Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 2

REPUBLIC OF THE PHILIPPINES

Department of Science and Technology


PHILIPPINE ATMOSPHERIC, GEOPHYSICAL and
ASTRONOMICAL SERVICES ADMINISTRATION (PAGASA)
Science Garden, BIR Road, Diliman, Quezon City 1101
www.pagasa.dost.gov.ph / pagasa_bac@yahoo.com
Tel./Fax No. 43422579 / 4349039
P.R. No. HMD-15-0890
FEWS in 3 River Basins in Mindanao
Davao, Buayan-Malungon and Tagoloan

Reference No.: 2015 003


Date: May 12, 2015

INVITATION TO BID FOR


Consultancy Services for the Supply, Installation, Testing, Integration and Commissioning of
Flood Early Warning System in three (3) specific River Basins in Mindanao, namely: Davao,
Buayan-Malungon and Tagoloan; providing Hydrological instrumentation, telemetry, a
hierarchical Hydrological database and flood flow models
1. The Philippine Atmospheric, Geophysical and Astronomical Services Administration (PAGASA),
through the Regular Fund 101 intends to apply the sum of Forty Million Pesos (Php 40,000,000.00) Only,
being the Approved Budget for the Contract (ABC) to payments under the contract for Consultancy
Services for the Supply, Installation, Testing, Integration and Commissioning of Flood Early Warning
System in three (3) specific River Basins in Mindanao, namely: Davao, Buayan-Malungon and
Tagoloan; providing Hydrological instrumentation, telemetry, a hierarchical Hydrological database
and flood flow models. Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The PAGASA now invites bids for the Consultancy Services for the Supply, Installation, Testing,
Integration and Commissioning of Flood Early Warning System in three (3) specific River Basins in
Mindanao, namely: Davao, Buayan-Malungon and Tagoloan; providing Hydrological instrumentation,
telemetry, a hierarchical Hydrological database and flood flow models as per Project specifications
indicated in the Terms of Reference (TOR). Project Completion is within two hundred forty (240) calendar
days. Price is inclusive of VAT and all other applicable taxes. Price Validity is one hundred twenty (120)
calendar days. Warranty is one (1) year commencing from the date of issuance of final acceptance of
the Project by PAGASA.
3. Bidders should have completed, within three (3) years from the date of submission and receipt of bids, a
contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section 2. Instructions to Bidders and Section 9. Checklist of Eligibility Requirements.
4. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail
criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184),
otherwise known as the Government Procurement Reform Act.
5. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least seventy
five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
6. Interested bidders may obtain further information from PAGASA BAC Secretariat and inspect the Bidding
Documents at the address given below from 9:00 a.m. to 4:00 p.m.

7. A complete set of Bidding Documents may be purchased by interested Bidders from the address below and
upon payment of a nonrefundable fee for the Bidding Documents in the amount of Twenty Five Thousand
Pesos (P25,000.00) only.
8. Bids must be delivered to the address below not later than 08 June 2015 on or before 10:00 a.m. All Bids
must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB
Clause 18.
Bid opening shall be on 08 June 2015, 10:01 a.m. at the Amihan Conference Room, 2/F PAGASA Main
Building, Science Garden Complex, BIR Road, Diliman, Quezon City. Bids will be opened in the
presence of the Bidders representatives who choose to attend at the address below. Late bids shall not be
accepted.
9. The Complete Schedule of Bidding Activities is summarized as follows:
Activities
1. Posting of Invitation to Bid
2. Issuance of Bidding Documents
3. Pre-bid Conference
4. Submission of Envelopes 1 & 2
5. Opening of Envelopes 1 & 2
* - subject to change

Schedule/Time
May 17 24, 2015
May 17, 2015 Jun. 05, 2015
on or before 4:00 p.m.
May 25, 2015 / 10:00 a.m.
Jun. 08, 2015 / on or before
10:00 a.m.
Jun. 08, 2015 /10:01 a.m.

Venue
RMS, 3/F PAGASA Central Office
*Amihan Conference Room
*Amihan Conference Room
*Amihan Conference Room

10. The bidders shall submit three (3) copies of their duly accomplished eligibility requirement, technical and
financial proposals in two (2) separate envelopes, duly marked and sealed following the instructions
under Item 20 of the BDS.
11. Only those who have purchased the Bidding Documents shall be allowed to participate in the pre-bid
conference. Bidders duly authorized representatives must show proof of their authority to participate in the
pre-bid conference, such as, duly signed authorization, notarized secretarys certificate or special
power of attorney. Only two (2) representatives per bidder shall be allowed during the pre-bid
conference.
12. The Bidder shall complete the appropriate Price Schedules to be provided to the bidders as part of the
Bidding Documents, stating the unit prices, total price per item, other inclusive charges such as insurance
fees, freight charges and applicable local and foreign taxes, the total amount and the expected countries of
origin of the Goods to be supplied under this Project.
13. The PAGASA reserves the right to accept or reject any bid, to annul the bidding process, and to reject all
bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or
bidders.
For further information, please refer to:
JOEL C. RIVERA, Head, BAC Secretariat, Telephone No.: 434
2579, Facsimile No.: 4349039, Email address.: pagasa_bac@yahoo.com, Website: www.pagasa.dost.gov.ph
BIDS AND AWARDS COMMITTEE FOR GOODS AND SERVICES:
CYNTHIA P. CELEBRE, Ph.D.
Chairperson, PAGASA-BAC

You might also like