Pre Qualification Document

Similar documents
PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent)

Punjab Thermal Power (Pvt) Limited

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

Pre-Qualification Document

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE QUALIFICATION OF CONTRACTORS DEVELOPMENT OF INFRASTRUCTURE (LEFTOVER WORKS) HATTAR ECONOMIC ZONE PROJECT OUTLINE AND PREQUALIFICATION CRITERIA

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

MINISTRY OF COMMERCE, GOVERNMENT OF PAKISTAN

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

Pre-Qualification of Contractors (Prequalification Document) October 2017

COUNTY ASSEMBLY OF KILIFI

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

ASHIANA - E - IQBAL HOUSING SCHEME, BURKI ROAD, LAHORE

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT

REPUBLIC OF KENYA KIAMBU COUNTY GOVERNMENT THE STANDARD TENDER REGISTRATION DOCUMENT AND LIST OF REQUIREMENTS

PREQUALIFICATION DOCUMENT

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

MEDICAL PRACTITIONERS AND DENTISTS BOARD

Performa for Pre-qualification of Companies /Firms For Construction of Irrigation projects

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

TENDER NO.KP1/5DA/PT/04/13-14 PRE-QUALIFICATION OF SIGNAGE CONTRACTORS

3. BIDDERS QUALIFICATION CRITERIA

GOVERNMENT OF KARNATAKA


STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

Agro Chemical Products/Pesticide

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

EXPRESSION OF INTEREST (EOI)

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

Section 6: Returnable Bidding Forms / Checklist

KENYA SEED COMPANY LTD

United Nations Development Programme (UNDP) FOR THE

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

BANK OF UGANDA. Republic of Uganda BIDDING DOCUMENT

EXPRESSION OF INTEREST (EoI) Supply, Installation, Operation and Maintenance of Water Treatment Technology for Ranney Wells Noida, Uttar Pradesh

Tanahu Hydropower Limited. Invitation for Expression of Interest (EOI) for consultancy services. for

EXPRESSION OF INTEREST NOTICE Date: 9 October 2013 UNDP/EOI/13/105

Section IV. Bidding Forms

EXPRESSION OF INTEREST (EOI)

Preparation of Risk Register

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED

INVITING EXPRESSIONS OF INTEREST

PWANI UNIVERSITY TENDER NO. PU/PRQ/01/2016

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR 2018/2019/2020 NMK/T/9/2018/2019/2020

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

3 Responsibility Centre COS - CenPEEP 4 Brief scope of work The engagement with NTPC will be in the following steps:

GUJRANWALA ELECTRIC POWER COMPANY LIMITED

Title: Supply & Laying of Waterproofing to Factories & Offices at Various industrial estates Reference: MIP/TQF/GEN/D34/12

EXPRESSION OF INTEREST (EoI) Design, Installation, Operation and Maintenance of Bus Queue Shelters Noida, Uttar Pradesh

PRE-QUALIFICATION DOCUMENTS

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

Request for Expression of Interest

Procurement of Works, Major Equipment and Industrial Installations

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

PRE-QUALIFICATION OF HARDWARE AND ELECTRICAL ITEMS SUPPLIERS FOR YEAR PRE-QUALIFICATION DOCUMENT

INVITATION FOR REQUEST FOR INFORMATION (RFI) : OFFICE FURNITURE SUPPLIES

PEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON. Government of Khyber Pakhtunkhwa, PAKISTAN

EXPRESSION OF INTEREST (EOI) LONG FORM. Planning / Engineering Services Assignment

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP)

WEST BENGAL INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION

Section IX. Bidding Forms TABLE OF CONTENTS

Venue for World Water Week in Stockholm

INVITATION FOR PREQUALIFICATION

DEVELOPMENT OF HIGH-RISE TWIN TOWERS ON JOINT VENTURE BASIS AT JAIL ROAD, LAHORE, PUNJAB, PAKISTAN PREQUALIFICATION DOCUMENTS

PUBLIC ADVERTISMENT PRE QUALIFICATION OF MEDICAL SUPPLIERS FOR THE PERIOD -JANUARY 2018 TO DECEMBER 2019

PCO for World Water Week in Stockholm

MARYLAND STADIUM AUTHORITY

TENDER NOTICE 29 th May 2017

INSTRUCTIONS TO TENDERERS

LIGNO-CELLULOSIC BIOMASS TO ETHANOL

Request for Expression of Interest

QEN Construction of New Shaded Car Parking. Oman LNG L.L.C. Pre-Qualification of Tenderers QEN Construction of Artificial Grass

CONTRACTORS, CONSULTANTS AND GENERAL SUPPLIERS PRE QUALIFICATION

Procurement Policy Office

QEN Construction of New Kitchen and Modification to Contractor s Yard Canteen. Oman LNG L.L.C. Pre-Qualification of Tenderers QEN

National Institute of Technology, Uttarakhand

TECHNICAL BID. UTI Infrastructure Technology And Services Ltd.

NOTICE INVITING TENDER (NIT) (e-tender)

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

Expression of interest

Request for Quotations

EXPRESSION OF INTEREST (EOI) Consultancy Services for carrying out

TECHNICAL BID UTI Infrastructure Technology And Services Ltd.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

Facilities & Infrastructure Management Department

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd.

Interested eligible bidders for the captioned project can submit the EoI along with the project concept and mentioned documents.

Request for Proposals (RFP) The provision of labour law specialist services for subsidised public transport contracts to the CSIR

Transcription:

Pre Qualification Document PREPARATION OF MASTER PLAN OF WATER SUPPLY, SEWERAGE, DRAINAGE AND GROUNDWATER MANAGEMENT SYSTEM FOR SHEIKHUPURA, KASUR & NANKANA SAHIB DISTRICTS Lahore Development Authority (LDA) February 2015 WATER ENGINEERING SPECIALIST Strategic Policy Unit, Lahore Development Authority, Lahore. 467 D-2 M.A Johar Town, Lahore

Phone: +92 (42) 99262389 Email: spulda@gmail.com 1. INVITATION FOR PREQUALIFICATION 1.1. Lahore Development Authority (LDA) ( the Employer ) was established in 1975. As per amended act XXVI of LDA in 2013, Lahore Development Authority has been authorized for development work in Sheikhupura, Kasur & Nankana Sahib Districts. LDA has planned to improve basic urban infrastructure and municipal services of mentioned districts by planning, designing, developing and maintaining a water supply, wastewater, storm water and groundwater system in metropolitan areas of respective districts. 1.2. The Employer intends to develop a water and sanitation master plan for Sheikhupura, Kasur & Nankana Sahib Districts that provides a roadmap for establishing physical infrastructure (with costing and institutional arrangement) for provision of water supply, sewerage, storm water drainage and wastewater treatment. The master plan shall be prepared on the basis of the following tasks: 1. Sectoral assessment (water, sewerage, drainage, institutional arrangement, organizational structure, legal and regulatory framework, financial management etc.) (i) Institutional & Organizational (ii) Legal & Regulatory Guidelines. (iii) Financial Management. 2. Water supply, sewerage, storm water drainage and groundwater management profile of District Sheikhupura, District Kasur and District Nankana sahib. 3. Hydrological, hydro-geological and environmental study of existing water supply, drainage and groundwater facilities and reservoirs. 4. Assessment of level of contaminations in existing water reservoirs (surface water, underground water etc). 5. Master plan for water supply, sewerage and storm water drainage on projected population and facilities of 2040 after considering all available options. 6. Detailed assessment of alternatives for water supply and options for re-organization of existing water supply network into manageable zones. (water harnessing and supply) 7. Different options for integration of existing water supply, sewerage and drainage network into proposed network. 8. Environmental Impact Assessment. 9. Financial and institutional strategy for implementing master plan. 1.3. The Employer intends to select entities (companies/joint ventures/consortia, as the case may be) that meet the Prequalification Criteria (set out below in Section 3 of this document) for this project known as Preparation of Master Plan for Water Supply, Sewerage & Drainage System of Kasur, Sheikhupura & Nankana Sahib. 1.4. Evaluation of Prequalification Applications: a. An applicant whose Prequalification Application is determined by the Employer to be responsive and as meeting the Prequalification Criteria specified in Section 3 shall be designated as a "Prequalified Bidder".

