When Required

81 COPPER SULPHATE REAGENT NOS 1

82 CRYSTAL VIOLET CRYSTALINE NOS 2

83 DAB SUBSTRATE REAGENT NOS 1

84 DETERGENT SOLUTION LABOLINE NOS 80

85 DEXTROSE POWDER NOS As & When Required

86 DEXTROSE REAGENT NOS As & When Required

87 DI SODIUM HYDROGEN PHOSPHATE NOS 1

88 DIETHYL ETHER REAGENT NOS 2

89 DIMETHYL SULPHOXIDE NOS As & When Required

90 DIPOTASSIUM HYDROGEN ORTHO PHOSPHATE NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-31

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

91 DIPOTASSIUM PHOSPHATE ANHYDROUS REAGENT NOS As & When Required

92 DISODIUM HYDROGEN ORTHO PHOSPHATE NOS As & When Required

93 DITHIOTHRETOL(DTT) POWDER NOS As & When Required

94 DPX MOUNTANT 250ML NOS 15

95 EDTA SOLUTION 500ML NOS 12

96 EOSIN SOLN 2% W/V NOS 32

97 EPPENDORF MICRO CENTRIFUGE TUBE 1.5 ML NOS 7800

98 ETHAMBUTOL CRYSTALLINE NOS As & When Required

99 ETHANOL 500ML NOS 530

100 ETHIDIUM BROMIDE NOS 1

101 ETHYL ACETATE REAGENT 2.5 LT NOS As & When Required

102 ETHYLENEDIAMINE DIHYDROCHLORIDE NOS As & When Required

103 FERRIC AMMONIUM SULPHATE REAGENT NOS As & When Required

104 FERRIC CHLORIDE REAGENT NOS As & When Required

105 FLOW CLEAN REAGENT NOS As & When Required

106 FORMIC ACID NOS 1

107 GELATIN REAGENT NOS As & When Required

108 GENTIAN VIOLET REAGENT NOS 12

109 GIEMSA STAINING POWDER NOS As & When Required

110 GLACIAL ACETIC ACID 2.5 Ltr NOS As & When Required

111 GLUTARALDEHYDE 50% SOLUTION NOS 1

112 GLYCEROL REAGENT NOS 3

113 GRAM IODINE REAGENT NOS 6

114 GRAMS IODINE CRYSTALLINE NOS As & When Required

115 HAEMATOXYLIN POWDER NOS As & When Required

116 HBEAG TEST KIT NOS 5

117 HBSAG CARD KIT NOS 70

118 HCV CARD TEST KIT NOS 25

119 HORSE SERUM NOS As & When Required

120 HYDROCHLORIDE ACID SOLUTION NOS As & When Required

121 HYDROGEN PEROXIDE 30% NOS 1

122 IGM ANTIBODIES TO HAV NOS 5

123 IGM ANTIBODIES TO HEV NOS 6

124 IMMERSION OIL NOS 40

125 INDIA INK NOS As & When Required

126 ISO PROPANOL NOS As & When Required

127 ISOAMYL ALCOHOL NOS As & When Required

128 KOVACS REAGENT NOS 2

129 LACTIC ACID REAGENT NOS As & When Required

130 LACTOPHENOL COTTON BLUE REAGENT NOS As & When Required

131 LACTOSE MONOHYDRATE POWDER NOS 1

132 LANCETS NOS 3200

133 LEAD ACETATE REAGENT NOS As & When Required

134 LIQUOR AMMONIA REAGENT NOS As & When Required

135 LITMUS PAPER RED NOS As & When Required

136 L-J Medium NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-32

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

137 LUGOLS IODINE REAGENT NOS As & When Required

138 MACCONKEY AGAR NOS 10

139 MACCONKEY BROTH NOS As & When Required

140 MACRO VOLUME TIPS NOS As & When Required

141 MAGNESIUM CHLORIDE REAGENT NOS As & When Required

142 MAGNESIUM CITRATE NOS As & When Required

143 MAGNESIUM SULPHATE NOS As & When Required

144 MAGNESIUM SULPHATE HEPTAHYDRATE POWDER NOS As & When Required

145 MALACHITE GREEN NOS 3

146 MALTOSE MONOHYDRATE POWDER NOS As & When Required

147 MANGANESE CHLORIDE NOS As & When Required

148 MANNITOL POWDER NOS As & When Required

149 METHANAMINE REAGENT NOS As & When Required

150 METHANOL REAGENT NOS 18

151 METHYL RED REAGENT NOS As & When Required

152 METHYL VIOLET REAGENT NOS As & When Required

