Vous êtes sur la page 1sur 48

TRANSMISSION COMPANY OF NIGERIA

STANDARD PREQUALIFICATION DOCUMENT

FOR

PROCUREMENT AND CONSTRUCTION WORKS

Issued February, 2010

TABLE OF CONTENTS
Pages Invitation for Prequalification Letter of Application General Information General Experience Record Joint Venture Summary Particular Experience Record Relevant projects designed in the Last five to ten yrs Summary Sheet: Current Contract Commitments / Works in Progress Personnel Capabilities Candidate Summary Equipment Capabilities Financial Capability Litigation History (Form 1) (Form 2) (Form 2A) (Form 3) 2 10 14 15 16 17

(Form 3A)

18

(Form 4) (Form 5) (Form 5A) (Form 6) (Form 7) (Form 8)

19 20 21 22 23 25

INVITATION FOR PREQUALIFICATION TRANSMISSION COMPANY OF NIGERIA (TCN)


1. The Federal Government of Nigeria through the Management of Transmission Company Nigeria (TCN) intends to pre-qualify contractors for: (a) PROCUREMENT AND CONSTRUCTION.

2.

Pre-qualification is open to reputable Engineering and Construction Firms.

3.

Bidders currently working for PHCN/NIPP/PMU without substantial progress may not be pre-qualified.

4.

Eligible applicants should collect free of cost the prequalification documents for the above works from the office of:

The AGM (Procurement) TCN Room 228 Power Holding Company of Nigeria, CHQ Plot 441, Zambezi Crescent, Maitama District, Abuja Nigeria. Tel: +2348055027497 E-mail: atonack@yahoo.co.uk 5. 6. Only successful applicants will be invited to tender for the projects. Any company in more than one joint venture, partnership or consortium will not be pre qualified. A minimum requirement for pre-qualification is to have successfully carried out at least three (3) project of similar nature and size in the past five to ten (5-10 years) years. 8. TCN reserves the right to categorize any applicant for 330kV or 132kV projects base on their submissions interest. 2

7.

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 atonack@yahoo.co.uk Not later than 05.00 pm on Tuesday 30th March, 2010 and be clearly marked PREQUALIFICATION FOR PROCUREMENT AND CONSTRUCTION 2010 Opening of Application will be at 10.00hrs on Wednesday 31st March 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.

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

candidate and an alternate for each position; both people should meet the experience requirements specified below:
Total Experience (Years) In Similar Works (Years) As Manager of Similar Works (Years)

Project Manager 15 Lines Engineer 10 Site Manager (Electrical) 10 Civil Engineer 10 Evidence of registration with relevant professional

5 3 5 3 5 3 5 3 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 1 2 3 4 20 tons mobile crane High precision earth resistance test set

Minimum number required 2 2

Dielectric (Insulation Resistance) test set 5kV 2 Primary current injection test set(1000A and 1** above)

5 6 7 8 9 10 11 12

Secondary current injection test set Transformer oil Ratio meter Bulldozer Concrete Mixer 5 Tons (Minimum) Stringing/Tensioning machine (2 Tons) Pulling Machine (2 Tons) Excavators

1** 1** 1** 2 2 2* 5* 2

Note:

Required for Transmission Line projects only. 5

**

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 Engineering cash 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 which purpose the relevant figures for each of the partners shall be added together to arrive at the 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.

(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 prequalify 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

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) (c) reject or accept any application, and 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.

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: PROJECT NUMBER (A) PROJECT NAME PROCUREMENT AND CONSTRUCTION

2. (a) (b) (c)

Attached to this letter are copies of original documents defining1 the Applicant's legal status; the principal place of business; and 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).

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 following persons for further information:

General and Managerial inquiries Contact 1: Mr.Dipankar Choudhury Contact 2: ABELLA OSAGAE

Telephone 1: +919432262525 Telephone 2:, 08039601965

Personnel inquiries Contact 1: Mrs Trisha Sinha Contact 2: SARA UYOVBUKEVHI

Telephone 1: +919239256796 Telephone 2: 08063145046

Technical inquiries Contact 1: Mr. T.Ghosal Contact 2: DANIEL AKATUGBA

Telephone 1: +919331170827 Telephone 2: 08036334544

Financial inquiries Contact 1: MR. JUDE OKECHUKWU Contact 2: EVELYN ETUKUDO

Telephone 1:08039601965 Telephone 2: 08137978970

(a) Applications by joint ventures - 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.

