Tender Details
Title
CONSULTANCY SERVICES ON NATIONAL AMBIENT AIR QUALITY INFORMATION SYSTEM (NAAQIS) ENVIRONMENTAL MANAGEMENT BUREAU - DENR
Country
Language
English
Organization
Published Date
03.07.2024
Deadline Date
08.07.2024
Overview
CONSULTANCY SERVICES ON NATIONAL AMBIENT AIR QUALITY INFORMATION SYSTEM (NAAQIS) Request for Expression of Interest   Reference Number 11010201   Procuring Entity ENVIRONMENTAL MANAGEMENT BUREAU - DENR   Title CONSULTANCY SERVICES ON NATIONAL AMBIENT AIR QUALITY INFORMATION SYSTEM (NAAQIS)   Area of Delivery Metro Manila   Printable Version Solicitation Number: REOI No. 2024-06-007-AQMS Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Consulting Services Category: Consulting Services Approved Budget for the Contract: PHP 398,000.00 Contract Duration: 6 Month/s Client Agency: Contact Person: Gabby Espelita Liaison Officer DENR Compound Visayas Avenue Bgy. VASRA Quezon City Metro Manila Philippines 1128 63-2-9204425 gabby_espelita@emb.gov.ph Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 03/07/2024 Last Updated / Time 03/07/2024 12:00 AM Closing Date / Time 08/07/2024 2:00 PM Description REQUEST FOR EXPRESSION OF INTEREST CONSULTANCY SERVICES ON NATIONAL AMBIENT AIR QUALITY INFORMATION SYSTEM (NAAQIS) REOI No. 2024-06-007-AQMS 1. The Department of Environment and Natural Resources – Environmental Management Bureau (DENR-EMB), through the General Appropriation Act of 2021 intends to apply the sum of PhP398,000.00 being the Approved Budget for the Contract (ABC) to payments under the contract for Purchase Request No. 2024-0524 dated April 23, 2024. Bids received in excess of the ABC shall be automatically rejected at the opening of the financial proposal. 2. The Department of Environment and Natural Resources – Environmental Management Bureau (DENR-EMB) now calls for the submission of Expression of Interest and Eligibility Document for the CONSULTANCY SERVICES ON NATIONAL AMBIENT AIR QUALITY INFORMATION SYSTEM 3. Interested Consultant/Consulting Firm must submit their Expression of Interest and Eligibility Document on or before July 08, 2024, 2:00 p.m. at EMB-AFMD HRD Building, DENR Compound, Visayas Avenue, Diliman, Quezon City. Applications for eligibility will be evaluated based on a non-discretionary “pass/fail” criterion. 4. The BAC shall draw up the short list of Consultant/Consulting Firms from those who have submitted their Expression of Interest and Eligibility Document and have been determined as eligible in accordance with the provisions of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”, and its Implementing Rules and Regulations (IRR). The short list shall invite and engage in negotiation with a sufficient number of consultant/consulting firm who will be entitled to submit bids subject to the condition laid down in the RIRR of RA9184 relative to the instances when the required number of shortlisting is not met. 5. SCOPE OF WORK a. Design and development an online platform for the management of air quality monitoring station updates. b. Implementation of a secured user authentication system to provide EMB Regional Offices and Central Office with designated account credentials. c. Creation of a database to store information relating to air quality monitoring station updates d. Development of a user-friendly system, with minimal complications on input procedures. e. Documentation of the whole project. f. Training for Ambient Air Focal Person. II. Project Cost The implementation of this project shall require a budget of Three-Hundred Ninety-Eight Thousand Pesos Only (398,000.00) All payments must be made in favor of the project consultant. III. Deliverables The following are the project deliverables: 1) Working web-based applications of the National Ambient Air Quality Information System (NAAQIS). 2) Technical documents which include but not limited to process flow diagram, database model (Diagram), data languages, list of important credentials, application setup, and basic troubleshooting procedures; 3) Software components, which includes but not limited to User-interface/User-experience (UI/UX) components, client-side codes, server-side codes, and other resources used in the design/development of the systems shall be turned over to EMB-SISMS and AQMS. 4) Training of key personnel based on “train-the-trainers” approach. The training shall consist of the following: - Users Training, and - Technical Training 5) Warranty/Technical Support for six (6) months. IV. Terms of Deliverables 1) Hosting software/hardware and Internet connectivity shall be provided by DENR-EMB. The winning bidder shall assist DENR-EMB in setting-up the web-based applications using the DENR-EMB’s hosting infrastructure. To avail of the setup support, DENR-EMB must provide the hosting facility at least 10 working days before the turnover of the project. 2) Domain names shall be provided by DENR-EMB. These domain names must be available two (2) weeks before hosting the modules. 3) The winning bidder shall provide DENR-EMB with specifications of hardware/software required to host the project. 4) DENR-EMB Air Quality Management Section (AQMS) shall be the counterpart Project Team that shall liaise with the Project Team of the winning bidder. The AQMS shall provide the necessary documents, functional specifications and other documentation that are helpful in the development of the system. 5) A warranty period of six (6) months shall be provided by the winning bidder. Within this warranty period, the winning bidder shall provide, for free, corrections to reported bugs, errors and/or feature non-conformance. Additional features beyond the scope of original contract / agreement are not covered by this period. Warranty starts a day after acceptance of the developed system. 6) Workshops, user-training, and technical training shall be provided by the winning bidder. 7) All activities indicated in Chapter VI “Project schedule / timetable” shall be accomplished as targeted, otherwise revised as agreed by both the consultant and the end-user for justifiable reason/s. V. QUALIFICATIONS OF THE SERVICE PROVIDER The Service Provider should have the necessary eligibility, experience, and expertise in providing the service, as follows: A. Eligibility Requirements: 1. PhilGEPS Registration Certificate/Number; 2. Mayor’s Business Permit (current and valid); 3. Income/Business Tax Return; and 4. Omnibus Sworn Statement (duly notarized). 5. Other mandatory documents required in Competitive Bidding B. Expertise Requirements: 1. At least five (5) years’ experience in the design, testing, and implementation of a web-based software application or program; VI. Project Schedule / Timetable Activity In Weeks 1st month 2nd month 3rd month 4th month 5th month 6th month 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Mobilization i. Drafting of Inception Report ii. Submission of Inception Report iii. Requirements Gathering iv. Stakeholder’s Workshop v. System Analysis vi. System Design vii. Submission of Wireframes/Design Documents viii. Development of initial prototype ix. System Testing/Refinement/development of final prototype x. Consultation workshop xi. Documentation xii. Presentation of Final prototype xiii. Submission of documentation/source code/prototype xiv. Users and Technical Training xv. Turnover of the System/Project Closure VII. Testing and Quality Control The prototyping methodology requires a test process that must ensure meeting a set of test objectives that will eventually lead to a software product with a high degree of usability and reliability. In this project, the goal is to satisfy both functional and performance requirements as may be required in the software. It is important that the tests must reveal the extent to which the software or any of its components are meeting specified requirements. Moreover, the tests should be detailed enough to ascertain how efficient the software is in meeting the users’ needs and expectations. The conduct of a successful test process will depend on the quality of the system test plan and test scripts that are expected to effectively reveal all types of software errors. These errors, if not discovered by the tests that will be performed, will have substantial impact on the capability of the Project Team to collect and process data as they require and expect. An error can lead to a more complex type of errors that, as a consequence, will affect the overall reliability of the software including the integrity of the database that stores and maintains data that are vital to the software system. To mitigate the risks and increase the quality of the software components, the Project Team shall carry out tests. Verifying and validating the web application will ensure user satisfaction bringing the quality of application at a higher level. Specifically, the following tests shall be conducted: Acceptance Testing - is a black box testing designed to satisfy the requirements of users. Prior to live use, the operational usability and reliability of the software components will be tested. Functional Testing - the functions and features of the software applications will be tested against the functional/business requirements of the Project. The requirements document will serve as baseline document for verifying and validating the modules of the applications. Usability Testing - The “user-friendliness” of the applications shall be tested. Key users will be invited to ascertain the degree of “friendliness.” Since user-interface evaluation is subjective, design ‘sign-off’ documents shall be used to establish the acceptability of the UI’s application. VIII. Documentation, Warranty and Post-Installation Support 1. Documentation The!project!shall!comply!with!the!documentation!requirements!of!the!project’s! TOR.!Specifically,!the!Project!Team!shall!deliver!to!DENR-EMB!the!following:! ! Users’'Manual.!This!includes!a!step-by-step!instruction!on!installation,!with! screen!shots!on!operating!and!administering!the!developed!system.!This!will! serve!as!a!guide!and!reference!for!all!users!in!using!and!operating!the!software! modules.! ! Technical'Reference'Manual.!This!set!of!documents!includes!technical! specifications!relevant!to!the!modules!developed!under!the!terms!of!the!project.! These!documents!will!include!software/component!settings!and!configurations.! Source!Codes!shall!also!be!included!in!this!document.!Every!process,!function,! and!procedures!in!the!source!codes!should!be!elaborated!to!describe!the!activity.! ! Database'Architecture'and'Structure.!The!descriptions!and!specifications! related!to!database!architecture!and!st ru cture!shall!be!included!in!the! documentation.!Included!in!the!documentation!are!the!ff:!ER!diagrams,! wireframes,!data!dictionary!and!other!documentation!that!are!essential!in!the! understanding!of!the!database!structure!and!elements.! ! Updated/Revised'System'Analysis'Documents.'This!set!will!consist!of! updated!data!flow!diagrams,!documents!gathered!from!systems!analysis!phase! and!other!documentation!on!the!proposed!client!and!web!applications. The project shall comply with the documentation requirements by the DENR-EMB. Specifically, the winning bidder shall deliver the following: User’s Manual: This includes a step-by-step instruction on installation, with screen shots on operating and administering the developed system. This will serve as a guide and reference for all users in using and operating the software modules. Technical Reference Manual: This set of documents includes technical specifications relevant to the modules developed under the terms of the project. These documents will include software/component settings and configurations. Source Codes shall also be included in this document. Every process, function, and procedures in the source codes should be elaborated to describe the activity. Database Architecture and Structure: The descriptions and specifications related to database architecture and structure shall be included in the documentation. Included in the documentation are the ff: ER diagrams, wireframes, data dictionary and other documentation that are essential in the understanding of the database structure and elements. Updated/Revised System Analysis Documents: This set will consist of updated data flow diagrams, documents gathered from systems analysis phase and other documentation on the proposed client and web applications. 2. Warranty and Post-Installation Support The winning bidder shall provide DENR-EMB a warranty/post-installation support period of six (6) months. Within this warranty period, the winning bidder shall provide, free of charge, corrections to reported bugs, errors and or feature non-conformances. Additional features beyond the scope of original contract / agreement are not covered by this period. Warranty starts upon acceptance of the NAAQIS or at the instance that the database is populated with actual/live data, whichever comes earlier. In addition, within the warranty period, the winning bidder shall provide post-installation support to DENR-EMB. This support shall include the ff. modes: • Phone Support: Before the start of the warranty period, a phone number shall be provided to DENR-EMB. Support shall be provided via phone calls on a 8x5 basis, i.e. from 8am until 5pm, Mondays to Fridays. • Email Support: An email address will be provided to DENR-EMB. This support line shall be made available 24 hours per day, from Monday to Saturday. • On-Site Support: In extreme cases and upon request by DENR-EMB, the winning bidder shall dispatch software engineers to assist DENR-EMB in resolving technical issues arising from the use of the modules. On-site support shall be limited to where the software modules are hosted (i.e. Central Office of DENR-EMB). If support is needed outside of the Central Office, the winning bidder shall provide DENR-EMB with a separate quotation. IX. Terms of Payment The following terms of payment is hereby proposed: 20% - Upon submission of inception report 10% - Upon submission of submission of wireframes/design documents 20% - Upon submission of final prototype and conduct of validation workshops 20% - Upon installation of software modules at DENR-EMB server, handover of source code and system documentation 30% - Upon submission of training manuals and conduct of user / technical training 14 Bidding will be conducted through selection procedures using non-discretionary “pass/fail” criterion as specified in the IRR of RA 9184. 15 Consultancy services is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines. 16 The contract shall be completed within six (6) months or may be extended as agreed by both parties as the need arises. 17 The prospective bidder/consultant shall submit the complete, recent/updated eligibility document as stated below (RA9184 IRR Annex H, Appendix A): a) Expression of Interest (with Financial Bid) b) Company Profile with Professional License/Curriculum Vitae of Consultant • If consulting firm, a company profile indicating its qualifications, experience, and capability (including its track record in module writing and projects that include assisting schools in developing modules and/or conducting training among schools on module development) • If individual consultant, a Curriculum Vitae/profile indicating its qualifications, experience, and capability (including its track record in module writing and projects that include assisting schools in developing modules and/or conducting training among schools on module development) c) PhilGEPS Registration Number/Proof of PhilGEPS Registration d) Income/Business Tax Return e) Proposal (including the firm or consultant’s plan/methodology in conducting the project) f) Omnibus Sworn Statement (required/must be submitted with bid/EOI) 18. The Department of Environment and Natural Resources – Environmental Management Bureau (DENR-EMB) reserves the right to reject any and all bids, annul the bidding process, or not award the contract at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders. ENGR. RODNEY V. DIAZ OIC-Property and General Service Section Omnibus Sworn Statement (Revised) [shall be submitted with the Bid] _________________________________________________________________________ REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S. AFFIDAVIT I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. [Select one, delete the other:] [If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder]; [If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; 2. [Select one, delete the other:] [If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney; [If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)]; 3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. [Select one, delete the rest:] [If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance with the Philippine Bidding Documents, which includes: a. Carefully examining all of the Bidding Documents; b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract; c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. 9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. 10. In case advance payment was made or given, failure to perform or deliver any of the obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code. IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. [Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity] Affiant [Jurat] [Format shall be based on the latest Rules on Notarial Practice] Created by Gabby Espelita Date Created 02/07/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       ENVIRONMENTAL MANAGEMENT BUREAU - DENR
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business All Other Professional Instruments and Related Products Manufacturing for Measuring Metal Crown Professional Justice Specialized Freight (except Used Goods) Trucking Electric Power Transmission Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Other Foundation Copper Other Foundation Religious Financial Transactions Processing Justice Other Professional Copper Rolling Other Justice Copper Rolling Regulation Other Aluminum Rolling International Financial Transactions Processing Foundation Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Agencies Copper Professional Process Metal Can
CPVS
Parts of structures Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Profiles System, storage and content management software package Environmental management Timetables Servers Control, safety, signalling and light equipment Screens Sections Lavatory seats, covers, bowls and cisterns Boards Control, safety or signalling equipment for inland waterways Stocks Lead Training, workout or aerobic services Dictionaries Dictionaries, maps, music books and other books Office, school and office equipment cleaning services Records Feasibility study, advisory service, analysis Document creation, drawing, imaging, scheduling and productivity software package Permits Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Structures and parts Document creation, drawing, imaging, scheduling and productivity software development services Control, safety or signalling equipment for port installations Command, control, communication and computer systems Modules System, storage and content management software development services Forms Boxes Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Information systems Other services Bars Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Display cases Sole Designs Air quality management Manuals Control, safety or signalling equipment for airports Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Profiles Software Boards Display cases Awards Business cases Dictionaries Environmental management Air quality management Project management Quality control Co financing Bars Tax returns Trade agreements Uniforms Case making services IP phones High school Boxes Financial Instruments, Products, Contracts and Agreements Work uniforms Tent, for office use Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Chemicals Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Solar Photovoltaic PV Energy Minerals and Mining Architecture Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Water and Sanitation Law and Legal Environmental Work Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Agriculture-Food and Beverages Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Steel Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert