Qureos

FIND_THE_RIGHTJOB.

REQUEST FOR PROPOSAL – PROCUREMENT OF LEARNING SUPPLIES/KITS

Pakistan

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:



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: 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:

  • 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: ________________________________________

© 2025 Qureos. All rights reserved.