Menu

Department of Defence Tender by Dg Armed Forces Medical Service (GEM/2025/B/6053597)

Video Recorder for CCTV System (V2),Camera for CCTV System (V3)

Goods
Qty:8
EST Bid: ₹1.4 Lakh
Department of Defence Tender by Dg Armed Forces Medical Service (GEM/2025/B/6053597)

Tender Timeline

Tender Issue
April 23, 2025 at 1:09 PM

Tender Title and Reference Number

Tender Reference Number: GEM/2025/B/6053597
Tender Title: Supply of Video Recorder for CCTV System and Camera for CCTV System

Issuing Authority/Department

This tender is issued by the Department of Defence, under the Ministry of Defence.

Scope of Work and Objectives

The objective of this tender is to procure Video Recorders and Cameras for CCTV Systems. The selected vendors will provide a range of equipment necessary for enhancing the security infrastructure. The scope entails the supply of a total of 8 units, ensuring optimal performance, durability, and compliance with security standards. The successful bidders will be expected to deliver high-quality products that meet the technical specifications outlined in the tender documents.

Eligibility Criteria

To qualify for this tender, vendors must meet certain eligibility requirements. Entities must be registered and operational entities in compliance with the relevant regulations and standards for supplying CCTV-related equipment. Eligible bidders should also have a proven track record in similar projects, with demonstrable experience and capability in supplying high-tech surveillance equipment.

Technical Requirements

The technical specifications for the Video Recorders and Cameras necessitate that the equipment includes features such as high-definition imaging, suitable storage solutions, and remote access capabilities. Furthermore, the equipment must comply with standard security specifications to ensure reliability and performance in various environments. Detailed technical documentation showcasing product specifications and operational capabilities should be submitted.

Financial Requirements

Bidders are expected to provide a detailed financial proposal that includes pricing for all listed items, along with any associated handling and delivery charges. Companies must also disclose information regarding applicable warranties and after-sales support for the equipment provided.

Document Submission Details

All proposals and required documentation should be submitted electronically via the designated procurement portal. The submission must include a complete set of technical and financial documents in the specified formats. Bidders should ensure that all submissions comply with the guidelines outlined by the issuing authority.

Special Provisions

Provisions are made for Micro, Small, and Medium Enterprises (MSEs) as well as startups, which may be eligible for additional benefits or support in the bidding process. Encouragement is extended for participations from entities who align with national procurement rules.

Evaluation Process

The evaluation of proposals will be conducted systematically, focusing on multiple factors including technical qualifications, adherence to quality standards, and financial viability. Bidders will be scored based on their ability to deliver the required specifications and overall value proposition. The issuing authority reserves the right to accept or reject any proposal based on evaluation outcomes.

Delivery Locations

The equipment will be delivered to predefined locations as specified by the Department of Defence, ensuring that all logistical aspects are in alignment with security protocols and operational needs.

Contact Information

For further inquiries or clarifications regarding this tender, potential bidders are advised to refer to the official communications from the Department of Defence, where detailed contact information is provided.


General Information

Item Category
Video Recorder for CCTV System (V2) (Q2) , Camera for CCTV System (V3) (Q2)
Ministry Name
Department Name
State
City

Financial Information

Estimated Bid Value
₹1,37,000.00
OEM Average Turnover
₹1.00 Lakh (s)
Minimum Turnover
₹1.00 Lakh (s)
Bid Offer Validity
180 (Days)
Past Performance
30 %
Arbitration Clause
No
Mediation Clause
No

Evaluation and Technical Information

Evaluation Method
Total value wise evaluation
Inspection Required
Yes
Technical Clarifications Time
2 Days

Tender Documents

7 Documents
GeM-Bidding-7640699.pdfMain Document
GeM Category SpecificationGEM_CATEGORY_SPECIFICATION
GeM Category SpecificationGEM_CATEGORY_SPECIFICATION
Other DocumentsOTHER COMPLIANCE
Other DocumentsOTHER COMPLIANCE
Other DocumentsOTHER
GEM General Terms and Conditions DocumentGEM_GENERAL_TERMS_AND_CONDITIONS

Documents Required from Seller

  • Experience Criteria
  • Past Performance
  • Bidder Turnover
  • Certificate (Requested in ATC)
  • OEM Authorization Certificate
  • OEM Annual Turnover
  • Additional Doc 1 (Requested in ATC) *In case any bidder is seeking exemption from Experience / Turnover Criteria
  • the supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer

Similar Tenders

View All

5 Megapixel Outdoor Colour PTZ Camera,5 Megapixel Indoor Colour PTZ Camera,5 Megapixel Varifocal Ou

₹19,15,467.00
GEM
Goods
Qty:33.9K
5 Files
Chandigarh International Airport Limited
Mohali, PUNJAB
Boq › Boql
5 Megapixel Outdoor Colour PTZ Camera , 5 Megapixel Indoor Colour PTZ Camera , 5 Megapixel Varifocal Outdoor Fixed Camera , 5 Megapixel Varifocal Indoor Fixed Camera , 5 Megapixel Outdoor ANPR Camera , Layer 3 48 Port Switch , L2 24 Port POE Switch , L2 Industrial Grade 08 Port Managed POE Switch , Industrial Grade Media Converter 04 PLUS 02 Gigabit Port , Network Storage as NAS OR SAN , 46 inch Full HD LED Display , 3x2, 46 inch Thin Bazzele LED Video Wall , Work Stations , Control Room Console , Video Recording or Management Server , Video Analytic Server , ANPR Server , NTP server , 8 port Rack mountable KVM Switch , 40U or 42U 19 inch Equipment rack , Power Distribution Panel , 20 KVA Rack mountable, Modular, Online UPS Set , Software Solution - VMS,VAS,FRS,ANPR , NG Firewall or UTM or Antivirus for Complete System , MS Conduit , PVC Pipe , HDPE pipe , GI Pipe , Optical Fiber Cable , CAT 6 UTP Cable , Cat6 4 Pair Shielded Twisted Pair Cable , Power Cable 3 core 1.5 sqmm multi- strand PVC insulated PVC sheathed copper conductor , Power Cable 3 core 6 sqmm multi-strand copper conductor , Power Cable 4 core 16 sqmm multi-strand Aluminium conductor , Light Guide Interconnect Unit LIU , GI Pole for mounting of Camera , Stainless Steel Pole for mounting of Cameras , Cutting of grooves of existing granite or tile or concrete flooring surface , Excavation in soft or hard soil and Road cutting , Road Cutting , Horizontal Directional Digging , Earthing , ITC Work , Training and documentation , Manpower During DLP Period with EPF,ESIC and Bonus will be paid Extra on actual basis on production of Bills
April 24, 2025
May 22, 2025 at 2:00 PM
View Details

Frequently Asked Questions

The eligibility requirements include being a registered entity capable of supplying CCTV-related equipment. The bidder must demonstrate relevant experience in similar supply contracts, exhibit compliance with national and quality standards, and must not be currently barred from participating in government contracts.

The technical specifications for the CCTV equipment include high-definition recording capabilities, ability to operate in various environmental conditions, suitable storage solutions, and compliance with national security standards. Bidders must ensure that all equipment meets the outlined technical criteria to qualify for evaluation.

All submission methods must comply with the electronic submission protocols set by the Department of Defence. Bidders are required to submit all necessary documentation—including technical and financial proposals—through the designated procurement portal, ensuring that files are in the approved formats.

Bidders should specify their payment terms within their financial proposals. Typically, performance security may be required to ensure compliance with the contract terms, which must also be clearly outlined in the submitted documents.

Yes, there are special provisions for MSEs and startups that may provide advantages such as eligibility for preferential criteria in evaluation. Bidders are encouraged to highlight their status as MSEs in their submission for consideration of any applicable benefits.

Probable Bidders

Companies likely to bid

Get Tender Alerts

Get notifications for similar tenders