PRDS
REQUEST FOR PROPOSAL – PROCUREMENT OF LEARNING SUPPLIES/KITS
PRDS
236 views
Posted date 14th October, 2025 Last date to apply 29th October, 2025
Locations Pakistan
Category Tender

Invitation to Bid (ITB) - NPO/ILMpact/2025/RFP-LS/001

REQUEST FOR PROPOSAL – PROCUREMENT OF LEARNING SUPPLIES/KITS

A non-profit, non-governmental local organization based in KPK invites sealed bids (financial proposal/quotation+ technical documents) from reputable and eligible vendors, firms, or suppliers for the supply of Learning Material as mentioned in different packages below.

Please submit one set of required technical documents along with separate quotations, clearly specifying the package number and the corresponding reference number on each submission.

PACKAGE 1: PROCUREMENT OF LEARNING SUPPLIES FOR TEACHER – ECE

REF NO: NPO/RFP/2025/LS-T/ECE

Supply of 50 (fifty) pack/kits of Learning / Resource Supplies for ECE Teachers. Each kit/pack must include all the items listed below. 

S#

Item

Specifications

Unit

Qty

1

Teachers Register

Lucky Register or similar quality with hard binding, 100 pages

No

1

2

Attendance Register

Lucky Register or similar quality with hard binding, 100 pages

No

1

3

Scissors large (for teacher)

Durable quality, large size, sharp metal scissors with plastic or rubber handles

No

2

4

Chalk

boxes colored

PAK Chalk boxes, 50 pieces per box

Box

10

 

PACKAGE 2: PROCUREMENT OF LEARNING SUPPLIES FOR TEACHER – G3-5

REF NO: NPO/RFP/2025/LS-T/G3-5

Supply of 50 (fifty) pack/kits of Learning / Resource Supplies for G3-5 Teachers. Each kit/pack must include all the items listed below. 

S#

Item

Specifications

Unit

Qty

1

Floor Mat (Chatai)

4-fold, 8 x 12 ft size, Durable quality Chatai

No

1

2

Teachers Register

Lucky Register or similar quality with hard binding, 100 pages

No

1

3

Attendance Register

Lucky Register or similar quality with hard binding, 100 pages

No

1

 

4

Hard Chart papers

Mixed Colors (Red, yellow, blue, green, orange, purple, pink) Thick A0 size paper

No

30

5

Soft/Thin Chart papers

Mixed Colors (Red, yellow, blue, green, orange, purple, pink) Thick A0 size paper

No

30

6

Chalk boxes, white

PAK Chalk boxes, 50 pieces per box

Box

5

7

Chalk boxes, Colored

PAK Chalk

 boxes, 50 pieces per box

Box

3

8

Ball Points

Dollar Brand Clipper+ (10 pens per packet)

Pack

1

 

PACKAGE 3: PROCUREMENT OF LEARNING SUPPLIES FOR LEARNERS – G3-5

REF NO: NPO/RFP/2025/LS-L/G3-5

Supply of 50 (fifty) pack/kits of Learning / Resource Supplies for G3-5 Learners. Each kit/pack must include all the items listed below. 

S#

Item

Specifications

Unit

Qty

1

Hole punch

DL Office Puncher Taladro DL 08325

No

1

2

Stapler

DL Office Puncher Taladro DL 0180

No

2

3

Rubber Band Bundle large

Q bands, Large Packet

Bundle

2

4

Scotch Tape

DEER Scotch Tape 1 inch

No

10

5

Masking Tape

2 to 3 inches broad tape, Delta or Nichibon

No

10

6

Extra loose papers (Dasta) in kg

Broad Lined, but iwthout margins - fine quality paper, should not tear easily

Bundle

4 kg

7

Glue sticks

Sticko Glue Stick 21 gm

No

15

8

Colored pencils pack

Deer or Goldfish pencil pack with 12 pencils each.

