• Skip to main content
  • Emergency Contact Number : 00966-556122301

Notice Inviting Tender for hiring of four unarmed local security guards (three for Consulate premises and one for Consul General's residence)

No.JED/E/815/01/2022 Consulate General of India

Jeddah
Tender for Hiring of Three Unarmed Local Security Guards for Chancery Premises of  Consulate General of India in Jeddah and One Unarmed Local Security Guard for Consul General’s Residence

Consulate General of India, Jeddah invites technical and financial bids for hiring of three (03) Local Security Guards for securing its Chancery premises at Building of Mr. Mansoor Abdul Rahman Al Hueesh , Villa No. 34, (Behind SNB Bank) Near Al Huda Mosque, Tahlia street, Jeddah  and one Local Security Guard (for 8 hours night duty only) for securing the residence of Consul General at Villa No. 43, Abdul Hameed Al Khatib Street, Al Hamra District, Jeddah – 23321 for a period of two years from the date of award of the contract as per the following details:-

 

1.

Tendering Authority

Consulate General of India, Jeddah

2.

Invitation Ref no & date

No. JED/E/815/01/2022

3.

Procurement Method

Open Tendering Method

4.

Source of Fund

Government of India

5.

Tender Name

Hiring of Three Unarmed Local Security Guards for Chancery Premises of  Consulate General of India in Jeddah and One Unarmed Local Security Guard for Consul General’s Residence

6.

Earnest Money Deposit/Tender Security Amount

SAR 5,000/- (Saudi Riyal five thousand only) by way of Bank Guarantee/Banker’s cheque/Demand Draft in favour of Head of Chancery, Consulate General of India, Jeddah. Any bid not accompanying with Earnest Money Deposit/Tender Security Amount shall be rejected. The EMD of unsuccessful bidder will be returned within 30 days after the award of the contract. The EMD will be forfeited in case the bidder withdraws his bid during the period of bid validity or in case of a successful bidder, the selected bidder fails to sign the agreement in time or furnish performance guarantee or furnishing of any wrong information.

7.

Pre-qualification

The invitation of tender is open to all eligible firms/service agents as mentioned below:

  • Security Agency should have a minimum of three years of overall experience in providing security personnel and related services and proven expertise in the field of security in Saudi Arabia and have successfully completed similar type of work in any Govt/Semi Govt./ Autonomous Body/ Embassy/ Consulate.
  • Tenderer must have up to date Trade License.
  •  Tenderer must submit a copy of the security related      topics covered during training schedule of the guards.
  •   Tenderer should have in house training facility for its employees.
  • Tenderer must include, as part of the tender, attested copies of documents mentioned above to establish their qualifications to perform the contract.
  • Consulate General of India, Jeddah reserves the right to ask any additional documents from the bidders to substantiate issues related to financial health of the company, local police clearance/verification,         partnership agreement etc. in order to establish holistic credentials of the bidding company.

8.

Performance Guarantee

The successful bidder is required to submit a 10% of annual contract amount before the commencement order is given and within 10 days of signing the final agreement. The EMD of the successful bidder may be adjusted in the performance guarantee by depositing the difference in amount of performance guarantee or alternatively EMD could be refunded and a fresh performance guarantee may be issued. The guarantee shall remain valid during the tenure of contract period. The guarantee amount in full or part may be forfeited in the following cases:

  • When the terms and conditions of the contract are breached.
  • When the service provider fails to comply with minimum service levels agreed upon.
  • Failure of the service provider to comply with statutory requirements shall constitute sufficient grounds for annulment of the award and forfeiture of performance guarantee.

09.

Contract Period

Two years that can be extended for one more year upon mutual agreement between two parties (rate can’t be increased during the entire contract period). Either party may terminate the agreement before its expiration with or without cause upon 02 months’ advance written notice to the other party.

10.

Name and address of the office receiving and opening of Tenders

Head of Chancery, Consulate General of India, Jeddah, Building of Mr. Mansoor Abdul Rahman Al Hueesh , Villa No. 34, (Behind SNB Bank) Near Al Huda Mosque, Tahlia street, Jeddah

11.

Bid validity

Bids will remain valid for a period of at least 90 days from bid end date with a option for bidders to offer longer validity period. (bidder may be asked to offer longer validity at times)

12.

Special instructions

i.    Quotation should be valid for a minimum period of 90 days.
ii.  The tender should be submitted in two sealed covers – the first sealed cover should be superscribed “Technical Bid” and the second sealed cover superscribed “Financial Bid”. Both the sealed envelopes should be placed in another larger envelope  superscribed “Tender  for hiring of Security Guards” and addressed to “Head of Chancery, Consulate General of India, Jeddah, Building of Mr. Mansoor Abdul Rahman Al Hueesh , Villa No. 34, (Behind SNB Bank) Near Al Huda Mosque, Tahlia street, Jeddah”. The ‘Technical Bid’ should contain
(a) The requisite information duly filled in as per proforma at Annexure-I, Annexure-II and Annexure-III
(b) Duly signed Bid Security Declaration – Annexure IV
(c) Agency profile including previous experience of man power supply to Government Departments, total number of guards permanently working with the company
(d) Demand Draft/ Banker’s cheque/bank guarantee for Earnest Money Deposits
(e)  Proforma giving details of Saudi Arabia Government or foreign institutions being served by bidders (like diplomatic missions, international organizations etc.)
iii.  The ‘Financial Bid’ should contain rates which are to be quoted as proforma at Annexure-V. This should also mention statutory taxes as applicable.
iv.  The Tenderer shall submit documentary evidence in respect of their financial and technical capabilities and also of their experience in execution of similar nature of work.
v.  The tenderer can submit only one bid. A Tenderer who submits more than one bid will be disqualified.
vi. The Agency/procuring entity reserves the right to accept or reject any or all the Tenders without assigning any reasons.
Vii. If the Tenderer submit any false/incorrect or forged certificates, his tender will be summarily rejected and the Tender security may be forfeited.
Viii.  The Tenderer should be compliant with local regulations as regarding hiring of manpower for Security purpose and also with local taxation laws.

13.

Contract terms and conditions:

1. The contract term shall be of two (2) years starting from the date of commencement. The Consulate General of India, Jeddah (hereafter  referred as CGI, Jeddah) reserves the right to exercise the option to extend the contract term  by another one year on the same terms and conditions on mutual consent. Either party may terminate the agreement before its expiration with or without cause upon 02 months’ advance written notice to the other party.
2. The service provider must have license issued by the local Government for providing Security Services.
3. The service provider shall provide full uniforms with appropriate footwear for all security guards whether on relief or full time employment. All the security guards shall, at all time, be in proper uniform with names and identification tags and shall be provided with necessary equipment for proper security duties. The service provider would be responsible for providing medical facilities to security guards.
4. The Security Guards deployed must have valid Iqama (residence permit) and should preferably be of Indian origin.
5. The maximum age of security guards deployed by the service provider shall not be more than 50 years.
6. The security guards should possess minimum education qualification up to 10th standard/ matric level. Beside local language, should also possess good knowledge of English and Hindi written as well as verbal.
7. The Security Guard should be physically and mentally fit and he should not suffer from an apparent disability including obesity/overweight etc. The Service          provider should submit Medical Fitness Certificate in respect of every Security Guard from an authorized Medical Practitioner. The Guard should not be emaciated, feeble and timid in an apparent sense.
8. In the event that any security guard on duty is absent for whatever reason, the service provider is responsible for providing relief security guard immediately. For failure to provide for replacement beyond 1 hour, the deduction amount shall be
SAR 500/- per security guard per day. An attendance register shall be maintained by the Consulate for this purpose.
9. Bidders are to note that security companies must be licensed and must ensure their security guards receive the required training and are paid wages that are in line with the prescribed wages under Saudi Laws.
10. The provider shall be deemed to have inspected and examined the site and its surroundings and to have satisfied himself before submitting its tender as to the nature of the site, the form and the nature of the buildings and the extent and nature of work. No extra claim, whatsoever, shall be entertained in this regard.
11. The service provider is required to exercise firm control over the conduct of his personnel at CGI, Jeddah properties. The provider shall immediately dismiss any person whose continued employment thereon is in the opinion of CGI undesirable.
12. The service provider should have a system of undertaking supervisory checks of functioning of Security Guards. The provider should indicate as to how the system of supervision and checks would be done.
13. CGI, Jeddah shall make payment to the service provider on satisfactory completion of services for a particular month. The bill for the services shall be submitted in the first week of the following month.

14.

Scope of work

To hire 03 unarmed Local Security Guards for Chancery Premises and one (01) Local Security Guard (for 08 hours night duty only) for Consul General’s residence for a period of two years extendable to another one year, subject to mutually agreed terms and same price.
Scope of Work:
1. The provision for 24 hour security services for seven days a week (including public holidays, Fridays and Saturdays) for the Chancery premises situated at Tahliya street, behind SNB Bank and Security services shall be performed in three shifts (eight hour shift by each security guard). It means three security guards per day. The provision of deployment of one unarmed local security guard for Consul General’s residence (Villa No. 43, Abdul Hameed Al Khatib Street, Al Hamra District, Jeddah – 23321) for 8 hours night duty only.
2. The service provider shall provide licensed security guards for each shift and shall be responsible for the security of the premises and occupants of both buildings i.e. Chancery and Consul General’s residence.
3.  For change of shift, no security guard is allowed to leave until his replacement has arrived, including lunch break.
4.  No security guard shall leave the place of duty unattended at any point of time.
 5. Foot patrol around the both premises shall be conducted at interval of every two hours for the night shift. The patrol shall cover all grounds and within building including surveillance on all the facilities in the buildings. During patrol, the security guard shall check all gates, fencing to ensure that there is no tempering or any loss or damage to the property.
6.  The security guards have to maintain a register all particulars including name, Iqama number, time and reasons of persons entering and leaving both the premises.
 7. The security guard shall assist in crowd and traffic control during reception national day celebration or any other gathering.
 8.  The security guard shall cordially receive all visitors to both Chancery and Consul General’s residence or other buildings and maintain a record of such visitors and purpose of their visit.
9.  The security guard on patrol is required to report immediately to Chief Security Officer of CGI, Jeddah on any incident concerning safety and damage to CGI property/Consul General’s residence.
10. Take periodic patrolling and surveillance for suspected activities of visitors in premises.
 11.   Keep watch over for any sabotage, damage, fire and safeguard the property, men, material, machines and document system at site.
12.  Frisking of visitors at the Entry gates and checking vehicles seeking entry in to Consulate premises.
 13.  Use of of Hand Held Metal Detector, Door Frame Detector and assist in regulating visitors to the premises while being polite and courteous with visitors.
14.  To be alert and detect unattended packages and strange objects and respond in emergency situations like fire, law & order, medical etc.
15.   Company will ensure to maintain proper supervision over the security personnel with regards to their discipline, alertness, proper uniform, conduct in the course of their duty and carry out periodic surprise inspections.
16.  Perform all security duties assigned by the Consulate General of India, Jeddah.

15.

Evaluation of bids

1. CGI, Jeddah will follow two bids system i.e. Technical bid and Financial bid. The technical bid and financial bid should be sealed by bidders in separate covers duly super-scribed “financial bid or technical bid” as the case may be and both these sealed covers are to be put in a bigger cover which should be duly super-scribed as “quote for providing security services”. The technical bid should contain
(a) The requisite information duly filled in as per proforma at Annexure-I, Annexure-II and Annexure-III
(b) Duly signed Bid Security Declaration – Annexure IV
(C) Agency profile including previous experience of man power supply to Government Departments, total number of guards permanently working with the company
(d) Demand Draft/ Banker’s cheque/bank guarantee for Earnest Money Deposits
2. The technical bids will be evaluated mainly on the parameters given in Annexure-II.
3. Financial bids of only those Tenderers would be opened who are found technically sound and qualified. The assessment in terms of technical qualification shall be done by CGI, Jeddah and shall be final.
4. Financial bid should be given as per Annexure-III for Chancery premises and Consul General’s residence. Taxes, if any, shall be indicated separately and shall not be taken into account while deciding the lowest quote.
5. the total cost involved in providing security guard for Chancery premises and Consul General’s residence shall be taken into account while deciding the lowest quote.
 6. For any clarification, prospective Bidders may visit the Consulate (Building of Mr. Mansoor Abdul Rahman Al Hueesh , Villa No. 34, (Behind SNB Bank) Near Al   Huda Mosque, Tahlia street, Jeddah) or  send their queries on e-Mail - admin.jeddah@mea.gov.in (Tel. No. +966 126646147 during office hours from 08:30 AM to 05:00 PM on working days)
 7. 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 Consulate General of India, Jeddah at all times.
 8. The bid and all correspondence and documents relating to the bid, exchanged between the bidder and CGI, Jeddah shall be in English language or submitted along with the English translation.
 9. The Bid shall contain no alteration, omission or additions, overwriting except those to comply with instructions issued by CGI, Jeddah 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.
 10. CGI, Jeddah reserves the right to accept/reject the bid and does not bind itself to accept the lowest bid or any bid and can reject all the bids or scrap the proposal in whole or in part.
 11. The successful Bidder should not sub-contract any part of the scope of work to be undertaken by them without written permission from CGI, Jeddah.The bidder to whom the contract is awarded is solely responsible to CGI, Jeddah for the completion of the awarded contract.

 

 

 

16. Critical dates:-

Sl. No.

Particulars

Date

1

Tender Publishing Date

11.05.2025

2

Document Download Date

11.05.2025

3

Bid Submission Start Date

12.05.2025

4

Start Date For Seeking Clarification

12.05.2025

5

Pre Bid Meeting Date

04.06.2025

6

Pre Bid Meeting Place

CGI, Jeddah

7

Document Download End Date

11.06.2025

8

Last Date For Seeking Clarification

11.06.2025

9

Bid Submission End Date

12.06.2025

10

Technical Bid Opening Date

15.06.2025

11

Technical Bid Opening Place

CGI, Jeddah

12

Financial Bid Opening Date

Will be intimated later

16.1. Auto extension of critical dates;-  If number of bids received is found to be less than three (03) on the end date of bid submission, then the last date of bid submission and bid opening date of the Tender will get automatically extended for a period of three (03) working days ending at 1700 hrs. The auto extension shall work on the basis of number of bids received only.

17. The tendering authority reserves the right to accept any tender not necessarily the lowest, reject any tender without assigning any reasons and accept tender for all or anyone or more of the articles for which the service provider has bid. Any bid received by the tendering authority after the deadline for submission of bids will be rejected and not be considered and may be returned unopened to the service provider.
18.  Quotation should have date and signature of the authorized signatory of the bidder (service provider company) with stamp and in no case, the date on the quotation should be prior to date of publication of this Tender Notice.

*************

  

Annexure - I

 

Technical Bid

To

Head of Chancery
Consulate General of India, Jeddah

Dear Sir/Madam,

I/We,______            _________________,Representative(s) of M/S          ___________________ solemnly declare that:-
 

  • I/We are submitting tender for the hiring of four (04) Security Guards against the Tender Notice No. JED/E/815/01/2022 dated 11.05.2025.
  • Myself or my partners do not have any relative working in any office of Consulate General of India, Jeddah.
  • All information furnished by me/us in respect of fulfillment of eligibility criteria and other information given in this tender is complete, correct and true.
  • All documents/credentials submitted along with this tender are genuine, authentic, true and valid.
  • The Price–Bid submitted by me/us is “WITHOUT ANY CONDITION”.
  • I/We have not been banned/de-listed by any Government or Quasi Government agencies or PSUs.
  • If any information or document submitted is found to be false/incorrect, Consulate General of India, Jeddah may cancel my/our Tender and can take any action as deemed fit including termination of the contract, forfeiture of all dues including Earnest Money and blacklisting of my/our firm and all partners of the firm etc.
  • All the terms and conditions of the tender are acceptable to us.
  • The bid will remain valid for minimum 90 days from the last date of submission of bids.

 

Yours sincerely,

 

 

(Signature of Tenderer)

 

 

 

Annexure -II

QUALITY PARAMETERS FOR SERVICE PROVIDER COMPANIES

In case of partial fulfillment, the bidder is required to mention which conditions can not be fulfilled.

S.NO

ITEM/DESCRIPTION

RESPONSE*

1

Provide the list of other clients like Embassies, international organizations, reputed companies etc. to whom the company is serving in Saudi Arabia as well as in other countries, if any

 

2

Submit a brief of past experience, service history and achievements of the company.

 

3

Submit evidence of registration of the company under relevant statutory regulations such as labour laws, arms license etc..

 

4

Any other security services other than man power services provided to the clients should be enumerated.

 

5

Provide the information on current size of the reserve pool of guards and logistics such as response teams, patrol vehicles, security/communication equipment, control room facilities under use etc..

 

6

Attrition rate of security guards and supervisors (the average period for which a security guard remains with the company.

 

7

Provider should clearly mention whether it has its own training facilities or avail the facility of another provider or a company that only focuses on training. Also indicate curriculum and duration of training of the security guards and the supervisors.

 

8

Industry certification obtained by the provider for its quality from the specialized security certification bodies. Also to specify service providers relationship with local police.

 

9

Scope and limit of liability of the company in terms of compensation for its security failures in monetary terms.

 

10

Provide the information on take home pay and other allowances of the security guards. (In PGY monthly figures)

 

*Responses shall be filled in the given column and relevant documents shall be enclosed with the technical bid.

Declaration

I hereby certify that the information furnished above is full and correct to the best of my knowledge.

 

(Signature of the authorized Signatory)
Dated……………………
Name & Address of the Agency/Company
Seal of the firm

 

Annexure-III

QUALITY PARAMETERS* FOR LOCAL SECURITY GUARDS (LSG) TO BE PROVIDED AT CHANCERY           

The bidder is required to write ‘Yes’ or ‘No’ in the column REMARKS. In case of partial fulfillment, the bidder requires to mention which conditions can not be fulfilled.

S.No

Item/Description

REMARKS

1

LSGs should not be more than age of 50 and supervisor, whatever necessary, should not be more than 55 years of age.

 

2

LSGs should be physically and mentally fit. Service Provider should submit Medical Fitness Certification respect of every LSG from an authorized hospital/Medical practitioner.

 

3

LSGs should have been vetted by local government’s security department(s) in terms of past record, character and antecedents. The provider should provide background details of LSGs and also proof of their vetting.

 

4

LSGs should possess training in basic security duties such as handling gadgets like fire extinguishers, access control, conduct anti-sabotage checks including use of X-Ray Baggage Scanner, Vehicle Scanner, HHMD, DFMD, CCTV monitoring, letter scanners etc..

 

5

LSGs should have at least 10th standard or equivalent.

 

6

LSGs should be proficient in Arabic language and possess minimum English language skill to communicate with the Mission’s officials.

 

7

LSGs should perform duties in smart uniform and their over all appearance should be neat and clean.

 

8

LSGs should be thoroughly proficient and trained in handling of arms and other security equipment they are supposed to carry/use

 

9

Service provider should have provisions for real time check  of functioning of the security guards to ensure that the quality of the provided staff and the service they render is always the benchmark. The provider should be able to provide proof of this to Embassy.

 

*These parameters are Consulate’s critical minimum requirement and any inability to meet any or all of these would make the service provider liable for rejection at the technical bid stage only.

Declaration
I hereby certify that the information furnished above is full and correct to the best of my knowledge.

 

(Signature of the authorized Signatory)
Dated……………………
Name & Address of the Agency/Company
Seal of the firm
                                                                                                                           
Annexure-IV

 

Bid Securing Declaration
******

            I/We accept that if I/We withdraw or modify Bids during the period of validity or if I/We are awarded the contract but failed to sign the contract, or to submit a performance security before the deadline defined in the Tender Notice, I/We will be suspended for the period of time specified in the Tender Notice from being eligible to submit bids for contracts with Government of India.
 

 

Date:                                                                                                   Name:                                                                                                                                                
Place:                                                                                                  Signature:

 

 

                                                            Annexure-V
                                                                         Financial Bid

 

 

S No

Job Particulars/category

No. of Guards

Rate per guard
(excl. of  VAT)

Total Amount
(Excl. of VAT)

Remarks

1.

Security Guards for 8 hrs duty

 

    3

 

 

 

Note: The service provider has to provide lots of smartly uniformed guards having minimum education of 10th standard & below 50 years of age to be screened before deployment. The selected guards must support with medical fitness certificate issued by authorized medical practitioner along with proof of character & antecedents vetting by local Govt. security department. All the guards must possess training in basic security duties of access control & anti-sabotage checks besides use of HHMD, DFMD, CCTV monitoring, baggage & letter scanners etc.

 

Signature of the Tenderer With stamp and date