RBI/Chandigarh Regional Office/Estate/22/25-26/ET/996 Pre-bid meeting of the captioned tender was held at 11:00 AM on March 06, 2026 in Estate Department, RBI Chandigarh. The list of participants of the said meeting is provided in Annex I. 2. Following queries were raised by the firm in the pre-bid meeting which were answered and resolved: - | S. No. | Name of the firm | Query / Suggestion by Firm | Bank’s Remarks | | 1 | M/s Secured Security Solutions Pvt. Ltd. | Firm raised query regarding minimum wages of security service personnels. | The minimum wages as notified from time to time by the Chief labour commissioner (Govt. of India) shall be applicable for watch & ward (unarmed) skill category. | | 2 | M/s Secured Security Solutions Pvt. Ltd. | Firm has raised the query that Service Charges/Contractor Profit percentage to be quoted by bidder is kept at a minimum 3%. However, the firm has requested that the minimum service charge may be increased to 5%. | The tender clause on minimum percentage of service charge/ contractor profit remains unaltered. However, there is no upper ceiling for quoting the service charge/ Contractor profit percentage. Vendor may quote any value above 3%. | | 3 | M/s Secured Security Solutions Pvt. Ltd. | In case, all bidders quote the same rate in financial bid, then, In terms of Section IV para B (Evaluation matrix), the scores will be allocated as per the criteria mentioned in Evaluation matrix. As per the evaluation matrix, DGR empanelled agencies are allotted a weightage score of 10, whereas non empanelled agencies are allotted 5. The Firm expressed the concern that this creates a disadvantage for DGR non empanelled agencies and requested that the said criteria may be removed. | The tender clause on weightage score of DGR empanelled/ non-empanelled agencies remains unaltered. | | 4 | M/s SIS Limited | Firm has raised query regarding the clause stating that the payment would be made at the end of every month and sought a clarification regarding payments. | Please refer to para 54 of Annexure III (Terms and conditions of the contract) stating that ‘The Agency shall raise the bill on completion of every month by 05th of following month and the payment shall be made within 15 days from the date of submission of complete and correct bill with all supporting documents.’ | | 5 | M/s Secured Security Solutions Pvt. Ltd. | As per the tender conditions ‘In case the quoted amounts in the financial bids of more than one agencies becomes L1, then the work will be awarded to the agency which gets the higher score in Technical evaluation (Evaluation Matrix). In case the condition arises where the score of the potential bidder is at par with each other, in that case the firm with the highest annual turnover in FY 2024-25/ company incorporated earlier shall be considered for the award of contract. In this regard, firm has sought clarification as to whether the firm with the highest annual turnover in FY 2024-25 or the company incorporated earlier shall be considered for the award of the contract if the above condition arises. | It is clarified that in case the quoted amounts in the financial bids of more than one agencies becomes L1, then the work will be awarded to the agency which gets the higher score in Technical evaluation (Evaluation Matrix) as mentioned in Section-IV: Evaluation/ Selection at Sr. No. B. In case the condition arises where the score of the potential bidders is at par with each other, in that case the firm with the highest annual turnover in FY 2024-25 shall be considered for the award of contract. | | 6 | M/s SIS Limited | The firm has raised a query regarding the attendance system criteria to be followed after the award of work. | A Shift wise physical register shall be maintained to mark the daily attendance of the staff. | | 7 | M/s SIS Limited | Firms raised query regarding roll over of staff/ guards seeking a clarification on retention/ replacement of existing staff. | Deployment of Security guards will be the responsibility of the successful bidder who shall ensure that the guards deployed meet the eligibility criteria, qualifications and standards prescribed in the tender documents and applicable statutory provisions. However, the bidder may consider engaging existing personnel subject to their suitable performance to maintain the operational continuity. | | 8 | M/s Secured Security Solutions Pvt. Ltd. | Firm has raised query regarding the penalty clause mentioned in Annexure IV stating that the penalty is being imposed on the total bill value instead of service charge/ contract profit. The firm has requested that imposing a penalty on the total bill value may cause a loss to the contractor. Therefore, firm has requested that the penalty may be levied on the service charge/contractor profit instead of bill value. | Penalty will be imposed on the total bill value only. However, the maximum penalty for High Risk has been reduced from 5% to 3%. | | 9 | Rakshak Securities Pvt. Ltd. | The firm has raised a query regarding Para 3.6 of Section III (General Instructions to Bidder) which states that ‘Company should have their own proper infrastructure for imparting training to their security personnel on professional, physical aspects, discipline, and conduct.’ The firm has requested clarification on whether training centres having tie-up arrangements with the company can be considered in place of own training infrastructure. | It is preferred that the Company have their own infrastructure for imparting training to the Security personnel. However, in case of tie-ups/arrangements with training centres, the company may submit proper proof (MoU/Certificate) of the same. | 3. The meeting ended with the vote of thanks to the chair. 4. These minutes of pre-bid meeting shall form the part of bid document. 5. All other terms and conditions of the tender shall remain same. 6. The above clarification is issued for the information of all the intending bidders. 7. The submission of bid by the firm shall be construed to be in conformity to the bid document and amendments/clarifications given above.
Annexure I a) List of participating Bank officials in the pre-bid meeting:- | S. No. | Name and Designation | | 1 | Sh. Pushkar Pahwa, Assistant General Manager | | 2 | Sh. Amit Kumar Saini, Manager (P&S) | | 3 | Smt. Prabhjot Kaur, Assistant Manager | | 4 | Sh. Ram Gopal Mishra, Assistant Manager | b) List of participating firm in the pre-bid meeting:- | S. No. | Name of the firm | Name of Representative | | 1 | M/s Peregrine Guarding Pvt. Ltd. | Sh. Naved Bharwal | | 2 | M/s SIS Limited | Sh. Sanjay Kumar Singh | | 3 | M/s Secured Security Solutions Pvt. Ltd. | Sh. Manoj Bakshi | | 4 | M/s Secured Security Solutions Pvt. Ltd. | Sh. Sandeep Jagdev | | 5 | Rakshak Securities Pvt. Ltd. | Sh. Deepak Kumar | | 6 | Firstman Management Securities Pvt. Ltd. | Sh. Sant Kumar | | |