Installation of Computerized Tomography Machine (CT SCAN) at University of Abuja Teaching Hospital Gwagwalada – Abuja

University of Abuja Teaching Hospital Gwagwalada – Abuja

Tomography Machine (CT SCAN)

 

Background:

The University of Abuja Teaching Hospital is a 350-bed hospital located about 45 Kilometres from the City Centre along the Abuja -Lokoja High Way. The Hospital is desirous of installing a Computerized Tomography Machine (CT SCAN) through Public – Private Partnership.

 

Requirements

(1)     Certificate of Incorporation with Corporate Affairs Commission.

(2)     Evidence of compliance with pension act.

(3)     Evidence of current TAX Clearance.

(4)     Company profile with names and profiles of key personnel’s.

(5)     Evidence of appointment as representative of CT Manufacturing Company.

(6)     Evidence of previous engagement in a Nigerian Tertiary Health Care Centre for the installation of CT Scan.

 

Submission:

All completed document shall be submitted to the Chief Medical Director on or before 13th November 2012.

 

Box shall be provided for prospective bidders to drop the sealed documents after due registration with the desk officer concerned.

Submission shall be evaluated by the hospital tender’s board and only qualified company shall be invited for interaction.

 

University of Abuja Teaching Hospital reserves the right to reject any or all documents.

 

DR. Peter Alabi

Chief Medical Director

Pre-Qualification of Suppliers and Service Providers 2012 at African Field Epidemiology Network (AFENET)

AFENET

African Field Epidemiology Network

A healthier Africa

 

Pre-Qualification of Suppliers and Service Providers 2012

 

The African Field Epidemiology Network (AFENET) is m the process of pre-qualifying suppliers and contractors for the provision of goods and services listed below for the period November 2012 to September 2014. Current encouraged to apply.

 

CODE CATEGORY

 

AFENET/01/2012

 

Supply of General Office Stationery and Computer Consumables

 

AFENET/02/2012

 

Supply of Computers, Printers and Associated Accessories

 

AFENET/03/2012

 

Supply and Maintenance of Office Furniture, Furnishings and Fittings

 

AFENET/04/2012

 

Supply of Communication Equipment

 

AFENET/05/2012

 

Provision of Motor Vehicle Service, Maintenance and Repair, Supply of batteries, Tyres and Tubes

 

AFENET/06/2012

 

Provision of Printing Services
AFENET/07/2012

 

 

AFENET/08/2012

Printing and Supply of Promotional/Branding Materials and Services

 

Provision of Car Hire Services

 

AFENET/09/2012 Provision of Courier Services

 

AFENET/10/2012

 

Provision of Event Management

 

AFENET/11/2012

 

Provision of Travel Agency Services

 

AFENET/12/2012

 

Provision of Office cleaning services

 

AFENET/13/2012

 

Provision of fumigation services

 

AFENET/14/2012

 

Supply of Laboratory and medical equipment

 

AFENET/15/2012

 

Provision of Design work for Publication Materials

 

AFENET/16/2012

 

Management consultancy services

 

AFENET/17/2012

 

Supply and maintenance of electrical materials

 

AFENET/18/2012

 

Supply of motor vehicles
AFENET/19/2012

 

Provision of Security Services

 

 

Interested suppliers and service providers may obtain the supplier registration form  and documentation from the AFENET offices on No. 50 Haile Selassie Street, Asokoro, Abuja.

 

Completed pre-qualification documents should be submitted in plain sealed envelopes marked “AFENET Pre-Qualification” clearly indicating the Code and Category being applied for and delivered to the AFENET Offices or sent by post to:

 

The Administration Office,

African Field Epidemiology Network,

No. 50 Haile Selassie Street,

Asokoro, Abuja.

 

The deadline for receiving the pre-qualification bids is 26th October 2012.

 

 

Invitation to Tender at Temple & Aegeandas Limited

Invitation to Tender

Affordable Housing Project

 

(A)    Introduction

Furtherance to the implementation of the global Initiative on Affordable Housing by the UN Agency for human, The United Nations Human Settlements Programme (UN-HABITAT), Temple & Aegeandas Limited in partnership with a foreign development funding organization is planning the building/development of 10,000 units of affordable housing in various locations in Nigeria (Cross River, Bayelsa, Ogun, Kwara, Delta and Kano State). In compliance with the requirements of International Procurement Best Practice. Temple & Aegeandas Limited hereby invites contractors to submit Tender Bids to undertake the defined scope of work. The bids shall be used for the cost planning phase of the protect towards execution of each housing development. Each contractor should be able to demonstrate capacity to build/develop a minimum of 100 units (up to a maximum of 500 units) at any project site. The project is aimed at developing affordable housing for low income earners and the self-employed who ordinarily cannot afford high end housing development in line with the affordability model under the National Housing Scheme and the limits thereof.