No

30

9

Pencils

Brand: Dollar My Pencil

No

280

10

Erasers

Brand: Dollar or Dux

No

140

11

Sharpeners

Brand: Dollar or Dux

No

100

12

Wood Rulers

Brand: Dollar or Dux, Size: 12-15 inches

No

35

13

Safe scissors

Medium size safe scissors for children - made of reliable and quality material different colors

No

5

14

String/seba etc

One bundle of sturdy jute rope

Bundle

2

15

Water Cooler with 6 Plastic Glasses

20-25 litres Capacity, sturdy medium sized plastic glasses for chidren

No

1

16

Hand Washing Saop

Any quality local brand soap such as safeguard, large bar

No

4

17

Fake Money

Must have original colors of currrency, complete pack

No

1

18

Letter Blocks

Brand BubbLy TOO COS alphabet (1 per classroom, colorful, must have capital and small letters, stackable and sturdy material, wooden or plastic)

No

1

 

PACKAGE 4: PROCUREMENT OF LEARNING SUPPLIES FOR LEARNERS – ECE

REF NO: NPO/RFP/2025/LS-L/ECE

Supply of 50 (fifty) pack/kits of Learning / Resource Supplies for ECE- Learners. Each kit/pack must include all the items listed below. 

S#

Item

Specifications

Unit

Qty

1

Extra loose papers Desta

Broad Lined, but without margins - fine quality paper, should not tear easily

Bundle of 500

4 kg per classroom

2

Glue sticks 30 small

Stick Glue Stick 21 gm

No

30

3

Pack of color pencils (12 colors)

Deer or Goldfish pencil pack with 12 pencils each.

No

30

4

Pencils

Brand: Dollar My Pencil

No

420

5

Eraser

Brand: Dollar or Dux

No

150

6

Sharpener

Brand: Dollar or Dux

No

90

7

Safe scissors for children

Medium size safe scissors for children - made of reliable and quality material different colors

No

10

8

Building Blocks

DIY Brand   building blocks medium size

No

3

9

Models of Domestic animals

Toys and Toys Brand (medium size)

No

1 pack

10

Models of Wild Animals

Toys and Toys Brand (medium size)

No

 

11

Water Cooler with 6 Plastic Glasses

20-25 liters Capacity, sturdy medium sized plastic glasses for children

No

1 Piece

12

Playdough (different colors)

Happy kids brand, 12 different colors and additional primary, white and black colors

No

20

13

Dentistry hygiene instructional supplies: Toothbrushes, Toothpaste, Mouth model

Shield toothpaste and brush and modal teeth of medium size good quality

No

1

14

Hand Washing Soap

Any quality local brand soap such as safeguard, large bar

No

7 Pieces

15

Pakistan Map

Wooden standard size puzzle form in which child can fix the provinces

No

1

16

Globe (World)

Plastic 8 inches, medium size - should be made of durable plastic, not easily broken

No

1

17

Wooden abacus

Wooden structure abacus medium size with plastic colorful beads

No

1

18

Models of fruits

Medium size, good quality

No

1 pack

19

Models of vegetables

Medium size, good quality

No

 

20

Rubber Band Large Pack

Q bands, Large Packet

Bundle of 500

1

21

Stapler

DL Office Puncher Taladro DL 0180

No

2

22

Sandpapers

0-point sheets

No

10

23

Hard Chart papers

Mixed Colors (Red, yellow, blue, green, orange, purple, pink) Thick A0 size paper

No

50

24

Soft/Thin Chart Papers

Mixed Colors (Red, yellow, blue, green, orange, purple, pink) Thick A0 size paper