153 METHYLENE BLUE POWDER NOS As & When Required

154 METHYLENE BLUE REAGENT NOS 44

155 MICRO TIPS 0.1 – 10 µL NOS 2400

156 MICROTIPS 200- 1000 ul NOS 33000

157 MICROTIPS (1000-5000µL) NOS As & When Required

158 MICROTIPS 2 – 200 ul NOS 135000

159 MILLIPORE FILTER NOS As & When Required

160 MINERAL OIL NOS As & When Required

161 MRVP Medium NOS As & When Required

162 MTD CONTROLS FOR GEN PROBE NOS As & When Required

163 MULLER HINTON AGAR NOS 50

164 N-ACETYL-L REAGENT NOS 2

165 NAPHTHOL ALPHA NOS 1

166 NEUTRAL RED REAGENT NOS As & When Required

167 NICHROME WIRE LOOP D5 MM NOS As & When Required

168 NICHROME WIRE LOOP HOLDER NOS As & When Required

169 NICHROME WIRE STRAIGHT NOS As & When Required

170 NIN REAGENT NOS 2

171 NITRIC ACID REAGENT NOS As & When Required

172 NITROBENZOIC ACID NOS As & When Required

173NNNN TETRA METHYL P PHENYLENE DIAMINE

DIHYDROCHLORIDENOS As & When Required

174 NUTRIENT BROTH NOS 2

175 ORTHOPHOSPHORIC ACID NOS As & When Required

176 OXALIC ACID REAGENT NOS As & When Required

177 PARAFILM NOS 2

178 PARAFFIN LIQUID LIGHT NOS As & When Required

179 PEPTONE WATER NOS 5

180 PERIPHERAL BLOOD STEM CELL DISPO SET NOS As & When Required

181 PETROLIUM BENZENE NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-33

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

182 PH STRIPS RANGE 6.5-10 NOS 12

183 PHENOL RED INDICATOR SOLUTION NOS As & When Required

184 PICRIC ACID NOS As & When Required

185 POLY-L-LYSINE NOS 1

186 POTASSIUM ACETATE NOS As & When Required

187 POTASSIUM BICARBONATE NOS As & When Required

188 POTASSIUM DI HYDROGEN ORTHO PHOSPHATE NOS As & When Required

189 POTASSIUM DICHROMATE SQ NOS As & When Required

190 POTASSIUM DIHYDROGEN PHOSPHATE NOS 1

191 POTASSIUM FERROCYANIDE NOS As & When Required

192 POTASSIUM HYDROXIDE NOS As & When Required

193 POTASSIUM IODIDE NOS As & When Required

194 POTASSIUM METABISULPHATE NOS As & When Required

195 POTASSIUM NITRATE REAGENT NOS As & When Required

196 POTASSIUM OXALATE NOS As & When Required

197 POTASSIUM PERMANGANATE NOS 2

198 PSEUDOMONAS ISOLATION AGAR NOS As & When Required

199 REAGENT GRADE DEIONISED WATER NOS As & When Required

200 RUBBER STOPPER FOR GLASSWARES NOS 1

201 SABOURAUD AGAR NOS 2

202 SAFRANINE POWDER NOS 3

203 SAFRANINE REAGENT NOS 12

204 SELENITE BROTH NOS As & When Required

205 SILVER NITRATE NOS 3

206 SIMMONS CITRATE AGAR NOS 2

207 SLIDE BOXE 50 SLIDES PLASTIC NOS As & When Required

208 SLIDE CARRYING TRAY NOS As & When Required

209 SLIDE DRYING TRAY NOS As & When Required

210 SODIUM DIHYDROGEN PHOSPHATE NOS As & When Required

211 SODIUM DODECYL SULPHATE SDS NOS As & When Required

212 SODIUM HYDROXIDE NOS As & When Required

213 SODIUM ACETATE NOS As & When Required

214 SODIUM BICARBONATE NOS As & When Required

215 SODIUM CARBONATE NOS 5

216 SODIUM CHLRIDE AR NOS 1

217 SODIUM CITRATE NOS As & When Required

218 SODIUM DIHYDROGEN ORTHO PHOSPHATE NOS As & When Required

219 SODIUM HYDROCHLORITE NOS As & When Required

220 SODIUM HYDROXIDE PELLETS NOS As & When Required

221 SODIUM META BISULPHATE NOS As & When Required

222 SODIUM THIOSULPHATE NOS As & When Required

223 SONICATOR NOS As & When Required

224 STERILE HOOD NOS As & When Required

225 STERILE TIPS NOS As & When Required