10

(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 all information 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) (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.

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. 11

Signed-Sourav Roy

Signed-G Sengupta

Name: Sourav Roy

Name: G Sengupta

For and on behalf of Infra Energy Limited

M/s Everest For and on behalf of M/s Everest Infra Energy Limited

Signed Signed- Bapi Goshi Name: Debasis Sarkar Name: Bapi Goshi

For and on behalf of Horizon Hi Tech For and on behalf of Horizon Hi Tech Engicon Limited Engicon Limited

Signed

Signed

Name : Name: TAOREED YEKINI

Name: ABELLA OSAGAE

For and on behalf of MODEV NIGERIA LIMITED

For and on behalf of MODEV NIGERIA LIMITED

12

APPLICATION FORM (1)

GENERAL INFORMATION
All individual firms and each partner of a joint venture applying for prequalification are requested 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 2 Name of firm MODEV NIGERIA LIMITED Head office address NO.9 Circular Road, Presidential Estate, Port Harcourt, Rivers State

3 4

Telephone: 08039601965 Fax

Contact MR. ABELLA OSAGAE E-mail: modevnig@yahoo.com

Place of incorporation/Registration ABUJA

Year of incorporation registration: 1992

Nationality of Owners3 Name

Nationality

Edevbie Oghenekevwe

Nigerian

2
3

Nosakhare Okungbowa

Nigerian

To be completed by all owners of partnerships or individually-owned firms

13

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 1 2 3 4 5 2004 2005 2006 2007 2008 Turnover (N) N 310,843700.00 N510,000,000.00 N784,958,930.00 N860,140,330.00 N978,650,400.00 US$ equivalent 2,220,312.14 3,984,375.00 5,688,108.00 6,772,759.00 7,645,706.25

14

APPLICATION FORM (2A)

JOINT VENTURE SUMMARY


Names of all partners of a joint venture 1 Lead partner EVEREST INFRAL ENERGY LIMITED Partner: M/s Horizon Hi Tech engicon Limited AGE OF PARTNERSHIP Less than one Year Less than one Year

Partner: MODEV NIGERIA LIMITED Less than one Year

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. 1. Lead 3,436,029 6,596,671 7,973,956 17,503,141 17,879,943 Year 1 2004 - 5 Year 2 2005 - 6 Year 3 2006 - 7 Year 4 2007- 8 Year 5 2008 - 9

Partner 2. Partner 3. Partner Totals 6,445,462.14 11,357,859.00 15,754,456.00 26,140,790.00 27,004,810.25 2,220,312.14 3,984,375.00 5,688,108.00 6,772,759.00 7,645,706.25 789,121 776,813 2,092,392 1,864,890 1,479,161

APPLICATION FORM (3)

15

PARTICULAR EXPERIENCE RECORD


Name 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.

16

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. Location within Country: Delta State Site supervisor staff provided by your firm:6 Name of Employer: Income Electrix Limited Address: 301 PH/ABA Expressway, Port Harcourt Start Date (Month/Year); June 2006 Completion Date (Month/Year) Feb.20007 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 No. of staff: 88 No. of staff months: 12 Approx. Value of Project (in current USD) ) $1,039,265.2 Country: NIGERIA

Name of Associated firm(s), if any

17

Client Contact Person Detail Name:Irene Obiefule Phone Number:07031510288 Email address:iobiefule@incomeelectrix.com

18

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 Development Commission NDDC Address:6A Olumeni Street Old G.R.A, Port Harcourt Start Date (Month/Year) January 2005 Completion Date (Month/Year) November 2005

No. of staff: 68 No. of staff months: 10

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

19

Name: Engr. Emeka Ani Phone Number08052003431

20

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)
Engineering, Procurement And Construction Of Distribution Projects Made Up Of (A) 33/11kv Injection And 11/0.415kv Substations (B) 33kv, 11kv And 0.415kv Lines Under NIPP Distribution Project Lot D-Epc-Bn2/5.

Status of Project

Estimated completion date

Feb. 2005 US$ 4,646,757.54

US $ 388,054.52

40% Completed

December 2010

Upgrade of Electrical Power Distribution Network in NAOC Port Harcourt Office Complex

Feb. 2010 $ 8,972,860.72

$ 8,075,574.65

10% Completed

February 2011

21

APPLICATION FORM (5)

PERSONNEL CAPABILITIES
Name 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.