No

25

25

Hole Punch

DL Office Puncher Taladro DL 08325

No

1

26

Masking Tape

2 to 3 inches broad tape, Delta or Incheon

No

15

27

Gum Bottles

Small size plastic bottles, ADX or Deli brand

No

15

28

kitchen set

Venture or any good quality brand

Set

1

29

Tool set

Mailbox or any good quality brand

Set

1

30

Doctor set

Venture or any good quality brand

Set

1

31

Ring tower

Medium size good quality, durable plastic colorful rings

No

1

32

Urdu moveable letter Takhti/ tray

Wooden standard size

No

1

33

Hula Hoop

Any good quality brand, colorful sturdy plastic material

No

2

34

basic shape fixing wooden tray

Wooden standard size

No

1

35

English letters moveable letter Takhti/ tray

Wooden standard size

No

1

 

PACKAGE 5: PROCUREMENT OF BAGS & BASIC STATIONARY– G 1 & 2

REF NO: NPO/RFP/2025/S-B/ G-1 & 2 

S#

Item

Specifications

Unit

Qty

1

School Bag

Canvas bag (medium size, parachute Taiwan, with minimum 3 pockets) - 16-inch length

NO

1500

2

Pencils

Brand: Dollar My Pencil

NO

4500

3

Erasers

Brand: Dollar or Dux

NO

1500

4

Pencil sharpeners (with container)

Brand: Dollar or Dux

NO

1500

5

Lined notebooks (English 4 lines)

60 pages, 63gms paper, pin binding
Title Page: 250gms card (bleach) with 5 color printing and shine lamination

NO

1500

6

Lined notebooks (Urdu Lines)

60 pages, 63gms paper, pin binding
Title Page: 250gms card (bleach) with 5 color printing and shine lamination

NO

1500

7

Math notebooks (boxes/grid lines)

60 pages, 63gms paper, pin binding
Title Page: 250gms card (bleach) with 5 color printing and shine lamination

NO

1500

8

Plain drawing books (Blank pages)

60 pages, 63gms paper, pin binding
Title Page: 250gms card (bleach) with 5 color printing and shine lamination

NO

1500

9

Wood Rulers

Brand: Dollar or Dux, Size: 12-15 inches

NO

1500

10

Geometry Box

Dux, Medium Size, with tray

NO

1500

 

PACKAGE 6: PROCUREMENT OF LEARNING SUPPLIES FOR LEARNERS - G 1 & 2

REF NO: NPO/RFP/2025/L-S/ G-1 & 2

Supply of 50 (fifty) pack/kits of Learning / Resource Supplies for G 1 & 2. Each kit/pack must include all the items listed below. 

S#

Item

Specifications

Unit

Qty

1

Color pencils packs (12 colors)

Deer or Goldfish pencil pack with 12 pencils each.

NO

1500

2

Child-safe scissors

Medium size safe scissors for children - made of reliable and quality material different colors

NO

1500

3

Glue sticks

Stick Glue Stick 21 gm

NO

1500

4

Flashcard sets (Alphabets)

Paramount (smart flash cards series) qualm kay sath

NO

500

5

Flashcard sets (Haroof tahajji)

Paramount (smart flash cards series) qualm kay sath

NO

500

6

Flashcard sets (Numbers)

Paramount (Smart flash cards series) qalam kay sath

NO

500

7

Educational wall posters

Gaya Charts (health n hygiene, climate change, safety, animals, birds, healthy and junk food

NO

800

8

Plastic folders

My Clear Bag transparent folders must be transparent, white, yellow, red colors.

NO

1500

9

Reward stickers

Medium size golden, silver, red, yellow, blue stickers

NO

1500

 

PACKAGE 7: PROCUREMENT OF SPORTS KIT - G 3 to 5

REF NO: NPO/RFP/2025/S-K/ G-3-5

S#

Item

Specifications

Unit

Qty

1

Cones (Set of 10)

Soft plastic, height: 9–12 inches, bright colors (red, blue, yellow, green), durable and non-toxic material

NO

50

2

Football

Size 3, synthetic leather or rubber, suitable for ages 6–12, stitched panels, lightweight (approx. 300–320g)

