EMBASSY OF INDIA, SENEGAL
5, AVENUE CADRE, DAKAR BP-398, SENEGAL
Tender No.
DAK/815/01/2016
Dated: 28th October 2019
NOTICE INVITING TENDER
Sealed quotations are hereby invited from
reputed Licensed Private Security Agencies for providing armed Security Guards
at the Chancery premises of Embassy of India, Senegal. The deployment will
commence after signing of agreement with the Embassy. The period of contract
will be initially for 1 year and may be reduced or extended at the discretion
of the Embassy.
Schedule to the invitation of Tender:
1 |
Date of issue of Bid Document |
28th October 2019 at 0900 hrs |
2 |
Time and last date of Depositing tender/bid |
17th November 2019 till 1500 hrs |
3 |
Time and date of opening of Qualifying Bid |
18th Noveember
2019 at 1400 hrs |
4 |
Place of Opening of Tender |
Embassy of India, Dakar 5, Avenue Cadre, Dakar, BP-398, Senegal. |
Service to be provided:
Sl No. |
Type of Guards |
Number of Guards |
1 |
Male Security Guards (Armed and with
communication devices for 24X7) |
1 (One) |
Intending eligible bidders may obtain Tender Document
is in continuation.
Sd/-
Head of Chancery, Embassy of India, Senegal
TENDER DOCUMENT
Tender no. DAK/815/1/2016 Dated 28th October 2019
TENDER
FOR HIRING PRIVATE SECURITY SERVICE
FOR THE OFFICE OF THE CHANCERY PREMISES OF
EMBASSY OF INDIA, DAKAR AT 5, AVENUE CADRE, DAKAR BP-398, SENEGAL
ISSUED BY
EMBASSY OF INDIA, DAKAR
TENDER DOCUMENT
Embassy of India
Dakar
No. DAK/815/1/2016 28th October 2019
Tender for Hiring of Local Security Guard at
Embassy Residence (ER) and Chancery, Dakar
1. Scope of work. The Embassy of
India, Dakar, Senegal invites Technical and Financial bids/ quotations for hiring
of local security guard for the Chancery located at 5, Avenue Carde, Dakar, Senegal.
2.
The Technical bid consisting of all technical
details along with commercial terms and conditions. The Financial bid
indicating item-wise price for the items mentioned in the technical bid. The
technical bid and financial bid should be sealed
by bidders in separate covers duly
super-scribed and both these sealed covers are to be put in a bigger cover which should be duly
super-scribed.
3.
The job specifications of local security agency services are as follows:
-
(a)
To prevent any unauthorised entry of person/
Object inside Chancery.
(b)
Patrolling of Chancery premises, courtyard and intervention & necessary
actions.
(c)
Informing local police authority in case of any
attack or crises situation.
(d)
Prevent unauthorised parking in front of Chancery.
(e)
Assist in case of any Fire, medical or any other emergencies.
(f)
Screen baggage/ Parcel/ Letter etc using Metal Detector and lookout for any kind of
firearms or weapons.
(g)
Monitor CCTV display and record and report the
activities of any suspecting vehicles or persons.
(h)
Prevent any defacing of Chancery wall/ building or disrespect to the
National flag.
(j)
Record the details of Persons permitted inside Chancery.
Also, maintain Record for any vehicle permitted e.g
GDIP, Traffic Police, Ambulance, Fire Van etc.
(k)
24 hours watch/ vigil of Chancery premises.
Eligibility
Criteria.
4.
The bidder should provide the following detailed
information in descriptive terms along with the supporting documents and
records as part of technical bid: -
(a)
The bidder should have an experience of
providing such services for at least 3 years. Past experience, service history,
achievements of the company.
(b)
The bidder should have experience in providing
services in security sensitive organizations, offices and large commercial
establishments.
(c)
The bidder should be able to provide User
Satisfaction certifications from at least 3 organizations.
(d)
The bidder should provide valid service Tax and VAT number.
(e)
The bidder should provide LSGs which have been
vetted by the local Government security department in terms of past record,
character and antecedents. Background details of LSG along with proof of
vetting to be provided.
(f)
List of other clients the company is serving in
terms of supply of local security guards.
(g)
Evidence of registration of the company under
relevant statutory regulations applicable to Senegal.
(h)
Range of security services provided by the firm.
(i)
Reserve pool of men and logistics such as
response teams, patrol vehicles/ security equipment/ control room facilities/
communication equipment under use etc.
(j)
Average period for which a security guard and
security supervisors remains with the company.
(k)
Training facilities, does the company have its
own training facility? Or does company avail the
facility of another provider or a company that only focus on training? What is
the curriculum and duration of training of security guards and the supervisor?
(l)
Industry certificate obtained by the company for
its quality and company’s relationship with local police.
(m)
Average take home pay and allowances of the security guards.
Eligibility
Criteria for Local security Guard (LSG)
5.
The parameters pertains to personal qualities
and attributes of LSGs and their eligibility criteria to be provided by the
firm along with the technical bid
are as follows: -
(a)
Age Limit: - LSG
should not be more than 50 years of age. Preferably Male.
(b)
Physically and Mentally
fit and he/she should not suffer from an apparent disability including obesity/
overweight etc. The provider should submit Medical Fitness Certificate in
respect of every LSG from an authorized Medical
Practitioners. LSG should not be emaciated, feeble and timid in an
apparent sense.
(c)
Provide background details of the LSGs along
with certificate vetted by the Government Security department in terms of
record, character and antecedents.
(d)
Should perform duties in smart uniform and their
overall appearance should be neat and clean.
(e)
Should have possess training in basic security
duties such as access control and anti-sabotage checks (of person, baggage and
vehicles) including use of basic security devices such as HHMD, DFMD, CCTV
baggage and letter scanners.
(f)
Should have attended education at least up to 10th Standard.
(g)
Beside local language, should possess basic knowledge of English.
(h)
Should be thoroughly proficient and trained in
handling of arms and other security equipment’s they are supposed to carry.
6. Visit
to Embassy. Registered/ Interested parties may visit the Embassy between 28 October 2019 – 17 November 2019 to
familiarize with the premises.
7.
Commencement of
Services. The services will need to be made operational within 30 days from award of contract failing which the Embassy
reserves the right to cancel the contract and award it to another agency.
8.
Instructions for bidders.
(a)
Bidders are required to submit their bids by 17th November 2019 to the
address mentioned below. The embassy, at its discretion may extend the deadline
for submission of Bids by amending the bidding documents, in which case all
rights and obligations of the Embassy and the Bidders previously subject to the
original deadline will thereafter be subject to the deadline as extended.
Address details:
Embassy of India,
5, Avenue Carde,
Dakar – 398
E- mail : hoc.dakar@mea.gov.in
Tel: +221-338 495 875. Fax :
+221- 338 223 585
(b)
Bidders shall furnish all the data/ information
called for under the bidding documents to the complete satisfaction of the
Embassy, falling which the Bid will
be considered as
incomplete and non-responsive and the Embassy reserves the right to reject the
Bid.
(c)
All, data, information and any other material
submitted by the Bidders in the process of bidding and part of bidding
documents, shall remain the exclusive property of the Embassy at all times.
(d)
A prospective Bidder requiring any clarification
may contact the undersigned in writing, either by post, fax or email at least
three-four business days before the deadline for submission of the Bid.
(e)
The Bid and all correspondence and documents
relating to the bid, exchanged between the Bidder and the Embassy shall be
written in English Language
(f)
The price to be quoted by the Bidders shall be
in US dollars or CFA only. The price shall include all VAT taxes, miscellaneous
services and duties. However, VAT must be specified separately. The prices
quoted by the Bidder shall be kept open and valid for acceptance for a minimum
for period of Ninety (90) business days.
(g)
The Bid shall contain no alterations, omissions
or additions, overwriting except those to comply with instruction issued by the
Embassy or as necessary to correct errors made by the bidders, in which case
the person or persons signing the Bid shall initial all such corrections.
(h)
The embassy reserves the right to accept/reject
the Bid and does not bind itself to accept the lowest id or any Bid and can
reject any or all of the bids or to scrap the RFP in whole or in part.
(i)
The successful Bidder should not sub-contract any part of the Scope of
work to be undertaken by them without written permission from the Embassy.
The Bidder to whom the contract is awarded is solely responsible to the Embassy
for the completion of the awarded contract.
9. Terms
of payment. Successful bidder would be paid the amount on satisfactory
completion of work and / or as per the agreed contract.
***