FIND_THE_RIGHTJOB.
Pakistan
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:
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
Stage 2 – Financial Proposals
Additional Instructions
All the participating bidder /supplier / vendor/ companies must adhere to the following instructions regarding the preparation and submission of the offers.
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:
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: prdsilmpact@gmail.com 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:
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:
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: ________________________________________
Similar jobs
Emenac Inc
Lahore, Pakistan
4 days ago
Nimir Industrial Chemical Limited
Lahore, Pakistan
4 days ago
NextBridge
Lahore, Pakistan
5 days ago
MONZA
Karachi, Pakistan
5 days ago
Idara-e-Taleem-o-Aagahi
Lahore, Pakistan
5 days ago
Ortak Consultants
Karachi, Pakistan
5 days ago
Retail online
Karachi, Pakistan
5 days ago
© 2025 Qureos. All rights reserved.