226 STREPTA VIDINE POD CONJUGATE NOS As & When Required

227 SUCROSE NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-34

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

228 SULPHUR POWDER NOS As & When Required

229 SULPHURIC ACID CONCENTRATE NOS 15

230 SYRINGE FILTER 0.22 µM NOS As & When Required

231 TCBS AGAR NOS As & When Required

232 TELLURITE BLOOD AGAR BASE NOS As & When Required

233 THIOGLYCHOLATE MEDIUM NOS As & When Required

234 THYMOL CRYSTAL REAGENT NOS As & When Required

235 TOLUDINE BLUE NOS As & When Required

236 TORNIQUET NOS 32

237 TOTAL PROTEIN KIT NOS 4

238 TRICHLORO ACETIC ACID NOS As & When Required

239 TRIS BUFFER NOS As & When Required

240 TRISODIUM CITRATE NOS As & When Required

241 TSI AGAR NOS As & When Required

242 TWEEN 80 REAGENT NOS As & When Required

243 UREA AGAR BASE NOS 1

244 VACUTAINER NEEDLE 21G NOS 28000

245 VACUTAINER NEEDLE 21G X 1.5 NOS As & When Required

246 VACUTAINER PLAIN 4 ML NOS 76000

247 VACUTAINER SODIUM CITRATE 3.2% 3 ML NOS 25000

248 VACUTAINER SODIUM FLUORIDE 2ML NOS 5500

249 VACUTAINER WITH LIQUID EDTA 3 ML NOS 52680

250 VACUTAINER WITH SODIUM HEPARIN 5 ML NOS As & When Required

251 VITAMINO GROWTH SUPPLEMENT NOS As & When Required

252 XYLENE SULPHUR FREE REAGENT NOS 23

253 ZINC DUST NOS As & When Required

Total No of Items 253

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-35

Group-6 : Consumables Items

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

1 3 WAY STOPCOCK WITH EXTENSION LINE 150CM NOS 6660

2 ABSORBABLE COTTON IN ROLL 500GM NOS 9144

3 ABSORBABLE GELATIN SPONGE 80X50X10MM NOS 440

4 ADHESIVE BANDAGE FLEXIBLE NOS 1200

5 ANTIGEN MANTOUX TEST NOS 18

6CATHETER ARTERIAL WITH INTRODUCER NEEDLE AND GUIDE

WIRE 20GNOS 1400

7CATHETER ARTERIAL WITH INTRODUCER NEEDLE AND GUIDE

WIRE 22GNOS 60

8 CATHETER MALE MEDIUM NOS 6509 CATHETER SWANGANJ MONITORNG WITH INTRODUCER KIT NOS 250

10 CAUTERY KNIFE CLEANERS NOS 55011 CENTERAL VENOUS PRESSURE MONITORING SET NOS 15

12

CHLOROHEXIDINE SKIN CLEANSER 500ML

{SPECIFICATION:CHLOROHEXIDINE GLUCONATE SOLUTION

500ML (EQUIVELENT TO CHLORHEXIDINE 0.4% W/V) +

ETHYLE ALCOHOL}NOS 1400

13 CLOSED ANAESTHESIA CIRCUIT ADULT NOS 9014 COTTON BANDAGE 2 INCH NOS 120015 COTTON BANDAGE 3 INCH NOS 420016 COTTON BANDAGE 4 INCH NOS 600017 COTTON BANDAGE 6 INCH NOS 660018 DENATURED SPIRIT NOS 300019 ECG JELLY NOS 62020 ELASTIC ADHESIVE BANDAGE 10CMX4M NOS 320021 ENDO CAUTERY RETURN ELECTRODE NOS 35022 ENDOTRACHEAL TUBE CUFFED 3.5 MM NOS As & When Required

23 ENDOTRACHEAL TUBE CUFFED 4.0 MM NOS 15

24 ENDOTRACHEAL TUBE CUFFED 4.5 MM NOS As & When Required

25 ENZYMATIC DETERGENT SOLUTION 1LITRE NOS 60

26 FORMALDEHYDE DISINFECTANT TABLETS NOS 320027 FORMALDEHYDE SOLUTION 5 LTR. NOS 30

28 GAUGE DRESSING THAN 90CMX18M NOS 750029 GLOVES POLYETHYLENE MEDIUM NOS 20000030 GLOVES POWDER NOS 4

31GLUTERALDEHYDE SOLUTION 2% W/V WITH LIQUID

ACTIVATER 5LTRNOS 320

32

HANDRUB 70% ALCHOHAL 2.5% CHG 500ML

{SPECIFICATION: CHLORHEXIDINE GLUCONATE 2.5% V/V

(EQUIVELENT TO CHLORHEXIDINE 0.5% W/V) + ETHYLE

ALCOHOL 70%}NOS 2200

33 HOT WATER BAG NOS 25

34

HYDROGEN PEROXIDE+SIL.NITRATE SOLN 1 LIT

(SPECIFICATION: SILVER NITRATE 0.01% W/V + HYDROGEN

PEROXIDE SOLUTION 1LITRE)

NOS 300

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-36

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

35 HYPOALLERGIC ADHESIVE SURGICAL SILK TAPE 3 INCH NOS 1600

36 HYPODERMIC GLASS SYRINGE 10 ML NOS As & When Required

37 HYPODERMIC GLASS SYRINGE 2 ML NOS As & When Required

38 HYPODERMIC GLASS SYRINGE 20 ML NOS As & When Required

39 HYPODERMIC GLASS SYRINGE 5 ML NOS As & When Required

40 NEBULIZER KIT WITH TRACH TEE NOS 70

41 NEEDLE CURVED CUT 10 NOS 2442 NEEDLE CURVED CUT 11 NOS 3643 NEEDLE CURVED CUT 12 NOS 3044 NEEDLE CURVED CUT 14 NOS As & When Required

45 NEEDLE CURVED CUT 15 NOS 2446 NEEDLE CURVED CUT 20 NOS 2447 NEEDLE CURVED CUT 24 NOS As & When Required

48 NEEDLE CURVED CUT 6 NOS As & When Required

49 NEEDLE CURVED CUT 8 NOS As & When Required

50 NEEDLE CURVED CUT 9 NOS 22

51 ORTHO-PHTHALADEHYDE DISINFECTANT SOLUTION 5LITRE NOS 135

52 PHENOL GRANULES 500GM NOS 50053 PLASTIC CONTAINERS STERILE SIZE 100 ML NOS As & When Required

54 PLASTIC CONTAINERS STERILE SIZE 70 ML NOS 13500

55 POVIDONE IODINE SOLUTION 7.5% 500ML NOS 52556 POVIDONE IODINE SOLUTION10% 500ML NOS 1600

57PRESSURE MONITORING AND PRESSURE TRANSDUCER KIT

DOUBLEAs & When Required

58 REAGENT GRADE TRIPLE DEIONIZED WATER 5LITRE NOS 900

59 SODALIME GRANULES 5KG NOS 130

60SODIUM HYPOCHLORITE SOLUTION

(SPECIFICATION: CHLORINE CONTENT 12.5%)NOS 21000

61 STOKINGS ANTI EMBOLIC KNEE LENGTH LARGE NOS As & When Required

62 STOKINGS ANTI EMBOLIC KNEE LENGTH MEDIUM NOS As & When Required

63 STOKINGS ANTI EMBOLIC KNEE LENGTH SMALL NOS As & When Required

64 STOKINGS ANTI EMBOLIC THIGH LENGTH LARGE NOS 25

65 STOKINGS ANTI EMBOLIC THIGH LENGTH MEDIUM NOS 30

66 STOKINGS ANTI EMBOLIC THIGH LENGTH SMALL NOS 10

67 SURFACE AND EQUIPMENT DISINFECTANT 500 ML NOS 900

68 SURGICAL BLADE NO.11 NOS 17000

69 SURGICAL BLADE NO.12 NOS As & When Required

70 SURGICAL BLADE NO.15 NOS 5800

71 SURGICAL BLADE NO.20 NOS 1500

72 SURGICAL BLADE NO.21 NOS 1600

73 SURGICAL BLADE NO.22 NOS 4500

74 SURGICAL BLADE NO.23 NOS As & When Required

75 SURGICAL BLADE NO.24 NOS As & When Required

76 TRACHEOSTOMY TUBE CUFF 3 NOS As & When Required

77 TRACHEOSTOMY TUBE CUFF 3.5 NOS As & When Required

78 TRACHEOSTOMY TUBE CUFF 4 NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-37

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

79 TRACHEOSTOMY TUBE CUFF 4.5 NOS As & When Required

80 TRACHEOSTOMY TUBE CUFF 5 NOS As & When Required

81 TRACHEOSTOMY TUBE CUFF 5.5 NOS As & When Required

82 TRACHEOSTOMY TUBE CUFF 6 NOS As & When Required

83 TRACHEOSTOMY TUBE CUFF 6.5 NOS As & When Required

84 TRACHEOSTOMY TUBE CUFF 7 NOS 20

85 TRACHEOSTOMY TUBE CUFF 7.5 NOS 75

86 TRACHEOSTOMY TUBE CUFF 8 NOS 40

87 TRACHEOSTOMY TUBE CUFF 8.5 NOS 30

88 TRACHEOSTOMY TUBE CUFF 9 NOS As & When Required

89 ULTRA SOUND JELLY NOS 680Total No of Items 89

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-38

Group-7 : Glassware & Plasticware

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

1 ALBINOMETER NOS As & When Required

2 ASTM THERMOMETER RANGE -5 TO 400º C NOS As & When Required

3 AUTOCLAVABLE FILTER UNITS PLUS MEMB NOS As & When Required

4 BEAKER 600ML NOS As & When Required

5 BEAKER GLASS 1000ML NOS 12

6 BEAKER GLASS 100ML NOS As & When Required

7 BEAKER GLASS 2000ML NOS As & When Required

8 BEAKER GLASS 200ML NOS As & When Required

9 BEAKER GLASS 250ML NOS 15

10 BEAKER GLASS 500ML NOS 15