Title of position Name of prime candidate Name of alternate candidate

PROJECT MANAGER : Mr. T.K.Ghosal Samuel Asuva Itopa Site Manager : Mr. S.Ghosh

Title of position Name of prime candidate Name of alternate candidate

Sarah Uyovbukerhi
Civil Engineer

Title of position

Name of prime candidate : Mr. S.Mukhopadhya

22

Name of alternate candidate :Ogolomo Kingsley

Title of position Name of prime candidate

Lines Engineer : Mr. Bappa Biswas

Name of alternate candidate : Daniel Akatugba

APPLICATION FORM (5A)

CANDIDATE SUMMARY
Name of Applicant :MODEV NIGERIA LIMITED

Position Candidate information 1. Name of Candidate 3. Professional qualifications

Candidate Prime 2. Date of birth

Present employment

4. Name of employer : Address of employer :

Telephone,

Contact (Manager/personnel officer)

Fax:

E-mail :

Job title of candidate

Years with present employer

23

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 management experience technical and

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 biodata 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)

24

APPLICATION FORM (5A)


CANDIDATE SUMMARY

Name of Applicant :Modev Nigerial Limited

Position :Project Manager Candidate information 1. Name of

Candidate Alternate

Candidate: 2. Date of birth 02 01 - 1955 Samuel Asuva Itopa 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 of Management, Calcutta, India, 1982 -

Present employment

4. Name of employer : Modev Nigeria Limited Address of employer :9 Circular road, GRA Port Harcourt

25

Telephone,:08060731281

Contact(Manager/personnel officer) Taoreed Yekini Telex Years with present employer Ten Years

Fax Job title of candidate : Senior Civil Engineer

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 CONSULTANCY EXPERIENCE I was a member of a Project consultant team appointed to handle some consultancy jobs for Petroleum Trust Fund (PTF) on the Rehabilitation for Federal Government colleges in Zone VI (Edo, Delta, Bayelsa, River, Akwa Ibom and Cross Rivers States) of the Federation between 1996 and 1999 of project cost of two hundred and fifty million naira. I did some consultancy works for Urban Development Bank, Abuja on Waste Management and Disposal System in Delta State in 1998. I handled design and construction of an Oxygen for DONASULU BROTHERS in Onitsha between 1998 and 2000 of project cost two million US dollars and one hundred and fifty million naira component. I handled the design of Aladja Isaba road project for Delta State Government of project cost three hundred and 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. 26

2001

2001

2002

2002

2005

2007

2006

1985

1986

1998

S Project: Construction of foundation plinths for 2Nos.15 MVA Substation at Yabba, Benue State. Company: PHCN Makurdi Position: Supervision Project: Construction of foundations for 1No. 30 MVA Substation at Yenezuegene, Bayelsa Project: PHCN Project: Supervision Project: 36m Tower base construction at Afaya Ikot Ebak, Akwa Ibom Company: Supervision Position MTN Project: Civil works for 2.5 MVA construction in Igbide Community in Delta State Company: Delta State Government Position: Supervision Project: Pilling and Construction of 32 Nos. Pilecap at Esama route. Company: Seatua Nig. Ltd. Position Engineering Manager ( Civil) Project: Pilling / Foundation within Okwagbe/Ayakoromor route in Bomadi/Burutu Company: Dabskic Ltd Position: Engineering Manager ( Civil) Project: Gate Entrance Canopy Company: D.S.C. ltd Position: Design & Supervision Project: St. Michaels Catholic church Company: Catholic Church Position: Design & Supervision Project: Feasibility Studies Report on waste management in Delta State. Company: Urban Development Bank Position: Project Report Preparation

Languages: Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, or poor. LANGUAGE: ENGLISH EXCELLENT Certification: I, the undersigned, certify that to the best of my knowledge and belief, these bio-data correctly describe myself, my qualifications and my experience. 27

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 information

Candidate Alternate

1. Name of Candidate: 2. Date of birth 02 03 - 1970 Akatugba Daniel Professional qualifications:: B.Eng. Electrical Electronics Engineering (1998) MBA (Marketing Management) (2003

