
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 |
NO |
1500 |
6 |
Lined notebooks (Urdu Lines) |
60 pages, 63gms paper, pin binding |
NO |
1500 |
7 |
Math notebooks (boxes/grid lines) |
60 pages, 63gms paper, pin binding |
NO |
1500 |
8 |
Plain drawing books (Blank pages) |
60 pages, 63gms paper, pin binding |
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.
- 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.
- Bids received after specified time & date may not be accepted.
- 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.
- Each bid shall be valid for a period of 60 calendar days from the date of submission.
- Prices should be quoted in PKR only.
- Prices must include Freight/Transportation, Packing, Loading & unloading, Skilled Unskilled charges to the destinations (Shangla & Bunner). The supplier will use environmentally friendly packaging material.
- 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.
- Procurement committee reserves the right to accept/reject any or all quotations/offers without assigning any reason.
- Procurement committee reserves the right to increase or decrease in specific items or overall quantity of the required items/pack without assigning any reason.
- 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.
- All the bidders shall have to submit a declaration (as annexed – A) on Company’s Letterhead as per the specimen attached.
- 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: ________________________________________
Reference #: SF/VEH/001/2....
A. Introductio....
Shifa Foundation....