11 BEAKER GLASS 50ML NOS As & When Required

12 BEAKER GLASS 600ML NOS As & When Required

13 BEAKER PLASTIC 1000ML NOS As & When Required

14 BEAKER PLASTIC 100ML NOS As & When Required

15 BEAKER PLASTIC 250ML NOS As & When Required

16 BEAKER PLASTIC 25ML NOS As & When Required

17 BEAKER PLASTIC 500ML NOS As & When Required

18 BEAKER PLASTIC 600ML NOS As & When Required

19 BOTTLE REAGENT AMBER 100 ML NOS As & When Required

20 BOTTLE REAGENT AMBER 1000 ML NOS As & When Required

21 BOTTLE REAGENT AMBER 250 ML NOS As & When Required

22 BOTTLE REAGENT AMBER 500 ML NOS As & When Required

23 BOTTLE REAGENT GRADUATED 100 ML NOS As & When Required

24 BOTTLE REAGENT GRADUATED 1000 ML NOS 12

25 BOTTLE REAGENT GRADUATED 125 ML NOS As & When Required

26 BOTTLE REAGENT GRADUATED 250 ML NOS As & When Required

27 BOTTLE REAGENT GRADUATED 500 ML NOS As & When Required

28 BURETTE 100 ML NOS

29 BURETTE 50 ML NOS As & When Required

30 CAPILLARY TUBE PLAIN NOS 24

31 CELL COUNTING SLIDES NOS As & When Required

32 CELL SCRAPERS SMALL NOS As & When Required

33 CELL SCRAPERS BIG NOS As & When Required

34 CENTRIFUGE TUBES 15 ML NOS 12000

35 CENTRIFUGE TUBES 50 ML NOS 600

36 CONCAVITY SLIDES NOS 60

37 COUPLING JAR GLASS NOS As & When Required

38 COUPLING JAR PLASTIC NOS As & When Required

39 COVER SLIP FOR NEUBAURS CHAMBER 22MM NOS 24

40 COVER SLIPS 18X18 NOS 320

41 COVER SLIPS 22X50 NOS 800

42 CULTURE FLASK 25 CM2 NOS 600

43 CULTURE FLASK 75 CM2 NOS 480

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-39

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

44 CUVETT STANDARD 1-3.5 ML NOS As & When Required

45 CUVETTE SEMI MICRO V 0.5 -1.4 ML NOS As & When Required

46 DURHAM TUBE NOS As & When Required

47 FACS TUBE NOS As & When Required

48 FILTER 405 NM FOR ELISA READER NOS As & When Required

49 FILTER 450 NM FOR ELISA READER NOS As & When Required

50 FILTER 492 NM FOR ELISA READER NOS As & When Required

51 FILTER 630 NM FOR ELISA READER NOS As & When Required

52 FILTER FOR FACS FL1-FL4 NOS As & When Required

53 FILTER FOR FACS FL1-FL5 NOS As & When Required

54 FILTER TIPS WITH AEROSOL BARRIER 10 µL NOS As & When Required

55 FILTER TIPS WITH AEROSOL BARRIER 1000 µL NOS As & When Required

56 FILTER TIPS WITH AEROSOL BARRIER 200 µL NOS As & When Required

57 FLASK CONICAL 1000ML NOS 12

58 FLASK CONICAL 100ML NOS 8

59 FLASK CONICAL 2000ML NOS As & When Required

60 FLASK CONICAL 200ML NOS As & When Required

61 FLASK CONICAL 250ML NOS As & When Required

62 FLASK CONICAL 25ML NOS As & When Required

63 FLASK CONICAL 500ML NOS 12

64 FLASK CONICAL 50ML NOS As & When Required

65 FLASK VOLUMETRI 1000ML NOS As & When Required

66 FLASK VOLUMETRI 100ML NOS As & When Required

67 FLASK VOLUMETRI 250ML NOS As & When Required

68 FLASK VOLUMETRI 500ML NOS As & When Required

69 FLASK VOLUMETRI 50ML NOS As & When Required

70 FUNNEL NOS As & When Required

71 FUNNEL 3" DIAMETER NOS 4

72 FUNNEL 300ML NOS As & When Required

73 FUNNEL 6" DIAMETER NOS As & When Required

74 GLASS BASE WITH CAP FOR WATER ANALYSIS KIT NOS As & When Required

75 GLASS PLATES NOS As & When Required

76 GLASS BEADS NOS As & When Required

77 GLASS CULTURE TUBE WITH SCREW CAP 15 ML NOS As & When Required

78 GLASS CUVETTE NOS As & When Required

79 GLASS ROD NOS 8

80 HOMOGINISING CUP WITH ROD NOS As & When Required

81 JAR STAINING RECTANGLE NOS 8

82 LEUCOCYTE REMOVAL FILTER W ADMINISTRATION SET NOS As & When Required

83 LEUCOCYTE REMOVAL FILTER W/O ADMINISTRATION SET NOS As & When Required

84 MEASURING CYLINDER 1000ML NOS 6

85 MEASURING CYLINDER 100ML NOS As & When Required

86 MEASURING CYLINDER 250ML NOS 6

87 MEASURING CYLINDER 25ML NOS As & When Required

88 MEASURING CYLINDER 500ML NOS 6

89 MEASURING CYLINDER 50ML NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-40

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

90 MEASURING CYLINDER PLASTIC 100ML NOS As & When Required

91 MEASURING CYLINDER PLASTIC 250ML NOS As & When Required

92 MEASURING CYLINDER PLASTIC 50ML NOS As & When Required

93 NEUBAURS CHAMBER NOS As & When Required

94 PCR TUBE NOS 12000

95 PCR TUBES STRIPS WITH DOME CAPS NOS As & When Required

96 PETRI DISH 150 X 25 NOS 240

97 PETRIDISHES 100 MM NOS 480

98 PETRIDISHES 35 MM NOS As & When Required

99 PETRIDISHES 60 MM NOS As & When Required

100 PETRIDISHES 80 MM NOS As & When Required

101 PIPETTE GRADUATED 10 ML NOS 1

102 PIPETTE GRADUATED 2 ML NOS As & When Required

103 PIPETTE GRADUATED 5 ML NOS As & When Required

104 PIPETTE GRADUATED 0.1 ml NOS As & When Required

105 PIPETTE GRADUATED 0.2 ml NOS As & When Required

106 PIPETTE GRADUATED 1.0 ml NOS As & When Required

107 PIPETTE H.B. NOS 1

108 PIPETTE PASTEUR GLASS WITH RUBBER BULB NOS As & When Required

109 PLASTIC CONTAINER NON STERILE NOS 3680

110 POLYPROPLENE BASKET 9 X 9X 9 NOS As & When Required

111 POLYPROPLENE CUBE RACKS NOS 6

112 POLYPROPYLENE CRYOGENIC STERILE VIAL NOS As & When Required

113POLYSTYRENE TUBES FOR USE WITH r-RNA DIRECTED DNA

HYBRIDIZATION SYSTEMNOS As & When Required

114 R A CALIBRATOR NOS As & When Required

115 REAGENT BOTTLE 1000ML NOS As & When Required

116 REAGENT BOTTLE 150ML NOS As & When Required

117 REAGENT BOTTLE 2000ML NOS As & When Required

118 REAGENT BOTTLE 250ML NOS As & When Required

119 REAGENT BOTTLE 500ML NOS As & When Required

120 RNASE FREE TIPS NOS As & When Required

121 RNASE FREE TUBES NOS As & When Required

122 SLIDE GLASS 75X25mm NOS 4500

123 SLIDE GLASS FROSTED NOS 1200

124 SOXHALATION APPARATUS NOS As & When Required

125 TEST TUBE 10 X 75 MM NOS 1200

126 TEST TUBE 12 X 100 MM NOS 600

127 TEST TUBE 12 X 125 NOS As & When Required

128 TEST TUBE 15 X 125 MM NOS 480

129 TEST TUBE 15 X 150 MM NOS As & When Required

130 TEST TUBE 25 X 50 MM NOS As & When Required

131 TEST TUBE 25X150 MM NOS As & When Required

132 TEST TUBE BASKET ALUMINIUM NOS As & When Required

133 TEST TUBE FLAT BOTTOM WITH CAPS 10ML NOS As & When Required

134 TEST TUBE FLAT BOTTOM WITH CAPS 30ML NOS As & When Required

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-41

S. No. ITEM DESCRIPTION UOM APPROX ANN. REQUIREMENT

135 TEST TUBE HOLDER NOS As & When Required

136 TEST TUBE RACK NOS As & When Required

137 TEST TUBE ROUND BOTTOM WITH CAPS 10ML NOS As & When Required

138 TEST TUBE STAND PLASTIC 24 H NOS As & When Required

139 TEST TUBE STAND PLASTIC 36 H NOS As & When Required

140 THERMOMETER WATER BATH NOS 6

141 TPX STAINING JAR NOS As & When Required

142 TRAY GEL STAINING POLYPROPYLENE NOS As & When Required

143 VOLUMETRIC FLASK 25ML NOS As & When Required

144 WASH BOTTLE PLASTIC 125 ML NOS As & When Required

145 WASH BOTTLE PLASTIC 250 ML NOS 8

146 WASH BOTTLE PLASTIC 500 ML NOS 8

147 WATER ANALYSIS KIT SPRING CLAMP NOS As & When Required

148 Water Analysis Kit with Aceessories NOS As & When Required