NO

50

3

Tennis Balls (Pack of 3)

Soft compression tennis balls, yellow, felt-covered, low bounce for beginners

NO

50

4

Volleyball

Soft touch PU synthetic leather, standard size 5, approx. 260–280g, hand-stitched or machine-stitched

NO

50

5

Skipping Rope (Set of 5)

Adjustable length (up to 2.5 m), PVC rope, foam grip handles, suitable for ages 6–12

NO

50

6

Cricket Set (Plastic)

Includes 1 plastic bat (size 4), 1 plastic ball, 3 stumps with base, suitable for children aged 6–12

NO

50

7

Badminton Set

2 lightweight rackets (aluminum or plastic), 3 nylon shuttlecocks, carry bag included

NO

50

8

Chess Set

Standard board size (approx. 14” x 14”), plastic pieces with anti-slip base, foldable board

NO

50

9

Ludo Set

Standard size board (approx. 16” x 16”), laminated cardboard or plastic, 4 sets of colored tokens, 2 dice

NO

50

MANDATORY REQUIREMENTS FOR RESPONSIVENESS

Technical Evaluation Criteria (Please attach all the relevant document as per following mandatory criteria) 

S.

No.

Description

Documentation

Remarks

1

Registration of Firm/Company

Copy      of      Firm      /              Company Registration Certificate

 

Mandatory

 

2

National     Tax                  Registration Certificate

General          Sales     Tax Registration Certificate

Copy of NTN Letter from FBR Please clearly mention the status of GST (Active / Inactive / Not Registered)

 

Mandatory

 

3

 

Short Company’s Profile

Information about Company’s Vision, Mission, History, Experience, Client List, Location

 

Mandatory

 

4

 

Relevant Experience

Please attach relevant copies of Letters / Agreements / Purchased Orders for NGOs and INGOs

 

Mandatory

 

5

 

Contact Detail

Authorized Person’s Email ID, Contact Number, Official Postal Address

 

Mandatory

6

Bank Accounts

Active business-titled bank account (not any personal account).

Mandatory

7

Declaration (attached below)

On Company’s Letterhead                        with Company Sign and Stamp

Mandatory

8

Bid Security (refundable)

4% of the total financial bid in the form of Call Deposit Receipt, Bank Draft, Pay order or Banker’s cheque in the Name of the Organization

Mandatory

9.

Participation in a Pre-Bid Meeting

20th October,2025 at 2 PM at PUTA Hall, Peshawar University

Mandatory

 

EVALUATION PARAMETERS:

S.No.

Parameter

Max.Marks

 

1

Company's Experience

25

 

10 years and above                         25  Marks

 

below 10 years upto 7 years          20 Marks

 

below 7 years upto 5 years            15 Marks

 

below 5 years upto 3 years             10 Marks

 

below 3 years                                    0

 

2

Relevant past performance & Client refrences

25

 

5 marks per verfiable reference upto 5 references (Attach Agreement, purchase order etc in support)

 
 

3

Succesful & Tiemely delivery record (Recommendation letter/ work completion certificate)

25

 

upto 3 references                            Marks 25

 

upto 2 references                            Marks 20

 

upto 1 reference                              Marks 15

 

4

Financial competitiveness

25

 

Bank Balance as at June 30,2024 15 Million & above

 

PKR 15 Million & Above                  Marks 25

 

PKR 12 Million to 15 Million          Marks 20

 

PKR 10 Million to 12 Million          Marks 15

 

PKR 08 Million to 10 Million          Marks 10

 

Less than PKR 8 Million                  Marks 05

 

Please attach your Tax return of FY 2023-24 to support your claim

 

 

Total Marks

100

 
 

Bids scoring below 60 marks in total may not be considered for award.