 

(B)     Scope of Work (Order of Magnitude 1(+/- 10% Variation to Final Cost)

 

Housing Type Number of Bedrooms

 

Construction of Semi Detached Bungalows/Fully Detached Bungalows 2-bedrooms, 2 bedrooms scalable to 4 bedrooms.
Construction of Semi Detached Duplexes/Fully Detached Duplexes 4 bedrooms
Construction of 2 Storey block of Flats/ 3 Storey block of Flats 3 bedrooms

 

(C)    Collection of Bid Documents

Prospective firms are to pay the non-refundable processing fee of N50,000:00 only into Temple & Aegeandas Limited Account No. 2016604638 with First Bank and obtain a Bank Teller. Tender Bid documents can be obtained by sending an email to: affordablehousing@templeandaegeandas.com with a scan copy of the bank. On receipt of this, an email will be sent of the bid documents to the recipient or the documents can be collected by visiting Temple & Aegeandas Limited office (address below) with the bank teller evidence of payment. This document shall include the architectural design of each housing types and work description.

 

(D)    Submission of Bids

The prospective bidders shall submit the bids in a sealed envelope which shall bear the description of each project housing type, name and address of the company and should be addressed to: The Managing Director, Temple & Aegeandas Limited, Mainstreet Bank Plaza, Lekki, Lagos. Tender closes on Friday 9th November, 2012 at 12.00 noon. Bid opening follows immediately. This advertisement of Invitation to Tender’ shall not be construed as a commitment on the part of Temple & Aegeandas Limited, nor shall it entitle bidders to make any claim(s) whatsoever and/or seek indemnity from Temple & Aegeandas Limited by virtue of such bidders having responded to this advertisement neither will Temple & Aegeandas Limited incur any liability in the event of an unsuccessful Tender Bid.

 

Signed:

Project Coordinator

For: Temple & Aegeandas Limited.

 

Invitation to Tender for Year 2012 Capital Projects at College of Education, Ikere Ekiti

College of Education, Ikere Ekiti

Private Mail Bag, 250

Ikere – Ekiti, Ekiti State

 

Invitation to Tender for Year 2012 Capital Projects

 

Applications are hereby invited from reputable and interested contractors with relevant experience and good track record to tender for the under-listed projects.

 

1.0     Projects

(i)    Construction of Home Economics Complex

COE/EK/2012/01/CP

(ii)     Reconstruction of Main Entrance Gate, COE/EK/2012/02/CP

 

 

2.0     Qualification Requirements

Interested and eligible contractors are required to meet the following criteria.

  1. Evidence   of  incorporation/registration   with   Corporate  Affairs Commission (CAC);
  2. Evidence of Ekiti State Tax Clearance Certificate in the recent past three (3) years;
  3. Evidence of VAT registration and remittance in the recent past three (3) years;
  4. Company  profile  which  should  include  names, qualifications and experience of key personnel;
  5. Evidence of similar projects handled by the Company including Letters of Award, Practical Completion Certificate etc, within the recent last three (3) years;
  6. Evidence of financial Capability/Banking referee to support the chosen project;
  7. Evidence of Registration with the College of Education, Ikere-Ekiti.

 

 

Each parcel should have a Table of Content indicating the pages on which these Items are to be found. Any submission that does not conform to this format may not be processed.

 

 

3.0 Tender Fees

The tender processing fee for project is One hundred thousand naira (N100, 000.00) and fifty thousand naira (N50, 000.00) for project ii respectively.

 

4.0     Collection of Tender Documents

Tender forms and documents are to be obtained from the Directorate of Physical Planning of the College after the payment of appropriate tender fees.

 

 

5.0     Submission

Tenders are to be submitted with the above-stated requirements in a wax-sealed envelope, with the name of the project written at the top left hand corner not later than 25th October, 2012 and addressed to:

The Registrar

College of Education

P.M.B.250

Ikere-Ekiti

 

Please Note:

(A)    That by the submission of tender document-, the College of Education, Authority, Ikere-Ekiti is neither committed nor obliged to award any contract to any contractor/supplier or agent.

(B)     That, this advertisement for invitation to tender shall not be construed as a commitment on the part of the College Management nor shall entitle any contractor/supplier to make any claim whatsoever and/or seek any indemnity from the College of Education, Ikere-Ekiti.

(C)     That, due diligence would be followed as all the documents submitted would be verified and the past executed work/works and contractor’s offices shall be visited if need be. Any discrepancy would disqualify such contractor

 

Signed

Gbenga Ojo

Registrar

Invitation for Pre-Qualification to Tender for Years 2010/2011 (Merged) Tetfund Intervention Projects in Library Development at College of Education, Ikere Ekiti

College of Education, Ikere Ekiti

Private Mail Bag, 250

Ikere – Ekiti, Ekiti State

 

Invitation for Pre-Qualification to Tender for Years 2010/2011 (Merged) Tetfund Intervention Projects in Library Development

 

Applications are hereby invited from reputable and Interested suppliers/ contractors with relevant experience and good track records to apply for pre-qualification to tender for the following jobs.

 

 

JOB PROFILE

 

Lot1

 

Procurement of 1400Nos of Various Assorted Books Band and Reference titles

 

Lot 2

 

Construction of in and out Gate of College Library, Procurement of 8 Space Wooden library Tables and 96 Units Wooden Library Reading Chair

 

Lot 3

 

Procurement and installation of 1 no 40kva Generating Set with generator house and accessories

 

Lot 4

 

Procurement of 3 Photocopiers

 

Lot 5

 

24 Double-sided Library Steel Shelves 7 x 6 x 3 with 16” Depth fitted With 12 shelving levels (closed type) with top. Down and side panels plus range indicators, 150 Metal Book Ends/Support Medium (Urge) and 300 Metal Book Ends/Support Medium

 

 

 

 

 

 

 

02      Pre-Qualification Requirements

Interested reputable contractors and suppliers are required to submit a letter of intent which must be accompanied with the following documents,

(i)                Evidence of incorporation/registration with Corporate Affairs Commission (CAC);

(ii)             Evidence of tax clearance certificate for the past three (3) years;

(iii)           Evidence of VAT registration and remittance in the past three (3) years;

(iv)           Evidence of technical competence in handling the projects in question (names and qualifications and experiences of key personnel and technical staff)

(v)             Evidence of similar projects handled by the Company including letters of Award, practical completion certificates, etc, within the last three years;

(vi)           Evidence of financial Capability/Banking support to handle the chosen project.

(vii)        Evidence of payment of development levy

(viii)      Evidence of registration as a contractor with College of Education, Ikere Ekiti

 

 

03    Submission of Pre-Qualification Documents

Spiral bound pre-qualification document in wax-sealed envelope with the inscription “PRE-QUALIFICATION AS CONTRACTOR/SUPPLIER FOR YEARS 2010/2011 (MERGED)    TETFUND projects IN LIBRARY DEVELOPMENT” on the top left hand corner should be hand delivered not later than 12 noon on Wednesday, 24th October, 2012   to:

The Registrar

College of Education

Ikere-Ekiti

 

 

04     Opening of Pre-Qualification Documents

Pre-qualification envelopes will be opened at 2.00 pm on Wednesday, 24th October, 2012 and interested contractors/suppliers are hereby invited.

 

 

Please, note that all bidders will be required to pay a non-refundable pre-qualification fee of twenty thousand naira (N20, 000.00) only at the Bursary Department of the College

 

 

05    Notification of Pre-qualified Bidders

Names of pre-qualified contractors/suppliers will be displayed on Notice Board by Thursday, 25th October, 2012 and they will be invited to tender accordingly

 

 

06      Collection of Tender Documents

Pre-qualified contractor will collect the tender documents from the Directorate of Council Affairs at the presentation of evidence of payment of the processing fee.

 

07    Submission of Tender Documents

Spiral bound Tender documents in sealed envelope with Inscription “TETFUND 2010/2011 (MERGED) LIBRARY INTERVENTION (state lot number)” should be submitted not later than 12 noon of Wednesday 31st November, 2012 to the Registrar, College of Education, Ikere-Ekiti.

Tenderers will be required to pay a non-refundable tender processing fees as stated below:-

 

Lot 1 = Fifty thousand Naira (N50, 000.00)

Lot 2, 3, 4 & 5 = Thirty-five thousand Naira (N35,000.00) per lot

 

 

08    Opening of Tenders          

The tender documents will be opened on Wednesday, 31st October, 2012 at 2.00pm, Tenderers are hereby invited.

 

 

Please Note:

(A)    That by the submission of tender document, the College of Education, Ikere-Ekiti is neither committed nor obliged to award any contract to any contractor/supplier or agent.

(B)     That this advertisement for invitation to Pre-qualification shall not be construed as a commitment on the part of the College, nor shall entitle any contractor/supplier to make any claim whatsoever and/or seek any indemnity from the College of Education, Ikere-Ekiti.

(C)     That, due diligence would be followed and that the college reserve the right to verify the authenticity of all claims in the tender document submitted. Any discrepancies would disqualify the contractor.

(D)    That the College is not bound to award the contract to the lowest bidder.

 

Signed

Gbenga Ojo

Registrar