forms of bid (new)

37
FORM OF BID AND APPENDICES TO BID

Upload: muhammadnomank

Post on 15-Apr-2017

225 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Forms of Bid (New)

FORM OF BID AND

APPENDICES TO BID

Page 2: Forms of Bid (New)

FB-1FORM OF BID

Construction of Mechanical Engineering Department at Jalozai Campus of UET, Peshawar.CA No. 06/JC/UET Peshawar

To:Director of WorksUniversity of Engineering & TechnologyPeshawar

Gentleman,

1. Having examined the Bidding Documents including Instructions to Bidders, Bidding Data, Conditions of Contract. Specifications, Drawings, Estimate, the site for the execution of above named works and Addenda Nos. ____for the execution of the above-named Works, we, the undersigned, offer to execute and complete such Works and remedy any defects therein in conformity with the Conditions of Contract. Specifications, Drawings, Estimate and Addenda at ______% (_______________percent) __________(at Par/ below) on the estimate of scheduled items and at ______% (_______________percent) (below/AT Par ) on the estimate of Non Scheduled Items, price put to Bid as specified in the Appendix-D to Bid page BD-3.

2. We understand that all the Appendices attached hereto form part of this Bid.

3. As security for due performance of the undertakings and obligations of this Bid, we submit herewith a Bid Security in the amount of Rupees 5.7 million (Rs. Five million Seven Hundred Thousand) drawn in your favour or made payable to you and valid for a period of 148 days beginning from the date Bids are opened.

4. We undertake, if our Bid is accepted, to commence the Works and to complete the whole of the Works comprised in the Contract within the time stated in Appendix-A to Bid.

5. We agree to abide by this Bid for the period of 120 days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

6. Unless and until a formal Agreement is prepared and executed, this Bid, together with your written acceptance thereof, shall constitute a binding contract between us.

7. We do hereby declare that the Bid is made without any collusion, comparison of figures or arrangement with any other bidder for the Works.

Page 3: Forms of Bid (New)

FB-2

8. We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this ___________day of________________20______

Signature: ________________________

in the capacity of _______duly authorized to sign Bids for and on behalf of

________________________________________________________(Name of Bidder in Block Capitals)

(Seal)

Address:______________________________________________________

Witness:

Signature: _____________________________

Name: ________________________________

Address. __________________________________________________________

Occupation_________________________________________________

Page 4: Forms of Bid (New)

BA-1Appendix-A to Bid

SPECIAL STIPULATIONSClause

Conditions of Contract1. Engineer’s Authority to issue

Variation in emergency2.1 2% of Contract Price stated in

the Letter of Acceptance2 Amount of Performance Security 10.1 10% of Contract Price stated in

the Letter of Acceptance.3. Time for Furnishing Programme 14.1 Within 14 days from the date of

receipt of Letter of Acceptance.4. Minimum amount of Third Party

Insurance23.2 Rupees Five Hundred Thousand

(Rs. 500,000) per occurrence with number of occurrences unlimited.

5. Time for Commencement 41.1 Within 14 days from the date of receipt of Engineer’s Notice to Commence which shall be issued within fourteen (14) days after signing of Contract Agreement.

6. Time for Completion 43.1,48.2

728 days from the date of receipt of Engineer’s Notice to Commence.

7. a)Amount of Liquidated Damages 47.1 Rs. 0.10% (one tenth of one percent) for each day of delay in completion of the Works subject to a maximum of 10% of Contract Price stated in the Letter of Acceptance.

8. Defects Liability Period 49.1 364 days from the effective date of Taking Over Certificate.

9. Percentage of Retention Money 60.2 10% of the amount of Interim Payment Certificate.

10. Limit of Retention Money 60.2 5 % of Contract Price 11. Minimum amount of Interim

Payment Certificates (Running Bills)

60.2 Rs. 2.50 Million

12. Time of Payment from delivery of Engineer’s Interim Payment Certificate to the Employer.

60.10 Twenty eight (28) days

13. Mobilization Advance (Interest Free)

60.12 10 % of Contract Price stated in the Letter of Acceptance.

Page 5: Forms of Bid (New)

BB-1Appendix-B to Bid

FOREIGN CURRENCY REQUIREMENTS

Not Applicable

Page 6: Forms of Bid (New)

BC-1Appendix-C To Bid

PRICE ADJUSTMENT UNDER CLAUSE 70 OF CONDITIONS OF CONTRACT

The source of indices and the weightages or coefficients for use in the adjustment formula under Clause 70 shall be as follows:

Cost Element

Description Weightages Applicable index

1 2 3 4

(i) Fixed Portion 0.505(ii) Labour-Un-skilled (Un-skilled

labour shall be representative of all types/ classes of labour, i.e. Un-skilled & Skilled)

0.175 Government of Pakistan (GOP) Federal Bureau of Statistics (FBS) Monthly Statistical Bulletin.

(iii) Cement OPC– in bags 0.09 Government of Pakistan (GOP) Federal Bureau of Statistics (FBS) Monthly Statistical Bulletin.

(iv) Reinforcing Steel- Ton(1/2” round MS bars per tonne from Statistical Bulletin shall be representative of all types/ diameter of steel reinforcement used at site.

0.18 Government of Pakistan (GOP) Federal Bureau of Statistics (FBS) Monthly Statistical Bulletin.

(v) High Speed Diesel (HSD) 0.05 As announced by Pakistan State Oil.(The base/ Effective date Prices shall be those prevalent 28 days prior to the submission of bid/ start of the execution month)

Total 1.000

Notes:

1) Indices for “(ii)” to “(iv)” are taken from the Government of Pakistan Federal Bureau of Statistics, Monthly Statistical Bulletin. The base cost indices or prices shall be those applying 28 days prior to the latest day for submission of bids for city of Peshawar. Current indices or prices shall be those applying 28 days prior to the last day of the billing period for city of Peshawar.

Page 7: Forms of Bid (New)

BC-2Appendix-C To Bid

2) Any fluctuation in the indices or prices of materials other than those given above shall not be subject to adjustment of the Contract Price and shall be deemed to be included in the rates and prices quoted by the Bidders.

3) The indices / prices of material provided in Appendix-C to Bid for the purpose of price adjustment only. The contractor shall base their own rates entered in the bill of quantities on current market prices.

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

Page 8: Forms of Bid (New)

BD-1Appendix-D to Bid

ESTIMATE(to be signed by the Bidder)

A. PREAMBLE

THE BIDDER SHALL QUOTE PEREMIUM IN THE FORM OF PERCENTAGE AT PAR/ BELOW ON THE PRICE PUT TO BID AGAINST SCHEDULE ITEMS AND SHALL QOUTE PREMIUM AT PAR/ BELOW AGAINST NON SCHEDULE.ESTIMATE INCLUDES THE PRICES PORTION BASED ON SCHEDULE ITEMS AND THE PRICES COMPRISING NON-SCHEDULE ITEMS.

1. The Estimate shall be read in conjunction with the Conditions of Contract, Specifications and Drawings.

2 The Quantities in the Estimate are estimated and liable to be changed (increase/decrease) or omitted when the work will be actually executed. The Engineer is authorized to delete any item of work or vary quantities of any item of Estimate. The Engineer is also authorized to include any number of new items in accordance with Conditions of the Contract.

3. “Ref Spec. No. indicates the specification section number which as a whole or part (for which the Engineer shall be the sole judge) of these specifications are to be followed during execution of the item of work in accordance with the applicable drawings.

4. The rates and prices quoted in the Estimate, except insofar as it is otherwise provided under the Contract, include all costs of Contractor’s plant, labour, supervision, materials, execution, insurance, profit, taxes and duties, together with all general risks, liabilities and obligations set out or implied in the Contract. Furthermore all duties, taxes and other levies payable by the Contractor under the Contract, or for any other cause, are included in the rates and prices provided in the Estimate and shall be deemed included in the percentage quoted by the Bidder.

5. The whole cost of complying with the provisions of the Contract is included in the items provided in the Estimates.

6. General directions, Condition and limitation of Works, location and place of works, applicable methods, means to be adopted, type and quality of materials, use of tools, plants, and machinery are not necessary neither repeated nor summarised in the estimate.

Page 9: Forms of Bid (New)

7. The items mentioned in the Estimate consist of furnishing all plant, labor, equipment, machinery, appliances, materials, fittings, fixtures, fabrication, erection and installation required for completing the items/works. The work shall be done in accordance with the Drawings, Technical Specifications, Estimate and directions of the Engineer complete in all respect.

8. Complete description of items of works in the Estimate, general directions, conditions and limitations of works, location and place of works, applicable methods, means to be adopted, type and quality of materials, use of tools, plant,

BD-2Appendix-D to Bid

and machinery are not necessarily mentioned in the Estimate. Theses shall be referred to in accordance with the Drawings and Technical Specifications.

9. The Quantities contained in the Estimate are approximate estimated quantities and liable to be changed (increase/decrease) or omitted when the work will be actually executed. The Engineer is authorized to delete any item of work or vary quantities of any item of Estimate. The Engineer is also authorized to include any number of new items in accordance with Conditions of the Contract.