Instructions for Submission of Proposal

Bidding Method: Two-Stage, Two-Envelope Procedure

Stage 1 – Technical Proposals

  • Each bidder shall submit two sealed envelopes:Only technical proposals will be opened in the first instance for evaluation.
    • Envelope A: Technical Proposal
    • Envelope B: Financial Proposal As per Annex B of this document (sealed, clearly marked “Not to be opened with the Technical Proposal”).
  • Financial proposals will remain sealed and securely kept by PRDS.
  • The procurement committee may hold clarifications or request modifications to technical proposals without reference to prices.
  • Bidders failing to meet the mandatory and technical criteria will be rejected and their financial envelopes returned unopened.

Stage 2 – Financial Proposals

  • Only bidders declared technically qualified in Stage 1 will be invited to Stage 2.
  • Financial proposals will then be opened publicly at a notified date and time.
  • Evaluation will be based on the combined technical and financial scores, in line with criteria set out in the ITB (e.g., 60 marks minimum for technical qualification).

Additional Instructions

  • Both envelopes must be submitted together, properly sealed, clearly marked with the bidder’s name and package reference.
  • Any bid not following the two-envelope procedure shall be declared non-responsive.

All the participating bidder /supplier / vendor/ companies must adhere to the following instructions regarding the preparation and submission of the offers.

  1. Submission of any wrong/vague information may lead to disqualification of the Bidder. The complete information along with the required documents must be sealed in an envelope marked with the name of Bidder and category applied in bold and legible letters.
  2. Bids received after specified time & date may not be accepted.
  3. Quoted prices must include all government prevailing taxes (Withholding, GST etc.). If the supplier thinks that any of the item is tax exempted, it must be highlighted and mentioned in the proposal.
  4. Each bid shall be valid for a period of 60 calendar days from the date of submission.
  5. Prices should be quoted in PKR only.
  6. Prices must include Freight/Transportation, Packing, Loading & unloading, Skilled Unskilled charges to the destinations (Shangla & Bunner). The supplier will use environmentally friendly packaging material.
  7. All values in unit price column should be entered carefully. In case there is any discrepancy between unit price and total amount, value put in unit price column will govern. Financial bids with calculation errors will not be considered for evaluation.
  8. Procurement committee reserves the right to accept/reject any or all quotations/offers without assigning any reason.
  9. Procurement committee reserves the right to increase or decrease in specific items or overall quantity of the required items/pack without assigning any reason.
  10. Each quotation must be duly signed and stamped. The pages should be serially numbered. Any cutting / correction must be counter-signed by an authorized person.
  11. All the bidders shall have to submit a declaration (as annexed – A) on Company’s Letterhead as per the specimen attached.
  12. This “Document” does not constitute any commitment on the part of this organization unless a written agreement is signed by both parties.

During evaluation, organization may ask for additional information as necessary. RIGHTS OF THE ORGANIZATION

In case of failure by the supplier / vendor/ company to fulfill its obligations under the terms and conditions of this ITB, including but not limited to, failure in timely provision of required /agreed quality supply/guarantee / warrantee/ after sale service committed / agreed ORGANIZATION may, after giving the vendor/ company reasonable notice to perform and without prejudice to any other rights or remedies, exercise one or more of the following rights:

a)         Complete the procurement from other sources, in which event organization may hold the vendor / supplier / company responsible for any excess cost occasioned thereby.

b)        Refuse to compromise over: the quality of supply, deviation from specification / delay in defined timeframe and related responsibilities of proper installation / Supply or Service

c)         Cancel Purchase Order without any liability for termination charges or any other liability of any kind to ORGANIZATION.

Submission Instructions:

Interested and eligible vendors/firms are requested to submit sealed quotations along with the required documents to:

Procurement Section

Participatory Rural Development Society

House No.9, Street 3, Rahat Abad Peshawar

Pakistan

Deadline: COB, October 29th, 2025 till 12 Noon.

Proposals need to be submitted through registered courier service, direct submission of the proposals by the bidder is not acceptable

Proposals submitted electronically (online) will not be considered.

Pre-Bid Meeting:  

A Pre-Bid Meeting is scheduled to be held on 18 October 2025 at 11:00 AM at PUTA Hall, University of Peshawar. The meeting will provide an opportunity to clarify any queries related to the bidding documents, technical specifications, and submission requirements to ensure a shared understanding among all potential bidders.

Attendance at the Pre-Bid Meeting is mandatory for all interested bidders. Physical presence is strongly encouraged to facilitate direct discussion and engagement. However, bidders who are unable to attend in person due to distance may participate virtually via Microsoft Teams using the following details:

  • Meeting ID: 932 805 509 764 4
  • Passcode: tA9My3

Please note: Participation in the Pre-Bid Meeting, either physically or online, is a mandatory requirement. Bidders who fail to attend the meeting through either mode will have their bids declared non-compliant and will not be accepted.

Bid Opening Meeting:

The bid opening meeting will be held on 29th October 2025 at 3:00 PM at the Department of Geography, University of Peshawar.
In this meeting, only the Technical Proposals will be opened in the presence of the bidders or their authorized representatives who wish to attend.
The Financial Proposals shall remain sealed and will be opened later, only for those bidders who qualify technically, as per the Two-Stage, Two-Envelope Procedure

For any query please contact: [email protected] We would endeavor to provide you information expeditiously, but any delay in providing such information will not be considered a reason for extending the submission date of your offer. We can be reached at landline 091-5854387

ANNEX – A (To be submitted on official letter head by the vendor)

Declaration

We, the undersigned, hereby declare that we have carefully read and understood the requirements and instructions outlined in this bidding document, along with all terms and conditions stated therein. We further confirm as follows:

1. That the vendor / bidder and its personnel shall fully abide by all instructions and conditions mentioned in this ITB (Invitation to Bid) document, as well as the Core Humanitarian Principles.

2. That neither the Bidder, its personnel, nor the products quoted are blacklisted by any Government or Regulatory Authority in Pakistan.

3. That the Bidder and its personnel are not involved, directly or indirectly, in any of the following activities:

  • Terrorism or Terror Financing
  • Modern Slavery or Child Labor
  • Bankruptcy
  • Human Trafficking
  • Harassment
  • Sexual Exploitation & Abuse
  • Fraudulent practices

4. That the Bidder and its personnel confirm their commitment to abide by all relevant humanitarian principles, organizational policies, and codes of conduct, including but not limited to: Safeguarding, Environmental Protection, Child Protection, Transparency, Quality, Confidentiality, Accountability, and Fairness.

5. That all information provided in the submitted documents is true, complete, and accurate. We further acknowledge that in case any information is found to be false or misleading, the Organization reserves the right to reject the bid and may initiate appropriate legal action, including blacklisting of the Bidder.

 Bidder Name:

Authorized Representative Name: 

CNIC No. of Authorized Representative:

Address:

Signature:

Date: 

Official Stamp:                                           

Annex B: Financial Bid Format

Vendors are required to submit their financial proposal using the format below. All prices must be quoted in PKR, inclusive of applicable taxes, duties, and delivery charges. Bids not submitted in this format may be considered non-responsive.

Package 1:

S#

Item

Unit

Quantity

Specification/Brand name

Unit Price (PKR)

Total Price (PKR)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Total                                                                                                                              

Bidders are required to submit a separate Financial Bid (Annex B) for each package they wish to apply for. For example, if a bidder intends to participate in three (3) of the seven (7) packages listed above, they must submit three separate Financial Bids, each corresponding to the respective package.

The Bid Security shall be calculated at four percent (4%) of the bidder’s total quoted amount for each package applied for. For example, if the total quoted amount for a package is PKR 2,000,000, the required bid security will be PKR 80,000 (i.e. 4% of PKR 2,000,000).

Bidders applying for more than one package must submit separate Bid Securities for each package, clearly referencing the corresponding package number and title on each CDR, Pay Order, or Bank Draft.