b. An Applicant whose Prequalification Application is determined by the Employer to be non-responsive or as not meeting the Prequalification Criteria specified in Section 3shall be designated as a "Non-Prequalified Bidder". 1.5. Requests for Proposal shall be issued only to Prequalified Bidders. The expected schedule is as follows: Activity Target Date Requests for Proposal March 05, 2015 Submission of bids April 05, 2015 Award of contract May 05, 2015 2. INSTRUCTIONS TO APPLICANTS 2.1. Applications for prequalification (one original and five [5] copies) must be received in sealed envelopes to be delivered by hand or through registered mail to: WATER ENGINEERING SPECIALIST STRATEGIC POLICY UNIT, LAHORE DEVELOPMENT AUTHORITY, LAHORE. 467 D-2 M.A JOHAR TOWN, LAHORE PHONE: +92 (42) 99262389 EMAIL: SPULDA@GMAIL.COM 2.2. Applications should be delivered no later than 1500hrs on Prequalification Application Deadline Date and be clearly marked Application for Prequalification of LDA Master Plan Study. 2.3. Applications shall be submitted using Application Forms (A-1 to A-6) annexed with this document. 2.4. The name and mailing address of the Applicant shall be clearly marked on the envelope. 2.5. Applications shall be prepared in English language and all relevant forms shall be filled out in English. Information in any other language shall be accompanied by its certified translation in English. Non-compliance of the above requirement may result in disqualification of relevant Applicants. 2.6. Applicants must respond to all questions and provide complete information as advised in this document (Application Forms A-1 to A-6 annexed with this document). Failure or omission to provide the aforementioned essential information may result in disqualification of the Applicant.

2.7. Prequalification is open to both Pakistan-based entities as well as those based abroad, provided they are duly incorporated under the laws of their country. Pakistan-based entities have to be registered with Pakistan Engineering Council (PEC). 2.8. The Employer reserves the right to cancel the prequalification process and reject all applications without liability or obligation to inform Applicants. 2.9. Prequalified Bidders may participate only in one bid for the project. If a Prequalified Bidder submits more than one bid for the project, singly or as part of a joint venture, all bids that include that bidder shall be rejected. This rule does not apply to bids that include sub-contractors who are used by more than one bidder. 3. PREQUALIFICATION CRITERIA 3.1. Applicants shall be evaluated on the following eligibility criteria set out below regarding financial soundness, experience and technical strength (as demonstrated by the Applicant s responses in the Application Letter (A-1) and Application Forms A-2 to A-6 annexed with this document). Max score Positive score mandatory Financial Soundness (10 points) F1. Annual turnover in last three financial years (FYs 2012-13, 2013-14, 2014-15) 10 - <=PKR 160m = 5 points, >=PKR 160m = 10 points, values in-between shall be prorated.

Experience (55 points) E1. Time since commencing operations 15 - <=5 years = 0 points, >=5 years and <10 = 10 points, >10 years = 15 points values in-between shall be prorated. E2. Water and sanitation planning of city of similar nature 10 - E3. Water and sanitation planning of large metropolitan area 10 - E4. Water and sanitation planning of old city (>200 years) 10 - E5. Water and sanitation planning of city with comparable social, economic, and political environment as Shiekhupura, Nankana or Kasur E6. Water and sanitation planning of city dependent on groundwater abstraction for water supply 5-5 -

Technical Strength (35 points) T1. Number of permanent employees 10 <=50 people = 0 points, >=100 people = 10 points, values in-between shall be prorated. T2. Available technical expertise (under permanent employment) specific to this project 15 Water supply (groundwater) = 2 point, Water supply (surface water) = 2 point, Civil engineering(water supply) = 1 point, Electrical engineering = 1 point, Mechanical engineering = 1 point, Civil engineering (sanitation) = 1 point, Hydrology = 2 point, Hydrogeology = 2 point, Wastewater treatment = 2 point, Sociology = 1 point, Urban Economics = 2 point, GIS = 2 point, Finances = 2 point, Institutions = 2 point, Environmental = 2 point. 3.2. A short-list of seven (7) highest ranked Applicants or less scoring more than a minimum of 65 points (in addition to meeting the minimum criteria) shall be established. Prequalified Bidders will be invited to submit a technical and financial proposal. Non-Prequalified Bidders will be informed accordingly. 3.3. Applicants shall submit, with appropriate referencing in Application Form where required, the following documents as proof of its eligibility:

Documentary Evidence D1. Certificate of Incorporation D2. Memorandum and Articles of Association (if applicable) D3. Audited financial statements FY 2010-11 FY 2011-12 FY 2012-13 D4. National Tax Number certificate (if Pakistan-based) D5. Income tax returns (if Pakistan-based) FY 2010-11 FY 2011-12 FY 2012-13 D6. Sales Tax Registration certificate (if Pakistan-based) D7. Certificate of Registration with the Pakistan Engineering Council (if Pakistan-based) D8. Reference letters from two (2) clients 3.4. Applicants shall also be required to submit an affidavit affirming and declaring on oath that the Applicant: a. is not in bankruptcy or liquidation proceedings; b. is not making any misrepresentations or concealing any material detail; c. has not been convicted of, fraud, corruption, collusion or money laundering; d. is not aware of any conflict of interest or potential conflict of interest arising from prior or existing contracts or relationships which could materially affect its capability to comply with its obligations; e. does not fall within any of the circumstances for ineligibility or disqualifications; and f. is not blacklisted by any public body of Pakistan. 3.5. The Employer reserves the right to waive minor deviations, if these do not materially affect the capability of the Applicant to perform the contract. In such case, similar relaxation shall be provided to all Applicants so affected. Sub-contractor s experience and resources shall not be taken into account in determining the Applicant s compliance with the qualifying criteria.

3.6. The Employer reserves the right to seek additional information, missing information, and/or clarification of submitted information, from any applicant. In such case, similar opportunity shall be provided to all Applicants so affected. 3.7. Prequalified Bidders shall be required to update the financial and technical information used for prequalification at the time of submission of their bids to confirm continued compliance with the Prequalification Criteria. A bid shall be rejected if the Applicant no longer meets the qualification thresholds at the time of bidding. 3.8. The Employer may verify information provided in prequalification documents through any means necessary, and reserves the right to disqualify a bid at any stage of the bidding process if the Applicant is found to have willfully misrepresented information. 4. JOINT VENTURES 4.1. Any collaboration between different legal entities (by whichever name, not limited to joint-venture, partnership, consortium, etc.) shall be considered as a JV for the purposes of this section. 4.2. Lead partner of a JV shall be required to meet the financial criteria provided in Section 3 in order for the JV to prequalify. However, technical criteria may be met individually by any of the partners, or collectively as a JV. 4.3. Any change in the corporate structure or constituent documents of a prequalified JV after prequalification, shall be subject to the written approval of the Employer prior to the deadline for submission of bids. Such approval may be denied if: 4.4. partner(s) withdraw from a JV and none of the remaining partners meet the qualifying technical criteria; or 4.5. Substantial reduction in competition occurs. 4.6. The prequalification of a JV shall not necessarily prequalify any of its partners/stakeholders individually or as a partner in any other JV. In case of dissolution of a JV, a member may prequalify if it meets the criteria specified in Section 3. 4.7. Prequalification application submitted by a JV must be signed by an authorized signatory on behalf of all members in a JV so as to legally bind all partners, jointly and severally. 4.8. Each partner of the JV must provide affidavit referred to in Sub-section 3.4 individually. 4.9. The application shall be submitted with a copy of a legally enforceable JV agreement providing joint and several liability with respect to the contract.

Application Form A-1 Letter of Application [Letterhead paper of the Applicant (or lead partner of a joint venture), including full postal address, telephone no., fax no. and e-mail address] Date:... To: Water Engineering Specialist Strategic Policy Unit, LDA, Lahore Dear Sir, 1. Being duly authorized to represent and act on behalf of... (hereinafter the Applicant ), and having reviewed and fully understood all the prequalification information provided, the undersigned hereby applies to be prequalified as a bidder for the following contract(s) under the preparation of master plan for water, wastewater, stormwater, drainage and groundwater management system for Sheikhupura, Kasur & Nankana Sahib Districts project: 2. LDA or its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents, and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This Letter of Application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information, to provide such information deemed necessary and requested by yourselves or the authorized representative to verify statements and information provided in this application, or with regard to the resources, experience, and competence of the Applicant. 3. LDA or its authorized representatives may contact the following persons for further information 1, if needed. 1 Application by joint ventures should provide information for each party to the application on a separate sheet.

General, Financial and Managerial Inquiries Contact 1 Telephone 1 Contact 2 Telephone 2 Technical Inquiries Contact 1 Telephone 1 Contact 2 Telephone 2 4. This application is made with the full understanding that: (a) (b) (c) Bids by Prequalified Bidders will be subject to verification of all information submitted for prequalification at the time of bidding; LDA reserves the right to reject or accept any application, cancel the prequalification process, and reject applications; and LDA shall not be liable for any such actions or consequence of, and shall be under no obligation to inform us of the grounds for actions at 5(b) here above. [Applicants who are not joint ventures should delete paras 5&6] 5. Appended to this application, we give details of the participation of each party, including capital contribution and profit/loss agreements, to the joint venture or association. We also specify the financial commitment in terms of the percentage of the value of the contract, and the responsibilities for execution of the contract. 6. We confirm that in the event that we bid, that bid as well as any resulting contract will be (a) (b) Signed so as to legally bind all partners, jointly and severally; and submitted with a Joint Venture agreement providing the joint and several liability of all partners in the event the contract is awarded to us. 7. Appended to this application are the documents indicated by the checklist below. We accept that missing documents may result in our disqualification from the prequalification process.

Documents Checklist Certificate of Incorporation 2 Memorandum and Articles of Association (if applicable) Audited financial statements FY 2010-11 FY 2011-12 FY 2012-13 Nation Tax Number certificate (if Pakistan-based) Income tax returns (if Pakistan-based) FY 2010-11 FY 2011-12 FY 2012-13 Sales Tax Registration certificate (if Pakistan-based) Certificate of Registration with the Pakistan Engineering Council (if Pakistan-based) Reference letters from two clients 8. The undersigned declare that the statements made and the information provided in the duly completed application are complete, true, and correct in every detail. Signed 2 For applications by joint ventures, all the information requested in the prequalification documents is to be provided for the joint venture, if it already exists, and for each party to the joint venture separately. The lead partner should be clearly identified. Each partner in the joint venture shall sign the letter.

Signed Name Name For and on behalf of (name of Applicant or lead partner of a joint venture) For and on behalf of (name and signature of other partners of the joint venture)

Application Form A-2 Page of Pages General Information [Applicant or each partner of a joint venture applying for prequalification is required to complete the information in this form.] 1. Name of Firm 2. Head Office Address 3. Telephone Contact Person: Name: Title: 4. Fax Telex 5. Place of Incorporation/registration Year of incorporation/registration 6. No. of permanent employees No. of permanent professional staff 7. Other offices 1. 2. 3. 4. 5. City Country Employees

Application Form A-3 Joint Venture/Consortium Summary Page of Pages Names of all Partners of a Joint Venture/Consortium 1. Lead Partner 2. Partner 3. Partner 4. Partner 5. Partner 6. Partner

Application Form A-4 Financial Information Page of Pages Name of Applicant or partner of a joint venture [The information supplied should be supported with audited financial statements of the Applicant or lead partner of a joint venture] Year Annual Turnover Currency Reference FY 2010-11 FY 2011-12 FY 2012-13 Year Net Profit Currency Reference FY 2010-11 FY 2011-12 FY 2012-13

Application Form A-5 Water and Sanitation Experience 3 Location Population Area (km 2 ) Age River (if any) Water supply source 1. 2. 3. 4. 5. 6. 3 Each experience listed in this form should be accompanied by details of the contract (Application Form A-6)

Application Form A-6 Details of Contracts Page of Pages Name of Applicant or partner of a joint venture [Use a separate sheet for each contract] 1. Name of Contract Location 2. Name of Employer 3. Employer Address... 4. Nature of work and similarity to this project...... 5. Contract Role (Tick One) (a) Sole Contractor (b) Sub- Contractor (c) Partner in a Joint Venture 6. Value of the total contract (in PKR) at completion, or at date of award for current contract. 8. Date of Award 9. Date of Completion 10. Contract Duration (Years and Months) Years Months

11. Contract Requirements......... 12. Reference 4 4 Each copy of form A-6 must be accompanied by a reference letter from respective employer