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