Power Window Switch - Department of Military Affairs

Power Window Switch,Power Window Controller,Loom Set,Fuse Box Assy,Indicator Light,Oil Filter,Brake

Goods
Qty:19
EST Bid: ₹50,000

Tender Timeline

Tender Issue
May 21, 2025 at 10:31 AM

Tender Title: Power Window Switch
Tender Reference Number: 3dbbb78b
Issuing Authority/Department: Department of Military Affairs, Ministry of Defence

The Department of Military Affairs is soliciting bids for the supply of various automotive components, including the Power Window Switch, as detailed in this tender. The primary objective is to procure reliable and high-quality automotive parts to ensure operational efficiency and safety within military vehicles.

Scope of Work and Objectives

The scope of this tender encompasses the supply of the following components:

  • Power Window Switch
  • Power Window Controller
  • Loom Set
  • Fuse Box Assy
  • Indicator Light
  • Oil Filter
  • Brake Shoe Front
  • Ram Kit

The objective is to source these components in sufficient quantities to satisfy operational demands while adhering to strict quality standards. Bidders are expected to demonstrate their capacity to deliver high-quality materials that meet the specified technical and safety requirements.

Eligibility Criteria

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

  • Be a registered entity in accordance with relevant state laws.
  • Proven experience in supplying similar automotive components.
  • Compliance with quality standards as prescribed by the relevant authorities.

Technical Requirements

Bidders must adhere to the following technical requirements for each item specified:

  1. Power Window Switch: Must meet the specifications outlined in the military guidelines.
  2. Power Window Controller: Should demonstrate reliability under extreme conditions.
  3. Loom Set: Must be compatible with various vehicle models used by the military.
  4. All components need to pass standard engineering tests for durability and performance.

Financial Requirements

Bidders are required to present financial documentation to verify their ability to undertake the contract. The details include:

  • Evidence of financial stability.
  • Disclosure of previous contracts and performance records.

Document Submission Details

All necessary documents should be submitted electronically, ensuring that they are in a compatible format such as PDF or DOC for better accessibility. Bidders should include:

  • Bid proposal
  • Technical compliance documents
  • Financial documents
  • Any relevant certificates

Special Provisions

This tender includes provisions for Micro, Small, and Medium Enterprises (MSEs) and startups. Bidders in these categories may benefit from concessions in terms of performance security and may receive priority in the selection process, fostering an inclusive procurement environment.

Evaluation Process

The evaluation of bids will be conducted based on the following criteria:

  1. Compliance with Technical Specifications: Adherence to the outlined technical requirements is critical.
  2. Financial Stability: An assessment of the bidder's financial health based on submitted documents.
  3. Cost Competitiveness: The pricing structure presented in the bids will be compared and evaluated.

This multi-criteria approach will ensure that the selected bidders deliver the best value for the Ministry of Defence.

Delivery Locations

The successful bidder will be required to deliver the specified components to designated military locations. The details of each delivery site will be provided post-award of contract to ensure compliance with military protocols.

Contact Information

Further inquiries about this tender can be directed to the Department of Military Affairs. Contact details will be shared upon submission of an expression of interest.

This contract represents an opportunity for capable suppliers to contribute to the operational readiness of military forces while potentially expanding their business horizons. Bidders are encouraged to prepare comprehensive proposals that adhere strictly to the guidelines set forth in this document.


Tender BOQ Items

8 Items
1.

Power Window Switch

Qty:4
Unit:nos
21
2.

Power Window Controller

Qty:1
Unit:nos
21
3.

Loom Set

Qty:1
Unit:set
21
4.

Fuse Box Assy

Qty:2
Unit:nos
21
5.

Indicator Light

Qty:2
Unit:nos
21
6.

Oil Filter

Qty:3
Unit:nos
21
7.

Brake Shoe Front

Qty:5
Unit:nos
21
8.

Ram kit

Qty:1
Unit:set
21

General Information

Item Category
Power Window Switch , Power Window Controller , Loom Set , Fuse Box Assy , Indicator Light , Oil Filter , Brake Shoe Front , Ram kit
Ministry Name
Organisation Name
State

Financial Information

Estimated Bid Value
₹50,000.00
Bid Offer Validity
30 (Days)
Arbitration Clause
No
Mediation Clause
No

Evaluation and Technical Information

Evaluation Method
Total value wise evaluation
Inspection Required
Yes

Tender Documents

4 Documents
GeM-Bidding-7868345.pdfMain Document
BOQ DocumentBOQ BOQ
BOQ DocumentBOQ BOQ
GEM General Terms and Conditions DocumentGEM_GENERAL_TERMS_AND_CONDITIONS

Similar Tenders

View All

Frequently Asked Questions

The eligibility requirements include being a registered entity that complies with local regulations and has demonstrable experience in supplying automotive components. Suppliers must also meet any technical capabilities specified in the tender documents ensuring they can deliver high-quality products.

Bidders must provide relevant certificates that demonstrate compliance with quality and safety standards, such as ISO certifications or industry-specific compliance documentation. These certificates should affirm that the products meet the military’s rigorous standards.

To register for this tender, interested suppliers must complete the necessary registration on the platforms designated by the Department of Military Affairs. They are required to submit all requested documentation and proof of eligibility to participate in the bidding process.

Bid submissions should be prepared in standard formats such as PDF or DOC. It is essential to ensure that all submitted documents are legible and organized for efficient evaluation.

Bidders must provide a performance security prior to contract award, which typically ranges between 5% to 10% of the total bid value. This security is meant to ensure commitment to performance criteria and timely delivery of goods, helping to safeguard the interests of the Ministry of Defence.

Probable Bidders

Companies likely to bid

Get Tender Alerts

Get notifications for similar tenders