Menu

Department of Defence Production Tender by Bharat Earth Movers Limited (beml) (GEM/2025/B/6155820)

SPEED INDICATOR SYSTEM TO PART NO 946-21216

Goods
Qty:6
Department of Defence Production Tender by Bharat Earth Movers Limited (beml) (GEM/2025/B/6155820)

Tender Timeline

Tender Issue
April 24, 2025 at 5:50 PM

Tender Title: SPEED INDICATOR SYSTEM TO PART NO 946-21216
Reference Number: GEM/2025/B/6155820
Issuing Authority/Department: Department of Defence Production, Ministry of Defence

The SPEED INDICATOR SYSTEM TO PART NO 946-21216 tender is issued by the Department of Defence Production under the Ministry of Defence and aims to procure a critical component for defence applications. This tender encompasses the design, supply, and installation of advanced speed indicator systems that are compliant with the specified technical standards.

Scope of Work and Objectives

The main objective of this tender is to acquire six units of speed indicator systems with a designated part number of 946-21216. These units are expected to meet the performance criteria set forth by the Ministry of Defence to ensure optimal operational efficiency in defence applications. The scope of work includes:

  • Design and engineering of the speed indicator systems.
  • Supply of all necessary equipment and components.
  • Installation and calibration of the systems as per operational requirements.
  • Provision of warranty and post-installation support services.

Eligibility Criteria

To qualify for participation in this tender, bidders must meet the following eligibility criteria:

  • Must be a registered entity under relevant statutory laws.
  • Previous experience in dealing with defence equipment supplies.
  • Submission of all relevant certifications and compliance documents specific to the speed indicator systems.

Technical Requirements

Bidders must adhere to strict technical requirements, which include:

  • Compliance with the specifications outlined in the part number 946-21216.
  • Ability to deliver equipment that meets the quality and performance benchmarks established by the Department of Defence Production.
  • Capability to provide necessary technical documentation, including manuals and installation guidelines.

Financial Requirements

Participants must meet basic financial requirements to enter the bid. This may involve:

  • Demonstrating fiscal stability through audited financial statements.
  • Provision for an Earnest Money Deposit (EMD) as specified in the tender documentation.

Document Submission Details

Bidders must prepare and submit their proposals in a well-structured format. The submission includes:

  • Technical proposal detailing compliance with specifications.
  • Financial proposal outlining pricing model.
  • Relevant supporting documents verifying eligibility and financial reliability.

It's essential to submit all documentation by the specified deadline to avoid disqualification.

Special Provisions

This tender encourages participation from Micro, Small, and Medium Enterprises (MSEs) and startups. There are specific provisions to ensure that these businesses have a fair chance in the bidding process, which may include:

  • Easier qualification criteria and lower financial thresholds for EMD.
  • Reservations or points in the evaluation process favoring MSEs and startups.

Evaluation Process

The evaluation process for this tender will be conducted transparently, assessing both the technical and financial proposals. Key evaluation criteria include:

  • Compliance with technical specifications.
  • Competitive pricing in the financial proposal.
  • Relevant experience and past performance in similar contracts.

Delivery Locations

The successful bidder will be responsible for delivering the speed indicator systems to predetermined locations as specified by the Ministry of Defence. Exact delivery points will be provided in the official contract.

Contact Information

For any inquiries or clarifications regarding the tender, interested parties can reach out to the Ministry of Defence or the Department of Defence Production via their official communication channels.

This tender represents a significant opportunity for suppliers capable of meeting stringent defence procurement standards while contributing to national security objectives.


General Information

Item Category
SPEED INDICATOR SYSTEM TO PART NO 946-21216
Ministry Name

Financial Information

Bid Offer Validity
180 (Days)
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

4 Documents
GeM-Bidding-7757179.pdfMain Document
Other DocumentsOTHER
Other DocumentsOTHER
GEM General Terms and Conditions DocumentGEM_GENERAL_TERMS_AND_CONDITIONS

Documents Required from Seller

  • Additional Doc 1 (Requested in ATC)
  • Additional Doc 2 (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

NIV 17 Erba Elite 580 Diluent Pkt of 20 ltr for Fully Automatic 5 Part Hematology Analyser,NIV 17 E

GEM
Goods
Qty:151
4 Files
Indian Army
EAST SIKKIM, SIKKIM
Boq › Boql
NIV 17 Erba Elite 580 Diluent Pkt of 20 ltr for Fully Automatic 5 Part Hematology Analyser , NIV 17 Erba Elite 580 Lyse 1 bott of 500 ml for Fully Automatic 5 Part Hematology Analyser , NIV 17 Erba Elite 580 Lyse 2 bott of 500 ml for Fully Automatic 5 Part Hematology Analyser , NIV 17 Erba Elite 580 Lyse 3 bott of 500 ml for Fully Automatic 5 Part Hematology Analyser , NIV 17 Erba Elite 580 H Clean bott of 50 ml for Fully Automatic 5 Part Hematology Analyser , NIV 17 Erba Calibrator bott of 3 ml for Fully Automatic 5 Part Hematology Analyser , NIV 17 Erba Controls H L N bott of 3 ml for Fully Automatic 5 Part Hematology Analyser , NIV 17 Erba Bilirubin Direct Pkt of 337.8 ml product code 120623 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Bilirubin Total Pkt of 337.8 ml product code 120621 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Cholestrol Pkt of 440 ml product code 121021 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Creatinine Enzymatic Pkt of 200 ml product code 121200 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Autowash system pack Pkt of 1000 ml product code 120958 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Norm Pkt of 20 ml product code 120218 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Path Pkt of 20 ml product code 120220 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Glucose GOD-POD Pkt of 440 ml product code 120266 for Fully Automatic Biochemistry Analyser , NIV 17 Erba SGOT EL Pkt of 339 ml product code 120616 for Fully Automatic Biochemistry Analyser , NIV 17 Erba SGPT EL Pkt of 339 ml product code 120617 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Urea Pkt of 275 ml product code 121025 for Fully Automatic Biochemistry Analyser , NIV 17 Acid alkali bott of 50 ml for Fully Automatic Biochemistry Analyser , NIV 17 PCR tube with dome cap 0.5 ml for Fully Automatic Biochemistry Analyser , NIV 17 Erba Uric acid Pkt of 275 ml product code 121023 for Fully Automatic Biochemistry Analyser , NIV 17 Erba HDL Cholesterol with calibrator Pkt of 4 x 30 ml product code 120706 for Fully Automatic Biochemistry Analyser , NIV 17 Erba Triglyceride Pkt of 5 x 44 ml product code 121024 for Fully Automatic Biochemistry Analyser , NIV 17 Erba XL MultiCal Pkt of 12 ml product code 120611 for Fully Automatic Biochemistry Analyser , 170192 Keto diastix bott of 50 strips , NIV 17 Cell Clean , NIV 17 Erba sample cup Pkt of 500 cups product code 115777 for Fully Automatic Biochemistry Analyser , NIV 17 Pipette Stand
April 23, 2025
May 28, 2025 at 4:00 PM
View Details

Frequently Asked Questions

The eligibility requirements for participation include being a registered entity under applicable laws, demonstrating relevant experience in the defence equipment sector, and submitting all necessary compliance documents as outlined in the tender. Additionally, financial stability will be assessed through audited financial statements to ensure the bidder can fulfill the contract requirements.

The speed indicator systems must comply with the technical specifications detailed in part number 946-21216. This includes meeting performance benchmarks established by the Department of Defence Production. Bidders are required to provide comprehensive documentation to verify that their proposed systems align with these specifications.

The submission process involves preparing a structured technical proposal detailing compliance with requirements and a financial proposal outlining the pricing structure. All documentation must be submitted by the specified deadline through the designated submission method provided in the tender announcement to ensure consideration.

Upon being awarded the contract, the successful bidder must provide a performance security to ensure fulfillment of the contract terms. The specifics of the performance security, including the amount and conditions, will be detailed in the contract and is aimed at safeguarding the interests of the Ministry of Defence.

Bids received will undergo a comprehensive evaluation process assessing both technical and financial proposals. Factors such as compliance with technical specifications, pricing competitiveness, and previous experience will inform the selection process. A transparent assessment will ensure that the best-qualified supplier is awarded the contract, emphasizing adherence to standards and value for money.

Probable Bidders

Companies likely to bid

Get Tender Alerts

Get notifications for similar tenders