The Bid Security shall be refundable to all unsuccessful bidders upon completion of the evaluation process and formal announcement of results. For the successful bidder(s), the Bid Security will be retained until the satisfactory delivery of supplies and completion of quality verification.
Failure to submit the required Bid Security in accordance with these instructions shall render the bid non-responsive.

Separate Financial Bid for each package is mandatory.

Authorized Signatory: ___________________________

Name & Designation: ___________________________

Company Stamp: _______________________________

Date: ________________________________________

 

 

Apply By:

ANNEX – A (To be submitted on official letter head by the vendor)

Declaration

We, the undersigned, hereby declare that we have carefully read and understood the requirements and instructions outlined in this bidding document, along with all terms and conditions stated therein. We further confirm as follows:

1. That the vendor / bidder and its personnel shall fully abide by all instructions and conditions mentioned in this ITB (Invitation to Bid) document, as well as the Core Humanitarian Principles.

2. That neither the Bidder, its personnel, nor the products quoted are blacklisted by any Government or Regulatory Authority in Pakistan.

3. That the Bidder and its personnel are not involved, directly or indirectly, in any of the following activities:

  • Terrorism or Terror Financing
  • Modern Slavery or Child Labor
  • Bankruptcy
  • Human Trafficking
  • Harassment
  • Sexual Exploitation & Abuse
  • Fraudulent practices

4. That the Bidder and its personnel confirm their commitment to abide by all relevant humanitarian principles, organizational policies, and codes of conduct, including but not limited to: Safeguarding, Environmental Protection, Child Protection, Transparency, Quality, Confidentiality, Accountability, and Fairness.

5. That all information provided in the submitted documents is true, complete, and accurate. We further acknowledge that in case any information is found to be false or misleading, the Organization reserves the right to reject the bid and may initiate appropriate legal action, including blacklisting of the Bidder.

 Bidder Name:

Authorized Representative Name: 

CNIC No. of Authorized Representative:

Address:

Signature:

Date: 

Official Stamp:                                           

Annex B: Financial Bid Format

Vendors are required to submit their financial proposal using the format below. All prices must be quoted in PKR, inclusive of applicable taxes, duties, and delivery charges. Bids not submitted in this format may be considered non-responsive.

Package 1:

S#

Item

Unit

Quantity

Specification/Brand name

Unit Price (PKR)

Total Price (PKR)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Total                                                                                                                              

Bidders are required to submit a separate Financial Bid (Annex B) for each package they wish to apply for. For example, if a bidder intends to participate in three (3) of the seven (7) packages listed above, they must submit three separate Financial Bids, each corresponding to the respective package.

The Bid Security shall be calculated at four percent (4%) of the bidder’s total quoted amount for each package applied for. For example, if the total quoted amount for a package is PKR 2,000,000, the required bid security will be PKR 80,000 (i.e. 4% of PKR 2,000,000).

Bidders applying for more than one package must submit separate Bid Securities for each package, clearly referencing the corresponding package number and title on each CDR, Pay Order, or Bank Draft.

The Bid Security shall be refundable to all unsuccessful bidders upon completion of the evaluation process and formal announcement of results. For the successful bidder(s), the Bid Security will be retained until the satisfactory delivery of supplies and completion of quality verification.
Failure to submit the required Bid Security in accordance with these instructions shall render the bid non-responsive.

The Bid Security shall be refundable to all unsuccessful bidders upon completion of the evaluation process and formal announcement of results. For the successful bidder(s), the Bid Security will be retained until the satisfactory delivery of supplies and completion of quality verification.
Failure to submit the required Bid Security in accordance with these instructions shall render the bid non-responsive.

Separate Financial Bid for each package is mandatory.

Authorized Signatory: ___________________________

Name & Designation: ___________________________

Company Stamp: _______________________________

Date: ________________________________________

Search