Present employment

4. Name of employer : Modev Nigeria Limited Address of employer :9 Circular road, GRA Port Harcourt

Telephone,:08060731281

Contact(Manager/personnel officer) Taoreed Yekini Telex 28

Fax

Job title of candidate : Project Manager

Years with present employer Eight Years

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 Project conception, design and Supervision 33kv double circuit galvanized tower transmission line and substation to Ota Obasanjo farms in conjunction with Energo Limited. Project conception, design and Manager 33kv double circuit galvanized tower transmission line River Crossing Project at Makurdi, Benue State in conjunction with Energo Limited. Project conception, design and Bid Evaluation Manager 33kv double circuit galvanized tower transmission line River Crossing Project at Ijora Lagos State in conjunction with Energo Limited Project conception, design and supervision 33kv double circuit H-Poles LDN project in Abeokuta City Project design and Manager, Model IPP Interface and 33/11kv injection s/s project, Ikot Abasi in conjuction with Idito Fishers Limited Project Manager, Emergency Power Projects (EPP) for FCT in conjunction with Aggrekko International and Geometrics Limited. Project Asst. Manager 66kv Single Circuit galvanized tower transmission line form Jos to Ankwil in conjunction with Nigeria Electricity Corporation Jos Limited. Technical Specifications Member, Steering Committee on River State Independent Power Project and PPA Agreement Appraisal Project Expert National Distribution Reengineering Projects. Project Manager, Abuja SCADA Programme
DAKOVA ENGINERING SERVICES (2002-2004) POSITION: PROJECT ENGINEER

Contract Operations management of various ranges of power and civil engineering 29

projects across Nigeria in conjunction with international technical partnerships. Design and Implementation of EPC Projects involving power systems Ensuring that quality standards and specifications are achieved in all projects. Long range engineering planning for hydroelectric plants, Thermal PROJECTS HANDLED Running of 33kV/415V transmission lines, installation of 500kV/415V transformers, erection of HT and LT poles, testing and commissioning for Ibeno Rural electrification Project by Mobil Producing. Electrical installation of classroom blocks, installation of LV panels, 500KV/415V transformer, external floodlighting, 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, LV panels, electrical motor and design of electrical layout of buildings

Languages: Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, or poor. LANGUAGE: ENGLISH
EXCELLENT

Certification: I, the undersigned, certify 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)

30

APPLICATION FORM (5A)

CANDIDATE SUMMARY Name of Applicant MODEV NIGERIA LIMITED

Position ; Site Manager Candidate information 1. Name of Candidate: : Sarah Uyovbukerhi Professional qualifications:: B.ENG. Elect / Elect (1997) M. Eng. Elect/Elect (2006

Candidate Alternate 2. Date of birth 05 12 - 1976

Present employment

4. Name of employer : Modev Nigeria Limited Address of employer :9 Circular road, GRA Port Harcourt

31

Telephone,:08060731281

Contact(Manager/personnel officer) Taoreed Yekini Telex Years with present employer Seven Years

Fax Job title of candidate : Project Manager

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 RESPONSIBILITIES Overall business management Policy and strategic planning Contract management and planning Coordination of senior managers and general staff

PROJECTS HANDLED Electrical distribution network for Dresser Kellogg Energy Services limited Comprising 9 projects site. Distribution panels were installed, 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, 32

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

Languages: Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, or poor. LANGUAGE: ENGLISH EXCELLENT Certification: I, the undersigned, certify 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)

APPLICATION FORM (5A)

CANDIDATE SUMMARY Name of Applicant MODEV NIGERIA LIMITED

Position ; Civil Engineer Candidate information 1. Name of Candidate: : Ogolomo Kingsley Professional qualifications:: B.ENG. Civil Engineer (1998) PGD (2004)

Candidate Alternate 2. Date of birth 05 12 - 1976

Present employment

4. Name of employer : Modev Nigeria Limited

33

Address of employer :9 Circular road, GRA Port Harcourt

Telephone,:08060731281

Contact(Manager/personnel officer) Taoreed Yekini Telex Years with present employer Seven Years

Fax Job title of candidate : Civil Engineer

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 of foundation works for 132/33kv, 33/11kv, and 11/0.415kv substations. CIVIL ENGINEER responsible for site organization and management of several building projects; construction and supervision of piles; concrete casting and laying; subsoil investigation and engineering survey. ZOLIN LIMITED (2001 2004) PROJECT MANAGER responsible for design, construction and supervision of pile foundations, pile caps/beams for GSM towers (ECONET WIRELESS) for several sites in the Niger Delta. PRINCIPAL RESIDENT ENGINEER responsible for quality assurance and quality control of all construction works in accordance with clients specifications

34

DATA OF SOME PROJECTS EXECUTED


S/N
1

PROJECT DESCRIPTION
Agip Streetlight Maintenance project.

LOCATION & YEAR.


Agip access road and base complex, Port Harcourt. 2007. Along WarriSapele Express Road, Delta State. 2007 Commissioners Quarter, Awka, Anambra State. 2006. 45, Edezemewi road, Nnewi, Anambra State. 2006.

CLIENT
NAOC

INVOLVEMENT
Project Engineer.

Supervision and construction of associated civil works (pole plinths).


Site Engineer

Warri-Sapele Road street light furniture.

Delta State Government

Supervision and construction of civil works (Substation plinths, fence & gate and pole plinths.
Site Engineer

Turnkey Construction of Base Tranceiver Station (BTS). T4172. Turnkey Construction of Base Tranceiver Station (BTS). T4187.

MTN

MTN

Supervision and construction of tower foundation, plinths for equipments, Palisade fence, and access road. As in 4 above.

Languages: Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, or poor. LANGUAGE: ENGLISH EXCELLENT Certification: I, the undersigned, certify 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)

35

APPLICATION FORM (6)

EQUIPMENT CAPABILITIES
Name of Applicant MODEV NIGERIA LIMITED

The Applicant shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements for each and all items of equipment listed in the Instructions to Applicants. A separate Form (6) shall be prepared for each item of equipment listed in Paragraph 3.5 of the Instructions to Applicants, or for alternative equipment proposed by the Applicant. Item of equipment
HYDRAULIC PULLER- TENSIONER

Equipment information

1. Name of manufacturer TE.M.A. S.r.I. 3.Capacity 5250KG 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating 108/8/AFO 118HP(87KW) 4. Year of manufacture 2005

Current status

Source

7. Indicate source of the equipment Owned

Item of equipment
TENSIONER

Equipment information

1. Name of manufacturer TE.M.A. S.r.I. 2. Capacity 6KN 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating 108/5/F 118HP(87KW) 4. Year of manufacture 2007

Current status

Source

7. Indicate source of the equipment Owned

36

Item of equipment
MOBILE CRANE

Equipment information

Current status

1. Name of manufacturer KATO 3. Capacity 20TONS 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating KR25H-3L 4. Year of manufacture 2002

Source

7. Indicate source of the equipment owned

Item of equipment
EXCAVATOR

Equipment information

Current status

1. Name of manufacturer KOMATSU 3. Capacity 165HP 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating PC 200 4. Year of manufacture 2003

Source

7. Indicate source of the equipment owned

Item of equipment
BULLDOZERS

Equipment information

Current status

1. Name of manufacturer KOMATSU 3. Capacity 165HP 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating D6H11, 165-HP 4. Year of manufacture 2003

Source

7. Indicate source of the equipment owned

37

Item of equipment
DIELECTRIC (INSULATION RESSTANCE) TEST SET

Equipment information

1. Name of manufacturer AEMC 3. Capacity 200MA- 0.01A 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating MIT 410 TC, CAT IV 600V 4. Year of manufacture 2006

Current status

Source

7. Indicate source of the equipment Owned

Item of equipment
SECONDARY CURRENT INJECTION TEST SET

Equipment information

Current status

1. Name of manufacturer AJIL ELECTRONIC CO. 3. Capacity AC- 250/2A 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating SCITS 100/,230AC 4. Year of manufacture 2004

Source

7. Indicate source of the equipment Owned

38

Item of equipment
PRIMARY CURRENT INJECTION TEST SET(1000A AND ABOVE)

Equipment information

Current status

1. Name of manufacturer AJIL ELECTRONIC CO. 3. Capacity AC- 250/2A 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating PCITS 2000/2-230AC 4. Year of manufacture 2004

Source

7. Indicate source of the equipment Owned

Item of equipment
TRANSFORMER OIL TESTER

Equipment information

Current status

1. Name of manufacturer AJIL ELECTRONIC CO. 3. Capacity 0 - 80KV 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating DTS-60 4. Year of manufacture 2004

Source

7. Indicate source of the equipment Owned

Item of equipment
CONCRETE MIXER 5 TON (MINIMUM)

Equipment information

Current status

1. Name of manufacturer AJIL ELECTRONIC CO. 3. Capacity 350L, 215OKG 5. Current location Port Harcourt 6. Details of current commitments Nil

2. Model and power rating JZC 350 5.5KW 4. Year of manufacture 2005

Source

7. Indicate source of the equipment Owned

39

Owner

8. Name of owner Modev Nigeria Limited 9. Address of owner No 9 Circular Road Port Harcourt Telephone 08039601965 Contact name and title Abella Osaghae Managing Director Fax E-mail modevnig@yahoo.com Details of rental/lease/manufacture agreements specific to the project

Agreements

40

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 1st 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 the Applicant to the satisfaction of the Employer. 41

Financial informatio

Actual:

Projected: Next two years


3. 2006 2,262,195 4 2007 3,006,722 5. 2008 3,157,058 6. 2009 4,262,228 7. 2010 5,029,429.04

n in US$ Previous five years equivalent


1. 2004 2. 2005 1,938.759

1.

Total 1,740,994.29

assets 2. Current 931,255.8 assets 3. Total 1,445,994.36


1,194,832 1,167,901 1,004,818 1,356,404 1,899,106 2,240,945.08 928,560 1,048,517 1,383,127 1,659,752 1,908,715 2,252,284.00

liabilities 4. Current 547,943.3 liabilities 5.Profits before taxes 6. Profits 117,457.06


267,146 559,258 789,438 986,798 1282,837 1,513,747.66 189,929.8 372,301 699,075 970,555 1,213,194 1577,152 1,861,039.36 544,758 564,933 349,625 489,475 685,265 808,612.7

after taxes 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

42

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 1.BANK LOAN 2. OWNED FUNDS 3. EQUIPMENT LEASING Amount (US$ equivalent) $ 3,500,000.00 $ 206,667.00 $ 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 not required by the laws of their countries of origin. Indicate contract finance capabilities/credit which can be applied to the project with proof.

43

FORM 8
EQUIPMENT MANUFACTUERS FOR LINES Suppliers/Manufacturers Country of Origin Authorization

S/N

Equipment

1. 2. 3. 4. 5. 6.

Towers Hardware Conductors & OPGW Insulators Fittings Counterpoise

Tingli Steel Structure Company EMI Ltd EMI Ltd EMI Ltd EMI Ltd EMI Ltd

CHINA INDIA INDIA INDIA INDIA INDIA

From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers

FORM 9 44

EQUIPMENT MANUFACTURERS FOR SUBSTATIONS


S/N Equipment Suppliers/Manufacturers Country of Origin Authorization

1. 2. 3. 4. 5. 6.

Towers Hardware Conductors & OPGW Insulators Fittings Counterpoise

Tingli Steel Structure Company EMI Ltd EMI Ltd EMI Ltd EMI Ltd EMI Ltd

CHINA INDIA INDIA INDIA INDIA INDIA

From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers

FORM 9 CONT. 45

14.

Diesel Generator

15. 16. 17. 18.

Switch Yard Lighting Earthing System Control and power cables 330kV, 132kV,33kV Instrument Transformers AC/DC Panel

1.Jubaili Bros. 2. Marapco 3. Carterpillar Yapuer Lighting Company EMI Ltd EMI Ltd ABB Power Lines

NIGERIA NIGERIA NIGERIA CHINA INDIA INDIA INDIA

From Manufacturers or Suppliers From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers

19.

Huadong T & D Engineering Company

CHINA

19. 20. 21. 22.

AC/DC Panel Autotransformers Shunt Reactors 75MVA,330kV Substation Service Transmission,330 kVA,34.50.415kV 34.5 Earthing Reactor Control panels Protection panels

Huadong T & D Engineering Company ABB Power Lines Herbing Electric Equipment Company EMI Ltd

CHINA INDIA CHINA INDIA

From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers From Manufacturers

23. 24. 25.

EMI Ltd Huadong T & D Engineering Company Huadong T & D Engineering Company

INDIA CHINA CHINA

46

APPLICATION FORM (8)

LITIGATION HISTORY
Name of Applicant or partner of a joint venture MODEV 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 or Name of client, cause of Disputed amount AGAINST Applicant litigation, and matter in dispute (current value, US$ equivalent) NONE NONE NONE

*NOTE WITHHOLDING INFORMATION WILL ATTRACT OUTRIGHT


DISQUALIFICATION

47

Vous aimerez peut-être aussi