149 WBC TUBE NOS As & When Required

150 WIDAL TUBE CONICAL BOTTOM NOS As & When Required

151 WIDAL TUBE ROUND BOTTOM NOS As & When Required

152 WINTROBE ESR TUBE NOS 16

Total No of Items 152

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-42

ANNEXURE –II

Undertaking (To be submitted by the manufacturer on non-judicial stamp paper of

Rs. 100/-)

1. I/We certify that I/We have gone through & agree to the terms & conditions of

Tender Ref No. BMHRC/SMO/KITS/REG/GW/CON/13-14/R and undertake to

comply with them for the contract period (valid for two years from the date of

signing of the agreement deed plus extendable on same terms & conditions

as decided by Director, BMHRC).

2. I/We certify that, I/We or any of my/our products have neither been blacklisted nor

debarred from participating in future tenders by any State Government / Central

Government organizations.

3. There is no vigilance / CBI case or court case pending against me/our firm or any of

the partners/directors of the firm.

4. I/We, hereby, agree to all the terms and conditions, stipulated by the BMHRC in this

connection including penalty etc.

5. I/We understand that The Director BMHRC, Bhopal reserves the right to reject any or

all tenders including the lowest quotation without assigning any reasons (s) thereof.

6. I/We submit that I/We have never been convicted by the State/Centre Drug

Controller under the Drugs and Cosmetics Act, 1940 and rules there under during the

last one year in respect of any of the drugs for which prices have been quoted by

me/us.

7. I/We agree that in case of failure to supply the material for which a Purchase order

will be placed upon me within the stipulated date of delivery, the institution can go to

market for local purchase of the same at my/our risk and cost.

8. I/We agree that the condition on the approval of the offer that the price charged for

the stores supplied to the hospital shall in no event exceed the lowest at which I/We

sell the stores of identical description to any other individual / Govt or private

institution.

9. I/We agree If at any stage during the tenure of the tender, I/We reduce the unit

price lower than the price charged under the agreement, I/We will forthwith notify

such reductions of the unit price to the Director BMHRC, Bhopal

Name :

Sign :

Address :

Note: Undertaking can be submitted by the authorized distributors for imported

products if there is no marketing office of Principal Companies in India

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-43

ANNEXURE-III

(To be filled in by the tendering party in official letter head)

I/we shall replace defective items / Loss or premature deterioration due to biological and/ or other factorsduring life span of stores by me/us free of cost within the given time to avoid any inconvenience to thehospital.

Yours truly,

Signature of Tenderer with full address

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-44

ANNEXURE-IV

PROFORMA TO BE FILLED BY THE TENDERER

GENERAL INFORMATION

a) Name of the firm:

b) Address & Telephone No.:

c) Whether the firm is Indian / Multi- national :

d) Person responsible for conduct of Business :

e) Has the firm been convicted ever, if yes, give details :

f) Any case pending in the Court with details :

g) Has the firm ever been debarred / black-listed by any Govt.

Hospital for poor quality or late supply of drugs? If yes,

give details.

Correspondence Details:

h) Name & Mobile No of person/ authorized signatory to be

contacted for this tender:

i) Correspondence Address: (For correspondence by Speed Post)

j) Fax No :-

k) Correspondence E- mail address :-

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-45

Annexure- V

PERFORMANCE BOND (BANK GUARANTEE)

(Validity of Bank Guarantee :- _____________to _______________ )

In consideration for the Director, BMHRC (hereinafter called ‘the purchaser’) having agreed to

release the 100 % payment on supply of goods and services under the terms and conditions of a Rate

Contract Ref. No . Dated . (hereinafter called ‘the contract’) for

supply of KITS/REAGENTS/CONSUMABLES ITEMS/GLASSWARE (hereinafter called the goods and

services) to M/s ____________________________________________________(hereinafter called ‘the

supplier’) on submission of a bank guarantee to the satisfaction of the purchaser for the due

performance of the said contract.

We, ____________________________________________ (hereinafter called ‘the bank’) at the

request of the supplier do, as a primary obliger and not merely as surety, hereby irrevocably,

unconditionally and absolutely undertake against any loss or damage caused or suffered by the

purchaser by reason of any failure of the supplier to perform or omission or negligence to perform any

part of its obligations to the satisfaction of the purchaser in terms of the contract.

We, the bank, do hereby undertake to pay the amount due and payable under this guarantee without

any demur merely on a demand from the purchaser stating that the amount claimed is due by way of

loss or damage caused to or would be caused to or suffered by the purchaser by reason of any breach

by the said supplier of any of the terms and conditions contained in a said contract or by reason of the

supplier’s failure or omission or negligence to perform the said contract or any part thereof. Any such

demand made on the bank shall be conclusive as regards the amount due and payable by the bank

under this guarantee, which shall not be considered as satisfied by any intermediate payment or

satisfaction of any part of or obligation hereunder. However, our liability under this guarantee shall be

restricted to an amount not exceeding Rs. ___________________ .

We, the bank, undertake to pay to the purchaser any amount so demanded by the purchaser,notwithstanding.

a) Any dispute or difference between the purchaser and the supplier or any other person or

between the supplier or any person or any suit or proceeding pending before any court or

tribunal or arbitrator relating thereto or.

b) The invalidity, irregularity or unenforceability of the contract or.

c) Any other circumstances which might otherwise constitute discharge of this guarantee,

including any act or omission or commission on the part of the purchaser to enforce the

obligations by the supplier or any other person for any reason whatsoever.

Tender Ref No: BMHRC/SMO/KITS/REG/GW/CON/13-14/R

Name (s) and Signature (s) of the tenderer with stamp of the firm Page-46

We, the bank, further agree that the guarantee herein contained shall be continued one

and remain in full force and effect during the period that would be taken for the performance of

the said contract and that it shall continue to be enforceable till all the dues of the purchaser

under or by virtue of the said contract have been fully paid and its claims satisfied or discharged

or till the office of the Director, BMHRC that the terms and conditions of the said contract have

been fully and promptly carried out by the said supplier and accordingly discharges this

guarantee.

We, the bank, hereby agree and undertake that any claim which the bank may have against the

supplier shall be subject to and subordinate to the prior payment and performance in full of all the

obligations of the bank hereunder and the bank will not, without prior written consent of the

purchaser, exercise any legal rights or remedies of any kind in respect of any such, payment or

performance so long as the obligations of the bank hereunder remain owning and outstanding,

regardless of the insolvency, liquidation or bankruptcy of the supplier or otherwise howsoever. We,

the bank, will not counter claim or set off against its liabilities to the purchaser hereunder any sum

outstanding to the credit of the purchaser with it.

We, the bank, further agree with the purchaser that the purchaser shall have the fullest liberty

without our consent and without affecting in any manner out obligations hereunder to vary any of

the terms and conditions of the said contract or to extend time of performance by the said supplier

from time to time or to postpone for any time or from time to time and of the powers exercisable

by the purchaser against the said supplier and forbear or enforce any of the terms and conditions

relating to the said contract and we shall not be relieved from our liability by reason of any such

variation or extension being granted to the said supplier or for any forbearance, act or omission on

the part of the purchaser or any indulgence by the purchaser to the said supplier or by any such

matter or thing whatsoever which under the law relating to sureties would, but for this provision,

have effect of so relieving us.

This guarantee will not be discharged due to the change in the constitution of the bank or

the supplier.

We, the bank, lastly undertake not to revoke this guarantee during its currency except with the

previous consent of the purchaser in writing.

The disputes relating to this bank guarantee shall be resolved as per the terms and conditions of the

contract.

Place: Signature and seal of the bank

Date: