Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

download Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

of 48

Transcript of Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    1/48

    TRANSMISSION COMPANY OF NIGERIA

    STANDARD PREQUALIFICATION DOCUMENT

    FOR

    PROCUREMENT AND CONSTRUCTION WORKS

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    2/48

    1

    Issued February, 2010

    TABLE OF CONTENTSPages

    Invitation for Prequalification 2

    Letter of Application 10

    General Information (Form 1) 14

    General Experience Record (Form 2) 15

    Joint Venture Summary (Form 2A) 16

    Particular Experience Record (Form 3) 17

    Relevant projects designed in theLast five to ten yrs (Form 3A) 18

    Summary Sheet: Current ContractCommitments / Works in Progress (Form 4) 19

    Personnel Capabilities (Form 5) 20

    Candidate Summary (Form 5A) 21

    Equipment Capabilities (Form 6) 22

    Financial Capability (Form 7) 23

    Litigation History (Form 8) 25

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    3/48

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    4/48

    3

    9. The pre-qualified bidders shall obtain bidding documents for a non refundable

    fee of N350,000.00.

    2. Submission of Applications

    2.1 Submission of completed pre-qualification documents must be received in

    sealed envelopes, either delivered by hand or by registered mail to:

    Assistant General Manager (Procurement) TCN, Room 228

    Power Holding Company of Nigeria

    Plot 441, Zambezi Crescent, Maitama District,Abuja, Nigeria.

    Tel: +2348055027497

    [email protected]

    Not later than 05.00 pm on Tuesday 30th March, 2010 and be clearly marked

    PREQUALIFICATION FOR PROCUREMENT AND CONSTRUCTION

    2010Opening of Application will be at 10.00hrs on Wednesday 31

    stMarch 2010.

    2.2 The name and mailing address of the Applicant shall be clearly marked on

    the envelope.

    2.3 All the information requested for Pre-qualification shall be answered in

    English Language by all applicants and joint ventures, including foreign

    firms. Where information is provided in another language, it shall be

    accompanied by a translation of its pertinent parts into English. This

    translation will govern and will be used for interpreting the information.

    2.4 Failure to provide information/supporting document that is essential to

    evaluate the Applicants qualifications, or to provide timely clarification or

    substantiation of the information supplied, may result in disqualification of

    the Applicant.

    mailto:[email protected]:[email protected]:[email protected]
  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    5/48

    4

    2.5 All attached forms (Form 1-8) including letter of application must

    be properly completed and submitted. The pre-qualification of

    bidders will depend on the information contained in these forms

    3. Qualification Criteria

    3.1 Pre-qualification will be based on meeting 75% of all the following criteria

    regarding the Applicants general information and particular experience

    record, personnel and equipment capabilities, and financial position, as

    demonstrated by the Applicants responses in the forms attached to the

    Letter of Application.

    3.2 General Experience: The Applicant shall meet the following minimum

    criteria:

    (a) Average annual turnover as prime contractor

    (defined as billing for works in progress and completed) over the

    last five (5) years of US$ 10 million or its equivalent; for 330kV

    projects and US$5 million for 132kV and provision of bank

    statements to support these claims should be attached.

    (b) Successful experience as prime contractor in the execution of at

    least three (3) projects of a similar nature and complexity

    comparable to the proposed contract within the last five to ten (5

    10) years;

    3.4 Minimum Local Content:

    Bidders must show plans for employment and development of at

    least two local engineers during the project in line with Federal

    Government policy and payment of engineers training allowance of

    minimum of N50,000 per month.

    3.5 Personnel Capabilities. The Applicant must have suitably qualified

    personnel to fill the relevant underlisted positions as detailed in the

    following table. In Form 5, the Applicant will supply information on a prime

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    6/48

    5

    candidate and an alternate for each position; both people should meet the

    experience requirements specified below:

    Total Experience(Years)

    In SimilarWorks (Years)

    As Manager of SimilarWorks (Years)

    Project Manager 15 5 3

    Lines Engineer 10 5 3

    Site Manager (Electrical) 10 5 3Civil Engineer 10 5 3

    Evidence of registration with relevant professional bodies is required in all the

    cases. A passport photograph of each candidate should be attached.

    3.6 Equipment Capabilities. The Applicant should own, or have assured

    access (through hire, lease, purchase agreement, availability of

    manufacturing equipment, or other means) of the following key items of

    equipment in full working order, and means demonstrate that, based on

    known commitments, they will be available for use in the proposed

    contract. The applicant may also list alternative equipment that it would

    propose for the contract, together with an explanation of the proposal.

    Proof of ownership where ownership is claimed must be attached or

    authority/ agreement to lease where lease is intended.

    No equipment type and Characteristics Minimum number required

    1 20 tons mobile crane 2

    2 High precision earth resistance test set 2

    3 Dielectric (Insulation Resistance) test set 5kV 2

    4 Primary current injection test set(1000A and

    above)

    1**

    5 Secondary current injection test set 1**

    6 Transformer oil 1**

    7 Ratio meter 1**

    8 Bulldozer 2

    9 Concrete Mixer 5 Tons (Minimum) 2

    10 Stringing/Tensioning machine (2 Tons) 2*

    11 Pulling Machine (2 Tons) 5*

    12 Excavators 2

    Note: * Required for Transmission Line projects only.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    7/48

    6

    ** Required for Substation projects only.

    3.7 Financial Position. The Applicant shall demonstrate that it has access to,

    or has available, liquid assets, unencumbered real assets, lines of credit,

    and other financial means sufficient to meet the Design and Engineeringcash flow for a period of three (3) months, estimated at US$2.5 million

    equivalent, net of the Applicant's commitments for other contracts.

    3.8 Litigation History. The Applicant should provide accurate information on

    any litigation or arbitration resulting from contracts completed or under its

    execution over the last five to years.

    3.9 All bidders must submit copies of Company Registration forms C02

    and C07 from Company and Allied Commission (CAC)

    4. Joint Ventures

    4.1 Joint ventures must comply with the following requirements:

    (a) Following are the minimum qualification requirements:

    (i) The lead partner shall meet not less than 60 percent of all

    the qualifying criteria given in paragraphs. 3.3 and 3.5 above.

    (ii) The other partners shall meet individually not less than 40 percent

    of all the qualifying criteria given in paragraphs. 3.3 and 3.4 above

    must have individually executed verifiable projects of at least a

    voltage level lower than the one being tendered for in Nigeria. All

    document relating to the project of reference must be attached with

    contact address, phone and e-mail of clients contact person.

    (iii) The joint venture must satisfy collectively the criteria of section 4, for whichpurpose the relevant figures for each of the partners shall be added together to arrive atthe joint venture's total capacity. Individual members must each satisfy the requirements

    of paragraphs. 3.7 and 3.8 above.

    (b) No change of partner of a pre-qualified Joint Venture (JV) shall be

    allowed. If any of the partners in a Joint Venture withdraws anytime after

    pre-qualification the prequalification letter stands nullified.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    8/48

    7

    (c) The bid shall be signed so as to legally bind all partners, jointly and

    severally, and shall be submitted with a copy of the joint venture

    agreement providing the joint and several liabilities with respect to the

    contract.

    (d) Signed letters of commitment to the prequalification documents from the

    MD/CEO of each member of the consortium must be included.

    4.2 The Pre-qualification of a joint venture does not other necessarily pre-

    qualify any of its partners individually or as a partner in any joint venture or

    association. In case of dissolution of a joint venture, each one of the

    constituent firms may prequalify if it meets all of the prequalification

    requirements, subject to the written approval of the Employer.

    4.3 Where a company is in a Joint Venture (JV), Partnership or Consortium

    Agreement, evidence of such a relationship must be signed by the Chief

    Executives/Partners and witnessed by a Notary Public. Each member

    company must be severally and jointly liable under the Agreement. The JV

    Agreement must be attached.

    Joint Venture agreement must be duly registered with Corporate Affairs

    Commission (CAC) before the contract is placed with the successful

    bidder.

    5. Public Sector Companies

    5.1 Public-owned enterprises may participate if, in addition to meeting all the

    above requirements, they are also legally and financially autonomous,

    they operate under commercial law, and they are not a dependent agency

    of Government.

    6. Updating Pre-qualification Information

    6.1 Bidders shall be required to update the financial information used for

    Pre-qualification at the time of submitting their bids and to confirm their

    continued compliance with the qualification criteria. A bid shall be rejected

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    9/48

    8

    if the Applicant's qualification thresholds are no longer met at the time of

    bidding.

    7. General

    7.1 Only firms and joint ventures that have been pre-qualified under this

    procedure will be invited to bid.

    A qualified firm or joint venture may submit in only one bid for a lot. If a

    firm submits more than one bid, singly or in joint venture for a lot, all bids

    including that party will be rejected. This rule will not apply in respect of

    bids that include specialist subcontractors who are used by more than one

    bidder.

    7.2 Bidders will be required to provide bid security in the form of a certified

    cheque, letter of credit, or a bank guarantee from a reputable bank

    acceptable to CBN valued at 2% of the total offer. The successful bidder

    will be required to provide performance security. Examples of acceptable

    forms will be supplied with the bidding documents. The foreign partner of a

    Joint Venture must provide bid security of 2% for the foreign portion of the

    bid price.

    7.3 The Employer reserves the right to:

    (a) amend the scope and value of any contract to be bidded in which

    event the contractor will only be bidding among those prequalified

    bidders, who meet the requirements of the contract as amended;

    (b) reject or accept any application, and

    (c) Cancel the prequalification process and reject all applications.The Employer shall neither be liable for any such actions nor be

    under any obligation to inform the Applicant of the grounds for

    them.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    10/48

    9

    LETTER OF APPLICATION

    Date: __20/03/2010

    TO:

    The Chief Executive Officer

    Transmission Company of Nigeria

    441, Zambezi Crescent, Maitama District,

    Abuja, Nigeria.

    Ladies / Gentlemen,

    1. Being duly authorized to represent and act on behalf of

    EVEREST/HORIZON/MODEV JV___________________________________________________________(Hereinafter referred to as the Applicant), and having reviewed and fully understood

    all of the Prequalification information provided, the undersigned hereby apply to be

    prequalified by yourselves as a bidder for the following contracts:

    2. Attached to this letter are copies of original documents defining1

    (a) the Applicant's legal status;

    (b) the principal place of business; and

    (c) the place of incorporation (for applicants who are corporations), or the place of

    registration and the nationality of the owners (for applicants who are partnerships

    or individually-owned firms).

    PROJECT NUMBER PROJECT NAME

    (A) PROCUREMENT AND CONSTRUCTION

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    11/48

    10

    3. Your Agency and 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 as requested by

    you to verify statements and information provided in this application, such as the

    resources, experience, and competence of the Applicant.

    4. Your Agency and its authorized representatives may contact the followingpersons for further information:

    General and Managerial inq uir ies

    Contact 1: Mr.Dipankar Choudhury Telephone 1: +919432262525

    Contact 2: ABELLA OSAGAE Telephone 2:, 08039601965

    Personnel inquir ies

    Contact 1:Mrs Trisha Sinha Telephone 1: +919239256796

    Contact 2: SARA UYOVBUKEVHI Telephone 2: 08063145046

    Technical inquir ies

    Contact 1: Mr. T.Ghosal Telephone 1: +919331170827

    Contact 2: DANIEL AKATUGBA Telephone 2: 08036334544

    Financia l inquir iesContact 1: MR. JUDE OKECHUKWU Telephone 1:08039601965

    Contact 2: EVELYN ETUKUDO Telephone 2:08137978970

    (a) Appl ications by join t ventu res - All the information requested in the prequalification documents is to be provided for

    the joint venture, 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.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    12/48

    11

    (b) Applications by joint ventures should be provided on a separate sheet different from information for each party to the

    application.

    5. This application is made with the full understanding that:

    (a) Bids by prequalified applicants will be subject to verification of allinformation submitted for prequalification at the time of bidding;

    (b) Your Agency reserves the right to:

    amend the scope and value of any contract bid under this project; in

    such event, bids will only be called from prequalified bidders who meet

    the revised requirements; and

    reject or accept any application, cancel the prequalification process,and reject all applications.

    (c) Your Agency shall not be liable for any such actions and shall be under no

    obligation to inform the Applicant of the grounds for them.

    Applicants who are not joint ventures should delete paras. 6 and 7 and

    initial the deletions.

    6. Appended to this application, we give details of the participation of each party,

    including capital contribution and profit/loss agreements, in the joint venture or

    association. We also specify the financial commitment in terms of the percentage

    of the value of each contract, and the responsibilities for execution of each

    contract.

    7. We confirm that if we bid, that bid, as well as any resulting contract, will be:

    (a) Signed so as to legally bind all partners, jointly and severally; and

    (b) submitted with a joint venture agreement providing the joint and several

    liability of all partners in the event the contract is awarded to us.

    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.

    9. The undersigned declare and confirm that if any of the information we provided is

    found to be false may form the basis of our disqualification.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    13/48

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    14/48

    13

    APPLICATION FORM (1)

    GENERAL INFORMATION

    All individual firms and each partner of a joint venture applying for prequalification arerequested to complete the information in this form. Nationality information should be

    provided for all owners or applicants who are partnerships or individually-owned firms.

    Where the Applicant proposes to use named subcontractors for critical components of

    the works (reference sub clause 3.2 of the Instructions), the following information should

    also be supplied for the specialist subcontractor(s), together with a brief description of

    their specialized input.

    1 Name of firmMODEV NIGERIA LIMITED

    2 Head office addressNO.9 Circular Road, Presidential Estate, Port Harcourt, Rivers State

    3 Telephone: 08039601965 ContactMR. ABELLA OSAGAE

    4 Fax E-mail: [email protected]

    5 Place of incorporation/RegistrationABUJA

    Year of incorporation /registration: 1992

    Nationality of Owners3

    Name Nationality

    1 Edevbie Oghenekevwe Nigerian

    2 Nosakhare Okungbowa Nigerian

    3To be comp leted by al l owners of par tnerships or ind iv idual ly-owned f i rm s

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    15/48

    14

    APPLICATION FORM (2)

    GENERAL EXPERIENCE RECORD

    Name of Applicant or partner of a joint venture: MODEV NIGERIA LIMITED

    All individual firms and all partners of a joint venture are requested to complete the

    information in this form. The information supplied should be the annual turnover of the

    Applicant (or each member of a joint venture), in terms of the amounts billed to clients

    for each year for work in progress or completed, converted to U.S. dollars at the rate of

    exchange at the end of the period reported.

    Use a separate sheet for each partner of a joint venture)

    Applicants should not be required to enclose testimonials, certificates and publicity

    material with their applications; they will not be taken into account in the evaluation of

    qualifications.

    Annual turnover data (construction only)

    Year Turnover (N) US$ equivalent

    1 2004 N 310,843700.00 2,220,312.14

    2 2005 N510,000,000.00 3,984,375.00

    3 2006 N784,958,930.00 5,688,108.00

    4 2007 N860,140,330.00 6,772,759.00

    5 2008 N978,650,400.00 7,645,706.25

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    16/48

    15

    APPLICATION FORM (2A)

    JOINT VENTURE SUMMARY

    Names of all partners of a joint venture AGE OFPARTNERSHIP

    1 Lead partnerEVEREST INFRAL ENERGY LIMITED Less than one

    Year2 Partner: M/s Horizon Hi Tech engicon Limited Less than one

    Year

    3 Partner: MODEV NIGERIA LIMITEDLess than oneYear

    Total value of annual construction turnover, in terms of work billed to clients, in US$

    equivalent, converted at the rate of exchange at the end of the period reported:

    Annual turnover data (Construction only; US$ equivalent)

    Partner Form 2

    Page

    no.

    Year 1

    2004 - 5

    Year 2

    2005 - 6

    Year 3

    2006 - 7

    Year 4

    2007- 8

    Year 5

    2008 - 9

    1. Lead

    Partner

    3,436,029 6,596,671 7,973,956 17,503,141 17,879,943

    2.

    Partner

    789,121 776,813 2,092,392 1,864,890 1,479,161

    3.

    Partner

    2,220,312.14 3,984,375.00 5,688,108.00 6,772,759.00 7,645,706.25

    Totals6,445,462.14 11,357,859.00 15,754,456.00 26,140,790.00 27,004,810.25

    APPLICATION FORM (3)

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    17/48

    16

    PARTICULAR EXPERIENCE RECORDName of Applicant or partner of a joint venture: MODEV NIGERIA LIMITED

    To prequalify, the Applicant shall be required to pass the specified requirements

    applicable to this form, as set out in the "Prequalification Instructions to Applicants".

    On a separate page, using the format of Form (3A), the Applicant is requested to list all

    contracts of a value equivalent to US$500,000 (at least), of a similar nature and

    complexity to the contract for which the Applicant wishes to qualify which was

    undertak1ing for the last five (5) years. The partners of a joint venture should provide

    details of similar contracts proportionate to their share in the joint venture. The value

    should be based on the currencies of the contracts converted into U.S. dollars, at the

    date of substantial completion, or for current contracts at the time of award. The

    information is to be summarized, using Form (3A), for each contract completed or under

    execution, by the Applicant or by each partner of a joint venture.

    Where the Applicant proposes to use named subcontractors for critical components of

    the works, the information in the following forms should also be supplied for each

    specialist subcontractor.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    18/48

    17

    APPLICATION FORM (3A)

    Relevant projects constructed within the last Five to Ten

    years which best illustrate Qualification

    Project Name:Subcontract for Civil and

    Electromechanical works on the Construction of

    132KV Delta State grid Transmission Line from

    Delta IV power station at Ekakpamre to Ughelli

    and 2 No. 2 x 15MVA 132/33KV Injection

    Transformer Substation, 1No.each at Ughelli and

    Ozoro.

    Country: NIGERIA

    Location within Country: Delta State Site supervisor staff provided by

    your firm:6

    Name of Employer: Income Electrix Limited No. of staff: 88

    Address: 301 PH/ABA Expressway, Port Harcourt No. of staff months: 12

    Start Date

    (Month/Year);

    June 2006

    Completion Date

    (Month/Year)

    Feb.20007

    Approx. Value of Project (in

    current USD) ) $1,039,265.2

    Name of Associated firm(s), if any No. of Month of site supervisory

    staff provided by associated

    Firm(s):Nil

    Name of senior staff (Project manager/Co-ordinator,Team Leader) involved:

    Samuel Asuva Itopa

    Narrative Description of project: Income Electrix has the project and subcontract Civil

    and Electromechanical works to Modev Nigeria Limited .The subcontract price is about is

    about 40% of the total cost of project. Modev has completed her own scope of work

    Description of actual service provided by your site supervisory staff and functions

    performed including responsibilities and man-months spent by the respective

    engineers:

    The supervisory staff ensure that the workforce works in line with client standards and

    meets the schedule

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    19/48

    18

    Client Contact Person Detail

    Name:Irene Obiefule

    Phone Number:07031510288

    Email address:[email protected]

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    20/48

    19

    APPLICATION FORM (3A)

    Relevant projects constructed within the last Five to Ten

    years which best illustrate Qualification

    Project Name:Electrification of Okolor Urhie

    Community, Delta State

    Country: NIGERIA

    Location within Country: Delta State Site supervisor staff provided by

    your firm: 7

    Name of Employer: Niger Delta DevelopmentCommission NDDC

    No. of staff: 68

    Address:6A Olumeni Street Old G.R.A, Port

    Harcourt

    No. of staff months: 10

    Start Date

    (Month/Year)

    January 2005

    Completion Date

    (Month/Year)

    November 2005

    Approx. Value of Project (in

    current USD) ) $203,235.38

    Name of Associated firm(s), if any No. of Month of site supervisory

    staff provided by associated

    Firm(s):Nil

    Name of senior staff (Project manager/Co-ordinator,Team Leader) involved:

    Sara Uyovbukevhi

    Narrative Description of project: Electrification of Okolor Urhie Community, Delta State

    ,including 33KV and LV township distribution Network

    Description of actual service provided by your site supervisory staff and functions

    performed including responsibilities and man-months spent by the respective

    engineers:The supervisory staff ensure that the workforce works in line with client

    standards and meets the schedule

    Client Contact Person Detail

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    21/48

    20

    Name: Engr. Emeka Ani

    Phone Number08052003431

    .

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    22/48

    21

    APPLICATION FORM (4)

    SUMMARY SHEET: CURRENT CONTRACT COMMITMENTS /WORKS IN PROGRESS

    Name of Applicant or partner of a joint venture :MODEV NIGERIA LIMITED

    Applicants and each partner to an application should provide information on their

    current commitments on all contracts that have been awarded, or for which a letter of

    intent or acceptance has been received, or for contracts approaching completion, but for

    which an unqualified, full completion certificate has yet to be issued. on the

    .

    Name of contract Date of Award

    & Cost

    Value of

    outstanding

    work

    (current US$

    equivalent)

    Status of

    Project

    Estimated

    completion

    date

    Engineering, Procurement AndConstruction Of Distribution

    Projects Made Up Of (A) 33/11kvInjection And 11/0.415kv Substations(B) 33kv, 11kv And 0.415kv LinesUnder NIPP Distribution ProjectLot D-Epc-Bn2/5.

    Feb. 2005

    US$

    4,646,757.54

    US $ 388,054.52 40%

    Completed

    December

    2010

    Upgrade of Electrical PowerDistribution Network in NAOC PortHarcourt Office Complex

    Feb. 2010

    $ 8,972,860.72

    $ 8,075,574.65 10%

    Completed

    February

    2011

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    23/48

    22

    APPLICATION FORM (5)

    PERSONNEL CAPABILITIESName of Applicant:

    MODEV NIGERIA LIMITED

    For specific positions essential to contract implementation, applicants should provide

    the names of at least two candidates qualified to meet the specified requirements stated

    for each position. The data on their experience should be supplied in separate sheets

    using one Form (5A) for each candidate.

    1 Title of position PROJECT MANAGER

    Name of prime candidate : Mr. T.K.Ghosal

    Name of alternate candidate Samuel Asuva Itopa

    2 Title of position Site Manager

    Name of prime candidate : Mr. S.Ghosh

    Name of alternate candidate Sarah Uyovbukerhi

    3 Title of position Civil Engineer

    Name of prime candidate : Mr. S.Mukhopadhya

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    24/48

    23

    Name of alternate candidate :Ogolomo Kingsley

    4 Title of position Lines Engineer

    Name of prime candidate : Mr. Bappa Biswas

    Name of alternate candidate : Daniel Akatugba

    APPLICATION FORM (5A)

    CANDIDATE SUMMARY

    Name of Applicant :MODEV NIGERIA LIMITED

    Position Candidate Prime

    Candidateinformation

    1. Name of Candidate 2. Date of birth

    3. Professional qualifications

    Presentemployment

    4. Name of employer:

    Address of employer:

    Telephone, Contact (Manager/personnelofficer)

    Fax: E-mail :

    Job title of candidate Years with present employer

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    25/48

    24

    Summarize professional experience over the last 20 years, in reverse chronological

    order. Indicate particular technical and managerial experience relevant to the Project.

    From To Company/Project/Position/Relevant technical andmanagement experience

    Languages:(Indicate proficiency in speaking, reading and writing of each language: excellent,

    good, fair, or poor.)Certification:

    I, the under signed, certified that to the best of my knowledge and belief, these bio-

    data correctly describe myself, my qualifications and my experience.Signature of authorized official from the firm---------------- Date------------------(All applicants who present the same candidate will be disqualified)

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    26/48

    25

    APPLICATION FORM (5A)

    CANDIDATE SUMMARY

    Name of Applicant :Modev Nigerial Limited

    Position :Project Manager Candidate Alternate

    Candidateinformation

    1. Name of Candidate:

    Samuel Asuva Itopa

    2. Date of birth0201 - 1955

    Professional qualifications::

    - B. Eng. (Civil), 1980 of ABU,Zaria

    - PGD in Project Engineering &Design with MECON, India,1982

    Management Programme certificate of the Indian Institute ofManagement, Calcutta, India, 1982

    Presentemployment

    4. Name of employer : Modev Nigeria Limited

    Address of employer :9 Circular road, GRA Port Harcourt

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    27/48

    26

    Summarize professional experience over the last 20 years, in reverse chronological order.Indicate particular technical and managerial experience relevant to the Project.

    From To Company/Project/Position/Relevant technical and managementexperience

    CONSULTANCY EXPERIENCE

    I was a member of a Project consultant team appointed

    to handle some consultancy jobs for Petroleum TrustFund (PTF) on the Rehabilitation for FederalGovernment colleges in Zone VI (Edo, Delta, Bayelsa,River, AkwaIbom and Cross Rivers States) of theFederation between 1996 and 1999 of project cost of twohundred and fifty million naira.

    I did some consultancy works for Urban DevelopmentBank, Abuja on Waste Management and DisposalSystem in Delta State in 1998.

    I handled design and construction of an Oxygen forDONASULU BROTHERS in Onitsha between 1998 and2000 of project cost two million US dollars and onehundred and fifty million naira component.

    I handled the design of AladjaIsaba road project forDelta State Government of project cost three hundredand seventy five million naira in 2002.

    I have handled the design church auditorium for St.Williams Catholic Church, Orerokpe, Church of God

    Mission Church, Okumagba Avenue, Redeemed Church,Ajamugha, etc.

    Telephone,:08060731281 Contact(Manager/personnelofficer)

    Taoreed Yekini

    Fax Telex

    Job title of candidate :Senior Civil Engineer

    Years with present employerTen Years

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    28/48

    27

    S2001 2001 Project: Construction of foundation plinths for 2Nos.15 MVA

    Substation at Yabba, Benue State.Company: PHCN MakurdiPosition: Supervision

    2002 Project: Construction of foundations for 1No. 30 MVASubstation at Yenezuegene, BayelsaProject: PHCNProject: Supervision

    2002 Project: 36m Tower base construction at Afaya Ikot Ebak,Akwa IbomCompany: SupervisionPosition MTN

    2005 Project: Civil works for 2.5 MVA construction in IgbideCommunity in Delta StateCompany: Delta State GovernmentPosition: Supervision

    2007 Project: Pilling and Construction of 32 Nos. Pilecap at Esamaroute.Company: Seatua Nig. Ltd.Position Engineering Manager( Civil)

    2006 Project: Pilling / Foundation within Okwagbe/Ayakoromorroute in Bomadi/BurutuCompany: Dabskic LtdPosition: Engineering Manager( Civil)

    1985 Project: Gate Entrance Canopy

    Company: D.S.C. ltdPosition: Design & Supervision

    1986 Project:St. Michaels Catholic churchCompany: Catholic ChurchPosition: Design & Supervision

    1998 Project: Feasibility Studies Report on waste management inDelta State.Company: Urban Development BankPosition: Project ReportPreparation

    Languages:

    Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, orpoor.

    LANGUAGE: ENGLISH

    EXCELLENT

    Certification:

    I, the undersigned, certify that to the best of my knowledge and belief, these bio-datacorrectly describe myself, my qualifications and my experience.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    29/48

    28

    Signature of authorized official from the firm---------------- Date------------------(All applicants who present the same candidate will be disqualified)

    APPLICATION FORM (5A)

    CANDIDATE SUMMARY

    Name of Applicant

    MODEV NIGERIA LIMITED

    Position ; Lines Engineer Candidate Alternate

    Candidateinformation

    1. Name of Candidate:

    Akatugba Daniel2. Date of birth0203 - 1970

    Professional qualifications::

    B.Eng. Electrical Electronics Engineering (1998)

    MBA (Marketing Management) (2003

    Presentemployment

    4. Name of employer : Modev Nigeria Limited

    Address of employer :9 Circular road, GRA Port Harcourt

    Telephone,:08060731281 Contact(Manager/personnelofficer)

    Taoreed Yekini

    Fax Telex

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    30/48

    29

    Summarize professional experience over the last 20 years, in reverse chronological order.Indicate particular technical and managerial experience relevant to the Project.

    From To Company/Project/Position/Relevant technical and managementexperience

    Project conception, design and Supervision33kvdouble circuit galvanized tower transmission line andsubstation to Ota Obasanjo farms in conjunction withEnergo Limited.

    Project conception, design and Manager33kv doublecircuit galvanized tower transmission line River

    Crossing Project at Makurdi, Benue State in conjunctionwith Energo Limited.

    Project conception, design and Bid Evaluation Manager33kv double circuit galvanized tower transmission lineRiver Crossing Project at Ijora Lagos State inconjunction with Energo Limited

    Project conception, design and supervision33kvdouble circuit H-Poles LDN project in Abeokuta City

    Project design and Manager, Model IPP Interface and33/11kv injection s/s project, Ikot Abasi in conjuctionwith Idito Fishers LimitedProject Manager, Emergency Power Projects (EPP) forFCT in conjunction with Aggrekko International andGeometrics Limited.

    Project Asst. Manager66kv Single Circuit galvanizedtower transmission line

    form Jos to Ankwil in conjunction with NigeriaElectricity Corporation Jos

    Limited.

    Technical Specifications Member, Steering Committeeon River State Independent

    Power Project and PPA Agreement AppraisalProject ExpertNational Distribution Reengineering

    Projects.Project Manager, Abuja SCADA Programme

    DAKOVA ENGINERING SERVICES (2002-2004)

    POSITION: PROJECT ENGINEER

    Contract Operations management of various ranges ofpower and civil engineering

    Job title of candidate :Project Manager

    Years with present employerEight Years

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    31/48

    30

    projects across Nigeria in conjunction with internationaltechnical partnerships.

    Design and Implementation of EPC Projects involvingpower systems

    Ensuring that quality standards and specifications areachieved in all projects.

    Long range engineering planning for hydroelectricplants, Thermal

    PROJECTS HANDLED

    Running of 33kV/415V transmission lines, installationof 500kV/415V transformers, erection of HT andLT poles, testing and commissioning for Ibeno Ruralelectrification Project by Mobil Producing.

    Electrical installation of classroom blocks, installation of

    LV panels, 500KV/415V transformer, externalfloodlighting, smoke & gas detector for Mobil Pegasus

    School.

    Electrical installation, smoke and fire detector

    installation and as built drawing design for UBA Nigeria

    PLC Branch, Eket.

    Electrical installation of 500kv/415kv transformer, LVpanels, electrical motor and design of electrical layout of

    buildings

    Languages:

    Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, orpoor.

    LANGUAGE: ENGLISH

    EXCELLENT

    Certification:

    I, the undersigned, certify that to the best of my knowledge and belief, these bio-datacorrectly describe myself, my qualifications and my experience.

    Signature of authorized official from the firm---------------- Date------------------(All applicants who present the same candidate will be disqualified)

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    32/48

    31

    APPLICATION FORM (5A)

    CANDIDATE SUMMARY

    Name of Applicant

    MODEV NIGERIA LIMITED

    Position ; Site Manager Candidate Alternate

    Candidateinformation 1. Name of Candidate: :Sarah Uyovbukerhi 2. Date of birth0512 - 1976

    Professional qualifications::B.ENG. Elect / Elect (1997)M. Eng. Elect/Elect (2006

    Present

    employment

    4. Name of employer : Modev Nigeria Limited

    Address of employer :9 Circular road, GRA Port Harcourt

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    33/48

    32

    Summarize professional experience over the last 20 years, in reverse chronological order.

    Indicate particular technical and managerial experience relevant to the Project.

    From To Company/Project/Position/Relevant technical and managementexperience

    RESPONSIBILITIES

    Overall business managementPolicy and strategic planningContract management and planning

    Coordination of senior managers and general staff

    PROJECTS HANDLED

    Electrical distribution network for Dresser KelloggEnergy Services limited

    Comprising 9 projects site. Distribution panels wereinstalled, lightning protection

    systems, fire and gas detection systems etc.Revamping of fire and gas detection systems for

    Nigerian Gas Company at Shagamu

    and Ewekoro.

    Inspection, testing, suppression, monitoring,

    surveillance, preparation of the as built drawings and

    commissioning of the electrical and instrumentation

    installations of all wells and Soku gas transfer point.

    This includes 415kV dry transformers, 6.6kV RMU,

    Telephone,:08060731281 Contact(Manager/personnelofficer)

    Taoreed Yekini

    Fax Telex

    Job title of candidate :Project Manager

    Years with present employerSeven Years

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    34/48

    33

    400V LV switchgears, 75kW/100HP submersive pump,underground laying and jointing of the 150mmsq. Supply cablefrom NLNG substation 2 and transformer rectifier for thecathodic protection system

    Languages:

    Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, orpoor.

    LANGUAGE: ENGLISH EXCELLENT

    Certification:

    I, the undersigned, certify that to the best of my knowledge and belief, these bio-datacorrectly describe myself, my qualifications and my experience.

    Signature of authorized official from the firm---------------- Date------------------(All applicants who present the same candidate will be disqualified)

    APPLICATION FORM (5A)

    CANDIDATE SUMMARY

    Name of Applicant

    MODEV NIGERIA LIMITED

    Position ; Civil Engineer Candidate

    Alternate

    Candidateinformation

    1. Name of Candidate: :Ogolomo Kingsley

    2. Date of birth0512 - 1976

    Professional qualifications::B.ENG. Civil Engineer (1998)PGD (2004)

    Presentemployment

    4. Name of employer : Modev Nigeria Limited

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    35/48

    34

    Summarize professional experience over the last 20 years, in reverse chronological order.Indicate particular technical and managerial experience relevant to the Project.

    From To Company/Project/Position/Relevant technical and management experience

    WORK EXPERIENCE

    MODEV NIGERIA LIMITED (2005 TILL DATE)

    SENIOR PROJECT ENGINEER (Civil) responsible for design and construction offoundation works for 132/33kv, 33/11kv, and 11/0.415kv substations.

    CIVIL ENGINEER responsible for site organization and management of severalbuilding projects; construction and supervision of piles; concrete casting andlaying; subsoil investigation and engineering survey.

    ZOLIN LIMITED (2001 2004)PROJECT MANAGER responsible for design, construction and supervision of pilefoundations, pile caps/beams for GSM towers (ECONET WIRELESS) for severalsites in the Niger Delta.

    PRINCIPAL RESIDENT ENGINEER responsible for quality assurance and qualitycontrol of all construction works in accordance with clients specifications

    Address of employer :9 Circular road, GRA Port Harcourt

    Telephone,:08060731281 Contact(Manager/personnelofficer)

    Taoreed Yekini

    Fax Telex

    Job title of candidate :Civil Engineer

    Years with present employerSeven Years

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    36/48

    35

    DATA OF SOME PROJECTS EXECUTED

    S/N PROJECTDESCRIPTION

    LOCATION &YEAR.

    CLIENT INVOLVEMENT

    1 Agip StreetlightMaintenanceproject.

    Agip access roadand basecomplex, Port

    Harcourt.2007.

    NAOC Project Engineer.Supervision andconstruction of associated

    civil works (poleplinths).

    2 Warri-SapeleRoad street lightfurniture.

    Along Warri-Sapele ExpressRoad, DeltaState.2007

    Delta StateGovernment

    Site Engineer

    Supervision andconstruction of civil works(Substation plinths, fence &gate and pole plinths.

    3 TurnkeyConstruction ofBase TranceiverStation (BTS).T4172.

    CommissionersQuarter, Awka,Anambra State.2006.

    MTN Site EngineerSupervision andconstruction of towerfoundation, plinths forequipments, Palisade

    fence, and access road.4 Turnkey

    Construction ofBase TranceiverStation (BTS).T4187.

    45, Edezemewiroad, Nnewi,Anambra State.2006.

    MTN As in 4 above.

    Languages:

    Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, orpoor.

    LANGUAGE: ENGLISH EXCELLENT

    Certification:

    I, the undersigned, certify that to the best of my knowledge and belief, these bio-datacorrectly describe myself, my qualifications and my experience.

    Signature of authorized official from the firm---------------- Date------------------(All applicants who present the same candidate will be disqualified)

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    37/48

    36

    APPLICATION FORM (6)

    EQUIPMENT CAPABILITIES

    The Applicant shall provide adequate information to demonstrate clearly that it has the capabilityto meet the requirements for each and all items of equipment listed in the Instructions toApplicants. A separate Form (6) shall be prepared for each item of equipment listed inParagraph 3.5 of the Instructions to Applicants, or for alternative equipment proposed by theApplicant.

    Item of equipmentHYDRAULICPULLER-TENSIONER

    Equipmentinformation

    1. Name of manufacturerTE.M.A. S.r.I.

    2. Model and power rating108/8/AFO 118HP(87KW)

    3.Capacity5250KG

    4. Year of manufacture2005

    Current status 5. Current locationPort Harcourt

    6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment Owned

    Item of equipmentTENSIONER

    Equipmentinformation

    1. Name of manufacturerTE.M.A. S.r.I.

    2. Model and power rating108/5/F 118HP(87KW)

    2. Capacity6KN

    4. Year of manufacture2007

    Current status 5. Current locationPort Harcourt

    6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment

    Owned

    Name of Applicant MODEV NIGERIA LIMITED

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    38/48

    37

    Item of equipmentMOBILE CRANEEquipmentinformation

    1. Name of manufacturerKATO

    2. Model and power ratingKR25H-3L

    3. Capacity

    20TONS

    4. Year of manufacture

    2002Current status 5. Current locationPort Harcourt6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment owned

    Item of equipmentEXCAVATOREquipmentinformation

    1. Name of manufacturerKOMATSU

    2. Model and power ratingPC 200

    3. Capacity165HP

    4. Year of manufacture2003

    Current status 5. Current locationPort Harcourt6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment owned

    Item of equipmentBULLDOZERSEquipmentinformation

    1. Name of manufacturerKOMATSU

    2. Model and power ratingD6H11, 165-HP

    3. Capacity165HP

    4. Year of manufacture2003

    Current status 5. Current locationPort Harcourt6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment

    owned

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    39/48

    38

    Item of equipmentDIELECTRIC (INSULATION RESSTANCE) TEST SET

    Equipmentinformation

    1. Name of manufacturerAEMC

    2. Model and power ratingMIT 410 TC, CAT IV600V

    3. Capacity200MA- 0.01A 4. Year of manufacture2006Current status 5. Current location

    Port Harcourt6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment Owned

    Item of equipmentSECONDARYCURRENTINJECTIONTESTSETEquipmentinformation

    1. Name of manufacturerAJIL ELECTRONIC CO.

    2. Model and power ratingSCITS 100/,230AC

    3. Capacity

    AC- 250/2A

    4. Year of manufacture

    2004Current status 5. Current location

    Port Harcourt6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment Owned

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    40/48

    39

    Item of equipmentPRIMARYCURRENTINJECTIONTESTSET(1000AANDABOVE)Equipmentinformation

    1. Name of manufacturerAJIL ELECTRONIC CO.

    2. Model and power ratingPCITS 2000/2-230AC

    3. Capacity

    AC- 250/2A

    4. Year of manufacture

    2004Current status 5. Current locationPort Harcourt6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment Owned

    Item of equipmentTRANSFORMEROILTESTEREquipmentinformation

    1. Name of manufacturerAJIL ELECTRONIC CO.

    2. Model and power ratingDTS-60

    3. Capacity0 - 80KV

    4. Year of manufacture2004

    Current status 5. Current locationPort Harcourt

    6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment Owned

    Item of equipment

    CONCRETEMIXER5TON(MINIMUM)Equipmentinformation

    1. Name of manufacturerAJIL ELECTRONIC CO.

    2. Model and power ratingJZC 350 5.5KW

    3. Capacity350L, 215OKG

    4. Year of manufacture2005

    Current status 5. Current locationPort Harcourt6. Details of current commitmentsNil

    Source 7. Indicate source of the equipment Owned

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    41/48

    40

    Owner 8. Name of ownerModev Nigeria Limited9. Address of ownerNo 9 Circular Road Port Harcourt

    Telephone08039601965 Contact name and titleAbella OsaghaeManaging Director

    Fax [email protected]

    Agreements Details of rental/lease/manufacture agreements specific tothe project

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    42/48

    41

    APPLICATION FORM (7)

    FINANCIAL CAPABILITY

    Name of Applicant or partner of a joint venture

    MODEV NIGERIA LIMITED

    Applicants, including each partner of a joint venture, should provide financial information

    to demonstrate that they meet the requirements stated in the Instructions to Applicants.

    Each applicant or partner of a joint venture must fill in this form. If necessary, use

    separate sheets to provide complete banker information. A copy of the audited balance

    sheets should be attached.

    Banker Name of banker: OCEANIC BANK PLC

    Address of banker: Plot 280 Aba/Port Harcourt Expressway, By 1s

    Artillery Junction Port Harcourt, Rivers State.

    Telephone : 08037871912 Contact name and title

    CHIBOZOR OGUNWA

    Fax E-mail:

    chibuzor_oceanicbanknigeria.com

    Summarize actual assets and liabilities in U.S. dollar equivalent (at the rates of

    exchange current at the end of each year) for the previous three years. Based upon

    known commitments, summarize projected assets and liabilities in U.S. dollar equivalent

    for the next two years; unless the withholding of such information is justified by theApplicant to the satisfaction of the Employer.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    43/48

    42

    Financial

    informatio

    n in US$

    equivalent

    Actual:

    Previous five years

    Projected:

    Next two years

    1.

    2004

    2.

    2005

    3.

    2006

    4

    2007

    5.

    2008

    6.

    2009

    7.

    2010

    1. Total

    assets

    1,740,994.29 1,938.759 2,262,195 3,006,722 3,157,058 4,262,228 5,029,429.04

    2. Current

    assets

    931,255.8 928,560 1,048,517 1,383,127 1,659,752 1,908,715 2,252,284.00

    3. Total

    liabilities

    1,445,994.36 1,194,832 1,167,901 1,004,818 1,356,404 1,899,106 2,240,945.08

    4. Current

    liabilities

    547,943.3 544,758 564,933 349,625 489,475 685,265 808,612.7

    5.Profits

    before

    taxes

    189,929.8 372,301 699,075 970,555 1,213,194 1577,152 1,861,039.36

    6. Profits

    after taxes

    117,457.06 267,146 559,258 789,438 986,798 1282,837 1,513,747.66

    Note: Exchange Rate on last date of the financial year (one US Dollar = N).

    2009 1$ = N148

    2008 1$ = N128

    2007 1$ = N127

    2006 1$ = N128

    2005 1$ = N138

    2004 1$ = N130

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    44/48

    43

    Specify proposed sources of financing to meet the cash flow demands of the Project,

    net of current commitments (Instructions to Applicants, para. 3.6).

    Sourcing of financing Amount (US$ equivalent)

    1.BANK LOAN $ 3,500,000.00

    2. OWNED FUNDS $ 206,667.00

    3. EQUIPMENT LEASING $ 200,000.00

    Attach audited financial statements for the last three years (for the individual applicant

    or each partner of a joint venture). The leader of a Joint Venture and other partners

    must each satisfy the conditions as stated in item 4.1a in their declared turnover.

    Firms owned by individuals, and partnerships, may submit their balance sheets certified

    by a registered accountant, and supported by copies of tax returns, if audits are notrequired by the laws of their countries of origin.

    Indicate contract finance capabilities/credit which can be applied to the project with

    proof.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    45/48

    44

    FORM 8

    EQUIPMENT MANUFACTUERS FOR LINES

    S/N Equipment Suppliers/Manufacturers Country of Origin Authorization

    1. Towers Tingli Steel StructureCompany

    CHINA FromManufacturers

    2. Hardware EMI Ltd INDIA FromManufacturers

    3. Conductors &OPGW

    EMI Ltd INDIA FromManufacturers

    4. Insulators EMI Ltd INDIA FromManufacturers

    5. Fittings EMI Ltd INDIA FromManufacturers

    6. Counterpoise EMI Ltd INDIA FromManufacturers

    FORM 9

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    46/48

    45

    EQUIPMENT MANUFACTURERS FOR SUBSTATIONSS/N Equipment Suppliers/Manufacturers Country of Origin Authorization

    1. Towers Tingli Steel StructureCompany

    CHINA FromManufacturers

    2. Hardware EMI Ltd INDIA FromManufacturers

    3. Conductors &OPGW

    EMI Ltd INDIA FromManufacturers

    4. Insulators EMI Ltd INDIA FromManufacturers

    5. Fittings EMI Ltd INDIA FromManufacturers

    6. Counterpoise EMI Ltd INDIA FromManufacturers

    FORM 9 CONT.

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    47/48

    46

    14. Diesel Generator 1.Jubaili Bros.2. Marapco3. Carterpillar

    NIGERIANIGERIANIGERIA

    FromManufacturersor Suppliers

    15. Switch YardLighting

    Yapuer LightingCompany

    CHINA FromManufacturers

    16. Earthing System EMI Ltd INDIA FromManufacturers

    17. Control and powercables

    EMI Ltd INDIA FromManufacturers

    18. 330kV,132kV,33kVInstrumentTransformers

    ABB Power Lines INDIA FromManufacturers

    19. AC/DC Panel Huadong T & DEngineering Company

    CHINA FromManufacturers

    19. AC/DC Panel Huadong T & DEngineering Company

    CHINA FromManufacturers

    20. Autotransformers ABB Power Lines INDIA FromManufacturers

    21. Shunt Reactors75MVA,330kV

    Herbing ElectricEquipment Company

    CHINA FromManufacturers

    22. Substation ServiceTransmission,330kVA,34.5-0.415kV

    EMI Ltd INDIA FromManufacturers

    23. 34.5 EarthingReactor

    EMI Ltd INDIA FromManufacturers

    24. Control panels Huadong T & DEngineering Company

    CHINA FromManufacturers

    25. Protection panels Huadong T & DEngineering Company

    CHINA FromManufacturers

  • 7/27/2019 Filled Standard Pre-qualification Doc - Procument and Construction Works 2010 Modev

    48/48

    APPLICATION FORM (8)

    LITIGATION HISTORY

    Name of Applicant or partner of a joint ventureMODEV NIGERIA LIMITED

    Applicants, including each of the partners of a joint venture, should provide information

    on any history of litigation or arbitration resulting from contracts executed in the last five

    years or currently under execution (Instructions to Applicants, para. 3.8). A separate

    sheet should be used for each partner of a joint venture.

    Year Award FOR orAGAINST Applicant

    Name of client, cause oflitigation, and matter in dispute

    Disputed amount(current value,US$ equivalent)

    NONE NONE NONE

    *NOTE WITHHOLDING INFORMATION WILL ATTRACT OUTRIGHT

    DISQUALIFICATION