10. Notwithstanding provision of Clause 51 of the General Conditions of Contract, no claim for extra payment will be admissible on account of anticipated profit or variation in overheads expenditure for the works not actually performed nor will any adjustment in the unit rate set forth in the Estimate be made because of any increase or decrease in the quantities indicated therein.

11. Unless otherwise stated in the text of the Estimate, the quantities have to be measured and paid in accordance with measurement and payment of works clauses given in the relevant specifications or in accordance with implied meanings of the specifications. Any special method of measurement used as stated in text of Estimate is limited to the concerned items only.

12. The following abbreviations for the Units have been used in the Estimate:

Unit Abbreviations

Running Feet Rft.Square Feet Sft.Cubic Feet Cft.Metric Ton TonnesPound Lb.Per Number EachLump Sum Job Job

Page 10: Forms of Bid (New)

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

Page 11: Forms of Bid (New)

BD-3Appendix-D to Bid

SUMMARY OF ESTIMATE(To be filled in and signed by the Bidder)

1. ESTIMATED PRICEDESCRIPTION Amount (Rs.)

(A) INDUSTRIAL ENGINEERING DEPARTMENT

BUILDING WORKSCIVIL 89,791,065

ELECTRICAL 20,771,900PLUMBING 3,392,865

EXTERNAL WORKSCIVIL 6,005,300

PLUMBING 3,582,515SUB-TOTAL (A) 123,543,645

(B) MECHANICAL ENGINEERING DEPARTMENT

BUILDING WORKCIVIL 95,351,052

ELECTRICAL 20,465,595PLUMBING 4,158,735

EXTERNAL WORKS

CIVIL 9,560,280PLUMBING 4,107,385

SUB-TOTAL (B) 133,643,047TOTAL A + B 257,186,692

We the undersigned offer to execute and complete such Works and remedy any defects therein in conformity with the Conditions of Contract, Specifications, Drawings, Estimate and Addendum at ______________ % ( __________________________ percent) ___________________ (above/below) the Total Estimated price of Rs_257,186,692.00 (Rupees Two hundred fifty seven million one hundred eighty six thousand six hundred ninety two only) put to Bid. (The Bidder shall carry over the quoted percentage to Form of Bid page FB-1).

2. PROVISIONAL SUM Rs. 11,000,000(The bidder shall not consider the amount stated against provisional sum while quoting his Bid Price)

Authorized Signature and official Seal: _____________________________________

Name: ______________________________________________________________

Date: _______________________________________________________________

Page 12: Forms of Bid (New)

BE-1Appendix-E to Bid

PROPOSED CONSTRUCTION SCHEDULE

Pursuant to Sub-Clause 43.1 of the General Conditions of Contract, the Works shall be completed on or before the date stated in Appendix-A to Bid. The Bidder shall provide as Appendix-E to Bid, the Construction Schedule in the bar chart (CPM, PERT or any other to be specified herein) showing the sequence of work items and the period of time during which he proposes to complete each work item in such a manner that his proposed programme for completion of the whole of the Works and parts of the Works may meet Employer’s completion targets in days noted below and counted from the date of receipt of Engineer’s Notice to Commence (Attach sheets as required for the specified form of Construction Schedule):

Description Time for Completion

a) Whole Works 912 days

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

Page 13: Forms of Bid (New)

BF-1Appendix-F to Bid

METHOD OF PERFORMING THE WORK

[The Bidder is required to submit a narrative outlining the method of performing the Work. The narrative should indicate in detail and include but not be limited to:

1. Organization Chart indicating head office and field office personnel involved in management and supervision, engineering, equipment maintenance and purchasing.

2. Mobilization, the type of facilities including personnel accommodation, office accommodation, provision for maintenance and for storage, communications, security and other services to be used.

3. The method of executing the Works, the procedures for installation of equipment and machinery and transportation of equipment and materials to the site.

4. Quality Control / Quality assurance measures to be adopted including producers to be followed for carrying out all tests required under specifications.

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

Page 14: Forms of Bid (New)

BG-1 Appendix-G to Bid

LIST OF MAJOR EQUIPMENT – RELATED ITEMS

[The Bidder will provide on Sheet 2 of this Appendix a list of all major equipment and related items, under separate heading for items owned, to be purchased or to be arranged on lease by him to carry out the Works. The information shall include make, type, capacity, and anticipated period of utilization for all equipment which shall be in sufficient detail to demonstrate fully that the equipment will meet all requirements of the Specifications.]

LIST OF MAJOR EQUIPMENT

Owned Purchase

d or Leased

Description of Unit (Make, Model,

Year)

Capacity HP Rating

Condition Present Location or Source

Date of Delivery at

Site

Period of Work on Project

1 2 3 4 5 6 7

a. Owned

b. To be Purchased

c. To be arranged on Lease

Page 15: Forms of Bid (New)

BG-2Appendix-G to Bid

EQUIPMENT

The Bidder must demonstrate that it has the key equipment listed hereafter.PLANT/EQUIPMENT

Equipment Unit Minimum Required

Excavator / Showel Each 01

Formwork SFT 100,000

Scaffolding Pipe Rft 300,000

Hoists Each 02

Concrete Pumps Each 01

Concrete Mixers (Full Bag) Each 04

Concrete Lifts Each 04

Total Station Each 01

Level with tripod and staff rod Each 02

Crane Mobile (14-ton capacity) Each 01

Generator set (Min. 50 Kva) Each 01Tractor with blades & trolley Each 02Water Bowser Each 02

Page 16: Forms of Bid (New)

BH-1Appendix-H to Bid

CONSTRUCTION CAMP AND HOUSING FACILITIES

The Contractor in accordance with Clause 34 of the Conditions of Contract shall provide description of his construction camp’s facilities and staff housing requirements.

The Contractor shall be responsible for pumps, electrical power, water and electrical distribution systems, and sewerage system including all fittings, pipes and other items necessary for servicing the Contractor’s construction camp.

The Bidder shall list or explain his plans for providing these facilities for the service of the Contract as follows:

1. Site Preparation (clearing, land preparation, etc.).

2. Provision of Services.

a) Power (expected power load, etc.).b) Water (required amount and system proposed).c) Sanitation (sewage disposal system, etc.).

3. Construction of Facilities

a) Contractor’s Office. Workshop and Work Areas (areas required and proposed layout, type of construction of buildings, etc.).

b) Warehouses and Storage Areas (area required, type of construction and layout).

c) Housing and Staff Facilities (Plans for housing for proposed staff, layout, type of construction, etc.).

4. Construction Equipment Assembly and Preparation (detailed plans for carrying out this activity).

5. Dewatering of excavated areas.

6. Other Items Proposed (Security services, etc.).

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

Page 17: Forms of Bid (New)

BI-1Appendix-I to Bid

LIST OF SUBCONTRACTORS

I/We intend to subcontract the following parts of the Work to subcontractors. In my/our opinion, the subcontractors named hereunder are reliable and competent to perform that part of the work for which each is listed.

Enclosed are documentation outlining experience of subcontractors, the curriculum vitae and experience of their key personnel who will be assigned to the Contract, equipment to be supplied by them, size, location and type of contracts carried out in the past.

Part of Works(Give Details)

Subcontractor(With Complete Address)

1 2

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

Page 18: Forms of Bid (New)

BJ-1Appendix-J to Bid

ESTIMATED PROGRESS PAYMENTS

Bidder’s estimate of the value of work which would be executed by him during each of the periods stated below, based on his Programme of the Works and the Estimate, expressed in thousands of Pakistani Rupees:

Quarter/ Year/ Period Amounts(1,000 Rs.)

1 2

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

Page 19: Forms of Bid (New)

BK-1Appendix-K to Bid

ORGANIZATION CHARTFOR THE

SUPERVISORY STAFF AND LABOUR

Following is the list of Minimum Mandatory Staff Requirement to be deployed at site immediately by the Contractor upon commencement of works:

Description QualificationMinimum Number Required

Min Experience in Similar

Works (Yrs)

Project/ Construction Manager B.Sc. Civil Engineer 1 07

Planning Engineer B.Sc. Civil Engineer 1 03

Site Engineer B.Sc. Civil Engineer 1 03

Site Engineer (Electrical) B.Sc. Electrical Engineer 1 03

Site Inspector/ Supervisor DAE (Civil) 2 05

Site Inspector/ Supervisor (Electrical) DAE (Electrical) 2 05

Field Surveyor DAE (Civil) 1 05

Quantity Surveyor DAE (Civil) 1 05

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________

BL-1

Page 20: Forms of Bid (New)

Appendix-L to Bid(INTEGRITY PACT)

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN

CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract No.________________ Dated __________________Contract Value: ________________Contract Title: _________________

………………………………… [name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any other entity owned or controlled by GoP through any corrupt business practice.

Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.

[name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty.

[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other rights and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.

Name of Buyer: ……………… Name of Seller/Supplier: Signature: …………………… Signature: …………………………

[Seal] [Seal]

BM-1

Page 21: Forms of Bid (New)

Appendix-M to Bid

FINANCIAL COMPETENCE AND ACCESS TO FINANCIAL RESOURCES

The financial position of the bidder shall be checked as per following details:

1. SOUNDNESS AND ACCESS TO FINANCIAL RESOURCES:

“The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credits, and other financial means, other than any contractual advance payments, to meet the financial requirements of the contract in the amount of his bid. As a minimum the Bidder must show that his resources, in term of at least his latest year’s working capital and line of credits, will be adequate to cover an amount equivalent to his bid price and current work commitments i.e.

[5 x working capital + Project specific lines of credit*– 40% of current contract commitments] Engineer’s Estimate (Excluding Provisional Sum)

Working capital is the difference between current assets and current liabilities and measures the firm’s ability to generate cash in the short term.”

*Any line of credit indicated for this (tendered) project needs to have been certified by the Bank and the said certificate is enclosed with this Appendix.

2. AVERAGE ANNUAL CONSTRUCTION TURNOVER

Criteria Bidders’ to list their certified yearly turnover for last 3 years

Minimum average annual construction turnover of Pak Rupees 250 Millions Calculated as total certified payments received for contracts in progress or completed, within the last 3 years.

BN-1 Appendix-N to Bid

Page 22: Forms of Bid (New)

PAST PERFORMANCE, CURRENT COMMITMENT, QUALIFICATION AND EXPERIENCE

1) General Construction Experience

Requirement Bidder to Provide details Role

Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last 5 years prior to the bid submission deadline

.

2) Personnel.

No Position Total No in the Firm

Minimum requiremen

t for the Project*

Total Work Experience

[years

Nos. already

posted on other

projects

Nos. being allocated for this project

Professional credits points*

1

2

3

4

5

Page 23: Forms of Bid (New)

BN-2 Appendix-N to Bid

BN-3 Appendix-N to Bid 4) Data regarding past performance and present commitment of the Bidders: Present Commitment Sr No. Name of

ongoing project(s)

Name of Employer

Date of Progress Remarks regarding delays if applicable

Satisfactory performance certificate from employer (Minimum requirement)

Start Completion %Age as planned %Age at actual 1. 2. 3. 4. 5.

Page 24: Forms of Bid (New)

6.

BM-1Appendix-M to Bid

LIST OF APPROVED MANUFACTURERS (CIVIL WORKS)(to be signed by the Bidder)

The Contractor should note that only material from those manufacturers specified in the list of approved manufacturers shall be allowed to be used on this Project. The Contractor shall submit literature/catalogue/samples etc. of all the items from each of the specified manufacturers to the Engineer who shall then decide and approve the sample and the manufacturers. Where the item involves any finishes such as paints, external coating, etc. the Contractor shall erect mock-up samples of the specified manufacturers for the selection and approval of the Engineer.

Onus lies with the Contractor for establishing the genuineness of any material/product/item for its make and origin as specified below:

S. No. Materials Manufacturer

1 Ceramic Tiles Stile/ Shabbir, Master

2 Porcelain Tiles RAK (UAE), Granitto (UAE), Niro Granite (Malaysia)

3 Paints & Varnish ICI, Berger

4 Door Locks/Door closers USA/ West European / Japanese Origin

5 Anti Termite Termidor, Biflex, Mirage, Tenekil, Termicure

6 Construction Chemicals MBT, Sika and Fosroc or approved equivalent

7 Aluminum Sections Pakistan Cables or approved equivalent

Page 25: Forms of Bid (New)

8 Precast Concrete Interlock Pavers Tuff Pavers, Izhar, Envicrete, Hubcrete,

Concrete Wizard

9 Chequered Tiles Grand Works, Concrete Wizard, Envicrete or approved equivalent

10 False Ceiling including Suspension System

Daiken (Japan), Dampa (Denmark) & OWA (Germany)

11 Bricks for Facing/ Exposed Surfaces

33 trade mark or approved equivalent

12 Lamination Board Formite or approved equivalent.

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________BP-2

Appendix-P to Bid

14. PPR PIPE & FITTINGS i) M/S DADAXii) M/S SHAFI SONS ENGINEERING (Pvt)

Ltd (BETA PIPES)iii) M/S PLASTHERM

15. WATER FILTERS i) M/S SO-SAFE ii) M/S AQUA SAFE

Authorised Signature & Official Seal:______________________

Name: _____________________________________________

Date:_______________________________________________